HomeMy WebLinkAboutContract 39313,'Ty SECRETAFjy
4 CONTRACT pqr I t
CITY OF FORT WORTH, TEXAS
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
Jacobs Engineering Group Inc, (the "ENGINEER"), for a PROJECT generally described
as:design, fill and regrade of noise properties at Meacham Airport.
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 III
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 invoices.
(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 portion 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
City of Fort worth. Texas OFFICIAL RECORD
Standard Agreement for Engineering Related Design Services
63009
Page 1 of 15 CITY SECRETARY
I FT. WORTH, 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 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
costlexecution effects are not the responsibility of the ENGINEER.
City of Fort Worth. Texas
Standard 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 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
Cf y of Fort worth. Texas
Standard Agreement for Engineering 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
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 (MIWBE) 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
City of Fort worth. Texas
Standard Agreement for Engineering 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 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.
City of Fort Worth. Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Page 5 of 15
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.
H. 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.
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.
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
Gry of Fan worth. Texas
Standard Agreement for Engineering 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 project shall be submitted to the CITY for each year
following completion of the contract.
(2) GENERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has 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 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,
City of Fort Worth. Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Page 7 d 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 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.
CNy of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Page 8 of 15
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with published
design criteria and/or current engineering practice standards which the
ENGINEER should have been aware of at the time this Agreement was
executed, the ENGINEER shall revise plans and specifications, as required, at
its own cost and expense. However, if design changes are required 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 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.
Gy or Fort Worth. Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Page 9 d is
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.
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 ME. regarding the ENGINEER's Personnel at Construction Site, and
provisions providing contractor indemnification of the CITY and the
ENGINEER for contractors 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
City of Fort worth, Texas
Standard Agreement for Engineering 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 beneficiary rights under this Agreement.
(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.
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Page 11 of 15
Article VI
General Legal Provisions
Amendments to Article VI, if any, are included in Attachment C.
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT 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 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
City of Fort Worth, Texas
Standard Agreement for Engineering Related Design Services
6.30.09
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 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.
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 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. 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.
cny of Fort wort,, Texas
Standard Agreement for Engineering Related Design Services
8.30.00
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., VIA, and VI.I.
shall survive termination of this AGREEMENT for any cause.
K. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and 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 wort,, Texas
Standard Agreement for Engineering Related Design Services
6.30.09
Pape 14 of 16
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 ., day of C) , 2009.
ATTEST: CITY OF FORT WORTH
• db�.Ik/
Ely: -
Marty AHenddk �.AA,-liggi+�s{�rvcc �sF-� `.
City Secret. Assistant City Manager
C-- Q3 7 APPROVAL RECOMMENDED
ContCt Authorization
I$Io`-
Date
Kent Penney, At'rport Systems Director
Aviation Department
APPR V AS T ORM AND LEGALITY Jacobs Engineering Group Inc
Assistant City Attorney
ATTEST: Name v t ce Pn psi A e4o+
Title
City of Fort worth, TMU OFFICIAL RECORD
830.E Agn�ernent for Englneertnp Related Design Services CITY SECRETARY
Page 15o115 FT. WORTH, TX
ATTACHMENT A
PROJECT SCOPE
SCOPE OF WORK
SUPPLEMENTAL PROJECTS
MEACHAM INTERNATIONAL AIRPORT
The City of Fort Worth has requested Supplemental Projects to be prepared by Jacobs
Engineers Group Inc. (JEG), for the Improvement at Meacham International Airport.
Scopes are listed for three separate items of work which will be accomplished as one
project. The services provided by JEG are;
A. SCOPE OF WORK AND PRELIMINIARY DESIGN
1. CONCEPT DESIGN OF FORMER RESIDENTIAL AREA
This scope of work includes developing two alternatives for the former
residential area shown in the attached exhibit. The work includes identifying
public open space (or sports fields) locations for future restrooms,
maintenance buildings, support facilities, access roads to the public areas
and parking lot layout. Additionally, develop construction documents for the
mass grading efforts of the site where the public and support facilities will be
located.
a. Concept services for this project include;
i. Topographic survey of the residential area (45 Acres). This survey
will cover area as shown in the attached Exhibit.
ii. A tree survey to comply with City Ordinance for "Green space" or
"canopy area" will be provided.
iii. Geotechnical Information has been provided to determine the
availability and quality of in -situ material.
iv. Concept Design Plans will include the following tasks;
• Review City of Fort Worth ordinance for proposed site use
• Visit site to document existing conditions photographically and
note any features which may impact the design
• Develop two Conceptual Schemes for Public areas (up to
eight (8 areas). Plans to include area playing fields or open
space, location of access roadways, parking lots, and support
facilities.
• Develop Conceptual Grading for both plans.
• Review the design with the Client and receive input on the
design and make changes to develop a Preferred Conceptual
Scheme.
• Develop a Tree Removal permit and submit to the City of Fort
Worth. This is not the Tree survey that is required.
v. JEG will meet with Client to discuss comments and / or revisions
to the design
2. INSTALL STORM DRAINAGE CULVERT
An existing ditch is located south of the 35 end of runway 17-35. This ditch
is partially filled with concrete rubble and a permanent culvert is desired so
this area may be filled in only to a point that protects the pipe.
a. Design services for this project include;
i. Topographic survey of the area around the existing ditch (6.2
Acres). This survey will cover area as shown in the attached
Figure.
ii. Prepare area drainage plan to show contributing areas to this
culvert and meet with Client to discuss the benefits and possible
costs associated with installing the 10, 50 or 100 year capacity
storm drain.
iii. Develop preliminary construction drawings, specifications and
probable construction cost estimate (60% complete).
iv. JEG will meeting with client to discuss comments and / or
revisions to the design
3. REGRADE AREA TO THE NORTH OF HANGAR 43S
Airport staff identified a debris hill north of hangar 43S and west of Runway
34-16. The "debris hill" consists of concrete and asphalt rubble. A stand of
trees is growing in the "debris hill. The trees and rubble will need to be
removed prior to any development. Design of this site will include a pad at
an elevation acceptable for a hangar construction.
a. Design services for this project include;
i. Topographic survey of the area around the proposed
development area. This survey will cover area as shown in the
attached Figure.
ii. Develop Preliminary construction drawings, specifications and
probable construction cost estimate (60% complete).
2
4. PRELIMINARY MEETING
i. Twenty sets of preliminary plans will be delivered to the City of
Fort Worth and two sets of plans to Meacham Airport
ii. JEG will meet with Client to discuss comments and / or revisions
to the design
B. FINAL DESIGN
Develop Final construction drawings, specifications and probable construction
cost estimate (100% complete). Construction Drawings will be developed for
1. FINAL DESIGN OF FORMER RESIDENTIAL AREA
i. After agreement on the concept, JEG will develop Final
Construction Drawings, Specifications and Estimate of Probable
Construction costs (100% complete). The Residential area
Construction Plans are intended to accomplish the mass grading,
soil stabilization and tree remediation of the site. Further
improvements will be under a separate contract.
ii. Submit final Residential Area plans and specifications for review.
Plan set to include:
1. Demolition Plan
2. Layout Plan -preliminary to assist with the grading plan
3. Grading Plan -mass grading
4. Tree Remediation Plan -trees to be planted as a result of the
tree permit results
5. Seeding Plan
6. Details necessary for design Implementation
iii. This set of plans will be divided into two construction packages;
1. Tree Removal / Clearing and Grubbing
2. Grading and Embankment
2. INSTALL STORM DRAINAGE CULVERT
i. Developed to full contract drawings and submitted for review
3
3. REGRADE AREA TO THE NORTH OF HANGAR 43S
i. Developed to full contract drawings and submitted for review
ii. Construction contract sets will be developed for two projects;
1. Tree Removal / Clearing and Grubbing
2. Grading and Embankment (in conjunction with the residential
area)
4. REVIEW MEETING
I. Five sets of preliminary plans will be delivered to the City of Fort
Worth and two sets of plans to Meacham Airport
ii. JEG will meet with client to discuss comments and / or revisions to
the design
iii. JEG will revise plans as required and provide electrical copies of
contract documents.
C. BIDDING PHASE
1. Provide plans and specifications for interested bidders
i. This service will be provided on a cost reimbursable type service for
the cost of plans, mailing and personnel required for the project.
ii. For the purpose of this fee, a total of 45 copies of plans and
specifications will be provided.
2. Attend and run pre -bid and the reading of the bids for this project. The
City is assumed to be developing and running and required
advertisements and announcements.
3. JEG will prepare and issue addenda as required. Cost for the printing and
mailing will be a reimbursable charge.
4. JEG will attend and open bids. Bids will be tabulated and a
recommendation for the low bidder will be reported.
D. SERVICES DURING CONSTRUCTION
1. Only construction observation, by periodic site visits, will be accomplished
on this project.
2. JEG will inspect nursery stock, and planting locations for tree remediation
and planting.
3. Material services, for construction, will only be performed on the fill pad.
This will determine the acceptability of the fill material and compaction for
a future hangar.
4
E.
F.
10
4. JEG will review shop drawings and make recommendations to the CITY
for periodic construction progress payments to the construction contractor.
Services will be based on the JEG's knowledge, information, and belief
from selective sampling and observation that the work has progressed to
the point indicated.
CLOSEOUT PHASE
1. Record drawings will be developed. One set of mylars will be provided.
2. Provide record sets of plans and specifications to the Client.
i. This service will be provided on a cost reimbursable basis and
includes the cost of plans, mailing and personnel required for the
project.
ii. A price is shown for reasons of estimates.
3. JEG will provide a DVD of the PDF's of the construction drawings and the
specifications.
DESIGN SCHEDULE
See attached schedule.
COMPENSATION AND EXPENSES
JEG will provide the Engineering Services as described above and in the
assumptions below for a fee of $ 229,337.12
1. CONSTRUCTION DOCUMENTS
i. Preliminary Design Phase
1. Labor $ 63,244.28
2. Subcontracts and Expenses $ 54,288.00
3. Total $117,532.28
ii. Final Design Phase
1. Design
2. Subcontracts and Expenses
3. Total
iii. Total Construction Design Phase
R
$ 60,533.48
$ 7,150.00
$ 67,683.48
$185,515.76
2. BIDDING PHASE
i. Labor $ 4,266.60
ii. Expenses $ 200.00
iii. Total $ 4,466.60
iv. Reimbursable Expenses
1. All Plan and specifications sets for Plan houses and
contractors will be billed at commercial costs including
mailing and labor costs.
3. SERVICES DURING CONSTRUCTION
i. Labor $ 17,415.95
ii. Expenses $ 800.00
iii. Subcontracts and Expenses $ 13,282.50
iv. Total $ 31,498.45
4. CLOSEOUT PHASE
i. Labor $ 5,906.32
ii. Expenses $ 1,750.00
iii. Total $ 7,656.32
H. ASSUMPTIONS
1. The development of an overall SWPPP plan is included for the project.
2. Residential Area Plans will not include
i. Utility Plans including lighting, drainage, sewer, electrical, water
ii. Athletic amenities such as backstops or field goals
iii. Special athletic field design for drainage or league level play
iv. Synthetic turf systems
v. Irrigation system
3. Regrading area
i. All materials are non hazardous and the City's dump site will accept
all materials
ii. Pad elevation will be set at an elevation equal to a percent to a one
and one-half percent grade from runway 17-35.
4. Storm Drain area
i. The proposed culvert will only be covered to an elevation to protect
the pipe.
0
5. Construction Phase Services
a. If JEG is called upon to observe the work of Client's construction
contractor(s) for the detection of defects or deficiencies in such work,
JEG will not bear any responsibility or liability for such defects or
deficiencies or for the failure to so detect. JEG shall not make
inspections or reviews of the safety programs or procedures of the
construction contractor(s), and shall not review their work for the
purpose of ensuring their compliance with safety standards.
b. If JEG is called upon to review submittals from construction
contractors, JEG shall review and approve or take other appropriate
action upon construction contractor(s)' submittals such as shop
drawings, product data and samples, but only for the limited purpose
of checking for conformance with information given and the design
concept expressed in the contract documents. JEG'S action shall be
taken with such reasonable promptness as to cause no delay in the
work while allowing sufficient time in JEGS professional judgment to
permit adequate review. Review of such submittals will not be
conducted for the purpose of determining the accuracy and
completeness of other details such as dimensions and quantities.
c. JEG shall not assume any responsibility or liability for performance of
the construction services, or for the safety of persons and property
during construction, or for compliance with federal, state and local
statutes, rules, regulations and codes applicable to the conduct of the
construction services. JEG shall have no influence over the
construction means, methods, techniques, sequences or procedures.
Construction safety shall remain the sole responsibility of the
construction contractor(s).
d. All contracts between CLIENT and its construction contractor(s) shall
contain broad form indemnity and insurance clauses in favor of
CLIENT and JEG, in a form satisfactory to JEG.
6. Cost Estimates
Evaluations of the Client's Project budget, preliminary estimates of
Construction cost and detailed estimates of Construction Cost, if any,
prepared by the Consultant, represent the Consultant's best judgment as a
design professional familiar with the construction industry. It is recognized,
however, that neither the Consultant nor the Client has control over the
cost of labor, materials or equipment, over the Contractor's methods of
determining bid prices, or over competitive bidding, market or negotiating
conditions. Accordingly, the Consultant cannot and does not warrant or
represent that bids or negotiated prices will not vary from the Client's
Project budget or from any estimate of Construction Cost or evaluation
prepared or agreed to by the Consultant.
7
ATTACHMENT B
COMPENSATION
FEE PROPOSAL
Project
Airport:
Project Manager:
Consultant:
HOURLY RATES
ATTACHMENT B
COMPENSATION SUMMARY SHEET
SUMMARY OF PROJECT
Meacham International Airport
JACOBS ENGINEERING INC
Project Senior Design
ManagQer Engineer En, ineer EIT CADD
$69.28 1 $69.28 1 . $54.71 1 $45.00 1 $30.87 1
Consultant's G&A'
1.269' Consultant's Protiti
0.151
Consultant's Mulliplierl
LABOR HOURS BY PHASE
Project
Senior
Design
Manager
Engineer
Engineer
EIT
CADD
Preliminary Design
5
40
124
119
276
Final Design
4
38
140
118
208
Bidding
10
6
4
0
4
Construction
4
27
60
0
0
Closeout
1
12
8
0
24
Total Hours 24 123 336 237 512
$1,662.72 $8,521.44 $18,382.56 $10,665.00 $15,805.44
TOTAL PAYROLL COSTS
$151,366.62
TOTAL MISC. EXPENSES
$6,850.00
SUBCONTRACT SERVICES
SWPPP
5,000,00
Tree Survey
$8,000.00
Rodriguez Engineering
$8,875.00
Survey
$42,780.00
Subcontract Coord. 10.0%1
$6,465.50
Total Subcontract Services
$71,120.50
TOTAL BASIC SERVICES
CONTRACT COSTS
$229.337.12
ADDITIONAL SERVICES
$0.00
$0.00
Total Additional Services $0.00
TOTAL ENGINEERING COST $229,337.12
Clerical
$23.04 1
2.60941
Clerical
20
39
8
54
8
129
$2,972.16
4/15/2009
FEE PROPOSAL
Project
Airport:
Consultant:
LABOR
Anticipated Task
SUMMARY OF PROJECT
Meacham International Airport
JACOBS ENGINEERING INC
Refine Scope
Drawings (from attachment)
Subconsultant Coordination
Outline Specifications
Meetings
Calculations
Cost Estimates/ Quantities
Estimated Hours 584
Subtotal Labor $63,244.28
MISCELLANEOUS COSTS
Reproduction
Travel
FedEx / Courier
Subtotal Miscellaneous Costs
SUBCONTRACT SERVICES
Tree Survey
Rodriguez Engineering
Survey
Subcontract Coord. I
Subtotal Subcontract Services
TOTAL COSTS THIS PHASE
PRELIMINARY DESIGN PHASE
Estimated Person Hours
Project Senior Design
Manager Engineer Engineer EIT CADD
4 8
21 96 103 268
2 4
3 4
4 16 12
1 2 4 4 8
5 40 124 119 276
$903.88 $7,231.03 $17,701.93 $13,973.07 $22,231.98
$1,200.00 5 Sets of plans to City/ 2 to Meacham
250.00
500.00
$1,950.00
8,000.00
0.00
39,580.00
10.0%1 $4.758.00
$52,338.00
$117,532.28
Clerical
8
4
8
20
$1.202.39
9/25/2009
FEE PROPOSAL FINAL DESIGN PHASE
Project SUMMARY OF PROJECT
Airport: Meacham International Airport
Consultant: JACOBS ENGINEERING INC
Estimated Person Hours
LABOR
Project
Senior
Design
Anticipated Task
Manager
Engineer
Engineer EIT CADD
Clerical
Drawings (from attachment)
1
21
86 94 204
3
Subconsultant Coordination
Bid Proposal
4
8 8
8
Technical Specifications
2
32 0
16
Opinion of Probable Cost
4
12 8
4
Construction Mgmt. Plan
4
4
Final Design Review Meeting
3
3
FAA Form 7460
2 8 4
4
Estimated Hours 547
4
38
140 118 208
39
Subtotal Labor $60.533.48
$723.10
$6.869.48
$19,986.06 $13,855.65 $16,754.53
$2,344.66
MISCELLANEOUS COSTS
Reproduction
$1,40000
5 Sets of plans to City/ 2 to Meacham
Travel
�250:00
I
Mail
$500.00
Total Miscellaneous Costs $2,150.00
SUBCONTRACT SERVICES
SW PPP I 5,000.00
Subcontract Coord. 1 10.0%1 $500.00
TOTAL COSTS THIS PHASE $68,183.48
9/25/2009
FEE PROPOSAL
Project SUMMARY OF PROJECT
Airport: Meacham International Airport
Consultant: JACOBS ENGINEERING INC
LABOR
Project Senior Design
Anticipated Task Manager Engineer Engineer
Prebid Conference 3 3
Issue Addenda 4
Bid Opening 3
Tabulate Bids 1
Coordination 2 2
Bid Recommendation 1 1
Estimated Hours 32 10 6 4
Subtotal Labor S4,266.60 $1,807.76 $1,084.65 $571.03
MISCELLANEOUS COSTS
BIDDING PHASE
EIT CADD Clerical
4 2
4
2
0 4 8
$0.00 $322.20 $480.96
Reproduction Reimb 40 Sets of plans to City/ 5 to Meacham
Travel (2 trips total) 100.00
Misc. - Mail, etc. 100.00
Total Miscellaneous Costs $200.00
SUBCONTRACT SERVICES
Total Subcontract Services $0.00
TOTAL COSTS THIS PHASE $4,466.60
9/25/2009
FEE PROPOSAL
Project SUMMARY OF PROJECT
TxDOT Project No: 0
Airport: Meacham International Airport
Project Manager: 0
Consultant: JACOBS ENGINEERING INC
LABOR
Anticipated Task
Preconst. Conf. (1 total)
Meetings ( 4 total)
Site Visits (Outside of mtgs. 3 total)
Landscape stock inspection
Final Inspection (1 total)
Address Submittals, RFIs
Coordination with Agent, Contractor
Testing/QC Report
Pay Estimates
Estimated Hours
Subtotal Labor $17,415.95
MISCELLANEOUS COSTS
Reproduction
Travel (13 trips total)
Misc. - Mail, etc.
Total Miscellaneous Costs
Project Senior Design
Manager Engineer Engineer
4 4
4 12
9
8
6 4
4 16
8
8
4
4 27 60
$723.10 $4,880.95 $8.565.45
150.00
150.00
500.00
$800.00
SUBCONTRACT SERVICES
Survey $3,200.00
geotechnical 8,875.00
Subcontract Coord. 1 10.0%1 $1,207.50
Total Subcontract Services $13.282.50
TOTAL COSTS THIS PHASE $31,498.45
CONSTRUCTION PHASE
EIT CADD Clerical
2
4
4
4
4
16
16
4
0 0 54
$0.00 $0.00 $3,246.45
9/25/2009
FEE PROPOSAL CLOSEOUT PHASE
Project SUMMARY OF PROJECT
TxOOT Project No: 0
Airport: Meacham International Airport
Project Manager. 0
Consultant: JACOBS ENGINEERING INC
LABOR
Project
Senior Design
Anticipated Task
Manager
Engineer Engineer EIT CADD
Clerical
Record Drawings
1
0 4 0 24
1
Warranty Inspection
8 4
1
Assist Agent
Administration
4
Meetings
4
2
Estimated Hours 53
1
12 8 0 24
8 53
Subtotal Labor $5,906.32
$180.78
$2,169.31 $1.142.06 $0.00 $1,933.22
S480.96 $111.44 /HR
MISCELLANEOUS COSTS
Reproduction I
1,500.001
Myiar prints of plans/ DVD
Travel (1 trip total)
`j
Misc. - Mail, etc.
250.00
Total Miscellaneous Costs $1,750.00
SUCONTRACT SERVICES
0.001 0.00
Total Subcontract Services $0.00
TOTAL COSTS THIS PHASE $7,656.32
�!rlirl�7��7
FEE PROPOSAL
Project
Airport:
Consultant:
LABOR
Drawing
Cover Sheet
Quantities. General Notes
Key Map
Overall Site / Safety Plan, Notes
Erosion Control Plan
Erosion Control Details
Demolition Plan
Grading and Drainage Plans
Plan and Profile / grading
Drainage Area Map
Drainage Area Calculations
Typical Misc. Details
Storm Drain PhWProfile
Drainage Details
Total
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Total
SUMMARY OF PROJECT
Meacham International Airport
JACOBS ENGINEERING INC
No. of
Sheets
PRELIMINARY DESIGN DRAWINGS
Estimated Person Hours
Project
Senior
Design
Scale
Manaqer
Engineer
Engineer EIT
CADD Clerical
WA
2
4
WA
4
8 4
6
1:600
2 2
4
1:50
2
2
4
1:50
0
1
5 4
16
1:50
0
0
2 5
9
1:50
9
2
22 20
50
1:50
0
1
10 12
39
1:50
0
1
10 28
48
1:500
0
10
21 12
60
NIA
0
0
9 10
20
1:50
0
0
5 4
a
1:50
0
0
0 0
0
N/A
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
0
0
0 0
0
0
39
9
21
96 103
268
9/25/2009
4
FEE PROPOSAL
Project
AIP Project No:
Airport:
Consultant:
LABOR
Drawing
0
0
0
0
Erosion Control Plan
Erosion Control Details
Demolition Plan
Layout plans
Grading and Drainage Plans
Tree Remedistion Plan / Seeding
RESIDENTIAL AREA
Meacham International Airport
JACOBS ENGINEERING INC
No. of
Sheets
Total 11
PRELIMINARY DESIGN DRAWINGS
Estimated Person Hours
Project Senior
Design
Scale
Manasrer Enaineer
Engineer
EIT
0
0
0
0
1:50
1
2
1:50
1
1:50
2
4
10
1:50
1
8
8
1:50
1
8
24
1:50
2
4
8
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 7
26
51
CADD Clerical
8
3
30
31
40
40
152 4
4
FEE PROPOSAL
Project
AIP Project No:
Airport:
Consultant:
LABOR
Drawing
Cover Sheet
Quantities, General Notes
0
0
Erosion Control Plan
Erosion Control Details
Demolition Plan
Plan and Profile / grading
Drainage Area Map
Drainage Area Calculations
Typical Misc. Details
Drainage Details
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Total
STORM DRAINAGE FOR DITCH
Meacham International Airport
JACOBS ENGINEERING INC
PRELIMINARY DESIGN DRAWINGS
Estimated Person Hour:
No. of
Project
Senior Design
Sheets
Scale
Manager
Engineer Engineer
EIT
0
N/A
I
I I
I
1:50
1:50
2
1:50
2
2
1
1:50
1
2
2
1:500
2
2
3
N/A
1
2
1
1:50
1
2
1
N/A
8 16
2
1
0
1
2
1
0
1
4
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
12
0
0
8 25
18
i
CADD Clerical
4
4
4
4
4
16
4
4
`_!IIIIIIIIIIIIIIIIIIIIIIIII11)(
FEE PROPOSAL
Project
AIP Project No:
Airport:
Consultant:
LABOR
Drawing
Cover Sheet
Quantities, General Notes
Key Map
Overall Site / Safety Plan, Notes
Erosion Control Plan
Erosion Control Details
Demolition Plan
Grading and Drainage Plans
Drainage Area Map
Drainage Area Calculations
Typical Misc. Details
Storm Drain Plan/Profile
Drainage Details
PRELIMINARY DESIGN DRAWINGS
REGRADE AREA TO THE NORTH OF HANGAR 43S
Meacham International Airport
JACOBS ENGINEERING INC
No. of
Sheets
0 0
0
0
0
0
2
1
2
2
1
1
2
2
1
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Total
14
Estimated Person Hours
Project Senior Design
Scale
Manager Engineer Engineer
EIT
0
N/A
N/A
1:500
1:50
2
2
1:50
1
2
1:50
1
2
1:50
16
8
1:50
1
2
1:500
1
2
WA
1
2
1:50
8
8
1:50
4
N/A
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 0 35
28
CADD Clerical
4
4
2
16
4
4
4
16
4
58 0
FEE PROPOSAL
Project SUMMARY OF PROJECT
Airport: Meacham International Airport
Consultant: JACOBS ENGINEERING INC
Estimated Person Hours
LABOR
No. of
Project
Senior
Design
Drawing
Sheets
Scale
Manager
Engineer
Engineer
EIT
Cover Sheet
1
N/A
Quantities, General Notes
1
N/A
2
4
8
Key Map
1
1:500
Overall Site / Safety Plan, Notes
2
1:50
2
4
Erosion Control Plan
5
1:50
0
0
2
2
Erosion Control Details
3
1:50
1
2
4
Demolition Plan
6
1:50
0
2
19
26
Grading and Drainage Plans
6
1:50
0
4
17
12
Plan and Profile / grading
4
1:50
0
7
16
10
Drainage Area Map
5
1:500
0
4
22
14
Drainage Area Calculations
3
N/A
0
0
2
12
Typical Misc. Details
2
1:50
0
0
2
2
Storm Drain Plan/Profile
0
1:50
0
0
0
0
Drainage Details
0
N/A
0
0
0
0
FINAL DESIGN DRAWINGS
CADD Clerical
6
8
42
42
34
36
12
6
0
0
8
2
8
1
0
2
0
0
0
0
0
0
0
Total 39 1 21 86 94 204
9125/2009
3
FEE PROPOSAL
Project
AIP Project No:
Airport:
Consultant:
LABOR
Drawing
FINAL DESIGN DRAWINGS
RESIDENTIAL AREA
Meacham International Airport
JACOBS ENGINEERING INC
stimated Person Hour
No. of Project Senior Design
Sheets Scale Manager Engineer Engineer EIT CADD Clerical
Erosion Control Plan
2
1:50
1
2
Erosion Control Details
1:50
2
1:50
8
16
�I
2
1:50
4 8
4
16
2
1:50
7 14
8
32
Free , __ n PIe a n
2
1:50
4 16
8
32
I
I
I
Total 10 0 15 39 28 98
3
1
2
FEE PROPOSAL
Project
AIP Project No:
Airport:
Consultant:
LABOR
Drawing
Cover Sheet
Quantities, General Notes
FINAL DESIGN DRAWINGS
STORM DRAINAGE FOR DITCH
Meacham International Airport
JACOBS ENGINEERING INC
stimated Person Hour
No. of Project Senior Design i
Sheets Scale Manager Engineer Engineer EIT CADD Clerical
N/A
N/A
Erosion Control Plan
2
1:50
2
2
Erosion Control Details
1
1:50
2
2
Demolition Plan
2
1:50
3
2
2
Plan and Profile / grading
3
1:50
8
8
24
Drainage Area Map
1
1:500
1
2
Drainage Area Calculations
1
N/A
2
2
Typical Misc. Details
1
1:50
2
4
4
Drainage Details
1
N/A
1
1
2
Total 12 0 0 0 19 19 38 0
FEE PROPOSAL FINAL DESIGN DRAWINGS
Project REGRADE AREA TO THE NORTH OF HANGAR 43S
AIP Project No:
Airport: Meacham International Airport
Consultant: JACOBS ENGINEERING INC
:stimated Person Hour
LABOR
No. of
Project Senior Design
Drawing
Sheets
Scale
Manager Engineer Engineer
EIT
CADD Clerical
Cover Sheet
N/A
Quantities, General Notes
NIA
Key Map
1:500
Overall Site / Safety Plan, Notes
1:50
Erosion Control Plan
2
1:50
2
2
4
Erosion Control Details
1
1:50
1
2
Demolition Plan
2
1:50
8
10
12
Grading and Drainage Plans
2
1:50
2 16
16
24
Drainage Area Map
1
1:500
1
2
Drainage Area Calculations
1
WA
1
2
Typical Misc. Details
2
1:50
4
4
4
Storm Drain Plan/Profile
2
1:50
8
8
Drainage Details
1
WA
1
1
4
Total 14 0 0 2 34 43 60 0
EXHIBIT "B-2"
HOURLY RATE SCHEDULE
(Supplement to Attachment B)
COMPENSATION AND SCHEDULE
Design Services for
Design, fill and regrade of noise properties at Meacham Airport
City Project No. 01399
Compensation
A. The ENGINEER shall be compensated a total lump sum fee of $ 229,337.12 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 — Lump Sum
Each invoice is to be verified as to its accuracy and compliance with the terms of
this contract by an officer of the ENGINEER.
II. Schedule
Final Plans and Contract Documents for bid advertisement shall be submitted within 204
calendar days after the "Notice to Proceed" letter is issued.
A. Conceptual Engineering Plans - _ calendar days.
B. Preliminary Engineering Plans and Contract Documents - 93 calendar days.
C. Final Engineering Plans and Contract Documents - 64 calendar days.
D. Final Plans and Contract Documents for Bid Advertisement - 47 calendar days.
FW o2-IM
B2-2
EXHIBIT "B-3A"
(Supplement to Attachment B)
Design Services for
Design, fill and regrade of noise properties at Meacham Airport
City Project No. 01399
SUMMARY OF TOTAL PROJECT FEES
Consulting Firm Prime Responsibility
Prime Consultant:
Jacobs Engineering Survey, design of noise
Inc area and hangar pad
Proposed MIWBE
Sub -Consultants
I
Project Management ; Design Storm Drain
Associates, PLLC Culverts
Rodriguez Soil Test for fill on hangar
Engineering pad
Laboratory
Non-MMBE
Consultants:
NONE
Project Description Scope of Services
City M/WBE Goal = 17.8%
Rev 02-10-09
B2-2
Amount %
$ 188,607.12 82.2%
I
Amount %
$ 31,855.00 13.9%
8875.00 3.9%
I
Total Fee MWBE Fee Percent
$ 229,337.12 $40,730.00 17.8 %
ATTACHMENT C
AMENDMENTS TO STANDARD AGREEMENT FOR
ENGINEERING SERVICES
DESIGN, FILL AND REGRADE OF NOISE PROPERTIES - MEACHAM
AMENDMENTS
A. Article IV, Paragraph G: The ENGINEER shall not be responsible for
recommending construction progress payments.
B. Article IV, Paragraph H: The ENGINEER shall not prepare Record
Drawings.
C. Article IV, Paragraph I: The CITY has established a disadvantaged
business enterprise (DBE) goal of 20% for this contract.
D. Article IV, Paragraph K (1) (a): Delete: "If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT of location."
E. Article IV, Paragraph K (1) (a) (it): Delete: "ENGINEER waives all rights
against the CITY and its agents, officers, directors and employees for
recovery of damages to the extent these damages are covered by the
commercial general liability or commercial umbrella liability insurance
maintained in accordance with this agreement."
F. Article IV, Paragraph K (1) (b) (i): Delete: "ENGINEER waives all rights
against the CITY and its agents, officers, directors and employees for
recovery of damages to the extent these damages are covered by the
business auto liability or commercial umbrella liability insurance obtained by
ENGINEER pursuant to this agreement or under any applicable auto
physical damage coverage."
G. Article IV, Paragraph K (1) (c) (i): Delete: "ENGINEER waives all rights
against the CITY and its agents, officers, directors and employees for
recovery of damages to the extent these damages are covered by workers
compensation and employer's liability or commercial umbrella insurance
obtained by ENGINEER pursuant to this agreement."
H. Article IV, Paragraph K (2) (b): The CITY will not be named as
"additional insured" on the ENGINEER'S professional liability and
worker's compensation policies.
I. Article IV, Paragraph K (2) (i): Jacobs considers its insurance policies
to be proprietary and therefore any such review of the applicable policies
must be conducted at Jacobs' offices and subject to a confidentiality
agreement.
J. Article IV, Paragraph O: Permits not expressly scoped in Attachment A,
Scope of Services, shall not be the responsibility of the ENGINEER.
K. Article VI, Paragraph B: The ENGINEER shall not be liable for any use
of such design documents on any other project.
SPECIAL PROVISIONS
A. Changes of Work: The ENGINEER shall make such revisions in the
work included in this contract which has been completed as are
necessary to correct errors appearing therein when required to do so by
the City without undue delays and without additional cost to the CITY.
If the CITY finds it necessary to request changes to previously
satisfactorily completed work or parts thereof, the ENGINEER shall make
such revisions if requested and as directed by the CITY. This will be
considered as additional work and paid for as specified under Additional
Work-
B. Additional Work: Work not specifically described under "Scope of
Services" must be approved by supplemental agreement to this contract
by the CITY before it is undertaken by the ENGINEER. If the ENGINEER
is of the opinion that any work he has been directed to perform is beyond
the scope of this agreement and constitutes extra work, he shall promptly
notify the CITY in writing. In the event the CITY finds that such work does
constitute extra work, then the CITY shall so advise the ENGINEER, in
writing, and shall provide extra compensation to the ENGINEER for doing
this work on the same basis as covered under Compensation and as
provided under a supplemental agreement. The lump sum fee shall be
adjusted if additional work is approved by supplemental agreement and
performed by the ENGINEER.
C. Consequential Damages: Notwithstanding any other provision of this
Agreement to the contrary, the parties hereto mutually agree that neither
party shall be liable to the other for any indirect, incidental, consequential,
exemplary, punitive or special damages or loss of income, profit or
savings of any party, including third parties, arising directly or indirectly
from the parties' relationship under this Agreement or applicable law.
D. Limit Use to Hard Copies: As a component of the Services provided
under this Agreement, Engineer may deliver electronic copies of certain
documents or data (the "Electronic Files") in addition to printed copies
(the "Hard Copies") for the convenience of the Owner. Owner and its
consultants, contractors and subcontractors may only rely on the Hard
Copies furnished by Engineer to Owner. If there is any discrepancy
between any Electronic File and the corresponding Hard Copy, the Hard
Copy controls.
E. Acceptance Procedure: Owner acknowledges that Electronic Files can
be altered or modified without Engineer's authorization, can become
corrupted and that errors can occur in the transmission of such Electronic
Files. Owner agrees that it will institute procedures to preserve the
integrity of the Electronic Files received from Engineer until acceptance.
Owner further agrees that it will review the Electronic Files immediately
upon receipt and conduct acceptance tests within thirty (30) days, after
which period Owner shall be deemed to have accepted the Electronic
Files as received. Engineer will undertake commercially reasonable
efforts to correct any errors in the Electronic Files detected within the 30-
day acceptance period. Engineer shall not be responsible to maintain the
Electronic Files after acceptance by Owner.
F. Warranty of Compatibility: Engineer does warrant or represent that the
Electronic Files will be compatible with or useable or readable by systems
used by Owner or its consultants, contractors and subcontractors.
Engineer is not responsible for any problems in the interaction of the
Electronic Files with other software used by Owner or its consultants,
contractors and subcontractors.
ATTACHMENT D
PROJECT SCHEDULE
This PROTECT requires a Fier 3 schedule as defined herein and in rite Cih/'s Schedule Guidance
Document.
D1. CONSULTING SERVICES SCHEDULE DEVELOPMENT: The CONSULTANT shall
prepare schedules for consulting services that meet the requirements described in this
specification, showing by Critical Path Method (CPIW) the planned sequence and timing of
the Work associated with the Agreement. All submittals shall be submitted in PDF format,
and schedule files shall also be submitted in native file format (i.e. file formats associated
with the scheduling software). The approved scheduling software systems for creating the
schedule files are:
- Primavera (Version 6.1 or later or approved by CITY)
- Primavera Contractor (Version 6.1 or later or approved by CITY)
- Primavera SureTrak (Version 3.x or later or approved by CITY)
- Microsoft Project (Version 2003/2007 or later or approved by CITY)
D2. BASELINE CONSULTING SERVICES SCHEDULE: Following notice -to -proceed, the
CONSULTANT shall develop, submit and review the draft detailed baseline consulting
services schedule with the CITY to demonstrate the CONSULTANT's understanding of the
Agreement requirements and approach for performing the work. The CONSULTANT will
prepare the final detailed baseline consulting services schedule based on CITY comments, if
any, and submit to the CITY no later than the submittal of the first project invoice.
The following guidelines shall be adhered to in preparing the baseline schedule, and as
described in further detail in the CITY's Schedule Guidance Document.
a. The scope shall be subdivided by work breakdown structure (WBS) representing the
tasks, subtasks, and activities associated with delivering the work.
b. The schedule shall accurately describe the major work activities, key milestones, and
dependencies/relationships as appropriate to the work.
c. The schedule should include appropriate meetings, review periods, critical decision
points, including third party utility dependencies and reviewing agencies.
D3. PROGRESS CONSULTING SERVICES SCHEDULE: The CONSULTANT shall prepare
and submit monthly to the CITY for approval the updated schedule in accordance with D1
and D2 and the CITY's Schedule Guidance Document inclusive. As the Work progresses,
the CONSULTANT shall enter into the schedule and record actual progress as described in
the CITY's Schedule Guidance Document.
The updated schedule submittal shall also include a concise schedule narrative that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the CITY should be aware of or can assist with,
r
• Other schedule -related issues that the CONSULTANT wishes to communicate to the
CITI .
D4. PERFORMANCE AND CONSULTING SERVICES SCHEDULE: If the work
accomplished falls behind that scheduled due to factors within the CONSULTANT's
control, the CONSULTANT shall take such action as necessary to improve the progress of
the Work. In addition, the CITY may require the CONSULTANT to submit a revised
schedule demonstrating the proposed plan to make up the delay in schedule progress and
to ensure completion of the Work within the allotted Agreement time.
D5. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule tier for this project is stated at the top of this document.
CONSULTANT shall submit each schedule relying on the CITY's current Schedule
Guidance Document.
D6. SCHEDULE SUBMITTAL AND PAYMENT:
As stated in III.A.(1). of the Agreement, CONSULTANT shall provide the information
required by Attachment D. CONSULTANT's monthly invoices will not be accepted and
processed for payment without monthly schedule updates that are submitted in the time
and manner required by Attachment D and the CITY's current Schedule Guidance
Document.
CITY OF FORT WORTH, TEXAS 2 OF 2
PROGRAM MANAGEMENT OFFICE
SUPPLIMENTAL PROJECT CRY OF FORT WORM TEX"
10 8
NaMe
Dumilon
I
Start
I
Finish
MTP PROCESS
310 da"
Men 1011Oft
Fri 29MI
NonoetoP.00wa
0days
Man10r19M
WonlDnaroO
3
weia lnveaOwWon
42 days
Mon iWMM9
Tuo 1222109
2
caopanlai . Residential am
28 dap
Mon IMAM
Wed 122/00
6
Survey - RHge tial Arn
35 days
Mon 10R&09
Fri 17JI lM9
6 :.
Survey - Depdc area
21 dap
Man 1 VAM
Mon 110M
7 3
Surrey EWSL Clumhel area
21 days
Tue / I24ft
Tue 12MOD
e
Prolladntry, Doelgn Phase
70 days
-Eon 10119109
Frl IrM0
9
NTP Premnbiary Design - TxDOT
0 dap
Mon 10f16ft
Mon t0/10JOB
10
Pt9dndiwry 0950
60 drys
Mon 10110/09
Fri 1010
11
&&M PreWldnary Design
0 days
Fri 1010
Fri 11&10
12
PTe6nYWry Design Review - City of Fart Worth
10daya
Mon IM V10
Fr1122/10
13
Comments - Cdy of Fort Worth
oft"
Fri V22/10
Fri 1=10
14
Final DHIgn Phase
43 days
laid 1Rb10
FA 4123ft0
16
NTP Foal Design -TxDOT
0 days
Fri 1/2N10
Fri 122/10
16
Find Design
45 days
Man 125110
Fd 328110
17
Subnut Final Design
0 days
Fr132&10
FA 3r1H//0
18
Final Design Review -Cay01 Fort Worth
10 days
Mod 329110
Frl41W10
10
Cormmrha - City of fort %Vwl h
0 days
Fit 419110
Fn 4tw10
20
Kowporale Final Oortsnents
6 days
Mph VIVID
Frt Mt&10
21
SuWW Revised Fiat Design
0 days
Fri 4116110
Fd 4/1&10
22
Final Bid Documents Revlow -GTy of Fort Worth
6 days
Mon 411WID
Frt 423110
23
SoW Approves Bdd Docurrienls
0 days
Fri 423A0
Fri 423H0
24
Btd DoatmeMs yrtemet Posting - City of Fort Worth
14 days
Mon 412&10
Thu 51131110
2S
BMdhq Phase
31 days
Thu IW 3f10
Fri arzsfle
2e
161 Advwtbemenl-City or Foie Worth
odays
Thu W3110
Thu 6113110
27
2nd AdverEtenhem -City of Forth Worth
Ode"
Thu 5/13110
Thu 5113/10
2a
Peep Meeting
1 day
Tue 5118110
Tue 5118/10
29 o
Open B Q7
0 drys
Thu W13110
Thu 511&10
30
Evaluation of Bids
3 dap
Fri 61I4110
Tue &1&fo
31
Aerdrd- .. . ,r..
0days
TWW18110
Tue511&10
32
Exso ie Contract - City of Forth Worth
26 dap
Wed 5119110
Fri &25110
33 i
NTP ConstruWen- City of forth Worth
IOdep
Mon 62&10
Fri 7VID
Y--'
Corts9urJi0n
150 days
Mon 7112/10
Fn2WIl
i WitFeA
sMr f Mev �lun Sip
GaWechnkal-RHIdsnlbl shoo ,
`� esldon0al Area
Survey
- Dopu area
Sown ExIA Channel area
,
user"a ^
Frel4nkaryDesign
•
1Pro0minory Design Review - Cqy of Fort Worth
Final Design
b
1Final Design Review -City of Fart Worth
iorporate Final Comments
Final Bid Docurnertta Review -City of Fort Worth
w
.81d Documents brunt Posting -City 0f Fmt Worth
O
1
�;Evalwtiwi of Bids
v
Execute Contract -City of Forth Worth
c&, NTP Construction - City of Form wwgr .
Task p Mdesione ♦ Rated Up MBeslon0 O Project SUMMON -1r
ku*= M sac am Fort Worth StW Pr Task Progress Summkry s r Roead UP Progress pup By SUMMON r r►
Date: Fri 925M Critical Task Rolled Lip THk Split i............ l Desd6ne
Critical Task Progress Roiled Up Orrticel Task %jza6aa*@ry External Tasks
Page 1