Loading...
HomeMy WebLinkAboutContract 58009 CSC No. 58009 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Alpha Testing, LLC, authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: Marshal's Boat Garage. The Agreement documents shall include the following: 1 . This Standard Agreement for Professional Services; 2. Attachment "A"— Scope of Services; Attachment "A", 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 Attachment "A" 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 Marshal's Boat Garage. (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 $6,389.00 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 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. OFFICIAL RECORD CITY SECRETARY City of Fort Worth,Texas Standard Ag Revision Date:9/27/2021 FT. WORTH, TX Page 1 of 10 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 7 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 Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 2 of 10 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 131" 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:9/27/2021 Project Name Page 3 of 10 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 VIII Termination of Contract City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 4 of 10 (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 (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. Article X City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 5 of 10 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:9/27/2021 Project Name Page 6 of 10 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 131" Street Fort Worth, Texas 76102 Consultant: Alpha Testing, LLC Attn: Brian Hoyt, PE 5058 Brush Creek Rd. Fort Worth, Texas 76119 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. Article XVII Immigration Nationality Act City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 7 of 10 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 (I-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all I-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. Prohibition on Boycotting Energy Companies Vendor acknowledges that in accordance with Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Prohibition on Discrimination Against Firearm and Ammunition Industries Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 8 of 10 Government Code (as added by Acts 2021 , 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Vendor certifies that Vendor's signature provides written verification to the City that Vendor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 9 of 10 Executed effective as of the date signed by the Assistant City Manager below. FORT WORTH: City of Fort Worth Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and 19ana 24L( hldo administration of this contract, including By: Dana Burghdoff(Aug 20,202214:02CDT) ensuring all performance and reporting Name: Dana Burghdoff, AICP requirements. Title: Assistant City Manager Date: Aug 20, 2022 Approval Recommended: Name: Brian Glass Title: City Architect Approved as to Form and Legality: By: Steve 11,2022 08:04 CDT) Name: Steve Cooke Title: Director, Property Management Dept. By: � Attest: Name: John B. Strong Title: Assistant City Attorney GZ`I`IG��G DOG�GZGG Contract Authorization: By: Jannette S.Goodall ig22,202210:40CDT) M&C: n/a Name: Jannette Goodall a OR Title: City Secretary �0o °°°°r0.am 0 a�° °off-+d� �vo o=P � o o 00000000 VENDOR: Pad a�nEXASap� Alpha Testing, LLC ann �e� Co�tbl By: Ken Combs(Aug 8,202210:09 CDT) Name: Ken Combs Title: Vice President Date: Aug 8, 2022 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX City of Fort Worth,Texas Standard Agreement for Professional Services Revision Date:9/27/2021 Project Name Page 10 of 10 CIVIT COST Marshal's Boat Garage - Preliminary Fort Worth, • No: • •1 ALPH i WHERE IT ALL BEGINS C C Environmental Geotechnical Construction Materials 6eotechn A LPN A #XTESTING Constructs a! 50588rush CreekRoad TeL 817.496.5600 Construction Materials Environmental Fort Worth,Texas 76119 Fax:817.49656A8 WHERE IT ALL BEGINS TBPE Firm No.813 www.alphatesmg.com August 4, 2022 CITY OF FORT WORTH ARCHITECTURAL DEPARTMENT 401 West 13Th Street Fort Worth, Tx 76102 Attention: Ronald Clements Ronald.Clements@fortworthtexas.gov Construction Materials Testing Services and Fees MARSHAL'S BOAT GARAGE -PRELIMINARY Fort Worth, Texas Cost Estimate No: 92605-22-49 We are pleased to submit the following cost estimate for performing Construction Materials Testing on the project referenced above. Thank you for the opportunity to submit this estimate. If this cost estimate is satisfactory, would you please sign the enclosed cost estimate acceptance sheet and return it to us. We will consider receipt of a signed copy of this cost estimate as our official notice to proceed. We look forward to working with you on this project. If there are any questions, please contact Ben Njaria at 817.496.5600, ext. 3318, we are available to discuss any questions at your convenience. Respectfully submitted, ALPHA TESTING, LLC. Ben Njaria Senior CMT Estimator BN/jr Tim Begole, Jr. Attachments: Acceptance Sheet CMT Department Manager General Terms and Conditions Cost Estimate No: 92605-22-49 2 FIRM PROFILE HISTORY Alpha Testing, LLC. (Alpha), a Texas corporation established in 1983, provides full-service geotechnical engineering, construction materials testing and inspection, and environmental services. Our goal since 1983 has been to be recognized as "First in Service" by our clients. Alpha is known for responsiveness, accurate and reliable data collection, and consistent recommendations -all provided as agreed. Let the success of your next project start with us! Alpha is a registered Texas engineering firm (#813)and a Texas geoscience firm (#50341), meets the requirements of ASTM E-329, is AASHTO R-18 accredited, and has engineers licensed in multiple states. Alpha currently employs over 275 people. Alpha recognizes that our client base faces challenges at every turn, either meeting a deadline, meeting a budget, or overcoming a field or design challenge. It is our internal challenge to make your challenges ours. Tell us what you need, we will take ownership, ask the needed questions, then be responsive in execution. BUSINESS LOCATIONS 1. Dallas Office—Corporate 2209 Wisconsin St., Suite 100, Dallas, Texas 75229 (V) 972-620-8911 (F)972-620-1302 Brian Powell, PE, President: bpowell@alphatesting.com Ken Combs, Vice President: kcombs@alphatesting.com 2. Fort Worth Office 5058 Brush Creek Rd. Fort Worth, TX 76119 (V) 817-496-5600 (F)817-496-5608 Tim Begole, CET, CMT Manager: tbegole@alphatesting.com Brian Hoyt, PE, Geotechnical Manager: bhoyt@alphatesting.com 3. San Antonio Office 4740 Perrin Creek, Suite 480 San Antonio, TX 78217 (V)210-249-2100 (F)210-249-2101 Adam Heiman, PE, Geotechnical Dept. Manager: aheiman@alphatesting.com 4. Houston Office 6513 W. Little York Road, Houston, TX 77040 (V) 713-360-0472 (F)713-360-0481 Joseph Culley, Regional Manager:jculley@alphatesting.com Quality Control All testing equipment in Alpha's laboratories is calibrated on an annual basis using traceable standards (NIST or NSTL). Calibrations are confirmed by CCRL and AASHTO on a bi-annual basis during third-party inspections. Along with calibration of equipment, Alpha also maintains an internal QA/QC program to assure consistent and reliable test results. This program pertains to methodologies for performing tests that have been developed and expanded through years of experience. Cost Estimate No: 92605-22-49 3 PROJECT INFORMATION It is our understanding that a new single story boat garage building with an approximate gross footprint of 1,500 square feet is to be constructed at 7501 Surfside Drive in Fort Worth, Texas. Concrete paving is also planned for the proposed structures. It is anticipated that slab on grade foundation will be utilized to support the given structures. In this cost estimate, we are providing our estimate of the testing anticipated based on our understanding of the project information provided in the contract documents: civil plans dated: 03/31/2022-1 structural plans dated: 07/08/2022-1 Along with the applicable city standards for the City of Fort Worth and the geotechnical report dated: 10/06/2021 by Alpha Testing, LLC. Note: This cost estimate does not include full time IBC special inspection of structural steel,cold formed steel, fireproofing,exterior insulation finish systems,or masonry.Should these item be required,this cost estimate may be revised upon request. SITE PREPARATION, FILLING, BACK FILLING Based on our understanding of the information provided for this project, field density testing is required on the sub- grade and fill materials placed. It is estimated that an engineering technician could be required on site for about 25 hours to perform approximately 10 field density tests. In addition, the technician could obtain approximately 3 soil samples for laboratory proctor analysis. CONCRETE TESTING Based on information provided, it is our understanding, approximately 75 cubic yards of concrete will be placed. It is estimated that an engineering technician could be required on site for an estimated 18 hours to mold approximately 20 test cylinders. STRUCTURAL STEEL It has been estimated that an engineering technician could be required for approximately 5 hours to visually observe the structural steel placed. SCOPE OF SERVICES SITE PREPARATION, FILLING, BACK FILLING ALPHA must be provided with an industry-standard compaction specification conforming to ASTM, TXDOT AASHTO or USACE requirements to provide field compaction testing Building Structures:1 FDT every 5,000 square feet and 6 inch lift. Paving: 1 FDT each 5,000 square feet and 6 inch lift. All areas supporting slab foundations, flatwork, pavement or areas to receive new fill should be properly proof-rolled, compacted and tested. CONCRETE TESTING Slab: 1 set of 5 test cylinders every 100 cubic yards. Paving: 1 set of 5 test cylinders every 100 cubic yards. Gradebeam: 1 set of 5 test cylinders every 100 cubic yards. STRUCTURAL STEEL 1 trip every 5,000 square feet. Cost Estimate No: 92605-22-49 4 ESTIMATED TESTING SCHEDULE The following is our estimate of the number, type and cost of anticipated construction materials testing for the project referenced previously. This estimate of the expected testing was developed based on project plans and information as provided by the client. It should be recognized that variations in construction schedules, weather, amount of re- testing, additional testing requested by our client, etc., could result in differences between the actual and estimated testing costs. Although efforts will be made to maintain the testing costs within the estimated amount, charges will be computed based on actual services rendered. Testing services proposed herein do not include full-time personnel on site nor any form of project supervision. It is our understanding that testing will be scheduled by the client or his designated representative, and ALPHA TESTING, LLC. does not assume the responsibility for assuring all required tests are performed. If desired,ALPHA could monitor testing frequencies and locations during the progress of the work to assure the required testing is performed, at an additional cost. I. Site Preparation, Filling, Back Filling Description Est. Qty Unit Rate Est. Total Proof Rolling Observation/Hour 1.00 $49.00 $49.00 Plastic Sheeting Verification/Hour 1.00 $49.00 $49.00 Density Testing/Hour 25.00 $49.00 $1,225.00 Density Testing (ot)/Hour 4.00 $73.50 $294.00 Nuclear Density Gauge/Trip 5.00 $120.00 $600.00 Proctor#/Each 3.00 $185.00 $555.00 Atterberg Limit Test/Each 3.00 $70.00 $210.00 -200 Sieve/Each 3.00 $65.00 $195.00 Material Pickup/Hour 4.00 $49.00 $196.00 Vehicle Trip Charge/Trip 6.00 $45.00 $270.00 Engineering Report Review/Hour 2.00 $95.00 $190.00 Subtotal00 Cost Estimate No: 92605-22-49 5 II. Concrete Testing Description Est. Qty Unit Rate Est. Total Prepour Monitoring/Hour 2.00 $49.00 $98.00 Concrete-Testing/Hour 16.00 $49.00 $784.00 Concrete-Testing (ot)/Hour 2.00 $73.50 $147.00 Concrete Comp. Test/Each 20.00 $25.00 $500.00 Cylinder Pickup/Hour 3.00 $49.00 $147.00 Vehicle Trip Charge/Trip 6.00 $45.00 $270.00 Engineering Report Review/Hour 1.00 $95.00 $95.00 Subtotal04 00 III. Structural Steel Description Est. Qty Unit Rate Est. Total Structural Steel Inspection/Hour 5.00 $75.00 $375.00 Vehicle Trip Charge/Trip 1.00 $45.00 $45.00 Engineering Report Review/Hour 1.00 $95.00 $95.00 Subtotal00 Grand Total: $6,389.00 *Should ALPHA TESTING, LLC. be awarded the testing for the above referenced project, it is requested that a complete set of approved plans and specifications be forwarded to this office along with the signed authorization to proceed. Cost Estimate No: 92605-22-49 6 ADDITIVE OPTION I. Optional-Concrete Testing Description Est. Qty Unit Rate Est. Total Floor Flatness (Minimum Charge)/Min 1.00 $650.00 $650.00 Batch Plant Inspection/Hour 5.00 $49.00 $245.00 Subtotal00 II. Optional-Structural Steel Description Est. Qty Unit Rate Est. Total Fabrication Shop Monitoring/Hour 8.00 $75.00 $600.00 Ultrasonic Testing/Hour 4.00 $125.00 $500.00 Equipment Charge/Day 1.00 $125.00 $125.00 Subtotal00 III. Optional-Sprayed-On Fire Proofing Description Est. Qty Unit Rate Est. Total Fireproofing/Hour 5.00 $65.00 $325.00 Lab Density Testing/Each 3.00 $55.00 $165.00 Adhesion/Cohesion Testing/Each 1.00 $55.00 $55.00 Vehicle Trip Charge/Trip 2.00 $45.00 $90.00 Engineering Report Review/Hour 1.00 $95.00 $95.00 Subtotal00 IV. Optional-Fire Proofing (Fire Stopping) Description Est. Qty Unit Rate Est. Total Fireproofing/Hour 5.00 $65.00 $325.00 Adhesion/Cohesion Testing/Each 1.00 $55.00 $55.00 Equipment Charge/Day 2.00 $125.00 $250.00 Vehicle Trip Charge/Trip 2.00 $45.00 $90.00 Engineering Report Review/Hour 1.00 $95.00 $95.00 Subtotal00 Cost Estimate No: 92605-22-49 7 /10\ V. Optional-Fire Proofing (Intumescent Fire Proofing) Description Est.Qty Unit Rate Est. Total Fireproofing/Hour 5.00 $65.00 $325.00 Equipment Charge/Day 2.00 $125.00 $250.00 Vehicle Trip Charge/Trip 2.00 $45.00 $90.00 Engineering Report Review/Hour 1.00 $95.00 $95.00 Subtotal .0 00 VI. Optional-Cold Formed Framing Observation & Reporting Description Est.Qty Unit Rate Est. Total Structural Steel Inspection/Hour 5.00 $75.00 $375.00 Vehicle Trip Charge/Trip 1.00 $45.00 $45.00 Floor Flatness (Minimum Charge)/Min 1.00 $650.00 $650.00 Subtotal00 Additive Options Grand Total: $5,495.00 *Please Select Desired Testing Scope* Cost Estimate No: 92605-22-49 8 CMT ACCEPTANCE FORM Date: August 4, 2022 Alpha Cost Estimate No: 92605-22-49 MARSHAL'S BOAT GARAGE- Project Name: PRELIMINARY CMT Base Estimate $6,389.00 Project City: Fort Worth, Texas * Highlighted Areas Must Be Filled Out* CLIENT: ATTN: ADDRESS: EMAIL: CITY/STATE/ZIP: PHONE/FAX: OWNER OF PROPERTY: ADDRESS: CITY/STATE/ZIP: PROJECT LEGAL DESCRIPTION: PROJECT COUNTY: The undersigned hereby accepts all the Terms and Conditions set forth in this cost estimate and warrants that he/she has full authority to bind the Client. Payment Terms: Net Within 30 days in Dallas,Texas. No reports will be issued until we have a signed contract, purchase order or Letter of Authorization to proceed in our office. Signed contract, purchase order or Letter of Authorization to proceed must be received within 3 days of commencement of services or work stoppage will commence on the 4th day and continue until signed authorization is received in our office. For projects with new clients under$1,500.00,written authorization must be received prior to the start of work and payments must be received before any reports are issued. Service for welding certifications and ferroscan work must be paid prior to work or upon arrival to the site to perform the work. Non-Solicitation Agreement: The undersigned shall not,directly or indirectly,solicit for employment,or advise or recommend to any other person that they solicit for employment,any employee of Alpha Testing, LLC. Cost Estimate ACCEPTED BY: Signature Title Date Accounts Payable Contact: Name: Phone: Email: Please indicate in the space provided authorized field personnel,along with email or mobile numbers,who may sign our Field Technicians time ticket upon completion of our daily work: (If no names are provided it will be understood no authorized field representative signature is required.) REPORTS WILL BE PROVIDED TO THE CLIENT VIA THE INTERNET Please provide a personal password for this project(up to 15 characters): Please provide a valid email address: .You will be contacted by email and given your Project ID number to use for login access to the Alpha website, www.alphatesting.com, to retrieve your reports. You can directly print any individual report or all reports within a range of dates you specify. REPORT DISTRIBUTION Firm Contact Name Email Cost Estimate No: 92605-22-49 9 REMARKS Services and fees not listed above will be quoted on request. Invoices will be submitted monthly for services performed. Payment will be due in Dallas within thirty(30)days of receipt of invoice. Interest will be added to delinquent accounts at a rate of 1.5 percent for each month of delinquency. Payment of the invoice is not contingent on Client's agreement or acceptance of ALPHA's test result or findings. If CLIENT objects to any portion of an invoice or report, it shall notify ALPHA in writing within ten(10)days from the date of actual receipt of the invoice of the amount and nature of the dispute,and shall timely pay undisputed portions of the invoice. Next day results for Standard Proctor Tests will be charged at 1.5 times the standard unit prices. The prices above include electronic copies of the report distributed in accordance with client's instructions.Additional physical copies will be billed at a rate of$.25 per sheet. All field services are charged portal-to-portal,minimum charge of 3 hours per trip applies to all field work. All reports are available on line. Dispatch schedule hours are Monday-Friday from 7:00 am to 5:00 pm and Saturday 7:00 am to 12:00 pm. All schedule calls made after these hours will be returned in the order received.Please make sure to schedule work in a timely manner(a minimum of 24 hours in advance)if you want ALPHA to guarantee a technician on site at the desired time.Dispatch phone numbers:817-507-0546.Note:You must reference Alpha's job project number to schedule services.If project number is unknown please reference cost estimate number shown on the CM acceptance form. ""Note: Due to the everchanging circumstances surrounding the COVID-19 Virus,situations may arise during the performance of this agreement that affect availability of resources and staff of ALPHA,the Client,other consultants,and public agencies. Therefore,there could be changes in the referenced schedule and/or project costs. ALPHA will exercise reasonable efforts to overcome the challenges presented by current circumstances,but ALPHA will not be liable to Client for any delays,expenses,losses,or damages of any kind arising out of the impact of the COVID-19 Virus. Cancellations will be invoiced for portal to portal times as well as time spent on site awaiting determination of cancellation. Services performed outside a 40 mile radius of this area will be charged mileage of$.55 a mile. Overtime rates will be applicable for services performed in excess of 8 hours per day and on Saturdays and Sundays.Services performed on holidays will be billed at 2.0 times the regular hourly rate. Waiver of Subrogation-If a Waiver of Subrogation is required by your company,there will be a fee applied to your first invoice.The fee will be a minimum of$300.00 charge or 1%of contract price plus$50.00,which ever is greater. ALPHA TESTING, LLC.provides no warranty, either expressed or implied,that the testing provided under this contract satisfies all requirements of the plans and specifications for the project,applicable City specifications or other governing bodies that may have jurisdiction over the project. No reports will be issued until we have a signed contract,purchase order or Letter of Authorization to proceed in our office. Signed contract, purchase order or Letter of Authorization to proceed must be received within 3 days of commencement of services or work stoppage will commence on the 4th day and continue until signed authorization is received in our office. For projects with new clients under$1,500.00 written authorization must be received prior to the start of work and payments must be received before any reports are issued. Service for welding certifications and ferroscan work must be paid prior to work or upon arrival to site to perform the work. PLEASE NOTE: In keeping OSHA Safety regulation,ALPHA TESTING, LLC.employees will not enter a trench to test that is not in compliance with current OSHA regulations. Delays or cancellations caused by waiting for trench(s)to be brought into compliance will be invoiced on an hourly basis. Cost Estimate No: 92605-22-49 10