Loading...
21-1888ORDINANCE NO. 21-1e88 AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME -RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH D&S ENGINEERING LABS, LLC, TO PROVIDE MATERIALS TESTING OF SOIL & AGGREGATE, CONCRETE, MASONRY, STEEL, AND ASPHALT MATERIALS RELATED TO PUBLIC SAFETY PROJECTS FOR THE FACILITIES MANAGEMENT DEPARTMENT; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (RFQ 7703-001 — PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES AWARDED TO D&S ENGINEERING LABS, LLC, IN THE NOT -TO -EXCEED AMOUNT OF $175,300.70). WHEREAS, on July 20, 2021, the City Council approved a pre -qualified professional and engineer list (Ordinance 21-1437); and WHEREAS, the professional services provider (the "Provider) mentioned in this ordinance is being selected as the most highly qualified on the basis of its demonstrated competence and qualifications to perform the proposed professional services; and WHEREAS, the fees under the proposed contract are fair and reasonable and are consistent with, and not higher than, the recommended practices and fees published by the professional associations applicable to the Provider's profession, and such fees do not exceed the maximum provided by law; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION 1. The City Manager, or their designee, is hereby authorized to enter into an agreement with D&S Engineering Labs, LLC, to provide materials testing of soil & aggregate, concrete, masonry, steel, and asphalt materials related to Public Safety Projects for the Facilities Management Department, a copy of which is attached hereto and incorporated by reference herein. SECTION 2. The City Manager, or their designee, is authorized to expend funds as required by the attached contract. SECTION 3. The City Council of the City of Denton, Texas hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, Texas, or their designee. SECTION 4. The findings in the preamble of this ordinance are incorporated herein by reference. SECTION 5. This ordinance shall become effective immediately upon its passage and approval. The motion to approve this ordinance was made by ---SLa5e_ '`74 and seconded by This ordinance was passed and approved by the following vote [-i Aye Nay Abstain Absent Mayor Gerard Hudspeth: Vicki Byrd, District 1: ✓ Brian Beck, District 2: Jesse Davis, District 3: .% Alison Maguire, District 4: _%1 Deb Armintor, At Large Place 5: Paul Meltzer, At Large Place 6: PASSED AND APPROVED this the �� day of !S �Q � )c)cg- , 2021. GERARD HUDSPETH, MAYOR ATTEST: �•��i� 0 F 1N ���, ROSA RIOS, CITY SECRETARY ������••''•••••••'''•.To�'� w CO w — •• BY: Apr r0N APPROVED AS TO LEGAL FORM: CATHERINE CLIFTON, INTERIM CITY ATTORNEY Digitally signed by Marcella Lunn DN: cn=Marcella Lunn, e, ou=C-sty i&LbM1 0e Denton, maif=marcella.lu nn@cityofdenCo n.com, c=Us BY: _ Date: 2021.06.3016:17:59-05'00' DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57B831)DB7E4 C Cl ITY OF DENTON Docusign City Council Transmittal Coversheet PSA 7703-001 File Name Materials Testing Purchasing Contact Christa Christian City Council Target Date SEPTEMBER 14, 2021 Piggy Back Option Not Applicable Contract Expiration N/A Ordinance 21-1.888 - •DS Docusign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 CITY OF DENTON, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Denton, a Texas home -rule municipality ("CITY"), and D&S Engineering Labs, LLC, with its corporate office at 106 112 Hughes Street, Collinsville, Texas 76233 and authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Materials Testing and Geotechnical Services for Vertical Capital Construction Projects (the "PROJECT"). SECTION 1 Scope of Services A. The CITY hereby agrees to retain the ENGINEER, and the ENGINEER hereby agrees to perform, professional engineering services set forth in the Scope of Services attached hereto as Attachment A. These services shall be performed in connection with the PROJECT. B. Additional services, if any, will be requested in writing by the CITY. CITY shall not pay for any work performed by ENGINEER or its consultants, subcontractors and/or suppliers that has not been ordered in advance and in writing. It is specifically agreed that ENGINEER shall not be compensated for any additional work resulting from oral orders of any person. SECTION 2 Compensation and Term of Agreement A. The ENGINEER shall be compensated for all services provided pursuant to this AGREEMENT in an amount not to exceed $175,300.70 in the manner and in accordance with the fee schedule as set forth in Attachment B. Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment A. B. Unless otherwise terminated pursuant to Section 6. D. herein, this AGREEMENT shall be for a term beginning upon the effective date, as described below, and shall continue for a period which may reasonably be required for the completion of the PROJECT, until the expiration of the funds, or completion of the PROJECT and acceptance by the CITY, whichever occurs first. ENGINEER shall proceed diligently with the PROJECT to completion as described in the PROJECT schedule as set forth in Attachment A. SECTION 3 Terms of Payment Payments to the ENGINEER will be made as follows: City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916/18 Page 1 of 18 Docusign Envelope ID: 75FBB7EB-30B8-48E6-9A3G-B57B83DDB7E4 A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in the PROJECT schedule as set forth in Attachment A to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices for the uncontested performance of the particular services are due and payable within 30 days of receipt by City. (3) Upon completion of services enumerated in Section 1, the final payment of any balance for the uncontested performance of the services will be due within 30 days of receipt of the final invoice. (4) In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. (5) If the CITY fails to make payment in full to ENGINEER for billings contested in good faith within 60 days of the amount due, the ENGINEER may, after giving 7 days' written notice to CITY, suspend services under this AGREEMENT until paid in full. In the event of suspension of services, the ENGINEER shall have no liability to CITY for delays or damages caused the CITY because of such suspension of services. SECTION 4 Obligations of the Engineer Amendments to Section 4, if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineering representative under this AGREEMENT, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; and City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916/18 Page 2 of 18 DocuSign Envelope 1D: 75FB67EB-30B8-46E6-9A3C-B57B83DDB7E4 (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. C. Subsurface Investigations (1) The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or other subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advise the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise specified in Attachment A. (2) In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and costlexecution effects are not the responsibility of the ENGINEER. D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on-site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the AGREEMENT Documents and any health or safety precautions required by such construction work. The ENGINEER and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916/18 Page 3 of 18 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DD87E4 (2) Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligation or responsibility to visit the construction site to become familiar with the progress or quality of the completed work on the PROJECT or to determine, in general, if the work on the PROJECT is being performed in a manner indicating that the PROJECT, when completed, will be in accordance with the AGREEMENT Documents, nor shall anything in the AGREEMENT Documents or this AGREEMENT between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in the work or otherwise check the quality or quantity of the work on the PROJECT. If the ENGINEER makes on-site observation(s) of a deviation from the AGREEMENT Documents, the ENGINEER shall inform the CITY. (3) When professional certification of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set forth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and performance criteria to be required in the AGREEMENT Documents. F. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the current available information at the time of preparation, in accordance with Attachment A. (2) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of 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 PROJECT costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates, G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construction progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. Such recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 4 of 18 DecuSign Envelope ID: 75FBB7EB-3QB8-46E6-9A3C-B57B83DDB7E4 the construction contractor has completed the work in exact accordance with the AGREEMENT Documents; that the final work will be acceptable in all respects; that the ENGINEER has made an examination to ascertain how or for what purpose the construction contractor has used the moneys paid; that title to any of the work, materials, or equipment has passed to the CITY free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. h Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years after final payment under this AGREEMENT, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the ENGINEER involving transactions relating to this AGREEMENT. ENGINEER agrees that the CITY shall have access during normal working hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The CITY shall give ENGINEER reasonable advance notice of intended audits. (2) ENGINEER further agrees to include in all its subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this section together with subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. (3) ENGINEER and subconsultant agree to photocopy such documents as may be requested by the CITY. The CITY agrees to reimburse ENGINEER for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916!18 Page 5 o€18 DocuSign Envelope ID: 75FBB7E6-3068-46E6-9A3C-B57B83DD67E4 J. INSURANCE (1) ENGINEER'S INSURANCE a. Commercial General Liability — the ENGINEER shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance with a limit of not less than $1,000,000.00 per each occurrence with a $2,000,000.00 aggregate. If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT or location. i. The CITY shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions or endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically approves such exclusions in writing. ii. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this AGREEMENT. b. Business Auto — the ENGINEER shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a limit of not less than $1,000,000 each accident. Such insurance shall cover liability arising out of "any auto", including owned, hired, and non -owned autos, when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles, coverage for hired or non -owned is acceptable. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this AGREEMENT or under any applicable auto physical damage coverage. c. Workers' Compensation — ENGINEER shall maintain workers City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 6 of 18 DocuSign Envelope 1D: 75FBB7EB-30B8-46E6-9A3C-B57B83DDB7F4 compensation and employers liability insurance and, if necessary, commercial umbrella liability insurance with a limit of not less than $100,000.00 each accident for bodily injury by accident or $100,000.00 each employee for bodily injury by disease, with $500,000.00 policy limit. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this AGREEMENT. d. Professional Liability — ENGINEER shall maintain professional liability, a claims -made policy, with a minimum of $1,000,000.00 per claim and aggregate. The policy shall contain a retroactive date prior to the date of the AGREEMENT or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years following the completion of the AGREEMENT. An annual certificate of insurance specifically referencing this PROJECT shall be submitted to the CITY for each year following completion of the AGREEMENT. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, as its interests may appear. The term CITY shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. c. Certificate(s) of insurance shall document that insurance coverage specified in this AGREEMENT are provided under applicable policies documented thereon. d. Any failure on part of the CITY to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Notice shall be sent to the respective Department Director (by name), City of Denton, 901 Texas Street, Denton, Texas 76209. City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 7 of 18 Docusign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. The CITY shall be entitled, upon its request and without incurring expense, to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion; the ENGINEER may be required to provide proof of insurance premium payments. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior to the date of the AGREEMENT. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insurance premiums required by this AGREEMENT. m. Sub consultants and subcontractors to/of the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When sub consultants/subcontractors maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. K. independent Consultant City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 9/6118 Page 8 of f8 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. L. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this AGREEMENT and prior to final payment under the AGREEMENT. M. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. N. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this AGREEMENT was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to the changes in the permitting authorities' published design criteria and/or practice standards criteria which are published after the date of this AGREEMENT which the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensation will be made through an amendment to this AGREEMENT. O. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment A to this AGREEMENT. P. Equal Opportunity (1) Equal Employment Opportunity: ENGINEER and ENGINEER's agents shall engage in any discriminatory employment practice. No person shall, on the grounds of race, sex, sexual orientation, age, disability, creed, color, genetic City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 9 of 18 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 testing, or national origin, be refused the benefits of, or be otherwise subjected to discrimination under any activities resulting from this AGREEMENT. (2) Americans with Disabilities Act (ADA) Compliance: ENGINEER and ENGINEER's agents shall not engage in any discriminatory employment practice against individuals with disabilities as defined in the ADA. SECTION 5 Obligations of the City Amendments to Section 5, if any, are included in Attachment C. A. City -Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness of the information provided by the CITY. B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as required for the ENGINEER's performance of its services. The CITY will perform, 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 will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and counselor, accountant, auditor, CITY deems appropriate; and manner in accordance with Attachment A. E. Prompt Notice other documents; obtain advice of an attorney, insurance bond and financial advisors, and other consultants as the render in writing decisions required by the CITY in a timely the PROJECT schedule prepared in accordance with The CITY will give prompt written notice to the ENGINEER whenever CITY observes or City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916/18 Page 10 of 18 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the PROJECT. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for contractor indemnification of the CITY and the ENGINEER for contractor's negligence. H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this AGREEMENT. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 11 of 18 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-657B83DDB7E4 I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY may secure Builders Risk/installation insurance at the replacement cost value of the PROJECT. The CITY may provide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. J. Litigation Assistance 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 defended by the CITY. In the event CITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. SECTION 6 General Legal Provisions Amendments to Section 6, if any, are included in Attachment C. A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT upon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents, and other work products of the ENGINEER, whether in hard copy or in electronic form, are instruments 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 CITY of any such instruments of service without the written permission of the ENGINEER will be at the CITY's sole risk. The CITY shall own the final designs, drawings, specifications and documents. City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 12 of 18 DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DD67E4 C. Force Majeure The ENGINEER is not responsible for damages or delay in performance caused by acts of God, strikes, lockouts, accidents, or other events beyond the control of the ENGINEER that prevent ENGINEER's performance of its obligations hereunder. D. Termination (1) This AGREEMENT may be terminated: a. by the City for its convenience upon 30 days' written notice to ENGINEER. b. by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (2) If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a. Cost of reproduction of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b. Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c. The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 9/6118 Page 13 of 18 DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57B83DDB7E4 IN ACCORDANCE WITH TEXAS LOCAL GOVERNMENT CODE SECTION 271.904, THE ENGINEER SHALL INDEMNIFY OR HOLD HARMLESS THE CITY AGAINST LIABILITY FOR ANY DAMAGE COMMITTED BY THE ENGINEER OR ENGINEER'S AGENT, CONSULTANT UNDER CONTRACT, OR ANOTHER ENTITY OVER WHICH THE ENGINEER EXERCISES CONTROL TO THE EXTENT THAT THE DAMAGE IS CAUSED BY OR RESULTING FROM AN ACT OF NEGLIGENCE, INTENTIONAL TORT, INTELLECTUAL PROPERTY INFRINGEMENT, OR FAILURE TO PAY A SUBCONTRACTOR OR SUPPLIER. CITY IS ENTITLED TO RECOVER ITS REASONABLE ATTORNEY'S FEES IN PROPORTION TO THE ENGINEER'S LIABILITY. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The venue for any litigation related to this AGREEMENT shall be Denton County, Texas. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Sections 5.F., 6.13., 6.D., 6.F., 6.1-11., and 6.1. shall survive termination of this AGREEMENT for any cause. J. Observe and Comply ENGINEER shall at all times observe and comply with all federal and State laws and regulations and with all City ordinances and regulations which in any way affect this AGREEMENT and the work hereunder, and shall observe and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof shall be considered. ENGINEER 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. K. Immigration Nationality Act City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 14 of 18 DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-657883DDB7E4 ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this AGREEMENT, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this AGREEMENT. ENGINEER 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 ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this AGREEMENT for violations of this provision by ENGINEER, L. Prohibition On Contracts With Companies Boycotting Israel ENGINEER acknowledges that in accordance with Chapter 2270 of the Texas Government Code, CITY is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this AGREEMENT, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the AGREEMENT. Failure to meet or maintain the requirements under this provision will be considered a material breach. M. Prohibition On Contracts With Companies Doing Business with Iran, Sudan, or a Foreign Terrorist Organization Section 2252 of the Texas Government Code restricts CITY from contracting with companies that do business with Iran, Sudan, or a foreign terrorist organization. By signing this AGREEMENT, ENGINEER certifies that ENGINEER'S signature provides written verification to the CITY that ENGINEER, pursuant to Chapter 2252, is not ineligible to enter into this AGREEMENT and will not become ineligible to receive payments under this AGREEMENT by doing business with Iran, Sudan, or a foreign terrorist organization. Failure to meet or maintain the requirements under this provision will be considered a material breach. N. Certificate of Interested Parties Electronic Filing In 2015, the Texas Legislature adopted House Bill 1295, which added section 2252.908 of the Government Code. The law states that the City may not enter into this contract unless the Contractor submits a disclosure of interested parties (Form 1295) to the City City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916198 Page 15 of 18 DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57B83DD57E4 at the time the Engineer submits the signed contract. The Texas Ethics Commission has adopted rules requiring the business entity to file Form 1295 electronically with the Commission. Engineer will be required to furnish a Certificate of Interest Parties before the contract is awarded, in accordance with Government Code 2252.908. The contractor shall: 1. Log onto the State Ethics Commission Website at: https://www.ethics.state.tx.us/whatsnewlelf_info_form1295. htm 2. Register utilizing the tutorial provided by the State 3. Print a copy of the completed Form 1295 4. Enter the Certificate Number on page 2 of this contract. 5. Complete and sign the Form 1295 6. Email the form to purchasing@cityofdenton.com with the contract number in the subject line. (EX: Contract 1234 — Form 1295) The City must acknowledge the receipt of the filed Form 1295 not later than the 30th day after Council award. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission's website within seven business days. O. Prohibition Against Personal Interest In Contracts No officer, employee, independent consultant, or elected official of the City who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation as defined in the City's Ethic Ordinance 18-757 and in the City Charter chapter 2 article XI(Ethics). Any willful violation of this section shall constitute impropriety in office, and any officer or employee guilty thereof shall be subject to disciplinary action up to and including dismissal. Any violation of this provision, with the knowledge, expressed or implied, of the Contractor shall render the Contract voidable by the City. The Engineer shall complete and submit the City's Conflict of Interest Questionnaire. P. Agreement Documents This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. 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 this AGREEMENT: City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 16 of 18 Docusign Envelope ID: 75FBB7EB-3OB8-46E6-SA3C-B57B83DDB7E4 Attachment A - Scope of Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D --- Conflict Of Interest Questionnaire These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party's designated representative to be effective on the date subscribed by the City Manager. ENGINEER DocuSigned by: ������ � ��" BY: al f vwivu ri�`afu,c.r5 57515 AUTHORIZED SIGNATURE Printed Name: Arty Irwin s rothe rs Title: President 4693523979 1" . If Irl U ITU abrothers@dsenglabs.com EMAIL ADDRESS 2021- 791296 TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 17 of 18 CITY OF DENTON, TEXAS DocuSigned by: BY: SARA HENSLEY, INTERIM CITY MANAGER ATTEST: ROSA §,jjjX,SECRETARY BY: R� Rz" APPROVED AS TO LEGAL FORM: DocuSigned by: BY: AwaG bAttt u CATHERINE CLIFTON, INTERIM CITY ATTORNEY DocuSign Envelope ID: 75FBB7EB-3DB8-46E6-9A3C-B57B83DDB7E4 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. UocuSigned by: F + `'U' Scott Gray MMM,PRINTED NAME Director - Airport & Facilities TITLE Facilities Management DEPARTMENT City of Denton, Texas Standard Agreement for Engineering Related Design Services Revised Date: 916118 Page 18 of 18 DocuSign Envelope ID; 75FBB7EB-30B8-46E6-9A3C-B57B83DDB7E4 Attachment A sh-19 &041 I&5 ENGINEERING LABS August 18, 2021 D&S 21-807 Mr. Scott Gray City of Denton Scott.Gray@cityofdenton.com Subject: Construction Materials Testing Services Denton Police Headquarters, Sub -Station, and Firing Range Denton, Texas / Argyle, Texas Dear Mr. Gray: Thank you for selecting D&S Engineering Labs (D&S Engineering) to perform the construction materials testing for the above referenced project. We understand that the project entails the addition and expansion improvements to the existing Denton Police Headquarters in Denton, Texas and new construction of the Denton Police Sub -Station and Firing Range in Argyle, Texas. Based on our understanding that we have been selected due to our qualifications, we have prepared a budget estimate for your use. This budget estimate is based on architectural, structural, and civil bid set plans provided by the City Team on August 13, 2021. D&S has carefully reviewed all documents provided, the CMAR's schedule, and proposal form provided by the City, and to the best of my knowledge the attached estimate includes all material, labor, equipment, supervision and other resources required to provide all material testing, special inspections, and engineering reasonably inferable to complete construction of these facilities. PROJECT INFORMATION Based on our review of the project plans and specifications, we understand that the project will consist of the following: ♦ Completion of Buildings Currently under Construction: Slab -on -void floor system with grade beams Cast -in-place ICF concrete walls Structural Masonry Storm Shelter (ICC 500) Light Gauge (Cold -Formed) Steel Framing + Structural steel ♦ Paving and sidewalks: Scarified and re -compacted subgrade for sidewalks Lime -treated paving subgrade 1101 Shady Oaks Drive, Denton, Texas 76205-7938 Phone: 940.735-3733 • Fax: 940.591-6570 * www.dsenglabs.com Texas Engineer Firm Registration # F-12796 Oklahoma Engineering Firm Certificate of Authorization CA 7181 DocuSign Envelope ID: 75FB67EB-3QB8-46E6-9A3C-657B83DDB7E4 Denton Police Headquarters, Sub -Station, and Firing Range Denton, Texas/Argyle, Texas Portland cement concrete paving Possibility of asphalt paving ♦ Miscellaneous: Utility trench backfill Dumpster pad piers, grade beams, and slab COMPENSATION While testing is dependent on the construction sequence, contractor performance and efficiency, weather conditions, and the actual testing performed, we suggest an estimated budget of $175,300.70, The invoicing for this project will use the attached Fee Schedule and the actual quantity of work performed. The estimated budget will not be exceeded without prior approval. Services provided by D&S Engineering will be consistent with the engineering standards prevailing at the time and in the area that the work is performed; no other warranty, express or implied, is intended. We appreciate the opportunity to provide you with our services. Please call if you have any questions or wish to discuss the budget estimate. Sincerely, D&S Engineering Labs, LLC Bret A. Fischer, P.E. Regional Engineering Manager Attachments: Budget Estimate Docu$ign Envelope ID: 75F8B7EB-3OB8-46E6-9A3C-B571383DDB7E4 chment B Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing - Summary Updated on 18 AUG 2021 Printed on 8/18120214:15 PM Item # Description Total Cost D&S Engineering Labs, LLC Bret A. Fischer, P.E. - (940) 435-9043 - Bfischer@dsenglabs.com Materials Testing Proposal + Reimbursables Subtotal - Materials Testing Proposal Tab 1 54,172.00 2 Subtotal - Hourly Proposal 80,748.70 3 Subtotal - Reimbursables Tab 15,380.00 4 City's Material Testing Services Contingency 25,000.00 Total Material Testing Proposal 175,300.70 Note: All services to be billed on an "as needed and actually performed" basis, using unit costs elsewhere in this proposal Other Contract Multipliers 5 Standard Overtime Multiplier for Proposed Hourly Rates 50.0% 6 Sunday and Holiday Overtime Multiplier for Proposed Hourly Rates 100.0% 7 Proposed Markup on Subcontractor Invoices, for Services not w/Above (if Any) 10.0% 8 Proposed Markup on Subcontractor Reimbursables, for Services not w/Above (If Any) 10.0% 210810 DPSB Materials Testing RFP -Phase Two Proposal Wksht REV 01.00 to DS Page 1 of 7 © 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57B83DDB7E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing for DPSB Updated on 18 AUG 2021 Printed on 8118/20214:15 PM Item # Description {quantity Unit Unit Price I Teal Cost TComments Soil & Aggregate 1 Compaction, Standard Proctor (ASTM D-698) (each) 4 EA 260.00 1,040.00 2 Compaction, Modified Proctor (ASTM B-1557) (each combination) Excluded 3 Compaction, Proctor Check Point (each) Excluded 4 Moisture Content/Visual Classification (On Site) NIA NIA wlAbove 5 SwelllConsolidation (On Site NIA NIA wlAbove 6 Field Resistivity (On Site) Excluded 7 Dry Density (On Site) NIA NIA wlAbove 8 Failing Head Permeability Test Excluded 9 Contact Head Permeability Test Excluded 10 Preliminary Geotechnical Report Excluded Completed 11 Final Geotechnical Report Excluded Completed 12 Inplace (Nuclear) Density Test 433 EA 15.00 6,495.00 13 Natural Density & Moisture Content Determination (each) NIA N/A wlAbove 14 Relative Density (ASTM 8-2049) (each) Excluded 15 Atterberg Limit Determination (ASTM D--423 & 424) (each) D 4318 Excluded 16 Direct Shear (Quick Test) Excluded 17 Unconfined Compressive Strength Test (ASTM B-2166) (each) Excluded 18 California Bearing Ratio (ASTM D-1883)(1 Point) Excluded 19 California Bearing Ratio (ASTM D-1883)(3 Point) Excluded 20 Water Soluble Sulfate Content Determination (Laboratory Test & Engineering Only) Excluded 21 PH Level Determination, Incl. Lab. Test & Eng. (each) Excluded 22 Organic Content Determination, incl. Lab. Test & eng. (each) Excluded 23 Grain Size (gradation) Analysis (ASTM D-422) (each) (6 114 to #200) Excluded 24 Standard Sieve Analysis to Sieve Size #200 (each) Excluded 25 Less than 1.5" to Sieve Size #200 (each) Excluded 26 Percent less than Sieve Size #200 (each) Excluded 27 Specific Gravity Determination (ASTM D-854) (each) (soillcement) Excluded r2 81 Sand Equivalent Determination (ASTM B-2049) (each) Excluded M810 DPSB 6daWINa T.11.9 RFP - Phase Two Proposal WkOt REV 01.0610 DS Page 2 of 7 © 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FBB7EB-3088-46E6-9A3C-557B83DDB7E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing for DPSB Updated on 18 AUG 2021 Printed on 811 8120 21 4:15 PM Description Quantity Unit Unit Price Total Cost Comments "R" Value Determination (ASTM 2844) (each) 130 Excluded Hydrometer Analysis (with Gradation) Excluded Concrete 31 Cast Concrete Compression (Cylinder) Test 730 EA 20.00 NIA 14,600.00 wlAbove 32 Concrete, Slump Test 146 1.46 33 Concrete, Air Content Concrete, Flexural (Beam) Test (each) NIA wlAbove 34 Excluded 35 Concrete, On-site Swiss Hammer Test (each), exclude operator. Excluded 36 Concrete, Cement Content Determination (ASTM D-2901) (each) Excluded 37 Concrete Sample Site Coring to Include: 2 Samples Max 8" Thick (Incl. Travel, Equip, etc.) 5 EA 770.00 3,850.00 38 Additional Cost for Each Cored Sample, Max 8" thick (each) 15 EA 65.00 975.00 39 Concrete Cored Sample Testing to Include: Compressive Testing, Sample Lab Prep, Test & Eng. (each) 20 EA 75.00 1,500.00 39.A Core Strength (2" to 6" dia, Coring and Trimming Extra) wlAbove wlAbove 39.6 Core Density wlAbove wlAbove 40 Floor Flatness/Floor Levelness Testing 6 EA 1,200.00 7,200.00 41 Concrete, Mix Design Review By Others Masonry 42 Grout Cylinder Casting and Testing (min. 3 cyllset) (set) 24 EA 35.00 840.00 43 Masonry Mortar Cube Sampling and testing (min. 3 cubestset) (set) 24 EA 25.00 600.00 44 Masonry Grouted Prism Compression Testing, (incl lab. Prep, testing & eng.) Excluded 45 Masonry Ungrouted Prism Compression Testing, same as above (prism) Excluded 46 Masonry Ungrouted Hollow Block Compr., Test., same as above (3ea.lset) Excluded Steel 47 Steel, Structural Weld Visual Inspection & Reporting 14 EA 338.00 4,732.00 48 Steel, Structural Weld Moment Connections, to Include: Excluded 47.A Steel, Structural Weld Magnetic Particle Testing (per ASTM E709) Excluded 47.113 Steel, Structural Weld Test Reporting (per AWS D1.11M) Excluded 49 Steel, Reinforcing Bar Visual Inspection & Reporting NIA NIA wlAbove 210M DFSE MetwU.T-6.g RFP-Ph—Tao Pmpsal wkW REV 01.00 to os Page 3 of 7 (P 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57683DD67E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing for DPSB Updated on 18 AUG 2021 Printed on 8/18/20214:15 PM . - escription T Steel, High Strength Balt Tension Test Quantity 4 Unit EA Unit Price 460.00 Tota{ Cost 1,840,00 Comments 51 Steel, Architectural Steel (AESS) Visual Inspection/Reporting (One Location) Excluded Asphalt 52 Asphalt, Marshall Test (incl. 3 specimens) (each) Asphalt Content (each) Asphalt Content Gauge Calibration 8 EA 80.00 640.00 53 4 EA 150.00 600.00 54 Excluded 55 Asphalt Cold Feed Gradation Excluded 56 Fractured Faces Excluded 57 Maximum Specific Gravity (Rice) 4 EA 100.00 400.00 58 Asphalt Inplace Density 4 EA 100.00 400.00 Daily Rate 59 Asphalt Density Gauge Core Correction Excluded 60 Asphalt Stability, VTM, VMA Excluded 61 Lottman Excluded 62 Asphalt Marshall Mix Design Review Excluded 63 Asphalt, Plant Mix Base Content Excluded 64 Asphalt Gradation - Plant Mix Cold Feed Excluded 65 Asphalt Plant Mix Base Density Excluded 66 Asphalt, Moisture Susceptibility Test Excluded 67 Bitumen Content - Ignition Oven Excluded 68 Bitumen Content & Gradation Excluded 69 Core density (Already Trimmed) Volumetric Testing ( 3 Points wlRice) Excluded 70 Excluded Other Services to be Provided to Meet All Project Requirements (Not Shown Above) 71 Additional Inspections & Observations Listed on S-102 4 LS 165.00 660.00 SITA Letters 72 Additional Inspections & Observations Listed on S-104 for Storm Shelters 8 LS 375.00 3,000.00 Door/Louver Observations 73 All Other Storm Shelter Special Inpsections & Materials Testing Regmnts Other Services Mat Testing Firm Proposes are Req'd to Meet Specifcations 8 LS 600.00 4,800.00 Full-time ICF Observation 74 NIA NIA wlAbove 75 Other Services Mat Testing Firm Proposes are Req'd to Meet Specifcations NIA NIA wlAbove 21mO QPSe Materials T.A.g RFP -Fha T- P.pa 1 wk0t REV 01,00 W Ds Page 4 of 7 0 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FBB7EB-3OB8-46E6-9A3C-B57B83DDB7E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing for DPSB Updated on 18 AUG 2021 Printed on 8/18/20214:15 PM Item # Description Quantity Unit Unit Price Total Cost Comments 76 Other Services Mat Testing Firm Proposes are Req'd to Meet Specifcations N/A N/A w/Above Subtotal Proposed Material Testing Costs 54,172.00 215810 DPsa MaterlaI.T-ung RFP-PhasOT— P -Po l washt REV 01.00 to DS Page 5 of 7 ® 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FBB7EB-3088-46E6-9A3C-B57B830DB7E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing - Hrly Add Services Updated on 18 AUG 2021 Printed on 8/18/20214:15 PM Item # 1 Description Principal, President, CEO Quantity NIA Unit Unit Prig . Total Cast k. ANN Excluded NIA 2 Principal Engineer, Registered Professional Engineer NIA NIA Excluded 3 Senior Project Engineer, Registered Professional Engineer Senior Project Geologist 14 HR 165.00 2,310.00 4 NIA NIA Excluded 5 Project Engineer, Registered Professional Engineer Project Geologist NIA NIA Excluded Excluded 6 NIA NIA 7 Staff Engineer NIA NIA Excluded 8 Site Project Manager, Engineer or Geologist 96 HR 100.00 9,600.00 9 Site Project Engineer, Engineer or Geologist NIA NIA Excluded 10 Site Staff Engineer, Engineer or Geologist NIA NIA Excluded 11 Site Geologist, Geologist or (CET) Certified Engineering Technician NIA NIA Excluded 12 Engineering Technician, Soil Testing and Site Observation 300 HR 55.00 16,500.00 13 Engineering Technician, Concrete Testing 650 HR 55.00 35,750.00 14 Laboratory Manager, Engineer or CET, QA/QC NIA NIA Excluded 15 Senior Engineering Technician for Masonry Observation 45 HR 65.00 2,925.00 16 Engineering Technician, Laboratory Testing and Reporting NIA NIA Excluded 17 Project Controls & Technical Support NIA NIA Excluded 18 Administrative Support (10% of Subtotal) 1 EACH 13,663.70 13,663.70 Subtotal for Staff Time at Above Hourly Rates (Only if Requested by City) 80,748.70 210810 DPSB Materials Testing RFP -Phase Two Proposal Wksht REV 01,00 to ❑S Page 6 of 7 © 2021 All rights reserved by Peak Prcgram Value, L.L.C. DocuSign Envelope ID: 75FBB7EB-30B8-46E6-9A3C-B57B83DDB7E4 Denton Public Safety Bond Projects Special Inspections, Materials Testing & Geotech Engineering RFP Mat Testing - Reimbursables Updated on 18 AUG 2021 Printed on 8/18/20214:15 PM Item # Description Quantity Unit Unit Price Total Cost 1 Mileage -Auto NIA NIA Excluded 2 Mileage - Truck w/Testing Equipment NIA NIA Excluded 3 Mileage - Standard Drilling Rig NIA NIA Excluded 4 Lodging and Per Diem Costs for Above, if Applicable NIA NIA Excluded 5 Laboratory Equlpment/Expense NIA NIA Excluded 6 Add Any Other Proposed Items Here & Below - 7 Vehicle Trip Charge 216 EA 50.00 10,800.00 8 Lime Depth Checks 76 EA 15.00 1,140.00 9 pH of Soil 38 EA 50.00 1,900.00 10 Lime Subgrade Gradations 76 EA 15.00 1,140.00 11 Lime Series with Report 1 EA 400.00 400.00 12 - 13 - 14 - 15 - 16 - - 17 18 - 19 - 20 - 21 - 22 - Subtotal Proposed Reimbursable Expenses 15,380.00 210810 DPSB Materials Testing RFP- Phase Two Preposal Wksht REV 01.00 to DS Page 7 of 7 © 2021 All rights reserved by Peak Program Value, LLC. DocuSign Envelope ID: 75FB67EB-3968-46E6-9A3C-B57B83DDB7E4 Attachment o CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be fled with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. D&S Engineering Labs, LLC 2 El Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7" business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate. 3 1 Name of local government officer about whom the information in this section is being disclosed. NA Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Govemment Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? [::] Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? 0 Yes 0 No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? = Yes No D. Describe each employment or business and family relationship with the Iocal government officer named in this section. NA 4 Q [ have no Conflict of Interest to disclose. 5 Oocuftned by: QWa �lftVlln.fw&ys 8/30/2021 Si & 1P"l&fa3aWmg business with the governmental entity Date