Loading...
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]