:z: CD '" lri c: CD OJ c: :::r " '" CD'" 􀀱􀀲􀁾􀀱􀀹􀀭􀀱􀀹􀀹􀀷􀀠11,07AM FROM FINANCE 972 4507096 URSGteiIer 5971 Jefferson NE Suite 101 Albuquerque, NM 87100 Phone: (505) 345--39!19 FAX: !505) 345--8393 LETTER OF TRANSMITTAL TO: Clyde Johnson Town 01 Addison 5350 6e1t Une Rd. Addison. TX 75240 DATE: December 18, 1997 SUBJECT: Addison AirportAddendum No. 1 REFERENCE: E708024.81 Attached. please find; 1 • Original copy of addendum No.1 (4 pages) for 'Construct Westside Taxiway and Connectors wilh Drainage 1mprovements (Soulh Segment). For: 0 0 X Review and approval Signature and return Appropriate action lair! -114"'1 􀁂􀁦􀀯􀁾􀁤􀀷􀀠􀁲􀀢􀀢􀁙􀀺􀁾b 70 pt.,!f.J//kJt..1>eIi! 5> 0 As requested 􀁾􀀠0 For your information Remarks: Please di$ibuleIhi$ addendum 10 the plan holdef$. Sincerely. URS Greiner, Inc. By: ell: \ P.2 12-19-199711,06AM FROM FINANCE 972 450 7096 ADDENDUM NO. J ADDISON AIRPORT CONSTRUCT WEST TAXIWAY AN» CONNECTORS WITH DRAlNAGE IMPROVEMENTS (SOUTH SEGMENT) BID NO.: 98-04 TxDOT NO.: 9842 ADDSN December 18,1997 Page 1 of 4 12-19-199711,0BAM FROM FINANCE 972 450 7096 P.3 ADDENDUM NO.1 1. Spccificatjons A. TlIDOT 164 -SEEDING FOR EROSION CONTROL REVISE Section A. to read as follows: "In Section 164.1 »est.-ription. This item shall. also encompass fertilizing seeded areas in accordance with TxDOT Item 166. tacking 􀁡􀁧􀁥􀁮􀁬􀁾􀀠in accordance with TxDOT Item 300. Vegetative Watering in accordance with TxDOT Item 168. and mulch as may be required to complete the item. The objective of this specification is to create a permanent stand of gra.":\s." REVISE Section C. to read as follows: "In Section 340.7 MEASUREMENT. Measurement shall be for the nunlber of square yards seeded. mulched, and watered on the ground completed and accepted by the Engineer. Acceptance will be based on a minimum 80% coverage ofestablished grass. J.I/1easurement shall only be made for areas disturbed as shown on the plans. Additional areas distw:bed by the Contractor's operations but not delineated on the plans shall not be measured for payment by the Owner." REVISE the Section number for PAYMENT to be Section D. II. Drawings A, Drdwing No. '3 REPLACE Item No. T-901-5.1 in the summary of 􀁱􀁵􀁡􀁮􀁴􀁩􀁴􀁩􀁥􀁾􀀠with Item No. T)(DOT 164-1. B. Drawing No.4 REPLACE Item No. T-901-5.1 in the summary ofquantities with Item No. T)(ooT 164-1. C. Drawing No. 22 REVISE the Embedment Detall Cor Storm Sewer Detail No.1 to add compaction requiJeme:nts as per the attached Partial Drawing No. 22. _.onAi""", • BKl No, 98.()4 AddcndumNn. I 12118197 Page 2of4 P.4 􀀱􀀲􀁾19-1 997 1 1 ,09AM FROM FINANCE 972 450 7096 D. Drawing No. 25 REVISE the Manhole with Cast-In-Place Riser detail to remove the steps. E. Drawing No. 26 REPLACE aU references to Specification T-901 and T·908 in the paving notes with II reference to Specification 1)(D01 164. F. Drawing No. 3S DELETE the guidance sign lit Taxiway B Sta. 231 +64.17 from the project. m. Contractor Ouemon.s Question 1 Q. Will II time extension be granted if the RlUlway cannot be closed at the agreed upon time? A. A time extension WOI.Ild be considered by the Owner ifthe construction elements associated with the Runway closure were a critical path item in the construction schedule. Addi\\JB Airport 􀁾􀀠Bid Nv. 98-04 _...rum No. 1 llfllW7 Poge 3 of4 􀀧􀁊􀁴􀁾􀀠MIN t 􀁭􀁊􀁢􀀱􀁴􀁉􀁴􀁮􀁾􀀠CRUSHED ADDISON AIRPORT 􀁾ADDENDUM NO. 1 '1' 􀁾􀀠(l)PARTIAL DRAWING NO. 22 I tfu. ADDED COMPACTION REQUIREMENTS § 12/18/97 I TYPICAL NATiVe: MATERIAL (3" MAX. GRAIN SIZE) 􀁾􀀠EXIST. GROUND \ I '1 􀁾􀀠Z . __ . _.-.. I>􀁾􀀮􀀠Z f;j 􀁾􀀠I> In lS) BACKFILL W /SELECT MATERIAL COMPACT TO 95% MAX. DENSITY 􀁾􀀠STONE 1/10 0.0.1 3" 􀁍􀁉􀁾􀀠 EMBEDMENT DETAIL FOR STORM SEWER ;uDETAIL NO.1 In 􀁾􀀮􀁔􀀮􀁓􀀮􀀠page 4 of4 TOWN OF ADDIsoN 􀁔􀁏􀀧􀁩􀁦􀀢􀁾􀀠Company: 1t!3 􀁾􀀠 FAX #: 9'7;)-2&, 7-Dl{-3'5 Date: :3-/D--1JJ: Re: Wl.:;{-Std-e 􀁔􀁍􀁩􀁦􀀬􀀨􀀩􀁾􀀠 # of pages (including cover): .:3 PUBLIC WORKS From: James C. Pierce, Jr.,P.E.,DEE Assistant City Engineer Phone: 972/450-2879 FAX: 972/450-2834 16801 Westgrove P.O. Box 144 Addison, TX 75001 o Original in mail oPer your request oCall me \ ENTRY AND USE PERMIT 1. Owner/Zachry 􀀭􀁾􀀭􀀭􀀭􀀭􀀭The Town of Addison ("Owner") is the owner, and Addison Airport ofTexas, Inc. ("AATI") the Landlord, ofthe property located in the County.ofDallas, Texas and warrant that they have the authority as Owner and Landlord to enter into this agreement with: H. B. Zachry Company ("Zachry") P.O. Box 531558 Grand Prairie, Texas 75053 Telephone: (972) 262·8898 Fax: (972) 264c5597 2. Pumose The Owner'slLandlord's property identified in Attachment A, Zachry has excess material from its Job, -Keller S!,riHgs 'Tunnel and is willing to place it on Owner' sf Landlord's property. !J.).lsfs,k Tflx.., f.<)fL4..) 3. Eill II . 􀁗􀁾􀀶􀀯􀀭􀀵􀁉􀁨􀀠􀁔􀁥􀀼􀀩􀁃􀀮􀁍􀁾􀀠The fill material imported by Zachry will be material excavated from the Keller Springs Tupnel consisting of soil and rock. The areas where fill will be placed will be agreed upon by Zachry's Project Manager, AATI, and the Town of Addison's Public Works Director. The following conditions apply to the placement offill: offill: A. Zachry will not dump any hazardous or toxic materials on the property. B. The fill material shall consist ofsoH and rock material. C. No concrete, rebar, pipe, trash, or rock larger that 12 inches in any dimension is permitted as fi II material. . D. Fill shall be placed in accordance with the grading plan developed for this project and approved by the Town ofAddison 􀁄􀁩􀁲􀁥􀁣􀁴􀁾􀁊􀁲􀀠of Public Works. 1""'/0 E. Fill shall be placed in 8" lifts and compacted to a minimum 􀀰􀁾􀀱􀁯standard proctor at 0 to +3% optimum moisture. Test results from an independent lab shall be provided by Zachry to verifY compactive effort. F. Fill shall be covered with 6" inches oHop soil and Bermuda grass shall be re-established by 􀁃􀀩􀁃􀀭􀀭􀁴􀀮􀁯􀁾... .J.w.l.;<. 1998. G. Fill material shall bc leveled daily. H. The Town of Addison or AATI reserve the right to terminate this agreement with 48 hours notice. 1. The Town of Addison or AATI reserve the right to stop all fill operations on the airport when the operation conflicts with aviation activity or when the safety of aircraft is perceived to be in danger. J. Each driver will have a radio and have undergone communications training with the control tower prior to accessing the airport. 4. Indemnity Zachry indemnifies and holds The Town ofAddison and AATI harmless against any loss or damage caused by Zachry's construction operations. Zachry will furnish an insurance certificate naming the Town of Addison and AATI as additional insured's. Owner further states that it is unaware ofany required city permits. Except as provided in this paragraph 4, there will be no charges between the parties. Owner will not pay Zachry for the fill and Zachry will not pay Owner for the dumping privilege. 4. Agreement This is the complete agreement between the parties and can be amended only in writing signed by both parties. 5. Law This agreement will be subject to the law ofthe State ofTexas and venue is Dallas County, Texas. 6. This agr ement is effective on the date ofthe Owner's signature and shall expire on the earlier ofthe time 1998, or until Zachry has no further use for the dump site, or when terminated by paragraph 3-H. EFFECTIVE tltis ____􀁾__day of__􀁾􀀠􀁾__􀁾􀀮􀀱􀀹􀀹􀀷􀀮􀀠OWNER: H. B. ZACHRY COMPANY By:________􀀮􀁾􀁟􀀺􀁟􀀭􀀭􀀭By:___􀁾􀀠Authorized Representative Brian Salerno, Town ofAddison North Texas Area Manager Address: P.O. Box 144 Address: P.O. Box 531558 Addison, Texas 75001 Grand Prairie, Texas 75053-1558 Telephone: (972) 450-2871 Telephone: (972) 262-8898 Fax: (972) 450-2837 Fax: (972) 264-5597 LANDLORD: ADDISON AIRPORT OF TEXAS, INC. By:_______--:____ Authorized Representative Addison Airport ofTexas, Inc. Address: 4505 Claire Chennault Addison, Texas 75248 Telephone: (972) 248-7733 Fax: (972) 248-2416 Greiner. Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth, Texas 76155 18171 545-0891Greiner FAX: 18171 545-0534 January 19, 1998 E708024.81 Mr. Jan1es C. Pierce, Jr., P.E., DEE Assistant City Engineer Town ofAddison P.O. Box 144 Addison, Texas 75001-0144 Re: West Tauway and Connectors with Drainage Improvements (South Segment) Addison Airport Dear Mr, Pierce: We have completed our review ofthe three bids that were submitted for the West Taxiway and Connector project at the Addison Airport. Attached for your review and information is a tabulation of the bids that were submitted, as well as a matrix summary ofthe various forms and documents that were to be included in the bid documents by the contractors. Please note that none ofthe contractors submitted all the forms as requested; however, we believe that the omitted forms are not significant to the determination ofthe lowest, most responsive bidder for this project, and that the few omitted forms can and should be obtained from the low bidder prior to award of the contract by the Town of Addison. Based upon the bid tabulations, we recommend that the construction contract be awarded to H.B. Zachry for Alternates 1 and 3 in the an10unt of $ 2,050,627.77 as the lowest and best bid, provided that the omitted forms (Statement of Premium Cost, Acknowledgement of Addenda) are obtained. Please let me know if you have any questions regarding the bid tabulation or the summary matrix of forms submitted by the bidding contractors. Also, since this project will receive funding from TxDOT, please let me know ifI can be of further assistance with coordination between the Town ofAddison and TxDOT. Sincerely, GREINER, INC. 􀁾􀁖􀁓􀀺􀁾􀀠Leslie V. Sagar, P.E. Project Manager enclosure cc: Karen Griffm Addison Bid No. 􀀹􀀸􀁾􀀰􀀴􀀠 Construct West Taxiway and Connectors with Drainage Improvements (South Segment) January 15, 1998 BID DOCUMENT CHECK LIST JRJ P .It em H BZacuyh D'ulnmc. kBros. aVlng X 1􀁁􀁵􀁴􀁯􀁩􀁬􀀧􀁬􀀡􀀧􀁬􀁵􀁲􀁡􀁊􀁬􀁾􀀠(1 mil.) X X 1biability insurance (1 mil.} X Statement of premium cost 2 XEEO certification X X _ ....._-----Acknowledge Addenda X X List of Subcontractors X X X X XBid Form X XBid Schedule X X Certification statement X i X I X i '" Signed in ink XX X 3 ....􀀭􀀭􀁾􀀭􀀭􀀭􀀭5 client references X X X XQualification statement X X Experience record X X X .................._, X X(:gtJipll1ent schedule X ....-............ 􀁾􀀭􀀭􀀭􀀭XFinancial statement X . . ._. Qualification Affidavit X X X Disclosure of lobbl'ing activity X XI Bid Bond X , X X NQTES 1. A "sample" insurance certificate was provided. 2. A letter titled "Statement of Premium Cost" was provided, but no costs were listed. 3. Signatures. unit prices, and grand totals were in ink. Item amounts and some unit prices in words words were in pencil. ADDISON AIRPORT LIFE CYCLE COST ANALYSIS PURPOSE Determine the least costly pavement alternative for "Construct West Taxiway and Connectors with Drainage Improvements (South Segment)". The lowest bid concrete alternative will be compared to the lowest bid asphalt alternative using bid prices obtained from bid opening on January 15, 1998, at 2:00 pm. ASSUMPTIONS 1. Concrete joint sealing will occur every 10 years 2. First overlay of a.c. pavement in 15 years. (3") 3. A life of 30 years is assumed to give materials same salvage value 4. A discount rate of 4% is used per AC 150/5320·60, Appendix No.1 ANALYSIS Cost of joint seal in 1998 dollars Centerline joint 23139·20127 = 3,012 If Transverse joint (3,012If/17.5) x 35 ::; 6,024 Centerline connectors 3651fx 2 = 730 Transverse connectors (730If/17.5) x 35 = 1,460 TIW E centerline = 145 TIW E transverse (145If/20) x 47 ::; 341 Misc. ::; 1.400 = 13,112Ifx$1.30 = $17,046 Cost of asphalt overlay in 1998 dollars A.C. (16,700 sy x 3" x 115Ib/sy.in)/2000'"/ton = 2881 ton x $47.90 = $138,000 Tack Coat 16,700 sy x 0.1 g"/sy x $1.5/gal =$ 2,050 Striping 12,750 sf x $1/sf =$12,750 $153.255 Present Worth = C+ Ml 11 oJ + ... MI jf 0' i S +2) \1+r \1+ri 1+r PWeooc. = 1,962,591 + 17,046 􀀱􀀱􀀭􀀧􀁾􀀫􀀠17,046-1-20) \1 +.04i \1+.04 1,962,591 + 11,516 + 7,780 $1,981,887 Pwac = 1,906,503 + 153,255 ..J.L 'f \1 +.04J = 1,906,503 + 85,097 = $1,991,600 the Concrate Pavement alternative has a lower life cycle cost P:IDOCSISPECS\CYCLNOTEWPD ADDISON AIRPORT 1XDOT PROJECT NO.: 9842 ADDSN BID TAB FOR ADDISON BID NO. 98-04 Date: January 15, 1998 PROJECT DESCRIPTION CONSTRUCT WEST TAAIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENT) ALTERNATE NO_1 CONCRETE SPEC. .. # NO. ITEM DESCRIPTION 1 P-104-5.1 BITUMINOUS PAVEMENT REMOVAL 2 P-104-5.2 CONCRETE PAVEMENT REMOVAL 3 P-152-4.1 UNCLASSIFIED EXCAVATION 4 P-154-5.1 SUBBASE COURSE 5 P-155-8.1 LIME TREATED SUBGRADE 6 P-155-8.2 LIME 7 P-209-5.1 CRUSHED AGGREGATE BASE COURSE 8 S-1-4.1 REMOVE AND REPLACE EXIST. PORTLAND CEMENT CONCRETE PAVE 9 TxDOT 340-1 TYPE "A" HOT MIX BASE COURSE 10 TxDOT 340-2 TYPE "A" HOT MIX SUBBASE COURSE 11 TxDOT 340-3 TYPE "0" HOT MIX SURFACE COURSE 12 P-401-8.4 MILLING EXISTING PAVEMENT 13 P-501-8.1 PORTLAND CEMENT CONCRETE PAVEMENT (10") 14 P-501-8.2 PORTLAND CEMENT CONCRETE PAVEMENT (8") 15 P-602-5.1 BITUMINOUS PRIME COAT 16 P-603-5.1 BITUMINOUS TACK COAT 17 P-620-5.1 RUNWAY AND TAAIWAY PAINTING 18 0-701-5.1 30" REINFORCED CONCRETE PIPE CLASS III 19 0-701-5.3 36" REINFORCED CONCRETE PIPE CLASS III 20 0-701-5.4 42" REINFORCED CONCRETE PIPE CLASS III 21 TxDOT 402-1 TRENCH EXCAVATION PROTECTION 22 0-751-5.1 GRATE INLET (TYPE H) (MOD) 23 0-751-5.2 GRATE INLET (TYPE H)(MOD) WI MANHOLE BOTTOM (TYPE M)(MOD) 24 0-751-5.3 TYPE M MANHOLE 25 TxDOT 164-1 SEEDING AND MULCHING 26 L-108-5.1 L-824C #8, 5KV CABLE (INSTALLED IN DUCT) 27 L-108-5.2 #8 AWG BARE COICP (INSTALLED ABOVE DUCT) 28 L-110-5.1 2" PVC ONE-WAY ELECTRICAL DUCT -TYPE "A" 29 L-110-5.2 2" PVC ONE-WAY ELECTRICAL DUCT -TYPE "B", CONCRETE ENCASED 30 L-110-5.3 4" PVC TWO-WAY ELECTRICAL DUCT -TYPE "C", CONCRETE ENCASED 31 L-110-5.4 FOUR-WAY FAA DUCT -TYPE "0" 32 L-ll0-5.5 THREE-WAY FAA DUCT -TYPE "E" 33 L-110-5.6 THREE-WAY FAA DUCT -TYPE "F" 34 L-110-5.7 2" PVC ONE-WAY SPLIT FAA DUCT -TYPE "G" 35 L-110-5.8 SAND ENCASE EXPOSED FAA CABLE -TYPE "H" 36 L-110-5.9 INSTALL PRECAST HANDHOLE 37 L-110-5.10 RELOCATE EXISTING HANDHOLE 38 L-125-5.1 REMOVE AND REINSTALL EXISTING (MITL) FIXTURE 39 L-125-5.2 L-861T MITL BASE MOUNTED FIXTURE FIXTURE (BLUE) ESTIMATED QUANTITY 19,420 SY 1,740 SY 23,100 CY 280 CY 18,500 SY 415 TON 3,100 CY 235 SY 835 TON 630 TON 545 TON 500 SY 16,700 SY 1,780 SY 440 GAL 170 GAL 24,230 SF 705 LF 710 LF 1,822 LF 3,200 LF 6 EA 1 EA 2 EA 70,100 SY 10,100 LF 4,300 LF 3,700 LF 790 LF 55 LF 75 LF 80 LF 80 LF 20 LF 20 LF 2 EA 2 EA 8 EA 63 EA 􀁅􀁎􀁇􀁉􀁎􀁅􀁅􀁒􀁾􀁓􀀠ESTIMATE" UNIT ITEM H.s.ZACHRY UNIT ITEM .PRICE ($) AMOUNT ($ PRICE($) . AMOuNT ($ 8.50 165,070.00 0.67 13,011.40 10.00 17,400.00 4.96 8,630.40 8.00 184,800.00 11.00 254,100.00 44.00 12,320.00 71.16 19,924.80 3.00 55,500.00 2.56 47,360.00 104.00 43,160.00 ." 138.61 57,523.15 48.00 148,800.00 47.08 145,948.00 70.00 16,450.00 73.23 17,209.05 45.00 37,575.00 35.15 29,350.25 45.00 28,350.00 34.80 21,924.00 50.00 27,250.00 36.88 20,099.60 20.00 10,000.00 1.27 635.00 .' 50.00 835,000.00 30.32 506,344.00 45.00 80,100.00, 29.06 51,726.80 2.00 880.00 1.50 660.00 2.00 340.00 1.50 255.00 2.50 60,575.00 0.55 13,326.50 65.00 45,825.00 88.51 62,399.55 85.00 60,350.00 115.23 81,813.30 100.00 182,200.00 145.29 264,718.38 2.00 6,400.00 6.46 20,672.00 ' 5,000.00 30,000.00 5,010.00 30,060.00 8,000.00 8,000.00 7,264.50 7,264.50 6,500.00 13,000.00 8,684.00 17,368.00 1.00 70,100.00 0.45 31,545.00 1.20 12,120.00 0.90 9,090.00 1.20 5,160.00 0.72 3,096.00 7.00 25,900.00 10.42 38,554.00' 15.00 11,850.00 16.75 13,232.50 ' 50.00 2,750.00 50.53 2,779.15 65.00 4,875.00 489.54 36,715.50 65.00 5,200.00 104.02 8,321.60 80.00 6,400.00 104.02 8,321.60-50.00 1,000.00 18.37 367.40 30.00 600.00 7.73 154.60 3,000.00 6,000.00 5,458.46 10,916.92 2,000.00 4,000.00 6,512.33 13,024.66 • 1,000.00 8,000.00 766.01 6,128.08 1,000.00 63,000.00 815.78 51,394.14 ' DUINNICK BROS. INC. JRJ PAVING INC. UNIT " ITEM UNIT' ITEM PRICE ($) AMOUNT ($ PRICE ($) . AMOUNT. ($ 7.00 135,940.00 : 4.00 77,680.00 20.00 34,800.00 6.50 11,310.00 10.00 231,000.00 " 9.50 219,450.00 20.00 5,600.00 55.00 15,400.00 5.00 92,500.00 2.80 51,800.00 120.00 49,800.00 120.00 49,800.00 30.00 93,000.00 " 53.70 166,470.00 120.00 28,200.00 72.00 16,920.00 50.00 41,750.00 45.00 37,575.00 50.00 31,500.00 45.00 28,350.00 50.00 27,250.00 50.00 27,250.00 20.00 10,000.00 :. 9.00 4,500.00, 36.00 601,200.00 53.40 891,780.00 36.00 64,080.00 43.50 77,430.00 2.00 880.00 2.40 1,056.00 2.00 340.00 3.40 578.00 1.30 31,499.00 2.50 60,575.00 90.00 63,450.00 65.00 45,825.00 100.00 71,000.00 81.00 57,510.00 130.00 236,860.00 101.00 184,022.00 1.00 3,200.00 1.20 3,840.00 6,000.00 36,000.00 " 3,100.00 18,600.00 6,000.00 6,000.00 4,600.00 4,600.00 8,000.00 16,000.00 6,500.00 13,000.00 1.00 70,100.00 0.85 59,585.00 1.00 10,100.00 1.05 10,605.00 1.10 4,730.00 1.10 4,730.00 6.70 24,790.00 .' 6.60 24,420.00 10.00 7,900.00 " 10.00 7,900.00 44.00 2,420.00 44.00 2,420.00 69.00 5,175.00 69.00 5,175.00 53.00 4,240.00 57.00 4,560.00 58.00 4,640.00 57.00 4,560.00 39.00 780.00 • 40.00 800.00 61.00 1,220.00 61.00 1,220.00 2,200.00 4,400.00 2,200.00 4,400.00 1,300.00 2,600.00 " 1,400.00 2,800.00 800.00 6,400.00 900.00 7,200.00 1,000.00 63,000.00 1,100.00 69,300.00 ADDISON AIRPORT TXDOT PROJECT NO.: 9842 ADDSN BID TAB FOR ADDISON BID NO. 96·04 PROJECT DESCRIPTION CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENT) TOTAL ALTERNATE NO.1 TOTAL AlP ITEMS TOTAL NON·AIP ITEMS Date: January 15, 1998 ALTERNATE NO.1 CONCRETE $2,354,800 $1,962,591 $2,175.145 $2,330,826 $2,354,600 $1,962,591 $2,175,144 $2,325,826 $200 $0 $1 $5,000 ADDISON AIRPORT lXDOT PROJECT NO.: 9842 ADDSN BID TAB FOR ADDISON BID NO. 98-04 Date: January 15, 1998 PROJECT DESCRIPTION: CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENT] ALTERNATE NO.2 ASPHALT # 􀁓􀁾􀁾􀁃􀀮􀀠ITEM -ION 1 BIT IT 2 3 _1.0 .... 1 IIN"I 4 P_1 '''_''.1 "IIRRd"" COLI""" 5 P_1"_A.1 LIME ,'" 6 P_1"_A.? LIME 7 p-?no-".1 CRUSHED ' BASE COURSE 8 S-1-4.1 ,AND , EXIST. PORTLAND C 9 P-401-8.1 BIT 10 p ... n1_A.? BITUMINOUS BASE "0"""" 11 p ... n1_A.' BITU ,COURSE 12 P-401-8.4 MILLING """, I INC> IT 13 PORTLAND . (8") 14 BIT ; PRIME COAT 15 p_.n'_".1 BITUM'NO' '" TACK COAT 16 p-"?n_".1 RUNWAY AND ' PAINTING 17 D-701-5.1 30" I" PIPE (CLASS III) 18 D-701-5.3 36" , PIPE (CLASS III) 19 D-701-5.4 42" , PIPE (CLASS III) 20 TxDOT 402-1 I 21 D-751-5.1 GRATE INLET (TYPE H) (MOD) 22 D-751-5.2 GRATE INLET (TYPE ,WI ' BonOM (TYPE 23 D-751-5.3 TYPEM 24 TxDOT 164-1 ; AND "I " ""INC: 25 L-108-5.1 L-824C #8, 5KV CABLE (INSTALLED IN DUCT] 26 L-108-5.2 #6 AWG BARE COICP (INSTALLED ABOVE DUCT] 27 L-110-5.1 2"PVC 'EL . DUCT -TYPE "A" 28 L-110-5.2 2"PVC IY ELE( . DUCT -TYPE "B", '" 29 L-110-5.3 4" PVC l' I Y ELECTRICAL DUCT -TYPE "C". CONCRETE 30 L-110-5.4 F( IY FAA DUCT -TYPE "0" 31 L-110-5.5 IY FAA DUCT -TYPE "E" 32 L-110-5.6 . FAA DUCT -TYPE "F" 33 1_11n_"7 2" PVC ( . SPLIT FAA DUCT -TYPE "G" 34 '_11n_"A SANDI , FAA CABLE -TYPE "H" 35 L INSTALL " 36 10 RELOCATE 37 'AND LL I i (MITL) FIXTURE 38 I _1 "'_" L-861T MITL BASE I , FIXTURE (BLUE) .PAVEM H.B.􀀮􀁾􀀮􀀠";LIIMA I "u 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀀤􀀩􀀠ITEM_ ($) 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀀤􀀩􀀠19,420 SY 8.50 0.58 1,740 SY 10.00 17 .nn.nn 4.31 30,100 CY 8.00 ?n Ann.nn 11.72 7,120 CY 35.00 ?o ?nn.nn 35.86 19,500 SY 3.00 2.23 435 TON 104.00 4, 120.35 3,700 CY 48.00 177.600.00 40.98 235 SY 70.00 " 63.58 4,320 TON 60.00 7>;0 ?nn.nn 47.90 1,040 TON 58.00 .n "n.nn 45.65 650 TON 56.00 45.20 500 SY 20.00 " 1.10 1,780 SY 65.00 115,700.00 29.44 4,110 GAL 2.00 A ??n.nn 1.50 1,920 GAL 2.00 • R4n.nn 1.50 12,750 SF 2.50 31,875.00 0.23 705 LF 65.00 76.85 710 LF 85.00 .n "n.nn 100.05 1,822 LF 110.00 ?nn 4?n nn 126.15 3,200 LF 2.00 6,4nn nn 5.61 6 EA 1EA 6,307.50 2 EA 1. nnn.nn "nn nn 70,100 SY 1.00 70,1nn.nn 0.65 10,100 LF 1.20 12,120.00 0.78 4.300 LF 1.20 5,160.00 0.62 3,700 LF 7.00 9.05 790 LF 15.00 11 14.54 55 LF 50.00 2, 43.88 75 LF 65.00 • A".nn 425.05 80 LF 65.00 " ?nn.nn 90.32 80 LF 80.00 .4nn.nn 90.32 20 LF 50.00 1.nnn.nn 15.95 20 LF 30.00 6.71 2 EA 4,713.49 2 EA • nnn.nn ".?A" 8 EA 1,000.00 Annn nn 665.10 63 EA 1,000.00 •• nnn nn 708.31 􀁏􀁓􀀬􀀮􀁾􀀮􀀠􀁊􀁒􀁊􀁐􀁁􀁖􀁾􀀠􀁤􀀬􀀬􀁾􀁔􀁾􀀻􀀠($) • . UNIT. 􀁤􀀢􀁾􀀻􀁾􀁾􀁔􀀠($) 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀀤􀀩􀀠􀁾􀀬􀀬􀁾􀀻􀁾􀀮􀁾􀀠($)I , '" 7.00 1: 0.00 7.00.n 20.00 .. Annnn 0.00 352,772.00 10.00 301.nnn nn 0.00 ?,' '''.?n 20.00 1d? .nn nn 0.00 5.00 97"nn nn 0.00 120.00 !;? ?nn nn 0.00 151,626.00 • 30.00 111.000.00, 0.00 14,941.30 120.00 0.00 one O?A.nn 52.07 0.00 47,47•.nn 52.07 54,1>;7 An 0.00 52.07 " R4,.,n 0.00 550.00 20.00 " 0.00 35.50 63,190.00 0.00 .,1.".nn 2.00 A ??n.nn 0.00 ?,RRn.nn: 2.00 • A4n.nn 0.00 1.00 12,750.00 0.00 54,179.25 90.00 0.00 71,035.50 100.00 71,000.00 0.00 ??0,A4".•n 130.00 ".,A.n.nn 0.00 17,o!;?nn 1.00 ',?nn.nn 0.00 '.,nnn.nn 0.00 6,307.50 0.00 1n,.nn.nn A 0.00 4",,,.,,.nn 0.80 " •.nAn nn 0.00 7,878.00 1.00 1n,1nnnn 0.00 ?,•••.nn 1.10 4,730.00 0.00 6.70 24,790.00 0.00 11,486.60 10.00 0.00 44.00 0.00 31,878.75 69.00 5,175.00 ' 0.00 7,225.60 • 53.00 • ?n nn 0.00 7,225.60 58.00 •••n nn 0.00 319.00 39.00 7An nn 0.00 134.20 61.00 1 ??n nn 0.00 0.00 11,257.04 • 1 0.00 ",,,n An 800.00 • .nn nn' 0.00 44,." "' 1 nnn nn •• nnn nn 0.00 ADDISON AIRPORT TXDOT PROJECT NO., 9842 ADDSN BID TAB FOR ADDISON BID NO. 98-04 PROJECT DESCRIPTION: CONSTRUCT WEST TMIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMEN1) TOTAL ALTERNATE NO.2 TOTAL AlP ITEMS TOTAL NON-AlP ITEMS • Correction of bid due to mathematical error in extension and/or addition ALTERNATE NO.2 ASPHALT $2,145,265.00 $1,906,503.45 • $2,145,065.00 $1,906,503.45 • $200.00 $0.00 Date: January 15, 1996 $1,995,766.70 sO.oo $1,995,765.70 $0.00 $1.00 $0.00 ADDISON AIRPORT FAA PROJECT NO,; 3-48-0063-07 BID TAB FOR ADDISON BID NO. 95-17 PROJECT DESCRIPTION CONSTRUCT WEST TI'J!,ddti GnatrtulW, 􀀬􀁾􀀢􀀧􀀧􀀧􀀧􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭f¥e-J'.f?-af'.!f7 􀁍􀀢􀀬􀀬􀂥􀁾􀀼􀀺􀀧􀀠_________􀁾􀁲􀀢􀀧􀀧􀀧􀀨􀀻􀀮􀀮􀀬􀀷􀀼􀀮􀀻􀀭􀀧􀁟􀀧􀀶􀀧􀀧􀁟􀁟􀁗􀀭//6; ! 1 .,g ,.2ft;-" Gce£d ,4""";; 􀀬􀁦􀁪􀁾􀁓􀀿􀀿􀀭fp.?"1 kax.-do/(:c 0:;11.._ "in􀁾􀁻􀁲􀂣􀀢􀀧􀀭􀀬􀁦􀁃􀁾􀀼􀀧􀀠􀁫􀁴􀁦􀀨􀁾􀀠IlcltfjC" 1£"If?'----------------------'iN. -;;?,'d-odl,!I I I I 1 I Addison Airport COIlSU'I.lct West Taxiway and Connect /􀁾􀀯􀁊􀁰􀀠􀁾<) ,I THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted o Resubmit ____copies for approval o For your use o Approved as noted o Submit copies for distribution o As requested o Returned for corrections o Return corrected prints o For review and comment 0 __________________________ _ ___19____o FOR BIDS DUE ___ o PRINTS RETURNED AFTER LOAN TO US REMARKS ___________________________________________________ COPYTO ________________________ SIGNEDI __􀁾􀁾􀁾􀁾􀁌􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭If enclosures are not as noted, please no . 31-1LEGAL AFFIDAVIT ATTACH LEGAL COPY HERE THE STATE OF TEXAS: COUNTY OF DALLAS Before me, the undersigned authority on this day personally appeared David L. Slavik known to me to be a credible person. who first being sworn, deposed and upon his oath said: That he is the CLA.R. of the METOCREST NEWS, a newspaper which has been regularly and cominuously published and of general circulation in the Cityf[ O\\U of CARROLLTON. FARMERS BRANCH. ADDISON. COPPELL for a period ofmore than one year preceding the first publication of the attached LEGAL NOTICE and that he caused said notice to be published in said new'spaper on the following date(s). 􀀨􀁩􀁾􀀿􀀠cL I/;?J;:r That the attached is a true and correct of said notice as published on said date(s) in sai NE 􀀡􀁾􀁾􀀠􀁾􀁯􀁲􀁮to and subscribed before me, this the day of -::S0:.f\ 􀀬􀀱􀀹􀁾􀀮􀀠􀁾􀁾􀀠JANET TIIOMASON MY COMMISSION EXPIRES January 29, 1999 OTARYPUBLIC DALLAS COUNTY, TEXAS i ADVERTISEMENT FOR BIDS The Town of Addison is accepting blds from all 􀁩􀁮􀁾􀀠terested parties for' the Construction of the West Taxiway and connectors with Drainage !mprovemoots (South segment) at the AddIson Airport. BID NO: 98-04 Texas Department of Transportation (TxOOT) Proiec! No.: 9842 ADDSN Bid Name: West Taxiway and Connectors with Drainage Improvements Pre..Sid 2:00 pm, TuesdaY, December 161 1997 Addison Servke Center 16801 Westgr'OveAddisonl Texas 15248 ** Atle:ndance is Voluntary. but recommended'" Bids Opened: 2:00 Thursday, January 15, 1998 Office of the Purchasing Manager Addison Finance BuUding 5350 Belt Line. Addison. Texas 75240 For questions concerning the bidding procedure contact Mr, Clyde Johnson, purchasing Manager, al (972) 450-1090. Questions concerning specifications or technical informalion may be directed to ·Ms. Leslie Sagar, Project Manager -URS Greiner, at (817) 545-0891 or Mr, James Pierce, Assistant City Engfneer, at (9n) 450-2879. copies Of the general condilions, plans, and specifications and other bidding documents are on file and available in the office and are open for publicinspection. Complete sets of general condilionSr plans, and specifications and other bidding documents maybe obtained free of charge by applying to the purchasing Manager at 5350 Belt LIne Road, Addison, Texas 75240, (972) 450-7090. A Bid Security in the form of a Bid Bond issued by a Surety Company licensed by the State of Texas to act as Surely, or a Binder of Insurance executed by a Surety Company licensed by the State of Texas to acl as a surety or its authorized agent in the amount of (5%) of the gross amount of the base bid as a guaranty, shall accompany the sealed proposal of each bidder. Deposits will be returned 10 the unsuccessful bidders and to successful bidders uPon approval of the Contract and submission of a 100% Performance 􀁂􀁯􀁮􀁤􀁾􀀠a 100% Payment Bond and a 100% Maintenance Bond. The Surely Company shall be on the nu.S. Treasury Department's 􀁣􀁵􀁲􀁾􀀠rent List of Acceptable Securities, <.:ircular 57011• PolicY: It is the policy of the Department of 􀁔􀁲􀁡􀁮􀁳􀁾􀀠porlalion (DOT) that disadvantaged business 􀁥􀁮􀁾􀀠terprises as defined in 40 CFR Part 23 shall have the maximum opportunity to participale in Ihe per .. formance of contracts financed in whole or in parf with Federal funds. , Buy American Provision: The proposed contract is subiect to the Buy Ameri;;an provisl.on under Set; .. ,',-non 9129 of"ths'Av!athm 􀁾􀀧􀁥􀁴􀁹􀀠and Capacfty Ex· pansion Act of 1990. Details of such reQuirement are contained 1n the Specifications. DBE/MSE Requirements: All bidders CII1d proposers 􀁳􀁾􀁡􀁬􀁬􀀠make good faith effor.s"" as defined in AppendIX A of 49 CFR Part 23, I35558 , 1 elf 1 01/2e./98 SU8JECT TO TERMS & :ONOITIONS CONTAINED ON BO'TH SfDlES REQUIREDiHE P.O. NUMBER MUST APPe ,R ON ALl tNVOfCES, DELIVERY TtCKtTS. ETC. OELIVERY DATE OcLiVEIIY LOCATION: VENDOR DALLAS FORT WORTH SUBUR3AN NEWS?APE (FIN) ADDISON FINANCE SUILDING 000454 1000 AVENUE H EAST 53S0 BELT LINE ROAD ARLINGTON. TX 76011 DALLAS. TX 75240 L f '-_-􀁟􀁉􀀮􀁟􀀭􀁟􀀧􀀮􀁉􀀮􀁾􀁟􀀭􀁾􀁟􀀮01 􀁩􀁉􀀧􀁾􀀽􀁩􀁍􀁦􀀮􀁲􀀺􀀭􀁾􀀻3_0____,e_ .._-_'_l._"'_'.I_U_F_!I'!!_.. __.._:D_._5'll_N_"_T_'ON___________lLCOMMENTi USER 1: USER 2: ITEM 1 O!JANTlTY 1 UNIT JOe OIiSCRIPiION AD FOR BID 98" WEST TAXIWAY " DRAINAGE I MPRr I 04 NO CONNECTORS WITH VEMENTS (SOUTH SEGMENT) UNtTPRK:E 509.0000 509.60 u*'" ******* u** *************: MI GENERAL LEDGE! ************************* MO ACCOUNTING INFORMATION ACCOUNT NUMBER un******** ONLY DISTRIBUTION ********* 12 625 56080 􀁾􀀠􀁐􀁯􀁳􀁴􀂷􀁬􀁴􀁾􀀠brand lax trar To .J fflli Yif!/J. co. 4200 000 􀁾􀁭􀁩􀀱􀁬􀁡􀁬􀀠memo 7071 I••,poges. I 􀁾􀁅􀀠'-tiV'bF , Co. 509.60 Dept,_. ........ FOlK' 15264 SUBTOTAL 509.60 0.00 FREIGHT 0.00 TOTAL :509.60 (972) 45()·2871mbisoN PUBLIC WORKS DEPARTMENT 􀁊􀀬􀀺􀀺􀀮􀀡􀁾􀀻􀁕􀀷􀁾􀁾􀀻􀀧􀀻􀁾􀁾􀀺􀀡􀁬􀀡􀁦􀀢􀀺􀀧􀁾􀁾􀀮􀀮􀀺􀁊􀀠Fost Office Box 144 Addison, Tc:ws 75001 16001 Westgrove MEMORANDUM February 16, 1998 To: John Baumgartner, P.E. Director ofPublic Works From: James C. Pierce, Jr.,P.E. 9\kf Assistant City Engineer () Re: Bids for the Construction ofAddison Airport West Taxiway (South Segment) On January 15, 1998, we received three bids for the construction ofthe Addison Airport West Taxiway (South Segment). Bids were received based on a concrete pavement alternate and based on a asphalt pavement alternate, as well as a taxiway lighting vs a taxiway edge reflector alternate. The base bids ranged from $1,962,591 to $2,330,826 and were all below the Engineer's estimate. The bids are within the budget established for this project. A summary ofthe bids is attached. OUf Engineer, URS Greiner, has prepared a life cycle cost analysis comparing concrete pavement with asphalt pavement and has determined the concrete pavement pavement has a slightly lower life cycle cost than asphalt. Staff recommends that the City Manager be authorized to award the bid fur the concrete alternate along with the taxiway lighting alternate to H.B. Zachry for $2,050,628.05, subject to receipt ofthe FAA Grant for the project. SUMMARY OF BIDS Iweslside\bldtab.wk4 I􀁾􀁉􀂧􀁑􀁎AIREQRT W r:.ST TAXIWAY (8PUTH SEGMENT Bids Received on January 15, 1998 Add. Alt. No.3 . Add. Alt. No.4 Alternate 1 Alternate 2 Taxiway Taxiway_M ___ --....... BIDDER Concrete Asphalt Lighting Edge Reflectors ..... : .H.B. Zachry 􀁊􀀻􀀱􀀬􀀹􀀶􀀲􀀬􀀵􀁅􀀱􀁊􀀺􀁏􀁾􀁾􀀱􀀧􀁅􀀱􀀰􀀶􀀬􀀵􀀰􀀳􀀺􀀱􀀡􀁩􀀠$88,037.05 $3,376.10 Dunnick Brothers, Inc. $2,175,145.00 $1,995,7E>E>.70 $58,450.00 $1,750.00 : JRJ Paving, Inc. $2,330,826.00 No Bid $66,915.00 $1,750.00 I Engineer's Estimate i 􀀤􀀿􀀬􀁾􀀵􀀴􀀬􀀸􀀰􀀰􀀬􀀨􀀩􀀰􀀠• $2,145,265.00 $71,310.00 $2,625.00 􀀢􀀧􀁾􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭..--------""" 􀁾........ ...􀀭􀀢􀀭􀀭􀀭􀁾􀀭Recommendation: . I...... H.B. Zachry, Concret$ Alternate plus At d. At!. N03. 􀁔􀁡􀁸􀁩􀁜􀁬􀁜􀁡􀁾� �Lightillg-$2,g50,628.05 TOWN OF ADDIsoN PUBLIC WORKS To: Jo􀁫􀁾􀁬􀀠gI V' 􀁫􀁾􀀭􀁕􀀠From: James C. Pierce, Jr.,P.E.,DEE Company: $1! vh.el. \ , . < Assistant City Engineer Pbone: 972/450-2879 FAX #: 2-/'-/--30 (-tJd-0 1 FAX: 972/450-2834 Date: :;J. -1{-fY 16801 Westgrove Re: /l1V;/'ort-i4r.J 􀁒􀁥􀁣􀀯􀁱􀀯􀁾􀀻􀁬, P.O. Box 144 Addison, TX 75001 # of pages (including cover): I o Original in mail o Per your request 􀁾􀁆􀁙􀁉􀀠oCall me Comments: -.......--- MEMORANDUM February 16, 1998 To: Ron Whitehead City Manager From: John R. Baumgartner, P.E. Director ofPublic Works Re: Bids for the Construction ofAddison Airport West Taxiway (South Segment) On January 15, 1998, we received three bids for the construction ofthe Addison Airport West Taxiway (South Segment). Bids were received based ou a concrete pavement alternate and based ou a asphalt pavement altemate, as wen as a taxiway lighting vs a taxiway edge reflector alternate. The base bids ranged from $1,962,591 to $2,330,826 and were all below the Engineer's estimate. The bids are within the hndget established for this project. A summary ofthe bids is attached. Our Engineer, DRS Greiner, has prepared a life cycle cost analysis comparing coucrete pavement with asphalt pavement and has detennined the concrete pavement has a slightly lower life cycle cost than asphalt. Staff recommends that the City Manager be authorized to award the bid for the concrete alternate along with the taxiway lighting alternate to H.B. Zaclrry for $2,050,628.05, subject to receipt ofthe FAA Graut for the project. SUMMARY OF BIDS _idelbidtab.wk4 ADDISON AIRPORT W I:STTAXIWAY (S PUTH SEGMENT ..................Bids Received on JanuaJy 15,1998 I Add. All. No.3 Add. Alt. No.4 -Alternate 1 Alternate 2 Taxiway TaxiWay BIDDER Concrete Asphalt Lighting Edge Reflectors H.B. Zachry $1,962,591.00 ..... $1,906,503.45 $88,037.05 $3,376.10. Dunnick Brothers. Inc. $2,175.145.00 11,995.766.70 $58,450.00 $1,750.00. JRJ Paving. Inc. $2.330.826.00 No Bid $66,915.00 $1,750.00..... Engineer's Estimate g;3!5ISON. i:X 7500 1 972,..;450-7090 FAX: 972-4507096 To: Mr. Brian Salerno Date: February 9, 1998 Fax/#: 􀁍􀁾1..\it.,.t)C;Q1 Pages: Seven, including this cover sheet. From: Clyde Johnson, C.P . .t. Subject: Submittals requestet in my letter of2l3f98 COMMENTS: I understand that further c1arifica ion is nJ.. order fur you to respond to my earlier request. With this cover sheet is page 1.3" for acknowledgment ofaddenda and the addendum number Olle. Tbe statement ofpremiums sbou :i come from your agent and is covered in item 12.1 (copy fonowing). Please let me know jfyou have a 'Y questions. 1-" "' .... " , ,,,,,,,, 􀁾􀁤􀀢􀀢􀀢􀀠,,,.. "n.L "'''v''' ... " ,,,.... ,,, ..... , OF 􀀬􀁾...... , ..'""" • , .....",," .... y" ....,,'" rcmporarlly reqUIred. 􀁾􀁥􀁬􀁬􀁥􀁲􀀠rf!serves right to nol preSCribed by law.I he I own of Addison Is requesting bids for: 5350 Belt Line, Addison, Texas 15240 accept any bId and to withdraw property from sale. Annual Service Agreement for Park and Municipal Property In each space may be sold ltem-by-l1em,BuIldings Outdoor Lighting Maintenlilncli!' and 􀁍􀁩􀁳􀁾􀀠In batChes, or by the sp.;1(e. Property being sold MN CPN 1003cell;,neous Electrical Repairs. No. 91Hl. Bids For questions concerning the bidding procedure Includes contents In spaces O'f following 1enants, PUB: 12/12/91w!ll be accepled unHl 2;00 P.M.. January 2, 1998. contac:t Mr. Clyde Johnson, PurChasing Manager, with brref description of contents in each spilce. in the office of the Purchasing Manager, 5350 Belt at (972) 􀀴􀀵􀀰􀁾􀀷􀀰􀀹􀀰􀀬􀀠Questions concerning specificaMN LIne Rd., Addison, Texas 75240. at which time they tions or technical informi)fion may be directed to Lisa S. Sanders -Chairs, wood chest, china cabinet, PUI wI!! be publicly opened and read aloud. BIds 􀁲􀁥􀁾􀀠Ms. Leslle Sagar. Prolect Man;,ger 􀁾􀀠URS Greiner, lamp, mix Items and boxes. Carmine A. Moore cel... ed after the desfgna1ed time wlll not be at (B17) 545-0891 or Mr. James Pierce, A$slstant Office furniture, ladder, file cabinet, pain1 sprayADVERTISEMENT FOR BIDS considered and will be returned unopened. City Engineer, at (972) 450-2879. er, doilies, construction folies & .isc. Ilems. Bri.;1n P. SpraggJns 􀁾􀀠Sofa bed, chest drawer, china cabiSealed proposals. addressed to the City of The Town of Addison reserves the right to waive net, ml$C. boxes. Roy Briggs 􀁾􀀠File cabinets, golf Carrollton will be received at the office of cny formalities and to reject any Or all bids CO'pies of the general conditions, plans, and specificlubs. toots, mlcro, metill shelve$, toys, utility trailthe Olre<:tor of Public Works Engineering, City SO. nnd to select the bid deened most advantageou!. cations and other bidding documents are on file er, mls boxes & Items Hall, Engineering Deparfment, Conference Room CM to the Town. For informallon or copies of the and available In the office i)nd are open for public lW2, 1945 E. Jackson Road, CilrrOliton. Texas 75011-the specifications contact the purchasing Dep;,rtment Inspection. TO SACH TENANT RECEIVING THIS NOTICE. 05351 until 2;00 P.M., on December 19. 1991 for PavHall at (972) 450,7091. This notice of Public Sale IS being sent to you via Ing and SIgnal Improvements at Belt Line Road 'W2 regular mall on the Oilte shown below at your and Nix Road. 05>5 fey IMN CPN 31B Complete sets of general conditions, plans, and address on the Rental Agreement, as If may have PUB: 12/121978. 12/19/97 speclflca1ions and ofher bidding documents may been modified by written notIce from you to BIdders must submit, with their bIds. a cashIer's, be obtained free of charge by applying to the purLessor. Your property may be redeemed prior to or certified check In the amount of (5%) of the BId! chasing Manager a1 S350 Belt Line Road, Addisonr sale upon payment 􀁯􀁾􀀠.;111 sums due to Lessor. maximum amoun1 bid, paYilble without recourse to or ( Texas 􀀱􀀵􀀲􀀴􀀰􀁾􀀠(972) 450-709{). Joe Cay of Cilrroltton. Texas, or a proposal Bond In rna, 11-25-1997 Date notice was mailed to Tenant(s) via the same amount from an approved Surety Compathe' regular malt ny (according to the latesf list of companies the: ADVERTISEMENT FOR PROPOSALS A Bid Security In the form of a Bid Bond juued by a holding certificates of approval by the State Board nr( Surety Company licensed by the State of Texas to Addison l.ocker'$,. Lessor of Insurance under 1.19-1 of fhe Texas Insurance hold The Town of Addison i$ reques1fng propo!.als for: acf as Surety, or a Binder of lnsurance executed by By: Tom Workman Code) as guarantee that the Bidderwll! enler in10 a ot II Town Park Playground, design and equipment Cod,a Surety Company licen$ed by fhe State of Texas to' Title: Managers 􀁾􀀠Tom & Pat Workman contracf and execute bond and guarantee 􀁦􀁯􀁲􀁭􀁾RFP No. 98-05. Propos.;1ls will be .;1ccepted until 2:00 act a$ 5 surety or Its authorized agen' !n the Address: The Addison Locker provlded within len (10) days afler award of concon!P.M•• December 21, 1991, in tM office of the 􀁐􀁵􀁲􀁾􀀠amount of {S%j of the gross amount of the bi)se bid 4485 Glen Curtiss tract to him. pro,chasing Manager, 5350 Belt Line Rd•• Addison, Texfracas a guaranty/shaH accomp.any the sealed proposal Addl$on, TX 75248as 15240, .;1t which Hme they will be pUblidy opened of each bidder, DepOSits will be returned to the unPhone Number: 972-380-2112 The successfut Bidder must furnish Performanceand the proposers names will be read aloud. 􀁐􀁲􀁯􀁾􀀠successful bidders and to successfUl bidders upon and Payment Bonds each in 1he amount of 100% of Theposal$ received after 2:00 P.M. will not be 􀁣􀁯􀁮􀁳􀁩􀁤􀁾􀀠ap prcval of the Contrad and submission of a 100% MNCPN 1409 the contract price from an approved surety andered and will be returned unopened. Performance Bond, i) 100% Payment Bond and il PUB: 12/05197 & 12112/97 Company holding .;1 permlt from the St.;1te of texas. the ( 100% MaIntenance Bond. The Surety Compi)ny to .;1ct as Surety and acceptable according to the ComThe TOwn of Addison reserves the right to wa.ive shall be on the "U.S. Treasury Department's 􀁣􀁵􀁲􀁾􀀠 latest list of companies holding certificates of apto al any formalities and to reject .;1ny or all proposals rent List ot Acceptable Securities, circular 510". ORDINANCE NO. 2359 proval from the State Board of Insurance under latesand to selecf the proposal deemed most advanta1.19-1 of the Texas Insurance Code. The successful prov geous 10 the Cl1y. For information or copies of the bidder must also be able to show evidence thllt it is 7, '9·specifications contact the Purcha$ing Department Policy: it Is fhe policy of fhe Department of 􀁔􀁲􀁡􀁭􀀬􀁾􀀠 AN ORDINANce OF THE CITY COUNCil OF THE oufhorlz.ed to do business In the State of Texas pribldd at (972) 4SQ>.109L auttlportation fDOn that dlsadvilntaged business enCITY OF FARMERS BRANCH. TEXAS, AMENDor to executing the contract. ferprlses as defined in 40 CFR Parf 23 Shill! have ING IN THEIR ENTIRETY, ORDINANce NO. 1122 or toMN CPN 315 the maxImum opportunity to partidpate in the perADOPTEO ON JANUARY 3. 1977/ORDINANCE 1710 All blanks on the BId Form must be completed bndPUB: 12/05/91 B. 12/12/97 formance of contracts financed In whole or In part ADOPTED ON AUGUST 17, 1987. AND ORDIall subtolaJ and total prices must be stated in bolh All b with Federal funds. NANCE NO. 1114 ADOPTED ON AUGUST 17; 1987; script and figures where indicated. The Owner 􀁲􀁥􀁾􀀠all $1 CONSOLIDATING THE AMENDMENTS UNDER serves the right to reject ao'A Or .;111 b'ds and to scrip ADVERTISEMENT FOR BIDS THIS ORDINANCE; AUTHORIZING THE INCLUwaive formalities. In case of ambiguity or lack of servi -Buy Amtu'lcan Provision: The proposed confract !s StON OF THtS ORDINANCE IN THE CODe Of: ORclearness In st.;1tlng fhe price In fhe bids, the Owner walv The Town of Addhon is requesting bIds for the sublect to the Buy American provIsion under 􀁓􀁥􀁣􀁾􀀠DINANCES OF THE CITY; REAFFIRMING THE reserves the right 10 consider the most advanta· clear following: thm 9129 of the Avi.;1tion Safety and Capacity ExFINDINGS STATED I ORDINANCE NO. 1710; 􀁐􀁒􀁏􀁾􀀠geous Construction thereof, or to relect the bid. Unreser pansIon Act of 1990. Details of sur.h requirement VIDING FOR THE: LICENSING AND REGULATION reasonable or unbatanced unit pdce will be gcou BID NO: 98·09. for Seven Treadmills for the Addison are confalned In the SpeCificatIon$. OF ADULT ARCHADES. ADULT BOOKSTORES considered sufficient cause of rejection of any bid rease: Athlelic Club. Stds will be accepted until 2:15 P.M., AND VIDEO STORES. ADULT CABARETS, ADULT or bids. con$1 or bliDecember 24 1m. MOTELS, AOULT MOTiON PICTURE THEATERS, DBE/MBE Requirements: All bidders and proposADULT THEATERS, ESCOR'r AGENCIES1 NUDe Sidders sh.;1l1 have performed similar scope of ers $hal! make good faith efforts, as defined In ApMODEL STUDIOS, AND SEXUAL EENCOUNTER worl< within the past three years. Bidders are exBlddi BId!. are to be delivered to Ihe office of the 􀁐􀁵􀁲􀁾􀀠pendix A of 49 CFR Part 23, Regulations of the CENTERS; REGULATING THE DISPLAY OF 􀁓􀁅􀁘􀁾􀀠pected to Inspect the !.ite of the work and to Inform work chasing Manager, $350 Belt Line Rd., Addison, TexSecretary of Transportation, to subcantract 15% of UALLY EXPLiCIT MATERIALS TO MINORS; esthem!.elves regarding local condltlon;\ and I;:ondj· pe.:tc as 15240 where they will be .publicly opened and the dollar value of the prime contracf to smalt busiTABLISHING ADDiTIONAL REGULATIONS FOR tlons under which the work Is to be done. Aftentlon them lionsread aloud at the stated time. Bid!. received aUar neu concerm, owned and controiled by soclaUy and NUDE MODEL STUDIOS ANO ADULT CASERis called to the provIsions of the Acts of the 43rd the statll.'d time will not be considered and will be economically disadvantaged Individuals (DBE). In ETS; REGULATING THE EXTERIOR APPER. Legislature of the Stafe of TexiI!Is and subsequent I!. cat returned unopened. the event that the bidder for this solicitation qualiANCE OF SEXUALLY ORIENTEO eUSINESSES; amendments conccrning the wagi" scale and payLegi$ amerfies as a DBE, the contract goal shall be deemed to ESTABLISHING SIGN REGULATIONS FOR 􀁓􀁅􀁘􀁕􀁾􀀠men1 of prevailing wagt;!s S(lCCIf1(td. prevailing have been met. Individuals who are rebuttably preALLY ORIENTED BUSINESSES; REQUIRING wage rate wUl be est;,bllshe'd by the City of CarrOllment The Town of Addison reserves the right to waive sumpd to be socially and economi!=zdly dIsadvanPERMITS FOR ENTERTAINSRS AND 􀁍􀁁􀁎􀁁􀁇􀁾􀀠ton for this projecl. All bidders must wage any torm;,lItles and to reject any or ;,11 bids and to taged lncludu women, 􀁂􀁩􀁡􀁣􀁫􀁾􀀠Hispanics, Native ERS; REPEALING ORDINANCE NO. 1122; REcomply with the rotes and regulations for the Carn sefecf the bid deemed most advantageou!. to the Americans. AsIan-Pacific Americans and AMan·lnPEALING ORDINANCE NO. 17}0; REPEALING AmeriCans with Di;\abitities Act of 1990. compoArne!City, For inform.;1l1on or copies of the specificadian AmerIcans. The apparent successful bidder ORDINANCE NO. 1114; PROVIDING A PENALTY tions conf'act the Addison Purchasing Department (proposer) will be required to subml1 Information OF FINE NOT TO EXCEED THE SUM OF TWO Instructions to Bidders, Proposal Forms, Speciflcaat 972/451)-7091. concerning the DBE's that will participate In this THOUSAND DOLLARS ($2,000.00) FOR THS VIOtlons, Plans and Contracf Documents may be 􀁥􀁸􀁾􀀠Instn contract. The Information will Include the name LATION OF SeCTION 22.1-13 OF THIS 􀁏􀁒􀁄􀁉􀁾􀀠amlned without charge a! Ihe office of the Director tlons, MN CPN 316 'and address for each DBE. a description of the NANCE, AND A SEPARATE OFFENSE SHALL BE of PublIc Works and Engineering, City Hall, 1945 E. amin' PUB: 12105197 & 121f2/97 work to be performed by each named firm, and the DEEMEO COMMITTED EACH DAY OURING OR JackSOn Road, Carrollton, Texas 75006, and/or may ofPu dollar value of the contract (subcontr.;1c1). If the ON WHICH AN OFFENSE OCCURS OR CONTINbe obtained for a $15.00 non-refundable fee. Jttcks bIdder 'ails to achreve the contract goal as $tated UES; PROVIDtNG A PENALTY OF FINE OF FIVE be ob herein, It wHi be reqUired to provide documentaHUNDRED DOLLARS (s500.oo) FOR A VIOLATION A pre·bid meeHng wlll be held at the office of toe ORDINANCE NO. 2364 tion that It m;,de gOOd faith efforts in attemptIng to OF ANY SECTION OF THIS OROINANCE OTHER City Engineer, City Hnl!, Engineering Department, A preCity Edo so, A bid that falls to meet these requirements THAN SECTION 22.H3 ANO A SEPARA'rE OFConference Room lW2, 1945 E. Jackson Road, 􀁃􀁡􀁲􀁾􀀠will be considered nonresponsive. FENSE SHALL BE DEEMED COMMITTED EACH roUton, Texas, at 2;00 p.m., on December 12, \991 Contc AN ORDINANCE OF THE CITY OF FARMERS rolUolDAY DURING OR ON WHICH A ViOLATION 􀁏􀁃􀁾8RANCH. TEXAS, AMENDING THE COMPRECITY OF CARROLLTON, TEXASCURS OR CONTINUES; PROVIDING FOR INJUNHENSIVE ZONING ORDINANCE OF THE CITY OF The proposed contract is under and subject to 􀁅􀁸􀁾􀀠TlVE RELIEF; PROVIDING A SSVERABILiTY CITY FARMERS BRANCH, TEXAS, AS HERETOFORE ecutive Order 11246 of September 24, 1965, and to CLAUSE; DECLARING AN EMERGENCY. Pamela Schmidt AMENDED; BY AMENOING ARTICLE 8-107 OF the Equal Opportunity Clause. The Bidder'$ (ProCity SecretaryTHE SCHEDULE OF USES TO DELETE 􀁒􀁅􀁆􀁅􀁒􀁾􀀠poser's) attention Is C.;1Uflt1 '0 the "Eqt.'a! OpportuC!ndee 􀁐􀁣􀁴􀁾􀁲􀁳ENCE TO "ADULT BOOK STORE"; AMENDING nity Clause" and the "Standard Federal Equal cay SecretaryARTICLE B-114 OF THE SCHEDULE OF USES TO employment Opportunity Construction Confract MN CPN 2309 DELETE REFERENCE TO "MODELING STUSpecifications" set forth in the Speclflcations. PUB; 12105/97 & 12112/97 MNC' DIO"; AMENDING ARTICLE 8-114 OF THE PUB,MN CPN 599SCHEDULE OF USES TO ADD "ADULT 􀁁􀁒􀁾􀀠PUB: 1'2112/91 & 12/19/97CADE", "ADULT BOOK STORS OR ADUl., T VIDNOnCEThe bIdder (proposer) must supply all the intorma-EO STORE", "ADULT CABARETu, "ADULT 1Ion required by the bid or proposal form. MOTEL", "ADULT MOTION PICTURE THeAOVERTISEMENT FOR BIOS To ali persons, firms, corporations and parties who own or ATER", "ESCORT AGENCY", "NUDE MODeLfollowing listed legal description, being located at and wit ING STUDION, AND HSEXUAL ENCONTER Sealed proposals$ addressed to the City Ot too, Tex;,s, you are hereby notified that unSightly vegefiThe successful bidder will be required fo submit a CENTER"; AMENDING ARTICLE 8-100 TO ESCertifiCation of Nonsegregated FacllltJes prior to Carrollton will be received at the office of greater than 12 Inches and has parallel accumutatlon of II TABLISH DEFINITIONS FOR THE ADDEO USES; the Director of Public Works Engineering, Cl1y tlon has been cut and all trash and debris removed withlnaward of the contract, and nollfy prospective sub·PROVIDING FOR INJUNCTIVE RELIEF; PROVIDHall, Engineering Department, Conference Room notice. the City 01 Carrotnon will. at the owner's expense.contractors of the requirements for such a certifl· ING A SEVERABILITY CLAUSE; PROVIDING FOR cation where the amount of the subcontract IW2, 1945 E. Jackson Road, Carrollton/Texas 75011. debris to bring It Into compliance with the Carrollton Codl exceeds 510,000. Samples ot the Certification andA PENALTY; AND DECLAR ING AN 0535, unfll9:oo A.M., On December 191 1997 for SaniEMERGENCY. Clndee Peters City secretary MNCPN600 PUB: 12112/97 & 12/19/91 7564: Enhance your home wllh this panel of Ihe LO'rd's Prayer. Add a deeper dimension to daily living, frame thi$ beal.Jtilul filet,croct-let panel for a special place, large ch.;1rt, directions for Cathol!c. and Protestant versions. ;ifiti.tfM SENO TO: 􀁒􀁥􀁾􀁯􀁅􀁒􀀠MAll. DEPT. 0000. Box 33,3., GRA,J,lGER. lN 46530. Pfl1NT 􀁎􀁁􀁍􀁾􀀮􀀠ADDRESS. ZiP, 􀁐􀁾􀁔􀁉􀁅􀁁􀁎􀀠NUMBER ANO SIZE. ITEMS SUBJECT TO AVAILAerlJN Notice to Subcontractors appear in the tary Sewer Main Repalcement Project 97-1S. LEGAL DESCRIPTION LOCATION SpeCifications. 81dders must submit, with their bids, a c.;1shfer's" Pato Alto P.;1rk 1 1041 Osceola Tr. or certified check In the amount of (5'Yo) of the 81k 2 lot 19 Women wilt be afforded equal opportunity in all 􀁡􀁲􀁾􀀠maxImum amount bid. payable without recourse to: eas of employment. However. 'he employment of the City of Carrollton, Texas, or a Propos;,1 Bond In women sh.;1U not diminish the standards or 􀁲􀁥􀁱􀁵􀁬􀁲􀁥􀁾􀀠the same amount from iln approved Surety Compa-Date: 12/02191 . ments for the employment of minorities. ny (according 10 the latest list of companies . Environmental SerVrces holding certifIcates of approval by the State Board City of Carrollton of Insurance under 7.19-1 of the Texas Insurance Carrollton, Tx. 750Q6 Code) as guarantee that the Bidder will enter into aConttacts in Excess of 550,000. The Sponsor herebygives notice fhat a contractor having 50 or more contract and execute bond and guarantee fOrms employee$ and his subcontractors havIng SO or provIded within ten (0) days after award of conMN CPN: 2313 more employees and who may be awarded a sub· tract to hIm. PUB: 12105/97 & 12112/97 contract of $50,000 or mote will be required 10 NOTICEmaintain an affirmative action program within 120 The successful Bidder must furnish Performilnce days of the commencement of the contract. and paymenf Bonds each In the amount of 100% of To all persons, firms, corpor;,tions and parties who own orthe contract prIce from an approved Surefy following listed legal description, being located at and with·Company holding a permit from the State of Texas, ton, Texas, you arc hereby notified that unsightly vegetalto act as Surety and acceptable according to theAdditional NolIc.slor $1 MIII!on Contract. grellter than 12 inches and has parallel accumulation of tnlatest list of companies h.ldln9 certificate. 01 apnon has been cut and aU trash and debris removed withinproval from the State Board of InsuranCe under(l) Pre-award Equal oPPO'rtunlty Compliance Renotice. the City O'f Carrollton will, at the owner's expense,􀀱􀀮􀀱􀀹􀁾􀀱􀀠of the Texas InsuranCE' Code. The successful views. Where the bid of 'he apparent low responsidebris to bring It Into complle:nce with the Carrollton Codeble bidder Is In the amount of $1 Million or more, bidder must also be able to show evidence that It Is the bIdder and his known all41er subcontractors authorized to do business In the St.;1te of Texas 􀁰􀁲􀁬􀁾􀀠LEGAL DESCRIPTION LOCATIONor to executing fhe contract. more will be subject 10 fun, on site preaward equal Rosemeade 6 whtch wlll be awarded subcontracfs of $1 million or 16\5 Concord Dr.opporfunlty compliance reviews before the award All blanks on the 81d Form must be completed and Blk 31 Lot 19aU subtotal and total prices must be stated in bo1h whether the bidder and his subcontractors are .;1ble of the contract for the purpose of determining script and figures where indIcated. The Owner reto comply wlth the provisions of the Equal 􀁏􀁰􀁰􀁯􀁲􀁾􀀠serves the right to reject any or all bids and to Date: 12109197tunlty Clause. . waive formalities. In case of ambiguity or lack of Environmental Servicesclearness in stating the price In the bids. the Owner City of Carrollton (2) Compilance Reports. Within 30 days after reserves the right to conSider the most 􀁡􀁤􀁶􀁡􀁮􀁴􀁡􀁾􀀠Carrollton, Tx. 75006award of this contract, the contractor shall HIe a geous Constrvc:tion thereof. or to relect the bid. Uncompliance report (Sfandard Form 1(0) if rea$onable or unbalanced unit price will be con$ldered suffiCient cause of rejection of .;1ny bid MN CPN: 2315or bids.(0) The contractor has not submitted a complete PUB: 12/12/97 & 12/19197compliance report within 12 months preceding the dare of award; and BIdders shall have performed Similar scope of NOTICE TO DIODEwork withIn the past three years. Bidders are expected to in$pect the sl1e of the work .;1nd to inform ployer" In paragraph 2e(3) of the instrlJcHons 􀁉􀁮􀁾􀀠themselves regarding lOcal condlt1ons and condiHall Building, 1945 JaCk!.on Road. Carrollloni Texas 15006 cluded In Standard Form 100. tions under Which the work Is to be done, Attention which tIme bids duly delivered and submitted wili be consi( (b) The contractor is wUhln the deflnltion of 􀀢􀁥􀁭􀁾􀀠 Sealed bids, will be accepted by the cily of CarrolHon, at the Is called to the provl$lons. of the Acts 01 the 43rd (c) Subcontractors. The cOntractor shall require Legislature of the State of Texa$ .;1nd subsequent Any bid received after stated Closing fime will be returned the subcontractor to all-ller subcontractors, Irre.bidder shall be responsible for ac1ual defivery of the bid toamendments concerning the wage scale and payspectIve of dollar omount, to ffle Standard Form ment of prevailing wages specified. prevailing Used date and hour for opening of bids. If mall is delayed E 100 within 3fJ day$ after !Sward of the $ubcontrac:t of mall system 0' the City beyond the date and hour set for thewage rate will be established by the City of the above two conditions apply. Standard Form 100 be Considered and will be returned unopened.Carrollton for tnis proiect. Ail bidders must will be furnished upon request. comply with the rules and regulations for the Americans with Dlsabllltles Act of 1990. Further defbils may be oblalned from Mario A. Canlxares, In$fruction$ to Bidder$,. Proposal Forms, Specificareject any or aU bids. tions/Plans and Contract Documents may be 􀁥􀁸􀁾􀀠to waive technicalities, to re·.;1d'lerUse. to proceed 􀁯􀁴􀁨􀁥􀁲􀁷􀁬􀁾􀀠amlned without charge at the office of 1he Olrector realixed hereby. Bld$ will be $ubmitted sealed &. plainly ma The Town 01 Addison, Texas reserves the right to Until the tlnal award by the city of Carrollton, said City res of Public Works and Engineering, CIty Hol'lll, 1945 E. MN CPN 317 jackson Road, Carrolltonl TCXilS 75006% .;1nd/or mat The city of Carrollton MuniCipal Building is wheelchair ' pendlx A of 49' CFR Part 􀀲􀁾􀀠Regulations of the Secretary ()f Transportation, 10 subcontract 15% of the dollar value of the prime contract fo small buslnenconcerns owned and controlled by socially and economically disadvantaged IndIviduals (DBE), In the event fhat the bidder for this soUcltanon quallfles 􀁡􀁾􀀠a DBE, the contract goal Shall be deemed to have been met. Individuals who are rebuttably presumf'd to be .s(jclally and economlcauy disadvantaged Include women, BlackS, HIspanIcs. Native Americans, Aslan-Paclf[c Americans and 􀁁􀁳􀁬􀁡􀁮􀂷􀁬􀁮􀁾􀀠dian Americans. The apparent successful bIdder (proposer) will be required to submit Information concerning the DBE's that will participate In this contract, The Informatfon will InclUde the name 'and addr'ess for each DBE, a description of the work to be performed by each named firm. and·the dolla, value of the conf,ael (,ubcontract), II 'he bldde' fall, to acilleve fhe contract goal .s stated herein, It will be requlred to provide 􀁤􀁯􀁣􀁵􀁭􀁥􀁮􀁴􀁡􀁾􀀠tlon that It made good fal1h efforts in attempflng to do so. A bid that falls to meet these requirements will be considered nonresponsive. The proposed contract Is under and subject to Executive Order 11246 of September 􀀲􀀴􀁾􀀠1%5. and to the Equal OppO'rtunlty Clause. The Bidder's (Proposer's) attention Is 􀁣􀁾􀁕􀁥􀁤􀀠to the "Equal opportunity Cll!luse" and the "Standard Federal Equal Employment Opportunity Construction Contrac1 Specifications" set forth in the Specifications, AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF FARMERS BRANCH. TEXAS. AMENDJNG IN THEIR ENTIRETY, ORDINANCE NO. 1122 ADOPTED ON JANUARY 3,1917, ORDINANCe 1710 ADOPTED ON AUGUST 17, 1981, AND ORDf· NANCE NO. 1114 ADOPTED ON AUGUST 17; 1987; CONSOLIDATlNG THE AMENDMENTS UNDER THIS ORDINANCE; AUTHORIZING THE INCLUSION OF THIS ORDINANCE IN THE CODE OF ORDINANCES OF THE CtTY.i REAFFIRMING THE FINDINGS STATED I ORDINANCE NO. 1110; PROVIOJNG FOR THE LICENSING AND REGULATION OF ADULT ARCHADES, ADULT BOOKSTORES AND VIDEO STORES, ADULT CABARETS. ADULT MOTELS, ADULT MOTlON PICTURE THEATERS. ADULT THEATERS, ESCORT AGENCIES, NUDE MODEL STUDIOS. AND sexUAL ENCOUNTER CENTERS; REGULATING THE DISPLAY OF sexUALLY EXPLICIT MATERIALS TO MINORS; Es.TABLiSHING ADolTlONAL REGULATIONS FOR NUDe: MODEL STUDIOS AND ADULT CABERETS; REGULATING THE EXTERIOR APPERANCE OF SEXUALLY ORIENTED BUSINESSES; ESTABLISHING SIGN REGULATIONS FOR SEXU· ALLY ORIENTED BUSINESSES; REQUIRING PERM1TS FOR ENTERTAINERS AND MANAGERS; REPEALING ORDINANCE NO. 1122; REPEALING ORDINANCE NO. 1710; REPEALING ORDINANCE NO. 1714; PROVIDING A PENALTV OF FINE NOT TO EXCEED THE SUM OF TWO THOUSAND DOLLARS (s2,000.00) FOR THE VIOLATION OF SECTION 2:2.1-13 OF THIS 􀁏􀁒􀀧􀁄􀁉􀁾􀀠NANCE. AND A SEPARATE OFFENSE SHALL BE DEEMED COMMITTED EACH DAY DURING OR ON WIiICIi AN OFFENSE OCCURS OR CONTIN· UES; PROVIDING A PENAL TV OF FINE OF FIVE HUNDRED DOLLARS (5500.00:) FOR AV10LATJON OF ANY SECTJON OF THIS ORDINANCE OTHER' THAN SECTION 22.1-13 AND A SEPARATE 􀁏􀁆􀁾􀀠FENSE SHALL BE DEEMED COMMITTED EACH DAY DURING OR ON WHICH A ViOLATION OCCURS OR CONTINUES; PROVIDING FOR 􀁦􀁎􀁊􀁕􀁎􀁾􀀠TIVE RELIEF; PROVIDING A seVERABILITY CLAUSE; DECLARING AN EMERGENCY. elndee Peters City Secretary MN CPN 599 authorized to do business in the State of Texas prior to executing the contract. All blanks on the Bid FOfm must be completed and all subtotal and total prices must be 􀁳􀁴􀁾􀁴􀁥􀁤􀀠In both script and figures where Indicated. The Owner reserves the right to reject any. or all blds and to waive formalities. In case of ambiguity or lack of clearness in stating the price In the bids, the Owner reserves the r"lght to consider the most 􀁾􀁤􀁶􀁡􀁮􀁴􀁡􀁾􀀠geous construction thereof. or to reject the bid. Unreasonable or unbalanced unit price will be considered sufficient Cause O'f rejection of any bid or bids. Bidders shall have performed similar scope of work within the past three years. Bidders are expected to Inspect the site of the work and 10 Inform themselves regarding local conditlon$ and conditions under whIch the work Is to be done. Attention Is called to thc provisions of the Acts of the 4Jrd Legfstature of the Slate of Texas and 􀁳􀁵􀁢􀁳􀁥􀁱􀁵􀁾􀁮􀁴􀀠amendments concerning the wag" scale and payment of prevailing wagQs 􀁳􀁰􀀧􀁥􀁣􀁉􀁈􀁾􀁤􀀬􀀠,Prevailing woge rate will be establishC'iJ by the City of Carrollton for this project, All bidders must comply with the rules and regulations for the Americans wllh Disabilities Act of }990. !ns.tructions 10' Bidders. proposaf Forms, 􀁓􀁰􀁥􀁣􀁈􀁩􀁣􀁡􀁾􀀠tlons, Plans and Contract Documents muy be examined without charge at the office O'f the Dfrector of Public Works and Engineering, City Hall, 1945 E. Jeckson Road, Carrollton, Texas 75006, andlor may be obtained for a $15.00 non-refundable fee. A pre-bid meeting will be held at the office of the City 􀁅􀁮􀁧􀁩􀁮􀁥􀁥􀁲􀁾􀀠City Hall, Engineering Department. Conference Room lW2. 1945 E. Jackson Road, 􀁃􀁡􀁲􀁾􀀠routon. Texas, at 2:00 p.m., on December 12, 1991 CITy OF CARROLLTON. TEXAS MN CPN 2309 PUB: 12/05/97 & 12112197 Pamela Schmidt City Secretary bidder euthorl or to ex-AU blan all suM script a serves waIve f clearne reserve geO'us Cl reasona conslde or bids. Bidden work w pected; themsel tlons un Is calle( Leglslal amendr. ment 0 wage ra Carrolll comply'Americ:, Instruct flons, P amlned' of Publi Jackson be obtai A pre-bi City En! Confere rollton, CITY 01 MNCPt PUB: 12 SCHEDULE OF USES TO ADD "ADULT ARCADE", "ADULT BOOK STORE OR ADULT VIO· EO STORE", "ADULT CABARET", uADULT MOTEL", "ADULT MOTION PICTURE THEATERu , "ESCORT AGENCY", "NUDE MODELING STUDIO", AND "SEXUAL ENCONTER CENTER"; AMENDING ARTICLE 8-700 ro eSM TABLISH DEFINiTIONS FOR THE ADDEO USES; PROVIDING FOR INJUNCTIVE REUEF; PROVID· ING A SEVERABILITY CLAUSE; PROVIDING FOR A PENALTY; AND DECLARING AN EMERGENCY, The bidder (proposer) must supply all the InformatlO'n required by the bid or proposal form. The successful bidder will be required fo submit a Certification of Nonsegregated Facilities prior to award of the contract. and notffy prospective sub-contractors of fhe requirements for such a 􀁣􀁥􀁲􀁴􀁬􀁦􀁬􀁾􀀠cation where the amount of fhe subconfract exceeds $10,000, Samples of the CertifIcation and Notice 10 Subcontractors appear in the PUB: 12/12197 & 12/19/91 ADVERTISEMENT FOR BIDS Sealed proposals. addressed to the City of CarroHton will be received at the office of the Dlrector of Public Works Engineering, City Haft-Engineering Department, Conference Room 1m. 1945 E. Jackson Road, 􀁃􀁡􀁲􀁲􀁯􀁬􀁩􀁴􀁬􀁏􀁮􀁾􀀠rexas 750:110535, until 9:00 A.M•• on December 19, 1997 for Sanitary Sewer Main Repalcemenf Project 97wlS. NOTICE To all persons,. firms, corporatIons and parties who own or a following listed regal description. being 'O'cafed at and wifhi ton. Texas. you are hereby notified tha1 unSightly vegetatl greater than 12 Inches and has parallel accumulation of tra flon has been cut and all tfash and debris removed within 1notice. the City of Carrollton will, at the owner's expense, c debris to bring it into compUance compUance with the Carrollton Code ( LEGAL DESCRIPTION LOCATION Clndee Peters city secretary MN CPN 6O!l PUB: 12/12/91 & 12119/97 speclflca1lons, Women wlH be affordEtd equal opportunl1y In all areas of employment. HO'wever. the employment of women Shall not diminish 1he standards or requIrements for the employment of minorities. Bidders must submit, wUh theIt bids. a cashier's. or cer1Wed check In 1he amount 01 (5%) ()f the maximum amount bld( payable without recO'uf$e to the City of Carrollton. Texas,. or a Proposal SO'nd In the same amount from an approved Surety Company (according to the latest Ust of companies holding certificates of approval by the State Board Palo Aito Park 1 Blk 2 Lot 19 Date: 12102/97 . Environmental Services Clfy of Carrollton 1041 Osceola Tr. of Insurance under 7.19-1 of the Texas Insurance Carrollton, Tx. 75006 Contracts In Excess of 550,000. The sponsor hereby gives notice that a contractor having SO or more employees and his subcontractors having SO or more emplO'yees lind who who may be awarded a subcontract of Sso.OOO 0t more wlU be required to maintain an afflrmatl e action program within 120 dllYs of the commencement of the contract. AddItional Notices for Sl Million Contract. (1) Pre-award Equal Opportunity Compllzmce Reviews. Where the bid of the apparent low 􀁲􀁥􀁳􀁰􀁯􀁮􀁳􀁦􀁾􀀠ble bidder Is In the amount of 51 Mlllfon or more, 􀁾􀀮􀁾􀀺􀀬􀀠􀁟􀁾􀁉􀁾􀁾􀁾􀁲􀀬􀀠􀁾􀁾􀁤􀀮􀀠􀁾􀀮􀁩􀁾􀀠􀁫􀀬􀁮􀁯􀁾􀁮􀀠ali-tier 􀁳􀁬􀀡􀀧􀁢􀁣􀁯􀁮􀁾􀁲􀁟􀁾􀁣� �􀁯􀁦􀁳􀀠Code) as guaranfee that the Bidder will enter IntO' a contrl!lct and execute bond and guarantee forms provIded within ten (l0) days after award of contract to him. The successful Bidder must furnish Performance and Payment Bonds each In the amount of 100% 01 the contract price from an approved surety Compeny holding a permit irom the State of Texas, to act as Surety and acceptable according to the lates1 list of companies holding certificates of approval from the State Board of Insurance under 7.19-1 of 'he Texas Insurance Code. The succesMul succesMul bidder must also be able to show eVidence that 11 is authorlted to do business In the State of Tex"s pri· ",. I •• ".,,,,... 􀀬􀀢􀁾􀀠," .•.• , MN CPN; 2313 PUB: 12/05/97 & 12112197 NOTICE To all persons. firms, corporations and parties who own or it! fO'IIO'wlng listed legal description. being located af and wlthh 10n, Texas, you are hereby noHtied that unslghlly vegehtfli greater than ·12 Inches and has parallel accumulation of tras tfO'n has been cut and all trash and debris removed within lC notice, the City of Carrollton 􀁷􀁬􀁬􀁬􀁾􀀠at the owner's expen$e, CI debrIs to bring it Info compliance with the Carrollton Code 0 LFGAlort,I"R1PT!f)"1 1 (V' 􀁾􀁔􀂷􀁉􀀧􀀬􀀬􀂷􀀠 P.1 FROM FINANCE 972 450 7096 FINAI"Cl DEPARTMENT I PURCHASING DMSlON 53$U Bote Joint' Road 􀁾􀁾􀁉􀀧􀀻􀀺􀀢􀁾􀀬􀀧􀁴􀀺􀀺􀁴􀀠(214}4'>IJ..1'Q')· 􀀮􀀧􀀴􀀨􀀧􀁾􀁭􀁩􀁬􀁯􀀻􀀨􀀲􀀱􀀴􀀩􀀳􀀸􀀨􀀩􀀧􀁯􀀿􀀳􀀸􀀠 P.m Office 􀁾144 􀁁􀁤􀁤􀁨􀁯􀁮􀀮􀀱􀀧􀁾􀁾􀀠7$001 <"O<,""""'N.o.."< New F.""i. til< (912) 450-7096 Pbo". (972) 4S0-709fl 􀁴􀁬􀁦􀁾􀁃􀁋􀁁􀁓􀁉􀁎􀁃􀁍􀁁􀀧􀁎􀁁􀁃􀁴􀁋􀀠February 3, 1998 Mr. Brian Salerno H.B. Zachry Company P.O. Box 531.558 Grand Prain!:, TX 75053-1558 Dear Mr. Salerno; Thank you for submitting the 10-,r responsive and responsible bid for the Addison Airport Project known as Bid No. 98-04. Our consultant has verified thl: accuracy of your bid and notl:d two omissions that need to be submitted so that your bid is il confurmance with the requl:st for bids. Those two items are, Statement ofPremium Costs and f .cknowledgment ofAddenda. Please submit these two documents· at your earliest convenience so·t I3.t WI: can proceed with a recommendation to the Addison City Council when grant and funding i >sues are finalized. Ifyou have any questions about w lat is needed, please contact Ms. Leslie Sagar, Greiner Inc., 817545-0891. Sincerely yours, Copy: Leslie Sagar Jim Pierce Greiner, Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth. Texas 76155 (817) 545·0891 FAX, (817) 545·0534 January 27,1998 E708024.81 Mr. Clyde Johnson Purchasing Manager Town ofAddison Addison Finance Building 5350 Belt Line Addison, Texas 75240 Re: Bid Packages West Taxiway and Connectors Addison Airport Dear Mr. Johnson: Transmitted herewith are the three bid packages that were received by the Town of Addison at the bid opening held on January 15, 1998 for the West Taxiway and Connectors project at the Addison Airport. ram returning these to you for your files. A copy ofthe bid tabulation that was sent to Jim Pierce on January 19, 1998 is also enclosed for your review and files. Please note that we have recommended the project be awarded to H. B. Zachry provided that they submit the forms which were omitted from their bid package. These include a Statement of Premium Cost, and an Acknowledgement ofAddenda If you have any questions regarding the bid tabulation or our recommendation, please do not hesitate hesitate to call me at (817) 545-0891. Sincerely, GREINER, INC. 􀁾􀁖􀀳􀁾􀀠Leslie V. Sagar, P.E. Project Manager SUMMARY OF BIDS ADDISON AIRPORT W STTAXIWAY (S ::>UTH SEGMENT Bids Received on Janua ry 15,1998 BIDDER Alternate 1 Concrete Alternate 2 Asphalt H.B. Zachry $1,962,591.00 $1,906,503.45 Dunnick Brothers, Inc . $2,175,145.00 $1,995,766.70 •IR.I Paving, Inc. $2,330,826.00 No Bid Engineer's Estimate $2,354,800.00 $2,145,265.00 JAN-19-1998 16:43 FROM GREINER INC. 113 TO BRUMGARTNER ADS P.01 to: 􀁊􀁩􀁭􀁐􀁩􀁾􀀠fax #: (972) 450.2837 ru: West Taxiway Bid Tabulation date: January 19, 1998 pap5: 9, including this cover sheet. Included in this fiIx is the following; • COVel letter with recommendation for award ofconstruction · Bid document check lis • Bid tabu\alions -Life cycle cost analyses Please let me know if you have any trouble reading the lnfonnation in this falt. The original is Ix:ing couriered to you for delivery by Spm today. Fmmu..._of., lKlloV. 8QIr, P.E. 􀁾􀁍􀁯.. _ URI; GReINER, INC, 4100 _ Cart!M 1!M1. SUll!l1l111 FortWoltl!. TUas 711155 (817) 54500II91 Fox: (817) 545-0534 JI'IN-19-1998 16: 43 FROM GREINER INC. 113 TO BRUMGRRTNER RDS P.02 Greiner. Inc. 4100 AmOl'i CiItUI 51vd." Sufte t08 Fort Worth. T .. """ 76155 (817l 􀀵􀀴􀀵􀂷􀁑􀁡􀁾􀀬Greiner FAX: 1817t 545-0534 Ianuary 19, 1998 E708024.81 Mr. James C. Pierce, Jr.,t'.b., u.c.c Assistant. City Engineer Town ofAddison P.O. Box 144 Addison, Texas 75001-0144 R,: West TII:Uway lind ConnllCtors with DnliDage Impl'IM!menu (South 8egmmt) Addisoll Airport Dear Mr. Pierce: We have completed our review of the three bids that _ submitted for the West Taxiway and Connector project at the Addil9Olll\Uport. Attached fOr your review IWd infinmation ia.. tobuIation ofthe bids that _ submitted, as well as a matrix summary ofthe various fuIIllS and documents that were to be included in the bid documents by the contractms. Please note that none of the contral;tors submitted all the :Ii:m:ns as requested; however, we believe that 􀁴􀁨􀁾􀀠omitted f=are not signifiCllllt to the 􀁾􀁯􀁮ofthe 􀁬􀁯􀁾most 􀁾􀀭􀁮􀀺bidder for this project, and thatthe few omitted fuIIIlS can and should be obtained from the low bidder prior to award ofthe contract by the Town ofAddison. Based upon the bid tabulations, we 􀁾that the constroction COn1ract be awarded to H.B. 􀁾􀁹fw AI....."""'" 1 aud:'l iu UIII OIIUOunt ofS 2,OSO,fI27.77 􀁾Ih'" IVWQI allli """I bid, providell that the omitted fOlIlls (Statement ofPremlum Cost. Acknowledgement ofAddenda) an: obtained. Please let me know ifyou bave any questions regarding the bid tabulation or the summary matrix offorms submitted by the bidding contral;tOrs. Also, since this project will receive funding from TxDOT, please let me know if I can be offurther assistallce with coordination between the Town ofAddison and TxDOT. Sincerely, GREINER, INC. 􀁗􀁾􀀮􀁶􀀮􀁾􀁾􀀠Leslie V. Sagar, PE. Project Manager enclosure 0:<:: Karen Griflill I JRN-19-1998 16:43 FROM GREINER INC. 113 TO BAUMGARTNER RDS P.03 Addison Bid No. 98-04 Construct West Taxiway and Connectors with Drainage Improvements (South Segment) January 16, 1998 BID DOCUMENT CHECK LIST lrem Auto ! (1 mil.) ' (1 mil.) 􀁾􀁩􀁩􀀩􀁮􀀠cost , UstOf ,610:;. JRJ ....􀁈􀁾􀁌􀀠X 1 X X 1 2 X X X X ]I; )\XX ... , ..􀀮􀁾􀀠􀁾􀀠)\ X􀂷􀁩􀁩􀁩􀁩􀁾􀀠X. Xin ink X 3 5 client X X X::=;:_ ............ .....-,.....􀁾􀀠-..(" }. ,. '" 1=111, '"}. 1\ 'ofl "1I X X X X : : : Bid Bond X X X NOTES 1. A 'sample" insurance certificate was provided. Z. A letter titled "Statement of Premium Cost" was provided, but no costs were listed. 3. Signatures, unit prices. and grand tofals were in ink. Item amounts and some unit prices in words were in pencil. 1 [It "JNI 􀁾􀁎􀁉􀀳􀁾􀁾􀀠􀁾􀁾􀀠vv:91 􀀸􀀶􀀶􀁴􀀭􀀶􀁴􀀭􀁎􀁾􀁲􀀠 01 AD01S()fII AIRPOAT TXDOT"ROJECr NO: M41 M06H eoTAB FORoJt.t)QlSON;tO NO. geoCU Q_: Jlm,N't)' 1$. 'sse PIl(),JECT OaCRfPT'J(JH '::OfIaT'tUJCr1NE$T TA1.Nl/AV AHO ·:::c::IftN£G'JQU W1li JRAINM.1£. NPAOWMENTi tSOUlli Sa;MENT) !l zALTERNATE NO.1 I CCNCRETE .... II_... 􀀡􀁬􀁰􀁔􀁾􀀡􀁬􀀧􀀠f .... '" '" i.tl .... If. (JI "' :u " 􀁬􀁯􀁴􀁁􀁉􀀮􀀮􀁁􀁬􀁔􀁅􀁾􀁁􀁔􀀶􀀧􀁈􀁏􀀮􀀱􀀠S2.:Iil4,QOO SI.9I2.Mt til.􀁾􀀷􀀦􀀬􀀱􀀧􀀵􀀠 §I TQTAlAIP 1'1"t!i'-l$ $2,3Si.eoo $l,Q412,S8I $2,116,144 lQl'AI.. NOfMlP tTEM5 $20(1 $0 .1 􀁾􀀠m-z Ilj ,;. .... .... (.oJ ..j o OJ 􀁾􀀠D 􀁾􀀠􀁾􀀠D 1il t :0 I co (JI i S2.3.1o,&26 $U25.82ll $5.000 Greiner. Inc. 4100 Amon Carter Blvd., Suite 108 Fort Worth, Texas 76155 . (817) 545-0891Greiner FAX: (817) 545-0534 January 19, 1998 E708024.81 -Cj-vfl 􀁾􀀮Mr. James C, Pierce, Jr., P.E., DEE Assistant City Engineer Town ofAddison P.O. Box 144 Addison, Texas 75001-0144 􀁾􀁾􀁾􀀠Re: West Taxiway and Connectors with Drainage Improvements (South Segment) Addison Airport Dear Mr. Pierce: We have completed our review of the three bids that were submitted for the West Taxiway and Connector project at the Addison Airport. Attached for your review and information is a tabulation ofthe bids that were submitted, as well as a matrix summary ofthe various forms and documents that were to be included in the bid documents by the contractors. Please note that none ofthe contractors submitted all the forms as requested; however, we believe that the omitted forms are not significant to the determination ofthe lowest, most responsive bidder for this project, and that the few omitted forms can and should be obtained from the low bidder prior to award ofthe contract by the Town of Addison. Based upon the bid tabulations, we recommend that the construction contract be awarded to H.B. Zachry for Alternates 1 and 3 in the amOlmt of $ 2,050,627.77 as the lowest and best bid, provided that the omitted forms (Statement ofPremium Cost, Acknowledgement ofAddenda) are obtained. Please let me know if you have any questions regarding the bid tabulation or the summary matrix of forms submitted by the bidding contractors. Also, since this proj ect will receive funding from TxDOT, please-iet me know ifI can be offurther assistance with coordination between the Town of Addison and TxDOT. Sincerely, GREINER, INC. 􀁾􀁶􀀺􀁾􀁾􀀠Leslie V. Sagar, P.E. Project Manager enclosure cc: Karen Griffin Addison Bid No. 98-04 Construct West Taxiway and Connectors with Drainage Improvements (South Segment) January 15, 1998 BID DOCUMENT CHECK LIST Item H B Zachry Duinnick Bros JRJ PavinQ Auto insurance (1 mil.) X X 1 Liability insurance (1 mil.) X X 1 1 I Statement of premium cost 2 I I EEO certification X X : X I !Acknowledge Adden<:lCl____ X X. List of 􀁓􀁕􀁢􀁣􀁯􀁮􀁴􀁲􀀬􀀭􀀢􀁡􀀢􀀢� �􀁴􀀢􀀬􀁯􀀺􀁣􀀺􀁲􀁳􀁾________+_---;X;T-_-+__-;X;T-_---+__􀀭􀀻􀁘􀁾􀀻􀁔􀀭􀁟􀂷􀂷􀂷􀂷􀁟........"11.....---1 Bid Form X X . Bid Schedule ___ _ __l--__X;,.;:.. 􀀭􀁾􀁘􀁏􀁟􀁟􀁟􀁟􀀭􀀭􀀫􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀱􀀠Certi fication statement X X X Si ned in ink X X X 3 5 client references ______\--_ X 􀁟􀁾__X X Qualification statement X X X . ;Experience record I X X I X Equipment schedule X X I...........􀁾􀀭􀀭􀀭􀀭􀀭� �Financial statement X X I Qualification Affidavit X X ! ...-... X I􀁄􀁩􀁳􀁣􀁬􀁯􀁳􀁬􀁬􀁾􀁅􀀺􀀩􀁏􀁦􀀠lobbying activity I--X ---............._---....... Bid Bond X X X j I X X ....-----.l I NOTES 1. A "sample" insurance certificate was provided. 2. A letter titled "Statement of Premium Cost" was provided, but no costs were listed. 3. Signatures, unit prices, and grand totals were in ink. Item amounts and some unit prices in words were in pencil. ADDISON AIRPORT LIFE CYCLE COST ANALYSIS PURPOSE Determine the least costly pavement alternative for "Construct West Taxiway and Connectors with Drainage Improvements (South Segment)". The lowest bid concrete alternative will be compared to the lowest bid asphalt alternative using bid prices obtained from bid opening on January 15, 1998, at 2:00 pm. ASSUMPTIONS 1. Concrete joint sealing will occur every 10 years 2. First overlay of a.c. pavement in 15 years. (3") 3. A life of 30 years is assumed to give materials same salvage value 4. A discount rate of 4% is used per AC 150/5320-6D, Appendix No.1 ANALYSIS Cost of joint seal in 1998 dollars Centerline joint 23139-20127 = 3,012 If Transverse joint (3,012If/17.5) x 35 := 6,024 Centerline connectors 3651fx2 := 730 Transverse connectors (730If/17.5) x 35 = 1,460 TNV E centerline := 145 TNV E transverse (145 Ifl20) x 47 = 341 Misc. = MOO '" 13,112Ifx$1.30 = $17.046 Cost of asphalt overlay in 1998 dollars AC. (16,700 sy x 3" x 115'b/sy.in)/2000'b/ton = 2881 ton x x $47.90 = $138,000 Tack Coat 16,700 sy x 0.1 g"/sy x $1.5/gal =$ 2,050 Striping 12,750 sf x $1/sf =$ 12.750 $153.255 Present Worth:= C+ M, l1 n1 + ... M. l' n.) S t 2) \1+n -l,1+r 1+r 1,962,591 + 17,046 􀀱􀁌􀀭􀀧􀁾􀀫􀀠17,046 '1 20) \1+.04) 􀁾􀀮􀀰􀀴􀀠= 1,962,591 + 11,516 + 7,780 = $1,981,887 := 1,906,503 + 153,255 -1L 'f \1 +.041 = 1,906,503 + 85,097 ::: $1,991,600 the Concrete Pavementalternative has a lower life cycle cost P;IDOCS\SPECS\CYCLNOTE.WPD ADDISON AIRPORT nmOT PROJECT NO.: 9842 ADDSN BID TAB FOR ADDISON BID NO. 98-04 Date: January 15, 1998 PROJECT DESCRIPTION CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENn ALTERNATE NO.1 CONCRETE DESCRIPTION ADDISON AIRPORT TXDOT PROJECT NO.: 9842 ADDSN BID TAB FORADDlSON BID NO. 96-04 PROJECT DESCRIPTION CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENT) TOTAL ALTERNATE NO.1 TOTAL AlP ITEMS TOTAL NON-AIP ITEMS Date: January 15:1998 ALTERNATE NO.1 CONCRETE $2,354.800 $1,962,591 $2,175,145 $2,330,826 $2.354,600 $1,962.591 $2,175.144 $2,325,826 $200 $0 $1 $5,000 BID TAB FOR ADDISON BID NO. 98-04 Date: January 15. 1998 PROJECT DESCRIPTION' CONSTRUCT WEST Ti'lXlWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENl) ALTERNATE NO.2 ASPHALT ENGINEER'S ESTIMATEII H.B. ZACHRY :111 DUINNICK BROS.• INC. U JRJ PAVING INC. # 􀁓􀀺􀁾􀁃􀀠􀁅􀀻􀁾􀁾􀁾􀁾􀁾ITEM DESCRIPTION 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀀤􀀩􀀠􀁁􀁍􀁾􀁾􀀻(S) 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀀤􀀩􀀠􀁁􀁍􀁾􀁾􀀻($) INI 􀁐􀁒􀁾􀁾􀁾􀁔􀁻􀁓􀀩􀀠I 􀁁􀁍􀁾􀁕􀁅􀀻􀀠($)11 􀁐􀁒􀁾􀁾􀁾􀁔􀀨􀁓􀀩􀀠􀁁􀁍􀁾􀁾􀀻($) _.z!...-.I.......-􀀰􀀽􀀭􀀷􀀰􀁾􀀮􀀰􀁾􀀰􀁾􀁈􀁉__-"0,::.5,,,,8+:􀁟􀀭􀀬􀀱􀀬􀀺􀀻􀀱􀀧􀁃􀀮􀀲􀀺􀁣􀀶􀀳􀀢􀀬􀀮􀁾􀀶􀀰􀀡􀁈􀀠7.00 I 135.940.00 1.--[.,.. 􀀽􀁐􀀮􀀺􀀡􀀱􀁾􀀰􀀴􀀭􀀺􀀺􀀺􀀵􀁾􀀬􀀽􀀭􀀱􀁟􀀭􀀫􀀮􀀮􀀺􀁂􀀺􀀺􀁉􀁔􀁾􀁕􀁾􀁍􀁾􀁉􀀢􀀧􀁎􀀽􀁏􀀽􀁕􀁥􀀺􀁓􀀺􀀧􀀺􀁐􀀮􀀺􀀺􀁁􀀽􀁖􀀺􀀽􀁅􀁾􀁍􀀺􀀽􀁅􀀽􀁎􀁔􀀭􀀽􀁒􀀽􀁅􀁍􀀽􀁏􀁖􀀮􀀡􀀻􀁁􀁾􀁌􀀽􀀭􀀬______ _____1f-!12,9,.::42'"O'-S"'Y!,--l---'::8"':,5""0+-1,,6""5.... 0,00 P'-:1::;045:-.",5,=2_--+..-:Co::Oo::N::,:C"::Rc:Eo::T-c:E::;P:::-.A",V::;E:;,M;:=E",N=Tc::R:=EC0M,,,0ccV",A=L____________1-:"'1":.7" ,40=-",SY:':--I ___ 1,-:0c.;'00c:--c.--􀁬􀀿􀁾􀁑􀀮􀁯􀀮􀁏􀁏􀀠4.31 i 7,499.40 III 20.00 I 34.800.00 ......0.00 􀁾􀀳􀁾􀀱􀀽􀁾􀁐􀁾􀀮􀀱􀁾􀀵􀁾􀀲􀀭􀀴􀁾􀀬􀁾􀀱􀀽􀀽􀁴􀁉􀀽􀁵􀁾􀁎􀁾􀁃􀁾􀁌􀁁􀁾􀁓􀁾􀁓􀁾􀁉􀁆􀁾􀁉􀁅􀁾􀁄� �􀁅􀁘􀁾􀁃􀁾􀁁􀁾􀁖􀁾􀁁􀁾􀁔􀁾􀁉􀁏􀁾􀁎􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁴..􀁾􀀠240.800.00 I 11.72 352.772.00!n 10.00 I 301.000.00 no",..􀀳􀁾􀁏􀁾􀀮􀀱􀁾􀀰􀁾􀀰􀁾􀁃􀁾􀁙􀀽􀁉􀁾􀀽􀀭􀀭􀀽􀀭􀀭􀀽􀀭􀀭􀁊􀀩􀀺􀀺􀀸􀁾􀀮􀀰􀀡� �􀁯􀀭􀁬... H 0,00,4 P-154·5.1 7.120 CY 1-35.00 249.200,00 I 35.86 255.323.20 􀁩􀁾􀀠__􀀬􀁟􀀲􀁑􀀮􀁾􀀠142.4:-::0."0,,,.0,,0IHI ____+ ___􀁾ww:::_v 5 P·155·B.1 LIME TREATED SUBGRADE 19.500 SY 3,00 58.500.00: 2.23 43,485,00 I: 5.00 ;97;500.00 0,00 6 P-155-8.2 LIME 435 TON 104.00 45,240,00 120.35 52.352,25 r 120,00-:'-52.200,00 0.00cc'-"-7􀀭􀀭􀀫􀀮􀀮􀀮􀀮􀀮􀀺􀁰􀁃􀀧􀁟􀀲􀀧􀀺􀀰􀀰􀀹􀀺􀀺􀀺􀀮􀀮� �􀁟􀀵􀀢􀀮􀀮􀀮􀀱􀀧􀀭􀀭􀀭􀀭􀁉􀀮􀀮􀀮􀀮􀀮􀀽􀀺􀁃􀀺􀀺􀀮􀀺􀁒􀁕􀀽􀀭􀁓􀁈􀁣􀁣􀁅􀁾􀁄􀁾􀁁􀀷􀁇􀁇􀀧􀁃􀀷􀁒􀀽􀁅􀁇􀀢􀀧􀁁􀀢􀀧􀁔􀀽􀁅..B"A"S....E..-C-O....U'CR"'S:c:E'-------------+·-i..:70"'0'-'-C"'Y:,:..j·--'-"48."'0' Co-'i· .H7.600.00 40,98 151,626,00 • 30,00, 111.000.00 0,00 8 S"1-4,1 REMOVE AND REPLACE EXIST, PORTLAND CEMENT CONCRETE PAVEM 235 SY 70.00: 16.450,00, 63.581. 14.941,30' .. 120,00, 28.200,00 0.00 9 P-40H,1 BITUMINOUS4,32Q!qr:-t. 60,00, 259,200,00 r---4-i'9() 206.928.00 52.07 224,942,40; 0.00 10 P-401·8.2 BITUMINOUS BASE COURSE 1,040 TON 58,00 :---SO.3:iO.OO.' 45,65 47,476.00,i 52.07 _54.152.80' 0.00 11 P-401-8.3 BITUMINOUS SUBBASE COURSE 650 TON 56.00 36,400.00 ' 45.20 29.380.00.J 52.07 .u .._. 33,845,50 ............... I 0,00 12 P-401-8,4 MILLING EXISTING PAVEMENT 500 SY -----------20-:00·· 10.000.00 1,10 550.00 II 20.00 10.000.00 I 0,00 ",13,-+--:P",,-501.8.2 PORTLAN[)CEMENT CONCRETE PAVEMENT (8") 1,780 SY 65,00115,700,00 29.44 ______.!i?,.403.20 35.50 63,190.00" : 0.00 14 P·602-5.1 BITUMINOUS PRIME COAT 4,110 GAL 2.00' 8.220.00 1.50 6,165.00 2..00.-__ 8,220.. 00,' : 0.00 15 P-603-5.1 BITUMINOUS TACK COAT 1,920 GAL 2,00' 3.840.00. 1.50 2.880.00 2.00 􀁵􀀮􀀭􀁾􀀮􀀸􀀴􀀰􀀮􀀰􀀰􀀧􀀠• I 0.00-*i 􀁾􀀺􀁾􀁾􀀺􀁾􀀻􀀠__􀀫􀀭􀀧􀁾􀀺􀀭􀁣􀁾􀀧􀁣􀀢􀁎􀁟􀀽􀁒􀁗􀀭􀀽􀁅􀀭􀁣􀀭􀁾􀁎􀀢􀀧􀁙􀁆􀀢􀀧􀁾􀀢􀁣􀁾􀀧􀁃􀁾􀀭􀀽􀀻􀀽􀁾􀀭􀁃􀀢􀀧􀁉􀁾􀁣􀁟􀁾􀀧 􀁃􀁾􀀢􀁣􀀺􀀭􀀽􀀺􀀽􀀻􀀽􀀭􀁾􀁔􀀭􀀽􀁾􀀢􀀧􀁾􀁰􀀬􀁾􀀺􀀭􀀧􀀨􀀽􀁃􀁌􀁁􀁾􀁓􀀧􀁃􀁓􀁣􀁬􀀧􀀢􀁉􀁬􀀩􀀭􀀭..............--.....􀀭􀁟􀁉􀁟􀀭􀁬􀀭􀀲􀁟􀀧􀀺􀀢􀀬􀁾􀁏􀁾􀀽􀀭􀀮􀀺􀁾􀁃􀀽􀀭􀁆􀁉􀀭􀀮􀀭􀀺􀀶􀀺􀀭􀁣􀁾􀁣􀀺􀀺􀀮􀁾􀀭􀁾􀂷􀀮 􀀠􀀡􀁾􀀺􀀺􀁾􀁾􀁾􀁾􀀠􀀷􀁾􀀮􀁾􀁾􀀠􀁳􀀡􀀺􀁾􀁾􀀡􀀮􀁾􀁾􀀠􀁾􀀮􀁾􀁾􀁾􀀺􀁾􀁾􀁉􀁢􀀬􀁾􀀺􀀽􀀽􀀽􀀽􀁴􀀽􀀠􀁾􀀮􀁾􀁾􀀠 .18, D·701-5.336"F{EJNFORCEDCgNC:flETE PIPE (CLASS III) 710 LF 85.00,,0,350,00 100.05 ...... 71,035.50 ....__.100:()[)__ 71.000.00::1 .-L 0.00 19 : 0·701·5,4 42" REINFORCED CONCRETE PIPE (CLASS III) 1,822 LF 110,00 _. 200,420,00 126.152,2'9;a;i5.30 .. : 130,00 236,860.00. 1_ 0.00 20 􀀫􀀭􀀭􀀺􀁔􀁃􀀧􀁘􀀺􀁯􀀺􀁄􀁯􀁣􀁏􀁔􀀧􀀺􀀢􀀺􀀴􀀰􀀺􀀭􀀭􀀲􀁾􀀮􀀱􀀧􀀭􀀱􀀭􀀭􀀻􀀻􀀺􀁔􀁒􀀧􀀻􀀿􀀻􀁅􀀬􀁯􀀬􀁎􀀢􀀧􀁃􀀻􀀺􀀧􀁈􀀵􀁅􀁘􀀢􀀧􀁃􀀢􀀧􀁁􀀧􀀺􀀺􀁖􀁾􀁁􀀷􀀮􀀧􀁔􀀺􀀺􀀺􀁉􀁏􀀺􀀺􀀮􀀺􀁎􀀷􀀧􀀭􀀺 􀀺􀁐􀁒􀁣􀀻􀁏􀀽􀁔􀀻􀀺􀁥􀁅􀀢􀀧􀁃􀀢􀀧􀁔􀀮􀀺􀀺􀁉􀁏􀀢􀀧􀁎􀀢􀀭􀀭􀁟􀁟􀀠_ ______f_""3"'... 2""=00_-:􀁌􀁌􀀺􀀺􀀭􀁆􀁉􀀭􀀭􀀺􀀺􀀭􀀺􀀺􀀻􀀻􀀺􀀲􀀻􀀻􀀺􀀬􀀺􀀺􀀰􀀰􀁾____ 􀀶􀀬􀁾􀀱􀁬􀀮􀀮􀀱􀁬􀀮􀀺􀀡􀁬􀀮􀀨􀀩􀀮􀀠5,61 17.952.00: 1.00 3.200.00 I 0,00 21 .::D..:-7.::5.:.1-",5'c'.1_--+..:G",RA=T",E",I",N",LE=,T"-,:,(TY,,.c:.P=,E.:.H:L)"'(M"'O"'D"')---,..=...cc-_____....====__ 6 EA 5,000.00 i 30,000.00 4,350.00 26100,001 6.000,00 36,000.00 '11 0.00 .,.22"-1_D-:.-",7'C51",-5:c-.2=--_+--=G"RA=-=T...,Ec'-IN"LE=Tc'(c'.,TY"P"E-..H,,).,.(M..O,:,D-,.)'.'W .. 6.307.50 6,307,50: 6.000.00 6.000.00. 0.00...l"MA=N H"O"L=E...,B",O:.:.TT"O",M=(Tc.:Y.:.P.=E-"MCL)(",M::.:;O",D::L.)--j__"'l:...,cEA=+-....:S"',O"'O:::,O."'O::.0--f-_.-:?'S, ,,2::.3+-:::D-:-7:::5"'1."'5.:=,3....-+..-:TY=P"E:-cM"-='M"'A"' N'::'H.::O"'LE"-:::==-_____________ _ 2 EA 􀁾􀀠"no 􀁮􀁯􀁬􀁾􀀬􀁏􀁩􀁬􀁑􀀮􀀨􀀩􀀨􀀩􀀵􀀬􀁾􀀨􀀩􀀨􀁴􀁏􀁏􀀠. 10,400.00 8,000.. 00 _ 16,000.00. ! 0,00 -:2'C4_1_....-:T..􀁸􀁄􀀽􀀽􀀰􀀧􀁃􀀭􀁔􀀧􀀺􀀢􀀧􀀱􀀶􀀺􀀮􀀮􀀺� �􀀮􀀮􀀭􀀺􀀮􀀱􀀧􀀭􀀭􀁴􀀭􀁣􀁓􀀺􀀧􀁃􀁅􀀧􀀽􀀧􀁅􀁃􀀧􀁄􀀺􀀭􀀺􀁉􀀺􀀭􀀧􀁎􀁇􀀽􀀢􀁁􀀺􀀺􀁣􀁎􀁾􀁄MULCH-:'IC':NG'==:-====________...........7Q,10Q SY 1--__1,:,:.0"'°: _.'..............1.100.00 0.65 45,565,00 0.80... ...56,080.00: : 0.00 I 􀁾􀀮􀀠L-l08·5,1 L-824C #8, 5KV CABLE (INSTALLED IN DUCT) 10,100 LF 1.20' 12,120.00 0,78 7,878,00 1.00 10.100,00: 0,00 26. L-l06-5.2 #6 AWG BARE COICP (INSTALLED ABOVE DUCn 4,300 LF 1.20' 5,160,00 062 2.666,00i:io4;73ii:iiOi 1 0.00 27 I L-l10-5,1 2" PVC ONE·WAY ELECTRICAL DUCT -TYPE "A" 3,700 LF 7,00 .. 25.900,00 ----s.o5·l 33,485.00 6,70 24.790 DO: i 0.00 ·2iiiL:l10:??,.•.. 􀀫􀀮􀀺􀀻􀀲􀀧􀀻􀀭􀀢􀀻􀀻􀁐􀁖􀁃􀀺􀁃􀁾􀁏􀀺􀀺􀁎􀀢􀁅􀁣􀀭􀁗􀀧􀁃􀀧􀁁􀀻􀀮􀀺􀀮􀁙􀁾􀁅􀁌􀀺􀀽􀁅􀀺􀀧􀁃􀀺􀀺􀁔􀀺􀀺􀁒􀁾􀀱􀁃􀀺􀀭􀁁􀀻􀁌􀀢􀀻􀁄􀀺􀀺􀀻􀁕􀀬􀀺􀁃􀀢􀀬􀁔􀀻􀀭􀀧􀀭􀀺􀀻􀁔� �􀀽􀀬􀀺􀁐􀀺􀀻􀀺􀀻􀁅􀀻􀀺􀂷􀀻􀀺􀀧􀁓􀀺􀀬􀀢􀀬􀀮􀀺􀁃􀀺􀀬􀀺􀁏􀀺􀀻􀁎􀀬􀀻􀀺􀁃􀀺􀀻􀁒􀀺􀀻􀀺􀁅􀀮􀀺􀀻􀁔􀁅􀀺􀀻􀀺􀀮􀀺􀁅􀀧􀁃􀁎􀁃􀀺􀀻􀀺􀁁􀀺􀀮􀀻􀁓􀀺􀀻􀀺􀁅􀀽􀁄􀀺􀀭􀁉􀁟􀀭􀀬􀀭􀀷􀀹􀀺􀀻􀀰􀀧􀀭􀁣􀁌􀀺􀀽􀀺􀁆􀀺􀀭􀀱􀁟􀀠15.00' 11.850,00 14.54: ---i 10.00 .. -7.90000' :1 I O.Oil uO.uv 50 􀀺􀁾􀀳􀀮􀀬􀁾􀀸􀁛􀁾􀀸􀀠I'.' 􀀮􀀲􀀬􀀴􀀱􀁾􀀮􀁾􀀮􀀮􀀮􀀠44.00... ..___ 2930 L-l10-54L·ll0·5,3 4"FOUR-WAYPVC TWO·WAYFAA DUCT· TYPE "0"ELECTRICAL DUCT· TYPE "C". CONCRETE ENCASED 7555 LF LF .....°...<0'..'•."'00°.. ........' ,•••[: ....•..:...••􀁾􀀮􀂷􀀮􀁓􀀮􀂷􀀮􀀭􀀮􀀴􀀶􀀲􀀵􀂷􀀮􀀭.•,:.·.7•. 􀀵􀀰􀀬􀀰􀀰􀁾􀁅􀁾􀀴􀀠.......􀀳􀀮􀀱􀀮􀀺􀁾􀀷 􀀸􀀬􀀷􀀵􀁾􀀹􀀬􀁏􀁏􀀠􀀡􀀺􀁩􀀮􀀧􀀮􀀡􀀮􀀡􀀿􀀺􀀮􀁯􀀮􀀧􀀡􀀮􀁕􀁾􀁟􀁟2.420.00 􀁾􀀬􀀭􀀭􀀧􀀭􀀭􀁊􀁴􀀭􀀭􀁾􀀮􀁟􀁾􀀠31 L-l10·5.5 THREE-WAY FAA DUCT -TYPE "E" ao LF 6 0 􀁾􀀮􀀲􀀲􀀵􀀮􀁓􀀮􀀰􀀠..53.00__ 4.240,00 U' I 0,00􀀮􀀮􀀮􀀺􀀺􀀮􀁾􀀭􀀫􀀭􀀮􀀮􀀮􀀮􀀺􀀺􀀮􀀮􀀮􀀮􀀺􀀽􀀭􀀭􀁣􀀽􀀮􀀠__ .. .. 32 L-l10-5,6 THREE·WAY FAA DUCT· TYPE ''P' 80 LF 00 7.225.60 58.00 4.640.00' I 0,00 il:: 􀀭􀀧􀁃􀁾􀀺􀀭􀁣􀀺􀁾􀀺􀀭􀁾􀀢� �􀂷􀀽􀀭􀀺􀂷􀀽􀀭􀀽􀀠..􀀫􀂷􀀫􀀭􀀽􀁦􀀺􀀺􀁣􀀺􀁔􀀧􀀺􀀧􀁾􀀺􀁃􀁌􀀢􀀧􀁣􀁅􀀽􀀺􀀭􀁾􀀺􀁾􀀺􀀺􀁲􀀺􀁾􀀺􀀺􀁘􀀺􀀻􀁾􀀺􀀺􀁾􀀺􀁾􀀺􀀢􀁯􀀺􀁁􀀺􀀺􀁾􀀺􀁾􀀺􀁾􀀽􀁾􀀽􀁾􀀭􀀺􀀮􀁙􀀽􀀭􀁾􀀺􀁅􀀮􀁾􀀺􀀮􀁾􀁣􀂷􀁾􀀢􀀻􀀧􀂷􀀭􀀺􀁈􀂷􀁾􀀮􀁟􀂷 􀂷􀁟􀀽􀂷􀀭􀀽􀁾􀁾􀁾􀀮􀁾􀁾􀀠􀀬􀀧􀁏􀀺􀁯􀀲􀀴􀁃􀁾􀀠􀀱􀁾􀀲􀀧􀀲􀁾􀀡􀁾􀁾.. .•..= ..-=-=---==··=··=··=··_·-··-··-:-:=-:If-:-.􀀭􀁣􀁾􀀽􀀭􀀮􀀺􀀭􀁾􀁣􀀭􀁊􀀭􀀳􀀭􀀽􀀮􀀰􀁾􀁈􀁌􀁉􀀠4.7:::! 191•• 􀀴􀀲􀀳􀀱􀀵􀁾􀀶􀀹􀀷􀁾􀀠. . 􀁯􀁴􀁄􀁾􀀺􀀲􀀢􀀡􀀶􀁲􀀭􀁯􀁾􀀰􀀮􀀬􀁾􀀰􀀠􀁊􀀽􀁾􀁾􀁾􀀬􀁾􀁬􀁬􀀺􀀺􀁾􀂷􀀭􀀠EA36........ · LL:11:!:55.:0..·_·,··.••••􀂷􀀮􀁲􀀮􀀭􀁒􀁒􀁾􀁾􀁏􀁏􀁣􀀺􀁥􀁔􀁁􀁅􀁾􀁅􀀺􀀺􀀱􀀺􀁓􀁇􀀺􀀻􀀭􀁔􀁁􀀻􀀭􀀻􀁈􀀮􀁾􀀬􀀻􀀺􀁾􀁣􀁣􀁅􀁄 􀀺􀀺􀀺􀁾􀀺􀀻􀀺􀁉􀁏􀁓􀀺􀀺􀁌􀁔􀀭􀀻􀀺􀁅􀁉􀀮􀀮􀀭􀁎􀁇􀀭􀀨􀁍􀀭􀁉􀀭􀁔􀁬􀀭􀀩􀀭􀁆􀀭􀁉􀁘􀀭􀁔􀀭􀁕􀀭􀁒􀀭􀁅􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀺--2=-=􀀴􀀬􀁏􀁏􀁏􀀧􀀰􀀰􀀱􀁾􀀱􀁾􀀽􀀭􀀭􀁾􀀢􀀧􀁾􀀠􀀢􀀿􀁴􀀮􀀮􀀺􀀽􀁾􀁾􀁾􀁕􀀠.':'-i··········· 2.000.00 􀁥􀀧􀁁􀁾􀀧􀁾􀀠 .37 J 􀀮􀀮􀀮􀀮􀀳􀁉􀁬􀀮􀀮􀀮􀁌􀁾􀀺􀀱􀀻􀀺􀀻􀀺􀀭􀀵..2__.. .I L-861T MITL BASE: MOUNTED FIXTURE (BLUE) 􀀱􀀭􀀭􀀶􀀭􀀢􀀮􀁾􀀭􀀽􀁃􀁾􀁾􀀠􀀺􀀺􀁾􀁾􀁾􀁾􀁾􀀠􀀺􀀶􀁾􀀺􀁾􀁾􀁾􀁾􀁾􀁬􀁦􀀠􀁾􀁾􀀺􀀮� �􀁾􀀠􀀴􀀴􀀮􀀶􀀲􀀳􀀮􀀵􀀳􀀱􀁉􀁤􀁾􀁾􀀶􀀶􀀮􀀮􀀶􀁾􀀺􀁾􀁾􀀮􀁊􀀬---%.Wo ADDISON AIRPORT TXDOT PROJECT NO.: 9842 ADDSN BID TAB FOR ADDISON BID NO. 98-04 PROJECT DESCRIPTION: CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMENT) TOTAL ALTERNATE NO.2 TOTAL AlP ITEMS TOTAL NON-AlP ITEMS • Correction of bid due to mathematical error in extension and/or addition ALTERNATE NO.2 ASPHALT $2,145,265.00 $1,906,503.45 • $2,145,065.00 $1,906,503.45 • $200.00 $0.00 Date: January 15, 1998 $1,995,766.70 $0.00 $1,995,765.70 $0.00 $1.00 $0.00 ADDISON AIRPORT FAA PROJECT NO.: 3-48-0063-07 BID TAB FOR ADDISON BID NO. 95-17 Date: January 15, 1998 PROJECT DESCRIPTION CONSTRUCT WEST TAXIWAY AND CONNECTORS WITH DRAINAGE IMPROVEMENTS (SOUTH SEGMEN1) ADDITIVE ALTERNATE NO.3 LIGHTING FOR TAXIWAY B SPEC.. # NO: ITEM DESCRIPTION 1 L-108-5.1 L-824C #8, 5KV CABLE (INSTALLED IN DUC1) 2 L-108-5.2 #6 AWG BARE CO/CPilNSTALLED ABOVE DUC1) 3 L-11 0-5.1 2" PVC ONE-WAY ELECTRICAL DUCT -TYPE "A" 4 L-125-5.1 REMOVE AND REINSTALL EXISTING (MITL) FIXTURE 5 L-125-5.2 L-861T MITL BASE MOUNTED FIXTURE (BLUE) ESTIMATED QUANTITY 5,700 LF 5,000 LF 4,440 LF 10 EA 35 EA ENGINEER'S ESTIMATE 􀁾􀀠H.B. ZACHRY UNIT ITEM .:: UNIT PRICE ($) AMO"UNT ($)' PRICE ($) 1.00 5,700.00 •• 0.87 1.00 5,000.00 0.71 6.50 28,860.00 10.00 550.00 5,500.00 743.08 750.00 26,250.00 791.35 ITEM AMOUNT ($) . 4,959.00 3,550.00 44,400.00 7,430.80 27,697.25 •. DUINNICK BROS. INC. JRJ PAVING INC. IIII UNIT ITEM UNIT . ITEM In PRICE ($) AMOUNT ($) PRICE ($) AMO"UNT($) . 0.80 􀀧􀁾􀁏􀁏􀁩􀀠0.75 􀀮􀁶􀀬􀁯􀁯􀁾0.60 3,000.00 0.60 3,000.00 6.00 26,640.00 •• 6.00 26,640.00 500.00 5,000.00 ., 500.00 5,000.00 550.00 19,250.00: 800.00 28,000.00 TOTAL ADDITIVE ALTERNATE NO.3 $71,310.00 $88,037.05 $58,450.00 $66,915.00 • ADDITIVE ALTERNATE NO.4 TAXIWAY EDGE REFLECTORS SPEC.. # NO. ITEM DESCRIPTION 1 L-853-4.1 ELEVATED RETROREFLECTIVE EDGE MARKER ESTIMATED QUANTITY 35 EA ENGINEER'S ESTIMATE H.B. ZACHRY UNIT ITEM UNIT ITEM PRICE ($) AMOUNT ($) PRICE ($) AMOUNT ($) 75.00 2,625.00 96.46 3,376.10 DUINNICK BROS. INC. JRJ PAVING INC. IIIUNIT ITEM UNIT ITEM 􀁾􀁉PRICE ($) AMOUNT ($) •• PRICE ($) AMOUNT ($) 50.00 1,750.00' 50.00 1,750.00 TOTAL ADDITIVE ALTERNATE NO, 4 $2,625.00 $3,376.10 $1,750.00 $1,750.00 TOTAL ALTERNATE NO,1 $2,354,800.00 $1,962,590.72 $2,175,145.00 $2,330,826.00 TOTAL ALTERNATE NO,1 + 3 $2,426,110.00 $2,050,627.77 $2,233,595.00 $2,397,741.00 • TOTAL ALTERNATE NO,1 + 4 $2,357,425.00 $1,965,966.82 $2,176,895.00 $2,332,576.00 TOTAL ALTERNATE NO, 2 $2,145,265.00 $1,906,503.45 • $1,995,766.70 NO BID TOTAL ALTERNATE NO, 2 + 3 $2,216,575.00 $1,994,540.50 • $2,054,216.70 TOTAL ALTERNATE NO, 2 + 4 $2,147,890.00 $1,909,879.55 • $1,997,516.70 • Correction of bid due to mathematical error in extension andlor addition ----Greiner Job Project No. Sheet of Description Computed By Data Checl h """"t <:.. A'-I :2, 3'5'-l, S"O I, "1bZ t '5'iD ,12-Z, I,,,,, ,l't':7. 00 2, 􀁾􀀳􀀰􀀮􀀠'8"2.1... Q.;, Z 􀁾􀀠, l4-l ,viS I ,377, 1"I1c..3'2. I) 9'15,11.(",10 t-lo BID '7/,"310 Sg , 1>37.3'? '='6, '+"0,00 '11,1'10. 00 ;!,(""l,',') :3 :;'11...104 , ',1'50.= " '1 '?D. 10 0 -7' 1+.3'. Z ,'+:210,11 0 '1, 0 50 , 10 2'1. 1 f '1.,a-.''::l, '51'7,00 ?-, LJ.o'2:, 0: IP. 0:) 1-1-4-1,3:,'1,42? t 9("54"",:37.. ?., \ -, t" I '0'1 '5 • DO '2.,'3'2,:'710. 0 0 I J ';<-1-3 :2. , 􀁾􀀠16'12.'5 I , 'ito? '2..-;:; '? , ,'1 ? 0'5'1-';l.1(P, '10 No' elD) I , ;;l+Y. '1., I SO, 140 I , e11>0 ) ? '7 '2. • '-l 'Z.. I, "19. I 51(".ID No SID Greiner Job Project No. Sheet --01 -Description Computed By Date Checl 4 􀀻􀀡􀀬􀀨􀁐􀁾􀀧􀁓􀀠:3 , ::''1(.,.10 -71+3., 2 ,42"',11 0 1,05D, (P2'7, 1'1 ).1'4-'2 13S'7,42.5 I '1105 '9 r.,,, .£>2 J , ;;<.;-3 :z Dl.1 􀁾􀀧􀁬􀀲􀀮􀀧􀀿􀀠"2.-:? '7 • ?'7 , ! I I Cj 0'? 􀁾􀁩􀀭􀀬􀀫􀀠'J., I So ,1.40 I, \3 ISo ) <;'>7'2, '1z. .6.1-\-3 v'S 2.+:' 2..1"1'7,1'+7. DO 2, 􀁾􀀿􀁏􀀬􀁾􀁌􀀮􀀢􀀢􀀠ID "f'll 51(" • ..w NO S,DI , I --BID TABULATION, BID 98-04 WEST TAXIWAY-ADDISON AIRPORT JANUARY 15, 1998 4LI 􀁾􀁚􀀠3 AMOUNT J /7S0,lJD /j I 16"0,00J ® 􀁾􀁾􀁾􀁾􀁾􀁾􀀠􀁾􀁕􀁦􀁌􀀯􀀮􀀠􀁾􀀠􀁾􀀠􀁏􀁾􀁾􀁉􀀼􀀭􀀭􀁾􀂷􀀭􀁾􀁾􀁉􀁾􀁾􀁴􀁖􀀭􀁴􀀺􀀺􀁥􀁴􀀭􀁣􀁲􀁾􀀠CD 􀀡􀁊􀁻􀀩􀀩􀀮􀁾􀀠􀁻􀁾􀀠'I?r'iCrD TOWN OF 􀁾􀀠ADDIsoN To: RtGLVeJ.jft15 Company:Utes b-y.e; n er FAX#: 5""05-3 􀁾􀀵􀀭􀁾3'13 Date: {1--lCj -q '7 Re: Wf2Si-Slt:ie" 􀀷􀀴􀁸􀀺􀀯􀁾􀀠# of pages (inclnding cover): Lo Original in mail oPer your request Comments: {1 PUBLIC WORKS From: James C. Pierce,Jr.,P.E.,DEE Assistant City Engineer Phone: 􀀹􀀷􀀲􀀯􀀴􀀵􀀰􀁾􀀲􀀸􀀷􀀹􀀠FAX: 􀀹􀀷􀀲􀀯􀀴􀀵􀀰􀁾􀀲􀀸􀀳􀀷􀀠16801 Westgrove P.O. Box 144 Addison, TX 75001 oCall me ADDISON AIRPORT ADDENDUM NO. 1 PARTIAL DRAWING NO. 22 "I I '" &. ADDEO COMPACTION REQUIREMENTS l( '" 12/18/97 c '"􀁾􀀠TYPICAL NATIVE MATERIAL I VIetti. , 􀁾􀀠(3" MAX. GRAIN SIZE) II It so " eJot w' ,yvt,,;1 -__ _..J.if) ('1 􀁾􀀠EXIST. S. 􀁾􀀠GR OUN.O.'\..... _. 􀁴􀀢􀀬􀀺􀀬􀀺􀁯􀀢􀀺􀁾􀀺􀀢􀀬􀀺􀀬􀀬􀀬􀀽􀀺􀀬􀀬􀀺􀀺􀁾􀁦􀀠􀁾􀁴􀁹􀁜􀁻􀁊􀀨􀁰􀁁􀀢􀀠􀁾􀀠fT c::, 􀁾􀀺􀀠􀁾􀀠Ifc:: W/SELECT MATERIAL ,c::TO 95% MAX. DENSITY 􀁾􀀠STONE 3" MlrT I' BACKFILL COMPACT CRUSHED 1/10 0.0.1 I mil rrl¥]Q:::?rlUJ 6" MIN. EMBEDMENT DETAIL FOR STORM SEWER DETAIL NO.1 ': If"';.'.: ".T.S. page 4 of4 /-zIt 7 .􀀯􀁊􀁊􀀻􀁤􀁾Is'} ue3 􀀲􀂷􀁷􀁾􀁾􀀠. .. 􀁾􀀧􀀧􀁕􀀭􀀭􀀺􀀺􀀻􀀻􀀠,. 􀁾􀀮􀀠􀁾7MJ...-I 􀀹􀀭􀀬􀁾􀁟􀀠􀁫􀁾􀁾􀁾􀁴􀀠. . ?¥: 􀁾􀁤􀀻􀀭􀀮􀀠 : i:j:/;fro 􀁾􀀯􀀮􀀯 __ PRE-BID CONFERENCE FOR Construct West Taxiway and Connectors with Drainage Improvements (South Segment) ADDISON AIRPORT ATTENDANCE SHEET ..-' 8 f I 9d8 -c;., ?--" !V'I'i/L", V/4V/'-I"!' 'r 􀀧􀀭􀀬􀀮􀀭􀁾􀀢􀀠􀀱􀁚􀀮􀀧􀀴􀁾􀀿􀀼􀁬􀀱􀀭􀀳􀀵􀀳􀀱􀀠IZ/ A. 􀁾I Sr c 􀁾􀀠THeSE If/It t: 􀁾􀁬􀁶􀀻􀁾􀀱􀁊􀀬􀀠,#""NI /",. 􀁾􀀠,,"'lttlE".... .,... 􀁾􀀠I'Hlatl 4d;'!'" 􀁾􀀠Ncr£. !i>AIt-Bit> l£lIV3. _ 15)rp... .,..£ i $ ;:;../11, "vd r /I../t'i" iii "i)" UJ..A.I )I'd", 􀁲􀀢􀀢􀁉􀁉􀁈􀀧􀁾􀁲􀁒􀀢􀁢􀀠􀁾􀀠? 􀁾51ir> -!l7:J(!I'AiPUIli. »0 '16U 􀁾􀀬􀁶􀂷􀁉􀀺􀀯􀁾􀀱􀁌􀀠􀁇􀁩􀁅􀀮􀀨􀁾􀁴􀀽􀁾􀀠􀁾􀁁􀀩􀁾􀀠 Dnf.SLC, 􀁷􀁾􀀠s..ou(.." !2lC'-(11ft. M.,rf(!!-?.. ,'J P.2 12-10-1997 12,53PM FROM FINANCE 972 4512l 7096 CLYDE JOHNSON, C.P.M. PURCHASINC MANAGER TOlIIN OF ADDISON FACSIMILE TRANSMISSION FAX: (972)450-70'16 OFFICE: (971)4!iO-7090 Date: December 9, 1997 To: Contractors and Plan Rooms Subject: Announcemeot ofConstruction Project Bid Number: 98-04 Bid Name: West Taxiway COllIlectors With Drainage Improvements (South Segment) Engineer's Estimate: $2,147,615 to $2,426,llO (Depending on alternates chosen) Pre-bid Conference: When: Where: 2:00 pm, Tuesday, December 16. 1997 Addison Service Center 16801 Westgrove Bids to be opened: When: Where: 2:00 pm, Thursday, January 15, 1998 Addison Finance Building 5350 Belt Line Rd. Bonds and Insurantc: 5% Bid, 100% Performance -Payment -Maintenance Bonds Contractor's Liability and Workers Comp as specified PIanslDotumena: Available at the Finance Bldg. at no duI.rge aDd no deposit. Deseription ofwork: See bid documents P.3 12-10-1997 12,S3P1-1 FROM FINANCE 972 tl50 7096 TOWN OF ADDISON P.O. BoxSdOIO AOOISON, TX 7500 1-90I 0 97<:-450-7090 FAX; 972-450-7096 FIRM; 97<:-450-7095 December 9, 1997 Bidders on Addison Projects Dear Bidder: the Town maintains aFAX on Demand, called the "FIRM", which allows you to retrieve infonnation about our bids, including a copy ofthe Bid Tabulation. Bid Tabulations are available about one hour after the bid opening and can be retrieved from any touch-tone phone, directly to your FAX machine. Dia1972-4S0-7095 and follow the voice prompts, be sure to wait for the "beep" before you push a key on your phone in response to instructions. The last entry you wiD be asked to make, is to enter the document number oftbe document you want. The number will always be the last two digits ofthe bid concerned. For exillllple, uyou are interested in rectliving the bid tabulation for Bid No. 98-04, request document 04. Ifyou have a problem or need assistance, call the number in the letter head. Sincerely yours, yours, 􀁲􀁙􀁪􀁾􀁾Clyde Johnson, C.P.M. Purchasing Manager P.S . You can get a plan holder list each morning by calling tbe FIRM and requesting document 85. 1.2-10-1997 12,SdPM FROM FINANCE 972 Ll50 7096 PoLl File: AIRPORT.TEL DODGE FT.WORTH 1-817-338-4880 􀁾􀀠DVININCK BROS 1-817-488-2174 􀁾􀀠Greine. 1-81'-545-0534°.r ORVAL HALL EXCAVATING 1-817-625-2941 􀁾􀀠SUMMOUNT CORP 1-817-648-2203 􀁾􀀠ABC PLAN ROOM 256-4163" XIT PAVING « CONSTRUCTION 289-3249 ... MARIO SINACOLA 436-8364 v TRI-CON SERVICES 475-7416 .... Gibson and Associates 557-1552" "·-'f8..{11,/􀀯􀁨􀁖􀁾􀀠WALKER ENGINEERING 574-2983 It" APAC-TEXAS 􀁊􀀮􀁉􀁾􀁾􀀠742-3540 v' DURABLE SPECIALTIES 780-7411 ". S. HAKIM CONSTRUCTION **METRO* 817-467-7563'" .JR.J PAVING 869-9757 1000" V" SOUTHWESTERN LABS 􀁾􀁬􀁹􀂷􀀹􀀲􀀰􀀭􀀱􀀸􀀹􀀱􀂷􀀠􀁾􀁶􀀠􀁾􀁆􀀭􀁴􀁌􀀮􀀠J.I