Loading...
HomeMy WebLinkAboutContract 46205-R1 CSC No. CITY OF FORT WORTH CONTRACT RENEWAL NOTICE 1/10/16 T.Smith Inspection&Testing,LLC 7473 Airport Freeway Fort Worth,TX 76118 Re: NOTICE OF CONTRACT RENEWAL City Developer Agreement Contract No.CSC No.46205(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. 46205 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. 46205 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.goy/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, Darian Gavin,Contract Compliance Specialist OFFICIAL RECORD FMS,Purchasing Division CITY SECRETARY 817-392-2057-Direct FTS.VV®RTH,TX 817-392-8440-Fax I hereby acknowledge receipt of the Contract Renewal Notice for CSC No. 46205 for a one year period ending on January 25,2017. By: Arthur Etherly, III/Chief Operating Officer Date: _44nhd4-•2� 12-1 Zia t(c Printed Name and Title ., f ® RT 4000°°00 o 0 Signature 0 CITY OF FORT WORTH: 8� T J* i 1, O Jay ChapaAssistant City Manager ° an000®°°oityff ry J.Ka Secretary Date: S �,:' y M&C No. C-27087 RECOMMENDED BY: ( J, Doug W Wiersig,Ph.D.,P.E. Director,Transportation&Publi orks Department Date: 12 2016 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: 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/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. i ��® a DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 1/12/2016 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(ies) 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 NAME: Bradley Insurance Agency A/C No Ext): 817-332-8288 A/C. 0:817-332-8289 1415 Summit Avenue E-MAIL ADDRESS: Fort Worth, TX 76102 INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: United Specialty Insurance Company INSURED T Smith Inspection & Testing,LLC. INSURER B:Mercury County Mutual Insurance Company Terry Smith INSURER C: Scottsdale Insurance Company 2211 Century Center B1vd.Ste101/mailing INSURER D: Texas Mutual Insurance Company 22945 Irving, TX. 75062 INSURER E:The Hartford (817)589-9933 see add'1 # INSURER F: Lloyd's of London COVERAGES CERTIFICATE NUMBER: 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 100,000 CLAIMS-MADE COCCUR MED EXP(Any one person) $ 5,000 A X $500 BI/PD DED y y USA4066257 03/17/2015 03/17/2016 PERSONAL$ADV INJURY $ Excluded PER CLAIM GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ Included X POLICY JECTPRO LOC PRO- $ AUTOMOBILE LIABILITY Ea accident $ 1,000,000 X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ B AUTOS AUTOOWNED y y BA420000006276 10/23/2015 10/23/2016 PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ X UMBRELLA LIABX OCCUR EACH OCCURRENCE $10,000,000 EXCESS LIAR XLS0092280-01 03/19/2015 03/19/2016 1O C CLAIMS-MADE y y AGGREGATE $ ,000,000 DED I X I RETENTION $ 10 000 $ WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY ROPRIETOR/PARTNER/EXECUTIVE CI NIA y 0001213688 06/29/2015 06/29/2016 E.L.EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 Ifyes,describe under 1 000 000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ r r E Property 46SBABN6733 01/17/2016 01/17/2017 Valuable Papers $100,000 F Professional PGIARK01923-02 04/20/2015 04/20/2016 $1,000,000/$2,000,OOOAGG DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project:Annual Geotechnical Material Testing and Enviornmental Requirements Contract-Developer. City of Fort Worth, Douglas W. Wiersig, PE, Ph.D., Director, Department of Transportation and Public Works, City of Fort Worth is included as Additional Insured on General Liability, Auto Liability, and Umbrella Liability follows form. Waiver of Subrogation is in their favor on General Liability, Auto Liability, Umbrella Liability, and Workers Compensation policies. Ten (10) day notice. CERTIFICATE HOLDER CANCELLATION City of Fort Worth,Douglas W. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Wiersig,Ph.D. , Director, Dept. of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Transportation and Public Works, ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth AUTHORIZED REPRESENTATIVE 1000 Throckmorton Street Ft. Worth, TX. 76102 ,Q 01988-2blOACORDCORFZaAATION. All rights reserved. ACORD25(2010/05) The ACORD name and logo are registered marks of ACORD