HomeMy WebLinkAbout064657 - General - Contract - Venture Services, LLCCity Secretary Contract No. 64657
�
� �� � �� � �
VENDOR SERVICES AGREEMENT
This VENDOR SERVICES AGREEMENT ("Agreement") is made and entered into by and
between the CITY OF FORT WORTH ("City"), a Texas home rule municipal corporation and
VENTURE SERVICES LLC ("Vendor"), a Texas corporation, each individually referred to as a"party"
and collectively referred to as the "parties."
AGREEMENT DOCUMENTS:
The Agreement documents shall include the following:
1. This Vendor Services Agreement;
2. Exhibit A— Scope of Services;
3. Exhibit B— Price Schedule; and
4. Exhibit C— Seller Contact Information
Exhibits A, B and C, which are attached hereto and incorporated herein, are made a part of this Agreement
for all purposes. In the event of any conflict between the terms and conditions of Exhibits A, B or C and
the terms and conditions set forth in the body of this Agreement, the terms and conditions of this Agreement
shall control.
1. Scope of Services. Independent Fee Estimates Exhibit "A," - Scope of Services more
specifically describes the services to be provided hereunder.
2. Term. This Agreement shall begin on the date signed by the Assistant City Manager below
("Effective Date") and shall expire one year after ("Expiration Date"), unless terminated earlier in
accordance with this Agreement ("Initial Term"). City shall have the option, in its sole discretion, to renew
this Agreement under the same terms and conditions, for up to four (4) one-year renewal options.
3. Compensation. City shall pay Vendor an amount not to exceed fifty thousand dollars and
zero cents ($50,000.00) in accordance with the provisions of this Agreement and Exhibit "B," Payment
Schedule, which is attached hereto and incorporated herein for all purposes. Vendor shall not perform any
additional services for the City not specified by this Agreement unless the City requests and approves in
writing the additional costs for such services. City shall not be liable for any additional expenses of Vendor
not specified by this Agreement unless City first approves such expenses in writing. City agrees to pay all
invoices of Vendor within thirty (30) days of receipt of such invoice.
4. Termination.
4.1. Written Notice. City or Vendor may terminate this Agreement at any time and for
any reason by providing the other party with 30 days' written notice of termination.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 1 of 16
4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are
appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor
of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which
appropriations were received without penalty or expense to City of any kind whatsoever, except as
to the portions of the payments herein agreed upon for which funds have been appropriated.
4.3 Duties and Obli�ations of the Parties. In the event that this Agreement is
terminated prior to the Expiration Date, City shall pay Vendor for services actually rendered up to
the effective date of termination and Vendor shall continue to provide City with seroices requested
by City and in accordance with this Agreement up to the effective date of termination. Upon
termination of this Agreement for any reason, Vendor shall provide City with copies of all
completed or partially completed documents prepared under this Agreement. In the event Vendor
has received access to City Information or data as a requirement to perform services hereunder,
Vendor shall return all City provided data to City in a machine-readable format or other format
deemed acceptable to City.
Disclosure of Conflicts and Confidential Information.
5.1 Disclosure of Conflicts. Vendor hereby warrants to City that Vendor has
made full disclosure in writing of any existing or potential conflicts of interest related to Vendor's
services under this Agreement. In the event that any conflicts of interest arise after the Effective
Date of this Agreement, Vendor hereby agrees immediately to make full disclosure to City in
writing.
5.2 Confidential Information. Vendor, for itself and its officers, agents and employees,
agrees that it shall treat all information provided to it by Ciry ("City Information") as confdential
and shall not disclose any such information to a third party without the prior written approval of
City.
5.3 Public Information Act. City is a government entity under the laws of the State of
Texas and all documents held or maintained by City are subject to disclosure under the Texas Public
Information Act. In the event there is a request for information marked Confidential or Proprietary,
City shall promptly notify Seller. It will be the responsibility of Seller to submit reasons objecting
to disclosure. A determination on whether such reasons are sufficient will not be decided by City,
but by the Office of the Attorney General of the State of Texas or by a court of competent
jurisdiction.
5.3 Unauthorized Access. Vendor shall store and maintain City Information in a secure
manner and shall not allow unauthorized users to access, modify, delete or otherwise corrupt City
Information in any way. Vendor shall notify City immediately if the security or integrity of any
City Information has been compromised or is believed to have been compromised, in which event,
Vendor shall, in good faith, use all commercially reasonable efforts to cooperate with City in
identifying what information has been accessed by unauthorized means and shall fully cooperate
with City to protect such City Information from further unauthorized disclosure.
6. Ri�ht to Audit. Vendor agrees that City shall, until the expiration of three (3) years after
final payment under this Agreement, or the final conclusion of any audit commenced during the said three
years, have access to and the right to examine at reasonable times any directly pertinent books, documents,
papers and records, including, but not limited to, all electronic records, of Vendor involving transactions
relating to this Agreement at no additional cost to City. Vendor agrees that City shall have access during
Vendor Services Agreement Page 2 of 16
normal working hours to all necessary Vendor facilities and shall be provided adequate and appropriate
work space in order to conduct audits in compliance with the provisions of this section. City shall give
Vendor reasonable advance notice of intended audits.
7. IndeUendent Contractor. It is expressly understood and agreed that Vendor shall operate
as an independent contractor as to all rights and privileges and wark performed under this Agreement, and
not as agent, representative or employee of City. Subject to and in accordance with the conditions and
provisions of this Agreement, Vendor shall have the exclusive right to control the details of its operations
and activities and be solely responsible for the acts and omissions of its officers, agents, servants,
employees, Vendors and sub-Vendors. Vendor acknowledges that the doctrine of respondeat superior shall
not apply as between City, its officers, agents, servants and employees, and Vendor, its officers, agents,
employees, servants, Vendors and sub-Vendors. Vendor further agrees that nothing herein shall be
construed as the creation of a partnership or joint enterprise between City and Vendor. It is further
understood that City shall in no way be considered a Co-employer or a Joint employer of Vendor or any
officers, agents, servants, employees or sub Vendor of Vendor. Neither Vendor, nor any officers, agents,
servants, employees or sub-Vendor of Vendor shall be entitled to any employment benefits from City.
Vendor shall be responsible and liable for any and all payment and reporting of taxes on behalf of itself,
and any of its officers, agents, servants, employees or sub-Vendor.
8. Liabilitv and Indemnification.
8.1 LIABILITY - VENDOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY
AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY,
INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER,
WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT
ACT(S) OR OMISSION(S), MALFEASANCE OR INTENTIONAL MISCONDUCT OF
VENDOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES.
8.2 GENERAL INDEMNIFICATION - VENDOR HEREBY COVENANTS AND
AGREES TO INDEMNIFY, HOLD HARMLESS AND DEFEND CITY, ITS OFFICERS,
AGENTS, SERVANTS AND EMPLOYEES, FROMAND AGAINST ANYAND ALL CLAIMS
OR LAWSUITS OFANYKIND OR CHARACTER, WHETHER REAL OR ASSERTED, FOR
EITHER PROPERTY DAMAGE OR LOSS AND/OR PERSONAL INJURY, INCLUDING
DEATH, TO ANY AND ALL PERSONS, ARISING OUT OF OR IN CONNECTION WITH
THIS AGREEMENT, TO THE EXTENT CAUSED BY THE NEGLIGENT ACTS OR
OMISSIONS OR MALFEASANCE OF VENDOR, ITS OFFICERS, AGENTS, SERVANTS
OR EMPLOYEES.
8.3 INTELLECTUAL PROPERTY INDEMNIFICATION — Vendor agrees to
defend, settle, or pay, at its own cost and expense, any claim or action against City for
infringement of any patent, copyright, trade mark, trade secret, or similar property right
arising from City's use of the software and/or documentation in accordance with this
Agreement, it being understood that this agreement to defend, settle or pay shall not apply if
City modi�es or misuses the software and/or documentation. So long as Vendor bears the
cost and expense of payment for claims or actions against City pursuant to this section,
Vendor shall have the right to conduct the defense of any such claim or action and all
negotiations for its settlement or compromise and to settle or compromise any such claim;
however, City shall have the right to fully participate in any and all such settlement,
negotiations, or lawsuit as necessary to protect City's interest, and City agrees to cooperate
with Vendor in doing so. In the event City, for whatever reason, assumes the responsibility
Vendor Services Agreement Page 3 of 16
for payment of costs and expenses for any claim or action brought against City for
infringement arising under this Agreement, City shall have the sole right to conduct the
defense of any such claim or action and all negotiations for its settlement or compromise and
to settle or compromise any such claim; however, Vendor shall fully participate and
cooperate with City in defense of such claim or action. City agrees to give Vendor timely
written notice of any such claim or action, with copies of all papers City may receive relating
thereto. Notwithstanding the foregoing, City's assumption of payment of costs or eXpenses
shall not eliminate Vendor's duty to indemnify City under this Agreement. If the software
and/or documentation or any part thereof is held to infringe and the use thereof is enjoined
or restrained or, if as a result of a settlement or compromise, such use is materially adversely
restricted, Vendor shall, at its own e�pense and as City's sole remedy, either: (a) procure for
City the right to continue to use the software and/or documentation; or (b) modify the
software and/or documentation to make it non-infringing, provided that such modification
does not materially adversely affect City's authorized use of the software and/or
documentation; or (c) replace the software andlor documentation with equally suitable,
compatible, and functionally equivalent non-infringing software and/or documentation at no
additional charge to City; or (d) if none of the foregoing alternatives is reasonably available
to Vendor terminate this Agreement, and refund all amounts paid to Vendor by City,
subsequent to which termination City may seek any and all remedies available to City under
law.
9. Assi�nment and Subcontractin�.
9.1 Assienment. Vendor shall not assign or subcontract any of its duties, obligations
or rights under this Agreement without the prior written consent of City. If City grants consent to
an assignment, the assignee shall execute a written agreement with City and Vendor under which
the assignee agrees to be bound by the duties and obligations of Vendor under this Agreement.
Vendor and Assignee shall be jointly liable for all obligations of Vendor under this Agreement
prior to the effective date of the assignment.
9.2 Subcontract. If City grants consent to a subcontract, sub Vendor shall execute a
written agreement with Vendor referencing this Agreement under which sub Vendor shall agree to
be bound by the duties and obligations of Vendor under this Agreement as such duties and
obligations may apply. Vendor shall provide City with a fully executed copy of any such
subcontract.
10. Compliance with Laws. Ordinances, Rules and Regulations. Vendor agrees that in the
performance of its obligations hereunder, it shall comply with all applicable federal, state and local laws,
ordinances, rules and regulations and that any work it produces in connection with this Agreement will also
comply with all applicable federal, state and local laws, ordinances, rules and regulations. If City notifies
Vendor of any violation of such laws, ordinances, rules or regulations, Vendor shall immediately desist
from and correct the violation.
11. Non-Discrimination Covenant. Vendor, for itself, its personal representatives, assigns,
subVendors and successors in interest, as part of the consideration herein, agrees that in the performance
of Vendor's duties and obligations hereunder, it shall not discriminate in the treatment or employment of
any individual or group of individuals on any basis prohibited by law. IF ANY CLAIM ARISES FROM
AN ALLEGED VIOLATION OF THIS NON-DISCRIMINATION COVENANT BY VENDOR, ITS
Vendor Services Agreement Page 4 of 16
PERSONAL REPRESENTATIVES, ASSIGNS, SUBVENDORSS OR SUCCESSORS IN
INTEREST, VENDOR AGREES TO ASSUME SUCH LIABILITY AND TO INDEMNIFY AND
DEFEND CITY AND HOLD CITY HARMLESS FROM SUCH CLAIM.
12. Notices. Notices required pursuant to the provisions of this Agreement shall be
conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents,
employees, servants or representatives, (2) received by the other party by United States Mail, registered,
return receipt requested, addressed as follows:
To CITY:
City of Fort Worth
Attn: Assistant City Manager for Aviation
100 Fort Worth Trail
Fort Worth, TX 76102
To VENDOR:
Venture Services LLC
Attn: Taylor Kofoed, PE
423 Center Street
Evanston, WY 82930
With copy to Fort Worth City Attorney's Office at
same address
13. Solicitation of Emplovees. Neither City nor Vendor shall, during the term of this
Agreement and additionally for a period of one year after its termination, solicit for employment or employ,
whether as employee or independent contractor, any person who is or has been employed by the other
during the term of this Agreement, without the prior written consent of the person's employer.
Notwithstanding the foregoing, this provision shall not apply to an employee of either party who responds
to a general solicitation of advertisement of employment by either party.
14. Governmental Powers. It is understood and agreed that by execution of this Agreement,
City does not waive or surrender any of its governmental powers or immunities.
15. No Waiver. The failure of City or Vendor 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
Vendor's respective right to insist upon appropriate performance or to assert any such right on any future
occasion.
16. Governing Law / Venue. This Agreement shall be construed in accordance with the laws
of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought pursuant to this
Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United
States District Court for the Northern District of Texas, Fort Worth Division.
17. Severabilitv. If any provision of this Agreement is held to be invalid, illegal or
unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be
affected or impaired.
18. Force Maieure. City and Vendor shall exercise their best 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, wars, riots, material or labor restrictions by any
governmental authority, transportation problems and/or any other similar causes.
Vendor Services Agreement Page 5 of 16
19. Headin�s not Controllin�. Headings and titles used in this Agreement are for reference
purposes only, shall not be deemed a part of this Agreement, and are not intended to define or limit the
scope of any provision of this Agreement.
20. Review of Counsel. The parties acknowledge that each party and its counsel have
reviewed and revised this Agreement and that the normal rules of construction to the effect that any
ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this
Agreement or Exhibits A, B, and C.
21. Amendments / Modifications / Extensions. No amendment, modification, or extension
of this Agreement shall be binding upon a party hereto unless set forth in a written instrument, which is
executed by an authorized representative of each party.
22. Entiretv of Agreement. This Agreement, including Exhibits A, B and C, contains the
entire understanding and agreement between City and Vendor, their assigns and successors in interest, as
to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared
null and void to the extent in conflict with any provision of this Agreement.
23. Counterparts. This Agreement may be executed in one or more counterparts and each
counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute
one and the same instrument.
24. Warrantv of Services. Vendor warrants that its services will be of a high quality and
conform to generally prevailing industry standards. City must give written notice of any breach of this
warranty within thirty (30) days from the date that the services are completed. In such event, at Vendor's
option, Vendor shall either (a) use commercially reasonable efforts to re-perform the seroices in a manner
that conforms with the warranty, or (b) refund the fees paid by City to Vendor for the nonconforming
seroices.
25. Immigration Nationalitv Act. Vendor shall verify the identity and employment eligibility
of its employees who perform work under this Agreement, including completing the Employment
Eligibility Verification Form (I-9). Upon request by City, Vendor shall provide City with copies of all I-9
forms and supporting eligibility documentation for each employee who performs work under this
Agreement. Vendor 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 Vendor employee who is not legally eligible to
perform such services. VENDOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS
FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS
PARAGRAPH BY VENDOR, VENDOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR
LICENSEES. City, upon written notice to Vendor, shall have the right to immediately terminate this
Agreement for violations of this provision by Vendor.
26. Ownershiu of Work Product. City shall be the sole and exclusive owner of all reports,
work papers, procedures, guides, and documentation, created, published, displayed, and/or produced in
conjunction with the services provided under this Agreement (collectively, "Work Product"). Further, City
shall be the sole and exclusive owner of all copyright, patent, trademark, trade secret and other proprietary
rights in and to the Work Product. Ownership of the Work Product shall inure to the benefit of City from
the date of conception, creation or fixation of the Work Product in a tangible medium of expression
(whichever occurs first). Each copyrightable aspect of the Work Product shall be considered a"work-made-
for-hire" within the meaning of the Copyright Act of 1976, as amended. If and to the extent such Work
Vendor Services Agreement Page 6 of 16
Product, or any part thereof, is not considered a"work-made-for-hire" within the meaning of the Copyright
Act of 1976, as amended, Vendor hereby expressly assigns to City all exclusive right, title and interest in
and to the Work Product, and all copies thereof, and in and to the copyright, patent, trademark, trade secret,
and all other proprietary rights therein, that City may have or obtain, without further consideration, free
from any claim, lien for balance due, or rights of retention thereto on the part of City.
27. Signature Authoritv. The person signing this Agreement hereby warrants that he/she has
the legal authority to execute this Agreement on behalf of the respective party, and that such binding
authority has been granted by proper order, resolution, ordinance or other authorization of the entity. This
Agreement and any amendment hereto, may be executed by any authorized representative of Vendor whose
name, title and signature is affixed on the Verification of Signature Authority Form, which is attached
hereto as Exhibit "C". Each party is fully entitled to rely on these warranties and representations in entering
into this Agreement or any amendment hereto.
28. Change in Companv Name or Ownership. Vendor shall notify City's Purchasing
Manager, in writing, of a company name, ownership, or address change for the purpose of maintaining
updated City records. The president of Vendor or authorized official must sign the letter. A letter indicating
changes in a company name or ownership must be accompanied with supporting legal documentation such
as an updated W-9, documents filed with the state indicating such change, copy of the board of director's
resolution approving the action, or an executed merger or acquisition agreement. Failure to provide the
specified documentation so may adversely impact future invoice payments.
29. No Bovcott of Israel. If Vendor has fewer than 10 employees or this Agreement is for
less than $100,000, this section does not apply. Vendor acknowledges that in accordance with Chapter
2270 of the Texas Government Code, 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, Vendor certifies that Vendor's signature provides written
veri�cation to the City that Vendor: (1) does not boycott Israel; and (2) will not boycott Israel during
the term of the contract.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples.
(signature page follows)
Vendor Services Agreement Page 7 of 16
ACCEPTED AND AGREED:
CITY OF FORT WORTH:
B�. Valcr�ln�n Jan3Q202614:04:19CST)
Name: Valerie Washington
Title: Assistant City Manager
Date: O1/30/2026
APPROVAL RECOMMENDED:
By: ���� J-
Name: Roger Venables
Title: Aviation Director
ATTEST:
�:a�n.nx�tx. % ..,��-m-�>
By: v
Name: Jannette Goodall
Title: City Secretary
�nn
a'�'°� FORT�9°o
oa
C�'8 �o.ld
OVo a=d
°Q,*�ao o��d
aAan aezasaa
VENDOR: �
Venture Services LLC
By:
Name: �ylor Kofq�ed, E
Title: Principal �
Date: 1 /30/2026
CONTRACT COMPLIANCE MANAGER:
By signing I acknowledge that I am the person
responsible for the monitoring and administration of
this contract, including ensuring all performance and
reporting requirements.
By:
Name
Title:
K� ���
Katya Flores
Sr. Contract Compliance Specialist
APPROVED AS TO FORM AND LEGALITY:
Canda�e Paaliara
By: �„da�e����,a��a��o,z�,���,���S�T;
Name: Candace Pagliara
Title: Assistant City Attorney
CONTRACT AUTHORIZATION:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Vendor Services Agreement Page 8 of 16
City Secretary Contract No.
EXHIBIT A
SCOPE OF SERVICES
Venture Services LLC (Venture Services) will conduct Independent Fee Estimates (IFE)
on an as-needed basis for the City of Fort Worth Aviation Department (CFW Aviation) for
federally funded professional services agreements at Perot Field Fort Worth Allaince Airport,
Meacham International Airport, and Fort Worth Spinks Airport over the next five years. An IFE
is a detailed assessment of the cost of professional services required for a specific project,
conducted by an independent entity that is not affiliated with the design or engineering firm
bidding on the project. IFE's provide an objective benchmark against which Airport Sponsors
can evaluate the proposed fees submitted by consultants or contractors. IFE's are required by the
Federal Aviation Administration (FAA) for architectural/engineering contracts as required in 2
CFR Part 200.
Projects that could require IFE's over the next five years include, but are not limited to, the
following:
Perot Field Fort Worth Alliance Airport (AFW)
Taxiway Hotel Extension Phase I Construction Oversight
Engineering and Resident Project Representative (RPR) services during construction of the
project. Project scope consists of extending Taxiway Hotel approximately 550 feet and includes
grading and earthwork, constructing a concrete taxiway with asphalt shoulders, taxiway lighting
and pavement markings installation.
Joint Reseal & Pavement Repair Phase II Design
Design and bidding support services for the resealing of joints, miscellaneous pavement repairs,
and application of new pavement markings on Runway 16R-34L.
Joint Reseal & Pavement Repair Phase II Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of resealing
joints, miscellaneous pavement repairs, and application of new pavement markings on Runway
16R-34L.
Pavement Management Report
This will consist of performing a pavement condition evaluation to assess the current conditions
of the airport's pavement (both runways, all taxiways, and some ramp areas), which will help
prioritize maintenance and rehabilitation needs to extend the pavement life. This also includes a
Pavement Condition Index (PC� inspection and update, pavement data analysis, and a final
report with summary of �ndings and recommendations to repair.
Taxiway Papa Extension Fence & Road Relocation Design
Design and bidding support services for the relocation of a vehicle service road and perimeter
fence on the west side of the airport, as they both currently reside in the Runway Safety Area
(RSA) of Runway 16R-34L. It will also include the design of mass grading and other earthwork,
as well as evaluation of existing Remote Transmitter Receiver (RTR) power and fiber optic
Vendor Services Agreement — Exhibit A Page 9 of 16
communications infrastructure.
Taxiway Papa Extension Fence & Road Relocation Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of relocation
of a vehicle service road and perimeter fence on the west side of the airport, as they both
currently reside in the Runway Safety Area (RSA) of Runway 16R-34L. It will also include mass
grading and other earthwork, as well as the relocation of existing Remote Transmitter Receiver
(RTR) power and fiber optic communications infrastructure.
Taxiway Papa Extension Phases IV & V Design
Design and bidding support services for the extension of Taxiway Papa by approximately 3,300
feet from Taxiway FoXtrot to Taxiway Hotel on the westside of the airport. Scope will include
grading and other earthwork, concrete pavement and asphalt shoulder installation, new airfield
markings, new pavement lighting and signage.
Taxiway Papa Extension Phase IV Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of extending
Taxiway Papa north approXimately 1,300 feet from TaXiway FoXtrot to Taxiway Golf on the
westside of the airport and will consist of grading and other earthwork, concrete pavement and
asphalt shoulder installation, new airfield markings, lighting and signage.
Airfield Shoulder Preservation Design
Design and bidding support services to restore all the deteriorated asphalt shoulders through seal
coat surface treatment and surface grinding for proper water drainage. Clearing and reseeding the
turf built up to the pavement edges will also be included.
Airfield Shoulder Preservation Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of restoring
all deteriorated asphalt shoulders through seal coat surface treatment and surface grinding for
proper water drainage. Clearing and reseeding the turf built up to the pavement edges will also
be included.
Taxiway Papa Extension Phase V Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of extending
Taxiway Papa north approximately1,800 feet from Taxiway Golf to Taxiway Hotel on the
westside of the airport and will consist of grading and other earthwork, concrete pavement and
asphalt shoulder installation, new airfield markings, lighting and signage.
Runway 16L Keel Rehabilitation Phase I Design
Design and bidding support services to rehabilitate the keel of Runway 16L between TaXiway
Kilo and Taxiway Hotel.
Runway 16L Keel Rehabilitation Phase I Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of
rehabilitating the keel of Runway 16L between Taxiway Kilo and Taxiway Hotel.
Vendor Services Agreement — Exhibit A Page 10 of 16
Airport Layout Plan Update
Update of the Airport Layout Plan (ALP)
Pavement Management Report
This will consist of performing a pavement condition evaluation to assess the current conditions
of the airport's pavement (both runways, all taXiways, and some ramp areas), which will help
prioritize maintenance and rehabilitation needs to extend the pavement life. This also includes a
Pavement Condition Index (PCI) inspection and update, pavement data analysis, and a final
report with summary of findings and recommendations to repair.
Joint Reseal & Pavement Repair Phase III Design
Design and bidding support services for the resealing of joints, miscellaneous pavement repairs,
and application of new pavement markings on Taxiway Alpha, Taxiway Hotel and the main
ramp, all on the westside of the airport.
Joint Reseal & Pavement Repair Phase III Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of resealing
joints, miscellaneous pavement repairs, and application of new pavement markings on TaXiway
Alpha, Taxiway Hotel and the main ramp, all on the westside of the airport.
Fort Worth Meacham International Airport (FTW)
Runway 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Landing
System (ILS) Improvements Design
Design and bidding support services for rehabilitation of Runway 16-34's concrete surfaces,
reconstruction of the asphalt shoulders, RSA grade improvements, construction of parallel
Taxiway Tango, and Instrument Landing System (ILS) equipment relocation and improvements.
Runway 16-34 Rehabilitation, Taxiway Tango Construction, and Instrument Landing
System (ILS) Improvements Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of
rehabilitation of Runway 16-34's concrete surfaces, reconstruction of the asphalt shoulders, RSA
grade improvements, construction of parallel Taxiway Tango, and Instrument Landing System
(ILS) equipment relocation and improvements.
Taxiway Bravo & Delta Rehabilitation Design
Design and bidding support services to rehabilitate Taxiway Bravo and Taxiway Delta on the
westside of Runway 16-34.
Taxiway Bravo & Delta Rehabilitation Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of a mill and
overlay of TaXiway Bravo and Taxiway Delta on the westside of Runway 16-34.
Runway 17-35 Crack Seal, Sealcoat, and Markings Design
Design and bidding support services for rehabilitation of Runway 17-35.
Vendor Services Agreement — Exhibit A Page ll of 16
Runway 17-35 Crack Seal, Sealcoat, and Markings Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of
rehabilitation of Runway 17-35 and will consist of crack sealing and application of sealcoat and
new pavement markings.
Taxiway Alpha Joint Rehabilitation, Taxiway Shoulder Reconstruction, Run-Up Apron
Reconstruction, and Taxiway Electrical Improvements Design
Design and bidding support services for resealing of joints and reconstruction of airfield
shoulders on Taxiway Alpha, run-up apron reconstruction, and various taxiway electrical
improvements.
Master Plan and Airport Layout Plan Update
Update of the Master Plan and Airport Layout Plan (ALP)
Fort Worth SUinks Airport (FWS)
Runway 18R-36L Reconstruction & Underdrains Installation and Taxiways Alpha &
Charlie Rehabilitation Design
Design and bidding support services for Runway 18R-36L asphalt mill and overlay, installation
of underdrains below the runway, and rehabilitation of Taxiways Alpha and Charlie on the
westside of Runway 18R-36L. This will also consist of a Preliminary Engineering Report (PER)
and the conversion of Taxiway Bravo into a temporary landing surface.
Runway 18R-36L Reconstruction & Underdrains Installation and Taxiways Alpha &
Charlie Rehabilitation Construction Oversight
Engineering and RPR services during construction of the project. Project scope consists of an
asphalt mill and overlay of Runway 18R-36L, installation of underdrains below the runway, and
rehabilitation of Taxiways Alpha and Charlie on the westside of Runway 18R-36L. It will also
consist of the conversion of Taxiway Bravo into a temporary landing surface, and then back to a
taXiway after work on the runway has been completed.
Medium-Intensity Taxiway Edge Lights Installation for Taxiways Alpha, Delta, and Golf
Design
Design and bidding support services for the installation of Medium-Intensity TaXiway Edge
Lights (MITL's) on portions of Taxiway Alpha, Taxiway Delta, and Taxiway Golf on the
westside of Runway 18R-36L.
Medium-Intensity Taxiway Edge Lights Installation for Taxiways Alpha, Delta, and Golf
Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of the
installation of Medium-Intensity Taxiway Edge Lights (MITL's) on portions of Taxiway Alpha,
Taxiway Delta, and Taxiway Golf on the westside of Runway 18R-36L.
Primary Apron Expansion Phase I with Taxiway Echo Demolition and Reconstruction
Design
Design and bidding support services to eXpand the primary apron by approXimately 12,500
Vendor Services Agreement — Exhibit A Page 12 of 16
square yards, as well as demolish existing Taxiway Echo and reconstruct Taxiway Echo to the
north to prevent a direct-access taxiway to Runway 18R-36L.
Primary Apron Expansion Phase I with Taxiway Echo Demolition and Reconstruction
Construction Oversight
Engineering and RPR services for construction of the project. Project scope consists of
expanding the primary apron by approximately 12,500 square yards, as well as demolishing the
eXisting Taxiway Echo and reconstructing TaXiway Echo to the north to prevent a direct-access
taxiway to Runway 18R-36L.
Taxiways Bravo, Hotel, Golf, and Delta Rehabilitation Design
Design and bidding support services for the rehabilitation of Taxiway Bravo, TaXiway Hotel,
Taxiway Golf, and Taxiway Delta on the westside of Runway 18R-36L.
Primary Apron Expansion Phase II with Taxiway Foxtrot Demolition and Reconstruction
Design
Design and bidding support services to expand the primary apron by approximately 12,500
square yards, as well demolish existing Taxiway Foxtrot and reconstruct Taxiway Foxtrot to the
south to prevent a direct-access taxiway to Runway 18R-36L.
Vendor Services Agreement — Exhibit A Page 13 of 16
City Secretary Contract No.
EXHIBIT B
PRICE SCHEDULE
Year
2026
2026
2026
2026
2026
2026
Airport
AFW
AFW
AFW
AFW
AFW
FTW
Pro,j ect
Taxiway Hotel Extension Phase I Oversight
Joint Reseal & Pavement Repair Phase II Design
Joint Reseal & Pavement Repair Phase II Oversight
Pavement Management Report
Taxiway Papa Extension Fence & Road Relocation Design
Runway 16-34 Rehabilitation, Taxiway Tango Construction, and
ILS Improvements Design
Runway 18R-36L Reconstruction & Underdrains Installation and
Taxiways Alpha & Charlie Rehabilitation Design
Runway 18R-36L Reconstruction & Underdrains Installation and
Taxiways Alpha & Charlie Rehabilitation Oversight
Miscellaneous Additional Services (185 units at $100 each)
Total
IFE Estimate
$3,800
$4,000
$3,800
$3,500
$4,400
$4,600
2026 FWS
2026 FWS
2026 ALL
2026
Year
2027
2027
2027
2027
2027
2027
Year
2028
2028
2028
2028
2028
2028
2028
Airport Project
AFW Taxiway Papa Extension Fence & Road Relocation Oversight
AFW Taxiway Papa Extension Phases IV & V Design
FTW Runway 16-34 Rehabilitation, Taxiway Tango Construction, and
ILS Improvements Oversight
FWS Medium-Intensity Taxiway Edge Lights Installation for Taxiways
Alpha, Delta, and Golf Design
ALL Miscellaneous Additional Services (334 units at $100)
Total
Airport Pro,j ect
AFW Taxiway Papa Extension Phase IV Oversight
AFW Airfield Shoulder Preservation Design
AFW Airfield Shoulder Preservation Oversight
FTW Taxiway Bravo and Delta Rehabilitation Design
FWS Medium-Intensity Taxiway Edge Lights Installation for Taxiways
Alpha, Delta, and Golf Oversight
ALL Miscellaneous Additional Services (310 units at $100 each)
Total
$3,800
$3,600
$18,500
$50,000
IFE Estimate
$4,200
$4,600
$4,400
$3,400
$33,400
$50,000
IFE Estimate
$4,200
$3,800
$3,600
$4,200
$3,200
$31,000
$50,000
Year Airport Pro,ject IFE Estimate
2029 AFW Taxiway Papa Extension Phase V Oversight $4,200
2029 FTW Taxiway Bravo & Delta Rehabilitation Oversight $4,000
2029 ALL Miscellaneous Additional Services (418 units at $100 each) $4],800
2029 Total $50,000
Vendor Services Agreement— Exhibit B Page 14 of 16
Year
2030
2030
2030
2030
2030
2030
2030
2030
2030
Airport Pro,ject
AFW Runway 16L Keel Rehabilitation Phase I Design
AFW Runway 16L Keel Rehabilitation Phase I Oversight
AFW Airport Layout Plan (ALP) Update
AFW Pavement Management Report
FTW Runway 17-35 Crack Seal, Sealcoat, & Markings Design
FTW Runway 17-35 Crack Seal, Sealcoat, & Markings Oversight
FWS Primary Apron Expansion Phase I with Taxiway Echo Demolition
and Reconstruction Design
ALL Miscellaneous Additional Services (198 units at $100 each)
Total
Year Airport
2031 AFW
2031 AFW
2031 FTW
2031 FTW
2031 FWS
2031 FWS
2031 FWS
2031 ALL
2031
Project
Joint Reseal & Pavement Repair Phase III Design
Joint Reseal & Pavement Repair Phase III Oversight
Taxiway Alpha Joint Rehabilitation, Taxiway Shoulder
Reconstruction, Run-Up Apron Reconstruction, and Taxiway
Electrical Improvements Design
Master Plan & Airport Layout Plan (ALP) Update
Primary Apron Expansion Phase I with Taxiway Echo Demolition
and Reconstruction Oversight
Taxiways Bravo, Hotel, Golf, and Delta Rehabilitation Design
Primary Apron Expansion Phase II with Taxiway Foxtrot
Demolition and Reconstruction Design
Miscellaneous Additional Services (188 units at $100 each)
Total
IFE Estimate
$4,200
$4,000
$6,000
$3,800
$4,200
$4,000
$4,000
$19,800
$50,000
IFE Estimate
$4,400
$4,200
$4,200
$6,000
$3,800
$4,600
$4,000
$18,800
$50,000
Vendor Services Agreement — Exhibit B Page 15 of 16
City Secretary Contract No.
EXHIBIT C
SELLER CONTACT INFORMATION
EXHIBIT C— SELLER CONTACT INFORMATION
Seller's Name: Venture IFE Services LLC
Seller's Local Address: 423 Center Street, Evanston, WY 82930
Phone: 307-660-3621 Fax:
Email: taylor@ventureservices.lic
Name of persons to contact when placing an order or invoice questions:
NamelTitle Taylor Kofoed / Principal
Phone: 307-660-3621 Fax:
Email: taylor@ventureservices.11c
Name/TiYle
Phone:
Email:
Name/Title
Phone:
Email:
� T"j '��
Signatu�
Fax:
Fax:
Taylor Kofoed
Printed Name
1 /20/26
Date
Vendor Services Agreement— Exhibit C Page 16 of 16
F�RT��RTHo
City Secretary's Office
Contract Routing & Transmittal Slip
Contractor's Name: VENTURE SERVICES LLC
Subject of the Agreement: Vendor Service Agreement
M&C Approved by the Council? * Yes ❑ No ❑✓
If �so, the M&C must be attached to the contract.
Is this an Amendment to an Existing contract? Yes ❑ No ❑✓
If �so, provide the original contract number and the amendment number.
Is the Contract "PermanenY'? *Yes ❑ No 0
If �unsure, see back page for permanent contract listing.
Is this entire contract Confidential? *Yes ❑ No ❑✓ If only specific information is
Confidential, please list what information is Confidential and the page it is located.
Effective Date: Expiration Date: 1 year, with 4 renewals
If different from the approval date. If applicable.
Is a 1295 Form required? * Yes ❑ No ❑✓
*If �so, please ensure it is attached to the approving M&C or attached to the contract.
Proj ect Number: If applicable.
*Did you include a Text field on the contract to add the City Secretary Contract (CSC)
number? Yes ❑✓ No ❑
Contracts need to be routed for CSO processin� in the followin� 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.
Permanent Contracts
Advanced Funding Agreements
Architect Service
Community Facilities
Completion Agreement
Construction Agreement
Credit Agreement/ Impact Fees
Crossing Agreement
Design Procurement
Development Agreement
Drainage Improvements
Economic Development
Engineering Services
Escrow Agreement
Interlocal Agreements
Lake Worth Sale
Maintenance Agreement/Storm Water
Parks/Improvement
Parks/Other Amenities
Parks/Play Equipment
Project Development
Property/Purchase (Property owned by the City)
Property/Sales (Property owned by the City)
Property/Transfers (Property owned by the City)
Public Art
Sanitary Sewer Main Replacements
Sanitary Sewer Rehabilitations
Settlements (Employees Only)
Streets/Maintenance
Streets/Redevelopment
Streets/Repairs
Streets/Traffic Signals
Structural Demolition (City owned properties)
Utility Relocation
Water Reclamation Facility
Water/Emergency Repair
Water/Interceptor
Water/Main Repairs
Water/Main Replacement
Water/Sanitary Sewer Rehabilitation
Water/Sewer Service
Water/Storage Tank