HomeMy WebLinkAboutContract 27954�`�� �� Y SE�R�iARIf _
.r �..�t�,T�AC� I�� . � 5
, �
GIiY �� FO�tT L�ORib, i�5
S f�R1�AR� ACR��fldl�Ni �OR �iVCIfV��RIF�G ��RVIC�S
This AGREEMENT is between the City of Fort Worth (the "CiTY"}, and Paragon
Project Resources, Inc., (the "ENGINEER"), for a PROJECT generally described as:
Engineering Services related to Bridge lnspections.
.�r�icle I
�cope og Sen�ices
A. The Scope of Services is set for�h in Attachment A.
Arfiicle II
Gompensafiion
A. The ENGINEER's compensation is set forth in Attachment B.
Ar�icle III
�erms of �aymen�
Payments to the ENGINEER will be made as follows:
A. ]nvoiee and Payment
(1} The Engir�eer s1�a11 provide the City sufFcient documentation to reasonabiy
substantiat� the in�oices.
(2} The ENGINEER will issue monthly invoices for all worfc perfarmed under
this AGREEMENT. Invoices are due and payable within 30 days of receipt.
(3) Upor� completion of services enumeraied in Article I, the final payment of
any balance will be due within 30 days of receipt of the final invaice.
(4) fn the �vent of a disputed ar cantested billing, anly that portion so contested
will be withheld from payment, and the undisputed portion wili 6e paid. The
GITY will exercise reasonableness in contesting any bill or portion thereof.
Na interesf will accrue on any contesfed portian of the billing until mutua[ly
resolved.
(5) If the CITY fails to make payment in full to ENGINEER for billings contested
in goad faith within 6Q days ofi the amount d�e, the ENGINEER may, after
giving 7 days' writtan notice to �CITY, suspend services under th[s
AGREEMENT until paid in full, including interest. In the event of
L� ����f^',
���f�{c���Gv� �I%i��
� ��R �5�3�����/
� �, �;3�f�ll�u�� a491We
suspension of services, the ENGINEER shall have no liability to CITY �or
delays or damages caused the CITY because of such suspension of
S�CVICES.
f�t'iIC�@ ��
Obligations of the �ngineer
Amendm�nts t� Article IV, ifi any, are included in Attachment D.
A. General
The ENGINEER will serve as the CITY`s pr�fessional engineenng representati�e
under this Agreement, providing professional en�inesring co�sultation and advice
and furnishing customary services incidental thereto.
�. Standard of Care
The standard of care applicable to the ENGfNEER's services will be the degree of
ski�l and diligence normally ��nployed in the State of Texas by professional
engineers or consultar�ts perForrriing the same or similar services at ihe time sucn
services are performed.
C. Subsurface Invesfiiga�lons
(1) The ENGINEER shall ad�ise the CITY with regard to the necessity for
subcontract work such as special sur�eys, tests, test borings, or ather
subsurFace investigations in connection wifh design and engir�eering work ta
ba pertormed hereunder. The ENGINEER shal[ also ad�ise the GITY
concerning the results of same. Such surveys, iests, and investigatians
sh�ll be furnished by the CITY, unless otherwise specified in Attachment A.
(2} In soils, foundation, groundwater, and other subsurface investigations, the
actual characteristics may �ary significantly beiween successive test points
and sample intervals and af locations other than where observatior�s,
exploration, and investigations have been made. Because of the inherent
uncertainties in subsurface eWaluations, changed or unanticipated
underground conditions may occur that could affect the total PROJECT cast
andlor execution. These conditions and costlexecution effects are not the
responsibility of the ENGINEER.
�. Preparation of Engineering �rawings
The ENGINEER will provide to the CITY the ariginaf drawings of all plans in ink on
reproduci�ie plastic film sheets, or as otherwise approved by CITY, which shaf[
became the property af th� CITY, CITY may use such drawings in any manner it
desires; provided, hower�er, that the ENGINEER shall not be liable for the use of
such drawings for any project other than the PROJECT described herein.
�. Engineer's Personn�l a4 Construction Si�e
(1) The presence or duti�s o� the ENGINEER's personnel at a construction
site, whether as an-site representatives or athe�wise, do not make the
ENGINEER or its personnel in any way responsible far those duties that
belong to the CITY andlor the CITY's canstruction cantractors ar ot��r
entities, and do not relieve the construction contractors or any other entity of
their obligations, duties, and responsibilities, incfuding, but not iimited to, all
construction methods, means, techniques, sequences, and procedures
necessary far coordinating and campleting all portions of the co�structian
wark in accardar�ce with tMe Contract Documents and any health or safety
precautions required by such construction work, The ENGINEER and its
personnel have na authority ta exercise any control over any constructinn
contractor or �ther entity or their employees in connection with their wark or
ar�y health or safety precautions.
(2) Except to the extent of specific sit� visits expressly detaifed and set forth in
Atiachment A, tt�e ENGINEER ar its personnel shali have no obligation or
responsibility to visit the construction site to ���ome familiar with �he
progress or quality of the completed work on the PROJECT or #o determine,
in general, tf the work on the PROJECT is being perFormed in a manner
indicaiing that the PROJECT, when compleied, will b� in accordance with
the Contract Documents, nor shall anyt�ing in the Contract Documents or
tha agreement between CITY and ENGINEER be construed as req�iring
ENGINEER to make exhausti�e ar continuous on-site inspections #o
discover latent defects in the work or atherwise check the quality ar quantity
of the work on the PROJECT. If, for any reason, the ENGINEER should
ma�Ce an on-site observation(s), vn the basis of such on-site observations, if
any, the ENGWEER shall endea�or to keep the CITY informed of any
de�iation from the Contract Documents coming to the actual notice of
ENGINEER regarding the PROJECT.
{3) When professianal cer#ification of pertormance or characteristics of
materials, systems or equipment is reasonably r�quired to pertorm the
services set forth in the Scope of Senrices, the ENGINEER shall he entitled
to rely upon such certifcation to establish materials, systems or equipment
and performance criteria to be required in the Contract Dacuments.
�. Opinions of �rabable Cosfi, Finan�ial Cons�derations, and Schec�ules
(�} T�e ENGINEER shail provide opinians af probab[e costs based on the
current avaiiable information at the time of preparation, in accordance rn�ith
Attachment A.
(Z} ln providing opinians of cost, financial analyses, economic feasibility
projections, and sched�les far the PR�JECT, the ENGINEER has no
cantrol ouer cost or p�ice of labor and materials; unEcnown or latent
candi�ions of existing equipm�ni ar structures that may affect operation or
maintenance casts; competitive b�dding procedures and market conditions;
time or qualify of pertormance by third parties; quality, type, management,
or direc#ion o# operating personnel; and other economic and operational
factors that may materially afFect the ultimate PROJECT cost or schedule.
Therefore, the ENGINEER makes no warranty that the CITY's actual
PRO.]ECT costs, financial aspects, economic feasibility, or schedules will
not �ary from the ENGINEER's opinions, analyses, projections, ar
estimates.
G. Consfiruciion Progress Paymenfis
Recommendations by the ENGINEER to the CITY fior periodic construction
progress payments t� the constructi�n contractor will be based an the
ENGINEER's fcnowledge, informatian, and belief from selective sampling and
observaiion that the work has pragressed to the point indicated. Such
recommendations do not represent that continuous o�- detailed examinations ha�e
been made by the ENGINEER ta ascertain that the canstruction contractor has
completed the work in exact accardance rn�ith th� Gontract Documents; tF�at the
final wQrk will be acceptable in all respects; #hat the ENGINEER has made an
examination to ascertain how or for what purpose the constructio� contractor has
t�se�i the moneys paid; that title to any af the w�rk, rnaterials, or equipmeRt has
passed to the CITY free and cCear ofi lier�s, claims, securifiy interests, or
enc�ambrances; or that there are not other matters at issue between the GITY and
the construction contractor that affect the amount fhat shouid be pa€d.
b. Recard �rawings
Record drawings, if required, will be prepared, in part, on the basis af information
compiled and fumished by others,and may not always represent the exact
focation, typ� of �arious components, or exact manner in which the PRQJECT was
finally constructed. The ENGINEER is not responsible for any errors or omissions
in the information from others that is incorparated into the record drawings.
I. IV�inoriiy and l�oman �usiness �n#erprise (nAll���j
par�icipa4ion
In accord with City of Far� Worth Ordinance No. 11923, the City has goals for #he
participatian of minority business enterprises and woman business enterprises in
City contracts. Engineer acknowledges the MIWBE goa! establisned for this
cantraci and ifs commitment to meet that gaal. Any misrepresentation of facts
(other fhan a negligent misrepresentation) andlor the commission of fraud by the
Engineer may result in the termination af this agreement and debarment firom
parti-cipating in City contracfis for a periad ofi time of not less than three (3) years.
J. �ighfi fio Audifi
{1) ENGINEER agrees thatthe CITY shall, until the expiration of three {3} years
after final payment under this contract, ha�e access to and the right to
examine and �hotocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions refating to this
contract. ENGINEER agrees that the CITY shall have access during
normal working haurs to all necessary ENGINEER facilities and shall be
provided adequate and appropriate work space in order to conduct audits in
eompliance with th� pro�isions of fhis section. The CITY shall gi�e
ENGINEER r�asonable advance notiee of intended audits.
(2) ENGINEER further agrees to include in all its subconsultant agreements
hereunder a pro�ision to the effect that the subconsultant agrees that the
CITY shall, un#il the expiration of three (3) years after final payment under
the subcontract, have access to and the right to examine and photocopy
any directly pertinent books, dacuments, papers and records of such
subconsultanf, in�olving transactions to the subcontract, and further, thai
#he CITY shall ha�e access during normal working hours to all
subconsultant faci[ities, and shall be pro�ided adequate and appropriate
work space, in order to conduct audits in complianc� with th� pravisia�s of
this article together with subsec#ion (3)hereof. CITY shal[ give subcon-
sultant reasonable advance notice of intended audits.
(3) ENGINEER and subconsultant agree to phatocopy such documents as may
be requested by the CITY. The CITY agrees �o reimburse ENGWEER for
the cost of copies at the rate published in the Texas Adrninistrative Code in
effect as of the time copying is performed.
K. �NGIPl��R's Insurance
(1) Insurance co�erage and limits:
ENGINEER shall provide to the City certifieaie(s} of insurance documenting
policies ofi the following coverage at minimum limi#s that are to be in effect prior to
commencemeni of work on the PROJECT:
Comm�rcial General Liability
$1,a0D,000 eacl� occurrence
$1,OOO,a00 aggregate
Automobile 1.iability
$1,004,OOQ each accident {ar reasonably equivalent limits of coverage
if written on a split limits basis). Caverage shall be on any vehicle used
in the course of the PROJECT.
Worker's Compensation
Co�erage A: stai�tory limits
Ca�erage B: $100,OQQ each accideni
$5D0,�00 disease - policy limit
$100,OOQ disease - each employee
Professional Liability
$1,000,000 each claimlannual aggregate
(2) Certificates of insurance e�idencing that the ENGINEER has obtained all
required insurance shall be deliv�red to the CITY prior ta ENGINEER
proceeding with the PROJECT.
{a) Applicable policies shall be endorsed to name the CITY an
Additional Insured thereon, as its interests may appear. The term
CITY shall include its employees, officers, ofFicials, agents, and
volunteers as respects the contracted services.
(b) Certificate(s} of insurance shall document that ins�rance coverage
specifi�d according #o items section K.(1} and K.(2) of this
agreement are provided under applicable policies documented
therean.
(c) Any failure on part of the CITY to reques� required insurance
documentation shall not constitute a waiver of the insurance
requirements.
(d) A minimum of thirty (30) days notice of car�cellatian or material
change in co�erage shall be provided to the C1TY. A ten (10) days
notice shall be acceptable in the even# of non-payment of premium.
Such t�rms shall be endors�d onto ENGINEER's insurance policies.
Notice sha�l be sent to the respeciive Department Director (by
name}, City of Fort Warth, 100Q Throckmorton, Fort Worth, Texas
76102.
(e) ]nsurers for all policies must be authorized to do businass in the
state ofi Texas or be otherwise appraved by the CITY; and, such
insurers snall be acceptable to the CITY in terms of their financial
strength and solvency.
(f� Deductible limits, ar self-insured retentions, affecting insurance
required herein shall be acceptable ta th� CITY in its sole discretian;
and, in lieu of traditional insurance, any alternati�e coverage
maintain�d through insurance pools or risk retentiQn groups m�st be
also appro�ed. Dedicated financial resources or fetters of credit may
also be acceptable to the City.
(g) Appficable policies shall each be endorsed wifih a waiver of
subrogation in favor of the C�TY as respects the PROJECT.
(h) The City shall be entitled, upon its r�quss# and without incurring
expense, to review the ENGINEER's insurance paiicies including
endorsements thereto and, at the CITY's discretion, the ENGINEER
may be required to pro�Ede praof o�f insurance premium payments.
(i) The Comm�rcial General Liability insurance policy shall have no
excfusions by endflrsements unEess the CITY appro�es such
exclusions.
(j) The Prafessional Liability insurance policy, if written on a claims
made basis sha11 be maintained by the ENGINEER fior a minimum
two (2) year period subsequent io the term of the respective
PROJECT contract with the CITY uni�ss such caverage �s provided
the ENGINEER on an occurrence basis.
(k) The C1TY sna11 not be res�ansible for the direct payment of any
insurance premiums required by t�is agreement. It is understood
thai insurance cost is an al{owable component of ENGINEER's
overhead.
(I) All insura�ce required in section K., except for the Professinnal
Liability insurance policy, shall be writfen an an occurrence basis in
order to be appraved by the CITY.
(m) Subconsultants to the ENGINEER shall be required by the
ENGINEER to maintain the same or reasonably �qui�alent
insurance coverage as required for the ENGINEER. When
subconsultants maintain insurance coverage, ENGINEER shall
provide CITY with documentation thereof on a ce�tifica�e of
insurance. Notwithstanding anything to the contrary contai�ed
hereir�, in #he e�ent a subcansultant's insurance coverage is
canceled ar terminated, sueh cancellation or terminatian shall not
cor�stitute a breach by ENGINEER of the Agreement.
!.. Independen4 Consulkanf
The ENGINEER agrees to perform all services as an independent consultant and
not as a subcontractor, agent, ar employee of the CiTY.
�W. �isclosure
The ENGINEER acknowfedges to the CITY that it has made full disclosure in
writing af any existing conflicts of int�rest ar potential conflicts of interest, including
persanal financial interast, direct or indirect, in property abutting the proposed
PROJECT and business relationships with abutting property ciiies. The
ENGINEER further acknowledges thai it will make disclasure in writing of any
conflicts of interest that de�elop subsequent to the signing of this contract and prior
to final payment under the contract.
R�. /�sbestos o� baaardous �ubstances
{1) If asbestos or hazardous subsiances in any form are encountered or
suspected, th� ENGINEER will stop its own work in the affected portio�s of
the PROJECT ta permit testing and evaluation.
{2) lf asbestos or other hazardous substar�ces are suspected, the ENGINEER
will, if requested, assist the C1TY in obtaining the services of a qualified
subcontraeto� ta manage the remediation activities of �he PROJECT.
O. �ermitifing Au4hori�ies a �esign Changes
If permitting authorities require design changes so as to camply with �ublished
design cri�eria andlor current engineering practice standards which the ENGINEER
shoufd hav� b�en aware of at the time this Agreement was executed, the
ENGINEER shall revise plans and specifications, as required, at its own casi and
expense. Howe�er, if design changes are required due to the changes in the
permitting authorities' published design criteria andlor practice siandards criieria
which are publish�d after the date af this Agr��ment which the ENGINEER coufd
not have been reasonably aware of, the ENGINEER shali notiiy the CITY of such
changes and an adjustment in compensation will be made #hrough an amendment
to tf�is AGREEMENT.
r4rticfe V
Obliga�ions o� �he Ci�y
Amendments to Article V, ifi any, are included in Attachment C.
�. Ci�y��'urnished pa�a
T�e CITY will make available to the ENGINEER all technical data in the CITY's
possession relating to the ENGINEER's services on t�e PROJEGT. The
ENGINEER may rely Upan the accuracy, timeliness, and completeness of the
information provided by the CITY.
�. p►cc�ss �a �acilifies and �roperty
The C[TY wi11 ma�e its faeilities accessible to the ENGINEER as required for the
ENGINEER's perFormance of its services and wi[I provide labor and safety
equipment as required by the ENGINEER for s�rch access. The CITY will pertorm,
at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection with the
ENGINEER's services. The CITY w�ll be respa�sible for all acts of the CITY's
personnel.
C. Adverfiisemenfs, Permifs, and �ccess
Unless otherwise agreed to in the Scope of Services, fihe CITY wifl obtain, arrange,
and pay far all ad�ertisements for bids; permits and licenses required by local,
state, or federal authoritfes; and land, easements, rights-af-way, and access
necessary for the ENGINEER's services or PROJECT canstruction.
�. �imely Re�iew
The CITY will examins the ENGINEER's StUCIl85, repo�ts, sketches, dravvings,
specifications, proposals, and other documents; obtain ad�ice of an attorney,
insurance counselor, accountant, auditor, bond and financial advisors, and other
consultants as the C1TY deems appropriate; and ren�er in writing decisions
required by the CITY in a timely manner in accordance with fhs projecf scF�edule in
Attachment A.
�. �rompt Na�ice
The CITY will give prampt writien notice to the ENGINEER whenever CITY
obsetves or becomes aware af any developm�nt thai affects the scope or timing of
the ENGINEER's services or of any defe�t in #he work �f the ENGINEER or
constructian contractars.
�. Ashesfios or ba�ardous �ubstances and Indemni�cation
(1� To the maximum extent permitted by law, the C1TY will indemr�ify and
release ENGINEER and its afficers, emplayees, and subcontractors from all
claims, damages, losses, and casts, including, but nat limited ta, attorney's
fees and litigation expenses aris�ng ou# of or relating to the pr�sence,
discharge, release, or escape af hazardous substances, cantaminants, or
asbestos on ar from the PROJECT. Nothing contained herein shall be
co�strued to require the CITY to levy, assess ar collect any tax to fund this
indemnification.
(2) The indernni�cation and release required abo�e shall not apply in the event
the discharge, release or escape af hazardous substances, contaminants,
ar asbestos is a result of ENGINEER'S neglig�nce or if such hazardous
substance, cantaminant or asbestos is brought onto the PR�JECT by
ENGINEER.
C. Con�rac�or Indemni�ica�ion and Claims
The CITY agree� to inc[ude in all construction contracts the pro�isions af Article
IV.E. regarding the ENGINEER's Personnel at Construction 5ite, and pravisions
providing contractar indemnification of the C1TY and the ENGINEER for
contractor's negligence.
H. Con�rac4or Claims and �hird��ar�y �ene�iciaries
(1) The CITY agrees to include ihe following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractars, subcontractors and equipment and maferials
suppliers on fhe PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
emplayees, and subcantractors, �or any claim a�ising out
of, in connectian with, or resulting from the engineering
services perform�d. �nly the CITY will be the b�neficiary
of any undertal�ing by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone othar than the
CITY and the ENGINEER and there are no third-party beneficiaries.
(3) The CiTY wiil include in each agreement it enters inio with any other entify
or person regarding the PROJECT a provisior� that such enti#y ar person
shall have no third�party beneficiary rights under this Agreement.
(4) Nothing contained in this section V.H. shall be construed as a wai�er of any
right the CITY has to bring a claim against ENGINEER.
L G17'Y's Insurance
(1) The CITY may mainfain property insurance on certain pre-�xisting
structures associated with the PROJECT.
(2) The CITY will ens�re that Bui�ders Riskllnstallation insurance is maintained
at the replacement cast value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specifiy that the Builders Riskllnstallation insurance shal[ be
camprehensive in caverage appropriate to the PROJECT risks.
J, �i4iga4ion Assis4ance
The Scope of Services does not include costs of the ENGINEER for required or
requested assistance to support, prepare, document, bring, defend, or assist in
litigation undertaken or d�f�nd�d by the CITY. In the avent CITY requests s�ch
services of the ENGINEER, this AGREEMENT shali be amended or a separate
agreement will be negotiated between the parties.
�t. �ha�ges
The CITY may ma�Ce or approve changes within the general Scope af Services in
tF�is AGREEMENT. If such changes affect the ENGINEER's cost of or time
required fiar performance of the services, an equitable adjustment wili be made
through an amendment #o this AGREEMENT with apprapriate CITY approval.
��icle VI
�eneral �egal �rovisions
Amendments to Article VI, if any, are included in Attachm�nt C.
�►. r4uthori�a4ion �o �roceed
ENGINEER shall be authorized fio proceed wifih this AGREEMENT upon receipt of
a written Notice to Proceed from the CITY.
B. Fteuse of Project �ocumenfis
All designs, drawings, specifications, dacuments, and other work products of the
ENGINEER, whether in hard copy o� in electronic form, are instrum�nts of service
for this PROJECT, whether the PROJECT is completed or not. Reuse, change, or
alteration by the CITY or by others acting through or on behalf of the ClTY of any
such instruments of service without the written permission of the ENGINEER will
be at the CITY's sole risk. The final designs, drawings, specifications and
documents shall be owr�ed by the CITY.
�. �orce fi�ajeure
The ENGINEER is not responsib[e for damages or delay in perFarmanca caused
by acis of God, strikes, lockouts, accidents, or o#her events beyond the control of
the ENGINEER.
�. iermina�ion
(1) This AGREEMENT may be terminated anly by the City for c�nvenience on
3a days' written notice. This AGREEMENT may be ierminated by either the
CITY or the ENGINE�R far cause if eiiher party fails substantially to
perform through na fault of the other and does not commence carrection of
such nonperformance with 5 days of written notice and di{igently complete
the correction therea�ter.
(2) If this AGREEMENT is terminated for tf�e canveni�nce of the City, the
ENGWEER will b� paid far termination expenses as follows:
a.} Cost of reproductian of partial or camp{ef� studies, pfans,
specifications or other forms of ENGINEER'S wortc product;
b.) �ut-of pocket expenses for purchasing storage containers,
microflm, electronic ciata fles, and other data storage supplies ar services;
c.) The time requirements for the ENGINEER'S persannel to document
fF�e work underway at the time the CITY'S termination for convenience so
that the wark effort is suitable for long time storage.
(3) Prior #o proceeding with termination services, the ENGINEER will submit
to the CITY an ifemized siatement of all termination expenses. The CITY'S
appraval will be obtained in writing prior to proceeding with termination services.
�. Suspension, �ela�, or Interruption io �or�
The CITY may suspend, delay, or interrupt the servic�s of the ENGINEER for the
con��nience of the C1TY. In the e�ent of suc� suspension, delay, or interruption,
an equitable adjustment in the PROJECT's schedule, commitment and cost of the
ENGINEER's personnel and subcaniractors, and ENGINEER's comper�satior� will
be made.
�. Ind�mnifica4ian
(�) The ENGINEER agrees to indemnify and defend the CITY from any loss,
cost, ar expense claimed by third parties for praperty damage and bodily
injury, including death, caused solely by the negligence or willful misconduct
o# the ENGINEER, iis employees, officers, and subcontract�ors in
connection with the PROJECT.
(2} If the negligence or willful misconduct of both the ENGINEER and the CITY
{or a persort identified above for whom each is liable) is a cause of such
damage or injury, the loss, cost, or expense shall be shared between the
ENGINEER and #he C1TY in propor�ion to their relative degrees of
negligence or willful misconduct as determined pursuan# to T.C.P. & R.
Code, section 33.011 �4} (Vernon Supplement 1996).
�. �ssignment
Neither party will assign all ar any part of this AGRE�MENT witi�out the �rior
written consent af the ather party.
Fi. Inirerprefiation
Limitations on liability and indemnities in t�is AGREEMENT are business
understandings between the parties and shal� apply to al� the different theories of
recovery, including breach of contract or warranty, tort including negligence, strict
or statutory liability, ar any other cause of actian, except for wfllfui misconduct or
gross negligence for limitations of fiability and sole negligence for indemnificafion_
Parties mean �he CITY and the ENGINEER, and their officers, employees, agerits,
and subeontractors.
I. Jurisdiction
Th� law of the Staie of Texas shall govern the vaiidity of this AGREEMENT, its
interpretatian and pertormance, and any ather claims related to it. The �enue far
any litigation related ta this AGREEMENT shall be Tarrant Caunty, Texas.
J. Alternafe �ispu4e Resolu4ion
(1) Aff claims, disputes, and ot�er mat#ers in question between the CITY and
ENGINEER arising out of, or in connection with this Agreernent ar the
PROJECT, or any breach of ar�y obligation or duty of C1TY or ENGINEER
hereunder, will be submitted to mediation_ If inediation is unsuccessful, fihe
claim, dispute or ather matier in quesfian shall be submitted to arbitration if
botn parties acting reasonably agree that the amount af the dispute is fikely
to be less than $50,OOQ, excfusiv� of attorney's fees, casts and expenses.
Arbitration shal[ be in accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association or other applicable rules of
the Associatio� then in effect. Any award rendered by the arbitrators less
than $50,000, excl�sive of attorney's fees, costs a�d expenses, will be final,
judgment may be entered therean in any court having jurisdiction, and will
not �e subject to appeaf or madification except to the extent permitted by
5ections 10 and 11 of #he Federal Arbitration Act (9 U.S.C. Sections 10 and
'! 1).
(2) Any award greater than $�D,000, exclusive of at�orney's fees, costs and
expenses, may be litigated by either party on a de novo basis. The award
s�all become final ninety (90} days frQm t�e date same is issued. If litigation
is fled by either party within said ninety (90) day period, the award shal[
become null and void and shall nat be used by either party far any purpose
in the litigation.
FZ. 5e�erability and 5urvival
If any of the pra�visians contained in this AGREEMENT are held for any reasan to
be invalid, ilfegal, or unenfarceable in any respect, such in�alidity, illegality, or
unenforceability will not affect any other provisian, and this AGREEMENT shall be
construed as if such invalid, iflegal, or unenforceable provision had never been
con#ained herein. Articles V.F., VI.B., VI.D., VI.H., Vl.l., and VI.J. shall survi�e
termination af this AGREEMENT for any cause.
�. Obserrre and Comp�y
ENGINEER shall at all times observe and comply with all federal and S#ate laws
and regulations and with all City ordinances and regulations whic� in any way
affect this AGREEMENT and the worlt hereunder, and shall observe and comply
with afl ordErs, laws ardinances and regulations which may exist or may be
enacted later by governing �vdies ha�ing jurisdiction or authority for such
enactment. No plea of misunderstanding ar ignorance tF�ereof shall be considered.
ENGINEER agrees to defend, indemnifiy and hold harmless CITY and all of its
ofFcers, agents and emplayees firom and against all claims or liability arising out of
ihe violation of any such order, law, ordinance, or regulation, whether if be by itself
or its employ�es.
�,r�icle VII
Atfiachments, Schedules, and Signatures
This AGREEMENT, Including its attachments and sched�ales, constitutes the entire
AGREEMENT, supersedes all priar written or aral understancEings, and may only be
changed by a written amendment executed by both parties. The foilowing attachments
and schedules are hereby made a part of this AGREEMENT:
Attachment A � Scope ofi Services
Attachment B - Comnensaiion
A#�ac�rmer�t � - F��sp�ns�bili#ie� of ��ty
Executed this tha day of __._______._._, 20�.
(REMAINDER OF PAGE INTEIVTIONALLY LEF7 BWNK)
ATT�T_
� � *�
_'1�,�� -�-' _ _
,, �• ;, � .
Gloria Pe�rson
City Secretary
APPR�VED AS TO F�RM
AND LEGALITY
_,
ssistant City Attorney
ATTEST:
. ; _ ,
,
. �r-t -' � f�C:
� ' �
� Carlos I�bre
Director of Engineering
CITY OF
:
�
Manager
C��i� �3�
Con�xac� 1�uthorization
� a�
t���� .. , �
ENGINE
� B
Y-
Manuel Rosas
President
� ���`:.�� ����
� � �i��
� � �� �� ��
� _ _ ^. � e _
�„ �i:NJII'�_!I� t ,�j P
` � ' r ll l
�C��J�' Of ��CVIC@9
p. General
The professional s�rvices set out her�in are associated with individual assignments
in�olWir�g the evaluation and ins�ection of problem bridges identified in TxDOT
"Candition Reports." Recommending corrective measures and, if necessary
preparing the plans and specificatians and insp�cting canstruciion ta correct the
identified problems. Th� ENGINEER will be utilized on an as-needed basis. A�I
worfc required will be covered by this AGREEMENT. This AGREEMENT is for one
year but may be extended a second year and a third year based upon satisfactory
pertormance.
�. Charac4pr nr �'nain _ _r'� � _rvi - _�
The ENGI�IEER shall cons�lt with the CITY io clarify and define the CITY's
requirements re[ati�e to the assignmen�s and review avaifable data.
2. The ENGINEER agrees to commit the persannel to each assignment as
necessary in an expeditious manner.
3. The ENGINEER shall advise the CITY as to the necessity of CITY's providing or
obtaining from athers services ar�d data required in connection with the assignment
at CITY's cost and expense (which seN�ces and data the ENGINEER is not
performing serrrices hereunder}, and act as the CITY's representative in connectian
with any such services of others.
4. The ENGINEER agrees that engineering services will be managed and performed
by local personnel, except work done by sub-consultants. Routine inquiries and
related site investigations wili be handled by Fort Wor�h based personnel.
L+�_-i:iTa_F.1E. -Y�7�
If authorized in writing by the CITY, the ENGINEER shall furnish or obtain form
ot}�ers Specia[ Services necessary to complete the assignments. The C[TY and the
ENGINEER shall agr�e on the scop� and compensation for the performance af
Special Services prior to the cammencement of such Special Services. The
ENG[NEER will be compensated at the rates specified on Attachment "B".
�, Pr��ed�res fnr Prnvidin� ��rvi��s
1. The CITY shall notify the ENGINEER of each assignment in writir�g.
2. The ENGINEER sha[I then confirm the design costs and scape in writing and direct
the ENGINEER to proceed with the inv�stigation, design and preparation of the
necessary warking documents. The ENGINEER shall submit the design to the
CITY in fi�e copies along with t�e estimate of pro6able construction cost.
3. The C[TY shall then con#irm #he design cost and scope in writing and direcf the
ENGINEER to proceed with the investigation, design and preparation of the
necessary working docum�nts. The ENGINEER shall submit the design to t�e
CITY in five cop9es alang with the estimate of probable construction cost.
4. Upon written approvaE of the design, the ENGINEER shall mal�e whatever final
changes are necessary and submit the drawings and technical specificatians ta t�e
CITY for use in bidding. In general, the CITY shafl provide the standard CITY
forms and pertorm aIl bidding and confract award tasks.
5. Follawing bidding the ENGINEER sha11 make recommendations concerning award
of the contract.
6. During constr�ction, the ENGINEER shal] assist the CITY, if required, in inspecting
construction and resolving any problems ihat might arise.
7. Electronic mail will be the preferred mode �f communicaiion for rautine matters
requiring a written record.
$. ENGINEER will track expenditures by specific assignmen#, with a general
assEgnment to caver routine inquiries and field investigations made prior to
developing specific project assignments. At the end of the month, ENG[NEER will
submit a status report to show the current cost budget, percent complete, and
approximate per�ent of budget used for each assignment.
� � }� 4
i �� a ' � a
A. The total compensation for all for the assignments to be prefarmed by the ENGINEER
as described in Article II — CHARACTER �F ENG{NEER'S SERViCES hereof shall
not exceed ���,�0�.�0 aanless modified in writing.
B. The ENGINEER shall be compensated for actual hours worked by and paid to the
empioyees engaged in performing the Scope of Work at the Schedule of Rates
attached as Exhibit 1. These rates are inclusive of all employee benefits, all fringe
and o�erhead costs, general and administrative costs and all otF�er allowable indirect
costs.
C. Out of Pocket Expenses that are incurred during the pragress of the wo�k will be
reimbt�rsed at the ENGINEER's cost. The actual out-of-poc�et expenses include: air
fare, automabile renfal, mileage changes, parking, tolfs, taxi, meals, lodging,
teiephone, printing, and reproduction costs, and other miscellaneous c�sts incurred
specifically far this project.
D. If #his AGREEMENT is extended according to Attachment "A" Paragraph A, the rates
on Exhibit 1 will be increased by � per year.
L?CHIBIT 1---��F�EDULE �F �l�B�i� F�A���
�� I
��l�f��l�[
Pd�,�G�F� ProJect Resources, Inc.
�ngineering �ervices �chedule o� Hourly �a�es
�►s o� January �, 2D02
Des'tgn Principal $170.00
Senior Project Manager $135.00
Project Manager $105.00
Senior Engineer
Sta�F Engineer
Senfor CADD Technicianl Sr. TechnEcal 5taff
CADD Technician IVITechnical Staff iV
CADD Technician fIIlTechnica[ Staff II!
CADD Techr�ician IIITechnical Staff 11
CADD Techrtician UTechnical Staff I
Lead lnspector
Senior Inspectar
Inspector I[
Ins�ector I
Administrative Manager
Administrative Staff f II
Administrati�e Staff II
Administrative Staff I
Cierical Staff I[I
Clerical Staff II
Clerical Staff I
$90.00
$7�_Oa
$90.00
$8�.00
$85.00
�so.aa
$50.00
$85A�
$75A0
�s�.oa
$50.00
$85.00
$6D.�0
$55.00
��a.ao
$45.OQ
$35.00
$30.00
:i� - -
����I����r
PARR�OP� Projec4 R�saurces, Inc.
Cons4ruction ��rnrices �chedule o� liourly Raies
As o� January �, 2002
Contract Administrator
Senior Project Managerl5enior Claims Analyst
Project ManagerlClaims Analyst
Senior SchedulinglCostlOffice Engineer
Lead InspectorlQA Representative
Senior �nspector
Ir�spector II
Inspector I
Administrati�e Manager
Administrative Staff I[I
Administrative Staff II
Administrative Staff I
Clerical 5taff I[I
Clerical Staff II
Clerical S#aff I
$170.OD
$135.00
$1 DS.Op
$90.00
�s�.ao
$��.ao
$65.00
$SQ.Oa
�a5.ao
$60.00
$55.Q0
$50.aD
$45.00
$35.D0
$30.00
���`fd � � �r/l�
GCx1P�O/?AT/ON �
�� N � U L T A N T 5
Schedu[e of Hourly Rates as of January 1, 2002
�Technician V
�Technician IV
�Technician III
�Technician II
�Technician I
�Surveyar V
Surv�yor IV
Surveyor III
I�Surveyor II
�Surveyor I
IPrincipallRailroad 5pecialist V
jRailroad 5pecialist !V
�Railroad Speciaiist III
�Railroad Speciafist ll
�Railroad 5pecialist 1
�Planner V
�Planner IV
�Planner III
�Inspector IV
�Inspector IIl
�Inspector II
Inspector I
�Princi�allEngineer V
�Engineer IV
�EnqiReer III
�Engineer II
�Engineer I
�Clerical III
�Cferical [1
JC�erical �
�Administrator IV
�Administrator III
�Administrator II
�Administrator I
�4 Man Survey Crew
I� Man Survey Crew
�2 Man Survey Crew
�GPS 5urvey Crew
T5 $90.00��
i4 $85.0�
T3 $65.00 �
T2 $60.00 �
T1 $50.00 �
S5 $95.OQ �
S4 $85.DQ
S3 $65.DQ
52 $50A�
s� �ao.oa I
R5 $190.OQ �
R4 $180.00 �
R3 $140.00 �
R2 $95.OQ
R1 $70.�0
P5 $135.00
P4 $100.OQ
P3 $80.00
14 $85.00
�s �7�.ao
12 $65.00
11 $50.OD
E5 $170.00
E4 $135.OQ �
E3 �� o�.na,l
E2 �saaol
E1 $70.00�
G3 $�45.00I
C2 $40.00�
C1 $35.00�
A4 $85.00�
A3 $CO.OQ�
A2 $55.QQ�
A1 $45.00�
4M $150A0
3M $120.00
2M $90.00
4M $140AD
Subcontracted labor, maierial testing equipment, printing and technica] photagraphy, and all
other direct jab expenses to be paid at cost. Vehicle mileage to be paic! at the current IRS
rate per mile.
TIE1�R�4�Mli4�� �1l��n
-= Standard F�e Schedules
= -- Effective July 1, 2000
��� ��H���I�� �
COi��iRUCTIOR� I��iE�I�L� �R��IhI���IN� 5��1/�C��
Sectien 0900 � i���Jl�L Y P�f�S�R�I��`� �� ���
Engin�ering analysis, proj�ct planning and caordination, consultation, and field or laparatory services are
based upon #he time of professional, technical and support personnel directly charged ta the project, per
hour.
41��
0101
a102
0103
0104
0105
�106
01D7
01�8
0109
o��o
0111
0192
0193
Principal(NoteA1) ......................................................................................................$ 175.Q0
AssocEate(Note A2) .......................................................................................................140.00
Senior Materials Engineer or Geotechnical Engineer (Note a3) .....................................120.00
Consir�tction Materials Engineer or Geotechnical Engineer (NoteA4) ..............................95.OA
Staff �ngineer {Note A5} ................................................................. ....7�.00
.............................
Construction Materials Depar�ment Manager ..........................................................���.�.7�.00
Construction Materials Project Manager ........................................................................70.00
Nan-Destructive Testing Specialisf, StrUC�LIf�[ 5fee1 (Note A7) .........................................70A0
Laboratory Supervisor, per hour ....................................................................................�O.OQ
Certified Welding Ihspecior (Note A6} (No#e A7) ................................................................60.00
Coatings Inspector (Not� A�) ...........................................................................................50A0
Senior Engineering Technician (Note A7) ........................................................................50.00
ClericallSupportStaf�.......... .......................................................,.......,...........................45.00
Engineering Technician (Note a7J ....................................................................................4�.�0
Note A1 — Owner, Partner, President of Firm. Expert Testimony at $ 25D.00 per hour.
Note A2 — Vice President of Firm, Department Wead. Expert Testimony at $ 2fl0.00 per hour.
Note A3 -- Bachelor of Science in Civi1 �ngineering or Geology from an accredited universiiy, P.E. or equivalent, minimum of
five years of experience. Expert Testlmony at $175.00 per hour.
Note A4 — Bachelor of Science in Civil Engineering or Geology from an accredited university, P.E. or equi�alent, minimum of
three years of experience, dr Masterof 5cience dagree and minimum two years of experience.
Note A5 — Bachelor of 5cience in Civil �ngineering or Geology from an accredited university.
Note A6 - American Welding Society Certified Welding Inspectvr.
Note A7 - Vehic�e Usage Charges apply to ff�ese categories at a rate of $4.50 per hour, $20.00 per half-day, or $40.00 per
full day.
OV�RiII��
Overtime rates of one and one-half (1.5) times #he regular hourly rate wiii be charged for ho�rs work�d
over eight {8) hours on Monday through Friday, hours worked before 6:00 a.m. and after 6:00 p.m., and
all hours worked on Saturdays. Services performed on Sundays and ho(idays will be billed at two (2)
times the regular hourly rate.
�xhibit 1— Schedule of Labor Rates
i�l���ll�i�&�� BiV�.
— - Standard Fee Schedules
�== Effec#ive July 1, 204Q
�ectron 0�00 � ��I�S, �A��hFIM��f�, �,4V�`1VI�IVT SU�Cf�,ADI� �Ifi�l) �RSL
�'I�L� �iiOISiUR�1��PJS1�l( ��S�IIdG Q� 5�fLS, Ah�D T�S�ING 8F S�A�ILl��D SU�CRi4D�5
0200
D201
0202
0203
0204
0205
0206
0207
Sampfing time, per hour (plus applicable transpvrtation eharges) ............... Ifem 0111 or 0113
In-place moisture-density tesis, nuclear method, all inclusive,
ASTM D 2922 and D3017 (minimum 4 tests per trip), each .....................................$ 32.00
In-place moisture-density tests, nuclear method, billed in conjunctian with hourly
technician charges, aSTM D 2922 and D3017 {min. 4 tests per frip}, each (�vote A7)...20.00
Continuous insp�ction and moisture-density iesting with nuclear density
cfe�ice, ASTM D 2922and D 3017, per technician {minimum 4 haurs), per hour.........50.00
Nuclear Dens3ty de�ice renta! for can#inuous inspection under Item 02p2, per day....,,,, 85.QQ
In-place maisture-densiiy tests using sand cone ASTM D 1�56, Harris ring
ASTM D 4564or ather hand method (minimum 4 per trip), eaCh (Note A7) ....................60.Q0
Daily, weekly or monthly rate ....................................................................Quoted on Request
SoillLime pulverization sieve analysis, Tex 101 E, Pt. III, (min. 4 per trip), ea. {I�ote A7}.,.20,00
Lime stabilization d�pth ch�ck (minimum 4 per trip}, each (Note A7) ...............................20.00
Note A7 — Billed in addikion to technician time, Itern D111 or 0113.
�ABORr4TORY T�STS �fV S01�5, SYABI�I��� SU�GRAD�S, �N9 �AS� COURS�S
iVioisture�Density Relationship (F�roctor Curve)
0208 Standard Proctar Tesf, ASTM D698, each (Note As) ................
02D9 Modified Procior Test, ASTM D1557, eaCh (Nate A8) ...............
Q210 TxDQT-Tex-113E Tesi, each (Note R�) ....................................
Q2� � TxDOT-Tex-114E, Method A Test, each (Note as) ...................
0212 TxD�T-Tex-114�, Method B Test, each (Note As) ...................
.................... $ 135.00
....................... 9 55.OQ
.......................165.04
.......................150.00
....................... 200.OQ
Nate A8 — Additianal Charge for less than 72 hours Results, Add 50%. With sta6ilizatian additive, add $40.00.
Q213 TxDOTTriaxia] Test, Tex 1�7E, each ....................................................................$ 1,500A0
Q214 TxDOT Wetball Mill Tesi, Tex � 16E, each ...................................................................1fi5.00
Q215 Additional Charge for Preparatian of Sample and Crushing, per hour ............................45.00
0216 Maximurn a�d Minimum Index Density of Granular Material, wet or dry method,
ASTM D A�253 and DA�25�4, each ...............................................................................180.00
0217 Cement Content in Soii - Cernent Mixtures, All Components, ASTM D 806, each ....,,.250.00
021$ Compressive Strength of Cement Stabilized Sand Samples,
including Molding, ASTM D-1632, ASTM D 1633, each ...........................................45.0a
0219 Liquid and Plastic Limits, ASTM D 4318, each ...............................•--..--.-•-•-.•---.............45.OQ
0220 Liquid and Plastic Limits with Lim� or Cement Additive, each ........................................50.00
0221 Percent Finer#han Na. 2QD 5ieve, ASTM D 1140, each ................................................35.a0
0222 5oil Sieve Analysis, ASTM D 422, each ........................................................................40.00
0223 Sail Hydrometer, ASTM � 422, each .............................................................................90.00
Q224 Sail Bar L.inear SF�rinkage, Tex 107E, each ...................................................................25.00
0225 Volumetric Shrinkage, ASTM D427, each ......................................................................35.00
0226 Crurnb Dispersion, U.S. Corps. of Engr., Manua! EN '1110-2-1906, Appendix XI11, ea...35.00
0227 Sail Organic Contenf, ASTM D 2974, each ....................................................................25.Q0
0228 5oil Specific Gra�ity, ASTM D 854, each .......................................................................50,00
Exhibit 1-- Schedule of Labor Rates
�����dfl�i��� �fV�.
=- 5tandardFeeSchedules
-= �� Effective July 1, 2000
pH T�sts
0229 pH of water, ASTM D 1293, eaeh ............................................................................... $ 15A0
0230 pH of sail, ASTM � 4972, each .....................................................................................25.OD
Lime 5tabi[i�afion
0231 LimelA#terberg Series, ASTM D 4318, raw sample plus four poinfs with ac�ditive ........220.00
0232 LimelpH, ASTM C 977 Appendix, raw sample plus four points with additi�e ................125.00
�,ime Slurry
0233 Percent Solids - Lime Slurry, each .................................................................................45.00
0234 S�eciflc Gravity, each ....................................................................................................40.00
�ec�ian 0304 - �RILLED PI�E; AiVD ��OTIR�� I1������I�R{
0300 Engineering Technician, per hour ......................,.....,
0301 Senior Engineering Technician, per hour ..................
0302 Staff Geotechnical Engineer (min 4 haurs}, per hour
�
Sec��on 0400 � P�RiLAf�D C�IP��`f�T C�h�C��i�
�I�LD If�S��CT'IOIV AN� i�STING
..............................$ 45.00
................................. 50.00
................................. 75.Q0
Includes inspection and sampfing of aggregates, batch plant, fabrication of test specim�ns (cylinder
or beams), perForming air and slump tesis - minimum 4 hours
Engineering Technician, per hour .......................................................................... Item 0113
Senior Engineering Technician, per hour ............................................................... Item Q111
0400 Slump or air content when making cylinders or beams, ASTM C 143,
C 231 or C 173 (not fufl-time inspectian), each ......................................................$ 22.50
CONCR�7� C�iIX D�SIGNS
0401 Trial mix, slump, air content, yield, per mix ...............................................................$ 160.00
Note: Confirmatory cyfinders or beams at listed raies.
0402 Mix Design Formulation by TMf, per ho�r ......................................................................75.00
0403 Mortar mix pre}�aration, ASTM C'l09, 2" cubes, 6 cubes or less, per mix ...................140.pQ
0404 Rs�iew of concrete mix d�sign, per hour ..............._...................................................,...i5.00
Exhibit 1— Schedule of Labor Rates
����-IY�.�R� 11�1��
— - 5fandard Fee Schedu[es
_ '_= '� Effective July 1, 2000
Y�ST SP�CIIVi�NS MpoD� L�Y OIJR P�FtSORlI��L
�405 Concrete test (6" x 12"} (3" x 6"} (2" x 4"} cylinclers ASTM C 39
(includes those capped, cured, tested), each ........................................................$ 'k5.OD
0406 Hold Cylinder (Not Tested),aach ................................................................................... � 0.00
0407 Cancrete test beams ASTM C 78 (ir�cludes those cured, tested, ar held), each ............18.00
0408 Mortar Cubes, ASTM C � 09, 2" with Compressi�e Sfrength, min, threelset, each ......,.. � 2.Q0
0409 �ilaer�Reinforced Concreie Beam Toug�ness Test, ASTM C 9018, each ....................3i5.00
04�0 Compr�ssion Test on Cement Treated Base (CTB), ASTM D 1633, each .....................20.00
04� 1 Compaction of Csmer�t Treated Base 5trength samples, ASTM D 1632, each .............40.D0
0492 28-Day Air dry unit weight, ASTM D 567, each ..............................................................18.00
0413 Modulus of elasticity determination, ASTM C 469, each ................................................75,00
0414 Creep of Concrete in compression, ASTM C 512, eacY� .............................................1550.00
0415 Splitting tensile tes#, ASTM C 496, each .................................................................�......25.00
l �S� S��CIi��IVS F�Ill�n� �Y ��F��RS
D416 Concreie Test Cylinders delivered to us for curing,
capping, testing ar halding; minimum of 3, each ................................................... $ 15.00
0417 Concrete Test Cylinders pick up, curing and festing;
minimum of 3, BaCh (Pick up Time Additional, I�ote A9) ....................................................'�5.00
0418 Concrete Test Beams deli�ered to us for curing, testing
or holding; minimum of 3, each ................................................................................18.40
Note A9 - Additional charge for picking up sampfes, per hour (Items 511 or 513), plus mileage (Ifern ).
LA�ORA�ORY T�S7S OF AGGR�C,Ro��S
0419
0420
0429
0422
0423
0424
0425
0426
0427
0428
0429
0430
0431
0432
0433
Aggregate Gradation, ASTM C 136 ar Tex 200F, each .............................................. $ 30.00
Aggregate Absorption, ASTM C 127 & 128, or 7ex 2Q9F & Tex 202F, each ..................30.00
Ag�regafe Unit Weight & Voids, ASTM C29, each ........................................................30.00
Ligntweight Materials, ASTM C 123, each .....................................................................3�.00
Glay l.umps & Friabl� F'articles, ASTM C142, each .......................................................30.00
Sand Equivalent Value, ASTM D 2419, each ................................................................85.00
Los Angeles Abrasion, ASTM C 131 or C 535, each ...................................................175.00
Sour�dness, ASTM C 88, Five Cycles, each ................................................................985.OQ
Each Additianal Cyc{e on Item 0426 ..............................................................................30.4D
TxDOT Wetball Mill Test, Tex 116E, each ...................................................................150.OQ
Additionai Charge for Crushing & Pr�paring sample, per hour .......................................38.00
Freeze-thaw testirtg, each sample ............................................................Quot�d on Requesf
Organic Impurities in Fine Aggregates, ASTM C 40 - TEX 408A, each ...........................25.00
Acid Insoluble Residue, Tex 612J, each .........................................................................75.00
Mortar Making Praperties, Tex 317D, each ..................................................................225.00
L�IAlDSQR �RO�� (i4Sif� C�03) Personnel (see Items 01D6, 4108, p111, or 0113), minirrtum 4 haurs
0434 Probe Sets, per set of 3{plus personnel nourly rate) ..................................................$ 6�.00
�435 Single Probe or attempi {plus �ersannel hourly rate), each ...........................................25.00
0436 Rebourtd hammer tes#ing, per hour (minimum 4 hr/trip) .................................................�5.00
Exhibit 7— Schedufe of Labor Rates
TER�1d1'I���� I�Y�a
_ = Standard Fee Schedules
� � � Eiiective,luly 1, 2QOQ
C9PlCF��i� CpRIPl� & i�STING {Min. Trip Charge $150A0}
0437
0438
0439
0440
04�11
0442
0443
0444
3" or 4" diameter care, up to 6" thick {minimum of 3), each ........................................$ 65.00
2" diameter core for depth check only, each ..................................................................45,00
Diamond saw facing, if required, each end ......................................................................8.00
Compression tes�ing (ASTM C 39), including eapping, each .........................................20A0
Concrete Penetration Charge, in addition ta ltem 0437, per inch .....................................6.00
Petragraphic analysis of concrete, ASTM C 856, each sample ................. Quoied on Request
Splitting tensile test, ASTM C 498, each ........................................................................25.00
Sawing flexural test sam}�les, each ................................................................................75.OD
PAGHOR��TFR (R�A�eter):
044� 5eniar Engineering Technician with equipment, per hr (min 4 hr} ...............................$ 50.0�
F�OOR SLA�ICOfVC��T'� �'L�YLlI�ORK F�'iAll�SS i€ST �Y �}I�SiIG�C �4A�TH0� (ASiIV� Fc 1155]
(�ace I�umbers)
0446 Certified Engineering Technician using the F-number, per hour {min 4 hours
0447 Equipmer�t Rental, per day ............................................................................
0448 5tatistical Analysis and Graphic F'IQar Profile, per hour .................................
LQA� T�STING
) ..............45.Q0
..............1 aa,oa
.. .............45.00
Q4A9 �oad Test of existing structural rnembers, each .................................... Quoted upon Request
PRESTRi�SS �L�eNT IWSP�CiIOId
5enior �ngineermg Technician {min9mum 4 hoursltrip), per hour ......................
CO�lCR�T� PIP� �LAR�� INSP�CTION
5enior Engineering Techr�ician (rninimurn 4 hoursl#rip}, per hour ......................
Q450 Alkalinify cantent of concrete pipe samples, each . .............................................
�ec�lAn 8�0� - IVI�SOI��Y
Item 011 �
....Ifem Q111
..........75.00
Senior �ngineering Technician per hour �4 hour minimum per trip) ........................ Item a111
Eng. Teci� per hour {4 hour minimum per trip) .........................................................Item 01'!3
0501 Mortar or Grout cubes (2"X2"X2"'}, ASTM C 109, minimum 3 per set, each ................... 92.D0
0502 Grout prism, ASTM C 1019, each ..................................................................................20.00
0503 Ccamposite Masanry Prism Cornpressio� test, ASTM C 1314, each ............................120.00
050� Compressi�e strength of Masonry lJnits, ASTM C 14Q, each ........................................40.00
05D5 P�trographic ana�ysis of Morkar or Grout, AS7M C 1324, each ................ Quoted on Request
Exhibit 1— Schedule of Labor Rates
��R�4l�M��� ►�1��
_ = Standard Fee 5chedules
-��= Effective July 9, 200fl
��c���n 060a � ►�Oi 1l�IX �SPF�A�i1� ���V����'�
�i��� i����c�rio�
Hat Mix Plant Inspection (minimum 4 hours) perlhr .................................................ltern Q111
�+�0�4TORY 7"�SiS ��.O.B. L�4�ORP►T'ORY)
0600
�6d1
asoz
06a3
a604
a605
fl6t16
0607
0608
0609
0610
�611
0612
(}613
Sieve analysis on aggregates, ASTM D 5444, C 136 or Tex 2QOF, each ....................$ 40.DD
Specific gravity on aggregates, ASTM C 127, G 128 or Tex 209 F, each .......................40.00
San�d Equivalent test, ASTM D 2419 or Tex 203F, each ................................................80.0�
Theoretical maximum s�ecific gravity, ASTM D 2041 or Tex 227F, each ......................80.00
Mixing asphaltic concrete, Tex 2D5F, per sample ..........................................................40.00
Asphaltic extraction and gradation, ASTM D 2172 ar Tex 210F, each .........................12D.00
5tability tests, set of 3 specimens, aSTM D 1560, D��81, or Tex 208F, ea. (Note A10]..45.00
Lab densiiy t�st, ASTM D�4013 or Tex 206F, 2Q7F, set of 3 specimens, each ..............40.00
Field density test on core (not including corir�g), ASTM D 2726 or Tex 2D7F, each ....,.,40.00
Thickness measurements, ASTM D 3549, each ..............................................................8.00
Ductility test, ASTM D 113, each .................................................................................105.QQ
Penetration test, ASTM D 5, each .................................................................................8a.00
Viscosity tesi, ASTM D 2971, each ..............................................................................'l75.00
Retained Stability, each ...............................................................................................400.00
Note A'!0 - Hveem or Marshall Sta6ility.
AS�HA�T1C CORlCR�T� MIX ��SIGNS;
fl614 Campute mix design using pre�iously determined aggregate prop�rties
such as gradation, specific gra�ity, and other design factors, eac� ...................... $125.00
Using minimum 3 different aggregates, bveern or lVlarshall Meti�oci
0615 Stability and dertsity tests using single percentage of asphalt cantent. ........................27�.�Q
06� 6 Stability and density tests using minimum 3 different percentages of
asphaltcontent .......................................................................................................60D.00
Using 4 different aggregates, bve�m or IVlarshall Method
0617 5tability and density t�sts using singl� percentage of asphalt cont�nt
asphaltcontent ......................................................................................................295.00
0618 Stability and density tests using minimum 3 differ�nt percentages of
asphaltconteni ........................................................... ...........................................695.�0
Exhibit 1— Schedule of Labar Rates
��ItRl���i4R� ���o
! � Standard Fee Schedules
� =^ Effective July 1, 2000
���[l�►? o��o � .�%��r������� ����� (NoteAi1)
Visual lnspection (minimum charge 4 haurs) (5hop & Field}, per hr ...................... Item D1D9
Rebar Inspection, per hour ....................................................................... Item 0111 or 0493
Ultrasor�ic Inspection Test, per hour (minirrtum 4 h4ursltrip) .................................. Item 0107
Magnetic Particle, per hour {minimum 4 hours} ..................................................... ftem 0�07
Liquid Penetrant, per hour (minimum 4 hours) ....................................................... Item 0107
Pos# Tension Cable Inspection (minimum 4 hoursltrip), per hour........ ................... Item 0111
Mil thickness or holiday testing of coatings, (minimum �4 hoursltrip), per hour......,. Item 01'EO
�700 Radiagraphic Insp�ction, 2 men crew, per haur ..........................................................$ 95.00
Note A19 Charges are applicable to local projects only. (n other areas, each project can be negotiated on #he basis of
added travel ar�d expenses af fhe in�pecfor.
Radi�graphic �ilm Charge
0701 4 112" x i0" film, each ...................................................................................................$ 6.OQ
0702 4 i12" x 17" film, each........ ..............................................................................................8.00
D7038" x 10" film, each ..................................................�......................................,,.................8.50
�704 7" x 17" film, each ..........................................................................................................10.50
0705 14" x 17" film, each ............................................................................ ...........................20.OD
�ec�i�n A�00 � �OOF' i�SiliV� AIVD ►f���1�Ci►81V
Project Manager, per hour (minimum 4 hoursltrip} ...................................................Item 0106
Laboratory Supervisor, per hour (minimum 4 hoursltrip} ..........................................�tem 0108
Senior Engineering Technician, per hour (minimum 4 hoursltrip) ...............,........,...Item 011'!
0800 Sieve Anafysis of Gravel, ASTM C 136, each .............................................................$ 40A0
�801 Moisture Conteni of Aggregates, ASTM D 1864, each ..................................................15.00
08{l2 Roof iest Cut Analysis (�2"x12"}, ASTM p 2829, each ...............................................200.00
0803 Roof Test Cuf Analysis (4"X40"}, ASTM D 2829, each ................................................200,00
0804 Bitumen analysis, ASTM D-312, each .........................................................................250.0�
SecFion �9�0 � ��IIP��(�'R�.��L� �'X1��1V��'S
Expenses incurred to accomplish the scope of work contracted by the dient will be char�ed to the cfient
@ Cost �- ��%. Reirribursable exper�ses include, but are not necessarily limited ta, the following:
subcontractor fees, equipment purchase costs, eQuipment and vehicle renta! fees, lor�g distance phone
charges, postage, shi�ping, courier costs, fax transmissions, insurance, permiis, and parking fees.
Q900 Mileage reimbursement, per mila .....................................................,,..........................$ 0.55
0909 Subsistence ..................................... Cost �- 15°ta or daily rate es#ablished by project location
0902 Personne! Mobilization � ............................. Hourly biiling rate, pfus applicable reirnburs�bles
0903 insurance Gertificates for Additior�al Insured and Waivers of Subrogation,
per certificate requested ........................................................................................ �25.00
Reports: Fees include up to three (3) eopies af the report mailed, per the specified distribution fist.
Reproduction and mailing cost for additional ca�ies will be billed at a rate of $0,30 per sheet plus
secretarial time.
Exhibit 1— Schedule of Labor Rates
��r�c�r��r��' ����a
c. ..� •_�
A. Provide criteria and full information as ta the CITY's requirements and designate a
person with authority to act on CfTY's behalf on all matter concerning the assignment.
B. Assist the ENGINEER in abtaining existing stud�es, reports and other a�ailable data
and services of ather pertinent to the assignment and in obtaining additional reports
and dafa as required.
C. Upon reasonabfe notice arrange for access to and make all provisions for the
ENGINEER to enter upan public and private properEy as may be required for the
ENG�NEER to �erform services hereunder.
D. D�signate in writing qualified persons who wil! act as t�e CiTY's representative with
respect to the assignment for the purposes of transmitting instructions, receiving
information, interpreting and defning CITY poficies and decisions with respect ta the
ENGINEER's se�vices.
E. Review all reports, recommendaiions and other documents and provide written
decisions per�aining thereto within a reasonable time
F_ Pay for the printing of contract documents required for bidding.
G. Bear all �osts incidenf to compliance with this 5ection.
�'ity of'�'ort l�o�th, T'exas
M�yar ��d Coun�il Con��nu�ic���on
�A7E REF�RENC� NUMBER LOG NAM� PAGE
7�2�Q2 ��Cd"� 9136 ZOPARAGON 1 of 1
s�$J��r AWARD OF ENGlNEERI G SERlfIC�S CONTRACT Ct I�AP�`i+a PROJECT
RESOURCES, iNC. FOR SERVICES RELATED TO BRIDGE DEFfCfENCIES
REC�MMENDATlON:
It is recomm�nded that the City Council authorize the City Manager to execute an engineering services
contract with Paragon Project Resources, Inc. for engineering services related to bridge de�ic��ncies
id�ntified by City staff and the Texas Department af Transportation (TxDOT) bridge inspections, with
hourly costs and r�imbursable costs not to exceed $8Q,OQ�.
DiSCUSSiON:
City staff and TxDOT perform regular inspectio�s of bridges within Fart Worth. This co�tract will
provide engineering services needed in preparing pians for corr�cting d�ficienci�s identified during th�
insp�etion process. .
Paragon Project Resaurces, Inc., althaugh the sole firm to respond to the City's Re�uest for
Q�alifications, is v�ry well qualified to p�rform these services. The contract is extendabls for a second
and third year iaased upon satisfactory perfarmance. I
MIWBE - Paragon Projec# Reso�rces, ]nc, is in com�iiance with the City's M/WBE Ordinance by
committin� to 15% MIWBE participation. The City's goa! on this project is 15°10.
FISCAL INFflRMATI�NICERTIFICATION:
The Finance Director c�r�ifies that funds ar� avail�ble in the current cap'rtal budgets, as appropriated, of
tha Contract Street Maintenance �und and the General ��and.
BG.k
Submitted for City Maaager's
orr�� by:
Bridgette Garrett/Acting
Originating Aepartrnen# Flead:
G. $ehmanesh/Acting
Addikional Infnrmation Contact:
siao
��oi
C. Behmanesh/Acting 7$O1
T FUND i ACCOiiNT I CENTER � AMOUNT GITY SECRETARY
I (t�) —
� (&am}
GG41 531200
GS93 53i244
�
� - --
o2o�oa� ���,000.00 �
02093Q260540 $ 9,dOQ.OQ
APPROVED 07/0�/02