Loading...
HomeMy WebLinkAbout064406 - Construction-Related - Contract - Garver LLCCSC No. 64406 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 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Landing System Improvements project at Fort Worth Meacham International 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 $1,448,900.00 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 Runway 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services CITY SECRETARY Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 1 of 16 FT. WORTH, TX Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 2 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 3 of 16 Fort Worth Meacham International Airport (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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 4 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 5 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 6 of 16 Fort Worth Meacham International Airport 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 schedules 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 7 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 8 of 16 Fort Worth Meacham International Airport (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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 9 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 10 of 16 Fort Worth Meacham International Airport 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. 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. City of Fort Worth, Texas Runway 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 11 of 16 Fort Worth Meacham International Airport 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, 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 City of Fort Worth, Texas Runway 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 12 of 16 Fort Worth Meacham International Airport 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 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 City of Fort Worth, Texas Runway 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 13 of 16 Fort Worth Meacham International Airport 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 14 of 16 Fort Worth Meacham International Airport The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - Scope of Services Attachment B - Compensation Attachment C - Location Maps 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 16-34 Rehabilitation, Taxiway Standard Agreement for Engineering Related Design Services Tango Construction, and Instrument Landing Revised Date: August 18, 2025 System Improvements Design at Page 15 of 16 Fort Worth Meacham International Airport BY: CITY OF FORT WORTH VAL 44w-✓L vg.he Wa:hmgmn 1� 3.202s 1e TTA7 rsTl Valerie Washington Assistant City Manager 12/03/2025 ATTEST: S,efQR>°gPp Jannette Goodall City Secretary APPROVAL RECOMMENDED: Roger Venables Director, Aviation APPROVED AS TO FORM AND LEGALITY Candin w P &'Ara Candace Pagliara Assistant City Attorney Contract Compliance Manager: BY: GARVER, LLC A a4 Mitchell McAnal Vice President December 2, 2025 M&C No.: 25-1083 M&C Date: 11/18/2025 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. ram. i Flores Senior Contract Compliance Specialist OFFICIAL RECORD clty of Fort WaN, Te.ir; Runway 16-34 Rehahlrlanon, Tavw ry Standard ogre forEngineraing Related oeslgn Semlcas CITY SECRETARY Tango conamucron, and lnsWment Landing Revised Eche: August 16, 2025 S adem lmraowemeMs R "gn at Page 16 U 16 FT. WORTH, TX Forl Worth Meacham intem monal Airport G ATTACHMENTA SCOPE OF SERVICES RUNWAY 16-34 REHABILITATION AND RSA IMPROVEMENTS Generally, the Scope of Services includes the following professional services for improvements to the Runway 16-34 Rehabilitation and RSA Improvements Project at the Fort Worth Mechem (FTW) Airport. Improvements will consist primarily of spot pavement repairs/reconstruction and rehabilitation of the pavement joints on the runway, runway shoulder and blast pad reconstruction, remarking the runway, installing new runway edge lighting and infrastructure, as well as correcting of the infield area drainage deficiencies and runway safety area grades, as shown in Exhibit A-C. The scope of work outlined in this agreement with be included in a single bid package along with the following projects: Runway 16-34 ILS Relocation, and Parallel Taxiway Tango and Direct Access Taxiway Elimination project. • Project Administration • Feasibility Study— Parallel Taxiway Conversion to Runway • Design Services o 60% Preliminary Design o 90% Final Design 0 100% Issued for Bid • Bidding Services 1. PROJECT ADMINISTRATION I.I. 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 Owners representatives, local officials, state and federal agencies, and others regarding the scope of the proposed project, its general design, functions, and impacts. 1.2. Garver will assist in development of grant reimbursement packets for review, execution, and submittal to TxDOT Aviation by the Owner. 2. SURVEYING SERVICES 2.1. Garver will not perform additional survey services outside of the services provided under the agreement, CSC No. 60548. 3. GEOTECHNICAL SERVICES 3.1. Garver will not provide additional geotechnical services outside of the services provided under the agreement, CSC NO.60548. 4. FEASIBILITY STUDY— PARALLEL TAXIWAY CONVERSION TO RUNWAY 4.1. 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. 4.2. 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. Scope of Services Runway 16-34 Rehabilitation and RSA Improvements 4.3. 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. 5. DESIGN SERVICES 5.1. 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 TxDOT or internally developed by Garver. Contract Documents (Plans, Specifications, and Estimates) will be prepared for the 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 similarconditions and shall be submitted to the Texas Department of Transportation —Aviation Division (TxDOT) office from which approval must be obtained. 5.2. Owner / Aaencv Coordination. Garvefs 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. 5.3. Project Management Plan / Quality Control Procedures 5.3.1.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. 5.3.2.Garver will complete quality control reviews for each deliverable prior to any design submission to Owner and/or FAA. Quality control reviews will be completed by qualified project managers, project engineers, and/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. 5.4. Environmental Coordination 5.4. 1.Garver will develop a Stormwater Pollution Prevention Plan (SWPPP), including erosion control plans and details. 5.4.2.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. 5.4.3.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. 5.5. 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. Scope of Services Runway 16-34 Rehabilitation and RSA Improvements qL 5.6. Construction Safety and Phasing Plan 5.6.1.Gawer 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. 5.6.2.After receiving comments from the meeting, Garver will develop a preliminary CSPP for the Owners review prior to submission to the FAA. After incorporating Owner comments, the CSPP will be submitted to FAAfor review through the OE/AAA website. 5.6.3.Garver will assist the Airport with conducting a Safety Risk Assessment (SRA) as an element within the Safety Rick Management (SRM) process. Garver will assist the Safety Risk Management Panel (SRMP) with the SRA documentation needed to complete Phase 2 of the SRM. The first phase should be completed by a separate consultant while Garver is within the preliminary design. The second phase shall be completed as a separate task and shall only be completed if required by the FAA. A summary of the phases area listed below. SRM Phase 1 (Conducted by Others) • Kickoff Meeting with Airport Staff • Completion of FAA SAS Forms SRM Phase 2 • Conference call with Airport to discuss Risk Matrix and SRMP members • Prepare invitation for SRMP • Conduct Safety Risk Assessment (SRA) — Garver will assist with conducting this assessment • Prepare SRA Results Documentation — Garver will assist with providing this documentation 5.6.4.It is expected that SRMP will include, at a minimum, representatives for Airport operations, Aircraft Rescue and Firefighting (ARFF), public safety and security, airline representatives, Air Traffic Control Tower (ATCT), FAA facilities, and the FAA Regional Airport Districts Office (ADO). 5.7. Existing Conditions Review 5.7.1.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. 5.7.2.Site Visits. Garvers civil and electrical engineers will perform up to two (2) site visits to the project site to review existing conditions and evaluate survey and record document data. 5.8. Pavement Design: A fleet mix was developed and approved by the Owner during the Preliminary Engineering report that was conducted under agreement CSC No. 60548 Scope of Services Runway 16-34 Rehabilitation and RSA Improvements a 5.9. 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) — IV • Aircraft Approach Category (AAC) — D • Taxiway Design Group (TDG) —3 • Critical Aircraft — 757-300 5.10. 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 shoulder 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. 5.11. Grading and Drainage: Grading and drainage design shall be completed in accordance with FAA AC 15015300-13 (Airport Design), FAA AC 150-5320-5 (Airport Drainage Design), and applicable local drainage codes. 5.12. Airfield Electrical 5.12.1. Airfield Lighting and Signage: Garver will provide electrical engineering services to design the new Iighfing improvements on the project including but not limited to the following: runway edge lighting. 5.12.2. NAVAIDS: Garver will provide these services under the Runway ILS Relocation project. 5.13. Plan -Set Development: Construction plan documents will be prepared as one construction project under the Runway 16-34 Rehabilitation and RSA Improvements project. Plans for the Runway ILS Relocation and Parallel Taxiway Tango projects will be included within this construction plan document. 5.14. Specifications and Contract Documents 5.14.1. Technical Specifications: Detailed specifications shall be developed using FAA "Standards for Specifying Construction for Airports" AC 15015370-10 (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 AC15015370-10 or when state or local standards are approved by the FAA. 5.14.2. Construction Contract Documents. Garver will develop construction contract documents based on the City of Fort Worth provided template. A specimen copy of the General Provisions and applicable prevailing wage rates will be obtained by Garverfrom 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. Scope of Services Runway 16-34 Rehabilitation and RSA Improvements 5.15. Quantities and Enaineers 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 Engineers Opinion of Probable Cost. 5.16. Design Services Submission and Meeting Summarv: The following design submittal phases shall be included in the fee summary. A summary of each design phase and the associated review meetings are included below. 5.16.1. 60% Preliminary Design 5.16.1.1. Garver will develop 60% preliminary design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Ownerwill review the design submission within two weeks. 5.16.1.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 60% preliminary design plans, specifications, and engineer's report and to receive Owner comments and direction. 5.16.2. 90% Final Design 5.16.2.1. Garver will develop 90% final design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. 5.16.2.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 90% final design plans, specifications, and engineer's report and to receive Owner comments and direction. 5.16.2.3. Coordinate with an external contractor for constmctability review. Ensure that contractor is precluded from bidding the project. 5.17. 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. 6. BIDDING SERVICES 6.1. 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, attend a pre -bid conference and receive and process deposits for Bidding Documents. The Owner will pay advertising costs outside of this contract. Only one bid for the Runway 16-34 Rehabilitation and RSA Improvements with the ILS Relocation and the Taxiway Tango projects. 6.2. 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 Scope of Services Runway 16-34 Rehabilitation and RSA Improvements Contractors) when substitution prior to the award of contracts is allowed by the Bidding Documents. 6.3. 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. 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 Owners 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. • Pavement Design beyond that furnished in the Geotechnical Report. • Design of any utility relocation. • Engineering, architectural, or other professional services beyond those listed herein. • Retaining walls or other significant structural design. • Preparation of a Storm Water Pollution Prevention Plan (SWPPP). The construction contract documents will require the Contractor to prepare, maintain, and submit a SWPPP to DEC. • Construction Administration Services, On -Site Construction Observation, and/or Construction Materials Testing. • Environmental Handling and Documentation, including wetlands identification or mitigation plans or otherwork related to environmentally or historically (culturally) significant items. • Permitting for environmentally sensitive areas. • Drainage analysis or drainage study for approval by City of Fort Worth 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. • Surveying Services, including topographic and property survey • Geolechnical Services • Conduct the Safety Risk Management (SRM) Phase 1 process • Conduct the Safety Risk Management Panel (SRMP) Phase 2 process or deliverables outside of those indicated in Section 5.6.3 • Development of utility easements • Utility Design and Coordination for franchise utilities • Development of 30 % Conceptual Design / Preliminary Engineering Report 8. SCHEDULE 8.1 Garver shall begin work under this Agreement within ten (10) days of execution of this Agreement and shall complete the work in accordance with the schedule below: Scope of Services Runway 16-34 Rehabilitation and RSA Improvements Rj Design Phase Calendar Days 60% Preliminary Design 8 weeks from Agreement Execution 90% Final Design 6 weeks from Receipt of 60% Preliminary Design Comments 100 % Issued for Bid 3 weeks from Receipt of 00% Final Design Comments Scope of Services Runway 16-34 Rehabilitation and RSA Improvements G ATTACHMENTA SCOPE OF SERVICES PARALLEL TAXIWAY TANGO & DIRECT ACCESS TAXIWAY ELIMINATION Generally, the Scope of Services includes the following professional services for improvements to the Parallel Taxiway Tango and Direct Access Taxiway Elimination project at Fort Worth Meacham Airport. Improvements will consist primarily of constructing a new partial parallel Taxiway Tango and removing the Direct Access Taxiways as shown in Exhibit C-C. The scope of work outlined in this agreementwith be included in a single bid package along with the following projects: Runway 16-34 Rehabilitation and RSA Improvements, and Runway 16-341LS Relocation project. • Project Administration • Surveying Services • Geotechnical Services • Drainage Study • Design Services o 60% Preliminary Design 0 90% Final Design 0 100% Issued for Bid • Bidding Services 1. PROJECT ADMINISTRATION 1.1. Garver will serve as the Owners 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 Owners representatives, local officials, state and federal agencies, and others regarding the scope of the proposed project, its general design, functions, and impacts. 1.2. Garver will assist in development of grant reimbursement packets for review, execution, and submittal to TxDOT Aviation by the Owner. 2. SURVEYING SERVICES 2.1. Desicn Surveys. Garver will provide field survey data from fieldwork for designing the project, and this survey will be tied to the Owners control network. Survey team members will completed badge training at the Airport prior to conducting survey. 2.2. White Hawk Engineering & Design, LLC, as a subconsultant to Garver, 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. All surveys shall be conducted during normal working hours. 2.3. Garverwill 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. Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination G 3. GEOTECHNICAL SERVICES 3.1. Arias, as a subconsultant to Garver, will be responsible for obtaining, interpreting, and evaluating geotechnical data necessary for the design of this project. The following is a summary of the geotechnical services provided under this Scope of Services. 3.2. The geotechnical services is included as Exhibit C-E. 4. DRAINAGE STUDY 4.1. Garverwill develop hydrologic and hydraulic models of the airfield drainage system within the project limits for the 10 and 100 year storms. Autodesk Storm and Sanitary Analysis will be utilized to complete interconnected pond analysis for all drainage areas. Modeling methodology and parameters will be selected in accordance with standard engineering practice and Owner standards. Modeling parameters, such as areas, slopes, drainage paths, distances, etc. will be obtained from surveys, planimetric contour maps and aerial photos and verified by field investigation. 4.2. A predevelopment model will be developed to include drainage infrastructure that is known to be functional. Damaged or non-functional drainage infrastructure will not be included in the pre -development model. Garverwill also develop a postdevelopment model to manage runoff from the project site. The post -development model may include the expansion of the existing detention areas as well as potential onsite mitigation options. 5. DESIGN SERVICES 5.1. 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 Garvers profession practicing under similar conditions and shall be submitted to the Texas Department of Transportation — Aviation Division (TxDOT) office from which approval must be obtained. 5.2. Owner / Aaencv Coordination. Garvers 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. 5.2. 1.Reimbursable Agreement: Garver will assist with the development of a new FAA design and/or construction Reimbursable Agreement(s) (RA) for the FAA facilities construction work required by the applicable work within the project limits. The design RA will require coordination work responsibilities directly with the appropriate FAA lead planner or other personnel prior to design services. The construction RA will require execution prior to bidding to coordinate FAA Resident Engineer (RE) services within the construction schedule. Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination qL 5.2.2.Modifcations to Standard: Garver will develop a modification to standard (MOS) for for relocating the glideslope to a new, non-standard location. Garver will prepare the necessary MOS documentation for submission to the FAA through the Airport Data and Information Portal (ADIP). Documentation will include details of the defined standard, why the standard cannot be met, viable alternatives, and any necessary restrictions associated with the MOS. 5.3. Project Management Plan / Quality Control Procedures 5.3.1 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. 5.3.2 Garver will complete quality control reviews for each deliverable prior to any design submission to Owner and/or FAA Quality control reviews will be completed by qualified project managers, project engineers, and/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. 5.4. Environmental Coordination 5.4.1.Garver will develop a Stormwater Pollution Prevention Plan (SWPPP), including erosion control plans and details. 5.5. 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. 5.6. Construction Safety and Phasing Plan 5.6.1.Gawer 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. 5.6.2.Gawer will assist the Airport with conducting a Safety Risk Assessment (SRA) as an element within the Safety Rick Management (SRM) process. Garver will assist the Safety Risk Management Panel (SRMP) with the SRA documentation needed to complete Phase 2 of the SRM. The first phase should be completed by a separate consultant while Garver is within the preliminary design. The second phase shall be completed as a separate task and shall only be completed if required by the FAA. A summary of the phases area listed below. SRM Phase 1 (Conducted by Others) • Kickoff Meeting with Airport Staff • Completion of FAA SAS Forms SRM Phase 2 • Conference call with Airport to discuss Risk Matrix and SRMP members • Prepare invitation for SRMP Scope of Services Parellel Taxiway Tango & Direct Access Taxiway Elimination • Conduct Safety Risk Assessment (SRA) — Garver will assist with conducting this assessment • Prepare BRA Results Documentation — Garver will assist with providing this documentation 5.6.3.It is expected that SRMP will include, at a minimum, representatives for Airport operations, Aircraft Rescue and Firefighting (ARFF), public safety and security, airline representatives, Air Traffic Control Tower (ATCT), FAAfacilities, and the FAA Regional Airport Districts Office (ADO). 5.7. Existina Conditions Review 5.7.1.Recerd 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. 5.7.2.Site Visits: Garver's civil and electrical engineers will perform up to two (2) site visits to the project site to review existing conditions and evaluate survey and record document data. 5.8. Pavement Design: Garver will develop a Fleet mix for the proposed project based on aircraft fleet data from the 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. For concrete pavement design, Garver will design joint patterns and jointing details. 5.9.Geometric Design: Garverwill 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) — IV • Aircraft Approach Category (AAC) — D • Taxiway Design Group (TDG) — IV • Critical Aircraft — 747-300 5.10. Modelina: 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 pavementdesign and corridorswill be modeled foreach 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. 5.11. 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. Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination G 5.12. Airfield Electrical 5.12.1.Aifield Liahtina and Sionage: Garver will provide electrical engineering services to design the new lighting improvements on the project including but not limited to the following: taxiway edge lighting, guidance signage, electrical vault modifications, and updates to the Airfield Lighting Control and Monitoring System (ALCMS). 5.12.2.NAVAIDS: Garver will provide electrical engineering services for the relocation of FAA facilities, including the glideslope and Iocalizer. Design meetings will be coordinated per Airport RA requirements with FAA NAVAIDs, FAA Communications, and local FAA SSC teams for a coordinated design package. FAA drawings, details, and technical specifications will be reviewed and incorporated into the project. In addition, Entergy primary power systems, which server the FAA RVR midfield facility, will be designed for relocation. 5.13. Plan Set Development: Construction plan documents will be prepared as one construction project under the Runway 16-34 Rehabilitation and RSA Improvements project. Plans for this project will be included within the Runway 16-34 Rehabilitation and RSA Improvements project. 5.14. Specifications and Contract Documents 5.14.1. Technical Specifications: Detailed specifications shall be developed using FAA 'Standards for Specifying Construction for Airports' AC 15015370-10 (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 AC15015370-10 orwhen state or local standards are approved by the FAA. 5.14.2. Construction Contract Documents: Garver will develop construction contract documents based on Owner 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. 5.15. Quantities and Enaineers Opinion of Probable Cost: Garver will develop detailed quantities in PDF formal for use in construction cost estimating for each design phase. Quantitieswill be completed by pay item. Upon the completion of quantity development, Garver will review previous cost data and market conditions and complete an Engineers Opinion of Probable Cost. 5.16. 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. 5.16.1. 60k Preliminary Design 5.16.1.1. Garver will develop 60% preliminary design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination FTEIR 5.16.1.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 60% preliminary design plans, specifications, and engineers report and to receive Owner comments and direction. 5.16.2. 90% Final Design 5.16.2.1. Garver will develop 90% final design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. 5.16.2.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 90% final design plans, specifications, and engineers report and to receive Owner comments and direction. 5.17. 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. 6. BIDDING SERVICES 6.1. Biddino. 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, attend a pre -bid conference and receive and process deposits for Bidding Documents. The Owner will pay advertising costs outside of this contract. Only one bid for the Runway 16-34 Rehabilitation and RSA Improvements with the ILS Relocation and the Taxiway Tango projects. 6.2. 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. 6.3. 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. 7. PROJECT DELIVERABLES 7.1. The following deliverables will be submitted to the parties identified below. Unless otherwise noted below, all deliverables shall be electronic. 60% Preliminary Design Plans, Specifications, and Report to the Owner, FAA, and affected Utilities. 90% Final Design Plans, Specifications, and Report to the Owner and FAA. 100% Issued for Bid Plans, Specifications, and Report to the Owner and FAA. Issued for Construction Plans and Specifications to the Owner, Contractor, and FAA. o Three hard copies to the Contractor Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination Rnn o One copy to the FAA / TxDOT. • Other electronic files as requested. 8. ADDITIONAL SERVICES 8.1. The following hems are not included underthis agreement but will be considered as additional services to be added under Amendment if requested by the Owner. • Redesign for the Owners 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 • Engineering, architectural, or other professional services beyond those listed herein. • Retaining walls or other significant structural design. • 30% Preliminary Engineers Report • Construction Administration Services, On -Site Construction Observation, and/or Construction Materials Testing. • Wetlands identification or mitigation plans or other work related to environmentally or historically (culturally) significant items. • Permitting for environmentally sensitive areas. • 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. • Paying for reimbursable agreement. • Preparation of SWPPP and NOI documents to be submitted to the Texas Department of Environmental Quality for review 9. SCHEDULE 9.1. Garver shall begin work under this Agreement within ten (10) days of execution of this Agreement and shall complete the work in accordance with the schedule below: Design Phase Calendar Days 60% Preliminary Design 8 weeks from Agreement Execution 90% Final Design 6 weeks from Receipt of 60% Preliminary Design Comments 100% Issued for Bid 3 weeks from Receipt of 90% Final Design Comments Scope of Services Parallel Taxiway Tango & Direct Access Taxiway Elimination G ATTACHMENTA SCOPE OF SERVICES RUNWAY 1644 INSTRUMENT LANDING SYSTEM (ILS) RELOCATION Generally, the Scope of Services includes the following professional services for improvements to the Runway 16-34 Instrument Landing System (ILS) Relocation at Fort Worth Meacham (FTW) Airport. Improvements will consist primarily of relocating the ILS as shown in Exhibit B-C. The scope of work outlined in this agreement with be included in a single bid package along with the following projects: Runway 16-34 Rehabilitation and RSA Improvements, and Parallel Taxiway Tango and Direct Access Taxiway Elimination project. • Project Administration • Design Services 0 60% Preliminary Design 0 80% Final Design 0 100 % Issued for Bid • Bidding Services 1. PROJECT ADMINISTRATION 1.1. Garver will serve as the Owners 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 Owners representatives, local officials, state and federal agencies, and others regarding the scope of the proposed project, its general design, functions, and impacts. 1.2. Garver will assist in development of grant reimbursement packets for review, execution, and submittal to TxDOT Aviation by the Owner. 2. SURVEYING SERVICES 2.1. Garver will not perform additional survey services outside of the services provided under the agreement, CSC No. 60548. 3. GEOTECHNICAL SERVICES 3.1. Garver will not provide additional geotechnical services outside of the services provided under the agreement, CSC NO. 60648. Any additional bores can be used from the Parallel Taxiway Tango and Direct Access Taxiway Elimination investigation. 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 TxDOT, or internally developed by Garver. Contract Documents (Plans, Specifications, and Estimates) will be prepared for award of one (1) construction contract. The contract documents for the ILS improvements will be prepared as one construction project under the Runway 16-34 Rehabilitation and RSA Improvements project These designs shall conform to the standards of practice ordinarily used by members of Garvers profession practicing under similar conditions and shall be submitted to the Texas Department of Transportation —Aviation Division (TxDOT) office from which approval must be obtained. Scope of Services Runway 16-341LS Relocation qL 4.2. Owner / Agencv 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. 4.2.1.Reimbumable Agreement: Garver will assist with the development of a new FAA design Reimbursable Agreement(s) (RA) for the FAA facilities construction work required by the applicable work within the project limits. The design RA will require coordination work responsibilities directly with the appropriate FAA lead planner or other personnel prior to design services. 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 FAA. Quality control reviews will be completed by qualified project managers, project engineers, and/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. 4.5. 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. 4.6. Construction Safety and Phasing Plan 4.6.1.Garverwill develop a construction safety and phasing plan (CSPP) forthe project. During development of the CSPP, Garver will hold a meeting with Airport staff and other stakeholders at the Airport's requestto obtain feedback regarding operations during each proposed phase of construction. 4.6.2.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. 4.6.3.The work included for the ILS improvements will be considered within the analysis of th Safety Risk Assessment for the Runway 16-34 Rehabilitation and RSA Improvements project. Scope of Services Runway 16-341LS Relocation R 4.7. Existina 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: Garvers civil and electrical 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. Airfield Electrical 4.8.1. NAVAIDS: Garver will provide electrical engineering services for the relocation of FAA facilities, including the ILS. Design meetings will be coordinated per Airport RA requirements with FAA NAVAIDS, FAA Communications, and local FAA SSG teams for a coordinated design package. FAA drawings, details, and technical specifications will be reviewed and incorporated into the project. 4.8.2. Garver will furnish plans to all known utility owners potentially affected by the project at each stage of development. Garver shall conduct coordination meetings among all known affected utility owners to enable them to coordinate efforts for any necessary utility relocations. Garver will include the surveyed locations of the observable and marked utilities in the construction plans. Garver will also include proposed and/or relocated utility information in the construction plans as provided by the utility companies. 4.9. Plan Set Development: Construction plan documents will be prepared as one construction project under the Runway 16-34 Rehabilitation and RSA Improvements project. Plans for this project will be included within the Runway 16-34 Rehabilitation and RSA Improvements project. 4.10. Specifications and Contract Documents 4.10.1. 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 AC15015370-10 orwhen state or local standards are approved by the FAA. 4.10.2. Construction Contract Documents: Garver will develop construction contract documents based on Owner 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. 4.11.Quantilies 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 Scope of Services Runway 16-341LS Relocation CARVER 4.12. Desion Services Submission and Meetino 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. 4.13.60% Preliminary Desion 4.13.1. Garverwill develop 60% preliminary design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. 4.13.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 60% preliminary design plans, specifications, and engineers report and to receive Owner comments and direction. 4.14. 90% Final Desion 4.14.1. Garver will develop 90% final design plans, specifications, and engineers report and submit these to the Owner for review. It is anticipated that the Owner will review the design submission within two weeks. 4.14.2. At the completion of the Owner review period, Garver will meet with the Owner to review the 90% final design plans, specifications, and engineers report and to receive Owner comments and direction. 4.14.3. Update the Preliminary Engineering Report (PER) for final record of a Final Engineering Report (FER). 4.15. 100% Issued for Bid (IFB): Garverwill 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. Biddino. 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, attend a pre -bid conference and receive and process deposits for Bidding Documents. The Owner will pay advertising costs outside of this contract. Only one bid for the Runway 16-34 Rehabilitation and RSA Improvements with the ILS Relocation and the Taxiway Tango projects. 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. Scope of Services Runway 16-341LS Relocation Rnn 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. • 60% Preliminary Design Plans, Specifications, and Report to the Owner, FAA • 90% Final Design Plans, Specifications, and Report to the Owner and FAA. • 100% Issued for Bid Plans, Specifications, and Report to the Owner and FAA. Issued for Construction Plans and Specifications to the Owner, Contractor, and FAA. o Three hard copies to the Contractor o One copy to TzDOT and the FAA • Other electronic files as requested. 7. ADDITIONAL SERVICES 7.1. The following items are not included underthis agreement but will be considered as additional services to be added under Amendment if requested by the Owner. • Redesign for the Owners 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. • Pavement Design beyond that furnished in the Geotechnical Report. • 30% Preliminary Engineers Report. • Design of any wet utility relocation. • Engineering, architectural, or other professional services beyond those listed herein. • Retaining walls or other significant structural design. • Construction Administration Services, On -Site Construction Observation, and/or 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 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. • Paying for reimbursable agreement. Scope of Services Runway 16-341LS Relocation G S. SCHEDULE 8.1. Garver shall begin work under this Agreement within ten (10) days of execution of this Agreement and shall complete the work in accordance with the schedule below: Design Phase Calendar Days 60% Preliminary Design 8 weeks from Agreement Execution 90 % Final Design 6 weeks from Receipt of 60% Preliminary Design Comments 100 % Issued for Bid 3 weeks from Receipt of 90% Final Design Comments Scope of Services Runway 16-341LS Relocation ATTACHMENT B City of Fort Worth Runway 16-34 Rehabilitation and RSA Improvements COMPENSATION Title I Service Estimated Fees Lump Sum Feasibility Study— Parallel Taxiway Conversion To Runway $ 41,000.00 Lump Sum Preliminary Design $ 322,400.00 Lump Sum Final Design $ 297,000.00 Lump Sum Bidding Services $ 38,900.00 Subtotal for Title l Service $ 699,300.00 ATTACHMENT B City 0 Fort Worth Runway 164e RehabilrUtion and RSA Improvements Feasibility Study — Parallel Taxiway Comanlon to Runway SUBTOTAL. SAIANES. WIWAO io�iv..mYb snm xim s oM0OwsmOm .moo camoum,nmw�wmm.,, u.. wam SYmOi<L.pPECi NOr4AeeREWBIBEB: Nq.W SUBTOTAL SUBCONSULTANISF[M MI.00A0 "Am TOTAL FEE YI.M.00 ATTACHMENT City of Fort Worth Runway 16.34 Rehabilitation and RSA Improvements Preliminary Design vuaa TeSXoeSOMPnON Fes Fee Fed Clru Englnaeaty a Is a rm Pnyn agenm mr eeggn FINeP meMn9 lie T WJT gigged eM wndi oeelgr4ticx on mMnp nN TMT1]peMb.(W i a a 6 me ;ii eeaynx 1 Imgmtlweehb Mewngafe weax+I IenlauG, mlNlu,Ny 13 10 Domisli Pmlgtl vnvpmmlR { R Oi Conseil Plus a g Inge, moSees Egi Design cims"eM bnmeen RWM wawa onmyze any B Doi Pr.n senses and signn wag s ft Fe e,W Few m prN, n..e9 5 e edge, Fi m Sul w 8 Updmem b.yn : I'm Design cPTEXOewmgMNm M1el IDTMotlellns Using el ynmaMa cY Oynm.rn R 0 mLin 3 0 1.01 Oei Conmor Momlmq 2 is in Fnlessi%me 0 llgoNPlen 0 en e'N"control An Semygma cli VMyONie e 10 1 a uneoloeYie 1 s momon Pine 4 Is megmn pbM Drgn,gi 5 Is Drain,p0mings iypinlsmim a 10 y Pine tt a 0.i Ganes mine G"idul4 Wm srt Pbna 0 nwNon me, a is FHONon Mn6 qne Pli Missing OWie D,i Pnlm"? c"'i cm me bvmsN 12 Devi Presume cp,efli Med Pass, R 0 Di Pi,innims Ti "assess, a is iemip PraumrenwpNa .ntl spadmwm Doi arelummq yoeMAlee Owtlop Mlmnery Deena n vmbeeb Con W ssen Done 12 Pv.11wn Use pm else Nweab FM1ntl ouYh coned ryq edw 15 lP QC iz N businessPmlesne rnm.Pwyewi ww, emroem z owa ewsw elnm n us m m . unaanan doll" re cesendinew mm Ce mOT(I p.a., green Ml.mtivw.M/M.annq.aaMgxyisIz roana ornminge l Miro m synaq.nweanumom wml+en.eq PrWinni'any Plans EIMAUINdea IIpMInq R.mmml PNn. 2 ♦ 12 I MIngMMIA nRena 8 8 W wm"g O.Wa 2 I w.wlnOm Wh,. pone c.mrd umrame D",p P,I,n uq ieNnkel $e.h.tlals %rpgem.M.lsprww. I 8 WOMW Owl�p CaMM(OC) Rew" FwrparaN OC RevnN cammenb Fmrpnrele NQIIInIN (awnerrFmrbnej RoNmr comments .I - Rn,uk'l Fog'...nne a eq a w q WFTmu.uuwEN: 8888.R7JF RllmnvRrorwnnwe.mnpF swum pageFnlgM2wner HO.m Bu efle.M Ompom M,MIquFmmr MCMInpYaben Ilea Tory CeW itm.w 31WAD WEPOiK-ORECTNONlABORERPEN5E5. FFBFIF TOTAL FEE. 834tl ATTACHMENTB City of Fort Wodh Runway 1& Rehabilitation and RSA Improvements Final Design vmRx TAsx DE MPmx ES ES E4 MAa CbIIEnglm " is MCR wM van, emmwxe Pnpe eabr Pnllire eg Een RN wean i 1wI pe* Oe el a re liwy e n lme engpwnT Iqnis t WnM'Mepnq¢@Weekry is DbmelcmrmnellanlsuM, NIRu.H[1 vome Pmlem mergemem Rr uwme o.nn Cemrx Rm a D",psruovenmenvmnuSRMD rem 1 a Mpm RMI CenWIu smp Me MUMN Me m ono u FM Dlgn CMepuFM RWN..e P a 8,.M l pry mo Cemrx Ran r e sneynoses 1 4 ne e nod Rwv EMS mnagPiansinn pYne ema4 pPlax, omi, L ne� nsb a a pa,N pone a Is pang Omura �dlp pan. "mLY mPxn. is Oeeb 1 a De. papa Eb. O Qlh p Rme oMl. FM G,nwal .n us dal Fmmxer 1 e eE CDO Fmm Ep OMMONS e.a Depp n Crom FO nmxn DIIIIIWI a e Dpele nnN Temaeal q.meeb.2 is uwele Rna supPxneme$eweeww s OPovx Fina Dunlba a it e OPoale Fni Oplrme p Pm4Nk CanNn.Yal Ca W UO&O Mlmmmy ElpMeM1 Rapan 10 Fnd FpWeh Ra ft ceremxlr2lary Pewr an's OWM Cn441DC) Rehr Mwn,mn CC ft rCemmenh Is is MwWrsa Fe mnvrFAV ,)Nmw Cenme6 a 8 Is xn FAs1Mwl EnBl" M" M,kemrunge Iw n e0 na PIIIIIwy n m Imamx WmµxeNnge@nnlu012 upeme Mammary Erglneen Rapp b Find EMveM1 Rapml is 9 Fimmon$ mwd"Ixdea 2 I IIpMInp Rem,wI PYnv p IR Lgminp ablWun Ranv a N Lgminq Owla ow mnF PMAlr la 12 I 12 Is _ wemu.esunee: nnm.ao pmm�:pmro, rvwm:ey so,.a WX 6m Lemp:nx MaMl:p�6eMen llx M,Mq fta F95 J1 WKW wemu: NnLp $W.p ATTACHMENT City of Fort youth Runway 1644 Rehabilitation and RSA YnpyovMreMa Bidding Sarvioas VARKTABKCEBCRIPIKKI �S If 1. CIA Elolmdng vmm City of Fon vmim Pmannnx sne Frn Assa vm"m iBlaom im Pobinlno me" a5 t CaMe[I Dddom tw No&e a MVMiwlrenl Fnpen nJEeMe fire ip pwgy ennbi Oond'd Bid Opmping a Powim. mreibi EWuale aide IM Pnpen Re[onenendnon MAwN e Aspmt 2 Y R edwnp EMpalul Fn Irexln Mews TeTnlna Cuamm, 6 losses oFp BNfn A B A SAvanal -nea.Kp Eremeenne o 1 A SUBTOTAL.sauraEs: Names nnnonwmdo iwi>m ss, wn.m pnNpTngltlGwnes new suppeeEwIpmw ain.ro naval um sippm sBaroTAB-aIRBCT NOx FOR BKPBNSes. $674.40 TOTAL FEE. wpwae ATTACHMENT B City of Fort Worth Parallel Taxiway Tango and Direct Access Taxiway Elimination COMPENSATION Title I Service Estimated Fees Lump Sum Preliminary Design $ 249,200.00 Lump Sum Final Design $ 219,000.00 Lump Sum Bidding Services $ 23,900.00 Lump Sum Surveying Services $ 61,300.00 Lump Sum Geotechnical Services $ 71,300.00 ATTACHMENT City of Fort WoM Pamllel Taxiway Tanga and Direct Access Tmr%mq Elimination Preliminary Design V KTASK OESSWMN CkIl EnglmMnq ID a g a cootdrudw M Cl S«�n.M N.ml,.meNeyr«men Prep m agenda Mr neaen awn m«Mp sMT Salad au anal• naaigvek nn m«UKWAS r ppeople.»aM) t T g u.e(mm aeMn we m«MM Stan g al4MM) g e a Eaumalmn pua Alban a) a Update wo od Menegmmm Rn hopame aAPy cn«x Man MnnMullnn la 6lannane a 12 Road, Drawings Wa Fold kmmn ananremm ofExang lmneimn P pwRm St') 3 3 D"up PFlmnry Comtrvtllon Lley and Pho"M1n 13 iTYe a pb. mePo) K Vppm v wmem wagnn FM gvlgn CMapu WSJ do Mannino Owmq Leuul { S e atMemaeynnmm veluamanmeb 9M w pbe &a3YWelCmgaet 12 24 mllmin.rvnn MInM PelNde. mmml ,a Mn 10 Ma Mn Safely Pan, le arey oawe s pYne g 12 Manane mmraoetall moxron plane 4 12 gm DminageDwhol, s Trylwleatlore padre Mane a Is vamre omaib daboMplans a.erao.nM s Jnilryua Fhone S 12 oemM eeamm Mom 6 12 NnaM Daub vn.mnlM.atirepbn. s D"oy welimnary Te[nngAgPoACAne Mod Rope OMop pnnmrery TeonnYlePoAMlbatle2 12 Mmanp pralimrery wpgemema spomlbone oMeanp Prelm«ryouammea b e Imema oWny C,KA(00) RMen is m Inugarme QC RO,ew CamII W is 12 Inwmarale RMlmmvy (CnmrFA4BYe) ReNw CommeN a 12 nglnuNng . E}Mul Enginwlry ,th FM 12 0ee19ia0,0k oll m«Mq SAM TrD)T 11 Patna, OdW n MemaVMUy MeeEngn (s NYMM Psgna om.in« ug g and ag"geeswnneN(I pmm, ewb) 0 4 H"m IN III NO WBTWi-WLMWS: 4440 o nrv»�mw f+m.w wm.w*re�emmsavar�� Rsaw OFue6uppfmYEquymenl fRJ.W empinx MaEylrip�5aben lM StdAW imyta6 ifMW wBroiu-DREGWo RUPEXHEE. $IwLw ioiLL FEE. NO,p0.q ATTACHMENTB City of Fort Worth Parallel Taxiwry Tango and Direct Access Taxiway Elimination Final Design wnem TAWDESCMPMm m ES BE chll FnglneMM 10 5 MA, FnM a M wM WiT'fmmpN¢F O ynp 5v Sim um..allon for FAM DIemrWn Memmg, 0 Wmkm e a Upenew,.Sy 3 a Memn Ut QMW(EMnp e"Spnni, lom.,FMryVg) csFv commons Repar. FIMi crawWkn Saks AM RMS"%n mpgnce O UMw � I Upinve tl0itnnxm upmsa�uvmvwwwF�m.m mmuw s mmS,FOm. Dames sit 1 MrMMLeryNFlnneI S Cnmrm Ga say Gan. Cormormton arty Oval. Plan, Md MEn m,d DNi¢ momlon Gene D... pinn DWl4 NrW Gene 10 Pens HM Gen"Ease henl"GYnn create ddlIS Jorrt NGYw 10 MIWW HIM, Ect MaIY mlM n.10 Ga'nmW NMIMDela4 UpoklaFted aNVY UpLb FFtlTOy.Wuan.MMRpu UgYle FlntlTeNtiYpeY3pWw A 12 Upotla Fmd Sop56nnnitl sto ka ve Dwmnp Fill DupMks D"i Fna apmm. 0GMmme C.Mew.n Cram umm mw is Imemtl eut Con MtM1(OC) R"m le u Is Inmrpmme QC mea¢w CMMMEM M4`10141 Fora lCwneoFN/spl.l m.e.. Commw newt 2. HMUIEnaIneMM M.mdlYtoe Wunyry Wnk» a a FlnEllmnoinae¢ IymlM Pemanl Hne 3 Is IpMIng"Isson Rena Ipming DNl, 5 10 A wxln,vttHe, P. J"Is smy TIMMIA sPoDnpnlnn. Fam Gagss Upam. Fntl T.MnMl sp.enrrmM 4 Uw.n Fmtl Supplemental sp,nnrxM. USES, FMA OwmAl,a 10 a wmwm UMtle omm nntl .nep,GMeee CpnmC.w a it Owlp MW (O MittC)Refn Furpanu Cc aewwcnmm.ma STMMami.Rntl N"....Avam lRmw Cw,m.m. w,.m�.�Ms >n,� scram supgleYE upmem iclw xingsomvvra uae ixw.w imacaa fimw wsroi isvpomo *n*4EeEula ATTACHMENT City of Fort Worth Parallel Taxiway Tango and Direct Access Taxiway Elimination Bidding Services Esmond Ensumn as SUBTOTAL-wULANEs: wdnm DIRECT NON�ABOR EXPENSES .cIxR pldldl . Imey On�Qsnren� .ppl�rew,v�m aearo.AL-DIRECT NOruneoaEXPENeee: M1Aw TOTAL fee. No" m ATTACHMENT B City of Fort Worth Parallel Taxiway Tango and Uirxt AOOBBe Taxiway Elimination Surveying Services WORKTASKDESG PTION m m EO E-S AM3 M1r M w w b 1. Sffl ¢-TopopnpMo Pnpx M Sub Sw gMe g Aft M Survey Swplrp Meaty (Ppmft m awviwep O op Survey Exbbb S& Omlop Sum"CmmQrsJdntnl PpemaN C9 Pn to wi aft Su NYI(p opS .ADDS) Gpn hgwm $unary MaNlnBwW Bme Mqn ac wM«Eorsrmom (Tw¢W/BL\w¢WI Progre¢¢ MeetirO¢IRI ftE - Sump -Topnmok 1 0 1 0 1 p 1 0 0 SUBTOTAL-SAuwEs: Um OIR MNONLBOREFPENSE6 OwmnIPMN-iOMm�oRUL'¢aNPs¢Bma) smw PoeMpaFrtlpnuraulm Saco SUBTOTAL- DEEM NON -LABOR E%PENS ES: EVE SUBTOTAL: Eke SUBLONSULTANTS FEE: fHPBBpO TOTAL FEE: BEIwaml ATTACHMENT B City of Fort Worth Parallel Taxiway Tango and Direct Access Taxiway Elimination Geotechnical Services MRKTASKCESCPIPnON FA 6fi E4 ER PMd M M M1r b M 1. CNII En0lneerin0 F npx lx Geobchnlcel S"N~N GeM chnlwl SwpN Meplw (#pwp¢, cn awWpn p win G Eocow¢wam Dw opG mlSu c l.mAOreemml Memop Gmn,wl F,MA Be.Nop Gemmnmcal F�ae w..X EMIN W C of Dunn Fioon BIm wplownsF Msi wan H'pwpN,aMw) ft GapacmYONRapoM1fWAvu CwlwpeMwnkr Cwimlrym (waeMTre�wawyl Pmreu x..Ens¢as 9u0bW GNl Enamemin0 0 0 0 0 0 weroTAL-BAuwFs: SnaH nlaEOT NaaanaoR EXPENSES OwmnIPMN-iORN�c0alaNPs¢NnN) fO.W Po¢�eONT�pPNGuw W.W WHIPMAL-OPEC! NON -LABOR EXPENSES: AN SUBTOTAL: w" SUBCONSULTANTS FEE: {HA00.e0 TOTAL FEE: N1,waao ATTACHMENT B City of Fort Worth Runway 16-34 ILS Relocation COMPENSATION Title I Service Estimated Fees Lump Sum Preliminary Design $ 55,600.00 Lump Sum Final Design $ 54,300.00 Lump Sum Bidding Services $ 15,000.00 Subtotal for Title I Service $ 1243900.00 ATTACHMENT B City of Fort Worth Runway 16-3411-8 Relocation Preliminary Design NCRKTASKLESCRIPIION E8 EL Ed E3 b IF I M CM Ervinned" CwOlnetlm Adh FM 2 cmdmatw Adh T.DOT 2 cmmbatim.Mn Frvu 2 2 cmranaum m1h City 2 Fmgam ceema for eeslr M Awmiffiq SHb TmOT 1 Aft mand wmm� desiawon on meeAr® ARTTamT(2 Perola. melt) 6 S Pmgam mAnum mom design WMa mebmA 1 FbmtlWcegy MeellnAs (B WeeXs a B Uixttle Prolem Mengemml and putlny ConW Mn 2 FM btlP C Saddn 2 FM Cawwy MASON 1 1 RnW NFM RA PMnirmy PMm Ping LRA,lRan 1 Suyry COMB Plan 2 Conamww mna 2 Conamwm5alery wlaie 2 Inrem 1 Dually COMB (CCI Rana, B Incomomto QC RW Comment K a Ina'Tnmta Preimimn' (Oan9UFM5bla) Ranm COmmsms 2 P pain am SummA Pamwmm amPw BWa/ 1 2 D",p SWPPP 1 2 sumul civil Enginemle ig 1 22 a 1 o; Ebanm Esineenng Anwe and mnan dwwm a off memro nlm TaWT(1 lwmR main) d mbma weary Meetings IS wm2s) B Raman Ift Draangs 2 USAka ElasBng Cmmts S a FM Pimwry MCHIsg 1 Rama( FM M 1 "minary Plain EWdcal NoW IS Lignting Rm"Plare 12 Lignting lnsbllROW Rma 16 Lignting Dates B m Pmfwg 10 Pcrrealrubinion Mna B POAfr Rna Wmml oiaAmm B D"W Pnfimlrery TvnnlRtl$ptleutinrA 6 D"W Pmcm,req suPPlamanitl sP.unuuure 2 D"W Pml�m�mry aanuoas 2 a Develop Prelmimn opnbm m PmWWa Cma ion Cons 2 Inbm90mllry Control (QC) ReveAr B Ina rate CC Rww Cummente a B Inu rate Preimlmry(CSmnerIfM )RMm Cammmb 2 2 2 nBnee nil 0 1 3a I m N Noun 1) M SUBTOTAL -BAURIES: wassime DIRECT NONJUABOR EXPENSES em Pn Do„MneRapmd=N AsaemW $11AD) PoamAaReAlnFeurer Vow Ofim S,g4WtEquipmert 4160.00 cmmoaoln Sw USA Md,LOO TmN Coen WOO SUBTOTAL -DIRECT RONI BOR UPERSES: IWAO SUBMTAL: SUSCONSULTANTS FEE: TMALFEE: f6 WOND $Mw f66.000.W ATTACHMENT City of Fort Worth Runway 16.341L5 Relocation Final Design KVRKTASKDESCRIMBON EE E6 E4 E4 M for or m 1. Civil EnYmrinp CmrdraGon aim FM 2 CmNlnAm%dJh TZDOT A Con,mm ion an p Birreekb ananel mWlrlpgFM) 3 3 bromil K§eMy MeeLLys 6 S Fmgoorms QmnlFlW6tate) CSPP comments 1 2 Prepve Find ComWaun Sahry and Mason Pan 2 2 CSPP Soon knion to FM Thmuph OF 1 FM Design Chemist 2 Final Engineers Ropon 3 Find Plans Pmskm IeryN Plan 1 Survey CmVal Plan 2 Construction 3aMy Mans 1 2 Conammlon safely Ddale 1 2 Darekp Fnd Cmammlon Cnmmn Dmmeme 2 a Fremd Quality Control (DC) Redrew d neomome CC Review Commands 2 a Mromonae Flnd(CaneomMSaind Review Comments 2 a oa . ry 16 T 27 n EMrIW Engineering G 0netion wind FM A Bixneky medal mmengs(FM) 3 CmEW the visa (1 person onkne) A Llbade Cn%Inc Diagram 2 2 Find Engineare Rapm e Find Mans ElecNcel Noes 2 LUMlN Removal Plank 1 L'ijlang Insallelim Pens 1 6 Lumina Details a Buck Bank Perks 1 8 Power Installation Pen¢ 1 a Poor and Bodoni Diagrams 1 6 Develop Fnel Technicd BpeciBceeom 8 Develop Final Supplememd Sped! dons 8 Develop Final uantltles a a Death Fkal Opinions of Probable Construction con¢ 2 e nMmd Quilts Control (CC) Revka 8 Fmryamse QC Revrew Comments 2 6 8 nruiawele Find PunenFAW6Me) Reason command; 1 2 2 Subtotal - Banned Eneineekind o 31 a a Boom 1p 38 SUBTDTAL-SAURIES: Fromm D RECTIYOIYuBOREIUPENSES Donumem Pmming RwroaaamA¢¢emory $160.00 P'm'nsd nigm/Cdudr $80.00 Moo Suppl'mnEquipment $180.LU Conpuer ModeamiSORware Uw $163.00 BUBMTR -0P Nd WR EXPEX6E6: $653.00 WU TLL: BUBCONBULTAM FEE: TOTAL ME; $54,30.00 ATTACHMENT B City of Fod WoH6 Runway 1644 1L5 Ralocatlon Bidding SBrvims YARKiP5KOF90RITlg1 hn hr w hr 1. CIA EnelneeMp TW Ed C{enu0(I OnFm M M) E,WuM. BiOe OM Repen Rso Mon MMwN een win Aryan uen rMTh ANetlon I I OPben^Ox,m,n Ye =m 1 ^ . EyeMul Fn Irwln fiMW PMIO MxMiR ErtHK mebl x S Mann n wmn.0 n1 O m WBr TAL-SAwaES: Sv.555n0 OIREn NONA W .x.vn•Pn,e�maNwsMN seam VF� swM wI,W ..m umNOFo cPukrme6inWsglwreVe. MIFO WDMTAL-OIREC NON1AROR EXPENSES: SSM.00 WBtt AL WBWNWLTANTSME: $15.000p0 $0.00 TOTLL FEE. SISIOOam 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. i. 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 FORTWORTH Routing and Transmittal Slip Aviation Department DOCUMENT TITLE: FTW RWY 16-34 & ILS Rehab & TWY T Construction Design Agreement M&C 25-1083 CPN 106433, 106435, CSO # DOC# 106436 DATE: 12/3/2025 INITIALS DATE OUT TO: 12/03/2025 1. Aaron Barth �eanh 2. Roger Variables _—n bb=, 12/03/2025 fR 12/03/2025 3. Candace Pa tiara 12/03/2025 4. Valerie Washington 5. Janette Goodall yf 12/03/2025 6. DOCUMENTS FOR CITY MANAGER'S SIGNTURE: All documents received from any and all City Departments requesting City Managers 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 ROUTING TO CSO: ❑X Yes ❑ No Action Required: ❑ As Requested ❑ For Your Information 1 Signature/Routing and or Recording ❑ Comment ❑ File NEXT DAY: ❑ Yes ❑ No o Attach Signature, Initial and Notary Tabs Retum 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 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Landing System (ILS) Improvements at Meacham International M&C Approved by the Council? * Yes B No ❑ If so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No W If so, provide the original contract number and the amendment number. Is the Contract "Permanent"? *Yes 0 No ❑ If unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 9 Ifonly speck information is Confidential, please list what information is Confidential and the page it is located. Effective Date: Date of agreement execution Expiration Date: NIA If dfierentftom the approval date. If applicable. Is a 1295 Form required? * Yes 9 No ❑ *If so, please ensure it is attached to the approving M&C or attached to the contract. Project Number: Ifapplicable. 106433, 106435, 106436 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes 9 No ❑ Contracts need to be routed for CSO processing in the following order: 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: 11/18/25 M&C FILE NUMBER: M&C 25-1083 LOG NAME: 55FTW RWY 16-34 REHAB, TWY TANGO & ILS IMPROVEMENTS DESIGN SUBJECT (CD 2) Authorize Execution of an Engineering Services Agreement with Garver, LLC in an Amount Up to $1,450,000.00 for Design of the Runway 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Lighting System Improvements Project at Fort Worth Meacham International Airport RECOMMENDATION: It is recommended the City Council authorize execution of an engineering services agreement with Garver, LLC in an amount up to $1,450,000.00 for design of the Runway 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Lighting System Improvements project at Fort Worth Meacham International Airport (City Project Nos. 106433, 106435 & 106436). 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 $1,450,000.00 for design of the Runway 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Lighting System 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 completed the Preliminary Engineering Report (PER) for the Project in June of 2024. This Project will consist of improvements to the Airport's primary Runway 16-34 (Runway) pavement, Runway Safety Areas (RSA), and upgrades to the Instrument Lighting System (ILS). A new parallel taxiway (Taxiway Tango) will also be constructed to bring the Airport into compliance with Federal Aviation Administration (FAA) Advisory Circulars. Further, more detailed elements of the Project include: • Reconstruction of the asphalt blast pads on both ends of the Runway • Reconstruction of the asphalt shoulders on the Runway • Rehabilitation of concrete, including full depth repairs, partial depth repairs and crack repairs on various locations on the Runway • Replacement of High Intensity Runway Edge Lights (HIRLs) • Replacement of the Medium Intensity Approach Lighting System (MALSR) threshold bars and foundations • Correction of RSA grade deficiencies • Construction of parallel Taxiway Tango • Remarking of Runway pavement Funding is budgeted in the Municipal Airport Capital Project Fund for the Aviation Department for the purpose of funding the FTW RWY 16-34 PAVEMENT REHAB D, FTW RWY 16-34 ILS IMPVMNTS D and FTW RSA & TWY T & GLDSP LCLZ D projects, as appropriated. This Project is included in the Aviation Department's 5-Year Capital Improvement Plan (CIP), which was approved by City Council as part of the Fiscal Year 2026 Budget on September 16, 2025. This agreement is a Professional Services agreement, therefore the Small Business Ordinance does not apply. Fort Worth Meacham International Airport is located in COUNCIL DISTRICT 2. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Municipal Airport Capital Proj Fund for the FTW RWY 16-34 PAVEMENT REHAB D, FTW RWY 16-34 ILS IMPVMNTS D and FTW RSA & TWY T & GLDSP LCLZ D projects 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 10f 1 Complete Nos. 1-4 and 6'd 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. 2025-1379386 GARVER, LLC FRISCO, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/21/2025 being filed. City of Fort Worth, Texas Date Acknowledged: 3 Provide the identification number used by the governmenW entity or state agency to track or identity the contract, and provide a description of the services, goods, or other property to be provided under the contract. City Project Nos. 106433, 106435 and 106436 - Fi Runway 1634 Rehabilitation, Teri Tango Construction, and ILS Improvements Design Nature of interest 4 Name of Interested P arty City, State, Court lace of business tY� try (P 1 (cheek applicable) Controlling hatermadflary 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 UNSIMORN DECLARATION My name is and my date of birth is My address is (dty) Islate) Ivp cone) (county) I declare under penalty of perjury that the foregoing is true and correct Exeudedin Collin County, state of Texas on me 21stdayor October ,21 _ (svM) (year) Signalman of authorized agent of cuni business entity Dewmnq Forms provided by Texas Ethics Commission vxw.ethics.state.N.us Version V4.1.0.f10d0fd8