HomeMy WebLinkAboutContract 59468CITY OF FORT WORTH, TEXAS CSC No. 59468
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the
"CITY"), and Rone Engineering Services, Ltd., authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as:
Meadowbrook Golf Course Maintenance Building.
The Agreement documents shall include the following:
1. This Standard Agreement for Professional Services;
2. Attachment "A" — Geotechnical Study and Report;
3. Attachment "B" — Verification of Signature Authority Form.
Attachments "A" and "B", which are attached hereto and incorporated herein, are made a
part of this Agreement for all purposes. In the event of any conflict between the terms and
conditions of Attachments "A" or "B" and the terms and conditions set forth in the body of
this Agreement, the terms and conditions of this Agreement shall control.
Article I
Scope of Services
(1) Consultant hereby agrees to perform as an independent contractor the services
set forth in the Scope of Services attached hereto as Attachment "A". These
services shall be performed in connection with Meadowbrook Golf Course
Maintenance Building.
(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 $7,692.00 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
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 1 of 11 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
particular services so ordered and receipt by City of Consultant's invoice for payment of
same.
Acceptance by Consultant of said payment shall operate as and shall release the City
from all claims or liabilities under this Agreement for anything related to, done, or
furnished in connection with the services for which payment is made, including any act
or omission of the City in connection with such services.
Article III
Term
Unless terminated pursuant to the terms herein, this Agreement shall be for a term of until
Certificate of Occupancy Issuance, 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
Revision Date: 9/27/2021
Page 2 of 11
Standard Agreement for Professional Services
Project Name
Article VI
Insurance
(1) Consultant shall not commence work under this Agreement until it has obtained
all insurance required under this Article and the City has approved such
insurance, nor shall Consultant allow any subcontractor to commence work on its
subcontract until all similar insurance of the subcontractor has been so obtained
and approval given by the City; provided, however, Consultant may elect to add
any subconsultant as an additional insured under its liability policies.
Commercial General Liability
$1,000,000 each occurrence
$2,000,000 aggregate
Automobile Liability
$1,000,000 each accident (or reasonably equivalent limits of
coverage if written on a split limits basis). Coverage shall be on
any vehicle used in the course of the Project.
Worker's Compensation
Coverage A: statutory limits
Coverage B: $100,000 each accident
$500,000 disease - policy limit
$100,000 disease - each employee
(2) Additional Insurance Requirements
a. Except for employer's liability insurance coverage under Consultant's worker's
compensation insurance policy, the City, its officers, employees and servants
shall be endorsed as an additional insured on Consultant's insurance policies.
b. Certificates of insurance shall be delivered to the Architectural Services,
Attention: Brian R. Glass, 401 West 13th Street, Fort Worth, TX 76012, prior to
commencement of work.
c. Any failure on part of the City to request required insurance documentation
shall not constitute a waiver of the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non -renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment
of premium.
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 3 of 11
Standard Agreement for Professional Services
Project Name
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.
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
(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
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 4 of 11
Standard Agreement for Professional Services
Project Name
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
Minority Business and Small Business Enterprise (MBE)(SBE) Participation
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 5 of 11
Standard Agreement for Professional Services
Project Name
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.
Article XIV
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 6 of 11
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: Nikita Watts
Sr Capital Projects Officer
401 West 13th Street
Fort Worth, Texas 76102
Consultant:
Rone Engineering Services, Ltd.
Attn: Mark Gray
3201 NE Loop 820, Suite 180
Fort Worth, TX 76137
I_TIRM I711D:VI
Headings
The headings contained herein are for the convenience in reference and are not
intended to define or limit the scope of any provision of this Agreement.
City of Fort Worth, Texas
Revision Date: 9/27/2021
Article XVII
Page 7 of 11
Standard Agreement for Professional Services
Project Name
Immigration Nationality Act
City actively supports the Immigration & Nationality Act (INA) which includes provisions
addressing employment eligibility, employment verification, and nondiscrimination. Vendor
shall verify the identity and employment eligibility of all employees who perform work under
this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9),
maintain photocopies of all supporting employment eligibility and identity documentation
for all employees, and upon request, provide City with copies of all 1-9 forms and
supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor shall establish appropriate procedures and controls so that no
services will be performed by any employee who is not legally eligible to perform such
services. Vendor shall provide City with a certification letter that it has complied with the
verification requirements required by this Agreement. Vendor shall indemnify City from any
penalties or liabilities due to violations of this provision. City shall have the right to
immediately terminate this Agreement for violations of this provision by Vendor.
No Bovcott 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 Bovcottinq Energv 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
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 8 of 11
companies; and (2) will not boycott energy companies during the term of this
Agreement.
Prohibition on Discrimination Aqainst Firearm and Ammunition Industries
Vendor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
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 11
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
Dana BLt- Ghdoff
administration of this contract, including
By: Dana Burghdoff(Ma 18,202315:55CDT)
ensuring all performance and reporting
Name:
Dana Burghdoff, AICP
requirements.
Title:
Assistant City Manager
May 18, 2023
Date:
By:
Approval Recommended:
Name: Nikita Watts
Title: Sr. Capital Projects Officer
Approved as to Form and Legality:
By:
Name:
Steve Cooke
Title:
Director, Property Management Dept.
Qr3 �t
Attest:
bavvnn
�4 TORT �0�
J,0.. ° °°°�oaoo
y: O
Name: John B. Strong
a �o9.1'jo
o�=d
Pvo g a
Title: Assistant City Attorney
A P��a ��T EXpSgoa�
Contract Authorization:
By:
lVl nna��4
V
M&C: 20-0298
Name:
Jannette Goodall
Title:
City Secretary
VENDOR:
Rone Engineering Services, Ltd.
MarkBy: ay 1 02315:07 CDT)
Name: Mark Gray
Title: Partner
May 10, 2023
Date:
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 11
ATTACHMENT "A"
R OERING
ENG E
EST: 1972
May 8, 2023
Mr. Don Isaacs
City of Fort Worth
Property Management Department
401 West 13t" Street
Fort Worth, Texas 76102
PROPOSAL No. P-35391-23
GEOTECHNICAL STUDY
MEADOWBROOK GOLF COURSE
NEW MAINTENANCE BUILDING
FORT WORTH, TEXAS
Dear Mr. Isaacs:
GEOTECHNICAL ENGINEERING
EARTHWORKS CONTROL
ENVIRONMENTAL CONSULTING
CONSTRUCTION MATERIAL TESTING
Rone Engineering Services, Ltd. (Rone) is pleased to offer this proposal for a geotechnical study
for the referenced project. We prepared this proposal based on information provided during our
recent telephone discussion and your subsequent email to Rone.
Project Description
The project is located at the Meadowbrook Golf Course, 1815 Jenson Road in Fort Worth, Texas.
We understand the project consists of developing a new 4,000 square foot maintenance building
to replace two existing structures at the site. Associated paved parking and drive lanes will also
be added to the area.
Scope of Services
Rone proposes to provide the following scope of services for this project:
• Subsurface conditions will be evaluated with two (2) borings advanced to an estimated
depth of 25 feet below grade near the footprint of the proposed building (see attached
boring location plan for selected sampling points).
• Information obtained from the building borings will be utilized for recommendations in the
planned paved parking and drive lane areas.
• Borings will be located in the field using available maps, aerial imagery and plans.
• GPS coordinates, along with estimated surface elevations will be provided for each
sample location and reflected on the Logs of Boring.
• The site is presumed to be accessible to traditional truck mounted equipment. Should soft
ground, or other terrain conditions necessitate the use of specialized drilling equipment,
such as ATV -mounted, or restricted area machines, additional fees will be discussed as
needed at the time of such determination.
DALLAS I FORT WORTH I AUSTIN I SAN ANTONIO I HOUSTON I KANSAS CITY
3201 NE LOOP 820, SUITE 180 1 FORT WORTH, TEXAS 76137 1 TEL: 817.717.1040
Meadowbrook Golf Course Maintenance Building
Rone Proposal No. P-35391-23
May 8, 2023
Page12
At the completion of drilling operations, bore holes will be backfilled with soil cuttings.
An engineering geologist will accompany the drill crew and log the borings in the field. As
samples are extracted they will be extruded in the field, checked for consistency with a
hand penetrometer, carefully wrapped to preserve their condition, and returned to the
laboratory for testing. A log of each boring will be prepared to document field activities
and results.
Laboratory Services
Laboratory testing of the recovered materials will be required to perform engineering analysis and
prepare recommendations for the proposed improvements. We anticipate the laboratory testing
could include, but is not limited to, the following:
• Moisture Content (ASTM D2216)
• Atterberg Limits (ASTM D4318)
• Dry Unit Weight (ASTM D2166)
• Percent Passing the No. 200 Sieve (ASTM D1140)
• Unconfined Compressive Strength of Soil (ASTM D2166)
• Specific Gravity of Soil (ASTM D854)
• Swell Tests (ASTM D4546)
Engineering Services
The engineering report will be prepared by a registered engineer and will present the results of
the field and laboratory data together with our analyses of the results and recommendations.
Information to be provided is as follows:
• Soil and groundwater conditions encountered at the boring locations;
• A description of the site geology;
• Site history regarding past site development, if information is available;
• Engineering properties of any fill materials encountered;
• Compaction parameters for full compaction using identified soil properties;
• Foundation design recommendations;
• Seismic site classification based on the 2021 IBC, Section 1613.5.2;
• Slope safety discussion for temporary excavations;
• Recommendations for floor slab support, including evaluation of swell
characteristics of subgrade soils;
• Pavement design recommendations, including subgrade preparation and
pavement thickness for asphalt concrete and/or Portland cement concrete
pavement sections as needed;
• Earthwork recommendations, including material and compaction requirements;
• Construction considerations related to soil and groundwater conditions;
• A plan indicating the approximate location of the soil borings on the site;
• A log of each boring identified by a specific boring number that defines the
thickness of each stratum, material description, soil classification, groundwater
information and laboratory test results data;
Estimate of Fees
Based on the scope of services described above, we propose a lump sum fee of $7,692.00 for
the geotechnical study phase of the project. This fee will not be exceeded without prior
Meadowbrook Golf Course Maintenance Building
Rone Proposal No. P-35391-23
May 8, 2023
Page13
authorization. Items other than those specified above, or changes in drilling requirements that are
revealed by these studies or are necessitated by a change in project scope, may require revised
field, laboratory, and engineering services. These services will be discussed and negotiated on
an individual basis. The final invoice will be sent to you after completion of the project.
Project Schedule
We plan to initiate these studies upon receipt of notice -to -proceed and anticipate that one working
day will be required to complete the field investigation (weather conditions permitting). You will
receive the final report approximately 20 working days following receipt of signed authorization to
proceed. If you require a delivery time frame other than that presented above, please advise us
at the time of completing the agreement so that we may make the appropriate adjustments in our
schedule to accommodate your needs.
Items to be provided by the client include the right -of -entry to conduct the exploration and
information regarding the location of any utilities on the subject site. Rone will contact utility
locator services (TEXAS ONE CALL). The utility locate service locates public utilities up to the
building property lines and requires a minimum of 48 hours after the call is made to mark the site.
All locations are assumed to be accessible to normal truck mounted equipment. Any restrictions
or special project requirements should be brought to our attention before we commence fieldwork.
Should weather or other factors result in unforeseen changes in site accessibility, Rone will
contact the client to discuss accessibility options and associated fees.
Thank you for the opportunity to present this proposal. Please call if you have any questions or
if you have suggestions regarding changes to the agreement or to the proposed work scope. We
look forward to working with you on the project.
Re tfull ubmitted,
l
()// -,-*0
V; rk D. Gray, P. T
Partner
Attachment: -Moring Location Plan
Estimate of Fees
Terms and Conditions
Texas Professional Engineering Firm Registration Number F-1572
0
CP-3
•�151
r
I �
Y \ •sj1 q5�� 5B9.ae ��V / 8 EV Sfi585' 5eaT, /
+5r' n5j5 s2 �OOO RAGE
I-BTOR CINDER
E R BLOC
& I I (1STORV CINDER BLOCK) —y
i LI-ARD � 0 U111.82—FEE•5]3.32' J \
—czs BOLLARD /I \ DIRTIGRA I '��i,•! /
a /3.s1 56756 \ 7057413
/
514.5y 3 PROPANE
MAINTENANCE SHOP
5„e6 (1STORV STONE) / f CLEAN OUT
FFE6]3.20'
— �-15 5,65] TREE 2D• 5\,2
175 s �. z N?U�n2.11 5ititi �..s�4�ss 5 s,zsa fnx se n� 571
s] ] o� y Bugy�,�D coNc 5 LEAN OUT oHc- p cP.1 I I /
11
FLUME
EV
EL.:5�
14.15' .s>•°T s]z 1
/�' z
ear � .s CLEAN OUT
ASPHALT/GRAVEL M�IX s]2
\ \ \ 5]DIIAPIDATED ] SIDED SOD qr�/
FLOWER BED .s, ' .� OPEEGARPORT.,}/� KFENCfiAIUNG ✓ % / /�/ i / /�5 •sg0'1�
—57s y180LLARDN
Z6C. F—C11.2B'
\ \ \ p] 1-METAL
eou.ARD s,z 5]eoc 5n ea / /// /�
]z ea 23 ]i Snaec
\ \ I I \ C5 EORAGE 516�FL=5fi0 33'
\ \ \ \ 11 5�\
FtlE NK �•R \
LOT 1, BLOCK 1 �ZO
MEADOWBROOK GOLF COURSE
DOC. NO D191168256
e ,,� O.P.RT C.T �i\
R NFNG
E N G E E R
ESTIMATE OF FEES
GEOTECHNICAL EXPLORATION
Meadowbrook Golf Club - Maintenance Building
Fort Worth, Texas
RONE PROPOSAL NO. P-35391-23
2@25
AFIELD SERVICES I Units I Quantity I Unit Price I Extension 11
Mobilization/Demobilization
each
1
$400.00
$400.00
Transportation
trip
2
$45.00
$90.00
Access Time
hour
2
$220.00
$440.00
Continuous Soil Sampling (0-50 ft)
foot
50
$19.00
$950.00
Asphalt Cores
each
$75.00
$0.00
Core Depth Measurement
each
$12.00
$0.00
REC Reports
each
$250.00
$0.00
Stake Borings/Utility Locate
hour
2
$95.00
$190.00
Private Utility Clearing
each
$1,500.00
$0.00
Water Level Readings
hour
$65.00
$0.00
Subtotal: Exploration:
$2,070.00
LABORATORY TESTING I Units I Quantity I Unit Price I Extension 11
Moisture Content and Classification
each
16
$12.00
$192.00
Atterberg Limits
each
4
$60.00
$240.00
Unconfined Compression/Unit Weight - Soil
each
12
$65.00
$780.00
Unconfined Compression - Rock
each
$65.00
$0.00
Percent Passing #200 Sieve
each
12
$45.00
$540.00
Swell Test
each
4
$95.00
$380.00
Swell Pressure Test
each
$175.00
$0.00
Specific Gravity/Hydrometer
each
1
$175.00
$175.00
Soluble Sulfates
each
$90.00
$0.00
Subtotal:
Laboratory Testing:
$2,307.00
JENGINEERING SERVICES I Units I Quantity I Unit Price I Extension 11
Rone Earthworks Principal
each
$300.00
$0.00
Rone Earthworks Senior Engineer
hour
$250.00
$0.00
Principal Engineer - Rone
hour
$175.00
$0.00
Senior Geotechnical Engineer
hour
2
$150.00
$300.00
Project Geotechnical Engineer
hour
12
$125.00
$1,500.00
Staff Geotechnical Engineer
hour
2
$105.00
$210.00
Field Geologist/Engineer
hour
8
$105.00
$840.00
Drafting/Drilling Coordination
hour
4
$60.00
$240.00
Clerical
hour
3
$75.00
$225.00
subtotal: Engineering:
$3,315.00
I1TOTAL ESTIMATE: $7,692.001�
ATTACHMENT "B"
VERIFICATION OF SIGNATURE AUTHORITY
RONE ENGINEERING SERVICES, LTD.
3201 NE LOOP 820, SUITE 180
FORT WORTH, TX 76137
Consultant hereby agrees to provide City with independent audit basic financial statements, but
also the fair presentation of the financial statements of individual funds.
Execution of this Signature Verification Form ("Form") hereby certifies that the following
individuals and/or positions have the authority to legally bind Consultant and to execute any
agreement, amendment or change order on behalf of Consultant. Such binding authority has
been granted by proper order, resolution, ordinance or other authorization of Consultant. City is
fully entitled to rely on the warranty and representation set forth in this Form in entering into any
agreement or amendment with Consultant. Consultant will submit an updated Form within ten
(10) business days if there are any changes to the signatory authority. City is entitled to rely on
any current executed Form until it receives a revised Form that has been properly executed by
Consultant.
1. Name:
Position:
Signature
2. Name:
Position:
Signature
3. Name:
Position:
Signature
Name:
Signature of President / CEO
Other Title:
Date:
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 11 of 11
Standard Agreement for Professional Services
Project Name
M&C Review
W.
F_ORTN'4'ORTII
CITY COUNCIL AGENDA v
REFERENCE **M&C 20- LOG 20GEOTECHNICAL AND MATERIALS
DATE: 5/5/2020 TESTING SERVICES FOR CITY
NO.: 0298 NAME: PROJECT
CODE: C TYPE: CONSENT PUBLICNO
HEARING:
SUBJECT: Authorize Execution of Five -Year Contracts for Geotechnical and Materials Testing
Services for Various Construction Projects with Alliance Geotechnical Group, Inc.,
Alpha Testing, Inc., D&S Engineering Labs, LLC, ECS Southwest, LLP, East Texas
Testing Laboratory, Inc., Fugro USA Land, Inc., Kleinfelder, Inc., Landtec Engineers,
LLC, Mas-Tek Engineering & Associates, Inc., PaveTex Engineering, LLC d/b/a
PaveTex, Rone Engineering Services, LTD, and TSIT Engineering and Consulting,
LLC, with a Fee up to $3,000,000.00 per Firm (ALL COUNCIL DISTRICTS)
RECOMMENDATION.:
It is recommended that the City Council authorize the City Manager to execute individual, five-year
contracts with Alliance Geotechnical Group, Inc., Alpha Testing, Inc., D&S Engineering Labs, LLC,
ECS Southwest, LLP, East Texas Testing Laboratory, Inc., Fugro USA Land, Inc., Kleinfelder, Inc.,
Landtec Engineers, LLC, Mas-Tek Engineering & Associates, Inc., PaveTex Engineering, LLC
d/b/a PaveTex, Rone Engineering Services, LTD, and TSIT Engineering and Consulting, LLC, with
a fee up to $3,000,000.00 per firm.
DISCUSSION:
The Transportation & Public Works Department solicited firms to provide geotechnical and
materials testing services for various City infrastructure projects.
A Request for Qualifications (RFQ) was published for these services in the Fort Worth Star-
Telearam on January 30, February 6, February 13, February 20, February 27, and March 5, 2020.
The Transportation & Public Works Department received written Statements of Qualifications (SOQ)
on March 6, 2020 from 15 firms. Each firm's SOQ was evaluated based upon pre -established
selection criteria such as qualification of personnel, experience, and availability of testing
equipment. An inter -departmental committee selected the most qualified and recommends the
following firms for contract approval: Alliance Geotechnical Group, Inc., Alpha Testing, Inc., D&S
Engineering Labs, LLC, ECS Southwest, LLP, East Texas Testing Laboratory, Inc., Fugro USA
Land, Inc., Kleinfelder, Inc., LandTec Engineers, LLC, Mas-Tek Engineering & Associates, Inc.,
PaveTex Engineering, LLC d/b/a PaveTex, Rone Engineering Services, LTD, and TSIT Engineering
and Consulting, LLC .
Based on current workloads, the Transportation and Public Works Department projects
approximately $515,000,000.00 of infrastructure construction for City projects that will require quality
control material testing over the next five years. We anticipate that approximately $30,000,000.00
will be expended for contracted geotechnical and material testing services over the same period.
These agreements will not guarantee any specific amount of work or payment to any contractor.
As material testing is needed for a project, a work order will be issued along with funding for specific
work being identified and committed at that time. Funding for geotechnical and materials testing
services for City projects will be provided through various project funding sources.
Office of Business Diversity: A waiver of the goal for MBE/SBE subcontracting requirements was
requested by the Department and approved by the OBD, in accordance with the BDE Ordinance,
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27867&councildate=5/5/2O20[7/23/2021 2:21:03 PM]
M&C Review
because the purchase of goods or services is from source where subcontracting or supplier
opportunities are negligible. Additionally, Alliance Geotechnical Group, Inc., Mas-Tek Engineering &
Associates, Inc. and TSIT Engineering & Consulting, LLC are certified M/WBE firms.
FISCAL INFORMATION/CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budgets, as
previously appropriated, in the Transportation & Public Works Capital Funds to support approval of
the above recommendation and award of the contracts. Prior to any expenditure being incurred,
the Transportation & Public Works Department has the responsibility to validate the availability of
funds.
tic,
Fund Department
Account Project
Program Activity Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
FROM
Fund Department
Account Project
Program Activity Budget
Reference # Amount
ID
ID
Year
(Chartfield 2)
Submitted for Citv Manaaer's Office by
Oriainatina Department Head:
Additional Information Contact:
ATTACHMENTS
Dana Burghdoff (8018)
William Johnson (7801)
Monte Hall (8662)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=27867&councildate=5/5/2O20[7/23/2021 2:21:03 PM]