HomeMy WebLinkAboutContract 60000CITY OF FORT WORTH, TEXAS CSC No. 60000
STANDARD AGREEMENT FOR PROFESSIONAL SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule municipality (the
"CITY"), and Alliance Geotechnical Group, authorized to do business in Texas, an
independent contractor ("Consultant"), for a PROJECT generally described as: Amon
Carter Exhibit Hall Door Replacement.
The Agreement documents shall include the following:
1. This Standard Agreement for Professional Services;
2. Attachment "A" — Construction Materials Testing
Attachment "A", which are attached hereto and incorporated herein, are made a part of
this Agreement for all purposes. In the event of any conflict between the terms and
conditions of Attachment "A" and the terms and conditions set forth in the body of this
Agreement, the terms and conditions of this Agreement shall control.
Article I
Scope of Services
(1) Consultant hereby agrees to perform as an independent contractor the services
set forth in the Scope of Services attached hereto as Attachment "A". These
services shall be performed in connection with Amon Carter Exhibit Hall Door
Replacement.
(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 $3,694.00 unless
the City and the Consultant mutually agree upon a fee amount for additional services
and amend this Agreement accordingly.
The Consultant shall provide monthly invoices to the City. Payment for services
rendered shall be due within thirty (30) days of the uncontested performance of the
particular services so ordered and receipt by City of Consultant's invoice for payment of
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 1 of 10 OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 10
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.
e. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 3 of 10
Standard Agreement for Professional Services
Project Name
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
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
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 4 of 10
Standard Agreement for Professional Services
Project Name
(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
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
City of Fort Worth, Texas
Revision Date: 9/27/2021
Page 5 of 10
Standard Agreement for Professional Services
Project Name
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.
Severability
City of Fort Worth, Texas
Revision Date: 9/27/2021
Article XIV
Page 6 of 10
Standard Agreement for Professional Services
Project Name
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 13t" Street
Fort Worth, Texas 76102
Consultant:
Alliance Geotechnical Group
Attn: Michael T. Anthony, E.I.T.
3020 Wichita Court
Fort Worth, TX 76140
Article XVI
Headings
The headings contained herein are for the convenience in reference and are not
intended to define or limit the scope of any provision of this Agreement.
Article XVII
Immigration Nationality Act
City actively supports the Immigration & Nationality Act (INA) which includes provisions
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 7 of 10
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
companies; and (2) will not boycott energy companies during the term of this
Agreement.
Prohibition on Discrimination Aqainst Firearm and Ammunition Industries
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 8 of 10
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 10
Executed effective as of the date signed by the Assistant City Manager below.
FORT WORTH:
City of Fort Worth
bana 6141-ahb#
By: Dana BunOd off (Au; 'Z1, 2023 lf: 5 CDT)
Name: Dana Burghdoff, AICP
Title: Assistant City Manager
Date: Aug 28, 2023
Approval Recommended:
By. ,IZ ,�
Name: Ricardo Salazar II
Title: Interim Director, PMD.
Attest:
By:
Name: Jannette Goodall
Title: City Secretary
VENDOR:
Alliance Geotech Group
By:
Name: Robert Nance
Title: President
Date: Aug 17, 2023
Contract Compliance Manager:
By signing I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
By: 4;62
Name: Nikita Watts
Title: Sr. Capital Projects Officer
Approved as to Form and Legality:
4400n�By.
p Ff�Rr��d� Name: John B. Strong
�o °°,d Title: Assistant City Attorney
OVo a=d
P o �
�P°°n� nEXA?4p� Contract Authorization:
M&C: n/a
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
City of Fort Worth, Texas Standard Agreement for Professional Services
Revision Date: 9/27/2021 Project Name
Page 10 of 10
Attachment "A"
flLLIHf10E
GEOTKHfIICRL
GROUP
August 15, 2023
Proposal No.: P23-0834C
Mr. Ronald Clements
Registered Architect
City of Fort Worth
401 West 13t" Street
Fort Worth, Texas 76102
CONSTRUCTION MATERIALS ENGINEERING He TESTING
GEOTECHNICAL ENGINEERING
CONSTRUCTION INSPECTION SERVICES
FORENSIC STUDIES
Subject: Construction Materials Testing Services
Amon Carter Exhibit Hall Door Replacement (Project No. 20-1001.00)
Fort Worth, Texas
Dear Mr. Clements:
Alliance Geotechnical Group (Alliance) is pleased to submit this proposal for construction materials testing
for the above referenced project. We understand we have been selected based on qualifications in
accordance with the Professional Services Procurement Act.
PROJECT INFORMATION
Based on our review of the project plans, specifications, and geotechnical report, we understand that the
project will consist of the following:
♦ Paving and Earthwork:
Existing Concrete Pavement Replacement
Epoxy Dowel Installation
♦ Miscellaneous:
Concrete Topping Slab
SCOPE OF SERVICES
The following scope of services is based our review of project documents dated 11/01/2022 and is limited
to providing testing and/or observations for the previously mentioned construction. We do request that
your construction representative provide us with a 24-hour notice for scheduling purposes. As such, we
agree to provide the appropriate personnel to perform the below construction materials services.
• MEMBEF Fort Worth • Frisco • Houston • Huntsville • Longview
® 3020 Wichita Court • Fort Worth, Texas 76140 AND
Tel:817-595-4565 • Fax:817-595-1033 • www.aggengr.com
(� ALLIANCE
\IGG GEOTECHNIC19L
GROUP
Inspections and Testing for Earthwork
➢ Obtain and perform laboratory moisture/density relations (ASTM D698/D1557/D558, TEX-
113-E, TEX-114-E) and soil classification tests (liquid limit, plastic limit and percent finer than
no. 200 sieve analysis) for each soil type
➢ Perform in -place moisture/density tests at the rate of 1/ 10,000 square feet for paving areas,
1/2,500 square feet for building areas, 1/ 2,500 square feet for select fill, 1/75 linear feet for
utilities, 1/100 linear feet for beam and footing areas, with a minimum of 2 tests per lift per
area
Inspections and Testing for Concrete Construction
➢ Perform reinforcing steel inspection prior to concrete placement (generally the same day
unless scope of pour deemed too large by AGG) for conformance with project plans and
reviewed shop drawings
➢ Inspect epoxy dowel installation
➢ During concrete pours, for each intended use, AGG shall sample concrete from the first
concrete truck on each day of concrete pouring and a minimum of one truck every 150 cubic
yards thereafter.
➢ Perform testing and inspections during concrete placements, which will include:
■ collect a copy of the batch ticket and verify mix design matches reviewed submittal
■ collect a sample in accordance with ASTM C172
■ perform slump test in accordance with ASTM C143
■ perform air content test in accordance with ASTM C231 or ASTM C173
■ perform unit weight test in accordance with ASTM C138
■ record concrete temperature in accordance with ASTM C1064
■ fabricate cylinders molded and standard -cured in accordance with ASTM C31; either four
6"x12"or five 4"x8"
■ perform compression testing in accordance with ASTM C39
COMPENSATION
While testing is dependent on the construction sequence, contractor performance and efficiency, weather
conditions, and the actual testing performed, we suggest an estimated budget of $3,694.00. The invoicing
for this project will use the attached Fee Schedule and the actual quantity of work performed. The
estimated budget will not be exceeded without prior approval. The City of Fort Worth and Alliance
Geotechnical Group may subsequently agree in writing to provide for additional services to be rendered
under this agreement for additional, negotiated compensation. Services provided by Alliance will be
consistent with the engineering standards prevailing at the time and in the area that the work is
performed; no other warranty, express or implied, is intended.
Please indicate your approval of the proposal and the Alliance Geotechnical Group's General Conditions by
signing below acceptance form and returning. Any modifications of the attached language must be accepted
by both parties.
ALLIANCE
�GV GEOTECHNIC19L
GROUP
We appreciate the opportunity to provide you with our services. If you have any questions or wish to
discuss any aspect of our proposal, please call us. Following your authorization, we are ready to begin
work and look forward to a successful project.
Sincerely,
Alliance Geotechnical Group
Michael T. Anthony, E.I.T.
Project Manager
Attachments: Fee Schedule
Estimated Quantities
Acceptance Form
Remarks
Alliance Geotechnical Group
PROJECT DATA SHEET - BUDGET
Amon Carter Exhibit (P23-0834C)
Concrete
1000
Concrete Technician
12.00 @
$50.00
$600.00
1008
Concrete Cylinder Pick Up
3.00 @
$160.00
$480.00
ASTM C39
Compressive Strength of Cylindrical Concrete
15.00 @
$20.00
$300.00
Specimens
Concrete Budget:
$1,380.00
Misc
1307
Project Manager
4.00 @
$105.00
$420.00
1319
Senior Engineering Technician (Epoxy Dowels
12.00 @
$57.00
$684.00
Inspection)
1322
Vehicle Trip Charge
8.00 @
$45.00
$360.00
Misc Budget:
$1,464.00
Soils
1400
Field Density Testing (After 1.5 Hours)
4.00 @
$55.00
$220.00
1400.1
Field Density Testing (First 1.5 Hours)
2.00 @
$180.00
$360.00
ASTM D1140
Material in Soils Finer than No. 200 Sieve
1.00 @
$45.00
$45.00
ASTM D4318
Liquid Limit, Plastic Limit, and Plasticity Index of Soils
1.00 @
$60.00
$60.00
ASTM D698
Laboratory Compaction Characteristics of Soil Using
1.00 @
$165.00
$165.00
Standard Effort
Soils Budget:
$850.00
Total Budget: $3,694.00
(� ALLIANCE
\IGG GEOTECHNIC19L
GROUP
Date
Project Name
CME
ACCEPTANCE FORM
August 15, 2023
Amon Carter Exhibit Hall
Door Replacement
Project City: Fort Worth, Texas
*Highlighted Areas Must Be Filled Out*
CLIENT:
ADDRESS:
CITY/STATE/ZIP:
OWNER OF PROPERTY:
ADDRESS:
PROJECT LEGAL DESCRIPTION:
PROJECT COUNTY:
AGG Cost Estimate No:
CME Estimate: $
ATTN :
EMAIL:
PHONE/FAX:
CITY/STATE/ZIP:
P23-0834C
3,694.00
The undersigned hereby accepts all the Terms and Conditions set forth in this cost estimate and
warrants that he/she has full authority to bind the Client. Payment Terms: Net Within 30 days in Dallas,
Texas.
No reports will be issued until we have a signed contract, purchase order or Letter of Authorization to
proceed in our office. Signed contract, purchase order or Letter of Authorization to proceed must be
received within 3 days of commencement of services or work stoppage will commence on the 4t" day
and continue until signed authorization is received in our office.
For projects with new clients under $1,000.00, written authorization must be received prior to the start
of work and payments must be received before reports are issued. Service for welding certifications and
ferroscan work must be paid prior to work or upon arrival to the site to perform the work.
Cost Estimate ACCEPTED BY:
Signature
Accounts Payable Contact:
Name: Phone:
Title
Email:
Date
Please indicate in the space provided authorized field personnel, along with pager or mobile numbers,
who may sign our Field Technician's time ticket upon completion of our daily
work:
If no names are provided it will be understood no authorized field representative signature was
required.
REPORT DISTRIBUTION
FIRM CONTACT NAME EMAIL
ALLIANCE
�GV GEOTECHNIC19L
GROUP
REMARKS
Services and fees not listed above will be quoted on request
Invoices will be submitted monthly for services performed. Payment will be due in Dallas within thirty (30) days of receipt of
invoice. Interest will be added to delinquent accounts at a rate of 1.5 percent for each month of delinquency.
Payment of the invoices is not contingent on Client's agreement or acceptance of Alliance Geotechnical Group's test result or
findings. If CLIENT objects to any portion of an invoice or report, it shall notify Alliance Geotechnical Group in writing within ten
(10) days from the date of actual receipt of the invoice of the amount and nature of the dispute, and shall timely pay
undisputed portions of the invoice.
The above unit prices are applicable for one year from the date of this letter and are subject to change without notice
thereafter.
Next day results for "RUSH" Proctor Tests will be charged at 1.5 times the standard unit prices.
The prices above include electronic copies of the report distributed in accordance with client's instructions. Additional copies
to individuals not listed on acceptance form whether physically or electronically, will be billed at administrative rate. Additional
physical copies will be billed at a rate of $.25 per sheet.
All field services are charged portal-to-portal, minimum charge of 4 hours per trip (rounded to the nearest whole hour) applies
to all field work, U.N.O.
All reports are available on line via user log in at www.alliancerpts.com
Dispatch schedule hours are Monday -Friday from 7:00 am to 5:00 pm. Schedule call made after these hours will be returned
in the order received. Please make sure to schedule work in a timely manner (a minimum of 24 hours in advance) if you
want Alliance to guarantee a technician on site at the desired time. Dispatch phone number is 817-595-4565. Note: You
must reference Alliance's job project number to schedule services. If project number is unknown please reference cost
estimate number shown on the CMT acceptance form.
Cancellations will be invoiced for portal to portal times as well as time spent on site awaiting determination of cancellation.
This proposal does not include any technician stand-by, non -readiness charges, and/or trips or re -tests of the previous failing
tests.
Overtime rates of 1.5 times the regular hourly rate will be charged for hours worked over eight (8) hours per day Monday
through Friday or any time before 7:00 a.m. or after 5:00 p.m. Service performed on Saturdays and Sundays will be billed at 1.5
times the regular hourly rate. Services performed on recognized holidays will be billed at 2.0 times the regular hourly rate.
Waiver of Subrogation — If a Waiver of Subrogation is required by your company, there will be a fee applied to your first invoice.
The fee will be a minimum of $300.00 charge or 1% of contract price plus $50.00, whichever is greater.
Alliance Geotechnical Group provides no warranty, either expressed or implied, that the testing provided under this contract
satisfies all requirements of the plans and specifications for the project, applicable City specifications or other governing bodies
that may have jurisdiction over the project.
No reports will be issued until we have a signed contract, purchase order or Letter of Authorization to proceed in our office.
Signed contract, purchase order or Letter of Authorization to proceed must be received within 3 days of commencement of
services or work stoppage will commence on the 41" day and continue until signed authorization is received in our office.
For projects with new clients under $1000.00 written authorization must be received prior to the start of work and payments
must be received before any reports are issued. Service for welding certifications and ferroscan work must be paid prior to
work or upon arrival to site to perform the work.
PLEASE NOTE: In keeping OSHA Safety regulation, Alliance Geotechnical Group employees will not enter a trench to test that is
not in compliance with current OSHA regulations. Delays or cancellations caused by waiting for trench(s) to be brought into
compliance will be invoiced on an hourly basis.