Loading...
HomeMy WebLinkAboutContract 63335CSC No. 63335 CITY OF FORT WORTH, TEXAS STANDARD AGREEMENT FOR GENERAL PROFESSIONAL SERVICES This agreement ("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 ("Consultant"), for a project generally described as: Construction Administration and Oversight Services for Phase I of the Joint Reseal & Pavement Repair project ("Project") at Perot Field Fort Worth Alliance Airport — City Project No. 104463. Article I Scope of Services (1) Consultant hereby agrees to perform professional services as set forth in this Agreement and the Scope of Services, attached hereto as Attachment "A" ("Services"). These Services shall be performed in connection with the Project. (2) Additional services, if any, will be memorialized by an amendment to this Agreement. (3) All reports, whether partial or complete, prepared under this Agreement, including any original drawings or documents, whether furnished by City, its officers, agents, employees, consultants, or contractors, or prepared by Consultant, shall be or become the property of City, and shall be furnished to the City, prior to or at the time such services are completed, or upon termination or expiration of Agreement. Article II Compensation Consultant shall be compensated a lump sum amount of $276,509.56 ("Contract Amount") in accordance with the Fee Schedule shown in Attachment "B". Payment shall be considered full compensation for all labor (including all benefits, overhead and markups), materials, supplies, and equipment necessary to complete the Services. Consultant shall provide monthly invoices to City. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Consultant of said payment shall release City from all claims or liabilities under this Agreement for further payment related to, performed, or furnished in connection with the Services for which payments were made. Article III Term Time is of the essence. As used herein, time is of the essence means meeting any mutually agreed upon deadlines or project schedule. The term of this Agreement shall commence on City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 1 of 9 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the Effective Date and shall continue until the expiration of the funds or completion of the subject matter pursuant to the schedule, whichever occurs first, unless terminated in accordance with the terms of this Agreement. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. Article IV Independent Contractor Consultant shall operate hereunder as an independent contractor and not as an officer, agent, servant, or employee of City. Consultant shall have exclusive control of and the exclusive right to control the details of the work to be performed hereunder and of all persons performing same and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors and subcontractors. The doctrine of respondeat superior shall not apply as between City and Consultant, its officers, agents, employees, contractors, and subcontractors, and nothing herein shall be construed as creating a partnership or joint venture between City and Consultant. Article V Professional Competence Work performed by Consultant shall comply in all aspects with all applicable local, state and federal laws and with all applicable, standards, codes, rules and/or regulations promulgated by local, state and national boards, bureaus and agencies. Approval to proceed by City of Consultant's work or work product shall not constitute or be deemed to be a release of the responsibility and liability of Consultant or its officers, agents, employees, contractors and subcontractors for the accuracy and competency of its performance of the Services. Article VI Indemnification CONSULTANT, AT NO COST TO THE CITY, AGREES TO INDEMNIFYAND HOLD CITY, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO CONSULTANT'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT RESULTS FROM OR ARISES OUT OF CONSULTANT'S MATERIAL BREACH OF (i) ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT OR (ii) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OR NON- PERFORMANCE OF THIS AGREEMENT. THIS SECTION SHALL SURVIVE ANY TERMINATION OR EXPIRATION OF THIS AGREEMENT. City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 2 of 9 Article VII Insurance Consultant shall not commence work under this Agreement until it has obtained all insurance required under Attachment F and City has approved such insurance. Article VIII Force Majeure City and Consultant shall exercise their good faith efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control, including, but not limited to: acts of the public enemy, fires, strikes, lockouts, natural disasters, epidemics/pandemics, wars, riots, material or labor restrictions by any governmental authority and/or any other similar causes. Article IX Transfer or Assignment Consultant, its lawful successors and assigns, shall not assign, sublet or transfer any interest in this Agreement without prior written consent of City. Article X Termination of Contract (1) City may terminate this Agreement for convenience by providing written notice to Consultant at least 30-days prior to the date of termination, unless Consultant agrees in writing to an earlier termination date. (2) Either City or Consultant may terminate this Agreement for cause if either party fails to substantially perform, through no fault of the other and the nonperforming party does not commence correction of such nonperformance within 5 days after receipt of written notice or thereafter fails to diligently pursue the correction to completion. (3) If City chooses to terminate this Agreement, upon receipt of notice of termination by Consultant, Consultant shall discontinue Services on the date such termination is effective. City shall compensate Consultant for such services rendered based upon Article II of this Agreement and in accordance with Attachment "B". Article XI Right to Audit (1) Consultant agrees that City shall, until the expiration of three (3) years after final payment under Agreement, have access to and the right to examine any directly pertinent books, documents, papers and records of Consultant involving transactions City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 3 of 9 relating to Agreement. Consultant agrees that City shall have access during normal working hours to all necessary facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Consultant reasonable advance notice of intended audits. (2) Consultant further agrees to include in all its subcontracts hereunder, a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor(s), involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article. City shall give Consultant and any subcontractor reasonable advance notice of intended audit. (3) Consultant and subcontractor(s) agree to photocopy such documents as may be requested by City. City agrees to reimburse Consultant for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed. Article XII Business Equity Participation City has goals for the full and equitable participation of minority business and/or women business enterprises in City contracts greater than $100,000. In accordance with City's Business Equity Ordinance No. 25165-10-2021 (as codified in Chapter 20, Article X of the City's Code of Ordinances, as amended, and any relevant policy or guidance documents), Consultant acknowledges the DBE, MBE and WBE goals established for this Agreement and its execution of this Agreement is Consultant's written commitment to meet the prescribed DBE, MBE and WBE participation goals. Any misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by Consultant 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. Article XIII Observe and Comply Consultant shall at all times observe and comply with all federal, state, and local laws and regulations and with all City ordinances and regulations which in any way affect 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. Consultant agrees to 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 or its City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 4 of 9 subcontractor(s). Article XIV Immigration Nationality Act Consultant shall verify the identity and employment eligibility of its employees and employees of all subcontractor(s) who perform work under Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Consultant shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under Agreement. Consultant 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 Consultant employee who is not legally eligible to perform such services. CONSULTANT SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONSULTANT, CONSULTANT'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Consultant, shall have the right to immediately terminate Agreement for violations of this provision by Consultant. Article XV Venue and Jurisdiction If any action, whether real or asserted, at law or in equity, arises on the basis of any provision of Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas — Fort Worth Division. Agreement shall be construed in accordance with the laws of the State of Texas. Article XVI Contract Construction/No Waiver The parties acknowledge that each Party and, if it so chooses, its counsel, have reviewed and revised Agreement and that the normal rule of contract construction, to the effect that any ambiguities are to be resolved against the drafting party, must not be employed in the interpretation of Agreement or any amendments or exhibits hereto. The failure of City or Consultant to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Consultant's respective right to insist upon appropriate performance or to assert any such right on any future occasion. City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 5 of 9 Article XVII Severability The provisions of Agreement are severable, and if any word, phrase, clause, sentence, paragraph, section or other part of Agreement or the application thereof to any person or circumstance shall ever be held by any court of competent jurisdiction to be invalid or unconstitutional for any reason, the remainder of Agreement and the application of such word, phrase, clause, sentence, paragraph, section, or other part of Agreement to other persons or circumstances shall not be affected thereby and Agreement shall be construed as if such invalid or unconstitutional portion had never been contained therein. Article XVIII Notices Notices regarding Articles IX or X are to be provided to the other Party by hand -delivery or via U.S. Postal Service certified mail return receipt requested, postage prepaid, to the address of the other Party shown below: City of Fort Worth Attn: Tyler Dale Aviation Department 201 American Concourse, Suite 330 Fort Worth, Texas 76106 Consultant: Jacobs Engineering Group Inc. Attn: Thomas K. Mayer 1999 Bryan St., Suite 3500 Dallas, Texas 75201 All other notices may be provided as described above or via electronic means. Article XIX Prohibition On Contracts With Companies Boycotting Israel Consultant, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Consultant has 10 or more full time -employees and the contract value is $100,000 or more, the City 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" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 6 of 9 contract, Consultant certifies that Consultant's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Consultant: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Article XX Prohibition on Boycotting Energy Companies Consultant acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, 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 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. Article XXI Prohibition on Discrimination Against Firearm and Ammunition Industries Consultant acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, 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. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Consultant certifies that Consultant's signature provides written verification to the City that Consultant: (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. City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 7 of 9 Article XXII Headings The headings contained herein are for the convenience in reference and are not intended to define or limit the scope of any provision of Agreement. Article XXIII Attachments, Schedules and Counterparts This Agreement may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of Agreement: Attachment A - Scope of Services Attachment B — Compensation Attachment C - Schedule Attachment D — Project Exhibit Attachment E — Federal Contract Provisions Attachment F — Insurance Requirements Duly executed by each party's designated representative to be effective on the date subscribed by the City's designated Assistant City Manager. (Signature Page to Follow) City of Fort Worth, Texas AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight Standard Agreement for Professional Services City Project No. 104463 Revision Date: May 5, 2025 Page 8 of 9 BY: CITY OF FORT WORTH Valerie Washington Assistant City Manager Date: 05/29/2025 APPROVAL RECOMMENDED: By: Roger Venables Director, Aviation Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring an d administration of this contract, including ensuring all performance and reporting requirements. Katya Flores Senior Contract Compliance Specialist APPROVED AS TO FORM AND LEGALITY Candace Paaliar-a By. Candace Pagliara (May 2E S11:18 CDT) Candace Pagliara Assistant City Attorney ATTEST: A Jannette Goodall City Secretary City of Fort Worth, Texas Standard Agreement for Professional Services Revision Date: May 5, 2025 Page 9 of 9 444�D�n p F FORT�ad O °° ',.-Poo l.° dvo o=d d �Q� rEXA5-- �b�nonoo BY: JACOBS ENGINEERING GROUP INC. Thomas K. Mayer Principal Date: 5/28/2025 M&C No. 25-0263 M&C Date 3/25/2025 AFW Joint Reseal & Pavement Repair Ph. I Construction Oversight City Project No. 104463 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .;acobs Attachment A Scope of Work Construction Oversight of Joint Reseal & Pavement Repair - Phase I Perot Field Fort Worth Alliance Airport PROJECT DESCRIPTION Perot Field Fort Worth Alliance Airport (AFW) plans to reseal all runway and taxiway joints for pavement built prior to the Runway Extension project performed in 2016/2017 as well as perform crack and spat[ repair on concrete panels identified as in need of improvement. Joint Reseal & Pavement Repair - Phase I will include the following: • Removing and resealing joints for all concrete panels on Runway 16L-34R identified in the Contract Documents. • Spa[[ repair on any areas identified in the Contract Documents as in need of, and able, to receive concrete span repair. • Crack repair on areas identified in the Contract Documents. • Repainting or remarking all pavement markings on Runway 16L-34R. It is anticipated, the City of Fort Worth (CFW) will award a construction contract to the apparent, responsive, low - bidder for the construction of the Joint Reseal & Pavement Repair - Phase I at AFW. The project is primarily funded through the FAA's Airport Improvement Program (AIP) through a series of grants. SCOPE OF SERVICES Construction Administration and Construction Observation as described below. 1. CONSTRUCTION ADMINISTRATION 1.1. Project Management Management activities will consist of planning, scheduling, budgeting, stakeholder coordination, and communication for the Project. 1.2. Prepare Issued for Construction (IFC) Plans and Specifications The Consultant will assemble the plans and specifications into a construction ready package. This will include the proposal submitted by apparent, responsive, low bidder and addition of any addenda included in the bid package. 1.3. Preconstruction Meeting The Consultant will coordinate the time, date, and location of the preconstruction conference. The Consultant will notify AFW staff, City of Fort Worth (CFW), Federal Aviation Administration (FAA), Contractor, Resident Project Representative (RPR), and other interested parties of the preconstruction conference and will invite their representatives to attend. The Consultant will conduct the preconstruction conference in accordance with FAA Advisory Circular (AC) 150/5300-913 Predesign, Prebid, and Preconstruction Conferences for Airport Grant Projects to review individual Consultant, AFW/CFW, Contractor, and RPR responsibilities. 1.4. Construction Management Plan The FAA requires Sponsors to prepare a Construction Management Plan (CMP) for projects which contain paving work in excess of $500,000. The Consultant will develop a CMP in accordance with FAA AC 150/5370-1213, Appendix A. The CMP will outline the personnel for the project, describe the inspection procedures and frequencies, the submittal Attachment A Construction Oversight of Joint Reseal & Pavement Repair - Phase 1 Jacobs Engineering Group Inc. Page 1 of 5 Proposal .;acobs process, the quality control testing, acceptance testing, and reporting of the test results. As used in this section, Construction Management shall mean the Consultant's services during the construction phase of the services but shall not include management of the City's Contractors. The Consultant will furnish the CMP to the FAA prior to the start of construction. 1.5. Prepare Change Orders The Consultant will provide construction documents necessary to address change orders during the project. Documents may include plan sheet revisions / additions, specification revisions / additions, and updated project cost. Change orders may be required as a result of AFW/CFW initiated changes resulting from: a response to unexpected or changed site conditions; plan deficiencies or clarifications; conflicts or ambiguities in specifications; extra or unanticipated, but necessary, work; and/or design criteria changes directed by AFW/CFW or FAA. Contractor initiated changes may be required as a result of repair procedures to address damaged and/or non -conforming work; material substitution requests; work method changes; and/or value engineering proposals. The Consultant will determine justification for the change; prepare a description of the change; prepare revised plans and/or specifications; define the pay items; estimate the cost of the change order; negotiate change order prices and time with the Contractor; review back-up documentation; process the change order through the CFW, and track approval and execution of the change order. The Consultant will produce revised drawings and/or specifications, and produce change order forms, to document changes to the construction documents required to address changed conditions, AFW/CFW directed changes, or value engineering proposals accepted by AFW/CFW on up to four (4) change orders. 1.6. Safety Plan Compliance Document (SPCD) The Contractor is required to prepare a Safety Plan Compliance Document (SPCD). The Consultant will review the Contractor's SPCD to verify that the Contractor has addressed all the items within the Consultant's Construction Safety Phasing Plan (CSPP). 1.7. Site Visits The Consultant will make up to ten (10) periodic visits to the construction site to observe the progress of the work. The Consultant will coordinate the site visits with the RPR. The Consultant will meet with the RPR and the Contractor to discuss the project's progress and to identify areas of concern to facilitate the construction. 1.8. Submittal / Shop Drawing Review The Consultant will review up to twenty (20) shop drawings and materials submittals that are furnished by the Contractor, as required by the construction contract documents, for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. The Consultant's action will be taken with such reasonable promptness as to cause no delay in the work while allowing sufficient time in the Consultant's professional judgment to permit adequate review. Review of such submittals will not be conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities or for substantiating instructions for installation or performance of equipment or systems designed by the construction Contractor, all of which remain the responsibility of the construction Contractor. The Consultant's review will not constitute approval of safety precautions or of construction means, methods, techniques, sequences, or procedures. The Consultant's approval of a specific item will not indicate approval of an assembly of which the item is a component. 1.9. Review Contractor Requests for Information (RFI) It is anticipated that the Contractor will submit RFIs. RFIs will be responded to in writing. Those responses may include technical clarification of the plans and/or specifications in the form of a narrative response, sketch, detail, or drawing. The Consultant will coordinate these responses with the RPR. The Consultant will review and respond to as many as twenty (20) RFIs submitted by the Contractor. Attachment A Construction Oversight of Joint Reseal & Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 2 of 5 Proposal .;acobs 1.10. Weekly Construction Meetings The Consultant will coordinate weekly construction meetings that will be utilized to coordinate construction activities with AFW/CFW, FAA, and other applicable parties. It is assumed that weekly construction meetings will be conducted concurrently with site visits described in 1.7. 1.11. Document Control The Project Coordinator (PC) will prepare and maintain a submittal register identifying the submittal number, description, specification section, specification paragraph, received date, action date, and action taken. The PC will distribute copies of the submittals and the updated submittal register to the Consultant, AFW/CFW, Contractor, and RPR. Additionally, the PC will log and track Contractor RFIs. The PC will distribute copies of the RFIs and the updated RFI log to the Consultant, AFW/CFW, Contractor, and RPR. 1.12. Preliminary Walkthrough The Consultant will coordinate the date and time of the preliminary walkthrough via teleconferences, letters, and email to AFW/CFW, FAA, Contractor, and RPR. The RPR will prepare a summary report of the preliminary walkthrough, including a punch list of work items that the Contractor must accomplish to prepare for a final walkthrough. 1.13. Final Inspection The Consultant will coordinate the date and time of the final walkthrough via teleconferences, letters, and email to AFW/CFW, FAA, Contractor, and RPR. The RPR will prepare a summary report of the final walkthrough; including a completed punch list for all parties to review confirm completion. 1.14. Record Drawings The Consultant will prepare record drawings consisting of revisions to the electronic files used to produce the construction documents. The record drawings will represent the completed project and reflect the actual work accomplished during construction. The record drawings will be based solely on Contractor's record copy of all drawings, specifications, addenda, change orders, work change directives, field orders, and written interpretations and clarifications, as delivered to Consultant, and annotated by Contractor to show changes made during construction. 1.15. Perform Warranty Review and Project Closeout Upon completion of the final walkthrough, the RPR will prepare an AIP Final Inspection Report (Form 5100-129) upon satisfactory completion of the work. The RPR will distribute the summary report and the AIP Final Inspection Report to Consultant, AFW/CFW, FAA, and Contractor. 1.16. Final Construction Report The Consultant will prepare the final construction report following the standard / current FAA Southwest Region's format. The Consultant will prepare the required Project Closeout statements and Sponsor Certifications. 2. CONSTRUCTION OBSERVATION This task will consist of providing Construction Observation services by means of the Resident Project Representative (RPR) during the construction of Joint Reseal & Pavement Repair - Phase I. The RPR will monitor the construction progress and will coordinate with the Consultant, AFW Operations, and the Contractor. Additionally, the RPR will provide construction observation to determine whether the work is proceeding according to the construction contract documents. The RPR will notify the Consultant if problems, disputes, or changes arise during construction. The RPR will observe in the field all work including removal and replacement of joint seals, crack repair, span repair, and airfield pavement markings. The RPR will be responsible for all daily activities, Contractor coordination, and ensuring all items are installed per the construction contract documents. The RPR's duties are as follows: Attachment A Construction Oversight of Joint Reseal & Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 3 of 5 Proposal .;acobs • Check Contractor activities to ensure compliance with the plans and specifications and inform the Contractor of any work that is in noncompliance. • Ensure that all testing required by the specification is performed. All commercially produced products that are used on the project should be accompanied by numerical test results or a certification from the manufacturer that the material meets the applicable standards. • Ensure that tests are performed at the frequency stated in the specifications. Determine when and where tests will be taken and witness tests. If not indicated in the specifications, a sufficient number of tests should be taken to verify that the construction is acceptable. • Review test reports and certifications for conformance with the specifications. • Maintain a file of test reports and certifications. • Inform the Contractor of deficiencies so corrections can be made, and retesting performed prior to covering any substandard work with additional material. • Document quantities of materials used on the project by actual measurements and computations in a field notebook or computer printouts retained in a folder. For materials paid for on a weight basis, a summary of the material placed each day should be kept in the field notebook. The notebook and/or computer printouts, supported by the original set of weigh tickets, is the basis for payment. • Maintain a set of working drawings on the job site that can be used to prepare "as -built" drawings. • Review payment requests from the Contractor. • Conduct Federal wage rate surveys (Form DOT F 4220.5 or SF 1445) with the Contractor's personnel and their subcontractor personnel to ensure compliance with the U.S. Department of Labor regulations for federally funded construction projects. The RPR will submit the wage rate survey records to the Consultant for review. Wage rate surveys will be conducted on a monthly basis. • Maintain a diary that should contain daily entries made and signed by the RPR. Each entry should include the following, plus any additional pertinent data: o Date and weather conditions. o Names of important visitors. o Construction work in progress and location. o Daily reports shall document daily quantities of pay items installed. o Any safety infractions and corrections made to forestall future occurrence. o Size of Contractor's workforce and equipment in use. o Number of hours worked per day for Contractor and subcontractors. o The substance of important conversations with the Contractor about conduct, progress, changes, test results, interpretations of specifications, or other details. • Prepare daily construction progress reports of the construction activities that are observed. • Document the progress of the construction with photographs taken on a weekly basis. • Submit copies of FAA Form 5370-1, Construction Progress and Inspection Report, or equivalent form to AFW/CFW on a weekly basis, including photographs. • Maintain SWPPP and all reporting required. Attachment A Construction Oversight of Joint Reseal & Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 4 of 5 Proposal .;acobs ASSUMPTIONS. CLARIFICATIONS. AND EXCLUSIONS The following assumptions were made in the development of this Scope of Work: • AFW does not issue Security Identification Display Area (SIDA) Badges. • Employees that will perform work in the field will be required to complete On -Line CBT Training (4 hours) and In -Person Training (2 hours) facilitated through the Director of Airport Operations. In -Person Training will be completed the same day that field work begins and will not require a separate trip. • Field employees will need to be in a vehicle with an amber beacon light and company logos. Field employees will need to wear proper PPE. All work will be coordinated five (5) business days in advance with AFW Operations. • AFW will provide any necessary Right -Of -Entry (ROE) permits/permissions prior to the start of field work. • AFW will provide space for the use of the Consultant and RPR as a field office for the duration of the project. AFW will furnish water, sanitary facilities, heat, air conditioning, and electricity. The following services are excluded from this Scope of Work and will be performed as an additional service, if required for the project: • Materials and acceptance testing. • Topographic surveying including establishing construction alignments or staking. • Geotechnical investigation and/or reports. • Environmental studies and/or reports. • For the purpose of estimating required RPR man-hours, it is anticipated that the Contractor will work the following schedule: o June 2025 — September 2025 (95 Calendar days): 10 hours/day — 6 days/week, except holidays. o PMA will conduct the RPR duties. The RPR will also assist with project closeout activities, which are estimated to take 28 days after substantial completion. Attachment A Construction Oversight of Joint Reseal & Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 5 of 5 Proposal Jacobs Attachment B Lump Sum Fee Proposal Consuttant Task Non -DBE Amount DBE Amount Totat Jacobs Engineering Group Inc. Construction Oversight $78,884.56 $78,884.56 Project Management Resident Project $197,625.00 $197,625.00 Attachment 8 Construction Oversight of Joint Reseal Pavement Repair - Phase 1 Jacobs Engineering Group Inc. Page 1 of 6 Proposal Jacobs Attachment B Lump Sum Fee Proposal �1ACOBS PROGRAM DIRECTOR TOM MAYER 8.00 8.00 $11324 $110.34 $22.36 $245.94 $1,788.65 $178.86 $1,967.511 �JACOBS QUALITY MANAGER SHALYCE CHILDERS 1200 1200 $95.22 $92.78 $1880 $206.80 $2,256.03 $22560 $2,481.631 IJACOBS PROJECT MANAGER THOMAS MILLS $16.00 194.00 194.00 $87.50 $85.26 $1728 $190.04 $33,515.44 $3,35154 $36,866.981 IJACOBS PROJECT ENGINEER JASON GATMAITAN $1,987.68 20800 20800 $62.71 $61.10 $1238 $136.20 $25,753.44 $2,575.34 $28,328.791 IJACOBS PROJECT ENGINEER KANE CARLTON 7600 76.00 $38.38 $37.40 $758 $83.36 $5,759.09 $57591 $6,335.001 IJACOBS STANDARDS MANAGER BRIAN BARTLETT 400 400 $73.71 $71.82 $1455 $160.09 $582A3 $58.21 $640.351 IJACOBS ADMINISTRATIVE ASSISTANT KATIE BECERRA 400 4.00 $30.00 $29.23 $592 $65.16 $236.93 $2369 $260.621 EXPENSE SUBTOTAL EXPENSE RATE / EACH EXPENSE AIRFARE $600.00 $1200.00 LODGING $150.00 1300.00i MILEAGE MILES X$0.67) $168.84 $337.681 TOLLS $8.00 $16.001 MEALS $25.00 $150.00 RTRIPS TO FORT WORTH. TX 2 MEALS b� Attachment 8 Construction Oversight of Joint Reseal Pavement Repair - Phase l Jacobs Engineering Group Inc. Page 2 of 6 Proposal :►acobs QUALITY MANAGER SHALVCE CHILDERS IJACOBS JACOBS PROJECT MANAGER THOMAS MILLS �JACOBS PROJECTENGINEER JASON GATMAITAN IJACOBS PROJECTENGINEER KANE CARLTON IJAC085 STANDARDS MANAGER BRIAN BARTLETT IJACOBS ADMINISTRATIVE ASSISTANT KATIE BECERRA 12.00 4.00 194.00 24.00 8.00 208.00 12.00 76.00 12.00 4.00 200 4.00 2.00 506.00 30.00 36.00 Attachment B Lump Sum Fee Proposal TASK 1 DETAILED MANPOWER BREAKDOWN 4.00 4.00 12.00 4.00 8.00 24.00 4.00 20.00 8.00 16.00 56.00 2.00 2.00 2.00 2.00 2.00 40.00 12.00 20.00 16.00 8.00 1600 8.00 4.00 800 8.00 4.00 4.00 20.00 32.00 24.00 20.00 8.00 800 20.00 20.00 8.00 8.00 12.00 12.00 200 2.00 8.00 46.00 42.00 62.00 42.00 28.00 16.00 18.00 28.00 28.00 42.00 Attachment B Construction Oversight of Joint Reseal Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 3 of 5 Proposal Thomas L. Mills III P.E. Jacobs Aviation Project Manager 1999 Bryan Street, Suite 3500 Dallas Texas 75201 Dear Mr. Mills, VV PROJECT MANAGEMENT ASSOCIATES - CIVIL ENGINEERS AND CONSTRUCTION MANAGERS Feb 14, 2025 RE: Cost Proposal to Provide RPR Services, Perot Field Fort Worth Alliance Airport, Joint Reseal & Pavement Repairs -Phase 1 Please find attached for your attention, Project Management Associates proposal to provide RPR services for the above named project. Total cost will be one hundred and ninety seven thousand, six hundred and twenty-five. ($197,625.00). Kindly let me know if you have any questions. Thank -you. Best regards, lilt. ; Edward M. Andrews PE Project Management Associates LLC Attachment 8 Construction Oversight of Joint Reseal Pavement Repair - Phase I Jacobs Proposal 3®LB�d�9W6Wd, Suite 102, Bedford, TexasP`Ad&Telephone (972) 302-7635 TY e PROJECT MANAGEMENTASSOCIATES CML ENGINEERS AND CONSTRUCTION MANAGERS Perot Field Fort Worth Alliance Airport •' Actual Construction day Raw Rate RPR 1 1.50 hour $400.00 Raw Overtime Rate RPR 1 P5 hour $150.00 Day Rate $550.00 RPR 1 88 days $48,400.00 Raw Rate RPR 2 $65 hour RPR 1 100 hours $6,500.00 Mob/Demob Raw Rate RPR 1 150 hour $400.00 Raw Overtime Rate RPR 1 :75 hour $0.00 Day rate $400.00 RPR 1 28 days $11,200.00 Total Labor $66,100.00 Overhead 1.5524 $102,613.64 TOTAL $168,713.64 10% Profit $16,871.36 LABOR TOTAL $185,585.00 EXPENSES Actual Construction Hourly Vehicle Charges Rate $10.00 Day Rate $100.00 Construction Oversight of Joint Reseal Pavement Repair - Phase I Attachment 8 Jacobs Engineering Group Inc. Pa e 5 0 6 g f Proposal VV PROJECT MANAGEMENT ASSOCIATES CIVIL ENGINEERS AND CONSTRUCTION MANAGERS RPR 1 88 days $8,800.00 RPR 2 100 hours $1,000.00 Mob/Demob Hourly Vehicle Charges Rate $10.00 Day Rate $80.00 RPR 1 28 days $2,240.00 EXPENSES TOTAL $12,040.00 GRAND TOTAL $197,625.00 Attachment 8 Construction Oversight of Joint Reseal Pavement Repair - Phase I Jacobs Engineering Group Inc. Page 6 of 6 Proposal Jacobs to r..RName Cw ss,. DEsiGx DEVELOPMExT s] n 4 r Man 4/3/z3 Tne s/3D/u a 11 —CLUENTRIVIEW/COMMExT CLIENT REVIEW PERIOD SS r 3s2 d.rs '— sa.vs TES/3o/23 Fn,2/«/:. Tne s/3o/z3 Men6/s/z3 z scNEDuu/wo MARnwnuPOATEs 311., 24 a.n ne 6/5/23 M..7/10/23 3 FAA REVIEW PERI00 , v , r ne ]n v23 Fn-1.-3 L 14 PROJECT PAUSE TO SUPPORTPLANNED CONSTRUCTION 495 mn 349 a.n nn]/3vz3 D.1z/6/24 15 — DESIGN DENEwPMENT lsmys vam Man 12 z4 F 16 E v v D- 219/24 Fn 12/,3R4 ] PLANS °UALOYCONTROL REVIEwARDCOMAIENTSTEAxD y y an 1-16/24 Fr. 12/20/24 e ADDRESS nUALITV CONTROL COMMENTS sd.ys sd.vs Mon 12/23/2G Fn 12/27/24 SUBMIT t0ov.OESIGN 00[uMENTS y .tlays 1412117114 Fn 12/11/14 �10D%CLENT �21 VFW/COMMENT ■ I— am Mon,2/30/24 Fa,/W25 1/10/25 FAA REVIEW PERIOD ;0 2111s 10 tlYys n 12/30/24 D. Mon 1/13/25 Fit/z4/35 5dm Man,/ 24 ADDRESS FINAL COMM HS, ESIGN "PONTICATIUNS ant/2]/2s IF,.1/31/25 SUBMIT IFa DOCUMENTS .days Oaays F. 1/31/21 Fn1131/2&DDINGPHARSE ` �I'; RNCES 141 101 days Monon6/23_ O OPACNAGE YayF MDn 2/3/35 Ne3/4/25 a —EIRSEMENT FOR BIDS 3 y. 2I hP,weal/5/25 Th.3/6/25 s PRE -DID MEETmG 1 ,, 3mvs rnn 2/13/25 Th.2/13/25 D NDA/RE5roN5E.00ON IOR16am 12 tlrys Th"3/13/zs Fdz/25/2s wrvOACron reorosu PERI°D 1 aIJoP r y rnn3/sas rnn 3/sns 2 3 EVALUATION NIRTCAnoN or A11RE111 7 1 d­ Py v D, 31715 rnn 3113/IS rhu 3/13/25 Tha 3113/25 4 AGENCY CONTRACT- 16 d., AD J.,D, 311121 Thus/a/25 s COUNCIL 1 y y me6/1D/zs mee/,D/25 6 CONTRACT IRRADIATION 1 .yz I drys Ned 6/11/25 Mons/23125 37 J.4pIfj73+fiS.R:E4!I,Cii yy,yy�� 1. CDcaass PROCEED v r a n yy zn/zs7M.-12312I w3 M.,6NOTICEr MD01u2AIIN ]tlays 6d. -6124/25 Mon 6/30/25 11 au"— 6La.RcrosuRE 11 drys 6 m Man 6/3./2S 1h"sna/zs 2 1— 1 1 n 14 d.,Man 6/30125 Wea]/16/25 3 1— 2 12 am 10 ears Thn]/1]/25 Mon]/ze/25 PNA9E3 ,]tlays 15 tlays Tue T/29/25 Th.a/14/25 s 111E4 , S d- IS d., Fna/15/z5 F"e/29/2E 6 1— 1 14 111, 11 r s.td/30/2S a.9/12/25 ] PWI6 3wv. 11- 519/13/25 Mons/15/25 NNAC 111NUP 1tlry 1ft -911025 rue 9/16125 9 D FINAL INSPECTION SO LCOMPEETION/RE-OPSN RUN— 2 2 d- Dam Dtlm Wea 9/17/25 Th. 9118/25 I"sne/zs m"s/1a/25 t PurvC"Nsr y y Fh 1/1111, 1119/26/25 2 MNALC—LEnOx od.ys m Fri 9l26/25 F69/W25 Attachment C Schedule 12 1311 1 11l 9 1 m >, I�,n 1 7MI'1131 >, >e 1 4 I':; f3,A I . 'I > Io"f .aI n I In A R"yv2i>" I nI 1 3 1 ,0 2;> I>4 , I °i''I» i9 c l T'A I >e 13 I DO112 i 1 24 11ElT'I";a41 >, >e 14 r',"'14,A I "II I , 1 Mori'; 1 >4 IIw I T1 7 r�e41 >, I'1A Attachment C Construction Oversight of Joint Reseal Pavement Repair- Phase I Jacobs Engineering Group Inc. Page I of 2 Proposal Jacobs I 3 sW o[sIGx DEv¢oPMExT +—CUENTNEVIEW/COMMENT sr y 55 an 4 y 39 y Mon ¢n/x3 Tue snD/i3 ruesnD/z3 FN tz/5/L 11 CLIENT REVIEW PERIOD 12 SCHEDULE AND MARKING UPDATES Bays 35 nays saaya 34 nay, Tue s/3D/z3 Monti/s/z3 Tue G/G/z3 Man7/10/23 13 FAA REVIEW PERIOD 1 ys 14 J., Tue 1/111. FLIT/Aen3 14 PROJECT PAUSE TO SUPPORT PLANNED CONSTRUCTION 4111 , 141 aay, M., 7n1/23 Fr.1v5n4 15 PP—DESIGx DEVEEO—M 19aan 15nan MPn 1z z6 F 11 ADDRE5595lcLIENT RENEW [OMMENiSA E ys tlays Mon,i/9na Fri t2/t3/i4 iT DUALITYCONTROLRENEWANDCOMMENTS�AND ys A tlan 11, En 12n0n4 1B ADDRESS CLAUTV CONTROL COMMENTS ways 5azyz M"n 1:n3ni FN 12/27/24 19 SUMMIT 0% DESIGN DOCUMENTS 011 n ays FN 11/11/21 Pri t3/zT/` " ■ `_Cu"xEVI g_MENT IV .. 1 zo. MPn 1:13W21 Mvwss 21 CLIENT REVIEW PERIOD zz FAA REVIEW PERIOD y, lz aan , y 10 aan M""1-1/z<Th 1/11/25 Me"v13/z5 Fn 1/24/25 z �alD ways nv 24 RE ADDRESS FINAL COMMENTS FOR F PORT ICATIONS, d., n e11n7/2s �Fh 1n1/25 Rs SUBMIT IFS DOCUMENTS 0aayz Dnan Fn1/31nPo 5 v3vzs I zs BIUWRO PRASESERWCES 141 aan 101 nays M9R znns MPN a/z3n 27 PREPARATON OF BID PACBAGE 2 y 11a Mon 2nn5 Tue]/4/25 zB ADVERTISEMENT FOR BIDS AO d., 11 J.,weaz/s/zS TNu3/GnS 29 PRE -DID MEETING 0eay, muz/13a5 Th. V13125 30 rvOA/REsvOxsErocoxTRAcroG+EG can tz nay, TNu 1/13/11 ENTnanS (( RvaorosAL veawD 3, BID NINNO 3z EVAwnTION OF BIDS y 7 d., 3 d- TN"3/s/zs Thu—S -n 3nns Thu 3/13/zs 33 NDnRCAnOx OFAPPARENT LDw BIDDER I d.p I d., TN"3n3n5 Thu 3/13/15 -n 34 AGENCY CONTRACTING 3s c°uNCIL 5 ys 1 y OR dR, y All ans TNu Sens ms/ ee/1D/zs-,D/zE 36 CON TRACT FINALI—ON 13 aan ldays xen 6/11/25 Aen 6/23n5 37 AM 3B cDNsrM9rnox PRASE EEB— 39 NOTICE TO PROCEED 9-, 0 d., w R J­ M na/ss/z5 m v/zwss Inan sawn mes/z4/z5 Mon snO/zs 41 RUxwnv 1E13ert aoSURE R1 aan sR aays Man Ono/zs Th.9/,ans 4z PHASE 43 PHASE 1 n lz aan 14 d.,M"n 10m snv25 Wea 7/1-5 TI7/1Tns Men T/sans 46 PHASE lr aan 15 aays Tue 7/29/25 TNu 8/14/25 43 PHASE + n , y 1.B/+E/2S 1h /21n. 4s PHASES 14 11., „ J., S-0/25 Ph9/1-E nT PHASES 3eay, zmy 5.19/13/25 M0n9/15/25 PE RNAL CLEANUP Id, lacy Tue 9/1025-9n6/25 49 FINAL INSPECTION 50 LcoMPLETIOR/RE-oPERRUxwAY 1,r3 2 d., Dean n Dem Wee 9117/:5 Th. 9/19/25 TNv 911W rNP 9nans 51 PUNCH DST v y TN 9/19/25 FN 9n6/z5 sz FINALCOMPLETION OdIG m Fr. gases FnIV— Attachment C Schedule »i,i", °t°» ;,'',Pi>. >ai';i>3i3Di61`31>Di>,ia>Pi6";3iDi>Ti3i e'i;;i><i3,iTi',Pi'si>,i>i» `2. PREPARATION OF ADDENDA/RESPONSE T—CONTRA B DR RFWCGNTRACTOR PRDPDSAL PERIODEVALUATION OF BIDS PHASE 5 FINAL INSPECTION SUBSTANTIAL COMPLETION / REIPER RI FINAL COIPIFT Attachment C Construction Oversight of Joint Reseal Pavement Repair- Phase I Jacobs Engineering Group Inc. Page 2 of 2 Proposal t; IiA LEGEND JOINT RESEAL I Ml Attachment D Project Exhibd ffxt -MOM-10 11-00MMMW f ATTACHMENT E FORT WORTH. City of Fort Worth Federal Contract Provisions CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 2 of 12 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 Consultant or its subcontractors 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 Consultant written notice that describes the nature of the breach and corrective actions the Consultant must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Consultant until such time the Consultant corrects the breach or the Owner elects to terminate the contract. The Owner's notice will identify a specific date by which the Consultant must correct the breach. Owner may proceed with termination of the contract if the Consultant 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 In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. FCP-4 TITLE VI SOLICITATION NOTICE The City of Fort Worth, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 3 of 12 n elmw" n; 1" 11 RM I I 10 BLVA T.XY11;7.1104" I.YK1]u19NEllefeiBLIA/YY:I 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. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability 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. 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. 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: CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 4 of 12 • 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 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance); • 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 § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987 (PL 100-259) (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 (42 USC § 12101, et seq) (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) 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 (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. 74087 (2005)]; • 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-6 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 5 of 12 FCP-7 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-8 DISADVANTAGED BUSINESS ENTERPRISES The Contractor, subrecipient 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 DOT -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 recipient 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. Bid Information Submitted as a matter of responsiveness: The City's award of this contract is conditioned upon contractor satisfying the good faith effort requirements of 49 CFR § 26.53. As a condition of responsiveness, the contractor must submit the following information with its proposal on the forms provided herein: 1. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2. A description of the work that each DBE firm will perform; 3. The dollar amount of the participation of each DBE firm listed under (1); CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 6 of 12 4. Written statement from contractor that attests their commitment to use the DBE firm(s) listed under (1) to meet the City of Fort Worth's project goal; 5. Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6. If contractor cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the contractor as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non -DBE subcontractor quote submitted to the bidder when a non -DBE subcontractor was selected over a DBE for work on the contract. Bid Information submitted as a matter of responsibility: The City's award of this contract is conditioned upon contractor satisfying the good faith effort requirements of 49 CFR § 26.53. As a condition of responsibility, every contractor must submit the following information before any contract will be awarded. 1. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2. A description of the work that each DBE firm will perform; 3. The dollar amount of the participation of each DBE firm listed under (1); 4. Written statement from contractor that attests their commitment to use the DBE firm(s) listed under (1) to meet the City of Fort Worth's project goal; 5. Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and 6. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non -DBE subcontractor quote submitted to the bidder when a non -DBE subcontractor was selected over a DBE for work on the contract. Prompt Payment (49 CFR § 26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Fort Worth. The prime contractor agrees further to return retainage payments to each subcontractor within 30 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 City of Fort Worth. This clause applies to both DBE and non -DBE subcontractors. Termination of DBE Subcontracts (49 CFR § 26.53(f)) The prime contractor must not terminate a DBE subcontractor who met all requirements and were listed under the bid information submission requirements listed above (or an approved substitute DBE firm) without prior written consent of City of Fort Worth. This includes, but is not limited to, instances in which the prime contractor seeks to perform work originally designated for a DBE subcontractor with its own forces or those of an affiliate, a non -DBE firm, or with another DBE firm. The prime contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor obtains written consent from City of Fort Worth. Unless City of CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 7 of 12 Fort Worth consent is provided, the prime contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE. City of Fort Worth may provide such written consent only if City of Fort Worth agrees, for reasons stated in the concurrence document, that the prime contractor has good cause to terminate the DBE firm. For purposes of this paragraph, good cause includes the circumstances listed in 49 CFR §26.53. Before transmitting to City of Fort Worth its request to terminate and/or substitute a DBE subcontractor, the prime contractor must give notice in writing to the DBE subcontractor, with a copy to City of Fort Worth, of its intent to request to terminate and/or substitute, and the reason for the request. The prime contractor must give the DBE five days to respond to the prime contractor's notice and advise City of Fort Worth and the contractor of the reasons, if any, why it objects to the proposed termination of its subcontract and why City of Fort Worth should not approve the prime contractor's action. If required in a particular case as a matter of public necessity (e.g., safety), City of Fort Worth may provide a response period shorter than five days. In addition to post -award terminations, the provisions of this section apply to preaward deletions of or substitutions for DBE firms put forward by offerors in negotiated procurements. FCP-9 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving", (10/l/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-10 CERTIFICATION REGARDING DOMESTIC PREFERENCES FOR PROCUREMENTS The Consultant certifies by signing and submitting this contract, to the greatest extent practicable, the Consultant has provided a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel, cement, and other manufactured products) in compliance with 2 CFR § 200.322. FCP-11 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 8 of 12 101911'aif► ;7:\17Be;7x.*1Ik"Ilow Irele[e1D1k"401 W[ay.,%I Mei By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror — 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 § 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 9 of 12 FCP-13 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-14 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-15 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 CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 10 of 12 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-16 PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. FCP-17 CERTIFICATION OF CONSULTANT REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Consultant must complete the following two certification statements. The Consultant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The Consultant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications The Consultant represents that it is ( ) is not (✓) 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. 2. The Consultant represents that it is ( ) is not (✓) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If a Consultant responds in the affirmative to either of the above representations, the Consultant 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 Consultant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 11 of 12 FCP-18 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 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. FCP-19 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 Federal Contract Provisions Page 12 of 12 MOC�1a►�hi�:Z�J1II0II[17e[17l2[y11:71r1lea IDim 1CK17uluU1121WNI : ► 111 SURVEILLANCE SERVICES OR EQUIPMENT Contractor and Subcontractor agree to comply with mandatory standards and policies relating to use and procurement of certain telecommunications and video surveillance services or equipment in compliance with the National Defense Authorization Act [Public Law 115-232 § 889(f)(1)]. FCP-21 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. CITY OF FORT WORTH Federal Contract Provisions Revised November, 2023 ATTACHMENT F CITY OF FORT WORTH STANDARD INSURANCE REQUIREMENTS (1) INSURANCE LIMITS a. Commercial General Liability — Insured shall maintain commercial general liability (CGL) and, if necessary, commercial umbrella insurance as follows: $1,000,000 each occurrence $2,000,000 aggregate If such Commercial General Liability insurance contains a general aggregate limit, it shall apply separately to this Project or location. City shall be included as an additional insured with all rights of defense under the CGL, using ISO additional insured endorsement or a substitute providing equivalent coverage, and under the commercial umbrella, if any. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to 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 City specifically approves such exclusions in writing. ii. Insured waives all rights against City and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered bythe commercial general liability or commercial umbrella liability insurance maintained in accordance with Agreement. b. Business Auto — Insured shall maintain business auto liability and, if necessary, commercial umbrella liability insurance as follows: $1,000,000 each accident (or reasonably equivalent limits of coverage if written on a split limits basis). 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 Insured's business and/or the Project. If Insured owns no vehicles, coverage for hired or non -owned autos is acceptable. Insured waives all rights against 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 Insured pursuant to this Agreement or under any applicable auto physical damage coverage. CFW Standard Insurance Requirements Page 1 of 3 Rev. 5.04.21 c. Workers' Compensation — Insured shall maintain workers compensation and employer's liability insurance and, if necessary, commercial umbrella liability insurance as follows: Coverage A: statutory limits Coverage B: $100,000 each accident $500,000 disease - policy limit $100,000 disease - each employee Insured waives all rights against 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 Insured pursuant to this Agreement. d. Professional Liability (Errors & Omissions) — Insured shall maintain professional liability insurance as follows: $1,000,000 - Each Claim Limit $2,000,000 - Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be written on a claims -made basis, and maintained for the duration of the contractual agreement and for five (5) years following completion of services provided. The policy shall contain a retroactive date prior or equal to the Effective Date of the Agreement or the first date of services to be performed, whichever is earlier. An annual certificate of insurance shall be submitted to City to evidence coverage. (2) GENERAL INSURANCE REQUIREMENTS a. Certificates of insurance evidencing that Insured has obtained all required insurance shall be attached to Agreement concurrent with its execution. Any failure to attach the required insurance documentation hereto shall not constitute a waiver of the insurance requirements. b. Applicable policies shall be endorsed to name City as an Additional Insured, as its interests may appear, and must afford the City the benefit of any defense provided by the policy. The term City shall include its employees, officers, officials, and agents as respects the contracted services. Applicable policies shall each be endorsed with a waiver of subrogation in favor of City with respect to the Project. c. Certificate(s) of insurance shall document that insurance coverage limits specified in this Agreement are provided under applicable policies documented thereon. Insured's insurance policy(s) shall be endorsed to provide that said insurance is primary protection and any self -funded or CFW Standard Insurance Requirements Page 2 of 3 Rev. 5.04.21 commercial coverage maintained by City shall not be called upon to contribute to loss recovery. Insured's liability shall not be limited to the specified amounts of insurance required herein. d. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. City must approve in writing any alternative coverage for it to be accepted. e. A minimum of thirty (30) days' notice of cancellation or material change in coverage shall be provided to City. Aten (10) days' notice shall be acceptable in the event of non-payment of premium. f. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A:VII or equivalent measure of financial strength and solvency as determined by the City's Risk Management division. g. Any deductible or self -insured retention in excess of $25,000 that would change or alter the requirements herein is subject to approval in writing by City, if coverage is not provided on a first -dollar basis. City, at its sole discretion, may consentto alternative coverage maintained through insurance pools or risk retention groups. Dedicated financial resources or letters of credit may also be acceptable to City. h. In the course of the Agreement, Insured shall report, in a timely manner, to City's Risk Management Department with additional notice to the Contract Compliance Manager, any known loss or occurrence which could give rise to a liability claim or lawsuit against City or which could result in a property loss. i. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies including endorsements thereto and, at City's discretion, Insured may be required to provide proof of insurance premium payments. j. Lines of coverage, other than Professional Liability, underwritten on a claims - made basis, shall contain a retroactive date coincident Wth or prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage as required for Insured. Upon City's request, Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Page 3 of 3 Rev. 5.04.21 FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: AFW Joint Reseal & Pavement Repair— Phase I Construction Oversight M&C 25-0263 DATE: 5/28/2025 TO: 1. Roger Venables 2. Candace Pagliara CPN 104463 3. Valerie Washington 4. Jannette Goodall 5 n. CSO # DOC# INITIALS DATE OUT 20er enables 05/28/2025 .CP 05/28/2025 VIA 05/29/2025 Jan iette Goodall 05/29/2025 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 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. City of Fort Worth, Texas Mayor and Council Communication DATE: 03/25/25 M&C FILE NUMBER: M&C 25-0263 LOG NAME: 55AFW JOINT SEAL & PAVEMENT REPAIR PH I CONSTRUCTION OVERSIGHT SUBJECT (CD 10) Authorize Execution of an Engineering Services Agreement with Jacobs Engineering Group Inc. in an Amount Up to $276,510.00 for Construction Management Services for Phase I of the Joint Reseal and Pavement Repair Project at Perot Field Fort Worth Alliance Airport N*&]iyiILyil=1k9U7_1111[dZA It is recommended the City Council authorize execution of an engineering services agreement with Jacobs Engineering Group Inc. in an amount up to $276,510.00 for construction management services for Phase I of the Joint Reseal and Pavement Repair project at Perot Field Fort Worth Alliance Airport (City Project No. 104463). DISCUSSION: The Aviation Department is seeking City Council approval to authorize execution of an engineering services agreement with Jacobs Engineering Group Inc. (Jacobs) in an amount up to $276,510.00 for construction management services for Phase I of the Joint Reseal and Pavement Repair 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 noise mitigation measures, future grant related projects, and general airport engineering services at the Airport. On May 8, 2020, two statements of qualifications were received. After analyzing the submitted proposals in accordance with the City of Fort Worth (City) procedures, Jacobs was selected. Jacobs also provided the design for this Project. This Project will consist of overseeing the resealing of joints, miscellaneous pavement repairs and applying new pavement markings on Runway 16L-34R at the Airport (see attached map). The concrete pavement joints have reached the end of their service life and are in need of replacement. The improvements to the joints and repairs to the concrete will mitigate stormwater run-off from entering the pavement, prolonging the life of the concrete. The application of new pavement markings will ensure uniformity of the markings across the entire runway. This Project is being funded by Federal Aviation Administration (FAA) Cargo Entitlement (Entitlement) funds. Funding for this Project is available in the Muni Airport Grants Federal Fund for the G74 Cargo ENTL 2022 project, as appropriated. The Business Equity Division placed a 9.31 % Disadvantaged Business Enterprise goal on this solicitation/contract. Jacobs Engineering Group, Inc. has agreed/committed to utilize 35% business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. Perot Field Fort Worth Alliance Airport is located in COUNCIL DISTRICT 10. A Form 1295 is not required because: This contract will be with a publicly -traded business entity or a wholly -owned subsidiary of a publicly -traded business entity: Jacobs Engineering Group Inc. 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 G74 Cargo ENTL 2022 project to support the approval of the above recommendation and execution of the agreement. Prior to any expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. Submitted for Citv Manaaer's Office bv: Valerie Washington 6199 Oriainatina Business Unit Head: Roger Venables 6334 Additional Information Contact: Tyler Dale 5416