Loading...
HomeMy WebLinkAboutContract 46241-R1 CSC No. zi I CITY OF FORT WORTH CONTRACT RENEWAL NOTICE 1/10/16 Landtec Engineers,LLC 5450 E.Loop 820 S. Fort Worth,TX 76116 Re: NOTICE OF CONTRACT RENEWAL City Developer Agreement Contract No.CSC No.46241(the"Contract") Renewal Term No. 1:January 26,2016 to January 25,2017 The above referenced Contract will expire on January 25, 2016. Pursuant to the Contract, contract renewals are at the sole option of the City. This letter is to inform you that the City is exercising its right to renew CSC No. 46241 for an additional one year period, which will begin immediately upon the expiration of the current term and will end on January 25,2017.All other terms and conditions of CSC No. 46241 remain unchanged. Please return this signed acknowledgement letter, along with a copy of your current insurance certificate,to the address set forth below,acknowledging receipt of the Notice of Contract Renewal. Please log onto BuySpeed Online at http://fortworthtexas. ov/purchasing to insure that your company information is correct and up- to-date. If you have any questions concerning this Contract Renewal Notice,please contact me at the telephone number listed below. Sincerely yours, OFFICIAL RECORD Darian Gavin,Contract Compliance Specialist CITY SECRETARY FMS,Purchasing Division FT.WORTH,TX 817-392-2057-Direct 817-392-8440-Fax I hereby acknowledge receipt of the Contract Renewal Notice for CSC No.46241 for a one year period ending on January 25,2017. By: Julie McCormack/Office Manager Date: January 14,2016 Printed Name and Title gnature ®�To°O CI ORT WORTH: ®� °%A AT �0 o M / 0 Jay ChapaAssistant City Manager `b6 o/* a se J.K ity ecretary oOp000000O°o� Date: �.—/J (/J TE)L M&C No. C-27087 RECOMMENDED BY: W Doug W.Wiersig,Ph.D.,P.E. Director,Transportation&Public Wor Department Date: 2� r City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 111-181201.4 DATE: Tuesday, November 18, 2014 REFERENCE NO.: C-27087 LOG NAME: 202014 DEVELOPER GEOTECHNICAL CONTRACT SUBJECT: Authorize Execution of One-Year Annual Contracts with Renewal Options for Geotechnical and Construction Materials Testing for Various Developer Construction Projects with Alliance Geotechnical Group, Inc., CMJ Engineering and Testing, Inc., Ellerbee Walczak, Inc., Fugro Consultants, Inc., Globe Engineers, Inc., Kleinfelder Central, Inc., Landtec Engineers, LLC, Mas-Tek Engineering &Associates, Inc., Rone Engineering Services, Ltd., Terracon Consultants, Inc, and T. Smith Inspection and Testing, LLC, with a Fee Not to Exceed $300,000.00 Annually Per Firm (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute individual contracts with Alliance Geotechnical Group, Inc., CMJ Engineering and Testing, Inc., Ellerbee Walczak, Inc., Fugro Consultants, Inc., Globe Engineers, Inc., Kleinfelder Central, Inc., Landtec Engineers, LLC, Mas-Tek Engineering &Associates, Inc., Rone Engineering Services, Ltd., Terracon Consultants, Inc. and T. Smith Inspection and Testing, LLC, for geotechnical and construction materials testing for various developer projects. The term of each Agreement is one-year with two one-year renewal options. The annual amount of each contract is up to $300,000.00. DISCUSSION: A Request for Qualifications (RFQ) was published for these services in the Fort Worth Star-Telegram on July 31, 2014 and August 7, 2014. The Transportation and Public Works Department received written Statements of Qualifications (SOQ) on August 29, 2014 from 20 firms. Each firm's SOQ was evaluated based upon pre-established selection criteria including qualification of personnel, experience, performance on previous City contracts, and availability of testing equipment. An inter-departmental committee selected the most qualified, and now recommends the following firms for contract approval: Alliance Geotechnical Group, lnc.,CMJ Engineering and Testing, Inc., Ellerbee Walczak, Inc., Fugro Consultants, Inc., Globe Engineers, Inc., Kleinfelder Central, Inc., Landtec Engineers, LLC, Mas-Tek Engineering &Associates, Inc., Rone Engineering Services, Ltd., Terracon Consultants, Inc. and T. Smith Inspection and Testing, LLC. Funding for the geotechnical and construction materials testing services will be provided through established fees collected at the time of execution of each respective Community Facilities Agreement. These fees are paid by the developers who initiate the construction projects. M/WBE Office - Has waived the goal for these contracts and the SBE component of the City's Ordinance was implemented as part of the solicitation. In addition, six of the recommended firms (Alliance Geotechnical Group, Inc., CMJ Engineering and Testing, Inc., Ellerbee Walczak, Inc., Globe Engineers, Inc., Mas-Tek Engineering &Associates, Inc. and T. Smith Inspection and Testing, LLC) are certified as SBE. FISCAL INFORMATION/CERTIFICATION: F The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, on a project by project basis of the Water Capital Fund, the Sewer Capital Projects Funds and the TPW CFA Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS No attachments found. .eco CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `� 1/7/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT McLaughlin Brunson Insurance Agency, LLP NAME: Joe A Bryant 12801 N. Central Expressway Nc No Ext: (214) 503-1212 ac No:(214) 503-8899 Shite 1710 E-MAADDRESS: Dallas TX 75243 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Phoenix Insurance Company 25623 INSURED Laadtec Engineers, LLC INSURERS:Travelers Casualty & Surety Cc 19038 INSURER C:Travelers Indemnity Company 25658 1700 Robert Rd. Suite 101 INSURER D:Travelers Prop Casualty Cc of Am 25674 Mansfield TX 76063 INSURER E:Berkley Insurance Company 32603 INSURER F COVERAGES CERTIFICATE NUMBER:cert ID 31334 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER MMIDD/YYYY MMIDD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 D X INTEI COMMERCIAL GENERAL LIABILITY Y Y PACP7314L961 1/1/2016 1/1/2017 DAMAGE R PREMISES(Ea occurrence $ 1,000,000 ,000,000 CLAIMS-MADE a OCCUR MED EXP(Any one person) $ 10,000 X X,C,U Coverage PERSONAL BADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X JETPRO- LOC S AUTOMOBILE LIABILITY IE. COMBINED DISINGLE LIMIT 1,000,000 A I ANY AUTO Y Y BA1956L10A 6/2/2015 6/2/2016 BODILYINJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY Per accident $ AUTOS AUTOS ( ) NON-OWNED PROPERTY DAMAGE HIRED AUTOS X AUTOS (Para dent) S C X UMBRELLA LIAB X OCCUR Y Y CUP811BY120 1/1/2016 1/1/2017 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION WC STATU• OTH• B AND EMPLOYERS'LIABILITY Y/N Y UB524OY710 1/1/2016 1/1/2017 X S rR ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? ❑ NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yS6 describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Professional Liability Y AEC-9009324-00 1/5/2016 1/5/2017 Per Claim $ 2,000,000 Annual Aggregate $ 4,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space is required) The claims trade professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject to a deductible. Thirty (30) day notice of cancellation in favor of the certificate holder on all policies. City of Fort Worth, its officers, employees and servants are named as additional insured on the general, auto and umbrella liability as required by contract. A waiver of subrogation is shown in favor of the additional insured on the workers compensation coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Department of Transportation and Public Works 1000 Throckmorton Street AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Page 1 of 1