Loading...
HomeMy WebLinkAboutContract 46242-R1 CSC No, CITY OF FORT WORTH CONTRACT RENEWAL NOTICE 1/10/16 Mas-Tek Engineering&Associates,Inc. 5132 Sharp St. Dallas,TX 75247 Re: NOTICE OF CONTRACT RENEWAL City Developer Agreement Contract No.CSC No.46242(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. 46242 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. 46242 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 hM2://fortworthtexas.gov/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 1ECRETARY 817-392-2057-Direct [ o mcgn q 7f�K 817-392-8440-Fax I hereby acknowledge receipt of the Contract Renewal Notice for CSC No.46242 for a one year period ending on January 25,2017. By: ---tet f 1c-S— f IC-4 Date: y C_ Printed N and Tit ure CITY WORT ATT Jay ChapaAssistant City Manager Aary J.0017my Secretary Date: `� �rjj M&C No. _Q-27087 OR RECOMMENDED BY: �J' Doug WdWiersi Ph.D. P.E. Director,Transportation&PubliV Works Department — ©-1 V. Date: % co - '�O000aaa' c�Q� x• City of Fort Worth, Texas Mayor and Council Communication CQUNCI,L ACTION: Approved on 11/48/2014 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, 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: ' Y 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 Fun d/Account/C enters FROM Fun&AccountlCenters C> RTIFICATIONS: 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. l ® DATE(MM/DD/YYYY) ,acoRD CERTIFICATE OF LIABILITY INSURANCE 1/11/2016 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: Swingle, Collins&Associates a/a°NN EXt:972-387-3000 A/c No:972-387-3808 13760 Noel Road, Suite 600 E-MAIL Dallas TX 75240 ADDRESS:services swin lecolIins_com INSURER SLAFFORDING COVERAGE NAIC p _ INSURERA:Sentlnel Insurance Com an 11000 INSURED MAS-ENG-01 INSURERB:Texas Mutual Insurance Co 2945 MAS-TEK Engineering INSURER C_Allmerica Financial Benefit 1840 5132 Sharp ST INSURER D:Admiral Insurance Co 24856 Dallas TX 75247 -- INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER:238631680 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 I POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY /YY MM/DDYY A GENERAL LIABILITY 46SBAUL5669 1/7/2016 1/7/2017 EACH OCCURRENCE 52,000,000 X DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence S100,000 CLAIMS-MADE 1-- i OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $4,000,000 JECT X POLICY PRO LOC S C AUTOMOBILE LIABILITY AWDA59236200 3/26/2015 3/26/2016 Ea accident $1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident S A X UMBRELLA LIAB X OCCUR 46SBAUL5669 1/7/2016 1/7/2017 EACH OCCURRENCE 54,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $4,000,000 DED I I RETENTIONS $ B WORKERS COMPENSATION TSF0001284234 3/29/2015 3/29/2016 X STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TCRY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT 51,000,000 OFFICERlMEMBER 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 D Proffessional Liability E0000031179-01 11/4/2015 11/4/2016 $1,000,000 Each Claim $1,000,000 Aggregate $10,000 Deductible Ea Cim DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Geotechnical Engineering&Testing Services. City of Fort Worth,their respective officers, directors, agents,employees,and representatives are included as Additional Insured as respects General&Auto Liability as required by written contract.The General Liability policy contains a special provision with Primary& Non-Contributory wording as required by written contract.Waiver of Subrogation applies as respects General&Auto Liability as required by written contract. 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. 1000 Throckmorton Street Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE 114411 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD