HomeMy WebLinkAboutContract 62751City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 1 of 8
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES
This agreement (“Agreement”) is between the City of Fort Worth, a Texas home-rule
municipality ("City"), and CMJ Engineering, Inc. authorized to do business in Texas
(“Consultant”), for a project generally described as:
(“Project”) – Project No. 10 .
Article I
Scope of Services
(1) Consultant hereby agrees to perform professional services as set forth in this
Agreement and the Scope of Services, attached hereto as Attachment “A”
(“Services”). These Services shall be performed in connection with the Project.
(2) Additional services, if any, will be memorialized by an amendment to this Agreement.
(3) All reports, whether partial or complete, prepared under this Agreement, including
any original drawings or documents, whether furnished by City, its officers, agents,
employees, consultants, or contractors, or prepared by Consultant, shall be or
become the property of City, and shall be furnished to the City, prior to or at the time
such services are completed, or upon termination or expiration of Agreement.
Article II
Compensation
Consultant shall be compensated an amount up to $43,840.00 (“Contract Amount”) in
accordance with the Proposal shown in Attachment “A”. Payment shall be considered full
compensation for all labor (including all benefits, overhead and markups), materials,
supplies, and equipment necessary to complete the Services.
Consultant shall provide monthly invoices to City. Payments for services rendered shall be
made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch.
2251).
Acceptance by Consultant of said payment shall release City from all claims or liabilities
under this Agreement for anything related to, performed, or furnished in connection with the
Services for which payment is made, including any act or omission of City in connection with
such Services.
Article III
Term
Time is of the essence. The term of this Agreement shall commence on the Effective Date and
shall continue until the expiration of the funds or completion of the subject matter pursuant to
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 2 of 8
the schedule, whichever occurs first, unless terminated in accordance with the terms of this
Agreement. Unless specifically otherwise amended, the original term shall not exceed five
years from the original effective date.
Article IV
Independent Contractor
Consultant shall operate hereunder as an independent contractor and not as an officer, agent,
servant, or employee of City. Consultant shall have exclusive control of and the exclusive right
to control the details of the work to be performed hereunder and of 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 respondeat 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
Work performed by Consultant shall comply in all aspects with all applicable local, state and
federal laws and with all applicable, standards, codes, rules and/or regulations promulgated
by local, state and national boards, bureaus and agencies. Approval to proceed by City of
Consultant’s work or work product 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 performance of the Services.
Article VI
Indemnification
CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFY AND HOLD CITY,
ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY
AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND,
INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS
(INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT’S BUSINESS AND ANY
RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT
MAY RELATE TO, ARISE OUT OF OR BE OCCASIONED BY CONSULTANT’S BREACH
OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY
NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT,
ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER
THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR
NON-PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY
TERMINATION OR EXPIRATION OF THIS AGREEMENT.
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 3 of 8
Article VII
Insurance
Consultant shall not commence work under this Agreement until it has obtained all insurance
required under Attachment F and City has approved such insurance.
Article VIII
Force Majeure
City and Consultant shall exercise their best efforts to meet their respective duties and
obligations as set forth in this Agreement, but shall not be held liable for any delay or
omission in performance due to force majeure or other causes beyond their reasonable
control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural
disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any
governmental authority and/or any other similar causes.
Article IX
Transfer or Assignment
Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest
in this Agreement without prior written consent of City.
Article X
Termination of Contract
(1) City may terminate this Agreement for convenience by providing written notice to
Consultant at least 30-days prior to the date of termination, unless Consultant agrees
in writing to an earlier termination date.
(2) Either City or Consultant may terminate this Agreement for cause if either party fails
to substantially perform, through no fault of the other and the nonperforming party
does not commence correction of such nonperformance within 5 days after receipt of
written notice or thereafter fails to diligently pursue the correction to completion.
(3) If City chooses to terminate this Agreement, upon receipt of notice of termination by
Consultant, Consultant shall discontinue Services on the date such termination is
effective. City shall compensate Consultant for such services rendered based upon
Article II of this Agreement and in accordance with Exhibit “B”.
Article XI
Right to Audit
(1) Consultant agrees that City shall, until the expiration of three (3) years after final
payment under Agreement, have access to and the right to examine any directly
pertinent books, documents, papers and records of Consultant involving transactions
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 4 of 8
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 subcontractor agrees that 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
subcontractor(s), involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor 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
subcontractor reasonable advance notice of intended audit.
(3) Consultant and subcontractor(s) agree to photocopy such documents as may be
requested by City. 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 XII
Business Equity Participation
City has goals for the full and equitable participation of minority business and/or women
business enterprises in City contracts greater than $100,000. In accordance with City’s
Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the
City’s Code of Ordinances, as amended, and any relevant policy or guidance documents),
Consultant acknowledges the MBE and WBE goals established for this Agreement and its
execution of this Agreement is Consultant’s written commitment to meet the prescribed MBE
and WBE participation goals. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by 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 XIII
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 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 or its
subcontractor(s).
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 5 of 8
Article XIV
Immigration Nationality Act
Consultant shall verify the identity and employment eligibility of its employees and
employees of all subcontractor(s) who perform work under Agreement, including completing
the Employment Eligibility Verification Form (I-9). Upon request by City, Consultant shall
provide City with copies of all I-9 forms and supporting eligibility documentation for each
employee who performs work under Agreement. Consultant shall adhere to all Federal and
State laws as well as establish appropriate procedures and controls so that no services will
be performed by any Consultant employee who is not legally eligible to perform such
services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM
ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY CONSULTANT, CONSULTANT’S EMPLOYEES,
SUBCONTRACTORS, AGENTS, OR LICENSEES.City, upon written notice to Consultant,
shall have the right to immediately terminate Agreement for violations of this provision by
Consultant.
Article XV
Venue and Jurisdiction
If any action, whether real or asserted, at law or in equity, arises on the basis of any provision
of 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.
Agreement shall be construed in accordance with the laws of the State of Texas.
Article XVI
Contract Construction/No Waiver
The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed
and revised Agreement and that the normal rule of contract construction, to the effect that
any ambiguities are to be resolved against the drafting party, must not be employed in the
interpretation of Agreement or any amendments or exhibits hereto.
The failure of City or Consultant to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Consultant’s respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
Article XVII
Severability
The provisions of Agreement are severable, and if any word, phrase, clause, sentence,
paragraph, section or other part of Agreement or the application thereof to any person or
circumstance shall ever be held by any court of competent jurisdiction to be invalid or
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 6 of 8
unconstitutional for any reason, the remainder of Agreement and the application of such
word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other
persons or circumstances shall not be affected thereby and Agreement shall be construed
as if such invalid or unconstitutional portion had never been contained therein.
Article XVIII
Notices
Notices regarding Articles IX or X are to be provided 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 N. Watts, Senior Capital Projects Officer
Property Management
100 Fort Worth Trail
Fort Worth, Texas 76102
Consultant:
CMJ Engineering, Inc.
Attn: Will Avila, Senior Project Manager
7636 Pebble Drive
Fort Worth, Texas 76118
All other notices may be provided as described above or via electronic means.
Article XIX
Prohibition On Contracts With Companies Boycotting Israel
Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Consultant has 10 or more full time-employees and the
contract value is $100,000 or more, the 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
contract, Consultant certifies that Consultant’s signature provides written verification
to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 7 of 8
Article XX
Prohibition on Boycotting Energy Companies
Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, 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 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Consultant certifies that
Consultant’s signature provides written verification to the City that Consultant: (1)
does not boycott energy companies; and (2) will not boycott energy companies
during the term of this Agreement.
Article XXI
Prohibition on Discrimination Against Firearm and Ammunition Industries
Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, 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. To
the extent that Chapter 2274 of the Government Code is applicable to this Agreement,
by signing this Agreement, Consultant certifies that Consultant’s signature provides
written verification to the City that Consultant: (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.
Article XXII
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 Agreement.
Article XXIII
City of Fort Worth, Texas WRMC ACEH Garage Repairs
Standard Agreement for Professional Services 106057
Revision Date: March 8, 2024
Page 8 of 8
Attachments, Schedules and Counterparts
This Agreement may be executed in one or more counterparts and each counterpart shall,
for all purposes, be deemed an original, but all such counterparts shall together constitute
but one and the same instrument.
The following attachments and schedules are hereby made a part of Agreement:
Attachment A - Scope of Services/Compensation
Attachment B – Insurance Requirements
Duly executed by each party’s designated representative to be effective on the date subscribed
by the City’s designated Assistant City Manager.
BY:
CITY OF FORT WORTH
BY:
CONSULTANT
Dana Burghdoff A.I.C.P.
Assistant City Manager
Date:__________________
CMJ Engineering, Inc.
Angie M. McCullough
Vice President
Date:____________________________
ATTEST:
Jannette Goodall
City Secretary
APPROVAL RECOMMENDED:
_________________________________
Marilyn Marvin
Director Property Management
APPROVED AS TO FORM AND LEGALITY
By:
Douglas W Black
Sr. Assistant City Attorney
M&C No.:___n/a_________________
M&C Date:______________________
P: 817.284.9400 7636 Pebble Drive
F: 817.589.9993 Fort Worth, Texas 76118
Cost Estimate No.: 25-026
January 10, 2025
City of Fort Worth
Attn: Ron Clements
100 Fort Worth Trail
Fort Worth, Texas 76102
email: ronald.clements@fortworthtexas.gov
ESTIMATE
CONSTRUCTION MATERIALS TESTING SERVICES FOR
WRMC BURNETT & CATTLE BARNS #1-4 STALL RENOVATIONS
FORT WORTH, TEXAS
Dear Mr. Clements,
We are pleased to submit this estimate for providing construction materials engineering services on
the above-referenced project. We understand we have been selected to provide these
services based on our qualifications.
Cost Estimate - Defined
This is an ESTIMATE and should in no way be considered a lump sum proposal. CMJ will only bill
for actual services performed. Services performed beyond the estimated items and quantities may
exceed the estimated testing budget. Fewer services performed than estimated may be lower the
estimated testing budget.
The total testing cost is dependent upon the contractor’s means and methods, such as the size of
areas/amount of items ready for testing per site visit, size/rate of concrete placements, method of
masonry grouting (once per day or several times per day, pumping or hand placement), etc. As
the contractor typically schedules our services, the actual number of site visits required are beyond
our control. Based on our experience, we have made assumptions as to the means and methods
the individual contractors may choose to follow.
Scope of Work
Our scope of service is based on our review of the project plans and specifications. We propose to
service this project on a call out, as-needed basis. All same-day service requests will be
charged the greater of either $300 or our actual rescheduling costs based on the project’s
unit fees, for each site visit performed. Service requests may be made Monday through
Friday 7:00 am to 5:00 pm and should be received 24-hours in advance but no later than
3:00 PM of the day prior to service. CMJ will make every effort to service same day service
requests but cannot guarantee your request will be serviced without the required prior
notice.
CMJ ENGINEERING,INC.
City of Fort Worth Cost Estimate No. 25-026
WRMC Burnett Stall Renovations January 10, 2025
Fort Worth, Texas
Page 2
P: 817.284.9400 7636 Pebble Drive
F: 817.589.9993 Fort Worth, Texas 76118
Earthwork
Laboratory testing of existing subgrade, fill, backfill, and select fill materials; in-place
moisture/density testing of same.
Helical Piles Observation
On-site verification of initial pile start by a Project Manager. Full-time observation and post-
installation verification of pile reports by project management staff. Full-time observation by a
Senior Pier Specialist Engineering Technician.
Cast-In-Place Concrete
Pre- and post-concrete placement reinforcing steel observation. On-site placement observation
and testing to include slump, temperature, entrained air content, and the molding of test cylinders.
Laboratory curing and testing of cylinders.
Masonry
Perform weekly general structural masonry construction observations (Periodic), proportion
verification of site-mixed mortar and grout, full-time structural grout placement observation and site
casting of structural grout prisms for laboratory curing and compressive strength testing as required
by the IBC Code and project requirements.
Project Budget
Based upon our understanding of your needs and the project specifications, our unit fees and
estimated quantities for this project will be as stated on the budget attachment. All fees for services
performed which do not appear on the budget attachment will be based on our standard fee
schedule. The final charges will be a function of the total services performed. All charges for
laboratory services are F.O.B. our laboratory. All same-day service requests will be charged
the greater of either $300 or our actual rescheduling costs based on the project’s unit fees,
for each site visit performed.
The prices provided in the attached fee schedule will remain valid for forty-five (45) days from the
date on this estimate, or for one year from that date if our services for this project are started within
the forty-five (45) day period. Invoices will be submitted for these services on a monthly basis.
These will be due and payable upon receipt. CMJ will not supervise or direct work that is
performed by the contractor or subcontractors and is not responsible for their means and
methods utilized or the resultant outcome of their efforts.
CMJ ENGINEERING,INC.
City of Fort Worth Cost Estimate No. 25-026
WRMC Burnett Stall Renovations January 10, 2025
Fort Worth, Texas
Page 3
P: 817.284.9400 7636 Pebble Drive
F: 817.589.9993 Fort Worth, Texas 76118
Closing
CMJ Engineering, Inc. appreciates the opportunity to submit this estimate. We have included the
attached unit fees that correspond to our understanding of the required work scope that will be
required of CMJ Engineering. Feel free to call us if you have any questions regarding our services
or estimate. Following your authorization, we are ready to begin work and look forward to providing
you with our services.
Respectfully,
CMJ ENGINEERING, INC.
Angie M. McCullough Will Avila
Vice President Senior Project Manager
DESCRIPTION NO FEE UNIT AMOUNT
Earthwork
Moisture/Density Relations (ASTM D698) 4 215.50$ each 862.00$
Liquid & Plastic Limit (ASTM D4318-B) 4 75.00$ each 300.00$
Laboratory Sieve Analysis (ASTM C117, D1140) 4 85.00$ each 340.00$
Laboratory Sieve Analysis (ASTM C136) 4 102.50$ each 410.00$
Earthwork Observation/Testing Including all Non-Test Pit
In-Place Moisture/Density Testing by ASTM D6938 (Min. 4 Hours/Trip) 100 89.00$ hour 8,900.00$
Additional Fee-Test Pit In-Place Moisture/Density Testing 0 18.50$ each -$
Nuclear Density Gauge Fee (Daily) 24 56.00$ each 1,344.00$
Vehicle Trip Charge 25 70.00$ trip 1,750.00$
Estimated Total for Earthwork Services:13,906.00$
Helical Pile Observation
Senior Pier Specialist (Min. 4 Hours/Trip) 24 102.50$ hour 2,460.00$
Project Management 4 117.50$ hour 470.00$
Vehicle Trip Charge 3 70.00$ trip 210.00$
Estimated Total for Pier Observation Services: 3,140.00$
Concrete Observation/Testing
Concrete Test Cylinders (ASTM C31/39 - 4" x 8" - Min. 5/Set) 306 26.00$ each 7,956.00$
Concrete Testing Technician (Min. 3 hours/trip) 83 62.00$ hour 5,146.00$
Reinforcing Steel Observation without Testing (Min. 3 Hours/Trip) 12 83.00$ hour 996.00$
Cylinder Pick Up 13 186.00$ each 2,418.00$
Vehicle Trip Charge 37 70.00$ trip 2,590.00$
Estimated Total for Concrete Observation/Testing Services: 19,106.00$
Masonry Testing
Masonry Grout Prisms (ASTM C1019 - 4/Set) 22 40.00$ each 880.00$
Engineering Technician for Masonry Construction 60 89.00$ hour 5,340.00$
Observation (Min. 4 Hours/Trip)
Masonry Specimen Pick Up 3 186.00$ each 558.00$
Vehicle Trip Charge 13 70.00$ trip 910.00$
Estimated Total for Masonry Services: 7,688.00$
7636 Pebble Drive
Fort Worth, Texas 76118
Tel: (817) 284-9400 Fax: (817) 589-9993
ESTIMATE
CONSTRUCTION MATERIALS TESTING SERVICES FOR
WRMC BURNETT & CATTLE BARNS #1-4 STALL REPLACEMENTS
FORT WORTH, TEXAS
City of Fort Worth
Estimate No. 25-026
January 10, 2025
DESCRIPTION NO FEE UNIT AMOUNT
7636 Pebble Drive
Fort Worth, Texas 76118
Tel: (817) 284-9400 Fax: (817) 589-9993
ESTIMATE
CONSTRUCTION MATERIALS TESTING SERVICES FOR
WRMC BURNETT & CATTLE BARNS #1-4 STALL REPLACEMENTS
FORT WORTH, TEXAS
City of Fort Worth
Estimate No. 25-026
January 10, 2025
Hourly Office Services
Same-day Insufficient Notice Fee 0 300.00$ each -$
Estimated Total for Hourly Services:-$
Estimated Total for Above Testing and Observation Services: 43,840.00$
Notes:
1. Project Management fees will be charged as follows: 2 hours for initial project setup, foundation reconciliation at 3 minutes per pier,
compliance review and statement of same at 3 minutes per report with a 1 hour minimum, post-tensioning compliance review at 0.50 hours
per page with a 1.0 hour minimum and a 79G/house pad compliance report review and letter at 10 minutes per lot, if CMJ is informed at the
start of this project of this need. Should the client choose not to sign CMJ's agreement and instead request CMJ to sign the client's contract,
any time spent reviewing/revising client's contract will be billed at the above listed project management hourly rate. All other services that
would be requested of a project manager will be billed as same. All compliance letter requests shall be made with sufficient notice to allow
for a minimum of 10 businesses to complete the required report reviews and letter completion.
2. Overtime rates of 1.5 times the regular rate will be charged for hours worked or services performed over eight (8) hours per day or before
7:00 a.m. and/or after 5:00 p.m. Monday thru Friday. All lab and field services performed on Saturday, will be billed at 1.5 times the regular
rate and will be billed at 2.0 times the regular rate for Sundays and recognized holidays.
3. All laboratory test fees are F.O.B. our laboratory. Engineering technician minimums and vehicle trip charges will apply to all trips to the
job-site including sample pickups and specimen pickups.
4. A minimum amount of technician time and a vehicle trip charge will be billed for each call out, sample pickup or specimen pickup unless
noted otherwise. Technician time is charged portal-to-portal from our Fort Worth office.
5. 4"X8" concrete compression test specimens will be used per ACI 318 requirements unless instructed otherwise.
6. Structural steel observation at fabrication shop fees based on facilities located in the Dallas-Fort Worth metroplex area.
7. Additional tests not specified in this fee schedule will be quoted upon request, or based on our current fee schedule.
8. Vehicle trip charge in excess of 25 miles from CMJ's office will be based on $1.40/mile plus tolls, portal-to-portal our office.
9. Specimen collection fees as stated are either project specific or based on a maximum of 25 miles from CMJ.
10. All same-day service requests will be charged a minimum $300 insufficient notice fee or actual rescheduling costs if greater.
11. All test-pit moisture-density testing will be charged a $18.50 fee for each test in addition to standard hourly fee.
12. CMJ will not supervise or direct work that is performed by the contractor or subcontractors and is not responsible for their means and
methods utilized or the resultant outcome of their efforts.
��R�� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: �Oe Bf allt
Risk Strateg �eS PHONE FAX
12801 North Central Expy. Suite 1725 E�/�CANo exc : 214 323-4602 aic No : 214 503-8899
Dallas, TX 75243 aooRess: RSCcertre uest risk-strate ies.com
INSURED
CMJ Engineering, Inc.
7636 Pebble Drive
Fort Worth TX 76118
INSURER A : XL
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER(S) AFFORDING COVERAGE
NAIC #
GUVtKAGtS ctKiiricAit Num�strt: 83649349 KtVI51UN NUMk3tK:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS
LTR INSD WVD POLICYNUMBER MM/DDIYYYY MM/DD/YYYY
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $
CLAIMS-MADE � OCCUR PREM SES�Ea oNcur ence $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $
POLICY � PR� � LOC PRODUCTS - COMP/OP AGG $
JECT
OTH ER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $
Ea accident
ANY AUTO BODILY INJURY (Per person) $
OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTYDAMAGE $
AUTOS ONLY AUTOS ONLY Per accident
$
UMBRELLALIAB OCCUR EACHOCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION $ $
WORKERS COMPENSATION PER OTH-
AND EMPLOYERS' LIABILITY Y� N STATUTE ER
ANYPROPRIETOR/PARTNER/EXECUTNE E.L EACH ACCIDENT $
OFFICER/MEMBEREXCLUDED? � N�A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $
A Professional Liability � DPR5037180 12/4/2024 12/4/2025 Per Claim/Annual Aggregate $2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is subject
to a deductible. Thirty (30) day notice of cancellation in favor of certificate holder on all policies.
CERTIFICATE HOLDER
City of Fort Worth
1000 Throckmorton
Fort Worth TX 76102
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE ,�%
+7 G�12��"' "�
Joe Brvant
O 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
83649349 � 24/25 PL � Patra � 1/22/2025 7:27:57 PM (EST) � Page 1 of 1