Loading...
HomeMy WebLinkAboutContract 45454 CffY SECRi AW COMRACT STATE OF TEXAS KNOW ALL BY THESE PRESENTS COUNTY OF TAR.RA1' T THIS AGREEMENT is made and entered by and between the City of Fort Worth, Texas, a municipal corporation situated in Tarrant,Denton, Parker,and Wise Counties,Texas,hereinafter called the "City", acting herein by and through Fernando Costa, its duly authorized Assistant City Manager, and Charles Willis and Associates,Inc.,hereinafter called the"Architect", acting herein by and through Charles' A. Willis, AIA, its duly authorized representative, for the purpose of providing construction administrations services for the construction of the new Police Air Support Facility located at the Meacham. International Airport in Fort Worth,Texas. That for and in consideration of the mutual covenants and agreements herein contained,City and Architect do hereby covenant and agree as follows: SECTION I SERVICES OF THE ARCHITECT 1.1 The City hereby contracts with Architect as an independent contractor, and the Architect hereby 1 agrees to perform, within the professional standards normally accepted in the State of Texas, professional services in connection with the following general scope of work. Provide construction administration services for the Police Air Support .Facility at Meacham Airport in Fort ' . p worth,Teas("'Project"). The scope of services�s described more fully in...Attachment"A"of this Agreement. z SECTION 11 PERSONNEL j' 1. The following personnel will be assigned to this Project: 1.1. City of Port Forth � 1.1.1.Project Manager: Alfonso Meza,Registered.Architect 1.1.2. Construction Manager Mile Milam. 1.2. Architect 1.2.1.Principal-in-Charge: Charles A. Willis,AIA,NCARB 2. Neither party may change key personnel without the prior written agreement of the other party. r SECTION III CHARACTER OF ARCHITECT'S SERVICES � 1. Architect shall consult with the City to clarify and define City's requirements relative to the Projects and review available data. 1 2. Architect agrees to commit the personnel to each Project assignment as necessary in order to complete � the assignment in an expeditious manner. 3. The Architect shall advise City as to the necessity of City's providing or obtaining additional services and data from others required in connection with the Projects at City's cost and expense (which services and data Architect is not to provide hereunder but on which Architect may rely in performing services hereunder),and act as City's representative in connection with any such services of others. 4. The .Architect shall pay for the printing of contract documents required for design submittals and presentations as a part of the reimbursable allovwance. fnnF. I J Y'uYrM1YY,wry7 rYpll r A L J l 0 j Pali A'it Support Facility at eacham International Airport ITY !, � �g 1 of 9 . Charles Willis Associates,Inc.,Construction Administration March 2014 �. G MAI? =Wx= 'd 5. The Architect shall perform services as outlined in the Charles Willis and Associates, Inc. letter dated December 9, 2013, no subject, for the Police Air Support Facility, which is attached hereto as Attachment"A"and made a part of this Agreement. 6. If at any time in the course of the design,the City expands the scope of services,or the Architect believes the City has requested services that are beyond the scope of this Agreement, the Architect shall submit a proposal for additional fees and a written agreement shall be reached on said proposal prior to the Architect proceeding with the work considered to be beyond the scope of this Agreement. Architect shall not perform any additional services without a written agreement with City. Any services provided prior to reaching an agreement on additional fees will be non-compensable. 7. Architect shall apply for building permits and provide such service as may be necessary for the building permits to be issued. The City shall pay any fees for such Building Permits. SECTION IV SPECIAL SERVICES OF ARCHITECT 1. If authorized in writing by City, Architect shall furnish or obtain from others special services necessary to complete the Projects. These special services are not included as part of the Basic Services outlined in SECTION I - SERVICES OF THE ARCHITECT and Attachment "A." These special services will be paid for by City as indicated in Section V. SECTION V COMPENSATION TO ARCHITECT 1. The total compensation for all of the assignments to be performed by Architect to complete the Projects as described in CHARACTER AND EXTENT of ARCHITECT'S SERVICES and Attachment "A" hereof shall be $40,720.00 including up to $1,500.00 in reimbursable expenses, hereinafter referred to as the"total fee." 2. Architect shall be paid the following percentages of the total fee at the following stages of the project: 2.1 Monthly invoices based on the percentage of construction completion and closeout documents. 2.2 Reimbursement of allowable expenses shall have prior approval of the City. Allowable expenses include: 2.2.1.Printing Costs 2.2.2.Enhanced CAD drawings for public and City meetings. 2.2.3.Long distance phone calls 2.2.4. Postage and courier expenses 2.2.5. Other costs with prior approval of the City SECTION VI RESPONSIBILITY FOR CONSTRUCTION BUDGET 1. This Section is not applicable for this Agreement. SECTION VII METHOD OF PAYMENT 1. The Architect shall be paid not more frequently than once per month on the basis of statements prepared from the books and records of account of the Architect, such statements to be verified as to accuracy and compliance with the terms of this Agreement by an officer of the Architect. Payment according to statements will be subject to certification by the Director, Transportation and Public Works Department or his duly authorized representative that such work has been performed. Police Air Support Facility at Meacham International Airport Page 2 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2014) 2. The above charges are on the basis of prompt payment of bills rendered and continuous progress of the work on the Projects until completion. If City fails to make any payment required herein for services and reimbursable expenses within sixty days after approval of Architect's statement thereof, Architect may, after giving seven days written notice to City, suspend services under this Agreement until Architect has been paid in full all amounts due for services actually performed and reimbursable expenses incurred. SECTION VIII PROCEDURES FOR CONSTRUCTION ADMINISTRATION SERVICES 1. Construction Services: 1.1. The Architect shall assist the City by approving submittals,observing construction procedures and results,reviewing methods and costs associated with proposed change orders,and resolving construction problems. 1.2 The Architect shall attend periodic job site meetings,prepare meeting notes and distribute them to all participants and key project personnel. 1.3. At the completion of construction,the Architect shall conduct and document the final inspection and assist the City on the resolution of construction or design deficiencies. 1.4. Architect will review contractor's pay requests. 1.5. Architect will conduct final acceptance and end of warranty inspections. 1.6. The Architect shall provide electronic files to the Contractor for the Contractor's preparation of "Record Drawings"for the City's archives. 1.7. Architect will provide a disk with CAD files of all drawings suitable to use on AutoCAD LT or such other operating system as determined by the City. 2. All designs,drawings, specifications,documents,and other work products of the Architect,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 Architect will be at the City's sole risk. The City shall own the final printed designs, drawings, specifications and documents. Transfer of ownership of the contract documents does not constitute sale of the documents. SECTION IX CITY RESPONSIBILITIES 1. Provide criteria and information as to City's requirements and designate a person with authority to act on City's behalf on all matters concerning the Projects. 2. Upon reasonable notice arrange for access to and make all provisions for Architect to enter upon public and private property as may be required for Architect to perform services hereunder. 3. Designate in writing qualified persons who will act as City's representatives with respect to the Project for the purposes of transmitting instructions, receiving information, interpreting and defining City's policies and decisions with respect to Architect's services. 4. Review all reports, recommendations and other documents and provide written decisions pertaining thereto within a reasonable time. 5. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by Architect, obtain advice of an attorney, insurance counselor and other architects as it deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of Architect. Police Air Support Facility at Meacham International Airport Page 3 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2D 14) 6. Prepare easements and right-of-way acquisition conveyance documents, from description provided by Architect, contact owners,negotiate for or condemn all easements and right-of-way,pay all filing and legal fees associated therewith. 7. Provide such legal, accounting, insurance and other counseling services to City as may be required for the Pro j e ct. 8. Manage the construction advertisement (bidding) of the Project, issue addenda, distribute bid documents,award contract,and execute the contracts. 9. Administer the construction of the Project. 10. Provide inspection and construction management services. 11. Provide contractors' prepared field drawings to the Architect for review. 12. Pay all impact and utility fees and other fees not expressly assigned to the Architect. This includes fees charged by Oncor for new or revised service. 13. Print documents for construction advertising(bidding)and record. 14. Bear all costs incident to compliance with this Section. SECTION X TERMINATION 1. The City may terminate this Agreement at any time for convenience or for any cause by notice in writing to the Architect. Upon receipt of such notice, the Architect shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. 2. If the City terminates this Agreement under the foregoing paragraph, the City shall pay the Architect for services performed in accordance herewith prior to such termination, less such payments having been previously made. Such payment shall be based upon the work completed up to the date of termination of the Agreement in accordance with the method of compensation prescribed in Sections V and VI hereof. Architect shall also be compensated for all termination-related expenses such as meeting attendance, document reproduction, transfer of records, etc. Provided, however, Architect shall not be entitled to any compensation that exceeds the total fee to be paid hereunder at the applicable phase as stated in Section V. 3. Upon early termination or conclusion of this Agreement, the Architect shall provide the City reproducible copies of all completed or partially completed engineering documents prepared under this Agreement that shall become the property of the City and may be used by the City in any manner it desires. The Architect shall not be liable for the use of such materials for any project other than the project described in this Agreement. SECTION XI INDEMNITY AND INSURANCE 1. Approval by the City of contract documents shall not constitute or be deemed to be a release of the responsibility and liability of the Architect, its officers, agents, employees and consultants, for the accuracy and competency of the services performed under this Agreement, including but not limited to surveys, location of subsurface investigations, designs,working drawings and specifications and other Engineering documents. 2. Such approval shall not be deemed to be an assumption of such responsibility and liability by the City for any negligent act, error or omission in the conduct or preparation of the subsurface investigations, Police Air Support Facility at Meacham International Airport Page 4 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2014) surveys, designs, working drawings and specifications and other Engineering documents by the Architect, its officers, agents,employees and consultants, it being the intent of the parties that approval by the City signifies the City's approval of only the general design concept of the improvements to be constructed. 3. In this connection the Architect shall indemnify and hold the City and all its officers, agents, servants and employees harmless from any loss, damage, liability or expenses, on account of damage to property and injuries, including death, to all persons, including but not limited to officers, agents, or employees of the Architect or consultants, and all other persons performing any part of the work and improvements, which may arise out of any negligent act, error or omission in the performance of the Architect's professional services or in the preparation of designs,working drawings,specifications and other documents. 4. The Architect shall defend at its own expense any suits or other proceedings brought against the City, its officers, agents, servants and employees, or any of them on account thereof, and shall pay all expenses and satisfy all judgments which may be incurred by or rendered against them arising out or the indemnification; provided and except, however, that this indemnification provision shall not be construed as requiring the Architect to indemnify or hold the City or any of its officers, agents, servants or employees harmless from any loss,damages, liability or expense, on account of damage to property or injuries to person caused by defects or deficiencies in design criteria and information provided to Architect by City, or any deviation in construction from Architect's designs, working drawings,specifications or other documents. 5. without limiting the above indemnity, Architect shall maintain a policy of comprehensive general liability insurance coverage with carriers acceptable to City in at least the following amounts; Commercial General Liability $150009000 Per Occurrence $2,000,000 Aggregate Limit Workers Compensation Coverage A; Statutory limits Coverage B:Employers Liability Insurance $100,000 Each Accident/Each Occurrence $100,000 Disease—per each employee $500,004 Bodily Injury/Disease—Policy Limit Automobile Liability $1,000,000 each accident on a combined single basis OR $250,000 Property Damage $500,000 Bodily Injury per person per occurrence Professional Liability Insurance (Errors and Omissions) $1,040,400 Per claim $2,0005400 Annual aggregate 6. Architect shall furnish City a Certificate of Insurance in at least the above amounts. Certificate shall contain a provision that such insurance cannot be canceled without 30 days prior written notice to City. The City reserves the right to revise insurance requirements specified in this Agreement to the best interests of the City. 3 7. General Insurance Requirements Police Air Support Facility at Meacham International Airport Page 5 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2414) 7.1. Commercial General Liability coverage shall be endorsed to name the City an Additional Insured thereon. The term "City" shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 7.2. Certificate(s) of insurance shall document that insurance coverage specified are provided under applicable policies documented thereon. 7.3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 7.4. A minimum of thirty days notice of cancellation,non-renewal in coverage shall be provided to the City. A ten days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Architect's insurance policies. Notice shall be sent to the Architectural Services Manager,Transportation and Public works Department,401 west 13t"Street,Fort Worth, TX 76102. 7.5. The City shall not be responsible for the direct payment of any insurance premiums required by this Agreement. It is understood that insurance cost is an allowable component of the Architect's general overhead. 7.6. The City reserves the right to revise insurance requirements specified in this agreement according to the best interests of the City. 7.7. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 7.8. Deductible limits, or self-insured retentions, affecting insurance required herein may be acceptable to the City at its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7.9. The City shall be entitled,upon its request and without incurring expense,to review the Architect's insurance policies including endorsements thereto and,at the City's discretion,the Architect may be required to provide proof of insurance premium payments. 7.10.All insurance, except for the Professional Liability insurance policy, shall be written on an occurrence basis. 7.11.The Professional Liability policy shall be written on a"claims made"basis, and shall be in effect for the duration of this Agreement and maintained for a period of six years following the issuance of the Certificate of Substantial Completion by the Architect. The City shall be notified at least 30 days prior to cancellation or substantial change in coverage. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. The City shall require its General Contractor to include the Architect as an additional insured on its general liability insurance. SECTION XII HAZARDOUS MATERIALS 1. City acknowledges Architect will perform part of the work at City's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that Architect 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 Architect 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 Architect's negligence or if Architect brings such hazardous substance,contaminant,or asbestos onto the Projects. SECTION XIII RIGHT TO AUDIT Police Air Support Facility at Meacham International Airport Page 6 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2414) 1. Architect agrees that the City shall,until the expiration of three(3)years after final payment under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of the Architect involving transactions relating to this Agreement. Architect agrees that the City shall have access during normal working hours to all necessary Architect facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. The City shall give Architect reasonable advance notice of intended audits. 2. Architect further agrees to include in all its subcontracts hereunder a provision to the effect that the subconsultant agrees that the City shall,until the expiration of three(3)years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that 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. City shall give subconsultant reasonable advance notice of intended audits. 3. Architect and consultants agree to photocopy such project-related documents as may be requested by the City. The City agrees to reimburse Architect and consultants for the costs of copies at the rate published in the Texas Administrative Code. SECTION XIV SUCCESSORS AND ASSIGNS 1. The City and the Architect each bind themselves,their successors and assigns,to the other party to this Agreement and to the successors and assigns of each other party in respect to all covenants of this Agreement. SECTION XV ASSIGNMENT 1. Neither party hereto shall assign, sublet or transfer its interest herein without prior written consent of the other party, and any attempted assignment, sublease or transfer of all or any part hereof without such prior written consent shall be void. SECTION XVI INDEPENDENT ARCHITECT 1. Architect shall perform all work and services hereunder as an independent Architect, and not as an officer, agent, servant or employee of the City. Architect shall have exclusive control of, and the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees and consultants. Nothing herein shall be construed as creating a partnership or joint venture between the City and the Architect, its officers, agents, employees and consultants, and doctrine of respondent superior has no application as between the City and the Architect. SECTION XVII SBE GOAL 1. This Section is not applicable for this Agreement. SECTION XVIII OBSERVE AND COMPLY 1. Architect 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. Architect agrees to defend, Police Air Support Facility at Meacham International Airport Page 7 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2014) indemnify and hold harmless City and all 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. SECTION XIX MISCELLANEOUS 1. If any action,whether real or asserted, at law or in equity, arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas—Fort worth Division. This Agreement shall be construed in accordance with the laws of the State of Texas. 2. The parties acknowledge that each party and, if it so chooses, its counsel have reviewed and revised this Agreement and that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party must not be employed in the interpretation of this Agreement or any amendments or exhibits hereto. 3. This Agreement shall inure only to the benefit of the parties hereto and third persons not privy hereto shall not, in any form or manner, be considered a third party beneficiary of this Agreement. Each party hereto shall be solely responsible for the fulfilment of its own contracts or commitments. IN TESTIMONY THEREOF,the City of Fort worth has caused this instrument to be signed in triplicate in its name and on its behalf, by its City Manager and attested by its City Secretary, with the Corporate Seal affixed; and the Architect has also properly executed this instrument in triplicate copies, each of which is deemed an original. XXXXXXXXXXXXXX The remainder of this page is intentionally left blank XXXXXXXXXXXXXXX Police Air Support Facility at Meacham International Airport Page 8 of 9 Charles Willis&Associates,Inc.,Construction Administration(March 2Q 14) EXECUTED IN THE CITY OF FORT WORTH TEXAS THIS day of Ma A.D.) 2014. CHARLES LES WILLIS ND ASSOCIATES,INC. APPROVED: V D: n t I4 � f mry 4w. �ypi'c`Y1 « � N N�dYbi31ro16' � « « L"00 «. �' Ariz n,„� Charles A. Willis,AIA,NCARB Fernando Costa F 0 LN President Assistant City Manage ooc�) � 00 0 ftftm 00 4 APPROVAL RECOMMENDED: RECORDE « II « 0 , ro� By.- o as 'biers PE wry J.Kayser �* s, Director, ansPortation&Puh c Works Dept. City Secretary APPROVED AS TO FORM AND LEGALITY: r'1&C is not required for this Agreement „ry Contract Authorization. B « up � rt Douglas las W,Black Assistant City Attorney The Teas Board of Architectural Examiners,8213 shoal Creek Boulevard,Suite 107,Austin.,Texas,78758,telephone(512)305_ 90100,has jurisdiction over individuals licensed under the Architects'Registration Law,Texas Civil Statutes,Article 249a. OFFICIAL RECOR130 1 1 r J I 1 z x„r rr�a�orrd�i;Yl,ar,?rk>�nay��fr mur�>tr�xar�ff�rco ”. ."d^.Ydlmv uw�vn!!Mk,21iRR1�+1di'.,.w I�!AM°„oJ/�IR IYYI�I f�a�.�i li Y I IV''r�///1�U e )eN" � fJew�ld �i� ��Jjt I"�IIYI�I�Y�'p1JCl �°t Police Air Support Facility at Meacham International Airport ; ge of 9 I Charles Willis&Associates,Inc.,Construction Administration(March 2014). Irr CHARLES WILLIS &ASSOCIATES, INC. Architects-Planners-Aviation Consultants 1161 Corporate Drive W,Ste.170,Arlington,Texas 7600E{817}261-1863 FAK(817)274--8878 December 9, 2013 Mr. Dalton Murya'ma Manager of Architectural Services City of Fort Worth Transportation and Public Works Department 401 vilest 131'Street Fort Worth, Texas 76102 Dear Mr. Muryama, In response to your recent Request for Statement of Charles Willis & Associates Inc. (CVVA) Qualifications to provide Construction Administration and Closeout Services at Meacham International Airport, I am pleased to submit herewith our qualifications. We believe that this submittal is responsive to all of the requirements of the City with regard to services required for the Police Administration Division Facility being constructed. Our firm has the capability, experience and commitment to provide the City with strategies needed to accomplish the various tasks anticipated to be undertaken within. As you know,, we have recently assisted the City in the planning, design and execution of contract documents for the facility. Please note that for this submittal we have chosen to include the professional capabilities of four exceptional sub-consultants, Jose Soto P.E.. (Civil Engineer), Summit Consultants (MEP) and Callahan Engineering (Structural), these firms are the same team that designed the project and prepared the construction documents. Their qualifications are included in Section one of this submittal. Our extensive professional experience, along with these sub-consultants, brings together a team of professionals that have extensive collective project knowledge of the City of Ft. Worth end Meacham International Airport. We are submitting this statement because, in our judgment, the comprehensive nature of the services to be provided make our firm particularly well suited for this assignment. Here are the reasons that led us to that conclusion: We Are Airport and Aviation Specialists Our company is nationally recognized in areas of aviation expertise, ranging from architectural and engineering design, to master planning and environmental assessments, to unique specialized projects. While airport engineering, architecture and planning are our strong suites, we are extremely sensitive to special services required relative to the airport's role in the community and the area, to the regional concerns and issues, and to the needs of airport businesses and tenants. Our comprehensive experience is the result of many years of successful project execution, and encompasses virtually every aspect of professional practice in CHARLES WILLIS &ASSOCIATES, INC. Architects-planners-Aviation Consultants 1161 Corporate Drive W,Ste.170,Arlington,Texas 7'6006(817)26`l-1 863 FAX:(817)274.8878 its specialized needs. Our aviation experience is nationwide, and we bring that experience and knowledge to this assignment. We Have Recent Relevant Ex erience at the Airport We have been responsible for a previous project at Meacham International Airport, the helicopter maintenance facility for Cook Children's Hospital We are strongly committed to the construction Administration, and have successfully accomplished construction administration on a number of complex projects. We Understand Teamwork The proposed project facility, in fact, a team effort. The team is comprised of Fort Worth, the consultant, the airport users and tenants. Because of the density of development in the immediate vicinity of the project site and, the level of aeronautics activity near by the issues surrounding the construction coordination are anticipated to be of great concern and will require major coordination and involvement in all significant decisions. We emphasize an interactive team approach to the project and complete involvement by the city, airport management, and nearby airport businesses and users. Finally, we recognize the special relationship that must exist between the client and the consultant. We are committed to serving Fort Worth's best interests and acting in the City's behalf in the conduct of this project. We believe this commitment is fundamental in a professional relationship and that total commitment, along with integrity and problem solving ability, are the primary components of our services to the city. I believe that this submittal addresses all terms and conditions of the Project, and wish to express to you our sincere interest in serving the City. I will be available for further consultation or interviews at your convenience. Sincerely, Charles A.Willis, NCARB,AIA President CONSTRUCTION ADMINISTRATION POLICE AVIATION DIVISION FACILITY TABLE OF CONTENTS MEACHAM INTERNATIONAL AIRPORT Section One - FIRM CAPABILITY, CONSULTANTS & PERSONNEL - detailed yet comprehensive information about our company, our experience, consultants and personnel Section Two - PREVIOUS EXPERIENCE- information about our previous experience with the city of Fort worth and elsewhere Section Three - SCHEDULES AND DEADLINES- our approach to schedules and deadlines Section Four - PROPOSED TECHNICAL APPROACH - technical approach and components of service Section Five - PROPOSED FEE ESTIMATE -analysis of fees based upon anticipated level of effort required based upon a twelve month construction period. SECTION ONE FIRM CAPABILITY, CONSULTANTS & PERSONNEL. This section contains detailed yet comprehensive information about our company, our experience, consultants and personnel. Firm Capability CWA, Inc. has full capability to perform all of the anticipated services required for the Construction Administration for the project. The company has professional, technical and support staff required for airport and airfield engineering, architectural design, electrical and utility engineering, airport and airfield planning and related disciplines including Value Engineering, and brings all of this expertise to the Construction Administration services required for the project. In order to further expand our capabilities in specialized expertise we have associated with Summit consultants (MEP), Callahan Engineers (Structural), and Jose Soto, P.E. of AIM Engineering (Civil Engineering). Mr. Soto is a certified DBE, and we anticipate that we will be able to meet the required City DBE goals for the project. All of these associates have bath been engaged with us in previous Meacham International Airport projects recently. We are the design team for the Fort Worth Police Aviation Facility project and are very familiar with the project, airport and City protocols. The specialized experience and capability of each associate is shown at the end of this section, Personnel. CWA, Inc. will require each consultant to provide professional liability insurance to meet City of Fort Worth needs. The following pages contain specific information about our firm and the firms we have identified as our specialized consultants for the Construction Administration of the project. Each of the firms are described and general information provided. It should be noted, however, that we are flexible in our relationships with sub consultants and we reserve the option to add or remove sub consultants as may be required due to changes in project needs or for professional reasons such as conflicts in schedules, changes in personnel, etc. All such changes would be subject to city of Fort Worth review and approval. ee Meacham International Airport 1.1 Statement of Qualifications CWA., Inc. Rte® Charles Willis &Associates, Inc. is a Texas corporation with principal offices in Arlington, located midway between the cities of Dallas and Fort Worth. CWA, Inc. has been almost exclusively involved in airport, heliportivertiport, and other aviation-related projects since 1979. Projects include the design of several complete new airports, engineering design of major airport improvements, terminal buildings, helipor-tivertiport studies, major noise and environmental studies and economic impact assessments CWA, Inc. offers unique capabilities and experience with respect to the design and development of aviation facilities, and we are professionally committed to long-terra, continued involvement in air transportation. Our experience includes responsibility for design and planning at more than 110 airport and heliportivertiport locations, many of which are major air carrier facilities. We have also developed plans for airport industrial parks and facilities to accommodate business and industry, zoning and land use studies, financial and economic analyses, and arch itecturallengineering design. We have also completed LEED Design projects. We recognize and constantly strive to accommodate each client's specialized needs and take pride in our focus on personal service. We also serve as consultants to other engineering or design firms that do not have specialized expertise needed for airport and aviation-related assignments. Many of our projects have been directly involved with the Texas Department of Transportation, FAA, Economic Development Administration, Environmental Protection Agency, Department of Defense, and other governmental agencies that participate at airport and industrial development projects. We believe that we have achieved the highest standards of ethical and professional conduct and performance. We encourage contacting the references provided in this statement of Qualifications to verify our integrity and competence. Summit Consultants Summit Consultants, Inc. offers mechanical, electrical, plumbing, MEP and fire protection engineering design services for Aviation, Correctional, Educational, Government, Healthcare, Hotel/Motel, Multi-Family, Industrial, Museum, Performance Arts, Religious, Retail, and other facilities requiring careful design attention. summit Meacham International Airport 1.2 Statement of Qualifications Consultants, Inc. also provides heating, ventilation, and air conditioning (HVAC) commissioning services for facilities of all types. Summit consultants is based upon pillars of engineering excellence, a proven system of quality assurance, and dedication to meeting client's schedules. We look for efficient ways to solve your problems. We serve client throughout the United states from our offices in Fort Worth, TX and Denver, Co, Summit Consultants provided the MEP design services for the Fort Worth Police Aviation Division Facility. Callahan Engineering Callahan Engineering, established in Fort Worth in 2000, is a full service structural consulting engineering firm providing structural design services to meet the needs of a variety of clientele on all types of projects. Our goals are to contribute to the success of every project by listening to the Client's needs, provide sound engineering based on in--depth experience, and communicate and document clearly at every stage of a project from conception to construction. We provide full structural design and construction administration services for the following industries or facility types: Public and Government Industrial Military Aeronautical Commercial Educational Religious Food Processing Warehouse and cold Storage Housing and Retail Callahan Engineering provided structural engineering for the Fort Worth Police Aviation Division Facility. Jose Soto P.E. AIM Engineering, Inc. (Certified DBE) As a Project Engineer, Mr. Soto offers cost-effective and functional design solutions. More than 27 years of experience in project management, civil engineering and construction management/inspection, combined, have given Mr. Soto extensive Meacham International Airport 1.3 Statement of Qualifications experience to oversee project design and construction. Mr. Soto's project background includes aviation, military and municipal projects. Mr. Soto excels at managing and designing projects completed on time and within budget. Some of Mr. Soto's relevant project experience is shown below: Site civil Design — Police Administration Division Facility: Fort Worth Meacham International Airport design of site drainage, utilities, auot parking, aircraft apron and related facilities. -- Del Rio International Airport Taxilane and Apron Improvements - The project included design of a new air cargo apron, new Taxilane G, new Taxilane H, and new T- hangar apron. It is anticipated that Soto will design the new North Apron project planned for the Border patrol and Customs Hangar area. -- FedEx Site Engineering Design — Mr. Soto prepared the site planning, grading and utility design for the proposed FedEx Facility at Del Rio International Airport. -- Dallas/Fort worth (DFW) International Airport Rehabilitate Airport Pavements Project - The project included full depth repair of concrete pavements, runway and taxiway shoulder pavement seal coating, extension of TvWY VWF and the realignment of an ARFF road. Dallas/Fort worth (DFW ) International Airport Terminals A and C Re-Gating- Design for the pavement marking at Terminals A and C. The project included the re-gating of 55 gates at Terminals A and C. Sell Helicopter Plant Tilt-Roto Facility Amarillo, TX: Provided site design for the tilt-rotor hangar. This included site fire protection, utilities, including water, sewer, storm, gas, AFFF detention pond and site electrical. Arlington Municipal Airport Pavement Evaluation Arlington, TX: Project. Manager/Civil Engineer. Provided project management for a pavement evaluation project. The project included nondestructive testing of all airfield pavements to determine the remaining life of the pavements and improvements required for the pavements to handle anticipated future aircraft traffic. Meacham international Airport 1.4 Statement of Qualifications KEY PERSONNEL The following are brief resumes of our key personnel: Charles Willis, NCARB, AIA, Principal-in-Charge Mr. Willis has more than 30 years experience in airports and aviation, has prepared designs for more than 25 airport terminals, and has been involved in airport planning and design projects at more than 100 locations. While Manager of Planning for Dallas/Fort Worth International Airport, Mr. Willis was responsible for the management of planning, design and construction of major airport facilities. He was also responsible for the management and administration of highly complex, multi- discipline, fast-track projects, and managed more than 70 consultants and their subcontractors in one major project. He is extremely familiar with contemporary project management techniques, particularly in scheduling, communications, fiscal and financial management and project funding allocation. Mr. Willis is currently Project Principal and Project Director for the Fort Worth Police Aviation Division Facility and was responsible for the design and construction oversight of the recently completed Cook Children's Helicopter Maintenance Facility at Meacham International Airport. Mr. Willis is familiar with all applicable FAA rules, regulations, and procedures. He knows airport management and financial issues and the design of all airport and airfield facilities. Mr. Willis' aviation planning and design experience is comprehensive. He has directed project types which have included the design of several new airports, passenger terminal design, airspace studies, system planning, heliport/vertiport studies, major noise and environmental studies, economic impact assessments, and engineering design of major airport improvements. Donna Austin, AIA, RID, LEER AP DD+C, Project Architect Ms. Austin has thirty years of architectural experience, and on a wide variety of public sector projects, including transportation facilities at ports of entry and NAS Pensacola, Florida. She has Meacham international Airport 1.5 Statement of Qualifications also prepared construction documents for a substantial number of municipal projects, including schools and other public buildings, and also for private sector construction with retail and commercial buildings. In addition to her registration as an architect, she is a registered Interior Designer, ICC Building plans examiner, ICC Accessibility Inspector/plans examiner, ICC Commercial Energy plan examiner and is a LEED AP BD+C. Ms. Austin has served as construction coordinator for a major DFW Metroplex City, which required extremely complex review, prioritization, and documentation for needs assessment of various city departments, and coordinating with architects, consultants and contractors to advise ADA accessibility guidelines (ADAAG)for interiors and building sites. Jose Soto P.E., Project Engineer Jose Soto has been the Project manager/Civil Engineer/Construction Manager on a number of pavement improvement projects for airports and provided civil engineering for the Fort Worth Police Aviation Division Facility. These airports include Bridgeport Municipal Airport, Arlington Municipal Airport, Georgetown Municipal Airport, San Marcos Municipal Airport, Denton Municipal Airport, Mid--way Regional Airport and Collin county Regional Airport. These projects included the rehabilitation of existing pavements and the construction of new pavements for runways, taxiways and aprons. Mr. Soto has also designed projects at Fort Worth Alliance Airport, Meacham International Airport and DFW International Airport of similar nature as the projects listed above. Mr. Soto is currently Project Manager on the City of DeSoto Heliport project and is the lead design engineer on the Houston Southwest Airport Improvement Project. Both of these projects are being handled through TxDOT Aviation. Mr. Soto has worked with Charles Willis on several major airport engineering projects. ® Mathew Thomas P.E., Civil Engineer Mr. Thomas received his M.S. in Civil Engineering from the University of Oklahoma and is a licensed Professional Engineer in Texas. He has 22 years of diverse engineering experiences and has worked with Charles Willis on a number of aviation projects, including several at Del Rio International Airport. The following projects are representative of Mr. Thomas'work: Meacham International Airport 1.6 Statement of Qualifications -- Fort Forth Police Dept, Aviation Division Facility Fort worth, Texas. Provided site design for a new aviation hangar building at Meacham international Airport. The design included site design, grading, drainage and utilities. -- Desoto Heliport - Desoto, Texas. Provided design for a new heliport, - Del Rio International Airport Taxilane Improvements — Del Rio, Texas. Provided design for new taxilane improvements at Del Rio International Airport. The project included design of Taxilane H, Taxilane GA4 and Taxilane GA1. Perry Lefors Field Aviation Administration Building — Pampa, Texas. Provided site design for a new aviation administration building. Dallas/Fort worth (DFW) International Airport Rehabilitate Airport Pavements Project-- DFw, Texas. Provided design for the rehabilitation of airfield pavements at DFW International Airport. Del Rio International Airport Taxilane and Apron Improvements — Del Rio, Texas. Provided design for new Taxilane "G" and Cargo Apron improvements at Del Rio International Airport. Houston southwest Airport _ Houston, Texas. Provided design for new aprons, taxiways, access road and major drainage and detention facilities. Patuxtent Naval Air station Maryland. civil engineering design of the air traffic control tower for the Presidential Helicopter Program. - NAs Fort worth JRB Carswell Field IDC — Fort worth, Texas. Provided civil engineering design of multiple new and add/alter aircarft6 hangar, shops, administrative headquarters, operations, training, pavements and utilities; Complete utility services design including water, sanitary surer, gas and industrial waste lines. Meacham International Airport 1.7 Statomont of Qualifications Specialized structures like lift stations and oil water separators. Mass grading, roadway design and resurfacing, drainage structure design and channel geometrics. Pat Callahan P,E., Structural Engineer Mr. Callahan has teamed with Charles Willis previously on the following projects: - Cook Children's Hospital Helicopter Facility - Fort Worth Police Aviation Division Facility-Meacham International Airport, Fort Worth, Texas -- Hutchinson County Airport Terminal, Borger, Texas - Del Rio Terminal--Del Rio International Airport, Del Rio, Texas -- Stephenville Terminal-Clark Field, Stephenville, Texas - Grand Prairie Municipal Airport, Grand Prairie, Texas While at Callahan Engineering, he has been the Principal--in- Charge of the following aviation projects: Bell Helicopter ARH Facility-Alliance Airport, Fort North, Texas -- Bell Helicopter V22 Hangar Expansion Facility= Lubbock, Texas -- Refueling Hangars 210, 2 1 1 and 2,12-Lockheed Martin Aeronautics Company, Fort Worth, Texas American Eurocopter Delivery Center Hangar, Grand Prairie, Texas ® Steve O'Kelley, Summit consultants, MEP Engineer Mr. O'Kelley has worked with Charles Willis previously on aviation and terminal projects at Del Rio; Grand Prairie, Fort Worth, Stephenville, and Sugarland, Texas. He has been Principal-in-Charge at the following airport projects: Fort Worth Police Aviation Division Facility, Fort Worth Meacham International Airport -- Mechanical, Electrical, Plumbing & Fire Protection design. - American Airlines Maintenance Facilities office, DFW Terminal A -- Mechanical, Electrical, Plumbing & Fire Meacham International Airpott 1.8 Statement of Qualifications Protection to renovate 65,000 sf of existing terminal into shops and maintenance offices. Delta Airlines Expansion, ®FW Terminal E — Mechanical and Electrical Engineering for expansion of existing terminal baggage and support areas. -- Landside Expansion, DFW Terminal 3EC — Mechanical and Electrical Engineering for expansion of existing terminal baggage and support areas. Federal Inspection and International Arrival, ®FW Terminal 2W — Mechanical and Electrical Engineering for a new customs inspection and international arrival lounge. American Eagle Terminal Renovation and Expansion, Boston Logan — Mechanical and Plumbing Engineering. Meacham International Airport 1.9 Statement of Qualifications SECTION Two PREVIOUS EXPERIENCE This section contains information about our previous experience at airports and aviation facilities. The foldouts on the next two pages represent comprehensive project experience of CWA principles and staff, and CWA, Inc. The vast majority of these projects were completed well within budget and on time. Following the foldouts are references for a number of projects. We encourage contacting these individuals in reference to our services provided. Meacham International Airport 2.1 statement of Qualifications WgUKmmxKn no goz�-Tz> ItA 0 Z M In c 0 0 irD 0 0 r)w 0 0 a a C: 0 ra (D ::z W m 0 R r- ? CL 0 A :E --i=r- 2 0- * ->- o =j-=1 (b rl W M V;, :7 F n 0 0 a 1.0 Ut 2: > cl rD 4 -0�-; �l u 0 G):3 w 2 0 to >> ZO) CD to 0 @ 0 C) o C: 0 M u<0 0-0 r)0 a:3 M 3 3 9= M m ju a =1 0 @ 0 CL :) —q 0 —-n n c n-5 < 0 -0-a -, 0 =L m Ig -5 r 'i. ex a 5 0 n- 3 vi M CD r+M W -0 5F q a: a r L 0 0< 10-CL 0 0 :1 tD yk -7 to :3 >:3 > :3 to 0 = r-j 0 q q;�L K=-u fu +n) =; RIP r-U:l nO , C C a, ei� (D :3 q 0 b c: M r):3 ❑ :r--0 ID >fu 0 K 2.c A 0 c a-_5 In 2q-w 0 t :3 5 5 —G)-1 4� n -a r) 0 -n > 73 In CL 0 c :3 0) Z-@� I , X-C) R'u c 0 =1 >0. (D x ro-0 :3 ID -7 -0 fO C :3 w 0 n co 0 =%-:3 W -3 -n 0 Lon U5 C) TA x-t 0 <! 0 IA :3 I-Ic ;x %< -,>>0 3 In 0 ;I q LA > 0 >W 0 , - M > il > -2 0 -n -4 >> o-8 ❑ =. 10 a :3 0 M -,—m rn - 0 0 0 0 0 --1 OD o 0 > ;:� m x 0 x RL 0 w si- w >A, :3 4 > x to ;I fu 3 U:1 w 0 rb 0 0 0 ta =r W ZX W E7 M M 0 r- ZE: 0 x 0-P I I >tA ;t 0 q� 0 %n M vt > CL c 0 CL w CL lu 0 =1 0 1 4 n "- 17-m , --i--' < 'A ID 0 ❑ 0 0 t4 * 0 -a 0 U3 0 SU M w ;q 0 -4 5� tA X 0 0 -a w 'Zl m m M. ko n p n 00, x c m C3 0 V cu w C X — rd :113 ro m w X, x CD -4=r --t =7 � 0 (D N x CL X im 0 m -a- 0 fu m 0 m tA tn M Ln �n 0 x M tA to tA 0 tA I In En Z3 W t4 z zoo 0 z 0 Z Z Z 0 zzzzzzzzzznKr ,GI -4 w tn Z m Z Z Z Z��K K G) m m m 0 0 0 0 0 w w 7L3• 0 C) m (D m m w IrD=0 m a' --m m —=*m -_j-n n m 3 5 m AL z q 3 3 CL ua U3 0 5- Z-n r) =r io to n C) > n' > > -J >> 0 =L fo CD 0 w zy > 0 -, M RL > b 4 In an K(5 �5- Ima on ❑ 0 0 0 0 0 0 0 0 0 2. n r- rD >0 0 0 0 0 0 0 0 0 0 -n 0 rb q4 A ;I CL q n 0 :E-4 2.K K 0 CL q 0 D q > t F T K > I M c 0 0-0 C:7 U2 rD ❑0 M-0 :7 Z) -1-a (D c x 0, 0 0 ❑0 r 0 CL :T — w >•p t -< :1 M-1 0 < -0 = a 4(a --1 0 Q.W :3 Q) n C pr W-A -0 �n o M w >< CL m fD o u-ZM7 ;I- a:0 -n f>D go X --.w 0 > > c 0, In * q 0 5-3 0 to 0 DL 67>a m 0 w ❑ < M , —--"* :E *fu w-0 S 1. 0 C: 0 o w w (D :r > r 0 CD tA > 0 n 0 CL 0 -4 -4 ZF--00 Oq In 0 rb 0 ;4 In 0 717, 0 =r, o q-a-8 n- jw ❑ W 0❑o--4 0 �(D > 0 -4 x 0 0" 7v ju 5-❑ C) 0;4 q a < 0 0 It w 0 0 0 K -0 v) > m a jW to cn 0 — X a 0:3 - q x -�:: a , I ry 0 D 0 ttl* --i *, JU ;� q "S CU 0 zy ET :3 to -1 :3 q 0 q E;in. rD C -4 0 ta 0 CL:5-x CA E a (D f5 1W m 0 0 a) --3 x CA CL 0 ul r: ❑ X K 0 CL CL T m x Z1. ju m g IW =lb w fb w x tn n o tq 0 LA> 3 ta ID ;4 5: 0 rA L :3 im w :3 0 0 =1 C) C) CL IA 0 -P m K ❑0 X IA 0 w w Im fu n- m ffl� -4 o 0 0 a — 0 (D x rD En S. M 0 Vm i 0 =0 3 c rD to m w al 4-11 0 rx :T �e_ 73- --f 3 w tn t CA ❑ ❑ m 3 F+ 3 3 g C CL F to ++ + + + +++ + ++ ++ +++ +++ + ++++++++++M + + + +++ z z z V) Z'° z z K n m Zq m 0 K z 0 z 0 tn>z M z 0 0 n n C);N w K w=!>> zzzzzzzzz m m m m w 0 n-CL Im m m m m 0 0 0 0 In o A) (D W 0 m rD w CD w 3 0 r" :E r-L to <-0 L) =L q m Z3 w < M CD -0 0 0 W 0 0 > tQ tb+04 > fv on> S-,0 8 —CL 0) :3 O= 0 w 0 c --3 W 3 =L CL M K m r- Z3 'D > ❑ 0 :,3 0 -0 :� :3 K zi ;'; r- D U-< 0 0 0.m 0 K M m�a -CL Z3 > cr a-3 -'0: 6 n 5 a 0 0 ❑ m U; w 0 n 0 0 ❑ 0 0 0 0 ❑ 0 ❑ 0 S 0 < 0 > ;4❑0 t C 0 n--J 7V-0 0 v v 0 =1 K -n K K tA K w >-0 CA 4 = �a n--n as ❑ 0 z--a ;u R,A m --,tD %< 0->FK 4 > eb m -- n 0 r) >-0 C-0 J 0 5: & =1 o 0 m 0 to-T3 n a<, >-3 - -0 -0 0 fD IM -jW w M --0 > M x to M 0 1:0-n;t 0 W C: > W 0 M C) a) -:7 cr ;4- ;4❑ co q-m >-0 =r w (D w 0 > 0 < a: a > r-L <M r) 3 :3 M a) CL 0 a I q ro 0 w > n t >'CL (D >w wl in 0 k❑0 0 n) -n 4 rn 0 >(D c: n r-,. 0 K 0 10 'a V, �v D q 3 ❑ CL K o IN jw ju D >-u n 0 q 5-9.�p -u=!- 0 1 0 M X 0 :3 0 0 r Z� ;v 8 0 Ah l n) 6 -�'m IQ -, < 0 ❑ =F ul :3 x w I - o -4- 0 41.= M Z; 21 C4 0 0 1 a, < Qj r 0 m f& 0 m 4 Z :3 ;1 lb ur 0 W c CL rD--j tn > F+ n n!-� %A M x 0 - !--.R 0 x r; ;z G1 0 -4 0-0 X _K<t =0 < cu 5 TA r_ :E m -u N. --j t n- -4': ii �>.-,:c X X =V1 CA x 5 In -0 ❑ ❑ 0 Z3 w " 0 014 Et 4 R I tA 0 0 I x x :7 x W fb to m ❑0 C3 w = 0 X cr -4 Ln nj wh :3 (D --4 0 0 0 CU ❑ EL `nt -4 y x fA w 0-CA X X rA X w 0 f0 N TA y 0) 0 0 tn x M. N Q) tn + + + ++++ + M +++ + + + z ++++ + + + + ++ 0 0 00 Z En tn Ln K >z t->>0 GI-1(A LA w z tA 7P iA IS! > K K @ 'D 0 r-L(D x W M-0 M =Y'M M a m m 0 0 < M tn 0 In m q m 0 a 0 U=� yq-, n :7 :� CI- 0 * :� :E 0 m - 3 n-3 t4 0 CL V) =r (D 3 a LO >tA -n >MIR n P+ (D -to :7 > C: ;A >0 U:j - -e+ -"46ft C 7T, J > V) r) fu w -1 rD rD :3 m--Ln m fD --rj 0 ID rb m Dawn n m -a n E < K CD lb rD M-2 0 r-L >B 'D >m -0-0 (D K > 0 0 a 0 (D -n'a 0 0 ft 6:4 r- D ID ID 0 ID K K 0. K D K K fD K :-C EL K q U3 <-u LA 0 a m K 4 w J L3�%,j K =F :y K T - -n---q iv-i- 73 -lu :S- 0 Ej7 0 JW -,j 02 --0 0 =0) =cl -4 Ic rD D ItA Fi,-, -0 =) :::; > cL-0 no Bt 0 >::I W > -u w Q. LA mi X >07> %A fn >nz-0 a-4 rL -n �n EL --u-0 > kv UO(D - - nj V) m rL 0 0-Y a rD �L> >fu k>E L><• (D rD 0 ❑ 4; > > > > fo 3 a, > 0 73 -a zh 0 n Z,>T- ID 0-0 fl) 0 n 0 0'03 n (-);t-2 --0 n 0 , a 0 0 0> 0 0 0 -a -4 0 LA 0 M 0 q 0 U3 fD 0 -4 4 3 ;1 (D D 5 X C; :3 rD K T CL 3 ❑ V CL En -U W CD (D Ln 0 -5- 5 0 < ❑ D C: ) > rD -ml!�rD >X Let k ZL 0 M M to ❑ LA Ln m g t X 01 X 0 W -0-0 a, EA 0) rb 0 14 (n w 0 AqP X 0 m=F :3 71 c TD U'J CA Z) > x 0 0-P-0 CL 0 ro 0 :y (A 0 0 M M K > r_n M 0 CD m Z cu Z :5. LA EL U3 0 0 0 0 0 K 0) 4D CL tm, ni m tu x m -F f-+ CD W w x 0 0 fD at 0 0 M L4. W tn ta 0 X x C) Ln :3. 0 rz m =; (D rn z n 0 m �z0> Z- ZnEA n=LA Zvs02 —1 ❑t z���������G�2G�Gl�DC]C]0 ❑vn�-0 wn��n �� n ro 0 �-a � 0 m'13 to ro 9' n ro �7r rc ro n n m m m w �rfl m � - x-tv to � m m 0 m �m � 3 -C g .M"i.•3 w �� =r'o, � �ro �* H GE k CL r❑•: � =' � �' � �in w m xu m m m� ri❑�3'rz❑-'c ID to ro e►r n C ►�tg ❑ `c ro m rn •`❑ tn � ❑ 3 3 fS C3 r+ ❑ ❑ > C Q E 3 D ro tn m a ro 23 n us to sn ri [D 0 a re D ter sv fl ro a: ru 0 ttt C:7 r r m m ro ❑ ❑err fB r-m y a m o ca !m ro ro n m � ❑ •� m �° - .-- 3 ❑ C-0 ❑ x , C a T � C i] C � ?�`n c@!? C C CL`�°a x 10--o❑ m --n c 0 c m ❑ m 5 p.�` n 3 m m c ? trr m-a n,rp ❑ _� _U � C C 'c y . n�] ti rn ❑ C ri n w n' ❑ ❑ .+n m n'n e� e��G] ri q tn ro a rCp n ri ri m+vi C ❑ n. �' r�0 "tY (fl �.C �.ro ri r m rp _ -�'a N CL 0 R, as m w 3 m °' 0 w _ m ry �'"0 3 m 77 @ EL [u w m ayti' m n cxr r° yy a—' ❑ �°'► Qb❑- :3 mt y>y`❑'� C 0 �a _a Y >yanh.O 0 ��-a`a' z=ro A�` n n�-2 na ro d-a� 4-;�� °'-3 a� ���Q- a ❑ m`o'mma ��` -a o -a ° °' ro �, n n x-a ❑ °p ° m 6 =r m to.c ° ° , ❑ o m y w y—1-0 0 > 3 n ° m —c fp _v, n �to ❑ � `t7 4=� ❑ -, M ❑ �s .z a su m O a p '`} C-1 t in to x t 4-u m-� nt �x �m �[I r-r M❑ T� yr r � �❑ T =s � Rxs ��+ `+� > '� (D ❑ in m ro c 'r3 r° ni tom "�y r�u ,°„' ❑3 m m m m a ❑ x ❑ rn - m y❑ to x❑ � 3 w •E ° vi n 3 `� ' m.n'�, T m a ❑ x '-` a-� —to ❑m nr � � � 3 n u� su ry o �'3 :1 0 a A�, v, u n o ry z a `, to to y a- c nx+ "' -f ° 3 y ro -•4��•L :� m �� m D m m xss � � c C7 ❑ � cr w ° n o0 X to -4-A,4❑ � mi x tn x ❑o ff.fl.rD = cn]{ '�pf tqn w ❑ rD y x tb x x i 4 ro m x 7.r to x ''; 6 ❑ 0 -wi y 3 ❑ D w m m ro x Q�' -t ex, nz su m N m 1 ©0 a ro 3 to vs �++ rn m ru X 1D to ❑ :Y- 0 x x m w w w fu m m N rS y _ d O C y. m m T T T+ T T T T T T T T T T +T T T T T T +T T T T T++ T T T z z !� M C 61 G7 G)m M❑❑ ❑❑ D ❑ C1 © p v n w up tm y_3 Z to to to -q ro m ❑ ra m n C c y m m m m al m m 3 m ns �, m -� ro ro m cr i (D ?�2 n m - to � :3 ��-r nn. ni N n+ ro n►m g * D � O� ¢' 3 ❑ p-tw--1� c ��'� a=-t A`C Za c Ci y ❑ c -n+� to ►,��❑n• 1v' v+-4 � Z9�Qm ��� a �cn0 C �- rn ,r.t n' ra rn '❑ [� m _, °°r- r �n -❑ m la rn n t�v g ro M 0 m m ZY 3 c .Y m rn �m �'a ❑g Q a a r�r 3 m ❑ 3 ❑ a n oy.l a_ ro ro n - ro -1 � �3 D 3 m`m C -I w rz ro w fu 0 7C]C fl-i n❑ -4 m '� ` �?a m r3+++ .n m sn ❑ D w c m m 3 �p ���� c❑i+��� x>p 0�n Z CJ 0 x X ro D m❑ro C ry >m:''❑ rp of m X°t c�-s n ""' n c 3 n 0 ro t a z m`_� �' ru 3. m m C x �. m a °- ❑ a ❑ n 3 v. .❑. w X 'rS-f— to sas c n m v+ 0 n T Z w > LO y y ro x to y°�—' y p ri n °�—' w 0 0 0 w D ro H CmJ °!,i N o ro ?. x x y x _>w 0 - Z3 3 % °' °—' n' > m rvmr ro yo y-�•o- _=`� y". ra a to ni y =° �3 ❑m c rp rr,o n a m Z ro t]u ty ❑ ❑ ❑ rt n , 0 ❑ t w ❑ -0 H ❑ m�x a-0 ❑ � n� to to � G H � � z to ❑ to a�-a o to �, ° � t u CD vj �' td � :3 a.� t T t? K C Z� � m t 0- ���m �� t ❑'❑3 ❑ w ro C �m fn n rr ❑ w ro G z r0 ro n (D D ro K @ �• °7 ❑ Z to W � ' Z vVb rU � Z� � rR rE� ro-� � ""1 x t p� n r !1 � � � m C rn ro its Z ro tom , w nr v+.❑E-0 ro m ❑ Z to ❑ Z m w? -i m rn ro u' H °; w �❑ m K Z© iw m ;+_rya ❑ ro nit U� m to i ro t H� m to g °—` � m 3 nxi t N m + +C ro + ++ + + + + ++ +++++� ++ + ++ ++ + n z z� M 0 to-n n _n n n n n ❑A C 21c Z-n;t,�; c w rn to 0❑ ❑ V)m ❑ a .+ .» T: ru to:ar ❑ If M O to tqn 2 n a 3 y tn n' � v m K, Qy❑ T❑° tntn-`�_��n n'q n=nz�M��cn ❑rn�n' ❑ v' n rp" I0 ❑ tQ p�n-fib ar �[ tt' m a m G Gl❑ �sss C�m d u p❑ v= to n g 3 G ❑ m ro _'+rn p N m m c rb m at rp ❑ G7 ❑ H x m ' R n c ,w 3 n m ra CO ro m m o ru Y r S -t `-^-c �a t i 73 �•m to aT -x ro ❑ �'m ❑ = ❑ ❑- v, . 7C 3•,N+ o tra o rn CL ❑ w- -n-0 -v w @ a r�o ❑ H ❑ 3 O ra ro a .., X 0 re a�" I ri La 0 w n3 . ` m ❑ n ❑ a - 3 " ,s, n v,o ro: 3 -n* 3 P Z-rt t°1 �w rn - Z 3 a v 3 m n 0 m M Co m „� �" � -f❑-! -t ro rU❑ `_C -n G1 m❑ C) ?[ m w � °—' n-a`# c�— �`° � � T�x �x wtA na, 0 > � +' c_ron0 �0 � n m "C7 v ❑ `{ nT p ` x x vai =W m C g a--t M U2 C c -f tn t❑n m x a ro ❑- n (D m-❑ ro to —w rho , Z z 0 �' w ry —ro = ? w m 3 C [i to m m rsr cn r ❑'�*zi 1 Q I '' C7° `° r„ _� 3 ,� Q N=¢ n a r?.3 p— ❑- = M x a 3 w w cz ro ro m t? -❑ -4'",� �. [i .a w p C n a 5 c y > -a y ry CD D m CD D m �,0 IV m D D-0 67 0 ®- -0 w rrD ro n 'C G+t��`n � H � C �n 3 �`a rD � ❑ In �l M � d a ❑ F t x m T P-> a n � o °—' tR „3❑ tm r° ro � ro °—' c C cu rn CL nr its n tro' I 9• j a m g- K m d 3 w O = n a m w m av 3 0 t i z x _9 m ;l. ;v m p zr w n m 3 ' 3 IV to to m y ..� 0 > o❑� >> �c ccc� a --1n A n t z❑ v �ro z z ❑> >� _ .t CL to ro rn ❑ c � ❑ to to to tri ❑ y m i] V ❑ ry to x o c ❑ °—' — °i {'p' 0 n m ua `: zi c 4 y >A A�q N rt -� v ; A� = m c m' ` c�j(] �, 0° an� `��� �-n ,n���❑ C� 3 �❑ � ��7q�-,�m ❑ w � ar `,� °vi a m n M 3'� n jfl d,m n ty q rrro ❑ n�an W �Wto Kn m pa rff y�..��nD�I❑ �� 3 0 ❑ ❑ �� to ra >C n 3 x ❑ '� q m W �*ro = ro x ❑ ❑ v'O n ry �, m ro ro G1 its n `v m ,, c m n m ., 3 m =rya 3 0 0,C❑3'c °i _�+`c �I to c v 2 O; va, '� Q A v =� so n rZ 0 `� e ,4 p 0`< 3m'� :n ' 3nom,'3°r `�° n -3 �=' 3 -n to °'0 0a �: v+ tAto � 3 rQ ,,n�-r,an fu tn�y t" r� 3'ta� C °}r`c ° K>-4Z' „tn� 4;t �� Hwt- -w ro n ,�-,•-� ❑ ❑ C r> 1 fl a C , m �.'❑ I n ro w ro°� `` A T� rf7�+a .' a a c v+-rs n a 3 w m ❑ , 0 :h x 0 ❑ m ,*ro p ,� r�u ❑ p m ro °' m a; °—m ' sU sss p,*y 3 -❑ W ❑ m _>�. � Gl *c x - _ _ `w w to n s^ rro a Cv°i,� fl3 �„y n -1 tF+ O rn C ,t"r n ssi m yt '�* v� m 3 @ `c c. 0 � r N x-0 � �n g�� � � z t��► n `°.� 0 C� - ��n� ' '� tp Q .'a sn a c a m -v y u a m ° '� n 0 ro oj au n t'7 r3 C,4❑ 0 ❑n , C t 3 t 7 Es n❑ is ro in -=3; C m C a �s -0 a , N c ❑ ❑ s t `I rn 1 t ra o-a a 3 "' rp m 0- CL rA to ©n its I .+rIs 0 !7 X-0 , tq C] FL 3 a �,su n• ro 3 n O m n EA to 1-41 0 i m i❑ m o 5 ❑ 3' m.2�r c ❑ ❑- °7 vz 0 to ❑ I 3 � m �[ �to C �. V) m ❑ ro -� -t ri '" a + a 3 C m tr t H �x ro at -1 C 3 tQ c m n x �s m rp 7C.0 r _ to ❑ tss x -� t,n ro Lt � m Z � 3 x to LA CL D n ? w tin tn y ! m two v, < N ro .�j C ' rya 7C m to w ,C C) m v+ `vr D F-+CD to {I7 CA C °i m Icl Iii LIST OF REFERENCES Mr. Drew Wells Mr. George Montague Director of community Services Director of Real Estate City of Stephenville cook children's Hospital 298 W.Washington 801 7t'Avenue Stephenville,Texas 76401 Fort Worth,Texas 76104 (254)918--1294 (682)885-1614 dwells ci.stephenville.tx.us georgem(&__cookchildrens.oLg Mr. Terry Mitchell Ms. Cynthia Godfrey Assistant Director of Aviation Airport Director City of Dallas Mesquite Metro Airport LB16, Love Field Terminal Building 1130 Airport Blvd.,#100 Dallas,Texas 75235 Mesquite, Texas 75181 (214)670-6086 (972)222--8536 E-mail: tmitchell@ci.dallas.tx.us E-mail: cqodfrey@ci.mesguite.tx.us Mr. Joe Parks Mr. Len Franklin Chairman, Airport Manager Okemah Municipal Airport Board Houston Southwest Airport c/o Parks Brothers Ace Hardware 503 McKeever Road Okemah, Oklahoma 74859 Arcola,Texas 77583 (918)623-0772 (281)431--2581 E-mail:ios.a.garks@sbcglobal.net manager Qhoustonairport.com Mr. Dalton Murayama Mr. Mike Wright Architectural Services Manager TVVG Properties, LTD City of Fort Worth Business Jeff Center 401 West'lath Street 8611 Lemmon Avenue Fort Worth, TX 76102-4616 Dallas,Texas 75209 dalton.murayama�fortworthtexas.gov (214)654-1500 E-mail: mwri ht business'etservices.com Mr. Randy Byers Mr. Bill Welstead Airport Director Meacham Airport Manager Grand Prairie Municipal Airport city of Fort Worth 3116 S.Great Southwest Parkway 4201 N. Main St.,Suite 200 Grand Prairie, Texas 75052 Fort Worth,Texas 76106 (972)237-7593 (817)392-5400 rbYers gptx.orp bill.welstead@fortworthtexas.gov Meacham International Airport 2.4 Statement of Qualifications SECTION THREE SCHEDULES Schedules and Deadlines Schedules are important in several ways beyond the primary purpose of meeting airport capital improvement requirements in a timely manner. They are also measures of professional management style (ability) and of the consultant's understanding of project requirements as well as the real world conditions that will affect planning, design, funding and construction of the work We believe our previous experience and performance in delivering projects has been exceptional, and establishes unequivocal evidence of our commitment to meet the city's needs with respect to meeting schedules and deadlines, and timely project documentation. We have met or exceeded scheduled deadlines for design -of projects, and continue to perform as project designer, construction administrators and on-site representatives on behalf of our clients. Current workload Our current workload is such that we can undertake the project assignment immediately, and meet project obligations on time, within schedule requirements. Meacham International Airport 3.1 Statement of Qualifications 4' SECTION POUR PROPOSED TECHNICAL.APPROACH We propose to perform Construction Administration Services for the Fort Worth Meacham Police Aviation Division Facility in accordance with the following scope of work. Scope Construction Services Servicess 4.1 The Architect shall assist the City by approving, reviewing, observing construction procedures and results, reviewing methods and costs associated with proposed change orders, and resolving construction issues. 4.2 Architect shall attend periodic job site meetings, prepare meeting notes and distribute them to all participants and key personnel. 4.3 At the completion of construction, the Architect shall conduct and document the final inspection and assist the City on the resolution of construction or design deficiencies. 4.4 Architect will review contractors pay requests. 4.5 Architect will conduct final acceptance and end of warrantee inspections. 4.5 The Architect shall assist the City in providing electronic files to the contractor for the Contractor's preparation of "Record Drawings" for the City's archives. 4.7 Architect will assist the City in obtaining electronic CAD files of all drawings suitable to use on Auto CAD I.T. or other such operating system as determined by the City. The city will need to obtain written permission from the Architect of Record to allow reuse, change or alteration of plans or specifications to create "Record Drawings" or for other such purposes, such as change orders. (see section VIII, paragraph 5 of the professional services agreement for the project.) Meacham international Airport 4.1 Statement of Qualifications SECTION FIVE PROPOSED SCHEDULE OF FEES CWA,INC. FEE ANALYSIS CONSTRUCTION ADMINISTRATION AND CLOSE OUT CITY OF FORT WORTH MEACHAM POLICE AVIATION DIVISION FACILITY 11-Dec-13 TASK 5.0 TASK 6.0 Construction Phase- Administration of Project Close Out TOTAL Construction Project MANPOWER CLASSIFICATION HRODUR Y MH AMT MH AMT MH AMT Principal $175.00 20 $3,500 10 $1,750 30 $5,250 Senior Architect $110.00 60 $6,600 20 $2,200 80 $8,800 Civil Engineer(partial subcontract) $110.00 30 $3,300 18 $1,980 48 $5,280 Architect $110.00 60 $6,600 16 $1,760 76 $8,360 Structual Engineer(subcontract) $110.00 12 $1,320 4 $440 16 $1,760 MEP Engineer(subcontract) $110.00 20 $2,200 12 $1,320 32 $3,520 Technician $75.00 30 $2,250 20 $1,500 50 $3,750 Clerical $50.00 30 $1,500 20 $1,000 50 $2,500 Sulu-Total $27,270 $11,950 $39,220 Reproduction(reimbursable) $0 $1,500 $1,500 Expenses(Travel,etc) $0 $0 $0 TOTAL PROJECT COST 262 $27,274 120 $13,450 382 $40,720 Meacham International Airport 5.1 Statement of Qualifications