Loading...
HomeMy WebLinkAboutContract 55312 CSC No. 55312 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL SERVICES This AGREEMENT is between the City of Fort Worth, a Texas home-rule municipality ("CITY"), and Jacobs Engineering Group Inc., authorized to do Business in Texas, ("ENGINEER"), for a PROJECT generally described as: Final Design of and Bidding Phase Services for the Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport. The Agreement documents shall include the following: 1. This Standard Agreement for Professional Services; 2. Attachment "A"—Scope of Services; 3. Attachment "B" — Compensation; 4. Attachment "C" - Reserved 5. Attachment "D"— Project Schedule; 6. Attachment "E"— Location Map; 7. Attachment "F"—Verification of Signature Authority; Attachments "A", "B", "C", "D", "E" and "F", which are attached hereto and incorporated herein, are made a part,of this Agreement for all purposes. In the event of any conflict between the terms and conditions of the Attachments and the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement shall control. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation and Term of Agreement A. The ENGINEER's compensation shall be in an amount not to exceed $151,228.80 as set forth in Attachment B. B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement shall be for a term beginning upon the effective date, as described below, and shall continue until the expiration of the funds or completion of the subject matter contemplated herein, whichever occurs first. Final Design and Bidding Phase Engineering Services 9r� For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport �,()FRCIAL RECORD ' Between The City of Fort Worth and Jacobs Engineering Group Inc. ip° Page 9 of 29 C-0TY SECRE ARV i OR j 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 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 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 2 of 21 thereto. E. Standard of Care The ENGINEER shall perform its services: (1) with the professional skill and care ordinarily .provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license, and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer. 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 andfor execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER. 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 3 of 21 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 this 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. (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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Croup Inc. Page 4 of 21 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. C. 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. W. 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 Business and Small Business Enterprise (MBE)(SBE) Participation In accord with the City of Fort Worth Business Diversity goals (Chapter 20, Article X of the City's Code of Ordinances alkla Ordinance No. 20020-12- 2011, as amended), the City has goals for the participation of minority business enterprises and/or small business enterprises in City contracts. Engineer acknowledges the MBE and SBE goals established for this contract and its accepted written commitment to MBE and SBE participation. 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. This is a Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 5 of 21 federally funded project. Due to the nature of the scope of services described in Attachment A, the CITY has established a disadvantaged business enterprise (DBE) goal of 42% for this contract. J. Right to Audit/ Responsibilities Upon Audit by Federal or State Government (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. (4) The services to be performed under this Agreement are part of a federally funded project. ENGINEER agrees that in the event of a separate audit or investigation conducted by a federal or state governmental entity related to the federally funded project associated with this Agreement ("Government Action"), ENGINEER will (i) provide copies of directly pertinent books, documents, papers and records of the ENGINEER maintained and in possession of the ENGINEER involving transactions relating to this Agreement requested by the federal or state governmental entity and (ii) participate in meetings and respond to inquiries requested by either the CITY or the federal or state governmental entity investigating or auditing the federally funded project to the extent those Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline tight Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 6 of 21 meetings or inquiries (a) relate to this Agreement and the work performed by ENGINEER under this Agreement and (b) are required by the Government Action. 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 additional insured with all rights of defense 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 or endorsements that would alter or nullify: premises/operations, prod uctslcompleted operations, contractual, personal injury, or advertising injury, which are normally contained within the policy, unless the CITY specifically 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Genterline Light Replacement Project at Fort Worth Alliance Airport Between The City of Port Worth and Jacobs Engineering Group Inc. Page 7 of 21 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 — 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. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that the ENGINEER has obtained all required insurance shall be attached to this AGREEMENT prior to its execution. b. Applicable policies shall be endorsed to name the CITY an Additional Insured thereon, subject to any defense provided by the policy, 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 attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. e. A minimum of thirty (30) days notice of cancellation or material change in Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 8 of 21 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, 200 Texas Street, 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 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 con sultantslsubcontractors maintain insurance coverage, Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 9 of 21 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. The doctrine of respondeaf superior shall not apply. 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 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 10 of 21 ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment D to this AGREEMENT. Q. Record and Invoice Retention Section 2 of the Code of Federal Regulations (CFR), specifically 2 CFR 200.333-200.337, requires that a sponsor retain all grant related documentation for three years after the sponsor submits the final payment request. Since this Agreement is related to the management of an FAA grant funded project, ENGINEER agrees to maintain all records and invoices, including sub-contractor invoices, related to the project associated with this Agreement for at least five (5) years and to provide all records and invoices, including sub-contractor invoices to the City upon completion of the work listed under this Agreement or at any time throughout the term of this Agreement if requested by the City. Article V Obligations of the City 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. Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 19 of 21 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 IV.E. regarding the ENGINEER's Personnel at Construction Site, and provisions providing for 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 12 of 21 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. (4) Nothing contained in this Section 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 may secure Builders Risk/installation insurance 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. r 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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 13 of 21 will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article Vl General Legal Provisions A. Authorization to Proceed ENGINEER shall be authorized to proceed with each phase of this AGREEMENT upon receipt of a written Notice to Proceed from the CITY as also specified in Exhibit A. 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. t Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 14 of 21 C. Force Majeure CITY and ENGINEER will exercise good faith efforts to meet their respective duties and obligations as set forth in this Agreement, but will not be held liable for any delay or omission in performance, except performance of the obligation of a Party to pay moneys under or pursuant to this Agreement, due to force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with any government law, ordinance, or regulation; acts of God; acts of the public enemy; fires, strikes; lockouts; natural disasters; wars; riots; epidemics or pandemics; government action or inaction; orders of government; material or labor restrictions by any governmental authority; transportation problems; restraints or prohibitions by any court, board, department, commission, or agency of the United States or of any States; civil disturbances; other national or regional emergencies; or any other similar cause not enumerated herein but which is beyond the reasonable control of the Party whose performance is affected (collectively, "Force Majeure Event"). The performance of any such obligation is suspended during the period of, and only to the extent of, such prevention or hindrance, provided the affected Party provides notice of the Force Majeure Event, and an explanation as to how it prevents or hinders the Party's performance, as soon as reasonably possible after the occurrence of the Force Majeure Event, with the reasonableness of such notice to be determined by the City in its sole discretion. The notice required by this section must be addressed and delivered in accordance with this Agreement. D. Termination (1) This AGREEMENT may be terminated a.) by the City for its convenience upon 30 days' written notice to ENGINEER. b.) by either the CITY or the ENGINEER for cause if either party fails substantially to perform through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days' written notice or thereafter fails to diligently complete the correction. (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 Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. J Page 15 of 21 ! i a 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' compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify or hold harmless the CITY against liability �. for any damage committed by the ENGINEER or ENGINEER's agent, consultant under contract, or another entity over which the ENGINEER exercises control to the extent that the damage is caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier. CITY is entitled to recover its reasonable attorney's fees in proportion to the ENGINEER's liability. G. Assignment Neither party shall assign all or any part of this AGREEMENT without the prior written consent of the other party. H. 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. Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 16 of 21 1. 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., VLF., VI.H_, and VI.I. shall survive termination of this AGREEMENT for any cause. J. 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. K. Immigration Nationality Act ENGINEER shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by CITY, ENGINEER shall provide CITY with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. ENGINEER shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any ENGINEER employee who is not legally eligible to perform such services. ENGINEER SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER. L. Prohibition On Contracts With Companies Boycotting Israel If Engineer has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Engineer acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 17 of 21 prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Engineer certifies that Engineer's signature provides written verification to City that Engineer: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. M. Changes of Work The ENGINEER shall make such revisions in the work included in this AGREEMENT 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. N. Additional Work Work not specifically described under "Scope of Services" must be approved by supplemental agreement to this AGREEMENT 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. O. 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. This provision does not apply in the event that the City is required to pay back any Federal grant funding or is required to pay damages to the Federal Government related to the project Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 18 of 21 associated with this Agreement resulting from the negligence of ENGINEER in performance of its services, regardless of whether the damages could be considered indirect, incidental, consequential, exemplary, punitive, or special damages. P. Limit to Use Hard Copies As a component of the Services provided under this AGREEMENT, ENGINEER may delivery electronic copies of certain documents or data (the "Electronic Files") in addition to printed copies (the "Hard Copies") for the convenience of the CITY. The CITY and its consultants, contractors and subcontractors may only rely on the Hard Copies furnished by the ENGINEER to the CITY. if there is any discrepancy between Electronic File and the corresponding Hard Copy, the Hard Copy controls. Q. Acceptance Procedure The CITY acknowledges that Electronic Files can be altered or modified without the ENGINEER's authorization, can become corrupted and that errors can occur in the transmission of such Electronic Files. The CITY agrees that it will institute procedures to preserve the integrity of the Electronic Files received from ENGINEER until acceptance. The CITY further agrees that it will review the Electronic Files immediately upon receipt and conduct acceptance tests within thirty (30) days, after which period the CITY shall be deemed to have accepted the Electronic Files as received. The ENGINEER will undertake commercially reasonable efforts to correct any errors in the Electronic Files detected within the 30-day acceptance period. The ENGINEER shall not be responsible to maintain the Electronic Files after acceptance by the CITY. R. Warranty of Compatibility The ENGINEER does warrant and represent that the Electronic Files will be compatible with or useable or readable by systems used by the CITY and its consultants, contractors and subcontractors. The ENGINEER is not responsible for any problems in the interaction of the Electronic Files with other software used by the CITY or its consultants, contractors and subcontractors. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerfine Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group inc. Page 19 of 21 l I 1 same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: SIGNATURE PAGE TO FOLLOW Final Design and Bidding Phase Engineering Services For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 20 of 21 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: BY: CITY OF FORT WORTH ENGINEER Jacobs Engineering Group Inc. Fernando Costa Sindhu Avalokita Assistant City Manager Operations Leader Date: Feb 15,2021 Date: 2/4/2021 APPROVAL RECOMMENDED: By. Roger Venables Director, Aviation Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tyler Date(fib 8,202134:20 CST) Tyler Dale Airport Project Coordinator APPROVED A/S/TO FORM AND LEGALITY By. �_&L- Thomas Royce Hansen Assistant City 7"1 -' ATTEST: '` Form 1295 No. 2020-678782 Mary J. Kayser M&C No. 20-0975 City Secretary r. M&C Date: 12/15/2020 Final Design and Bidding Phase Engineering Services UFFO AL RECORD For Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport Between The City of Fort Worlh and Jacobs Engineering Group Inc. C1 9 SECRETAR)f Page 21 of 21 JA C B Attachment A Scope of Services Final Design of Taxiway A Centerline Light Replacement Project at the Fort Worth Alliance Airport Fort Worth, Texas PROJECT DESCRIPTION Taxiway A is an existing full-length parallel taxiway to Runway 16L-34R at the Fort Worth Alliance Airport. Taxiway A serves Aircraft Design Group V (ADG-V) and smaller aircraft accessing facilities on the east side of the airport. Preliminary drawings for the project were prepared in 2014, however the project was never constructed due to the lack of available funding. The 2014 drawings will serve as the Basis of Design for the project. Replacement of the Taxiway A centerline lights includes new LED centerline light fixtures, isolation transformers, and 5kv cable for the all circuits. The project includes replacement of all existing fixtures, transformers, and cables on: • Taxiway A; • All taxiway connectors between Taxiway A and Runway 16L-34R (Taxiways C, D, E, F, G, H, J, K, L, and M); and • Taxiway H, east of Taxiway A. Electrical vault modifications will be required to replace and/or reconfigure the existing Constant Current Regulators (CCRs) to allow operation of the Taxiway A circuits efficiently. It is anticipated that existing conduit runs may be collapsed or obstructed and will require replacement. The project will include an unknown quantity of both full-depth pavement and conduit replacement; and shallow-depth conduit replacement in saw-kerFs. SCOPE OF SERVICES This scope of work for this contract is to complete the final design of the Taxiway A Centerline Light Replacement Project and assist the City with obtaining bids for construction of the improvements. August 31,2020 Page 1 of 7 J COBS This scope of work will result in plans and specifications suitable for requesting bids from contractors. The development of this scope assumes that a single bid schedule will be prepared, without alternates. This scope of work includes three (3) submittals. The first submittal will be delivered to the Alliance Airport Staff (AFW) and the local Federal Aviation Administration representative(s) (FAA) for review at the 95% level of completion. Upon receipt of comments, a comment resolution meeting, and incorporation of comments, the design package will be resubmitted at the 100% level of completion for Verification that all comments have been addressed. Upon acceptance of the 100% design, the construction documents will be issued for bidding. Each submittal will include: ® Construction drawings; • Specifications and contract documents; Engineer's design report; • Construction Safety Phasing Plan (CSPP); • FAA Form 7460-1 (95% submittal only) FAA Advisory Circulars referenced throughout this document refer to current editions at the time of contract execution. 1 PROJECT MANAGEMENT I DESIGN MANAGEMENT Management activities will consist of planning, scheduling, budgeting, stakeholder coordination and communication for the development and advancement of the design of the'Project. 1.1 Project Execution Plan A detailed Project Execution Plan will be submitted within fourteen (14) calendar days of the Notice to Proceed. The work plan will identify the execution and management of the work throughout the length of the contract. The work plan will include: • Roles and responsibilities of key team members will be confirmed and lines of authority and communication identified. This will be submitted as an organization chart or other type of exhibit that clearly identifies roles, responsibilities and lines of communication. • A detailed Project schedule will be prepared that identifies dates for key meetings, duration of design activities, submittals, deliverables and other important milestones for the completion of the work. 1.2 Subcontract Management The Engineer will manage all subconsultants' contracts including contract scope, fee, executed agreements, monthly invoicing and DBE reporting as necessary. August 31,2020 Page 2 of 7 JACOBS 1.3 Document Control The Engineer will manage electronic document retention of project deliverables, including but not limited to; Project Execution Plan, subcontracts, status reports, meeting minutes, grant documentation and other Project relevant documentation and reports as needed. 1.4 Monthly Status Report The Engineer will maintain regular communications with the AFW and other stakeholders. A monthly report will be prepared to demonstrate the progress and status of the Project. This report will include narrative discussion of issues, accomplishments and schedule updates. 1.5 Coordination Meetings The Engineer will attend coordination meetings with stakeholders to coordinate and communicate issues related to the Project. Key staff will attend up to four monthly project coordination meetings for the duration of the design. It is anticipated that the design process will occur over a period of four (4) months and that there will be a three (3) month bidding process. 1.6 Construction Cost Estimate and Program Budget The Engineer will develop and maintain a construction cost estimate for the Project. We will provide a cost estimate at 95% submittal and at final submittal. 1.7 Project Schedule The Engineer will develop a design and construction schedule that will be maintained for the duration of the Project. It is anticipated that the design process will occur over a period of four (4) months and that there will be a three (3) month bidding process. 1.8 FAA Grant Assistance • Meet with City of Fort Worth (COFW) on a monthly basis • Track expenditure for grants associated with Taxiway A • Reconcile Taxiway A grant expenditures on a monthly basis • Prepare grant request forms • Track the amount of donated land available for use as Sponsor's matching funds for FAA grants 1.9 Quality Control The Engineer will prepare a Project Specific Quality Plan (PSQP), tailored to meet the COFW and FAA requirements. The PSQP defines internal Engineer's review and subsequent approval for each deliverable or original work the Engineer generates for the project. The Engineer's PSQP is tied to FAA design guidelines and regulations, design checklists for final preparation packages (estimate, specifications, special provisions, certifications, etc.) Every item of work or document we produce requires at least one additional level of review before submitted to the AFW. August 31,2020 Page 3 of 7 JACOB� 1.9.1 95% Internal Review Prior to submitting the construction documents to the applicable review agencies, the Engineer will perform a detailed review as outlined in the PSQP. Comments will be generated and distributed to the team. Comments will be annotated and incorporated into the plans and specifications prior to submission for review by AFW and FAA. 1.9.2 95% External Review Upon completion of the 95% internal review the Engineer will provide AFW and FAA the plans and specifications for their review. The 95% external review process will include the following steps: • Review the comments generated by AFW, COFW, and FAA • Prepare a response (agree or disagree, etc.) • Review responses with the agencies • Incorporate comments 1.9.3 Bid Submittal Review Prior to distribution of the bid documents, the Engineer will perform a final review to ensure all comments have been incorporated. The Engineer will then meet with the agencies to demonstrate how comments have been addressed. 2 CONSTRUCTION DRAWINGS Jacobs will prepare the following engineering drawings for the Taxiway A Centerline Light Replacement Project. Drawings will be prepared in a 22-inch by 34-inch format and issued as PDF files in three steps 1 stages, a 95% submission, a 100% submission and an Issued for Bid (IFB) level of completion. The following drawings will be prepared for the project: • Cover Sheet and Index • General Notes and Legend • Quantities • Contract Layout Plan • Construction Safety and Phasing Plans • Airfield Lighting General Notes and Legend • Airfield Lighting Demolition Plans • Airfield Lighting Layouts • Airfield Lighting Circuit Layouts • Airfield Lighting Schedules • Airfield Lighting Details I August 31,2020 Page 4 of 7 JAC 3 SPECIFICATIONS AND CONTRACT DOCUMENTS 3.1 City of Fort Worth Contract Documents The COFW has standard construction contract documents that must be incorporated into the bid documents. The Engineer will obtain the most recent version of these documents. Any modifications will be coordinated with the COFW and the agreed upon version included in our bid documents. 3.2 FAA General Provisions Use of the FAA General Provisions contained in AC 150/5370-10H is mandatory for all AIP funded projects. Jacobs will edit the General Provisions where indicated and include them in the Project Manual. 3.3 FAA Mandatory Contract Provisions Jacobs will include the latest version of FAA Mandatory Contract Provisions that are required for AIP funded projects. Jacobs will edit the provisions where required and include the latest Davis Bacon Wage rates for heavy civil / highway construction. 3.4 Technical Specifications Technical specifications will be prepared based upon FAA AC 150/5370-10H. Any changes to the standard FAA technical specifications requiring a Modification of Standards (MOS) from the FAA will be identified to AFW so that the MOS process may be initiated. 4 ENGINEER'S DESIGN REPORT Jacobs will prepare an Engineer's Design Report in accordance with FAA guidance. The report will address the general scope of the project, provide a listing of applicable FAA standards, address key operational issues identified in the CSPP, pavement design, drainage design, airfield lighting and signage, NAVAIDs, pavement marking, environmental considerations, utility lines in the work area, requested modifications of AIP standards, identification of any non-AIP work, DBE participation, project schedule, and project budget. 5 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP) The FAA requires that a CSPP be prepared for projects that lie within the AOA on airports that are certified under Part 139. Construction Phasing Plan sheets were developed during the design phase. In addition to the plan sheets the CSPP should identify coordination, phasing, areas and operations affected by the construction activity, protection of NAVA1Ds, contractor access, wildlife management, FOD management, HAZMAT management, notification of construction activities, inspection requirements, underground, utilities, penalties, special conditions, runway and taxiway visual aids, marking and signs for access routes, hazard marking and lighting, protection of runway and taxiway safety areas, object free areas, obstacle free zones, approach /departure surfaces, and limitations on construction. These requirements are outlined in AC 150/5370-2F. August 31,2020 Page 5 of 7 JACOBS 5.1 Draft (95%) CSPP At the 95% level, the CSPP will be submitted for FAA review. The CSPP is submitted electronically through the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE /AAA). The FAA typically requires 45 days for review. 5.2 Final CSPP Comments received from the 95% review will be incorporated and submitted as final in conjunction with the bid submittal of the construction documents. 5.3 Airspace Submittal The Engineer will submit the CSPP electronically through the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE i AAA). The FAA typically requires 90 days for a determination. 6 CONSTRUCTION_COST ESTIMATE 6.1 Preparation of Construction Cost Estimate A detailed construction cost estimate will be prepared for the 95%, 100%, and Issued for Bid submittals. Quantities for each bid item will be measured from the design plans and the unit price for each bid item will be researched and identified. Estimates of construction cost represent the Consultant's best judgment as a design professional familiar with this type of construction work. It is recognized, however, that neither the Consultant nor the Owner has control over the cost of labor, materials or equipment, or the Contractor's methods of determining bid prices, or competitive bidding, market or negotiating conditions. Accordingly, the Consultant cannot and does not warrant or represent that bids will not vary from the Owner's Project budget or from any estimate of construction cost prepared or agreed to by the Consultant. 7 CATEGORICAL EXCLUSION Jacobs will prepare documentation for the City to request a Categorical Exclusion (CATEX) determination from the FAA and will consult with the Airports District Office or Regional Airports Division Office staff about the type of information needed. The CATEX documentation will review potentially affected environmental resources and review the requirements of the applicable special purpose laws. The CATEX documentation will utilize the ARP SOP No. 5.1 form. Supporting documentation will be completed in accordance with the provisions of FAA Order 5050.48, paragraph 302b. 8 BIDDING PHASE SERVICES 8.1 Pre-Bid Meeting The Engineer will prepare, in coordination with the Airport, a pre-bid meeting agenda to provide prospective bidders with an overview of the Project and answer any contractor questions and attend the pre bid meeting. The Engineer will facilitate the meeting. August 31,2020 Page 6 of 7 I JACOBS 8.2 Prepare Addenda The Engineer will prepare addenda to the bid documents as required. This may be in the form of revised plans, sketches/details and/or revisions to the specifications and responses to contractor questions. 8.3 Evaluate Bids The Engineer will attend the bid opening meeting and will prepare a bid tabulation of all bids received and verify mathematical accuracy and check for unbalanced bid items. Based upon the CO1=W's determination of a responsive bidder, the Engineer will prepare a letter stating Engineer's Recommendation of Award of the Project. 9 EXCLUSIONS The following services are excluded from this scope and will be performed as an additional service, if required for the project: • Modifications to light locations and/or spacing required to conform to current dimensional standards. • Modifications to other airport lighting circuits, including runway and taxiway edge lights, runway guard lights, runway centerline and touchdown zone lights, and/or airfield signs. • Topographic surveying; • Geotechnical investigation and/or report; and • Environmental studies and reports, including Environmental Assessments, or Impact Statements, other than the application for Categorical Exclusion detailed above. August 31,2020 Page 7 of 7 V 0) (0 00 V W (D 00 (D t N 0) P_ V' V L N (D (D (D O 00 Co N V' 03 V V' N N 00 fl- I- ce)co r O 0)N N V M dr V N 0) O] C (N R O F (6 O m w V (0 V V co V' N N N O 430 00 r M r 0) u c O V as c0 N N N d It � U U5 a _ h N (D co 'd" C) C) N N co (D CO M V V It t] � O p� d w 4a 1 J 1 1 1 rn rn C w 'U N 7Q (D U) (D OD (D M (4<0 CD co �' � V O N d' M �mA ` r N i (D M N i a (n (D C 0. fa O w N (D f 1 N dw CI � 7 C N N N m U O N d x � w o 0 0 0 0 0 0 a a o = o o n co w w w m (1) (1) Q F N LU N h w Z w ar a a SLUM U Q o is o ul { N h m G w Q 4 � U o b h m N m ca a -- Q n A ntcu c o co U' U U Z q O Q y Z o � � v rn a) c £ Q � ( C tO L wc UOm Z LLI W -u5 QUo Z U m E m 3 � h _n o a Q Z ulc Q OUZ w lb a- a — QU 7 7 c m o m -o- > U c n UcoU C rs c.) of m Z d 03 Z Z w 1 N = M U) Z w m o oN : -a .w p _ p m p O U i' o n" Q o LQ f cf1 rn p d a H n U c (c X m o w E U �'� v _ rn U d d(A U m o V61d #cs Q o �-. w .� N (6 U (/) (6 U C w 7 N N O C C (0 N e O m d+ :_ c s c a C a) q••- U IL m m � w m M to � � U U � o E � a �C3 o U � Q � � C7 � r w m � UU hU �U Col m (� w N Q1 U 7 N Q] -p \ N O C h L O '� - � o a .c Z•— Q- a o o_ 0 _ .0 U O C N (CJ (CJ — (fi a D U ¢¢ ¢¢ U al co N N o p w Q �� 0a E2 U) 02UUILu¢ [�+jrnrnm Z006 N � Uu u¢F Zw 00LL < C:)M QQ a O (A w L) V U O M B N t-- N M C CDN N N N co co co co co V �t —.....i0 to m (D lD (D 1L h U Ci I N V (D ccl! _ m n O F 7 �r O N d O O alcl ` Q L N N O m � a = U � m F V - o- N L N N V � N � _ a = 1!1 m N � C L y N -:T C* V w r- cntir- ocorco U") o rn o 000 0 0 0 0 V' m 1+ O7 a0 r N r V V d) m m Iq 0 0 rn C) O OO co m m m o m U') m V CO C) N N 7 co co OO Im V Nm M Oti LO th a0 1I) V r` co O C) 0 N a1 m m - m 07 m N m i, d' N f� oz (fl .— m cq m Cl 'O C m 'd' r V d' d'v' of ai 00 rl- (D v rF' a m - r m Cl) ao m to vy 6f1 05�e�613 61)6v V31 Es v3 v} e» r»e»<» 613� 6-1 v). us N V 6) N ONO N d � n j L O a _ r m W Lo m h I� T m m O) N m IqN COm f] .� m t CO LO CO m y moLoM t m o N r a x '0 of ca N������� 5 o o a`)) N is 9 H U U U V 71 rL co �} J w - � U f 0 .c F p � O m — O m F N O N F L N U W O) C C .T+ y rL x m O LLI .V O 0) ti O Q l 6 N m -6 rfi V J C mom^ c i C? O K3 rL L x y Q LU a) P E m Q y N V m U m o f U ~ m 'c LL EU m m j -O F Qy al 0 W t W 0a) m m C L - m o rz rn N a N F m L oo C W 0)Q a a} E.'� Y F N m W N 'S p m 9`7 a! U) GJ N m cf3 Cm] m m m d m c Q Ud - a � OI N � � W � � � W � ¢ z m CL O ] F- t m rn w a O 0- CL W O 7 O > D O P `C ...__ m 0- CY IL L J 2 U 6- F F N � r. co c r OD 00 n ao m m � J a Attachment C - Deserved 4 w m P• r k� n a • rn ' m. O IrPRRR ' aN Ln - r•+ O O ej Q � ya W a y a� O L. Z r E E � N � rn io ca m ie n ao w w w co is n W co n M co oo w w — It .-i H ••i '-1 c-I '-I ri '-I rl H c'1 ei r{ .-i ri rl ri ei H H N H ri N N rl N N N N N N N N N N H N N N H N N ei ri N H ry N i ! � {`d ` \ ` \ \ \ ! \ N \ \ N \ N N \I N \ o ao m oc � m ea m o`7 oa oo ep � a v ao H op ti o \ io O �� Iz Ga � M •-O =9 90 +D M 1+1 {+ VF Wl Vl Yl {A Ill Vl +f� +13 +f� in ifn Yr N ✓i N i!i i!t �A M �R �R +/I �7 h [ti' n _n n � E H H ri ci rf H r H H N N N nl rvl N N N •L H rl N N rY N N N N N N = N N N .� \ ! n ! r!i � �. ti � � O 7 d1 Lry OI O1 61 dl Ol � n � \ O I`- l0 �D H \ .-i t➢ N _ _ H H .-I N H IA Ti � tY] M fYl` ` N N r7 c-[ N � J•I H H � H frl M H N � �D ryry N N N N ry ry N \ C �11 O 4 � � *Y UL �A Ll 41 '� Y7 'C] V "6 V -� m m •NU• T h T ,6 D C i3 Y3 O 'p i* a N N m N N N -Q a m ?..._ e�i •�-� � �-� �-� eH•1 �D v 'fs '{3 rC•+ roiA {n a a y Dfl B O D O O 4 M oo 4M la.+ 'a .a i0 � .+ .� m m n* m. rn j v a r o m u w E N EE Z r`a E o c N m m .w y Z m u o o o w a o uxa v [w a a m y m "'., E ❑ v o oC rr — u o c H ? m o m _ c q 3 Q o o L7 m vQi �u o o 'v� u nco ¢ v Q '" � a C •o '" c o + Z .n � 'o "^ �' o a�i � m 2 E z �' � � o w ._ p e4 +' Z6 x m u a 4 D °1 w D of m O `r` ❑ 2a a G +� N ' o c u n ' ~ " w m u W ❑ u u u a v Q L7 •� r� F P p C7 � c — a H u a° c° o a Z i �.° o n a o 4 Z c ,N„ u ¢ ¢ m � Z Z o ° a°Ai O d i m a a ❑ ca v a_ LL O• p m H — wa [� w Z w O 0 a O m a p d a F DL f�l. &A W L} w D 31 ry E m L-- 'P= m m m m m m v vF a 4 I' � � y � F� // a ?gd .fir J�f'�, ,v��° ir: r,l, II O F N ' r 1p r Z CD LLJ � . w R-e _ - I. I III H �..� I F- kp LLI I 1p- o a K a w LU r I Q LL! Z 1 � � 0 L ATTACHMENT F VERIFICATION OF SIGNATURE AUTHORITY FORM Execution of this Signature Verification Form ("Form") hereby certifies that the following individuals and/or positions have the authority to legally bind Vendor and to execute any agreement, amendment or change order on behalf of Vendor. Such binding authority has been granted by proper order, resolution, ordinance or other authorization of Vendor. City is fully entitled to rely on the warranty and representation set forth in this Form in entering into any agreement or amendment with Vendor. Vendor will submit an updated Form within ten (10) business days if there are any changes to the signatory authority. City is entitled to rely on any current executed Form until it receives a revised Form that has been properly executed by Vendor. Name: Sindhu Avalokita Position:Operations Leader Signature Name: Position: Signature Name: Signature of President/ CEO Other Title: Date: WoRni CITY COUNCIL .AGENDA F�. REFERENCE **M&C 20- 55AFW TAXIWAY ALPHA DATE: 12/15/2020 NO.: 0975 LOG NAME: CENTERLINE LIGHT REPLACEMENT DESIGN CODE: C TYKE: CONSENT PUBLIC NO WEARING: SUBJECT: (CD 7) Authorize the Execution of an Engineering Services Agreement with Jacobs Engineering Group Inc, in the Amount of$151,228.80 for Design and Bidding Support Services for the Taxiway Alpha Centerline Light Replacement Project at Fort Worth Alliance Airport RECOMMENDATION: It is recommended that the City Council authorize the execution of an engineering services agreement with Jacobs Engineering Group Inc, in the amount of$151,228.80 for design and bidding support services for the Taxiway Alpha Centerline Light Replacement project at Fort Worth Alliance Airport (City Project No.103104). DISCUSSION: The Aviation Department is seeking Council approval to authorize the execution of an engineering services agreement with Jacobs Engineering Group Inc (Jacobs) in the amount of$151,228.80 for, design and bidding support services for the Taxiway Alpha Centerline Light Replacement project (Project) at Fort Worth Alliance Airport (Airport). On April 15, 2020 and April 22, 2020, a Request for Qualifications (RFQ)was advertised in the Fort Worth Star-Telegram for noise mitigation measures, future grant related projects, and general airport engineering services at the Airport. On May 8, 2020, two statements of qualifications were received, and after analyzing the submitted proposals in accordance with the City of Fort Worth (City) procedures, Jacobs was selected for this project. The location of this Project (see attached map) is on the taxiways and taxiway connectors east of Runway 16L134R, and will consist of replacing centerline light fixtures, isolation transformers and cables for all circuits. The taxiways and taxiway connectors included in this Project are Taxiways Alpha, Charlie, Delta, Echo, Foxtrot, Golf, Hotel, Juliet, Kilo, Lima and Mike. This is an FAA Grant Funded Project. Since no City salaries will be charged to this Project, indirect cost recovery does not apply. Jacobs Engineering Group Inc is in compliance with the City's DBE Program by committing to 421% DBE participation on this Project. The City's DBE goal on this project is 421%. ADVISORY BOARD APPROVAL - On May 21, 2020, the Aviation Advisory Board voted to recommend that the City Council approve the Aviation Department's 2021-2025 Capital Improvement Program. The replacement of the Taxiway Alpha centerline lighting was part of the approved plan. Fort Worth Alliance Airport is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current budget, as previously appropriated, in the Municipal Airport Grants Federal Fund for the 55AFW 2019 Cargo Entitlement project to support the approval of the above recommendation and execution of the agreement. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. This is a reimbursement grant. TO Fund Department Account Prop ct program Activity Year Budget Ref rent 2) Amount ID IFROM Fund Depal tment Account Prop ct Program Activity year Budget Ref rtfere c 2) Amount Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Roger Venables (6334) Additional Information Contact: Tyler Dale (5416) ATTACHMENTS Alliance Map.pdf