I Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701·2483·5121416-4500 • FAX 5121416·4510 October 6, 1999 Mr. Chris Terry Asst. to City Manager, Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Re: TxDOT Number 9842ADDSN Dear Mr. Terry: We are pleased to return to you the completed Amendment Number 01 to the Airport Project Participation Agreement between the Town of Addison and the Texas Department of Transportation. This completes the grant for the Addison Airport westside taxiway project. Also enclosed is the approved final reimbursement request for this project. If you have any questions concerning the document, or if we can be of assistance to you, feel free to contact me. Kathy Griffin Grant Manager cc: Ben Guttery, FAA John Baumgartner, Director ofPublic Works James C. Pierce, Jr., Asst. City Engineer Enclosures An Equal Opportunity Employer TEXAS DEPARTMENT OF TRANSPORTATION AIRPORT PROJECT PARTICIPATION AGREEMENT (Federally Assisted Airport Development) TxDOT Contract No.: 8XXFA040 TxDOT Project No.: AP ADDISON TxDOT CSJNo.: 9842ADDSN Amendment No. 01 to the Agreement WHEREAS, the Town of Addison, Texas, hereinafter referred to as the "Sponsor", and the Texas Department of Transportation, hereinafter referred to as the "State," have entered into an Airport Project Participation Agreement TxDOT CSJ Number 9842ADDSN, executed by the Sponsor on March 19, 1998, and by the State on April 2, 1998, for the development of the Addison Airport, hereinafter referred to as the"Airport"; and WHEREAS, the project is described as follows: reconstruct/construct west parallel taxiway and connectors with drainage improvements and install medium intensity taxiway lights and signage at the Addison Airport; and WHEREAS, it is in the mutual interest of the Sponsor and the State to' increase the amount offinancial assistance based on final construction costs; and WHEREAS, Part II -Offer of Financial Assistance, estimates total project costs to be $2,443,000; and WHEREAS, financial assistance is currently limited to $2,198,700 in federal funds and $244,300 in local sponsor funds; NOW, THEREFORE, in consideration of the parties' mutual promises, the following amendment to the Airport Project Participation Agreement shall become effective upon execution ofthis Amendment by the Sponsor and the State. The Airport Project Participation Agreement is hereby amended as follows: l. On page 2, Part II, Item No. 2 of the Agreement, change Amount A, estimated total project costs, and any further references in the Agreement to Amount A, to $2,479,303. 2. On page 2, Part II, Item No. 2 of the Agreement, change Amount B, estimated project costs eligible for federal financial assistance, and any further references in the Agreement to Amount B, to $2,479,303. Page 1 of2 3. On page 2, Part II, Item 3 of the Agreement, change Amount C, the maximum obligation of the United States payable under this offer, and any further references in the Agreement to Amount C, to $2,231,373. 4. On page 2, Part II, Item 4 of the Agreement, change Amount D, Sponsor's share of the estimated project costs, and any further references in the Agreement to Amount D, to $247,930. All other terms and conditions of the agreement are unchanged and remain in full force and effect. The above amendment to the Airport Project Participation Agreement between the Town of Addison, Texas, and the Texas Department of Transportation is hereby mutually agreed to and accepted by, Executed this 30i1t day of Town ofAddison, Texas Sponsor 􀁾􀀠E<-l,J t2tia 􀁾􀀠Sponsor Signature 􀁳􀁰􀁯􀁾􀁾􀀱􀁴􀁴􀁬􀁾􀁾􀀠Execution by the State STATE OF TEXAS TEXAS DEPARTMENT OF TRANSPORTATION 􀁂􀁙􀀺􀀭􀀭􀀭􀀧􀁦􀁚􀁵􀁾􀀭􀀬􀀬􀀭􀀭􀀽􀀭􀁵􀁴􀀮􀁊􀀢􀀭􀀭􀁾__� �􀀠Robert V. Woods, Deputy Director Aviation Division . . Texas Department of Transportation 􀁄􀁡􀁴􀁥􀀺􀀬􀁟􀁾􀀯􀁏􀀭􀀺􀀮􀀮􀁦􀀮􀀮􀀺􀀮􀀮􀀡􀁦􀀯􀁾􀀱􀀮􀀡􀀭􀀢􀁉_______ Page 2 of2 TEXAS DEPARTMENT OF TRANSPORTATION· DIVISION OF AVIATION Grant Payment Request form (Reliever AIrports) AT1fllr,o.a COpy OF INVOICES TO THIS REQUEST !"".,TIIOIt"".TIt"... OF SPONSOR I, John R. Baymgartner, do hereby certify that I am Director of Public Worts, and that I am duly authorized to make this certification for and on behalf ofthe Town of Addison. I further certify that the attached linvIJice is correct and that it corresponds in every particular With the su plies andlor services contracted for. further certify that the account is true, correct and unpaid. SIGNATURE Addison 9842 PAID TO DATEPAlD Total Expenditures 90% Reimbursement Total Reimbursed I I i •Addison Reimbursement Requests i 05/12/98 $162,038.98 $145,835.08 I $145,835.00 07113/98 $167,022.55 • $150,320.30 $150,320.00 08113/98 $503,270.18 $452,943.16 $452,943.00_ ..... 09/02198 $305,738.091 $275,164.28 $275]64.00 10101198 $22,846.00 .. $20,561.40 $20,561.00 ll/03/9B $253,949.84 $228,554.86 􀀤􀀲􀀲􀀸􀀬􀀵􀀵􀁾􀁾􀁾􀀠12/07/98 $434,934.18 $391,440.76 $391440.00 02101199 $339,285.50 'Washing ofaircraft ineligible expense; 02/01199 -$541.25 $304,869.83 $304,869.00 I ..􀁾... $51,705.Q0l03/12199 $57,450.60 $51705.54 04/01199 $107,824.99 $97,042.49 $97,042.00 I 06/25/99 $13,774.00 $12,396.60 $12,396.00 i Date ofrequest 08/19199 $111,709.98 $100,538.98 I 􀀤􀀶􀀷􀀬􀀸􀀷􀀱􀀮􀀰􀁾􀀠I I I i J • Will correct cents dropped at final payment. I i i I I 1TOTAL SPENT TO DATE $2,479,303.64 $2,231,373.28 ; $2,198,700.00 .-.. Total Estimated Project Costs $2,443,000.00 ! Federal Grant Issued (90% ) $2,198,700.00 Sponsor Share (10%) I $244,300.00 Remaining Balance in Federal Grant I $0.00 J ; Amt to be reimbursed Increase grant based on fmal construction costs ; $36,303.64 $32,673.28 $32,673.00 . I FINAL PROJECf COSTS I 1 $2,479,303.00 I .. AMENDED FEDERAL GRANT (90%) $2,231,373.00 $2,231,373.00 Amended Sponsor Share I i $247,930.00 ; I I I Page 1 TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: 17·Feb·99 Claim # Check $ ___4,;.:.,9;;..4;.;:0:.;;.0c:.,0 Vendor No. /.S;'" Vendor Name DELOITTE & TOUCHE Address P. O. BOX 840503 Address Address DALLAS,TEXAS Zip Code 75284·0503 () ''''/IOj 􀁾􀁾􀁾􀁟􀀡􀀡􀀺􀀺􀀮􀀮􀁙􀀮􀀺􀁾􀁟􀀠EXPLANATION TOTAL $ 4,940.00 Interim billing for professional services rendered for audit of financial statements for year ending 9·30-98. FEB 19 1999 TOWN V" n!..lU'uUi' ACCOUNTING Finance Deloitte & Touche Deloitte & Touche LLP P.O. Box 840503 Dallas. Texas 75284-0503 Telephone; (214) n7-7000 Facsimile; (214) 777-7050 Taxpayerl.D. No. 13-3891517 Town ofAddison INVOICE NUMBER: 06088499 P. O. Box 9010 Addison, TX 75001-9010 DATE; December 23,1998 Attn: Sandra Goforth Billing for professional services rendered in connection with the audit of financial statements for the year ending September 30, 1998 $4,440 􀁾􀁷􀁬􀁬􀁀􀀠FEB 19 􀀱􀁾􀀹􀀹􀀠Due and Payable Upon Receipt TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: 27-Oct·98 Claim fI. Check $ __􀀮􀀺􀀮􀀺􀀱􀀰􀀺􀀺􀀮􀁴􀀬􀁏􀁾􀀰􀀺􀀺􀀺􀀺􀀰􀀮􀀺􀀮􀀺􀀺􀀮􀀰􀁾􀀰􀀠Vendor No. Vendor Name Address Address i t)/6 DELOITTE & TOUCHE P. O. BOX 840503 Address DALLAS, TEXAS Zip Code 75284·0503 TOTAL $ 10,000.00 EXPLANATION Interim billing for professional services rendered for audit of OOl 301998 [E1"r\\ 􀀬􀁾􀀮􀀮􀀮􀀻􀀠;''i,!;,! v: r:..:.... ;,;) 􀁾􀀮􀀠_ ____________􀀮􀀮􀀮􀀮􀀮􀁩􀀬􀀯􀀺􀁲􀁲􀀵􀀩􀁾􀁦􀁅􀁾􀁴􀀴􀀮􀁬􀁉􀂧􀀬􀀡􀀻􀀻􀀮􀀮􀁉􀁮􀁌􀁗􀁬􀀡􀀮􀀧􀀡􀁌􀁜􀀡􀀦􀀾􀀮􀁬􀁉􀀮􀀬􀁜􀀻􀁕..O!L.._______􀀢􀀧􀁴􀂷􀀮􀁣� �􀀮􀁥􀀬􀀭􀀮􀁦􀀧􀀬􀀭􀀮􀀺􀀢􀀩􀀮􀀺􀀮􀀺􀀮􀁾􀀠􀀻􀀺􀀢􀁲􀁮􀀻􀁜􀁩􀁾􀁾􀁉􀁊􀀢􀁩􀁜􀁾􀁕􀁟􀁾!C OCT 271998 TOWN Or AUUI::.ON ACCOUNTING 􀀣􀁣􀁾􀀠Finance Deloitte & Touche Town ofAddison P. O. Box 9010 -Addison, TX 75001-9010 Attn: Sandra Goforth Deloitte & Touche LLP P.O. Box 840503 Dallas, Texas 75284-0503 Telephone: (2141777-7000 Facsimile: (214)777-7050 Taxpayer I.D. No. 13-3891517 INVOICE NUMBER: a6a8 6 524 DATE: September 30, 1998 . Interhn billing for professional services rendered in connection with the audit offinancial statements for the year ending September 30, 1998 $10,000 ,I :....; . 􀁾􀀠.,;.;; .. 􀀺􀁾􀀮􀀠ocr :5 01998 􀁦􀁒􀁩􀁾􀀨􀁇􀁾􀁄􀁗􀁾􀁛􀁑􀁊􀀠 ocr 271998 fOWI'>! 01' AUUI:;ON ACCOUNTING Due and Payable Upon Receipt TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO Date 11/18/98 Claim # ItJt1MI Check $ 1'5; 000, CO liSIII&t? Vendor No. 2516 Vendor Name Deloilte & Touche Address P.O. Box 840503 Address Address Dallas, TX Zip Code 75284-0503 TOTAL 􀀽􀀽􀀤􀁾􀀱􀁾􀀵􀂣􀀬􀁏􀀽􀀰􀀰􀀽􀀮􀀰􀀽􀀰􀀽􀀠EXPLANATION Interim billing for professional services rendered for audit of financial statements for year ending 9/30/98 N{}'v' 2: 6 1998 TOWN UI" nUUIOUl\' ACCOUNTING 􀁾􀀽􀀭􀀭􀀭􀀭􀁾􀀭􀀽􀀽􀀽􀀭􀀭􀀭.. Finance DeloiHe & Touche Town ofAddison P_ O. Box 9010 Addison, TX 75001-9010 Attn: Sandra Goforth Deloitte & Touche llP P.O. Box 840503 Dallas. Texas 75284'()503 Telephone: (214) 777-7000 Facsimile: (2141777-7050 Taxpayer 1.0. No, 13-3891517 INVOICE NUMBER: 06087767 DATE: November 12, 1998 Interim billing for professional services rendered in connection with the audit offinancial statements for the year ending September 30, 1998 $15,000 􀁦􀀿􀀩􀁻􀁾􀁾􀁾􀀠NOV 2 U 1998 TOwI'! v, ",!..Ivl",",,",I' ACCOUNTING Due and Payable Upon Receipt TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Claim #1 lite /qq Check $ /07. £9,4, q9Jf • __I I Vendor No. Vendor Name Address P() BDx: \004 Address Ad r1 j 􀁾􀁣􀀮􀁮􀀠Address Zip Code 75001-Q010 TOTAL 107, 􀁦􀀮􀁾􀀫􀀠erg' TOWN OF ADDISON ACCOUNTING Finance '>'---,c./"-􀁲􀂷􀁾􀂷i, -,\;\ ! 1 􀀡􀁾􀀮􀀧􀀺􀀺􀀠􀁾􀀮􀀧􀀺􀀺􀀺􀁊fROM: H. B. Zachry Company JOII 110: 9842 ADOSN P,O. Box 1004 . DESCRJPTlON: Cons.lruc:t WM.t Taxiway end CoJ'lned¢m <'" Addison, TX 􀀷􀀵􀀰􀀰􀀱􀁾􀀱􀀰􀀰􀀴􀀠with Drainage Improvements (South segment) \: .;.:::;:')TO: ESTIMAlE 110.: P.RIOD fROM: P.RIODTO: y FROM: H. S. Zachry Company 􀁐􀀮􀁏􀁾􀀠aox 1004 . Addison, TX 15001..1004' JOBNa: 9842AOD$N DESCRIPTION: ConW'u!;t 'Nest Taxlway and Connectors wllh Oralnag& Improvernentll (South Segment) ::-:-... 􀀬􀁾􀀭􀀺􀀭􀀡􀀠v (' !. • ...l___"'l TO: ESTIMATE NO.: 􀁾􀁒􀁉􀁏􀁬􀀩FROM: PERIOD TO: TOTAl. WORK PERFORMED TO DATE: TOTAL MATERIALS ON HAND LESS; fm Rata/nag,,: (This'. a raquutfot 10" Payment ofth. retalnagt) NET WORK THIS i.STIMATE: LESS: PlBViou$ Payments: LESS: Other OOduct1oM (see attat$ed sheet fer backup) NiT DUE THIS ESTIMATE: $2.156,40.66 $0.00 $0.00 $2,156.499.66 $2.046,674.66 $0.00 $107.624.96 ,,,:.:,;.•􀀻􀀻􀁾􀀬􀀬􀀪􀀬􀀬....􀀢􀁬􀀡􀀮􀀮􀁾􀁾􀁉􀀩􀀺􀁬􀁜 ."';' ,,\:. OF 􀀷􀀧􀁥􀀧􀀼􀁾􀁾􀀠 􀁴􀁦􀁾't(-􀀧􀁏􀂻􀁨􀀬􀀧􀁨􀁬􀁏􀀼􀁬􀀧􀁑􀀬􀀺􀀩􀁾􀀮􀀮􀁦􀀺􀀢􀁬􀀠􀁾􀁾􀀠 '" L ' ,4-5' il.1II"/ONAL 􀁾􀀧􀀱􀀧􀀧􀀻􀀻􀀧􀀧􀀡􀁉􀀺􀁜􀁾􀀢􀀢􀁾􀁾􀀠 TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO Claim # Check $ ,i, \ <05, 00 Vendor No, Vendor Name U R 5 G:rUnet: WoOdU)CLrd CPl del L. Address PO, 80/[ !0 I 551/} Address ""A--f-I a oin Address -""k"'-.LA....L.._____________ Zip Code 􀀳􀀰􀀳􀁃􀁬􀁾􀀠-15'51.0, TOTAL 􀁾􀀠{)., I S' 5, 00 JUN 241999 rOWN Of r'lUUISON ACCOUNTING Finance Please Remit Payment To: .URS Greiner Woodward Clyde URS Greiner Woodward Clyde 2622 O'Neal lane P.O. Box 101656 Baton Rouge, LA 701116 Atlanta, GA 30392.1666 Telephone (225) 751·1873 Facsmile (225) 751-4365 JUNE 14, 1999 INVOICE NO. 75061 PROJECT NO. E7-00008024.80 TOWN OF ADDISON ATTN: JAMES C. PIERCE, JR.,P.E.,DEE ASSISTANT CITY 􀁅􀁎􀁾􀁉􀁎􀁅􀁅􀁒􀀠P.O. BOX 144 ADDISON, TX 75001-0144 INVOICE NUMBER 10 FINAL INVOICE FOR: ADDISON Alp WEST TAXIWAY SOUTH DESIGN SEGMENT PROFESSIONAL SERVICES FOR THE PERIOD ENDING JUNE 11, 1999 FEE PCT PREVIOUS CURRENT PHASE FEE COMPL EARNED BILLING BILLING UPDATE & REVIEW FINAL PL ------11,200.00 ----100.00 -----11,200.00 --.------11,200.00 CONSTRUCTION PHASE SERVo 43,700.00 100.00 43,700.00 41,515.00 2,185.00 RPR SVCS-ACCEPT TESTING 117,550.00 100.00 117,550.00 117,550.00 TOTALS 172,450.00 172,450.00 170,265.00 2,185.00 TOTAL THIS INVOICE $ 2,185.00 =============== JUN 2 L: 1999 TOW." ,.>1-r\olJl:>ON ACCOUNTING Federal Tax 10 No. 94-1716908 PLEASE NOTE: thIs Is sn invoice fer professlonsl services snd .. due upon presentallon. . Except u otberwtse provided by written Illraement. a charge of one and one-half percent (1.5'''1 per montl! (18% per year) wlll be Idded after 30 daye. . PLEASE RETURN COPY OF INVOICE COVER WITH ALL REMITTANCES, OR INCLUDE INVOICE AND PROJECT 1# ON CHECK. I 􀁾􀁾 ............. Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701-2483 • 5121416-4500 • FAX5121416-4510 October 6, 1999 Mr. Chris Terry Asst. to City Manager, Town ofAddison P.O. Box 9010 Addison, Texas 75001-9010 Re: TxDOT Number 9842ADDSN Dear Mr. Terry: We are pleased to return to you the completed Amendment Number 01 to the Airport Project Participation Agreement between the Town of Addison and the Texas Department of Transportation. This completes the grant for the Addison Airport westside taxiway project. Also enclosed is the approved final reimbursement request for this project. Ifyou have any questions concerning the document, or if we can be of assistance to you, feel free to contact me. Kathy Griffin Grant Manager cc: Ben Guttery, FAA John Baumgartner, Director ofPublic Works James C. Pierce, Jr., Asst. City Engineer Enclosures AUGUST 31, 1999 TO: John Baumgartner Town ofAddison FROM: Kathy Griffin l'ryGrant Manager fl«J RE: 9842ADDSN Enclosed for your record is a copy of the approved payment request form. Please note that the payment is up to the current grant amount. The remaining balance will be released up execution ofan amendment increase the grant based on the final project costs< < • An amendment will be sent to the Town of Addison by September 15, 1999< Under Prompt Payment Act as administered by the Comptroller ofPuLlic Accounts your payment should be released on September 18, 1999. cc: Chris Terry James Pierce Randolph Marovec \ TEXAS DEPARTMENT OF TRANSPORTATION -DIVISION OF AVIATION Grant Payment Request form (Rel,iever Airports) 4nr4r:H COpy OF INVOICES TO THIS REQUEST CERTIFICATION OF SPONSOR I, John R. Baumgartner, do hereby certify that I am Director of Public Works, and that I am duly authorized to make this certification for and on behalf of the Town of Addison, I further certify that the attached , 􀁬􀁩􀁮􀁾􀀧􀁯􀁩􀁣􀀺􀁥􀁩􀁳􀀠correct and that it corresponds in every particular with the su plies and/or services contracted for. I further certify that the account Is true, correct and unpaid, TEl{AS OEPARTMENT OF TRANSPORTATION -OIVISION OF AVIATION Grant Payment Request form (Reliever Airports) aT',.""". COpy OF INVOICES TO THIS REQUEST CERTIFICATION OF SPONSOR I, John R Baumgartner, do hereby certify that I am Director of Public Works, 'and that I am duly authorized to make this certification for and on behalf of the Town of Addison. I further certify that the attached I inv(lice is correct and that it corresponds in every particular with the supplies and/or services ontracted for. I further certify that the account is true, correct and unpaid. -􀀮􀁾􀀧􀀠, TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO Date 5/f)./I/QQ Clalm# ____ Check $ 13,'774, 00 /J I Vendor No. Vendor Name URS 􀀨􀀱􀁡􀀬􀁤􀁾􀁮􀁥􀀠t: 􀁬􀁾􀁯􀁤IJ Xi yci CA 􀁾dv Address PO. BoIL 1015510 J ' Address ",AHa nt-a) Address G-A Zip Code TOTAL 􀁾􀀠EXPLANATION '. 􀁉􀁾􀀬􀀠'7'14-.00 . Aj1d 􀀯􀁾􀁻􀀡􀀭􀁮􀀠􀀩􀁾􀁐􀀺􀁊􀁩􀀻􀁦􀁲􀀻􀀻􀁔􀁾􀀵􀀱􀁾􀁾􀁾􀀳􀁊􀁾􀁾􀀮􀁾􀁾􀀺􀀯􀁊􀀲􀀺􀀺􀀺􀁴􀁁􀀩􀀠; .,f/-;rtn)Vler.ff! ;t: . rOWN OF ADDiSON ACCOUNTING Finance Please Remit Payment To: URS Gl8lner'Woodwant Clyde URS Greiner Woodward Clyde 2822 O'Neall... P.O. Box 101556 Baton Rouge,LA 70618 Atlanta, GA 30392-1556 Telephone (225) 751·1873 Facsmile (225) 751-4365 APRIL 30, 1999 INVOICE NO. 70982 PROJECT NO. E7-00008024.80 TOWN OF ADDISON ATTN: JAMES C. PIERCE, JR.,P.E.,DEE ASSISTANT CITY ENGINEER P.O. BOX 144 ADDISON, TX 75001-0144 INVOICE NUMBER 9 FOR: ADDISON Alp WEST TAXIWAY SOUTH DES IGN SEGMENT PROFESSIONAL SERVICES FOR THE PERIOD ENDING MARCH 26, 1999 FEE PCT PREVIOUS CURRENT PHASE FEE COMPL EARNED BILLING BILLING --------------------'---------UPDATE & REVIEW FINAL PL 11,200.00 100.00 11,200.00 11,200.00 CONSTRUCTION PHASE SERVo 43,700.00 95.00 41,515.00 37,145.00 4,370.00 RPR SVCS-ACCEPT TESTING 117,550.00 100.00 117,550.00 108,146.00 9,404.00 TOTALS 172,450.00 170,265.00 156,491.00 13,774.00 --...... ----------TOTAL THIS INVOICE $ 13,774.00 ================ 􀀱􀁒􀁩􀁾􀂩􀁾􀁮􀁗􀁬􀁾􀁜􀁑� �􀀠 MAY 271999 TOWN Of AOUl::iON ACCOUNTING Fodoral Tax ID No. &4-t71&908 PLEASE NOTE: ThIs Is an Invoice for professional s.Nlce. snd Is due upon presontatlon. Except a. othorwlse provided by wrlt\Im ag"".....nt, a charge 01 one and onHalf porcent (1.5%) por month (18% per year) will b. added afle, 30 daya. PLEASE RETURN COPY OF INVOICE COVER WITH AlL REMllTANCES, OR INCLUDE INVOICE AND PROJECT II ON CHECK. UBS Greiner Woodward Clyde A Division of URS COfporation 2822 O'NealLane Balon Rouge. LA 70816 rei: 225.751.1873 Fax: 225.753.3616 Offices Worldwide Attention: Accounts Payable Department We would like to inform you of our new policy and procedures in getting your payments applied quickly and efficiently. We are requesting on all checks or check stubs to please indicate the URSGWC invoice number and/or project number. All payments should be sent to: URS Greiner Woodward Clyde P.O. BOX 101556 Atlanta, GA 30392-1556 We greatly appreciate your cooperation in this matter., Thank you Christine Firth Accounts Receivable Representative URS Greiner Woodward Clyde , \. April 1, 1999 To: John Baumgartner Addison From: Kathy Griffin Grant Manager Enclosed for your records is a copy ofthe approved payment request form. The direct deposit payment should be completed within the week. The remaining balance of the federal share of$2,198,700 grant is $80,267 after this payment is made. Jfyou have questions please caU me at (512) 416-4522. TEXAS DEPARTMENT OF TRANSPORTATION· DIVISION OF AVIATION Grant Payment Request form (Reliever Airports) 'd,r",'... coPY OF INVOICES TO THIS REQUEST CERTIFICATION OF SPONSOR I, John R. Baumgartner, do hereby certify that I am Director of Public Works, ·and that I am duly authorized to make this certification for and on behalf of the Town of Addison. I further certify that the attached I inv"ice is correct and that 􀁾􀀠corresponds in every particular with the s plies and/or services contracted for. further certify that the account is-true, correct and unpaid. TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO I CLAIM# ____DATE A I a,+ I qCI CHECK AMOUNT $ to 7 f),J. qq Vendor No. Vendor Name Address p 0 61'>)( !OQ4:I Address Add [Son Address Zip Code ]500 [ -1004= OBJ PROJ EXPLANATION Westitde... ]CqC! 1.0a:.1 cI-OilOOr0nts h)i±b Dmd,noge; IrnptDwdYlwts -1=, ;sr 5 70 tpfru 00 se I FINANCE ORIGINAL TO ACCOUNllNGlYELLOW FOR DEPARTMENT ALE .. \\//, \. \. . " (, I .J 􀀾􀁾􀀢􀀠:.' 􀀯􀀢􀀬􀁾􀀮􀀬;....... 􀁲􀀻􀁾􀁜􀁬􀀮􀀧􀁜􀁩􀀢􀀮􀀠/..:.;. C,::.' \'" 􀀢􀀺􀀧􀁊􀁾􀀠';1:?' 􀁜􀀮􀀭􀁾􀀬􀀭􀁜FROM: H. B. ZachryCompany \'P L,. 􀁜􀁾􀀠'.';', ,"'f 􀀮􀁾􀁊􀀠􀁾􀀠􀁾􀀸􀀴􀀲􀁁􀁏􀁄􀁓􀁎􀀠P.O. Box 1004 }I.i'tt.. ,-::' ..,., ,,,'. ,.I, Ie, \! J Construct We&t Taxlvvay and Connoctorl,'1' .-, _,' 􀀮􀀬􀀬􀁾􀀠I. OB NO' ,. .,.;,; .4 􀀮􀁾􀀠. •􀁾􀁊􀁾􀀧􀀠.:'" ,,,....' , DESCRI.Addison, TX 75001·1004 \. TO>.' --nON' with Drainage Improvementa (South Segment) TO: ESnMAlE NO.: PERIOD FROM: '.' PERIOD TO: 􀁜.,' rED G􀁾􀀠\3S9 . FROM: JOII NO: DaeRIPTION: 9642 AllOSN ConltruclWHtTaxiway and ConMdor. v.IIfI Drainage Im__(SOIItII Segment) TO, PTiMATIi NO.: PERIOD FROM: PERlODTO: TaTAL WORK 􀁦􀀧􀁅􀁒􀁾􀁏􀁒􀁍􀁓􀁄TO DATlii: TOTALMAT!RIALS ON HAND 12$$: 􀁾RetBlnllge: (Tl'tlill. a ntqueJttOl' 􀁾Ps)'mMt 01 the ;eta/nap) NIIT WORK THIS ESTIMATlii: Less: Prevloua Pa)'ment.: LESS: 00", Do, and Coonect.on u..':'.... v.!th Drolnogo Impnmmonll (South Segment)00 .,'. 􀀨􀁾􀀾􀀧􀀻􀂧􀀩rg es11MATE NO.; 47_ '. PERJOD FROM; 10/01II1II 􀁾􀁾􀀠􀀧􀁾􀁾􀀠􀁾􀀠PERJODTO: 10131195 􀁾􀀠 FROM: TO: JOIINO: DE$CR+PTION; ESllMATE NO.: PElUOO FROM: PEIUODTC: TOTAL WORK PERI'ORMEO TO DATE: TOTAL MATERlALS ON HANO LeSS: 10\)4 R&talnage: NET WORK THIS ESTIMATE: LESS: Previous Payments: LESS: Other OcduetiOM (IIiM Iilltached wet for backup) NET DUE THIS ESllMATE: $1.965.llaZ.21 $0.00 $lsa.5H.22 $1,769,383.99 $1,598,842.34 $0.00 $200.541.6. 9842AOOSN ConstructWMitTuiway and Connocto,. with O",ln. Im_menlll (South SogI11OOl) 47#0006 10101198 10131198 1\ /6'1/<:" Il-(lJ..-'1V FROM: JeBNO: DESCRJPTLOH: TO: ES'I1MATE NO.: PElIIOD FROM: PElIIODTO: FROM: H. B. ZaehryCompany JOB NO: IIa42 AllOSli P.O. Box 1004 􀁄􀁅􀁓􀁃􀁒􀁩􀁐􀁔􀁬􀁏􀁎􀁾􀀠Co_WulToxiwar .ndCon_ AddIIilQn. TX 75001·1004 _ DrIlInagolmptOVO""''''' (SouUl $egmon!) TO: (clo URS Greiner) TOTAl. WORK 􀁐􀁾􀁒􀁆􀁏􀁒􀁍􀁅􀁃TO CATE: TOTAl.MATERIAl.S ON HANC LESS: 10'11> Rolalnago: NET WORK THIS ESTIMATE: leSS: PrevIous Payrnenl$; U!SS: Other Deduetklns (tiOlI5 attached shoct for backup) NET CUE THIS ESTlNATE: $2,119,540,66 $0,00 $211,954,07 $1,907,11/16.69 $1,769,383.99 $0,00 􀀤􀀱􀀳􀁥􀀬􀁾􀀰􀀲􀀬􀁥􀁯􀀠esTlNAlE NO,: PERIOC FROM: PERIOCTO: /2-1 ';'-"is:. _________________________ _ famnisoN Public Works I Engineering 16801 W",tgrove. P.O. Box 144 Addison, Texa, 75001 Telephone: (214) 450-2871 • Fax: (214) 931-6643 DATE 12-2./JOB NO. ATTENTION RE: GENTLEMAN: 􀁾􀁁􀀠WE ARE SENDING YOU ,P('ttached o Under separate cover via ______ the following items: o Shop Drawings o Copy of letter 0 Prints o Change order o Plans 0 Samples 0 Specifications 0 _________________________ DESCRIPTIONNO.COPIES DATE /THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted Ll Resubmit ____copies for approval *oryour use 0 Approved as noted oSubmit copies for distribution o As requested 0 Returned for corrections o Return corrected prints o For review and comrnent 0 o FOR BIDS DUE __________ o PRINTS RETURNED AFTER LOAN TO US REMARKS 􀁟􀁾􀁾􀀽􀁾􀀮􀁟􀁾􀀫􀀽􀀭􀁾􀀽􀀭􀀭􀀡􀀬􀀬􀀿􀁴􀁬􀀯􀁉􀀮􀀮􀁦􀀽􀀠􀀭􀀽􀀭􀀭􀁴􀁰􀁲􀁰􀀺􀀮􀀺􀀮􀀺􀀮􀁾􀀺􀀮􀀮􀀡􀀮􀀮􀀮􀀡􀀺􀁴􀁦􀁪􀀢􀀭􀀬􀁾􀀬􀀬􀀭. 􀀮􀀮􀀮􀀡􀁯􀀺􀁜􀀭􀀧􀀽􀀽􀁾􀀴􀀡􀁁􀀭􀀭􀁌􀁾􀁾􀂷􀀠􀁾􀁾􀀠COpyTO ________________ Ifenclosures are not as noted, pleas _ no- I􀁾􀀻􀀪􀀠Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET· AUSTIN, TEXAS 78701-2483 • 5121416-4500 • FAX 5121416-4510 December 14, 1998 Mr. John Baumgartner, P .E. Director ofPublic Works, Town ofAddison P.O. Box 9010 TxDOT Number: 9842ADDSN Addison, Texas 75001-9010 Addison Airport Dear Mr. Baumgartner: To close the federal grant for your airport project please submit the following: + Final payment or reimbursement request + As-Built Plans + Exhibit A, Property Map, if changed from the current property map on file with the Aviation Division, TxDOT. + Sponsor Certification for Construction Final Acceptance + Report ofDBE Goal Accomplishments (DOT Form 4630) + Report ofCertified DBE Contractors Used on FAA Assisted Contracts. Enclosed are copies of the last three forms. Ifyou have questions concerning the closeout, please contact me at 1-800-687-4568. Sincerely, Kathy Griffin Grant Manager cc: Bruce Ehly TexSchmidt An Equal Opportunity Employer SPONSOR CERTIFICATION FOR CONSTRUCTION PROJEer FINAL ACCEPTANCE SponsorsNwme: ________________________________________________________ 􀁾􀁯􀁲􀁴􀀺􀀠_____________________ Project Number:_______________ _________ Project Description: _____________________________________________________ Section 509(d) ofthe 􀁾􀁲􀁴and Airway Improvement Act of 1982, as wmended (herein called the Act), authorizes the SecretlU}' to require certification from sponsors that they will comply with statutory and administrative requirements. The following list ofcertified items includes major requirements for this aspect ofproject implementation. However, the list is not comprehensive, nor does it relieve sponsors from fully complying with all applicable statutory and administrative standards. Every certified item must be marked. Each certified item with a "no" response must be fully explained in an attachment to this certification.. Ifthe item is not applicable to this project, mark the item "N/A." General requirements for final acceptance and close-out ofFederally funded construction projects are in 49 CFR 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the Grant Agreement and contract documents. Indicate N/A ifthis entire section is not applicable to the grant. 1. The personnel engaged in project administration, eniineering supervision, and construction inspection and testing (were) determined to be qualified and competent to perform the work. Yes ____No __N/A __ 2. Daily construction records (were) kept by the resident engineer/construction inspector. These records document work in progress, quality and quantity of materials delivered, test locations and results, instructions provided the contractor, weather, equipment use, labor requiremepts; .safety problems, and changes required. . Yes __No __N/A __ 3. Weekly payroll records and statements ofcompliance (were) submitted by the prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-6 and 150/5100-15). Yes __No __N/A __ ASW·610: Grant Certifieations 6/5/96 Page 1 of 3 4. Complaints regarding the mandated Federal provisions set forth in the contract documents (have been) submitted toFAA. Yes __No __N/A __ 5. All tests specified in the plans and specifications (were) performed and the test results documented. A summary oftest results (has been) available to FAA. Yes __No __N/A __ 6. For any test results outside allowable tolerances, appropriate corrective actions (were) taken. Yes __No __N/A __ 7. Payments to the contractor (were) made in compliance with contract provisions and verified by the sponsor's internal audit ofcontract records kept by the resident engineer. Ifappropriate, pay reduction factors required by the specifications (were) applied in computing final payments and a summary ofpay reductions (has been) available to FAA. Yes __No __N1A __ 8. The project was accomplished without significant deviations, changes, or modifications from the approved plans and specifications, except where approvlll was obtained from FAA. Yes __No __N/A __ 9. A final project inspection was conducted with representatives ofthe sponsor and the contractor. Project files contain documentation ofthe final inspection. Yes __No __N/A __ 10. Work in the Grant Agreement was physically completed and corrective acti:Oiis required as a result of the final inspection were completed to the satisfaction ofthe sponsor. . Yes __No __N/A __ 11. Ifrequested, the as-built plans and an equipment inventory, ifapplicable, have been submitted to FAA. Yes __No __N/A __ A revised airport layout plan was made available to FAA. Yes __No __N/A __ ASW-610: Gmnt Certifications 6/5/96 Page 2 of 3 12. Applicable close-out financial reports have been submitted to FAA Yes __No __N/A __ I certify that, for the project identified herein, the responses to the forgoing items are correct as marked, and that the attachments, ifany, are correct and complete. Signed: ______----,----,----,,--.,.-___-:--_____ Dated: ________ Sponsor's Authorized Representative Typed Name and Title of Sponsor's Representative , ..-' ASW-610: Grant Certifications 6/5/96 Page 3 of 3 REPORT OF DBB GOAL ACCOMPLISHMENTS · . I. Name ofSponsor: 2. Name of Alrport: 3. Name ofPrepater: ____----;;:-____-:--;-_ Telephone No. 4. Goal Period.: From: ___ To: 5. Approved Overall DBB Goal --_% 6. AlP Project No.(s) (a) Number (b) $ Value 7. Total Prime Contracts Awarded to all Contractors.................... _____ 8. Total Prime Contracts Awarded to DBE·s..................... ........... 9..Total Subcontracts Awarded to DBE's by non-DBB Prime Contractors ............................... , .................................................... _____ 10. Total Prime and Subcontracts Awarded to DBB's (sum of Item 8and 9)................................................................................. _____ ll. 1O(b) divided by 7(b) = % =ad.ual DBE Participation. 12. DBE Prime and Subcontract Awards by Type of Work: Number SValue Women Total DBE Women Total DBE a. Professional/Consultant Services (1) Engineering ............................ ___ (2) Arcbitectutal ........................... ___ (3) Consultants............................. ___ (4) Testing ................................. .. (5) Other...................................... ___ b. Construction (1) GradiIJglDrainage................... ___ (2) Paving .................................. .. (3) StructureslBulldings ............. .. (4) Landscaping .......................... . (5) ElectricaL. ............................ . (6) Trucking................................. ___ (7) Painting................................. . (8) Fencing................................... ___ (9) Other..................................... . c. Supplies (1) ElectricaL ............................. . (2) Other...................................... ___ d Equipment (1) Leasing............ ....................... ___ --"􀀮􀁾􀀼􀁾􀀠---(2) Purchasing .............................. ___ TOTAL.................................................... ___ \. 13. DBE Prime and Subcontract Awards by disadvantaged Group: Number $ Value Black Americans........................................ : ... Hispanic Americans...................................... . Native Americans................ ........................... ______ Asian-Indian Americans................................. ______ Asian-Pacific Americans............................... . Women (that are not included above)............. Other disadvantaged....................................... ______ Total DBR..................................................... ___􀁾􀁟􀀠 '!'he Public 􀁾burden forthis colloc:tiOll ofinfcnnallon is csWnaIed to ......g. one bour per response. 1f)"U wisb to comment on the _rooy ofthe _onnalceJUB&vs 11) ,±t, Dta 1 n􀁾e ,{ fro 􀁰􀁴􀁯􀁖􀁥􀁾􀁮􀀭􀁢􀀠' TOWN Of AOUI:IDN FINANe ORIGINAL TO ACCOUNTINGNELLOW FOR DEPARTMENT FILE FROM: H. B. Zachry Company JOB NO: i842ADDSN P.O. Box 1004 DESCRIPTtoN: Con.truct Wilt Taxt.wy lind ConnectDra Addison. TX'75001·10G4 ¥11th Drainage 'mpnwementa (South Segment) ESTIMATE NO.: 4744-0005 PERIOD FROM: OVlOllV8 PERIOD TO: ovlJCWe TO: 􀁙􀁾􀁬􀀧􀀺􀀢􀀠 2 P-10+5.2 􀁃􀁏􀁎􀁃􀁒􀁾􀁔􀁉􀀡􀀮􀀠PAveMENT REMOVAl SY 1740.00 4.96 $15 630.40 1893,5 3 p..152--4.1 UNClASSJPIED EXCAVATION CY 23,100.00 11.00 $254100.00 18225 17 36 37 38 39 "D ,-1; fp: SUBBASE COURSE CY 280.00 71.16 $19,924.SO 0 LIMl! TREATED SUBGRADE SV 18500.00 2.56 $47360.00 1S6a4.42 LIMe TON 415.00 138.61 S57.523.15 355.215 SO.oO CRUSHED AGGReGATE BASE COURSE CY 3,100.00 􀀴􀀷􀀮􀁾􀀠$145.948.00 2623.74 92 $4,331.36 PLAce: CONCRETE PAVING SY 235.00 73.23 $17.209.05 25B (BASE COURS-E TON B35.oo lS.15 (""S"UBBASf COURSE TON 630.00 34.80 .." I,"""t, )( SUR,..Ace COURSE TON 545.00 36.M $20.099, :1 PAVEMENT SY 500.00 1,27 $635.00 7.04 1.745. $353....... !NTCONC5RETE PAVEMENT 10---T SYI 16,700,00 30,32 $506,344.00 546B $165,7B9.76 9473 􀁾PORTLAND 􀁃􀁾􀁍􀁗􀁔􀁔CONCRETE PAVEMENT 8· SY 1780.00 29.06 $51 726.80 731 $21242.861 1414 S41.090·04 1 2145 1 $62,333.70 I BITUMINOUS PRIMe COAT ...).OAL...j. 440.0'!). 1.50....). S66O.00...). 􀁾􀀠SO.Q()....). 􀀱􀀶􀁾􀀠S244.50 ,.3 􀁓􀀲􀀴􀀴􀀮􀁾􀀠S4S3,011.12 I BITUMINOUS TACK CO}! I RUNWAYANDTlVVf & REINSTALL EXIST GUIDANCE SIGN RD PARTY INSURANce L..a24C.B 5KV CABLe: INSl 63.06 .00 .,00 . 5,45 6.51:... .. '5. ".""" 1.095 1$.871 1.581 $8,321.61 94.14 78.22 '.581.2' 275 273.. .., S88 S9.849. 130 $6.56B. o SO. 80 S8321. BO 􀀤􀀸􀀮􀀳􀀲􀀱􀀮􀀶􀁾􀀠36 "0 $0.1 54.1 $0.1 50.00 2445 I 51 2390 29 SO.oO '.00 .00 .00 2' 51 􀀵􀀱􀁾􀀠65 0' 0' 0' 0' 0' 0' $Q.i ,." "I' .0.2 6,S68.! 􀁾􀀠$8.321.1 .-'.$0 $1S4: SI0.918. ----= '.00 '.00 '.00 '.00 '8 AWG DARe: CO/C,f.{lNSTAL.LEO 􀁁􀁂􀁾􀁕􀁃􀁔􀀠LfI' 5000.00 0.71 $3 550.00 0 $0.00 $0.00 $0.00 lNe·WAY EleCTRICAL DUCT· TYpe A IF 4440.00 10.00 $44400.00 0 $0.00 $0.00 $0.00 􀁾􀁥􀁉􀁎􀁓􀁔􀁁􀁌􀁌exiST MlTl F'ilffiJRE eA 10.00 743.08 $7.430.80 0 $0.00 $0.00 SO.OO FROM: TO: H. B. ZJlchry Company P.O. BOI< 1004 Addl..., TX·75001·1OO4 TOTAl. WORK Pl5RPOf!M!D TO DAT!: TOTAl.MATeRlAl.ll ON IWlD LESS: 10')10 RoiamOIlO: Nl!T WORK THIS eSTIMATE: Less: Ptovl.... Payrnonto: I.I!SS: other 004._.(... 0_0<1 ....tlo' boelolp) NET DUE THIS ESllMATE: $1.143,151.15 $0.00 i114;m;82 $1,seS,I!42.34 $1,160,1114.18 $0.00 $401,928.18 , JOB NO: 9842ACOSN DUCI\IPTWN! _ctW..tTaxlway ..4__ c..Inage ""_nla(SoIllh 􀁾􀀠ESllMATE No.: PElliOD FROM: PElliODTO: Ir.lnlr Ino. /1-"/• Date' ,rycompany (t., 􀁾􀀠􀁾􀀨􀀩􀀮􀁜􀀧􀁌􀀮􀀠.J:1..o7(o.'i' 'Dote:'. _ !;_ <.I 0.-1" Elv: .,.., 􀂷􀁄􀁏􀀮􀁴􀀮􀁾􀀠rI; 􀁾􀀧􀀱􀁾􀀠;:: fr'1!f! $!i 􀁾􀁃􀀠􀀬􀁾􀀠􀁾􀀠$..;fIJ;;;. '" 􀁾􀀠;:::.tfffl 􀁾􀀠􀁏􀁾􀀠 􀁾􀁾􀀸􀀠􀁾􀁔􀀠􀁾􀀿􀀢􀀮􀀠 TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE _,_I_I Cj I Cf 8 CLAIM# ____ CHECK AMOUNT $ ,),'1. 001 q ! 00 Vendor No. Vendor Name Address Address Address Zip Code lie\55 OBJ PROJ o AMOUNT , TOWN OF AOIJ150N SIGNATURE ACCOUNTING ORIGINAL TO ACCOUNTINGlYELLOW FOR DEPARTMENT FILE • Greiner. Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth, Tex •• 761 55 (B 171 545·0B91Greiner FAX: IB 17) 545·0534 .. OCTOBER lO¥ 1999 INVOICE NO. 6428' PROJECT 􀁎􀁏􀁾􀀠£7-08024.80 TOWN OF ADDIsON ATI'N; JAMBS C. PIERCE t 􀁊􀁒􀀮􀁾􀁐􀀮􀁅•• DEE ASSISTANT CITY ENGINEER P.O. BOX 144 APDISON. Tx 􀀷􀁓􀀰􀀰􀀱􀁾􀀰􀀱􀀴􀀴􀀠 INVOICE NUMBER "I FOR: ADDISON AlP nST T.AXIllAY SOUTH DESIGN SliGMENT PROfESSIONJU. SERVICES POR Tlm PERIOD ENDING OCTOBER 23. 1999 NDV 1 0 1998 pcr PREVIOUS ClllW!N'l' P!lASS FEll COMPI. BILLING BILLING"""""" 􀁾􀀭􀀭..--UPDATE &, RlWrEW FINAL PI. 111 :200.00 100.00 11,200.00 11,,200.00 CONS'TllUC'l"ION PHASE SERV 4 43,"100.00 70.00 􀀳􀀰􀁾􀁓􀀡􀁈􀁌􀁏􀁏􀀠271 094.00 3,496.00 RPR SVCS-ACCEPT TESTING 􀁬􀁬􀀱􀁴􀁓􀁓􀁏􀁾􀁏􀁏􀀠77.00 90,513.50 6,,003.50 23,510.00 TOTALS 17:2.450.00 132,303.50 105.297.50 21.006,00 TOTAL 􀁾􀁉􀁓􀀠INVOICE $ ....--_......----CERTIFIED TRUE ANn CORRECT. PAYMENT NOT PREVIOUSLY 􀁕􀁃􀁅􀁉􀁖􀁬􀁉􀁄􀁾􀀠GRBIN' ER., 􀁉􀁎􀁃􀁾􀀠vas GREINER, INC. 4100 AMON CARTER 2LVD., stn:TE 108 FORT WORTH, '1'X 'US! November 3 , 1998 To: John Baumgartner Addison, Director ofPublic Works From: Kathy Griffin Grant Manager Enclosed for your records is a copy ofthe approved payment request form. The direct deposit payment should be completed within the week. Ifyou have questions please call me at (512) 4164522. TEXAS DEPARTMENT OF TRANSPORTAnON· DMSION OF AVIAnON Grant Payment Request form (Refiever Airports) IAT"rAf'UCOPY OF INVOICES TO THIS REQUEST CERTIFICAnON OF SPONSOR I, John R. Baumgartner. do hereby certify that 1 am Director of Public Works, and that I a m duly authorized to make this certification for and on behalf of the Town of Addison. I further certify that the attached invoice is correct and that it corresponds In every particular with the suppOes and/or services contracted for. I further certify that the account is true, correct and unpaid':i . 􀁾􀀠􀁾􀁇􀁎􀁁􀁔􀁕􀁒� �􀁾􀀠/0·31-'8 TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO CLAIM# ____DATE /D 1---+-1 q6 CHECK AMOUNT $ jlS,} 440. 5'4 Vendor No. Vendor Name H-B l Q [btl I c.o. Address I Address 􀁁􀀭􀁾􀁤􀀬􀁳􀁯􀁱􀀠Address Zip Code 75001-1004 OBJ PROJ SAC AMOUNT TOTAL L..=L!s4....L::/:!.LUl.:jJ EXPLANATION Vis±-side. 􀁊􀁏􀁊􀁌􀁩􀀬􀀬􀀩􀁡􀁾􀀴􀀭􀁃􀁯􀁮􀁮􀁥􀁣􀁴􀀧􀁑􀁲􀀵􀀠!dj;±h" Dta;oJ13u lh1 PtriYP.IYlY h b'-ACCOUNTING ORIGINAL TO ACCOUNTINGlYELLOW FOR DEPARTMENT FILE 􀁾􀁾􀀬􀁾FROM: 􀀡􀀺􀀡􀀢􀀮􀁾􀀮􀁾􀀭􀀱􀁙􀁟􀁃􀁏􀁭􀁉􀀡􀀡􀀡􀀡􀀧􀁌__.___.__.____ JOB NO: 9842 ADDSN P.O. Box 1004 􀁏􀁅􀁓􀁃􀁁􀀮􀁬􀁰􀁮􀁏􀁎􀁾􀀠Construct west TaxIWay and Connectors 􀁁􀁤􀁩􀁬􀁩􀁩􀁩􀁏􀁩􀁜􀁮􀁃􀁩􀁾� �􀁯􀁦􀀮􀁬􀀰􀀰􀀴􀀠􀁟􀁾􀀠.. -----... --wllJ1 Drainage Improvement. (Soulh Segmel1l)􀁾􀁾􀂩--􀀧􀁴􀀾􀁾􀀪􀀠 􀁾􀀧􀁖􀀧􀁜􀀠\.TO: ESTIMATE NO.:... 􀀬􀀮􀀮􀁾􀀬􀀬􀁜􀀬􀁜􀀧􀀢􀀠PERIOD FROM: PERIOD TO: 1 "1, , FROM: H. B. Zachry Company JOB NO: 9842 ADDSN P.O. B..􀀻􀁉􀁬􀁃􀀷􀁾􀀹􀀮􀁾􀂷􀀡􀀺􀀮􀀱􀁾􀁾􀀮􀀠wlill Dn>lnogelm.on:>_Is (Soulll SegmonQ TO: Town of Addison (cloURS Greiner) ESTIMATE NO.: 􀀡􀁬􀀴􀁤􀁾􀁩􀂣􀁪􀁮􀁡􀀧􀀱􀁦􀀡􀁩􀀬􀁂􀁵􀁬􀁩􀁤􀁉􀁏􀁧􀀺􀀢􀁾􀀧􀁾􀀺,._' PERIOD FROM: 5350 BoIUl.. IW. PERIOD TO: 􀁍􀁬􀁪􀁦􀁳􀁩􀁩􀀨􀁬􀀬􀀭􀀺􀀺 􀀱􀀧􀀿􀁕􀁾􀁾􀁾􀀭􀀺􀀧􀀺􀀺􀀧􀀺􀀧􀁾􀀭􀀺􀀺􀁾􀁾􀀢􀀠... '," 􀀧􀁾􀀺􀀮􀀺􀁾􀁾􀁾􀀠TOTAL WORK PERFORMED TO DATE: .$1,289.904.63 TOTAL MATERIAlS ON HAND $0.00 LESS: 10% ROIaInage: ..... 􀁬􀁦􀁾􀀮􀀡􀀡􀀡􀁾􀁩􀁬􀁬􀁛� �NET WORK THIS ESTIMATE: $1.160.914,16 LESS: Pre\'lou. Payments: $947.473,32 LESS: Ollle, Dndudlone (see alla_sheel for backup) ._..........􀀤􀁾􀀡􀀹􀀮􀀠HET our; THIS ESTIMATE: .. ,'__ 􀀡􀁩􀀻􀁬􀂥􀁾􀁪􀁬....!!.i. f"W:s. 􀁪􀁃􀀮􀀱􀁾/I. "f/..'1/'tl DATEJ.lL1 1 I qflj Vendor No. Vendor Name Address Address Address TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO CLAIM# ____ CHECK AMOUNT $ 414, 5ecr co 4\00 Amon c.cu-te t= &Vcl'J Suite; \Q0 Fort Wurth Zip Code 7&'165 OBJ PROJ AMOUNT 00 􀁅􀁘􀁾􀁌􀁁􀁎􀁁􀁔􀁉􀁏􀁎􀀠􀁮􀀭􀁏􀀦􀁓􀁓􀁉􀀻􀀧􀁾􀁣􀀡􀀠t 􀁥􀁮􀁪􀀡􀀧􀁮􀁥􀁥􀁊􀁾􀁊􀀧􀁶􀀺􀁪􀀠􀁾􀁥􀀮􀁴􀁖􀂷􀁬􀁲􀁥􀀢􀀬􀀠-f,y il,ddrson OH:P0i:± 􀁷􀁾􀁳􀁴􀀠W¥'W/Ilil ,§Qu,m deSfEJO 􀁓􀁾􀁉􀁔􀀡􀁦􀁮􀁴􀀺􀀺􀀠TOWN Of AOOI:)ON ACCOUNTING FINANCE ORIGINAL TO ACCOUNTlNGfYELLOW FOR DEPARTMENT FILE Greiner. Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth, Texas 76165 (817) 646-0891Greiner FAX: (817) 645·0634 SBPTEHSBR 28, 1"0 INVOICB NQ: 64257 PROJECT NO. E7-08024.80 TOWN OF ADDISON ATTH: JAMES C. PIERCE, JR.,P.E •• DEE ASSISTANT CITY ENGINEER P.O. BOX 144 ,ADDISON. TX 750(ll-0U,4 INVOICE NUMBER 6: roRt ADDISON A/P UST TAXIWAY SOU'l'K DESIGN SEGMENT 􀁐􀁒􀁏􀁖􀁅􀁓􀁓􀁉􀁏􀁎� �􀀠SERVICES FOR THE PBRIOD ENDING AUGUST 28, 199B FEE PCT PREVIOUS etmR.l!NT pHASE FEE COMPL """""'0 SIt.t.ING eut.n*G ___ w ......"',. UPDATS & REVIEW FINAL '11.0 􀀱􀁬􀁾􀀲􀀰􀀰􀀮􀀰􀀰􀀠100.00 111 200.00 11.20'0.00 CONSTRUCTION PHASE Beav. ·U,700.00 612.00 27,094.00 21,850.00 5.244.00 RPR SVCS-ACCBPT TESTING 117,550.0Q 57.00 67.003.50 31,'138.50 JS.:U5.00 TOTALS 172,450,00 105,297.50 64.788.50 40.509.00 TOTAL. TIltS INVOICE $ 40.509.00 CERTIFIED TRW AND CORRECT. PAYMlmT NOT PREVIOUSLY IUtCEtVEV. GREINER. INC. PLEASE R.EMIT TO I UR.S GREINER, INC. 4100 AMON CARTER BLVD •• SUITE lOa: FORT WOR.TH, TX 76155 f. E. OCT 121998 TOWN Of AODISON AODISON ACCOUNTING October 6, 1998 To: John Baumgartner Addison, Director ofPublic Works From: Kathy Griffin Grant Manager Enclosed for your records is a copy ofthe approved payment request form. The direct deposit payment should be completed within the week. Ifyou have questions please call me at (512) 416-4522. TEXAS DEPARTMENT OF TRANSPORTATION· DIVISION OF AVIATION Grant Payment Request form (Reliever Airports) .tt.T1r.tt.r,,", COPY OF INVOICES TO THIS REQUEST Il'c:OT'"''''A􀀢􀀧􀀨􀀧􀁉􀁾􀁉􀀠OF SPONSOR I, John R. Baumgartner, do hereby certify that I am Director of Public Works, and that I am duly authorized to make lhis certification for and on behalf of the Town of Addison. I further certify that the attached limloic:e is correct and that it corresponds in every particular with the suppli s and/or services contra ted for. I further certify that the account is true, correct and unpaid. August 13, 1998 To: John Baumgartner Addison, Director ofPublic Works From: Kathy Griffin Grant Manager Could you please have your finance office modify their form and put the"1" in front ofthe Texas Payee Identification Number so we will not have to write this in every pay request. Enclosed for your records is a copy ofthe approved payment request form. TEXAS DEPARTMENT OF TRANSPORTATION -DIVISION OF AVIATION Grant Payment Request form (Reliever Airports) ATTACH COpy OF INVOICES TO THIS REQUEST CERTIFICATION OF SPONSOR I, John R. Baumgartner, do hereby certify that I am Director of Public Works, and that I am duly authorized to make this certification for and on behalf of the Town of Addison. I further certifythatthe attached invoice is correct and that it corresponds in every particular with the supplies and/or se • ces contracted for. I further certify that the account is true, correct and unpaid. TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE 7 I -, I CfB CLAIM # _____ CHECK AMOUNT $ .;<5, <135, SO J Vendor No. Vendor Name Address Address Address TA Zip Code 7& I 'J I:::, JUL 13 1998 􀁾􀁾􀀠FINANCE 􀁾􀀠ORIGINAL TO ACCOUNTINGIYELLOW FOR DEPARTMENT FILE Greiner. Inc. 4100 Amon Carter Blvd .. Suite 108 Fort Worth. Texas 76155 1817) 545·0891Greiner FAX: (817) 545·0534 􀀭􀀮􀁾􀁾􀀭...-------------------------JUNE 16, 19'9 INVOICE NO. 641$5 PROJECT NO. E7-0a024.S0 TOWN OF ADDISON ATIN: JAMES C. PIERCE, JR.,P.E.,DEE ASSISTANT CITY ENGINEER P.O. BOX 144 ADDISON, TX 75001-0144 INVOICE NUMBER 0{ FOR: ADDISON AlP WEST TAXIWAY SOUTH DESIGN SEGMENT PROFESSIONAL SERVICES FOR taE PERIOD ENDING MAY 29, 1996 FEE PCT PREVIOUS CURRENT PIiASE FEE OOMPL E)\RNED BlI-LING BILLING --------UPDATE & REVIEW FINAL PL 11,200.00 100.00 11,200,00 11,200.00 CONSTRUCTION PHASE SERVo 43,700.00 30.00 13,110.00 4,807,00 8,303.00 RPR 􀁓􀁖􀁃􀁓􀁾􀁁􀁃􀁃􀁅􀁐􀁔􀀠TESTING 117,550.00 1$.(}0 17,632.50 17.G32.50 TOTALS 172.450.00 41,942.50 16,001.00 25,:935.50 TOTAL THIS PROJ£CT $ 25,935.50 CERTIFIED TRUE AND CORRECT. PAYMENT NOT PREVIOUSLY RECEIVED. GREINER, I»C. JUL 13 1998 􀁔􀁏􀂥􀀾􀀯􀁊􀁜􀁾􀀠elf A;;:'YU;50N ACCOl.!i\l,-j,'m TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO CLAIM# ____ CHECK AMOUNT $417,334.(vE:, Vendor No. HB :rac hn1 fo. Vendor Name PO. (70)(, 1004 Address Addisoo Address Tx Address {SeQ /-1004· Zip Code TOTAL 􀁴􀀭􀀺􀀮􀀮􀀮􀁊􀁩􀀭􀀡􀀭􀀭􀁊􀀮􀁾􀁣􀀮􀀮􀀮􀀮􀀡􀀮􀀮􀀡􀀮􀁬􀀼􀀽􀀠EXPLANATION Wesi.ilde.> 􀀭􀁲􀀻􀀬􀁸􀁩􀁵􀀾􀁏􀀮􀀭􀁾􀀠4-Conhec-tVV6 11)\'+11 Dv- 􀁴􀀢􀀢􀁾􀀬􀁟􀀬􀁾􀀻􀀮􀀬􀀺..,:,.« 􀁴􀀢􀀢􀀼􀁾􀀠,J',"'-' .r, ORIGINAL TO ACCOUNTINGIYELLOW FOR DEPARTMENT FILE 􀀨􀀰􀁾􀀠􀁣􀀬􀀮􀁾􀀧􀁜􀁗􀀠􀀯􀀬􀀺􀁾􀀬􀁜􀁾􀁾􀀨􀁻􀀻􀁾􀁕􀁜􀁾􀁡􀁉􀁉􀁄􀀠 􀀾􀁒􀀰􀁾􀀠QO"'>. FROM: H. 8. Zoch!y_""",pany JOB NO: 9842 ADDSN /,?, 􀁾􀀠􀁾􀀮1(:> P.o. Box 1004 JUL 1419913 0.......10.: eo"",,,,, West T"" ..... 􀁾􀁾􀀭􀁲􀁦􀁬􀁉􀁯􀀠9'0􀁾􀀰􀀠 'Adiii,iin,rX75001-i'ii04 with Drainage Improve 􀁴􀁬􀁴􀀢􀀮􀀮􀀱􀁓􀀮􀁵􀁴􀁾􀀮􀁮􀁬􀁬􀀠"?'..§-" 􀁾􀀠'S ,,'-{ 􀁾􀀠TO: GREINER. INC. ESTIMATE NO.: 4744-0002._ _">.V 0 ' Town 􀁏􀁌􀀢􀁉􀁤􀁤􀁬􀀢􀀧􀁮􀁾􀁟􀀺􀀨􀁥􀁊􀁾􀁏􀁾􀁕􀁾􀁒􀁓􀁾􀁇􀁾􀁲􀁯􀁾􀁬􀁮􀁯􀁾􀁏􀁾􀀽􀀽􀀽􀀽􀀽􀀠PaooD FROM: __􀁑􀁉􀁬􀀡􀀹􀁾􀀡􀀡􀁬􀀡􀁴􀀮􀀺􀀢\􀁾re,􀁴􀀮􀀹􀁤􀁬􀁾􀀠􀁾􀁬􀁮􀁾􀁛􀁉􀀮􀁾􀀮􀀠Bui lding 5350 Bolli ... Rd. FORT WORTH, TEXAS PERIOD TO: 06130198 ",0 ,,<," Addison. Tx 75240 FROM: 􀁾􀀮􀁂􀀮􀁾􀁾􀁾􀀬􀁃􀁯􀁭􀁰􀀮􀁾􀁮􀁾􀁹__________________ JOB NO: 9642 ADOSN D.CCItIPT.tDN: Construct W. Taxiway and CoMeaol'$ P.O. a... 1004 ':TIi2!======== wtth Onlllo:Elg. tmprovemem.s (South Segment)􀁁􀀨􀁪􀁤􀁬􀁩􀁯􀁮􀁾􀀺􀁊􀁾􀁾􀀺􀀧􀁔􀁏􀁏􀀴􀀠TO; 􀀮􀁬􀁾􀁾􀁴􀁾􀁾􀀱􀀮􀁾􀁉􀁾􀁮􀀠(c:J.oJJ"R"S"a"r"ol"n"'.r)'L.__________ ESTIMATE NO.: 4744-0002 PERIOD FROM: --Oiiioiia.'􀁴􀀮􀁟􀁾􀀧􀀡􀀮􀁦􀀡􀁾􀁟� �􀁲􀀭􀀢􀁥􀀮􀀺􀁾􀁂􀀻􀀢􀀺􀁉􀁉􀁤􀀺􀁬􀁮􀁾􀁧􀀺􀀺􀀺􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀠--OOi3Ol9&5350 Belllne Rd. PERIOD TO:Add!>on, TX 75240 TOTAL WORK PERFORMED TO DATE: $S75,S10.n TOTAL MATERIALS ON HAND $0.00 LESS: 5% Retainage: ="$33.175.V"t NET WORK THIS ESTIMATE: $641,735.23 LESS: Prclvtous Payments; $164,400.55 LESS: Othar o.duction* ( .....chad .hHt for backup) $0.00 NET DUE THIS ESTIMATE: 􀁾􀁮􀀮􀀳􀀳􀀴􀀮􀁓􀀸􀀠􀀷􀁾􀀲􀀮􀀳􀀠, • WARRANT TRANSMITTAL CONTR/PROJECT#____􀀭􀀲􀀹􀁾􀀸􀁾􀀴􀁾􀀲􀁾􀁁􀁵􀁄􀁵􀁄􀁾􀁓􀁬􀁬􀁎􀀠TEXAS DEPARTMENT OF TRANSPORTATION THE PAYMENT REFERENCED ON THE 125 EAST 11TH STREET ATTACHED DOCUMENT WILL BE IN AUSTIN, TX 78701 YOUR BANK AS A DIRECT DEPOSIT AT THE END OF BUSINESS ON: ________ PLEASE CHECK ALL FIGURES AND NOTIFY US IMMEDIATELY OF ANY DISCREPANCY Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 ADDRESS ALL COMMUNICATIONS TO ADDRESS SHOWN ABOVE IITxdol-hq51ldata2lDATAlAVN\GROUPSID42GRA,'I'IIPAYMENTFORMS\Dir • .d SI 􀁾􀀠$8," T • _ $1 3000 $2,010.0"'-6 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀤􀁏� �􀁏􀁏􀂭--'-0 $"o.o( o o o 􀀱􀀱􀀭􀀵􀁾􀀴􀀧􀀠" o SO.i)'1$i[-so 􀁟􀀮􀁟􀀩􀁩􀁩􀁾􀀹􀁔􀀠􀁾􀀸􀀬􀀴􀀵􀀰􀀮􀀷$o.q $0.00 I $1 10.00 SO.00-l-0 I $0.00 I $0, ----􀁾􀀶􀀰􀀠􀁾􀁏􀁯􀀠1.00 574 296 419 1289 .74 $34.108.08 "$0.00 -1-fo,574 296 419 o-6 o n $'50,804. s34,lo8: 􀀤􀀶􀀰􀀮􀀸􀀢􀁾􀁾􀁾􀀠26.9 10.0 -so. 􀀮􀀭􀀤􀀶􀁾􀀭􀂭so. 1 1 ..1. f--}􀁾􀁪􀀭􀀭􀀭􀀭􀁾􀁾􀁩􀁌􀀭􀀱􀀱􀀰􀀮􀁾􀀭􀁽􀀽􀀠􀀬􀀡􀀺􀀺􀀿􀁾􀁣􀀠􀁑􀀮􀀮􀁾􀁾 􀀺􀁾􀀮􀀧􀁦􀁥􀁘􀁅􀁃􀁲􀁾􀁃􀁁􀁌􀀠Duel· 􀀡􀁹􀁾􀁅􀀠c· CONCRET Lt 􀁟􀁾􀀭􀀵􀀵􀀮􀀰􀀰􀀭􀁟􀂮􀀮􀀵􀀳􀁲􀀭􀀤􀀲􀀩􀀷􀀹􀀮􀀱􀁬􀁟􀁾􀀠$2)11 􀀭􀁾􀁾􀀭􀂭􀁴􀀺􀁾􀀭􀁾􀁾􀀺􀁾􀀭􀁽􀀭􀁾􀁥􀁾􀁾􀁅􀁾􀁾􀁾􀁦􀁆􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀢􀀧􀁾􀀺􀀧� �􀀭􀀭􀀭􀀭􀀭--􀀭􀀭􀁾􀁾􀂭􀀭􀀭􀁾􀁧􀀮􀁾􀁾􀀠􀁾􀁾􀀺􀀻􀁩􀁾􀀭􀀭􀀤􀀻􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀠--------􀀭􀀭􀁾􀁾􀂷􀀶􀁾􀀱􀀠-.-!---􀂷􀂷􀂷􀂷􀀭􀀭􀂷􀁩􀂷􀀶􀂷􀀺􀂷􀁾􀀭􀁾􀀠·--------ci\-.-_. 􀀭􀀭􀀭􀀤􀁯􀁾􀀶􀀰􀀠-33 . 􀁌􀀺􀀧􀀱􀀮􀀰􀁾􀁓􀀶􀀠􀀮􀁉􀁔􀁈􀁒􀁾􀁅􀁾􀁗􀁁􀁙􀁆􀁁􀁁􀀭􀀺􀀺􀁄􀁕􀁃􀁔􀀭􀀭􀀺􀀭􀁩􀁙􀁾􀁅􀀠"f'''--" -􀀽􀀧􀀺􀀺􀀭􀁉􀀮􀁾􀁆􀁟􀀠.__􀀭􀀩􀀰􀁾􀁯􀀶􀀠=-:1..04 􀁏􀁩􀁾􀀠. S'8,321 60' --:-:..-. ----ilooo, . BoL· 􀁾􀀸􀁾􀀳􀀲􀁔􀀶􀀰__􀁾􀁾􀀠__􀁾􀁩􀁩􀁔􀀭􀀭􀀽􀀭􀁾􀁦􀁦􀀲􀀱􀀺􀁓􀁏􀀠. 34_ .!:!10:§J_ 2: PVC ONE:WAY 􀁳􀁾􀀬􀁉􀁔􀁆􀁾􀁬􀀲􀁵􀁧􀁲􀀠IYPE_"G' ___j-LF __􀁾􀁑􀁯􀁯􀀠􀀱􀀸􀁟􀁾􀀷􀀠__ _S36740 __ •__ . ___ 1 __ SQO'p . '..... .$0-"_0. __. ___ 01_ __ $0,00 .35_ L.110':s,8_ SAND 􀁾􀀢􀀬􀁃􀁁􀁾􀁅􀀠􀁾􀁬􀁓􀁐􀁑􀁓􀁅􀁄􀁘􀁟􀁁􀁁.f.AB,E· 􀁔􀁙􀁐􀁅􀁾􀁦􀀺􀁬􀁾􀁂􀁌􀁾􀁟􀀧􀀭􀁉􀀽􀀺􀀠.209_0L _. 7.Z3j l ___ !1?46.0 __. ___ ._ _ .-.s.pcQ.O 􀁾􀀮􀁏L... 􀁟􀀮􀁾􀁾􀁾􀀶􀀰􀀮􀀠____.2D __􀀮􀀡􀀡􀁾􀀴􀀬􀀶􀀰. 36 L-110-5.9 INSTALL PRECAST HANDHOLE EAL 200 5.45846 S10,91692 $000 SO.OO 0 SO.OO 􀀺􀁲􀁦􀀮􀀧􀁬􀀱􀁛􀀧􀁛� �􀀺􀀺􀀺􀀬􀀢􀁯􀀥􀀧􀀬􀀧􀀬􀀺􀁊􀁩􀁩􀁾􀀮􀁬􀁬􀀻􀀧􀁩􀀺􀁴􀁣􀀧􀀱􀀺􀁧􀁾􀁾􀀢􀀢􀀬􀁾􀁲􀁵􀀧􀁬􀁬􀁦􀀠I ::: 􀀧􀁾􀁾􀀤􀀭􀀭􀁟􀀮􀁉􀁉􀀸􀁾􀁉􀁾􀂭=-._-􀀭􀀭􀀺􀁾􀁾􀁾􀁌􀀧􀀠􀀭􀁾􀀭􀀺􀀺􀀺􀀮􀀮􀀭􀀺􀀺􀁾􀁾􀁾􀀺􀁾􀁾􀁾􀁾􀁾􀀠􀀽􀀭􀁾􀀭􀂭􀁾� �􀂭􀀭􀁟􀀮􀁟􀁦􀁯􀁾􀁾􀀱􀀠f-++ 􀁾􀁹􀁟􀀫􀀬􀁣􀀭􀁬􀁽􀀻􀁾􀀻􀀻􀀠.􀁴􀀺􀁾􀁾􀀭􀁾􀁽􀁊􀁴􀁾􀁾􀁾􀁾􀁾􀁧􀀬􀁾􀀱􀁊􀁳􀁾􀁉􀂧􀁨􀁔􀁍􀁫􀁾􀁾􀁯􀀠􀁉􀁾􀀠-􀀶􀁾􀀠􀁾􀁾􀀠d}TIt 􀀭􀀽􀀭􀁾􀁾􀀨􀁾􀁾􀀠􀁾􀁟􀁾􀁟􀀠-􀀺􀀺􀀽􀀭􀂮􀁾􀀦􀁾􀀺􀀺􀁾􀀭􀀭 􀀭􀀭􀀧􀀭􀀺􀀺􀀺􀀭􀁊􀁾􀁾􀁾􀁾􀀠=__ 􀁾􀀠__=--=:go• .. 􀁌􀀭􀀱􀀮􀁾􀀵􀀭􀀵􀀮􀀴􀀠􀁟􀁫􀀸􀁾GlJiDl'NCEJlIGN Sg'EJ'!l!!!IQDU§"LSF 􀁾􀀠___3.00 􀀳􀀮􀀴􀁾􀁚􀀱􀀮􀀱􀀠__􀀮􀁊􀀱􀀰􀀬􀀴􀁾􀀱􀁾􀀳􀀠􀀤􀁏􀁾􀁏􀁑􀀠... $0.00 __. ___ o. ___._SO,OQ 􀀮􀀬􀁾􀀻􀀠􀀬􀀮􀀢􀁏􀀢􀀧􀁾􀀢􀀧􀀧􀀧􀀢􀀽􀀧􀀢􀀮􀀧􀀧􀀢􀀧􀀧􀀢􀁾􀀠fI '.00 '."" 􀀢􀀮􀁾􀀢􀀠00.00 . ,"00 .' 􀀺􀀭􀁌􀁾􀀭􀁬􀀺􀀠􀁴􀀺􀀡􀁴􀁾􀁾􀁦􀁩􀁾􀁴􀀻􀁾􀁾􀁾􀁾􀁊􀁾􀁊􀁦􀁰􀁾􀁾􀁾􀁾􀁾􀁧􀀡􀀡􀀻 􀁫􀀿􀁩􀁾􀁾􀀭tl 􀀭􀀭􀀭􀁾􀁴􀁬􀁾􀀠􀁭􀁴􀁾􀁲􀁾􀀭􀁾􀁩􀁾􀀱􀁩􀁾􀁴􀁾􀀠􀁾􀀽􀀭􀀱􀁾􀁾􀁈;==-__ 􀁾􀁾􀀭􀁟􀀺􀀭􀁾􀁩􀁾􀁾􀁾􀁾􀁾􀁟􀁾􀀺􀁾􀁾􀁾..􀁾􀁟􀀠􀀮􀁊􀁾􀁾􀁾􀀠1 46 SP 317-1 THIRD PARTY INSURANCE LS 1.00 0.00 SO.OO SO.OO SO.OO 0 SO.OO f-'3-1--'􀀭􀀧􀀺􀀱􀀰􀀧􀀸􀁾􀀵􀀭􀁾􀁾􀀭C8?4C.#.8, 􀁾􀁾􀀮􀁃􀁁􀁂􀁌􀀨􀀨􀁉􀁎􀁓􀁔􀁁􀁌􀁃􀁅􀁱􀂷􀁉􀀡􀁬􀁟􀁱􀀡􀀡􀁧􀁾􀁌􀀺􀀺􀀺􀂷􀀠_ LF . -5-700.00 --0-8-? =-:: 􀁾􀁩􀁾􀀹􀀺􀀰􀀰􀀠__== =-_ $0;02:'::-'''--: :::::.)iQQ 􀁟􀁾􀀺􀀭􀀮􀀭􀀭􀀮􀁐􀀮􀀠􀁾􀀺􀀺􀀺􀀺􀀠-:::Jil·gQ , 1 􀁾􀀠􀁾􀀠. Name) 􀀽􀀭􀁭􀁒􀁥􀀩􀀺􀀧􀁾􀀭􀀽􀀠tolef/-! H,B. Zachry Company 'Pro""". 􀁾􀀠ft;, /("L/'1fTitle) -(Date' -" ¥ fr'lm'.:. FROM: .H; t?:_ 􀁾􀁾􀁎􀁹􀁟􀀹􀁧􀁾􀁾􀁾􀁊__ ._______._____ J08 NO: .9842 ADDSN P.O. Box 1004 OESCRlPi10N: Construct West Taxiway and Connectors 􀁴􀀮􀁾􀁩􀁾􀁩􀀡􀁾􀀮􀁾􀂷􀁉􀁟􀁳􀁑􀀮􀁬􀀿􀀮􀁾􀁾􀁟􀁾􀁌􀁟􀀮________. with Drainage Improvements (South Segment) TO: Town of 􀁾􀀡􀁩􀀡􀀡􀁾􀁾{cJ..s;􀁟􀁾􀁟􀁒􀁓􀀠Gr"e"'n,,e"'r)'-______ ESTIMATE NO.: 4744-0001 􀁦􀁜􀁤􀁴􀀡􀁪􀁾􀁉􀁬􀀸􀀮􀁮􀁡􀁮􀁾􀀿􀁟􀁵􀁩􀁬􀁤􀁩􀁮􀁧____________ PERIOD FROM: --6510iii!ia5350 Bemine Rd. PERIOD TO: --0573'-198' AddisOn..􀁊􀁾􀁦􀀷􀀵􀀲􀀴􀁊􀀡􀁾􀀠SUPPLEMENTAL AGREEMENTS -----_._---_ .. ----_ ..__...__ . I ALT IITEM I ......... :1 . I I'PLAN' • '. UNIT. ! . <;ONTIjAc:r.::tIlEVIOUSIPREVlOUS j CURRENT I CURRENT 1QUANTITY I AMOUNT NO. :NO. '. 'SPEC NO.. DESCRIPTION .... UNIT QUANTiTY' . 'PRICE I AMOUNT·.. · QUANTITY "'AMOUNT QUANTITY. AMOUNT TO-DATE . TO·DATE $0.00$0.00 $0.00 $0.00 0-.--".",$0.00 0 $0.00$0.00 $0.00 SO.OD 0 io.oo$0.00 $0.00 "'.... An 0 $0.00$$0.00 􀀭􀀭􀀭􀁾􀁾􀀨􀀩􀁏• ........" SUPPLEMENTAL WORK TOTALS $0.00 $0.00 $0.00 $0.00 TOTAL WORK PERFORMED TO DATE: $173,053.21 TOTAL MATERIALS ON HAND __.. _ $0.00 􀀺􀀺􀁾􀁴􀀺􀁶􀀮􀁾􀁾􀁟􀁥􀀺􀀺􀀻􀁪􀁻􀁾􀀠􀀨􀁐􀁾􀀷􀀯􀀧􀀤􀁟􀀠LESS; 5% Retainage: NETWORK THIS ESTIMATE: $164,400.55 LESS: Previous Payments: $0.00 lESS: Other Deductions (see attached sheet for bacJ(up) _____$0.00 ( NET DUE THIS ESTIMATE: $1)1,1,400.55 Greiner, Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth, Texas 76155 (817) 545-0891Greiner FAX: (817) 545-0534 June 18, 1998 Mr. James Pierce, P.E. Assistant City Engineer Town of Addison PO Box 144 Addison, 'IX 75001 Re: West Taxiway and Connectors with Drainage Improvements Pay Request No.1 Dear Mr. Pierce: Enclosed for your review and processing are two copies of Pay Request No. I from H. B. Zachry, the Contractor for the above referenced project. Also included for your fiies is a copy of the Contractor's weekly payroll for each week in May, and a statement ofcompliance pertaining to wage rates and payment offul! weekly wages eamed. 􀁾􀀠Please let me know ifyou have any questions or ifI can be of further assistance. Sincerely, GREINER, INC. 􀁾􀁖􀀮􀀰􀁾􀀠Leslie Sagar, P.E. Project Manager enclosures 7 DATE 5 I B I qlQ Vendor No. Vendor Name Address Address Address TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO CLAIM # 91'1lt CHECK AMOUNT $ j,(0 ,;j ;< , D 0 '1S/J91 4100' Atrl(2n Ca ttf t: Alvei) 􀁾􀀩􀁷􀀺􀁊􀁥//08 [;d WOtth TX Zip Code 7/(2155 OBJ PROJ SAC, AMOUNT EXPLANATION ) 􀁡􀁥􀀵􀁾􀁱􀁮􀀠\l"1V I'"n' 1 -1 1998 --,: -. " -.'. " FINANCE ORIGINAL TO ACCOUNTINGlYELLOW FOR DEPARTMENT FILE Greiner. Inc. 4100 Amon Cartar Blvd., Suite 108 Fort Worth, Texas 761 55 (817) 545·0891Greiner FAX: (817) 545·0534 APRIL 24. 1998 INVOICE NO. 64114 PROJECT NO. 􀁅􀀱􀁾􀁯􀁡􀀰􀀲􀀴􀀮􀀸􀀰􀀠TOWN OF ADDISON ATTN: JAMES C, PIERCE, JR"P.E.,OEE ASSISTANT CITY ENGINEER P.O. BOX 144. ADDISON, TX 􀀷􀁓􀀰􀀰􀀱􀁾􀁏􀁬􀁾􀁾􀀠 INVOICE N'lJ'MBER :I FOR: ADDISON. AlP WEST TAXlKAY SOUTH DESIGN SEGMENT PROFESSIONAL SERVICSS FOR THE PERIOD ENDING MARCH 27, 1995 FEE PCT PREVIOUS CURRENT FEE CDMPL EARNED BILLING BILLING UPDATE' REVISW FINAL PL 11,200.00 100.00 11,200.00 11.20(LOO CONSTRUCTIOW PHASE SERVo 43,700.00 11. 00 4,807.00 2,185,00 2,622.00 RPR 􀁓􀁖􀁃􀁓􀁾􀁁􀁃􀁃􀁅􀁐􀁔􀀠TESTING 117,550.00 TOTALS 172,450.00 16,001,00 13,385.00 2,622.00 TOTAL THIS PROJECT ,$ ..""2........"'''''''..''''''''''''.. CERTIFIED TRUE AND CORRECT. PAYMENT NOT PREVIOUSLY RECEIVED. GREINER, INC. FINANCE DEPARTMENT 5350 Belt Line Road 􀁐􀁯􀁾􀁴􀀠Office Box 144 Addison, Texos 75001 July 8, 1998 Ms. Karen Wiedemann Grant Administrator TxDOT -Aviation Division 125 E, ll!h Street Austin, Texas 78701-2483 RE: TxDOT Contract No, 8XXFA040 Dear Ms, Wiedemann: Enclosed please find a payment request and supporting documentation for the West Side Taxiway Improvement project. The date ofthe request is July 2, 1998, The amount requested is $150,320.30, If you should have any questions concerning this payment application, please contact John Baumgartner, Addison Public Works Director at 972-450-2886, Sincerely,.,,. .vIh/c 􀀧􀁾􀁽􀁾􀀢􀀭􀀧􀀭􀀧􀁾􀀧􀀠Randolph C. Moravec Finance Director RCM:rm Enclosures Cc: Sandra Goforth, Accounting Manager TEXAS DEPARTMENT OF TRANSPORTATION -DIVISION OF AVIATION Grant Payment Request form (Reliever Airports) BY TXDOT) TIACH COpy OF INVOICES TO THIS REQUEST 'reoTIFICATION OF SPONSOR I, John R. l3aumgartner, do hereby certify that I am Director of Public Works, and that I am duly authorized to make this certification for and on behalf of the Town of Addison. I further certify that the attached limrnic", is correct and that it corresponds in every particular with the pplies and/or services contracted for. further certify that the account is true, correct and unpaid. PUBLIC WORKS DEPARTMENT (972) 450·2871 Post Office Bex 144 Addison. Texas 75001 16801 Weslgrove March 24, 1998 Mr. David S. Fulton Director Texas Department ofTransportation -Aviation Division 125 East II th Street Austin, Texas 78701-2483 Re: Addison Airport Westside Taxiway Grant Agreement . Dear Mr. Fulton: Please find attached two executed copies of the Grant Agreement for the reconstruction ofthe Westside Taxiway with Medium Intensity Taxiway Lighting at Addison Airport. In addition, I have included a summary of the "through the fence agreements" that exist at Addison Airport. Most exist on a year to year basis however, it would be difficult to not renew them unless there was a material default of the agreement. The Town of Addison respectfully requests TxDOT-Aviation to approve the existing "through the fence agreements" and allow the Town to renew them on a year by year basis. Please call me if you have any questions or need additional information. Attachments: Summary of "through the fence agreements" with map cc: Bruce Ehly Ron Whitehead License Agreements Building No. CPI Due 1998 Fees Comments (West) I r 73A 73B 74A 74B 84 84 85 86 90 91 92 93 I 1/1/99 609.29 1/1/99 878.85 1/1/99 1031.84 1/1/99 612.00 1/1/99 500.00 • Minimal Fee 1/1/99 1128.00 1/1/99 570.24 1/1/99 500.00 Minimal Fee 1/1/99 806.88 • 1/1/99 1647.21 1/1/99 1341.12 1/1/99 668.46 , : Building No. CPI Due 1998 Fees Comments (East) L52&47 10/27/57 1.00 99 Year License AJUeement; expires 10-2057 • 46 10/27/57 1.00 99 Year Ucense AJUeement; expires 10-2057 48 -51 10/27/57 1.00 99 Year License Agreement; eX!:,ires 10-2057 54 10/27/57 1.00 99 Year License Agreement; expires 10-2057 , 52 1/1/99 1487.94 53 1/1/99 1751.40 55 1/1/99 804.48 78&79 1/1/99 1867.50 40 Year I,icense Agreement; eXEires 12/24 SPONSOR APPROVAl.BUILDING: LEGEND r..!..... 􀁾􀀮􀀬􀁴􀀮􀀡.._ 􀁥􀀺􀀱􀁉􀀮􀁾􀀠,tg...} '\II.... !.G' 􀁔􀁾􀀮􀀻􀁾.. LI.",,:"" .....􀁾». 􀁾􀀢􀀢􀀧􀀧􀀧􀀧􀀧􀀠I.,:_,. ,\Il......􀁾􀀮􀀬􀁢􀁟􀀮􀀧􀀢􀀠(nil """} -_..RUNWAY DATA LAYOUT P1..A.N. LEGEND 􀁾􀀠.. 􀀢􀀢􀀬􀀬􀁾􀀭􀀮􀀮􀁯􀁟􀀮􀀧􀀭􀀢􀀧􀀧􀀧__'''''''-''''ODIO'O. 􀁌􀁟􀀭􀁾􀀢􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀢􀀢􀀬􀁾􀀧􀀧􀀧􀀮􀀮􀀮􀀮􀀮􀀺􀁲􀀮􀀠__twJ'T.t...􀁾􀀠,.""""tt>;t>t__ ...... '.... _.......,,_"'-._lO¢-...._ ... _Il>0l... _110<..... '&.....,,0.-.>. .... _____cxc" ....i. 􀀢􀀢􀀭􀁾(><>IP""'" __􀁾.... _ 􀁾􀀢􀀬􀀬􀁵􀀢____. L WlII "" __t::>< ("'11_' 0Vl0E_ ",, __-..-I!I.I'.ooWCt __ ADDISON AIRPORT 't>.I'> Bamard Dunkelberg & Company 􀁾􀀠Twp, Oklahoma C1CJIC ......􀀮􀀬􀁾􀀠( --, ( 􀁾􀀠" .. 400' ) ) ) SPONSOR CERTIFICATION FOR CONSTRUCTION PROJECT FINAL ACCEPTANCE Sponsor's Name Airport Project Number Project Description section 509(d) of the Airport and Airway Improvement Act of 1982, as amended (herein called the Act), authorizes the Secretary to require certification from sponsors that they will comply with statutory and administrative requirements. The following list of certified items includes major requirements for this aspect of project implementation. However, the list is not comprehensive, nor does it relieve sponsors from fully complying with all applicable statutory and administrative standards. Every certified item must be marked. Each c'ertified item with a "no" 􀁾􀁥􀁳􀁰􀁯􀁮􀁳􀁥􀀠must be fully explained in an attachment to this certification. If the item is not applicable to this project, mark the item "N/A". General requirements for final acceptance,and close-out of Federally funded construction projects are in 49 CFR 18.50. The sponsor shall determine that project costs are accurate and proper in accordance with specific requirements of the Grant Agreement and contract documents. 1. The personnel engaged in project administration, engineering supervision, and construction inspection and testing (were) (willbe) determined to be qualified and competent to perform the'work. Yes No 􀁎􀀯􀁁􀀮􀁾____ 2. Daily construction records (were) (will ,be) kept by the resident engineer/construction inspector. These records document work in progress, quality and quantity of materials delivered, test locations and results, instructions provided the contractor, weather, equipment use, labor requirements, safet.y""i>roblems, and changes required. Yes No N/A3. Weekly payroll records and statements of compliance 􀁾􀀨􀁾􀁷􀁾􀁥􀁾􀁲􀁾􀁥􀁾􀀩(will be) submitted by bhe prime contractor and reviewed by the sponsor for Federal labor and civil rights requirements (Advisory Circulars 150/5100-6 and 150/5100-15). . Yes No 􀁎􀀯􀁁􀁾􀁾__ 4. Complaints regarding the mandated Federal provisions set forth in the contract documents (have been) (will be) submitted to FAA. Yes No 􀁎􀀯􀁁􀁾__􀁾􀀠5. All tests specified in the plans and specifications (were) Page 1 of 2 3-IO-7,Y I §* 􀁾􀀧􀁕􀁲􀁲􀀠 Texas Department of Transportation AVIATION DIVISION 125 E. 11TH STREET' AUSTIN, TEXAS 78701·2483 • 5121416·4500 • FAX 5121416·4510 March 5,1998 The Honorable Richard N. Beckert Mayor, City of Addison 5300 Beltline Addison, Texas 75240 Dear Mayor Beckert: Enclosed are several documents that must be completed by you in order to initiate the airport development project for the Addison Airport, TxDOT CSJ Number 9842ADDSN. Please review the instructions in this transmittal letter for completing the documents. We are most pleased to provide any assistance possible to help complete this project in a timely marmer. Enclosed are two copies of the Airport Project Participation Agreement CAPPA) between the City of Addison, as airport sponsor, and the Texas Department ofTransportation, Aviation Division, as your agent for this project. The Agreement includes several parts. Part I describes the participants and the project Part II includes the state's offer of financial assistance for the project. Part III identifies the obligations of the sponsor in accepting the state's financial assistance. In Part IV ofthe Agreement, the Texas Department of Transportation is named as your agent in implementing this project and describes what the Department's responsibilities are as your agent Part V provides the contract recitals. The remaining parts ofthe Agreement are for signatures executing the Agreement Four additional documents are contained in this packet: 1) Certification of Airport Fund. This indicates that you have a separate fund in which airport revenues are deposited. If you do not have the statutorily required Airport Fund, such a fund must be created within 60 days. Such fund may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. Complete and return with signed Agreement or npon creation of the fund within 60 days. The Honorable Richard N. Beckert Mareh 5,1997 Page Two 2) Designation ofSponsor's Authorized Representative. This identifies your contact perscn for the administration ofthe contract. This does not have to be the same person who signs the Airport Participation Agreement but should be someone who can authorize actions to be taken that are part of the Agreement. Complete and return witb tbe signed Agreement. 3) Certification Regarding Drugfree Workplace. This form IS a federal requirement. Complete and return to us with the signed Agreement. 4) Certification Regarding Pavement Preventative Maintenance. This form is a federal requirement. Complete and return to us with tbe signed Agreement. We request that you proceed as expeditiously as possible to execute the Agreement and complete the certifications. Please execute the Agreement within 30 days of receipt. It will be necessary for your attorney to endorse your acceptance of the Agreement to assure that it has been accepted in accordance with local laws. Both Both copies of the Agreement should have original signatures for acceptance. Please return both copies of the fully signed Agreement to the Texas Department of Transportation. We will return a fully executed copy to you. The Texas Department of Transportation looks forward to working with you on this important project for your community. _______ Respectfully, 􀁙􀁊􀁾􀀠David S. Fulton Director Enclosures kjg TEXAS DEPARTMENT OF TRANSPORTATION AIRPORT PROJECT PARTICIPATION AGREEMENT (Federally Assisted Airport Development Grant) TxDOT Contract No.: 8XXFA040 TxDOT CSJ No.: 9842ADDSN Part I -Identification of the Project TO: The City ofAddison, Texas FROM: The State ofTexas, acting through the Texas Department ofTransportation This Agreement is made and entered into by and between the TEXAS DEPARTMENT OF TRANSPORTATION, (hereinafter referred to as the "State"), for and on behalf of the State ofTexas, and the CITY OF ADDISON, TEXAS, (hereinafter referred to as the "Sponsor"). WITNESSETH: WHEREAS, the Sponsor desires to sponsor a project for the development of a public aviation facility, known or to be designated as the Airport under the Airport and AilWay Improvement Act of 1982, as repealed and recodified in Title 49 United States Code, Section 47101 et seq., (hereinafter referred to as "Title 49 U.S.C."), and Rules, Regulations and Procedures promulgated pursuant thereto; and under V.T.C.A. Transportation Code, Title 3, Chapters 21-22, et seq. (Vernon and Vernon Supp);and WHEREAS, the project is described as follows: reconstruct/construct west parallel taxiway and counectors with drainage improvements and install medium intensity taxiway lights and signage at the Addison Airport; and WHEREAS, the Sponsor hereby applies for federal financial assistance and desires the State to act as the Sponsor's agent in matters connected with the project described above; and WHEREAS, the parties hereto, by this Agreement, do hereby fix their respective responsibilities, with reference to each other, with reference to the accomplishment of said project and with reference to the United States. Page 1 of 12 NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of Title 49 U.S.c., and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Airport Project Participation Agreement and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the project and compliance with the assurances and conditions as herein provided, THE TEXAS DEPARTMENT OF TRANSPORTATION, FOR AND ON BEHALF OF THE UNITED STATES, FEDERAL AVIATION ADMINISTRATION (HEREINAFTER REFERRED TO AS THE "FAA"), HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the project, ninety percentum of all allowable project costs. This grant is made on and subject to the following terms and conditions: Part II -Offer of Financial Assistance 1. The allowable costs of the project shall not include any costs determined by the State to be ineligible for consideration as to allowability under Title 49 U.S.C., the V.T.C.A. Transportation Code, Title 3, Chapters 21-22, et seq., (Vernon and Vernon Supp), and the Airport Zoning Act, Tex. Loc. Govt. Code Ann... 241.001 et seq. (Vernon and Vernon Supp). 2. Itis estimated that total project costs will be approximately $2,443,000 (Amount A). It is further estimated that approximately $2,443,000 (Amount B) of the project costs will be eligible for federal financial assistance, and that federal financial assistance will be for ninety percent (90%) of the eligible project costs. Final determination of federal eligibility of total project costs will be determined by the State in accordance with federal guidelines lines following completion ofproject. 3. The maximum obligation of the United States payable under this offer shall be $2,198,700 (Amount C). This grant should not be construed as block grant funds for the Sponsor, but as a grant for funding of the scope items as listed on page one of this agreement. It is the intent of the State to provide funding to complete the approved work items of this grant and not to amend the scope ofwork to include items outside of the current determined needs of this project. Scope of work may be amended as necessary to fulfill the unforeseen needs of this specific development project within the spirit of the approved scope, subject to the availability of state, federal, and/or local funds. 4. Itis estimated that the Sponsor's share of the total project costs will be $244,300 (Amount D). The Sponsor specifically agrees that it shall pay any project costs which exceed the sum of the federal share (Amount C). Page 2 of12 It is further agreed that the Sponsor will reimburse the State for any payment or payments made by the State in behalf of the Sponsor which are in excess of the federal percentage of financial participation as heretofore stated in Paragraph II-2. The State shall refund to the Sponsor, at the financial closure of the project, any excess funds provided by the Sponsor. 5. Ifthere is an overrun in the total eligible project costs (Amount B), the State may increase the federal funds to cover the amount of overrun not to exceed the statutory fifteen (15%) percent federal funds limitation. The State may, at the request of the Sponsor, participate in additional eligible costs to the extent of the aforesaid appropriate percentages and subject to the availability of federal funds. Participation in additional federally eligible costs may require approval by the Texas Transportation Commission. The State will not authorize expenditures in excess of the dollar amounts identified in this Agreement and any amendments thereto, without the consent ofthe Sponsor. Payment of the United States share of the allowable project costs will be made pursuant to and in accordance with the provisions of such regulations and procedures as the State and the Federal Aviation Administration, hereinafter referred to as the "FAA", shall prescribe. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share ofcosts. 6. Sponsor, by executing this Agreement certifies, and upon request, shall furnish proof to the State that it has sufficient funds to meet its share ofthe costs as heretofore stated. The Sponsor hereby grants to the State and federal government the right, upon advance written request during reasonable and regular business hours, to audit any books and records of the Sponsor to verifY said funds. In addition, the Sponsor shall disclose the source of all funds for the project and its ability to finance and operate the project. Expenditures for eligible project costs for the above project made by the State or the Sponsor prior to the award ofa federal grant for said project, and prior to actual receipt of the authority to expend federal grant funds, shall be made from Sponsor funds. Construction expenses incurred prior to the execution of this agreement and the State's Notice to Proceed will be ineligible for any federal reimbursement under this grant. PART III -Sponsor Responsibilities 1. In accepting the Agreement, the Sponsor guarantees that: a, it will comply with the Attachment A, Airport Assurances (06/02/97)(State Modified 7/97), attached hereto and made a part ofthis Agreement; and b, it will, in the operation ofthe facility, comply with all applicable state and federal Page 3 of12 laws, rules, regulations, procedures, covenants and assurances required by the State ofTexas or the FAA in connection with the federal grant; and c. the Airport or navigational facility which is the subject of this Agreement shaH be controlled for a period of at least 20 years, and improvements made or acquired under this proj ect shall be operated, repaired and maintained in a safe and serviceable manner for the useful life of said improvements, not to exceed 20 years; and d. consistent with safety and security requirements, it shall make the airport or air navigational facility available to all types, kinds and classes of aeronautical use without unjust discrimination between such types, kinds and classes and shall provide adcquate public access during the term of this Agreement; and e. it shall not grant or permit anyone to exercise an exclusive right for the conduct of aeronautical activity on or about an airport landing area. Aeronautical activities include, but are not limited to scheduled airline flights, charter flights, flight instruction, aircraft sales, rental and repair, sale of aviation petroleum produets and aerial applications. The landing area consists of runways or landing strips, taxiways, parking aprons, roads, airport lighting and navigational aids; and f. it shall not permit non-aeronautical use of airport faeilities, unless noted on an approved Airport Layout Plan, without prior approval of the StatelFAA; and g. it shall not enter into any agreement nor permit any aircraft to gain direct ground access to the Sponsor's airport from private property adjacent to or in the immediate area of the airport. Further, Sponsor shall not allow aireraft direct ground access to private property. Sponsor shall be subject to this prohibition, commonly known as a "through-the-fence operation," unless an exception is granted in writing by the State due to extreme circumstances; and h. it will acquire all property interests identified as needed for the purposes of this project and comply with all applicable applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State of Texas or the FAA in connection with the federal grant in the acquisition of such property interests; and that airport property identified within the scope of this project and Attorney's Certificate of Airport Property Interests shall be pledged to airport use and shall not be removed from such use without prior written approval ofthe State; and 1. the Sponsor shall submit to the State annual statements of airport revenues and expenses as requested; and J. all fees collected for the use of an airport or navigational facility eonstructed with funds provided under the program shall be reasonable and nondiscriminatory. The proceeds of such fees shall be used solely for the development, operation and Page 4 of12 maintenance of the Sponsor's system of airport(s) or navigational facility(ites}. Sponsor shall not be required to pledge income received from the mineral estate to airport use unless state andlor federal funds were used to acquire the mineral estate of airport lands or any interests therein; and k. an Airport Fund shall be established by resolution, order or ordinance in the treasury of the Sponsor, or evidence of the prior creation of an existing airport fund or a properly executed copy of the resolution, order, or ordinance creating such a fund shall be submitted to the State. Such fund may be an account within another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. All fees, charges, rents, and money from any source derived from airport operations must be deposited in said Airport Fund and shall not be di verted to the general revenue fund or any other revenue fund of the Sponsor. All expenditures from the Airport Fund shall be solely for airport or airport system purposes. Sponsor shall be ineligible for a subsequent grant or loan by the Stale unle.ss, prior to such subsequent approval of a grant or loan, Sponsor has complied with the requirements ofthis subparagraph; and I. following completion of the project where airport lighting is part of a project, the Sponsor shall operate such lighting at least at low intensity from sunset to sunrise; and m. insofar as it is reasonable and within its power, Sponsor shall adopt and enforce zoning regulations to restrict the height of structures and use of land adjacent to or in the immediate vicinity of the airport to heights and activities compatible with normal airport operations as provided in Tex. Loc. Govt. Code Ann. " 241.001 et seq. (Vernon and Vernon Supp.). Sponsor shall also acquire and retain avigation easements or other property interests in or rights to use of land or airspace, unless Sponsor can show that acquisition and retention of such interests will be impractical or will result in undue hardship to Sponsor. Sponsor shall be ineligible for a subsequent grant or loan by the State unless Sponsor has, prior to such subsequent approval of a grant or loan, adopted and passed an airport hazard zoning ordinance or order approved by the State; and n. it will provide upon request to the State, the engineering or planning consultant, and the FAA copies ofany maps, plans, or reports ofthe project site, applicable to or affecting the above project; and o. after reasonable notice, it will permit the State, the FAA, and any consultants and contractors associated with this project, access to the project site, and will obtain permission for the State, the FAA, and consultants and contractors associated with this project, to enter private property for purposes necessary to this project; and Page 5 of12 p. all development of an airport constructed with program funds shall be consistent with the Airport Layout Plan approved by the State and maintained by the SponsoL A reproducible copy of such plan, and all subsequent modifications thereto, shall be filed with the State for approval; and q. it shall take all steps, including litigation if necessary, to recover funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal and State funds have been expended. For the purposes of this grant agreement, the term "funds" means funds, however used or disbursed by the Sponsor or Agent that were originally paid pursuant to this or any other grant agreement. It shall obtain the approval of the State as to any determination of the amount of such funds. It shall return the recovered share, including funds recovered by settlement, order or judgment, to the State. It shall furnish to the State, upon request, all documents and records pertaining to the determination of the amount of the funds or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the Sponsor, in court or otherwise, involving the recovery ofsuch funds shall be approved in advance by the State. 2. The Sponsor hereby certifies to the State that it will have acquired clear title in fee simple to all property upon which construction work is to be performed, or have acquired a leasehold on such property for a term ofnot less than 20 years, prior to the advertisement for bids for such construction or procurement of facilities that are part of the above project, and within the time frame of the project, a sufficient interest (easement or otherwise) in any other property which may be affected by the project 3. The Sponsor, to the extent of its legal anthority to do so, shall save harmless the State, the State's agents, employees or contractors from all claims and liability due to activities of the Sponsor, the Sponsor's agents or employees performed under this agreement. The Sponsor, to the extent of its legal authority to do so, shall also save harmless the State, the State's agents, employees or contractors from any and all expenses, including attorney fees which might be incurred by the State in litigation or otherwise resisting said claim or liabilities which might be imposed on the State as the result of such activities by the Sponsor, the Sponsor's agents or employees. 4. The Sponsor's acceptance of this Offer and ratification and adoption of the Agreement incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and said Agreement shall comprise a contract, constituting the obligations and rights of the State of Texas and the Sponsor with respect to the accomplishment of the project and the operation and maintenance of the airport. Such Agreement shaH become effective upon execution of this instrument and shall remain in full force and effect for a period of at least 20 years. 5. Upon entering into this Agreement, Sponsor hereby agrees to name an individual, as the Sponsor's Authorized Representative, who shall be the State's contact with regard to this Page 6 of 12 project, and which individual shall have the authority to make approvals and disapprovals as required on behalf of the Sponsor. 6. The Sponsor and not the State shall, for all purposes, be the "Sponsor" of the project identified above as defined in Title 49 U.S.C.. Sponsor agrees to assume responsibility for operation of the facility in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any other directives before, during and after the completion of this project. 7. The Sponsor by execution of this grant, certifies that it has implemented, or will implement during this project, an effective airport pavement maintenance management program, and it assures that it will use such program during the period of this Agreement. It will provide upon written request, such reports on pavement condition and pavement management programs as the State determines may be useful. Failure to comply with this condition may make the Sponsor ineligible for future grants. 8. The Sponsor shall have on file with the State a current and approved Attorney's Certificate of Airport Property Interests and Exhibit A property map. 9. The Sponsor shall have on file with the State: a. Certification Regarding Drug-Free Workplace Requirements; b. Certification Regarding Pavement Preventive Maintenance. 10. The Sponsor shall submit the following certifications, as appropriate, for compliance with statutory and administrative requirements of the federal grant: a. Sponsor Certification for Selection ofConsultants; b. Sponsor Certification for Project Plans and Specifications. c. Sponsor Certification for Equipment/Construction Contracts; d. Sponsor Certification for Construction Project Final Acceptance. II. Unless otherwise approved by the State, the Sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products produced outside the United States to be used for any project for airport development or noise compatibility for which funds are provided under this grant. The sponsor will include in every contract a provision implementing this special condition. 12. The City of Addison agrees to assume the responsibility to assure that all aspects of the grant and project are done in compliance with all applicable state and federal requirements including any statutes, rules, regulations, assurances, procedures or any Page 7 of12 other directives, except as otherwise specifically provided herein Part IV-Nomination of the Agent 1. The Sponsor hereby designates the State as the party to apply for, receive and disburse all funds used, or to be used, in payment of the costs of said project, or in reimbursement to either ofthe parties hereto for costs incurred. 2. The State shall, for all purposes in connection with the project identified above, be the Agent of the Sponsor. The Sponsor herewith grants the State a power of attorney to act as its agent to perform the following services: Receiving Disbursing Agent: a. apply for, accept, receive, and deposit with the State Treasury any and all project funds granted, allowed, and paid or made available by the State and/or the United States under Title 49 U.S.C. and congressional appropriation made pursuant thereto, and the Sponsor; b. receive, review, approve and process Sponsor's reimbursement requests for approved project costs; and c. pay to the Sponsor, from granted funds, the portion of any approved reasonable and eligible project costs incurred by the Sponsor that are in excess of the Sponsor's share. PART V -Recitals 1. The State shall obtain an audit as required by federal or state regulations; and procure and forward to the FAA such specific project documentation as is necessary to complete all aspects of this project. 2. The Sponsor, and not the State, shall be the contractual party to all construction and professional service contracts entered into for the accomplishment of this project. The power of attorney, as granted by the Sponsor to the State in Part IV -Nomination of Agent, is a limited power to perform acts in connection with airport improvements as specified in or necessitated by this Agreement. 3. The Sponsor hereby agrees to pursue and enforce contract items which are required by federal and/or state regulations, laws and orders to insure satisfactory performance of contract vendors. Such items include, but are not limited to, bid bonds, payment bonds, Page 8 of 12 and perfonnance bonds. Pursuit and enforcement of contract items may require litigation and other remedies oflaw. 4. The United States and the State ofTexas shall not be responsible or liable for damage to property or inj ury to persons which may arise from, or be incident to, compliance with this grant agreement. 5. This Agreement is executed for the sole benefit of the contracting parties and is not intended or executed for the direct or incidental benefit of any third party. Furthennore, the State shall not be a party to any other contract or commitment which the Sponsor may enter into or assume, or have entered into or have assumed, in regard to the above project. 6. If the Sponsor fails to comply with the conditions of the grant, the State may, by written notice to the Sponsor, suspend the grant in whole or in part. The notice of suspension shall contain the following: a. The reasons for the suspension and the corrective action necessary to lift the suspension; b. A date by which the corrective action must be taken; c. Notification that consideration will be given to terminating the grant after the corrective action date. In the case of suspension or termination, the Sponsor may request the State to reconsider the suspension or termination. Such request for reconsideration shall be made within 45 days after receipt ofthe notice ofsuspension or termination. 7. This Agreement is subject to the applicable provisions of Title 49 U.S.C., the V.T.CA Transportation Code, Title 3, Chapters 21-22, et seq., (Vernon and Vernon Supp.), and the Airport Zoning Act, Tex. Loc. Gov!. Code Ann. 241.001 et seq. (Vernon andU Vernon Supp.). Failure to comply with the terms of this Agreement or with the aforementioned rules and statutes shall be considered a breach of this contract and will allow the State to pursue the remedies for breach as stated below. a. Ofprimary importance to the State is compliance with the terms and conditions of this Agreement. If, however, after all reasonable attempts to require compliance have failed, the State finds that Sponsor is unwilling and/or unable to comply with any of the terms and conditions of this Agreement, the State may pursue any of the following remedies: (1) require a refund of any money expended pursuant to the Agreement herein, (2) deny Sponsor's future requests for aid, (3) request the Attorney General to bring suit seeking reimbursement of any money expended on the proj ect pursuant to the Agreement herein, provided however, these remedies shall not limit the State's authority to enforce its rules, regulations or orders as otherwise provided by law, (4) declare this Agreement null and void, or (5) any Page 9 of12 other remedy available at law or in equity. b. Venue for resolution by a court of competent jurisdiction of any dispute arising under the terms of this Agreement, or for enforcement of any ofthe provisions of this Agreement, is specifically set by Agreement of the parties hereto in Travis County, Texas. 8. The State reserves the right to amend or withdraw this Agreement at any time prior to acceptance by the Sponsor. The acceptance period cannot be grester than 30 days after issuance unless extended by the State, which extension shall not be unreasonably be denied or delayed. 9. This Agreement constitutes the fun and total understanding of the parties concerning their rights and responsibilities in regard to this project and shan not be modified, amended, rescinded or revoked unless such modification, amendment, rescission or revocation is agreed to by both parties in writing and executed by both parties. 10. All commitments by the Sponsor and the State hereunder are subject to constitutional and statutory limitations and restrictions binding upon the Sponsor and the State (including" 5 and 7 of article 11 of the Texas Constitution, if applicable) and to the availability of funds which lawfully may be applied. 11. The Sponsor's acceptance of this Agreement and ratification and adoption of the Airport Project Participation Agreement incorporated herein shaH be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Title 49 U.S.C., constituting the contractual obligations and rights of the United States, the State ofTexas and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the State's written Notice to Proceed issued following execution of this agreernent. 12. This contract is subject to the approval as to form by the Attorney General ofthe State of Texas. Page 10 of12 Part VI -Acceptance of the Sponsor The City of Addison, Texas, does hereby ratify and adopt all statements, representations, warranties, covenants and agreements constituting the described project and incorporated materials referred to in the foregoing Agreement, and does hereby accept the Offer, and by such acceptance agrees to all ofthe terms and conditions ofthe Agreement thereof. Executed this ______ day of ________----', 1 ___' The City of Addison, Texas Sponsor Witness Signature Signature Witness Title Title Certificate ofSponsor's Attorney -'_,.---,-__:-::--,-_-,- _-,-,.-_' acting as attorney for -------,.-,----:c--' Texas, do hereby certify that I have fully examined the foregoing Agreement and the proceedings taken by said Sponsor relating thereto, and find that the manner of acceptance and execution thereof, of the said Agreement by said Sponsor, is in accordance with the laws of the State of Texas, Dated at _________, Texas, this ___ day of________, 19_ Witness Signature Attorney's Signature Witness Title Title Page 11 ofl2 Part VII -Attorney General's Approval This contract is approved as to form. Attorney General ofTexas By: 􀀭􀀭􀁾􀁾􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭Assistant Attorney General Date:_________________ Part VIII -Acceptance of the State STATE OF TEXAS TEXAS DEPARTMENT OF TRANSPORTATION Page 12 of 12 ATTACHMENT A PART V -ASSURANCES Airport Sponsors A. General. 1. These assurances shall be complied with in the performance of grant agreements for airport development, airport planning, and noise compatibility program grants for airport sponsors. 2, These assurances are required to be submitted as part of the Airport Project Participation Ag(eement (APPA) by sponsors requesting funds under the provislons of TWe 49, U.S.C., subtiHe VII, as amended. As used herein, the term 􀁾􀁰􀁵􀁢􀁬􀁩􀁣􀀠agency sponsor" means a public agency with control of a 􀁰􀁵􀁢􀁬􀁩􀁣􀁾􀁵􀁳􀁥 􀀠airport; the term "private sponsor" means a private owner of a 􀁰􀁵􀁢􀁬􀁩􀁣􀁾􀁵􀁳􀁥􀀠airport: and the tenn "sponsor" includes both public agency sponsors and private sponsors. 3. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. Duration and Applicability. 1. Airport development or Noise Compatibility Program Projects Undertaken by a Public Agency Sponsor. The terms. conditions and assurances of the grant agreement shalt remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise compatibility program project. or throughout the usefur life of the project items installed within a facility under a noise compatibility program project, but In any event not to exceed twenly (20) yeaTS from the dale of acceptance of a grant offer of Federal funds for the project However, there shail be no limit on the duration of the assurance against exclusive rights or the tenns, conditions and assurances with respect to real property acquired with Federal funds. Furthel111Ore, the duration of the CMI Righis assurance shall be speCified in the assurances. 2. Airport Development or Noise Compatibility Projects Undertaken by a Private Sponsor, The preceding paragraph 1 also applies to a private sponsor except that the useful life of project Items installed within a facillly or Ihe useful life of the facilities facilities developed or equipment acquired under an airport development or noise compatibility program project shall be no less than ten (10) years from Ihe date of acceptance of Federal aid for the project 3. Airport Planning Undertaken by a Sponsor. Unless otherwise specified in the grant agreement, only Assurances 1,2,3. 5, 6, 13, 18, 30, 32, 33, and 34 in section C apply to planning projecls, The terms, conditions, and assurances of Ihe grant agreement shall remain In full force and effect during the life of the project C. Sponsor Certification. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applfcable Federal laws, regulations, executive orders. policies, guidelines, and requirements as they relate to the project. acceptance and use of Federal funds for this project lncluding but not limited to the following: Federal Legislation a. Title 49, U.S.C., subtitle VII, as amended. b. Davis-Bacon Act -40 U.S.C. 276(a), et seq.seq.1 c. Federal Fair Labor Standards Act -29 u.s.C. 201, et seg.2d. Hatch Act -5 U.S.C. 1501, etseg.e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 Title 42 U.S.C. 4601, et se9.1 2 f. NaUonal Historic Preservation Act of 1966 -Section 106 -16 U.S.C. 470(0.1 g. Archeological and Historic Preservation Act of 1974 16 U.S.C. 469 through 4690.1 h, Native Americans Grave Repatriation Act -25 U.S.C. Section 3001, et seq. L Clean Air Act, P.L. 90-148, as amended. j. Coastal Zone Management Act, P.L 93-205, as amended. k. Flood Disaster ProtecUon Act of 1973 -Section 102(a) -42 U.S.C. 4012a.1 I. Title 49 ,U.S.C., Section 303, (formerly known as SecHon 4(1) m. Rehabilitation Act of 1973 -29 U.s.C. 794. n. Civil Righls Act of 1964 -TiUe V1-42 U.S.C. 2000d through d-4. o. Age Discrimination Act of 1975 -42 U.S.C. 6101, et seg. p. American Indian Religious Freedom Act, P.L. 95-341, as amended. 1q Archlteclural Barriers Act of 1968 -42 U.S.C. 4151, el seg.L Powerplantand Industrial Fuel Use Aclof 1978 -Section 403-2 U.S.C. 8373.1 1s. Conlract Work Hours and Safely Standards Act-40 U.S.C. 327, et seg. t Copeland Anlikickback Acl-18 U.S.C. 874.1 1u. National Environmental Policy Acl of 1969 -42 U.S.C. 4321, el seg.v. Wild and Scenic Rivers Act P.L 90-542. as amended. w. Single AudiiActof1954-31 U.S.C. 7501,elseg.2 x. Drug-Free Workplace Acl of 1988 -41 U.S.C. 702 through 706. Executive Orders Execulive Order 11246 -Equal Employment Opportunlly 1 Execulive Order 11990 Protection of WeUands Executive Order 11998 􀁾􀀠FloodPlain Management Executive Order 12372 -Intergovemmental Review of Federal Programs, Executive Order 12699 -Seismic Safely 01 Federal and Federally Assisted New Building Construction 1 Executive Order 12898 􀁾􀀠Environmental Justice Airport Assurances (06102/97 -SUlle Modified 7/97) A-I 2. 3. 4. 5. Federal Regulations a. 14 CFR Part 13 -Invesligalive and Enforcement Procedures. b. 14 CFR Part 16 -Rules of Practice For Federally Assisled Airport Enforcemenl Proceedings. c. 14 CFR Part 150 -Airport noise compatibility planning_ d. 29 CFR Part 1 -Procedures for predetennination of wage rates.1 e. 29 CFR Part 3 -Contractors and subcontractors an public building or public work financed in whole or part by loans or grants from the United States.1 " f. 29 CFR Part 5 -Labor standards provisions applicable to contracts coveling federally financed and assisted construction (also labor standards provisions applicable to nonconstruction confracts subject to the Contract Work Hours and Safety Standards Act).l g. 41 CFR Part 60 -Office of Federal Conlract Compliance Programs, Equal Employment Opportunity, Departmenl of Labor (Federal and federally assisted conlracling requirements).l h. 49 CFR Part 18 -Uniform administrative requirements for grants and cooperalive agreements to state and loca! govemments.3 i. 49 CFR Part 20 -New restrictions on lobbying. j. 49 CFR Part 21 -Nondiselimination in federally-assisted programs of the Department of Transportation _ effectuation otTitle VI of the Civil Rights Act of 1964. k. 49 CFR Part 23 -Participation by mlnmity business enterprise In Department of Transportation programs. I. 49 CFR Part 24 -Unifonn relocation assistance and real property acquisition for Federa! and federally assisted pnograms.1 2 m. 49 CFR Part 27 -Nondiscrimination on the basis of handicap in programs and activities receiving or benefitting from Federal financial assistance.1 n. 49 CFR Part 29 -Govemrnenlwfde debarment and suspension (non-procurement) and govemmentwide requirements for drug-free workplace (grants). o. 49 CFR Part 30 -Denial of public works contracts to suppliers of goods and services of countries that deny procurement market access to U.S. contracfors. p. 49 CFR Part 41 -Seismic safety of·Federal and federally assisted or regulated new building constructlon.1 Office of Management and Budget Circulars a. A-87 -Cost Principles Applicable to Grants and Contracts with Stale and Local Governments. b. A-128 -Audits of State and Local Governments. (1) These laws do not apply to airport planning sponsors. (2l These laws do not apply to private sponsors. (3 49 CFR Part 18 and OMB Circular A-57 contain requirements for State and Local Governments recetving Federal assistance. MY requirement levied upon State and Local Governments by this regulation and circular shall also be applicable to private sponsors receiving Federal assistance under Title 49, United States Code. Specific assurances required to be induded in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. Responsibility and Authority of the Sponsor. a. Public Agency Sponsor: It has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, molion or similar action has been duly adopted or passed as an officlal officlal act of the applicant's governing body authorlzlng the fi!fng of the APPA. including an understandings and assurances contained therein, and directing and authorlztng the person identified as the official representative of the applicant to act in connection with the APPA and to provide such additional information as may be required. b. PriVate Sponsor: II has legal authortty to apply for the grant and to finance and carry out the proposed project and comply with all tenns, conditions, and assurances of this grant agreement. It shall designate an official representative and shaU in writing direct and authorize that person to fife this APPA, including all understandings and assurances contaIned therein; to act In connection with this APPA; and to provide such additional infonnation as may be required. Sponsor Fund Availability. It has suffiCient funds available for that portion of the project costs which are not to be paid by the United Slates. It has sufficient funds available to assure operation and and maintenance of items funded under the grant agreement which it will own or control. Good Titte. a. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good litIe will be acquired. b. For noise compatibIlity program projects to be carned out on the property of the sponsor, it holds good title satismctory to the Secretary to that portion of the properlY upon whiCh Federal funds will be expended or will give assurance to the Secretary that good title will be obtained. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the lights and p()WeTS necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary. and will act prornpUy to acquire. extinguish or modify any outstanding rights or claims of light of others which would interfere with such performance by the the sponsor. This shall be done in a. manner acceptable to the Secretary. A-2 Airport Assurances (06102197 -State Modified 7191) 6. 7. 8. 9. 10. 11. 12. b. It will not sell, lease, encumber, or otherwise transfer or dlspose of any part of its title or other interests in the property shown on Exhibit A to this APPA or, tor a noise compatibility program project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement withou! approva! by the Secretary. If the transferee is found by the Secretary to be eligible under Title 49. Unite<1 States Code, to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligaUons, the sponsor shaH Insert in the contract or document lransfening or disposing of the sponsor's interest, and make binding upon the transferee an of the tenns. conditions, and assurances contained in this grant agreement. c. For all noise compatibility program projects which are to be carried out by another unit of local government or are on property owned by a a unit of local govemment other than the sponsor, it will enter into an agreement with that government. Except as olhei'Mse specified by the Secretary, that agreemenl shall obligate tha! government 10 the same terms, conditions, and assurances that would be applicable to it if It applied directly 10 the FAA for a gran! to undertake the noise compatibility program project. That agreement and changes thereto must be satisfactory to the Secretary. It Will take steps to enforce this agreement against the local government if there Is substantial non· comp!tance with the terms of the agreement. d. For noise competibility program projects to be earned out on privately owned property, it will enter Into an agreement with the owner of that property which Includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial nOlf-compllance with the terms of the agreement. e. If the sponsor is a prlvate sponsor. it will take steps satisfactory to the Secretary to ensure that the airport will continue to fUnction as a public-use airport 1n accordance with these assurances for the duration of these assurances. f. If an arrangement 1s made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the ailport will be operated and maintained In accordance TIUe 49, United States Code, the regulalions and the tenns. conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. Consistency with Local Plans. The project is reasonably consistent with plans (extsting at the time of submission of this APPA) of public agencies thai are authorized by the State in which the projecl is loealed to plan for the development of the area surrounding the airport. For noise compatibility program projects, other than land acquisition, to be carried out on property not owned by the airport and over which property another agency has land use control or authority, the spooscr shan obtain from each such agency a written declaration that such agency supports that project and the project is reasonably consistent with the agency's plans regarding the property. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near where the project may be located. Consultation with Users. In making a decision to undertake any airport development project under Title 49, UnIted States Code, it has undertaken (easonable consultations with affected parties using the airport at whlch project is proposed. Public Hearings. In projects involvlng the location of an airport, an airport runway, or a major runway extenSion, It has afforded the opportunity for public hearings for the putpose of considering the economic, social, and environmental effects of the airport or runway location and its conSistency with goals and objectives of such pranning as has been been carried out by the community and it shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. Further, for such projects, it has on Its management board either voting representation from the communities where the project is located or has advised the communities that they have the right to petition the Secrelary concerning a proposed project. Air and Water Quality Standards. In projects Involving airport location, a major runway exlension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water Quality standards have been promu[gated by the Administrator of the Envlronmental Protection Agency, certification shaU be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project APPA has been received hy the Secretary. Pavement Preventive Maintenance. With respect to a project approved after January 1, 1995, for the replacement or reconstruction of pavement at the airport, it assures or certifies that it has implemented an effectlve airport pavement maintenance-management program and It assures that It will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal financial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the Secretary determInes may be useful. Terminal Development Prerequisites. For projects which include terminal development at a public use airport, as defined in Title 49, it has, on the date of submittal of the project grant request, all the safety equipment required for certification of such airport under section 44706 of Title 49, United States Code, and all all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport fo passengers enplaning and deplaning from aircraft other than air carrier aircraft. 􀁾􀀠State Modified 7197) A-3Airport Assurances (06l021tn 13. 14. 15. 16. 17. 18. 19. Accounting System, Audit, and Recordkeeping Requirements. a. !t Shall keep all project accounts and records which fully disclose the amount and disposItion by the recipient of the proceeds of the grant, the total cost of the project In connection WIth which the grant is given or used, and the amount or nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the Single Audit Act of 1984. b. It shall make available to the Secretary and the Complroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to the grant The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit Is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project rn connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six (6) months following the close of the fiscal year for which the audit was made. . Minimum Wage Rates. It shall Include, In all contracts 1n excess of $2,000 for work on any projects funded under the grant agreement which involve labor, prOvisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis-Bacon Act, as amended (40 U.S.C. 276a-276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated In the invitation for bids and shall be included in proposals or bids for the work. Veteran's Preference. It shall include !n aU contracts for work on any project funded under the grant agreement 'Nhich involve labor. labor. such provisions as are necessary to insure that, In the employment of labor {except in executive, administrative, and supervisory positions}, preference shall be given to Vetemns of the Vietnam era and disabled veterans as defined in Section 47112 of Title 49, UnIted States Code. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Conformity to Plans and Specifications. II will execute the projecf subject to plans, specifications, and schedules approved by the Secretary. Such plans. specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval of the Secretary, shall be incorporated into this grant agreement. Any modification to the approved plans, speclficatlons, and schedules shall also be subject to approval of the Secretary, and incorporated into the grant agreement Construction Construction lnspectlon and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms to the plans, speclfications, and schedules approved by the Secretary for the project. it shall subject the construction work on any project contained in an approved project APPA to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. Planning Projects. In carrying out planning projects: a. It will execute the project in accordance with the approved program narrative contained in the project APPA or with the modifications similarly approved, b. It wlll fumish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. c. It will include In all published material prepared in connection with the planning project a notice that the material was prepared under a grant provided by the United States. d. It wll1 make such materia! avallable for examination by the pubtic, and agrees that no materia! prepared with funds under this project shall be subject to copyright in the United Slates or any other country. e. It will give the Secretary unreslricted authority to publish, disclose, distribute, and otherwise use any of the materia! prepared in connection with this grant. f. It will grant the Secretary the light to disapprove the sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as weI! as the right to disapprove the proposed scope and cost of professional services. g. It will grant (he Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project h. It understands and agrees that the Secretary's approval of this project grant or the Secretary's approval of any planning material developed as part of this grant does not constitute or imply any assurance or commitment on the part of the Secretary to approve any pending or future request for a Federal airport grant. Operation and Maintenance, a. The airport and all facilities which are necessary to seNe the aeronautical users of the airport, olher than facilities owned or controlled by the United States. shall be operated at all times in a safe and serviceable condiUon and in accordance with the mlnlmum standards as may be required or prescribed by applicable Federal, state and loca! agencies for maintenance and operation. It will not cause or pennit any activity or action thereon which wou!d interfere with Its use for airport purposes. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to dimatic and flood condlt;ons. Any proposal to temporarily close the airport for nonaeronautlcal purposes must first be approved by the Secretary. A-4 Airport Assurances (06/02/97 -Stale Modified 7/91) In furtherance of this assurance, the sponsor will have tn effect arrangements 􀁦􀁯􀁲􀁾􀀠(1) Operating the airport's aeronautical facilities whenever required; (2) Promptly matklng and lighting hazards resulting from airport conditions. including temporary conditions: and (3) PrompUy notifying ainmen of any condition affecting aeronautical use of the airport. Nothing contained herein shall be construed to require that the airport be operated for aeronautical use during temporary periods when snow, flood or other climatic conditions interfere with such operation and maintenance. Further, nothing herein shall be construed as requiting the maintenance, repair, restoration. or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or cIrcumstance beyond the oontrol of the sponsor. b. It will suitably operate and maintain noise compatibility program items that 1t owns or conlrols upon which Federal funds have been expended. 20. Hazard Removal and Mitigation. It will take appropriate action to assure that such terminal airspace as is required to protect instrument and visual operations to the airport (induding established minimum flJght altltudes) will be adequately cleared and protected by removing. lowering, relocating, marking, or fighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 21. Compatible Land Use, It wlU take appropriate acUon, including the adoption of zonfng laws, to the extent reasonable. to restrict the use of land adjacent to or in 'he immediate vidnity of the airport to activities and purposes compatible with normal airport operations, induding landing and takeoff of aircraft In addlfion, if the project Is for noise compafibility program implementation, it will not cause or pennlt any change in land use, within its jurisdiction, that will reduce rts compatibjlity, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended, 22. Econom[c Nondiscrimination. a. It will make its airport available as an airport for public use on reasonable terms and without unjust discnmlnation. to any person. finn, or corporation to conduct or to engage in any aeronautical activity for furnishing services to the public at the airport. b, In any agreement, contract lease. or other arrangement under which a right or privllege at the airport Is granted to any person. firm, or corporation to conduct or to engage in any aeronautical acl[vity for fumishlng services to the public at the airport. the sponsor will insert and enforce provisions requiring the contractor to(1) furnish said 5eIVlces on a reasonable, and not unjustly discriminatory, basis to all users thereof. and (2) charge reasonable, and not unjustly discriminatory. prices for each unit or service, provided that the contractor may be allowed to make reasonable and nondiscriminator;; discounts, rebates, or olher similar types of price reductions to volume purchasers. C. Each fixed-based operator at the airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed-based operators making the same or simrlar uses of such airport and utilizing the same or similar faCilities. d. Each air carner using such airport shall have the right to selVice itself or to use any fixed-based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, or subtenant of another air eanier tenant) shall be subject to such nondiscriminatory and substantially comparabre rules, regulations. conditions, rates, fees, rentals, and other charges with respect to facilities directly and substantially related to providing air transportation as are applicable to all such air carners which make similar use of such airport and utilize similar facilities, subject to reasonable c1.assTfications such as tenants or nontenants and signatory carriers and nonsignatory carriers. Classification or status as tenant or signatory shall not be unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on air carners in such classification or status. f. It will not exercise or grant any right or privilege which operates to prevent any person. finn, or corporation operating aircraft on the airport; from performing any serviceS on its own aircraft with its own employees (including, but not limited to maintenance, repair, and fueling) that it may choose to perform. g. In the event the sponsor itself exercises any of the rights and privileges referred to in lhls assurance, the selVices involved will be provided on the same conditions as would apply to the furnishing of such services by commerCial aeronautical service providers authorlzed by the sponsor under these provisions. h. The sponsor may establish such reasonable, and not unjustly discriminatory, conditrons to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport. i. The sponsor may prohibit or limit any given type, kind or class of aeronautical use of the airport if such action is necessar;; for the safe operation of the airport or necessary to sa.rve the clvil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any person providing, or intending to provide. aeronautical selVices to the public. For purposes of this paragraph, the providing of the services at an airport by a single fixed--based operator shall not be construed as an exclusive right if both of the following apply: a. It would be unreasonably costly. burdensome, or impractical for more than one fIXed-based operator to provide such services, and b. If allowing more than one fixed-based operator to provide such services would require the reduction of space leased pursuant to an existing agreement betvveen such single 􀁦􀁩􀁸􀁥􀁤􀁾􀁢􀁡􀁳􀁥􀁤􀀠operator and such airport It further agrees that it will not, either directly or indirectly, grant or permit any perSon, finn. or corporation, the exclusive right at the airport to conduct any aeronautical actlvlties, induding, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aertal advertising and surveying. air carrier operations, aircraft sales and services, sale of aviation petrolaum products whether or not conducted in conjunction with other aeronautical actMty, repaIr and maintenance of aircraft, sale of ,,[rcraft parts. and any other activities which because of their direct relationship to the operatlon of aircraft can be regarded as an aeronautical activity, and that it will termInate any exclusive right to conduct an aeronautical activity now existing at such an alrport before the grant of any assistance under Titie 49. United States Code. Ai.pOIi Assurances (06102197 -State Modified 7197) A-5 24. 25. 26. 27. 􀀲􀁾􀁴􀀠29. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services at the airport 'W'hich will make the airport as 􀁳􀁥􀁬􀁦􀁾􀁵􀁳􀁴􀁡􀁩� �􀁩􀁮􀁧􀀠as possible under the circumstances existing at the particular airport, taking into account suCh factors as the volume of traffic and economy of collection. No part of the Federal share or an airport development, airport planning or noise 􀁃􀁑􀁭􀁰􀁡􀁴􀁾􀁢􀁩􀁬􀁩􀁴􀁹􀀠project for which a grant is made under Tifle 49, United States Code, the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate basis in establishing fees, rares, and charges for users of that airport. Airport Revenues. a. All revenues generated by the airport and any local taxes on avlaUon fuel established after December 30, 1987, will be expended by it for the capital or operating costs of the airport; the local airport system; or other local facilities whlch are owned or operated by the owner or operator of the airport and which are directly and substantially related to the actual air transportation of passengers or property; or for noise mitigation purposes on or off the airport. Provided, however, that if covenants or assurances in debt obligaUons issued before September 3, 1982. by the owner Or operator of the airport, or provisions enacted before September 3, 1982, in govemlng statutes controlllng Ihe owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other faclllties, then this IimitaUon on the use of all revenues generated by the airport (and, tn the case of a public airport, local taxes on aviation fuel) shall not apply. b. As part of the annual audit required under the Single Audit Act of 1984, the sponsor will direct that the audit "viii review. and the resulting audit report will provlde an opinion conceming, the use of airport revenue and taxes tn paragraph (a), and indicatIng whether funds paid or transferred to the owner or operator are paid or transferred in a manner consistent with Title 49, United States Code and any other applicable provision of law, including any regulation promulgated by the Secretary or Administrator. c. Any civil penalties or other sanctions will be imposed for violation of tllis assurance in accordance with the provisions of Section 47107 of Title 49, United Slates Code. Reports and inspections. It will: a. submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request and make such reports available to the public; make available to the publlc at reasonable times and places a report of the airport budget in a format prescribed by the Secretary: b. for alrport development projects. make the airport and all airport records and documents affecting the alrport, including deeds, leases, operation and use agreements. regulations and other instruments. available for inspection by any duly authOrized agent of the Secretary upon reasonable request; c. for noise compatibllity program projects, make records and documents relating to the project and continued compliance with the terms, condjtjons, and assurances of the grant agreement including deeds, leases, agreements. regufations, and other jnstruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request; and d. in a format and time prescribed by the Secretary, provide fo the Secretary and make available to the publiC following each of its fiscal years, an annual report listing in detail: (1) all amounts paid by the airport 10 any other unit of government and the purposes for which each such payment was made; and (2) aU services and property provided by the airport to other units of government and the amount of compensation received for provision of each such service and property. Use by Government Aircraft. it will make available all of the facilities of the airport developed witll Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Govemment. aircraft in common with other aircraft at all times without charge, except, if the use by Govemment aircraft is substantial, charge may be made for a reasonable share, proportion.al Jo such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary. or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by Government aircrpft will be considered to exist when operations of such aircraft are in excess of tllose which, in the opinion of the Secretary. would unduly interfere with use of the landing areas by other autllorized aircraft, or during any calendar mOnth 􀁬􀁨􀁡􀁴􀁾􀀠a. Five (5) or more Government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (COunting each landing as a movement) of Govemment aircraft fs 300 or more, or the gross accumulative weight of Gavemment aircraft using the airport (the total movement of Government aircraft multiplied by gross weights of such aircraft) is in excess offive mlUion pounds. Land for Federal Facilities. It will furniSh without cost 10 the Federal Government for use in connection with any ail traffic control or air navigation activities, or weatheNeporting and communication activities related to air traffic control, any areas of land or 'Water, or estate therein, or rights in buildings of the sponsor as the Secretary conSiders necessary or desirable for construction, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. Airport 􀁾􀁡􀁹􀁯􀁵􀁴􀀠Plan. 􀁾􀀠State Modified 7/97) A·6Airport Assurances (06/02197 30. 31. 32. 33. 34. a. It will keep up to date al all times an airport layout plan of the alrporl,hewing (1) boundalies of the alrporland all proposed additions thereto, together 􀁾􀁩􀁴􀁨􀀠the boUndaries of all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions therein; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal bulldings, hangars and roads), inclUding all proposed extensions and reductions of existing airport facllities; and (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon. Such airport layout plans and each amendment, revision, or modification thereof, shall be subject In the approval of the Secretary whicl1 approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan, The sponsor will not make or pennit any changes or alterations in the airport or any of its facilities which are not In confonmily with the airport layoul plan as approved by Ihe SecretaI)' and which mighl, in the opinion of Ihe SecretaI)', adversely affect the safely, utilily or efficiency of the airport. b. Ifa change or alteration in the airport or the facilities is made which the Secretary detennines adversely affects the safely. uWily, or efficiency of any federally owned, leased, or funded property on or off the airport and whicl1 is nol in confolTl1ily with the airporllayout plan as approved by the SecretaI)', the owner or operalor will, if requesled, by the SecretaI)' (1) eliminale such adverse effect in a manner approved by Ihe Secretary; or (2) bear all costs of relocating such property (or replacement thereon 10 a site aceeptable to Ihe SecretaI)' and all costs of restoling such property (or replacement thereon to the level of safely, uUlily, effiCiency. and COSI of operation existing before the unapproved change In the airport or its facilities. Civil Rights. It will comply with such rules as are promulgated 10 assure that no person shall, on the grounds of race. creed, color, national origin, sex, age. or handicap be excluded from participating in any activity conducted with or benefiting from funds received from this grant. This assurance obligates the sponsor for the period during which Federal financial assistance is extended to the program. except where Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein Of structures Of improvements thereon in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) Ihe period during whicl1 Ihe properl'l is used for a purpose for which Federal financial assistance Is extended. or for another purpose involving the provislon of similar services or benefits, or (b) the period during which the sponsor retains ownership or possession of the property. Disposal of Land. a. For land purchased under a grant for airport noise compatibility purposes, it will dispose of the land, when the land is no longer needed for such purposes, al fair market value, at the earliest practicable lime. That portion of the proceeds of such disposition which is proportionate to the United States' share of acquisition of such rand win, at the discretion of the Secretary, 1) be paid to the Secretary for deposit in the Trust Fund, or 2} be reinvested in an approved noise compatibility project as prescribed by the Secretary. b. (1) FOr land purchased under a grant for airport development purposes (other than noise compatibilily), it will, when the land is no longer needed for airport purposes, dispose of such land at fair market value or make available to the Secretary an amount equal 10 the United States' proportionate share of the fafr market value of the land. That portion of the proceeds of such disposition whicl1 is proportionale to the United Stales' share of the cost of acquisition of such land will, (a) upon application to the SecretaI)', be relnvesled In another eligible airport improvement project or projects approved by the Secretary at that airport or within the national airport system, or (b) be paid 10 the SecretaI)' for deposit in the Trust Fund If no eligible project exists. (2) Land shall be considered to be needed for airport purposes under this assurance If (al it may be needed for aeronautical purposes (including runway protection zones) or serve as noise buffer land, and (b) the revenue from interim uses of such land contributes to the financial self-sufficiency of the airport. Further, land purchased with a grant received by an airport operator or owner before Deoomber 31, 1987, will be considered to be needed for airport purposes if the SecretaI)' or Federal agency making sucl1 grant before December 31, 1987, was notified by the Operator or owner of the uses of suCh land, did not object to such use, and the land continues to be used for that purpose. such use having commenced no later than December 15, 1989. c. Disposition of such land under (a) or (b) wlll be subject to the retention or reservation of any interest or right therein necessary to ensure that such land will only be used for purposes which are compatible with noise levels assoCiated with operation of the airport Engineering and Design Services. Jt will award each contract, or sub-contract for program management, construction management, planning studies, feasibility studies, architectural services, preliminary engineering, design. engineering, surveying, mapping or related services wi1h respect to the project in the same manner as a contract for architectural and engineering services is negotiated under TiUe IX of the Federal Property and Administrative Services Act of 1949 or an equivalent Qualifications-based requirement prescribed for or by the sponsor of the airport. Foreign Market Restrictions. It will not allow funds provided under this grant to be used to fund any project which uses any product or service o(a foreign counlry during the period in which such foreign country is listed by the United States Trade Representative as denying fair and equitable market opportunities for products and suppliers of the United States in procurement and construction. Policies, Standards. and Specifications. It wi![ carry out the project in accordance with pollcles. standards, and specifications approved by the secretary including but not limited to the advisory circulars listed in the Current FAA Advisory Circulars for AlP projects, dated May 1, 1995 and included in Ihis grant, and in accordance wilh applicable stale pOlicies, standards, and specifications approved by the Secretary. A·7 Ail]lort Assunmces (06/02/91-State Modified 1197) 35. Relocation and Real Property Acquisition. (1) It will be guided in acquiring real property. to the greatest extent practicable under Slate law. by the land acquisition policies In Subpart B of 49 CFR Part 24 and will payor reimburse property owners for necessary expenses as specified in Subpart B, (2) It will provide a relocation assistance program offering the services described in Subpart C and fair and reasonable relocation payments and assistance to displaced persons as required in Subpart D and E of 49 CFR Part 24. (3) It will make available within a reasonable parted of time prior to displacement. comparable replacement dwellings to displaced persons in accordance with Subpart E of 49 CFR Part 24. 36. Access By InterCity Bus.s. The airport owner or operator will permit. to the maximum extent practicable. intercity buses or other modes of transportation to have access to the airport. however, it has no obligation to fund spedal facilitJes for interCity buses or for other modes of transportation. Airport Assurances (06102197 -Slate Modified 7197) A-S CURRENT FAA ADVISORY CIRCULARS FOR AlP PROJECTS Updated On: May 1,1995 NUMBER 7017460-1H, CHG 1 8. 2 15015000-13 " 150/5100-14C 15015210-58 150/5210-78 150/5210-14 150/5210-15 150/5210-18 15015220-48 15015220-1OA 15015220-13B 15015220-14A 15015220-16A 15015220-17A 150/5220-18 150/5220-19 150/5220-20. CHG 1 150/5220-21, CHG 1 lSO/5300-13. CHG 1, 2. 3, 8. 4 150/5300-14 150/5300-15 150/5320-58 lSO/5320-6C. CHG 1 8. 2 150/5320-128 15015320-14 150/5325-4A. CHG 1 15015340-1G 15015340-4C, CHG 1 8. 2 15015340-58, CHG 1 15015340-148, CHG 1 8. 2 150/5340-178 15015340-18C. CHG 1 IS01S340-19 ISOIS340-21 15015340-238 IS0I5340-24, CHG 1 IS015340-27A lS0I5345-30 IS0/S345-SA 1SOI5345-70. GHG 1 15015345-10E lS01S345-12C IS01S34S-13A 150/5345-268, CHG 1 8. 2 IS0/S345-27C 15015345-28D, CHG 1 IS0I5345-398, CHG 1 150/S34S-42C. GHG 1 150/5345-430 lSO/5345-44F, CHG 1 15015345-45A 150iS345-46A 150IS345-47A 150IS345-49A lSOI5345-S0, CHG 1 15015345-51. GHG 1 150/5345-52 150/5345-53 150/5360-9 lSO/5360-1ZA 150/5360-13. CHG 1 IS015370-IS015370-2C 15015370-68 lSO/S370-10A. GHG I, 2, 3, 4, 5, 6, 7, & 8 15015370-11. CHG 1 15015370-12 15015390-ZA 15015390-3 SUBJECT Obstruction Marking and Lighting Announcement of Availibility RTCA Inc., Document RTCA-221. Guldance and Recommended Requirements for Airport Surlace Movement Sensors Architectural, Engineering. and Planning Consultant Services for Airport Grant Projocfs Painting, Marking and Ughting of Vehicles Used on an AIrport Aircraft Fire and Rescue Communications AIrport Fire and Rescue Personnel Protective Clothing Airport Rescue and Firefightlng Station Building Design Systems (or Interactive Training of Airport Personnel Water Supply Systems for Aircraft Fire and Rescue Protection Guide Specification for Water/Foam Type Aircraft Rescue and Fireftghing VehiCles RunliWY Surtace Condition Sensor Specificatlon Guide Airport Fire and Rescue Vehicle Specification Guide Automated Weather Observing Systems for NonFederal Applications Design Standards for Aircraft Rescue FireflghUng Training Facilities Buildings for Siorage and Maintenance of Airport Snow and lea Control Equipment and Matertals Guide Specification for Small. 􀁄􀁵􀁡􀁬􀁾􀁁􀁧􀁥􀁮􀁴􀀠Aircraft Rescue and Firefighting VehIcles Airport Snow and Ice Control Equipment Guide Specifications for Lifts Used to Board Airtlne Passengers with Mobility Impairments Airport Design Des!gn of Aircraft Deicing Facilities Use of Value Engineering for Engineeling Design of Airport Grant projects Airport Drainage Airport Pavement Design and Evaluation Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces Airport landscaping for Noise Control Purposes Runway Length Requirements for Airport Design Standards for Airport Marking Installation Details for Runway Centerline Touchdown Zone Lighting Systems Segmented Circle Airport Marker System Economy Approach Llghllng Aids Standby Power for NonFAA Airport Ughling Systems Standards for Airport Slgn Systems Taxiway Centerline Lighting System Airport Miscellaneous Lighting Visual Aids Supplemental Wind Cones Runway and Taxiway Edge Lighting System Air·To-Ground Radio Control of Airport Lighting Systems Speciftcatlon for 􀁌􀁾􀁡􀀲􀀱􀀠Panels for Remote Control of Airport Ughting Circuit Selector SWitch Specificatlon for L·824 Underground Electrical Cable for Airport UghUng Circuits Specification {or Constant Current Regulators Regulator Monitors Specificallonfor Airport and Heliport Beacon Specification for l·841 Auxiliary Relay cabinet Assembly for Pilot control of Airport lighting Circuits Specifications for L..a23 Plug and Receptacle, Cable Connectors Specification ror \Mnd Cones Assemblies Precision Approach Path Indicator (PAPI) 􀁓􀁹􀁳􀁴􀁥􀁭􀁾􀀠FAA Specification L·S53. Runway and Taxiway Centertlne Retroflective Markers Specification for Airport Light Bases, Transformer Housings, Junction Boxes and Accessories Specification for Obstruction Lighting Equipment Specification for Taxiway and Runway Signs Lightweight Approach Light Structure Specffic.alion for Runway and Taxiway Light Fixtures ISOlation Transformers for Airport Lighting Systems Specification L·854, Radio Control Equipment Specification for Portable Runway Lights Specification lor 􀁄􀁩􀁳􀁣􀁨􀁡􀁲􀁧􀁥􀁾􀁔􀁹􀁰􀁥 􀀠Flasher Equipment Generic Visual Glideslope Indicators (GVGI) Airport Lighing Equipment Certifrcation Program Planning and Design of Airport Terminal Facilities at NonHub Locations Airport Signing and Graphlcs Planning and Design Guidance for Airport Terminal Facilities Operational Safety on AJrports Duling Construction Construction Progress and Inspection 􀁒􀁥􀁰􀁯􀁲􀁴􀁾􀁁􀁬􀁲􀁰􀁯􀁲􀁴􀀠Grant Program Standards for Speciiying Construction or Airports Use of Nondestructive Testing Devices in the Evaluation of Airport Pavements Quality Control of Construction for Airport Grant Projects Heliport Design Vertiport DeSign A-9 CERTIFICATION OF AIRPORT FUND TxDOT Contract No.: 8XXFA040 TxDOTCSJNo.: 9842ADDSN I, _____-=-::---:--_____' ____---=-:-::-::--_____' (Name) (Title) do hereby certifY that the ______--:::-:-_--:c=---= -______Airport Fund has (Name ofFund) been established for the City of Addison and that all fees, charges, rents, and money from any source derived from airport operations will be deposited for the benefit ofthe ______-::-::__--::=_-:-:-______Airport Fund and will not be diverted for (Name ofFund) other general revenue fund expenditures or any other special fund of the City of Addison and that all expenditures from the Fund will be solely for airport purposes. Such fund may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. The City ofAddison, Texas, has caused this to be duly executed in its name, this ___day of _________,19___ The City ofAddison, Texas (Sponsor) Title:____________ DESIGNATION OF SPONSOR'S AUTHORIZED REPRESENTATIVE TxDOT Contract No.: 8XXFA040 TxDOT CSJNo.: 9842ADDSN I, __________􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭(Name) (Title) hereby designate _______-;::-:-_--=:-:-:--:-_________as the Sponsor's (Name, Title) authorized representative for the project, who shall have the authority to make approvals and disapprovals as required on behalf ofthe Sponsor. The City of Addison, Texas, has caused this to be duly executed in its name, this ___ day of _________________, 19___ The City ofAddison, Texas (Sponsor) By:________________________ Title:_____________ DESIGNATED REPRESENTATIVE Mailing Address: TelephonelFax Number: CERTIFICATION REGARDING PAVEMENT PREVENTIVE MAINTENANCE TxDOT Contract No.: 8XXFA040 TxDOT CSJ No.: 9842ADDSN The City of Addison, Texas, assures or certifies that it has implemented an effective airport pavement maintenance-management program and it assures that it will use such program for the useful life of any pavement constructed, reconstructed or repaired with Federal fmancial assistance at the airport. It will provide such reports on pavement condition and pavement management programs as the State determines may be useful. The City of Addison, Texas (SPONSOR) (SIGNATURE) (TITLE) (DATE) CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS A. The grantee certifies that it will or will continue to provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use ofa controlled substance is prohibited in the grantee's workplace and speeifying the actions that will be taken against employees for violation ofsuch prehibition: (b) Establishing an ongoing drug-free awareness program to inform employees about(I) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation, and employee assistance programs; and (4) The penalties that may be imposed upon employees for drug abuse violations oceutring in the workplace; (c) Making it a requirement that each employee to be engaged in the performance of the grant bc given a copy ofthe statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will(1) Abide by the terms ofthe statement; and (2) Notify the employer in writing of hi. or her conviction for a violation of a eriminal drug statute occurring in the workplace no later than five calendar days after such conviction; (e) Notifying the agency in writing, within ten calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grant officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notices shall include the identification number(s) ofeach affected grant; (f) Taking one of the following aetions, within 30 calendar days ofreceiving notice under paragraph (d)(2), with respect to any employee who is so convieted(l) Taking appropriate personnel action against sueh an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or (2) Requiring sueh employee to participate satisfactorily in a drug abuse assistance Or rehabilitation pregram approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation ofparagraphs (a), (b), (c), (d), (e), and (£), B. The grantee may insert in the space provided below the site(s) for the perfbnnance ofwork done in connection with the speeifie grant: Place of Performanee (Street address, city, county, state, zip code) All Town premises P.O. Box 9010 Addison, Dallas County, Texas 75001 Check __ if there are workplaces 011 file that are not identified here. Signed: Dated: ________ Ron Whitehead, City Manager, Town of Addison Typed Name and Title of Sponsor Representative PUBUC WORKS DEPARTMENT (972) 450-2871ADDisoN Post Office Box 144 Addison, Texas 75001 16801 Weslgrove February 26, 1998 Ms. Kathy Griffin, Grant Manager TxDOT, Aviation Division 125 E. 11th Street Austin, TX 78701-2483 Re: TxDOT Project No: AP Addison; TxDOT CSJ No.: 9842ADDSN Dear Ms. Griffin: John Baumgartner has asked me to respond to your letter of February 10, 1998, and accordingly, this is to transmit the following information: 1. Sponsor Certification for Selection of Consultants 2. Sponsor Certification for Equipment/Construction Contracts 3. Sponsor Certification of Project Plans and Specifications 4. Summary of Miscellaneous Fees and Engineering Fees for Design Work to be Reimbursed Under This Contract. 4. Copy of Published Bid Advertisement, Bid Tabulation and Recommendation of Award 5. Estimated Drawdown Schedule Referring to the Engineer's recommendation of award letter, we have received the Statement of Premium Cost and Acknowiedgment Of AddeniIa from the low bidder, H.B. Zachry. The Addison Town Council authorized the City Manager to award the bid to H.B. Zachry at its meeting on February 24, 1998. We look forward to receiving the grant and working with you on this project Please give me a call at 972-450-2879 if any additional information is needed. Very truly yours, 􀁭􀀮􀁾􀀺􀀺􀀺􀁴􀀡􀂣􀁾􀀠 Assistant City Engineer cc: John Baumgartner, Director of Public Works Enclosures SPONSOR CERTIFICATION FOR SELECTION OF CONSULTANTS 􀀭􀁐􀀻􀁾􀀯􀁉􀀿􀀠aflldJ-:;(!71 1frIdc'k20 /2r;oaci .4? A'OtJl:0cJ Sponsor's Name Airport project NUniEei=""' 􀀭􀁉􀀭􀀺􀁋􀀺􀀻􀀢􀁾􀁦􀁣􀀺􀀮􀂷􀀯􀀿􀀭􀀿􀀬􀀿 􀀽􀀿􀀻􀀼􀀬􀀻􀁪􀀼􀀽􀀨􀀡􀀮􀁃􀀽􀀬􀀯􀀬􀀬􀀢􀁤􀀢􀁙􀀿􀁾􀀧􀁰􀁯􀀬􀀽􀀬􀀯􀀮􀁟􀁉􀀶􀀮􀁌􀁦􀁬􀀢􀀿􀀧􀀭􀀭􀁽􀀧􀁥􀀿􀀢􀀧􀁉􀁊􀀧􀀭􀀧􀀭􀁇􀀬􀀭􀀬􀁡􀀮􀁲􀀺􀀾􀀮􀁌􀀦􀀱􀀠􀀧􀀬􀀯􀁥􀀵􀁾􀁦􀀯􀁊􀁌􀀠·/.z.o<,:'.l,>Lv ,.,(/1, M Ir? project Description I I Section509(d) of the Airport and Airway Improvement Act of 1982, as amended (herein called the Act), authorizes the Secretary to require certification from sponsors that they will comply with statutory and administrative requirements. The following list of certified items includes major requirements for this aspect of project implementation. However, the list is not comprehensive, nor does it relieve sponsors from fully complying with all ' applicable statutory and administrative standards. Every certified item must be marked. Each certified item with a fino" 􀁾􀁥􀁳􀁰􀁯􀁮􀁳􀁥􀀠must be fully explained in an attachment to this certification. If the item is not applicable to this project, mark the item fiN/A". General procurement standards for ,consultant services within Federal grant programs are described in 49 CPR 18.36.' Sponsors may use other qualifications-based procedures provided they are equivalent to specific standards in 49 CFR 18 and Advisory Circular 150/5100-14. 1. Advertisements 􀁾􀀺􀁶􀀮(will be) .placed to ensure fair and open competition from 􀁾􀁤􀁥􀀠area of'interest. , " " Yes '?c No 􀁎􀀯􀁁􀀮􀁾􀀭􀀺􀀭􀁟􀀠2. 'For'contracts"over $25[000[ 'consultants {wereJ) (will be) selected using' competitive procedures' based on qualifications[ , experience[ and disadvantaged business enterprise requirements with the fee determined through negotiation. ,. Y 􀁎􀀶􀁎􀀯􀁁􀀮􀁟􀀧􀁾􀁟􀀠3. An independent'cost analysis was (will be) performed[ and a record of negotiations 􀀨􀁣􀁧􀁡􀁳􀀽􀁢􀁥􀁾􀀠will be) prepared reflecting the considerations involved in the establishment of fees. . , Yes X No__,,_'_ N/A 4. If engineering or other services are to be 􀁰􀁥􀁲􀁦􀁯􀁲􀁭􀁥􀁤􀁾􀁢􀁾􀁹􀀭􀀭􀂭sponsor force account personal[ prior approval (was) (will be) obtained from FAA. . • Yes No .1U..A_ K 5. The consultant services contracts clearly 􀂫􀁥􀁳􀁴􀁡􂂬􀁾􀀾􀀠(will establish) the scope of work. and delineate the 􀁤􀁾􀁶􀁩􀁳􀁾􀁯􀁮􀀠of responsibilities between all parties engaged in carrying out elements of the project. Yes )( No.__,__ N/A___ Page 1 of 2 6. Costs associated with work ineligible for AlP funding 􀁾􀀠(will be) clearly identified and separated from eligible 􀁩􀁴􀁾􀀠Yes )( No N/Ac--__ 7. All mandaterY-Q?ntract provisions for grant-assisted contracts @e 􀁢􀁾􀀠(will be) included in all consultant services contracts. Yes >< No N/A 8. If the contract is awarded withou?competition, 􀁰􀁲􀁥􀀭􀀭􀁡􀀭􀁷􀀭􀁡􀀭􀁲􀁾􀁤􀂭review and approval (was) (will be) obtained from FAA. Yes No N/A V 9. Cost-plus-percentage-of-cost 􀁾􀁏􀁤􀁓􀀠􀁾􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁴􀁩􀁮􀁧􀀠> prohibited under Federal standards were 􀁮􀁾􀀠(will not be) used. Yes 􀁾􀀠No 􀁎􀀯􀁁􀀷􀀭􀁾__ 10. If the services being procured cover more than the single S project 􀁲􀁥􀁦􀁥􀁲􀁾􀁮􀁣􀁥􀁤􀀠in this certification, the scope of work (was) (will be) specifically described in the advertisement, and e work will not be initiated beyond three years. , Yes No N/AX I certify that, for the project identified herein, the responses to the forgoing items are correct as marked, and that the attachments, fA f any, are correct and complete. ;igned: /.7 􀁾􀀠/l Dated:,z-F!-98 onsor s 􀁁􀁾􀀶􀁲􀁩􀁺􀁥􀁤􀀠Representative John R. Baumgartner, P.E. -Director of Public Works Typed Name and Title of Sponsor's Representative Page 2 of 2 SPONSOR CE8TIFICATION FOR EQUIPMENT/CONSTRUCTION CONTRACTS -ZOu 24 0//Jd'J6 :?Z' . crdtl9?77 &/.«01 􀁤􀁴􀁾A'/)/2I;ad sponsor I s Name . Airport /project Number 􀁧􀁾􀀺􀀵􀁌􀁌􀁃􀀯􀁌􀀢􀀯􀀺􀀮􀁥􀁾􀀠i2a.N1a //?/UI? 􀁾􀁾􀀮􀀠-;;::;ZW"''''<: 􀁎􀁯􀁟􀁾__ JY.A==.-.r 2: specifications. for the pro,?urement 􀁾􀁯􀁦􀀠equirmen1; 􀁾􀀠 􀀨􀁷􀁾􀁬􀁬􀀠not be) 􀁰􀁲􀁯􀁰􀁲􀁾􀁥􀁴􀁡􀁲􀁹􀀠or 􀁷􀁲􀁾􀁴􀁴􀁥􀁮􀀠so as to 􀁲􀁥􀁳􀁴􀁲􀁾􀁣􀁴􀀠 competition. At least two manufacturers can meet the specification. Yes X No N/A,::--_-:3. The development included) (to be inCluded) in the plans is depicted on an airport la plan approved by FAA. 􀁙􀁥􀁳􀁾􀀠NO__._ N/A,--;-'----:-:-:4. Development which is ineligible for AIP funding (has been) (will be) omitted from the plans and specifications. Yes , No N/A 􀁾􀀠 5. Process control and acceptance tests required for the project by standards contained in Advisory Circular 150/5370-10 Page 1 of 2 I 􀁾(will be) included in the project specifications. Yes X No N/A 6. If a value engineering clause is incorporated into 􀁴􀁾􀁨􀀭􀁥􀀭􀀭􀀭􀂭contract, concurrence (was) (will be) obtained from FAA. X e 0 N/A_ 7. The plans and specifications incorporate) (will 􀁾􀁾􀀭􀂭incorporate) applicable requirements a endations set forth in the Federally-approved environmental finding. Yes No N/A X8. For construction activities within or near aircraft operational areas, 􀁴􀁾􀁾􀁥􀁮􀁴􀁳􀀠contained in Advisory circular 150/5370-2 􀁾(will be) discussed with FAA 􀁾􀀠􀀮􀀠orated into the 􀁳􀁰􀁥􀁣􀁩􀁦􀁾􀁣􀁡􀁴􀁩􀁯􀁮􀁳􀀮􀀠A safety/phasing 􀁰􀁾􀁨􀁡􀁳􀀠. (will be) prepared, and FAA concurrence (has been) (wil be obtained, if required. 􀁾􀀠􀁾􀀠. Yes 􀁾􀀠No N/A 9. The project (was) (will be) physically completed 􀁷􀁩􀁴􀁨􀁾􀁯􀁵􀁾􀁴􀀭􀂭Federal participation in costs due to errors or omissions in the plans and specifications which were foreseeable at the time of project design. 􀁙􀁥􀁳􀀮􀁾􀀮___ 􀁎􀁯􀁟􀁾􀁟􀀠N/A,X 􀁾􀀠certify that, for the project identified herein, the responses to the forgoing items are correct as marked, and that the attachmentsL any';-'-are: correct and complete. signed: Dated: Z-/?/-Xq John R. Baumgartner. P.E. -Director of Public Works Typed Name and Title of sponsor's Representative Page 2 of 2 Fees lFoibeslgn Work to be Reimbursed Under This Contract Summary of Miscellaneous Fees and Engineerin! AmountDescription Of Fees 􀁾................. Bid Advertising & Miscellaneous $1,000.00 Initial Engineering Design $147,662.00 $11,200.00 Construction Administration . $43,700.00 1?E?E;ign update •Resident Project Representative $95,546.00 $22,000.00Acceptance Testing $6,000.00iConstructi011 Phase Surveying i Single Audit $2,500.00 . Total $329,608.00 :\weslside\reimbsmt.wI<4 I ADVERTISEMENT FOR BIDS The Town of Addison Is. accepting bids from all in1erc5ted parties for the Conslrucllon of 1he West TaxiwaY and Connectors wlth Drainage Improvemenls (SOUlh Segment) al the Addison Airport. BID NO; 98-04 Texas Oeparlmenl of Transporlation (TxDOT) proiecl No.; 9842 ADDSN Bid Name: West 􀁔􀁡􀁸􀁾􀁷􀁡􀁹and Connectors wilh DraInage Improvements Pre-aid2:00 pm Tuesday, 􀁄􀁾􀁣􀁥􀁭􀁢􀁥􀁲􀀠16, 1997 Addison Service Cenfer 16801 Westgrove Addison, Texas 75248 _,.. Alle,ndance is-Voluntary, bul recommended U , Bids Opener!:2:00 Thursday. January 15, 1993 Office of the PurChasing Manager Addison Finance Building5350 Bell Line, 􀁁􀁤􀁤􀁩􀁳􀁯􀁮􀁾􀀠Texas 75240 I .\ For questions concerning the bidding procedure conlact Mr. Clyde Johnson, Purchasing Managet, at (972) 450-7090. Questions concerning specifica.. lions or technical information may be directed to 'Ms. Leslie Sagar, Proiect Manager -URS Greiner, , at {817} 545-0891 or Mr. James Piercel Assistant City Engineer, at (972) 450-2879, Copies of the general condilions, plans, and specifii calions and othet bidding documents are on file and available in the office and are open for public inspection. Complele sels of general conditions, plans, and specifications and other bidding documents may be obtained free of charge by applying to the pur.. Chasing Manager al 5350 Ben Line Road, Addison, Texa, 75240, (972) 450-7090. A Bid Securi!v in the form of a Bid Bond issued by a surely Company licensed by the State of Texas 10 act as SurelY, or a Binder of Insurance executed by a Surety Company licensed by the Slate of Texas fo act as a surely or its authorized agent in the amounl of (5%) of the gross amount of the base bid as a 9uaranivi shall accompany the sealed proposalof each bidder. Deposils will be returned fo the un.. successful bidders and fo successful bidders upon approval of Ihe Conlracl and submission of a 100% Performance Bond. a 100% Payment Bond and a 100% Maintenance nond. The Surely Company shall be on the nu.S. TreasurY Department's currenl List of Acceplable securilies, circular 570". POliCY: II is the policy of the Oeparlment of Trans.. porlalion (OOT) Ihal disadvantaged business 􀁥􀁮􀁾􀀠lerprises as defined in 40 CFR Pari 23 shaU have the maximum opportunitY 10 participate in the performance of confracls financed in whole or in part wilh Federal funds. Buy American Ptovision: The proposed conlracl is subiect 10 the Buy Amerlo:.an Drovisip,n under Sec: ..,Ion 91'29 of Ihe'Avlallon Safelv and Capat:::Hv Expansion Acl of 1990. Details of such requIrement are contained in the Specifications, . DBE/MBE Requirements: All bidderSo and proposers shall mak.e good falth eHorls. as defined in 􀁁􀁰􀁾􀀠pendix A of 49 CFR ParI 23, Regulalions of the Secretary of Transporlation. to subcontrac.l15% of the dollar value of. the prime conjracllo small business concerns owned and conh'olled by socially and economically disadvantaged individuals llar va!ue of 􀁉􀁨􀁾􀀠conlract {subcontract}. If the bidder 􀁦􀁡􀁬􀁬􀁾􀀠fo achieve the conlracl goal as slated herein. it will be required to provide documenfation that it.made 􀁧􀁯􀁾􀁤􀀠faUh efterls in atlempling to dq so. A bit! lhal fads 10 meel lhese requirements WIll be considered nonresponsive. The proposed contract is under and subiect to Executive Order 11246 of Seplember 24, 1965, and to the Equal Opportunity Clause. The Bidder s (ProP?ser's) affenfion is caUed to the "Equal OpportunIty Clause" and lhe "Standard Standard Federal EqualEmployment Opportunilv Construction Conlrael Specifications" sel forlh fo the Specifications. The bidder (proposer) must supply alllhe information required by Ihe bid or proposal form. The 􀁾􀁜􀁊􀁣􀁣􀁾􀁳􀁳􀁦􀁵􀁬􀀠bidder will be require9 10 submit a CertificatIon of Nonsegregaled Facilll1es prior 10 award of lhe conlract, and oolifY prospec!ive subconJractors of the requirements for such a 􀁣􀁥􀁲􀁦􀁩􀁦􀁪􀁾􀀠cahon where the amounl of the subconlrad excfl.eds 510,000. Samples 01 the CerliHcalion and 􀁎􀁯􀁉􀁉􀁃􀁾􀀠1.0 Subcontractors appear in the Speclfrcatlons. Women win be afforded equal opporlunity in air 􀁡􀁲􀁾􀀠cas of emPlovmei)l. ,Hpwever, the employmenf of women shaH nol diminish the standards or requirements fot lhe emPloyment of minorities, 􀁃􀀮􀁯􀁮􀁴􀁲􀁡􀁣􀁬􀁾􀀠in Excess of S50,(l:lO, The Sponwr hereby gIVes noilce Ihat a contractor having 50 or more emp!oyees and his subcontractors having 50 or more employees and whO may be awarded a subcontract of S50,000 or more will be required to maintain an affirmalive aClion program wilhin 120 days of Ihe commencement of Ihe conlract. Addjjional Nolices for 51 Minion Conlract. (P Pre-award Eq4al Opportunity Complii"mce Reviews. Where the bId of th!'rapparcnt low responsible bidder is in the amounl of Sl MIllion or more Ihe bidder and his known alHier subconlractors 'f which will be awarded subcontracts of $1 ml!llon or :1 more will be subject to full. on sife preaward equaloPPOtlunilY compliance reviews before Ihe award of the conlracl for Ihe purpose of determining e whelher Ihe bidder and h!ssubconlractors are able 􀁾􀀠10 c.0mp!y with Ihe provisions of the Equal 􀁏􀁰􀁐􀁏􀁲􀁾il !uOIly Claus.e. ,I (2) Compliance Reporls. Wilhin 30 days afler • ay.'ard. of this conlracl, the contraclor shall file a ). compliance report {Standard Form 100) if f, (a) Tl1e conlraclor h.as,nol submllled a complele e compliance reporl wllhlO 12 months preceding lhe da,le of award; and 􀁾􀀠(b} The contractor is wilhin the definition of 􀀢􀁥􀁭􀁾􀀠e ployer" in paragraph 2e(J) of the instructions. Included In Standard Form \00. (c) Subcontractors. rhe conlractor shall require the subconlractor to aiHier sUbcontraclors irrespective of dollar amQunl, 10 file Standard 'Form 100 wilhin 30 days after award of the subcontract of 􀁉􀁨􀁾􀀠above IYlo condllionsapply. Slondard Form 100 WIll befurmsheCl upon request. ' 􀁔􀁾􀁥􀀠Town of 􀁁􀁤􀁤􀁪􀁳􀁯􀁮􀁾􀀠Texas reserves Jhe right 10 relecl any or aU 􀁢􀁾􀁤􀁳􀀮􀀠 Greiner, Inc. 4100 Amon Carter Blvd .. Suite 108 Fort Worth, Texas 76155 (817) 545·0891Greiner FAX: (817) 545·0534 January 19, 1998 E708024.81 Mr. James C. Pierce, Jr., P .E., DEE Assistant City Engineer Town of Addison P.O. Box 144 Addison, Texas 75001-0144 Re: West Taxiway and Connectors with Drainage Improvements (South Segment) Addison Airport Dear Mr. Pierce: We have completed our review of the three bids that were submitted for the West Taxiway and Connector project at the Addison Airport. Attached for your review and information is a tabulation of the bids that were submitted, as well as a matrix summary ofthe various forms and documents that were to be included in the bid docmnents by the contractors. Please note that none ofthe contractors submitted all the fom1s as requested; however, we believe that the omitted forms are not significant to the determination ofthe lowest, most responsive bidder for this project, and that the few omitted forms can and should be obtained from the low bidder prior to to award of the contract by the Town ofAddison. Based upon the bid tabulations, we recommend that the construction contract be awarded to H.B. Zachry for Alternates I and 3 in the amount of $ 2,050,627.77 as the lowest and best bid, provided that the omitted fonTIS (Statement of Premium Cost, Acknowledgement of Addenda) are obtained. Please let me know if you have any questions regarding the bid tabulation or the summary matrix of forms submitted by the bidding contractors. Also, since this project will receive funding fr0111 TxDOT, please Jet me know if I can be of further assistance with coordination between the Town of Addison and TxDOT. Sincerely, GREINER, INC. 􀁾􀁖􀁾􀁾􀀠Leslie V. Sagar, P.E. Project Manager enclosure cc: Karen Griffin __ __ ADDISON AIRPORT TXOOT PROJECT NO.: 9842 ADDSN BID T AS 􀁆􀁏􀁾ADDISON BID NO. 98-04 Datu: Jatloal)' 15, 1998 PROJECT OESCRIPT!ON CONSTRUCTW€;ST TAXIWAY AND CONNECTORS WITH DAA1NAGE lMPROVEMENTS (SOUTH SEGMENn ALTERNATE NO.1 CONCRETE 􀁅􀁎􀁇􀁉􀁎􀁾􀁅􀁒􀀧􀁓􀀠ESTIMATE 􀁲􀁾􀀧􀀠H.B. ZACHRY U DUINNICK BROS. INe: SPEC. ESTIMATED UNIT ".• ITEM UNIT ITEM' UNIT IrEM UNIT IrEMI#1 NO. I IrEMDESCRIPTION IOUi\NTITY PRICE($) AMOUNT (sJi I P.RICE"($) AMOUNT($n PB1CE'($) AMOV'" I 􀁐􀁒􀁉􀁾􀂧􀀠($) AMOU./lT > P·104·5.1 BITUMINOUS PAvEMENT REMOVAL . ____ t.19A20. 􀁟􀁾􀀺􀁲____􀁾􀀬􀁾􀀡􀀠155,070.00[! 0.67 i 13.011.4°1 7,00 I 135 I ,01,00 17,6$0:.Il!--􀁾􀁟􀁾􀀹􀁾􀁟􀀭􀀵􀀮􀀲􀀠CONCRETE PAVEMENiREMOVAL __1___},.,!40 SY 10.00 17.409:90 􀁾􀁾􀁾􀁾􀁟􀁉􀀠􀁡􀀬􀀵􀀳􀁑􀀡􀁾􀁾􀀡􀀡􀁾􀀺1 20.00. 34,0\1\).04 1:1'1 11,310, 􀁐􀁾􀀱􀀤􀀲􀀴􀁟􀀱􀀠􀁕􀁎􀁃􀁌􀁁􀁓􀁓􀁬􀁆􀁉􀁅􀁄􀁅􀁘􀁃􀁾􀁹􀁁􀁔􀁬􀁏􀁎􀀠____.__􀀮􀁾􀁾 􀁾􀁤􀀮􀁏􀁏􀀠CY ___U)O ___􀁾􀁾􀁟􀀴􀁟􀀬􀁾􀁏􀁏􀀮􀁏􀁏􀀠11.00 I. 􀀲􀀵􀁟􀀴􀀮􀁾􀁩􀀠_l?!OO 231,000. 219,450. on •• _.;__􀁾􀁟􀀵􀀴􀀮􀀵􀀮􀀱_______􀁾􀁹􀁂􀁏􀁾􀁾􀂧􀁟􀁾􀁾􀁾􀁾_______ h._ _ _ •. __ 21!Q,.£'f __ 􀀮􀁟􀁾􀁾􀁾􀀹􀀬􀁌􀁉__􀁾􀀲􀀮􀀺􀀧􀁜􀀺􀁗􀀧􀁟􀁑􀁟􀀷􀀬􀀱􀀺􀀩􀁾􀂷__􀀧􀁟􀀹􀁾􀀮􀁟􀁾􀀧􀁾􀁾􀀠__ 􀁾􀁏􀀠00 _ 5,600. 􀁐􀀮􀀱􀁓􀀵􀀺􀁾􀀮􀁾􀀠UMETREATEDSU6GRADE . __􀀮􀁾􀀠_􀁴􀀸􀀬􀁾􀀡􀁌􀁊􀀺􀀺􀁾􀀠__3:·9.0. 􀁾__􀀮􀀵􀀵􀀬􀀵􀀰􀁑􀀺􀁾􀁏􀀠2,56 47.36.q·9.0 5,00 􀀹􀀲􀀬􀀵􀀰􀀰􀀮􀁾􀁷􀀠t==JzC P-1SS·S 2 liME I 415 TON 104.00 l 43,160,00 138,61 57,523,15 120.00 49,800.00 120. ---51·5,1 CRU$HEDAGGREGATE BASE COURSe . 3,100 CY 48.00' 148.,800:00 i' 47.08 145,948.00" 30.00 93,000.00! 53.70 J. 􀀮􀀺􀀻􀁾􀀠􀁾􀁑􀁖􀁾AND 􀁒􀁅􀁐􀁾􀁾􀁅􀀠􀁾􀀡􀂧􀁔􀀬􀀠PORTl!'ND 􀁃􀁾􀀭􀀧􀁾􀀮􀁎􀁔􀀠􀁃􀁏􀁎􀁃􀀡􀀳􀁅􀁾􀁅􀀮􀁅􀁾􀁖􀁅􀁃􀁉􀀧 􀀠235 sv 􀁾􀁾􀀿􀁾􀁾􀀮􀀠􀀱􀁾􀀮􀀴􀀵􀀰􀀠00 􀁾􀁾􀁾􀀮􀀠17,200Jj5 i. 􀁾􀀠120.00 28,200.00 72.00 )T34o.1 TYPE RA" HOT MIX EASE COURSE 835 TON 4500 37,575.00 35 15 􀁾􀀹􀀬􀀳􀀵􀀰􀀺􀀲􀀵􀀠50,00 41,750,00 45.00 )T340·2 TYPE 'A" HOT MIX SU88ASE COURSE -630 TON 4500' 28350001 􀀳􀀴􀁾􀁾􀁾􀀠--"21,924.001 50.00 3(500.0-0 45.00 􀀲􀀶􀀮􀀳􀀵􀀰􀀺􀀹􀁾􀀠)1" 340·3 􀁾"[YPE 􀀢􀁏􀁾􀀠HOT MIX SURFACS COURSE ! 545 TON 5000 27,250.00 36,88 􀀲􀀰􀀬􀀬􀀹􀁾􀀹􀀮􀀶􀀰􀀠. 􀀵􀀰􀀢􀁾􀀭27,250.00, i 50,00 27.250.0{ 1-8.4 MILLING EXISTING PAVEMENT 500 SY 20 00 10,000.00 1,27 635.00 20.00 1{),ooo.OO 􀁾􀀧􀁏􀁏􀀧􀀠4,SOO.OC 1-$.1 PORTLANO CEMENT CONCRETE PAVEMENT(10"i 16.100 SY 50.00 B35.000.00 31132 500.344.00' 36.00 601,200.00 53.4C 891,760.01: P.501·8.2 'PORT1.AND CEMENT CONCRETE PAVEMENTi8j -1.780 SY 􀁾􀀠45..00 􀀸􀀰􀀬􀀱􀀰􀀰􀀮􀀰􀁾􀀻􀀠29.06 51,726.80 36.00 64,080,00 1 􀁾􀁈􀀠􀁾􀁟􀀮􀁾􀀠17.439..l 􀁐􀀭􀀶􀀰􀀲􀁾􀀵􀀬1 BITUMINOUS 􀁾􀁉􀀵􀁉􀁍􀁾􀀠COAT 0140 GAL ___2_.Qg . 􀁾􀀠880.00' 1.50 660.00 _􀁾􀁾􀀮􀁣􀁑􀀹􀀮􀀠880,00 􀁾􀁾􀀠2.40 1,056, P.oo3·5.1 SITUMINOUS TACK COAT _______ .. 170 GAL 2.00 340.00 1.50 255.00 , 2.00 31\0.0.9..... i 3.-<10 78.0( P·620·S.1 RUNWAY AND TA.XfIAIAY PAINTING 24,230 SF 2.50 60 575.00 0.55 13,326.50' ' 1,30 31,499,00 I 2.50!-ii-􀁾􀀠 0-701-5.1 􀁾􀁾􀁏􀀺􀁒􀁅􀀡􀁎􀁆􀁾􀁃􀁅􀁏􀁃􀁏􀁎􀁃􀁒􀀡􀀡􀀡􀀮􀁾􀁐􀁬􀁐􀁅􀁟􀁾􀁾􀁾􀁾􀀱􀁈􀀠____ 􀁾􀁾􀀮􀁟􀀠__ 􀁾􀁾􀀭􀀩􀁾􀀠􀁬􀀭􀀭􀁾_ __􀀮􀁍􀁾􀁟􀁾􀁾􀁾􀀵􀀬􀁏􀁏􀀠8851 62,39955 90,00 63.450001 55.00' 0·701·53 I36" REiNFonCEO CONCRETE PIPE ClASS '" 710 LF 85.00H GO,3S0 00 115 23 at,a1330 100.00 71,01)000 , al 00 􀁏􀂷􀀷􀀰􀀱􀁾􀀵􀁁􀀠-42" REINFORCED CONCRETE 􀁐􀀡􀁾􀁅􀁃􀁌􀁁􀁓􀁓􀁈􀁉􀀭􀀭􀀭􀀭􀀭-􀀭􀁾􀀠---_-j:S22_LF_ =_-􀀱􀁾􀁏􀁏􀁏􀁏􀀠􀁾􀁾􀀱􀀸􀁟􀁾􀀬􀁾􀀰􀀰􀀱􀀠r--􀀱􀁾􀁾􀁾􀀬􀀷􀁾􀁴􀀡􀀬􀀻􀁲􀁮􀀠. 􀀱􀀳􀀰􀁾􀁾􀁾􀁾􀀶􀀮􀁾􀁾􀀮􀁏􀁾􀀠􀁾􀀡..Q 184, Tl(DOT 402·1 I TRENCH EXCAVATION PROTECTION 3.:200 LF 2,00 6.400 00 􀁾􀀠646 20,612 00 100 3,200001 L _____1 .2D·751.5.1 GRATE INLET {TYPE H} (MOD) 􀁾􀀠􀁉􀀭􀀭􀁾--5.000.00 30,000 00 5,010 00 30,060.00 6,000.00 36,000 00 􀁾􀀠..J! 1 EA 8,000 00 􀁂􀀬􀁾􀁴􀁦􀀭􀁾􀀮􀀠1,264 50 7,264.50 6,000.00 6,000001 I 4,600'-1 2 􀁾􀁟􀀠􀀶􀀮􀀵􀀰􀀰􀁾􀀠􀀱􀀺􀀬􀁾􀁾􀁾 􀁾􀁾􀀭􀀼􀁉􀀬􀀠$,68400 1(,;;5800 8,000_00 I t6,OOOO.QJU 6,500 􀀶􀀮􀀷􀁽􀀱􀁟􀁾􀁾􀀠___l,_ 􀁾___2."" "'900:00]11 -59.00' 􀁟􀁾􀀠53.00 0.001􀁾􀁉􀀧􀀠􀁟􀁾􀁡􀀮􀀬􀁏􀁑􀀠__ §800. SUi( 1,220, 2,200,0(} 􀁌􀁾􀀱􀁩􀁑􀀮􀀮􀁓􀀬􀀱􀀰􀀠RELOCATE EXISTING HANDHOLE 13 1,400.00 900,00 i 7,200.0(􀁟􀁾􀁾􀀱􀀱􀀮􀁾􀀺􀂧􀀬􀀬􀁾􀁌􀀠__ i 􀁟􀁾􀁟􀁾􀁾􀁱􀁾􀁴􀀾􀀡􀀮􀀡􀁑􀀮􀁂􀁅􀀡􀀢􀁉􀀧􀁩􀁾􀁾􀁌􀁬􀀠􀁅􀁾􀁧􀁬􀁾􀁾􀁊􀁾􀀡􀁾􀁟􀁬􀀩􀂣􀀡􀀮􀀾 􀀻􀀢􀁦􀁬􀀡􀁾􀀮􀁅􀁾􀂷􀀠-􀀭􀀭􀀮􀀭􀀭􀀭􀁾􀀮􀀠 ---. 􀁾􀁾􀀱􀀲􀀵􀂷􀀵􀀮􀀲􀀠! l::851T MI1J::...':3ASe MOUNrE!>􀁂􀁾􀁟􀀱􀀮􀀺􀁕􀁦􀀡􀀺􀀮􀁧􀁊􀁅􀀡􀁌􀁾􀁦􀀮􀁌􀁟􀀠.. 􀁾􀀠 . 􀁾􀀮􀀡􀀮􀀬􀁾􀀮􀀹􀁾􀁾􀀠_t,JRq.OO. 􀁉􀁾􀁟􀁾􀁾􀀻􀁾1 1 3+ S 6 -10 17 19 -20 -21 2 .E. 􀁾􀀠29 D·751·5:2 ! GAATE lNLci (TYPE H){!-10D) WI MANHOLE 􀁂􀁏􀁉􀁔􀁏􀁾􀁊􀀡􀀡􀁐􀁅􀀠M)(MOD)i' 􀁬􀁑􀁊􀁾􀁾􀁾􀀮􀁏􀁟􀁾􀀠4,730.0( 39.00 61.00 1 220.0! 􀀲􀀬􀀲􀀰􀀰􀀮􀁾􀀠􀀴􀀬􀀴􀀰􀀰􀀬􀁾􀁾􀀱􀀠􀁟􀁾􀁊􀁾􀀳􀀰􀀰􀀮􀀰􀀰􀀠:2'.600,Q( 800.0<) 􀀶􀀴􀀹􀀰􀀺􀁾􀀠..... \;u..v,vu'HI "" 􀁾􀁮􀀢􀀠"",I, 37 38 .1.0'. 􀁊􀁟􀁊􀀡􀀮􀁾􀀬􀁏􀁏􀀠__ 􀀮􀀶􀁾􀀬􀀠 AODISON AIRPORT TXOOT PROJECT NO,: 9842 AODSN 'BID TAB FOR ADDISON BID NO. 98-04 Date: January 15, 1998 PROJECT DESCRIPTION: CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENn ALTERNATE NO.2 ASPHALT ffil 􀀧􀁕􀁌􀀭􀁊􀀺􀀡􀁾􀂷􀀠, DUINNICK BROS. INC. II JRJ PAVING INC . • 􀁉􀀺􀀮􀁾􀀠liMA II::U. UNIT --I ITj:"M ITEM . 'III .UNIT... ITEM I " UNIT· . . ITEM 3 -5 a: 7 8 9 11 12 1S " .. It'l L·1OS'"!L1 j....!:::?24C #8, 5KY CABLE 􀀨􀁴􀁎􀁓􀁔􀁁􀁌􀁾􀁾􀀡􀁊􀁟􀁉􀁎􀀠DUCT) "" 3t 32 33 34 35 35 37 3B 􀁾􀁝􀀠'11f.lTtel i 􀂷􀀬􀁟􀀮􀁰􀀮􀀮􀁂􀀨􀁃􀁾􀁾􀂷􀀤􀀠AMOUNT II PRICE S " ! P·104-5,1 BITUMINOUS 􀁐􀁁􀁖􀁅􀁾􀁾􀁅􀀮􀁬􀀧􀀡􀀡􀁒􀁅􀁍􀁱􀁹􀀧􀁾􀁌􀀠􀁾􀁾􀀠___._.􀁟􀁾􀁾􀀠_____􀁾􀀮􀀡􀁾􀀡􀁾􀁾􀁾􀀠􀁾􀀡􀀿􀁉􀀿􀀠t 􀀱􀀶􀀵􀀬􀀮􀀰􀀷􀁾􀀬􀁏􀁏􀀠I L 0.58 11,2£3.60 I 7,00 􀀱􀁾􀀵􀀮􀀹􀀴􀀰􀀮􀁻􀁊􀁻􀁊􀀠0,00 ENT REMOVAL 1,740 SY 10.00 17,400.00 r 4.31 7,499.40 20,00 34,800.00 0.00 􀁐􀁾􀀱􀀵􀀲􀀭􀀴􀀮􀀱􀀠UNCLASSIFiEOEXCAVATION 􀀭􀀭􀁾􀀠. --. -. 􀀭􀁾􀁾.•.•--. 􀁾􀀠􀀭􀀳􀀰􀀬􀀱􀀰􀀰􀀭 􀀭􀀭􀁣􀁙􀁾􀀠8.00, 􀀲􀀴􀀰􀀺􀁾,. 1J,72 352772.00 10.00 301,0'00.00 --o..O() I