HomeMy WebLinkAboutContract 26535 CITY SECRETARY /
"(-', TRACT NO. (
S-o
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF ENGINEERING
STATE OF TEXAS §
KNOWN ALL MEN BY THESE PRESENTS:
COUNTY OF TARRANT §
THIS AGREEMENT, entered into the kday of L , 20N by and between
the CITY OF FORT WORTH, a municipal corporation of Tar ant and Johnson Counties,
Texas, acting herein by and through Mike Groomer, its duly authorized Assistant City
Manager, hereinafter called the "City", and Landtec Engineers, Inc., an independent
contractor, acting by and through Thomas D. Baker, P. E., its duly authorized Principal,
hereinafter called "Engineer".
WITNESSETH
That for and in consideration of mutual covenants and agreements herein contained, the
parties hereto mutually agree as follows:
ARTICLE I
SERVICES
Section 1. Engineer hereby agrees to perform as a per-job independent contractor
such professional services as may be requested by the City during the term of this
agreement. These professional services shall be performed in connection with
geotechnical investigation for bridge foundations, drainage structures, retaining walls,
levees, dams, roads, landfills, utilities and other civil works as may be required during the
life of this contract and include laboratory analysis, field work, and reports. These
services shall also include material testing.
Section 2. In addition to the professional engineering services to be performed under
Section 1 above, Engineer shall render the following professional services:
1. Attend such conferences with City officials as may be determined
necessary to ensure the drilling, testing, and analysis will proceed in an
economical and orderly manner.
2. Advise the City on special aspects of each project as may be requested by
the City.
3. Furnish all necessary personnel, drilling equipment, laboratory testing
equipment, and materials necessary to perform all testing and other work required
and contemplated under this contract and at such time and in such manner so as
not to delay the geotechnical investigation by the City. Engineer shall also
furnish all necessary barricades, signs and other warning devices and their
c
VINCAM f lCoffl
fp� � Q�
appurtenances so as to comply with all applicable local, state and federal laws,
rules and regulations.
ARTICLE II
CITY'S OBLIGATIONS AND COMPENSATION
Section 1. All testing or other work to be performed under this contract will be
specified in writing by the City. City shall not pay for any testing or other work
performed by Engineer or its subcontractors that has not been ordered in writing. It is
specifically agreed that Engineer shall not be compensated for any alleged additional
work resulting from oral orders of any person.
City shall make available to Engineer in the performance of the contract, all existing
plans, maps, field notes, statistics, computations, and other data in its possession relative
to the sites designated for investigation. City assumes no responsibility for the accuracy
of such data furnished to Engineer by the City, its agents, contractors, or subcontractors.
Section 2. City agrees to pay Engineer for testing services on a unit price per authorized
test basis. The unit price to be paid for each authorized service shall not exceed the unit
price amount set out in the schedule of Fees and Services, attached hereto, marked
"Exhibit A", and incorporated herein for all purposes incident to this contract. In no
event shall the total contract price paid by the City for all services performed hereunder
exceed the sum of Two Hundred Thousand Dollars ($200,000.00).
The method of payment shall be as follows: Payment for services rendered shall be due
upon completion of the particular services so ordered and receipt by City of Engineer's
invoice for payment of same.
Acceptance by Engineer of said payment shall operate as and shall release the City from
all claims or liabilities under this contract 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
This agreement shall be for a term of eighteen months, beginning upon contract execution
date.
ARTICLE IV
INDEPENDENT CONTRACTOR
Engineer shall operate hereunder as an independent contractor, and not as an officer,
agent, servant, or employee of the City. Engineer shall have exclusive control of and the
exclusive right to control the details of the work to be performed hereunder and all
persons performing same, and shall be solely responsible for the acts and omissions of its
2
officers, agents, employees, contractors and subcontractors. The doctrine of respondent
superior shall not apply as between City and Engineer, its officers, agents, employees,
contractors, and subcontractors, and nothing herein shall be construed as creating a
partnership or joint venture between City and Engineer.
ARTICLE V
PROFESSIONAL COMPETENCE AND INDEMNIFICATION
Section 1. To the best of its professional ability, all work performed by Engineer 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 Engineer or its officers, agents, employees,
contractors and subcontractors for the accuracy and competency of its drilling, testing,
and reporting, and other engineering services performed hereunder.
Section 2. In this connection, Engineer shall indemnify, hold harmless and defend the
City and all of its officers, agents, servants and employees from and against any and all
claims or suits for property damage or loss and/or personal injury, including death, to any
and all persons of whatsoever kind or character, including but not limited to employees of
Engineer, employees of subcontractors, and all other persons performing work incident to
this contract which may rise out of or be connected with directly or indirectly:
a. The negligent, defective or deficient execution, performance, attempted
performance or non-performance of this contract by Engineer.
b. Any act, omission, defect, deficiency or negligence of Engineer in drilling
and testing, reporting, recommendations or any other engineering services;
C. Any neglect in the safeguarding of the work by Engineer or its
subcontractors;
d. Failure by Engineer or its subcontractors to properly execute the work;
e. Defective work or materials; and/or
f. Striking, cutting, impaling or tearing any cables, utility lines, pipes and
other- matter located beneath the surface due to the negligence or wrongful acts of
Engineer.
Engineer shall likewise indemnify, and hold harmless, City for any and all injury or
damage to City property arising out of, or in connection with, any and all acts or
omissions of Engineer, its officers, agents, employees or subcontractors.
3 Koi 4 �Z
- t. �V . P 4U0
ARTICLE VI
INSURANCE
Engineer shall not commence work under this contract until it has obtained all insurance
required under this Article and such insurance has been approved by the City, nor shall
Engineer 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.
Section 1. Compensation Insurance. Engineer shall take out and maintain, during the life
of this contract, Workers' Compensation Insurance for all of its employees at the site of
the Project; and in case any work is sublet, Engineer shall require the subcontractor
similarly to provide Workers' Compensation Insurance for all of the latter's employees
unless such employees are covered by the protection afforded by Engineers' insurance.
In case any class of employee engaged in hazardous work under this contract at the site of
the Project is not protected under the worker's Compensation Statute, Landtec Engineers,
Inc. shall provide and shall cause each subcontractor to provide adequate and suitable
insurance for the protection of employees not otherwise protected.
Section 2. Public Liability and Property Damage Insurance. Engineer shall take out and
maintain during the life of this contract such Public Liability and Property Damage
Insurance as shall protect Engineer and any subcontractor performing work covered by
this contract, from claims for personal injuries, including death, as well as from claims
for property damages or losses which may arise from operations under this contract,
including blasting, when blasting is done on or in connection with the work of any
project, whether such operations be by Engineer or by any subcontractor or by anyone
directly or indirectly employed by either of them. The amounts of such insurance shall
be as follows:
a. Public Liability Insurance. In an amount not less than One Hundred
Thousand Dollars ($100,000.00) for injuries, including accidental death, to any
one person, and subject to the same limit for each person; and in an amount not
less than Three Hundred Thousand Dollars ($300,000.00) on account of one
accident; and
b. Property Darnage Insurance. In an amount not less than Three Hundred
Thousand Dollars ($300,000.00).
Section 3. Professional Liability Insurance. Engineer shall take out and maintain, during
the life of the contract, such Professional Liability Insurance, in amounts of $500,000.00
each incident and $1,000,000.00 aggregate shall protect Engineer from any act, omission,
defect, deficiency or negligence of Engineer. Insurance policy shall provide that the
Insurer shall give the City thirty (30) days' prior written notice before altering, modifying
or terminating the insurance coverage.
4 17R, t[AIILftT O
UISW�
Section 4. Proof of Insurance Coverage. Engineer shall prior to, or at the time of, the
execution of this contract furnish the City with a Certificate of Insurance as proof that it
has obtained for the duration of this contract the insurance amounts required herein.
Engineer's insurance policy shall provide that the insurer shall give the City thirty (30)
days prior written notice before altering, modifying or terminating the insurance
coverage.
ARTICLE VII
TRANSFER OR ASSIGNMENT
City and Engineer each bind themselves, and their respective successor and assigns, to
this agreement. Engineer, its 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
Section 1. City may terminate this contract at any time, for any cause, by notice in
writing to Engineer. Upon receipt of such notice, Engineer shall immediately discontinue
all services and work hereunder and the placing of all orders or the entering into contracts
for supplies, assistance, facilities, and materials, in connection with the performance of
this contract and shall proceed to cancel promptly all existing contracts insofar as they are
chargeable to this contract.
Section 2. If City chooses to terminate this contract under Article VIII, Section 1, upon
receipt of notice of termination, Engineer shall discontinue services rendered up to the
date of such termination based upon calculations in Article II, Section 2 and the attached
incorporated Schedule of Fees and Services (Exhibit "A").
Section 3. All reports, whether partial or complete, prepared under this contract,
including the original drawings, whether furnished by the City, its officers, agents,
employees, consultants, engineers, or contractors, or prepared by Engineer, 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
(a) Engineer agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine any directly
pertinent books, documents, papers and records of Engineer involving transactions
relating to this contract. Engineer. agrees that the City shall have access during
normal working how's to all necessary facilities and shall be provided adequate and
appropriate work space in order to conduct audits in compliance with the provisions
of this section. City shall give Engineer reasonable advance notice of intended audits.
�KCIAL
5A�UPQJ'
U Ito U'�,17.,UYY Y{5(N/
(b) Engineer 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
subconsultant, involving transactions to the subcontract, and further, that 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. City shall give Engineer and any
subconsultant reasonable advance notice of intended audit.
ARTICLE X
MINORITY AND WOMAN BISUNESS ENTERPRISE
(M/WBE) PARTICIPATION
In accordance with City Ordinance No. 13471, the City has goals for the participation of
minority business enterprises and woman business enterprises ("M/WBE") in City
contracts. Engineer acknowledges the M/WBE goal established for this contract and its
commitment to meet that goal. Any 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.
ARTICLE XI
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 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.
ARTICLE XIII
VENUE
Should any, action, whether real or asserted, at law or in equity, arise out of or under this
Contract, venue for said action shall be exclusively in Tarrant County, Texas.
IN WITNESS THEREOF, the parties hereto have made and executed this agreement in
multiple originals the day and year first above written, in Fort Worth, Tarrant County,
Texas.
6
ATTE CITY OF FORT WORTH
BY:
Gloria Pearson Mike Groomer
City Secretary Assistant City Manager
APPROVAL RECOMMENDED: LANDTEC ENGINEERS, Inc.
Doug Rademakei, Director Thomas D. Baker
Department of Engineering Principal
5450 E. Loop 820 South
Fort Worth, Texas 76119
APPROVED AS TO FORM AND U �l
LEGALITY:
Contract Authorization
Date
Assistant City Attorney
CAmy documents\ronecontrict
I'MWOO
7 FT. O RX
�n nc-�rs
Exhibit A
LANDTEC ENGINEERS, LLC
SCHEDULE OF FEES—JANUARY 2000
Texas Engineering Firm Registration No. F-000329
PERSONNEL
Project Geotechnical Engineer/Geologist..................................................................$ 85.00/hour
Senior Geotechnical Engineer/Geologist...................................................................$ 125.00/hour
PrincipalEngineer....................................................................................................$ 140.00/hour
Expert Witness(Deposition and Trial)......................................................................$ Reg. Rt. x 1.3
Engineering Technician I............................ .......$ 32.50/hour
.......................................................
Engineering Technician II........................................................................................$ 36.00/hour
Engineering Technician III.......................................................................................$ 39.00/hour
Senior Engineering Technician.................................................................... ...........$ 45.00/hour
Mileage...................................................................................................................$ 0.40/mile
Minimum Vehicle Charge........................................................................................$ 20.00/trip
Word Processing/Clerical.........................................................................................$ 40.00/hour
Drafting. .................................................................................................................$ 55.00/hour
Computer Analysis..................................................................................................$ 10.00/hour
DRILLING AND SAMPLING(0'-50'depth)
Drilling and Intermittent Sampling in Soil ................................................................$ 9.75/foot
Drilling and Continuous Sampling in Soil ...............................................................$ 16.50/foot
Drilling in Rock(Auger-no sampling).....................................................................$ 14.50/foot
Core Drilling in Shale/Sandstone/Moderately Hard Limestone..................................$ 18.00/foot
Core Drilling in Very Hard Rock..............................................................................$ 21.00/foot
Field Penetration Tests, split spoon or TxDOT cone.................................................$ 20.00/each
Drilling Through Concrete.......................................................................................$ 35.00/hole
Mobilization of Rig(Local). ....................................................................................$ 175.00/each
Minimum Drilling fee...............................................................................................$ 650.00/each
Plug Bore Hole with Bentonite.................................................................................$ 6.00/foot
Hollow Stem Auger Drilling(3.25 I.D.) ..................................................................$ 14.50/foot
Drill Rig Standby Time.......................... ................$ 145.00/hour
..................................................
IANOTK ��� �L U�;ad L�� U Page 1 of 4
c
A.Xfees 2000.doe �, ►r'� 6
SOIL
Atterberg Limits(liquid and plastic limits),ASTM D4318.......................................$ 45.00/test
Percent Passing No. 200 Sieve, ASTM D 1140.......................................................$ 25.00/test
Standard Proctor, ASTM D 698...............................................................................$ 125.00/test
Modified Proctor,ASTM D 1557............................................................................$ 145.00/test
Processing Materials greater than No.4...................................................................$ 35.00/test
Sieve Analysis,ASTM D422...................................................................................$ 45.00/test
Lime/Atterberg Limits Series, 4 points.....................................................................$ 180.00hest
Moisture Content, ASTM D433...............................................................................$ 5.00hest
Moisture Content and Unit Dry Weight....................................................................$ 15.00hest
Hydraulic Conductivity, ASTM 5084.......................................................................$ 230.00/test
Hydraulic Conductivity, COE..................................................................................$ 175.00/test
HydrometerAnalysis...............................................................................................$ 75.00/test
SpecificGravity ......................................................................................................$ 45.00/test
Unconfined Compressive Strength............................................................................$ 28.00/test
Unconfined Compressive Strength(core)..................................................................$ 45.00hest
Absorption-Pressure Swell.......................................................................................$ 85.00/test
Bar Linear Shrinkage...............................................................................................$ 10.00/test
California Bearing Ratio(ASTM 1883)........::........................................ .........$ 150.00/point
Consolidation...........................................................................................................$ 310.00/test
Triaxial Shear- 1.4-inch, 2.0-inch and 2.8 inch diameter specimens
(larger diameter specimens quoted upon request)
a. Unconsolidated Undrained:
-multiple specimen, 3 specimens minimum........................................................$ 75.00/spec
-single specimen, 3 points minimum..................................................................$ 50.00/point
b. Consolidated Undrained-with pore pressure measurements:
-multiple specimen,3 specimens minimum........................................................$ 400.00/spec
-single specimen, 3 points minimum..................................................................$ 400.00/point
c. Consolidated Drained:
-multiple specimen, 3 specimens minimum........................................................$ 425.00/spec
-single specimen, 3 points minimum..................................................................$ 425.00/point
Direct Shear-2.5-inch diameter specimen
-Q-Test, 3 points minimum...............................................................................$ 125.00/point
- S-Test, 3 points minimum................................................................................$ 185.00/point
Remolding samples..................................................................................................$ 35.00/each
In-Place Moisture-Density Tests, nuclear method(min. 4 per trip)............................$ 15.00/test
Gradation of Lime Treated Subgrade Soil(min. 4 per trip).......................................$ 15.00/test
Lime Depth Checks(min. 4 per trip) .......................................................................$ 15.00/test
Nuclear Density Gauge............................................................................................$ 40.00/day
LANDTC-C Page 2 of 4
A:\fees 2000.doc
CONCRETE
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...............................................$ 200.00/test
Confirmation Test Cylinders(min. of 6 per mix).......................................................$ 12.00/test
Sieve Analysis(ASTM C-136).................................................................................$ 45.00/test
Sieve Analysis(material finer than 4200 sieve).........................................................$ 25.00/test
Concrete Coring(up to 4"dia. &6"thick—min. 3/trip)...........................................$ 60.00/each
Capping and Testing Cores......................................................................................$ 25.00/each
Sawing Core ends....................................................................................................$ 25.00/each
Concrete Cylinders-with inspection (minimum of 4).................................................$ 15.00/each
Concrete Beams-with inspection...............................................................................$ 25.00/each
AGGREGATE
SieveAnalysis ........................................................................................................$ 45.00/test
Specific Gravity.............................................:.........................................................$ 55.00/test
Los Angeles Abrasion..............................................................................................$ 175.00/test
Sample Preparation..................................................................................................$ 35.00/test
Absorption...............................................................................................................$ 35.00/test
ClayLumps.............................................................................................................$ 35.00/test
ASPHALT
Asphalt Extraction& Gradation...... ........................................................................$ 192.50/test
Asphalt Thickness....................................................................................................$ 14.00/test
Asphalt Bulk Specific Gravity..................................................................................$ 21.50/test
Asphalt Cores/ea/inch of depth(Min. 3/trip).............................................................$ 10.00/inch
Asphalt Max.Theoretical SG...................................................................................$ 125.00/test
STRUCTURAL STEEL
C WI/Structural Steel Inspection,visual (min. 4 hours/trip).......................................$ 42.00/hour
Ultrasonic Testing(min. 4 hours/trip).......................................................................$ 45.00/hour
LANDTK Page 3 of 4
A-Wees 2000.doc
NOTES:
1. Field test rates are charged per test in addition to technician hourly rates.
2. A minimum of three(3)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 Fort Worth 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 times regular rate.
5. Drilling rates are for depths of 50 feet or less.
6. Outside services approved by client are at cost times 15 percent or agreed upon unit
prices.
7. Additional tests not included in this schedule of fees will be quoted upon request.
CONFIDENTIAL—Not for use on any other project or for any other purposes without written permission
from LANDTEC ENGINEERS,LLC.
IAM +EC Page 4 of 4
A-Mees 2000.doc
City of Fort Worth, Texas
4Vayor And Council Communication
DATE REFERENCE NUMBER LOG NAMEPAGE
1/16/01 **C-18430 30LANDTEC 1 of 2
SUBJECT AWARD OF CONTRACT TO LANDTEC ENGINEERS, LLC FOR GEOTECHNICAL AND
CONSTRUCTION MATERIALS TESTING SERVICES FOR VARIOUS CITY OF FORT
WORTH PROJECTS
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with
LANDTEC ENGINEERS, LLC for geotechnical and construction material testing services for a period of
eighteen months, with an aggregate fee not-to-exceed $200,000.
DISCUSSION:
60 Since 1982, the City has entered into periodic requirement contracts with firms to perform geotechnical
and construction materials testing services for various City projects. The arrangement allows for rapid
response to departmental needs with already established unit prices. Funding is provided from each
individual project.
The City's previous contract with Rone Engineers, Inc. expired on December 15, 2000. Staff recently solicited
unpriced proposals from nine firms. A total of five proposals were received. Those firms submitting
proposals were:
• Fugro South, Inc.
• Terra-Mar, Inc.
• LANDTEC ENGINEERS, LLC
• Rone Engineers, Inc.
• Maxim Engineers
Each firm's proposal was evaluated based upon pre-established selection criteria which includes, but is
not limited to, qualifications of personnel, experience and performance on previous City contracts, and
availability of testing equipment.
LANDTEC ENGINEERS, LLC, a Fort Worth-based firm, was selected by an inter-departmental
committee of City staff as the most qualified to perform the proposed services.
All City departments requiring geotechnical and/or construction materials testing services will be able to
utilize the services of the recommended firm under this contract. The contract will terminate after
eighteen months, or after billing for services total $200,000, whichever occurs first.
LANDTEC ENGINEERS, LLC is in compliance with the City's M/WBE Ordinance by committing to 20%
M/WBE participation. The City's goal on this project is 20%.
City of Fort Worth, Texas
"agor andC �il ouncCommunication
DATE REFERENCE NUMBER LOG NAME PAGE
1/16/01 **C-18430 1 30LANDTEC 2 of 2
SUBJECT AWARD OF CONTRACT TO LANDTEC ENGINEERS, LLC FOR GEOTECHNICAL AND
CONSTRUCTION MATERIALS TESTING SERVICES FOR VARIOUS CITY OF FORT
WORTH PROJECTS
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that funds are available in the operating budgets of the various Capital
Improvement Program Funds.
MG:k
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
APPROVED
Mike Groomer 6140 CITY COUNCIL f
Originating Department Head: v V 1�1tJ1i.
a
A.Douglas Rademaker 6157 (from) JAN 18 2001
Additional Information Contact: `
City Secretary of the
Texas
A.Douglas Itademaker 6157 City of Fort Worth,