Loading...
HomeMy WebLinkAboutContract 39646DITY SECRETARY, CITY OF FORT WORTH, TEXAS �11�� CONTRACT NO.. STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and LANDTEC Engineers, LLC, (the "ENGINEER"), for a PROJECT generally described as: professional geotechnical services to assist City of Fort Worth with review, updates and *evisinns to the City of Fort Worth, Transportation and Public Works Department ' Pavement Design Standards manual" dated 2005 and the related AASHTO 1993 Pavement Design Software Program named WinPAS. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment A. Article III Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment A to this AGREEMENT, to reasonably substantiate the invoices. ON The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be .withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 1 of 15 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. Article I!� Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2of15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of ail plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the Contract Documents, nor shall anything in the Contract Documents or the agreement between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on -site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on -site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate PROJECT cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the construction contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 15 misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer 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. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving .transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents. as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. K. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability —the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto —the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,OOO each accident. Such insurance shall cover liability arising out of any auto including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage. c. Workers' Compensation —ENGINEER shall maintain workers compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement. d. Professional Liability —the ENGINEER shall maintain professional liability, a claims -made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 6 of 15 (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applicable policies shall be endorsed to Insured thereon, as its interests may appear employees, officers, officials, agents, an contracted services. name the CITY an Additional The term CITY shall include its i volunteers as respects the c. Certificate(s) of insurance shall document that insurance coverage specified in this agreement are provided under applicable policies documented thereon. d. Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of AN or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page , of 15 claims -made basis, shall contain a retroactive date coincident with or prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this Agreement which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and other components of the CITY's facilities as may be required in connection with the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights -of --way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page got 15 other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER Is negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article I I.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 11 of 15 B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER 's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 interruption, an equitable adjustment in and cost of the ENGINEER's personnel compensation will be made. F. Indemnification the PROJECT's schedule, commitment and subcontractors, and ENGINEER's In accordance with Texas Local Government Code Section 271.904I the ENGINEER 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 ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents; and subcontractors. I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Tarrant County, Texas, J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 13 of 15 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. ENGINEER 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 14 of 15 Article VII Attachments, Schedules, and Signatures This AGREEMENT, including its attachments AGREEMENT, supersedes all prior written or oral by a written amendment executed by both parties. are hereby made a part of this AGREEMENT: and schedules, constitutes the entire understandings, and may only be changed The following attachments and schedules Attachment A -Scope of Services and Compensation Attachment B — None Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D — None Required Attachment E - Location Map Executed this th day of , 201 ATTEST: Marty Hendrix City Secretary APPROVED AS TO FO Assistant City Attorney ATTEST: AND LEGALITY City of Fort W orth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 15 of 15 By: CITY OF FONT WORTH Assistant City Manager APPROVAL RECOMMENDED r William A. V�kest; P.�F,� Director, Transportation and Public Works Department LANDTEC Engineers, LLC Principal D. Baker, P.E., R.P.L.S. OFFICIAL RECt�RD CITY SECRETARY FT. WORTH, TX Geotechnical & Environmental Engineering Construction Materials Testing Laboratory Testing QA/QC Services December 7, 2009 Proposal No. 2935 Mr. Patrick Buckley, P.E. Senior Professional Engineer Transportation and Public Works City of Fort Worth 1000 Throckmorton Street, 2"d floor Fort Worth, Texas 73102 Re: Consulting Services —Pavement Design and Construction Inspection/Testing Dear Patrick: In accordance with your request we are submitting our proposal for professional geotechnical engineering services to assist the City of Fort Worth, Texas with review, updates and revisions to the City of Fort Worth Transportation and Public Works Department "Pavement Design Standards Manual" dated 2005 and the related AASHTO 1993 Pavement Design Software Program named WinPAS. This proposal is based on information discussed during meetings, phone conversations and emails with the City of Fors Worth Transportation and Public Works Department (CITY) and �andTec Engineers (ENGINEER) concerning the general scope of work. The scope of services will be separated into three basic tasks. • Task 1: Preparation of an update and explanation of specific values (or range of values) for data input into the WinPAS program used in conjunction with the "Pavement Design Standards Manual'. • Task 2: Consult on pavement design for ongoing street projects and assist project specific geotechnical engineers with help using WinPAS and Review/Update the Pavement Design Standards Manual. • Task 3: Work with the CITY on a specific street paving project selected by the CITY and the ENGINEER. Review the current construction materials engineering, testing and inspection program as it relates to the quality construction on a specific street paving project. Make recommendations for modifying the current testing and inspection program (if necessary) including type of testing and inspection, procedures, frequency and the results required. I.ANDTEC ENGINEERS, LlC 1700 Robert Road Suite 101 Mansfield, Texas 76063 817.572.2818 Fax 817.561.5485 2935 City of Fort Worth pave.00C Below is a description of work for the three tasks. Task 1 —Selection of input values for the WinPAS program • Our initial task of work includes recommendations for design input values for use in the WinPAS pavement design program in order to provide guidance to the civil consultants and geotechnical engineers designing pavement sections for CITY streets. Many of the WinPAS input values are established numbers, however, several values are based on individual project merits and these values have a fairly large impact on the pavement thickness. Task 1 —Deliverable and Timeframe • Provide the CITY with specific values for input into the WinPAS program so the values can be provided to the civil engineering consultants and geotechnical engineers performing the site specific pavement designs on city street projects. The goal is to provide input values resulting in consistency within the pavement design. • The recommended input values will be provided in one week -approximately December 10, 2009 or before. Task 2 —Review the CITY Pavement Design Standards Manual and Consult with CITY and Design Engineers during Ongoing Street Projects • The current Pavement Design Standards Manual was adopted in 2005. The manual is an excellent guidance document, establishing the standards for pavement design on city streets. Recent discussion by civil and geotechnical engineers of the manual over the past two years has involved various opinions as to interpretation of the recommended laboratory testing set forth in the manual, evaluation of the laboratory test results, use and input of the laboratory data, design approach, methodology and design values used for a specific pavement design. Basically some clarification and update of the design manual is needed. Review and update of the manual will be the focus of Task 2. • Consult with the CITY and pavement design consultants on current street projects. Task 2 —Deliverable and Timeframe • Provide the CITY with specific recommendations, values and clarifications for the Pavement Design Standards Manual. • The addendum to the Manual will be provided in 6 weeks — approximately February 11 2009 or before. • Provide consulting on current street projects as directed by the CITY. 2935 City of Fort worth pave.DOC 2 IANDTEC ENGINEERS Task 3 - Consult with the CITY on Street Paving Construction Project and Serve as "Special Independent Testing Laboratory" on Specific Construction Items, Provide Test Results and Comments • The street construction project should be selected by a joint effort between the CITY and the ENGINEER to represent a typical street construction project consisting of earthwork, treated subgrade, utility backfill and paving. • ENGINEER to be present at pre -construction meeting to provide input and discuss inspection and testing parameters with city inspector and contractor based on the specific projects Construction Quality Assurance (CQA) Plan for testing and I nspection by the Independent CQA company. • ENGINEER to be present for up to 3 days during subgrade stabilization to review construction, testing and inspection procedures. Perform moisture -density relationship curves, Atterberg Limits tests, field gradation tests, depth checks and perform compaction tests and coordinate with CITY inspector and the city's independent testing laboratory. • ENGINEER to be present for up to 3 days during utility construction (water, sanitary sewer, storm sewer) to review construction, testing and inspection procedures. Perform Proctor and compaction tests. • ENGINEER to be present for up to 3 days during paving setup, reinforcing steel and dowel bar placement at Time of concrete placement. Perform inspection and testing of concrete paving mix including slump, temperature, air content, unit weight and cast compressive strength cylinders. • ENGINEER to provide inspection and test reports for work performed on days present at the construction site. Provide overview of observations and provide detailed recommendations for future inspection and testing. Task 3 —Deliverable and Timeframe • ENGINEER will review current cons#ruction phase inspection and testing procedures as they relate to specific critical items such as utility backfill, subgrade stabilization, concrete strength and sampling procedures. ENGINEER will provide independent inspection and testing on a specific paving project and provide CITY with recommendations for future street paving projects with respect to inspection and testing. • It is anticipated the street construction project in which ENGINEER will be involved is in the first quarter of 2010. 2935 City of Fort Worth pave.DOC � lAND7EC ENGINEERS Project Manager for ENGINEER The Project Manager for this assignment will be Thomas D. Baker, P.E., R.P.L.S., Sr. Geotechnlcal Engineer and Principal, LandTec Engineers, LLC, Project Manager for CITY The CITY is encouraged to assign a Project Manager for this Scope of Work in order for ENGINEER to have a consistent point of contact with the CITY for the duration of this assignment. ADDITIONAL SERVICES The following services are not included in the Basic Services and will be considered as Additional Services, if and when required or requested: • The services of specialty subconsultants or other special outside services other than those described in Basic Services • Special testing and/or field pavement analysis/studies for pavement design • Coordination with regulatory agencies other than that described in Basic Services • Any other services not specifically included in Basic Services COMPENSATION LandTec proposes to perform the Basic Services in Tasks 1, 2 and 3 outlined herein on the basis of our standard Schedule %J Charges dated January 1, 2009. Task 1 - Evaluation and selection of input values for the WinPAS program • Based on Fee Schedule with allot-To-Exceed Cost of $2,500. Task 2 — Review and Update the CITY Pavement Design Standards Manual and Consult with Design Engineers on Current Projects. • Based on Fee Schedule with allot-To-Exceed Cost of $5,000. Task 3 —Consult with the CITY on a Specific Street Paving Construction Project and Provide Selecfied Independent Testing Services • Based on Fee Schedule with allot-To-Exceed Cost of $12,500. 2935 City of Fort Worth pave.DOC 4 LAND7EC ENC71NEERS CITY and ENGINEER may subsequently agree in writing to provide far additional services to be rendered under this agreement for additional, negotiated compensation. Services provided by ENGINEER will be consistent with the engineering standards prevailing at the time and in the area that the work is performed, no other warranty, express or implied, is intended. The cost presented here is applicable for 12 months from the date of this proposal. Please call if you have questions. Sincerely, LANDTEC ENGINEERS, llC Thomas D. Baker, P.E., R.P.L.S. Sr. Geotechnical Engineer / Principal Texas Professional Engineer License No.40060 Texas Engineering Firm Registration No. F-329 Texas Registered Professional Land Surveyor No. 3088 Texas Licensed Surveying Firm No. 100956-00 Attachments: Schedule of Charges 2935 City of Fort Worth pave.DOC 5 IANDTEC ENGINEERS LANDTEC ENGINEERS, LLC SCHEDULE OF FEES Texas Engineering Firm Registration No. F-000329 PERSQNNEL Project Geotechnieal Engineer.................................................................................... $ 120.00/hour Senior Geotechnical Engineer....................................................................................0 $ 130,00/hour Senior Project Manager............................................................................................... $ 140.00/liour Principal Engineer........................................................................ $ 165,00/hour Senior Engineering Consultant..................................................................................0 $ 175.00/hour Registered Professional Land Surveyor, a 0 A 9 a 0 4 4 . V a 0 4 0 a a 4 a a a 4 a $ 135.00/hour Expert Witness (Deposition and Trial). a V t 6 a 6 a a 0 a a a 4 & a 6 a a t 4 a a 4 r 0 1 0 0 0 a a % P I a 6 1 a 6 a 4 4 t 6 P 6 9 0 a 0 a a a a $ 9 F a A 6 a 6 V a 0 a 1 0 a 0 $ Reg. Rt. x 1.5 Engineering Technician I............................................................................................ $ 42,00/hour Engineering Technician IL.......................................................................................... $ 45.00/hour EngineeringTechnician III......................................................................................... $ 48.00/hour Senior Engineering Technician ...................................... .. $ 50.00/hour .............................. ............. EngineeringAssistant/Specialist................................................................................. $ 60.00/hour WordProcessing/ClerieaL........................................................................................... $ 45.00/hour Drafting/CADD.......................................................................................................... $ 70.00/hour Field Survey.......................................................................................................... $ 1 I5,00/hour Field Survey over 8 hrs/day........................................................................................ $ 125.00/hour GPSEquipment.........................................................................................................a $ 10.00/hour GPS Communications................................................................................................a$ 50.00/hour Robotic Equipment Charge......................................................................................... $ 10.00/hour Transportation (portal to portal).................................................................................. $ 0.65/mile Transportation w/trailer (portal to portal)................................................................... $ 0.75/mile Minimum Transportation Charge................................................................................ $ 50,00/trip SupportVehicle.......................................................................................................... $ 50.00/day Per Diem $ 150.00/day Sample/Document Shipment. . $ 50.00 each Plots/Copies $ 50.00/first plot,• .......................................................................................................... $ 5.00 after first plot Copies $ 0.10/page DRILLING AND SAMPLING (0'-50' depth) Drilling and Intermittent Sampling in Soil................................................................. $ 12.00/foot Drilling and Continuous Sampling in Soil................................................................ $ 20.00/foot Drilling in Rock (Auger - no sampling)...................................................................... $ 15.00/foot Core Drilling in Shale/Sandstone/Moderately Hard Limestone .................................. $ 24.00/foot Core Drilling in Very Hard Rock................................................................................ $ 30.00/foot Field Penetration Tests, split spoon or TxDO"I cone .................................................. $ 30.00/each IANDTEC ENGWEERS Page t of 5 feeSchedule '09'.doc DRILLING AND SAMPLING I red 'depth) CONT'D Drilling Through Concrete.......................................................................................... $ Mobilization of Rig (Local).....................................................................................eet $ MinimumDrilling fee,,, .............................................................................................. $ Plug Bore Hole with Bentonite................................................................................... Hollow Stem Auger Drilling (3.25 I.D.) w/continuous bbl sampler ........................... DrillRig Standby Time............................................................................................... $ SOIL Percent Passing No. 200 Sieve, ASTM D 1140........................... $ Standard Proctor, ASTM D 698.................................................................................. $ Modified Proctor, ASTM D 1557................................................ $ TEX-113E Processing Materials greater than No. 4..................................................................... $ Sieve Analysis, ASTM D422...................................................................................... $ Lime/Atterberg Limits Series, 4 points. ...................................................................... $ Soluble Sulfate, TxDOT 145E, .............................................,..................,....,.,........,,. Moisture Content, ASTM D433.................................................................................. $ Moisture Content and Unit Dry Weight...................................................................... Hydraulic Conductivity, ASTM 5084......................................................................... $ HydraulicConductivity, COE..................................................................................... HydrometerAnalysis.................................................................................................. $ SpecificGravity......................................................................................................... $ Unconfined Compressive Strength............................................................................. $ Unconfined Compressive Strength (core)................................................................... $ Absorption -Pressure Swell.. 0*6104 Deal a kill two Do 14 omit its OV40V Itmarmsw*11 SEE I I Sao 6 me logo *%**Searle Dodge WON **Warsaw am $ FreeSwell.......................................................................................................... $ BarLinear Shrinkage.................................................................................................. $ California Bearing Ratio (ASTM 1883)..................................................................... $ Consolidation............................................................................ $ Triaxial Shear- I.4-inch, 2.0-inch diameter specimens (larger diameter specimens quoted upon request) a. Unconsolidated Undrained: - multiple specimen, 3 specimens minimum........................................................ $ - single specimen, 3 points minimum.................................Opera. b. Consolidated Undrained - with pore pressure measurements: - multiple specimen, 3 specimens minimum ......................... $ - single specimen, 3 points minimum................................................................... $ c. Consolidated Drained: - multiple specimen, 3 specimens minimum........................................................ $ - single specimen, 3 points minimum................................................................... $ Direct Shear- 2.5-inch diameter specimen - Q-Test, 3 points minimum................................................................................. $ - S-Test, 3 points minimum. ................................................................................. $ Remoldingsamples..................................................................................................... $ t.ANRTEC ENGINEERS 75.00/hole 275.00/each 850,00/each 7.50/foot 24.00/foot 185.00/hour 50.00/test 35,00/test 130.00/test 150.00/test 200.00/test 60,00/test 50,00/test 240.00/test 60.00/test 12, 00/test 20.00/test 250.00/test 250,00/test 95.00/test 50.00/test 32,00/test 45.00/test 85.00/test 55.00/test 15.00/test 175.00/point 310.00/test 85,00/spec 85.00/point 425.00/spec 425.00Ipoint 450.00/spec 450.00Ipoint 175.00/point 250.00/point GO.00leach Page 2 of 5 feeSchedule '09'. dac S"IL CONT'D SamplePreparation..................................................................................................... $ 45.0weach In -Place Moisture Density Tests, nuclear method (min. 4 per trip). 1 6 4 0 4 1 9 6 V 4 W 0 v & t P v a I w a 0 a W a 1 $ 15.00/test In -Place Moisture Density Tests, Drive Ring, Sand Cone, Volumeter ....................... $ 20.00/test Gradation of Lime Treated Subgrade Soil (min. 4 per ti ip)........................................ $ 20.00/test Lime Depth Checks (min. 4 per trip).......................................................................... $ 20.00/test NuclearDensity Gauge............................................................................................... $ 70.00/day Nuclear Density Gauge (weekly iate)......................................................................... $ 250.00/week Mix Design, including gradations, absorption, specific gravity and unit weight of Aggregates, slump, unit weight and air content of concrete, One water -cement Ratio.............................................................................................. $ 350.00/test Additional Mix Design on same samples of aggregate....... 0 *is I too 0#6 tivvo w0000*ao or** Goal $ 200.00/test Confirmation Test Cylinders (min, of 6 per mix) ....................................................... $ 17.00/test Sieve Analysis (ASTM C-136)................................................................................... $ 50.00/test Sieve Analysis (material finer than #200 sieve), .... a I I east 041 400 4 014 a at*$#* a or vvvvvo boo at 9*0 64 on I r to to *a $ 35.00/test Concrete Coiling (up to 4" dia. & 6" thick - min. 3/trip)............................................ $ 60.00/each Capping and Testing Cores......................................................................................... $ 28.00/each Sawing Core ends, . 4 0 4 1 A 0 6 6 0 4, * 9 a a a a 4 a I a a a s 0 1 t 6 W a A s 0 a a 4 4 a a $ 28.00/each Concrete Cylinders -with inspection (minimum of 4)................................................. $ 17.00/each Concrete Beams -with inspection................................................................................. $ 25.00/each MortarCubes......................................................................................................... $ 25.00/each Grout Prisms $ 35.00/each Equipment Fee (in addition to coring fees)................................................................. $ 150.00/each AGGREGATE SieveAnalysis.......................................................................................................... $ 50.00/test SpecificGravity.......................................................................................................... $ G0.00/test LosAngeles Abrasion..............................................tot ..........•..................................... $ 195.00/test SamplePreparation .,...•.........................................•.........•........................................... $ 45.00/test Absorption.......................................................................................................... $ 45.00/test ClayLumpstwo .........................................•..................................................,.... $ 45.00/test Calcium Carbonate.... Boom *Gone* req was Go 0641 avveyel Room $ 325.00/test Hydraulic Conductivity (ASTM D 2434)4&0491......all ................ ova ................................. $ 150.00/test GEOSYNTHETICS Thickness(GM)......................................................................................................... $ I5.00/test Specific Gravity (Density).......................................................................................... $ 15.00/test CarbonBlack Content................................................................................................. $ 35.00/test Carbon Black Dispersion............................................................................................ $ 35.00/test TensilePropel ties........................................................................................................ $ 55.00/test I.ANDT6C l;NGINEERS Page 3 of 5 feeSchedule '09`.doc GEOSYNTHETICS CONT'D Peel &Shear......................................•............................... $ 27.00/test ..................... ,...,.......... Direct Shear Interface................................................................................................. $1250.00/test Clay Mass/Unit Area(GCL)............MEMOS •. Mgt ..•.....•........................................................ $ 25.00/test Permeability(GCL)........................................•....................•.•.............,...................... $ 250.00/test Puncture Resistance (ASTM D 4833)......................................................................... $ 35.00/test Tear Resistance (ASTM D 1004)................................................................................ $ 42.00/test Moisture Content (ASTM D 4643, D2216)................................................................ $ 15.00/test GEOTEXTILES Apparent Opening Size {ASTM D 4751).................................................................... $ Hydraulic Transmissivity (ASTM D 4716)................................................................ $ Mass/Unit Area (ASTM D 5261, D 3776).................................................................. $ Permittivity/Permeability (ASTM D 4491)................................................................ $ Thickness (ASTM D 1777, D 5199)........................................................................... $ Tensile (Grab) (ASTM D 4632).................................................................................. $ Puncture Resistance (ASTM D 4833)......................................................................... $ Tear Restistance (ASTM D 4533}............................................................................... $ ASPHALT Asphalt Extraction &Gradation.................................................................................. $ AsphaltThickness....................................................................................................... $ Asphalt Bulk Specific Gravity .................................................................................... $ Asphalt Cores/ea/inch of depth (Min. 3/trip) .............................................................. $ AsphaltMax. Theoretical SG...................................................................................... $ Rice Gravity ..... .... $ Extraction Disposal Fee (Environmental), .................................................................. $ AsphaltLab Mold/Density .......... Mfg Mfg too ..... REEVE .................... Oft ......... Nov .. Opp .. oil .. oft ........... $ Stability.......................................... $ ,ore Density ......................................................................................................... $ 'ore Thickness .......................................................................................................... $ Core Patch ......... $ Equipment Fee (in addition to coring fees) ................................................................. $ STRUCTURAL STEEL 86.00/test 81.00/test 10.00/test 70.00/test 10.00/test 52.00/test 35.00/test 52.00/test 192.50/test t 5.00/test 21,50/test 10.00/inch 125.00/test 75.00/test 30.00/each 87,00/test 58.00/test 15.00/each 15.00/each 6.00/each 150.00/each CWUStructural Steel Inspection, visual {min, 4 hours/tt•ip)........................................ $ 60.00/hour Ultrasonic Testing (miu. 4hours/trip)......................................................................... $ 67.501hour Material/Equipment Fee, M a V q 0 V & q 0 p I V * 0 V 0 f * . f V 1 4 t 0 V 3 0 * 0 0 6 0 $ 40.00/each (Added to Ultrasonic, Magnetic Particle & Liquid Penetrant Testing} IANOTEC �NC�IN�ERS PAge 4 of S feeSehedule '09'.doc NOTES: 1. Field test rates are charged per test in addition to technician hourly rates. 2. A minimum of four (4) hours technician time and vehicle charge will be billed for each call out, sample or specimen pickup. 3. Technician time is charged portal-to-portal from our office. 4. Overtime rates are 1.5 times regular rate for hours worked over 8 hours per day or hours before 7:00 am and/or after 5:00 pm. Lab and field services performed on Saturday, Sunday and Holidays will be charged at 1.5 time's regular rate. 5. Engineer time is minimum of 4 hours and support vehicle charge for field visits. 6. Drilling rates are for depths of 50 feet or less. 7. Additional tests not included in this schedule of fees will be quoted upon request. 8. All fees subject to change without notice. CONFIAENTIAL —Not for use on any other project or for any ather purposes without written permission from LANDTEC ENGINEERS, LLC. t.ANDT�C ENC71NE6R5 Page S of 5 feeSchedule '09`•doc