HomeMy WebLinkAboutResolution - 2011-R0178 - Contract - Grimes And Associates - WAP, CEAP Audit, Inspection - 04/28/2011Resolution No. 2011-80178
April 28, 2011
Item No. 5.16
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, Contract No. 10193 for assessments,
energy audits and final inspections for Weatherization Assistance Program (WAP) and
Comprehensive Energy Assistance Program (LEAP) per RFP 11 -10065 -MA, by and
between the City of Lubbock and Grimes and Associates, and related documents. Said
Contract is attached hereto and incorporated in this resolution as if fully set forth herein
and shall be included in the minutes of the City Council.
Passed by the City Council on April 28, 2011
TOM MARTIN, MAYOR
ATTEST:
Pg 4!, , 9 -'/ -
Rebe ca Garza, City�gecretari'—)
APPROVED AS TO CONTENT:
uincy Whi Assistant City Manager
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vwxcdocs/RES.Contract-Grimes & Associates
April 18, 2011
CONTRACT NO. 10093
Resolution No. 2011—RO178
SERVICES AGREEMENT
This Services Agreement (this "Agreement") is entered into as of the 28th day of April,
2011 ("Effective Date") by and between Grimes and Associates , of Lubbock, Texas (the
Contractor), and the City of Lubbock (the "City").
WHEREAS, the City has issued a Request for Proposals (RFP -11 -11065 -MA) for
Assessments, Energy Audits and Final Inspections for Weatherization Assistance Program and
Comprehensive Energy Assistance Program.
WHEREAS, the proposal submitted by the Contractor as been selected as the proposal
which best meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to
provide the Assessments, Energy Audits and Final Inspections for Weatherization Assistance
Program and Comprehensive Energy Assistance Program; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein,
the City and Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which
arc attached hereto and incorporated herein by reference, listed in their order of priority in the
event of inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A — General Requirements
3. Exhibit B— Required Contract Provisions
4, Exhibit C — Insurance Requirements
5. Exhibit D —Price Sheet
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. Contractor will
comply with all the applicable requirements set forth in Exhibit B, C and D.
Article 1 Services.
1.1 Contractor agrees to perform services for the City that are specified under the
General Requirements set forth in Exhibit A. City agrees to pay the amounts
stated in "Exhibit D", to Contractor for the project cost for performing services
1.2 Contractor shall use its commercially reasonable efforts to render services under
this Agreement in a professional and business -like manner and in accordance with
the standards and practices recognized in the industry.
1.3 Non -appropriation clause. All funds for payment by the City under this Agreement
are subject to the availability of an annual appropriation for this purpose by the City.
In the event of non -appropriation of funds by the City Council of the City of Lubbock
for the goods or services provided under the Agreement, the City will terminate the
Agreement, without termination charge or other liability, on the last day of the
then -current fiscal year or when the appropriation made for the then -current year for
the goods or services covered by this Agreement is spent, whichever event occurs
first. If at any time funds are not appropriated for the continuance of this Agreement,
cancellation shall be accepted by the Seller on thirty (30) days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated
under this Agreement beyond the date of termination.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be
construed in accordance with the laws of said State, without reference to choice of
law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to
this Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City
and Contractor and supersedes any and all previous agreements, written or oral,
between the parties relating to the subject matter hereof. No amendment or
modification of the terms of this Agreement shall be binding upon the parties
unless reduced to writing and signed by both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed
an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the
remaining provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the
failure of any parties otherwise to insist upon strict performance of any provision
hereof shall not constitute a waiver of any subsequent breach or of any subsequent
failure to perform.
2.7 This Agreement shall be binding upon and inure to the benefit of the parties and
their respective heirs, representatives and successors and may be assigned by
Contractor or the City to any successor only on the written approval of the other
party.
2.8 All claims, disputes, and other matters in question between the Parties arising out
of or relating to this Agreement or the breach thereof, shall be formally discussed
and negotiated between the Parties for resolution. In the event that the Parties are
unable to resolve the claims, disputes, or other matters in question within thirty
2
(30) days of written notification from the aggrieved Party to the other Party, the
aggrieved Party shall be free to pursue all remedies available at law or in equity.
IN WITNESS WHEREOF, this Agreement is executed as of the Effective Date.
City of Lubbock, Texas
Tom Martin, Mayor
ATTEST:
Rebecca Garza, City Secretary
APPROVED AS TO CONTENT
tA
Quincy Whit, ssistant City Manager
APPROVED AS TO FORM:
Assistant City Attorney
3
Contractor
13y. ,.
Name:
Title A"
rilvK ra dam'
Resolution No. 2411-80178
EXHIBIT A
Assessments, Energy Audits and Final Inspections for Weatherization Assistance Program and
Comprehensive Energy Assistance Program
RFP NO: 11 -10065 -MA
1. GENERAL REQUIREMENT
1 Contractors interested in perform assessments, audits and final inspections for Weatherization
Assistance Program and Comprehensive Energy Assistance Program. The Contractor is advised
that work orders will be issued on a "Rotating Basis" and "On Call as Needed Basis" to ensure
timely completion of the project.
1.2 Contractor shall furnish all documentation, reports, services, supervision, labor, personnel,
quality control, technicians, tools, equipment, products, parts, supplies, material, and pay the
cost of all fees, insurance, and. permits.
1.3 The Contractor shall comply with the US Department of Energy and U.S. Department of Health
and Human Services, Texas Department of Housing and Community Affairs — Weatherization
Assistance Program, and Comprehensive Energy Assistance Program.
2. SCOPE OF WORK
Assessments, Energy Audits and Final Inspections for Weatherization Assistance Program and
Comprehensive Energy Assistance Program
A. Blower Door
a. The blower door must be used to obtain an initial Cubic Feet per Minute (CM reading
and a final CFM reading on every weatherization unit. The Contractor shall accomplish
blower door testing per unit all in accordance with all WAP provisions.
B. CEAP Whole House Assessments
a. Inspect all furnaces, AC Units, and Water Heaters.
Provide manufacture, model number, manufacture date, size and BTU, location and
condition of system, state priority and recommendation.
b. Inspect refrigerator.
Provide manufacture, model number, manufacture date, size and cubic feet. Include two
hours of meter testing, location and condition of system, state priority and recommendation.
The CEAP Assessments forms must be turn into the Community Development department. They must
include photos of attic, interior, exterior and all appliances. Contractor shall evaluate house for WAP
feasibility and if the house can be referred to the WAP.
C. WAP Whole House Assessments
a. Inspect gas free standing stove.
Provide manufacture, model number, manufacture date, size and CO reading on burners and
oven, location and condition of system, state priority and recommendation.
b. Inspect Attic for electrical problems and conditions and amount of insulation. Inspect
wall for insulations and condition and amount of insulation. Inspect Wall for
insulation and condition and amount of insulation. Inspect all holes in sheetrock and
other building materials on inside and outside of house. Set up and take readings from
blower door.
c. Inspect roof for condition and leaks. Provide all documentation and forms to the
Community Development department for review. (Contractor cannot use pressure pan
readings).
The WAP Whole House Assessments forms must be turn into the Community Development
department. Contractor shall input all CEAP information from CEAP Assessments for water hear,
furnace, AC and Refrigerator. Contractor shall make a drawing of the house/apartment that includes
labels for all windows, doors and measurements. Contractor shall provide two sets of photo's of attic,
interior, exterior, all four sides of the house, windows, door and all appliances. Provide one of the
approved duct testing methods and duct blaster readings.
D. NEAT Audit/Work Order
a. Input assessment into NEAT audit. Provide paper copy and flash drive of NEAT
audit.
E. CEAP Final Inspections
a. Inspect all work included in the work order and contractors invoice. Provide final
CO readings all water heaters and furnaces. Provide final inspection report with any
call back items and photo's for all work that was completed.
F. WAP Final Inspections
a. Inspect all work included in the work order and contractors invoice. Provide blower\
door readings. Provide final CO readings on all stove, water heater, furnace, and
duct testing. Provide final inspection report with any call back items and photo's for
all work that was completed.
G. WAP Re -Inspections
a. Re -inspect work order items that were not complete at final inspection. Provide re-
inspection report with any call bark items and photo's for all work that was
completed or not completed.
3. CONTRACT TERMS & CONDITIONS
3.1 The contract prices shall remain firm through August 31, 2011, beginning upon City
Council date of formal approval. The City and Contractor may, upon written mutual
consent, extend the contract until April 2012, subject to the availability of funding.
3.2 Contractor at all times shall be an independent contractor. The Contractor shall be fully
responsible for all acts and omissions of its employees, subcontractors, and their
suppliers, and shall be specifically responsible for sufficient supervision and inspection to
insure compliance in every respect with the contract requirements.
Resolution No. 2011-R1078
EXHIBIT B
Assessments and Final. Inspections for Weatherization Assistance Program and Comprehensive
Energy Assistance Program
RFP NO: 11 -10065 -MA
REQUIRED CONTRACT PROVISIONS
The following contract provisions or conditions are required by Texas Department of Housing and
Community Affairs (TDHCA) on all procurement contracts and subcontracts for the Weatherization
Assistance (WAP) and LEAP Program.
I. Administrative Contractual or Legal Remedies
In instances where the Contractor violates or breaches this Contract the City may apply administrative,
contractual or legal remedies. The City may suspend all activities temporarily pending either
corrective action by the contractor or a decision by the City to terminate this contract.
II. Suspension or Termination
The City may terminate this contract, in whole or in part, at any time City determines that there is
cause for termination including but not limited to the following circumstances:
1 If Contractor neglects to execute the Work properly, in a timely manner, refuses to supply
proper or sufficient materials or workmanship, or fails to perform any provisions of the
contract.
2 If Contractor is adjudged bankrupt, makes a general assignment for the benefit of his
creditors, or if a receiver is appointed of insolvency.
3 If Contractor fails to make prompt payment to any Subcontractor and supplier for material
or labor,
4 If Contractor commits continual violation of public laws or ordinances.
III. Non-discrimination and Equal Opportunity
Subcontractors shall comply with Executive Order 11375 Amending Order 11245
`Equal Employment Opportunity."
No person shall on the ground of race, color, religion, sex, national origin, age, disability, political
affiliation or belief be excluded from participation in, be denied the benefit of, be subjected to
discrimination under, or be denied employment in the administration of or in connection with any
program or activity funded in whole or in part with funds made available under this contract.
IV. Labor Standards
The Contractor agrees to comply with the requirements of the Secretary of Labor in accordance
with the Copeland "Anti -Kickback" Act (40 U.S.C.276a-276a-5; 40 U.S.C. 327 and 40 U.S.C. 26c)
and all other applicable Federal, state and local laws and regulations pertaining to the labor
standards insofar as those acts apply to the performance of this contract.
V. Reporting and Patent Rights
Contractor shall abide by all requirements and regulations pertaining to the reporting and patent
rights involving research, developmental experimental, or demonstration work, with respect to
any discovery or invention which arises or is developed in the course of satisfying the terms of
this agreement.
VI. Indemnity and Release
Contractor shall indemnify and hold harmless, to the fullest extent permitted by law, the City, and
City's representative officers, employees, elected officials and agents, from and against any and all
losses, damages, claims or liabilities of any kind or nature, which arise directly or indirectly, or are
related to, in any way, manner or form, the activities contemplated hereunder.
VII. Conflict of Interest and Nepotism.
Contractor covenants that neither it nor any member of its governing body presently has any interest or
shall acquire any interest, direct or indirect, which would conflict in any manner or degree with the
performance of this contract. Contractor further covenants that in the performance of this contract no
person having such interest shall be employed or appointed by contractor. No person (1) Who is an
employee, agent, consultant, officer, or official of the contractor and who exercises or has exercised any
functions or responsibilities with respect to assisted contract activities; or (2) Who is in a position to
participate in a decision making process or gains inside information with regard to such activities may
obtain a personal or financial interest or benefit, direct or indirect, in any contract, subcontract, or
agreement with respect thereto, or the proceeds there under, either for themselves or those with whom
they have familiar or business ties, during their tenure.
Contractor's employees, officers, and/or agents shall neither solicit nor accept gratuities, favors, or
anything of monetary value from subcontractors, or potential subcontractor
VIII. Sectarian Activity
Contractor shall ensure that no funds under this contractor are used, either directly or indirectly, in the
support of any religious or anti -religious activity, workship or instruction.
IX. Prohibit Political Activity and Lobbying
None of the funds provided under this contract shall be used for influencing the outcome of any
election, or the passage or defeat of any legislative measure. This prohibition shall not be construed to
prevent any official or employee of Contractor from furnishing to any member of its governing body
upon request, or to any other local or official not considered under law to be confidential information.
Any action taken against an employee or official for supplying such information shall subject the person
initializing the action to immediate dismissal from employment.
No funds provided under this Contract may be used directly or indirectly to hire employees or in any
other way fund or support candidates for the legislative, executive or judicial branches of government
of Contractor, State of Texas, or the government of the United States.
None of the funds provided under this contract shall be paid to any official or employee who violates
any of the provisions of this section.
X. Prevention of Waste, Fraud and Abuse
Contractor shall establish, maintain, and utilize internal control systems and procedures sufficient to
prevent, detect, and correct incidents of waste, frauds, and abuse in WAP or CEAP and to provide for
the proper and effective management of all program and fiscal activities funded by this contract.
Contractor's internal control systems and all transactions and other significant events must be clearly
documented and the documentation made readily available to review by department.
Contractor shall give City complete access to all of its records, employees, and agent for the purpose
of monitoring or investigating the Weatherization / CEAP programs. Contractor shall fully cooperate
with the department's efforts to detect, investigate and prevent waste, fraud, and abuse. Contractor
shall immediately notify the City of any identified instances of waste, fraud, or abuse
Contractor may not discriminate against any employee or other person who reports a violation of the
terms of this contract or of any law or regulation to Department or to any appropriate law enforcement
authority, if the report is made in good faith.
XI. Chan es and Amendments
Any alterations, additions, or deletions to the terms of this contract which are required by changes in
federal law and regulations or stature are automatically incorporated into this contract without written
administrative code amendment hereto, and shall become effective on the date designated by such law
or regulation. Except as specifically authorized by the agency in writing or otherwise authorized by the
terms of this contract and any alterations, additions, or deletions to the terms of this contract shall be
amended hereto in writing and executed hereto in writing and executed hereto in writing and executed
by both parties to contract.
XII. Lezal Authority
Contractor represents that it posses the practical ability and the legal authority to enter into this contract,
receive and manage the funds authorized by this contract, and to perform the services Contractor has
obligated itself to perform under this contract.
The person signing this contract on behalf of contractor hereby warrants that he/she has been
authorized by Contractor to execute this contract on behalf of Contractor and to bind contractor to all
terms herein set forth.
XIII. Access to Records
The Contractor shall furnish and cause each of its subcontractors to furnish all information and reports
required hereunder and will permit access to its books, records and accounts by the City, State or its
agent or other authorized Federal officials for purposes of investigation to ascertain compliance with
the rules, regulations and and revisions stated herein.
XIV. Records to Maintain
Contractor shall maintain all records required by the State of Texas Department of
Housing and Community Affairs, and that are pertinent to the activities to be funded
under this Contract.
Retention
Contractor shall retain all records pertinent to expenditures incurred under this Contractor for a period
of five (5) years after the termination of all activities funded under this Contract, or after the resolution
of all State and audit findings whichever occurs later.
XV. Clean Air and Clean Water Act
The Grantee agrees to comply with the following requirements insofar as they apply to the performance
of this contract. Clean Air Act, 42 U.S.C., 701, et seq.
Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251., as amended, 1318 relating to
inspection, monitoring, entry, reports and information, as well as other requirements specified in said
Section 114 and Section 308, and all regulations and guidelines issued thereunder.
Environmental Protection Agency (EPA) regulations pursuant to 40 C.F.R., Part 50, as amended.
XVI. Non-discrimination
No person shall, on the ground of race, color, national origin, or sex be excluded form participation in,
be denied from the benefits of, or be subjected to discrimination under any program or activity funded
in whole or in part with funds made available under the contract.
Any prohibition against discrimination on the basis of age under the Age Discrimination Act of 1990,
or with respect to an otherwise qualified disabled individual as provided in section 04 of the
Rehabilitation Act of 1973, shall also comply to any such program or activity.
Contractors Signature: Dated:
Resolution No. 2011—RO178
EXHIBIT C
Assessments, Energy Audits and Final Inspections for Weatherization Assistance
Program and Comprehensive Energy Assistance Program
RFP NO: 11 -10065 -MA
II. INSURANCE
SECTION A. Prior to the approval of this contract by the City, the Contractor shall furnish a
completed Insurance Certificate to the City, which shall be completed by an agent authorized to bind
the named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and which
shall furnish and contain all required information referenced or indicated thereon. THE CITY SHALL
HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL SUCH
CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
INSURANCE COVERAGE REQUIRED
SECTION B. The City reserves the right to review the insurance requirements of this section during
the effective period of the contract and to require adjustment of insurance coverages and their limits
when deemed necessary and prudent by the City based upon changes in statutory law, court decisions,
or the claims history of the industry as well as the Contractor.
SECTION C. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as
are approved by the City, the Contractor shall obtain and maintain in full force and effect for the
duration of this contract, and any extension hereof, at Contractor's sole expense, insurance coverage
written by companies approved by the State of Texas and acceptable to the City, in the following
type(s) and amount(s):
TYPE
AMOUNT
1. Commercial General Liability insurance including coverage for the following:
a. Products/completed operations
b. Contractual liability
Combined single limit for
bodily injury and property
damage of S 100,000 per
occurrence or its equivalent.
2. Automobile Liability Combined single of $100,000 per occurrence
a. Any auto
The City of Lubbock shall be named primary additional insured on Auto/General Liability.
ADDITIONAL POLICY ENDORSEMENTS
The City shall be entitled, upon request, and without expense, to receive copies of the policies and all
endorsements thereto and may make any reasonable request for deletion, revision, or modification of
particular policy terms, conditions, limitations, or exclusions (except where policy provisions are
established by law or regulation binding upon either of the parties hereto or the underwriter of any of
such policies). Upon such request by the City, the Contractor shall exercise reasonable efforts to
accomplish such changes in policy coverages, and shall pay the cost thereof.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the
following required provisions:
a. Name the City of Lubbock and its officers, employees, and elected representatives as additional
insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Provide for notice to the City at the address shown below by registered mail;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers, employees,
and elected representatives for injuries, including death, property damage, or any other loss to
the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
£ All copies of the Certificates of Insurance shall reference the project name or bid number for
which the insurance is being supplied.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices
not less than 30 days prior the change, which notice must be accompanied by a replacement
CERTIFICATE OF INSURANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing and Contract Management
City of Lubbock
1625 13th Street, Room 204
Lubbock, Texas 79401
SECTION D. Approval, disapproval, or failure to act by the City regarding any insurance supplied by
the Contractor shall not relieve the Contractor of full responsibility or liability for damages and
accidents as set forth in the contract documents. Neither shall the bankruptcy, insolvency, or denial of
liability by the insurance company exonerate the Contractor from liability.
Resolution No. 2011-RO178
EXHIBIT D
Assessments and Final Inspections for Weatherization Assistance Program and Comprehensive
Energy Assistance Program
RFP NO: 11 -14065 -MA
PRICE SHEET
Per House / Unit
Price
Blower Door
$100
Blower Door, per hour WAP Final Inspection)
75
CEAP Whole House Assessment
175
WAP Whole House Assessment
450
NEAT Audit/Work Order
400
CEAP Final Inspection
175
WAP Final Inspection
175
WAP Re -Inspection
125
The Contractor is advised that work orders will be issued on a "Rotating Basis" and "On Call as Needed
Basis" to ensure timely completion of the project.