Loading...
HomeMy WebLinkAboutContract 40954CITY SEC _ E J AR CITY OF FORT WORTH, TEXASC _ANTI -Ma NO.. 41-U13 STANDARD AGREEMENT FOR ENGINEERING RELATED DFSIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas (the "CITY"), and URS Corporation, (the "ENGINEER"), for a PROJECT generally described as: Design and Construction Management for a Temporary Heliport Near the Intersection of 1-30 and Montgomery Street.. Article I Scope of Services A. The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B Article III 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, including but not limited to meeting the requirements set forth in Attachment D to this AGREEMENT, 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 ENGINE , :p;,g,ivin pYeftPr J City of Fort Worth, Texas L toOR Standard Agreement for Engineering Related Design Services ,� PMO Official Release Date: 9.22.2010 I CITY SECRETARY/ Page 1 of 15 FTC WORTH, TX 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. Article IV Obligations of the Engineer Amendments to Article IV, 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 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 cost/execution effects are not the responsibility of the ENGINEER City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 2 of 15 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 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 the ENGINEER makes on -site observation(s) of a deviation from the Contract 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 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22,2010 Page 3 of 15 (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. 15530, as amended, 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 accepted written commitment to M/WBE participation. Any misrepresentation of facts (other than a negligent City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 4 of 15 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 five (5) 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 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 article 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. K. 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 insured 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 5 of 15 insurance or self-insurance programs afforded to the CITY. The Commercial General Liability insurance policy shall have no exclusions by endorsements that would alter or nullify: premises/operations, products/completed operations, contractual, personal injury, or advertizing injury, which are normally contained within the policy, unless the CITY 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 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. i 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 — the 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 contract 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 contract. An annual certificate of insurance specifically referencing this project shall be submitted to the CITY for each year following completion of the contract. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 6 of 15 (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be delivered to the CITY pnor to ENGINEER proceeding with the PROJECT. b. 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. 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 request required insurance documentation shall not constitute a waiver of the insurance requirements. e. g. 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. 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. 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. i. 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. j. Lines of coverage, other than Professional Liability, underwritten on a claims -made basis, shall contain a retroactive date coincident with or prior City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 7 of 15 to the date of the contractual 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. L. Independent Consultant 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 CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. 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 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 8 of 15 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. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 9 of 15 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 prepared in accordance with Attachment D. 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. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 10 of 15 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 11 of 15 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. 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 only by the City for convenience on 30 days' written notice This AGREEMENT may be terminated by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. (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; 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 12 of 15 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 ENGINEERs personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control. 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 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 Tarrant County, Texas. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 13 of 15 J. 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.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 14 of 15 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 to Standard Agreement for Engineering Services Attachment D -Project Schedule Attachment E -Location Map Executed this the I citk day of Do , 20 ATTEST: Marty Hen City Secretary APPROVED AS TO FORM By: -o.�"'NI\g Tim lib,owler 41gt-,41 CITY OF FORT WORTH ° Os ,.o� BJ. N©,' 00 lig, OC)1C/ APPROVAL RECOMMENDED Assistant 4flty Attorney COnitract. Authorization Cik‘k\A Da tSc3 City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services PMO Official Release Date: 9.22.2010 Page 15 of 15 By: c---74••••••••••4 Fernando Costa Assistant City Manager Kent Penny Director, Aviation URS Corporation Emily Taylor, Vice President By: OFFICIAL RECORD CITY SECRETARY Ft WORTH, TX ATTACHMENT "A" Scope for Engineering Design Related Services for Downtown Heliport Improvements The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and ENGINEER have attempted to clearly define the work to be performed and address the needs of the Project. OBJECTIVE Engineering Services Agreement with URS Corporation, Inc. (URS), a Nevada Corporation, in the Amount of $155,500 for Design and Construction Management Services for Improvements to a Temporary Heliport (I30-/Montgomery Site) and Survey and Planning Services for Land Acquisition for a Permanent Downtown Fort Worth Heliport Site Task 1. Task 2. Task 3. Task 4. Task 5. Task 6. WORK TO BE PERFORMED Design Management Design, Conceptual through Final Bid Phase Services Construction Phase Services Boundary and Topographic Survey Services Additional Services — Heliport Site Planning TASK 1. DESIGN MANAGEMENT. ENGINEER will manage the work outlined in this scope to ensure efficient and effective use of ENGINEER's and CITY's time and resources ENGINEER will manage change, communicate effectively, coordinate internally and externally as needed, and proactively address issues with the CITY's Project Manager and others as necessary to make progress on the work. 1.2. Managing the Team • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources Communications and Reporting • Attend a pre -design project kickoff/chartering meeting with CITY staff to confirm and clarify scope understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct and document periodic project update meetings with CITY Project Manager • Conduct and document periodic design team meetings City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 1 of 10 ENGINEER will develop the conceptual design of the infrastructure as follows. 2.1. Subtask 1 A - The following elements are anticipated to be required to make the selected site suitable for use as temporary public use heliport. • • • Determine the design aircraft, tentatively the Bell 407 Determine optimal approach/departure surfaces Coordinate approach/departure routes with FAA, City of Fort Worth Aviation Department (the Department), Meacham International Airport Traffic Control Tower (ATCT) staff, and others as directed. • Prepare and submit FAA Form 7480 1 • Development a construction phasing plan that will permit the site to be u sed for vehicular parking for the maximum practical period while still permitting construction activities necessary to make the site suitable for u se as a public use heliport. Review site demolition requirements per interim HLP and prepare demolition plan. Submit the resulting plan to the CITY for review and approval. • Upon approval of the demolition plan by the CITY, URS will prepare demolition specifications and coordinate with the CITY regarding the use of contract vendors or the need to solicit bids. If the solicitation of bids is required URS will assist the CITY with this process and make a recommendation regarding the award of the demolition contract. • URS will prepare plans, specifications and associated documents n ecessary to facilitate the resurfacing and remarking of the site pavement such that it is suitable for temporary use as a public use heliport. Specifications shall be prepared in accordance with City of Fort Worth, TxDOT, or FAA guidelines. Upon completion of the documents, URS will coordinate with the CITY regarding the use contract vendors or the need to solicit bids. If the solicitation of bids is required URS will assist the CITY with this process and make a recommendation regarding the award of the resurfacing contract URS will prepare plans, specifications and associated documents n ecessary to install or construct the following improvements. Heliport lighting and visual aids including a) perimeter lights, b) rotating beacon, c) wind cone d) obstruction lights, and e) PAPI/PLASI such that it is suitable for temporary use as a public use heliport. The initial step in the process shall be the preparation of a list of required equipment that will be reviewed by the CITY in order to determine if all or part of the necessary equipment can be acquired by the CITY through the use of existing contracts. Specifications shall be in accordance with FAA guidelines unless otherwise approved by the CITY. • • City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 3 of 10 TASK 3. BID PHASE SERVICES. Should any of the required site improvements require conventional bidding ENGINEER will support the bid phase of the project as follows 3.1. Bid Support • The ENGINEER shall upload all plans and contract documents onto Buzzsaw for access to potential bidders. Contract documents shall be uploaded in a .pdf file. U nit Price Proposal documents are to be created utilizing CFW Bidtools only and combined in a specified spreadsheet workbook, Bid P roposal Worksheet Template, and will be populated and configured so that all pages are complete and the Summary Worksheet(s) in the workbook detail and automatically summarize the totals from the inserted Unit Price Proposal document worksheets. P lan Sets are to be uploaded to Buzzsaw in two formats, .pdf and .dwf files. The .pdf will consist of one file of the entire plan set The .dwf will consist of individual files, one for each plan sheet, and will be numbered and named in a manner similar to that of the plan set index. • The ENGINEER shall sell contract documents and maintain a plan holders list on Buzzsaw from documents sold and from Contractor's uploaded Plan Holder Registrations in Buzzsaw. • The ENGINEER will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto The log shall be housed and maintained in the project's Buzzsaw folder titled Request for Information. The ENGINEER will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders questions and requests, in the form of addenda. The ENGINEER shall upload all approved addenda onto Buzzsaw and mail addenda to all plan holders • Attend the prebid conference in support of the CITY. • Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • When substitution prior to award of contracts is allowed in the contract documents, the ENGINEER will advise the CITY as to the acceptability of alternate materials and equipment proposed by bidders. • Attend the bid opening in support of the CITY. • Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. A copy of the Bid Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw • Incorporate all addenda into the contract documents and issue conformed sets. City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 5 of 10 • As requested by the CITY, the ENGINEER shall provide necessary interpretations and clarifications of contract documents, review change orders, and make recommendations as to the acceptability of the work. • Construction Phase Services shall include Materials Testing Services per applicable specifications. The ENGINEER shall attend the "Final" project walk through and assist with preparation of final punch list. 4.2 Record Drawings • If requested by the CITY, the ENGINEER shall prepare record drawings from information submitted by the inspector and/or Contractor. The drawings shall be submitted as full size (22' x 34") mylar drawings. • The ENGINEER shall submit a set of sealed conformed mylar drawings for record storage. • Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version 6.0 or higher) file and DWF format. There shall be one (1) PDF file and one (1) DWF file for the TPW plan set and a separate PDF and DWF file for the Water plan set Each PDF and DWF file shall contain all associated sheets of the particular plan set Singular PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF files shall conform to naming conventions as follows: I. Aviation file name example — ` W-1956_org47.pdf" where "W-1956" is the assigned file number obtained from the CITY, "_org" designating the file is of an original plan set, ` 47" shall be the total number of sheets in this file. Example: W-0053_org3.pdf and K-0320_org5.pdf Both PDF and DWF files shall be uploaded to the project's Record Drawing folder in Buzzsaw. For information on the proper manner to submit files and to obtain a file number for the project, contact the Department of Transportation and Public Works Vault at telephone number (817) 392-8426. File numbers will not be issued to a project unless the appropriate project numbers and fund codes have been assigned and are in the Department of Transportation and Public Works database. ASSUMPTIONS • Six (6) site visits are assumed. • Five (5) submittal reviews are assumed. • Five (5) RFI's, per project element are assumed. • Two (2) Change Orders per project element are assumed. City of Fort Worth, Texas Attachment A PMO Release Date: 06.19.2010 Page 7of10 • Design and prepare interim heliport layout plan (general) preliminary showing the maximum number of helicopter parking positions that can be safely accommodated on the temporary site, Final Approach and Takeoff (FATO area, safety areas, approach/ departure surfaces, and other site details required to depict rotary wing operations on the site. Submit the resulting plan to the CITY for review and approval. 6.2 Preparation of Basic Heliport Layout — Permanent Site • A minimum of two basic heliport layouts will be prepared for the permanent Downtown Heliport Site. Following consultations with the ENGINEER the CITY will select one (1) the sites for further conduct of a Boundary Survey and metes and bounds description per Task 5 above. ASSUMPTIONS • The general Heliport Layout Plan (HLP) for the temporary site as described above will be prepared in draft for approval and will then be finalized on the basis of comments received • A maximum of two (2) general heliport layouts as described above will be prepared for the permanent site. Following consultation with the CITY will select a preferred site. • Three (3) meetings are assumed with City for discussion and review of the HLP.. DELIVERABLES A. Draft HLPs, temporary and permanent sites B. Final HLPs, temporary and permanent sites ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES Additional Services not included in the existing Scope of Services — CITY and ENGINEER agree that the following services are beyond the Scope of Services described in the tasks above. However, ENGINEER can provide these services, if needed, upon the CITY's written request Any additional amounts paid to the ENGINEER as a result of any material change to the Scope of the Project shall be agreed upon in writing by both parties before the services are performed. These additional services include the following: • Negotiation of easements or property acquisition. • Services related to development of the CITY's project financing and/or budget. • Services related to disputes over pre -qualification, bid protests, bid rejection and re -bidding of the contract for construction. • Services necessary due to the default of the Contractor. • Services related to damages caused by fire, flood, earthquake or other acts of God • Services related to warranty claims, enforcement and inspection after final completion. City of Fort Worth, Texas Attachment A PMO Release Date: 06,19,2010 Page 9 of 10 ATTACHMENT B COMPENSATION Design Services for Temporary Downtown Heliport City Project No. 1575 Lump Sum Project I. Compensation A. The ENGINEER shall be compensated a total lump sum fee of $155,500 as summarized in Exhibit B-1 — Engineer Invoice and Section IV — Summary of Total Project Fees. The total lump sum fee shall be considered full compensation for the services described in Attachment A, including all labor materials, supplies, and equipment necessary to deliver the services. B. The ENGINEER shall be paid monthly payments as described in Section II Method of Payment. IL Method of Payment A. Partial payment shall be made to the ENGINEER monthly upon City's approval of an invoice prepared and submitted by the ENGINEER in the format and including content as presented in Exhibit B-1, Progress Reports as required in item III. of this Attachment B, and Schedule as required in Attachment D to this Agreement. The estimated current physical percent complete as required on the invoice shall be calculated from the progress schedule as required in Attachment D to this Standard Agreement and according to the current version of the City of Fort Worth's Schedule Guidance Document. C. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. D. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the ENGINEER. III. Progress Reports A. The ENGINEER shall prepare and submit to the designated representative of the Aviation Department monthly progress reports and schedules in the format required by the City. City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 1 of 3 B-1 ATTACHMENT B COMPENSATION IV. Summary of Total Project Fees Firm P rimary Responsibility Fee Amount P rime Consultant U RS Corporation P roposed M/WBE Sub -Consultants Gorrondona S urvey, Materials Testing 47,970 31 N on-M/WBE Consultants TOTAL 100% Project Number & Name Fee M/WBE Fee M/WBE % Total $155,500 $47,970 30% City M/WBE Goal = 23% City of Fort Worth, Texas Attachment B PMO Official Release Date: 5.19.2010 Page 2 of 3 Consultant Committed Goal = 30% B-2 Attachment B - Level of Effort Supplement TASK/HOUR BREAKDOWN Design and Construction Management Services for Temporary Heliport (I30/Montgomery St Site) and Survey and Planning Services for Permanent Site Land Acquisition City Project No. C-24422 Task No. Labor (hours) Expense Total Expense Cost Task Sub Total Task Description Project Director Project Manager Project Eng/Arch Project Planner EIT CADD Administrative Total Labor Cost Subconsultant Travel Reproduction Rate $170 r. $165 $150 - ,$150 $85 $50 : ,.$30 MWBE Non-MWBE 1.0 Design Management 12 65 32 : 4 0 8 10 :. : $18,865 $0 :.. $0 $900 $0 S900 $19,765 1.1 Managing the Team 1.1.1 Internal Team Meetings 16 8 8 4 _ $4,360 $300 $300 $4,660 1.1.2 QA/QC 4 rr,8 $2,000 -$0 $2,000 1.2 Communications and Reporting 1.2.1 Pre -Design Coordination Meeting 8 :8 4 $3,280 $300 _.$300 ,$3,580 1.2.2 Project Update Meetings 8 8 4 ,$3,120 $300 $300 $3,420 1.2.3 Design Submittal Review Meetings ; 4 4 $1,260 $0 - $ 930 1.2.4 Prepare Baseline Schedule 2 4 $930 $O $930 1.2.5 Prepare Monthly Progress Reports with Schedule 6 4 2 $1,650 - $0 - $1,650 1.2.6 Prepare Monthly MWBE Reports 3 2 $555 $0 0 1.2.7 Invoicing 10- 2 $1,710 $1,7107 2.0 Design, Conceptual through Final 0 20 72 66 98 118 : 8 $36,970 $15,000 $0 $900 r $250 -$16,150 $53,120 2.1 Planning and Design for 130/Montgomery St Site 4 8 16 16 8 4 $6,140 $50 ' $50 $6,190 2.2 Site Demolition Design 4 8 4 12 4 $3,680 $300 $100 , $400 $4,080 2.3 Site Pavement lmprovement Design ,;:2 8 12 r$2,550 $300 $100 $400 $2,950 2.4 Heliport Lighting/Site Lighting/Heliport Visual Aids ' 8 16 16 40 $6,960 $15,000 $15,000 $21,960 2.5 FBO Facility Improvements 4 24 8 16 40 $8,820 $0 $5,820 - 2.6 Permitting Support 4; 8 12 16 16 2 __$5,880 2.7 Site Restoration 2 8 10 10 2 _..$2,940 $300 ;$300 $3,240 3.0 Bid Phase Services 0 4 16 0 12 8 4 $4,600 $0 $0 $0 $350 $350 $4,950 3.1 Bidding Support Services 4 16 12 8 4 $4,600 $350 : $350 _. __ $4,950 4.0 Construction Phase Services 0 24 60 0 56 40 10 $20,020 $2,500 $0 $0 $0 $2,500 $22,620 4.1 Preconstruction Conferences 12 16 12 4 - $5,520 ..$0 4.2 Review Shop Drawings 8 8 $1,880 - $0 _.$5,520 $3,480 4.3 Site Visits and Inspection P 4 12 12 $3,480 $D $3,480 4.4 Pay Estimates 0 8 16 16 24 4 $6,400 $0 ,$6,400 -$3,100 4.5 Materials Testing 4 ,..$600 $2,500 , $2,500 4.6 Record Drawings 4 8 16 2 - $2,140 5.0 Boundary and Topographic Survey Services 0 4 8 0 ° 0 :0 4 $1,980 $30,470 $0 $0 ': $0 $30,470 $5,000 '. $32,450 $5,600 5.1 Surveying Services-130/Montogomery 4 ::.$600 $5,000 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 5.19.2010 1 of 2 Attachment B - Level of Effort Supplement TASK/HOUR BREAKDOWN Design and Construction Management Services for Temporary Heliport (I30/Montgomery St Site) and Survey and Planning Services for Permanent Site Land Acquisition Ci- ty Project No. C24422 Task No. Task Description Labor (hours) Total Labor Cost Expense Total Expense Cost Task Sub Total Project Director Project Manager Project EnglArch Project Planner EIT CADD Administrative Subconsultant Travel Reproduction Rate $170 ' $165 $150 > $150 $85 $50 -.= $30 MWBE Non-MWBE 5.2 Surveying Services -Permanent Site 4 4 4 ,$1,380 $25,470 $25,470 $26,850 6.0 Additional Services - Heliport Site Planning 4 8 12 - 80 0 40 '. 0 $17,800 $0 $0 $0 '_$0 $0 $17,800 6.1 Planning Services 4 8 12 80 40 $17,800 Totals 16 125 200 140 166 214 36 $100,235 $47,970 $0 $1,800 $600 $50,370 $150,605 City of Fort Worth, Texas Attachment B - Level of Effort Supplement PMO Official Release Date: 5.19.2010 Project Summary Total Hours 897 Total Labor $100,235 Total Expense $50,370 MWBE Subconsultant $47,970 Non-MWBE Subconsultant $0 10% Subconsultant Markup $4,797 MWBE Participation 30.9% Total Project Cost $155,402 2 of 2 ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Design Services for Interim Improvements for the Downtown Fort Worth Heliport City Project No. 1575 None City of Fort Worth, Texas Attachment C PMO Release Date: 05.19.2010 Page 1 of I ATTACHMENT d ID 12 13 14 15 16 17 18 19 20 21 22 23 24 cih 25 gei WAEM Task Name Duration Program / Project Planning 1 day Project Planning 1 day Project Agreement 106 days Design, Conceptual through Final 61 days Conceptual Design - Phase 1 61 days Issue Design Notice To Proceed 1 day Design Improvements 5 days Survey 60 days Survey 130!Montogomery St 5 days Topographic (Field) Survey 5 days Permanent Site 4 days Boundary Survey w/ Metes amd Bounds 4 days Construction - 97 days 130/Montgomery St Improvements 51 days Site Restoration 30 days Site Visits/Inspection 97 days Inspections 142 days rgi Material / Soil Testing 28 days gth Close -Out Report and Review 56 days 26 27 28 dufl AIR Closeout Review 15 days Project Complete Flnancial Close Out Period Start Thu 12/30/10 Thu 12/30/10 Fri 7/30/10 Mon 10/4/10 Mon 10/4110 Mon 10/4/10 Thu 12/23/10 Tue 1015/10 Tue 10/5/10 Tue 10/5/10 Mon 12/27/10 Mon 12/27/10 Mon 11/1/10 Mon 11/1/10 Wed 2/9/11 Mon 11/1/10 Mon 11/1/10 Mon 12/6/10 Tue 1/18/11 Tue 1/18/11 9 days Tue 3/22/11 10 days Wed 3/23/11 Project Acceptance 46 days Project Acceptance 46 days Tue 1M8111 Tue 1/18/11 Finish Thu 12/30/10 Thu 12/30/10 Thu 12/30/10 Thu 12/30/10 Thu 12/30/10 Mon 10/4/10 Thu 12/30/10 Thu 12/30/10 Mon 10/11/10 Mon 10/11/10 Thu 12/30/10 Thu 12/30/10 Tue 3/22/11 Fri 1/14/11 Tue 3/22/11 Tue 3/22/11 Tue 3/22/11 Fri 1/14/11 Tue 4/5/11 Mon 2/7/11 Tue 3/22/11 Tue 4/5/11 Tue 3122/11 Tue 3/22/11 2011 Jun 4th Quarter Jul Aug Sep lst Quarter Oct I Nov Dec 2nd Quarter Jan j Feb Mar It1/111EIFFIRII • wwwwssip 3rd Quarter Apr May 3/22 Project 01575 - Downtown Heliport Date: Mon 9/27/10 Task Split Progress 1101411. llllllllllll Milestone Summary Project Summary • External Tasks External Milestone 4. Deadline City of Fort Worth Project C-24422 I30/Montgomery St Temporary Heliport -Permanent Heliport Planning/Surveying Page 1 Mon 9/27/10 aS Asawo6iuoW 0Y2010 Goggle' 41, 2010 Europa Technol ima • ei Date: Dec 27, 2009 321144'03.'59 Japanese Garden Lh Eye alt 2104 1t Helicopter Operations within Blue Area with Landing Pad at H. Vehicle Entry and Exit will use the routes indicated in yellow. Helicopter arrivals and departures will be in a North -South alignment. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/14/2010 - Ord. No. 19337-09-2010 DATE: Tuesday, September 14, 2010 REFERENCE NO.: C-24422(Revised) LOG NAME: 55DNTWN HELIPORT IMP—R SUBJECT: Authorize an Engineering Services Agreement in the Amount of $155,500.00 with URS Corporation for Design and Construction Management for a Temporary Heliport Near the Intersection of I-30 and Montgomery Street and Adopt Appropriation Ordinance in the Amount of $413,000.00 for the Design and Construction Costs of a Temporary Heliport (COUNCIL DISTRICT 7) RECOMMENDATION: [t is recommended that the City Council: 1. Authorize the use of revenue derived from mineral leases on City owned airports in the amount of $413,000.00 for the design and construction of a temporary heliport at I-30 and Montgomery Street and survey and planning services for land acquisition for a permanent heliport; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Airports Gas Lease Project Fund in the amount of $413,000.00, from available funds; and 3. Authorize the City Manager to execute an engineering services agreement with URS Corporation in the amount of $155,500.00 for the design and construction management services associated with improvements at the temporary heliport and survey and planning services for land acquisition for a permanent heliport and authorize $257,500.00 for construction costs primarily contracted through established annual agreements. DISCUSSION: The Aviation Department has reviewed several different sites to determine the most cost efficient site to use as a heliport to serve the downtown area. The potential sites included a site near East 4th Street (generally bounded by I-35W, SH 121, East 4th Street and the Trinity River); an existing helipad operated by the Tarrant Regional Water District (TRWD) (located west of Henderson and north of Belknap); and a city parking lot near I-30 and Montgomery Street. Each site will require a lighted helipad, area lighting, helicopter parking, security fencing, vehicle access and a building for passengers. The East 4th Street site would meet operational needs but required substantial improvements such as road, fencing and a modular building. The TRWD site would not meet operational needs due to variable terrain and would require resealing the pavement, fencing and a modular building. The I-30/Montgomery Street site would meet operational needs and requires the least amount of improvements and is the recommended site for the temporary heliport. The improvements for I-30/Montgomery Street would be reseal and mark pavement, helipad and area lighting, and security equipment. Based upon characteristics of the site a two acre parking lot will be used for helicopter landing and parking and an adjacent building parking lot will be used for passengers and automobiles. The temporary heliport will be made ready prior to February 2011. URS Corporation is one of six engineering firms the Aviation Department has selected for engineering work pertaining to the City's aviation facilities. It is recommended that URS Corporation be selected to provide the man design and construction management services necessary for the temporary heliport and the survey and planning services for land acquisition for a permanent heliport. URS will be contracted for an amount of $155,500.00 to provide design and construction management services and to survey and provide planning for the land acquisition of a permanent heliport. The remaining $257,500.00 for construction will primarily be through job order construction contracts using established annual agreements. This project will be funded by revenue derived from mineral leases on city —owned airport properties. URS Corporation is in compliance with the City's M/WBE Ordinance by committing to 30 percent M/WBE participation. The City's goal on this project is 23 percent. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Airports Gas Lease Project Fund. FUND CENTERS: TO FuAccount/Centers 2)P240 539120 551810157510 2)P240 539120 551810157530 2) P240 53_9 120 552810157550 2ZP240 539120 551810157580 2)P240 446200 551929990100 FROM Fund/Account/Centers $60,000.00 3) P240 539120 55181015 7530 $63,000.00 3) P240 539120 551810157550 $7,500.00 3) P240 539120 551810157580 $82,500.00 3 P240 539120 551810157510 $413 ,000.00 CERTIFICATIONS: ,Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Fernando Costa (6122) Kent Penney (5403) Ruseena Johnson (5407) $63,000.00 $7,500.00 $282,500.00 $60,000.00 ATTACHMENTS 1. 55DNTWN HELIPORT IM Revised AO (2).doc 2. 55DNTWN HELIPORT IMP—R MWBE Contract.pdf 3. 55DNTWN HELIPORT IMP —Revised I-30—Montgomery—Heliport.pdf 4. Accounting records M&C 55DNTWN HELIPORT IMP—R.pdf