Loading...
HomeMy WebLinkAboutContract 45412 iii.. CONTRACT MRETMY , . V CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES phis AGREEMENT is between the City of f=ort Worth, a texas home-rule municipality (the "CITY"), and CMJ Engineering Inc., authorized t do business in Texas (the "ENGINEER"), for a PROJECT generally described as.- Cost Estimate Construction Mat rials Testing Services for WRAC Multi-Purpose Pavilion in Fort Worth. Article I Scope of Services A. Scope of Services is set forth in Attachment A. ,article 1 Compensation A. The ENG� INNER"S compensation (not-to-exceed $45,000.00) set forth in Attachment A. Article 111 Terris of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient dent documentation, including but not limited to meeting the requirements, set forth in Attachment A to this AGREEMENT, to, reasonably substantiate this invoices. (2) The ENGINEER will issue monthly invoices for all work performed. under this AGREEMENT. Invoices are due and payable within 30 days of rcei ,t. M 4 j Upon completion of services enumerated in Article 1, the final payment, of any balance will be due within 30 days of r c i t of the final invoice. C> (4) In the event of a disputed or contested billing, only that pod-ion, s uteri u b contested will be withheld from payment, and the undisputed portion �Ilil paid. The CITY "III exercise reasonableness In contesting any bill or portion thereof. No interest will accrue on any contested porn E]TAR OFFICIAL RECORD CITY SECRETARY REC ORD jR,FTO WORTH,TX Construe ti rn Materials Testing Services for 1,�+'RMC l"tlluult-P'uurpose Pavilion(February 20114} a�M , ' CMJ Engineering, Inc. "M So mutu,al'ly resolved. (5) If the CITY fails to make payment in full to ENGINEER for b,illinigs contested in good faith within 60 days of the an ouint 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 C,I,TY fir delays or damages, caused the CITY because of such suspension of services. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment B,. A. General The ENGINEER will serve as the CITY'S: pr fess,ional engineen I ng representative under this Agreement, providing professional engineen,ng cons,uiltation, 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 engi,neer I i,ng 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,1 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,1 changed or unanticipated u,nderg,round conditions may occur that could affect the total PROJECT cost and/or execution. These Construction Materials,Testing Services,for WRMC multi-purpose Pavilion(February 2014) Page 2 of 16 C Engineering, Inc. to re�ly upon such certification to establish materials, systems or equipment and performance criteria to be required in the Contract Documents. F. Opl"nions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide oplinions of probable costs based on the I current available information at the, time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses,, economic, feasiblility 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 partie& qluality, type, management, or d'irection 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 ENGIN ER'S opinions, analyses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction prolgress 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 detained 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 alil 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 plaid. 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 Construction materials,Testing Services for WRMC Multi-Purpose Pavilion(February 2014), Page 4 of 16 CM,I Engineering, Inc, ...................... ...........— 1-11--111 any errors or omissions in, the information from others that is incorporated into the record drawings. 1. Small Business Enterprise (S BE) Participation This paragraph i's not applicable for this Agreement. J. Right to Auldilt (1) ENGINEER agrees that the CITY shall, until the ex p I iration of five (5) years after final payment under this contract, have access to and, the right to examline and photocopy any directly pertinent b ks, documents, papers and records of the ENGINEER involving transactions relating to this con-tract. ENGINEER agrees that the CITY shall have, access during normal w rking 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 a.grees, to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor 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 dlirectly pertinent books, documents, papers, and records of such subcontractor, involving transactions to the subcontract, and further, that the CITY shall have access, during normal working, hours, to all subcontractor facilities, and shall be provided adequate and appropriate work space I in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subcontractor reasonable advance notice of intended audits. (3) ENGINEER and subcontractor 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 ap,p,ly separately to this PROJECT or locationi., Construction materials Testing Servi s for'WRMC MUlti-Purpose Pavilion(February 2014) Page 5 of 16 CMJ Engineering, Inc. 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, um,brella, if any. This insurance shall apply as primary insurance with respect to any other insurance or pelf-inisurance programs afforded to the CITY. The Commercial General: Liability insurance polio y shall have no exclusions, by endorsements that would alter, or nullif "; y: 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 oir commercial umbrella liability insurance maintained in accordance with this agreement. b. Business Auto - the ENGINEER shall maintain business auto, liability 0. and, if necessary, con,imerciial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shlaill cover including owned, hired, and non-owned liabilli:ty arising out, of any auto", 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 comm,erci'ial 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. Construct Ion Materials Testingi Services for WRMC Multi-Purpose Pavilion(February 2014) Page of 16: C Engineering, Inc., di. Professional Liability — the ENGINEER shall maintain professional liability, a claim s�-maide plo�licy, 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 sub fitted to the CITY for each year following completion of'the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all I required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. b. Applica,bl,e po:licies, shall be endorsed to name the CITY an Additional as its interests may appear. The term CITY shial:l Insured thereon, I include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage e% ' ,ee poilicies specified in this agreement are provi,d d under applicabl 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. Aten 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 761102. f. Insurers for all policies must be authorized to do business in the State of I Texas and have a minimum rating o;f' A.V or, greater, in the current A.M. Best Key Rating Guide or have reasonably egquivalent 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 througih insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the Construction Materials Testing Services for VVRIVIC multi-Purpose Pavilion(February 2014) Page 7 of 16 CMJI Engineering, Inc. I . 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 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 finial payments. 1. The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. m. 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 subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of ins ranee. L. Independent Engi*neer The ENGINEER agrees to perform all services as an independent ENGINEER 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 bu a �tt,ing 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 sigining of this con-tract and prior to final payment under the contract. Construction Materials Testing Services for WRMC Multi-Purpose Pavilion (February 2014) Page 8 of 16 CMJ Engineering,Inc. ............. ................................ .................. 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. 0. Permitting Authoi l"ties -, Design Changes If permitting, authorities require re d,es,ign changes so, as to comply with published design criteria, and/or current engineering practice standards which the 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 permifting 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. Pi. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment A to this AGREEMENT. Article V Obligl at-ii ons, of the City Amendments to Article V, if any, are included in Attachment B. A. C'Ity-F u,rn*1 shied Data ENGINEER ay 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 Construction Materials Testing Services,for WRMI C mini ti-purpose Paoioni(Febiruary 2014) Page 9i of 16 CMJ Engineering, Inc. other clompone�nts of -the CITY'S facilities as may be required in connection with the ENGINEER'S services. The CITY will be responsible for al�l acts, of the CITY'S personnel. IC. 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,1 sketches,, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, audi'tor, bond and financial advisors, and 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 A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of a�ny development that affects the scope or timing of the ENG:I,NEER'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 damn age 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'S negligence or if ENGINEER brings such hazardous substancey con,tam,ina,nt or asbestos onto the project. G. Contractor Indemnification and Claims, Construction Materials Testing Services for WRMC Multi-Purpose Pavilion(February 2014) Page 1,0 of 16 C,MJ Engineering�, Inc. The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENS lINEER'S Personnel, at C n�structi nl Slite, and provisions pirolvid�ing 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 eqluipment or materials sub pilia ersi- IS "Contractors, subcontractors and equiipment and material: suppliers on the PROJECT, of their sureties, shall maintain no direct action against the ENCSI NEERI its officers, employees, and subcontractors, for any claim arising out of in connection with, or resulting from the engineering services performed. Onily 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 and the ENGINEER and there are no third-party beneficiaries. (3) The CITY will include in each agreement it enters into with ally 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 .H. . hall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. 1. City's Insurance (1) The CITE' may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builder, Risk/Installation, insurance is maintained at the rep:lacement cost value of the PROJECT. The CI TY 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 is insurance shall be comprehensive in coverage appropriate to the PROJECT' rill s. J. Litigation Assistance The, Sicoplel of Se icels, doles 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 Construction Materials Testing services for WRMC multi-Purpose Pavilion(February 201 4) Page 11 of 16 C Engineering, Inc. requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. KIM 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 an are include in Attachment B,., A. Authorizati"on to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project ocuu m�ents All designs, drawings, specifications, documents, and other work products of the EN,GII,NEER, 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 C,ITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. G. Force MaJeure The ENGINEER is not respons,iblle, for damages, or delay in performance caused by acts, of Gold, strikes, lockouts, accidents, or other events, b yo,nd the control of the ENGINEER -that prevent ENGINEER'S performance of its obligations her under 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 doles not commence correction of such nonperformance with in 5 days of written Construction Materials Testing Services for WRMC Multi-Purpose Pavilion(February 2014) Page 12 of 16 C Engineering, Inc. notice and diligently complete the c rrection 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 sup pilies or services; c.) The time requirements, for the ENGINEER'S personnel to! document the work underway at the, tume 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. Suspensioni, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convennience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT"S schedule, commitment and cost of the ENGINEER'S personnel and subcontractors, and ENGINEER'S compensation will be made. F. hideninification In accordance with Texas Local Government Code Section 271.904,, the ENGINEER shall:: indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligfence, intentional 'tort, intellectual property infringement,, or failure to pay a subs ontractoir or supplier committed by the ENGINEER or ENGINEER'S agent, consiultalnt 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 Construction Materials Testing Services for WRMC IMulti-Purpose Pavilion(February 2014) Page 13 of 16 CIVIJ Engineerin�, Inc, Limitations on liability and indemnities Ii n 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 liab:il,ity, 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 alinid, the ENGINEER, and their officers, employees, agents, and subcontractors., I Jurisdi'ction 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., Severab iii ty and' Survival If any of' the pirolvis,ioins, contained in this AGREEMENT are held for any reason to be invalid I illegal�, or unenfoirceable 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. Arl-icles V.F., VI.B.; VID., VI.,F.,, VI.H., and VI.I. shall survive termination of th,is AGREEMENT for any cause. K. Observe and Clomply 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 affect this AGREEMENT and the work hereundery 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 olf't,h e violation of any such order, law, ordinance, or regulation, whether it be by itself or its eimpili olyees,. Arti,cle V1111 Attachments, Schedules,, and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire i AGREEMENT supersedes, all, prior written or oral and erstandiin gs, and may only be changed by a written amendment, executed by both parties. The followings attachments and schedules are hereby made a part of this AGREEMENT: Construction Materials Testing services for WRIVIC Multi-Purpose Pavilion(February 2014) Page 14 of 16 C Engineering, Inc. AL Attachment A- Scope of Services, Compensation, and Schedule Attachment B -Amendments to Stand ard Agree ment for Engineering Services '0 1 00 Executed and effective th�is the: /11-%-Clay of L "1101 I OF FORT WORTH ATTES T. TY OR '01 By- 10 io a J. Ka 01 ernando! Costa y 0 0000 City Secrets % ssistant City Manager 00, 00q1* % 000000,C)o APPROVED AS TO FORM AND LE APPROVAL RECOMMENDED., 'i Low) By*, By- Black Douglas Wiers:ig, PE Doug, Assistant City Attorney Director, ranspoftation and PUblic,Works Department M&C No,,: M&Cis not �regu'ired ENGINEER,-, 0111000,01 M&C Date: N/A By RAarl Lee SET OFFICIAL RECORD OFFICIAL RECORD C D R 7 ITY SECRETARY "o WoRwraw*Trx Y@.... Consiruction Materials Testing Services for WRMC muiti-purpose Pavilion(February 20,14) Page 15 of 16 CMJ Engineering,Inic. ATTACHMENT A - SCOPE OF SERVICES, COMPENSATION, SCHEDULE Refer to the attached CMJ Engineering, Inc. letter dated February 25, 2014, subject: Construction Materials, Testing and Observation Proposal,, WRIVIC Mullti-Plurpose Pavilion, Fort Worth Texas, CIVIJ Engineering, Inc. Cost Estimate No. 13-196C. If any conflict arises between the Aftachments/Exhibits and the Agreement, the terms of the Agreement shall control. ATTACHMENT B - AMENDMENTS TO AGREEMENT NONE Construction Materials Testing s rvices,for WRMC muliti-purposie Pavilion(February 2014) Page 1,6 of 16 CMJ Engineering, Inc. ti J AiVk rA v�-r, A N n; w W 7636 Pebble Dvive „ , � G, _1 �� ". Foa / y Tw ti C a r + VV r.......,,., pu3-196C 1 w�° s Estimate N,,',o v•.1 City of Fort,Wort) Transp r i oui & Pi-iblic Works Attn: Ronald Clements 1000 T rockni rlon Street Fort Worth, _TX '/6102 ernail" i-onaldclements@fortwoi,l,,hto.xas.gov COSH' ESTIMATE CONSTRUCTION MA"rERIALS TESTING SERVICES FOR 14ORT WORTH, TEXAS Lear Ir�. Clements, VV'e are pleased to submit this proposal for providing construction niaterials enginee3ring services, on the above referenced project, Sic2pe of Work Our scope of service is based on the construction worl items requested of J1ac Durham with the City of Dort V\/orth and our experience on simil r projiects, We propose to serge this project on a call out, as needed basis, Drilled Piers Full time excavation olbservation, reinforcing steel inspection and concrete testing and inspectiuon.. Cast-In-Place Concrete Pre-concrete placement reinforcing steel inspection. Ors-site placement inspection and testing to include slump, terriperaturel entrained air content and molding of test cylinders, Laboratory curing and testing clt'c °linders,. Struct"ral Steel Oin-site viSUal inspection and testing of field welde d and k opted connections by VVS Certified Welding Inspector, on-site ultrasonic testing of full-penetration welds by ANSI Certified Non- Destructive testing technician, . a Mu0 G,."r. Y. . ..'1'M'Sp i ., bAi.'M'.IW' ° NW I• x. , ,°:...... 'A i..W.,p 41,.,.i a .. „M ,r m.,,,y. .,.. P..,.y r,. ,.r i M„M. .,..M.i M/°tioo In i Y; � �1. V�°m"Cdly/t".C.lv,'7' .I i �.«Wd"Fn..6 .vMVl�1 N.�uMAC°jwJl". ix.,m✓�i 4i'u';/.din af�I II�iP L�JR n' I{ (�",m%�".E'm"JXJ,IIJ ARB"✓..u"NFF♦d,'�AA�uI;wdu'IPlii wuir!GC!M!WMW' W.dFq'"NFA.ttfllw"M'iN.J"'MJ1di . wYbaY r„ Phone 1 284-9400 fi (817) 589-9993 Metro 17 589-9992 CMJ ENGINEERING. INC. City of or Worth'[­ranspoi,tatiori & Public Works Cost Esflrnate 1 .131-196C, WRMC Multi-PurP(,)(,,e Pavilion Febftl&y 25, 2014 Fort Worth, TX Page 2 Based upon the not-.to exc budget aMOUnt provided by Jack Durham with the City of Fort Worth, our unit fees and estimated testing quantities totaling the Not.-to-F-xteed Budget are listed' A i on ffie following attachrneni,, All feOs for s(:,rvices performed which do not appear on the budge�t attachment will be based on the city's standard fee schedule Or OUr' standard fee schedule. The final charges are to, stay within the as, stated Not-to-E,xceed annount. No additional tests or inspections have been included for work failing to ryieet project specifications, All charges for laboratory services are F.O.,B. our. laboratory. Invoices will be hr it for these services on a rnotithly basis, The will b�e due and payable upon receipt. C10 Opq, CMJ Engineering, Inc, appreciates the opportunity to SUbrnit this proposal. RespeCtfUlly, CMJ ENGINEERNGIING. R. Carl Lee, Execul:ive Vice President f M✓ra,✓a,�.r.„rui,,,i;"m-lirwt!+ ':a wrrti,ry i+:w�1'mw J.J d� M536 Pebble Drives li1U'w�Fv,�Aif4✓^„'IV!Mi"rNN 7/u'w'Hh:"j✓:,!'U'"irv:,Tpi:;e:�`.@siG�'.y�.v.J Y,�:ti..:.2Y.,n v.T,l ti`!a,�d .. .. , ,.,,... ,,...:.,,.G.,, ,,.. ,....... ..,..,..�,,.., ��X' Worth, ..`..,r „°,"y ,r„✓..gy,n�b.,vN rrtiC t?,.FP�,id,...yrt(ny/o>mwh�n9.,:✓�:.x9,.„wvl:Sro✓mm,!l Swmmr.�iml�.,u k+i9 v,u`uNu,.d,k"J'Y'IIr��a:@C!�.»,,,.,S JaJ Pr,'�m'P^vz.,.Nvr,�7�k.,,,,...n.V. ➢kY:, a r, ,. v n.r v.w.r .:, � h , Texas Yi Tel 8 284.9400 F ax 17), 9--9993 gm w46tW9�I�.”„�InYa'�'��7dX'IPr:1�::1�;�„Jrx,'�F,!wdv o^a.�u';61::?wn�”YdU"�J7...%m�..,ll.a'P':1��,�'1.1...:Jn'i?n�r6XG:orbuJaLfiG&uwfiZ'df e.X,tarcarrMw+mdYkrllY:�l�V'IrJdaVw'0 r„ JIII'wdIV�G"/.�07+'7,.tl � y off"oW Werth r sport 'Public Works Cast stirnate No. I3-196C February 25, 2014 ��� CONSTRUCTION MATERIALS TESSITING SERVICES, FOR VVRMC MULTI-PURPOSE PAVIL FOR1 WORTH, TEXAS DESCRIPTION NO m u UNIT AMOUNT ,wrmrnmmawwwmmr �,�.»"�rrnn„n r.mwnvmu nar.�w:�.,��.��.�+.wwwnuw. rvuwuuxnaa�. �awv�,✓.„w�N+,uvam»w.Fa wnw,uwr!¢w rmnixrm�mu�ar.wrr rcsvm�w e....,,.,w w::,.�.~.�a. ,ow,w,rvrowwdmim�wmaa oioi mmmm -a Pier inspgcKi9 Engineering Technician for Pier. Inspections (Min. 4 I~lar l-/TTrip) 292.5 $ 50,00 hou..tr 141626 M Concrete Tessa Cyl'ind'ers ASTM C31 X391) 11010 16,00, each 11600.00 "chicle Trip Charge 25 $ 35.010 tii-ip $ 875,010 Estimated Total for Elarthwork Services !7)11 0 0.0 0 Concrete ulaiu c ions Concrete Test Cylinders ASTl l C31/39) 293 $ 16,00 each 41688,00 Concrete Technician (Alin, 3 hours/trip) 266 $ 40.00 hour $ 1 ,64 .E Concrete Technician Overtime 133 $ 57.00 each 71581.010 Vehicle Trip Charge 33 $ 35.00 trip 1,1 55..00, Estimated Total'for Concrete Inspection S icy: 241064. Structural Steel Observation S ruict ur �l Steel inspection by CV"i Min, 4 hcUrs/trip) 5 $ 65,,00 hoer $ 3,380.00 Vehicle Trip Charge 13 $ 35M, trip $ 455.00 Estimated T"o 1 for S ructurr�al steel services: � 31835. + a im ed Total for Above Testi'n and Inspection Services: $ 44,9919.00 �nY Total Not-to-Exceed 'T'esting Midget for Project $ 45,01 0.00 Notes: r a 1 Overtime rates of 1,5 times the regular hourly rate'will be charged for hours worked over ten 10) hours per day or hours wo(ked before .7:00 a,m. and/or after 5*00 p,rru. Monday y th!ru rid! y, Alil late and field services performed on Saturday er Sunday, will he billed at 1.5 times the regular rate, All services performed on recognized holidays will be kilned at 2.0 times the regular route, All laboratory test tees are F. .r, OUr laboratory, Engineering technician minimums and vehicle trip charges will ,apply to all trips to the job-site including sample pickups arid'specimen pickups. . Technician time is charged portal-lo-portal from our Fort W rlh office, l 4, Additional tests not specified in this fee schedule will be quoted upon request. 5, 4"X8"concrete compression test specimens will be used unless instructed otherwise. r 9 a i h l n l p