Loading...
HomeMy WebLinkAboutContract 46208-R2 CSC No. CITY OF FORT WORTH CONTRACT RENEWAL NOTICE CITY SECRETARY 1/17/17 CONTRACT NO. , � Teiracon Consultants,Inc. 2501 E. Loop 820 N. Fort Worth,TX 76118 Re: NOTICE OF CONTRACT RENEWAL City Developer Agreement Contract No. CSC No.46208-R1 (the"Contract") Renewal Tenn No.2:January 26,2017 to January 25,2018 The above referenced Contract will expire on January 25,2017. 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-R1 for an additional one year period,which will begin immediately upon the expiration of the current term and will end on January 25,2018.All other terms and conditions of CSC No.46208-RI 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://fortwortlitexas.,i-yov/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 FMS,Purchasing Division 817-392-2057-Direct 817-392-8440-Fax I hereby acknowledge receipt of the Conti-act Renewal Notice for CSC No. 46208-RI for a one year period ending on January 25,2018. By: KYLE P oZy-co6n l/S r iZ►.�a-�A-L Date: Name and Title ®F F0,% A, l Signa e :0 CITY OF FO Hr • > AT crd7Tl,,Assistant City Manager AS' Mary J. er ity Acretary Date: /-- a. —)'7 M&C No. C-27087 RECOMMENDED BY: zi% (� Doug W.Wi ig,Ph.D.,P.E. Director,Transportation&Public Works Department Date: &Z71/ OFFICIAL.RECORD CITY SECRETARY FT.i�IOLtTLL+TX CSC No. Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Name of Employee Yv-f'P-,f S I'elya / -E n) K- Title M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR » COUNCIL ACTION: Approved on 11/18/2014 REFERENCE 202014 DEVELOPER DATE: 11/18/2014 NO.: C-27087 LOG NAME: GEOTECHNICAL CONTRACT CODE: C TYPE: NON- PUBLIC NO CONSENT HEARING: 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: http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20449&councildate=11/18/2014 2/8/2017 M&C Review Page 2 of 2 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. 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 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=20449&councildate=11/18/2014 2/8/2017