Loading...
HomeMy WebLinkAboutContract 49249-R1 CSC NO. 49249 RECEIVED CITY OF FORT WORTH CITY SECRETARY CONTRACT N0. 4q(;q-qJUN -�,�ot�7,2018CONTRACT RENEWAL NOTICE CIN OF FORT WORTH c11y'%�e Engineering Services, LTD 3201 NE Loop 820 Suite 180 Fort Worth, Texas 76137 Attn: Mark D. Gray RE: NOTICE OF CONTRACT RENEWAL Geotechnical Engineering and Materials Testing Services Contract No. CSC No. 49249("Contract") Contract Amount: $500,000.00 The above referenced Contract will expire on July 5, 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.49249 for an additional one year period, which will begin on the Effective Date established in the renewal document attached hereto. The charge for project management(PM)on each invoice, Attachment B to the original contract, will be increased to 7%of the total services provided on the invoice. . 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/purchasing 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. Sincerely ours, Sincerely Arega TPW Capital Delivery/Lab Services 5000 Martin Luther King Jr. Fwy Fort Worth, Texas 76119 (817)392-8930 By: Date: Printedi Signature OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Page 1 of 1 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 Rone Engineering Services, LTD, ("CONSULTANT"); and WHEREAS, CITY and CONSULTANT desire to amend and renew the Original Agreement(City Secretary#49249); and WHEREAS, the Original Agreement and this Renewal were approved by M&C C- 28278 (June 20,2017), for the Project generally described as: Geotechnical Engineering and Materials Testing Services•, 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 II The CONSULTANT's compensation for this Renewal shall not exceed a total of $500,000.00. Article III The CONSULTANT's charge for project management (PM) on each invoice, Attachment B to the original contract, shall be increased to 7% of the total services provided on the invoice. Article IV The Agreement is hereby amended to include the following language: Immigration Nationality Act 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 1-9 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 First Renewal of Agreement Page I of 3 Construction Inspection Services for Infrastructure Projects 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 V 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 boycottlsrael during the term of the contract. Article VI 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 1 Susan Alanis NAME�t Assistant City Manager TITLE i9rt id � DATE: DATE: s as 26j First Renewal of Agreement Page 2 of 3 Construction Inspection Services for Infrastructure Projects APPROVAL RECOMMENDED: L'4 U Dougl W. Wiersig, P.E. Director, Transportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: K M&C: Date: Douglas W. Black Assistant City Attorney A T T: r t, I " F C' jX4ary 1. Kayser City Secretary 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. 1;:OL C4z I �� Zelalem Arega, Pr — Sr. Professional Engineer OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX First Renewal of Agreement Page 3 of 3 Construction Inspection Services for Infrastructure Projects ,eco CERTIFICATE OF LIABILITY INSURANCE D02/12/DD/18 `,,.� 02/12/2018 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 CONT"CT JOSEPH TASSANI INIAME Sage Risk&Insurance Management ao°NN Ext: 732-906-3920 FAX No: 732-906-3921 Me Box n, ADDRESS: CERTIFICATES(n�SRMCORP.NET Metuchen, NJ 08840 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Homeland Insurance Company of 34452 INSURED INSURER B:Atl antic Specialty Insurance C 27154 Rone Engineering Services,Ltd. INSURERC: AMTRUST INS CO OF KANSAS 15954 8908 Ambassador Row INSURERD: Evanston Insurance Co 35378 Dallas, TX 75247 INSURER E INSURER F: 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 rypE OF INSURANCE 1 DDL SUBR POLICY EFF POLICY EXP LIMrrS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYW GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 250,000 ✓ COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ A CLAIMS-MADE Z OCCUR Y Y 793002493-0003 8/20/17 08/20/18 MED EXP(Any one person) $ 5,000 PERSONAL S ADV INJURY $ 1,000,000 ✓ Incl Pollution Liability GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY ✓ PRO LOC $ � �(XXXXX AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ✓ ANY AUTO BODILY INJURY(Per person) $ XXXXXXXXXX ALL OWNED SCHEDULED Y Y 793003685-0002 8/20/17 08/20/18 BODILY INJURY(Per accident) $ XXXXXXXXXX B AUTOS AUTOS $ )� )� ✓ HIREDAUTOS �/ NON-OWNED PROPERTY DAMAGE AUTOS Per accident $ xXxxxxxxxx UMBRELLA LIAR OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LI►B CLAIMS-MADE Y Y 793002494-0003 8/20/17 08/20/18 AGGREGATE $ 5,000,000 DED I ✓ RETENTION$ 10,000 $ Xxxx xXxxxXxx WORKERS COMPENSATION ✓ WC TATU ER X�XXXXXXXXXX AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ 1,000,000 C OFFICER/MEMBEREXCLUDE[ Y KWC1046558 1/15/18 01/15/19 (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 PROFESSIONAL LIABILITY $2,000,000 each claim D MAX7PL0002380 8/20/17 08/20/18 $2,000,000 policy limit $ 25.000 Deductible DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) The City of Fort Worth, its Officers and Employees are named as an Additional Insured as required by City Ordinance under Commercial General Liability including Products and Completed Operations and a blanket waiver of subrogation with coverage provided on a primary and non-contributory basis as per written contract agreement. Coverage under Commercial Auto Liability is also afforded as additional insured under blanket waiver of subrogation endorsement and coverage afforded on a primary and non-contributory basis. 30 days notice except 10 days for non-payment cancellation. CERTIFICATE HOLDER CANCELLATION City Of Fort Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Parkway Services Division THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1000 Throckmorton ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, Texas 76102 AUTHORIZED REPRESEN ATNE @T988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD