Loading...
HomeMy WebLinkAboutContract 39581 (2)TO: FROM: SUBJECT: DATE: FORT WORTH ' "•1•' J Karen Montgomery Assistant City Manager Pete Anderson Director -Information Technology Solutions ROLLING HILLS RADIO TOWER -SABRE COMMUNICATIONS December 2, 2009 The 2004 Capital Improvement Program approved the replacement of four aging radio communication towers . On October 13, 2009, the City Council approved M&C C-23844 authorizing the execution of an agreement with Sabre Communications Corporation for the design, fabrication and construction of the replacement of the first of the four new radio towers at the Rolling Hills Water Treatment Facility. The approved agreement between the City and Sabre is attached . Costs from Sabre will total $1,328,929 . Request your approval of the attached contract with Sabre Communications. Please let me know if you require further information . Just for your information, a separate M&C and agreement with Motorola will be forthcoming for the migration of the antenna and radio equipment from the old tower to the new one . OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX DEPARTMENT OF INFORMATION TECHNOLOGY SOLUTIONS THE CITY OF FORT WORTH* 1000 THROCKMORTON STREET * FORT WORTH, TEXAS 76102 STANDARD FORM OF DESIGN-BUILD AGREEMENT BETWEEN CITY OF FORT WORTH AND SABRE COMMUN/CATIONS INC. ON OPEN BOOK PRICE BASIS AGREEMENT made as of the _fj_ day of ~ between the Design-Builder: Sabre Communications Corporation 2101 Murray Street Sioux City, IA 51111 and the City : CITY OF FORT WORTH 1000 Throckmorton Street Fort Worth , TX 76102 For the services in connection with the following Project: in the year of 204' Design and Construction of the Rolling Hills Radio Control Tower ARTICLE 1 -GENERAL PROVISIONS 1.1 Mutual Obligations. Design-Builder and City agree to fully cooperate with each other in providing to each other information available, and in facilitating the design and construction work within the scope of this Agreement. Design-Builder agrees to provide the architectural and engineering services as set forth below, and to furnish construction and administration of the Construction Work. 1.2 Extent of Agreement. This agreement is solely and exclusively for the benefit of the City and the Design-Builder and not for the benefit of any third party. The City and the Design-Builder agree that there are no third-party beneficiaries and each agrees that the obligations in this Agreement are owed exclusively to the other party to the Agreement. The Parties agree that this Agreement represents the entire and integrated Agreement between the City and the Design-Builder, and supersedes all prior negotiations, representations or agreements, either written or oral. 1.3 Architect/Engineer. Licensed, independent design professionals retained by the Design- Builder in conformance with Chapter 2254, Texas Government Code or furnished by licensed employees of the Design-Builder shall provide architectural and/or engineering services required for the project. The person or entity providing architectural and/or engineering services shall be referred to as the Architect/Engineer. DESIGN -BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS, INC . Page 1 of 26 1.4 Definitions. 1.4.1 The term "Agreement" shall mean th is executed Standard Form of Design -Build Agreement between the City and the Design-Builder on Open Book Price Basis . 1.4.2 The term "Contract Documents" shall mean (i) this Agreement; (ii) written change orders and amendments to this Agreement , including exhib its and appendices signed by both the City and the Design-Builder; (iii) the Design Criteria Documents as defined in paragraph 1.4.1 O; (iv) the information provided by the City pursuant to Subparagraph 3 .2 .2 ; (v) the Schematic Design Documents as defined in paragraph 1.4.16 and (vi) the Open Book Price Proposal as defined in paragraph 5 .2 .1. 1.4.3 The term "Contract Time" shall mean the number of calendar days stated in the Price Proposal (as provided in paragraph 5.2.1) during which the Design -Builder has agreed to achieve Substantial Completion of the Construction Work. 1.4.4 "Price Proposal" shall mean the cost of the design and construction proposed at the time of execution of this Agreement. 1.4.5 The term "Contract Price" shall have the meaning defined in Article 5 . 1.4.6 "Guaranteed Maximum Price" {GMP) shall be the total cost of the project set at the time the construction is authorized . The Design -Builder shall provide Payment , Performance Bonds and Builders Risk Insurance in this amount. The City shall not be obligated to any costs in excess of the GMP. 1.4.5 The term "Construction Documents" shall mean the drawings , specifications and other documents prepared by the Architect/Engineer and approved by the City for the construction of the Project. 1.4.6 The term "Construction Work" shall mean all of Design-Builder's construction services required by the Contract Documents , as defined in paragraph 1.4 .2 . 1.4. 7 The term "Date of Commencement" shall have the meaning defined in paragraph 5 .2 .3 , 5 .2.4 .1, or 5 .2.4 .3 as applicable. The City will promptly proceed to obtain all easements , zoning changes , approvals , and other legal requirements to allow construction to proceed without delay. 1.4.8 The term "day" or "days" shall mean calendar days unless otherwise specifically noted in the Contract Documents. 1.4.9 The term "Defective Work" shall mean any portion of the Construction Work not in conformance with the Construction Documents . 1.4.10 The term "Design Criteria Documents " shall mean the documents provided by the City to the Design-Builder that provide sufficient basic programming information to permit the Design-Builder to prepare a response to the City's request for proposal ("RFP "). The Design Criteria Documents must specify functional design and construction criteria the City considers necessary DESIGN-BUILD AGREEMENT BETWEEN THE C ITY OF F ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 2 of 26 and salient to describe the Project. The Design Criteria Documents may include , as appropriate, the legal description of the site , survey information concerning the site , basic interior space requirements , special material requirements , material quality standards , conceptual criteria for this Project, special equipment requirements , cost or budget estimates, time schedules , quality assurance and quality control requirements , site development requirements, applicable codes and ordinances , provisions for utilities , parking requirements, or any other requirements determined by the City to establish the salient characteristics of the proposed project. 1.4.11 The term "Design Consultants" shall mean the engineering or architectural firm(s) employed by the Design-Builder to perform design or consulting work for the Project site , and the building improvements. Such Design Consultants services may include civil engineering for utilities , storm drainage , and pavement; geotechnical engineering ; landscape architecture ; environmental engineering or consulting ; and surveying and construction staking for sitework. Design Consultants for the building design may include electrical, structural , mechanical , plumbing , architectural , ADA/TSA and other specialty des ign areas . 1.4.12 The term "Differing Site Conditions" shall mean concealed or latent physical conditions, or subsurface conditions at the Project site that (i) materially differ from the conditions indicated in the Schematic Design Documents or (ii) are of an unusual nature , differing materially from the conditions ordinarily encountered and generally recognized as inherent in construction work . 1.4.13 The term "Hazardous Material{s)" shall mean any materials , waste , substances , and/or chemicals deemed to be hazardous under all applicable federal, state , and/or local laws , codes , ordinances , rules , regulations , orders and decrees of any governmental entity having jurisdiction over the Project or the Project site . 1.4.14 The term "Other Contractors" shall mean any other independent contractor, agent or representative employed by the City at the Project site who is not employed by the Design- Builder, or its subcontractors. 1.4.15 The term "Project" is the building, facility , or other improvements at the location provided by the City, which the Design-Builder has agreed to complete pursuant to the requirements of the Schematic Design Documents , as defined in paragraph 1.4 .16 . 1.4.16 The term "Schematic Design Documents" shall mean the drawings, outl ine specifications , and/or other conceptual documents illustrating the Project's elements , scale , and features, which documents address the requirements of the City's Design Criteria Documents submitted by the City to the Design-Builder. The Schematic Design Documents shall be the documents prepared and submitted to the City with the Guaranteed Maximum Price ("GMP"). The Schematic Design Documents shall constitute the scope of the work to be performed by the Design- Builder for the GMP pursuant to the terms of this Agreement. 1.4.17 The term "Subcontractor{s)" shall mean any party or entity retained by the Design- Builder as an independent contractor to provide any of the labor, materials, equipment , and/or services necessary to complete a specific portion of the Construction Work under this Agreement. The term Subcontractor does not include an architect, engineer, other design consultants , if any , or any Other Contractors retained by the City . DES IGN -BUILD AGREEMENT BETWEEN THE CITY OF FORT WORTH AND SABRE COMMU NI CATIONS , INC . Page 3 of 26 -- 1.4.18 The term "Substantial Completion" shall be the date on which the Construction Work, or an agreed portion of the Construction Work , is sufficiently complete so that the City can beneficially occupy or use the Project, or portion thereof, for its intended purposes. The issuance of a certificate of occupancy is not a prerequisite for Substantial Completion if the certificate of occupancy cannot be obtained due to factors beyond the Design-Builder's control. The Design- Builder and the City agree to sign a certificate of Substantial Completion confirming the date of Substantial Completion. 1.4.19 The term "Work Product" shall mean all drawings , specifications, and other design documents, including those in electronic format prepared by or procured by the Design-Builder in performance of this Agreement. 1.4.20 The term "Open Book Price" shall refer to the price of subcontracts and purchases , the site expenses for superintendence and professional services directly supporting the construction effort plus agreed overhead and profit. ARTICLE 2 -DESIGN-BUILDER'S SERVICES AND RESPONSIBILITIES 2. Design Services. 2.1 Schematic Design : The Design-Builder shall prepare a schematic design sufficient in detail and scope to clearly identify all major features of the project, prepare a project schedule , and to present a Guaranteed Maximum Price . The City shall accept, in writing , the Schematic Design prior to detailed design and execution of the construction . 2.2 Final Design: Pursuant to a mutually agreeable schedule , the Design-Builder shall submit for the City's approval Construction Documents that meet the requirements of the Schematic Design Documents, and any change orders executed by both the City and the Design-Builder after the date of this Agreement and prior to the submission of the Construction Documents to the City. 2.3 Construction Documents. The Construction Documents shall set forth the requirements for the Construction Work, and shall be based upon codes , laws or regulations effective on the date of this Agreement. If any codes, laws , or regulations are changed or are enacted after the date of this Agreement affecting the performance of the Construction Work, the Contract Price and the Contract Time shall be equitably adjusted to compensate the Design-Builder for the changes. When the Design-Builder submits the Construction Documents to the City, the Design-Builder shall identify in writing all material changes and deviations from the requirements of the Schematic Design Documents . Material changes , if any , between the Construction Documents and the Schematic Design Documents necessitated by changes in codes, laws or regulations shall be documented by a Change Order pursuant paragraph 7.2 equitably adjusting the Contract Price and/or the Contract Time. Three (3) sets of the Construction Documents shall be furnished to the City prior to the date of commencement of construction . DESIGN-BUILD AGREEMENT BETWEEN THE CITY OF F ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 4 of 26 / 2.4 Construction Services. 2.4.1 The Design-Builder agrees to timely complete the design and commence construction to substantially complete the construction within the Contract Time . The Design-Builder and its Subcontractors shall provide all necessary construction labor, materials , tools , equipment , as well as all construction supervision, inspection, and temporary utilities as required to complete construction required by the Construction Documents . 2.4.2 The Design-Builder shall perform all Construction Work in accordance with the requirements of the Construction Documents . Design-Builder shall at all times exercise complete and exclusive control over the construction means , methods, sequences , and techniques . The Design-Builder shall be responsible for the proper performance of the work , including all work performed by its Subcontractors, and any acts and omissions in connection with such performance . 2.4.3 The Design-Builder shall keep the Project site reasonably free from debris, trash , and construction wastes to permit Design-Builder to perform the Construction Work efficiently, safely, and without interference in the use of adjacent properties . Upon Substantial Completion of the Project, the Design-Builder shall remove all debris, trash , construction waste , materials , equipment, machinery, and tools arising from the Construction Work, to permit City to occupy the Project for its intended use. Upon completion of the Project, Design-Builder shall complete the removal of all debris , trash , construction waste , materials, equipment , machinery, and tools arising from the Construction Work prior to final payment being due . 2.5 Safety of Persons and Property. The Design-Builder shall require each of its Subcontractors to be responsible for the safety of its workmen performing the Construction Work at the Project site, as well as the safety of all persons and property which could be injured during the prosecution of any subcontract work. The provisions of this Agreement shall not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of subcontract work, nor for compliance with the applicable laws and regulations. The Design-Builder shall be responsible for the safety of all employees and workmen directly employed by the Design- Builder at the Project site . 2.5.1 Safety Representative. The Design-Builder shall designate an individual at the Project site in the employment of the Design-Builder who shall act as the Design-Builder's designated safety representative . Unless otherwise identified by the Design-Builder in writing to the City, the designated safety representative shall be the Design-Builder's project superintendent. The Design-Builder will promptly report to the City in writing all accidents and injuries occurring at the Project site . When the Design-Builder is required to file an accident report with a public authority , the Design-Builder shall furnish a copy of the report to the City. The Design-Builder and its Subcontractors shall comply with all legal requirements relating to the safety, as well as any of City's specific safety requirements if specified in the Contract Documents. 2.5.2 Reproduction, Use and Ownership of Work Product. All designs , drawings, specifications, documents, and other work products of the Design-Builder whether in hard copy or in electronic form , are instruments of service for this Project, whether the Project is completed or not. DESIGN-BUILD AGREEMENT BETWEEN THE CITY OF FORT WORTH AND SABRE COMMUNICATIONS , INC . Page 5 of 26 Reuse , change, or alteration by the City or by others acting through or on behalf of the City of any such instruments of service without the written permission of the Design-Builder will be at the City's sole risk . The City shall own the final , printed designs , drawings , specifications and documents. Transfer of ownership of the Contract Documents does not constitute sale of the documents. 2.5.3 Standard of Care. Qualified , licensed design professionals employed by the Design-Builder or procured from qualified , independent licensed design consultants shall prepare the Construction Documents. The standard of care for all design professional services performed under this Agreement shall be the care and skill ordinarily used by members of the architectural and engineering professions practicing under similar conditions at the same time and locality as the Project. This Agreement does not establish or create any legal or contractual obligations between the City and the design professionals employed by the Design-Builder, and the design professionals shall not be deemed to be a third party beneficiaries under this Agreement. The design professionals shall be selected based upon demonstrated competence and qualifications in accord with Section 2254 .004 , Texas Government Code . 2.5.4 Hazardous Materials. The Design-Builder shall not be obligated to commence or continue the Construction Work until all known or suspected Hazardous Material discovered at the Project site not introduced onto the Project site by the Design-Builder have been removed or rendered harmless by the City , as certified by an independent testing laboratory and approved by the appropriate government agency. 2.5.4.1 The Design-Builder and its Subcontractors shall not know ingly enter upon any portion of the Construction Work containing Hazardous Material. If after the commencement of the Construction Work known or suspected Hazardous Materials are discovered at the Project, the Design-Builder shall be entitled to immediately stop Construction Work in the affected area , unless such Hazardous Materials are introduced onto the Project site by the Design-Builder. The Design- Builder shall report the condition to the City , and , if required , the governmental agency having jurisdiction . If the Design -Builder incurs additional cost and/or is delayed due to the presence or remediation of Hazardous Material , the Design-Builder shall be entitled to an equitable adjustment in the Contract Price and/or the Contract Time , unless such Hazardous Materials are introduced onto the Project site by the Design-Bu ilder. The Design-Builder shall not be required to perform any Construction Work related to or in the area of Hazardous Material not introduced into the Project site by it unless a written agreement is entered into between the Design-Builder and the City to provide for extra cost , if any , extra time , if any , and additional risk incurred by the Design-Builder. 2.5.4.2 If potentially hazardous materials are discovered at the Project site that were not introduced by the Design -Builder, the City shall be respons i ble for retaining an independent testing laboratory to determine the nature of the material encountered and whether it is a Hazardous Material requiring corrective measures and/or remedial action , otherwise the Design-Builder shall be responsible for such testing. Such measures shall be the sole responsibility of the City , and shall be performed in a manner minimizing any adverse effect upon the Construction Work of the Design- Builder, unless such Hazardous Materials are introduced onto the Project site by the Design-Builder. The Design-Builder shall resume the Construction Work in the area affected by any Hazardous Material only after written agreement between the City and the Design-Builder has been executed , after the Hazardous Material has been removed or rendered harmless , and after approval of the governmental agency or agencies with jurisdiction , if required . 2.5.4.3 If hazardous materials are encountered as a result of the City's failure to identify or DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 6 of 26 remove hazardous materials existing at the Project site prior to the commencement of construction, the City agrees to (1) release the Design-Builder, its Subcontractors , and their officers, directors and employees from any and all claims , damages, losses, or expenses incurred by the City arising out of or related to the performance of the construction work in the area affected by the Hazardous Material existing at the Project site prior to commencement of the Project; (2) release the Design- Builder from any indemnification obligations in this Agreement as it relates to Hazardous Materials only ; (3) extend the Contract Time by the actual number of days that the Design-Builder is delayed in the completion of the Contract Work arising out of or related to the identification , testing , and abatement of the Hazardous Material existing at the Project site prior to commencement of performance ; (4) execute a Change Order increasing the Contract Price by any costs or losses incurred by Design-Builder which arise out of the testing or abatement of the Hazardous Material existing at the Project site prior to commencement of performance , or relate to the performance of Construction Work in the area affected by the Hazardous Material prior to the Design-Builder's discovery of the Hazardous Material existing at the Project site prior to commencement of performance. 2.5.4.4 During performance of the Construction Work, the Design-Builder shall be responsible for the proper handling of all materials brought to the Project site by the Design-Builder or its Subcontractors. Upon the issuance of the certificate of Substantial Completion , the Design- Builder shall continue to be responsible for materials and substances brought to the Project site, if such materials or substances are required by the Construction Documents . 2.5.4.5 If Hazardous Materials are encountered as a result of the Design-Builder or its Subcontractors' importation of such materials onto the Project site, the Design-Builder shall defend , indemnify and hold harmless the City, its officers, directors , and employees from and against any and all claims , damages , losses , costs and expenses , including but not limited to attorneys fees , arising out of or related to the Construction Work in any area affected by Hazardous Materials This indemnification shall apply without regard to the fault, negligence, breach of warranty or contract, or strict liability of the City and shall indemnify the indemnities for their own fault or negligence. 2.6 Design-Builder's Warranty . Design-Builder warrants to City that all materials and equipment furnished under this Agreement will be new, unless otherwise specified. The Design- Builder also warrants to the City that all materials and equipment furnished under this Agreement will be in conformance with the Construction Documents. Design-Builder's warranty obligations exclude defects caused by abuse, alterations, or failure to maintain the Construction Work by persons other than the Design-Builder. The Design-Builder agrees to correct all Defective Work for which the City provides notice to the Design-Builder within a period of one year from the date of Substantial Completion . The Design-Builder shall collect written warranties as defined in the Contract Documents from manufacturers , as well as all equipment manuals , and deliver them to the City for the City's use. To the extent that products , equipment, systems or materials incorporated into the Construction Work are covered by a warranty from the manufacturer of such products, equipment, systems or material in excess of one year , the City's remedy to correct the defective products , equipment , systems , or materials after the one-year period shall be exclusively against the warranty of the manufacturer. DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 7 of 26 ARTICLE 3 -OWNER'S RESPONSIBILITIES 3.1 Cooperation with Design-Builder. 3.1.1 City shall , throughout the performance of the Construction Work, cooperate with Design-Builder and perform its responsibilities, obligations and services in a timely manner to facilitate Design-Builder's timely and efficient performance of the Construction Work and so as not to delay or interfere with Design-Builder's performance of its obligations under the Contract Documents and/or Construction Documents. The City shall cooperate and provide reasonable assistance to the Design-Builder in obtaining the permits, approvals, and licenses that are the responsibility of the Design-Builder. 3.1.2 City shall provide timely reviews and approvals of interim design submissions , Schematic Design Documents, and Construction Documents consistent with City's normal business practices and within the negotiated times set forth in Design-Builder's schedule. 3.2 Information and Services Provided by City. 3.2.1 The City shall provide full information in a timely manner regarding requirements for the Project including all information contained in the Design Criteria Documents. 3.2.2 Unless expressly stated to the contrary in the Contract Documents, City shall provide for Design-Builder's information and use the following documents upon which Design- Builder is entitled to rely upon in performing the Work : 3.2.2.1 Surveys describing the property, boundaries, topography and reference points for use during construction, including existing service and utility lines; 3.2.2.2 Geotechnical studies describing subsurface conditions , and other surveys describing other latent or concealed physical conditions at the Project site ; 3.2.2.3 Temporary and permanent easements , zoning requirements , deed restrictions, and other requirements and encumbrances affecting land use , or necessary to permit the proper design and construction of the Project and enable Design-Builder to perform the Work; 3.2.2.4 A legal description of the property upon which the Project is located; 3.2.2.5 To the extent available, as-built and record drawings of any existing structures at the Project site ; and 3.2.2.6 To the extent available, environmental studies , reports and impact statements describing the environmental conditions, including Hazardous Conditions, in existence at the Project site or which could affect the Project site. DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 8 of 26 3.2.3 City is responsible for securing and executing all necessary easements and agreements with adjacent land or property owners that are necessary to enable Design-Builder to perform the Work. City is further responsible for all costs , includ i ng attorneys' fees , incurred in securing these necessary easements and agreements. City is responsible for securing all zoning approvals required for the Project as well as all easements necessary for the construction to proceed without delay . 3.3 Approval of Schematic Design Documents. At the time of the City's approval of the Open Book Price Proposal, as provided in paragraph 5 .2 , the City shall review , modify as required , and approve the Schematic Design Documents provided to the City by the Design-Builder. Upon the City's approval , the Schematic Design Documents shall be part of the Contract Documents and shall constitute the scope of the design and construction services to be performed by Design- Builder. 3.4 City's Construction Responsibilities 3.4.1 Throughout the performance of the Construction Work , the City shall cooperate with Design-Builder to assure that the Construction Work is timely and efficiently performed without delay or interference to the services provided by Design-Builder. The City shall assign John Dawson as the City representative who shall be fully acquainted with the Project and who shall have authority to bind the City in all matters requiring the City's approval , authorization , or written notice . If the City changes its representative or the representative's authority as listed above , the City shall notify the Design-Bu ilder in writing , in advance of such change. 3.4.2 City is responsible for all work performed on the Project or at the location of the Project by other contractors under separate contracts with the City . City shall contractually require its separate contractors to cooperate with and coordinate their activities with Design-Builder, so as not to interfere with Design-Builder in performance of this Agreement. 3.4.3 City shall provide or contract for, independently of the Design-Builder, the inspection services, the testing of construction materials , and the verification testing services necessary for acceptance of the Project. 3.4.4 Any change order in an amount greater than $25,000 requires the prior approval of the City Council of the City of Fort Worth . ARTICLE 4 -CONTRACT TIME. 4.1 Substantial Completion and Final Completion. Substantial Completion of the Construction Work shall be achieved after the Date of Commencement, within the Contract Time as specified pursuant to paragraph 5 .2 .1.4 and as extended pursuant to paragraph 4 .2. Unless causes beyond the Design-Builder's control delay final completion , the Design -Builder shall achieve final completion of the Construction Work, including all punch list work , within sixty (60) days from the date of Substantial Completion. 4.2 Extensions of Time 4.2.1 If causes beyond the Design-Builder's control extend the time for the commencement or progress of the Construction Work, then the Contract Time shall be extended as DES IGN-BUILD AGREEMENT BElWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 9 of 26 appropriate . Such causes shall include but not be limited to : changes ordered in the Construction Work by the City , negligent acts or omissions of the City or Other Contractors, the City's interference in the Design-Builder's performance of Construction Work, the presence of Hazardous Materials at the Project site , the presence of Differing Site Conditions , adverse weather conditions not reasonably anticipated, fire , unusual transportation delays , labor disputes impacting the Project, actions by governmental agencies , and/or unavoidable accidents or circumstances . Causes beyond the control of the Design-Builder do not include negligent acts or omissions on the part of the Design-Builder, Subcontractors , or the Architect/Engineer. 4.2.2 In the event delays to the Project are encountered for any reason, both the City and the Design-Builder agree to undertake reasonable efforts to mitigate the effects of such delays . 4.3 Liquidated Damages. Time is of the essence for the performance of this Agreement. To the extent that the Substantial Completion of the Project is not achieved by the Design-Builder within the Contract Time , as adjusted pursuant to the provisions of paragraph 4.2 , the City will suffer financial loss which is difficult, if not impossible, to estimate or compute . The City and the Design- Builder therefore agree that the amount of $200 .00 per day shall be deducted from the total payment due the Design-Builder for each day the Substantial Completion of the Project is delayed beyond the Contract Time , as adjusted by the provisions in paragraph 4 .2 . The City and the Design-Builder further agree that the amount of $200 .00 per day is a reasonable expectation of the City's probable damages, both direct and consequential , including all of the City's financial and economic losses associated with , or directly or indirectly arising out of the delay in the Substantial Completion of the Project, and that such deduction of the liquidated damage amount is not for the purpose of a penalty. ARTICLE 5 -CONTRACT PRICE 5.1 Contract Price City shall pay Design-Builder, in accordance with Article 6 hereof, total compensation ("Contract Price") not to exceed the Guaranteed Maximum Price . 5.2 Contract Cost 5.2.1 Guaranteed Maximum Price Proposal ("GMP"). The Design-Builder shall submit a Price Proposal to City for each phase working toward a GMP, which shall include the following information and documents: 5.2.1 A proposed price for performing the Construction Work, which amount shall include the Design-Builder's Design fee. The price will be determined as follows: GMP. 5.2 .1.1 5 .2.1.2 5.2 .1.3 5 .2 .1.4 5.2 .1.5 Subcontract Costs (Actual contract plus 10%) Design-Builders Overhead and Profit (15% of direct costs) Management Fee (4% of total DESIGN-BUILDER cost) Reimbursable Expenses (Cost plus 10%) Design Fee (Open Book) 5.2.1.2 A copy of the Schematic Design Documents used as the basis for establishing the 5.2.1.3 A list of the assumptions and clarifications made by Design-Builder in establishing DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 10 of 26 the GMP , which list is intended to supplement the information contained in the Schematic Design Documents. 5.2.1.4 The Contract Time upon which the proposed GMP is based ; 5.2.1.5 If applicable , a list of allowances and a statement of their basis ; a schedule of alternate prices ; a schedule of unit prices ; and/or a statement of Additional Services ; and 5.2.1.6 The time limit for acceptance of the GMP Proposal. 5.2.2 Review and Adjustment to GMP Proposal After submission of the GMP Proposal , Design-Builder and City shall meet to discuss and review the Schematic Design Documents and the Price Proposal. If City has any comments regarding the GMP Proposal , or finds any inconsistencies or inaccuracies in the information presented , the City shall promptly give written notice to Design-Builder of such comments or findings. If appropriate , Design-Builder shall , upon receipt of City's notice , make appropriate adjustments to the GMP Proposal. 5.2.3 Acceptance of Price Proposal If City accepts the GMP Proposal , the GMP Proposal and all documents submitted with the GMP Proposal shall amend and become a part of this Agreement. The Date of Commencement shall be ten (10) business days after Design-Builder's receipt of City 's acceptance of the GMP Proposal. Design-Builder will proceed with completion of design and ordering of long lead-time materials required for the Project. 5.2.4 Failure to Accept the GMP Proposal If City rejects the GMP Proposal , or fails to notify Design-Builder in writing on or before the date specified in the GMP Proposal that it accepts GMP Proposal , the GMP Proposal shall be deemed withdrawn and of no effect. In such event, City and Design-Builder shall meet and confer as to how the Project will proceed , with City having the following options : 5.2.4.1 City shall suggest modifications to the GMP Proposal , whereupon , if such modifications are accepted in writ ing by Design-Builder, the GMP Proposal shall be deemed accepted , as modified, and the parties shall proceed in accordance with paragraph 5.2.3 above , except the Date of Commencement shall be the date of Design-Builder's written acceptance of such modifications; or 5.2.4.2 City shall terminate this Agreement by payment to Design-Builder of $15 ,000 for the preparation of the Schematic Design Documents , such payment being the total compensation Design-Builder will be entitled to for any and all work performed prior to the date of such termination . 5.3 Adjustments to Price The GMP Price shall be equitably adjusted to provide for changes in the scope of the Construction Work, including: 5.3.1 Delays encountered in performing the work caused by or resulting from acts or omissions of the City , the City's representatives , or any Other Contractors ; 5.3.2 Changes to the Project or Construction Work as provided in Article 7 hereof; 5.3.3 Additional work and/or delays caused by or resulting from the presence of Hazardous Materials on the Project site other than materials brought onto the site by Design-Builder; DESIGN -BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 11 of 26 5.3.4 The City's suspension of the work under this Agreement; or 5.3.5 Differing Site Conditions; and/or other occurrences or circumstances for which the Design-Builder is entitled to a price adjustment under this Agreement. ARTICLE 6 -PAYMENT 6.1 Schedule of Values. 6.1.1 Prior to submitting the first application for payment during the Construction Work , the Design-Builder shall provide to the City a schedule of values consisting of a breakdown of the Open Book Price with separate line items for the major elements of the Construction Work included in the Lump Sum Price . 6.1.2 If the City disagrees with the values utilized by the Design-Builder in the schedule of values, the City shall provide the Design-Builder a written objection to the schedule of values within seven (7) days after the City's receipt of the schedule of values, specifically stating the items with which the City objects , the basis for such objection , and the adjustment in the schedule of values which would be satisfactory to the City . In the event of objection by the City , the Design- Builder and the City shall negotiate in good faith to resolve any such objection before commencement of the Construction Work. The Design-Builder shall not be required to commence the Construction Work until all such objections are resolved . If any such delays in the commencement of the Construction Work are encountered , the Design-Builder shall be entitled to an adjustment of the Contract Time . 6.2 Monthly Progress Payments. 6.2.1 On the first day of each month after the Date of Commencement, the Design- Builder shall submit to the City an application for payment based on the percentage of work completed for each item on the schedule of values , and the materials suitably stored at the Project site ( or at other locations approved in writing by the City). Approval of payment applications for such stored materials shall be conditioned upon submission by the Design-Builder of bills of sale or such other procedures satisfactory to the City to establish the City's title to such materials . 6.2.2 Within ten (10) days after the City's receipt of each monthly appl ication for payment , the City shall give written notice to the Design-Builder of the City's acceptance, rejection , or adjustment of such application for payment. The City's adjustment or reject ion of an application for payment shall only be based on a justification stated in paragraph 6 .2.3 . Within fifteen (15) days after receipt of each monthly application for payment, the City shall pay directly to the Design- Builder, the amount for which the application for payment is made, less any amounts previously paid by the City. If such application is rejected or adjusted, the City shall provide with the written notice of rejection or adjustment, a statement of the specific portion of the items in the schedule of values rejected or adjusted and the City's basis for such rejection or adjustment. If the City and Design- Builder cannot agree on a revised amount, the City shall pay directly to the Design-Builder the amount of those items not rejected and the uncontested amount of items adjusted , less amounts previously paid by the City. The items rejected or adjusted by the City shall be due and payable when the reasons for the City's rejection or adjustment have been removed or cured. DESIGN-BUILD AGREEMENT BETWEEN THE C ITY OF F ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 12 of 26 6.2.3 Justification for City's Adjustment. For the following reasons, the City may reject or adjust an application for payment submitted by the Design-Builder to the extent necessary to protect the City from loss or damage for which Design-Builder is responsible under this Agreement: 6.2.3.1 The Design-Builder repeatedly fails to perform the Construction Work as required by the Construction Documents; 6.2.3.2 The City suffers or incurs a loss or damage arising out of this Agreement and caused by the Design-Builder, but only to the extent that such loss or damage is not covered by insurance provided by Design-Builder or by City pursuant to the terms of this Agreement; 6.2.3.3 The City receives notice that the Design-Builder has failed to pay Design Consultants, Subcontractors, or other persons supplying materials, equipment or supplies incorporated into the Construction Work, when the City has paid the Design-Builder for such Construction Work; 6.2.3.4 The Design-Builder fails to correct Defective Work in a timely manner as provided in this Agreement; or 6.2.3.5 If the unpaid balance of the Contract Price is insufficient to pay for the cost to complete the Construction Work required under this Agreement. 6.2.3.5 When the above basis for rejecting or adjusting an application for payment has been removed, the City will make payment within thirty (30) days to the Design-Builder for the amounts previously withheld. 6.2.4 Retainage Before Substantial Completion . From each progress payment made prior to the time of Substantial Completion of the Construction Work, the City may retain five percent (5%) of the amount otherwise due under this Agreement. 6.2.5 Retainage After Substantial Completion. Upon Substantial Completion of the Construction Work , the City shall pay the Design-Builder the unpaid balance of the Contract Price , less a sum equal to 150% of the Design-Builder's estimated cost of completing any unfinished items , as agreed to between the City and the Design-Builder. The City thereafter shall pay the Design-Builder monthly the amount retained for unfinished items as each item is completed. 6.2.6 City's Failure to Pay. If the City fails to pay the Design-Builder at the time payment of any amount becomes due, and such amount remains unpaid for a period of seven (7) days, then (i) within three (3) City business days after the City's receipt of notice from the Design- Builder of the Design-Builder's intention to cease work on the Project, the Design-Builder may stop all work on the Project until full payment of the amount owing has been received by the Design- Builder and (ii) within seven (7) days after the City's receipt of notice of termination from the Design- Builder, the Design-Builder may terminate this Agreement. Payments due but unpaid pursuant to this Agreement shall bear interest at the rate set forth for past due construction payments in Chapter 2251 of the Texas Government Code . DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 13 of 26 6.2. 7 Warranty of Clear Title. The Design-Builder warrants and guarantees that title to all work, materials, and equipment covered by an application for payment, whether incorporated in the Project or not, will pass to the City upon receipt by Design-Builder of payment for the application for payment, free and clear of all liens , claims, security interests , or encumbrances . The City's payment of an application for payment, whether in whole or in part, shall not be deemed acceptance of any Construction Work not conforming to the requirements of the Construction Documents, it being the duty and responsibility of the Design-Builder to perform the Construction Work in accordance with the requirements of the Construction Documents . 6.3 Final Payment. 6.3.1 Upon completion of all work under this Agreement, including punch list work, Design-Builder shall submit an invoice to City for the final Contract Price , less progress payments previously received (the "Final Invoice"). 6.3.2 City shall have 30 days to review and audit Design-Builder's Final Invoice . If the City disagrees with the Design-Builder's Final Invoice notice thereof shall be provided to Design- Builder not later than 35 days following Design-Builder's submission of its Final Invoice. Such notice of disagreement must describe in detail those portions of the Final Invoice disputed and the reason(s). 6.3.3 If City disagrees or objects with the Final Invoice, payment shall nevertheless be made for the undisputed balance, if any, due Design-Builder. Such payment of the undisputed balance is due not later than 45 days following Design-Builder's submission of the Final Invoice. With respect to the disputed amount of Design-Builder's Final Invoice the parties shall meet within the 30-day period following City's notice of disagreement and attempt to resolve the dispute by agreement. If that process is unsuccessful , the City and Design Builder shall submit the dispute to non-binding mediation , and if such mediation is unsuccessful in resolving the dispute , either City or Design -Builder may bring suit in a court of competent jurisdiction located in Tarrant County, Texas. 6.3.4 In the event the final total Contract Price payable under this Agreement is less than the sum of progress payments previously received , Design-Builder shall refund the amount of such excess progress payments received to City within 10 days following the final determination of the final total Contract Price . Any refund not so made shall bear interest at the rate of ten percent (10%) per annum. 6.3.5 City shall pay Design-Builder interest at the rate set forth for past due construction payments in Chapter 2251 of the Texas Government Code on any amounts not timely paid under this Agreement. To the extent any disputed entitlement to payment is resolved in favor of the Design-Builder, such interest shall be paid on the amount determined to be due Design-Builder from the original due date of the disputed payment. ARTICLE 7 -CHANGES IN THE WORK 7.1 Changes in the Work. Changes in the Construction Work which are within the general scope of this Agreement may be accomplished without invaliding the Agreement by Change Order as provided in paragraph 7 .2, a Work Change Directive as provided in paragraph 7.3 , or a Minor Change in the Work as provided in paragraph 7.4 . DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 14 of 26 7.2 Change Orders. The City may order changes in the Construction Work within the general scope of the Construction Documents by a Change Order. All such changes in the Construction Work shall be authorized by the City pursuant to a written change order executed by the City and the Design-Builder, and shall be performed under applicable conditions of the Contract Documents . Each adjustment in the Contract Price and/or Contract Time resulting from a Change Order shall clearly separate the amount attributable to design services . The City and the Design-Builder shall negotiate in good faith an equitable adjustment to the Contract Price and the Contract Time and shall conclude these negotiations as expeditiously as possible. Neither the Design-Builder nor the City shall unreasonably withhold acceptance of the Change Order, any adjustment in the Contract Price , and/or Contract Time . 7.3 Work Change Directive. In the event the City and the Design-Builder cannot agree on an equitable adjustment to the Contract Price or the Contract Time , the City may issue a Work Change Directive , directing a change in the Construction Work if the changed work is within the general scope of the Construction Documents . If the City issues a Work Change Directive, the Design- Builder shall provide an accounting to the City for all extra costs incurred by the Design-Builder as a result of the Work Change Directive . The Design-Builder shall also record all extra time required for the completion of the work required by the Work Change Directive . The Contract Price will be increased by the amount of such additional costs plus fifteen percent (15%) of such costs for Design-Builder's overhead and profit. The Design -Builder will also be entitled to an extension of the Contract Time that corresponds with the additional time required to complete the work under the Work Change Directive. If the City and Design-Builder subsequently agree to the adjustments in the Contract Price and the Contract Time for work under the Work Change Directive, such agreement shall be documented by completion of a Change Order. 7.4 Minor Changes in the Work. Design-Builder, with the written approval of the City, may make minor changes in the design and construction of the Project consistent with the intent of the Contract Documents, which do not involve an adjustment of the Contract Price and/or the Contract Time , and which do not materially or adversely affect the design of the Project, the quality of any of the materials or equipment specified in the Construction Documents, the performance of any equipment or systems specified in the Construction Documents , or the quality of workmanship required by the Construction Documents . 7.5 Differing Site Conditions. If Design-Builder encounters a Differing Site Condition that is man made, Design-Builder will be entitled to an adjustment in the Contract Price, and/or the Contract Time, to the extent that the Differing Site Condition adversely impacts design-Builder's costs and/or time of performance . Upon encountering a man made Differing Site Condition , Design-Builder shall provide prompt written notice to City of such condition, which notice shall not be later than five (5) business days after the impact of such manmade Differing Site Condition has been determined by Design-Builder. Design-Builder shall, to the extent reasonably possible, provide such notice in a manner to allow the City to mitigate any costs or extra expenses arising out of the manmade Differing Site Condition. Design-Builder waives any claim for additional time and/or compensation for failure to provide written notice as required herein. Design-Builder shall not be entitled to any additional compensation for a naturally occurring Differing Site Condition , but shall be entitled to and adjustment in Contract Time. DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS, INC. Page 15 of 26 ARTICLE 8 -INDEMNITY, INSURANCE AND BONDS 8.1 Indemnity. DESIGN-BUILDER COVENANTS AND AGREES TO, AND DOES HEREBY INDEMNIFY, HOLD HARMLESS AND DEFEND OWNER, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS OR SUITS FOR PROPERTY DAMAGE OR LOSS AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THIS AGREEMENT, ITS OFFICERS, AGENTS, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS, WHETHER OR NOT CAUSED IN WHOLE OR IN PART BY ALLEGED NEGLIGENCE ON THE PART OF THE OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES AND INVITEES OF OWNER. DESIGN-BUILDER DOES HEREBY COVENANT AND AGREE TO ASSUME ALL LIABILITY AND RESPONSIBILITY OF OWNER, ITS OFFICERS, AGENTS, SERVANTS AND EMPLOYEES FOR PROPERTY DAMAGE OR LOSS, AND/OR PERSONAL INJURIES, INCLUDING DEATH, TO ANY AND ALL PERSONS OF WHATSOEVER KIND OR CHARACTER, WHETHER REAL OR ASSERTED, ARISING OUT OF OR IN CONNECTION WITH, DIRECTLY OR INDIRECTLY, THIS AGREEMENT, WHETHER OR NOT CAUSED, IN WHOLE OR IN PART, BY ALLEGED NEGLIGENCE OF OWNER, ITS OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, OR INVITEES. DESIGN-BUILDER LIKEWISE COVENANTS AND AGREES TO, AND DOES HEREBY, INDEMNIFY AND HOLD OWNER HARMLESS FROM AND AGAINST ANY AND ALL INJURIES, LOSS, OR DAMAGES TO PROPERTY OF OWNER DURING THE PERFORMANCE OF THIS AGREEMENT, WHETHER ARISING OUT OF OR IN CONNECTION WITH OR RESULTING FROM, IN WHOLE OR IN PART, ANY AND ALL ALLEGED ACTS OR OMISSIONS OF OWNER'S OFFICERS, AGENTS, SERVANTS, EMPLOYEES, CONTRACTORS, SUBCONTRACTORS, LICENSEES OR INVITEES. THE INTENT OF THIS PARAGRAPH IS TO REQUIRE DESIGN- BUILDER TO INDEMNIFY THE OWNER FOR ITS SOLE OR CONCURRENT NEGLIGENCE; PROVIDED, HOWEVER, THIS INDEMNITY SHALL NOT BE CONSTRUED SO AS TO REQUIRE THE DESIGN PROFESSIONAL TO INDEMNIFY OWNER OR ANYONE UNDER OWNER FOR THE OWNER'S SOLE NEGLIGENCE. 8.2 Design-Builder's Liability Insurance. The Design-Builder shall obtain and maintain insurance coverage for the following claims which may arise out of the performance of this Agreement , whether resulting from the Design-Builder's operations or from the operations of any Subcontractors , their employees , or by an individual o r entity for whose acts they are liable : 8.2.1 Claims under Workers' Compensation statutes or other disability benefits statutes applicable to the Construction Work; 8.2.2 Claims under applicable employer's liability statutes or laws for bodily injury , occupational sickness , disease or death cla ims of the Design-Builder's employees ; 8.2.3 Claims for bodily injury , sickness , disease , death or damages to persons not employed by the Design -Builder; 8.2.4 Claims for personal injury disability for damages directly or indirectly related to the person's employment by the Design-Builder; DESIGN -BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 16 of 26 8.2.5 Claims for damage to or destruction of tangible property; 8.2.6 Claims for bodily injury, death , or property damage resulting from motor vehicle liability for motor vehicles used or operated by the Design-Builder; and 8.2. 7 Claims for contractual liability involving the Design-Builder's obligations under the indemnity provided in this Agreement. 8.2.8 Claims for loss of use of City's property located at the Project site occurring before Substantial Completion. 8.2.9 Claims for damage to boiler and machinery located at the Project site occurring before Substantial Completion . 8.2.8 The Design-Bu ilder's liability insurance pol icies shall be written for not less than the following limits of liability: Commercial General Liability Insurance: (a) Each occurrence limit: $1 ,000 ,000 (b) General Aggregate : $2 ,000 ,000 (c) Products/Completed Operations Aggregate : $2 ,000 ,000 (d) Personal and advertising Injury Limit: $2 ,000 ,000 Automobile Liability $1 ,000 ,000 each accident on a combined single limit basis Or $250 ,000 Property Damage $500 ,000 Bodily Injury per person per occurrence A commercial business policy shall provide coverage on "Any Auto", defined as autos owned , hired and non-owned . Workers' Compensation Statutory limits Employer's liability $100 ,000 Each accident/occurrence $100 ,000 Disease -per each employee $500 ,000 Bodily Injury/Disease -policy limit This coverage may be written as follows : Workers' Compensation and Employers' Liabil ity coverage with limits consistent with statutory benefits outlined in the Texas workers ' Compensation Act (Art. 8308-1.01 et seq . Tex. Rev . Civ. Stat.) and minimum policy limits for Employers' Liability of $100,000 each accident/occurrence , $500,000 bodily injury disease policy limit and $100 ,000 per disease per employee DES IGN -BUILD AGREEMENT BETWEEN THE C ITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 17 of 26 8.2.9 Commercial General Liability Insurance may be arranged under a single policy for the full limits required or by a combination of underlying policies and an excess of umbrella liability policy. The policy shall contain a provisions that coverage will not be cancelled or not renewed until at least thirty (30) days prior written notice has been given to the City. Certificates of insurance showing required coverage to be in force shall be filed with the City prior to commencement of the Construction Work. Products and completed operations insurance shall be maintained for a minimum period of one year after the date of Substantial Completion . 8.3 Professional Liability Insurance. The Design-Builder shall obtain or require its Des ign Consultants to obtain professional liability insurance for claims arising out of the negligent performance of the professional services required under this Agreement. The professional liability insurance shall be written for an amount not less than $2 ,000 ,000 per claim and in the aggregate , with a deductible amount not to exceed $50,000. Such coverage shall be maintained for a period of three (3) years following the date of final completion . 8.4 Builder's Risk Insurance . The Design-Builder shall obtain and maintain All Risk Builder's Risk insurance for the Construction Work required under this Agreement. This insurance shall include as named insureds the City and the Design-Builder. This insurance shall include all risk insurance for physical loss or damage including without duplication of coverage, at least: theft , vandalism , malicious mischief, collapse, earthquake, flood , windstorm , falsework , temporary buildings , debris removal , testing, and demolition resulting from enforcement of any applicable legal requirements. 8.5 Additional Insurance Requirements. 8.5.1 The City, its officers , employees and servants shall be endorsed as an additional insured on Design-Builder's insurance policies excepting employer's liability insurance coverage under Design-Builder's workers' compensation insurance policy . 8.5.2 Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth , TX 76102 , prior to commencement of work on the contracted project. 8.5.3 Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . 8.5.4 Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation , non-renewal , and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium . 8.5.5 Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency . 8.5.6 Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. 8.5.7 Other than worker's compensation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups . The City must approve in writing any alternative coverage. DESIGN -BUILD AGREEMENT BETWEEN THE CITY OF F ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 18 of 26 8.5.8 Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 8.5.9 City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. 8.5.10 Design-Builder's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. 8.5.11 In the course of the project, Design-Builder shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 8.5.12 required herein. Design-Builder's liability shall not be limited to the specified amounts of insurance 8.5.13 Upon the request of City, Design-Builder shall provide complete copies of all insurance policies required by these Contract Documents. 8.6 Bonds and Other Performance Security . 8.6.1 The Design-Builder shall give the City surety in a sum equal to the amount of the Lump Sum Price , as reduced by cost of the design services . The Design-Builder shall be required to furnish bonds as follows. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended . In order for a surety to be acceptable to the City, it must meet the requirements of V. A. T. S. Insurance Code, art. 7 .19-1. 8.6.2 If the total Lump Sum Price as reduced by the cost of the design services is $25,000 or less , payment to the Design-Builder shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted · by the City . 8.6.3 If the total Lump Sum Price as reduced by the cost of the design services is in excess of $25,000, a Payment Bond shall be executed in the amount of the Agreement solely for the protection of all claimants supplying labor and material in the prosecution of the work . 8.6.4 If the total Lump Sum Price as reduced by the cost of the design services is in excess of $100,000, a Performance Bond shall be executed in the amount of the Agreement conditioned on the faithful performance of the work in accordance with the plans, specifications, and Contract Documents. Said bond shall solely be for the protection of the City. 8.6.5 A maintenance bond in the amount of 100% of the Lump Sum Price as reduced by the cost of the design services to guarantee the work for a period of one (1) year after the date of acceptance of the project from defects in workmanship and/or material. DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 19 of 26 8.6.6 No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. 8.7 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: 8. 7 .1 Definitions: 8.7.1.1 Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82 , TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person 's or entity's employees providing services on a project, for the duration of the project. 8. 7 .1.2 Duration of the project includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity . 8.7.1.3 Persons providing services on the project ("subcontractor" in §406 .096) includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation , independent contractors , subcontractors , leasing companies, motor carriers , owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation , providing , hauling , or delivering equipment or materials , or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 8.7.2 Design Builder shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Design-Builder providing services on the project, for the duration of the project. 8.7.3 Design Builder must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 8.7.4 If the coverage period shown on the Design-Builder's current certificate of coverage ends during the duration of the project, the Design-Builder must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . 8.7.5 The Design-Builder shall obtain from each person providing services on a project, and provide the governmental entity : 8. 7.5.1 A certificate of coverage, prior to that person beginning work on the project , so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 20 of 26 8.7.5.2 No later than seven days after receipt by the Design -Builder, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. 8. 7 .6 The Design-Builder shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 8. 7. 7 The Design-Builder shall notify the governmental entity in writ ing by certified mail or personal delivery, within ten (10) days after the Design-Builder knew or should have known ,, of any change that materially affects the provision of coverage of any person providing services on the project. 8.7.8 The Design-Builder shall post on each project site a notice , in the text , form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage . 8. 7.9 The Design-Builder shall contractually require each person with whom it contracts to provide services on a project , to : 8. 7.9.1 Provide coverage, based on proper reporting on classification codes and payroll amounts and fil ing of any coverage agreements, which meets the statutory requirements of Texas Labor Code , Section 401 .011 (44) for all of its employees providing services on the project, for the duration of the project ; 8. 7.9.2 Provide to the Design-Builder, prior to that person beginning work on the project , a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 8.7.9.3 Provide the Design-Builder, prior to the end of the coverage period , a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project; 8.7.10 Builder: Obtain from each other person with whom it contracts, and provide to the Design- 8. 7 .10.1 Provide a certificate of coverage , prior to the other person beginning work on the project; and 8. 7.10.2 A new certificate of coverage showing extension of coverage , prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 8. 7 .11 Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. 8.7.12 Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 21 of26 8. 7 .13 Contractually require each person with whom it contracts, to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . 8.7.14 By signing this Agreement or providing or causing to be provided a certificate of coverage, the Design-Builder is representing to the governmental entity that all employees of the Design-Builder who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self- Insurance Regulation . Providing false or misleading information may subject the Design-Builder to administrative , criminal , civil penalties or other civil actions . 8.7.15The Design-Builder's failure to comply with any of these provisions is a breach of contract by the Design-Builder which entitles the governmental entity to declare the Agreement void if the Design-Builder does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. 8.7.16 The Design-Builder shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance . This includes persons providing , hauling , or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage". ARTICLE 9 -SUSPENSION AND TERMINATION OF THE AGREEMENT 9.1 Suspension by the City for Convenience . City may order Design-Builder in writing to suspend , delay or interrupt all or any part of the Work without cause for such period of time as the City may determine to be appropriate for its convenience without additional compensation to the Design-Builder. To the extent the time for performance of the Construction Work is impacted by such suspension, delay or interruption an equitable adjustment shall be made in the Contract Price and/or Contract Time. No adjustment shall be made if the Design-Builder is or otherwise would have been solely responsible for the suspension, delay or interruption of the Construction Work, or if DESIGN-BUILD AGREEMENT BETWEEN THE CITY OF FORT WORTH AND SABRE COMMUNICATIONS , INC . Page 22 of 26 . . another provision of this Agreement is applied to render an equitable adjustment. 9.2 Termination by the City for Cause. 9.2.1 If Design-Builder persistently fails to perform any of its obligations under this Agreement and fails within seven days after receipt of written notice from City of such failure to commence and continue correction of such failure, then the City may undertake to perform such obligations. The costs incurred by the City in performing such obligations may be deducted from the Contract Price. 9.2.2 If Design-Builder fails to cure upon seven (7) days' written notice to Design-Builder and Design-Builder's surety, City may, after seven days following receipt by the Design-Builder of an additional written notice, terminate this Agreement for any of the following reasons : 9.2.2.1 skilled workers; If Design-Builder persistently utilizes improper materials and/or inadequately 9.2.2.2 If City receives notice that the Design-Builder has not made proper payment to laborers, material suppliers or Subcontractors, provided that the City has fully paid to the Design- Builder in accordance with the terms of this Agreement, the payment sought by such laborers, material suppliers or Subcontractor; or 9.2.2.3 If Design-Builder persistently fails to abide by the orders , regulations , rules, ordinances or laws of governmental authorities having jurisdiction; or 9.2.2.4 If Design-Builder is in breach of any other requirement of the Contract Documents. 9.2.3 City may terminate this Agreement for cause if Design-Builder files a petition under the Bankruptcy Code , and Design-Builder or the Design-Builder's trustee rejects the Agreement or, if there has been a default, the Design-Bu ilder is unable to give adequate assurance that Design- Builder will perform as required by this Agreement or otherwise is unable to comply with the requirements for assuming this Agreement under the applicable provisions of the Bankruptcy Code. 9.2.4 In the event the City exercises its rights under Subparagraph 9 .2 .1 9.2 .2 or 9 .2 .3, upon the request of the Design-Builder, the City shall provide a detailed accounting of the obligations or work of the Design-Builder performed by City and the cost incurred by the City in performing such obligations or work . 9.3 Termination by the City Without Cause. lfCityterminatesthisAgreementotherthan as set forth in paragraph 9 .2 , then City shall pay Design-Builder for all work completed as of the termination date (including any withheld retainage}, plus all proven losses, costs or expenses incurred in connection with demobilization and termination of the Construction Work. Design-Builder shall not be entitled to any compensation for lost or anticipated profits . 9.4 Termination by the Design-Builder. 9.4.1 Upon seven (7) days' written notice to the City, the Design-Builder may terminate this Agreement for any of the following reasons : 9.4.1.1 if the Work has been stopped for a sixty (60) day period; DESIGN -BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS , INC. Page 23 of 26 -. 9.4.1.2 if the City suspends the Work for sixty (60) days ; 9.4.1.3 if the City fails to furnish reasonable evidence that sufficient funds are available and committed for the entire cost of the Project; or 9.4.1.4 if the City has for seven (7) days failed to pay the Design-Builder pursuant to Subparagraph 6 .2 . 9.4.2 Upon termination by the Design-Builder in accordance with paragraph 9.4.1, the Design-Builder shall be entitled to recover payment from the City as if the City had terminated this Agreement under paragraph 9.3. Design-Builder shall not be entitled to any compensation for lost or anticipated profits . ARTICLE 10 -MINORITY/WOMEN BUSINESS ENTERPRISE PARTICIPATION 10.1 In accord with City of Fort Worth Ordinance No . 15530, City has goals for the participation of minority business enterprises and woman business enterprises in City's contracts. Design-Builder acknowledges the M/WBE goal established for this Agreement and its commitment to meet that goal. Any misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by Design-Builder may result in the termination of this agreement and debarment from participating in City contracts for a period of time of not less than three (3) years. 10.2 A goal of twelve percent (12) % has been established for minority and/or women business enterprise (M/WBE) participation in design portion of this Agreement and twenty-four percent (24%) in the construction portion of this Agreement. Design-Builder shall fully comply with all requirements of City of Fort Worth Ordinance No . 15530 in meeting this established goal. ARTICLE 11 -MISCELLANEOUS 11.1 Notices. All notices required to be given under this Agreement shall be deemed delivered when deposited in the United States mail, first class postage prepaid, addressed to the recipient at: DESIGN-BUILDER CITY OF FORT WORTH Information Technology Solutions Department 1000 Throckmorton Street Fort Worth, TX 76102 11.2 Conflict in Terms. In the event there is a conflict between the terms of this Agreement, and any other Contract Document, the terms of this Agreement shall control over the other Contract Documents . 11.3 Governing Law. The laws of the State of Texas shall govern this Agreement and the parties agree that any suit arising out of or relating to this Agreement shall be exclusively in Tarrant County, Texas . DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUNICATIONS, INC . Page 24 of 26 -.. 11.4 No Waiver of Performance. The failure of either the City or the Design-Builder to insist, in any one or more instances , on the performance of any of the terms , covenants or conditions of this Agreement , or to exercise any rights under this Agreement, shall not be construed as a waiver or relinquishment of such term , covenant , condition or right with respect to further performance . 11.6 Severability. The partial or complete i nvalidity of any one or more prov isions to th is Agreement shall not affect the validity or continuing force and effect of any other provision . 11. 7 Rig htto Aud it. 11 .7.1 Design-Builder agrees that City shall , until the expiration of three (3) years after final payment under this contract , have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of the Design-Builder involving transactions relating to this Agreement. Des ign-Builder agrees that the City shall have access during normal working hours to all necessary Design-Builder facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give Design-Builder reasonable advance notice of intended audits. 11.7.2 Design-Builder shall include in all its subconsultant agreements and subcontracts hereunder a provis ion to the effect that the subconsultant and/or subcontractor agree that the City shall , until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subconsultant or subcontractor involving transactions to the sub-agreement, and further, that City shall have access during normal working hours to all subconsultant or subcontractor facilities , and shall be provided adequate and appropriate work space , in order to conduct audits in compliance with the provisions of this section . City shall give subconsultants or subcontractors reasonable advance notice of intended audits . 11. 7 .3 Design-Builder agrees to photocopy such documents as may be requested by City , and further agrees to include such a provision in any subconsultant or subcontractor agreement. City agrees to reimburse for the cost of copies at the rate publ ished in the Texas Administrative Code in effect as of the time copying is performed . 11.8. Additional Compensation Anywhere in this Agreement where Design-Builder may be entitled to additional compensation , the calculation to determine such additional compensation shall not include any costs or expenses for any home-office overhead and expenses, and shall be limited to the costs incurred at the Project site , examples of which include Project site trailer, Project site utility costs , Project site supervision, Project Engineer (billed on hourly rate) and Project Manager (based on hourly rate) and like Project site specific costs . DESIGN-BUILD AGREEMENT BETWEEN THE CITY OFF ORT WORTH AND SABRE COMMUN ICATION S , INC . Page 25 of 26 .,,. . ,- This Agreement is entered into effective as of th ~ay of ~~ • , 2009. ATTEST: ~ ~~~~ City Secretary ATTEST: /J1dl~ Witness CITY OF FORT WORTH Karen L. Montgomer y Assistant City Manag·er Approval Recommended: Peter Anderson, Director Department of Information Technology Solutions DESIGN-BUILDER By /?~ K E ITtfi J • TI N D A LL c ontract Aut -orizatio• \~\ \'3 {'o J OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX DESIGN-BUILD AGREEMENT BETWEEN THE CITY OF F ORT WORTH AND SABRE COMMUNICATIONS , INC . Page 26 of 26 CERTIFICATE OF AUTHORITY I, JAMES M. TH OLEY, Corporate Secretary of Sabre Communications Corporation, do hereby authorize Brian D . Newberg, Vice President and General Manager and/or Keith Tindall, Vice President and Chief Engineer to execute bids and proposals on behalf of the Corporation . 2009. IN WITNESS WHEREOF, I have hereunto set my hand this 7'h day of May, s M. Tholey Corporate Secretary I I UCCI Business Organizations I Trademarks I Notary I Account I Help/Fees I Briefcase I Logout BUSINESS ORGANIZATIONS INQUIRY -VIEW ENTITY Filing Number: 13846006 Entity Type: Foreign For-Profit Original Date of Filing: May 29, 2001 Formation Date: N I A Tax ID: 14210789880 Corporation Entity Status: In existence FEIN: Name: Address: SABRE COMMUNICATIONS CORPORATION 600 STEVENS PORT DR STE 110 DAKOTA DUNES, SD 57049 USA Fictitious Name: Jurisdiction: Foreign Formation Date: REGISTERED AGENT Last Update July 5 , 2009 July 5, 2009 July 5, 2009 N IA IA , USA N I A FILING HISTORY Name JAMES MACK JAMES MACK JAMES THOLEY Order Return to Search Instructions : ASSUMED AS SOCIA TED NAMES MANAGEMENT NAMES ENTITIES Title DIRECTOR CEO CFO Address 1120 WELSH ROAD STE 210 NORTH WALES , PA 19454 USA 1120 WELSH ROAD STE 210 NORTH WALES, PA 19454 USA 1120 WELSH ROAD STE 210 NORTH WALES, PA 19454 USA To place an order for additional information about a filing press the 'Order' button . A Divis ion of Sabre Industries, Inc. December 1, 2009 City of Fort Worth 1515 11th A venue Fort Worth , TX 76102 Attn: Kevin McNamara, Program Manager/Contractor Rolling Hills Dear Kevin , Sabre Communications has been asked to state the costs for the design portion of the Rolling Hills Radio Communication Tower project. This amount has been determined to be $20 ,000.00. Sabre is looking forward to starting this project for the City of Fort Worth. Let us know if you should have any additional questions or need anything else. Sincerely , SABRE COMMUNICATIONS CORPORATION TM cc: Mark E. Gothier, Government Projects Manager File Sabre™ Communications Corporation A Division of Sabre Industries , Inc . December 1, 2009 City of Fort Worth 1515 11th A venue Fort Worth, TX 76102 Attn : Kevin McNamara, Program Manager/Contractor Rolling Hills Dear Kevin, The Guaranteed Maximum Price (GMP) for the work stated in the agreement between Sabre Communications and the City of Fort Worth will not exceed the contract amount of $1 ,328 ,929 .00 for the work stated in the Design-Build Agreement between the City of Fort Worth and Sabre Communications. Sabre is looking forward to starting this project for the City of Fort Worth. Let us know if you should have any additional questions or need anything else. Sincerely, SABRE COMMUNICATIONS CORPORATION T M 3-~ Brian D. Newberg Vice President and Gen anager cc: Mark E . Gothier, Government Projects Manager File ~~Hanover ~ In sura n ce Gro u p" The Hanover In surance Company I 440 Lin co ln Stree t, Worceste r, M A 01 653 Citizens Insurance Company of America I 645 West Gran d Ri ve r Aven ue, Howell , Ml 4884 3 Massachusetts Bay Insurance Company I 44 0 Lincoln Stree t, Worc es ter, M A 01 653 Performance and Payment Bond Bond No. BCY1876967 KNOW ALL MEN BY THESE PRESENTS, that SABRE COMMUNICATIONS CORPORATION 2101 MURRAY STREET SIOUX CITY IA 51111 (hereinafter called the Principal), as Principal, and THE HANOVER INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Hampshire, and/or MASSACHUSETIS BAY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Hampshire having their principal offices in Worcester, Massachusetts (hereinafter called the Surety) as Surety, are held and firmly bound unto C_IT_Y_O_F_F_O_R_T_W----'-O_R_T_H ________ _ 1000 T HROC KMO RTON STREET , FORT WO RTH , TX 76102 (hereinafter called the Owner), and to all persons who furnish labor or material directly to the Principal for use in the prosecution of the work hereinafter named, in the just and full sum of ~$_1~3_0_8~9_2_9_.o_o ________________ _ One Million Three Hundred Eight Thousand Nine Hundred Twenty Nine Dollars and 00/100 Dollars ----------,----,------,-----,----,------------------------to the payment of which sum, well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. . .J _/ WHER% the Pri?CiP:I has entered ~n wdten contract with the Owner, dated the / .3r- day of r;JC..18'~ , ~ , to RADIO COMMUNICATIONS TOWER FOR THE ROLLING HILLS COMMUNICATION CENTER which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall fully indemnify the Owner from and against any failure on its part to faithfully perform the obligations pursuant to the terms of said contract and if the said Principal shall pay for all labor or material supplied directly to the Principal for use in the prosecution of the aforesaid work, each of those labor and/or material suppliers shall have a direct right of action on this instrument, then, this obligation sh all be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER. that no action, suit or proceeding shall be had or maintained agains t the Surety on this instrument unless the same be brought or instituted and process served upon the Surety within one year after the Principal ceases work under said contract. - 141-0788 (10/04) SIGNED, SEALED AND DATED this __ 3_0t_h __ day of ___ N_o_v_e_m_b_e_r __ __, __ 2_0_09 __ SABRE COMMUNICATIONS CORPORATION (Princip al) BY ------------::-:.,------c----,-....,.,---------(Se al) (Attorn ey-in -fact) C ONR 391 (8/94) I (Acknowledgment by principal, unles s it be a corporation) ST A TE OF NEW YORK SS : COUNTY OF ----------- O n thi s day of ------------------------------___ ,before me perso nall y came to me k nown and know n to me to be the perso n described in and who executed the foregoing instrument, and acknowledged that he/s he exec u ted th e sa m e . (A cknowle dgment by principal, if a corporation) STATE OF NEW YORK SS : C-:OUNTY OF O n thi s day of Notary Public County , before --------------------------------- me personally came to me know n w ho be in g b y me dul y swo rn , did depose and say that he /she resides in ; that he/she is th e of the ; the co rporation described in and which executed the foregoing instrument; that he /she knew the seal of said corporation; that the se a l affixe d to sa id in strument was su c h corporate seal ; that it was so affixed by order of th e Board of Directors of said co rporation , a nd that he /she signed hi s/her name the re to by like order. (/\.ck no w le dg me nt by Surety Company) ST A TE OF NEW YORK CO UN TY OF WESTCHESTER No tary Publi c SS : On thi s 30TH day of NOVEMBER ------------------- 111 e personall y ca m e DENNIS M. O'BRIEN know n who be ing by me duly sworn, did depo se and say that he /sh e resides in NORTH MERRICK , NEW YORK C ounty 2009 , before to me ; th at he/she is ----------------------------------------- l h e AT TOR NEY -IN -FACT of the THE HANOVER INSURANCE COMPANY ; th ~ c o r po rat 10 11 desc rib ed in and wh ich ex ecuted the within instrument ; th at he/she knows the sea l of said corpo(ation; that th ~-_: se a I affixed to said in s trument is such corporate sea l; that it was so affixed by order of the Board of Dire ctors 5>f sai? co rpora ti o n, a nd that he/sh e s ign ed hi s/her name th ere to by like order. Notary Publi c r, 11 I WGE EF 2/98 Al.IC! McCARTHV NOTARY PU8UC, Stat e of New York No 01 M C5079342 Qual ified 1n Dutchess ~ 20 l l Com~ ~Jvne QI. __ _. _ _.._ \ 111 ·0193 (4109) Hanover Insuran ce Group"' The Hanover Insurance Company I 440 Lin co ln St ree~ W orcester, MA 0 1653 Citizens Insurance Company of America I 645 West Grand Rive r Avenue, Howell, Ml 48843 The Hanover Insurance Company, Bedford, New Hampshire FINANCIAL STATEMENT AS OF DECEMBER 31, 2008 Financial Statement ASSETS 2008 Cash in Banks (Includin g Short-Term Investmen t s)' ...................................................................................... $ 185,470,946 Bonds and Stocks..................................................................................................................................................................... 3,284,254,490 Other Admitted Assets........................................................................................................................................................ 981,445,993 Total Admitted Assets .......................................................................................................................... 4,451,171,429 LIABILITIES, CAPITAL AND SURPLUS ReseNe for Unearned Premiums ................................................................................................................................ $ 855,011,462 ReseNe for Loss and Loss Expense ......................................................................................................................... 1,598,443 ,164 ReseNe for Tax es..................................................................................................................................................................... 0 Funds held under reinsurance tre aties .................................................................................................................... 8,291,579 ReseNe for all other Liabilities ....................................................................................................................................... 451,819,320 Capit al Stock -$1 .00 par ..................................................................... $ 5,000,000 Net Surplus ........................................................................................................ 1,532,605,904 Policyholde rs' Surplus ......................................................................................................................................................... .. Total Li abilities, Capital and Surplus ....................................................................................................................... .. CO M MONWEAL TH OF M ASSAC HU SITTS CO UNTY OF W ORC ESTE R } s.s .: 1,537,605,904 4,451,171,429 Martin D. Ke ll y, Asst. Treas ure r of Th e Hanove r In sura nce Compa ny, be in g duly swo rn de poses and says th at he is th e above desc ribe d officer of sa id Compa ny, and cert ifies t hat the fo regoing statement is a true statemen t of t he co nd itio n and affairs of the said Co mpany on December 31, 200 8. MARTIN D. KE LL Y Asst Tre asure r Certified Copy Void Without Hanover Watermark This Power of Attorney may not be used to execute any bond with an inception date after March 1, 2009 THE HANOVER INSURANCE COMPANY MASSACHUSETIS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS : That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint William D. Haas and/or Dennis M. O'Brien of Briarcliff Manor, NY and each is a true and lawful Attorney(s)-in-fact to sign, execute , seal, acknowledge and deliver for , and on its behalf, and as its act and deed any place within the United States, or, if the following line be filled in , only within the area therein designated any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows : Any such obligations in the United States, not to exceed Twenty Million and No/100 {$20,000,000) in any single instance and said companies hereby ratify and confinn all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents . These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President , be and they are hereby authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts , to execute and acknowledge for and on its behalf as Surety any and all bonds , recognizances , contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7 , 1981 -The Hanover Insurance Company; Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 -Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals , duly attested by a Vice President and an Assistant Vice President, this 15th day of February, 2008 . THE COMMONWEAL TH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss . . ......... . :. T:HE ,J,iANQ:'{~~i~~v~ce: c9M1?ANY . U~l('6l,f,tJ$"1:'n§ llA,Y iNSUIOOn;e COMPANY Ct'riiEN ' ·soRANCECOMPANY OF AMERICA On this 15th day of February 2008 , before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively , and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations . ~athzA.a 0. .:xf~ NotetY Public My commission expires on November 3, 2011 I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full , true and correct copy of the Original Power of Attorney issued by said Companies , and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America . "RESOLVED , That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto , granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed , even though one or more of any such signatures thereon may be facsimile." (Adopted October 7, 1981 -The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester , Massachusetts, this 30TH day of NOVEMBER , 20 09 Certified Copy Void Without Hanover Watermark P1234 PROJECT PROPOSAL Prepared for: CITY OF FORT WORTII, PURCHASING OFFICE lOOOTHROCKMORTON Proposal No.: 08-3377-MEG-GOV -R5 Date: 06/24/09 Page l of 5 FORT WORTH, TX 76107 Reference: 480' S4R/Rollinll Hills, TX #07-0030 Attn: Mr. Kevin McNamara F r eight: Destination Payment Terms: Net30 SABRE MODEL S4R SELF-SUPPORTING TOWER I 2 3 4 5 6 7 8 9 10 II 12 13 14 Quantity o f o ne ( l ) 480' Sabre Model S4R self-supporting tower. The tower will be square in design with a base width of 41' -O" tapering to 7' -O" at the to p. The tower will utilize solid round steel for tower legs and angular steel for bracing. The tower will be designed for a basic wind speed of 90 mph with O" of radial ice , and 30 mph with 3/." of radial ice, in accordance with ANSJ/TIA-222-G . Revision G Parameters: • Structure C la ss Ill • Exposure Category C • Topographic Category I **Refer to Notes section for definitions of Revision G parameters. The tower will be designed to support the following equipment: ANTENNA MODEL RADOME TX.LINE AZIMUTH MOUNT NU~IBER ELEVATION SIZE& TO ANTENNA MOUNT PROVIDED (QTY) YES NO C.O.R. TYPE FREQUENCY NORTH (DESIGN) YES NO (21) BMRl2-A X 480' (2 1) NIA Unknown Special Top Platform X Whio Antenna s At Base 1 Y." (2) DB809DK-Y X 4 80 ' (2) NIA Unkn own Same as a bove X Decibe l Antennas At Base l '/." (I ) DB4 13 X 480' (I) NIA Un known Same as above X Dec ibel Antenna At Base 1 Y." ( 11 ) Tower Pre Amp (2' x 2')s X 480' (II) NIA Unknow n Same as above X Vi lt (I) PD 100 17-3 X 48 0 ' (I) NIA Unknown Same as above X Wh io Antenna At Base I Y." (I ) PDl00 17-1 X 480' (1 ) NIA Unknown Same as above X Whio Antenna At Base 1 Y." (I ) PD455-1 X 480' (I) NIA Unknown Same as above X Whio Antenna At Base I W' (I ) DB438 X 480' (I) NIA Unknown Same as above X Decibel Antenna At Base I Y." (2) DB420-A X 480' (2) NIA Unknown Same as above X Decibel Antennas At Base I Y," (2) 6' HP Dishes X 189' (2) 6GHz Unknown Two (2) 4-112" O .D . X I Y." Le11-tvoe Dish Mounts (2) 6' HP Dishes X 58' (2) 6 GHz Unknown Two (2) 4-1/2'' 0.0. X I Y." Le1>-tv oe Dish Mounts (!) 3 ' Solid Di s h X 35' (I) 6GHz Unkn o wn O ne (I ) 4-1 /2" O .D . X 1/2" Le1>-tvne D ish M o un t (1) MYAl503K (N) X 25' (I) NI A Unknown One(!) 2 318" O .D . X Maxrad Antenna Yi" Flush Mount (I) CXU4 AC Marine X 22 ' ()) NI A Unknown One (I ) 2 3/8" 0 .0 . X Vi" Flush Mount *11,/s tower has been designed with full inside work platforms with handrails at the 385', 350', and 300 ' Elevations **This tower has been designed with two (2) corner rest platfo rms without handrails at the 480' and 430' Elevations ***Tltis tower has been designed with corner rest platforms with ltandrails at the 270', 220', 170 ', 120', 80' and 40 ' Elevations ****17zis tower is des igned to support an ''A rtistic Lighting System" consisting of frve (5) ri11gs of Philips Colorjlex SLX mounted in a circular pattern at the elev ation s and diameters provided assuming 4 " sp acing between lights. The mou11ting rings and .mpports will be pro vided by Sabre Com municatio 11 s Co rp oration and are designed to provide adequate .~tre11gth and service capability. 2 101 Mu rra y Street -PO Box 658 • Sio ux City, IA 51102-0658 . 712 .258 .669 0 · Fa x 712 258 .825 0 Prepared for: ITEM/ PROJECT PROPOSAL CITY OF FORT WORTH, PURCHASING OFFICE 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Mr. Kevin McNamara Proposal No.: Date: Reference: Freight: 08-3377-MEG-GOV -RS 06/24/09 Page 2 of S 480' S4R/Rolling Hills, TX #07-0030 Destination Payment Terms: Net30 TOWER MATERIALS .................................................................................................................... $920,687.00 Materials to be provided include : Complete tower steel and hardware All tower materials will be hot dip galvanized as outlined in ASTM A-123. Anchor bolts and templates Construction step bolts (see notes) Inside climbing ladder Four (4) waveguide support ladders (to support all lines)-3 ' nmg spacing Special top platform at the top elevation Two (2) 4-1/2" O.D . leg dish mounts with two (2) stiffarm mounting assemblies at the 189' elevation Two (2) 4-1/2" O .D . leg dish mounts with two (2) stiffarm mounting assemblies at the 58' elevation One ( 1) 4-1 /2" O .D. leg dish mount with one (I) stiff arm mounting assembly at the 3 5' elevation One (1) 2-3 /8" O.D. flush mount at the 25' elevation One (1) 2-3 /8" 0 .0 . flush mount at the 22' elevation Two (2) comer rest platforms (no handrails) at the 480' and 430' elevations One (1) full inside work platform with handrails at the 385' elevation One (1) full inside work platfom1 with handrails at the 350' elevation One ( 1) full inside work platform with handrails at the 300' elevation One (1) comer rest platform with handrails at the 270' elevation One ( 1) comer rest platform with handrails at the 220' elevation One (I) comer rest platform with handrails at the 170' elevation One (I) comer rest platform with handrails at the 120' elevation One (1) comer rest platform with handrails at the 80' elevation One ( 1) comer rest platform with handrails at the 40' elevation Four ( 4) waveguide bridges 2-leg 2' x 1 O' ( I 8' direct burial) with twelve (12) 4 level trapeze kits Artistic lighting standoffs and rings to achieve a 50 ' circular pattern for the 460' elevation Artistic lighting standoffs and rin gs to achieve a 43' circular pattern for the 433' elevation Arti stic lighting standoffs and rings to achieve a 36' circular pattern fo r the 4 05 ' elevation Arti stic lighting standoffs and rings to achieve a 29' circular pattern for the 37 8 ' elevation Arti stic lighting standoffs and rin gs to ach ieve a 23' circular pattern fo r the 35 0 ' el evati o n Requ ired lighting mou nt s Required mid-point beacon mounts Required mid-point beacon ice shield s DBI safety cable ki t with harness (50 0') 8' Ladder Gate Motorola R56 grounding 500' 1/0 ground wire bare solid , tinned with required harger cl amps One (1 ) 4' x 5/8" lightning rod co pper clad Twenty -eight (2 8) co pper bus s bar kits (l /4 " x 4" x 24 ", 36 ho le s) P .E. ce11ifi ed tower pro file and fou nd at ion d raw in gs Fi nal erecti on drawi ngs 2 101 Murray Stre et • P O Box 65 8 • Sioux City , IA 51 102-0658 -7 12 258 .6690 -Fa x 71 2 .2 58 .8250 Prepared for: ITEM/I ITEM/II ITEMW PROJECT PROPOSAL CJTY OF FORT WORTH, PURCHASING OFFICE 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Mr. Kevin McNamara Proposal No.: Date: Reference: Freight: 08-3377-MEG-GOV -R5 06/24/09 Page 3 of 5 480' S4R/Rollinjt Hills, TX #07-0030 Destination Payment Terms: Nct30 LIGHTING SYSTEM ........................................................................................................................ $ 40,894.00 One ( 1) TWR (E2) Dual light system with two (2) beacons, beacon extensions, four ( 4) side I ights , spare parts kit, and beacon cable (351' -500') designed in accordance with FAA and FCC specifications. FOUNDATION INSTALLATION ................................................................................................. $137,274.00 Install foundations based on geotechnical study report provided to Sabre Communications. TOWER ERECTION ....................................................................................................................... $169,318.00 The following is included in the erection price: Offioad tower materials from truck and inventory Erect tower stee l complete Install inside climbing ladder In stall four (4) waveguide support ladders In sta ll special top platform at the top elevation Install two (2) 4-1/2" O.D . leg dish mounts with two (2) stiffann mounting assemblies at the 189' elevation Install two (2) 4-1/2" O.D. leg dish mounts with two (2) stiffarm mounting assemblies at the 58' elevation Install one (I) 4-1/2'' O.D. leg dish mount with one (1) stiffarm mounting assembly at the 35' elevation Install one (1) 2-3/8" O .D. flush mount at the 25' elevation Install one (1) 2-3 /8" O.D. flush mow1t at the 22' elevation Install two (2) comer rest platforms (no handrails) at the 480' elevation Install one (1) full inside work platform with handrails at the 385' elevation InstalJ one (1) full inside work platform with handrails at the 350' elevation Install one (1) full inside work platform with handrails at the 300' elevation Install two (2) comer rest platform s (no handrails) at the 480' and 430' elevations In stall one (I ) full inside work platform with handrails at the 385' e levation In stall one (1 ) full inside work pla tfo rm with handrail s at the 350' e levati on Insta ll one (1) full in si de work platform with handrails at the 320' elevation Ins tall one ( 1) comer rest pl atform with handrails at th e 270' e le va ti on Install one (1) co mer rest platform with handrail s at th e 22 0' elevat ion In stall one ( l) co mer rest pl atform with handrail s at the 170' eleva ti on In stall one (I) co rner rest plat fo rm with handrails at the 120' e levat ion Install one ( 1) corner re st plat fo rm with hand rai ls at the 80' e le va tion In stall one (I) co rner re st platfo rm with handrails at the 40' elevation Install fo ur ( 4) waveguide bridges 2-leg 2' x l 0' ( 18' direct burial) with twe lve ( 12) 4 level trapeze kits In stall artist ic li ghting standoffs and rings to achieve a 50' circ ul ar pattern for the 46 0' e lev ation In stall artistic li ghting standoffs and rings to achieve a 43' circu lar pattern for the 433 ' elevation In stall artisti c lightin g standoffs and rin gs to achieve a 36' c irc ul ar pattern fo r the 405' e leva ti on In stall arti stic li ghting stand offs a nd ri ngs to achieve a 29 ' c ircular pattern for the 378 ' e le vati on In sta ll arti sti c lightin g standoffs and rin gs to achieve a 23 ' c ir cul a r patt ern fo r the 35 0 ' e leva ti on In sta ll DBI safety ca ble kit with harne ss (500') In stall 8' Ladder Gate 2 101 Murray Str eet -P 0 . Box 65 6 -Sioux City, IA 51 102-0656 -712 .258 6690 · Fax 7 12.256 .8250 Prepared for: ITEMV PROJECT PROPOSAL C ITY OF FORT WORTH, PURCHASING OFFICE 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Mr. Kevin McNamara Install Motorola R56 grounding Proposal No.: Date: Reference: Frei2ht: 08-3377-MEG-GOV -RS 06/24/09 Pa2e 4 of 5 480' S4R/Rollin2 Hills, TX #07-0030 Destination Payment Terms: In stall 500' 1/0 ground wire bare sol id , tinned with required harger c lamps Insta ll on e (1) 4' x 5/8" lightnin g rod co pper c lad In stall twenty-e ight (2 8) copper b uss bar kits (1/4" x 4" x 24", 36 ho les ) In sta ll lighting system Net30 TOWER DEMOLITION .................................................................................................................... $36,750.00 Dismantle and di spose of the exi sting 4 08 ' gu yed tower in c ludin g removing a ntenn as, t ra nsmis s ion li ne s, ancho rs a nd fo undati o ns 3' bel ow grad e. TOWER FREIGHT TO TARRANT COUNTY, TEXAS ............................................................................................. $ 22,614.00 ANCHOR BOLT FREIGHT TO TARRANT COUNTY, TEXAS ................................................................................ $ 1,392.00 TOTAL PROJECT AMOUNT .................................................................................................................................. $1,328,929.00 NOTES: Terms are Net 30 days after invoice. Invoice will be issued once tower fabrication is complete. Classification of Structures: • Class III C lass ill structu res are use d pri ma ril y fo r essenti a l com municati ons. Exam pl es incl ude : c ivi l or na ti onal defens e ; emergency, rescu e , or other d isaste r o peratio ns; and, mil itary and navigation facilities . Exposure Categories: • Exposure C Exposure C includes open terrain with scattered obstructions that are gen e rally less than 30 feet high . This category includes flat, open country; grasslands ; and shore lines located in hurri c ane -prone re gio ns. Expos ure C is the standard defa ult for expos ure categories. Topographic Categories: Category l T hi s category has no a brup t c ha nges in th e gene ra l topography , e .g . fl at o r ro llin g, an d no wind speed-up considerat io n shall be re quired . It iY the standard default/or the topographic categorie.Y. The permit package includes a profile drawing of the structure with member siz es; anchor bo lt detai ls; descr ipti ve notes; structural calculat io ns ; a table of s upp o rted antenn as, mo unts and feed lin es; and a foundation sketch and ca lcu lati o ns (if app licab le). 2101 Murray Street -P 0 . Box 65 8 • Sioux City, IA 51102 -0658 • 712 256 .6690 -Fax 712.258 .8250 Prepared for: PROJECT PROPOSAL CITY OF FORT WORTH, PURCHASING OFFICE 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Mr. Kevin McNamara Proposal No.: Date: Reference: Frei~ht: 08-3377-MEG-GOV -RS 06/24/09 Pa2e 5 of 5 480' S4R/Rollin2 Hills, TX #07-0030 Destination Payment Terms: This quotation is based on ANSI/TIA-222-G and Cu stomer provided s pecifi cations. Foundation and anchor bolt designs are based strictly on ANSI/TIA-222-G. Dimensional information is preliminary only; it may change based on final engineering. Net30 All Sabre mounts are quoted with support pipes of appropriate length for most applications if not otherwise specified . Site must be easily accessible for trucks delivering tower steel and concrete, cranes, drill rigs , and all other equipment required to perform the job. Cu stomer to secure all permits . This quote is based on non-union , non-prevailing wage s, and non-winter working conditi ons . All antennas, transmission lines , jumpers, ground kits, hangers, and hardware are to be provided and installed by others. Constructi o n step bolts have been quoted to the 347' elevation on all four legs for safety and ease o f construction . Step bolts should not be used for climbing without the use of a safety climbing device or fall protecti on equipment. Delivery of tower maJeria/s will be approximoJely 12 to 15 weeks after receipt of approved contract. Submitted By: Sabre Co mmuni cation s Corporation Acceptance of C ustom er : Please enter our ord er fo r th e a bove it ems Ma rk E . Gothi er in accordan ce w ith thi s pro po sa l. Gov ernment Projects Man age r Signatu re --------------- Name (pri nt ) _________________ _ Title __________ Date _________ _ Purch ase Order No. 2101 Murray Street -PO Box 658 -Sioux City, IA 51 102-065 8 . 7 12 258 .6690 -Fax 712 258 8250 Phase TI Supplemental lnlonnation lor RFQ07-0030 Rollit1g liills W a.ter Treatment Plant December 17, 2007 ~~Sabre™ (_. 'fJ Towers & Poles 2101 Mu rra yStreet • POBox658 • S1o uxC1ty ,lowa 5 11 02 US A Phone · (7 12) 258 -6690 • Fax. (7 12) 258 -82 50 www.sabrecom .com COMPETENCE QUALIFICATIONS FACILITY FEATURES PRO.JECT BUDGET PRO.JECT MANAGEMENT MWBE PARTICIPATION dAv~r,v · De ce mber 17 , 2007 Bea tr ice DeH oyos ,. . ·-· , Sr. IT Ser~kes Spt.>ei~4~t1C 6ri tr;tct.~,9mirilstrator~,-~, C ity of Fort Worth · • ' -. ·. . · -t h;. "~·' ' . ,;,;, ..• I 000 Throckmorton Stf7efl "' ··q,,.,,.,_.,_,:,,~ . · ···:~,.,-;_ Fort W ort h1 TX 76102 : '.. .~ .. ~···;,.\ .. ,.,, ... J: · • • '' ,· }"~'l:· ·:~"!'-.;.;,.;~~,;. • ., . . ., y·····~'f,<,: ..... Re : RFQ No . 01-0030 '}··,.~,:"'!.,;.,...., ;·-.. Dear Ms . Oel-{oyos; Jr! '··..,.~~ 1"' , ' ~~-,\~:;~~ • .,, ... ~, ... ~ r-r.-;o-.. .. ,.l l,. . Sabre Comm · '" cat io n Corpo ratio n 9 ppr eciates thi s o pportuni ty to :e-su bmit a pricin g proposa l fqr the supply arid installation of a se 1t:supp1.>rt ing towe r for the Rol l ing Hill s Wate r Trea tm ent Plant. . . ' . ':;;;-...._. ,:, The en"i:loscd pt posa l takes into acco unt your ,requ!;!sted,.f hanges as a result o f the me e ting th a t ~ . h . ~ · ~as held 0 11 December 101 • We moved the-in s ide platfonn fr<?m 320' to the 300 ' elevation, re moved tll e bottom two artistic li ght rings and rem ved pricing for the supply o f the artistic li ghtingmaterial. · ,:-' ', >:· · ,~1:---·~,f"'~~ !t i • -~ . Th_e tower desig n for this propo al is ba se d on the pecifications and antenna a nd line criteria that was provided wit h Addendum One and mendment One o f One and i in acco rd~n ce "'ith th e TIA-222-G tandard . Al o included in tbi de s ign are the arti \"tic lighting ring a s hcn n on the · co nceptua l drawin gs #6 and #7. ~ft d ~ Sabre Co mmunicati on. t.·~ig n anJ manu fa ·wre ,; ·0111111uni ati c111s lt l\\ers ; gu yed , self-·uppor ing an d monopo le: along" i1h comp (,ncnts. \ c al so in~tall l1ur tower prod uc b b) utili ,ing qu alifit:d and re ·pc tcd con tractors wlw have g,me thr,nrgh a ri gmou cptalifica t.i n pr , 11.:c ·, \\\: ar nnt. l>t ign /Auild finn \l,ith an archil('d 1)11 ,taff < h1r Jc. ig11 txpcrt i.s li e \,ith 1, \\.1.'f , and mc·,nop11I~ an d (l llf con lru '.lJ Pll c>. rcr 11,..: ltt:, ,, ith in ,ta II int! tli1.· t ' pr , ,du -: " a bng \\ it Ii t:y ui rm •nt ~hd tl'r . ,rnm lb, _, ·m.'rah•r", d II ,it ..: .in d l ·k~ t1 n:al ,,,1rl. .• 111 h.·11 11.h mid 111 t·,. t ·t~. All o f the se fi111d 1P11 s an: oo ,;t·J ,,n J't'l d i ·. f inn, pn,, 1Jt·J t, 1 u. h: 1 111r l 11,1, •mer, J l,1, I II L! pr11\ i,k-d ,llld i11 i.talkJ 1h c \\'c ,tcrn ( 'c1 11mH111i1..:il11111 l ,,,,t·t l~)r the Ci ty 111 h ,n \\ ,•rth \\t' ,1r..: 1.11 11 l1Jl'.11I tha t we can rrm ick and i11 :-tall thi, 11 ,wcr tn ~,,ur 1..·n mpkk ,a11 s fa1:ti,m . Whik we unde r ·tand the' Ci ty's provi sio n for parti..:i pat i111111r minority and :or w,1 111 c n owned bu s in css 1:nk rp ri ses for thi s proje ct, an d wi.11 ut ili/c an tv l, \\' BE fnr tht.' in ~ta!!at iu 11 o f th e fou ndation and conc n.:tc \\'1)rk , their partidpati o n w ill n,,t c,)nstitute 20 % o f th t: tota l contract. T hi s i-; in pa rt du\! t o the high co . t of material fo r this sp,:,ially dc .-igrwJ I\•\, i.:r which i, design l·d to supp u n th e fi,t· ( ,i ani tic li ght rin g.s along with th e spe ci fi ed ank'.11 11a and line !,,.,.ting . Sabre "' ant s an.J needs to 111 rl , ..: 1 tower erec tion compa ny th at has a prove n reco rd o f ,;ucc e ..;s ful tt'"' er ' , Pagt: 2 installations and experience to in s.tall thi s 480 ' S4R self-supporting to w e r. Al so, s in ct: thi s pr?~e~t consist~ o fm1ly u.oundip~ Y:stj!tl~ti o n , to wer found a ti o n in stall ~ti o_n and to wer e_rec ti o n , ut1l1Z1n g M/WBE cntc rpttses f..9 r a totaf of 20% o f the co ntract am o unt 1s d1ffi c ult to ac hi eve . ;\ ·... ' ........... _,..,. ~~ Wireless Horizo n ; Jn . kas .~~·rto rmcd ~1 ~~y tower projects for Sabre Communicati o ns th ro u g ho ut the United State over t\t.eJ?,~t :cvc ral years . 111ey are experienced with Sabre 's products , procedures and safety r~LJU~rrtent-s"' · hkh -wiH be vital for the success ful completio n o f thi s project. We also lq,Qwhow imp orta11t O!j -site woject management is to the City and WHI ha s the person for thi s rol~. ,Thi individual, Ric tia~ H e isler, has over 40 years experience in the to wer industry and has ·im'J tlJ cc in th e Oall ~s/F'ort Wo rth metro area . Mr. Hei s ler h as man aged severa l projects fo r publk.sa fet)• in th9 Stale o f Tex as for , abre s uch as the C ity o f Garl a nd , the C it y o f Granbury and the C ity of Midlot9ian a lo ng willi Denton County. We feel that a high expos ure project such as t his dcniands qua lrfied p,e o_ple do in g thi s s~ialized w o rk and we are confident that Sabre and Wirelc s kforizo n 's experiej1ce in th~ tower indu try will fulfill the requirements for a successful and s afe in s trt llatio n o f the conununications t m ,er for the Rolling Hills Treatment Plant. . ' J Sincerely ·.,, .... , r SABRE COMM UNICA TfONS CORPORA rtON TM /lid/~· Mark E: G othier· G overnment Projects Manager '',i ' -< i . -Sabre™ Communications Corporation Similar or Comparable Projects ·.-... , ·~.~~. ' !.. ·.·. ,,._ Wh arton Co unty, TX · \,:. ; Lewis Co unty E9 l 1, MO Phillip Miller ' ' ; · ',,.,, ,_.-_,-Gretchen Keith (979) 543-0091 l ¥', "',,j_ . _ .---. .. ,, , .,,(573) 767-5451 Supply and Install 160' S~lf~~ort-ing'r~\\';(0:'-f·~·-·,,:~~"'""--,. · .. , Y S1wply ~nd In stall 175 ' Self-Su pp o rtin g Towers Initial Contract: $66,724 .0 0 it---•,.,... _ -· ..._,.-,. •. , O~ginalSontract : $47,284 .00 Completed Contract: $66 ,724 .00 -,~-'"'->.-t..;~i':·~ Completed Con tract : $47,284 .00 September, 2002 -December. 2002 ' .,. ·:~w••,t0 ,,., , December 2002 -February, 2003 .. \ \• '"""\.l' ..... t ... J ,/ ' __ .,",--.;·~-:~"'">:.~ ", _., • 'I<~ Walker County, AL Roger Wilson .:,~ (205) 22 1-791 !. ":<"" -. Supply and Inst~U 300' Self-Supporting T o-Wer Initial Contract: $134 ,4-2.09 ··ompleted Contract: $134,422 .00 fay , 2003 -J uly, 2003 ·t US Depa rtment of Energy-S WPA Harry Mard irosian (918) 595 -667 1 Sup pl y an d Install (3) Self-Supporting T01vers Ini tial Contract: Sl,117 ,071 .00 Comp lete Q Contract : $I, l26 .852.00 June, 200/f-Ju nc 2007 r.v. Nebras ka D.:partn1~nt of Ro ach Ron T ompl,in (402) 479-4 --1 l Supp ly and Insta ll 190 ' 'd f-~u ppP rt intt I n\\t:r In itia l Contract: $37,3"/UlO Completed Contract :$ •>.151! Oil September, :!Ill •3 -k111ba. ~110 3 J· } City ofCleburritt TX Clint Lshmai l ~ ~--(81 7) 774-6305 '·. Supply and lnSta ll 465 ' Guyed Tower and 250' Self- Supporting Tower ·/··, Initial contract: $206,t 14 .00 'coIQJ?.leted Con tract : $275,090 .00 tg>j ectrv.tanager : pick Hei s le r (WI-II ) ··-" ~~"'""-;-. .If ''"·· ......... "-:"~ . ;,~ -_.;(• ~. ..; ·-i.;41;.; .... • US Department o f fnt e'ri or~~LM Oreg Bergum · ' __ v, (406) 896-5217 .<ff'' --- Supply and In tall (7) Self-Supporting T owe rs _ lnit ia l Contract: $539,215 .00 Completed Contract: $547,5,39.00 July , 2003 -·eptcmlPr, 2004 Wo odbul') ("punty, I :\ Gary Rrown 1~12,s 6 -2212 11 1•pl ~ .111tl 111 ,1.tl l , 2 1 ,,-•r-upp,m mi;. r 2 1 < ill\ .:d I O\\ e rs lni 1al CP ntr,JlL '.'--1 -.1-(J OIi <.umpkt ..:d < ·, ,1 111 ,i. t 5 S \4 78.00 Oc.wl,cr. 21H1' \ 1.t), 200 5 ' .... '· /i .. ,, .'atte County Sheriff, MO Ca pt. Mark Owen ,,, , r •· -:\ -~l' ...... (816)858-1965 . -~{\,., .. "'~f"' Supply and In stall 275' Self-Supporti ng Tuwi:r :·~ . Initial Contract: $89,301 .00 Completed Contract: $89,301 .00 October, 2003 -January , 200-t State of Maryland Carl Wolfe (410)581-4210 ,. Supply and Install 450' S1:lf-S up~hing To'wer Initial Contract: $1 ,012 ,22 8 .00 . Completed Contract: $1,046,536.00 December, 2003 -October, 2004 City of Miami , FL Luis Selema (305) 329-484 7 . ' Supply and In~tall 125' Self~Su pporting Tower Initial Contrac t:· · S98,963 :;omp leted Contract: $1 J 0,.708 .00 ,, _/ay, 2004 -June , 2005 , Essex <:o unty , NJ Lt. AnU1o ny Melia (973) 621-4 170 Supply and lnsta!l 3 75' Sel.ft.Suppo rt iog Towe r Initial Co ntract: S956 ,2J9,00 · Comp leted Contract S l ,07 6,2 i 7.00 Augu st , 2004 -Jul y 2005 t ~ < ·i:" State of WI con in Ken Nic kels (608) 273-2777 . Supply <1rtd i,i-.tall )5(f • elf-· uµp ()rti ng. T\ \H.'r In.itia l C,,ntr:11:r S 11 /13 5 IJ(} Co mpleted i ·,,111rnd : t I 5 ;<,.l5 .(I Se ptem ber, 2004 Scpt c:ril bcr. 2005 Ci ty of Garland , T X Jennifer Should ers (972) 205-3108 Supply and Install 450' Self-Supporting Tower, Shelt er, Generator, Microwave Radio s, Ant enn as and Line s Initial Contract: $1 ,175 ,700 .00 Compl eted Contract: $1 ,383 ,63 2.00 March , 2006 -July , 2007 Project Manager: Dick Heisl er (WHI) Lak e County , OH Paul Stefanko ( 440) 350-5555 Supp ly and Install 230' Self-Supporting To wer I.n i~aJ toinract: $182 ,4 97 .00 Corn pl etcd Co ntract : $182 ,497 .00 Fcb'}flry, 2 004 -April , 2004 Integrity To wer. .. ba v~d ,B us kirk : ( 40.5) 359-168 1 , ~u p ply an d Install 19 0 ' Self-Supporting Tower J nifia l Co nt ract: $82 , I 02 .00 · C6mpl~ed' Co ntrac t: .$88 ,454.00 Jul v, 2004 -·October, 2004 . .. UR Co rp oraJion patrick _Maher · ·, ··-,~-~-. (718)44 1-4597 ' '"' · . $Upp.Ir. and I iiwtll (SJ . clf-S upp on in g -t owe rs fo itia l Contract_: $7 204 ,04 1.00 · Completed Contract: $7,486,752 .00 -<\ June , 2004-March , 2"005 99 :il Communicat ion · , quadt1m -Jeff ,autcri (702 651-7'~6 c;;"urpl} ,1mf ln,U1ll lSO' :ctf.S11 ppnrting Tuwcr Initia l Con trad . ~R .~2 8.0 c',1m pl ckJ <:nntr.u.-1. . )\/.O lton ~,ptt:ml"Cr , 20,,.1 Dt:Cl'm hcr .. '.00-1 Page 2 rity of Fort Worth , TX 1ppl y and Install 22 0 · Squ are Se lf-Suppo rt ing T o wer .,it ia l Co ntract : S 156, I 09 .00 Compl eted Contract: $ 156, I 09 .00 January , 2005 -June , 200 5 i '·, ···.:r ·· - ,,; . ,, I ., ... ., ·:f .... Town of C harles town . RI Ri chard Stanor (40 1) 364-12 10 Suppl y and In sta ll 125 ' Se lf-S upp o rtin g Towe r Ini ti al Con trac t : $62,508 .00 Co mpl e ted Contrat:t: $62,508.00 Jw1 e, 2005 ·-Augus t, 2005 . 'f! C ity of S pringfield , TN ·· -... ~ C leve land Co un ty, NC Darmes h Bharathan •··· Joe C he rry ~~ i,., ·'- (610) 764-0542 L • ~a-,, 7 : (704) 4 84 -494 8 Supply and In stall (2) Se lf-S upport ing T owers -... '·--=., -... ~. S uppl y an d In sta ll (3 ) Se lf-S uppo rtin g Towe rs Initia l Contract: $279,4 98.00 • ' '-~·.-...... ~ · · ,· Ini ti al Contra ct: $1,000,18 4.00 C ompleted Contract: $327,513 .00 , -., ,./ · '••,.. "'!,}· C~mpl eted Contrac t: $1,0 13,99 5 .00 August, 2005 -January,~-~~-~~'. ;-,, , ;-·· .. , ""·, .-·~"'-.. :··,'~::;,:'"•--:.:::_September, 200 5 --M a rch , 2 00 7 . ·' ~ii . ~~'"-... ;,t.,,,,.,_.., , ,.--. t . D e nton Co unty, TX Sc ott Arled ge ,,. (940) 349-3 I 3 0 , ...... S upply and Install 450 · S clt:sup port ing Tower Initial Contra ct: $35 8 ,753 .00 · Completed C ontract : $3 55,391 .00 September, 2005 -October, 2005 .:-_ Project Manager: f?Jck Heisler (WHI ) ;~ :hatgam Cp unty, NC fony Tuck~ (919) 542-85 33 Supplr, and Insta ll 300 ' Se lf-S u p p orting Tower Initial Contract; $173,950.00 Completed Coqfract: $1 73 ,950 .00 O ctober, 2005 ::.. Jan uary, 2006 City of Granb ury, TX An thon y Tu ll ~ (81 7) 57 3-1 1 14 S upp ly and In tall 250' 'elf-Supponing fowcr Ini t ia l Contr.ict $11, .39 • Compl eted Contract: S 11 J . '93 .0 0 Oc tobe r, 2005 -f)c:ci.'tnbcr. '.?005 Projec t Manage r : Di ck I k'1~k r (\\ 111 ) University ofOklahtHlla Je rry Bro1 a1g e (405) 325-5571 Supply and Ins ta li 50' ·e lf-S u p porting T ower Initial Contract : S 116,2 64.00 Co mple ted C ontra t: $11 6,264 .00 Nove m be r, 2 005 Fe bruary, 20 06 ~--. . .,-....... ~1,I >1~o n .C tnmt y, NE ... .._,, .. ·-..._ ,, Dian~ Mohr . . (4 02}755-22 5 5 Su ppl y a nd Insta ll (2) Towers In itia l Co ntract: S 16 9,406 .00 Comp lete d Contrac t: $197,950 .00 September, 2 005 --N o ve mber, 2006 Cabarrus Collnty, NC Cap t. Ph il Patterson (704) 9 20-3005./ , up ply 1rui d In siaLt}.g o · Se_l f-S upp o rtin g Tower Ini tial 'Cont1 act: $141',6 l J .00 , Comp leted C ontract: S 'l 50,905.0 0 October, 2005 '-Maryh, 2006 Marin i.' Corps Air ration Yuma Frances C'erka (tJ">8) 269-2632 S up pl~ a nd lnstnll 1()0. Self-u p porting Towt:r Init ia l l ·(1n 1ract: S l -11.(, 11 Oil Cornpkti:J (' ,mtr .1 ei : I 511 . (lo~ 1 JI I < k tolx·r , ~ o, , Ian.It , JJIJ() Cit) t1f 01 ,tlht:. "'-, Jeff Blat k man (9 13)971-8 787 Su ppl y and Insta ll j 80 ' Sclf-Suppl',n ing l'o \, e r In it ia l Con tract: 'S.8 8 ,84-UJO < 'umplctcd Contrac t: $8!!,844 .00 Dcccmbl·r, 2005 !\fart:h , 2006 Pa ge 3 .orth Caro lin a Highway Patrol Haro ld Meacornb (919) 662-4440 I • . • , • Supply and In st all (6 ) Self-Supporting a~d Guy~? Towers . Initi al Contrnct: $1,777,620 .00 Comp le t ed Contract: $1 ,780,0 79.00 ">, ,. ., . ·-:, Novem ber, 2005 -July, 2007 ~.-,. Jeffers on Law E n fo rcem e nt Cen ter, LA l.eo llasenthal (MS Benbow & As s ociat.:s) (504) 8 36-8902 S uppl y and In s ta ll 400' Se lf-Supportin g To wer In iti a l Contract: $467,6 17 .00 Co mpleh:d Contract : $483,597 .0 0 March , 2 006 -J un e , 2006 1,:.·-:--,....: •:,.,,, .............. '·. ·-: .. ~~gd:~~\7i~~~~· TN '·· k,~'-.... :'"a·~>:~:"-~".~· ~. ~i!tc~f!4~~:t Pl easant , MI Page 4 (931 ) 684-5974 ,-, '·~,-~;;.~ .... ~ ·"~. ·f· ,:"(9 89) 779-5401 Supply a nd Install (2) Self-Supporting To':"ers ·, ·· '·t•f.:. . ·,-,.,,,/ Supply a nd In sta ll (2) Self-Supporting Towers, (I ) Mo no pole Initial Contract: $183 ,22 1.00 , ~-.. · ;· .·'" ~>'-· ... ' ,,,Initial Contract: $108,614 .00 Completed Contract: $ J 8p;,5-,l7.00 -. ,/'',·\. ·· · .-"'--·, ''·1>-r.C ompleted Contract: $ I 05 ,576 .00 May, 2005 -February, 2007 ·:: ·,· : · · ··' J~me , 29g6_ -Au g u s t, 20 06 'e(.. '>' . ·-f·· ·'~ ~~ :'' Florida Department of Agriculture, John Koehler , (407) 251-2355 i . Supply and Ins tall 250 ' Sc lt:Sup portin g Tower / Initial Contract: $97,600.00 Completed Contract: $98,694 .00 '.-.-,.,. ·~ · May, 2006 -A ug ust . 2 0 06 Metn;ipolita n Lynch burg/Moore County, TN Travis McCall (931) 7.59-7076., Supply°a nd Install 180 ' e l f-S u p p orting Tower Initial Contract:1 $75 ,402 .00 Completed Contrac t: $?5,402 .00 Septembe r , 2 00 6 -November, 2006 Town of Moore v i lle, N David Whitaker (704 ) 662 -85 34 Suppl y and I n tall -180' 'elf-Support in g I CJ\\~:r In itia l Co ntract : S3 33.678 ,00 Com p le te d (on tr.t<T S , . 7~.00 J an ua ry. 2111)-i -;,.b). ::'005 Buena Vi s ta C o un t y E9 I I , I.\ Mark Vanl lo mer ( 7 I 2) 749-2525 Supply and Install 25 0'. e l f-S u ppo rt ing Tower In it ia l Cont ract : S88 ,6 .:19 .00 Comp leted Con tract: $109,094 .0 0 1\/ov em b er, 2006 -ut u,t. 20117 '·T t:nnessee De partmen t of Safety David Wolfe \,·, (615) 741-2749 :<' Supplyind In sta ll (I ) Self-Supporting Tower In itial Contrnct : $254,672.00 Completed Contract:_ $254,672 .00 Jul y, 2006 -Se ptember , 2006 .. "'·,."""--.., _, .' · ~ ~ity of Midlothian, TX .;·-.:._,, Steve C a~pbelt:< (972).3 ~t ·,;21o9° . ' j; -.. , . . • Supply and In ~tall 112 ' Self-Suppo rting Tower Initial Contract: $45 ,756 .00 Cornp le led C6nt ract:J;$46.24 8.00 November, 2006 -January, 2007 Project M anager: Dick Heis ler (Wijl) Barry ounl y L9 1 I, MO Rlin Shook t .tl7)S4 7-ll 0 ~ . S urpl~ and ln ,t a ll I HJ' !--d f-:-;up p 0 rt ing f O\h'r In iti a l .ou t me t: s.1 U n 2 oo r·,,m pk r~·d ·011 1rnt.:1 . 711 ,22 7.0 0 Ltr t h 200' J u ly, .:;nrn Chatham C. \rnnt :. :c r on:, rud er (919) 54 2 -853> Supply anJ ln sla ll JOO ' Sel f-S upporting r ow1:r Ini t ial Co ntract: $17 3,944 .00 Cn mplet ~J Contract: $1 7 3,944.00 l k tubcr, 2005 -Janu ary, 2 006 - 0wn of Mint Hill , NC /\I Linker . ··, ,_• .. ~ ( 704) 213-6204 Supply a nd Install 390 ' Guyed Tower Initial Contract: $123,271.00 Completed Contract : $123,271 .0 0 December, 2005 -March, 2006 ;~ ~ ''"··, .. ,.~ "·· .f~· ', Township uf 11;.werford , PA Jordan Smith (6 10 ) 446-9403 Su ppl y and In stal l 150· Ex t I so · St'lf-Supporting Tower Initial Contract: $230,950 00 Completed Contract : $239 ,421.00 Decem ber, 2006 -May , 2007 ... 'f ... ·· Sabre™ Communications Corporation . t··· .-' -1\.. ,,. . ~.. .., The Constru lion De:partmcnt manag~r is ' Jert i:fi Groot \vho has over 16 years of experience installing towers ru1d monopoks thri.lughout the United States and over 9 years experience managing the department and individ ual projects . Each construction project is a signed to o ne of the individuijJs ,in thi s department. It is the project coordinator's responsibility to bire qualified s ubc o ntracto rs, maintain the internal production, procurement and construction ·chedule~ t<?_}omplete, deliver and install the materials requir~d for each project. Each person in thi s department ha<; many years of experience in the tower indl!5try and the one assigned to this project will be the only person you will need to coiltact. : He _will keep you infonne,d of all aspects of the project in a conci.se and tjmely manner. ~ · .i'····.,,__ · .·~ ..... -;, This department has managed many turnkey'projeds ·f~r custqpfo rs li ke US Department ,., -· of Energy, US Department o f interior (Bureau of Lru1d M a nag e111cnt), City of New York City, Essex County NJ, City of Gar!~d, TX and many other state, cottrify, city governments and utilities throu ghout the · ruted States. Thc ·e projects bave __ included the s_upply and installation of guyed se lf-supporting an d mono po le s truct ures alon g with equipment shelters, s tandby ge nerator.: antennas and tran s mi ssio n lines, foundation installations and. variou site and electrical work. At thi s time Lhe y are m anagi ng one hundred nine ( I 09) con.c,trudioa p rojec ts wo rld wide . Sc1br(' will utilize Wirdc '. If nr izon , Jn . as tiur ~uh-contracto r for thi s project. \\ l lf is a well es tablished and cxpi.:rirrH:L'd tower r nn-;trucl ion comp:rny thnt has pcrfii rm ·d and i 'i :rforming many prnjcl.'h for Sah re Com111 tu1ic ;1ti < ns thrt)u ghout thc l 1nill..•d Staks. \\ HI is a member o fth1: 1 ·a1i11nal .\:-:-,1ci.i ti 11 n 1)f I owe r Er 'dtlr'i I : 'ATE ! :lll<l ha s adupkd lht: i1hlu,tr) 'i.lfCt) nl\.',l tlrl''> 1h a 1 ·.\ fF lrns pu t i11 placi:. J he pn 1jl:l.l 111.uiage r will I~ H khard I kislcr \\ hv h a'i 40 : l'ar. ex pl·ri ence i11 th e to,H:r incl us tr) ;.mJ h as ao of fox i n the Dallas /Fort Worth llll'I ro an.:a . Dick has mana ge d severa l projects for Sahrc in the State of Texas . r hc projc~ts tlwt Ill' has managed arc shown on th e sim ilar projec ts list that is enclosed. : ( - ...... ' : Page 2 ,"!' •.. "" Sabre will also utilize the .s ervice · of C a n-Fer Construction Company, which is a certified M/WBE locat ed in Dallas. They will be contracted to install the tower foundations . Can- Fer Construction is the company abrc hired to install the foundations for the 220' tower at the Eagle Mowttain Wate r -Treatment Plan t in 2005 . We are confident (hat our experience in managing turnkey construction projects within scheduled time frames and b~dgc t proves that Sabre Communications Corporation can provide the quaJity pn,J ducts and services that are expected by the City of Fort Worth . , . . . "' ,, .. ·~ ~:;~··:> ... -~ I ,· - ,·,,.;,: - - Sabre™ Communications Corpora t ion ,, ., .. · ·_ ·_,. ·· Key Personnel ~ .. r .. ·<.,::. ,, ... . '>,, t.i..:~ ';·'·!~·-.... , ; ~-t-;;~.~ ."\'-,.~t[f;._ .... ., . . y: . .._ . . ·-=->::>~~ .. ~i~' .... :-: ~. ·,~ . -~ Keit h Ti nda ll · ', ' Vi,c-e· Presi dent ~{Jhief Eng ineer ' I "'• ~, ..... '": .... }•,._:· . .:.... , .. J . • y· Keith is a regi . tered profe sional engineer iii all)O lJ.S. states, Washington, D.C. and Puerto Rico. · He is responsible fo r th~ day to ,,_day operation of the Engineering Departmen t in designing gu yed towers, elf-supportthg towers, monopo le structures and fou ndatiops. He coordinates the work of se v;ml engineers and is professionally respon sible for the engineering work produced by the company . He has a Bachelor of Arc hitectural Engineering degree: from Penn State University and a Master of Civi l Engineering degree from Drex.el University . He is a licensed me mber of the Nationa l Soci ~ty of Professional E11gineei:s and has participi ted in the standruds fo rmu latio n gro up for the ANSfffWEIA 222 Standard si nce 1998 . .. ,, fir ' . .. ir-:-. ·{ • . '• .. ,_ ... ,.: .Stephen Yeo Director bf ngineering -Researc h and Deve lopme nt •• -,. l':J.:-4:.~ ! . teph e n i a regi stered profe s si o nal engineer in 48 contigu o ~~ ··0~ S. states and Washington , D.C. He is re ·pon s iblc for upport of the es timation/sa le s department wi th engineering review of new towe r des igns, technic a l cu stomer s upport , dcv elopfoent .or o.ftware for towerlroundation design and new p ro du ct de ve lopment. I Jc has a Ba chel o r ~--of Science, Civil E ngineering degree fr o m Central Fl orida Un ive rs it y. He is a licensed member o[ the Am •rican • ·oc ie ly o f Civil Engin ee rs (ASCE) a nd a mem be r o the _'., Tl/\/EIA Co mmitt ee T R 14 .7. Rex \tartind als__ Re :-. h, · ,1 ,cr 25 >ca r:-1.·..-;per ience a.., n d r:tl hmc111. :\s Draft ing 1 fa11J g\.·r h\, , ... n:~r u n ... ib le fo r chcd11 li11g all work of the J c partm e nt and mo nitor$. fa r cn11 li1r ma 11<:c It> drafl in g prnccd ur l's and any s pl'i.:ia l rcquiremenl . He rev ie ws contrm:t speci fi ca ti()ll S an d ass igns projec ts lo the ind i\ id ual dra ll sperso n. lfe work s cl os el y wi th the Engineer in g. Co ntract s and Co nstruction departments in order to provide appropri ate and co mpl e te drawing pack age; along with maintaining schedul e s that have be en established. ..... Page 2 Jeff DeGroot Constfu~lion Department Manag er Jeff has ove ~ 16 y e<¥S ._experie~f{in stal!ing communications towers and monopoles throughout th·e United'.St~tyS·:'-He·_ftl~6-'h¥''6ver 9 years experience managing projects for Sabre Communication ~. ,:A's CopjJ.rudto~~Manager he and his staff are responsible for the overall managc mc,nt ~f an 'c<m§trucltbn projects to completion and are available to our customers on a 24 /7 ;~a§is~, ... I:fiey:q)'.'erse,,e...._~d supervise the scheduling of all aspects of the project mcludinEf site .~ork}~~!~U!l1J~g --igstallation , shelter in stallation , found ation installation ., towe r-fabri~ation' ... an~ e 1!cdort ;ari'~antenna and line installation. /«~l ' ;f:· ·--.J'.~.,"'"•·~f~::2!~'.(;:~;;;,_ <' William Fergen L;.., ,.,. "-.• C~nstriicti~~"'frot~t ~9&~inator ' • •"' ;:· ~ '1 Will ha over 21 'years experience fo the·· towo '1i!t .ustry . .He is one of the Construction Project Coordinat ors re s pons'ibk for maintailiirlglife"'production and field construction portion s of projects. ~e is res pon s ible ' foe lhe ·drnwing and fabrication schedules along -. . ~ . with sub-contractors and -completion schedu.les . He ensures timely delivery of tower and ancil,liµy materi~s to 'maintain the project completion sch edu l e. ~-~-···· .... ~·. · Andy Van Roekel Con stru cti on Prbie.ct Co ordinator ·.J ,:.~--..... ;~·· .. ' ;;~··· ~~-~::.c~~~~~ v.(~ Andy bas over 6 year s experience in Lh e tower jrfrlustrf He ,is _ one of the Constrnction Ptoject Coordinators re spons ible for maintaini dg 7the producti;~·,.¥1,f1ield construction pbrtions of proj ect s. J re is res po ns ibl e for th e drawing and fabri dtiqn schedules along with sub-contrac tors and compl etion sch edule s. I le ensur es timel y delivery 9f tower and anciH<!IY mat e ri als to mai nt ain the proj ec t co mple tio n schedule . ·. · =-Ja=s,_._o..,.n ___ B;..l.,..a..,c.,_k"---------=C'-' o""'n=t=r ... u=c t i un Pr 1icc t Coo rd inato r J a o n has owr 2 years expl'r ic ncc in thi: tower in d us try . Il e i"' one of th e C'onstrm:tion · Prn kcl Cn >r Jinat >rs n::-.pun "i bk lilr rmi111ninin ~ thl' production and li l!ld t(insrrncti,m portion:-l)f pr jet:L"-.-r k i-; re pun s ib k f<,r the dr;t\\ ing and fa_9rica1i1 11 ,;;ch1:!dul1.:s ,ilun g with o;uh -con1 rac10r:. anJ r1 1mpl etiPn sd1~duk:-I le l'n,1in.:.:,, tim-:ly ,k·liver: nf towt'r and nnc illary in ah:ri a ls to mainta in the project compktiun ~chnlu k .,P· .. - .. Keith J. Tindall, P.E., S.E. Chief Enginee r Sabre Communications Corpo ra tion Sioux City, IA PROFESSIONAL REGISTRATION Registered Professional Engineer or Structural Engineer in 50 states, Puerto Rico and District of Columbia PROFESSIONAL EXPERIENCE Sabre Communications Corp. 6198 t o Present Sioux City , IA Vice President , Chief Engineer • Full responsibi lity for engineering of commun ications towers and foundations . • Designed and/or analyzed approximately 3000 towers and foundat ions , primarily for the communications industry. Stainless, Inc. North Wales , PA Structural Engineer 6191 to 6/98 • Designed and/or analyzed approximately 150 broadcast towers (and their foundations), ranging in height from 100 to 2060 feet. • Designed the world 's second-tallest structure-a 2060 ' broadcast tower near Fargo , North Dakota ------------------------·----- EDUCATION Drexel University Philadelphia , PA Master of Civil Eng ineering (structural emphas is), 1998 Penn State University U ni ve rsity Park , PA Bach elor of A rch itect ural Enginee r ing (struct ural emphas is ), 1991 PROFESSIO NA L ACTIVITIES Telecommunications Industry Association (TIA) Part icipat ing in subcomm ittee TR -14 .7 since 1998 . (Sta ndards Formulat ion Group for the ANSlfTIA/EIA 222 Standard). National Society of Professional Engineers (NSPE ) Licensed Member since 1996 Stephen Yeo, P.E. D irecto r o f E ngineen·n g Sabre Comm unica tio ns Corporation Sioux City, IA PROFESSIONAL REGISTRATION Registered Professional Engineer or Structural Engineer in 48 contiguous States and D.C. PROFESSIONAL EXPERIENCE Sabre Communications Corp. 2004 to P re s ent Sioux City , IA Director of Engineering • Support of Estimation/Sales with engineering review of new tower designs . • Development of software for tower/foundation design . • New product development SpectraSite Communications, Inc. Cary, NC Structural Design Manager 2002-2004 • Manage the structural design , analysis and re inforcement of telecommun icat ions towers accord ing to various State , National and International build ing codes & standards . • Seal ing of reports , drawings and technical documents. Rohn Products International, LC Orlando , FL International Eng ineering Manager 1993-2002 • Structural design and analys is of te lecommunicat ions a nd broadcast towe rs accord ing to various international bu ild ing codes , standards & customer specificat ions . • Fou ndation design based on inte rp retati o n of geotechn ica l reports . • Deve lopm ent of sa les an d eng ineerin g software (for inte rnal use), and implem e ntation of su pport in g co m puter system s . Unique Electronics Inc . O rl ando , FL Process Engineering Man ager/Co n t ract Ma n age r 198 7-1993 • Techn ical writing of manufacturing procedures/Sa les quotes , co n tract manage m ent Daniels Manufacturing Corp. O r lan do , FL Sa les Coord ina tor/A s s is tant M an ager , K it Depart ment • Sales q uotes , trade shows organ izat ion/Sales eng ine e ri ng (airc raft mainten ance/re p a ir k it s ) 1985-1987 {-"··~ .. - ~ .f'" EDUCATION Un iversity of Central Florida , Orlando , FL Bachelor of Science , Civil Engineering PROFESSIONAL ACTIVITIES • Member, American Society of Civi l Engineers (ASCE ); Page 2 • Member of Telecommunications Industries Assoc./Electronic Industries Assoc . (TINEIA) Committee TR14 .7 (ANSlfflNEIA-222 "Structural Standards for Steel Antenna Towers and Antenna Supporting Structures " standard under the auspices of the American National Standards Institute ). Rex Martindale Drafting Manager Sabre Communications Corporation Sioux City , Iowa PROFESSIONAL EXPERIENCE Sabre Communications Corporation 19 96 -Prese nt Sioux City , Iowa • Drafting Manage r • Draftsman LeBlanc Communications Corporation S ioux City , Iowa • Draftsman EFCO Monett , Missouri • Draftsman for commercial w indows , c urtain wall and store front Division 8 Architectural Products Dallas , Texas • Draftsman for commercial windows and store front Mitchell Engineering/ Mitchell Buildings Mt. Pleasant , Iowa • Sh ipping and Receiving Sioux Car Park Sioux City , Iowa • Assistant Manager Western Iowa Tech Commun ity College Si oux City Iowa EDUCATION 1999 -Present 1996 -1999 198 8 -1996 1986 - 1988 1983 -1986 1982 -1983 19 78 -1980 As soci ate of Applied Sci en ce Deg ree in Architect ura l Con struc tion Engineering Te chno log y 1982 Uni te d Sta tes Arm y Ord in ance Center Aber deen , M aryl and Disting uished Gra duate Award , Fue l and ele ctri ca l system s 19 76 University of South Dakota Spri ngfield , South Dakota Dra ft in g and Ca b in et making ! ' Jeff DeGroot Construction Group Manager Sabre Communications Corporatio n Sioux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. 1997 to Present Sioux City, IA Construction Group Manger • Implemented a new department. • Developed $10 million a year in new construction sales . • Organized safety program for sub-contractors to follow . • Managed over 110 projects on a daily basis . • Helped develop new products for catalog . • Scheduled delivery dates through multiple departments and field crews . Communications Services, Inc. N . Sioux City , SD Site Supervisor/ Foreman • Installed on average 26 tower sites per year . • Ran a 4 to 8 man crew throughout all 48 states . • Managed project cost and on-time schedules . Communications Services, Inc. N . Sioux City , SD Steele Erector/ Laborer • Helped stack a variety of commun ication towers . • Installed a variety of tower foundations • Equipped several towers with antennas and transm ission cables West High School Sioux C it y , IA EDUCATION 1988 to 1997 1985 to 1988 1981 to 1985 ·';.. William Fergen Constructio n Project Co ordin ator Sabre Communications Corpora ti on Sio ux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. 9/2000 to Prese n t Sioux C ity , IA Construct ion Project Coord inator • Oversees and manage construct ion projects . • Act as liaison and be the po int of contact between customer and company . • Oversee and supervise the schedul ing , contracting , and h iring of subcontractors required for fieldwork and construction needed . Master Home Repair Sioux City , IA Owner I Proprietor • Oversee and manage a home-based bus iness . • Prov ide proposals based on customer needs and projects es ti mates . • Bookkeeping for business . Sabre Communications Corp. Sioux City, IA Contracts Adm inistration Manager • Oversee and mange contacts administration department. 12198 to 1212000 1197 to 11198 • Rev iew and initiate all project files and instruct ind iv idual departments. • F ield inspect projects for problems and c ust omer re lations . • Act as liaison and be the point of contact between custome r and company . • Oversee and superv ise schedul ing of jobs though eng ineering , drafting , fabr icat ion , sh ipping and f ield operations . • Ove rsee and superv ise the sc h edu li ng , contact in g , and h iring of su bc ontra ctors req uired for fi e ldwork and co n structi on needed . • Ve rify all j ob costi ng a nd invo icing for s u bco nt ractor wo rk and in iti ate jo b ext ras as req ui red . • Superv ise (3) em ploye es Sabre Communications Corp . S io ux Ci ty , IA Contract s A d m inist rat ion 6195 to 12196 • Ac t as li aiso n and be the point of conta ct betwee n cu stomer and comp any • Rev iew and init iate all project fil es and instruct in divi d ual de p artm en ts . • Sched u le j obs as requ ired by cu stom e rs nee ds and prod u ct ion requ iremen ts • Ve ri f y all j o b c ost ing and in voicing for subcon tractor w ork . Page 2 LeBlanc Communications, Inc. Sioux City , IA 9/86 to 12195 Product ion Control Manger • Oversee all manufacturing job shop orders from start to completion . • Act as liaison between estimating, order entry , engineering , drafting , purc has ing , manufacturing , galvan izing , painting , shipping and field operations. • Responsible for scheduling the production of over $7 million in cellula r. microwave and broadcasting towers . • Route and prior itize job shop production . JOB RELATED ACTIVITIES • APICS Member -Former Board Member I Financial V ice President • OSHA Trained and Cert ified • Deming Philosophy Study Group (Western Iowa Tech) • Supervisor Training Classes (Rohr Consulting) William Fergen Construction Project Coordinator Sabre Communications Corporation Sioux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. 912000 to Present Sioux City , IA Construction Project Coordinator • Oversees and manage construction projects . • Act as liaison and be the point of contact between customer and company . • Oversee and supervise the scheduling, contract ing , and hir ing of subcontractors requ ired for fieldwork and construction needed . Master Home Repair Sioux City, IA Owner I Proprietor • Oversee and manage a home-based business . • Provide proposals based on customer needs and projects estimates . • Bookkeep ing for business . Sabre Communications Corp. Sioux City , IA Contracts Adm inistrat ion Manager • Oversee and mange contacts administration department. 12198 to 1212000 1197 to 11198 • Review and initiate all project files and instruct individua l departments . • Field inspect projects for problems and customer relations . • Act as liaison and be the po i nt of contact between customer and company . • Oversee and supervise scheduling of jobs though engineering , drafting , fabr icat ion , shipp ing and field operations . • Oversee and superv ise the scheduling , contact ing , and hir in g of subcontracto rs requ ired fo r fi e ldwork and construct ion needed . • Verify all j ob cost in g and invo icin g fo r s u bcont ractor wo rk and in it iate j ob ext ras as requ ired . • Superv ise (3) employees . Sabre Communications Corp . Sioux City , IA Con tra cts Adm in ist rat ion 6195 to 1 2196 • Act as liaison and be the po int of co nta ct between customer and co m pany • Rev iew and init iate all project files and instruct ind ividua l departments . • Schedule j obs as requ ired by customers needs and product ion req ui re men ts • Verify all job cos t ing and invoi c ing fo r sub contr ac tor wor k . Page 2 LeBlanc Communications, Inc. S ioux City , IA 9186 to 12195 Product ion Control Manger • Oversee all manufacturing job shop orders from start to complet ion . • Act as liaison between est imat ing , order entry , eng inee ring , draft ing , pur chas ing , manufacturing , galvan izing , painting , shipping and field operat ions . • Responsible for schedul ing the product ion of over $7 m ill ion in cellu lar , m icrowave and broadcast ing towers . • Route and prioritize job shop production . JOB RELATED ACTIVITIES • APICS Member -Former Board Member/ Financ ial Vice Pres iden t • OSHA Trained and Cert ified • Deming Philosophy Study Group (Western Iowa Tech ) • Supervisor T raining Classes (Rohr Consult ing) ( Andrew M. Van Roekel Construction Coordinator Sabre Comm un ications Corporation Sioux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. Ma y 2005-Pre sent Sioux City , IA Construction Coordinator • Manage 30-40 tower construction projects nationwide on a daily basis . • Work directly with qualified subcontractors to comp lete projects on time and on budget. • Work proactively to meet customer 's needs w ith exceptional customer service . • Assist in preparing new bids . Tri-State Tower, Inc. Marion , IA Field Supervisor 2001 -2005 • Managed day to day operat ions of a 4 man tower crew . Assured compliance to customer specificat ions . Occasionally supervised up to 8 technic ians on a job site . • Erected Self-Support , Guyed and Monopole towers . • Installed antennas and lines on all types of towe rs and st ructures throughout the Midwest. EDUCATION Western Iowa Tech Sioux City , IA Associates of Arts Degree-Bus iness Administrat ion Hinton High School Hinton , IA Diploma w it h Ho nors JOB RELATED TRAINING 10 hour OSHA card Comtrain certifi ed Anritsu Site Mas t e r cert ifi ed Andrew and Commsco pe cert ifi ed Class A C OL 2000 1994-1998 .• Wireless Horizon, Inc. is a full service General Contractor specializing in the construction of wireless facilities including: Cellular/ PC sites Microwave systems AM Transmission facil it ies FM/Television Broadcast facilities Wireless internet systems Our unique composition allows us to professionally manage and complete complex turnkey projects wh ile at the same t i me provide quality personnel to assist our partner GC's with specialized construction services . Wireless Horizon, Inc. has been in business si nce March of 2000. We have performed co nstruction activity on hundreds of sites in the last seven years. In 2006 Wireless Hori zon, Inc. successfully completed construction of: 7 Turn key raw lan d si t es 8 Pad and pi er t ower fo undations 13 Slab tower foundation s 8 Drilled pier tower foundation s 20 Self-support tower installation 18 Guyed tower installation 5 Monopole i nstalla t ion 43 Turnkey co -locatio ns 33 Structur al Upgrades 7870 M exico Roarl • S t. Peters , M O hJ17h fl lw rlt' f)Jh 197 · 1.34 1 • F ,l X f).1h :vn -14 1 f-i Structural Services Since its inception, Wireless Horizon Inc, has specialized in the installation of communication structures. Our Structural crews are capable of installing guyed and self support towers to he ights of 650' and monopole structures to any des ign height. WHI's crews are well versed in structural upgrades. Anything from simple bolt on reinforcements, guy wire replacement or compound welded upgrades will be completed safely and thoroughly. The exper ience of hundreds of structures under our belt, allows us to identify and resolve fabrication and /or design iss ue s o nsite with li ttle to no delays or added expenses . All of our st ru ctural foreman have in excess of 15 years of experience. This experience helps us when dealing with draftsmen, engineers and fabricators to reso lve issu es promptly. 7870 M ex i co Road • St. Pe t ers , M O 63376 Phon e f>36 397 · J 34 1 • Pax 636 -397 -141 6 Safety Our mission as a company is to provide our employees with all the necessary tools, equipment and training to perform their jobs safely and with out incident. All of our tower climbers have training in: RF awareness Tower mechanics and erection Fall Protection High angle rescue A ded icated Sa f ety Manage r wi t h more than 11 years of in dustry experience continually engages our crews to ensure that safety remains at the fore front of all our daily ope rations. Our Civil construction crews have extensive training in: Trenching and Excavating Shoring Site Securement Traffic Control Heavy Equipment Operations 7870 cxico Road • St . Peters, M O 6JJ7(, Ph o ne 6 .1 f> 397 1 3 l-1 • Fnx 6J6 :197 I '11 f> l ) -:.~ ... !,.-1 .• ,~' ', Richard E. Heisler, Sr. Richard has over 40 year s of experie nce in virtually ev ery as pect of the comm uni cations industry. Starting as a laborer working on the coast-to-co as t mi cro wave installation fo r Western U ni o n in 196 2. With hi s knowledge and experience he rapidly escalated throughout th e years with a proven track record of s uccessfu l projects for MCI, Sprint , AT&T, Southwe s tern Bell and Motorola to name a few . Experience 1962-1968 Advanced Industries -Sioux City , IA Tower Erection Services 1968-1974 Northwestern Bell -Sioux City, IA Installer/Lineman -Outside Plant Construction 1974 -6/81 Iowa Tower Erection Co. -Sioux City, IA Co-Owner 6 /81 -9/87 MCI Telecommunications , Inc . -Richardson, TX Manager of Transmission Systems Operations 9 /87 - 6 /88 Weule E ngineering, Inc . -St. Louis, MO Director of Telecommunications Services 5/89 -6 /98 LeBlanc Communications, Inc . -Richard so n , TX Vice President of Systems Operations 6 /98 -8 /02 Wireless Construction, Inc / American Tower Corp -Richard son , TX President/ Area Manager 8/02 -Pres . Wire less Horizon , In c Vice President Education L i te c h F ih er Optic Trainin g Sc h ool 19 8 5 American Management Associat io n -Atlanta. CiA -1985 Man agement Training se m ina r -· 1984 Ph oe ni x Co ll ege -1964 � L � � � , l . � � l 1 1 � � l � � � � # +� ,. .. .. � ..� � '.: -· Sabre™ Communications Corporation .. -. : Factory Locations .2101 . Murray Stree t ,, .... ,:~, .. ... ·t P.O. Box 658 t , Siou , City, IK '-51 l 11 .,... . ,·' (860) 369-66 90 Tcl :(712)258-6690 / .. . 'Fax : (712) 279-081 4 ~"-:;.,. •t., ~'~l ·r'*':,:.·.' , ·,. "\t.1.h..t?f '· -'· ~! ' ·,:, t,; Sab~e T ubular S truc tures. T ~1,(A Division"'~·{ ~ab.re C ommunicatio ns C orporation) , :. ,. .•. ;,,: .. ./,. . ..... r {,-_.., 23 00 We st Risi nger Road,. s .,~ Fort Wo n'h, TX 7613 4 .. l (866) 254 -3707 fcl : (8 17) 294-7210 Fax : (817) 294-50 4 abr c Sit e So l utio n ni (A Divi ion o f Sabre 'o m m un ications Corporation) . 230 I Bridger Ori OrilC P .< > !lo, 65R Sio ux ! ll). r. 5 11 11 R ,6) ·I.'., -(,11 37 Tel : (712, ~·>J-1 12-l Fax : ( 712) 29 .1-1 %4 .. \< ··1- Sabre™ Communications Corporation · t~ Pr;f~ssJoii al Organizations i ' ~~::~:~·.,~ •7. · .,~-, . _{ ·, ! ;~·: ;.,~ ·~ /-yc'l..,~• ~<;f~ .~. ~.,.: . ,·.,~~:"r.::-~:t. /"";~f r: , ' rt )"'l-4t , Keith J. Tinda\1,,,:.P.E ., S.E. ; :~;. t _.V1 ~~!~cl~bi,~d;Ch}ef Eng in~er Sabre Comm4ntcattgbs Corpora t10n ' . -::.· j:· ;t . ,.... j ... ,... ~ ~ Telecommunications f nduslry Association (TIA) , .. ,. . . .,_ r .,4 Participating in s u~~mittee.,1fR-1 ~). (Stand ards FomiuJati on Group fo·r the ANSI/TIA /E IA 222 Standard) '',: "--1,.:.'\t' •. ~.-,. National Soci~ty j >f Profe sionaJ _Engineers (NSPE) ·'" Lic~nsed !vfem.~~; .. ·;irio /1'996 r. ·:,~}-~---·~.:ft,,; :, ; ,/ ..... ,:.:. ., ~;·,, ./ ~~ .. ,. l /' ;' Steph e n Yeo , P-.p . . ;;:../> '· · /· Director of Engineering-Research and Dcvelopn'fent ·, Sabre Communication : Corporati on · >'.. Telecommunications Jndu _ try A soc iation (TIA) Particip ating in su"'c om mi nct: rR -1 4 .7. k .tandarJ · hl rmul ation Grou p for th e AN )/T rr\/E f1\ 2~-Standar d ) ~ American . ·oc.iely o·f <:;ivil Engineer · (ASCE). Li ce nse d Mem be r _ incc 1997 Sabre™ Communications Corporation PROFESSJO~~L:.STANDARDS and CERTIFICATIONS t :.·\ '· '.:--: .,,,'.,~:.. .. ,, -: ~,f :. ~·7 ~·:~-~- .. ' _¥ rl~ .i-)y~j-v.~-..... e. . -"".:.;/·.,,. __ ~> . . . ~\'\'\';~iii-~· . ,,;, ~ .... ,,.·:.-~ ,,., • 't-.... :. l-: ··-,st~{ •• ~ ... ,. ~1-\i,t • L~s _ _Angeles yabric'a,tJ~t'eryfieq (Company) i · • · San Beni ardmo -G of!!! ~, ~.eft1fied (Company) ~· • C~rti fied Welder~.per /\ ·.J'Dht_,Wcld ing Code 1 • · In-H o use CW! (Ce rtifi ed We ldipg In spe ctor) · .. , ,l .• • In-House Mngne tic Particle Certified ~"--v. ~:;_ National Association of Tow.et Erectors (Comp any ) v.~,; . . .J-~., f .. . .•. . ~1,~~-"w. .; .• . ··-~-l~, ... As a standard the Eng ine e ring De part ment rn eet;·tbe 1c:q uircme nts of the lates t ed iti ons or revi ions of the A1SC manual and/or tti~:~§IfTIA!J.?IA-22 2 standard . '_""'.; .'~ .' . : ·--.. ' ..., ... ';, ~ . ·-' •-. j . -~-"(. ~" ... r ., -; . . j\s a standard the Drafting D_epartment meet s th e requirctnents of Lhe la test edition s or tevis ions of the AISC mami'al and /or lhe ANSI/rr EIA --22 tandard and customer '. ~. ,. J pecification s. ; .. ' Sabre™ Communications Corporati on ·, ;!• ""~; ,· ......... #. 'I' , .. -. ··.,;·.,.,:_.,_ :.~ ,-.-. "'':,, .. ~:... ........ __ ·. ' .. '•• , ·,:-. .'' . 'En _g,.~.~e ri9 g .. Services i . . •. }t~"f.."-;~; ,,;-:',,,· ·: . . J' .t -.... .:. -~_;{_ .. ~"'· '"'\.:· .... ~\~~'h., \f.•.-· -,.:,. ~ -..3. • " ••• .. ,· 'c. ~ ·.:')'"'-·')~.: .. ~,··~~~ In order to create stale.:.of-tjle-art products and.;~usto tµ,e r ervices, you need a professional staff with a ' wide range of e11gince rfo{1ft~p!w and capabi lities . Sabre's certified strnctu r"'dl enginee rs have the experience a.hd ~lall t r'e'qui red to assure the integrity and reliabili ty of our products. Our engineers "'act here ,.,to strict cus to me r a nd TIA/EI A specifications. while at the same time maintai11ing competitive prices . Engin eeri ng certification arc avail~ble' f9r all 50 states, Puerto Rico and the Di s trict of Columbia. Sabre~s engineers have experience '~orki ~g~tih· most areas of the world . A division of experienced drafting and dc ·ig n pe rs onneJ ·focu exclusi vely on .s p ecial proj ects, allowing us to design and manufacture ex tremely comp lex towers ancl arite nn a sy ste m s. ~' ··.. . --;:~.:-~"'~'.;!' .. ~-.t:..·, Using our unique software pro gram, we are able lo perform ·in :-hou\~ s trb ctura1 analyses o f tower y terns in le ss time and wi th greater accuracy th an our c ompetitors: The late st CAD sys tem give o ur engine rs the tool s to prepar e plot layout , bill s of material, final drawings and licen ing pa cka ges. Each of abr e' s tow er a nd antenna products come· wi th ' complete in stru'cti o n ma nu a ls and e rec tio n drawing to e n ure easy, acc urate as ··cmbly ·•. ai:id in staltati ()n·. · ' f • Sabre™ Communicati ons Corpora tion Con struction Services ~.' .. '·,, •• ·5,, Sabre's Construcqot/Depa·~~;iif provide; ·;b u with complete turnkey c o ns truction on any t~we: s.ite,. anywl~ere in t.he worl~: ·wr'ife the f n ly contact nec~ssa ry because all coordmalton with the m stallati o n crew ·1s done ,fo r you\,,,Sabre works with you to create a schedule to o rganize your · e·ntire · site·_·deyelop mcq("ful d keeps you informed of the progress every s tep of the way. I f ym1 h av~?a ny unfque requirements, we will work with you to find the best aud r:nosl econom ical s olu tion to ·m?ke sure your s ite is completed on time and to your sfJecifi catJo n s. Services · availa~Je through Sabre 's Constmction Departm e nt incl ude: ''· ,; · . .:~. -·.";.;,: ·~ ~· (' . ··,.,.":·~·· ~'-: }·1 ~.. ~ Site S u rveys , .. ·>,". , , _ . Suc ccssfuf site developmentdepc11ds on c\CCuraie and thorough pre-program site surveys . . . "·· Typically, we use proven and ·reliable upcon"t£A<?19rs "for ra "Y c'data generation re lated to I i .,'• \ -.-.ii{;'"'-. ,:'.4 geo-tech grou.ndmg and underground utiqty s urvey f "'·For1:~i~Mng tower surveys we use Sabre's in-house cap a bility that in clud~~ a staff of profe'·siona '·engineering members . All s urvey data is as se cd by Sabre's en ginee ring and con struction team and then used as a ba is for to, er, shelter and infras tru c ture layout and ~e lgn. · Site Con tructio n Our Co ns tru tion Departm ent h.u a reputa ti on fo r c n-tim c pc rforman c~ with no-wo rry ',:; s it e co n ·tmcti 0 n . We c an prov id e insta l!a ti o 11 u n a complc tdy raw l::tnd ·itc in cl ud ing :-ill! clearin g . g rad ing and ci vii "o r~, gro undi nu. ins tallation nn d tc ~t i 11~. 1dc pho11e a nd electrica l ·rviccs. an d fom:in g. \Ve ca n abo pro, iJ e a nd in.<.1 :.111 a variety n f t:, pc s anJ .'-i11.·s of . hchcrs . Foundation In . tall .i t ion S a bn: can pro,·idc yo u wi th the ne c essa r y geote c hn ica l re po rt comp lete , ith b orin g log a nd rc co m mcndatio ris to mak e sure yo u ha ve the prope r foundation de s ign to meet your tower specificati ons. We have ex pe rien ce in s tallin g fo un dati o ns for all type s o f to we rs incl udin g buri ed mat , cai ss on, pad and pi e r. <leac.lmen and rock anchor design s . We can a lso install fou nd atio ns fo r s helt e rs . Page 2 Tower/lnfrastructur~ In slallati~n ". : Our tower, s he lt er and power syst~!11 in sta ll at ion experts can in s ta ll a ll of Sa bre's towers an d infrastructure ptosJv~ts in pll_types of conditions . Experienced in e recti ng towers and turnk ey infra~tructurl!lM'o rlowi q.~ ,"w· C<\D"Sµppl y c rews that us e cranes, gi n poles , s pecial ve hicle a nd helicoptl·r~ JepeqgJtnf oh'thl access ibilit y of you r s it e. t:: ;;,., .,. '",-,-z.~:.•,.,, . ?; t~-. --.: ~-'"2~;:.~~ .. "~-•.. Antenna an(J Line lnst~d!atio . ~q~d :'.(!~ting ;(' . Sabre's trained pn,>(e~_~Jonals '~J ns~ll :e~J hJ!,~r , UHF, VHF a nd mic rowave a nt e nnas a lo ng with c~ax, w~vegW,,d_e arid j li~d Jin.~: . We a lso provide all tes tin g and path a lignment:'',..\>Ur c9~tf~ctott«;,~ay.e~""".,,_yxteqsive ex p~rience in the construction of teleeommuniea lion 1systems. ' We )~~~Sb ,:;sµpp ly ijl!. of the required materials and e quipm ent for a complete in st all~!i o n . :-. F ., ·t ·~~ . I if :.,,_,,,,.4 _,° ,,"'" ' ... r-: ,,. f .. r, PROJEC T PROPO SA L Prc 11 a r e d fo r : CIT\' o r FORT WOR T H, P{IRC HAS ING O FFI CF: 1000 H-IROCKMO IHON Pro posa l No.: 08-33 77 -MEG -G O V Da te: 12/17/0 7 P a ge I o f 5 FORT WORT H, TX 7610 7 Re feren ce : 480' S 4R/Ro lling Hills, T X #0 7-0 030 Attn: M s. Beatrice DeHoyos Fr e ight : De s tination Pay me nt Term s: Net J O S A B RE MODEL S4R SELF-S UPPOR TI N G TOWER I 2 J 4 5 6 7 8 >---9 ~,i1 ---11 12 IJ 1-1 Q ua nti ty o f o ne (I ) 4 80' Sa bre M o del S4 R self-su ppo rti ng to we r . T h e to wer w ill be squ a re in d e s ign w ith a ba se w idth o f 41' - O" ta pe r ing t o 7' -O" at th e top. The tower w ill utili ze so lid ro und st eel for to wer le g s a nd angul a r stee l fo r brac in g . T he to wer w ill be d e s ig ne d fo r a ba s ic w ind spee d of 90 mph w it h O" o f rad ia l ice, and 3 0 mph w ith 3/." o f radi a l ice, in accord a nc e w ith A N SI/T IA-2 22 -G . Revis ion G Para meters: S truc ture C la s s ill • E xpo s ure Category C • Topogra phi c Category I **Refer to N otes section for d efinitio n s of R ev/sum G parame te rs. T he tower w ill be d e s igned to s uppo rt th e foll owin g eq uipm e nt : A NTENNA MODH RA DOM[ TX. LNf. AZ l ,\UiT H MOU NT :,.CUMBE R EL EVATION SI ZE & T O ANTf.NNA MOUNT P ROVIO E D (Q T Y) Y ES N O C.O .R. TYP E FR EQ UENCY NORT H /D ES I C:'il YES N O (2 1) BtvlR 12-A X 480' (2 1) NIA Unkno wn Spec ial To p P la tfo rm X W hio An tenn as At Base I Y." (2) DB8 09DK-Y X 48 0· (2) NIA Un known Same as a bove X Dec ib el Antenn as A t Base I Y." (l )D B413 X 4 80 · (I ) NIA Unknow n Same as a bove X De cibd Ant enn a At Base I '!.'' ( 11) Tower Pre Am p (2' x 2')s X 48 0' (II ) NIA Unknown Same as above X Yi" (I ) PD 100 17-J X 4 80' (I) t",;/i\ l "nkn own Same as ahove X Whi o An te nna Ar Base I Y.-' (I ) PD100 17-I X 480' (I ) ;,.;; i\ l/nkn o m1 Same a, ah11 vc X Whio Ante nn a Ar Base I i,1~" (I ) PD4SS-I X ·180' (I ) N i,\ l nkn o" n Sam e as aho\'e X Wh io Ante nna Ar Base I i 1~ ., (I i DB4JR X ,180' (I ) Ni t\ l Tnkn,n1 n Sarne a, aho , c X Dec ibel Antenna At Base I 1,.,11 -----(2 ) DB 4 20-,\ X 480' ( 2 ) r,,, ,\ l 'nkno,1n 'html.'. .,, ,thn\ c: X Cl ec1 hd Antenna, At B~c I ', " .. ·- I 2) 6' If P Di shc, X 189" (2J f, Ci H1 l 'nkno11n I 110 ( 2) 1-1 2·· ( l !l \ I I •• .. ---· I l'.lH ,nc Dish Mounh t 11 r,· HP Di she, X 58" (2) I, ( i ll;, { "nkllO \\n l \,\0(2),1-12 "()[)_ \ I I •• .. I t l!·tvne Dish t-.k,unt, 1 I ) J . Sol iJ r>i ,h X w (I ) 6 (il11 l 'nknown o,w ( 1, 4.1,2·· n.n. X l,ti" 1 c2 -t1 ne Di sh Mo unt (I / MY/\ 1503K (N ) X 25 ' ( I J N,A I 'nkno "11 One (I J 2 J 8 .. O .D . X Maxra d J\nlcnna Yi " Flush Mo unt (I) C Xl :4 t\C Mar in e X 22" (I / N,r\ l "nk nown On<" ( I ) 2 J /8 .. () D . X 111 1 • Fl ush \foun1 · 11 i\ tower h a.\ b een de.\if(n ed with f ull inside wo rk p la tfo rnl{ with lrnn dra ilY at th e 1 85 ', .HO ', an d J l}I} • Elevatio n s I I, L, tow a ha., been d e.,i,:n l!ll wit /r t wo (2) corner re {t platfo rm.f with out /r andrails at tir e 480 ' an d 430' Fle m tio m n*Tlii\ UM e r /111.1 been d e ,ixn ed with rum er re ,t p latf11 rms H 1itll h a11droil1· ot tlt e 170', 11fJ '. 1 70 ', 120 ', l{()' a11 d 40' l;"/cv11 tin 11 1· 0 ** f'f,i , Io wa L\ de\if:nnl to wppo rt 1111 .. l rthtic I igh tin,: .S\·~te m " c1111,i1tin f( 11f jive (J) rin x, of Philip.I ( o l11 rfk, S I.X m o u nted in a circular p11ttPrn 11t th e dt'\"ll tiom and diame ten p ru,•hled a.H11 min g 4 " 1paci11,.: bet ween lit:lr t.1. Th e m o ullling ring, 1111d rnpp o rr, will h e pro,·itfril hy S ahre Co m m 111til'at io n ( Corp11m tio 11 an d are dt'.l il(fl t!<l t11 provide 11deq 11 11 te 1·tre11 t.:th a111/ 1a11icl! c11 p 11hili(v. Prepared for: ITEMI PROJECT PROPOSAL CITY OF FORT WORTH , P URCHA SING OFFICE 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Ms. Beatrice DeHoyos Proposal No.: Date: Reference: Freight: 08-3377-MEC-GOV 12/17/07 Page 2 of 5 480 ' S4R/Rolling Hills, TX #07-0030 Destination Payment Terms: Net 30 TOWER MATERIALS ..................................................................................................................... $909,141.00 Material s to be provided include : Complete tower steel and hardware All tower materials will be hot dip galvani?.aed as outlined in ASTM A-123 . Anchor bolts and templates Construction step bolts (see notes) Inside climbing ladder Four (4) waveguide support ladders (to support all lines)-3 ' rung spacing Special top platform at the top elevation Two (2) 4-1/2" O .D. leg dish mounts with two (2) stiffann mounting as semblies at the 189' elevation Two (2) 4-1 /2" O.D. leg dish mounts with two (2) stiffann mounting assemblies at the 58 ' elevati on One (I) 4-1/2" O.D. leg dish mount with one (I) stiffann mounting assembly at the 35' elevation One (I) 2-3/8" O.D. flush mount at the 25' elevation One (I) 2-3 /8" O .D . flush mount at the 22' elevation Two (2) comer rest platforms (no handrails) at the 480' and 430 ' elevations One (l) full inside work platform with handrails at the 385' elevation One (I) full in side work platfonn with handrails at the 350' elevation One (l) full inside work platform with handrails at the 300' elevation One ( l) comer rest platform with handrails at the 270' elevation One (1) comer re st platform with handrail s at the 220' elevation One (I) comer re s t platform with handrail s at the 170' elevation One (I) comer rest platform with handrails at the 120' elevati on One (I) comer re st platform with handrails at th e 80' e levatio n One (I) comer rest platform with handrail s at the 4 0' e levatio n Fo ur ( 4) waveguide brid ges 2-leg 2' x IO' ( 18' direct bur ial) w ith twe lve ( 12) 4 leve l trapeze ki ts Art ist ic li ghting stan doffs and rings to ac hieve a 50' circu lar pattern fo r the 460' e leva tion rt i tic lighting standoffs at1 d rings to ac h ieve a 43' circul ar patte rn for the 433' e levati on Arti tic lighting tandoffi and rings to ac h ieve a 36 ' circu lar pattern for the 40 5' elevati on Arti tic lighting stando ffi and rings to achieve a 29 · circ ular pattern fo r th e 37 8 ' e levati o n Arti stic lighting standoff: and rings to ach ie v e a 23 ' c ircul ar patt ern ft r th e 35 0 ' e levati on Required lighting mounts Required mid-point beacon mo un ts Required mid-point beaco n ice hiel ds DBI safety cab le k it with h arness (500') 8' La dder Ga te Motoro la R56 groundin g 50 0' I /0 gro und w ire bare so lid, tinned with req uired hargc r c lam ps One (I) 4' x 5/8" lightning rod co pper c lad T\venty-ei ght (2 8) cop pe r bu bar ki l5 (1 /4 " x 4 " 24". 36 holes ) P.E. ce rtified tower pro file and fo un da tio n draw ings Final erec ti o n drawings Prepared for : ITEM II ITEM Ill ITEMW PROJECT PROPOSAL CITY OF FORT WORTH, PIJ RC H AS I NG o.-FICE IOOO THROC KMORTON FORT WORTH, TX 76107 Attn: Ms. Beatrice DeHoyos Proposa l No.: Date: Reference: Freight: 08-3377-MEG -G OV 12 /17 /07 Page 3 of 5 480 ' S4R/Rolling Hill s, TX #07-0030 Destination Pa y ment Terms: Net 30 LIGHTING SYSTEM ........................................................................................................................ $ 38,964.00 One (I) TWR (E2) Dual light syst e m with four (4) s id e light s an d beac on cab le (3 5 1' -500') des ign e d in acco rd ance with FAA and FCC s pecifi ca ti o ns . FOUNDATION INSTALLATION .................................................................................................. $137,274.00 In sta ll foundations base d on geo tec hni cal stud y report prov ide d to Sa bre Communi cati o ns . TOWER ERECTJON. ....................................................................................................................... $169,318.00 The following is included in the erection price: Offload towe r material s fr om truck and inv e ntory Erect to wer steel co mpl ete In s ta ll in s ide c limbing ladder In sta ll four (4) waveguide support ladders In sta ll specia l top platfo1111 at the to p el eva ti on ln stall tw o (2) 4-1 /2" O .D . le g di s h mount s with two (2) stiffa1111 mou ntin g asse mblie s at th e 189' e le va ti o n In stall two (2) 4-1 /2" O.D . le g di s h mo unt s with two (2) stiffann mo unting ass emblies at the 58' e levatio n In stall one (I) 4-1 /2" O.D. leg di s h mou nt w ith one (I) stiffa1111 mo untin g ass e mbl y at the 35 ' elevati o n In sta ll one (I) 2-3 /8" 0 .0 . flu sh mount at the 25' e le vati o n In sta ll o ne (I) 2-3/8" O .D . flu s h mo unt at the 22 ' elevation In stall two (2) corner rest platfo m1 s (no handrails) at the 4 80' e levati o n Insta ll o ne (J) full in s ide work platform with handrai ls at the 385' e le vati o n I.n sta ll o ne (I) full ins ide work platfonn with handrail s at the 35 0' elevati o n Ins ta ll one (I ) full in s id e work pla tform with handra ils at the 300' e le vatio n Insta ll two (2 ) co rner res t platfo rm s (n o ha ndrail s ) at th e 480' and 43 0 ' e leva t io ns lnsta l I o ne (I ) full in si de wo rk pl a t fo rm wi th hand rails at th e 3 85' e levation In ta ll o ne ( I ) fu ll ins ide work pla tform wit h han drai ls a t the J 50' ele\ at io n Ins ta ll o ne (I) fu ll ins id e work p lalform wi th ha ndrai ls at the 120' e levation ln::.ta ll o ne (I) co mer res t pl atfo m1 wi th handrai ls at the 270' elevati o n Jn;;ta II o ne (I) Ct m er re t platfo rm wi th han d rai ls a t the 220' e leva t io n In ·ta ll o ne (I) co rn er res t pl arfo nn \.\ ith hand rail. a t th e 170' e leva t io n In ta ll one (I) co m er res t pl atfo rm w ith ha ndrai ls a t the 120' e le va ti o n Insta ll o ne (I) co rner res t pl atfo nn wi th handrail s at th e 80 ' e le va ti o n In sta ll one (I) co rner res t plarfonn wi th handrai ls at th e 40' e le vati o n In sta ll four ( 4) waveg u idc br idges 2-leg 2' x IO' ( I 8' J irec t buri a l) wit h t\, e lve ( 12) -l lev el trnp c:t e kit ~ ln ~ta ll arti s ti c li ght ing s ta 11 J o fTs and rin g to ac hi eve a so· ci rcula r pa ttern fo r the -lf,O' ckvation ln~tall c1rti s;t ic li ght ing ,ta nd nffs and rin gs to ac hi eve a 41 · c ir cu lar pa tt ern fi1 r th e ~111' dc\·atiun ln~ta ll a rti ·ti c li ght ing <,tanJ1 1ff'i a nd ri ng, to ac hi eH: d 36' c ir cu lar patkrn fnr the <lOS' ck\,tti,lfl In. ta ll ar 1i ~ti c lig htin g ~1:u 1t lo ff, an J rin gs tu ach ieve a 29" ci rcu lar pattern ti.1r the 1 78 . t:lc\ali11 11 ln -.,tall arti sti c lighting ,ta nd nff and rin gs to ac hi eve a .2 i · c ir cular patt e rn li>r the J.so· eleva ti o n In ta ll I >nl ,afety ah le kit v,it h harness (.'iO O') ln ,tall 8' I a Jder Gate Corpora t i on PROJECT PROPOSA L Prc 11 a r cd for: CITY OF FORT WORT H , Pt:RC H ASING OF FIO ~ 1000 THROC K M ORTON Proposa l No.: 08-3377-MEC-G OV Date: 12 /17/07 Pa g e 4 o f 5 FORT WORTH, TX 76107 Refere nce: 480 ' S 4R/Rolling Hill s, T X #0 7-0030 Attn : M s. Heatrice Oel-l oy os Freight : Des tination Pa y ment Terms: Net JO In sta ll Mo toro la R56 gro un di ng In sta ll 500' 1/0 grou nd w ire bare so lid , tinn ed wit h requi red harge r c lam ps In sta ll o ne (I ) 4' x 5/8" li ghtn ing ro d co ppe r c lad In sta ll twenty-e ight (2 8) co pp e r bu ss ba r k its (1 /4" x 4" x 24", 36 ho les) In sta ll li ghtin g sys tem TOWER FREIGHT TO TA RRA N T COUN TY, TEXA S ............................................................................................. $ 21,172.00 ANCHOR BOLT FREIGHT TO TARRA N T COUNTY, TEXAS ................................................................................ $ 1,557.00 TOTAL PROJECT AMOUNT ................................................................................................................................... $1 ,277,426.00 N OTES: Term s are Net 30 da ys after invoice. [nvoice will be issued once tower fabrication is complete. Classification of Structures : C lass Ill C lass Ill stru c tures are use d prima ril y fo r esse ntia l co mmun icat ions. Exa mpl es in c lu de: c ivi l o r na ti o na l de fe nse; em erge ncy, resc ue, or o th er di saste r o pera tio ns; an d, m ili ta ry and naviga ti on fac iliti es. Expos ure Categories : • Ex posure C Exposure C inc lud es o pe n terrain ""ith scattered o bstruct io ns th at are ge nera ll y le ss than 30 fee t hi gh . Thi s cate go ry in c lude s n at, ope n co untry ; grassla nd s; and sho reline s located in hurri cane -prone reg ions . Expo.mre C if th e standard defa ult fo r exp o .rnre categor ie.f. To pogra phi c Ca tegories: Ca tcoorv I e, • fh is category ha <; no ahnipt c ha nges in the general to pography, e .g . fl at ur rnll ing, and 111) winJ ~peed -up co nsideration s ha ll be required . It is th e standa rd defa ult fo r th e topograph ic rntt.!,:o ries. f'he permit package in c lud es a pro fil e drawin g o f the s tru ctur e \vith memba si tes ; a nc ho r bo lt ddai ls ; Je script ive note s; structural calculati,rns; a tab le o f s uppo rteJ anten nas, moun ts and fced li ne 'i; and a foundation sketch and ca lcu lati o ns (i f appli cable). !'hi <. 4 uo tati u11 is ba scJ 0 11 ;\1 SlfrlA -22 2 -G and ( ·ustume r pruvidcd spe c ili ca ti n n~ Fn1 in da t ion a nd a111:ho r no h dc:s ign'i a n : ha sc d ,tr ic tly n n AN\lff li\-222-(, l>irm·ns iona l information is preliminary o nl y ; it ma)' rhange ha sed o n final l'll ~int'eri ng . .'\ II \a h re mo unt , arc qu oted \\ ith uppnr1 pipe " n f a ppropri ate ll'n ),!th fo r mo,I a ppli cali o rh ii no t ,i th c m i,e "pcc rf icd . Prepared for: PROJECT PROPOSAL C ITY OF FORT WORTH, P li RC HA S I NC OFFICE I 000 THROCKMORTON FORT WORTH, TX 76107 Attn: Ms. Beatrice DeHoyos Proposa l No.: Date: Reference: Freight: 08-3377-M EG-GOV 12 /17 /07 Page S of S 480' S4R/Rolling Hills, TX #07-0030 Destination Pa y me nt Terms: Net JO Site must be easily accessib le for trucks delivering tower steel and concrete, cranes, drill rigs , and a ll othe r equipment required to perform the job. C us tome r to secure a ll permits. This quote is based o n no n-u ni on, non-prevailing wages , and non-winter working condi ti ons. A ll an te nn as, transmission lincs,jumpers, grou nd kits, hangers, and hardware are to be provided and installed by o thers. Constructi o n s tep bolts have been qu oted to the 34 7' elevation o n a ll fou r le gs for safety and ease of con struction . Step bolts s hould n ot be used for climbing without the use of a safety climbing dev ic e or fall protection e quipment. Delivery of tower materials will be approximately 12 to 15 weeks after receipt of approved co11tract. Submitted I3y : Sabre Comm unicatio ns Corporatio n ll1ad!~ Mark E. Gothier Gove rnm e nt Projects Manager Acceptance of C ustome r: Please enter ou r order for the above items in accordance with this proposal. Signatu re ____________________ _ Name (print) ___________________ _ Title ______ ... Da te P11r c hase O rd e r o . ~ ----~ Act O Orig Early Early Total :ooe IO oscrtpUon 1:.•, ~lb ........ ;..-1,.. ,u.• i.J, ,.._,1 .. ut.. J Dur Start Finish Float :1 .J .. ~ ~ .\ 14 ·" 1 ,, _. ,. : ,., 1.. ,v '.> •• .. e ;s 11000 Contract Award -Notice to Proceed 1d 28JAN08 26JAN08 0 l-------+--------------------1>--~-----+-----+---1 '010 Engineering -Permit Drawing s Issued 10c 29JA N08 11FEB08 0 ,02c Drafting -Fina l Drawing s Issued 40d 12FE 808 07APR08 0 1030 F oundat1on lnsta ll allon 10c 25 MAR08 07APR08 48d To we r Mau nufactu ring 20d 08APRD8 05MAY08 0 ~----+------------------l--+------1------1---4 1050 Tower Erect io n 20< 06MAY08 02JUN08 0 1060 Final Punch . System Acceptance Bd 03JUN06 12JUN08 0 St art date 28JAN 08 Fin,sh c ate 12JUN08 Contract Award Notice lo Pr .. I I I I I t I t I t I I I I I f f t I I I l 1 I I I I I I I .. E~1ooe~ng • Pe,;.,,1t Dr~w1~gs. Issue~ : I I I I I I I I I I I I ' I I I I I ' I I I I ' I I I 1 I I t I f I I I I Drafting · Final Drawings Issued 1 I 1 I I I t t I I I I I I I f I l I I t I I t I I I I I I t I I I :~ Foundati on lnstallat10:n : t I I I Tower Maunufactunng , I I I I I I 1 I I I I I ----- I ' I I I ' I I 1 I I I I I I I I I ~ I I I I !.. -' -'-' I I I I l t I Tower Eree!ior1 ' I f 1 I I I I I l I I l I I I ' I 1 1 I ' I I I I I I I I I I I I I I I I I I -----I • I I I I I I I I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I I I I I t t I I I I I ' I I ' I ' I :-. Final P~nch . System Acceptan<;e I I I I I I I I I I ' ' Data date 28JAN08 Run d ate 17DEC07 Pace numoe r 1A City of Fort Worth Earty bar -Prog res s bar -Cri tical bar Rolling Hills Water Treatment Plant -summary bar • Start milestone point • Finish milestone point 'I'.: Prirn avera Svstems . Inc 1\l 1/•.Cl 'M E Nf 11\ Pa']e 1 of 4 F ORT W O RT H ·--~ City o f Fo rt W o rth Subcontractors/Suppliers Utilization Form PRIME C OMPA N Y N AME : SA~HE CflY'{']LJ NI CATION S CORP OR AT[ON -----·--------·---·-. --·------PROJ ECT NAME : RA DIO CCNIIU Ni t.:AT rDNS TOW ER , ROL LING HI LL S COIYHYI UNI CAT IO N CENTER C ity's M/WBE Project Goa l : 20 % P rime 's M/WBE P roj ect Utilizatlon: 8 % Check applicable blo c k to d esc r ibe prime M/W/DBE X NO N MIW/DBE BID DATE 12/17/07 P ROJECT NUM BE R 07-00]0 Identify all subcontractors/suppliers you will use on this project M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business In the marketplace at the time of bid . Ma rk etp lace is the geo grap h ic are a of Ta rrant, Parker, Johnson, Coll in, Dallas , Denton, Ellis , Kaufman and Rockwall counties . ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD . Ce rtifica tio n means those firms, located or do in g business at the time of bid opening with in th e Mark et p lace, th at have been detemi ined to be bonafide m inority or women busine sses by the North Central T exas Regi onal Cert ifica tion Agency (NCTRCA), or the Texas Department of Tran sportati on {TX DOD. highway divisio n . Disadvantaged Business Enterprise (D BE) is syn on ymous with Minority/Women Busine ss Enterprise (M/WB E). f it hauling services are . utilized: the p r i111 Cc 'wijl~,-~~Werr ,,t(edjl as 'lon g.~ tf,1e..M/W HE_ iis ied owns ~nd ·1 oo efate s ;it ·IP.rl ~f 0 11 P. f111Tv lir:P.RS P.d ;i nrf Or)P.(;;i linn;i l ·ff tle"r<-t6 f;Jt hJ.Sedori'·lhP . Aifi#~';,j'hi 'Thi:, MiRr:; nl ::1 \/ 'lo:,c::,:, I lr Ut,.~:,, rrn111 ~1 1u li (~I '.v1·t.v"t~.~~,(~ \ ~gfcru rrt g. lf!?~~~ .. ~'WfYer -o·p$~atrn~. d·.r cJ r.eee_w. ,ru .l~ 1vf!iYB~ -~.r.~~tl. ~. ~~ .Ii M/WB E· m . y . rea se trucks . ·ftgr.f..T; no11 -~(W!3f:;.~. rrrd !J{lfing. d.wr1e r-qperators, buf wr IT on Ty receiVe, credit for' tfi'e f~es_ afl_d q:i!nrnissJo_r1~3 _;:iii;'!~~~r .m~.Mmtf~ ·s filim ~Eig· if! tn ~ ,~a~3ill£~~men.t.____ __ _ _ _' _______ _ Pt••/ r I•~, l ',, i fOR T WORTH ATTACIIMF Nl IA Page 2 of 4 ~~ Pri mes are requ ire d to identif/ ALL subcontractors/suppliers, regardless of status; i.e., Minori ty , Wor:1en and non -Ii.fl/\ Rfs. Plt'.!ase list MIV\JBE firms fi rst, use additiona l sheets if n cce55a ry . ------· ------------------------ Ce rtifi c ati on N (ch eck one) 0 n Deta il SUBCO N TRACTORJSUPPLIER Company Name Addr ess Telephone/Fax T '--- I N T C X Detail ~ Su b co ntracting Work Supplies Purchased Dol la r Am ount CA N-FEl1 r:ON STRU CTI ON CDf'lP ANY, INC . 11031 GRI SS l)Yl LA NE DAL LA S , TX 7522 9 (97 2 ) 484-4344 OFFICE (972 ) 48 4 -422 3 FAX WIRELESS HORIZ ON, I NC . 7870 MEXICO ROA D ST . PETERS , r<O 63376 (636) 397 -1341 OFFICE (21 4 ) 616-5374 CELL (636) 397-1416 FAX e M w T D w r 8 B R 0 -~ E E C T E A 1 X 1 X . --L----- --------- TO\JJE R FOUNDATIO N CONCRETE WORK PROJECT MANAG EM EN T - OOJIJOil',r; INSTJlilATI()I TOW ER ERECTI ON --------------~ --+---+-+--+-+--------· ------. -- ~--------~ -----it I I ---·-----·---. --------- $113 ,183 .00 $160 ,000 .00 --L------------- f', V ~r\i'J.'l)J l A rfACl!Ml-:N I 1/\ Pc1g e 3 of 4 --·------------------------- -· -----· -----------· Primes :ire re ri ui red to identify ~!:-!,, subcontractors/supplie rs. regardles s o f status; i e , ,1i11 ori ty, v'/ornen und non · •1/WBEs. SUBCONTRACTORJSUPPLIER Company Name Address Tele phone /Fax Please lis t M/\NOE firms first, use ad di t iona l shee ts if necessar/. N 0 Cortiflcatlon (chec k one ) T '--------n I N T e MWC Xrf rBB To., E E R O ~ C T E A Detai l S u bco ntracting Work Detail Supplies Purchased Dollar Amount --·------------------ -------- --------L---·- -------------- --------·· -- --!--·· l---+--1----1-....... ----------___ __,______ .. -----1------. --- "-"--------·----- ------ J? 'V "o/'}'1 /f J l I f'ORT VVORTH --~ - Tota l Dolla r Amoun t of M/WBE Su bcon tractors/Suppliers -·- To tal Dolla r A moun t of Non-M/WBE S ubco ntractors /Sup pl ie rs TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS . ----------------------- $ 113 ,183 .00 $ 160 ,000 .00 $ 273, 183 . DO AJJACH MENT IA l,age 4 of 4 By affixing a signature to this form, the Offeror further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid . The Offerer a lso agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with th is ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. Authorized S ignature GOVERNMENT PROJECTS MANAGER Title S PBRE C[JYJYIU Ni t:A rrf.JNS r.Df<POR A TIO N Compa ny Name ?.1 01 MURRA Y S f R!:.l:f Address SIOUX CIT Y IA 5 1111 Ci t y /Sta te/Zip MARK E. GOTHIER Printed Signature Contact Name(fitle (i f diffe rent ) (71 ?) 258 -6690/(7 12 ) 27~11 Telephone and/or Fax mqot hieriiJsabrecorn L=· .tllL_ __________ _ E-mail A ddress 12/1 7/07 Da te ,-1 ", 5131110.1 abre Communications Corporation T'A Guyed and S elf-S u pporting Towe rs , Monop ol e s, HF An tenn a System s an d Tu rnkey Insta ll at ion s FIVE (5) YEA R UMITED WARRANTY Sa bre Co mmuni ca ti ons Corporati o n (Sa br e ) warran ts to Bu yer tha t the produc ts fr o m a peri od o f fi ve (5 ) yea rs fr o m the date o f shipm e nt will be free fro m de fects o f ma te ri a l a nd ll'Ork ma nsh ip . T hi s Wa rrant y c ove rs desig n, fabr icati on and all oth e r goo ds su pplie d wi th th e or ig ina l to we r by Sab re , which a re no t spec ifi cally ex clud ed in thi s Warr a nty . Ce rt a in items are no t co vered und e r th is Warran ty. T hes e items in c lud e , but are not limited to : a ntenn as, lin es , an d re lated anc ill ary eq ui pme nt, li ght ing equi pme nt. li ght bulbs, o r oth e r ma teri a ls . In additi on, Sa bre doe s no t warra nt defe ct s o r fai lu re ca used by a ny of the fol low ing item s, whi c h include , but are not limit ed to : nonnal wi::a r a nd tea r, va nd a li s m, fa ult y insta ll a ti o n by Bu yer or it s emplo yees or age nt s, fa ilure due to wind s and/o r ice th at exceed the B uyer 's de s ign requirements, anchor failure ca used by e lectro lyti c co rro s io n, fl yin g objec ts, improp er mo difi ca t io ns o r re pair , li ghtning, fl ood , earthqu ake , vehi c les , or a nim a ls . Thi s Warra nt y w ill rema in va li d fo r th e per iod st:! forth o nly if yo u do th e fo llowin g : a. Make adequ ate tower in s pecti ons at s ix-mo nt h int erval s; b . Pe r fo rm pro per maintenance o f the to wer pursua nt to in du str y sta nda rd s: c . Ma intain in s pection/mainten a nc e re po rt s; a nd , d . Maint a in load le vels at or und e r des ign param e te rs . If th e tower is loaded with antenna s, lines or a ppurten a nces , whi c h ove rstr ess th e tower bey ond its o rig in a l de s ign parameters , or if yo u fail to do required in s pecti ons and/o r ma int e nance , then thi s Wa rra nt y sha ll be null and void , not me re ly vo id a ble. In ad diti o n, Sabre reta in s th e ri ght , in th e even t o f a c la im un de r thi s Warra nty , to in s pect th e to wer and fully in ves ti ga te a ll cla ims . An y re pa ir o r replac e men t co nt emplat ed under thi s Warranty s hall not in c lu d e fo unda tion s and /or anc ho rs . In the eve nt o f a c lai m und e r thi s Warra nry, which, aft er in spection and full inves ti ga t io n by Sa br e , Sab re de te rm ines , in its so le d is creti on, tu be co ve red by th e Warr anty, then Sab re's so le o bli gat io n und e r th ese Warra nt ies will be limi ted to e ithe r, at Sab re 's o pti o n a nd ex pe nse . re pa ir ing or fu rni shin g a re pl ac e ment F.O .B . fir st poi nt o f ship me nt fo r th e prod ucts o r parts the reof whi ch Sab re reas o na bly de te rmi nes do not c onform with the ~e wa rr a nt ies. a nd Buyer 's e xc lu s ive re medy for bre ac h of any suc h wa rr ant ie s will be enfo rce me nt o r s uc h o bl iga ti o n o r Sa bre . IN NO EVEN T S II A LL SAB RE BE LIABL E FO R CONSEQUE , T IA !. l)AM AGF.S. :-:OR Sll ALL SAB RE'S LIAB ILITY O N A NY C LA IM S FU R DAMAGE A RI S ING Ol / I < >F O R CO J\TN F CT ED WIT H THE SAi.ES CONT R,\CT O R T HE MA N!:r ACT URE. S A LE. [)f Ll VER Y OR l fSE O F r ROI){ 'CT S EXCEE D T HE Pll RC I IA SF P R ICE OF THE PR( ll )l :c rs ,\,, y AC f'l()'I H )k HRF-,-\C H OF WA RR . .\\'TY M PS f BE CO \l ~t LN<'F.D \V l l lll N (1:-./r: (I ) Y r \R . .\f· f E R rfl l · I ':\l "'- OF AC I ION ,\CCR ! FS IHSCI.A l'.VI E R OF OTH ER W . .\IHU NT IF S l'II IS f)OCl Yll'H I S ,\ CO.\IP I.UE r\0l l I .XtLl ;SJV I-. SfArf-\tl ·NI r1 f fllf. \\.\RR ,\\IIIS OFFE RFI) BY III F. ',f ·LLE R. rH ERE A RE '40 WARRA NTIES Bl·.Y11ND l l l<JSF-. 1-.. \PRI SSL Y ST ATED I, T fl!S WR IT ! (j TII F. FOR EG O ING \V A RR ,\NT!FS ,-\f{[ I.XCLI :s 1v r: .•\l\l) I\ Uf'l ' t >F A I.L OT HF.R WAR RAN '! IF S O F MERCI-I AN l'AB l!.I T Y. l·l l'NF SS F< JR l'l 'l<POSE ,\l\l) < JI, .\:,,.iY lJ n ,rn r Y PE, WI IE f'I IFR EXPRFS S F I) O R IMPU F:D . Phase II Supplemental Inlormation £or RFQ07-0030 Rollin$ Iiills Water Treahnent Plant l ~ ;1 ! , .. ' ( s ~ ~ 'Jr • p () p I-.: r C. H • . ' I , , I I I ; /.' i . 1 ' . J .... ,.'\ r·,.,,,11,1 ,71? /=,Bnt,111 • f 1)( 1 1,·, »;:i;,,-,,n If N'N ..,, ttJrt""( r ·11 · 1 lf r \ EXECUTIVE SUMMARY COMPETENCE f; ----------------·--~----:J QUALIFICATIONS FACILITY FEATURES PRO.JECT BUDGET PRD.JECT MANAGEMENT MWBE PARTIC I PATION abreT~ Communicati ons Corporat ion Oc to hc r I 8. ~007 Lka tr icc De Hoyos Sr . Ir Se rvi ces Spec ia lis t-Cu mr ac t :\dm in i~tra to r C ity o f Fo n Wo nh I 000 Th roc km o rton Stree t Fo rt Wo 11h. TX 76 102 Re: RF QNo .0 7-0030 Dea r Ms. De Hoyos, Sab re Co m m uni ca t io ns Co rp o ra ti o n appreci a te s thi s l)ppo rtuni ty tu <;u bmit a p ricin g pro posa l l11r th e s up p ly a nd insta ll a ti o n of a sdf-sup po rt ing t1.1 we r fo r the Ro llin g I I ill s Wa ter r re a rmen t f>l an t. !'h e tow er d es ig n fo r rhi s pro po sa l is ba sed 0 11 th e s pe c iti ca t io ns a nd a nt e nn a an d line c r ill'ria tha t wa s pr ov ided w ith Addendum One a nd Amendm e nt O ne o f One a nd is in acc o rda nce ,, ith the TI A -222 -G s ta nd ard. A lso includ ed in thi s de s ig n are the a rti sric li ghting r ing s a s s hO\\ n n n th1.' c o nc eptu a l drawi ngs #6 a nd #7. Sa b re Co mm uni c at io ns des igns and ma nu fac tur e s c o mmuni c a ti o ns towe rs; g uye d , se lf-s uppn rtin g an d mo no po le s a long w ith co mp one nt s. We a lso in s ta ll o ur to we r pr odu ct s by util i7 ing qu a li fied a nd re s pec te d c o ntra c tor s w ho have g u ne th ro ug h a ri go ro us qual ifi ca ti o n proce ss . We a re no t a Design/B u il d fir m w ith an arc hit ec t o n staff. O ur d es ig n e .,pert ise li e s wit h to we rs an d mo no po les a nd o ur co nstru c ti on cx pc rtir,e lies w ith insta ll ing th es e pro du c ts a lo ng w ith e quip me nt s he lte rs. s ta nd by ge nerat o rs. civ il :;it c a nd e lectri ca l wo rJ.., a ntenn as a nd li ne ~. etc. All o f th e se fu nc ti o ns a re ba se d o n s pe c ifi ca ti o ns prm id c d to us by ou r cus rnme rs . Having provided a nd insta ll e d th e Wes te rn Co mmuni ca ti o ns T owe r for the Cit.' o f Fn rt Wo rt h \VC a re co nfiden t that we c ;.i n provide a nd ins ta ll thi~ tm,c r to _,ll t1r co mp lete SJti •.factio n . Wh1 k \I.C u11cl e rs tand the C il j. '> proviSll\JI r l•I p;irticipati,,,1 ,i r n1in Oril )' ancJi<1 r \\<)lll C ll ll\\ IH:d hu,111c <;~ e11terpmc, for thi , pr oj e c t. and \viii util i1c .11 1 \I \\ [ff for th e 111,1,il latll ll l ,i r the frn1nda t inn<; a nJ <.:llnc ret c \\Ll fk . their panicqutio n \\ i!l 1H1t co n,tituk 21l % o f the tnt :il cnnt rz;ct I h,~ ,~ 111 pnrt due !l'• the high c,i-,1 o f' 111aterial lii r thi , ,peciall:,, de-,1 g11cd tnwcr \1.hich i, de 1g11cd to "'1pp o rt the '>Cvcn ( ') arti:,ti~' li ~ht rin g, ,i!P11 !:! ,11th till." ,pe c if icd an ten na a nd line lut1din f_!. S:1bn.: \\anh and ne eds tu uti li .1.e a to we r crc c t1 (m co1 11p ,111 1 that has a pnJ1.c11 rc co rd u l" ,u..:ce ",1'111 t,1\\L'r in:--ta ll ati,1 11 ,; and cxp<:r icncc to i11 sta ll this -180 . \,II{ ,l"il -'>up po rting to\\'cr . Al ~o. ~inn: th i"> projec t ctinsi'>tS n f o nl y g ro unding i11 :--ta ll a1io 11 , to wer fo und a t io n i11 sta ll a ti,11 1 a nd tr1 1.\U erectio n . uti li1.i11g \li Wll F cn tc r pr i.,es fi>r a t\l ta l o f 20'!{, ,if th e co ntra ct :1 111 o u11t i~ di ff ic ul t to ac li ie\ c . • 'II.· . ·~ ,i > , --· • \Vir eles~ I IPr i/on . Inc . ha s performed many to we r project s fnr Sabre t ·,1n1111 u11icJ t i,)ll -. thn ,ughl•Ut the l.: 11 ired States o ve r the l:i st se , era I yea r They a re ex pem:nced ,, ith Sabre · -products . pn,ced ure~ alll.l ~afe t~ requ ire men ts \\hi c h ,,ill he ,·ital fo r the: suc ce sc;ful co rnplctil11l ,l l°this p rojec t. We al so k1 w w hm~ im pL1rta11t o n-s it e proj ec t mana ge ment is tn the Ci ty a nd \V I II ha s thL· perso n fo r this ro le . This indi v idu a l. Riclrnrd Hei s ler . ha s o va -W yea rs e xperience in the to ,,cr ind ustry and has a n o ffice in the Dalla si Fo rt Wo n h me tro area . \,Ir. I leisler ha s mana ged sc,cral projec ts fo r pu b lic safe ty in the Sratc o f f exas fo r Sabn: sudi a s the C ity o fCiarlancl . th e City n f Granbury c1nd the C ity o f Midl o th ian a lo ng wit h De nto n Co un ty We feel that a hi g h e,pu ..,un: project s uc h a.:; th is demands q ua lified pe o ple doing thi, s peci al i7e cl work and 1w a re C1J 1didcnt t hat Sah re a 11d \Vi re less l·lor im n 's e:-.perie nce in th e towe r indu stry wi ll f11 lfill the req uirem e nt, fo r a succe ss fu l and s a fe ins ta ll atit1n of t he c o m 1111111 ica t io ns t(1 ,1er fo r the Ro ll in g I l ills 1·n:atmcn t Pl a nt. S in c erel y , SA BR E CO MM UN ICATIONS CO RP O RAT ION 1 " I! /cJl I -;f&,7- Ma rk E. Go thi e r Go ve rnm e nt Proj ec ts M a n ager Sabre T'.I ,.. _ ·--· ~-, ! _ -""'" --.* --\J U IIII IIUl lt ""Q 1.1\.1 1 I.:> Corpora tion Similar or Comparab le Projects Wharton C o unty , TX Phillip Mill e r (979) 543-0091 Supply and In s tall 160 ' Self-Supporting Tower Initial Contract : $66,724.00 Completed Contract : $66,724 .00 Se pt e mber, 2 002 -December, 2002 Walker County. AL Ro g er Wil s on (2 05) 2 21-79 1 I Supply and Install 3 00 ' Self-Supporting Tower Initial Contract: $ I 34,422 .00 Completed Contract: $134 ,422 .00 ,\.1ay , 2003 -July, 2003 US Department of Energy-S WPA Harry Mardirosian (918) 595-667 1 Suppl y and Install (3) Self-Supporting Towers Initial C ontract: $I , I 17 ,071.00 C omple te d Contract: $1,1 2 6 ,85 2 .00 June, 2003 -June . 2007 Ne bra s ka Depaitm c nt of Roads Ro n T o mp kins (402) 4 79-4344 Supply and In s ta l l 190 ' elf-Supporti ng T ower In itial ontract : 37 , 58 .00 Cumplekd Cun tra<.:1 : S39, 150 .00 <;cp temhcr. 2001 -October. 2003 Lewi s County E 9 I I , MO Gretchen Keith (573) 767-5451 Supply and Install 175' Self-Supporting Towers Original Contract : $47,284.00 Completed Contract: $47 ,284 .00 December 2002 -February, 2 003 City of Cleburne, TX Clint lshmail (817) 774-6305 Supply and Install 465 ' Guyed Tower and 2 50 ' Self- Supporting Tower Initial contract: $206,114.00 Completed Contract: $275,090.00 Project Manager: Dick Heisler (WHJ) US Department oflnterior-BLM Greg Bergum (406) 896-5217 Supply and In s tall (7) Self-Supporting To we rs Initial Contract: $539,22 5 .00 Completed Contract: $547,5 39 .00 July, 2003 -September, 2004 Wood b ury Cou nty, IA G ary Bro wn (7 12) 876-22 12 <:;upply a nd In sta ll('.!) Sel f-Supporting. (2) G uyed Towers Ini tial Co ntra c t : $54 7 ,4 70 .00 l'omplt:te<l Contract : $555 ,4 78 .00 Octo hc r. 2001 lay . 2 005 • la tte County Sheri ff. :Vf O Capt. Mark Owe n (816) 858-1965 Sup p ly and In stall 275' Self-Suppo ning Tower In iti a l Contrac t : $89,30 1.00 Comple ted Con tra ct : $89,JO 1.0 0 Oc tobe r, 2003 -Ja nu ary, 2004 Sta te o f Mary lan d Ca rl Wolfe (410) 581--4210 Suppl y an d Install 450 ' Se lf-Supporting Towe r Init ia l Co nt ract: $1,012 ,22 8.00 Co mplet ed Con tra ct : $1,046,536 .00 Dec e mber, 2003 -October, 20 04 City of Miami, FL Luis Se lema (305) 329-484 7 Supply and In sta ll 125 ' Self-Supporting Tower Init ial Con tra ct: $98 ,963 Completed Contract: $110,708 .00 f!.-j , ay, 2004 -June , 2005 Esse x County , NJ Lt. Anthony Me li a (9 73) 621-4170 Suppl y and In stall 375' Self-Supporting Towe r Initi a l Contract: $956,239 .00 Co mpl e ted Con tract: $1 ,076 ,217 .00 Augu st, 2004 -Jul y. 2005 Sta te of Wi sconsi n Ken 1icke ls (60 8 ) 273 -2777 Supply and Instal l 350' Self-Supporting Towe r In itial Co ntract : $415.635 .0 0 Co mpleted Contract : $415.635 .00 "i e pt<.'mbcr. ?00 4 Septembe r, 2005 C ity ofUarlan d, TX Jennifer Shou ld ers (972) 205-3 I 08 Suppl y and In stall 450' Self-S upp orting Tm,.,cr, Shclta, Ge nera tor, Microwave Radios, An te nn as a nd Lines Initial Co ntra ct: $1,175 ,70 0 .0 0 Co mpl eted Contract: $1 .3 8 3,632.00 March, 2006 -Jul y, 2007 Project Manager : Dick Hei s le r (W HI) Lake County , O H Pa ul Stefanko (440) 350-5555 Supply and In sta ll 230' Self-Supponing Tower Initial Contract: $182,497 .00 Completed Co ntract: $182,497.00 February, 2004 -April, 20 04 Integrity Tower David Buskirk (405) 359-1681 Supply and Install 190 ' Self-Supporting Tower Initial Contract : $82 , I 0 2.00 Completed Contract: $88,454 .00 July , 2004 -October , 2004 URS Corporation Patrick Maher (718) 441-4597 Supply and [nstall (5) Self-Supporting Towers Initial Contract: $7,204,041.00 Completed Contract: $7 ,486 ,7 52 .00 June , 2004 -March , 2005 99th Comm un icatio ns Squadro n Jeff Ga ut er i (702) 652-7346 Sup pl y and In sta ll 150' Self-S upponing Tower In it ia l Contract: $58,228 .00 Comp leted Contract : $-9 ,023 .00 September, 2004 -Decemb e r. 200 4 Pa ge 2 C ity of Fort Worth . f'X A.• upply and In stal l 220' Sq uare Sdf-S11ppor1i11 g Towe r \§!, ni t ial Cu nt rac t: S 156, I 09 .0 0 Completed Co ntract : $156 , I 09 .00 Ja nuary, 2005 -June, 200 5 City o f Springtield, I Darm es h Bh ara th an (6 10) 764-0542 Supply and In sta ll (2) Se lf-Support in g Towers Initial Contract: $279,498 .00 Comp le ted Co ntrac t: $327 ,5 13 .00 Augus t, 200 5 -January , 20 06 Denton County, TX Scott Arledge (94 0) 349-3130 Supply and Install 450 ' Self-Supporting Tower Initi a l Contract: $358 ,75 3.00 Co mplet ed Con trac t: $355,39 1.0 0 September, 2005 -October, 2005 Proj ect Manager : Dick Heis ler (WH!) (,..,.. hath a m County , NC " Tony T ucke r (9 19) 542-8533 Supply and Install 300 ' Self-Supporting Tower Initial Contract: $173 ,9 50.00 Comp le ted Contract: $173,950.00 October, 2005 -January, 2006 Ci ty of Granbury, TX Anthony Tull (817 ) 573 -11 14 Supp ly a nd In sta ll 250' Self-Supportin g Tower Init ial Co ntract: $113 ,393 .00 Com pl c tcdContract : $113,393 .0 0 Octo ber. 2005 -Dece mber, 2005 Projec t Manager : Dick Hei s le r (W f!I ) I iniH:r\ity o f Ok lahoma Jerry Rrota7 ge , t f'\C \ "'I "'I (; (("/ 1 \ "I' \J ~ j .J .__, -,J I • Supp ly and In stal l so · Self-Sup porting f'ow er Init ia l Contract : $116.264 .00 Cu mplc te d Co ntract : S 116 .2 6-L OO Nov c mher. 2005 February, 2006 Town of Charl es town , RI Richard Startor l40 1) 364 -1 2 10 Supply and fn ~tall 12 5' Self-Supp0rting Towe r Init ia l Contrac t : $62,508 .00 Com pl e ted Co ntract : $62,508 .00 June, 2005 Au gust , 2005 C leveland Coun ty, NC Joe Cherry (7 04) 484-4948 S upply a nd In sta ll (3) Se lf-Sup po rt ing Towe rs Initi a l Co ntrac t : $1.000, I 84 .00 Co mpl eted Con tract: $1,013,995.00 Se ptemb er , 2005 March , 20 07 Dixon County , NE Diane Mohr (4 02) 755-2255 Supply and In sta ll (2) Towers Initial Contract: $169 ,406 .00 Co mpleted Co ntrac t : $197,950 .0 0 September, 2005 -Nov emb e r, 2006 Cabarrus County, NC Capt. Phil Patters o n (704) 920-3005 Supply and In stall 300 ' Se lf-Su pp o rt ing Towe r Initial Contract: $141 ,611 .00 Completed Contract: $1 50,905.00 October, 2005 -March , 200 6 Marine Co rp s Air Station Yum a Frances Cerka (92 8) 269-2632 Su pply and In stall I 00' Se lf-Supporting Towe r Ini tial Co ntract: $141,611 .00 Co mplet ed Contract: $150 . 905 00 October, 2005 · Mar c h, 2006 City of Olathe, KS Jeff Bla ckma n 191 3 ) 97 1-8 787 Suppl y and In stall 180' Self-Supportin g rem er Initial Contract: $88 ,8-14 .00 Completed Contract : $88 ,844 .00 Dec e mb e r. 2 005 -March, 2006 Pa ge 3 ort h Caroli na Highw ay Patrol Ha ro ld Mea com b t919) 662-4440 Sup ply a nd In s tal l (6) Self-S upp o rtin g and Guyed Towers Initi a l Co ntr act: $1 ,777,6 20 .00 Co mpl eted Co ntr ac t : $1. 780 .. 079.00 Nove mb e r, 20 05 -July , 20 07 Bedford Cou nty , TN Euge ne Nichols (93 I ) 6 84-5974 Supply and In sta ll (2) Se lf-Supportin g Towers Initial Contract: $183,221.00 Co mpl eted Contract: $186 ,517 .0 0 May , 2005 -Feb ru ary, 20 07 Florida Depa rtm en t of Agriculture John Koehl e r (407) 25 1-2 355 Sup ply and lnstall 250' Self-Supporting Tower Initial Contract: $97,600.00 Completed Contract: $98 ,694 .. 00 May, 2006 -Au gust, 20 06 .~ --~Metropolitan Lynchburg/Moore County, TN Travi s McCall (931) 759-7076 Supply and In sta ll 180' Self-Supporting Tower Initial Contract: $75,402 .00 Co mplet ed Con tr act: $75,402 .00 Se ptemb e r, 2006 -November, 20 06 Town of Mooresville. NC David Whi ta ker (7 04) 662-8534 Su ppl y a nd ln sta ll 480 ' Se lf-Supp o rtin g Tower Initial Co ntract: $333,6 78 .00 Co mplet e d Con tr act: $333 .678 .00 Janu ary , 2005 May . 2005 nuen a Vista County F91 I. IA Ma rk VanH oo scr ,,1,\;10 ,,..," \.' I -) , '-' -• -~ Suppl y and ln sra ll 250-Self-Su pp orti ng To wer In it ia l Contract : $88 ,639 .00 Comple ted Con tract : $ I 0 9 .094 .0 0 Nov ember , :006 Aug ust, 2007 Jefferson Law En fo rceme11 t Cenl.:r, LA Leo Hasen th a l (MS Benbow & Associa tes) (504) 8 36 -8902 Supply and In sta ll 4 00' e lf-Su pp o rt in g Tow e r Ini ti a l Co ntra ct: $467 ,617 .00 Compl e ted Contrac t : $483,59 7.00 Marc h, 2006 -June , 2006 Ci ty o f Mount Ple asa nt , Ml Malcolm Fox (989) 779-540 I Pa ge .. t Supply and In stall (2) Self-Supporting Towers, (I) Monopole Init ia l Contract: SI 08,614 .00 Completed Contract: SI 05 ,576 .00 June, 2006 -Au g ust, 20 06 Tenne ssee Dep artment of Safety David Wolfe (615) 741-2749 Supply and Install (I) Self-Supporting Towe r Initial Contract: $254 ,672 .0 0 Completed Contract: $254,672.00 July, 2006 -September, 2006 City of Midlothian , TX Steve Campbell (972) 351-2 209 Supply and In sta ll 112 ' Se lf-Supp ortin g Towe r Initial Contract: $45 ,756.00 Completed Contract: $46,248.00 Nov e mber, 20 06 -January, 2007 Project Manager: Dick Hei sler (WHI) Barry County E9 l I, MO Ron Shook (4 17) 847 -1104 Su pply and In sta ll I JO ' Self-Suppo rt ing Towe r In itial Contract: $44 ,832 .00 Co mpl e ted Contract: $70 ,227 .00 Ma rch , 2007 -Ju ly, 2007 Chatham Co un ty, NC Tony Tucker 1919) S42 -8533 Supply and In sta ll JOO' Se lf-Supportin g r o~cr In itia l Con tract : $17 3,9·14.00 Co mp let ed Co ntract : $17 3 ,94..t .OO Octo be r, 2005 -Ja nu ary, 2006 Tvwn ofi\-lint Hi l l, NC A l Linker (704) 213 -6204 Supp ly a nd In sta ll 390' Guyed Tower In itia l Co ntrac t: $123,271 .00 Com pleted Contract : $ I 23,27 I .00 December, 2005 -March, 2006 Towns h ip o f Haverford, PA Jord a n S mith (6 I 0) 446-9403 S uppl y a nd Insta ll I 50' Ext I 8 0' Se lf-Supponin g Tower Initia l Contract : $230,950.00 Co mple ted Contract: $239,42 I .00 December, 2 006 -May, 2007 abr ,... ____ ....... :--•=--- .,....,. I I t I I II.Ml ll"GI LIVI I~ Co poration ·1 .... - PROJECT l\1ANAGEMENT The Construction Department manager is Jeff DeGroot who has over 16 years of experience insta lling towers and monopoles throughout the United States and over 9 years experience managing the departme nt and indi v idual proj ec t s. Each const ruction project is assigned to one of th e individuals in this department. It is the project coordinator's responsibility to hire qualified subcontractors, maintain the internal production, procurement and construction schedules to complete, deliver and install the materials required for each project. Each person in this department has m any years of experience in the tower industry and the one assigned to this project will be the only person yo u will need to contact. He will keep you informed of all aspects of the project in a concise and timely manner. This depart!l)ent has managed many turnkey projects for customers like US Department of Energy, US Department of Interior (Bureau of Land Management), City of New York Ci ty, Essex County, NJ, City of Garland, TX and many other state, county, city governments and utilities throughout the United States. These projects have included the s upply and installation of guyed,_self-supporting and monopole structures along with eq uipm ent shelters, s tandby generators, antennas and transmi ss ion lines, foundation installations and vario us site and electrical work. At this time they are managing one hundre d njne ( 109) construction projects worldwide . Sabre will utilize Wirele ss Ho ri zo n , Im::. as our s ub-co ntractor fo r thi s project. WHI is a we ll es ta bli s h e d a nd experienced towe r co ns tructi o n company that ha s p e r forme d an d is performing m any projec ts fo r Sabre Co mmunicati o ns thro ug hout th e Un ited S ta tes. WHI is a member of the a ti onal Asso ciati o n o f Tower Erectors (NATE) a nd has adopted the inJu s try sa fet y m e a s ure " that I ATE has put in pl ace. f"he project m a nage r w ill be R icha rd Hei s ler wh o has 4 0 yea rs t'.x pe ri c nce in the to we r indu s try and hw; an o ffic e in th e Oa ll as/Fo rt Worth me tro a re a . Di c k has m a na ged se ve ra l project s for Sa bre in the State of T e xas. The pro ject s that he has m a naged are s hown un the s imi Im nroicct s li s t th a t is cnclos cJ . ,r, • ,:.;,,;,,~· •• ,~. Sab rl! will a lso ut ili ze th e se rv ic es of C a n-Fe r Co nstruct io n Co mp a ny , whi c h is a c er t ifi ed 1'v1/\VBE loca ted in Da ll as. T hey \v iii be co nt rac te d to in s tall th e towe r fo un datio ns. Ca n- Fe r Co nstru c ti o n is th e co mp a ny Sa br e hir ed to ins ta ll th e fo un da ti o ns fo r th e 220 · tower a t th e Fag le Mo un w in Wate r T rea tm e nt Plant in '.2005 . We a re co nfid ent that o ur e x pe rienc e in ma nagi ng turnke y co ns tructi o n proj e ct s wit hin sc hedul ed time fr a m es and budge ts prov es that Sa bre Communic ati o ns Co rporati on c a n pro v ide Lh e qualit y products a nd se rvic e s that a re e x pect ed by the C it y o f fo rt Worth. Keith TinJall Communications Corpor a t ion --- Key Personnel Vice President -Ch ief Engineer Kei th is a registered profes sional engineer in all 50 U.S. state s. Washington, D.C. and Puerto Rico. He is responsible for the day to day operation of the Engi neer ing Department in designing guyed towers, self-supporting towers. monopole structures and foundations. He coordinates the work of several e ngin eers and is professio nally responsible for the engineering work produced by the company . He has a Bachelor of Architectural Engineering degree from Penn State Univers ity an<l a Master of Civil Engineering degree from Drexel University. He is a licen se d member of th e National Society of Professional Engineers and has participated in the standards formulation group for the ANS I/TIA /EIA 222 Standard since 1998 . Stephen Yeo Director of Engineering -Research and Development Stephen is a registered professional engineer in 48 contiguous U. S. states and Washington , D.C. He is responsible for support of the estimation/sales department with engineering review of new tower designs, technical customer support, development of software for tower/foundation design and new product development. He has a Bachelor of Science, Civil Engineering degree from Central Florida Univer sity . He is a licensed member of the American Society of Civil Engineers (ASCE) and a member of the TIA/EJA Co mmittee TR 14 . 7. Rex Mart ind ale _ __ _ __ Draftin g_.Qep artm cn t Man <!g_~I Rex has ove r 25 yea rs e perience as a draftsman . As Draft ing Manager he is resp0nsible for sc heduling all work of the department an d monitors for conformance to drafting procedu res and any s peci a l re qu iremen ts. He review s contract s pe cifica tions and assigns proj ects to the indi vidual draftsper so n. He v,:o rk closely wi th the En gi nee ring , Con tr ac ts and Construction departments in order to provide a ppropri ate an<l co mpl ete draw ing package s a long with mai ntainin g schedules that have been l:Stab li shecl . . -·------------------------· l'agl' 2 Jeff DcG roo t Co nstructi o n De artment Manage r Jeff has over 16 years L'.Xperie nC1: installi ng co mmunication s towe rs a nd monopole s thro ugho ut th e L nited Sta tes. He a l ·o ha s over 9 yea rs expe r ience man ag in g projec ts for Sabre Co mmuni catio ns. As Co nstruction Manager he and hi s s taff arc res pon s ibl e fo r th e overa ll mana ge me nt o f a ll co ns tructi on project s to co mpleti on a nd are availa bl e to o ur c usto mer s on a 24/7 basis. They ove rsee a nd sup e rvise th e sc hedu lin g of a ll aspec ts of th e proj ect incluJing s it e work. gro undin g insta ll a ti o n, shelter in s tallati o n. founda ti on in stall a tion s . tower fab ri ca ti on a nd e recti o n, a nd ante nn a a nd lin e in s tallation. William re rge n Co nstructi o n Project Coo rdin ato r Will has over 2 1 years expe ri e nce in th e tower industry . I le is o ne of the Cu nstru c ti o n Project Coordinators re s po nsible for maint a inin g the production and fi e ld construction porti o ns o f proj e cts . He is responsible for the drawing a nd fab ric a ti o n schedules a lo ng with s ub-contractors and completion sc hedule s. He ensures timel y delivery of tovve r and ancillary materials to maint a in the project completi o n sc he dule . Andy Van Roekel Construction Project Coordin a tor And y has over 8 years experience in the tower industry. He is o ne of th e Co nstruction Project Coordinators res po nsible for maintaining the production a nd fi eld co nstruction porti o ns of project s . He is respons ible for the drawing and fabrication schedu les a lo ng with su b-contractors and wmplt:tion sch edule s. He ensures timely deli ve ry of towe r and ancillary material s to maintain the proj ect completion sch edu le . Jason Bl ack Cons tr uc ti on Proj ect Coordinator Jason ha s ove r 2 yea rs ex pe rie nce in the to wer industry . I le is on e: pf the Cons tructi on Project Coo rd inato rs re s po n sible for main tainin g th e production a nd field co nstruction portions of projec s. I le is respon iblc: for the dnm ing and fahrica t ion sche du les along \\ith ub-cuntractors and completio n sc hedule s. lie ensures tim e!) <leli,cry of tower and anc illar y materials to maintain the project cnmplction schedule. Keith J. Tindall, P.E., S.E. Chie f Engineer Sabre Communications Corpora tion Sioux City, IA PROF E SSI O NA L R EGIST R ATI ON Registered Professional Engineer or Structural Engineer in 50 states , Puerto Rico and District of Columbia PROFESSIONAL EXPERIENCE Sabre Communications Corp. 619 8 to Present Siou x C ity , IA V ice President , Ch ief Eng ineer • Full respons ib il ity for eng inee ri ng of c ommu ni cat io ns towers and foundat io ns . • Des igned and /or analyzed approx im ate ly 3000 towers and foundat ions , pr im ar ily for the commun icat ions in dustry . Stainless , Inc . North Wales , PA Structural Eng ineer 619 1 to 6198 • Designed and /or ana lyzed approximately 150 broadcast towers ( and the ir foundations ), ranging in he ight from 100 to 2060 feet . • Des igned the world 's second -tallest structure-a 2060 ' broadcast towe r near Fargo , North Dakota -------·-------------------- EDUCATION Drexel University Ph iladelph ia , PA Ma ster o f C ivil Eng in e erin g (structural e m phas is), 19 98 Penn State University Un iversity Park , PA Bachelor o f Architectural Engineering (stru ctural emphasis ) 1991 PROFESSIO N AL ACT I VITIES Telecommunica t io ns Ind ust ry Ass o ci at io n (T IA) Part icipating in subcomm ittee TR -14 . 7 since 1998 (Standards For mul atio n Gro up for the ANSI/TIA/EIA 222 Standard ) Nati o na l Soc iety of Profe ssi on a l Eng i nee rs (NSP E) Li censed Member sin ce 1996 - Stephen Yeo, P.E. Director of Engineering Sabre Communica tions Corporation Sio ux City, IA PR O F ESSI O NA L REG I ST R ATION Registered Professional Engineer or Structural Engineer in 48 contiguous States and O.C. PROFESSIONAL EXPERIENCE Sabre Communications Corp. 200 4 to Present Siou x C ity . IA Director of Engineering • Support of Estimation /Sales with eng ineering rev iew of new tower des igns . • Deve lopment of software for tower/foun dation des ign . • New product development SpectraSite Communications, Inc. Cary ,NC Structural Design Manager 2002-2004 • Manage the structural design , analysis and re inforcement of telecommun ications towers according to various State , Nat ional and Internat ional build ing codes & standards . • Seal ing of reports , drawings and technical documents . Rohn Products International, LC Orlando , FL Internat ional Engineering Manager 1993-2002 • Structural des ign and analysis of telecommun icat ions and broadcast towe rs accordi ng to various internat iona l bu ild ing codes , standards & c ustomer specif icat ions . • Fou ndat ion desig n b ased o n inter pretat ion of ge ote chnical reports . • De velopm e nt of sa le s an d engi nee rin g softwa re (for in ternal use), and im plementat io n of supporting computer systems . Un ique Ele ctron ic s In c . Orlando . FL Process Engineering Manag er/Contra c t Manager 1987-1993 • Technical w rit,ng of manufa cturin g procedures/Sales quotes con tract management Dan ie ls Manufactur ing C o rp . Orlando . FL Sales Coordina tor/Assistant Manager, Kit Dep artment • Sales quotes , trade shows organiza t ion/Sales engineer ing (aircra ft maintenance/rep air ki ts ) 1985-1987 - - EDUCATION University of Central Florida , Orlando , FL Bachelor of Science , Civil Engineering PROFESSIONAL ACTIVITIES • Member, American Society of Civil Engineers (ASCE); Page 2 • Member of Telecommunications Industries Assoc ./Electronic Industries Assoc . (TIA/EIA) Committee TR14 .7 (ANSl!TIA/EIA-222 "Structural Standards for Steel Antenna Towe rs and Antenna Supporting Structures " standard under the auspices of the American National Standards Institute). - - - - Rex Martindale Drafting Manager Sa bre Communicat ions Co rpora t ion Sio ux C ity , Iowa PR OFES SIONA L E XP E R IENCE Sabre Commun i cations Corporation 1996 -Present Sioux City , Iowa • Dra ft ing Manager • Draftsman LeBlanc Communications Corporation Siou x City , Iowa • Draftsman EFCO Mo nett , Missouri • Draftsman fo r commerci al wi ndows . curtain wall and store front Div ision B Architectural Products Da ll as , Texa s • Dr aft sma n fo r co mme rcial win d ow s a nd sto re fron t Mitchell Engineering/ Mitchell Bu i ldings Mt . Pleas ant , Io wa • Shi pp in g an d Re ce ivi ng Sioux Car Park Si o ux City , Iowa • Assis tant Ma nag e r Wes tern Io w a Tech Community College Siou x Ci ty , Io wa EDUCAT I ON 1999 -Present 1996 -1999 1988 -1996 1986 -1988 1983 -1986 1982 -1983 1978 -1980 Associa te of Applied Sc ience Degree 1n Ar chitectural Cons tru c tion Engineering Ter;hnoloqy 1982 United States Army Ordinance Center \hndcl'!I. \L 1r~ L111d Dis ting uished Gradua te Award , Fue l and electri cal sys tems 1976 Un iversity of So uth Dako ta Sprin gfi e ld , Sou th Dak ota Draft ing and Ca bine t making - Jeff DeGroot Cons truction Group Ma nager Sabre Communica tions Corpora tio n Sioux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. 199 7 to Pres ent Sioux C ity , IA Construction Group Manger • Implemented a new department • Developed $10 million a year in new constru ct ion sales . • Organ ized safety program for sub-contractors to follow . • Managed over 110 proj ects on a daily basis . • Helped develop new products for catalog . • Scheduled delivery dates through multiple departments and f ield crews . Communications Services, Inc. N. Sioux City , SO Site Supervisor/ Foreman • Installed on average 26 tower s ites per year. • Ran a 4 to 8 man crew throughout all 48 states . • Managed project cost and on-time schedules . Communications Services, Inc. N. Sioux C it y , SO Steele Erector I Laborer • Helped stack a var iety of communication towers . • Installed a va ri ety of tower foundations • Equ ipped several towers with antennas and transmiss io n cables West High School S ioux C ity , IA EDUCATION 1988 to 1997 1985 to 1988 1981 to 1985 . ·, William Fergen Construction Proj ect Coordinator Sabre Communications Corporation Sioux City, IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. 912000 to Present Sioux C ity , IA Construction Pro j ect Coordinator • Oversees and manage construct ion projects • Act as liaison and be the point of contact between customer and com pany . • Oversee and supervise the schedul in g , contract ing . and hiring of subcontractors requ ired for fieldwork and construct ion needed . Master Home Repair Sioux City , IA Owner I Proprietor • Oversee and manage a home-based bus in ess . • Provide proposals based on customer needs and projects es ti mates . • Bookkeep ing for business . Sabre Communications Corp. Sioux City , IA Contracts Administration Manager • Oversee and mange contacts adm inistration department. 12198 to 1212000 1197 to 11 198 • Rev iew and initiate all project files and instruct individual departments . • Field in spect projects for problems and customer relations . • Act as li aison and be the po in t of contact between customer and com pany . • Oversee and supervise schedul ing of j obs though engineering , drafting , f ab rication , sh ipp ing and fi e ld operations . • Oversee and supervise the scheduling , contacting , and hir ing of subcontractors requir ed for fieldwork and construction needed . • Verify all job costing and invoicing for subcontractor work and initiate job extras as required . • Supervise (3) employees . Sabre Communications Corp . Sioux Ci t y, IA Contracts Administration 6195 tu 12196 • Act as liaison and be the point of contact between customer and company • Review and initiate all project files and in struct indi vidual departments . • Schedule jobs as required by cus tomers needs and product io n requirements • Verify all j ob costing and 1n voi c1ng for subcontractor work •:,,. . :6':,, 10;::f - Page 2 LeBlanc Communications, Inc. S ioux City , IA 9186 to 12195 Product ion Control Manger • Oversee all manufacturing j ob shop orders from start to com plet ion . • Act as liaison between est im ating , order entry , engineering , drafting , purchasing , manufacturing , galvaniz in g , paintin g , shipping and field operat ions . • Responsible for schedul ing the production of over $7 m illion in c ellular . microwave and broadcasting towers . • Route and prioritize job shop product ion . JOB RELATED ACTIVITIES • APICS Member -Former Board Member I Financ ia l V ic e President • OSHA Trained and Certified • Dem ing Philosophy Study Group (Western Iowa Tech ) • Supervisor Train ing Classes (Rohr Consulting ) Andrew M. Van Roeke/ Cons tru ction Coordinator Sabre Communica tions Corporation Sioux City , IA PROFESSIONAL EXPERIENCE Sabre Communications Corp. May 2005-Pre se nt S ioux C ity , IA Construction Coordinator • Manage 30 -4 0 tower construct ion projects nationwide on a daily bas is . • Work directly w it h qual ifi ed subcontractors to complete projects on time and on budget . • Work proact ively to meet customer 's needs w ith e xce pt ional customer serv ice . • Ass ist in prepa ri ng new bids . Tri-State Tower, Inc. Mario n , IA Field Superv isor 2001-2005 • Managed day to day operat ions of a 4 man tower crew. Assured compl iance to customer specificat ions . Occas ionally superv ised up to 8 techn ici ans on a j ob site . • E rec t ed Self-Support, Guyed and Monopo le towers . • Installed antennas and lines on all ty pes of towers and structures throughout the Midwest. EDUCATION Western Iowa Tech Sioux C ity , IA Associates of Arts Degree-Business Administration Hinton High School Hinton , IA Diploma with Honors JOB RELATED TRAINING 10 hou r OS HA card Com tra 1n ce rt ified Anritsu Site Master certified Andrew and Commscope certified Class A CO L 2000 1994 -1 998 Wireless Hor izo n, Inc. is a full service Ge neral Contractor specializin g in th e construction of wireless facilities incl ud in g : Ce llular/ PC sites Microwave systems AM Transmission facilit ies FM/Television Broadcast facilities Wireless internet systems Our unique compos ition allows us to professionally manage and complete complex turnkey projects while at the same time provide quality personnel to assist our partner Ge's with specialized construction services. Wi reless Horizon, Inc. has been in business since March of 2000 . We have performed construction activity on hundreds of sites in the last se ve n years. In 200 6 Wireless Horizon, Inc. su ccessfully com pleted construction of: 7 Turnkey raw land sites 8 Pad and pier tower found ations 13 Sla b tower foundations 8 Drilled pie r tower foundation s 20 Se lf-suppo rt tower installa tion 18 Guyed tower installati on 5 Monopole installation 4 3 Turnke y co -locations 33 Stru ctural Upgrad es 7 ~7 (), kxi c11 f~();ld • St l\·l1·r<; f\.J< > 1 1 U7fi I 'I rn r l<' t 1 . ; 1 1 \' 1 1· I . \ ~ I • I· ; 1 x 1 > 1 > ~ 'I 7 I l I , , S afety Ou r mi ssion as a co mpany is to prov ide our em pl o yees w ith all t he ne cess ary tools, equ ipm ent and train ing to perform thei r jobs sa f el y and wi th o ut incident. All of our towe r climbe rs have training in : RF a ware ne ss Tower mechanics and erection Fall Protection High angle rescue Our Civil construct ion crews have extensive train ing in: A de di ca t ed Sa f ety Ma nager wi th mo re t han 11 years of industry experi e nce co nt inu ally engag es o ur cre ws o ensu re t ha t safe ty remai ns at he for e front of al l o ur da ily o pera t ions. ~~~l~.s.s or1zon Trenching and Excavating Shoring Site Secur ement T raffic Control Heavy Equipment Operat ions Structural Services Since its inception, Wi reless Hori zon Inc, has special iz ed i n the installation of communication structures. Our Structural crews are capable of installing guyed and self support towers to heights of 650 ' and monopole structures to any design height. WHI's crews are well versed in structural upgrades. Anything from simple bolt on reinforcements, guy wire replacement or compound welded upgrades will be completed safely and thoroughly. The ex per ience of hundreds of structures under our belt, allows us to identify and reso lv e fabrication and/o r de sign issues onsite with little to no delays or added expenses. All of ou r st ructural foreman have in excess of l 5 yea rs of experie nc e . This experience helps us when dealing with dra ft smen, engineers and fabrica t ors to resolve iss ue s pr omptly . POL~e le..ss or1zon ~...,-,, k-.,L,' ,~.,;i ,I . \i 11\'kt· \!Cl 11 '.,~t,. 1i ,1 _;q '-I \I I • I ,I \,,;,\ \q ' I :11, RF Services Wir eles s Ho r izo n 's I n-Ho use RF crews are trained and ex perienced in th e installat ion and se rv icing of antenna and line systems on towers , monopo le s roohops and stealth structures . This includes continued education in the proper insta llation and repair of: Andrew coax and connectors Andrew elliptical waveguide Commscope coax and connectors Eupen connectors Powerwave TMA/Bias T/Current injector systems Andrew TMA/Bias T/Current in j ector systems CSS PCU /R ET/V-Tilt Systems EMS Cobra rn Series VED & RVED Ka threin CCU/ RET Systems vOi~e.Le.5$ or1zon ti ' '!; ~ "'~· Richard E. Heisler, Sr. Ril·lwrd k1 s u n :r -II)> l'a1s ()r cxrcrien.:.: in , ir1 11 a ll y l'\'l'ry as pec t 1)f till· (l'1111111111 icati(l 11 .., indu,tr:,-. Starting as a labore r \\llrking. 0 11 the cua-;t-t c1-1:n:1 s t micrn \\cl\ l' i11s talla tinn ti,r \\"cs t<..'rn l :11 it1n in I ')6~. W ith hi s kno,, kd ge :mJ exper ien ce he rap id ly esc:tl atc d thro ug hout the.'. yea r::," ith a prn,·cn track rc.·co rd or s ucces::-. ful pruj ec ts flJ r \I C l. ~pr int. AT& r. South\\'estern rk 11 ;:me! i\l o toro la to nam e a ft.-,,. Experience 1 %8-19 7-1 ,\d va nce d In du s trie s -Si o ux Ci ty. I :\ Tower Erection Services '.Jo rthw cs tem Be ll -Si o ux C it\'. IA In sta ller/Lineman -Outs ide Plant Construction I ()7 -1 6 -'8 l I o w a T o wer Erec ti o n Co . -Si o ux C it ,·. !.-\ Co-Owner 6 ,8 l 9187 9 /87 6188 5 '89 6/98 MCI Te lccL1mm uni cat io ns . Inc. -Rich ardson, IX Manager of Transmission Systems Operations Weule Fngine e rin g. In c . -St. Lo ui s. \110 L>irector of Telecommunicati ons Services LcB lanc Co mmuni catio ns. In c . -Rich ard so n. TX Vice President of Sys tem s Operations 6,()8 -8102 Wirele ss Co nstrn c ti nn. In c 1 ,\mc ri can Tt J\\LT C o rr Richa rd son . I .'< Pre s id('(Jt / Area Vlanagcr 8 ,fJ '.2 -Prl's . Win:kss l lori 1o n. In c \"ice P re~ident Education I lll'c ll I 1h l·r f lp tic I r.11 11i11g S '-li u 11J l ll ,".:; \nw rr l clll la na l,!t:rn c11 t \..;~p uat 1P 11 .\tl ;rnt.1. Ci .\ I '/8 .:; \ L1n;1t,!l'lll <..'Ill I ra ini 11g ..,,.'n1 in;1r J lJ X-1 l'h nc ni, ( 't>lk g e \ l /()-1 ( (®) Sabre · . ~ Communications . Co r por a tion ---·-- , . Factory Locations Sb C . . C . DI a re ommumcations orporat,on 2 10 I Murray Street P.O . Box 658 Sioux City , IA 51 I 11 (800) 369-6690 Te l: (7 12) 258-6690 Fax : (7 12 ) 279-0814 Sabre Tubular Structures TM (A Division of Sabre Communications Corporation) 2300 West Risinge r Road Fort Worth, TX 76134 (866) 254-3707 Tel: (817 ) 294-7210 Fax : (817)294 -5064 Sa bre S ite Solutions TM (A Division of Sabre Communications Corporation) 230 I Br idgeport Dri ve P.O . Box 65 8 Sioux Ci ty . IA 51111 (866) 428-693 7 rel : (7 12) 293 -1124 rax (712) 293 -1964 Sab re · Communications Corpor a tion Professional Organizations Keith J. Ti ndall , P.E., S .E. Vice Pr es ide nt and Chi ef Engin ee r Sa bre Co mmu nicatio ns Corpora tion Telecommunications Indu s try Ass ociation (TI A ) Part ic ip at ing in s ubcommitt ee T R-14 . 7. (Standard s Formul ati on Group fo r th e ANSI /T IA/EIA 222 Sta nd ard ) National Society of Professional Engineers (NSPE) Lic en se d Me mb er si nce 1996 Steph en Yeo , P.E. Dir ec to r of Engin ee rin g- Research and Deve lopme nt Sabre Co mmun icat ions Corpora tion Telecommunication s Indu s try Ass ociation (TI A ) Part icipa tin g in sub co mmi nee T R-1 4.7. (Standards Formu lati o n G roup fo r the ANSI/T IA/E IA 222 Standard ) A m e ric a n S ociety o f Ci vi l En g ine e rs (ASCE) Licen se d Membe r si nce 1997 --------·-··---·---·-- Communications Corporation PROFESSIONAL STANDARDS and CERTIFICATIONS • Los Angeles rabrication Certified (Co mpan y) • San Bernardino County Certified (Company) • Certified Welders per A WS DI. I Welding Code • In-House CW! (Ce rtified Welding Inspector) • In-Hous e Magnetic Particle Certified • Nationa l Association of Tower Erectors (Company) As a standard the Engineeri ng Department meets the requirement s of the latest editions or revision s of the AISC manual and /or the ANSI/TIA /EIA-222 standard. As a standard the Drafting Depai1ment meets the requirements of the latest editions or revi sions of the AISC manual and /or the ANSJ/T IA/EIA-222 standard and cus tomer spcci fic ations. Engi neering Services In order to create state-of-the-art products and customer services. yo u need a professional staff with a wide range of engineering disciplines and capabilities. Sabre's certified structural engineers have the experience and skills required to ass ure the integrity and reliability of our products. Our engineers adhere to strict customer and TIA /EIA spe<.:ifications while at the same time maintaining competitive prices. Engineering certifications are available for all 50 states, Puerto Rico and the District of Columbia . Sabre's engineers have experience working in most areas of the world . A division of experienced drafting and design personnel focus exclusively on special projects , allowing us to design and manufacture extremely complex towers and antenna systems . Using our unique software program, we are able to perform in-house structural analyses of tower systems in less time and with greater accuracy than our competitors . The latest CAD systems give our engineers the tools to prepare plot la yo uts , bills of material, final drawings and licensing packages . Each of Sabre 's tower and antenna products come with comp lete instruction manuals and erection drawings to ensure easy, accurate assembly and installation . ---· ----------. ( ~~!u~rn~ Corporation Construction Services Sabre 's Construction Department provides you with complete turnkey const ructi on on any tower si te , anyw here in the world. We are the on ly contac t necessary because a ll coordination with the installation crew is done for you. Sabre works with you to create a sc hedule to organize yo ur entire s ite development , and keeps you informed of the progress every step of the way. If yo u have any unique requirements , we will work with you to find the best and most economical solution to mak e sure yo ur si te is completed on time and to your specifications . Services available through Sabre's Construction Department include: Site Surveys Successful site development depends on accurate and thorough pre-program si te su rve ys . Typically, we use proven and reliable subcontractors for raw data ge neration related to geo-tech, grounding and underground utility surveys. For existing tower surveys we use Sabre's in-house capability that includes a staff of professional engineering members . All survey data is asses sed by Sabre's engineering and construction team and then used as a basis for tower , shelter and infrastructure layout and design. Site Construction Our Construction Departm ent has a reputation fo r on-t ime perfonnance with no-worry s ite construction . We can pro vi de in stallation on a co mplet e ly raw land si te including site clearing , gradi ng an d civil work. grounding inst a llation and te stin g, telephone and e lect rical services . and fencing. We can also provide and in stall a variety o f type s and s izes of shelt ers. Founda ti on lo tallation Sabre can provide you with the ncce s:ary geo tec hni ca l report comp lete with horing log .rn d recomme ndati ons to make s ur e yo u hav e the proper fou ndation des ign to meet yo ur tower spe cificati ons . We have experience in stalling foundations fo r a ll type s o f towers including buried mat , cais so n, pad and pie r, deadmcn and rock a nchor designs . We can a lso in sta ll foundation s fo r s helters . Tower/I nfrastructurc In sta ll atio n Our towe r. she lt e r and po\ver system in stallati on expe rt s ca n in s ta ll a ll of Sabre·s towers and infras tructure produc ts in al l type s o f condi ti ons . Expe ri enced in c r...:cting towe rs and turnk ey infr as tru c tur e ,....-or ld w id e. we ca n s upply c rews that use cra nes. g in po les. s pecia l vehi de and he li cop ters depending o n the ac cessibilit y of yo ur s it e. A ntenna and Line Installation and Testing Sa br e·s train e d professionals can in sta ll ce llul ar. UHF. V HF a nd rrnc rowave antenna s a long w ith coax . waveg uide and hard line. We a lso provide a ll tes tin g and pa th a li gnm e nt. Our contractors hav e ex ten s iv e expe ri e nct: in the co ns tructi on of telecommunication sys tem s . We ca n a lso supply a ll of th e req ui red ma terials a nd equipmen t for a complete in stallati o n . .~ '~ ~~u~!!!., _. Corpora t ion PROJE CT PROPOSAL l'rqrn rl'd for: CIT\' or FOR r \\'lit{ rtl, Pl .RC II . .\S('.\(; orr1n: Proposa l No.: 08-33 77-:\1 EG -COV IOOO THROC KMORTON FORT WORTH. TX 7 6107 Attn: Ms. Bcatrit·c Oe ll oyos Da te: Refe r e nce : Freight : lll /18/0 7 Page o f 6 -t 80' S_.R/H o lling Hills, TX 11 0 7-0030 Des tination Payment Term s: '.\cl JO SAB RE J10DF:L S4R SELF-SUPPORTIN G TOJJIER 3 .j 5 I\ Qua nti ty o f ll ne (I) 480' Sab re Model S-rn. self-su pp ort in g tcm cr. The to wa will be squa re in de s ign with a ba se w idth of -l l ' -O" tape rin g to 7' -O" a t the to p. The towe r ,viii utilize so lid ro und stee l fo r towe r legs anJ ang u lar steel for bra c in g . The tower wi ll be designed fo r a bas ic wind spe ed of 90 mph with O" o f radia l ice, anJ 30 mph with Y,," 1)f radia l ice , in acco rdan ce w ith A SI/T lt\-22 2-G. Revision G Parameters: StnH.:ture C la ss Ill Exp os ure Category C To pograp hic Category I ** R efer to Notes sectio11 for defi11itio11 s of Revi_{ion G parameters. The towe r will be de s igned to supp ort th e fo ll ow in g eq uipm ent : .\!\TE.'iNA .\IODEL :'1,1:;\IRf.R (QT YI (2 1) BMR l 2-A \.Vhi n Anten nas ( 2) D1J80 9 IJK -Y Decibe l An tennas ( I l DB -l lJ Dec ibel Antenna ( 11 J Towe r Pre Amp (2' x 2')~ t 1J PD 100 l 7-3 Whio Antenna (l )PD 100 17-I \\'h io ,\ntcn nJ (I) l'D-1 55-l \\ h io ,\ntcnna _ I kubt·I \nt.:1rn.1., , ~) '1 ' I IP flhh,·, R.-\00.\lf. Y ES .'\O X X X .\ X X X \ !~ ELEVA T I O:-. C O .R. 480' .'\t Ba se -1 80 " ,\t Bas e -180 ' .-\t Bas e -180 ' -180 ' At Base -180' . \t Base -180' \l BJSC 181)' \t B .i.,,e --,~ TX. Ll;\E S IZE& T\PE (2 1) I I;.-" (2) I i<, '" (II ) ' .. " I I) I '·~" ( I ) I '•" (I) J ','' t I ) FREQI .E'.\'CY N/A '><I A N I A !\/A "i/A " .\ 1 ," ~--------· \t Ha~e I ', .. -~-~-~--r::Z ;IG - 1 • ,g· -I~) ·-,, ( ,I{/ ..\Zl.\llT H TO .'\ORTH L'nkn own Unkn own Unkn ow n lJ nkn o wn Un know n l ·nk.no"n 1 nlnm, n I , l f'<t '.< 11 .\:'I, rE:\°NA '10t::'ff (OF:S I G.''~") Specia l Top Pl a tfonn Sarne as a bove S a rne as aho \'e S ame a5 abq,·c Sa m e a, above ---f:"~1 1 '1 1-1 ~--<> ll. _J .s~l>h h \luu11h I\\" I 2) 1-I : .. () f > .\IOL.'\T l'ROVIOH) n :s '-<> X X X X \ X ,__ __ _ .\ \ ~ /hi\-tower /1111 /}('('II d t!1·iK11 etl with j 11// i 1n irf,, ,.-nrl. ['f11tf11m1 , •ri!lt l1a11dr r1i/1 ,!f !h t! 18 , •. i.-'I ', u11d .~:!fl' !:krnrio n1· f: //1 i1 t11k ·a l,,11 hec 11 d e1i;.:11 cd ,,·ith two f .'/ corn,,, n •lf p/11tfo n11, •<'ith o ut h r111drni/1· 11 1 th t' .f !W · 11111 / 4./f/' F/c1 ·u t i11 111 • • 11,;, t o •,•,•r lrl/\ h e,•11 d e,i::11 n / 11 itlt ,o ma r nt pf11r(o m1\ ,..;,1, h o111Jmi/1 11r th e l-fl ·. J _'IJ •. , -o ·. /_'II'. 80 · 011,I -I IJ · I lt·1·111 i,J 11 , • t /1i1 r11 ,, ,., ;, t!,•,ii;11,·tl ro '"f'Pilrt 1111 ·· l r(/\tit· I i;.:hri11i: Sn1t·111 ", 0111 i ,1i11K 11/ ,c, ..,, , -1 ring, 11 ( l 'hili[" < o/11 r/le.\ \I \ 1111111//fl'fl 111 ,, , ,,, 11!11r 11,1/ter,1 ,If rht' ,·In 11ri1111, 1111d di,1111,·rc n pr,11 ·i 1frrl '"'11111 i 11g -I "'!''" i llK her,, ,•e r, fii;!,r, I l1c 111,111111im: ri11i:1 ,111,I \/1/'l '"'t' .. ·i ll h,· 1irn,-i,J,,rf hr \"11hre ( 0 1111111111 i.-,11io11 , ( 11 rp11r11ti o 11 1111,I ,1n • d,·,i,::11 erl (11 pro1 ·id,• u,/1 •111111/e ,tr ,·11 i:tlt 1111,J ,,•n-i, 1', ,11 111 /Ji l i r r . • '',1 I,' 1r •1 ·1 r l ti r • ., Prepared for: ITEM/ PRO.JECT PROPOSAL CITY OF FOR r WORTH. Pl'RCII.\S I'.',(; OFFI CE IOOO THROCKMORTON FORT WORTH, TX 7 6107 Attn: Ms. Beatrice DeHoyos Proposal No.: Date: Reference: Freight: OR-JJ77-MEG-GOV I 0 /18 /07 Page 2 of 6 -t80 ' S-tR/R olling Hills, TX /:1 0 7-0030 Des tination Payment Terms: Ne t J O TOWER MATERIALS ................................................................................................................ SI ,009,-U4.00 Materials to be provid ed include : Co mplete tower ste e l and hardware A ll tower ma te ri a ls will be ho t dip ga lva ni ze d as outlin ed in ASTr--t A-123 . Anchor bolts and template s Co nstruct io n ste p bo lt s (see note s) In s ide climbing ladder Four ( 4) waveguide support ladders (to support all line s) -3' rung spacing Specia l to p pl at fo m1 at the top elev ati on Tv .. ·o (2) 4-1 /2 " O .D . leg dish mounts with two (2) stitfa.rm mo unting asse mblie s at the 189' e leva ti o n Two (2) 4-1 /2" 0.D. leg di sh mounts with two (2) stiffann mou nting asse mblie s at tht: 58 ' e levati o n One (I) 4-1 /2" O .D. leg di sh mo unt with one ( l) stifTann mounting assembly at the 35' elevation One (I) 2-3 /8" O.D. flu s h mo unt at the 25' e levation One ( l) 2 -3 18 " O .D . flu sh mount at the 22' elevation Two (2) comer re s t platfon11S (no handrail s) at the 48 0' and 430' e lev ati o ns One (I) ful l in s ide wo rk platfonn with ha ndrail s at the 3 85' elevation One ( l) full in s ide work plat fo nn with handrails at the 350' elevation One (I) full in s ide work pl at fo nn with handrail s at the 320' e leva ti o n One (I) comer res t platform w ith handrail s at the 2 70' e leva ti o n One (I) co me r rest pl atfo m1 w ith hand rai ls at the 220' elevation One ( l) co mer re st platfom1 with hand ra il s at the 170' e le vati on One (I) co m e r rest pl atfo nn with handrail s at the 120' e levati o n O ne (I ) co mer re st platform w ith handrail s at th e 80' e leva ti on O ne (I) co mer res t platform with han d ra il s at the 40' eleva ti on Fo ur ( 4) waveguid e br idges 2-leg 2' x I O' ( 18' direct bu ri a l) with t\, e ln: ( 12) 4 level tTape1e kits Arti stic lighting (Philips Co lor Flex SLX) with ,undoffs an d rings to ac hie ve a 50· circ ular patt ern for th e --160' elevatio n Artistic li gh tin g (Philip, Color Flex SLX) \Vith standoffs an d rings to achie H: a --13· c ircul ar panern fo r the --1 15' e leva ti o n Arti stic ligh t ing (Philip<; Colo r Flex SLX) 1\ ith standoffs and rings to ;ich ieve a Vi· rin:ular pattern fix the -11 O · c ln ati11n ,\ni ,tic lightin g !Philip) Colo r I-l ex SL'<) 1\ith ,tandot1s .md rings to .ich1e1e a :er circ la.r pattern for the '91 ' clrvalJ c,n ,.\ni,tic li~hting (Philip ~ Color Flex ';IX) \\ith stand offs anJ ring,; to .1 1.:h ic\C ;i 2 ,· rn,ula r pattern for rhe 31 1, c lc1a1 ion .-\rti'1ic ligh1in1; ( Ph ilip s Colo r Fkx SI . ·),,1th ,tanJ o m anJ rin ~s to achicH: ., 17" c1rcu lar pattern for the ~6 I · c>lev ,tt ill n .\rti stic lig htin g I Philips Col or H .:x Sl.X) 1\ i1 h <aanJuff, anJ rings to :JLhicH' a I::· , iruilar paftem for th<: l ,1)' elcv :111 ,)11 R cqu irwl I i~htin g 111 o un1, fl ' I ' I • I , '"""\.I UJICU I II JU -f'\l f lll tJ\.-.d LUII l l llJU lll', R cqu i rc d rn irl -po i II t bt'a con ice <;I, ie Id~ I >l~I qfety cahle kit II it h ha mcs j (5 00 ') 8' Ladder ( ia te \l ntn n 1la R56 1Ll'llt 111Ji111! ~0 0' I O ~rou nd 1, ire bare ,o liJ . tinn ed ,11t h n:quirn l ha r~<:r c:la1JlJ'' < hie (I) I' x., 8'' li !,!ht11i11 !-.!. nid '-''11fX'r '-·I.id I \\L'lll~ e 1!.d1 t (.?X) '-''f'pt:1 hu v, h,tr kih / I I "\ I" : I" 11l1 1,,lc:,1 1'.1 'L'l li11c:d I P\ll'I' f11•)1ik .ind 1;)IJ11 dar11 •I I ,11 ;111 I II L:' f 11 1al :.:l l'<-11< ,n d r:1 11 i11!!, • • ~ 1 '.1 ;r i r ·: ····t ;;, , r>,• · .,, ~ ( .• l\ ,._ •• ' ' ~ ~~~u~!!! ... Prepared for: !TE.ti II ITEM Ill ITEM IV Corporation PRO.JECT PROPOSi\l , Cl rY OF ~01{ r WORTH. Pl HUI .\Sl'.\G OFFICE IOOO THROCK:\-'lORTON FORT WORTH, TX 76107 A ttn : Ms. Beatrice Dell oyos Proposal No .: Date: Refe ren ce: freight: 08-3377-1\1 EG -GOV I 0/18/07 Page J of 6 .t80' S.tR/Rolling Hill~. TX #0 7-00JO Destina li o n Pa yme nt Terms: Net JO L/G/-ITING SYSTEM ....................................................................................................................... S 38,964.00 One (I) T \VR (.E2) Dual I ight syste m with four ( 4 ) s ide I ights and beacon cable (3 5 I' -500') de s igned in acco rdan ce with FAA and FCC s pecific ation s. FOUNDATION INSTALL,t TION ................................................................................................. $137,274.00 In sta ll foundatio ns based on geotec hni ca l study rep o1t provided to Sabre Co mmunic a ti o ns. TOWER ERECTION. ...................................................................................................................... S177,840.00 The fo ll owing is included in th e erection price: Offload tower material s fr om truck a nd inn:ntory Erect tower s tee l co mplete In s tall in s ide -:limbing ladder In stall fo ur (4) wave guide s upp o rt ladder s In s tall s pecial top platfom1 at the to p elevation In s ta ll two (2 ) 4-1/2" O.D . leg di sh mounts with two (2) stiffam1 mo untin g asse mbli es at the 189' e lev ati o n In stall tw o (2) 4-1/2" O .D . leg dish mount s with two (2) stiffam1 mo unting as semb li es at the 58' eleva t ion In stall o ne (I) 4-1 /2" 0 .0 . leg di sh mount with o ne (I) stiffarm mo unting assemb ly at the 35 ' e lev ati on In stall one (I) 2-3 18" 0 .0. flu sh mo unt at the 2 5' elevati o n Install o ne (I) 2-3 /8" O .D . flu sh mount at the 22' eleva ti o n In sta ll two (2) co mer re st pl atfo rn1 s (no handrail s ) at the 4 80' elevati o n Install one (I) full in side work plat fo rm with ha nd rail s at the 385' e le vati o n In stall one (I) full ins ide work pl at fo m, with ha ndrail s at the 35 0' ele ,·ati o n In sta ll one (I ) full insi de work pl at fonn wit h handrail s at the 320' de, at io n In sta ll two (2) co mer re st pl atfo m1 s (no han drnil s) at the 480' an d -13()' ele ,·ation .~ fn~ta ll nne (I) full imide wo rk pl atfo rm \\ith handrail s at the 385' t>lcva li(l n fw,tall um: (I ) ful l in,i de ,vn rk platfrm11 \\ it h handrail <; <1t the 351)' .:k \·ati1111 ln,tall 1111c (I) full in,ide l\l>rk plat fonn 1,ith han dra il s ,H the 3:~IJ' ek\at io n li hiall 1mc (I) .:0111..:r 1e-.t pl a1t c1 nn \\ ith handrail. at the 2 7()' el<.:\ati1)11 111,t ,ill l>llt: (I) co rner re~t platfonn \\ ith ha11Jrail s :11 the 22 0' ek\ati o n ln,t al l ,,nc ( I J enrncr rc ,t platfo rm \\ith han drai ls at the 17 0 ' de\ati,,11 111,t:tll o ne (I) e,irncr req pla t for m \\ it h handrails at tht' 120' de, at in n In ,ta 11 c 111c ( I ) cnrnl.'r re~t pla t forn 1 \\ ith handra i Is ;it the 80 ' c le, ;it in n Insta ll ll ll C (I) cnrnc r re s t platform \\i th handrails at the -IO' cbat io n f 11qa 11 ftH 1r (I) \\ave_l!LJ idc hr id gc~ 2-leg 2' x I 0' ( 18' dirl.'ct huri a l) ,, ith t\\ e h l' ( I ~) ~ In l.'I lr :tpl'/c kit ~ ::le, ,t l ll•'1 l,1,t 1II \r'hljl \i•_!1t111,:i!'hiJq,,(,•l,1 rl ii.:\ -.;j \) ,11\h l.1!H f,1!'1 , t1l d ft!1,.>'P.l<llit•\1 I 1 , lf[,_1ti1fjl.llll'fl '111 lik' !,'' ,:', \ 1r:, ,n 11,,' ill \··•, r,, '11•'11111'.! 1 l 'hi!1p, t "'"' I 't, ,1 \ J •1 11h .J nd,•11' !II!:"·,·, tel , \c: 1 ·1, , 11, ,I 11 1, ,;1,·rn 1,,, ·Ii,. l 1•, ~·\•.,Ji II II I .. · , ·.1 .. i J ,, .,, .i,.,f p , n · ....... -. r. ' , • Prrpa red for: PROJE C T Pl{OPOSAL CITY OF FORT W OR'l 11 , PL RC lf .. \SINt; Of~ I< ·t: IOOO THROCKMORTON FORT WORTH, TX 76107 Attn: Ms. Bea trice Oe H oyos Propos a l No.: Da t e: l{eference: Freight: 08 -33 77 -M EC -<;( >V I 0/18 /07 Page 4 o f 6 .t SO' S 4R/Ro llin~ llills, TX t/07-0030 Desti nat io n Pa y me 11t Terms: Ne t JO In s ta ll Arti stic li ght ing (Philip s C o lo r Flex S LX) with ~tand offa an d rings to ac hie ve a 29" c ircular pan ern fo r th e 39 3 · e le vati on In sta ll Art istic li ght ing (Ph ilip s Co lor Fl ex S L.X) \\ith standoffs an d ri ngs to achi eve a 23' ci rcu lar pan ern fo r th e 376 . e le vati on In s ta ll Arti stic li gh tin g ( Philip s C ol o r Flex S LX ) with stand o ffs and r ings to achi eve a I T c ircul ar pattern fo r the 36 1 · e le va ti o n Ins ta ll Arti stic lig htin g (Philips Co lo r Flex S LX ) wi th stand offs and rin gs to achi eve a l 2' ci rcu lar pattern fo r th e 350· e le vation In stall DBI safety cab le kit w ith harne ss (500') In stall 8' Ladder Gate In sta ll Mot o rola R56 ground in g In sta ll 500' l.'0 ground wire bare so lid , tinn ed \vit h required hargt:r cl amp s Install one (I ) 4' x 5/8" li ghtnin g rod co pper c lad In s ta ll twenty -e ight (28) co pper bu ss bar ki ts ( 1/-l" x -f' .x 2-l", 36 ho les ) In stall li ghting sy stem TOWER FREIGHT TO TA RRA N T COUNTY, TEXA S ............................................................................................ S 20 ,324.00 ANCHOR BOLT FREIGHT TO TARRA N T COUNTY, TEX,fS ............................................................................... $ 1,55 7 .00 TOTAL PROJEC T AiWO UNT ................................................................................................................................... S 1,385,383.00 ' : ~ 1,1 , '-! l 1': r1 •I I l • ) /jl' , I, ;,j I ,I 'I 'J\ C"•• > 1·t, ~ ·-~ ~~u~!!!"' t Corporation PRO.JECT PROPOSAL Pr e pa red for: Cl I Y OF FORT \\'OR rll. Pl RCIL\S l'.\'G OFFI CE IOOO THROCKMORTON Proposal '.'lo.: 08-JJ 77-.'VI EG -GOV NOTES: Date: 10/18 /0 7 Page 5 of 6 FORT WORTH, TX 7610 7 Refer enc e: -t80 ' S 4R/Rulling llills, TX #0 7-00JO Attn: M s . Beatrice Delloyo s Fre i!!,ht: Destin a tion Pa yment Term s: Net JO Terms are Net 30 days after im·oice. Jnvoice will he issued once tower fabrication is complete. Classification of Structures: C la ss lTl C la ss lLr stru ctures are use d prim aril y fo r esse nti a l co mmunicati ons. Exa m p les in c lu de: ci vil or na ti o na l de fen se: emergency, resc ue, o r other di sas ter o pera ti on s; and, military a nd nav iga ti o n fac iliti es. Exposure Categories: Exp os ure C Exp os ure C in c lude s o pen te rrain with sca tt e red o bstru cti ons th at a re ge nerall y less th an J O fee t hi g h . Thi s ca tegory includ es flat , o pe n co untry ; gra ss land s; and sho re lin es loc ated in hurri ca ne-pro ne re g io n s . E\:posure C is tlte ... tandard default/or expo.rnre categories. Topographic Categories: Ca te go ry I Thi s cate go ry ha s 11 0 a brupt ch anges in the ge ne ra l to pogra phy , e.g . fl at o r ro llin g, and 110 \, ind s pee d-up co ns id era t io n sha ll be required . It is the .<ifmrdard default for the topographic categorie.-.. Th e permit pa c kage includ es a pro til e drawin g o f th e stru ctu re w ith me mber s izes; a nc hor bo lt deta il s: de scriptive no te s; stru ctural ca lcul ati ons; a ta bl e o f s upp ort ed ant enn as , mo unt s and fee dlin cs ; and a fo und ati o n sketch and cal c ulati o ns (if a pplic a bl e). Thi s qu o tati o n is base d on ANSI/T IA -222-G and C ustome r provide d s pec itica li o ns . Fo und a tio n an d a nchor hol t de s ign s are base d stri c tl y on ANS lf rI A-222-G. Dimen s ional information is preliminary onl y : it ma y change ha s ed on fin a l e ng ineerin g. Al l Sa hre mo unt s are q uoted with su rpo 11 pipes n f a pp ro pri aic le ngth fo r 11 w <;t np pli ca t i<i ns if no t l1 1hcrw i,c ~rec i tieJ . 'iire 1rn 1.;,t he i.:r1si ly accc,~ih lc for tr uck s Jd i\e ri ng tO\\C r ,tee! .m d c,in c rctc . c rane,. dril l ri gs. ,111J all o ther cqui pnwn t requ ir ed ll) perftm n 1he jnb. (. Lht o mcr tn sec ure a II pc nn tl<i . 1'11i s q uo lc is ba~c<l rn1 no n-uni o n. rwn-p re \a il in,!!: w ag es, and no n·\\ inter \\o t-kin g cn 11di1i o1h . C,,fl t111L·tiP11 ,1L·p h•lh h.i\L' hn·n qu,ill·d td 1hc ; I :· L·l,·\.Jf1 .. 11 ,,11 .ill l1•11r ln.h 1,,1 ,akl\ :11,d l',1 L' ,·I l<•11't1 t1Lt1,,11. \iq> h,1/h ,h,,1 11 ,! fl(>f h<' thL·d 'n r < l1111i>111 !.! \\ 1tlt,Hi1 rile 11 ,L'. ,( .1 ,,tl <t\ , l1111h•11!.! ,In k'L' .,, l :dl pr,lfL'<.fl 1l1l L'ljlli !llll L'llf ,, r t, t.'l. 1· Prepared for: Corpora tion PROJECT PROPOSAL fTlY OF FORT WOR rll , l'UlC ll .-\!o,li\G OFFI C E 1000 THROCKMORTON FORT WORTH, TX 76107 Attn: Ms. Beatrice DeHoyos Proposa l N u.: Date: Reference: Freight: 08 -33 77-,1 EC -< ;ov I 0/18/07 Page 6 of 6 .t80' S .tR/Rolling llills, TX #0 7-0030 De s tination Pa y ment Ti:rrns : Delivery uf tower materials will be approximately 12 to 15 we eks after re ceipt of apprm•ed contract. Net 30 =----------------------------=---..::::==:::::====~=-===-===-==~==--=:.-:::::._-::.:=-::::.======--=====--=-=------~--=-:-=:--=""::; .. ·!:=_ ::.::;=:--=:"":".::...::::-:::-:. - ------------------------------------· -----·------------------------------------· -------:::-.- Submincd Ry: Sa bre C ommunicati o ns Co rporati o n _.i4d/4-~-- \1 a rk E. Gothi er Gove rnment P roj ec ts Manage r Acce pt a nc e o f C usto mer: Plea se enter our o rder for th e :ib ove it e ms in ac co rd anc e with thi s pro posa l. Name (print ) ___ _ Title Da te Purc ha se O rder N o . -------- ~ ' • ' ."!. (' I • .. ~ ...... 1 : ... ,~: . ._,4 ~ ,J :;o .;6·..: S ·a·' dd tt F-1n:~r--~J:c ~cription . . . . . cnf1 1neenng -Pe rm : Draw ings Is s ued :)rah ing -Fin a l Dra \,1n s Issu ed Fo.,ndat1on lnsta ll at 1or; ro,•,e r Ma nufa ct ur ,ng I ov,er Erecuon ~ .n.11 Pun ch -Syste n A <.:cep ta nc e 2b NOV0 7 '4APR OB- ::l dta Jate 26 NO V0 7 ~J~ Jatte ~ 70CT07 Orig Dur Early St.rt • • • I - 1 Od \ 27 NOV07 I 40d 11 DEC07 l 1 Od I 24JANO B I -, 20d \Cr7FE B08 - 20d , 06 MAROB I 1 Bd 03APR OB Early Finish 126NOV07 T 21!08 10' OEC JAN FED IIIAR APR 11&1.V JU" 26 OJ !O H 24 l1 OT 14 21 28 04 11 18 26 03 10 H 24 31 07 14 21 28 OS 12 19 46 OJ 09 11 . . . . . .. I 10DECO?---Engineering -Permit Drawmgs Issued I i -----·---- j 06 FEB08 Drafting -Final Drawings Issued 06FEB08 ll'mi.iml Foundation Insta llat ion Tower Maun ufactunng 02APROB Tower Erection 14APROB -F inal Punch -System Ac cep ta nce -----------·--------. ' c::::::J Ear ly bar City of Fort Worth ; -Progress car -Crit ical bar ;::,a :;e -""'t,<':r '. A Rolling Hills Water Treatment Plant --Summary :,ar + Start :rnlestone po i nt F1ni sr, m ile sto ne porr:t -'· .. ,he'd S ,s:ems Inc FORT W O RTH -~- PRIME CO MPAN Y NAM E : City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACH MENT 1A Page 1 of 4 C heck a p plicable block to desc r i b e p r ime SAB RE C(XVMUNIC AT IONS CO RP ORATION l M /1/v'/DBE I X I PROJEC T NAM E: NO N-M/W/D B E RADIO COft1YlUNICATIONS TOWER , ROLLING HILLS C(J(YfVI LJNTCATION CENT ER BIO DATE 10/1 9/07 C ity's M/WBE Project Goal : I Pri m e's MM/BE Proj ect Utilizati o n : PROJEC T NUMBER 20 % B "-' 07-0030 Identify all subcontractors/suppliers you will use on this project Failu re to co mplete this form , in its entirety with requested documentation, and rece ived by the Manag ing Department on or before 5 :00 p .m . five (5) City business days after bid ope ni ng , excl us ive of bid open ing date. w ill resu lt in the bid being co nside red non-respons ive to bid specificati ons. The undersigned Offerer agrees to enter into a formal agreement w ith the M/VVBE firm (s) listed in th is utilization schedule, conditioned upon execution of a contract with the C ity of Fort Worth . The intentional and/or knowing misrepresentation of facts is gro un ds for co nsideration of d isqua li ficat ion and will result in the bid being considered non-responsive to b id specifications M/WBEs li sted toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Ma rk etp lace is the geog rap hic area of Ta rr ant. Parker , Johnson , Co lli n , Da llas , De nton , Ell is , Ka ufm an and Roc kwa ll co un t ies . , Ide ntify ea'ch . Tier level:'.: Ti~r is 'th~ J~viI)?.f s uocqn tra cting· ,below tfl_e Pt•m ~ c;;c,~fr.ac~~.ri.' (~ .... a -direct payment from the pri me contf aC~<;lft0 _3 ~t.i bC:~rifra:Stt;}r ,iS ~(?nS idered 1 st tier; tr pa:imen \ by a SUOCo nlr'actol' to i ts suppli er is co ns idered 2 nd t ier·.·}· r,: · · · • ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certi fi ca ti on means tho se firms , located or do ing bus iness at the time of bid ope ni ng w ith in the Marketplace , that have been determ ined to be bonafide minority or women bus inesses by the North Ce nt ra l Te xas Reg ion al Cert ifica ti on Agen cy (NCTR CA), o r the Texas Department of Transportation (TX DOT), highwa y d ivis io n . Disadva nt aged Business En terp rise (DBE ) is synon y mous w ith M inority /Wom e n Busin ess Ent erprise (M/WBE). If hau l ing s-ervic es are utilize d . the, prime,. w,11 be g iven ~redit a s long as the I BE listed ~wn s amll 1 onerntes al IP.::ist onP. fullv lir.P.n~f'>rl and ooerati'd nat trtrr::k to hP. t1 !';Arl on th A r.ontr::ir.t T hP. M/WRI= m::iv IP~<-"' I i, u~k:s from anoti1er M/vVS E frtrn , incl udi11g MtvVB E owner-oper ato s. and rece ive full ivi/Vv'BE credit . · Th~ i M/WBE tn ay le a se t ru cks from no n-M/WBEs, inclu d ing owner-operators, but w ill on ly rece ive cred it fo r the fee s an d commission s earned by fhe M/WBE as outlined in the lea se agreement. r '• i I I ' I FORT \Vt)RTH 1\rTAC HME N T IA ril<.Je 2 of 4 ~ --------, P rimes are req ir e d t o iden tify ALL s ub con tra c to rs /su ppl 1e rs . re gardless o f sta tus , 1 e .. M inori ty , W omen an d ri on -M/1/'/EJ[s Pl ease 11s t M/1/'JBE fi rm s first us e add it io na l s hee ts 11 necess a ry Certi ficati on N (c he c k one) 0 SUBCONTRACTOR/SUPPLIER T -- n Company Name N T Detail Detail I C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w B B T D w Telephone/Fax r R 0 B E E C T E A CAN -FER CONSTRUC TION 1 X TO l!JER FO UNDATION $11 3 ,1 83 .0 0 COMP ANY , I NC . CO NCRET E WORK 11 0 3 1 GRT 550M L ANE DALLAS , TX 75229 (9 72) 484 -4 344 OF FI CE (97 2 ) 484 -4 22 3 FA X WIRELESS HORIZ ON , INC , 1 X PR OJECT MANAGEMENT $118 ,000 .00 7870 MEXICO ROAD QUJ'~DII\C INST/\UATIO' ST . PETERS , MO 63376 TOW ER ERECT ION (636) 397-1341 OFFICE ( 214) 616-5374 CEL L (6 36 ) 397 -1 416 FAX .. ------1,........ •••• ~-·-·----- ------ 1-f-~-----------[ I I I I i I Fm< r WoRTII -----..y-- ATTACHMENT IA r a ge 3 of 4 1 -------------- Pri mes are re q ui red to iden tify All subcontracto rs/supp l1ers , rega rdless of status ; i e . Minori ty , Women and non-M/\NBEs Please list MM/BE fir ms fir st . use addi t io na l sheets tf necessary Cert ification N (ch eck one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name I N T Detail Detail C X M Subcontracti ng Work Supplies Purchased Dollar Amount Address e M w T D ~ Telephone/Fax r B B R 0 B E E C T E A ,--.. - I I I I I i I ~-------it' 'Ht· -----i I I FoRr WORrH -~ Total Dollar A mo u nt of M/WBE Subcon tractors/Suppliers Total Do ll ar A moun t of Non-M/WBE S ub con tra c to rs /Su p pl ie rs TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ i 1 3 , 1 BJ . CJO $ 11 8 , 000 . 0 0 $ 23 1 ,18..1 .00 MrACI IM F.NI 1/\ f'ag c 4 ot 4 The Contractor will not make additions, deletions , or substitutions to th is certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of contract and may result in deba rment in accord with the procedures outlined in the ord inance. The contractor shall subm it a deta iled explanation of how the requested change/addit ion or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance dete rm ination . By affixing a s ignature to th is form , the Offerer further agrees to prov ide , directly to the City upon request , complete and accurate information regarding actual wo rk performed by all subcontractors , including M/W/DBE (s) arrangements submitted w ith the bid . The Offeror also agrees to allow an audit and /or exam inat ion of any books , records and files held by their company . The bidder agrees to allow the transmiss ion of interviews w ith owners , princ ipals , officers , employees and applicable subcontractors/suppl iers /contractors part icipating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the C ity . Any intentional and/or knowing misrepresentation of facts will be grounds for term inating the contract or debarment from City work for a period of not less than three (3) years a nd for initiating action under Federal , State or Local laws concerning false statements . Any fa ilure to comply with this ord inance and create a material breach of con tract may result in a determination of an irrespons ib le Offeror and barred from participating in C ity work for a period of ti me not less than one (1) year . MARKE . GOTHIER Authorized S ignature Printed S ignatu re GOVERNMENT PROJ ECTS MA JAG ER T itle Contact NamerTitle (I f d ifferent) .SABRE CCM'lUNI '.A f IO JS COHPOPA T ION (7 1?) 258-6690/(71?) ?79 -08 14 Compa ny Na me Tel ep hone and/or Fax Address srnJ< crrv rn 51 111 UC f0f1 f R 17 ;,>11 07 Ci ty /State/Zip Dato --. .. C ITV OF FORT \VORTII Pl RCII .\Sl;\f; 01\"ISI0 ,'1 ~{eq ue s t Fo r ()ualilic ati on s (RFP) ~o. 0 7-0 0JO Fo r Radio Communications Tower Roll ing Hills Water Treatment Plant, Fort Worth PR OPOSA i. SL i ll.\ll ~S IO ,, D FA Dl.l i\'F: ******* TIILl{SD.\Y, F EBRl ',\RY 15, 2 0 07, 2005 AT l :JO PM CD,TIUL ST .-\\'D .\RL> TI.\IF. NO Lt TE l'R()POSALS IV!LL BE A CCEPTLD **********.'**** . C l r v O F FOR r WOR I H P l !RC H..-\Sr1':c; DIVl ',IO N Cl I Y OF F OR I \V OR TI I Pt ;RCI f r\SI:\(, DI V I SI ON l'URC I L-\SJ~(i DI VISION I / L O WER l.i ·.\/1--.L I I 000 Ti II WCKMOR roN SI RFE r ! FORT \\'O R fll. Tr.Xi\<:; 76 10 2 i _________ _ ------------- FOR ADDIT I O:-VAL l i\FO R:\IXTI0:"1 CO:\CE RJ•I L\'G TH I S RFP PJ.F.ASE CO,'iTA CT: VIRGIE \V .-\D E. SENIOR Bl ·yrn b-.\lAIL: VIIH i l f::. WAJJU~FORTWORTHGOV .ORG *********************~*********************** PRE-PROPOSAL CONFERENCE AND SITE VISIT: 100 0 TI IROCK~I OR I ON Furn WORTH , TE XAS 76102 Y -\.\IF. ;\,'\]) ADDRF:SS O F CO.\IP.\.'iY Sl'B .\JITT l \'G PROl'OSAL: SABRE co ~~UN IC ATIO NS CORPORATION C on t ac t Person: f'IARK E . r.nTHTER Ph one: (71 2) 258 -66 90 h1x: ( 71 2 ) 279 08 1 4 Si gnature:_};_4~J//£gi._~---- Pri nteJ :'.':1111 c: r~p R'< !:: • GfJ r LJ i r ri I NTRODUCTOR Y LETTER NUM BE R OF YE AR S I N BU SINE SS M A N A GING A N D C OR P O R ATE O FFI CE LOCAT I ON LIST O F S I MILAR PR OJ ECTS P ROFESSIONAL QUA LI F I CAT I ONS O F KE Y PE RS ONNE L E X PE RIE N CE AND AVA IL A B I LI TY OF PRO JEC T MANAGER AB I LITY T O MEET SCHEDULES UNDE RS TA N DING OF PR OJEC T SCOPE F AM I LIA R ITY W IT H APPLICA B LE R ULES, R EGULATIONS, PROFESSI O NAL STANDARDS AFF ILI ATION ANO E"XPERIENC WITH PROF ESS IONA L ORGANIZATIONS APPEND I X SAB RE 11rFRt",r1 1RF I I, '~INTRODUCTORY LETTER I I Comm unicat ions Corporation -·•:-:. ---=----- Fcbrnar y 12, ::!007 Pur chasi ng Office Attn : Vir g ie \V ;_i d e City of F,J rt \\'o rth I 000 Throckmo rt o n Stree t Fon Worth , r x 76 102 Re: Re q ue st fo r Q ua lifi ca t io ns -RF Q No. 07-003 0 Radio Co mm unica ti o ns Towe r Rolli ng Hill s Water Trea tm e nt Pl:i nt. Fon \:V o nli Sabre Com mun ica ti o ns Co rp or ziti on a p prec iates th is o pportun ity to submit the enc lose d qualificat1,ll 1 sta temc.:n t fo r the de s ig n a nd co nstructio n o f t he rJdio co mmu nica t io ns toll'e r at the !~o ili ng ! Iii!,; \V:.ite r T rea tm e nt Pl an t as adve rt i~ed . Sab re manufac t ures guyed towe rs. se lf-su ppo n ing towe rs. mo no po les and to wer compo nent s. T o1 ~e rs a re ava ilab le in pre-e ng in eere d or custo m des igns. All o f Sab re 's to we rs are des igned a nd ma n ufac t ur ed fo r co st-e ffec ti ve ness an d ea se o f in stalla t io n. In ad diti on to th e de s ign a nd man ufa cture of towe r~. 111o nupolc:~. an d tow e r ac c essories. Sab re a lso prov id es turn key se rvices world w id e . Sab re ca n ship and install :i nyw he re in the wo rld . Sa br e is built on a co mmi tmen t to customer se r vice. Dur in g Sa br e 's more than 29 yea r h istory. it ha s been commi tted to providi ng qua lity pro d uc ts, outs tandi ng cu ·tome r se rvice an d co mpeti t ive pricing, as we ll as mee t ing th e mo st str in gen t de liv ery deadl ine s. Sabre·s performa nce fo r mo re tha n a quart er o r a ce ntu ry is you r g uara nt ee o f sa t isfa ctio n. We ar e co nfi den t that yo u wil l find Sabre q ua lifie d and cap a ble to pro vid e the C ity of Fort Worth wi th the products an d ,erY ic es th a t w ill be require d fo r thi s ur Jny communi ca ti o ns towe r projec t . Si nce rely . SA BR E CO !\!MlF\i lCA rlO \J S CO RPORAIIO N r \1 /tlaJI/. 4 _//L - \i :11 k J" I j,,,h iLT I H I\( Cil,l)l'Jl t l'tPJCCt, 'vl.llld~L/' r ' . . , ,.., FOR T WOR TH A D DENDUM #I TO T HE S PEC IF ICAT IONS FO R Radi o Co mmuni ca ti o ns T ower Ro llin g H ill s T rea tm ent Pl ant , Fo rt Wo 11 h Date: Feb ru ary 8, 2007 RFQ# 07 -00 30 D ue Date: Febru ary 15 , 2 0 0 7 n ns A DD END UM IS AN INTEG RAL PA RT OF TI I E RFP AN D S HO U L D BE S IGNE D /\N D RET U RNED WI TH T H E R FQ. T he purp ose o f thi s ad d endum is to make co rr ecti o n to the o pen ing d ate o f the RFQ. T he co 1T cc t o pe nin g d ate is Fc hr ua ry 15. 20 0 7 at I :3 0 P M Cc nt r:il St a mfo rd T i m e A II o th e r terms a nd co ndit io ns rema in un c ha nge d . Yo urs tru ly , Jack Da le Pu rch as in g Ma nag er ..•.•........••.•.•...................................................... COMPA N Y N:\ME : __ SABR E ::oN''U'-JIC,1•rnrJs UJflPUf-'Al ri:.;:1 _ ~ i g11at u re: '"{\11< ~. '.f~~-11:tH. ,[/;F<~j.'l'JT ,f:' lf'I f,., '";-.:;;. -~-; ----~ P lea s e prin t o r ty pe Nute : Co mpan y nam e am! s ig nalll rl.! 111 u,;;t he th e -;arrn: as 1i 11 the RF I' document-.. rr:#:t NUMBER OF YEARS IN BUSINESS a Communications Corporation NUMBER OF YEARS fN BUS INESS S1\BR F COMM UN ICA rI O NS C OIUJ O RATTO N Date of fncorporati o n: /YiAY 27 ,_J';)_77 _______________ ··· ·- Sate: IO WA ----------------------- Tax Id e ntification Nwnber: 42-1 0 789 88 ------------------------- Bank Reference: SECUR ITY NA TIONA L BANK 60 1 PIERCE ST REET SIOU X CITY, I A 511 01 Trade References: Company: EARLE M. J ORG ENS EN COM PA NY Contact: STEV E SM ITH Address: P .O. BOX 9 5 314 CHICAGO IL 60694 Phone/Fax: ~(_so_o~)_2_2_2_-4_1_0_9-'-/_..,_(3_1_9,._) _2_85_-_5_35_0 __________ _ Company: NO RFOL K IRON_J_f~E_T~~-C_O_MPANY Contact: RI CK MCC GY ------------------------ Address: P .O. BOX 11 29 ------------------------- NOR FO LK , NE 68702-1129 Phone/Fax: ( 402) J71 -18 ~ o / ( 1..02 ) 371 8635 Company: _ /l.~J::=-~qrJ ,n c; rE_~?S __ Contact : TOM SHE L TOI~ A dJres-;: ,1 ._:J . ~IJ~_ 1 51 /:t[ __ _ DP L i ~G TQN , rx 7Fn1~ Phon e /J-'ax: ------------ -----------------------·-------····-·--· --·-·---··-··-··-----··---· -·---·----·----·-- MANAGING AND CORPORATE '~ft OFFICE LOCATION b e™ Communications Corporation . ~ Factory Locations S b C . . C t · n , a re .o mmumca t10n s o rp o ra ion 2 10 I M urray Street P.O. Box 658 Sioux C ity, IA 5 11 11 (800) 369-6690 Tel : (712) 258-6690 Fax: (7 12) 279-0 814 230 I Bridgeport Drive Sioux C ity, IA 51 11 1 Te l: (7 12) 293 -1124 Fax: (7 12) 293-1779 Sabre Tub~far Structures ™ (A Divis ion of Sa bre Communications Corporation) 2300 West Ri s in ger Road Fort W o rth, TX 76134 (866 ) 25 4-3707 Tel: (81 7) 294-7210 Fa x: (817) 2 94-5064 Sa bre S ite Solutions T'-1. (A Di v is io n o f Sa bre Co mmunica ti ons C orporati o n) 2 10 I Murray Str ed I' 0 [lox 658 Sio ux City. IA 5 111 I (866) -1 28 -69 37 Td : (71 2)25 8-669 0 Fax : (71 2 )2 93-1961 ('- LIST OF SIMILAR PRDL1ECTS ~ !!!!!!t!!™ Corporation Similar or Co mparab le Pro j ects Wh a11o n County , TX Supply and In stall 160 ' Sel f-Su p po rtin g Tower Init ia l Co ntract: $66 ,724.00 Co mpl e ted Con trac t: $66 ,724 .00 Se pt ember. 2002 -Decembe r, 2002 City of Murfreesboro , TN Supply a nd In sta ll 180 ' Self-S uppo rti ng Tower Initi a l Contrac t : $129,913 .00 Complete d Co ntrac t: $135,353.00 · pril , 2003 -July , 20 03 US De partm e nt of EnergfSWPA S uppl y and In sta ll (3) Se lf-Supportin g Towers Ini ti a l Contr ac t: $514 ,520 .00 Comple ted Contract: $518 ,851 .00 June , 2003 -November, 2003 Ne bras ka De partm e nt of Roads Su p p ly ,rn d Instil l I 190 ' Se lf-Support in g Tower Initial Con trac t : 'li .17. 1.'i 8 no ( ·rnn plc ted Contr:i ct 'S39.1 '-0 .00 'iq1tt"111h .. r , 20(J, t )ctober, .:0 0 , Dairyl :111d r(l\\er C ·oopcra ti ve ",uppl 1 ,md lnc;ta ll 23 0 ' Scl t~S upp ortin g ·1 owc r lnit iill Con tr act : 't i I 8,.'i(16 .00 < ·o rnp k tcd Co ntrac t : $ I 18 ,56 6 .00 Oc tobe r. 2003 Dece mb er, 2003 ,. ·": -. . .. -.. Lewi s County E9 I I Supp ly an d In stall 175 ' Self-Supporting To wers Origina l Contract: $47,284 .00 Compl eted Co ntract: $47 ,2 84.00 December 20 02 -Fehruary , 2 003 Walker County, AL Suppl y a nd In sta ll 300 ' Se lf-Supportin g Tow er Initi a l Co ntract : $134 ,4 22.00 Comp leted Contract: $134 ,4 22 .00 May, 2003 -Jul y , 2003 US Department of foierior-BLM Su ppl y and In stall (7) Self-Suppo rtin g Towers Ini tia l Contract: $539,225 .00 Completed Co ntract: $547,539.00 Jul y, 2003 -Sep tember, 2004 Woo d bury Co un ty , IA Supp ly and Ins ta ll (2) Se lf-Supp orting. (2) Gu)ed T owe r, Ini ti al Cont ract: '5 547 .4 70.00 C'nrnpl e ted C'on trnct S<;:;\4 78 00 t Jctnb er, ~uo; .\l ay , :·110 ~ Platte Cou nt y Sheri rt: MO Supply and l11 sta ll 27:,' Sclf"-S uprorting I 0 1HT Initia l Contrac t : S89.30 1.00 Com pl eted Co nt ra ct : $89,JO 1.00 < )clo he r, 2003 fa nu ary , 2004 Stat e o f M arylan d S uppl y a nd Ins ta ll 4 50 ' Se lf-S urportin g T o wer Initial Contract : $1,012 ,22 8.00 Co mpl e ted C ontract : $1 ,046 ,536 .00 Dece mbe r, 20 0 3 -Oct o be r , 2004 Oklahoma We s t Telephone Supply a nd In s tall 190 ' Self-Supporting Tower Initi al Contract: $76,672 Comp lctetl Co ntr act: $81 ,22 9 .00 April , 2004 --June , 2 004 City of Miami, FL Supply and In sta ll 125' Self-Supporting Tower Initi a l Contract : $98,963 Completed Co ntract : $110,708.00 May,2 004 June,2005 r ssex County, NJ ,...;l,;upply and In stall 375' Self-Supporting Tower Initial Contract: $956,239.00 Completed Contract: $1,07.6,217.00 August, 2004 --July, 2005 State of Wisconsin Suprly a nd In s tall 350' Se lf-Supporting T owe r Initi a l Contract: $415 ,635.00 Compl e te d Contract: $415 ,635 .00 Septe mb e r, 2004 -Septe mb e r , 2005 I "11i1J11 f '.tl lfic f~di frq ,,cJ 's11ppl:, :llld ln~tc1ll I ~fJ" Self-Su ppo rtin g f'u wcr f niti ,tJ ( Pnllac t : $67.779 .00 ( ·11mr,lc:1t:d C.n111 rac 1 So 7. 79.00 J,,nu :iry. 2005 tvfarch, 2005 City o f Fo rt Wo rth , TX Su r,pl y and Ins tal l 22 0 ' Square Se lf-Supportin g Town 1i1 ia l < ·ontra c t : I 56 , I 09.00 'om plct cd Contract SI "6. I 09 .00 1,11111 .ir\. ::oo~ J,m e. 2r,o, I .a k c County, OI I Supply a nd In s tall 230" Se lf-S up port ing T o we r Initial Contrac t : $182 ,497 .00 Complete d Contrac t : $18 2,497.00 Fe bruary, 2004 -April , 2004 Dairyland P o we r Coo perat ive Supply and In s tall 150' Se lf-Supporting Tower Initial C ontract: $68 .0 5 8 .00 Completed Co ntrac t : $68,058 .00 May , 2 004 -Au g ust , 2004 Integrity Tower Supply and Install 190 ' Self-Suppo rt ing T o wer Initial Contract: $82 ,102 .00 Compl eted Contract : $88 ,454.00 July, 2004 -October, 2004 URS Corpo ration Su pply and In stall (5) Self-Supporting Towers Initial Contract: $7,204,04 1.00 Compl~ted _Cor1tr_a<;!_: $7,4_~6 ,752 .00 June, 2004 -March, 2005 99th Communication s Squadron Supply and In stall I 50' Self-Supporting Towe r Ini tial Contract : $58 ,228.00 Comple te tl Contract : $59 ,023.00 Se pte mber, 2004 -Dece mb er. 2 004 I <>\HI ot Monr:.:svilll', r--:c \upply and l n,tali 180" Self-St1ppnrting I 01~~r Ini tial Co nrra c t: ~ '3 ,678 ./J/J (.'ornpletc<l Con tract: SJJ .<,678 /JO January, 2005 -M ay . 20 0 5 Town o f C ha rl e stown, RI Su ppl y a nd In sta ll 125 ' Se l f-Supportin g lowe r Initi a l Contract: $62 .508 .00 Compl e ted Contrac t : $62.50 8 .00 Jiine , :OO'i ugu,t, 2no.s Pa ge 2 ,r ... ( '·t • ·-...: ... C it y u f Spri ng field , TN Suppl y i!nd In s ta ll (2 ) Se lf-Suppo rtin g .. , o wc rs Initial Co ntract : $27 9,498 .00 Co mpl eted Co ntr:ict : $327,51 3 .0 0 Au g ust, 20 05 Janu ary. 2 006 Denton County, TX Supply and Install 450 ' Se lf-Supportin g Tower Initi al Co ntract: $358,753 .00 Completed Contract: $355,39 1.00 Se pt e mber , 2005 -Oct o be r, 2005 Cha tham County, NC Supp ly and In s tall 300' Self-Supporting Tower In itia l Contract : $173,950.00 Comp leted Contract: S 173 ,950.00 Octobe r, 2005 -January , 2006 f:~~E~ ··:]!,' ity of Granbury, TX Supp ly an d fn sta ll 250' Self-Supporting T o wer Init ial Co ntract: $113,393 .00 Completed Contract: $11 3,393 .00 Oct o ber, 2005 -December, 2005 Uni ve rs ity o f Ok lahoma Suppl y a nd Install 50 ' Se lf-Supp ortin g Towe r Initi a l Co ntract: $116 ,2 64 .00 Co mpl ete d Co ntra c t : $116 ,264 .00 No ve mber. 2005 · Febrnary. 2006 '\1•n h C:irolin i I !1t•h1,,,, l ':i1 nil \11rph ;mJ l n,tall (6) 'iLl f-S11 pr11 rtJJ1 Q ,!llll ( ,u:,cd I nwcr<; Ini tia l l 0111ra d : b I .OH,,2fl0.00 l ·,,rnrlcted ( 'l'ntra c t : S 1.078. 7 1'} 01) 2()()'i 20 0 7 13 t:dror J Cuun t1, r N ·u ppl ;, and ln~t a ll (:?J SL'i f~Supportin g ·1 "we r, 111 1i.1I Cnnfr :ir l: . I() l. I l/7 /)() < c•rn 111<-(·d < ·,,11:r;1l I '> I ll-1.1'11 fl!J . . . . .;, C le ve la nd Co unt y. NC Surrl y and Insta ll (3) Se lf-Su pp ort ing r o wers Initia l Co ntract: $7 63,02 4 .00 Comp let ed Contract: $77 6 ,835 .0 0 September, 20 05 -Janu ary . 20 06 Dix on County , NE Suppl y and In stall (2) Towe rs In itia l Co ntract: $162 ,9 87.00 Completed Co ntrac t: S 185 ,59 7 .0 0 Se ptember, 2005 -No ve mber , 2 006 Cabarrus County, NC Supply and Install 300' Se lf-Suppo rtin g T o wer Initial Contract: $14 1,611.00 Completed Contract : $150 ,905 .00 October, 2005 -March , 2006 Marine Corps Air Station Yuma Supp ly and In stall 10 0 ' Se lf-Supporti ng To wer l_nit i<Jl. Contr_act: $ 14 1,6 1 J .00 Com pl eted Contract: $150 ,905 .00 October, 2005 .... March, 2006 City of O lathe, KS Suppl y a nd Insta ll 180 ' Se lf-S uppo rtin g To wer Initi a l Co nt rac t: $88 ,844.00 Co mpl eted Co ntrac t : $88 ,844 .00 De ce mber, ]005 -March. 2006 ld ti:r,011 I 3\\ [·n 11r(crn c 11 ( ·c 11k1 Ii\ Sup p ly and ln,tall 4 00 ' Scl t:surport1n~ I 1)\\l'r lnirial C..ontract: S,16 7,617 00 Co mplet ed Contra ct: S 18 1,5•}7 no M::r ch, 2006 · June , 2006 City o f Mo unt Pl easan t, Ml J>agc ·' Su p p ly and ln ~tall (2) Sc l f-S 11ppo rti11 g Tnwcr~. (I/ ~lonn pnk In itia l l 'Pntra c t: $1 11,7 ~2110 t "illJ'll'led ( ·o ntrdLl 108 7 11 ()(/ '~~ •·.,_ u .. I._.\. :.::,J . \fay, 2005 --February, 200 7 ·~-,; r~ .,,, Fl orida De partment o f Agri cu lrure S uppl y and In s ta ll 250' Se lf-S up p o rt ing Towe r Initial Co ntract: $97 ,600.00 Complet ed Contract: $98,694 .00 May , 2 006 --Augus t , 2006 M etrop o litan Lync hburg/M oore County. TN S uppl y an d Ins tall 180 ' Self-Supporting Tower Initial Contract : $75,402.00 Co mp le ted Co ntract : $75 ,402 .00 Se pt e mb er , 2006 -November, 2006 . ' . ;!:,-.. ; ·, ./ ~. Ju ne , 2006 -Au g us t, 2006 Tenness ee Departmen t o f Safety Sup pl y a nd In s tall (I) Self-Su ppo rtin g T owe r Init ia l Contrac t: $2 39,4 48 .00 Co mpl eted Contrac t : $239,448 .00 July, 2006 -Sep tem ber, 2 006 ' "(.1.· .. -.,, . .. i •/ ·• ! ._. .. : "• Pag.: 4 PROFESSIONAL QUALIFICATIONS OF /·$~ KEY PERSONNEL ?.°:f"' Keith Tindall Sabre™ Communi cati o ns Corporation Key Pe rso nnel .Yice President -Chief Engineer Keith is a regist~red professional engineer in all 50 U.S . states , Washington, D.C. and Puerto Ri co . He is responsible for the day to day operation of the Engineering Department in designing guyed towers, self- supporting towers, monopole structures and foundations . He coordin ate s the work of several engineers and is professionally responsible for the engineering work produced by the company . He has a Bachelor of Architectural Engineering degree from Penn State University and a Master o f Civil En gineering degr ee from Drexel University . He is a licensed member of the National Society of Profe ssional Engine ers and has participated in the standards formulation group for the ANSI/TIA/EJA 222 Standard since 1998 . Stephen Yeo Director of Engineering -Research and De velopment Stephen is a registered professional engineer in 48 contiguous U. S. states and Wa shington, D.C. He is responsible for support of the estimation/sales department with engineering revi ew of new tower designs , technical customer support, development of software for tower/found ation design and new product developrnel}~:(He has a Bachelor of Science, Civil Engineering degree from Central Florida University. He is a license'd inember of the American Society of Civil Engineers (AS CE ) and a memb er o f the TTA/EIA Committee .T~lf 7. _·_:~, . .:.:.·~:':"" .. :~, .. :~ ,: '... . Rex Martind ii;:/ '. Draft ing Department Manager Rex ~as over~? yea.rs experience as a draftsman. As Drafting M~riager he is responsible for scheduJin g all w~ik of the depiirtIT?ent and monitors for conformance to drafting proc edures and any spec ial require ment s. He r~views 'coritiact sp ecifications and as si gns projects to the individu a l draft sperson . He works clo sel y with th e Engine ering , Contracts and Constru ction departments in ord er to provid e appro p riate and compl ete drawin g package s alon g with ma intainin g sc hedul es that have bee n esta bli shed. l_t;ff R_eGr Qot ____ Construc tion De artment Mana ger Jeff has ove r 15 year expt:ri encc ins alling comm unications to~ers and mon o pol <; thro11 ghout the United States . f le also has over 8 years ex perience managing project s for Sabre Communications. A 5 Co nstru ction Manager he and his staff are respon ib le fur th e overall management of all co nstru ct ion projects to completi on and a re avai lable to our customers 0 11 a 24/7 basis. 1 hey oversee and superv ise the sche duling of all aspects of th e projec t includin g si te work , groundi ng in stallat ion, she lt er in stall nti o n. foundation in stallati ons, tower fabricati on and erection, and ant enn a an d line in stallation . .. ·,, ,·t • f I . ' .::i.:,. -.· )' l'agc 2 Willi a m Fe rgen _____ C o n s tru<:t io n P rojt:1:t C o o n.l ina to r W ill h as over 19 y e a r s expaie nce i.n th e to w e r indu stry . H e is the Con s tru ct io n Proj ec t Coordin a to r res ponsible for maintain in g the production a nd fi e ld c o ns truc t io n p o rti o n s o f proj e cts. I le is r es r,o n si bl c fo r the drawing a nd fabrication s chedules along with s ub-c o ntrac to rs a nd com p leti o n sc he du les. I It: e n s ures timel y d e livery of tower a nd ancillary material s to m a int a in the proj ect rn rn pl e ti o n sc h edul e . Engineering Services In order to create state-of-the-art produ cts and customer services, yo u n eed a profess io nal staff with a wide range of engineering di sc iplin es and ca pabiliti es . Sabre's ce rtifi ed structural engineers have th e experience and skills required to assure the int egrity and reliability of our products . Our engineers adhere to strict customer and TIAIEIA specifications while at the same time maintaining competitive prices. E n g inee rin g certifications are available fo r al l 50 s tates, Pu erto Rico and the Di strict of Co lu mb ia. Sabre's engm,eers have experience working in most areas of the world. A di vis ion of ex peri enceµ_prafting and design personnel focus exclusively on s pecial projects, a llowin g u s to desigti'and manufacture extreme ly complex towers a nd antenna systems. . . U~j_Qg our . ugi_C}ll<;! __ software program, we a re aql_e_.to p~rform in-house structural analyses of tower s y s tems in less time and· w ith greater accuracy than our competi to r s. T he lates t CAD systehi give our engineers the too ls to prepare piot layouts, b1ll s of material, final drawings and licensing packages . Each of Sabre's tower and ante nna products come wit h complete instruction m a nual s and erecti on drawings to ensure easy, accurate assembly a nd ins ta llation . · ,,; . •Ii ._ Construction Services Sabre's Construction Department provides you with complete turnkey constrnction on any tower site, anywhere in the vrnrld . We are the only contact necessary becau se all coordination with the installation crew is done for you. Sabre works with you to create a schedule to organize your entire site development, and keeps you informed of the progress every step of the way . ff you have any unique require ments , we will work with you to find the best and most economical solution to make sure your site is completed on time and to your specifications . Serv ices available through Sabre's Constructi o n Department include: Site Construction Our Construction Department has a reputation for on-time performance with no-\vorry site construction. We can provide installation on a completely raw land site including site clearing, grading and civil work, grounding installation and testing , te lephone and electrical services , and fencing. We can also provide and install a variety of type s and siies of she lters: . . . . --. Foundation ·Jnstallation Sabre can provide you with the nece ssary geotechnical report complete with boring lo g and recommendations to make s ure you have the proper foundation des ign to mee t your tower specifications. We have e x p e ri e nce installing found a ti o ns for all ty pes of towers including buried mat, c a iss on , pad a nd pi e r. d ead mc n a nd roc k a ncho r de s ig n s. We ca n al so in s tall fo und a ti o ns fo r sh e lt e rs. Tower In sta llati on Our towe r in:-;tallaii on c-,;pcI1:; c,lil c,<.'d ~ill u f S,ihr.:'s tower:; in ,ti ] typ es .,f L·"riLli,i,in-; E xrcri<.:nccd in erectin g t1lwcrs v.orlJw ide. we cn n s upp ly l'rC\\S tli.i use cr:tnL·s o r !,!I ll poles <kpcnd in g on th e accessihi lit 1 of yo 11r s ite . Antenna and Line In stallation and Tes ting Sabre ·s trai n ed pro fessio na ls ca.n in s ta ll ce ll u la r , l JI IF, V I IF an d microwave antennas a long with coa x , waveg uiJ c an d h a rd l ine. \\,'e a ls o p ro ,·ide a ll tes ti ng a nd pa th ali gnment. Ou r c o ntrad o rs ha ve ext e ns ive expe ri e nce in th e co n stru c ti o n or te leco mmuni cati o n sys te m s . We can a lso 5,u p pl y a ll o f th e re quire d m ate ri a ls a nd equ ip me nt fnr a corn pktc installation . EXPERIENCE AND AVAILABILITY OF 'f~}· PRDWECT MANAGER Sabre™ Communications Corporation PROJECT MANAGEMENT -·. '. ·~-·-·, The Constructi n Department manager ~s Jeff DeGroot,,:"Yho has over 15 years of experi~nce in 'talli ng'towers and mo~opoies-·throu ghout'tl~e United States and over 8 years experience managing the dcpartm.~nt an~ fodivi,ctual projects. Each construction project is assigned to o ne of the indiyidualsfu ihis department. Jt is the project coordin ator 's rc sponsibilh/to ·hj,:e qua l_ified s u~conlrac tors, maintain the internal production procuremertt.@..d cmr tn:¢tf~Ii S9hr:<i ules _to,p ompl ete, deliver and install the materials req uirt:d f9r 'e4c h project Each per_~off n1 this department has many years of experien~ ·unhe to.wet in dus try and the o ne assign e'd to thi s project will be the only person you will need t~ co ntact. He will keep yo u 111fonn e~d·of all as pects of the project in a concise and tin1ely 111arii1er, '., ,, ~. J. . ¥. ·~., ,.:!" . ,=.;.;; '•. .. . ~·· '·'., j . -' .",<,;~ .. This department has managid itian y ~ey ·j>r6jects forcuslo[J1ers like US Department o f Ene rgy. S Department of rnterioi Bureau of Lan d Management), City of Forth Worth, TX ity ofNew York City , Essex·t ~ounty , NJ and man y state, cou.n ty, city governmen ts and utilitie s throug hout the UnHed tates. These projects· hav e'.iI1 clU £ed the s upp ly nn d installa ti on of guyed sd f~su pporting and monopo le strucn1res "al ng with equ ipm ent s helt ers , standby gcn~rntors, antennas and tran smi s i9~ line fo undation · · in ta ll a ions and various ·s_i te arid ~Jcct ri caJ work. At thi time ll1~y are managin g !iffy nin !! (59) consµ-uc ti n projects vyorldwide.. .: " Wear coqfjd~nt that our el~~rienc1: in rruµiaging turnkey ct mstrn ction proj cts. within . chc<luled lime fratlh.:~ and budge ts proves thai'Sabre \)!11fll Uili ca tion $ Corporation t.:3 11 1 1n vide .1h qirn lity products and services that are expected by the City of Fort Worth. . ~ . -.. .. ~'. ; ··~. .. ABILITY TD MEET .. 'fi SCHEDULES · ... /; .•~ ~!!~!n!!™ Corporation A bilit y to Meet Sc hed ules Sab re Comm uni ca ti o ns Co rp orn tio11 has been desi g nin g, manufacturin g a nd ins talli ng g uyed and s.:-lf- su pp o rtin g towers fo r over 29 yea rs. Our proce ss es fr om acce ptan ce of th e ord e r to the sh ipment and in<;tallation of the p ro duct have been fine tuned for a hi ghl y effi cien t and qu:1 li r1 sys tem . Sab re ha, the hi ghes t vo lum e manufacturing capac ity in the indu stry and emp loys 320 people at our Sioux C ity and Fo11 Wonh plant s. We hav e sold over 2,280 towe rs and mon o po les for fiscal yea r 2006 to a pproxim a te ly -1 90 diffe rent custo mers. From the receip t ufthe order to the fina l delivery and in stal lation o f the pro d uct , Sabre Co mmunicati ons has the experienced per so nnel a nd e ffici ent syst e ms to provide state -o f-t he -an produc ts and se r vices. Sabre 's ce rtifi ed stru ctura l engineers hav e the ex peri ence an d skill s to ensure the inte grity and re liability of ou r produ c ts . Our in-hou se eng ineering staff is cert ified in all 50 states, Puerto R.ico and th e Di stri ct of Co lumbi a. Th e late st CAD system s a lso provide th e to o ls th a t are nee d ed to prepare pl o t layou t,, hill s of materia l. final drawing s and lic ens in g pa c kag es. Each o f Sabre 's towe r products co mes with co mpl ete in stru cti o n manu a ls and erection drawin gs to ens ur e easy, accu rate as5cmbly and in sta ll ation. Sabre maintains a un ique maste r produ ctio n sc he dule which is continuall y monitored and upd a ted by th e Co ntract Admin istrati o n De par1m ent and include s all active project s the co mp any is workin g o n . From small to la rgeeoinpli cated su pply an d in sta ll proj ects, th is master sc hedu le inform s a ll de pa rtments o f eac h an d every customer's required schedule . We are co nfident th at th es e sys tems g ive us th e abi li ty to supply and in stall th e 48 0' four-sid ed se lf- su pp o rtin g tower for the C it y o f Fort Wo rt h. UNDERSTANDING OF <}, PRO.JECT SCOPE . ' Understanding of Project Scope Every constrnction project is assigned to one of the individuals in the Construction Department. Their responsibility would be to maintain the internal production, procurement arid -construction schedule to complete, deliver and install the 320 ' self- supporting towe~ along with any electrical or site work that may be required . Each person in this department has many years of experience in the tower industry and the one assigned to this project will be your contact and wiJI keep you informed of all a s pect s o f the contract in a concise and timely manner. Thjs department has ·managed many turnkey projects for customers like US Department ofEnergy,,tJ.S Department of Interior (Bureau of Land Management), City of Fort Worth , · .TX, the .FDN'X .project in New York City and many state , county, city governments and ut_iWies tfu-olJghout ' the United States. These projects have included the supply and installatio1i'-9f\gµyed, self-supporting and monopole structures along with equipment sh~lters, sta,n:qb)' generators , antennas and transmission lines, foundation installations and various site , ~rid electrical work . At this time they are managing fifty-nin e (59 ) construction ·projects worldwide. · we ·_arc' confident that our experience in managing turnkey con ~truction projects within scheduled tim e frames and budge ts pro ves that Sabre Communica tions C o rporati o n c a n provid e the quality products a nd servic es that ar e ex pec ted by th e C ity of Fort W orth . 'I FAMILIARITY WITH APPLICABLE RULES, 1& R E G LI LAT I O N S , PROFESSIONAL STANDARDS Professional Organizations Ke ith J . Tind a ll , P .E., S.E . Vi ce Pres id e nt a nd C hi e f E n g inee r Sabre C o mmuni cations Corpo rati o n Telecommunications Industry Association (TIA) Parti c ipa tin g in s ubco mmittee T R-14 .7. (Standa rds Formula ti o n Group for th e AN S I/T IA/E IA 222 S ta ndard) National Society of Professional Engineers (NSPE) L ic e n sed Me mbe r s in ce 1996 Stephen Yeo, P.E. Directo r o f En g in eering-Re search a nd Deve lo pm e nt Sabre Co mmuni catio ns Co rp orati o n Telecommunications Industry As s ociation (TIA) P art icipating in s ubcommittee TR -14 .7. (Standard s Fonnulat ion Group fo r the AN SJ /Tf A/EIA 222 Standard) A m e ri ca n Society o f Ci vi l F:n g in cl'l'S (ASCE) I i..:e nst:d \1!cmhc r s in ce I 11<17 I '• AFFILIATION AND EXPERIENCE WITH PROFESSIONAL 0 RGANIZATIONS PROFESSIONAL STANDARDS and CERTIFICATIONS • LA Fa b Certifi ed (Co mpany) • S an B ern ardin o Coun ty Certifi e d (Co m pa n y) • Certifi ed W e ld e rs pe r A W S DI . I W e ldin g Co d e • In -Hou se C WI (Certifi ed W e lding In s pec tor) • In-H o us e Mag netic Parti c le Certifi e d • N a ti o nal A s soci ati o n of Towe r E recto rs (C ompany) A s a standard the Engin e ering D ep a rtm e nt me ets th e re quire m e nt s o f th e la tes t edit io ns o r rev ision s of the A IS C m a nu a l an d/or the AN SI/TI A/E IA -22 2 s ta nd a rd . As a standard'" the Draftin g D e partment m eets the re quirements of the la te s t e diti on s or re v is ions of the AISC manual a nd/o r th e ANSl/TIA /ETA-222 stand a rd a nd cu s to m e r s pecifica ti o ns. ' ' .~1.,_..; -~~.,....r;} '-',t I ~ ";•' . -~ .. t • APPENDIX .~ '!u!?!n!!™ Corporation • :-••• ,L!.:· Resumes Keith J. Tindall, Vice President -Chief Engineer Sabre Communications Corporation June 1998 to Present • Full respon sibi lity for engineering of commun ications towers and foun dat io ns • Designed and /or analyzed appro xi mately 3000 towers Stephen Yeo, Director of Engineering Sabre Communications Corporation January 2004 to Present • Support of Estimation/Sales with engineering rev iew of new tower des igns • Technical customer support • Development of software for tower/foundation design • New Product Development Jeff DeGroot, Construction Group Manager Sabre Communications Corporation December 1997 to Present • Respons i ble for the overall manag emen t of construct ion projects • Overse es all aspects of project costs • Responsible for subcontractor qual ification standards and field safety/qua li ty proced ures Rex Martindale, Drafting Manager Sabre Communications Corporation Ju ly 1996 to Present • Ove rsee day -a-day o pera io ns of the Drat ti ng Departmen t • Proces s a ll orders an d di strib ute to necess ary depa rtme nts for comple t,on William Fergen , Constru ction Project Coordi nat or Sabre Communications Corp o ration Se ptemb er 2000 -Pres e nt • Overs ee and ma nage construction projects ; hir in g of subco ntractors for fieldwork , etc • Lia is o n and poin t of conta ct betwee n cus tomer and com pany • Fiel d inspec t pro j ect s •,. ', ........ 1.,..: .., ,·lu g tm 1006 ORG·A NIZA TIONAL CHART Sabr e Comniunications Corporation ------- ----· --~HI EF E N-~~NEE ~ _____ J1----- ---------------, DRAFTING D E P A RT MENT MANAG E R ~·------------~ ---~ CONSTRUCTION DEPART M E NT MANAGER .___ PROJECT MANAGER HQ FABRICATION TRANSPORTATION SUBCONTRACTORS PROJECT MANAGER (Field) ~T ... ' r, .. :."i. . ' .. --.~~{;:;· ,. ' ·-.' .. \..,,• -~f~\1' ,( .··:-;'.:,; ,, ~:<:i ' • ~·: I ':. lndustrialized,Ho.using and Buildings ..... • ·- lnd ustrialize1d1·,Builder's Re.gistration Registrati on Number: IHB-1116 Sa bre C.omm:e~nications:·Corporation 2101 Murray Street Sioux City , IA Issued November 10, 2006 by the Texc1s Qepartment of Licensing and Regulation .·-~~ .!: ' . . to se ll , lea se or i nstal l modular units _purghased.from a manufacturer cert ified by the state of Texas November 07 , 20 07 Da t e Of Ex p ira tion : For consumer complaints please contact the TE XAS DEPARTMENT OF.LICENSING AND REGULATIONS Will iam H. Kun tz , Jr ., Exe ·, ,. 1,1· ,. - . \_ ! ,., . I ' ~~ •• J :__ • . T ' ~,*1,) '\~ 'ffi l1 e r~tate nf We xas ~rrr ebtr!J of 1},tntr . , r ~-=-i .... :.· T · t·. J ·~2, . ,., -'-'' :.. r ~ } ~--. ! , ;: i .: ,... ,, .. r ~ --:-;" .... t. t; r : r • ~-\ T 1 T ~-t; F 1 ~ :X ..\ ~ , [L,·1 'F 1 11:: ~BC V!: f 'iTlT Y F GR • ;:: -\ .) f I 1 :·-r · [ ) 'r ' : ,i _, I :; i--;-1 r·: /'. :·,i l ' -~ :_: '. j ~i ... CL ::-:-r :.~~-( .... t t : 1_:.:,! ~-) ;r ;t.t .J , :"t S )UC t ; s ~ L~'.t rj\:,·y uF ~T 1T t., ,,~-'D O Y ·.: ;, •3 :-. ; ' ) i ' / f .. t•" f. ~ ·' ~ " l • I} '. 1 .) '·., \ L.:~•.•.·; .. )! 'i_ ,·. l ~ i 1 '.' ·• I> _· ;-. · f , t-'. • ; • ( l • ''( I ~) •' .. I r. 'f,,., \.·;f f ·,l I r .. ~. '. . .) ~ .) 1 ;-, :.: :, i\ ,·. "i": ' ; I . 1 1 ·.} C .' l J r-,., t , .J -l' '·, j <:,) 'J· 1 • . ,.,: ._;-·.,J T'.1 f:r-.fi!' ~J p~·::,.\CT b li'U ,,;S S r :·-i Tli f: \f\'.•·.'':.. •,·,,'l .u C•>·.r\..:;:,T l J i,, I 1'C O S:i>t'i R-",T /'.O :-·li " t~ ~:.:,r r ._j '·., r .. ·11 ,_; i S:i1 \J .. r.T r :. ::r ;·,r r t..x L .\,t~. ) c• r [ MJ .. -!' R ff I T 1:\ll F.S MW MA Y ··-• • •• 1 ' .J t_ ,. .• ~ i ,-i f < . , '. r. . / ... -1 PT f-\ t-J ·• t t r-' J, Y !-\ -[·; T 1 F ;-~ t.. ,·; C 1-i ! SE. I · --c. :..... \ ...... ·1 i1 ·: := i. n ~ ... ,\ X ,'. f;, L : r i ... 1 '· • ·; : T 1 ... ~: ; ;·1 • \ ~ ·,...: 1 T ( ·J ::· -r r : f I j -· .• ! ' 1· -I. :·11 ' I • '. , .. -.~ . .. :,._ '. i :,-' \ \ \ I ! 1 Cc U "··U -!~ . ·.: _: t·-< '. T _ .. -~ y · :l C J S :: T ,\ X C N H i~: fl UR CH ;\ 5 E T,:t. L '<h YLl JF, CCP f--'O~.!\TIU N IS :f-'. .::ri ,'1P T -·L:LLI=~. CF f>U 'I L I C . .'\(- :;TA: L. i.:"·11-;[;T />'a 1H.i. ~U C Y :,L . ,~ !' .,_ t. L I• I fl'' i, . ~ ' . -· ) ~ SABRE LITERATURE C ITY O FFORTWORTH P U RCHASING DIVIS IO N Reque s t For Qua lification s (RFP) No. 07 -003 0 For Radio Communications Tower Rolling Hills Water Treatment Plant, Fort Worth P ROPOSAL SU BMISSION D EADLINE: ****0 * T H URSDAY, FEBRUARY 15, 2007 , 2 005 AT 1:30 PM CENTRAL STANDAR D TIME ******* NO L ATE PROPOSALS W IL L B E ACCF.PTF.D *************** CITY O F FORT W O RTH P U RC I-IASING DIVISION !J)Wl ·:t{ L FVEL 1000 THRO C KM ORTON STR EET FORT W ORT II , Tr-:XAS 76 J 02 F(rn ".ll OI TIONAL INFO RMATION CONCERN ING T HI S RFP PLEASE CONTACT: YIRUII : W ADE. Sl -:N IO R H UY ER E-M A IL: VJRG IE.WA D E@H.W.TWORTHGO V.O RG *********=~*********************************** PRE-P ROPOSAL CONFERENCE AND SITE VISIT: J ack Dale , Pur c hasing Man age r CIT Y O F FOR T W O RT H P U RCHASING D IVIS I ON P U RC IIASING DIVI SION LOOO TH ROC'KMOR T ON F ORT W O RTH. T EXAS 76102 NAME AN I> A m>R ESS OF COM PAI\Y SUBM IITING P ROPOSA L : Con tact Pe rso n: ___________ _ Ph one: ( ) ____ Fax: ( Signa tur e: _____________ _ Pr int ed Name: ___________ _ E:Mai l: ___________ _ Request For Proposal General Provisions 1.0 SU BMISSION OF PROPOSAL 1.1 One orig in al and (7) copies or all proposa l doc um e nt s s ha ll he sub mitted in sea led pa ckages . Propose r's name a nd add ress s hou ld be marked o n the ou tsi de o f the c nvt::lope . Facsi mi le tran s miuals or offers comm uni cated by te le ph o ne w ill not be acc ep ted or cons idered . Pro pos a ls th a t a re no t su bmitt ed in sca le<.l packages ,vii ] no t be consi de red . l.2 Ma il ed prop osa ls s hall be se nl to: C ITY OF FORT WORTH PUR CH AS ING DIVISION ATTN : V IRGI E W/\D E I 000 T HRO CKMO RTON FO RT WORTH . TX 76102 1.3 Proposa ls may a lso be de li vered in pe rso n to: CITY or FO RT WORTH PU RC HASIN G OrFI CE (So ulhwes t co rn er o f th e Lo we r Leve l) ATTN: VIRGI E WAD E 1000 THROC KMORTON FO RT WORTH, TX 76 102 2.0 DELIVERY OF PROPOSALS Pro posals must be receive d in the Offic e o f Pur c has in g no late r tha n I :30 PM , T hur sday, Fe bru a ry 15 , 2007. T he Pro poser is res pons ibl e fo r th e mea ns of delivering Lh e propo sa l documents Lo th e loc ati o ns listed in l.2 or 1.3 o n tim e . Delays clu e Lo a ny in s trumc nl alit y use d to Lra ns mit the proposal incl ud ing delay occas io ned by the Propose r or th e C ity's int erna l mai lin g system wi ll be Lh c resp o ns ib il ity o f Lhe Pro pose r. T he prop osa l must he co m plete d a nd delivered in c;;uffi cie nt tim e to avo id disqu a li ficat io n fo r late ness d ue to difficulties in delivery. The dock in Ci ty o f Fo rt Wo rth Purchas in g Di vis io n is the officia l c lo c k fo r <.l el e rmining whe th e r proposa ls arc su bmitt ed timely. Late proposa ls w ill n o t be accepte d und er an y ci1·cumstances. 1-1 3 .0 PRO PR IE TA RY INFO R MA TI ON 3 .1 If a Propose r doe s no t desire propri e tary information in the proposa l to he dis c lnscd , it is requi red tn id e ntify al l pro pri eta ry informati o n in th e proposa l. Thi s id en tificat io n will be cl o ne by ind ivi dually ma rk ing each page w ith th e words "P ro pri e tary Info rm at ion " o n whi c h s uch proprietar y info rm a ti o n is ro und . If th e Pro pos e r fails to identify pr o pri e tary informati o n , it ag rees that by s ubmi ss io n of its proposal that th ose sec tio ns s ha ll he d eeme d no n-prop ri e tar y a nd made ava il ab le up o n public requ es t. 3 .2 Pro pose rs arc aclvi sc cl that the City , to the ex ten t per mitt ed by law, will pro tec t the co nfi de nti a lit y o f th e ir prop osa ls. Prop ose rs a re advi se d to cons id e r th e impli cations o f th e T exa s Pu blic Infor mat io n Act, pa rticul a rl y aft er th e pro posa l process has ceased and the Co ntract has be e n award ed . Whik th ere are pro v is io ns in the Tex as Publi c Info rmati o n Act to prot ect propr ie tary informati o n, wher e the Prop ose r can meet ce rtain evicl e nti a ry s ta ndards , pl ease be advised th at a det er min at io n o n whether th ose s ta nd a rd s hav e bee n me t will not be decide d by th e City of Fo rt W or th Purchas ing Offic e, but by the Offi ce of the Atto rn ey Ge nera l nf the S ta te o f Tex as. In the even t a request for public informa tio n is mad e, the Ci ty will no ti fy th e Propose r, w ho may then requ est an opini o n from the Attorn ey General pursu an t lo 552.305 , Texas Governme nt Cod e. The City will not ma ke a req ues t o f the Allnrncy Gen e ral. 4 .0 COM P LETION O F PR O PO SAL Proposa ls s hall be co mpl e ted in acc o rd a nce with the requir e men ts o f this RFP a nd paragra ph 5 of Sec tion II I. Stat e me nts ma de by a Propose r shall also he wi th o ut a m biguity, a nd with ade q uate e lab ora tion , where nece ss ar y, for clear und e rs tandin g. 5.0 CLA RI F ICATIONS AN D ISSUANCE O F AD DEN DA Any interpr e ta ti o ns , cor recti o ns o r c ha nges to thi s RFP will be made by addend um . Proroscrs s hall ac knowl edg e recei pt o f a ll addend a wi thin th e res po nse. 6.0 WITHDRAWAL OF PROP OSAL A represen ta tiv e or the Propo er may w ithdra w a Proposer's proposa l at any tim e prior to the proposa l subm iss io n deadl in e, upo n presentation o f acceptable identification a~ a rep resen tativ e of such Pro poser . 7.0 AWA RD OF CONTRACT It i~ understood that the Ci ty reserves th e r ight to accep t or reject any and all rropnsals and 10 re-sol icit for proposals as it s hall dee m to be in th e best interests of the City ur f ort Worth. Rec eip t and considerat io n o r any rrorosal s ha ll under 110 ci rcums;tances ohlig<1t e the Ci ty of f-'nr t Worth to <1ccc pt any proposal. l f an award of co ntract is made , it shall he made to the rc<,po 11 sihle Proposer w hose pro posa l is determined to be the best eval uated offer tak in g into considera ti o n the re la ti ve import a nce o f pr ice a nd the tllhe r evalua tion 1-2 factors set forth in th e RFP. Any reference to th e wo rd ··bid" co nt a ined in thi s R FP s ha ll mean ··p roposa l". 8.0 PERIOD OF ACCEPTANCE Propose r ack now ledges Lh ill hy sub m itti ng the prop osa l co nt ained her e in , Prop o se r mak cs a n o ff e r th at, if accepte d in w ho le or pa rt hy th e C it y, co nstit utes a va lid an d h in clin g co nt rac t as Lo any and a ll items accepte d in wri ting by th e City . Th e peri od of acc e ptanc e of thi s proposa l is ni nety (9 0 ) ca len da r days fro m the date o f o pening, unl ess th e Proposer no tes a different period. 9.0 TAX EXEMPTION T he C it y o f Fort Wor th is exe mpt fro m f<ed e ral Excise a nd State Sa le Tax; th e re fnre , tax must no t he includ ed in this prop osa l. 10.0 C O ST INC U RRED IN RESPONDI NG A ll cos ts dir ec tly or indir ec tly re la ted to pr e para tio n of a res po nse to the RFP or a ny ora l presen ta ti o n req uir ed to s uppl e men t a nd /or c larify a pro posal whic h may he re quir e d by the Ci ty s ha ll be the so le respons ib ilit y o f a nd s ha l l he ho rn e hy Proposcr(s). 11.0 NEGOTIATIONS Th e C it y rese rv es the ri ght to negot iate a ll e le ments th at co mpr ise the s uccess ful Propo se r's proposal to ensu re that th e best possible consi d erati o n be affo rd ed to all concerned. 12.0 CONTRACT INCORPORATION The contract docume nt s s hall inclu de the RFP, th e Respo nse Lo th e RFP and suc h ot he r te rms an d co nditi o ns as the pa rt ies may ag ree. 13.0 NON-EN DORSEMENT If a proposal is accep ted, th e s ucc ess ful Prop oser s hall not iss ue any news re leases o r ot he r s ta temen ts pertaining to the awa rd o r se rvicing of the ag ree ment tha t stat e o r impl y th e Ci ty o f Fo rt W ort h 's end o rse me nt of the s uccessful Pr opose r's se rv ice s. I -] Section I Standard Terms and Conditions These st a nda rd term s and condi tions a nd a ny s pec ia l te rm s a nd co nditi o ns become rart of a ny co ntract e nt e red into if a ny o r a ll pa rt s of the Pro posa l are accepte d by th e Ci ty of Fort Wort h. LO ASSIGNMENT 2.0 3.0 Th e s uc cessful Prop ose r may no t ass ign its rights or du ti es und er a n awar d w ith out the pri o r writt e n consent o f th e C ity of Fo rt Worth . Su c h consen t s ha ll no t rel ieve th e ass ig nor o f liabilit y in the eve nt of default by its ass ig nee. ERRORS OR OMISSIONS The Propose r will no t be a ll owed lo take adva nt age of a ny e rro rs or omiss ions in this RFP . Wh ere e rror s or o mi ssions arpe ar in thi s RFP , the Proposer s ha ll promptly no tify th e C it y of Fort Wurth Organi za ti o nal Analysis Unit in writ ing o f s uch error o r o mi ssio n it discovers . Any s ig nific an t erro rs, o m iss io ns o r in co nsis tenc ies in this RFP arc lo be re- ported nn la ter tha n seve n (7) days before tim e fo r the Pro posa l respo nse is to be s ubmi t- ted. INDEMNITY AND RELEASE 3. l Successful Pro pose r s ha ll defend, indemnify and ho ld ha rml ess th e C it y o f' Fo rt Worth a nd a ll it s office rs , age nt s a nd empl oyees fro m a ll sui ts, ac tio ns, o r other c la im s of any charac ter, nam e a nd d escripti on bro ught fo r o r o n accou nt o f any injuri es or da mages rece iv ed o r s us ta in ed by any pe rson, pers o ns o r prop e rty du e lo a ny neg li ge nt ac t or fault of the s ucc essfu l Propose r, o r of any agency, em rl oyee, subcontractor or supp lier Linde r th e s uccessful Pr opose r in th e exe cu- ti o n o f, or performance und er, a ny contrac t awarded. Suc cess ful Propose r in d emnifies a nd will ind em ni fy and ho ld ha rmle ss the C it y of Fort Worth fro m li abi lity, c la im or dem a nd o n the ir part , age nt s, serva nt s, customers a nd /o r emp loyees whe ther s uch li abil it y, claim o r demand arise fro m event or casualty harpe nin g or wit hin th e occ upi ed premises th emse lves o r happeni ng up o n or in the halls, e leva tors , e nt rances, stai r ways o r approaches of or the fac il iti es withi n whic h the occupie d pr e mises are located . Successfu l Propose r sh a ll pay any judgment wit h costs th at may be o btain ed aga in st th e City or Fort Wo rt h growing o ut o f suc h injury o r damages. 1 .2 In addition to the indemnificati o n requirement above, successful Propose r s hall e xecute a statement re leasing Fort Worth from any liability for injury or rropcrty damage incur re d during this contract, unl ess such injury or property damage wa~ the result of int entiona l co nduct committed hy an em ployee of th e City. Further, a ll employees, u lli ccrs, a nd agents of the succe;,sful Propos er m any suhcontrnctor shall he requir ed to execute the release rrinr tn entering int o performance of a ny wnrk associated wi th the co ntract lo he <1warded he reu nd er . 4 8.0 9.0 CONFLICT OF INTEREST No publi c o ff icia l s ha ll have int e res t in this co nt rac t, in accorda nce wit h Ve rn o n 's Texas Code s A nn o tate d , Loca l Gove rnm e nt Code T itle 5 , S ubt itl ed C., C hap ter 17 l . INSURANCE S uccess ful Pro pose r mu s t ca rr y ins uran ce in t he fo llow in g types a nd a mo u nts for the du ra ti o n of thi s agree me nt, a nd furni s h ce rt ifi ca tes o f in surance a lo ng w it h co pi es o f po licy dcd a ra ti o n pages a nd po lic y e nd o rse me nt s as ev ide nce th e re of: 6 4.0 TERMINATION If this award res ults in a co ntra ct , iL s ha ll re ma in in e ffect unti l contract e xpir es, d e liv er y and accep ta nce o f products and /or per for ma nce of se rvices orde red or termi na ted hy th e C it y w ith a thirt y (30) clay written notic e prior to cance ll ation. In the ev e nt of te rmi nat ion, t he City o f Fort W or th rese rv es the r ig ht to award a co ntract lo next lowes t aml hest Proposer as it deems to he in th e hcst inter es t of t he City of Fort. furth er, tht.: C it y o f Fort W o rth may ca nce l this con trac t without e xp en se to th e Ci ty in t he eve nt tha t fund s have not been a pp ro pr ia te d for ex penditures under this con tract. T he C it y of Fo rt Wo rth will re turn a ny ddivered bu t unpa id goods in normal con diti n n to the Prop ose r. 5.0 TERMINATION, REMEDIES.AND CANCELLATION Ri g ht to Assurance. Wh e neve r t he C it y has reaso n to questio n th e successful Proposer's int e nt to pe rfo rm, the C it y ma y de ma nd tha t the s uccessful Propose r g ive w ritt e n ass ur a nce o f s uccess ful Pro pose r's intent to pe rform. In the even t a de man d is made, a nd no assura nce is give n within ten calendar clays, the Ci ty may trea t thi s fa ilur e as a n ant icipatory rep udiati o n of t he co nt rac t . The Ci ty may terminate thi s agree ment if th e successful Proposer !'ails lo cure a material hre ach w hich s ub sta ntiall y impairs th e value of the co ntra c t as a w ho le w ithin thirt y (30) ca le nd a r days o f receipt of written notice be ing give n hy the ot he r party . If more than thirty (30) ca len d ar days a re requ ir ed to cu re s uc h default or br eac h, a reaso na bl e time in excess of said days may be esta blish e d , pro v id ed bo th part ies agree in wri t ing as to th e tim e per iod to be su bsti t uted. In th e eve nt suc h default or br ea ch is not cured wi t hin a s pec i fied tim e, th e City may te rmin ate this agreeme nt up on t hirt y (JO) cale nd ar days w ri t te n not ificati o n. T he C it y may a lso ca ncel thi s agree me nt for co nvenie nce up on thirty (30) calendar days w r itte n no tice to the s uccessful Prop ose r. Effectiv e date of such not ice shall begi n thre e (3) days a ft e r date o f pos tin g wi th th e United States Pos ta l Service wit h said no tice heing s e nt to last kn ow n address of s uccessfu l P roposer. 6.0 C HAN GE ORDERS 7.0 No ora l statement o f any pers o n s hall modify or o therwi se change or affe ct the terms, co nditions or specifi c ations stated in the resulting contrac t. All c ha nge ord ers tn the con- tract w ill he made in writing by th e Ci ty of Fort W orth Or ga ni zat io nal Analysis Unit and approve d by City Council. VENUE This agreem ent will he governed a nd constr ued according Lu the laws o f th t.: S ta te of Texas. This agree ment is performable in T arrant Cnunty , Texas. Ve nue ~h a ll lie e xc lu,ively in Tar ra nt Coun ty, Tex as. 1 .0 Insu rance Insurance coverage's required here in are intended to respond to occurrences which may arise from services and or goods related to this ITB solicitation. 1.1 Statutory worker's compensation insurance and employer's liability insurance at the following limits: a. $100,000.00 each accident b . $500,000.00 disease -policy limit c. $100,000.00 disease -each employee 1.2 Commercial General Liability insurance shall be provided as follo ws: a . $500,000.00 each occurrence b . $1,000,000.00 annual aggregate 1.3 Auto liability insurance shall be provided as follows : a. $250,000.00 bodily injury per person each accident. b. $500,000.00 bodily injury each accident. c. $100,000.00 property damage, or d. $500 ,000 .00 combined single limit each accident. The vendor shall furnish the City of Fort Worth Purchasing Manager, wi th a certificate of insurance documenting the required insurance prior to the commencement of services. Policies shall be endorsed to provide the City of Fort Worth, with a thirty (30) day notice of cancellation , material charge in cove rage, or non-renewal of coverage . Applicable policies shall also be en dorsed to name the City of Fort Worth as an additional insured, as its interests m ay ap pear (ATIMA ). 2.0 Additional Insuran ce Requirements 2 .1 The City, its officers, em ployees and servants shall be endorsed as an additional insured on Ve ndor's insurance policies excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy. 2 .2 Certificates of insurance shall be de li ve red to the Purcha sing Department of the City of Fort Worth , 1000 T hroc k m orton Stre et, Fort Worth, TX 76102, prior to a pu r chase ord er be i ng iss u ed . 2.3 Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. 2.4 Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. 2.5 Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 2.6 Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. 2.7 Workers' compensation insurance policy(s) covering employees of the Vendor shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 2.8 City shall not be responsible for the direct payment of insurance premium costs for Vendor's insurance. 2. 9 Vendor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commerc ial coverage maintained by City shall not be called upon to con t ribute to loss rec overy . 2.10 While the purchase order is in effect, Contractor shall report, in a timely manner, to the Purchasin g Department any known loss occurrence that could give rise to a lia bility claim or lawsuit or whic h could result in a property loss. 2.11 Vendor's liability shall not be limited to the specified amounts of insurance requ ired herein. Upon the request of City, Vendor shall prov ide complete copies of all insurance po licies required by these contract documents. FORT WORTH THE CITY OF FORT WORTH , TEXAS Request for Qualifications from Design -Build Firms RADIO COMMUNICATIONS TOWER ROLLING HILLS WATER TREATMENT PLANT, FORT WORTH RFQ 07-0030 NOTICE TO DESIGN-B UILD FIRMS DESIGN AND CONSTRUCTION OF RADIO COMMUNICATIONS TOWER ROLLING HILLS WATER TREATMENT PLANT, FORT WORTH Qual ification Statements for the design and construction of the RADIO COMMUNICATIONS TOWER , ROLLING HILLS WATER TREATMENT PLANT , FORT WORTH , will be received at the Purchasing Office , City of Fort Worth , 1000 Throckmorton, Fort Worth, Texas 76107 , until 1 :30 p .m., Thursday , February 15 , 2007 . The names of responders will be publicly read aloud approximately thirty minutes later in the City of Fort Worth Council Chambers . The Project consists of the design and construction of a 480-foot tall 4-sided self- supporting radio communications tower at the Fort Worth Rolling Hills Water Treatment Plant. The project includes all design and construction activities to support the tower loading consisting of multiple high performance microwave dishes at various elevations , including space diversity installations , and a top- mounted antenna platform and all other appurtenances indicated . The attached drawings are conceptual sketches of the Rolling Hills Radio Communications Tower . This tower will incorporate artistic rings incorporating products by i light Technologies through the Fort Worth Public Arts Council as part of the Public Art Component of the Project. Proposed placement is shown on the sketches . Removal of the existing tower will be covered under a separate proposal. The City of Fort Worth ("City ") will conduct a 2-phase process for the selection of a Design-Build firm in compliance with Texas Legal Government Code , Secti on 271.119(d). The C ity will select a maximum of three of the best-qualified design-build firms wh o will then submit proposals for the design and construction of the tower. A co ntract will be negotiated with the design-build firm who submits the proposal providing the best value to the City . It is the policy of the City of Fort Worth to ensure the full and equitable partic ipat ion by Minority and Women Business Enterprises (M/W BE) in the procu rement of this design /bu ild project. Selection Procedures Statement of Qualifications (Phase One) Qualification Statements shall be limited to a maximum of 15 pages , 10 to 12 point font. Each set of responses shall contain the following identified tabs w ith the corresponding tab number and title indicated below : 1 Introductory Letter (not included in page count) 2 Number of Years in Business (individually and if applicable joint ven ture with other subm i tted firms) 3 Managing and Corporate Office Location (principle and joint venture firms) 4 List of Similar or Comparable Projects (list projects in reverse chronological order beginning with the most recent and include project description, project initial budget, project completed cost, project cost per foot, and construction duration) 5 Professional qualifications of key personnel 6 Experience and availability of Project Manager 7 Ability to meet schedules and commit resources based on current and projected workload 8 Understanding of project scope and capability to perform required services 9 Familiarity with applicable rules , regulat ions , professional standards , etc. 10 Affiliation and experience with professional organizations (e .g . NATE , U.S. Contract Tower Association , etc .) 11 Append ix (appendix items are not included in page count) 11 .1 Resumes of key personnel 11 .2 T earn Composition / Responsibilities (Organizational Chart) 11 .3 Required Certifications (e .g. Texas Professional Certifications , Geotechnical, etc .) Evaluation and Selection Pha se O ne: Qualifications Offerors will be ranked on the follow ing fa ctors : 1. Experience of communication tower contractors and installe rs on projects of similar scope and size : (30 %) 2 . Technical qualifications and competence of key projec t team membe rs : (30 %) 3 . Capabili ty to perform as demonstrated by past project exe cution of similar projects : (20 %) 4 . Performance on prev ious projects with regard to bud get , time management, and project function: (20%) Each offerer must certify to the City of Fort Worth that each arch itect and /or engineer that is a member of the team was selected based on demonstrated competence and qualifications in the manner provided by Section 2254 .004 , Government Code (Enclosed) and is licensed t o practic e in the State of Texas as required by State Statute . Phase Two: Proposal for Best Value Selection (Submit supplemental information upon notification of short list selection) 1. Competence: Provide list of similar projects with owner contacts and phone numbers . (20%) 2 . Qualifications : For the project manager, architec t/engineer , and superintendent. Provide resumes with lists of projects , responsibilities , and owner contacts. (20%) 3 . Facility Features: Provide Design Criteria Program (DCP) documents with proposal. (DCP documentation should be on 8.5 in . X Hin . white or buff paper . Include title sheet , schematic site plan , tower elevation(s), and other graphics as determined to convey the firm 's proposal.) (20%) 4 . Project Budget: Provide budget cost for facility described in the Design Criteria Program . (20%) 5. Project Management: Provide a proposed schedule to include design , procurement , delivery , erection and completion /acceptance of the proposed structure . (1 0%) 6 . MWBE Part icipation : Provide a Subcontractors/Suppliers Util ization Form for the utilization Minority Women Business Enterp ri se (MWBE). Design/build firms will be rated on the level of participation above the project goals . (10%) Negotiations After proposals are ranked , the City will work with the highest ranked offer to red uce costs and improve function through the evalu ation of alternative materials , methods or scope modification . If cost and program objectives cannot be re ached with the top ranked offer, the City will move to the second ranked offer and then other offers in turn un ti l th e cost and program objectives are met or all proposals are rejected and the project is rebid . Award Upon approval of the City of Fort Worth Counc il , Staff will execute contract wi th selected design /build firm to design and construct the facility as neg otiated . - RADIO COMMUNICATIONS TOWER ROLLING HILLS WATER TREATMENT PLANT , FORT WORTH SCOPE OF SERVICES SCOPE OF WORK: the scope of work will include , but not be l imited to , the fo ll owing : 1 Planning 1 .1 Coordinate with Fort Worth Public Arts Council and Radio Se rv ices on design and placement of light rings . 1.2 Develop , Perform , and Coordinate Site Planning requi reme nt s as requi red by the City of Fort Worth staff. 2 Predesign 2 .1 Prepare Preliminary Schematic Design (SD) of Site and Str ucture for review by the City of Fort Worth IT Solutions staff. 2 .2 Establish Maximum Project Cost based on SD . 2 .3 Develop Initial Performance Schedule including major milestones and deliverables for project duration . 3 Design 3 .1 Perform Des ign Development (DD) of the project in accordance w ith FAA directives , State and industry standards , City of Fort Worth Design Criteria (4 -sided structure . The structure shall be designed under the guidelines of TIA -222-G Structural Standards for Antenna Supporting Structu res and Antennas , effective January 1 2006 , or latest version thereof. Some parameters specific to this insta llation are , Class Ill Structure , Importance factors shall be as per Table 2-3 , Exposure Ca tego ry C , Topograph ic Category 1, Gust Effect Factor 0 .85), and local build ing codes . The structure w ill be marked and /or lighted in accordance w ith FAA Ad v iso ry Circular 70/7 460 -1 K, Obstruction Mark ing and Light ing , a me d -du a l sys tem -Chapters 4 , 8 (M -Dual ) and 12 . 3 .2 3.3 3.4 4 4.1 4 .2 4 .3 4.4 Prep are sp ecificat ions and con struction d rawings . Prepare detai le d cost estimate . Prepare the Design and Cons t ruction Performance Schedule and submit to the City of Fort Worth IT Solutions Radio Services Section . Constructi on Award and manage all contracts with suppliers and trade contractors . Obtain all necessary permits . Coordinate all ut ilities . Supervise , c oo rd inate , an d pe rfo rm all managemen t of cons t ruction activities to incl ude qua li ty co ntrol , safety , and security of material. 4 .5 Coordinate all activities with City of Fort Worth Radio Services. 4 .6 Administer 2-year warranty. § 2254.004. Contract for Professional Services of Architect , Engineer, or Surveyor (a) In procuring architectural , engineering , or land survey ing services , a governmental entity shall : (1) first select the most highly qualified provider of those services on the basis of demonstrated competence and qualifications ; and (2) then attempt to negotiate with that provider a contract at a fair and reasonable price . (b) If a satisfactory contract cannot be negotiated with the most highly qualified provider of architectural , engineering , or land surveying services , the entity s hall : (1) formally end negotiations with that provider ; (2) select the next most highly qualified provider ; and (3) attempt to negotiate a contract with that provider at a fair and reasonable price . (c) The entity shall continue the process described in Subsection (b) to select and negotiate with providers until a contract is entered into . Added by Acts 1993 , 73rd Leg ., ch . 268 , § 1 , eff . Sept. 1, 1993. Amended by Acts 1997, 75th Leg ., ch .119 , § 1, eff. Sept. 1, 1997. Tentative Schedule for this project: February 22, 2007 Review of RFQ and shortlist March 1, 2007 Request for GMP sent to shortlist March 15 , 2007 Pre-bid conference (Place and time TBA) April 12, 2007 Respond from Design /Build with GMP May 3 , 2007 Select Design /Build Firm May 10 , 2007 Begin negotiations June 25 , 2007 Make recommendation to Council Drawi ng J 480' JOO' Elevation Diameter 460' 50' 43S' 43' 410' 36' 393' 29' 376' 23 ' 361' 17' 350' 12' Tota l linear ft: 659' Rolling Hills Radio Tower Arismendi!Garanzuay Version 2. 16.06 Seven Ring Plexineo n CONCEPT ONLY NOT TO SCALE Ro llin g Hill s T owe r w ith Art is tic Rin gs General Plan and Bracket Arismendi/Garanzuay Ver~ion 2 .12.06 Seven Ring Plexineon Engineer of record may call out suitable number of hra ckets requ ired for load. 21 .5' Bra ck er Arm Elevation fo rd=SO' Drawing 2 d=SO' Plan for d=SO ' CONCEPT ONLY -NOT TO SCALE light ting um requir em ent of th e va nized rings 3"x 3"x1/4"angle/refle ctor - engineer of re co rd may call ou t a larg ize spliced in an appropriate manne r Mo unt ing Ori enta tion Drawing 3 4 Sided Tower ANTENNA PLATFORM Hoist ond S 1:r~otoe Mou ni s S-t t'"Obl? Mount ·-- Cocs:r,i MDI 0< b><'V N0'1 ,o ::S,C,a l f' Co ncept Onl y -No t to Scale S t r· otoi:> Moun"'t TA '3' +B '3' I Drawing 4 I~-------r\)-[~-or'1<:<?p+.1.rnl D(oV¥ir'1gl r-\.J W ~ <n}--j 5 Al"li:l?l"I ~ , p ( o Mour~i, --{f_..,.-ositiof'l£ ir1Q 2 3 /vh To T (ot\Si~Q~ r fQ('I lP"O C'u"t>lt'l9 lo(;l'Of 10 lri• A'~ fr'flo Pio i''O(('\ 4 Pipe-Ro 1l 1ng 4" 0 D Max ,/ [0+.ire Areo Covered \,Ii"*!') 12' t C ...,_ I :_i· /,,-Expor,decl Metal Gr"otir'lg 1a Prov1d~ A Si.o riding 'work $1)rfoce. Sofe-t;y Tie Poin-t;s 1 o Bl? Providl? cl A-t; 3' Spoci(lg On 1 rie Vo( k Pio Horr-,. H,e \Jork Pl0Hoo·1 \,,Jill Be CClptible i -t J' A B [ D E D ·, -(_ \-----{ )-----{ ,__ _ _, E 6---,____ l-----< >----------1 5 Lower Anterro Mop !6 Posiiiors AvofolOll:" 1ypicolly Mount I?)( ~ri~rro Or ,~~ Low~r Levels >: = No-l "u;tobl,;,;Prodicol lo Mount Arierroe A B [ D [ 1 2 Concept Only -Not to Scale 3 Of S1.,1ppori1r1g A Dyr101'l1C Lood Of Two \v'o(ke(s, Cor,plE>-t;E> 'w'itri Tools Ar'1cl Ar'1-t1?f'lr,o tvlo~ir,·t ir19 Hordwore Es-tir10 -t;ecl Dyna f'lit:::-L ood To Be Ai. Leost 600 Pour1ds 4 5 IJppo?r t,,,t c,-rro Hop 2'3 PosiiiOr"'S Av()il<)k)l<;' IX Typically Mour,i D /'.1(11,;>ry,o 01" Tl"<? lJppc;y Lev.,ls IX )< = ~101: Su;-lo~le>/Prod,col To Mol..u>i Ari eN,c P -Not [r'\v 1s,o,1ed To !r'lsi:oll Mi C(O'llo v e Ois11es Or'\ Th e A(l t e1-1/l o Pl offo(l'1 Area 0~ Trons iiion r rori Ti'>E' Cl1f"lb 1r'l g Lodd (;>r' To 111e A11i:e000 Plotf'o(r1 T (opd O( ~Wir'l gS Up Awo y r (Of'\ Hie PloHo(c~ 'T he t r 1Jpdoor 11us b v. c ou0 -l er 'IIE?1Jl">t r:>d Or'ld O S'l;i11g-sfo irs to!l<:>d . Top or 300' AGL Set r _..--8 Su pport St r ucture Drawing 5 ANl[NNA PLAT r oRM eo~et uu ,1 ~ro,~ t1q{ TQ ~pl , Co r,binotion ;i n.fet y Roilir1g /''/ i'ir,d tird er,r'lo ~t a,.-l(•f. / Gra-ted \.io lkl)oy 's~.rrocE' So fe "t y T;p-Qff Po,ri-t.s To Be Jr1 st oll ecl [v er''f Tfyee reei:. ~to l e ( iol Ar"ltic ipo t1?cl To BP Trio Siri ilor· To Tr,o-t Typ ically Used r o,· lee Br" iclges Trie lop Of T/"le Towe r Js St1owr V1;r·iicolly Orly f' o( Co 11cep-h,o l Pt,r pose s \,1ov ?.gtJ1Ci l:' T r"O Y Go es !'Ill Tt"P. 1,/oy ilrolircl H,~ Pio iorr. -Need A 1 r' ori Si-l.i or1 r r'o(~ T11 e CoolQ LoddQr' Of'\ All i1 f' on's -Pe>op l e Vo r~irg 0/1 11,., Antenrio Plo-t-f orn Will N~l"d To St ep Over The Wo~PQU~P Tr~y So Ii l s Pr eferr ed To t<-'"P As Low A Pr ot'il-' ti rid As Norro11 As PossikJIP , Concept On ly -Not to Scale Drawing 6 ANlENNA PLA l FORM Ho isi or1d S tt"'oloe Mo unts S trobe Mo1..,1 rii r occ aztwl P:::o»,cia No-i To S.:-01 P Co nce pt On ly --Not to Sca le Sit"OkH? Mou nt Ramsey, Amy From: Ramsey, Amy Sent: Monday , November 09 , 2009 10 :27 AM To: DeHoyos , Beatrice Cc: Farmer, Maleshia Subject: RE : design build tower contract Beatrice, I think we need to meet or have a conference call. I see that the proposal submitted is $1,385,383.00 but the award was $1 ,328 ,929.00. Why the difference? The payment and performance bond must be the amount of the GMP (or lump sum less design fees) per 8.6 of the contracts. How much is that ? Where is the 1 year maintenance bond required at 8.6 .5 of the contract? Amy J. Ramsey Assistant City Attorney City of Fort Worth 817-392-7617 amy.ramsey@fortworthgov.org This message and all attachments are confidential and are intended solely for the use by the individual or entity to which they are addressed. This communication may contain material protected by the attorney-client privilege. Any review, use , distribution, forwarding , printing or copying by persons other than the intended recipients is strictly prohibited. If you believe this email was sent to you in error, please notify the sender by replying to this transmission or by calling Amy Ramsey at 817-392-7617 and delete this message or any copy. Unless expressly stated in this email, nothing in the message should be construed as a digital or electronic signature . From: Ramsey, Amy Sent: Monday, November 09, 2009 10:16 AM To: DeHoyos, Beatrice Cc: Farmer, Maleshia Subject: design build tower contract Beatrice, Why is the payment and performance bond for the design-build contract only $343,342.00 but the contract is $1,328,929? Is the design that much more than the construction? What is the GMP? Amy J. Ramsey Assistant City Attorney City of Fort WorJi 817-392-7617 amy.ramsey@fortworthgov.org 11/9/2009 Date: To: ODsolutions ~ \\lil <1.Ji{Al1i k& November 6, 2009 ( i,, \)," MTIWil:bicP-f!artner, Assistant City Attorney Karen L. Montgomery, Assistant City Manager Marty Hendrix, City Secretary From: Pete Anderson tp~ IT Solutions Director/ CIO Subject: Rolling Hills Tower Replacement Request your signature on attached contract for the first phase of the Rolling Hills Radio Tower Replacement. On October 13, 2009, Council approved M&C C-23844 which authorizes the City Manager to execute a design/build contract with Sabre Communications Corporation for the design and construction of the replacement tower in an amount not to exceed $1,328,929.00 . Under this contract, Sabre Communications will provide: 1. The engineering design, fabrication, delivery and construction of the tower structure , including all foundations and grounding. 2. The design, fabrication and installation of structural elements associated with the artistic lighting system. 3. The dismantling, removal and disposal of the old tower structure. This is needed to replace an aging existing communications tower that has reached the end of its service life. In addition, structural analysis by structural engineers Malouf and Associates have determined the existing tower is loaded at 103% of its capacity. The communications site on this tower is a critical element of the City of Fort Worth public safety radio system which provides key coverage to Districts 3,6 and 8. An additional M&C for the procurement, installation and testing of a new antenna system is in process. We expect to submit this to you within the next 6 weeks for signature. Once completed, please contact Beatrice De Hoyos , IT Business Systems Coordinator/Contract Administrator at 817-392-6640, to pick up the executed document. Should you have any additional questions, please let me know . Pete Anderson, Director/ CIO IT Solutions Department ,~ ~0-k_ ';b~ti:?l rJI~ ~lt11 td-A-f1---- M&.C Review ~ \(,'i, • •JiGFDMliffiNMIAIMihii@ W i City Council Agenda FORT WORTH --....,.---- DATE: CODE: COUNCIL ACTION: Approved on 10/1312009 10/13/2009 REFERENCE NO.: C TYPE: C-23844 NON-CONSENT LOG NAME: PUBLIC HEARING: 04SABRE NO SUBJECT: Authorize a Design/Build Contract in the Amount of $1,328,929.00 with Sabre Communications Corporation for the Replacement of the Public Safety Communications Tower at Rolling Hills Water Treatment Facility for the Information Technology Solutions Department RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Design/Build Contract in the amount of $1,328,929.00 with Sabre Communications Corporation for the design and construction for the replacement of the Public Safety Communications Tower at Rolling Hills Water Treatment Facility for the Information Technology Solutions Department. DISCUSSION: The 2004 Bond Program, Proposition Five, was approved by voters and induded $1 ,195,000 .00 to partially finance the rep lacement of four aging radio commun ication towers. Also , the CCPD budget included funds in the amount of $300,000.00 to support the replacement of the four towers. In August 2008, the Council approved a 2008 Certificates of Obligation program for cost overruns and under funded projects in the 2004 Bond program. This program induded funding in the amount of $4.9 million to support the tower replacements and was initially planned for sale over a three-year period . To date, $2.1 million of debt sales for the tower project have been made . Funds in the amount of $2.8 million to complete the towers will be recommended for inclusion in future debt sales in 2011 , 2012 and 2013 . This M&C is to design and construct the replacement of the first of those four towers , Rolling Hills. Replacement of three other towers included in the 2004 CIP (West Bolt Street, Holly Complex and Levee) will be scheduled when funding becomes available. Malouf Engineering performed studies of these towers in 2008 and the results indicate that they do not need to be replaced this year. This new tower is projected to have a service life of 35-60 years and will be capable of hosting the City's next generation interoperable Radio System supporting the latest (P25) digital standard . The Public Safety Trunked Radio Communication System is vital to the welfare and safety of Fort Worth Citizens. The infrastructure for the radio system includes towers located throughout the City. The Rolling Hills Tower is showing signs of significant wear . Add itionally , the towe r is currently loaded at 104 percent of its rated capacity, despite having previously been structurally reinforced as much as possible . Malouf Engineering assessed the tower and determined that it is overstressed with its cur rent loading and that it is near its expected service life . As a result , the immediate replacement of this tower is required . Additionally, the City has partnered with The Fort Worth Arts Council to include an artist ic element for the proposed Rolling Hill tower replacement project. This tower will have a unique artistic lighting scheme as part of the tower. This property is located in COUNCIL DISTRICT 8 and is one element of the tota l radio infrastructure that serves the City as a whole. A Request for Qualifications (RFQ) for replacing the tower at the Rolling Hills was published in the Commercial Recorder on January 24, 2007 and January 31, 2007. Three contractors submitted a Statement of Qualifications (SQQ) for rev iew. An evaluation committee evaluated the SOQ's and two contractors were each requested to submit a formal proposal. On ly one of the http ://apps .cfwnet.org/council_packet/mc_review.asp?ID=11373&.councildate=10/13/2009 (1 of 2) [10/14/2009 4 :28 :08 PM] M&C Review vendors submitted a proposal. After review of the proposal, staff recommends awarding the contract to Sabre. Our analysis of current materials and services pricing and the cost of our most recent tower construction indicate this is a reasonable submission . This contract covers the costs for the design, fabrication and construction of the Rolling Hills physical tower and associated work. Additional work will also be required to complete the project, including but not limited to : materials and installation of the antennas and transmission line equipment to transfer the working Radio Systems communication equipment from the old to the new tower and shelter replacement/upgrades. These components will be submitted under separate M&Cs. ADMINISTRATIVE CHANGE ORDER-An administrative change order or increase may be made by the City Manager for an amount up to $25,000 .00 and does not require specific City Council approval as long as sufficient funds have been appropriated. M/WBE -Sabre Communications Corporation is in compliance with the City's M/WBE Ordinance by committing to 5 percent M/ WBE participation and documenting good faith effort. Sabre Communications Corporation identified several subcontracting opportunities. However, the M/WBE's contacted in the areas identified did not respond or did not submit the lowest bids. The City's goal on this project is 8 percent. 70 percent of the total contract was for the purchase of steel which presented no opportunity for M/WBE participation. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendation, funds will be available in the current capital budget, as appropriated, of the ITS Improvements Fund . TO Fund/Account/Centers Submitted for City Manager"s Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers P250 539120 049030028680 $1,328,929.00 Karen Montgomery (6222) Peter Anderson (8781) Steve Streiffert (2221) http:/fapps.cfwnet.org/council_packet/mc_review.asp?ID=11373&councildate=10/13/2009 (2 of 2) [10/14/2009 4:28:08 PM]