Steve Chutchian From: Sent: To: Cc: Subject: K Curry [kcurry@gra-ce.net] Thursday, January 30, 20034:47 PM Steve Chutchian Bruce Grantham Fire Station No. 1 Steve, I understand that the Fire Station No. 1 Drainage Improvements are complete. Did the contractor provide record drawings? Please let me know if you would like for us to provide as-built drawings based on the record drawings. Also, we wanted to confirm the Tuesday meeting at your office at 2pm to discuss the drainage of Arapaho III and the Lindbergh drainage project was still a good time. Please let us know if that needed to change or remained the same. Thank you, Katura ******************* Katura Curry, P.E. Grantham & Associates, Inc. 1919 S. Shiloh Road Suite 310, LB 8 Garland, TX 75042 Tel(972)864-2333 Fax (972) 864-2334 e-mail: kcurry@gra-ce.net . 1 Steve Chutchian From: Sent: To: Cc: SUbject: Jim Pierce Friday, January 17, 2003 3:41 PM Steve Chutchian Luke Jalbert FW: Restoration of Central fire planting bed Steve: FYI and the file. Jim. -----Original Message-----From: Slade Strickland Sent: Friday, January 17, 2003 2:42 PM To: Ron Lee Cc: Noel Padden; Jim Pierce; Mark Acevedo; Ricky Smith Subject: FW: Restoration of Central fire planting bed ) Proceed with you low bid contractor on this. Please let Chief Padden know when the work will begin so they will know what's going on when the contractor shows up. -----Original Message-----From: Randy Moravec sent: Friday, January 17, 2003 2:17 PM To: Slade Strickland Cc: Bryan Langley; Noel Padden SUbject: RE: Restoration of Central fire planting bed Slade, This should be charged to account 01-231-54910-00000. If it appears the additional $4,000 will cause problems with the total Fire department budget, we will recognize the increased cost with a mid-year budget amendment. Randy-----Original Message----From: Slade Strickland Sent: Friday, January 17, 2003 7:09 AM To: Randy Moravec Cc: Jim Pierce; Steve Chutchian; Mark Acevedo; Ron Lee SUbject: FW: Restoration of Central fire planting bed Randy, please see the chain of emails below. We need to restore the landscaping damaged by the drain work recently completed at the Central Fire Building; however, there are no funds available. We do not have funding available in the parks bUdget since our landscape renovation budget was cut this year. Any ideas where we can find $4,OOO? I guessed $2000 initially, but there was more area to plant than I thought. Let me know. thanks. -----Original Message-----From: Jim Pierce Sent: Thursday, January 16, 2003 4:42 PM To: Slade Strickland Cc: Michael Murphy; Steve Chutchian; Mark Acevedo SUbject: RE: Restoration of Central fire planting bed Slade: I don't know of any funding that could be transferred from another project. Suggest you call Randy, he could probably find some money somewhere. Jim. -----Original Message-----From: Slade Strickland Sent: Monday, January 13, 2003 1:08 PM To: Jim Pierce Cc: Mark Acevedo; Ron Lee SUbject: RE: Restoration of Central fire planting bed 1 Can funding from another project be transferred to this project? Chris will not want to wait uhtil next fall to do this work since it is in the front door of the Central Fire building. ·····Original Message----· From: Jim Pierce Sent: Monday, January 13, 200311:24AM To: Mark Acevedo; Slade Strickland Cc: Steve Chutchian SUbject: RE: Restoration of Central fire planting bed Mark, Slade: I know of no contingency funds for landscaping. Landscape repair was not included in the project because we did not know what was to be done at the end. Irrigation repair was included. I guess we just wait until next year's budget to do the final landscape restoration. Jim. -----Original Message-----From: Mark Acevedo Sent: Thursday, January 09, 2003 10:46 AM To: Slade Strickland CC: Jim Pierce; Steve Chutchian Subject: RE: Restoration of Central fire planting bed Slade, It was my understanding that the project budget was covering this and that there was a line item for miscellaneous landscape repair as well as a 20% contingency. I need some clarification from Jim Pierce and Steve Chutchian before we can act one way or another. Thanks! Mark-----Original Message-----From: Slade Strickland Sent: Thursday, January 09, 20038:07 AM To: Mark Acevedo Subject: AN: Restoration of Central fire planting bed What do you think? I don't have this as a budgeted item in our budget. On all restoration work like this, we typically depend on the project budget to cover landscape and irrigation restoration. My landscape renovation bUdget was reduced this year, so I don't have any flexibility like I have had in previous years. Normally I would say it's a no brainer and fund it from my misc. landscape account. thanks -----Original Message-----From: Steve Chutchian Sent: Thursday, January 09, 2003 7:48 AM To: Slade Strickland CC: Jim Pierce; Luke Jalbert Subject: RE: Restoration of Central fire planting bed I have the final pay request in hand. The original contract amount was $73,917.50. The final total cost of construction is $74,517.50. This resulted in an overrun of $600.00. The funds for this project have now been exhausted. Consequently, the project cannot absorb an additional $2,000.00 unless Mark Acevedo is willing to take the additional amount to Council as part of the final payment. Thanks. Steve C. -----Original Message-----From: Slade Strickland Sent: Wednesday, January 08, 2003 2:08 PM To: Luke Jalbert; Steve Chutchian Subject: AN: Restoration of Central fire planting bed Do you know the answer? ..since Jim is out. 2 -----Original Message-----From: Slade Strickland Sent: Wednesday, January 08, 2003 2:07 PM To: Jim Pierce Cc: Ron Leei Noel Padden; Ricky Smith; Chris Terry Subject: Restoration of Central fire planting bed Jim, we are getting price quotes to restore the planting bed at the Central Fire Station. We removed the hollies yesterday. Are funds available from this project account to do this work? I estimate the cost to be in the neighborhood of $2,000. Please let me know if this is possible. thanks Slade Strickland Director of Parks and Recreation Town of Addison o 972-450-2869 f 972-450-2834 3 Steve Chutchian To: Cc: Subject: Slade Strickland Jim Pierce; Luke Jalbert RE: Restoration of Central fire planting bed I have the final pay request in hand. The original contract amount was $73,917.50. The final total cost of construction is $74,517.50. This resulted in an overrun of $600.00. The funds for this project have now been exhausted. Consequently, the project cannot absorb an additional $2,000.00 unless Mark Acevedo is willing to take the additional amount to Council as part of the final payment. Thanks. Steve C. -----Original Message-----From: Slade Strickland sent: Wednesday, January 08, 2003 2:08 PM To: Luke Jalbert; Steve Chutehian Subject: FW: Restoration of Central fire planting bed Do you know the answer? ..since Jim is out. -----Original Message-----From: Slade Strickland Sent: Wednesday, January 08, 2003 2:07 PM To: Jim Pierce Cc: Ron Lee; Noel Padden; Ricky Smithj Chris Terry SUbject: Restoration of Central fire planting bed Jim, we are getting price quotes to restore the planting bed at the Central Fire Station. We removed the hollies yesterday. Are funds available from this project account to do this work? I estimate the cost to be in the neighborhood of $2,000. Please let me know if this is possible. thanks Slade Strickland Director of Parks and Recreation Town of Addison o 972-450-2869 f 972-450-2834 1 LINDER CONSTRUCTION CO., INC. ADDISON FIRE STATION NO.1 DRAINAGE IMPROVEMENTS 2200 Cantrell Sansom Rd. Linder Job No. 199 Fort Worth, Texas 76131 Phone (817) 232-5555 Fax (817) 232-3338 Start Date: 9/18/02 Contract Amount @Award = $ 73,917.50 PAY ESTIMATE No.4 & FInal Change Orders = $ -1 December thru 31 December Revised Contract Amount = $ 73,917.50 Work Days this Period = 5 Work Days to Date = 34 Work Bid Contract Previous Qtythis Qtyto Unit Pay this Completed Percent Item No. Description Quantity Unit Quantity Estimate Date Price Estimate to Date Complete 101 Mobilization 1 LS 100% 0% 100% $15,700.00 $ -$ 15,700.00 '100.00% 102 Unclassified Excavation 10 CYD 10 0 10 $ 48.00 $ -$ 480.00 100.00% 103 Full Depth Saw Cut 250 LF 250 0 250 $ 2.50 $ -$ 625.00 100.00% 104 Remove & Dispose Concrete Sidewalk 41 SYD 41 0 41 $ 5.50 $ -$ 225.50 100.00% 105 Remove & Dispose Concrete Flume 50 SYD 50 0 50 $ 18.00 $ -$ 900.00 100.00% 106 Remove & Dispose Brick Lndscape Wall 14 LF 14 0 14 $ 15.00 $ · $ 210.00 100.00% 107 4" Concrete Sidewalk 43 SYD 43 0 43 $ 54.00 $ · $ 2,322.00 100.00% 108 Concrete Flume including Grates 194 LF 194 0 194 $ 175.00 $ · $ 33,950.00 100.00% 109 12" HDPE Pipe 185 LF 185 0 185 $ 58.00 $ -$ 10,730.00 100.00% 110 Concrete Grate Inlet 1 EA 1 0 1 $ 760.00 $ -$ 760.00 100.00% 111 Concrete Junction Box 3EA 3 0 3 $ 550.00 $ -$ 1,650.00 100.00% 112 Brick Landscape Wall 26 LF 26 0 26 $ 20.00 $ -$ 520.00 100.00% 113 Block Sod 95 SYD 0 195 195 $ 6.00 $ 1,170.00 $ 1,170.00 205.26% 114 Adjust Existin Cleanouts 2 EA 2 0 2 $ 130.00 $ -$ 260.00 100.00% 115 Irrigation system maintenance 1 LS 100% 0% 100% $ 1,100.00 $ -$ 1,100.00 100.00% 116 Trench Safety 75 LF 75 0 75 $ 13.00 $ -$ 975.00 100.00% 117 Lower Existing Water Line 1 LS 100% 0% 100% $ 1,700.00 $ -$ 1,700.00 100.00% 118 Trim Shrubs and Trees 1 LS 100% 0% 100% $ 900.00 $ · $ 900.00 100.00% 119 Plug 12" line 2 EA 2 0 2 $ 170.00 $ -$ 340.00 100.00% I, hereby certify, to the best of my knoWledge and belief, that-Total Work Complete to date: $ 74,517.50 100.81% 1. The amounts requested are only for performance in Total Material on Hand Billed this Period: GRATES $ -accordance with the specifications, terms, and conditions of the Total Complete to Date & Material on Hand This Period $ 74,517.50 100.81% contract; Less Retainage: 10% $ -0.00% 2. Payments to subcontractors and suppliers have been made Subtotal $ 74,517.50 100.81% from previous payments received under the contract, and timely Less Previous Payments $ 66,012.75 89.31% payments will be made from the proceeds of the payment Due This Estimate: $ 8,504.75 11.51% covered by this certification, In accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code; and Material on Hand 3. This request for progress payments does not Include any Description Quantity Unit Invoice Price This Month amounts which the prime contractor Intends to withhold or retain Invoice Price This Month from a subcontractor or supplier in accordance with the terms and conditions of the s /l ( /t 1 ,-J Y /David H. Linder 17 J "IL/\/;;V Luke Jalbert David Wilde Vice President 􀀭􀀧􀁾 􀀭􀁾 􀁾 1'-Project Manager Inspector I 􀀷􀀭􀀶􀀧􀁾 Steve Chutchian From: Sent: To: Cc: Subject: Jim Pierce Monday, January 13, 2003 11 :24 AM Mark Acevedo; Slade Strickland Steve Chutchian RE: Restoration of Central fire planting bed Mark, Slade: I know of no contingency funds for landscaping. Landscape repair was not included in the project because we did not know what was to be done at the end. Irrigation repair was included. I guess we just wait until next year's budget to do the final landscape restoration. Jim. -----Original Message-----From: Mark Acevedo Sent: Thursday, January 09, 2003 10:46 AM To: Slade Strickland Cc: Jim Pierce; Steve Chutchian Subject: RE: Restoration of Central fire planting bed Slade, It was my understanding that the project budget was covering this and that there was a line item for miscellaneous landscape repair as well as a 20% contingency. I need some clarification from Jim Pierce and Steve Chutchian before we can act one way or another. Thanks! Mark-----Original Message-----From: Slade Strickland Sent: Thursday, January 09, 09, 2003 8:07 AM To: Mark Acevedo Subject: FW: Restoration of central fire planting bed What do you think? I don't have this as a budgeted item in our budget. On all restoration work like this, we typically depend on the project budget to cover landscape and irrigation restoration. My landscape renovation budget was reduced this year, so I don't have any flexibility like I have had in previous years. Normally I would say it's a no brainer and fund it from my misc. landscape account. thanks -----Original Message-----From: Steve Chutchian Sent: Thursday, January 09, 2003 7:48 AM To: Slade Strickland Cc: Jim Pierce; Luke Jalbert Subject: RE: Restoration of Central fire planting bed I have the final pay request in hand. The original contract amount was $73,917.50. The final total cost of construction is $74,517.50. This resulted in an overrun of $600.00. The funds for this project have now been exhausted. Consequently, the project cannot absorb an additional $2,000.00 unless Mark Acevedo is willing to take the additional amount to Council as part of the final payment. Thanks. Steve C. -----Original Message-----From: Slade Strickland Sent: Wednesday, January 08, 2003 2:08 PM To: Luke Jalbert; Steve Chutchian Subject: FW: Restoration of Central fire planting bed Do you know the answer? ..since Jim is out. 1 -----Original Message-----from: Slade Strickland Sent: Wednesday, January 08, 2003 2:07 PM To: Jim Pierce Cc: Ron Lee; Noel Padden; Ricky Smith; Chris Terry Subject: Restoration of Central fire planting bed Jim, we are getting price quotes to restore the planting bed at the Central Fire Station. We removed the hollies yesterday. Are funds available from this project account to do this work? I estimate the cost to be in the neighborhood of $2,000. Please let me know if this is possible. thanks Slade Strickland Director of Parks and Recreation Town of Addison 0972-450-2869 f 972-450-2834 2 LINDER CONSTRUCTION CO., INC. ADDISON FIRE STATION NO.1 DRAINAGE IMPROVEMENTS 2200 Cantrell Sansom Rd. Linder Job No. 199 FortWorth, Texas 76131 Phone (817) 232"5555 Fax (817) 232-3338 Start Date: 9/18102 Contract Amount @Award = $ 73,917.50 PAY ESTIMATE No.3 Change Orders = $ -Estimate F1 November thru 30 November Revised Contract Amount = $ 73,917.50 Work Days this Period = 5 Work Days to Date = 29 Work Bid Contract Previous Qtythis Qtyto Unit Pay this Completed Percent Item No. Description Quantity Unit Quantity Estimate Date Price Estimate to Date Complete 101 Mobilization 1 LS 90% 10% 100% $15,700.00 $ 1,570.00 $ 15,700.00 100.00% 102 Unclassified Excavation 10 CYD 10 0 10 $ 48.00 $ -$ 480.00 100.00% 103 Full Depth Saw Cut 250 LF 250 0 250 $ 2.50 $ -$ 625.00 100.00% 104 Remove & Dispose Concrete Sidewalk 4f SYD 41 0 41 $ 5.50 $ -$ 225.50 100.00% 105 Remove & Dispose Concrete Flume 50 SYD 50 0 50 $ 18.00 $ -$ 900.00 100.00% 106 Remove &Dispose Brick Lndscape Wall 14 LF 14 0 14 $ 15.00 $ -$ 210.00 100.00% 107 4" Concrete Sidewalk 43 SYD 43 0 43 $ 54.00 $ -$ 2,322.00 100.00% 108 Concrete Flume inclUding Grates 194 LF 75 119 194 $ 175.00 $ 20,825.00 $ 33,950.00 100.00% 109 12" HDPE Pipe 185 LF 185 0 185 $ 58.00 $ -$ 10,730.00 100.00% 110 Concrete Grate Inlet 1 EA 0 1 1 $ 760.00 $ 760.00 $ 760.00 100.00% 111 Concrete Junction Box 3EA 1 2 3 $ 550.00 $ 1,100.00 $ 1,650.00 100.00% 112 Brick Landscape Wall 26 LF 0 26 26 $ 20.00 $ 520.00 $ 520.00 100.00% 113 Block Sod 95 SYD 0 0 o $ 6.00 $ -$ -0.00% 114 AdjUst Existin Cleanouts 2EA 0 2 2 $ 130.00 $ 260.00 $ 260.00 100.00% 115 Irrigation system maintenance 1 LS 50% 50% 100% $ 1,100.00 $ 550.00 $ 1,100.00 100.00% 116 Trench Safety 75 LF 0 75 75 $ 13.00 $ 975.00 $ 975.00 100.00% 117 Lower Existing Water Line 1 LS 100% 0% 100% $ 1,700.00 $ -$ 1,700.00 100.00% 118 Trim Shrubs and Trees 1 LS 100% 0% 100% $ 900.00 $ -$ 900.00 100.00% 119 Plug 12" line 2EA 2 0 2 $ 170.00 $ -$ 340.00 100.00% I, hereby certify, to the best of my knowledge and belief, that-Total Work Complete Complete to date: $ 73,347.50 99.23% 1. The amounts requested are only for performance In Total Material on Hand Billed this Period: GRATES $ -accordance with the specifications, terms, and conditions of the Total Complete to Date & Material on Hand This Period $ 73,347.50 99.23% contract; Less Retainage: 10% $ 7,334.75 9.92% 2. Payments to subcontractors and SUppliers have been made Subtotal $ 66,012.75 89.31% from previous payments received under the contract, and timely Less Previous Payments $ 51,172.81 69.23% payments will be made from the proceeds of the payment Due This Estimate: $ 14,839.94 20.08% covered by this certification, in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code; and Material on Hand 3. This request for progress payments does not Include any Description Quantity Unit Invoice Price This Month amounts which the prime contractor intends to withhold or retain Invoice Price This Month from a subcontractor or supplier in act;J:ll;,dance with the terms and conditions of the subcontract. /J /,) /' r .'\ 􀁟􀀯􀁾􀀯 David H. Linder ." 1 " /'\ I (/Luke Jalbert David Wilde Vice President iA._ "'----/-I"-Project Manager Inspector 9/30/02 L i I!R1-! Council Agenda Item IfR7 SUMMARY: This item is for the award of a contract to Linder Construction, Inc., for construction of Fire Station No.1 Drainage Improvements. FINANCIAL IMPACT: , Budgeted Amount: Construction Cost: Source of Funds: BACKGROUND: $73,917.50 $73,917.50 Funds will be available in the FY 2002-03 Fire Department Operating Budget. The main building of Fire Station No.1 is located at the southwest comer of the intersection of Addison Road and Airport Parkway. Portions of the building, along the north and east sides, are subject to surface water flooding during heavy rain events. This is due to the lack of a vertical difference between the finished floor elevation and the elevation of the exterior flumes and landscaping. The firm ofGBW Engineers, Inc. prepared engineering plans and specifications for construction of proposed drainage improvements that will eliminate the existing flooding conditions. Attached is a bid tabulation for the proposed construction improvements. Linder Construction, Inc. submitted the lowest responsive bid, in the amount of $73,917.50. Construction of these improvements is scheduled for completion within sixty (60) working days. The contractor has completed similar construction improvements in this area in a satisfactory manner. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Linder Construction, Inc. for the Fire Station No.1 Drainage Improvements, in the amount of $73,917.50. Fire Station 1 Drainage Improvements BID NO 02-38 Bid Opening: August 8, 2002 '2:00 PM "a C C W 0 􀁾 z m' C) "a "a "a BIDDER en CD total c( Rvcon v v $82500.00 'y Tricon v v $89,095.00 iY Linder Construction v v $73917.50 y zuzu v y $78115.00 y Aui y v $103,320.00 y canfer y y $169,235.00 'y 􀁾􀀦􀁊􀀮 Minok Suh, Purchasing Coordinator C!YlPJf 􀁨􀁾Corey Gayden, Witness 􀁾􀁾'\..l 􀁾 LINDER CONSTRUCTION CO., INC. 2200 Cantrell Sansom Rd. Fort Worth,. Texas 76131 Phone (817) 232-5555 Fax (817) 232-3338 PAY ESTIMATE No.2 Estimate Period: 1 OCtober thru 31 OCtober 02 Bid Item No. IDescription 101 IMobilization 102 IUnclassified Excavation 103 IFull Depth Saw Cut 104 IRemove &Dispose Concrete Sidewalk 105 IRemove & Dispose Concrete Flume 106 IRemove & Dispose Brick Lndscape Wall 107 14" Concrete Sidewalk 108 IConcrete Flume including Grates 109 112" HDPE Pipe 110 IConcrete Grate Inlet 111 IConcrete Junction Box 112 IBrick Landscape Wall 113 IBlock Sod 114 IAdjust Existin Cleanouts 115 IIrrigation system maintenance 116 ITrench Safety 117 ILower Existing Water Line 118 ITrim Shrubs and Trees 119 IPlug 12" line ADDISON FIRE STATION NO.1 DRAINAGE IMPROVEMENTS Linder Job No. 199 􀁾􀀽􀀽 Start Date: 9/18/02 Contract Amount @Award = $ Change Orders = $ Revised Contract Amount = $ Work Days this Period = 18 IWork Days to Date-24 Work Contract Previous Qty this Qty to Unit Pay this Completed Quantity Unit Quantity Estimate Date Price Estimate to Date 1 LS 90% 0% 90% $. 15,700.00 $. -$. 14,130.00 10 CYD a 10 10 $ 48.00 $ 480.00 $. 480.00 250 LF 250 a 250 $. 2.50 $ -$. 625.00 41 SYD 41 a 41 $ 5.50 $ -$ 225.50 50 SYD 45 5 50 $ 18.00 $ 90.00 $ 900.00 14 LF a 14 14 $ 15.00 $. 210.00 $ 210.00 43 SYD a 43 43 $ 54.00 $. 2,322.00 $ 2,322.00 194 LF 0 75 75 $ 175.00 $ 13,125.00 $ 13,125.00 185 LF 165 20 185 $ 58.00 $ 1,160.00 $ 10,730.00 1 EA 0 a o $ 760.00 $ -$ -3 EA 0 1 1 $ 550.00 $ 550.00 $ 550.00 26 LF 0 0 o $ 20.00 $ -$ -95 SYD 0 0 o $ 6.00 $. -$ -2EA a 2 2 $ 130.00 $. 260.00 $. 260.00 1 LS 0 50% 50% $ 1,100.00 $ 550.00 $ 550.00 75 LF 0 75 75 $ 13.00 $ 975.00 $ 975.00 1 LS 0% 100% 100% $ 1,700.00 $ 1,700.00 $ 1,700.00 1 LS 100% 0% 100% $ 900.00 $ -$ 900.00 2 EA 0 2 2 $ 170.00 $ 340.00 $ 340.00 73,917.50 73,917.50 Percent Complete 90.00% 100.00% 100.00% 100.00% 100.00% 100.00% 100.00% 38.66% 100.00% 0.00% 33.33% 0.00% 0.00% 100.00% 50.00% 100.00% 100.00% 100.00% 100.00% I, hereby certify, to the best of my knowledge and belief, that--1. The amounts requested are only for performance in accordance with the specifications, terms, and conditions of the contract; 2. Payments to subcontractors and suppliers have been made from previous payments received under the contract, and timely payments will be made from the proceeds of the payment Total Work Complete to date: Total Material on Hand Billed this Period: IGRATES Total Complete to Date & Material on Hand This Period Less Retainage: 10% Subtotal less Previous Payments Due This Estimate: $ 48,022.50 $ 8,836.18 $ 56,858.68 $ 5,685.87 $ 51,172.81 $ 23,634.45 $ 27,538.36 64.97% 76.92% 7.69% 69.23% 31.97% 37.26% covered by this certification, in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code; and 3. This request for progress payments does not include any amounts which the prime contractor intends to withhold or retain Material on Hand Description IQuantity Invoice Price IThis Month Unit Invoice Price This Month from a subcontractor or supplier in accordance with the terms and conditions of the􀁳􀁵􀁾 /""'\ /} I I I I I I I I /f"\ David Wilde " /tj?(c>2--1/17/0 L y;t;:.i 􀁾 9/301021 • I I I I J I I I I '1 '" /J '" Vice President 􀁾􀁾􀁉 -Ie;; IProject Manager I I· IInspector I ,!) 􀁾 ..(.., 1"1/)/. ORIGINAL 􀁾􀁾􀁷􀂩􀁾􀂩􀁾 I TERMS -NET 30 DAYS 􀁾 􀁾􀁳􀀡􀁓􀁾􀁾􀁾􀁾 Box 729, Neenah, WI 54956-0729 Phone (920) 725-7000 Fax No. (920) 729-3682 : I, 􀀬􀁾 SHIP TO (IF DIFFERENT FROM SOLD TO) LINDER CONSTRUCTION INC 4798 AIRPORT PKWY soT L 0 D LINDER CONSTRUCTION INC 2200 CANTRELL SAMSON FORT WORTH TX 76131 ADDISON TX 75001 PAGE 1 PLEASE REFER TO INVOICE NUMBER & CUSTOMER NUMBER ON ALL CORRESPONDENCE CONCERNING THIS INVOICE = 5 ROUTING IPURCHASE ORDER JOB NUMBER DATE SHIPPED INVOICE NUMBER CU,STOM,ER NO. ROADRUNNER PPD 199-P-002 61906 10101/02 lOS L62700 QUANTITYI PART NUMBER I CATALOG' I ' 􀀧􀀺􀀢􀁾􀀢 ":OESQFlIPTIOI\I\;.:·;;,;r:< "" ,.:+, 'PRicE':, l' AMOUNT FREIGHT 68.00 171. 00 8, 11 i. 00 725. 18 7,872.00 8.50 EA. 171. 00 EA. SUB-TOTAL T6190-601 7,872.00 LOT T6i90-60i P4342-400 I I 1--I I @192 FT FURNISH AS: 128 49901536 4990-DX SIDE PC. FRAME 128 49904141 TRENCH GRATE 8 49903114 4990-DX END PC. FRAME i 43424000 4342 GRATE ** TOTAL 8,836.18 1300 .:: ': l-§; 1. CLAIMS FOR ERRORS IN WEIGtiTOR NUMBER MUST BEMAOE WITtI't-ITEN DAYSAFTER TtlE'IiECEJPT OF THE' CASTINGS. ,," ":,'" " z 􀁾􀀮 NEEt-IAti FOUt-IDRYCO•.IS NOT RESPONSIBLE FOR LOSS OF'OR PAMAClIlTO'PATIERNS BY'FIRE 􀁑􀁒􀁾􀁔􀁈􀁅􀁒􀁃􀁁􀁓􀁖􀁁􀁬􀁔􀁉􀁅􀀡􀀾􀀬􀁉􀁔􀁓􀁈􀁁􀁬􀀮􀀡􀀢􀁂􀁅 THE'OBLIGATION OFTtlI!CUSTOMER,.O INSURetlls,eouIPMENT. Wl;OO NOTINSURE CUSTPMERS' PATIERNS. -3. PRICES DO NOT IN,cLUOE SALES, USE,OCCuPATIOt-lAI,ORSIMILARTAx' IF j\NY TAlC'OFTflIS'Nj\TURE IS IMPOSEQjJNTH!Ssp.Llfirrll;'TO,BEl!,AIP'BYTtlE'P!lRCHAsEfiOIRECTLY TOTtlIlG9VEIlNMENTALA"ENCYASSESSINI:\ THE lAX, ANY SALES. 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀵􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁪􀁾􀁾􀁾􀁾􀁾􀁄􀁾􀁾􀁜􀁾􀁓􀁐􀀻􀁾􀁾􀁾􀁾􀁾􀀻􀀵􀀧􀁾􀀭􀀬􀁾􀁪􀀧􀀬 ," ,', 5. 􀁌􀁉􀁍􀁉􀁔􀁁􀁔􀁉􀁄􀁴􀀭􀁉􀀬􀁏 􀁾 OAMAllES. 􀁕􀁾􀁑􀁅􀁒 NO CiRCUMSTANCES WIl,LNEEtiAHFOUNDRYCO, BE1lESPONSIBQ;F.()IlINCIOENTAL,ORCONSEqUENT!AL'OAMj\"ES ARISINtlEROMORIN'CONNEarrOlfV/ITH THE tlSE 􀁏􀁾 ANY NEENAHl'OUNORY CASTIN"• ._,__ . 􀁾􀀧 ::.. ..': .. :"_"_-..i..'-:" 􀀺􀀮􀀮􀀮􀀺􀀺􀀮􀀺􀀮􀀺􀀺􀁾􀀮􀀺 "';_: :"_. :',_" .; .􀀮􀀮􀀺􀀺􀁾 .' ' ',-􀁾􀀼􀀺􀁾􀀺􀂷􀀮􀀺􀀿􀀺􀀺􀂷􀀼􀁾􀀺􀀧􀀮􀀺􀁆􀂷􀂷􀁓􀁾􀁽􀀺􀀮􀀺􀀺􀀮 􀀬􀀼􀀻􀀬􀀺􀀬􀀻􀀺􀁾􀁾 􀀬􀁾􀁾􀀢􀀻􀀺􀁾􀀼􀀺􀀺􀀺􀀺􀀺􀁟􀀬􀀬􀀺􀀬􀀬􀀺􀀬􀀬􀀬􀀬􀀺􀀺􀀬􀀺􀀬􀀬􀁾􀀺􀀬􀁾 . ,".... 􀁾􀀭􀀧 '. . . . ,,!fl' LINDER CONSTRUCTION CO., INC. ADDISON FIRE STATION NO.1 DRAINAGE IMPROVEMENTS 2200 Cantrell Sansom Rd. Linder Job No. 199 Fort Worth, Texas 76131 Phone (817) 232-5555 Fax (817) 232-3338 Start Date: 9/18/02 Contract Amount @Award = $ 73,917.50 Pay Estimate No. 1 Change Orders = $ -Estimate Period: 18 September 02 thru 30 September 02 Revised Contract Amount = $ 73,917.50 Work Days this Period = 0 Work Days to Date -0 Work Bid Contract Previous Qty this Qtyto Unit Pay this Completed Percent Item No. Description Quantity Unit Quantity Estimate Date Price Estimate to Date Complete 101 Mobilization 1 LS 0% 90% 90% $15,700.00 $ 14,130.00 $ 14,130.00 90.00% 102 Unclassified Excavation 10 CYD 0 0 o $ 48.00 $ -$ -0.00% 103 Full Depth Saw Cut 250 LF 0 250 250 $ 2.50 $ 625.00 $ 625.00 100.00% 104 Remove & Dispose Concrete Sidewalk 41 SYD 0 41 41 $ 5.50 $ 225.50 $ 225.50 100.00% 105 Remove & Dispose Concrete Flume 50 SYD 0 45 45 $ 18.00 $ 810.00 $ 810.00 90.00% 106 Remove & Dispose Brick Lndscape Wall 14 LF 0 0 o $ 15.00 $ -$ -0.00% 107 4" Concrete Sidewalk 43 SYD 0 0 o $ 54.00 $ -$ -0.00% 108 Concrete Flume inclUding Grates 194 LF 0 0 o $ 175.00 $ -$ -0.00% 109 12" HOPE Pipe 185 LF 0 165 165 $ 58.00 $ 9,570.00 $ 9,570.00 89.19% 110 Concrete Grate Inlet 1 EA 0 0 o $ 760.00 $ -$ -0.00% 111 Concrete Junction Box 3EA 0 0 o $ 550.00 $ -$ -0.00% 112 Brick Landscape Wall 26 LF 0 0 o $ 20.00 $ -$ -0.00% 113 Block Sod 95 SYD 0 0 o $ 6.00 $ -$ -0.00% 114 Adjust Existin Cleanouts 2EA 0 0 o $ 130.00 $ -$ -0.00% 115 Irrigation system maintenance 1 LS 0 0 o $ 1,100.00 $ -$ -0.00% 116 Trench Safety 75 LF 0 0 o $ 13.00 $ -$ -0.00% 117 Lower Existing Water Line 1 LS 0% 0% 0% $ 1,700.00 $ -$ -0.00% 118 Trim Shrubs and Trees 1 LS 0% 100% 100% $ 900.00 $ 900.00 $ 900.00 100.00% 119 Plug 12" line 2 EA 0 0 o $ 170.00 $ -$ -0.00% I, hereby certify, to the best of my knowledge and belief, that--Total Work Complete to date: $ 26,260.50 35.53% 1. The amounts requested are only for performance in Total Material on Hand Billed this Period: $ -accordance with the specifications, terms, and conditions of the Total Complete to Date & Material on Hand This Period $ 26,260.50 35.53% contract; Less Retainage: 10% $ 2,626.05 3.55% 2. Payments to subcontractors and suppliers have been made Subtotal $ 23,634.45 31.97% from previous payments received under the contract, and timely Less Previous Payments $ -0.00% payments will. be made from the proceeds of the payment Due This Estimate: $ 23,634.45 31.97% covered by this certification, in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United states Code; and Material on Hand 3. This request for progress payments does not include any Description Quantity Unit Invoice Price This Month amounts which the prime contractor intends to withhold or retain Invoice Price This Month from a SUbcontractor or supplier in accordance with the terms and conditions of the subcontract. -.-I r 􀁾 "' '\ //-David H. Linder h J \ If "'-7 .£ /Luke Jalbert David Wilde Vice President £/\. 􀁾􀁜􀁉 ./V V f ./"'" Project Manager Inspector 9130/021 ,,-"" ""-􀁾􀀬􀀧 I .􀁾 􀁾􀀭􀀺􀀭􀀭 G_r_a_n_t_h_a_m_&_A_'S-:-S_O_C_ia_t_e_s..:..'_l_n_c. INVOICE Mr; Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice No.: 90.08 Date: October 1, 2002 . G&A P(oject No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements . . " INVOICE SUMMARY From 81,1/02 to 9/21/02 Total Contract Amount Total Due This Invoice Total Previous Invoices Total Billed to Date Less Payments/Credits $ 14,995.00 $ 478.90 $ 13,371.60 $ 13,850.50 Total Amoun(Now Due' , -Amount This Invoice 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀮􀁟􀀭􀀭􀁾􀀭􀁾􀀭􀀭􀁟� �􀀬􀀻􀀮􀀻􀁟􀀮􀀺􀀮􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁟􀀮􀀺􀀮 .. -Please Retain This Page For Your Records. $$ 478.90 􀀴􀀷􀀸􀀮􀀹􀀰􀁾􀂷..􀁾 1919 S. Shiloh Road, Suite 310, L.B. 8· Garland, Texas 75042 www.gra-ce.net Tel. (972) 864-2333 • Fax (972) 864-2334 Invoice No.: Date: Project: 9008 October 1, 2002 Fire Station No. 1 Drainage Improvements 1. Design Survey ------------------------------Total Phase Amount $ 3,204.00 100% complete $ 3,204.00 2. Engineering Services --------------------------------------Total Phase Amount $ 9,002.00 100% complete $ 9,002.00 3. Bidding and Construction --------------------------------------------T otal Phase Amount $ 2,289.00 50% complete $ 1,144.50 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 100% complete $ 500.00 TOTAL BILLED TO DATE> > > $ 13,850.50 ·." ;' .... 􀁾 ....,....-....,....-.....;....__....,....-.....,....---,-_G_r.;....a....;.n_t_h_a_m_'_&_'_A_s_s.:......o_c_ia..;...'t_e_s"",-,,_I_n_c. Mr. Jim Pierce; P.E. Town of Addison 16801 Westgrove Drive Astdison, Texas 75001 , PROJECT:" Fire-Station No.1 Drainage Improvements REMITTANCE PAGE: Invoice No.: 9008 . . ,Date: October 1, 2002 ' G&A Project No.: 02-314 Tota,1 Current Invoice $ 478.90 TOTAL AMOUNT' EI\ICLOSED $ -------'---Pay to the Order Of: Grantham & Associates, Inc. 1919 S. Shiloh Road Suite 310, L.B.8 Garland, Texas 75042 Please Return This Page With Payment For Prompt And Accurate Credit , 1919 S. Shiloh Road, Suite 310, L.B. 8 • Garland, Texas 75042 wWw.gra-ce.net Tel. (972) 864-2333 • Fax (972) 864-2334 FI/CE STA-TltJlV" # /r. If:? CJ2 Name () M(tL-A 'iE 􀀨􀁾􀁦􀀧􀀡􀀼􀁯􀁶􀀨􀁅􀀯􀁜£:tYfJ Company Phone Number VIfb1 FuI.1 'lUJ L,JJOa..-: 􀁾􀁱􀀱􀁊􀁊 􀁾􀁉􀁉􀀭 􀁚􀁾􀁚 -􀁓􀀭􀀵􀀢􀁾 oj 􀁾􀁾􀁬􀀺􀀺􀀢 􀁴􀁌􀁾 J .. f_ L .)( II' I' If If " VA.'"£" 􀀴􀀮􀁾􀀬􀁪 Oft!¥-􀁾 c..----, e:---􀁾 S<:.DTI ( 􀁾􀀮􀀢 l J, --􀁾 --, 􀁾 L----I ) \ L1A 􀁐􀁾􀁾􀀢􀀧􀀮􀀮􀀮􀁄 􀀱􀁊􀀿􀁷􀁮􀁾􀁾 Cl"11... 􀁣􀀮􀁉􀁾􀁲􀁚􀀤􀁦 􀁾 VAVGtJ/L-J/6 t6A 􀀹􀁬􀀷􀀭􀁾1bc/􀁾:J't't/S LntJE Sr-Je.;Ct::utAiJ 70A 􀀹􀀷􀁚􀂷􀁾􀀵􀀶􀀭􀁚􀀷􀁦􀀶􀁃 .s'f--e 􀁾 C/-tv-TC4t4 v prJ r-J2-tf)?/􀀬􀀮􀀮􀀮􀁾􀁩􀀢 I IJ 􀁻􀁏􀁾 , usages: and Sorted by PaQe 1 of 1 Print Date 09112102 1 of 1 Start: 09/24/02 Finish: 11/08/02 Addison Fire : Addison Fire Outline Gantt View: Default Outline Gantt View Table Page #1 FInish (early) Resource Names Name Start (early) Finish (early) Start (early) mobilization 2 2 locatel saw concrete 1 1 removals 2 2 lower waterline 2 2 12" HDPE 4 4 junction boxeslinlet 10 10 concrete flume 11 11 4" concrete sidewalk 2 2 brick wall I sod 3 3 clean up I move out 2 Project Subproject 􀁾 Non-Cum. Actual Profile 􀁾 Non-Cum. Remaining Profile Non-Cum. Baseline Profile Cum. Act.+Rem. Profile --Cum. Baseline Profile Filtered by objects: , usages: and Sorted by Paae 1 of 1 Print Date 09/12/02 e-rJIIJ..-.l..l:;;" s fA SUMMARY: DATE SUBMITTED: August 19,2002 FOR COUNCIL MEETING: August 27, 2002 Council Agenda Item FINANCIAL IMPACT: This item is for the award ofa contract to Linder Construction, Inc., for construction of Fire Station No.1 Drainage Improvements. c..,.; e.v#''17 _ -1> Sl 􀁾􀀩􀀧􀀺􀀯􀀱 Budgeted Amount: Construction Cost: Source ofFunds: BACKGROUND: $73,917.50 $73,917.50 Funds will be available in the FY 2••2-.3 Fire Department 4tperating .uciget. The main building ofFire Station No.1 is located at the southwest comer ofthe intersection ofAddison Road and Airport Parkway. Portions ofthe building, along the north and east sides, are subject to surface water flooding during heavy rain events. This is due to the lack ofa vertical difference between the finished floor elevation and the elevation ofthe exterior flumes and landscaping. The firm ofGBW Engineers, Inc. prepared engineering plans and specifications for construction ofproposed drainage improvements that will eliminate the existing existing flo.wng conditions. Attached is a bid tabulation for the proposed construction improvements. Linder Construction, Inc. submitted the lowest responsive bid, in the amount of$73,917.51. Construction ofthese improvements is scheduled for completion within sixty (61) working days. The contractor has completed similar construction improvements in this area in a satisfactory manner. RECOMMENDATION: Staffrecommends that Council authorize the City Manager to enter into a contract with Linder Construction, Inc. for the Fire Station No.1 Drainage Improvements, in the amount of$73,917.50. Fire Station 1 Drainage Improvements BID NO 02-38 Bid Opening: August 8, 2002 2:00 PM 't:J Q c W 0 Z a::I .... C) 't:J 't:J 't:J BIDDER ii5 iii total c( Rvcon v v $82.500.00 y Tricon y y $89,095.00 y Linder Construction y y $73,917.50 y zuzu v y $78,115.00 y Aui y v $103,320.00 y canfer v y $169,235.00 y 􀁾􀁬􀁊􀁵􀀱􀁊􀀬 Minok Suh, Purchasing Coordinator CGWf JJarJCorey Gayden, Witness P G",mham. Burge & Wall C>l N'LD .-f '-. 􀁾􀁉 BID TABULATION August 16, 2002 Addison Fire Station NO.1 Drainage Improvements Town of Addison Under Construction, ZuZu Construction Rycon Inc. Inc. Company lIem# Quantity Unit lIem Unit Price $ Unit Price $ Unit Price S 101 1 L.S. Mobilization $15,700.00 $15,700.00 $8,000.00 $8,000.00 $13,040.00 $13,040.00 102 10 C.Y. Unclassified excavation for swale, including rock $48.00 $480.00 $120.00 $1,200.00 $500.00 $5,000.00 103 250 l.F. Full depth sawcut existing concrete $2.50 $625.00 $5.00 $1,250.00 $10.00 $2,500.00 104 41 S.Y. Remove & dispose of existing concrete sidewalk $5.50 $225.50 $85.00 $3,485.00 $25.00 $1,025.00 105 60 S.Y. Remove & dispose of concrete flume & metal cover $18.00 $900.00 $95.00 $4,750.00 $20.00 $1,000.00 106 14 L.F. Remove & dispose of exlstlng brick landscape wall $15.00 $210.00 $50.00 $700.00 $20.00 $280.00 107 43 S.Y. Fumlsh & place 4" reinforced con.crete sidewalk $54.00 $2,322.00 $55.00 $2,365.00 $125.00 $5,375.00 108 194 L.F. Furnish & Install reinrorced concrete flume $175.00 $33,950.00 $150.00 $29,100.00 $55.00 $10,670.00 109 185 L.F. Furnish & insta1112ft HOPE pipe $58.00 $10,730.00 $50.00 $9,250.00 $125.00 $23.125.00 110 1 EA. Furnish & install reinforced concrete grate Inlet $760.00 $760.00 S1,800.00 $1,800.00 $2,500.00 $2,500.00 111 3 EA. Furnish & install reinforced concrete junction box $550.00 $1,650.00 $1,500.00 $4.500.00 $2.000.00 $6,000.00 112 26 L.F. Fumlsh & install tJrIck ladscape wall to match $20.00 $520.00 $40.00 $1,040.00 $25.00 $650.00 113 95 S.Y. 􀁆􀁵􀁭􀁩􀁾􀁨 & install block 􀁾􀁯􀁤 within work zone $6.00 $570.00 $15.00 $1,425.00 $3.00 $285.00 114 2 EA. Adjust existing cleanQuts $130.00 $260.00 $250.00 $500.00 $160.00 $300.00 115 1 L.S. Inspect, maintain, repair & test irrigation system $1,100.00 $1,100.00 $3,000.00 $3,000.00 $2.000.00 $2,000.00 116 75 L.F. Trench safety $13.00 $975.00 $10.00 $750.00 $50.00 $3,750.00 117 1 l.S. Lower existing water nne $1,700.00 $1,700.00 $2,100.00 $2,100.00 $2,500.00 $2,500.00 118 1 L.S. Trim & maintain shrubs &trees in work zone $9.00.00 $900.00 $2,500.00 $2,500.00 $500.00 $500.00 119 2 EA. Plug existing 12" line $170.00 $340.00 $200.00 $400.00 $1,000.00 $2.000.00 TOTALS: $73,917.50 $78,115.00 $82,500.00 Page 1 of2 I"l>'"l "-I"l>'"l W'-!J l s:J :t o.'.I. nI • I . ,I,III BID TABULATION August 16,2002 Addison Fire Station No.1 Drainage Improvements Town of Addison Tri-Con Services, Aui Contractors, L.P. Can-Fer Construction Inc. Company. InG. Ilem# Quantity Unit Item Unit Price $ Unit Price $ UnIt Price $ 101 1 L.S. Mobilization $5,500.00 $5,500.00 $10,000.00 $10,000.00 $16,500.00 :)16,500.00 102 10 C.Y. Unclassified excavation for swale, including rock $25.00 $250.00 $50.00 $500.00 $750.00 $7,500.00 103 250 L.F. Fun depth sawcul existing concrele $5.00 $1,250.00 $6.00 $1,500.00 $5.00 $1,250.00 104 41 S.Y. Remove 8. dispose of existing concrete sidewalk $40.00 $1,640.00 $75.00 $3.075.00 $150.00 $6,150.00 106 50 S.Y. Remove & dispose of concrete flume &metal cover $50.00 $2,500.00 $85.00 $4,250.00 5175.00 $8,750.00 106 14 L.F. Remove & dispose of existing brIck landscape wall $10.00 $140.00 $30.00 $420.00 $35.00 $490.00 107 43 S.Y. Furnish & place 4" reinforced concrete sidewalk $100.00 $4,300.00 $95.00 $4,085.00 $105.00 $4,515.00 10a 194 l.F. FurnIsh & install reinforced concrete flume $150.00 $29,100.00 $275.00 $53,350.00 $181.00 $35,114.00 109 185 L.F. Furnish &install 12" HOPE pipe $100.00 $18,500.00 $60.00 $11,100.00 $185.00 $34,225.00 110 1 EA. Furnish & Install reInforced concrete grate inlet $4,000.00 $4,000.00 $1,500.00 $1,500.00 $17,976.00 $17,976.00 111 3 EA. FurnIsh 8. install reinforced concrete lunelion box $4,000.00 $12,000.00 $1,400.00 $4,200.00 $6,800.00 $20,400.00 112 26 L.F. Furnish & install brick ladscape wall to match $15.00 $390.00 $40.00 $1,040.00 $150.00 $3,gOO.OO 113 95 S.Y, Fumish &install block sod within work zone $10.00 $950.00 $5.00 $475.00 $16.00 $1,520.00 114 2 EA. Adjust existin9 cleanouts $500.00 $1,000.00 $260.00 $500,00 $7,500.00 $15,000.00 115 1 l.S. Inspect, maintaIn, repair & lesl irrigation system $3,000.00 $3,000.00 $3,000.00 $3,000.00 $10,000.00 $10,000.00 116 75 l.F. Trench safety $1.00 $75.00 $3.00 $225.00 $1.00 $75.00 117 1 loS. Lower existing water line $500.00 $500.00 $1.200.00 $1.200.00 $7,500.00 $7,500.00 118 1 L.S. Trim&maintain shrubs & trees in work zone $3,000.00 $3,000.00 $2,500.00 $2,500.00 $7,100.00 .$1,100.00 119 2 EA. Plug existing 12n line $500.00 $1,000.00 $20().O() $400.00 $250.00 ·S500.00 TOTALS: $89,095.00 $103,320.00 $198,465.00 Note: The bId sUbmitted by Can-Fer Construction Company contained an error on item #109. The unit price was listed as $185.00, however the lotal for that item was listed as $4,995.00. With a quantity of 185 L.F., the correcttotat for item i#109would be $34,225.00. Correcting this error results In an Increase of $29,230 to the total bid, 􀁦􀁲􀁯􀁾 $169,235.00 to $198,465.00• Page 2 of2 􀁾 " " '"􀁾􀁾􀁾l\( 􀁾􀁾􀁾􀁾􀁾􀁾􀁾 ... 􀀬􀀮􀁾 􀁎􀁾 I:. ...􀁾 􀁾􀁉 􀁾􀀴 \\ 􀁾.􀁟􀀮 ---_:-'􀀭􀁾 ----. 􀀮􀁾 J I .0-:J I 􀁵􀁾 • • 􀁾 .........., 􀀨􀁾􀀺􀀱 \ .>If ) ---. \. //C1 􀁾 , ,----" ( 􀀭􀁦􀁾 􀁾􀀮􀀩__. ". " --" 􀁅􀀱􀁒􀁾􀁉􀁴􀀧􀀴 ( J)« OltfJty£ I;ffs 􀁬􀁾􀁱􀁆􀀭􀀧 􀀭􀁊􀀬􀁾 􀀨􀁲􀀴􀀨􀀧􀁾 􀀧􀀩􀀮􀀨􀁾􀁟f,t;t> 􀁾􀀩􀀧􀀱􀀲􀀧􀀨􀀢 I'CENTRAL OFFICES 􀁾 FIRE STATION NO. I L 􀀢􀁊􀁾 ',t I' • ::'''"', I. it D-'\.l , 1\ 􀀬􀁾 --.__., . -----rTn4 􀁾􀁏􀁬􀀲􀀮􀁅􀀮 􀀿􀁙􀁾􀀭􀀫I 􀁾 ('1.0) (--I'2..H 􀀨􀁾􀀩 ···\ooH·· 1'1 /. -./􀁉􀁾􀁉 .n .f' 􀀧􀁾􀀴􀁕􀁩 (C;) rl'l.H :) ,,;' 􀁾 4.Jtl.:_ ._. 􀁾 looH 􀀬􀁾􀁲􀀻􀁤􀀧 Si'>Ar(td-2 ([(-150-51􀁾􀁾􀀮 CENTRAL 'ftJH-1 OFFICES 􀁾 FIA£ 􀁾􀁾􀀵􀁔􀁁􀁔􀁉􀁏􀁎 NO./c...o1-frr.2.C>LL􀁅􀀮􀁾 􀁾􀁅􀀮􀁅 Nare: hiD, 7 fOlI-olT OF Q:jNJ·.reCTrot-.l 􀁾􀁅􀀮 "-Jo;E.··t4D.-:lO·.·· . ADO/SON ./􀁾 I, Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 INVOICE 1771 Date: August 7, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements INVOICE SUMMARY From 7/1/02 to 7/31/02 Total Contract Amount Total Due This Invoice Total Previous Invoices Total Billed to Date Less Payments/Credits Total Amount Now Due Amount This Invoice Please Retain This Page For Your Records 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 $ 14,995.00 $ 679.00 $ 12,692.60 $ 13,371.60 ($ 12,692.60) $ 679.00 $ 679.00 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 Invoice No.: Date: Project: 1771 August 7, 2002 Fire Station No. 1 Drainage Improvements 1. Design Survey ------------------------------Total Phase Amount $ 3,204.00 100% complete $ 3,204.00 2. Engineering Services 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 Total Phase Amount $ 9,002.00 100% complete $ 9,002.00 3. Bidding and Construction --------------------------------------------Total Phase Amount $ 2,289.00 40% complete $ 915.60 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 50% complete $ 250.00 TOTAL BILLED TO DATE > > > $ 13,371.60 􀀮􀁾 􀁇􀁟􀁉􀀢􀁴􀁤􀁬􀁟􀁄􀀱􀁟􀁴􀀬􀁟􀁉􀁨􀁊􀁟􀁡􀁊􀁟􀁭􀁾􀀮􀁟􀁂􀁟􀁉􀁬􀁊􀁉􀁟􀁉􀁲􀀮􀀻􀀺􀁧􀀻􀀢􀀸􀁟􀀦􀁟􀁗􀁟􀁡􀁊􀁟􀁬􀁤􀁬􀁟􀁬􀁢􀁟􀁡􀁊􀁟􀁬􀁕􀁊􀁟􀀸􀁟􀀱􀀢 􀀱􀁉􀁉􀁩􀁾􀀱 Engineers, Inc. Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice No.: 1771 Date: August 7, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No.1 Drainage Improvements REMITTANCE PAGE: Total Current Invoice $ 679.00 TOTAL AMOUNT ENCLOSED $ _ Pay to the Order Of: GBW Engineers, Inc. 1919 S. Shiloh Road Suite 500 L.B. 27 Garland, Texas 75042 Please Return This Page With Payment For Prompt And Accurate Credit 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 􀁾􀀷􀀯􀀲􀀹􀀯􀀲􀀰􀀰􀀲 14:59 9728402156 KARl PAGE 01/04 Facsimile Transmittal Date: :J _. cQ9-· 􀁄􀁾 Fax To: 􀁾 \ N\ \)'\ 0rc IL Of: SQI.I)O c..£ Add\;xn FaxA! 91d-LfSD ... 􀁾􀁾􀁓􀀷 From: GBW Engineers, Inc. 1919 S. Shiloh Rd. Suite 500, L.B. 27 Garland, Texas 75042 TeL (972) 840-1916 Fax (972) 840-2156 Ref:__-----------# of Pages (including this sheet): l' Comments: Fax From: This mossase is initl\ded only fur \ho use of the individual or eJllity to whioh il is 􀁡􀁤􀁤􀁮􀀺􀁳􀁾􀁥􀁤􀀮 anet may contain infolJTlalion !hat is privileged, confidential and exempt from disclosure under applicable law. If the reader ofthis message is notlhe illltndc:d ",cipien!, or Ihe employee or agent responsible {or delivering the message to !he intended recipient, you arc hereby notified \hat any 􀁤􀁩􀁳􀁾􀁥􀁭􀁩􀁮􀁡􀁬􀁩􀁯􀁮􀀬 distribution or copying or lJIis communication is strictly prohibited. If you have received this commuJlioation ill CfTOr. please notify US immediately by ll:lcphonc, IUId retum the original rnCS5asc to tiS at at !llc 􀁡􀁢􀁯􀁾 address via llu: U.S. Postal Service, '"honk yau. 􀁾􀀷􀀯􀀲􀀹􀀯􀀲􀀰􀀰􀀲 14:59 9728402155 KARl PAGE 02/04 ADDENDUM NO.1 July 29,2002 TOWN OF ADDISON FIRE STATION NO.1 DRAINAGE IMPROVEMENTS This Addendum forms a part of the Contract Documents and Specifications. Acknowledge rece.ipt of the Addendum in the space provided in Section PF, Proposal Summary Page PF-2, and on the outer envelope of Bid proposal. Failure to acknowledge receipt of this Ad.dendum may subject Bidder to disqual i.fication. Bid Closin&Date: August 8, 2002 at 2:00 p.m. PLEASE NOTE THE PROPOSAL BID DATE IS CHANGED FROM WEDNESDAY, JULY 31, 2002 TO THURSDAY, AUGUST 8, 2002. Bid Submittal Address: CONTRACT DOCUMENTSMs. Minok Suh, Purchasing Coordinator Town of Addison Finance Building 5350 Belt Line Road Addison, Texas 1. Section AB: Advertisement for Bids and SectioXJ PF; Proposal Form A. Page AB-2 and Page PF-3; The proposal bid date is hereby changed from July 31,2002 to Thursday, August 8,2002 at 2:00 p.m. 2. Section MP: Measurement and Payment Item 7. Remove/Replace Existing 􀁃􀁯􀁮􀁣􀁲􀁥􀁾 􀁾 Channel or Flume Add the following language: "Install Neenah grate R-4990-DX (14-inch wide) or approved equal. Delete Neenah grate (Type A, 15x36, R-4575A)." "This pay item shall include all excavation and trenching fOr the flume." Item 8. Sidewalk and Driveway Replacement Add the following language: "The unit price bid for sidewalk replacement shall include the cost of replacing the inlaid brick to match the existing brick type and pattern." Addendum No. I Page I of 3 GBWNo.01-314 07/29/2002 14:59 9728402155 KARl PAGE 133/04 Item 10. Tree Protection and Trimming Add the following language: "Tree removal shall be permitted, with prior approval from the Town of Addison, for· those trees that fall within the project work zone." 3. Section PF: Proposal Form Item No. 102 Reword item description to read as follows: "Unclassified excavation for swale, including rock" Item No. 1.07 Reword item description to read as follows: "Furnish and install 4" thick reinforced COncrete sidewalk, 4000 psi @28 days, including inlaid brick to match existing type and pattern" Item No. 108 Reword item description to read as foHows: "Furnish and install reinforced concrete flume, 4000 psi @28 days, including Neenah grate R-4990-DX (14" wide) and patio curb" 4. Construction Plans; Sheets 1. of2 and 2 of 2 Make the following revisions: "Replace the 5-foot wide maximum construction work zone with aID-foot wide construction work zone. Prior approval for additional work zone width must be obtained .from the Town of Addison. The contractor shall not be requited to replace the landscaping and trees that are removed within the construction zone. The wor.k zone shall be graded to provide positive drainage to the flume and left ;n a loose earthen state. No seed or sod is required. It "There is an irrigation system in the work zone. Plans of this system, which the contractor must restore under Bi.d Item No. 115, are available for review by the cOntractors prior to the bid opening at the Town of Addison Service Center, 16801 Westgrove Drive, Addison, Texas." "Revise the width ofthe concrete flume grate from 15" to 14". The concrete ledges on which the grate sits shall be revised from 2" to 1.5". "The length ofthe con.crete flumes shall be adjusted as oudinedbelow such that standard gyate lengths of 1g" and 24" may be used ex.clusively: I. Flume A: Revise P.l. Sta. 0+07.76 to read Sta. 0+08 Revise P.I. Sta. 0+14.62 to read Sta. 0+14 Revise Sta. 0+36.90 to read Sta. 0+36 2. Flume B: Revise Sta. 0+38.06 to read Stat 0+38 Addendum No. 1 Page 2 of 3 GaWNo.02·314 07/29/2002 14:59 9728402155 KARl PAGE 84/84 3. Flume C: Revise 5ta. 0+52.68 to read Sta. 0+52 4. FlumeD: Revise P.I. Sta. 0+11.1 0 to re!1d Sta. 0+12 Revise P.l. Sm. 0+15.20 to read $t8. 0+16 Revise P.l. Sta. 0+45.82 to read Sta. 0+46 Revise P.l. Sta. 0+49.82 to read Sta. 0+50 Revise Sta. 0+59.28 to read Sta. 0+60 Add the following notes: "The contractor may elect to tunnel under the brick wall at Sta. 0+57 on Line .e." "The inlets and junction boxes may be precast or cast-in-place." "A monolithic pour is not required for the concrete flume." Revise Typical Irrigation No. 1to read as follows: "The contractor may elect not to hire a licensed irrigator for the work covered in Item No. 115. However, in this event, the contractor must contact Ron Lee with the Town of Addison to inspecrt·he repa.ired irrigation system before it is covered over with soil." END OF ADDENDUM The Wldersigned bidder hereby certifies that the Addendum No.1 has been incorporated in the contract and if accepted becomes part ofthe contract. BY:􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭 Date: -Addendum No. I Page 3 of 3 GBWNo.02·314 c 􀁾.. _Nktttt . CoI'i{ r-cu", l{ :p 􀁾 m1 P If:h K' I , 􀁾􀁙􀁾􀁣􀁥 watl-fkaU1 Cr$W /;no llAeefS .J)1(. (11z)fl:,!-fO 􀁾􀁦/66 u ( I 􀁃􀁦􀁾BWJ-2/JP1!r1( ,la11.L-\ VI t 􀀬􀀧􀁶􀁾􀂣 􀁃􀁬􀁾􀁾􀁴􀀮 􀁃􀁮􀁲􀁬􀁾􀀮􀁊􀀮 􀀧􀀢􀁉􀁾􀁌􀀮 exzt 􀁾􀀵􀁦􀀬􀁾􀁾􀁟􀀧􀁦􀁁􀀮􀀨􀀴􀀱􀀱􀁾􀁾 􀁾 zztt 1)-0-4\ 􀀩􀁊􀁇􀀮􀀮􀁥􀁵􀁳􀁾 I.eI' TY, Co \1\ 􀁾 e " 􀁾 1("«>:> r7􀁾 -'175" -6"207 I tid7)' -􀁾􀀷􀁳􀁾􀀭􀀷􀁾􀀯􀁨 Iij 􀁾􀀮 􀀽􀁷􀀺􀀺􀁁􀁊􀀻􀁣􀁊􀁾 'B'DIl&T!tP 􀁾􀁁􀀱􀁊􀁁􀀭􀁾􀀧􀀱 􀁾􀁬􀁙􀁲􀁜􀁾􀁴 .Tf\1C, £11 Z-"6 􀁄􀁙􀁾􀁌􀀼􀁣􀁾􀁊 􀁾􀀮 I fA>. 􀁱􀁊􀁌􀁾􀀭􀁾􀁬􀁯􀁊 􀁾􀁨􀁾􀀢􀀢􀁪 Ghoha d; 7"l}-'Z.-l ) Ca f'lSiUJd iO>1 >,0 􀁃􀁜􀀢􀀱􀀲􀀮􀀭􀁾􀁾􀁾􀀭􀀵􀀹􀁜 􀁾 I 􀁆􀁁􀁾 0."'2 .. 􀁚􀁜􀁾􀁾􀀲􀀧􀁴 􀁗􀁾􀁅􀀧􀀢 l..l JOec, 􀀯􀁉􀀡􀁾􀀭􀁬􀁩􀁤 /)(.uAJ 􀀱􀁁􀁾􀁾􀁾􀁲􀁵 lAIc.-􀁾􀁱􀀮 􀁺􀀮􀁾􀀱􀀮􀀮 􀁓􀁾􀁓􀀢􀀧 􀁾􀀮􀀮􀀮 J'n..􀁾􀀮􀀬􀀮 􀁾􀀮􀀳􀀳􀁊􀀧􀀭 I : JrVY1! 􀁈􀀮􀁰􀁾 . '/iPuvz 􀀧􀁄􀁉􀀭􀀯􀁬􀀭􀁤􀁤􀀻􀁾 C/72-L/S-6J -2.?78--2g.-37 MAAl( /fC 􀀯􀀮􀁾vef)a . --r;;-WJV o;C-􀁾􀁯􀁬􀁊􀁜􀀩􀀻􀁊 􀀹􀀷􀁾􀀭􀀭􀁾􀁏􀀭􀀭􀀭􀀮􀀲 WP ---L. \ • 􀁾 􀁾􀁊􀀮 '., '. .-' • • (ftt.I. JIM PIERCE, P.E. Assistant Public Works Director (972) 450-2879 (972) 450-2837 FAX jpierce@ci.addison.tx.us Town ofAddison 16801 Westgrove Dr. P.O. Box 9010, Addison, Texas 75001-9010 􀀷􀁾 1)-01--M-􀁾􀁾􀁶􀁤􀀭􀁌􀁾 ) 􀁾 􀁲􀁾􀁾􀀨􀀯􀁖􀁜 ir 7 􀁾􀁾􀀮 􀁾􀀬 Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Grantlhiam, BlUlrge & WaldilbalUler INVOICE Invoice No.: 1746 Date: July 2, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements INVOICE SUMMARY From 6/1/02 to 6/30/02 Total Contract Amount $ 14,995.00 Total Due This Invoice $ 4,087.40 Total Previous Invoices $ 8,605.20 Total Billed to Date· $ 12,692.60 Less Payments/Credits ($ 4,691.70 Total Amount Now Due $ 8,000.90 Amount This Invoice $ 4,087.40 . ",' ..-Please Retain This Page For Your -Records -... 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-215C Invoice No.: 1746 Date: July 2, 2002 Project: Fire Station No. 1 Drainage Improvements 1. Design Survey ------------------------------Total Phase Amount $ 3,204.00 100% complete $ 3,204.00 2. Engineering Services --------------------------------------Total Phase Amount· $ 9,002.00 95% complete $ 8,551.90 3. Bidding and Construction --------------------------------------------Total Phase Amount $ 2,289.00 30% complete $ 686.70 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 50% complete $ 250.00 TOTAL BILLED TO DATE > > > .. "-l-$ 12,692.60 Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice No.: 1746 Date: July 2, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements REMITTANCE PAGE: Total Current Invoice $ 4,087.40 TOTAL AMOUNT ENCLOSED $ _ Pay to the Order Of: GBW Engineers, Inc. 1919 S. Shiloh Road Suite 500 L.B. 27 Garland, Texas ·75042 :.: 􀁾􀀮􀀯 . Please Return This Page With Payment For Prompt And Accurate Credit , 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-215( 06/28/2002 15:24 , '. 9728402156 KARl PAGE 01/02 From: Facsimile Transmittal' Date: {)b}Z 􀁾 /0 k Fax To: 􀁾􀀯􀁗􀁜 􀁥􀁬􀁥􀁾􀁣􀁥 /W! lVlOK St{\I) Of: AM􀁌􀁾􀁯 Vl Fax# Cqtt)450 29 􀀳􀁾􀀷􀁻􀁲􀀱􀁾􀀧􀀫􀁾� �􀀷􀁻􀀩􀁲􀀧 I Ref: F.fe 􀁾tal No 1-GBWEngineers, Inc. 1919 s. Shiloh Rd. Suite 500, L.B. 27 Garland, Texas 75042 Tel. (972) 840w1916 Fax (972) 840-2156 '2-# of Pages (includlng this sheet): _ Comments: Fax From: cCThis message is immded only for the: use of the individual or entity to which it is addressed, and may CQntain information lIIat is privileged. confidential and 􀁃􀀻􀁬􀁬􀀻􀁾􀁰􀁴 from disclosure under applicable law. If the reader oftnis messoge is not the inlcnded recipient, Of the employee or agent rtsponsible for delivering the messaee to the intended recipient, you ate hereby notified that any dissemination. distriblltion or copying of this communication is strictly prchibilcd. Ifyou bave received this communication in error, please notifY us immediately by telephone, and retllm the original message message to us 8t the above address via the U.S. Postal SerVice. Thank you. . 06/28/2002 15:24 9728402156 KARl PAGE 02/02 Fire Station No.1 Drainage Improvements Town of Addison Engineer's Opinion of Probable Cost Item No. Item Description Units Quantity Unit Cost Total Cost 101 Mobilization LS 1 $ 3,000.00 $ 3,000.00 102 Unclassified Excavation CY 10 $ 50.00 $ 500.00 103 Sawcut IF 250 $ 5.00 $ 1,250.00 104 Remove/Dispose Concrete Sidewalk SY 41 $ 25.00 $ 1,025.00 105 Remove/Dispose Concrete Flume & Cover SY 50 $ 20.00 $ 1,000.00 106 Remove/Dispose Brick Landscape Wall IF 14 $ 20.00 $ 280.00 107 4" Reinforced Concrete Sidewalk SY 43 $ 50.00 $ 2,150.00 108 Reinforced Concrete Flume LF 194 $ 110.00 $ 21,340.00 109 12" HOPE Pipe LF 185 $ 30.00 $ 5,550.00 110 Reinforced Concrete Grate Inlet Ea 1 $ 3,500.00 $ 3,500.00 111 Reinforced Concrete Junction Box Ea 3 $ 3,500.00 $ 10,500.00 112 Brick Landscape Wall LF 26 $ 25.00 $ 650.00 113 Block Sod SY 95 $ 7.00 $ 666.00 114 Adjust Cleanouts Ea 2 $ 750.00 $ 1,500.00 115 Maintain. Reoair &Test Irrigation System LS 1 $ 2,500.00 $ 2,500.00 116 Trench Safety LF 75 $ 5.00 $ 375.00 117 Lower Existing Water Line LS 1 $ 3,000.00 $ 3,000.00 118 Trim and Maintain Shrubs and Trees LS 1 $ 2,500.00 $ 2,500.00 119 Plug ExistinCl 12" Line Ea 2 $ 500.00 $ 1,000.00 Sub-Total $ 62.285.00 20% Contingency $ 12,457.00 Total $ 74,742.00 .' Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Grantham, Burge & WaldlbalLOer INVOICE Invoice No.: 1727 Date: June 12, 2002 GBW Project No.: 02-314 PROJECT: Fire Station 1\10. 1 Drainage Improvements INVOICE SUMMARY From 5/1/02 to 5/31/02 .' . 􀁾 .; ", . -TotalContract Amount Total Due This Invoice Total Previous Invoices Total Billed to Date Less Payments/Credits Total Amount Now Due Amount This Invoice 􀁾 I '.. ' Please 􀁾􀁥􀁴􀁡􀁩􀁮􀁊􀂷􀁨􀁩􀁳􀀺􀂷􀀻􀀮 ;"., 􀁐􀁡􀁧􀁾 For Your Records 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 $ 14,995.00 $ 3,150.70 $ 5,454.50 $ 8,605.20 ($ 1,541.00) $ 7,064.20 $ 3,150.70 􀀭􀁾 . . -", www.gbwengineers.com Tel (972) 840..1916 Fax (972) 84D-21SC Invoice No.: Date: Project: 1727 􀁾 --", June 12, 2002 Fire Station No. 1 Drainage Improvements 1. Design Survey ------------------------------Total Phase Amount $ 3,204.00 100% complete $ 3,204.00 2. Engineering Services --------------------------------------Total Phase Amount $ 9,002.00 60% complete $ 5,401.20 3. Bidding and Construction -------------------------------------------- Total Phase Amount $ 2,289.00 0% complete $ 0.00 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 0% complete $ 0.00 TOTAL BILLED TO DATE> > > $ 8,605.20 , Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Grall1l'tD1lam, Burgs & Waldllbausr Invoice No.: 1727 Date: June 12, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements REMITTANCE PAGE: Total Current Invoice $ 3,150.70 TOTAL AMOUNT ENCLOSED $ -------Pay to the Order Of: GBW Engineers, Inc. 1919 S. Shiloh Road Suite 500 L.B. 27 Garland, Texas 75042 Please Return This Page With Payment For Prompt And Accurate Credit 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-215 Page 1 of 1 Jim Pierce From: Bruce Grantham [Bgrantham@gbwengineers.com] Sent: Wednesday, June 12,20029:07 AM To: Jim Pierce Subject: Fire Station NO.1. Notes Jim: The following are some notes regarding the Fire Station NO.1 Drainage Improvement Bid Documents which we submitted yesterday. 1. Due to the size of this project, we made the following changes to the Arapaho Road Phase 2 bid documents in order to make the bid process simpler: -No prebid conference. -No A + B bidding. -There is no construction contingency included in the bid schedule. 2. We provided a 2-foot wide emergency overflow through the landscape area for Flumes C and D which we are currently shown to be grassed. Is this okay with Slade? Other options would be to make it wider (for easier maintenance perhaps) or install concrete instead of grass. 3. We have specified 60 working days for the construction. 4. The Special Provisions call for the maintence of the existing landscaping and irrigation, including any removal and replacement, to be subsidiary to other bid items. We may want to consider including lump sum bid items for landscaping and irrigation replacement respectively in order to emphasize to the contractors that this work is required. 5. We are crossing a water line with Line A. Could the Town provide us with an approximate depth on this line? Please let me know if you have any questions regarding this project. Regards, Bruce 6/14/02 ATTENTION I DATE JOB NO. RE: !!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!!II!II!!!!!!!!!!!!!® Public Works /Engineering 16801 Westgrove • P.O. Box 9010 Addison, Texas 75001 Telephone: [972] 450-2871 • Fax: (972) 450-2837 GENTLEMAN: WE ARE SENDING YOU o Shop Drawings o Copy of letter 􀁾􀁴􀁡􀁣􀁨􀁥􀁤 o Prints o Change order o Under separate cover via the following items: o Plans 0 Samples 0 Specifications 0 _ COPIES DATE NO. A DESCRIPTION I 􀁾􀁾􀀯􀀻􀁢􀀭􀁁 LJ􀁾 I 􀁶􀁾􀀼􀁊􀁾􀀵􀀻􀀡􀁊􀁾􀀭􀀬􀀮􀀬 /[] PRINTS RETURNED AFTER LOAN TO US o Resubmit copies for approval o Submit copies for distribution o Return corrected prints THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted XFor your use 0 Approved as noted o As requested 0 Returned for corrections jK[For review and comment 0 _ o FOR BIDS DUE 19__ COPY TO _ SIGNED: 􀀮􀀮􀀮􀀬􀁌􀀭􀀭􀁉􀀭􀀭􀁰􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please n ' .. ,'. Page 3 • Water entering the building appears to be from the "splash-up" action ofthe runoff hitting the shallow flume. The attached pictures show the close relation of the windows and flume elevation, with only the top of curb separating the two. Proposed Alternative 1 -Most Disruptive • Remove the concrete patio, the flume portion adjacent to building, the brick screening wall, and the existing landscaping bushes on the opposite side of the screening walL • Re-grade the area to completely drain away from building. • Rebuild the concrete patio and screening walL The bottom of the screening wall will have 2" openings every 12" for drainage. On the opposite side ofthe screening wall, construct a concrete flume which will carry the flow to the parking lot. Replace landscaping on the opposite side of the flume. The flume will be sized to carry the flow. • This alternative takes the flow away from the building and provides positive drainage to the parking lot. Proposed Alternative 2 -Least Disruptive • Remove the existing flume. • Replace it with a flume approximately 3' wide, and 1.5' deep below the window elevation, with a slope to direct the splash away from building. • For safety, a concrete wall 6" to 12" in height or a decorative wrought iron fence could be built between the patio and the new flume. In addition, a grate can cover the flume which will add safety and will provide a more aesthetic appearance for the patio area. • This flume would drain to an inlet located adjacent to the parking lot sidewalk which will connect into an underground system. This underground system is used in Alternative 2 of the east end system. It will drain to the existing storm sewer system in Addison Road. • This alternative takes flow away from the building and provides positive drainage while being the least disruptive to the existing patio. East End -Flumes B, C, andD Existing Conditions • The flumes providing drainage to the east end ofthe building and property are located directly adjacent to the building, with a top of curb at approximately 􀁴􀁾􀁥 same elevation as the finish floor of the building. • Opposite the building, the flumes are bordered by extensive landscaping. Asthe attached photographs illustrate, at Flume D, the jasmine ground cover extends as a barrier, 6" to 12" above the flume. Flumes Band C are surrounded by mature, dense shrubs which extend to the edge of the flumes. • The windows along Flume C are floor to ceiling windows. Those along Flume D do not extend to the floor. • Flume B collecfs drainage from the roof down-spouts, direct rainfall, and runoff from the landscaped area. This flume drains to the parking lot. • Flume C and D collect drainage from direct rainfall and runoff from the landscaped areas. Both ofthese flumes are drained by a 12" PVC pipe located at the northwest comer ofthe intersection ofthese flumes. This PVC pipe is , ,I. Page 4 , connected into the Addison Road storm sewer system. The opening of the PVC pipe is covered by a metal grate which is cleaned of debris periodically by the employees of the fire station. • Water appears to enter the building from Flume D due to lack of elevation difference between the flume and finished floor. At Flume C, water appears to enter the windows possibly from the same "splash-up" effect as Flume A, as well as from a lack of elevation difference. ••••Proposed Alternative 1 -Most Disruptive • Re-grade the yard adjacent to the east end ofthe building. Remove the flumes and begin the re-grading at the edge of the building approximately 0.75' below the finish floor and tie into the existing sidewalk ofAddison Road. This would not include the area ofthe mature trees which is located on a small hill at the northeast comer ofthe property. The grading should have positive drainage away from the building in all locations. Re-Iandscape the yard area, assuring that the landscape remains lower than the finished floor as indicated in the initial grading. Care should be taken that the landscaping and edging chosen for the yard does not encourage flow to back up against the building foundation. The down-spouts should drain into concrete pads which direct the flow away from the building. The existing irrigation system would be salvaged as much as possible and replaced where it can not be salvaged. This alternative directs water away from the building, provides positive drainage, and lowers the adjacent ground elevation. ••••Proposed Alternative 2 -Least Disruptive • This alternative is similar to Alternative 2 for Flume A. A deeper, wider flume would be constructed in place of the existing shallow flume. The existing landscaping would be minimally disturbed. The flumes would be connected into an underground system that would drain into the existing Addison Road storm sewer system. Flumes A through D, as described for proposed conditions, would be connected to this system. A wye inlet with an aesthetically acceptable cover would also be installed on the opposite side of the dense bushes to drain the low area of the east yard. During all of the field visits, this area seemed to be saturated. There would be some impact to the existing irrigation system; however, any damage would·be corrected during construction. Because this area is not as visible, grates over the flume may not be required for aesthetic purposes, with the exception ofFlume B. Flume B is located at the entry to the building creating a safety and aesthetic justification for the grates. This alternative moves the drainage from the finished floor elevation and provides positive drainage away from the building. • Page 5 Summary The attached exhibit illustrates the Alternative 2 concept for both areas. It shows the conceptual cross-section ofthe proposed flumes and the underground system which would take the flow to the Addison Road storm sewer system. The existing 10' recessed inlet being proposed as the tiein point is located at the upstream end ofthe Addison Road system and is drained by an 18" RCP at 0.65% to the trunk line. The 18" RCP pipe can carry approximately 8.5 cfs which correlates to just over 1 acre of drainage area, assuming there is no backwater from the trunk. line. After the proposed alternative 2 improvements, the total area at this inlet would be less than 0.5 acres which would contribute no more than 4.0 cfs to the 18" RCP. Alternative 1 does not propose to change the drainage areas of the inlets. Both ofthe alternatives presented above move the water away from the finished floor elevation of the building and provide positive drainage. The main difference between the two alternatives is the amount of disruption of the existing grounds. GBW has prepared an Opinion ofProbable Costs for Alternative 1 and 2 of $49,140 and $48,096 respectively. ., >' , " Fire Station No.1 Drainage Improvements Town of Addison Engineer's Opinion of Probable Cost Proposed Alternative No. 1 -Most Disruptive /Item No. Item Description Units Quantity Unit Cost Total Cost 1 Concrete Flume Removal SY 50 $ 10.00 $ 500.00 2 Concrete Patio Removal SY 40 $ 10.00 $ 400.00 3 Brick Screening Wall Removal SF 550 $ 5.00 $ 2,750.00 4 Earthwork (grading) CY 750 $ 15.00 $ 11,250.00 5 Irrioation System Repair LS 1 $10,000.00 $ 10,000.00 6 Remove /Replace Landscaoino LS 1 $15,000.00 $ 15,000.00 7 Concrete Flume Construction SF 150 $ 7.00 $ 1,050.00 Sub-Total $ 40,950.00 20% Contingency $ 8,190'.00 Total $ 49,140.00 Proposed Alternative No. 2 -Least Disruptive Excavation Subsidiary to flume construction Item No. Item Description Units Quantity Unit Cost Total Cost 1 Concrete Flume Removal SY 50 $ 10.00 $ 500.00 2 Concrete Flume Construction SF 1065 $ 7.00 $ 7,455.00 3 Grate SF 120 $ 10.00 $ 1,200.00 4 12" Concrete Wall LF 23 $ 15.00 $ 345.00 5 Wve Inlet EA 1 $ 3,500.00 $ 3,500.00 6 Special Inlet EA 3 $ 3,500.00 $ 10,500.00 7 18" PVC Drainaoe Pipe and Fittinos LF 190 $ 45.00 $ 8,550.00 8 Grade Swale CY 8 $ 15.00 $ 120.00 9 Irrigation System Repair LS 1 $ 2,500.00 $ 2,500.00 10 Bermuda Sod SY 50 $ 5.00 $ 250.00 11 Reinforced Concrete Sidewalk SF 270 $ 8.00 $ 2,160.00 12 Miscellaneous Landscape Repair LS 1 $ 3,000.00 $ 3,000.00 Sub-Total $ 40,080.00 20% Contingency $ 8,016.00 Total $ 48,096.00 .. Town of Addison Fire Station No. 1 Photo 1 -Looking at Front Entry of Fire Station No. 1 P;,oto 2 -Looking at East End of Building Page 1 of 5 02-314 Town of Addison Fire Station No. 1 􀁾􀁩 Photo 3 -Flume A, Recreation /Kitchen Area 02-314 Page 2 of 5 Town of Addison Fire Station No. 1 Photo 4 -Flume A, Recreation I Kitchen Area tphoto 5 -Flume B, Entry Area 02-314 Page 3 of 5 ·. "" Town of Addison Fire Station No. 1 Photo 6 -Flume C, Outside of the Administration Area Photo 7 -Grate Cover over Flume C &0 Outfall (12" PVC) 02-314 Page 4 of 5 Town of Addison Fire Station No. 1 J Page 5 of 5 02-314 --02-314 314DRMPLN OF 2 SHT. 1 FWME DETAIL au. 1. PRIOR TO ANAl. ACCEPTNICE. AU. PWT. SURfACES SHAll. BE a.£ARED CF AU. DlSCOLORA1lCIlI SUQi AS 'ME "ARKS OR OlHER DfSflGtJREWENT. 2. 􀁾 􀁾􀁾􀁾􀁾􀁎􀀮􀁧􀁷􀁐􀁒􀁾􀁾􀁾􀀺􀁾􀀩􀁔􀁾􀁄􀁾􀁁􀀺CF WRJlJotG. BEFORE WORK ££G1NS ON 1t£ PRO.I:CT. J. SUBQW)(S SHAll. BE PROOF Ra.lED. NO AlD'TIONAL c::ot.IP£NSA'T'Ot SHAll.. BE PAll) FOR PROOF RCl.1Jrtc. IT SHAll. BE CCWSlDERED SU8SlDIART TO OlHER BID I1DIS. 4. 1t£ CClN1R • AT K5 lESlIHC .....􀁾.. 􀁪􀁬􀁙 A T BY THE '10*: A] A !FE TO SECltON 5...... PA HC1lXlG 􀁾 5. 1t£ CONlRACTOR SHAll. PA'" 􀁾 ATlENllON TO I1DI 6.2.. "BACKflLl.-CF tHE NClCOG ftOFlCA'OONS. 1tE (WINR JIILL EXPECT ALl TRENCHES TO BE BAamum 'MTH PROPER CARE AND AN'" SET1lfilENT TO ££ JlEWEDIED IH A 11uEl.... FASHat. GENERAL PAVING NOTES: 10 1lE'o'CES, [lC. CIlU 10 y 􀁾􀁍􀁁􀁔􀁅 PAY I1DI. 3. NO PERSON 'SHAll. OPEN. lURM OFF. IN1'ERF'IRE wmt. AnAQI H{'t f"'P[ CIt HOSE 10 tR TN' ANY WAlER ..􀁾 BElONGING TO lHE TO.. UNLESS Dl.t.y AlJntCRIZEJ) TO DO SO BY THE TOlIN C:F ADDISON PUBUC WORKS DEPNmlENT. ARRANCElIENTS FOR COttSTRUCnCIIII WAlER SHHJ. BE WADE 'MlaJCH 11£ 􀁾 CF ADDfS(W PUBUC WORIC'5 DEPARTWEHT. 4. 􀁾􀁾ADEClJAlE SANTMY FAQLJ1IES FCR USE BY WORKERS 5. NO TRNFlC StQlIS ME 10 BE RELOCATED OR RDIO'ttD WntQUT Pft'IOR APPROVAl Of lHE 1l*\I Of ADOrSCN PUEIJC WORKS DEPNlTUENT. e. lHE CONTRACTOR SHALL TNCE ALl 􀁈􀁛􀁾 flREC'UTlONS TO PROTECT EXIS1WG 􀁾􀁾􀁃􀁬􀁕􀀮􀀦􀁡􀁥􀁾􀁾􀀪􀁾􀁾􀁁􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁆􀁒􀁏􀁕 7. INQ.UDE 􀁾 lRACTOR (R 115: 8. 􀁾􀁾􀁾 COttlRACTOR's RESPOHSIEIIUlY TO 􀀢􀁁􀁬􀁎􀁔􀁾 NEAT AND ACCl.RATE PlANS CF 9. THE co.TRAC'TOR 15 RESPONSIBL£ F'CR MAINTAINING ADEaJAlE SITE DRA&HACE THROUQ4(JJT THE IX.RATI(»I CF lHIS PRo.ECT. 10. 1'HE CONTRACTOR IS RESPONSIBlE FCR OBTAlNItG AU. NEa:ssNn' PERlaTS AN) APPROVALS BU': ROOll AIRPORT PARKWAY NOTE: CONTRACTOR SHAll NOT DAMAGE EXISTING FOUNDATION SURFACE 27.05 26.79 CHORD LENGTH J. fIIPIrtG 9iAll. BE DJT. CAPPQ) AN) MARICED AT 1l£ ....TS CF CONSTRtJCTK:Irt 4. AT 1t£ COMPLE1JOH CE CX»fS1RUC1ION. 1't£ UCENSED IRRIGATOR SHAll.. FlEST1JRE AND lEST lHE IRRtCAT10N S'l"S1'EY FOR PRaJER FUHCTJON. Tt£ lEST SHAll. BE CONDlJC1[D It 11-£ PRESENCE Cf' 1t£ 1DIIlN"S PUBUC WORKS IPGJECTOR At«) lHE S'l"S1'EY 0IIItER. S. 􀁕􀁁􀁬􀁎􀁔􀀮􀁵􀁉􀁾􀁁􀁉􀁒 EXISnNG IIRGATION SYS'T£WS TO ENSURE WAlmNC OCOJRS (If EXISTING GRASS AND LNlDSCAPI'G ---------tJGTn.---:.􀀧􀀺􀀺􀀾􀀮􀀭􀀮􀀻􀀮􀁟􀀺􀀺􀀺􀀮􀁾􀁾􀁾􀀻􀀺􀀬􀀧􀀺 􀀺􀀮􀁾􀀻􀀬􀀵􀀻􀁾 TYPICAL IRRIGATION NOTES: ". ";'::': -; 􀀧􀁾􀁾􀁾􀀻􀀾􀀻􀀬􀀬􀀼􀀺􀀭􀀧 1. THE CONTRACTCIl SHAll. loIRE A UCENSED RAlGATOR AS A !iI.JIlCXlNlJlA TO (MRS[[ AU. ACTMllES lHAT IIIPACT EXrSTWC OR PROPOSED IIRGA1K* S'l"S1'EYs. 2. PRKR 1'0 ACTMnES.:TIOM 9tAU. BE lURHED ON. VAl.\£S. AU. BE MfERE DOIWl1OH AND 1't£ SYS ES S'l"S1'EY 􀁾􀁂􀁅􀁓􀁈􀁾 S'l"S1'EY YOEO FIRJf S1'A1fON NO. 1 BUlUJING 27." N 67"24'09" W 27.49 N 67"10'14" W LENGTH CORD BEARING CURVE DATA: REIIOVE I: REPlACE EXIST. CURB. PAVEIIENT OR SIDEWAlX REGRADE EXIST. GRASS AREA PROPOSED GRADE EXISTING GRADE EXISTING CONTOUR 􀁾 -600-"G 644.46 ..... LEGEND: C2 35.00 45'27'50 NUIIBER RADIUS DELTA CI 35.00 45'00'00" lase. TREE atEPE MYRTlE PINE tREE ON< tREE 1IIIU.OW TRE! eeoo••• STA. 0+0+36.90 FLUIIE 'A' F/L FLUIIE 642.05 :. 􀁾􀀮 : NO HE toHlRACTOR 9tAl.1. 􀁾􀁔􀁁􀁃􀁔 1-800-DtG-lESS (344-BJ77) PRKJi TO NfY EXCAVA11ON. IIi! M WAlER VAl.'I£ !. WAlER Io£tlR co (!) 1ELEPH<1 WATER VALVE 􀁾 FIRE HYDRANT ® WATER METER ® MISC_ MH ViM @GAS METER ... MAILBOX '" (2) IRRIGATION CONTROL VALVE 'cv INVOICE Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice !\Jo.: 1684 Date: May 3, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements INVOICE SUMMARY From 4/1/02 to 4/30/02 Total Contract Amount $ 14,995.00 Total Due This Invoice $ 3,913.50 Total Previous Invoices $ 1,541.00 Total Billed to Date $ 5,454.50 Less Payments/Credits ($ 1,541.00) Total Amount !\Jow Due $ 3,913.50 Amount This Invoice $ 3,913.50 Please Retain This Page For Your Records 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 Invoice No.: Date: Project: 1684 May 3,2002 Fire Station No.1 Drainage Improvements 1. Design Survey ------------------------------Total Phase Amount $ 3,204.00 100% complete $ 3,204.00 2. Engineering Services --------------------------------------Total Phase Amount $ 9,002.00 25% complete $ 2,250.50 3. Bidding and Construction --------------------------------------------Total Phase Amount $ 2,289.00 0% complete $ 0.00 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 0% complete $ 0.00 TOTAL BILLED TO DATE> > > $ 5,454.50 \ •􀁾.. 􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭G􀀭lFaB1ltham􀁾. BlUJlFg􀀭e & 􀁗􀁡􀁾􀁤􀀭􀁬􀁢􀁡􀁬􀁕􀁊􀁥􀁬􀁆 􀁾􀁾􀁉 Engineers, Inc. Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice No.: 1684 Date: May 3, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements REMITTANCE PAGE: Total Current Invoice $ 3,913.50 TOTAL AMOUNT ENCLOSED $ _ Pay to the Order Of: GBW Engineers, Inc. 1919 S. Shiloh Road Suite 500 L.B. 27 Garland, Texas 75042 Please Return This Page With Payment For Prompt And Accurate Credit 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 05/01/2002 13:29 97284132156 KARl PAGE 01102 Facsimile Transmittal GBWEngineers, Inc. 1919 S. Shiloh Rd. Suite 500, L.B. 27 Garland, Texas 75042 Tel. (972) 840-1916 Fax (972) 840-2156 From: Fax From: Fax To; Date: 􀁾􀁟􀁾􀁄􀀻􀀻􀀮􀀮􀀮􀀵􀀽􀀭􀀫􀀺􀀭􀀯􀁯􀀺􀀺􀀺􀀺􀀻􀀮􀀮􀀮􀀡􀀮􀀮􀀮􀀮􀀱􀀮􀁾􀀯􀁯􀀻􀀻􀀺􀀺􀀮􀀮􀁺􀀽􀀭 _ :IIM PIERCfE. Ref: Of: 􀁟􀀭􀀭􀀬􀀯􀀬􀀭􀀬􀀺􀀺􀀺􀀺􀁃􀁙􀁊􀁎􀁾􀀺􀁉􀀼􀀮􀀮􀀮􀀮􀀭􀁾􀀨� �􀀧􀀭􀀭􀀭􀁆􀀭􀀧􀀭􀁁􀀮􀁵􀀮􀀼􀁄􀀺􀀻􀀬􀁺􀀺􀀻􀀺􀁏􀀭􀀭􀀧􀀭􀀭S􀀧p􀁦OQIl. ;.:..:N'"---_ Fax# __􀀨􀀺􀀡􀀺􀁬􀁯􀀮􀂷􀁱􀀮􀁊􀀬􀀮􀀮􀀮􀁊􀀱􀁬􀀮􀀮􀀡􀀺􀀲􀀺􀀮􀁌􀀩􀀭􀀮􀀮􀀺􀀺􀁉􀀴􀀱􀀻􀀮􀁯􀀮􀀮􀀵􀁌􀁬􀀮􀁯􀀺􀁏􀁾􀀭􀀮􀀡􀀺􀀺􀁚􀁾� �􀀺􀀮􀁯􀁳􀀺􀀻􀀳􀁾􀀷􀁟 Arze, ST4,IQ\/No.1 DeA-INA67£ # of Pages (including this sheet): __Z_ Comments: JIM,Nt HAvE. pur To&]E--THE-e 􀁾􀁉 OPII"-JlaJ Dr Pe.oBA8l.£ COST fOt2. ,He iWD AL-rEIVJA7\vES FOR.. 􀁔􀁩􀀭􀁦􀁾 Ar<.fi-51ATIOrJ 02AJl\JAGJE. /MPR.QVEJv1ENTS¥ IF VOU M\fe ANY euESTtONSj fLfA&€ ('ALL. 􀀱􀀰􀁊􀁗􀁴􀁑􀁾 This mcsuge 􀁩􀁾 intended only for Ule use or the individual or entity CO wl1ich il is addressed, and may CQntain infOnnll.lion that is privileged. confidenllalll1d exempt froll) disclosure under DppliCllble lllW. (fUie rcllderoflhis message is nOllhe intended recipient, or l1Ie employce or esent ICsponsibJe for deliver;ns the mUSlI.ge 10 Ihe inl'endod recipicnt, you uc hereby norificd thaI any disseminaCion. di$tribuclon or copying of this communicalion is srrictly prohibiltd. If you have rcceived this communication in efTor, please notifY us immediately by celephone. and return lhe (lrig.inOll mcssage to liS al the above address via the U.S. Postal Service. Thank you. 85/81/2882 13:29 9728482155 KARl PAGE 62/62 Fire Station No.1 Drainage Improvements Town of Addison 􀁅􀁮􀁧􀁩􀁮􀁾􀁾􀁲􀀧􀁳 Opinion of Probable Cost Proposed Alternative No.1· Most 􀁄􀁩􀁳􀁲􀁵􀁰􀁴􀁩􀁶􀁾 Hem No. Item Description UnIts Quantity Unit Cost Total Cost 1 Concrete Flume Removal SY 50 $ 10.00 $ 500.00 2 Concrete Patio Removal Sy 40 $ 10.00 $ 400.00 3 Brick Screening Wall Removal SF 550 $ 5.00 $ 2,750.00 4 Earthwork (grading) Cy 750 $ 15.00 $ 11.250.00 5 Irrigation System Reoair lS 1 $ 10,000.00 $ 10,000,00 6 Remove I Replace landscaping lS 1 $ 15.000.00 $ 15,000.00 7 Concrete Flume Construction SF 150 $ 7.00 $ 1,050.00 Sub-Total $ 40,950.00 20% Contingency $ 8.190.00 .. Total $ 49,HO.00 Preposed Alternative No, 2 -Lcast Disruptive ,:3vatlon SUbSIOI3f/.. 􀁾􀁉􀀧􀁊􀀡􀁗􀀺 construction f 􀁾􀁉􀁮􀁭 No Item Description Units Quantity Unit Cost Total Cost 􀁾􀀮􀁾 .1 Concrete Flume Removal Sy 50 $ 10.00 .$ 500.00 2 Concrete Flume Construction SF 1065 $ 7.00 $ 7,455:00 3 Grate SF 120 $ 10.00 $ 1,200.00 4 12" Concrete Wall LF 23 $ 15.00 $ 345.00 _. 5 Wye Inlet EA 1 $ 3,500.00 $ 3,500.00 6 Special Inlet EA 3 $ 3,500.00 $ 10,500,00 I 7 16" PVC 􀁄􀁲􀀲􀀧􀀺􀁾􀀺􀀲􀀺􀀧􀁾􀁩􀀩􀀬􀁩􀁦􀀺􀀮􀀢 and Fittinjls LF 190 $ 45.00 $ 8,550.00 liC 8 Grade SW;'l; Cy 8 $ 15.00 $ 120.00 9 Irrigation S"stE:fll i ,; ;J31r LS 1 $ 2,500,00 $ 2,500.00 10 8ermuda SCJO SY 50 $ 5.00 $ 250.00 I 11 Reinforced 􀁃􀁯􀁮􀁣􀁲􀁴􀁾􀀨􀀸 Sidewalk SF 270 $ 8.00 $ 2,160.00 12 Miscellaneous LJndscape Repair LS 1 $ 3,000.00 $ 3.000,00 I Sub-Total $ 40.080.00 I' ! 200/. Contingency $ 8.016.00 Total $ 48,096.00 " ·-• EngIneers. Inc. MEMO 1919 S. Shiloh Rd., Suite 500, LB 27, Garland, TX 75042 Date: To: From: April 24, 2002 Jim Pierce, P.E. Bruce Grantham, P.E. GBW No. 02-314 Re: General Town of Addison Fire Station No.1 Drainage Improvements The main building of Fire Station No.1 is located at the southwest comer ofthe intersection of Addison Road and Airport Parkway. Portions of the building, along the north and east sides, are subject to flooding during the heavy rain events. Through site visits, interviews with City staff, and a topographic survey, we have determined several alternatives which will alleviate the surface water flooding of the existing building. This design memo includes the information used to detemiine and design the alternatives. Attached to this memo is an Exhibit which identifies the existing flooding lOcations, along with photographs taken ofthe site. The photos show existing flumes adjacent to the building in those areas which are subject to flooding. Topographic Survey On April 1, 2002, a topographic design survey ofthe property was performed by GBW. This survey picked up all visible above ground features, underground utilities as marked by DIGTESS, and provided 0.5-foot contours ofthe area ofthe property being studied. This survey was tied into the elevation of the recessed curb inlet located on Addison Road at the southeast comer ofAddison Road and Airport Parkway. The elevation of this inlet was found on the Airport Parkway and Parking for Police Facility and Fire Station No.1 plans dated May 9, 1985 (record set date). A benchmark was set at this inlet for the project. Summary of Flooding Locations Based on an interview with Deputy Chief Bill Holly, the building experiences more frequent and severe flooding at the east end nearest Addison Road. Two offices and the conference room are located at this end ofthe building. As the photos show, this area is drained by a shallow flume directly adjacent to the building. Three other locations on the north side of the building also experience less frequent and severe flooding. These three areas include the recreation room and kitchen areas, which are right off the private patio, the administration area which is also located at the east end ofthe building, and the entry area. According to Chief Holly, the flooding ofthe entry area occurs after the storm event. The other two locations on the north.side flood during the storm event. Page 2 Alternative Sources ofFlooding The alternatives presented in the design memo will focus on keeping surface runoff from entering the building. However, during the interview with Chief Holly, other possible sources ofwater were discussed and are summarized below. It appeared that some rainwater at the east end of the building may also be coming in through the window frames in the offices and conference rooms. There was some damage on the inside walls below the windows to support this premise. It would be difficult to determine how much water is coming in through the window frames unless the flooding locations were closely observed during a heavy rain. Chief Holly also indicated that the entry area seems to receive rainwater after a storm. On the exterior ofthe building in this area, there is a roof drain within the wall leading to a down-spout which discharges into the flume. In addition to the roof drain, there is an overflow scupper. There is a possibility that water could be entering the building in in the entry area through one ofthese drainage devices; however, there is no physical evidence of this occurring. Primary Source of Flooding Based on the information gathered, it appears that the primary factor influencing the drainage entering the building is the lack ofdifference between the finished floor elevation and the elevation of the exterior flumes and landscaping. In all the flooding areas, the building and flume elevations differ by less than one foot, with no positive drainage away from the building. As a result, it is highly likely that water ponds against the building foundation causing seepage into the adjacent rooms. The goal ofthe alternatives presented in this design memo is to provide positive drainage away from the building and eliminate the ponding of water against the foundation. Alternative Solutions This sectron breaks the design into two areas: the recreation room/kitchen area and the east end. A description of the existing conditions and the alternative solutions are provided for each area. Recreation room/Kitchen area -Flume A Existing Conditions • Flume A is located directly adjacent to the building where there are floor to ceiling windows. • The existing flume, which drains to the parking lot, varies in depth between 0.2' and 0.3', whereas the width varies from l' to 2'. • The adjacent private concrete patio drains to a screening wall which has two OS' to I" holes in the bottom for drainage. Landscaped ground on the opposite side of the wall is at the same elevation as the patio. This lack of adequate drainage backs water up several inches on the patio. • The flume appears to drain direct rainfall, overflow runoff from building, and back-up runoff from the patio. Page 3 • Water entering the building appears to be from the "splash-up" action ofthe runoff hitting the shallow flume. The attached pictures show the close relation of the windows and flume elevation, with only the top ofcurb separating the two. Proposed Alternative 1 -Most Disruptive • Remove the concrete patio, the flume portion adjacent to building, the brick screening wall, and the existing landscaping bushes on the opposite side ofthe screening wall. • Re-grade the area to completely drain away from building. • Rebuild the concrete patio and screening wall. The bottom of the screening wall will have 2" openings every 12" for drainage. On the opposite side of the screening wall, construct a concrete flume which will carry the flow to the parking lot. Replace landscaping on the opposite side of flume. The flume will be sized to carry the flow. • This alternative takes the flow away from the building and provides positive drainage to the parking lot. Proposed Alternative 2 -Least Disruptive • Remove the existing flume. • Replace it with a flume approximately 3' wide, and 1.5' deep below the window elevation, with a slope to direct the splash away from building. • For safety, a concrete wall 6" to 12" in height or a decorative-wrought iron fence could be built between the patio and the new flume. In addition, a grate can cover the flume which will add safety and will provide a more aesthetic appearance for the patio area. • This flume would drain to an inlet located adjacent to the parking lot sidewalk which will connect into an underground system. This underground system is used in Alternative 2 ofthe east end system. It will drain to the existing storm sewer system in Addison Road. • This alternative takes flow away from the building and provides positive drainage while being the least disruptive to the existing patio. East End-Flumes B, C, andD Existing Conditions • The flumes providing drainage to the east end of the building and property are located directly adjacent to the building, with a top of curb at approximately the same elevation as the finish floor of the building. Opposite the building, the flumes are bordered by extensive landscaping. As the attached photographs illustrate, at Flume D, the jasmine ground cover extends as a barrier, 6" to 12" above the flume. Flumes Band C are surrounded by mature, dense shrubs which extend to the edge of the flumes. • The windows along Flume C are floor to ceiling windows. Those along Flume D do not extend to the floor. • Flume B collects drainage from the roof down-spouts, direct rainfall, and runoff from the landscaped area. This flume drains to the parking lot. • Flume C and D collect drainage from direct rainfall and runoff from the landscaped areas. Both of these flumes are drained by a 12" PVC pipe located at the northwest comer ofthe intersection of these flumes. This PVC pipe is Page 4 connected into the Addison Road storm sewer system. The opening ofthe PVC pipe is covered by a metal grate which is cleaned ofdebris periodically by the employees of the fire station. " Water appears to enter the building from Flume D due to lack ofelevation difference between the flume and finished floor. At Flume C, water appears to enter the windows possibly from the same "splash-up" effect as Flume A, as well as from a lack of elevation difference. Proposed Alternative 1 -Most Disruptive " Re-grade the yard adjacent to the east end of the building. Remove the flumes and begin the re-grading at the edge of the building approximately 0.75' below the finish floor and tie into the existing sidewalk of Addison Road. This would not include the area ofthe mature trees which is located on a small hill at the northeast comer ofthe property. The grading should have positive drainage away from the building in all locations. " Re-Iandscape the yard area, assuring that the landscape remains lower than the finished floor as indicated in the initial grading. Care should be taken that the landscaping and edging chosen for the yard does not encourage flow to back up against the building foundation. " The down-spouts should drain into concrete pads which direct the flow away from the building. " The existing irrigation system would be salvaged as much as possible and replaced where it can not be salvaged. " This alternative directs water away from the building, provides positive drainage, and lowers the adjacent ground elevation. Proposed Alternative 2 -Least Disruptive " This alternative is similar to Alternative 2 for Flume A. A deeper, wider flume would be constructed in place ofthe existing shallow flume. The existing landscaping would be minimally disturbed. " The flumes would be connected into an underground system that would drain into the existing Addison Road storm sewer system. Flumes A through D, as described for proposed conditions, would be connected to this system. " A wye inlet with an aesthetically acceptable cover would also be installed on the opposite side ofthe dense bushes to drain the low area of the east yard. During all of the field visits, this area seemed to be saturated. " There would be some impact to the existing irrigation system; however, any damage would be corrected during construction. " Because this area is not as visible, grates over the flume may not be required for aesthetic purposes, with the exception of Flume B. Flume B is located at the entry to the building creating a safety and aesthetic justification for the grates. • This alternative moves the drainage from the finished floor elevation and provides positive drainage away from the building. Page 5 Conclusion of Recommendations The attached exhibitillustrates the Alternative 2 concept for both areas. It shows the conceptual cross-section of the proposed flumes and the underground system which would take the flow to the Addison Road storm sewer system. The existing 10' recessed inlet being proposed as the tiein point is located at the upstream end of the system and is drained by an 18" RCP at 0.65%. Not considering backwater, the pipe can carry approximately 8.5 cfs which correlates to just over 1 acre of drainage area. After the proposed alternative 2 improvements, the total area at this inlet would be less than 0.5 acres. Alternative 1 does not propose to change the drainage areas ofthe inlets. All of the alternatives presented above move the water away from the finished floor elevation of the building and provide positive drainage. The main difference between the two alternatives is the amount of disruption of the existing grounds. INVOICE Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove Drive Addison, Texas 75001 Invoice No.: 1656 Date: April 2, 2002 GBW Project No.: 02-314 PROJECT: Fire Station No. 1 Drainage Improvements INVOICE SUMMARY From 3/13/02 to 3/31/02 Total Contract Amount Total Due This Invoice Total Previous Invoices Total Billed to Date Less Payments/Credits Total Amount Now Due Amount This Invoice -". 'i Please 􀁒􀁥􀁴􀁡􀁩􀁮􀀮􀁔􀁨􀁩􀁳􀁾 Page For Your Records 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 $ 14,995.00 $ 1,541.00 $ 0.00 $ 1,541.00 ($ 0.00) $ 1,541.00 $ 1,541.00 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 Invoice No.: Date: Project: 1656 April 2, 2002 Fire Station No.1 Drainage Improvements 1. Design Survey . _----------------------------Total Phase Amount $ 3,204.00 20% complete $ 640.80 2. Engineering Services --------------_.----------------------Total Phase Amount $ 9,002.00 10% complete $ 900.20 3. Bidding and Construction --------------------------------------------Total Phase Amount $ 2,289.00 0% complete $ 0.00 4. Reimbursables ------------------------------Total Phase Amount $ 500.00 0% complete $ 0.00 TOTAL BILLED TO DATE > > > $ 1,541.00 ATTENTION DATE JOB NO. RE: 􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀁾􀂮 Public Works I Engineering 16801 Westgrove • P.O. Box 9010 Addison, Texas 75001 Telephone: (972) 450-2871 • Fax: (972) 450·2837 GENTLEMAN: WE ARE SENDING YOU D Shop Drawings D Copy of letter )(Attached D Prints D Change order D Under separate cover via the following items: D Plans D Samples D Specifications D _ COPIES /DATE NO. DESCRIPTION o f v D Resubmit copies for approval D Submit copies for distribution D Return corrected prints THESE ARE TRANSMITTED as checked below: D For approval D Approved as submitted }l(.For your use [J Approved as noted D As requested D Returned for corrections D For review and comment [J _ D FOR BIDS DUE 19__ o PRINTS RETURNED AFrER LOAN TO US REMARKS _ \ COpy TO _ 􀁾􀀮 SIGNED: . 􀁾􀁟If enclosures are not as noted, please n􀁾􀁯􀁮􀁣􀀺 " 􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀁾􀂮 Public Works /Engineering 16801 Westgrove • P.O. Box 9010 Addison, Texas 75001 Telephone: (972) 450-2871 • Fax: (972) 450-2837 DATE J-5-0;;", I JOBNO ATTENTION RE: Hy-l" 􀁓􀁾􀀭􀁨􀀡􀁍􀀡􀁖􀁢 /7)Yti) YJ /)( q-€ IfH#ro1/{J/1f/J'1fc;, ./, GENTLEMAN: WE ARE SENDING YOU o Shop Drawings o Copy of letter A[Attached D Prints D Change order D Under separate cover via the following items: D Plans D Samples D Specifications D _ D Resubmit copies for approval D Submit copies for distribution D Return corrected prints COPIES DATE NO. DESCRIPTION /L-e..lfpr 􀁁􀀴􀀯􀀧􀁥􀀭􀀭􀁬􀀧􀁭􀁾 nt-J?e dkve-v THESE ARE TRANSMITTED as checked below: D For approval [J Approved as submitted 􀁾􀁯􀁲 your use D Approved as noted o As requested D Returned for corrections 􀁄􀁆􀁯􀁲􀁲􀁥􀁾􀁥􀁷􀁡􀁮􀁤􀁣􀁯􀁭􀁭􀁥􀁭 D 􀁾 D FOR BIDS DUE 􀁾􀀱􀀹__ [] PRINTS RETURNED AFTER LOAN TO US COPY TO 􀁦􀀱􀁬􀁾 aav-e£r-SIGNED: 􀀿􀀭􀀭􀀽􀀺􀀻􀀢􀁐􀀭􀀭􀁉􀁊􀁾􀁾􀀺􀀺􀀺􀀺􀀮􀀮􀀮􀀮􀀮􀁬􀀮􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please '.I GlI'all1ltlhlam, 1B1UIII'ge & 􀁗􀁡􀁾􀁤􀀱􀁢􀁡􀁬􀁕􀁬􀁥􀁬􀁬􀀧 Inc. "of -February 20,2002 Mr. Jim Pierce, P.E. Town of Addison Department of Public Works P.O. Box 9010 Addison, Texas 75001 Re: Letter Agreement for Engineering and Surveying Services Fire Station No.1 Drainage Improvements Dear Jim: ....,. GBW Engineers, Inc. (GBW) is pleased to present this proposal for engineering and surveying services to the Town of Addison (Town) for drainage improvements at Fire Station No. 1 located at the intersection of Addison Road and Airport Parkway. It is understood that storm water seeps into portions of the northern and eastern sections of the building at several locations during heavy rains. The purpose ofthis project is to improve the on-site drainage system so that the building is no longer subject to flooding at the subject locations. The scope of services for this project is proposed in three phases, Surveying, Engineering Design, and Bidding and Construction Services. Scope of Services Phase 1 -Surveying • Perform a topographic survey of the affected portion of the subject property that includes the location of all visible above-ground features and the generation of a I-foot 90ntour map suitable for design purposes. • Obtain detailed survey information on the existing concrete flume along with other existing drainage structures located within the area of design, i.e. flowlines of inlets, pipes, etc. • Contact DIGTESS and tie down underground utility markings within the design area. • Provide sufficient vertical and horizontal control in the field for use by the contractor during construction of the project. Phase 2 -Engineering •••• Prepare a design memorandum which summarizes the surface and roof drainage calculations and the rationale behind the proposed improvements. Prepare a drainage improvement plan at 1"=40' scale, including an on-site drainage area map, on-site drainage calculations, and profiles of pipe and flume improvements. Review drainage calculations prepared by others for the portion of the existing drainage system in Addison Road that the proposed drainage improvements will discharge into. Prepare construction documents including plans and specifications based on the Town's standards. 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 .. -, Mr. Jim Pierce, P.E. February 20, 2002 Page 2 Phase 3 -Bidding and Construction • Supply the Town with up to 30 sets of constructions plans and bid documents for the project. • Attend the bid opening, tabulate bids and prepare a letter that addresses the qualifications ofthe low bidder. • Attend a pre-construction meeting. • Respond to questions during the project construction. • Prepare Record Drawings based solely on markups provided by the contractor and submit mylar and digital copies to the Town. Assumptions GBW has made the following assumptions in preparing this 􀁬􀁥􀁴􀁴􀁥􀁲􀁾􀁧􀁲􀁥􀁥􀁭􀁥􀁮􀁴􀀺 • No off-site drainage systems will be analyzed other than the portion ofthe system in Addison Road that impacts the proposed on-site drainage improvements. • No construction observation or review of contractor pay requests will be performed by GBW. Compensation GBW will complete the above Scope of Services for the following fixed fees: •••• Surveying Services Engineering Services Bidding and Construction Services Expenses Total Fee: $ 3,204.00 $ 9,002.00 $ 2,289.00 $ 500.00 $ 14,995.00 Terms and Conditions • Access to Site: Unless otherwise stated, GBW Engineers, Inc. (GBW) will have access to the site for activities necessary for the performance ofthe services. GBW will take precautions to minimize damage due to these activities, but has not included in the fee the cost of restoration of any resulting damage. • Dispute Resolution: Any claims or disputes made during design, construction orpost construction between the Client and GBW will be submitted to nonbinding mediation. Client and GBW agree to include a similar mediation agreement with all contractors, subcontractors, subconsultants, suppliers and fabricators, thereJ:>y providing for mediation as the primary method for dispute resolution among all parties. • Billings/Payments: Invoices for GBW's services will be submitted on a monthly basis. Invoices will be payable within 30 days after the invoice date. • Indemnification: The Client will, to the fullest extent permitted by law, indemnifY and hold harmless GBW, its officers, directors, employees, agents and subconsultants from and against all damage, liability and cost including reasonable attorney's fees and defense costs, arising out of or in any way connected with the performance ofthe services under this agreement by any ofthe parties above named, excepting only those damages, liabilities or costs attributable to the sole negligence or willful misconduct of GBW. Mr. Jim Pierce, P.E. February 20, 2002 Page 3 • CertificationslResponsibilities: GBW will not be required to execute any document that would result in its certifYing, guaranteeing or warranting the existence of conditions whose existence GBW cannot ascertain. Furthermore, GBW will not be responsible for the mean's, methods, procedures, techniques, or sequences of construction, nor for safety on the job site. • Termination of Services: This agreement may be terminated by the Client or GBW should the other fail to perform its obligations hereunder. In the event oftermination, the Client will pay GBW for all services rendered to the date of termination, all reimbursable expenses and reimbursable termination 􀁥􀁸􀁰􀁥􀁮􀁳􀁥􀁳􀁾 • Ownership of Documents: All documents produced by GBW under this agreement will remain the property ofGBW, unless otherwise stated, and may not be used by the Client for any other endeavor without the written consent ofGBW. Please contact me ifyou need any additional information. Very truly yours, _ce . Grantham, P.E. resident BG/gg ]:\WPDOCSIPROPOSAL\ADDISON\FireStation.ltr Approved by: . -, '3-5-02-Date 􀁾􀀮 • .. GII'SlIl1l1t:t1lSlm. 81U11J"ge <& 􀁗􀁓􀁬􀁾􀁤􀁊􀀡􀁢􀁓􀁬􀁬􀁕􀁊􀁥􀁲􀁲 􀁾􀁾􀁉􀀭􀁅􀀭􀁮􀀭􀁧􀀭􀁩􀁮􀀭􀁥􀀭􀁥􀀭􀁲􀁓􀀭􀁴􀀭􀁉􀁮􀀭􀁃􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀢􀀻􀀧􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀭 February 20, 2002 Mr. Jim Pierce, P.E. Town of Addison Department of Public Works P.O. Box 9010 Addison, Texas 75001 Re: Letter Agreement for Engineering and Surveying Services Fire Station No.1 Drainage Improvements Dear Jim: GBW Engineers, Inc. (GBW) is pleased to present this proposal for engineering and surveying services to the Town of Addison (Town) for drainage improvements at Fire Station No.1 located at the intersection of Addison Road and Airport Parkway. It is understood that storm water seeps into portions of the northern and eastern sections of the building at several locations during heavy rains. The purpose of this project is to improve the on-site drainage system so that the building is no longer subject to flooding at the subject locations. The scope of services for this project is proposed in three phases, Surveying, Engineering Design, and Bidding and Construction Services. Scope of Services Phase 1 -Surveying Perform a topographic survey of the affected portion of the subject property that includes the location of all visible above-ground features and the generation of a I-foot contour map suitable for design purposes. • Obtain detailed survey information on the existing concrete flume along with other existing drainage structures located within the area of design, i.e. flowlines of inlets, pipes, etc. Contact DIGTESS and tie down underground utility markings within the design area. Provide sufficient vertical and horizontal control in the field for use by the contractor during construction of the project. Phase 2 -Engineering Prepare a design memorandum which summarizes the surface and roof drainage calculations and the rationale behind the proposed improvements. Prepare a drainage improvement plan at 1"=40' scale, including an on-site drainage area map, on-site drainage calculations, and profiles of pipe and flume improvements. Review drainage calculations prepared by others for the portion of the existing drainage system in Addison Road that the proposed drainage improvements will discharge into. • Prepare construction documents including plans and specifications based on the Town's standards. 1919 S. Shiloh Road, Suite 500, L.B. 27, Garland, Texas 75042 www.gbwengineers.com Tel (972) 840-1916 Fax (972) 840-2156 Mr. Jim Pierce, P.E. February 20, 2002 Page 2 Phase 3 -Bidding and Construction • Supply the Town with up to 30 sets of constructions plans and bid documents for the project. • Attend the bid opening, tabulate bids and prepare a letter that addresses the qualifications ofthe low bidder. • Attend a pre-construction meeting. • Respond to questions during the project construction. • Prepare Record Drawings based solely on markups provided by the contractor and submit mylar and digital copies to the Town. Assumptions GBW has made the following assumptions in preparing this letter agreement: • No off-site drainage systems will be analyzed other than the portion of the system in Addison Road that impacts the proposed on-site drainage improvements. • No construction observation or review of contractor pay requests will be performed by GBW. Cornpensation GBW will complete the above Scope of Services for the following fixed fees: ••• Surveying Services Engineering Services Bidding and Construction Services Expenses Total Fee: $ 3,204.00 $ 9,002.00 $ 2,289.00 $ 500.00 $ 14,995.00 Terms and Conditions • Access to Site: Unless otherwise stated, GBW Engineers, Inc. (GBW) will have access to the site for activities necessary for the performance of the services. GBW will take precautions to minimize damage due to these activities, but has not included in the fee the cost of restoration of any resulting damage. • Dispute Resolution: Any claims or disputes made during design, construction or post construction between the Client and GBW will be submitted to nonbinding mediation. Client and GBW agree to include a similar mediation agreement with all contractors, subcontractors, subconsultants, suppliers and fabricators, thereby providing for mediation as the primary method for dispute resolution among all parties. • Billings/Payments: Invoices for GBW's services will be submitted on a monthly basis. Invoices will be payable within 30 days after the invoice date. • Indemnification: The Client will, to the fullest extent permitted permitted by law, indemnify and hold harmless GBW, its officers, directors, employees, agents and subconsultants from and against all damage, liability and cost including reasonable attorney's fees and defense costs, arising out of or in any way connected with the performance of the services under this agreement by any of the parties above named, excepting only those damages, liabilities or costs attributable to the sole negligence or willful misconduct ofGBW. Mr. Jim Pierce, P.E. February 20, 2002 Page 3 • CertificationslResponsibilities: GBW will not be required to execute any document that would result in its certifying, guaranteeing or warranting the existence of conditions whose existence GBW cannot ascertain. Furthermore, GBW will not be responsible for the means, methods, procedures, techniques, or sequences of construction, nor for safety on the job site. • Termination of Services: This agreement may be terminated by the Client or GBW should the other fail to perform its obligations hereunder. In the event of termination, the Client will pay GBW for all services rendered to the date of termination, all reimbursable expenses and reimbursable termination expenses. Ownership of Documents: All documents produced by GBW under this agreement will remain the property ofGBW, unless otherwise stated, and may not be used by the Client for any other endeavor without the written consent ofGBW. Please contact me if you need any additional information. Very truly yours, BG/gg J:\WPDOCSIPROPOSAL\ADDISON\FireStation.ltr Approved by: Town of Addison Date HP LaserJet TOALASERJET 3200 9724502837 FEB-26-2002 2:53PM Fax Call Report 3200se .0 invent Job Date 587 2/26/2002 Time Type 2: 51: 41PM Send Identification 99728402156 Duration 2:13 Pages 5 Result OK TOWN OF ADDIsoN 􀁔􀁏􀀺􀁾􀂷􀂷􀁾􀁗􀁾 Company:GStJ 􀁾 FAX#: Cf1&.-8;fD-6l./5C:> PUBLIC WORKS From: Jim Pierce, P.E. Asst. Public Wks. Dir. Phone: 972/450-2879 FAX: 972/450-2837 jpieri:e@ci,addilon:lLu. 􀁄􀁡􀁴􀁥􀀺􀀻􀁟􀀭􀀭􀀭􀀴􀀮􀀹􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀧􀀧􀀱􀀭􀁾􀁾􀁟􀀭􀀮􀀮􀁳􀀮􀀮􀁑􀀺􀀺􀀮􀀮􀀱􀀭􀁾􀁟 16801 Westgrove P.O.BoI9010 # of pages (including 􀁣􀁯􀁶􀁥􀁲􀀩􀀺􀁾 Addison, TX 75001-9010 Re: f-0& 􀁾􀀱􀀭 􀁾􀁾 o Original in man 0 Per yonr request 0 FYI 0 con me Comment" f!ttue /UrT.4e--eti􀁾6-rrur -to y-f---e4. Sent By: TOWN OF ADDISON SERVICE CTR To: SC DOWN At: 2837 02/2B/2aa2 16:54 9728402156 972 450 2834; KARl Feb-20-02 6:06PM; Page 1 PAGE 011aS Facsimile T,ansmittal Date: 􀀶􀁬􀀭􀁾􀁏􀀬 0;< Fax To: .Ji M P'U"CL Of: _ 􀁒􀁥􀁦􀀺􀁟􀁾 􀁾 _ Nof Pages (fneluding this sheet): -5 Comments: From: GBWEngineers, 􀁉􀁮􀁾􀀮 191!) S. Shiloh Rd. Suite 500, L.B. 27 Gildalld, Te.JiU 75042 Tel. ('71) 840-1916 Fax (971) 840·2156 -Thil moss. u inlc:ndllCl DIlly l'ot the 1111 at 􀁤􀁉􀁾 il\divi4uaJ or .nlily to wIIic:l\ il i, ..ur-d. -"d may "IlWn infllIM31iDn lItlll ia privllepd. 'OOtidUlliallllld ellClllJK from dllclosUte \III""" "Pplicable law. Irthe \'CIder 􀁾􀁦􀁴􀁬􀁬􀀢 m*'fC 1$ nQ\ tile in1tnded ftcipicnl, or the employee or aa,nt rqpon'ilJlt (or 􀁤􀁣􀁬􀁬􀁾􀁣􀁲􀁴􀁮􀁊 lIIe􀁾I" 1M ll\ml4e4 ..􀁥􀁾􀁰􀁩􀁍􀁴􀀬 yell uc klWy nolifi.d iIIal My dlJlcmi1l8lian, 􀁣􀁬􀁫􀁶􀁬􀁬􀁬􀁬􀁾􀁤􀁏􀁉􀁜 or ooPylll8 Drlbi» 􀁾􀁭􀁵􀁮􀁩􀁵􀁬􀁬􀁯􀁯 i, ,crielly 􀁾􀀢􀀢􀀧􀀮􀁢􀁬􀁴􀁩􀁥􀁤􀀮 IfYVIIMVll1lCMlivGr$lhia 􀁃􀁏􀁉􀁍􀁉􀁾􀁮􀁩􀁃􀁬􀁬􀁬􀁬􀁯􀀢 In error, pLca3. noti'" U$ illlll\lI1iltely by telcptlOne. Mel «tum tI\C otiCinal mOIl-w' \10 "' al (he abeve eddrcS5 vi, me U.S. Postll :s......et, Tll:llll: you. Page 2 F'AGE 02/1ilS Grantham. Bur,. & Weldbeuer 972 450 2634; Feb-20-02 6:06PM; KARI Fobruary 20. 2002 Mr. Jim 􀁐􀁩􀁥􀁲􀁾􀁥􀁬 P.E. Town ofAddi.son 􀁄􀁾􀁭􀁥􀁄􀁴 of Public Works P.O. Bo)( 9010 Addison, Texas 75001 􀁾􀁶 . 􀁾􀁾􀁾 􀁾􀁾􀁾 .Re' Letter Agriloment for Engineering and Surveying Services ( V . Fire Station No. 1Drainage lmprOvement$ Dear 11m: .. GBW Engineers, Inc. (08W) is plcwed to present th.is proposal for enSIneering ...Llurveying scavice9 to The Town of Addison (Town) for drainase improvements at Fire Station No. 1 􀁬􀁯􀁣􀁡􀁴􀁥􀁤􀁾􀁴 the intersection of Addison Road and Airport Parkway. 'tis \IJlderstood that storm water seeps into tb :' outhem aif ofthe building at severalloclltions during neavyraiDS. The purpose o(this projeot is to improve e ou-site drainage syStem so that the build ing iii no longer subject to flooding at the s"bj oc;t locations. IIEnglneefS. Inc. Sent By: TOWN OF ADDISON SERVICE CTR 􀁾􀁾􀀯􀁾􀁾􀀯􀁾􀁾􀀰􀀲 15:54 9728462156 The scope of services foJ' thi$ project is proposl!ld ld in three phases, Surveying, BtIgineering Design, and Bidding and Construction 􀁓􀁥􀁲􀁶􀁩􀁣􀁾􀁳􀀬 •• •Scope of Se",Ie•• Phase 1-StfJV6Ylnll tC.-9fec+e-A ( Pllrform a tOp-ground foatures and the ganoration ofa I-foot c;ontour map suitable for design purposes. ObtaiD detailed survey information on the existing concrete flume along with other existing drainage structures located within the area ofdesign, i.e. flowlines of inlets. pipos. etc. ContAct OIGTESS and tie down 􀁵􀁮􀁤􀁾􀁲􀁧􀁲􀁯􀁜􀁬􀁮􀁤 uti Hty mazkiap within the design area. Provide sufficient vortical and horizot!.tal control ill the fi.eld fOf l,l$e by the contractor during constructiOIl of the project. 􀁾􀁾 Phase 2 • Ejlaineeriog r 􀁾 Prtp&n:I a dCiign memorandwn whi,cn summarizes tlte{dr&ine.go calculations and the rationale behjnd the proposed improvoments. Prepare a dr.inage imprOVtmClIlt plan at 1"=10' scale, inoluding inoluding an on-site drainage Areamap. on-site draiDa.go calCUlations, and profiles ofpipe and flume improvclllel'lts. Review drainage c.aloulations prepared by others for the portion of the existing drainage system in Addison Road that the propo$Cld drainage improvClments will di.scharge into. Prepare construction documents 􀁩􀁮􀁾􀁬􀁵􀁤􀁩􀁮􀁧 plans and specifications based on the TQwn's 9!a"dards, 1919 S. ShlIoh Road. Sultt SOO, L.B. 27, GatI:and. \"a!Q 750<6Z Tel (97l) Ml>1916 Po. (972) 􀀸􀁾􀁏􀀧􀁕􀀵􀀶 sent By: TOWN OF ADDISON SERVICE CTR 􀁧􀁾􀀨􀁬􀁾􀀨􀁾􀁾􀁾􀁾 􀁬􀁢􀀻􀁾􀀴 9728462156 Mr. Jim Pierce, P.E. Fobrwuy 20, 2002 Page 2 PAye 3 -Bidding and Construction 972 450 2634;KARl Feb-20-02 6:07PM; page 3/5 PAGE 133/05 • Supply the 􀁾􀁯􀁷􀁮 􀁷􀁾􀁴􀁢 up to 30 seu of 􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁾􀁴􀁩􀁯􀁮􀁳plans and bid document3 for the project. 􀁾􀁴􀁴􀁥􀁮􀁤 the bid opening, tabulate bids and prepare a letter that addreS$e6 the qualifications of the low b.clder. Attend a pre-oon9truc.tion meetiJIg. Respond to questions during the project COllstrulotion. Pr'rlpare Record Drawings based soleJy on markups provided by th.e contractor and submit mylar and digital oopies to the Town. Aasumpuona GBW has made the following assumptiolls it) preparing this letto:-agrccme.ut: • No otT-site drainage systetDS will 􀁢􀁾 anaJyzed other than tbe portion ofthe system in Addison Road that impa(;t5 the proposed on-.s;te drainagll improvements. No conitrUctioa observation Or review of ,"ontraetor pay requests will be performed by GBW. Compen,atioll GBW will comph1te the above Scope of Services for the following fixed fees: Surveying Services Engineerins Services Bi.dding and Construction Services Expenses Total Fee: TullUl and CODdlUons $ 3,204.00 $ 9,002.00 $ 2,289.00 $ 500.00 $ 14,995,00 • Atte&& to 􀁓􀁬􀁴􀁬􀁬􀁬􀁾 Unless otherwise stated, oaw Engineers. Inc. (GBW) wilt have aoce$S to tho 􀁾􀁩􀁴􀁥 for .ctivities necessary for the perfonnance ofthe services. GBW lViU take precaudons to minimize damage due to 􀁴􀁨􀁥􀁾􀁥 activities, but has not included iQ the fee the cost ofrestoration ofany resulting damage. DI,p"te ResoluttOlli Any claims 01 disputes made during design, construction or post construction between the Client and GBW will bt submitted to nonbinding mcdill1ion. Client and GBW agreCi to include a similar mediation agreommt with all conlJac1ors, subcontJ'&l:toT$, subconsuJrants, suppliers and fabricators, thereby providing fOf medi"tioll as the primary method for dispute resolution among all parties. 􀁂􀁉􀁉􀁉􀁬􀁊􀁬􀁾􀁬􀁐􀁡􀁹􀁭􀁥 􀁮􀁵􀀺Invoices for GBW's services will 􀁾 s\lbmitted on a monthly basis. Jnvoices will be payablo within 30 days after tilt: invoice date. IndemulflutloD: The Client wiIJ. to the fullest extent pennitted by JAW, indemnitY md hold 􀁨􀁡􀁲􀁭􀁾􀁥􀁳􀁳 GBW, its 􀁯􀁦􀁦􀁩􀁾􀁲􀁳􀀬 directors, employees, 8.FDts and suboonsultatlts from and against all dlJJJage, liabiJit)' and cost includh\g reaso:nable attorney's fee, and dc=fense costs, ari&ing out of or in an)' way co.nntcted with the performance ofthe services under this agreement by any of the parties :above named., exCeptini only those dllnlagt:s, liabilities or costs attributable to me sole negligence or williIJl mi$conduct ofOBW. sent By: TOWN OF ADDISON SER􀁗V􀀨􀀧I􀁊C􀁕E􀁾􀁾􀀲eT􀀱􀀵R􀀶 􀁾􀁾􀀧􀁌􀁕􀀧􀀴􀁕􀁕􀁾 􀁬􀁏􀀻􀁾􀁾 J 􀁌􀁕􀁾􀁕 Mr. Jim Pierce, P.E. February 20, 2002 Page 3 972 450 2834 j KART Feb.20.02 6:07PMj Page 4/5 PAGE l34/El5 •• CertiftcadoasIRespooslbUities; OBW will not be uquired to execute any docwnent that INould result in its certifYing. g'Ulfanteeing or warranting the existence ofcQl)dltions whose existence GBW cannot ascelrtain. Furthermore, GBW will. not bC' respQnliible for the meaos, lIlethods, procedul'l:s. techniques. or sequences ofconstruction, nor for safety on the job site. Tumil1atioD of Servlcu: This agreement may be terminated by the Client or GBW should the other fail to 􀁰􀁾􀁯􀁲􀁭 its obligatiODS hereunder. In the event oftemUaatlon. the Clicntwill pay (j8W for aU services rondered to the date of termination, all reimbursable expenses and reimbursable termination expenses. OWllenbip O(DOClIMllbts: AU documents produced by OBWundor this agreement will reDlain the property ofOSW, unless otherwise stated, and may not be usod by the 􀁃􀁬􀁩􀁾􀁴 for any other 􀁾􀁮􀁤􀁯􀁡􀁶􀁯􀁲 without th. written consent ofGBW. Please CODtact me ifyou need my additiODal infonnation. Very 􀁾􀁬􀀩􀀧 yours. 􀁾􀁡􀁮􀁴􀁨􀁡􀁲􀁮􀀧􀁐􀀮􀁅 President BG/gg 1:\WI'OOCrn.oI'OSAI..\rJ;lOlSON\tIlllSlaIIllIl.ltr Approved by: Town of Addison Date Sent By: TOWN OF ADDISON SERVICE CTR B2/2B/2ae2 16:54 9728402156 972 450 2834; KARl Feb-20-02 6:07PM; Page 5/5 PAGE e5/e5 GBW ENGINI!I!:JUi, INC. PftOPOSI!O MANHOURS /COSt5 ..,,.n;:; moro2 Acldilton 1'1... $tallon NQ. 1 grain.,.-'",prowmentli Add_on rexas DISC IPllNE I HQURLY RATe Project 􀁐􀁲􀁯􀁪􀁥􀁾 Delllgn Cadd I 􀁁􀁤􀁭􀁬􀁲􀀧􀁬􀁬􀁾􀁲􀁡􀁴􀁬􀁶􀀮 Survey SUMY M."agw Enaln..,. Ted'! Teoh Aulnln\ Manaller er.w TOTAL lASK 1141 $90 888 $4'7 145 $120 1110 COST Survey Tcpggraptllc Ina Oeslgn Survey, 1 . II 1 Z4 S 3.204.00 􀁔􀁾 UlIllly F'18gs, and Control SIIb·Totlll $ 3,204.00 I.nllineering field Villi (1 ) 4 $ J60,DO Town MMtings (2) 4 4 I 944.00 Obtain /RevIeW Plans 4 2 I 454.00 Utility CoordlrllUon 1 04 2 2 $ 690.00 Drain.". calcu/allons , 40 • eOO.OD DraInage Design 1 8 $ 886.00 Drailll1l1l8 Mllmo , 4 2 S 􀁾􀀬􀁏􀁏 Plan PreparatlOl'l , 1I 2 40 S 2.1I82.0D CIty Maricups 1 2 2 􀁾 $ 83S.OO Bid Cocumtlnls 1 4 8 S sea.ao sue-Talill S 9,002.00 BiddIng and 􀁃􀁃􀁬􀁾􀁣􀁴􀁬􀁯􀁬􀀧􀁬 Opinion of Probable Cost , 4 S 506.00 Bid Openln9/Tabule.., bld5/Award Letter 2 4 S 3150.00 Pn!l4XIn5iruction Meeting 3 $ 270.00 Respoild to COnlltUetIon questlollS 1 4 $ 506.00 ReCOld Drawings 1 2 8 1 S 647.00 􀁓􀁵􀁾􀁔􀁯􀁴􀁡􀁩 • 1I,289.00 lUIAl. t1uURS 1J 60 7 L:J1l 17 , 24 TOTAL COST /DISC '1898 59400 M7S S3111D $785 5120 $2640 PROJI!CT MAttHOUPl COST: $14,495.00 􀁐􀁒􀁾􀁲􀁃􀁔􀀡􀁘􀀧􀁅􀁎􀁓􀁅􀁓 $ 500.00 TOTAl-PROJECT COS" 114,995.00 AdClisGn Fire 8lIIt1lll.lll, 212Q/U2 LINDER CONSTRUCTION COMPANY, INC. 2200 Cantrell-Sansom Rd I Fort Worth. TexBI 76131 Office 817.232.5555 • FBX 817.232.3338 September 23, 2002 Town ofAddison 16801 Westgrove Drive P.O. Box 9010 Addison, TX 75001-9010 Attention: Luke A. Jalbert Reference: Addison Fire Station No.1 Drainage Improvements RFI-l Pipe/Tree Conflict Dear Sir: We have run into a conflict on the site. The 5" Oak tree located east of the sidewalk at the north entrance is in direct conflict with the imta11ation of the drainage pipe for lateral 􀁂􀁾􀀲􀀮 We could extend the pipe straight out ofthe Junction box and tie into Line cc.B" at approximate Sta 0+76 +/-using a Tee fitting rather than the Y fitting as shown on the drawings. This would be a no cost change order. Ifyou have any questions, or require any further information, please contact us. Sincerely, ER 􀁃􀁏􀁎􀁓􀁔􀁒􀁵􀁣􀁮􀁾􀀮 EOO/ZOO 'd David H. Linder Vice President 8£££2EZL 18! lSNOJ lHV1S HHGNll WV 9S: [I NOW ZOOZ-EZ-d3S LINDER CONSTRUCTION COMPANY, INC. 2200 Cantrell-Sansom Rd • Fort Worth, Texas 76131 Office 817.232.5555 . FIx 817.232.3338 FAX INDIVIDUAL SENDING: VERN FRANKLIN COMPANY RECEIVING: 11&#,.) (!);::. AbOtsmJ ATTENTION: l-\Jg A. 􀁊􀁁􀁾 RECEIVJNGFAXNUMBER: I-􀁾􀀱􀀢􀁌􀀧􀀢 450 -U1/1 TELEPBONENUMBER: Q12..-􀀴􀁾􀀨􀀷􀀩 -a,-=-O _ DATE: . 􀁾 TIME SENT: I z,:t:'O REGARDING: -it 􀁾􂂬􀀧􀁾 􀁲􀁬􀁁􀁊􀁐􀁦􀁁􀀬􀁾􀁲 I Mu-MAlt-tMU 􀀴􀁦􀀷􀁮􀁲􀁯􀁾· TOTAL PAGES (INCLUDING COVER):__􀀮􀁯􀀮􀀺􀀺􀀮􀁾 _ EOO/IOO'd 8EEEZEGL 18! lSNOj lHV1S HEQNll WV 9S: II NOW ZODZ-EZ-dES P. 003/003 F/L 1:l" 􀁾E i8172323338 ADMINISTRATION AREA . STA. 0+61 .81 STA. 0+00 F'l END 12" HOP PLUG EXIST. 1 . 􀁾􀁾 CONST. JUNCTIO 􀁾􀀮 􀁾􀀢 Rr:nIN FLUME . . 􀀢􀁾􀀧􀁲􀀭􀀧􀁾􀀢 􀀧􀁦􀀮􀁾 . 0 38 FLUME '9'= 􀁾􀁜 .!';: A. + . , 􀀺􀁾􀀺 A. 0+52 FLUME C SEP-23-2002 MaN 11 :57 AM LINDER STAHL CaNST . 􀁒􀁁􀁾􀁐 LINDER CONSTRUCTION COMPANY, INC. 2200 Cantrell-Sansom Rd • Fort Worth, Texas 76131 Office 817.232.5555 • Fax 817.232.3338 September 23,2002 Town ofAddison 16801 Westgrove Drive P.O. Box 9010 Addison, TX 75001-9010 Attention: Reference: Dear Sir: Luke A. Jalbert Addison Fire Station NO.1 Drainage Improvements RFI-1 Pipe/Tree Conflict We have run into a conflict on the site. The 5" Oak tree located east of the sidewalk at the north entrance is in direct conflict with the installation ofthe drainage pipe for lateral B-2. We could extend the pipe straight out of the Junction box and tie into Line ''B'' at approximate Sta 0+76 +/-using a Tee fitting rather than the Y fitting as shown on the drawings. This would be a no cost change order. If you have any questions, or require any further information, please contact us. Sincerely, 􀁾􀁏􀁎􀁓􀁔􀁒􀁕􀁃􀁔􀁉􀁾􀀮 David H. Linder Vice President · ..1,--. r----,􀁾. A. 0+38 FLUME 'B'= 􀁾􀀮 A. 0+52 FLUME 'e' o FLUME 􀁆􀁌􀁕􀁾􀁅􀁓 64.2.05 (HIGH POINT) 4906.8725 = 4964.6805 ADMINISTRA TION AREASTA. 0+61.81 STA. 0+00 ft END 12" HOP PLUG EXIST. 1. CONST. JUNCTJO BEGIN FLUME 􀀬􀀮􀁾 ----􀀭􀀧􀀭􀀭􀀧􀀭􀀮􀁟􀀭􀀭􀁾􀀧􀀺􀀧__:""-"_'-_.__.'--_..-_ -'-.---ADDisoN FINANCE DEPARTMENTIPURCHASING DNISION E-mail purchasing@ci.addison.tx.us Facsimile (972) 450-7096 5350 Belt Line Road (972) 450-7091 P.O. Box 9010 Addison, Texas 75001 Ai ge, '!Wij¥idfi@MW® August 27,2002 Linder Construction, Inc. Barbara S. Linder 2200 Cantrell Sansom Rd Ft. Worth, TX 76131 NOTICE OF AWARD: Dear Ms. Linder: Fire Station 1 Drainage Improvements Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 02-38. Enclosed please find four completed copies of the contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates, Payment Bond, and Maintenance Bond as soon as possible, but no later than September 6, 2002. Once we receive these items a Notice to Proceed will be issued. Ifyou have any questions or if I can be of assistance to you, please contact me at 972-450-7091. Sincerely, .' . . 􀀧􀁾􀁬􀁾 MinokSuh Purchasing 􀁃􀁯􀁯􀁾􀁤􀁩􀁮􀁡􀁴􀁯􀁲 Enclosures Copy: Luke Jalbert SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this _27_ day of _August , 2002_, by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its Mayor or City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and__Linder Contruction, Inc._-, of the City of Ft.Worth , County of_Tarrant , State of Texas , Party of the Second Part, hereinafter tenned CONTRACTOR. WITNESSETH: That for and in consideration of the payment-and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: Addison Fire Station No.1 Drainage Improvements and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (IO) calendar days after the date of written notice shall have been given to him, and to complete all work within the number of days submitted in the proposal fonn after he commences work, subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $73,917.50 in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. CA-I IN WITNESS THEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON (OWNER) By: _ Party ofthe Second Part (CONTRACTOR) ATTEST: City Secretary ATTEST: By:. _ The following to be executed if the CONTRACTOR is a corporation: I, . , certify that I am the secretary ofthe corporation named as CONTRACTOR herein; that ,. who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said Addison Fire Station No. 1 Drainage Improvements Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: _ Corporate Seal CA-2