Loading...
HomeMy WebLinkAboutContract 49252-R1 CSC NO. 49252 'S 20 CITY OF FORT WORTH oFFQ �SPRCONTRACT RENEWAL NOTICE CITY SECRETAR`I( , 2018 CONTRACT NO. Alliance Geotechnical Group, Inc. 2407 E Loop 820 N Fort Worth, Texas 76118 Attn: Robert Nance RE: NOTICE OF CONTRACT RENEWAL Geotechnical Engineering and Materials Testing Services Contract No. CSC No.49252("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.49252 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 yours, Zelalem Arega TPW Capital Delivery/Lab Services 5000 Martin Luther King Jr. Fwy Fort Worth,Texas 76119 (817) 392-8930 By: Robert P. Nance, President Date: May 18,2018 Printed NameandTitle Signature OFFICIAlL RECORD CITY$$CRLrrARY "WoRTM1 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 Alliance Geotechnical Group, Inc., ("CONSULTANT"); and WHEREAS, CITY and CONSULTANT desire to amend and renew the Original Agreement(City Secretary#49252); 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 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 First Renewal of Agreement Page 1 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 boycott Israel 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 Alliance Geotechnical Group, Inc. i Susan Alanis Robert P. Nance Assistant City Manager President DATE: 1 14,11 b DATE: MLay 18 2018 First Renewal of Agreement Page 2 of 3 Construction Inspection Services for Infrastructure Projects APPROVAL RECOMMENDED: W, U DouglA W. Wiersig, P.E. Director, Transportation/Public Works Department APPROVED AS TO FORM AND LEGALITY: M&C: Date: �)A-17 Douglas W. Black Assistant City Attorney ATTE FOR-r ary J. Kayser City Secretary C� Contract Compliance g liance Mana er: TEXPS 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. os1,� Zela em Arega, P.E. Sr. Professional Engineer LOFFICIAL RE C®Ru SECR TARPMC Hi First Renewal of Agreement Page 3 of 3 Construction Inspection Services for Infrastructure Projects CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 6/20/2017 REFERENCE LOG 202017 GEOTECH ENGINEERING DATE: 6/20/2017 NO.: **C-28278 NAME: AND MATERIALS SERVICES CONTRACTS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of One-Year Annual Contracts with Renewal Options for Geotechnical Engineering and Materials Testing Services for Various Construction Projects with Twelve Companies: �Pctfiance Geotechnical Group, Inc., CMJ Engineering and Testing, Inc., D&S Engineering Labs, LLC, Ellerbee Walczak, Inc., Fugro USA Land, Inc., Globe Engineers, Inc., Gorrondona &Associates, Inc., HVJ North Texas— Chelliah Consultants, Inc., Landtec Engineers, LLC, Rone Engineering Services, LTD, Terracon Consultants, Inc., and T Smith Inspection and Testing, LLC, Each for a Fee Not to Exceed $500,000.00 Annually (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., D&S Engineering Labs, LLC, Ellerbee Walczak, Inc., Fugro USA Land, Inc., Globe Engineers, Inc., Gorrondona & Associates, Inc., HVJ North Texas—Chelliah Consultants, Inc., Landtec Engineers, LLC, Rone Engineering Services, LTD, Terracon Consultants, Inc., and T Smith Inspection and Testing, LLC, for geotechnical engineering and materials testing for various construction projects. The term of each Agreement is one-year with two one-year renewal options. The annual amount of each contract is up to $500,000.00. DISCUSSION: A Request for Proposals (RFP) was published for these services in the Fort Worth Star-Telegram on February 2, 2017, February 9, 2017, February 16, 2017 and February 23, 2017. The Transportation and Public Works Department received written Statements of Qualifications (SOQ) on March 2, 2017 from 21 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, Inc., CMJ Engineering and Testing, Inc., D&S Engineering Labs, LLC, Ellerbee Walczak, Inc., Fugro USA Land, Inc., Globe Engineers, Inc., Gorrondona &Associates, Inc., HVJ North Texas —Chelliah Consultants, Inc., Landtec Engineers, LLC, Rone Engineering Services, LTD, Terracon Consultants, Inc., and T Smith Inspection and Testing, LLC. Funding for the geotechnical engineering and materials testing services for City projects will be provided through various project funding sources. Services for the developer projects will be paid by the developers who initiate the construction projects. M/WBE OFFICE - 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 SBE firms on this project. Eight of the twelve firms recommended for award are SBE certified: Alliance Geotechnical Group, Inc., CMJ Engineering and Testing, Inc., D&S Engineering Labs, LLC, Ellerbee Walczak, Inc., Globe Engineers, Inc., Gorrondona &Associates, Inc., HVJ North Texas — Chelliah Consultants, Inc., and T Smith Inspection and Testing, LLC. The remaining four firms Fugro USA Land, Inc., Landtec Engineers, LLC, Rone Engineering Services, Ltd., and Terracon Consultants, Inc., committed to 15 percent SBE participation. FISCAL INFORMATION/CERTIFICATION: The Director of Finance 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 funds and the TPW CFA Fund. Prior to an expense being incurred, the participating department has the responsibility to validate the availability of funds. 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) j Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Roy Teal (7958) Zelalem Arega (8930) ATTACHMENTS Form 1295 Certificate 100214967 Signed 5-30-17CMJ Geotech.af Form 1295 Geotech 12 Engineers(Revisedpdf Forn1295 Terracon Geotech.pdf DATE(MM/DD/YYYY) A�Ro® CERTIFICATE OF LIABILITY INSURANCE 05/22/2018 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 have ADDITIONAL INSURED provisions or 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 Wendy Van Orden NAME: Patterson&Associates Insurance Agency, Inc. PHONE. Extl: (972)669-2431 AIC No: (972)783-0831 P.O.Box 852037 E-MAIL wendy@piainsure.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Richardson TX 75085-2037 INSURERA: Hanover Lloyds Insurance Cc 41602 INSURED INSURER B: Allmerica Financial Benefit Insurance Cc 41840 Alliance Geotechnical Group, Inc. INSURERC: Hanover Insurance Group 22292 3228 Halifax St. INSURER D: Service Lloyds Insurance Co. 43389 INSURER E: Certain Underwriters at Lloyd's of London 15642 Dallas TX 75247 INSURER F: COVERAGES CERTIFICATE NUMBER: 17-18 All Lines 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 AUUL 51.11,511 POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMIDDIYYYY MM/DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE CLAIMS-MADE X OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 10,000 A ZLD-D082234-01 11/04/2017 11/04/2018 PERSONAL&ADV INJURY $ 1,000,000 MOTHER: LAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 POLICY FXPRO ❑ 2,000,000 JECT LOC PRODUCTS-COMP/OPAGG $CYBER $ 50,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED AWD-D083721-01 11/04/2017 11/04/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident Underinsured motorist $ 1,000,000 UMBRELLA LIAB �"'""""""""'""'N 10,000,000 X OCCUR EACH OCCURRENCE $ C EXCESS LIAB CLAIMS-MADE UHD-D082235-01 11/04/2017 11/04/2018 AGGREGATE $ 10,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION X1 SPER TATUTE EORH AND EMPLOYERS'LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 D OFFICER/MEMBER EXCLUDED? � NIA WC0098554-2017A 11/04/2017 11/04/2018 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional/Pollution Liability E PGIARK0668900 11/04/2017 11/04/2018 Per Occurrence Limit $2,000,000 Policy Aggregate Limit $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project:Geotechnical Engineering and Materials Testing Services Contract The General Liability and Auto Liability policies include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the certificate holder when there is an executed written contract that requires such status.The General Liability,Auto Liability and Workers'Compensation policies include a blanket automatic waiver of subrogation endorsement that provides this feature only when there is an executed written contract that requires it.The General Liability is Primary and Non-Contributory.The Excess policy is written to follow form of the underlying General Liability,Auto Liability and Employer's Liability policies,which includes Additional Insured and Waiver of Subrogation status when required by written contract.All Proprietors/Partners/Executive Officers/Members are excluded under the Workers'Compensation policy. 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. 5000 Martin Luther King Fwy AUTHORIZED REPRESENTATIVE Fort Worth TX 76119 a� @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD