Loading...
HomeMy WebLinkAbout062435-A1 - Construction-Related - Contract - Kimley-Horn and Associates, Inc. (3)CITY OF FORT WORTH CONTRACT RENEW AL NOTICE Kimley-Hom and Associates, Inc. 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Scott Arnold, P .E. October 9, 2025 Re: Contract Renewal Notice-pt Renewal On-Call Engineering Related Professional Services Contract Contract CSC No. 62435 (the "Contract") Original Contract Amount: $90,000.00 Contract CSC No. 62435-Al: $210,000.00 Revised Contract Amount: $300,000.00 CSC No. 62435-Rl The above-referenced contract with the City of Fort Worth, as renewed and amended, expires with the expenditure of funds. The funds for the contract have been expended or programmed. This letter is to inform you that the City has appropriated funding and is exercising its right to renew the contract for an amount up to $300,000.00, which will be effective immediately upon execution by the designated Assistant City Manager. All other terms and conditions of the contract, as amended, remain unchanged. Please verify that the original payment, performance, and maintenance bonds remain active or, ifretired, provide updated bonds when you return this letter. Please sign in the space indicated below and return this document, along with a copy of your current insurance certificate, to the undersigned. Please log onto PeopleSoft Purchasing at http://fortworthtexas.gov/purchasing to ensure that your company information is correct and up-to-date. If you have any questions concerning this Contract Renewal Notice, please contact me at the telephone number listed below. Sincerely, Engineering Manager (817)392-8021 Contract Renewal Page 1 of2 ACCEPTED AND AGREED: CITY OF FORT WORTH By: Name: Jesica McEachem Title: Assistant City Manager Date: Nov 10, 2025 APPROVAL RECOMMENDED: By: Lauren Prieur {Nov 3, 2025 07:53:40 CST) Name: Lauren Prieur Title: Director, Transportation & Public Works Department ATTEST: By: Name: Jannette S. Goodall Title: City Secretary CONTRACTOR: Name: Scott Arnold, P.E. Title: Vice-President Date: Oct 27, 2025 Contract Renewal CSC No. 62435-Rl 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. By: Name: Fanta Kaba, P.E., PTOE Title: Sr. Professional Engineer APPROVED AS TO FORM AND LEGALITY: Douglas Black (Nov 3, 2025 13:00:16 CST) By: Name: Douglas. W. Black Title: Sr. Assistant City Attorney AUTHORIZATION: M&C: 25-0426 Date Approved: 05/13/2025 Form 1295 Certification No.: 2025-1264743 Page 2 of2 c�ty of Fo�t wortn, Mayor and Texas Council Communication DATE: 05/13/25 M&C FILE NUMBER: M&C 25-0426 LOG NAME: 202023 RFQ ON-CALL ENGINEERING SERVICES SUBJECT (ALL) Authorize Execution of Contracts for On-Call Engineering Services with Dunaway Associates, LLC. and Freese and Nichols Inc., Each in an Amount Up to $300,000.00 with One Renewal and Authorize Execution of Amendment No. 1, in an Amount Up to $210,000.00, to the Contract for On-Call Engineering Services with Kimley-Horn and Associates, Inc., for a Revised Contract Amount of $300,000.00 with One Renewal RECOMMENDATION: It is recommended that the City Council: 1. Authorize the execution of a contract for on-call engineering services with Dunaway Associates, LLC., in an amount up to $300,000.00 with one renewal; 2. Authorize the execution of a contract for on-call engineering services with Freese and Nichols, Inc., in an amount up to $300,000.00 with one renewal; and 3. Authorize Amendment No. 1, in an amount up to $210,000.00, to City Secretary Contract No. 62435, with Kimley-Horn and Associates, Inc., for on-call engineering services for a revised contract amount of $300,000.00 with one renewal. DISCUSSION: The Transportation and Public Works Department solicited firms to provide on-call engineering services as a supplement to City staff in order to accommodate peak periods in engineering service requests. A Request for Qualifications (RFQ) was published for these services in July 2023. The Department received Statements of Qualifications (SOQ) for professional services from 9 firms to provide on-call engineering services. Each firm was evaluated based upon pre-established selection criteria, including experience, response, and performance qualification. An inter- departmental committee selected the most qualified firms and recommended the following for contract approval: Dunaway Associates, LLC., Freese and Nichols, Inc., and Kimley-Horn and Associates, Inc. The on-call engineering services will be funded through various project funding sources, including the City Bond Program. These on-call contracts will serve current and future capital projects as needed when solutions need to be achieved quickly. Transportation and Public Works Contract Compliance Managers will verify funds availability prior to each assignment. The term of each contract is pegged to the expenditure of the funds, and each contract may have one renewal. The contract amounts are as follows: IFirm II Contract Amount I Dunaway Associates, LLC. $300,000.00 Freese and Nichols, Inc. $300,000.00 Kimley-Horn and Associates, Inc. $300,000.00 DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Dunaway Associates, LLC., will be exceeding the goal at 13%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Freese and Nichols, Inc., will be exceeding the goal at 13.33%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN/Business Equity — The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Kimley-Horn and Associates, Inc., will be exceeding the goal at 13%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. This is for ALL COUNCIL DISTRICTS. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budgets, as previously appropriated, in the various capital improvement program funds to support the approval of the recommendation and execution of the contracts. Prior to an expenditure being incurred, the Transportation & Public Works Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office bk Jesica McEachern 5804 Originating Business Unit Head: Lauren Prieur 6035 Additional Information Contact: Monty Hall 8662 CERTIFICATE OF INTERESTED PARTIES FORM 129'rJ 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number: of business. 2025-1264743 Kimley-Horn and Associates, Inc. Dallas, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/04/2025 being filed. City of Fort Worth, Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Contract # 62435 On-Call Engineering Services Nature ofinterest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Cook, Richard N Dallas, TX United States X Flanagan, Tammy Dallas, TX United States X Lefton, Steve Dallas, TX United States X McEntee, David L Dallas, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is SARAH MEZA , and my date of birth is My adaress is 13455 NOEL ROAD, SUITE 700 DALLAS TX 75240 US (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. DALLAS TEXAS 4TH �FEBRUARY 25 Executed in County, State of , on the day o , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commissfon www.ethicsstate.tx.us Version V4.1.0.5dd2ace2 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20101219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 12 19 � Insurance Services Office, Inc., 2018 Page 1 of 2 ❑ A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insuredls) at the locationls) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 � Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: GL5268169 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WHOM YOU PER THE CONTRACT OR AGREEMENT. BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the personls) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 � Insurance Services Office, Inc., 2018 Page 1 of 1 TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 04/O1 /2025 forms a part of Policy No. WC 067-96-1230 Issuedto KIMLEY-HORN AND ASSOCIATES, INC. By NEW HAMPSHIRE INSURANCE COMPANY This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERAT I ONS . 3. Premium: The premium charge for this endorsement shall be 2.0 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: I NCLUDED ����� WC 42 03 04 B Countersigned by (Ed. 6-14) Authorized Representative �OCopyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. F�RT ��RTH�} City Secretary's Office Contract Routing & Transmittal Slip ContraCtor's Name: Kimley-Horn and Associates, Inc. Subject of the Agreement: On-Call Engineering Related Professional Services Contract M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? XYes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. 1295 Form (page 6) and insurance certificate (pages 7-11) Effective Date: If�different from lhe approval dale. Expiration Date: If applicable. Is a 1295 Form required? * Yes 8 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processin� in the following order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the infor7nation is required and if the information is nol provided, the contract will be returned to the department.