HomeMy WebLinkAboutContract 28468�� ��Y ��G!��`!'�r�#i�f'
�C7�f�ITI�A�1� � . r'_ �,
�ITY OF 1FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERLNG SERVICES
T�is AUREEMENT is between the �ity of Fort Worth, 1�xas (the "�ITY"}, �nd Freese and Nichols,
lrnc., (the "ENGINEER"), for a PROJECT generaYly d�cr_,,-ihec� �s: CONSTRUCT�ON
ADMIl�]ISTRATION AND INSPECT�ON OF WEST CARGO fiA`�AYy IlW]�ROV�MENT� AT
ALLIANCE AIRPORT (DOE — 3958). �
Article I
Scape o� Se�rvxces
A. The Scape of Services is set forth iu A�ta���nt A.
Article II
Compensation
A. The ENGINEER's compensation is sei #'orth in Attachm��t B.
Awticle III
Terms oi Payment
Payments to the ENGINEER �x�:�] be made as !��li��ws:
A. Invoice and Pa�tnent
(1)
{Z}
(3)
The Engineer shall pra�vide the C;ity su�cie�xt r'loc�nxentatian ta reasonably
substanfiiate the invoices.
1Vlonthiy invoices wi11 b� issued by the ENGINEER for a11 work performed
under this AGREEMENT. Invoices are due and payable within 30 da�s o£
receipt.
�i�pon c�mpletion of services enumerated �n Az�icle I, the final payment of
�t�y ba.lance wi11 be due within 30 days of receipt of the final invoice.
{�+) In the e�ent of a disputed nr contested billing, only that portion sa c�ntested
�+� ] 1 he withheld from payment, and the undisputed partion will be paid. The
C"ITY wtll �xerci.se reasonableness in contesting any bill or portion thereof.
No interest will accrue on any contested portion of the bill�ing until mutually
��snlved.
(5)
�u r ���1� �I� �
�IY?H Y '
if the C'ITY fai.ls to ma.Cc� payment in full to ENGINEER for billings
�antested in good fai#h within 60 days of the amount due, the EiVGINEER
may, after giving 7 days' written notice to CITY, suspend services under this
AGREEMENT until paid in fu11, including interesf. In the event of
;�izs�ension of services, the ENGrNEER shall have no liability io CITY for
���a�rs or daxnages caused the CITY because of such suspension of services.
r .
P�e i of 15
�1�'Y OF �URT 1aVOFdi�1, Y�S
��'p,fil��oR� AC���1Vl�AlT FOR �Al�ItiI��RIN� S�RV'IC�S
7his A�REEM�NT is between ihe City of Fori Worth (the "CITY"}, and ��;sese and
1��yhols, inc., 4the "ENGINEER"}, for a PROJECT generally described as: Alliance �i��,ri
S�uti�west Access Taxiway �nd Carqo Apron.
��ic1e I
�co�e afr Services
A. �he Scope of Services is set fat�h in Attachmen# A.
��ticie II
Compensafiion
A. �!�!� �NGiNEER's compensatian is set forth in Artachment B.
�rticle III
Yerms of Paymenfi
��aym�nts to the ENGiNEER will be r��de �s fiallaws;
A. lnvoice and �aymenfi
{� 1 'Che �ngineer shall pravEde fihe City s�fficient docum�ntati�n �c� reasanably
��ubstantiate th� invaices.
��� ��nnthiy �n�roices �rTll f�e
uttder this r�GREENIENT
�eceipt,
issued by the ��NGINEER for all wark pertormed
. Ir��oices are due and payable within 30 days of
��) �Jpon completian of services enumerafed in Ariicle I, the �nal payment of
arty balance will be due within 30 days of receipt af the final in�oice.
(�) �n :t*�? ��ent �f � disp�ted or contest�d billing, only that portion so
�oniest�d will be wi�hhel�i fram payment, and the undisputed portiat� will be
}��id. The CITY will exercise reasonahleness in contesting any bi[f ar
portiQr� +�i�?Preof. �lo �nterest will accrue fln any coniested portion af the
�illir�g until mutuafly resntved.
(5) lf ��-?� �GITY f�ils to mafce payrnent in fuC1 �to ENGINEER for bif[ings
contested in gaod faith within 60 days af ihe amaunt due, the ENGINEER
may, after giving seven (7) days' writt�n notice• to CiTY, suspend services
under this AGREEMENT until paid in full, including intarest. In the e�ent of
suspension of services, the ENGWEER shall have no liability ta CITY for
delays or damages caused the CITY because af such suspension af
58NIC2S.
4riicle IV
�blig��ions of fhe Cngineer
Amendments ta prticle IV, �f �ny, are includea in �ttachment C.
�►. Cene�ai
The ENGINEER wiil serve as t�e C�iY's professiona[ engineering represen�afive
�n�er this Agreement, providing professionaf engineering consUltation and advice
�r�� furnishing customary services incidental thereia.
�. :��anda�d +�fr Care
The standar� �f care a�plicable ta t[�e �NGIN�ER's services will be 4�e degree of
skill and diiiaence narmal�y employed ir� the Stafe of Texas by professional
�ngineers or cansultants perfarming the same or similar services at the time sucn
services are z�erformed.
G= ��bsurrr'ace lnv�s�iga�ians
�1} �he ENGINEER shalf advise �he CITY' with regard to the necessity for
; ubcantract work such as �special sunreys, tests, test borings, or other
subsurface in�estigations in connection with design and engineering work
+� �e pertarmed hereunder. The ENGINEER shall a�sa advise the C�TY
concerning the resul#s af same. The CITY shall furnish such surveys,
t�sts; and inv�stigati�ns, unless otherwise specified in Attachment A.
l2) Vn sails, faundation, graundwa�er, ar�d other subsu�face investigations, the
�c#ual c�,aracteristics may vary significantly between successi�e test poin#s
and ��mple �.ntervals ar�cf at lacations other than where observations,
exploration, and inves#igat'rons have been made. Because af the inherent
dancertair�ties in subsurface evaluations, changec� ar unantici�ated
�anderground conditions may occur that could affect the total PROJECT
�.�?�t ��ndlor execution: These conditions and costlexecutian effects are not
the responsi�ility of ti�e ENGINEER.
D. �rrep��a�ion �� �ngineering �rawings
The ENGINEER wil[ provide to the CITY the origi�al drawings of all plans in ink on
reprod�cible plastic film sheets, ar as otherwise approved by C1TY, which shall
became the property of the CITY. C�TY may use such d�awings in any manner it
desires; �ro�ided, howe�er, that the ENGINE�R shalE not b� liabie for the use of
such drawings for any project other than the PROJECT d�scribed herein.
ENGINEERING d1GREEMENT
P�ge 2 of 15
C, �ngineer's Pe�sunnei �t �ons4ruc�Yian Si�e
(1) The presence or duties of ti�e ENGfNEER's personnef at a constructian
site, whether as on-siie representatives or atherwise, do not make the
ENGiNEER or its personnel in any way respansible for thase duties that
belong ta the CITY and/or tF�e ClTY's constructian contractors or other
entit�es, and do not relieve the construction contractors or a�y other entity
of their abligations, du#ies, and responsibiiities, i�tc�uding, but not limited to,
all construction methods, means, techniques, seque�ces, and proc�dures
necessary far coordinating and completing all portians af fhe construction
�work �n accordar�ce wiff� the Con#ract Dacuments and any health or safety
preGautians required by such canstructian work. The ENGINEER and its
�ersonnef have na autharity to exercise any control aver any construction
c}�ntr�ctor ar ather entity or tlieir employees in cor�neciion with their work or
any �;�alth or safety precautions.
j2� �xcept ta fihe extent c�f specific site +risits �xpressly detailed and s�t fnrth 'rn
Attachment A, the ENGINEER or its persor�nel shall ha�e no abligatian or
responsibility to visit the constructian site to t�ecome familiar with the
�progress or �uality of the completed work on #he PR�JECT or to
��#ermine, in general, i� the work on the PROJECT is baing perfarmed in a
mann�r indicating that tl�e PROJEGT, when completed, wii� be in
��cordance with the Contract Dacuments, r�or shall anything in the
Cl�ntract L��!�r+�!ents or th� agreement between CITY and ENGINEER �e
�onstrued as requiring EIdGINEER to malce exhaustive ar continuous on-
site inspectians to disco�er latent defects in the work or otF��rwise chec�
�h� quality or quantity of the work on the PROJECT, li, for any reas�n, the
F_NGINEER should make an on-site observation(s), on the basis of such
�n-site observations, if any, #he ENGINEER shall endeavor to keep the
�ITY inforn-ted of any devia#ior� from the Contract Documents coming to
�i�e actual noiic� of ENG[N�ER regarding the PR�JECT. .
��) in.lhen professional certification of pertormance or characteristics of
materials, systems ar equipment is reasonably required to perFo�rr� the
services set fo�th in the Scape of Services, the ENGINEER s�all be entitled
�� rely upon such certification to establish materials, systems or equipment
- and perfarmance criteria io be required in f[�e Contract Documents.
�. Opinians of �eobable �ast, �inancial �onsidera�i�ns, and �chedules
(�) The ENGINEER shalf provide opinions of probable costs based on the
current available inforrnation at the time af p�eparatian, in accardance with
Attachmenfi A.
(2) In praviding opinio�s af. cos#, financiai analyses, economic feasibiiity
projectiorts, and schedules for the PR�JECT, the ENGINEER has no
co�trol over cost or price af la�ar and materials; unknown a�- latent
conditions of existing equipment ar strc�ctures that may affect o�eration or
E�IGIh1EERIiVG AGREEM£HT
Page 3 af 15
na�ntenance �nsts; �:omp�titive bidding �rocedures and rrtarfcet conditians;
fime or qualify of pertormance by third parties; q�ality, t�pe, management,
�r direction of operating personnel; and oti�er economic and operational
��ctars that may materialfy affect the ultimate�PROJECT cost or schedule.
-� harefore, the ENGINEER mai�es no warranty that tF�e CITY's actual
IPRO.IECT costs, financial aspects, economic feasibiEiiy, or schedules will
not v�ry �r�m #he ENGiNEER's apinions, analyses, projecti�ns, or
�stima�es.
£�. �nns�ruc�ion Progress Payment�
R��4mmendations �y the ENGIN�ER fo the CfTY far neriadic canstruction
�r�gress payments to the cons#ructian contractor �+vifl �e �ased on the
ENGINE�R's knowledge, infarmatio�, anc! belEef fram se[ecti�e sampling and
obs�rvation thaf the work has �rogressed ta the point indicated. Such
r�commend�tions do r�ot represent that continuous or c�etailed examinations have
be�n m�de by the ENGINEER to ascertain that the construction cantractor has
�omplete� the work in exact accordance with the Contract Documents; that the
�inal work will be accep#a61e in a[I respects; that the �NGINEER has made an
examination to ascertain how or for what.purpose the construction contraetor has
�sed the maneys paid; that title to any of the work, materials, or eq.uipment has
passed ia the C1TY free and clear o# liens, claims, security interests; ar
wncumbrances; or that tf�ere are not other matters at issue between the CITY and
��!? rc�nstructifln contractor that affect the amount that should be paid.
H. �ecord Drawings
w'Zecard �rawing�, �f required, will tae prepar�d, �n part, on the basis of infarmation'
camp'rled and furnished by others, and may not afways represent the exact
l�cation, type o# various componenis, or exact manner in which the PR�JECT was
�nally constructed. Th� ENGIN�ER is not responsible for any errors or omissions
in th� informatian from others that is incorporated into the record drawings.
�. �idYinori�y and �ama�n �usiness �nfie�p�ise (HRI1dV��) pa�icipation
1n accord with Vi�y of Fort Worth Ordinance Na. 11923, as amended by Ord�nance
1�471, the City has goals for the participation of mir�ority business enterprises and
�uoman business enterprises in City contracts. Engineer acknowledges the M1WBE
goal estabCished for this contract and its commitment ta meet that _goal. Any
misrepresentation of facts (oiher t�an a negligant misrepresentation) andlor fhe
commission of fraud by the Engineer may result in the te�mination of this
agreement and d�barment firam participati�g in City contrac#s for a period af time
of nat less than.three {3) ysars. �
ENGiNEERING AGR�EM�N7
Page 4 af 15
J. �ight to �udif
�1) �NGINEER agrees that the ClTY sha[!, utttil the expiration �fi tf�ree (3)
��Pars after final payment �nder th�s contract, have access to and the r�ght
i�r examine and photocopy any directly pe�tinent hooks, documents, papers
�nd r�cords of the ENGINEER involv�ng transactions relating ta this
contract. ENCIIVEER agr�es that the CITY st�all have access during
normal �worlcing f�ours to all necessary ENGINEER facilities and shall be
�provided ��equa#e and approp�iate workspace in order to conduct audits in
compliance with the provisions of this �section. The CITY s�afl gi�re
�NGINt�R ;�as�nable advance notice of intended au�its.
;�} �NG�NEER further a�rees ta include in al! its subeansulta�t agreeme�ts
�ereunder a provision to the effect thafi the su�consultant agrees that the
CITY shall, until the expiration af tF�ree (3} years after final payment under
the subcor�tract, have access to and the righ# to examine and photocopy
�ny directly �ertinent books, dacuments, papers and records of such
�ubco�sultant, �nvolving transactions to the subcontract, and furiher, ii�at
the CfTY sY�all ha�e access cfuri�g normal worlcing hours to all
����?�=�nsultant facili#ies, and shall be pravided adequate and a�propriate
work �aa�e, sn order to canduct audits in campiiance with the pravisiorts of
this article togeiher with su�section (3)hereof. CITY shall give
s�!n�onsultant reasonabie advance notice of intended audits.
�3) �►v��INEER �nd �u�consuitant agr�� to photo copy �uch documents as
may be requested by the CITI'. The ClTY agrees to reimburse
�NGiNEER fior the cost af capies at the rate publisi�ed in the Texas
�aministrati�e G�de in effect as of the t9m� copying is pertormed. �
�C. �i��lw���'s lnsurance
til) insurance c��erage and iimits:
�NGINEER sh�il ��ravic{e �tn r?�e City certifi�aie(s) �f insurance dacumenting
�olicies of the following coverage at minimum limits that are to be in effect prior to
c�mmen�ement of work an the. PROJECT:
��mmercial �eneraf Liabilifiy
�1,000,000 eacFt occurrence
�?;Q00;000 aggregate
Automobile Liability
*�,OQQ,000 each accident (or reasonably equivalent limits �f coverage if written an
� split limits basis). Co�erage shall be on any vehicle us�d in the caurse of tF�e
�!?OJECT.
ENGWEERING AGitEEMEN7
PBga 5 pf 15 .
�IVorker's Campensation
�overage A: statutory fimits
�overage B: $10fl,000 each accident
�500,OQQ disease - palicy limit
�100,000 disease - each emplayee
P; �fessional Lrab�fity
�4,Q00,00� each ciaim
$2,OOa,000 aggregafe
�'ha retr�acti�e ��te �hail �e �oincident with �r �ri�r te� the dafe �f the
��ntractual agreement and the certi�cate of insurance shall state that the
�overage �s claims-made and the retroactiue date. The insurance coverage
�hall he main#ain�d for th� duration af the contractual agrsement and five (5)
years fn!!�?wing compl�f�or� of the service pra�ided under the contractual.
�greemeni. An annual certi�cate of insurance submitted to the City shall
�vldence such �nsurance e:overage. �
(�) ��rtificates �f insurance e�ridencing that the.ENG1NEER nas abtained all
required insurance s�ail be delivered to the CITY prior to ENGINEER
proce�:ding with the PR�JECT. .
�a) �'�pplicable policies shaCl be endorsed to namE the GITY an
q���t�c,�,al In�ured thereo�, as its interests may appear. Ti�e ierm
�:1TY shall inci�de its �mployees, officers, officials, agents; and
.�olunteers as respects t�e contracted serrrices.
�'b} �?rtifi�ate(sj af in5urance �hafl document that insurance co��rages
�specified according to items section f�.(1} and K.(2) of this
�greement are provided ur�der applicabie policies doc�mented
#l�ereor�.
�c) Any failure an part of the CITY �o request required insurance
document�tion shall nat canstitute a waiver ofi t�e insurance
l�epuirem�nts.
(d) .A minirnum afi thirty (30) days notice of cancellation, non-renewal or
��n�teri�l change in coverage� shall be provided to the CITY. A ten
(1�) days notice sha[I be acceptable in the event of non-payment of
�remium. Such terms shall be e�dorsec� onfo ENG�NEER's
ynsurance �olicies, Notice shalf be sent to tF�e respective
Department Director (by name), City of Fort Wor#h, 100p
Tt�rockmorton, Fort Worth, Texas 76�Q2.
(e) The insurers for al1 palici�s must be ]icensedlappraved to do
�usiness in t�ae Stat� of Texas. Except for worker's compensation,
all ihsurers must have a minimum rating of A: V[f in the current A.M.
C�est Key Rating Guide ar have reasonably equivalent financial
ENGINEERIiVG AGRE�MENT
Page e pf 15
:�trength and sal�ency ta �the satisfacltian of Risk Management,
(fj Deductib�e limits, or se��F-insurecf r�tentians, affecting insuranc�
r�quired here9n may be accep#able to the CITY at its sole discretiar�;
and, in lieu af traditianal insurance, any , afternative co�erage
rnaintained through insurance pools ar risk retention groups must
�+a ,�isa aoproved. E��dicated financial resources or let�ers of credit
may also be acceptable ta the City.
��) 1���licable policies shalf each be enciorsed with a wai�er of
��abro�ation in'Favor of the C1TY as respects the PROJECT.
44�} The City sha11 be sntitVed, u�pon r�s request and withaut incurring
expense, fia review the ENGINEER's insurance policies incfuding
�ndorsemE�#s th�reto and, at the CITY's discretion, the ENGINEER
r��_y be required to �ro�ide proof of insurance pcemium payments.
�I) �!�P Commercial General L�a�ilify insurance policy snall �iave no
�xclusians '�y endorsements unfess such are approved by the
� ITY.
�;i] 'The Professional Liability insurance poVicy, if �rvritten .ort � claims
.ri'��C�p basis shall be maintained by the ENGiNEER for a rninim�m
�ive ��} ��ear period subsequent to t�e term of the respe�i�e
PROJECT con#ract with the CITY unless such coverage is pravided
the ENGINEER on an accurrance basis.
�k} i�R �C'1y shali r�ot �P respansible for the �irect �ayment af any
insurance premi�ms required by this agreemen#. ft is understao�
fihat insurance cost is an allowable compo�ent af ENGINEER's
�vprhead.
��� All insuranc� rEquired in section K., ex�ept for the Professional
Liability insurance po�icy, shall be written on an c�ccurrence basis in
�rder to be approued by the CITY.
�m) 5ubcansultants to the ENGINEER shall be requ�red by the
�NGINEER to maintain the same o� reasana�ly equivalent
insurance co�erage as required for the ENGINEER. When
�subconsultants maintain ins�ra�ce coverage, ENGINEER shall
,�ro�ide ��IYY with documentatian thereof an a certi�cate ofi
;nsurance. Notwithstanding� any�hing ta t[�e contrary contained
,herein, in the e�ent a subconsultant's ir�s�rance coverage is
�anceled ar terminated, such cance[Iation or termination shail not
�onstitut� a�reac� by ENGIN�ER of the Agreement.
ENGINEERING AGREEMENT
Page 7 oi 15
�, fndspendenfi �onsulfiant
7he EN�INEER agrees #o perform al1 services as an independent cons�ltant and
�not as a subcontractor, agent, or employee of the C�TY.
i�. @tsc�asur��
7he �NGINEER acknowiedges �a �he CITY that it has made ��11 disclosure 4n
uuriting of any existing conflicts of interest or potentiaf confficts of interest, including
personal finar�cial interest, direc� or i�direct, in praperty abutting �h� proposed
+''RQ�YEG� ���i i�t�siness relationships with abUtting property cities. The
�NGINEER furtt�er acknawledges that it will make disclosure in writing of any
�onflicts at interest which develop subsequent to the signing of this cantract and
�rior to final pa_yment under tf�e contract.
�I. �►sbestos or Ha�ardous Substar�ces
�1) !f asbestas or hazardaus substances in any form are encauntered ar
Yuspected, �he ENGINEER wili stop its awn work in fihe affected portior�s of
��e PROJECT to permit testing and evaluation,
{2} if asb�stos or other hazardous substances are s�spected, fhe ENGINEER
will, if requested, assist the CITl' in obtaining the services of a t{uaEified
5ubcontractor to mat�age the remediation acfi�ities of the PROJECT.
�. �ermitfiing Autho�ities � �esign �hang�s
�lf ��rmitting �!�tharities t�quir� design changes sa �� �o �omply ��hth ��ublish�d
design criteria andlor current engineering practice standards which the IENGINEER
�hou�d have ���n aware af at the time this Agreement was executed, the
�NGINEER shal[ re�ise p�ans and specifications, as required, at its own cost an�
�expense. Howe�er, if design changes are raq�ired due to the char�ges in the
,permitting autharitiss' puhlished design criteria andlor practice standards criteria
vuf�Ech are published after the date of this Agreement which the ENGfNEER�could
not have been reasonably aware of, the ENGINEER shal[ notify the CITY of such
changes and an adj�stment in compensation will be made fhroug� an amendment
to this AGREEMENT.
A�icle !�
Obliga4ions pf th� City
Amendments to Article V, if any, are inciuded in Attachment C.
�. C��y-�urnished Da#a
The CITY will maEte available tn the ENGINEER all technical data in the CITY's
possession relating to the ENG�N�ER's services on the PROJECT, The
�NGINEERING AGREEMENT
Page e of'E5
FNGINEER �-�ay r�1y upon �he aceuracy, kimeliness, and completeness of the
information provided by the CITY,
�. �c�ess �a f�aci[ifiies and Peoperty
T�� �{� VII[II 'fYfal(� it5 ¢?r-iljtjac accessible f� #he ENGIIVEER as require�l for the
�I�GIIVEER's performance �f �#� sA.rvices and v�,�ili provEde labor and safety
Lquipment as required by the ENGiIVEE� for sUch access, Tti'e C1TY will perfarm,
at no cost to the ENGINEER, such tests of equip�nen#, machinery, pipelines, and
Y±har components af the CITY's facilities as may be required in co�nection with the
�NGIN�ER'S �BNiC�S, T�`�e CITY will be tespansibie for ali acts o# the CITY's
personn�l.
�C. �dver�isem�n�s, Permits, and Access
4Jnless otherwise agreed to in the Scope of $ervices, the CITY wifl abtain, arrange,
.anc� pay for all ad�e�tisements for bids, permifs and licenses required by locaf,
:�tate; or federa� authorities; and land, �asements, rights-af-way, and access
:�e�?�sary f�� the ENCINEER's se�vices or PRO,iECT construction.
�. �'irr��ly I�eview
�he CITY wi11 examine the ENGINEER's �tudies, reports, �ketches, �rawings,
�pecificatians, .proposals, and other documents; obtain advice of an attamey,
�nsurance counselor, accountant, auditor, bond and_ fnancial ad�isars, and ather
consultar�ts as t�e CITY de�ms appropriate; and render in writing decisions
re�uired by the CITY in a timely manner in accordance with the project sc�edule in
�ttac�tment �7. �
�. l�t�mp� IVo�ICe
The C1TY �Niil gi�e prompt written notice to th� ENGfNEER wh�n�ver �ITY
+�b��rvss or becomes aware of any developm�nt that affects #he scope or iiming of
the �NGINEER's services or of any defect in the wotk af the ENGINEER ar
�onstr�ction contrac�ors.
�. �sb�s4os or Ha�ardous Subs�ances and indemni�caiion
(1) -�o the maximum extent permitted by 1aw, t�e �ITY wiil indemnify and
�release ENGINEER and its offiGers, employees, and subcontractors fram
all claims, �amages, dosses, and costs, including, but not limiied to,
attorney's fees and liiigation expenses arising out af or relating to the
;�resence, discharge, re�ease, or escape of Y�azardous substances,
�ontaminants, or asbestos on ar from the PROJECT. Nothing contained
h?r?in shall be construec� to r�quire th� CITY to levy, assess or collect any
t�c to fund this indemnificaiian.
ENGI�VEERING AGREEMEIYT
Paga 9 ot 1 S .
�2) -l�he indemnifcation and �release required abave shall not apply �in the event
�khe discharge, release or escape of hazardous s�bstances, contaminar�ts,
�r asbestos is a result of ENGINE�R'S negligance or if auch hazardous
s�bstance, contaminant or asbestos is brought onto the PROJECT by
�NCIN�ER.
�, �ontractoe lndemnific�tion �n� �laims
-��e CITY agrees ta include in all construction cantracts the provis�ons of Article
f�l.E. r�egarding the ENGINEER's Personnel at Canstruction Si#e, and provisions
providing contractor indemr�ification of the CITY and the ENG�NEER for
��ntractor's negligence.
H. �ontrracfor� Claims and Yhird-Pariy �ene�iciaries
�1) The ���' agress ta include the following clausa in all contracts with
�e�n�xructic�n �ontractors a�c! equ�pmenf or materials suppliers:
"i�ontractors, �uhcontractors anc� equipment and materials
s���pliers on the PROJECT, or their sureties, shall maintain na
darP�t action against the ENGINEER, its officers, employees, and
�ubcontractr�rs, for any claim arising out o�, i� connectior� with, or
�sulting from the e�gine�ring s�rvices performed. Only the CiTY
�r�l! be th� b�neficiary of any undertaking by the ENGINEER."
�27 �his AGREEMENT give� no rights or benefits ta anyone oiher than the
�ITY and the ENGINEER and ihere are no third-party beneficiaries.
�3] The c:ITY will irtclude in each agreement it e�ters into with any o�her entity
�r person regarding the PRO,IECT a pravision that such entity or person
;�hall have no third-par#y 6�n�ficiary rights under this Agreem�nt.
;4} Nathing cantained in this section V,H. s�all be construed as a waiver of any�
r�ght the C1TY has to bring a claim against ENGINEER.
�. CI�Y's insurance
{'} Ti�e CITY may maintain property �+nsurance �n +certain pre-existing
�tructures associaCed wiih the PROJECT.
{2} TF�e C�T�f wiil ensure tnat Builders fRiskllnstaiiation insurance is maintained
at the re�Eacemer�t cost value of the PROJECT. The CiTY rnay �rovide
�NGINEER a copy of the policy or docum�ntation of such on a certificate
�nf insurance.
{3) �he CITY vvill specify that the Builders Riskllnstallatian insurance shail b�
�9mprehensive in caverage appropriate to the PR�JECT ris�s.
ENGINEERING AGREEMEiVT
Page i o of 15
.�.
K.
G�itigation A�sisicance
Yhe Scope flf Services does not include costs af the �NGINEER for required or
� equest�d assistar�ce to su�port, prepare, document, br�ng, defer�d, or assist in
#ifiQa#ion underta[�en or. defended by the CITY. In the event CITY requests such
sPrvices �1` the ENGIN�ER, this AGREEMENT shail be ame�deci or a separate
��reement will �e negatiated �etween the parties.
�Changes
'� he Ci' �` may make or �pprove chang�s avitriin �i�e general 5cope of Serr�ices Vn
�rhis AGREE�111�NT. Ifi .such changes affect the ENGINEER's cast of or time
r�auired for performance �f #he services, an equitable adjustment wilf be made
tl�rau�h an am�ndment �o this AGREEM�NT with appropriate GITY approval.
�!�icle !!I
Au�ho�i�a#ion �a �r�oc�ed
�Amendmer�ts ta Article VC, ifi any, are included in Attachment C.
1i.
�.
�.
�
ENGI�YEER s#�ail l�e r�uthorize� �� proceed with xi�is ;�GR�EMEI�T u�port r��eipt �f
a e;�,fit�en Notice to �'!-�ceed fr�m the CITY.
J�e�use of P�ojeci �ocumen4s
�All designs, drawings, specifications, dacumen�s, and other work products af the
ENGINEER, whether in hard copy ar in electronic form, are instruments of service
��r this ��OJECT, whether the PROJECT is completed or nat. Reuse, change, or
alieration by the CITY ar by others acting through or on behalf of the CITY of any
such ins#ruments of service without the written permissian of the ENGiNEER will
�� �t Y�e �lTY's soie risk. Tne final designs, drawings, speci�cations and
Jocuments shall be owned �y the CITY.
1�orce I�ajeu�e
i he IENGINE�I� fs not
hy acts af Gad, strikes,
t�n? �kV�fNEER.
��rmina�ian
�eneeal �egal P�o�isio�s
responsible far damages or �elay in pertormance caused
lackouts, accidents, or other events beyond the contral af
�1) This AGREEMENT may be terminated.only �y t�e City for convenience on
�0 days' wntten notice. This AGREEMENT may be terminated by either the
CITY or i�e ENGINEER for cause if either pariy fails substantially to
pertorm through na fau[t of the other and does not commence correctian of
EE�GINEERING f��;REEMEiVT
Page 11 of 15
�uch t�anperformar�ce with Fw� (�) days t�f written notice and diiigently
complete the correctiar� �hereafter.
(2) bf this AGREEMENT is terminated for t�'�e con�enience cf the City, the
LNGINEER will be paid f.or terminatian expenses as tollows:
�} Gtist c�f reproductian �af partial ar c�mpfete �tudies, �i�?ns,
��ecificailans or other farms �f ENGiNEER'S work product;
b) �ut-of pocket expens�s for purchasing storage containers,
����ro�lm, electronic data fifes, and other data storage supplies or
setvices;
c) -The time requirements for the �NGII�EER'S p�rsonnel to document
th� wor� �+nd�rway �t �he tirne the CITY'S termination for
convenience so that the wor.�C effart is suitable for long time stora�e.
(3} Priar to proceeding with termination services, the �NGINEER will submit to
the CITY an itemized statement af all termination. expenses. The CITY'S
approval will be obtained in writing prEor to proceeding with termination
services.
�. 5uspension, ��lay,�or [nferrup�ion fio �91or��
The �CITY m�y ��spend, deEay, ar inierr�pt the services of�the �NGINEER for the
�on��nience of tne CITY. In the event of such suspension, de�ay, or interruptior�,
�n equ[table adjustment in the PROJECT's schedule, commitment and cast af the
Lr-NGINEER's personnel and subcontractors, and ENGINEER's campensation will
be made. �
�. I�demnificafiion
�1) �hP ENGINEER agrees to indemnify and defend the CITY from any loss,
�ost; ar expense claimed by third par�ies for praperty damage and badily
�9njury, including death, caused� sal�ly by the �agligence or willful
�-niscon�uct of the ENGWEER, its employees, officers, a�d subcontractors
�n connection with the PROJECT. �
(2) �f �he r�egligence or willful misconduc� af both the ENGINEER and the CITY
(ar a person identified abave for whom each is liabie} is a cause of such
damage crr inj�ry, th� loss, cost, or expense shall be shared between the
ENGINEER and the CITY in proportion to their � relative degrees o�F
negligence or wil[ful misconduct as determined pursuant ta T.C.�'. & R.
Code, sec#ion 33.011(4) {Vernon Supplement 1995).
ENGINEEi�iNG AGREEMENT
Page 12 vf 15
�. �ssignment
�[either p�rty will assign all or any pari of this AGREEMENT wiihout the pr�or �
��rn#ten consent of the ather pariy.
;�, �n+�Prnrefafion
Limitatians an E��bility �nd indemnities :n this �AGREENIENT are �usin��s
�+�nderstandings between the parties and shall app�iy to all the differe�t theories of
��ecovery, including breach of contract or warrant�, to�t including negGgence, strict
or statutory liabilify, or any other cause of action, except for willful miscanduct or
�ross negligence for limitations of liability and sole negligence for indemnification.
The term "Parkies" mean the CITY and the ENGINEER, ar�d theEr officers,
pmploy�es, ag�nts, and subcontractors. �
1. :��,risdic4inn
-�he law of the State of Texas shal� �gavern the vali�ity of th[s AGREEMENT, its
interpretation and perFormance, anc! any other claims related to it. The ven�e f�r
�ny litigatEon related to this AGREEMENT shall be Tarrant County, Texas.
�J. Alte�na�e bispuf� Resoluiion
{1 } r�Ml clairn�, disputes, and other matters in �u���ion b�tween the CiTY and
�NGINEER arising out of, or iR connectian vwith this Agreement or th�
�'RO.IECT, or any breach of any obligation or duty of CITY or ENGINEER
hereunder, wiil be submitted to mediatiot�. If inediation is unsuccessfuf, the
�iaim, disput� or other matter in question shall be submiited to arbitration if
�hath parties acting reasonably agree that �he amou�# ofi the dispute is iikely
�o be less than $5p,00fl, excl�sir�e of attorney's fees, costs and expenses..
,arbitration shafl be in accardance with the Construction �ndustry Arbitration
��ies af the r�merican Arbitration Assoc�a#ion or other applicable rules afi
the Association then in effect. Any award rendered by the arbitrators less
than $50,004, exc�usive of attorney's. fees, costs and ex�enses, will be
finaf, judgmant may be entered fhereon in any court ha�ing lurisdiciion, and
�will r�o� be subject t� app�a] ar modification except to the extent permit�ed
Iby Sections 10 and 11 of the Federal Arbitration Act (9 U.S.C. Sections 10
�a ncl 9 'I }.
�2) !�ny award greater than $50,000, exclusive of attorney's #ees, costs and
axpenses, may be litigated by eitner party on a d� no�a basis. The award
�hal[ become final ninety (90} days from the date same is issued. If
lit�gation is filed �y either party wi#Y�in said ninety (9Q) day period, the award
�hall became null and void and shall not be used by either �arty for any
�urpose in the litigation.
ENGINEERING AGREEivIEN7
Page 13 oF 15
�c. �er�erabiliiy and Suevival
Yf any of the provisions confiained in this AGRE�MENT are held for any reasan to
be invaiid, ill�gal, ar unentorceable i� ar�y resPect, such ir�validity, illegality, or
�npnfarcea�ility will not afFect any a#her pra�ision, and this AGREEMENT shal[ be
�onstrued as if such in�alid, illegai, ar unenforceabfe provisian had never been
r�ntained hereir�. Articles V.F,, VI.B., VI.D., VI.H., VI.I., and V1.J. shall survive
��rmination c�f this AGREEMENT for any cause.
�.. �Abserve and Comply
�NGiNEER shall �t all tim�s obs�rv� and comply with all federal and State laws
�+tid r?gulations and wiih all Ciiy ordina�ces and regulations which in any way
�ffect this AGREEMENT and the worfc hereunder, and shafl obsenre and comply
rn�itn �II ��rd�f5, f�ws �rdinances and regulations which may exist or may b�
���cted later by go�ernir�g bodies having jurisdiction or authority for such
�ractment_ No plea of misunderstanding or ignorance thereof shall be considered,
�NGINEER agrees to defend, indemnify and hold harmless CITY and all of its
a�fice�s, ��ents and employees from and against all claims ar liabiiifiy arising out of
�?�e �ia[ation of any suc�t arder, law, ordinance, or r�gulation, whether it be by itselt
�r �s employees.
11R. !�e�otia�ed �ogreemenk.
Yhe parties ac�cnowledge that eac�t party and its counsei t-�ave reviewe�
ar�d re�ised this Agreement and that the normal r�les of eonstr�ction to
ti�e efFect that any ambiguities are to be resoived against the drafting party
si�all nof be employed in the �ntefpre�ation of this Agreement or exhibits
�ere#o.
�riicle !!II
A#�achments, uchedules, and Signaiu�es
This AGREEMENT, includ�ng its attachments �nd 5C�1GdUIBS, constitut�s the entire
AGRE�EMENT, sugersedes all prior written or oral understandings, and may or�ly be changed by a
written amendment executed �y both par��es. The fo�lawir�g attachments and schedules are
nereby made a pari of tf�is AGREEMENT: �
Attachmsn# A- Scope of Services
Attachment B - Campensation
Attachment C- Amendments to Standard Agreement �'or Engineering Services
Attac.hment D - Projec� Schedule
Attachment E — Locatian Map
ENGINEERING AGREEiVIENT
Page 14 of 15
ATTEST:
.�
r f,
''� -,�_.�.i.K_ i .•T � + ''' -
� ��ria pearsan
� itv 5ecret�ry
�� ' � � �;,��_ -
Contra�t_ Aut�ar�-z�.ti.��
� ��� � � �. �
--• — - . -..,�.� - - -
Date
APPROVED A5 TQ FORM
AND LEGAL.ITY
�CITY O�' FORT WORiH
�� — �
�
I� -
S�� � /% .
��lare A. tt
!�ssista t City Manager
,�,PPRaVAL RECOMMENDED
�
�
A: oQuglas Rademaker, P.E.
� Dir�Gtor, Engineering Department
� reese ar�d Nichols, Inc.
�iV�lNEER
� �� .
��
Assis#an# Ciiy Af#omey
ENGINE�RING AGRESMENT
f�aga i 5 of 16
,
:, � �J/._� _'.�/!�,✓�.
- . -
* ._
� , . µ ������,
i��h I.:°�;j•
W
�, i ��` . �
. � 1��� �"' , �
���CH19dI�tdY "���
-.- ••- • -■ -
"Scope �f 5ervices set forth her�in ;an �n)y t,e �m�ar�ified by additions, �larifrcations, �nri/nr
deletions �ef r�artn �+� �he .ss�pplemental �cope of ��.rvices, In ���es cat` conflict between if�e
Supplemental5cape of 5ervices �nd the General Scope �f Services, the Supplemental Scope of
Services shall have precedence over the G�neral Scope of 5ervices."
` ��
�� ���I�min�ry �onference wi�h C�#y
i!�!� IEn�ineer �hall attend �reliminary conferences wtth authorized r�,qresentatives of khe
�ity regarding the scope of project so that the plans and specifcations which ar� to be
�fevefoped hereunder by tf�e Engineer will result in providing faciiities which are
��onomical in design and conform to the Cit�'s �equirements and budgetary constrai�ts.
2) ��g�dination with Ou�side �gencieslF�uhlic �ntifiies
"fhe Engi�eer shail coardinate with officials �flf other �utside agencies as may b�
necessary far the design of the proposed street, and storm drain and/or water and
cY:��tp�!+�+pr�facilitieslimpr��ements. (t shall be the Engineer`s duty Y�ereunder to secure
n�rg55�C}I in#ormation frnm such outside agencies, to meet their requirements.
3} �eotechnical �nves4igaiion�
�`"e �ngineer shall ad�ise the City of test borings, and other subsurtace in�estigatians that
�may be needed. In #he event it is determined necessary #o make borings or excavate t�st
'r��oles or pits, the Engir�eer shall in coordination with tf�e City and the City's geot�ehnical
angineering consultant, draw up specifica#ion� for such te�ting program. The cost of the
borinqs or excavations shall be paid far by the City.
4) Ag��em�nfs �nd �ermits
The Engineer shalf complete alf formslapplica�ions to allow the City af Fort Worth to obtain
any and all agreements andlor permits narmally required for a project af this size and iype.
The Engi�eer will be responsi6le for negotiating and caordinating to obtain approval of the
agency issuing the agreement andlar permits and w�ll maEce any revisions necessary ta
bring the plans into compliance with the requiremenfs of said agency, including bui not
limited to highways, railroads, water authorities, Carps of Engineers and other�utiliiies.
5} �esign Changes Rel��ir�g �o Permitiing Authopifies
If permitting authorities require design changes, the Engineer shall �evise the plans and
specifications as required at the Engineers own cost ar�d expense, unless such changes
are required due to ci�anges in the design af the facilities made by the permit�ing authority.
A- 1
if such chan�es are required, th� Engineer sha[I notify the City and an amendment to the
�ontract s�all be made if the Engineer incurs additional cos#. If there are una�oidable
�Plays, a mutually agreeable and reasonable time extension shall b� negotiated.
�? �I�� �ui�mitCal
��pies �f tl�� �rigir�al �lans shall be prov'ided on �•eproducib�e rr�ylar or appro�ed plastic
fii�m sheets, or as otherwise ap�roved by the Departm�nt Qf Engineering and snall become
�he property of the City. City may use such arawings in any manner it desires; provided,
h��wever tt�at #he Engineer shall not be liable for the use of such drawings for any project
c�ther than t�e project descri�ed herein; and further pro�ided, fhat the Engineer shail no#
��e a��ble for the cor�sequences �f any changes that are made to the drawings or changes
4�at �re made in the implementation of the drawings without the wri�fi�n approval of #he
Enqineer.
Pb!da�� 1
�', �ight-of Way, �asement and ��nsi Acquisifion �deeds
-�he �ns�ineer shall determ�n� ��e �ights-of-way, easement needs �or the construction ef
#he project. Engineer shall aetermine ownership of such land and turnish the City with the
�!Pr.essary right-af way sketches, prepare necessary easement descrip�ions far acquiring
�� r�ghts-of-way andlor easements for the construction of t�iis project. 5ke#ches and
easement descriptions are to be presented in form suitable for diract use by the
Departm�nt flf Engineering in obtaining rights-of-way, easements, permits and licensing
agreements. All materials shall be furnished on the appropriate City forms in a minimum of
faur (4) copies each.
$) �nesiqn Su�rey
lr�e lEngin�er shail provide necessary field survey far us� in the preparation of Pians ar�d
Specifications. The Engineer shal[ furnish the City certified copies of the fie[d data.
�) t�4ilify �ao�dinafiion
The Engineer shall coordinat� with all utilities, including utilities owned by the City, as to
�ny proposed utili#y liens or adjustment to existing utility lines within the project limi�s. The
informatiort obtained sF�al! be shown on the conceptual plans. The Engineer shall show on
#he �reliminary and final p�ans the location of the proposed utility lines, existing utility lines,
based an th� Vnforma#ion provided by the utility, and any adjustm�nts andlar relocation of
#he existing lines within the project limits. The Engineer si�all alsa evaluate the phasing of
the water, wastewater, street and drainage work, and sF�all submit such evaluation in
writing to the City as part of ihis phase of the pra�ect.
A- 2
�a d) �onceptu�l �fans
'�he Engineer shall fur�is� fa�r (4) copi�s of �he Phase 1 concept angineeriRg �lans r�hich
�±�ciude layouts, preGminary right-of-way �eeds and preliminary es#imates of probable
��nstruction costs far the Engineer's recommended plan. �or all submittals, fhe Engineer
shal! submit r�lans �nd documents for stree�lstorm drain and waterlwastewater faciiities.
Trie Engineer �ha�l receive wuritten approval of the Phas� 1 Plans from the GEty's project
manager before proceedi�g with Phase 2. ,
�F��1S� �
1 i ) �esir�n �afia
`�h� �ngineer •}h�ll �rovicfe design data, repnrts, cross-sectior�s, pro�ifes, �rainage
�:alcufations, and prelimihary estimates of �rohable constr�ction cost.
12) ��eliminarr_y Cons�ruc�ion Plans and T'echnica� �pecificafiians
rhP Engineer shall submit twenty (20) eopies af Phase 2 preliminary �Qnstruction �lans
,3nd fr�e (5) copies of the preliminary technical specifications for review by �he GYty and fior
{submission to utiliiy companies and other agencies for the pur�oses of coordinating work
with existing and proposed utilities. The preliminary construction plans shall indicate
IncatEan n� ��astinglpropased utilities and siorm drain fines. The Engineer shall receive
�ruritten appraval of the Phase 2 pians from the Cifiy`s pro�ect manager before proceeding
with Phase 3. '
�H�+S� 3
13) �ina[ Consfieuction �ians
Th� �ngineer shafl turnish f�e (5} copies of the final canstruciion �plans and contract
�pecificatians far review by the City. � �
i4) �e�ailed Cost Esiimate
The Engineer shall furnish four (4) copies of deiailed estimates of pra6able construct9on
costs for the authorized canstruc�ion project, whicf� s�all include summaries of bid items
�nd quantities.
�5} P�lans ar�d Speci�ca4iar� �►�pro►��I
?'he Engineer shall #urnish an original caver myEar for the signatures of authorize� City
�fficials, The Cantract Dacuments shall comply wii� applicable local, sta�e and federal
laws and with ap�Olicable rules and reguiatians promulgated by [ocal, state and national
boards, bureaus and agencies. The Engin�er sha[I receive written ap�roval ofi the Phase 3
plans from the City's pro�ect manager b�fore proceeding with Phase 4.
.�4- 3
�F�.�S� �
;�? �ina1 App�oved Cor�sfi�uciion Plans
T�+e �nc�ineer s�al1 furnis� n5 bound copie� df Phase A� �nal approv�d t onstruc#ion �lans
�n� contract specifications. The appraved plans and contract specifications �hail be �s�d
�s authorized by �he City for use in abtaining bids, awarding contracts, and constructing
the project. �
� I} �idding �ossisfia�ce
�he �ngineer shail issue addenda as appropriate tn lnterpret, clarify, �r expand the
hidding documents, and assist the owner in determining the quali�cations and
aGceptability of prospective consfructors, subcontractors, and supp[iers. When substitutio�
prior to the award of contracts is allowed by the bi8ding docume�ts, the Engineer. wi�l
advEse the awner as to the acceptability ofi alternate materials and equipment proposed by
the praspective canstructors.
1 S) R�comme�datEon of dwa�d
The Enginesr shalf assist in the tabulatian and review of all bids receiv�d �or th�
construction of th� projeet and shall make a r�cammendatiori of award to the Cify.
19) P�ebid Gonfieeence
Ti�e Er�gineer shafi attend the prehid conference anc! the bid t�pening, ��?pare E�id
tabulatian sheets and provide assisfance to the owner in evaluaiing bids or prop�sals and
in assembling and awa�ding cantracts for construction, materials, equipment, and
S�NICPS.
�b��� �
20) �r�econs�ructian Canfe�ence
The Engineer sf�alE attend the precanstruction conferenc�.
21) Consiruction Survey
The Engineer snali be availabie to #i�e Gity an �matters canceming �:�:� fayouf �f t�,� project
during its construction and wilf set control points in the fie{d to alCaw City survey crevrrs ta
stake the project. The setting of line and grade stakes and route inspection of cor�struction
+�il! be perfarmed by the City.
22) �if� WAisi�s
The Engineer shall visit the praject site at apprapriate intervals as construction praceeds #a
observe and report an the progress and the qualiiy ofi ihe executed �wor�.
A- 4
23) ahop �r�awing ��view
'Tne �ngineer shall rev�ew ��op and erection drawings submitted i�y iime contractor for
compliance with des�gn cancepts. The Engineer shall review la�oratory, shop, and mil! test
��ports on materials and equipment.
Z4) Ynsfiruc�ions ta �ontractor
��!p Lng�n�er �L�all orovide necessary interpretations �nd Gl�rjficatigng �sf �nntract
docum�nts, review' change arders and maf�e recommendatior�s as t� �the dcceptability of
�h? +++rork; at the repuest of the City.
;�51 t ��A��nq �i�e �onditions
��e �r�qineer sf�all prepar� sk�tches required te resalve aro�lems �ue �� a�tual fieid
cc�nditions encountered.
�8) Record �rawings
ihe Engineer shail prepare record arawings firom informatian �ubmitted by the �:.ontractor.
,�- 5
�►iTACbf�I�iVT �
�014lI��NSA7l01V
�OSY i11V��5 MlJL�1��I�F� WV��b �IIAXIl9AU[1� ��� LIMIT i��YIO�V
A, �un# �� �Fxr_P�d: i h� rot�l i�E? f�r l�asic ��enrices �!� �4ttachment S� sriall h� �hmputed on lhe
�asis of the �chedule of Gharges but stiaYl r,Qt exceed i;re� HUndred Twenty I�igi�t �housand,
�ix Hundred �ighty Eight l�allars ($328,688). �f F�11 sees the Scope of Services changing so that
A�di#ional Services are needed, inciuding but no# limited to tho�e�services described as Additional
Services in Atiachment 5C, FN[ wiEl notify OWNER for OWN�R's approval before proceeding.
�1d�itional services shall he computed based on the 5chedule of Charges.
$, �r,hedule nf Char�e„_e4;
�i�l�-,u.-
�:7�f R�ii: - . - - . � -
5alary Cast 7imes 'Multiplier of �.3
� afary �ost Times Mulkiplier of �.�
�a!ar}r Cast :s dE#ined as the ��st �of salaries (including sicK I�a�e, vacatian, dnd f'��liday pay applicabfe
±�er�to) plus unemployment and payroll taxes �nd contributions for social security, emplayment
c�mpensatian insurance, retirement benefits, medical and at�er �insurance, and other miscel[aneous
�enefits. �
�- � -. _.�-, -
Actual Cnst Times Mu{tiplier of 1.15
ather direct expenses �ha11 inciude outside printing and reproduction expense, communication expense,
tra�el, transportation and subsistertce away from Far� Wa�kh and ather miscellaneaus expenses directly
related to the werk, including cosks of laboratory analysis, test, and other work required to b� don� by
i!��e.Qendenf persons ather than siaff merribers. For CAD services perFormed In-house by non-FNI
employees where FNI provides workspace and equi�ment.tn �erform such services, these services will be
+�illed at cost times a rnultiplier of 2.Q. This markup approximates the cost to FNI if an FNl errtployee was
�erfarming the same or similar ser�vices.
F2atp� fnr In-hnusP Se�`vir,es
Gomputer and CA�
PC CAD 5t�afions
Interpra
�'C Stations
VAX Computer
�10.Q0 per connect ho�ar
$12.50 per connect haur
� 8.00 per connect hour
$20.OQ per connect hour
�rint Shop
Bluelines
Off,set and Xerax Copies
Offs�t and X��ox Capies
GBC Binding (Regular Cover)
GBC Binding (Emboss. Cover)
Tape Binding (Regular Cover).
Tape Binding (�mbass. Caver)
�alcomp �latfer
i�ond $ ?.00 per piot
Ca�ar $ 3.5� per �lot
l/ellum $ 4A0 per plot
4Vlylar $1a.fl0 perplot
$ 0.07 per square faot
$ O.D7 per single side copy
$ 0.14 per doubls side copy
$ 2.00 per boak
$ 4.00 per boak
$ 1.75 per bool�
$ 3.75 per book
B-1
0
Attachment B (continued)
���lan�e Airport
'iNest Carga & '�axiway
�ase �id & �id Alternate 1 .
�roposal of �roposed Cons#ructian 5upport Services
Sen
Task �IC �M �ngr Civil �ngr �lec Engr Aa�min iotal
Hrs. Ffrs. Hrs. Hrs. Hrs. Ffrs. Hrs,
�, F�re-Const Meetinq_ _ ___ __ �_ 8 8 4 21
CConstructian Coord Meefinas 6�4 24 8 96
�hoq Drawinq Reviews 20 20 40 4Q 120
M nC Reviews 20 20 16 S 64
I ��Y i��ql:�Sts 36 12 �E8
EChanae Orders 8 � 4 12
Proiect Close Dut 2 10 8 8 4 32
I Construction Service Admin 20b 200
�
� TotaLKours 3 166 8b 56 68 22Q 593
� Labor Total I I$498 I�23.240 I$9,600 I �4.760 � $9.520 �$'I 1.000 ���$.6'I8 �
Fcxoenses
Resident Project Representative +
1 Q°/a
Qualiiv Controk Testinca + 10%
Travel 20 Trips@40 miles@
�0.365
Printina
85 Full Size Cr� $36.74 + 10%
15 Half Size Ca) $9.06 + 10%
100 Snecs fc� �39.24 + 9 0%
iotal Exnenses
1�otal �stimaf�:d Construcitan Support Services Fee
$172.626
$89.26fi
$292
$3.435
$135
$�4.3 � 6
$2i0.070
$3��,68�
�
�TYACFi�AENT C
l�mendments �a �tan rr� l��r��rnen� finr �nr�in�±prin� �prvir_pc
6t is specificaily understaod that the Gwope pro�ided in ��e , nPrai ^cop� af �ervices 5hall not
:aqply except as ifi ralates to Phase � items number 24, 22 through 26. Ali scope items under
�he General heading, Phase 1, Phase 2, Phase 3, Phase 4 and Phase 5 item 21 shall be
��I�'ted, In fulfillir�g Phase � number 2Q, 22 thoraugh 26, ENGINEER shall provide the
fallowing Basic Services:
�ASlC ��RV'IG�S: �IvGlNEER shali render the fopowing ;�rofessional SBNIC�5 in
c.annection ;n+ith ihe deveiopment �f the Project:
C�nstructipn �ervices �±��port; �N1 shall provide 1} General ��or�s�ntatinn
actiuities that will include conducting Construction Coordination meetings and
�eneraily 4,anfirming compliance of construction wark with contract documents, 2)
�tesident Project Representative to obsetve the wark in progress to det�rmine if
completed �N�rlc will comply with the contract documents, pravide field administration
�f the �construction contract and determine that quality contral pragrams of the
�4ntractor are producing acceptable results, and 3) Quality Cantro� Compliance
tp�ting on behalf of the City of Fort Worth as identified in the contract documenfs.
�, �'ypical Services wiEl incl�ade:
a. Attend a pre-construction conferen�e �A,r�th t�h� C7wner, �7esign �ngineer, and
rans�ructia�t contractor's key }�ersonnel and prepare rneeting minutes. Establish
ti ommunication procedures with� the Owner, Design Engin�er, Consiruction
�ontract Manager, and the cantractors.
�1�. Submit monthly phfltographs and reports of construction progress. Reparts will
c]escribe ��nstructian progress in general terms and summarize �araject costs,
cash f[ow, construction schedule and pending and approved contract
frlddl�IC�tIORS.
�. �'stablish and maintain� a document control system designed , to track the
processing of contractor's submittals and pra�ide for fi[ing ar�d retrieval of pro�ect
documentation. Produce monthly repor�s indicating the status of all submittals in
tMe ��view process. Send cantractar's submittals, including Requests for
�nformafion, modification requests, shop drawings, schedules, and ather
submittals ta the �esign Engineer and �wner for review in accardance witl� ihe
raquirements of th� construction contract documents for the project. Monitor the
�ragress of the contractar and to see that documer�tation is being processed in
�c�4rdance with schedules.
d. Review contraetor's application for payment and recommend payment in
�r.r.nrdance with the procedures in fhe cans�ruction cantrac# documents.
�. �bserve the progress of the work, monitar compliance with the schedules and
�-1
requirements af the contract documents and help resolve any conf[icts. Pravide
daily project reports of observations made. Photograph aspects of the work that
�+rill not be visible when all of the improvements ar� completed and fully
aper��tional. ln additian ta the Resident Project Represen�ative, the Design
�ngineer shall visit ti�e site with appropriate tEchnicaf and person�el as
ne��ssary to assure themselves that the work is being install�d in general
r,anforma�ce v�rith the contract documents.
�_. Per�orm a�ceptance sampling and testing of materials as described in the
��ntr��t documents by a testing laboratflry on an as-need�d basis.
�, �o�uduct �an�hiy proj�ct �ragrass meetings :ti�ith tt�e Contractor, Owner, and
nesign Engineer. Produce meeting minutes documenting the discussions h�ld
anr� �ecisions reac�ed at those meetings.
�;. Establisi� an� administer �uali#�r .�ssu�ance proc�dures in accordance with the
�onstruction cantract documents. Notify contractors of non-conforming work
e,bserved, m�nitor correcfi�e procedures for defecti�e wark, coordinate special
rnaterials tests and performance tests needed to abtain a praject that conforms
2n �eneral with ff�e requirements af the cantract docurnents.
r��view dacumer�ts provided by the contractor such as test reports, equipment
�nstallation reports or other documenfiation as required by the canstruction
contract documents. Notify the Owner of deviations identified in thase reports.
j. Establish procedUres for administ�ring cantract c�anges to the construc#ion
contracts. Process contract modffications and negotiate with the contractor on
behaff of the Owner t� determine the cast �and time impacts of thesa changes.
Prepare changelfield order docur�entation for approved changes far execution
by the Owner based on informatian provided by Design Engineer,
k. Routinely examine the contractar's "as-built" drawings ta determine that
information appears to be recorded in an accurate and timely manner by the
contractor as requirad in the constr�ction contract documents. Receive tnese
drawings from the Contractor and forward t�em to the Design Engineer at the
completion af the project so the origina! canstruction drawings can be revised by
thP o�sign Engineer in accordance with the ir�formation furnished by the
Lanstruction cantractor to reflect changes made in the project during
�n!1St1'UCtIOn.
��sist ir� pro�ect complet�on activities at the canclusion af canstruction. JDuring
the project substar�tial camplefion inspection, the Design Engineer shall be
�r�sent at the site to taEce the lead in caordinating the facility check-aut. The
k��sident Project Representative will assist the Design Enginaer in testing
c�ntrols, testing equipment, and praviding- lists of deficient items. Observe
��ompfeted construction for general conforrr�ance with the design concept.
Campi�e a list of deficiencies to be corrected by the contractor. The �ist will
include items identified �y the Owner and Design Engineer as a result of the
walk-through. Upon correction af the items an the defiieiency list and other items
as may �e determined, recommend final payment t4 the Owner. At substantial
C-2
�c�mpletion af the project, the on-site Resident proj�ct Representative will leave
th�e project site. Additiona[ time on the project ff required is an additional service
that can be made a�ai�able.
�-3
�TT.�CHii��I�T �
�rni c4 S�h �Ip
YI�� QF COII�PLFTIO�1:
�f this AGRE�MENT and
;schedule:
FNI is authorized to comrnence work an t�e Project upnn execution
agrees to complete the services in accordance with the follouving
�=1�1 will �ro�ide professional se�vices as �escribed herein in accordance with the following
s�hedu�es beg�nning at the date of Notice ta Proceed given to the Contractor:
E�ase E�� -+ .q,�tpr�a#e 1-- ;��q Calendar Y�ays
�N! resPr-�es t�p right �a ext�n� the completion schedule du�e to OWNER's deiays. Addition�l
comper�sation may be requ�sted by FNI if project is uncluly prolonged due to delays beyond t��
c�?�trol of FNI
1�-1
A'�'T�CHIVV�[ENT °G�"
�i,ocation 1YIap)
��_,.�
I l�,�rfl q'
4
a�j `
�,
-�
0
��EL
cEN RA�- MILLs
' N,s
��
.,�'~ .
��
a �:
���
/
„ ,
11
'r �� ��— - �
�'---- �L----� % �
.—�'--- ,- ,
� � �� --
r� � � � _ J�
�a`�. �! .i .���i� � n
�
�•
�
- - -- - -- ------- � - �r_�- - - - [3.,
HUNWAY 16L/34R � � -� RLfNWAY 16L/34R � ' RLfNW{IY 16L/3AR
ia � .
/ --- — -- -- � -- - =`
# 1/l � .� _ : ; .a 1)
� haL �dwr�wwr.wwvr��s���������J��'� �vo�d�� r. nww � -lil�T....�� ��L��������3....��7rid.��.1�._� ...._ �Jl.�yw..._�_�....F�....����--�-1_��, �' L����..��..�.._`_JL_______�����A��_�L �� A�����������i���������A���������� ' • •
a ` � '` � _ . a � _ i .
. . -- - - - ,
, �.
�^(� `-�.__ �� �_ - - _ . ; � �
' �` .il:. - •.,.. ��� .s . � ; .._ ': �'
I � '� � . _ „ _ �� &3�l �
-'�~ .s1� '� i � � ? "�'°y�0�
'Ir �r +� ��_ � . . ' � �b � ���� J�j' „
-'' �'` � �: �I1 ' 4- � r w n - <� �
� �� ' �`' 1�` iN -. fr�,.BSc''" � _ �Iw J v�, o n:
� � �-- � r��•- E � �
- r�' !I � r�� F �, ` '�_� ._.. __::::':.d,: .... � I 7�• �l d � N wyj� _
St �yf• f ��i�s# y�0�+
. // i 1 �dyJ �w ..��u�._..--- _ . .k '- ��1 ����
/ � % -' _ , . �`` - �, _
i
-'�`� � .;3J� ti�� � ; �� J . . ��� � .
C9
�� ' f �V � 0a�� � � '``��� _ �
�' , . r•' �9+V + g4�`� '� _ n . `` \ . .0 �
,! r � O' � ''f � `,`f�` ���
'� ��` ,�I'� �'' ' ` � U ��
- ��� --� ' ���_ -'�r-�_�!'y `�`•�`, � _ � gg �
� .. +,.�* ��`__`` �� ¢f� � I��/ . ' `� W i��
r ��'��! ,�'�- ' s' �'m#�
�. -�, . . �i-�~-~ -�� l�S��O
r f ---- �.:�- �.�` y'�� ' _.,1���''�� - � ``` , � . .
�....�---- � - � .. .
- BRSE BED � BID ALT I� .. R.. � . .
. .� � � �' 'I
�. .. . . - + ' �- 4
,.. " �:;. . :° .� . � � �- . . � WES� CARGO � iAX I WAY. ' � � � � —'
M1', �� � .ky 4 ��1; l4�3 " f, _ . W , . " . OC1
' "'i..11�_f� �_:.� _ , .. -- . - � � �
.,j;M':'���- }F�: l��r�����Y-. I �� - •
" '�' �''%'� �.' '.: �.�� '' � W F'_
,..�=;,,;;, _ ".�,.,..'<,�, � . Z
- .. -. . ���- ��-a�,:�} � �. �AS� � I D AN� � I D A�.T I �- c� �
4C ��+' �ry''. :r... '�45�'_..� ��. , . . . , ' .
`A� r'�;-::��°;:�:�,. ;�-.: ='� V ,,;;{,t �r. . � . x , _ . � p�. o0
, .,.t,
����Y� —
� . „ :,; ��.
_ ... � ..:
,� ,
���,�,�.::; �.....:::...— � - . . . . . � ¢ Q
.. . ,,. . ..
. .__.�. ,...
. _ _ �,.r. ; . . �
� � .. .. . . � . . . . �. � tio. o . - �_ .�,a�a�.^� , _ _,.. . o_o _on.;�` : ,, .. . .. . _ _ , -_- � � . ,. . . r - �
�a
� . - i( _ . , J , . . _ � k.-.=-�1�.� . .. . .. � . --. 1� � W wJ�
,: . . 4 � z ��o
AUXiL1ARY RUNWAY 16R/34L AUXILIARY RUNWAY 15R734L' � • ., qlJXILEARY RIlNWAY 16R/34L �
_ .
- --- o ,�, . : � . .. . --' . � � O �
• �' .
� \ . . _ _,_ .. .-.. . , u ' r----------- Q
' 1,. . • .. � � �v
% .--' - : } �.. -._ •-.._. • �� ri � � w
. :,.. ..
... ��..��.�_�__'�`����'����..r������`�`���� � �y�������..`_� • a ��'�����������i�����..L��`__�_ Q r . � a�
�, �, � . �d . �, � � � - -_______ .�---_--------�---- .� �________._..b_ ______ Q o
M �
� .
..
. ... _ . ,
>i • -�-- x �_ x I
� � � � � ha- � . � __L"_--__--_---- ;. �
. �
. j
:._ . _
. .•,:.., ".-.�.,. :ti aT TAXIWAY 'A' —. TAXIWAY 'A` ' : . � __' � - -- — . ' _' TAXIWAY �A'----
�' � i
�
� - - ' —
-- J � ------•---��4� / ' . � -- - --- � • . r . �r -- . ' _ � l' �a N
..,,�,. ,.�,.�:. � .. �, f�.l�/ ��� .•. i. ..-••r -'e��-�ir�er�s-"�",,;.�r--c--�ar-^f'-r--r--rmse�r-ti � F --- }� --�� _ �,a , N � �i Y
- -..�-��' �.. - - �- :,.1 m ,� d6 .. -- ---- � ' - '__.....- m----'-'�`^�c ...... __.._»_,..�__ �����lf�_..�___.. �- ��. p � A
.i,. O Q o . � ; m� �r � i
.•";*1. f�P� :�;o3rn. = 3 �I $.
- 0 d �r � �>�'����.-�F.� ��r-� � L . - ' ii }I ' � �: � I a �S � a
m r .,'n.� L..; �a�' ,ti�_ �."� : r" �r
_. ,. � � p 4 � x=, ;�,�;��• ..4. __.- � � , � .
� �� . �,..... m
, ..�� y �•, ad z p . o d �, ` � o �.... � 6
" mymWo i �ALL1pNCE AIR S�RVIGES � � �
zaam . i A L L IA NC� A V I A T I O N S E R V I C E S � m o�
�ooa o � I • „ FAA FL.IG1iT STANUARDS � .., o,�, "
�"�, 0
_ ,.. � IZn � Ij . LI� r . . �� � o �
ILL4f[
�
1 I I' � f 'R- , a� � � � � G . ,�{IIfIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIL i o �
�;, - ��.. ,. .__ .. _ __ � _ _ � , � � C . � �
� ��� , . .� Y Y � � r ,� �
� � � �, � d¢
., . / � • r � €'o
/ � .� o
�' � � � {I mg
'�PMENT t ,a 1 '
ON � i II `y`�;: ,� �� � t �" �.
�. � � ' � � �� �,. -. .. � �l Il�lfllllllllllllllllllllllillllllll , � � � �
�z� LL
p ,3p0' S00' I SHE�T� �o
�".;�n' GN-03
5� �.
` .._ _ .., .. .. . .............. .�. _ , ,. ,.. � - — •--- � � -- — _ - �
�;'i_t.y af �'ort �n�t�i, �"exa.s
� �� �n� vc���� �������c�����
� �
DATE REF�RENCE NU(v�BER LOG NAME ' PAG�
1l21103 **�b� g��4 � 3aCARGO � of 2
sueJ�cT qWARD OF AN ENGIlVEER1NG SERVICES CQNTRACT TO FR�ESE AND NICHOLS,
INC. FOR CONSTRUCTIO�! ADN[INISTRATfON AIVQ lNSPECTEON OF WEST CARGO
TAXIWAY INlPROVEMENTS AT A�LIAhJCE AfRPORT (DOE 3958)
RECOhIEMEl�DAT10N:
It is recommended that the City Gounci� authorize the City Manager to execute an engineering services
�o�tract witf� Freese and Nichols, Inc. .for cor�struction administration and inspection for west cargo
faxiway impravements at A�liance Airport in th� amo�nt of $328,688.
DISCUSSiON;
Or� November 9, 1999 {�&C G-12728), the �City Councif authorized the City Manager to apaiv for and
accept a�ra�t from the �ederal Aviation Administratian (FAA). The grant is to �e �sed to fund th�
design and construcfion of a carg.o apron and taxiway �ocated at the sauthwest corner af Alliance .
Airport. �
Th� total FAA fu�ding grants available are $6,496,021, and the City's par�icipation of $729,780 is from
in-icind credit that the Ci#y has as a result of land donat�d far this project.
On December 10, 2002 (M&C C-99738), tt�e City Gauncil authorized a cor�tract for const�uction of this
project for .$5,849,367.88. The. remaining $646,6�3.T2 in the FAA grani funds wil! be used f�r
construction services, contingencies and change orcters.
The recommended contract wit� Freese'artd Nicho�s, lnc. includes.constr�ction administratior�, review
af shap drawings, inspectian and q�ality control mater�al testing. Staff has reviewed the Proposal and
considers it to be reasana�le far the work ia be perFormed. I
�reese and Nichols, Inc. is in cc�mpliance with the City's DBE Ordinanc� by �ommittir�g ta 48°!o DBE
participation. The City's goal on this project is 3Q%.
i�
This project is lacated in COUNCiL DiSTRiCT 2, Mapsco 7P. . '
�'ity a� f'���� ��!�r_t.h; �'exas
���� �If1� �,��it1�Dr ��1��1��1���i���
DATE REFERENCE NUMBER LOG NAME PAG�
'1121103 *���� ��3q� 30CARGa � 2 of 2 �
�us.��cr AWARo OF AN ENGlNEERENG SERVICES CONTRACT TO FREESE AND NICHOLS,
y i�'�,l�'. fi�]R CON�TRUCTION ADMINISTRATION AND INSPECTION OF WEST CARGO
;�f�7C1WAY I�NlPROVEMENTS AT A�.LiANCE AIRPORT {DOE 3958)
FISCAL INFORMATlONICERTIFICATION:
i he Finance Director certifies that funds are available in the current oper�ting budget, as appropriated,
of the Grants Fund. ' �
M4:r � �
5ubmitted for City Manager's
Office by:
lv�arc Ott
Originating Department Head:
]7ouglas Rademaker
Additional Iniormatiun Contact:
Douglas R�demaker
I F.CJND I ACCOUNT � C�NTER � AMOUN'T � _ C�'Y BECRETARY j
� {to} -
� � .
8476 i �
1 I �
6157 i (from) APPROVED 1/21/03
�GR14 I 539i20 055218822010 I$328,688.Op � I
� �
� � �
G157 __ - —
C`ity o� �'ort �o�th9 Z'exas
��y�� ��d ��c�r��;Q ��r»�c�r�;�a�;�r�
�AT� REFERENCE NUMBER LOG NAME 1'AG�
1/21I03 **�o� ����, 30CARG0 1 af 2
5UBJECT AWARD OF Af� ENGINEERING SERVICES C�NTRACT TO �R��S� ,��{p NI�HQ�:�,
II�C. FQR CONSTRUCTION ADMINISTRATION AND INSPECTION OF WEST CARGO
TAXIWAY IMPROVEMENTS AT ALLIANCE A[RPORT (D4E 39�8)
RECOMMENDATION:
It is recommended that the City Cauncil autharize the City Manager to execute an engineering services
contract with Freese and Nichols, Inc. for cor�struction administratinn and inspection for west cargo
taxiway impro�ements at Alliance Airport in the amaunt of $328,68$.
DISCIlSSlON:
On NoWember 9, 1999 (M&C G-12728), the City Council authorized the City Manager to apply for and
acce�t a grant from the Federal Aviation AdministratEon {FAA). The grant is to be usec� to fund the
design and constr�action of a cargo apron and taxiway located at the southwest carner of Alliance
Airport.
The total FAA funding grants available are $6,496,021, and the City's participa#ion af $721,780 is from
in-kind credit that the City has as a resu�t of land donated for this project.
On December 10, 20D2 (M&C G19738), ihe City Council authorized a cantract far construction of this
project for $5,849,367.88. The remaining $646,653.12 in the FAA grant funds wi[I be used for
consfiruction ser�ices, confingencies and change orders.
The recammended contract with Freese and Nichals, Inc. includes canstruction administration, re�iew
of shop drawings, inspection and quality control material testing. Staff has re�iewed #he proposal and
considers it to be reasonable for the wark to he pertormed.
Frees� �nd Nichols, Inc, is in campliance with the City's DBE Ordinance by cammitting #0 48% DBE
participatian. The City's goal on this project is 3Q%.
This project is located in COUNCIL ❑[STRICT 2, Mapsco 7P.
City o, f�'ort b�o�th, Texas
a�y�� �rr�d ��u����d ����u���c�t;�r�
DATE REFERENCE NUMBER LOG NAME PAGE
1121103 �*�d� gq�34 I 3�CARGO 2 of 2
SUBJECT AWARD OF AN ENGINEERING SERVICES CONTRACT TO FREESE AND NICHOLS,
INC. FOR CONSTRIJCTION ADMINISTRATION AND INSPECTION O� VIIEST CARGO
TAXIWAY 1MPROVEMENTS AT ALLIANCE AIRPORT (D�E 3958)
FISCAL INF'ORMATIONICERTlFICATI�N:
The Finance Director certifies that funds are available in the current operating budget, as appropriated,
of the Grants Fund.
MO:r
SubmiEted for Cify Manager's
Of�ce by:
Marc Ott 847G
Originating DeparEment Head:
Douglas Rademaker
&157
FUI�TD I ACCOUI�IT � CENTER I AMOiJNi'
(to)
�
I (from)
� GR14
539120 055218822fl10 $328,6$8.00 �
1
�
�
CITY SECBETARI'
APPROVED L/21/03
Additional iofarmstion Contact;
Dnuglas Rademaker 6157