Loading...
HomeMy WebLinkAboutContract 39313,'Ty SECRETAFjy 4 CONTRACT pqr I t CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN 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 Jacobs Engineering Group Inc, (the "ENGINEER"), for a PROJECT generally described as:design, fill and regrade of noise properties at Meacham Airport. 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 ENGINEER may, after giving City of Fort worth. Texas OFFICIAL RECORD Standard Agreement for Engineering Related Design Services 63009 Page 1 of 15 CITY SECRETARY I FT. 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 costlexecution effects are not the responsibility of the ENGINEER. City of Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 2 of 15 D. Preparation of Engineering Drawings The ENGINEER will provide to the CITY the original drawings of all plans in ink on reproducible mylar sheets and electronic files in .pdf format, or as otherwise approved by CITY, which shall become the property of the CITY. CITY may use such drawings in any manner it desires; provided, however, that the ENGINEER shall not be liable for the use of such drawings for any project other than the PROJECT described herein. E. Engineer's Personnel at Construction Site (1) The presence or duties of the ENGINEER's personnel at a construction site, whether as on -site representatives or otherwise, do not make the ENGINEER or its personnel in any way responsible for those duties that belong to the CITY and/or the CITY's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the 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 Cf y of Fort worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 3 of 15 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 (MIWBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goals for the participation of minority business enterprises and woman business City of Fort worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 4 of 15 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 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. City of Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 5 of 15 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 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. H. 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. 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 Gry of Fan worth. Texas Standard Agreement for Engineering Related design Services 6.30.09 Page 6 of 15 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. (2) GENERAL INSURANCE REQUIREMENTS a. 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. 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. 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. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current A.M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25,000.00 that would change or alter the requirements herein is subject to approval by the CITY in writing, if coverage is not provided on a first -dollar basis. The CITY, at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to the CITY. h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT. i. The CITY shall be entitled, upon its request and without incurring expense, City of Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 7 d 15 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 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. CNy of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 8 of 15 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. 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. Gy or Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 9 d is 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. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the provisions of Article ME. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractors 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 City of Fort worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 10 of 15 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. City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 11 of 15 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 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; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 12 of 15 work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT's schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. indemnification 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. 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 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. cny of Fort wort,, Texas Standard Agreement for Engineering Related Design Services 8.30.00 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., VIA, and VI.I. shall survive termination of this AGREEMENT for any cause. K. 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 wort,, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Pape 14 of 16 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 ., day of C) , 2009. ATTEST: CITY OF FORT WORTH • db�.Ik/ Ely: - Marty AHenddk �.AA,-liggi+�s{�rvcc �sF-� `. City Secret. Assistant City Manager C-- Q3 7 APPROVAL RECOMMENDED ContCt Authorization I$Io`- Date Kent Penney, At'rport Systems Director Aviation Department APPR V AS T ORM AND LEGALITY Jacobs Engineering Group Inc Assistant City Attorney ATTEST: Name v t ce Pn psi A e4o+ Title City of Fort worth, TMU OFFICIAL RECORD 830.E Agn�ernent for Englneertnp Related Design Services CITY SECRETARY Page 15o115 FT. WORTH, TX ATTACHMENT A PROJECT SCOPE SCOPE OF WORK SUPPLEMENTAL PROJECTS MEACHAM INTERNATIONAL AIRPORT The City of Fort Worth has requested Supplemental Projects to be prepared by Jacobs Engineers Group Inc. (JEG), for the Improvement at Meacham International Airport. Scopes are listed for three separate items of work which will be accomplished as one project. The services provided by JEG are; A. SCOPE OF WORK AND PRELIMINIARY DESIGN 1. CONCEPT DESIGN OF FORMER RESIDENTIAL AREA This scope of work includes developing two alternatives for the former residential area shown in the attached exhibit. The work includes identifying public open space (or sports fields) locations for future restrooms, maintenance buildings, support facilities, access roads to the public areas and parking lot layout. Additionally, develop construction documents for the mass grading efforts of the site where the public and support facilities will be located. a. Concept services for this project include; i. Topographic survey of the residential area (45 Acres). This survey will cover area as shown in the attached Exhibit. ii. A tree survey to comply with City Ordinance for "Green space" or "canopy area" will be provided. iii. Geotechnical Information has been provided to determine the availability and quality of in -situ material. iv. Concept Design Plans will include the following tasks; • Review City of Fort Worth ordinance for proposed site use • Visit site to document existing conditions photographically and note any features which may impact the design • Develop two Conceptual Schemes for Public areas (up to eight (8 areas). Plans to include area playing fields or open space, location of access roadways, parking lots, and support facilities. • Develop Conceptual Grading for both plans. • Review the design with the Client and receive input on the design and make changes to develop a Preferred Conceptual Scheme. • Develop a Tree Removal permit and submit to the City of Fort Worth. This is not the Tree survey that is required. v. JEG will meet with Client to discuss comments and / or revisions to the design 2. INSTALL STORM DRAINAGE CULVERT An existing ditch is located south of the 35 end of runway 17-35. This ditch is partially filled with concrete rubble and a permanent culvert is desired so this area may be filled in only to a point that protects the pipe. a. Design services for this project include; i. Topographic survey of the area around the existing ditch (6.2 Acres). This survey will cover area as shown in the attached Figure. ii. Prepare area drainage plan to show contributing areas to this culvert and meet with Client to discuss the benefits and possible costs associated with installing the 10, 50 or 100 year capacity storm drain. iii. Develop preliminary construction drawings, specifications and probable construction cost estimate (60% complete). iv. JEG will meeting with client to discuss comments and / or revisions to the design 3. REGRADE AREA TO THE NORTH OF HANGAR 43S Airport staff identified a debris hill north of hangar 43S and west of Runway 34-16. The "debris hill" consists of concrete and asphalt rubble. A stand of trees is growing in the "debris hill. The trees and rubble will need to be removed prior to any development. Design of this site will include a pad at an elevation acceptable for a hangar construction. a. Design services for this project include; i. Topographic survey of the area around the proposed development area. This survey will cover area as shown in the attached Figure. ii. Develop Preliminary construction drawings, specifications and probable construction cost estimate (60% complete). 2 4. PRELIMINARY MEETING i. Twenty sets of preliminary plans will be delivered to the City of Fort Worth and two sets of plans to Meacham Airport ii. JEG will meet with Client to discuss comments and / or revisions to the design B. FINAL DESIGN Develop Final construction drawings, specifications and probable construction cost estimate (100% complete). Construction Drawings will be developed for 1. FINAL DESIGN OF FORMER RESIDENTIAL AREA i. After agreement on the concept, JEG will develop Final Construction Drawings, Specifications and Estimate of Probable Construction costs (100% complete). The Residential area Construction Plans are intended to accomplish the mass grading, soil stabilization and tree remediation of the site. Further improvements will be under a separate contract. ii. Submit final Residential Area plans and specifications for review. Plan set to include: 1. Demolition Plan 2. Layout Plan -preliminary to assist with the grading plan 3. Grading Plan -mass grading 4. Tree Remediation Plan -trees to be planted as a result of the tree permit results 5. Seeding Plan 6. Details necessary for design Implementation iii. This set of plans will be divided into two construction packages; 1. Tree Removal / Clearing and Grubbing 2. Grading and Embankment 2. INSTALL STORM DRAINAGE CULVERT i. Developed to full contract drawings and submitted for review 3 3. REGRADE AREA TO THE NORTH OF HANGAR 43S i. Developed to full contract drawings and submitted for review ii. Construction contract sets will be developed for two projects; 1. Tree Removal / Clearing and Grubbing 2. Grading and Embankment (in conjunction with the residential area) 4. REVIEW MEETING I. Five sets of preliminary plans will be delivered to the City of Fort Worth and two sets of plans to Meacham Airport ii. JEG will meet with client to discuss comments and / or revisions to the design iii. JEG will revise plans as required and provide electrical copies of contract documents. C. BIDDING PHASE 1. Provide plans and specifications for interested bidders i. This service will be provided on a cost reimbursable type service for the cost of plans, mailing and personnel required for the project. ii. For the purpose of this fee, a total of 45 copies of plans and specifications will be provided. 2. Attend and run pre -bid and the reading of the bids for this project. The City is assumed to be developing and running and required advertisements and announcements. 3. JEG will prepare and issue addenda as required. Cost for the printing and mailing will be a reimbursable charge. 4. JEG will attend and open bids. Bids will be tabulated and a recommendation for the low bidder will be reported. D. SERVICES DURING CONSTRUCTION 1. Only construction observation, by periodic site visits, will be accomplished on this project. 2. JEG will inspect nursery stock, and planting locations for tree remediation and planting. 3. Material services, for construction, will only be performed on the fill pad. This will determine the acceptability of the fill material and compaction for a future hangar. 4 E. F. 10 4. JEG will review shop drawings and make recommendations to the CITY for periodic construction progress payments to the construction contractor. Services will be based on the JEG's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. CLOSEOUT PHASE 1. Record drawings will be developed. One set of mylars will be provided. 2. Provide record sets of plans and specifications to the Client. i. This service will be provided on a cost reimbursable basis and includes the cost of plans, mailing and personnel required for the project. ii. A price is shown for reasons of estimates. 3. JEG will provide a DVD of the PDF's of the construction drawings and the specifications. DESIGN SCHEDULE See attached schedule. COMPENSATION AND EXPENSES JEG will provide the Engineering Services as described above and in the assumptions below for a fee of $ 229,337.12 1. CONSTRUCTION DOCUMENTS i. Preliminary Design Phase 1. Labor $ 63,244.28 2. Subcontracts and Expenses $ 54,288.00 3. Total $117,532.28 ii. Final Design Phase 1. Design 2. Subcontracts and Expenses 3. Total iii. Total Construction Design Phase R $ 60,533.48 $ 7,150.00 $ 67,683.48 $185,515.76 2. BIDDING PHASE i. Labor $ 4,266.60 ii. Expenses $ 200.00 iii. Total $ 4,466.60 iv. Reimbursable Expenses 1. All Plan and specifications sets for Plan houses and contractors will be billed at commercial costs including mailing and labor costs. 3. SERVICES DURING CONSTRUCTION i. Labor $ 17,415.95 ii. Expenses $ 800.00 iii. Subcontracts and Expenses $ 13,282.50 iv. Total $ 31,498.45 4. CLOSEOUT PHASE i. Labor $ 5,906.32 ii. Expenses $ 1,750.00 iii. Total $ 7,656.32 H. ASSUMPTIONS 1. The development of an overall SWPPP plan is included for the project. 2. Residential Area Plans will not include i. Utility Plans including lighting, drainage, sewer, electrical, water ii. Athletic amenities such as backstops or field goals iii. Special athletic field design for drainage or league level play iv. Synthetic turf systems v. Irrigation system 3. Regrading area i. All materials are non hazardous and the City's dump site will accept all materials ii. Pad elevation will be set at an elevation equal to a percent to a one and one-half percent grade from runway 17-35. 4. Storm Drain area i. The proposed culvert will only be covered to an elevation to protect the pipe. 0 5. Construction Phase Services a. If JEG is called upon to observe the work of Client's construction contractor(s) for the detection of defects or deficiencies in such work, JEG will not bear any responsibility or liability for such defects or deficiencies or for the failure to so detect. JEG shall not make inspections or reviews of the safety programs or procedures of the construction contractor(s), and shall not review their work for the purpose of ensuring their compliance with safety standards. b. If JEG is called upon to review submittals from construction contractors, JEG shall review and approve or take other appropriate action upon construction contractor(s)' submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. JEG'S action shall be taken with such reasonable promptness as to cause no delay in the work while allowing sufficient time in JEGS professional judgment to permit adequate review. Review of such submittals will not be conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities. c. JEG shall not assume any responsibility or liability for performance of the construction services, or for the safety of persons and property during construction, or for compliance with federal, state and local statutes, rules, regulations and codes applicable to the conduct of the construction services. JEG shall have no influence over the construction means, methods, techniques, sequences or procedures. Construction safety shall remain the sole responsibility of the construction contractor(s). d. All contracts between CLIENT and its construction contractor(s) shall contain broad form indemnity and insurance clauses in favor of CLIENT and JEG, in a form satisfactory to JEG. 6. Cost Estimates Evaluations of the Client's Project budget, preliminary estimates of Construction cost and detailed estimates of Construction Cost, if any, prepared by the Consultant, represent the Consultant's best judgment as a design professional familiar with the construction industry. It is recognized, however, that neither the Consultant nor the Client has control over the cost of labor, materials or equipment, over the Contractor's methods of determining bid prices, or over competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that bids or negotiated prices will not vary from the Client's Project budget or from any estimate of Construction Cost or evaluation prepared or agreed to by the Consultant. 7 ATTACHMENT B COMPENSATION FEE PROPOSAL Project Airport: Project Manager: Consultant: HOURLY RATES ATTACHMENT B COMPENSATION SUMMARY SHEET SUMMARY OF PROJECT Meacham International Airport JACOBS ENGINEERING INC Project Senior Design ManagQer Engineer En, ineer EIT CADD $69.28 1 $69.28 1 . $54.71 1 $45.00 1 $30.87 1 Consultant's G&A' 1.269' Consultant's Protiti 0.151 Consultant's Mulliplierl LABOR HOURS BY PHASE Project Senior Design Manager Engineer Engineer EIT CADD Preliminary Design 5 40 124 119 276 Final Design 4 38 140 118 208 Bidding 10 6 4 0 4 Construction 4 27 60 0 0 Closeout 1 12 8 0 24 Total Hours 24 123 336 237 512 $1,662.72 $8,521.44 $18,382.56 $10,665.00 $15,805.44 TOTAL PAYROLL COSTS $151,366.62 TOTAL MISC. EXPENSES $6,850.00 SUBCONTRACT SERVICES SWPPP 5,000,00 Tree Survey $8,000.00 Rodriguez Engineering $8,875.00 Survey $42,780.00 Subcontract Coord. 10.0%1 $6,465.50 Total Subcontract Services $71,120.50 TOTAL BASIC SERVICES CONTRACT COSTS $229.337.12 ADDITIONAL SERVICES $0.00 $0.00 Total Additional Services $0.00 TOTAL ENGINEERING COST $229,337.12 Clerical $23.04 1 2.60941 Clerical 20 39 8 54 8 129 $2,972.16 4/15/2009 FEE PROPOSAL Project Airport: Consultant: LABOR Anticipated Task SUMMARY OF PROJECT Meacham International Airport JACOBS ENGINEERING INC Refine Scope Drawings (from attachment) Subconsultant Coordination Outline Specifications Meetings Calculations Cost Estimates/ Quantities Estimated Hours 584 Subtotal Labor $63,244.28 MISCELLANEOUS COSTS Reproduction Travel FedEx / Courier Subtotal Miscellaneous Costs SUBCONTRACT SERVICES Tree Survey Rodriguez Engineering Survey Subcontract Coord. I Subtotal Subcontract Services TOTAL COSTS THIS PHASE PRELIMINARY DESIGN PHASE Estimated Person Hours Project Senior Design Manager Engineer Engineer EIT CADD 4 8 21 96 103 268 2 4 3 4 4 16 12 1 2 4 4 8 5 40 124 119 276 $903.88 $7,231.03 $17,701.93 $13,973.07 $22,231.98 $1,200.00 5 Sets of plans to City/ 2 to Meacham 250.00 500.00 $1,950.00 8,000.00 0.00 39,580.00 10.0%1 $4.758.00 $52,338.00 $117,532.28 Clerical 8 4 8 20 $1.202.39 9/25/2009 FEE PROPOSAL FINAL DESIGN PHASE Project SUMMARY OF PROJECT Airport: Meacham International Airport Consultant: JACOBS ENGINEERING INC Estimated Person Hours LABOR Project Senior Design Anticipated Task Manager Engineer Engineer EIT CADD Clerical Drawings (from attachment) 1 21 86 94 204 3 Subconsultant Coordination Bid Proposal 4 8 8 8 Technical Specifications 2 32 0 16 Opinion of Probable Cost 4 12 8 4 Construction Mgmt. Plan 4 4 Final Design Review Meeting 3 3 FAA Form 7460 2 8 4 4 Estimated Hours 547 4 38 140 118 208 39 Subtotal Labor $60.533.48 $723.10 $6.869.48 $19,986.06 $13,855.65 $16,754.53 $2,344.66 MISCELLANEOUS COSTS Reproduction $1,40000 5 Sets of plans to City/ 2 to Meacham Travel �250:00 I Mail $500.00 Total Miscellaneous Costs $2,150.00 SUBCONTRACT SERVICES SW PPP I 5,000.00 Subcontract Coord. 1 10.0%1 $500.00 TOTAL COSTS THIS PHASE $68,183.48 9/25/2009 FEE PROPOSAL Project SUMMARY OF PROJECT Airport: Meacham International Airport Consultant: JACOBS ENGINEERING INC LABOR Project Senior Design Anticipated Task Manager Engineer Engineer Prebid Conference 3 3 Issue Addenda 4 Bid Opening 3 Tabulate Bids 1 Coordination 2 2 Bid Recommendation 1 1 Estimated Hours 32 10 6 4 Subtotal Labor S4,266.60 $1,807.76 $1,084.65 $571.03 MISCELLANEOUS COSTS BIDDING PHASE EIT CADD Clerical 4 2 4 2 0 4 8 $0.00 $322.20 $480.96 Reproduction Reimb 40 Sets of plans to City/ 5 to Meacham Travel (2 trips total) 100.00 Misc. - Mail, etc. 100.00 Total Miscellaneous Costs $200.00 SUBCONTRACT SERVICES Total Subcontract Services $0.00 TOTAL COSTS THIS PHASE $4,466.60 9/25/2009 FEE PROPOSAL Project SUMMARY OF PROJECT TxDOT Project No: 0 Airport: Meacham International Airport Project Manager: 0 Consultant: JACOBS ENGINEERING INC LABOR Anticipated Task Preconst. Conf. (1 total) Meetings ( 4 total) Site Visits (Outside of mtgs. 3 total) Landscape stock inspection Final Inspection (1 total) Address Submittals, RFIs Coordination with Agent, Contractor Testing/QC Report Pay Estimates Estimated Hours Subtotal Labor $17,415.95 MISCELLANEOUS COSTS Reproduction Travel (13 trips total) Misc. - Mail, etc. Total Miscellaneous Costs Project Senior Design Manager Engineer Engineer 4 4 4 12 9 8 6 4 4 16 8 8 4 4 27 60 $723.10 $4,880.95 $8.565.45 150.00 150.00 500.00 $800.00 SUBCONTRACT SERVICES Survey $3,200.00 geotechnical 8,875.00 Subcontract Coord. 1 10.0%1 $1,207.50 Total Subcontract Services $13.282.50 TOTAL COSTS THIS PHASE $31,498.45 CONSTRUCTION PHASE EIT CADD Clerical 2 4 4 4 4 16 16 4 0 0 54 $0.00 $0.00 $3,246.45 9/25/2009 FEE PROPOSAL CLOSEOUT PHASE Project SUMMARY OF PROJECT TxOOT Project No: 0 Airport: Meacham International Airport Project Manager. 0 Consultant: JACOBS ENGINEERING INC LABOR Project Senior Design Anticipated Task Manager Engineer Engineer EIT CADD Clerical Record Drawings 1 0 4 0 24 1 Warranty Inspection 8 4 1 Assist Agent Administration 4 Meetings 4 2 Estimated Hours 53 1 12 8 0 24 8 53 Subtotal Labor $5,906.32 $180.78 $2,169.31 $1.142.06 $0.00 $1,933.22 S480.96 $111.44 /HR MISCELLANEOUS COSTS Reproduction I 1,500.001 Myiar prints of plans/ DVD Travel (1 trip total) `j Misc. - Mail, etc. 250.00 Total Miscellaneous Costs $1,750.00 SUCONTRACT SERVICES 0.001 0.00 Total Subcontract Services $0.00 TOTAL COSTS THIS PHASE $7,656.32 �!rlirl�7��7 FEE PROPOSAL Project Airport: Consultant: LABOR Drawing Cover Sheet Quantities. General Notes Key Map Overall Site / Safety Plan, Notes Erosion Control Plan Erosion Control Details Demolition Plan Grading and Drainage Plans Plan and Profile / grading Drainage Area Map Drainage Area Calculations Typical Misc. Details Storm Drain PhWProfile Drainage Details Total 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total SUMMARY OF PROJECT Meacham International Airport JACOBS ENGINEERING INC No. of Sheets PRELIMINARY DESIGN DRAWINGS Estimated Person Hours Project Senior Design Scale Manaqer Engineer Engineer EIT CADD Clerical WA 2 4 WA 4 8 4 6 1:600 2 2 4 1:50 2 2 4 1:50 0 1 5 4 16 1:50 0 0 2 5 9 1:50 9 2 22 20 50 1:50 0 1 10 12 39 1:50 0 1 10 28 48 1:500 0 10 21 12 60 NIA 0 0 9 10 20 1:50 0 0 5 4 a 1:50 0 0 0 0 0 N/A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 39 9 21 96 103 268 9/25/2009 4 FEE PROPOSAL Project AIP Project No: Airport: Consultant: LABOR Drawing 0 0 0 0 Erosion Control Plan Erosion Control Details Demolition Plan Layout plans Grading and Drainage Plans Tree Remedistion Plan / Seeding RESIDENTIAL AREA Meacham International Airport JACOBS ENGINEERING INC No. of Sheets Total 11 PRELIMINARY DESIGN DRAWINGS Estimated Person Hours Project Senior Design Scale Manasrer Enaineer Engineer EIT 0 0 0 0 1:50 1 2 1:50 1 1:50 2 4 10 1:50 1 8 8 1:50 1 8 24 1:50 2 4 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 26 51 CADD Clerical 8 3 30 31 40 40 152 4 4 FEE PROPOSAL Project AIP Project No: Airport: Consultant: LABOR Drawing Cover Sheet Quantities, General Notes 0 0 Erosion Control Plan Erosion Control Details Demolition Plan Plan and Profile / grading Drainage Area Map Drainage Area Calculations Typical Misc. Details Drainage Details 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total STORM DRAINAGE FOR DITCH Meacham International Airport JACOBS ENGINEERING INC PRELIMINARY DESIGN DRAWINGS Estimated Person Hour: No. of Project Senior Design Sheets Scale Manager Engineer Engineer EIT 0 N/A I I I I 1:50 1:50 2 1:50 2 2 1 1:50 1 2 2 1:500 2 2 3 N/A 1 2 1 1:50 1 2 1 N/A 8 16 2 1 0 1 2 1 0 1 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 0 0 8 25 18 i CADD Clerical 4 4 4 4 4 16 4 4 `_!IIIIIIIIIIIIIIIIIIIIIIIII11)( FEE PROPOSAL Project AIP Project No: Airport: Consultant: LABOR Drawing Cover Sheet Quantities, General Notes Key Map Overall Site / Safety Plan, Notes Erosion Control Plan Erosion Control Details Demolition Plan Grading and Drainage Plans Drainage Area Map Drainage Area Calculations Typical Misc. Details Storm Drain Plan/Profile Drainage Details PRELIMINARY DESIGN DRAWINGS REGRADE AREA TO THE NORTH OF HANGAR 43S Meacham International Airport JACOBS ENGINEERING INC No. of Sheets 0 0 0 0 0 0 2 1 2 2 1 1 2 2 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total 14 Estimated Person Hours Project Senior Design Scale Manager Engineer Engineer EIT 0 N/A N/A 1:500 1:50 2 2 1:50 1 2 1:50 1 2 1:50 16 8 1:50 1 2 1:500 1 2 WA 1 2 1:50 8 8 1:50 4 N/A 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 35 28 CADD Clerical 4 4 2 16 4 4 4 16 4 58 0 FEE PROPOSAL Project SUMMARY OF PROJECT Airport: Meacham International Airport Consultant: JACOBS ENGINEERING INC Estimated Person Hours LABOR No. of Project Senior Design Drawing Sheets Scale Manager Engineer Engineer EIT Cover Sheet 1 N/A Quantities, General Notes 1 N/A 2 4 8 Key Map 1 1:500 Overall Site / Safety Plan, Notes 2 1:50 2 4 Erosion Control Plan 5 1:50 0 0 2 2 Erosion Control Details 3 1:50 1 2 4 Demolition Plan 6 1:50 0 2 19 26 Grading and Drainage Plans 6 1:50 0 4 17 12 Plan and Profile / grading 4 1:50 0 7 16 10 Drainage Area Map 5 1:500 0 4 22 14 Drainage Area Calculations 3 N/A 0 0 2 12 Typical Misc. Details 2 1:50 0 0 2 2 Storm Drain Plan/Profile 0 1:50 0 0 0 0 Drainage Details 0 N/A 0 0 0 0 FINAL DESIGN DRAWINGS CADD Clerical 6 8 42 42 34 36 12 6 0 0 8 2 8 1 0 2 0 0 0 0 0 0 0 Total 39 1 21 86 94 204 9125/2009 3 FEE PROPOSAL Project AIP Project No: Airport: Consultant: LABOR Drawing FINAL DESIGN DRAWINGS RESIDENTIAL AREA Meacham International Airport JACOBS ENGINEERING INC stimated Person Hour No. of Project Senior Design Sheets Scale Manager Engineer Engineer EIT CADD Clerical Erosion Control Plan 2 1:50 1 2 Erosion Control Details 1:50 2 1:50 8 16 �I 2 1:50 4 8 4 16 2 1:50 7 14 8 32 Free , __ n PIe a n 2 1:50 4 16 8 32 I I I Total 10 0 15 39 28 98 3 1 2 FEE PROPOSAL Project AIP Project No: Airport: Consultant: LABOR Drawing Cover Sheet Quantities, General Notes FINAL DESIGN DRAWINGS STORM DRAINAGE FOR DITCH Meacham International Airport JACOBS ENGINEERING INC stimated Person Hour No. of Project Senior Design i Sheets Scale Manager Engineer Engineer EIT CADD Clerical N/A N/A Erosion Control Plan 2 1:50 2 2 Erosion Control Details 1 1:50 2 2 Demolition Plan 2 1:50 3 2 2 Plan and Profile / grading 3 1:50 8 8 24 Drainage Area Map 1 1:500 1 2 Drainage Area Calculations 1 N/A 2 2 Typical Misc. Details 1 1:50 2 4 4 Drainage Details 1 N/A 1 1 2 Total 12 0 0 0 19 19 38 0 FEE PROPOSAL FINAL DESIGN DRAWINGS Project REGRADE AREA TO THE NORTH OF HANGAR 43S AIP Project No: Airport: Meacham International Airport Consultant: JACOBS ENGINEERING INC :stimated Person Hour LABOR No. of Project Senior Design Drawing Sheets Scale Manager Engineer Engineer EIT CADD Clerical Cover Sheet N/A Quantities, General Notes NIA Key Map 1:500 Overall Site / Safety Plan, Notes 1:50 Erosion Control Plan 2 1:50 2 2 4 Erosion Control Details 1 1:50 1 2 Demolition Plan 2 1:50 8 10 12 Grading and Drainage Plans 2 1:50 2 16 16 24 Drainage Area Map 1 1:500 1 2 Drainage Area Calculations 1 WA 1 2 Typical Misc. Details 2 1:50 4 4 4 Storm Drain Plan/Profile 2 1:50 8 8 Drainage Details 1 WA 1 1 4 Total 14 0 0 2 34 43 60 0 EXHIBIT "B-2" HOURLY RATE SCHEDULE (Supplement to Attachment B) COMPENSATION AND SCHEDULE Design Services for Design, fill and regrade of noise properties at Meacham Airport City Project No. 01399 Compensation A. The ENGINEER shall be compensated a total lump sum fee of $ 229,337.12 as summarized in Exhibit "B-3" Payment of the total 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 project. B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1" Section 1 - Method of Payment — Lump Sum Each invoice is to be verified as to its accuracy and compliance with the terms of this contract by an officer of the ENGINEER. II. Schedule Final Plans and Contract Documents for bid advertisement shall be submitted within 204 calendar days after the "Notice to Proceed" letter is issued. A. Conceptual Engineering Plans - _ calendar days. B. Preliminary Engineering Plans and Contract Documents - 93 calendar days. C. Final Engineering Plans and Contract Documents - 64 calendar days. D. Final Plans and Contract Documents for Bid Advertisement - 47 calendar days. FW o2-IM B2-2 EXHIBIT "B-3A" (Supplement to Attachment B) Design Services for Design, fill and regrade of noise properties at Meacham Airport City Project No. 01399 SUMMARY OF TOTAL PROJECT FEES Consulting Firm Prime Responsibility Prime Consultant: Jacobs Engineering Survey, design of noise Inc area and hangar pad Proposed MIWBE Sub -Consultants I Project Management ; Design Storm Drain Associates, PLLC Culverts Rodriguez Soil Test for fill on hangar Engineering pad Laboratory Non-MMBE Consultants: NONE Project Description Scope of Services City M/WBE Goal = 17.8% Rev 02-10-09 B2-2 Amount % $ 188,607.12 82.2% I Amount % $ 31,855.00 13.9% 8875.00 3.9% I Total Fee MWBE Fee Percent $ 229,337.12 $40,730.00 17.8 % ATTACHMENT C AMENDMENTS TO STANDARD AGREEMENT FOR ENGINEERING SERVICES DESIGN, FILL AND REGRADE OF NOISE PROPERTIES - MEACHAM AMENDMENTS A. Article IV, Paragraph G: The ENGINEER shall not be responsible for recommending construction progress payments. B. Article IV, Paragraph H: The ENGINEER shall not prepare Record Drawings. C. Article IV, Paragraph I: The CITY has established a disadvantaged business enterprise (DBE) goal of 20% for this contract. D. Article IV, Paragraph K (1) (a): Delete: "If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT of location." E. Article IV, Paragraph K (1) (a) (it): Delete: "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." F. Article IV, Paragraph K (1) (b) (i): Delete: "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." G. Article IV, Paragraph K (1) (c) (i): Delete: "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." H. Article IV, Paragraph K (2) (b): The CITY will not be named as "additional insured" on the ENGINEER'S professional liability and worker's compensation policies. I. Article IV, Paragraph K (2) (i): Jacobs considers its insurance policies to be proprietary and therefore any such review of the applicable policies must be conducted at Jacobs' offices and subject to a confidentiality agreement. J. Article IV, Paragraph O: Permits not expressly scoped in Attachment A, Scope of Services, shall not be the responsibility of the ENGINEER. K. 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. D. 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. E. 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. F. Warranty of Compatibility: Engineer does 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. ATTACHMENT D PROJECT SCHEDULE This PROTECT requires a Fier 3 schedule as defined herein and in rite Cih/'s Schedule Guidance Document. D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in this specification, showing by Critical Path Method (CPIW) the planned sequence and timing of the Work associated with the Agreement. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: - Primavera (Version 6.1 or later or approved by CITY) - Primavera Contractor (Version 6.1 or later or approved by CITY) - Primavera SureTrak (Version 3.x or later or approved by CITY) - Microsoft Project (Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice -to -proceed, the CONSULTANT shall develop, submit and review the draft detailed baseline consulting services schedule with the CITY to demonstrate the CONSULTANT's understanding of the Agreement requirements and approach for performing the work. The CONSULTANT will prepare the final detailed baseline consulting services schedule based on CITY comments, if any, and submit to the CITY no later than the submittal of the first project invoice. The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY's Schedule Guidance Document. a. The scope shall be subdivided by work breakdown structure (WBS) representing the tasks, subtasks, and activities associated with delivering the work. b. The schedule shall accurately describe the major work activities, key milestones, and dependencies/relationships as appropriate to the work. c. The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D1 and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described in the CITY's Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, r • Other schedule -related issues that the CONSULTANT wishes to communicate to the CITI . D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work accomplished falls behind that scheduled due to factors within the CONSULTANT's control, the CONSULTANT shall take such action as necessary to improve the progress of the Work. In addition, the CITY may require the CONSULTANT to submit a revised schedule demonstrating the proposed plan to make up the delay in schedule progress and to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule tier for this project is stated at the top of this document. CONSULTANT shall submit each schedule relying on the CITY's current Schedule Guidance Document. D6. SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D. CONSULTANT's monthly invoices will not be accepted and processed for payment without monthly schedule updates that are submitted in the time and manner required by Attachment D and the CITY's current Schedule Guidance Document. CITY OF FORT WORTH, TEXAS 2 OF 2 PROGRAM MANAGEMENT OFFICE SUPPLIMENTAL PROJECT CRY OF FORT WORM TEX" 10 8 NaMe Dumilon I Start I Finish MTP PROCESS 310 da" Men 1011Oft Fri 29MI NonoetoP.00wa 0days Man10r19M WonlDnaroO 3 weia lnveaOwWon 42 days Mon iWMM9 Tuo 1222109 2 caopanlai . Residential am 28 dap Mon IMAM Wed 122/00 6 Survey - RHge tial Arn 35 days Mon 10R&09 Fri 17JI lM9 6 :. Survey - Depdc area 21 dap Man 1 VAM Mon 110M 7 3 Surrey EWSL Clumhel area 21 days Tue / I24ft Tue 12MOD e Prolladntry, Doelgn Phase 70 days -Eon 10119109 Frl IrM0 9 NTP Premnbiary Design - TxDOT 0 dap Mon 10f16ft Mon t0/10JOB 10 Pt9dndiwry 0950 60 drys Mon 10110/09 Fri 1010 11 &&M PreWldnary Design 0 days Fri 1010 Fri 11&10 12 PTe6nYWry Design Review - City of Fart Worth 10daya Mon IM V10 Fr1122/10 13 Comments - Cdy of Fort Worth oft" Fri V22/10 Fri 1=10 14 Final DHIgn Phase 43 days laid 1Rb10 FA 4123ft0 16 NTP Foal Design -TxDOT 0 days Fri 1/2N10 Fri 122/10 16 Find Design 45 days Man 125110 Fd 328110 17 Subnut Final Design 0 days Fr132&10 FA 3r1H//0 18 Final Design Review -Cay01 Fort Worth 10 days Mod 329110 Frl41W10 10 Cormmrha - City of fort %Vwl h 0 days Fit 419110 Fn 4tw10 20 Kowporale Final Oortsnents 6 days Mph VIVID Frt Mt&10 21 SuWW Revised Fiat Design 0 days Fri 4116110 Fd 4/1&10 22 Final Bid Documents Revlow -GTy of Fort Worth 6 days Mon 411WID Frt 423110 23 SoW Approves Bdd Docurrienls 0 days Fri 423A0 Fri 423H0 24 Btd DoatmeMs yrtemet Posting - City of Fort Worth 14 days Mon 412&10 Thu 51131110 2S BMdhq Phase 31 days Thu IW 3f10 Fri arzsfle 2e 161 Advwtbemenl-City or Foie Worth odays Thu W3110 Thu 6113110 27 2nd AdverEtenhem -City of Forth Worth Ode" Thu 5/13110 Thu 5113/10 2a Peep Meeting 1 day Tue 5118110 Tue 5118/10 29 o Open B Q7 0 drys Thu W13110 Thu 511&10 30 Evaluation of Bids 3 dap Fri 61I4110 Tue &1&fo 31 Aerdrd- .. . ,r.. 0days TWW18110 Tue511&10 32 Exso ie Contract - City of Forth Worth 26 dap Wed 5119110 Fri &25110 33 i NTP ConstruWen- City of forth Worth IOdep Mon 62&10 Fri 7VID Y--' Corts9urJi0n 150 days Mon 7112/10 Fn2WIl i WitFeA sMr f Mev �lun Sip GaWechnkal-RHIdsnlbl shoo , `� esldon0al Area Survey - Dopu area Sown ExIA Channel area , user"a ^ Frel4nkaryDesign • 1Pro0minory Design Review - Cqy of Fort Worth Final Design b 1Final Design Review -City of Fart Worth iorporate Final Comments Final Bid Docurnertta Review -City of Fort Worth w .81d Documents brunt Posting -City 0f Fmt Worth O 1 �;Evalwtiwi of Bids v Execute Contract -City of Forth Worth c&, NTP Construction - City of Form wwgr . Task p Mdesione ♦ Rated Up MBeslon0 O Project SUMMON -1r ku*= M sac am Fort Worth StW Pr Task Progress Summkry s r Roead UP Progress pup By SUMMON r r► Date: Fri 925M Critical Task Rolled Lip THk Split i............ l Desd6ne Critical Task Progress Roiled Up Orrticel Task %jza6aa*@ry External Tasks Page 1