Loading...
HomeMy WebLinkAboutContract 53534 �, do CITY SECRETARY �G N, C014TRACT NO. 3 CITY OF FORT WORTH, TEXAS e 0�0�5 STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Rone Engineering Services Ltd., authorized to do business in Texas, an independent contractor ("Consultant'), for a PROJECT generally described as: Second Animal Care and Adoption Center . The Agreement documents shall include the following: 1. This Standard Agreement for Professional Services; 2. Attachment "A" —Scope of Services; 3. Attachment "B" —Verification of Signature Authority Form. Attachments "A" and "B", which are attached hereto and incorporated herein, are made a part of this Agreement for all purposes. In the event of any conflict between the terms and conditions of Attachments "A" or "B" and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Rone Engineering Services Ltd., letter dated November 6, 2019, Reference: Fort Worth Animal Care and Adoption, Fort Worth, Texas, Proposal No.: P-28094-19. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article II Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "A". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $43,250.50 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:7/1/2019 Page 1 of 11 OFFICIAL RECORD CITY SECRETARY FT. WORTH,TX rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of 14 months, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant shall indemnify, hold harmless, and defend the City against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the Consultant or Consultant's agent, consultant under contract, or another entity over which the City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 7/1/2019 Project Name Page 2 of 11 Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date.7/1/2019 Project Name Page 3 of 11 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $2,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2) Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the Architectural Services, Attention: Brian R. Glass, 401 West 13th Street, Fort Worth, TX 76012, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten 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. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date.7/1/2019 Project Name Page 4 of 11 f. Other than worker's 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. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant 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. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article Vill Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 7/1/2019 Project Name Page 5 of 11 (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article II of this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant agrees that the City shall, until the expiration of three (3) years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant 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 final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub-consultant facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:7/1/2019 Project Name Page 6 of 11 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant may result in the termination of this Agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect this Agreement and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. Article XIII Contract Construction The Parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 7/1/2019 Project Name Page 7 of 11 Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth: Attn: Brian R. Glass, AIA Architectural Services Manager 401 West 13th Street Fort Worth, Texas 76102 Consultant: Rone Engineering Services Ltd. Attn: Larry Bracken 8908 Ambassador Row Dallas 75247 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:7/1/2019 Project Name Page 8 of 11 Article XVII Immigration Nationality Act City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. No Boycott of Israel If Contractor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, 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 Agreement, Contractor certifies that Contractor's signature provides written verification to City that Contractor, (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date.7I1I2019 Project Name Page 9 of 11 Article XVIII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the 14 day of Va- , 2020. BY: BY: CITY OF FORT WORTH CONSULTANT Ro ngineerin td. Kevin Ounn arty Bracken Intern Assistant City Manager Partner Dater Date: ZZ K L222� APP VAL RECOMMENDED: By: 6K e Coo e, Director Property Management Department APPROVED AS TO FORM AND LEGALITY By: M&C No.: n/a ohn B. Strong Assistant City orney 71 M&C Date: ATTE T: � 1 U `k k.orm 1295 Certification: KAa6YYaiser City Secretary CONTRACT COMPLIANCE MANAGER: By signing I acknowledge that I am the person responsible for the monitoring and administratio f thls contra nclu �g ensuring all performance and reporting requirements. By: Brian R.Glass,AIA Architectural Services Manager The Texas Board of Architectural Examiners,8213 Shoal Creek Boulevard,Suite 107,Austin,Texas, 78758,telephone(512)305-9000, has jurisdiction over individuals licensed under the Architects'Registration Law,Texas Civil Statutes,Article 249a. City of Fort Worth,Texas Standard Agreement,fofPrpf Revision Date 7/1/2019 Project Name Page,o of 11 i : rP�P SAL RECORD R (,i'llY SECRETARY r-T. WORTH,TX RONE E N G I N E E R I N G November 6, 2019 Mr. Ronald Clements City of Fort Worth 401 W. 13th Street Fort Worth, Texas 76102 Reference: Fort Worth North Animal Care and Adoption Fort Worth, Texas Proposal No.: P-28094-19 Dear Mr. Clements: Rone Engineering Services, Ltd. (Rone) understands that we have been selected based solely on our qualifications and that City of Fort Worth is currently negotiating scope and fees with only Rone at this time for quality control services for the referenced project. For the purpose of this proposal, we have estimated quantities and tests that will be required in accordance with the Plans and Specifications. This is only an estimate for budgetary purposes. The actual costs for CMT services can decrease or increase with changes in the scope of work or with the contractor's work method. Rone's total fee will be based on the actual amount of technician time and laboratory testing required for the project. These services will be performed on a unit price basis in accordance with the attached Schedule of Services and Fees. Rone meets the requirements of ASTM E329 and is an active participant in the CCRL and AMRL sample proficiency programs and is currently AASHTO accredited. Rone has experienced personnel to perform the necessary CMT services in accordance with the project specifications. By execution of the proposal, the undersigned Client acknowledges and agrees that the document entitled "Terms and Conditions" has been provided or made available to Client and Client agrees that such Terms and Conditions shall be applied to the present Proposal and shall be fully binding upon Client. The Terms and Conditions are fully incorporated into this Proposal by reference as if set forth at length. We appreciate the opportunity to submit this proposal for CMT services and look forward to working with you during the construction phase of this project. If there are any questions concerning this proposal or if we can be of further assistance, please contact us at your convenience. Respectfully submitted, fV Alex Kalal Larry Bracken Estimator Partner Rone Engineering Firm Registration Number F-1572 Dallas•Fort Worth•Austin•San Antonio•Houston Page 1 of 10 November 6, 2019 Proposal No.: P-28094-19 RONE ENGINEERING SERVICES, LTD. Construction Materials Engineering and Testing Basic Services and Cost Estimate Project: Fort Worth North Animal Care and Adoption Fort Worth, Texas DESCRIPTION Estimated Unit Estimated Quantity Rate Total Section C: Earthwork Sampling for in-lab test, including tech time and transportation 3.0 $150.00 $450.00 Standard Proctor- ASTM D698 4.0 $155.00 $620.00 Atterberg Limits (LL, PL, PI) - ASTM D4318 6.0 $55.00 $330.00 Percent Passing #200 Sieve -ASTM D1140/C117 4.0 $37.00 $148.00 In-Place Density Using Nuclear Gauge (first 1.5 hours) ASTM D 2950/2950M, ASTM D 6938 17.0 $175.00 $2,975.00 After the first 1.5 hours 42.5 $50.00 $2,125.00 Gradation (lime or cement) and/or Lime Depth Measurement (min 3 hours) 9.0 $50.00 $450.00 Transportation Charge (trip) 20.0 $38.50 $770.00 Section E: Pier Inspection Pier Observation (hourly) 121.0 $51.50 $6,231.50 Curing and Strength Test of Concrete Cylinder-ASTM C 39 55.0 $17.00 $935.00 Cylinder Pick-Up, Including Time and Transportation (If not scheduled with other work) 3.0 $150.00 $450.00 Transportation Charge (trip) 11.0 $38.50 $423.50 Section G: Concrete Making Cylinders/Beams, and Air/Slump/Temperature tests (min. 3 hours) 275.0 $45.00 $12,375.00 Curing and Strength Test of Concrete Cylinder-ASTM C 39 380.0 $17.00 $6,460.00 Cylinder Pick-Up, Including Time and Transportation (If not scheduled with other work) 14.0 $150.00 $2,100.00 Transportation Charge (trip) 64.0 $38.50 $2,464.00 Section J: Structural Steel Certified Welding Inspector(min. 4 hours) 44.0 $80.00 $3,520.00 Magnetic Particle Testing (min. 4 hours) 0.0 $80.00 $0.00 Liquid Penetrant Testing (min. 4 hours) 0.0 $80.00 $0.00 Ultrasonic Testing (min. 4 hours) 0.0 $85.00 $0.00 Transportation Charge (trip) 11.0 $38.50 $423.50 November 6, 2019 Proposal No.: P-28094-19 BONE ENGINEERING SERVICES, LTD. Construction Materials Engineering and Testing Basic Services and Cost Estimate Project: Fort Worth North Animal Care and Adoption Fort Worth, Texas DESCRIPTION Estimated Unit Estimated Quantity Rate Total ESTIMATED BUDGET $43,250.50 Upon acceptance of the proposal, please include Rone on all pre-construction meetings related to our services. We would like to be in attendance to discuss anticipated inspection/testing, rates of production, responsibilities, etc. This helps avoid inspection/testing concerns and allows us to be better able to manage budget issues. City of Fort Worth Proposal No.: P-28094-19 By: Position: Date: Assurnp:eorgs The sampling/testing and observation noted in the proposal estimate represents all the services to be provided by Rone on this project unless additional services are requested by the client. No other sampling/testing or observation of any kind is included in this proposal estimate. We have estimated sampling/testing and observation quantities for this project based on our past experience with projects of similar type and scope. We are assuming a 5 day work week. No Weekends or Holidays are included in this proposal estimate. Soil Testing Frequencies Paving: 1 density test for every 10000 square feet Grade Beam Backfill: 1 density test for every 150 lineal feet Trench Backfill: 1 density test for every 150 lineal feet Lime Pulverizations: 1 test for every 10000 square feet Lime Depth Checks: 1 test for every 10000 square feet If required to be onsite full time, additional charges will apply. Note: If Rone is not onsite full time we will not be responsible for assuring soils testing/quantity is in compliance with project requirements. Pier Frequencies 11 days of Pier Drilling with 1 technician 2 Drilling Rigs on site 1 set of 5 concrete test cylinders for every 100 yards (4 x 8 cylinders) Concrete Frequencies 1 set of 5 concrete test cylinders for every 100 yards (4 x 8 cylinders) Concrete inspection time is based on delivery of concrete at 50 yards per hour Confirmation cylinders additional Floor flatness inspection lump sum price is for a maximum of 40,000 square feet per trip and no longer than 4 hours on site. Time in excess of the 4 hours of onsite time allocated will be billed as noted in the proposal. Structural Steel Note: If out of town Fabrication Inspection is required there will be an additional charge for travel. Page 4 of 10 Assump ions Project Manager Note: Requires five working days notice for project review letter. Limitations of Authority of Rone Rone is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents. Rone will not approve or accept any portion of the work. Rone is providing sampling/testing/observation services as outlined in this proposal to verify compliance on a random basis at the frequencies indicated. Rone is not responsible for providing access to areas to be tested/observed unless specifically noted in this proposal. Rone has no authority to stop and/or reject any work performed on the project. Rone will perform observations of ongoing construction, sampling/testing of materials as described in this proposal as requested by our client. Rone is not responsible for site safety. Additional services will be provided when required by the Architect/Engineer and authorized by the client. Page 5 of 10 Clarifications Rone's office is located at: 3201 NE Loop 820, Suite 180 Fort Worth, Texas 76137 Phone: 817-717-1040 Dispatch: 817-717-1040 Rone sampling/testing/observation services must be scheduled through dispatch including cancellations. Our dispatch is available at the number noted above, Monday through Friday between the hours of 7:30am and 5:00pm with the exception of Holidays. Calls received outside of this time frame will be handled by our voice mail system and will be checked the next working day morning. It is recommended that you schedule services through our dispatch during our regular working hours noted above. We require one working day (24 hours) advance notice for our services. Same day call-ins or after hour voice mail call-ins for work the following day are subject to the availability of personnel. Service is not guaranteed for same day call-in's. Pier Inspection services require a complete set of approved construction documents to be delivered to Rone a minimum of 48 hours prior to field construction of the piers commencing. If piers are started prior to receipt of approved documents, Rone will include a comment on field pier logs that the information presented is preliminary until such time that the information can be checked for accuracy against the approved control documents. Reinforcing Steel Inspections require adequate lighting in order to perform the inspection. The inspection needs to be scheduled during daylight hours and/or jobsite illumination needs to be provided by others in order to allow us to perform the required inspection. These inspections need to be scheduled independently of the concrete inspection. At your request, Rone's project manager will attend the pre-construction meeting for the project. Our project manager will answer any relevant questions regarding our services for the project at that time. As the project progresses our project manager will be available to answer any questions you may have concerning our services. Three (3) paper copies of test reports are included for mail distribution as directed by the client at no additional charge. Additional mail copies of test reports requested and approved by the client will be charged at$0.45 per page to cover copying and mailing costs. There is no charge for additional distribution through our e-mail and web distribution system. Compensation for our services will be based upon the actual sampling/testing/observations performed in accordance with the unit rates shown. The estimated budget that we have indicated is approximate and is based on our past experience with projects of similar type and scope. The estimated budget does not include cancellations/re-testing/re-inspection, and/or any changes and/or modifications to the contract documents. Page 6 of 10 CGalifiications For projects with an estimated budget in excess of$30,000.00, Rone will provide a written budget at the end of each billing cycle for our client. When the budget meets or exceeds 75% of the proposed estimated budget, Rone will discuss with the client Project Manager the remaining amount of work that will be required to complete the project. This information will be compiled and if the estimated cost is in excess of the original proposed estimated budget, Rone will provide a written change order for this updated budget cost. For projects with an estimated budget lower than $30,000.00 but greater than $15,000.00, Rone will, at the request of the client, provide a written budget at the end of each billing cycle. Estimated budgets with a value of less than $30,000.00 can easily be exceeded within a very short timeframe. When the budget meets or exceeds 50% of the proposed estimated budget, Rone will discuss with the client Project Manager the remaining amount of work that will be required to complete the project. This information will be compiled and if the estimated cost is in excess of the original proposed estimated budget, Rone will provide a written change order for this updated budget cost. For projects with an estimated budget lower than $15,000.00, Rone will, at the request of the client, provide a written budget at the end of each billing cycle. If Rone is selected to perform the sampling/testing/observation for the project we will require the following items in order to perform our services on your project. Two complete sets of drawings and specifications. Approved concrete mix designs for the project. Report distribution list. In addition, please be sure to add Rone to the distribution list for all addendums and revisions on the project and notification of pre-construction meetings, where applicable, regarding soils, piers, concrete, masonry and structural steel. All time is for a minimum of two hours or as noted. Overtime will be charged for all hours worked before 7:00am and after 5:00pm, for any time in excess of 8 hours per day or 40 hours per week, Saturdays, Sundays and Holidays. All time is Portal to Portal. Administrative services are for report preparation and review, supervision and scheduling of field and laboratory personnel. This proposal is valid for sixty days from the listed proposal date. Prior to any work being performed on the project, Rone will need to have an executed contract in place. All Invoices for our services are payable within 30 days with no retainage. Page 7 of 10 ATTACHMENT "B" VERIFICATION OF SIGNATURE AUTHORITY Consultant hereby agrees to provide City with independent audit basic financial statements, but also the fair presentation of the financial statements of individual funds. Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Consultant and to execute any agreement, amendment or change order on behalf of Consultant. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Consultant. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Consultant. Consultant will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Consultant. 1. Name: �l Posit Signature 2. Name: Position: Signature 3. Name: Position: Signature Name: Signature of Pr esi ent/CEO Other Title: Date: City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date 7/1/2019 Project Name Page 11 of 11