Loading...
HomeMy WebLinkAboutContract 39252 (2).. I CITY SECRETARY '2, CITY OF FORT WORTH, TE ~NTRACT N O . QJ¢>)d- STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES This AGREEMENT is between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton , Parker and Wise Counties, Texas (the "CITY"),l and Jacobs Engineering Group Inc (the "ENGINEER"), for a PROJECT generally described as: Alliance Runway Extension Project, Phase VIII. Article I Scope of Services A . The Scope of Services is set forth in Attachment A. Article II Compensation A. The ENGINEER's compensation is set forth in Attachment B . Article Ill Terms of Payment Payments to the ENGINEER will be made as follows : A. ( 1) (2) (3) (4) (5) Invoice and Payment The ENGINEER shall provide the City sufficient documentation, including but not limited to meeting the requ irements set forth in Attachment D to U1is AGREEMENT, to reasonably substantiate the invoices. The ENGINEER will issue monthly invoices for all work performed under this AGREEMENT. Invoices are due and payable within 30 days of receipt. Upon completion of services enumerated in Article I, the final payment of any balance will be due within 30 days of receipt of the final invoice. In the event of a disputed or contested billing, only that portion so contested I will be withheld from payment, and the undisputed portion will be paid . Jirhe CITY will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mut ally resolved. If the CITY fails to make payment in full to ENGINEER for billings contest1d in good faith within 60 days of the amount due, the ENGINEER may, after giving City of Fo rt W orth , Texas Stand a rd Agree ment for En gin ee ring Related Desig n Se rvi ces 6 .30 .09 Page 1 of 15 r------+--\ OFFICIAL REC RD CITY SECREt RY T. WORTH, X 7 days written notice to CITY, suspend services under this AGREEMENT luntil paid in full . In the event of suspension of services , the ENGINEER shall ~ave no liability to CITY for delays or damages caused the CITY because of such suspension of services . Article IV Obligations of the Engineer Amendments to Article IV , if any, are included in Attachment C. A. General The ENGINEER will serve as the CITY's professional engineEtring representative under this Agreement, providing professional engineering consultation and advice and furnishing customary services incidental thereto. B. Standard of Care The standard of care applicable to the ENGINEER's services will be the degree of skill and diligence normally employed in the State of Texas by professional engineers or consultants performing the same or similar se rJ ices at the time such serv ices are performed. C. Subsurface Investigations (1) (2) City of Fort Worth, Texas The ENGINEER shall advise the CITY with regard to the necessity for subcontract work such as special surveys, tests, test borings, or 9ther subsurface investigations in connection with design and engineering work to be performed hereunder. The ENGINEER shall also advis dl the CITY concerning the results of same. Such surveys, tests, and investigations shall be furnished by the CITY, unless otherwise spec"fied in Attachment A . In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive !test points and sample intervals and at locations other than w ~ere observations, exploration, and investigations have been made. Bec1use of the inherent uncertainties in subsurface evaluations, change , or unanticipated underground conditions may occur that could affect the total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. Standard Agree ment for Engin eering Re lated Design Services 6 .3 0 .09 Page 2 of 15 D. Preparation of Engineering Drawings E. (1) (2) (3) F. The ENGINEER will provide to the CITY the original drawings of all plans i~ ink on reproducible mylar sheets and electronic files in .pdf format , or as otherwise approved by CITY , which shall become the property of the CITY. CITY hlay use such drawings in any manner it desires; provided, however, that! the ENGINEER shall not be liable for the use of such drawings for any prcoject other than the PROJECT described herein. Engineer's Personnel at Construction Site The presence or duties of the ENGINEER's personnel at a construction I ite, whether as on-site representatives or otherwise , do not make the ENGINIEER or its personnel in any way responsible for those duties that belong to l the CITY and/or the CITY's construction contractors or other entities, and d ~ not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all constru dtion methods, means, techniques , sequences , and procedures necessary! for coordinating and completing all portions of the construction worK in • l accordance w ith the Contract Documents and any health or safety precautions required by such construction work . The ENGINEER and its personnel Have no authority to exercise any control over any construction contractor or 9ther entity or their employees in connection with their work or any health or safety precautions . Except to the extent of specific site visits expressly detailed and set forth in Attachment A, the ENGINEER or its personnel shall have no obligatio ~ or responsibility to visit the construction site to become familiar with the prog ress or quality of the completed work on the PROJECT or to determine, in gen ~ral, if the work on the PROJECT is being performed in a manner indicating tha t the PROJECT, when completed, will be in accordance with the Con t ract Documents, nor shall anything in the Contract Documents or the agree ~ent between CITY and ENGINEER be construed as requiring ENGINEER to make exhaustive or continuous on-site inspections to discover latent defects in J the work or otherwise check the quality or quantity of the work on the PROJBCT. If the ENGINEER makes on-site observation(s) of a deviation from the Contract Documents, the ENGINEER shall inform the CITY. When professional certificat ion of performance or characteristics of materials, systems or equipment is reasonably required to perform the services set ~orth in the Scope of Services, the ENGINEER shall be entitled to rely upon such certification to establish materials, systems or equipment and perform nee criteria to be required in the Contract Documents. Opinions of Probable Cost, Financial Considerations, and Schedules (1) The ENGINEER shall provide opinions of probable costs based on the City of Fort Worth , Texa s Sta nda rd A g reement for En g ineeri ng Related Design Services 6 .30 .0 9 Page 3 of 15 (2) current available information at the time of preparation, in accordance with Attachment A. In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, the ENGINEER ha f no control over cost or price of labor and materials; unknown or 19tent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and m~rket conditions; time or quality of performance by third parties; quality, ~pe, management, or direction of operating personnel; and other econbmic I and operational factors that may materially affect the ultimate PROJECT I cost or schedule. Therefore, the ENGINEER makes no warranty that the CITY's actual PROJECT costs, financial aspects, economic feasibilitV, or schedules will not vary from the ENGINEER's opinions, anal ~ses, projections, or estimates. G. Construction Progress Payments Recommendations by the ENGINEER to the CITY for periodic construo:tion progress payments to the construction contractor will be based on the ENGINEER's knowledge, information, and belief from selective sampling and observation that the work has progressed to the point indicated. ~uch recommendations do not represent that continuous or detailed examinations have been made by the ENGINEER to ascertain that the constru dtion contractor has completed the work in exact accordance with the Contract Documents; that the final work will be acceptable in all respects; that j the ENGINEER has made an examination to ascertain how or for what purpose I the construction contractor has used the moneys paid; that title to any oti the work, materials, or equipment has passed to the CITY free and clear of li13ns, claims, security interests, or encumbrances; or that there are not other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. H. Record Drawings Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always repre~ent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. The ENGINEER is not responsible for any errors or omissions in the information from others that is incorporated int the record drawings. I. Minority and Woman Business Enterprise (M/WBE) Participation In accord with City of Fort Worth Ordinance No. 15530, the City has goal for the participation of minority business enterprises and woman busi 1ess City of Fort Worth , Texas Standard Agreement for Engineering Related Design Services 6 .30.09 Page 4 of 15 J. (1) (2) (3) K. (1) enterprises in City contracts. Engineer acknowledges the M/WBE goal established for this contract and its commitment to meet that goal. jAny misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Engineer may result in the termination o~ this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. Right to Audit ENGINEER agrees that the CITY shall , until the expiration of five (5) years after final payment under this contract , have access to and the rig ~t to examine and photocopy any directly pertinent books , documents, paper~ land records of the ENGINEER involving transactions relating to this contract. ENGINEER agrees that the CITY shall have access during normal wo ~f ing hours to all necessary ENGINEER facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance wit ~ the provisions of this section . The CITY shall give ENGINEER reasonable advance notice of intended audits. l ENGINEER further agrees to include in all its subconsultant agreem 1 nts hereunder a provision to the effect that the subconsultant agrees that the QITY shall , until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of such subconsultant , involving transactions to the subcontract, and further, tha ~ the CITY shall have access during normal working hours to all subconsu jtant facilities, and shall be provided adequate and appropriate work space , in or der to conduct audits in compliance with the provisions of this article together f ith subsection (3) hereof. CITY shall give subconsultant reasonable advance notice of intended audits. l ENGINEER and subconsultant agree to photocopy such documents as ay be requested by the CITY. The CITY agrees to reimburse ENGINEER fo ~ the cost of copies at the rate published in the Texas Administrative Code in e ect as of the time copying is performed . INSURANCE ENGINEER 'S INSURANCE a . Commercial General Liability -the ENGINEER shall maintain comm~cial general liability (CGL) and, if necessary, commercial umbrella insur nee with a limit of not less than $1 ,000 ,000 .00 per each occurrence wi h a $2,000,000 .00 aggregate . If such Commercial General Liability insur 1nce contains a general aggregate limit, it shall apply separately to this PROJECT or location. City of Fort W ort h, Texas Sta nd a rd Agreement for E ngin ee ring Re lated Desig n Services 6 .30 .09 Page 5 of 15 i. The CITY shall be included as an insured under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. IThis insurance shall apply as primary insurance with respect to any CDther insurance or self-insurance programs afforded to the CITY ~ The Commercial General Liability insurance policy shall hav no exclusions by endorsements that would alter or nl!l llify: premises/operations, products/completed operations , contra dtual, personal injury, or advertizing injury , which are normally contJ ined within the policy, unless the CITY approves such exclusio rl s in writing . l ii. ENGINEER waives all rights against the CITY and its ag • nts, officers, directors and employees for recovery of damages t9 the extent these damages are covered by the commercial ge ~eral liability or commercial umbrella liability insurance maintainecj in accordance with this agreement. [ b. Business Auto -the ENGINEER shall maintain business auto liability nd , if necessary, commercial umbrella liability insurance with a lim it of not less than $1,000 ,000 each accident. Such insurance shall cover liability ar1sing out of "any auto", including owned, hired, and non-owned autos , when said vehicle is used in the course of the PROJECT. If the engineer owns no vehicles , coverage for hired or non-owned is acceptable. i. ENGINEER waives all rights against the CITY and its ag~. nts , officers , directors and employees for recovery of damages t the extent these damages are covered by the business auto liabili y or commercial umbrella liability insurance obtained by ENGIN ER pursuant to this agreement or under any applicable auto phyk ical damage coverage. c . Workers ' Compensation -ENGINEER shall maintain workers compensation and employers liability insurance and, if neces sary, commercial umbrella liability insurance with a limit of not less t han $100,000 .00 each accident for bodily injury by accident or $100,00 p.oo each employee for bodily injury by disease, with $500,000 .00 policy lim l'- i. ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtainedJ by ENGINEER pursuant to th is agreement. d . Professional Liability -the ENGINEER shall maintain professional liatlility, a claims-made policy, with a minimum of $1 ,000,000.00 per claim land aggregate. The policy shall contain a retroactive date prior to the date of Ci ty of Fort Worth, Texas Standard A g reem ent for Engineerin g Related Des ig n S e rvi ces 6 .30.09 Page 6 of 15 the contract or the first date of services to be performed, whichever is earlier. Coverage shall be maintained for a period of 5 years followin 4 the completion of the contract. An annual certificate of insurance specif cally referencing this project shall be submitted to the CITY for each year following completion of the contract. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtaine 1 d all required insurance shall be delivered to the CITY prior to ENGIN r ER proceeding with the PROJECT. b. Applicable policies shall be endorsed to name the CITY an Addit ional Insured thereon , as its interests may appear. The term CITY shall in dlude its employees, officers , officials, agents, and volunteers as respect J the contracted services. c . Certificate(s) of insurance shall document that insurance cove age specified in this agreement are provided under applicable pol cies documented thereon. d. Any failure on part of the CITY to request required • insurt nce documentation shall not constitute a waiver of the insurance requireme l ts. e. A minimum of thirty (30) days notice of cancellation or materia l change in coverage shall be provided to the CITY. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms sha l l be endorsed onto ENGINEER's insurance policies. Notice shall be sent tJ the respective Department Director (by name), City .of Fort Worth, 000 Throckmorton, Fort Worth, Texas 76102. f. Insurers for all policies must be authorized to do business in the State of Texas and have a minimum rating of A:V or greater, in the current ~.M. Best Key Rating Guide or have reasonably equivalent financial stre hgth and solvency to the satisfaction of Risk Management. g. Any deductible or self insured retention in excess of $25 ,000 .00 that wp uld change or alter the requirements herein is subject to approval by the mTY in writing, if coverage is not provided on a first-dollar basis . The CITY,I at it sole discretion, may consent to alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resourc J s or letters of credit may also be acceptable to the CITY . h. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the CITY as respects the PROJECT . i. The CITY shall be entitled, upon its request and without incurring expense, City of Fort W orth, Texas Stand ard Agreement for Engi nee ring Re lated Design Services 6 .30 .09 Page 7 of 15 • j. to review the ENGINEER's insurance policies including endorsements thereto and, at the CITY's discretion ; the ENGINEER may be requirJ d to provide proof of insurance premium payments. Lines of coverage, other than Professional Liability, underwritten om a claims-made basis, shall contain a retroactive date coincident with or !prior to the date of the contractual agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims-made . k . Coverages, whether written on an occurrence or claims-made basis , shall be maintained without interruption nor restrictive modification or cha ~I ges from date of commencement of the PROJECT until final payment and termination of any coverage required to be maintained after final payments. I. The CITY shall not be responsible for the direct payment of any insur • nee premiums requ ired by this agreement. m. Sub consultants and subcontractors to/of the ENGINEER shall be reqUJired by the ENGINEER to maintain the same or reasonably equiv~lent insurance coverage as required for the ENGINEER. When I sub consultants/subcontractors maintain insurance coverage, ENGINEER hall provide CITY with documentation thereof on a cert ificate of insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosu e in writing of any existing conflicts of interest or potential conflicts of inte est, including personal financial interest, direct or indirect, in property abuttin cl the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writi ~g of any conflicts of interest that develop subsequent to the signing of this con ract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portio ~s of the PROJECT to permit testing and evaluation. [ (2) If asbestos or other hazardous substances are suspected, the CITY ay request the ENGINEER to assist in obtaining the services of a qua lified subcontractor to manage the remediation activities of the PROJECT. C ity of Fo rt W orth , Texas Standard A g reem ent fo r Engin eering Re lated Design S ervices 6 .30 .09 Page 8 of 15 • 0. Permitting Authorities -Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which ~the ENGINEER should have been aware of at the time this Agreement was executed , the ENGINEER shall revise plans and specifications , as require , at its own cost and expense . However, if design changes are required due td the changes in the permitting authorities' published design criteria and/or pra ttice standards criteria which are published after the date of this Agreement ~hich the ENGINEER could not have been reasonably aware of, the ENGINEER shall notify the CITY of such changes and an adjustment in compensatio ri will be made through an amendment to this AGREEMENT. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schetiule developed per Attachment D to this AGREEMENT. Article V Obligations of the City Amendments to Article V, if any, are included in Attachment C. A. City-Furnished Data ENGINEER may rely upon the accuracy, timeliness, and completeness o~I the information provided by the CITY . B. Access to Facilities and Property The CITY will make its facilities accessible to the ENGINEER as require for the ENGINEER's performance of its services. The CITY will perform, at no cost to the ENGINEER, such tests of equipment, machinery, pipelines, :and other components of the CITY's facilities as may be required in conne °ition with the ENGINEER's services. The CITY will be responsible for all acts o~ the CITY's personnel. I C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obiain, I arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights-of-way, ~nd access necessary for the ENGINEER's services or PROJECT construction City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6.30.09 Page 9 of 15 D. Timely Review The CITY will exam ine the ENGINEER's studies , reports , sketches , drawin gs , specifications , proposals , and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, I and other consultants as the CITY deems appropriate; and render in w rr iting decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever alTY observes or becomes aware of any development that affects the scop b or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at Cl f Y's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials . In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the disch1rge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings 1uch hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification and Claims The CITY agrees to include in all construction contracts the prov1s1on of Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing contractor indemnification of the CITY and the ENGINEER for contractor's negligence . H. Contractor Claims and Third-Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: C ity of Fort Worth , Texas "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection Sta nda rd Agree me nt fo r Engi neeri ng Related Des ign Servi ces 6 .30.09 Page 10 of 15 (2) (3) (4) I. (1) (2) with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." This AGREEMENT gives no rights or benefits to anyone other than the 1 1TY and the ENGINEER and there are no third-party beneficiaries. I The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person i hall have no third-party beneficiary rights under this Agreement. Nothing contained in this section V.H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. CITY's Insurance The CITY may maintain property insurance on certain pre-existing struct res associated with the PROJECT. The CITY will ensure that Builders Risk/Installation insurance is maintain9id at the replacement cost value of the PROJECT. The CITY may pror ide ENGINEER a copy of the policy or documentation of such on a certificate of insurance. (3) The CITY will specify that the Builders Risk/Installation insurance shal be comprehensive in coverage appropriate to the PROJECT risks. J. Litigation Assistance The Scope of Services does not include costs of the ENGINEER for required or requested assistance to support, prepare, document, bring, defendJ, or assist in litigation undertaken or defended by the CITY. In the event OITY requests such services of the ENGINEER, this AGREEMENT shall be amended or a separate agreement will be negotiated between the parties. K. Changes The CITY may make or approve changes within the general Scope of Services I in this AGREEMENT. If such changes affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be ~ade through an amendment to this AGREEMENT with appropriate CITY approval. City of Fort Worth. Texas Standard Agreement for Engineering Related Design Services 6 .30 .09 Page 11 of 15 Article VI General Legal Provisions Amendments to Article VI, if any, are included in Attachment C . A. Authorization to Proceed ENGINEER shall be authorized to proceed with this AGREEMENT pon receipt of a written Notice to Proceed from the CITY. B. Reuse of Project Documents All designs, drawings, specifications, documents , and other work produc s of the ENGINEER , whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or I not. Reuse , change, or alteration by the CITY or by others acting through or on behalf of the CITY of any such instruments of service without the wliltten permission of the ENGINEER will be at the CITY's sole risk. The CITY i hall own the final designs, drawings, specifications and documents. C. Force Majeure D. (1) (2) The ENGINEER is not responsible for damages or delay in performance I caused by acts of God, strikes, lockouts, accidents, or other events beyond the I , control of the ENGINEER that prevent ENGINEER's performance o its obligations hereunder. Termination This AGREEMENT may be terminated only by the City for convenience on 30 days' written notice. This AGREEMENT may be terminated by eithe ~ the CITY or the ENGINEER for cause if either party fails substantially to pe 1 orm through no fault of the other and does not commence correction of such nonperformance with in 5 days of written notice and diligently complete the correction thereafter. If this AGREEMENT is terminated for the convenience of the City, the ENGINEER will be paid for termination expenses as follows: a.) Cost of reproduction of partial or complete studies, plans, specificat ons or other forms of ENGINEER'S work product; b.) Out-of-pocket expenses for purchasing electronic data files and other data storage supplies or services; c.) The time requirements for the ENGINEER'S personnel to document the City of Fort Worth, Texas Standard Agreement for Engineering Related Design Services 6 .30.09 Page 12 of 15 1 (3) E. work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage . Prior to proceeding with termination services , the ENGINEER will submit t I the CITY an itemized statement of all termination expenses . The CITY'S app oval will be obtained in writing prior to proceeding with termination services. Suspension, Delay, or Interruption to Work The CITY may suspend , delay, or interrupt the services of the ENGi NEE i for the convenience of the CITY. In the event of such suspension , delay, or interruption , an equitable adjustment in the PROJECT's sche~ule, commitment and cost of the ENGINEER's personnel and subcontractors , and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify, hold harmless, and defend the CITY against liability for any damage caused by or resulting from an act of neglig ~nce, intentional tort, intellectual property infringement, or failure to pa1y a subcontractor or supplier committed by the ENGINEER or ENGINE ~R's agent, consultant under contract, or another entity over which the ENGINEER exercises control. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the rior written consent of the other party. H. Interpretation Limitations on liability and indemnities in this AGREEMENT are busi ~ess understandings between the parties and shall apply to all the different theCJ>ries of recovery, including breach of contract or warranty, tort including negligeh ce, strict or statutory liability, or any other cause of action, except for J mful misconduct or gross negligence for limitations of liability and sole neglig J nce I for indemnification . Parties mean the CITY and the ENGINEER, and heir officers, employees , agents, and subcontractors . I. Jurisdiction The law of the State of Texas shall govern the validity of this AGREEMENT, its interpretation and performance, and any other claims related to it. The vJ nue for any litigation related to this AGREEMENT shall be Tarrant County, Tex ! s . C ity of Fort Worth , T exas Sta nda rd Agreement fo r Eng in eering Re lated Design S ervices 6 .30 .09 Page 13 of 15 J. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect , such invalidity, ille 9ality, I or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B ., VI.D ., VI.F ., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause . K. Observe and Comply ENGINEER shall at all times observe and comply with all federal and $tate laws and regulations and with all City ordinances and regulations which i1 any way affect this AGREEMENT and the work hereunder, and shall observ~ and comply with all orders, laws ordinances and regulations which may exist or may be enacted later by governing bodies having jurisdiction or authorit~ for such enactment. No plea of misunderstanding or ignorance thereof sh all be considered. ENGINEER agrees to defend, indemnify and hold harmless <CITY and all of its officers, agents and employees from and against all clainis or liability arising out of the violation of any such order, law, ordinancJ, or regulation, whether it be by itself or its employees. I City of Fort Worth, Texas · Standard Agreement for Engineering Related Design Services 6 .30.09 Pa ge 14 of 15 Article VII Attachments, Schedules , and Signatures This AGREEMENT , including its attachments and schedules , constitutes the entire AGREEMENT , supersedes all prior written or oral understandings , and may onl I be changed by a written amendment executed by both parties . The following attachment and schedules are hereby made a part of this AGREEMENT: Attachment A -Scope of Services Attachment B -Compensation Attachment C -Amendments to Standard Agreement for Engineering Services Attachment D -Project Schedule Attachment E -Location Map . I~ r.-1.. Executed this the _\..9_ day of ~ • ATTEST: ~e~b)O City Secretary c-~~1.?c: c~~t ~~\ ~y~~ i zat i oa Date Amy Ram · Assistant C y Attorney ATTEST: City of Fo rt W orth , Texas Standard Agreem ent for Engineering Related Desig n Serv ices 6 .30 .09 Page 15 of 15 ,20 0j CITY OF FORT WORTH By: _____ -H->',f----------+- T.M. Higgins Assistant City Manager APPROVAL RECOMMENDED Kenneth L. P ney, Jr. Airport Systems Director Jacobs Engineering Group , Inc By: ____________ ___,.... OFFICIAL RECO D ITYSECRETA ~ 0 TH __ ' T J..----11 ·" ATTACHMENT A SCOPE OF SERVICES ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Program Management I .. SCOPE OF WORK The Program Management activities will consist of planning & scheduling , budgeting, cost control , cost estimat ing , FAA grant assistance , financial strategy development , contract admin istration and management, document control, coordinat ion and communications to support the Jacobs team in the successful execution of the Alliance Airport Runway Extension Project. Jacobs will develop and implement cost containment and budget control systems , based on the overall project budget. A realistic budget will be developed for each project element. The budget will address : o Categorize project cost elements in accordance w ith contract packaging plan o Establish guidelines for budgeting all project hard and soft cost categories o Prepare Project status reports PLANNING AND SCHEDULING A program level schedule will be prepared and updated . The program level schedule identifie 9 the interfaces between various project elements and manages the schedule by measuring float at these interface points . Project schedules will include milestones specified in the contract documents or final completion dates. Project schedules will be managed to these spec ified milestone dates , as appropriate . The hierarchy of schedules to be used on the Airport Extension Project includes : o Master Schedule o Detailed Design and Construction Schedules The Jacobs team will be responsible for developing and maintaining the Master Schedule and Detailed Design Schedules . Construction durations and construction phasing and sequencing milestones will also be developed by the Team . Detailed Specific tasks to be accomplished include, but are not limited to the following : o Develop a preliminary submittal schedule for all deliverables and design review data , as required. o Develop an integrated program master schedule highlighting specific contractual milestone dates , and other important milestone dates to ensure everyone on the team is "on the same page ". Included in these milestones will be when critical deliverables or \ events must occur. o Meet with team members and develop a list of activities , resource requirements to accomplish these activ ities , and realistic durations . o Impose contractual dates and revise plan as necessary -to include logic , additional resources , and/or revise durations to ensure date completion. o Develop and implement deta il schedules for all scopes of work . o Hold meetings with team members and stakeholders to discuss project issues , progress of the work and coordination activities , as required , to maintain effective commun ications . o Provide schedule reports to the management team . o Provide schedule analysis and m itigation plans JACOBS. ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII ' Program Management I o Produce graphical (bar charts , pie charts , line graphs , etc .) representat ions of all data and distribute to team members . o Prepare , collect and manage Action Lists (action item , party responsible for completio and date for completion) on a weekly basis. To ensure scheduling information is collected in a timely and un iform manner, schedules will t>1e updated at various time frames ; however, critical work items will be updated on a weekly basis. The updates will serve as both a means of monitoring progress as well as a mechanism for warning of potential problems . COST MANAGEMENT Cost management will be integral to the planning and schedul ing function . Jacobs will prepare timely reports, which will be the basis for projecting final costs at the completion of the project. I Specific tasks to be accomplished include, but are not limited to : o Development of, and communication of, budgets for scopes of work to all project participants . o Allocations of proper contingencies. o Provide assistance for FAA grant applications and processes . o Develop Financial Strategies . o Reporting on budgets , commitments, and actual , pending and anticipated costs. o Prepare weekly status reports . o Change order documentation and reporting. o Each change order will be documented , including the party originating the change and the reason for the change. CONTRACT/SUBCONTRACT ADMINISTRATION Jacobs will provide contract administration for all contractors , subcontractors , vendors and suppliers that have direct subcontract agreements with JCB . The contract administrators will develop contract documents, incorporating those provisions necessary to assure that the quality, cost and time of performance of subcontracted work will meet the requirements of the overall program includ ing : o Develop standard contract documents for the procurement of labor, materials , equipment , profess ional services and supplies . o Ensure contract requirements are being accomplished . o Document all issues of non-conformance . o Work hand-in-hand with other team members to ensure compliance. o Procure labor, materials , equipment, professional services and supplies in support of th program . o Enforce City of Forth Worth 's DBE goals and requirements . DOCUMENT CONTROL Information is a key component of project controls . Multiple projects generate and require use of information and documentation , which must be effectively and accurately handled, distributed , controlled , received , and stored . Jacobs will maintain a document control filing system to include the following: JACOBS 2 l ~LLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Program Managem,nt o Correspondence control -incoming and outgoing correspondence o Contracts and othe r conformed documents o Meeting Minutes o Facs i mile and e-ma il d istribution o Transm ittals o Drawing and Specifications o Status reports o Field inspection reports o Non-conformance logs o Shop drawing logs o Request for information logs o Change control logs o Safety reports o Progress photographs o As-built drawings , warranties and guaranties COST ESTIMATING Cost estimating shall be performed throughout the Project to constantly reinforce with in budge execution . Specific tasks to be accomplished are as follows: o Provide order of magnitude estimates based on concepts . o Provide preliminary construction cost estimates for all phases of the work. o Provide prelim inary quantity take-off's and cost of the work . COORDINATION AND COMMUNICATION I Regularly scheduled meetings will be held with the project team . Meetings will a lso be conducted for specific subjects , as required . Agendas for regularly scheduled meetings shall be published in advance of the meetings . Meetings shall be limited to one hour when appropriate . A comprehensive and concise record of issues, resolutions and/or act ions required shall be prepared (meeting minutes) and issued to all attendees and affected part ies within one week after the meeting . The Jacobs team will coordinate with Alliance Airport , City of Fort Worth , FAA , TxDOT, BNSF Ra ilroad and other affected agencies and utility companies as required for the design and construct ion management of the project. MISCELLANEOUS SUPPORT SERVICES Jacobs will provide assistance to the Alliance Airport Staff in the preparation of FAA Grant Applications, NPIAS updates , ALP Exhibit A updates, estimates of construction vehicle emissions , independent fee estimates , and graphic and technical support as assigned . JACOBS 3 Project Description: EXHIBIT A SCOPE OF SERVICES EARTHWORKS PACKAGE# 3 The CONSULTANT shall provide required engineering services to design grading for the future lig t t lane extension and coordination for the relocation of utilities within right-of-way of FM 156 required for the future extens ion of Runway 16L (the "Project"). The AECOM Team shall be responsible for the following : Task 1 -Project Requirements 1.1 Design Schedule: Establish a schedule incorporating project team resources and provid 1 e continued coordination so that Project schedules are met for each phase of the work included in this contract. The design schedule is as follows : Preliminary Design (60%) Final Design (100%) Bid Documents Anticipated Completion Date 45 Days after NTP 30 Days after approval of 60°{0 15 Days after approval of 100% .2 Safety Phasing Plans : Prepare FAA safety phasing plans for submittal to FAA . . 3 Design Requirements : Determine requirements for design relative to the scope of the project including codes , regulations , and FAA advisory circulars . J .4 Management and Reporting: Includes management and reporting of the Project by th y Project Manager including coordination with Jacobs Engineering Group, attending a l l meetings , invoicing, reproduction of documents, and monitoring progress . This task alsq> includes project management and supervisory oversight of the AECOM design task s, resources, and deliverables. Task 2 -Field Surveys 2.1 Record Drawing Review: Acquire and review record documents (such as plans , specifications , reports, and studies) to become familiar with data that is available for th Project and apply as relevant to the project. J 2.2 Field review of site survey: Perform a Project site inspection to further familiarize the desig ~ team with Project areas and review topographic survey. Field verify the location of topographic information and all utilities. Interview Airport maintenance and operations staff tj ascertain additional information specific to the airfield construction and operations . 2.3 Prepare base mapping from site survey : Prepare base map plans based on topographi · survey provided by Jacobs . Coordinate AutoCAD standards (AEC Standards) for use in t1e base map and proposed plans .. Task 3 -Estimates I The design Team will perform quantity takeoffs necessary and prepare estimates of probable construction costs for the 60%, 100% and bid documents submissions . I This task will also include prepari ng design cross sections for the grad ing design of the project. I Deliverables : cost estimates , 3 copies , for each phase of design. Task 4 -Permit Applications 4.1 Safety Phasing : Prepare and submit FAA safety phasing to Jacobs . Respond to questio s from the FAA or the Airport. I 4.2 FAA 7 460 : Prepare and submit FAA Form 7 460 to the FAA. Respond to any questions fro r the FAA or the Airport. 4.3 Storm Water Pollution Prevention Plan : Prepare and submit storm water pollution prevention plan . 4.4 Del iverables : 4.4.1 FAA Safety Phasing Plans: 12 copies , 1/2 size drawings, bound . 4.4.2 FAA 7460 : 8 copies Task 6-Design Phase I 6.1 Engineer Standards -Develop applicable engineering standards required for the Project 6 .2 Engineer Design Report : Prepare text and graphics related to the design elements for th ~ Design Report to be comp iled and submitted to Jacobs. The Design Report will documeri t items such as design concepts , assumptions, anticipated construction materials, drainag ~ modifications, cost estimates , construction phasing, and alternative designs if required . 6.3 Preliminary Design (60%) • • • • • • • • Prepare prel iminary existing conditions plans using the topographic survey informatio r from Jacobs. Develop prel im inary profiles, cross sections , and site grading and drainage plans for the proposed work . I Prepare pre liminary demolition plans for the Project as required . Coordinate with applicable agencies for relocat ion of utilities in the Project limits withi n the right-of-way of FM 156 . Prepare prel im inary soil erosion and sediment control design . Prepare preliminary construction phasing plans and details . Prepare preliminary Contract Drawings (approximately 60% complete), providing sufficient detail for review of design concepts by Jacobs and the Airport . I Specifications : Prepare preliminary technical specifications for the grading and drainage work . 6.4 Final Design (100%) • Prepare final existing conditions plans using the topographic survey information fro Jacobs . I • Develop final profiles, elevations, cross sections , and site grading and drainage plans for the proposed work . • Prepare final airfield demolition plans for the Project as required • Coord inate with applicable agencies for relocation of utilities in the Project limits within the right-of-way of FM 156 . • Prepare final soil erosion and sediment control design . • Prepare final construction phasing plans and details . • Prepare final Contract Drawings ( 100% complete), providing sufficient detai l for review 0f design concepts by Jacobs and the Airport . [ 6 .5 Specifications : Finalize technical specifications for all construction materials and installatio ~s and coord inate General Terms and Conditions . Technical specifications shall be standard technical specifications issued by the FAA and TxDOT, as applicable . 6 .6 Bid Documents : Assist with review and preparation of front-end bids documents. I 6. 7 Quality Control : Conduct an in-house quality control review of the each deliverable and make appropriate revisions prior to submittal. i- 6.8 Subconsultant Coordination: Coord inate activities , scheduling , and deliverables bein b performed by all subconsultants. 6 .9 Del iverables : 6 .9 .1 Design Review Drawings (for each stage of review): 12 copies , 1 /2 size drawings , bound 6 .9 .2 Bid Drawings : 1 full size and 6 1/2 size sets , bound 6.9.3 Bid Specifications : 6 bound sets. Task 7 -Bid Phase 7.1 Bid Opening : Attend the bid opening. 7.2 Bid Evaluation : Evaluate bid tabs for accuracy in extending and summation of project costs , and make recommendation for award . 7.3 Alternate or Option Evaluation : Evaluate bid documents for pricing of alternate or option I work , and make recommendation for award. 7.3 Prepare addenda : If necessary during the b id process , make revisions to plans sp~cif!cations and other documents to correct discrepancies or correct errors and/o f om1ss 1ons . I 7.4 Provide clarifications to bidders : If necessary, provide written or oral clarification to bidders as requested by Jacobs. I 7.5 Pre-Bid Meetings : Attend preliminary pre-bid meeting . 7.6 Conformed Drawings : Incorporate all information provided during the bidding process in t~e form of clarifications and addenda into the project plans and specifications . The se documents will then be sealed by an engineer licensed in the State of Texas for use duri 1g the construction of the project. 7 .7 Deliverables : 7.7.1 Bid Tab and Alternate/Option Analysis 7. 7 .2 For Construction Drawings : 6 sets, 1 /2 size prints , bound 7. 7.3 Specifications: 6 sets , bound if required due to rev isions . END OF EXHIBIT A ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII John Day Rd Design I SCOPE OF WORK DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS FOR JOHN DAY ROAD BY JACOBS ENGINEERING GROUP I Jacobs Engineering Group (ENGINEER) will prepare and deliver final plans, specifications a~d estimates (PS&E Plans) to The City of Fort Worth (City). This submittal shall reference the Texas Department of Transportation (TxDOT) Plans, Specifications and Estimate (PS&E) checklist. PART A -PRE-ENGINEERING 1. Design Coordination i. Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss anf coordinate various aspects of the project and to ensure that the project stays on schedule . For purposes of establishing a level of comfort, three (3) meetings ar1 1 e anticipated including: One (1) review meeting at completion of the City's review of the 15% and 65% engineering plan submittal. Any substantial design comments/changes made following the 65% plan revie r meeting will constitute additional services and will be billed on an hourly basis . ii. Coordination with Other Agencies The ENGINEER shall coordinate with all utilities, including utilities owned by the City, TxDOT and railroads . These entities shall also be contacted if applicable, to determine plans for any proposed facilities or adjustment to existing facilities within the project limits . The ENGINEER shall show the location of the propose b utility lines , existing utility lines and any adjustments and/or relocation of th f existing lines within the project limits . ENGINEER shall complete all forms necessary for City to obtain permit letters from TxDOT and railroads and subm t such forms to the City. City shall be responsible for forwarding the forms to the affected agencies for execution . JACOBS. ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII John Day Rd Design 2 . Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed. The schedule shall be updated and submitted to the City along with monthly progress reports. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Engineering Plans i. Surveys for Design Survey for design was completed prior to 15% design (not included in th1,s scope). No additional design survey is scoped for this project. ii. Public Notification and PersonnelNehicle Identification The ENGINEER will notify affected residents of the project in writing . Th 1 e notification letter shall be on company letterhead and shall include the following: project name , limits, DOE project No., Consultant's Project Manager and phon f no., scope of work. The letter will be reviewed and approved by the City prior tp distribution . The ENGINEER shall be responsible for obtaining any right-of-entry permits , if applicable . iii. Geotechnical Engineering and Subsurface Utility Engineering a. The ENGINEER will utilize a pavement design report prepared by a geotechnical engineer to determine pavement structure . Determinatio h along with a proposed roadway typical section will be presented to th b City for approval. See attached proposal for detailed scope . I b. Subsurface Utility (SUE) Level "B" information will be gathered , with major conflicts shown . I iv . Public Meeting After the Conceptual Plan Submittal (15 % des ign , not included in this scope) has been reviewed and approved by the City , the ENGINEER shall prepare proje cl t exhib its , provide the City with a database in Microsoft Excel format li sting th k names and addresses of all residents and business to be affected by the proposed project , provide an agenda, attend public meeting to assist expla inin ~ I JACOBS. 2 ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII John Day Rd Desi L ' I the proposed project to residents . The ENGINEER will record attendance a ~d minutes of the meeting. The CITY shall select a su itable location and the C1 1 Y will mail the invitation letters to the affected customers . The CITY shall oe responsible for any fee assessed by the public meeting facility . v. 65% Plan Submittal Upon approval of the Conceptual Engineering Plan, ENGINEER will prepa e preliminary detailed roadway construction plans as follows : a. 65% plans shall be submitted to City 75 days after review comments arrle received from the City . The ENGINEER shall furnish four (6) copies (fo r r half size and two full size) of the 65% plans and cost estimates . b. Preliminary project plans and profile sheets which will show the followi g and shall be on 11" x 17" sheets : Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks c. Preliminary traffic control plans (narrative, layouts, and details) will bj provided in the 65% plan submittal. The ENGINEER understands it is th r CITY's direction to maintain two lanes of traffic (one lane each directio ) open throughout the course of the project construction. d. Signalization design is not included in this scope . e. Street and Intersection layouts . f . Illumination The Engineer shall provide illumination layout plans, electrical circu it plans and details for roadway lighting system . These plans shall includ f street illumination and safety lighting at all intersections as well as at all other locations that are required to meet City standards for spacing . Th ~ Engineer shall tabulate all quantities and provide specifications . Lightin ~ poles, fixtures, and attachment details shall be designed per City't guidelines . The plans shall include , but not be lim ited to , the following; J A COBS. I 3 ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII John Day Rd Design I pole heights and types, pole locations. circuitry routing and other pertine~t condu it information , junction box type and locations , electrical pan 1 el location and subsidiary panel information, etc. Any wiring diagrams a ~d labeling protocols required shall be in conformance with the Cit~'s requirements . g. Existing utilities and utility easements w ill be shown on the roadway plan and profile sheets. ENGINEER will coordinate with utility companies a ~d the City of Fort Worth to ascertain what, if any, future improvements arl e planned that may impact the project. h. Furnish as a function of 65% plans , six (6) copies of the final cross- sections , taken at 100' intervals and at critical locations , four copies ~n 11x17 sheets . Scale will be 1" = 1 O' horizontal and 1" = 1 O' vertical w il h cross sections plotted with stationing from the bottom of the sheet. i. j . The ENGINEER will conduct preliminary research for availability of existing easements where open-cut construction or relocation of existi rl g alignments is probable. Temporary and permanent easements will ti e appropriated based on available information and recommendations will ti e made for approval by the City. I Preparation and subm ittal of right-of-way, easements and rights-of-en r will be in conformance with "Submittal of Information to Real Prope 1 y Division for Acquisition of Property". The ENGINEER will provide ROW acquisition services including appraisals, appraisal review , acquisitio r , and closing assistance . This scope does not include any associat1d closing costs or relocation assistance . See attached for detailed ROW services proposal. k. Utility Clearance Phase The ENGINEER will consult w ith the City's Transportation and Public Works Department, Water Department, and other CITY departmentt public utilities, private utilit ies, and other government agencies tb determine the approximate location of above and underground utilitie ~. and other facilities that have an impact or influence on the projec~. ENGINEER w i ll design this project to m i nimize conflicts with exis t ing utilities. See attached proposal for utility coordination . J The ENGINEER shall deliver 13 half-size sets of approved prelimina,v construction plans to the City 's Utility Coordinator for forwarding to utilit1 companies which have facilities within the limits of the project. I. Opinion of Probable Construction Cost with a 20 % contingency. JACOBS. 4 ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII m . Specification List and Major Specifications vi. Preliminary Construction Plan Submittal -95% John Day Rd Desl l . I Upon approval of the 65% plans, ENGINEER will prepare preliminary construction plans l s follows : a. Final construction plans and specifications shall be submitted to CITY 35 days aft r approval of 65% plans. I b. The ENGINEER shall deliver seven (7) sets of preliminary construction plans (five half si 4e and two full size) and two (2) specificat ions to CITY for review . Generally, plan sheets shall be organized as follows : 1. Cover Sheet 2. General Layout and Legend Sheet 3. Drainage Area Map and Computations 4. Erosion Control and SWPPP 5. Plan & Profile Sheets 6. Illumination Plans 7. Standard Construction Details 8. Special Details (If applicable) 9. Preliminary Estimate of Probable Construction Cost 10. Cross Sections on 11x17" s.heets only The CITY shall direct the ENGINEER in writing to proceed with Final Design and Fin I Construction Plans. vii. Final Construction Plan Submittal-100% a. Two sets of Final Construction Documents shall be submitted to CITY 28 days after approval of 95% Plans. l Following CITY approval of the recommended improvements, the ENGINEE i shall prepare and deliver final plans and specifications and contract documents to CITY (each plan sheet shall be stamped , dated, and signed by the ENGINEE ~ registered in State of Texas) and submit (2) sets of plans (one half size and on J full size) and construct ion contract documents . One (1) copy of the final cros ! sections will be furnished on 11 "x17 " sheets. Plan sets shall be used for Pre l Construction Assistance . b. ENGINEER's Estimate of Probable Construct ion Cost ENGINEER shall submit a final estimate of probable construction cost with the final plans submitted. JACOBS . ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Joh n Day Rd Design I c. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for reco rd storage as follows : JACOes · 1. Street and storm drain plans shall be submitted as one set of plans . Street and storm drain plans shall be separa i e from water and sanitary sewer plans . All sheets shall de standard size (22" x 34") with all project numbers (TPW ari d water/sanitary sewer) prominently displayed . 2. 3. For projects where water/sanitary sewer improvements occur on a TPW Department funded project with no WatJ r funding involved, a separate set of mylars with cover she ~t shall be submitted for Water Department. Signed plans sets shall also be submitted as an Ado + Acrobat PDF format (version 6.0 or higher) file. There shall be one (1) PDF file for the TPW plan set and a separate PDF file for the Water plan set. Each PDF fil ~ shall contain all associated sheets of the particular plan se r Singular PDF files for each sheet of a plan set will not be accepted. PDF files shall conform to naming conventions as follows : I I. TPW file name example -"W-1956_org47.pdr where "W-1956" is the ass igned file numbEf obtained from the City of Fort Worth , "_orgi' designating the file is of an original plan set, "47 r' shall be the total number of sheets in this file . 1 Example : W-0053_org3 .pdf and K-0320_org5.pdf J II. Water and Sewer file name example -"~- 35667 _ org36.pdf' where "X-35667" is the assigned f ile number obta ined from the City of Fo f Worth , "_org" designating the file is of an origin11 plan set , "36" shall be the total number of sheets ii this file . Example: X-12755_org18 .pdf 1 I 6 ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII John Day Rd De,;J n Both PDF files shall be submitted on one (1) Compact Disk, which :Ji " become property of and remain with the City of Fort Worth . Floppy disk.s, zip disks, e-mail flash media will not be accepted . 4 . For information on the proper manner to submit PDF files and to obtain a file number for the project, contact ti e Department of Transportation and Public Works Vault at telephone number (817) 392-8426 . File numbers will not ti e issued to a project unless the approp riate project numbe ~s and fund codes have been assigned and are in tHe Department of Transportation and Public Works database . PART C -DRAINAGE The project elements include hydrology and hydraulic design for the storm sewer, inlets, bridge class culverts, street and driveway cross structures, erosion control and storm wate pollution prevention plans. 1. Hydrology a. Research if effective hydrologic models are available . If no models are found, new hydrologic models will be prepared using City of Fort Worth Storm Drain Criteria a ri d HEC-HMS for the four stream crossings. b . Hydrologic modeling will include calculations of the 5-, 10-, 25-, 50-, and 100-year peak discharges for existing and ultimate development conditions. The ultima ~e development conditions model will be prepared based on available future land usle information . 2. Hydraulics a. No hydraulic models are available for the stream crossings. Existing and proposetl condit ions HEC-RAS models will be prepared using available survey, LIDAR an b hydrologic data. b. Calculate 5-, 10-, 25 -, 50-, and 100-year water surface elevat ions (base floo r elevation) and velocities based on exist ing hydraulic conditions . c . Calculate 5-, 10-, 25-, 50-, and 100-year water surface elevations (base flooa elevation) and velocities based on proposed hydraul ic conditions using ultimati development discharges. j JACOBS . I T/ ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII John Day Rd De,J n • I d. Design bridge class culverts based on ultimate developed conditions hydrologic a1d hydraulic results . Standard TxDOT design details and sizes will be used for the culverts where possible . e . Design storm sewer system based on ultimate developed conditions hydrologic a1d hydraulic results . This phase of the project includes bu ilding the eastern half of tHe typical roadway section; therefore, the storm drain system will be designed for a maj f r arterial pavement width with ultimate developed conditions and stub outs o accommodate future expansion . 3. Storm Water Pollution Prevention Plans a . Prepare Erosion Control Plans (ECP) to satisfy design standards from City . These plans will illustrate the required temporary measures required during construction. T He ECP will not be produced for each Phase/Stage of construction . However, the ECP Devices will indicate the Phase/Stage of construction for which they are required. b . This scope assumes Standard City and NCTCOG design details can be used for ECR. c . Calculate quantities for bid items related to the storm water pollution prevention plans 4. Coordination a . Coordinate drainage designs with existing and proposed utility designs in the corrid J r and coordination with other entities as needed . 5. Deliverables Prepare drainage plans for the proposed improvements, including the following sheets : a . Drainage Area Maps b. Runoff Computations c. Inlet Computations d . Hydraulic Computations e. Storm Sewer Plan and Profiles f . Culvert Layout Sheets with Hydraulic Analysis g . Drainage Details h . Erosion Control Plans i. Specifications and Bid Quantities for drainage plans and ECP . JACOBS. 8 ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII John Day Rd Design ' 6. Assumptions 1. Hydraulic modeling will be performed on streams that cross the proposed roadway . 2. This scope includes analysis of existing and proposed hydraulic condit ions and does mot include analysis of floodplain improvements or floodplain reclamation . 3. Should items outside this Scope of Services such as special studies or non-standa~d structures be required, such services will be billed at hourly rates or negotiated to a lumjl p sum fee . 4. Scope does not include FEMA application or processing . Construction staking Landscape Design, Staking Of Landscaping Areas, Or Screening Walls Construction Observation Services Construction Administration Tree Surveys and Tree Preservation Plans Traffic Impact Analysis PART D -ROW ACQUISITION The ENGINEER as part of the John Day Road relocation will perform ROW acquisition services. I Parcels to be acquired will be surveyed and a parcel plat, field notes and required ROW plat will be produced as part of the ROW acquisition . Relocation services and closing costs are not included in this scope/fee. In the event that a settlement cannot be reached with a property owner and condemnation becomes necessary, all services associated with condemnation will be considered additional and outside of this scope of work. See attached proposal for detailed scope . PART E -PRE-CONSTRUCTION ASSISTANCE 1. Administration a. Bid Documents Submittal The ENGINEER shall assist the CITY during this phase including preparation and delivery of any additional addenda prior to bid opening to plan holders an p respond to questions subm itted to the CITY by prospective bidders . The ENGINEER shall upload all addenda onto Buzzsaw . The ENGINEER shall atten b the scheduled pre-bid conference. J ACO BS. ~ I ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII John Day Rd Design b. Bidding Assistance The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project b id opening , develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation , along with the contract documents to the City within three (3) working days after bid open ings . One set of mylars including a mylar cover sheet will be provided after contract award . c . The ENGINEER will make available for bidding , upon request by the CITY , up to ten (10) half size sets of the final approved and dated plans and specifications and contract documents for the projects to the CITY for distribut ion to potential bidder . The ENGINEER will provide four (4) sets of all right-of-entry agreements and easements to the CITY for bidding purposes. d. Provide PDF file of Plans and Specifications and contract documents for the purpose of loading the bidding documents onto the City 's BuzzSaw document management system . After the construction contract has been awarded, the engineer will NOT be responsible for providing reproduction services, including copies of plan sets, to the City or to contractors. e. Pre-Construction Conference The ENGINEER shall attend the pre-construction conference for the project. f . Pre-Construction Public Meeting After the Contractor has been selected, the ENGINEER shall prepare projeo:t exhibits , provide an agenda , and attend a public meeting to help explain th F proposed project to residents. The ENGINEER will record attendance ant1 produce minutes of the meeting. The CITY shall select a suitable location an 6 mail the invitation letters to the affected customers using the database provide 6 by the ENGINEER for the first public meeting . The CITY shall be responsible fdr any fee assessed by the public meeting facility . g. Site Conditions This scope does not include site monitoring for development changes aft1r completion of 100 % plans and before bidding . Any Work performed by Engineer after complet ion of 100 % plans and before bidding that arises from or is related tb changes in s ite condit ions shall entitle Eng ineer to an equ itable adjustment in tim b and compensation . Th is scope does not include construction administratio ~. construction staking/survey ing or as-bu ilt document preparation. JACOBS. ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Desi r SCOPE OF WORK DESIGN SERVICES: PAVING AND/OR DRAINAGE IMPROVEMENTS FOR KELLER HASLBT ROAD BY JACOBS ENGINEERING GROUP Jacobs Engineering Group (ENGINEER) will prepare and deliver final plans, specifications a d estimates (PS&E Plans) to The City of Fort Worth (City). This submittal shall reference the TexJ s Department of Transportation (TxDOT) Plans , Specifications and Estimate (PS&E) checklist. PART A -PRE-ENGINEERING 1. Design Coordination i. Design Coordination Meetings ENGINEER will attend and document meetings, as required, to discuss and coordinate various aspects of the project and to ensure that the project stays o1n schedule. For purposes of establishing a level of comfort, three (3) meetings a~le anticipated including the following: One (1) review meeting at completion of the City's review of the 15% anl6 65% engineering plan submittal. Any substantial design comments/changes made following the 65% plan review meeting will constitute additional services and will be billed on an hourly basis . iii. Coordination with Other Agencies The ENGINEER shall coordinate with all utilities , including utilities owned by the City, TxDOT and railroads . These entities shall also be contacted if applicable , tp determine plans for any proposed facilities or adjustment to existing facilities within the project limits . The ENGINEER shall show the location of the proposed utility lines, existing utility lines and any adjustments and/or relocat ion of the existing lines within the project limits . ENGINEER shall complete all form r, necessary for City to obtain permit letters from TxDOT and railroads and subm it such forms to the C ity . City shall be responsible for forwarding the forms to th e affected agencies for execution . JACOBS. ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Desi In 2. Schedule Submittal and Monthly Progress Report The ENGINEER shall submit a project schedule after the design contract is fully executed . The schedule shall be updated and submitted to the City along with monthly progress reports. PART B -CONSTRUCTION PLANS AND SPECIFICATIONS 1. Engineering Plans i. Surveys for Design Survey for design was completed prior to 15% design. No additional desi n survey is scoped for this project. ii. Public Notification and PersonnelNehicle Identification The ENGINEER will notify affected residents of the project in writing. T i e notification letter shall be on company letterhead and shall include the followingr project name, limits , DOE project No., Consultant's Project Manager and pho 1e no., scope of work. The letter will be reviewed and approved by the City prior to distribution. The ENGINEER shall be responsible for obtaining any right-of-ent l permits, if applicable. iii. Geotechnical Engineering and Subsurface Utility Engineering a. The ENGINEER will utilize a pavement design report prepared by a geotechnical engineer to determine pavement structure. Oeterminatio h along with a proposed roadway typical section will be presented to th b City for approval. See attached proposal for detailed scope. b. Subsurface Utility (SUE) Level "B" information will be gathered, with major conflicts shown . iv. Public Meeting After the Conceptual Plan Submittal (15% design , which is not included in this scope) has been reviewed and approved by the City, the ENGINEER sha l l prepare project exhibits, provide the City with a database in Microsoft ExcJ 1 format listing the names and addresses of all residents and business to bl affected by the proposed project, provide an agenda, attend public meeting tb assist e xplaining the proposed project to residents . The ENGINEER will recor~ I JACOBS. J ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Has l et Rd Desi ~n V. I attendance and minutes of the meeting . The CITY shall select a suitable locatiC!m I and the CITY will mail the invitation letters to the affected customers. The Cl l Y shall be responsible for any fee assessed by the public meeting facility. I 65% Plan Submittal , WI.II prepa l e Upon approval of the Conceptual Engineering Plan , ENGINEER preliminary detailed roadway construction plans as follows: a. 65% plans shall be submitted to City 60 days after review comments a e received from the City. The ENGINEER shall furnish four (6) copies (four half size and two full size) of the 65% plans and cost estimates. b. Preliminary project plans and profile sheets which will show the followi 1g and shall be on 11" x 17" sheets: Property Ownership Curb Lines Driveways Medians (if applicable) Sidewalks c. Preliminary traffic control plans (narrative, layouts, and details) will l:>e provided in the 65% plan submittal. The ENGINEER understands it is t ~e CITY's direction to maintain two lanes of traffic (one lane each directio r ) open throughout the course of the project construction. Signalization design is not included in this scope. d. Signalization design is not included in this scope . e. Street and Intersection layouts. f . Illumination The Engineer shall provide illumination layout plans , electrical cirJ t plans and details for roadway lighting system . These plans shall includ~ street illumination and safety lighting at all intersections as well as at Ill other locations that are required to meet City standards for spacing . The Engineer shall tabulate all quantities and provide specifications . Lightin b poles , fixtures , and attachment details shall be designed per City '~ ~uidelines. The plans shall include , but not be limited to, the followin t ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII Keller Haslet Rd Desit pole heights and types , pole locations, circuitry routing and other pertine 1 nt conduit information, junction box type and locations, electrical pa 1el location and subsidiary panel information , etc. Any wiring d iagrams a ~d labeling protocols required shall be in conformance with the CitYl's requirements . g. Existing utilities and utility easements will be shown on the roadway pl,1m and profile sheets. ENGINEER will coordinate with utility companies a1d the City of Fort Worth to ascertain what, if any, future improvements are planned that may impact the project. h. Furnish as a function of 65% plans, six (6) copies of the final cross- sections, taken at 100' intervals and at critical locations, four copies pf 11x17 sheets, which is full size. Scale will be 1" = 10' horizontal and 1"1= 1 O' vertical with cross sections plotted with stationing from the bottom of i. j . the sheet. I The ENGINEER will conduct preliminary research for availability of existi 1g easements where open-cut construct ion or relocation of existi 1g alignments is probable. Temporary and permanent easements will ~e appropriated based on available information and recommendations will ti e made for approval by the City. J Preparation and submittal of right-of-way, easements and rights-of-ent ~ will be in conformance with "Submittal of Information to Real Property Division for Acquisition of Property". The ENGINEER will provide RO f acquisition services including appraisals, appraisal review , acquisitio T., and closing assistance . The scope does not include any associat1d closing costs or relocation assistance . See attached for detailed ROW services proposal. k. Utility Clearance Phase The ENGINEER will consult with the City's Transportation and Publtc Works Department, Water Department , and other CITY departmentt public utilities , private utilities , and other government agencies ~o determine the approximate location of above and underground utilitie$, and other facilities that have an impact or influence on the projec~. ENGINEER will des ign this project to minimize conflicts with existin ~ utilities . See attached proposal for utility coordination. I The ENGINEER shall deliver 13 half-size sets of approved preliminarv construction plans to the City's Util ity Coordinator for forwarding to utilit~ companies which have facilit ies within the limits of the project. JACOBS . 1 I ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Desi l n I. Temporary Shoring Design m . Opinion of Probable Construction Cost with a 20% contingency . n. Specification List and Major Specifications I vi. Preliminary Construction Plan Submittal -95% Upon approval of the 65% plans, ENGINEER will prepare preliminary construction plans as follows : I a. Final construction plans and specifications shall be submitted to CITY 30 days after approval of 65% plans . I b. The ENGINEER shall deliver seven (7) sets of preliminary construction plans (five half si e and two full size) and two (2) specifications to CITY for review. Generally, plan she J ts shall be organized as follows: 1. Cover Sheet 2. General Layout and Legend Sheet 3. Drainage Area Map and Computations 4. Erosion Control and SWPPP 5. Plan & Profile Sheets 6. Temporary Shoring Sheets 7. Standard Construction Details 8. Special Details (If applicable) 9. Preliminary Estimate of Probable Construction Cost The 1 O. Cross Sections on 11x17" sheets only I CITY shall direct the ENGINEER in writing to proceed with Final Design and Final Construction Plans . vii. Final Construction Plan Submittal-100% a. Two sets of Final Construction Documents shall be submitted to CITY 18 days after approval of 95% Plans. -I Following CITY approval of the recommended improvements , the ENGINEER shall prepare and deliver final plans and specifications and contract documen i s to CITY (each plan sheet shall be stamped , dated , and signed by the ENGINEEk registered in State of Texas) and submit two (2) sets of plans (one half size a ri d one full size) and construction contract documents . Plan sets shall be used f~r Pre-Construction Assistance. b. ENGINEER's Estimate of Probable Construction Cost J ACO BS. l ALLIANCE RUNWAY EXTENSION PROJECT-Phase VIII Keller Haslet Rd Desi la I The ENGINEER shall submit a final estimate of probable construction cost with tlhe final plans submitted . c. Mylar Submittals The ENGINEER shall submit a final set of mylar drawings for record storage as follows : JACOBS. 1 . Street and storm drain plans shall be submitted as one s 1 et of plans . Street and storm drain plans shall be separaf e from water and sanitary sewer plans. All sheets shall b>e standard size (22" x 34") with all project numbers (TPW a~d water/sanitary sewer) prominently displayed. 2. 3. For projects where water/sanitary sewer improvemen 1 ts occur on a TPW Department funded project with no Wat[r funding involved, a separate set of mylars with cover sheet shall be submitted for Water Department. Signed plans sets shall also be submitted as an AdolJe Acrobat PDF format (version 6.0 or higher) file . The ~e shall be one (1) PDF file for the TPW plan set and j a separate PDF file for the Water plan set. Each PDF fie shall contain all associated sheets of the particular plan s t. Singular PDF files for each sheet of a plan set will nbt be accepted. PDF files shall conform to nami I 1g conventions as follows: I. TPW file name example -"W-1956_org47.pd ' where "W-1956" is the assigned file numb ~r obtained from the City of Fort Worth , "_ord" designating the file is of an original plan set, "4i" shall be the total number of sheets in this file . Example : W-0053_org3.pdf and K-0320_org5 .pdf II. Water and Sewer file name example -" - 35667 _org36.pdf' where "X-35667" is th le assigned file number obtained from the City of Fo r Worth, "_org" designating the file is of an origin!! p ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Design I plan set , "36" shall be the total number of sheets ·n this file . Example : X-12755_org18 .pdf Both PDF files shall be submitted on one (1) Compact Disk , which ~t ll become property of and rema in with the City of Fort Worth . FIOl!l!I'. disl zip disks, e-mail flash media will not be accepted. 4. For information on the proper manner to submit PDF files and to obtain a file number for the project , contact t~e Department of Transportation and Public Works Vault k t telephone number (817) 392-8426 . File numbers will not ti e issued to a project unless the appropriate project numbe ~s and fund codes have been assigned and are in tHe Department of Transportation and Public Works database. PART C -DRAINAGE The project elements include hydrology and hydraulic design for the storm sewer, inlets, bridge class culverts , street and driveway cross structures, erosion control and storm water pollution prevention plans . 1. Hydrology and Hydraulics a . A major hydraulic study has been completed at the Henrietta Creek crossing by Jaco s Engineering Group, Inc . The effective hydrologic models are ava ilable and will be useb to develop the hydrologic and hydraulic design for the storm sewer system . b. Design storm sewer system based on ultimate developed conditions . The storm drai 1 n system will be designed for a major arterial pavement width with ultimate developed conditions using the March 2006 City of Fort Worth iSWM criteria . 2. Storm Water Pollution Prevention Plans a . Prepare Erosion Control Plans (ECP) to satisfy design standards from City . These plan 1 s will illustrate the required temporary measures required during construction. The EC L will not be produced for each Phase/Stage of construction . However, the ECP Devicels will indicate the Phase/Stage of construction for wh ich they are required . b. Scope assumes that Standard City design deta ils can be used for the ECP . c . Calculate quanti t ies for all bid items related to the storm water pollution prevent ion plan l JACOBS ' I ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII . I Keller Haslet Rd Design I 3. Coordination Coordinate drainage designs with existing and proposed utility designs in the corridor and coordination with other entities as needed . 4. Deliverables Prepare drainage plans for the proposed improvements , including the following sheets : a . Drainage Area Maps b. Runoff Computations c. Inlet Computations d. Hydraulic Computations e . Storm Sewer Plan and Profiles f. Culvert Layout Sheets with Hydraulic Analysis g. Drainage Details h. Erosion Control Plans i. Specifications and Bid Quantities for drainage plans and ECP. 5. Assumptions 1. Hydraulic modeling will only be performed on streams that cross the proposed roadway. 2. This scope includes analysis of existing and proposed hydraulic conditions and does nL include analysis of floodplain improvements or floodplain reclamation. I 3. Should items outside this Scope such as special studies or non -standard structures be required , such services will be billed at hourly rates or negotiated to a lump sum fee. 4 . Scope does not include FEMA application or processing . Construction staking Landscape Design , Staking Of Landscaping Areas , Or Screening Walls Construction Observation Services Construction Administration Tree Surveys and Tree Preservation Plans Traffic Impact Analysis PART D -ROW ACQUISITION The ENGINEER as part of the Keller Halset Road project will perform ROW acquisition services. Parcels to be acquired will be surveyed and a parcel plat , field notes and required ROW plat will be produced as part of the ROW acquis iti on . Relocat ion services and closing JACOBS. ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Design costs are not included in this scope/fee. In the event that a settlement cannot be reached with a property owner and condemnation becomes necessary , all services associated with condemnation will be considered additional and outside of this scope of work. See attached proposal for detailed scope. PART E -PRE-CONSTRUCTION ASSISTANCE 1. Administration a. Bid Documents Submittal The ENGINEER shall assist the CITY during th is phase including preparation and delivery of any additional addenda prior to bid opening to plan holders a~d respond to questions submitted to the CITY by prospective bidders. T e ENGINEER shall attend the scheduled pre-bid conference. b. Bidding Assistance The ENGINEER shall assist in reviewing the bids for completeness and accuracy. The ENGINEER shall attend the project bid opening , develop bid tabulations in hard copy and electronic format and return four (4) copies of the bid tabulation, along w ith the contract documents to the City within three (3) working days after bid openings . One set of mylars including a mylar cover sheet w ill be provided after contract award . \ c. The ENGINEER will make available for bidding , upon request by the CITY, up to I ten (10) half size sets of the final approved and dated plans and specifications an contract documents for the projects to the CITY for distribution to potential bidders The ENGINEER will provide four (4) sets of all right-of-entry agreements and easements to the CITY for bidding purposes . d. Provide PDF file of Plans and Specifications and contract documents for the purpose of loading the bidding documents onto the City 's BuzzSaw document management system . After the construction contract has been awarded , the engineer will NOT be responsible for providing reproduction services , including copies of plan sets, to the City or to contractors. e. Pre-Construction Conference The ENGINEER shall attend the pre-construction conference for the project. f. Pre-Construct ion Public Meeting After the Contractor has been selected , the ENGINEER shall prepare projec , exh ibits , provide an agenda , and attend a public meeting to help explain th~I proposed project to residents . The ENGINEER will record attendance and produce minutes of the meeting . The CITY shall select a su itable location and JAC OBS . 9 ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Keller Haslet Rd Design ' mail the invitation letters to the affected customers using the database provil d by the ENGINEER for the first public meeting . The CITY shall be responsible or any fee assessed by the public meeting facility. g. Site Conditions This scope does not include site monitoring for development changes after completion of 100% plans and before bidding . Any Work performed by Engin J er after completion of 100% plans and before bidding that arises from or is related I to changes in site conditions shall entitle Engineer to an equitable adjustment in time and compensation . This scope does not include construction administrati dn, construction staking/surveying or as-built document preparation. JACOes· 10 ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Airport Layout Plan Report ... SCOPE OF WORK The A irport Layout Plan of 2001 will be updated to reflect a planned runway extension length to 11 ,000 feet and an Ultimate length of 13 ,000 feet. The cri t eria used to evaluate the alternatives for the runway extension , BNSF rail relocation , FM 156 relocation and Eagle Parkway extension will be reviewed to address any changes that may have occurreij since 2001 . If necessary , the alternatives will be re-evaluated based on the changes in criteria and the preferred alternative identified. Additionally, the FAA has implemented a new Airport GIS Survey and ultimate electronic ALP program . The updated ALP will reconfigure the ALP CADD layers , Feature Classes , and attributes to conform to the new ALP standard. New initiatives (new tax iways , buildin s fence relocations) at AFW will be added to the ALP under the new process. It is not recommended at this time , that new aerial imagery be acquired , unless the Client determines that it would be beneficial. TASK 1 -INVENTORY: The work will include a description and inventory of the existing airside and landside facilities. Access points to the airport will also be identified. TASK 2 -FORECAST: A forecast of the aviation activity will be prepared (incorporated from the approved URS Environmental Noise study to be consistent with the information presented to the FAA) for the period of 2005 to 2025. This forecast will address general aviation , air taxi , and commercial aviation, including airline maintenance , air cargo and pilo training. The forecast will be developed based upon input from Alliance Airport , Federal Express , American Airlines and other stakeholders identified by Alliance Airport. TASK 3 -AIRFIELD REQUIREMENTS: The Consultant will update the latest information for airfield facility requirements , necessary to meet the projected demand , changes in federal criteria or standards, identified. The runway length will be evaluated to maximize payload and minimize restrictions. A dimensional analysis of the airfield will be evaluated and confirmed based upon design criteria for Airplane Design Group (ADG) V and ADG VI . Airfield lighting requirements will be confirmed for CAT Illa operations for Runway 16L-34R. TASK 4 -NAVAID REQUIREMENTS : The Consultant will update the latest information for navigational aids (NAVAIDS) to support CAT Illa operations will also be identified. Clearance requirements from runway centerlines for ADG V and VI will be determ ined and evaluated . Building restriction lines (with regards to current Terminal Instrument Procedure -TERPS , requirements) height of structures , runway safety area and aircraft parking limits will be identified . TASK 5 -ALTERNATIVE LAYOUTS: The Consultant will update the latest information for the alternative layouts for the runway extensions being developed to address runway length requirements, runway profile, taxiway profiles, earthwork requirements and ADG V and VI operational requirements. A general review of the environmental impact of each alternative will be analyzed . An estimate of construction cost associated with each alternative will be determined for comparison purposes. A recommendation will be provided based on the evaluation of the alternatives . JACOBS ALLIANCE RUNWAY EXTENSION PROJECT -Phase VIII Airport Layout Plan Rep ~rt The Consultant will update the latest information for the railroad and highway alternatives previously identified in the 2001 report, to reflect the current planning. Any new alternative will be identified and evaluated in accordance with the established criteria. Cost estimates will be prepared for each alternative . A recommendation for the railroad and highway relocation will be provided . TASK 6 -ALP & REPORT: The final product of this effort will be the airport layout plan (ALP) and ALP Report. The report will contain a narrative description of the previously mentioned items and a set of drawings. The existing drawings will be divided to provide better clarity and depiction of the airport by breaking out the Airport Data and the three airfield layout stages (existing, future and ultimate) of the airport. The drawings will consis~ of the airport layout (existing, future and ultimate), airport data table, airport airspace I (existing , future and ultimate), inner approach surface, TERPS imaginary surfaces, airport topography, terminal area and airport property. The ALP report will also review and mitigate any new developments, changes or removals from the current plan, such as new buildings/structures, taxiways, roads, fences. Additionally the ALP will incorporate the following items: a) Selected survey of new objects for airport feature validation and accuracy of location, and height as required b) Identify, document and assist in the processing of any Modification to Airport Desig Standards as required . c) Update Airport property map to correspond to new acquisitions, changes, deletions and property donated for FAA AIP Grant matching share d) Incorporate color aerial background for enhanced understanding of features on and near the airport e) Review of current FAA listing of Controlling Obstacles for all flight paths and instrument procedures (fixed and rotor) in and out of AFW, for airspace obstruction management in accordance with FAA Grant assurances . f) Incorporate Terminal Instrument Procedures (TERPS) imaginary surfaces (departure, precision final, CAT 11/111 missed approach, one-engine Inoperative and glide path qualification) into the ALP g) Incorporate additional Airport Design imaginary surfaces (runway OFZ, inner approach OFZ, inner-transitional OFZ in to the ALP h) Conduct and develop a line-of-sight analysis and depiction of shadows from the FAA Airport Traffic Control Tower (ATCT) to the airfield movement and non-movement areas I i) Convert the Existing ALP CADD file layer structure to match the newly required FA.Af Airport GIS Survey layer structure. This will position the airports ALP files to be I uploaded into the new FAA database when it comes on-line later this year. j) Development and provide an Airspace Analysis Tool Box program to allow AFW Operations and Planning personnel to perform preliminary airspace analysis of proposed temporary of permanent construction or development that could penetrate an aeronautical imaginary surface resulting in instrument procedure minimums. Th program will be in a Adobe Acrobat PDF file format. I JACOBS 2 .,. ATTACHMENT B ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII COMPENSATION JACOes· Alliance Airport Runway Extension Project -Phase VIII 1Q.O !o_DesTu n~_r:_vic!,!~ for-Earthj~rk Pack~e 11··3,_ John Day Road and Keller Ha~let ~c.>ad _:rask _!.ist and _5umniary of Fe~s 1 • _ Jacobs , "] Consultant ' ~ --1--·- Tab 1 -. -L--------- r ·· I · JACOBS" Jacobs Fee Proposal Alliance Airport Runway Extension Project Phase VIII -100% Design Services for Earthwork Package 3, John Day Road and Keller-Haslet Road 18.Jun-09 Program Management Services Approximately 46 weeks r __ ·-· _ Labor Hour Estif1!.<!_t.!___ _ ~ Prog!~m Deputy Senior . ,··· Project CADD Tec=h_n.i c~J. A_ m!n __ f-----_ _ _ _ __ _ _ ! . ~~<!_9_er ; Program ~gr ; Engi !1e~: -~]:_!>n.!rols::._Mgr.. Tech As~ist~nt " Ass1s~~!1 t.J [fo~ucl fill,i_eekly Prog ress ~e_eti~_g_s·:-=-:::--. -_· _· -L -~-~. 46 68 r .. i---I 120-'--541 'Conduct Mo~ Stakeholder Coord ination Meetings . L__ .. 46 -46 ; · ' I i , Pre~ & Dist ribute Meeting Minutes .. ____ _ -·· __ 40 [ ---r· -. 48 _-_-· 1 :C,evelop & Mainta in Project Schedules ----~----· -48T -_ --_ L ___ .. 40 ··· 1 --j ,Develop&MaintainProject Bu dgets ______ 1 ______ • 4~l -·-··--+··----· 40 ' ., ____ ;of .. _ . i MaintainDocumentCon trolSy~-----··---t·-----· f ___ / ___________ 4QL __ -,!_-_· _____ 4 50 5 .=-=------~j Administer Contracts & Sub-Contracts _______ 1 ____ __ 46 1 _ _ _ ~:~~~~'tG~:~~'.:i~i~~~~r . --------·-=t----=---=~?[ _ill __ -=·-F::..::..~---= ~l::... ~~ __ J 1 Prepare Project Status ~_r:!s___ __ .---J. 36 _--_ '--~~=--__ [_-~---=--.. -~ -Technica l Reviews (EA, Rail & Road L ______ _ 20 1_ _ 48 __ --'-___ _ _ _ 40 I Pre pare Bi-AnnualReport ______ . t .. I .. 20 ______ ! 1 . __ i'·-16 2 Coordinate with BNSF & TxDOT 36 42 =±~ I Coordinate with FAA:::~:.:t. Worth - 1 _--. :t -~=-~~=r_~-:01;~~~=~::: 3 ::: 8 :::::::::::-· 9 ·--< 4 Fee Proposal Program Manager Deputy Program Manager Senior Engineer Project Controls Manage r CADD Technician Technical Assistant Administrative Assistant Overhead Rate @ Sub -Total Profit@ Salary Cost JEG Labor Cost Expenses Mileage Courier/Ex press Mail Printin g & Plotting Reprodu ctio n Total Expenses Total Program Management Cost Hourly Hours Rate $ 85.00 $ 63.00 $ 57 .00 $ 30.00 $ 31 .00 $ 24 .00 $ 19 .00 126.85% 15% 202 550 0 120 72 338 94 Labor Cost $ 17,170.00 $ 34 ,650.00 $ $ 3,600.00 $ 2,232.00 $ 8 ,112 .00 $ 1,786.00 $ 67,550 .00 $ 85 ,6 87.18 $153,237.18 $ 22,985 .58 $176,222 .75 $ 1,000.00 $ 300 .0 0 $ 500 .00 $ 1,000.00 $ 2,800 .00 $179,022.75 DMJM Aviation Fee Proposal Alliance Airport Runway Extension Project Phase VIII -Earthwork Package# 3 Grading, Drainage and Demolition 100 % SUBMITTAL Includes Interim 60% Review Submittal 6/ 8/2009 GADD ID Activit Project Princi al PM /APM Senior En ineer En ineer Technician Admin Tota . Hours -~ :~&:~:;; !~~;u~l~~urvet f o r Ear!Y_ Earthwo _rk_P_a_c-kage .L ------+- Ji[QpdatEJ ExisEn_g Contours to Reflect As-Built Conditi_D!1_5_ j ~ I Upda te Background for Existing Drainage Features, -· · -·--· ----------·- 1.3 1Dri veways, Slope Paving , Rip-Ra p & FAA Cables ! 2 $-=* 3 -T.4'PrenareGe_·ometry Plans to Include Relevant Information _ ·!J---__ -__ --_-±!-----_· _ ------· 42 -__ · 4 6 1 5 Pr~re Grading Plans to Match As-Built Grades . ~.J 1 1 ____ ·a 2 :_--~--+---r··-=-_ 3 2 _·_~ 1.6 Pre are -New ·(r~ss-Section La yout -----i =FI _ 1.7 Pr~e Cross-Sections _____________ _ ( ---= = _ 1 -ff--·• 20 60 +-3 1.8 Pre pare Culvert Profiles --=-r-=-:__r . 1 --~=-1--=-T ____ j =-~-1f --~ 1.9 Pre _ar_e <;:_ha_n_n~Profiles -----~--=~ ---=-T=T -~ ___ ; __ -_2 __ -J--~=F=~-IT-- J-.= -2 _. -}--+---~---r ±-J~-- 1.12 Prepare _Fencin g Plan & Detai ls 1 __________ -"-__ 1_....__ ~-.=-.., __ ,L 1 ______ :_------~,---=~ j 2 J--j'~----1. 13 Pre are_Ero~~o n Control & Sedimentation Plan & Details --l-----! __ _ 1.14 Pre a_re Storm Water Pollution Prevention Plan ______ ~ ___ -----+-----+---- ~:~ ~~~n!r:nio~~~~~_:_!_~-------~---=------_-_-_-_-_-_-_-_-_------=-f=-~-~=~-_ -=~--1---i --=--1 -=---· ----- ~-~~lndEJ~gUJr~~-_____ I · 1 2 .3 ,Pre pare General Notes, Legend and Abbreviates ---·-·LI-~ -------------= -~I' I -1, r ; 0 2.4 U date P~~t Limits and Vicinity Map I " 2 .5 Pre pa re _fgnstructionStagingAreaandAccessPlan -=:.:1 __ .== ==--==·-r--1--_ 2 _::.~=-=~ ___ x --=-_I·=-_ r::_::_ 2 .6 Pre are Equip_rr,_ent Height Restrictions Plan . _ . i-_ __ ____ ___!_ __ +-__ _ ___ I----~ _ __.JL__ 2 . 7 Coordinate D@i~~g~ Area Map Revisions with Sub . _ :_~ r~-~ =---==-=--==-==~ _ ~---i, · .. : . . . 1 t . r • 3.0 Miscellaneous l ----l-. _ 1 _ __ . ----- 3.1 Rev ~w a~_!:j~t_ Front End Contract Documents i _ ______ 4 ____ j__ j _ _ ___ _2_ __ _p __ _ 3.2 Pre are Technical ~cifications _______ t-_ ______ _I!__ __ -1 1 . 10 --- 4 -----4--i ~~- 3.3 Quantity Take-Off _____ 4 9 __ H ~~!~:!~!t!~:~:~~:-~~::~ _-·= -_-_=_---.1,: ·-~=~---~---=f~-_-__ -_1_12_=~_-__ ------~--------~_-: __ ·_111.. ~ ~-i~--= --__ ~_-__ J_-_14 __ : __ __ 3 . 7 Clien UOwner Coordination Meet~---·--___ 12 ! _ 'l-'- 3.8 f AA Coordination/Re vie w Meeti n~------_ 2 2 ' 1 _ 3.9_hCi tyyffort Worth Review MeetinJrCOordination -_= __ -=-_____ 2 1 _+,. _· ___ 2 _ 1:::__ -~ 2__-~_-_ J __ -___ ::_ 21 __ --_. _3.1~Prepjl re 60%ReviewSubmittal ________ _ 2 6 16 J =i Ji ;~~ii~i~~i;.R::~~:}t:~miJ~----=~-== --1 J.-+-; 12 2 2° f---}·-( l r ---! --r ---i I 100% Desi n Phase Subtotal 0 34 58 100 174 16 3&2 ISSUE FOR BID SUBMITIAL ID !Act iv ity 1.0 Des ign Elements -1.11Addressing 100% Drawing Rev iew Co-mm e nts - ~-1 t c oo rdin ate Drai nag e Area Mar:>!"ith-Suhconsulta nt 2.0 ··Miscellaneous 2.1 ·-Revie w a nd Edit Front End Contr act Do cum ents = 2.2 ;_~~~_e~e T e~~ni cal Spec ificat i.Q_rlS _ = ·-·-- >--2J !Qui:!n~ity Take -Off __________ _ 2.4 Estimate of Probab le Constructio n Cost -·---··---·--2 .5 IQuality Assuran ce Review ~ 2.61Cli enUOwne r Coo rdinatio n Meet ings -- --2 .7 ;FAA Coo rdina tion/Review MeetTngs------= 2 .a_l g ty of Fort Wort h R_ev iew -~~~iI~Coordi!!_?_!i On _ 2.9 'Prepare Iss ue for Bid Sub mitta l --T------------------------ Issue For Bid Submittal Phase Subtotal! BID PHASE ID Activitv I I I 1.0,lgn Elements ~.1 Distribu!Ei'Bicfb ocumenis (40 Sets to..Q!tl -----=-r -1.2 Attend Pre-Bid Conference 1.3 Pree_a re and -DistributeAdd enda/Clarificat ion·--· --·- 1.4 Conform Bid Docs for Co nstru ction -1.5 Atten{B ~d Qe_e-~fulL -_ ------·--- ---------- 1.6 Coo rd inat e w it h C~f Fort W orth ------I Bid Phase Subtotal I TOTAL Fee Proposal Project Pri nci pal PM/APM Senio r En gi neer Eng ineer CADD T ech nicia n Adm in Labor Cost Expenses Transportation (ground in miles) Pl otti ng (d rawin gs pe r each) Reprodu cti on (drawings pe r se t) Reproduction (spe cifi ca tions pe r set) Overn ight Mail (each) Total E xpenses Subconsultants (ANA) Uilitl y Reloca tio n Coo rdi natio n Re-Pl ot, Seal & Sub mit Drain age Area Map & Hydrauli c Calculation Total Subconsulta nts Total Earthwork Package# 3 Proj ect Prin ci pa l I PM /A PM J E~~~~:r J Ena ineer J Te~~~c~an J Adm in J Tot~I Ho urs 4 1 2 _ ---_ • __ 2 ---~ _ _ 2 -----··----·---1 -----4 ---------[. _____ ; ~ - -_ L=~-=--=±---; -- - --i-------~---4 - o I 12 I 26 I 24 2 2 2 24 4 56 3 2 5 2 6 ---·-·-2 --- 2 4 ----r-----: ----6 6 ----·------1 I 6 _ 6 --__;_ ____ ' --10 I I 30 I 30 I 8 I no6 Pro j ect Se nio r I En qinee r CADD Total, Hours Pr inci pa l PM/APM En gi nee r Tech nician Admin I tt=----------l. ~[~-8 I 4 --------· -------I 4 4 -------! ---20 l --------12 6 138 4 L 16 4 4 ---------- . ---4 -t -4 -- 4 4 8 -··-r---I -- 0 8 28 I 4 36 18 94 Q 54 112 134 I 240 42 582 Hours Rate Cost 0 $200 $0 .00 54 $175 $9,450.00 112 $126 $14 ,11 2.00 134 $98 $13 ,132 .00 240 $84 $20,160.00 42 $59 $2 ,4 78 .00 $59,332.00 300 $ 0 .58 $ 174.00 60 $ 3.00 $ 180 .00 20 $ 30 .00 $ 600 .00 20 $ 35.00 $ 700 .00 5 $ 25 .00 $ 125.00 $ 1,779.00 $66,775.4 8 $ 1,000 .00 $67,775.48 $128 ,886.48 0 A.N.A. Consultants Fee Proposa l Alliance A i rport Runway Extension Project Phase VIII Earthwork Package# 3 -Utility Relocations Work Plan Description Pre-desiqn coordination Meetinqs Data Collection Site visit and walk throuqh Coordination with othe r aqencies Ooinion of orobable cost Proposed uti lity layout exhibits Fra nch ise Fundinq Coordina ti o n Fra nc hi se Construction Coo rdinati on Total Hours Fee Proposal Pri ncipa l QNQC Eng i neer (PE ) Project Ma nag er Project Engi neer (PE) Eng ineer or Surveyor In tern (EIT or SIT) Admin. Assistant Sala ry Cost FAR Ove rhaed Ra te (2007 Aud it): Sub -To ta l Profit@ A.N .A. Labor Cost Expenses Mileage Co urier/Ex press Mai l Printing & Pl otti ng Reprod uctio n Total Expenses Subconsultants Labor Expenses Total Subconsultants Total Cost Labor Hour Estimate QA/QC Engineer Principal IPEl 1 1 1 1 2 2 Hou rly Hours Rate $ 60 .00 2 $ 48 .00 2 $ 47 .00 75 $ 38 .00 133 $ 28 .00 371 $ 24 .00 77 175 .00% 12% 18 -Jun-09 Eng ineer or Surveyor Project Project Intern (EIT Admin . Manaaer Engineer (PE) or SIT) Ass istant 2 2 2 1 1 10 3 3 6 15 30 90 15 2 4 8 2 2 3 15 10 30 90 30 40 60 150 30 75 133 371 77 La bor Cost $ 120 .00 $ 96 .00 $ 3,525.00 $ 5 ,054 .00 $ 10,388 .00 $ 1,848 .00 $ 21 ,031 .00 $ 36 ,804.25 $ 57 ,835 .25 $ 6 ,940 .2 3 $ 64,775.48 $ 300.00 $ 200 .00 $ 1,500 .00 $ $ 2,000.00 $ $ 66 ,775.48 JACOBS .. Jacobs Fee Proposal Alliance Airport Runway Extension Project Phase VIII John Day Ro ad Relocation Labor Hour Estimate . --·---- Pre Desig n Kick-Off Meeting <;:J!Y_-~oordination Meetif!~_(2) 65% Design Review Meeting Pub1lc-Meeting--------------- Pfe-Bid Conference -·--~- ~ oocumen_t ~-'!£.m~tta1 -______ _ Bidding Assistance Pre Constru ction Conference··------- Pre Construction Public Meeting _________ _ Bid Set Distribution Railroad Coordina-tio n _ De ve lo !l_er Coordination ---------·----·- Proje ct Management 65% Cover 65 % Index 65% Horizonial Control - 65% T_ypic als, P~P sheets 65% s· n~l!r:!.d_!"avement Mari<ings ___ ··--·· -· 65% lnter1;~tio n La~~ ________ _ 65')''!..!::119ro lo_gic Ana sis 65% Hydraulic _!,._!1<3_1)'~---------- 65% Drai~~-e Pl an Layouts:_ _____ _ i -; 65% Drainage Area Maps _____________ _ 65% Hydraulic Computatio ns Sheets _____ _ 65% Storm Plan and Profi_,le--=S_h-'e-'e_ts _____ _ _, 65% Grading ss o/o s W~f -------------------r 65% Street L~inll_ ·---------------: 65% Existi~tili ties I 65% Driv~~Profiles ------, 65% At Grade Railroad Crossing La yout 65% Cross Sections 65% Quantities · · 65% Details and Speys _ ---------· 65% Construction Phasing /Detours 65%QAIQC 95% Cover 95% ·index· 95°/~ Horizontal Control 95°/o Typicals, P&P.sheets· --------·-·· 95°i. SJ9I1ing and P~~,:n_ent~.l!_rl<ing ~--=--=----~ !:J?% ln!E!rsection Layou_!s _ ·------- 95% Hydrologic Analysis 95°/o Hydraulic Analysis 95°io -Dra inage Pl an Cayouts 95% Drainage Area Maps 95°/o Hydraulic Computatio ns Sheets 95 °/o Storm Plan and Profik! Sheets 95 % Grading 95% SWPPP 95% Street Lighting 95% Existing Utilities 95% Driveway Profiles 95% At Grade Railroad Crossing Layout 95% Cross Sections 95% Quantities 95% Details and Specs 95% Construction Phasing/Detours 95%QAIQC 100% Cover 100% Index 100% Horizontal Control 100% Typicals , P&P shee ts 100% Signing and Pa ve ment Markings 100% Interse ction Layouts 100% Hydrologic Analysis 100% Hyd raulic Analysis 100% Drainage Plan La youts 100% Dra inage Area Maps 100% Hyd raulic Computations Sheets Project Manager 4 8 4 8 4 1 1 4 4 0 32 . 40 80 16 16 4 4 4 2 1 0 2 8 8 12 0 0 0 12 2 8 8 8 8 4 2 0 1 0 2 4 2 0 12 0 1 0 8 8 8 8 ,-_ Cleric_ali __ L Sen~r-P_ro j_ . Adm in Engineer ·-. -----r··----- .1 --r--·· ~ i --t-+-0 -, --_ _Q __ _4.Q __ l l_ ___ o _ _16 1 -+---~ --;: ---+ t ~ = 0 -=-·---0 _=-:::J :-·-1~~--:c:··-~-~~J j_ Q--+---4~ --t 0 --f---__ 8 -··. t 0 ___ , ____ 16 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I --· '-··· --1----8 --I~ - I 8 8 8 4 2 0 0 0 40 24 24 8 0 0 2 0 40 8 12 8 8 8 .( I Project Engineer 4 0 4 8 2 8 24 4 0 8 0 0 0 4 4 2 40 1/f a-· 18-J n-09 Engineering Senior CADD Inter---,--DesfTech T I h Lt + ·,o'. 0 I 0 -~----l---f---~ ~\ __ Q ___ + __ _Q ___ -~ : ----~--+--~-.;. -1\ --o -+-o -,---ol o·--+ o -i----1s :-=--=---°-----:-~---_ :T ----~1. J ----!--+---o-'----+ -1~ 1_:-_--8 _ 16 L____ i I 80 -~4--2 L. 24 0 8 I ~ --0--8 f_-=---=---40 24 -,---32 2 ; . ----1-----'3.c;c2 ___ .,..1_-_ ~ -1 0 0 0 0 0 16 24 is 0 0 0 0 0 0 0 0 8 0 0 0 0 8 0 0 0 0 0 0 0 I 48 8 i -· ~-100 100 1----8 20 10 .. -~4£ 16 _j _ 8 8 i 16 --24 -r-· -8 / -To'---+----%---+--8 1 ·--0 O I o ! -----0-0 _J ~= 8 : ---~ +-. ~ -~~:+< ! 0 0 0 -~l o 2 o I 4 --_ ;: -+--204 ---f 244 _ .16 ·-j----~---~ 4 I 16 ··-t----·-- --·1---24 - 8 --l ---:~ 8 ~ -8 8 16 0 8 0 0 0 0 0 24 0 24 0 24 0 0 0 0 0 0 0 4 0 24 16 16 0 8 0 16 24 32 16 8 40 8 8 4 0 0 4 2 4 8 0 0 0 4 24 8 4 16 8 JACOBS. 100% Sta m, Plan and Profile Sheets 100% G_rading 100% SW PPP . . . 1 OQ% Street Lighting . 100% Existing U tilities (100% sub!"'ittal) 100% Driveway Profile s __ _ 100% At Qra_d_e Rai~~ Cros~11 9. ~out __ 100% Cross Sections ------------------~--------· 100% Quantities ·------------- 100% Detai~!)_lld _SpecJ _____ _ 100% Construction Phasing/Detours 100%QA\OC::° ... -···---------· Tota l Hou rs Fee P roposal Project Manager ClericaV Administration Senior Project Engineer Project Engineer Eng ineering Intern Se nior Design / Technician CADD Technician Overhead Rate @ Sub -Total Profit@ Salary Cost J EG Labor Cost Expe nses Mileage Courier/Express Mail Printing & Plotting Reproduction T otal Expens es Total Cost 8 4 2 0 0 0 2 8 4 2 12 8 4 0 2 0 0 0 0 0 0 0 . -r-16 0 -. 12 ·--·--o 16 -+- ·-o--8 0 ---~-0 I 462 -1 --22 -,.. 840 8 40 8 8 8 8 , 4 I 0 0 4 0 0 8 1f 4 0 :: __ -~t ~-,t==-~---· 240 16 __ j__ 0 I 4 ' 0 . _o __ L--o ---___ L_ ·--· 648 I 6 68 Hourly Hours Rate $ 60.00 $ 25 .00 $ 53 .00 $ 40 .00 $ 35 .00 $ 40 .00 $ 30.00 462 22 840 240 648 668 640 3520 126.85% Subco nsultants ANA Utility Relocates Signing/Marking Plans Terracon Transyste ms Gorrondona & Associates SUE Stake Geotech/Slope 15 % Parcel Plats a nd Fi e ld Notes Total Subconsultants $ $ $ $ $ $ $ 4 8 8 0 4 4 4 4 4 4 0 640 Labor Co 1t 27 J 20 00 550 .00 44,52000 9,$0000 22,1>8000 26,120 00 19 , 00 .00 $ 150,990.00 $ 191.t 0 .82 $ 342,~20 .82 $ 51,47812 . ,,,r .. $ ~00 00 $ !'\0000 $ §00 00 $ ~0 0 .00 . T" $ 56,7~6 80 $ 9,7p 6 00 $ 16,opo oo $ 64 ,810 00 $ 42.opo.oo $ 20,480 .00 $ 41,0 f 4 00 $ 250,837 $ 646 ,7i 5 .74 JACOBS" Jacobs Fee Proposal Alliance Airport Runway Extension Project Phase VIII Keller-Haslet Road Labor Hour_Estimate ---·------· --- PreDesign Kic k_:Off !'.1e_e~i,:i_g _ City Coordination Meetings (2) _ 65% Design Re view ~e_ti_rl_!!.__ Data Collectio n _-~rc,_pe_rt,< f'<E:_s_earc h P ub lic M_eetin9 __ _ Pre Construction Conference --·---·--------- Pre Con stru ction Public Meeting ___ _ B id Document Submittal B idd ing Assistance ________ _ B id Set D istribution ---·-------------·--- Pre Bid Conference Railroad Coordination Developer Coordination __________ _ Project Management ----------___ _ 65% Cover 6 5% Index 65% Horizontal Control ---------:.:.:_::__:_:_ _____ _ 65% Typicals, P&P_sheets ____ _ 65% Detour Pla n-'s _______ _ 65% Sign ing and Pavement Markings ~~% Hydrologic Analysis ~5% Hy~ra u_lic ~lysis ~~%_ ~:3inage Plan_c::.La:cy'-'o=-=u=-=ts=----- 6~% Dra!nage Area Maps 65% Hydraulic Computations Sheets 65% Storm Plan and Profile Sheets 65% Grading -----------_ _ _ __ _ 65% SWPPP ~3°/o _sy_e_e! Lighting,._ ______ _ ~~0/o__~x~ting Utilities 65% Cross Sections _______ _ 65% Quantities ------------------------- ?_5% _Details_ and Sp_ec:.-=-cs=--- 65% QAIQC 65% Shoring Design ________________ _ 95% Cove r 95% Index -------··----- 95% Horizontal Control ------~---- 95_% T ypicals, P&~ s_hee~s ______ _ 95% Detou r P la ns 95% Signing and P_avem~nt_M~~i~gs __ 95% Hyd rologic Analysi s 95% Hydra ulic An alys is 95% Dra inage P la n Layo uts 95% Dra in age Area Maps 95% Hyd raulic Computations She_ets 95% Storm Plan and Profile Sheets 95% G rading 95% SWPP P 95% Street Lighting 95% Exis ting Utiliti e_s 95% Cross Sections 95% Quantities 95% Details and Specs 95% QA\QC 95% Shoring Desig n 100% Cove r 100% Index 100% Horizontal Con trol 100% Typica ls, P&P sheets 100% Detou r Plan s 100% Signing and Pa vement Markings 100% Hyd rologic Analysis Project Manager - 4 4 4 0 4 Clerical/ Admin 0 ~ 0 0 --------i Senior Proj Engineer 4 4 4 0 4 . ____ o __ . 4 Q I 4 4 I o --; 4 1----~:---i_ --~ ~:~ff1_L lj ~f f Fl 1 '-lfff ·~ 8 8 ------+---------1-- 4 i 4 4 ---~ -=-·-r==--=- 4 t 0 ----- ~~~ --=-i=i= 2 0 _ 8 ____ L ___ O __ ----''-- ?_ -----4----o ___ _ o I __ o __ 0 0 0 8 2 4 4 4 4 4 4 2 1 2 2 2 8 2 0 0 0 4 0 0 -L--~---I I o 1 -r ----o ----T - t--__ o __ --f r- L 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 40 16 16 0 16 1 1 2 24 24 8 4 4 4 4 4 4 2 0 2 0 24 0 16 0 2 2 16 8 8 Project Engineer 0 0 0 0 0 4 8 8 Eng in eeri ng -ln~r ~-I 4 4 4 4 1-8 . ------------1 Senior DesfTech 0 0 0 0 0 L----+--/ -~ ·-f----8---L--0 1-------1--- 24 L. __ o ___ . __ o 8 I ---0 I _____ 0 4 _ _L __ o ____ ' --~ 4-----i---~-_ _L __ -~- 8 ___ j___ 0---l-----0 _ _604_~=--+~$$~ --~~{~_ 0 -~4 ____ 2 __ 0 8 2 0 +-32 ___ 8 o----T 16 8 r + r I + 0 _ -± __ 24 __ -+--~ --=-f--_--i,-i---~ -_--+~_8_-_---:8': ~J I 4 -----i---------4----f--32 8 8 ----1----4 ---+--~- ~ --t-~4 -----%- 8 .j ---16 _ 0 0 . 0 0 16 0 0 0 0 0 0 0 2 16 0 0 20 0 0 0 0 0 0 .; t i-~-I- 24 ____ i o ~-r a ----I - 8 8 8 8 8 8 8 4 8 0 4 2 24 4 16 8 0 0 16 16 0 0 0 0 2 0 32 8 8 0 16 0 -1 I T T ~t~~ ? 0 h t I & & --t ~ -J -f i --- 2 -+---- 16 j--- 8 a, __ --- 1t_ __ i ~-- 1=~ 16 4 4 2 2 0 0 8 8 8 8 8 4 2 0 0 8 0 0 0 0 2 16 8 0 JACOBS" 100% Hydraulic Analysis 100% Drainage_ Plan La yo_uts 100% Drainage Area ll,1_aps 100% Hyd raulic Computations Sheets 100% Storm Plan and Profile Sheets --- 100% Grading 100% SWPPP --· -·-· 100% Street Lighting 100% Ex isting Utilities 10:0 % Cross-sections --- 100% Quantities 100% Details and Specs 1_90 % QAIQC ----- 100% Shorin9 [)esig_n_ Total Hours Fee Proposal Project Manager ClericaV Administration Senior Project Engineer Project Eng ineer Engineering Intern Senior Design / Technician CADD Technician Overhead Rate @ Sub -Total Profit@ Salary Cost JEG Labor Cost Expenses Mileage Courier/Express Mail Printing & Plotting Reproduction Total Expen ses Total Cost 4 4 4 4 I 4 4 2 __ [ ___ 0 o ______ o 0 ----~---0 0 __ ----0 4 I 0 8 _-_ _=;--() 2 0 ----·-·--·--- --268 ---t--20 -- 4 4 4 4 4 4 2 0 0 0 16 0 2 542 0 4 4 8 0 4 222 8 8 ~--0 8 8 . ---8 --_ T ____ o _ - 4 ------- ~-------. , 526 Hourly Rate $ 60 .00 $ 25 .00 $ 53 .00 $ 40 .00 $ 35.00 $ 40 .00 $ 30 .00 126.85% 15% Subconsultants ANA Terracon Transystems Gorrondona & Associates SUE Stake Geotech Parcel Plats and Field Notes Total Subconsultants 8 8 8 8 8 8 4 0 0 8 0 0 4 332 Hours La L Co r t 2~~ : 16,~p~~ ~~ 542 $ 28, 26 .00 222 $ 8 , 80.00 526 $ 18,f 10.00 332 $ 13.~80.00 344 ~$ __ 1 O~,i'-'32~0-ce.O_c_O 2254 I $ 96r 6 .00 $ 122,024 .63 I $ 218,220 .63 $ 32.L 309 $ 250r 3.72 I $ 900 .00 $ 500.00 $ I 900 .00 $ 500.00 $ 2r 0.00 $ 14 ,1 99 20 $ 8,000 .00 $ 16 ,2 00 .00 $ rnf oo $ 5, 20.0 0 $ 10 l::: $ $ 317 ,J28 .92 JACOBS .. Jacobs Fee Proposal Allia nce Airport Runway Extens ion Proj ect Phase VIII· ALP Update SUMMAR Y OF SERVICES DESCRIPTION PROJECT MANAGEMENT Task 1 -INVENTORY TASK 2 -FORECAST TASK 3 -AIRFIELD REQUIREMENTS TASK 4 -NAVAID REQUIREMENTS TASK 5 -ALTERNATIVE LAYOUTS TASK 6 -ALP UPDATE AND REPORT 6al Survev 6bl Modification to Airoort Desian Sta ndards 6cl Prooertv Mao 6dl Color Aerial 6el FAA Controllina Obstacle Assessment 61) TE RPS Surfaces 6al Airoorts Desian Surfaces 6h l Line-of-Sia ht Analvsis 6il ALP GADD Conversion to New FAA GIS Confiauration 6hl Airsoace AnalvsisTool Box Contlnaencv • Labor hours Labor Costs f!oject Mana~----- §enior GIS E!'_gineer (QNOCL Senior Engineer -----·--__ Engineer I ------____ _ Gl~heer _______ _ Technicia n surveyor' _________ _ Project Controls / MOP Reviews Administrative Assistant -·-_ Labor & General Administrative Overhead Profit Costs Di rect Non Salary Expenses TOTALS Date : PM Sr. GIS ENG . SR. ENG. ENG.I GIS TECH SURVEY CADD CREW TECH . 5 3 8 2 2 2 4 2 4 3 4 20 2 8 75 3 48 8 2 2 3 16 12 2 6 6 8 3 2 20 2 10 2 8 8 2 5 48 10 12 20 69 69 7 22 16 48 179 Hours " Direct Salarv Direct Labor 69 X $ 80. 16 $ 5,531 .04 69 X $ 60.00 = $ 4 140.00 7 X $ -~--=-~--$ 350.00 22 X $ 35.00 $ . . . 770.00 PROJ CNTRL 10 10 16 $ 35 .oo $ ~o~--- 179 X $ 30.00 --$ _ __ ------__ 5,370.00 __ _ --)~ ____ J=i ·mr c-~ _ -J~ ---==~~-=:_-::==~m~---=--- $ 19 ,235.54 Total Labor Costs : I Direct Salary Costs: $ 19,236.00 x Labor & General Administrative Overhead Ra te 129.28% Labor & General Administrative Overhead Costs -$c---------2,-4~.=-86~8=-.3=-0= ITotal Overhead Costs : I I Labor Cos ts $ 19,236.00 + Overhead Cos ts $ 24 869.00 s 44 ,105.00 x Mark-up Rate 15% $ 6,615.75 !Total Profit: I Mileage $ 11 5.00 Reproduction $ 250 .00 Couri er s 40.00 Car Rental s Meals s 30.00 Lodging s Ai rfare s Sub To tal $ 435.00 !Total Expen ses : I June 18 . 2009 ADMIN T)TAL 115 l o 0.5 )1.5 0.5 12.5 0 .5 8.5 0.5 )1.5 0 .5 7 .5 2 ~07 159 14 !3 1 I a ~4 ~5 ~2 ~8 ~5 2 14 lo ;10 lo :o 8.5 4 13.5 ---- ---f--· $2~,869 I $t',616 I I $435 $511561 ATTACHMENT C ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII ADMENDMENTS TO STANDARD AGREEMENT FOR ENGINEERING SERVICES ATTACHMENT C AMENDMENTS TO STANDARD AGREEMENT FOR ENGINEERING SERVICES ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII AMENDMENTS A. Article IV, Paragraph G: The ENGINEER shall not be responsible for recommending construction progress payments. B. Article IV, Paragraph H: The ENGINEER shall not prepare Record Drawings. C. Article IV, Paragraph I: The CITY has established a disadvantaged business enterprise (DBE) goal of 20% for this contract. D. Article IV, Paragraph K (1) (a): Delete: "If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this PROJECT of location." E. Article IV, Paragraph K (1) (a) (ii): Delete: "ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the commercial general liability or commercial umbrella liability insurance maintained in accordance with this agreement." F. Article IV, Paragraph K (1) (b) (i): Delete: "ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the business auto liability or commercial umbrella liability insurance obtained by ENGINEER pursuant to this agreement or under any applicable auto physical damage coverage." G. Article IV, Paragraph K (1) (c) (i): Delete: "ENGINEER waives all rights against the CITY and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by workers compensation and employer's liability or commercial umbrella insurance obtained by ENGINEER pursuant to this agreement." H. Article IV, Paragraph K (2) (b): The CITY will not be named as "additional insured" on the ENGINEER'S professional liability and worker's compensation policies . I. Article IV, Paragraph K (2) (i): Jacobs considers its insurance policies to be proprietary and therefore any such review of the applicable policies must be conducted at Jacobs' offices and subject to a confidentiality agreement. J. Article IV, Paragraph 0: Permits not expressly scoped in Attachment A, Scope of Services, shall not be the responsibility of the ENGINEER. K. Article VI, Paragraph B: The ENGINEER shall not be liable for any use of such design documents on any other project. SPECIAL PROVISIONS A. Changes of Work: The ENGINEER shall make such revisions in the work included in this contract which has been completed as are necessary to correct errors appearing therein when required to do so by the City without undue delays and without additional cost to the CITY . If the CITY finds it necessary to request changes to previously satisfactorily completed work or parts thereof, the ENGINEER shall make such revisions if requested and as directed by the CITY. This will be considered as additional work and paid for as specified under Additional Work . B. Additional Work: Work not specifically described under "Scope of Services" must be approved by supplemental agreement to this contract by the CITY before it is undertaken by the ENGINEER. If the ENGINEER is of the opinion that any work he has been directed to perform is beyond the scope of this agreement and constitutes extra work, he shall promptly notify the CITY in writing. In the event the CITY finds that such work does constitute extra work, then the CITY shall so advise the ENGINEER, in writing, and shall provide extra compensation to the ENGINEER for doing this work on the same basis as covered under Compensation and as provided under a supplemental agreement. The lump sum fee shall be adjusted if additional work is approved by supplemental agreement and performed by the ENGINEER. C. Consequential Damages: Notwithstanding any other provision of this Agreement to the contrary, the parties hereto mutually agree that neither party shall be liable to the other for any indirect, incidental, consequential, exemplary, punitive or special damages or loss of income, profit or savings of any party, including third parties, arising directly or indirectly from the parties' relationship under this Agreement or applicable law. D. Limit Use to Hard Copies: As a component of the Services provided under this Agreement, Engineer may deliver electronic copies of certain documents or data (the "Electronic Files ") in addition to printed copies (the "Hard Copies") for the convenience of the Owner. Owner and its consultants, contractors and subcontractors may only rely on the Hard Copies furnished by Engineer to Owner. If there is any d iscrepancy between any Electronic File and the corresponding Hard Copy , the Hard Copy controls . E. Acceptance Procedure: Owner acknowledges that Electronic Files can be altered or modified without Engineer's authorization , can become corrupted and that errors can occur in the transmission of such Electronic Files . Owner agrees that it will institute procedures to preserve the integrity of the Electronic Files received from Engineer until acceptance . Owner further agrees that it will review the Electronic Files immed iately upon receipt and conduct acceptance tests with in thirty (30) days , after which period Owner shall be deemed to have accepted the Electronic Files as rece ived . Engineer will undertake commercially reasonable efforts to correct any errors in the Electronic Files detected within the 30 - day acceptance period . Engineer shall not be responsible to maintain the Electronic Files after acceptance by Owner. F. Warranty of Compatibility: Engineer does warrant or represent that the Electronic Files will be compatible with or useable or readable by systems used by Owner or its consultants, contractors and subcontractors . Engineer is not responsible for any problems in the interaction of the Electronic Files with other software used by Owner or its consultants , contractors and subcontractors . ATTACHMENT D ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII Project Schedule Consulting Contract Schedule Specifications City of Fort Worth Capital Improvement Program · I Dept.: PMO !subject: Schedule Specifications !vers ion : 1.0 Attachment D -Project Schedule FORT WORTH This PROTECT requires a Tier << 3 >> schedule as defined herein and in the Cih(s Schedi.le Guidance Document. I Dl. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall prepare schedules for consulting services that meet the requirements described in iliis specification, showing by Critical Path Method (CPM) the planned sequence and timing bf the Work associated with the Agreement. All submittals shall be submitted in PDF formJ t, and schedule files shall also be submitted in native file format (i.e. file formats associatJ d with the scheduling software). The approved scheduling software systems for creating ! e schedule files are: -Primavera (Version 6.1 or later or approved by CITY) -Primavera Contractor (Version 6.1 or later or approved by CITY) -Primavera SureTrak (Version 3.x or later or approved by CITY) -Microsoft Project (Version 2003/2007 or later or approved by CITY) D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice-to-proceed, e CONSULTANT shall develop, submit and review the draft detailed baseline consultirig services schedule with the CITY to demonstrate the CONSULT ANT' s understanding of ilie Agreement requirements and approach for performing the work. The CONSULTANT wfil prepare the final detailed baseline consulting services schedule based on CITY comments, 1• any, and submit to the CITY no later than the submittal of the first project invoice . The following guidelines shall be adhered to in preparing the baseline schedule, and as described in further detail in the CITY' s Schedule Guidance Document. a . The scope shall be subdivided by work breakdown structure (WBS) representing ilie tasks, subtasks, and activities associated with delivering the work. I b. The schedule shall accurately describe the major work activities, key milestones, anr dependencies/ relationships as appropriate to the work. I c . The schedule should include appropriate meetings, review periods, critical decision points, including third party utility dependencies and reviewing agencies. I D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare and submit monthly to the CITY for approval the updated schedule in accordance with D~ and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses, the CONSULTANT shall enter into the schedule and record actual progress as described ili the CITY' s Schedule Guidance Document. The updated schedule submittal shall also include a concise schedule narrative th t highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, CITY OF FORT WORTH , TEXAS PROGRAM MANAGEMENT OFFICE 1 OF 2 • Opportunities to expedite the schedule, • Coordination issues the CITY should be aware of or can assist with, I • Other schedule-related issues that the CONSULTANT wishes to communicate to thb CITY . I D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the wo~k accomplished falls behind that scheduled due to factors within the CONSULT ANT[ s control, the CONSULT ANT shall take such action as necessary to improve the progress @f the Work. In addition, the CITY may require the CONSULTANT to submit a revisJ d schedule demonstrating the proposed plan to make up the delay in schedule progress a Id to ensure completion of the Work within the allotted Agreement time. D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of e project. The schedule tier for this project is stated at the top of this docume11~- CONSULT ANT shall submit each schedule relying on the CITY' s current Schedule Guidance Document. D6 . SCHEDULE SUBMITTAL AND PAYMENT: As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information required by Attachment D . CONSULTANT' s monthly invoices will not be accepted:;± processed for payment without monthly schedule updates that are submitted in the · e and manner required by Attachment D and the CITY' s current Schedule Guidan e Document. CITY OF FORT WORTH, TEXAS PROGRAM MANAGEMENT OFFICE 20F2 JACOBS™ ALLIANCE AIRPORT JUNE 18 , 2009 , RUNWAY EXTENTION PROJECT , PHASE VIII ID Task Name '09 I Oct 4 '09 I Nov 1 '09 I Nov 29 'O I Dec 27 'O I Jan 24 '101 Feb 21 '1 I Mar 21 '101 Aor 18 '10 1 Mav 16 '1 I Jun 13 '101 Ju l 11 '10 I Aua 8 '10 I S S I T I M I F I T I S !W I S I T I M I F I T I S I W I S I T I M I F I T I S I W I S I T I M I F I T I S I W I S I T I M I F I 1 "" T 7/27 2 3 Earthwork Package # 3 Earthwork Package # 3 T "" 12/29 7 8 John Day & Keller Haslet John Day & Keller Haslet T T 4/29 9 10 ALP Update ALP Update T "" 5/27 11 ALP Update ALP Update I J 5/27 \\FW1-S16 \T ransportation\Job\010819\Phase VI II\Proposal\Phase V III Project Schedule .mpp .. ATTACHMENT E Location Map ALLIANCE AIRPORT RUNWAY EXTENSION PROJECT PHASE VIII STANDARD ENGINEERING AGREEMENT (REV 10/06 /05) Page 1 of 1 See Attached ·. City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: DATE: Tuesday , August 18 , 2009 LOG NAME: 55JAC0BSPHASEVIII REFERENCE NO.: 1-23735 SUBJECT: I Authorize an Agreement with Jacobs Engineering Group Inc ., i n the Amount of $1 ,323 ,029 .89 for Program Management and Design Services for the Runway Extension Proj ect at Fort Worth Alliance Airport RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute an agreement with Jacobs Engineering Group Inc., in the amount of $1,323 ,029 .89 for Program Management and Design Services for the Runway Extension Project at Fort Worth Alliance Airport . DISCUSSION: On March 27 , 2001 , (M&C C-18528) the City Council approved an agreement with Carter and Burgess , Inc., (now Jacobs Engineering Group Inc.) for Phase I program management services for the Runway Extension Project at Fort Worth Alliance Airport. Subsequently , similar services have been performed in multiple phases under individual agreements as funds became available . This agreement will be fd r Phase VII I program management and design services . I Jacobs submitted a fee proposal with a scope that includes program management services , design 1 of Earthwork Package Number 3, design of John Day Road , design of Keller Haslet Road , and update of the Airport Layout plan . A fee proposal in the amount of $1 ,323 ,029 .89 has been negotiated and deenied reasonable . Federal Aviation Administration funds from Runway Extension Grant number 34 will be used for this project. Existing land credits that remain from the original land donation for All iance Airport I ill be used for the City 's 5 percent in-kind match . M/WBE -Jacobs Engineering Group is in compliance with City's M/WBE ordinance by committing to 21 percent M/WBE participation . The goal on this project is 20 percent. This project is located in COUNCIL DISTRICT 2. --·---·-----·----- FISCAL INFORMATION/ CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current operating budget , as appropriated , of the Airports Grant Fund. FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: ogname: 55JAC 0B SPH ASEV III FROM Fund/Account/Centers GR14 539120 055218265300 $1,323 ,029 .89 _[ --- Page 1 of 2 Submitted for City Manager's Office by: " . Qriginating Department Head: Additional Information Contact: ATTACHMENTS 1. Available Budget -218265 .pdf (CFW Internal) 2. Compl iance-218265 .pgf (CFW Internal) ogname: 55JAC0BSPHASEVIII Carl Smart (6525) Kent Penney (5403) Aya Ealy (5406) Pa~e 2 of 2