Loading...
HomeMy WebLinkAboutContract 32975 CITY SECRETARY ` CONTRACT NO. CITY OF FORT WORTH,TEXAS STANDARD AGREEMENT FOR ENGINEERING SERVICES This AGREEMENT is between the City of Fort Worth (the "CITY"), and Carter & Burgess, Inc., (the "ENGINEER"), for a PROJECT generally described as: Engineering Services for Alliance Airport Runway Extension Project, Phase VI - Earthwork Package 2 - Construction Management Services. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENG INEER's compensation is set forth in Attachment B. Article 111 Terms of Payment Payments to the ENGINEER will be made as follows: A. Invoice and Payment (1) The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. (2) The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. (3) Upon completion of services enumerated in Article I,the final payment of any balance 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, including interest. 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. Article IV Obligations of the Engineer Amendments to Article IV, if any, are included in Attachment C. off �� pQpg� A. General g IFti� , The ENGINEER will serve as the CITY's professional engineering represent ivn��r� i Agreement, providing professional engineering consultation and advice and fumi us omary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar services at the time such services are performed. 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 plastic film sheets, 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 Contract 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. (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 Contract Documents, nor shall anything in the Contract Documents or the 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, for any reason, the ENGINEER should make an on-site observation(s), on the basis of such on-site observations, if any, the ENGINEER shall endeavor to keep the CITY informed of any deviation from the Contract Documents coming to the actual notice of ENGINEER regarding the PROJECT. Jil -2- (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 Contract 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 the construction contractor has completed the work in exact accordance with the Contract 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. I. Minority and Woman Business Enterprise(M/WBE) participation In accord with City of Fort Worth Ordinance No. 133500, the City has goals for the participation of minority business enterprises and woman business enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer 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. J. Right to Audit (1) ENGINEER agrees that the CITY shall, until the expiration of three (3) years after final payment under this contract, 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 contract. 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 -3- w P 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 three (3) 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 article together with subsection (3)hereof. CITY shall give subcon- sultant 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. K. ENGINEER's Insurance (1) Insurance coverage and limits: ENGINEER shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the PROJECT: Commercial General Liability $1,000,000 each occurrence $$2,000,000 aggregate Automobile Liability $1,000,000 each accident or $250,000 property damage $500,000 bodily injury per person per accident A commercial business auto policy shall provide coverage on"any auto",defined as autos owned, hired and non-owned during the course of this project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease-policy limit $100,000 disease-each employee Professional Liability $1,000,000 each claim $2,000,000 aggregate Professional Liability Insurance shall be written on a project specific basis. The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this contract. (2) Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY prior to ENGINEER proceeding with the PROJECT. -4- (a) Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, as its interests may appear. The term CITY shall include its employees, officers, officials, agents,and volunteers as respects the contracted services. (b) Certificate(s) of insurance shall document that insurance coverage specified according to items section K.(1) and K.(2) of this agreement are provided under applicable policies documented thereon. (c) Any failure on part of the CITY to request required insurance documentation shall not constitute a waiver of the insurance requirements. (d) 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. Such terms shall be endorsed onto ENGINEER's insurance policies. Notice shall be sent to the respective Department Director (by name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. (e) Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the CITY;and, such insurers shall be acceptable to the CITY in terms of their financial strength and solvency. (f) Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the CITY in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. (g) Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. (h) 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. (i) The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the CITY approves such exclusions. (j) The CITY shall not be responsible for the direct payment of any insurance premiums required by this agreement. It is understood that insurance cost is an allowable component of ENGINEER's overhead. (k) All insurance required in section K., except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the CITY. (1) Subconsultants to the ENGINEER shall be required by the ENGINEER to maintain the same or reasonably equivalent insurance coverage as required for the ENGINEER. When subconsultants maintain insurance coverage, ENGINEER shall provide CITY with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subconsultant's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by ENGINEER of the Agreement. L. Independent Consultant Ria The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor,agent,or employee of the CITY. M. 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 contract and prior to final payment under the contract. N. 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 ENGINEER will, if requested, assist the CITY in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. 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. Article V Obligations of the City Amendments to Article V, if any,are included in Attachment C. A. City-Furnished Data The CITY will make available to the ENGINEER all technical data in the CITY's possession relating to the ENGINEER's services on the PROJECT. The 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 and will provide labor and safety equipment as required by the ENGINEER for such access. 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 gav for all advertisements for bids; permits and licenses required by local, state, or federal aut rite , 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 other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule in Attachment A. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or 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 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 V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. I. CITY's Insurance (1) The CITY may maintain property insurance on certain pre-existing structures associated with the PROJECT. (2) The CITY will ensure that Builders Risk/Installation insurance is maintained 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. (3) The CITY will specify that the Builders Risk/Installation insurance shall be comprehensive in coverage appropriate to the PROJECT risks. 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. Article VI General Legal Provisions Amendments to Article VI, 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 final designs, drawings, specifications and documents shall be owned by the CITY. 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. D. Termination (1) The CITY may terminate this agreement for its convenience on 30 days' written notice. Either the CITY or the ENGINEER for cause may terminate this AGREEMENT if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter. -8- F Fy. W".."R.H1 NIK (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 storage containers, microfilm, 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 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 (1) The ENGINEER agrees to indemnify and defend the CITY from any loss, cost, or expense claimed by third parties for property damage and bodily injury, including death,caused solely by the negligence or willful misconduct of the ENGINEER, its employees, officers, and subcontractors in connection with the PROJECT. (2) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct as determined pursuant to T.C.P. & R. Code,section 33.011(4)(Vernon Supplement 1996). G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties and shall apply to all the different theories of recovery, including breach of contract or warranty, tort including negligence, strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence for limitations of liability and sole negligence for indemnification. Parties mean the CITY and the ENGINEER, and their officers, employees, agents, and subcontractors. I. Jurisdiction The law of the State of Texas shall govem 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 Tarrant County,Texas. J. Alternate Dispute Resolution (1) All claims, disputes, and other matters in question between the CITY and ENGINEER arising out of, or in connection with this Agreement or the PROJECT, or any breach of any obligation or duty of CITY or ENGINEER hereunder, will be submitted to mediation. If mediation is unsuccessful, the claim, dispute or other matter in question shall be submitted to arbitration if both parties acting reasonably agree that the amount of the dispute is likely to be less than $50,000, exclusive of attorneys fees, costs and expenses. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association or other applicable rules of the Association then in effect. Any award rendered by the arbitrators less than $50,000, exclusive of attorney's fees,costs and expenses, will be final, judgment may be entered thereon in any court having jurisdiction, and will not be subject to appeal or modification except to the extent permitted by Sections 10 and 11 of the Federal Arbitration Act(9 U.S.C.Sections 10 and 11). (2) Any award greater than $50,000, exclusive of attorneys fees, costs and expenses, may be litigated by either party on a de novo basis. The award shall become final ninety (90) days from the date same is issued. If litigation is filed by either party within said ninety (90) day period, the award shall become null and void and shall not be used by either party for any purpose in the litigation. K. 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. Articles V.F., VI.B., VI.D., VI.H., VI.I., and VI.J. shall survive termination of this AGREEMENT for any cause. L. 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. Article VII Attachments,Schedules,and Signatures This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A-Scope of Services Attachment B-Compensation Attachment C-Amendments 1 6(- Executed this the:!day of I20( J (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) FT, RECCOM/EyN�D,�E/D�,/ CITY OF FORT WORTH BY: A4 fA ,(LJA(AW--- DIRECTOR, DEPARTMENT OF CITY MANAGER ENGINEERING /-jk APPROVED- Mar A.OttAss s i Manager TRANSPOR ATI 4UBLIC WORK--!'- DIRECTOR ATTEST: CARTER&BURGESS,INC 777 Main Street Fort Worth,Texas 76102 Marty Hendrix Ae CITY SECRETARY Name: L. Darrell Thompson, P.E. __Ce Contract ;authorization Title: Vice President Date APPROVED AS TO FORM AND LEGALITY: ST. C ORNEY i ATTACHMENT A SCOPE OF SERVICES, SCHEDULE AND PROJECT LOCATION MAP ��, off m l TEN, Attachment A SCOPE OF SERVICES, SCHEDULE AND PROJECT LOCATION MAP Alliance Airport Runway Extension Project Phase VI Earthwork Package 2—Construction Management Services Alliance Airport Runway Extension Project—Phase V1 will provide program management services, construction management services, construction support services and quality assurance material testing and surveying services associated with the construction of Earthwork Package 2. In addition, a preliminary phasing and sequencing plan for the construction of the runway extensions will be prepared to delineate future bid packages and assist the stakeholders in planning for the runway extensions. Each major task is listed below. A detailed scope of work for each task has been provided along with an overall schedule. 1. Program Management 2. Construction Management 3. Construction Support Services 4. Material Testing Services 5. Quality Assurance Surveying Services 6. Runway Extensions Phasing & Sequencing W ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT - Phase VI Earthwork Package 2 - Construction Management Program Management SCOPE OF WORK The Program Management activities will consist of planning & scheduling, budgeting, cost control, cost estimating, FAA grant assistance, financial strategy development, contract administration and management, document control, coordination and communications to support the Carter& Burgess team in the successful execution of the Alliance Airport Runway Extension Project. C&B will develop and implement cost containment and budget control systems, based on the overall project budget. A realistic budget will be developed for each project element. The budget will address: ❑ Categorize project cost elements in accordance with contract packaging plan ❑ Establish guidelines for budgeting all project hard and soft cost categories ❑ Prepare Project status reports PLANNING AND SCHEDULING A program level schedule will be prepared and updated. The program level schedule identifies the interfaces between various project elements and manages the schedule by measuring float at these interface points. Project schedules will include milestones specified in the contract documents or final completion dates. Project schedules will be managed to these specified milestone dates, as appropriate. The hierarchy of schedules to be used on the Airport Extension Project includes: ❑ Master Schedule ❑ Detailed Design and Construction Schedules The Carter& Burgess Team will be responsible for developing and maintaining the Master Schedule and Detailed Design Schedules. Construction durations and construction phasing and sequencing milestones will also be developed by the Team. Detailed Specific tasks to be accomplished include, but are not limited to the following: ❑ Develop a preliminary submittal schedule for all deliverables and design review data, as required. ❑ Develop an integrated program master schedule highlighting specific contractual milestone dates, and other important milestone dates to ensure everyone on the team is "on the same page". Included in these milestones will be when critical deliverables or events must occur. ❑ Meet with team members and develop a list of activities, resource requirements to accomplish these activities, and realistic durations. ❑ Impose contractual dates and revise plan as necessary—to include logic, additional resources, and/or revise durations to ensure date completion. ❑ Develop and implement detail schedules for all scopes of work. ❑ Hold weekly meetings with team members to discuss progress, lack of progress and steps needed to bring the project back on track. ❑ Provide schedule reports to the management team. ❑ Provide schedule analysis and mitigation plans Cartern-Burgess ` ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT - Phase VI Earthwork Package 2 - Construction Management Program Management ❑ Produce graphical (bar charts, pie charts, line graphs, etc.) representations of all data and distribute to team members. o Prepare, collect and manage Action Lists (action item, party responsible for completion and date for completion)on a weekly basis. To ensure scheduling information is collected in a timely and uniform manner, schedules will be updated at various time frames; however, critical work items will be updated on a weekly basis. The updates will serve as both a means of monitoring progress as well as a mechanism for warning of potential problems. COST MANAGEMENT Cost management will be integral to the planning and scheduling function. C&B will prepare timely reports, which will be the basis for projecting final costs at the completion of the project. Specific tasks to be accomplished include, but are not limited to: o Development of, and communication of, budgets for scopes of work to all project participants. o Allocations of proper contingencies. ❑ Provide assistance for FAA grant applications and processes. ❑ Develop Financial Strategies. o Reporting on budgets, commitments, and actual, pending and anticipated costs. ❑ Prepare weekly status reports. ❑ Change order documentation and reporting. o Each change order will be documented, including the party originating the change and the reason for the change. CONTRACT/SUBCONTRACT ADMINISTRATION C&B will provide contract administration for all contractors, subcontractors, vendors and suppliers that have direct subcontract agreements with C&B. The contract administrators will develop contract documents, incorporating those provisions necessary to assure that the quality, cost and time of performance of subcontracted work will meet the requirements of the overall program including: ❑ Develop standard contract documents for the procurement of labor, materials, equipment, professional services and supplies. ❑ Ensure contract requirements are being accomplished. ❑ Document all issues of non-conformance. ❑ Work hand-in-hand with other team members to ensure compliance. ❑ Procure labor, materials, equipment, professional services and supplies in support of the program. ❑ Enforce City of Forth Worth's DBE goals and requirements. DOCUMENT CONTROL Information is a key component of project controls. Multiple projects generate and require use of information and documentation, which must be effectively and accurately handled, distributed, CON Carter burgess h°y FT, W.."ON H, YEN. ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT - Phase VI Earthwork Package 2 - Construction Management Program Management controlled, received, and stored. C&B will maintain a document control filing system to include the following: ❑ Correspondence control - incoming and outgoing correspondence ❑ Contracts and other conformed documents ❑ Meeting Minutes ❑ Facsimile and e-mail distribution ❑ Transmittals ❑ Drawing and Specifications ❑ Status reports ❑ Field inspection reports ❑ Non-conformance logs ❑ Shop drawing logs ❑ Request for information logs ❑ Change control logs ❑ Safety reports ❑ Progress photographs ❑ As-built drawings, warranties and guaranties COST ESTIMATING Cost estimating shall be performed throughout the Project to constantly reinforce within budget execution. Specific tasks to be accomplished are as follows: ❑ Provide order of magnitude estimates based on concepts. ❑ Provide preliminary construction cost estimates for all phases of the work. ❑ Provide preliminary quantity take-off's and cost of the work. ❑ Develop a database of unit costs for the work. COORDINATION AND COMMUNICATION Regularly scheduled meetings will be held with the project team. Meetings will also be conducted for specific subjects, as required. Agendas for regularly scheduled meetings shall be published in advance of the meetings. Meetings shall be limited to one hour when appropriate. A comprehensive and concise record of issues, resolutions and/or actions required shall be prepared (meeting minutes) and issued to all attendees and affected parties within one week after the meeting. The Carter & Burgess Project Team will coordinate with Alliance Airport, City of Fort Worth, FAA, TxDOT, BNSF Railroad and other affected agencies and utility companies as required for the design and construction management of the project. MISCELLANEOUS SUPPORT SERVICES C&B will provide assistance to the Alliance Airport Staff in the preparation of FAA Grant Applications, NPIAS updates, ALP Exhibit A updates, estimates of construction vehicle emissions, independent fee estimates, and graphic and technical support as assigned. Carter:.-Burgess 3 SCOPE OF WORK Construction Management Services for City of Fort Worth /Alliance Airport Runway Extensions Project Phase VI - Early Earthwork Package 2—Option 2 I. General A. Paragon Project Resources, Inc. (PARAGON) will provide the following Construction Management services in support of the City of Fort Worth/Alliance Airport Runway Extensions Project Phase VI -Early Earthwork Package 2 at Alliance Airport,Fort Worth, Texas: Resident Contract Inspection B. For purposes relating to the services provided under this agreement, the Resident Project Inspector will report to Carter&Burgess' (C&B) and/or City of Fort Worth's designated representative. C. PARAGON will ensure that their on-site personnel are equipped with personal safety equipment, transportation, communications and normal construction inspection supplies necessary to perform the required services. D. C&B will provide a part time Contract Administrator to provide Contract Administration and/or clerical services assistance to PARAGON's Resident Inspector as necessary for PARAGON to perform the scope of services identified in Item H below. E. C&B will assist with providing and managing all necessary project specific supplies and services such as report forms, materials testing, geotechnical and survey support, maintaining project construction management/administration files, and logging and tracking RFI's and submittals. F. A fully furnished field office, complete with all utility services including internet access, phones, copier, fax, etc. will be included in the project bid documents to be provided by the General Contractor for the Resident Project Inspector's use for the duration of the project. The General Contractor will pay all set-up, monthly service charges and/or expenses associated with the.field office. C&B and/or DMJM Aviation(C&3's Phase III design consultant)will coordinate field office requirements with PARAGON during Phase III Package 2 design development. II. Resident Inspection Services A. Resident Inspection Services will include the following: 1. Conduct onsite observations of the general progress of the work to assist C&B and the Owner in determining if the work is proceeding in accordance with the construction contract documents. The Consultant shall neither have control over or change of, or be responsible for,the construction means, methods,techni up sequences or procedures, or for safety precautions and programs in conne h� Page 1 of 3Rc�EPE �� FT. 'W°o kym, TEX. SCOPE OF WORK Construction Management Services for City of Fort Worth /Alliance Airport Runway Extensions Project Phase VI -Early Earthwork Package 2—Option 2 the Work, since these are solely the Contractor's rights and responsibilities under the Contract Documents. 2. Serve as the Owner's liaison with the Contractor when Contractor's operations affect Owner's onsite operations. 3. Report to C&B, giving opinions and suggestions based on the Resident Project Representative's observations regarding defects or deficiencies in the Contractor's work and relating to compliance with drawings, specifications and design concepts. 4. Visually inspect materials, equipment, and supplies delivered to the work site. Issue non-conformance notifications for materials, equipment, and supplies,which do not conform to the construction contract documents. 5. Schedule and conduct weekly construction progress meetings with the Contractor to review and discuss construction inspection and quality control procedures, and other matters concerning the project. 6. Assist C&B with managing all necessary project specific supplies and services such as report forms,materials testing, geotechnical and survey support,maintaining project construction management/administration files, preparation of change order documentation, and logging and tracking RFI's and submittals. 7. Coordinate geotechnical engineering/materials testing services with C&B/Terra-Mar, Inc. per project design and City of Fort Worth materials testing requirements. 8. Coordinate surveying services with C&B as necessary for coordination of project layout/controls with the Contractor and verification of the Contractor's pay application quantities. 9. Submit to C&B, monthly,weekly and daily construction progress reports generally .containing a summary of the Contractor's progress,progress photos, general condition/quality of the work,problems, and resolutions or proposed resolutions to the problem. 10. Verify and track completed contract unit price quantities on a regular basis. Review and verify monthly pay applications, sign off on completed quantities and quality of the work. 11.Review the Contractor's monthly progress schedule. Identify progress schedule concerns or problem areas and forward recommendation(s) to C&B. Page 2 of 3 URI SECREIRQY Ft. SWARTH, TEX. SCOPE OF WORK Construction Management Services for City of Fort Worth /Alliance Airport Runway Extensions Project Phase VI - Early Earthwork Package 2—Option 2 III. Schedule A. PARAGON is prepared to start these services within 30 days after receipt of NTP/execution of this agreement from C&B for a period of 60 weeks or until the above referenced project is completed and accepted by the City of Fort Worth, whichever occurs first. B. Should the project exceed 60 weeks in duration, C&B shall initiate a contract modification for additional services with PARAGON 30 days minimum prior to expiration of the base 60-week agreement period. IV. Deliverables A. Deliverables from PARAGON will consist of daily, weekly,monthly construction progress reports, signed monthly pay applications, and monthly progress schedule reviews. V. Compensation A. C&B will compensate PARAGON for direct labor,materials and equipment upon presentation of invoices by PARAGON in accordance with the following: 1. Labor—Straight time (actual hourly rate X 2.10 labor burden and overhead multiplier X 1.10 profit multiplier) 2. Labor—Overtime* (actual hourly rate X 2.10 labor burden and overhead multiplier X 1.10 profit multiplier X 1.50 overtime multiplier) *Overtime is defined as project billable hours expended greater than 40 hours per week with the work week beginning on Saturdays and ending on Fridays. 3. Reimbursable Expenses (actual cost) Vehicle, Pickup Truck—All vehicle costs including insurance and gas Cellular Telephone—All phone service costs Miscellaneous project expenses necessary to perform the services as approved by C&B and City of Fort Worth B. PARAGON will invoice C&B monthly for labor and expenses incurred. Page 3 of 3 DM)M AVIATION AECOM DMJM Aviation 5757 Woodway,Suite 101W,Houston,Texas 77057-1599 T713.267.3200 F713.267.3278 www.dmjmaviation.com August 12, 2005 Revised September 21, 2005 Mr. Jeffrey J. Toner, P.E. Vice President/Associate Principal Carter Burgess Inc. 777 Main Street Fort Worth, TX 76102 817-735-7004 Re: Fort Worth Alliance Airport Runways and Taxiway Extension Project Earthwork Package 2 -Construction Phase Services Engineering Fee Estimate, Revision 1 Dear Mr. Toner: Per your request, we are submitting a fee proposal to provide Construction Phase Services for the above referenced project. This proposal is based on a 385 Calendar Day construction period as outlined in Option 2 of the bidding documents. Outlined herein is the DMJM Aviation plan to accomplish the work within the identified scope of services, schedule and budget. In general,the scope of work for the construction phase is listed below. • General Construction Support • Provide Clarifications • Attend Periodic Construction Meetings • Review Shop Drawings and Submittals • Respond to Requests for Information • Estimate Interim Embankment Quantities • Review Contractor's Storm Water Pollution Prevention Plan (SWPPP) DMJM Aviation will provide support for the on-site construction management team by attending construction meetings and by providing necessary clarifications via telephone discussions and drawing sketches. Due to the nature of this project and per your request, we have reduced the number of hours for construction meetings and will perform the majority of Construction Phase Services from our office. Construction Support includes reviewing and responding to Shop Drawings, Submittals and Requests for Information (RFI's). DMJM Aviation will review substitutions, test reports when requested by the Construction Manager(CM), and review potential disputes or conflicts. Mr. Jeff Toner August 11, 2005 Page 2 of 2 A significant portion of the Construction Phase Services includes estimation of interim embankment quantities. In order to assist the CM team to verify the monthly embankment quantities, DMJM Aviation will review survey data (provided by others)and estimate actual progress of the work. This task requires monthly consultation with the Construction Manager and the Contractor to interpret survey data and to confirm the limits of work. The DMJM Aviation subconsultant, LopezGarcia Group will review the Contractor's SWPPP document and will perform two site investigations throughout the construction period to monitor sediment control. However, since we will not be on-site full time, responsibility to maintain the SWPPP rests with the Contractor and the full time field representatives. DMJM Aviation will review the Punch List(by others) prior to performance of the Final Inspection. Upon completion, DMJM Aviation will prepare final Record Drawings based on the Contractor's "as-built" mark-ups. We assume that final drawings will be required by the City of Fort Worth on reproducible mylar sheets and have included this expense. Attachment 1 includes a detailed Task Summary and Attachment 2 includes a Task Manhour Breakdown that was utilized to develop the proposed fee. Attachment 3 includes the fee proposal that was previously submitted by the LopezGarcia Group to monitor the SWPPP. We propose a lump sum fee of$50,547.50 to perform Construction Phase Services for this project. Please contact me should you have any questions or need any additional information. Sincerely, DMJM Aviation, Inc. ntonio Macia, P.E. Project Manager CC. Jim Kirschbaum, P.E. File VW DM ATTACHMENT TASK PLAN The DMJM Aviation detailed Task Plan for the Construction Phase Services is listed below. 1.1 Prepare and Distribute Project Work Plan 1.2 Site Visits/Construction Observation/Meetings(3 visits/meetings) 1.3 Issue Interpretation, Clarifications and Sketches 1.4 Review/Approve Shop Drawings 1.5 Review/Approve Substitutions 1.6 Review/Approve InspectionslTests 1.7 Respond to Requests for Informations (RFI's) 1.8 Interpret/Resolve Disputes 1.9 Review and Edit Punch List 1.10 Attend Final Inspection (1 meeting) 1.11 Review Contractor's"As-Builts"and Issue Final Record Drawings 1.12 Project Management/Administration 1.13 Review Monthly Progress and Survey Data with CM and Contractor 1.14 Estimate Interim Embankment Quantities The following elements are not included for the Construction Phase Services for the Earthwork Package 2. • Obtain Permits • Review/Approve Monthly Pay Applications • Estimate Rock Excavation Quantities • Perform Field Surveys These items as well as others, which are deemed necessary, may be added at a later date as additional services at the request of Carter Burgess. ATTACHMENT .'t L D P E Z G A R C 1 A G R O U P October 28,2004 Mr.Antonio Macia,P.E. DMJM Aviation Inc. 5757 Woodway,Suite 101 West Houston,TX 77057 Subject: AM—Earthwork Package 2 Dear Mr.Macia: LOPEZGARICA GROUP (LGGROUP) is pleased to provide DMJM Aviation Inc. (DWMA) with a cost proposal to update the Storm Water Pollution Prevention Plan (SW3P) and. associated drawings for the referenced project as requested in your electronic mail dated October 20,2004. LGGROUP understands the scope of services to include the following: Task*I—Design Services 1. LGGROUP shall update Drawing C0100 to reflect existing contours and new proposed grading contours. DMJMA shall provide LGGROUP with electronic N icrostation format drawing files of the existing contours and the new proposed grading contours. 2. LGGROUP shall modify the Best Management Practices (BMP's) on Drawing C0100 to accommodate the new proposed grading plan. 3. LGGROUP shall revise the title block on Drawings C0101 and C0102. LGGROUP shall provide DMJMA with one reproducible copy of each f drawing tb be utilized for bid solicitation. 4. L0GR9UP shall update the SW3P document to reflect the new proposed grading plan. LGGROUP will provide two copies of the SW3P document for review by DMJMA and two final copies of the SW3P document. 5. LGGROUP shall update the BMP quantities and provide the quantities to DMJNCk 6. LGGROUP shall coordinate with DMJMA for preparation of 90%, Final and Issued for Bid submittals. 7: LGGROUP shall attend one meeting with DMJMA regarding the project. Task II—Construction Phase Services 8. LGGROUP shall perform one review of the Contractor's SWPPP and provide written comments to DMJMA. iii" Mul Roil, growpine.cam Water Gardens Place,100 East 15th Street,Suite 200,FortWorth,Texas,76102 (817)390-1000 (817 882AA;6` ATTACHMENT 3 L O P E Z G A R C I A G R O U P 9. LGGROUP shall perform site visits or attend meetings during construction. This item shall be limited to two (2) occurrences of either event or two (2) occurrences of a combination of these events. 10. LGGROUP shall review up to two (2) material and/or shop drawing submittals from the Contractor. Attached is a summary of the hours and cost LGGROUP anticipates the above-described scope of services will require. LGGROTJP proposed to provide the above-described scope of services on a time and materials basis for an amount not to exceed Eight thousand Seven hundred Forty-five dollars and Zero cents ($8,745.00).' If you have any questions regarding the above, please do not hesitate to contact me at your earliest convenience. Sincerely, LOPEZGARCIA GROUP 100_th_� r.; a� Douglas C.Mikeworth,P.E. Vice President /dcm Attachment s 0 - w� i � r > � :fl August 15, 2005 Fax: (817) 735-6148 Mr. Jeffrey J. Toner, P.E. Carter and Burgess, Inc. (Fort Worth) 777 Main Street Suite 1600 Fort Worth, Texas 76101-2058 Re: Alliance Airport Runway Extension Project Earthwork Package 2 Fort Worth, Texas USL Cost Estimate No.: P05-2368 Dear Mr. Toner: Pursuant to your request, Terra-Mar, Inc. doing business as U.S. Laboratories, Inc. (USL) is pleased to submit this cost estimate for providing construction materials testing and engineering recommendation services for the above-referenced project. We understand we have been selected for this project based solely on our qualifications. Herein, we provide a general discussion of services that we understand will be required for this project, present our schedule of fees for such services, and include the terms and conditions under which the services will be provided. QUALIFICATIONS USL is part of a nationally recognized consulting engineering and testing firm providing integrated services in several disciplines, including environmental, geotechnical engineering, construction observation services, materials engineering & testing, roofing & pavement consulting and asbestos management. We are a leader among the nation's independent testing organizations and rank among the country's largest consulting engineering firms. USL maintains full service offices in Fort Worth, Dallas, DFW Airport and Houston, and we have over 80 engineers, inspectors, and support staff available to assist our clients throughout Texas. Our technicians are ACI, AWS, Troxler and NICET trained/certified in their respective disciplines, as required by building codes and industry standards. Our staff includes registered professional engineers with significant construction experience in Texas. We are confident you will agree we have a qualified and experienced staff which will meet your needs in a timely and cost effective manner. USL has earned a reputation for delivering quality service at reasonable costs by successfully completing thousands of projects for a variety of industries and organizations, including private, corporate and industrial clients, medical facilities, civilian and military agencies of the federal government, state and local governments, colleges and universities, and local education agencies. U.S.Laboratories,Inc. 2400 Gravel Drive,Building 25 ? Fort Worth Texas 76118 ? (817)284-9363 ? Fax:(817)284-9430 Vices Nationwide Alliance Airport Runway Extension Project Earthwork Package 2 Page 2 USL Cost Estimate No.: P05-2368 SCOPE OF SERVICES Assigned USL personnel will perform part-time observations and field-testing, on an "On- Call" basis, in order to provide the required quality control services. Engineering Technicians will perform observations for the required disciplines and field-testing for associated site improvements. Observations and field-testing will be performed in accordance with your instructions. Daily reports will be written for each day services are provided. During the course of construction, we will inform your designated representative of all test results, particularly those failing to meet project specifications. Additional testing/verification of failing tests or workmanship will incur additional costs. We request a minimum 24 hours notice for all construction observations and testing. Requests for service on weekend days should be scheduled by 5:00 p.m. on Thursday. All scheduling must be coordinated through USL's office and not through field personnel unless other arrangements are made prior to the start of the project. Should additional services be required outside this scope of work or the construction schedule is extended, services will also be provided at the hourly rates listed below. Fees for technician time exceeding 8 hours per day or 40 hours per week will be charged at 1.5 times the normal hourly rate, as an overtime premium. Written reports of our findings will be submitted to the parties specified by you. Be aware that neither the presence of our field representative nor observations and testing by our firm shall imply USL's responsibility for defects discovered in the construction work. It is understood that our firm will not be responsible for job or site safety on this project. Job site safety will be the sole responsibility of the contractor. In this cost estimate the words"inspection" and "verify" are used to mean observation of the work and the conducting of tests by USL to determine substantial compliance with plans, specifications and design concepts. COMPENSATION The cost of our construction materials testing services will be dependent on the construction schedule and number of tests requested. We propose to provide our construction materials testing services on a unit rate basis; based on the actual work performed and in accordance with the attached Fee Schedule. Invoices will be submitted at the time of our report. AUTHORIZATION Alliance Airport Runway Extension Project Earthwork Package 2 Page 3 USL Cost Estimate No.: P05-2368 All services shall be performed in accordance with this cost estimate and the attached terms and conditions. USL will invoice monthly for services performed until completion. Our terms are net 30-days of invoice. The prices provided for this scope of work will remain valid for forty-five (45) days from the date on this cost estimate. To initiate services, please complete and return the attached `Standard Agreement for Services" form. We appreciate the opportunity of submitting this cost estimate and look forward to working with you on this project. Please contact us if any questions arise or if we may be of service in any way. Sincerely, U.S. Laboratories, Inc. Jonathon E. Lewis Mark L. McKay, P.E. Construction Project Manager Office Manager Attachments: Fee Schedule Standard Agreement for Services Terms & Conditions artermmmsBurgess ESTIMATE FOR SURVEY SERVICES ESTIMATE REQUESTED BY: Jeff Toner JOB NUMBER: 010819 JOB NAME: Alliance RWY Ext Earthwork 2 DATE: 09-12-2005 SCOPE OF WORK TOTAL Perform as-built grade verifications for Phase 2 earthwork. The work to be performed $23,875.00 monthly and includes 6 other visits for specific items as requested through the planned 55 week duration. Work will include a final as-built as to be used as a base for future verifications. ESTIMATE BY: TODD BRIDGES @ 817-735-6098 $23,875.00 DMJM AVIATION AECOM DMJM Aviation 5757 Woodway,Suite 101W,Houston,Texas 77057-1599 T 713.267.3200 F 713.267.3278 www.dmjmaviation.com September 9, 2005 Revised September 26, 2005 Mr. Jeffrey J. Toner, P.E. Vice President/Associate Principal Carter Burgess Inc. 777 Main Street Fort Worth,TX 76102 817-735-7004 Re: Fort Worth Alliance Airport Runways and Taxiway Extension Project Preliminary Phasing and Sequencing Plan Engineering Fee Estimate, Revision 1 Dear Mr. Toner: Per your request, we are submitting a fee proposal to perform the Preliminary Phasing and Sequencing Task for the above referenced project. This letter includes the DMJM Aviation scope of services, schedule and budget to accomplish this task. The purpose of this task is to develop an overall Phasing/Sequencing Plan, a Preliminary Master Project Schedule and provide Estimates of Probable Construction Cost. We understand that this task is not considered to be Preliminary Engineering Design, however, items developed during this phase of work can be used in the future as the basis of design. In general, the scope of work for this task includes. • FAA Coordination for NAVAIDS Relocations • Develop a Preliminary Master Phasing Plan • Develop Preliminary Master Project Schedule • Develop Preliminary Estimates of Probable Construction for Each Phase The Estimates of Probable Construction Costs to be provided in,this phase are for planning and programming purposes and will be based upon the Preliminary Phasing Plans. These Phasing Plans will not contain engineering design details, therefore, the Estimates of Probable Construction cost will be based on various assumptions. The following deliverables will be submitted to Carter Burgess upon completion of this task. • Preliminary Narrative of Scope of Work& Schedule for NAVAIDS Construction • Preliminary Phasing Plans (Assume 4 drawings total) • Preliminary Estimates of Probable Construction Cost • Preliminary NAVAIDS Layout Plan Mr. Jeff Toner September 9, 2005 Revised September 26, 2005 Page 2of2 DMJM Aviation Subconsultant, Aviation Alliance,will provide airfield electrical engineering support. Aviation Alliance will attend a project meeting and will provide input on the above mentioned deliverables prior to submittal to Carter Burgess. Items not included in this proposal are listed below: • Preliminary Engineering Design Services • Topographic Survey • Geotechnical Investigation • Pavement Design • Airfield Lighting Layouts • FAA Cable Layouts • NAVAIDS Design • Field Investigations • Detailed Project Schedule in Microsoft Project or Other Scheduling Software These items, as well as others, may be added by Carter Burgess upon request. Attachment 1 is a summary of the estimated fee and Attachment 2 includes a detailed Task Plan and Manhour Breakdown that was used to develop the proposed engineering services fee. Attachment 3 includes the subconsultant, Aviation Alliance,fee proposal. We propose a lump sum fee of$ 44,957.00 to perform the Preliminary Phasing and Sequencing Plan task as outlined herein. Please contact me should you have any questions or need any additional information. Sincerely, DMJM Aviation, Inc. Antonio Macia, P.E. Project Manager CC. Jim Kirschbaum, P.E. File ' DMJ[AVAT.1,10N AECOM �, fig. ACRES *. 08L ACR 'C wq, ` NORTHWEST r76s` ± "'a^4 H1GH,-WHOOL a + . r , .Lx ` 77 tw, i V�t4lli L-� ( .;"r yr ��•y 't 6s 4 ° `t�"� 1x t q .L.PETERSO4 S + a s 1110r, s , + Y j k r ' RT JAOES:JUDGE . AEVI.N PETERSON 7d,,v A *t i J• F t: e. ' o-M 1 4a k' k ti ¢ �SHELTONI 'WEIL I D�aN a . 'PROPOSED. FA 15 e':'z: v{ Q4r„y Z 1828,A ` ,�� � PRr�I�OSE • ' ?EAGLE PKV ” '1 � � � '� ,_y ;�''x'" •t PROPO l: ,, t � •*.t � " �`��' AIRPORT— « ti, rr F ,.;4iw PROPERTY lNE L�1F 'iCEW i EARTHWORK PACKAGE 2 r� PROJECT r r LOCATION �A E.0 ..,a.'- ... .'� F'ENNER r^ w " C ' CANA1RUN 4, �eJ BNSF a 1 _ ALLIANCE + �� y� 4+i F' ' ► K .: -INTERMODALI' 14 FACILITY II !. e r 4 J�C" i ri �k �; 74 y j r'I • �'' A I -I rr p nif66N4 PswY�r ' ; r � l N �TARRAN7 C=%y WE CM OF �"'�'. t, .*, 1 � _,"`° k .� ��w�'8 ,.��'l 1 .• ��� :i A ;� {� � � �p�•1�.,�,.,i• ryr 4w��. _ FORT Wo , 1,fA7 d:lr GA ,r"� ��. iA. ► • ��.;.�°� �w`�" .� �ClAOSS �. ..;��„ " 4�� 4�i�r i� r - ILROA� H I,of �•<� - k y1�AT;. thy' RELOCATION IMPROVEMENTSLIN r . . J AYrG � ;1 l` !a .�. io �i JOT C TY OF �� y49, N GM 7r, � �> 3 6 ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT ForrrWoRm AAlliance PHASE VI - EARTHWORK PACKAGE 2L �SeMas CONSTRUCTION MANAGEMENT SERVICES Carter Burgess s PROJECT LOCATION MAP \) .._ ƒ$ ! c � k cl . \ 75 3 � ƒ ) ) \� ( k ---- - --- > LJ�� � �} d § $.........-•..................... . # & co , :� a k 2 :co \ y /! o :0 9 ° 9 : c / g q 2 £>2 ) cam : .§ § ' LL L2) , . :, ;: ;§ « m . � � ;■ : A ; : : 2 © :&n a a »?G , ,� _§ G !R e e 2 e Q Q a $ § q § § / CD ® c : c 'c .c c c 0 , :o :0 :0 0 0 . :0 ■ � :■ 7 7 � � , � . § 1 ; m o; M MIDI m R1 :RSR k 2 m ± cn . .� & ƒ CCLL ' ' 2 @ DC .E . I ;. ; :o © :c 10U 10 2 / 2 k / : ' E § / 2 @ � :2 © .. ILco m - � & ■ § : § *' {{ 9§/d( 2J)d co e ;u : ■ d7\�lR� k CL t MY MUM n U ' c � w � _ � ^ / - I � . ATTACHMENT B COMPENSATION Attachment B COMPENSATION Alliance Airport Runway Extension Project- Phase VI Earthwork Package 2 —Construction Management Services Carter& Burgess, Inc. will be the prime "Engineer"/Program Manager. Subcontracts will be executed with the firms listed below. The total amount for this contract is $753,777.38. The Engineer shall be compensated a total lump sum fee for the project. Payment of the lump sum fee shall be considered full compensation for the services described in Attachment A for all labor, materials, supplies and equipment necessary to complete the services. The Engineer shall submit monthly invoices to the City for all work performed under this agreement as set forth in Article III, Terms of Payment. The monthly invoices will show the percent complete for each task, amount budgeted for each task, portion of budget amount expended, previous billing total and total for the invoice. The following is a list of all the firms participating in this contract and their fees: Carter& Burgess, Inc. $224,634.88 Paragon Project Resources $358,360.00 DMJM Aviation $ 83,487.50 LopezGarcia Group $ 3,485.00 Aviation Alliance $ 8,532.00 Terra Mar/ US Labs $ 75,278.00 Total $753,777.38 The fees for this project will be distributed as follows: Task Consultant Contract DBE DBE Amount Amount Consultant Program Management C&B $ 105,837.06 Construction Management Services Paragon/C&B $ 453,282.82 $ 358,360.00 Paragon Construction Support Services DMJM $ 50,547.50 $ 3,485.00 Lo ezGarcia Material Testing Services Terra Mar $ 75,278.00 Quality Assurance Surveying C&B $ 23,875.00 Runway Extension Phasing & Aviation Sequencing DMJM $ 44,957.00 $ 8,532.00 Alliance Total Fee $ 753,777.38 $ 370,377.00 DBE Participation 49.14% Carter& Burgess Fee Proposal Alliance Airport Runway Extension Project Phase VI 26-Sep-05 Earthwork Package 2 Program Management Services Approximately 60 weeks Labor Hour Estimate Program Senior CADD Contract Admin Manager Engineer Tech Admin Assistant Attend Weekly Progress Meetings(Assume 10) 40 Project Administration 60 Administer Contracts&Sub-Contracts 120 60 Provide FAA Grant Assistance 60 120 40 40 Coordinate with FAA, Alliance, Ft. Worth 60 Runway Extension Phasing&Sequencing 40 24 Total Hours 320 144 40 100 60 Fee Proposal Hourly Hours Labor Rate Cost Program Manager $ 67.31 320 $ 21,539.20 Senior Engineer $ 50.00 144 $ 7,200.00 CADD Technician $ 25.00 40 $ 1,000.00 Contract Administrator $ 27.00 100 $ 2,700.00 Administrative Assistant $ 18.00 60 $ 1,080.00 Salary Cost $ 33,519.20 Overhead Rate @ 172.62% $ 57,860.84 Sub-Total $ 91,380.04 Profit @ 15% $ 13,707.01 C&B Labor Cost $105,087.05 Expenses Mileage $ 450.01 Courier/Express Mail $ 300.00 Total Expenses $ 750.01 Total Cost $105,837.06 Carter& Burgess Fee Proposal Alliance Airport Runway Extension Project Phase VI Earthwork Package 2 Construction Management Services 12-Sep-05 Labor Hour Estimate & Fee Proposal Construction Duration is 385 Calendar Days , 55 weeks CM Staff starts 2 weeks prior to Contractor's Notice to Proceed CM Staff requires 3 weeks to close out project after completion Total CM Staff time is 60 weeks Carter& Burgess will furnish the Construction Administrator Hourly Salary Rate Cost 20 hours per week for 60 weeks 1200 $ 24.50 $ 29,400.00 Overhead Rate 172.62% $ 50,750.28 Sub-Total $ 80,150.28 Profit 15% $ 12,022.54 Total Labor Cost $ 92,172.82 Expenses Mileage $ 2,500.00 Express Mail $ 250.00 Total Expense Cost $ 2,750.00 Total Cost Labor& Expenses $ 94,922.82 Sub Consultant Cost Paragon Project Resources $358,360.00 Total Construction Management Cost $453,282.82 U N � y 7 m V1 N O c U p L U C1 a) N . U O O O O O O O O O O O O `Q w ,,I' M 't e- O In 0 0 0 LO tG -� O U7 Cn Ul U7 ti — U7 O 00 M vi M 1Q- W C)V O r CV r <O LO 3 CD O U. M M M cc F ER 69 fR tR Efl fA tf) EA EA tR tfY a) cu m U7 00 co >4 <Y d t- r Q) a 0o N M w v = � 00 N N 'o o aC1 O n o n L y 06 CL U) r In N 0 0 0 r Q CU 2 .S t0 C C RfL V N w O ~ CL 0 = CL CL E O o 0 7 N r M O vi O_ O 7 W •� Q a) _ (� ~ M ? O y _ N N M U C 4)K �. O O Q O y X CV C6 QU. w (D Cl Y It N Z O CLX7 Q: d t0 cc `l m U LO M N !C O u 5 � c o' � 3o fA ycu w 4) IX a N = :? p V U Ix U Y m v f`6 :: m y O Lei +- c �, U E V 4) C v m ° 0 >o $ LU E L tmn 3 m Q t' Q� co > 7 OL a) O m m m o 0 L c — a c c w Q E � zg -0 0 Z ea R L o f cay o O Q R c Q a E m e c W a� O c ,� in M a) C t E �. Co m r- a) -0 ca �. O Y _ aD ca c CD o > = r E � � , �° .S 3 o f0 cam a o .L a c co m 0 E ai a R a co a� E c ca y v, c L Zo w `m � a� a 0 .6 CU U. a V m ca O O O Z : N a) to to y y y N 0 U U w C O. to (D r O CL CL X U U (SOD N N V rq N U U N O p_ C C w N C bq Q Q W C CM X x C C cq Co O L H O pp 7 Cf Q r a) O' N (o -0 p Q U N m a) y U (� c (L CL � E � UEU O O O O Cc L -0 U w (D N Q (D m aci w 11 0 d � 0wcncnw J cn C� fn �' Z -: N M 4 U9 Fort Worth Alliance Airport Date: August 11,2005 Runways and Taxiway Extension Revised September 21, 2005 Earthwork Package 2 Fee Estimate and Manhour Summary Construction Phase Services Option 2-385 day duration (13 months) DMJM Aviation, Inc. Labor:Classifications ............ .... .......... ............... I 0.00 Project Principal 1 0.001 $175.001 W I Project Manager 42.001 $150.001 $6,300.001 lAssistant PM/Senior Engineer 1 191.001 $115.001 $21,965.00 jEngineer 1 136.001 $85.001 $11,560.001 ICADD Technician 1 54.001 $75.001 $4,050.001 jAdministrative 1 32.001 $60.001 $1,920.001 Labor Total 455.001 Eu erases : .............. .......... Unit Quantq unit-price cost :::::::. Transportation (Ground) MILES 1500.00 $0.35 $517.50 Overnight Mail EA 10.00 $20.00 $200.00 Reproduction of Conformed Contract SET 10 $55.00 Drawings and Specifications for Contractor, CM, FAA&CB $550.00 Reproduce mylar sheets for Record SHEET 40 $8.00 Drawings $320.00 Expense Total ii.4.,i,i.4:.�::.:..::.:$1,267.50: ...... .... ................. ... .... ........... .............................. ............................... ............................. ........ �Siibcohsultant ............ ......... ................I..... . . .................... . . ........... . ........... . ........ ...... LopezGarcia GrouSee Attached j Erosion Control and SWPPP $3,485.00' $3,485.00 ................ .. ..... ... TOTAL :::::::::::::X:::.4_ 54.7.*50.: ......... . E R � � � k J coN 04IT CY) me q � N d % C-4 o § . I � C &/ # 04 CN q q % � � c m c � 2 c # 0 0 E � f q M � O - \ $ R C) goon = q % w % CO 2 0 # CO / — # # , - $ ~\ � w CO \ � C'4 # Iq 2 m � a � \ / & / 2 7 to k k § � U � c 2 Ems = � g 2 00 § $ \ 2 � r % c m $ E f q J E - \ � � ' A $ / 2 % E C* 2 = / % - § 3 7 / Em E O 2 � . u CD c % a 2 2 2 5 = c < § G § 2 0 0 2 ° $ CL @ 2 ` o = _�� f CD U)(n / § / ate \ � ƒ 3 ~ ® 2 I / m > > % cr o ± q ®Cl 2 § ( - e 3 ■ e « o � e e ° W 2 & 2 ■ £ \ ® 2 m c@ c a ° � m c § § c v § a � / tea % « < = ƒ § .- Qw � � 0 k 2 a a c 2 > 8 7 2 \ \ : § @ 3 = R 7 2 3 e M = e e @ QQ. 5 � : 7 A c : % 7 : E ■ § U e 7 G ¢ d § G $ d / ¢ @ e a \ 3 J $: < 2 a ± 2 3 2 < O 2 U & - § LU a 2 0 — 04 n v U. WwU. vO q CN / � / / � / f \ � \ moinLomcoo ulooit) o m - MOMWWW OD # n n # � - - 0 = 0N G _ - N cli r- 6-3. -:to 60 6 ® - - C.; ® 06 + m _ #__ _ Q U� r- ® C%joa G m - � C3 G I CO - w - � O n m in - Nq _ O . U # _ � N N o co c e b - N ■ o to CL E 2 § / / c « � N # oC A CL a22 �_ U) CL / ® coG Im « m $ « « m $ � O 2 � a ' ® CL { � o Q om \ E.- 10 C6 04 � @ . » � � c , ƒ fes U) � 0 = 2 , i2 F- 3 « eo ; 2 7 2 \ I.o e e mow ® ■ I U) § f � � k � k a. a. k e � SkG ƒ I la 222m § kCL D0 ® 0ME k � I - w cooGCL tt § - �oo3l / $ k - c / a@1 I @kk � R � � - � � § Ig � § § U) o 0n = g oq2 0 : o aR ` c - = 3 � » - __ m U _ . o 0 o 22oam U5M > ® I ® X666 = = 3I2 0 ƒ 7I � � � d �4 ,,frr CONSTRUCTION MATERIALS TESTING FEE SCHEUDLE USL Cost Estimate No.: P05-2368 FIELD SERVICES: Mass Grading Observations(4 hour min. Includes field testing) per hour $ 55.00 ASNT/Non-Destructive Testing of Welds (5 hour min.) per hour $ 57.00 AWS/CWI Structural Steel Observations(5 hour min.) per hour $47.00 Senior Engineering Technician (3 hour min.) per hour $34.00 • Batch Plant Inspections • Drilled Pier/Water Injection Observations • Fire-Proofing Application Observations • Masonry Construction Observations • Reinforcing Steel Verifications Engineering Technician (3 hour min.) per hour $ 32.00 • Asphalt Testing • Concrete Testing • Soils Testing In-Place Density Testing (3 test min.TEX-207-F/111) per test $ 15.00 Concrete Testing (3 beam min.ASTM C 31/78) per beam $ 22.00 Concrete Testing (4 cylinder min.ASTM C 31/39) per cylinder $ 13.00 Fire-Proofing Adhesion/Cohesion (3 test min.ASTM E 736) per test $45.00 Fire-Proofing Thickness/Density (3 test min.ASTM E 605) per test $45.00 Grout/Mortar Testing (3 sample min.ASTM C 109/1019/270) per sample $ 15.00 Masonry Prism Testing (3 sample min.ASTM E 447) per sample $ 100.00 In-Place Density Testing (3 test min.ASTM D 2922/3017) per test $ 15.00 In-Place Density Testing, Sandcone Method (ASTM D 1556) per test $ 50.00 In-Place Sieve Analysis (3 test min.TEX-101/110-E) per test $ 15.00 Soil Moisture Boring Drill Rig per trip $ 300.00 Continuous Soil Sampling (Shelby Tube) per foot $ 12.50 Moisture Content& Penetrometer Value per test $ 5.00 Stabilized Soil Depth Check(3 test min.) per test $ 15.00 Coring-Asphalt or Concrete 2-man Crew, (3 hour min. up to 6"diameter&thickness) per hour $ 90.00 Diamond Coring Bit(up to 6"diameter) per core $60.00 Note: 1. For larger cores,price is an additional$1.25 per inch diameter,per inch depth. LABORATORY SERVICES: Awregates Clay Lumps & Friable Particles (ASTM C 142) per test $45.00 Flat& Elongated Pieces (ASTM D 693) per test $ 90.00 Gradation (ASTM C 136,TEX 200-F) per test $95.00 Lightweight Particles(ASTM C 123) per test $ 31.50 Resistance to Abrasion (ASTM C 131/535) per test $ 175.00 Sand Equivalent Value (ASTM C 2419) per test $70.00 Specific Gravity &Absorption (ASTM C 127/128) per test $45.00 Sulfate Soundness (ASTM C 88,5 cycles) per test $ 275.00 Unit Weight&Voids(ASTM C 29) per test $50.00 Wet Ball Mill (TEX 116-E) per test $210.00 LABORATORY SERVICES: Bituminous Materials ^r n-^ BUY ," CONSTRUCTION MATERIALS TESTING FEE SCHEUDLE USL Cost Estimate No.: P05-2368 Bitumen Analysis, Roofing (ASTM D 312) per test $260.00 Bulk Specific Gravity/Density (ASTM D 1188/4013) per test $ 50.00 Bulk Specific Gravity/Density of Cores (ASTM D 2726) per test $ 35.00 Core Density and Thickness (ASTM D 1188/3549) per test $20.00 Extraction/Gradation (ASTM D 2172,TEX 200/210-F) per test $ 135.00 Flow, Stability & Density (ASTM D 1559) per test $ 150.00 Hveem Stability (ASTM D 1560/5581,TEX-208-F) per test $45.00 Theoretical Maximum Specific Gravity (ASTM D 2041) per test $80.00 Note: 2.For samples requiring splitting, add$10.00 each. Concrete Core Strength (ASTM C 42,6"diameter or less) per core $20.00 Cylinder Strength (Cast by Others,C 39) per cylinder $ 10.00 Cylinder Molds w/Lid per mold $5.00 Flexural Strength (Cast by Others,ASTM C 78) per beam $ 15.00 Length Change of Hardened Concrete (ASTM C 157/490) per beam $40.00 Mix Design Trial Batch (ASTM C 94) per batch $ 350.00 Organic Impurities (ASTM C 40) per test $40.00 Percent Finer Than No. 200 (ASTM C 117) per test $20.00 Shotcrete Panel Cores(ASTM C 42) per core $50.00 Soils Atterberg Limits (ASTM D 4318) per test $45.00 Atterberg Limits w/Lime or Cement per test $ 55.00 Atterberg Limits, Lime Series (ASTM D 4318) per test $230.00 Free Swell Potential (ASTM D 4546) per test $75.00 Grain Size Analysis, Hydrometer (ASTM D 422) per test $24.00 Moisture Content(ASTM D 2216) per test $5.00 Moisture/Density Relationships (ASTM D 1557) per test $ 165.00 Moisture/Density Relationships (ASTM D 698/TEX 114-E) per test $ 135.00 Organic Content(ASTM D 2974) per test $60.00 Percent Finer Than No.200 (ASTM D 1140) per test $20.00 pH of Soil(ASTM D 4972) per test $ 35.00 Soluble Sulfates (TEX-620-J) per test $65.00 ENGINEERING SERVICES: Principal Engineer, P.E. per hour $ 105.00 Staff Engineer per hour $ 85.00 CMT Manager per hour $75.00 Project Manager/Engineering Aide per hour $65.00 Clerical Staff per hour $45.00 Note: 3. For engineering services including site visits, engineering analysis, project management, project meetings,report preparation, consultation, travel, etc. 'u v 6 1 r � P tej0 USL Cost Estimate No. P05-2364 ALLIANCE AIRPORT EARTHWORK PACKAGE NUMBER 2 OPTION NUMBER2 DESCRIPTION FEE UNIT QTY AMOUNT EARTHWORK (LABORATORY) Moisture/Density Relationships(awns D 1557) $160.00 Each 6 $960.00 Atterberg Limits(ASTM D 4318) $45.00 Each 6 $270.00 Subtotal: $1,230.00 EARTHWORK (EMBANKMENT FILL) Engineering Technician (305 Site Visits) 1 $ 51.501 Hour 1 1342 $69,113.00 Trip Charge $ 15.00 Each 305 $4,575.00 Subtotal: $73.688.00 DRAINAGE STRUCTURE STRUCTURAL CONCRETE Concrete Cylinders 1 $ 15.00 1 Each 1 24 $360.00 Subtotal: 360.00 GRAND TOTAL $75,278.00 Additional tests or services that are performed that are not listed in this Cost Estimate will be quoted upon request or charged in accordance with our standard fee schedule. Pae 1 Alliance Airport Ph CarrI11111111111111ur see ESTIMATE FOR SURVEY SERVICES ESTIMATE REQUESTED BY: Jeff Toner JOB NUMBER: 010819 JOB NAME: Alliance RWY Ext Earthwork 2 DATE: 09-12-2005 SCOPE OF WORK TOTAL Perform as-built grade verifications for Phase 2 earthwork. The work to be performed $23,875.00 monthly and includes 6 other visits for specific items as requested through the planned 55 week duration. Work will include a final as-built as to be used as a base for future verifications. ESTIMATE BY: TODD BRIDGES @ 817-735-6098 $23,875.00 MASTERSYSURVEYYESTIMATE.SS Fort Worth Alliance Airport Date: September 9,2005 Runways and Taxiway Extension Revised.- September 26, 2005 Fee Estimate and Manhour Summary Preliminary Construction Sequencing and Phasing Task DMJ M Aviation, Inc. lLibi6'r'Clas*slfiitatlaft::::::,-*-'-'-'-*-'-*-*-'-*-*-'-'-'-*:-:::� ............. �777777 I Project Principal 0.001 $175.001 $0..060 I Project Manager 1 42.001 $150.001 $6,300.001 lAssistant PM/Senior Engineer 138.001 $115.001 $15,870.-0--0l I Engineer 1 70.001 $85.001 $5,950.00 ICADD Technician 92.001 $75.001 $6,900.001 jAdministrative 1 18.001 $60.001 $1,080.00 Labor Total 360.001 Expeases:.�� ... ...Univ Qaanti Unit PriceCost ...... Transportation (Ground) MILES 200.00 $0.38 $75.00 Overni2ht Mail EA 10.00 $20.00 $200.00 Plotting (drawings) LS 1.00 $50.00 $50.00 Expense Total $326.00 Subconsultaht I....--- I .-1 —.1-............. ...... .......... Aviation Alliance, Inc. $8,532.00 ........................ ........ .......... .... TOTAL - - ... .................... 0 F F I I CITY Wit/) N O "tO N 00 co O 00 O OOCo - q � N O o O Yn M .- N N M00 v LO N - - - � N N N = m CA CO N N o aCL ) E ~ N w N N I C%4 � C co Q N y c co CO co le N co N v v ao ❑ ) n N r .-- N .-- r M w Q C H ` O co O to N 00 O O N a) a) cmC c w CO Co V CO v CO CO It CO N CO CO d 00 d 00 N OD .- r- M N O M Lu CLQ N N N N CO V 'It N N V CV N N CO r r N LL _ O A) 'CT c LL •C CL to > y V r_ (D w Q N co m ° m 3 tL c LL a 5 w CD Ad 0 .c n c J CyC1 Cn n O j N O CA Q O CD O m y > tr a: w o rn O c ¢ m e `a U `0c o y o > U in ° Z p m Q m c o. a Q v> - c La v j c ' o a m= w t m - Q V ?a w S c O w m O -0 O Lx a> c >. U) 95 c_ N O Z` c «: o Q C7 J U w O c '� U c ( @ EL m a) °' `° p � E � t m � Y �� ❑ coEE U >1 co c (D Ey Z � 8 E cl _ moUm - a¢ oQ m a) m ° ga. U 0 U) °) Co � 3 Q N Z CL � w - L=E a•- w>•, o � m . o $ ¢ > > a) a ncw ❑ LLm E a3eo aw � aci � � m Eat � mc 'Ez m ya� m � m --o Z Q 3 ,L J ¢ E _ � a) 0 .2 � E U- c Z mUS ar n`_ w a m0 � ? n 1° w a-3' m mm •- CC1 O a) C= O. a) Q C LL. m t1 a y a m m > L o � � oEo o @ od0JoocO .` � o " � OO � t eo m ~ > `o °� i o > > > Q''> r > > U > a m -C p `� a> C U N O c'r3 N N O 0 — d d W ,_ 0 41 ` a) L m cOi. U 'O W Q ❑ UcnnnULL.Cl CL ❑ cnIxJnp o0 EE 3w E c . 7 d •m p O N M Cn j O N M to O N CA (P �.h:�S dS6MGySNJ LLQ' LL d r � I—qlc, N N cV N N N INNNN cirf RUF T, ,R4M17r . 5y J. L l� Y y✓,�:I 0 F � vs 6°Os 00 O F N Q O O M 00 V7 b fT vl L 00 N 00 O M Z� 69 69 K O O O O O O a 69 O W� vl M -I- C-4 7N M vn d L 60% GA 6% W U l^ U iYi y,� N N v1 '4O O M 0 0 0 O1 00 O (D W L � .� � N _. •- r V] o A, L. G1j yr p .NGOI . �F W W NO O N W O L as C O O n r O O Z °i1 L 00 aQ o cc F a A W � Q z � Q � z w d Mz o a � � v b0 N �+ Cn G ❑ O d O z0 aF. �' � c � w C w � O 7 ° U O C ami 7 Qn p fs. D < 3 cu :o 0 °, u L O a c w O a y O M mm Q Ov W .Zr V aj LL o ? ? G =. Z O .Y. d w > >r d 3uz � zo � � > Fa gz > d W z O 1 oQ o �� .. ate' ti > o g ca a w H x 5 ozC � w ° az Ngo O d ¢ ¢ > ¢ x w > w ¢ S S ' R w d v� •`-� s° 0 3 � .0. o y 0 y 0 C d) F f� OG w a. OG OG Q d v� 64 4 3 s F- ' N M Q a t ATTACHMENT C AMENDMENTS Attachment C AMENDMENTS Alliance Airport Runway Extension Project, Phase VI Earthwork Package 2 - Construction Management Services AMENDMENTS A. Article IV, Paragraph I: The CITY has established a disadvantaged business enterprise (DBE) goal of 27% for this contract. B. Article IV, Paragraph K (2) (a): The CITY will not be named as "additional insured" on the ENGINEER's professional liability and worker's compensation policies. C. Article VI, Paragraph B: The ENGINEER shall not be liable for any use of such design documents on any other project. SPECIAL PROVISIONS A. Changes of Work: The ENGINEER shall make such revisions in the work included in this contract which has been completed as are necessary to correct errors appearing therein when required to do so by the City without undue delays and without additional cost to the CITY. If the CITY finds it necessary to request changes to previously satisfactorily completed work or parts thereof, the ENGINEER shall make such revisions if requested and as directed by the CITY. This will be considered as additional work and paid for as specified under Additional Work. B. Additional Work: Work not specifically described under "Scope of Services" must be approved by supplemental agreement to this contract by the CITY before it is undertaken by the ENGINEER. If the ENGINEER is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and constitutes extra work, he shall promptly notify the CITY in writing. In the event the CITY finds that such work does constitute extra work, then the CITY shall so advise the ENGINEER, in writing, and shall provide extra compensation to the ENGINEER for doing this work on the same basis as covered under Compensation and as provided under a supplemental agreement. The lump sum fee shall be adjusted if additional work is approved by supplemental agreement and performed by the ENGINEER. C. Consequential Damages: Notwithstanding any other provision of this Agreement to the contrary, the parties hereto mutually agree that neither party shall be liable to the other for any indirect, incidental, consequential, exemplary, punitive or special damages or loss of income, profit or savings of any party, including third parties, arising directly or indirectly from the parties' relationship under this Agreement or applicable law, including but not limited to claims based on contract, equity, negligence, intended conduct, tort or otherwise (including breach of warranty, negligence and strict liability in tort). D. Warranties - Exclusion or Limitation: ENGINEER does not make, give or extend, and the CITY waives, any warranties, representations or guarantees of any kind or nature, express or implied, arising by law, statute, in contract, civil liability or tort, or otherwise, concerning the transaction which is the subject of the contract documents, or the work, including without limitation any performance guaranty and any implied warranty as to merchantability or fitness for a particular purpose or arising from a course of dealing or usage of trade as to any equipment, materials, or work furnished under the contract documents. E. Limit Use to Hard Copies: As a component of the Services provided under this Agreement, Engineer may deliver electronic copies of certain documents or data (the "Electronic Files") in addition to printed copies (the "Hard Copies") for the convenience of the Owner. Owner and its consultants, contractors and subcontractors may only rely on the Hard Copies furnished by Engineer to Owner. If there is any discrepancy between any Electronic File and the corresponding Hard Copy, the Hard Copy controls. F. Acceptance Procedure: Owner acknowledges that Electronic Files can be altered or modified without Engineer's authorization, can become corrupted and that errors can occur in the transmission of such Electronic Files. Owner agrees that it will institute procedures to preserve the integrity of the Electronic Files received from Engineer until acceptance. Owner further agrees that it will review the Electronic Files immediately upon receipt and conduct acceptance tests within thirty (30) days, after which period Owner shall be deemed to have accepted the Electronic Files as received. Engineer will undertake commercially reasonable efforts to correct any errors in the Electronic Files detected within the 30-day acceptance period. Engineer shall not be responsible to maintain the Electronic Files after acceptance by Owner. G. No Warranty of Compatibility: Engineer does not warrant or represent that the Electronic Files will be compatible with or useable or readable by systems used by Owner or its consultants, contractors and subcontractors. Engineer is not responsible for any problems in the interaction of the Electronic Files with other software used by Owner or its consultants, contractors and subcontractors. Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/1/2005 DATE: Tuesday, November 01, 2005 LOG NAME: 55C&B PHASEVI REFERENCE NO.: **C-21128 SUBJECT: Authorize Execution of Contract with Carter & Burgess, Inc., for Phase VI of the Program Management Services for the Runway Extension Project at Fort Worth Alliance Airport RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Carter & Burgess, Inc., in the amount of $753,777.38, for Phase VI of the Program Management Services for the Runway Extension Project at Fort'VVo-fh Alliance Airport. DISCUSSION: On March 27, 2001, (M&C C-18528) the City Council approved a contract with Carter & Burgess, Inc., for Program Management Services for the Runway Extension Project at Fort Worth Alliance Airport. These services are to be performed in multiple phases, as funds are made available. On May 24, 2005, (M&C C-20756) the City Council authorized the submission of a grant application, in the amount up to $15,000,000, to the Federal Aviation Administration (FAA) for Phase VI of the Runway Extension Project. On August 26, 2004, the FAA issued a grant in the amount of$11,117,766.32. The City's 5% portion is from reimbursement of donated land. On October 25, 2005, (M&C C-21108) City Council authorize execution of a contract to T.J. Lambrecht Construction Inc., for Earthwork Package 2 at Fort Worth Alliance Airport. Carter & Burgess, Inc. submitted a fee proposal for Phase VI which includes construction phase services, inspection and testing for Earthwork Package 2. A contract in the amount of$753,777.38 has been negotiated. FAA funds from Runway Extension Grant 3-48-0296-27-2005 will be used for this project. Existing land credits that remain from the original land donation for Alliance Airport will be used for the City's 5% in-kind match. M/WBE — Carter & Burgess, Inc., is in compliance with the City's M/WBE Ordinance by committing to 49.14% M/WBE participation. The goal on this project is 27%. This project is located in COUNCIL DISTRICT 2, Mapsco 7P. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the http://www.cfwnet.org/council_packet/Reports/mc_print.asp 11/16/2005 Page 2 of 2 Airport Grants Fund. TO Fund/Account/Centers FROM Fund/Account/Centers GR14 539120 055218035200 $753,777.38 Submitted for City Manager's Office by: Marc Ott (8476) Originating Department Head: Mike Feeley (871-5403) Additional Information Contact: Mike Feeley (871-5403) http://www.cfwn i-org/council_packet/ Ws/mc_print.asp 1h Y20 5