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