Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
064316 - Construction-Related - Contract - Garver LLC
CSC No. 64316 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 Garver LLC., authorized to do business in Texas, ("ENGINEER"), for a PROJECT generally described as: Design and Bidding Support Services for the Runway 18R-36L Reconstruction and Taxiways Alpha and Charlie Rehabilitation project at Fort Worth Spinks Airport. Article I Scope of Services The Scope of Services is set forth in Attachment A. Article II Compensation The ENGINEER's compensation shall be in the amount up to $449,900.00 as set forth 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. Engineer shall provide monthly invoices to City. The Engineer shall provide the City sufficient documentation, including but not limited to meeting the requirements set forth in Attachment A to this AGREEMENT, to reasonably substantiate the invoices. Payments for services rendered shall be made in accordance with the Texas Prompt Payment Act (Texas Government Code Ch. 2251). Acceptance by Engineer of said payment shall release City from all claims or liabilities under this Agreement for anything related to, performed, or furnished in connection with the Services for which payment is made. Article III Term 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. Unless specifically otherwise amended, the original term shall not exceed five years from the original effective date. OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 FT. WORTH, TX at Fort Worth Spinks Airport Page 1 of 16 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. 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. Designation of Engineer's Personnel (1) The ENGINEER and CITY shall agree upon the designation of the ENGINEER's "Project Manager" prior to starting work on contract. (2) ENGINEER shall inform CITY in writing of a proposed change to their designated project manager prior to making the change or immediately upon receiving notification that the designated project manager is separating employment with the ENGINEER. (3) ENGINEER shall provide resumes to the CITY of the proposed replacement project manager(s), who shall have similar qualifications and experience as the outgoing person, for review and approval. D. 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 City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 2 of 16 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. E. 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. F. 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. City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 3 of 16 (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. G. 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. H. 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 City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 4 of 16 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 no other matters at issue between the CITY and the construction contractor that affect the amount that should be paid. I. 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. 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 subconsultant agreements hereunder a provision to the effect that the subconsultant agrees that the CITY shall, until the expiration of five (5) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subconsultant, involving transactions to the subcontract, and further, that the CITY shall have access during normal working hours to all subconsultant facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with subsection (3) hereof. CITY shall give subconsultant reasonable advance City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 5 of 16 written notice of intended audits. (3) ENGINEER and subconsultant agree to reproduce 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. K. INSURANCE Engineer shall not commence work under this Agreement until it has obtained all insurance required under Attachment D and City has approved such insurance. L. Independent Consultant The ENGINEER agrees to perform all services as an independent consultant and not as a subcontractor, agent, or employee of the CITY. The doctrine of respondeat superior shall not apply. M. Disclosure The ENGINEER acknowledges to the CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interest, direct or indirect, in property abutting the proposed PROJECT and business relationships with abutting property cities. The ENGINEER further acknowledges that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. N. Asbestos or Hazardous Substances (1) If asbestos or hazardous substances in any form are encountered or suspected, the ENGINEER will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. (2) If asbestos or other hazardous substances are suspected, the CITY may request the ENGINEER to assist in obtaining the services of a qualified subcontractor to manage the remediation activities of the PROJECT. O. Permitting Authorities - Design Changes If permitting authorities require design changes so as to comply with published design criteria and/or current engineering practice standards which the ENGINEER should have been aware of at the time this Agreement was executed, the ENGINEER shall revise plans and specifications, as required, at its own cost and expense. However, if design changes are required due to City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 6 of 16 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 effect 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. P. Schedule ENGINEER shall manage the PROJECT in accordance with the schedule developed per Attachment A 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 City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 7 of 16 decisions required by the CITY in a timely manner in accordance with the project schedule prepared in accordance with Attachment D. E. Prompt Notice The CITY will give prompt written notice to the ENGINEER whenever CITY observes or becomes aware of any development that affects the scope or timing of the ENGINEER's services or of any defect in the work of the ENGINEER or construction contractors. F. Asbestos or Hazardous Substances Release. (1) CITY acknowledges ENGINEER will perform part of the work at CITY's facilities that may contain hazardous materials, including asbestos containing materials, or conditions, and that ENGINEER had no prior role in the generation, treatment, storage, or disposition of such materials. In consideration of the associated risks that may give rise to claims by third parties or employees of City, City hereby releases ENGINEER from any damage or liability related to the presence of such materials. (2) The release required above shall not apply in the event the discharge, release or escape of hazardous substances, contaminants, or asbestos is a result of ENGINEER's negligence or if ENGINEER brings such hazardous substance, contaminant or asbestos onto the project. G. Contractor Indemnification The CITY agrees to include in all construction contracts the provisions of Article IV.E. regarding the ENGINEER's Personnel at the 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." City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 8 of 16 (2) This AGREEMENT gives no rights or benefits to anyone other than the CITY and the ENGINEER and there are no third -party beneficiaries. (3) The CITY will include in each agreement it enters into with any other entity or person regarding the PROJECT a provision that such entity or person shall have no third -party beneficiary rights under this Agreement. (4) Nothing contained in this Section H. shall be construed as a waiver of any right the CITY has to bring a claim against ENGINEER. 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. J. 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. 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 City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 9 of 16 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 shall exercise 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: compliance with any government law, ordinance, or regulation, acts of God, 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. 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 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.) Reasonable cost of reproduction or electronic storage of partial or complete studies, plans, specifications or other forms of ENGINEER'S work product; b.) The reasonable 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. (2) Prior to proceeding with termination services, the ENGINEER will submit to the CITY an itemized statement of all projected termination expenses. The CITY'S approval shall be obtained in writing prior to proceeding with termination services. City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 10 of 16 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 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. City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 11 of 16 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 from and against all 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 Agreement by itself or its employees, in conjunction with or related to the performance of ENGINEER's services under this Agreement. K. 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 ENGINEER 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 ENGINEER's respective right to insist upon appropriate performance or to assert any such right on any future occasion. L. 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, City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 12 of 16 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. M. Prohibition On Contracts With Companies Boycotting Israel ENGINEER unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if ENGINEER 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, ENGINEER certifies that ENGINEER'S signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, ENGINEER: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. N. Waiver of Special and Punitive Damages NOTWITHSTANDING ANYTHING IN 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 OF THE CAUSE OR ACTION. O. Prohibition on Boycotting Energy Companies ENGINEER acknowledges that in accordance with Chapter 2276 of the City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 13 of 16 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, 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. P. Prohibition on Discrimination Against Firearm and Ammunition Industries ENGINEER 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, 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. 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. City of Fort Worth, Texas Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 14 of 16 The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C - Location Map Attachment D — 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 Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 at Fort Worth Spinks Airport Page 15 of 16 BY: CITY OF FORT WORTH ✓ap...W�L Valerie Washington (Nov 18, 202508:57:57 CST) Valerie Washington Assistant City Manager Date: 11/18/2025 ATTEST: Jannette Goodall City Secretary APPROVAL RECOMMENDED: By: Roger Venables Director, Aviation APPROVED AS TO FORM AND LEGALITY By: Candace Pagliara (Nov1 -20]59 C51) Candace Pagliara Assistant City Attorney Contract Compliance Manager: BY: GARVER, LLC r Mitchell McAnally Vice President Date: November 17, 2025 M&C No.: 25-1008 M&C Date: 10/28/2025 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. K11- 11��— Katya Flores Senior Contract Compliance Specialist OFFICIAL RECORD City of Fort Worth, Texas CITY SECRETARY Runway 18R-36L Reconstruction and Standard Agreement for Engineering Related Design Services Taxiways Alpha & Charlie Rehab Design Revised Date: August 18, 2025 FT. WORTH, TX at Fort Worth Spinks Airport Page 16 of 16 CARVER ATTACHMENT A SCOPE OF SERVICES Generally, the Scope of Services includes the following professional services for improvements to the Runway 18R-36L, Taxiway A, and Taxiway C pavement at Spinks Airport (FWS). Improvements will consist primarily of pavement rehabilitation, runway groove installation, and underdrain installation as shown in Exhibit C. The following professional services are included in this agreement. • Surveying Services • Geotechnical Services • Design Services 0 Preliminary Engineering Report 0 60% Preliminary Design 0 90% Final Design 0 100% Issued for Bid • Bidding Services 1. SURVEYING SERVICES 1.1. Design Surveys. White Hawk Engineering, as a subconsultant to Garver, will provide field survey data from field work for designing the project, and this survey will be tied to the Owner's control network. 1.2. White Hawk Engineering will conduct field surveys, utilizing radial topography methods, at intervals and for distances at and/or along the project site as appropriate for modeling the existing ground, including locations of pertinent features or improvements. Buildings and other structures, airfield pavements, streets, drainage features, airfield lights and signs, fences, trees over eight inches in diameter, visible utilities as well as those underground utilities marked by their owners and/or representatives, and any other pertinent topographic features that may be present at and/or along the project site, will be located. Control points will be established for use during construction. Surveys inside the Runway Safety Area will be conducted at night unless otherwise approved. 1.3. White Hawk Engineering will assemble data obtained during the performance of the field surveys in an AutoCAD Civil3D base map drawing to be utilized for design of the project. 2. GEOTECHNICAL SERVICES 2.1. Arias, as a subconsultant to Garver, will be responsible for obtaining, interpreting, and evaluating geotechnical data necessary for the design of this project. The summary of the geotechnical services provided under this Scope of Services is noted in Exhibit E. 3. FEASIBILITY STUDY — PARALLEL TAXIWAY CONVERSION TO RUNWAY 3.1. General: Garver will review previously documented analysis of utilizing the parallel taxiway as an alternate landing surface and will advise and assist the airport based on the anticipated aircraft traffic that could utilize each alternate landing surface alternative. 3.2. Garver will coordinate with the FAA to submit an airspace study for approval of the preferred alternate landing surface alternative. Garver will prepare and submit the alternate landing surface to the FAA for airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA) website and coordinate with FAA representatives as necessary. Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER 3.3. Garver will perform a surface inspection of the Parallel Taxiway to identify potential issues prior to its use as an alternate landing surface and address potential issues as necessary in the Runway Rehabilitation project. 4. DESIGN SERVICES 4.1. General: Garver will prepare detailed construction drawings, specifications, instructions to bidders, and general provisions and special provisions, all based on guides furnished to Garver by the Owner and FAA, or internally developed by Garver. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. These designs shall conform to the standards of practice ordinarily used by members of Garver's profession practicing under similar conditions and shall be submitted to TxDOT Aviation from which approval must be obtained. 4.2. Owner / Agency Coordination: Garver's project manager and/or design team will coordinate with the Owner as necessary to coordinate design decisions, site visits, document procurement, or other design needs. 4.3. Project Management Plan / Quality Control Procedures 4.3.1. Garver will develop a project specific project management plan. The project management plan will include the project background, scope of work, stakeholder contact information, project team organization and roles, design criteria, project schedule, deliverables, and quality control procedures. 4.3.2.Garver will complete quality control reviews for each deliverable prior to any design submission to Owner and/or TxDOT. Quality control reviews will be completed by qualified project managers, project engineers, or senior construction observers who are experienced in the relevant discipline and design elements under review. Weekly internal progress meetings will be held during all design phases to ensure adequate quality control throughout the design phases. 4.4. Environmental Coordination 4.4.1.Garver will develop a Stormwater Pollution Prevention Plan (SWPPP), including erosion control plans and details. 4.4.2.Garver will follow the procedures of Section 743 for any of the proposed improvements for the project. These procedures will include a modification to the Airport Layout Plan to be submitted to TxDOT for review. 4.4.3.After the coordination of the Section 743, Garver will coordinate and complete documentation for submission to FAA to receive environmental clearance for the project. Documentation will include that required by the documented CATEX questionnaire of FAA SOP 5.0. No environmental agency coordination is expected for this project area. 4.5. Airspace Analysis: Garver will prepare and submit the project to the FAA for permanent airspace clearance on the Obstruction Evaluation and Airport Airspace Analysis (OE/AAA) website and coordinate with FAA representatives. Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER 4.6. Construction Safety and Phasing Plan 4.6.1.Garver will develop a construction safety and phasing plan (CSPP) for the project. During development of the CSPP, Garver will hold a meeting with Airport staff and other stakeholders at the Airport's request to obtain feedback regarding operations during each proposed phase of construction. 4.6.2.As part of the CSPP, Garver will review the option of converting Taxiway B into a temporary runway. 4.6.3.After receiving comments from the meeting, Garver will develop a preliminary CSPP for the Owner's review prior to submission to the FAA. After incorporating Owner comments, the CSPP will be submitted to FAA for review through the OE/AAA website. 4.7. Existing Conditions Review 4.7.1. Record Document Review: Garver will review record document data from the vicinity of the construction site to evaluate existing conditions. Record document data may include record drawings, record surveys, utility maps, GIS data, and previous design reports. 4.7.2.Site Visits: Garver's civil engineers will perform up to two (2) site visits to the project site to review existing conditions and evaluate survey and record document data. 4.8. RSA Evaluation: Garver will evaluate the existing conditions of Runway 18R-36L runway safety area (RSA) in accordance with ARP Standard Operating Procedure 8.0 effective 1/1/2016 and FAA Order 5200.8. The purpose of the evaluation will be to provide the necessary information to the FAA for the purpose of making a Runway Safety Area Determination (RSAD). The RSA will be evaluated for compliance with the RSA Standards in FAA Advisory Circular 150/5300-13B. Evaluation of the existing conditions will include a site visit by the project manager and design engineer to determine (by visual means and by survey analysis) any non -conforming objects or grades inside the limits of the RSA. The Owner will provide site access for the site visit. 4.9. Pavement Design: Garver will develop a fleet mix for the proposed project based on aircraft fleet data from the Airport Master Plan and Traffic Flow Management System Counts (TFMSC). Upon completion of the aircraft fleet mix, Garver will submit the fleet to the Owner for review. Upon approval by the Owner, Garver will use FAARFIELD and life cycle cost analysis methods to develop a recommendation for the most economical pavement design. Based on this analysis and discussions with the Owner, a pavement design for the project will be chosen. 4.10. Geometric Design: Garver will provide geometric design in accordance with FAA AC 150/5300-13 (latest edition) or other local standards. The following design criteria will be used for airfield design: • Airplane Design Group (ADG) — II • Aircraft Approach Category (AAC) — C • Taxiway Design Group (TDG) —1 B • Critical Aircraft — Challenger 350 Updating existing taxiway geometry to the current fillet design standards is not included in this project. Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER 4.11. Modeling: Garver will develop preliminary vertical alignments based on the requirements of FAA AC 150/5300-13 (latest edition). Upon the completion of vertical alignments, assemblies will be developed based on the pavement design and corridors will be modeled for each runway and taxiway alignment. Modeling will include all surface changes from centerline of corridor to tie into existing grade for the project site. At the completion of individual corridor developments, all corridors will be combined into a final grading surface. Modeling will be an iterative process to determine the most efficient design solution. 4.12. Grading and Drainage: Grading and drainage design shall be completed in accordance with FAA AC 150/5300-13 (Airport Design), FAA AC 150-5320-5 (Airport Drainage Design), and applicable local drainage codes. 4.13. Airfield Electrical 4.13.1.Airfield Lighting and Signage: Garver will provide electrical engineering services to adjust existing lighting systems as needed based on pavement rehabilitation on the project including but not limited to the following: runway and taxiway edge lighting. 4.14. Specifications and Contract Documents 4.14.1. Technical Specifications: Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 150/5370-10 (latest edition) or other appropriate standards approved for use by the FAA. Additional supplementary specifications will be developed for project requirements not covered by FAA AC150/5370-10 or when state or local standards are approved by the FAA. 4.14.2. Construction Contract Documents: Garver will develop construction contract documents based on TxDOT Aviation standards and City of Fort Worth provided template. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garver from the FAA and/or Department of Labor as appropriate for incorporation into the specifications for the proposed project. Final construction contract documents will be submitted to the Owner for final review and approval. 4.15. Engineer's Report: Garver will prepare an Engineer's Report to outline the project's design criteria and design considerations. The report will discuss design decisions of all major project parameters. A summary of the sections to be included in the Engineer's Report are shown below: • Project Background • Existing Conditions o Site Survey o Geotechnical Investigation o Project Photographs o Runway Safety Area Inventory • Applicable AIP Standards • Construction Safety and Phasing • Geometric Design • Pavement Rehabilitation Design • Grading Analysis Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER • Underdrain Design • Airfield Lighting and Signage • Pavement Markings • Environmental Considerations • Modifications to AIP Standards • Project Schedule • Engineer's Opinion of Probable Cost 4.16. Quantities and Engineer's Opinion of Probable Cost: Garver will develop detailed quantities in PDF format for use in construction cost estimating for each design phase. Quantities will be completed by pay item. Upon the completion of quantity development, Garver will review previous cost data and market conditions and complete an Engineer's Opinion of Probable Cost. 4.17. Design Services Submission and Meeting Summary: The following design submittal phases shall be included in the fee summary. A summary of each design phase and the associated review meetings is included below. 4.17.1. Preliminary Engineering Report 4.17.1.1. Garver will develop Preliminary Engineering Report and submit to the Owner and TxDOT for review. It is anticipated that the Owner will review the design submission within two weeks. 4.17.1.2. At the completion of the Owner review period, Garver will meet with the Owner and TxDOT to review the Preliminary Engineering Report and to receive Owner comments and direction. 4.17.2. 60% Preliminary Design 4.17.2.1. Garver will develop 60% preliminary design plans, specifications, and engineer's estimate of probable cost and submit these to the Owner and TxDOT for review. It is anticipated that the Owner and TxDOT will review the design submission within two weeks. 4.17.2.2. At the completion of the Owner review period, Garver will meet with the Owner and TxDOT to review the 60% preliminary design plans, specifications, and engineer's estimate of probable cost and to receive Owner and TxDOT comments and direction. 4.17.3. 90% Final Design 4.17.3.1. Garver will develop 90% final design plans, specifications, and engineer's estimate of probable cost and submit these to the Owner and TxDOT for review. It is anticipated that the Owner will review the design submission within two weeks. 4.17.3.2. At the completion of the Owner review period, Garver will meet with the Owner and TxDOT to review the 90% final design plans, specifications, and engineer's estimate of probable cost and to receive Owner comments and direction. Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER 4.17.4. 100% Issued for Bid (IFB): Garver will develop 100% IFB plans and specifications and submit these to the Owner for review. It is anticipated that the Owner will review the IFB submission within two weeks. 5. BIDDING SERVICES 5.1. Bidding. Garver will assist the Owner in advertising for and obtaining bids or negotiating proposals for one prime contract for construction, materials, equipment and services; and, where applicable, maintain a record of prospective bidders to whom Bidding Documents have been issued, and attend a pre -bid conference. The Owner will pay advertising costs outside of this contract. 5.2. Garver will issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Garver will consult with and advise the Owner as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) (herein called "Contractor(s)") for those portions of the work as to which such acceptability is required by the Bidding Documents. Garver will consult with the Owner concerning the acceptability of substitute materials and equipment proposed by Contractor(s) when substitution prior to the award of contracts is allowed by the Bidding Documents. 5.3. Garver will attend the bid opening, prepare a bid tabulation, and assist the Owner in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment, and services. Garver will assist the Owner in the execution of all contract documents and furnish a sufficient number of executed documents for the Owner, Contractor and TxDOT Aviation. 6. PROJECT DELIVERABLES 6.1. The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. • Preliminary Engineering Report to the Owner and TxDOT. • 60% Preliminary Design Plans, Specifications, and Engineer's Estimate of Probable Cost to the Owner, and TxDOT Aviation. • 90% Final Design Plans, Specifications, and Engineer's Estimate of Probable Cost to the Owner and TxDOT Aviation. • 100% Issued for Bid Plans, and Specifications to the Owner and TxDOT Aviation. • Issued for Construction Plans and Specifications to the Owner, Contractor, and TxDOT Aviation. • Other electronic files as requested. 7. ADDITIONAL SERVICES 7.1. 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. Changes conditions may include, but are not limited to major changes to pavement, building, or utility alignments. • Deliverables beyond those listed herein. • Design of any utility relocation. • Subsurface Utility Exploration (SUE). Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 CARVER • DBE Program Goal Setting or Reporting • 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 DEQ. • Construction Administration Services, On -Site Construction Observation, and Construction Materials Testing. • 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 or similar jurisdiction. • Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR. • Services after construction, such as warranty follow-up, operations support, and Part 139 inspection support. SCHEDULE 8.1. Garver shall begin work under this Agreement within a mutually agreeable schedule after execution of this Agreement and shall complete the work in accordance with the schedule below: Design Phase Calendar Days Preliminary Engineering Report 8 weeks from agreement execution, NTP, and design kickoff meeting 60% Preliminary Design 6 weeks from Receipt of Preliminary Engineering Report Comments 90% Final Design 5 weeks from Receipt of 60% Preliminary Design Comments 100% Issued for Bid 2 weeks from Receipt of 90% Final Design Comments Exhibit A — Scope of Services FWS RW 18R-36L, TW A, and TW C Rehabilitation Garver Project No. 2501868 ATTACHMENT B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation COMPENSATION Title I Service Estimated Fees Lump Sum Surveys $ 71,000.00 Lump Sum Geotechnical $ 84,000.00 Lump Sum Preliminary Engineers Report $ 80,000.00 Lump Sum Preliminary Design $ 109,300.00 Lump Sum Final Design $ 91,600.00 Lump Sum Bidding Services $ 14,000.00 Subtotal for Title I Service $ 449,900.00 \\garverinc.local\gdata\Projects\2025W11-2501868 - FWS RWY 18R-36L and TWA TW C Rehab\Contracts\Client\Draft\Exhibit B -Garver Fee Spreadsheet - Lump Sum or Hourly - 2025-09-09 Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Surveys (White Hawk Engineering) WORK TASK DESCRIPTION E-6 E-5 E-3 E-2 E-1 hr hr hr hr hr 1. Surveys - Topographic Subtotal - Surveys - Topographic 0 0 0 0 0 Hours SUBTOTAL - SALARIES: $0.00 Document Printing/Reproduction/Assembly Postage/Freight/Courier Travel Costs $0.00 $0.00 $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $0.00 SUBTOTAL: $0.00 SUBCONSULTANTS FEE: $71,000.00 TOTAL FEE: $71,000.00 Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Geotechnical (Arias) WORK TASK DESCRIPTION E-6 E-5 E-3 E-2 E-1 hr hr hr hr hr 1. Civil Engineering Subtotal -Civil Engineering 0 0 0 0 0 Hours SUBTOTAL - SALARIES: $0.00 Document Printing/Reproduction/Assembly Postage/Freight/Courier Travel Costs $0.00 $0.00 $0.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $0.00 SUBTOTAL: $0.00 SUBCONSULTANTS FEE: $84,000.00 TOTAL FEE: $84,000.00 Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Preliminary Engineers Report WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 E-1 hr hr hr hr hr hr 1. Civil Engineering Prepare for PER Kickoff Meeting 1 Conduct PER Kickoff Meeting / Site Visit Field Investigation (2 Persons) 1 5 5 1 Prepare PER Kickoff Meeting Minutes 1 Record Research and Review 2 2 Coordination with Surveying Subconsultant 4 Coordination with Geotechnical Subconsuhant 4 Coordination with Airport for Surveying and Geotechnical Services RunwaV Closures 4 FWS Airport Coordination 1 4 Develop Report Schedule and Project Management Plan 2 Internal Weekly Progress Meetings (8 Weeks) 4 4 4 4 4 Alternate Landing Surface Feasability Study eview, revious erne a Landing SurraceAltemativesan iscuss with FWS 2 2 Alternate Landing Surface Submission to FAA Through OEAAA 1 Alternate Landing Surface Inspection Site Visit (2 people) 6 6 Prepare Plan Sheets and ecommen a ions or ema a an ing Surface Repairs 4 8 Technical Analysis Analyze Survey Data 2 4 Perform Runway Grade Evaluation & Review Runway Line of Sight 2 4 4 Analyze Geotechnical Data and Review Report 2 5 Establish Fleet Mix 2 6 Analyze FAARFIELD Pavement Design Alternatives & Develop Pavement Options 2 4 Setup Project Base Files and Exhibit Sheets 2 6 Pavement Life Cycle Cost Analysis 2 2 Civil 3D Modeling Setup Alignments 4 Setup Assemblies 4 Develop Geometric Layout 4 8 Develop Runway 16-34 Corridor Model 8 Preparation of Preliminary Engineering Report Develop Report Outline 4 General Report Narrative 4 4 Establish Design Criteria 1 2 Develop Rehabilitation Options 3 2 8 Develop Rehabilitation Exhibits, Figures, and Charts 10 Develop Typical Sections 2 8 Develop Phasing Options 4 4 Develop Phasing Exhibits 2 10 Develop Pavement Markings Exhibits 2 8 Develop Quantities 8 8 Develop Opinion of Probable Cost 1 2 4 Quality Control Review 10 Finalize and Submit Draft Report 2 2 2 Prepare for Draft Report Review Meeting 2 Conduct Draft Report Review Meeting 1 5 5 Prepare Draft Report Review Meeting Minutes 2 Subtotal- Civil Engineering 6 83 10 53 35 108 2. Electrical Engineering Review As -Built Drawings 1 2 Internal Weekly Progress Meetings (8 Weeks) 4 4 Conduct PER Kickoff Meeting 1 Technical Analysis Analyze Survey Data to Include Existing Electrical Information 1 2 Analyze Existing Electrical Power/CircuitsNault 1 2 Review Details for Civil Plans and Electrical Adjustments 1 2 Preparation of Preliminary Engineering Report Existing Electrical Conditions Discussion 1 Impacts to NAVAID Discussion 1 2 Imacts to Electrical with Proposed Civil Work Discussion 1 2 Subtotal- Electrical Engineering 0 11 1 0 1 17 0 0 Hours SUBTOTAL - SALARIES: $79,582.00 im DIRECT NONIABOR EXPENSES Document Printing/Reproduction/Assembly $100.00 Postage/Freight/Courier $98.00 Office Supplies/Equipment $70.00 Computer Modeling/Software Use $70.00 Travel Costs $80.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $418.00 SUBTOTAL: SUBCONSULTANTS FEE: $80,000.00 $0.00 TOTAL FEE: $80,000.00 Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Preliminary Design WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 E-1 hr hr hr hr hr hr 1. Civil Engineering Coordination with FAA 2 4 Coordination with Airport(FWS) 2 4 Coordination with TxDOT 2 2 Internal Weekly Progress Meetings (8 Weeks) 4 4 4 4 4 Design Kickoff Meeting 1 1 1 1 1 Site Visit (2 people, 1 trip) 6 6 Project Management Plan Development 2 Base Map Setup 2 6 Review As -Built Drawings 2 4 8 Meet with FWS and Tennants on CSPP (On -Site, 2 people) 6 6 CSPP Submission to FAA Through OEAAA 1 2 Section 7431 CATEX Documentation 2 2 Update Geometric Layout 2 4 Update Horizontal Alignments 2 Update Vertical Alignments 4 Update Assemblies 2 Update Corridor Model 2 12 Underdrain Design and Calculations 1 4 8 Preliminary Plana Cover Sheet 1 Sheet Index 1 General Notes 1 Project Layout Plan 2 4 Survey Control Plan 4 Construction Safety and Phasing Plans 2 2 8 Construction Safety Details 1 Existing Conditions Plans 4 Erosion Control Plans 4 Erosion Control Details 1 Demolition Plans 6 Demolition Details 1 Underdrain Plans 8 Underdrain Details 1 Typical Sections 4 Paving Plans 8 Paving Details 1 Grading Plans 4 Grading Details 1 Pavement Marking Plans 4 Pavement Marking Details 1 Develop Preliminary Front End Documents 4 Develop Preliminary Technical Specifications 1 1 2 6 Develop Preliminary Supplemental Specifications 1 1 4 6 Develop Preliminary Quantities 1 2 6 8 Develop Preliminary Opinions of Probable Construction Costs 4 8 Internal Quality Control (QC) Review 16 16 16 Incorporate QC Review Comments 2 4 8 16 Prepare for Preliminary Plan Review Meeting 2 Attend Preliminary Plan Review Meeting (2 People, on-sRe) 5 5 Prepare and Distribute Preliminary Review Meeting Minutes and Tasks 2 Subtotal -Civil Engineering 12 65 32 59 95 95 2. Electrical Engineering Internal Weekly Progress Meetings (8 Weeks) 3 3 3 Preliminary Plans Electrical Notes 2 Lighting Removal Plans 1 4 8 Lighting Installation Plans 1 4 8 Lighting Details 1 4 Develop Preliminary Technical Specifications Mad Pages 2 Develop Preliminary Technical Specifications 1 4 Develop Preliminary Supplemental Specifications 2 4 Develop Preliminary Quantities 2 8 Develop Preliminary Opinions of Probable Construction Costs 1 2 Internal Quality Control (QC) Review 8 8 Incorporate QC Review Comments 4 8 Subtotal- Electrical Engineering 0 17 8 26 45 0 Hours SUBTOTAL -SALARIES: ifli-ITI.Y111 M., 140 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $108.00 Postage/Freight/Courier $110.00 Office Supplies/Equipment $70.00 Computer Modeling/Software Use $100.00 Travel Costs $110.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $498.00 SUBTOTAL: $109,300.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $109,300.00 Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Final Design WORK TASK DESCRIPTION Finalize Corridor Model Fin.liz. Und.rdrain Design and Calculation. E..i.n Control Plan. Erosion Control Details Und.rdrain Plan. Underdrain Details Typical S—Ii.n. Finalize Front End Documends Finalize Supplemendal Specifications Prepare Final Engineers Report Lighting Installeb- Plan. of.,P.robable Construction Costs ,,;;na,1;ze.0pm;s Incorporate QC - Incorporate, Preliminary E�l R,vi,, Comments o®o�®oo Hours SUBTOTAL -SALARIES: DIRECT NON -LABOR EXPENSES Document Prinling/Reproduction/Assembly $108.00 Postage/Freight/Couner $110.00 Office Supplies/Equipment $100.00 Computer Modeling/Soft—. Use $120.00 Travel Costs $115.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $553.00 SUBTOTAL: SUBCONSULTANTS FEE: TOTAL FEE: [m IID Attachment B Fort Worth Spinks Airport FWS RW 18R-36L, TW A, and TW C Rehabilitation Bidding Services WORK TASK DESCRIPTION E-6 E-5 E-4 E-3 E-2 E-1 hr hr hr hr hr hr 1. Civil Engineering Coordination with City of Fort Worth Procurement 2 Contact Prospective Bidders 4 Review and Respond to Bidder Questions 6 Draft and Distribute Addendums 2 Prepare for Pre -Bid Meeting 2 Attend Pre -Bid Meeting (2 people, on -site) 5 5 Attend Bid Opening (virtual) 1 3 Evaluate Bids and Prepare Recommendation of Award 1 2 Subtotal- Civil Engineering 6 21 0 0 0 6 2. Electrical Engineering Draft Addendums 6 Prepare for Pre -Bid Meeting 2 Attend Pre -Bid Meeting 1 Subtotal- Electrical Engineering 0 9 1 0 1 0 1 0 1 0 Hours 6 30 SUBTOTAL - SALARIES: $13,776.00 DIRECT NON -LABOR EXPENSES Document Printing/Reproduction/Assembly $50.00 Postage/Freight/Courier $50.00 Once Supplies/Equipment $50.00 Travel Costs $74.00 SUBTOTAL - DIRECT NON -LABOR EXPENSES: $224.00 SUBTOTAL: $14,000.00 SUBCONSULTANTS FEE: $0.00 TOTAL FEE: $14,000.00 ATTACHMENT C &C EHAB 4sA TAXIWAYS A & C (WEST -SIDE) REHAB TVC a a TW C F TW K a C Y s s TW D s s 9S P TW E s RW 18R-36L . RUNWAY 18R-36L UNDERDI & RECONSTRUCTION t TW F a a g a a fWG a a � Q s a TW H ATTACHMENT D 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, bodily 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 by the 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 Rev. 5.04.21 Page 1 of 3 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. To the extent of Engineer's indemnity obligations, 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 4 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 by Engineer. A ten (10) days' notice by Engineer 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. i. The City hereby accepts Engineer's self -insured retention in excess of $25,000 as part of this Agreement. 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. City shall be entitled, upon its request and without incurring expense, to review Insured's insurance policies, with premium amounts redacted, 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 prior to the date of this Agreement. The certificate of insurance shall state both the retroactive date and that the coverage is claims -made. k. Coverages, whether written on an occurrence or claims -made basis, shall be maintained without interruption nor restrictive modification or changes from date of commencement of the Project until final payment and termination of any coverage required to be maintained after final payments. I. City shall not be responsible for the direct payment of any insurance premiums required by Agreement. m. Subcontractors of Insured shall be required by Insured to maintain the same or reasonably equivalent insurance coverage commensurate with the subcontractor's scope of work as required by Insured. Upon City's request, CFW Standard Insurance Requirements Page 3 of 4 Rev. 5.04.21 Insured shall provide City with documentation thereof. CFW Standard Insurance Requirements Page 4 of 4 Rev. 5.04.21 FORT WORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: FWS RWY 18R-36L & TWYs A & C Reconstruction Design Agreement M&C 25-1008 CPN 106432 CSO # DOC# DATE: 11/17/2025 INITIALS DATE OUT TO: Jff 11/17/2025 1. Joe Hammond 711 01 11/17/2025 2. Roger Venables R 11/18/2025 3. Candace Pa liara 11/18/2025 4. Valerie Washington 11/18/2025 5. Janette Goodall ,a „etteGooda„ 6. DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Manager's signature for approval MUST BE ROUTED TO THE APPROPRIATE ACM for approval first. Once the ACM has signed the routing slip, David will review and take the next steps. NEEDS TO BE NOTARIZED: ❑ Yes ❑X No RUSH: ❑ Yes ❑X No SAME DAY: ❑ Yes ❑ No NEXT DAY: ❑ Yes ❑ No ROUTING TO CSO: ❑x Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information 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. FORT WORTH, City Secretary's Office Contract Routing & Transmittal Slip Contractor's Name: Garver Subject of the Agreement: An agreement with Garver for design and bidding support services for the Runway 18R-36L Reconstruction and Taxiways Alpha & Charlie Rehab project at Fort Worth Spinks Airport M&C Approved by the Council? * Yes 8 No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 8 If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 8 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Date of agreement execution If different from the approval date. Expiration Date: N/A If applicable. Is a 1295 Form required? * Yes 8 No 8 *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: If applicable. 106432 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 8 No ❑ Contracts need to be routed for CSO processing in the followingorder: rder: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. City of Fort Worth, Texas Mayor and Council Communication DATE: 10/28/25 M&C FILE NUMBER: M&C 25-1008 LOG NAME: 55FWS RUNWAY 18R-36L AND TAXIWAYS A & C RECONSTRUCTION DESIGN SUBJECT (CD 8) Authorize Execution of an Engineering Services Agreement with Garver, LLC in an Amount Up to $450,000.00 for Design of the Runway 18R-36L and Taxiways Alpha & Charlie Reconstruction Project at Fort Worth Spinks Airport RECOMMENDATION: It is recommended the City Council authorize execution of an engineering services agreement with Garver, LLC in an amount up to $450,000.00 for design of the Runway 18R-36L and Taxiways Alpha & Charlie Reconstruction project at Fort Worth Spinks Airport (City Project No. 106432). DISCUSSION: The Aviation Department is seeking City Council approval to authorize execution of an engineering services agreement with Garver, LLC (Garver) in an amount up to $450,000.00 for design of the Runway 18R-36L and Taxiways Alpha & Charlie Reconstruction project (Project) at Fort Worth Spinks Airport (Airport). On May 14, 2025 and May 21, 2025, a Request for Qualifications (RFQ) was advertised in the Fort Worth Star -Telegram for "Engineering Services at City of Fort Worth Spinks Airport," which included "Future Proposed Projects" the City may plan on initiating within the next five-year period at the Airport. This Project was included on the list of proposed projects. On June 12, 2025, eight statements of qualifications were received, and a team of four evaluators consisting of members of the Aviation Department evaluated and scored the submissions on the following criteria: (A) Recent Experience of the Project Team with Comparable Airport Projects within the Past Ten Years (25 points possible), (B) Proposed Technical Approach (25 points possible), (C) Project Team Availability and Ability to Meet Schedules and Deadlines (20 points possible), (D) Construction Management Experience (20 points possible), and (E) Public Engagement (10 points possible). The scores were averaged as follows: Firm �A ©©00 Total Garver 24.25 23.5 19.25 18.75 9.75 95.5 Firm 2 24.25 23.5 19.25 18.25 �7 92.25 Firm 3 18.75 22.75 19.25 17.5 ® 86.25 Firm 4 23.25 21.5 17.5 14.75 8.5 85.5 Firm 5 21.25 21.5 17.5 15.25 8.25 83.75 Firm 6 21.5 22.25 14.5 11 8.5 77.75 Firm 7 18.25 20 14 12.75 1.75 66.75 Firm 8 3.5 3.5 4.75 4.75 0.75 17.25 This Project will consist of various pavement improvements, including reconstruction of Runway 18R-36L and rehabilitation of Taxiway Alpha and Taxiway Charlie on the west -side of the Airport (see attached map). This Project will also include installation of underdrains below Runway 18R- 36L to improve drainage and help prevent water -related deterioration of the subgrade. Funding is budgeted in the Municipal Airport Capital Project Fund for the Aviation Department for the purpose of funding the FWS RWY 18R- 36L/TWY A&C WS (D) project, as appropriated. This agreement is a Professional Services agreement, therefore the Small Business Ordinance does not apply. Fort Worth Spinks Airport is located in COUNCIL DISTRICT 8. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Municipal Airport Capital Proj Fund for the FWS RWY 18R-36L/TWY A&C WS (D) project to support the above recommendation and execution of the agreement. Prior to an expenditure being incurred, the Aviation Department has the responsibility to validate the availability of funds. Submitted for City Manager's Office by. Valerie Washington 6199 Originating Business Unit Head: Roger Venables 6334 Additional Information Contact: Tyler Dale 5416 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1of1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2025-1373160 GARVER, LLC FRISCO, TX United States Date Filed: 10/06/2025 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Fort Worth, Texas Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. City Project No. 106432 FWS Runway 18R-36L and Taxiways A & C Reconstruction Design Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary HOSKINS, BROCK FRISCO, TX United States X GRAVES, MICHAEL FRISCO, TX United States X SCHNIERS, BRENT FRISCO, TX United States X SOBER, JEFFREY FRISCO, TX United States X MOTT, JR., WM. EARL FRISCO, TX United States X HOLDER, JR., JERRY FRISCO, TX United States X MCILLWAIN, FRANK FRISCO, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Mitchell McAnally and my date of birth is - My address is , _]IL, USA (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Collin County, State of Texas on the 6th day of October , 20 25 . (month) (year) AII�l1l1 e Signature of authorized agent of contraaAg business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.f10dOM8