Loading...
HomeMy WebLinkAboutContract 46208-R1 CSCNo. �IPZo`6�Iz� CITY OF FORT WORTH CONTRACT RENEWAL NOTICE 1/10/16 Terracon Consultants, Inc. 2501 E.Loop 820 N. Fort Worth,TX 76118 Re: NOTICE OF CONTRACT RENEWAL City Developer Agreement Contract No.CSC No.46208(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. 46208 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. 46208 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:h/fort worth texas.gov/purchasin!_�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, Darian Gavin,Contract Compliance Specialist OFFICIAL RECORD FMS,Purchasing Division, CITY SECRETARY 817-392-2057-Direct 817-392-8440-Fax FT.WORTH,TX I hereby acknowledge receipt of the Contract Renewal Notice for CSC No.46208 for a one year period ending on January 25,2017. By: �2 c CC c,4,,/ �fL i iP/!� Date: ZPrinteTitle Sig ure CITY OF ORT WORTH: ATT Jay Chapa ssistant City Manager Mary J.Kayse , ecret Date: I f lie M&C No. C-27087 RECOMMENDED BY: �✓ w � ® `, Doug W iersig,Ph.D.,P.E. Director,Transportation&PublicAvorks Departmento � Date: o E81,2,.20,6 G1 DATE(MM/DD/YYYY) ,aco�zo® CERTIFICATE OF LIABILITY INSURANCE lkw� 1/1/2017 12/16/2015 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). CONTACT PRODUCER LOckton Companies NAME: 444 W.47th Street,Suite 900 PHONE FAx C No Ex • AIC No Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Lexington Insurance Company 19437 INSURED TERRACON CONSULTANTS,INC. INSURER B:Travelers Property Casualty Co of America 25674 1312893 2501 EAST LOOP 820 NORTH INSURER C:The Travelers Indemnity Company 25658 BUILDING 13 INSURER D: FORT WORTH TX 76118 INSURER E: INSURER F: COVERAGES TERCO01 CERTIFICATE NUMBER: 10551203 REVISION NUMBER: XXXXXXX 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 SUB,!ECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR NSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY B COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1000 000 DAMAGE TO RENE X Y Y TC2J-GLSA-1118L293 1/1/2016 1/1/2017 CLAIMS-MADE [A]OCCUR PREMISES Ea occur ence $ 1 000 000 X CONTR'L LIABILITY MED EXP(Any one person) $ 25,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2,000,000 POLICY�PE° D LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: COMBINED SINGLE LIMIT B AUTOMOBILE LIABILITY Y Y TC2J-CAP-131J3858 1/1/2016 1/1/2017 $ B TJBAP131J3895 1/1/2016 171/2017 Ea accident 21000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX X ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ XXXXXXX AUTOS AUTOS X X NON-OWNED PROPERTY DAMAGE $ XXXXXXX HIRED AUTOS AUTOS Per accident $ XXXXXXX UMBRELLA LIAR OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAR Ll CLAIMS-MADE AGGREGATE s XXXXXXX DED RETENTION$ $ XXXXXXX PER WORKERS COMPENSATION Y X STATUTE EERH C AND EMPLOYERS'LIABILITY TC2KUB131J374216(AOS) 1/1/2016 1/1/2017 C ANY PROPRIETOR/PARTNER/EXECUTIVE YIN TRKUB 131J384616( Z,IVMrA,WI) 1/1/2016 1/1/2017 E.L.EACH ACCIDENT Is 1,000,000 B OFFICER/MEMBEREXCLUDED? IN I N/A TC2KUB131J374216(CA) 1/1/2016 1/1/2017 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1.000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ 1,000,000 A PROFESSIONAL N N 26030216 1/1/2016 1/1/2017 $1,000,000 EACH CLAIM& LIABILITY $1,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE:VARIOUS PROJECTS UNDER THE MSA DATED MAY 2009.CITY OF FORT WORTH,ITS OFFICERS,EMPLOYEES AND SERVANTS ARE ADDITIONAL INSUREDS AS RESPECTS TO GENERAL AND AUTO LIABILITY,AS REQUIRED BY WRITTEN CONTRACT.WAIVER OF SUBROGATION APPLIES WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 10551203 CITY OF FORT WORTH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:ANDY ANDERSON THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 8851 CAMP BOWIE WEST BOULEVARD, SUITE 300 ACCORDANCE WITH THE POLICY PROVISIONS. FORT WORTH TX 76116 AUTHORIZED REPRESENTATIV ' ©198811014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/18/2014 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, 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. 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: y r 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/AccountlCenters 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.