HomeMy WebLinkAboutContract 63711CSC No. 63711
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 Garver LLC, authorized to do business in Texas ("Consultant"), for a
project generally described as: Construction Administration and Oversight Services for a
Vehicle Service Road ("Project") at Fort Worth Spinks Airport — City Project No. 106102.
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 $93,665.00 ("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 material consideration. The term of this Agreement shall commence on 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
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: May 5, 2025
Page 1 of 9
Vehicle Service Road Construction Management
City Project No. 106102
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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
Notwithstanding anything in this Agreement to the contrary, Consultant shall perform the
Services in accordance with professional skill and care. 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
technical 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 Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
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
relating to Agreement. Consultant agrees that City shall have access during normal
City of Fort Worth, Texas Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 3 of 9
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
subcontractor(s).
City of Fort Worth, Texas Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 4 of 9
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.
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
City of Fort Worth, Texas Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 5 of 9
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:
Garver, LLC
Attn: Sara Andrews, PE
3000 Internet Blvd, Suite 400
Frisco, Texas 75034
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
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.
City of Fort Worth, Texas Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 6 of 9
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.
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.
City of Fort Worth, Texas Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 7 of 9
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 Vehicle Service Road Construction Management
Standard Agreement for Professional Services City Project No. 106102
Revision Date: May 5, 2025
Page 8 of 9
BY:
CITY OF FORT WORTH
✓af"-w
Valerie Washington (Jul24, 2025 11:24:12 CDT)
Valerie Washington
Assistant City Manager
Date: 07/24/2025
APPROVAL RECOMMENDED:
By: -—
Roger Venables
Director, Aviation
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring an
administration of this contract, including d
ensuring all performance and reporting
requirements.
Katya Flores
Senior Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY
By. Cffl; Pa �IU 44, 41125 IO. CDT
Candace Pagliara
Assistant City Attorney
4.00 F0'u4'
c� Rr�ao
���-i°a
�o
ATTEST: °cp�o 0
A ..L�asiexa d�IlIl rEX A`�o4
C IlbR4044
Jannette Goodall
City Secretary
City of Fort Worth, Texas
Standard Agreement for Professional Services
Revision Date: May 5, 2025
Page 9 of 9
BY:
GARVER, LLC
X&a A J
Mitchell McAnally
Vice President
Date: July 22, 2025
M&C No. N/A
M&C Date N/A
Vehicle Service Road Construction Management
City Project No. 106102
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A i iACHMENT A
Scope of Services
Garver Project No. 2400619
GARVER
EXHIBIT A
(SCOPE OF SERVICES)
Generally, the Scope of Services includes the following professional services for the new construction
of the FWS Vehicle Service Road. The Scope of Services is for the Construction Phase Services by
Garver, LLC (hereinafter referred to as "Garver") for the Fort Worth Spinks Airport (FWS)
(hereinafter referred to as "Owner"). A summary of the total fee to perform the work outlined in this
scope of services can be found in Exhibit B.
• Construction Administration Services
• Part -Time Resident Project Representative Services
• Materials Testing Services
• Project Closeout Services
1. CONSTRUCTION ADMINISTRATION SERVICES
1.1. During the construction phase of work, Garver will accomplish the tasks below.
1.2. Issued for Construction (IFC) Documents
1.2.1.Garver will compile bid addendums and any other necessary plan changes due to post -
bid project updates and/or funding changes into a final Issued for Construction (IFC) set
of plans and specifications.
1.3. Submittals
1.3.1.Garver will evaluate and respond to construction material submittals and shop drawings.
Corrections or comments made by Garver on the shop drawings during this review will
not relieve Contractor from compliance with requirements of the drawings and
specifications. The check will be for review of general conformance with the design
concept of the project and general compliance with the information given in the contract
documents. The Contractor will be responsible for confirming and correlating all quantities
and dimensions, selecting fabrication processes and techniques of construction,
coordinating his work with that of all other trades, and performing his work in a safe and
satisfactory manner. Garver's review shall not constitute approval of safety precautions
or constitute approval of construction means, methods, techniques, sequences,
procedures, or assembly of various components. When certification of performance
characteristics of materials, systems or equipment is required by the Contract
Documents, either directly or implied for a complete and workable system, Garver shall
be entitled to rely upon such submittal or implied certification to establish that the
materials, systems or equipment will meet the performance criteria required by the
Contract Documents.
1.4. Notice to Proceed & Preconstruction Meeting
1.4.1.Garver will issue a Notice to Proceed letter to the Contractor and attend preconstruction
meeting. Garver will provide meeting minutes for submission to all parties at the
conclusion of the meeting.
1.5. Progress Meetinqs
1.5.1.As a minimum, Garver's Project Manager and Resident Project Representative (RPR)
will attend weekly progress meetings with the Owner and Contractor. Garver's project
Exhibit A — Scope of Services Fort Worth Spinks (FWS)
FWS Vehicle Service Road Construction G rver Project No. 2400619
GARVER
engineer or his qualified representative will be available at all times work is in progress
for telephone contact by the RPR. Garver's project engineer shall direct, supervise,
advise, and counsel the Resident Project Representative and construction observation
personnel in the accomplishment of Garver's duties. Garver will prepare for and attend
any utility pre -construction meetings as required.
1.6. Owner Coordination
1.6.1.Garver will consult with and advise the Owner during the construction period. Garver will
submit, when requested by the Owner, written RPR weekly reports to the Owner on the
progress of the construction including any problem areas that have developed or are
anticipated to develop. In addition, Garver shall supply to Owner such periodic RPR
reports, and information as may be required by the FAA, including FAA Form 5370-1,
Construction Progress and Inspection Report, or equivalent form to the Owner on a
weekly basis.
1.7. RFIs
1.7.1.Garver will issue instructions to the Contractor on behalf of the Owner and issue
necessary clarifications (respond to RFIs) regarding the construction contract
documents.
1.8. Progress Pavments
1.8.1.Garver will review Contractor's progress payment requests based on the actual quantities
of contract items completed and accepted and will make a recommendation to the Owner
regarding payment. Garver's recommendation for payment shall not be a representation
that Garver has made exhaustive or continuous inspections to (1) check the quality or
exact quantities of the Work; (2) to review billings from Subcontractors and material
suppliers to substantiate the Contractor's right to payment; or (3) to ascertain how the
Contractor has used money previously paid to the Contractor.
1.9. Record Drawings
1.9.1.Garver will maintain a set of working drawings and provide information for preparation of
record drawings of the completed project. This information will be incorporated into final
record drawings completed as part of Closeout Services and final record drawings will be
provided to the Owner after project completion.
1.10. Chanqe Orders
10.1. When authorized by the Owner, Garver will prepare change orders or supplemental
agreements for changes in the work from that originally provided for in the construction
contract documents. If redesign or substantial engineering or surveying is required in the
preparation of these change order documents, the Owner will pay Garver an additional
fee to be agreed upon by the Owner and Garver.
1.11. Finallnspection
11.1. Garver will also participate in a final project inspection with the Owner and Contractor,
prepare a punch list, review final project closeout documents, and submit the final pay
request.
Exhibit A — Scope of Services Fort Worth Spinks (FWS)
FWS Vehicle Service Road Construction G rver Project No. 2400619
GARVER
2. ON -SITE RESIDENT PROJECT REPRESENTATIVE SERVICES
2.1. JDT RPR Services will provide on -site Resident Project Representative (RPR) services for the
65-calendar-day construction contract performance time. The proposed fee is based on
approximately 40 hours per week for 10 weeks, totaling 400 hours for construction
observation, plus an additional 5 hours for preconstruction coordination, conferences, and an
additional 25 hours for punch list coordination, final inspection and close out. This equates to
an overall estimated total of 430 hours. If the construction time extends beyond the time
established in this agreement or if the Owner wishes to increase the time or frequency of the
observation, the Owner will pay Garver an additional fee agreed to by the Owner and Garver.
All RPR personnel shall have the appropriate experience and qualifications.
2.2. During the construction period, the RPR will provide or accomplish the following:
• Consult with and advise the Owner during the construction period. Garver will submit,
when requested by the Owner, written weekly RPR reports to the Owner on the progress
of the construction including any problem areas that have developed or are anticipated to
develop.
• Monitor the contractor's posting of the required EEO notice and provide general
oversight of any obvious instance of a segregated workplace. The RPR will assist in the
observation of the Contractor's operations for proper classification of workers and
conduct contractor employee interviews to determine compliance with Davis Bacon
requirements.
• As necessary, conduct safety meetings with the Contractor.
• Coordinate with the firm providing construction materials quality assurance testing.
Coordinate with this firm to ensure that all material tests required for construction are
scheduled and accomplished in a manner that will not delay the Contractor unnecessarily
and will meet specification requirements as to location and frequency.
• Perform intermediate inspections in advance of the final inspection.
• Monitor the contractor's conformance to the approved construction safety and phasing
plan.
2.3. In performing construction observation services, Garver will endeavor to protect the Owner
against defects and deficiencies in the work of the Contractor(s); but Garver does not
guarantee the performance of the Contractor(s), nor is Garver responsible for the actual
supervision of construction operations. Garver does not guarantee the performance of the
contracts by the Contractors nor assume any duty to supervise safety procedures followed by
any Contractor or subcontractor or their respective employees or by any other person at the
job site. However, if at any time during construction Garver observes that the Contractor's
work does not comply with the construction contract documents, Garver will notify the
Contractor of such non-compliance and instruct him to correct the deficiency and/or stop work,
as appropriate for the situation. Garver will also record the observance, the discussion, and
the actions taken. If the Contractor continues without satisfactory corrective action, Garver will
notify the Owner immediately, so that appropriate action under the Owner's contract with the
Contractor can be taken.
3. MATERIALS TESTING SERVICES
3.1. Through a Subconsultant, Arias shall provide the quality assurance testing for the project as
required by the Plans and Specifications in accordance with the Owner's requirements.
Exhibit A — Scope of Services Fort Worth Spinks (FWS)
FWS Vehicle Service Road Construction G rver Project No. 2400619
GARVER
4. PROJECT CLOSEOUT SERVICES
4.1. At the conclusion of construction, Garver will assist the Owner with project closeout by
providing all necessary documents required for closeout. Closeout documentation will be
provided within 30 days of the final payment to the Contractor.
5. PROJECT DELIVERABLES
5.1. The following deliverables will be submitted to the parties identified below. Unless otherwise
noted below, all deliverables shall be electronic.
• Issued for Construction Plans and Specifications to the Owner, and Contractor.
• Reviewed submittals to the Contractor.
• Record Plans and Specifications to the Owner.
• Other electronic files as requested.
6. ADDITIONAL SERVICES
6.1. The following items are not included under this agreement but will be considered as additional
services to be added under Amendment if requested by the Owner.
• Redesign for the Owner's convenience or due to changed conditions after previous
alternate direction and/or approval.
• Deliverables beyond those listed herein.
• Survey services beyond those listed herein.
• G otechnical services beyond those listed herein.
• Pavement Design beyond that furnished in the Geotechnical Report.
• Design of any utility relocation beyond what is included in the IFB Documents
• Coordination with the Office of Civil Rights in preparation of a Disadvantaged Business
Enterprise (DBE) program.
• Development of a Safety Risk Management (SRM) program
• NAVAID and PAPI design or construction.
• Engineering, architectural, or other professional services beyond those listed herein.
• Retaining walls or other significant structural design.
• Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction
contract documents will require the Contractor to prepare, maintain, and submit a SWPPP
to DEQ.
• Environmental Handling and Documentation, including wetlands identification or mitigation
plans or other work related to environmentally or historically (culturally) significant items.
• Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
• Development of a construction management plan for submission to the FAA.
• Payroll reviews to determine compliance with Davis Bacon requirements.
• DBE compliance and goal review during construction.
7. SCHEDULE
7.1. G rver shall begin work under this Agreement upon execution of this Agreement and shall
complete the work within a mutually agreeable schedule with the Owner.
Exhibit A — Scope of Services Fort Worth Spinks (FWS)
FWS Vehicle Service Road Construction G rver Project No. 2400619
ATTACHMENT B
Compensation
Garver Project No. 2400619
U7
GARVER
Exhibit B
Fort Worth Spinks Airport (FWS)
FWS Vehicle Service Road Construction
FEE SUMMARY
Title II Service
Construction Administration
Part -Time Resident Project Representative Services (Jdt)
Materials Testing Services (Arias)
Closeout Services
Subtotal for Title II Service
Estimated Fees
$ 23,900.00
$ 45,365.00
$ 19,400.00
$ 5,000.00
$ 93,665.00
LUMP SUM
HOURLY
COST+FIXED
LUMP SUM
L:\2024\A11-2400619 - FWS Vehicle Service Road\Contracts\Client\Draft\Garver CPS Proposal\Working Docs\Exhibit B - Garver Fee
Spreadsheet - Lump Sum or Hourly (1)
Exhibit B
Fort Worth Spinks Airport (FWS)
FWS Vehicle Service Road Construction
Construction Administration
W K TASK DESCRIPTION
E-5
E-4
E-1
Aviation Dallas
Aviation Dallas
Aviation Dallas
hr
hr
hr
1. Civil Engineering
Prepare IFC Plans and Specs and submit to
Contractor
1
2
Prepare and Distribute Notice To Proceed
1
Prepare for Preconstruction Meeting
1
Attend Preconstruction Meeting (1 people, on -site)
4
1
Prepare and Distribute Preconstruction meeting
1
minutes
Review Contractor Pay Application (2 applications)
2
Coordination with RPR
10
Develop Submittal Log
1
Prepare Change Orders
4
Response to Contractor and RPR Inquiries
6
Prepare for and Attend (Virtual) Weekly Progress
9
9
Meetings (1 people, 9 meetings)
Prepare Progress Meeting Minutes
4
Prepare for and Attend Prepave (Onsite) Meetings
4
(1 people)
Prepare and Issue Prepave Meeting Minutes
1
1 Site Visit (1 people)
4
Shop Drawings/Submittal Review & Responses
4
QA Test Results Review
4
Weekly RPR report Review
g
Review and Respond to RFIs
4
Final Inspection and Punchlist Walkthrough
4
Prepare and Distribute Punchlist
1
Prepare Reconciliation Change Order
2
Prepare and Provide Letter of Final Acceptance
1
Subtotal - Civil Engineering
0
67
26
Hours
0
67
26
SUBTOTAL - SALARIES:
$23,273.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $112.00
Postage/Freight/Courier $100.00
Office Supplies/Equipment $100.00
Computer Modeling/Software Use $150.00
Travel Costs $165.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $627.00
SUBTOTAL: $23,900.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $23,900.00
Exhibit B
Fort Worth Spinks Airport (FWS)
FWS Vehicle Service Road Construction
Part -Time Resident Project Representative Services (JDT)
WORK TASK DESCRIPTION C-1
Aviation Dallas
hr
1. Civil Engineering
Onsite Observation with 15% Markup (rate @ $105.50/hr) 430
E-1
Aviation Dallas
hr
Subtotal - Civil Engineering 430 0
Hours 430 0
SUBTOTAL - SALARIES: $45,365.00
DIRECT NON -LABOR EXPENSES
N/A $0.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $0.00
SUBTOTAL: $45,365.00
TOTAL FEE: $45,365.00
Exhibit B
Fort Worth Spinks Airport (FWS)
FWS Vehicle Service Road Construction
Closeout Services
WO K TASK DESCRIPTIO
-5
E-4
E-1
Aviation Dallas
Aviation Dallas
Aviation Dallas
hr
hr
hr
1. Civil Engineering
Review Final Construction Pay Application
4
Assemble and Review Summary of Project Costs
2
Assemble Post Construction Photographs
1
Assemble Final testing and Quality Control Reports Summary
5
Assemble Record Drawings
1
5
Assemble Submittals and RFI Responses
1
Provide Sponsor Certification for Construction Project Final
Acceptance
2
Subtotal - Civil Engineering
0
9
12
Hours
0
9
12
SUBTOTAL - SALARIES: $4,581.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly $169.00
Computer Modeling/Software Use $150.00
Office Supplies/Equipment $100.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES: $419.00
SUBTOTAL: $5,000.00
SUBCONSULTANTS FEE: $0.00
TOTAL FEE: $5,000.00
ID Task Name
Duration
Start
Finish
1,'25 Jun 8 '25
_
M W F S T
1 AMobilization
2 days
Wed 6/4/25
Thu 6/5/25
2 Erosion control
1 day
Fri 6/6/25
Fri 6/6/25
earthwork P1
5 days
Mon 6/9/25
Fri 6/13/25
4 Grading
3 days
Mon 6/16/25
Wed 6/18/25
5 Concrete
5 days
Thu 6/19/25
Wed 6/25/25
6 Earthwork P2
5 days
Thu 6/26/25
Wed 7/2/25
grading
5 days
Thu 7/3/25
Wed 7/9/25
8 /Concrete
5 days
Thu 7/10/25
Wed 7/16/25
_9 _sawcut and sealant
5 days
Thu 7/17/25
Wed 7/23/25
1"arthwork P3
2 days
Thu 7/24/25
Fri 7/25/25
11 Fire Hydrant, Manhole
5 days
Mon 7/28/25
Fri 8/1/25
12 Grading
2 days
Mon 8/4/25
Tue 8/5/25
13 Concrete
3 days
Wed 8/6/25
Fri 8/8/25
14 Sod
3 days
Sat8/9/25
Tue 8/12/25
Task
Project Summary
Project: Spinks Airport Burleson
Split
...............
I ........ I
External Tasks
Date: Wed 6/4/25
Milestone
♦
External Milestone
Summary
Inactive Task
ATTACHMENT C
Jun 15'25 Jun 22,'25 IJun 29ll'25 Jul 6,'25 Jul 13,'25 IJul 20,'25 IJul 27,'25 Aug 3.'25 Aug 10'25
> I M) W F S I T I T S I M W I F I S I TJ T I S I M I W I F I S I T L T I S M W F S I T I T I S I M W
I
1----- 7
T-�
17 j Inactive Milestone
Inactive Summary
♦ Manual Task
Duration -only
Page 1
G Manual Summary Rollup
C' 7 Manual Summary
Start -only C
Finish -only 3
Deadline i
Progress
ATTACHMENT D
Project Exhibit
"rmnw- EOU
r - LK
Alk I
JPJ
4
I
'17
P�W�Vehicle Service Road
11
9
ATTACHMENT E
FORT WORTH..
"I'll
City of Fort Worth
Federal Contract Provisions
Federal Contract Provisions
Page 2 of 25
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, [select businesses,
or disadvantaged business enterprises or airport concession 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 March, 2023
Federal Contract Provisions
Page 3 of 25
FCP-5 CIVIL RIGHTS — TITLE VI ASSURANCES
COMPLIANCE WITH NONDISCRIMINATION REQUIREMENTS:
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the ("Contractor"), agrees as follows:
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.
CITY OF FORT WORTH
Federal Contract Provisions
Revised March, 2023
Federal Contract Provisions
Page 4 of 25
TITLE VI LIST OF PERTINENT NONDISCRIMINATION ACTS AND AUTHORITIES
During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest
(hereinafter referred to as the "Contractor") agrees to comply with the following non-discrimination statutes
and authorities; including but not limited to:
• Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits
discrimination on the basis of race, color, national origin);
• 49 CFR part 21 (Non-discrimination in Federally -Assisted programs of the Department of
Transportation —Effectuation of Title VI of the Civil Rights Act of 1964);
• The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC §
4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because
of Federal or Federal -aid programs and projects);
• Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits
discrimination on the basis of disability); and 49 CFR part 27 (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 §
CITY OF FORT WORTH
Federal Contract Provisions
Revised March, 2023
1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery.
The Owner assumes responsibility for notifying the Environmental Protection Agency (EPA) and the
Federal Aviation Administration.
Contractor must include this requirement in all subcontracts that exceeds $150,000.
FCP-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.
Collecting a certification statement similar to the Certification of Offeror /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);
4) W itten 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 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", (10/1/2009) and DOT Order 3902.10, "Text Messaging While Driving", (12/30/2009), the
Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce
safety policies that decrease crashes by distracted drivers, including policies to ban text messaging
while driving when performing work related to a grant or subgrant.
In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives
for its employees and other work personnel that decrease crashes by distracted drivers, including
policies that ban text messaging while driving motor vehicles while performing work activities
associated with the project. The Contractor must include the substance of this clause in all sub -tier
contracts exceeding $3,500 that involve driving a motor vehicle in performance of work activities
associated with the project.
FCP-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-10 SOLICITATION CLAUSE
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions
of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as
if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor
standards for full and part-time workers. The Consultant has full responsibility to monitor compliance
to the referenced statute or regulation. The Consultant must address any claims or disputes that arise
from this requirement directly with the U.S. Department of Labor — Wage and Hour Division.
FCP-11 TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant
contract, the Offeror —
1) is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States
Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that
is a citizen or national of a foreign country included on the list of countries that discriminate
against U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is
produced in a foreign country included on the list of countries that discriminate against U.S.
firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of
America and the making of a false, fictitious, or fraudulent certification may render the maker subject
to prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor
learns that its certification or that of a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The Contractor must require subcontractors provide
immediate written notice to the Contractor if at any time it learns that its certification was erroneous
by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included
on the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such USTR
list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render, in good faith, the certification required by this provision. The knowledge and
information of a contractor is not required to exceed that which is normally possessed by a prudent
person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in all lower tier subcontracts. The Contractor may rely
on the certification of a prospective subcontractor that it is not a firm from a foreign country included
on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror
has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an
award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation
of the contract or subcontract for default at no cost to the Owner or the FAA.
FCP-12 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-13 PROHIBITION OF SEGREGATED FACILITIES
(a) 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.
(b) "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.
(c) 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-14 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970
All contracts and subcontracts that result from this solicitation incorporate by reference the
requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer
must provide a work environment that is free from recognized hazards that may cause death or serious
physical harm to the employee. The employer retains full responsibility to monitor its compliance and
their subcontractor's compliance with the applicable requirements of the Occupational Safety and
Health Act of 1970 (20 CFR Part 1910). The employer must address any claims or disputes that
pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety
and Health Administration.
FC -15 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-16 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
1) The Consultant represents that it is ( _ ) is not ( Z) 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 ( V ) 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 Airpolts District Office, which will then notify the
agency's SDO to facilitate completion of the required considerations before award decisions are
made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty-four
(24) months of a felony criminal violation under any Federal law and includes conviction of
an offense defined in a section of the U.S. code that specifically classifies the offense as a
felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed,
for which all judicial and administrative remedies have been exhausted, or have lapsed, and that
is not being paid in a timely manner pursuant to an agreement with the authority responsible
for collecting the tax liability.
FCP-17 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-18 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 parry
initiating the termination action must allow the breaching party an opportunity to dispute or cure the
breach. The terminating party must provide the breaching party [7] days advance written notice of its
intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the
conditions Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement
Program Projects Issued on June 19, 2018 Page 67 necessary to cure the breach, and the effective date
of the termination action. The rights and remedies in this clause are in addition to any other rights and
remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate
this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within
the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to
endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are
essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must
immediately discontinue all services affected unless the notice directs otherwise. Upon termination of
the Agreement, the Consultant must deliver to the Owner all data, surveys, models, drawings,
specifications, reports, maps, photographs, estimates, summaries, and other documents and materials
prepared by the Engineer under this contract, whether complete or partially complete. Owner agrees to
make just and equitable compensation to the Consultant for satisfactory work completed up through the
date the Consultant receives the termination notice. Compensation will not include anticipated profit on
non -performed services. Owner further agrees to hold Consultant harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this clause. If, after finalization
of the termination action, the Owner determines the Consultant was not in default of the Agreement, the
rights and obligations of the parties shall be the same as if the Owner issued the termination for the
convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement
in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make
payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for
more than [ 180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of
termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of
terminating the agreement or portion thereof, by mutual consent. If Owner and Consultant cannot reach
mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights
and remedies it may have, proceed with terminating all or parts of this Agreement based upon the
Owner's breach of the contract. In the event of termination due to Owner breach, the Engineer is entitled
to invoice Owner and to receive full payment for all services performed or furnished in accordance with
this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective
date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in
documents that are incomplete as a result of the termination action under this clause.
FCP-19 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-20 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.
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. A ten (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 consent to 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 with or priorto 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: FWS Vehicle Service Road Construction Oversight Agreement
M&C CPN 106102 CSO # DOC#
DATE: 7/23/2025
INITIALS
DATE OUT
TO:
1.
Joe Hammond
,Jf+
,H
07/23/2025
2.
Roger Venables
R e e ab,es
07/23/2025
3.
Candace Pagliara
07/24/2025
4.
Valerie Washington
07/24/2025
5.
Janette GoodallteGoodall
07/24/2025
59
DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City
Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE
APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review
and take the next steps.
NEEDS TO BE NOTARIZED: ❑ Yes ❑x No
RUSH: ❑ Yes ❑X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No
ROUTING TO CSO: ❑x Yes ❑ No
Action Required:
❑ As Requested
❑ For Your Information
1 Signature/Routing and or Recording
❑ Comment
❑ File
❑ Attach Signature, Initial and Notary Tabs
Return to: Please call Tyler Dale at ext. 541 for pick up when completed. Thank you.