HomeMy WebLinkAboutContract 63904CSC No. 63904
CITY OF FORT WORTH, TEXAS
STANDARD AGREEMENT FOR ENGINEERING RELATED PROFESSIONAL
SERVICES
This AGREEMENT is between the City of Fort Worth, a Texas home -rule
municipality ("CITY"), and G rver LLC., authorized to do business in Texas,
("ENGINEER"), for a PROJECT generally described as: Construction Administration
and Oversight Services for the Airport Frontage Improvements Project Along North
Main Street at Meacham International Airport.
The Agreement documents shall include the following:
1. This Standard Agreement for Professional Services;
2. Attachment "A" — Scope of Services;
3. Attachment "B" — Compensation;
4. Attachment "C" — Project Schedule;
5. Attachment "D" — Project Exhibit
Attachments "A", "B", "C", and "D" which are attached hereto and incorporated herein, are
made a part of this Agreement for all purposes. In the event of any conflict between the
terms and conditions of the Attachments and the terms and conditions set forth in the body
of this Agreement, the terms and conditions of this Agreement shall control.
Article I
Scope of Services
The Scope of Services is set forth in Attachment A.
Article II
Compensation and Term of Agreement
A. The ENGINEER's compensation shall be in an amount not to exceed
$353,000.00 as set forth in Attachment B.
B. Unless otherwise terminated pursuant to Article VI. D. herein, this Agreement
shall be for a term beginning upon the effective date, as described below,
and shall continue until the expiration of the funds or completion of the
Scope of Services contemplated herein, whichever occurs first.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 1 of 20
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Article III
Terms of Payment
Payments to the ENGINEER will be made as follows:
A. Invoice and Payment
(1) The Engineer shall provide the City sufficient documentation, including
but not limited to meeting the requirements set forth in Attachment A and
B to this AGREEMENT, to reasonably substantiate the invoices.
(2) The ENGINEER will issue monthly invoices for all work performed under
this AGREEMENT. Invoices are due and payable within 30 days of
receipt.
(3) Upon completion of services enumerated in Article I, the final payment of
any balance will be due within 30 days of receipt of the final invoice.
(4) In the event of a disputed or contested billing, only that portion so
contested will be withheld from payment, and the undisputed portion will
be paid. The CITY will exercise reasonableness in contesting any bill or
portion thereof. No interest will accrue on any contested portion of the
billing until mutually resolved.
(5) If the CITY fails to make payment in full to ENGINEER for billings
contested in good faith within 60 days of the amount due, the ENGINEER
may, after giving 7 days' written notice to CITY, suspend services under
this AGREEMENT until paid in full. In the event of suspension of
services, the ENGINEER shall have no liability to CITY for delays or
damages caused the CITY because of such suspension of services.
Article IV
Obligations of the Engineer
A. General
The ENGINEER will serve as the CITY's professional engineering
representative under this Agreement, providing professional engineering
consultation and advice and furnishing customary services incidental thereto
and identified in more detail within Attachment "A" herein.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 2 of 20
B. Standard of Care
The ENGINEER shall perform its services:
(1) with the professional skill and care ordinarily provided by competent
engineers practicing in the same or similar locality and under the same or
similar circumstances and professional license; and
(2) as expeditiously as is prudent considering the ordinary professional
skill and care of a competent engineer.
C. Subsurface Investigations
(1) The ENGINEER shall advise the CITY with regard to the necessity for
subcontract work such as special surveys, tests, test borings, or other
subsurface investigations in connection with design and engineering
work to be performed hereunder. The ENGINEER shall also advise
the CITY concerning the results of same. Such surveys, tests, and
investigations shall be furnished by the CITY, unless otherwise
specified in Attachment A.
(2) In soils, foundation, groundwater, and other subsurface investigations,
the actual characteristics may vary significantly between successive
test points and sample intervals and at locations other than where
observations, exploration, and investigations have been made.
Because of the inherent uncertainties in subsurface evaluations,
changed or unanticipated underground conditions may occur that
could affect the total PROJECT cost and/or execution. These
conditions and cost/execution effects are not the responsibility of the
ENGINEER.
(3) ENGINEER will not be responsible for damage to underground utilities
if ENGINEER followed all preventative measures before any
geotechnical, potholing, construction, or allowing other subconsultants
working under a subcontract to this Agreement access to do the
same. Preventative measures shall include, but is not limited to,
having requested and waited for all utility companies to properly mark
their respective utilities before conducting any work as described in
this section.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 3 of 20
D. Preparation of Engineering Drawings
The ENGINEER will provide to the CITY the original drawings of all plans in
ink on reproducible mylar sheets and electronic files in .pdf format, or as
otherwise approved by CITY, which, subject to Section VI.B, when delivered
to the CITY pursuant to this AGREEMENT, shall become the property of the
CITY. CITY may use such drawings in any manner it desires; provided,
however, that the ENGINEER shall not be liable for the use of such
drawings for any project other than the PROJECT described herein.
E. Engineer's Personnel at Construction Site
(1) The presence or duties of the ENGINEER's personnel at a construction site,
whether as on -site representatives or otherwise, do not make the
ENGINEER or its personnel in any way responsible for those duties that
belong to the CITY and/or the CITY's construction contractors or other
entities, and do not relieve the construction contractors or any other entity of
their obligations, duties, and responsibilities, including, but not limited to, all
construction methods, means, techniques, sequences, and procedures
necessary for coordinating and completing all portions of the construction
work in accordance with the Contract Documents and any health or safety
precautions required by such construction work. The ENGINEER and its
personnel have no authority to exercise any control over any construction
contractor or other entity or their employees in connection with their work or
any health or safety precautions.
(2) Except to the extent of specific site visits expressly detailed and set forth in
Attachment A, the ENGINEER or its personnel shall have no obligation or
responsibility to visit the construction site to become familiar with the
progress or quality of the completed work on the PROJECT or to determine,
in general, if the work on the PROJECT is being performed in a manner
indicating that the PROJECT, when completed, will be in accordance with
the Contract Documents, nor shall anything in the Contract Documents or
this AGREEMENT between CITY and ENGINEER be construed as requiring
ENGINEER to make exhaustive or continuous on -site inspections to
discover latent defects in the work or otherwise check the quality or quantity
of the work on the PROJECT. If the ENGINEER makes on -site
observation(s) of a deviation from the Contract Documents, the ENGINEER
shall inform the CITY.
(3) When professional certification of performance or characteristics of
materials, systems or equipment is reasonably required to perform the
services set forth in the Scope of Services, the ENGINEER shall be entitled
to rely upon such certification to establish materials, systems or equipment
and performance criteria to be required in the Contract Documents.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 4 of 20
F. Opinions of Probable Cost, Financial Considerations, and Schedules
(1) The ENGINEER shall provide opinions of probable costs based on the
current available information at the time of preparation, in accordance
with Attachment A.
(2) In providing opinions of cost, financial analyses, economic feasibility
projections, and schedules for the PROJECT, the ENGINEER has no
control over cost or price of labor and materials; unknown or latent
conditions of existing equipment or structures that may affect operation
or maintenance costs; competitive bidding procedures and market
conditions; time or quality of performance by third parties; quality, type,
management, or direction of operating personnel; and other economic
and operational factors that may materially affect the ultimate
PROJECT cost or schedule. Therefore, the ENGINEER makes no
warranty that the CITY's actual PROJECT costs, financial aspects,
economic feasibility, or schedules will not vary from the ENGINEER's
opinions, analyses, projections, or estimates.
G. Construction Progress Payments
Recommendations by the ENGINEER to the CITY for periodic construction
progress payments to the construction contractor will be based on the
ENGINEER's knowledge, information, and belief from selective sampling
and observation that the work has progressed to the point indicated. Such
recommendations do not represent that continuous or detailed examinations
have been made by the ENGINEER to ascertain that the construction
contractor has completed the work in exact accordance with the Contract
Documents; that the final work will be acceptable in all respects; that the
ENGINEER has made an examination to ascertain how or for what purpose
the construction contractor has used the moneys paid; that title to any of the
work, materials, or equipment has passed to the CITY free and clear of liens,
claims, security interests, or encumbrances; or that there are not other
matters at issue between the CITY and the construction contractor that
affect the amount that should be paid.
H. Record Drawings
Record drawings, if required, will be prepared, in part, on the basis of
information compiled and furnished by others, and may not always represent
the exact location, type of various components, or exact manner in which the
PROJECT was finally constructed. The ENGINEER is not responsible for
any errors or omissions in the information from others that is incorporated
into the record drawings.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 5 of 20
Minority Business and Small Business Enterprise (MBE)(SBE)
Participation
In accord with the City of Fort Worth Business Diversity goals (Chapter 20,
Article X of the City's Code of Ordinances a/k/a Ordinance No. 20020-12-
2011, as amended), the CITY has goals for the participation of minority
business enterprises and/or small business enterprises in CITY contracts.
ENGINEER acknowledges the MBE and SBE goals established for this
contract and its accepted written commitment to MBE and SBE
participation. Any misrepresentation of facts (other than a negligent
misrepresentation) and/or the commission of fraud by the ENGINEER may
result in the termination of this Agreement and debarment from participating
in CITY contracts for a period of time of not less than three (3) years.
J. Right to Audit
(1) ENGINEER agrees that the CITY shall, until the expiration of five (5) years
after final payment under this contract, have access to and the right to
examine and photocopy any directly pertinent books, documents, papers
and records of the ENGINEER involving transactions relating to this
contract. ENGINEER agrees that the CITY shall have access during normal
working hours to all necessary ENGINEER facilities and shall be provided
adequate and appropriate work space in order to conduct audits in
compliance with the provisions of this Section. The CITY shall give
ENGINEER reasonable advance written notice of intended audits.
Notwithstanding anything in this AGREEMENT, the CITY's audit rights are
limited to cost reimbursable and time and material services.
(2) ENGINEER further agrees to include in all its subcontractor agreements
hereunder a provision to the effect that the subcontractor agrees that the
CITY shall, until the expiration of five (5) years after final payment under the
subcontract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further, that the
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 Section
together with subsection (3) hereof. CITY shall give subcontractor
reasonable written advance notice of intended audits.
(3) ENGINEER and subcontractor agree to photocopy such documents as may
be requested by the CITY. The CITY agrees to reimburse ENGINEER for
the cost of copies at the rate published in the Texas Administrative Code in
effect as of the time copying is performed.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 6 of 20
K. INSURANCE
(1) ENGINEER'S INSURANCE
a. Commercial G neral Liability — the ENGINEER shall maintain
commercial general liability (CGL) and, if necessary, commercial
umbrella insurance with a limit of not less than $1,000,000.00 per each
occurrence with a $2,000,000.00 aggregate. If such Commercial General
Liability insurance contains a general aggregate limit, it shall apply
separately to this PROJECT or location.
The CITY shall be included as an additional insured with all rights
of defense under the CGL, using ISO additional insured
endorsement or a substitute providing equivalent coverage, and
under the commercial umbrella, if any. This insurance shall apply
as primary insurance with respect to any other insurance or self-
insurance programs afforded to the CITY. The Commercial
General Liability insurance policy shall have no exclusions or
endorsements that would alter or nullify: premises/operations,
products/completed operations, contractual, bodily injury, or
advertising injury, which are normally contained within the policy,
unless the CITY specifically approves such exclusions in writing.
ii. ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the commercial general
liability or commercial umbrella liability insurance maintained in
accordance with this AGREEMENT.
b. Business Auto — the ENGINEER shall maintain business auto liability
and, if necessary, commercial umbrella liability insurance with a limit of
not less than $1,000,000 each accident. Such insurance shall cover
liability arising out of "any auto", including owned, hired, and non -owned
autos, when said vehicle is used in the course of the PROJECT. If the
ENGINEER owns no vehicles, coverage for hired or non -owned is
acceptable.
ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by the business auto liability or
commercial umbrella liability insurance obtained by ENGINEER
pursuant to this AGREEMENT or under any applicable auto
physical damage coverage.
c. Workers' Compensation
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 7 of 20
— ENGINEER shall maintain workers
compensation and employers liability insurance and, if necessary,
commercial umbrella liability insurance with a limit of $100,000.00 each
accident for bodily injury by accident or $100,000.00 each employee for
bodily injury by disease, with $500,000.00 policy limit.
ENGINEER waives all rights against the CITY and its agents,
officers, directors and employees for recovery of damages to the
extent these damages are covered by workers compensation and
employer's liability or commercial umbrella insurance obtained by
ENGINEER pursuant to this AGREEMENT.
d. Professional Liability — ENGINEER shall maintain professional liability, a
claims -made policy, of $1,000,000.00 per claim and aggregate. The
policy shall contain a retroactive date prior to the date of the contract or
the first date of services to be performed, whichever is earlier. Coverage
shall be maintained for a period of 5 years following the completion of the
contract. An annual certificate of insurance specifically referencing this
project shall be submitted to the CITY for each year following completion
of the contract.
(2) G NERAL INSURANCE REQUIREMENTS
a. Certificates of insurance evidencing that the ENGINEER has obtained all
required insurance shall be attached to this AGREEMENT prior to its
execution.
b. To the extent of ENGINEER's indemnity obligations, applicable policies
shall be endorsed to name the CITY an Additional Insured thereon,
subject to any defense provided by the policy, as its interests may
appear. The term CITY shall include its employees, officers, officials,
agents, and volunteers as respects the contracted services.
c. Certificate(s) of insurance shall document that insurance coverage
specified in this AGREEMENT are provided under applicable policies
documented thereon.
d. Any failure on part of the CITY to attach the required insurance
documentation hereto shall not constitute a waiver of the insurance
requirements.
e. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the CITY by ENGINEER. A ten (10) days
notice by ENGINEER shall be acceptable in the event of non-payment of
premium. Notice shall be sent to the respective Department Director (by
name), City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 8 of 20
f. Insurers for all policies must be authorized to do business in the State of
Texas and have a minimum rating of A -(minus) or greater, in the current
A.M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management.
g. Any deductible or self insured retention in excess of $25,000.00 that
would change or alter the requirements herein is subject to approval by
the CITY in writing, if coverage is not provided on a first -dollar basis. The
CITY, at it sole discretion, may consent to alternative coverage
maintained through insurance pools or risk retention groups. Dedicated
financial resources or letters of credit may also be acceptable to the
CITY.
i. The CITY hereby accepts ENGINEER's self -insured retention in
excess of $25,000 as part of this AGREEMENT.
h. Applicable policies shall each be endorsed with a waiver of subrogation
in favor of the CITY as respects the PROJECT.
i. The CITY shall be entitled, upon its request and without incurring
expense, to review the ENGINEER's insurance policies including
endorsements thereto and, at the CITY's discretion; the ENGINEER may
be required to provide proof of insurance premium payments.
j. Lines of coverage, other than Professional Liability, underwritten on a
claims -made basis, shall contain a retroactive date coincident with or
prior to the date of the contractual AGREEMENT. The certificate of
insurance shall state both the retroactive date and that the coverage is
claims -made.
k. Coverages, whether written on an occurrence or claims -made basis,
shall be maintained without interruption nor restrictive modification or
changes from date of commencement of the PROJECT until final
payment and termination of any coverage required to be maintained after
final payments.
The CITY shall not be responsible for the direct payment of any
insurance premiums required by this AGREEMENT.
m. Sub consultants and subcontractors to/of the ENGINEER shall be
required by the ENGINEER to maintain the same or reasonably
equivalent insurance coverage commensurate with the subconsultant's
scope of work as required by the ENGINEER. When sub
consultants/subcontractors maintain insurance coverage, ENGINEER
shall provide CITY with documentation thereof on a certificate of
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 9 of 20
insurance.
L. Independent Consultant
The ENGINEER agrees to perform all services as an independent
consultant and not as a subcontractor, agent, or employee of the CITY.
The doctrine of respondent superior shall not apply.
M. Disclosure
The ENGINEER acknowledges to the CITY that it has made full disclosure
in writing of any existing conflicts of interest or potential conflicts of interest,
including personal financial interest, direct or indirect, in property abutting the
proposed PROJECT and business relationships with abutting property cities.
The ENGINEER further acknowledges that it will make disclosure in writing
of any conflicts of interest that develop subsequent to the signing of this
contract and prior to final payment under the contract.
N. Asbestos or Hazardous Substances
(1) If asbestos or hazardous substances in any form are encountered or
suspected, the ENGINEER will stop its own work in the affected portions
of the PROJECT to permit testing and evaluation.
(2) If asbestos or other hazardous substances are suspected, the CITY may
request the ENGINEER to assist in obtaining the services of a qualified
subcontractor to manage the remediation activities of the PROJECT.
O. Permitting Authorities - Design Changes
If permitting authorities require design changes so as to comply with
published design criteria and/or current engineering practice standards
which the ENGINEER should have been aware of at the time this
AGREEMENT was executed, the ENGINEER shall revise plans and
specifications, as required, as a part of existing authorized fees between the
CITY and ENGINEER, meaning the ENGINEER will not invoice or submit
for payment to City for these types of design changes. However, if design
changes are required due to the changes in the permitting authorities'
published design criteria and/or practice standards criteria which are
published after the date of this AGREEMENT which the ENGINEER could
not have been reasonably aware of or otherwise were not in affect at the
time of execution of this AGREEMENT, the ENGINEER shall notify the CITY
of such changes and an adjustment in compensation will be made through
an amendment to this AGREEMENT.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 10 of 20
P. Schedule
ENGINEER shall manage the PROJECT in accordance with the schedule
developed per Attachment C to this AGREEMENT.
Article V
Obligations of the City
A. City -Furnished Data
ENGINEER may rely upon the accuracy, timeliness, and completeness of
the information provided by the CITY.
B. Access to Facilities and Property
The CITY will make its facilities accessible to the ENGINEER as required for
the ENGINEER's performance of its services. The CITY will perform, at no
cost to the ENGINEER, such tests of equipment, machinery, pipelines, and
other components of the CITY's facilities as may be required in connection
with the ENGINEER's services. The CITY will be responsible for all acts of
the CITY's personnel.
C. Advertisements, Permits, and Access
Unless otherwise agreed to in the Scope of Services, the CITY will obtain,
arrange, and pay for all advertisements for bids; permits and licenses
required by local, state, or federal authorities; and land, easements, rights -
of -way, and access necessary for the ENGINEER's services or PROJECT
construction.
D. Timely Review
The CITY will examine the ENGINEER's studies, reports, sketches,
drawings, specifications, proposals, and other documents; obtain advice of
an attorney, insurance counselor, accountant, auditor, bond and financial
advisors, and other consultants as the CITY deems appropriate; and render
in writing decisions required by the CITY in a timely manner in accordance
with the project schedule prepared in accordance with Attachment C.
E. Prompt Notice
The CITY will give prompt written notice to the ENGINEER whenever CITY
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 11 of 20
observes or becomes aware of any development that affects the scope or
timing of the ENGINEER's services or of any defect in the work of the
ENGINEER or construction contractors.
F. Asbestos or Hazardous Substances Release.
(1) CITY acknowledges ENGINEER will perform part of the work at CITY's
facilities that may contain hazardous materials, including asbestos
containing materials, or conditions, and that ENGINEER had no prior
role in the generation, treatment, storage, or disposition of such
materials. In consideration of the associated risks that may give rise to
claims by third parties or employees of CITY, CITY hereby releases
ENGINEER from any damage or liability related to the presence of
such materials.
(2) The release required above shall not apply in the event the discharge,
release or escape of hazardous substances, contaminants, or asbestos
is a result of ENGINEER's negligence or if ENGINEER brings such
hazardous substance, contaminant or asbestos onto the project.
G. Contractor Indemnification and Claims
The CITY agrees to include in all construction contracts the provisions of
Article IV.E. regarding the ENGINEER's Personnel at Construction Site, and
provisions providing for contractor indemnification of the CITY and the
ENGINEER for contractor's negligence.
H. Contractor Claims and Third -Party Beneficiaries
(1) The CITY agrees to include the following clause in all contracts with
construction contractors and equipment or materials suppliers:
"Contractors, subcontractors and equipment and materials
suppliers on the PROJECT, or their sureties, shall maintain
no direct action against the ENGINEER, its officers,
employees, and subcontractors, for any claim arising out of,
in connection with, or resulting from the engineering
services performed. Only the CITY will be the beneficiary
of any undertaking by the ENGINEER."
(2) This AGREEMENT gives no rights or benefits to anyone other than the CITY
and the ENGINEER and there are no third -party beneficiaries.
(3) The CITY will include in each agreement it enters into with any other entity
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 12 of 20
or person regarding the PROJECT a provision that such entity or person
shall have no third -party beneficiary rights under this AGREEMENT.
(4) Nothing contained in this Section H. shall be construed as a waiver of any
right the CITY has to bring a claim against ENGINEER.
CITY's Insurance
(1) The CITY may maintain property insurance on certain pre-existing structures
associated with the PROJECT.
(2) The CITY may secure Builders Risk/Installation insurance at the
replacement cost value of the PROJECT. The CITY may provide
ENGINEER a copy of the policy or documentation of such on a certificate of
insurance.
(3) The CITY will specify that the Builders Risk/Installation insurance shall be
comprehensive in coverage appropriate to the PROJECT risks.
J. Litigation Assistance
The Scope of Services does not include costs of the ENGINEER for required
or requested assistance to support, prepare, document, bring, defend, or
assist in litigation undertaken or defended by the CITY. In the event CITY
requests such services of the ENGINEER, this AGREEMENT shall be
amended or a separate agreement will be negotiated between the parties.
K. Changes
The CITY may make or approve changes within the general Scope of
Services in this AGREEMENT. If such changes affect the ENGINEER's cost
of or time required for performance of the services, an equitable adjustment
will be made through an amendment to this AGREEMENT with appropriate
CITY approval.
Article VI
General Legal Provisions
A. Authorization to Proceed
ENGINEER shall be authorized to proceed with this AGREEMENT upon
receipt of a written Notice to Proceed from the CITY.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 13 of 20
B. Reuse of Project Documents
All designs, drawings, specifications, documents, and other work products of
the ENGINEER (see "Deliverables" in Attachment A), whether in hard copy
or in electronic form, are instruments of service for this PROJECT, whether
the PROJECT is completed or not. Reuse, change, or alteration by the
CITY or by others acting through or on behalf of the CITY of any such
instruments of service without the written permission of the ENGINEER will
be at the CITY's sole risk. The CITY shall own the final designs, drawings,
specifications and documents that are delivered to the CITY in accordance
with the requirements of this AGREEMENT; provided however, any and all
underlying intellectual property, if any (unless provided by CITY), shall
remain the property of ENGINEER such that ENGINEER may continue to
perform its business in the normal course. Upon payment in full,
ENGINEER shall grant CITY an irrevocable, non-exclusive, royalty -free
license to use the same for the purposes contemplated under this
AGREEMENT.
C. Force Majeure
CITY and ENGINEER will exercise good faith efforts to meet their respective
duties and obligations as set forth in this Agreement, but will not be held
liable for any delay or omission in performance due to force majeure or other
causes beyond their reasonable control, including, but not limited to,
compliance with any government law, ordinance, or regulation; acts of God;
acts of the public enemy; fires; strikes; lockouts; natural disasters; wars;
riots; epidemics or pandemics; government action or inaction; orders of
government; material or labor restrictions by any governmental authority;
transportation problems; restraints or prohibitions by any court, board,
department, commission, or agency of the United States or of any States;
civil disturbances; other national or regional emergencies; or any other
similar cause not enumerated herein but which is beyond the reasonable
control of the Party whose performance is affected (collectively, "Force
Majeure Event"). The performance of any such obligation is suspended
during the period of, and only to the extent of, such prevention or hindrance,
provided the affected Party provides notice of the Force Majeure Event, and
an explanation as to how it prevents or hinders the Party's performance, as
soon as reasonably possible after the occurrence of the Force Majeure
Event, with the reasonableness of such notice to be determined by the City
in its sole discretion. The notice required by this section must be addressed
and delivered in accordance with this Agreement.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 14 of 20
D. Termination
(1) This AGREEMENT may be terminated
a.) by the CITY for its convenience upon 30 days' written notice to
ENGINEER.
b.) by either the CITY or the ENGINEER for cause if either party fails
substantially to perform through no fault of the other and the
nonperforming party does not commence correction of such
nonperformance within ten (10) days' written notice or thereafter fails
to diligently complete the correction.
(2) If this AGREEMENT is terminated for the convenience of the CITY, the
ENGINEER will be paid for termination expenses as follows:
a.) Cost of reproduction of partial or complete studies, plans,
specifications or other forms of ENGINEER'S work product;
b.) Out-of-pocket expenses, including those incurred for purchasing
electronic data files and other data storage supplies or services;
c.) The time requirements for the ENGINEER'S personnel to document
the work underway at the time of the CITY'S termination for
convenience so that the work effort is suitable for long time storage.
(3) Prior to proceeding with termination services, the ENGINEER will
submit to the CITY an itemized statement of all termination expenses. The
CITY'S approval will be obtained in writing prior to proceeding with
termination services.
E. Suspension, Delay, or Interruption to Work
The CITY may suspend, delay, or interrupt the services of the ENGINEER
for the convenience of the CITY. In the event of such suspension, delay, or
interruption, an equitable adjustment in the PROJECT's schedule,
commitment and cost of the ENGINEER's personnel and subcontractors,
and ENGINEER's compensation will be made.
F. Indemnification
In accordance with Texas Local Government Code Section 271.904, the
ENGINEER shall indemnify or hold harmless the CITY against third
party liability for any damage committed by the ENGINEER or
ENGINEER's agent, consultant under contract, or another entity over
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 15 of 20
which the ENGINEER exercises control to the extent that the damage
is caused by or resulting from an act of negligence or intentional tort
resulting in bodily injury (including death) or tangible property
damage, intellectual property infringement (except to the extent
information and/or technology was provided by the CITY), or failure to
pay a subcontractor or supplier (provided ENGINEER has received
payment for services from CITY) in conjunction with performance of
this AGREEMENT. CITY is entitled to recover its reasonable attorney's
fees in proportion to the ENGINEER's liability.
G. Assignment
Neither party shall assign all or any part of this AGREEMENT without the
prior written consent of the other party.
H. Jurisdiction
The law of the State of Texas shall govern the validity of this AGREEMENT,
its interpretation and performance, and any other claims related to it. The
venue for any litigation related to this AGREEMENT shall be Tarrant County,
Texas.
I. Severability and Survival
If any of the provisions contained in this AGREEMENT are held for any
reason to be invalid, illegal, or unenforceable in any respect, such invalidity,
illegality, or unenforceability will not affect any other provision, and this
AGREEMENT shall be construed as if such invalid, illegal, or unenforceable
provision had never been contained herein. Articles V.F., VI.B., VI.D., VI.F.,
VI.H., and VI.I. shall survive termination of this AGREEMENT for any cause.
J. Observe and Comply
ENGINEER shall at all times observe and comply with all federal and State
laws and regulations and with all CITY ordinances and regulations which in
any way affect this AGREEMENT and the work hereunder, and shall
observe and comply with all orders, laws ordinances and regulations which
may exist or may be enacted later by governing bodies having jurisdiction or
authority for such enactment. No plea of misunderstanding or ignorance
thereof shall be considered. The foregoing obligation to abide by applicable
laws, regulations, and ordinances is applicable throughout the term of this
AGREEMENT. ENGINEER agrees to defend, indemnify and hold harmless
CITY and all of its officers, agents and employees as a result of third -party
claims or liability arising out of the violation of any such applicable order, law,
ordinance, or regulation, whether it be due to action under this
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 16 of 20
AGREEMENT by itself or its employees, in conjunction with or related to the
performance of ENGINEER'S services under this AGREEMENT.
K. Immigration Nationality Act
ENGINEER shall verify the identity and employment eligibility of its
employees who perform work under this Agreement, including completing
the Employment Eligibility Verification Form (1-9). Upon request by CITY,
ENGINEER shall provide CITY with copies of all 1-9 forms and supporting
eligibility documentation for each employee who performs work under this
Agreement. ENGINEER shall adhere to all Federal and State laws as well
as establish appropriate procedures and controls so that no services will
be performed by any ENGINEER employee who is not legally eligible to
perform such services. ENGINEER SHALL INDEMNIFY CITY AND
HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR
LOSSES INCURRED BY THIRD PARTY GOVERNMENTAL
AUTHORITIES DUE TO VIOLATIONS OF APPLICABLE LAW
DESCRIBED UNDER THIS PARAGRAPH AND COMMITTED BY
ENGINEER, ENGINEER'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. CITY, upon written notice to ENGINEER,
shall have the right to immediately terminate this AGREEMENT for
violations of this provision by ENGINEER.
L. Prohibition On Contracts With Companies Boycotting Israel
If ENGINEER has fewer than 10 employees or the AGREEMENT is for
less than $100,000, this section does not apply. ENGINEER
acknowledges that in accordance with Chapter 2270 of the Texas
Government Code, CITY is prohibited from entering into a contract with a
company for goods or services unless the contract contains a written
verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract. The terms "boycott
Israel" and "company" shall have the meanings ascribed to those terms in
Section 808.001 of the Texas Government Code. By signing this
AGREEMENT, Engineer certifies that Engineer's signature provides
written verification to CITY that ENGINEER: (1) does not boycott Israel;
and (2) will not boycott Israel during the term of the AGREEMENT.
M. Waiver of Special and Punitive Damages
NOTWITHSTANDING NYTHING N THE AGREEMENT TO THE
CONTRARY, NEITHER PARTY (INCLUDING ITS SUBCONSULTANTS,
AGENTS, ASSIGNEES, AFFILIATES AND VENDORS) SHALL BE
LIABLE TO THE OTHER FOR ANY SPECIAL (CONSEQUENTIAL OR
INDIRECT) AND PUNITIVE DAMAGES OF ANY KIND REGARDLESS
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 17 of 20
OF THE CAUSE OR ACTION.
N. Prohibition on Boycotting Energy Companies
ENGINEER acknowledges that in accordance with Chapter 2274 of the
Texas Government Code -(as added by Acts 2021, 87th Leg., R.S., S.B.
13, § 2), the 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 2274 of the Texas Government Code (as added
by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter
2274 of the Government Code is applicable to this Agreement, by
signing this Agreement, ENGINEER certifies that ENGINEER's
signature provides written verification to the CITY that ENGINEER:
(1) does not boycott energy companies; and (2) will not boycott
energy companies during the term of this Agreement.
O. Prohibition on Discrimination Against Firearm and Ammunition
Industries
ENGINEER acknowledges that except as otherwise provided by Chapter
2274 of the Texas Government Code (as added by Acts 2021, 87th Leg.,
R.S., S.B. 19, § 1), the 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 (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1).
To the extent that Chapter 2274 of the Government Code is applicable
to this Agreement, by signing this Agreement, ENGINEER certifies
that ENGINEER's signature provides written verification to the CITY
that ENGINEER: (1) does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade
association; and (2) will not discriminate against a firearm entity or
firearm trade association during the term of this Agreement.
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 18 of 20
This AGREEMENT, including its attachments and schedules, constitutes the entire
AGREEMENT, which supersedes all prior written or oral understandings, and may only be
changed by a written amendment executed by both parties. This AGREEMENT may be
executed in one or more counterparts and each counterpart shall, for all purposes, be
deemed an original, but all such counterparts shall together constitute but one and the
same instrument.
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)
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 19 of 20
BY:
CITY OF FORT WORTH
Va LW44--W/L
Valerie Washington (Sep 3, 2025 10:57:52 CDT)
Valerie Washington
Assistant City Manager
Date: 09/03/2025
APPROVAL RECOMMENDED:
By:
Roger Venables
Director, Aviation
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Katya Flores
Senior Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY
By: CanPfOTI O5:01 "Ri
Candace Pagliara
Assistant City Attorney
0
p pFo f OR T �Bd
eoe0000a !Y �
ATTEST:
POo o=d°
/� PPP* 00 000*�d
/ "ni.�tifas wn.� P�Q�rEXP?o'O.o
Con 1, Chavez (Sep3, 202515:12:12 CDT) llp
Jannette Goodall
City Secretary
Standard Agreement for Construction Administration &
Oversight Services at Meacham International Airport
Between City of Fort Worth and Garver, LLC
Page 20 of 20
BY:
GARVER, LLC
Mitchell McAnally
Vice President
Date: September 2, 2025
M&C No. 25-0635
M&C Date 6/24/2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
ATTACHMENT A
(SCOPE OF SERVICES)
Generally, the Scope of Services includes the following professional services for improvements to the
Airport Frontage Improvements Construction project at Fort Worth Meacham International Airport
(FTW). The Scope of Services is for the Construction Phase Services by Garver, LLC (hereinafter
referred to as "Garver") for the City of Fort Worth (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
• On -Site Resident Project Representative Services
• Project Closeout Services
1. CONSTRUCTION ADMINISTRATION SERVICES
1.1. Garver will serve as the Owner's representative for the project and furnish consultation and
advice to the Owner during the performance of this service. Garver will attend conferences
alone or with Owner's representatives, local officials, state and federal agencies, and others
regarding the scope of the proposed project, its general design, functions, and impacts.
1.2. Upon completion of the bidding services, Garver shall begin the construction phase of the
work and will accomplish the tasks further described below.
1.3. Issued for Construction (IFC) Documents
1.3.1.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.
1.4. Submittals
1.4.1.Garver will evaluate and respond to construction material submittals and shop drawings
unless they are included on the City of Fort Worth pre -approved products listing. Products
not included on the pre -approved list will be reviewed by Garver and upon acceptance
the contractor will be required to upload them to eBuilder for City approval. 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.
1.5. Preconstruction Meeting
1.5.1.Garver will attend the preconstruction meeting. In preparation for the preconstruction
meeting, Garver will review the preconstruction agenda. The preconstruction meeting will
Exhibit A — Scope of Services City of Fort Worth
FTW Airport Frontage Improvements Construction Garver Project No. 2500778
be ran by City of Fort Worth Transportation and Public Works (TPW) department who will
provide the agenda for the meeting.
1.6. Proaress Meetinas
1.6.1.As a minimum, Garver's Project Manager, Project Engineer, and Resident Project
Representative (RPR) will attend monthly progress meetings with the Owner and
Contractor. It is expected that 3 meetings will be held on -site, and 13 meetings will be
held via conference call. To the extent possible, progress meetings and visits to the site
of the work should be scheduled to coincide with each new phase of construction and
other times when Garver's presence is desirable. Garver's project engineer or his
qualified representative will be available at all times work is in progress for telephone
contact by the RPR. Garver's project manager 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
construction meetings as required.
1.7. Owner Coordination
1.7.1.Garver will consult with and advise the Owner during the construction period. Garver will
submit written reports to the Owner on the progress of the construction including any
problem areas that have developed or are anticipated to develop with Garver invoices.
1.8. RFIs
1.8.1.Garver will issue instructions to the Contractor on behalf of the Owner and issue
necessary clarifications (respond to RFIs) regarding the construction contract
documents.
1.9. Proaress Pavments
1.9.1.Garver will review the 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. Upon review of
the progress payments, the Contractor will upload quantities into eBuilder for TPW
review.
1.10. Record Drawinas
10.1. 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. Garver shall prepare a set of utility
record drawings and prepare and furnish record drawings to local utilities as required.
1.11. Chanae Orders
11.1. 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
Exhibit A — Scope of Services City of Fort Worth
FTW Airport Frontage Improvements Construction Garver Project No. 2500778
preparation of these change order documents, the Owner will pay Garver an additional
fee to be agreed upon by the Owner and Garver.
1.12. Finallnspection
1.12.1. Garver will participate in a final project inspection with the Owner and Contractor,
review final project closeout documents, and review the final pay request. All closeout
documents shall be provide to TPW by the contractor as directed.
2. ON -SITE RESIDENT PROJECT REPRESENTATIVE SERVICES
2.1. Garver will provide full-time Resident Project Representative (RPR) services for a total of
1,710 hours. The RPR will conduct observation for 40 hours per week for 42 weeks during the
construction contract performance until the contract hours are used. An additional 30 hours
for preconstruction coordination, conferences, punch list coordination, final inspection, and
closeout support. If the construction extends beyond the hours 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, Garver's 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 reports to the Owner on the progress of the
construction including any problem areas that have developed or are anticipated to
develop.
• 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.
• Maintain a file of quantities incorporated into the work, test reports, certifications, shop
drawings and submittals, and other appropriate information.
• 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. PROJECT CLOSEOUT SERVICES
3.1. At the conclusion of construction, Garver will assist the Owner with project closeout by
providing a final project report which will include all necessary documents required for
Exhibit A — Scope of Services City of Fort Worth
FTW Airport Frontage Improvements Construction Garver Project No. 2500778
closeout. Closeout documentation will be provided within 60 days of the final payment to the
Contractor.
4. PROJECT DELIVERABLES
4.1. 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
o Two hard copies to the RPR
o Four copies to the City of Fort Worth (4 half size)
• Reviewed submittals to the Contractor
• Record Plans and Specifications to the Owner
o One hard copy to the Owner
• Other electronic files as requested
5. ADDITIONAL SERVICES
5.1. 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. Changes conditions may include, but are not limited to major
changes to pavement, building, or utility alignments.
• Deliverables beyond those listed herein.
• Pavement Design beyond that furnished in the Geotechnical Report.
• Design of any utility relocation beyond what was included in the IFB Documents.
• Engineering, architectural, or other professional services beyond those listed herein.
• Retaining walls or other significant structural design.
• The construction contract documents will require the Contractor to prepare, maintain, and
submit a SWPPP to TCEQ.
• Environmental Handling and Documentation, including wetlands identification or mitigation
plans or other work related to environmentally or historically (culturally) significant items.
• Permitting for environmentally sensitive areas.
• Drainage analysis for approval by City of Fort Worth jurisdiction.
• Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
• Geotechnical investigation
• Survey services
• Design services
• Drainage study services
• Airspace analysis
• Bidding services
• Substantial completion letter or checklist
6. SCHEDULE
6.1. Garver 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 City of Fort Worth
FTW Airport Frontage Improvements Construction Garver Project No. 2500778
Attachment 6
City of Fort Worth
FTW Airport Frontage Improvements
COMPENSATION
Title II Service Estimated Fees
Construction Administration $ 150,400.00 Lump Sum
On -Site Resident Project Representative Services $ 193,600.00 Hourly + Fixed Fee
Closeout Services $ 9,000.00 Lump Sum
Subtotal for Title II Service $ 353,000.00
Total All Services $ 353,000.00
Attachment B
City of Fort Worth
FTW Airport Frontage Improvements
Construction Administration
WORK TASK DESCRIPTION
E-6
E-5
E-4
hr
hr
hr
1. Project Administration
Coordination with Client
4
Coordination with Transportation & Public Works Inspector
20
External Coordination (Utility, City, etc.)
8
Internal Coordination
4
4
Contract Preparation
2
Review and Analysis of Contractors Schedule
Subtotal - Project Administration
4
0
38
2. Civil Engineering
Prepare IFC Plans and Specs and submit to Contractor
4
Attend Preconstruction Meeting (2 people, on -site)
4
Coordination with RPR (4 hr/Month)
52
Develop Submittal Log
Develop RFI Log
Prepare Change Orders
4
Response to Contractor and RPR Inquiries
4
20
Prepare for (Virtual) Progress Meetings (13 meetings)
4
13
Attend (Virtual) Progress Meetings (2 people,13 meetings)
6
18
Prepare for (On -Site) Progress Meetings (3 meetings)
1
6
Attend (On -Site) Progress Meetings (2 people, 3 meetings)
3
12
Prepare and Distribute Construction Progress Meeting
16
Minutes (16 meetings)
Site Visits (2 people, 6 visits)
24
Shop Drawings/Submittal Review & Responses
15
Final Walkthrough (On -site, 2 people)
4
Complete Warranty Inspection
4
Subtotal - Civil Engineering
22
0
192
3. Electrical Engineering
Prepare IFC Plans and Specs and submit to Contractor
1
Coordination with RPR (5 hr/Month)
65
Develop Submittal Log
Prepare Change Orders
4
Response to Contractor and RPR Inquiries
8
Prepare for and Attend (Virtual) Progress Meetings (1
13
people, 13 meetings)
Site Visit (1 person, 2 visits)
8
Shop Drawings/Submittal Review & Responses
4
Final Walkthrough (On -site, 1 person)
4
Subtotal - Electrical Engineering
0
107
0
Hours
26
107
230
SUBTOTAL - SALARIES:
$149,615.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$200.00
Office Supplies/Equipment
$150.00
Computer Modeling/Software Use
$200.00
Travel Costs
$235.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$785.00
E-3 E-1
hr hr
4 4
20
24 4
2
4
2
2
8
20
30
4
4
66
2
1
12
15
105
13
12
24
10
69
0
73
SUBTOTAL:
SUBCONSULTANTS FEE:
$150,400.00
$0.00
TOTAL FEE: $150,400.00
Attachment B
City of Fort Worth
FTW Airport Frontage Improvements
On -Site Resident Project Representative Services
WORK TASK DESCRIPTION
C-1
E-5
hr
hr
1. Civil Engineering
Pre -construction Coordination
15
Resident Project Representative Services (42
1680
weeks @ 40 hr/Week @ $113/hr)
Post -construction Coordination (punch list, final
15
inspections, closeout support
Subtotal - Civil Engineering
1710
0
Hours
1710
0
SUBTOTAL - SALARIES:
$193,230.00
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
$190.00
Office Supplies/Equipment
$180.00
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
$370.00
SUBCONSULTANTS FEE + MARK UP $193,600.00
TOTAL FEE: $193,600.00
E-4
hr
0
0
E-3
hr
0
0
Attachment B
City of Fort Worth
FTW Airport Frontage Improvements
Closeout Services
WORK TASK DESCRIPTION
1. Civil Engineering
Develop and Distribute Record Documents
Coordinate Spare Parts and O&M Manuals
Complete Warranty Inspection
Review and Submit Final Construction Pay Application
Prepare and Submit Final Reconciliation Change Order
Assemble Submittals and Responses
Complete Construction Closeout Checklist
Provide Sponsor Certification for Construction Project Final
Acceptance
Subtotal - Civil Engineering
Hours
SUBTOTAL - SALARIES:
DIRECT NON -LABOR EXPENSES
Document Printing/Reproduction/Assembly
Office Supplies/Equipment
SUBTOTAL - DIRECT NON -LABOR EXPENSES:
SUBTOTAL:
SUBCONSULTANTS FEE:
TOTAL FEE:
E-6 E-5
hr hr
3
3
2
0 8
0 8
E-4
hr
2
1
3
6
1
13
13
$8,775.00
$120.00
$105.00
$225.00
$9,000.00
$0.00
$9,000.00
E-1
hr
10
2
2
14
14
ATTACHMENT C
ID Task Mode
Task Name
1
Pre Construction Meeting
2
Notice to proceed
3 W#
Mobilization
4 W#
Zone B
5 W#
SWPPP Installation Zone B
6 W4
Traffic Control Zone B
7 W,
Begin Demolition Zone B
8 W,}
Tree Removals
9 W4
Existing Utility Relocations
10 W4
Adjust Sewer Manholes
11 wo
Adjust water Vaults
12 W4
Water Line Lowering's
13 wo
Relocate Existing 4" Fiber Optic
14 W4
Storm Line A Installation
15 wo
Install Storm Boxes
16 W4
Install Storm Inlets
17 W,
Storm Line B Installation
18 W4
Install Storm Boxes
19 wo
Install Storm Inlets
Task
Split
Milestone
Project: Fort Worth Airport Fron
Date: Thu 8/28/25 Summary
Project Summary
Inactive Task
Inactive Milestone
Start Finish
Tue 8/12/25 Tue 8/12/25
Tue 9/2/25 Tue 9/2/25
Tue 9/2/25 Tue 9/2/25
Tue 9/2/25 Wed 6/3/26
Tue 9/2/25 Wed 9/3/25
Tue 9/2/25 Tue 9/2/25
Wed 9/3/25 Wed 10/8/25
Wed 9/3/25 Tue 9/23/25
Wed 9/10/25 Tue 10/28/25
Wed 9/10/25 Mon 9/29/25
Wed 9/10/25 Mon 9/29/25
Wed 9/10/25 Tue 10/21/25
Wed 9/10/25 Tue 10/7/25
Fri9/26/25 Thu 1/29/26
Fri 10/24/25 Fri 11/21/25
Fri 1/30/26 Wed 2/18/26
Tue 10/28/25 Wed 1/7/26
Thu 11/27/25 Wed 12/17/25
Thu 1/8/26 Wed 1/21/26
2025 Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4
Auc I Sea Oct I Nov I Dec Jan I Feb I Mar Aar I Mav I Jun Jul I Aua I Sea Oct
1-4
Inactive Summary External Tasks
Manual Task I External Milestone O
♦ Duration -only Deadline b
Manual Summary Rollup Progress
0 o Manual Summary I Manual Progress
Start -only C
Finish -only 7
Page 1
I
ID Task Mode
Task Name
Start
Finish
20 W4
Storm Line C Installation
Tue 12/16/25
Mon 2/16/26
21 W4
Install Storm Boxes
Thu 1/15/26
Thu 2/12/26
22 W4
Install Storm Inlets
Fri 2/13/26
Fri 2/27/26
23 ■4
Electrical Installation
Fri 9/26/25
Thu 1/15/26
24 EP}
Site Excavation and Grading
Tue 2/17/26
Tue 3/17/26
25 W}
Install sidewalks
Fri 1/30/26
Wed 4/8/26
26 W4
Driveway Demolition
Thu 4/9/26
Mon 4/13/26
27 W4
Driveway installation
Tue 4/14/26
Tue 5/12/26
28 wo
Install Paver
Wed 5/13/26
Tue 6/2/26
29 W4
Monument Signage Installation
Thu 4/9/26
Wed 5/20/26
30 wo
Monument Lighting Installation
Thu 4/30/26
Wed 5/6/26
31 W4
Wayfinding Signs Installation
Wed 5/13/26
Tue 5/19/26
32 wo
Final Grading
Wed 4/29/26
Mon 5/18/26
33 W4
Landscaping Installation
Wed 5/6/26
Wed 6/3/26
34 wo
Zone A
Thu 10/9/25
Thu 12/4/25
35 W#
Install SWPPP Zone A
Thu 10/9/25
Thu 10/9/25
36 wo
Install Traffic Control Zone A
Thu 10/9/25
Thu 10/9/25
37 W,
Begin Zone A Demolition
Thu 10/9/25
Tue 10/28/25
38 wo
Tree and Shrub Removals Zone A
Thu 10/9/25
Fri 10/17/25
2025 Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4
Au( Spa Oct I Nov I Dec Jan I --eb � Mar Apr � Mav I Jun Jul I Aua I Sea Oct
i■—
�1
Task Inactive Summary 0 — — — — — — 1-1
Split Manual Task
♦ �
Project: Fort Worth Airport Fron Milestone Duration -only
Date: Thu 8/28/25 Summary I Manual Summary Rollup
Project Summary o o Manual Summary
Inactive Task Start -only C
Inactive Milestone Finish -only 7
Page 2
External Tasks
External Milestone O
Deadline b
Progress
Manual Progress
ID Task Mode (Task Name
39 wo
Concrete Removals Zone A
40 W4
Site Grading
41 W4
Relocation of Existing Utilities
42 ■4
Install Curb and Gutter
43 EP}
Install Sidewalks
44 W4
Install Driveway
45 W4
Install Pavers
46 W4
Electrical Installation
47 wo
Install Gateway Sign
48 W4
Landscape Installation
49 W4
Install Way -Finding Signage
50 W4
Zone C
51 wo
SWPPP Installing Zone C
52 W*
Traffic Control Zone C
53 wo
Tree and Shrubs Removals Zone C
54 W4
Demolition Removals Zone C
55 wo
Relocation of Existing Utilities Zone C
56 W
Electrical Improvements Zone C
57 W;
Install Curb & Gutters
Start Finish
Thu 10/9/25 Wed 10/29/25
Mon 10/20/25 Thu 11/6/25
Mon 10/27/25 Fri 11/7/25
Mon 10/20/25 Fri 11/7/25
Mon 10/20/25 Mon 11/17/25
Mon 11/3/25 Thu 11/20/25
Fri 11/21/25 Thu 11/27/25
Fri 11/7/25 Wed 11/26/25
Fri 11/7/25 Thu 11/27/25
Tue 11/18/25 Mon 12/1/25
Tue 12/2/25 Thu 12/4/25
Thu 6/4/26 Wed 7/8/26
Thu 6/4/26 Thu 6/4/26
Thu 6/4/26 Thu 6/4/26
Thu 6/4/26 Wed 6/10/26
Thu 6/11/26 Wed 6/24/26
Thu 6/11/26 Mon 6/22/26
Thu 6/4/26 Wed 6/24/26
Thu 6/18/26 Thu 7/2/26
2025 Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4
Auc Sep Oct � Nov � Dec Jan I Feb I Mar Aar I Mav I Jun Jul I Aua I Sea Oct
F
Il
�I
I
Task Inactive Summary External Tasks ■
Split Manual Task I I External Milestone
Milestone ♦ Duration -only Deadline
Project: Fort Worth Airport Fron
Date: Thu 8/28/25 Summary I Manual Summary Rollup Progress
Project Summary o o Manual Summary I Manual Progress
Inactive Task Start -only C
Inactive Milestone Finish -only 7
Page 3
�N
ID Task Mode Task Name
58 W4
59 W4
60 1%
61 ■4
62 1%
63 W4
64 wo
65 W4
66 wo
67 W4
68 wo
69 W4
70 wo
71 W*
72 wo
73 W4
74 wo
75 W4
76 wo
Sidewalk Installation Zone C
Driveway Installation Zone C
Site Final Grading Zone C
Landscape Improvements Zone C
Way -Finding Signage Zone C
Zone D
Traffic Control Zone D
Install SWPPP Zone D
Relocate Existing Utilities
Electrical Improvements
Install Way -Finding
Zone E
Install Traffic Control Zone E
Install SWPPP
Electrical Improvements
Lighting Installation
Way -Finding Installation
Final Clean
Final Walk
Project: Fort Worth Airport Fron
Date: Thu 8/28/25
Task
Split
Milestone
Summary
Project Summary
Inactive Task
Inactive Milestone
Start
Thu 6/11/26
Tue 6/23/26
Mon 6/29/26
Thu 7/2/26
Thu 7/2/26
Tue 7/7/26
Tue 7/7/26
Tue 7/7/26
Tue 7/7/26
Tue 7/7/26
Tue 7/28/26
Fri 7/31/26
Fri 7/31/26
Fri 7/31/26
Mon 8/3/26
Mon 8/17/26
Wed 8/26/26
Mon 8/31/26
Mon 9/21/26
Finish
Fri 6/26/26
Wed 7/1/26
Wed 7/1/26
Wed 7/8/26
Mon 7/6/26
Thu 7/30/26
Tue 7/7/26
Tue 7/7/26
Mon 7/13/26
Mon 7/27/26
Thu 7/30/26
Fri 8/28/26
Fri 7/31/26
Fri 7/31/26
Fri 8/14/26
Tue 8/25/26
Fri 8/28/26
Fri 9/18/26
Mon 9/21/26
Inactive Summary
Manual Task
Duration -only
Manual Summary Rollup
Manual Summary
Start -only
Finish -only
Page 4
2025
Qtr 4, 2025
Qtr 1, 2026
Qtr 2, 2026
Qtr 3, 2026
Qtr 4
Au( Sea
Oct I Nov I Dec
Jan I Feb I Mar Apr � Mav l Jun Jul l Aua � Sea
Oct
External Tasks
External Milestone
Deadline
Progress
Manual Progress
O
b
ID Task Mode Task Name
77 W, Punch List
Project: Fort Worth Airport Fron
Date: Thu 8/28/25
Start Finish
Mon 9/21/26 Fri 10/9/26
2025 Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4
Auq Sea Oct I Nov I Dec Jan I Feb I Mar Aar I Mav I Jun Jul I Aua I Sea Oct
4
Task Inactive Summary External Tasks
Split Manual Task I I External Milestone O
Milestone ♦ Duration -only Deadline b
Summary I Manual Summary Rollup Progress
Project Summary o o Manual Summary I Manual Progress
Inactive Task Start -only C
Inactive Milestone Finish -only 7
Page 5
ATTACHMENT D
FORT WORTH
Routing and Transmittal Slip
Aviation
Department
DOCUMENT TITLE: FTW Airport Frontage Improvements Construction Oversight Agreement
M&C 25-0635
DATE: 8/29/2025
TO:
1. Aaron Barth
2. Roger Venables
CPN 100602
3. Candace Pagliara
4. Valerie Washington
5. Jannette Goodall
59
CSO # DOC#
INITIALS
DATE OUT
09/02/2025
Aaron Barth
R e enables
09/02/2025
GP
09/02/2025
09/03/2025
09/03/2025
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
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.
City of Fort Worth, Texas
Mayor and Council Communication
DATE: 06/24/25 M&C FILE NUMBER: M&C 25-0635
LOG NAME: 55FTW AIRPORT FRONTAGE IMPROVEMENTS CONSTRUCTION OVERSIGHT
SUBJECT
(CD 2) Authorize Execution of a Professional Services Agreement with Garver, LLC in an Amount Up to $629,550.00 for Construction
Management Services for the Airport Frontage Improvements Project at Fort Worth Meacham International Airport
RECOMMENDATION:
It is recommended that the City Council authorize execution of a professional services agreement with Garver, LLC in an amount up to
$629,550.00 for construction management services for the Airport Frontage Improvements project at Fort Worth Meacham International
Airport (City Project No. 100602).
1]&10111*410]kqF
The Aviation Department is seeking City Council approval to authorize execution of a professional services agreement with Garver, LLC (Garver)
in an amount up to $629,550.00 for construction management services for the Airport Frontage Improvements project (Project) at Fort Worth
Meacham International Airport (Airport).
On April 20, 2022 and April 27, 2022, a Request for Qualifications (RFQ) was advertised in the Fort Worth Star -Telegram for "Engineering
Services at City of Fort Worth Meacham International Airport," which included "General Airport Engineering Services" as one of the descriptions of
work. On May 12, 2022, two statements of qualifications were received. After analyzing the submitted proposals in accordance with the City of Fort
Worth (City) procedures, Garver was selected. Garver also provided the design for this Project.
This Project will be located along the frontage of the Airport on North Main Street (Main Street), beginning at Northwest 38th Street (NW 38th St.)
to the Airport's northernmost Gate 1, just south of Interstate 820 (see attached map). This Project will address critical improvements to airport
drainage and utility infrastructure, enhance safety, and upgrade airport aesthetics. Key elements of the Project include:
• Drainage Improvements: Installation of a fully enclosed drainage system to enhance stormwater management at the Airport
• Curb and Gutter Installation: Construction of new curb and gutter systems to improve drainage
• Pedestrian Sidewalks: Installation of pedestrian sidewalks to promote walkability and improve pedestrian safety
• Underground Electrical Infrastructure: Replacement of existing overhead powerlines with underground electrical systems to improve
reliability and visual appearance
• Street Lighting: Installation of new light poles to enhance nighttime visibility and public safety for airport tenants and visitors
• Wayfinding Signage: Implementation of strategically placed signage to improve navigation to Airport businesses and services
• Gateway Monument Signs: Construction of gateway monument signs to mark entry points at the Airport's north and south boundaries
Funding for this Project is available in the Municipal Airport Capital Proj Fund for the 55FTW Airport Frontage Improve project, as appropriated.
The Business Equity Division placed a 12.90% business equity goal on this solicitation/contract. Garver, LLC will be exceeding the goal at
54.02%, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division.
Fort Worth Meacham International Airport is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the current capital budget, as previously appropriated, in the Municipal Airport Capital
Proj Fund for the 55FTW Airport Frontage Improve 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