Loading...
HomeMy WebLinkAboutContract 58818CSC No. 58818 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: Design & Bidding Support Services for Phase III of the Taxiway Papa Extension Project at Perot Field Fort Worth Alliance Airport. The Agreement documents shall include the following: 1. This Standard Agreement for Professional Services; 2. Attachment "A" — Scope of Work; 3. Attachment "B" — Compensation; 4. Attachment "C" — Project Schedule; 5. Attachment "D" — Federal Contract Provisions; Attachments "A", "B", "C", and "D" 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 Work 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 $147,258.61 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 1 of 20 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 Attachments "A" and "C" 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 thereto. B. Standard of Care The ENGINEER shall perform its services: Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 2 of 20 (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 and/or 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 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 3 of 20 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 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 4 of 20 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. Business Equity Firm (BEF) and Disadvantaged Enterprise (DBE) Participation ENGINEER will be responsible for abiding by both City's BEF goals under the City's Code of Ordinances as well as the DBE Program Goal for Perot Field Fort Worth Alliance Airport required for participation in the U.S. Department of Transportation assisted aviation projects ("DBE Program"). Engineer acknowledges the goals established for this contract under the DBE Program and its accepted written commitment to DBE participation. Any misrepresentations 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 federally funded project and therefore compliance with the DBE program is required. Due to the nature of the services and the overall three-year DBE program goal for DBE participation, there is an 8% goal 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 5 of 20 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 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 6 of 20 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, products/completed 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. 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 — 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 7 of 20 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 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. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 8 of 20 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. 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. 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. The doctrine of respondeat 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. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 9 of 20 (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. 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 "C" to this AGREEMENT. Q. Record and Invoice Retention This Agreement is for 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 10 of 20 the ENGINEER's services. The CITY will be responsible for all acts of the CITY's personnel. C. Advertisements, Permits, and Access Unless otherwise agreed to in the Scope of Services, the CITY will obtain, arrange, and pay for all advertisements for bids; permits and licenses required by local, state, or federal authorities; and land, easements, rights -of -way, and access necessary for the ENGINEER's services or PROJECT construction. D. Timely Review The CITY will examine the ENGINEER's studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as the CITY deems appropriate; and render in writing decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment "D". 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. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 11 of 20 H. Contractor Claims and Third -Party Beneficiaries (1) The CITY agrees to include the following clause in all contracts with construction contractors and equipment or materials suppliers: "Contractors, subcontractors and equipment and materials suppliers on the PROJECT, or their sureties, shall maintain no direct action against the ENGINEER, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the CITY will be the beneficiary of any undertaking by the ENGINEER." (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (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. 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 12 of 20 required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT with appropriate CITY approval. Article VI General Legal Provisions 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 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. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 13 of 20 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 data storage supplies or services; c. The time requirements for the ENGINEER'S personnel to document the work underway at the time of the CITY'S termination for convenience so that the work effort is suitable for long time storage. (3) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all termination expenses. The CITY'S approval will be obtained in writing prior to proceeding with termination services. E. Suspension, Delay, or Interruption to Work The CITY may suspend, delay, or interrupt the services of the ENGINEER for the convenience of the CITY. In the event of such suspension, delay, or interruption, an equitable adjustment in the PROJECT'S schedule, commitment and cost of the ENGINEER's personnel and subcontractors, and ENGINEER's compensation will be made. F. Indemnification In accordance with Texas Local Government Code Section 271.904, the ENGINEER shall indemnify and 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 14 of 20 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. I. Severability and Survival If any of the provisions contained in this AGREEMENT are held for any reason to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect any other provision, and this AGREEMENT shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F., VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause. 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. No Boycott of Israel If ENGINEER has fewer than 10 employees or this Agreement is for less than $100,000, this section does not apply. ENGINEER acknowledges that in accordance with Chapter 2271 of the Texas Government Code, the Owner is 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" has the meanings ascribed to those terms in Section 2271 of the Texas Government Code. By signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 15 of 20 Owner that ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. L. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that, in accordance with Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2, the Owner is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the Owner with a company with 10 or more full- time employees unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the Owner that ENGINEER: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. M. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1, the Owner is prohibited from entering into a contract for goods or services that has a value of $100,000 or more that is to be paid wholly or partly from public funds of the Owner with a company with 10 or more full-time employees unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code, as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, ENGINEER certifies that ENGINEER's signature provides written verification to the Owner that ENGINEER: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 16 of 20 N. Immigration 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 Owner, ENGINEER shall provide Owner 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 OWNER AND HOLD OWNER HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. Owner, upon written notice to ENGINEER, shall have the right to immediately terminate this Agreement for violations of this provision by ENGINEER." O. Electronic Signatures This Agreement may be executed by electronic signature, which will be considered as an original signature for all purposes and have the same force and effect as an original signature. For these purposes, "electronic signature" means electronically scanned and transmitted versions (e.g. via pdf file or facsimile transmission) of an original signature, or signatures electronically inserted via software such as Adobe Sign. P. Counterparts This Agreement may be executed in any number of counterparts. Each counterpart shall be deemed an original, and all counterparts shall be deemed the same instrument with the same effect as if all parties hereto had signed the same signature page. Each party may transmit its signature by facsimile or e-mail (PDF or similar), and any faxed or e-mailed signed counterpart of this Agreement shall have the same force and effect as an original. Q. 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. Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 17 of 20 R. 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. S. 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 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. T. 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. U. 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 Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 18 of 20 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. V. 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. W. Subordination of AGREEMENT to Certain Agreements with Federal Government; FAA Approval This AGREEMENT shall be subordinate in all respects to the provisions of any existing or future leases or contracts between the CITY and the United States or any agency thereof which relates to the operation or maintenance of the Airport, the execution of which has been or may be required as a condition precedent to the expenditure of federal funds for the development, maintenance, or repair of the Airport. Although this Agreement shall be and become effective upon the execution hereof by the parties hereto, it shall nevertheless be subject to approval by the FAA, and the parties hereby covenant and agree to make any modifications or amendments hereto that may be required to obtain such approval; provided however, if such modifications or amendments affect the ENGINEER's cost of or time required for performance of the services, an equitable adjustment will be negotiated between the parties through an amendment to this AGREEMENT with appropriate CITY approval. X. ENTIRETY OF AGREEMENT 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. SIGNATURE PAGE TO FOLLOW Taxiway Papa Phase III Design & Bidding Support Services Agreement at Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 19 of 20 Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. BY: CITY OF FORT WORTH Dana Burghdoff (Feb 2, 202 6:25 CST) Dana Burghdoff Assistant City Manager Date: Feb 2, 2023 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 Dale (Feb 1, 2023 07:56 CST) Tyler Dale Airport Project Coordinator APPROVED AS TO FORM AND LEGALITY By: Thomas Royce Hansen Assistant City Attorney g4o�ooa po° .o! Pa°°°�o9od O �o° ATTEST: pro o=g, o°° o nEXA`•Qoo�, Jannette S. Goodall City Secretary BY: ENGINEER Jacobs Engineering Group Inc. arah Isbell Vice President Date: 1-31-2023 Form 1295 No. 2022-943525 M&C No. 22-0955 M&C Date: 11/29/2022 OFFICIAL RECORD CITY SECRETARY Taxiway Papa Phase III Design & Bidding Support Services Agreement at FT. WORTH, TX Perot Field Fort Worth Alliance Airport Between The City of Fort Worth and Jacobs Engineering Group Inc. Page 20 of 20 .;acobs ATTACHMENT A SCOPE OF WORK Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Proposal .;acobs Attachment A Scope of Work Repackage Design of Taxiway P Extension Phase 3 Perot Field Fort Worth Alliance Airport PROJECT DESCRIPTION Taxiway P is a parallel taxiway to Runway 16R-34L at Perot Field Fort Worth Alliance Airport (AFW) and services Aircraft Design Group V (ADG-V) aircraft accessing facilities on the west side of the airport. Phase 3 of Taxiway P will include the extension of Taxiway P to the north by approximately 675 feet and construction of approximately 325 feet of Taxiway F between Taxiway P and Runway 16R-34L. The Taxiway P Extension Phase 3 improvements will include: • Demolition of existing shoulder pavements at Taxiway P and Runway 16R-34L • Clearing and grubbing the site of existing vegetation • Grading and drainage improvements • Full-strength PCC taxiway pavement, stabilized subbase, and lime -treated subgrade • Hot -mixed asphalt taxiway shoulders, crushed aggregate base, and lime -treated subgrade • Airfield pavement markings • Taxiway edge and centerline lights for Taxiway F and Taxiway P • Airfield guidance and holding position signs • Erosion and sedimentation controls • Revegetation of all disturbed areas. SCOPE OF SERVICES This scope of work for this contract includes repackaging the Taxiway P Extension Phase 2 Bid Alternate 1 Bid Documents dated May 28, 2021, and updating the design to ensure conformance with the new Advisory Circular (AC) 150/5300-13B. This scope of work will result in plans and specifications suitable for requesting bids from contractors. This scope of work includes three (3) submittals. AFW staff and the local Federal Aviation Administration representative(s) (FAA) will receive the first submittal for review at the 95% level of completion. Upon receipt of comments, a comment resolution meeting, and incorporation of comments, the Engineer will resubmit the design package at the 100% level of completion and issue the construction documents for bidding upon acceptance of the 100% design. 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) AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 1 of 6 Proposal .;acobs FAA Advisory Circulars referenced throughout this document refer to current editions at the time of contract execution. 1. PROJECT MANAGEMENT / DESIGN MANAGEMENT 1.1. Project Management Management activities will consist of planning, scheduling, budgeting, stakeholder coordination, and communication for the development and advancement of the design of the Project. 1.2. Project Execution Plan The Engineer will submit a detailed Project Execution Plan 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 along with lines of authority and communication. This will include an organization chart or other type of exhibit that clearly identifies roles, responsibilities, and lines of communication. • A detailed Project schedule that identifies dates for key meetings, duration of design activities, submittals, deliverables, and other important milestones for the completion of the work. 1.3. Subcontract Management The Engineer will manage all subconsultants' contracts including contract scope, fee, executed agreements, monthly invoicing, and MWBE reporting, as necessary. 1.4. 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. 1.5. Monthly Status Report The Engineer will maintain regular communications with AFW and other stakeholders to provide status updates. Each month the Project Manager will prepare a monthly report that includes a narrative discussion of issues, accomplishments, and schedule updates. 1.6. Coordination Meetings The Engineer will attend coordination meetings with stakeholders to communicate issues related to the Project and provide updates on the design progress. The key staff will attend bi-weekly project coordination meetings for the duration of the anticipated three (3) month design process and three (3) month bidding process. The Engineer will meet monthly with AFW and FAA and bi-weekly with the Design Team for the duration of the Project. 1.7. Construction Cost Estimate and Program Budget The Engineer will develop and maintain a construction cost estimate for each submittal and will include the information in the master budget for the Taxiway P Program. 1.8. Project Schedule The Engineer will develop a design and construction schedule for the duration of the anticipated three (3) month design process and three (3) month bidding process. AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 2 of 6 Proposal .;acobs 1.9. Quality Control The Engineer will prepare a Project Specific Quality Plan (PSQP) tailored to meet the City of Fort Worth (COFW) and FAA requirements and defines the internal Engineer's review process and subsequent approval for each deliverable. The Engineer's PSQP will follow FAA design guidelines and regulations and include design checklists for final preparation packages (estimate, specifications, special provisions, certifications, etc.). Every item of work or document produced will require at least one additional level of review before submission to AFW. 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. The quality control reviewers shall generate and distribute comments to the team for incorporation into the plans and specifications prior to submission to 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 The Engineer will perform a final review prior to distribution of the bid documents to ensure incorporation of all comments. Upon completing the review, the Engineer will meet with all applicable agencies to demonstrate the comment resolutions. 1.10. Miscellaneous Planning Assistance and Exhibit Preparation The proposed taxiway extensions have created development opportunities for AFW. On occasion, the AFW staff has called upon the Engineer to support them with miscellaneous airport planning assignments. That work includes, but is not limited to: • Attend meetings with AFW staff • Preparation of preliminary site layouts and exhibits • Analysis of FAA imaginary surfaces on proposed development opportunities • Preparation of cost estimates • Preparation of aircraft parking layouts 2. CONSTRUCTION DRAWINGS The Engineer will prepare all drawings in a 22-inch by 34-inch format, issued as PDF files for the 95% submission, 100% submission, and Issued for Bid (IFB). The construction drawings will include the following sheets: • Cover Sheet and Index • General Notes and Legend • Contract Layout Plan • Construction Safety and Phasing Plans • Civil Demolition Plans • Erosion and Sedimentation Control Plans AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 3 of 6 Proposal .;acobs • Airfield Geometry Plans • Taxiway Centerline Profiles • Airfield Grading and Drainage Plans • Airfield Paving Plans • Airfield Paving Details • Airfield Pavement Marking Plans • Airfield Pavement Marking Details • Airfield Lighting and Signage General Notes and Legend • Airfield Lighting and Signage Demolition Plans • Airfield Lighting and Signage Layouts • Airfield Lighting and Signage Circuit Layouts • Airfield Lighting and Signage Schedules • Airfield Lighting and Signage Details 3. SPECIFICATIONS AND CONTRACT DOCUMENTS 3.1. City of Fort Worth Contract Documents The Engineer will obtain the most recent versions of the COFW standard contract documents for incorporation into the bid documents and coordinate any necessary modifications with the COFW. 3.2. FAA General Provisions All AIP funded projects must include the FAA General Provisions contained in AC 150/5370-1 OH. The Engineer will edit the General Provisions where required and include them in the Project Manual. 3.3. FAA Mandatory Contract Provisions The Engineer will include the latest version of FAA Mandatory Contract Provisions required for AIP funded projects. The Engineer will edit the provisions where required and include the latest Davis Bacon Wage rates for heavy civil / highway construction. 3.4. Technical Specifications The Engineer will prepare technical specifications based upon FAA AC 150/5370-1 OH. Any modifications to the standard FAA technical specifications will require a Modification of Standards (MOS) initiated by COFW and approve by the FAA. 4. ENGINEER'S DESIGN REPORT The Engineer 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, and address key operational issues identified in the CSPP. The report will also address the process and considerations for pavement design, drainage design, airfield lighting and signage, NAVAIDs, pavement marking, environmental impacts, 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 submission of a CSPP for projects that lie within the AOA on Part 139 certified airports. The Engineer will develop a CSPP that includes detailed phasing plans as well as identifies coordination, phasing, areas and AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 4 of 6 Proposal .;acobs operations affected by the construction activity, protection of NAVAIDs, 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 as outlined in AC 150/5370-2G. 5.1. Draft (95%) CSPP The Engineer will submit the CSPP through the Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) website for FAA review upon completion of the 95% design development. The FAA typically requires a minimum 45 days for review. 5.2. Final CSPP The Engineer will issue the final CSPP upon incorporating comments received from the 95% review. 5.3. Airspace Submittal In administering Title 14 of the Code of Federal Regulations (CFR) Part 77, the prime objective of the FAA is to promote air safety and the efficient use of the navigable airspace. To accomplish this mission, aeronautical studies are conducted based on information provided by proponents. The Engineer will submit the CSPP electronically through the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA). The FAA typically requires 90 days for a determination. 6. CONSTRUCTION COST ESTIMATE 6.1. Preparation of Construction Cost Estimate The Engineer will develop a detailed cost estimate for the 95%, 100%, and Issued for Bid submittals that includes unit prices and quantities for each bid item measured from the design plans. 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 varyfrom the Owner's Project budget or from any estimate of construction cost prepared or agreed to by the Consultant. 7. DRAFT CONSTRUCTION MANAGEMENT PLAN The FAA requires Sponsors to prepare a Construction Management Plan for projects which contain paving work in excess of $250,000. The Engineer will furnish a Construction Management Plan to the FAA prior to the start of construction detailing the required measures and procedures to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications. The Engineer will prepare a draft Construction Management Plan for submittal to the FAA for review prior to bidding the project and finalize the document upon selection of a contractor. AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 5 of 6 Proposal .;acobs 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. 8.2. Prepare Addenda The Engineer will prepare addenda to the bid documents as required. This may include 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 COFW's determination of a responsive bidder, the Engineer will prepare a letter stating Engineer's Recommendation of Award of the Project. ASSUMPTIONS, CLARIFICATIONS, AND EXCLUSIONS The following services are excluded from this scope and will be performed as an additional service, if required for the project: • Additional topographic surveying • Additional geotechnical investigation and/or report • Environmental studies and reports, including application for Categorical Exclusion, Environmental Assessments, or Impact Statements AttochmentA Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Page 6 of 6 Proposal .;acobs ATTACHMENT B FEE PROPOSAL Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Proposal IA ma O V m r) o= �w mw X H w Q C N 2 Z O 2 z O % F s O Q CO +.+ r6 O in O CL E O t Y u a fC � � 41 Q LL O V m r Z 3: Y Q w m w O a Z Q w J_ Q LU w 0 Y Q = u u z 5zN z gaN 1 z _ F W u j 6 N F lJ j 6 N Y N s N C C N F d m u u Q C N C G Y N F S u u C oo F az az C W F d z N him z _ a W n � o ou5 x 1197 n x � 11111111 z V H J a o C z OPINION LL Z O 0 Y Q w m w O a Z Q 0 w J a F- LU 0 N Y Q H 0 0 0 0 0 0 0 0 0 0 o 0 'o a g 00 a osos o o 0 0 0 0 0 0 0 0 N 0 i u a u m a W z v i o u z g w r ¢ o m u z a w � � o a a a w w w z z z Ei < i w w o < r u u u o Z o a o 0 0 z a d a a a N m 0 VI m 0 N m 0 VI m 0 N m 0 VI m 0 N m 0 Q Q Q Q Q Q Q CO ^� ru Y in C CL E O t Y u a fC � Q LL O V m r 0 0 0 0 0 s Cd cd cd oe N O O O O O 0 0 0 0 0 a a a a 000 0 0 W T T N pp 0 d N 0 d N 0 d N 0 s g a n O K O ~ _ i a u J m a u z v� i o u z o o m u z a o w w w z a Q ¢ z z Q z z z < i w w o m m r u u u o z o Q o o o z a d a a a v~i a N m VI m N m VI m N m VI m 0 N m u 919,919,919 u u u u u Q 00 00 0 0 d 0 0 N o 0 N g 0 d K > _ ~ K y i u a u w m a w z � yr i ^ O u Z a w r ¢ o m u z o a w a a � a w w w z Q z Q z z z Q < i w w o m m r u u u Z o a d a a a v~i N m u Q VI m u 919,91919 N m u VI m u N m u VI m u N m 0 u Q 2 3: 0 c � « 0 co 0 E CL 0 \ u E 2 7 L k 0 ± a e 0 m �e a e Ul Ja 0 u m r) §$k!§®@ \\\\\\\ :z �k\\u<� \\))�\91 1 1 1 1 ju 2 3: 0 c � « � _ 3 . 0 § « � c z ® z LU F- LU . • � k m )gz}\\ §)«J§®@ \\\\j\\ kik««$/ 2�\z z(\ \\))�}ii j \ / a / / Y Q O V m r 00 0 0 ro 0 ro � O K o ~ _ i a u J m a u z v� i ^ o u z o r ¢ 0 m u z a LID z a z z Q z z z Q < i z z o m m r u u u z o Q O o o o Q a d a a a v~i a N O VI O N O Q VI O Q N OOQ VI jo Z O 0 Y Q w co w O a Z CQ G w J a w 00 Y Ln Q H 0 6 0 0 v 0 0 6 0 'o 0 N 0s0 a 000 0 v K O t _ i u a u m a w z v i o u z g w o m u z a w � o a a a w w w z Q Q z z Q z z 3 3 < i z z 1 o m m r u u u o Z o a o 0 0 a d a a a< m N0 0 VI m N m VI m N m VI m N m Q u 919,91919 u u u u u Q 0 Lo a7 a a 0 v a a IA ma 0 V m r) .;acobs ATTACHMENT C SCHEDULE Repackage Design of Taxiway P Extension Phase 3 Jacobs Engineering Group Inc. Proposal � � 0 u � / Q (� \f \} | ! k` a} | )& /( � | k �� q ;� ■))\z\!ƒ!\!\ \ $!\ !\2 \2 )2 §\ !/!\!\!k2 q\!\!( !\!\!\!\)\ !\ !\!§)\!()\!\!ƒ)\!\!\!}go \ }�\ \ ! \\�\ \ k \\ \0 - l:�; 2 ! zw 2 10 ) k �@§-_ @ �§ - \ - k - ) ; ) -- / } - 0 5 \ \ \ | & ) _ - ® 00 § - - - - --/ § § _ _ - \(/ ! - _ -_- - - :: - / =2, „ \ k \ k)\/ �\ � �,§ } ! ! § w` ` a y f \ / / CIC / \ ! #7 ATTACHMENT "D" FORT WORTH., 411,11 City of Fort Worth Federal Contract Provisions FCP-1 ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. FCP-2 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the Contractor may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by the deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. FCP-3 GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. FCP-4 CIVIL RIGHTS — TITLE VI ASSURANCES COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the Contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -assisted programs of the Department of Transportation —Effectuation of Title VI of the Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982 (49 USC § 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles 11 and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 — 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). FCP-5 CLEAN AIR AND WATER POLLUTION CONTROL Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 USC § 740-7671q) and the Federal Water Pollution Control Act as amended (33 USC 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. Contractor must include this requirement in all subcontracts that exceeds $150,000. FCP-6 RESERVED FCP-7 RESERVED FCP-8 RESERVED FCP-9 CERTIFICATION OF CONSULTANT REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the consultant certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer/Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. FCP-10 DISADVANTAGED BUSINESS ENTERPRISES The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1. Withholding monthly progress payments; 2. Assessing sanctions; 3. Liquidated damages; and/or 4. Disqualifying the Contractor from future bidding as non -responsible. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than [specify number] days from the receipt of each payment the prime contractor receives from [Name of recipient]. The prime contractor agrees further to return retainage payments to each subcontractor within [specify the same number as above] days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the [Name of Recipient]. This clause applies to both DBE and non -DBE subcontractors. FCP-11 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities associated with the project. FCP-12 ENERGY CONSERVATION REQUIREMENTS Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC 620let seq). FCP-13 EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identify, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. FCP-14 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. If the Contractor is participating (pursuant to 41 CFR part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non -working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the Contractor during the training period and the Contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. M intain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or female sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions, including specific review of these items, with onsite supervisory personnel such superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. in. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non -segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the Contractor is a member and participant may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally), the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR part 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g. those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). FCP-15 SOLICITATION CLAUSE All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division. FCP-16 CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. FCP-17 PROHIBITION OF SEGREGATED FACILITIES 1. The Contractor agrees that it does not and will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not and will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Contractor agrees that a breach of this clause is a violation of the Equal Employment Opportunity clause in this contract. 2. "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees that are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex, or national origin because of written or oral policies or employee custom. The term does not include separate or single -user rest rooms or necessary dressing or sleeping areas provided to assure privacy between the sexes. 3. The Contractor shall include this clause in every subcontract and purchase order that is subject to the Equal Employment Opportunity clause of this contract. FCP-18 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. FCP-19 CERTIFICATION OF OFFERERBIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Engineer must complete the following two certification statements. The Engineer must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (J) in the space following the applicable response. The Engineer agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications The Engineer represents that it is ( ) is not (J)a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 1. The Engineer represents that it is ( ) is not (J) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an Engineer responds in the affirmative to either of the above representations, the Engineer is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government' s interests. The Engineer therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airpolts District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. FCP-20 TERMINATION FOR CONVENIENCE (PROFESSIONAL SERVICES) The Owner may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for work completed in accordance with this Agreement through the date the Consultant receives the termination notice and will include reasonable termination costs (costs associated with closing the contract prior to normal performance) in an amount of up to $15,000, as long as any reasonable termination costs are still within the amounts previously appropriated by the City Council for the City of Fort Worth for this Agreement. Reasonable termination costs will include any accounting, clerical and other expenses necessary for the termination of subconsultant agreements and demobilization costs incurred due to such termination up to the amount listed above. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. FCP-21 TERMINATION FOR DEFAULT (PROFESSIONAL SERVICES) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on June 19, 2018 Page 67 necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the Owner determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. FCP-22 TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3. has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR or 2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or 3. who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. FCP-23 VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the Contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 USC 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: Taxiway Papa Phase III Design Agreement M&C 22-0955 CPN CSO # DOC# DATE: 2/1/2023 INITIALS DATE OUT TO: 1. Roger Venables 17 Feb 1, 2023 2. Royce Hansen TR F TRH Feb 2, 2023 3. Dana Burghdoff DDB Feb 2, 2023 4. Jannette Goodall 49- Feb 2, 2023 5. 6. DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes ❑x No RUSH: ❑ Yes ❑x No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: ❑x Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information 1 Signature/Routing and or Recording ❑ Comment ❑ File ❑ Attach Signature, Initial and Notary Tabs Return to: Please call Tyler Dale at ext. 5416 for pick up when completed. Thank you. Create New From This M&C REFERENCE **M&C 22- 55AFW TAXIWAY PAPA DATE: 11/29/2022 NO.: 0955 LOG NAME: EXTENSION PHASE III DESIGN CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: (CD 7) Authorize the Execution of an Engineering Services Agreement with Jacobs Engineering Group Inc. in the Amount Up to $147,259.00 for Design and Bidding Support Services for Phase I II of the Taxiway Papa Extension Project at Perot Field 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 an amount up to $147,259.00 for design and bidding support services for Phase III of the Taxiway Papa Extension project at Perot Field Fort Worth Alliance Airport (City Project Nos. 103000 & 103668). DISCUSSION: The Aviation Department is seeking City Council approval to authorize the execution of an engineering services agreement (Agreement) with Jacobs Engineering Group Inc. (Jacobs), for design and bidding support services for Phase III of the Taxiway Papa Extension project (Project) at Perot Field 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 "Engineering Services at City of Fort Worth Alliance Airport," which included "Future Grant Related Projects" as one of the descriptions of work. This Project will be funded from Federal Aviation Administration (FAA) Discretionary Grant dollars and therefore falls under this category. On May 8, 2020, two qualifications were received, and a team of four evaluated and scored Jacobs and Southwest Testing Laboratories (STL Engineers) on the following criteria (A) Quality and extent of the firm's experience and expertise in the areas of Noise Mitigation Efforts (30 points possible); (B) Qualifications of team and/or individuals who will be primarily responsible for providing all services included in the RFQ (30 points possible); (C) Local management structure for the proposed projects in this RFQ inclusive of experience and qualifications of any proposed sub -consultants (20 points possible); and (D) Other criteria show to be relevant to the circumstances by the context of the applicants' proposal (20 points possible). The scores were averaged as follows: Jacobs STL Engineers A B C F L F_ Total 29 , 29 17 19 F 94 0 10 F_9__F_8__27 The location of this Project is on the southwest side of the Airport (see attached map), and will continue the expansion of Taxiway Papa north. Phase I and Phase II of the Project have been completed, and as it continues to be constructed, it will eventually provide a connecting surface at the midpoint of the runway. This Project has allowed, and will continue to provide, greater ease of access to tenants on the west side of the Airport and better overall operational efficiency. Project construction will continue to be divided into multiple phases to match available funding. Since no City salaries will be charged to this grant, indirect cost recovery does not apply. Funding is budgeted in the Other Contractual Services account of the Aviation Department's Muni Airport Grants Federal Fund for the purpose of funding the AFW Taxiway Papa Ext Phase II and AFW Taxiway Papa Ext Phase III projects, as appropriated. Jacobs Engineering Group, Inc. is in compliance with the City's DBE Program by committing to 8\% DBE participation on this Project. The City's DBE goal on this Project is 8\%. City of Fort Worth Perot Field Alliance Airport is located in Council District 7. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Muni Airport Grants Federal Fund for the AFW Taxiway Papa Ext Phase II and AFW Taxiway Papa Ext Phase III projects to support the approval of the above recommendation and execution of the amendment. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. This is a reimbursement grant. FROM Fund Reference # Amount (Chartfield 2) Department Account Project Program Activity Budget Reference # Amount ID I ID I Year (Chartfield 2) Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Dana Burghdoff (8018) Roger Venables (6334) Tyler Dale (5416) ATTACHMENTS 103000 & 103668 Project Budget Summary.pdf (CFW Internal) Compliance Memo.pdf (CFW Internal) Form 1295.pdf (CFW Internal) Taxiway Ext Ph III Revised F I D Table.xlsx (CFW Internal) Taxiway Papa Extension Phase III M&C Map.pdf (Public)