FINANCE DEPARTMENTIPORCHASING DIVISION 5350 Belt Line Road (972) 450-7091 E-mail msuh@ciaddisontx.us Facsimile (972) 450-7096 P.O. Box 9010 Addison, Texas 7500] July 13, 2004 A.J. Johnston Gibson and Associates, Inc. P.O. Box 800579 Ft. Worth, TX 76133 Re: Contract Bid 04-19 ACTC Cut Through Dear Mr. Johnston: Enclosed is your copy ofthe signed contract for Bid 04-19 ACTC Cut Through. Please include Bid No. and Name: 04-19 ACTC Cut Through, on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, 􀀮􀁾􀀮􀀠MinokSuh Purchasing Coordinator Enclosure Copy: Jim Pierce Steve Chutcbian AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this _2_day of _July--, 2004 by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its City Manager, duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and _Gibson & Asst., Ine._. of the City of _Baleh Springs_, County of _Dallas._ and State of Texas, Party of the Second Part, hereinafter termed CONTRACfOR. WITNESSETII: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACfOR hereby agrees with the said OWNER to eommence and complete construction of certain improvements as follows: ACTC Cut Through and all exira work in connection therewith, under the terms as stated in the specifications of the AGREEMENT; and at his own proper cost and expense to furnish all the materials) supplies, machinery, equipment, tools, 􀁳􀁵􀁰􀁣􀁲􀁩􀁮􀁴􀁥􀁮􀁤􀁥􀁮􀁣􀁥􀁾􀀠1abor, insurance and other accessories and services necessary to complete the said 􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁣􀁴􀁩􀁯􀁮􀁾􀀠in accordance with the conditions and prices statcd in thc Proposal attached hereto and in aecordance with the bid 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 ofwhich are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within five (5) calendar days after the date of written notice to do so shall have been given to him, and to substantially complete the work within (60) calendar days per specification after he commences work, subject extensions of time as are provided by the General Provisions. After 60 Calendar days, liquidated damages oU I ,000 per day will be assessed. The OWNER agrees to pay the CONTRACTOR TwenlY. Two Thousand Six Hundred EighlY. Nine and 40/40/100 dollars ($22,689.40) in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. 04-19 Acre Cut Through Contract 􀁾Gibson and Associates, Inc. IN WITNESS WHEREOF, the parties of these presents bave executed this AGREEMENT in tbe year and day first above written. TOWN OF ADDISON A'ITEST: (OWNER) 􀁂􀁙􀀺􀁾􀁾􀀨􀀬􀁊􀁾􀁾􀀠City Manager ATTEST: 􀁂􀀢􀁦􀁾􀀠The following to be exeeuted if the CONTRACTOR is a corporation: I, It. J. J 12 4"slot! ' certify that I am the secretary ofthc corporation named as CONTRACTOR herein; that 1..)j CI;..... ., C7.ihso" ,wbo signed this Contract on behalf of the CONTRACTOR is the VIc-' 􀁾􀀢􀀮􀁾􀁟􀁴􀀠(official title) of said eorpomtion; that said Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is witbin the scope oHts corporate powers, Signed: 􀀷􀁾􀀮􀁫􀁌􀀠Corporate Seal 04-19 Acre Cut Through, Addendum I Page 2of2 Bid Form • Contract. .' Bond No. 8106-74-77 TATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 1153 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (penalty ofthis Bond must be 100% of Contract Amount) Gibson & Associates, Inc.KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal), as Principal, and Federal Insurance Company (hereinafter called the Surety), as Surety are held and finnly bound unto the Town of Addison (hereinafter called the Obligee). in the amount of' Twenty Two Thousand, Six Hundred Eighty Nine and 40/100--------------------------------------Dollars ($ 22,689.40 ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally. finnly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2004 2nd day of July 􀀬􀁾to construct ACTC Cut Through which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDmON OF TIllS OBLIGATION IS SUCH, that if the said Principal shall faithfully perfonn the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations ofsaid Chapter to the same extent as ifit were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 7th ____ day of July ,lOO!llJ. 2004 Gib on & sociates Inc. (Principal) By: d < 4-) 􀀧􀀻􀁊􀀮􀀬􀁾􀀠Federal Insurance Company (Surety) By: (99«<..;:.-:?:J."l.&£IIi; .<,."'/Robbi Morales (Attorney-in-Fact) Bond No. 8106-74-77 STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBliC WORKS) (penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That Gibson & Associates, Inc. (hereinafter called the Principal), as Principal, and Federal Insurance Company (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of Twenty Two Thousand, Six Hundred Eighty Nine and 40/100---------------------------------------Dollars ($ 22,689.40 ) for the 􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 2004 2nd day of July ,2m to construct ACTC Cut Through which contract is hereby referred to and made a part hereof as fully and to the same extent extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF 1HIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instnnnent this 7th 2004 day of July ,m!. Gibson & Associates. Inc. Federal Insurance Company (Surety) By: I 􀀺􀀻􀀻􀀻􀁾􀁤􀀧􀀿􀁡􀀭􀀴􀀯􀀠Rabbi Morales (Attorney-in-Fact) --------------------------------------------------------------------------------------------------------------------------------------------------------------------Bond No. 8106-74-77 STATE OF TEXAS COUNrY OF DALLAS Gibson & Associates, Inc. as principal and Federal Insurance ComapnyThat 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭______________________ ,a corporation organized under the laws of 􀁟􀀮􀀮􀀡􀁉􀁣􀀡􀀺􀁮􀁣􀀡􀀺􀁤􀀽􀁩􀀡􀀬􀀡􀁡􀁮􀁾􀁡􀁾_____________ and ___-'N"'/:.:.Al-____________________ as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bOlmd to pay lmto the Town of Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Addison, Dallas Calmly, Texas, the sum of Twenty Two Thousand, Six Hundred Eighty Nine and 40/100--------------------------($ 22,689.40 ) for the payment ofwhich sum will and truly to be made lmto said Town ofAddison and its successors, successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said Gibson & Associates, Inc. has this day entered into a written contract with the said Town ofAddison to build and construct the ACTC Cut Through which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied hereilL WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sWlken conditions in ditches, or otherwise, and to do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any ofsaid part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fuil to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's fuilure on its part to comply with the terms ofthe said provisions ofsaid contract; NOW TIlEREFORE, ifthe said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but ifdefault shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. INWlTNESSWHEREOF,thesaid Gibson & Associates, Inc. has caused these presents to be executed by ____________ and the said Federal Insurance Compan9as hereunto set his hand this the __..:.7..:;:th",-__ day of -=-==_______ ' 20 _0_4____ SURETY PRINCIPAL Federal Insurance Company 􀁾􀀺􀀺􀁳􀁯􀁣􀁩􀁡􀁴􀁥􀁳􀀬􀀠Inc. By: 􀁾􀁌􀁴􀁾􀀯􀀷􀁙􀁌􀁥􀀮􀁺􀁾􀁤􀀠Attorney in Fact Robbi Morales ATTEST By: N/A Surety Aon Risk Services of Texas, Inc. 2711 N. Haskell Ave., Suite 800 Dallas, TX 75204 Agency and Address NOTE: Date ofMaintenance Bond must be same as date City acceptance. • • POWER Faderallnsurance Company Attn: Surety DepartmentChubb OF VIgilant Insurance Company 15 Mountain VIew Road Surety ATTORNEY PacHic Indemnity Company WamJIl, NJ 07059 Know All by Thne Preunta, That FEDERAL INSURANCE COMPANY, an Indiana corporaUon, VIGILANT 􀁉􀁎􀁓􀁕􀁒􀁾􀁅􀀠COMPANY, a New YOlk 1lClIpOI1IIIOn, and PACIFIC INDEMNIlY COMPANY, a WIsconaIn corporaUon, do each hereby c:onstItute and appoint Lisa M. Bonno t • Don E. Cornell. Anuj Jain, Chris J. Kutter. Rabbi Morales, Luke J. Nolan, Jr., Jerry P. Rose and Sheila M. Young of Dallas, Texas------------- ---------------------------------ead! ae their 1I\J8 and lawful AIIDmey-in-Fact to executa under such de8lgnaUon In 1hetr name& and to all\x tlelr corporal8 _ til and deliver for and on tlel! bellaJl aa surety tlereon or otherwise, banda and under1aldnge and other writings obligatory In tle nature thereof (other than ball banda) given or eXllCUllld In tle C;OUreG 0/business, and any Instruments amending or altllring tle _, and _1& til tle modl!lcaUon or altllroUon 0/any Inotrumonl re1amKI to In said banda or obIIgaUono. In W1tn... Whereol, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIlY COMPANY have ead! eXllCUllld and aUesflld these prooonlll and all\x8dtlelrcorporalll_onlllla 13th deyol August. 2003 , STATE OF NEW JERSEY 88.County 01 Sornaroot On 1* 13th dey 01 August. 2003 ,beIoro me, a NoIIIIy Pullllc 01 New JeraIIy, poraonally came Kennalll C. Wendel, til me known to be AaaIaIant Soorofary 01 FEDERAl. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INOEMNIlY COMPANY, tle companies ..mich aXIICUIIId tle fDr!IIIoIng _ 01 AIIDmey, and tle said Kenno\Il C. Wandel, being by me duly .-n, did depooa and say IIlat he Ia AsaIsIant Secrelllly 01 FEDERAl. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIlY COMPANY and knowo tle corporate _ tlerool, IIlat lila _ all\x8d til lila fDrGgoIng _ 01 AtIDmey are such corporaIII_ and wore thereto all\x8d by authoIHy 01 the By-Lawo' 01 said Companies; and IIlaI he aIgned said _ 01 AIIomey as AaaIaIant Secrelllly 01 said Campanles by IIkII au!horiIy; and lila! he Ia acquaJnflld wtth Frank E. Robertson, and _ him to be VIce PresIdent 01 said CompanIes; and lhet the signature 01 FIBIlk Eo Rcbortson, IIUbsclIbed to said Power 01 AIIDmey Ia In the ganotna handwlltllIgol Frank Eo Rcbortson. and \WIll tlereto 8UbsCI1bed by authoIHy 01 said By-Lawo and In deponenfe preeonoo. JANA KRUMI'FER Notary Public, Stale of NewJenley No. 2297116 CommiS$ion Expires February 25, 2008 􀁾􀁐􀁕􀀮􀁓􀁌􀁜􀁃􀀠", 􀁾􀀠",'"iii JE?' CER11F1CATION ElcIro<:t from the By-I..awo 01 FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIlY COMPANY: "All powIIre 01 attomoy for and on behall ollhe Company may and shall be aXIICUIIId In tle nama and on behall 01 the Company, _ by Ihe Chalnnan or lila PresIdent or a VIce President or an AssIstant VIce President. jofntly wtth tle Secrelllly or an AaaIaIant Soorofary. under 1hetr reapecllve dNlgnaUono. The signature of such O!llcaIS may be engraved. pri_ or IItI1cgrapIIod. The signature 01 each 01 the _ng oIIIcelS: ChaIrman, 􀁐􀁲􀁥􀁳􀁬􀁤􀁥􀁮􀁾􀀠any VIce 􀁐􀁲􀁟􀁮􀁾􀀠any AaaIaIant VIce President. any Socrolllly, any AaaIaIant Socrotary and the seal 01 the Company may be all\x8d by facsimile to any power 01 atIDmey or to any C8tl!IIcaIII relating tleroto appointing AaaIaIant __or AItornayaooIn-Fact for purposeo only oIexeGl.ltlng and aUesting banda and under1aldnge and other writings obligatory In lila nature tlereof, and any such power 01_,or oor1!llcalll bearfng such facsimile 8Ignaturo or facsimile seal 8heII be valid and binding upon lila Company and any such powr eo eXllCUllld and oortlflod by such IaceImIIe 8Ignaturo and facsimile seal 8heII be valid and binding upon tile Company wtth roepecI '" any bond or undertakfng '" \\t11ch 􀁾Ia_' I, Kennolll C. Wendel, AaaIaIant Secrelllly 01 FEDERAl. INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIlY COMPANY (tile "CompanIes") do hereby oorttly!hat (0 the fDrGgoIng e_01 the 􀁾01 tle Companlesla true and oorroct, (II) tle Campanles are duly bnNd and auIIlofIzod til transact euroty business In all 60 01 the IJnIfIId SIaIIIa 01 Amertca and tle 0I01rIct 01 Co!IJmbIa and are aulIIorIzed by the U.S. Treeeury Oopertmont; furlher, Federal and VIgilant are bnNd In Puerto RIco and tle U.S. VIrgIn Islands, and Federalla bnsod In Amorfean Samoa. Guam, and each 01 the Pro\/fnces 01 canada except Prinoo EdwatdIGland; and (iii) the fDrGgoIng 􀁾01 Attomoy Is true, _ and In full fDroo and ellagt , Given under my hand and SQaIa 01 said Companies at Warren, NJ 1* 7 th deyo/July. 2004 , KInnell! C. Wendel, As8Itl&nt Secrelllly IN TI-lE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY TI-lE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER. PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 􀀹􀀰􀀳􀁾􀀹􀀷􀀠Fax (908) 903-3656 e-mail: suretyOchubb.com Foon 15-1000225A (Ed.10001.!) CONSENT This Notice pertains to Ihe following Surety Bond l$Sued by a member Insurer ofIhe Chubb Group of Insurance Companies, Including Federal Insurance Company, Vigilant Insurance Company and Paclflc IndemnItY Company. BondNumhor: 8106-74-77 POLICYHOLDER DISCLOSURE NOTICE 1ERRORISMRISK INSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act of 2002 (the "Acf') effective November 26, 2002, we are making available to you coverage for losses arising out of certain acts of international-􀁴􀁥􀁲􀁲􀁯􀁲􀁾􀁭􀀮􀀠Terrorism is defined as any act certified by the Secretary ofihe Treasury, in concurrence with the Secretary ofState and the Attorney General of the United States, to be an act ofterrorism; to be a violent act or an act that is dangerous to human life, property or infi:astructure; to have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. Coverage for acts ofterrorism is already included in the captioned Surety Bond. f You should know that, effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the formula set forth in the Act. Under this formula, the United States ofAmerics pays 90% of covered terrorism losses that eXlleed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion ofyol!f premium that is attributable to coverage fur such acts ofterrorism is zero, because we could not distingnish (and separately charge for) acts ofterrorlsm from other causes of loss when we calculated your premium. ffyou have any questions about this notice, please contact your agent or broker. FINANCE DEPARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972)450-1091 E-mail msuh@ciaddison.tx.us Facsimile (912) 450·1096 P.O. Box 9010 Addison, Texas 75001 July 13, 2004 Matthew Walsh Archer Western Contractors, Ltd. 2121 Avenue J, Suite 103 Arlington, TX 7600650 Re: NOTICE TO PROCEED-Bid 04-22 Arapaho Rd Phase m Dear Mr. Walsh: This document shall serve as your Notice to Proceed for the above referenced project, and is issued and effective to commence work August 9, 2004 to provide all labor and materials as outlined in the specifications, and under the tenns and conditions ofthe contract documents. Enclosed is your copy ofthe signed contract. The proposed improvements and work shall be completed within the calendar days and with the original price ofthe contract. Please include Bid No. and Name: 04-22 Arapaho Rd Phase III, on all monthly invoices or other correspondence to the Town ofAddison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, Minok SulJ Purchasing Coordinator Enclosure Ce: Jim Pierce Steve Chutchian JUN 242004 Arche:-Vvestern Contractors 1elas Area Office SECTIONCA CONTRACT AGREEMENT CA-J SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this _22_ day of _June,_--;c:=-_, 2004 , by and between the Town of Addison, of the County ofDallas 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 __Archer Western Contraetors, Ltd, , , of the City of __Arlington ,County of Tarrant , State of __TX-' Party of the Second Part, hereinafter termed 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: Paving, Storm Sewer, Water, Sanitary Sewer, Signalization and Streetscape Improvements for ARAPAHO ROAD -PHASE III -SURVEYOR BOULEVARD TO ADDISON ROAD 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, tegether 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 (10) calendar days after the date of written notice to do so has been given to him, him, and to complete all work within the number of days he bid (Calendar Days "B") in the proposal after he commences work, subject to such extensions or reductions of time as are provided by these Contract Documents, The OWNER agrees to pay the CONTRACTOR $ 16,702,578.42 in current funds for the pcrformance of the Contract in accordance with the Proposal submitted CA-2 thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. IN WITNESS THEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) Archer Western Contractors, Ltd. Party of the Second Part (CONTRACTOR) ATTEST: By 􀁫􀁾􀁩􀀠􀁍􀁡􀁴􀁾􀁨􀁥􀁷􀀠Walsh/President The following to be executed if the CONTRACTOR is a corporation: I, John P. Slattery , certify that I am the secretary ofthe corporation named as CONTRACTOR herein; that Matthew Walsh , who signed this Contract on behalf of the CONTRACTOR is the President of said corporation; that said Arapaho Road -Phase III From Surveyor Boulevard to Addison Road Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope ofits corporate powers. Signed: 􀁾􀁻􀁊􀀮􀁾􀀠ohn P. Slattery Corporate Seal CA-3 SECTIONPrB PERFORMANCE BOND PrB-l BOND NO. 8 SB 104233013 SCM SECTIONPrB PERFOR.'VIANCE BOND STATE OF TEXA.S COUNTY OF DALLAS Date Bond Executed: ___J_un_e__2_9_,_20_0_4______ PRINCIPAL Archer Western Contractors, Ltd. Su1lETY:___􀁾􀁾􀁔􀁲􀁾􀁡􀁾􀁶􀁾􀁥􀁾􀁬􀁾􀁥􀁾􀁲􀁾􀁳􀁾􀁃􀁾􀁡􀁾􀁳􀁾􀁵􀁾􀁡􀁾􀁬􀁾􀁴􀁹􀁾􀁡􀁾􀁮􀁾􀁤􀁾􀁓􀁵􀁾􀁲􀁾􀁥􀁾􀁴􀁾􀁹􀁾􀁃􀁾􀁯􀁭􀁾􀁰􀁾􀁡􀀽􀁮􀁾􀁹􀁾􀁯􀁾􀁦􀁾􀁁􀁭􀁾􀁥􀁾􀁲􀁾􀁩􀁾􀁣􀁡􀀽􀀭_________ PEi'lAL SUM OF BOND (express in words and figures): Sixteen Million Seven Hundred Two Thousand Five Hundred Seventy-Eight Dollars & 42/100 ($16,702,578.42) DATE OF CONTRACT __Ju_n_e_2_2_,_2_0_04_____ ______________ KNOW ALL l'vIEN BY THESE PRESENTS, that we, the PRINCIPAL and SURETY above named, are held firmly bound unto The Town of Addison, Texas, hereinafter called the OWNER in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas the PRINCIPAL entered into a certain Contract with the OWNER numbered and dated as shown above and attached hereto; NOW THEREFORE, if the PRINCTPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract during the original term of said Contract and any extension thereof that may be granted by the OWN"ER, with or without notice to the SURETY, and during the life of any guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications of said SlJ1lETY being hereby waived, then this obiigation to be void, otherwIse in full force and effect PrB·2 􀁾WITNESS WHEREOF, the above-bounden parties have executed this instn:ment under their several seals on the date indicated above, the name and corporate seal of each corporate party being herew affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SEAL Archer Western Contractors, Ltd. ::NTRAllrV Matthew Walsh/President Address: 2121 Ave.'J',Suite 103 WITNESS 􀁪􀁐􀀴􀀱􀀡􀁾􀀠Arlington, TX 76006 SEAL TRAVELERS CASUALTY AND SUREft COMPANY OF AMERICA􀁾􀀺􀀠pwfu& 􀁾􀀨􀀿􀀬􀁪􀁪􀀻􀁴􀀠Sl.TRETYBRIAN LUCITT, WITNESS :lLEEN 􀁌􀁕􀁾􀀡􀁾􀁾􀁪􀀭􀁆􀁁􀁃􀁔􀀠Address: 215 ShU!l!i!D 􀁂􀁬􀁹􀁾􀁾__ Naperville, IL 􀀶􀀰􀀵􀀶􀀳􀀭􀀸􀁾􀀵􀀸􀀠Title: A'l"l'ORNEY-IN-FACT (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I,. Tobn P. S11lttery , certify 􀁴􀁾􀁡􀁴􀀠I am the secretary of the corporation named as PRINCIPAL in the within bond that Matthew Walsh , who signed the said bond on behalf of the PRINCIPAL, is the President said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) PrB-3 SECTIONPyB PAYMENT BOND BOND NO. 8 SB 104233013 BCM SECTIONPyB PAYl\IIENT BONI) STATE OF TEXAS CotJNTY OF DALLAS Date Bond Executed: June 29. 2004 PRINCIPAL: ____􀀽􀁁􀁾􀁲􀁾􀁣􀁨􀁾􀁥􀀽􀁲􀁾􀁗􀀽􀁥􀀽􀁳􀀽􀁴􀁥􀀽􀁲􀁮􀁾􀀽􀁃􀀽􀁯􀀽􀁮� �􀁴􀁲􀀽􀁡􀀽􀁣􀀽􀁴􀁾􀁯􀀽􀁲􀀽􀁳􀀽􀀬􀁾􀁌􀀽􀁴􀁾􀁤􀁾􀀮___________________________ SlDZETY:______􀁾􀁔􀁾􀁲􀁾􀁡􀁾􀁶􀁾􀁥􀁬􀁾􀁥􀀽􀁲􀁾􀁳􀁾􀁃􀁾􀁡􀁾􀁳􀁵􀁾􀁡􀀽􀁬􀀽􀁴􀁾􀁹􀁟􀀽􀁡􀁮􀁾􀁤􀁾􀁓􀁾􀁵􀀽􀁲􀀽􀁥􀀽􀁴􀁾􀁹􀁟􀁃􀀽􀁯 􀀽􀁭􀁾􀁰􀁾􀁡􀁾􀁮􀁹􀁾􀁯􀁾􀁦􀁾􀁁􀁭􀁾􀁥􀁟􀁲􀁬􀁟􀂷􀁣􀁾􀁡_____________ PENAL SU1vI OF BOND (express in words and figures): Sixteen Million Seven Hundred . Two Thousand Five Hundred Seventy-Eight Dollars & 42/100 ($16,702,578.42) DATEOFCONTRACT: __􀁾􀁾􀁾􀁾􀁾􀁾___________________________ KNOW ALL lVlEN BY TI-IESE PRESENTS, that we, the PRINCIPAL and SURETY above named, are held firmly bound unto The Town of Addison, Texas, hereinafter called the OVV'NER, in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas the PRINCIPAL entered into a certain Contract with the OWNER, numbered and dated as shown above and attached hereto; NOW THEREFORE, if the PRINCIPAL shall promptly make payment to all persons supplying labor and materials in the prosecution of the work provided for in said Contract, and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the SlJRETY being hereby waived, then this obligation to be void, otherwise to remain in full force and effect. PyB·] IN WITh""ESS WHEREOF, the above-bounden parties have executed this inst1Ument under their several seats on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SEAL Archer Western Contractors, Ltd. ::7iitMMatthew Walsh/President Address: 2121 Ave. 'J', Suite 103 Arlington, TX 76006WITNESS rLfJ. 􀁾􀀠SEAL TRAVELERS CASUALTY AND SlJRE'l'Y COIIPAIiY OF A1IEIllCAm;vm: bruv MlAaL BRIAN LUCITT, WITNESS By 􀁾􀁾􀁾􀀠EILEEN 􀁾􀀠􀁾􀁁􀁔􀁔􀁏􀁒􀁎􀁅􀁙􀀭􀁉􀁎􀀭􀁆􀁁􀁃􀁔􀀠Address: 215 Shuman Blvd. , Naperville, It 60563-8458 Title: ATTORNEY-IN-FACT (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPOR..cI"TE PRINCIPAL I, John P. Slattery, certifY that I am the secretary of the corporation named as PRINCIPAL in the within bond that Matthew Walsh , who signed the said bond on behalf ofthe PRINCIPAL, is the President said corporation; that r know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. PyB-3 SECTIONMB iVHINTENANCE BOND ME-I BOND NO. 8 SB 􀀱􀀰􀁾􀀲􀀳􀀳􀀰􀀱􀀳􀀠BCM SECTION lVIB lVLUNT"'NANCE BOND STATE OF TEXAS COuNTY OF DALLAS TRAVELEIlS CASUALTY AND SURETY COMPANY OF AMERICA That Archer Western Contractors, Ltd·as principal and ______-', a corporation organized under the laws 􀁯􀁦􀁟􀀮􀀮􀀮􀀮􀀺􀁃􀀢􀀧􀁔􀁾􀁟􀁾􀁾􀀠, AS Surety _____________ as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the TowlJ. of Addison, Texas, a duly incorporated home rule municipal corporation under the laws of the State of Texas, the sum of Sixteen Million Seven Hundred 1'''0 Thou8&nd Five HUiCdr<;d S"ve:1ty-Eight Dollars & 42/100 ($16,702,578.42 ) for the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally, This obligation is conditioned, however, that whereas said: Archer Western Contractors, Ltd. has this day entered into a written contract with the said Town of Addison to build and construct the Arapaho Road -Phase III -Surveyor Boulevard to Addison Road MB-2 which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans. Specifications and Contract it is provided that the Contractor wiU maintain and keep in good repair the work herein contracted to be done and perfonned for a period of two (2) years from the date of acceptance, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perfonn all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the saIne caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor perfonned by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation. and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the tenns of the said provisions of said contract; planting materials (trees, shrubs, ground cover, grasses and perennials) and the completed irrigation system will be warranted for one (I) year from the time of final completion and acceptance by the Town of Addison. NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) vears, as provided, then these presents shall be nul! and void and have no further effect; but if default shall be made by the said Contractor in the perfonnance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. !vJB-3 TRAVELERS CASUALTI AND SURE'l'f COMPANY OF AMERICAIN WIT;\iESS WHEREOF, the saId be executed by EILEEN LUCIT'.I' his hand this the 29thday of JUNE 􀁾􀀠> 20 said Olf.• AT'.I'ORNEI-IN-FACT has caused these presents to has hereunto set SURETY PRINCIPAL TRA'lEIJ!:RS CASUALTI AND SURE'l'f COMPANY OF AMERICA ONE TOWER SQUARE. HARTFORD. CT 06183 By: 􀀭􀁾􀁉􀁦􀁬􀁦􀀯􀀩􀀧􀂫􀀱􀁉􀁩􀁬􀀯􀁴􀀱􀁌􀀡􀀧� �􀁦􀀯􀀭􀀭􀀭Matthew \-lalsh!President By i1ffAv &4r Atto _·n Fact EILEEN LUCIT'.I' t01.·S, Ltd. By NIA .....􀀭􀁳􀁵􀁾􀀭􀀭􀀭􀁳􀁥􀁣􀁲􀁾􀀠􀁉􀀮􀁾􀀠SURE'l'f SERVICES OF AMERICA. INC. 1901 DES PLAINES AVE., PARK RIDGE, IL 60068 Agency and Address NOTE: Date of Maintenance Bond must not be prior to date of Contract. tvlB-4 State of ILLINOIS County of KENDALL On this 29th day of JUNE , 2004, before me personally appeared EILEEN LUCIft , known to me to be the Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation that executed the within instrument and acknowledged to me that such corporation executed the same. IN WrrNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. OFFICIAL seAL GINA M. DAMATO NOTARY PU8lJC. STATE OF 11.lJH0IS My Comm. ExpIres 04I05I08 1'RAVELERS CASUALTY AND SURETY COMPANY OF AMERICA 1'RAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, COllnectlcut 06183-9062 POWER OF ATfORNEY AND CERTIFICATE OF AUTHORITY OF ATfORNEY(S)-IN-FACT li.."IOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Kevin P. Nagel, Eiken Lucitt, of Park Ridge /Crestwood, Illinois, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the follOwing instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligato!), in the nature ofa bond, recognizance, or conditional undertaking and any and all consents incident thereto, not limited to a specifIC amount, and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the dniy authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confinned. This appointruent is made under and hy authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: V01ED: That the Chainnon. the President, any Vice Chainnon. lilly Executive Vice President, any Senior Vice President, any Vice President, any Second Vic<: President, the Treasurer, lillY Assistant Treasurer, the Corporate Secretary or any Assistant S"""'tary may appoint Attorneys-in-Fact . and Agents to aet for and on behalf of the company and may give such appointee such authority as his or her eertificate of of authority may prescribe to sign with the Company's ruune and seal with the Company's seal bends, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, Illld any of said officers or the Board of Direetors at any time may remove any such appointee and revoke the power given him or her. V01ED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice Presiden1 or any Vice President may delegate all or any part of the foregning authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contraet of indemnity, or writing obligatory in the nature of. bend, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the Pre.ideot, any Vice Chairman, any Executive Vice Pre.ideo!, any Senior Vice Pre.ident or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Seeretsry or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their eertificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by aulilority or the followingStanding Resolution voted by the Boards or Directors or TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is 1l0W ill full force and effect: V01ED: Th.t the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Viee President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be .mxed by facsintile to any power of attorney or to any eertificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bends and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate beariog such facsintile signature or facsintile seal shall be valid and binding upon the Company and any such power so executed and eertified by such fa.,intile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or IllldertBking to which it is attached. SPECIAL WORDrNO (It·OO) __ _ IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 17th day of February 2003. STATE OF CONNECTICUT lS8, Hartford COUNTY OF HARTFORD IRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA IRAVELERS CASUALTY AND SURETY COMPANY FARNDNGTONCASUALTYCOMPANY 􀀯􀁾.. 􀀻􀁾.. 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀁾􀀭􀀭􀁾􀀺􀀽􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭George W. Thompson Senior Vice President On this 17th day of February; 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly SIVOrn, did depose and say: that helshe is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMElUCA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that helshe knows the seals of said corporations; that the seals atlixed to the said instrument are such corporate sealS; and that helshe executed the said instrument on behalf of the corporations by authority ofhlslher office under the Standing Resolutions thereof. 􀁾􀁦􀁍􀁩􀀮􀀮􀀮􀀮􀁌􀀠c. 􀁾􀀠 My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE r, 'the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office ofthe Company, in the City ofHartford, Stale ofColll1eCtiCUt. Dated this 29th day of JllIIE , 20 OIl, By _cr>M_M_'􀁭􀀮􀀭􀀭􀀬􀀭􀀭􀀭􀀽􀁾􀀬􀀭􀀭Kori M. Johanson Assistant Secretary, Bond STPAUL TRAVELERS IMPORTANT NOTICE { t .; \ TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company ofAmerica, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: . 􀁾􀁦􀁾􀁈􀁇􀀠Ul Ct')lWCCi!, 􀁾􀀠Travelers Bond .LIN AEf'E1>2 CV2f.'i) Attn: Claims r (jiC 􀁉􀁭􀁱􀁃􀁴􀁾􀁲􀁬􀁬􀁬􀁬􀁇􀁱􀀧􀀠'/" 1500 Market Street 􀁃􀁾􀁬􀀩􀀮􀁌􀁔􀁨􀁬􀁃V.IE West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax ( ( You may contact the Texas Department ofInsurance to obtain the information on companies, coverages, rights or complaints at: 􀁾􀀢􀁱􀀩􀀨􀀩􀀮􀀠"" Texas Department ofInsurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition ofthe attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, 53.202, Property Code, effective September 1, 2001. STPAUL TRAVELERS IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSLIRANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Ii Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal ,/Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. FINANCE DEPARTMENTIPURCHASlNG DMSIQN 5350 Belt Line Road (972) 450-7091 E-mail msub@ci,addison.!x.us Facsimile (972) 45Q..1096 P.O. Box9010 AddisOfl, Texas. 7SOO1 July 7,2004 AI. 10hnston Gibson and Associates, Inc. P.O. Box 800579 Ft. Worth, TX 76133 Re: NOTICE TO PROCEED-Bid 04-19 ACTC Cut Through Dear Mr. 10hnston: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents to commence work July 12, 2004. A copy ofthe signed contract will be mailed to you under separate cover. The proposed improvements and work shall be completed with the original contract price. Please include Bid No. and Name: 04-19 ACTC Cut Through, on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosure Copy: fun fun Pierce Steve Chutchian FlNANCE QEPARTMENTtpIIBCFtASJNG PMSJON 5350 HeltpneR91!d (972)450-7091 E-mai1 msuh@ci addison ts us Facsimile (972) 4SQ..7096 P.O. Box 90 10 Addison, T."", 7Soo1 July 2, 2004 A.I. Johnston Gibson and Associates, Inc. P.O. Box 800579 Ft. Worth, rx 76133 NOTICE OF AWARD: ACTC Cut Through Dear Mr. Johnston: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents for Bid No: 04-19 ACrC Cut Through. Please send four completed copies of the contract that was emailed to you, to be signed by an authorized officer or principal of your firm along with the necessary insurance certificates and bonds as soon as possible, but no later than July 6, 2004. Once we receive these items you will be notified by Public Works to proceed with the job. Ifyou have any questions or if! can be ofassistance to you, please contact me at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Copy: Stove Cbu1cllian Cbu1cllian Jim Pierce 􀁾􀀠, , ,'.' .;. GIBSON & ASSOCIATES, INC. Engineers and Contractors 11210 Ryliecretd P. O. Box 800519 Barch Springs. Texas 75180-0579 9721557-1199 FA)( 557-1552 July 2, 2004 Town of Addison Service Center 16801 Westgrove Dr. Addison, Texas 75001 Re: ACTC Cut Through Dear Sir: Enclosed please find copies of the Environmental Control Policy, Equal Opportunity Program, Contraband Policy, Hazard Communication Program, and the Safety and Accident Prevention Policy for Gibson & Associates, Inc_ If there are any questions regarding this matter, please call me_ Very truly yours, Contract Manager GIBSON & ASSOCIATES, INC. ENVIRONMENTAL PROTECTION PLAN GIBSON & ASSOCIATES, INC. will implement the following plan in order to prevent any environmental pollution and alleviate any damage should it occur as a result ofconstruction operations on this project. . FEDERAL. STATE. AND LOCAL LAWS AND REGULAnONS All ofthe following laws and regulations concerning envirornnental protection, pollution control, and abatement shall be observed on this project: . Executive order 11514, Protection and Enhancement ofEnvirornnent Quality, 5.March 1970, as' amended by Executive Order 11991,24 May 1977. Executive Order 11593, Protection and Enhancement of the Cultural Environment, J3 May 1971. Executive Order 11988, Floodplain Management, 24 May 1977. Executive Order 11990, Protection of Wetlands, 24 May 1977. Clean Air Act as amended. Clean Water Act. Enda!Jgered Species Act of 1973 as amended. Federal Water Project Recreation Action Act. Fisb and Wildlife Coordination Act Historic Sites Act 1935, as amended. National Historic Preservation Act of 1968, as amended. National Envirornnental Policy Act of I969, as amended. Preservation ofHistorical and Archaeological Data Act of 1974, as amended. River and Harbor Act, 3 march 1899. Wild and Scenic Rivers Act of 1968. Navigable Waters, Discharge ofDredged or Fill Materials (40 CFR230.1-230.8). Regulations for Implementing the Procedural Provisions ofNational environmental Policy Act of 1969 (40 CFR 1500-1508). Protection ofHistoric and Cultural Properties (30 CFR 800). Regulatory Programs ofthe Corps of Engineers (23 CFR 320-329). Texas Clean Air Act. PROTECTION WITHIN AUTHORIZED AREAS All equipment will be limited to those areas immediately adjacent to worle areas. This will minimize the impact on Grasses. Areas near trees that are not to be removed during clearing operations will be off limits to all vehicles. Wildlife should not 'be affected. Al)y discoveries ofhistorical significance shall ClIllse work to be stopped nntil the proper authorities have been notified. CORRECTIQN PROCEDURES CONCERNING POLLUTION All trash and debris generated by the construction process shall be removed or destroyed by the Contractor. Any deviations trom the environmental plan that cause any pollution will be irrnnediately corrected and the area cleaned up as required. The Project Superintendent shall direct all clean' up activities. All minor trash generated by luncbes, equipment, etc. will be deposited in on·site receptacles for later removal from the site. SOLID WASTE DISPOSAL All solid waste generated on this project will be hauled off site and disposed ofproperly. ENVIRONMENTAL MONITORING All items of any significance pertaining to envirornnental pollution, damage, or abatement shall be recorded and reported by the Quality Control Officer. SURFACE AND GROUND WATER Will be du.mped into drainage ditches. ,. Environmental Protection Plan PageZ WORK AREA LIMITS All equipment shall be limited to those areas adjacent to work areas. .These shall be identified and maintained by the Project Superintendent. BORROW AREAS Limits ofany borrow areas will be defined by the Engineers. They will be maintained by the Contractor during construction. CLEARING LIMITS All areas to be cleared will be identified by the Engineer and the Project Superintendent shall maintain these limits. EQUJPMENT MANEUVERS All equipment maneuvers will 􀁢􀁾􀀠limited to the immediate job site. All other areas are off limits and enfon:ement will be made by the Project Superintendent. PERSONNEL TRAINING All personnel will be trained and instructed in all items concerning tbis plan during the site indoctriruition meeting and any new employees will receive tbe same instructions. spILLAGES No fuel will be stored on-site. Equipment will be fueled daily by a fuel truck. All waste oil shall be removed from the site and taken to the company yard for recycling. Should a spill occur, the area will be isolated to prevent runoff and contamination ofwater; then the area will be cleaned, SITE LAYOUT All limits of work areas will be defmed by the Owner and maintained by the Contractor. Existing roads shan be utilized for haul roads, WASTE DISposAL Small trash will be stored in on-site trash receptacles then hauled offsilo at regular intervals. A portable toilet will be required, and it wiD be serviced weekly by a truck with the waste hauled offsite. MEETINGS An initial indoctrination meeting will beheld to discuss aU items ofthe environmental protection plan. Weekly sarely meetings will also be conducted and environmental issues will also be discussed here. HAZARDOUSMATERYUBPROGRAM The hazardous material program previously outlined shaU be implemented as a means of notifYing all employees of any hazardous materials being used and how to protect themselves, as well as others, when worldng with these materials (see attached Hazard Communication Program and MSDS sheets) . GIBSON & ASSOCIATES, INC. EQUAL EMPWYMENT OPPORTUNITY PROGRAM The following is the program of GIBSON & ASSOCIATES, INC. for the insuring of equal opportunity for employment. DEFINITIONS For purposes oftrus program, the following terms shall have the following indicated meanings: AFFIRMATIVE ACTION PROGRAM Any activity or program undertaken for the purpose ofcarrying forward into new areas ofopportunity or among new groups of employees or prospective employees, positive concepts regarding equality of opportunity. CIVIL RIGHTS ACT The Civil Rights Act of 1964 and in particular Title VII thereof, as the same may from time to time be amended, and all applicable orders, regulations and amendments that may from time to' time be issued under or by virtue ofsuch Act. EMPWXMENT All aspects ofthe employment relationship between an employing unit and a person who is now, has been, or is under consideration for a position of employment which)mch employing unit, included among the aspects of relationship are those relating to solicitations for employees; receipt and processing of applications for employment; selection for initial employment an assignment of initial job duties; hours of work, rates of pay and conditions of work in varying individual employment assignments; selection for participation in all programs of job skills; improvement in which the employing Wlit participates; changes in job classification, whether upgfading, layoff, transfer, reassignment, demotion or rehiring; and termination ofor separation from services for any reason whatsoever. EXECUTIVE ORDER NO. 11246 Executive Order No. 11246 of September 24, 1965, as the same may from lime to lime be amended, and all applicable orders, issued under or by virtue ofsuch Order. MINORITY GROUP MEMBER An individual whose stated, aCknowledged or apparent predominant 􀁭􀁣􀁩􀁡􀁾􀀠cultuml or ethnic heritage or derivation falls into one or more of the following groupings; Negro, Americao Indiao, Spaoish-sumamed American. Oriental, Female. The terms shall also include any persons whom the Local Equal Employment Opportunity Officer, in the exercise of sound discretion, deems to be more closely identified with one or more of the above minority groupings thao with the majority community as that majority may be constituted in rus local operating area. MINORITY GROUP SUBCONTRACTORS A business fum or entity to whom subcontracts are or may be awarded, aod having one or more ofthe following characteristics: A. Predominant minority group ownership; B. Predominaot minority group management; C. Predominao! minority group regular employment rolls. STATEMENT OF EQUAL EMPLOYMENT OPPORTUNITY POLley It is the policy of Gibson & Associates, Inc. to offer equal opportunity for employment to all persons with the Company without regard to race, color, religion, national origin, haodicap, age, or sex. It is the intention ofthe Compaoy through the adoption aod implementation of the policY, to insure full aod complete compliance with the Civil rights Act of 1964 and Execptive Order No. 11246 11246 of September 24, 1965, as the same may from lime to time be amended; aod all applicable Orders, Regulations, aod Amendments that may be time to lime be issued thereunder. It shall be the obligation of all those who share in the maoagement of the Company so to implement the terms of the policy as to insure that the Company is at all times in full aod complete compliance with both the letter and the spirit ofthe Statute, the Executive Order, aod the applicable regulations, as the same may from time to time require. STATEMENT OF AFFIRMATIVE ACTION COMPLIANCE PROGRAM I. EQUAL EMPLOYMENT OPPORTUNITY OFFICER PatriciaM. Gibson, Chief Executive Officer, and William E. Gibson, President, ofGIBSON & ASSOCIATES. INC.• have been duly designated Equal Employment Opportunity Officers for said Company with complete responsibility for the authority to develop and implement an Affmnative Action Compliance Program in the name of and on behalf of Ibis Company for the full, complete and effective realization of equal opportunity for employment in all areas in which the Company does noW or may hereafter operate. E.E.O.P. Page 2 2. ANALYSIS OFMINORlTX GROurPRESENTATION The RRO. OfficetS shall regularly analyze minority group representation in each job category to insure that neither patterns of employment nor treatment of individual employees indicates any evidence ofdiscrimination. The E.E.O. Officers shall keep such records as may be necessary to determine compliance with this policy, including numbers of minority members employed and progress and efforts in increasing minority employment opportunity. 3. CONTINUED REFINEMENT OF EMPWYMENT POLICIES The Company's policies regarding the employment relationship, the evaluation of the relative qualities of individual employees and applicants for employment, and the assessment ofjob classifications and job skill requirements, shall be subject to continuous reexamination and re-assessment to insure that all persons having the requisite skill, experience, competence and desire to perfurm particular tasks are accorded equal opportunity· to compete for and secure alljob openings involving such tasks. 4. COMMVNITXCONTACTS It shall be the responsibility of the E.RO. Officers to develop, maintain,.and improve contacts between the Company and such leadetS of the representative from minority groups and within minority communities as may be deemed necessary to manifest within the minority community the Company's position as an Equal Opportunity employer, with particular reference to: • Seeking out and encouraging the greatest possible number of minority group members to seek appropriate employment with the Company. • Seeking out and developing contacts with minority group subcontractors. 5. PROGRAMS OF JOB TRAINING AND JOB SKILLS A. Wherever possible, the Company shall encourage and participate in trade association, community and other like programs designed to secure and provide qualified applicants for employment in the construction industry. As part of this particular process, the Company is prepared to contribute it's fair share in leadership, resources, and financing to sustain the operation of such programs and to provide ifs fair share of suitable job openings for persons who successfully complete such programs. B. The Company may also from time to time establish it's own programs for improving job skills, particularly: 1. Programs directed tOward the development ofsupervisory and managerial capabilities. 2. Programs providing basic job skills in geographic areas where community or association programs are not available Wherever such programs are established, qualified minority group employees will be actively sought out for participation in such schools and programs; and follOWing successful completion thereof, shall be encouraged to compete for openings involving the use by them ofthe skills and capabilities developed in sucb programs, on a completely fair, impartial, and nondiscriminatory basis. 6. ACTIVITJES OF SUBCONTRACTORS AND MATERIAL SUPPLIERS It shall be the responsibility of the E.E.O. Officers to obtain concurrence from all subcontractors and suppliers to the policies policies and programs of this Company as they relate to Equal Employment Opportunity. The standard form bid 􀁰􀁲􀁯􀁰􀁯􀁳􀁡􀁾􀀠subcontract, and purchase order forms of the Company, copies of which are attached hereto, clearly state the obligation of all parties contracting with this Company to comply with these policies. Failure or refusal ofa supplier or subcontractor to fulfill this contract obligation shall be deemed a breach of contract and shall be referred to the General Counsel for consideration and action including, where appropriate, action for breach ofcontract. On all subcontracts on Federal-aid highway construction projects having an actual or estimated value of One Hundred thousand Dollars ($100,000.00) or more, the E.E.O. Officers shall be responsible: A. For determination that no such subcontract is awarded until the prospective subcontractor: I. has submitted a suitable prequalification statement to the appropriate state and federal ngencies; 2. has received approval ofthat statement from the the appropriate state highway department with the concurrence of the Federal Highway Administration; 3. that such approved statement has been properly incorporated into said subcontract as a contractual obligation ofthe subcontractor; and B. For supervising compliance by subcontractors to whom such subcontracts are duly awarded with the requirements of their several individual equal employment opportunity programs. ' E.E.O.P. Page 3 In order to insure efficiency in supelVision and achieve uniformity in result, the E.E.O. Officers shall, wherever possible, cause each such subcontraetor to adopt the previously approved GIBSON & ASSOCIATES, INC. prequalification statement as the prequalification statement ofsuch subcontractor, mutates mutandis. 7. MISCELLANEOUS ACTMTIES It shall bc the responsibility of all managers at all levels to conduct themselves with regard to employment practices of the Company that no employee shall have even a reasonable basis for concluding that he has been a victim of discrimination in any fashion whatsoever; if, despite such efforts, any complaint is registered anywhere within the Company, it shall be the responsibility of tha E,E.O. Officers to investigate such complain; to consult with other managers as they deem necessary; and to implement such solutions as may bc agreed upon. Further, E.E.O. Officers shall be and remain available at all times to aU empl1lyees Equal Opportunity Progrem within his opemting unit for consultation regarding any alleged departure from the Equal Employment Opportunity policies 'IJld programs ofthe Company, In the event any investigative hearings, compliance checks, E.RO. or O.F.C.C. inquiries, or other 􀁦􀁥􀁤􀁥􀁲􀁡􀁾􀀠state, or local examinations are conducted, it sball be the responsibility ofthe RRO. Officers to participate therein on bdlalfofthe Company. In devising and implementing programs of Affirmative Action, the E.E.O. Officers shal! make maximum use of all contracts within the minority group and the minority corrununity which from time to time may become available to him to the end that the Company's active interest in seeking out and employing minority group members is given the widest possible exposure. Compliance with all requirements of law in general, and this Affmnative Action progrem in particular, shall bc accorded the same degree of priority, and fulfilled with the same degree offidelity, as the Company has traditionally shown with regard to all contract spacifications on public projects. . SUMMARy Full and complete implementation of this policy of Equal Employment Opportunity offers the opportunity for creative response in three separate areas: I. Full equality of opportunity for employment, and for advancement in employment, among persons presently employed by the COQlpany, through complete elimination of all artificial restrictions upon the realization by each individual of his own unique potential as a human "eing. 2. Opportnnity for persons now grouped in the so·called "hardeore" unemployment category to break the ring of despair and disillusion by which they are presently boUnd and to begin the long process of developing for themselves some form of expression of their own individual identity. 3. Opportnnity for the management of this Company to demonstrate that loss of individual identity is not a necessary evil in highly industrialized and automated sncio-economic systems, and give positive expression to tha argument that there lies within our free industrial system the capacity to develop solutions to greve socioeconomic evils through means other than the creating, funding. staffing, and proliferating of vast and ever-expanding progrems ofpublic response, whether at the Federal, state, or Incallevel. Equal Employment Opportnnity offers opportnnity to all who participate. It is our firm determination that this Company shall not be found among those who Jailed to recognize and realize upon Ibis opportunity. EQUAL OPPQRTIJNITY CLAUSE During the performance ofthis contract, the contractor agrees as follows: 1. The contractor will not discriminate against any employee or applicant for employment because of mce. color, sex. religion, or national origin. The contractor will take affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, color, sex, religion, or national origin. Such action shall itlCInde, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; mtes of payor other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth provisions of this nondiscrimination clause. 2. Tile contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to moe, color, sex, religion, or national origin. E.E.O.P. Page 4 3. The contractor will send to each labor union or representative of workers with which he bas a collective bargaining agreement or other contract or understanding, a notice to be provided by Ibe Contract Compliance Officer advising Ibe said labor union.or worker's representatives of Ibe contractor's commitment under this section, and shall post copies of this in conspicuons places available to employees and applicants fur employment. 4. The contractor will comply with aU provisions of executive Order 11246 of September 24, 1965, and the rules, regulations, and relevant orders ofthe Secretary oflab or. 5. The contractor will furnish all information and reports required by Executive order 11246 of September 24, 1965, and the rules regulations, and orders ofIbe Secretary of Labor or pursuant thereto, and will permit access to his books, records, and accounts by 􀁴􀁨􀁾􀀠Department ofthe Secretary of labor fur purposes of investigation to ascertain compliance with such rules, regulations, and others. 6. In the event of the contractor's non-ty program will be that ofthe Safety Offioor who is appointed by direccive ofthe President of the Company and Vlho answers directly to the administtator ofthe Accident Prevention Progam. Directives issued by the SalJlly Officer in the name ofthe President are mandalotY and are effective at the time oftheir issuance. Duties of the Safety Officer may be changed by directives of the President ftom time to time; however, hisIher basic duties shall include: 1. Selling supervisors and employees on the pbilosopby pbilosopby that accident prevenliOll is a vital part of the CompanYs openltions and C3l1lIot be regarded as a lower priority issue to be given attention only wbeo 'lther activities do not interfere. 2. ASsisriog supervisol)' per.;onnel in setting up w'lrkable accident preventi'ln programs to fit their particular operations.. 3. Making sure1hat complete records ofall accidents and Iheir costs are kept. 4. Stndying and analyzing records in an effort to identify problem areas. 5. Preparing and distributing advanced written. insIrumoos to supervisory per.;onnel regarding anticipated bazards associated with certainjobs to be d'lDe. 6. Keeping management infurmed ofaecident and cost records. 7. Supervising the reportingofaecidents to insurance carriers and aU governmental agencies as required by law. 8. Helping supervisors setup individual deparlmeDt keeping procedures. 9. Wor!dng with aU peoonnel to keep the progtanl funClioning. to. Reviewing and studying the Fedetal Government's Occupational Heallh and Safei}' Safei}' Act, as well as other laws pertaining to accident prevention, in order to successfully instruct, advise. and assist SupervisolS in adhering to these rules tmd JegOIatiollS. ' RESPONSIBlLlTlESFOR EACB SUPERVISOR ,4SSUME RESPONSIBILITY FORACClDEtIT PRlWENTION • A. The supervisor is the most important link in the 00aln. The prevention ofan accident sUCi61<1 .1:2;0 4'70 (H5 '0 260 3 , 03/09/0< 03/09/04 .0 '0 .& 50 􀁾􀀬􀀠., 5.00 •• 00 •• 2\ •. 0\ "30 4:27D 4510 uso 4630 4210 4507 1433 4507 431:3 200 120 5 6 7 a 9 􀁾􀁏􀀠03/09/04 03/U/O. ",It./O' 03/15/04: 03/15/04 03/2U04 1Z .0 .5 31 n6. 58 62.2 6. 68 •• '0 70 59 LOO S.OO '.00 5.00 t.oo NIA 4.2\ 4. (i\ 4.1t 4.9'\ N/A 4650 3800 3540 3910 4430 HOC .e.o 3960 3640 .000 '3<0 14S0 ('145 39ao 3590 3.955 nBs 4425 4495 4393 427$ 4238 42,)4 4271 ....S 4218 4218 40072 380a .3977 .255 190 160 100 '0 90 SO 11 12 03125/04 03/29/04 .0 63 12 72., IL25 5.00 i):. 2\ NIA 3MO i22.0 3110 4490 3BOO 43S$ 4228 4239 42()3 4193 􀁾􀀸􀀰􀀠Z70 13 14 15 03/2.Q/O. 03/2.9/0,. -03129/0" .0 ,0 ,0 72'.19 67 737, 5,5<1 0.25 S.50 N/" N/A N/A 4140 U10 '1.200 4150 4010 3920 4145 4090 4060 4732 4221 4211 4iOO .191 4098 10 160 280 16 03/251/04 '0 73 68 5.00 N/A H20 4300 U60 .2;Z0 4170 120 ",. " 20 21 03;29104 04/13/04 04/13/04 04/U/04 04/19104 ,0 47 12.8 58 657. 70 66 sa 5, eo 78 5.25 􀁴􀁾􀁉􀀺􀁏􀀠1.25 5.00 5. 75 NIA 4,&t L5t 4.5t 5.3\ 4520 5020 4560 􀀳􀀱􀀳􀁾􀀠4660 ..60 5010 43'0 3.3iO 4'00 4490 5045 (465 3235 .630 4236 4281. 4291 .238 42Sfi 4303 '632 4&67 424$ 4110 60 so,.0 210 60 22 04/20/04 70 75 4.00 4.h 4420 4620 .520 usa 4128 200 23 04/2J,j04 " 76 7.00 5.6% 3130 3630 3680 4243 .277 ,00 2. 2'2. 0./2.1/04 04/23/04 04n$/04 73 " 79 ,. 7.., 5.£00 5.2& •• 50 4.39: 5.6, 4.S. 􀀳􀁡􀁾􀀰􀀠4260 4020 􀀳􀁓􀁾􀀰􀀠40'10 3930 3945 ,,65 3$J75 • .us 􀀴􀁾􀀲􀁩􀀠42U 4015 39'97 399. 10 190 90 2? 28 2' 􀁏􀁾􀀯􀀰􀀰􀀵􀀯􀀰􀀮􀀠0 5/H/O. 05/12/04 ,. 74 70 7. 7. 12 5.00 &.00 5.00 4.o" a/A NIA 3eso .0aD 39110 3e9O 4160 4010 3885 H20 3975 4202 4199 4ltl 4008 3993 3993 to eo '0 30 05/14/0. " .2 {,25 5.0, 3700 3120 3110 41'15 393. 20 68 11 COMMENTARY OF 􀁓􀁔􀁁􀁾􀁉􀁓􀁔􀁬􀁃􀁁􀁌􀀠􀁅􀁖􀁁􀁌􀁖􀁁􀁾􀁉􀁏􀁎􀀠OF 􀁃􀁏􀁎􀁃􀁒􀁅􀁾􀀠DESIGN RESULTS Mix Num: 8272 Strength: 3000 􀁰􀁳􀁾􀀠@28 Days Paragraph 5.S of ACI 318-02 provides that as data becomes available during construction, the amount by which (F'cr) must exceed the specified value of (F'c) may be reduced, provided: (a) 30 or more test results are available and average of test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.1, or (b) 15 to 29 test result$ are available and average of test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.2. The required average strength has been calculated using a standard deviation calculated in accordance with ACI 318-02 Section 5.3.1.1 or Section 5.3.1.2 and is the larger value of these calculations: F'er '" F'e + 1. 34 (SD) ;::, 3000 + 1. 34 ( 393 ) 3527= F'cr F'e +2.33(SD) 500 '" = 3000 + 2.33( 393 ) -500 = 3416 SUMMARy OF OF 􀁓􀁾􀁔􀁲􀁓􀁔􀁬􀁃􀁁􀁌􀀠ANALYSrs 28 Day Test Data Number of Tests.........................• 30 Maximum Value ........................... . 5045 psi Minimum Va1ue ........................... . 3235 psiRange ................................... . 1810 psi Average Strength...................... .. . 4175 psiStandard Deviation...................... . 393 psi Required Average strength to satisfy minimum probability conditions of ACI 318-02 Section 5.3.2.1.............. . 3527 psiDesign excess beyond code requirements .. . 648 psi j j j j j j j j j j j j j j j j j j j j TEXAS 􀁬􀀺􀁎􀁄􀁕􀀬􀀹􀁾􀁓􀀠CQNCUn D.E:m::CN 􀁾􀀧􀁄􀀧􀀮􀁬􀁜􀀧􀁮􀁏􀁎􀀠Dab: 06"/30/04 ... 􀁓􀁴􀁩􀁬􀁬􀀮􀁴􀁩􀁬􀀤􀁴􀁩􀁾􀀠􀁃􀁏􀁬􀁊􀁬􀁰􀁩􀀮􀁬􀁾􀀠F:ccm rnd-opondent: I.al:u>r6.1=t:iry 􀀡􀁬􀀧􀁥􀀤􀁾􀀠􀁓􀁰􀁾􀁃􀁬� �􀀠u 􀁔􀁥􀁴􀁴􀁬􀁐􀂢􀀺􀁣􀁡􀁴􀁵􀁲􀁾􀀠1 Dati! 􀁾......􀀭􀀭􀀭􀀭􀁾􀀠􀀰􀀲􀁊􀁬􀁡􀀯􀀰􀁾􀀠PlAnt NUlnbe:c -..---_. 􀀨􀁆􀁡􀁾􀀦􀁮􀁨􀁥􀀱􀁴􀀩􀀠􀁾􀁩􀀨􀀩􀁮􀁴􀀠􀁃􀁯􀁮􀁣􀀮􀀺􀁲􀁾􀁴􀁥􀀠--..----------... 60 p18cem.ant. SlUl'llp{in} -----,--..4 :00 POl:'eQnt of 􀁾􀁵􀁲􀀠----...---5.0\ 􀀭􀀭􀁾􀀭􀀭􀀭􀀭PSI 1. 􀀴􀀴􀁾􀀰􀀠28 Day PSI 2 4120 ..------PSI AVG' 􀁾􀀭􀀭􀀭􀀭􀀭􀀭4305 Cuml,llatl.,?= Anra<;e ----------.tJoa Ho..,inq Avq Qf 3 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠. l\a.nge 370 2 02119/04 .3 •• 7S 5,'26 H/F;. 5400 $190 􀀵􀀲􀁾􀀵􀀠4800 210 3 02J19/04 10 2.00 5.2iII nao 47),0 4'71$ .082 4'82 '0 4 􀁏􀁾􀀯􀀱􀀹􀀯􀀰􀀴􀀠42 sa 72 6.00 HI" SOO '350 S'ZO 1941 5153 140 S 02119/04 40 62 66 4.50 S.4\ 4500 48:::0 46£0 1885 un 320 6 7 02/20/0' 02/20/04 20 .2 " .S 4,50 6.00 4,7.\ N/A 4a90 54eO 4900 5240 4895 5360 U{n 4954 4992 19'22 10 240 a •,. 02/24/04 03/02104 03/03/04 4J 4J 4J 43 so n 62 60 •• 67 5.00 5.50 ••00 M" 5.!!\: H/F;. 5960 5030 5700 5?10 5530 55GO 5935 5:;05 5,630 S011 5102 5155 5397 .533 5623 50 .50 140 11 03J05J04 4J 71 7S 6.00 Nil, 5190 SOJO 5105 SUIO 􀁾􀀳􀀧􀁬􀀱􀀠150 12 03/08/04 43 75 3.25 N/A 4520 4320 H20 5Mo 50.2 lOO 13 03/09!0. .2 67 12 3.00 4.5\ 53eO 5310 5315 5109 1!}.5? '0 1< 03/10/04 'J 72 74 S.OO 3.9.\ 5210 52'lO SUS Slle 4997 30 15 03124104 73 5,00 4.:2' d120 4790 4755 5093 Sl08 70 16 03121/04 43 69 n 4.50 5·5' sua 4g10 5040 S090 5007 140 17 03/:::6104 77 5.,3 :1.B" 4,400 4'leO 4HO 5052 4715 eo 18 03/3010' " 4:00 5.S\: 5290 5190 S2:::iO 6052 ,903 100 19 04101/04 65 5 4.40 HI" 4380 4300 4310 Sou 4ii70 eo '0 04/02/04 ao 4.00 6.1\ 5230 5140 S160 5032 491' 00 21 04/12/04 6. 4.15 3.9' 5300 5140 5220 5040 .,13 160 >2 04/14/()4 ?9 4.S0 4.n 􀀵􀀰􀁾􀀰􀀠4;120 49'10 so:n 5133 100 23 0./Z9/04 76 5.50 4.In 4310 43'10 4340 S001 4ail ao 2. <1'4/28/04 7S &.00 $.1\ 4320 .350 1335 4919 4546 30 25 04/2$/04 7S S.Ot) S." 4280 ,530 4405 495£ 4360 250 26 <1'5/03/04 82 5.00 5.5' 4390 4330 4360 4933 ,367 60 27 05/03/04 75 4.15 S.Ot '250 4050 4150 .. 904 i305 200 26 OS/03/04 •• 5.00 5.0' 469"0 41$50 1610 46915 􀀧􀁩􀀳􀁾􀀳􀀠.0 2. OS/03/04 n 5.00 4.3' USa 4'90 1?2-o 4890 4S13 140 30 as/Ol/04 70 4.'5 ".5\ ';'0 41:;90 5090 4891$ 4821 '00 70 5.H COMMENTARY OF STATISTICAL EVALUATION OF 􀁃􀁏􀁎􀁃􀁒􀁅􀁾􀀠DESIGN RESULTS Kix Num: 8274 strength: 4000 psi @28 Days Paragraph 5.5 of ACI 􀀳􀀱􀀸􀁾􀀰􀀲􀀠provides that as data becomes available during construotion, the amount by which (F'cr) must , ' exceed the specified'value of (F'o) may be reduced, provided: (a) 30 or more test results are available and average of test results 􀁥􀁾􀁣􀁥􀁥􀁤􀁳􀀠that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.1, or (b) 15 to 29 test results are available and average of test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with section 5.3.1.2. The required average strength has been calculated using a standard deviation calculated in accordance with ACI 318-02 Section 5.3.1.1 or Seotion 5.3.1.2 and is the larger value of these calculations: :ljbird Lane Dallas, Texas 75247 Project Name: All Projeots Product Selected: Oaratard® 17 This Is to certify that the DarRIETARXAND CONFIDENTlAL ACfCDrive Morris Avenue & Addison Road -Addison Mi:x#: 8274 Description: o.OOSKADMIXlAEA l"CS Strength; 4000 psi (oj 28 Days PAVING Maximum Size Coarse Aggregate: 1" -#4 CRUSHED STONE Maximum Wliter/Cement Ratio: 0.457 lbsllb Cement/Cementitious Content: 564lbs (per cubic yard) Design Slump: 3.00 inches Air Entraining Agent: ASTMC-260 Admixture: ASTM C494 Type A or D MATERIAL QUANTITIES PER 1.0 CUBIC YARD AT S.S.D 564lbs. ASTM C 150 TYPE II1I CEMEN'r 18401bs. 1" -#4 CRUSHED STONE 1273 lbs. CONCRETE SAND 2581bs. or3l.0 Gallons of Water 2.0 to 4.0 oz/cwt ofASTM C-494 Type A Specified Air Content: 3.0% -6.0% Placement Slump: 3.00 + or -1.00 inches Mix Design Proportions and Specifications are confidential and proprietary ttade secrets ofTXI. Any Use or dissemination without permission is a violation offederal criminal law . 􀀮􀀮􀀮􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀱􀀠􀁃􀁾􀀻􀁂􀁓􀁃􀁉􀀧􀁾􀀠ct: 􀁢􀀮􀀬􀁓􀀵􀀰􀁃􀁾􀀱􀁾􀀧􀁲􀁓􀀵􀀬􀀠InC. Page 4 '1'EXh9 􀁴􀁎􀁴􀀱􀁏􀀤􀁾􀀠Q::ltt01U'E; DS:BJ:GN :tWu.OAflCtN Date: 06/30/04 ** 􀁂􀁣􀁾􀁴􀀱􀁾􀁴􀁩􀁥􀀤􀀠􀁃􀁯􀁭􀁰􀁩􀁬􀁾􀀠From 􀁉􀁮􀁤􀁑􀁐􀁾􀁀􀁮􀁴􀀠􀁌􀁾􀁲􀁾􀁴􀁾􀀠􀁾􀁥􀁾􀁴􀀠􀁂􀁰􀁾􀁂􀀠** 28 Day '!fU;t Data 7emp*,:r:uturf! 􀁾􀁬􀁡􀁮􀁴􀀠(Fahrenheit) 􀁐􀁬􀁡􀁣􀁾􀁥􀁮􀁴􀀠􀁐􀀴􀁲􀁾􀁮􀁴􀀠-_......-.. -28 I'll:iy ... ------.. CUlru.Ililt.ive 1 03/09/0. Number .0 hlb1fUl.'C ConCret. Slump(ln) --:-..----......-----..57 .. 5.00 of Air ---... _--S.51 PSI 1: ..--'--. 4690 PSI 2' 46.50 PSI AVG (6'10 Averatj•.. uno 40 2 03/0./0l 40 61 66 4.1$ 􀀵􀀮􀁾􀀧􀀠4090 4350 4:220 4t4S 260 3 03/09/04 .0 6& 66 $,00 6.2' 4130 U30 '630 4S07 4507 200 OJ/M/04 .0 .0 51 •• 00 6.0t 4270 4150 4210 4433 1353 120 • 6 03/09/04 03/U/04 12 .0 n 66 .9 6a 4.00 !t.OO N/" 4.2\ 4650 3S00 4610 3960 4'14'5 3fUI0 4495 4393 4528 4278 190 150 7 • 9 03/15/04 03/15/04 03/15/04 36 sa 6. 56 70 70 6.00 5.00 4.00 4.n 4,l,t: 4.'" 􀁬􀁓􀁾􀁏􀀠3UO 4430 3640 lOOO 4J40 3590 395-5 4385 421S 423S 4254 4012 3S09 3§i7 lOa '0 '0 10 03/22104 31 s. 59 NIl\. «00 44S0 44'25 4211 425S ,0 11 12 03/2.5/04 03/2.9/04 .0 63 72 12 ., 6.25 s.oo 6.2:' "/A 389. 42'20 3110 4490 3aoo 4355 4228 U39 4203 HS:; lBO 2?0 13 l4 15 03/29/04 03/29/04 'Ol/29/04 '0 •• .0 72 76 79 67 73 ?4 5.50 $.25 5.50 H/" NIl\. "'" 4140 HiO 'i200 4150 4010 3920 4145 (090 4060 4232 4nl 4211 HOO US' 4099 10 160 280 ,. 17 ,. 19 0:312$1/04 􀀰􀁾􀁮􀀹􀀯􀀰􀀴􀀠04/13/04 04/13/04 .0 •• 73 5. .5 68 66 '8.. 5.00 S.25 􀀴􀁾􀀧􀁳􀀰􀀠1.2:'s N/l, H/A 4.&\ 4.$' H20 4520 5020 4560 4300 4460 50'10 4370 4360 4490 S045 .465 4220 4236 428.1. 4291 4170 4303 4632 4661 120 50 SO ,.. 20 04/11>/04 75 eo 5.00 'L5\ 3130 3340 3235 4239 42d 210 21 04/19/04 70 '8 5.1$ S.3' 4660 4600 􀀴􀁾􀀳􀀰􀀠4256 4110 60 22 04/20/0( 70 7' 4.00 Let 4420 4520 4520 426S U2S 200 23.. 04121.104 04/21/04 74 73 76 75 1.00 5.50 S.n 􀁾􀀠.:n. 3730 3SS0 3630 3UO 3680 3945 4243 4226 4277 4015 100 10 25 04123104 71 7. 5,25 5.6\ 4260 4010 41"" 4224 3e,' 190 26 27 2. 2. 30 0412e104 oS/05-/04 05/11104 Q5/U/04 05/14/04 79 ,. 74 70 77 ., 76 76,2 •• 5.50 5.00 5.00 5.00 6.25 ".5\ 41.0\ HIA N/A 5.0, 4020 4020 3e90 4060 3940 3'100 J930 3890 4160 4010 3no 3915 3aas 4120 3915 3'1tO 4214 4202 ".99 4191 41'15 3Sg5 4009 3993 3993 393S 90 10 ao 70 2. 1),09 COMMENTARY Oll' STATJ:STlCAL EVALUATION OF CONcm;:\l'E DESIGN RESULTS Mix Hum: 8272 St:ength: 3000 􀁰􀁳􀁾􀀠@28 Days Paragraph 5.5 of ACI 318-02 provides that as data becomes available during construction, the amount by which (F'cr) must exceed the specified value of (F'cl may be reduced, provided: (al 30 or more test results are available and average of test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.1, or (b) 15 to 29 test result$ are available and average of test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.2. The required average strength has been calculated using a standard deviation calculated in accordance with ACI 318-02 Section 5.3.1.1 or Section 5.3.1.2 and is the larger value of these calculations: F'cr '" F'c + 1. 34 (SD) =, 3000 + 1. 34 ( 393 ) 􀁾􀀠3527 F'or F'o + 2.33 (SD) 500'" '" 3000 + 2.33( 393 ) -500 = 3416 SUMMARY OF STATISTICAL 􀁾􀁙􀁓􀁉􀁓􀀠28 Day Test Data Number of Tests....•..•.....•.........•.. 30 Ma:l!;imum Value ........................•... Minimum Value .......•...................• Range ...............•...•.....•......•..• Average Strength................•........ Standard Deviation................•...... Required Average Strength to satisfyminimum probability conditions of ACI 318-02 Section 5.3.2.1.............. . Design excess beyond code requirements .. . 5045 psi 3235 psi 1810 psi 4175 psi 393 psi 3527 psi 648 psi 􀁮􀁸􀁁􀁓􀁾􀁕􀁓􀁾􀀠C'QNCIW'H:; DESIGN' 􀁾􀀠Dilbu 06/30/0'4 u 􀁓􀁴􀁾􀀧􀁴􀁩􀁄􀁴􀁩􀀮􀁴􀀺􀀺􀀮􀁩􀁉􀀠Cemp.ilQ4 From 􀀺􀁲􀁾􀁾􀁴􀀮􀀠􀁲􀀮􀁾􀁑􀁈􀀮􀁴􀀻􀁑􀀮􀀧􀁃􀀧􀁙􀀠'rest 􀁾􀀱􀁾.,. 􀁾􀁥􀁡􀁾􀀠Numbar 1 2 3 , 5 6 7 8 • 10 11 12 13 14 16 16 17 18 U 20 21 22 23 2. 2. 2S 27 28 2. 30 TeD\p"atur6 􀁐􀀱􀀶􀁮􀁾􀀠􀁦􀁲􀁡􀁾􀁥􀁮􀁮􀁥􀁾􀁴􀁊􀀠􀁐􀀱􀁁􀁾􀁇􀁭􀁥􀁮􀁥􀀠'otcent --..._.._-29 Day ""-...----CWD.\.1latl'?ll Hovino Dat:t!o Nu:mbU' Ambitmt concrete Slutl:lP(1nl e:f Ait PSt 1 PSI 2 PSI AVG' Avetage A'?9' Qf' 3: I\ange 02/18/0. 02/18104 ,3 6, <07. 4 :00 5.75 1;'0' N/A 􀁈􀁾􀁏􀀠S40o. H20 5190. 4305 .$2;1:S <130& 4800 370 UO 02/19104 70 2.00 .&.2\ 4180 4ilO 47.S 47a2 4782 70 O'U191051-hq4 Pax( 􀁾􀁊􀁺􀀮􀀠) 551-155Z. Print Contact Name: IrK\' 􀁥􀁗􀁾􀀠I have received, read. and will abide by all pages of these specifications. 1 am a legal agent of the above named company and am fully authorized to sign this bid. Affiant further states that Bidder has not paid, given, or donated or agreed 10 pay. give or donate to any officer or employee of theTown of Add' y money or otherthiog ofvalue. either directly or IndirectJy, in award of the Bid. Description Quantity Unit Unit Price Total Price Remove concrete slab 10 EA􀁾;o.bO {"?iMO Remove concrete curb ,198 &1"10.00 Remove Concrete Pavinq 40 l..,g().OO '330.00Remove and Replant Tree 1 Remove Shrub 15 EA It. cc 1"'5.00 construct 6" slab 15 SY (""1.1;0 I""",,, "" Construct Type 1 Handicap access ramp 1 EA IDbO.6r> If}oo.1:>O Construct 6" curb 161 IF 􀀨􀁾􀀮􀁴􀁊􀁄􀀠"("tH/P construct lavdown curb 27 IF 15.00 ''',h.OD Construct 8" concrete driveway 65 SY 1()5.w l.,S2£,.bO Construct 4" concrete sidewalk 8 SY .c;;.OO LWD.Oo Furnish and place block sod 10 SY H.Dt> 1C>.Oo Placement of top soil 10 CY Ioi...OO 􀁾􀀮􀁏􀁏􀀠Place brick ",avers 8 SY CoO.bC> \in.a> Plant Nellie R. stevens' Hollies 8·10' iii EA 41.'1.'50 3'140.00 Install and Repair Irrigation system 1 lS 1/..,'1'5.00 2.(,q5.00 Fire lane striping 161 IF &+.40 1/lv\c> Total Bid 2-'2-, (Q'l'1.l/-o Ali work, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages of$I,OOO per day will be assessed. Bid Form signed __ References_ 04-19 Acre CutThrougl!, Addendum I Page 1 of3 Bid 􀁆􀁯􀁲􀁭􀁾􀀠Contra<.:t 04-19 ACTC Cut Through Bid Due May 18, 2004 @2:00PM ADDENDUM NO.1 1. No bid bond required. 2. All work, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages 0[$1,000 per day will be assessed. 3. New "Bid Fonn-Contract" page to be submitted. ACKNOWLEDGED BY BIDDING CONTRACTOR: 􀀷􀁾􀁄􀁡􀁴􀁥􀀺􀀲􀁬􀁬􀁩􀁊􀁢􀁾􀀠Bid 04-19 Acre Cut Through, addendum 1 TRANSMITTAL OF ADDENDUM ****************************************************************************** IINSTRUCTIONS:I Acknowledge receipt ofAddenda with the form below, please FAX to (972) 450-7096 upon receipt and Acknowledgement of Addenda on outer envelope of bid. ****************************************************************************** Addendum Acknowledgment Should he faxed to (972) 450-7096 1 Acknowledge the receipt ofAddendum No.: 5 Town of: ADDISON, TEXAS Project Name: 04-19 ACTC Cut Through By Facsimile Transmission on this date: May 14,1004 The undersigned bidder hereby certifies that Addendum No. 1has been incorporated into the proposal and ifaccepted becomes part ofthe contract. Company Name: 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀠Signed By (print name): Signature: 􀁾􀁾􀁾􀁾􀁾􀁾􀀽􀀭􀀭􀀭􀀭􀀭􀁬􀀠Date: Phone No: PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISON (As verification that you received this update) 972-450-7096 Bid 04-19 Acre Cut Through, addendum 1 GIBSON & ASSOCIATES, INC. Engineers and Contractors 11210 Rvllecrest P. O. Box 600579 Balch Spring., T 6xas 75180-0579 9721557-1199 FAX 557-1552 REFERENCES L City of Dallas Farmers Market Mr. Milton Brooks 214-948-4015 2. Crescent Real Estate Walks at Fountain Place Mr. Clay Young 214-220-2115 3. Texas Department of Transportation Beltline @McArthur Improvements Mr. Pete Garza 972-479-9747 BID FORM (updated from addendum 1) Bid 04-19 ACTC Cut Through Company Name: 􀁚􀁶􀀧􀁥􀀯􀁾􀁾􀀠􀁣􀀮􀁾v.lc¥'6wt:-Z:Full Mailing /7 A q 􀀮􀀮􀀭􀀭􀀭􀀻􀀮􀁾􀀠􀁾_ /:J ---___ AdS 􀁹􀀺􀀺􀀮􀀮􀀮􀀮􀀮􀀻􀁾􀀠/L7J..z:;.;:;> '1 Phone Number: 􀀨􀀻􀁚􀁦􀁦􀀮􀁊􀀭􀀮􀀲􀁾􀀬􀁺􀁴􀀠􀁾d %'--yax 􀁌􀁾􀁾􀀶􀀠.:::r4 $?s::Lz-PrintConllletName: D ..:...../< If 􀀺􀀺􀀿􀀴􀁲􀁾􀀮􀀮􀀺􀀭􀀮􀁊e::::..r = 􀀮􀁾􀁾􀁾􀁟􀀠 1 have received, read, and will abide by all pages of these: specifications. I am a legal agent of the above named company and am fully authori2ed to' is bid. Affiant further states t Bidderhu not paid, given., or donated oragteed to pay, give ordoaate to any officer or employee of OfV>lue.eifu"Z::::;;;;::::V􀁁􀁥􀁾􀀮􀀨􀀭􀁾􀀠􀁾g_ 4?􀁾􀀠􀁾􀁾􀀡􀁯􀀡􀀡􀀤􀁾􀀺􀁡􀁾􀁾􀁾􀀶� �􀀭􀀦􀁾􀀧􀀢􀀭􀁾􀁐􀁲􀁩􀁮􀁾􀀧􀁾􀁴􀁾􀁎􀀺􀀭􀁡􀁭􀁾􀁥􀁾􀀮􀁮􀁾􀁤􀀺􀀺􀁔􀂧􀁩􀁴􀁾􀁬􀁥􀁾􀀠Date '􀁾􀀠. lauantily 􀀢􀁾􀀭􀀭􀀮􀀠f-Description Unit Unit Price Total Price I . I i iremove concrete slab. '-'-i---c:: SY i." ·!.t1>D bZb._.__ ....1L. ,Remove concrete curb 198 LF 1.;£. ...,0 .2.-87/IRemove Concrete Pavina 40 SY i 7J. ;;:'S:z.B SO iRemove and ReJllsnt Tree 1 EA 8;20 5zc ..􀁾􀁥􀁭􀁯􀁶􀁥􀀠Sh rub i 15 EA :26.39c iconstruct 6" slab i 15 SY 57 85""5 gonstruct T:{pe 1 Handicap access ramp i 1 .. _ 􀁾􀀠19;2SHz.:::r-Construct 6" curb 161 LF ",.PC' %6. construct laycjown curb ! 27 LF L 9.0'0 %.5(5􀁾􀀠..􀁾..1e:>7 ' 􀁾􀀢􀁊􀁓􀀮􀁳􀀺􀁾􀁾􀁮􀁳􀁴􀁲􀁵􀁣􀁴􀀠8" concrete driveway . 65 SY Construct 4" concrete sidewalk 8 . SY i t:.;z.., S "" I S.r:>1D Furnish and place block sod 10 SY ItP [ .I eND IPlacement of toe soli 􀁾􀀠lS-I /5c>__􀁾10 CY :Place brick pavers 8 SY 17'" 􀀱􀀯􀀮􀀳􀁾􀁣􀀾􀀠Plant Nellie R. Stevens' Hollies 8-10' 8 EA ::?II."" [ Z5"Ze::> !.gstall and Reealr lnigation sl!stem 1 LS ,::1.65= I ?""" Fire lane 􀁳􀁴􀁲􀁬􀁰􀁩􀁮􀁧􀁾􀀮􀀠161 LF I 1.;z.G" I ;Z&>(.. 􀁾􀀬.-􀀧􀀭􀀭􀀭􀀧􀀮􀁾􀁾􀁾􀀠All work, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages of$1,000 per day will be assessed. Bid Form signed V' References_ References_ 04--19 ACTC Cut Tbrough, Addendwn 1 P"ge 1 DO Bid Form -Contract 04-19 ACTC Cut Through Bid Due May 18, 2004 @2:00PM ADDENDUM NO.1 1. No bid bond required. 2. All work, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages of $1 ,000 per day will be assessed. 3. New "Bid Form-Contract" page to be subruitted. Bid 04-19 ACTe Cut Through, addendum 1 BlDFOJII (lpdated from addendum 1) Bid 04·19 ACTC Cut Through CompanyName: viM .dwMit,J 􀁾􀀮􀁭􀁴􀁉􀁵􀁱􀀷􀁬􀀿􀀧􀀢4 L. e Full AiIling r A r ; Address: 1///ANt,..􀁾􀀮􀀬􀀭""'1!'l!1";t J 7lfI';. I, 􀀧􀀧􀀧􀁾􀁄􀀢􀀠/'it: 􀀷􀁓􀀱􀁊􀀷􀁾􀀠 Phone Number: (91?4 #?-$-113 FaJ('7?+ /i-z..J -9".,. 7 Print Contact Name: 􀀢􀀢􀁾􀀠_ 􀁾􀀢􀀢􀀢􀀢􀀢􀀢􀀠 1 hay eivcd. read, and will abide by aU pages ofthcse specifications. I am a legaillgent of the above named company and am funy authoried to si s bid. Affiant further states that Bidder has not paid. given, or donated or agreed to pay, give or donate to any officer or employee of the of 􀁁􀁤􀁤􀁩􀁾􀁮􀀠any money or other thing of vaje, 􀁣􀁩􀁴􀁨􀁾􀁥􀁣􀁕􀀩􀀧􀀠or indirectly. in award ofthe Bid. JAW 􀁾􀁟􀁾􀀮􀁍􀀮􀀠.sU;;J 4e Print Name and Title 7 Da?e D.,scription Quantity Unit Unit Price Total Price r-Remove concrete slab 10 SY ZoO Q"Z. 􀁴􀁊􀁴􀁾􀁄􀂷.... !ReITiOve concrete curb 198 : LF /0·I "I4D·... ,Remove Concrete Paving 40 SY /70 "!! 1>"'" .$ !Remove and RElplant Tree 1 EA 3tJe> 􀀮􀁾􀀠"0··$ Remove Shrub 15 EA /0'" ;:. IS, •.$ , construct 6" slab 15 SY 'SO -..: z.z.s,'''' !Construct Type 1 Handicap access ramp 1 EA I*D ...:A , l.po-$ ,Construct 6" curb 161 LF S"'.!!. "..6.... !construet 􀁬􀁡􀁹􀁤􀁾􀁷􀁮􀀠curb : 27 LF 30-'!' ,,,, .$ Construct 8" concrete drivewav 65 SY /()(' ..& i ":;11' ." Construct 4" concrete sidewalk 8 SY 7()"􀁾􀀨􀀩.. :Fumish and I?lace block sad 10 SY 􀀯􀁉􀀡􀀩􀁾􀀠􀀯􀁴􀁊􀀮􀂷􀁾􀀠Placement of top soil 10 CY (lQ-""" 11_,,#,;'1;11' Place brick oavers 8 SY 􀁾􀀭I. 'liD U Plant Nellie R Stevens' Hollies 8-10' B EA 4--2-S"&; ,1AflO'S Install and Repair 􀁬􀁮􀀱􀁧􀁡􀁾􀁯􀁮􀀠svstem 1 LS ;;;t,.H'(J'􀁾􀀠19'':' Fire lane stripinQ 161 LF S41J.,!!.. 􀀢􀀧􀁓􀁬􀁬􀁾􀀠􀁾􀀠.. Total 􀁂􀁩􀁤􀁟􀀳􀁾􀀯􀀧􀀭􀁉􀀭􀀱􀀮􀀮􀀡􀀮􀀮􀀧􀁦􀁾􀀯􀀢􀀽􀀭􀀭􀀭􀂷􀀭__ All work, including punch list shall be coropleted in no more than 60 calendar days, After 60 calendar days, liquidated damages of $1 ,000 per day will be assessed, Bid Fonn signed __ References_ 04-19 ACTCCut Through, Addendum) Page 1 of 3 Bid Form -COntract 04-19 ACTC Cut Through Bid Due May 18, 2004 @2:00PM ADDENDUM NO.1 I, No bid bond required. 2. AJ1 work, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages of$1 ,000 per day will be assessed. 3. New "Bid Form-Contract" page to be submitted. WLEDGED BY BIDDING CONTRACTOR: • Bid 04-19 ACTC Cut Through, addendum 1 SAFECO losurance Company PO Box 34525 Seattle. WA 00124-,526 FIRST NATIONAL SURETY BID BOND KNOW ALL BY THESE PRESENTS, That we, 􀀭􀀬􀁊􀁾􀁩􀁭􀀧􀀮􀀧􀀮􀀧􀀮􀀮􀀮􀀧􀁂􀁾􀁯􀁷􀁭􀀽􀁾􀁡􀀺􀀡􀀡􀁮􀀮􀀡􀀮􀀮􀀮􀁃􀁾􀁯 􀁮􀁾􀁳􀁾􀁴􀁲􀁾􀁵􀁾􀁣􀀡􀀡􀁃􀁬􀁩􀁯􀁾􀁮􀀮􀀡􀀮􀀮􀀮􀁃􀁾􀁯􀀮􀀬􀀬􀀭􀀬.!::L:.!..P.,:..______________ of 1111 Summit Ave., S·1, Plano, Tx. (bereinafter called the Principal), as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety are beld and flnnly bound unto 􀁔􀀺􀀺􀁯􀁾􀁷􀁾􀁮􀁾􀁯􀁦􀀧􀁟􀀧􀁁􀀺􀀡􀀺􀁤􀁾􀁤􀀺􀀡􀀺􀁩􀁳􀁯􀁾􀁮􀁾􀀬􀀮􀀡􀀮􀁔􀁥􀀽􀁸􀁾􀁡� �􀀺􀀺􀀡􀀮􀀮􀀮􀀮􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭(hereinafter called the Obligee) in the penal sum of 5% GAB ----------------------------_. -----------• -. -•• ------------------------_. ----------. --------------------•• --Dollars ($ 􀀭􀀬􀀵􀁾􀁯􀀻􀀬􀁾􀁯􀁟􀀢􀁇􀀢􀀬􀁁􀀢􀀬􀁂􀀬􀁟􀁟_____) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF TIDS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is aOOut to submit a proposal to the Obligee on a contract Ibr ACTC Cut Through, Sid # 04-19 NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give OOnd, if OOnd is required, with surety acceptable to the Obligee Ibr the fuithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full Ibroe and effect. Signed and sealed this 18th day of _____􀀮􀀮􀁬􀁍􀀡􀀡􀀡􀀻􀁡􀁾􀁹􀁌􀀮_____ , 2004 . Jim 0 (Seal) { 􀁫􀀽􀀽􀀽􀀧􀁾􀁾􀁐􀁲􀁩􀁮􀀽􀀧cipal Witness _ .1-1. Tide FIRST NATIONAL INSURANCE COMPANY OF AMERICA Witness S.0G531FNEF '0/99 ® A registered 1rademark of $AFECO Corporation FRP -" FIRST NATIONAL INSURANCE COMPANY OF AMERICAPOWER 4333 BROOKLYN AVE NE OF ATTORNEY . SEATILE. WASHINGTON 981"05 4333 Brooklyn Avenue N.E. Seaule, WA 98105 No. 10538 KNOW ALL 13Y THESE PRESENTS: Thai FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington carperaUon, does hereby appoint ••••••••••..••••....•..•••....••••••••....•••••..RA􀁙􀁍􀁯􀀮􀁾R. DYERi PERRY MAX; TAMMl ENTRIKEN; Garland, Texas········.."'·..•••..•••••...••••••••...••••••.. Its true and lawful atiorney{s)·in.fact, with ful! authorily to execute on behatf of the company fidelity and su-rety bonds Of undertakings and other documents of a similar character issued by the company in the course or its business. and to bind FIRST NATlONAL INSURANCE COMPANY OF AMERICA thereby as fUlly as if such instruments had been duly executed by Its regular1y elected officers al ils home office. IN WtTNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has execulad and attested these presents this ..:3::;rd=--____-:-______ 􀁤􀁾􀁯􀁦􀀠􀁾􀁍􀁾􀁾􀁾__________ • 2000 W. RANDALL STODDARD, PRESIDENTR.A. PIERSON, SECRETARY CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13. -FIDELITY AND SURETY BONDS ••' the President. any VICe Presldent, the Secretary. and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint Individuals as attorneys-in.fact or under other appropriate tlIles with authority to execule on behalf of the rompany fidelity and surety bonds and other documents of similar character issued by the company In !he course of Its business•.• On any Instrument making or evidencing such appoJntmen!, tile signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof. may be impressed or affixed or In any other manner reproduced: provided, however,lhat the seal shan not be necessary to the validity of any such instroment or or undertaking." Extract from a Resolution of the Board of Direclors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28. 1910. "On any certifica1e executed by the Secretary or an assistant secretary of the Company setting oul, {i) The provisions ofArticle V, Sec1lon 13 of the By-Laws, and Qi) A copy of the power-of-attomey appoinlment, executed pursuant thereto, and (iii) Certifying that said power-.of-aUomey appoinlment is in fuU force and effect the Signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimlle thereOf.'" I. R.A. Pierson; Secretary of FIRST NATIONAL tNSURANCE COMPANY OF AMERICA, do hereby certify that the for09olng extracts of the Sy-Laws and of a Resolution of Ihe Board of Directors of this corporation, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolutldn and Ihe Power of Attorney are still in full force and effecL . IN WITNESS WHEREOF. 1have hereunto set my hand and afflXed the facsimile seal of saKI corporation this __-LI""'iI""Zii""""'-_____ day of R.A. PIERSON, SECRETARY $·1049iFNEF 7198 5I3lOO PDf 04-19 Acre Cut Through Bid Due May 18, 2004 @2:00PM ADDENDUM NO.1 1. No bid bond required. 2. All work, iocluding punch list shall be completed io no more than 60 calendar days. After 60 calendar days,liquidated damages 0($1,000 per day will be assessed. 3. New "Bid Form-Conttact" page to be submitted. ACKNOWLEDGED BY BIDDING CONTRACTOR: _________Date: Bid 04-19 ACTC Cut Through, addendum 1 BID FORM (updated from addendum 1) Bid 04-19 ACTC Cut Tbrougb 􀁃􀁯􀁾􀁹􀁾􀁷􀁮􀁯􀀻􀀮______________________________________________________ FuD Mailing 􀁾􀀺􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭Phone Number: (c-___"______________,Pax (0.,..___,_________ 􀁐􀁲􀁩􀁮􀁴􀁃􀁯􀁮􀁴􀁥􀁣􀁴􀁾􀁭􀁮􀁯􀀻􀀮______________________________ I have received, read. and will abide by aU pages, of these spccificatiOlu;, Jam a lcga! ageDt of the: alxwcnamed. 􀁾􀁹end am fullyauthori.zed to sign this bid. Affiant further states that Bidder has not paid. given, or donated oragreed to pay, give or donate to any officer or employee of the Town of Addison any money or other thing ofvalue, dthcr dimcdy orinditttclly. in awani ofthe Bid. Aulhori,zed Signature Print Name and Title Date Description Quantity Unit Unit Price Total Price Remove concrete slab 10 SY Remove concrete curb 198 LF Remove Concrete Paving 40 Sy Remove and Rablant Tree 1 EA i Remove Shrub 15 EA construct S" slab 15 SY Construct Construct Type 1 Handicap access ramp 1 EA iConstruct S" curb 161 LF construct Isvdown curb 27 LF , :Construct S" concrete driveway 65 SY Construct 4" concrete sidewalk S SY :Furnish and place block sod 10 SY Placement of lop soil 10 CY Place brick Il6vers 8 SY Plant NeWe R. Stevens' Hollies 8-10' 8 EA Install and Repair Irrigation system 1 LS Fire lane striping 161 LF Total 􀁂􀁩􀁤􀁾___________ All WmK, including punch list shall be completed in no more than 60 calendar days. After 60 calendar days, liquidated damages of$l,ooo per day will be assessed. Bid Form signed___ References_ Page: 1 of3 Bid Fonn -Conttact AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this _day of____, 2004 by and between the Town of Addison, of the County of Dallas and State of Texas, acting Ibrough its City Manager, duly authorized so to do, Party of the First Part, hereinafter lem1ed the OWNER, and of the City of , County of ___and State ofTexas. Party ofthe Second Part, hereinafter lem1ed CONTRACTOR. WITNESSETH: That for and in consideration ofthe payment and agreement hereinafter mentioned, to be made and perfonned by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete cOlISIructioo of certain improvements as fullows: ACTC Cut Through and all extra work in connection therewith, under the Iem1S as stated in the specificatioos of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, maebinery, equipment, toois, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in aooordence with the conditions and prices stated in the Proposal attached hereto and in aC<:Ordance with the hid specifications and Addenda thereto, as prepared by the OWNER, each of whieh hes 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 five (5) calendar days after the dale of written notice to de so shall have been given to him, and to substantially coreplete the work within (60) caleodar days per specification after he commences work, subject extensions of time as are provided by the General Provisions. After 60 Calendar days, liquidated damages of $1,000 per day will be assessed. The OWNER agrees to pay the CONTRACTOR ____________ dollars ($XXXX) in current funds for the perfonnance 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 tbcrein. 04-19 ACTCeu, Through, Addendum 1 Page 2 of! Bld Form 􀁾􀀠Cont:tact IN WITNESS WHEREOF, the parties oftbese presents have executed Ibis AGREEMENT in the year and day first above written. TOWN OF ADDISON (OWNER) ATIEST: By: ___________________ City Manager City Secretary ATIEST: By: _____________________ By:__________ The fuUowing to be executed ifthe CONTRACfOR is a corporation: I, __________􀁾certify that I am the secretary ofthe eorporation named as CONTRACTOR herein; that , who signed this Contmct on bebalf oftbe CONTRACTOR is1he ________ (official title) ofsaid COIJIOration; that said Contract was duly signed for and in behalf of said corporation by authority ofits gnverning body, and is wi1hin the scope ofits eorporate powers. Signed: Corporate Seal ()4.19 Acre Cut Througb, Addend... 1 Page.3 of 3 Bid Fottn -Contmet I 7:2-' 7{W" 􀁾􀀠Name Com an Phone Number 5'-kr-e. cHC/TcHf+V LJ241€ fLlr<-t)£ . 􀁾􀀭􀀮􀁴􀀧􀀻􀀺􀁢􀀺􀁩􀁫􀀻􀁦􀀠4f1'lI':n'C.id' C;y,'f Cc"skllCl Dr< 1\1.; 't}O""'N""r """,,",41 '3 '112-557-11'1'1 ;:;..-. /.1 '17:2--ifSV-uih I , ci =: 2 C en-Q 􀁾􀀠􀁾􀀠􀁾􀁉􀀠il.,􀁉􀁾􀀠---" I . I • ) . 􀁾􀀠1 􀀧􀀭􀀭􀁾􀀠 ' -. 􀀮􀀬􀀮􀀺􀀮􀀮􀀭􀁾... :." /i""1 -D 􀀧􀁾􀁔􀁁􀁎􀁏􀁁􀁒􀁏􀁐􀁁􀁖􀁉􀁎􀁇t3\ . 􀁾􀀠r3" STANDARD PAVING 􀁾􀀠ADDISON CONFERENCE AND THEATRE CENTRE ,\, /; /Y10 ./fl t... 0 .STAN0Al10·PAVlNGi'3'I . 􀁾􀀠@STANDARD PAVING 0 8 I I Ii I ! I "---" . . ADDISON CONFERENCE AND THEATRE CENTREi I • ) P{Zofo"5EO"'--/* ......-., I I 􀁾􀀠􀁾􀀠􀀨􀁽􀁾􀀠-􀀨􀁬􀁾􀀠􀁾-􀁾􀀠􀁾􀀻􀁪􀁾􀀭􀁻􀀩􀀠􀁾􀂭􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀠1?CS A:f7 􀁾􀁾􀀠􀁾􀀧􀀭􀀮􀀠£v 􀀮􀀭􀀮􀁾􀀮􀀮􀀮􀁥􀀠􀀮􀀯􀀧􀁾􀀮􀀠 CONSULTING CIVIL ENGINEERS I SURVEYORS CONSTRUCTION MANAGERS VIA FACSIMILE (972) 450-2837 December 16, 2003 Mr. Steve Chutchian, P.E. Assistant City Engineer Town of Addison 1680 I Westgrove Addison, Texas 75024 Re: Engineering Services Agreement Addison Theater Center -Parking Lot Improvements Town of Addison Dear Mr. Chutchian: Pursuant to your request, DAL-TECH Engineering, Inc. (DTE) is pleased to present the Town of Addison with a fee proposal for the design of a parking lot entrance to access the Addison Theater Center from Morris Avenue. Included with this cover letter is a preliminary construction cost estimate, and the proposed design and construction assistance fees. Listed below is the summary of the proposed fees. Engineering Fees $14,500.00 Spooiili Services Fees 4557.00 Total $19,057.00 During the preliminary design phase, DTE will provide the Town of Addison with two alternate driveway entrance designs with construction cost estimates for consideration. These drawings will show existing topographic features at the Theater Center and Morris Avenue. DTE maintains $1,000,000 in Professional liability insurance. DTE also provides Workers Compensation insurance as required by Texas State law. Further, DTE maintains Commercial General Liability insurance against claims for bodily injury, death or property damage with limits not less that $1,000,000 foi: rod. v';curren.:.e and $1,000,000 i.ll general aggu:gate. And, DTE mainw,ins Comprchensive automobile and truck liability insurance covering owned, hired, and non-owned vehicles with minimum limits of $1,000,000 per occurrence for bodily injury and property damage. Copies of said policies will be submitted for your review upon acceptance and finalization ofthe agreement. Ifyou have any questions, please do not hesitate to call me at (972) 250-2727. Sincerely, 􀀮􀁾􀀠Sedi A. Toumani, P.E. SAT/mws/dkj Attachments: Construction Cost Estimate Design and Special Services Fees F:\.\1ARKETfNO\FeesiFec 􀁾􀁰􀀮􀁯􀁳􀁡􀁛􀀠12.IS.03.doc 17311 DALLAS PKwY. ISlE. 200 I I DALLAS, IX 75248 I 972-250-2727 I FAX 972-250-4774 222 W. EXCHANGE I FT. WORTH, TX 76106 I 817-626-8777 I FAX 817-626-5777 www.dal-tech.com Town of Addison Addison Theatre Center· Parking Improvements 12/15/2003 No. Description Units Qty. Unit Cost Total 1 Tree and Holly Removal 1 LS $2,500.00 $ 2,500.00 2 Curb and Gutter Removal 200 LF 5.00 1,000.00 3 Remove Existing Brick Pavers 640 SF 1.50 960.00 4 Remove Existing Driveway 56 SY 10.00 555.56 5 Remove Existing Dumpster Pad 50 SY 6.00 300.00 6 Relocate Fire Hydrant 1 LS 3,000.00 3,000.00 7 8·ln. 4000 PSI R.C. Drive 200 SY 55.00 11,000.00 8 6·ln. High Integral Curb 200 LF 10.00 2,000.00 9 Install Brick Pavers 320 SF 50.00 16,000.00 10 lnstall 4' Feet \rVidG Sido\,valk 200 SF 􀁾􀀮􀁏􀁏􀀠300.00 11 6·ln. R.C. Barrier Free Ramp 2 EA 700.00 1,400.00 12 Dumpster Pad 50 SY 44.00 2,200.00 13 Bermuda Grass Sod 120 SY 8.00 960.00 14 Grading 1 LS 4,500.00 4,500.00 15 Dumpster Screenina Wall 40 LF 35.00 1,400.00 16 Relocate Irrigation System 1 LS 2,000:00 2,000.00 17 Striping 1 LS 200.00 200.00 18 Landscaping 1 LS 2,000.00 2,000.00 19 Relocate Light Pole 1 LS 3,000.00 3,000.00 20 Relocate Oncor Electric Manhole 1 LS 7,000.00 7,000.00 21 Testing 1 LS 3,000.00 3,000.00 Total 20% Contingency Total $ $ 65,775.56 13,155.11 78,930.67 Sheet Count Cover Sheet General Notes and Quantities Sheet Utility Plan Project Layout Sheet Grading Plan Sheet Miscellaneous Detail Sheets and Construction Documents Bidding Assistance Engineering Fees Special Services Topographic and Control Survey RPLS Periodic Construction Site Visits Landscaping Special Services Total Total Fee 10.0 Hrs 2.5 Hrs 10.0 Hrs 1 LS $ 125.00 97.00 106.45 2,000.00 $ $ $ $ $ 1,500.00 1,500.00 1,500.00 3,000.00 3,000.00 3,000.00 1,000.00 14,500.00 1,250.00 242.50 1,064.50 2,000.00 4,557,00 19,057,00 DebralMarketing/Fees/addisoncosts 12-16-03.xls Steve Chutchian To: Stephen Seidel Cc: Mike Murphy; Slade Strickland; Ron Lee; Rob Bourestom; Luke Jalbert Subject: RE: Cut Through to Morris Parking Lot Importance: High Stephen: Luke Jalbert has almost competed the design of the cut-through, He should have the project pay quantities calculated this week and we will perform a construction cost estimate. If the estimate exceeds $25,000, we will need to bid the project through Minok Suh's office, Rob has a total budget of $50,000, To date, we haven't spent any of this amount in the design process. Mike talked to us about including landscaping and irrigation at this location. We will get with Ron Lee and/or Slade and determine how to bid this work with our project. If Luke can complete his work in the next day or so, he can get with Ron Lee by Wednesday at the latest. I would anticipate that we will need to bid this project, beginning in mid to late March, and proceed through the award process with Council. That will place the construction around the first of of June, or between any scheduled public event in the area. If you have any questions, please let me know. Thanks, Steve C. Also, I think Jim Pierce is the best bet to obtain DART LAP Fund information. Thanks. --- oolll1l1ellcing COIlStIuetion, Ihree sets ofAJlIlf()ved CoDSlnlotion Plans (Civil Set) shall be provided III the ToWII ofAddison Public Works Depatbnem. Tho owner or their II\I!horiz.edrepxeseutative, shall conv...a 􀁰􀁾􀁯􀁮􀁾8DIOIlS the Town ofAddison, the Consulting 􀁾􀁳􀀩􀀮COlltraCtoI(.), UIllit.y Compllllies. and any othetlllfeeted parties. atleast 481lo1n1: prior to the beginning of_edo.. Co_the AssistautDirector ofPublic Works orthe Public Woditlrom the Town ofAddilson prior III wodcingwilhin the pul>1ic right-of-way. C. IU. the COJ\lraCtQr'. """P"JI"ibilit.y to _ any UIllit.y Companies fur location ofoxistingfacilities in ornear the _ areas. These indode. butmay oatbelilll!ited to the fullowing: The ToWII ofAddison Comcast (AT&T) Onoor 0... and Electric MCl WorJdCom sse (Southwestern Be!I) Biooks Cable TCI/Charter Coble Explorer Pipeline ,D. The __shallprovide submittals to the Town of Addilson, for approval of all matcriaIs to be odrl<:d to the Public 􀁉􀁮􀁴􀁴􀁡􀁳􀁾􀀠prior III incorporating material. into the job . .B. The u1iliqr _ shall submit to the To"" ofAddison, "" approved tronch 'nfely pi.", sealed by a professional engineer regiBtered inthe Stah'l ofT_for the installation ofutilities greakr than Ii•• (5) feet in depth. Y. The con_ldeveloper sball.erify eompIiance will> NPDES and submit. Swppp as part oftbc 􀁾􀀰􀁉􀁬pi.... . G. A ttat!ic oontrol plan that complies with Part VI of the 􀁾M_on Uniform Traffic Qmtm! Devi...fi>r Streets and Higbwm l shall be submitted as part ofthe construction pl ..... r I, u: T_orpermanent btmicodes shall retruriD. at all points ofingtess or egress to provcnt public .... unliI snell street receiv<8 final """"""",.! 􀁾􀀠-. L During COlISInIedon, the OWItCC shall provide a qualliied gectechnicallab to pcrfurm ma:teriollesling duringthe f-way. Con.) shaU be adjUSlOd to final Jini£hod grade hythe contractor. S. . Any adj"""" properties offectad hy the constru<:ti"" shall be restored to pre-constru<:tion cooditioo, or better. ...􀁾􀀠A&gistcred Professional Jlngiomin the S_ ofT"""" shalI...uf:ythattheprojcet was $5,000.00 but < $50,000.00 • 10% for valuations:> $50,000.00. The Bood is typieaUy subIIlitted by the Oeneral Contractor, but lI1IIY also be subIllitted by the 􀁾Own.... The Bood shall be for. period of_year beg:inlIing with the data offinalaeeeplallC» by the Town. The COIliraeIOt shall taU (972) 􀀴􀀵􀀰􀁾􀀸􀀴􀀷􀀱􀁯request a waIk-througb inspection of the public 􀁾􀀠. 'Ii w_and sanitary II< Compoued Series are tho a.;cepted compound models at Ibis time. Singll>;jet meters shall be MeIron-Famier Spectrum"'. 2. All services with flow capaliilities S 160 g.p.m. shaIlemp!oy either a nutating disc, single-jet, or turbine meter, sized S 2", conforming to Town ofAddison Specifications. Disc meters .ball be Hersey400 Serlee TIS"'" or 500 Series TIS""', NepI!me T-l(1l1<,or Badger Recordalr>' Disc Series. Sing1e-jet shall be Metron-Pamier Spectrum"', and lUlbine meters shall be Hersey MVRTII, NepIWIe HP"', or Badger 􀁒􀁥􀁣􀁯􀁲􀁤􀁡􀁬􀁬􀁾􀀠Turbo Serlee meters. Lawn Irrigation: 1. All Irrigation services "= to 1.S" shall employ a lUlbine, or single-jet 1}'Pe meter conforming to tho ab;jet meter as described above. 2. Greater than 2" sholl be either a 􀁄􀁯􀁵􀁢􀁾􀀧􀁃􀁨􀁏􀁏􀁫􀁄􀁥􀁴􀁥� �􀁴􀁯􀁲ASsembly,or a Reduced Pressure Zone Deteetor Assembly. These assemblieS shall be apprOved by thO UniVerSity ofSouthern California Poundation fur Cross Connection Control 8nd Hydraulic 􀁾(USC-PCCCHR). and installed in USC approved orientations and cl_. . 3. Connection fees apply; see above. April 5, 2004 1 • (972) 450-2871 BacId10w Prevention MseiDJlHes: All water services 􀀨􀁥􀁸􀁾􀁴fire services > 2". see page Olle) Sbalihave the apptopxiate BP A installed immediately afb:r tho meter.I:(there are space limitations 0. 􀁩􀁩􀁴􀁉􀁩􀁾􀀠considemtions that would preclude installation in that location, fue BPA lXIlIY be ilistalled inSilieaboildi.ng orothor location. Theromay be no unpro1eCted taps or I!.lel! futo the servicobetw;Cl:n the m_and the BP A. The Town of Addison Public Wolks Department must approvo proposediristallatiO!l.s prior to actual installation. All c installations sbal\ comply with 􀁕􀁾􀁃􀀮􀁆􀁃􀁃􀁃􀁈􀁒approved orientillions and clearances as found in tho most recent edition ofthe M!11pU!I OCOoss-tonnecdtm ContrOl: 2. ,'i All BPA's must be on tho most current List 􀁯􀁾Bacliflow Prevention Assemblies as published by the USC-FCCCHR. 3. i The appropriate BPA will be determined by the Town ofAddisOn Utility Division, using the most ClIlTent edition oftho Ml1IIual ofOoss-Cmuteciipn Control as published by by USC-FCCCHR as a guideline. Final determination rests with tho Town of' Addison. . . . 4. The plumber. conlnl.ctor, andior owner is reSpOllSl'ble furbavingtho BPA tested upon installation and initiation ofservice by a Tester certified accOrding toTcBQ:a.WIIS fur the specific typo ofinstallation (i.e. Fireline, General) and re8istered withtheTdwtlofAddiSOnUtility Divisinn. Thereafter, it will be the responsibility ofthe party paying ihe wate:rbill, to h!lve tlie BP A tested till determined by the Town ofAddison Utility Division blised on typo ofdevice and Degree ofHazard. Reduced Pressure Zone Assemblies shall be tested at least annually. S. Stainless steel, brass, or nylonlplastic plugs sbal\ be placed iii all teat cocks after testing. The UStl of Te:tlon tape is required to f.cilitate removal ofplngsforfutoretesting oftho device. Plumber's putty or pipe dope is unaccepl8ble for this instalIation. . . '·'6.' Double Check Valve Assemblies may:be placed in a.meterllO;. .butthe box mustbe ofsufficientsi.ze to provide tho proper clearanc.es for acceSsing. testil)s. and repair ofthe device. All above ground device installations sbal\ be protected from :Il.'eei.ing with apparatliS deSigned for such use. 111 no caseflhall Reduced Pressure Zone AsNembIks bepemt./lIed in /I ni£ts. box01' vauft, or I1IIY other below grIIde insta/lalion.· . .r· April S, 2004 2 , '.'. :.-.... PUBLIC WORKS DEPARTMENT 16801 Wcatarove FIRE PROTECTION SYSTEM REQUIREMENTS FOR FlNAL ACCEPTANCE To whom it may concern: The following will be required before the final acceptance of the underground portion (from water main to riser) ofyour fire protection system. 1. A State Fire Marshal Certificate ofRegistration for sales, installation, and service of fire protection sprinkler systems must be on file with the Town ofAddison Fire Marshal's office. Copy to Public Works Inspector. 2. The name and license number ofthe Responsible Managing Employee mnst be on file with the Town ofAddison Fire Marshal's Office. Copy to Public Works Inspector. 3. "As-Built" plans of the underground system, which have been signed by the Responsible Managing Employee, must be submitted to the Public Works Inspector. 4. Visual inspection, pressure test, and flush test will have been satisfactorily completed and verified by the Public Works Department. After completion of the above items, a letter of acceptance will be sent to the contractor, and It copy will be sent to the Town ofAddison Fire Marshal's Office. AprilS, 2004 •. l "mIm LINE WA1'E'R SERviCE >2" l6801 We.tgrove CoI!!raclors anellor plumbers are responsiblC for Compliance wiIh ihe fullowing 􀁾􀁣􀁡􀁴􀁫􀀾􀁮􀁳􀀺􀀠All lire line services sball include .,; approved D!>uble-Check 􀁄􀁾Assembly or Reduced Pressure Zone Detector Assembly at the point ofconnection to theC3y'a water supply. An approved assembly sball be in the most o:ummt edition of the List of Approved. Bacld!QW Preyerition AsSembli.. as published by the Foundation for Cross-Connection Control and Hydraulic 􀁾􀁢􀀻UoiftnltY ofSontbem California. DCDAa shall be placed in a concrete 􀁾of sufficient meta allow for CO!IVement testing and/or repair. The vault shall have a eoneteIe floor, and any joints shall be sealed to prevent infiltration ofmud and silt: The vllUh doors sball be aluminum of the "Dileo' type (bUt not neeesHrily thnt brand), lockable, luge enough to allow removal of the 'complete Aasembly as a unit, and placed directiy over the unit Ibr ease of access. RPZ IWemblll!ll mllit be In.tslIed above groond'a«ordlng to USC Installation guldelin .., and protected from freezing anellor tampering with an approved ellClosure, The Assemb6' and piping shall be SII[JPCR'I8d with tlt£IIIIIfactitrejJ. SIlppfJt'IS deslgned.fcr :melt application. (Far ckll'ijlcalian, niference Specijlcation jorStandoti Pipe Supjiorts as nuinqfactured by Material Resmtrces Co., Hillsboro, Oregon, 503-693-0727 -MOdeIsS89 or 892. The Assembly shall be complete wiIh the USC aPptOVed appurtenances. Tbe detector meter obaII be any one of " ' the Ibllowing: Hersey Model 430, Hersey MVR-30, Badger Reeordall Model 25, and Neptune Model T-10. The detector meter piping'Shall have an in-tine Of angle owb-stop or an approved ball valve befbre the meter and the compatible Double-Check orRPZ Assembly after the meter, and a test port after the assembly. All meters shall be equipped wiIh ol_me encoder registers and toueJ>.pads. (See General R£quiremmJs jor Water ServIce) ,Mainline piping ,hall include a mechanical-joint flange adapter on the inlet ondof the the Aasembly to tacilitale future IWIOvai or repiacement ofthe Aasembly. The eontw:tor shall be reapoDSible for,haying the 􀀬􀁁􀁡􀁾􀁬􀁹􀀠teSted' by a "oer1ified" Fu.Une Tester upon installation ofthe system, and prior to iii""; ciilllimlous eonnection,ti,'the City's water supply. The original of the report sball be supplied to the Town ofAdd;.son UJility Division ofthe Public Works Department. A meter deposit is required fur ell meterti prl\)r to initiation of service. ,Application and deposit will be made to the Town ofAddison Utility Billing Department (9124S0-7081) by theparty responsible fur the water bill. , , DeviatioI18 from this stsndard may )le considered jlt the 􀁤􀁾􀁄ofthe Director ofPublic Works only lnoofilr as the protection' ofthe Public Water Supply is not compromiSed.' " '. AprilS, 2004 -. I I I I PUBUC WORKS DEPARTMENT 16801 W..tgro.. f ,il WATER SERVICE Sizes 3/4" -2" contractors and/or plumbetS are responsible for compliance with the fonowing specifications: A. Meters shall be set within the Utility easement and out of vehicular traffic flow and/or parking sp= euro stops are to be set 6"-12" below finished grade. D. To prevent the inflow of mud or silt into the box, 4-6" ofwasbed pea gravel shall be placed under the meter illSide the boll, allowing for 2-6" ofopec space below the meter. Meter box shall be minimum IS"deep. (See Figure SM-I) C. Meter boxes and openings sbell be large enough to allow access to, and operation of; all meter nutslflangeslbolts, and the curb stop without obstruction. D. Boxes unavoidably wlnereble to vehicular traffic sbell bave toed-bearing tnunes and Iida desigued to withstand the anticipated loed. B. Meters shall conform to Town speoificatiollS" to make and type (See Genera! Reouirements for Water 􀁾􀀮􀀠All meters shall be equipped with electronic encoder registers for connection to touch-ped reeders. F. An approved Backflow Prevention Assembly shall be installed on all water services after .the meter, with a brsss or copper . nipple between the meter and the Assembly of sufficient length to allow placement in separnte boxes. Both meter and assembly shall be accessible fur testing and repaiIs. 11 shall be the reaponsibility of the contractor to have the Assembly tested upon installation by • TCEQ certified tesler, registered with the Town ofAddison Utilities Division, who shall provide the original ofthe test report to the Town ofAddisou Utility Division prior to final, continnous connection to the City'. water supply. G. All companion flanges shall be elliptical brass, and all bolts & nuts shall be grade 316 sIllinI...steel, 5/8-11 "lv.." bel< heed. H. Meters sbell be set level In all directiOIlJ. 1 2" meters shall bavealaying length ofl7"; 1.5" meters shall beve • laying length of 13". Meters may be "compact," but the ditference shall be made up with a strainer strainer upstream or a spool with test port downstream ftom the meter. 5/8" lC 3/4" meters shall have 1 Ii" laying length. 3/4" meters .bell bev. 9" laying length, and I" meters shall baw 10 3/4" laying length. (Approval ofUtility Inspector) .. 1. A meter deposit is required for all meters beti:>re initiation of service. The party responsible for the water bill will make application and deposit for service to the Town ofAddison Utility Billlng Department. (CaII45()'7081) Aprils, 2004 1 '. 􀁴􀁾􀀻􀁩􀁾􀁾􀁾􀁾􀁴􀁾􀁴􀀠􀁐􀁕􀁂􀁕􀁃􀁗􀁏􀁾􀁋􀁓􀀮􀁐􀀬􀁊􀁗􀀬􀀻􀀮􀁩􀁮􀁊􀁾􀁔􀀬􀀮􀀬􀀠....... . ; Post om•• 􀀦􀀮􀀹􀁩􀁬􀁬􀀰􀁾􀀮􀁾􀀠1soo1;9(iiil .. 3/4"-2" WATER. SERVICE APPROVED MATERIALS andPROCEDlJRES ···1; .pouble-strap bronze tapping saddle With CC. (AWWA taper) threadll: Mueller #BR2B, Ford #202B, or McDonald #3825. Tap shall be set at 45° ofveriiJ:aJ. on the mainline. Alternate tapping saddle #2 fOllowing. . . ..2;",'}MueIler Servi-Searm style 502,504,506,508; 7" min. length; Ford StYleFS303-CC, or equal (Submittal to Public ... ·,WOlks Dept for approval). 3.•;jCorpomtion stop with AWWA taper thread (CC)by conductive compression connection: Mueller H-1S013 or . ";B25008 (1.5", 2"), Mueller H-lS008 or H-2S008 (3/4", I"), Ford FBlOOO or FlOOO (1.5", 2", -6-0, -7-0, .l'eSpectively), (314", 1", -3-0, -4-0,l'eSpectively), McDonald 4701Tor 4701BT 4 Pipe and metef size shall be determined by owner with approval of Building Inspection or Public WorkslEngineering Departments: Piping shall be coutinuous type "K" copper copper from coxporuIion to cmb stop and .. j completely embedded in sand 6» around the pipe. S.· •90 degree angle curb stop with lock-wing: Mue1ler H-14277or B24276 (IS', 2"), Ford KV43-666W-O or FV43. ·777W-O (1.5", 2"), Mueller H-14277 or B242S8 (314", I"), Ford KV43-332W-O or KV43-444W-O (3/4",1"), . McDonald4646BT or 4606BT. All conranion flanges (1.5", 2jshall be brass. 6. .. Meter boxes shall be ofsufficient size to accommodate the cmb stop, meter. and all connections. They shall have a cover with mIder lid. Concrete boxes sb8JJ be Sl2Cked to achieve Slifficient depth (see "B&C" page one). 7•. hn-line curb-stops, meter yokes/setters, and/or metef risers may be considered on a 􀁾􀁢􀁹􀀭􀁣􀁡􀁳􀁥basis d.epende:nt ;on situation and subject to approval ofUtility Inspector and/or Utility Superintendent No gate valves will be ... ; allowed on the inlet side ofthe meter. 8,' The type of Bacldlow Pxevention Assemblyre 2" "'Cmmactors, plumbers, and/or developers are respollSl'ble fur complian<:e withthe following specifications: i •A. Provide and install. mechanical jointtapping sleeve or SlIIiIIless SteeI tapping sleeve (such as Mueller H-61S or Mueller H-304 respectively). Submittal and approval teqUii'ed ifother . .B. Provide and install.1apping valve to meet Addison specificalion GV-9S.1, fbrmilient wedge gate valve. 􀁾􀁃􀀮􀀠Provide and install. piping. Piping shall eonfmm to ANS1/AWW A C-909-9S fur Molecularly Oriented PVC " Pressure pipe for wate;r dis1ribution. Pipe shall be ISO-psi minimum class rating fur domestie use, and ZOO-psi minimum classratlng for fire line applications. Submittal and approvali'equired, ifother. ·D. Fittings shall be duclile iron mechanical joint style, wilh restraining glands (such as Mega-Lug). Fittings shall . be wrapped with 8-mi1 POlY prior to backfill. Pipe embedment shall conform to NcrCOG Class "B-2", or "8+" (fi'om Standard Specificslions for Public Worlcs Construction, Third Edition, Drawing 3020, 3030). CIUshed stone shall be sepa1ated from the gnmuIar material by Ii Isyer ofgeotextile 􀁦􀁩􀁉􀁢􀁲􀁩􀁾􀀠VariatiOtlll allowed with engineer's seal and approVal ofCity Engineer. 'F. Servieo meter or Fire Line DCDA shall be pieced in Ii pre-cast eOncrete vault with floor and access hateh. Hatch shall be "Bileo"-type. aluminum, spring-assisted, lookable, andsufliciently sized to allow for n:moval ofcomplete meter or assemblY. Vault shall be placed witbin.the public ROW. wherevecpossibJe, d.earof vehicular trafI:io flow and/or parking areas. . -.:. 􀁾􀀠" G. All meters shall be equipped with electronic eric9der registers calibr/lted. to read in 10()() U.S. gallon increments, and remote touch-pad reading deVices. (See Gehe/rllRegpll"ement.t (or Water Service) H. The meter and/or back:flow assembly and piping shall be supported with.1Il8II1lflll:tn supports designed for such application. (For clarification, refeRmCC Specification fur fur 8tandqn Pipe SupporUaS manuflu:tured by Material Resotll'Ces Co., Hillsboro, Oregon; 503-693-0727 -Models SS9 or S92). L There shall be an MJ by flange coupling adapter in-line on the inlet side ofthe meter or device. April S, 2004 3 :. .' • .' l '" '. /j I j //,I f, _ /I ,I 􀁦􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁥 PUBLIC WORKS DEPARTMENT Post Office Box 9010 Addison. Texas 75001-9010 Water and Sewer Specifications Water Mainline Piping All mainline, fire line, and hydrant lead piping from 6-12 inches in diameter shall be A WWA C90998 Molecularly Oriented PVC Pressure pipe (Class 150 min., Class 200 for fire lines) with.Cast Iron O. D., or, when pipe penetrates meter vault walls it shall be Ductile Iron.· Pipe Joints sball be rubber ring and integral thickened bell, assembled with a filctory supplied lubricant.. Cast iron fittings shall be mechanical restrainedjoint (£BAA Tron ''Mega-Lug" or equal) type, and poly-wrapped (8 mil) prior to baekfill. Three-inch pipe for fire line services shall be AWWAC900-75, DR-14, Class 200, PVC. . Embedment Embedment shall ccmply with NCTCOG class "B+" embedment ofcrushed stone to the spring line ofthe pipe, with sand (12" min.) over the pipe. A layer of geo-textile filhric shall be placed on top of the stone prior to the placement ofthe sand. Tracer Tracer wire shall be placed on pipe prior to embedment. Wire shall be #12 plastic coated copper wire, tied to all wives and fire hydrants, and extending to six (6) inches above finished grade along the outside of all wive stacks and hydrants. Backfill Finish backfill shall be native soil free ofall rocks and clods greater than tIlriIe inches in diameter. compacted to 95% Standard Proctor Density, in 6 inch maxinium loose lifts, with:tA!l'O to plus three, Optimum Moisture. Trenches under pavement may be bacldilled with "t1owable fill" to the level indicated by the pavement thickness, pending the approval ofthe Town's Engineering Department. Submit a "batch design" for any tlowable fill requests. Service Taps Service taps must meet Town ofAddison Standards. See General Requirements (or Water Service for water service details. All taps must be inspected prior to backfilling. <. I /.J I f ; ! l ,f J ! Sanitary Sewer Pipe SanitaIy sewer mainline piping sh8n meet theema strength requirements of ASTM Specification 03034, or SDR 35 PVC for iilSta1Iations less than ten teet deep. For insta1lationsgreater than ten feet, SDR 26 PVC shall be iIsed. PiPe shall have the bell and spigot type joints, consisting ofintegral wall section with factozy 􀁾􀁥􀁤compression rubber ring gasket, securely locked in bell groove to provide positive seal under an installation conditions. Pipe shall be laid with the bell end on the upstream side. Fittings Fittings shall be identical with the bell and spigot configoration of the pipe, and of the same class rating. .. Embedment Mainline embedment shaIlbeNCTCOG Class "B+", with the addition ofa layer ofgeo-textile fabric prior to the placement ofthe sand, or as .:Qldicated on approVed, engineeri!d plans. BacIdill shall be native material compacted in S" loose lifts to 95% Standard Proctor Density, with zero to plus three Optimum Moisture, and free ofany rocb or clods larger than three inches in diameter. Conneetions at Manholes Manholes are to be poured in place with six sack minimum concrete mix. Asbestos cement sleeves or approved equal with rubber ringjoint shall be used at pipe Penetrations to provide positive watertight seals. Connections at existing manholes sh8n be cored. Sewer Tans . . The contractor or 􀁰􀁬􀁵􀁭􀁢􀁥􀁲􀀮􀁾􀀺􀀺􀁴􀁮􀁡􀁫􀁾􀀻􀀧􀁬􀁴􀀡􀁡􀁒􀁳􀁩􀁮􀁮􀁥􀁷􀁯􀁲􀁾sewer mains. Water.mustbe pumped out oftapping 􀁴􀁲􀁥􀁮􀁃􀁨􀁾􀁾􀁧� �􀀩􀁩􀁩􀀡􀁕􀁴􀁨􀁉􀁬􀁏􀁰􀁥􀁲􀁡􀁴􀁩􀁏􀁬􀁩􀁴􀁯􀀠j:ireVent inflow ofgroundwater into the sewer system. Service 􀁴􀁡􀁰􀁓􀁾􀁑􀁬􀁬􀁢􀁥􀀻􀁄􀁩􀁡􀁤􀁥􀁗􀁩􀁴􀁨􀁳􀁴􀁡􀁮􀁤􀁡􀁩􀀺􀁤wyefittings set at 4S degrees Ofvertica1. Lateral lines shall be SDR35 PVc laidOAI:!Ile-qua:rteimch Per foot minimum grade to the property line. A double clean out shall be pWiedai the property lliie, ai!d set at finished grade with an . lS"XIS"x 4" thick concrete loclitorpad pollred in aI1 l1OIi:1layement locations. Wyes, tees, and bends ure to be encased in Class Beoncrete 6 􀁩􀁮􀁣􀁢􀁾thick,The Town must inSpe£t tap prior to baekfill operation. Backfill shall beiWehle mch\:JS.ohand placOOliYband shovelonly. After band operation, the rest of the tretiCh inaybe mMhine filled with 8eleet fill absent ofany rocks or clods larger than three inches in diameter; Compiiction in 6" loose lifts to 95% StandardProctor Density, with zero to plus three % ofOptimlim Moisttixi:. . 2 • ! I I ;' I (972) 45Q-2871; 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀂮PUBLIC WORKS DEPARTMENT 􀁾􀀠 Post Office Boz. 9010 AddiAOll. Texaa 75001..9010( TOWN OF ADDISON SPECIFICATION # FIMS-l FlRE HYDRANTS All fire hydrants installed for use in the Town ofAddison shall meet or exceed. AWWA Standard C S02-8S or the latest revision thereof. Rated wotting pressure shall be at least 􀀱􀀵􀁏􀁰􀁳􀁾􀀠test pressure shall be 􀀳􀀰􀀰􀁰􀁡􀁾􀀠and 􀁾􀁤􀁲􀁡􀁮􀁴􀀠shall be capable offiowing IOOOgpm (class A). All hydrants shall be IlllIIlIlfiIctu in the United sillies and shall be manuIl!cturer's best grade. Hydrant shan be warranted by the manufacturer 1I>r a minimum of 5 years. In addition, an hydwrts shall include the fullowing design Grlteria: 1. General Design A. 3-way style consisting ofZ opposing hose nozzles sepsrsted by I pumper nozzle, dry barrel type. B. A clearly visible arrow and the word "OPEN" shall be cast in reliefon the top ofthe hydcmt. The bydwrtshan be opened by tuming the operating nut ccunter-clockwise. C. Operating nut shall be all bronze. one piece, pentagon measuring I \4" from point to fiat and at least I iii" in height. D. Manufacturer 1lOlIle, size ofmain valve, and year of mall1li'acture shall be east in relief on the upper batreI section, and olearly visible to aid in the idantifioation ofrepair parts. E. Lower barrel shall have ground line marlci.ngs east in relief and olearly visible approximately 2» below fiange to aid in proper installation. F. "TrsfIic model" with upper and lower barrels joined approximstely T above ground line by a separate and breakable "swivel" flange providing fur 360 degree rot4Iion ofupper barrel fur proper nozzle:facing. G. Shoe and barrel castings shall be fabricated ofASTM A-I26, Class B Gray iron or Ductil.l'ron ASTM A536, but no combination I!!ereo£ assuring uni1l>rm strength ofall east components. 2. Ope;raliou A. Hose nozzles shall be2 111" -7.5"NS, pumper nozzle shall b.4" pumper gauge (40480) afterthe.manner of City ofDaDas .and Cit.y ofCarrollton Standards. Nozzle section shall aDow fur field repla .(972) 450-2871 . I j i •.􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀮􀀠r"", om".!!..!X110 Addbon. T.... 􀀱􀀵􀁏􀁏􀀱􀁾􀀹􀁏􀁉􀀱􀁩􀀠..:. ! .". -;'B. Main valve closure shall be compresSion type, opening 88!Iinst tine pressure and closing with the pressure. Main valve shall be S W' in diameter. A bronze seat ring shall thread into a bronze drain ring (or shoe bushing). "!bit bronze .baII be low-zine Qess than 16%) to IIIinilnize galvanic corrosion. J;lesign sball >. lIilow Ibr removal ofseat, drain valve mechanism, intomal rod. and IIil worldng parts throughthe top ofthe hydrant without disturbing the ground line joint or the nozzle section ofthe hydrant. C. Lubrication ofthe upper stern1hxeadS, operaling nut thresdS, upper and lowertluust coUu bearing sudlices, and O-ring stem seals shall be done automaticllily as the hydrant is operuted. Lubricant shall be low viscosity, non-toxic, FDA approved oil. Oil reservoir shall be separated ftom waterway by two (2) O-rings. D. The "ttaffic model" safety flange shall employunweakened stainless steel hex: head boltl! (AWWA C S02, Sec. 3.2.17), and IlIsteners ofsu£ljcleilt slrengIh to bear.aIl test and operating pressures. The stem shall be " -. -,,:, 2-piece, not less than 1 W' indiamolllf (eo totque. All screws, pins, bOlts, or IlIsteners used in conjUllClion with the eoupling shalt be stainless steel. The coupling .baII be ofmetaJ similar Ie that ofstemIe eliminate flIllure due to electrolysis and corrosion. The coupling joint shall be located belowthe top ofthe lower barrel to prevent vehicle wheel or other fbrees being applied to stem, which would opeo the valve mechanism. a Drain system shall colISiat oftwo (2) valves feeding two (2) extemaI discbarges. Drain system shaU be so designed as to provide for both automatic and intentional force flushing at 1Wl1ine pressure. Drain valve mecbanism and outlet shall be all brOID!e. F. The interior surllIces ofthe shoe and lower main valve components shllil be epoxy coated in compliance with AWWA Standard C-5SO. The shoe and lower barrel sball be connected by stainless steel bolts, nuts, and fasteners ofsufficient size and strength to bear IIil pressures and fbn:es that the hydrant is subject to, incloding corrosion, fbr its wammted life. 3. PaiDling and Delivery A. Hydrants shaD be deUvered with 2 coats ofprinter on upper bur'" (AWWA C-S02 Sec. 4.2.3). Interior and exterior shIIil be painted lIS in AWWA C-S02 Sec. 4. excluding the interior ofshoe wbiob shall be lIS noted in Sec. 2.F ofthis specification. B. Hydrants shall be complete in all detsils when supplied. Due and customary care shall be used in prepsration for shipment to elimjm .... damago in handling or'trausit. Hydrants mast be drained and completely closed beIbre sllipinODl. . C. ManuJiumJrer shIIil supply 811 Affidavit ofCornpliance verifying that the hydrant and IIil materials used in its constnw1ion conform Ie the applicable requirements ofthe most rurrent form ofAWWA CS02 and these supplementaIy specitl.oations, that all specified tto;tB have been perfbrmed, and that IIil test requirements have been met. D. For purposes ofclari.lication, hydrants accepted under this specification include: Mueller Super Centurion, A VK Series 27 Nostalgic style. ApriIS,2004 -2 , -􀁾􀀮􀀠􀁾􀀠I i , . . :,'. . .' ", . . ,f :,', L .􀀨􀀹􀀱􀀲􀀩􀀬􀁾􀁾􀀱􀁩􀂷􀀠'.􀁐􀁕􀁂􀁌􀁬􀁃􀁗􀁑􀁴􀁴􀀤􀀺􀁾􀁾􀁾􀁾􀀠􀀬􀀺􀁩􀁩􀀻􀁩􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀂮􀀠􀁐􀀢􀀧􀀰􀁦􀁦􀁬􀀢􀀢􀁂􀀢􀀬􀀹􀀰􀀱􀀱􀁦􀁁􀁤􀀬􀁾􀁔􀀢􀀢􀀺􀀷􀀵􀀰􀀰 􀁩􀀮􀀮􀁧􀁯􀁬􀀰􀀠' 1600) w..itg.;v. TOWN.OF'A.DDlSON' . SlECWIC4TION# GY-95.1 RESJI'IENT SEATED GATE V;\LvEs All gale valves installed in the Town ofAddiSon sbaIl beofthereSilieilt wedge type confOlJIlingto AWWA , CS09, Standard for Resilient Seated Gate Valves, in its most currentrevision. In lIddiiioo, all Valves shall· include the following design criteria: . . .. 1. Wedge sbaIl be cast or ductile iron, fuJly encapsulated in synthetic rubber. 2. Wedge robber sbaIl be 􀁭􀁯􀁬􀁾in p1aceand permanently bonded to the iron 􀁷􀀺􀁩􀁴􀁨􀁾􀁴􀀠screws, rivets, or similar fasteners. . 3. Wedge sbaIl seat against seatiDgsurfaces ammged sy:tIIIIIettically about the 􀁾of the operating stem, so that seating is equally elm:Iiveregard1ess ofdim::tion ofpressure unbalance across the wedge. . ' 4. Valves for underground in...mUariQllS sbaIl be non·risiDg stemtype.. opening coUJIlljr clockwise by means ofa 2" square operating nut. Valves fOr installation in a vault . shall be ofthe rising stem type opeWng coUJIlljr clockwise by means ofa band wheel. The word OPEN and an ARROW indicatiDg din:ction to open sbaIl be cast inlIiolIlI1(2l ofthe n\lt,or band wheel. S, Stem sbaIl be sealed by at!C:ast two O-ringS. All stem seals sbaIl be replaceable with. valVe fuJlyopen and w:biIe subjected to full rated pressure. 6. All nuts and bolts sbaIl be $iinless steel 7. Wate the Ciey upon request. The Town reserve& the right co review and 􀁾􀁥􀁶􀁩􀁳􀁡􀀠from time to 􀁴􀁩􀁭􀁾􀀠the types of insurance and limits of liabil!ty.required 􀁨􀁥􀁾􀁥􀁩􀁮􀀮􀀠1 PAGE @1DAL TECH ENGINEERING12/16/2003 13:28 9722504774 ]1mIii (411: I: ENGINEERING, INC. CONSUlllNG CIVIL ENGINEERS J SURVEYORS CONSTRUCT/ON MANAGERS VIA FACSIMILE (97:2) 450-2837 December 16,2003 Mr, Steve Chutchian, P,E, Assistant City Engineer Town of Addison 16801 Westgrove Addison, Tel(as 75024 Re: Engineering Services Agreement Addison Theater Center -Parking Lot Improvement. Town of Addison Dear Mr, Chutchian: Pursuant to your request, DAL-TECH Engineering, Inc. (DTE) is pleased to present the Town of Addis with a fee proposa\ for the design of a parking lot entrance to access the Addison Theater Center fro Morris Avenue, Included with this cover letter is a preliminary construction cost estimate, and proposed design and construction assistance fees. Listed below is the summary ofihe proposed fees, Engineering Fees $14,500,00 Special Services Fees 4.557.00 Total $]9,057,00 DUring the prelimina.ry design phase, DTE will provide the Town of Addison with two alternate drive entrance designs with consUUction cost estimates for consideration. These drawings will show C?ristin topographic features at the Thealer Center and Morris Avenue, DTE maintains $1,000,000 in Professional liability insurance. DTE also provides Workers Compensatio iosurance as required by Texas State law, Further, DTE maintains Commercial General Liabilit insurance against claims for bodily injury, death or property damage with limits not less that $l,OOO,OO for each OCCUlTence and $1,000,000 in general aggregate And, DTE mai!ltains Comprehensiv automobile and truck liability insurance covering owned, hired, and non-owned vehicles with minimu limits of $1,000,000 per occurrence for bodily injury and property damage, Copies of said policies be submitted for yow: review upon acceptance and fmalization of the agreement. Ifyou have any questions, please do not hesitate to call me at (972) 250-2727. Sincerely, 􀁾􀀬􀀠Sedi A, ToumanJ, P.E. SATlrnws/dkj Attachments: Construction Cost Estimate Design and Special Services Fees 􀁆􀀺􀁜􀁍􀁁􀁒􀁋􀂣􀁔􀁬� �􀁇􀁜􀁆􀁥􀁥􀀤􀁜􀁆􀁾􀀱􀀧􀁬􀀬􀀠Prnpo£Al: 1l.1'.03.doc 17311 DALLAS PKWY. I STE. 200 I DALLAS, TX 75248 I 97Z·250·2727 I FAX 972-250.4774 222 W, EXCHANGE I FT. WORTH. TX 76i06 I 817·626-8777 I FAX 817-626-5777 V/WW,daHech.com DAL TECH ENGINEERING PAGE 02'12/16/2063 13: 28 9722504774 Town of Addi$on Addison Theatre Center. Parking Improvem".!$ '2115/2003 o. eSCHPt on Units Oly, Unit Cost Total 1 Tree ond Holly Removal 1 LS $2,500,00 $ 2,500.00 2 Curb and Gutter Removal 200 LF 5.00 1,000.00 3 4 5 Remove Existing Brick Pavels Remove exi.ting Driveway Remove 􀁅􀁸􀁩􀀤􀁴􀁩􀁮􀁾􀀠Dumpster Pad 640 56 50 SF SY Sy 1.50 10,00 6,00 9BO.OO 555.56 300,00 6 7 Relocate Fir. Hydrant 8-ln. 4000 PSI R.e. Drive 1 200 LS SY 3,000.00 55.00 3,000.00 11,ODO,00 a 6·ln, High Integral Curb 200 LF 10,00 2,000.00 9 10 11 Install Brick P"vers 'nstall 4 Feet Wide Sidewalk 6--1n. R.C. Barner Fre. Ramp 320 200 2 SF SF EA SO.OO 4,00 700.00 16,000.00 BOO.OO 1,400.00 12 13 14 15 Dumpster Pad Bermuda GrilSS Sod Grading Dumpster Screenlno Wall 50 120 1 40 􀁾􀁾􀁉􀀠LS LF' 44.00 8.00 4,500.00 35,00 2,200.00 960.00 4,500.00 1,400.00 16 17 18 19 Relocate Irrigation System Striping Land$ceping Relocate Lighi Pole 1 1 , 1 La La La LS 2,000:00 200.00 2,000.00 3,000.00 2,000,00 200,00 2,000.00 3,ODO.OO 20 Relocate Oncor Electric Manhole 1 LiS 7.000.00 7,000.00 21 Testing. 1 LS 3,000,00 3,000.00 Tota! 20% Conlingency Total $ 65,775.56 13,155,11 $ 78,930,67 Sheet Coyn! Cover Sheet General Noles and QUantities Sheet Utility Plan Project Layout Shoet Grading Plen Sheet Miscellaneous Detail Sheet. and Construction Documents Bidding Assistance Engineering Fees §J1.eclal 􀁓􀁥􀁲􀁶􀁩􀁣􀁾􀀱􀀠Topographic and Control Survey 10.0 Hr. RPLS 2,5 Hr. Periodic Construction Site Visits 10.0 Hrs Landscaping 1 LS Special Services Tot.,1 Total Fee $ 125,00 97,00 106.45 2.,000,00 S 1,500,00 1,500,00 1,500.00 3,000,00 3.000.00 3,000.00 1,000.00 $ 14,500,00 $ 1,250.00 242.50 1,064.50 2.000.00 $ 4,557.00 $ 19,057.00 12/16/2003 13:28 9722504774 DAL TECH ENGINEERING PAGE 03 􀁾􀀧􀁈􀁐􀀠􀁌􀁾􀁓􀁅􀁒􀁊􀁅􀀧􀀠3200 p.2 ....n: HILL, JOHN Dhill@cowlesthompson.QomJ 􀀺􀁬􀁥􀁮􀁴􀁾􀀠Monday, Apr1116. 2001 12:38 PM 00:'0: 1pierce