HomeMy WebLinkAboutContract 41427 (2)CITY SECRe;!~ Lt\ l.\~ =1 .-
CITY OF FORT WORTH, TEXAS CONTRACT ----
·-...
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 : Terminal Area
Tax ilane and Apron.
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 sufficient 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 within 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 port ion so contested will
be withheld from payment , and 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 portion 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
7 days' written notice to CITY , suspend services under this AGR until
City of Fort Worth , Texas
Sta nd ard Agreement for Engineeri ng Related De si gn Service s
PMO Offi ci al Re lea se Date: g.22.2010
Page 1 of 15
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 ENGINEER 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 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.
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Serv ices
PMO Official Release Date: 9.22.20 10
Page 2 of 15
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY t he original drawings of all plans in 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 may
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 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 coordinating 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
current available information at the time of preparation , in accordance with
Attachment A.
C ity of Fort Worth, Texas
Standard Ag reement for Eng ineering Related Desi gn Serv ices
PMO Official Release Date : 9 .22 .2010
Page 3 of 15
(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
conditions; 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 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. 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 with the Contract
Documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose the
construction contractor has used the moneys paid; that title to any of the work,
materials, or equipment 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, as amended, the City
has goals for the participation of minority business enterprises and woman
business enterprises in City contracts. Engineer acknowledges the M/WBE
goal established for this contract and its accepted written commitment to
M/WBE participation. Any misrepresentation of facts (other than a negligent
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date : 9 .22.2010
Page 4 of 15
misrepresentation) and/or the commission of fraud by the Engineer may result
in the termination of this Agreement and debarment from participating 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 give ENGINEER reasonable advance notice of
intended audits.
(2) ENGINEER further agrees to include in all its subconsultant 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 maintain 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.
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
City of Fort Worth , Texas
Standard Agreement fo r Engineering Related Desi gn Services
PMO Officia l Release Da te : 9.22 .201 0
Page 5 of 15
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 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 project shall be submitted to the CITY for each year
following completion of the contract.
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date : 9.22 .2010
Page 6 of 15
(2) GENERAL INSURANCE REQUIREMENTS
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. 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 financial 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,
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
City of Fort Worth , Texas
Standard Agreement for Eng ineering Related Design Services
PMO Official Release Date : 9 .22 .2010
Page 7 of 15
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 maintained 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.
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 wh ich 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 required due to the
City of Fort Worth , Texas
Standa rd Agreement for Eng ineering Re lated Design Services
PMO Offici al Re lease Date: 9.22 .20 10
Page 8 of 15
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 will make its facilities accessible 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 required
by local, state, or federal authorities; and land, easements, rights-of-way, and
access necessary for the ENGINEER's services or PROJECT construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches , drawings,
specifications, proposals, and other documents; obtain 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 required by the CITY in a timely manner in accordance with the
project schedule prepared in accordance with Attachment D.
City of Fort Worth , Texas
Standard Agreement for Eng ineering Related Design Services
PMO Official Release Date : 9 .22 .2010
Page 9 of 15
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
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 discharge,
release or escape of hazardous substances, contaminants, or asbestos is a
result of ENGINEER's negligence or if ENGINEER brings such hazardous
substance, contaminant 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 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:
"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
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 beneficiary rights under this Agreement.
C ity of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 9 .22.20 10
Page 10 of 15
(4) 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.
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 maintained 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.
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
C ity of Fo rt Worth , Texas
Sta nda rd Ag re eme nt fo r Eng ineeri ng Related Desi gn Se rvice s
PMO Offi c ial Release Da te: 9.22.20 10
Pag e 11 of 15
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 only 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
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 proceeding 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.
City of Fort Worth , Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 9.22.2010
Page 12 of 15
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 negligence ,
intentional tort , intellectual property infringement , or failure to pay a
subcontractor or supplier 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 app ly 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. Parties 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 .
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 comp ly with 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
C ity of Fort Worth , Texas
Standard Agreement for Engineering Related Design Serv ices
PMO Offi cial Release Date : 9 .22 .20 10
Page 13of 15
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, Texas
Standard Agreement for Engineering Related Design Services
PMO Official Release Date: 9.22.2010
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 oral understandings, and may only be changed
by a written amendment executed by both parties. 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 1 H, day of VU'l. , 20 I\ .
~~~i.).~'tl_~~ '°'~ ~oRT ~ ATIEST: #i T 0 oooo 0 ~:,.,{0F FORT WORTH 1~,.~ ---r;~ -/1,
Marty Hendrix '!. . ,~c~~~~~ '
City Secretary ~q°*00
oo 000000 o~ .§ Assistant City Manager
~4 rn~~.cy
APPROVED AS TO FORM AND LEG~w-~~APPROVAL RECOMMENDED
By:____,,~---==--=-----=· ---
Assistant City Attorney
Con tr act Author iaa tioR
l jd-S l \ I
Date
City of Fort Worth , Texas
Standard Agreement fo r Eng ineering Related Design Services
PMO Official Release Date: 9.22 .20 10
Page 15 of 15
By: JL-£;~
kent Penney
Director, Aviation Department
Garver LLC
Frank Mclllwain
Senior Project Manager
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
. ' .
" .
•
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 and bidding for a taxilane and apron to the
hangar developments north of the terminal building.
Task 1. Design Management
Task 2. Conceptual Design
Task 3. Preliminary Design
Task 4. Final Design
Task 5. Bid Phase Services
WORK TO BE PERFORMED
Task 8. Survey and Subsurface Utility Engineering Services
Task 9. 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 monthly project update meetings with CITY Project Manager
• Conduct review meetings with the CITY at the end of each design phase
• Conduct and document biweekly design team meetings
• Prepare invoices, in accordance with Attachment B to this Standard Agreement and
submit monthly in the format requested by the CITY .
City of Fort Worth , Texas
Attachment A
PMO Release Date: 06.19.20 10
Page 1 of 12
• 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. CONCEPTUAL DESIGN (30 PERCENT).
The Conceptual Design shall be submitted to CITY per the approved Project Schedule .
The purpose of the conceptual design is for the ENGINEER to identify, develop,
communicate through the defined deliverables, and recommend the design concept that
successfully addresses the design problem, and to obtain the CITY's endorsement of this
concept.
ENGINEER will develop the conceptual 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
City of Fort Worth , Texas
Attachment A
PMO Release Date : 08 .27.2010
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 8 .
2.3. The Conceptual Design Package shall include the following :
• Preliminary cover and index of sheets including project limits, area location map
and beg inning and end station limits .
• SUE Plan sheets sealed by a licensed professional engineer registered in the
State of Texas.
• Proposed phasing of any water, sanitary sewer, and/or drainage work that is
included in this project documented in both the project schedule and narrative
form .
• Proposed typical sections which outline the proposed improvements. Typical
sections shall include existing and proposed ROW, existing and proposed
pavement widths , existing and proposed curbs, sidewalks , and retaining walls.
• Conceptual plan and profile sheets showing existing and proposed horizontal
roadway alignments, existing and proposed ROW, existing and proposed
sidewalks and driveways, proposed pavement dimensions, existing drainage
structures, city owned and franchise utilities , and existing vertical alignments
(profiles).
• Documentation of key design decisions.
• Estimates of probable construction cost.
ASSUMPTIONS
• Three sets of half size plans will be delivered for the 30% design .
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw.
• ENGINEER shall not proceed with Preliminary Design activities without written
approval by the CITY of the Conceptual Design Package.
DELIVERABLES
A Conceptual Design Package
City of Fort Worth , Texas
Attachment A
PMO Release Date : 08.27 .20 10
Page 3 of 12
TASK 3. PRELIMINARY DESIGN (60 PERCENT).
Preliminary plans and specifications shall be submi tted to CITY per the approved Project
Schedule .
ENGINEER will develop the preliminary design of the infrastructure as follows.
3.1 . Development of Prelim inary Design Drawings and Specifications 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 shall
be indicated for each Control Point: Identified (existing C ity 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).
• SUE plan drawings.
• Updated existing and proposed typical section sheets.
• Updated roadway plan and profile sheets displaying 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 vert ical clearances where required .
• No less than two bench marks plan/profile sheet.
• Bearings given on all proposed centerlines , or baselines .
• Station equations relating utilities to paving , when appropriate .
• Overall project easement layout sheet( s ).
• Preliminary pavement details to include curbs , curb expansion joints, driveways ,
sidewalks , 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 responsib ility
includes recommendations for improvements of the existi ng system as deemed
reasonable and consistent with CITY standards.
City of Fort Worth, Texas
Attachment A
PMO Release Date : 08.27.2010
Page 4 of 12
• 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 .
• Preliminary pavement marking layouts.
3 .2 . Geotechnical Investigation/Pavement Design
• Soil investigations, including field and laboratory tests, borings , related
engineering analysis and recommendations for determining soil conditions will be
made . In addition to the above investigations, borings and appropriate field and
laboratory analysis will be made at reasonable intervals along the project
alignment for the Contractor's use in determining soil conditions for preparing
bids and a Trench Safety Plan .
• The ENGINEER shall prepare a detailed geotechnical engineering study and
pavement design in conformance with the City of Fort Worth Pavement Design
Standards Manual, 2005 for landside pavement and most current edition of FAA
Advisory Circular 150/5320-6 for airside pavement. The study shall include
recommendations regarding utility trenching and identify existing groundwater
elevation at each boring.
3.3. Constructability Review
• Prior to the 60 percent review meeting with the CITY, the ENGINEER shall
schedule and attend a project site visit with the CITY Project Manager and
Construction personnel to walk the project. The ENGINEER shall summarize the
CITY's comments from the field visit and submit this information to the CITY in
writing.
3.4. 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.
• The ENGINEER shall upload individual DWF files for each plan sheet of the
approved preliminary plan set to the designated project folder in Buzzsaw for
forwarding to all utility companies which have facilities within the limits of the
project. The DWF files should be created directly from the CAD files as opposed
to PDF files .
ASSUMPTIONS
• All storm water calculations and design shall conform to the City of Fort Worth
Storm Water Management Design Manual, March 2006.
• Three sets of half size plans will be delivered for the 60% design.
City of Fort Worth , Texas
Attachment A
PMO Release Date : 08.27.2010
Page 5 of 12
• Three sets of specifications will be delivered for the 60% design .
• DWF files created from design CAD drawings will be uploaded to the designated
project folder in Buzzsaw .
• The CITY 's front end specifications will be used. The ENGINEER shall
supplement the technical specifications if needed.
• Ten sets of full size drawings will be delivered for Utility Clearance.
• ENGINEER shall not proceed with Final Design activities without written approval
by the CITY of the Preliminary Design plans.
DELIVERABLES
A. Preliminary Design drawings and specifications
B. Utility Clearance drawings
C. Geotechnical Report
D. Estimates of probable construction cost
TASK 4. FINAL DESIGN (90 PERCENT) AND FINAL CONSTRUCTION DOCUMENTS
(100 PERCENT).
• Upon approval of the Preliminary plans , ENGINEER will prepare construction plans as
follows :
• Final draft construction plans (90%) and specifications shall be submitted to CITY per
the approved Project Schedu le .
• Following a 90% construction plan review meeting with the CITY, the ENGINEER shall
submit Final Plans ( 100%) to the CITY per the approved Project Schedule. Each plan
sheet shall be stamped , dated , and signed by the ENGINEER registered in State of
Texas .
• The ENGINEER shall submit a final design estimate of probable construction cost with
both the 90% and 100% design packages. This estimate shall use ONLY standard CITY
bid items.
ASSUMPTIONS
• Three sets of half size drawings and three sets of specifications will be delivered for the
90% Design package .
• A DWF file for the 90% Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
• Three sets of half size drawings and three sets of specifications will be delivered for the
100% Design package .
• A DWF file for the 100 % Design will be created from design CAD drawings and will be
uploaded to the project folder in Buzzsaw.
City of Fort Wort h, Texas
Attachment A
PMO Release Date: 08.27 .2010
Page 6 of 12
DELIVERABLES
A. 90% construction plans and specifications.
B. 100% construction plans and specifications .
C . Detailed estimates of probable construction costs including summaries of bid items and
quantities using the CITY's standard bid items and format.
D. Original cover mylar for the signatures of authorized CITY officials .
TASK 5. BID PHASE SERVICES.
ENGINEER will support the bid phase of the project as follows .
5.1 . Bid Support
• The ENGINEER shall upload all plans and contract documents onto Buzzsaw for
access to potential bidders .
• Contract documents shall be uploaded in a .xis file.
• Unit Price Proposal documents are to be created utilizing CFW Bidtools only and
combined in a specified spreadsheet workbook , Bid Proposal Worksheet
Template , and will be populated and configured so that all pages are complete
and the Summary Worksheet(s) in the workbook detail and automatically
summarize the totals from the inserted Unit Price Proposal document
worksheets .
• Plan Sets are to be uploaded to Buzzsaw in two formats , .pdf and .dwf files . The
.pdf will consist of one file of the entire plan set. The .dwf will consist of individual
files , one for each plan sheet, and will be numbered and named in a manner
similar to that of the plan set index.
• The ENGINEER shall sell contract documents and maintain a plan holders list on
Buzzsaw from documents sold and from Contractor's uploaded Plan Holder
Registrations in 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 log shall be housed and maintained in the
project 's Buzzsaw folder titled Request for Information . 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 preb id conference in support of the CITY.
• Assist the CITY in determining the qualifications and acceptability of prospective
contractors , subcontractors , and suppliers .
C ity of Fort Worth , Texas
Attachment A
PMO Re lease Date: 08.27.20 10
Page 7 of 12
• 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. A copy of the Bid
Tabulation is to be uploaded into the project's Bid Responses folder on Buzzsaw.
• Incorporate all addenda into the contract documents and issue conformed sets.
ASSUMPTIONS
• The project will be bid only once and awarded to one contractor.
• Ten sets of construction documents will be sold to and made available on
Buzzsaw for plan holders and/or given to plan viewing rooms .
• Ten sets of construction documents will be printed and made available for
purchase by planholders and/or given to plan viewing rooms.
• Three sets of half size plans and specifications (conformed , if applicable) will be
delivered to the CITY.
• PDF and DWF files will be uploaded to Buzzsaw.
DELIVERABLES
A. Addenda
B. Bid tabulations
C. Recommendation of award
D. Construction documents (conformed, if applicable)
TASK 6. CONSTRUCTION PHASE SERVICES.
ENGINEER will support the construction phase of the project as follows .
6.1 Construction Support -not included in this contract
TASK 7. ROW/EASEMENT SERVICES.
ENGINEER will support and perform activities related to ROW and land as outlined below,
per scoping direction and guidance from the CITY's Project Manager.
7 .1. Right-of-Way/Easement Services -not included in this contract
TASK 8. SURVEY AND SUBSURFACE UTILITY ENGINEERING SERVICES.
City of Fort Worth , Texas
Attachment A
PMO Release Date : 08 .2 7.201 0
Page 8 of 12
ENGINEER will provide survey support as follows .
8.1. 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.
8 .2. Subsurface Utility Engineering
Provide Subsurface Utility Engineering (SUE) to Quality Level A, 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 .
City of Fort Worth , Texas
Attachment A
PMO Release Date: 08.27.20 10
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
C ity of Fort Worth, Texas
Attachment A
PMO Release Date: 08.27.2010
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 util ity to survey control.
• Provide utility size and configuration.
• Provide paving thickness and type , where applicable.
• Provide general so il type and site conditions and such other pertinent information
as is reasonably ascertainable from each test hole site .
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 coord inate list.
C. SUE plan drawings sealed by a professional engineer registered in the State of
Texas.
TASK 9. 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 .
9.1. Storm Water Pollution Prevent ion 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
• Perm it preparation will begin after approval of the Conceptual Design .
• Zero meetings are assumed with TCEQ for the SWPPP perm it.
DELIVERABLES
A Storm Water Pollution Prevention Plan (SWPPP)
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 services , if
needed , upon the CITY's written request. Any additional amounts paid to the
City of Fort Worth , Texas
Attachment A
PMO Release Date : 08 .27 .2010
Page 11 of 12
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 serv ices 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 re j ection
and re-bidding of the contract for construction.
• Construction management and inspection services
• Performance of materials testing or specialty testing services .
• 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 assist in litigation
undertaken or defended by the CITY.
• Performance of miscellaneous and supplemental services related to the project
as requested by the CITY.
City of Fort Worth , Texas
Attachment A
PMO Relea se Date : 08.27.20 10
Page 12 of 12
ATTACHMENT B
COMPENSATION
Design Services for
Terminal Area Taxilane and Apron
City Project No. __
Lump Sum Project
I. Compensation
A.
B.
II.
A.
B.
C .
D.
The ENGINEER shall be compensated a total lump sum fee of $245,919 as
summarized in Exhibit B-1 -Engineer Invoice and Section IV -Summary of Total
Project Fees. The total lump sum fee shall be considered full compensation for
the services described in Attachment A , including all labor materials, supplies,
and equipment necessary to deliver the services .
The ENGINEER shall be paid monthly payments as described in Section II -
Method of Payment.
Method of Payment
Partial payment shall be made to the ENGINEER monthly upon City's approval of
an invoice prepared and submitted by the ENGINEER in the format and including
content as presented in Exhibit B-1, Progress Reports as required in item Ill. of
this Attachment B, and Schedule as required in Attachment D to this Agreement.
The estimated current physical percent complete as required on the invoice shall
be calculated from the progress schedule as required in Attachment D to this
Standard Agreement and according to the current version of the City of Fort
Worth 's Schedule Guidance Document.
The cumulative sum of such monthly partial fee payments shall not exceed the
total current project budget including all approved Amendments.
Each invoice shall be verified as to its accuracy and compliance with the terms of
this Agreement by an officer of the ENGINEER.
Ill. Progress Reports
A. The ENGINEER shall prepare and submit to the designated representative of the
Aviation Department monthly progress reports and schedules in the format
required by the City.
City of Fort Worth , Texas
Attachment B
PMO Official Release Date : 5 .19 .2010
Page 1 of 3
B-1
ATTACHMENT B
COMPENSATION
IV. Summary of Total Project Fees
Firm Primary Responsibility
Prime Consultant
Garver, LLC Engineering and Design
Proposed M/WBE Sub-Consultants
Lamb-Star Engineering, Surveying
LP
Rodriguez Engineering Geotechnical Investigation
Laboratories
Non-M/WBE Consultants
Cardno TBE Subsurface Utility Engineering
TOTAL
Fee Amount %
$172,800.00 70 .2
$10,200.00 4.2
$15,985 .00 6.5
$46,934.00 19.1
$245,919.00 100%
Project Number Total Fee M/WBE Fee M/WBE %
&Name
Corporate Hangar
Apron
City M/WBE Goal = _%
City of Fort Worth , Texas
Attachment B
PMO Official Relea se Date : 5.19.2010
Page 2 of 3
$245,919.00 $26,185.00 10.7%
Consultant Committed Goal= %
B-2
Project Manager: Ruseena Johnson Summary
ron
City Sec Number:
Purchase Order :
Company Name : ~IG_a_rv_e_r -------------~
Consultant's PM : Fran k Mcillwain 1-----------V end o r Invoice#: l-1"'0"-08'-1"'2-'-15'---0"-1--------t
Payment Request#: ,_1 _________ _.
From Date :
To Date :
Invoice Date :
Consultant Instructions:
Fill in green ce lls including Invoice Number, From and To Dates and the included worksheets .
When your Invoice is complete, save and close, start Buusaw and Add your invoice to the
Consultant folder within Project's folder .
e mail : FOMcllwain@GarverUSA.com I
Office Address . 3010 Gavlord Pkwv , Suite 190 , Frisco, TX 75034 I
Telephone : 972-377-7480 I
Fax : 972-377-8380 I
Agreement
Agreement Amendment Amount to Completed Percent ($) Invoiced
Sheet FAC and Work Type Description Amount Amount Date Amount Completed Previously
Work Type 1 Desiqn Services $245,919 .0C $245,919.0(
Work Type 2
Work Tvoe 3
Work TvPe4
Work Type 5
Work Type 6
Totals This Payment Request $245 919 .00 $245 919 .00
Overall Percentage Complete:
LOCK
UNLOCK
Current Remaining
Invoice Balance
$245,919.00
$245 919 .00
Professional Services Payment Request Project Manager: Ruseena Johnson
Project: Term in al Are a T axi lane and Apron
City Project#:
Work Type De sc : De sign Se rvi ces Consultant Instructio ns :
F/A/C :
C ity Sec Number : Fill in g reen cells Includ ing Percent Complete and Invo iced Previously Quanities
Purchase Order:
Company Name : Garver
Consultant's PM : Frank Mc illwai n
Vendor Invoice #: 1008 1215-0 1
Pa yment Reque st #: 1
From Date :
To Date:
Invoice Date:
Pay Items
'w'Vh en your In voice is co mplete, save and close, st art Buzzsaw and Add your Invoice t o the
Consultant folder with in Proj ect's folder.
email : FOMcllwain@GarverUSA.com
Office Address : 3010 Gaylord Pkwy , Suite 100 . Frisco . TX 75034
Telephone : 972-377 -7480
Fax : 972-377-8380
Agreement
Agreement Amendment Amendment Amount to Completed
Descriotion Amou nt Numb er Amo unt Date Amount
30 -Desian Aoron , Taxilane , Access Rd , Parkina Lot $162,204 .00 $162,204.00
30-Oesian Biddina Services $10,596 .00 $10,596 .00
30-Oesiqn Survevs (ToDOQraohic Survevs) $10,200 .00 $10,200.00
30 -Desian Geotechnical lnvestigaUon $15,985.00 $15,985 .00
30-Oesian Subsurface Utilitv Enaineerina $46,934 .00 $46 ,934 .00
Totals This Unit :
Ove rall Percentage Complete:
Percent ($) Invoiced Current Remaining
Com pleted Previously Invoi ce Balan ce
$162 .204 .00
$10,596 .00
$10 ,200 .00
$15 ,985 .00
$46 .934 .00
"fHk No. T .... Description
RIii
1.0 Pro1ee11111111a ..... n1
Managino the Team
Team Man..,,..ment
QA/QC
Communications and Reponing
Pre-Design Coordination Meet ing
Monthly Proiea Uoaate Meetings
Desian Submittal Review Meetinos
Team Meetinos
Utility Coordination Meeting
Preoare Baseline Schedule
Prepare Monthly Progress Reports with
Schedule
Prepare Monthlv MWBE Reoons
Coordination with Crtv and AnAncies
Coordination with Terminal Designers
2.0 ConceDtual Desian 130 Percent)
Data Collection
Records Review
Conceotuai Site Visit
Proiecr Desian
Prepare Alternate Solutions
Hydraulic Design
Pavement Design
Conceptual Design Pack=
Cover P= 11 Sheet
Index Sheet ( 1 Sheet
General Project Plan 1 Sheet)
Survev Control Plan I 1 Sheet\
Phasina Plan 12 Sheets)
Safety Plan (2 Sheets I
Typical Section (1 Sheet)
Taxiwav Plan & Profile 14 Sheets\
Entrance Road Plan & Profile (4 Sheets )
Parking Lot Layout Plan (2 Sheets)
Joint Plan 12 Sheets \
Util itv Relocation Plan 14 Sheets)
Pavement Marl<ino Plan (2 Sheets)
Demolrtion and Removal Plan (2 Sheets)
Retaining Wall Plan (1 Sheet)
Retainino Wall Details 11 Sheet\
Drain""" Area ..,.,., ( 1 Sheet!
SWPPP (1 Sheet)
SWPPP Details (2 Sheets)
FAA Form 7460
Documentation of Desian Decisions
Construction Cost Estimate
3.1 l'Nliallnarv a....... IIO ,..,..nil
Preliminary Site Visit
Prel iminarv Desian Drawinos
City of Fort Worth, Texas
Attachment B • Level of Effort Supplement
PMO Official Release Date : 5.19.2010
Project Project Project
Director llllnaoer Enoineer
$180 $126 SH
12 88 48
8 24
8 4
8 8
8 8
8 16 16
8 16 16
8 8
2
2
2
8 4
8
21 16 123
8
8 8
1 4 16
2 16
1 8
1 4
4
1 4
1 2
2 8
8
4
4
2 8
1 1
1 4
1 2
1 4
2
8
1 8
22 • 18
8 8
Attachment B -Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Terminal Area Taxilane and Apron
Citv Project No.
Labor lhoural
EIT CADD Construction Adminiatr11ive 1'0111 Labor
ObHrver Coat
$86 $11 $80 $41
0 0 0 2 $27 628
$4 ,520
$2 ,020
$2 ,520
$2 ,312
$5,104
$5,104
$1 ,792
$380
2 $476
$380
$2 ,020
$1 ,000
104 218 0 0 $41720
$792
$2 ,312
$2,274
$1,834
$1190
2 $182
4 $364
8 $1 ,314
8 $1 ,124
8 16 $2,722
4 8 $1,456
4 8 $1 ,068
10 16 $3 ,478
20 40 $6 ,132
10 16 $2 ,702
8 16 $2 ,532
8 16 $3,308
4 $653
8 16 $2136
8 16 $2 ,722
2 4 $534
8 $1 ,116
4 8 $1 ,654
2 4 $534
$198
$792
8 $1 597
127 241 0 0 $47 733
$2 ,312
EXDenH
Subconsulllnt T olll Expense T11k Sub Total Travel Reproduction Cost
IIWBE Non-llWBE
$0 $0 $460 $0 $460 $28 078
$4 ,520
$2 ,020
$50 $50 $2 ,570
$200 $200 $2 ,512
$150 $150 $5,254
$5104
$50 $50 $1 ,842
$380
$476
$380
$2 ,020
$1 000
$0 $0 $60 $300 $360 $47 070
$792
$50 $50 $2 ,362
$2 274
$1 ,834
$1 ,190
$300 $300 $300
$182
$364
$1 ,314
$1 ,124
$2 ,722
$1,456
$1 ,068
$3,478
$6,132
$2 ,702
$2 ,532
$3 ,308
$653
$2 ,136
$2 ,722
$534
$1 ,116
$1654
$534
$198
$792
$1 ,597
$16186 $0 $60 $600 $11 636 $14 268
$50 $50 $2,362
$300 $300 $300
1 013
ITaakNo. Task Description
Rate
Cover P~= 11 Sheetl
Index Sheet 11 Sheetl
General Notes (1 Sheetl
General Pr"'""' Plan 11 Sheetl
Survev Control Plan 11 Sheet\
Phasino Plan 12 Sheetsl
Safetv Plan 12 Sheets l
Tvnical Section (1 Sheet\
Miscellaneous Details 12 Sheetsl
Plan & Profile 14 Sheetsl
Entrance Road Plan & Profile (4 Sheetsl
Parklrin Lot Lavout Plan 12 Sheetsl
Joint Plan 12 Sheets l
Joint Details 11 Sheet\
Uti litv Relocation Plan (4 Sheetsl
Geometric Control Sheet (4 Sheetsl
Pavement Markino Plan 12 Sheetsl
Pavement Markino Details 11 Sheet\
Demolition and Removal Plan 12 Sheets l
Retainino Wall Plan (1 Sheell
Reta ininn Wall Details 11 Sheetl
Drain~ hea ..,.n 11 Sheet\
Drai~ Details (1 $Nell
Subsurface Utilitv Plan 11 Sheetl
SWPPP 11 Sheetl
SWPPP Details (2 Sheetsl
Cross Sections 115 Sheetsl
Technical s~•,cations
Front End Documents
Constructabilitv Review
Utilitv Clearance
Construction Cost Estimate
MWBE Subconsultant -Geotechnical Studv
4 .0 Final O.akln-,to Percentl
Plan In-Hand Site Visit
Final Oes ian Drawinos
Phasino Plan/Mod]fvl
Safetv Plan-,Mod~vl
Plan & Profile /Mod~l
Joint Plan IMod~l
Pavement Markino Plan IModifvl
Demolition and Removal Plan 12 Sheetsl
Retainino Wall Plan (Mod~l
Cross Sections 115 Sheetsl
Technical s~•,cations
Front End Documents
Final Oesian/100%1 Orawinos
1~-ate Final Oesinn Comments
Construction Cost Estimate
BidPr~sal
City of Fort Worth, Texas
Attachment B -Level of Effort Supplement
PMO Official Release Date: 5.19.2010
Project Project Project
ftlreAtor llansnar """lnHr
$190 $126 $ff
2
2
2
1
8
8
4
4
4
1
4
8
4 20
2 4 8
8 4 4
2
1 8
14 6 13
8 8
4
1
4
2
4
4
4 2 16
2 2 16
1 16
8
Attachment B -Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Terminal Area Taxilane and Apron
City Project No.
Labor fhoural
EIT CADD Construction Administrative , Total Labor
Observer Coat
$81 $11 $10 $41
1 1 $176
1 1 $176
1 1 $176
4 $562
4 $562
4 8 $1266
2 4 $633
2 4 $534
4 4 $704
20 20 $4 ,312
20 40 $6,132
8 16 $2 532
4 8 $1 ,068
1 1 $176
8 20 $2 ,896
4 8 $1 ,068
1 2 $267
1 2 $267
8 16 $2 ,136
8 16 $2 ,532
1 2 $267
2 $281
1 2 $267
8 $1 ,124
2 2 $352
1 1 $176
16 40 $5 ,792
$2,740
$1 ,672
$2416
4 $562
8 $1 597
.. 178 0 2 $33 479
$2312
8 40 $4 716
2 4 $633
16 40 $5 ,396
4 8 $1 266
1 2 $267
2 2 $352
4 8 $1 ,464
16 32 $4668
$2 594
$2 214
40 $5 349
8 $1 472
8 2 $776
Exnanse
Subconaullant Total Expense Task Sub Total Travel Reproduction Coat
IIW8E Non-MWIIE
$176
$176
$176
$562
$562
$1 266
$633
$534
$704
$4312
$6 ,132
$2 ,532
$1 ,068
$176
$2 ,896
$1 068
$267
$267
$2 ,136
$2 ,532
$267
$281
$267
$1 ,124
$352
$176
$5792
$100 $100 $2840
$100 $100 $1772
$2,416
$562
$1 597
$15 985 $15,985 $15 985
$0 $0 $60 $400 $460 $33 929
$50 $50 $2 ,362
$100 $100 $100
$4 ,716
$633
$5,396
$1 ,266
$267
$352
$1 ,464
$4 ,668
$100 $100 $2 ,694
$100 $100 $2 ,314
$100 $100 $100
$5 ,349
$1 ,472
$776
2 of3
Tau No , Tau O.aorlption .....
1.0 llld l'tlaae
Bid Suooort
Distribute Contract Documents and
Maintain Plan Holders List
Uoload Contract Documents to Buzzsaw
Ans_, Bidders' Questions
Issue Addenda
Attend Pre-bid Conference
Attend Bid Ooenino
Check Contractor References
Tabulate Bids and Recommend Award
Issue Conformed Contract Documents
1.0 Conatruotion l'tlaH ServioH
Future Amendment
7.0 not uaed
.... Survey & SUE Services
MWBE Subconsultant -Desian Survev
Subconsultant -Subsurface Utility
Enaineerina
1.0
,. __
SWPPP
City of Fart Worth , Texas
Attachmenl B -Level of Effort Supplement
PMO Official Release Date : 5.19.2010
Totals
l'rojeot l'rojfft
Director llanaaer
$190 $121
I 20
2
2
B 8
B
0 0
0 0
0 0
0 2
2
127 139
l'rojfft
"'-lneer sn
22
8
12
2
0
0
0
8
B
382
Attachment B -Level of Effort Spreadsheet
TASK/HOUR BREAKDOWN
Design Services for
Terminal Area Taxilane and Apron
City Project No.
Laborlhowsl
ElT CADD Cona.tructlon Adminiatratlve Total Labor
ObHrver Coat
SIi $91 $80 $41
28 12 0 12 S10 248
4 6 B $1 270
2 $182
12 $2 ,062
4 $1,802
$2 520
$1 000
$198
4 2 $436
B 2 $776
0 0 0 0 so
0 0 0 0 $0
0 0 0 0 $0
0 0 0 2 $1138
2 $1 ,138
328 147 11 $188,144
ExDenae
Subconaultanl Total Expense Tau Sub Total Travel Reproduction Coat
MWIIE Non-llWIIE
so so S100 S260 $360 S106H
$200 $200 $1 ,470
$162
$2 ,062
$1 ,802
$50 $50 $2 ,570
$50 $50 $1 ,050
$198
$436
$50 $50 $826
so $0 so so so so
$0 so so so so so
$10 200 $41934 so $0 $67134 $67134
$10200 $10,200 $10 200
$46,934 $46,934 $46 ,934
$0 $0 $0 SIO $60 $1188
$50 $50 $1 ,188
s 28,186 48934 s 700 s 1,600 $76,319 $242,213
l'rooactaummary
Total Hours 1641
Total Labar $166 944
Total E•=nse $75 319
MWBE Subconsultant $26,185
Non-MWBE Subconsultant $46 934
5% Sub Markuo $3,656
MWBE Participation 10.6%
Total l'roiect Coat $241,111
3of 3
U PS
ITE M
SS-1 20
SS-1 20
SS-140
SS -14 0
DES CRIPTI ON
MEACHAM INTERNATIONAL AIRPORT
CORPORATE HANGAR APRON
ENGINEER'S EST IMATE OF PROBABLE COST
UNIT
ESTIMATED
QUANTITY
Engineer's Estimate of
Probable Cost
UNIT
PRI CE AMO UN T
Site Pre()aration ---. L.S . I --i $350,000.00 l-s°3S0~00M0l
Utilitv Re location I ~---I ..,....., SS0,000.00 $50,000.00 l
Pavement Remova l, Po rtland Cen;;nti_onc rctc ~ -7.500 $8.00-· S60,000.00 •
Pavement Remova l, IO" ~alt ·-----·-~Fl25,000 .. _[__ $10.00 ____ _ $25 0 ,000 .00
i-----1-R-e-t·a-in-in-1g Wall I S.F. 5,700 i $40.00 $228,000.00 SS -160
Erosion Control _Matting ___ --S.Y . 3,000 __ -i_ _~.QL_ F $15,000.00
,__ ____ ,_D_ra __ in~age Improvements L.S. I I $75,000.00 $75,000.00
Portlan ~tConcrciePa'Jcment(IO") S.Y . 15,000 ! $60.00 -$900,000.00
----SS-272
D-752
P-5 01
Po rtl and Cem ent Co ncrete Pavement (6") l S.Y. _____ 6,000 ___ _j $50.00 -$300,000.00
Unc lassified Embankment r C.Y. 115,000 $15.00 $1,72 5,000.00
Tx360
P-152
P-1 52 Uns u itab le Excavati o n ---·---r-T.v. 5,000 $15.00 ! $75,000.00
P-152 Rock Exca vation ---C.V-. -~00() --$30.00 r-$1 50,000.00.
P-152 Select Fill ___ C. Y. _ 1,000 $20.00 $20,000.00
_ Lime-Treated Subgrade (8") __ __ S.Y. 2 1,000 _ $8.00 $168,000 .00 P-155
I P-1 55 Lim e __ Ton 500 $200.00 $100,000 .00
P-15 6 Eros ion Contro l ____ ---· L.S. I $5,000.00 $5,000.00
1 __ P_-2_0_9 _-+-C_ru_s_he_d_A~ggre ateBase~o uE ~(4 ") S.Y. 2 1,000 ~.00 $2 10,000.00
__ P_-6_2_0 __ .. Ru nway an d Tax iway Painting __ _ _ _ L.S. 12,000 53.00 -$36,000.00
, __ T_-_90_1 __ 1-"-S.;c_;ced;..;;;.;.;.in,g..___ _ _ _ _ ------Acre I l O L $2,000.00 s20,ooo.oo·
T-904 Sodding _ __ S.Y. I __ 2,000 __ ! __ $6.00 __ ,-$12,000JlO
i--T---90_5 ___ f:!:£'psoiling _ _ ~ I C.Y. : _ 5,000 __ L __ $15.00 ____ $75,000.00
ENGINEERING SERVICES
PROJECT M AN AG EM ENT
D ESIGN & BID
PERM ITTING
BID PHASE SERVI CES
TOTAL ESTIMATED ENGINEERING SERVICES
SUBCONSUL TANT AND OTHER SERVICES
GEOTECHNIC A L (MWBE)
SUBS URFACE UT ILITY ENGINEERING
SU RV EYS (MWBE)
Total Engineer 's Estimate
Contingency (15 %) $
Total: Construction and Contingency
SUBTOTAL ESTIMATED SUBCONSULTAN T AND OTHER SERVICES
Subconsultant Mark-up (5 %) $
SUBTOTAL ESTIMATED SUBCONSULTANT A ND OTHER SERVICES
!TOTAL ESTIMATED PROJECT AMOUNT
$4 ,824,000.00
723,600.00
$5,547,600.00
$28,078.00
$129,282.00
$1 ,188 .00
$10,596.00
$169,144.00
$15 ,98 5.00
$46,93 4 .00
$10 ,200 .00
$73,119.00
3,656.00
$76,775.00
$5,793,519.00!
ATTACHMENT "C"
CHANGES AND AMENDMENTS TO STANDARD AGREEMENT
Design Services for
Terminal Area Taxilane and Apron
City Project No. __
There are no Amendments to Standard Agreement for Engineering Services
City of Fort Worth , Texas
AttachmentC
PMO Release Date : 05 .19 .2010
Page I of I
ID
10
11
12
13
14
17
0
8
!Task Name
Notice to Proceed
Ruearch, and Data Colection I Site Visits
Concep"'al Design (30%)
Ai<port Review
PrelilTWlary Design (60%)
Aifport Review
Final Design (100%)
Airport Review
Consb"uciton Documents
Bid Opening
Recommend Award
Prepare for Counci Agenda
Council Awa,d
Prepare/Execute Construction Contracts
Preconstruction Meeting
Construction
Project: FTW Corporate Hangar Apron
Date : Sat 11/13110
Task
Split
~tion
0 days
• days
35 days
23 days
35 day•
23 days
25 days
10 days
5 days
23 days
0 days
4 days
22 days
0 days
33 days
0 days
131 days
Start Finish
Corporate Hangar Apron
AttachmentO
Monl/14/11 ~
F•b,.:.J,1 ~ar'11 r '.11 ~,.'11 .Jun'11 Jul '11 -1..~'1!..., See.'.!1 Oct'11 Nov'11 1 Dec '11 _l_Jan'12 J Feb 'I Mar'12 Apr '12 Ma ' Jun'! Jul ' 2
~=='"'~J3202L!J1.?927 31017?_4 1 ~-512~ill26[}~0172431]L~MG 111825 219162lli[6 1320Ps41Tf~5[f B15~2i[5;f21926.4111825°1 111}52229 6 ,13202 3 10 724 1 a 15
Monl/14/11 ~1'
Monl/14111
Fri 3/11111
Fri 516/11
Wed6/1111
Wed 7127/11
Mon 8/29/11
Mon 10/3/11
Mon 10/17/11
Mon 10/24/11
Wed 11/23111
Thu 11/24/11
Wed 11/30/11
Thu 12/29/11
Fri 12/30/11
Tue 2114/12
Mon 2/20/12
Thu 3117/11
Thu 5/5111
Tue sn111
Tue 7126111
Fri a/26/11
Fri 9/30/11
Fri 10/14111
Fri 10/21/11
Wed 11123/11
Wed 11/23/11
Tue 11/29/11
Thu 12/29111
Thu 12/29111
Tue 2/14/12
Tue 2114/12
Mon 8120/12
Progress
MNstone
•1zm
t4
Summary Extern .. Tasks Dea<line
Project Summary Q~----o External Milestone 0
Page 1
"" '12
5 121928
��
�
. _ 'r
� ff
� l�
F
i.
- � .
• �,
�,
�
i
s�
r
�
�
.
�
�wdo�n3a � 6
NOkldV klVt)HIVF131V!lOdkl00 $ R G��r j��� �
� t YiI�� W
ai�saer g c �' l� �ia � .
-r. •• n+i
it10dMv19'NOLLVNkl31W1WvfK7v3W ,� ?'• aj
. 1 `
� r �f �«
. � � �
� ��
�
3 ' �
r'� .
' � � � �
. , � � `
' ' . �� � � ,� �*
. � ,�+
� # ��,
..e'�I �,�'�' � �
. •..�.
' •� •,��"" , .
. +r ' �•�i� ,
� �.r' �� ' �_''_. �• � - . ,.
'•' ••�-" �*` �� � � �" �.
.�i . � - � � ' �I�� ,�. � �F ♦.
- I �� / � = j ' I
.a ' � �
� �' _ i,�,�` r �
. '� . �, .' /��� f":►`�-� �� * �' tiF�� �:. . �
_r" ��,r� � � ' • .
' � � � ►
� � � } y ,
:� _ • \\ �� � � ��
� � .�
c�_ �� ��� •�. "0. �.l`
�\� � � -
� � � � � �
i � �� ��
y 4 � *✓I �� �.
/ �1 � /, .
. � / � � -
� �
. � .
r � �.:� } , ��
. �. ' r ♦ .
�u � A +
�r • � � ,.. "r .
� f 4 ; � ,
_ a� �. � . � -
� �� �11 . _ ' ` "� .� ,
n .�
�!' � ¢ � � .,w � � .'�T� : s � f
+ � � � �� �
c��..� � �
�� � .
'I ��� � p �. .t. �?
_,,�� .,�
,#r , _
— ----- . rz�> : ...•>c�C.ltl,c�� bw �,.�fe4'�. a� o� �(ffic�n[ *� IU � . �+H! �A11 m� +�� w=vns »yw '�c�:au . ..�r ��+w.. �ai+cav a�
.Kw.�'Rdmm n. na� a�a:/s�iii �!'i4f W �w wM�Mt'w��f�rp\ucM �bsx �ocEVJ ML � Y.�LiW01�0�OL\�P�r\� w7
Page 1 of 2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/25/2011 -Ordinance No. 19528-01-2011
DATE: Tuesday , January 25 , 2011 REFERENCE NO.: **C-24698
LOG NAME: 55FTW TERMINAL AREA TAXILANE AND APRON IMPROVEMENTS
SUBJECT:
Authorize an Engineering Services Agreement in the Amount of $245 ,919.00 with Garver, LLC, for the
Design, Bidding and Construction Phase Services for Terminal Area Taxilane and Apron Improvements at
Fort Worth Meacham International Airport , Authorize Project Management, Administration and Related
Expenses in the Amount of $24 ,591 .90 and Adopt Appropriation Ord inance (COUNCIL DISTRICT 2).
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the City Manager to execute an Engineering Agreement with Garver, LLC, in the amount of
$245,919.00 for the design and construction management of the Terminal Area Taxilane and Apron
Improvements at Fort Worth Meacham International Airport and authorize $24 ,591.90 for project
management, administration and related expenses;
2. Authorize the use of revenue derived from mineral leases on City-owned airports in the amount of
$270 ,510 .90 for an Engineering Services Agreement with Garver, LLC , for the design, bidding and
construction phase services of Terminal Area Taxi lane and Apron Improvements at Fort Worth Meacham
International Airport; and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
amount of $270 ,510 .90 in the Airports Gas Lease Project Fund from available funds.
DISCUSSION:
In January 2010 , the Aviation Department selected Garver, LLC , for the purpose of providing engineering
services for the City of Fort Worth Meacham International Airport.
Garver, LLC, will design and oversee the construction of approximately 21 ,000 SY of taxiway and aprons
out to the OFA limits as well as reconstructing Aviation Way and constructing a parking lot for 11 N .
This project will be funded by revenue derived from natural gas well leases on city-owned airport
properties .
It is anticipated that the construction will be completed in phases based upon demand for space .
M/WBE -Garver, LLC, is in compliance with City's M/WBE ordinance by committing to 11 percent M/WBE
participation. The goal on this project is 11 percent.
Meacham International A irport is located in COUNCIL DISTRICT 2 .
-I-' r V I
http://apps.cfwnet.org/ecouncil/prinhnc.asp?id= 1457 5&print=true&DocType= Print 1/25/2011
Page 2 of 2
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.
FUND CENTERS:
TO Fund/Account/Centers
2)P240 446200 551929990100
2) P240 539120 552810166430
2) P240 539120 552810166435
2) P240 539120 552810166481
CERTIFICATIONS:
FROM Fund/Account/Centers
$270 ,510.90 3) P240 539120 552810166430
$267,475 .90 3) P240 539120 552810166435
$3 ,000 .00 3) P240 539120 552810166481
$35 .00
Submitted for City Manager's Office by: Fernando Costa (6122)
Kent Penney (5403)
Ruseena Johnson (5407)
Originating Department Head:
ATTACHMENTS
1. 1201 Garver Engr Agrmt (Terminal Area Taxilane and Apron) Exh ibit A.pdf (Public)
2. 1664 Compliance.pdf (CFW Internal)
3. 55FTW TERM INA L AREA TAXILANE APRON IMPROVE MENT AO.doc (Public)
4. Accounting records.pdf (CFW Internal)
http://apps .cfwnet.org/ecounci l/printmc.asp?id= 1457 5&print=true&DocType= Print
$267,475 .90
$3 ,000 .00
$35 .00
1/25 /2 011