Loading...
HomeMy WebLinkAboutContract 45662 CITY SECRHAW CONTRACT NO. CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality (the "CITY"), and Jacobs Engineering Group Inc., authorized to do business in Texas, an independent contractor ("Consultant"), for a PROJECT generally described as: Final Design of Extensions for Runway 16R, Runway 16L and Taxiway A at Alliance Airport, Fort Worth, Texas. Article I Scope of Services (1) Consultant hereby agrees to perform as an independent contractor the services set forth in the Scope of Services attached hereto as Attachment "A". These services shall be performed in connection with Final Design of Extensions for Runway 16R, Runway 16L and Taxiway A at Alliance Airport, Fort Worth, Texas. (2) Additional services, if any, will be requested in writing by the City. City shall not pay for any work performed by Consultant or its subconsultants, subcontractors and/or suppliers that has not been ordered in writing. It is specifically agreed that Consultant shall not be compensated for any alleged additional work resulting from oral orders of any person. Article 11 Compensation Consultant shall be compensated in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor, materials, supplies, and equipment necessary to complete the services described in Attachment "A". However the total fee paid by the City shall not exceed a total of $2,485,403.75 unless the City and the Consultant mutually agree upon a fee amount for additional services and amend this Agreement accordingly. The Consultant shall provide monthly invoices to the City. Payment for services rendered shall be due within thirty (30) days of the uncontested performance of the particular services so ordered and receipt by City of Consultant's invoice for payment of same. Acceptance by Consultant of said payment shall operate as and shall release the City from all claims or liabilities under this Agreement for anything related to, done, or furnished in connection with the services for which payment is made, including any act or omission of the City in connection with such services. OFFICIAL RECORD CITY SECREIARY City of Fort Worth,Texas F'K W(,)R1111 11'),( Standard Agreement for Professional Services PMO Official Release Date: 1/28/2013 Page 1 of 8 RECEIVED JUN 1 2 2014 Article III Term Unless terminated pursuant to the terms herein, this Agreement shall be for a term of four hundred sixty two (462) calendar days, beginning upon the date of its execution, or until the completion of the subject matter contemplated herein, whichever occurs first. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the City. Consultant shall have exclusive control of and the exclusive right to control the details of its work to be performed hereunder and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondent superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence and Indemnification (1) Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable rules and regulations promulgated by the local, state and national boards, bureaus and agencies. Approval by the City shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its services performed hereunder. (2) In accordance with Texas Local Government Code Section 271.904, the Consultant 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 Consultant or Consultant's agent, consultant under contract, or another entity over which the Consultant's exercises control. City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 2 of 8 Article VI Insurance (1) Consultant shall not commence work under this Agreement until it has obtained all insurance required under this Article and the City has approved such insurance, nor shall Consultant allow any subcontractor to commence work on its subcontract until all similar insurance of the subcontractor has been so obtained and approval given by the City; provided, however, Consultant may elect to add any subconsultant as an additional insured under its liability policies. Commercial General Liability $1,000,000 each occurrence $1,000,000 aggregate Automobile Liability $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). Coverage shall be on any vehicle used in the course of the Project. Worker's Compensation Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee (2)Additional Insurance Requirements a. Except for employer's liability insurance coverage under Consultant's worker's compensation insurance policy, the City, its officers, employees and servants shall be endorsed as an additional insured on Consultant's insurance policies. b. Certificates of insurance shall be delivered to the City of Fort Worth - Aviation Department, Attention: Ruseena Johnson, 4201 North Main Street, Suite 200, Fort Worth, Texas, 76106, prior to commencement of work. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 3 of 8 e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. g. Workers' compensation insurance policy(s) covering employees employed on the Project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. h. City shall not be responsible for the direct payment of insurance premium costs for Consultant's insurance. i. Consultant's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. j. In the course of the Agreement, Consultant shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. k. Consultant's liability shall not be limited to the specified amounts of insurance required herein. I. Upon the request of City, Consultant shall provide complete copies of all insurance policies required by these Agreement documents. Article VII Transfer or Assignment City and Consultant each bind themselves, and their lawful successors and assigns, to this Agreement. Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of the City. Article Vlll Termination of Contract (1) City may terminate this Agreement for its convenience on 30 days' written notice. Either the City or the Consultant for cause may terminate this Agreement if either Party fails substantially to perform through no fault of the other and does not City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 4 of 8 commence correction of such nonperformance with 5 days of written notice and diligently complete the correction thereafter (2) If City chooses to terminate this Agreement under Article 8, upon receipt of notice of termination, Consultant shall discontinue services rendered up to the date of such termination and City shall compensate Consultant based upon calculations in Article 2 of this Agreement and Exhibit "B" attached hereto and incorporated herein. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by the City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of the City, and shall be furnished to the City prior to or at the time such services are completed, or upon termination or expiration of this Agreement. Article IX Right to Audit (1) Consultant 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 Consultant involving transactions relating to this Agreement. Consultant agrees that the City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontracting consultant 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 sub-consultant, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all sub- consultant 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 Consultant and any sub-consultant reasonable advance notice of intended audit. (3) Consultant and sub-consultants agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 5 of 8 Article X Minority Business and Small Business Enterprise (MBE)(SBE) Participation In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011, as amended, the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Consultant acknowledges the MBE and SBE goals established for this Agreement and its accepted written commitment to MBE and SBE participation. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Consultant 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. Article XI Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local 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. Consultant agrees to defend, indemnify and hold harmless City and all of its officers, agents and employees from and against all claims or liability arising out of the violation of any such order, law, ordinance, or regulation, whether it be by itself or its employees. Article XII Venue and Jurisdiction 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. Article XIII Contract Construction 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 City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 6 of 8 interpretation of this Agreement or any amendments or exhibits hereto. Article XIV Severability The provisions of this Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of this Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of this Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of this Agreement to other persons or circumstances shall not be affected thereby and this Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XV Notices Notices to be provided hereunder shall be sufficient if forwarded to the other Party by hand-delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Ruseena Johnson 4201 North Main Street, Suite 200 Fort Worth, Texas 76016 Consultant: Jacobs Engineering Group Inc. Attn: Jeffery J. Toner, PE 777 Main Street Fort Worth, Texas 76102 Article XVI Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of this Agreement City of Fort Worth,Texas Standard Agreement for Professional Services PMO Official Release Date:1/28/2013 Page 7 of 8 Article XVII Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. Executed and effective this the,/ day of " '" , 2014. BY: B : CITY OF FORT WORTH ENGINEER Jacobs Engineering Group Inc. Fernando Costa Scott Bussell Assistant City Manager Operations Manager Date: 11 ' Date:_ ' l APPROVAL RECOMMENDED: By: William B. Welstead Aviation Director APPROVED AS TO FORM AND LEGALITY M&C No.: C ­ 2-6 i tW i, By. ... . . 'I _ M&C Date: , Douglas W. Black Assistant City Attorney OF F0 +� I p°gy 0000Opp 60 ATTEST: p p -0 ,�' a pa IX, p p0 Vary J. V 1001 Opp City SeCI ° 040000'46 City of Port worth,Texas ()FFICIAL.RECORD Standard Agreement for Professional Services �t C �,� PMO Official Release Date:1128/2013 C ""' 'E E I1 ttl�� 1� Y Page 8 of 8 JACOBS Attachment A Scope of Work Final Design of Extensions For Runway 16R, Runway 16L and Taxiway A Alliance Airport Fort Worth, Texas PROJECT DESCRIPTION Runway 16L-34R is currently a 9,600 foot primary instrument runway that will be extended 1,400 feet to the north along with parallel Taxiway A. Runway 16R-34L is currently an 8,220 foot runway that will be extended 2,780 feet to the north. This work results in two 11,000 foot runways. The major components of the runway extension are earthwork, paving, drainage, airfield lighting, airfield signage, airfield marking, airfield navigational aids, utilities, perimeter roadway, railway and roadway demolition, construction phasing and sequencing, construction scheduling. Each of the existing runways will be extended with concrete pavement 150 feet wide, with 35 foot wide asphalt paved shoulders, while the parallel taxiway extension will be 75 foot wide concrete pavement, also with 35 foot wide asphalt paved shoulders. The lateral separation between the existing runways is 600 feet, while the parallel taxiway is located 400 feet from the primary runway. Additional airfield lighting, signage, and marking will accompany the runway and taxiway extensions. Runway 16L-34R will require centerline, edge and touchdown zone lighting to be installed. 16R-34L will require runway edge lighting with installation of cans and conduit for future runway centerline lighting. Taxiway A will require additional taxiway edge and centerline lighting. Additional airfield signage will be installed for Taxiway A and both runway extensions. Existing airfield markings will be removed and replaced, including runway centerline, edge, touchdown zone markings, along with taxiway centerline and edge markings. Existing navigational aids for both runways including ALSF-2 (16L), Localizer(34R), Glide Slope (16L), Inner Marker& Inner/Outer Far Field Monitors (16L), PAPI (16R), touch down and mid- point RVR's (16L) and REIL's (16R)will be relocated, and 16R PAPI will be relocated as part of the runway extensions. Additional scope items included in this proposal include the following tasks: • Taxiway A Edge Lighting Rehabilitation Construction Phase Services • Obstruction Survey (AGIS) • RTR Site Environmental, Land Acquisition and Duct Bank Coordination April 15,2014 Page 1 of 36 JACOBS • Monitor Construction of BNSF Main Line and Connector Track • RSA Mitigation • AC1P Preparation • Miscellaneous Planning Assistance and Exhibit Preparation • PCN Calculation April 15,2014 Page 2 of 36 JACOBS A. FINAL DESIGN FOR RUNWAY EXTENSIONS This scope of work for this contract is to complete the final design of the Runway Extension Project. The previous contract prepared the plans and specifications to approximately 60% completion. This contract will result in plans and specifications suitable for requesting bids from contractors. The development of this scope assumes that all funding will be in place and the Project will be constructed in one (1) construction package. This scope of work includes two (2) submittals. The first submittal will be delivered to the Alliance Airport Staff(AFW) and the local Federal Aviation Administration representative(s) (FAA)for review at the 95% level of completion. Upon receipt of comments, a comment resolution meeting, and incorporation of comments, the design package will be completed for bidding. Each submittal will include construction documents including: • Construction drawings • Construction specifications • Cost estimate • Construction Safety Phasing Plan (CSPP) • FAA Form 7460-1 (95% submittal only) FAA Advisory Circulars referenced throughout this document refer to current editions at the time of contract execution. A.1 PROGRAM MANAGEMENT/ DESIGN MANAGEMENT Management activities will consist of planning, scheduling, budgeting, stakeholder coordination and communication for the development and advancement of the design of the Project. A.1.1 Work Plan A detailed work plan will be submitted within fourteen (14) calendar days of the Notice to Proceed. The work plan will identify the execution and management of the work throughout the length of the contract. The work plan will include: • Roles and responsibilities of key team members will be confirmed and lines of authority and communication identified. This will be submitted as an organization chart or other type of exhibit that clearly identifies roles, responsibilities and lines of communication. • A detailed Project schedule will be prepared that identifies dates for key meetings, duration of design activities, submittals, deliverables and other important milestones for the completion of the work. A.1.2 Subcontract Management The Engineer will manage all subconsultants' contracts including contract scope, fee, executed agreements, monthly invoicing and MWBE reporting as necessary. April 15,2014 Page 3 of 36 JACOBS A.1.3 Document Control The Engineer will manage electronic document retention of project deliverables, including but not limited to; Work Plan, Subcontracts, Status Reports, Meeting Minutes, Grant documentation and other Project relevant documentation and reports as needed. A.1.4 Monthly Status Report The Engineer will maintain regular communications with the AFW and other stakeholders. A monthly report will be prepared to demonstrate the progress and status of the Project. This report will include narrative discussion of issues, accomplishments and schedule updates. A.1.5 Coordination Meetings The Engineer will attend coordination meetings with stakeholders to coordinate and communicate issues related to the Project. It is anticipated that key staff will attend bi-weekly project coordination meetings for the duration of the design. It is anticipated that the design process will occur over a period of 12 months and that there will be a three (3) month bidding process. The Engineer will meet with AFW and FAA on a monthly basis and the Design Team on a bi-weekly basis for the duration of the Project. A.1.6 Construction Cost Estimate and Program Budget The Engineer will develop and maintain a construction cost estimate for the Project. This information will be included in the master budget for Alliance Airport Runway Extensions Program. We will provide a cost estimate at 95% submittal and at final submittal. A.1.7 Project Schedule The Engineer will develop a design and construction schedule that will be maintained for the duration of the Project. It is anticipated that the design process will occur over a period of 12 months and that there will be a three (3) month bidding process. A.1.8 FAA Grant Assistance • Meet with City of Fort Worth (COFW) on a monthly basis • Track expenditure for grants associated with the Runway Extension • Reconcile Runway Extension grant expenditures on a monthly basis • Prepare grant request forms • Reconcile Exhibit A of the Airport Layout Plan (matching land credit funds) A.2 DATA COLLECTION A.2.1 Topographic Survey It is anticipated that additional field surveying may be required during the final design of the Project. This work may include, but not be limited to: • Provide topographic mapping with a minimum of one (1)foot contour intervals depicting, but not limited to, the following information: April 15,2014 Page 4 of 36 JA COBS • Positions and elevations of elements not previously captured in the aerial survey provided by Aerial Data Services. • The location, elevation and description of all surface visible utilities (i.e., manholes including inverts, flow line elevations and pipe sizes, inlets, vaults and meter locations)will be collected. A.2.2 Geotechnical Engineering The scope of work will consist of field exploration and laboratory testing, engineering analysis, including finite element modeling, and preparation of an engineering report with recommendations for design and construction for the placement of fill material to extend the existing runways 16R, 16L, and Taxiway A. Our task is to minimize the differential settlement between the old and new embankments. Our work scope is described in the following proposal sections. Our local experience suggests that the local geology consists of active clay on top of interbedded limestone and shale. Bedrock is anticipated to range from 5 to 20 feet below natural grades. We assume the north and south existing embankments consist of compacted clay fill. Field Exploration Subcontractor will plan to explore subsurface conditions by drilling and sampling 32 borings. The borings are planned both in the existing north and south embankment fills and in native soils between the fills. Activity Scope of Work Drilling Equipment Truck mounted high mast drilling equipment The soils will be sampled in 27 boring continuously to depth of 10 feet then 5 foot intervals thereafter with steel tube samplers for cohesive soils and split spoon samplers for non-cohesive Soil Sampling soils. Five borings will be augered to the top of rock without sampling. Large Diameter Samples 5-inch diameter samples will be collected in selected borings to obtain soil samples with less sample disturbance The borings will typically be advanced 5 feet into bedrock. The consistency of the rock will be evaluated using the Texas Rock Depth Verification Department of Transportation's (TxDOT) Cone Penetration Test. Bulk Samples Bulk soil samples will be collected from the north embankment fill. Water level observations will be made during and at completion Water Level Observation of drilling. Boreholes will be backfilled at the completion of each boring. April 15,2014 Page 5 of 36 .JACOBS Activity Scope of Work Buried Utility Locations Terracon will contact Texas 811 to assist in locating underground utilities. I Laboratory Testing Representative soil samples will be tested in Subcontractor laboratory to determine pertinent engineering characteristics. Their laboratory procedures will generally follow ASTM standards. The Project Engineer will review the field data and then assign the types and numbers of tests. This testing program has been developed based on Subcontractor's local experience. The proposed testing program is summarized in the following table. Laboratory Test Estimated Quantity Laboratory Test � Estimated Quantity l Atterberg Limits 60 Consolidation 16 Moisture Contents 120 Specific Gravity 8 ---- I Modified Proctor j 2 Unconfined [ 16 Compression Consolidated Permeability 2 4 Undrained Triaxial Geotechnical Engineering Analysis and Report Current plans are to fill between the north and south embankments and begin construction of the runways and taxiways immediately after reaching final fill grades. There will not be sufficient time to allow the self-weight settlement of the fill and settlement of the supporting native clays to occur prior to constructing the concrete runways and taxiway. Fills ranging from 9 to 40 feet thick will need to be placed. The fill thickness will vary up to about 15 feet along the axis of Runway 16R extension and 10 to 15 feet in the transverse direction to this runway. Runway 16L will require less fill to raise grades. The varying thickness of the new fill and the thickness of the anticipated clay soils overlying bedrock can lead to differential settlement of the runways and taxiway. This differential movement could create a sag in the pavements in both the longitudinal and transverse directions. The purpose of this geotechnical investigation is to recommend a design of the new embankment to produce relatively uniform post construction settlements of one inch or less. Three alternative methods to construct the new embankment will be provided. These three methods are as follows: 1. All Clay Fill—Settlement analyses will be performed to evaluate the total and time rate of settlement for various fill thicknesses to estimate the remaining differential settlement after the fill reaches final grade. Low height fills under Runway 16L may have acceptable settlement characteristics. April 15,2014 Page 6 of 36 .JACOBS 2. Clay and Rock Fill —Settlement analyses will be performed to evaluate the relative thickness of clay fill overlying rock fill to provide for relatively uniform settlement of the fill. 3. Clay Fill with Rammed Aggregate Piers— Settlement analyses will be performed to compute the spacing and diameter of rammed aggregate piers to support the pavement structures. A 3-D finite element analysis will be performed. A 3-D analysis is required due to the variable geometry and thickness of the planned fill areas. A load transfer platform consisting of geogrid and crushed stone will be included in the analyses. At the completion of the engineering analyses, Subcontractor will prepare a geotechnical engineering report that provides the following: 1. Design recommendations for the three alternative embankment designs. These will include: a. Fill material specifications for soil and rock types, rock gradations, and compaction requirements. b. Schematics of fill layering. c. Spacing and diameter of rammed aggregate piers and load transfer platform design. 2. Comparison of the expected performance of the three alternatives with respect to total and differential settlements and time rate of settlements. Computed longitudinal and transverse settlement profiles for Runways 16R, 16L and Taxiway A will be presented. 3. Recommendations for preparing FM-156 and BNSF railroad embankments to receive new fill. 4. Recommendations for removal of MSE wall and use of MSE wall granular backfill. 5. Supporting documentation to include: a. Boring site plan, boring logs, groundwater observations with description of drilling procedures. b. Laboratory test results and description of testing procedures. c. Subsurface profiles and description of soils and rock encountered. A.3 SITE DEMOLITION A.3.1 Site Demolition Plans The Engineer will collect the utility maps to understand existing utilities in and around the Project. Review the design to verify all existing utilities and structures within the Project limits that will be demolished have been identified on the plans. This information will be used to produce final Demolition Plans. April 15,2014 Page 7 of 36 .JACOBS Coordination will be done with applicable utility companies regarding demolition, relocation and new service. Agencies that will have to be coordinated with are; • FAA • ONCOR • ATMOS • TXDOT • Qwest • City of Fort Worth • BNSF Railway Items to be demolished include: • Fencing • Roadway Pavement sections for perimeter road and FM 156 • Railroad elements • 12" water line east of old FM 156, south of Eagle Parkway • Demo utilities in BNSF and FM 156 ROW • Electrical service to vault • Infrastructure for existing ASOS and WEF-420 pole foundations, including communication and/or power lines. • Infrastructure for existing NAVAIDS facilities scheduled for demolition, including elevated platform and communications and/or power lines. • MSE retaining wall AA EROSION AND SEDIMENT CONTROL A.4.1 Erosion and Sedimentation Control Plans Guidelines necessary for compliance and permit coverage under the TDPES General permit TXR150000 for small and large construction activities shall be utilized in preparation of the erosion and sedimentation control plans. The storm water management controls that will be included in the plan will provide control of pollutant discharges with practical approaches that makes use of readily available techniques, expertise, materials and equipment. Site erosion control will be coordinated with the final grading and drainage design. A.5 AIRFIELD GEOMETRY A.5.1 Airfield Geometry Plans The geometric design of the airfield at Fort Worth Alliance Airport will conform to the requirements of the most recent publication of FAA AC 150/5300-13A, Airport Design, for Airplane Design Group (ADG) V, Approach Category D, Taxiway Design Group (TDG) 6. The general design criteria for ADG V airfields are as follows: • Runway Width: 150 feet • Runway Shoulder Width: 35 feet April 15,2014 Page 8 of 36 JACOBS • Runway Blast Pad Width: 220 feet • Runway Blast Pad Length: 400 feet • Taxiway Width: 75 feet • Taxiway Shoulder Width: 35 feet • Taxiway Edge Safety Margin:15 feet • Taxiway Turn Radius: 150 feet Plan sheets prepared for 60% submittal will be further detailed for final submission. The additional design information will include callouts of PI's, PT's, PC, Tapers, and radii necessary to construction the Runways and Taxiway. Plans will be submitted at a 95% state, and later as a final submission. Comments from the 95% submittal will be addressed and incorporated into the final submittal. A.6 AIRFIELD PAVING A.6.1 Airfield Pavement Design The pavement for the runway and taxiway extensions was previously designed in the previous contract. The Airfield Paving Plans will be updated to include the following items: • Callout elevations at corners of pavement panels • Finalize Joint Layouts • Coordinate pavement joints with airfield lighting and markings. • Finalize Joint Details for airfield lighting. • Finalize Typical Sections • Finalize Pavement Details • Finalize Blast Pad and Shoulder pavement A.7 AIRFIELD PAVEMENT MARKINGS A.7.1 Airfield Pavement Marking Plans In accordance with FAA AC 150/5340-1 K, Runway 16L will be marked as a precision runway and Runway 16R will be marked as a non-precision runway. The runway and taxiway marking plans will include runway threshold markings, runway designation, runway centerline, and runway side stripe markings, runway touchdown markings, runway aiming point markings, taxiway centerline and edge markings, applicable holding position,markings and critical area markings. Plans will also provide for temporary marking plans to support the construction phasing plans. All other airfield markings will be removed and remarked; this will include the remainder of Taxiway A, all connector taxiways, Taxiway H and Taxiway P. Y April 15,2014 Page 9 of 36 JACOBS A.8 GRADING A.8.1 Grading Plans The grading design for the airfield will be completed in accordance with most recent publication of FAA AC 150/5300-13A, Airport Design, for Airplane Design Group (ADG)V, Approach Category D, Taxiway Design Group (TDG) 6. Site grading plans will be prepared at 1/10th of foot contour intervals, and grading plans will include pavement spot elevation plans for airfield pavements as well as roadway pavements. Runway and taxiway pavements will be designed with a crown, or to match existing pavement cross-slopes. Final grading within relocated ASOS,LOC & GS critical areas shall meet associated facility siting, installation and operational requirements; resulting, corresponding grading plans shall be provided accordingly for FAA and National Weather Service (NWS) review and concurrence. Final Grading plans will include entry points for NAVAID equipment, the Perimeter Road and adjacent drainage swales. A.8.2 Runway and Taxiway Profiles Runway and taxiway pavement profiles will be designed to meet the requirements of the most recent publication of FAA AC 150/5300-13A, Airport Design, for Airplane Design Group (ADG) V, Approach Category D, Taxiway Design Group (TDG) 6. The runway profile designs will be coordinated with the proposed NAVAIDs design requirements. A.8.3 Earthwork Cross Sections Earthwork cross sections will be established at 100 foot intervals for Runway 16R Phase I to assist with construction phasing and the identification of interim conditions. A.9 DRAINAGE A.9.1 Drainage Design A detention pond, drainage swales, and culverts were designed and installed north of the proposed Project area in the earlier Earthwork Packages. This infrastructure was installed to accommodate the rainfall runoff from the proposed runway and taxiway extensions and associated improvements. This contract will design the drainage improvements for the runway and taxiway extensions and associated improvements and will connect to the drainage system previously constructed in the Earthwork Packages. The drainage system will be designed to meet FAA AC 150/5320-5D. The Drainage Design will include: • Final Airfield Drainage System • Final Airfield Culverts and Drainage swales for the Perimeter Road and access points for NAVAID equipment • Final Grading Permit to the City of Fort Worth April 15,2014 Page 10 of 36 JJACO►BS A.10 AIRFIELD LIGHTING SIGNAGE AND ELECTRICAL A.10.1 Airfield Lighting and Signage Layouts The Engineer will establish the lighting and signage layouts and equipment necessary to meet FAA criteria and standards for the runway and taxiway extensions. Lighting plans will provide lighting and signage dimensioning and will be coordinated with the pavement geometry,joint layout, and airfield marking plans. Lighting elements to be located include runway edge and threshold lighting, runway centerline and touchdown zone lighting, taxiway edge and centerline lighting locations, in-pavement and elevated runway guard lights, and airfield guidance sign locations. Demolition plans for the airfield electrical system will depict all of the airfield lighting and signage removals due to the airfield geometric changes proposed for this Project. A.10.2 Airfield Lighting and Signage Circuit Layouts The Engineer will establish circuit layouts for all new airfield lighting and signage components. The circuiting of the airfield will be designed in accordance with FAA criteria and standards. The design of conduit locations and sizes will coincide with the design of circuiting layout. A.10.3 Airfield Lighting Equipment Building The existing airfield lighting building is considered to be in good condition, and is suitably located at the end of the main apron. The electrical capacity of the building is more than adequate to power the existing and any future airfield lighting needs of the airport. It is recommended that the existing building be used to power the airfield lighting systems and with some reconfiguring of the constant current regulators, the airport will have substantial room for future constant current regulators. Currently, there are fifteen constant current regulators installed in the existing airfield lighting building. Of these, only one pair is in a stacked configuration. Stacking regulators is an ideal way of optimizing the space in an airfield lighting building. It is recommended that all future constant current regulators at the airport be installed in a stacked configuration. Also, with new lighting technologies, light emitting diode (LED)fixtures, and the lighting load will be substantially lowered compared to the existing incandescent fixtures that are currently installed at the Airport. This lower power output will lead to smaller regulators and lead to further optimization of the airfield lighting building's space. Per Liberty Airport Lighting Systems, there are two different physical sizes of their Freedom Series CCRs. For the 1 KW to 10KW range, the CCR dimensions are 24"Wx40"Hx31"D. For the 15KW to 30KW range, the CCR dimensions are 36"Wx40"Hx31"D. By standardizing the CCRs sizes, stacking the CCRs can easily be achieved and thus optimizing the space in the airfield lighting building. The Engineer will evaluate and recommend hardware modifications and/or equipment replacement for the Airfield Lighting Control System A.11 NAVAIDS AND VISUAL GUIDANCE COMPONENTS A.11.1 NAVAIDS Design The Engineer shall complete design and construction plans for the Approach Lighting System (ALSF-2) including E/G Substation, Glide Slope (GS)Antenna/Tower and Shelter, Localizer (LOC)Antenna and Shelter, Offset LOC Antenna and Temporary Shelter, Inner Marker (IM), April 15,2014 Page 11 of 36 JACOBS' Inner/Outer Far Field Monitor (1/0 FFM), Runway Visual Range (RVR), Precision Approach Path Indicator (PAPI), Runway End Identifier Lights (REIL), and equipment relocation in accordance with the following documents (current edition/revision): • FAA AC 5345-30F, Design and Installation Details for Airport Visual Aids • FAA Order JO 6850.2B, Visual Guidance Lighting Systems • FAA Order FAA-STD-019E, Lightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Facilities and Electronic Equipment • FAA Order 6750.16D, Siting Criteria for Instrument Landing Systems • FAA Order 6560.10C, Runway Visual Range • FAA Spec. FAA-C-1217F, Electrical Work, Interior • FAA Spec. FAA-C-1391 B, Installation & Splicing of Underground Cables • FAA Specs. for electrical cable (to be contractor furnished) as applicable • FAA facility standard and reference drawings as applicable • FAA Order for ASOS 6560.20B The Engineer shall site-adapt the NAVAIDS for local conditions based on the prototypical NAVAIDS drawings provided by the FAA. NAVAIDS Duct Bank System: The Engineer will extend existing power and communications duct bank system necessary for the FAA NAVAIDS equipment. Minimum separation requirements between conduit classifications and trench/installation requirements as indicated in FAA-C-1391 B, FAA-STD-019E and applicable FAA standard drawings will be observed. The Engineer will provide temporary NAVAIDs for each runway as required. Each facility will need to be installed and operational when construction begins. 1. NAVAIDS for Runway 16L and 16R shall include: • 16L ALSF-2 System and Substation Facility • 34R LOC and Equipment Shelter—current and proposed grading conditions during construction will prohibit the installation of the localizer in its permanent position. Therefore an offset location will need to be considered. • 16L Glide Slope Antenna and Shelter • 16L Touch down RVR • 16L-34R Mid-point RVR • 16L PAPI • 16R PAPI • 16L IM • 16L 110 FFMs • 16R REILs 2. Temporary NAVAIDS for Runway 16L shall include: • 34R Offset Localizer and Equipment Shelter April 15,2014 Page 12 of 36 JACOBS A.12 PERIMETER ROAD A.12.1 Perimeter Road Design — Plan and Profile The final road design will be coordinated with the runway safety area grading and drainage design. Final horizontal vertical and adjustments will be made to the design. Final plan and profile sheets will be prepared for the design of the perimeter road. A.13 AIRCRAFT OPERATONS AREA(AOA) FENCE A.13.1 AOA Fence Design The layout of the fence and the location of the gates will be finalized during this phase of the contract. The current fence design is six (6)to eight (8)foot chain link (depending on location) with one (1)foot three-strand barbed wire at the top. The fence detail includes an 18 inch wide concrete mow strip. A.14 SEEDING AND SODDING A.14.1 Seeding and Sodding Plans Final Seeding and Sodding Plans will be developed identifying the areas to be seeded and sodded. Seeding and sodding will be based upon the final grading and drainage designs and other areas anticipated to be disturbed by construction activities. Disturbed areas adjacent to airfield pavements are typically sodded. Other disturbed areas are typically seeded. The plans will clearly indicate the location where sod shall be placed and where seed shall be applied. A.15 CONSTRUCTION PHASING A.15.1 Construction Phasing Plan The 60% Design identified two primary phases for construction. The construction phasing will be further refined as the design is advanced and additional input is received from AFW, FAA, and other stakeholders. The phasing plan will identify contractor work areas, displaced runway thresholds and corresponding safety areas, pavement markings, airfield lighting and signage, temporary infrastructure such as NAVAIDS, fencing, pavement and utilities. Consideration to minimize the impact of construction activities on airfield operations, including NAVAIDS and airfield security will be necessary. A.16. SAFETY RISK ASSESSMENT A.16.1 Safety Risk Assessment Report The Engineer will incorporate a Safety Risk Management (SRM) approach during the design phase of the project to ensure that all aspects of the project and associated users are April 15,2014 Page 13 of 36 JACOBS considered and protected for their individual operational requirements. This information will be summarized in a Safety Risk Assessment Report. Runway and taxiway designs will incorporate the latest FAA and industry safety study findings and considerations, to reduce any potential confusion to pilots or air traffic controllers. Line-of-sight and visual scenes for pilots and controllers will be assessed and evaluated to validate operational requirements are being met. The Engineer will facilitate design review meetings to include AFW, the FAA and employees to collaborate, review and assist in the assessment of proposed designs toward delivering a safety enhanced product. A.17 CONTRACT SPECIFICATIONS A.17.1 City of Fort Worth Specifications The COFW has standard construction contract language that must be incorporated into the bid documents. The Engineer will obtain the most recent version of these documents. Any modifications will be coordinated with the COFW and the agreed upon version included in our bid documents. A.17.2 Technical Specifications Bid items for each technical specification will be revised and coordinated with the various design elements. Final pay items will assist with the development of the project bid form. The specifications will be updated to incorporate the 95% review comments and will be included in the final bid submittal. A.18 CONSTRUCTION COST ESTIMATE A.18.1 Preparation of Construction Cost Estimate A detailed construction cost estimate will be prepared for the 95% and bid submittals. Quantities for each bid item will be measured from the design plans and the unit price for each bid item will be researched and identified. Estimates of construction cost represent the Consultant's best judgment as a design professional familiar with this type of construction work. It is recognized, however, that neither the Consultant nor the Owner has control over the cost of labor, materials or equipment, or the Contractor's methods of determining bid prices, or competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that bids will not vary from the Owner's Project budget or from any estimate of construction cost prepared or agreed to by the Consultant. A.19 LAND ACQUISITION A.19.1 Phase I Environmental Studies 1. Eagle Parkway. 2. North and South Segments of Abandoned BNSF ROW being conveyed to the City of Fort Worth as Shown in Exhibit C. April 15,2014 Page 14 of 36 JACOBS For both Phase I Environmental Site Assessments (Phase 1), we will perform Phase I in conformance with the assessment protocols outlined in ASTM E 1527-13. The scope will include a review of regulatory database information, a site reconnaissance by a qualified Environmental Professional (as defined by ASTM), review of historical source information as applicable and appropriate, and performance of interviews with persons with knowledge of site operations. Each deliverable will include one report of findings that will call out parcels within that project, i.e., "Eagle Parkway" and "North and South Segments of BNSF Abandoned ROW." The reports will describe investigation methodology, findings, opinions, conclusions, and recommendations. The reports will also include figures, maps, photographs, and other supporting documentation of the Phase I effort. A.19.2 Transfer Property— Land to be Transferred from BNSF to the City of Fort Worth Whatever form of title BNSF has in the North and South segments of the existing Mainline will be transferred to the City of Fort Worth upon abandonment. Some sections of this Transfer Property will be in Fee Simple Interest and others may be in Easement Estate Interest. At this time it is unknown how many tracts the Transfer Property will be broken into, pending surveys. For purposes of determining Scope, it is assumed that there will be two Parcels with multiple parts being transferred from BNSF to the City of Fort Worth. One Parcel will be the North Section and the other Parcel will be the South Section. No. of Parcels Parcels From To 1 North BNSF COFW 1 South BNSF COFW TOTAL 2 A.19.3 Title Commitments Title Commitments will be obtained from Stewart Title for all of the metes and bounds descriptions. A.19.4 Document Preparation A.19.4.1 Deed Research Deed research and mapping includes review of property/right-of-way records based on current internet based Tarrant Appraisal District (TAD) and Denton County Appraisal District (DCAD) information available at the start of the project and available on-ground property information (i.e. iron rods, fences, stakes, etc.)for the property acquisition of the existing BNSF Mainline (not to exceed 10 potentially affected parcels). It does not include effort for chain of title research, parent track research, additional research for easements not included in the TAD or DCAD data base, right-of-way takings, easement vacations and abandonments, right-of-way vacations, and street closures. Any requirement to provide the aforementioned services will be considered additional services. A.19.4.2 Field Location of Property Corners Perform field investigation to locate and survey readily available property corners for the potentially affected 10 properties. April 15,2014 Page 15 of 36 JACOBS. A.19.4.3 Right-of-Way Document Preparation • Prepare documents to be used to obtain property required to convey the existing BNSF Mainline Right-of-Way to the COFW. • Prepare documents to be used to vacate the existing BNSF Mainline Right-of-Way. • Prepare documents to be used for boundary surveys for the transfer of property ownership from the COFW to AIL. • The documentation shall be provided in conformance with the checklists and templates available on the COFW's Buzzsaw site as of the NTP. Request for ALTA survey will be considered additional services and additional fees will be required. • Prepare right-of-way documents including Metes and Bounds per COFW Buzzsaw site as of the NTP (not to exceed 10 documents). A.19.5 Administrative Procedures All files will be properly maintained as required by checklists provide by the COFW. Initial title search will be performed and a complete list with contact information will be assembled. A.19.6 Title Information The Title Commitments shall be reviewed for liens or other exceptions. We will report the results of the Title Commitment to the COFW, recommending the disposition of the exceptions. This contract assumes that Title Policies will be purchased by City of Fort Worth.Any action required to clear title is not included in this scope of work. Providing a clear title will be considered Additional Services. A.19.7 Closing Procedures When BNSF and the City of Fort Worth have agreed upon a date for the closing, all documents will be executed by BNSF and City and delivered to Stewart Title. Funds will be requested from the City of Fort Worth and wired to Stewart Title. A closing will be completed and a title policy issued. A.19.8 Deliverables Written documentation will be maintained for each parcel in separate parcel files and will include, as a minimum, the property owner's verification of title information, the legal description and plat, and a copy of applicable right-of-way conveyance documents and title policies. A periodic progress report on the status of the property acquisitions/transfers will be provided as part of the monthly progress report. A.20 SUBMITTAL PREPARATION The Engineer will prepare and assemble all documents for the submittals outlined below. Documents will consist of design plan sheets, front end and technical specifications, construction cost estimate, and at the bid submittal review, all applicable bidding documents. • Assemble the 95% internal review package April 15,2014 Page 16 of 36 .JACOB • Assemble the 95% external review package • Assemble the bid documents for internal review • Assemble the bid documents for advertisement A.21 QUALITY ASSURANCE/ QUALITY CONTROL The Engineer will prepare a Job Specific Quality Plan (JSQP), tailored to meet the COFW and FAA requirements. The JSQP defines internal Engineer's review and subsequent approval for each deliverable or original work the Engineer generates for the project. The Engineer's JSQP is tied to FAA design guidelines and regulations, design checklists for final preparation packages (estimate, specifications, special provisions, certifications, etc.) Every item of work or document we produce requires at least one additional level of review before submitted to the AFW. A.21.1 95% Internal Review Prior to submitting the construction documents to the applicable review agencies, the Engineer will perform a detailed review as outlined in the JSQP. Comments will be generated and distributed to the team. Comments will be annotated and incorporated into the plans and specifications prior to submission for review by AFW and FAA. A.21.2 95% External Review Upon completion of the 95% internal review the Engineer will provide AFW and FAA the plans and specifications for their review. The 95% external review process will include the following steps: • Review the comments generated by AFW and FAA • Prepare a response (agree or disagree, etc.) • Review responses with the agencies • Incorporate comments A.21.3 Bid Submittal Review Prior to distribution of the bid documents, the Engineer will perform a final review to ensure all comments have been incorporated. The Engineer will then meet with the agencies to demonstrate how comments have been addressed. A.22 CONSTRUCTION SAFETY AND PHASING PLAN The FAA requires that a CSPP be prepared for projects that lie within the AOA on airports that are certified under Part 139. Construction Phasing Plan sheets were developed during the design phase. In addition to the plan sheets the CSPP should identify coordination, phasing, areas and operations affected by the construction activity, protection of NAVAIDs, contractor access, wildlife management, FOD management, HAZMAT management, notification of construction activities, inspection requirements, underground utilities, penalties, special conditions, runway and taxiway visual aids, marking and signs for access routes, hazard marking and lighting, protection of runway and taxiway safety areas, object free areas, obstacle April 15,2014 Page 17 of 36 .JACOBS free zones, approach/ departure surfaces, and limitations on construction. These requirements are outlined in AC 150/5370-2F. A.22.1 CSPP 95% At the 95% level, the CSPP will be submitted for FAA review. The CSPP is submitted electronically through the FAA's Obstruction Evaluation/Airport Airspace Analysis (OE/AAA). The FAA typically requires 45 days for review. A.22.2 CSPP Final Comments received from the 95% review will be incorporated and submitted as final in conjunction with the bid submittal of the construction documents. A.22.3 Prepare FAA Form 7460-1 In administering Title 14 of the Code of Federal Regulations (CFR) Part 77, the prime objective of the FAA is to promote air safety and the efficient use of the navigable airspace. To accomplish this mission, aeronautical studies are conducted based on information provided by proponents on an FAA Form 7460-1 The Engineer will prepare FAA Form 7460-1 with specifically prepared exhibits and submit electronically through the FAA's Obstruction Evaluation/Airport Airspace Analysis (OE/AAA). The FAA typically requires 90 days for a determination. A.23 BID PHASE SERVICES A.23.1 Pre Bid Meeting The Engineer will prepare, in coordination with the Airport, a pre-bid meeting agenda to provide prospective bidders with an overview of the Project and answer any contractor questions and attend the pre bid meeting. The Engineer will facilitate the meeting. A.23.2 Prepare Addenda The Engineer will prepare addenda to the bid documents as required. This may be in the form of revised plans, sketches/details and/or revisions to the specifications and responses to contractor questions. A.23.3 Evaluate Bids The Engineer will attend the bid opening meeting and will prepare a bid tabulation of all bids received and verify mathematical accuracy and check for unbalanced bid items. Based upon the COFW's determination of a responsive bidder, the Engineer will prepare a letter stating Engineer's Recommendation of Award of the Project. April 15,2014 Page 18 of 36 JACOBS B. TAXIWAY A EDGE LIGHTING REHABILITATION CONSTRUCTION PHASE SERVICES This task will consist of providing construction phase services during the construction of the Taxiway A Edge Lighting Rehabilitation Project. This will include the services of the Engineer of record during construction and the services of an on-site Resident Project Representative (RPR). 13.1 ENGINEERING SERVICES DURING THE CONSTRUCTION PHASE 13.1.1 Issued for Construction Plans and Specifications The Engineer will assemble the plans and specifications into a construction ready package. This will include the addition of any addenda included in the bid package. The Engineer will supply the Airport with an electronic copy and to five (5) copies of 11x17 plans, two (2) copies of 2204 plans and to five (5) copies of the construction specifications. 13.1.2 Construction Safety and Phasing Plan (CSPP) The FAA requires that a CSPP be prepared for projects that lie within the AOA on airports that are certified under Part 139. Construction Phasing Plan sheets were developed during the design phase. In addition to the plan sheets the CSPP should identify coordination, phasing, areas and operations affected by the construction activity, protection of NAVAIDs, Contractor access, wildlife management, FOD management, HAZMAT management, notification of construction activities, inspection requirements, underground utilities, penalties, special conditions, runway and taxiway visual aids, marking and signs for access routes, hazard marking and lighting, protection of runway and taxiway safety areas, object free areas, obstacle free zones, approach/departure surfaces, and limitations on construction. These requirements are outlined in AC 150/5370-2F. 13.1.3 Construction Administration The Engineer will provide general consultation and advice to the Airport during the construction phase of the project. The Engineer will assist the RPR with the preparation and issuance of change orders, recommend construction specification waivers. The Engineer will provide general supervision and support to the RPR including, but not limited to; providing technical documentation, performing construction contract interpretation, analyzing unusual or unique developments or complications during construction, and communicating and corresponding with the RPR regarding contract administration, project changes, and other construction related matters. 13.1.4 Preconstruction Conference The Engineer will coordinate the time, date, and location of the preconstruction conference. The Engineer will notify the Airport, the FAA, the Contractor, the RPR, and other interested parties of the preconstruction conference and will invite their representatives to attend. The Engineer will conduct the preconstruction conference in accordance with FAA AC 150/5300-913 Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects to review individual Contractor, RPR, Airport, and Engineer responsibilities. April 15,2014 Page 19 of 36 JACOBS 13.1.5 Safety Plan Compliance Document (SPCD) The Contractor is required to prepare a Safety Plan Compliance Document (SPCD). The Engineer will review the Contractor's SPCD to verify that the Contractor has addressed all of the items within the Engineer's CSPP. 13.1.6 Shop Drawing Review The Engineer will review the shop drawings and materials submittals that are furnished by the Contractor as required by the construction contract documents for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. The Engineer will fully approve, conditionally approve, or reject the shop drawings and materials. The Engineer will return conditionally approved and rejected shop drawings and materials submittals to the Contractor for changes or revisions prior to the use of the materials on the project. 13.1.7 Requests for Information (RFI) It is anticipated that the contractor will submit RFIs. RFIs will be responded to in writing. Those responses may include technical clarification of the plans and/or specifications in the form of a narrative response, sketch, detail or drawing. The Engineer will coordinate these responses with. the RPR. 13.1.8 Site Visits The Engineer will make visits to the construction site to observe the progress of the work. The Engineer will coordinate the site visits with the RPR. The Engineer will meet with the RPR and the Contractor to discuss the project's progress and to identify areas of concern to facilitate the construction. Site visits by the Engineer will be on a monthly basis. The Engineer will participate in the other weekly construction meetings via conference call. 13.1.9 Final Inspection The Engineer will attend a final inspection of the Project to confirm the completeness of the work. The Engineer in conjunction with the RPR will prepare a punch list of the outstanding work items. The Engineer will participate in the final walk through of the site to verify that all outstanding work items have been completed. 13.1.10 Record Drawings The Engineer will prepare electronic copies of the record drawings and final quantities representing the completed project and reflecting the actual work accomplished during construction. The Engineer will provide electronic record drawings to AFW and the COFW in PDF and Microstation files posted to the City's Buzzsaw website. 13.1.11 Final Construction Report The Engineer will prepare the final construction report following the standard /current FAA Southwest Region's format. The Engineer will prepare the required Project Closeout statements and Sponsor Certifications. Two copies of the Construction Report will be submitted to the Airport, one (1) copy to the FAA, and one (1) copy kept on file. April 15,2014 Page 20 of 36 JACOB When furnishing Services during the construction phase of the Project, the following terms will apply: If Engineer is called upon to review submittals from construction contractors, Engineer 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. The Engineer's action shall be taken with such reasonable promptness as to cause no delay in the work while allowing sufficient time in the Engineer's 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 or for substantiating instructions for installation or performance of equipment or systems designed by the construction contractor, all of which remain the responsibility of the construction contractor. The Engineer's review shall not constitute approval of safety precautions or of construction means, methods, techniques, sequences or procedures. The Engineer's approval of a specific item shall not indicate approval of an assembly of which the item is a component. B.2 SERVICES OF THE RESIDENT PROJECT REPRESENTATIVE (RPR) The RPR will monitor and observe the construction progress, coordinate with AFW, the Engineer, and the Contractor. Additionally, the RPR will provide construction observation to determine whether the work is proceeding according to the construction contract documents and will notify the Engineer if problems, disputes, or changes arise during the course of construction. B.2.1 RPR Reporting The RPR will track the construction cost of the project and maintain construction quantity estimates for use in preparing monthly payment reimbursement requests and for monitoring the progress of the Contractor's work. The RPR will prepare daily construction progress reports of the construction activities that are observed and will submit the reports to the Engineer for review. The RPR will conduct weekly progress meetings with the Contractor. The RPR will prepare weekly progress reports (5370-1) and submit the reports to the Engineer for review. The RPR will prepare weekly construction acceptance testing reports and submit to the Engineer for review. The RPR will prepare monthly construction summary reports of completed work and will submit the reports to the Engineer for review. 1. Shop Drawing Review- The RPR will prepare and maintain a submittal register identifying the submittal number, description, specification section, specification paragraph, received date, action date, and action taken. The RPR will distribute copies of the submittals and the updated submittal register to the AFW, Engineer and the Contractor. April 15,2014 Page 21 of 36 .JACOBS 2. RFI Tracking - The RPR will log and track and Contractor Request for Information (RFIs) The RPR will distribute copies of the RFIs and the updated RFI log to AFW, Engineer and the Contractor. 3. Federal Wage Rate Surveys -The RPR will conduct Federal wage rate surveys (Form DOT F 4220.5 or SF 1445)with the Contractor's personnel and their subcontractor personnel to ensure compliance with the U.S. Department of Labor regulations for federally funded construction projects. The RPR will submit the wage rate survey records to the Engineer for review. Wage rate surveys will be conducted on a monthly basis. 4. Engineering/ RPR Communication -The RPR will be the Engineer's primary contact with the Contractor and AFW during the course of construction. The RPR will be available to meet with the representatives of AFW, FAA, and other interested parties at the project location. The RPR will coordinate and supervise the Engineer's subconsultants and personnel who are performing construction related services. 5. Photographs —The RPR will take preconstruction photographs and take weekly construction progress photographs. 6. Final Inspection —The RPR will coordinate the date and time of the final inspection via teleconferences, letters, and email to AFW, FAA, the Engineer, and the Contractor. The RPR will prepare a summary report of the final inspection, including a punch list of work items that the Contractor must accomplish to complete the Project. The RPR will prepare an AIP Final Inspection Report (Form 5100-17) upon satisfactory completion of the work. The RPR will distribute the summary report and the AIP Final Inspection Report to AFW, FAA, the Engineer, and the Contractor. When furnishing Services during the construction phase of the Project, the following terms will apply: When the RPR/Engineer is called upon to observe the work of Client's construction contractor(s) for the detection of defects or deficiencies in such work, Engineer will not bear any responsibility or liability for such defects or deficiencies or for the failure to so detect. Engineer shall not review or manage the means, methods, techniques, sequences or procedures utilized by any construction contractor. Engineer 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. RPR/Engineer 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. All services performed by others, including construction contractors and their subcontractors, shall be warranted only by such others and not by the Engineer. April 15,2014 Page 22 of 36 JACOBSi C. OBSTRUCTION SURVEY (AGIS) C.1 INITIATE AGIS PROJECT AND DEVELOP SOW FOR APPROVAL FROM FAA The Engineer will assist the airport to establish login access to the FAA Airports Geographic Information System (GIS). After access has been granted, Jacobs will work with the Airport to establish a new project inside of the Airports GIS program. This project site will be the main point of delivery of uploaded information such as the statement of work, quality control plans, drawings and survey data. The Engineer will assist the airport in developing a scope of work for performance and delivery of Airports GIS data. The scope will be provided to the FAA Southwest District for review and approval. C.2 SURVEY AND QUALITY CONTROL PLAN C.2.1 Provide a Survey and Quality Control Plan The Engineer will develop a "survey and quality control plan"which will detail the survey methodologies and quality control procedures for delivery of survey data. The plan will be uploaded through the AFW's GIS portal and will be reviewed and approved by the FAA. C.2.2 Validate Airport Geodetic Control (PACS/SACS) The Engineer will survey the airport's primary airport control station (PACS) and secondary airport controls stations (SACS) using static GPS sessions. The survey values will be validated against published NGS/NOAA values and documented for future approval by the AFW's GIS program. The Engineer will verify the physical condition, stability and visibility of the station and ensure it has not physically moved or has been destroyed. All recorded data will be documented in FAA required forms including: "GPS Observation Log Sheet," "Station Description and Recovery," Station Location Sketch and Visibility Diagram," "Station Table and Recon Checklist." C.23 Perform Survey Ties to the National Spatial Reference System (NSRS) The Engineer will establish a geodetic survey network using NSRS benchmarks (horizontal and vertical). The network will be based on geodetic coordinates based horizontally on NAD83 and vertically on NAVD88. All recorded data will be documented in FAA required forms including: "GPS Observation Log Sheet," "Station Description and Recovery," Station Location Sketch and Visibility Diagram," "Station Table and Recon Checklist." C.2.4 Survey Runway End/Threshold (Post Construction) The Engineer will conduct GPS surveys of all runway ends to establish horizontal and vertical coordinates. The runway values will be compared against the design value to ensure they are within acceptable spatial tolerances. April 15,2014 Page 23 of 36 .JACOBS' C.2.5 Monument Runway End/Threshold (Post Construction) The Engineer will locate the runway end and validate or insert a securely placed nail/washer to represent the runway end for future locating and measuring. C.2.6 Document Runway/Threshold Locations (Post Construction) The Engineer will collect photographs and develop field sketches for runway locations. All recorded data will be documented in FAA required forms including: "Runway Data Sheet," and "GPS Observation Log Sheet." C.2.7 Determine and Validate Runway Length (Post Construction) The Engineer will measure the runway length using the runway ends. Measured distance will be validated against design criteria. C.2.8 Determine and Validate Runway Width (Post Construction) The Engineer will collect survey data for each of the runway corners. These locations will be used to measure the runway width. Measured distance will be validated against design criteria. C.2.9 Collect Runway Profile and 10' Offsets (Right/Left of Centerline) at 10' Intervals (Existing and Post Construction) The Engineer will perform a runway profile survey on runways 16R-34L and 16L-34R. Three (3) profiles will be collected, one (1) on centerline and two (2) ten foot offsets at a minimum of 10' stations. The data will be compiled, adjusted and submitted in the required formats as required by the FAA in the current versions of AC's 150/5300 16 and 18. The required final report will also be submitted showing the findings of the survey. Continuous Kinematic— method will be used for rapid collection of topographic data along runways not requiring a high degree of accuracy. The rover antenna, will be attached to a vehicle, navigates along the centerline of runways to create trails of points collected at 10 foot intervals without operator intervention, included will be 10 foot left and right of centerline. C.2.10 Determine Touchdown Zone Elevations (TDZ) (Post Construction) The Engineer will determine the TDZ for both runways using the runway profile data. The highest elevation along the centerline will be determined within the first 3,000 feet from the runway threshold. TDZ elevations will be verified against design values. C.2.11 Collect Airport NAVAIDS Data (Existing and Post Construction) The Engineer will capture visual and instrument NAVAIDS throughout the airfield. Existing and new NAVAIDS will require they be surveyed and fully documented using "GPS Observation Log Sheet', "Navigational Aid Facilities Abstract", "Navigational Aid Facility Sketch", "Navigational Aid Screening and Interference Measurement Sketch". Field photographs will be required for each NAVAID. April 15,2014 Page 24 of 36 JACOB C.3 REMOTE SENSING C.3.1 Provide Remote Sensing Plan The Engineer will develop a "remote sensing plan"which will detail the remote sensing methodologies and quality control procedures for delivery of aerial photography and remote sensing data. The plan will also include the required flight mission plan to capture aerial photography and ground control requirements to provide supplemental horizontal and vertical control to the aerial imagery. The plan will be uploaded through the Airports GIS portal and will be reviewed and approved by the FAA. C.3.2 Locate, Set and Survey Photo Control The Engineer will set and survey photo control targets and photo identifiable locations. The control locations will provide survey data to be used in triangulating the aerial photography. Each point must be documented per AC requirements. Use "GPS Observation Log Sheet," "Station Description and Recovery," "Station Location Sketch and Visibility Diagram." C.3.3 Capture Aerial Imagery (2 Photo Scales) The Engineer will capture and process aerial imagery of the airport and surrounding airspace obstacle identification surfaces. A midlevel flight at approximately 4,000'AGL will be performed over the approach and primary surfaces out to a distance of approximately 21,000' from each runway end. A high level flight at approximately 8,400' AGL will be performed over the horizontal and conical surfaces (17,000' arcs from the end of each runway end). C.3.4 Process Imagery and Perform Aerotriangulation for Each Imagery Set The Engineer will use photo control coordinates (Task C.3.2)to perform aerotriangulation (bridging) and establish horizontal and vertical network within the captured aerial imagery. The aerotriangulation results will be documented for delivery to the FAA. C.3.5 Provide Aerial Photography(AP) Acquisition Report The Engineer will gather and develop the AP Report using the survey results and supporting documentation/photographs for tasks C.2.2, C.2.3, and C.3.2. along with new raw aerial imagery stereo-pairs and aerotriangulation results. The AP Report must be delivered to FAA/NGS for approval prior to commencing data collection of airspace. C.3.6 Develop Obstacle Identification Surfaces (OIS) for Each Runway The Engineer will develop OIS surfaces following the requirements established in AC 150/5300- 18B for runways with vertically guided surfaces. These surfaces will include: • Vertically Guided Runway Primary Surface (VGRPS) • Vertically Guided Primary Connection Surface (VGPCS) • Vertically Guided Approach Surface (VGAS) • Vertically Guided Protection Surface (VGPS) • Vertically Guided Approach Transitional Surface (VGATS) • Vertically Guided Horizontal Surface (VGHS) April 15,2014 Page 25 of 36 JACOBS • Vertically Guided Conical Surface (VGCS) C.3.7 Collect Airspace Obstacles/Obstructions The Engineer will collect horizontal and elevation data for features penetrating any of the obstacle identification surfaces. Feature attributes will be included to identify the type of obstacle as well as distance and location from threshold. C.3.8 Determine Document Controlling Obstacles for Each OIS The Engineer will use collected obstacles and obstruction data (Task C.3.7) and will determine specific obstacles/obstructions which are identified as the controlling obstacles within each OIS. Identified points will be captured on the FAA's "Vertically Guided Airport Airspace Analysis Checklist." C.3.9 Collect/Develop/Finalize GIS Data The Engineer will convert survey and remote sensing data collected in tasks C.2.2, C.2.3, C.2.4, C.2.9, C.2.10, C.2.11, C.3.2, C.3.6, C.3.7 and C.3.8 into ESRI ArcGIS Shape files following the geometry and attribution requirements as established in the current edition of AC 150/5300-18B. C.4 FINAL PROJECT REPORT C.4.1 Provide a Final Project Report The Engineer will develop a final project report which will condense all collected data and observations. The report will be broken into two parts: Part 1 will include all observations and activities performed prior to construction; Part 2 will include verification observations post- construction. Final reports will be delivered to the FAA using the FAA AGIS web portal. C.4.2 FAA Data Submittal The Engineer will gather all survey, GIS, photographs and final project report information and format into FAA AGIS specified delivery directories. The data will be uploaded to the FAA using the FAA AGIS web portal for review and final approval. C.4.3 FAA/NGS Review and Comment The Engineer will coordinate and assist the FAA and NGS throughout the review process. This will be performed to ensure the project moves efficiently through the AGIS process and does not delay the approval process. April 15,2014 Page 26 of 36 JACO►BS D. REMOTE TRANSMISSION AND RECEIVING (RTR) SITE ENVIRONMENTAL AND LAND ACQUISITION The Engineer will coordinate with the FAA as they relocate the existing RTR site currently located in the southeast quadrant of the airport. The proposed site is located on the west side of the Airport and will require an environmental determination, land acquisition and appraisal services. The Engineer will also design an electrical/communication duct bank to connect the new RTR site to the air traffic control tower. D.1 ENVIRONMENTAL WORK The work to be performed by the Engineer shall consist of providing professional services required for preparing a Categorical Exclusion (CATEX) Supporting Document requesting an environmental determination by the Federal Aviation Administration (FAA)for the acquisition of property to accommodate the proposed construction of a RTR tower with associated access road and duct bank at AFW in Tarrant County. Approximately 2 acres of additional property immediately adjacent to AFW would be acquired as part of the proposed project. All work to be performed under this work authorization shall be subject to review and approval by AFW and the FAA. The project area includes the additional property and the existing RTR site. The work required is described below according to each task to be performed. FAA Orders 1050.1 E and 5050.413 will be followed in the preparation of the CATEX Supporting Document. Data Collection Collect, review and evaluate available and appropriate data pertaining to this project and the project area. This data may include, but is not limited to: • Property Maps • Land Use Maps • Location of Public Buildings, Schools, Churches, Parks, etc. • Aerial Photography • Historical/Archeological Site Listings • Digital Ortho Quad Maps • National Wetland Inventory Maps • County Soil Survey Maps • Floodplain Maps • Vegetation Cover Maps • Hazardous Materials Database Information • Demographic Maps/Census Information • NEPA documentation (i.e. environmental assessment) associated with AFW April 15,2014 Page 27 of 36 JACOBS Categorically Excluded Actions/Extraordinary Circumstances Conduct environmental studies, analyses and investigations in accordance with FAA Orders 5050.4B and 1050.1 E. The environmental impact studies, analyses and investigations will include cultural resources; Section 4(f) properties; natural, ecological, or scenic resources of Federal, Tribal, State, or local significance; division or disruption of an established community or orderly, planned development, or inconsistent with adopted community plans or goals; increase in surface transportation congestion; noise; air quality (includes addressing FAA waiver of construction emissions inventory); water quality; high controversy on environmental grounds; inconsistency with Federal, State, Tribal, or local law relating to the environment; significant lighting impacts; land contaminated with hazardous materials or land likely to cause such contamination. The results of the analysis will be used to determine if"extraordinary circumstances" (Paragraph 304, Order 1050.1 E) apply for the listed environmental impact categories. These results will then be used to further determine whether or not any normally categorically excluded actions applicable to the proposed project would require a more detailed environmental review. Cultural Resources Jacobs will perform a preliminary desktop investigation to determine the existence of known archeological and historical sites within and/or adjacent to the proposed project area. 1. Perform a review of the physiographic conditions that might lend to preservation. 2. Identify known archeological and historical sites. 3. Conduct background research/database search on both project land and damaged land. Background research will include any past archeological studies on the airport. 4. Prepare consultation letter for transmittal to the State Historic Preservation Office and include the results of the desktop investigation, any data/sites discovered via the background research, and a map identifying the project area and the area of potential effect. 5. Prepare a summary of any previous archaeological investigations in the proposed project area vicinity and incorporate into CATEX supporting documentation. Natural, Ecological, or Scenic Resources of Federal, Tribal, State or Local Significance An evaluation of potential impacts on natural, ecological (e.g., invasive species), or scenic resources protected by the Fish and Wildlife Coordination Act (for example: Federally listed endangered, threatened or candidate species or designated proposed critical habitat under the Endangered Species Act); wetlands; floodplains; coastal zones; prime and/or unique State or locally important farmlands; energy supply and natural resources; wild and scenic rivers: and, solid waste management will be conducted to determine their presence. If present, the level of impact to these listed significant resources would be evaluated to determine applicability as an extraordinary circumstance. Significant impacts to resources listed under this category are not anticipated to occur within the property to be acquired at AFW nor at the RTR site, therefore, a detailed evaluation of these resources is not included as part of this scope. April 15,2014 Page 28 of 36 JACOBS Noise Analysis The project activities are not anticipated to generate any discernible noise after completion of construction; therefore, noise analysis does not apply to the proposed project activities and land acquisition at Alliance Airport. Information addressing this determination will be included in the CATEX Supporting Document. Air Quality This scope of services assumes that the proposed project will not require an air quality analysis. Because of the minimal construction activity associated with the project, a construction emission inventory will be waived by the FAA for the project. This scope of services does not include modeling air toxics and assumes that the proposed project currently meets general conformity requirements. Information addressing this determination will be included in the CATEX Supporting Document. Water Quality Impacts to resources such as sole source aquifers, public water supply system, or State or Tribal water quality standards will be evaluated. Potential water quality impacts will be assessed. The work under this task will address the National Pollutant Discharge Elimination System and the Texas Pollutant Discharge Elimination System. Hazardous Materials A regulatory database radius report will be reviewed per American Society for Testing and Materials ASTM 1527-13 Standard Practice for Environmental Site Assessments to assist in determining the presence or absence of hazardous materials contamination at the proposed project area. Hazardous materials contamination is not anticipated to occur at the proposed project area. A summary of findings based on the review of the regulatory database and the field investigation will be incorporated into the CATEX Supporting Document. D.2 LAND ACQUISITION AND APPRAISAL Appraisal and Appraisal Review An appraisal shall be prepared by a State Certified Appraiser for use in negotiations. The appraisal will be completed in accordance with the Federal requirements. An Appraisal Review will be provided in accordance with the Federal requirements. The review will make a recommendation to the City of Fort Worth as to the amount of just compensation to be offered the owner. A copy of the appraisal and review will be submitted to the City of Fort Worth for approval before any offer is made to the landowner. Title Information The Title Commitment shall be reviewed for liens or other exceptions. The Engineer shall report the results of the Title Commitment to the City of Fort Worth, recommending the disposition of the exceptions. This contract assumes that Title Policies will be purchased. Any action required to clear title is not included in the Scope of Work. Providing a clear title will be considered Additional Services. April 15,2014 Page 29 of 36 .JACOBS Recommended Negotiating Price The offer to purchase the property will be based on the Appraisal. The City of Fort Worth will establish the value to be used in negotiation and the range of negotiating authority. Negotiation The services of qualified right-of-way agents will be utilized to secure the required right-of-way for the Project. Will negotiate on behalf of the City of Fort Worth and will provide the property owner a copy of the approved appraisal. Will provide a good faith effort to acquire all the rights- of-way through a negotiation process, which will generally consist of no less than three contacts with the property owner or his authorized representative. Generally, no more than five contacts will be necessary to reach an agreement with the property owner or to determine that further negotiations will be nonproductive and that eminent domain action may be necessary to acquire the property. The initial offer made to the property owner will be based on the value approved as previously discussed. All counter-offers by the property owner along with our recommendations will be presented to the City of Fort Worth for their consideration. The City of Fort Worth must approve such counter offers before an agent will be authorized to agree to the requested changes. All monetary offers made to the property owners will be within the limits authorized by the City of Fort Worth in the various stages of the negotiation. After reaching an agreement with the landowner on the consideration and all other terms of the transaction, Engineer will forward to the City of Fort Worth a Memorandum of Agreement (MOA) executed by the property owner. This MOA sets forth the compensation to the land owner and any other terms of the transaction. In the event these good faith efforts fail to produce a satisfactorily negotiated right-of-way, Engineer will recommend that the City of Fort Worth use its power of Eminent Domain to acquire the right-of-way. Closing Procedures Engineer's agent will coordinate with the Title Company to deliver any payments to the property owner and record the documents. The documents will be returned to the City of Fort Worth after recording. Eminent Domain/Condemnation Services The requirements of the legal advisor and the different circumstances involved on each parcel to be condemned makes it difficult to estimate the work effort which will be required. Therefore, any condemnation work will be considered Additional Services and is not included in this scope of work. D.3 DUCT BANK COORDINATION The Engineer will coordinate the location of the proposed RTR duct bank from the Air Traffic Control Tower to the proposed RTR site with the Sponsor's Consultant. April 15,2014 Page 30 of 36 JACOB E. MONITOR CONSTRUCTION OF BNSF MAIN LINE AND CONNECTOR TRACK The Engineer will provide construction oversight of the new BNSF railway. Activities included in this task are as follows: • Monitor construction expenditures against the approved budget • Review and recommend payment for change orders to the construction contract • Monitor the progress of the work against the approved schedule • Attend weekly construction meetings on site on a monthly basis • Attend weekly construction meetings via teleconference on weeks not on site • Tour the construction site on a monthly basis • Review monthly construction invoice and provide recommendation for payment April 15,2014 Page 31 of 36 JACOBS F. RSA MITIGATION The Runway Safety Area (RSA) surrounds a runway to provide a specific level of safety. The RSA enhances the safety for aircraft in the event of an undershoot, overrun, or veer off the runway. As part of the development of the runway extension project, a Runway Safety Areas Assessment Report was developed to identify deficiencies within the RSA environment. From these findings, four(4) projects have been identified to be mitigated and are included in this scope. F.1 RUNWAY 34R GLIDE SLOPE PARKING AREA RELOCATION The current configuration of the parking area and FAA equipment infrastructure needs to be relocated outside of the runway safety area. Engineer will design new parking area and provide provisions for the relocated FAA equipment infrastructure. F.2 RUNWAY 34L/R MID-FIELD RUNWAY VISUAL RANGE (RVR) RELOCATION The current configuration of parking and FAA infrastructure needs to be relocated. Engineer will design new parking area and provide provisions for the relocated FAA infrastructure. F.3 RUNWAY 34L SOUTH RSA TREE REMOVAL There is approximately 1.7 acres of trees currently located within the runway safety area in the southwest quadrant of the airfield. Engineer will provide site details and specifications for tree removal and site restoration. F.4 DECLARED DISTANCE FOR RUNWAY The existing elevated walkway to maintain the approach lights to Runway 34R is in conflict with FAA runway safety area criteria. To remedy the conflict, the declared distances for Runway 16L- 34R will be revised to so that the walkway is outside of the 1,000 foot safety area. The information will be prepared and submitted to the airport and FAA in the form of a technical memorandum, supporting calculations and exhibits. April 15,2014 Page 32 of 36 .JACOBS G. FY 2015 ACIP PREPARATION AND ODO DEVELOPMENT The national Airports Capital Improvement Plan (ACIP) is an internal FAA document that serves as the primary planning tool for identifying and prioritizing critical airport development and associated capital needs for the National Airspace System. It also serves as the basis for the distribution of grant funds under the Airport Improvement Program (AIP). The Engineer will assist the Airport with identifying and programming AFW needs to be included in the FY 2015— FY 2019 annual update to the ACIP. Tasks will include a needs assessment, conceptual designs, exhibit preparation, quantities and rough order of magnitude construction cost estimates and the corresponding professional service fees. Engineer will facilitate strategy and coordination meetings as required during the annual update to the ACIP. The ACIP will be summarized in the FAA provided Excel spreadsheet along with the supporting FAA Overall Development Objective (ODO) documentation. April 15,2014 Page 33 of 36 JACOBS H. MISCELLANEOUS PLANNING ASSISTANCE AND EXHIBIT PREPARATION The proposed runway extensions have created development opportunities for AFW. On occasion, the airport staff has called upon the Engineer to assist them with miscellaneous airport planning assignments. That work includes, but is not limited to: • Attend meetings with airport staff • Preparation of preliminary site layouts and exhibits • Analysis of FAA imaginary surfaces on proposed development opportunities • Preparation of cost estimates • Preparation of aircraft parking layouts • Preparation of preliminary cost estimates • Preparation of Air Quality documentation in support of Taxiway A Centerline Lighting Rehabilitation. April 15,2014 Page 34 of 36 ,JACOBS I. PCN CALCULATION 1.1 DEFINE REQUIREMENTS Define Requirements - Define the requirements set forth by The Engineer and AFW and to brief Subconsultant's staff on tasks and assignments. Subconsultant's Project Manager will also provide a work plan which will review the testing layout for each runway with anticipated timeframes. 1.2 REVIEW REPORTS CONSTRUCTION DATA AND AS-BUILTS Subconsultant will review prior runway pavement evaluation/design reports and as-built records provided by the Engineer. 1.3 NONDESTRUCTIVE TESTING A comprehensive NDT program using Subcontractor's Heavy Falling Weight Deflectometer (HWD)will be performed to estimate the strength of each runway pavement section by reviewing the individual structure layers and subgrade. All testing and analyses shall be performed in conformance FAA Advisory Circular 150/5370-11A. NDTs will be performed in the runway wheel paths (keel) at 50 foot staggered longitudinal stations (i.e., two lines at 100 foot spacing)with additional tests performed on side sections for two lines spaced at 200 foot per line (i.e., 100 foot longitudinal spacing) outside the keel. Additional NDTs will also be performed at concrete joints to measure load transfer between slabs. A total of approximately 560 NDTs will be performed on the two runways. The NDT program can be conducted during off-peak hours to minimize the impact to airport operations. A security escort will be provided by The Engineer or the AFW during the NDT. This fee estimate assumes that the runway will be made available for three (3) consecutive days or nights consisting of 8-hour uninterrupted periods. This fee estimate also assumes that an escort will be provided for the NDT operation, and consequently time and costs for badging are not included herein. NDT data will be reduced in accordance with FAA Advisory Circular 150/5370-11A and layered elastic back-calculation methods. The back-calculations will provide in-situ subgrade elastic moduli (E)for use in the calculation of the PCN. In essence, each nondestructive test will provide data equivalent to a CBR test at each of the test locations at a fraction of the cost of conventional tests without operational disruptions. 1.4 RECOMMEND CORE LOCATIONS AND REVIEW GEOTECHNICAL TEST RESULTS Subconsultant will perform an evaluation of the impulse stiffness modulus (ISM) plots and suggest coring/boring locations if the plots are found to be generally inconsistent throughout the length of the runways. Any destructive testing which includes coring shall be performed by another sub-consultant to the Engineer. Subcontractor will review any additional geotechnical exploration data or cores to obtain pavement layer depth inputs for structural analysis. April 15,2014 Page 35 of 36 JJACOBS 1.5 PERFORM STRUCTURAL EVALUATION AND PCN COMPUTATIONS Using the back-calculated subgrade strength, Subconsultant will compute the pavement strength for each runway and report as an internationally recognized PCN. The allowable aircraft load rating for the existing runway pavements can be computed based upon the backward computation of the FAA design procedures. The FAA mechanistic design method will be used to evaluate the structural capacity the runway pavement sections. The FAA's FAARFIELD program is proposed as the primary mechanistic design methods as described in FAA Advisory Circular 150/5320-6E. Inputs on aircraft traffic will be provided by The Engineer. Runway PCN is defined as a number that expresses the load-carrying capacity of the runway for unrestricted operations. The evaluation procedures follow the FAA Advisory Circular 150/5335-513, "Standard Method of Reporting Airport Pavement Strength-PCN." The computer software, COMFAA and its support spreadsheet, developed by the FAA for this advisory circular was used for the computations. 1.6 PREPARE PAVEMENT PCN LETTER REPORT All testing, and analytical methods will be summarized in a detailed written letter report which will provide the PCN values in standard International Civil Aviation Organization (ICAO)format and allowable loading for each runway pavement section. April 15,2014 Page 36 of 36 Attachment B Jacobs Fee Proposal Summary Final Design of Extension for Runway 16R,Runway 16L and Taxiway A Alliance Airport,Fort Worth,Texas Task Consultant Non-DBE Amount DBE Amount Total Task A-Final Plans for Rwy Ext Jacobs $1,104,211.93 $1,104,211.93 Airfield Engineering AECOM $438,760.97 $438,760.97 Survey, ROW Services ANA $115,762.63 $115,762.63 Airfield Engineering Project Management Associates(PMA) $158,057.96 $158,057.96 Land Acquisition Services HDR $38,400.00 $38,400.00 Geotechnical Services Terracon $104,000.00 $104,000.00 Sub-Total Task A $1,685,372.90 $273,820.59 "$1,959,193.49 Task B-Twy A Edge Lighting CM Jacobs $170,213.44 $170,213.44 Task C-Obstruction Survey Jacobs $64,980.32 $64,980.32 Aerial Topography ADS $56,850.00 $56,850.00 Task D-RTR Site Environmental,Land Acquisition and Duct Bank Coordination Jacobs $15,451.37 $15,451.37 Land Acquisition Services HDR $10,500.00 $10,500.00 Task E-Monitor Construction of BNSF Jacobs $86,751.28 $86,751.28 Main Line and Connector Track Task F-RSA Mitigation Jacobs $34,735.30 $34,735.30 Task G-ACIP Preparation Jacobs $19,781.68 $19,781.68 Task H-Miscellaneous Planning Jacobs $29,090.88 $29,090.88 Task I-PCN Calculation RDM $37,856.00 $37,856.00 TOTAL $2,116,877.17 $368,526.59 $2,485,403.75 DBE Participation 14.83% April 15.2014 Page 1 of 24 "It C\l O 0 c\l 0 "t OD �2 00 C-1) co 0 00 (D 0-)" co Oo C\j co co N N E N -,F C4 Ctli CC,\), co O cli t5 4) -SL c 42) , R, 0 �� 0 C O1 uj OD cq 't 0 C\j (D 0) N OD (M cq .2 cn a ui E N F I 'o I I —I I m 0 r_ C\j (0 cm IL tv>1 x x w O ca �o c cli m ir� co c to 75 co (D E < m Cn LO >, r 0 ;Z7 6 m (D 0 tm co .2 g := C M t; — g E > 2 -0 0 RM -6 (co E 0) 0 (D d) E c U) 4) 2 12 m 9 2 0 2D > I a a a m 0 (L r CO '0 �2 0 FL 0 0 No ro 0 W c cm m o° C:CY, Z:1 ? w 2 E -� U) 19 0) 0 a 0) 0 C: 0 0 (D c (D E Rc: ca 2 a) a) LU U) Fn w 12 975 Cl > E '5< w c .5 a, � cr a) �5 =a a) w co U) t co C: U) U) w rz (D 2 2i o O 'a fn 0 E E 0 C 0 x E 0 CL LD J -0 L) o .2 co M co E U) C r 0 a) t5 0 3� 5: U) ca Co r- E 'S 2 c '0 '0 '0 .F W Cl) a- LL LU -2 0 2 0 :3 u 0 C 0 0 a rocr co LL 0 0 0 C). 0 a) . 4) a) C) < 0 Cc Lu N o L6 Y 0 C? l� CR r ZN C:q 00 co co CL P < < < < 0 0 r tn Lq CO"J N O co 0000 co Nd' M d'O OCO co O m cli� 0 NNNN4N CO VM' 4 VM• VM � NNMNO (O �NN N Cl) M N M d C = E N O N Q N Q V coo O N co N O CO O O (0 W n M r_ M'T' 00 d0' V F m e oO N O (Oco N 0000 0 * N w oCOO rNCD CO O•� corer NNNN N00(` cof- co CO C`L c W d OOOO'tcomoov m O G ',t M M N M r r N N N a` O) c W y O m I G_ N �2Nco "t d' N "t "t t "t V°. n � MC000C0 �°.00 c0 (n i rt c W c aye tM IM c4 co ca o m o cn m n w o «> V/ c NrrDUNN NNNN Orr co r 7 'ct ,.., N N 00 O N 'C C O 0 tM c W L Q ro rn �. C r c0 c0 '�t r co M O c0 V c0 N d' c0 V co 0 c0 O O cc X a F .a C t0 Q CO to r }: X N t V ) �_ V N V V IL t0 CC W r r a (n c6 @ 3 3 m M a> m CD J r m (7 w c c � m ca a y OC OC w m m m m �?J d �° a N m m i � ° vii Q a c m N =O as C > N d C f0 G Y W _ W T U m 2 J 0 o Y Y o O rn 3 W aci m °n � ovmiov _coa G m M E a ° o 's ur t > coo) � Y a) °� - - - - r tam ° � O C -� 0 ai(n m a'Uc4= mmm Q N o O to U y m �3 m s T m e CO c c c y Q d d "U CO O N m CL G L F ca m•°- m c°'o; c m a> m ai Z m s m 3 d c c CC cm= o'caNmc SmEEEs rtnU) ao Yom co <a C q- m o om E ._--._cn JU) r c m > c a a o O cr av) oE tcsom emu) ° > > 3 m om m tJ m a o m +• O O aZ mJ� � i-v(� a �N r �_�J�� ,3NU � c c c E LU C� m �� c`°i�~ c ccd 0Lu W a m c ��� co - cn mop o o � a �a � V/ N +O. O U .. .. i OJ•.`-, D7.tU-, c c 'y N d' N L N J � a O s Vi O c m v v v iU c U c c t t m m rn M m (n W m o 0 cn a Q O d W W t W N N N t0 N L N L -°'•- L p °• ° °. "•� `� N m _C O Y W W W U W J J J U O J w U O.6 C t0-O 'a _0 CJ OJaaaCn CnN N{�J J gQO O co V N M�' c fl. a d a�L c a ro•p m a� c Q cn as-(D n- J U- E E O m ti c i CC E m m a'�_'C 07 - N `t Q1 _ 'C 'c J O— Q W m m ° E ¢ 'O u1 V LLLL 'y � 't CJQQQJCO't_ Q 't_ QQQa QQJC3Cca. 00� i-F- S m O N O fQ O d d ¢ ¢ ¢ z a a (n U cn N aQO r _ _ _ r C r N M N U T T r T d' T 12 CD (O t10�u a dd d d as dd ad d ¢ da dd a CM N 5 am. 0 0 0 0 00 00 N (o CO M N O O �t 0 O 0 0 0 N 0 0 0 N N N N N LO 10 r r U) (D f CO') T m O 0 C C N ,N CO � 00 N N N N N N N N N N N N 0 0 0 N 0 ti Q Q O — v QV 0 0 �d0' d0' d' M O? OF y O N C O CO N 0 M 'O•tm co It m a` c w •O C 'O d' Co N 00x000 V ON 00N r, ` °' a c w (D N O 0) C C N 0 d 0000 00 00 d' N c C r W C d co tm•� C 0 0 cD �'r-It �0 VO N 0 co 0 V V p Q 3 co y N W Q t�E6 m O C 00 0 V' <t V d' 7 V' V V' N 0 00 0 00 0 d' N N N cli a� •X H .a C m Q (O � r 3 3 � c � � J @ co w w e a r U c m c tm 3 3 m c N c c E w w ° w m a ` N 0 CL OC OC o a m N p to c m V d m m 7'+ 0 v V r-. a f- N m C y W mm N •O 3 M m U N U 3 x J H o 00 m .� D �g U o 70 N m m o r O - °� E 3 U o c �- U o c o (D C1 cD p o o• N g o 3 3 3 3 3 3 O u) Omj c N mid N °�>> > > E c > > vJ y .m. p o 0 U o m �a oa �Ir �Q �Cc �° ca O C.W LL Cn CL c c E E a 'ti o CD c z c E m 4 N a o O d o �] Uo. O ti w E � NOa � � EE v � E cn�� � Qo L - a`� o x � x mU- m a c0 c a c a>'� U E .c c c m S W > > c w : m LL d U cN6 � N U E N Q•� o o o o �p N m > o u. v> a� s oat — m incn•- - �� - min d d UH a n F F 04F- Um mmmm mmm �()�OICL aaw N Q U C�p hr (r� r I� 0r +- 0 N cl N CM — (Mq .r 00 m NN NN MM (] M N N -03 Q Q" �t Q Q Q Q Q Q Q Q Q Q Y O R Q �r N O Lo a) 0 W. a 00000000 O 1-1 N00000000 N M rl Cl) (o00 (o 0) 000 00000 O t(') V� O (o M00000000 M T 0� O X 0 0 Lo et N 00 It 00 -IT CD O cr) C7 N 10 00000000 000 to r ON r dt O r Cl) 0 to to to 1` 't Vt d' M M li 1A t to O O O O O to 1n O O to 00 O 0o O) -0 0 NMr 1n O Moor h 00 0 .- n ON O1, (3100 VO It N t` n OMO M r W 1\r (D (o 1` �d=(`M cCct) (o Ih N 0n r N +- r to r -T � aD to M V V 0) J U t\ N(D WMtn 11N V C) g 't O r V rr u 0�0 m r r 6a f{J 09-ffl fA e9l(f}fA 613 60 fR GG 0 69,fA H}v!)fH GG fA fA H} Vol 0 613 H9 f9 ff}ffl 69 W. 73 co 4 mr- N LD- ct OOON� O ENO N � 'V- a) � Mtn.- rNr 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q _ 0 M0 000 to to • j d- � to ntn O o uOO O O O T N n N c3 NOn 61)i f E3 f3 fFj(fl EA EA ffl fl CA fO A < fl (,o CON p T DW O nMMM N a U C m Q � a 0 to 3 (o X 0 c a N N r r f2 0 O 3 3 ifl y Y o N .�. 7 O 0 0 4) N C V U V c co m N U) (La _O p 0 d 'O x = o c rn q, a�i in w a m o U LL _ m F a 3 v, N �0 G d a) CL o F- L O (n = u) o U O O _ o oad°��m c Mg 0 64 p a) .L•Ta y � rnZ5 a-) � (aQ m c o � E � � m U) fn +. O ns a) a) °� m o a) a)a o C O X LL m c c c > as «? p o o ns o 0.W i - o) t : o fla op C)ul 0 p C t j 2 t j w w cu 0 w d U � ` d v d = c N s p•E w 0 E a) .0 p Y c V„ N LL c pva O ca cc z a) a_ U) 0wa ¢ a= c N G c o v m m Y O (p W W 7 % / © = 3 7 a 3 $ m / o 22 % @� Cl) f ) (D r m m E 4] §k ® 2 J 44 ¥ S ® �A 2 @ a w a $ m f $ w 8 & m \k - ° °° m / °7 aE w rK « = 3 ® o » $f � § R ` � m - § ° co - ± - - - » 2) « � � k � 2 / ) k / S a ® c § $ ] D U) ° E � © w a 2 ) 0 f.0 (.0 ) m 2 c ) / 0 % « t 2 ] § 2 \ § \ , a e 3 ) / t k \ \ $ § a.f - » # t d / 2 °0. 2 § m a z \ t r- cc§ ) 2 co \ 0 c§ E \ @ § §ƒ $ / ) \ § \ 2 / \�k� \} /\ ~ / F // / _ m • a 0 a ,3 $L $ § § , / § § 2 ® 0 }\\ \ \ } } / \ § \ \ \ © c o = _ _ _ : ° ! E U- I�f k 7 ® 0 § C j / k k \ (\ ) < ) f G E / o /o a a 4 0 Ir w o z ƒ < 8 �S� § qs ¥ e o �@ id R � q � q � @@ q � 2Q A2G @wE -: 7 wwm � a h@ � m @R � a e«� « « akkk ake ak «< « «< a % / 7 ƒ ] 0 / ) Cl) \ \ k - « @ co « § � o ° « $ o ¥ o� � § [ 2 � co ¥$ a ¥ aI ) k f It - © ®2 ° $ c ui § w _ « 2� m � « � k k « k � � k � k / ) F 0 § CD § k \w � ) CL k § ° ° cc x c 0 f km 0 w f ° A § 7 § § ; m ° � . 8 CC ; 3 a /e § ƒ _ % #f $_kk - �\ m@2 � r k+ 0 }CL LU ° \ U. _ { o CL00 � w \ \\ ) " m a ,2 » ALL 0 �� ° @ @ » - 4§§ k o\ o/\ R \ o\\\ \ %LU § & ( EC « § § da8 \ «tea a + aak ak a < << < N O co 0 m (L CL 0 0 0 0 0 0 O 0 O r O O 0 0 0 0 0 0 0 h 000 000 O O O 41 Qf 000 O p 00 O O O NN 0007 N 't M f` M 0001 O(V O O N n 0 e!• nr (o a) 0 0 co <t Cl) V) (D Nn O V' N N (D Z5i/) ND)41 et NO n r T 0 (D r_N (o r (D ON N r n O V n N to M <t (D O U) (D N (0 N OD J U r N M N V N M LO V r a d3 EA(a 6rT 69 V) EA 69 63 H} 4% K3 H3(f7 ER 603 6r}ea H3 ffl YT (R W M OD 0 O M r r W N N N M r t17 t- Or O N O S 00000 (000 (o 000000 N (°o p(o0 co� (f') ON f` — N Odd' co Dir N NNN oN (o V' MMN S CC 63(»e»(»(f}(& Q T 3 X 'O C Q (O � J (p t° 3 r a x 3 c � t6 (O (O r N Q) _ r R ° V N N m 3 c ` N c N 3 c o i ° c - v a (u �° (L)x w m U) w c f°- O I- `� r N a R ac) 3 c V C X G O F- C N O C cu cV m " O O c u O M� � C c N e»v3H�co yacirm � 'ro�Q a> E (Daa (� 0, � c c (OU m -O m � ai J W m H otf v a)0-p O O ww m z: -1a >�fA cif �U C d % o c .� •E o N m Y v d C E 0 (D 7 C Q.Y O C LL LL'y Q o c Q a > o •c o 0 0.0 (a of o QO ) acnn. wU¢ O (n a UaoCSM ¢a Cc Y0W C c FQifQ 7 ]} ¥ G2 / § \ � kg ~ ® )° 22 a t 04 w m S a � « k �§ m co � § Q / /j G o 04 cm � 3 . § k )k a / k � m « ? / x cc t � \ 7 ■ e R tm $ / . § % ) 2 I § 2 \ k Q % } $ ° k c / � § ° j ® ; § \ E @ k / \ kM § 0 2 Z5 cl o -® § § $ @§ ) en ƒ£ kc, �a CL / 5 * )50 o— t \ ) / mE/ E 3 \ @ )o ƒIL£k f § C £§® § . e $ . E 3 / (L) d) « 2c2 7N g £ ® � A f \ik « � ° oR � M k ) § »» a <Jk N O O N O) co CL 0000 0 0 O O O M M 000 M 000000 O In to r (D 00 O (D LO O O LO 0 0 O t, fl- O h O LO to N O jp r V 0 n O N r, m (D N (p O N n (D 4 O OMa0r ';t"I r N 't W M OM M r J U M O LO r (D P-) 0) -It tt r lf1 (o co 0) r T T N m O N L CD MONr r N O M V r O 00000 0 0 o CO 0 0 0 0 0 0 0 0 0 0 0 0 O In � 0 0 0 0 q 0 N (O 00 (n 00 O O OLD 00 C)LO O (a t- r 010 hr to d' Lnt00N V- N co o fA 6p,(A(fT ea 64 (fl 63 63 613(fl(A 6f3 603 093 w Q a (4 3 x tt6- a c Q � a J (O 3 r a x �S ~ 7 C CO N (o r N U a W N N U) O O N c U 3 c CL U U c o. (L�° O L x = pC a` `m a o. W a i (D O A w a F- ac) 3 c O - y (U aa)) (1) U N LL D o C L w. C C �Z 0 (cf(�`� O to O C t O O N cu co CJ y?S O cf)C3 to x 0 m a) C7._ a) rn a) a) C x C(, C C C to (D 2 O C o ,�w ca ._ a) QfyO a v o'° o U a'i w L H m U) a a c o u UUc- .cU_ C o e U O U ) o W °6 p E W °m o °) i ° `O i niwi 0a�=mair ) v YQ m m '- t10aiia a W N O N t6 CL i d O F- 0 d' O r tD O O a0 r C C _ of E a7 N W O co O Q N a Q V 00 UN v d a) co p0 C O co N O CO CO . <Y O w 0 CD O) (0 N N O CO ' M tm �W a) •p C V' W N �i' V' °�. 0 7 000 c r ag a 3 x 9 m Q a Y a a) to 3 3 r x J w to a� O O m o m 'D o-C 2 cc E �w o >`m aNi N ° °' w c a' U x c 0 o°' Cl) a, c m U c OC x to p V E - rn �o r fi 0 � d; � '� .1 Q, � o <c m d N c •o m CL y N m y •y 0 N d C= m d F O to O Q - U N c W G N 0 ° ° m ° c x N U O N c E c a c o D 09 O � 0 m - 0 C) 0 0 W d o ro a) c a c c _ C U /) Q x C O O W C o - a Cc U!U�) a p 'O N E U v c LL CLZ e LL o C o a) U m IL w o Q ai CL (n W ILI I I y N LL U. `t N ',,......... � r (M M r r r r CO CO M M r r M M N N C .Q t-a� a a dd d ¢ dd dd dd dd ddd ad dd a v N O N N OT cri CL OOOOO O cJ V N (O 000 O (O O 00 00 O CO !n 000 O g t o 0(O 7 00 N to h 0 0 0 0 1� N co N 00 0 0 ti M O U� 0 0 T ((1 O 00 1� N 00 0 N M tI) (7 T 'ct �f1 N O J(� N 00 .: N Q m M N Ln N r r r 64 fA(f3 69 w 09 69 64 69 69 (FT 69 64 64 V! (A 000 O W O 0 = r (7 r V N 0 0 0 0 0 ti — 0 0 0 0 0 O 0 CD p (00 (Dc00 MN 2 d fA 64(fl 69(fl Q m 3 x N a c Q m T J f0 tD 3 r �. x 3 � co CO y co r N y r y N O O O N U N (o y U U a 3 c O > 0 x c a`y ca a o. w 'm cc tL U) J w O t0- 0 w w '- � T w � aci 3 E R U CC x N D 0~ c s c O C N O O p N cn C y W p N CD � o LL - � OC d U O.O O tF W w H d FO CdJ Co 0. 01.= .o .Q p E o N c Q U. r Y Q m m — c _ fl F-a"u. a / ]} / $ace)co § It a \ V; Ge7ea 00 « « )/ m ° GREG ° 8 © © $ a a @k 2000 \ )C) (q§ Cl) $ \ k t cc 4) e£/°a e ® / ¥ # " a _mama Q \ _ _ _ eee _ 2 a kC goon $ $ °? m§ ) ® « « j� \§ ¢ §� »° ~ ^ » jm¥ ne I ~ to+e m a k 0 2 � km « k x V » § \ � � e c k k ) e 2 « \ \ ; / 0 § ( 0 cr C ® ` \ } ) 2 k / m ) x a - > § 2 U) k ® E 2 m ® § § § � ) $ S 0 % 9 A 09 ) a - R @§ ) \ ,\\ �CL } E R / 2 ® a ƒ ] / / c { kCL mo < e / m to ` ƒ 2.>'( S , 16 « ƒ } r _ ) E@2 c2x � $ ) \ CL= ttt=# # m 3 §- £ o k * k{ e° « 2 ° a® m $2gE"c a) � 22ew � E2E $ � §f �k ±/� 2222\ a:J JeP3< po3 « __ _< 6 4) (D cm CD «� 22 ° ° \Cl) e=� « « dd � d � � -I < 3 0 = QG ¥ 7 � mm§ m2J / / \ \ = k � E co CM » « m =22 c « \� § ° © w a) w \/ � c » \) aE w \U) eGe 8@ > f� G = w \j / w < o » mammm » a ( a/ ) � Jƒ w ix \0. / / k � � « § } U) % k § g E \ k § m / ) E \ \ / >1 o « \\ % k k ) i , w . 0 £ ee § k \$ E E \ \ 2 j (D � \ ! =% j k fƒ R - { 2 z R § ■ M, 0cc E tea /CL E � § g ® G � k $� � CO\ \ (\\ ) § § 0 2 } o ]\\\ \\ \ o as »: .5 o® & w25t w 2$$\ E® &722 < § _ 0 @m <,/ \ /} gym + �E £ � E % 7 §a m @c* / I� oo } )\ \ #m/ \ @° )�& . ; © &f ~ V Z50 ® \ �: eL aa ) GE §# .0LL, = a - m0 a8 aooaU ¥Ir m3= w< E 8 ; @ 00r§ � Ncq,tw 2/ = � � f ;� E « www \ e�� « m aaaaaaaaaaaaa < ,It N `o u� as 0 m a O 00 O O O N N N O O O O O O O O N V O C) C. O O O N M r 0 00 00000 LO O 00 M O 0 O V' O O O 000400 Of M M .O N O ti 00 N 00 to V' O t` 00 7In MO w70c0O N r p W t` 00 CD : Iq M I *- t0 N <t to V' O O lf1 N N J U 07 cf' cN0 r M C', N r r r r r r V3 V)163 V)V>Vj 63 V>V3 V} V} 63 63 613 63 63 63 V}63 V>V}V)V3 V3 V) W. i o hO� OMi000 OM I'�r rN '�t M 'd' d' CO 0 0 0 0 0 0 0 0 0 p CJ 0 0 0 0 0 0 0 0 - p 0 Lq 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 t+ LO O m h d U)N O a N� ll�� �� O N� to oD d CO t(7 N M M T 69-Vj(IJ 6q V)LO V3 V3 Q) = V3 613 V3 V3 63 V3 V3 V3 V3 U j N cy Q U m 10- _ N a v � U) y J to C � O >+ U N 0 U) CL U U N C U ma R Ir T C X @ d cC m K W O 3 U. d U J w FYO- 05 tm = R N FO- C X >_ N a qi .Lm �. a 4 C O — c= N m y m to O 'O •fq _ _— '� c CZ N M V3 63 w td O '� N N ._ U¢ N y-- E d 0 1 aa) - 0) mf° oasp Cl) w � Em�d.a Q O X LL E ns c c F- c o > m in o as •- ?.p W C '- - cL CC O CL 0- '- 0 ON m O � to c m c c — gi n .ro o a u}LU 06 Z5 3 0 0 LU i w d r- c m p Z5 - m y d as� as r Ica- m °scm x $ � Fes-Ii'(�Q a N N ° C¢ N v > 7 Oy °-' o C a o N t m a0i O d y ¢ cnn_ cnawc.Ucc O cn a Uaoc =� Qa.CC N moo v r Y O�p — tf°-�rL a N O _O N O lL5 a L w p N N d• 00 CC) W N N N O O r0 Ct O CO O r` � p N r � l, NN r rC0 � 0) rNNONd' � d' r Mrr � S C M °N N CO 0 Q) T m n. c dU Cl t1) tnN M N N O N N �O p T J co 00 N <t N N r N N W V- 00 V N S 01 d ty) = C N N N n U) N _N N N 00 N N (0 V N N 00 M Q d a N CO N C V s N a a Q U) 3 x LL U) I- E ca rn _ 3 J ; E <O O ¢ o o r s Cn >+ w (n - W LL O 3 Q n CL a m C7 0 o a U UN ° c o O co F w` O S o � 0 o p co a E O 0 o �a c"V y m w cn V DoE �°� ao cQ� H ai :NHyn � a o r 7 _a U °L N iu !!1 ro co 9 v o 0 v S _ 'o c d ° ucNn' Jcao °>' ° U) 0rz Vc dr to S o > pca S2 70 �W o o ° ao`i ¢ c �- o ° coo fn o v O v U c a r T O U L¢ n O ° cV n n aci Ip- (3 3x a v c (gym- NNmm° o CC CU cc E Q OCd m '- c �0yr � � � 33 N mo _� ° E A O~ J a> j °� m� j j'� c c-a Na .c �U (7 LL °� U y v- C O y �� � s� w [[ `° o c > ma � - o (DN a > cC ¢ - ccma�°�a yd c �° EN v c C p N N W W N (0 o U(n N c °a- c: N - co cn cn� a m � ns c � a� S0 (n U) 0�poii a a3i c > v�w 3 - =a o- cn E c_ cv ca o> o c - o at s m co M c CD O V LL Q > > c cc cc `o `o 3 Y¢ E c v._ ca o c �it U C.W to o c c z o 0 o Q N > ii U)U) u? o - ° m m ° a� o E a� m C p « is aci c c c � U w ¢a Q c 0 Co m C3 i0 y 3o > m ` °Q¢QQO a o o O 1 p o m o N O U. WF dd y U) 0100000 0-JO. nU z O a ti. a N y U N m rNMd: ct� CO t'-: (A r rN 00'gt U9 C0 r-, O0 GA rNM - p C _ T N (V N N N N N N CV NNN M C7 C? C`7 C) M M M M M a C) 0 0 O C�U U U U U U 0 00 U Q N O h_ O7 cA N a 00000 0 0 O co Cl) O N N O O N 0 0 0 0 0 0 0 O CD (O CO M M O O M O (0 co to N 4 (o O 't V' to C O O C C O y (0 U') N to O)h 00 N O (- 00 00 to t1I M 4 p cA O(0 O h +- (0 N N to d: eC C 00 00 CO J U Cl) (O Cl) Cl) to M N ce) ((°o CO c0 LO � N r (f3 ea 613 EA 6F3 H3 63 (A fA 6p, 6f3 to tR fA H3 fR K3 Vl O V Oai h Lo Z 0000� (moh o O V V Lo M CO oD r0 0 0 c(f O c0 O to M N .-- lc) _� to Q 6s fA(H H}ffl 6-169 a N U k � H c � (o O J � (C T a5 O � U y CD U in o o O c U U 0) N c CL >. ° `a x O c IL m w O m a U U o 3 m m m is U 3 X LL J F 3 07 U) H � O O y N c c is aci v T a) ° O p X LL aoi Fo ra m N U C.W CL (Lj .� �' OC room m ya Q.via O ��� >,U E ro o c fl m i t- @J O4) Vla �U �J 7 03 ; > 2 o CO O d 0) Q Q (A c U 4- = O w 0- Q N r Y O is (o ItJ m F� o a Q v N O _2 N 0) cz CL w F O S N O O O 0 c co w .. N C N N O c W o d •� � cfl co c w U 4 O cc O O C a` 1° `o m c c m to N B c w ocm m a m� co co c o v a� 00 Q Y � C m � J H G m C 10 .0 J c t0 � T O >. > O_ 3 W C d w m 0 S E N U ` m � v N = O O W j p cC S m c O � C O y F xm m x m m N c 0~ J G Q m d •. = vNi ¢ o 0 00 E � v"� •(/! C O N C �p 2� c W 0 Y 0 1- Ta;0 °0 d.. Q W U' N c ?U Fn Or- t p N MY 20' c 0. � oam l, �►! 'a � � N d y W -Jol 1 r Y O _ M U c _ r N(+7 .- f- 71LQ ❑ ❑❑ Q N O _O N as d 0 0 0 0 0 0 000 O O o) V M M O M N to N 6 O O O to to r r O r (n O N t` tD O V- a2 Cl) N to O tt7 p O U) O O C N r O et d' to C J U Cl) co r r N T Ln O N 69 to fA HT 64 69 69 64 VA 64 EH UT 69 69 W fA EFT f/T p OCOOON co S 0 0 0 0 0 0 0 0 0 _ N O to 0 0 0 Lo 0 Lo�o ° o m i0 d- 1` to N67 rn NN O 0 C p2 N Ww O to P7 N CO co 2 'O EA 69T fA 64 dT 64 FA 613-61) L O Q U R U Y C .X t6 m F H cn Q � U � � 7 � r m N O d = U_ Q C p O C to U .. O U m C x C m ay m w J C y tL � J C ._ !d F L r E °s o O 0 _ ro ` in- ,a �— N Cy � m� `m may Q p X LL C: Co C c c c > ._ QW c -- m ° C c ro c c c- m p O ° EW� Www NI- rn w O @J 0~C ti'yQ o D o aci-°-° '¢a > � o N df dCn2 Wdn. W U¢ O fn a 2 N p�C v T Y 0-6 � ImAtJ.Q ¢ N O O N N RS a m 3 0im r- nmm m = r - Cl) C C y� y 4 00 Q (n n r a 4 0 0 0 v It in 0 0 0 O0 eo O O O O (R (D cD N O O N N wN (fl ro v a v ch (o 00 ao rn d- v O 0 u7 Ln p t� 11') (n OD r m N N U9 On h r a g N N J U M V' n r p0 co OD (fl 63 f»u3 61;�6c,c»�69 e» (fr e» (» (n to 60 4n v} 6131 C O 0 c�O4N 0 000004 4 N _ 0 N W Ey 000000440 u °0 t0 cm _ O Otn000LL70tn to p i N co(O4N 444 j dlh Ln n LO nr WN O o co O C (`')M '- h V M +-- N p� N CO Cp cO In co " M M uj Lo cm N = a� ffl fA E!-J ffl fA y-}cA H)!f} N O o = U CD m c E p v Q U O (o ~ m C d a 3 z ° 0 O x i Y c c0 (Yj F N w N O a CO o C G C � o N CD Y o Y E T E C O C d a w > N l6 O C > N 0 N N y O 0) W a p c p i (n N H y N in U v, o O O U U y N rs O OC = o ¢ a w in g u) x o CL 0 4) x ` T. m U c 0>� o aoi C/) J w ? O c ¢oaacr, o ~ o m O U h m 3 y J U E Y m m 2 ° n H to O 3 x uj a a�2 2 c c _ d z c d o c c o o p 9 0p y � o00 . O O -p U N x c L U) c 3 C W N O .f. C U O p N c O O _ p-N(n i O O O U _ _ - --E N N 4 t° U O x ti (n a a a c c ' > i (n O W O- N N U O N = N N C)o � O Ww E 0 v m m m �c000m> v yp0 V F- CC a` tnacn0- wC) O cn a N w Y O c f�0 9 ) L Q W I Q N O N N 0 N d co 0 nn� n � Z z = m E in o a N a o= 00 QU ONOM Cl) RNO N U� ~ o w � d c� o a c W co w v 0) N N N N N N N 'p MM V) co r- II. � C W a 0' O y cC o cn C W L o O o O (00 COO (00 M M M y O y 000 N � O M M M M OD 00 00 N N 9 O O O W O N (n n r h aM J U N h V c} CD M "t M M M 613 CH CA CH CH Vl V3 V)V3 CH EA VT V3 V) V3 V} V) O � N 0 O O M O N O O N O W E y 0 0 0 0 0 00 0 C:> ti O Lo 000 L9 0 Un Un _ cm p C o =� N N(D Chom MN mm O l�iJ (0 IL V3 V3 V}VJ CO Vl V3 6G,CLT >+ O 3 � x N O H c (fl U � N � = y Cn d N 3 N O c N o %t0 W r v 0 0 O O U U N R O . 2 X O a. X > 'o g o m W c C h d O U 0 < Cl) ~ tL J O @ O X O �CC � > H C J (0> 2 3 F � � acCv c ws n:° �oC c O t co co O p 0 <O u- Q O_ tA� avt C v O C O Q t6 y p U S U C- N O N C C C O (6 010 Xu cc�J N (� c C•- •- -? O C Cl)co Ma �Cj�LUW W NF- in co N o 0 O c (O`a o o = I- OCLL. � � � a�i ° aS)i ° m ° OC¢-o > Q o 0 N y 22Cc 0 (L0CL WadW UQ O tt .0 Li Y O�p _ ~7LLQ LL LL.Lt. LL LL. Q N O N N w O cu O C) r 4 C C tC 'E y c0 m aU) a o= r f v° F= o w C CD rn o IL c w .. a�i o= It °v a` °1 c w L L .O y d)C cm !n C w 0 0 0 O 00 O O O c 0 w N N C O co OOO O OO O V d. Os M MM tD lO N E <0 (O i 5 00 O 't , O V'N W-It CM CO (00 n V VO'R co 00 O O?h O N to to l3 r r t0 f•• J U N h O) h N Of 0) Of CL L � � 0 •C C co O OOCO O OO N N'� = d V r N c W E y 0 0 0 0 0 0 0 0 0 o CD O 10000100 Ul In _ @ — N o p O C O f0 00 N W C~OV) MN MM O N Lfi CL _ Q N 3 v x O f ~ y O J y N E r C R O d N L id 0 O vi m N V O N w O O a r v S 0 aci x c N O FO U) J w -a g V LL c O @ 3 x J N N~ FO- F a CL C N a co ff co 'C c y ,�.' M l9 d Q N O O N u U Q O lu CD p -a d O O o � i-° to°'as (a - r c U. ° U) a c- cC) L a O cn @ o aa ¢ v o N x o 3 s Cl) � 2 c a { 22 f _ 3 � E « w C, ¥ ■ o& b ° \/ ° ac � \k ° aC l ) w co CD 0 1:1 0 0 It- 2 % q q q q 2 k § � \ § R m s /@ % 2 )\ / a \ . % 7 g ~ m m eee_e_e_ee (0 _ _ - GPI )/ o R 2020000 ¥0 = U) f § k « o q. G q$S / G ek # ) ) 2GGS% % m) 2 \ a ■ _e___ell,eme 4 - & i ) k x k / § 0 § ` m � k Q w a � ■ a � _ E � e 2 - m k k $ k G k \ G § E k = 2 > .CL ) ) § / % k } w k to - a LU \ � � LL � � / IL § k { \ k2\f ( j\ %\ \\ \k\ \ \ 2 ; »2 J (D a) ( f $ 2EW § C, C: a \ )ado - §\ /w 15 ] / a ® 2828 ¥=§ - = ? LL 22» 22 < f $ o © 2222 S �=�r�� wo< o $ a 2 m -V 0 / muc = - 9�� a = / 3 5 a } � ]J = rma2 -It § \\ m ° 4 . k� » 0§ & 2 2 7 4 § q§ § § $/ � �m = m G b # fG\ \% \ \ \ § /a § m 2C - � m - \3 ° &¥J� g & 4 a64 I mewm_ \ _ e _ a_ _ _ \/� - - mmmr § = C\j m ac z LU � . � k o % q Ci LO§{ Nm 0 }} \60) ` \ « 4 � ƒ E ) - � 7 a } / to / t m f @ \ \ \ / ! ) 7 0 . k \ w J 4 J G G ° \ v $ , E ; § \ � } \ W \ \ƒ\ \ � x ka �f ® ° � ® � U)a - m C 72\ )\ � @ § k tO/. � Cr \ � }wa/ §e/3% c . § � �f 0 \ ; @ aR ) /) «w £ - ®2) $r % § r .0 0.2E G3 a= < ' - 8)LU k &» : > /®//ƒ \ \ moo_ £ 3 aƒ / ©/C / E # oaoo a EEe m <7 m G a .2# ova z otmE � § 74EOf aw n 3772 \ T Jam /§$ ® n % )E j ) D- = zcc (L a z /a- z< ' / I �z a U. mar ���a _ /\\\\\ f : EXHIBIT "B-3" (Supplement to Attachment B) AFW Phase 10 Alliance Runway Extension City Project No. 2048 SUMMARY OF TOTAL PROJECT FEES Consulting Firm Prime Responsibility Amount % Prime Consultant: Jacobs Engineering Program Management, 1,525,216.20 61.37% Group Inc. Survey, Phasing, Construction Administration, Airfield Engineering Proposed M/WBE Sub-Consultants Amount % ADS Aerial Topography $56,850.00 2.29% ANA Survey, ROW Services $115,762.63 4.66% PMA Airfield Engineering $158,057.96 6.36% RDM PCN Calculation $37,856.00 1.52% Non-M/WBE Consultants: Amount % HDR Land Acquisition Services $48,900.00 1.97% AECOM Airfield Engineering $438,760.97 17.65% Terracon Geotechnical Services $104,000.00 4.18% TOTAL $2,485,403.75 100% ATTACHMENT "C" CHANGES AND AMENDMENTS TO STANDARD AGREEMENT Final Design of Extensions for Runway 16R, Runway 16L and Taxiway A at Alliance Airport, Fort Worth, Texas City Project No. AMENDMENTS Article 11: Consultant shall be paid in a lump sum amount of two million, four hundred eighty five thousand, four hundred and three dollars and seventy five cents ($2,485,403.75) as shown in Attachment "B" invoiced monthly, on a percent complete basis. Article VI: Shall be revised to read as follows: "The CITY shall be entitled, upon its request and without incurring expense, to promptly receive verification that ENGINEER's insurance policies, including endorsements thereto, are active and in force as noted on certificates of insurance provided to the CITY and, at the CITY's discretion the ENGINEER may be required to provide proof of insurance premium payments." Article X: The CITY has established a disadvantaged business enterprise (DBE) goal of 13% for this contract. SPECIAL PROVISIONS The following are added as additional provisions to the Agreement. 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. 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. City of Fort Worth,Texas Attachment C PMO Release Date:05.19.2010 Page 1 of I D 0 Task-Name,.Npm__ . _...._.__.Duratjon.. .. __.Slat ..._,.m_Ma.Y _.....,. ,,June._._._.. ��ujy.._ t..,._.. Notice to Proceed 0 days 3 Program/Project Management 345 days 4 Work Plan&Schedule 15 days 5 Subcontract Management 345 days' 6 Document Control 345 days 7 Monthly Status Reports 345 days 8"F� Coordination Meetings 345 days 9 Construction Cost Estimate and Program Budget 345 days 10 Project Schedule 345 days 11..... FAA Grant Assistance 345 days 12 13 Data Collection 345 days 14 Topographic Survey 345 days 15 Geotechnical Investigation 180 days 17 95%Design Submittal 165 days 5 18 Site Demolition 30 days 5 19 { E&SC 30 days 5 20 Ii Airfield Geometry 30 days 5 21 Airfield Paving 30 days 5 22 Airfield Markings 30 days' 23 Grading 60 days 5 24 Drainage 60 days 5 25 Lighting,Signage&Electrical 60 days 5 26 NAVAIDS 60 days 5 27 Perimeter Road 30 days S 28 ADA Fence 30 days 29 Seeding and Sodding 30 days 8 30 Construction Phasing Plans 60 days 8 31 Safety Risk Assessment 60 days' 8 32 Specifications 10 days 8 33 Construction Cost Estimate 10 days, 8 34 CSPP 30 days 8 35...... 7460-1 10 days 8 36 Assemble Documents 5 days, 37 Internal QC Review 5 days 38 Incorporate QC Comments 10 days 9 39 Assemble Documents 5 days 9 40 Submit 95%Design 0 days 1 41 Client Review 70 days 1 42 Comment Review Meeting 0 days 44 Bid Design Submittal 75 days, 1 45 @ Site Demolition 20 days 1 46 E&SC 20 days 1 A7 Airfield Geometry 20 days 1 48 Airfield Paving 20 days 1 49' ) Airfield Markings 20 days 50 Grading 20 days 1 51' Drainage 20 days 1 52 Lighting,Signage&Electrical 20 days 1 53 � NAVAIDS 40 days 1 54 Perimeter Road 20 days 1 55 ADA Fence 20 days 56 Seeding and Sodding 20 days 1 57 Construction Phasing Plans 20 days 1 58 Specifications 10 days 1 59 Construction Cost Estimate 10 days 60 � Assemble Documents 5 days 3 61 Internal QC Review 20 days 62 Incorporate and Backcheck OC Comments 15 days 63 ( Deliver Bid Documents 0 days 4 X4/24 65..... Bid Phase 75 days 4 66 Advertise 25 days 4 Open Bids 25 days 68 Ji Award 25 days I Task Progress Split Milestone uull SFr 'n w:r+PAnAdN LL 0 w Hwy 5q gg }} Md µ cu PM � �� Ilan ��� •�°�' w M/ aie o a �+�y °° 12 aN��"P LJ / IF so 0 Lu &0 zU- 0 0 W U z UJ Lu /p p(q r J / / ot PEI Ali 1 t W„*,A City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 613/2014; DATE: Tuesday, June 03, 2014 REFERENCE NO.: C-26822 LOG NAME: 55AFW RUNWAYEXT PRJTMGT PH10 SUBJECT: Authorize Execution of an Engineering Agreement with Jacobs Engineering Group Inc., in an Amount Up to $2,485,403.75 for Phase 10 Program Management and Design Services for the Runway Extension Project at Fort Worth Alliance Airport (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the execution of an Engineering Agreement with Jacobs Engineering Group Inc., in an amount up to $2,485,403.75 for Phase 10 program management and design services for the Runway Extension Project at Fort Worth Alliance Airport. DISCUSSION: On March 27, 2001, (M&C C-18528) the City Council approved an Agreement with Carter and Burgess, Inc. now Jacobs Engineering Group Inc., for Phase 1 program management and design services for the Runway Extension Project at Fort Worth Alliance Airport. Subsequently, similar services have been performed in multiple phases under individual Agreements as grant funding became available. This Engineering Agreement will be for Phase 10 program management and design services in an amount up to $2,485,403.75 that includes, but is not limited to: construction management for Taxiway Alpha, final design of the extensions for Runway 16R and Runway 16L, related land acquisition, surveys and planning. This work will result in two 11,000 foot runways. This fee proposal has been negotiated and deemed fair and reasonable by Staff. Federal Aviation Administration grant funds will be used for this project. Existing land credits that remain from the original land donation for Alliance Airport will be used for the City's 10 percent in-kind match. M/WBE OFFICE —Jacobs Engineering Group, Inc., is in compliance with the City's DBE program by committing to 15 percent DBE participation on this project. The City's DBE goal on this project is 13 percent. This project is located in COUNCIL DISTRICT 7, Mapsco 7B. FISCAL INFORMATION /CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Airport Grants Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/AccountlCenters GR14 539120 055218634300 $2,485.403.75 Logname: 55AFW RUNWAYEXT PRJTMGT PH10 Page 1 of 2 CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Bill Welstead (5402) Additional Information Contact: Ruseena Johnson (5407) ATTACHMENTS 1. 2048 Phase 10 FAR.pdf (CFW Internal) 2. AFW Rwy Ext Phase 10 - Project Location Map.pdf (Public) 3. GR14 539120 055218634300 Available Funds.pd (CFW Internal) 4. Jacobs DBE Compliance Memo.pd (CFW)nternal) Logname: 55AFW RUNWAYEXT PRJTMGT PH10 Page 2 of 2