Loading...
HomeMy WebLinkAboutContract 44076 (2)City of fort Worth e a�'t�`e�`t Transportation and public Survey Services Division Requirements Contract 2013 OFFICIAU RECORD CITY SECRETARY FT. WORTh, TX STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT That the City of Fort Worth, a Texas municipal corporation acting herein, by and through Fernando Costa, its duly authorized Assistant City Manager, hereinafter called "CITY' , and FULTON SURVEYING INC, hereinafter called "SURVEYOR", hereby make and enter into the following contract ("Contract") For and in consideration of the covenants and payments herein mentioned, SURVEYOR hereby covenants and agrees as an independent contractor, to perform the services hereinafter described with diligence and in accordance with the pi ofessional standards customarily obtained for such services in the State of Texas. Section 1 ARTICLE I SERVICES The services to be performed by the SURVEYOR hereunder shall include topographic, preliminary, geodetic geospatial, cadasti al, construction, as -constructed and all other necessary land surveying tasks, as specified by the CITY. The services hereunto may be requested by the CITY on a project -to -project basis, which require from one (1) day to several months to complete The SURVEYOR shall be given written authorization to proceed with the requested services along with a PROJECT INFORMATION AND INSTRUCTION PACKET, which shall contain the scope of services to be provided, Transportation and Public Works Department project numbers(s), project name, plans, maps, plats, sample formats (ASCII DWG, files and any required hard copies of data) in which the completed data is to be supplied to the CITY, project schedules, etc. or other pertinent data as necessary Each PROJECT INFORMATION AND INSTRUCTION PACKET issued to SURVEYOR shall become a part of this Contract and it will be the SURVEYOR'S responsibility to make certain that completed data furnished to the CITY is IN THE EXACT FORMAT REOUESTED IN THE INFORMATION AND INSTRUCTION PACKET, and that copies of the original field data are submitted to the CITY for inclusion into permanent project files Time is of the essence, therefore the SURVEYOR agrees to begin work on any requested services within two (2) business days after the receipt of the written authorization to begin work, and work authorized hereunder shall be completed within a time period to be specified in writing at the time the SURVEYOR is authorized to begin work. The SURVEYOR agrees that it may be requested to perform services simultaneously on one (1) or more projects at any given time, and that the foregoing time limitations will apply to each individual request for services on which SURVEYOR is working. The SURVEYOR acknowledges hereby that it may be one of several surveying firms that the CITY may contract with as independent contractors, any of which may be providing like services to the CITY simultaneously at separate sites Further, the SURVEYOR acknowledges that the services requested by the CITY hereunder will supplement like services by CITY and this Contract in no way grants any exclusive right of the SURVEYOR to provide services unless such services are mitiated and requested in writing by the CITY, in City's sole discretion. Section 2 The services to be performed by the SURVEYOR shall include, but not be limited to the following: 1. When requested by the CITY, the SURVEYOR shall provide services of a three (3) member field crew on an hourly basis, four (4) hours minimum charge per request, and shall perform the services within the time specified by the CITY. 2. When requested by the CITY, the SURVEYOR shall provide services of a two (2) member field crew on an hourly basis, four (4) hours minimum charge per request, and shall perform the services within the time specified by the CITY. 3. When requested by the CITY, the SURVEYOR shall provide services of a Registered Professional Land Surveyoi, licensed by the Texas Board of Professional Land Surveying, on an hourly basis, and shall perform the services within the time specified by the CITY. 4. When requested by the CITY, the SURVEYOR shall provide services of Surveying Technicians, experienced in pi eparation of survey -related documents such as maps, plats, legal descriptions, records research or other related documents or technical services as specified at time the request is made on an hourly basis, and shall perform the services within the time specified, or approved, by the CITY. 5. When requested by the CITY, the SURVEYOR shall provided personnel and equipment to perform work using Clerical Staff on an hour ly basis and will perform the services within the time specified, or approved, by the CITY. 6. When requested by the CITY, the SURVEYOR shall perform the services from other vendors necessary for the execution and progress of the assigned project. Payment for these services shall be at a rate of actual billing to the SURVEYOR, plus ten (10) percent for profit and overhead. A copy of the invoice from the vendor to the SURVEYOR must be submitted to the CITY with the SURVEYOR'S invoice for payment for all work performed pursuant to this Article I Section 2.6. No additional compensation shall be paid for sub consultant services 7 All field notes, plats, maps, legal descriptions or other specified documents prepared in conjunction with the requested services shall be provided in a digital format compatible with the electronic data collection and computer aided design and drafting software currently in use by the CITY Surveying Services Division (Auto CAD Civil 3D 2012). All text data such as real property descriptions, coordmate files, cut sheets, etc. shall be provided in the American Standard Code for Information Interchange (ASCII) format and all drawing files shall be provided in AutoCAD (DWG) format usmg sample documents provided to the SURVEYOR in the PROJECT INFORMATION AND INSTRUCTION PACKET, or as otherwise approved in writing by the CITY, and all data collected and generated during the course of the project shall become the property of the CITY All geospatial data such as attribute data, etc. shall be provided in ESRI (SHP, SHX, and DBF) format compatible with software currently m use by the City (ArcGIS). 8 All work provided by the SURVEYOR hereunder shall conform to the PROFESSIONAL LAND SURVEYING PRACTICES ACT and then current General Rules of Procedures and Practices of the TEXAS BOARD OF PROFESSIONAL LAND SURVEYING as amended, and except as provided for herein must meet the minimum standards of practice as set forth in the current edition of TEXAS SOCIETY OF PROFESSIONAL LAND SURVEYORS MANUAL OF PRACTICE FOR LAND SURVEYING IN TEXAS. 9. The CITY may, specify, in writing and at its sole discretion more stringent accuracy standards than those established herein at the time the services are requested 10. When access to private property is required as a portion of the requested services, where no known easement exists granting said access, prior to the SURVEYOR'S entry onto the property the SURVEYOR shall obtain a written "RIGHT OF ENTRY" from the Property owner or his on -site representative. The "RIGHT OF ENTRY ' shall be prepared in accordance with Attachment A to the requirement and a copy of which shall be provided to the CITY in the format requested (PDF) In the event SURVEYOR is unable to obtain said `RIGHT OF ENTRY" in a timely manner SURVEYOR shall notify the CITY, and the CITY shall determme if SURVEYOR shall spend additional time trying to obtain said "RIGHT OF ENTRY" or if CITY shall obtain the RIGHT OF ENTRY". If there is an existing known easement granting access, SURVEYOR shall notify the pi operty owner in writing at the best available address of the property owner, and if occupied, to the actual physical address of the property, and copy to the CITY, prior to any entry onto the property. 3 ARTICLE II COMPENSATION Section 1 For all land surveying services provided hereunder, including but not limited to all expenses for and provisions of payroll, supervision, overhead, profit insurance, benefits, local travel, tools, equipment, materials, supplies and incidentals, the CITY agrees to pay the SURVEYOR a fixed fee agreed to in advance or a fee in the amount equal to the following hourly rates times the hours invoiced and approved for payment by the CITY for each request or portion thereof performed by the SURVEYOR: THREE (3) MEMBER FIELD CREW $ 160.00 /HR TWO (2) MEMBER FIELD CREW $ 140.00 /HR REGISTERED PROFESSIONAL LAND SURVEYOR $ 120.00/HR CLERICAL $ 50.00/HR SURVEYING TECHNICIAN $ 80.00/HR VENDOR SERVICES $Actual invoice Plus 10% LASER SCANNING SERVICES $160.00/HR HYDROGRAPHIC SURVEY SERVICES $200.00/HR Section 2 In no event shall the payment by the CITY for all work and services performed hereunder exceed the sum of $150,000. Section 3 Payment shall be made monthly upon receipt and approval by the CITY of an invoice from the SURVEYOR, for services performed during the period covered by said invoice. Invoices shall be prepared in accordance with Attachment B to this requirement and submitted monthly in the format requested by the CITY. The invoice shall include dates of service and hourly totals for each contract rate as well as extended totals for each project by CITY project number (CPN xxxx) fund -account -center code (FAC xxx-531200-xxxxxxxxxxx), and project name as shown on the "Authorization to Begin Work". The award of this Contract does not guarantee the expenditures of funds under this Contract unless the work is actually requested by the CITY, and perfouned by the SURVEYOR in accordance with this Contract. ARTICLE III ASSIGNMENT OF CONTRACT Neither the CITY nor the SURVEYOR shall assign or transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Contract without the written consent of the other except to the extent that it is hmited by law Any attempt assignment or transfer without the written consent of CITY shall be void ARTICLE IV TERMINATION OF CONTRACT Section 1 This Contract shall expire at midnight (CST), one year from the date executed by both parties. Section 2 4 The CITY may terminate this Contract at any time and for any cause by a notice in writing to the SURVEYOR. Upon receipt of such notice the SURVEYOR shall immediately discontinue all services and work, and the placing of all orders or entering mto contracts for supplies assistance facilities, and materials in connection with the performance of this Contract and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Contract. Section 3 If the CITY terminates this Contract under the forgoing Section 2, the CITY shall pay the SURVEYOR at contract iates for services perfoinied prior to such notice of termination of Contract. Section 4 Any work for which a notice to proceed was issued prior to the expiration of the term of the Contract shall be completed under the terms of this Contract regardless of the actual completion date, and regardless if such completion date is after the Contract has expired, unless notified in writing by the CITY otherwise. ARTICLE V OWNERSHIP OF DOCUMENTS All completed or partially completed original documents prepared under this Contiact, shall become the property of the CITY upon completion of services or termination or expiration of the Contract, and may be used by the CITY in any manner it desires; provided, however, that the SURVEYOR shall not be liable for the use of such documents for any purpose other than as described when the service was requested. ARTICLE VI INDEPENDENT CONTRACTOR The SURVEYOR covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant or employee of the CITY; that the SURVEYOR shall have exclusive control of and the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be liable for the acts and omissions of its officers agents employees, contractors subcontractors and consultants, and nothing herein shall be construed as creatmg a partnership or joint enterprise between the CITY and the SURVEYOR. The doctrine of respondeat superior shall not apply as to the relationship between the CITY and SURVEYOR In accordance with the PROFESSIONAL LAND SURVEYING PRACTICES ACT the CITY is hereby informed that any complaints about the surveying services may be directed to the TEXAS BOARD OF PROFESSIONAL LAND SURVEYING, Building A, Suite 156, 12100 Park 35 Circle MC-230 Austin, Texas, 78753 (512) 239-5263. Section 1 ARTICLE VII INDEMNIFICATION AND INSURANCE REQUIREMENTS Approval by the CITY of this Contract or any work performed by SURVEYOR shall not constitute or be deemed to be a release of the responsibility and liability of the SURVEYOR, its officers, agents employees, and subcontractors for the accuracy and competency of the services performed under this Contract, including but not limited to survey, designs, working drawings and specifications and other surveying documents. Such approval of this Contract or any work performed by SURVEYOR shall not be deemed to be an assumption of such responsibility and liability by the CITY for any negligent act, error or omission in the performance of SURVEYOR S professional services or in the conduct or preparation of the surveys, designs, working drawings and specifications, or other surveying documents by the SURVEYOR its officers, agents, employees, contractors, and subcontractors. SURVEYOR SHALL INDEMNIFY AND HOLD THE CITY AND ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES HARMLESS FROM ANY LOSS DAMAGE, LIABILITY OR EXPENSES, ARISING FROM DAMAGE TO PROPERTY AND INJURIES, INCLUDING DEATH, TO ALL PERSONS, INCLUDING BUT NOT LIMITED TO OFFICERS, AGENTS, OR EMPLOYEES OF THE SURVEYOR OR SUBCONTRACTORS, AND ALL PERSONS PERFORMING 5 ANY PART OF THE WORK AND IMPROVEMENTS WHICH MAY ARISE OUT OF ANY NEGLIGENT ACT, ERROR OR OMISSION IN THE PERFORMANCE OF SURVEYOR'S PROFESSIONAL SERVICES OR IN THE CONDUCT OR PREPARATION OF SURVEYS, DESIGNS, WORKING DRAWINGS, SPECIFICATIONS, AND OTHER SURVEYING DOCUMENTS INCORPORATED INTO ANY IMPROVEMENTS CONSTRUCTED IN ACCORDANCE THEREWITH. THE SURVEYOR SHALL DEFEND AT ITS OWN EXPENSE ANY SUITS OR OTHER PROCEEDINGS BROUGHT AGAINST THE CITY AND ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES, OR ANY OF THEM IN CONNNECTION THEREWITH PROVIDED AND EXCEPT, HOWEVER THAT THIS INDEMNIFICATION PROVISION SHALL NOT BE CONSTRUED AS REQUIRING THE SURVEYOR TO INDEMNIFY OR HOLD THE CITY OR ANY OF IT'S OFFICERS, AGENTS, SERVANTS, OR EMPLOYEES HARMLESS FOR ANY LOSS, DAMAGES, LIABILITY OR EXPENSE, ON ACCOUNT OF DAMAGE TO PROPERTY TO INJURIES TO PERSONS CAUSED BY DEFECTS OF DEFICIENCIES IN DESIGN CRITERIA AND INFORMATION FURNISHED SURVEYOR BY CITY, OR ANY DEVIATION IN CONSTRUCTION FROM SURVEYOR'S DESIGNS, WORKING DRAWINGS, SPECIFICATIONS OR OTHER ENGINEERING DOCUMENTS. Section 2 The SURVEYOR shall not commence work under this Contract until it has obtained Professional Liability Insurance as required hereunder and such insurance coverage has been submitted to and approved by the CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractual Liability. The insurance coverage piescribed herein shall be maintained until one (1) year after CITY acceptance of the construction project for which the surveying services were provided and shall not be cancelled without prior written notice to the CITY In this connection, upon the signing and return of this Contract by the SURVEYOR, a Certificate of Insurance shall be furnished to the CITY as evidence that the insurance coverage required herein has been obtained by SURVEYOR. The SURVEYOR shall be responsible for providing the CITY a written thirty (30) day advance notice of cancelation. Policies shall have no exclusions by endorsements that neither nullify or amend the required lines of coverage, nor decrease the limits of said coverages unless such endorsements are approved in writing by the CITY. Without limiting the above indemnification contained in Article VII, Section 1, SURVEYOR shall provide CITY a certificate of insurance as proof that the SURVEYOR has obtained a policy of comprehensive general liability coverage (occurrence basis) with carriers acceptable to CITY covering all risks relating to the services to be performed under this contract by the SURVEYOR, its subcontractors, consultants, such msurance to be in at least the following amounts: Commercial General Liability $1,000,000 Per Occurrence $2,000,000 Policy Aggregate Workers' Compensation Coverage A: Statutory Limits Coverage B: Employer's Liability $100,000 Each Accident $100,000 Disease — Each Employee $500,000 Disease - Policy Limit Business Automobile Combined Single Limit of $1,000,000 OR Bodily Injury $500,000 Per Person $1,000,000 Per Accident 6 Property Damage $250,000 Professional Liability Insurance (Errors and Omissions) $1,000,000 Per Claim $1,000,000 Policy Aggregate Additional Insurance Requirements: a. The CITY, its officers, employees and servants shall be endorsed as an additional insured on SURVEYOR'S insurance policies excepting employer's liability insurance coverage under SURVEYOR'S workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the Director of the Transportation and Public Works Department, City of Fort Worth, 1000 Throckmorton Street Fort Worth, TX 76102 prior to commencement of any work under this Conti act. c. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of this insurance requirements specified herein d. The SURVEYOR shall provide the CITY a minimum thirty (30) days notice of cancellation, non - renewal, and/or material change in policy terms or coverage A ten (10) days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best Rating of A• VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the CITY. g. Other than workers' compensation insurance, in lieu of traditional insurance, CITY may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The CITY must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation. i. CITY shall not be responsible for the direct payment of insurance premium costs for SURVEYOR'S insurance. j• SURVEYOR's insurance policies shall each be endorsed to provide that such insurance is primary protection and self -funded or commercial coverage maintained by CITY shall not be called upon to contribute to loss recovery k. In the course of the project, SURVEYOR shall report, in a timely manner, to CITY's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. SURVEYOR's liability shall not be limited to the specified amounts of insurance required herein m Upon the request of CITY, SURVEYOR shall provide complete copies of all insurance policies required by this Contract. ARTICLE VIII RIGHT TO AUDIT The SURVEYOR agrees that the CITY shall, until the expiration of three (3) years after the final payment under this Contract have access to and the right to examine any directly pertinent books, documents papers, computer media, and records of the SURVEYOR involving transactions related to this Contract. The SURVEYOR agrees that the CITY shall have access during normal working hours to all necessary SURVEYOR facilities and 7 shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The CITY shall give the SURVEYOR reasonable advance notice of the intention to audit. The SURVEYOR further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontracting consultant agrees that the CITY shall, until the expiration of three (3) years after the final payment under the subcontract have access to and the right to examine any directly pertinent books documents papers computer media, and records of such consultant involving transactions relating the subcontract and further that the CITY shall have access during normal working hours to all necessary Consultant facilities and shall be provided adequate and appropriate workspace in order to conduct audits m compliance with the provisions of this section The CITY shall give the consultant reasonable advance notice of the intention to audit. SURVEYOR and its sub consultants agree to photocopy such project -related documents as may be requested by the CITY. The CITY agrees to reimburse SURVEYOR and its sub consultants for the costs of copies at the rate published in the Texas Administrative Code. ARTICLE IX MINORITY AND WOMAN BUSINESS ENTERPRISES (MAYBE) PARTICIPATION In accordance with the City of Fort Worth's Business Diversity Enterprise Ordinance No. 20020-12-2011, the City has goals for the participation of mmority business enterprises and/or small business enterprises, as well as, prime level enhancements for minority and woman business enterprises in City contracts. PRIME SURVEYOR acknowledges the MWBE Prime Contract Program established for this Contract and its commitment to demonstrate the requisite experience and technical proficiency. In addition a PRIME SURVEYOR that is an MWBE must maintain its NCTRCA certification status and may not subcontract moi e than 49% of the contract value to non- MBEs/WBEs Any misrepresentation or the commission of fraud by the SURVEYOR may result in the termination of this Contract and debarment from participating in CITY contracts for a period of time of not less than three (3) years. ARTICLE X LIQUIDATED DAMAGES Should the SURVEYOR fail to complete the work as set forth in any PROJECT INFORMATION AND INSTRUCTION PACKET assigned to SURVEYOR within the time stipulated by City as may be extended at City s sole discretion, there shall be deducted from any moneys due or which may thereafter become due the sum of $75.00 per calendar day, not as a penalty but as liquidated damages, and the SURVEYOR shall be liable to the CITY for such deficiency. ARTICLE XI FIRM IDENTIFICATION Section 1 Vehicle Identification: All vehicles used under this Contract shall have a sign on each side identifying the name of the SURVEYOR. Section 2 Employee Identification• All employees of SURVEYOR or its subcontractors shall display an identification badge, with their picture displayed upon it, their name, and their employer's name. Further all employees shall carry business cards and offer them to all members of the public with whom they have contact pursuant to this Contract. Section 3 Representation: SURVEYOR and SURVEYOR's contractors shall make every reasonable effort to inform the public that they are not employees of the CITY, but private contractors, providing services to the CITY. ARTICLE XII 8 VENUE This Contract shall be construed in accordance with the laws of the State of Texas. Venue of any suit or cause of action arising under this Contract shall lie exclusively in Tarrant County, Texas. ARCITLE XIII THIRD PARTY BENEFICIARIES This Contract shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Contract. Each party hereto shall be solely responsible for the fulfillment of its own contracts and commitments. ARTICLE XIV CONTRACT CONSTRUCTION The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Contract and that the normal rule of construction to the effect that any ambiguities are to be resolved against drafting party must not be employed in the interpi etation of this Contract or any amendments of exhibits hereto. ARTICLE XV ENTIRE CONTRACT This Contract (including the attached exhibits) contains the entire contract between CITY and SURVEYOR, and no oral statements or prior written matter not specifically incorporated herein is of any force and effect. No modifications are binding on either party unless set forth m writing and executed by both parties. 9 IN WITNESS WHEREO ,,,F the parties hereby have executed this Contract on this date, the of l �`A 1n �/t,�i YU 2012. aiming,' IL, Appreyal Recommended Douglas iersig, Director Transp t o n an d i Public Works I ATTF ST: r� I. City Secretary M&c c- ZS`ig (2%((t IL Fulton Surveying, Inc. By: �l.�add /Susan L. Stewart, R.P.L.S. President NOTE: Title of Signer Must be a corporate officer Address: 115 St. Louis Ave. Fort Worth, Texas 76104 SORt $10Z1h AOo 000 a vi�OOf? et O or 00 i al si ir e* 0 r!t r0000oaoa'J C. mtk, rEirat / 2 - Z6. $ 10 By: Fernando Costa, Assistant City Manager )l day APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney �{/i.l L! \lf, t�:j`�J1I\\t' 11 J-,iil\1 <Project Name> Parcel # / ROE Doe # / WO# / P Lot , Block , <Street Address> STATE OF TEXAS COUNTY OF TARRANT § § ATTACHMENT A SAMPLE RIGHT -OF -ENTRY Addition CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY KNOW ALL BY THESE PRESENTS That the undersigned, heieinafter referred to as "Grantor", does by these presents grant and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a temporary right of entry onto property described as Block , Lot, Addition as shown on the deed recorded in Volume Page Tarrant County Deed Records and plat recorded in Cabinet Slide Page , Tarrant County Plat Records a/k/a . Fort Worth, Tarrant County Texas, hereinafter referred to as the "Property", for the purpose of Upon execution of this agreement, Grantor will grant Grantee and its contractor's access to the Property for the purpose stated herein, until such time as the project is completed and approved by the Grantee, at which time the above described temporary right of entry becomes void. This Right of Entry shall include the right of Grantee and its employees, agents, representatives, or contractors to access the aforementioned property TO HAVE AND TO HOLD the above described right of entry, together with all and singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee, is successors and assigns, for the purposes set forth above. Grantee shall restore the Property to the condition it was in immediately prior to accessing the Property under this Right of Entry. EXECUTED this the day of , 200 GRANTOR: (Please Print) (Signature) (Authorized Title) 11 ATTACHMENT B SAMPLE INVOICE z w ABC Surveying Your Address Your State & Zip City of Fort Worth Transportation & Public Works Survey Services 8851 Camp Bowie W Blvd, Ste CO 300 Fort Worth, Texas 76116 HOURS 3 RPLS 5 Survey Technician 7 Two Man Field Crew 3 Three Man Field Crew 1 Clerical Support VENDOR INVOICE No. DATE: PO No CPN FAC No. PROJECT NAME RATE 120.00 80.00 140.00 160.00 50.00 SUBTOTAL INVOICE TOTAL 13-xxxxxxxx-x xxxx xxx-531200-xxxxxxxxxxx Water Replacement BILLED AMOUNT 360.00 400.00 980.00 480.00 50.00 $2,270.00 $2,270.00 12 M&C Review CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 12/11/2012 Official site of the City of Fort Worth, Texas FORT %Vowrii DATE: 12/11/2012 REFERENCE NO.: **C-25996 LOG NAME: 2013 SURVEY CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of Contracts with Seven Firms to Provide Land Surveying and Related Services for One Year with a Fee in the Amount of $150,000.00 Annually Per Firm, with an Option at the City's Sole Discretion for Two One Year Extensions Per Contract (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize the execution of requirement contracts to provide land surveying and related services for an annual contract with a fee not to exceed $150,000.00 annually per firm, with an option at the City's sole discretion for two one year extensions per contract. DISCUSSION: Historically, the City has entered into requirement contracts with land surveying firms to provide services for various City projects. It is anticipated these surveying firms will supplement Staff and provide flexibility and rapid response to City needs. All of the firms selected are qualified professional firms. Funding is provided on an individual project basis. The Survey Division has negotiated unit prices for all firms and believes it to be fair and reasonable. On September 17, 2012, the Department of Transportation and Public Works solicited Statements of Qualifications for professional land surveying services and received responses from 30 firms Each proposal was evaluated by an inter -departmental committee based upon pre -established selection criteria that included qualification of personnel, firm financial responsibility, experience, MBE and/or WBE certification and references. Ten firms were selected for face-to-face interviews and evaluated again upon pre -established selection criteria which included experience, services offered, GIS capabilities, M/WBE criteria, firm availability and responsiveness. The inter -departmental committee recommended the indicated firms for contract award. Arrendondo, Zepeda & Brunz, LLC, Fulton Surveying, Inc., Gorrondona & Associates, Inc., Lina T. Ramey & Associates, Inc., Marshall Lancaster & Associates, Inc., Nathan D. Maier Consulting Engineers, Inc. and Spooner & Associates, Inc., are in compliance with the City's BDE Ordinance through implementation of the City's M/WBE Prime Contract Program. All firms are M/WBE certified. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that the funds are available in the current capital budgets, as appropriated, of the various participating project funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office bv: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Crystal Harris (8971) http://apps.cfwnet.org/council packet/mc_review.asp?ID=17749&councildate=12/11 /2012