Loading...
HomeMy WebLinkAboutContract 26422 CRY SECRETARY r D.O.E. FILE CITY NO SECRETARY �t CONTRACTOR'S BONDING CO. ffi � CONTRACT coNsrRucnoNs c SPEppyy CIFICATION AND CONTRACT DOCUMENTS r I CLIENT DEPARTMENT FOR THE CONSTRUCTION OF TAXIWAY"A" - PHASE III AT T FORT WORTH MEACHAM INTERNATIONAL AIRPORT rFOR THE CITY OF FORT WORTH,TEXAS PROJECT NO.,GR24-055240438190 FILE NO: A-174 DOE NO: 2222 JULY 2000 Kenneth Barr Bob Terrell MAYOR CITY MANAGER Lisa A. Pyles Airport Systems Director A. Douglas Rademaker,P.E. pw Engineering Director .� 0 . .!' ° Prepared By: WELDON D.JARRATT ARREDONDO, BRUNZ& ASSOCIATES, INC. »•'• •'»•^••»•~~p CONSULTING ENGINEERS '0%s�43083�o 2001 Beach Street, Suite 524 ,, � e °�Fss��sTea.•° � Fort Worth,Texas 76103 ������Q� (817) 536-9400 orf `Q Fa K,N E City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/14/00 C-18354 30DUININCK 1 of 2 SUBJECT ACCEPT TEXAS DEPARTMENT OF TRANSPORTATION GRANT; ADOPT APPROPRIATION ORDINANCES; AND AUTHORIZE CONTRACT WITH DUININCK BROTHERS, INC. FOR PHASE III CONSTRUCTION OF TAXIWAY ALPHA (A) AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT RECOMMENDATION: It is recommended that the City Council: 1. Authorize the City Manager to accept an Airport Project Participation Agreement grant from the Texas Department of Transportation (TxDOT) for $5,960,480.00 for Fort Worth Meacham International Airport (Meacham) which includes Phase III, construction of Taxiway Alpha (A), and related storm drain and electrical work; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Grants Fund by $5,960,480.00 subject to the receipt of the grant; and 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Aviation Capital Improvements Project Fund by $596,048.00 from the sale of Certificates of Obligation for the City's 10% share of project costs; and 4. Authorize the transfer of funds in the amount of $596,048.00 from the Aviation Improvements Project Fund to the Grants Fund for the 10% match; and 5. Authorize the City Manager to execute a contract with Duininck Brothers, Inc. in the amount of $4,862,734.79 for Phase III construction for taxiway Alpha (A) and related storm drain and electrical work at Meacham. DISCUSSION: r TxDOT receives federal funding assistance under the State of Texas Block Grant Program to allocate as grant assistance to state airports. Grant assistance will be for ninety percent (90%) of the eligible project costs. It is estimated that the Phase III project cost will be approximately $5,960,480.00. The maximum obligation of TxDOT payable under this program will be $5,364,432.00. The construction contract is for $4,882,734.79. The balance of the funds will be used for final construction inspections, testing services and design work. The obligation of the City is 10% of the total eligible project cost, or $596,048.00. Certificates of Obligation were sold to provide the City's share of this project cost. The Airport Master Plan identifies the requirement for a parallel taxiway to the primary Runway 16L/34R. The existing taxiway Alpha is not parallel, reducing the efficiency and capacity of the airport. The Federal Aviation Administration has determined that the new Taxiway Alpha (A) will also serve as City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/14/00 C-18354 30DUININCK 2 of 2 SUBJECT ACCEPT TEXAS DEPARTMENT OF TRANSPORTATION GRANT; ADOPT APPROPRIATION ORDINANCES; AND AUTHORIZE CONTRACT WITH DUININCK BROTHERS, INC. FOR PHASE III CONSTRUCTION OF TAXIWAY ALPHA (A) AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT - an interim during the reconstruction of the primary Runway 16L/34R. The project was advertised for bid on July 20 and 27, 2000. On August 24, 2000, the following bids were received: BIDDERS BASE BID (ASPHALT) TIME OF COMPLETION Duininck Brothers. Inc. $4,862,734.79 225 Working Days APAC-Texas $5,516,500.28 Orval Hall Excavating Company $5,634,726.95 The low bidder, Duininck Brothers, Inc. is in compliance with the City's DBE Program (USDOT/FAA Regulations) by committing to 22% DBE participation. The City's goal on this project 22%. The project is located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: The Finance Director -certifies that upon approval of the above recommendations and receipt of the grant, funds will be available in the current operating budget, as appropriated, of the Grants Fund. MGJ Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) GR76 451942 055302673000 $5,364,432.00 Mike Groomer 6140 GR76 472024 055302673000 $ 596,048.00 Originating Department Head: GR76 539120 055302673010 $5,960,480.00 ' GC24 485200 013240439010 $ 596,048.00 GC24 538070 013240439010 $ 596,048.00 A.Douglas Rademaker 6157 (from) APPROVED 11-14-00 GC24 538070 013240439010 $ 596,048.00 ORDINANCE NO.14415 Additional Information Contact: GR76 539120 055302673010 $4,862,734.79 ORDINANCE NO.14416 A.Douglas Rademaker 6157 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING 4I ""'C� + ADDENDUM NO. 1 AAV. TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS- FOR THE CONSTRUCTION OF TAXIWAY"A"—PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT FOR THE CITY OF FORT WORTH,TEXAS PROJECT NO. GR24-055240438190 FILE NO. A-173 DOE NO. 2221 ADDENDUM ISSUED: AUGUST 16,2000 The Contract Documents for the subject project are hereby revised or amended as follows: COMPREHENSIVE NOTICE TO BIDDERS: The COMPREHENSIVE NOTICE TO BIDDERS" form, Page 3 has been revised to read as follows: "A pre-bid conference will be held with prospective bidders in the Conference Room on the second floor of the Terminal Building at Meacham International Airport at 10:00 A.M. on Wednesday, August 16, 2000. (Revision attached to this Addendum) R PROPOSAL: The quantities for the following items have been revised in the Proposal. (Revisions attached to this Addendum) 1. Proposal Page-8: Item L-108-5.2, change quantity from 76,700 L.F. to 76,830 L.F. 2. Proposal Page-8: Item L-108-5.3, change quantity from 20,500 L.F. to 20,560 L.F. 3. Proposal Page-9: Item L-108-5.4, change quantity from 23 each to 24 each. 4. Proposal Page-9: Item L-110-5.1, change quantity from 15,700 L.F. to 15,760 L.F. 5. Proposal Page-11: Item L-125-5.7, change quantity from 145 each to 153 each. 6. Proposal Page-11: Item L-125-5.10, change quantity from 3 each to 7 each. 7. Proposal Page-12: Item L-125-5.19, change quantity from 3 each to 4 each. 8. Proposal Page 13: Item L-125-5.25, change quantity from 3 each to 6 each. Meacham International Airport,Taxiway"A"Phase III Addendum No. 1 Page 1 of 2 0V1N1NCK BR0S. INC. The following additional sheet detailing the changes to the proposal to be added: 1. Re: Sheet E1, Sign Schedule, Revise schedule entries for signs 32, 45, 55, and 102 and add entries for signs 15, 17, 20, 47, 156, and 178 as shown on attached sketch SK-El-IA. 2. Re: Sheet E7, Revise graphics on sign 156 as shown on attached sketch SK-E7.1. 3. Re: Sheet E9, Revise graphics on signs 46, 47 and 55, and add new sign 81 as shown on attached sketch SK-E9.1. 4. Re: Sheet E14, Replace signs 15, 17, and 20 as indicated on attached sketch SK-E14.1. 5. Re: Sheet E14, Revise graphics on sign 32 as indicated on attached sketch SK-E14.2. PLANS: The Bidder shall replace the plan sheets issued previously with the following: 1. Sheet G-2 of 4, Sign Revisions, Replace. Special Notes: This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this Addendum on the space provided below and on Page 16 of your bid proposal and note the outer envelope of your bid. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Receipt Acknowledged: Department of Engineering Rick Trice, P.E. B Q. �Sr Manager, Consulting Services , itle: VICE PRESIDENT B : A Address: DUININCK RRnc INC � Telephone: P. O. BOX 735 76262 Meacham International Airport,Taxiway"A"Phase III Addendum No. 1 Page 2 of 2 CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ADDENDUM NO. 2 TO THE PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF TAXIWAY"A"—PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT FOR THE CITY OF FORT WORTH, TEXAS PROJECT NO. GR24-055240438190 FILE NO. A-173 DOE NO. 2221 ADDENDUM ISSUED: AUGUST 18, 2000 The Contract Documents for the subject project are hereby revised or amended as follows: GENERAL NOTES: The following GENERAL NOTES to be added to the Contract Documents: WASTE DISPOSAL AREA The waste disposal area previously used has been topped out. It will be necessary for the Contractor to locate a waste disposal area. If this area is within the City Limits of the City of Fort Worth, it shall be approved by the Department of Engineering prior to use. JOINT SEALANT The joint sealant to be used on this project will be DOW 890. HAUL ROAD The haul road as shown on page C 1 of 26 will not be paid for as a haul road. The following bid items are included for the haul road: Unclassified Excavation 3160 C.Y. 6" Crushed Aggregate Base 11650 S.Y. Topsoiling 750 C.Y. Seeding 1.40 AC. Sodding 150 S.Y. All work associated with the construction, maintenance, and removal of a part of the haul road will be subsidiary to these pay items. Meacham International Airport,Taxiway"A"Phase III Addendum No.2 Page 1 of 3 LIGHTING Item L-109 Installation of Airport Lighting Vault Equipment. Existing Lighting System may be operated manually during test phase for proposed system. No interface will be necessary. COMPREHENSIVE NOTICE TO BIDDERS: The "COMPREHENSIVE NOTICE TO BIDDERS" FORM, Page 3. Delete the sentences, "In order for a bid to be considered to be responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with your bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non-responsive." PROPOSAL: The quantities for the following items have been revised in the Proposal. (Revisions attached to this Addendum) 1. Proposal Page-11: Item L-125-5.8, change quantity from 17 each to 18 each. 2. Proposal Page-11: Item L-125-5.12,change quantity from 4 each to 5 each. 3. Proposal Page-12: Item L-125-5.14, change quantity from 6 each to 7 each. 4. Proposal Page-13: Item L-125-5.21, change quantity from 3 each to 4 each. 5. Proposal Page-13: Item L-125-5.23, change quantity from leach to 2 each. The following additional sheet detailing the changes to the proposal to be added: 1. Re: Sheet 1 of 2, Sign Schedule, Revise schedule entries for signs 116 and 176. 2. Re: Sheet 2 of 2, Replace Sign No. 116 and add one new sign, Sign No. 176. PLANS: The Bidder shall replace the plan sheets issued previously with the following: 1. Sheet G-2B of 4, Sign Revisions, Replace. Special Notes: This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents and Plans. Acknowledge receipt of this Addendum on the space provided below and on Page 16 of your bid proposal and note the outer envelope of your bid. Failure to return a signed copy of the addendum with this proposal shall be grounds for rendering the bid non-responsive. Meacham International Airport,Taxiway"A"Phase III Addendum No.2 Page 2 of 3 Receipt Acknowledged: Department of Engineering 7 Rick Trice, P.E. By: Manager, Consulting Services , Title: VIC;L SIDEI�T Bv: + Address: f INC. Telephone: P. O. BOX 735 v ROANOKE, TEXAS 76262 7)y�i- o9y6 y Meacham International Airport,Taxiway"A"Phase III Addendum No.2 Page 3 of 3 SPECIFICATION AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF TAXIWAY"A" PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT FOR THE CITY OF FORT WORTH,TEXAS PROJECT NO., GR24-055240438190 FILE NO: A-174 DOE NO: 2222 JULY 2000 I Kenneth Barr Bob Terrell MAYOR CITY MANAGER G Lisa A. Pyles Airport Systems Director A. Douglas Rademaker, P.E. Engineering Director Prepared By: It OF TF * ••�0 ARREDONDO,BRt NZ & ASSOCIATES, INC. .».»....... ..».»....... CONSULTING ENGINEERS WELDON D.JARRATT 2001 Beach Street, Suite 524 90".-P43083 s'e i Fort Worth,Texas 76103 90 •• c.sTE?� •'�4, (817) 536-9400 �ss�o L E 0� O �i goo a i FORT WORTH MEACHAM INTERNATIONAL AIRPORT PROJECT NO. GR24-055240438190 INDEX OF CONTRACT DOCUMENTS AND SPECIFICATIONS NOTICE TO BIDDERS DISADVANTAGED BUSINESS ENTERPRISE POLICY WAGE RATES PROPOSAL PART I - CONTRACT, BONDS, AND CERTIFICATES CONTRACT BID BOND PERFORMANCE BOND PAYMENT BOND MAINTENANCE BOND CERTIFICATE OF INSURANCE PART II - LABOR, EEO AND SAFETY REQUIREMENTS PART III - GENERAL PROVISIONS PART IV -TECHNICAL SPECIFICATIONS SP-P-120 MOBILIZATION P-151 CLEARING AND GRUBBING SP-P-152 EXCAVATION AND EMBANKMENT P-152 EXCAVATION AND EMBANKMENT P-155 LIME TREATED SUBGRADE SP-P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL P-156 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL P-158 PAVEMENT MILLING SP-P-209 CRUSHED AGGREGATE BASE COURSE P-209 CRUSHED AGGREGATE BASE COURSE SP-P-501 PORTLAND CEMENT CONCRETE PAVEMENT P-501 PORTLAND CEMENT CONCRETE PAVEMENT P-602 BITUMINOUS PRIME COAT P-603 BITUMINOUS TACK COAT SP-P-605 JOINT SEALING FILLER P-605 JOINT SEALING FILLER P-610 STRUCTURAL PORTLAND CEMENT CONCRETE SS-P-611 CONCRETE STRUCTURES SS-P-612 REINFORCING STEEL SP-P-620 RUNWAY AND TAXIWAY PAINTING P-620 RUNWAY AND TAXIWAY PAINTING TxDOT 340 HOT MIX ASPHALTIC CONCRETE PAVEMENT SS-G-700 DEMOLITION SP-D-701 PIPE FOR STORM DRAINS AND CULVERTS D-701 PIPE FOR STORM DRAINS AND CULVERTS SS-D-702 TRENCH SAFETY SYSTEMS SP-D-705 PIPE UNDERDRAINS FOR AIRPORT D-705 PIPE UNDERDRAINS FOR AIRPORT SP-D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES D-751 MANHOLES, CATCH BASINS, INLETS AND INSPECTION HOLES SP-D-752 CONCRETE CULVERTS, HEADWALLS AND MISCELLANEOUS DRAINAGE STRUCTURES D-752 CONCRETE CULVERTS, HEADWALLS AND MISCELLANEOUS DRAINAGE STRUCTURES SP-T-901 SEEDING T-901 SEEDING SP-T-904 SODDING T-904 SODDING SP-T-905 TOPSOILING T-905 TOPSOILING M1000 AERIAL PHOTOGRAPH M1005 AUTOMATIC GATE OPERATOR M1010 TELEPHONE SERVICE M1015 AIRPORT LIGHTING VAULT, BUILDING IMPROVEMENTS M1020 AIRPORT LIGHTING VAULT, AIR CONDITIONING GENERAL REQUIREMENTS FOR MECHANICAL WORK BASIC MATERIALS AND METHODS MECHANICAL WORK IN EXISTING FACILITIES PROJECT CLOSEOUT SUBMITTAL DATA CLEANING WASTE WATER PIPING SYSTEM PACKAGE COOLING UNITS LOW VELOCITY METAL DUCTWORK ACOUSTICAL LINING AIR DIFFUSERS FILTERS PLAN SHEETS (2) L-100 GENERAL PROVISIONS, ELECTRICAL L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS L-109 INSTALLATION OF AIRPORT LIGHTING VAULT EQUIPMENT L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-126 PORTABLE LIGHTED RUNWAY CLOSURE MARKERS PART IV - GEOTECHNICAL REPORT NOTICE TO BIDDERS Sealed proposals for the following: THE CONSTRUCTION OF TAXIWAY "A", PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT FOR: PROJECT NO. GR24-055240438190 D.O.E. NO. 2222 FILE NO. A-174 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday, August 24, 2000 and then opened and read aloud at 2:00 P.M. Contract Documents including Plans and Specifications for this project may be obtained at the office of the Transportation and Public Works Department of The City of Fort Worth, 1000 Throckmorton Street, Fort Worth, Texas 76102. A deposit of fifty dollars ($50.00) is required for the first set of documents and all additional set may be purchased at the non-refundable price of fifty dollars ($50.00)per set. A pre-bid conference will be held with prospective bidders in the Conference Room on the second floor of the Terminal Building at Meacham International Airport at 10:00 A.M. on Wednesday, August 16, 2000. For additional information contact Gopal Sahu, P.E. at (817) 871-7949 or Weldon Jarratt, P.E. at N (817) 536-9400. By: 1 , Rick Trice, P.E. Manager of Consultant Services ADVERTISEMENT DATES: July 20, 2000 July 2', 2000 NTB-Page 1 COMPREHENSIVE NOTICE TO BIDDERS Sealed proposals for the following: THE CONSTRUCTION OF TAXIWAY "A" - PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT FOR: DOA PROJECT NO. GR24-055240438190 D.O.E. NO: 2222 FILE NO: A-174 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas will be received at the Purchasing Office until 1:30 P.M., Thursday,, August 24, 2000 and then publicly opened and read aloud at 2:00 P.M. Contract Documents, including Plans and Specifications, for this project may be obtained at the office of the Transportation and Public Works Department of the City of Fort Worth, 1000 Throckmorton Street, Fort Worth,Texas. A deposit of fifty dollars ($50.00) is required for the first set of documents, and additional sets may be purchased on a non-refundable basis for fifty dollars ($50.00)per set. All bidders will be required to comply with provision 5159a of"Vernon's Civil Statues" of the State of Texas with respect to payment of prevailing wage rates and City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. Bid security is required in Accordance with Paragraph 1 of the Special Instructions to Bidders. The major work will consist of the following: Concrete Pavement; Pavement Excavation; Lime Treated Subgrade; Crushed Aggregate Base; Bituminous Surface Course; Bituminous Base Course; Runway and Taxiway Painting; Reinforced Concrete Pipe, from 24 to 36 inch; 6 Inch Underdrain Pipe; Sodding; Signing; Lighting; Airfield Lighting Vault Equipment; Airfield Lighting Control System and associated electrical wiring. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine (49) days from the date bids are opened. The award of contract, if made, will be within forty-nine (49) after the opening of bids, but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding that status of addenda may be obtained by contracting the Department of Engineering (817) 871-7910. NTB-Page 2 A pre-bid conference will be held with prospective bidders in the Conference Room on the second floor of the Terminal Building at Meacham International Airport at 2:00 P.M. on Wednesday, August 16, 2000. In accord with City of Fort Worth Ordinance No. 11923 as amended by Ordinance No. 13471, The City of Fort Worth has goals for the participation of Minority and Women Business Enterprises in City Contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. In order for a bid to be considered to be responsive, the AFFIDAVIT STATEMENT included within these bid documents must be completed and submitted with your bid. Failure to submit the completed AFFIDAVIT STATEMENT shall render your bid non-responsive. "The bidder shall submit the MBE/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) business days after the bid opening date. Failure to comply shall render your bid non-responsive. ■ For additional information, contact Gopal Sahu, P.E. at (817) 871-7949 or Weldon D. Jarratt, P.E.at(817) 536-9400. BOB TERRELL GLORIA PEARSON CITY MANAGER CITY SECRETARY Department of Engineering A. Do dem er, Director Advertising Dates: By: /7 July 20, 2000 Rick Trice P.E. Manager, Engineering Services ' July 27, 2000 Fort Worth, Texas ' NTB-Page 3 r AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT ® PROJECT NO. GR24-055240438190 ATTACHMENT 1A City of Fort Worth Page 1 of 2 Disadvantage Business Enterprise Specific@#ods F" DBE UTILIZATION FW Thur8a4VWl lr AN. '20% 1)uinincii Bros, Inc. "COMPANY NAME BI T 'leacham Airport Taxiway nen a X755240438190 JECT NAME PRO J1'-=1C 1 UMBER 2Z S DBE PROJECT COAL: DBE PERCErTAGE ACHIEVED: �Ue to complete this form, in its entirety with supporting documentation, and received by the Managing Department before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid .y considered non-responsive to bid specifications. i Indersigned bidder agrees to enter into a formal agreement with the DBE firms for work listed in this schedule, motioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing representation of facts is grounds for consideration of disqualification and will result in the bid being considered 7esponsive to specifications. 'ompany Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount address, and Telephone No. Scope of Work(') Supplied(') ` v 05 U X N ~ � z SEE ATTACHED PAGE — — _--- 1(A) OF 2 rs I " 2iBEs must be located in the 9 (nine)county marketplace or currently doing business in the marketplace at the time of bid. P6pecity all areas in which DBE's are to be utilized and/or items to be supplied: 4 complete listing of items to be supplied is required in order to receive credit toward the DBE goal. Identify each Tier level. Tier: Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.61219 5 co O T O N N N N air O O O O O O LO LO O O O O O O (O M O O O O r 'ems O O O co LO r O T Q C ll:� O O O N LO LO O O) (C co O co (O v LO O T n (n fH N N N N T O O 69 69 69 69 69 T T 49 69 �wn cca < ' cca W in a a a O i rn N n _ LUC N w � z CO c ci IL aE-4 Z ffm � °C a Qa Z z Z Z Z I J Y j N Z w R r V/ ca Q T D 1� J d O M W n N c,) O d LLJW aJ b � � CoC � FX � � T � wZ � n 0 `T' Q oa LZJ C7 Y N W W � Q (D Nm J X O Q T J � Q rrd m � gF-: 0 � Scn � � �cc OOMLL < uFi ~ C7 N °� OzvaO m cr o ¢ v V OLO rj LU n D `nj ldrVt ;t y) SNorn ACL cow a: E rnM (LU) a) � D THE CONSTRUCTION OF TAXIWAY "A" PHASE III AT FORT WORTH MEACHAM INTERNATIONAL AIRPORT PROJECT NO. GR24-055240438190 ATTACHMENT 1A Page 2 of 2 -. City of Fort Worth Disadvantage Business Enterprise Specifications DBE UTILIZATION C_mpany Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. a Scope of Work(•) Supplied(* 2�- 'e v ~O a C a m Z I I he bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding ct+Aal work performed by all subcontractors, including DBE(s) arrangements submitted with this bid. The bidder also g es to allow an audit and/or examination of any books, records and files held by their company that will substantiate ie actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any ilptional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from i work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws ai,zerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may 'suit in a determination of an irresponsible offeror and barred from participating in City work for a period of time not !7 than one (1) year. ALL DBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD � 9lamer F_ M1A1hnr.. orized Signature Printed Signature Vice President Ron Ruiken, DBE Coordinator Contact Name and Title (if different) Duininck Bros, Inc. 817-491-0946 e� :Fpany Name Telephone Number(s) 817-491--9528 .0. Boa 735, Ro=Qke- T% 76262 4ddress Fax Number T% 76262 August 29, 2000 :oanoke, /State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,,F1VE (5) CITY BUSINESS DAYS AFTER BIC -_-...•.� �.. +. ..�...r r.r TVC cIM /SOC%I I%I r' MAT= PROPOSAL DUININCK EROS.INC. (This Proposal Must Not Be Removed From This Book of Contract Documents.) TO: MR. BOB TERRELL Fort Worth, Texas CITY MANAGER CITY OF FORT WORTH, TEXAS FOR: TAXIWAY"A" PHASE III MEACHAM INTERNATIONAL AIRPORT V CITY OF FORT WORTH, TEXAS PROJECT NO. GR24-055240438190 FILE NO. A-174 DOE NO. 2222 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications and the site; understands the amount of work to be done; and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications and subject to the inspection and approval of the Department of Engineering, City of Fort Worth, Texas. Upon acceptance of this Proposal by the City Council, the Bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to with: Fill out Base Bid and/or Alternate Bid: SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID P- 120-03 1 1 L.S. Mobilization Fa,a 1�v�rorzEp s�x�-FvE w' Dollars and 06 Cents/L.S. $ t.5 0oa.oa$ ' 65'000-OD T P-151-4.3 2 31.18 AC. Clearing and Grubbing OME TWousAr4p Dollars and 46 Cents/AC. $1,006, 00 $ 31i l $0. 0 0 PROPOSAL-1 DUININCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID P-152-4.1 3 55,415 C.Y. Unclassified Excavation frau R Dollars and Eac,uTv Cents/C.Y. $ y.ko $ 2-US; 991. 00 P-152-4.2 4 11,500 C.Y. Rock Excavation E i 4 K T Dollars �, StxTv Cents/C.Y. $ 1S.(..O $ 9S�900.00 P-152-4.5 5 23,156 S.Y. Pavement Excavation F-0 V R. Dollars and FIFT&Et-4 Cents/ S.Y. $ LA. IS $ 94FOg"1.yb �. P-155-8.1 6 29,081 S.Y. 8" Lime Treated Subgrade Tw 0 Dollars and TC-4 Cents/ S.Y. $ 2.10 $(r�0. 1 d P-155-8.1 7 39,820 S.Y. 12" Lime Treated Subgrade T„jb Dollars and 'fN� Cents/ S.Y. $ .30 $ 91�SSI(, .0D P-155-8.2 8 4,016,363 LB. Lime N o Dollars and TgRE.E Cents/LB. $ 0.03 $ 1 a0 4010. 99 P-156-5.1 9 150,000 S.Y. Seeding (Temporary) N a Dollars andj E nJ Cents/ S.Y. $ 0. 10 $ (S, 00 0.a o PROPOSAL-2 DUIRIINCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID P-156-5.5 10 784 L.F. Temporary Silt Fence Fo w IL Dollars and Cents/L.F. $ qq0 $ I MI. L 0 P-158-6.2 11 403 S.Y. Milling Concrete Twewxy Dollars and ►J a Cents/S.Y. $ 20 . o a$ d�0. Do P-209-5.2 12 49,958 S.Y. 8" Crushed Aggregate Base Course SIL,1A T Dollars and ft FTE E0 Cents/ S.Y. MIS $ y0, LD-?d P-209-5.2 13 11,650 S.Y. 6" Crushed Aggregate Base Course rroV V- Dollars and ^jo Cents/ S Y. $ q,0O $ (, Do.oo P-501-5.1 14 38,089 S.Y. Concrete Pavement(Cont. Reinf HS - 13") TµL% f�i to 11•T Dollars and Cents/S.Y. $-3s-M $ 1 A 4LP1 hwl"1. (oo P-602-5.1 15 14,596 GAL Bituminous Prime Coat Onl E Dollars& and 0 a Cents/GAL. $ 1. 00 $ jq, ,5cj4 .o o P-603-5.1 16 1,586 GAL. Bituminous Tack Coat oft E Dollars and r4 o Cents/ GAL. $ 1 .oo $ I+ 5 g(p .00 PROPOSAL-3 DUININCK 81;03. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID P-605-5.1 17 400 GAL. Joint Sealing Filler -r%d o Dollars and W a Cents/GAL. $ a_oo $ $00. a a P-620-5.1 18 30,800 S.F. Runway and Taxiway Painting (Yellow) 140 Dollars and go" - F I vE Cents/ S.F. $0.457 $ 1'5.%U .06 P-620-5.1 19 7,350 S.F. Runway and Taxiway Painting (Black) M o Dollars and "m - F lq'E Cents/ S.F. $ O.y 5 $ 3,'50'7. 5 a P-620-5.1 20 3,180 S.F. Runway Painting (White) W o Dollars and FyR Ty- Cents/S.F. $ 0^q_$ 1 y31 . a o P-620-5.1 21 6,470 LB. Reflective Media(Ty III) Tvj a Dollars and r-i F-ru Cents/LB. $ '2.5o $ It@ 1-IS , 00 P-620-5.1 22 620 S.F. Taxiway Old Painting Removal 01*- Dollars and Ty,JErnI Cents/S.F. $x ,2 0 $ '7q&4. 00 TxDOT 340 23 2,600 Ton Asphaltic Concrete Type D Fa"- TWO Dollars and 48 Cents/Ton $ Z O $ (0 2 a0. o 0 TxDOT 340 24 4,200 Ton Asphaltic Concrete Type B Fo" — or4 E Dollars and PJ8 Cents/Ton $ 41.0 a $j'7?-.L.2,00- 00 PROPOSAL-4 DUININCK BROS. INC- SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID D-701-5.1 25 3,370 C.Y. Unclassified Trench Excavation FIVE: Dollars and F1l= Cents/C.Y. $ S.S<3-$-( 4- S'S$ • o a D-701-5.1 26 475 L.F. 24" R.C.P. Class IV F i FTV -?wto Dollars --T and t4 o Cents/L.F. $ 152.. 60 $ 2 -7 0 0 • Do D-701-5.1 27 1,425 L.F. 30" R.C.P. Class IV 51 Y —T HR.EE Dollars and No Cents/L.F. $ (93,. 00$ 00 0a D-701-5.1 28 468 L.F. 36"R.C.P. Class IV S1(ayA-rq— -TARE- Dollars and N'o Cents/L.F. $ 83. 00 $ 3384 4. 00 D-701-5.1 29 1 EA Standard 60 Degree Wye 24"/30" RCP CL. IV -rwREE. 14ur ptic-p Dollars and n1 a Cents/EA $30p.pp $ oo. 00 D-701-5.1 30 1 EA Standard 45 Degree Bend 30"RCP CL. IV -fg&E_r. Dollars and o Cents/EA $ 3ob.oo $ Joa.o a D-701-5.4 31 561 L.F. Remove 18" R.C.P. "r"be N'N Dollars and NO Cents/L.F. $20,00 $ 11.21- . 0a D-701-5.4 32 605 L.F. Remove 21" R.C.P. including Cut, fill, & plug 1-%.m w-r%/ Dollars and Cents/L.F. $ 20. 00 $ 12,loo. 0a PROPOSAL-5 DUININCK BF10S. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID D-701-5.4 33 185 L.F. Remove 27" R.C.P. 'Tweti-r V Dollars and fJe Cents/L.F. $ Z,c.oo $ 30700. 0 0 D-701-5.4 34 295 L.F. Remove 30" R.C.P. Dollars and Cents/L.F. $ Zb.ob $ 5+900•dp D-702-5.5 35 2,270 L.F. Trench Safety System T4Rxrp- Dollars and i+ tzT Cents/L.F. $ 3.30 $ 7,q g!. O D D-705-5.1 36 7,382 L. F. 6"Underdrain PVC (Perforated) Twp wyr- Dollars and "r Cents/L. F. $ 12.2.0 $ 0 060 . 4O D-705-5.1 37 68 L. F. 6" Underdrain PVC SCH 40 (Non-Peforated) I wry b y Dollars and of a Cents/L. F. $ 20. 00 $ I X31,0. 0 0 D-751-5.3 38 3,608 C. Y. Filter Material (For 6" Under Drain) 4,rJ E Dollars and b[g Cents/C. Y. $ 9.o o $ 1 4-7 D-751-5.3 39 4 EA Connnection to Exis n�jPP9' g TW o ".,.4aQED DoHarre and *Cents/EA. $ Z1ba.DC6 11 IZo ,0 o D-751-5.3 40 1 EA Inlet- Type A(2' x 3') TwEtm/_Tw. 0wocaEDDollars and 06 Cents/EA. $2,7-60.00$ (91 2 0 0 . o 0 PROPOSAL-6 OUININCK BRos, NU SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID D-751-5.3 41 6 EA Inlet - Type B (3' x 4.5') IvWENTV-E-h gur�MDDollars and too Cents/EA. D-751-5.6 42 4 EA Remove Inlet-Type A (2' x 3') 51 x gUWWALN Dollars and tt p Cents/EA. $ (,op.Op$ 2-,q00 .0-co D-751-5.6 43 4 EA Remove Inlet-Type B (3' x 4.5') ' 51X gVt,4Dqr_.D Dollars and r4 Cents/EA. $ (odO.D D $ 2 qG0. 0 D T-901-5.1 44 19.40 AC. Cellulose Fiber Mulch Seeding s%xTL-En1 tNvNflR-E D Dollars and t4 a Cents/AC. $1,t,ao.o a$ 31 .00.06 T-904-5.1 45 4,500 S.Y. Sodding TWIN Dollars and FIpTNj Cents/ S.Y. $ 2.50 $ 11,2so. 00 T-905-5.1 46 2,750 C.Y. Topsoiling (onsite) SEVEt.1 Dollars and Iwe*.rr Cents/C.Y. $ 7.7-0 $ I $D0.a a T-905-5.2 47 2,588 C.Y. Topsoiling (offsite) EL-eVEO Dollars and 5c r�r-xTy Cents/C.Y. $ tl•`io $ li5V79.60 M-1000 48 1 L.S. Aerial Photograph TNR>`E-Ti4aL-,iA►j-P Dollars and ►V O Cents/L.S. $3,000.00$ 5, 000, 00 PROPOSAL-7 r DUIPJINCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID M-1005 49 1 L.S. Automatic Gate Operator and Card Reader FzF9mEw1 TIfov5,%n40 Dollars and t-�o Cents/L.S. $ 15 '=.00 .DIs. amu M-1010 50 1 L.S. Telephone Service T%e 1L V l�uaat,E� Dollars and ac Cents/L.S. $117,W-00 $ 16-2- -0O M-1015 51 1 L.S. Airport Lighting Control Vault Building Improvements EIcaNTEErI IrlousaaODollars and No Cents/L.S. $I , oo.�o$ Iti000.00 M-1020 52 1 L.S. Airport Lighting Control Vault Air Conditioning —rvje-%►i��RT *ou5A,4TDollars and Oa. Cents/L.S. $22,000. Z91000. 00 L-108-5.1 53 12,800 L.F. Remove Existing#6 or#8 A.W.G., Type L-824, 5kV Cable from Existing Underground Duct or Conduit n(S Dollars and 1 w E-N N Cents/L.F. $o.2 0 $ -z,5(0 L-108-5.2 54 76,830 L.F. Underground Cable,#8 A.W.G., Type L-824C, Installed in Duct or Conduit Dollars and 5z x-rV Cents/L.F. $O.b p $ y(o,05 . 00 T L-108-5.3 55 20,560 L.F. Ground Wire, #6 A. W. G., Bare, Stranded,Installed In Duct or Conduit I1n Dollars and FOP—IV Cents/L.F. $10 $ 2Z , 00 PROPOSAL-8 DUININCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-108-5.4 56 24 EA Driven Ground Rod(3/4"x 8') N i - Fou R Dollars and Cents/EA $ °HOD $ L�2Sl,, tia L-109-5.1 57 1 L.S. Installation of Airfield Lighting Vault Equipment e l NETy SiX TNouSAaP Dollars and a Cents/L.S. $ 9r000a o�$ 9(,0 000 .0,0 L-109-5.2 58 1 L.S. Installation of Airfield Lighting Control System OaG �{VwV0-eVsly-34-wt4 -Trz~DDollars 1(9q�000.o� and P40 Cents/L.S. $ $ IM _&)p,O6 L-110-5.1 59 15,760 L.F. 2-Inch Sch. 40 PVC Duct Concrete Encased E I(-,N T Dollars and C-1 T\/ Cents/L.F. $ d $ LiVe wt.O a L-110-5.2 60 490 L.F. 4-Inch, 2-Way Concrete Encased Duct Bank I wc-" — E#a u T' Dollars and .&I81'11 Cents/L.F. $ZVS0 $ 13, g b T 0 O L-110-5.3 61 290 L.F. 4-Inch,4-Way Concrete Encased Duct Bank 'T{ 2TV— S tx Dollars and Cents/L.F. $ 3t.. DD $ Ib y 0. 00 L-110-5.4 62 8,500 L.F. Remove Existing 2-Inch PVC Duct Concrete Encased µPa s Dollars and 0 1 kiF-r!Nj Cents/L.F. $ 3.16 $ 33, )5 0.00 PROPOSAL-9 DUININCK EROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-110-5.5 63 7 EA Remove Existing Precast Pull Box %VS-0 NvNDR t> h tI R'n/ Dollars and Ob Cents/EA. $ .Do$ s�I I a .o O L-110-5.6 64 10 EA Install Precast Pull Box t1 'T �_On►F VNDollars and nio Cents/EA. $ Do.o4 21 D600.0 O p L-125-5.1 65 102 EA Remove Existing Runway or Taxiway Edge Light and Base Housing OSE Au tAp9j;D Z:1 Dollars and NO Cents/EA. $160.00.$ 19 ad. 00 L-125-5.2 66 100 EA Relocate Runway or Taxiway Edge Light On New Base Housing S(X 4u N Def-p TW E:-h T Dollars and r%�o Cents/EA. $6Z0.tk�$�,�,�000.00 I L-125-5.3 67 9 EA Flush Mounted Runway Edge Light, MIRL Fo�.RT'c- ►J {-�t�NO2ED Dollars and Cents/EA. $jvqM,0C6 I t.00. 00 L-125-5.4 68 60 EA Remove and Reinstall Taxiway or Runway Edge Light r- 5 I Xl`1l Dollars and IJd Cents/EA. $ (oo.00 $ 3; 6 c o. 06 L-125-5.5 69 46 EA Taxiway Edge Light, Base Mounted SEvE*! t4vt+Dk-o FoR'N Dollars and /Jo Cents/EA. $ 7S/a.v D $ 3 y, D NO, 0 0 PROPOSAL-10 ,)UININr,K BROS-INC• SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-125-5.6 70 2 EA Reconnect Existing REIL System to New Home Run FovjL TL2s_W fav t.+ '.-E D Dollars and K o Cents/EA. $IA0 00S Z4$oo. 0 0 L-125-5.7 71 153 EA Replace Sign Graphics Characters ONE AVN BRED Dollars and_ FJ CS Cents/EA. $ oo.so$ ►�ba,a D FP L-125-5.8 72 18 EA Remove Sign and Concrete Pad FOv g- u NP Dollars and 00 Cents/EA. $40.00$ -7i Loo. OO L-125-5.9 73 14 EA Relocate Sign on New Concrete Pad OSE 'Nbv5A rJQ Dollars and ►Jb Cents/EA. $1 0 0.00$—N,d00.00 L-125-5.10 74 7 EA Concrete Pad for 1.0 Module Sign SEAM g AVADRE0 Dollars and Nd Cents/EA. $700•oa $4"a 00 L-125-5.11 75 2 EA Concrete Pad for 1.5 Module Sign S*VEiJ AV IJoR.E Dollars and Wd Cents/EA. $ILU Op$ I4-q-W,o O L-125-5.12 76 5 EA Concrete Pad for 2.0 Module Sign SEV Dollars and Cents/EA. $776.0o$ BSa, 00 PROPOSAL-11 DUININCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-125-5.13 77 7 EA Concrete Pad for 2.5 Module Sign Dollars and Cents/EA. $?7azo$-5 L-125-5.14 78 7 EA Concrete Pad for 3.0 Module Sign ,S'6vt44 14um eo SEV>v Dollars and 46 Cents/EA. $j7a40$ &T O D L-125-5.15 79 4 EA Concrete Pad for 3.5 Module Sign 5C-gtrV4ywr4paf:b Dollars and Nb Cents/EA. S-M.00 $ 3,a ra •O a L-125-5.16 80 4 EA Concrete Pad for 4.0 Module Sign NINE 4 v N p§Lr,,I> Dollars and 0 0 Cents/EA. $4Z,00 $ U900 0 0 L-125-5.17 81 1 EA Concrete Pad for 4.5 Module Sign 1 N e; EIvNDRA,n Tv NTS! Dollars and d Cents/EA. $ 9U.W-0 $ 9Z6. a d Y L-125-5.18 82 1 EA Concrete Pad for 5.0 Module Sign C- ..&yt*J IAu pjME-D Dollars and tJts Cents/EA. $ Is 100.00$ I .o L-125-5.19 83 4 EA 1.0 Module Sign SvXTEe4 NVtJQ2,E.p Dollars and N6 Cents/EA. Liao.0,D L-125-5.20 84 3 EA 1.5 Module Sign ,G161�TC,fr1 44VNpgW Dollars and Wo Cents/EA. $ 1�8'se.oo$ 5 od.ca PROPOSAL-12 DUININCK BROS. INC. SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-125-5.21 85 4 EA 2.0 Module Sign N t NG"'M 1 N v jjofilEp Dollars and t4a Cents/EA. $1,01oo.o0 L-125-5.22 86 2 EA 2.5 Module Sign 'I w-r*— rnyB PyNpQeoDollars and Cents/EA $Z,%o.00$ _,;,000 00 L-125-5.23 87 2 EA 3.0 Module Sign wEsr -.FtVGtifl � Dollars and t. Cents/EA. $ L-125-5.24 88 1 EA 3.5 Module Sign -'G4 j '''`I_TvJa lAviame D Dollars and r4o Cents/EA. $3,2oo,a $ 302W oa L-125-5.25 89 6 EA 4.0 Module Sign -rvt Dollars and tea Cents/EA. $3,Zoo.00$ Zoo.00 L-125-5.26 90 1 EA 5.0 Module Sign FiV'E 'Blau e,A of D Dollars and f4o Cents/EA. $S,000.00$ S,e��,op L-125-5.27 91 12 EA Blue/Red Globe for Future Runway �� Edge/Threshold Lights THREE Dollars and r36 Cents/EA. $ T$. oD $ 99(,.DO L-125-5.28 92 3 EA Red/Green Globe for Future Runway Edge/Threshold Lights E%(%!M—T R"rz Dollars and rfo Cents/EA. $ 13.yo $ Z01. o PROPOSAL-13 DU ININCK BROS-INC• 7 SPEC PAY APPROX DESCRIPTION OF ITEMS WITH UNIT AMT ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE BID L-125-5.29 93 24 EA Yellow/Clear Globe for Future Runway Edge/Threshold Lights TN R*,E- Dollars and N o Cents/EA. $%-S.o b $ 1 9 L. 0 o L-125-5.30 94 17 EA Remove Existing Blue Retroreflective Markers st-�S-tA Dollars and 00 Cents/EA. $11. 00 $ 1". 00 L-125-5.31 95 1 EA Replace Existing Obstruction Light (199W, 120 VAC, Class 2) �N�(L +J I�VNOf�ED Dollars and Cents/EA. $ 3oo.00 $ 1,36o.a a L-126-1.1 96 2 EA Port Lighted Runway Closure Marker 51 Y-TSr.+J 7N9YJ5A N D Dollars and pjo Cents/EA. $I oO $ 3Z,Doo. o0 PP All of the above items shall be considered the entire project. Any items not included above (including water, electrical, telephone, radios and other utilities), which are required for a full, complete and workable project, the cost of same shall be included in the bid prices shown for the items listed above. This contract is used by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. The contractor performing this contract may purchase materials incorporated into the project by issuing to his supplier an Exemption Certificate in lieu of the tax, said Exemption Certificate complying with State Comptroller's Ruling No. 95-0.07. Any such Exemption Certificate issued by the contractor in lieu of the tax shall be subject to the provision of the State Comptroller's Ruling No. 95-0.09 as amended to be effective October 2, 1968. PROPOSAL-14 DUININCK BROS. INC. _ STATEMENT OF MATERIALS AND OTHER CHARGES MATERIALS INCORPORATED INTO THE PROJECT: $ 2,0 N T.6 1 ® ALL OTHER CHARGES: $ 2,Sf ZO, 3 S�l. . IS *TOTAL: $ +4116 IL -13tl."1 q *This total must agree with the total figure shown in the Proposal for the Total BASE Bid. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for here in will be no less than the invoice price for such material to the Contractor. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency is either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited of the terms of City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work for the base bid covered by these contract documents within two hundred and twenty-five (225) working days for the entire project from and after the date for commencing work as set forth in the written work order to be issued by the owner. Working hours may extend from 7 A.M. (local time) and 7 P.M. (local time). The Contractor will present the proposed working hours,working days and work schedule to the City prior to the issuance of a work order. The Contractor may work any day of the week. CITY and CONTRACTOR recognize that time is of the essence of this Agreement and that CITY will suffer financial loss if the Work is not completed within the times specified above, r plus any extension thereof allowed in accordance with the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by CITY if the Work is not completed on time. Accordingly, r instead of requiring any such proof, CITY and CONTRACTOR agree that as liquidated damages for delay (but not a penalty) CONTRACTOR shall pay CITY eight hundred and forty dollars ( $ 840.00__) for each day that expires after the time specified in the award until the Work is r complete. The undersigned also agrees to pay not less than the "Prevailing Wage Rates for Highway r Construction " as established by the City of Fort Worth and not less than the wage rate stated in General Wage Decision No. TX 930045 and not less than the wage rate stated in General Wage Decision No. TX 930046 issued by the U. S. Department of Labor. Within ten (10) days a Receipt of Notice of Acceptance of this bid, the undersigned will faithfully execute the formal contract and will deliver an appropriate Surety Bond for the faithful e rm ce of 41is contract. ,Th attached osit check in the sum of #,; �o / `u� 65i $�- (5% of the base bid) is to become the property of the City of Fort Worth, Texas, or the attached bidder's bond is to be forfeited in the event the contract and bond are not executed within the time set forth as liquidated damages for delay and additional work cause thereby. w PROPOSAL-15 r REQUIRED LANGUAGE IN PROPOSALS FOR AIP CONTRACTS Previous Contracts. Section 60-1.7 (b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925,11114 or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. Bid or Proposal Form. To effectuate the foregoing requirements, the sponsor is required to include in the bid or proposal form a statement substantially as follows: The bidder(proposer) shall complete the following statement by checking the appropriate space. The bidder(proposer)has /hasot participated in a previous contract subject to the equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 7has The bidder(proposer)has_ not_submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the bidder (proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100. "Employee Information Report EEO-1" prior to the award of the contract. Standard Form 100 is a normally furnished to contractor annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the Joint Reporting Committee, 100 G Street, Washington, DC 20506. PROPOSAL-17 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8303-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Project Number y--053'200 ?9/1190 - DUININCK BROS. INC. CONTRACTOR B VICE PRESIDENT TITLE DATE STATE OF TEXAS S COUNTY OF TARRANT S BEFORE ME, the undersigned authority, on this day personally appeared known to me to be the person whose name is subscri d to the foregoing instrument and ackn(9&Vde o me that be executed the same as the act and deed of DOININCK RH for the purposes and consideration therein expressed and in the capacity therein stated. GIVE UNDE HAND AND SEAL OF OFFICE this �?y day of 20AQd . No u lic in and for the State of Texas PROPOSAL-18 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out of state) contractors whose corporate offices or principal place of business are outside of the State of Texas, bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out of state or nonresident bidders in order for your bid to meet specifications. The failure of out of state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statue is attached. Nonresident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal a� of business or corporate offices are in the State of Texas. BIDDER: DUININCK BROS. INC. By: JAMES E. MELHORN (please print) DUININCK BROS. INC. Signa re: P. U BOX 735 ROANOKE, TEXAS 76262 VICE PRESIDENT City State Zip Phone: THIS FORM MUST BE RETURNED WITH YOUR PROPOSAL PROPOSAL-19 CITY OF FORT WORTH HIGHWAY (HEAVY) CONSTRUCTION PREVAILING WAGE RATE FOR 2000 The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any Subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates of wages be paid. (Attached) CLASSIFICATIONS 2000 HOURLY RATES Asphalt Raker $10.32 Asphalt Shoveler $ 9.75 Batching Plant Weigher $ 9.65 Carpenter(Rough) $13.64 Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $ 9.70 Concrete Finisher-Structures $13.44 Flagger $ 7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $ 9.75 Laborer-Common $ 7.64 Laborer-Utility $ 8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $ 7.35 Pipe Layer Helper $ 6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $10.00 (<1 '/z CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel $11.52 (<1 %CY) Front End Loader(2 Y2 CY& less) $ 9.94 Front End Loader(over 2 '/z CY) $ 9.32 Milling Machine Operator $ 8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Prevailing Wage Rates for 2000 Page 1 of 3 r Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $ 9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $ 8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $ 9.75 Truck Driver-Single Axle(Light) $ 8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $ 9.80 BUILDING & CONSTRUCTION TRADES Prevailing Wage Rates For 2000 Air Conditioning Mechanic $15.98 Air Conditioning Mechanic Helper $10.75 Acoustic Ceiling Installer $14.02 Acoustic Ceiling Installer Helper $10.88 Asbestos Worker $10.50 Bricklayer/Stone Mason $17.21 Bricklayer/Stone Mason Helper $10.16 Carpenter $13.92 Carpenter Helper $10.38 Concrete Finisher $12.68 Concrete Finisher Helper $ 9.73 Concrete Form Builder $11.97 Concrete Form Builder Helper $ 9.42 Drywall Taper $11.33 Drywall Taper Helper $ 8.00 Electrician Journeyman $17.46 Electrician Helper $11.30 Electrician Technician $12.50 Electronic Technician Helper $ 8.50 Floor Layer(Carpet) $17.00 Floor Layer(Resilient) $16.00 Floor Layer Helper $13.50 Glazier $15.02 Prevailing Wage Rates for 2000 Page 2 of 3 r rGlazier Helper $10.90 Insulator $12.04 Insulator Helper $ 9.40 Laborer Common $ 7.85 Laborer Skilled $10.35 Lather $14.00 r Lather Helper $11.00 Metal Building Assembler $10.00 Metal Building Assembler Helper $ 8.70 Painter $12.83 Painter Helper $ 8.35 Pipefitter $17.60 Pipefitter Helper $10.18 Plasterer $16.00 Plasterer Helper $11.00 Plumber $16.91 Plumber Helper $ 9.75 Reinforcing Steel Setter $10.40 Roofer $11.87 Roofer Helper $ 8.33 Sheet Metal Worker $14.45 Sheet Metal Worker Helper $ 9.57 Sheetrock Hanger $12.45 Sheetrock Hanger Helper $ 9.64 Sprinkler System Installer $16.87 Sprinkler System Installer Helper $10.13 Steel Worker Structural $11.36 Steel Worker Structural Helper $ 8.80 Welder $14.70 Welder Helper $11.74 F HEAVY EQUIPMENT OPERATORS Crane, Clamshell, Backhoe, Derrick, Drageline, Shovel $12.50 Forklift Operator $ 9.63 Foundation Drill Operator $13.00 Front End Loader Operator $11.22 Truck Driver $10.31 Prevailing Wage Rates for 2000 Page 3 of 3 Glazier Helper $10.90 Insulator $12.04 Insulator Helper $ 9.40 Laborer Common $ 7.85 Laborer Skilled $10.35 Lather $14.00 Lather Helper $11.00 Metal Building Assembler $10.00 Metal Building Assembler Helper $ 8.70 Painter $12.83 Painter Helper $ 8.35 Pipefitter $17.60 Pipefitter Helper $10.18 Plasterer $16.00 Plasterer Helper $11.00 Plumber $16.91 Plumber Helper $ 9.75 Reinforcing Steel Setter $10.40 Roofer $11.87 Roofer Helper $ 8.33 Sheet Metal Worker $14.45 Sheet Metal Worker Helper $ 9.57 Sheetrock Hanger $12.45 Sheetrock Hanger Helper $ 9.64 Sprinkler System Installer $16.87 Sprinkler System Installer Helper $10.13 Steel Worker Structural $11.36 Steel Worker Structural Helper $ 8.80 Welder $14.70 Welder Helper $11.74 �. HEAVY EQUIPMENT OPERATORS Crane, Clamshell, Backhoe, Derrick, Drageline, Shovel $12.50 Forklift Operator $ 9.63 + Foundation Drill Operator $13.00 Front End Loader Operator $11.22 Truck Driver $10.31 Prevailing Wage Rates for 2000 Page 3 of 3 ACORD. CERTIFICATE OF LIA-9ILITY INSURANCE- 1efi 1`ylY6P""' 3DUCER Serial# A1201 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ARTEX INSURANCE AGENCY,INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 12222 MERIT DRIVE,SUITE 1660 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS,TX 75251-0000 (972)702-9004 INSURERS AFFORDING COVERAGE AJRED DUININCK BROTHERS,INC. INSURER A: AMERICAN CONTRACTORS INS. CO. RRG RON KUIKEN INSURER B: AMERICAN RISK FUNDING INS. CO. 339-B-WEST-N6RT 1WEST !WAY P.O. BOB 735 INSURER C: GRAPEVINE,4*76951 E)099- Roanoke, TX 76262 INSURER D: INSURER E: AVERAGES 'HE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING MY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR 4"PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH 'OLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION MMMMMLIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY GLR0000024 06/01/00 06/01/01 FIRE DAMAGE(Any one fire) $ 100,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 55,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,000 POLICY X PRJEcO LOC AUTOMOBILE LIABILITY ALR0000009 06/01/00 06/01/01 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 X ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION S $ WORKERS COMPENSATION AND WCD0000042 06/01/00 06/01/01 X WICYLLIMITS EERS TORIMITR I EMPLOYERS!LIABILITY WCR0000043 06/01/00 06/01/01 E.L EACH ACCIDENT $ 1,000,000 I E.L DISEASE-EA EMPLOYEE $ 1,000,000 E.L DISEASE-POLICY LIMIT $ 1,000,000 OTHER SCRIPTION OF OPERATIONS(LOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Insured's operations at Fort Worth Meacham Airport, Constuction of Tax-Lvay "A" Phase III, Project No. GR24-055240438190 :ERTIFICATE HOLDER IADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Fort Worth DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Engineering Department NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1000 ThrockmoICOn IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Fort Worth, TX 76102 REPRESENTATIVES. ,,,,, TENTATIVE OF ARTEX INSURANCE AGENCY.INC. MAX E.LEWELS \CORD 25-S(7/97) 0 ACORD CORPORATION 1988 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: PHASE III CONSTRUCTION OF TAXIWAY ALPHA(A)AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT PROJECT NUMBER: GR24-055240438190 IS TO CERTIFY THAT: DUININCK BROTHERS,INC. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: } Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence:$ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be .. assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. Agency i Fort Worth Agent By Address Title PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) DUININCK BROTHERS, INC. a (2) CORPORATION of TEXAS, hereinafter call Principal, and (3) a corporation organized and existing under the laws of the State and fully auiF9kwdVit1 bsat&hB0xViVthe State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipfflotpmdition organized and existing under the laws of the State of Texas,hereinafter called Owner, in the penal sum of: FOUR MILLION EIGHT HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED THIRTY-FOUR AND 79/100.. ($4,862,734.79)Dollars in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas,for the payment of which sum well and truly be made,we hereby bind ourselves,our heirs,executors,administrators and successors,jointly and severally, firmly by these presents. THE CONDITION OF THIS of: OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 14TH of NOVEMBER, 2000 a copy of which is hereto attached and made a part hereof,for the construction of: PHASE III CONSTRUCTION OF TAXIWAY ALPHA (A) AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT designated as Project No. (s) GR24-055240438190, a copy of which contract is hereby attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well,truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof,.and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. i PROVIDED FURTHER, that if any legal action filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER,that the said Surety, for value received,hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS W rument is executed in 8 counterparts each one of which shall be deemed an original,this the 14TH EMB 0. ATTEST: GOWN1� i DUININCK BROTHERS,INC. (Principal S et y �Y�' / RINCIPAL(4 itle: VICE PR SIDEW (SEAL) PO BOX 735 ROANOKE,,TX 76262 DUININCK BROS- INC. Na> ! Insures Company 4701 HIGHWAS3 6 62 ` ofH� Witness aivo ety Address ov WL" rt j ;W► �L, Q � (Attorney-in-fact)(5) IJ�/ x� (Surety)Secretary CNA SURETY CORPORATION 4004 BELTLINE ROAD, STE. 260 .+ WEAL)) NOTE: ate of BOond� must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Individual,as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact.. 'K,. ss a o ure (Aovess) National Fire Insurance Company of Hartford CNA For All the Commitments You Make' ONico/Chicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents,That the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,a corporation duly organized and existing under the laws of the State of Connecticut,and having its general administrative office in the City of Chicago,and State of Illinois, does hereby make, constitute and appoint She I i a Wh i to- I nd i v i dua I I y of Dallas, Texas its true and lawful Attomey-in-Fact with full power and authority hereby conferred to sign,seal and execute in its behalf bonds,undertakings and other obligatory instruments of similar nature — In Unlimited Amounts — and to bind the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NATIONAL FIRE INSURANCE COMPANY OF HARTFORD and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. RESOLVED:That the Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President of the Corpora tion may,from time to time,appoint,by written certificates,Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.Such Attorney-in-Fact,subject to the limitations set forth in their respective certificates of authority,shall have fuller to bind the Corporation by their signature and execution of any such instru- ment and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney-in-Fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. RESOLVED:That the signature of the President,an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,1993,and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Corporation.Any such power so executed and sealed and certified by certificate so executed and sealed,shall,with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation. In Witness Whereof,the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD has caused these presents to be signed by its Group Vice President and its corporate seal to be hereto affixed this 24th day of , 1991E—. W NATIONAL FIRE IN URAN OMP �HARTFORD M.C. Xorme Group Vice President. State of Illinois, County of Cook, ss: On this 24th day of June , 19_i4_, before me personally came M.C.Vonnahme,to me known,who, being by me duly sworn,did depose and say: that he resides in the Village of Downers Grove, State of Illinois;that he is a Group Vice President of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,the corporation described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. Z Dei Pusuc m poor CO.. Linda C. Dempsey My Commission Expires Octo Cr 19, 199 CERTIFICATE 1,John M. Littler,Assistant Secretary of the NATIONAL.FIRE INSURANCE COMPANY OF HARTFORD, do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the Resolutions of the Board of Directors,set forth in said Power of Attorney are still in force. In testimony whereof 1 have hereunto subscribed by name and affixed the seal of the said Company this day of 19 John M. LiMLrr Assistant Secretary. a � � PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § � � 1KNOW ALL MEN BY THESE PRESENTS: That we(1) DUININCK BROTHERS INC.a w (2 0 of t ow County, hereinafter called Principal, and adotW Fire I a corporation organized and existing under the laws of the State (i and tuhy authorizedaGiazifeW busines in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all person, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to in the penal sum of: FOUR MILLION EIGHT HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED THIRTY-FOUR AND79/100.............................................................................................................................. ($4,862,734.79) Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum will and truly be made, we hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally,firmly to these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the City of Fort Worth,the Owner, dated the 14TH day of NOVEMBER A.D. ,2000, a copy of which is hereto attached and made a part thereof, for the consideration of:: PHASE III CONSTRUCTION OF TAXIWAY ALPHA A AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT designated as Project No. (s)GR24-055240438190, a copy of which is hereto attached, referred to and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Chapter 2253, Texas Government Code, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. F10 THE BOND 1S MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Chapter 2253, and all such claimants shall have a direct right of action under the bond as provided in Chapter 2253, Texas Government Code. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, Texas, State of Texas, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time,alteration or addition to the terms of the contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change,extension of time,alteration or addition to the terms of the contract or to the work to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim shall be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,this the 14T"d NOVEMBER A.D.,2000. r ORq DUININCK BROTHERS,INC. ATTEST: PRIN AL(4) 3��w 1 Ti�7�RESIDEW (Principal) Secreta PO BOX 735 ROANOKE,,TX 76262 (SEAL) 'NC. (Address) U1NINCK BROS. National Fire Insurance Company 377 of Hartford )"Witness as AM-i% ROANO .TEypg 76262 suret BY: (Attorney-in-fact)(5) Address . ST: SaAel CNA SUIrORPORATION (S .y) Secretary 4004 BELT 111E ROAD, STE. 260 ADDISON, TX 75Q0 (Address) L) NOTE: Date of Bond must not be prior to date of contract (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Individual,as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact.. WA&s as to Sur �`/� National Fire Insurance Company of Hartford CNFA For All the Commitments You Make' Office/Chicago, Illinois POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents,That the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,a corporation duly organized and existing under the laws of the State of Connecticut,and having its general administrative office in the City of Chicago,and State of Illinois, does hereby make, constitute and appoint She I i a Wh i te, I nd i v i dua I I y of Dallas, Texas its true and lawful Attomey-in-Fact with full power and authority hereby conferred to sign,seal and execute in its behalf bonds,undertakings and other obligatory instruments of similar nature In Unlimitgd Amounts - and to bind the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NATIONAL FIRE INSURANCE COMPANY OF HARTFORD and all the acts of said Attomey, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. RESOLVED:That the Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President of the Corpora- tion may,from time to time,appoint,by written certificates,Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.Such Attorney-in•Fact,subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Corporation by their signature and execution of any such instru- ment and to attach the seal of the Corporation thereto.The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey-in-Fact. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. RESOLVED:That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,1993,and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Corporation.Any such power so executed and sealed and certified by certificate so executed and sealed,shall,with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation. In Witness Whereof,the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD has caused these presents to be signed by its Group Vice President and its corporate seal to be hereto affixed this 24th day of , 199A—. NATIONAL FIRE IN URAN OMP Y OF HARTFORD M.C. Xorme Group Vice President. State of Illinois,County of Cook, ss: On this 24th day of June , 19-2-4 , before me personally came M.C.Vonnahme,to me known,who, being by me duly sworn,did depose and say: that he resides in the Village of Downers Grove, State of Illinois;that he is a Group Vice President of the NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,the corporation described in and which executed the above instrument;that he knows the seal of said Corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. Z DPS S MTAW m Pusuc m Linda C. Dempsey My Commission Expires Octoe 19, 199 GERFfFICATE I,John M. Littler,Assistant Secretary of the NATIONAL-FIRE INSURANCE COMPANY OF HARTFORD, do hereby certify that the Power of Attorney herein above set forth is still in force,and farther certify that the Resolutions of the Board of Directors,set forth in said Power of Attorney are still in force. In testimony whereof 1--have hereunto subscribed by name and affixed the seal of the said Company this day of — 19 �i John M. Lr r Assistant Secretary. 1 � (Address) MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That (l) DUININCK BROTHERS INC. pal, acting herein by and through (2) JAMES E. MELHORN its duly authorized band (3) Natimml Fire Insurance Company a corporation organized under the laws of the State of TEXAS,as surety, do hereby ackdowwp4ernselves to be held and bound to pay unto the City of Fort Worth, A Municipal Corporation, chartered by virtue of Constitution and laws of the State of Texas, at Fort Worth, in Tarrant County, Texas the sum of FOUR MILLION EIGHT HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED THIRTY-FOUR AND 79/100. ($4,862,734.79) in lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors,administrators,assigns and successors,jointly and severally. This obligation is conditioned,however;that, WHEREAS, the Principal has entered into a certain contract with the City of Fort Worth, dated the 14TH day of NOVEMBER 2000, the performance of the following described public work and the construction of the following described public improvements: I PHASE III CONSTRUCTION OF TAXIWAY ALPHA (A) AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT all of same being referred to herein and in said contract as the Work and being designated as project GR24- 055240438190 and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and, I WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period One (1) Year after the date of the final acceptance of the work by the City;and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of One(1)Year; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary;and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefor to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void,and have no force or effect. Otherwise this Bond shall be and remain in full force and effect,and said City shall have and recover from the said Contractor and its surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond,venue shall lie in Tarrant County,Texas; and, IN WITNESS WHEREOF, this instrument is executed in 8 counterparts, each one of which shall be deemed an original,date ER 14T" 2000. IN Li O ATTEST: ' � oRar� 2C� (Pr is e (Seal) NESD�P DUININCK BROTHERS,INC. PRINCIPAL (4) BC, Title: VICE PRE (DENT PO BOX 735 �$. ►NC• ROANOKE,,TX 76262 ►N►NCK BRI AV 377 (Addre s) Witness as ryM 76262 JN001 at Fire Inbumnce Company ROANOKe.TEXAS of Hartford ret (Address) BY: iL& ATTEST: (Attorney-in-fact)(5) 1A 'IRMC UJdtb 11 CORPORATION (,urety)Secretary NOTE: Do LU>;rw ' 260 �DMW, f 75001 (SEAL) (1) Correct Name of Contractor (2) A Corporation,a partnership or an Individual,as case may be (3) Correct name of Surety (4) If Contractor is Partnership all Partners should execute Bond A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. Wi as to Surety POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That CONTINENTAL CASUALMY COWANY,an Illinois corporation,NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,a Connecticut corporation,AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA,a Pennsylvania corporation(herein collectively called"the CCC Surety Companies'),are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signature and seals herein affixed hereby make,constitute and appoint Shelia White,Marfha M.Elliott,Derryl Card,Sara Mitchell,Johnny Moss, Individually of Dallas,Texas their true and lawful Attomey(s}in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 11th day of September 2000 CONTINENTAL CASUALTY COMPANY GASu� E �NSUR� `�pvAMroe NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA Z > Q b IULY 11. � OV SEAL t rss v _1 1901 1697 HAR1F • !lI I t(j�Lts Michael Gengler Group Vice President State of Illinois,County of Cook,ss: On this 11th day of September 2000 ,before me personally came Michael Gengler,to me known,who,ging by me duly swom,did depose and say:that he resides in the City of Chicago,State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY,NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. •eeeesoeeesseeseeoeesseoee� 'OFFICIAL SEAL • • DIANE FAULKNER ° 0 oNotary Public.State of Mind$ e tit/Corrin*m ion Expires 911711 My Commission Expires September 17,2001 Diane Faulkner Notary Public CERTIFICATE I,Mary A.Ribikawskis,Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this day of CONTINENTAL CASUALTY COMPANY ��GASl1.1 y %11SUR `�paMr o< NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA MY 71, Ov SEAL 1x97 HAP R o Mary A. Ribikawskis Assistant Secretary (Rev.10/1/97) Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTIW.NTALSCASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3.Appointment of Attomey-in-fact.The Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President may,from time to time,appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.Such attorneys-in-fact,subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto.The Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President or the Board of Directors,may,at any time,revoke all power and authority previously given to any attomey-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved,that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws,and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney-in-Fact Section 2.Appointment of Attorney-in-fact.The Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President may,from time to time,appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature.Such attorneys-in-fact,subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto.The President or any Executive,Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved,that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws,and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED:That the President,an Executive Vice President,or any Senior or Group Vice President of the Corporation may,from time to time,appoint,by written certificates,Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds,undertakings and other obligatory instruments of like nature.Such Attorney-in-Fact,subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto.The President,an Executive Vice President;any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Aima " This Power of Attorney is signed and sealed by facsimile under and by the authority of the fol(pvrtr-g'_2e6QJ(A6n adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED:That the signature of the President,an Executive Vice President or any Senior or Gromp Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution-adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seat of the Corporation may be affixed by facsimile to any certificate of any such power,and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation.Any such power so executed and sealed and certified by certificate so executed and sealed,shall with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Corporation." CITY OF FORT WORTH,TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 14TH day of NOVEMBER A.D., 2000, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the IIth day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, DUININCK BROTHERS, INC., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: PHASE III CONSTRUCTION OF TAXIWAY ALPHA (A) AND RELATED STORM DRAIN AND ELECTRICAL WORK AT MEACHAM INTERNATIONAL AIRPORT 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 225 working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $630.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof,the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent of the total contract price, and said surety shall be a surety company duty and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding)alternates n/a, shall be FOUR MILLION EIGHT HUNDRED SIXTY-TWO THOUSAND SEVEN HUNDRED THIRTY-FOUR AND 79/100............................................................Dollars,($4,862,734.79). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 8 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 8 counterparts with its corporate seal attached. F Done in Fort Worth, Texas. this the 14T". day of NOVEMBER , A.D.. 2000. RECCITY WORTH DED: H DIRECTOR, DEPARTMENT OF CITY MANAGER ENGINEERING A kSYSTE/S I ATTEST: DUININCK BROTHERS, INC. PO BOX 735 ROANOKE,,TX 76262 CONTRACTOR CITY SECRETARY (SEAL) BY: VICE PRES ENT TITLE DUININCK BROS. INC. P. O. BOX 735 APPROVED AS TO FORM AND ROANOKE, TEXAS 76262 LEG Ll Y: r ADDRESS gR0 S, goPATE cP li (AVN CITY ATTORNEY ttvr�° November 1960 low I Contract Autho ization Revised May 1986 //- Revised September 1992 Date w Advisory U.S.Department Circular of Transportation Federal Aviation Administration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/84 AC No: 150/5370-2C DURING CONSTRUCTION Initiated by: AAS-300 Change: 1 . PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR) , and with the requirements of Federally-funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and airports with no grant agreements, application of these provisions will help maintain the desired level of operational safety during periods of construction. - 2. CANCELLATION. AC 150/5370-25, Operational Safety on Airports With Emphasis on Safety During Construction, dated October 9, 1981, is' canceled. 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edi- tion, contains a price list and ordering instructions) . b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions) . 4. BACKGROUND . Various AC's which detail all major elements of safe, efficient airport design and construction are available. However, opera- tional safety on airports may be degraded by construction hazards or margi- nal condtions that develop after an airport has been opened or approved for operation. This AC addresses that problem. NOTE: Airports which have rono:.ved Federal assistance (grants, real or personal property) and air - ports certificated under FAR Part 139 have mandatory requirements related to this subject. w AC 150/5370-2C 5/31/84 " 5. GENERAL. a. The airport operator is responsible for full compliance with the require- " ments of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Loral FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) " b . Each bidding document (construction plans and/or specifications) for air- port development work or air navigation facility (NAVAID) installation involving " aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in appendix 1 to this AC. " c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment--such as ' mowing machines, snowplows, lighting equipment--as well as emergency standbys for firefighting and rescue equipment. d . Where Feasible and where operational safety is not affected, the airport " operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. " e. At• alrports that are undergoing a multi-;year major redevelopment, a compre- hensive construction safety plan should be 'developed . This safety plan may contain deviations frcm the criteria outlined in appendix 1 of this AC so long as they are " based upon a commitment by the airport operator and the users to provide the maxi- mum clearances possible between construction activities and aircraft within the limits imposed by local conditions. ' E . COORDT-NAT:C N OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities . In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures , and for mcrltoring construction activities for conformance with safety requlre- ments . These and other safety consieeratiors should be addressed in the earliest stages of proiect formulation and incorporated in the contract specifications. Ccnstruction areas located within safety areas requiring special attention by, the 1 contractcr should be clearly delineated on the project plans. The airport operator should closely mcnitor ecrstruction activity throughout its duration to ensure con- tinual compliance with safety requirements. " a. Forma= Nctificatior.. A formal nctification to the F;A is required by regu- lation for certain airport projects. For instance, FAR Part 157, Notice of " Construction, Alteration, Activation, and Deactivat-ion of Airports, requires that F=A be notified' i.^. writing whenever A rcn-Federa11-y funded project invol•res the 1 1 2 Par 5 5/31/84 AC 150/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deac- tivating or abandoning of an entire airport. Formal notification is made by sub- mitting FAA Form 7480-1 , Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activiation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspace, is required to notify the FAA. 1' FAA Form 7460-1 , Notice of Proposed Construction or Alteration, should be used for } this purpose. (See AC 70/7460-2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b . Work Scheduling-ard Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties involved, including the spon- sor's engineer and contractors, should integrate operational safety requirements into their planning and work schedules as early as practical. Also, respon- sib,lities should be clearly established for continuous monitoring and compliance d with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction. activity. When construction is being planned on FAR ?art 139 certificated airports, the responsible airport safety (cert-ification) inspector should be directly involved at all stages, from pre- design through final inspection. c. Safet7 Ccrs_dera.lors. The following is a partial list of sa?--sty con- .s_derations which experience indicates will need attention during airport construction. o (1 ) Minimum disruption of standard operating procedures for aeronautical activity. (2) Clear routes from firefighting and rescue stations to active a'_rport operations areas and safety areas . (3) Chari of nct-fication and authority to change sa_et?-oriented aspects of the construction plan. (4) Initiation, currency, and cancellation of Notice to Airmen (NC713M's) . (5) Suspension or restriction of aircraft activity on airport operations areas . (6) Threshold d'isp'lacement and appropriate temporary lighting and markIr•g (7) I-:sta1'_3ticr and mair.te-a.^.Ce Of tempora y 1_gt;_^g and markinS for Closed Cr diverted aircraft .routes or a-rpert operations areas . PW (8) Revised vehicular Control procedures Cr additional equipment and manpower. (9) Marking!'-:ghting of construction equipment . i Par 6 3 AC 150/5370-2C 5/31/84 ( 10) Storage of construction equipment and materials when not in use. ( 11 ) Designation of responsible representatives of all involved parties and their availability. ( 12) Location of construction personnel parking and transportation to and from the work site. ( 13) Marking/lighting of construction areas. ( 14) Location of construction offices. ( 15) Location of contractor's plants. ( 16) Designation of waste areas and disposal. ( 17) Debris cleanup responsibilities and schedule. ( 18 ) Identification of construction personnel and equipment. ( 19) Location of haul roads . (20) Security control on temporary gates and relocated fencing. ( 21 ) Noise pollution. (22) Blasting regulation and control. (23) Dust control. , ( 24) Location of utilities . (25) Provision for temperary utilities and/or immediate repairs in the event of d_srupt_on. (26) Location of power and control lines for electronc/visual navigational aids . (27) Additional security measures required if FAR Part 107 , A_rport security, is involved . (28 ) Marking and lighting of closed airfield pavement areas . (29) Cocrdination of construction activities during the winter with airport snow remova'_ plan. ( 30) Phasing of work. ( 31 ) SRC:down and/or protection of airport electronic/visual ravigac_cr:a; aids . 14 Par 6 5/31/84 AC 150/5370-2C (32) Smoke, steam, and vapor controls. (33) Notify crash/fire/rescue personnel When working on water lines. (34) Provide traffic directors/wing walkers, etc. , as needed to assure 3 clearance in construction areas. d. Guide'_ines for Proximity of Construction Activity to Airport Operations ., Areas. The guidelines contained in appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in loca- tions which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contributory hazards and conditions. A represen- tative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, construction material, temporary structures, and other obstacles in proximity to airport operations areas and approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62 cm) for edges between old and new surfaces at runway edges and ends . d. Heavy equipment, stationary or mobile, operating or idle near airport y operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids. f. Tall but relatively low visibility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or malfunctioning lights or unlighted airport hazards. h. Holes, obstacles, loose pavement, trash, and other debris on or near air- port operations areas. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. - j. Open trenches along side pavement. k. Improper mark'-ng or lighting of runways, taxiways, and displaced thresholds. 1. Attractions for birds such as trash, grass seeding, or ponded water on cr near airports . Par 6 i AC 150/5370-2C 5/31/84 i m. Inadequate or improper methods of marking temporarily closed airport opera- tions areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating sur- faces are the three most recurring threats to safety during construction. -8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting operational safety at the air- port. If construction operations require shutdown of a navigational aid from ser- vice for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather-caused effects, bird hazards, and other con- ditons affecting the use of the airport is usually made by NOTAM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety-related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be ; avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and iden- tification are discussed below. It should be recognized, however, that every air- port presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operations . a. Visibilitv. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices . (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific vehicles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5. ) Vehicles needing intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. c. Noticeability. Construction vehicles/equipment should have automatic x signalling devices to sound an alarm when moving in reverse. 6 Par 7 5/31/84 AC 150/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing proce- dures, procuring equipment , and providing training regarding vehicle operations to ensure aircraft safety during construction . This requires coordination with air- port users and air traffic control . Consideration should be given to the use of two-way radio, signal lights , traffic signs, flagmen, escorts, or other means suitable for the particular airport . The selection of a frequency for two-way radio communications between construction contractor vehicles and the air tra_`fic control (ATC) tower must be coordinated with the ATC tower chief. At nontower air- ports, two-way radio control between contractor vehicles and fixed-base operators or other airport users should avoid frequencies used by aircraft . It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special con- sideration should be given to training intermittent operators, such as construction workers , even if escort service is being provided . 10 . INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11 . FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspec- tors have specific responsibili`ies regarding operational safety orcertificated _ficat .d airports before and during periods of construction activity. Ther particular area of concern w'_11 be directed towards construction within safety areas, and they will be involved in the following functions : a. Review of pians to determine limits of work and poss'ib'le safety problem areas . b. Give special attention to the development of the safety plan which is a part of the plans and specifications . c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d . Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced pians to change their operations . e . FAA Airports eng'_r.eers and certification inspectors should participate in the predesign and preconstruction conferences if the project involves a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139 • • Di�ectJ: , 0��1C2 O� n1�70:L 5�.a:1Qar ... Par 9 7 (and 5/31/84 AC 150/5370-2C Appendix 1 APPENDIX 1 . S?ECIAL SAFETY REQUIRDIE NTS DURING CONSTRUCTION T 1 . RUNWAY ENDS. Construction equipment normally should not penetrate the 20: 1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway Centerline on a case-by-case basis with approval of the air- port operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity set-back lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predomi- nant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAM's are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with. wingspan greater than 165 feet should be dealt with on a case-by-case basis. 4 . EXCAVATION AND TRENCHES . a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked . In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a Case-by-case basis, i.e. , cable trenches, pavement tie-ins, etc. , with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the drop-off is ade- quately signed, lighted and marked. 5 . S'"OCl?ILED MATERIAL. Extensive stockpiled materials should not be permitted within to construction activity areas defined in the preceding four sections. 17 6 . MAXIMUM EQUIPMEENT HEIGHT. Notice of proposed construction shall be submitted to the appropriate Airports district office for review prior to the placement of Construction equipmentL on alrpof is . The guiding criteria Involving FAR Part 1,;9 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports d13tr:ct, field, or regional office. In addition., airports should file FAA Form 7460-1 when equipment is expected to penetrate any of the surfaces defined above in paragraphs 1, 2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct , realign, alter, or activate any runway/1anding area or assoclated taxiway for any project wt-- ch _s nor.-Federally funded. 7. PROXIMITY OF CONSTRUCTION ACTI I.TY TO NAVIGATIvNAL AIDS. Construction acti- Vit.r ^. the ViCinity of ravigawionai ads re-vires special consideration. The effect cf t=ie a2tivity and its permiss ble distance and direction from the aid ml:st be eva-' - ua ted in eac,,, i-Stance . A coordina7.ed evaluation by t::? airport operator an `e AC 150/5370-2C 5/31/84 Appendix 1 i FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construc- tion engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line-of-sight from the tower or interfere with electronic emissions. (See AC 150/5300-2D, Airport Design Standards--Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NAVAIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft ' safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio com- munication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants becomes a part of the contract. The airport opera- tor is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open-flame welding or torch-cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the ■ airport operator. All vehicles are to be parked and serviced behind the construc- tion restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction site should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construc- tion specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1 ,000-foot (300 m) intervals. With taxiways, a cross is placed at each entrance of ' the closed taxiwal. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are ■ treated in the same manner as in paragraph 10a except runway markings are not obli- terated . Rather, crosses are usually of the temporary type (constructed of 2 5/31/84 AC 150/5370-2C Appendix 1 material such as fabric or plywood) , and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses may be reduced to permit use of standard sheets of 4-by-8-foot ( 1 .22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph 10b, and the airport beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph 10a, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended posi- tion and properly oriented . For nighttime use, the barricades are supplemented with flashing yellow lights . The intensity of the lights and spacing for barricades, 3- flags, and lights must be such to delineate adequately the hazardous area. e. Notices to Airmen (NOTAM's) . The airport operator should provide infor- mation on closed or hazardous conditons to the local air traffic control fac_lity (control tower, approach control, center, flight service station) so that a NOTAM can be issued . f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes pro- vided with shoulder stabilization to prevent blast and water erosion. This stabi- lization may have the appearance of a full strength pavement but is not intended y for aircraft use. Usually the taxiway edge marking will define this area, but con- ditions may exist such as stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3-foot ( 1 m) stripes perpendicular to the edge stripes . On stra_ght sections, the marks should be placed at a maximum of 100-foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet ( 15 m) apart between the curve tangents . The stripes should be extended to 5 feet ( 1 .5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes will indicate the edges of the full strength pavement. However, conditions may exist , such as excep- tionally wide runways, where there is a need to indicate the area not intended for use by aircraft . In such cases, chevrons should be used. 11 . TEMPORARY RUNWAY THRESFOLD DISPLACEMENTS. Identification of temporary runway threshold displacements should be located outboard of the runway surface. These could inclute cut:,card lights, Runway End Identification Lights (REI;.S) , and markings. The extent of the marking and lighting should be directly related to the duration of t^e displacement as well as the type and level of aircraft activity. 3 (anc! +) U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION SW 5200.58 SOUTHWEST REGION 2/15/96 SUBJ: AIRPORT SAFETY DURING FAA-FUNDED AIRPORT CONSTRUCTION AND FAA FACILITIES MAINTENANCE 1. PURPOSE. This Order establishes airport safety standards for FAA-funded construction (Airport Improvement Program and Facilities and Equipment Program) and FAA facilities maintenance. 2. DISTRIBUTION. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Branch level in the Flight Standards, Air Traffic, and Civil Aviation Security Divisions, to the Fort Worth Flight Procedures Office, to all Southwest Region field offices and facilities, and to F & E Field Installation/Construction r Representatives. 4 3. CANCELLATION. Order SW 5200.5A, Airport Safety During FAA-Funded Airport Construction and FAA Facilities Maintenance, dated 6/6/89, is canceled. 4. EXPLANATION OF CHANGES. This Order revises and updates safety criteria for consistency with current FAA publications and updates references to regional organizations. 1 5. DEFINITIONS. a. Airport Elevation - the highest point on the landing surface of an airport. b. Certificated Airport - an airport which, by law, is safety-regulated by the FAA under Part 139 of the Federal Aviation Regulations, and which operates under specific safety requirements which apply to maintenance and construction activities on the airport. Certificated airports are listed in Appendix 2. c. Displaced Threshold - A threshold that is located at a point on the runway other than the designated beginning of the runway. A temporary displacement may be used Distribution. A-X-3(FS,AT,AP,CS); A-X-4(AF); Initiated By: ASW-620 A-FOF-0 (maximum); A-FAF-10; A-FAS-1 FAA Form 1320-1 SW 5200.56 2/15/96 to provide landing aircraft adequate clearance over construction equipment or other objects in the approach area of a runway or adjacent to a runway. d. Obstacle Free Zone (OFZ) - an FAA airport design standard for a volume of airspace above a runway. The components are the Runway OFZ, Inner-transitional surface OFZ, and Inner-Approach OFZ. e. Obstruction - any structure, natural growth, vehicle or construction material which , penetrates any airport imaginary surface defined by FAR Part 77, including primary, transitional, approach, horizontal, and conical surfaces. f. Relocated Threshold - a runway end which is not located at the physical end of the pavement. This may occur if part of a runway is closed, and a relocated threshold is established at the beginning of the usable pavement. (Note: this term is not used in the Notice to Airmen system.) g. Safety Area - the ground surface next to runways, taxiways, and aircraft parking areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, the purpose of which is to reduce the risk of damage to an aircraft inadvertently leaving airport pavement. h. Small Aircraft - an aircraft weighing 12,500 lbs or less maximum certificated takeoff weight. ■ i. Large Aircraft - an aircraft weighing more than 12,500 lbs. maximum certificated takeoff weight. ■ 6. PROCEDURES. Aviation safety is a primary consideration during airport construction and facilities maintenance. These activities shall be planned and scheduled to minimize disruption of normal aircraft ground and air traffic. For airports subject to FAR Part 107, Airport Security, the airport operator's security program standards shall be observed in the areas of access control, and movement and identification of construction and FAA personnel and vehicles. a. These standards shall be used to develop specific safety measures which FAA ' employees, grantees, and contractors shall adhere to during these activities on all airports in the Southwest Region. They provide a reasonable level of safety, but aircraft operations, weather, security, or local airport rules may require use of more stringent safety measures. Use of less stringent measures and changes that impact security controls are permitted only after coordination between Airports, Air Traffic, Airway Facilities, Flight Standards, and Civil Aviation Security Divisions, airport management, and affected aviation users. Page 2 Par 5 2/15/96 SW 5200.59 b. Bid documents for on-airport construction or maintenance projects shall include general and specific safety requirements, based on Appendix 1 to this Order, so that contractors are aware of the costs and constraints which will apply during the project to maintain a high level of aviation safety. c. If the clearances and restrictions described in this Order cannot be maintained while construction or maintenance is underway, action will be taken as appropriate to: (1) close runways, taxiways, or aprons, (2) relocate or displace runway thresholds temporarily, (3) perform work at night or during periods of minimal aircraft activity, (4) close affected areas to certain types of aircraft, (5) restrict aircraft use by weight, wingspan, approach speed, or other characteristic, (6) shut down or restrict use of navigational or approach aids. d. FAA employees who are responsible for construction or maintenance activities on airports shall coordinate project safety and security requirements and impacts with the airport sponsor as soon as the impacts have been identified, but before commitments are made with contractors or others to perform work on an airport. Coordination will vary from formal predesign conferences to informal contacts with the airport manager or responsible sponsor official before starting work. 7. SAFETY IMPACTS. Potentially hazardous conditions which may occur during airport construction and maintenance include the following: a. Excavations, trenches, and stockpiled material on or near runways, taxiways and aprons. b. Construction equipment on aircraft operating areas or in runway approaches or departure areas. c. Inadequate construction area marking or lighting. d. Lack of control over vehicle access to aircraft operating areas, unauthorized entry of personnel, vehicles, or animals. e. Inadequate vehicle marking or lighting. f. Deficient marking and lighting of temporary runway thresholds. Par R 0-n-a Z SW 5200.5a 2/15/96 g. Failure to issue, update, or cancel Notices to Airmen concerning airport or runway closures or other construction-related airport condition. h. Failure to mark and identify utilities or power cables, resulting in loss of airport lighting; navigational, visual, or approach aids; weather reporting service; or communications. i. Unauthorized vehicle operations in localizer or glide slope critical areas, resulting in electronic interference or facility shutdown. j. Construction debris (gravel, sand, mud, paving material, etc.) on airport pavements, resulting in aircraft prop, turbine engine, or tire damage. k. Exposed pavement edges (drop-offs) from runways, taxiways and aprons to adjacent pavement sections or shoulders. I. Construction activities which hamper aircraft rescue/firefighting access from fire stations to the runway-taxiway system or airport buildings. m. Lack of radio communication with construction and maintenance vehicles in aircraft operating areas. 8. SAFETY STANDARDS. Paragraphs a through h below define safety standards and guidelines for FAA-funded construction and FAA maintenance activities on airports. a. Obstacle Free Zone (1 ) Objects, vehicle, and stockpiled material normally are not permitted to penetrate an OFZ. OFZs are shown on Figures 1 - 4. (a) Runway OFZs are applicable at any time the runway is open for aircraft use. On precision runways with approach lights, the inner-approach and inner- transitional surface OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft. ceiling or less than 2 miles visibility and aircraft are using an Instrument Landing System (ILS) for approaches. (b) Objects which do not penetrate an OFZ still may require notice to the FAA under FAR Parts 77 or 152 and may be obstructions to air navigation. Those objects which exceed FAR Part 77 obstruction standards are to be appropriately obstruction-marked and, if used at night, obstruction-lighted. Cranes or other equipment of unusual height may require special consideration and coordination with FAA operating Divisions and airport users. Page 4 Par 8