Loading...
HomeMy WebLinkAboutContract 46017-A2 CSC No. CITY OF FORT WORTH CONTRACT RENEWAL NOTICE 8/30/16 Lamb Star Engineering LP 5700 W. Plano Parkway, suite 1000 Plano, TX 75093 Re: NOTICE OF CONTRACT RENEWAL Construction Inspection Services For Infrastructure Projects Contract No. CSC No. 46017-RI (the"Contract") Renewal Term No. 2: August 18, 2016 to August 17, 2017 The above referenced Contract will expire on August 17, 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. 46017-R1 for an additional one year period, which will begin immediately upon the expiration of the current term and will end on August 17, 2017. All other terms and conditions of CSC No. 46017-R1 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 littp://foitwoillitexas.gov/purcliasiii 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 0FRUTAL RECORD My SECRETARY FMS, Purchasing Division 817-392-2057 -Direct Fr. moG��'C�� 817-392-8440 -Fax I hereby acknowledge receipt of the Contract Renewal Notice for CSC No. 46017-R1 for a one year period ending on August 17, 2017. By: John Lamb, President Date: 09/09/2016 Printed Name and Title Signature7`'� CITY OF FORT WORTH: o ST: �-�-� 6A � v Jesus J. Chapa, Assistant City Manager J.�K.a ser ' ecretai y Date: M&C No. C-26907 10/21/2014 M&C Review Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTVVORTN COUNCIL ACTION: Approved on 8/5/2014 DATE: 8/5/2014 REFERENCE C-26907 LOG 20INFRASTRUCTURE CONSTRUCTION NO.: NAME: INSPECTION SERVICES CODE: C TYPE: NON- PUBLIC NO CONSENTHEARING: SUBJECT: Authorize Execution of One-Year Annual Contracts with Renewal Options for Construction Inspection Services for Various City Construction Projects with Freese and Nichols, Inc., Lamb-Star Engineering, L.P., and VRX Inc., with a Fee Not to Exceed $500,000.00 Annually per Firm (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute individual contracts with Freese and Nichols, Inc., Lamb-Star Engineering, L.P., and VRX Inc., for construction inspection services for various City construction projects. The term of each contract is one-year with two one-year renewal options with a fee not to exceed $500,000.00 annually per firm. DISCUSSION: The Transportation and Public Works Department solicited firms to provide Construction Inspectors to inspect various projects city-wide as an augmentation to Staff in order to accommodate peak periods of construction. A Request for Qualifications (RFQ) was published for these services in the Fort Worth Star-Telegram on March 13, 2014 and April 10, 2014. The Department received Statements of Qualifications (SOQ) for professional services from 14 firms for providing construction inspection services. Each firm's Statements of Qualifications (SOQ)was evaluated based upon pre-established selection criteria including qualification of personnel, experience and performance on previous City contracts and availability. An inter-departmental committee selected as most qualified and recommends the following firms for contract approval, Freese and Nichols, Inc., Lamb-Star Engineering, L.P. and VRX Inc. Funding for the construction inspection services for various City construction projects will be provided through various Capital Improvement Program Funds including the 2014 Bond Program. For the 2014 Bond Program, available resources within the General Fund will be used to provide interim financing for the expenditures associated with these projects until debt is issued. Once debt associated with the projects are sold, bond proceeds will reimburse the General fund, in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 21241-05-2014). M/WBE Office: The M/WBE Office in conjunction with the Transportation and Public Works Department has determined compliance with the City's Business Diversity Enterprise Ordinance by the inclusion of a SBE Prime on this project. Three firms have been recommended for an award includes Freese and Nichols, Inc., Lamb-Star Engineering, L.P. and VRX, Inc. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that the funds are available in the current capital budgets, as appropriated, of the various Capital Improvement Program Funds, and funds are available in the General Fund to pay expenses which will be incurred on this contract associated with the 2014 h4Fw//onne nfiu _i nr i/ ry it nonLcf/mr r ;v aen91lla9(1(109Rnnnnnilrhfc_A/F/9MA 4/9 10/21/2014 M&C Review Bond Program until reimbursement can occur from the issuance of public securities. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS �u_.n_........c....s......i..........n ..,.,a,.. ....., ................rnn_onnnon..,,....,..:w,..,—oicionae 7/7 A CERTIFICATE OF LIABILITY INSURANCE F DA2 1/20(MM/DD�) 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 McLau g g y� PHONE FAX, 21 12801 North Central Expressway AIC No Ext): (214 503-1212 AICNo):( 4) 503-8899 Suite 1710 E-MAIL Dallas TX 75243 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Indemnity Company 25658 INSURED INSURER B:XL Specialty Insurance Company 37885 Lamb—Star Engineering, L.P. INSURER C:Travelers indmenity Co of Am 25666 5700 W. Plano Pkwy. INSURER D:Charter Oak Fire Insurance Cc 25615 Ste. 1000 Plano TX 75093 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:cert ID 31620 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 MMIDD/YYYY MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED C X COMMERCIAL GENERAL LIABILITY Y Y PACP8149L149 2/2/2016 2/2/2017 PREMISES Ea occurrence $ 1,000,000 CLAIMS-MADE ❑X OCCUR MED EXP(Any one person) $ 10,000 X Severability of Int PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY -X] JE� LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 D X ANY AUTO Y Y BA7C573184 2/2/2016 2/2/2017 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident A X UMBRELLA LIAB X OCCUR y y CUP3660T358 2/2/2016 2/2/2017 EACH OCCURRENCE $ 8,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 8,000,000 DED X RETENTION$ 10,000 $ D WORKERS EMPLOYCOMPENSATION ILIT YIN Y UB421IT631 2/2/2016 2/2/2017 X OCSLIMIT O R AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B Professional Liability / y DPR9801627 2/2/2016 2/2/2017 Per Claim/ $ 5,000,000 Annual Aggregate ContractorsPollution Liab $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) The claims made 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. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Master Certificate ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE [/ v ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 10- 1 _-F 7