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