Loading...
HomeMy WebLinkAboutContract 45865-R1 asg� �;1TY S�RFAW q5&cD.�1 RECEIVED � C0� Q � N JUL 14 2015 V CITY OF FORT WORTH FIRST RENEWAL OF AGREEMENT b Z. WHEREAS, the City of Fort Worth, ("City"), and Freese & Nichols, Inc., authorized to do business in Texas, ("Contractor"), entered into that certain ORIGINAL AGREEMENT (City Secretary #45865, M&C C-26907) for the PROJECT generally described as: Construction Inspection Services for Infrastructure Projects; and WHEREAS, The City and Contractor desire to renew the ORIGINAL AGREEMENT for an additional term and for the same price, said RENEWAL, authorized by M&C C-26907 (August 5, 2014); and WHEREAS, the original term of the Contract expires on August 17, 2015; NOW, THEREFORE, it is agreed by the City and Contractor as follows: Article I The Scope of Services as set forth in the ORIGINAL AGREEMENT has not changed. Article II The Contractor's compensation shall be in the amount of$500,000.00. The Term of this renewal agreement shall be for one year, effective August 18, 2015, or the expenditure of the funding, whichever occurs first. Article III There are no other changes to any other terms or conditions of the ORIGINAL AGREEMENT. EXECUTED and EFFECTIVE as of the date indicated above, by each party's duly authorized representative. City of Fort Worth Freese & ichols, Inc. '4�6,L-- Fernando Costa John ewar, P.E. Assistant City Manager Vi President DATE: -- _3 l3 DATE: -7 OFFICIAL RECORD CITY SECRETARY First Renewal of Agreement Construction Inspection services for Infrastructure Projects Page 1 of 2 Freese&Nichols,Inc. FT. WORTH, TX APPROVAL RECOMMENDED: 1 Douglas . Wiersig, P.E. Director, Transportation and Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: G` 67o Date: - 5 - 1 Y Douglas W. Black Sr_ Assistant City Attorney ATTE a ° $ °7d RX Mary J. Ka %° °° °0000° City Secretary rEXA`3 OFFICIAL RECORD First Renewal of Agreement Construction Inspection Services for Infrastructure Projects CITY SECRETARY Page 2 of 2 Freese&Nichols,Inc. FT. WORTH, TX M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTH COUNCIL ACTION: Approved on 8/5/2014 REFERENCE 20INFRASTRUCTURE DATE: 8/5/2014 NO.: C-26907 LOG NAME: CONSTRUCTION INSPECTION SERVICES CODE: C TYPE: NON-. PUBLIC NO CONSENT 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., and VRX Inc., with a Fee Not to Exceed $500,000.00 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., 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 with a fee not to exceed $500,000.00 annually per firm. DISCUSSION: The Transportation and Public Works Department solicited firms to provide Construction Inspectors to inspect various projects city-wide as an augmentation 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 on March 13, 2014 and April 10, 2014. The Department received Statements of Qualifications (SOQ) for professional services from 14 firms for providing construction inspection services. Each firm's Statements of Qualifications (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. and VRX Inc. Funding for the construction inspection services for various City construction projects will be provided through various Capital Improvement Program Funds including the 2014 Bond Program. For the 2014 Bond Program, available resources within the General Fund will be used to provide interim financing for the expenditures associated with these projects until debt is issued. Once debt associated with the projects are sold, bond proceeds will reimburse the General fund, in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance 21241-05-2014). M/WBE Office: The M/WBE Office in conjunction with the Transportation and Public Works Department has determined compliance with the City's Business Diversity Enterprise Ordinance by the inclusion of a SBE Prime on this project. Three firms have been recommended for an award includes Freese and Nichols, Inc., Lamb-Star Engineering, L.P. and VRX, Inc. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that the funds are available in the current capital budgets, as appropriated, of the various Capital Improvement Program Funds, and funds are available in the General Fund to pay expenses which will be incurred on this contract associated with http://apps.cfwnet.org/council_packet/mc review.asp?ID=20092&councildate=8/5/2014 7/8/2015 M&C Review Page 2 of 2 the 2014 Bond Program until reimbursement can occur from the issuance of public securities. 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.orID council_packet/mc_review.asp?ID=20092&councildate=8/5/2014 7/8/2015