HomeMy WebLinkAboutContract 40242, CITY SECRETARY~
CITY OF FORT WORTH, TEXAS CONTRACT NO.Lf A
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"), and
Garver LLC, (the "ENGINEER"), for a PROJECT generally described as: Cook Children's
Hospital and Texas Jet Taxilane and Entrance Road improvements.
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. Invoice and Payment
(1) The Engineer shall provide the City sufficien t documentation , including but not
limited to meeting the requirements set forth in Attachment D to this
AGREEMENT , to reasonably substantiate the invo ices .
(2) The ENGINEER will issue monthly invoices for all work performed under this
AGREEMENT. Invoices are due and payable with in 30 days of receipt.
(3) 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 .
(4) In the event of a disputed or contested billing , only that portion so contested
will be withheld from payment , a~d the undisputed portion will be paid . The
CITY will exercise reasonableness in contesting any bill or portion thereof. No
interest will accrue on any contested port ion of the billing until mutually
resolved .
(5) If the CITY fails to make payment in full to ENGINEER for billings contested in
good faith within 60 days of the amount due , the ENGINEER may, after giving
City of Fo rt W orth , Texas
S tan dard Agreeme nt fo r Engi neering Related Design Services
6 .30 .09
Page 1 of 15 FFICIA RECORD
CITY SECRETARV
, ORJ"i . TX
7 days' written notice to CITY, suspend services under this AGREEMENT until
paid in full. In the event of suspension of services , the ENGINEER shall have
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 engineering
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 services
at the time such services are performed.
C. Subsurface Investigations
(1) The ENG INEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys , tests, test borings , or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise the
CITY concerning the results of same. Such surveys , tests , and
investigations shall be furnished by the CITY , unless otherwise specified
in Attachment A .
(2) 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 where
observations , exploration , and investigations have been made . Because
of the inherent uncertainties in subsurface evaluations , changed or
unanticipated underground cond itions 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.
City of Fort W orth , T ex a s
Standa rd Agreement for Engineering Related Design Services
6 .30 .09
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in ink
on reproducible mylar sheets and electronic fi les in .pdf format , or as otherwise
approved by CITY , which shall become the property of the CITY. CITY may
use such drawings in any manner it des ires ; provided , however, that the
ENGINEER shall not be liable for the use of such drawings for any project
other than the PROJECT described herein .
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on-site representatives or otherwise , do not make the ENGINEER
or its personnel in any way responsible for those duties that belong to the
CITY and/or the CITY's construction contractors or other entities , and do not
relieve the construction contractors or any other entity of their obligations ,
duties , and responsibilities , including , but not limited to , all construction
methods , means , techniques , sequences , and procedures necessary for
coord inating and completing all portions of the construction work in
accordance with 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 other
entity or their employees in connection with their work or any health or safety
precautions .
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A , the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the progress
or quality of the completed work on the PROJECT or to determine , in general ,
if the work on the PROJECT is being performed in a manner indicating that the
PROJECT, when completed , will be in accordance with the Contract
Documents , nor shall anything in the Contract Documents or the agreement
between CITY and ENGINEER be construed as requiring ENGINEER to make
exhaustive or continuous on-site inspections to discover latent defects in the
work or otherwise check the quality or quantity of the work on the PROJECT.
If the ENGINEER makes on-site observation(s) of a deviation from the
Contract Documents , the ENGINEER shall inform the CITY .
(3) When professional certification of performance or characteristics of materials ,
systems or equipment is reasonably required to perform the services set forth
in the Scope of Services , the ENGINEER shall be entitled to rely upon such
certification to establish materials , systems or equipment and performance
criteria to be required in the Contract Documents.
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
C ity of Fo rt Worth, Texas
Standard Agreement for Eng ineering Related Design Services
6.30 .09
Page 3 of 15
current available information at the time of preparation , in accordance
with Attachment A.
(2) In providing opinions of cost , financial analyses, economic feasibility
projections , and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation or
maintenance costs; competitive bidding procedures and market
cond itions ; time or quality of performance by third parties; quality, type ,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate PROJECT
cost or schedule. Therefore , the ENGINEER makes no warranty that the
CITY's actual PROJECT costs , financial aspects, economic feasibility , or
schedules will not vary from the ENGINEER's opinions , analyses ,
projections , or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor w ill be based on the
ENGINEER's knowledge , information , and belief from selective sampling and
observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance w ith the Contract
Documents ; that the final work will be acceptable in all respects ; that the
ENGINEER has made an examination to ascerta in how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work , materials , or equ ipment has passed to the CITY free and clear of liens ,
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 represent
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 into 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 goals for
the participation of minority business enterprises and woman business
Ci ty of Fort Worth, Texa s
Sta nd ard Agreement fo r Engin eering Related Design Services
6.30.09
Page 4 of 15
enterprises in City contracts. Engineer acknowledges the M/WBE goal
established for this contract and its commitment to meet that goal. Any
misrepresentation of facts (other than a negligent misrepresentation) and/or
the commission of fraud by the Engineer may result in the termination of this
agreement and debarment from part icipating in City contracts for a period of
time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall , until the expiration of five (5) years
after final payment under this contract , have access to and the right to
examine and photocopy any directly pertinent books , documents , papers and
records of the ENGINEER involving transactions relating to this contract.
ENGINEER agrees that the CITY shall have access during normal working
hours to all necessary ENGINEER facilities and shall be provided adequate
and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The CITY shall g ive ENGINEER reasonable
advance notice of intended audits.
(2) ENGINEER further agrees to include in all its subconsu ltant agreements
hereunder a provision to the effect that the subconsultant agrees that the CITY
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, that the
CITY shall have access during normal working hours to all subconsultant
facilities , and shall be provided adequate and appropriate work space , in order
to conduct audits in compliance with the provisions of this article together with
subsection (3) hereof. CITY shall give subconsultant reasonable advance
notice of intended audits.
(3) ENGINEER and subconsultant agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for the
cost of copies at the rate published in the Texas Administrative Code in effect
as of the time copying is performed.
K. INSURANCE
(1) ENGINEER'S INSURANCE
a . Commercial General Liability -the ENGINEER shall mainta in commercial
general liability (CGL) and , if necessary, commercial umbrella insurance
with a limit of not less than $1,000,000 .00 per each occurrence with a
$2,000 ,000 .00 aggregate. If such Commercial General Liability insurance
contains a general aggregate limit , it shall apply separately to this
PROJECT or location.
City of Fort W orth , Texas
Sta ndard Agreement for Engineering Related Design 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. This
insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the CITY. The
Commercial General Liability insurance policy shall have no
exclusions by endorsements that would alter or nullify:
premises/operations, products/completed operations , contractual,
personal injury, or advertizing injury , which are normally contained
within the policy, unless the CITY approves such exclusions in
writing .
ii . 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.
b. Business Auto -the ENGINEER shall maintain business auto liability and ,
if necessary, commercial umbrella liability insurance with a limit of not less
than $1 ,000 ,000 each accident. Such insurance shall cover liability arising
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 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.
c. Workers ' Compensation -ENGINEER shall maintain workers
compensation and employers liability insurance and, if necessary,
commercial umbrella liability insurance with a limit of not less than
$100,000 .00 each accident for bodily injury by accident or $100,000.00
each employee for bodily injury by disease , with $500 ,000.00 policy limit.
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 obtained by
ENGINEER pursuant to this agreement.
d . Professional Liability -the ENGINEER shall maintain professional liability,
a claims-made policy , with a minimum of $1,000,000.00 per claim and
aggregate. The policy shall contain a retroactive date prior to the date of
City of Fort Wort h , Texas
Sta nda rd Ag reem ent for En gineering Related Design Services
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 following the
completion of the contract. An annual certificate of insurance specifically
referencing this proj ect shall be submitted to the CITY for each year
following completion of the contract.
(2) GENERAL INSURANCE REQU IREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be delivered to the CITY prior to ENGINEER
proceeding with the PROJECT.
b. Applicable policies shall be endorsed to name the CITY an Additional
Insured thereon , as its interests may appear. The term CITY shall include
its employees , officers , officials , agents , and volunteers as respects the
contracted services .
c. Certificate(s) of insurance shall document that insurance coverage
specified in this agreement are provided under applicable policies
documented thereon.
d. Any failure on part of the CITY to request required insurance
documentation shall not constitute a waiver of the insurance requirements .
e . A minimum of thirty (30) days notice of cancellation or material 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 shall be
endorsed onto ENGINEER's insurance policies. Notice shall be sent to the
respective Department Director (by name), City of Fort Worth , 1000
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 A.M.
Best Key Rating Guide or have reasonably equivalent financia l strength
and solvency to the satisfaction of Risk Management.
g. Any deductible or self insured retention in excess of $25,000.00 that would
change or alter the requirements herein is subject to approval by the CITY
in writing , if coverage is not provided on a first-dollar basis. The CITY , at it
sole discretion , may consent to alternative coverage maintained through
insurance pools or risk retention groups. Dedicated financial resources 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 Worth , Texas
Standa rd Agreement fo r Enginee ring Related Design Services
6 .30 .09
Page 7 of 15
to review the ENGINEER's insurance policies including endorsements
thereto and , at the CITY's discretion ; the ENGINEER may be required to
provide proof of insurance premium payments .
j. Lines of coverage , other than Professional Liability , underwritten on 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 changes
from date of commencement of the PROJECT until final payment and
termination of any coverage required to be ma intained after final payments .
I. The CITY shall not be responsible for the direct payment of any insurance
premiums required by this agreement.
m. Sub consultants and subcontractors to/of the ENGINEER shall be required
by the ENGINEER to maintain the same or reasonably equivalent
insurance coverage as required for the ENGINEER. When sub
consultants/subcontractors maintain insurance coverage, ENGINEER shall
provide CITY with documentation thereof on a certificate 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 disclosure in
writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect , in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing of
any conflicts of interest that develop subsequent to the signing of this contract
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 portions of
the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected , the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
C ity of Fort W ort h, T ex a s
Sta nda rd Agreement for Engineering Related Design Services
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 eng ineering 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 required , at
its own cost and expense. However, if design changes are requ ired due to the
changes in the permitting authorities ' published design criteria and/or practice
standards criteria which are published after the date of this Agreement which
the ENGINEER could not have been reasonably aware of, the ENGINEER
shall notify the CITY of such changes and an adjustment in compensation will
be made through an amendment to this AGREEMENT.
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
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 of the
information provided by the CITY.
B. Access to Facilities and Property
The CITY w ill make its facilities access ible to the ENGINEER as required 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 connection
with the ENGINEER's services. The CITY will be responsible for all acts of the
CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services , the CITY will obtain,
arrange , and pay for all advertisements for bids ; permits and licenses requ ired
by local , state , or federal authorities ; and land , easements , rights-of-way , and
access necessary for the ENGINEER's services or PROJECT construction .
C ity of Fort Worth , Texas
Stan da rd Agreement for Eng ineering Related Design Services
6 .30 .og
Page 9 of 15
D. Timely Review
The CITY will examine the ENGINEER's stud ies , reports , sketches , drawings ,
specifications , proposals , and other documents; obta in advice of an attorney ,
insurance counselor, accountant , auditor, bond and financial advisors , and
other consultants as the CITY deems appropriate; and render in writing
decisions requi red 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 CITY
observes or becomes aware of any development that affects the scope 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 CITY's
facil ities 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 cla ims 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 discharge ,
release or escape of hazardous substances , contaminants, or asbestos is
a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance , contam inant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at Construction Site , and
provisions providing contractor indemnificat ion 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 :
City 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
Stan dard Agreement for Eng ineering Related Design Services
6 .30 .09
Page 10 of 15
with , or resulting from the engineering services performed.
Only the CITY will be the beneficiary of any undertaking by
the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third-party beneficiaries .
(3) 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 shall
have no third-party benefic iary rights under this Agreement.
(4) Nothing contained in this sect ion V.H . shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
I. CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing structures
associated with the PROJECT.
(2) The CITY will ensure that Builders Risk/Installation insurance is ma intained at
the replacement cost value of the PROJECT. The CITY may provide
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 shall 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 , defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
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
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 made
through an amendment to this AGREEMENT with appropriate CITY approval.
City of Fort Worth , Texas
Sta ndard Agree ment for Eng ineering Related Design Serv ices
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 upon
receipt of a written Notice to Proceed from the CITY.
B. Reuse of Project Documents
All designs , drawings, specifications , documents , and other work products of
the ENGINEER, whether in hard copy or in electronic form , are instruments of
service for this PROJECT , whether the PROJECT is completed or 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 written
permission of the ENGINEER will be at the CITY's sole risk. The CITY shall
own the final designs , drawings , specifications and documents.
C. Force Majeure
The ENGINEER is not responsible for damages or delay in performance
caused by acts of God , strikes , lockouts , accidents , or other events beyond the
control of the ENGINEER that prevent ENGINEER's performance of its
obligations hereunder.
D. Termination
(1) This AGREEMENT may be terminated on ly by the City for convenience on
30 days' written notice . This AGREEMENT may be terminated by either the
CITY or the ENGINEER for cause if either party fails substantially to perform
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.
(2) 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 , specifications
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 Fo rt Wo rth , Texas
Stand ard Agreement for Engineering Related Design Services
6 .30.og
Page 12 of 15
work underway at the time of the CITY'S termination for convenience so
that the work effort is suitable for long time storage .
(3) Prior to proceeding with termination services , the ENGINEER will submit to the
CITY an itemized statement of all termination expenses. The CITY'S approval
will be obtained in writing prior to proceed ing with termination services .
E. Suspension, Delay, or Interruption to Work
The CITY may suspend , delay, or interrupt the services of the ENGINEER for
the convenience of the CITY. In the event of such suspension , delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
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 Sect ion 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 negligence ,
intentional tort , intellectual property infringement, or failure to pay a
subcontractor or suppl ier committed by the ENGINEER or ENGINEER '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 prior
written consent of the other party.
H. Interpretation
Limitations on liability and indemnities in this AGREEMENT are business
understandings between the parties and shall apply to all the different theories
of recovery , including breach of contract or warranty, tort including negligence ,
strict or statutory liability, or any other cause of action , except for willful
misconduct or gross negligence for limitations of liability and sole negligence
for indemnification . Part ies mean the CITY and the ENGINEER, and their
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 venue
for any litigation related to this AGREEMENT shall be Tarrant County , Texas .
City of Fort Worth , Tex as
Stand ard Agreement for Eng inee ring Related Design Services
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 , illegality ,
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 w ith all federal and State
laws and regulations and with all City ordinances and regulations which in any
way affect this AGREEMENT and the work hereunder, and shall observe and
comply with all orders , laws ordinances and regulations which may exist or
may be enacted later by governing bodies having jurisdiction or authority for
such enactment. No plea of misunderstanding or ignorance thereof shall be
considered . ENGINEER agrees to defend , indemnify and hold harmless CITY
and all of its officers , agents and employees from and against all claims or
liability arising out of the violation of any such order, law , ordinance , or
regulation , whether it be by itself or its employees .
City of Fort Worth , Tex as
Standard Agreement for Engineering Related Design Services
6.30 .09
Page 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 ora l understand ings , and may only be
changed by a written amendment executed by both part ies . The following attachments 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
Executed this the ~tt';;ay of ~· 20 \ 0
ATTEST: CITY OF FORT WORTH
Q)~~
City Secretary #qotJooO Ooot~l.)Q
P~o~
0
o0¢~ !11,. 00 °o.,. ~
~-0 0-4,-1 t-.ing g ~ ijwo . o!tj;:!
\'i O O p
~A)f-\ l.>f.. i::/ V>,. o o C
'<~ ~000000° .c.t:Y
~~h-'£Xf4.S~<>-';/
'-1-ll_'tl,"\).~~~
APPROVE
ATTEST:
Contract Authorizatioa
5 I 1<l l 1 o
Da te
City of Fort W orth, Texas
Standard Ag reement for Engineering Related Design Services
6.30 .09
Page 15 of 15
. By:A. •• ::.t~ -
Fernando Costa
Ass istant City Manager
APPROVAL RECOMMENDED
K~ntPenne/
Director, Aviation Department
Garver LLC
Name
Title
~ .4////.,
By: ___ ~--~/~~-----
OFFICIAL ECOR
CITY SECRfTARV
FT. ORTH Tlt 1
. ~, .. ..
ATTACHMENT "A"
Scope for Engineering Design Related Services for Airport Improvements
The scope set forth herein defines the work to be performed by the ENGINEER in
completing the project. Both the CITY and ENGINEER have attempted to clearly define the
work to be performed and address the needs of the Project.
OBJECTIVE
The project is for engineering services to design, bid and perform construction
administration duties for a taxilane and entrance road to the hangar developments owned by
Cook Hospital and Texas Jet.
WORK TO BE PERFORMED
Task 1. Design Management
Task 2. Preliminary Design
Task 3. Final Design
Task 4 . Bid Phase Services
Task 5. Construction Phase Services
Task 6. Survey and Subsurface Utility Engineering Services
Task 7. Permitting
TASK 1. DESIGN MANAGEMENT.
ENGINEER will manage the work outlined in this scope to ensure efficient and effective use
of ENGINEER 's and CITY 's time and resources . ENGINEER will manage change,
communicate effectively, coordinate internally and externally as needed , and proactively
address issues with the CITY's Project Manager and others as necessary to make progress
on the work.
1.1 . Managing the Team
• Lead, manage and direct design team activities
• Ensure quality control is practiced in performance of the work
• Communicate internally among team members
• Task and allocate team resources
1.2. Communications and Reporting
• Attend a pre-design project kickoff/chartering meeting with CITY staff to confirm and
clarify scope , understand CITY objectives , and ensure economical and functional
designs that meet CITY requirements
• Conduct and document biweekly project update meetings with CITY Project Manager
• Conduct review meetings with the CITY at the end of each design phase
ATIACHMENT "A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 1 OF 12
• Conduct and document biweekly design team meetings
• Prepare invoices and submit monthly in the format requested by the CITY.
• Prepare and submit monthly progress reports in the format provided by the respective
CITY Department.
• Prepare and submit baseline Project Schedule initially, and Project Schedule updates
with a schedule narrative monthly , as required in Attachment D to this Standard
Agreement and according to the City of Fort Worth 's Schedule Guidance Document.
• Complete Monthly M/WBE Report Form and Final Summary Payment Report Form at
the end of the project
• Coordinate with other agencies and entities as necessary for the design of the
proposed infrastructure, and provide and obtain information needed to prepare the
design
• With respect to coordination with permitting authorities, ENGINEER shall
communicate with permitting authorities such that their regulatory requirements are
appropriately reflected in the designs. ENGINEER shall work with regulatory
authorities to obtain approval of the designs, and make changes necessary to meet
their requirements, as part of the design scope .
• Personnel and Vehicle Identification : When conducting site visits to the project
location, the ENGINEER or any of its sub-consultants shall carry readily visible
information identifying the name of the company and the company representative .
DELIVERABLES
A. Meeting summaries with action items
B. Monthly invoices
C. Monthly progress reports
D. Baseline design schedule
E. Monthly schedule updates with schedule narrative describing any current or
anticipated schedule changes
F. Monthly M/WBE Report Form and Final Summary Payment Report Form
TASK 2. PRELIMINARY DESIGN (75 PERCENT).
Preliminary plans shall be submitted to CITY at the end of the taxilane and access road
design periods per the approved Project Schedule.
ENGINEER will develop the preliminary design of the infrastructure as follows
2.1 . Data Collection
• In addition to data obtained from the CITY, ENGINEER will research and make
efforts to obtain pertinent information to aid in coordination of the proposed
improvements with any planned future improvements that may influence the
ATTACH ME NT 'A' TO STANDARD AGREEM ENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 1(>.29-09)
PAGE 2 OF 12
project. ENGINEER will also identify and seek to obtain data for existing
conditions that may impact the project including ; utilities, agencies (TxDOT and
railroads), City Master Plans , and property ownership as available from the Tax
Assessor's office.
• The data collection efforts will also include conducting special coordination
meetings with affected property owners and businesses as necessary to develop
sewer re-routing plans.
2 .2. Subsurface Utility Engineering
• Provide Subsurface Utility Engineering (SUE) per Task 7.
2.4 . Development of Preliminary Design Drawings and Specifications shall include the
following:
• Cover and index of sheets including project limits, area location map and
beginning and end station limits .
• SUE Plan sheets sealed by a licensed professional engineer registered in the
State of Texas.
• Phasing Plan: Develop a phasing plan utilizing standard traffic reroute
configurations posted as "Typicals " on the CITY's Buzzsaw website . The typicals
need not be sealed individually, if included in the sealed contract documents.
The phasing plan shall be incorporated into the design drawings and are to
include road and taxiway and/or lane closures, limited access to adjacent
properties, and limited access to pedestrian and bicycle traffic. Landside phasing
shall be completed as required per the latest edition of the Texas Manual on
Uniform Traffic Control Devices . Airside phasing shall be completed as required
per the latest edition of FAA AC 150/5370-2.
• Proposed typical sections which outline the proposed improvements. Typical
sections shall include existing and proposed ROW , existing and proposed lane
widths and direction arrows , existing and proposed curbs , and retaining walls .
• Plan and profile sheets showing existing and proposed horizontal roadway and
taxiway alignments, existing and proposed ROW , existing and proposed lane
dimensions and lane arrows, existing drainage structures, city owned and
franchise utilities , and existing roadway vertical alignments (profiles). The plan
and profile sheets shall display station and coordinate data for all horizontal
alignment P.C .'s, P.T .'s, P.l .'s; station and elevation data of all vertical profile
P.C.'s, P.T .'s, P.l .'s, low points, and high points ; lengths of vertical curves , grades ,
K values , e, and vertical clearances where required .
• A Project Control Sheet, showing all Control Points, used or set while gathering
data . Generally on a scale of not less than 1 :400 . The following information shall
be indicated for each Control Point: Identified (existing City Monument #8901 , PK
Nail, 5/8 " Iron Rod}; X, Y and Z Coordinates , in an identified coordinate system,
and a referred bearing base. Z coordinate on City Datum only; descriptive
location (i.e. set in the centerline of the inlet in the South curb line of North Side
Drive at the East end of radius at the Southeast corner of North Side Drive and
North Main Street).
ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 3 OF 12
• Details to include curbs , curb expansion joints , and pavement details .
• ENGINEER will delineate the watershed based on contour data and field
verification and document existing street, right-of-way and storm drain capacities
for the subject site . A drainage area map will be drawn at maximum 1" = 200'
scale from available 2-foot contour data with the contours labeled. Data source
and year will be provided by the CITY. Calculations regarding street and right-of-
way capacities and design discharges (5-year and 100-year frequencies) at
selected critical locations will be provided . Capacities of existing storm drain will
be calculated and shown. All calculations shall conform to CITY criteria
delineated in the CITY's Storm Water Management Design Manual. All locations
in the project area where 100-year runoff exceeds available storm drain and
right-of-way capacities shall be clearly identified . The ENGINEER's responsibility
includes recommendations for improvements of the existing system as deemed
reasonable and consistent with CITY standards .
• Storm drain layout sheets showing location and size of all inlets , manholes ,
junction boxes , culverts and piping to include storm drain profiles showing existing
and proposed flow lines , flows , lengths and slopes of pipe , top of ground profile
over pipe and connections to existing or proposed storm sewer systems .
• Signing, pavement marking , illumination and signal layouts .
• Documentation of key design decisions .
• Estimates of probable construct ion cost.
• Bearings given on all proposed centerlines, or baselines .
• Station equations re lating utilities to paving , when appropriate.
2.5 . Pavement Design
• The ENGINEER shall obtain and utilize geotechnical data performed by others.
• The ENGINEER shall prepare a detailed pavement design in conformance with:
• City of Fort Worth Pavement Design Standards Manual, 2005 for the
entrance road.
• The most current edition of FAA Advisory Circular 150/5320-6 for airside
pavement.
2.6. Utility Clearance
• The ENGINEER will consult with the CITY's Transportation and Public Works
Department, Water Department, and other CITY departments , public utilities,
private utilities, private utilities and government agencies to determine the
approximate location of above and underground utilities , and other facilities
(current and future) that have an impact or influence on the project. ENGINEER
will design CITY facilities to avoid or minimize conflicts with existing utilities , and
where known and possible consider potential future utilities in designs.
ATIACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 4 OF 12
• The ENGINEER shall deliver approved preliminary construction plans to the
CITY's Utility Coordinator for forwarding to all utility companies wh ich have facilities
within the limits of the project.
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006 .
• Half size plans will be reviewed at a proj ect update meeting
• The FAAs front end and technical specifications will be used . The ENGINEER
shall supplement the technical specifications if needed.
• 10 set of Full size drawings will be delivered for Utility Clearance .
DELIVERABLES
A. Preliminary Design drawings
B. Utility Clearance drawings
C. Geotechnical Report
D. Estimates of probable construction cost
TASK 3. FINAL CONSTRUCTION DOCUMENTS (100 PERCENT).
• Upon approval of the Preliminary plans , ENGINEER will prepare construction plans as
follows
• The ENGINEER shall submit Final Plans (100%) to the CITY at the end of the Bid
Documents period per the approved Project Schedule . Each plan sheet shall be
stamped , dated , and s igned by the ENGINEER registered in State of Texas .
• The ENGINEER shall submit a final design estimate of probable construction cost with
the 100% design packages. This estimate shall use standard CITY and FAA bid items.
ASSUMPTIONS
• i sets of full size drawings and i specifications will be delivered for the 100% Design
package .
DELIVERABLES
A. 100% construction plans and specifications .
B. Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY & FAA standard bid items and format.
C. Original cover mylar for the signatures of authorized CITY officials.
ATTACHMENT "A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE SOF 12
TASK 4. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows .
4 .1. Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders. Contract documents shall be uploaded in .pdf files
and the plans in .pdf and .dwf files.
• The ENGINEER shall sell contract documents and maintain a plan holders list
from documents sold and downloaded from Buzzsaw.
• The ENGINEER will develop and implement procedures for receiving and
answering bidders ' questions and requests for additional information . The
procedures shall include a log of all significant bidders questions and requests
and the response thereto. The ENGINEER will provide technical interpretation of
the contract bid documents and will prepare proposed responses to all bidders
questions and requests, in the form of addenda . The ENGINEER shall upload all
approved addenda onto Buzzsaw and mail addenda to all plan holders .
• Attend the prebid conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors , subcontractors , and suppliers .
• When substitution prior to award of contracts is allowed in the contract
documents , the ENGINEER will advise the CITY as to the acceptability of
alternate materials and equipment proposed by bidders.
• Attend the bid opening in support of the CITY.
• Tabulate and review all bids received for the construction project, assist the CITY
in evaluating bids , and recommend award of the contract.
• Incorporate all addenda into the contract documents and issue conformed sets .
DELIVERABLES
A Addenda
B. Bid tabulations
C. Recommendation of award
D. Construction documents (conformed , if applicable)
TASK 5. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows.
5.1 Construction Support
• The ENGINEER shall attend the preconstruction conference.
ATTACHMENT "A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 6 OF 12
• The ENGINEER shall visit the project site at requested intervals as construction
proceeds to observe and report on progress .
• The ENGINEER shall review shop drawings , samples and other submittals
submitted by the contractor for general conformance with the design concepts and
general compliance with the requirements of the contract for construction . Such
review shall not relieve the Contractor from its responsibility for performance in
accordance with the contract for construction , nor is such review a guarantee that
the work covered by the shop drawings, samples and submittals is free of errors ,
inconsistencies or omissions. The ENGINEER shall log and track all shop
drawings , samples and other submittals.
• As requested by the CITY, the ENGINEER shall provide necessary interpretations
and clarifications of contract documents, review change orders, and make
recommendations as to the acceptability of the work .
• When authorized by the CITY, prepare change orders or supplemental
agreements, as appropriate, for ordering changes in the work from that originally
shown on the Plans and Specifications . If re-design or substantial engineering is
required in the preparation of these documents, payment for extra services
involved will be made in addition to the payment provided in basic engineering
services.
• The ENGINEER shall attend the "Final " project walk through and assist with
preparation of final punch list.
• Provide full-time resident construction observation services for the contract
performance time. The proposed fee is based on approximately 40 hours per week,
during the construction contract performance time . If the construction time extends
beyond the time established in this agreement or if the CITY wishes to increase the
time or frequency of the observation, the CITY will pay the ENGINEER an additional
fee agreed to by the CITY and the ENGINEER.
• Perform quality assurance testing in accordance with the requirement in the
General Provisions and Technical Specifications.
5 .2 Record Drawings
• The ENGINEER shall prepare record drawings from information submitted by the
inspector and/or Contractor. The drawings shall be submitted as full size (22 " x
34") mylar drawings.
• The ENGINEER shall submit a set of sealed conformed mylar drawings for record
storage.
• Record Drawings shall also be submitted as an Adobe Acrobat PDF format (version
6.0 or higher) file and DWF format. There shall be one ( 1) PDF file and one ( 1) DWF
file for the TPW plan set and a separate PDF and DWF file for the Water plan set. Each
PDF and DWF file shall contain all associated sheets of the particular plan set. Singular
PDF and DWF files for each sheet of a plan set will not be accepted. PDF and DWF
files shall conform to naming conventions as follows:
ATTACHMENT 'A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 7 OF 12
I. TPW file name example -"W-1956_org47.pdf" where "W-1956" is the
assigned file number obtained from the CITY, "_org " designating the file is
of an original plan set, "47" 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 -"X-35667 _org36.pdf' where "X-
35667 " is the assigned file number obtained from the CITY, "_org "
designating the file is of an original plan set, "36 " shall be the total number
of sheets in this file .
Example : X-12755_org18 .pdf
Both PDF and DWF files shall be submitted on one (1) Compact Disk , which will
become property of and remain with the CITY. Floppy disks, zip disks, e-mail
flash media will not be accepted.
For information on the proper manner to subm it files and to obtain a file number for
the project, contact the Department of Transportation and Public Works Vau lt at
telephone number (817) 392-8426. File numbers will not be issued to a project
unless the appropriate project numbers and fund codes have been assigned and
are in the Department of Transportation and Publ ic Works database .
ASSUMPTIONS
• 4 site visits are assumed.
• 1 submittal reviews are assumed .
• 2 RFl's are assumed .
• 2 Change Orders are assumed.
• 40 hrs/wk RPR are assumed .
DELIVERABLES
A Response to Contractor's Request for Information
B. Review of Change Orders
C. Review of shop drawings
D. Final Punch List items
E. Record Drawings
TASK 7. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
ATTACHMENT "A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 8 OF 12
ENGINEER will provide survey support as follows .
7.1 . Design Survey
• ENGINEER will perform field surveys to collect horizontal and vertical elevations
and other information needed by ENGINEER in design and preparation of plans
for the project. Information gathered during the survey shall include topographic
data , elevations of all sanitary and adjacent storm sewers, rim/invert elevations ,
location of buried utilities , structures , trees (measure caliper, identify overall
canopy, and have qualified arborist identify species of trees), and other features
relevant to the final plan sheets. Existing drainage at intersections will be verified
by field surveys . Spot elevations will be shown on intersection layouts with cross
slope to fit intersecting grade lines.
• The minimum survey information to be provided on the plans shall include the
following:
-A Project Control Sheet, showing ALL Control Points , used or set while
gathering data. Generally on a scale of not less than 1 :400 :
-The following information about each Control Point ;
a. Identified (Existing . CITY Monument #8901 , PK Nail, 5/8 " Iron Rod)
b. X , Y and Z Coordinates , in an identified coordinate system , and a
referred bearing base. Z coordinate on CITY Datum only.
c. Descriptive Location (Ex . Set in the centerline of the inlet in the South
curb line of North Side Drive at the East end of radius at the Southeast
corner of North Side Drive and North Main Street).
Coordinates on all P.C.'s, P.T .'s , P.l .'s, Manholes, Valves, etc., in the
same coordinate system, as the Control.
No less than two horizontal bench marks, per line or location .
Bearings given on all proposed centerlines, or baselines.
-Station equations relating utilities to paving , when appropriate .
7.2. Subsurface Utility Engineering
Provide Subsurface Utility Engineering (SUE) to Quality Level B as described below.
The SUE shall be performed in accordance with CI/ASCE 38-02.
Quality Level D
• Conduct appropriate investigations (e.g., owner records , County/CITY records,
personal interviews , visual inspections, etc .), to help identify utility owners that
may have facilities within the project limits or that may be affected by the project.
• Collect applicable records (e.g ., utility owner base maps , "as built" or record
drawings , permit records , field notes, geographic information system data , oral
histories , etc .) on the existence and approximate location of existing involved
utilities.
ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (R EV 10-29-09)
PAGE 9 OF 12
• Review records for: evidence or indication of additional available records ;
duplicate or conflicting information ; need for clarification .
• Develop SUE plan sheets and transfer information on all involved utilities to
appropriate design plan sheets, electronic files, and/or other documents as
required. Exercise professional judgment to resolve conflicting information. For
information depicted, indicate: utility type and ownership ; date of depiction;
quality level(s); end points of any utility data ; line status (e.g., active , abandoned,
out of service); line size and condition ; number of jointly buried cables ; and
encasement.
Quality Level C (includes tasks as described for Quality Level D)
• Identify surface features , from project topographic data and from field
observations, that are surface appurtenances of subsurface utilities.
• Include survey and correlation of aerial or ground-mounted utility facilities in
Quality Level C tasks.
• Survey surface features of subsurface utility facilities or systems, if such features
have not already been surveyed by a professional surveyor. If previously
surveyed , check survey data for accuracy and completeness .
• The survey shall also include (in addition to subsurface utility features visible at
the ground surface): determination of invert elevations of any manholes and
vaults; sketches showing interior dimensions and line connections of such
manholes and vaults; any surface markings denoting subsurface utilities,
furnished by utility owners for design purposes.
• Exercise professional judgment to correlate data from different sources, and to
resolve conflicting information .
• Update (or prepare) plan sheets, electronic files , and/or other documents to
reflect the integration of Quality Level D and Quality Level C information.
• Recommend follow-up investigations (e.g ., additional surveys , consultation with
utility owners, etc.) as may be needed to further resolve discrepancies .
• Provide Quality Level C to identify overhead utilities on the project and provide
the overhead utility information on the SUE plan sheets .
Level B (includes tasks as described for Quality Level C)
• Select and apply appropriate surface geophysical method(s) to search for and
detect subsurface utilities within the project limits , and/or to trace a particular
utility line or system .
• Based on an interpretation of data, mark the indications of utilities on the ground
surface for subsequent survey. Utilize paint or other method acceptable for
marking of lines .
• Unless otherwise directed, mark centerline of single-conduit lines, and outside
edges of multi-conduit systems.
• Resolve differences between designated utilities and utility records and surveyed
appurtenances .
• Recommend additional measures to resolve differences if they still exist.
Recommendations may include additional or different surface geophysical
methods, exploratory excavation, or upgrade to Quality Level A data.
• As an alternative to the physical marking of lines, the ENGINEER may, with
CITY's approval, utilize other means of data collection, storage , retrieval, and
ATIACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 10 OF 12
reduction, that enables the correlation of surface geophysical data to the project's
survey control.
Level A
• Expose and locate utilities at specific locations.
• Tie horizontal and vertical location of utility to survey control.
• Provide ut ility size and configuration .
• Provide paving thickness and type , where applicable.
• Provide general soil type and site conditions and such other pertinent information
as is reasonably ascertainable from each test hole site.
7.3 . Construction Survey
• The Construction survey will be performed by the Contractor.
• Be available to the CITY on matters concern ing the layout of the project during its
construction
ASSUMPTIONS
DELIVERABLES
A. Copies of field survey data and notes signed and sealed by a licensed surveyor.
B. Drawing of the project layout with dimens ions and coordinate list.
TASK 8. PERMITTING.
ENGINEER will provide permitting support for the CITY to obtain any and all agreements
and/or permits normally required for a project of this size and type , as follows .
8.1. Storm Water Pollution Prevention Plan
• For projects that disturb an area greater than one (1) acre , ENGINEER will
prepare the Storm Water Pollution Prevention Plan (SWPPP) required for the
Project for use by the Contractor during construction. ENGINEER will prepare
drawings and details for proposed SWPPP improvement that the Contractor must
use during construction . Contractor will be responsible for filing the SW PPP with
appropriate regulatory agencies.
ASSUMPTIONS
• Permit preparation will begin after approval of the Fina l Design .
DELIVERABLES
A. Storm Water Pollution Prevention Plan
ATTACHMENT 'A' TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 11 OF 12
ADDITIONAL SERVICES NOT INCLUDED IN THE EXISTING SCOPE OF SERVICES
Additional Services not included in the existing Scope of Services -CITY and
ENGINEER agree that the following services are beyond the Scope of Services
described in the tasks above. However, ENGINEER can provide these serv ices , if
needed , upon the CITY 's written request. Any additional amounts paid to the
ENGINEER as a result of any material change to the Scope of the Project shall be
agreed upon in writing by both parties before the services are performed. These
additional services include the following:
• Negotiation of easements or property acquisition.
• Services related to development of the CITY's project financing and/or budget.
• Services related to disputes over pre-qualification , bid protests , bid rejection
and re-bidding of the contract for construction .
• Services necessary due to the default of the Contractor.
• Services related to damages caused by fire, flood, earthquake or other acts of
God.
• Services related to warranty claims, enforcement and inspection after final
completion .
• Services to support , prepare, document , bring , defend , or ass ist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
ATTACHMENT 'A" TO STANDARD AGREEMENT FOR ENGINEERING RELATED DESIGN SERVICES (REV 10-29-09)
PAGE 12 OF 12
ATTACHMENT "B"
COMPENSATION AND SCHEDULE
Design Services for
CT J Air Land Improvements
City Project No. 1516
I. Compensation
Rev 8-7-09
A. The ENGINEER shall be compensated a total lump sum fee of $199,497 as
summarized in Exhibit "B-3 " Payment of the total lump sum fee shall be
considered full compensation for the services described in Attachment A , for all
labor materials , supplies , and equipment necessary to complete the project.
B. The ENGINEER shall be paid monthly payments as described in Exhibit "B-1 "
Section 1 -Method of Payment.
Each invoice is to be verified as to its accuracy and compliance w ith the terms of
this contract by an officer of the ENGINEER.
B - 1
EXHIBIT "B-1"
METHOD OF PAYMENT
(Supplement to Attachment B)
Design Services for
CT J Air Land Improvements
City Project No. 1516
I. Method of Payment
Partial payment shall be made to the ENGINEER monthly upon City 's approval of an
invoice from the ENGINEER outlining the estimated current percent complete of the total
project.
The aggregate of such monthly partial fee payments shall not exceed the following:
Until satisfactory completion of Preliminary Construction Plan submittal and approval by
the City, a sum not to exceed 75 percent of the total lump sum fee (less previous
payments, surveying and bidding/construction phase services).
Until satisfactory completion of Final Construction plan submittal and approval by the
City, a sum not to exceed 100 percent of the total lump sum fee (less previous
payments, surveying and bidding/construction phase services).
Surveying, SUE, Bid Phase, and Construction Materials testing services shall be paid
after services are rendered .
Construction Administration services shall be payable monthly in proportion to those
parts of the services that have been accomplished, as evidenced by monthly statements
submitted by the Engineer.
Construction Observation services shall be payable monthly in proportion to the number
of hours spent per the approved rate schedule.
II. Progress Reports
Rev 8-7-09
A. The ENGINEER shall submit to the designated representative of the Director of
the Department of Aviation monthly progress reports covering all phases of
design in the format required by the City.
B. If ENGINEER determines in the course of making design drawings and
specifications that the opinion of probable construction cost of $1,300,000 will be
exceeded, whether by change in the scope of the project, increased cost or other
conditions, the ENGINEER shall immediately report such fact to the City's
Director of the Department of Aviation and, if so instructed by the Director of the
Department of Aviation shall suspend all work hereunder.
B-2
Exhibit B-2
Meacham International Airport
Garver Hourly Rate Schedule
Classlflcatlon
Engineers
E-1
E-2
E-3
E-4
E-5
E-6
Planners
P-1
P-2
Designers
D-1
D-2
Technicians
T-1
T-2
Surveyors
S-1
S-2
S-3
S-4
S-5
2-Man Crew (Survey)
3-Man Crew (Survey)
2-Man Crew (GPS Survey)
3-Man Crew (GPS Survey)
Construction Observation
C-1
C-2
C-3
Administration
A-1
A-2
A-3
1-1
Other
Automation/Controls Specialist
Rates
$ 83.00
$ 97.00
$ 122.00
$ 139.00
$ 166.00
$ 190 .00
$ 104 .00
$ 118.00
$ 75 .00
$ 104.00
$ 66.00
$ 89.00
$ 41 .00
$ 48.00
$ 68.00
$ 90 .00
$ 114.00
$ 148 .00
$ 189 .00
$ 168.00
$ 209.00
$ 80.00
$ 98 .00
$ 130.00
$ 46.00
$ 60 .00
$ 99.00
$ 94.00
$ 160.00
EXHIBIT "B-3 "
(Supplement to Attachment B)
Design Services for
CT J Air Land Improvements
City Project No. 1516
SUMMARY OF TOTAL PROJECT FEES
Consulting Firm
Prime Consultant:
Garver, LLC
Proposed M/WBE Sub-
Consultants
Lamb-Star Engineering,
LP.
Rodriguez Engineering
Laboratories
Non-M/WBE Consultants:
CardnoTBE
Project Description
Prime
Responsibility
Engineering &
Design
Surveying
Construction
Materials Testing
Subsurface Utility
Engineering
Total
Scope of Services
Amount
$163 ,852 .00
Amount
$17 ,500.00
$16 ,000 .00
$2 ,145.00
$199,497.00
Total Fee MWBE
Fee
%
82
%
9
8
1
100
%
Cook Hospital and TxJet Design , Bid and $199,497.00 $33 ,500.00 17
developments Construction
Phase Services
City M/WBE Goal = 17%
Rev 8 -7 -09
B-3
Exhibit B-4 Engineering Services -
Task/Hour Breakdown
Meacham International Airport
Cook Hospital/TxJet Hangar Development
Entrance Taxiway and Road
FEE SUMMARY
Title I Services
Subsurface Utility Engineering
Surveys
Design
Bidding Services
Subtotal for Title I Services
Title II Services
Construction Materials Testing (Estimated)
Construction Phase Services (Estimated)
Subtotal for Title II Services (Estimated)
Total Engineering Services, Title I and II
Estimated Fees
$2,145.00
$17,500.00
$58,691.00
$10,791.00
$89,127.00
$16,000.00
$94,370.00
$110,370.00
$199 ,497.00
L:\2010\ 10081205 -Fort Worth Cooks TxJet\Contracts\Client\Garver _Fee_ Spreadsheet_ -_ TxJet-Cooks _ 2010-03-18
Exhibit B-4
Meacham International Airport
Cook HospitalfTxJet Hangar Development
DESIGN
WORK TASK DESCRIPTION E-6 E-5
$190.00 $166.00
hr hr
1. Modellna
Survev Coordination
Transfer SUE data to basemap
TxJet I Cook Coordination
Create Basemap
Create DTM surface
Subtotal -Hours 0 0
Subtotal -Salary Costs (Modeling) $0.00 $0 .00
2 . Pavement Oeslan
Rev iew Geotechn ical Investigation
Pavement Des ign
Plans
Taxiway Typical Section & Deta ils
Entrance Road Typical Section & Details
Taxiway Cross Sections
Entrance Road Cross Sections
Taxiway Joint Plan
Entrance Road Joint Plan
Subtotal -Hours 0 0
Subtotal -Salary Costs (Pa vement Design) $0.00 $0 .00
3 Geometric Oesian
Cover Sheet
General Layout Plan
Safety & Phasing Plan
Taxiway Plan & Profiles
Entrance Road Plan & Profi les
Taxiway Pavement Mark in gs
Entrance Road Pavement Markings & Signage
Subtotal -Hours 0 0
Subtotal -Salary Costs (Geometric Design) $0 .00 $0 .00
4 Drainage & Erosion Control
Taxiway Drainage Plan
Erosion Control Deta ils
Drainage Details
Entrance Road Drainage Plan
Entrance Road Hydraulic Design
Subtotal -Hours 0 0
Subtotal -Salary Costs (Drainage & Erosion Control) $0 .00 $0 .00
5 Electrical Des ign
Taxiway Lighting Relocation
Subtotal -Hours 0 0
Subtotal -Salary Costs (Electrical) $0 .00 $0 .00
6 Conceptual Lavout Alternatives
Mi lestone/coordina ti on Meetin gs (4 Each) 24
Site Visit (2 Visits} 8
Conceptual Design
Conceptual Est imates
Subtotal -Hours (Conceptual Layout Alternatives) 32 0
Subtotal -Salary Costs (C onceptua l La yo ut Alternatives} $6,080 .00 $0 .00
E-3 E-2
$122.00 $97.00
hr hr
4
1
4
9 0
$1 ,098.00 $0.00
2
2
2
2 4
2
2
2
2 8
14 14
$1,708 .00 $1,358.00
1
2
8
8 18
1
2 4
22 22
$2 ,684 .00 $2 ,1 34.00
8 8
1 10
8 16
17 34
$2,074.00 $3,298 .00
32
0 32
$0.00 $3,104.00
32
16 8
8 2
2
58 10
$7,076 .00 $970 .00
E-1
$83.00
hr
2
2
4
$332 .00
4
8
12
8
32
$2 ,656 .00
16
16
$1,328.00
8
1
2
11
$913 .00
0
$0 .00
8
16
2
26
$2,1 58 .00
T-1
$66.00
hr
4
4
$264.00
12
10
4
10
36
$2 ,376 .00
1
2
6
16
16
2
43
$2 ,838.00
4
4
4
4
8
24
$1,584.00
0
$0.00
0
$0 .00
MA NHOUR
SU BTOTALS
$1 ,694.00
$8 ,098.00
$8,984.00
$7,869 .00
$3,104.00
$16,284.00
7 Quantities, Bid Documents & Coordination
Specifications/Contract Documents
Quantities
Opinion of Probable Construction Cost
Owner Coo rd inatio n/Review Comments
Form 74 60
QC Review
Subtotal -Hou rs (Quant ities , Bi d Documents & Coord inat ion )
Subtotal -Salary Costs (Quantities , Bid Documents & Coord inat ion)
Tota l - Hou rs
Salary Costs
SUBTOTAL· SALARIES :
DIRECT NON-LABOR EXPENSES
Document Printing/Reproduction/Assembly
Postage/FreighVCou rier
Travel Costs
SUBTOTAL· DIRECT NON-LABOR EXPENSES :
SUBTOTAL:
SUBCONSULTANTS FEE :
TOTAL FEE :
2
2
4
$760.00
36
$6 ,840 .0 0
$500 .00
$100 .00
$650 .00
0
$0 .00
0
$0 .00
$57 ,441 .00
$1 ,250.00
$58,691 .00
$0 .00
$58 ,691 .00
16 4
2 8 8 4
1 2 2 4
8 8 8
1 2
8 8 8 8
36 30 26 18
$4 ,392 .00 $2 ,910.00 $2 ,158 .00 $1,188.00 $11 ,408.00
156 142 115 125
$1 9,032 .00 $13 ,774 .00 $9 ,545 .00 $8 ,250 .00 $57 ,441 .00
1.
Exhibit B-4
Meacham International Airport
Cook Hospital/TxJet Hangar Development
BIDDING SERVICES
WORK TASK DESCRIPTION
Civil Engineering
Dis pense plans and specs to prospective bidders
Addendums
Respond to RFl's
Pre-Bid Meeting
Bid Open in g
Prepare bid tabulation
Evaluate bids and recommend award
Prepare construction contracts
Notice to Proceed
Subtotal· Civil Eng ineeri ng
Hours
Salary Costs
SUBTOTAL· SALARIES:
DIRECT NON-LABOR EXPENSES
Document Printing/Reproduction/Assembly
Postage/FreighUCourier
Travel Costs
SUBTOTAL -DIRECT NON-LABOR EXPENSES :
SUBTOTAL:
SUBCONSULTANTS FEE :
TOTAL FEE :
E-6
$190 .00
hr
4
4
4
1
1
14
14
$2,660 .00
$200 .00
$171 .00
$200 .00
E-5
$166 .00
hr
0
0
$0.00
$10 ,220.00
$571 .00
$10 ,791.00
$0 .00
$10,791 .00
E-3 E-2
$122 .0 0 $97 .00
hr hr
4
8 4
8 4
8
8
1
2
8
1
48 8
48 8
$5,856.00 $776 .00
E-1
$83 .00
hr
4
4
8
8
$664 .00
T-1
$66 .00
hr
2
2
4
4
$264 .00
MANHOUR
SUBTOTALS
82
$10,220.00
1.
Exhibit B-4
Meacham International Airport
Cook Hospital/TxJet Hangar Development
CONSTRUCTION PHASE SERVICES
WORK TASK DESCRIPTION
Civil EnQ lneerinQ
Preconstruction MeetinQ
Progress Meetings with Contractor/City
Monthly Pav ReQuests
Shop Drawings/Material Submittals
Record Drawings
On-Site Meetings
Construction Administration (120 days@ 10 hrs/wk)
Construction Observation(120 days @40 hrs/Wk)
Field checking earthwork quantities, Contractor's layout. etc .
Prepare Change Orders
Final Project Inspection and Punchlist
Subtotal -Civil Engineering
Hours
Salary Costs
SUBTOTAL· SALARIES:
DIRECT NON-LABOR EXPENSES
Document Prin ting/R ep roduction/Assembly
Postage /FreighUCourier
Office Supplies/Equipment
Traffic Counting Equ ipment
Travel Costs@ $0.55/mile
SUBTOTAL • DIRECT NON-LABOR EXPENSES :
SUBTOTAL:
SUBCONSUL TANTS FEE:
TOTAL FEE :
E-6
$190.00
hr
0
$0.00
$100.00
$100 .00
$0.00
S0 .00
$4,500.00
E-5
$166.00
hr
4
8
12
12
$1,992.00
$89,670.00
$4,700 .00
$94,370.00
$0.00
$94,370.00
E-3 E-2 E-1
$122.00 $97 .00 $83.0 0
hr hr hr
8
20
4
8 8
2 8
8 8
170
4
4 2
12
240 0 26
240 26
$29 ,280.00 $0.00 $2,158.00
T-1
$66.00
hr
0
$0.00
C-1
$80 .00
hr
4
685
10
4
703
703
$56,240.00
MANHOUR
SUBTOTALS
278
$89,670.00
ITEM
SS-120
SS-12 1
SS-140
P-15 2
P-152
P-154
P-155
P-155
P-156
P-156
P-156
P-501
Tx360
P-620
P-620
D-701
D-751
D-751
D-751
D-751
D-751
D-752
D-752
T-905
T-908
T-901
T-904
Tx340
SS-3 10-5 .1
SS-310-5.2
SS-310-5 .3
SS-310-5.4
SS-310-5.5
SS-310-5.6
L-108-5 .1
L-108-5 .2
L-109-5 .1
L-110-5 .1
L-110-5.2
Fort Worth Meacham International Airport
Cooks Hospital and Texas Jet Hangar Developme nt
EXHIBIT 8-5 ENGINEER'S OPINION OF PROBABLE COST
GROUP II
DESCRJPTION UNIT
ESTIMATED
QUANTITY
Engineer's Opinion of
Probable Cost
UNIT
PRJCE AMOUNT
Base Bid
Site Preoaration L.S. I $140,000.00 $140,000.00
Temporary Marking, Lighting and Barricades L.S . I $30,000.00 $30,000.00
Pavement Remova l S.Y. 4,920 $8.00 $39 ,360.00
Unclassified Excavation C.Y. 9,250 $10.00 $92 ,500.00
Ditch Grading L.F. 285 $7.50 $2,137.50
Subbase Course (4") S.Y. 10,412 $7.50 $78,090.00
Lime-Treated Subgrade S.Y. 13 ,459 $3 .50 $47 ,106.50
Lime Ton 164 $160.00 $26,240.00
Concrete Wa sh Out Each I $1,000.00 $1,000.00
Sediment Control Fence L.F. 2,175 $5 .00 $10,875.00
Construction Exit (Tvoe !) Each I $2 ,000.00 $2,000.00
Portland Cement Concrete Pavement ( I I") S.Y. 9,904 $65.00 $643,760.00
Portland Cement Concrete Pavement (6") S.Y. 2,265 $55 .00 $124,575 .00
Runwav and Taxiwav Paintim, S.F. 3,245 $2 .00 $6,490.00
Runway and Taxiway Painting (Remove) S.F. 76 $1.00 $76.00
Reinforced Concrete Pioe, 24" L.F. 38 $45.00 $1 ,710.00
Reinforced Concrete Pioe , 30" L.F. 58 $50 .00 $2 ,900.00
Reinforced Concrete Box , 2' x 3' L.F . 40 $90.00 $3 ,600.00
Airfield Single Grate Inlet (Standard) Each I 52,000.00 $2 ,000.00
Standard IO' Storm Drain Inlet Each [ $4 ,000.00 $4 ,000.00
Standard IO' Storm Drain Inlet (Back Ooening) Each I $4 ,500.00 $4,500.00
Headwall Each I $3,200.00 $3,200.00
Ditch Structure L.F . 10 $100 .00 $1 ,000.00
Topsoiling (Obtained on Site) C .Y. 989 $5 .00 $4,945 .00
Mulching Acre 2.5 $900.00 $2 ,250.00
Seeding Acre 2.5 $2 ,000.00 $5 ,000.00
Sodding S.Y. 3,187 $5 .00 $15,935 .00
Dense-Graded Hot-Mix Asphalt (Method) Ton 15 $140.00 $2,100.00
Existing L-861 T Base Mounted Taxiway Edge Light , Relocated with New Base, EA 5 $900.00 $4 ,500.00 New Lamp, and New Isolation Transformer
Existing L-861T Base Mounted Taxiway Edge Light , Relocated in Paved Shoulder EA I $1,200.00 $1 ,200.00 with New Base, New Lamp, and New Isolation Transformer
L-861 T Base Mounted Taxiway Edge Light, Installed EA IO $1 ,000 .00 $10,000.00
L-852T Flush Mounted Taxiway Edge Li2ht, Installed EA 5 $3,500.00 $17 ,500 .00
L-858 Unlit Base Mounted Guidance Sign, 3 Module, In stalled EA [ $3,000.00 $3,000.00
Temporary Airfield Lighting LS I $1,000.00 $1 ,000.00
No. 8 A WG L-824C 5kV Cable, In stalled in Duct Bank , Conduit, or Trench LF 850 $3.00 $2 ,550.00
No . 6 Bare Stranded Copper Counterpoise, Installed in Trench or Duct Bank LF 850 $3.50 $2,975 .00
Lockout/ragout and Megger Testing LS I $1,000.00 $1,000.00
Electrical Conduit, 1-Wav 2"C, Installed LF 750 $6.00 $4,500.00
Electrical Duct Bank , Concrete Encased, 2-Way 2"C, In stalled LF 70 $40.00 $2,800.00
Total Engineer's Estimate SI,348,375.00
Contingency (15"/o) $ 202,256.25
Total: Construction and Co ntinge ncy Sl,550,631.25
Engineering Services
Subsurface Utility Engineering I $2,145 .00 $2 ,145.00
Survevs I $17 ,500.00 $17,500.00
Design I $58,691.00 $58,691 .00
Bidding Services I $10,791.00 $10,791.00
Construction Materials Testing (Estimated) I $16,000.00 $16 ,000.00
Construction Ph ase Services (Estimated) I $94,370.00 $94,370.00
Total: Engineering Services $199,497.00
Total: Project Cost Sl,750,128.25
Attachment C
There are no Amendments to Standard Agreement for Engineering Services
ID � Task Name
1 SubsurFace Utility Engineering
2 Topographic Surveys
3 Taxilane & Apron Design
4 Access Road Design
5 Drainage Design
6 Bid Documents
7 Advertisement for Bids
8 Pre-Bid Meeting
9 Bid Opening
10 M & C Process
11 Construction Contract Execution
12 Preconstruction Meeting
13 Construction (120 Calendar Days)
Project: FTW - Cook TxJet Developm I Task
Date: Mon 3/22/10
Split
Duration Start Finish � I March 2010 I Aaril 2010 I Ma�( 2010 June 2010 Julv 2010 I Au qust 2010 I September 2010 I October 2010 I
I 1432�2�i2$ ��� 1�1�1�2h2�}2I73b ��$ 1i11I41I720232fz��9 �$$ 1I11I41I72�023?�6 9 h � 1� 'I0131619$2$5 8 h I4 h 10�3�6'I9k2�5'�8'�1 13 16 I9 �2i15ti8�1�4�7�30I2 15 I8 h1 h4h7I20f23f26f2912 1518111114117I20I23I26��
2 days Wed 2/24/1 C Thu 2/2511 � Q; ;
8 days Wed 2/24/1C Fri 3/5/1 � "'—'—"'�
15 day� Mon 3/8/1 C Fri 3/26/1( I �---
15 day: Mon 3/8/1( Fri 3/26/1U � - �� � �
10 days Mon 3/8/1( Fri 3/19/1■ � ' ;
13 days Mon 3/29/1( Wed 4/14/1 ---""
16 day: Thu 4/15/1C Thu 5/6/1 ___ __. __ ; �
0 days Thu 4/22/1C Thu 4/22/1 � ` R♦ 4/22 � ;
�
0 days Thu 5/6/1C Thu 5/6/1 � � 5/6 ;
25 days Fri 5/7/1C Thu 6/10/1U � �l ,
10 days Fri 6/11/1C Thu 6/24/1■ , �T .Y ' ;
� �
0 days Thu 6/24/1C Thu 6/24/1 � � �6/24
88day� Mon 6/28/1( Wed 10/27/1 : � � ____�,-- ---- -- --- -- — - -- --- _-- _._ _ _ - - - - �
, - — i
Progress
"'"""'�������" Milestone �
Summary � � External Tasks F
Proiect Summary � � External Milestone
Deadline �
Pa�P �
0
I
i
w`
1 I
4
�
7
i
0
Y
0
0
0
>
,
I
O
�
0
�
T
D
Vj0
0
D
0
,� � �l
.'
_ � � � J �
�
�
CONSTRUCT
TAXILANE & APRON
�it����-1�
EXISTING
TxJET
HANGAR
� --
} #� .
� �
#"
�r
..�.
- OF
���r
Z
� O '
' . REGISTRATION NO.
. � � � ' �, F-5713 �
, �.
� �� �e * � O`
w �'� �r`�
� � � 0���
x
'�� 50 25 0 50 100 150 [♦•'
SCALE: 1" = 100' � �v
A�; - x� 1�t .:
.� L �
^
_ O �
. • .. � ��
� � P���,�� O
(CONCRE E PAV MENT) OAD ��P,GN
� m
i
::�' �-� S
� _ - - �, ,
� , �:
! �� _ _�
,, ! � � � �
a. ���
I I IIII I!�1111.�!i i ! i i�� i ��
� �
.-� t � . � ` _ ' . , ', � �
� ,�',,�' � ' }� :,,�'#r��
.: �
a �'
1! ' s�. �_ _ , , , �
�'' �r�'
.•
� .�ra �
Vj0
OFA
� �
V. O -�
_ Z
a
`�.. _. . _ �
a
t �
:l� �
�a
y� d
� � �
�
\ �w
��
�� Om
LL
J
Za U
�O Q
Q= �
�Py w z w �
!Y� ; ~ � �z
V '� z � z w
� x �:< a� J Q
w
r, �M�,.t�,5'� � = Y � Q�
.'�`� Q O � J o�
�
- .�,� w0 � ��
�-
�r: � � U � � �
� . ,�, r
.f`� ATfACHMENT E
LOCATION MP,P
JOB NO.: 10081205
� DATE: MARCH, 2010
.��� DESIGNED BY: TJH
� ��•4 &W IS OHE INCH ON
9y, OPoCPNL DfNWVlC
� p 1'
F NQ� ONE MCH ON
wr" n�is sH�r. in.usr
wu FC ACCORDIN(:LY.
opn SHEEf NUMBER
E
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
COUNCIL ACTION: Approved on 5/18/2010 -Ord. No. 19162-05-2010
DATE:
CODE:
51181201 O REFERENCE
NO.:
C TYPE:
C-24223
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
55FTW CTJ AIR LAND
IMPROVEMENTS RII
NO
FORT WORTH
~
SUBJECT: Authorize the Correction of M&C C-24193 to Authorize an Engineering Services
Agreement in the Amount of $199 ,497 .00 for the Design of Airside and Landside
Improvements for the Cook Children's and Texas Jet Hangars at Fort Worth Meacham
International Airport with Garver, LLC, and Adopt Appropriation Ordinance (COUNCIL
DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the use of revenue derived from gas well drilling on City-owned airports in the amount of
$199,497 .00 for an Engineering Services Agreement with Garver, LLC , for the design of airside and
landside improvements for the Cook Children's and Texas Jet Hangars at Fort Worth Meacham
International Airport and utility coordination expenses ;
2 . Authorize the transfer of revenue from the Airports Gas Lease Project Fund "Unspecified" in the amount
of $89,127 .00 to Project FTW CT J Air Land Improvements-Design and $110,370.00 to Project FTW CT J Air
Land Improvements-Construction within the Airports Gas Lease Project Fund ;
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
amount of $89,127.00 in the Project FTW CT J Air Land Improvements-Design and $110 ,370 .00 in the
Project FTW CT J Air Land Improvements-Construction within the Airports Gas Lease Project Fund from
available funds ; and
4 . Authorize correction of M&C C-24193 to authorize the City Manager to execute an Engineering Services
Agreement with Garver, LLC , (instead of Garver Engineers , LLC) in the amount of $199,497 .00 for the
design and construction management of airside and landside improvements for the Cook Children's and
Texas Jet Hangars at Fort Worth Meacham International Airport .
DISCUSSION:
On April 27 , 2010 , the City Council authorized the execution of a Contract with Garver Engineers , LLC , for
this project (M&C C-24193). Subsequently , City staff learned that the appropriate legal entity is Garver,
LLC .
Garver, LLC , will design and oversee the construction of storm drainage and an access road and taxi lane
that will provide access to the Texas Jet and Cook Chi ldren 's hospital hangar to be completed in the
October 2010 .
This project will be funded by revenue derived from natural gas well leases on City -owned airport
properties .
M/WBE -Garver, LLC , is in compliance with C ity's M/WBE ordinance by committing to 17 percent M/WBE
participation . The goal on this project is 17 percent.
This project is located in COUNCIL DISTRICT 2 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above recommendations
and adoption of the attached appropriation ordinance , funds will be available in the current capital budget ,
as appropriated , of the Airports Gas Lease Project Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
2&3) P240 446100 552810151630 $89 ,127 .00
2&3) P240 446100 552810151680 $110 ,370 .00
4) P240 539120 552810151680 $110 .370 .00
3)P240 539120 552810151630
3)P240 539120 552810151680
$89 ,127 .00
$110 ,370 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
4)P240 539120 552810151630
2)P240 446100 551929990100
Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
55FTW CT J AIR LAND IMPROVEMENTS AO REV.doc
CT J AiLLgmd I mpro1£ernerrts _LQcation Map . p_df
$89 . 127 .00
199 497.00
M&C Review Page 1 of 2
Official site of th e City of Fort Worth , Texas
FORT WORTH
~ CITY COUNCIL AGENDA
COUNCIL ACTION: Approved on 4/27/2010 -Ord. No. 19130-04-2010
DATE: 412712010 REFERENCE
NO.:
CODE: C TYPE:
C-24193
NON -
CONSENT
LOG NAME:
PUBLIC
HEARING:
55FTW CT J AIR LAND
IMPROVEMENTS
NO
SUBJECT: Authorize the Execution of an Engineering Services Agreement w ith Garver Engineers ,
LLC , in the Amount of $199,497.00 for Design of Airside and Landside Improvements for
the Cook Children's and Texas Jet Hangars at Fort Worth Meacham International Airport
and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the use of revenue derived from gas well drilling on City-owned airports in the amount of
$199,497 .00 for an Engineering Services Agreement with Garver Engineers , LLC , for the design of
airside and landside improvements for the Cook Children's and Texas Jet Hangars at Fort Worth
Meacham International Airport and utility coordination expenses ;
2 . Authorize the transfer of revenue from the Airports Gas Lease Project Fund "Unspecified" in the
amount of $89 ,127.00 to Project FTW CT J Air Land Improvements-Design , and $110 ,370 .00 to
Project FTW CT J Air Land Improvements-Construction within the Airports Gas Lease Project Fund ;
3 . Adopt the attached appropriation ordinance increasing estimated rece ipts and appropriations in the
amount of $89 ,127.00 in the Project FTW CT J Air Land Improvements-Design and $110,370 .00 in
the Project FTW CT J Air Land Improvements-Construction within the Airports Gas Lease Project
Fund from available funds ; and
4. Authorize the City Manager to execute an Engineering Agreement with Garver Engineers , LLC , in
the amount of $199,497 .00 , for the design and construction management of airside and landside
improvements for the Cook Children's and Texas Jet Hangars at Fort Worth Meacham International
Airport .
DISCUSSION:
Garver Engineers , LLC , will design and oversee the construction of storm drainage and an access
road and taxi lane that will provide access to the Texas Jet and Cook Children's hospital hangar to be
completed in the fall of this year.
This project will be funded by revenue derived from natural gas well leases on City-owned airport
properties .
It is anticipated that the work will be completed by October 2010 .
M/WBE -Garver Engineers , LLC , is in compliance with City's M/WBE ordinance by committing to 17
percent M/WBE participation . The goal on this project is 17 percent.
Meacham International Airport is located in COUNCIL DISTRICT 2 .
http ://ap ps .cfwnet.or g/co unci l_packet/m c _review.asp ?ID = 13296&councildate=4/2 7/2 010 6/12/2014
M&C Re vie w P ag e 2 of2
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the
current capital budget, as appropriated , of the Airports Gas Lease Project Fund.
TO Fund/Account/Centers
2&3)
P240 446100 552810151630
2&3)
P240 446100 5528101151680
$89 ,127.00
$110,370 .00
3) P240 539120 552810151630 $89.127.00
3) P240 539120 552810151680 $110,370 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
FROM Fund/Account/Centers
4) P240 539120 552810151680 $110 ,370.00
4) P240 539120 552810151630 $89,127 .00
2) P240 446100 551929990100 $199,497.00
Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
55FTW CT J AIR LAND IMPROVEMENTS AO .doc
55FTW CT J AIR LAND IMPROVEMENTS Map .pdf
http://apps.cfwnet.org/council_packet/mc_rev iew.asp ?ID =l3 29 6&councildate=4/27 /2010 6/12 /2014