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