HomeMy WebLinkAboutContract 39313 (3),�
crrY ��������� _ ,- �
�o���,�C�- ��. .�.��;1��.
�l�Y �F FORT° 1�dOR�H� i���
SiAN�A�p pG�1��ilA�Ni �Df� �iVCIf���R1i�G R�Ldi�D 9��I�R� ��R!lIC�S
This AGR�Eiti//PEN� is b�nnteen the City of Fort Wartt�, a hom�-rul� municipsl
corpor�tion situ�t�d in iarra�f, Denton, Parker and Wise Caunties, Texas (the "CI�1("}, and
Jac�bs Er�gineering Group 1nc, (the "ENCIN��R"), for a k�RQJECT generally described
�s:d�sign, fill �nd reg�a�1� o� nois�: properti�s at M�acham Airpor�.
Ariicl� I
���pe of S�rreic�s
A. iN� Sc�pe of Services is s�t forth in Attachm�nt A.
A�icle II
��rr�p�n�aQion
A. T�e Ei��IN��R's compensation i� set forth in Att�chm�nt �.
��t�cr� ui
i�p�n� o� Payment
Payments to th� �1VGIN�ER will be made as follows:
A. Invoice �nd Paym�nt
(� ) The �r�gine�r shall provide the City sufficient docur��ntation, including b�t not
�imited to m�eting the r�quirements s�t forth i� Rf�achment � ta this
A�R��M��lT, to r��son��ly substantiate the invoices.
(2) The �N�It���R wil[ issue monthly invoi��s for all wor� p�rformed under this
AGR��M�N�. Invoic�s ar� due and payable within 30 days af receipt.
(3) Upon completian of services enum�rai�d in Ar�icle I, the fina� payment of any
balance will b� due within 30 days of rec�ipt af the final invoice.
{4j (n the event af a disputed or corttested billing, only that port�on so cont€sted
will be withhefd from p�ym�nt, and th� undisputed portion will be paid. The
�ITY will exercise reasonablene�s in cantesting any bill or portian th�reo�. No
int�rest will accrue an aRy contest�d par�ivn of the billing ur�til mutually
res�fved.
(5} �f the CiTY fails to make payme�t in full to �NGINEER for billings c�ntes#ed in
gaad f�ith within fid days of the amount due, the ENGIf�,�-€�F3._may, after giving
c�h ar Fort worm, Ygxas
Stantlartl Agreemer+i far �nglneering Reaated fleaign Serv+ces �
81009 ' -- :_��4C�' ��
Page 1 of 15 .. -
�x�- � ��.���! fl
I
r'�� 'i 4,� I+
7 days' ww�itte� �otice to CI TY, suspend services und�r this AG���M�N� u�til
paid in full. In th� ev��t of suspension of s�rvices� th� �NGIh1��R s�al! ��ve
no liabi�iry to CITY fa� ��f�ys or damages caused the CIiY b�cause of such
s�spension of sewic�s.
��#i�l� IIA
�6ligati�n� o� �i�� �ngineer
Amendments to Article IV, if a�y, �re included in Attachment C.
l�. Gen�p�l
The �I�GINf��R wiil sewe as tl�� CI T�f's professional engineering
representative und�r tf�is Agr�ement, p�aviding professianal en�ineering
consu�t�tion and ad�ice and fumishing customa�y services ir�cidental thereto.
�. ��f���i� �� ��i�
�k�e standard af c�r� applicabl� fn the �NGIN��R's �€rvic�s will be t�e
degree of s�Cill and di�igenc� normally employed i� tFie State of iexas 6y
prof�ssional engineers or consultants p�rFarming the same or similar services
at th� time s��h services are performed.
C. ��F��tar���� I�d���ig�tion�
(1) Tf�� �NGI[V��� shalf advise the CfiY wiih �egarcl to the n�cessify for
subcontraoct wo�t such as �peeial �urveys, tests� test borings, o� other
subsu�ac� investigations in connec#ion wiih design and engineering
work to b� per�ormed h�reunder. ihe EIVCINEER shall also advise the
G[�Y co�c�ming th� �esults oi sam�. 5uch surr�eys, i�sts, and
investigations shafl b� fur�nis�ed by the CITY, unless atherwise specified
in Att�cHm�nt /�.
(2) In soils, foundation, graundw�t�r, �nd other subsur�ac� in�estigations,
the actu�l �haracteristics may vary significantly betwe�n succassive test
points and sam�al� intervals and at locations other than wher�
ob�ervations, expinration, and inv�stigations have been made. �ecause
of the inhereni uncertair�ti�s in subsurf�ce �valuations, c��nged or
unar�ticipated underg�ound cond�tiorts may vccu� t��t ceuld ai��ct the
tota! PRQJ�Ci cost andlor �x�cutio�. Tf���e c�ndi�ons an�
costlexecution effects ar� not th� respo�sibility of t#�e ENCIhl��R.
Ciry of Fon wnnn, re�ae
Sitndard AgreerfleM tor �npineeatnp Related UeSlgn SBrvIC6g
6.3Q.09
Page 2 oT 15
�. �r�p�r��i�n �f �ngin��rin� ����i��s
The I�NGIN��R will Rr�vide to tH� CI�Y the origina�l drawings of �Il plans i� ink
on repra�ucible r�yi�� sh��#s and electronic files in .�df format, or �s oth�rwis�
approv�d by CITY, which sh�ll became the properly of the CITI(. CITY may
us� such drawings iN �ny mann�r it d�sires; pravid�d, however, #h�i t�e
EN�IN��� sh�ll r��t be liable ��� ti�� use of such drawin�s for any praject
ath�P th�� t�e PROJE�T desc�i���1 her�in.
�. �n�i���r'� Pe�o���l at �vr��4ru��iar� �f��
(1 } �he pres�nc� or duti�s of th� I�f��IIVEER's p��annel at a con�tructinn site,
whether as o���ite repr�s�ntati�es or at���vise, do nat m�ke the �N�kPl��R
ar its p�rsonnel in �ny way respansibl� for tl�o�� duti�s thai ��Iang to the
CIiY a�dlo� ��e CITY's canst�uct3oN eontr��tors or o#her entities, and do not
r�ii��e the construction contractors �r any other entity of their abligations,
duties, mnd r�spansibiliti�s, includir�g, but not limited in, �II constnaction
methods, m�an�, techniques, ���uences, and proce�ures n�c�ssa�r far
c�ordinating �nd compl�ting ail por�ions of the construction work in
accor�ar�ce with the Carrtrac� Docum�nts �nd �ny he�lth o� safety ��ecautions
r�quired 6y such constructian work. �he �NGIN��� and its personnel have
no a�thority to exercise any confrol ov�r any construction cantractor or oiher
entity ar their employe�s in cannec#ion with thei� wv�k orr any h��lth or safety
precautions,
(2} �xr�pt to the extent of sp�cific site visits expressiy d�tailed and se# forih in
AttacF�m�nt A, the �f�GIN��� or its personnel shall have no obligation or
respa�sibility to �isit ti�e c�nstructi�n sit� to becom� f�miliar with the �rogre�s
or qu�lity af the compl�ted wor�c on the ��OJ��� or to determine, in gen�ral,
if the wor�s �n th� F��tOJ�C� is being pe�f�rmed in a manr�er indicating that the
�ROJ�CT� wh�n compl�t�d, wiil bs in �ccar�dance wiih the Contract
Documents, nor shall �nything in th� Ca�tr��t Dacum�nts or ti�e agreement
b�flr►reen CIYY and €NGIN��� h� cons#r�ued as �ui�i�g �NGlhIEER to make
exh�us#ive �r c�ntin�o�s on-site inspecti�n� ta discov�r latent defects ir� the
wark ar atherwi�e ch�c� the qu�lity ar quantify of th� wori�c on #he PROJECi.
I# tt�e �Pl�Ii���R m�kes on�site obs�rvativn(s) ofi a deviatian frorn the
Cantract �oc�m�nts, the �N�If���R shaolf info�m the CITY.
t3) Wh�n prof�ssional certiflc�tian of p�r�o�nanc� ar c��r�ct�ristics af mate�ials,
systems ar equipm�nt is re�son�bly requir�d to perform t�e senri��� s�t fnrih
iR the �cope of �ervices, #h� �N�IN�EI� shall be e�titl�d to r�Eq upon suc�
c�rfiifi�tion to �stablish mat�rials, syst�ms or �quipme�t and per�ormance
crit�ria to b� r�q�ir�d in t�e Cant��ct Documents.
F'. ��inl��� og �rr��i�f�i� �o�i, �ina��ial ��nsid���4icxrr�, �rrd Schedul��
(1) Th� �NlGIN��R shall provid� opinions of probabie co�t� �ased on the
CHy Df �oR Worth. Te,iaa
5}andard Agree�nentior EnqfnearinQ Relsled Design 5ervices
6.70.09
PBge 3 0115
curre�nt available information at the time af �repa�atiot�, ir� acoo�dance
with Attachm�nt A.
(2) 1n providing opinions �f cos1� financial ana[yses, economic f�a�ibifity
�rojecfions, and sch�du�es for the �RQJECT, the ENGIfV��R has no
control aver cost �r p�ce af laba� and materials; un�n�wn ar latent
conditions �f exis#ing equi�m�nt �r structures that rn�y aff�c# operation ar
maint�nanc� costs; compeki�iv� bidding procedures and market
c�ndition�; tim� or quallty of perfo�m�nc� by third ���i�s; quality, type,
management, or �irection of op�rating p�rsonr�et; and othe� eco�amic
and ap�r�tional fackors tt�at may mat�ri�lly �fFect th� ul#im�te �ROJ�CY
cost or sch�dule. �h�r�for�� the �NGIh1EER m�i��� na wa�anty t�at th�
��iY's actual PR�JE�T �o�ts, financial asp�cts, economic f��sibility, �r
schedul�s will not wary from the �N�INEEF�'s opinions, �nalyses,
proj�ctions, or estirnat��.
�. C�r��t�a�gi�r� ��og��� P�yrr��n4,�
Recomm�ndations �y #he I�I��Ii�I�I�R to the �ITY for �er�odic constructian
pr�ogress �aymer�ts t� the cor�s#ructinn contractor will be based an t�e
�NGIN���'s kn�wl�alge, information, and belief from sefective s�mpl�ng and
observation that the work has progress�d to the point indicated. Such
�co�r�endatia�s da r�ot r�pr�sent that continuvu� �r d�tailed examinatians
F�a�e b��� made by t�� EN�iN��R ta asce�ai� that the constructior�
contr�ctor h�s completed the wor[c i� �xact acoard�nce with th� Contract
�ocuments; that ti�� fin�l wa� wiil b� acceptable in ail re5pacts; th�t the
�N�If���R has mad� �n exarnination ta �sc�rtain fiow o� fa� w�iat purpose
#he con�tructi�n cont�ctor has used tMe moneys paid; tHat title to �ny af the
work, material�, or e�uipment has ��ss�d to the CI�'Y free and clear of liens,
cfaims, security interests, or enc�mbr�nces; or that there are nat oth�r m�tter�
at issue between the CITY and th� construction cantrac#or that affect th�
arnount that should be paid.
H. R���rd �ra►Aaing�
R�co�cl drawi�gs, if required, will b� prepared, ir� par�, on the basis af
informati�n cornpiled and fumished by others, and may not �Iways r�present
th� �xact Incatio�, type of various cAmponents, or �xact ma�nn�r in which the
�ROJ��T uvas f�nally const�ucte�. The Ei�GIN��R is noi responsibl� for any
ernors o� omissio�s in the information from others that is incorporated iri#a th�
record d�awings.
I. I�irr�ri�y �n� 1fVom�n �u�i��ss ��terpri�� (l�ilf.�ld��) ���icip�4i�rr
In �ccord with City of Fort Wor�h Or�in�nce No. 9��30, tt�e City has goal� for
the p�r�ici��tton of minority buSiness �nte�prises and woman business
c�ryor Fort wrsnti, texas
$tandard Agreement for �nginegring �ielated Oe61gn Setvicae
6.39.09
Page 4 af 75
ent�rpr�ses in Cify contr�cts. �ngin��� ��knawledges the MIW�� gaal
establishe� �a� this contra�t a�d i#s commitm�nt t� rneet t��t goal. Any
misrept�sent�tion of #�cts (other than a negligent misrepr�sentatian) ar�d/ar
the commission of fraud by fhe E��i��e� m�y r�sult in the termir��tian af t�i5
�gre�m�nt and d�barment from p�r�l�ipatir�g in City co�ttracts for a p�riod af
time of not l�ss than #hre� (3j y�ars,
J. Ri�ht to Au��f
(1) F�NGIN��R ag��es th�t t�� CIiY shall, until the ex�irati�r� of five ��) years
after final paym�nt und�� this c:antract, ha�e acc�ss #o and the right to
examin� and �hot�co�y any directly p�riinent boak�, documents, p�pers and
r�conds of the �N�IR1€�R invalviRg transactions rel�ti�g to t�is contr�ct.
�N�lf+1f��R agr��s tFiat the CI�1f shall hav� access during normal w�rking
hour� to all n�cess�ry EN�INEER faeiliti�� and shall b� pravided ade�u�te
and ap�ropr�ate wo�f� spac� in ord�r to conduct audit� in compliance with the
�r��isions of this sectian, ihe CIiY sh�ll gi�e �N�IM��R reasonable
advance notic� of intended audits.
(a) �NC[N���t furth�r �gr��s ta ir�clu�e in �ll its subconsultant agreements
h�r��nd�r � provisian to th� eff�ct tf�at tFie �ubconsultant �grees that #he CITY
shall, until the expiratian of �i�e (5) years after �nal p�yment unde� the
subcontwact, ��ee �ccess to and �he right to �xamine and �hatocopy any
dir�ctly p�riinent aoo�ts, docurne�ts, p�pers and r�cords o# such
subconsultant, invalvir�g tr�nsacti�n� to ti�� subconfr�a�t, �nd furiher, that the
CITY �hali hav� a�cess during normal wo�kfng hours to all subcansult�nt
facifities, and shall b� provided �dequate and ap�ropriate work �pa�e, in order
to co�duck audits in com�li�nc� witFi th� provisions o� this article tog�th�r with
subsection (3) here�f. �IiY shall giv� subcnnsultant reason��le ��vance
n�tice of intended audits.
(3y FcNGIiVEER and subca�sult�r�t ����� to photocopy such documents as may
�e �eque5ted by th� CITY. Tfi� CI1°Y ag�es to reimburse �iVC11V��R for the
cost o# copi�s �t the rat� publfsh�d in th� isxas Adminisirative Cade in �ff�ct
�s af the tim� copying is perfarmed.
Ft. II���IFtA{���
('i} �f�CIN��F2'S IIVSURANC�
a. Commercial General �iability — the �fVf�IIV��R shall maintain commerci�l
g�ner�i liability (CG�) and, if necessa�y, commercial umbr�lla insurance
with � limit af not I�ss than $9,dOD,Q00.00 p@r ��Ch OCClii1"��1C� Wfth �
$2,DDO,OD0.00 aggregate. If such Gommercial General �i�bility snsuw�nc�
cantains a g�newa! aggregate limi#, it shall a�ply separateiy t� this
PROJ�Ci o� Itication.
CkEy o! �url WoRh, Texas
Standgr6 Apreemenl far �npinee�ing Relatacl 17esign S�tvices
6.�.09
Page 5 oT 15
ihe GITY shaEl be included as an i�sured und�r the CG�, using ISQ
additional insured �ndorsement ar a substifut� providing �quiv�lent
cover�g�, and unaler th� commercial umbrella, if any. '�his
ir�surance shall a��ly as primary insurance witF� respect ta a�y other
insur�nce or seif�insur°ance progr�ms afford�d to the �liY. The
Commercial Gen�ral �i��iNty insurance policy shall have no
�xclusians by endor�em��ts fhat would alter �r nullify:
pr�mi�eslop�r�tions, p�o�uctslc�m�l��ed operati�ns, contrac#ual,
p�rsonal injury, or adv�rtizing in�ury, which ar� normally contain�d
witFiln the paficy, unless the �IT'Y approves su�h �xclusions in
writir�g.
ii. �f�GWFc�Ft r�vaives a!I right� �g�inst the CITY and its ag�nts,
office�s, directors and em�lay�es far recavery of dam�ges to the
�xt�nt th�s� damages are cov€red by the c�mmercial g�neral
li�bifity a� commerci�l umbr�fla liability 'rnsurance maintained in
accordanc� with this agr�ement.
b. Business At�to — the �iVCI�l��Ft �hal� maintairi t�usiness auto liability and,
if n���ss�ry, commercial �mbrell� liability insuranc� with a limit of r�ot tess
than $1,D00,000 ��ch �c�ident. �uc� in�uranc,e sha�l cover li�bili�y ar�sing
out af N�ny �uto", including owne�l� hire�, and non-awned a�tos, when said
v�Nicle is use� in th� course �f the PRdJ�C�. If the engine�r owns no
vehicles, co�er�ge for hir�d or nannowned is acceptab[e.
�P��IN��R waives all rights against the CIiY and its ag�n#s,
offlcers, directors �nd employe�s for recorrery of damag�s to ti�e
�xt��t t�e�: �am�ges a�e cvv�red by tf�e busin��s �uto liability or
corr����cial u��eeli� li�bility insura�ce o�t�ined f�y �NGIN��R
pursu�nt ta this agr��m��t o� under any appficable auto phy�ical
damage covePag�.
c. Wor�e�s' Compensatic�n ��IV�IN��R shall maintain worP�ers
compens�tion and emplayers [i�bi�ity insuranc� and, if necessary,
oomm��cial umbreqa liability insurance with a limii of not less t[�an
�100,Q�O.q� eacE� accident f�r bodily i�j�ryr by accEdent or $1 a0,OQ0.00
each employ�� for bodily injury by dis�ase, with $��D,O�@.00 policy limit.
i. ��V�1N�ER wai�es alf rnQhts �g�inst #he G1TY ar�d its agents,
officer�, dir���r� and �mploy��s for r�v��ryl of da�n�g�� tn the
ext�r�t the�� damag�s are covered by wor�ers comp�ns�tion and
�m�loyer's fiabiiity gr comm�rcial umbrella ins��ance obtained hy
�IVC�N��� pur�uant to ti�is �greement,
d. Prof�ssiot�a) l.iabiliiy — the �N�[N��� shall m�int�in ��ofessior�a! liability,
a claims�mad� palicy, wiih a minimt�m af �'i,00Q,00D.�Q �e� claim a�d
aggregat�, 'Th� policy �hall c�ntain � retroactive dat� ��or to the dat� of
c.�y o� �on wo�u,, r�
Standard ApreemeM Tor Enpineering Relaled FJaslgn Servkes
B.]9.09
PBga 8 af 15
the contract or #he first d�t� of ��wir.�s to b� p��'ormed, wi�ichev�r is
earlier. �ov�r�g� shall be mai�tain�d for a periad of � years follawing tY�e
compl�tian 0f the cantract. An annual ce�ificat� of insuranc� specifically
�efer��cing this project �hall be submitted to the CITY fo� each y�ar
following campl�tion of the contract.
{2) CEh1�RA� IN�U�ANC� R€QUIR�ME�iViS
a. �ertificat�s of Insurance �videncing that th� �N�INE�R ��s ob#aine� alf
r�quir�d i�surahce shall be deliv�r�d ta the CIiY prior to �NCINI��R
proceeding with th� PROJ�CT.
b. Appli��l� polleies shall be endors�d to nam� the CIYY an Addi#ional
Insured kh�reo�, �� it� intep�sts m�y appear. f h� term GIT1r shall irtclude
its em�Eoy�es, offic�r�, affci�ls, ag�r�ts� and volu�teer� �s �espects the
contracted sen►ices.
c. C�r�ificate�s) of insuwance shall doc�ment that insurance cave�age
s�ecified in this agre�m�nt are pro�ided u��er �pplicable policies
docum�nt�d thereon.
d. Any failur� on pari �f t�e CITY to �equest require� insurance
documentatian shall not constitute a waiver of the insuranc� re�uirements.
e. A minim�m of tMirty (30) days r�otice of cancellaiion ar maierial char�ge in
cov�rag� shall be providec4 io ihe �liY. A ien (10) days notice shall be
acceptable {n the �v�nt of non-p�ym�nt of premfum. Such terms s�aH b�
enda�se�1 �nta �NGIN���'s insur�nce poGci�s. Notice shall be sent te the
respe�ti�� Dep�rtment �i�ecta� (�y n�me), City of �ort Worfh, 'f000
ihrockmor�on, Fort Wor�h, �exas i61 �2.
f. Insurers for ap �olicies rn�st b� avthorized to do busi��ss i� t�e �t�te o�
'�exas �rrd have a minimum �ati�g of A:V or greater, in tF�e current A.M.
�e�t K�y R�ting ��aide o� Fia�� �easanahly equiv��gnt fin�nci�l st�ength
�nd solvency to th� satisfac#ion �f Risk hllanagement.
g. �ny ����cti�l� ar s�l� insured retention in excess of ���,aaa.00 tha� would
chang� or alter the requirements herein is subject to apprtfv�l by the CIiY
in writing, if cav�rage is not provided on a first-doilar �asis. T'he CI�Y, at it
sal� discreEfon, may �ons�nt to altemativ� coverag� maintained through
i�sur�r�c� pools er r�sk ret�ntion groups. 9��icated financia! res�urces or
I�ti�rs of Gr�dit �nay �Isa �e acc�ptabl� #o the CIiY.
F�. .�pplf�bl� palici�s sFt�ll aach b� �ndors�� wi�h a wai�er of subrogation in
fav�� �f th� CI'�Y as respects the �f�AJECT.
i. ih� CI�Y shall be entitl�d, u�on its r��uest and without incurring �xp�n�e,
Cft►r or Fart worth, Texas
5landard A�rre�ern�rR fOr �nyinaerinp Relaied Qasipn SeMees
8.7d.tl9
Pags 7 af 15
to r�vi�w �he �NGIN���'s insurance poficies incl�ding endorsements
therreto ancl, at the CtTY's cfiscretion; the �NGINEER rnay be requir�d to
pro�ide proof af insurance premium �aym�nts.
j. �.ines of cawerage, o#her than f�Pafessi�n�l �iability, undew►rritt�n on a
claims-made basis, shall contain a retroactive dat� c�incident with or p�Io�
to the date o� tFie contractual ag�e�m�nt. ih� c�rti�caie of ir��u��nc� sha�l
state hath th� r°�tro�cti�� date and th�t ti�e coverage is claims-made.
k. Co�erag��, wheth�r �vritt�n o� an occurrenc� ar claim��made bas�s, si�all
b� m�intained witFiout interruption nnr restrictive modific�tion �r changes
from d�t� of eomrnen�ement af the �ROJECi until final payment and
t�rminatinn of �ny c:aver�ag� required to be maintained after final payments.
I. �'h� CIiY shall not be r�s�onsible for the dir�ct payment of any i��u�nc�
premiurns required by tf�is agr��m�nt.
m. Sub cansuEtants and subcontractors to/of the EN�INE�� sh�ll b� required
�y th� �NCIhlFI�R to maintain the same or .reasonably equivalent
Insuranc� rAve�ag� a� r�quired for th� Eh1GINEE�. When sub
consultants/subcontractors mair�#ain insur�n�� co��rage, �NCINE�R shall
p�avid� CIYY with documentatian th�reof on a c�r�ificate of insurance.
�. In�1�p�r�ci�nt ��n�u��ni
The �NC�IN��R agr��s to p�r�orm all ser�ic�s as an ind�pendent consultant
and not as a su�c�ntracior, agent, or �mployee of th� �I�Y.
�IY. �i��l4su�
Th� �NGlf���R �cknovuledges to #he CITY tha# it has made fuil disclosure in
writing ofi any e��ting conflicts af interes# or pat�ntial conflicts �f interest,
including p�r��nal ftnancial ir�ter�st, diract or indir��t, in praperty �butti�g the
praposed PROJ�Ci ��d �usmess relationsF�ips wi#h abut#ing proper�y citi�s.
�'he V�NGfiV�ER furth�r acknowledges that it will make disclosure in writing of
any conflicts of interest that de�ebp s�tbsequent to th� sigr�ing of thEs contract
and p�or ta final payment under the contract.
R!. ����i�� v� w�a��de�s �ub�t�n���
t1) If as�estos or haz�r�i�u� subsiances in any form ar� encount�red o�
suspect�cf, the �iV�IN��R will stap i�s own work in the �ff�cted portians af
the PR�JECT fq permit t��ti�g and �vafuation.
(�) If asbestas ar vth�r hazardous sul�stances are suspect�d, ihe C1TY may
request t�� ENGIiV��R to as�ist in obtaining the sewfces v# a quallfied
subcon#�acto� t� �n�nag� th� remediatit�n activities of the PRAJ�CT.
cny at rron wont,, �exas
3lan�ard Agr�e�tfor Enpfneering Related pe�n 5ervices
8.30.aB
Page B a116
0. ��rrriitfii�g A�4hc��i�i�a o ���igr� Gl��n�e�
If permitting auth�rities re�uire �esign chang�s so as to com�ly with publish�l
design crit�ria and/�r curr�nt �ngin�ering pwactice stand��ds wi�[ci� the
�AlCIN�ER should h�ve b�sn aware of at th� time ihis Agre�m�nt w�s
execut�d, th� �NGIN�ER shall revise plans ar�d specificat��ns, as r�quire�, at
its own cost and �xp�ns�. Howe���, if d�sign changes 2�r� r�quired due to th�
ch�nges in th� perfinif�ing �uthorities' pu�lish�d ��sign cr�t�ria andlar practic�
�tan�aeds crit�ria whi�h are publisFied af�e� the date of this Agr��m�nt wFiich
th� �N�IN��R cou2d nat M�v� b�en r��svnab�y aw�� of, the �NCIN�I�R
shall notify the CITY of �ucE� changes anc� an adjustment in co�np�n�ation will
be mad� thr��gh an am�ndment ta this A�REEM�Ni.
P. ��h��1�l�
�N�II���� shall manags the F'FtQJECT in ar.cnrdance wiih t�e schedul�
develvped p�r Attac��nenf � to tF�is A����M�NY.
Ar�f�l� V
��lig�4ion� of th� �ity
Am�ndments to Articl� V, if ��y, �r� included in Attachment G.
laa. �i4yn�[a�i�h�d ��t�
�IV�1N��� may rely upon t�e accuracy, timelin�ss, and complet�ness of the
information provid�d by tne CIT`Y.
�. ������ �a F��ili�i�� �nd �r�p�r�y
�h� CIiY will ma�� its �acilitie� accessible ta the �N�IN��R as r�qcaire� f�r
th� ��1�INEE�'s performance of its servi��s. ih� CITY will pe�orm, at na
cast to the �N{�INE�R, s�ch t�sts of �quipmc�nt, machin�ry, pipelines� and
oth�r c�mponer�t� o� the CIiY's facPliti�s as may b� r€qu�red in con��ctian
w�th t1�e I�h1GIfVEER's se�vices. The �I�'Y will �e re��on�i�le for �II ac�s of the
CITY's perso�ne�.
�. �4�d�rti�����t�, ���rri�, and �cc��s
Unl�ss ot��wvis� �gre�� io in the Se�pe of Services, ti�e CITY will o�t�ir�,
a�ng�, and pay for �ll ad��rtisements for bi�s; p��mits �nd Iicens�� r�qui�ed
�y be,�l, state, or f�deral autho�itie�; and land, e�sements, rights-of w�y, �n�
acc�ss N�c�ssary for th� E�lGIN�E�'s servic�s o� PR��E�T canstructit�n.
C�tyot Fort wo�th. reMas
5landab Agr�mant for �nglneedng Ralated Dexign Services
8.30.U9
Pags 9 of 15
�. '�f��l�e I��di�u�
�h� CITY wiil �xamine the �N�INEER'� studi�s, r�parts, sketches, drawings,
spec#fie�ti�n�, proposals, and other dac�ments; abtain advic� of an atfa�n�y,
insurance couns�fo�, �ccountant, auditor, bond and financial advisors, ar�d
other c�nsulfants as th� CIYY de�ms �ppropriate; and rer�der in wriEing
d�cision� �equfred 6y the CITY i� a iimely mann�� in accordance with tl�e
�roject schedul� prepar�d in acaordance with Attachment D.
�. �r�omp� N�ti��
i�e Cl�Y will giv� prompt w�iifen nv#ice to the ENGIN��R whenever CiiY
obs�rves o� ���mes aware of any develapment tha# affects the scope pr
tirning o� th� �NCIN��F�'s .�e�rices or of any �efect in the wo�c nf the
��lGIN�ER o� co�stri.icti�n c�antractors.
�. �be�tos or H��d��� �u���ee� �el�as�.
{�) CITY a�knawledges �NGINf�ER will p��ra�m par� of th� wo�lc at CI1`Y's
facilities that may cantain hazardous materials, includi�g asbestos
ca�t�i�ing materials, or conditians, and that FNGIN��R had no p�ior rol�
in tF�� generatian, treatrnent, �to�age, or dfspasition of such materials. In
consideration af th� assaci�ted risks that may give rise t� �I�ims by thrrd
��rties or employees of City, CI#y Here�y rele�ses �NGINE�R from any
damage or liability relat�� to th� presenc� of sucl� materials.
(2) ihe release req�aired above shall not apply in the eve�t the discharge,
release ae esca�e of h��artlaus ��abstances, contaminants, ar asbestos ls
� result of �fVGINEER's negligence or �f FNGIN��R bring� s�ch
h��arclo�s subst�nce, contamir��nt �r �s�estr�s onta the project.
G. �ont��cto� [r�cf�mni���ti�n �n� �[�ima
iFie CI�Y �gr�es to inc�ude in all constructian contrac#� th� provislons of
Rrticle IV.E. �egarding the �f�CIN��R's Pe�sonnel at Canst�.rc�i�n Site, and
provi�ions prov�ding corltracto� irtdemni#ication of the CITY and #he
�NGINE�� for coniracta�'s negligence.
b. Gon�r��t�� �I�i�m� �r�� Yhircfp��rfiy ��r���i�i�r°i��
(�} ihe CI�Y agre�� t� include th� faflowing clause in all cvntracts with
constr�ction �ontwaetors and equipm�nt or mat�rials suppllers:
"Contractors, subco�t�actors and �q�ipment and materials
suppli�rs on the �'ROJ�CT, or fheip sureties, shall maintain n0
dir�ct �cii�n �gainst fhe �fVGINE�R. its officet�r employ�es�
�nd s�a��Antractors, for �ny cl�im �rising out ofi, in conneu�ti��
ct�y � �on wonn. r�s
Startdard Agresment fpr Enyfneedng Relatad �esign Servicas
6.34.Q9
PBBe iR of 15
witH, o� resulting from the engineeeing services performed.
Qnly the GIiY w�il be the beneficiaryf of any undertaking by
the �N�lN�ER,"
(2) This R����M�I�i gives no rig�#s or benefits to anyane othe� tH�n the CITY
and the �NGINE�� and the�e a�e �� third-part}+ ben�ficiaries.
�3) `�h� CIiY �e+ill irtcfude in ��ch ag�e�me�t it ent�rs into with any otE�er eniity o�
pe�san r�gar�ding th� PRQJ�CT � provisio� t��f �uch entity ar pe�son shall
have no t�i���p�r�y ben�ficiary �Ights under this Ag�ern�nt.
(4) Nothing cantai��� in this sectian V.b, shall be constr��d a� a wa�ve� af any
right the CIiY h�s �o bring ��I�im �gainst �N�IRlEER.
I. �IiY'� ln�t�ep�ne�
(1) iF�e CIiY may r�aint�in property insur�nce on certain p�-�xisti�g stnuctures
�ssoci�ted wit� the �ROJECi.
(�} Yh� CIiY will ensure that �uilders Ri�kllnstallation insu�ance is m�intained at
the r�placement �ost value of the ��QJ�CT. ih� CITY may p�csvi�ie
�N�IN��R � copy a€ the p�licy �� documen#�tion of such nn a cer�ificate of
insurance.
{3) ihe CITI( wilf sp�:cify that th� �uilder� Ris�C/lnstallation insurance sh�il 6�
campr�h��sive in co��rage ap�ropriate ta the PROJEGi �is�s,
J. Li4igati�n A�si�t����
Th� Scape of Services does flot include co�ts of th� �N�IN�ER for requir��
or requested assist��c� t� support, p�e���, document, bring, defend, or
assist in Iftigaiion und�rt�k�n or defended by the CITY. In the �v�n# C�TY
r'eq�esis such services of #he �NGIIVI�Ef�, this AGR��M�NT sh�ll be
amended or a separate �gre�ment wilf 6� negatiated befwesn the parti�s.
F�. �H�ng��
�Ne �I�Y may make or approve �hanges vwithin the gene�aa! Scop� of Services
in th€s A�RI��M�I��. If s�ch char�ges affect the �iVGINE,ER's ca�t of or tlme
r�quir�d fo� per#ormance of the s�nrices, an �quitable adjustmeni will be m�de
t�rough an �mendm�nt ta thi� AGR��MENT with approp�iate �I�Y �pprr�oval.
city o� rron waan, r��s
Stenda�d AQreement for �ngl�aednp Ralaled pasign ServEces
8.30.89
Pspe 19 of t5
�i�l� !!I
��rrer�l f��g�l I�r�di�i�r��
Am�ndt�ents to Article VI, i� �ny, �re includ�d in Attsc�m�nf C.
A. i4��a�i�iia� �� �roce�d
�N�Ii���R s�r�ll be authori�ed to proceed with this A����Ni�N� upon
�eceipt of � wr�tien Notice ta Proce�d fram the CITY.
�. R�u�� o� �r�j��t f�a����nt�
A[f designs, d�awings, sp�cif�c�lions, dacument�, and ather work products of
th� �I��INl�€R, wheth�� in ha�l �opy oe in �I�ctronic form, are inst�uments of
s�rvir.� far this F'1��J�CT, wFieth�r t�e PROJ�Ci is completed or nvt.
Reu�e, chan��, or alter�tion by th� CITY o� by otrher� �cting t�r�ougi� or on
b�half of th� �IYY ot any �uch instrumenis of service wiiirout the writfen
p�rmission of th� �hlGIN��R will b� at tFie �1TY's sole risk. Ti�� CITY shall
own #h� final designs, d�wings, specifc�tians and documsnts.
�. ��I°c� I��j�ure
Yhe fi�iV�1N�E� i� not re�ponsible for �amag�s ar ��lay in p�r�ormance
caused by acts of God, �trikes, lockouts, �ccidents, or other ��ents beyo�d th�
�ont�ol of tMe �NCIN��R that ppeven# �iVCIN���'s p�rFormance of its
obligations her�ur�der.
�. T�r�min�4ian
�1 } �`his A(�R��M�N'i may be termin�t�d only by the City fo� conv�ni�nce an
30 days' w�#�en r�otice. iFiis A����{Vi�IVT may be termir�at�d �y either the
Cl'�Y o� th� �N�lN��� for caus� if ��#her pa�y fails substantially to p��forrn
th�ough no fault of th� other a�� does not commen�e coreection of s�ch
nonperformanc� u�fih in � days of wrii4en natice and dilig��tly comple#e ihe
corre�tion ti�ereafte�.
(2) If this A����M�Ni is ��rminated for t�e oonvenier�ce of th� City, the
�IVGIN��R wi11 be �ai� for t�rminatior� expens�s �s folEows:
a.j Cost of r�production �o� p�rtia� o� c�mpl�t� �tudi�s, pla�s, specifications
or other f�rm� of �NGIfVL���'S wor�c product;
b.) Out�of pocf�gt �x�ens�s far pu�cHa�ing electronic dat� fil�s and atl�er
data st�rag� suppli�s or setvi�s;
c.) f he time requir�men#s for tF�� �N�IIV��R'S pers�nn�l to docum�nt the
cn�or �on woW,, r�g
Slandard Ag�eement for �ng�neering Re�ated Dealgn 5ervfces
6.34.09
Pape 12 of 1S
wor� underway at #he time �fithe CIiY'� termination fo� conveni�nce so
thai t�e w��k eff�r� is suit�ble for Iong time st�r�ge.
(3} �r�or to proceeding wi#� t�rmin�tian ser�ices, the EN�INE�R will �u�mit ta th�
Cl-fY an itemi�ed st�tement of all t�rmination exp�ns�s. Th� Gi�Y'S �ppro��l
uvill b� obt�ined in wrritir�g p�ia� ta �roceeding with termination services.
�. ��s��F��i��l� ��I�y, c�� Irrtrrru�tio� t� 1��rrk
The CI�Y may su�p�nd, delay, �r inte�rupt the services of the EN�INC�� for
t�e con��nience of th� CITY. In th� �v�nt of such suspension, delay, or
int�rr�uption, an equitable adjustment in th� PRDJ�Ci's �hedule,
commitment and cost of tfi�� ENGINE�€�'s p��onn�l and subc�ntractors, and
�N��N���'s oompe��ation will be m�de.
�, It�d�rnni�cafiiofl
In �cc�rdance with i�xaos �oca! �vve�nmer� Code �ection 279.9Q4, the
�N�lN��� shall ind�mnify, f�old har�less, and def�nd the �ITY against
lia�ility for arty dsm�ge caused by or r�suit�ng fr�om an ��t af neglig�nce,
in#entional tart, intellect��l prnperfiy infring�ment, ar f�ilure to pay a
subcontractor or suppli�r aommitted by the �N�fN��R ar EN�IN��R's
agent� cor�sultant under contract, or artotF��r �ntity over which #he EN{�[NEER
exePcises conirol.
�. ��ig�rr���i
Meither par�y shall a��ign all a� any p�rt �f this A���FMFclVi without t�e ���r
written cons�n� af the ather pa�y.
H. Int����fii�fl
Limitatiarfs or� liability and ind�mnitses in this ACR�EME�li a�e business
ut�de�stand�ngs beiwe�n the parties and shall �pply to a!) t�� dif�erent theories
af recovery, including br�ach vf cot�tract ar warraniy, ta� including negligence,
str�ct ar statutory liability, o� any other cause of action, except for willful
misconduct �r gr�oss n�gfigence far limitations of fiability �nd sole n�glig�n�e
fa� in�emnification. Parties mean the CITY and the ENGINEE�, �nd their
officers, �mploy�es, agents, and sube�ntractors.
�. J�ris�i�Fi�n
�'he lawr �f th� State of iexas shall gnv�m th� va�idity of tFii� R����MENi, its
interpretation anQ perFormanc�, and �ny ot�er claims rel�ted to it. ih� v�nue
far any Iltigation ��lated to this A�R�EM�NT shall be Tarr�nt Co��ty, i�xas.
ci�y or Ro� wor�n, rexas
Stantla�d Agreemant far EnpineerEng R�lated DesEgn Servlcas
8.3D.09
�age 13 0( 5S
J. S�v�w�biliiy and ��rvia�l
If any af the pr�visi�n� �ontained in this �GR�I�M�Ni ar� held for any re�san
tn be inva�id, ilfegal, or unenforceable in any r�spect, suc� i�v�lidity, illeg�lity,
�r unenforceability will not affect any o�he� provision� and this AG���flA�NT
sh�ll b� canstrued as if such invalidr illegal, or un�nforceable provision had
n�v�r been co�tained herein. A,r�icl�s V.�., VI.B., Vi.D., V�.F., VI.H., an� VI.I.
shall �urvivc� tarmir�atian of this A�REEMEf�i fo� �r�y c�u�e.
K. �b��rr►e anci C��ply
��lGINEER shall at all tim�s obs�rv� and caampiy wit� al! fed�ral a�nd �tate
laws �rtd r�gulations and with all City ordin�nces and regulations wFiicFi �n �ny
way aff�ct this AGRI�FIIA�Ni and th� waric hereunder, and shall abs�rtre and
comply with all arders, faws ardinances and regulations which may �xi�t o�
may be �n�ct�d lat�r b� goveming bodies F�aving jur�sdiction or �uthat�ty for
suGh en�c�m�nt. No plea of misunder�tanding or ignnrance thereaf shall be
cansidered. �NC�4R���R agr�e� t4 d�fend, indemn�fy and hold harmless CITY
and all of �ts oifcers, �g�nts and �mplayees fr�m and against aEl �laims or
liability aris�ng out of th� viol�#ion �f �ny such order, iaw, +�rdinance, or
regulation, wheth�r �t be by itseff or its emplayees.
ci�y or �aEe wonn, re�s
Standarid Rgraemenl tor EnAlrteeHn� Relat6d peslgn Setvlrxs
6.30.U9
Pa�e 44 af 1b
�iC!@ 1�II
Att���m��t�� ��p�dul��, �Hd �igr��fiur��
This AGR€€MEN�', inc�uding its attacF�m�nts and sch�du�es, r.�nstitutes the �ntire
AGR€�M�.IVi, supersedes all prior written er or�l undersia�tdings, ar�d may only b�
changed by � wnitt�n am�ndrnent ex�cuted by both pa�#i�s. ihe followi�g a��c�ments and
s�hedules a�e her�by mad� � part af this �oGRE�M�N�:
Attachmen# A o Scop� of S�rvices
�at�achment B — Campensation
Att�c�ment C� Am�ndme�ts to St�r�d�r� Agr��m�nt f�r �nginee�ing �e�vi���
Attachment � � ProjeCt Schedule
Attachment � � �oc�tion M�p
+ �. 1
Executed this the � day of � �_ :yt • , �OQ9.
ATT�ST:
CIT`Y 4F FORi WOR�H
; �y / ,t�� - _
Ni�r�y Hendrix ''� �A,-I�ig�,��r�cbCc�si�.
City Secretary Assistant City Manag�r
..
_ �' - -��� 7 � �; _ _
r,on� ct xuthori���i.o�
�p���;�.
_ ��_����� - - _
l�a�e
A�P�OVA� R�COMM�N�E[�
� _ ---- - _ -
f�ent Penn�y, ,p�pori �ystems Director
Aviation D�par�m�nt
R�P� V A� ���RM AN� LFCALITY .�acobs E�gine��ng Group Inc
Assistan ity Rttomey
F���eis� �. ��'� a.3
R`�`����': Name � te� `�
�itle ' ��t�'�►
���-.
�y� ri � ��-
Gily oi Faft WaRh, Tmws ,. _ . __ _ ._ _
Standerd Agreemeni fw �nglnenrtnp R�lalad �es�gn Servlcea
s.ao.ae � . . ._ ..
Page t5 q�f 15
AiiA�i���IdT A
P�o���i ��v��
�co�� �� r�o��
������n���r�� ��o��c��
f�i�14�a14{9� IR�T��Pl�eil�f��►� AI�P��T'
Yi�� Gity of �ari 1ll�or�Fi H�s req�est�d Sup�k�m�nt�l Proj�cts to b� pr�p�red by J�cobs
Engin��rs Graup Inc. (J�G), fvr ti�� Im�rgr�em�nt �t Mea�ham international Airport.
Scop�s �re list�d fivr thr�� s�p�r�te items af wark wNieF� will �e �cc�mplished �s one
�roject. The s�rvi�� pro�id�d by J�� are;
A. �C9P� �� I�d��ir� �NQ PR��II�fFdIARY ���1�N
4. ���I���i ���IGN �F F�RNV�R R��I��P��IA� AR�A
ihis saope cf work includes �ev�l�ping t►nro alternati�+�s for t�� fior�n�r
resi�e�ti�l �r�� ��ewn in the �ttmched exhibit. Th� wor� includes id�ntifyin�
public ap�n space (or sp�r�s fi�lds) I�c�tion� f�r future r�stroams,
m�intan�nc� �uildings, suppart facilities, �cc�ss ro�ds #o th� pub�ic �rea�
and p�rking I�t l�yv�t. Addiiionall�, develop construction docum�nts for the
mass �r�ding efforts �f the �it� w��r� th� public and ����art f�cilities wiH be
loc�ted.
a. Concept seNice� for this project includ�;
i. ia������hic sur��y af the ��sid�nti�l ar�� (4� Acres). iFiis suru�y
will cnr�e� �r�� �s shovtirn in the �ttached F�xhi�it.
ii. A�tr�� sur��y #o comply witH City Ordina�e� for "�re�n sp�ce" �r
tl�ana�y �re�" will b� pravided.
iii. ��ot�chnical Infior�mati�n has ��er� pro�ided to determir�e the
availability and qu�lity of inasitu material.
iv. Canc�pt Design @lans v�iil include th� ��Ilowing t��ks;
� f��r�i�w �ity �f ��rt W�rth ordinance f�r propcased site use
� Vi�it sit� to d�cum�nt �xi�ting conditians p��tographically and
n�te ��y f��tures which m�y imp�ct th� d�sign
� D�r�elop two Gonc�ptual S�h�mes tar �ublic �r��s (u� t�
�ight (� areas). Pl�ns ta inalud� ar�� �I�ying fi�ld� �r ���n
spa��, lo�tion of ���ss r�adw�y�, p��i�g I�ts, an�1 s�ppor�
f�cilities.
� ��v�l�p ��n�ptu�i Gr�dir�g for both plans.
� Reui�w th� d�sign v+eith th� �lient and receive input on the
d�sign �n� m�k� ch�nges to deveio� � Pr�f�rr�d Canceptu�l
Scheme.
•�e��l�p � iree �emoval perm�t and submit to ih� City of Fari
Wo�Fi. THis is no# tMe �ree survey that is required.
v. J�C will meet with Glient to discuss comments and / o� e�vision�
ta the design
�. IN�TA�L �Y��iV� ��IFd�e�� ��161/��i
An �xisting ditch is located �nt�th of the 35 end of runway 1 i-3�. ��iis �itch
is pa�i�lly fiUed with conc�ete ru��le and a��rmanent culv�rt is desired so
tflis a��� m�y �e fili�d in only to a point tFi�t protects the pipe.
a. �esign services for this pra�ect includ�;
i, iopographic survey a� the area ar�und the existing ditch (6.�
Ac��s). T�is survey will cover area �s show� in the attached
�igure.
ii, �'�epare area drainage plan to show contributing ar�as to this
cul�e� and meet with Client io discuss the b�nefits and possible
costs associ�ted wi#� installing the 10, 50 or 10d y��r capacity
stoem drain.
iii, ��velop pr�liminary constructian drawings, specificafions and
prnhable const�vc#i�� cost estimata (60°/a comp�et�).
iv. J�G will me�ting with cli�nt to discuss comments and 1 or
re�isions to the design
3. 1���1�4�� �►R�A id ib� NORTFi O� H��C�4� �3S
Airpor� st�ff id�ntified a debris hi11 �a�#h of hang�r 435 ar��1 w�s# of Runway
34�16. The "debris hill" consi�ts af concrete and asphalt rubbl�. A st�nd of
t�ees is grawing in fih� "d�bris hill. T�� tr�es ar�d rubble will nssd ta be
�emoved prior to �ny d�velopm�nt. ��sig� of thi� �it� will iriciud� a pa� �t
�n elev�tian acceptable for a hangar const�uction.
a. ��sign sewices fer t�i� p�oject include;
i. Top�gr��hi� surv�y af th� are� a�oe��d th� proposed
develA�ment ar�a. �his survey will cover area as shown in th�
aitached �igure.
ii. �e��lop �r�limi��ry c�nstructia� dwawi���, s�eeific�#ions and
probab�e constructian cos# es#imat� (60% compf�te).
E
�. ���61flIQINARY ���iIN�
i. Twer�ty s�#s of p��liminary pfan� wili b� dolivered to the City of
�ort Worth and two sets of plans ta Meacham Airport
ii. JEG ►+vil� meet ►with Client ta discuss camments and 10� r�visions
to the design
�. �Iid�L b�SIGPd
❑evelop Fin�l co�st�ucti�n dr�u+eings, specificati�ns and probable construction
cost estimate (�QO°/n cnmpl�te). Construction Drawings will be developed for
9. �IfVI�� ���l�N O� ������ ��SI��F�ile4� Aii�/�
i. Afte� �g�eement �n the cancept, .l�G will develap Final
Construction D��wings� Sp�cificatior�s and Es�im�te ofi Probab[e
Construciion casts (1�0% complste�, ih� Resid�ntial area
Construction Plans ar� int�nded to accomplish th� mass grading,
soil stabili�ation and tree remediation of th� site. Fu�ther
improvements will be under a separa�e c�nt�act.
ii. Sub�it final R�sidential Area plans �nd speci�ications far �evi�w.
�lan set to incl�de:
1. Demolition Plan
�. �ayout �lan�p�eliminary fa assist r�ith the gradir�g plan
3. ��ading Plan�mass grading
4. T�ee Rem�diation �lanmtree� to be planted as a r�suit of the
tree permit r�sults
5. S�eding Plar�
6. Defaiis nec�ssary for d�sign Implementatio�
iii. This seE of pl�ons wiH be divid�d into iwn construction pack�g��;
1. �ree �tem�val ! Clsaring and �ru�bing
�. Gra�ing an�1 Embankment
2. lF��iA�,�, �i��A+l DFtI�INi4C9� CUL!l���
i. �e�elop�d t� fuEl contract d�awi�gs �r�d submitted for r�view
3
3. R��i��� A��A i'� YH� NO�iH �� bA[��AR 43S
i. �ev�loped to full con#ract drawings an� submitted for review
ii. Const�uction co�tr�et s�k� wfli be developed for f�vo projec�s;
1. Tr�e R�mo�al ! Cl�arir�g �nd Grubbing
2. Grading and Embankment (in canjunctian wit� th� residenti�l
area)
4. R�!ll�1d�+ �II�I�iIP�G
i. �ive s�ts o� prelimi�ary plans wiil b� deliver�f to t�e City �� Fort
Vil�rth �nd two sets of pl�ns to M�acham /�irport
ii. J�G will m��t wii� client to discuss comments and I or re�isia�s to
the design
iii. J�G wi[I revis� piaons �s reqe�ired a�d pror�ide electrical copies of
contract docum�nts.
�. �i��[N� PH���
1. Provide pfans �nd specifications far i�te�ested bidders
i. This s�rvice will b� p�ovided an � cost reimbt�rsaobl� type s�rvic� for
the cost of pl�ns, m�iling and personn�� required for th� project.
ii. For the p�rpose of this fee, a total of 45 copi�s of plans and
speci�cativns will be pro�ided.
�. Attend and run pre�bid a�d th� r�ading of the bids for this proj�ct. i�e
City is assumed to be de�eloping and running and required
��verCf�ements and an�ou�ceme�fs.
3. J�G will prepae� and issue add�nd� �s requi�ed. Cos4 fo� the prin#ing and
mailing will be a reimbursabfe charge.
4. JEG will at#end and open bids. �ids will he tabt�lated �n� a
reeommendatior� far th� low biddee will be reported.
D. ���1�I�ES ��I�li�� ��Rl�iI��I�Ti�R�
9. Unly canstrvction �bs�rvati�n, by p�riodic sit� visits, w�A be accomplished
+�n tflis proj�ct.
�. J�G will inspect nurs�ry sfioc�, and pl�nting Iocativns far tre� rem�diation
and pianting.
3. Maieeial s�rvicgs, for constructi�n, will only b� p��o�me� on th� fill pad,
ihis vvilt d�t�rmin� the a�c�ptability of the fiil ma#�rial and compaction for
a future hanga�.
4
4. J�C wifl re�iew �ho� drawings and ma�� r�comm�ndations to tF�� CIYY
for p�riodic c�nstruction progress payments to th� canstruction cantr�cto�.
Services wili be bas�d on the J�C's �Cno►wledge, information, and b�lf�f
from selective sampling and a�iservation that the war� has proge�ssed io
the point indicated.
�.
F.
�
CLOS���!'� i�F�l���
1. Re�ord dr�wing� will �� d�v�Ioped. On� set of mylars will b� provid�d.
2. Provide record �ets o� plans and speci�i�atians to the Glient.
i. Tl�is seruiae rwifl b� provid�d on a cost r�imbursable basis and
includes the cost of �lans, mailing and personnel required for the
proj�ct.
iE. A price is shawn �o� raasans of estimates.
3. JEG will ��avide a�VD of the �D�'� of the cons#ructior� drawings ar�d the
s���ific��ions.
���I�[� ��b���16�
�ee attach�d scFi�dule.
��I�I��IV�/��10[V APE� ����1S��
J�� will pra�id� the Engine�ring Sewices a� d�sc�b�d above and in the
assumptians below for a f�� of $ 229,337.12
1. C�idS'�RUC�lOh1 �OCUI�II�NT'S
i. �r�liminary �esign �hase
�. L�bor $ 63,244.28
2. Subcontr�cis and �xpenses $ 5�,2��.00
3. %t�l �117,���.��
ii. Fin�l 9esign Phase
1. Bes�gn
�. Subcon#racts and �xpens�s
3. Yotal
iii. Total Construction D�sign P�i�se
$ BD,�33.�8
$ 7,1�O.OQ
� 67,6��.4�
�N��,a9 a.��
�7
�. �1f��ING �H���
i. L�bor $ 4,26�.64
ii. Expens�s $ 200.U0
iii. Tatal $ 4,4fi6.60
i�. Reimbu�sa�le �xpenses
1. All Plan and speci�cations s�ts for Plan �ouses and
c��tractors wiH be bilfed at comme�cial costs incl�ding
mailing and labor costs.
3. ��I�I�ICES D�IFiIR� ��f�SiRU�iIOR�
4. CLOS��U i �WA��
i. �abor
ii. �xp�nses
iii. Subcar�tracts �nd I�xpenses
iv. T'ota!
i. l�abor
II. �X�?�fi8�5
iii. �ota�
$
�
$
�
�
�
�
17,415.95
800.OQ
13,282.5d
�'� �4��.4a
5,90fi.3�
1,��O.DO
i,��6.�2
H. A���t�l��'IOR��
1. The d�velopr�re�t af a� �v�rall SWPPP plan is incl�d�d for th� proj�ct.
2. Residenti�l A�e� Plans will not inctucie
i. Utility Pians incl�ding lightir�g, dr�inag�, sew��, el�ctrical, wat�r
ii. AtHletic amc�ni#ies such as bac�siops or field goal�
iii. Special athletic field d�sig� fo� d�in�g� o� league level play
iv. �ynthetic turf systems
v. Irrigation system
3. R�gr�ding ���a
i. All m�terials are non har�rdoUs ��d tFi� City's durnp sit� will �ccepf
�q mate�ials
ii. P�� �levation w�ll be set at a� �l�vation �qual to � perc�nt to � one
and one�h�lf p�rceni gr�d� feo�n �unway � 7-3�,
4. Sta�m ���in a�ea
i. iFie prop�sed culv�rt wf�l �r�ly b� ����r�d to an �levatio� to �r�t�ct
the pip�.
0
5. Co�stru�#io� P�i��� 5ervices
a. 1f JEG is ca�led upon ta o�serve tne wor� of Client's cons#ructian
e�ntr,actpr(�) �a� #he detectioN of ��fects o� defici�ncies in such ►work,
JE(� will not bear any responsibility or liability far such defects or
cie#iciencies �r for the failure to so detect. Jl�t� sh�ll not make
ins�ections o� revi�ws of the safety programs ar �rcacedures of the
cAn�truc#iAn contractor(s), and s��ll n�t revi�w th�ir wvrk for the
purpose of er►s�ring their compfiance with safety standards.
b. l� JEG is c�lled upon fo review su�mitt�ls from c�nstruction
contractors, JEG shall rer�iew an� app�ov� �r take othe� �p�ropriate
�ction upon constructio� con#racto�{s)' submittals suah as shap
drawings, produGt data and sampies� but only for the limited purpose
of checking far conformance with infarmatian gi�e� and the design
cancept expr�ssed in th� contract documents. J�(�'S actiart shall be
taken wit� such reasan�bl� p�omptness �� to r.�use no defay in the
wvPk �,+�hile allowing sufficieni Ume in J�CS prof�ssional judgment ta
p�pmi# �d�quale revi�w. Revi�w of such submittals will nvt be
conducte� for th� purp�se of d�t�rmir�ing th� accuea�y and
completeness o# other d�taiE� such as dimen�Eons and quantiti�s.
c. J�G �hall not assum� a�y r�s��nsibiiity or liability �o� per�armar�ce of
th� const�ction ser�+ices, or for the 5afety of persans and properiy
duri�g construction, or for compliance with federai, state and loc.�l
statutes, rules, r�gul�tions and c�des �ppiicable to tl�� conduct ofi the
eonst�uetion se�ric�s. J�� sha�l h�ve no influenc� a��r t�e
construetion means. m�thads, t�c�niques, s�qt�enc�s or procedures.
Const�uction saf�ty shafl r�main the sal� re�ponsibility of #he
consfrcic�ion cor�tractor(s�. �
d. All cvntrac� b�tw��n CLI�NT' �nd fis canstn�ction contr�ctor(s} shali
�antain broad form indemnity ar�d insuranc� cf�uses in #avor of
C�fENT and .��G, in a�orm sa#isfactory to J�G.
6. Cvst �stimat�s
E�al���ians af the Client's P�aject budget, preliminary estimates of
C�nstructiA� cost and d�#�iled �stimates of Construction Cost, if any,
prepared by tF�e Consulta�nt, represe�t the Consult�nt'� �e�t j��gm�nt as �
d�sig� professional familia� with t�� co�strr�ction indus#ry, It is recogni�ed,
i�o�v��er� thaot neither th� Cons�ltant nor the Cli��t �a� r�nt�ol over t�e
cost of labvr, ma#erials or �quipm�nt, aver th� �ontracto�'s r�etho�s �f
determining bid pric�s, or over co�np�titive bidding, market or negotiating
canditions. �cArdingly, the �onsuitant cannot �nd do�s not wa�rani or
�ep�esent t�a# bids o� n�goti�ted pric�s will not �ary from the Cfient's
Project budget ar from �ny estimate of Cor�structi�n Cost or evalt��tion
pr�p�red or agr�ed ta by #h� Con�ultant.
7
ATT'ACHMENT B
C4MpENSATION
ATTAC[314iEhIT B
�E� ��G��OSAL StJfIAMARY S�i���
COMPENSATIQN
�r�ject SLI1WiVP/8�Y O� �R�.l�C7
181��ori: I��a�lram internati�rr�t �tlrport
I�roj�ct �anagep:
Consult�rrt: JA���S �t��IPf���IM� 1WC
HOUR�Y RA�ES Proje�l Senior Desi��
Mana�e r En. jneer �n neer EIT CADD Cierical
1_ ' $��.28 �,� �69.2� l_ ' ���.71 I $4'S.O� � $30.87 r_ $23.0'4 �
Consult�rti's G&AI_ = 1.269 Consuhant`s Prolit� � 0.15� Consultarn's Multiplier� ' 2_6094�
LAB4R FtOUAS SY PHAS� Praject Senior �esign
_ Manaqer _ Er�gineer �ngi�eer ^ Eli CADD _ Clerical _
Pretiminary Design 5 40 124 119 276 2p
Fina! Be�ign 4 38 140 11 B 24� 39
�Idding 1Q 6 4 0 4 8
ConstruCt�On 4 27 64 0 0 5�i
Clossoul t 12 8 p 24 8
7atal Flours �4 123 336 237 5 i 2 1�8
$t,6fi2.72 $8,521.44 �1�,382.v6 $iD,665.dQ $15,805,4d $�,972.18
TQ�AL PRYROLL COSTS $151,36fi.62
TOTRL M15C. �XRENS�S $B,�50.00
SU�CONTRACT SEFtVIC�S
sw��� �,aoo.ao
Tree Survey $8,004.�4
Rodrigue� �r�gin�ering �8.875.b�
Sunr�y $42,7s0.Ofl
Subcantra�t Conrd. � 10.0%� $6,465,�0
Tota! Subcontract Senrices $71,120.5Q
TQTAl, �ASIC SERVIC�S
CONTRACT COSTS $229,337.12
AQDITlONAL SERVIC�S
$O.UU
50.00
T�tal Additionai Servic�s $fl.00
70i'AL �NGIN�E�ifhlG COST $229,337,12
4I4 5l2U09
��� Pi3APg��96
PraJe6t
Airpa�:
Gon�ultant:
Sll14�14A�Y �F PRaJI��i°
fl9eacharn Intern�tional Aiepo�t
J�C��S �Rf�IF����IR1C� IWG
�a�o�
ProJect
Ar�ticipated Tas�C Manager
Refine Scope
Drawings {irom attac�ment)
Suboo�su[tant �aordination
Oudine SpecificaGans �
Meetings �
Caloulations �
Cast �stimatesi Quantities
�sti�ated Hours �84
Sublotal Labor $63,2A4.28 $903.�
MISC���A[V�AUS CaSTS
Reproduction
Travel
�ed�x / Courier
Subtotal Miscella�eaus Casts
�RI�LIMIi��Y D��IC�N �NA��
Estimated P�rson hlours
S�nior �esign
Engineer �ngineer �IT CADD
4 $
21 � 9fi � 1D3 268
2 4
�__ � 4
4 16 � 12 ' — —
1-----. 2 4 4 8
� 40 124 119 27fi
3 $7,�31.03 $17,701.93 $�3,9�3.0� ��2,�31.98
I �1,20p.qq
.0
�oa.ao
$1,9�a.Q0
SU�C�iVif�lAC� S�RVIC�S
�'r�e Suwgy B,�OO.DO
Rodrig�ez Engineering 0.
S�arvey 39.580.00
Su�conir�ct Coord. � 1U.0°�6 $4,758.00
8ubtotal SuF�conlr�ct S�rvices $��,338.a0
7DTAL �OSTS iHIS PHAS� S'i 1�,�32.a8
� Sets af plans to City/2 to Meachsm
Cl�rical
_ �.
-- a
--�— � �
2Q
$1,242.39
91��/2009
��� ������
��je�t
Ai��ar�:
Cor�sult�rrt:
��Ii�YN��Y O� ���J�Ci
AlGeaef��m Internati�n�i Al�n�
�A�9�5 Ei�GIAI���IiV� IN�
�BOR
Aniic�paied Task
arawings (fram aiiachmenE)
Su�eo�sult��# Goardination
�id Propasaf
TeG�nical Sp�cificatin�s
Opinion of Pra�a�le Gnst
Construction Mgmt. Pian
�inal Desigfl �eview Meeting
�AA �arm 7460
�stfmated Fiours �7
Subtotel Labar $60.�33.48
MISCELLANE�US GOSTS
Reproducli4n
�ravel
Mail
Total Miscellaneous Gosts
Pra�eci
Manager
�
3
4
572�.10
� $1,400.00
9�25Q.00
ao.aa
�2�1 �U.00
SIJBCOh'TRACT SERVIC�S
SW�P� 5.U00.00
Subcflntract Caord. j 1 Q.49�n � S�OO.DO
T�TAI� CASTS THlS �HAS� $6�,1 �3.48
�IWA� �� aI�N �bAS�
Esiimaied Parson Hours
Seniflr �esign
Engineer ��gin��r �IT CADD
2 i 8fi 94 20d
a� � 8 �
2 32 0 -
4 12� �
- -- � —
-- 3- ., --
� 2 8 4
38 '14U 11& 2�8
$6,869.98 $1�,98fi.06 $13,�55.65 $i6,7�4.53
5 Seis of plans to �i#yl � to Meacham
Clerical
_ 3
8
S6
— - --�4
�� 4
^ a
39
$2�344.66
9I�5l20d9
��� ��o�o��
PPoje�t �uMi��Y OF ���.l��i
Afrport: A�e�cha� Internati�na) Airport
�a�sultant: �IAGO�S �{VGIN�ERIR�� iW�
L.R�Of�
Project Seniar 9esign
�anticip�ted �as1� Manager Engineer �n�ineer
�rebid Canferencc: 3 - 3
Issue Addend� - �� q _
Bid Dpening 3
T'abulate Blds 1 —
Coor�i�ation 2 � '
�id Recommendatian 1 1 —
�siirnat�d Hours 32 10 6 �L
�ubtotal �abor $4,2f6.6Q $1,8p7.7B �1,0�4.6� $571.03
MISC�LLAREOUS COSiS
�1D�IFd� pHpS�
�lT GADD Clerical
4 2
— a
2
0 4 8
$0.00 �3a�.�0 $480.96
Reproduation Reim� 40 Sets of pl�ns to City15 to Meacham
Yravel [2 trips total} 100.00
Misc. - Mail, etc. 100.�a
iotal Miscellaneous �osts $a�U.flO
SU�CON'�RACT SERVIC�S
Total Subcantract Serv�ces
TOTAL GOSTS THIS PHAS�
�0.40
$4�466.6a
9/a512009
�f�� F��gPQSAI.
�raject �URNAA�Y O� ��OJ��i
ix��i �roject Fdo: o
Airpor�: ilA���f���r Iflteen�tier��l Airport
�'rgj��t Ail�n�ge�: �
Co��ultant: JA���� �R��IP���RIP1C 1NG
LA�OR
�4t�tfcipated �ask
1'reconst. Canf. {1 tofal}
Meetings ( 4 total)
5ite Visits (Qutside of rntgs. 3 total) --
Landscape stock inspection
F'inal Ins�ent[nn (1 toial}
Address Submittals, R�Is
Caordina#Ean w{Ih Ag@nt, Contractor
�'eslinglalC Report
Pay �siimai�s
Esti�n�te� Hours
Subtotal Labor $17,415.95
MISC�LLANf�OUS C#3S�'S
Reproduction
irav�l (13 irips tot�l)
AAisC. - Mail, etC.
�otal Miscel�aneat�s Costs
CO�SSiRUCiI�W PHA�I�
Praject Senior 9esign
Mar�ager �ngineer �ngineer �li CAqD Cleri�al
�� 4 4
--- � f 1 �
�� 9
. .. -- 8 —
6 �
4 16
B
— — . �.
-- — 4
4 2� so a
�72�.�a �,�eo.s� �a,�s�.a� $a.00
150.00
154.fl0
500.q0
SSOQ.00
SLJ�C4NiR�CT S€RVlC€S
5urvey ��3�20DAU
geotechnical 5,���.
SubcAntfact C9ard. 10.0°% $1,207.50
�o�al Subcontract Services
T�TAL COSTS i�IS PWASE
$13,2�2.50
�31 ��4�8.4�
�
0
$o.nn
— 2
- 4
— �
4
— - Q
16
16
�
�
53,246A5
91a512009
��� �R��]SA1e
Projeet SUI�M�Y 9F PROl�CT
Tx�OT Projact Pta: 0
Alrpor4: Al9eacham (�ter�afian�E Alrpor4
�roject lNan�g�r. 6
Cor�sulta�t: JACO�S €I�CI�d��RII�G INC
u�so�
Anti�ipated 7ask
Record arawings
Warraniy Inspaction
+�ssist Agent
Aa'mini�traticn
�41eeUnps
�stimated Hours
Sublotal La6ar
Cl.OS�OUT PH/E3�
Praject Senior pesign
Manager En��neer Enqinesr EIT CAI�Q
1 a � a p za
� 4
4 — — --- -
53 1 12 8 Q 24
55,946.3� $i80.78 $2,169.31 $9,142,(]B 30AU 51,933.22
MISC�LLAPIEOUS COS75
Reprasluction
Travel(1 Vip lot�l)
Misc. - Mail, etc.
Total MisceElaneous Casts
SUCONTRACT S�RYIC�S
Tote4 Suboontracl Servloes
�'Oi/� COST3'FHIS PHASE
1.50 .00
250.00
Si,750.fl4
��.OQ
SQ.OD
$7�656.32
Mylar prints oi plansl DVD
Cferical
�
_ '
4
2
�
5480.98
53
$111,A4 IFiR
9125fZOp9
��� �RDPOSI�.
�roject
Afrpor�:
�onsultant:
LABQR
Drawl�
Cover Sh2e1
Quanlities. General Nolas
�Cey Map
Overell Site I Safery Plan. Notes
Erosion Control Plan
Erosion Cantrol Deta�7s
�emofilian �lan
Grading and Drainage Plarrs
P�an and Profite 1 grading
Drainage Araa iN�p
Dralnage Area Calculations
Typicai Misc. Qetails
Storm Drain PIaNProflle
Dreinage Details
�otal
Total
�UNiMA�Y OF� PRD�l�CY
IHas�ham Intemativflal Air�sor�
JACOSS �h1C�INE�Rl1�(i INC
No. oi
Sheeis
3S
SCale
NIA
N/A,
i:5Q0
1:50
i :50
1:50
1:50
1:$0
1:50
1:500
NIA
1:5(l
�:so
NIA
0
0
0
0
U
0
n
0
a
0
0
D
0
0
0
0
�R�el.IMIII�ARY d�SIGN pRG1WtN�35
�stima�ed Person hlaurs
Projed Senior oeslgn
A+lana�ler Enpinear �n�ir�eer EIT CADD Clerical
2 � - - �-
4 S - 4 6
-- - 2 2 A
_ 2� � _
0 � _. � 4 1$ —
� 0 0 2 5 9 -
9 2 ZZ 20 5d
0 1 10 1� 38
0 1 10 28 48
0 10 21 �2 Bp —
4 Q D 9 10 20
0 p 5 4 8
—�- o o a o-�-- o -
D 4 Q — 0 0
-o o a o a
-- o a— - o o d
o a o-- � o o-
0 o a� o u
0 Q 0 0 0
4 0 0 D D �
o a o-- o 0
� � 0 0 0 0 D
a o a o 0
- a o o a— a-�
� -- �._ 0 0 0
6 p 0
D a -- 0 0 � _ — _,.
�D 0 0 b 0
0 0 o a _ _ _. �
6 �1 96 103 268
0
0
4
0
0
4
0
_Q
a
8
a
a
a
0
a
0
0
0
a
�
U
U
0
D
0
4
91251200�
��� �It��B�AL
Proj�ct
lell� Fr�l'�j6Ct �a:
Alrport:
Consultant:
It�3l��NYIA6 �l��l!
Meacham Internat�ofl�l AErport
.{A��B� �NGIWI���IPIG Ii�C
PF���1AAiNA�Y E��51Gh� �FtAWIPIGS
Estfmated Perso� Haurs
U1BOR
No. of Project Senior D�slgn
Drawing Sheeta 5cale Manag�r �ngineer �rsglnee� ElT CADD Clerical
0 0 0 -_ _ _-- -
0 p 0 — -- —
0 0 0
0 0 D --
Erosipn Gonlrol Plan 2 1:�D � 2 8 —
�rosion Control Qetails 1 1:50 1 3
Oemolition Plan 2 1:50 2 4 70 34
l.ay�out plans 2 1.5U 1 � 8 31 --
Grading and iJraiflag� Plans 2 1:50 1 � 24 40
Trea Remediatioe Plan ! 5eeding � 4:5a 2 4 8 40 4
� 0 � — -
0 0 0 _ — . �_
o a fl � --- -.�_ .
a a o " ^ �
a o o - . __ ._._ _
0 0 0 �.__ � _
0 0 0 - ��- - -
a o o -_ _ - -- -
0 o a -
0 0 0
o a o - ----- - -- -
0 0 Q - -- -
0 0 0 — — —
0 0 0 —
0 0 0 � �
0 0 p -- - - — --- -
a a o - . -,_
o a o - -
0 0 0 --
� �-- --�
7atal 17 0 0 7 2B 53 162 4
�������05�L
�rcj�ct
�,lP Praject Wo:
Ai�o�t:
Gonsulta�tt:
�A�OR
prawin�
Cov�r Shaet
(�uanUties, General Notes
a
a
�rosion Control Plan
Erosion CaMrol Qetails
�emolltIon �lan
Plan gnd Profi�e 1 grading
Drainage Area Map
Qrafnage Area Calculations
Typical MisC. DEtaiIS
��ainage De#ails
0
0
a
a
a
a
0
0
a
a
0
a
0
0
Q
a
0
0
a
iolat
�iARIW �RAIP�A[�� FOFt �l��li
IVieacF�am Internattonal Airpor4
JACO�S �i+1falF�'���IA'�i'a IFdC
P���lfVI41�lARY ���1�A0 ��►WII�GS
�stimated Person Fiours
�fo. of Project S�nior Design i
Sheeis Scai� Manager �ngir�eer Engin��r Eli CA�p Clerical
U NIA 1 I I I -- � _.
a n�i� � -
2
1
�
3
1
1
7
1
0
a
0
a
a
a
0
0
0
0
0
0
0
0
0
0
a
0
0
ta
�:�a
1:50
�:�� — 7 z
1:5t] 'I 2
1:500 2 2
NIS - — - 1 2
�:50 4 2
NIA S 16 2
0 1 �
0 1 4
Q --
0
0
0
a
a
a
a f .�
° --- - --
a _ _
0
o --�
o -- --
a---_.� _
0 �., , �,
a , --
0
Q _
o _ _�
0 o s zs ��
4
4
4
4
� -
1fi
a-
4
a� o
��E �rao�os�� �I�L�61MIP11�Y DF�It3W ��iVlqhl�a
Praj�ct ��G�U� A��A'CO TW� I�O�t7'i� a� �lANGA� d3S
R!P �roject I�a:
/itrpari: Mamch�� It�tern�ti�n�� l�lr�o�
Ca�sult�nt: JA���� ��1d1P���RIAE� IPOC
Estimated Person Houra
I..ABOR
No. of project Senior Des�gn �
Drdwin� 5he�ts Sca�e Mana�er Fcn�inesr.. �r��i�eer �1T CA�D Cfer�c2�1
0 0 0
Cover Sheet Q NIA
�uantities, Ganeral Notes 0 NfA
I�ey Map 0 1:�00 -
Overafl Site /5afety �lan, �lates 0 7:50 � 2 2 4
EroSion Contr�l Plan 2 1:50 1 2 q
�rosion Caritrol delails i 1:50 1 2 2 .�
DemnlitEon Plen 2 1:50 f '!6 8 16
Gradinp and �rainege Plans 2 1:50 1 2 4
prainage Area Map 1 1:504 1 2- � 4 -
�rainege Area CalculalEons 1 NIA ' 7 2 � A
Typical Misc. Detalls � 1:5Q 8 8 16
Storrn Drain PlenlProFle 2 1:50 4 4
Drainage Qetails 1 iV/A ,� � —
0 0 0 -- — —
o a o - �--�-- . .
0 0 0 — --- —
0 0 0 - �^
0 0 D ��
0 0 0 — -- -- — — —•
0 0 Q - - —
0 0 Q �
D D 0 ^_ --
0 0 0 — — --- — —�
0 0 p
0 0 0
0 fl 0
0 0 0
0 D Q °-- -
o � a - — —
0 o a �
o - — —.
ro�ai �� a a o a5 z� ss a
F€� ��OPO�.�
Projeat
/Ai��t:
Cor�suttant:
LABOR
�rawin�
Caver Sheet
Quantities. General No1es
i{ey Map
Overali Site 1 SaTety Plan, Alotes
E►osian ContrW Plan
�rasian Cnntrol Betails
D�mofition Plan
Greding and Drafnage Plans
Plar� ans Profita / grading
prainage Area I�ap
prainage Araa Gala�lations
TypEcal INisc. Defails
Storm �raEn PIaNProfile
nrainage Details
FIFlAbU�SIGN 9RAWINCaS
5Ut,lMdttY ��r ���.l��Y
Meacham internatioRal Alrpnri
,lACtl�& �NAINF�RiN(3 IFVC
Esllrseated Pers4n Hours
No. ol Proj�t Senfor gesign
Sheets Soale Mana�er �rs�ineer Engineer EIT _._ CADD Clerical
1 NI�4 — - - —
1 MIA 2 4 8 S
1 1:50D — _— . i�._ 2— i
2 1:50 2 4 S I
5 1:50 — a a 2 2 B 1
3 1:50 1 z -- a a a
� 1:50 0 2 19 28 2 2
6 1:5D �— 0-- --4 - 17 ta �� 0
4 i:50 D T 16 10 3",� 0
5 1:500 D A 22 1$ 38 0
3 N/A 0 � 2 12 12 0
2 i;50 0 Q 2 2 8 0
0 1:5� 0 0 0 0 0 0
p N!A 0 0 D � D 0 0
�atal 39
1 2'1
BB 94 204
3
BIZ5/2009
FE� P���dSAL
�roject
AI� Prajact Wo:
Alrport:
Consultant:
��51g�NiIdL d�@A
iNea�ham [ntamgt�onal Alrpor�
JA���� �IV�IPd���ING IWC
�Ih�l� EIESICaId �Rl�WII�f65
=siimated Persvn Houn
LABOR �
No. of Pmject Seniar flesign
Drawin�l She�ts Scale Menaqer Enpineer Enginear EIT CADD Clerical
�rosinn Co�irol Plan 2 1:5a 1 � 2 � 1
Erosion Control �etails 1:50 �
�II���'����=�`�:. : ;�;,� 2 1:50 -- - - - S '1B 2
�,�y�r�s;; � '"'�, •�; 2 1:50 4 B 4 1B
.�}�'.'�t�;�,'; - �
�����r��►������;����,�?��..::. ry;, z �:�o _ _ � �a �-- 32
_���;=i�i��;�i,��g��i��� 2 1:50 a �s a sa
7otal �0
Q
15 39 2� 9� 3
F�� PR��A��
�rej�et
A!� �raJect P�o:
Airp�rt:
�on�uit�nt:
��OR
�wawinp
Co�er Sheat
�uantiti�s, Gengral Notes
�rosion Gontrol Plafl
�rosfvn Cnntrol Details
Demolition Plafl
Plan anal Ptofila 1 gradfnp
Orai�age Ar�a F�1ap
�rainage Area Calculation5
Typical MisG. �etails
�rainage fletails
Tal�I 1� 0 0 0 19 38 0
S'�O�M ��►IP3AC�� 1�DR �ITCi�
14IQea�ham Internatianal A�rpor�
.1AC@�S �1�(�IN���I[dC 1NC
�iNl�l D��EQN �Ri�WIN�S
=stimated Person �lour
I�o. af Projact SenEor Design i
Sheeis Scale Manager Lngineer Engineer EI7 CADD Cierical
NlA — - -- -- --
N!A - - — -
2 1:50 ----- - 2 - 2
� 1:3D - — � - --� —
2 1:�0 3 2 2
3 1:� 8 6 �4
1 1:SU0 0 2
t N!A 2 � - - 2 - — - -
1 1:5Q 2 4 4—_
1 iV1A — — - - —1 1 2
'i9
FE� PRB�BSAL
�rojoct
/�lF� PrAje6t Ido:
Rirpo�t:
�onsult��
LA�OR
Drawing
Go�er Shee1
Quantities, General Netes
�Cey Map
Overafl Site ! Safety Plan, Notes
Erosiar� Control Pian
Erosion Con#rol Qetails
AemoliNon Plan
Grading and �rainaga Plans
�reineg� Area Map
DraEnage Area Cafculations
Typical Misc. Qetails
Storm Drain �IanlProTi��
pr8inage Qetails
€31�C��D� AE3�A i� iH� iVa��'H �� HIlNGIlR 43S
M��cl��m Intornati�nal Airpart
JA�O�S FM(ilFd�I�Rlid� IN�
FIWA�. �I��I�A19Ft�W[MGS
_s#im�ted �ersan Flaur.
No. oi �roJect Seniqr [7�sign
Sheets _ Scale Msna�er �npineer �ngineer EIT CADD Clerieal
NIA — — — — -- — -
N/A , ._ — � .
1:50p - — — — -
1:80 — - —
2 1:50 2 2 4
7 1:50 — — -� -- � 2
2 1:50 8 10 42
a �:so z �s �s za — -
9 1:5(t0 — 1 2
'1 NIA � i 2 �
2 1:50 4 4 4 --
2 1:5U 8 � B
4 N/A 1 1 4
Total i4 D
U 2 34 43 60 0
EAf1��� 1 d�'i,1f
R1o��t�Y �ei� �CH�DUL�
(Su�pleme�t �o Afi�a�hm��t �}
��f���fd�AilON �fV� �GH��ULI�
�esign �eivlc�s for�
besigr�� �111 ar�d r�gr�de �i n�1�e ��g��rtle� at Me�cham �irp�r�
�it� F�rajeet iVv. 0��99
I. Carnpe���ii��
A. THe �Pl�IN��R s��q �e camp�nsated a total iump sum #'e� af $�2�,3�i.�� as
surnmari�ed in �xhibit "B-3" Paymant of the total lump sum fee sFi�ll be
cnr�sider�d full camp�nsaiian for the servic�� d�scrib�d in Att��hm�nt A, for �II
la�or m�ter�als, supp�ies, and �quipment necessary to complet� the praject.
�. �h� �N�Ihl��� shall be ��id moMhly payments as described ir� �xhibit "B-1"
Sectia� 1- Methad of Payment — Lump Sum
�ach in��ic� is ta be veriffed as to its acc�racy �nd complianc� with th� terrns of
this contract by an officer of th� �NGIiV��R.
1l. ��h��1�1�
Final Pla�s and Contract 9ocument� for bid advertisement sh�ll be submitt�d witfiin �d4
cal�ndar days afte� th� N�atic� to Proc��d� i�tter is issu�d.
A, �oneeptual F�glne�ring Plans - _ ��I�ncl�r d�bs.
�. Pr�lim�nary �nyiNeering �la�s and Contract �ocuments -$3 cal�rrda� tl�y�.
�. �i��l ��gin�ering f�lans and Gontracf Documents - 64 cal�n�a� da�ys.
❑. �inal Plans and Cantract Documer�ts for �id Adv�:rli��m�nt � 47 cal�nd�r �ays.
RavD2-10�09
����
�/iL�il�'4 i��o9d1!
f71 � s7�'\
(�up�l�m��i to A�ia�hrm�nt �)
�e�ign �err+iees foY
�e���rr, �ill �rr� r�gr��d� �fi noise properties at AAdV���i��m AiPp�r�
Cifiy �roje�t R�o. �q399
SUiV�NOARY �� �'�YAL �R����i F���
; C����l4in� �ir�m � �rime �esponsibilifiys Mnoun4
� ��ime G�r�sultant•
%
� � �� .
Ja�abs �ngineering �urvey, design of nofse $ 1�8,6�7.1�
Inc area and hangar pad
��opose� kN��� � . _ .
�
; �ub�C���u1���fi� � � �rr���r�4
� Proj�ct RAarrag�ment ;�esign Storm Drain , $ 31,855.00
� Associates, PLLC = CuRverts
� Radrigu�z � Soil iest far fill on hangar , 88i'�.00 �
,
��.�°J'o I
;
%
13.9°l0
I 3.9%
�ngineeriRg f pad i
E.aboratory ' ,
------._. � -. --- , .� �
R��noNVl�f�� ;
���s�i�r�¢�: I, i
� ;
{
� �o�� , I � �
Pr�l�c� ����rio4fan �co�e � S�neices '��tai ��� R��l�� �e� Percer�i
� �9,337.1� $40,730AU 17.� °fo
City M/W6E GOaI = 1 i.�%
�v os-,o.os
�2-2
�����Hi�I�f�T C
��I��M�R�TS i� �i►4�R���R9 �G�����R�� F�R
�N�IN��RIf�(� S��l�ICE�
���I�N, �1LL �fV� ���f��� �� f��l�� �R����iI�S -- fV���1�bAl4�
A�A�R��I�fl�PE��
�. �,rticl� IV� P�rag�aph C: ihe �NGINEER si�all not be responsible for
recommer�dir�g constructi4n progress paym�nts.
8. A�i�l� Id� ��r�����H H: '�Fie �NGiNEER shall not �rep�re Recor�
Drawings.
C. l��tiel� I!!, ��P�g��ph 1: �he CI�Y has es#a�lished a disadv�ntag�d
bus�n��s ent�rpris� (D��} g�al of 20°/4 for tl��s cont�act.
�. Ar�iclg lV, Paoragw�ph I� ('�} {�): ��lete: "If such Commercial �eneral
Uabi�iky insurance c.ontains a gen�ra! aggregate limit, it s4�all appky
separat�ly to this PROJECT �f lacation."
�. �i�l� �dt �����P�ph it ('�j �ay �ii): C��iete: "�NG1NEFcR waives all rights
against the CI�Y and its ag�r�t�. a�crers, direct�rs �nd emplayeas for
r��very of damag�s to th� e�ctent th�s� damages are �avered by the
comm�rcial gener�l liabilily or commerciaf umbrella liability insuranr,�
maintained in ac�ordanc�a with this agreement."
I�. A�i�l� IV, �ar�gr��p�i K(1} (by (ij: C�el�te: "�NGIN��F� wraives all right�
against the CfiY a�d its ag�ntsF officers, direc�ars an� �m�loyees for
recovery of damages tr� ih� ext�nt these dam�ges are cav�r�ci by the
b�siness autn liability oc cammerciaf umhr�lla liabifity insurance abtained by
ENGlN��� pursuant to this agreement or under any applicabl� auto
physical damage c��erage."
C. �rti�l� 11A, ��p����ph 14 (1) (e) �i�: Delete: "�N�INEE� waives aH righf.s
�gainst the CIiY and i� agents, o�icers, dlr�ctor� and empl�ye� far
rec�very of damag�� to the �xtent ti»s� d�mag�s are oavered by woricers
aomp�ns�ti�n and employ�r'� fiabili�y or oammercial um�r��Ea insurar�
obtained by �N�IiV��f� �ursuantta #his agr�ement°
b. Ar�i�I� IV, Par�grapp �(�) (by: �F�e Gi11f will not be named as
"�dditianal iNsure�" on ttt� �i�(�lN��R'S prof�ssional Iiability and
wor�er's compensation policies.
!. �rii�l� IIA, �����p��� F� (2} (tj: Jacobs c�nsiders its insurance pn�icies
td be pro�rietary and t�erefore any such review of th� applic�ble pofiCies
rnust be conduc#�d at Jacobs` o�ces aond subjecE t� � aoniidentiality
agreement.
�. A�i�l� IN, ��p��P��h O: P�rmits not expressly scoped in AttachmenE A,
�cape of �"�wic��, s�all not be the responsibility Af th� �NGIN��Ft.
FS. �icle l�I, ParagrapFr �: The �NCINEER shall not be li�bl� for any use
of suc� design docum�nts on �ny c�th�r project.
����IArI� Pl��di�l�f��
►�. ��a�g�� �f Wdor�Ft: Th� �NCIN��R shall mak� such revisiar�s in the
work included in this contract which has been completed as are
nec�ssa�ry to corr��t �rr�rs appearing ther�in wh�r► r�qulr�ed to do so by
the City wit�out undue defays and without additional cost to the �lilf.
If the CITY finds it �ecessary to r�quest changes to prevfausiy
s�tisfa�tar�ly �omple#ed work or parts thereof, fhe �NGIN��� shal� maic�
such r�visior�s if requested and as �irQct�d by the �1TY. �his will b�
co�sidered as additional work and paid for as specified und�r Additional
Work.
B. Additi�nal W�r�; Warit not sp�cifi�lly described under tlScape of
Servir.�s" mus# be approded �y suppl�men�al agreem�nt ta this contract
hy th� CIiY before i# is und�rta�en �y ihe �NC�fV��i�. If the �NG1Ai��R
is of the opinian that �ny work he has bee� �irect�d to per�flrm is b�yand
ti�te s�ope af this agreement and ��stit�t�s �xtr� warkc, h� s��ll prompEly
notify the CIIY in writi�g. 1n th� ev�nt th� Cl�lf finds that such work daes
co�sfi#ut� �xtra worEz, ther� th� CIiY shall sa adv�se th� �IVCIiV��R, in
writing, and shall provide extra comp�nsation to t3�e ERI�INE�R for doing
t�is work ar� the same basis as covered �nder Compensatian �nd as
provided under a suppsemer�tai agreem�nt. ihe lump sum fe� shall b�
adj�astad if additional wortc is appra��d by supplemental agreement and
p�rfbtm�d by the �N�IN���.
�. �����q���ti�l ��rma�e�: Notwithst�nding any other provis�on of this
Agre�m�nt to th� contrary, tf�e par�i�s h�reto mutually a�r�� th�t �eithee
party shall be Eiabl� t� th� other for any indirect, inci��ntal, cons��u��ti�l,
�xemplary, punitive or s�ec��l �amages or loss of income, profit or
s�vin�s of any pa�y, i��luding ihird �a�tie�, �rising directly or indirecily
fram tl�� p�rtfes' rel�tions�i� u�d�e t�is Rgre�ment or appiicable law.
�. �,irnfi �I�e i� Hard Ceples: As a companent of ih� �e�ic�s previ�ed
under this A�reem�nt, �ngineer may deliv�r electronic cepies �f car�ain
documents or dat� {the "Fl�ctronic �il�sp) in a��iti�n to prinied co�i�s
(the �Fiard ���ies") far t�e e�r�v��i��c� oT the Own�r. Dwn�f arrd its
consuttants, �ontractors a�d su�r.ontr�ctars may oniy r�ly or� t�� a�rd
�n�i�s fumished �y ��gi�eeP to Owner. lf t��re is any discrepancy
betw�en any �lectronic �ile and the correspar�ding Flard Capy, the Har�
Copy controfs.
�. Ac�e�t�nc� Prac�dur�: pwner acknawl��ges tha# Electranic �iles can
h� �It�r�d ar motlifi�d withaut Engineer's authoriaation, can become
cnrrupted and that errors can occur in th� transmission af su�h �lectronic
�iles. Owrter agrees khat it will institut� procedu�s to preserve the
integrity af th� �I�ctronic ���es rec�fved from Engi�reer until accepiar�ce.
Owner furth�� agre�s th�t it wil� review the �lectrpnic �iles immediately
upan re�ipE and conduct acceptance tests within thirty (30) d�ys. aft��
which period Owner shall be deem�d to �av� ac�pted the Electr�nic
�il�s as r�ceiv�d. Engin��� will �undertake commercially r�asona�ls
effarts to correct �ny errors in th� Flectranic Files detected within th� 3Q-
��y �cceptanc� period. �ngineer shall nat bs responsibfe to ��intain iRe
��ectronic �iles after acceptance by Owner.
�. �►arrani� of Cvmpa�fil�ilit�: �ngin��r dv�s warrant or eepresent that t�e
�lectronic Fifss wi�l b� �omp�#ibl� with or use�bfe or readable by sy�tems
u�g� �y awn�r a� its consultanf,s, contract�rs and subcflntractors.
�ngineer is n�t responsi�le for any problems in t�e inter�ction of the
�lectronic �il�s with oth�r softwar� us�� hy Dwner or its cansulkants,
contractor� �nd suhcontractars.
ATTACHME3iIT D
�'RUjECT �CH�UUL,E
Tl:ts PROIECT reRtiires rr Ticr 3 sclrertule as rte�ir�ed l�erein nnrt rrr tJrc� C�hr's Sclredule Giiictr�r�ce
Dorrrme�tt. � — -
D1. CON�ULTING SERVICFS SCHEDUL� DEVHLQPMENT: The CONSULTANT shaU
prepare schedules f�r consulting services that meet the requirements described in this
specificaHnn, si�owing bs� Crikiral Path Methad (C3'M) the planned sequence and tirning of
the 1'Vvrk assncsated Ktith the Agreement. All submittals shall be submitt�ci in PDF formac,
and schedule files sE�aII aiso be submitted in native file farmat (i,e. file formats aasaciated
with tl�e schedufeng software). The approved schedulir�g software systems Far creating the
schedule files are:
- Primavera (Versian 6.1 or laeer ox approvec3 �y CITY)
- C'rimavera Conkraetor (Version b.1 or later or approve�i by CITY)
- f'rirr:avera SureTrak (Version 3.x c�r later ar appro�ed by C1TY)
- Microsoft Project (Version 2003/�007 or later or appraved by CITY)
D2. BAS�L[NE CON5ULTIN� SER�JICE5 SCHEDUi,�;, Follnwing notice-to-proceed, the
C�NSULTAN'T shall develop, submit and review the draff detailed baseiine cansulting
services sci�edule with the CITY to aemonstrate the CQNSULTANT's undeestanding of tlte
Agreernent requirements and approach For performing the work. The CONSULTANT will
prepare the final detailed baseline consulting services schedule based �n CITY cotriments, if
any, ar�d s�ub�rut to the CITY no later than the submittal of the first proje�t invoxce.
The %llowing guidetines s�all be adhered to in pr�par�ing th� �aseIine schedule, and �s
desrrribed in further detail in the CI"i'Y's Sehedule Gnidance Document.
a. 'Ti�e scnpe shall be subdivided by work brea[cdown st�ucture (WSS} representing the
tasks, su�tasks, and activiHes associated with delivering the work.
b. T'he scheciule sha11 accurately describe the major wor3c 2rtivitirs, key milesiones, and
dependenries/relatianships as appropriate to the wark.
c. The schedule shauld incluc�e apprapriate rneetings, review per�ads, critica� decisaan
points, including thirt� party utilit�� dependencies and revrewing ageneies.
D3. PROGRESS CONSULTING SERVICES SCHEDULEt, Tf�� CONSULTANT shall prepare
and s�tbmit manthly ta the CITY for approval the updateci sch�dule in accordance with D7
and D� and the CITY's Scheciule Guidanre Dvcument inclusiv�, As the Work pragresses,
the CONaULTANT shaEl enter intn the schedule and record actual progress as described in
the CI'�'Y's S�hedule Gnidance Dorument.
The updateci schedule sv�.�mittal shall also inducie a conrise schedule narrative that
higf�ligF�ts the following, iF ap�ropriate and app[i�abie:
� Changes in the critical path,
e Expected sche�ule changes,
o Patentia! delays,
o Oppo�tunities m expedite khe schedule,
a Coorciinakion issues tF�e CITY should be �w�re of ar c�rt ��ssist �vit17,
o Otht�r schedule-related issues that the CONSULTANT wishes �n �arnnnunicate to the
CIT�.
D�4. PERFORMANCE AND CONSULTING SERVI�ES SCH�DULE: If the work
accomplishe�� falls E�ehirid that schedaled due to factoxs +within the CONSULTAIVT's
torttro�, the CONSULTANT shall take svc� ac�ivn as necessary to improve the progress oE
the Work. ln addition, the CTTY tnay eequire the CONSULTANT to submit a revised
schedule demonstrating the propased plan ta make up the delay in schedule progress and
tv ensure compleHan of the Work within the allotted Agreement time.
D�. SCHEDULB TIERS SPECIAL TNSTRUCTIONS:
The requirements for the srhedu�e are determined based on #he nahxre and xeeecis of the
project. The �ch�dule tier for this project is stated at the tnp of this document.
CONSULTANT shall submit each schedule relyfng on the CITY's cu�rent �hedule
Guidance Document.
Db. SCH�DULE SUBMITTAL AND PAYMENT:
As stated in III.A.(1), af the Agreement, CONSULT,4NT sha11 provide tlie ir►formaHon
required t�y Attachment �. CaN5ULTANT's manthly invoices wi1� nat be ac�epted and
processed #or payment without monthiy scl�edule apdates that are submitt�d in the timc
and manner required by Attachment D and the CITY's �urrent Srhedule Guidazrce
Do�ument.
C1TY OF FOFtT WOR�1�, '��XAS x p�s �
PF24GRFtM MANAGEM�N7 QFFICE
suPauw�rrrp� p�,�cr cr�r oF wm' wa�m r�xns
ID �
i
` L�
1
T
5
6 �
i °
Ir
6
70
17
+z
13
74
i�
16
17
79
1B
m
Z9
� 7j
I "
� 2i
I �
� �
� �
�
29 ■
�
37
32
�3
�
jf�k Flsme
�
NiP�ROC�39
� Flp�e b P�OCBBtl
�iefei�lYiutl�
C�,ea�dvd"a�- �dal a�ea
. S�WOy'RCS�/J65
Sw4ay- Deyis a�
S,eveyow�. cn� �rea
R�Iaary D�nign �w
NI� �Ontrwty Oes3gn -Tx00T
; �Y �7�
Sub�r� voa�aryrG�i�t
Ara�nary Ob53pn Revimw • Cay of Fal WOM
Cw�- CdyolFottWpM
. � trlm➢Dv7ldn�IWo
' n�r��aa�-rxnor
� ��
Sl�dt �are! Desfpn
Fbral Da:.� �iewsw-G1yo1 Fmt Wor�
C:tla�u�Ng - Gly of Fp11Nor�
�ra�porate FinatComrna�
BuLmit ItovicYtl �nal DB6igi1
Fi�89 8'id �bp�mll�5 Rsrirw-�YO! FOtt Wo�th
�6�C J�pprove0 BMf GOc�me+lls
B�tl �u+nar-ts InOo'ne! Posting' GQIa[Fmi Wm�h
, �laa(ng ani�o. �
1p n�awr�w�wM -atr orFo� wa�lh
2etl Apvat$an1dH' GqI' PTFWth 1NaAh
�Bh1E M�a�+B
��
Eq4idGOrl of@itiS
�� �
Exearm Co�da-rary oi Form waM
NTPCo�stiu�n- Gyot Fornr w«P�
C�on
w,� �aaw�sava �
asm: Fri �fif08
� �� � �� � �. I� °�„�` F�`'� " .�� 1`�°`l � �`�I N°�"� ���
•
:fawemy9 eumt1AH016� Fe177�tii � ' -• ---
� OdppS IdontOliGiOY hAWI10119dOB ' ,
G2d�i �lon'ImIffiI�� Tttol7f�I0i � : � ' .
28QeyS �IJpn10!'16R19 YYe�1]!!WB ��iaa/olh�1-1EMIdan9Wnraa � : :
� � �95d�r� � hAon t�2BK19 �F� w1vDo c�idvnue�am � �, , -
29 days Mon 7t�R9i0D tdo�i 71I19109 Do �rra ; ' . �', . '
29 days Tne Z ff241�9 iuB 122?J� ��uvfe Exl� Chmq�rG aroa ', ' ,
70d�tpa ibon10H9/0! IFYItl281a ��1 � . .� � . : .
0 Qaye 1�bn f0119108 h9w� 1017BI11B O � ��, .
6001� AAOa�10118109 FM11l611U .-...�. � _....__..�+iglEml�ry�ealph � : ; �
0 daya �31 UBryO Frl 118110 � : ' � : : '� � ' � :
io ans raom 9n v�o �s crrr:a►►io ' ;�rrasrnu�or� n�� �w,�.- car os � wa�+n • .
CN
0 d�yS F41�lf 0 Fq 9n2110 py� ' .
. /3�isyo � t17�11� PA i1�7M0 ' , f, - � . .D . .
O Q2ys � Ff 42271U Fri 1C12l10 p,�4 ' '
i5 dajs Wlon t2SH0 �FA 9r28t70 ' `���� u.�n. �. �, a- �g1nW Ga,Rign
0 03y5 J Rf 32Bl10 FA 3r1Bf10 � �
10 fiays Mon 3rtB110 Fi1419J70 . ; : �1R�ul �nlpn IEbvl�r-CHy �Fart Worih '
i�a n
0 dpys �i! a6vW FA alail0 , �
5day5 AAM�4l77170 Fif4M8NG � � . �acW�o�tte�imlCaosmonls �
AApi
O�eys Ffi4I78190 FriIl1&14 .
Sdays A4on4/79150 Fri4�:V7a , � �Fini180dDoeumare�Plavlow-C[l�raSFarlWorth :
Q dLys �ti i�23+10 FA iI13f70 � ' � � : , '
14tlnyt Aian4fl6l1D ShulSll3hlfl � , . . - - �IdOawma�iuY�rrnaf�esdnp�ClyaiffwfSYortlr
mt
? 3� a�y. " iyw snanb �� s�+�a� . .
a aay� rw sn�lto mu wa�+a . o:
odays 7hL&13fiO 71w5fI9t10 . .
1 day 7ue 5li&ifl 7ue SM&14 : . �Paltl11 �p
0 0ay6 TTu Si3lID liw Y19110 ' �
3dd�5 Ftl51f4l10 Tir85r1&fO , �, ; �EralwticnoQ01d3
0 dLyd TiM 5�1811Q 7U@ 6�f8110 � '� �
29 days Wed Sri9ftD Fri 8�5Ii0 � �.��xueWo COnVeet-CNy af Fo� 1NeM � I
eaa� Ma+sr�no r,���aoo �i�srcoa�a�c�on.eM,osrwwewo� � �
150d�ys A10n7M?ii4 Fai?laM1 ; � . �. � � _... _.. � . .,-r.rsa�::s�,••_•r:�
Task —� �*e��:.,;,,.: �- �� I�esSonB � RoBed 11A t�eslanB
Ta7Yc P�OB�SS SwmnaH �- . -. . � .. _ . . � � � �
Oi�iwl7t�sk ur-•.=—•.....-,...�..s� RoPadiJpTffiY r-�-'....—,�...—..� ,, Sp1t
CAO�tal T858 Prpp�p WouYC Up dftlal i2�ik �.�a�s. --�.�•��,.s E+�i1 Tasks
p pra�eas+mn�my ,------..__.._v�
.... _.._ Ca7ouP BY SummarY Pa 7
i. . . .. . � . . . . . i ItB0tlGn8 1''r
��----. � _ �
. �� 1