Loading...
HomeMy WebLinkAboutContract 48835-R1 4bo� 2 CSC NO.48835 b M C\1 CITY OF FORT WORTH CI SECRETARY CONTRACT RENEWAL NOTICE March 28,2018 a �l VRX, Inc. 2500 N.Dallas Parkway, Suite 450 Plano,Texas 75093 Attn:Kai Eideh RE: NOTICE OF CONTRACT RENEWAL Construction Inspection Services for Various City Construction Projects Contract No. CSC No.48835("Contract") Contract Amount:$900,000 The above referenced Contract expired on March 8,2018.Authorized work ordered prior to the expiration date may continue; however no new work orders may be processed under this agreement,unless renewed.Pursuant to the Contract,two contract renewals are permitted.This letter is to inform you that the City is exercising its option to renew CSC No.48835 for an additional one year period,which will begin on the Effective Date established in the renewal document attached hereto. The Hourly Labor Rates in Attachment B will be increased by 2%. The Contract requires certain amendments to comply with recently enacted state laws and other staff-requested changes.The First Renewal and Amendment is attached hereto for your review and execution.The amendments will be incorporated into the original Contract terms with this renewal.All other terms and conditions of the Contract remain unchanged. If your firm agrees to the amendments and renewal terms, please sign and return this acknowledgment letter and the First Renewal and Amendment document and provide a copy of your current insurance certificate to the undersigned. Please log onto BuySpeed Online at http://fortworthtexas.gov/purchasinq to insure that your company information is correct and up-to-date If you have any questions concerning this Contract Renewal, please don't hesitate to contact me. Sinc rely yours, //�oy Teal TPW Capital Delivery 8851 Camp Bowie Blvd.West Fort Worth, Texas 76116 (817) 392-7958 By: Kai Eideh/Contracts&Admin Manager Date: 04/13/2018 Printed N.amf�e nd I itle Signature OFFICIAL RECORD CITY SECRETARY page 1 of i FT.WORT"t TX CITY OF FORT WORTH AMENDMENT AND FIRST RENEWAL OF AGREEMENT WHEREAS,this Amendment and Renewal of Agreement is between the City of Fort Worth, ("CITY"), and VRX, Inc.,("CONSULTANT"); and WHEREAS, CITY and CONSULTANT desire to amend and renew the Original Agreement(City Secretary#48835);and WHEREAS, the Original Agreement and this Renewal were approved by M&C C- 28098 (February 7, 2017), for the Project generally described as: Construction Inspection Services for Various City Construction Projects; NOW, THEREFORE, it is agreed by the CITY and CONSULTANT as follows: Article I The Scope of Services as set forth in the Original Agreement remains unchanged. Article 11 The CONSULTANT's compensation for this Renewal shall be$900,000.00. Article III The CONSULTANT'S hourly labor rates,Attachment B to the original agreement, shall be increased by two per cent. Article IV Inspectors The Agreement is hereby amended to include the following language: The CITY reserves the right to review the resume, CV or other certifications for each Inspector proffered by CONSULTANT to perform work under this AGREEMENT.CONSULTANT shall make every effort not to change Inspectors accepted by the CITY for the duration of a PROJECT as defined under Task 1, Construction Inspection, of Attachment A to the original AGREEMENT. Article V The Agreement is hereby amended to include the following language: Immigration Nationality Act First Renewal of Agreement Page 1 of 3 Construction Inspection Services for Infrastructure Projects CONSULTANT shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, CONSULTANT shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. CONSULTANT shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any CONSULTANT employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to CONSULTANT, shall have the right to immediately terminate this Agreement for violations of this provision by CONSULTANT. Article VI The Agreement is hereby amended to include the following language: Prohibition on Contracts with Companies Boycotting Israel CONSULTANT acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, CONSULTANT certifies that CONSULTANT's signature provides written verification to the City that CONSULTANT:(1)does not boycott Israel;and(2) will not boycott Israel during the term of the contract. Article VII All other provisions of the Original Agreement not expressly amended herein, shall remain in full force and effect. EXECUTED and EFFECTIVE as of the date subscribed by the City's designated City Manager. APPROVED: City of Fort Worth VRX, Inc. First Renewal of Agreement Page 2 of 3 Construction Inspection Services for Infrastructure Projects Susan Alanis NAME: Noelle Ibrahim, P.E. Assistant City Manager TITLE : President DATE: at "a DATE: Apri 03,2018 APP VAL RECOMMENDED: i Douglersig,P.E. DirectWranportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: 0-30 Date: cL7"I�] Douglas W.Black Assistant City Attorney r�} r ATTEST: :, U: :2 ary J.K ' City Secretary �XAS Contract Compliance Manager: By signing, 1 acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. y Teal Construction Manager OFFICIAL RECORD '5 First Renewal of Agreement CITY #9►RY Construction Inspection Servicesfor Infrastructure Projects FT.WORTHO TX t� ®® ri�wem*xRs A�Ro 07/0 CERTIFICATE OF LIABILITY INSURANCE DADD/YY7/o7/zo17 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: Melissa Pratt McLaughlin Brunson Insurance Agency PHONE FAX 12801 North Central Expressway A/C No Ext: (214) 503-1212 AIC No: Suite 1710 ADDRE AIL Dallas TX 75243 SS: certificate@mclaughlinbrunson.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Travelers Prop Casualty Co of AM 25674 INSURED INSURER B:Charter Oak Fire Insurance Co. 25615 VRX, Inc.; Vertex Engineering, Inc. INSURERC:XL Specialty Insurance Company 37885 2500 Dallas Parkway INSURERD:Travelers Indemnity Company 25658 Suite 450 Plano TX 75093 INSURER E:Travelers Casualty & Surety Co. 19038 INSURER F COVERAGES CERTIFICATE NUMBER:Cert ID 35715 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 ADDL SUBR POLICY EFF POLICY EXP I LTR TYPE OF INSURANCE POLICY NUMBER MMIDDNYYY MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY Y Y 6802J92569A 07/10/2017 07/10/2018 PREMISES Ea occurrence $ 2,000,000 CLAIMS-MADE ❑X OCCUR ContractualLiability MED EXP(Any one person) $ 10,000 X XCU Coverage, Broad PERSONAL&ADV INJURY $ 2,000,000 X Form GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 POLICY FX]JECT F7 PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident B X ANY AUTO Y Y BA26981,975 07/10/2017 07/10/2018 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident L 1 1 $ D X UMBRELLALIAB X OCCUR Y Y CUP5A661646 07/10/2017 07/10/2018 EACH OCCURRENCE $ 2,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 2,000,000 DED � X RETENTION$ 10,000 $ WORKERS COMPENSATIONWC STATU- OTH- E AND EMPLOYERS'LIABILITY YIN Y UB6722Y801 07/10/2017 07/10/2 018 X OR LIMITS R ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 11000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Professional Liability Y DPR9915875 07/10/2017 07/10/2018 Per Claim/ $ 5,000,000 Annual Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I 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 policy period and is subject to a deductible. Thirty day notice of cancellation in favor of certificate holder on all policies.The City of Fort Worth, its officers, employees and servants are named as additional insureds on the general, auto and umbrella liability coverages as required by written contract. A waiver of subrogation is shown in favor of the additional insured on the workers compensation liability coverage as required by written contract. The general liability coverages are on a primary and non-contributory basis. The auto liability coverage is on a primary basis. The umbrella liability follows form. RE: Contract 48835, Construction Inspection Services For Infrastructure Projects 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. Transportation & Public Works Attn: Roy Teal AUTHORIZED REPRESENTATIVE 8851 Camp Bowie West Blvd. , ,{f,r;,, aw Fort Worth TX 76116 ls'E/�Y�Luu ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Page 1 of 1 2/8/2017 M&C Review tadcl :or t ih 12X6 CITY COUNCIL AGENDA FORTWORTN COUNCIL ACTION: Approved on 2/7/2017 DATE: 2/712017REFERENCE,t,tC-28098 LOG 20_2016CONSTRUCTION INSPECTION NO.: NAME: SERVICES CONTRACTS CODE: C TYPE: CONSENT PUBLIC NO HEARING: 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., Lina T. Ramey and Associates, Inc., Multatech Engineering, Inc., Pape-Dawson Engineers, Inc., CMT Engineering, Inc. d/b/a PaveTex, TEI Program/Construction Management, Inc., Teague Nall & Perkins, Inc., and VRX, Inc., with a Fee Not to Exceed $900,000.00 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., Lina T. Ramey and Associates, Inc., Multatech Engineering, Inc., Pape-Dawson Engineers, Inc., CMT Engineering, Inc. d/b/a PaveTex, TEI Program/Construction Management, Inc., Teague Nall & Perkins, Inc., 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. The annual amount of each contract not to exceed $900,000.00. DISCUSSION: The Transportation and Public Works Department solicited firms to provide construction inspectors to inspect various City-wide projects as a supplement 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 in August 2016. The Department received Statements of Qualifications(SOQ) for professional services from 11 firms for providing construction inspection services. Each firm's 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., Lina T. Ramey and Associates, Inc., Multatech Engineering, Inc., Pape-Dawson Engineers, Inc., CMT Engineering, Inc. d/b/a PaveTex, TEI Program/Construction Management, Inc., Teague Nall & Perkins, Inc., and VRX, Inc. Funding for the construction inspection services for various City construction projects will be provided through various project funding sources. The Office of Business Diversity in conjunction with the Transportation and Public Works Department has determined compliance with the City's Business Diversity Enterprise Ordinance by the inclusion of SBE firms on this project. Lamb-Star Engineering, L.P., Lina T. Ramey&Associates, Inc., Multatech Engineering, Inc., CMT Engineering, Inc. d/b/a PaveTex, TEI Program Construction Management, Inc., and VRX, Inc., are certified SBE firms. Freese and Nichols, Inc., Pape-Dawson Engineers and Teague Nall & Perkins, Inc., are also being recommended for awards. http://apps.cfwnet.org/counci I_packet/mc_review.asp?I D=24238&counci(date=2/7/2017 1/2 2/812017 M&C Review FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations, funds will be available in the current capital project budgets, as appropriated in the various funds for TPW Capital Projects. The participating department has the responsibility to validate the availability of funds prior to an expenditure being made. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating_Department Head: Douglas Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS 2016-12-15 Lamb-Star 1295 Fomi.pdf Form 1295-Multatech-Cont-Insp.pdf Freese Nichols Form 1295 for Infr Const Insoec.0 Lina Ramey Assoc 1295 FormRev.pdf Pape-Dawson Engineers Form 1295 Signed.pdf PaveTex SMuratec1295.pdf TEI Program Construction Management 1295 Form C28016121616380.pdf TNP_Form 1295.pdf VRX Form 1295 Form-City of FW Inspection-121516.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=24238&councildate=2/7/2017 2/2 C- 28098 C CERTIFICATE OF INTERESTED PARTIES FORM ZZgrJ lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-146807 VRX,Inc. Plano,TX United States Date Filed: 2 Name of governmental entry or state agency that Is a party to the contract for which the form is 12/15/2016 being filed. City of Fort worth Date Acknowled'ge'd: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,andprovide a description of the services,goods,or other property to be provided under the contract. TBD Construction engineering,inspection,and management services 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Ibrahim,PE,Nawal(Noelle) Plano,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. HOLLY tlECKA 'Ws Notary Public,State of Texas My Commission Expires October 22, 2019 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Swom and subscribed before me,by the said AAk—e 4P� .this the / day of 20 .,to certify which,witness my hand and seal of office. SignabriVo icer administering oath Printed name of officer administering oath Tide of officer administeffig oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277