Loading...
HomeMy WebLinkAboutContract 5350-Renewal #3 i . i u `s • i 1 THE STATE OF TEXAS } P44 ri t i COUNTY OF" DALLAS 3 •�►'� !�r• c+•`it r r;-•.q.4 w raw.r-.�rw•is• - THIS CONTRACT AND AGREEMENT made and entered into this the 1st day of October, 1967, by and between the CITY OF DALLAS, Texas, a municipal corporation of Dallas county-, Texas, and the CITY OF FORT WORTH, Texas, a municipal corporation of Tarrant County-, Texas, herein- after referred to as "Cities", and TIPPETTS--ABBDT T -McCAR'I`HY- S TR.ATTON, a partnership organize d under the laws of the State of New York, with offices at 375 Park Avenue, New York, New York, 10022, here- inafter 'referred to as "Consultan.tsrr, w WITNFSSF TH: WHEREAS, the cities have heretofore entered into contracts with. the Consultants for services in connection with the con.fi,gu.ration and loca- tion of the regional airport between Dallas and Fort Worth, which services were to terminate September 30, 1967; and } WHEREAS, the Cities and the Consultants desire to continue the engineering, planning and consulting services in connection with the Dallas :Fort worth Regional Airport for the purpose of assuring the continued work and earliest completion of the project; and WHEREAS, the Dallas-Fort worth Regional Airport Board has recommended the extension of the contract of the Consultants in connection fi .. 1 with the pro*ect and the Cities are of the opinion that it is to their advantage to proceed therewith; NOW, THEREFORE, the Cities have agreed to continue the services of Tippetts-Abbett-McCarthy-Stratton on the following terms and conditions, to-wit: The contract services that were to be performed prior to September 30, 1967, are hereby terminated effective the date of this contract and no compensation is to be paid under said contract for services performed by the Consultants subsequent to its termination. The Consultants agree to continue their technical services under the direction of the Board in connection with the engineering, planning and construction of the 'project, including the following: (1) Pr ct Planning a. Completion of definitive master plan of airport, including air- field facilities, roadways, buildings, structures, supporting systems and more detailed land utili zation*Plans. b. Refine and amplify design and construction schedule in Airport Layout Plan, and develop C, ritical Path Method of the entire P roject for design and construction scheduling, C. . Prepare basic concepts for Maintenance and Cargo Areas. 1 •1 f I (2) 'Terminal Complex a. Continue developing definitive designs for the spine of passenger i Terminal Complexp b. Continue 'Coordination with airline facilities planners to reach definitive requirements of individual air lines. 'These planning sessions shall include a representative of the Board and a re- port shall be made of each session to the Board, c. Complete man•nual of design and performance standards to guide airlines and associated architects in developing detailed terminal designs. d. - If directed by the Board, prepare a' list of firms within the Dallas Fort worth area for the Board's consideration to participate in the design of the 'Terminal Complex. (3) Phase I Grading and Drainer e Contract. a. Review the contract drawings, specification. and contract documents which have been prepared by the Joint Venture firm of Forrest and Cotton and Carter and Burgess. ' b. Indicate any changes that Consultants desire made in the contract drawings, specification and contract documents prior to submission for bids. Submit these documents after completion to the Board and the respective City Councils for approval, and then for process- ing for FAA grants and award of construction contract, 3 .'S '.t i. i . F 1 I c, prepare construction supervision contract with Dallas-Fort worth engineering firms and submit recommendations to the Board for the awarding of same, . d. Prepare contract and recommend to the Board such actin s ` n a will i be necessary to initiate the detailed topographic survey of Phas e I F 1 area. I (4) Phase II Grading and Drainer e Contract F a. Make recommendations to the Board of contracts to be entered into with Dallas-Fort Worth engineering firms for final design, specifi. cations and contract documents for Cross-wind wind Runways No. 5 and No, 6. b. supervise design activity. (5) Trans ortation - a. Prepare computer systems analysis to determine optimum airline ne location in terms of aircraft ground operations, baggage hand i P � handling R volumes, transit loads and vehicular traffic at projected peak hours. b. Refine location, geometry and criteria and internal airport road P -. systems and coordinate activity with state and Local Highway g y Authorities,, (6) Hydrant Fuelin Prepare specifications for the design, construction and operation g p on of ... 4 _ . i aircraft fueling system submit these proposals to the Board for authorization of inviting proposals from firms experienced in such work, 3 1 (7) Utilities ' a. Prepare utilities coordination plan showing general location and I position of all utilities within the airfield area. . i b. Prepare detailed feasibility report on total energy versus purchased r power. C, Continue studies of load demands for power and HVA C requirements based on further terminal refinements. d. Together with the attorneys or representatives of the Board, nego- tiate the contract with Sinclair oil Company and Southern Bell Telephone Company for relocation of existing utilities. e,. Prepare the scope of work necessary for the designs, specifications • and contract bid documents for the water supply and sewage disposal facilities withl*n the airport, to be approved by the Board prior to submission to Dallas and/or Fort worth engineering firm(s) for final detail, s • f. Recommend studies necessary by corrosion engineering firms for establishment of design standards, criteria and coordination s er-vices for protection of underground utilities against corrosion, • - 5 -• I i i (8) Ba a e Handling and Rapid "transit i a. Investigate firms experienced in design and construction of baggage handling and rapid transit systems. b. Prepare invitation documents for proposals from selected firms, (9) Perform such other tasks as may be required by the Dallas-Fort worth j 1 Regional Airport Board to assist in the completion of the project, This contract shah. 'extend from the date her einabove set out to January 1, 1968. IV. (1) The Cities shall compensate the Consultants in accordance with the following: (a) Payroll costs of to h.nical g -en employees, consisting of ineers y g , ar ch.it6cts, technicians and draftsmen, actually engaged in the work. Payroll costs shall not include.* any amounts for clerical, stenographic or general administrative costs, Iwo {b} An amount equal to one hundred per cent (100%) of payroll costs for overhead and net fee. (c) Any partner of Consultants shall be compensated at the flat rate of Two Hundred Fifty Dollars ($250. 00) per day while away from his home office in connection with the work or hearings related to the Project, a i i i (d) Actual out-of-pocket e.Cpens es incurred in performing the work, including travel and living expenses, telephone toll calls, printing and reproduction costs and costs, at Consultants' standard rates, for electronic computer and soils laboratory uses. (e) Actual per* diem fees of individual outside consultants when en.-- gaged upon the work. (f) All actual expenses and costs not referred to above, including � those related to sub-contracts entered into by Consultants for profes sional services of a planning character, for professional services related to surveys an mapping, boring, sampling and testing and other essential professional services -neces sardly incurred in -furtherance of the work, (2) For the purpose. of budget control on the work to be performed by the Consultants under this contract, a budget of Two Hundred Forty-five Thousand Dollars ($Z45, 000) is established for the term of this Agreement, The Consultants agree not to exceed this budget without the recommendation of the Board and ,written consent by each of the Cities, In addition, the sung. of Cane Hundred Seventy-five Thousand Dollars ($17 5, 0 0 0) is anticipated to be obligated and started during the period of this contract, but the work not to be completed until 1968. This additional amount of $175, 000, or any portion thereof, shall be paid -where. approved by the Board and certified to by the two Cities,, (3) Payment for the services rendered un.der this Contract will be made monthly for work performed during the previous month by the 7 . S ' • Ii . S Consultants and the Consultants' subcontractors engaged in work in con- nection with the Contract, on the basis of invoices submitted for work done and approved by the Board, V � • • + From time to time, •the Consultants shall prepare written reports which will incorporate all the data compiled by them, one Hundred and Fifty (150)'copies of the reports for the use of the Cities and fifty y copies for the use of the Board and the Federal Aviation Agency Y shall be supp.ied. The reports and information prepared by the Consultants shall be the exclu.sive,property of the Cities. via The Consultants shall indemnify and hold the Cities and all of their officers, agents, servants and employees harmless from any loss, damage, liability or expense, on account of damage to property and injuries, including death., to all persons, including employees of the Consultants, or subcon- tractors, and of all other persons performing any part of the work, which . may arise from any act or negligence on the part of the Consultants or any breach of any of their obligations under this Contract, and shall defend at their own expense any suits or other proceedings brought against the Cities and their officers, agents, servants and on employees, or an of the y them account thereof, and pay all expenses and satisfy all judgments which may be incurred by or rendered against them, -or any of them, in connection there- with, .. 8 .. . i . i i I Compliance with the provisions of this article will be required of F other firms providing professional and sub-professional services and of all subcontractors, . I VII. • The Consultants shall effect and maintain the following insurance in connection with the work, with not less than the following limits: Workmen's Compensation Statutory Direct Public Liability $100.9 000 f$100,1 000 (including C ontr a ctua ). Direct Property Damage $ 50, 000/$50, 000 (including Contractual) Automobile Public Liability $ 50, 000/$50, 000 Automobile Property Damage $ 50, 000/$50, 000 Professional Liability • $10O.VOOO If any of the work is sublet, the Consultants .will require the sub- contractors to effect and maintain similar insurance inn such form and amounts consistent with the operation to be performed, but in'no event, ' shall the limits f of liability be less than those stated. above, Such insurance shall be written by an insurance company- authorized to do business in the state of Texas, Certificates evidencing that such in- surance is in effect shall'be filed with the Consultants. Y 1 1 i • i Y III r I Any expenditures made by the Consultants within the term hereof but submitted after the date of termination of this Contract shall be included and covered under this Contract Ix, Records of the Consultants' direct personnel, consultant(s) and reimbursable ex en.s e pertaining to this Project and records of account shall i be kept on an accounting basis acceptable to the Board and Cities and shall be available to the Cities, the Board or their authorized representatives at mutually convenient times, X0 All reports, plans and specifications and other documbntation pre- pared by the Consultants are to become the property of the Cities, I. This Contract shall not be assignable in •whole or in part without the consent of the Cities. i IN WITNESS WHEREOF, the parties hereto have set their signatures this the day of October, A. D. 1967, the CITY OF DALLAS, signing by and through its City Manager, W. S. McDonald, duly author iz d to execute the same � � c�--� e by resolution adopted by the City Council on the day of • October A. D. 19.67, attesting:by its City Secretary and counter signing-by . 10 i I i its City Auditor; the CITY GP FORT WORTH,H, signing by and through its Mayor, DeWitt McKinley, duly authorized to execute the same by action i of the City Council on the day of October A. Do 1967, attesting by its City Secretary; and TIPPETTS-A.BBETT--McCAR THY-STRATTON, signing by and through. Walther Pr oleos ch, Partner of said Consultin g Firm, duly authorized to execute the same, in triplicate originals. � AT T ST: CITY GP DALLAS City Secretary W. S. McDonald, City Manager C C2UN TER. IGN E D: A P..:PR, `V" D AS TO F OR.N r City ditor r r C�. AtLorne ATTE CITY GP OR. T W OR. . y 110e ov City Secretary Pe itt c nl y �6ayor APP OVER AS TO FORM: City Attorney TIPPET I'S7r BBETT-McCAR.THY-STR.ATTold By w4ther Prokos ch., Partner