HomeMy WebLinkAboutContract 41384FORT WORTH
CITY SECRETARY , 1 \ ;> t 1 CONTRACTNO. L-t-~'-
CONTRACT DOCUMENTS
FOR
TAXIWAY, ROADWAY AND LIGHTING IMPROVEMENTS
at
SPINKS AIRPORT
CITY PROJECT No. 01317
Aviation FAC No. P240-539120-558820131780
Michael J. Moncrief
Mayor
January 2011
Kent Penney, AACP
Director, Aviation Department
Dale A. F isseler, P .E.
City Manager
OFF ICtAL R~CORD
CITY SECRt.TARY
Fl. WORTH, TX
01 -2 ·1 -1 1 r 4 : 4 9 I N
•
City of Fort Worth , Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 1/4/2011 -Ord. No. 19506-01-2011
DATE:
LOG NAME:
SUBJECT:
Tue sday , January 04, 2011 REFERENCE NO.: **C-24673
55FWS T AXILANE, ROADWAY AND LIGHTING IMPOVEMENTS -
CONSTRUCTION
Authorize a Contract in the Amount of $655,823.50 with Jay Mills Contracting , Inc., for Taxilane, Roadway
and Lighting Improvements at Fort Worth Spinks Airport and Adopt Appropriation Ordinance in the Amount
of $72 1,405 .8 5 for Taxilane, Roadway and Lighting Improvements at Fort Worth Spinks Airport (COUNCIL
DISTRICT 8)
RECOMMENDATION:
It is recommended that the City Council:
I . Authorize the u se of revenue derived from mineral leases on City-owned airports in the amount of
$721,405.85 for a contract with Jay Mills Contracting , Inc ., project management, construction survey and
inspections costs for taxilane, roadway and lighting improvements at Fort Worth Spinks Airport;
2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount
of $721 ,405.85 in the Airports G as Lease Project Fund from available funds; and
3. Authorize the City Manager to execute a contract with Jay Mills Contracting, Inc., in the amount of
$65 5,823 .50 , for taxilane , roadway and lighting improvements at Fort Worth Spinks Airport, and authorize
$65 ,582 .35 for associated costs for construction survey, project management, materials testing ,
administrative and in spection serv ice s.
D I SCUSSION:
On April 14 , 2009, the City Council authorized the execution of a Contract with CP&Y, Inc., for the design
of this project (M&C C-23448).
Thi s project was advertised for bid in the Fort Worth Star-Te)e2"ram on October 1, 2010 and October 7 ,
20 I 0. On October 28 , 2010, the following bids were received:
!Bidders l4mount
lJav Mill s Contracting, Inc $655 ,823.50
0. Trevino Construction $726,474.65
!McMahon Contracting, LP $775,042.47
[AUi Contractors $781,163.25
IB-C Company $874,551.70
IEAS Contracting, Inc $882,604.69
!Ed A. Wi lson, Inc $964 ,434.45
Time of completion: 120 calendar day s
Staff recommends that the bid submitted by Jay Mills Contracting , Inc., be selected , and that the contract be
awarded to Jay Mills Contracting , Inc .
The work includes construction of aircraft taxilane (400 feet x 50 feet concrete), air traffic control tower
roadway extension (350 feet x 24 feet concrete), new aircraft holding apron (160 feet x 84 feet concrete), and
approximately 1800' of new taxilane edge lighting. In addition to the contract cost, funding in the amount of
$65 ,582.35 is included for associated construction survey , project management, materials testing ,
administrative and inspection costs.
The City reserves the right to increase or decrease quantities of individual pay items within the contract,
provided that the total contract amount remains within plus or minus 25 percent of the contract award. This
project will be funded by revenue derived from mineral leases on City-owned airport properties .
M/WBE – Jay Mills Contracting , Inc., is in compliance with City's M/WBE ordinance by committing
to 14 percent M/WBE participation . The City's goal on this project is 13 percent.
Spinks Airport is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION:
The Financial Management Services Director certifies that upon approval of the above recommendations and
adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as
appropriated, of the Airports Gas Lease Project Fund .
FUND CENTERS:
TO Fund/Account/Centers
2) P240 446200 551929990100
?) P240 539120 558820131780
CERTIFICATIONS:
FROM Fund/Account/Centers
$721 405.85 3) P240 539120 558820131780
$721.405.85
Submitted for City Mana~er's Office by: Fernando Costa (8476)
Kent Penney (5403)
Ruseena Johnson (5407)
Ori~inatin~ Department Head:
Additional Information Contact:
ATTACHMENTS
1. 1317 Construction Compliance.pdf
2. 55FWS T AXILANE ROADWAY AND LIGHTING IMPR.pdf
3. 55FWS TAXILANE ROADWAY LIGHTING IMPRMNT AO .doc
4. Spinks1317 Map-v2.pdf
$721 405.85
INDEX OF CONTRACT DOCUMENTS
PART A
1. Addendum No. 1
2. Addendum No. 2
3. Addendum No. 3
4. Bid Proposal
5. Vendors Compliance to State Law
PARTB
1. Certificate of Insurance
2. Contractor Compliance with Worker's Compensation Law
3. Performance Bond
4. Payment Bond
5. Maintenance Bond
6. Power of Attorney
7. Contract
PARTC
1. Compliance with and Enforcement of Prevailing Wage Laws
2. Confirmation of Bond
APPENDIX
• M/WBE-Subcontractors/Suppliers Utilization Form
~ ',
,,
(
PART A
·" ~
FORT WORTH
~
FORT WORTH SPINKS AIRPORT
SPINKS AIRPORT IMPROVEMENTS
TO ALL PLAN HOLDERS:
CITY PROJECT# 1317
ADDENDUM NO. 1
October 15th, 2010
This Addendum No . 1 is hereby made part of the Contract Documents. The follow ing
revisions shal l be made to the Contract Documents which bear the above title and
project number.
Project Specifications -Revisions
1. Cover sheet: replace cover sheet with new cover sheet.
2. Proposal: replace signature page with revised signature page.
3. Item P-152 : replace SP-P-152 sheet 1 with revised sheet 1.
4 . Item D-752 : replace SP-D-752 sheet 1 with revised sheet 1.
Project Drawings -Revisions
1. Sheet 01 : project title revised .
2 . Sheet 03 : special note 4 added .
3. Sheet 04 : onsite excess earth location identified .
4 . Sheet 12 : note 7 added .
5. Sheet 14 : note 3 added .
6. Sheet 15: note 3 added .
7 . Sheet 16 : note 2 added .
8. Sheet 30: note .added to detail 4
9. Sheet 33 : note added to detail 3.
Clarifications
I. The existing perimeter fence will be temporarily removed during the construction
of the ATCT road . When the ATCT road is completed the fence shall be put
back in place . See attached revised project drawing for more information .
Spinks Airport Improvements
Fort Worth Spinks Airport 1
10/15/2010
Addendum No . 1
Contractor Questions
The following constitute only those questions raised that materially affect the proposed
contract (in the opinion of The Airport and CP& Y).
Q1: What is an acceptable Type 1 Centerline reflector as there are no approved
manufacturers on the most recent (Sept 2010 ) FAA list of approved equipment?
A 1: See attached revised project drawing.
Q2 : Sheet 33 , Detail 3 Taxiway MITL Installation , the Print indicates a Power
Converter , please provide the specifications for this material.
A2: See attached revised project drawing.
Q3 : Please clarify the testing and quality control process .
A3: The contractor will need to follow the general FAA provisions for quality
control as well as those guidelines for each individual bid item.
Q4 : Is there a requirement for an office trailer on this project?
A4: Yes, a project office shall be provided as indicated on sheet 03.
Q5: Will the Engineers Opinion of Probable Cost be released?
AS: No , this will not be released.
Q6 : Can Presto Georunner Flow Protection Mats be used instead of Scourstop?
A6: Yes, this is an acceptable alternative.
Q7 : What shall be done w ith the excess dirt on the project?
A 7: The Engineer estimates there will be an excess of approximately 3000
cubic yards of earth on this project. The City of Fort Worth has determined
that 600 cubic yard of this excess dirt shall placed in the location as shown
on revised sheet 04. For the remaining earth, the contractor shall
coordinate with Stephen Eisner. The contractor shall contact Mr. Eisner
seven calendar days prior to earthwork operations to facilitate earth haul
off. Be advised that the Engineers calculations for earthwork do not
consider volumetric changes due to swell or shrinkage. The bidder shall
anticipate shrinkage or swell and include those factors as part of the bid
price. See attached revised sheets 03 and 04 for more information.
END OF ADDENDUM NO. 1
This addendum must be acknowledged in your bid response or your bid may not be
considered .
Spinks Airport Improvements
Fort Worth Spinks Airport 2
10/15/2010
Addendum No . 1
SPECIAL PROVISIONS
ITEM P-152 EXCAVATION AND EMBAMKMENT
The Work under this Item shall conform to the requ irements of Item P-152 with the follow ing
modifications and add itions :
1. 152-1.1 Description. Add the following to the end of Paragraph c. Quantit ies as
follows :
a. "Engineers calculations for earthwork do not consider volumetric changes due
to swell or shrinkage. The bidder shall anticipate shrinkage or swell and
include those factors as a part of the bid price."
2. 152-1.2 CLASSIFICATION. Add the following 2 sentences to the end of Paragraph a
as follows :
a. "All excavations for this Project are considered Unclassified and no extra
payment will be paid for any other type of excavation except as stated under
Paragraph 152-1.3, Unsuitable Excavation , if such soils are encountered during
construction. There shall be no separate payment for rock or shale
excavation ."
3. 152-2.2h Compaction Requirements:
b. Add to the end of the first paragraph as follows : There will be no separate
measurement and payment for under pavement area compactive effort.
4 . 152-2.10 TOPSOIL last Paragraph: Delete in its entirety and rep lace w ith the follow i ng :
"There w ill be no separate payment for Topsoil rehandling . Price for rehandling of
topsoil shall be included in price for unclass ified excavation . "
5. 152-3.2 and 3.3, METHOD OF MEASUREMENT. Delete Paragraphs in their entirety.
6. 152-4.2, 4.3, 4.4, 4.5, 4.6, and 4.7 BASIS OF PAYMENT. Delete Paragraphs i n the ir
entirety.
Add:
Paym ent w ill be made un der:
Ite m P-152 -4.1 Un class ified Exc avation-per cubi c yard ( cubic meter)
SP-P-152
1 of 2
Excavation and Emban kment
Addendum 01
SPECIAL PROVISIONS
ITEM D-752 CONCRETE CULVERTS, HEADWALLS, AND
MISCELLANEOUS DRAINAGE STRUCTURES
The Work under th is Item shall conform to the requirements of Item D-752 with the following
modifications and additions:
1. 752-4.1 METHOD OF MEASUREMENT. Delete in its entirety and replace with the
following :
752-4.1 Individual drainage structures to be paid for shall be measured by the unit.
Measurement shall include all concrete and reinforcing steel necessary to construct the
structure as shown on the construction Plans . No measurement or other allowances
shall be made for forms , false work , cofferdams , pumping , bracing , expansion joints, or
finishing of the concrete. No deductions in yardage shall be made for the volumes of
reinforcing st eel or embedded items .
2. 752-5.1 BASIS OF PAYMENT. Delete in its ent irety and replace with the following :
752-5.1 Payment will be made for dra inage structures at the contract un it price bid per
each :
CONCRETE HEADWALL (3-BARREL 21 INCH ) -EACH
CONCRETE HEADWALL (5' X 3' BOX CULVERT , TWO SPAN) -EACH
These prices shall be full compensation for furnishing all materials and for all
preparation , for placing the materials , and for all labor, equipment , tools , and incidentals
necessary to complete the structure .
END OF ITEM D-752
SP-0-752
1 of 2
Concrete Culverts , Headwalls , and
Miscellaneous Drainage Structures
Addendum 01
~
t .
d • }
l : • i ~i $!! ~t ,,
It
0
Ill
a::
0
LL
0 w
::> en en
CITY OF FORT WORTH
FORT WORTH
~
DEPARTMENT OF AVIATION
ENGINEERING PLANS
FOR
FORT WORTH SPINKS AIRPORT
SPINKS AIRPORT IMPROVEMENTS
PREPARED FOR: PREPARED BY:
CP&Y, INC.
0
Ill
a::
0
LL
0 w
::> en en
FORT WORTH SPINKS AIRPORT TBPE REGISTRATION NO . F-1741
SEPTEMBER 29TH, 2010
450 ALSBURY COURT 1820 REGAL ROW
FORT WORTH, TX 76028 DALLAS, TX 75235
CITY OF FORT WORTH PROJECT #1317
CPY JOB # CFW09093
~---------------------------~
~
I
ii :
f • l :
~ • d ~t l i
•l
OP[RA110NS
1 CON TRACTOR <;HAIi f'QO..,Of 0N-'>1T[ "' ,t,11 TIMf<; (}\!RINC: Ttlf \IKIRI( IN PROGRf<;<; A
SUP£AINTENDCNT TO SUf'ER"1SE ANO DIRECT IHE WQRI', THE SUP'ERIN l[NOE.N f S+H,LL HA\IE !HE
AUTIIORITT TO MAK( ANO CAii.RY OU T TIMClY OCCISION!i IN TIIE ncLO so TIICR( Yl!LL BE NO OCLAY
IN OEOSIONS TH,1,1 WOUlD IMP A.CT TH£ ~OJECT NCGATI\IELY
2 OPE:N flAME, 'M:LOING, OR TORCH CUfT!NG 0PERA1l0NS ARE PROHletl(O UNL£5S AOCOUAI( rlRE
Nt(CAUTlc»IS H"''w'E aCCN TAKEN ANO THE l"ROCCDUR(S A.N'ROV[O
OH THC AIRPORT SHAll DlsPl.&.l'
WHIT[ CHEO<ER90ARO fl.AG, EACH
URJNG Tl-IE HOURS or 0-'Rt<NCSS
[ UGH. MOUN TEO ON Tor' or THE
IOl'll[NANCC ANO (M[RGENCt'
S£ UAIER!"l CAf>AeL£ or CAUSING OAM•G( TO f<JROIAH LANDING CCAPS
T BE ALLO~O ON -'CTl\lE i'!RCRMT 1.40\IEM[NT AREAS; THn Will BE
/OR CONTINUOUSt.Y DURI NG CONSTRUCTION TiiE CON lRA CTOR SH.t.LL ALSO BE
HIS MAll:.RI AL HII.UI. IWUfl:.S AND RUUll:.S ot 011-illl 1:.UUIPMtNl 10 AHU or OfR~tC:.
5 n 1c CONTRACTOR IS RCOut'?CO TO MC ET [l"A RCOUIROICNF.; fOR L•OCUNG ANO llANOUNG
M•TCAIALS ON Silt. THC CONTRACTOR Sli .. LL MAIIH.,!N MATER IAL SAfCTY OAU SltEETS (MSOS) ON
Slll, AS RlOIJl'tl.0
6 NO RUNWAY, t,x1WAY, APRON OR ,•R<>QRT ROADWAY 51-'All BE O.OSCD 'MTHOUT APPROVAL Of IHE
CNGINCCR. A MtNtVLJM Of 48 IIOVRS NOTICE Of RCOVCSTCO CLOSING SHALL OC OIRCCTCO TO Ill(
CNGtrlCER. v.HO Will COOR01NATC THC REQUEST WITH THE AJRPOIH MANAGER.
<;fCURI IY ANn ",AffN
1. GENERAL INTCNT: IT IS \NTCNOCO llUT lllC CONffiACTOR SIIALL COMPLY Mlll ALL RCOUIRCMCNTS
Of THC AIRPORT'S SEC\JRllY MEASURES "-NO "'1TH THC SECURITY R[OUIRCMEIITS Sf'[Clf1CO HEREIN
, AC:CfSS TO lHf SITT· CONTRACTOR'<; A.CO"<;<; TO 11-+r <;!tr <;H,\11 RE A<; <;tt()Wll ON THE Pl AN$
NO OTHLJf ACCESS POINTS SHALL BC A.I.LOWED UNLESS APPR0'.1:0 BY lHC OIG'NEER THE COf',;fRACTOR
SllALl NOi 1-'t..~Mlt ANY UNAUlllOH!ZlU CONSI RUCllON f'E:RSONNL L OR lH-'ifllC ON 11tl Sl 1L
J OPERAllONAL S,',f£lV ON AIRPORTS OUR1NG CONSTRUCIIO!f• IH[ CONTRACTOR IS EXPECTEO TO
f'A,t.l1UAR!2E HIMSCLF oq HI$ SUf'ERINTENOCNTS ..... TH fAA AC 1!50/5J70-2E, "()('(RAllO*'IAL SAF'EfY
ON AIRPORTS OllRING CONS TRUCllON" A.NO IN PA.QTICl.11..AR APPC~Ol lf 1. "SPCOAL SAf'El'f
NlOUll(l.MlNI S OUN!NG CONS INUCIIUN" OI' IHIS UUC:Ulo'lNl
4 'Mi[N CONTRACTOR'S (OUIPMCNT !SNOT IN OPERATION, IIICLUDING Tl\tES THE CONSTRUCTIOl'l
WORK IS SHUT 00-B£TWECN WORk 51-ilqS OR OTHCR CAY$ Mt["I WORI( IS "IOT 1"1 PROGQCSS, lill
SUCH EQUIPMENT SH,\LL BC PARKED AT LQC,\TIQNS ,\S OIRECTCO BT THE ENGINEER. ANO SH•LL BE
PARl<lt) ,\I LOC,\IIONS AS SHO'Ml Ol'l 11-il PlAII S
CCNERliL NOTES
1 O(NCII Mi\Rl(S -sec CONTROL PO'IHS ON Sl !CC T 04
2 PRIOR TO BCGINN'NG CONSTRUC TION, TH( ENGINEER SHALL CON\£NE A PRE-CONSTRUCllON
CONF'ERENCC BETWEEN ~!Nl<S ,\IRPOAT, CON~LnNG ENGINEER, CONTRACIOR(S), ,\NO Mf Y
OTI!CR AffCCTCO PARTIES
l or THC
SSIATUTES,A'fTICLE
THE NEEO F'OR EFfECTI'v'E
l(~~~~O!f~TIAL or
4 UNO[RGROVNO ununcs H,\1/£ BEEN LOC•TEO ON lH(SC ORAMNGS BASCO ON THE BEST AV•IL,8lE
OATA. THC CONTR,\ClOR SHALL COl'lflRM UTILITY L0C1ill0NS BCfORE BEGINNING EXC,\V,\n()l'I
1)1",PQSAI SITF fOR
fOR REMOVAL, HAUUHG ANO
•LL NOT OCCVR IN WA TCRS or ntc
rcocR,.LLT usrco
6 ON A 'IICCKLY BASIS Tl'[ CONTR,\CIOR SHALL SU8Mll HIS CONSTRUCnON WOR'I< SCH£0ULE TO TH(
[NGINCCR f'RO.CCTTNG HIS urCOtllNG WQRI( fOR Ill[ N(XT TI R(E M:CKS Ill( CNGl«(CR, AIRf'Of>T
M•NAC[R ANO R(SIOENT PRo..ECT REPR(SCNT,\Tl~ SH,\Ll REVIEW lHC PL•N WEEKLY Wltl-1 THE
C(.J'llkALIUI< ~ lHAT [Y\.RYUII[ IS AWAR[ OI Ul'CUMIHG CUf,IS1RUC110H l',\.N IS
7 TH£ CONTRACTOR s.i,LL ll,\'NfAIN A CLEAN AND SAf'E CONSTRUCTON WORI' AAEA THE CONTRACTOR
SllliLL PCRfORII CLCA"-1-UP OP[RA1l0NS ON _.. DAILY BASIS.
8 11-il CONlRA(.;IOR SHALL HA.VI'. SUHICllNI lOUIPt.ll.N! 1'NO PlRSONNlL ON Sill. 10 ACCUMPUSH
[fflClfNT ... ~o PROMPT ('(')N<;TRllf:Tl()N Of THr VAR!Ott<; WflRI( 110,1<;. IN AC:C:OROli~a' WITH THr
PHASING Pl~N
9 NO TRENCHES IN OR OIRECTLV AOJ•CCNT TO OPERATIONAL PAYCMENT SH1ill REMAIN OPEN
OvtRNIGHT OR 'lott[N fH[ COIHRACTOR FI NISHES WORK FOR lH[ OA.V IH lH( ARCJ. l R(NCHES NOT
BACKFlU.CO SH,\Ll 0E COVEREO 'MTH STEEL PLATES TO ALLOW rOR SAF'[ P,\SSACCS BY l'JRC'Mf'T ACROSS fHE
fflCHCH. If' N'f'ROVCO BY fHE ENGINEER
IO THE CONTRACTOR
MEETIN G liNO PRIOR TO
~~~(!{~~NT CROSSES
\40(0 Of TH£ P•VEMENT PRIOR TO
l"IGINllR A'fil Al'Wtl,T MA.NA GLR Vl!IH UNI.
fAl(fN T'rllS onr:llMFNTA,nON SHAi l A( usr
TD AIRPORT f,\CIUTICS BY CONTRACTORS' F'
BC RCOUIREO F'OR THC R[f"AIRS.
11 Cl'f,IS!RUCIION [QtJIPMLNI ANO \'l'.H'CllS SHALL IR,\VU A MINIMUM A\IOVNl ON Nt.WLY
C:C'J,/<;TRllCTrO PA'v'[MfNT<; 50 THAI TH( NF'M Y C:ON$TR IIC:Tf0 ARH<; W!I NnT Flf OAMAr.fO
""'-UGH1S,
m,r,r;"
QUALITY
0--TIIC
or ,,n OAMAGC TO .o..•n ... Rf'ORT
RGRO'Jt40 CA8LES ENCOIJNTERCD NO
lH[ lNGINl[H ANT OAMACa: 10 Al'!l'ORI
APPUC:ARI r o:;pranc.A Tl(f,j", ANn IN ...
AHO TH[ ENGINffR
REL•TEO APf"UqT[N,\NCES {I.E., RUNWAY
THfou~~M~~,:~ ... 't;' ;o~~~LJ'ro"\~Li.<t
EXPENSE THC REPAIRS SHALL BC P(RfORM[O TO THE SAT15rACTION
TI!( CNGINCCR
11 CUIIHi/\CIClft SHALL f>H0\110£ ,\ WO!Offll[U M[CH.IIHK;J\l. S't,t.t.PlR, N..um; '1111H A "HRUGN
:t~~1i1~~i1 A<f'mt P1p:r-i:i~R~iT~,l~~l~*N~E 'r6o ·~,: ts"' J~1~t~o PflJ~i~n. i~ THC
ENGINEER
IS COIISTRVCTION WORl<[RS WILL NOT BE Ill.LOWED TO CSIABLISH (11.(:RIIICtH RESIDENCE ON THE
~~l~lR,~L co-.srRUCllON WORl<ERS SHALL LE.lVE THE CONSTRUCllON SITE ,\T THE ENO Of THOR
17 WOftl' CANtlOf CQl,IM!::NCC UNTIL:
A) RAARICAO[<; AR[ IN PIAC( AS <;HQW'j ON mr PIANS TO CONrlNF' THF WORI< .. Rf ... AHO CRF'ATr ...
BARRIER BE1"'1:CN A.IRCRAF'T "1'l0 VEH!Clf MO~O.li:NT A.REAS ,\NO TH[ CONSTRUCTION AR(,\, MiEN USED
DURI NG PCRIOOS 0--OARt<NCSS, SUOI OAARICAD(S Sll,\Ll 0C !;1.111.lOLY UUMIN"1EO oJt ... ~ SAftTY EOVIPM["IT f"OR PERSONNEL A/lO CONSTRVCl'ON COUIPWE/lT IS IN PLACE A'<O
C). THE COMf"LETE rROJCCT SITE, ,\l'>Q ANY AREAS THAT MAY BE Af'fECfCO BV THE CONSTRUCTION
PRO.CCI SUCH ,\S HAIA. ROUTES. HAYE BEEN ..,OEOTAPCO BY THE CON TRACTOR A.ND THIS vroco
PROWl[O TO TH( lNGIN[ER, AIRPORT SPON~. AHO TKOOI
0) A NOTICE lO PROCEED HAS BEEN ISSVEO BY THE OM-IER
18 All MA.TERIAL SUBMITULS fOR ITEr,IS TD BE USCO IN CONSTRUCTION or TH( PROJEC T SHAf.L BE
SIJHMlll~U 10 !HE. t.NGIN[lR IOK Rl\llLW ANO Al'l'R0V"1. PR'l{]K !O Pl.ACt.M[NI
19 A COWPL£TE PRMCT SOi(OUU: SHALL BE PROV'OEO AT THC PRE-CONSIRUCllON t.4EEntiG ANO
f"RCSE:NT[O ,\t.D (Xrt.AJN[D BY THE CONTR•CTOR TO THE tl[ETING ATIENOCCS
20 ALL PA\1;.Mu,1 1 10 ~l lit)"'U'it.U SHALL 131:: SAW (..'I.II 1'1 IHI:. UMIIS Vt UlMOl.11 UN ALL SAW
rUTTIN{'; <;H,t.l I flf <;l,P<;IOIARY 10 THr VARIOJ<; fllO llfM<; Oil THr PRO.Fe:!
21 lltC CONTRACTOR IS R(r.l'ON~!3L! fOR TIii: lOC,\TION 1'ND RESTRICTIONS fOR 5£R\10NG ANO
MliltHAINING EOU!PMENT •ND DISPOS,\L Of USCO LUBR1C,\NIS, CIC. A.CCOROI NG TO THE P!RTltl[NT
LAWS .IIHl) RlGULAllON S
22 WEEK LY PPOGRCSS MC(rNGS .lRE MANOATORY THC 0,\'r Of TH( 'fd'.(11 fOR THCSC MEETINGS M,\V BE
OCTCRW1',(0 BV AGRCCMCNT O(l'll([N TltC •1RPOR T M'<N•GCR. lHC RP'R ANO Tit( CONTRAC TOR . Tll(S(
MC[l!NGS SH1ill BC CONOUC 1[0 BY lHC RPR
'' IN TH£ [Vl'NT TllAT U"IANn Cll'ATrO AAo.£OIOOC:AL OCPO<:!TS AIW fNU)JNTrPro Ill/RING
CONSTRtJCTION, WQ"!:K I~ THE IMUEOIAIE AREA 'Ml.l C[ol,S( ANO THC ENGINEER WU BE NOTIFIEO
24, IN UIE EVE NT THAT U"l~NllCIPAT[O HAZARDOUS M•TERIALS AR( [NC:Ot.JNTCREO DUPING
COtiSlRVCTION. v,,Qql( 1"1 lHC IMM[OIIITE /\REA WILL CEASC AND IHE !MOOT (NCltl((R WILL BE
NOTflrO
25 SlOCKPll.lS 'MLl NUI U[ l'l•U:U MIIIIN ANY WA llR or TIil U'<ll[O S IA.1LS, lNCLUIJl'<G
W(n.ANOS
26 ALL D1STUR0CO CARIH SHA.LL BE SCEOCO WIIH GRASS JN ACC:ORDl'.NC[ VIITH THE SPEClnCATIONS
SPl:.CIA.L NOllS
2 THE COl~TR •CTOR IS RESPOHSIBLE F'OR OBTAINING svrnoENT WATER TOR CONSTRUCTlON
ACTIVlTCS
J f'U T\JRE STONE RO,\D AND •LSBURY BLVO. DESIGN BY fRE CSE AND tl tCHOLS. CON TACT
MliRK A Me;COl'. P [ (t117-IJS-7JI.IO) H.fl M~l !"IIORMAll(.'f,I t-Rll~ ,\NU NICHOLS IN ltHNAL
Rff[RF'UCf NUMAf'P 15950
UlMWUZA IIUN llUllS
1 CONDITI0"1S Of' THE PRO.CCT ARCA uPO'I COUP\..£TICM OF' THE J08 SH,\LL BC /IS COCO AS OR
OCTTCR TI!A 'l TitC CONOITI()1',S r'RlOR TO STARTING '1¥()R'i(, IN •oonON TO me: WORI( ITC.LIS LIST[O
2 TH[ PROJ[<.:l Al<lA Sl1•LL t:I[ Hl[l Of ,uy CtJN HIACIUff S10Cl<P1Ll MAllRIALS UPUN LUMPLU IUN OI'" !Hf JOA UNI F<;<; 011-iFHWl<;f OIR£c:Trn RV Tl-If' (NC:NFFR
J UPON COMPlCTION Of' TilC PRO.CCI. TIIC STliGING •RCA AND 111.l or OlC llAUL ROIJTCS Sll•LL 0(
PROPERLY ClE1'NCO TO PREVENT OBSTRUCTl()l,j J.NO /OR CJ.USC INCONVENIENCE TO NOF!VAL REGULAR
lllA'flC lHl SlA(;ING AR£,\ A.NU ALL ![lo'PUffAR( HAUL RWILS O[SIGN Al [O f(.)H li:lMUVAL SHALL Ill
RfMOVf'f) ANn AROl.!('.HT RAO{ TO Cfl'l('mAJ CC'J,/OIIION OR RFTTfR
4 flt( RPR "'RA.l.CR. AU 0--TIIC CONSTRUCTION COUIPMENT. ANO ,\NY r•auncs T(lo'PORARILY
PlliCEO ON SITE F'OR THE PROJECT SHALL BC l'iEMOVED fRQO,I THC SIT[
5 ANY PROPERTlES BELONGING TO fHE AIRPORT SHIILL BE RETURNEO l O THE AIRPORT OWllER
6 OCMOOIUZATlON SIIALL OC DON£ 10 Ill( S•TISfACTlON 0--nlC ENGINEER •No AIRf'ORT MI\N,\G(R
7 D£M08IUZATl0N SHALL BC OOt!E IN A MAAN(R 11--!AT WLL tJINIMIZC ltlCONVEN!(NC[ TO ,\IRPORT
oPERAnONS
8 SAF'CfY RCGUUollONS SHAU BE 08SCRVEO AHO lo'•NTA.IUEO AT A.LL TIMES OURl'<G O(MOBIIJZ,\TlON
q THr C:OST F'M Of't.lORH i,,.nou $H,\I I Rf C:(lN<:!f'lf'Rrn <;(IR<;ll)"'RY 1(1 ITF'M t:-~oo.
MOBIUZATION
SYS!lM L't.M.IWISSIONING
1 PERFORM CONT1NI.JtTY ANO CABLE ._.EGGER TESTING ON DE ENERGIZED CIRCI.JII TO C0Nf1RM PROPER
INS1"LLATION or N(W 'MRlNG, TRit.NSfORM(RS ANO rlKTURCS.
2 PU(fl.fll.l COtllMIUllY AHO M[GGl:R l(StlHG Al H[UJLIIIOII 'MIH ORL\11 1 OISU.IN»t:LILU fllOM
R[(',l/1-"TOR [N<;lJRf' N[W <;y<;!f"-1 1'5 rPE[ Of' <;HORT'5 II.NO CA81[ R[<;fSfANtt lO GROUNO
J PCRrom,1 COHIINUIIY ANO MCGGCR TESTING ON NEW f,\XIWAY s1ircn· GROUNDING AT CAOI nxTURC.
4 PC.RF'ORIJ COU!ltl'UIIY AtlO M(GC(A TESTING OIi COU llTERf'O'SE SYSTEM
5 liFTCR All SYSTE._. CHCCl<S ANO vtWAL RE VERIFlCATIONS or ENllR[ SYSTEM IS COYN.ETC Willi NO
UNRCSOL'v'[O ISSUES. RECONNECT TA KJWAY CIRCUITING 'll'IRING Al F!(GULATOR AND RC-CNCRGIZC AT
LOVoE:ST STEP \.£VCL
6 VISIJAU.Y RE-VERlrY NEW SY'SlDol IS OPERATING PROf'ER1.T RECOMMISl0tl ENTIRE IAXIWAY LIGH TING
SYSTEM
~~ ~~:tt~ ~*~ 1:~::~ Hg:n~g A:o~Ui~~}~~~~~WA~ ~~~~c'i~h:lH ENGIN(lR
7. IF' ANY or THE "110VE C0Mlo'ISSl0t1NC RESU\.TS IN l'.N UNSAllSl'"ACTORY A~O/OR UNACCEPTABLE OPERATION
~S~~ ~r~~~t_ <;,c1~t~A~~R~t.~LLA~'t~D1ATELY NOTlf'Y RPR ANO CORR(CT ANY 1SSU[S RETEST [NTIR(
15. PROV'OE A CQPY Of' AU T[SflNG M[ASI.JffElo'[NI S ANO SYSTEM FCRF'ORWANCE TO CNGIN((R F'OR REVIEW
ArtCR TCSTI'NG IS F"[RfORMCD
NJeREVIATIOlS
AGG AGGREGATE
AC ASPHALT CCJ,ICR[T[
N~ TRNTIC CCJ,ITRCl. TOW ER
BQC. BEMt-lG
B.M BENCHIJ"'ffl(
BLOG BUI.ONG
CCNTCRLK
Cl' COlTROl POttl
CURI(' TMW
QI,\ Ol~MEl[R
DIM DIMENSION
EA EACH
LlflSl
( 0.1'
ELEVATION
EXISING
EOG[ or PIIV[r,.,(NT
f[[l
F'LOW LINE
GAi.LON
UIS
PVMI
,ow
"
s,
'"'
U"IEAA root
LUMP SUIA
LCfT
"''""" MIS CELL ANEOUS
NOT lO SCALE
PRCFOSCD
Pol,V[\IENT
RIGHT~ WA.Y
SliECT
SOU"'ff[ F'OOT
<;TliTl('.f,I
SOUN-ll Y AHi)
THICK
TYPIC-"l
~~ !,
;; ~ '" ia
~~ :~
i2 .. . ~ •• •• . !; ; i i
~ a ] ~
~ ~ i-
" ;;;
f-;,_
Cl:'. ,_
o"' ~ Q_ f-
~z (/) 0
0: <(W w n :::; I-iE <llW 0 :.:> z 0: zo 0
-oc "' Q_ Q_ _J ,_
"'~ <( 0:
I 0:: e
f-f-w (l:'.(l:'. z 0 0 0 3: Q_ w iii
Cl:'. C) 0:
f--e Cl:'.<(
0 CJ LL :,
V,
~
~ .. i i > ,
~ fii ~
I f
~ g
Sheet
0 3 fi ._ ____________________________________________________________________________________ _._ ____ -J
_W1COCAJ '.WAY"
... CP*' ··Ii-· Noo::_"'_"''...cc_4 _,_ASi._,c __ -!~-"-·r_v_AT_"_,'''
100 i G.890 ,7 19.197 696.89
101 j 6,B~0.712.687 697.06
TAXIWA Y l.lGHIING
.t,.,. ... " .. • ••
• ....
RllNWAY 17L/J!>R
RUNWAY l7Rt J!:11.
TAX!WAY
ATCT ROAD
Sheel
04
l
701
697
!
I I 693 • a • 1 • i
l 689 • t
!l u W W •; g,:n ~i ~~
~1 10 •00
8" '..".i'.;
[.
S,4NIJ~Y S1:.W1:.R MANHOLI:.
!~EE NOTE G)
8" ss S
~ r PROP TEIAP ORAR Y DRAINAGE CUL VERT
Sll NOil J~ TSEE DRAINAGE PLATJ FOR MORE INFORMAIIONl
---_l2::'._U --_ /{ AlCT RD U•UO ----------
Due [ost
1i,uu
-+'--
SEE NOTE 3-~ ::----__R s·
CULVE:R l 2
PRCP 2 1' RCP CJ BARREL -CLASS IV)
tSEE DRA.INAGE PLAN fOR tAORE INfORMATIOO)
!S([ NOT( 51
PRrP Tf"MPffil\RY ORNNMF C.Ul VFRT
EXIST CI\TE :=J
ISEE ORAl'IIAGE PLAN FOR MORE lt>.FORMATIONJ
SEE PAVING AND DRAINAGE
DETAIL 1 FOR MORE INFORMATtOU
CULVtRT 2
PROP 7 1' RCP t3 Al>.RRFL -Cl ASS IV)
CSEE DRNNAGE PLAN FOR "-"ORE !NFORMAT!Wl
0
0
EXIST GR= o l AT~T R~J ..
~l -
~·
" ~ >
(XIST 10" SAJIITARY S(W[R UN( ISEE NOTE 61-----~
:;; N
11•00
ex -0 31'
I( •4 1
I. 100.00'
12•00
.Y!.Jl.J9U.
fXIST 1?" PV(: Wr.TER ! INF
!SEE NOTE 6>
PROP GROUNO .-{ ATCT RD
13•00 14•00
N
N
20 10 0 70 40
~
1-tORlZON TAL SCALE FEET
2 1 0 c::s...
VERTICAL SCALE F'I[T
MOTES·
1. S[[ PAVD.IENT D(TAJLS rOR WYl[
INFORMATION
2.SEE GRADING SHEET FOR MORE
tNF(),(MA[IUN
3 CONTRACTOR SHALL GRADE EXIST
GRAVE.L R0,6J,J AS RE.OU Rt:.O I 0
MATC H PROPOSED ATCT RO PAVEMENT
ANI) INST Al I TFVPOO.ARY ORAINAr>F
CUL VER TS. COST CF CRAfJ NG SHALL
8E C0f1SOERED SUBSl0tl>.RY TO COST
Of ATt.T RO C(l'.jt:;TR\JCTIO,.,
4 TYPE Ill OARRICAO(S SHALL M(CT ALL
REOURFMFNTS Of' THE TMLJT CO, I ATFST
EDI TIOO. 8/\RRIC/\O[S SHN...l BE
PERMANCNTLY INSP,LLEO ANO R(MAN
INST Al.LEO AT TH[ ENO Cf" TH[ PROJECT
/IND BECOME rRorERTY CF THE AIPPORT
COST Of BARRICADES SHALL BE
(..{lllSIUUtE.U SUH~OIAAY IO 1 H[ (;0~ I
CF ATCT RD PAVEMENT
51:.XISIING GAi£ ro R[MAIN IN PLAC..:1:. ANO
UNDISTURBED.
5·;~r 1
:iR~!:~1!fEL~~llf'4Jr~~gf; ~ t
~~~ ft1e°Eci~1~ci ~s¥~~g~~~. ~ ~
7. lHf fXIS TING PfRIMflfR ffNCf SHAI l
BE T[MPORI\RK.. Y REMOVED DUR NG THE
C()IISTRUC Tl{lll C.-THE ATC T RO.AO
/lfTER THE ATCT ROAD IS CWPLElEO
TH( FE t.CE SHtt.L BE PUT BIi.Ci( IN PL,\C[
COST SHALL BE Cc::t-SIOEREO SUBS DIARY
10 IHI:. tOSl U-lH[ Alt:T RO PAVUA[tll ~
~
701
69/
69'
689
~~ ti •• li ~-.~ •• ..
i ~ !!ti
!i
~ ] t
' ~
Sheet
12
;t
, t !~OTES lie
0
t 1. SEE TAXIWf.\Y l"Lt&J,J A!ID l"ROflLE FOR "10RE ~
'l'I-: INFORMATION c
N 2. SEE DRAINAGE PLAN FOR MORE INF OR MATION. i I ~ j I J SU. SPECIAL r-.01t;. 4 LN SHEE I J FOf< AOU 110'4Al g
INFQRM ll,TIQN REGARDING TH[ HMIDUNG Of ~, FXC"F::;<; FARTH a!;;
LlGlNll i I V "" '.lalt
f. g~ ---rRorOSEO CONTOUR ~
20 10 0 20 ,o t.XIS!IN G CtlJTUUH lie ~---~ SCALE FEET
:~
PRCf> ORfllNACE SWf\LE
., ~-~~ t > > ii -~ ~i 5 • . ~ •• . ,
~ i~ •• ~ ?ij
! a ']
i -~
" ;;;
I-z 'i,-
Cl:'. ~
0(/] <( ~ Cl.,-_J
~z Q_ 0
<(W rf ::; (_') ~ l/lW z :.:> IY zo 0 0
-Q:'. <( '<
i Cl.Cl. ~
(/]~ Q:'. "'
I (_') 2
1-1->-Cl:'.Q:'. 0 00 <( iii ~Cl. 3: "' Cl:'. 1--X 2 Cl:'.<(
0 <( ::: u. I--::,
"' ~
EXIST TWY E.OP.---------~ ii
£ ~ b
~ " ~
~ ;;; ~
! ~
~ 1;
Sheet
14
FORT WORTH
FORT WORTH SPINKS AIRPORT
SPINKS AIRPORT IMPROVEMENTS
TO ALL PLAN HOLDERS:
CITY PROJECT# 1317
ADDENDUM NO. 2
October 22"d, 2010
This Addendum No . 2 is hereby made part of the Contract Documents . The following
revisions shall be made to the Contract Documents which bear the above title and
proj ect number.
Project Specifications -Revisions
1. None
Project Drawings -Revisions
1. Sheet 03 : special no te 4 revised
2. Sheet 04 : note 1 revised
3 . Sheet 30: detail 4 revised
Clarifications
1. Only 6 cubic yards are to be moved to the locat ion as shown on sheet 4 , not 600.
Also , no separate payment shall be made for this as it will be considered
subsidiary to item "P-152 -UNCLASSIFIED EXCAVATION ". See attached
revised project drawings.
Spin ks Ai rpo rt Improvem ents
Fort Worth Spink s Ai rport 1
10/22/2010
Addend u m No . 2
Contractor Questions
The following constitute only those questions raised that materially affect the proposed
contract (in the opinion of The Airport and CP& Y).
01: What is the correct color for the Type 1 reflector?
A 1: The correct color is green, see attached revised project drawing.
02: What are the liquidated damages for the project?
A2: See attached table.
03: What is the M/WBE goal for the project?
A3: The goal is 13% for the project.
04: Is the project tax-exempt?
A4: No, the project is not tax-exempt.
05: Does the contractor need to be prequalified?
AS: No.
06: Is there a sheet to sign for the wage rates for the project?
A6: There is a non discrimination paper but no wage rates page to sign.
END OF ADDENDUM NO. 2
This addendum must be acknowledged in your bid response or your bid may not be
considered .
Sp i nks Airport Improvements
Fort Worth Sp in ks A i rport 2
10/22/2010
Addendum No . 2
AIRPORT SYSTEMS
ALLLi\NCE • MEACHAM • SPINKS
MEMORANDUM
TO: PLANHOLDERS
SUBJECT: LIQUIDATED DAMAGES
FROM: Per ST • ..\J"lDARD SPECIFICATIONS for STREET and STOR.l\1
DRAIN CONSTRUCTION
Amount of Contract
$15,000 or less
$15 ,001 to $25,000
$25,001 to $50,000
$50,001 to $100,000
$100 ,001 to $500,000
$500 ,001 to $1 ,000,000
$1,000 ,001 to $2,000,000
$2,000,001 to $5 ,000 ,000
$5,000,001 to $10,000 ,000
Over $10,000,000
Liquidated Damages Per Day
$45
$63
$105
$154
$210
$315
$420
$630
$840
$980
QP£RATIONS
I. CONTRACTOR SIIALL PRO'o"lOC ON-Sir[ Al ALl TIMES OVRING TH[ WORI< 111 PROGRESS A
SUP[AINTENO[N T lO SUPER'o"lS£ ANO OIR(CT Tl1[ WORK. l H[ SUP[RINIENOENT SHALL HAVE TH[
AUTHORI TY TO MAJ<[ ANO CARR Y OUT TI MELY OEOSIONS IN !HE rl[LO SO 1H£R( '1111LL BC NO OCLAY
IN D(OSIONS THAl WOUUl IM PACT 1ll( PRO..CCT N(CATIYElY.
2. oPEN f"LAM(. WCLOING, OR TORO! curnuc.; OP(RATIOtlS ARC PROHIBI IEO UtlLCSS ADCOUATE rlR[
PRECAUllONS HA\/£ BCEN TAKEN ANO TH( f'MOC[UUR[S APPROVE:D .
TO oP(RAT( ON ftt( AIRPORT SHALL OtSl'LAY
ANGC ANO WHIT( CHECKEROOA.RO rue. EACH
oPERA IIHC DURING Tif( HOURS Of" DARKNESS
YELLOW) OOM[-TYP[ LICH T. MOU NTED ON l()f' or rm:
0 LOCAL COOCS rOR MAIN T[NANCC ANO [M[ACCNCY
MAl[RIAL CAPA8LE or CAUSIIIC DAMAGE TO AIRCRAr l LANDING C(ARS
ALLOWED ON ACll'JC AIRCRAFT MOVCM[NI AREAS: tttEY .,.,.LL BC
CONTIN\JOU9..Y DURING CONSJRUCTlOU THC CONTRACTOR SHALL ALSO 8[
MAfCRIAL UAUL ROUTES AtlO ROUTES or OlliER EQUIPMEN T TO ANO
ORIS.
~. M CON IAACTOR IS R(QUIRED TO M[(T EPA R(QUIREMENIS FOR LABEUN'G ANO HANOllNG
MAT£A!Al.S ON Sil[. THE COtH RACTOA SHALL MAINTAIN MAT[RIAL SAFETY OATA SH([TS (MSOS) ON
Sil(. AS RCOU!RED
II . NO RUNWAY. fA)(!WAY. APf«lf,I OR AIRf>ORT ROADWAY SHALL BE O.OSCO WITHOUl APPROVAl Of TH(
ENGINEER. A MINIMUM or •e HOURS NOTICE Of R[OU[Sl(O CLOSI NG SHALL 8[ OIA(C TEO 10 TH[
ENGINEER. IIIWO WILL COOAOI NA TE THE REQUEST WITli THE AIRPORT MANAGER
SCCURII Y ANO SAr£1T
1 C[N[RAL !HIEN!: 11 IS INTENOCO THAI tttE CONTRACTOR SHALL COMPLY Wlttt All REOllR[M[NIS or Tli[ AIRPOIH'S SCCVRITY MEASURES AHO 11i!TM THE SCC\IAITY R(QV!R(M[tHS SPt:CIFlED HE.Af:IN .
2. ACCESS ro TH[ SIT[· COtHRACTOR'S ACC£SS TO TH[ Sil[ SHALL 0[ AS SHOWN ON TH[ Pt.ANS
NO OTHER ACCCSS POIN TS SHALl BE ALLOWED UNLESS APPA0',1£0 BY THE EOONE[R THE CONTRACTOR
SHAlL NOT PERMIT ANY UNAUTHORIZED CONSTRUCTION PERSONNEL OR TRArFIC ON TM( SITE .
l. OP(RATIONAL SAF"[TY ON AIRPORTS DURING CONSTRVCT!OH· TH[ CONTR ACTOR IS [XP[Cl[O 10
f AMIUARIZE HIUS(Lf OR IIIS SUP(RIN IENO[NTS ....,TH fAA AC 150/5)70-2(, 0 0P[RATIONM. SAf [lY
ON AIRPORTS DIJR1 NC Cc>ISTAUCTION" ANO IN PARncut.AR Al'P[l,1()1)( 1, "SP(OAL SAFETY
REOU!f!EMENTS OURING CO NSTRUCTION" or THIS DOCUMEN T
4. '111-iEN CONTRACTOR'S [OUIPMENT IS NOT IN OPERATIOI I, INCLUDING TIME S IIIE CONSlRUCTIOO
WORK IS SHUT OO°M'I OCrv.t:EN WORK SHlrlS OR OTHER OATS l'rH[N WOR K 1$ NOT IN PAOCRESS, ALL
SUCH EOUlrMEN T SHALL BE PAA.KEO AT LOCATIONS AS OIRE.CT£0 BY THE [NCltl[ER, ANO SHALL 8[
PAR1([0 AT LOCATIONS AS SHO'MI Otl THE PLANS.
GC N[RAL NOTES
1 BENCH MAAl<S -SU CONTROL POOHS Otl SHEET O•
2 PRIOR TO DECI NNING CONS TRUCTION, IH[ [NCINEER SHALL CONVENE A PRE-CONSIRUC!ION
CONFER(NCC BE T\'\f:EN SPINKS AIRPORT. CONSUL IIN G ENCINEER. CONIRACTOR(S), ANO ANT
OTHER Aff£CTED PARTlES
4. UNOCRGROUNO UTlLITIES HAVE BEEN LOCATED ON TMESE DRAWI NGS tl AS(D ON TH[ BEST AYAILABLC
DATA. TM[ CONTRACTOR SHALL CONf!RM UTILITY LOCATIONS 8UOAE 9[CINN!NG [lCCAYATION.
,t,IINC AN Of"FSII( PlsPOSAL Si l[ fOR
DEBRIS. All COSTS fOR REMOYAl, ftAULING ANO
1l£M. DISPOSAL SHALL NOT OCC\JR IN WAT[RS Of THE
THAT SUPPORT ANY f£0ERAU.T UST£D
ti ON A WEEKLY BASIS IHE CONIRACTOR SHALL SUBM11 HIS CONS TRUCTIOU WOR!< SCl1[0\A.E TO THE
EHGtN[ER PR OJECTING HIS UPCOMING WORk rOR THC NE)(T THR£E WEEKS. THE [NGIU[ER. AIRPORT
MANAC[R ANO R(S10ENT PRO..CCT R(PR(SE:NT ATl'JC SHALL REYIEW THE Pt.AN ~Ek"LT 'Mlli flit
CONTRACTOR SO lltAT EVERYONE IS AWARE or UPCOMING COtlSlRUCTKlN [',1£NTS
7. THE CON IRA CTOR S>IALL MAINI AIN A Cl.[AN AND SArE CONSIRUCIION WORK AREA. THE CONIRAC l OR
SHALL PERrORU CU:A N-UP OPER ATIONS ON A OAlLT BASIS.
8 nf( CONTRACTOR SHALL IIAV[ surncrEUT EQUIPMENT AtlO P[RSONNCL ON Sil[ TO ACCOMPUS>I
(frlCICtH ANO PROM PT CONSTRVC IION OF Ill[ YAR10US WORI< ITEMS, IN ACCORDANCE .,.,,lit THE
PH•SI NGPl,t,N.
9. NO TRENCHES IN OR DIR(cn_y ADJAC(NT TO QP(RA~AL PAVEMENT SUAl.l REMAIN OPE N
OVERNIQi T OR 'M-i[N Tl-IE CONTRACTOR fl NISl-t[S WORK fOA THE OAY IN me A.REA TR(NCHES NOT
DAO<nLLEO Sl tALL B( COVERED WITH STEEL PLATES TO ALLOW fOR SAf[ PASSAG(S BY AIRCRW I ACROSS !It[
TRENCtl, IF APPROYED 9 Y THC [NCINEE.R .
11. CONSTRVCTION EOUIPM[NT AN O ',1£1flctCS SIIALL TR AVEL A MINIMUM AMOUNT ON N(\111..Y
CONSTRUCT(O PA',1£MCIITS SO TI~AT TIIE NEWLY CONSTRUCT£0 AREAS Will 110T 8[ OAMAGEO
1 4. COIHRACTOA Sil ALL PROYIO[ A M010R12:EO M[OlANtCAL SWE[f'ER, ALONG Yl!Tit A "fORCICU
ru~[¥R~~~1 ff A(f~/~:~:c":irnJii:~:!t~N~~ 1}'&of~A~ ~J~l~d'~~~~ ~\ TH[
15. CONSTRUC TION WORKERS l'olLL NOT BE ALLOWEO TO (STA8USH OYERNl~H RESIOE»C( ON TliE
PREMISES. All CONSTRVCTION WORKERS SHALL LEAVE TH[ CONSTRUCTIOtl SIi( Al IH[ [NO or TIJElfl
'fll'ORKPf.:RIOO.
17 WORK CAN»OT COMMCNCE UNTIL:
A) BARRtCAOES ARE IN PLACE AS SI-IO'Ml ON TH( Pl.AUS 10 CONflNE THC WORt( AREA ANO CREA IE A
BARRl(R BEJYIE[N AIRCRAF"l ANO '.Oila.L MOY[M(N T AREAS ANO THE CONSTRUCTION ARCA. WHEN USEO
DURING PER!OOS Of OARKNESS, SU01 BARRICAOCS SHALL Bf. SUITABLY k.LllMINAl[O
OP~liA~i. SArt:TY EQUIPMENT rOR PERSONNEL ANO CONSTRUCTIOtl EQUIPMEN T ts Ill PLACC ANO
C) THE COMPLE IE PRO..CCT SIT(, ANO ANY AREAS THAI MAY BE Aff[C TEO BT THE CONSTRUCT ION
PROJ(CT SUCH AS HA UL ROUTES, HA',!£ 8[[N YIOE.OTAP[O BY THE CONTRACTOR ANO THIS WJEO
PROW>CO TO THC (NGltl ((R, AIRPORT sPONSOR, ANO f)([)(lf
0) A N011C( 10 PROC((O ltAS S([N ISSUED BT TII[ OWNER .
18 All MATERIAL SUEIMIITALS fOR ITEMS JO 8[ US(O IN CONSIRUCIION or IHC PRO.CCI SHAU. BC
SUBMITTED 10 TH[ ENCU.j([R fOR R[Yl(W ANO Af'PROYAL PRIOR TO PLACEMENT.
19 A COMPLE TE PROJECT S0t(OULE SllALl EiC PROIIIOCO Al THC PR(-CONSIRUCTION W(ETING ANO
PR£SENTED AND EXPLAINED BY THE CONI RACTOR TO lHE ...C[llNC AOCNOEES.
20. ALL PAVEMENT 10 8[ REMOVED SttALL 8[ SAW CV! Al UIE LI MITS or OEMOUTION All SAW
CUTTING SltALL. OC SUBSIOIART TO THE YARIOUS 810 ITCWS ON flit PAO..CC T
21 THE CONTRAC IOR IS RESPONSIEIL[ rOR THE LOCAllON AtlO R[S IRICTIONS H>R SERVI CING ANO
MAINTAINI NG EOUIPMEN T AND DISPOSAL Of USCO LUBRICANTS, ETC. ACCORDING TO lH[ PERTINENT
LAWS ANO R[GULATIONS
22. Vl((KLY PROGRESS ME[HNGS ARE MANO~TORY. TH( DAY or THE ¥,EEK fOR lll(SC M[(TINGS MAY BE
DCl[RMlt'l:O BT AGRf:EW[NT BETWEEN lHE AIRPORT MANAGER, THE APR ANO THC CONlRAClOR THESE
MEEllNGS SHAU. 8[ CONDUCTED BY TliE APR
2J IN TU E [VCNl U1A I Ull ANIICIPA1[0 ARC!l[OLOOCAL DEPOSITS ARE [NC0UN1ERCO OURIUG
CONSIRUCIION, WORK IN TH[ tMMEOIAl[ AREA Will CEASC AttO THE [NGIN[[R Will 8E NOllflfO
24 . IN Tli( [',!£NT THAI UNANTICIPATED HAZARDOUS MATERIALS ARE (NCOUtH ERED DURING
CONS TRUCTION. WQRI( ltl nt[ IMMC OIA!t: AREA ¥!!LL C[ASC AIIO THE TXOO T ENGlll[ER Will 8[
N(lllrl[O
z~. STOCKPILES Will NOi 8E PLACED \',llM IN ANY WATER or THE UtllTEO STA TES, INClVOtNG
W(fl.ANOS
26. All OIS1URB(O EARTH SHALL 8( S([O[O ¥!!TH GflASS IN ACCOROANC( Wini l it( SP(ClflCAllONS
SPEOAL NOTES
2 THE COtlTRACTOR IS RESP0t1S1Dl.E fOR OOTAININC SUfnCIEN T WATER rOR CO!ISTRUCTION
ACTIYITIES.
3 fUTUAr S l Oll[ ROAD ANO AI.S9VRY Ell',{) DESIGN BT rREESC ANO NIUfOLS CON TACT
MARK A. McCOY. f'E (817-735-7.JOO) rOR MORE lfffORM TION rA[[SE ANO NIO*Ol.S INTERNAL
R[f[RCNCE ffVMBCR . #~115'0 n~roci~
n
1. Ct'.XlOI nous or THE PRO..t:CT AREA UPON COMPL[ 110>! Of IH[ JOB SHALL 8[ AS GOOO AS OR
BEnER THAN THE Ct'.XlOITIONS PRIOR TO STARTING WOf!I(. IN ADOI IION TO THC Wl'.)R,c ll[MS U$T£D .
2 THE PRO.CCI AREA SHALL 8[ fRE[ Of ANY CONlRAC!OR SlOCKPIL[ MATERIA LS UPON COMPLETION or THE J08 UNLESS OIH(RYl!S( DIRECTED 8Y THE ENGINEER
J. UPON COMPLETION or THE PRO..CCT, TliE STAGING AREA ANO ALl or f}i[ HAI.A. ROUT£S SHAU. 8[
PROPERlY 0.EANED TD PREVENT OOSTRUCnON ANO/OR CA\JS( ltlCONVENICU ct: TO NOR MAL REGULAR
IRArf!C THE SlACING AREA AHO ALl IEMf'ORARY HAUL ROU IES DCSIGNAIEO HlR REMOYAL SHALl BC
REM0',1£0 ANO 8AOUQH BACk TO OR1QffAL CONDlllON OR BCntR.
4. TH[ APR TRAILCR, All Of" TH[ CONSTRUC TI ON EQUIPMENT , ANO ANY rACIUl\[S TEMPORARILY
PlAC(O ON SITE r OR TM( PRO..CCT SHALL 8[ REMOVED r ROM TH[ SIT£.
5. AN Y PROPERTl[S BELONGING TO flit .fJRPORl SHALL BE RfTUfftl[D TO TliE AIRPORT OWNER
6 DEM081U2ATION SHALL BE OOffE 10 THE SATISf"ACTIOtl Of" TH( [NGltl([R ANO AIRPORT MANAG(R ,
7 O(MOOILIZA TION SIIALL BE DON[ IN A MANNER lltA I 'Mll MINIMI ZE IN CONVENIE NCE TO AIRPORT
OPERATIONS.
9. S.V.:TY R[GIJLATIONS SHALl 8( OOSCRVED ANO MAltHAIU(O Al All TIM(S DURltlG O(MOOILIZAllON,
9 TH[ COST fOR DEMOOILIZATION SHALL BE CONSl[)(R(O SUBSIDIARY TO ITEM G-500.
MOfllUZAllON
1. Pf.:RfORM C~Tltll.lllY AtlO CA8LE MEGCCR TES TING ON 0(-(N[RGIZEO CIRCLl!l 10 CONf1RM PROPER
INS TALLA TION tJ" NEW WIRING, TRA NSFORMERS AND FIX IURES.
2. PERrORM CONTINUITY AtlO MEGCER TESTING AT AECVLATOR Yl!Tlt CIRC\JIT OISCONNCCTEO rROM
R[CUlATOR [NSVR( tl(W STSIEM IS fREC or SHOR IS ANO CAEIL( R[SlSIANCC 10 GROVNO.
.l. PERFORM CONTlNUITY AND M(GGER ![STING ON NEW TAl(lWAY SArETY GROUNDING ,t,T EACtl rllCTl.lRE.
•. PERrORM CONTltlUITY At/0 M[CG(R TESTING ON COUNTERPOISE SYSTEM .
5. AFTER ALL SYS l(U CHECKS MfO YISUAL RE-VCRIFICAI\ONS Of (NllRE SYSTEM IS COMPLETE 'MTM NO
UNRE.SCl.11'ED ISSUES, RECONll[CT l,tJUW.t,Y CIRCV!TINC WIRIHG Al REGULA IOR ANO RE-ENCRGIZE Al
LO'tlll[Sl STI:P LEVCL
~YST~~AllY RE-VERIFY NEW SYSTEM IS OPCRAl1NG PROPERLY. RECOMMISION [NllR[ TAlCIWAY UCHIING
;? ~:~~N l~~ ~!~::~ ~~~~g r~i~t~0t.Of'f~i~1~:A~ ~~~ilr1"1 (NGltl([R.
7 Ir ANT or TH( A80V[ COMMI SSICXII NC ffE SUL IS IN All UNSATIS(ACTORT ANO/OR UNACCf PIASU: OP(RAllON
C:#" lliE S'!"STEM, CONTR AC TOR SHALL IMlo!EOI ATCLY NOTlrY APR ANO CORRECT ANY ISSUES R(l[ST [tHlR(
SYSTEM PER IHE STEPS OESCA18EO ABOVE
8 PROYIOE A COPY Of ALL TESllNG M[ASIJR[M£N 1S AND SYSTEM PCRfORMANCE TO [NCINEER f OR R(Yl[W
Ar-![R TESTING IS P[RfORMED.
A80R[YtAIIONS
,cc ACGR[GAIE
AC
ATC!
BAG.
B.M.
BLOG.
er
" ~· ....
" " ESI
EXIST
E.O.P.
ASPIIAL T COICRC TE
AIR IRAF"FIC CON!RCt. TOWER
8EARING
8(NCHMARK
BUII.OIIIG
CEN l [Rll'IE
CON TRCt. POINT
CU31C YARO
OI..W(TER
OIMEIISl(l,I
'"'" [L(VATION
[SllMATE
[)(ISTING
EOG[ OF PAY[Mt:IH
f"[(T
rLOW LINC
GALLON
" ll'IEAR fOOT
" U-"P SUM
L[fl
""'
"" UO I 10 SCALE
'""'' eROPOSED
PAY[M[Nl
RIGHI OF WAY ., RK>H
RUNWAY
'"' SHEET
" SOUAR[ rooT
"' SIAIIOII
" SOUAR [ YARD
"" '"'" ,., TAXIWAY
'" TYPICAL
~ii ;, .. ~-1ii ~ ~ i~
Ii !,
!' • •
~ ..
l~
~ •• !¥
2 2 ] Ii ~ ~
i-N i
" ;;;
f-..
Cl:'. >-
O v, u
a. f-'5
~z Cf) 0
"' <(W w a. :::; I-iE VlW 0 :,c:> z "' z o ~ -o:: a. a. _J >-VJ:::; <( "' 0 jE;::: 0:::: "-w Cl'.Cl'. z 0 00
3: a. w 1i5
Cl'. Cl "' >--f;' Cl'.<(
0 8 "-::,
"' !'.'.'
0 § ~
ffi > > ~
~ ~ ~
~ ~ I
~ ! ~ ~ b
Sheet
03
~
,:~····'"''''" . ,, ....
COOTRCX. POOT DATA
CP• NORTHING EASTING ELEVATION
100 6,890,719.197 2,JJ4,J0..157 696.B9
101 6,890,712.887 2,JJ-1 ,083.754 697.06
102 6,891,436.693 2,JJ4,J47.716 699.32
103 6,891,436 .• 62 2 ,JJ• ,038.85 7 703.05
104 6,892,902,611 2 ,JJ<l,356.886 697.28
105 6,892,902.485 2,334,059.829 699.90
106 6,893,466.094 2,JJJ,939.026 703.75
107 6.894, llJ.896 2,JJ4,105.416 713.23
108 6,8!il4,642.IJ2 2,334,359.749 712,87
109 6,895,24 1.735 2,334,362.515 713 .95
6,893,082.148 2,:ns,299.0BJ 697.62
6,893,059.700 2,335,853.399 693.0J
··-··----~,m,
F 12.1i;;, ~H_J---,,'-c:-c:-'-:--:c-::-::-::-1-:-==:-::-=-i-:-:-:-::--1
,;)
,;f l
,I
i \.. ii
\\ ,-') : ~CHESAPEN<E GAS LINE EASEMENT
\c;i;., _!1 ~ :: <t . '•1 i ~ ... ~~.' j:
C>••• •-•• JQr
..:;.
~ ~
CPtt111
HOLDING APRON
,f., ~ -CPtfllO "":.. _____________ _ -----·--····--·---
:)
.:''" .. \. .\
\ ~ ~. ~ \., .......... ' ,)
·------·-----------··---------------··-··------
RUNWAY 17R/35L
~ ·-~---_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_-_·_-_-5_-~,F'.!~'!_"B -·_·_-_·_-_-_· -----....... ---
< .
i!''
_ .. _,.__z--111111•
200 100 0
e--;
SCA LE
200 ,oo
f'([l
i · · · ..... ---• '. . 1 I C0NSTRUCTIQl4 ENTRANCE ~ . •, ... '... I~ <SEE SWJP OET AILS '°" MOR( , ... ORMATIONI ~: TAXIWAY
··-··········-------_____ _-_-_-_-_-_·_·.-.!~l!'_A_Y_f"_ _________________________________ _
.. ~T CT .ROAD ...
CPU100
,,
\:
·--... ........ , ... : ---..~ -,., PROf?OSEO STCHE .ROAD i eY . ._OTH(R Si "· ··-:,.
0 ii ~ ~ i > ~ ~ ~ ~
~ /;, i ~ /;, /;,
~ ~ I I ~ a ~ ~
Sheet
04
6" YELLOW Rffl[CTII/E
PAVE MENT !:.OGE IN ST ALL GR EEN
TYPE I RffLECTOR S ~
-.
CENTERLlNE STR I PE -~ 5'
PAVE MENT EDGE
• 50'0C, 2'fR().4 (~
6" WHITE REFLECTIVE
EDGE STRIPE
'i_ATCTRO ~
I
PAV(M(NT EDGE
'
25'
6" 'M·U TE Rffl (CTIV(
£DGE STR IPE -.....,.
A TCT ROAD STRIPI N G DETA IL
SCALE: NON E
~
~JiErLECTOR IZ EO
1. TYPE I CENT ERLINE REFLEC TOR SHALL
MEET THE FM AC 1501:>J4 5 -39C
A
A
TOP V1EW
I NOTE: 'v'v~3
REOUIRMENTS.
AAAAAAAAAAAA r --·~·~±~V=r _• __
...
50'
INSE T A
<t_ TWY
-TAX IW AY ( MARKING
lSEE IN SEl A)
5• B"CK STRP~
YELLOW REfLECTI\IE STRIP~) 6"8L7
INS E T A
INSTALL 4 BLUE TYPE IIELEVATED
EDGE REFLEC TORS ON CURVE
INC LUDING rnosE AT PC g, PT
R 75'
I TYP B01H SIDES) .
MATCH EXIS T TAXI WAY S TR IPING _/
!HP BOTH SIOESI
"\
6" YELLOW REFLECT IVE
CENTER STRIPE
\_
TAX IWAY A
............................................... /
EXIST TAXIWAY E.O P IN ST ALL 11 GREEN TYPE I
CENTERLINE REHEC TORS
Al EACH P T/PC ANO Alc:NG
THE CURVE SPAC ED AT
N'PROXIMATEL Y 23.5'
2 TAXIWAY STRI PING DE TAIL
SCALE: NONE
3 TA XIWAY INTER SE CTION STRIP ING DETAI L
SCALE: NONE
NOTES·
1. lHE ELEV ATED TAX IWAY ED GE MARK ER
SH AL L MEEI THE FAA AC 1501534 5·39C
REOUIRME NTS.
2 . THE ELEVA I EO I AX IWAY ED GE MARKER
SH ALL BE MN>lt.JFACTUREO BY F M CER TI FIED
SUPPLIER. REFER TO AC 150 /534 5 ·5.:SC
APPENDIX 3 ADDE NDUM F"OO MOOE
!NF"OO MAIIOJ.
z
"
2" MIN -8" MAX DI A -......_
I
z
"
HIGH INT ENSITY BLUE TYPE H SHE E 1
REFLECTOR, MIN 96 SQUARE INCHES
MOUNT SHALL MEE T REQUIREME NT S
OF AC 150/534 5 ·J9C i ~
\._ADHESIVE '-TAXIWAY SURFACE
SE CTION A-A
4 TYP E I CEN TERLINE REF L ECTOR
SCALE: NONE 5 TYPE II ELEVATED TAX IWAY EDGE REFLECTOR
SCALE: NONE
r.! ~ ~ ~~~
~~~ n .. a• ••
~ •a
• l~
~ •• ii , , ] ~~ ~
~~ ~
t
~-N ~
" ;;;
f-..
0:: ,-
Ov, u
a.. f-"l
Q;z VJ 0
"' -,:w -' 0.. ::::;; <i: ~ VlW c,,c> f-"' zO w [? -o::: 0 O..a.. ,-
V1::::;; "' i!,;:: ('.) 2 z
0::0:: 0... 0 00 ~ ffi 3: a..
0:: f-"' >--VJ 2 o::<
0 8 u.. ::,
Vl
~
0 § ~
~ > > ~ ~
~ ~ ~ '
~ ~ ;ii ;ii i ~ ! ~ ~ ~ ~ 0 ~
Sheet
30
FORT WORTH
~
FORT WORTH SPINKS AIRPORT
SPINKS AIRPORT IMPROVEMENTS
TO ALL PLAN HOLDERS:
CITY PROJECT# 1317
ADDENDUM NO. 3
October 25"d, 2010
This Addendum No . 3 is hereby made part of the Contract Documents . The following
revis ions shall be made to the Contract Documents which bear the above title and
project number.
Project Specifications -Revisions
1. None
Project Drawings -Revisions
1. None
Clarifications
I. The C ity of Fort Worth is a tax exempt ent ity . Therefore taxes shou ld not be
included in the bid .
Contractor Questions
The follow ing constitute only those questions raised that materially affect the proposed
contract (in the op inion of The A irport and CP& Y).
Q1 : Does the concrete have to be slip poured?
A 1: Machine placement is required on all paving with the exception of
intersections and other small areas where a paving machine is
impracticable .
02: Does the contractor bid on the quantities shown or their own estimate?
A2: The contractor shall bid on the quantities as shown.
Q3: Is line item 17 the total of 14-16 or in addition to items 14-16?
A3: Item 17 is the cost of the actual lime. Items 14-16 is the actual mixing and
placement of the subgrade for the depths as shown on the plans.
Spin ks Ai rport Imp ro veme nt s
Fort Worth Sp i nks Air po rt 1
10/25/2010
Addendum No . 3
04: Is the Engineers estimate available?
A4: No, it will not be released.
END OF ADDENDUM NO. 3
This addendum must be acknowledged in your bid response or your bid may not be
considered .
Spin ks Airport Improvements
Fort Worth Sp i nks Airport 2
10/25/2010
Addendum No . 3
TO: The Purchasing Department
City of Fort Worth, Texas
FOR: Spinks Airport Improvements
City Project No.: 1317
UNITS/SECTIONS:
PROPOSAL
Fort Worth, Texas
Date: 10 /28 /2010
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans,
specifications and the site; understands the amount of work to be done , and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete all the work as provided in the plans and specifications, and subject to
the inspection and approval of the Director, Water Department of the City of Fort
Worth. If required by this project, Contractor must be pre-qualified in accordance with
the projects sponsoring Departments of the City of Fort Worth requirements. Upon
acceptance of this Proposal by the City Council and required by this project, the bidder
is bound to execute a contract and furnish Performance, Maintenance Bond for the
water replacement contract only, and Payment Bond approved by the City of Fort Worth
for performing and completing said work within the time stated for the following sums,
to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent
the best accuracy based on a reasonable effort of investigation; however, they are given
for the purpose of bidding on and awarding the contract.
Special Note: All contractors_are advised that one contract will be awarded to the
lowest combined bid for all Units/Sections.
..
' , ..
ITEM SPEC ESTIMATED UNIT NAME OF PAY ITEM WITH UNIT BID PRICE IN WORDS
NO. ITEM QUANTITY
1 G-500 1 LS MOBILIZATION ~
at -~~. DOLLARS
and ~ CENTS oer LS
2 G-300 1 LS CONSTRUCTION BARRICADE~ROL
at .~ ~ DOLLARS
and /f/L-ir CENTS oer LS
3 G-700 90 SY DEMOLITION OF EXISTING PAVEMENT
at ~ DOLLARS
and /'V4Y CENTS oer SY
4 P-151 4 AC CLEARING AND GRUBB~
at ~~ DOLLARS
and ~ CENTS per AC
5 P-156 1 LS TEMPORARY AIR AND WATER POLLUTION , SOIL EROSION ,
A~ONTROL
al < _ff~ DOLLARS
and ~ CENTS per LS
6 T-901 14,800 SY SEEDING
at ~ DOLLARS
and .l././,4 CE NTS oer SY
7 T-905 2 ,467 CY TOPS61L (61N~S THICK)
at .~ DOLLARS
and ~ CENTS oer CY
8 P-152 4 ,230 CY UNCLASSIFIED EXCAVATION
at ~ DOLLARS
and ~ CENTS per CY
9 P-501 2,794 SY PORTLAND CEMENT CONCRETE PAVEMENT (11 INCHES)
at ./,. ~~ ./..__ /\ DOLLARS , /h and CENTS per SY
10 P-501 1,542 SY PO~MEfliA"'CONCRETE PAVEMENT (6 INCHES)
at ~ DOLLARS
and ~ CENTS per SY
11 TXD360 1,050 SY CONC~AVEMENT (6 INCHES)
',h~ at .JI" -~ DOLLARS
(./
and ~ CENTS per SY
12 P-209 1,621 SY AGGREGATE BASE COURSE (4 INCHES)
at ~ DOLLARS
and ~ CENTS oer SY
13 P-304 3,028 SY CEME /~~TED BASE COURSE (4 INCHES)
at -~ DOLLARS , P'
and ~ CENTS per SY
14 P-155 1,621 SY ~tlME T ~GRADE (6 INCHES)
DOLLARS
and ~ CENTS per SY
Fort Worth Spinks Airport
UNIT BID
PRICE
$ts,~
.'1! $J$!~0
oo
$ /() _-
a:, ).9'a,---$ -
-$/~t1~-
$
.,50
-
<J 5}g. $ -
oCJ ;o-$ -
s~
$ '19':-
()0
$33-:-
(le
$33 _-
g .E!?. $ -
c,o
$ / . .s-.:-
oo
$ 3-:.-
AMOUNT
BID
6v
$ (p5°;ct:JO ..::---
$2l/,~ ~
~ CD w-$ -
$9ttx/!.-
6 1s:04:-
()(J
$/,1a-2=
i!J?~3
$~,?~a,
$ /;l't_ 3
$5~8'?
~
t,O -
60 -
33
~
Cl 0 -
OCl
$3£/65() -
C>o
$/:l,9_t.t -
0
$7'5;~ C)
oo
$1./i~ -
ITEM SPEC ESTIMATED UNIT NAME OF PAY ITEM WITH UNIT BID PRICE IN WORDS UNIT BID AMOUNT
NO. ITEM QUANTITY PRICE BID
15 P-155 1,229
16 P-155 3,028
17 P-155 171
18 D-701 150
19 D-701 133
20 D-701 36
21 D-752 2
22 D-752 2
23 P-620 602
24 P-620 390
25 P-620 1,391
26 L-118 20
27 L-118 10
Fort Worth Spinks Airport
SY LIME TREATED SUBGRADE (8 INCHES)
at .~ DOLLARS
J '/,,,..1
and /OC/ CENTS per SY
SY LIME TREATEO" S(ffiGRADE (12 INCHES)
at ~
TON
LF
LF
LF
and ~ CENTS per
LIME ,/
1
,I
at ~~
and .AA .2° CENTS per
DOLLARS
SY
DOLLARS
TON
21 INCH REINFORCED CONCRETE PIPE (CLASS IV)
at ~h'lk DOLLARS
and ~ CENTS per
5' X 3' REINF9RCE~ BO~ CULVERT (TWO SPAN)
at ~~~~
and ~ CENTS
CORRUGATED STEEL PIPE (6 INCHES)
at. ______ .~______,,...,,__-
per
LF
DOLLARS
LF
DOLLARS
and ~ CENTS per LF
EA CONCRETE HEADWALL (3 BARREL -_J 1 INC~) /1
at ~ ~k-1~ DOLLARS
and ~ CE NTS per EA
EA CONCR~1:_E HEADW~L) (5' X 3' BOX ~UL VERT, TWO SPAN)
at --Lv,µ ~ DOLLARS
SF
SF
SF
,
and ~ CENTS per
PAVEMENT MARKINGS (YELLOW, REFLECTIVE)
at ~
...;-:-·" ~-and ~ -~ CENTS per
PAVEMENT MARKlliGS (WHITE, REFLECTIVE)
at ~
PAVEMENT MARKINSS (BLACK, NON-REFLECTIVE)
at ~fl
EA
DOLLARS
SF
DOLLARS
SF
DOLLARS
per SF
EA TYPE I CENTERLINE ~FLECTOR
at ~~ DOLLARS
and ~ CENTS per EA
EA TYPE II ELEVAT~D TAX)WAJ EDGE REFLECTOR
at ~~~~
and ~ CENTS
DOLLARS
per EA
-:,2 li ~
$ ~ _ $ --,,30/
Cu -
c,t> oc -
$ :<o-:--$ 7.Jc)_-
u.:i_!l. J
$ / $/b3f
0 0
~
ft,O ~O
:>-5-007 -$ 0 -$ -
/. 11 E!;!_ 3' OE!:.
$ d -$ -
CO OC>
.2p_-.,,2 &J.o -$ - $ -
ITEM
NO.
28
29
30
31
32
33
34
35
36
37
~ .. \.
SPEC ESTIMATED UNIT NAME OF PAY ITEM WITH UNIT BID PRICE IN WORDS
ITEM QUANTITY
L-110 4,110 LF PVC CONDUIT (2 INCH, DIRECT BURIED, INCLUDES
TRENCHING AND BACKFILL)
at ~ DOLLARS
and ~ CENTS per LF
L-108 5,210 LF L-824C, 5KV #8 CABLE
at ~ DOLLARS
and ~ CENTS per LF
L-108 4,185 LF #6 BARE COPPER WIRE
at ~ DOLLARS
and n1.: ~~ CENTS per LF
L-108 62 EA COPPERG~
at &n-e_ ~ DOLLARS
and ~ CENTS per EA
L-125 53 EA L-861T ELEVATED TAXIWAY EDGE LIGHT (BLUE , LED)
at ~~ DOLLARS
and fi/tfi CENTS per EA
L-125 53 EA L-830 ISOLATION TRANSFORMER WITH L-823 CONNECTOR
KIT at ~~~ DOLLARS
and ~ CENTS per EA
L-125 53 EA ~-:~~~ DOLLARS
and ~ CENTS per EA
L-125 6 EA L-867 JUNCTION ~AN WITH C~ER ~
at ~;.,e -_/A~• _/, "h~ DOLLARS , -' (/
and ~ CENTS per EA
L-140 150 LF DIRECTIONAL BORING
at~~ DOLLARS
and ~ CENTS per LF
G-801 1 LS SCOUR~TOP TM PERMAN ~TS
at -AYj}.~ DOLLARS
and ~ CENTS per LS
UNIT BID AMOUNT
PRICE BID
$ ,~ $ ;l.i ,,
$ I!..?-$5731
$ 1?-$JS33
C>C
$ 63:lt/ $ IO;J.-
(>&>
$ 39cr-$:lq (,?(
$ 1:?a~ $t340
$:?'lo~ v~/ Y
cc
$55"9 $3300
oo
$ 30_-$~s~o
${;,.)c,3 $ t.:iao
0
o o -
o O
od -
~
D
0 0 -
~
0 0
I? -
e,O -
!252-
~
50
BASE BID TOTAL ITEMS 1 THROUGH 37 $ t.S5.Y !;l.3 ::..-
' ~ /~ //# ~/ A < /1 _;J /.~ ~'-A $~~~~~~:s ---
and ~ ent
Fort Worth Spinks Airport
1.." • .. l
Within ten (10) days after notification by the City of Fort Worth, the undersigned will e x ecute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid s ecurity in the
amount of 5% is to become the property of the City of Fort Worth, Texa s , in the event the contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby .
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant pl a ns .
The undersigned assured that its employees and applicants for employment and thos e of any labor
organization, subcontractors , or employment agency in either furni s hing or referring employ ee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No . 7400 .
The Bidder agrees to begin construction with ten ( I 0) calendar day s after is sue of the work order and to
complete the contract within 120 calendar d ays after beginning construction a s set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of business, are
required to be percent lower than resident bidders by state law. A copy of
the statute is attached.
b. Nonresident bidders in the State of , our principal place of bus ines s , are not
required to underbid resident bidders.
filg The principal place of business of our company or our parent company o r majority owner
is in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. 1: -~/.,...o~/)c.___.,.,/ S~/~J-0 __ _
Addendum No. 2 : --'-a/6-+-Z.,,._i~l..,_,~,./l~O~--
Addendum No. 3 : -~/ 6_
1
.,_L~~=s;-+/~/_O __ _
Addendum No . 4 : ----------Addendum No. 5 : ----------
Addendum No. 6: ----------
,. '
::,p3~~
Toby ls
Title: Pres~
Company :Jay Mills Con t racting , Inc.
Address : P.O . Box 1669
Stephenvil l e, TX 76 4 01
Date: 10 /28/20 1 0
Addendum 01
-
,·
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount
that a Texas resident bidder would be required too underbid a nonresident bidder
in order to obtain a comparable contract in the State in which the nonresident's
principal place of business is located. The appropriate blanks in Section A must be
filled out by all out-of-state or nonresident bidders in order for your bid to meet
specifications. The failure of out-of-state or nonresident contractors to do so will
automatically disqualify that bidder. Resident bidders must check the box in
Section B.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of
business, are required to be percent lower than resident
bidders by state law. A copy of the statute is attached.
b. Nonresident bidders in the State of , our principal place of
business, are not required to underbid resident bidders.
[] The principal place of business of our company or our parent company
or majority owner is in the State of Texas.
BIDDER:
By: :J~~ Toby Mills
Title : President
Company: Jay Mills Con t racting, Inc .
Address: PO Box 1669
Stephenville, TX 76401
Date: 10/ 28/ 10
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
PARTB
..
( ·1:1nll l (j \"I I · .. ()I IJ'ISURA ,CJ'
i(l: \ 1"1\ {JI 101<1 W<WTII Dale· 11 -23 -2 010 __ _
N ,\_M 1 '0 1 .. J'R<lJ I· ( 1 .............. S pink5 Taxiway, Roadway and Lighting lmprovement-5
l'H()_IJ"C I NU\~H,~ll~·l~l,. ___ ~P2=4~0~-5=3=9~1=20~-=55=8=8=2=0=13~1~7=80
1-;Hl < l ·R IIIY "!ll ,\I" J ay Mills Contracting, Inc, P.O. Box 1669, Stephenville, TX 76401
is .. :11 .11lc t.Ltll'. nl __ it~is <.:c r_ti fic a1c_1_ln:-.lir c1.._l__ lt\Jhis (:(\l111'~Hl\· with res1N.c;l 10 the lrnsinc"-~_ti per:uions hL·rt~in~1flcr dc~n ih ... d. ft )!'
1 ll(' typ e,! ,J __ \.IJ>.U.1",llll\.,.IJll! ii L'..l.~':J tl.J l)(< __ y,jlh pl i>y_l _~i -~~-1 lS ,_1.fJ.h.r .. ~(a!Jsl;~.r..<J ... p_l,)I iti.L'.~ ... µ\~~1...1, y tll i, <.\~1.111,~-~!.HY., .c.\p _<) __ f_1 1 r_t llt:f
11~·1 L' i;J?.f..i cr (.Jr~cr ii 1tli_. _I.': :xctptiJi_!.I," _ 1o_ __ :-.\PI J~:1rd_ p.nti.~.Y 1_1 11.tc.~L~~F rl'Y..c;_!:;5.G ... ~i\,!_'-' ... hcrc(:.L
·11m1nd 1..:11':'jvl' (,c_n~,r:11
dhiiitJ 1n ~uq11h.l' U)lihiic
I .i11hiln))
11Hap~t· t>i Buil~li11g, 01
:;_1_1 u_l'l_n; cs_;u.ljact.'r_1_1 __ 1_0
l:'-~;;vati~)Jh
),m1~1~1.· !P_U11tkrgf1Hi!1t_l
l Hl11ics
( ,1 J11fll1..'.hCthiH·
:\ 11,1rn,1hik I .i,ih1lil)
(.)_ h,t
WC206 843 8.568
TCP20Ml43847
3GL
Included
TYE.F OF lN.SURANC E
1.:x p_ire~
4-12-2010 4-12-2011
4-12--2010 4 -12 -201 1
See Attached Certificate of Ins .
BUA21l6843860 4-12 -20 10 4-12-2011
4/\uto
.Lim its qf Li~l:>jJitv
$1,000,000/$1,000,0 00/$1,0
00 ,000
Jl,i,jily )11j1<1 ,::
ha . Orcurrcn ... ,e: ~see
attached certificate __ _
PfllJ11.'rl\ Darn :1g,f':
[ · µ ... (h.'_t,;µJJ~.!1~.~-: ..... .S
Fa .. Occurr,·nce: __ $
ll_tl\jiJ yJ11jg1y:
I'<tYf-L\0J! : ___ )
1,000,000CSL __
ta . Ol'CUlfClh.e:_S -·----
1'.H!J?(i_ly J)amag,·_:
L~, Q,:q11.1~r1~y5
[l\l\jdy 11,j.11.1:y:
Fa. Occurrence: ~-
l1Qlh:'Tl \" Dan_,ag.1.':
f:~, O,:cungr1,:L } .
I n,.:nii1~11'' Ul\1,:1\:d: .. _______________________________________ _
ik·,,Jip111,11 (1{,1p1.·1;11i_un..:.c{1\Trc1 l: ---------------------------------
l !_1( _;1l',.'\:(; ___ 1)t~! iL·it'"' _ci i her i11 1J1r bt•~t~ tl1trt:n.l. .. ~.'..L!)) _ap,PI\~_p 1j _i t~!?. ... ~.!.HJ.~,r"~t'J11t,::D~ .. P.U.1.Yid~d tiFt.l..lJJ()·: .. rD.l.l)..JlQlj•e cl _1.;1ngc1.,I t?_I
~(!!)~( i1;_~1 !)~' 1 !1 _(' i11 .... u1 C! i11 I~_~ ... _1_11'.l!l _Ji\:S_J5_)_ d;1y~ .. '.~(tc1 lhy_jlJ_~_µ_rcdJrn .;-:..Jt,.'Cl'iV~d .\YJ.i.tt1.'n . ill iti_Ct.' ... t.\.f .. ~-~-~JJ..(!.1.t1.Dg.t,;/qJ
<.."()_!l(.\.'ll:!1 i 11 1l .
\\!!},__·1\' dQpli1..:1il_1iL_ h)cal l!1,v.·~ or rct!ub t ion~ require more lhan five {5) da\~ ac1ual notice of change or 1.~t.l\lccll;Hinn to he
,1-.,'."~_; l'tL 1111.: :,111 •\·c _pi ,11 .:i cs ,:_l_H:t:1i 11 ~1..1_1.,J1 _:,;p1.,:_rj,~J..I~q_gjJ~:.!.'!l~D.L'S . L:jJl1.~r...iJ.!JJJrJ.'.r\5_isJlg:r~QL.t1LJl_Y apms ··.crialc ~·mi()r...:enH;nl
lliL'lCk :1 Uc1,.'llt'd.
·1 h;_· _ 1_· i 1.~·-=-1 t_s. <11·1·11.·L·;, . \·n_11;.\11ycG\.<.1.n li :~,·_rv~J.!~l\ .. ~11<-1.ILb.\'. .. ~n dQ.G~g.<l. .. Ps . :lt:1.)Jf"htiJ.(_<.111_~1 1n~ttJ.G.~Lvn . .<.::.<.'.n.t.1:.~t.r~or · sj n.~.\.!r.:~p_~.f. .. P.\~J.J.(!.c.;:;
l' ':l",:J~t I I'\ b:, l'!l I l;j, \_\.l'.f" -~' l 1.;j) 1!) 11} J!! ~-!,J r:d l"IC1.:_~;t~Vt r.Q_;;_~~.J!_f.l,!_L'T._(~J...Q.\.rn.\.'~m~.~·.~J_bt.;J~_": ~-QlJ~.Ps'..\!_>..qJJ_Of)._1Jl}~!r~1!1~~.J.~.{!1.!D..,
:\,;enc, __ __,_r~r·~"~,k~· ~S~i(~lc~k~11~1s~lt~1s~·u~r~a~n~c"e.,_A.,_o,.,c~n",c"'v~r~t._W=o~r~th~.~J~n"c'-' _____________ ..,_,lnsunllK _C Cr>. C N /\
I 11 sur;.111cc Com pan i cs __ ,,·n.,.,----.~-,-----·--NN _________ _
--------------------------------------<·, { Style· Definition : Normal : Fon t: 10 pt
' -::=o=::: .• ,.,,, .. ,,,.,_ ............... ,:"'"'··'·····"'-·········"'='-···· •---·-········ ·········= lFormatted: Left: l ", Right: 1", Top: 0.4",
Bottom : 0.8" ..................................................................................................................... ..
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A. Labor Code §406 .96 (2000), as amended, Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project No. P240-539120-558820131780.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Jay Mills Contracting, Inc
By : 2:=4 /?--7:~
Name: Toby Mills
Title : President
Date : 11-29-2010
Before me , the undersigned
authority , on this day personally appeared _Toby Mills , known to
me to be the person whose name is subscribed to the foregoing instrument, and
acknowledged to me that he executed the same as the act and deed of Jay Mills
Contracting, Inc for the purposes and consideration therein expressed and in the
capacity therein stated .
Given Under My Hand and Seal of Office this _29th_ day of
November , 201.Q.
G~
bllc in and for the !=:tate of
~,111111111 irri 111111,11 ~,,,,,,~ '{ A G f? 111%
#,\. ......... Li,% ~ o·""··· ..... lv ~ ~-..;. .. · "\p.R y P ·· .. ((' ~ ~ -...-.: o*~d' ·. -i. ~ ~ .. ~ ...-···o~ I f ~ · 0 >, i
:::: • "")7~ <:, • == ~ ... f:' ...1'?--... ~ ~ ·.~OF 1\:.'" .· ~
\ O,....···:!°~IRES .. / ~ ~v,/ ....... ~
~''" 4-20, \ ,,,,,~~ 1111fll/// llf lll\l\llll\\\~
RIDER Travelers Casualty and Surety Company of America
One Tower Square 3PB, Hartford, CT 06183
To be attached to and form a part of:
Bond No . 105506922
Type of Bond :
Performance, Payment & Maintenance -Spinks Taxiway, Roadway and Lighting Improvements
Executed by Jay Mills Contracting, Inc ., as Principal , and by Travelers Casualty and Surety Company of America , as
Surety, in favor of City of Fort Worth and dated December 14, 2010.
In consideration of the premium charged for the attached bond , it is hereby agreed to change :
Effective date of Performance, Payment & Maintenace Bonds
From:
December 14, 2010
To :
January 4, 2011
This rider is effective January 4, 2011 .
This rider is executed upon the express condition that the surety 's liability under said bond shall not be cumulative and
shall in no event exceed the amount specifically set forth in said bond or any existing certificate changing the amount of
said bond . The referenced bond shall be subject to all its agreements , limitations and conditions except as herein
expressly modified .
SIGNED , SEALED AND DATED this 4th day of January, 2011 .
Jay Mills Contracting, Inc.
By: ~R?---Lcaf
Tobyills Principal
rs Casualty and Surety Company of America
By : --LJ.~:'.:.._\-1---1.._,,_,_...-.!(M>=..· ~~=~:J..Ll!,--~-----
*RIDER ACCEPTED BY :
City of Fort Worth (Obligee)
Date
*If Obligee signature required , please sign duplicate and return to Surety.
S-1234 (01 -99 )
'·
---::"-----........
·' -·
,.
~ TRAVELERS J
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
2144200
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. Q Q 314 2 Q 9 6
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance
Company are corporations dul y organized under the laws of the State of Minnesota , that Farmi ngton Casualty Company , Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut , that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Mary land, that Fidelity and Guaranty Insurance Company is a corporation dul y organized under
the law s of the State of Iowa , and that Fidelity and Guaranty Insurance Underwriters, In c., is a corporation duly organized under the laws of the State of Wisconsin
(here in collecti ve ly called the "Compani es"), and that the Companies do hereby make , constitute and appoint
St eve n B . S iddons, S hiro ng Chen , Ho lly A . Gravenor, and Lorrie Scott
of th e City of _ _.._F.,,.ou..r_.._t _,WCL.>.ou..r.,..,th"-------------' State of ____ T.....,,.e,.x._.a .... s ___________ , their true and lawful Attomey(s )-in-Fact ,
eac h in their separate capacity if more than o ne is named above, to sign, execute, seal and acknow ledge any and all bonds, recognizances , conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaran teeing the fidelity of persons , guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
16t h IN WITNESS WHEREOF , the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this-----------
d f Febru a ry 2009 ay o
State of Connecticut
City of Hartford ss.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
By:
St. Paul Mercury In surance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
16th Febru a ry 2009 On thi s the day of , before me personally appeared George W. Thompson , who acknow ledged
him se lf to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty In surance Underw riters,
Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Cas ualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he , as such , being auth orized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 20 11.
58440-4-09 Printed in U.S.A.
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER ...
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company , Fidelity
and Guaranty Insurance Company , Fide li ty and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance
Company , St. Paul Mercury Insurance Company , Travelers Casualty and Su rety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company , which resolutions are now in full force and effect , reading as follows :
RESOLVED , that the Chairman , the President , any Vice Chairman , any Executive Vice President, any Senior Vice President , any Vice President , any Second Vice
President , the Treasurer , any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the
Company's seal bond s , recognizances , contracts of indemnity, and other writings obligatory in the nature of a bond , recognizance, or conditional undertaking , and any
of said officers or the Board of Directors at any ti me may remove any such appointee and revoke the power given him or her ; and it is
FURTHER RESOLVED , that the Chairman, the President, any Vice Chairman , any Execu ti ve Vice President , any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond, recognizance , contract of indemnity , or wr itin g obligatory in the nature of a bond, recognizance, or cond itional undertaking
shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Exec uti ve Vice President, any Senior Vice President or any Vice
President , an y Second Vice President , the Treasurer, any Ass istant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company 's seal by a Secretary or As sistant Secretary; or (b) du ly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers purs uan t to a wri tten delegation of authority; and it is
FURTHER RESOLVED , that the signature of each of the following officers: President , any Executive Vice President , any Senior Vice President, any Vice Pre sident ,
any Assi stant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by fac simile to any Power of Attorney or to any
certificate relating thereto appointi ng Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and atte sti ng bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimi le signature or facsi mile seal
shall be valid and binding upon the Company and any such power so execu ted and certified by such facs imil e sig nature and facs imil e sea l shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I , Kori M. Johanson , the undersigned.As sistant Secretary, of Farmington Casualty Company , Fidelity and Guaranty Insurance Co mp any , Fidelit y and Guaranty In surance
Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Pau l Guardian In surance Company , St. Pau l Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualt y an d Sur ety Company of Ameri ca , and Unit ed States Fi de].ity and Guaranty Company do hereby certify that th e above and fo regoing
is a true and correct copy of the Power of Attorney executed by said Companies , wbic h is in fu ll fo rce and effect and has not been revoked.
IN TESTIMONY WHEREOF , I have hereunto set my hand an d affixed the seals of said Companies this
0 ~
f/17 day of _~~-~w,...A,,{"---'---"--"-". d=-,t,!?--· 20 (j
Kori M. Johans
To verify the authenticity of thi s Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Pl ease refer to the Attorney-In-Fact numb er, the
above-named individua ls and the details of the bond to whic h the power is attached .
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond #105506922
KNOW ALL BY THESE PRESENTS:
That we, (1) Jay Mills Contracting, Inc , as Principal herein, and (2) Travelers Casualty
and Surety Company of America ______________ _ a corporation
organized under the Jaws of the State of (3) Connecticut , and who is aut horized to
issue surety bonds in the State of Texas, Surety herein , are held and firmly bound unto the City
of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee
herein , in the sum of Six Hundred Fifty-five Thousand Eight Hundred Twenty-two and
50/100 ........ D o ll ars ($655,823.50) for the payment of which sum we bind ourse lves , our heirs ,
executors, administrators , successors and assigns , jointly and severally , firmly by t hese pres ents.
WHEREAS , P rincipal has entered into a certain written contract with the Obligee dated
the 14th_day of ___ D_e_c_e_m_b~e_r __ , 2010, a copy of which is attached hereto and made a part
hereof for all purposes , for the construction of Spinks Taxiway, Roadway and Lighting
Improvements .
NOW, THER EFORE, the conditi on of this obligation is such, if the said Principal shall
faithfully perform the work in accordance w ith the plans , specifications, and contract documents
and shall fully indemnify and hold harmless the Obligee from all costs and damages which
Obligee may suffer by reason of Principal 's default , and reimburse and repay Obligee for all
outlay and expense that Obligee may incur in making good such default , then this obligation
shall be void ; otherwise, to remain in full force and effect.
PROVIDE D , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code , as amended , and all liabilities on this bond shall be determined in
accord ance with the provisions of such statute, to the same extent as if it were copied at length
he rein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
SIGNE D a nd SEALED thi s ____ 14_1_h day of Decemb er , 2010 .
ATTEST:
(Principal) Secretary
(SE AL).
~CY)~
Witness as to Principal
ATTEST :k L,r:t--
Secreta(y , Lorrie Scott
(SE AL)
Witness as to Surety Tina Chen
Jay Mills Contracting, Inc.
PRINCIPAL
By: -~---·-___../7-z._=-=~=-\Oo......__
Name: Toby Mills
Title : President
Address : P.O. Box 1669 -----
Stephenville, TX 76401
y A. Grave nor
Attorney in Fact
,. -.,..
Address : -----'2=7'-'0::..;:0:.....;N:....:....:E=-··t=·~o=e=· p::;...-4...:..1"""'0=-· _
#125 San Antonio
TX 78217
Telephone Number: ___ ....:::;8-=0-=-0-_
962 -1 864
NOTE: ( 1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
PAYMENT BOND
§
§
§
Bond #105506922
KNOW ALL BY THESE PRESENTS :
That we , (1), Jay Mills Contracting, Inc. as Principal here in , and (2) Travelers
Casualty & Surety Company of America , a
corporation organized and ex isting under the laws of the State of (3) Connecticut
___ , as surety , are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and D enton Counties, Texas, Obligee herein, in the amount of Six
Hundred Fifty-five Thousand Eight Hundred Twenty-two and 50/100... ... .. Dollars
($655,823.50) for the payment whereof, t he said Principal and Surety bind t hemselves and their
heirs, executors, administrators, successors and assigns , jointly and severall y , firmly by these
presents:
WHEREAS , the Principal has entered into a certain written contract with the Obligee
dated the 141h day of Dece mber, 2010, which contract is hereby referred
to and made a part hereof as if fully and to the same extent as if copied at length , for the
following project: Spinks Taxiway, Roadway and Lighting Improvements .
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfu ll y make payment to each and every claimant (as defined in Chapter
2253 , T e xas Government Code , as amended) supplying labor or materials in the prosecution of
the work under the contract, then this obligation shall be void; otherwis e , to remain in full force
and effect.
PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code , as amended , and all liabilities on this bond shall be determined in
accordance with the provisions of said statute, to the same extent as if it were copied at length
herein .
IN WITNESS WHEREOF, the duly aut horized representatives of the Principal and the
Surety have executed this instrume nt.
SIGNE D and SEALED thi s ---=14~t=h d ay of Decemb er , 2010.
ATTEST:
(Principal) ~Secretary
(SE AL)
· Q sd~
Witness~~
Secretary, Lorrie Scott
(SE AL)
W itness as to Surety
T in a C he n
Jay Mills Contracting, Inc.
PRINCIPAL
By: =z:6 /h-J!f.
Name: Toby Mills
Title: President
Address : __ P'---'-". Oc...c.·--=B=--=o'-'-x'-1'-'6=--=6=9...._, __
Stephenville , TX
76401
Travelers Casualty & Surety Co. of
SURE~Am ~a /'
By ~ .[~
Name~~ A. Gravenor :: • .
Attorney in Fact-·
Address: 2700 N E Loop 41 Q-#1 ?5.....:.:::
San Antonio TX · ·
78217
Telephone Number: 800-962-1864_
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
MAINTENANCE BOND Bond #105506922
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
That Jay Mills Contracting, Inc ("Contractor"), as principal , and ,_ Travelers Casualty & Surety
Co. of America , a corporation organized under the laws of the State of Connecticut
___ , ("Surety "), do hereby acknowledge themselves to be held and bound to pay unto the City of
Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of
Texas , ("City ") in Tarrant County , Texas, the sum of Six Hundred Fifty-five Thousand Eight Hundred
Twenty-two and 50/100 ........ Dollars ($655,823.50), lawful money of the United States, for payment of
which sum well and truly be made unto said City and its successors, said Contractor and Surety do
hereby bind themselves, their heirs, executors, administrators , assigns and successors , jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort
Worth , dated the 14th_ of December , 201.Q, a copy of which is hereto attached and made a part
hereof, for the performance of the following described public improvements:
Spinks Taxiway, Roadway and Lighting Improvements, the same being referred to herein and in
said contract as the Work and being designated as project number(s) P240-539120-558820131780 and
said contract, including all of the specifications, conditions , addenda , change orders and written
instruments referred to therein as Contract Documents being incorporated herein and being made a
part hereof; and ,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City ; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period , if in the opinion of the Director of the City of Fort Worth
Department of Aviation , it be necessary; and,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as here in provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract , these presents shall be null and void , and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect , and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF , this instrument is executed in§ counterparts , each of which
shall be deemed an original, this _14th_ day of __ December ____ , A.O . 2010.
ATTEST :
(SE AL)
Secretary
ATTEST:
(SE AL)
Secretary , Lorrie Scott
Jay Mills Contracting, Inc. ___ _
Contractor
By: 2?4 rhc=d31
Name: Toby Mills
Title : President
Travelers Casualty & Surety Co . of America_
Surety
By ~~)
NamB'.Hv~Gravenor , , -
Title: Attorney-In-Fact
2700 N E Loop 410 #125
San Antonio , TX 78217
Address
~ TRAVELERS J
WARNING: THIS POWER OF ATIORNEY IS INVALID W ITHOUT THE RED BORDER
POWER OF ATTORNEY
Attorney-In Fact No.
Farmin gton Casualty Company
Fidelity and Guaranty Insurance Company
Fi d eli ty and Guaranty Insurance Underwriters, Inc.
St. P aul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
2144200
St. Paul Mercury Insurance Company
Travelers Casua lty and Surety Company
Travelers Casua lty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 Q 314 2 Q 5 6
KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine In surance Com pany, St. Paul Guardian In surance Company and St. Paul Mercury In surance
Company are corporations duly organized und e r the laws of the State of Minne so ta, th at Farmingto n Casualty Company, Travel e rs Casualt y and Surety Company, and
Trave lers Casualty and Surety Company of America are corporations dul y organized und e r the laws of th e State of Co nn ecti c ut , th at United States Fidelity and Guaranty
Company is a corporation duly organized unde r th e laws of the State of Maryland , that Fide lity and Guaranty In surance Company is a corporation duly organi zed und er
the laws of the State of Iow a, and th at Fidelity and Guaranty In surance Und erwri ters, In c., is a corporation duly o rganized under the laws of the State of Wi sconsin
(herein collectively called the "Compani es"), and that th e Comp ani es do hereby make , constitute and appo int
St even B. Sidd o ns, Shirong Ch en, Holly A. Grave nor, a nd Lorri e Scott
of th e City of Fact Woctb , State of , their true and lawful Attomey(s)-in-Fact ,
each in their se parate capacity if more th an one is named above, to sign , execute , sea l and ackn ow ledge any and al l bonds, rec og ni zances , conditional und e rtakin gs a nd
other writings obligatory in the nature thereof on behalf of the Companies in their business of g uaran teeing the fidelity of persons, guarantee in g the perform a nce of
contracts and executing or g uaranteeing bonds a nd undertakings required or permitted in any ac tion s or proceedi ngs a ll owed by law.
IN WITNESS WHEREOF , the Companies have caused this in stru ment to be sig ned and their corporate seals to be hereto affixed, thi s ____ 1_6_t_h ____ _
day of February 2009
State of Connecticut
City of Hartford ss.
Fa rmington Casualty Company
Fide li ty and Guaranty Insurance Company
Fide li ty and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Pau l Guardian Insurance Company
0 ~
By:
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
······· -
On thi s th e 16th day of February 2009 , before me personally appeared George W . Thompson , who acknowledged
him self to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty In sura nc e Company, F id e lit y and G uaranty In suran ce Underwriters ,
Inc ., St . Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidel it y and Guaranty Company, and th at he, as such , being a uth ori zed so to do ,
executed the foregoing instrument for th e purposes therein con tai ned by sig nin g on behalf of the corporations by him se lf as a duly aut horized officer.
In Witness Whereof , I hereunto set my hand and official seal.
My Commission expires the 30th day of Jun e, 20 I I .
5844 0 -4-09 Printed in U.S.A .
'-Marie C. Tetreault , Notary Public
WARNING : THIS POWER OF ATIORNEY IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty In surance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury In surance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED , that the Chairman, the President, any Vice Chairman , any Executive Vice Pre sident, any Senior Vice President , any Vice President , any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the
Company 's seal bonds, recognizances, contracts of indemnity , and other writings obligatory in the nature of a bond , recognizance , or conditional undertaking , and any
of said officers or the Board of Directors at any time may remove any suc h appointee and revoke the power given him or her ; and it is
FURTHER RESOLVED , that the Chairman, the President , any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice Presi dent may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
th ereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED , that any bond , recogniza nce, contract of indemnity , or writing obligatory in the nature of a bond, recogniza nce , or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman, any Executive Vice President , any Senior Vice President or any Vice
President , any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Ass istant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President ,
any Assistant Vice President , any Secretary, any Assistant Secretary , and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appoin ting Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any s uch power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I , Kori M. Johanson , the undersigned ,Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters , Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian In surance Company , St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company , Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, wnich is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF , I have hereunto set my hand and affixed the seals of said Companies this
C
~
Kori M. Johans
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named indi vidua ls and the detail s of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
IMPORTANT NOTICE
To obtain information or make a complaint:
You may ca li Trave lers Casualty and Surety Company of America and its affiliates' to!l-
fre e telephone number for information or to make a complaint at:
1 -800-328 -2189
You may contact the Texas Department of !nsurance to obtain information on
companies, coverages , rights or complaints at:
1-800-252-3439
You may w rite the Texas Department of Insurance:
P. 0 . Box 149104
Austin, TX 78Ti4-9 1 04
F a x : (512)475 -1771
V\/eb: http:/ivvvvVv .td~.state.tx.us
E-mail: Consume,Protsction @tdf.state .tx.us
PREMIUM OR CLAIM DISPUTES :
Should you have a dispute concerning your premium or about a claim you should
contact your Agent o r Travelers first. If the dispute is not resolved, you may contact the
T e xas Department of Insurance.
ATTACH TH IS NOTICE TO YOUR BOND:
Thi s notice is for informati o n only and does not become a part or condition of the
atta c hed document and is g iven to compiy with Texas legal and regulatory requirements .
(Pl\1-042 -B) Ed. 1 C.18 .07
~ .. Travelers
~
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act11
). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of in ternational terrorism. We a r e providing you with
this notice to inform you of the key features of the Act, and to let
you know what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losse? caus ed by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of s uch los ses . Specifically, the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in excess of T ravel ers'
statutorily established deductible for that year. The Act a lso caps
the amount of terrorism-related losses for which the Federal
Gov e rnment or an insurer can be responsible at
$100,00Q,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not r esult in any change
in coverage under the attached policy or bond (or the policy or
bond being quot.ed). Please also note that no separate addit ional
premi um charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL MEN BY THESE PRESENTS
This Contract made and entered into this the __ day of __ , 2011 , by and between
the City of Fort Worth , a home-rule municipal corporation situated in Tarrant , Denton , Parker ,
and Wise Counties , Texas , by and through its duly authorized Assistant City Manager, ("Owner"),
and Jay Mills Contracting , Inc ., ("Contractor"). Owner and Contractor may be referred to herein
individually as a "Party" or collectively as the "Parties ."
WITNESSETH : That said Parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner , and under the conditions expressed in the bond bearing
even date herewith , the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certain improvements described as follows :
FOR: Spinks Taxiway , Roadway and Lighting Improvements
That the work herein contemplated shall consist of the Contractor furnishing as an
independent contractor all labor , tools, appliances and materials, necessary for the construction ·
and completion of said project in accordance with the Plans and Specifications and Contract
Documents prepared by or on behalf of the C ity of Fort Worth for the Aviation Department of the
City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and
Specifications and Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
3 .
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Aviation Department of the City
of Fort Worth .
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Aviation Department of the City of Fort Worth and City Council of the City of Fort
Worth within a period of 120 calendar days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in
the General Conditions, there shall be deducted from any monies due or which may thereafter
6/17/09 C-1
..
become due him, the sum of $315 per working day, not as a penalty but as liquidated damages,
the Contractor and its Surety shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans, Specifications and Contract Documents, then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the
Contract Documents or to take charge of and complete the work in such manner as it may deem
proper, and if in the completion thereof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its
Surety shall pay Owner on demand in writing, setting forth and specifying an itemized statement
of the total cost thereof, said excess cost.
6 .
Contractor covenants and agrees to indemnify the Owner, Owner's Engineer and
Architect, and their personnel at the project site for Contractor's sole negligence. In addition,
Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,
the Owner, its officers, servants and employees, from and against any and all claims or suits for
property loss, property damage, personal injury, including death, arising out of, or alleged to arise
out of, the work and services to be performed hereunder by Contractor, its officers, agents,
employees, subcontractors, licensees or invitees, whether or not any such injury, damage or
death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and
hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the
performance of any of the terms and conditions of this Contract, whether or not any such injury
or damage is caused in whole or in part by the negligence or alleged negligence of Owner,
its officers, servants or employees .
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner sat isfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier
that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as a result
of work performed under a City of Fort Worth contract.
6/17/09 C-2
\
7 .
The Contractor agrees, upon the execution of this Contract, and before beginning work ,
to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of
Fort Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein
provided and the surety must first be acceptable to the City of Fort Worth . All bonds furnished
hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as
amended.
A. If the total contract price is $25 ,000 or less, payment to the contractor 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 Owner.
B. If the contract amount is in excess of $25 ,000, a Payment Bond shall be
executed , in the amount of the Contract, solely for the protection of all claimants supplying labor
and material in the prosecution of the work.
C. If the Contract amount is in excess of $100 ,000, a Performance Bond shall be
executed , in the amount of the Contract 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 Owner.
D. A Two-year Maintenance Bond in the name of the Owner is required for all
projects to insure the prompt, full and faithful performance of the general guarantee conta ined in
the Contract Documents.
8 .
The Owner agrees and binds itself to pay , and the Contractor agrees to receive, for all of
the aforesaid work , and for all additions thereto or deductions therefrom , the price shown on the
Proposal subm itted by the successful bidder hereto attached and made a part hereof. Payment
will be made in monthly installments upon actual work completed by Contractor and accepted by
the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount
(including/excluding) alternates N/A, shall
be Six hundred fifty-five thousand, eight hundred twenty-three dollars and fifty cents Dollars ,
($655,823 .50).
9.
It is further agreed that the performance of this Contract, whether in whole or in part, shall
not be sublet or assigned to anyone else by said Contractor without the written consent of the
Owner. Any request for any sublease or assignment shall be made in writing and submitted to
the Director of the Aviation Department.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this Contract is made and entered into by the
Parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
6/17 /09 C-3
and the laws of the State of Texas with references to and governing all matters affecting this
Contract, and the Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in
counterparts in its name and on its behalf by the City Manager and attested by its Secretary , with
the corporate seal of the City of Fort Worth attached . The Contractor has executed this
instrument through its duly authorized officers in one counterparts with its corporate seal
attached.
Done in Fort Worth, Texas, this the ~s+ t. day of ~ . A.D., 2011
APPROVAL RECOMMENDED:
~~ ~
Dl~ECTOR, AIATION DEPARTMENT
Jay Mills Contracting, Inc.
CONTRACTOR
BY: ~ /7-z cd TobyMils
President
TITLE
PO Box 1669
Stephenville, TX 76401
ADDRESS
6/17/09
CITY OF FORT WORTH svs-~~a
ASSIST ANT CITY MANAGER
ATIEST:
me~
(SEAL)
contract Authorizatioa
1/ y \ l\
Date
C-4
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
. .
·,
,f;
PARTC
..
'•'
' •
. ,
'
. '
\ .
·"
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pav Prevailing Wage Rates . The co ntractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents .
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents .
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas G overnment Code 2258.023.
(c) Complaints of Violations and Citv Determination of Good Cause. On receipt of
information , including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 51 day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occun-ed. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City 's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
w ages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
detemlination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained . The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pav Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
City of Forl Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DA TE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENPATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
TO Fund/Account/Centers
Submitted for City Manager's Office b~
Originating Departmeot Head:
Additional lnfomJ_ation Contact:
FROM . Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & HI GHWAY CONSTRUCTION
PR EY AILING WAGE RATES 2008
i Air Tool Oeerator
I Asehalt Distributor Oeerator
I Asohalt Paving Machine Operator
j As~alt Raker i Asphalt Shoveler
-
. $10.06
i $13 .99
. $12.78
$1101
$ 8.80
$14.15 / Batching Plant Weigher . I Broom o, Sweeper Operator 1 $ 9.88
! Bulldozer Operator i $13.22
~rpenter ! $12 .80
Concrete Finis her, Pavin a $1 2.85
I Concrete Finisher, Structures I $13.27
I Concrete Pavin Curb ing Machine O eraior I $12.00
. Concrete Paving Finishi ng Machine Operator I $13 .63 1
I Concrete Paving Jo int Sealer Operator I $12 .50 i
I Concrete paving Saw Operator I $13.56 j I ConcretePavingSnreader Operator I $i4.50 I
· Concrete Rubber I $i0.6i I
Crane, Clamshe ll, Backhoe, Derrick, Dragline, Shovel Operator I $14. i2 I
E lectrician l S 18.12 I
Flagger i $ 8.43 !
I Form Builder/Setier, Structures i S 11.63 I
j Fonn Setter, Paving & Curb I $1 i.83 I
F • · · D ·u o c I M d I $'3 6~ 1 i ounaanon n iperator, raw er 1 ounte ,..1 . ) ! I
; Foundation Driil Operator, Truck Mounted $16.30 l
Front End Loader Operator $12.62 I
Laborer, Common I $ 9.1&-l
Laborer, Utility I $10 .6s 1
M e chanic I s;16 .97 I
Milling Mach in e O perator , Fine Grade l $I1.8 3 I
Mixer Operator 1 $11.58 I
Motor Grader Operator, Fine Grade $15.20
Motor Grader Operator, Rough $14.50
I Oiier $14.98
! Painter, Structures $13 .17 !
i Pavement Marking Machine Operator $10 .04 I
! Pipela;rer $1 i.04 !
! Reinforcing Steel Setter, Paving $]4.86 l
Reinforc ing Steel Setter, Structur e ---I $16.29
Roller Operator, Pne umatic , ~elf-Propelled I s 11.01
Roller Operator, Steel \Vheel, Flat Wheel/Tamping l $10.92
Roller Operator, Steel V{nee l, Plant Mix Pavement / $11.28
~ ' I :scraper Operator , $1 J .42 !
I Servicer i $ i 2.32 !
,--S~pr_e_a_de_r_B_o_x_' O~pe_r_at_o_r _______________ ;-1 ..,..$_10_.92 I
i Tractor Operator Crawler Ty e ] $12 .60 I
f Slip Form Machine Operator i $12.33 I
,
I Tractor Operator, Pneumatic $12 .9 1 1
Tra ve ling Mixer Oper ato r $12.0 3
Truck Driver, Lowbo y-Fl oat $14.93
Truck Drive r, Si ngle Axle, He avy $ J 1.47
Truck Driver , Singl e Axle, Light I s 10.9 1
Truck D riv er, Tandem Axle, Semi -T railer $] 1.7 5
Tru ck Drive r, T ransit-Mix i $12 .0 8
Wagon Dr ill , Borin g Ma chine, Post Ho le Dr ill er O perator $14.00
W e lder $1 3 .57
Work Zo ne Barric ade Servicer I S J0.09 j
LA C Mechanic
2008 PR EVAILIN G WAGE RATES
CONSTRUC TION INDUSTRY
$21. 69 Plumber $20 .43
J AC Mechanic Helpe_r ___________ -+--~--+-P_lu_rn_b_e_r_H_e~lp_e_r _____________ ~$1_4_. 9_0--i
Acoustical Cei ling Mechanic
I
$15 .24 I Reinforcing Steel Setter $10.00
Bricklayer/Stone Mason $19.12 I Roofer $14.00
Bricklayer I Stone Mason Helper $10.10 Roofer Helper $10.00
Car enter $16.23 Sheet Metal Worker $16.96
Carpenter He lper $11. 91 I Sheet Metal Worker Helper $12.31 I
$'13.~ Sprinkler System Installer
i
$18.00 I '
-Concrete Finisher I
Concrete Form Builder $13.12 i Spri nkler System Installer Helper I $9 .00
$14.62 I Steel Worker St 1·uctcJral
i
Drywall Mechanic S17A3
i I
Diy,.,all Helper I $10.91 i Concrete Pump $20.50
' I Crane, Clamsheel, Backhoe, Derrick, D'Line I
Drywall Taper I $13.00 . Shovel $17.76 i
I
$9.00 I Forklift · I Drywall Taper Helper I $12.63 !
Electrician (Journeyman) I $20.20 I Front End Loader I $10.50 !
I I Electrician Helper -$14.43 I Truck Driver $14 .91
Electronic Technician
I
$19.86 j Welder
I
$16.06 1
$9 75 Electronic Technician Helper $12.00 I Welder Helper -· !
Floor Layer (Res ilient ) I $20.00
I
Floor La yer He l per s13 .oo I
I !
Glazier $18 .oo I
Gla zier Helper ! $i3.00 !
'
Insulator $14.78 1 -·
I Insulator Helper $11.25
I
I Labore r Common $10.27 I
Laborer Skilled $13.18
Lather $16 .10
Painter $14.83
Painter Hetpe· I
I $8 00 I
Pipefitter ·---·------· $18.85 I
!
Pipefitter Helper s12.83 I
---i
Plasterer $17.25 !
Plasterer Helper $12.251
MEMORANDUM
Date: 1/11/11
Re: Spinks Taxiway, Roadway and Lighting Improvements Construction Verification of Bonds
To Whom It May Concern:
This is a note confirming that enclosed bonds have been verified through Terry Mielsen on Tuesday,
January 11, 2011.
Thanks,
<R..,useena Johnson
Ruseena Johnson
APPENDIX
< '
J
l
FORT WORTH
~
PRIME COMPANY NAME:
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 1A
Page 1 of4
Check applicable block to describe prime
Jay Mills Contracting, Inc. I M/WIDBE I xi NON-M/W/DBE PROJE~T NAME:
S pinks Airport -Taxiway/Apron and Roadway Improvements BID DATE
Oct. 28, :: 2010
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
13 % 14.48 % 1317
Identify an subcontractors/suppliers you wil, use on this project
I l 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. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
Rev. 5130/03
FdRt\VoRtH ~
ATIACHMENT1A
Page 2 of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please Rst M/WBE finns first, use additional sheets if necessary.
SUBCONTRACTOR/SUPPLIER
Company.Name
Address
Teiephone/Fax
Green Scaping
2401 Handley EdervillE
Ft. Worth, TX 76118
817/577-9299
Certification
(check one)
817/577-9331 \ X X X
Gow:'£own Redi Mix
PO Box 162327
Ft Worth, TX 76161
817/759-1919
817/759-1716
BC Company
PO Box 136729
Ft Worth, TX 76136
817/236-6000
817/236-3000
Stripe A Zone
2714 W Sherman
Grand Prairie, TX
75051
800/397-4110
972/641-9520
Johnson Co. Pipe
800 CR 209
Alva~ado, TX 76009
817 /7 83-3444
817/783-6002
Chemical Lime
3 700 Hulen St.
Ft Worth, TX 76107
817 /732-8164
817/731-4658
\ X X
I X
X
X
X
Detail
Subcontracting Work
Seeding
Electrical and
Lighting
Pavement
Markings
Detail
Supplies Purchased
Concrete
Dollar Amount
$3,996.00
$91,000.00
$79,711.50
$4,375.00
Concrete Pipe $30,895.36
and Concrete
Box Culvert
Lime $22,914.00
Rev.5/30/03
ATTACHMENT 1A
Page 3 of4
Primes are required to identify & subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets If necessary.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
TX!"
10615 Spangler Rtl
Dallas, TX 75220
972/909-32410
972/501-9304
T
I
e M
r B
E
Concrete Related Prodt~ts
122 E Industrial Blvd
Cleburne, TX 76033
817/558-6999
817/558-9843 \
X
X
Detail
Subcontracting Work
Detail
Supplies Purchased
Cement Tteated
Dollar Amount
Base $20,250.00
Reinforcing
Steel $11,600.00
Rev.5/30/03
I
Fmu,oRTIJ
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
94,996.00
169,745.86
264,741.86
ATTACHMENT 1A
Page4 of4
By affixing a signature to this fonn, 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 Offeror also 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 debannent
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 this ordinance and aeate a material
breach of contract may result in a detenninatlon of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
President
Tltle
Jay Mills Contracting, Inc.
Company Name
PO Box 1669
•Address
Stephenville, TX 16401
CltyfStatelZJp .
Toby Mills
254-965-6657/254-965 4977
Telephone andfor Fax
toby@jmctx.com
H)/03/2010
Rev. 5/30/03