PUBLIC WORKS DEPARTMENT (972) 450-2871 Post Office Box 9010 Addison. Texas 15001-9010 16801 Westgrove April 28, 2005 Constructors & Associates, Inc. 3333 Welborn St Suite 200 Dallas, Texas 75219 Re: Addison Airport Road #11320 Dear Sir or Madam: This letter serves as confirmation that the Frito Lay project, on Airport Pkwy. in Addison, Texas, was new ground-up construction performed by Constructors & Associates, Inc. Should you have any questions or need additional information, please do not hesitate to contact us. Sincerely, ~~> r •Steve Chutchian Assistant City Engineer HP LaserJet 4100 MFP Town of Addison 972 450 2534 04/29/2005 08:01 AM Job Data/Ttma Type Identifi.cation Duration pages Result 7029 04/29 08,01 AM Send 92145999065 00'21 1 OK PVBLJC WORKS DEPARTMENT April28.200S CoostrulltOrs /I( AssooWes, ]no. 3333 Welborn Sf. Suite 200 Oaftas, Texas 75219 Re: AddisonAirportRoadRl1320 Dear Sir or Madam: nis letter serves as ronflrmation that the Frito Lay project. on Airport Pkwy. in Addison. Texas, was new arournklp construction performed by Constructors& Associates, rnc Should you have allY ~or need additional infbnnatioo, please do not hesit:atcto contact us, Sincerely, .~~. Stove Owtchian As5is:tant City Engineer ,JAPR. 27.2005 2: 55PM CONSTRUCTORS NO. 2559 P. 2/2 CLIENT LETIERHEAD Date Constructors & Associates, Inc. 3333 Welborn St, Suite 200 Dallas, TX 75219 RE: Construction Job No Dear Sir or Madam o This letter serves as confirmation that our (JOB NAME, ADDRESS, STAIE) was unoccupied space prior to its build out and/or new ground-up constnl.ction performed by Constructors & Associates, Inc, Should you have any questions or need additional information, please do not hesitate to contact us. Sincerely, APR, 27. 2005 2: 55PM CONSTRUCTORS NO. 2559 p, 1/2 oCONSTRUCTORS DATE: Apri127,20OS TO: Town of Addison -Steve Chutchian FAX: 972-450-2825 FROM: Janice Nobles. Branch Accounting Manager. Dallas NO. PAGES iRANSMIITED (INCLUDING THIS COVER): 2 REI SALES TAX AUDIT ON PROJECT -ADDISON AIRPORT ROAD #11320 REMARKS: TO Whom It May Concem: Pursuant to sales tax considerations, it is necessary for us to distinguish the type of construction performed by Constructors and Associates, Inc. Therefore, we need a letter on your company letterhead stating whether the work we performed was build out of unoccupied space or ground up construction (see the attached sample). Please fax it back to my attention at 214/599-9065 as soon as possible. The tax auditor is going to be here on Friday. Thank you in advance for your cooperation, and I am sorry this is such short notice. If you have any questions, feel free to contact me. Constructors &; Associates, Inc. 3333 Welborn, Suite 200 Dallas, Texas 75219 P~one: (214) 525-5161 Fax: ((214) 599-9065 TOWN OF ADDISON . PAYMENT AUTHORIZATlON MEMO Claim# Check $ 24)~7S. 2. L.DATE: ---,----Vendor No, Vendor Name Address II/I Address Address Zip Code TOTAL EXPLANATION F(rvA-L Authorized Signature Finance MONTHLY INVOICE JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite 1 Plano, Texas 15014 (912) 423-1313 Project Name: Job #630 -Airport Parkway Re-Alignment Estimate No. 6 & Final TypeofWoOC . Street Construction Contract Dale October 28, 2003 Estimate Period: May 1, 2004 to June 30, 2004 Cng. ConiractAml $223,820.00 Bid. 03-31 Payable To: . Jim Bowman Construction Co., L.P. 1111 Summit Ave., Suite 1 Plano, Texas 75074 Conlract Work Done Total WorkUnit ofItem DeSCfiptlon Contrad Price AmountMeasure Quantity Th1s MonU'! Done onContract Appr Total Amount Of Work Done $215,991.65 Jim an Construction Company, LP. Less Relainage 0% $0.00 Other $0.00 Amount Payable on Contract $215,991.65 Less Previous Payments $191,616.43 Amount Due This Estimate $24,375.22 ~f1Ai' (J,t(. S;u S/u(4 101 Mobilization 102 R.O.W. Prep 103 Full Depth Saw Cut 104 Remove Existing Pavement with Curb 105 Unclassified Street Excavation 106 Em bankmenl 107 10"-4DOOpsIR.C. Pavement 108 Furnish I Install10-ft Recessed Curb Inlet 109 109 18" CLUI R.C.P. 110 Remove I Relocate Roadside Sign 111 15 MPH Speed UmitSign (R2-1) 112 Fire Lane Striping 113 Solid Sod 114 F/llM/Remove Silt Fence 115 Inlet Protection (Drop) 116 Irrigation Conduit 4" SCH. 40 PVC 117 F II Security Gate with Acc. Control 118 AOA Security Fence 119 Remove Temporary Road 120 Remove Security Fence 121 12" CI. 11/R.C.P. 122 Fll/MIRemove 20-ft Securtty Gate 123 2" SCH. 40 PVC Conduit 124 30·ft. street Light Pole Foundation 125 Type "A" Gr. Mtd. Pull Bo)( 126 #8 AWG Insulated Cable 127 Bare #6 AWG C.O.#1 Change Re-Bar SpaCing C.O.#l Add Expansion Joints C.O.#1 Add Lime Pellets C.O.#2 Security Gate Extras (As Revised) C.O.#3 Mow Strip C.O.#4 Electrical Service LS LS LF SY CY CY SY EA LF EA EA LF SY LF EA LF LS LF LS LF LF EA LF EA EA LF LF LS LS LS LS LS LS 1 1 755 1650 500 100 2800 2 108 0 2 1100 900 300 2 114 1 300 1 195 95 1 600 4 3 660 330 1 1 1 1 1 1 1.00 1.00 721,00 1769.48 500.00 100.00 2232.40 2.00 113.00 2.00 1100.00 410.00 115.00 . 1.00 199.00 325.00 1.00 145.00 262.00 285.00 1.00 1.00 600.00 300.00 1.00 HiD 1.00 1.00 1.00 1.00 19,600.00 $19,600.00 5,000.00 $5,000.00 1.50 $1,081.50 9.50 $16,810.06 17.80 $8,900,00 38.50 $3,850.00 45.50 $101,574.20 2,410.00 $4,820.00 48.00 $5,424.00 225.00 $450.00 1.00 $1,100.00 2.50 1.25 $512.50 75.00 6.00 $690.00 6,000.00 $6,000.00 15.50 $5,037.50 2,500.00 $2,500.00 5.00 $725.00 40.00 $10,480.00 4,000.00 3.58 $1,020.30 715.00 $715.00 280.00 $280.00 1.25 $750.00 0.45 $135.00 1,890.00 $1,890.00 460.00 $460.00 5,940.00 $5,940.00 2,316.59 $2,316.59 6,000.00 $6,000.00 1,930.00 $1,930.00 Page 1 of 1 ~~~~® Public Works /Engineering 16801 Westgrove. P.O. Box 9010 Addison, Texas 75001 Telephone: 1972) 450·2871 • Fax: 1972) 450·2837 DATE JOB NO. ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU c(Attached o Under separate cover via ______ the following items: o Shop Drawings 0 Prints o Plans 0 Samples 0 Specifications 0 _______________o Copy of letter 0 Change order COPIES DATE NO. DESCRIPTION I l";UlA}/>k..AA ~7.~~fl1~rJr#S r£--/kr£l~~r4r t:n~~..,/t'Y"lr1d d"e'i.lICI'< d",.Ld JU/u...l"3/:;U;O.3 /a.£-.fwe-flnmit-/J .... J---;:;;;:m 0. .A I /f THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted o Resubmit ____ copies for approval ~Foryour use 0 Approved as noted o Submit copies for distribution o As requested 0 Returned for corrections o Return corrected prints o For review and comment 0 _____________ o FOR BIDS DUE __________ 19·__ OF REMARKS ____________________ COPYTO __________________________________ SIGNED: t;:::rAMd" If enclosures are not as noted, please not~tonce. '- 39020 5!}lVWPkmo ParkumyI : I ~• i =JARCHITECTS ENGINEERS PLANNERS Sufte2()Q P{Qno,~ 7')093 (972) 661-5626' FAX (972) 66H614 July 27,2004 Town of Addison 16801 Westgrove Drive Addison, TX 75001-9010 Attn: Mr. Jim Pierce RE: ADDISON AIRPORT SUPPLEMENTAL AGREEMENT NO.5 Dear Mr. Pierce: Enclosed for your review and records is a fully executed original of Supplemental Agreement No.5 for engineering services, for Addison Airport. If you have any questions or require any additional information, please feel free to call (972) 628-3116. Thank you, HNTB CORPORATION ~~~ /Erica T Bourne Project Administrator Enclosures The HNTB Companies offiCES: AUJV.r.1)!tI;\, VA, ANNAf'QU~ :'11): ATI..~NTA. GA: AC$T!N TXt }JATO:>: RCWC:I'_ LA: bOSTON. 't>\.: t:HARLE'.!>TOK $C: CHARLE.'·;TOl'<'. WY; OiIC"'GO. It, CLEVF.LANn. OH: cou~nft'li. OM: IH1J,.A..~. 1X: IllL-""1:R, CO. J)r.motT, ~U~ lOll;]!':>, W\', I'AIIII'Uttl). I'J, FT. WOR7H.7X, K'Ii'ITORll. (:T, HOlt"TON, '1')(; INDl."NA1'O;JS. Iii. 11{\1r.::£. c.~, I-:,\.NSAS CITr. MO;' MO;' RM)~'lll..E. rx, [ ..... smx(). ~:I: lOS Al\'GElL<', ell, lOl'l$\1llF., }.:y, ,\rAOI50N. WI: ~1IA1>n. f'l.: :\Ir~\1.'''llKfX, '4:'f: MI:-:NE.,\l'OUS, MN; NASH\'ILLE. '17'<1 l'IlO\\' '''OR!>. ",'Y; OAJ.:l...L"'IO, CA; OIlL""'OO, tC O\l::II1AI\TI j'AJU,: \:,,'1: I'lY)fOFTH MEl'.1lNO. ,{,,,: I'ORTL,,:'; BF.R:-':"'R01KO, CA; S<\iIII'II.,,;-..'cISCO. CA; SAN )0$1(, C\~ .suro.E. WA; T"'''ft''A. Itt.! TOlEDO, OH; \\~ASH1SGmN. n.c. SUPPLEMENTAL AGREEMENT This Supplemental Agreement, Number 5, to the AGREEMENT FOR ENGINEERING SERVICES, dated July 31,2003 (the Agreement), between Town of Addison (Owner) and HNTB Corporation (Engineer) is made effective as of the 16th day of April, 2004. 1. Engineer shall perform the following Services: • See Attachment A 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the submittals/deliverables (Documents) to Owner: • See Attachment B 3. Engineer shall perform the Services and deliver the related Documents (il any) according to the following schedule: All task listed in item one (1) will be completed within one (1) week of being given Notice-To-Proceed. In retum for the performance of the foregoing obligations, Owner shall pay to Engineer the amount of $5,575.00, for a total contract amount of $77,067.00, payable according to the following terms: Payments will be made based upon the provisions of the original contract, with a corresponding increase in the total contract amount. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in full force and effect. Town of Addison HNTB Corporation (Eo,'ooo,) ~ (0-) ~ Signature: : Signature: . ~ Name: ~-£. Name:Benj~ Title: Title: Vice President II1sf· f!..IJilLtJK5', 1Jt/1!~ Date: 7-I -lOY Date: '1/1/vr:;i( 07/10104 39020 -SA NO.5 Addison Airport ATTACHMENT A SCOPE Scope of services will include the following: • Drilling of soil borings by drill crews under the direct supervision of Engineering Consulting Services, Ltd., laboratory testing of representative soil samples for pertinent engineering properties, and preparation of an engineering report. • Five borings will be drilled to a depth of about 10 feet below existing grade. These borings will be advanced using a truck-mounted drill rig through holes cored through the existing pavements. The holes will be backfilled with cuttings and the pavement surface patched with cold-mix asphalt or ready-mix concrete. • Coordination with Oncor on the gas and electrical easements o Field meetings o Provide base map information • Attend weekly Frito Lay meetings • Re-issue Construction Plans o Relocate operator o Sollards (details) on plans • Removal plan of pavement by maintenance facility 07110104 39020 -SA No.3 Addison Airport ATTACHMENT B DELIVERABLES Upon completion of drilling operations, the samples will be subjected to laboratory tests (that will include moisture content, Atterberg limits, and one lime series) followed by the preparation of a written report. The engineering report will include.\he following items: , .• . Information on site conditions and special site features. • Description of the field exploration and laboratory tests periormed. • Final logs of the soil borings and records of the field exploration in 'aocordance'withthe standard practice of geotechnical engineers. A site location plan will be included, and the results of the laboratory tests will be plotted on the final boring logs or included on a separate test report sheet. • Results of one lime series test. • Recommendations for subgrade preparation beneath pavements. 11 //0 7~ 07/10104 39020 SA NO.5 Addison Airport Project Project CADDI Airport Parkway ReAlignment Additional Services Tech 1 with Oncor on the gas and electrical easementso Field 6 3 .. , base map I 2 I weekly Frito Lay I 6 I I Plans . .,"i4,BI,_ I.'~.;u.,"'~•. ,"~ 'i~ ·Mlirfl[i;~;~(!9~tjlIil'!t91 ... l)as.~o.~tQ»jli1'il6'i ~.i1O:3 , . <". ~...". ,~ ., <~ ,~ ,~~.,~ ~ ~'tlbT:Ga~·IkW·tf( '" '"'......f'¥' .,.;~,,!L ... L I\$. ;~ ..~ .~ ~.<~'.. ~ TXU Electric Delivery TXU Electric Delivery 14400Josey lane Farmers Branch. TX 75234 July 27, 2004 Mr. Jim Pierce P.O. Box 9010 16801Westgrove Dr. Addison, Texas 75001·9010 Sub: Street Ligbt on Airpark Pkwy. Dear Mr. Pierce, Please review the attached street light request to install a street Iigbt on Airpark Pkwy. west of Addison Rd. Ifthis 400 w. mercury vapor street Iigbt is correct, please sign the attached form and return it. IfI can provide any other infonnation or assistance concerning this matter please call (972) 8881317. AGREEMENT FOR STREET LIGHTING SERVICE SUPPLEMENT NUMBER ____ City of Addison , Texas ("City") and TXU Electric Delivery Company ("Company") City requests and authorizes Company to provide street lighting as follows below and on sketches) attached herelo and made a part hereof. Actions:Add~ionx.. Removal Rate Schedulel Location (Address. elc.) Source Action Quant~ Wattage Light Identifying (See Attached Sketch) . I A Group Lumlnalrs IPoie Type Airport Pkwy. W. of Addison Rd. (3970252-3666960) 1 400 120v. F Cobra Head !Wood I Under these addilional conditions (if any) EXHIBIT A (CONTINUED ON BACK) 1. City agrees to pay Company $ in consideration of Company's agreement to install said street lights and understands that no construction work will begin until after Company has received full payment. 2. Company agrees to install, own, operate and maintain said street lights in accordance with ~s street lighting agreement with customer. However, if City or Developer fails to pay, on demand, the amount indicated above, this supplemental agreement is automatically terminated. 3. All parties agree that Company will retain for its use and benem the payment received hereunder in consideration of ~ obligation to install said street lights and that Company at all times has title to, and complete ownership and control of, said street lights. 4. Company is not liable for loss or injury caused by delay or failure to instali the electric facilities necessary to serve customer because of delay in receiving shipment of required material, orders or formal request of governmental agencies, acts of God or the public enemy, inev~able accidents, fire, explosions, strikes, riots, war, or any other causes reasonably beyond control of the Company. If Company is prevented from installing such electric facil~ies by any of the above causes, Company agrees to return to City or Developer, without interest, the entire amount of City or Developer's payment, thereby terminating this supplement and Company's obligation to provide the electric facilities described herein. 5. This agreement is entered into subject to the terms of the Agreement for Street Lighting Service between City and Company dated _________ ACCEPTED BY COMPANY ACCEPTED BY CITY ACCEPTED BY DEVELOPER (if applicable) SIGNATURE SIGf'~ _ >'~ ~ SIGNATURE TITLE TITLE--' . ft5s~· Pvbll<:..-t,J41'~'" ""Dlr-e.~ TITLE DATE SIGNED DATE SIGNED 1-J-7-0 'l-DATE SIGNED WR#2093590 EnQlneennQ Servce Center Istn ution ServlcesD· ·b PREPARED BY COMPLETED BY APPROVED FOR BILLING BY DATE DATE DATE ... s iD1 S8ll.75 BID SCHeDULE I ROADWAY IMPROVEMeNTS AIRPORT PAAIWVAY REALIGNMeNT , '" ,iltNGl EER3 ESTIMATe BID 1 S1Q3 on. BIDe'M La , 15000,00 , ~ -LP. , M' '"lind dlapoM to! e:d!!IIng ~MMt. ~ud1n9 f-"'-s.Y. , '.00 "" . "''''''NT UIoT I RYCCH',D p"lce 8000.00 , lMOO.oo !$ 15000.00 , 15()()QOO , 10000.00 • ,OXIOOm , 2m.00 , ,,. , 3,71500 , 9 !IOO.oo , 11MlO • 1650000 • ". Untlantntd mre.t~ av. L S." "" 4 750.00 11,00: • 4 000.00 iS:'-c.y. i $ "'" ,." t 400,00 ,.., , lOre", , Thl:ll mln(1I1t:(Jd COIlcntct ~4,000 pm. 28 '".,S.y. , ..., 123 201),00 , .oo • 112000.00 • IFurnlSh an': t.E Is,,, "'.'" " , & 7!SO,OO • ,.. '" ~~:l$h, InHB.l~ I\bln~li\. and Rltmwe 2(j..1ooJ: SWlrlrl fA I, 10000.00 , , 10000.00 i, . S '" Wit • SCH 40 P'IIC l,fI..~ """ "" , '''''''' /. , 17.60 . ; '" FoIrnQa~.:lI:I'~u..;II.P! ... 1. 1.500.00 , , $000.00 I. '" GlClInd Mcul'\tltd ?\.lUSt t. "i'me A SA i, ""'.00 , , , '''''''' I, 250.00 I s =.., ". ClibIe, 1nJ.U~ iMAWG LF.: s ..,. ...I. 3.",00 • 20.00' 1: 13.200,01) • '" Bare U AWO CP. Ls S." "" , 1660,00 , 15.1)0 • " 950.00 • •." • 2112.305.00 • "...,."" ""IT ...."" PRICE 19600.00 19 Il0000 , 5000.00 , , 00 • 1." S 1 IJZ.50 I. ,... .M , ISmS.OO , ",.'" , e., "'.10 3.8&0.00 , ..... 127400,00 I, 109200,00 I. .,,. I, 2410.00 '''''''' , ...00 , 5164.00 I, i, ~.~-"'.00 , ..,CO , '" 1 100.00 I, OS, 2.250.00 • • 315,01) I, 1,10 ,-'< ,0.0" , 150.00 I, ..'" , ... 00 I, ,-'" , ."""'" , ,U. I. '''''''' • • 975.00: i. gOOO.OO Z500.00 I, 2.SOO.OO '''' ..... , 3500.00 i, 400Q.OO I, 4000.00 , ." I, 175400 , "".'" [. ""'" , 253.00 ! $ 1SMO , 1.25 's 825_00 , 146:50 • • '2ZJ81O.oo u.rr B'''''''' ~N~'E GItl':>UNIIoASST UN" COHSTRLfCTOK>lii UHIT En A Wlt.SOH PRICE PRice PRICE 23.000.00 : 5 """oo 42 032.50 I, 4M3UO , 1015&).7$ , 107680.15 , 1000G.OO 10000,«1 31~ • 31"""00 I. 8.600.00 I. &800.00 • 51H)1S00 SO~.OO , 5000.00 -' 5DC!Q,(!O , 1510.00 I. ",. I. 1 51QOO ." US:t65 S '.00 • • ....CO • 9SOO.oo , ,., I, .,.... ". , :I 830.00 830.00 , .., , 9075.00 6.000.00 , 14.Q3 , 71)15.00 , ,.." • 8.2mOO , 1:1JiO • 87&:1-00 .'" , . ,." 12.00 I $ "'.GO • '.'" .90.., , ,." • """ 15.00 '''''.00 , 1111.300.00 , ~.'7 ts2,.5t$.OO I. SO.oo ;$ 141l000.00 2 800.00 , ,-"" ...,,'" 5120.00 , 2.e!tOO , "".." , ,,.... , 4 500.00 '''''' , £MlD,OIl , 61.60 , 6652JIl1 , ".n , 10.229..16 i , 10.00 , ...~ , I. ; ","00 , s I 700,00-• . I, , "'.00 , "".00 • 215.00 , ""CO 880.00 ' $ 1100,00 ..." , "'.00 S t211100 , "'13 , 1 \!Il.OO '" , moo • .., , "'.00 i.OO , 2.100,00 , ,., , Z:1 I, .,400 ". • ....00 ". f 200.00 100.00 ""''' I. 112.{.O "'"'" .U. , "'GO "'."" .,." ... 684.00 i, ,,. i , 8\4.46 , 'SO "'''' , '.00 , ""'" , $.000.00 , G,J~.OO , ... '105.00 & t40.00 614().DO • ",o.", "00" 211.00 • ,...'" , ,.... , 44M.OO 1$.46 , 462CtOO , ".ro s '.000."" ; , ".,,'" 9<100.00 i. '''''00 2.$1000 .,"''''' i $ 2.000,1)(')Sl»\~ • , '''''.00 '.00 • 1.3&5.00 I. ". s ,.-, $I'" tJ.4S.OO , '.00 • 915.00 5<1.00 , 47S0.00 47S0.00 I, 49.5n i, .. ,,,.. 71.00 , 7315.00 "".00 ~~ j UIO.OO , .! 500.00 • ~l"OO.OO , a700,00 1216000 ! 10000 , 1001).00 • II'"'''' '" • 3 12:0.00 I. m ; , ,,,.,,. , U7 • ... Z.14200 '. ADO ;$ " f!OO.OO 600.00 I S 3'Z1»J)O , 71n,S/) , 2.'_ I. 1&t.!50 I, ,...."" , 2.""'" , aOOlH1Q 351.00 i 10n.SO , 950.00 : S ~ 9!lO.¢I),...'" , 1 oao,OQ , , .,,' • 241;5(1 , '" , "'.110 , ..., I.'" I, M' , ""'co '$0 seo.OO i • 165,00 '$ 0.50 i $ ""XI • 0.55 : ~ 1111.50 , ,... , ,,,.., I , 231.907.00 I. 2452l1S.7$ I. 4(»40&,t6 =""."I Ave Ski ....a. ,, a~11 10000.00 • 1U29.t7 , ",,,,.~._5()$15.00 , ..,6.00' $" • ,'" ,i ,.., ... , .... , ",II I. 17.60 '" ,,." 15.15 .." L. 'w • "'..,, ."", Z,S7UO: t ..so.'"28S0.00.s , ,0<72 61.55• "'" , 411!tG7S 1.700.00 • ..,., , 4l5~_, ".. . '" '22• '... •• '''' , 5.16 • ~~• "''' , ,s., s 1.2S.'", ,,,.,, ,,.",.• """ , , ..,'0..00 , lUI ,is f.. 140.00 1 000.00 •""''' 19,2$ ,<0'I, "'oo Is i , Is 15000_00 ... G026.67 S .....'"• :s 1t.00 Lt. IHo • ,."" , SUO' : s 40,00, TI.'" ,, 12.1eQ.OO li,S9Z.00 , '...,,00 ,$.!XI I. 6,18'. '" L,,_~000.00 !it "'''' • ""'" , ,&SolOO i t !l5.5O "" 4:07, "'.., I, • '" , , ,oa111.00 • ,." BNQINF.&R.S BSTIMATB 61D1 W02 • ~3 m•• gOS ,~. ED A WIlSON Bid ScJwlul. 8< De",! tI•• Total Amount ltb,teri.aJs & Services RVCON ...""., REBCON GIBSON & ASST CONSTRUCTORS TOTAL BID FOR SClmDUI..EI ~TOTAL OF STANDARD BID (A), • $U2,J05.00 I> 228,295.OQ : Is .,'.....00 I Is 231,ao7.oo I Is 245,285.78 1 4Q.1,408.15 I $ 228,034.00 I TOTAL OF TIME BID: , (ca1endu'Day!) 1 .. I .. I .01 701 751 sol TOTAL OF CALENDAR DAYS:r SUID.OO (By. Is 15,000.00 : Is 21,250,00 I Is 22,500,00 I Is 17,800.00 I Is 18-,750.00 I i$ 20,000.00 I lUSIS FOR CO~.lPARlSON OF BIDS: (A)+(Il)~ TOTAL BID: ".",.,.00 I$ , ..,295.00 1 1$ 245:070.00 I I' 260,407.0(1 I Is 262,735.16 1 is ",•.,sa"ol Is 248,034.CO I . ~. , ..•. :.... " --N . ..,;<.:;~,"' ...... ------", Notice of Termination (NOT) for Storm Water Discharges Associated With Industrial ActiVity Under the TPDES Multi-Sector General Permit Completion ofthe TXR050000 NOT form sball be dane according to the attacbed instructions. TCEQ Use Only TPDES Permit Number: TXR·!..-·!.-·!-·~·!-·~·· GINNumber: .~.=-.=-.=-.=-.=-.!-.. A. TPDES Permit Number: TXR 15E057 B. Reason for Termination Thereis no longer a discbllrge ofstorm water associated with industrial activity. There is a cbange in the owner I operator ofthe facility. The discbJlrge is now autbori2ed under an alternate TPDES pennit The facility bas obtained a no exposure exclusion. ~ C. Facility Owner Information Name: TOWN OF ADDISON Mailing Address:.!P~,O~..!!B:!!O~X.!!90!!!I~O_________________ ______________ Address Line 2: 16801 WESTGROVE City: ADDISON State: TX Zip Code:..t.1!lSOO!!U..l___ Country Mailing Information (ifoutside USA) Territory:______Country Code: Postal Codc:____ Phone: 972·450-2871 Extension: Fax Number: 972-450-2837 D. Facility Operator Informatian Name' JIM BOWMAN !XlNSTIIUCTIQN COMPANY boP Mailing Address: 1111 SUMMIT AVE,. SUITE 1Address Line 2: __________________________________________________________ City: PLANO State:..I.TX",-_ Zip Code:.!.7",50""7,,,4______ Country Mailing Infurmation (iffYUtslde USA) Territory: _________ Country Code::___Postal Code: ______ Pbone: 214-926-7398 Extension: Fax Number: 972·~_7 E. Facility Site Information Name: TOWN OF ADDISQN AIRPORT PARKWAY REALIGNMENT Pbysical Address: AIRPORT PKYff. AI ADDISON ROADAddress Line 2::______________________________________________________________ City: ADDISON COunty:.!D~AtLAS!!:!:!!2....____ Zip Code:..t.7!lSO!!!0J..'______ Latitude: Deg: __ Min: __ Sec: __ Longitude: Deg: -__Min.:___ Sec:___ ~ F. Ccrtllieatlon I certify under penalty onaw thet authorization under the TPDES Multi-Sector General Pennit is no longer necessary based on the reason(s) selected in section B. I understand that by submitting Ibis Notice ofTermination, I am no longer authorized to discbllrge storm water associated with industrial activity under the generall'ermit TXR050000, and that discbarging pollutents in stonn water associated with induslrial activity to surface waters in the state IS unlawful under the Clean Water Act where the discbllrge is not authorized by a TPDBS pennit. r also understand that the submittal of Ibis Notice of Termination does not release an owner or operalor from liability fur any violations ofIbis perntit or the Clean Water Aet Owner Representative: Prefix::!M!!!R~._________ First: STEVEN Middle:,"Z.=-_______________ ~t:CHUTC~~ ~Su~:~-----Title:Asst CIIyEn!!lneer SIgnature: ~J'. ~ Date: 7/26&4Operator Representative: ? Prefix:;~M~R~.__~~~-~__ ;..=._____________Middle: JAMES Last:BOWMA Suffix: Title: GonoTOI Mana::r Signature: Date: -:7.4(6./·t TCEQ -10443 l!evised 07/03 Page 1 of2 Instructions for Completing the Notice ofTermination (NO'I) fOr Storm Wafer Discbarges Associllted WHh ID.dnstrialActivity Under the MuIti-Sector General Permit (MSGP) WIw May Fne aNotice of Termination (NOT)Form Permittees who are presently covered under the Texas Pollutmt Discharge Elimination System (IPDES) MuItiSector Genern.l Pennit (MSGP) may submit a Notice of Termination (NOT) form when their facilities no longer have any stormwater discharges associated with industrial activity as defined in the storm water regulations at 40 CPR 122.26 (b)(14), when they are no longer the owner or operator ofthe facility, when the discharge ofstorm water becomes authorized under an alternate TPDES pennit, or when the facility has obtained a no exposure exclusion. Where to Fne the NOT Form The NOT must be sent to the following address: Texas Commission on Environmental Quality Stonn Water & General Pennits Team; MC-228 P.O. Box 13087 Austin, Texas 78711-3087 SecuonA . Provide the TPDES authorization number assigned to the facility identified in Section E. Section B Check the box that provides an app!opliate dt:OOription of the reason for you terminating coverage. SectionC&D Provide the legal name, mailing address, city, state, zip code, phone number and fax number of the person, partoersbip, co-partoersbip, firm, company, corporation, association, joint stock company, trust, estate, governmental entity, or other legal entity that owns and/or operntes the facility or site descnood in this application. Section E Provide the official or legal name, location address, city, county, zip code, TCEQ region number, and latitude and longitude ofthe apptoximate center of the facility or site. TCEQ • 10443 Revised 07/03 If no street address exists, provide a geographic description based on hlgbway intersections and/or pennanent landmarks. Do not provide a P.O. Box for the facility location. Latitude and longitude shali be submitted in degrees/minutes/seconds. Section F It is the duty ofthe owner and the operator of a facility to sign the NOT. For a corporation, the application shali be signed by a responsible corporate officer. For purposes of this application, a responsible corporate officer means a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business thnction, or any other person who performs similar policy or decisionmaking thnctions fur the corpOration; or the manager of one or more m.anttl:llcturing, production, or operating facilities enrploying more than 250 persons or having gross annual sales or expenditures exceeding $2$ million (in 5eCond-quarrer 1980 dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate procedures governing authority to sign permit applications may provide fur assignment or delegation tu applicable corporate positions rather than to specific individuals. For a partoersbip or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively; For a municipality, state, federal, or other public agency, the application shali be signed by either a principal executive officer or a ranking elected official. For purposes of this application, a principal executive officer of a federal agency includes the clUefexecutive officer of the agency, or a senior execotive officer having responsibility for the owra1l operations of a principal geograpbic unit of the agency (e.g. regional administrator of the United States Environmental Protectioo Agency). Page 2 of2 Kathleen Hartnett White, Chairmon R B. "Ralph" Marquez, Commissioner Larry R. Soward. CommissIoner Margaret Hottman, Executille Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY ProJeclmg Texas by Ril!d.m X;-.;:;'N ~j)UIu.i;;j{ Wf~~iM TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Texas Pollutant Discharge Elimination System ,.' Storm Water Construction General Permit The Notice of Intent (NOI) for the facility listed below was received on March 17, 2004. The inlent to discharge stonn water associated with construction activity under the terms and conditions imposed by the Texas Pollutant Discharge Blimination System (TPDES) stonn water construction general permit TXRI50000 is acknowledged. Your facility's TPDBS construction stonn water general pennit number ''\ is: '. TXR15E057 Coverage Effective: March 08, 2004 TCBQ's stonn water construction general permit requires certain stonn water pollution prevention and control measures, possible monitoring and reporting, and periodic inspections. Among the conditions and requirements of this permit, you must have prepared and implemented a stonn water pollution prevention plan (SWP3) that is tailored to your construction site. As a facility authorized to discharge under the storm water construction general permit, all terms and conditions must be complied with to maintain coverage and avoid possible penalties. PROJECT/SITE: OPERATOR: TOWN OF ADDISON AIRPORT PARIWVAY REALIGNMENT TOWN OF ADDISON AIRPORT PKWY AT ADDISON RD PO BOX 9010 ADDISON, TX 75248 ADDISON, TX 75001 This permit expires on March OS, 2001)., unless otherwise amended. For additional information, see the TCEQ web site at www.tceq.state.ix.U$ or contact the Storm Water and Pretteatment Team by lelephone at (512) 239-3700. A copy of this document should be kept with your SWP3. ~~~., Public Works I Engineering 16801 Weslgrove • P.O. 80x 9010 Addison, Te"os 75001 Telephone: (972)450-2871 • Fax: (972) 450·2837 GENTLEMAN: WE ARE SENDING YOU D Shop Drawings D Copy of letter COPIES DATE NO. I ~hed D Prints D Change order THESE ARE TRANSMITTED as checked below~ DATE JOBNa. ATTENTION RE, D Under separate cover via ______ the following items: D Plans D Samples D Specifications D D For approval D Approved as submitted D Resubmit ____copies for approval ~For your use D Approved as noted D Submit copies for distribution D As requested D Returned for corrections D Retum corrected prints D For review and comment D ___________________________ D FOR BIDS DUE __________ 19,__ D PRINTS RETURNED AFTER LOAN TO US REMARKS ______________________ COPY TO /llIttJ. 7/{.ft/pt/IT SIGNED: ++=-t~~~=---------If enclosures are not as noted, please n I:I~i i -1 L.ETTER OF Job No, 39020 The HNTO Cbmpanies 5910We51 prano Pa/kway, Sull$ 200 • Plano, Texas 75093 (972.) 6&1·5626 TRANSMITTAL. Data July 14, 2004 ~""---'-To: IMr. Jim Pierce Re:: Addison Airport Parkway ,16801 Westgrove Drive : Addison, Texas 75001-9010 WE ARE FORWARDING TO YOU: NO,OF COPIES SHEET NO. LAST DATED DESCRIPTION 1 7/12104 Original Executed Addendum No.1 to Supplemental Agreement No, 3 1 7/12104 • Supplemental Agreement No.4 i : THESE ARE TRANSMITTED: o For approval [8J For your use o As requested o For review & comment PLEASE NOTE: Jim, lEnclosed is the subject for your files and records. Regards, COPVTO: file BY:~ h~ ( Erica Bourne', Project Administrator Addendum Number 1 This Addendum Number 1 modifies Supplemental Agreement No.3 entered into by and between the Town of Addison and HN1B Corporation, as of the 4th day of February 2004, by changing the scope and fee (See Attachment A). In all other respects, all of the terms and provisions of said agreement shall remain in full force and effect. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in fulJ force and effect. Town of Addison HN1B Corporation (Owner) (Engineer) < Signature: -1'''--1--'-'''-'---=--S~,rure ~~ Name: ~e Name: Benjamin J. Biller Title: A:eb Pt-chl/c k)k5. bllr • Title: Vice President Date: 7-Q-o'f Date: ~j4:1 3902{)"DS·OOI Addendum 1 to SA 3 ATTACHMENT A Engineer shall perform the following Services: Gas Line Easement -We have prepared an exhibit and legal description bearing an R.P.L.S. seal and signature for a new 1XU Gas Easement across the site. As requested, we also marked and staked the centerline alignment for the construction of this new line. DAL-TECH recommends a lump sum budget of $3,370.00 for the Gas Easement based on the following man-hour costs: Secretar rr ist Reproduction (Lum Sum) HOURS 8 4 8 16 4 RATE COST $122.00 $ 976.00 100.00 $ 400.00 .00 $ 672.00 68.50 $1,096.00 44.00 $ 176.00 $ 50.00 '-T::..:O:::...:T::..::A=L:....:B:::...:UD::..:::...;G::;:E::..:T~--'-____---'____........... $ 3 370.00 Electric Easement -We will prepare an exhibit and legal description bearing an R.P.L.S. seal and signature for a new Electric Easement across the site. As requested, we will mark and stake . the centerline alignment and limits of the easement for the construction of this new line. DALTECH recommends a lump sum budget of $3,370.00 for the the Electric Easement based on the following man-hour costs: DESCRIPTION HOURS RATE COST ! 2-Man Field party 8 $122.00 $ 976.00 Project Coordinator 4 $100.00 $ 400.00 !RPLS 8 $ 84.00 $ 672.00 i Survey Technician 16 $ 68.50 $1,096.00 Secretaryrrypist 4 $ 44.00 $ 176.00 Reproduction $ 50.00 (Lump Sum) •TOTAL BUDGET $3,370.00 Ingress/Egress Easement -We will prepare an exhibit and legal description bearing an R.P.L.S. seal and signature for a proposed Ingress/Egress Easement running from Addison Road 39020-DS-OOI Addendum 1 to SA 3 to the southern portion of said proposed 2.222-acre Lease Tract. We have already spent time on thls task calculating the location of the eastern end near its intersection with Addison Road based on necessary additional topographic survey data. DAL-TECH recommends a lump sum budget of $2.258.00 for the IngresslEgress Easement based on the following man-hour costs: RATE COSTDESCRIPTION HOURS 2-Man Field Party $122.00 $ 488.004 Project Coordinator $100.00 $ 200.002 $ 336.00 !RPLS 4 $ 84.00 Survey Technician $ 68.50 ! $1,096.0016 SecretaryITypist $ 44.00 1$ 88.002 ! $ 50.00Reproduction !{Lump Sum) TOTAL BUDGET $2.258.00 ~. In return for the performance of the foregoing obligations, Owner shall pay to Engineer the amount of $8,998, for a total contract amount of$71 ,048, payable according to the following terms: Payments will be made based upon the provisions of the original contract, with a corresponding increase in the total contract amount. 39020-DS-OOl Addendum 1 to SA 3 SUPPLEMENTAL AGREEMENT This Supplemental Agreement, Number 4, to the AGREEMENT FOR ENGINEERING SERVICES, dated July 31, 2003 (the Agreement), between Town of Addison (Owner) and HNTB Corporation (Engineer) is made effective as of the 16th day of April, 2004. 1. Engineer shall perform the following Services: • Check the temporary benchmark set up by Constructor on the telephone pole. • Set a 8M on the fire hydrant outside of the fire station near the intersection of Airport Parkway and Addison Road. 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the submittals/deliverables (Documents) to Owner: • Documentation of BM set-up and Elevation of BM set on the F.H. 3. Engineer shall perform the Services and deliver the related Documents (if any) according to the following schedule: All task listed in item one (1) will be completed within one (1) week of being given Notice-To-Proceed. In return for the performance of the foregoing obligations, Owner shall pay to Engineer the the amount of $444, for a total contract amount of $71 ,492, payable according to the following terms: Payments will be made based upon the provisions of the original contract, with a corresponding increase in the Iota I contract amount. Except to the extent modified herein, allierms and conditions of the Agreement shall continue in full force and effect. Town of Addison (Owner) ~ Signature: .;.. ,Name: _t~~VC,",,,,£J..-___ Title: Jf',U B61te. tJk.~ D Dale: 7-tj-o/f HNTB Corporation (Engineer) 6J2..t,...""" -' ... n ~ Signature: --I~__-~f#='-"=::";'+,'---Name: Benjamin J. Biller Title: Vice President Date:7;1~'/39020 . SA No.4 Addison Airport TxDOT 04116/04 OWNER 0CONSENT OF ARCHITECT 0SURETY COMPANY CONTRACTOR 0 TO FINAL PAYMENT SURETY 0 Conforms with the American Institute of OTHER Architects. AlA Document G707 PROJECT; Airport Parkway Realignment Paving and Stonn Sewer Improvement (name. address) Addison, Tx TO (Owner) ITown ofAddison, Tx. P.O. Box 9010 I ARCHITECT'S PROJECT NO: CONTRACT FOR: Paving and Stonn Sewer Improvements Addison, Tx. 7500 I L .J CONTRACT DATE: October 28 2003 CONTRACTOR: Jim Bowman Construction Co., L.P. In accordance with the provisions ofthe Contract between the Owner and the Contractor as indicated above, the (here i/'lsert name and address of Surety company) First National Insurance Company ofAmerica 1600 N. Collins Blvd. Richardson, Tx. 75083 , SURETY COMPANY on bond of (here insert nama and address of Contractorl Jim Bowman Construction Co.,L.P. 1111 Summit Ave., S-I Plano, Tx. 75074 • CONTRACTOR. hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Surety Company ofany of its obligations to It .. ". 'n,.rt name ond add,." of Owner) .Town ofAddison, Tx. P.O. Box 9010 Addison, Tx. 75001 , OWNER, as set forth in the said Surety Company's bond. IN WITNESS, WHEREOF, the Surety Company has hereunto set its hand this 2nd day of July 2004 First National Insurance Company of America Attest: Surety Company Jnu1u'~ (Seal): Signature ofAuthorized Representative Tarnmi Entriken,Attorney-in-Fact Title NOTE: This form is to be l,I$ed as a companion document to AlA DOCUMENT G705, CONTRACTOR'S AffiDAViT OF PAVMENT OF DEBTS AND CLAIMS. r FIRST NATIONAL INSURANCE COMPANY OF AMERICAPOWER 4333 BROOKLYN AVE NE OFAITORNEY SEAITlE. WASHINGTON 981t}5 4333 Brooklyn Avenue N,E, Seattle, WA 98105 No,-"1~05~3~8______________________________ KNOW ALL BY THESE PRESENTS; That FIRST NATtONAL INSURANCE COMPANY OF AMERtCA, a Washinglon corporaUon, does hereby appoint •••••"',. .............................h·....• ..... •••••••.. ···RAYi'AOi'l R. OYER; PERRY MAX; TAMMI ENTRIKEN; Garland. Te:taS·· ..··········~..••.... •.. ••••••••... •..•... ••••••• Its true and lawful atlorney{s)·!n-facl, with rull authority to execute on behalf of the company fidelfty and surety bonds Of undertakings and other documents of a similar character issued by the company in the course of its business, and 10 bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA !hereby as fulfy as if such inslruments had been duly executed by its regularly elected officers at its home offICe. IN WiTNESS WHERE.OF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these ptesents this day of , 2000 ~------~---------W, RANDALL STODDARD, PRESIDENT R,A, SECRETARY CERTIFICATE Exlract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 .• FIDELITY AND SURETY BONDS ... the President. any VICe President. (he Secretary. and any Assistant Vice Presidenl appoinled for that purpose by the officer in charge of surety operations, shall each have aOlhorily to appoint inolViduals as attorneys-in-fad or under other appropriate tlUes with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its buslness ... On any Instrument making or evidenCing suCh appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on aITj bond Of undertaking of lhe company, the seal, or a facsimile thereof. may be impressed or affixed or in any other manner reproduced: provided, howeve(, that the seal shall not be necessary to the validity of any such instrument or undertaking. ~ Extract from a Resolution of the Board of DirectorS of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopled JUly 28. 1970, "On any certificale executed by the Secretary or an aSsistant secretary ot the Company setting out. 'i) The provisions of Article V, Section 13 of the By-Laws, and (il) A copy of lhe power-of~aitomey appointment, executed pursuant thereto, and (iii) Certifying !.hat said po.ver...of-attorney appointment fs In full force and effect. the signature of the certilYing officer may he by facsImile. and the seal of the Company may be a facsimite thereof." I. RA Pierson: Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA. 00 hereby certify thal the foregoing ex.tracts or lhe By-Laws and of a Resol'ulion of the Board of Directors of this corporation. and of a Powet of Attorney Issued pursuant thereto, are !rue and correct, and that both the By·Laws. the ResolutiOn and Ihe Power of Attorney are still In (ull force and effect . IN WITNESS WHEREOF. I have hereunto set my hand and affixed the facsrmile seal of said corporalion this R.A, PIERSON, SECRETARY S-1 049IFNEF 7198 5J3IOO PDF t SECTIONBP CONTRACTOR'S AFFIDAVIT OF BILLS PAID STATE OF TEXAS COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared Adrian Bowman who, being duly sworn, on oath, says that he is a legal representative of Jim Bowman'~Const. Co. , L. P. (full name of Contractor as in contract) and that the contract for the construction of the project, designated as Airport Parkway Realignment (Project No.) has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery and labor used in connection with the construction of this proj ect have, to the best of my knowledge and belief, been fully paid. General Mana er Sworn to and subscribed before me this l3tl:lay ofJuly ,2004 . c J'Oo>-xtifofLl dHVICKI LYNN HOLT Notary Public inaIld orNotary Public. State of Texas My Commission Expires June 03, 2006 __C",o",l=l=l",'n,,-_County, Texas BP-2 • • JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite [ Plano, Texas 75074 (972) 423-1313 May 7,2004 HNTB 5910 W t Plano Parkway, Suite 200 Plan , exas 75093 ttn: Ms. Jenny Nicewander, P.E. Re: Addison Airport Airport Parkway Realignment -Change Order No.2 -Security Gate Changes REVISED QUOTATION (This Quotation Supercedes Quote Dated April 7, 2004) Dear Ms. Nicewander: Please issue Change Order No. Two on the above referenced project to authorize the following extra work: Saw and remove CTB for conduits, install 30 LF 2" PVC and connect to existing light standard, stand existing light standard, construct chain link fence from gate posts to end of existing fences: Lump Sum = $2,316.59 The cost plus work up and sub-contractor's quote are attached for your information. Sincerely, Jim Bowman G neral Manager \ c: Mr. Jim Pierce, Town of Addison v $/7/04::l'l:r...3o -A-, ILPD-t,;r f ~h'( \2e-~\""-J"""~'.J"r '>t) 11 04' .;--PnTY'-A l)Jo.t..<..-fr-.~O~I'.->-rs.o wI S~rt c;,,~ DI'r'T'S LH,01\.. M tvr'L. EqIMP, D cr.< ...... P.,.,.'" .. '")>...4-) 04-4=3:.1S I I 0 -T;..."" s rrw crt 11 I o~ '4-"!.~..l.u",_\20.,. , g,u.."(, L c;rfi> /D m:... " ~ ~ illS ,f-7.i ~ ~O'-4-~~O nT~r~f> TOWN OF ADDISON . PAYMENT AUTHORIZATION MEMO DATE: Claim #.~----.:----.:___ Vendor No, Vendor Name -Address III{ Address ZS07¢Address Zip Code EXPLANATION fo ~, Authorized Signature Finance MONTHLY INVOICE JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suile 1 Plano, Texas 75074 (972) 423-13 13 Project Name: Job #630 -Airport Parkway Re-Alignment Estimate NO'. 5 Type of Work: Street Construction Contract Date October 28, 2003 Estimate Period: April 3, 2004 to April 30, 2004 Ong. Contmc! Amt $223,820.00 Bk!# 03-31 Payable To; Jim Bowman Construction Co" L,P. 1111 Summit Ave" Suite 1 Plano, Texas 75074 Total Work Unit of Contract Work DOneItem Descrlptlon Done on Contract Price AmountMeasure Quantity This Month Contract 101 Mobilization 102 ROW Prep 103 Full Depth Saw Cut 104 Remove Existing Pavement with Curb 105 Unclassified S1reet Excavation 106 Embankment 107 10" -4DOOpsi RC, Pavement 108 Furnish IlnstalilD-ft. Recessed Curb Inlet 109 18" CI. 111 RC.P. 110 Remove I Relocate Roadside Sign 111 15 MPH Speed Limit Sign (R2-1) 112 Fire lane Striping 113 Solid Sod 114 FniM/Remove Silt Fence 115 Inlet Protection (Drop) 116 Irrigation Conduit 4" SCH. 40 PVC 117 F/I Security Gale with Ace, Control 118 AOA Security Fence 119 Remove Temporary Road 120 Remove Security Fence 121 12" CI. 111 RC,P. 122 F/I/MlRemove 20-ft. Security Gate 123 2" SCH, 40 PVC Conduit 124 30-fl. Street Light Pole Foundation 125 Type "A" Gr. Mtd. Pull Box 126 #8 AWG Insulated Cable 127 Bare#8AVVG C.O,#1 Change Re-Bar Spacing ,c.0.#1 Add Expansion Joints C.0.#1 Add Lime Pellets C.O.#2 Security Gate Extras (As Revised) C.O.#3 Mow Strip C.O.#4 Electrical Service LS 1 LS 1 LF 755 SY 1650 CY 500 CY 100 SY 2800 EA 2 LF 108 EA 0 EA 2 2.00 LF 11001,100.00 SY 900 LF 300 EA 2 LF 114 LS 1 LF 300 LS 1 LF 195 LF 95 EA 1 LF 600 EA 4 EA 3 LF 660 LF 330 LS 1 LS 1 LS 1 LS 1 LS 1 1,00 LS 1 1.00 1.00 1,00 721.00 1769.48 500,00 100,00 2232.40 2,00 113.00 2.00 1100.00 410.00 115.00 1.00 126.00 1.00 145.00 262.00 285.00 1.00 1.00 600,00 300.00 1.00 1.00 1,00 1,00 1,00 1,00 19,600.00 $19,600,00 5,000,00 $5,000,00 1,50 $1,081.50 9,50 $16,810,06 17,80 $8,900.00 38.50 $3,850,00 45,50 $101,574,20 2,410,00 $4,820,00 48.00 $5,424,00 225.00 $450,00 1,00 1,00 $1,100.00 2.50 1.25 $512,50 75.00 6.00 $690.00 6,000.00 $6,000.00 15.50 $1,953.00 2,500.00 $2,500.00 5.00 $725.00 40.00 $10,480.00 4,000.00 3.58 $1,020.30 715.00 $715.00 280.00 $280.00 1.25 $750.00 0,45 $135.00 1,890.00 $1,890,00 480.00 $460.00 5,940.00 $5,940.00 2,316,59 $2,316,59 6,000,00 $6,000.00 1,930.00 $1,930.00 Approved Total Amount Of Work Done $212,907,15 Jim Bowman Construction Company, LP. Less Retainage 10% $21,290,72 Other $0.00 Amount Payable on Contract $191,616.43 Less Previous Payments $182,597,35 Amount Due This Estimate $9,019,08 Page 1 ofl TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO Claim # Check $ ~ {lIt?, ttlDATE: '------Vendor No, Vendor Name Address Address /2.160 ,('//;rJ&m DAUA-5( TGikAs P€,Ri:::ftf/'> I .r,.-vc-, -A~M;<'5:J S t--/TE SZ/,5' 75'2 13 Address Zip Code EXPLANATION .~~ Authorized Signature Finance TEAGUE NALL AND PERKINS,INC. " CONSULTING ENGINEERS 12160 North Abrams Rd" Suite 508 Dallas, Texas 75243 214-461-9867 City of Addison PO Box 9010 Ad dison, TX 75001 ATTN, steve Chutchian, P.E. Statement for Professional Services Rendered ADD 03169 Talisker Water Improvements Services rendered 3/1 -4/3012004 Services Provided: Prepare plans/specs for bidding package submittal Basic Services: Contract Budget % Complete to Date "Total Due to Dale Amount Previously Billed SUBTOTAL BASIC SERVICES Special Services: Contract Budget % Complete to Dete Total Due to Dale Amount Previously Billed " SUBTOTAL BASIC SERVICES TOTAL AMOUNT DUE 4/30/04 fl'!ailed 5-12-04 Invoice No, 03169-09 = $ 50.500.00 = 83% 41,915,00= $ 40,90::;,00= $ = $ 1,010.00 = $ 18,100.00 = 85,0% = $ 15,385,00 = $ 15,385.00 = $ = $ 1,010.00 f),,k., ..fp; ""Ay! >-ze , (Please show ADD 03169 pr()ject number on all paymGnts of this statement) JIM BOWMAN CONSTRUCTION CO., L.P. 1111 Summit, Suite 1 Plano, TX. 75074 972·423-1313 TO -t;;;;;N"..e: ,J"dQPIII WE ARE SENDING YOU ~hed o Under separate cover via _________the following items: > o Shop drawings o Prints o Plans o Samples o SpecifICations o ___________________________________ _ o Copy of letter o Change order I COPIES DATE NO. DESCRlf'TlON IJ .4fJ~.31J O~ N1fJl4I7W£Y' LiinNA'l/if j{/~ Pivt: rMI'Ut...UJ:,tL-~ I ! ~ i ! ! i . THESE ARE TRAN~Das checked below: ~approval 0 Approved as submitted o Resubmit ____copies for approval o For your lise 0 Approved as noted o Submit copies for distribution o As requested o Retumed for corrections o Return corrected prints> o For review and comment 0 _________________________ o FOR BIDS DUE ___________ 19 ____ o PRINTS RETURNED AfTER LOAN TO US REMARKS--------47Y----~------Ar----------------------------------------------g ~E AIore AjOh,"XIJN PI C.;:;. -#-4 < COP¥TO ______________________ • • Sincerely, JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite I Plano, Texas 75074 (972) 423-1313 May 12, 2004 Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Jim Pierce, P.E. Re: Airport Parkway Realignment -Electrical Service Issue Dear Mr. Pierce: We respectfully request a Change Order in the amount of $1,930.00 be issued to cover the cost of installing the new electric service on the above referenced project. This request is made because we feel very strongly the plans and specifications do not call for the Contractor to provide this item of work. In the Pre-Bid Meeting, the question was asked where the power source would be. The answer was "power source will be shown on the plans in an Addendum." This does not, in our opinion, instruct the Contractor to provide this service. The statement is ambiguous. The electrical bid items and quantities issued in Addendum 2 are very specific and do not include an item for electrical service. Nor does it specify anywhere that the service is to be provided by the Contractor and is to be subsidiary to other bid items. Due to the bid items being so specific, we did not assume the service was to be provided by the Contractor. Consequently, we did not include the price of the service in any of our bid items. Please call me if you desire to discuss this matter. \ m Bowman eneral Manager vh Attachment: Invoice from Illuminations By Greenlee ILLUMINATIONS BY GREENLEE 2840 SL'\oIPSON LANE CARROLLTON, TEXAS 75006 972.478-5747 I DATI: INVOICE 1/I 05illllOO4 9749 Bill TO ,11M BOWMAN CONSTIUJC110N 1111 SUM:.\-OT AYE. SUlTEl PLANO, TEXAS 75074 P,O,NO, . TERMS PROJECT Dne-On recdpt Chua" order # 2 OTY DESCRIPTION AATE AMOUNT CHANGE ORDER # 2 1,754.77 1,754.77 lnsbluallou C)f meIer, panel and hook up 10 sprlirlder systein, . 1 PED:ESTAL METER SS2S.00 l FOtm CIRCUIT P ANJi:L $ 79.00 MlIlCELLAi'lll:OUS MAT£,lUALS 160', ~ 4 THHN·wire 1-8' Ground Rod 1· Acorn Clamp S'· ~ 6 SoUd wire 75'-# 11 TH1IN wire 20'-/1 8 TIffiN wire 10'-1Il" PVC cQndlllt 3'·112" PVC M.le Connectors 2· 2" PVC 90 ;',2" PVC &:b, 40 Conduit 10'-Z" PVC &:h. 80 Condnlt 10'-1" PVC Conduit 2-1" PVC Male Conneclor. 1-2" PVC Male Connerlfj -WJf),{ (1r21 Mi-itV6 f(1:>: (!I-1.) (J(;[-"i6J.! December 12, 2003 Mr. Jim Pierce, P.E. Assistant Public Works Director Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 RE: The Re-alignment ofAirport Parkway. Dear Mr. Pierce, Enclosed please find our Invoice Number 04-39020-DS-OO1 for professional services in connection with the above referenced project for the period from October 25, 2003 through November 21, 2003. The total amount due this invoice is $19,729.50. If any additional information is required for processing these lllVOlces for payment, please contact Jerry Holder at (972) 661-5626. Very Truly Yours, HNTB CORPORATION Benjamin J. Biller Vice President, Central Division Enclosure cc: Finance Department Jerry Holder -Project Manager 71.1t' lJ'vTfJ C()mpalJii!!i OFFIt:E.": .\l¥X.\'1PIII.\. y"" .\V"AI'IlUS, ,\fI)' ..rL\:>:n. t;.~, A{"sn:.:, -I'X; IHTO" Iton:¥, lAo flO).TO'\. :'IA. CHAnu:_~r{j:\_ se, t'.H.:;.H.:;.RLf.).TO,,_ "'-Y. CHIC.'Gn. IL. CLF\"f.b\XIl. Oli. ,'Illnlllr:', til" 1l,.,lL"S, n;;, l1f'X"1!1t cn. IlfTKOIT :'.H, EI.Kl:>:", \n-, t'-T \\OkTlI, 7:\: 1l.\JC"SO"YIL1F.. 1'1.; t.. ..'\;;.\~ <:11'1', ~l(;. ~IL to), k'\"".u:S, CAe lnl·ls,"'ltl.f~ K•. \L\OI:'O);. \<1, MIAMI. Fl.: :.IJl"·,\U'H. "I. ";I:-:!\J'-AI'OU~. ~I:-:. ....:.....'>m·ILlF.. T'· SEW YORK "Y. lhKLtXl). ,:,\. 1)1l\),·I;~: con.,'\", ,:;" OlU..'\\llO, Ft. IWY,iIl"tXP I'.\RK.. KS. PIIIL\DF.U'!UA I'A: l'OXTL\'Il, MI':, I'I1¥TL\),'Il, ,lit-It'Lf.r'~l1. :-,·c· ~T. to!·!S. .>10, S,'\l.T L-I.KF. nn', I,. S,t.' .\.'.:\ FIt,.,,,<:r!4."O. {">.. :..\x;mF., C\..liF_"'TIlE, w.o.· 1'-\)11',.... FL T(JLf.no. tll1, \\",\YXf., XI: \!i~""~l-ft"t;TO:-:.IJ(: December 12, 2003 Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 In Account With: HNTB CORPORATION 5910 W. Plano Parkway, Suite 200 Plano, Texas 75093 REMITIANCE ADDRESS: P.O. BOX 802741-KANSAS CITY, MISSOURI 64180-2741 Invoice No. 04-39020-DS-00I Contract Maximum: $78,677.00 For professional services related to the preparation of plans and speeifications for bidding and construction ofthe re-alignment of Airport Parkway from Addison Road to it's tennination point on the Addison point on the Addison Airport per Agreement dated July 31, 2003. DS -001 $78,677.00 100.00% Complete 100.00% x $78,677.00 $ 78,677.00 Less Previously Invoiced: ____5:,;8"",9;".4:..;,7,;;;.5..,;;0_ $ 19,729.50 TOTAL AMOUNT DUE TmS INVOICE: $ 19,729.50 o,(t, The }J,VTB Cvmp:tifi(>S I:I~i i =J ,\RGHTECTS E~(;!:-;EERS PLA:"JNERS ./1/1,.':"" "1"1/,, /,-",.' ."-.:} "'" ;"..'" December 12,2003 Mr. James C. Pierce, Jr., P.E. Assistant City Engineer Town of Addison Post Office Box 9010 Addison, Texas 75001·9010 ARAPAHO ROAD EXTENSION -PHASE I1'III Dear Mr. Pierce: We are enclosing the original and one copy of our Invoice No. 75-25768-DS-301 for services rendered in the above-referenced project. These are the services authorized under terms of our agreement dated January 23,2002. This invoice is for services from September 27,2003 through November 21, 2003. The amount due for this invoice is $73,228.90. We trust you will find these invoices in proper order and place in line for further processing. Very truly yours, HNTB CORPORATION Benjamin J. Biller, P.E. Vice President, Central Division BJB: 19b Enclosures cc: HNTB Finance ! /I " II \ J Ii .:" (j( ;1 ,j " f " .,' PI'un" \11 \ \\.)'ilI \ \ \ "",\!'"lh II!) 11'.I\n (,I. \l ~fI'. J''-:. 1"ln\ ,(1011,1' L\, rlo~r,),. \11. \.!!\la.I'.~IU'" ~!' ,11-\«1.1",'" \\\ :!III "',I' 11 'll-U'L\'I~ nil ,,)j I 'uu ~ 'HI. II \1 1,\' 1\, ,'1 H "K "J. 1.1·11(}11", \11. I'U.. I"~. \~'\. n \H mTfI. I).., \UIHH11(1!. ! r. IUL"~\ !UL \.\ II'N ~!O~. P";, I"PI \'.AI'OIl.' 1'-. j\<',,~,l'" IIlf f'L ~\'''\'' '.flY \I\j 1'";,,,\11.1.1 ,\ 1.\\.:"1"'; \If. Ul' \~I:JiI.E~, 1:.\. LOI'I.'\II.LE.!{' \IAt)I~(l\:. \,t 111.\,\11, B; .\lIl......\I·"n:, WI· ;\!lX"'EA~}Jt~. :>'1" ,,'-'llllllf IS \.1'\\ "1}ltS, ...:.. , ",I\.I"!'· "~\'Al """'\ "HII"',,'I ·o\lllI\'I'I'lrl\"j.,~ "':UIH'I:''II\:'\ ""I;'I\\.I>\!!' "''':111\,1' '>': 1l\ll"Il,jJ" q!.'t:"\h' "\(lj\,,1,1111f , ''., I'· , Report of Project Activities Final Design Services Arapaho Road, Phase ill Surveyor Boulevard to Addison Road September 27, 2003 through November 21, 2003 Activities During Reporting Period Continue trail layout design and coordination with Town Continued drainage design Reconfigured parking lot for the Rink to accommodate the trail, and bridge columns while maintaining the same number of spaces. Attended meeting with Town and DWU regarding DWU comments on 65% plans .. Revised lighting to move foundations away from 60" water line j.: ..• Anticipated Activities During Next Reporting Period , t, Continue to develop 95% plans and incorporate 65% comments Continue to develop landscaping & irrigation plans Please contact Jerry Holder or Liz Metring with any questions. December 12, 2003 TOWN OF ADDISON Addison, Texas In Account With HNTB CORPORATION 5910 West Plano Parkway, Suite 200 Plano, Texas 75093 Remittance Address: HNTB Corp., P.O. Box 802741, Kansas City, MO 64180-2741 Invoice No. 75-2S768-DS-30l Arapaho Road Extension -Phase III Surveyor Blvd. to Addison Road For final design services for Arapaho Road, Phase III from Surveyor Boulevard to Addison Road in accordance with Agreement dated January 23, 2002. The following is a summary ofproject activity for the invoice period from September 27, 2003 through November 21, 2003. BASIC ENGINEERING: $ 732,289.00 80.00% Complete as of November 21, 2003 80.00% x $732,289.00 $ 585,831.20 Less Previously Invoiced""7 __5;;.;1:.::2;!;,6~O",2;.::.3,:;O_ $ 73,228.90 AMOUNT DUE THIS INVOICE $ 73,228.90 T /. " U \.' rfl f'" "I 'J ,/'I i ,. ~ Steve Chutchian From: Luke Jalbert Sent: Wednesday, November 19,20033:38 PM To: 1im@bowmanconstruction.com' Co: Jim Pierce; Steve Chutchian Subject: new conduit on airport parkway Jim, We would like to add a 4" pvc schedule 40 conduit going under the new road alignment at station 13+10. Please extend existing quantities to include this. Thank you Luke Jalbert 1 RESOLUTION NO. R03·099 A RESOLUTION BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN AN AMOUNT OF $223,820.00 WITH JIM BOWMAN CONSTRUCTION COMPANY, L.P. FOR THE AIRPORT PARKWAY REALIGNMENT PROJECT. WHEREAS, a portion of Airport Parkway, currently west of Addison Road and south of the existing airport administration building, must be realigned; and WHEREAS, the new Frito Lay facilities will be located within the existing alignment of the roadway; and WHEREAS, Jim Bowman Construction Company, L.P. was the lowest responsive bidder for this project; and WHEREAS, Jim Bowman Construction Company, L.P. has successfully completed similar construction projects for the Town; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: THAT, the City Council does hereby authorize the City Manager to enter into a contract in the amount of $223,820.00 with Jim Bowman Construction Company, L.P. for the Airport Parkway realignment project. DULY DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, this the 28th day of October, 2003. OFFICE OF THE CITY SECRETARY R03-099 ATTEST: City Secretary " OFFICE OF THE CITY SECRETARY R03-099 i -"~~" . ".:.;:: ",' SENDER: COMPLETE THIS SECTION • Complete items 1, 2, and 3. Also complete Item 4 If Restncted Delivery is desfred • PrInt your name and address on the ~erse so that we can return the card to you• Attach this card to the back of the m~ilpl""", or on the front If space permits. "' ......: ; 1, Article Addreooed to: " <, COMPLETE THIS SECTION ON DELIVERY A. Signature o Agentx o AddresseeIs. Received b,Y ( Print,ed Name) ~C. Oats of Delivery I ,.. r:"-:::!,J'(':~l (::,:-1O'Ar.i ~ifler'fIDt-OOmwite~1/6'YesI 1ff)(A<;~/$'5idl/(N{IitlJ'iJ!:;fl 'IdPi;/t(~:i M I.E, lli.ir~lfvir,yaddressbe'ow D No ;~~-kvi~,;;4$rnJr~t \vl~R Q s I-~~ ;HC--:?ZJ' pC ! !C?lSoy /30 /?7 3. Service Type e1Certified Mail o ~press MailAv.sP4 Tx 7~//-3097 o Registered o Retum Receipt fOt Merchandise /.",' o Insured Mail DC,O,D, : 4. Restricted (Extta Fee) 1 2. Art;';'eNumbe, 7002 3150 0001, 7343 6691 . (Transferftom service label) : PS Form 3811, August 2'11),111 ""1111' "1~,,R~'ON llwJad SdSn Pled ,",a~ '8 afjl!jSOd i!e~ ssel:::>-lSJ!::J 30lAlJ3S WiSOd S3l.\llS 031JNnIIIII :.. :;.. · . ;,,'. " •. ":-•.7·'~: i ,,' ;'," TOWN OF ADDISON , PAYMENT AUTHORIZATION MEMO Claim # Check$ 1131 !lCl5:3SDATE: ,'------Vendor No, Vendor Name J/"1 Address Address 1/1/Address Zip Code EXPLANATION Authorized Signature Finance MONTHLY INVOICE JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite 1 Plano, Texas 75074 (972) 423-13 13 Project Name: Job #630· Airport Parkway Re-Alignmenl Estimate No. 4 TypeotWQrk: Street Construction Contract Date October 28, 2003 Estimate Period: March 1, 2004 to April 2, 2004 Ong. Contract AmI. $223,820.00 Bid# 03-31 Payable To: Jim Bowman Construction Co., L.P. 1111 Summit Ave., SURe 1 Plano, Texas 75074 Contract Work Done Total Work Item Desct1ptlon Contract Price AmountUnit of Measure Quentity This Month ~::~ 101 Mobilization 102 ROW. Prep 103 Full Depth Saw Cut 104 Remove Existing Pavement wtih Curb 105 Unclassified Street Excavation 106 Embankment 107 10" -4000psi R.C. Pavement 108 Furnish IlnstaIl10-ft. Recessed Curb Inlet 109 18" CL III RC.P. 110 Remove I Relocate Roadside Sign 111 15 MPH Speed Umit Sign (R2-1) 112 Fire Lane Striping 113 Solid Sad 114 FIVMlRemove sm Fence 115 Inlet Protection (Drop) 116 Irrigation Conduit 4" SCH. 40 PVC 117 FII Security Gale with Ace. Control 118 AOA AOA Security Fence 119 Remove Temporary Road 120 Remove Security Fence 121 12" CI. III R.C.P. 122 F IVMIRemove 20-ft. Security Gate 123 2" SCH. 40 PVC Conduit 124 3D-ft. Street Ught Pole Foundation 125 Type "A" Gr. Mtd. Pull Box 126 #8 AWG Insulated Cable 127 Bare#8AWG C.O.#1 Change Re-Bar Spacing C.O.#1 Add Expansion Joints C.O.#1 Add Lime Pellets C.O.#2 Security Gate Extras LS LS LF SY CY CY SY EA LF EA EA LF SY LF EA LF LS LF LS LF LF EA LF EA EA LF LF LS LS LS LS 1 1 755 1650 500 100 2800 2 108 0 2 1100 900 300 2 114 1 300 1 195 95 1 600 4 3 660 330 1 1 1 1 207.00 1.00 115.00 1.00 1.00 285.00 1.00 1.00 600.00 300.00 1.00 1.00 1.00 1.00 1.00 1.00 721.00 1769.48 500.00 100.00 2232.40 2.00 113.00 41000 115.00 1.00 126.00 1.00 14500 262.00 285.00 1.00 1.00 600.00 3D0.00 1.00 1.00 1.00 1.00 19,600.00 5,000.00 1.50 9.50 17.80 38.50 45.50 2,410.00 48.00 225.00 1.00 2.50 1.25 75.00 6.00 6,000.00 15.50 2,500.00 5.00 40.00 4,000.00 3.58 715.00 280.00 1.25 0.45 1,890.00 460.00 5,940.00 1,775.39 $19,600.00 $5,000.00 $1,081.50 $16,810.06 $8,900.00 $3,850.00 $101,574.20 $4,820.00 $5,424.00 $512.50 $690.00 $6,000.00 $1,953.00 $2,500.00 $725.00 $10,480.00 $1,020.30 $715.00 $280.00 $750.00 $135.00 $1,890.00 $460.00 $5,940.00 $1,775.39 Approved Total Amount Of Wor1< Done $202,885.95 Ji an Construction Company, LP. Less Retainage 10% $20,288.60 Othar $0.00, Amount Payable on Contract $182,597.35 Less Previous Billings $68,792.00 Amount Due This Estimate $113,805.35 ,Jp ffro(· "d( \ sV(... ~(\',/0 t-Page 1 of1 I -STEVEN Z. CHUTCIllAN, P.E. (ftt_I.. Assistant City Engineer (972) 450·2886 (972) 450·2837 FAX (214) 673·2518 Mobile schutchian@ci.addison.b.us E-mail Town of Addison 16801 Westgrove Dr. P.O. Box 9010, Addison, T."". 75001·9010 • • JIM BOWMAN CONSTRUCTION COMPANY, L.P. III I Summit Ave., Suite I Plano, Texas 75074 (972) 423-1313 April 7, 2004 HNTB 5910 Wes ano Parkway, Suite 200 exas 75093 Plan Ms. Jenny Nicewander, P.E. Re: Addison Airport Airport Parkway Realignment -Change Order No.2 -Security Gate Changes Dear Ms. Nicewander: Please issue Change Order No. Two on the above referenced project to authorize the following extra work: Saw and remove CTe for conduits, install 30 LF 2" PVC and connect to existing light standard, stand existing light standard, construct chain link fence from gate posts to end of existing fences: Lump Sum =$1,775.39 The cost plus work up and sub-contractor's quote are attached for your information. Jim Bowman General Manager vh cc-Mtl.JMIe£~ 16. *&>30 ~~ilv..vr ~~v"'i '\2.e.&TttA lJ)DiW<...-It.>Jf)'-( .......~~JI 'S~n &~ A-t..1",,,.hAt?N T DtI"'TS ~OllMA-T'''' Gl;> LA·' p, D ~iA-1 P"T1t1 tV .")?..4-! 0 4" 4~"1~ II I 0'::' ~ ¥{/S 1--72 IrO .:: 14-~"'.lu ... , .... f/.,.,.., ~ ~;2.$3 -y;,~"" S""" cr& 'R,u.... ~OilJ!> 'TC+l ~o.... 4&~OnTtr· ~p .; dtt~ 2840 Simpson .l.an.e, Carrolhon Texas 75006 DalklsPhone (972) 478-5747 Ft. Worth Phon.e(Bl7) 877-1606 Fax (972) 478-7348 w l r. I lJ.'ml1 March 24,2004 , Jim B(lWm. ff..sDATE: Vendor No, Vendor Name Address Address Address 1111 Zip Code o TOTAL Ii (6, '143-t'.> EXPLANATION Authorized Signature Finance ,'. MONTHLY INVOICE JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite 1 Plano, Texas 75074 (972) 423-1313 Project Name: Job #630 -Airport Parkway Re-A1ignment Estimate No. 3 Type ofwork: Street Construction Contract Date October 28, 2003 Estimate Period: February 1, 2004 to February 29,2004 Ong. Contract Amt. $223,820.00 Bid # 03-31 Payable To: Jim Bowman ConstrucHon Co., L.P. 1111 Summit Ave., Suite 1 Plano, Texas 75074 Unilof Contract Work Done r:IWork lIem DeScription Conlract Price AmountMeasure Quantity This Month c~~ 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 Mobilization ROW. Prep Full Depth Saw Cut Remove Existing Pavement with Curb Unclassified Street Excavation Embankment 10" -4000psi R.C. Pavement Furnish I Install 10-ft. Recessed Curb Inlet 18" CL III R.C.P. Remove I Relocate Roadside Sign 15 MPH Speed Limit Sign (R2-1) Fire Lane Striping Solid Sod F/UMIRemove Silt Fence Inlet Protection (Drop) Irrigation Conduit 4" SCH. 40 40 PVC F/I Security Gate with Acc. Control AOA Security Fence Remove Temporary Road Remove Security Fence 12" a. III R.C.P. F/l/MlRemove 20-ft. Security Gate 2" SCH. 40 PVC Conduit 30-ft. Street Light Pole Foundation Type "A" Gr. Mtd. Pull Box #8 AWG Insulated Cable 8are#8AWG LS LS LF SY CY CY SY EA LF EA EA LF SY LF EA LF LS LF LS LF LF EA LF EA EA LF LF 1 1 755 1650 500 100 2800 2 108 0 2 1100 900 300 2 114 1 300 1 195 95 1 600 4 3 660 330 1.00 1.00 514.00 1769.48 500.00 100.00 1.00 1.00 113.00 113.00 410.00 410.00 126.00 145.00 262.00 262.00 19,600.00 5,000.00 1.50 9.50 17.80 38.50 45.50 2,410.00 48.00 225.00 1.00 2.50 1.25 75.00 6.00 6,000.00 15.50 2,500.00 5.00 40.00 4,000.00 2.92 460.00 253.00 1.25 0.45 $19,600.00 $5,000.00 $771.00 $16,810.06 $8,900.00 $3,850.00 $2,410.00 $5,424.00 $512.50 $1,953.00 $725.00 $10,480.00 a Construction Company, L.P. ~~~3J/!o-!D'I 4~9Page 1 of 1 JIM BOWMAN PAGE I'll03/09/2004 13:09 9724239447 co., L.P. f.x: (972) 423-9447 Fax Transmittal Date: dl/ttttBtZkit' 1Number of Pagss Sent (including cover sheet): ..... _..;3~'--____________ To: Name: Mil, JM .l~e I c=.• Company: ~/u~~~_______________ Phon8: __.J.!...L,;;;L...::!:~IL==..£-L------------Fax: _-!-J...J.:;.t. Name: ____-S~~~~__--_________________________________From: Company: Jim Bowman Construction Co.. l.P. Phone: __-l!;97!..!,2:::!-4Uf,",a-~1...311-'3!-_____---------Fax'.__...;9i1.17~2;::;-4t=2><;3-;!1;94:!!4!L7___~____________ Please call the number above if you do oot receIVe all pages of this transmission. Original to follow by mail: Yes 0 NO~ Message: PvdiJ!f't) C::;;yS r~ S"4>"lNJir t'.I? ' a"'I , e C.O, ('-<'If' ,....c.-7ii {6r.I71$" a3/a9/2aa4 13:69 9724239447 JIM BOWMAN PAGE a2 I i'iWC'. lUi'll SCHEDUL~ A' tI ,..,..",,-w,AY r I • IV"'" OF ._, " JIM IIUN CO., L,P. 18.2004 ~DaVR ITfM OF WORK ~ ,16 2 13 11 I 1&115 '2'12' 219 Is 1! 12 ?iSt IIr-"'"'" I Noill O~&2 Drives '1/~;; IPave Sou! I C r Sireet Up to PolEl I ~/;:n;eEast of pole IGales ISolid Sod I I I PAGE 0303/09/2004 13:09 9724239447 JIM BOWMAN JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave,. Suite 1 • Plono, Tex•• 75074 • (5112) 423-1313 Maroh 8, 2004 HNTB 5910 West ano Parkway, Suite 200 Plano. xas 75093 n: Mr. Jen)' Holder, P.E. Re: Addison Airport Addison Parkway Realignment -C,O, #1 Additional Items Dear Mr. Holder: Please add the following itams to the list of extra work requested by C.O. #1 and subsequent City directiVes: 1. Change reinforcing bar spacing to 16" o.o.e.w,: Add $1.890.00 2. Add two-full width. full depth redwood expansion Joints: Add $ 460.00 3. Add lime pallets to facilitate drying of the subgrade: Add $5.940.00 Total Add $8,290.00 If you have any questions. please oall me, \ J' Bowman General Manager vh ' ~W· Jim P;."., row' of Ad';'" -, :" .'~,' .... ;, '. " U.S. Postal Service", CERTIFIED MAIL"" RECEIPT (Domes/Ie Mall Only; No Insurance Coverage Provided) DATE JOB NO.~-4-0-;;-T ~~~.. Public Works I Engineering 16801 Weslgrove • 1'.0. Box 9010 Addison, Texas 75001 fe(ephone: (9nl 450·2871 • Fax: (9721 450-2837 ATTFNTION RE: 11-, r ~_.J ~rk.NtJ.u i?UboFIlI'nmt-I GENTLEMAN: WE ARE SENDING YOU 0 Attached o Under separate cover via _____Ihe following items: o Shop Drawings o Copy 01 letter 0 Prints o Change order o Plans 0 Samples 0 SpecificatiOnsO __________~_____ COPIES DATE NO. DESCRIPTION I UVl Y' SA e.e-I: Sf,.~e.+X AI1 A7:l A/? -tOz t1P.J.. ,J L 1/fJl.rtd PDt 1r f. dlc,iJ' ~~-I--fy I /ePcrhdP'lYnU){,,=J4tr'l!1c tl-~Tkw~ --.J i rHESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted o Resubmit _____ copies for approval ¢ For your use 0 Approved as noted o Submit copies for distribution o As requested o For review andcommenf 0 Retumed for corrections o Return corrected prints O _____________~_____~____ o FOR BIDS DUE __________ 19,__ o PRINTS RETURNED AFTER LOAN TO US •• I '" "', "-/t ~ '" .' ',-_.: / Notice of Intent (NOI) for Storm Water Discharges TCEQ Office Use Only Associated with Construction Activity under the TPDES Perrott Number: TXR15·~·~·~·~·~NO TPDES Construction General Pennit(TXR150000) GIN Number: .~.~.~.~.~.=--.. For help completing thIs appllcatkm. read the r.--I.-'-'<:....:-'Zi~,..<:::'----------Date: $/5'1f.c.F or about the storm water program, please contac;t us at (512) 239-4671. IndMduals ar. entitlod to request and ~ lr personalfrrformationthat tho agoncygathen;on ItGforms. They l"I'1aJ' also have any errors in theirinformatIon corrected. corrected. To mvi&w such Information. contact us al (512) 239-32e2. The completed NOI must be mailed to the following add...... Use the attached document to submit the $100 application ree. Please note that the NOI and application fee are submitted separately to different a.ddresses. TexlIlI Commission on Envlranmental Quality Storm Water & General Permits Team; MC ·228 P.O. Box 13087 AusUn, T"""s78711-3087 TCEQ,.20022 (02103) Page 1 012 Texas Commission on Environmental Quality Payment Submittal Fonn The storm water application fee shall be sent under separate cover to Ihe Texas Commission on Environmental Quality. This form must be used 10 submit your storm Water Application Fee. Please complete lhe following Information, staple your check in Ihe o;pace provided at Ihe bottom of this documen~ and mail it10: BY REGULAR U,S, MAIL BY QVERNIGHTIEXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Quality Financial Adminislralion Division Financial Administration Division Gashler's Offlce, MC-214 Cashier's Offlce, MC-214 P.O. Box 13068 12100 Park 35 Circle Austin, TX 78711-J088 Austin, TX 78753 Fee Code: .\lEA storm Water General Permtt: JXR15OQQO Check I Money Order No:__________ Amount of ChecIown:!U"of!!.!Ad"",d!!lI.~ol!.n!. ....___________________,,-___ Provide the name or segment number ofthe water body 1hat receive. storm water from this pn:>ject I CtorofPubli.Wor!-20022 (02103) Page 1 of2 Texas Commission on Environmental Quality Payment Submittal Fonn The storm water application fee shall be sent under separate cover to the Texas Commission on Environmental Quality. This form must be used to submit your storm Water Application Fee. Please complete the following information, staple your check in the space provided at the bottom oI1his document, and maillllo: BY REGULAR U,S. MAIL BY OVERNIGHI/EXPRESS MAIL Texas Commission on Environmental Quality Texas Commission on Environmental Qualily Financial Administration Division Financial Administration Division Cashie~s Office, MC-214 Cashie~s Office, MC-214 P.O. Box 13088 12100 Park 35 Circle Austin, TX 78711-3086 Austin, TX 78753 FeeCode:~ storm Water General Permit IXR15000Q Check I Money Order No: __________ Amount of Check/Money Order: _____ Dale of Check or Money Order: ________ NameonCheckorMoneyOroer. ________________________________ Facility I Sile Name: Airport Pal11'1, \\ l. \11\ "I" \I'UU". \1'-:-':'...11\ II 11' 1 ,\, '\1'\\ 'I"".... '\.', ;'\1..1.\"'1) , \ Page 1 ofl Jim Pierce From: Finderz@aol.com Sent; Wednesday, February 11, 2004 5:03 PM To: Jim Pierce Subject Addison Airport SWP3's tI/l P~15 ..s Mr. Pierce, {HM~\Sj I put in a call to Jasor!at Site Concrete and had to leave him a voice mail. If Site Concrete prefers to do their own inspections for their project and their batch plant. we would still be able to cover the other two projects in one SWP3. In that above instance, the SWP3 would be $1.000 plus $250 for each operator. As I understand it. the operators would be the Town of Addison, the contractor on the Frito Lay project and the contractor on the remaining project. The total for the remaining two projects and three operators would be $1.750. If I were to simply add the Town of Addison as an Operator and amend the existing SWP3 for the Site Concrete project, it would be $1,000. If you would like to contact other consultants, I will try to get you more names if you would like. You might even try to contact Bryce Smith who is the head of the Storm Water Compliance Oepartment with the CitY of Dallas 214.957.5842. Mr. Smith is very knowledgeable about storm water compliance at the municipal level and has always been very gracious about answering questions. Please contact me if I can be of further assistance to you. Kind regards, P. Monette Schneider Robicheaux & Associates (972) 998-2906 2/1212004 50 YEARS OF FUNI PUBLIC WORKS DEPARTMENT (972) 450-2871 FAX (972)450-2837 b-:-'-~'" '~-.-.':-~:::::J® Po.t Offiu So. 9010 Addison.Te••• 75001-9010 16801 Westgro.e February 27,2004 Ms. Monette Schneider RobiCheaux & Associates 3020 Legacy #100-349 Plano, Texas 75023 Re: Addison Airport Apron Project Dear Ms. Schneider: As we previously discussed, the Town ofAddison requests the assistance ofyour firm in redefining the existing SWP3 that was generated by Site Concrete for the Addison Airport Apron project. Specifically, the Town will approve additions, modifications, and maintenance schedules fur this project The SWP3 must be revised to reflect these requested responsibilities. For your use in preparing the necessary documentation, we have attached a completed "lnfurmation Needed for NO! and SWPLfurm. Should you require any additional infonnation, please contact my office at 972-450-2879. Your assistance in this tnatter is greatly appreciated, Sio=d'4 ames C. Pierce, P. Assistant Director ofPublic Works INFORMATION NEEDED FORNOI AND SWP3 1. Operator Information (pLEASE COMPLETE ONE FORM FOR EACH OPERATOR). a. Exact corporate name To /v11r tJF A D Pl5 tJ/Lb. Mailing address p,. tJ. /3 ()X 9tJI tJ A f) PI..>I?I//J 7)<:. 75(10/-ftJ/t:'7 c. Pbonenumber '172 -1-9 -.287/ext._____ d. Faxnumbcr f7.2-49-2 6'3;7 e. T"ype ofOperator: # tMCLLA"'-_______ j. DUNSNo:-'.____td.~A::L_________ 2. Project Information: It. Name ofProject: PAVEr,. E"'''T (2EuIl--ST!2vC7i'CfV " F /I fj20IV (A ( ,4,.....0 H-t'f1V(j;+f?5 Irt ' ? '13 I b. Physical address: AI gp,;er p;+.e!:;t...--Ar--/'cO/)/S tJd//l""1j2?<1,eT 11 f)P/SdV, AIf2. fi1J?T 3. Operator Contact Information: Ifthe TCEQ has questions about this project, who in your office should be contacted? a. Name:__.:::..J"::.:..P't..:.."'1....L::.B=----'p'-"/:....:E,:..:R"..:..::...E=-.L)..!.P-~,..:E=-.~__ b. Title: A-SSE7>'ItvT 01 Rfl:T~ tiJF j?i/D:-;c Wtl~S c. Pbonenumber '17.2-4-9-2.87'1 ext.____ d. E-mailaddress:.ipiel.Ce@CIClcTcII.sM. -Ix. vs, 4. TPDES Permit Payment Information: (This information can be completed at the time that the NO! is sent to you for submittal to the TCEQ 10 I'1..tIve A--k 5"I'rIj) a. Cbeck/Money Order number it--I'tl T ,;c... cI-feCt-' b. Name on Check/Money Order ______________ 5. Signatory information a. Who will be signing for Operator: (CAVEAT: It should be an officer, dircctor, owner, partner, etc. for coverage to be valid) Name:_--';f1'----'--I'---=-cfl'--'-'-'r'fc.:E:..:C.===------'-~__'__v,....:.;e___'__'PIf__'__r.LI_p.:....:,--'c_.___ Title: 6. Who will bc performing inspcctions on this project: Name:_~D~A~0--'E~~~~(....:.~~D_E~~-----Title:__.....Cr.""O""a--s"-=-.!...I-'=e=-t-{...:=....c"Tl-=-o=--IV__J;,-=---rl--:_:£"-'-?_EC----'T_"f:--'-__ Employer:.___VL-°_?v-=----,v_---=CJ:...!.F_----'A---'-.:...p-=.w:...::s=---Or'l.----=--_____ 7. Will there be a concrete or asphalt batch plant located on the site? ___Y_e_S __ 8. Will there be fuel storage tanks located on the site? A1J Est. Gallons tV!11 9. Estimated start date:_2--,---,-f_2.'=S:...LI_o-,-f-__Estimated end date __'?.'-I.-'-O[I_o----'-f-__ I will be contacting you ifI require further information. Oncc the NO! bas been sent to you, you must then affix your cbeck or money order in the amount of $)00 and forward it to the TCEQ. The information on wbere and bow to send payment will be sent with the complcted NO!. Please note that thc NO! has to be sent to one address and your $100 payment has to be sent to another. Ifyou have any questions, contact me at (972) 998-2906. Monette Schneider Robicheaux & Associates CAt-L r.fi? ~ 3020 Legacy #100-349 Plano, Texas 75023 A olVeTtL f Me FAX (972) 208-3351 /l Bd'v) /7'e"'\ # 4 TOWN OF ADDISON . PAYMENT AUTHORIZATION MEMO Claim #:...--:____DATE: Vendor No, Vendor Name ::5}fo1 B(J IVr WE ARE SENDING YOU , 0 Shop drawings o Prints o Plans o Samples o Specifications 0 ____________________________________o Copy of letter o Change order COPIES I DATE ;/3"/04/;' NO. BT7FL f':.L.....,. DESCRIPTIClN ~~ ./! I I . THESE ARE TRAN~Das checked below: ~approval 0 Approved as submitted o Resubmit _____copies for approval o For your use 0 Approved as noted o Submit ____copies for distrlbutiOll o As requested o Returned for corrections o Return corrected prints> o Formviewandcommeot 0 ___________________________ o FORBIDS DUE __________ 19 ___ o PRINTS RETURNED AFTER LOAN TO US REMARKS_______________________-------------------------------,','. COpyTO____________________________ S~NED:________+~~-----------1I __not __ldndtynDllfy-___ -"/A' a~ -e.l~.--------..--.. -.-..-....... ·---·---z;;·t-f----T (;, 0·-I l I • • JIM BOWMAN CONSTRUCTION COMPANY, L.P. 1111 Summit Ave., Suite I Plano, Texas 75074 (972) 423-1313 February 16, 2004 HNTB 5910 West Plano Par ay, Suite 200 Plano, Texas 750 Attn: Ms. Je y Nicewander, P.E. Re: Ad . on Airport . ort Parkway Realignment -Change Order No.1 D ar Ms. Nicewander: Please re-issue C.O. #1 to reflect the following changes to the above referenced project, in lieu of the items noted in your November 17, 2003 correspondence: 1. Delete 20-foot temporary gate . =$4,000.00 (deduct) 2. Delete 315 L.F. 2" Sch 40 PVC @$2.92/LF =$ 919.80 (deduct) Change unit price of remaining work (285 LF) to $3.58/LF =$ 188.10 (add) 3. Delete 3 St. Lt. foundations, 30' pole @$460.00/EA =$1,380.00 (deduct) Change unit price of remaining work (1 EA) to $715.00/EA =$ 255.00 (add) 4. Delete 2 ground mounted pull box, Ty "A" @$253.00/EA =$ 506.00 (deduct) Change unit price of remaining work (1 EA) to $280.00/EA= $ 27.00 (add) 5. Delete 60 L.F. cable, insulated, #8AWG@$1.25/LF =$ 75.00 (deduct) 6. Delete 30 L.F. bare #8, AWG @$.45ILF =$ 13.50 (deduct) 7. Delete 80 L.F. remove existing 18" RCP; Install No change to Contract 1 EA 18" pipe plug; fill 18" RCP with Flowable fill 8. Add 4" PVC conduit at Sta. 13+10-Approx. 90 L.F. @$6.00/LF (Contract price) :: $ 240.00 (add) 9. Increase 12" CI. III RCP from 95 L.F. to 270 L.F. @$40.00/LF (Contract price) =$7,000.00 (add) Page I of2 10. Remove/Replace asphalt pavement @deleted 12" st. Swr. @Omniflight: 1 L.S. @$1 ,540.00/LS =$1.540.00 (add) Not Total Change To Contract = $2,355.80 (add) Please re-issue C.O. #1 to reflect the above prices and descriptions. , 1m Bowman eneral Manager vh ~ownof Add.oo, Attn: Mr. Luke Jalbert Page 2 of2 Robicheaux & Associates 3020 Legacy #100-349 PIano, Texas 75023 Attn: Ms. Monette Schneider 02/18/2004 10:32 9724239447 JIM BOWMAN ~EB 18 2004 11:OHHM H~ LH~~K~~I ~~uu PAGE 02 ,...~ Ml'WM']1ON t'RP'DmB tgNmIWlJ I. Clporatot~('I..Mtil!·~~l'OIlbII PQlIlAC"QPl!IAltlll)' L l!luoI~~~-t;""r. "'.,L.Il. 1>. MI1IIDI-.. JIL..h.~...,(r.4v1/:; F~ I ~o, 7)c 7::.5...:~:...;1L.:.7.____ G. ~....... 17l-4=2-3.:/30 _-____ d. 'ulUllb« "Hz.. __,,;, 3 -91tZ e. 1)ptol'o.-: ln4\'1du01 • SoIit~8A .~ .~ • h6,00_ • 1Ddlpa; 'II1II0p0n0I0r I'1lII1>I>Iraf~_ _ o.:!D ~OO _1014'D __250.-jOO+~ ~. BllIIIII~..5-""';'8.______~_h. !. J.. DUMlNo'__...-_______ 2. ""*"'~ .. _or~ At&e".ILC~"'rk.Ar.f" ¥No/!1'Wr 1>. ~1Icd1dllrl$4atlllo 'lime l1li1...NO[1__'"_Ibr~to" n:IIQ •• 0j 7, From: Nam.: ________________~------~-------_____~~=_L_ Company: Jim Bowman Construclion Co., LP, Phone: 972-423-1313 Fax: 972-423-9447 PleaSE! call the number above if you do not rlileeive all pages 01 this trenr;;misslon. Original 10 follow by mail: Yes CJ No ~ Message: diiu13 IIIfFO ~~~~4tH''M'' ;)f4 ollrQull1ly Oomrol DojIartmonL liD Lattimoft Ma:erial. Company P.O. B.x SS6. McKinnor. 1"".. 75070·05l6 (912) 221-4646 • (912) 569-4646 www.lmctx.ecm ;972 !S69 e:;;;'05 :I;; S/1 ZI Dale: lI-Fab-04 Client: Jim Bowman ConotructJon Pro)ocl: . AlrpO" Pall.1u",,, ASTU C ~114, Typo Aor D ASTU C·260 1 Cubic: Y8rd By W;ht A 8SD u.. l1nl \0 SI< .WfI,AlR) 4000 psi ./Air Cement 584 lbe 0 lb. 1850 lbe FI". A_late 1205 Ibo Watar 262 lb. AdmlxtunJ Water Reducer 23 0.. u..m 3921 Ibo UnllWtlghl 145,21 pet WlCmllallo Q,4/) FI1 Aoh Rtpll_nt 0% ....lIIIum Tomptnlu .. ~""F Slump 3-5 In",.. entnllnedAir :1-8% Tha. mf:rdw1ftl .ubn11tt1J I"d Of ,ric. quotlt II PfOprltblq and oonfld..,,1 and flO! to H,."red nor ......m_1n ollJ 101m ID 'or po..... or org",llIII"" 11101 10 "'" '_I)<_._In ",lIIng by , ' dltll_0lil011101 LIUI..... _.1IIt C<>mPlIIJ La_oro Rol< men!. WI1enufllId ncornblnatlonwilholt1 ... 3dtTlix\ures, care must he taken 10' 01S' pense each aomixtureseparatelYlOto tbe mix. PACKAGING S;kaAEA· t 5 i.supplied In55 gallon (208 liter) drums ana bulkoelivery. STOFIAGEAND SIIELF LIFE Sika AEA-15 Gt'lculd be -sto(~d at above 3&F (2'CI. W froz~n, thaw and agllale thoroughly tQ rsturn to tts normal stale beforeus8. Shelf I~o Whett ...orod In dry warehouse conditions botwaen50'F and 8O°F{1 O·C· 27"C)is 1 yearmi1imum" CAUTION Skit"landeyE'irritant avoidconract. The use of NIOSH/MSHA approved respirator, safely goggles and rubber g!OV65 i& raeom.....nded,AvoIdcreathlng Product U•• With adequate ventilation. Remove COilta(f'tlnated clothing FIRSTAlD Wash skin with soap and water, In caSe of eye contact, fillsh with water for \5 minutes: contaota o."lyak:iaf!, Washcloth· lng before re-use. ctllANUP Contain and 'COllect With absorbent rna~ tO~'I. Oispose of in acqordence wllh locol, state and federal regulations, C·260 /JJr Entraining AdmIxtur •• COLOR Brewn pH >8 CHLORIDES" <0.1 Water Reducing Admhcture (Type A) DE$CI!In'ION Plasttcr&te 161 is a co!ymer~iY:::ewafarredl,lclng admixtu:"e. Plastocrete 161 oon!a.ins: r.o eh !codes. Plasmcrece 16' meels the reQUlrerroents of ASTMC-494TypeAandAASHTOMI94 Type A. APPLICA TlOriS Plastocre:e 161 !s reco~endedreruse in all acpllcaliOnS whe'e nigh ~uallty concrete wilh superior wot1\st)llIty Bnd .1ormalsetting limes is requk'ed. HOWfrWDFlKS PlutOCrels 161 water reducing admix~ fu'e provld•• on economical end hlgNy affec~vo means of reducing the amount cfmlxlng waterraqulr&d to produc&concrete cI ••,,,,.111 slump by !!Cling •• a dispertant for the cement particles In them:x, Th~h this. disperelng ACtaon more of the stJrface areB of the cement partiCfea Is liva.nabl.. for early hydration. The mora cement particle, hydrated by contact Ni1h the mlldng water. the graBler the compressive strength of the concrel&. ADVA""'AQI'S PlastocrSlS 161 it;,; formulated as a lype A. \lJater reducer to allow 7 -10% weIer (edUCtOn and maximize the benefits of jnCrQaled hydretior< in both lhe hard· ened end plsstic states. BENEFTTS .to Reduced water conten! reQuired to achi&ve desired elut"p. !nc'realee. compressive and flextXa! $trengti'l& end allows lhe use of more econQmlcSlmixe; ... Improved paste quality makes con· cret$ eUler to pump and fini,sh. ... Consiot:ef'!tnorm&l setting~,through. OUliherecommendeddQ,age. A lower water cement ratios ,Provide ~ecraasedpermeability and incraaGiGCI ourability. Combination wllholhllr Adml""',..., P1a!itocrete 161 works effectlveiy as a single admixture or in combination with oilleraClmlxtute. InlheSIka~r.lm.When air ent,."ed concrete Is apaciliad. Slka r • .,.,mmendS lh&useofSillaaJr",,~a,,'ng agents. HOW TO USE DOMQI! Addilion rate,o!3 -6!I.o%J100lba. (195 -390 ml/1 00 kg) 01 cemont are ,ae"tnmendadforgeneralC()r~r.lellP~"tIon. where oormal settIng charaoteri8Uceare desired, MIXINO Rastocrete 161 Isadded attheconorete plant Moasuntrequltadquantity m ...... ally or by autamateo dlsp.n...., Add Into lila eandatttiewelghhopperOlilitOlhewater IIneatthebatc:h Dlanl. Wt'Ief}usedln combination with other admIxtures. care mustbetB.kan to dispenseeachadmixture sepatatefy Into themix. 00 not mix wtth dry eement PACKA(JJNQ Plastocrete 161 is supplied in 55 gallon (208 lIle") drum; and bulk delivery, STORAGEANDSHELF-UFE Pla$tQ(;rete 16' shQUkl beatorltd at aoove 3S'F (2'C), It frozen. maw and "ghat. thOroughlytoretumtonormal state cafera us. Sheff life wher, Sfored jn dry wa.-ehor.;se condi1lon.~e"""en5O"fandSO·F( m'C' 27OC) 1$ one 'lear mlnlrnum. CAUTION Skin andOftOrntent avcidoonlaot Theu .. of NIOSH,MSHA approved '••plrat"". saletygoggl•• endNbbargi"""sls raeommandad. Avoid breaihlngproduct U~, with adequate ventilation, Remove eOf'!IBminalEldclomlng, FlllSTAID Waah~lnwlth80apandwater, Incassot 'Bye contact, fluanwlthwaterfor 15 miMes; contacte ,*,ys!Can. Wa&hCJatnil1g befQr& r<>-uM C!.I!AN UP Contain and co!!ectwilhebsorbent material, DiSpOse of in accordance with local, slBls and federal regu!etfonlJ. -••• ' ~~, I ... 1;<:; ~;~IPM:'-att:lmc~tj! Mater'lal$ Water Fltlduclng and Retarding Admlxtuf9· (Types S & 0) 5-':;:4: DES01IIFT/oN ,& FOi fla~wotk application6 Plastimem PACKAGING PlastlTflenl is a water-redllclng ana leacts as is fjnishing aid, workability is Plasllmel'lt Is suPpli8d in 55 gallon (20e larolng admixture. Plastiment ronlains Improved, bleeding iscontroiledand a liter) drums and bulk delivery. no calcium c:h!oride Of ar·y other intan. !lunaria! surface finish is obtaIned. tionally a<1ded oMlorloes. STORAr:JEAI«J SHEJ.F-I.IFE ... lower wats! cement ralios provide Plastiment should 00 slared at above Plasnrnent meets the requirements of decreased permeability andincreased· 3O*F (-'''C). It tro~en. maw and agitate ASTMC-494Typo.B and D andAASHTC durabiHty . it'lOroughly to return 10 normal state M194 Type. Band D before use C_lnltlon with oth.r Admi...."'.: APPLICATIONS P1a:stlmant workS effectively as a single Shelt life when stored in dry warehouse P!23Urnernisracotr'l"'!tndeQfor use wh&n~ admixture or in combination WIth other conc»!ions between 5O'"Fan060"F(10~C· ever high quaility concrete with predict· admlxturas in the Sika System, 27 6C) 16 ooe year mlnimvlT"'. ab:e and controlled set times IS desired Use in f1atwotk and horiz.ontal or vel1leat HOW TO USE CAUTIONeUpform clscement9 where a sucetior surface finish Is required. I10SAGjf Skin and eye irtltant; avoid contact The ADVANTAGES Addition rate. ct 2 • 4 II. 0.J1oo Ills. us. of NIOSHIMSHA approved r ••plraPlastiment 1$ highly &H$ctlv8 11'1 hot (130·260 ml/110 kg) e"""'nt IIll! roc:· tor. safetv goggle..Ildrubber gloves Is weather concreting to offset t~ accelommended torgeneralcoocrete app8oa .. recommend&d,Avoidbteathingproduct. erating effecl& ofnigh ambiem tempera· tlOM. Where extended retardauon Is Use with adequale ventilation. Remove tures bV contrOlling the heat 01 hydra~ 1'!II:lUi'9d~""lI\IIImoybeincr_.PIease contaminated clothing. tion. Concrete workability Is onhanced contac1 your local Sika Representative and asupark;)r surface finish la obtained, for 1n1ormation and assistar1ce. RRSTAID Weeh skin wilh soap and weier 11"\ caSE: BEHEJIITS MIXINQ of 8}1e contact, fllJSh With water fo' 15 £ In mass conCUlte pours Flastlment Add Plastiment at the concrete plant. minutes: contact aphysiclan. Wash cbth~ ccnlr:)lstemperaturerlse and reciJces Measure required quantity manually or ing bafQ'e re~U'le. . the risk of thermal crack'ng. by aulomattld dispen$er. Add into the sand at the W9lQh hOPPSf or 6110 thll! ClEANUP • InItial sel 'irr.QS are delayed. aUowtng water line at the batch plant Contain andcollect 'o\<1thabsorbEnt matelime fo' ptoper placemenl end finiShrial. otspoae ofin accOtaance 'lMlh local. Ing '",unout COld jOints In hot weamer When used fn combinatlton with olher !,date ardladera! regulatkins. conations. adm!xrurOI, cale must be taken to dispense each admixture separately into .to. PlaslimentIncreasesconcrete cJen&ify the mix, 00 not mix wUh dry cement and delivers increased early and UlU~ mate, compressive and lIexurat strength&, Yallow/Gr••n pH <0.1 -------I:I~i i-J LETTER OF Job No. 37365 The HNT8 ComplJliic$ 5910WestPlanoPafkw.!ly,So:te200. Plano. TelI3S75093 !,972)661·5e2G TRANSMITTAL Date October 9, 2003 Re: Airport Parkway Aligmnent Sequence ofConstruction Example To: Jim Pierce . Town ofAddison 16801 Westgrove Drive Addison, TX 75001-90lO WE ARE FORWARDING TO YOU: NO. OF COPIES SHEET NO. LAST DATED DESCRIPTION 2 1-3 01-27-04 ! ·Ph."" 1 thru 3 ----.~~~--.----THESE ARE TRANSMITTED: o For approval o For your use ~ As requested o For review &comment PLEASE NOTE: COPY TO: 37365 By: Redbook --------------------- ------Jerry D. Holder, Jr., P.E. , I)'CHAIN UN.. FENr,-/--___~_____ a_ .. I __~ I__________'-1. 1--10-111 ASPHAl T PAVt:M(NT /CONCRETE PA.... Et-'(:NT f I, ',, ------,--'----1 \ J -------BLDG.Hr._IS' I l'ro::1 +--.---I _ j~'~;rr~.4~6P5~;.,;A~':;'~g'~~T~~~rr----j" , ! I~-'P-o;.~k-"-r,,-, ~ ~-~--.:...--~ _c=.--,;-----_n-~\. -.~. ,\ o .~,",." ." -----."--J -CONCRETE PAVeMENT ,•'-I, ,,, -----,-Tf!MPoJU. '-'{ 1,I.C£ (!otJ.grtJJc:rr6..J ~ \ ] fQ.P.~ t:Puy. //f /, ASPWl. T /, '------/------/' I....__J COiJ<;trtwC1tOf..' OY ~u&tt f2.ow'{. FINANCE DEPARTMENTIPURCHASING DMSION 5350 Belt Une Road (972) 450-1091 E-maIl lJIsuh@ci.8ddison.tx.us Facsimile (972) 450-1096 P.O. Box 9010 Addison, Texas 15001 January 15, 2004 Jim Bowman Construction Co., L.P. Jim Bowman 1111 summit Ave, Ste 1 Plano, TX 75074 NOTICE OF A WARD:Airport Parkway Realignment Dear Mr. Bowman: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective January 22, 2004 to provide all labor and materials as outlined in the specifications, and under the tenus and conditions of the contract documents. Enclosed is your'copy ofthe signed contract. 'The proposed improvements and work shall be completed within (85) eighty-five calendar days, with the original contract price of$223,820.00. Please include Bid No. and Name: 03-31 Airport Parkway Realignment, 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, ~~. MinokSuh Purchasing Coordinator Encl°stIrJi---__ Cc: Steve Chu~~~ Luke Jalbert ------fW SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this 28 day of October ,2003, by and between the Town of Addison, ofthe County of Dallas and State of Texas, acting through its Mayor or City Manager, thereunto duly authorized so to do, Party ofthe First Part, hereinafter termed the OWNER, and __Jim Bowman Construction C:1iJ L.P.__, of the City of __Plano County of __Daliasc......'''1 State of _Texas , 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 and Storm Sewer Improvements Airport Parkway Realignment and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date of written notice shall have been given to him, and to complete all work within ninety (90) calendar days after the date of written written notice, subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ 223,820.00 in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. CA-J 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) UtH.O c~ City Se JM 6(),f;!1MmV'c;,;SJ. Party ofthe Second Part (CONTRACTOR) ATTEST: By:__-/;£-""'--=--___--=,c.:.-.,-1W"1-.:.-,_ The following to be executed ifthe CONTRACTOR is a corporation: I, , certifY that I am the secretary of the corporation named as CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said Airport Parkway Realignment Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed:____________ Corporate Seal CA,2 TEXAS STATUTORY PERFORMANCE BOND -_.. . (PUBLIC WORKS) .. KNOW ALL MEN BY THESE PRESENTS. That Jim Bowman Construction Co" L.P, 1111 Summit Ave. S-l, Plano. Texas. 75074 (hereinafter called the Principal), as Principal. and First National Insurance Company of America___________ a corporation organized and existing under the laws of the State Washington licensed to do business in the State of Texas and admitted to write bonds, as surety, (hereinafter called the Surety), are held and firmly bound unto Town of Addison. Tex.;;;;a;,c:s______________________________ (hereinafter called the Obligee), in the amount of Two HundredTwenty Three Thousand Eight Hundred Twenty and 00/100 ----------------------------------------------------------------------------------( Dollars) ($ 223,820,00 ) 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 a certain contract with the Obligee, dated the 28th day of October , 2003 , for ..J'§ving and Storm Sewer Improvements for Airport Parkway ~ealignment which contract is hereby referred to and made a pari hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the said Principal shall fuithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be null and 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 and sealed this instrument tllis 3rd day of .:.N"'o:..:.ve=.:m.:.:.b:.;e::..r____ , 2003 JimB l111S an Construction Co., LP, ATTEST: PRINCIPAL: mit Ave, S-l. Plano. Texas, 75074 By: I ) LOt}' dofl: By: (Seal) SURETY; First National Insurance Company of America APPROVED AS TO FORM: By: ~2~ Perry Max, AOmeY-in-Fact By: ~~----------------------- TEXAS STATUTORY PAYMENT BOND ... (PUBLlC\VORKS) KNOW ALL MEN BY THESE PRESENTS: That Jim Bowman Construction Co., L.P. 1111 Summit Ave., 8-1, Plano, Tx. 75074 (hereinafier called the Principal), as Principal, and First National Insurance Company of America a corporation organized and existing under the laws ofthe State Washington licensed to do business in the State of Texas and admitted to write bonds, as surety (hereinafier called the Surety), are held and fiITIlly bound unto Town of Addison,c..T;,,:e=x.::a=s'-_______________________________ (hereinafier called the Obligee), in the amount of Two HundredTwenty Three Thousand Eight Hundred Twenty and 001100 ---------------------------------------------------------------------------------Dollars, ($ 223,820.00 ) 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 contract with the Obligee, dated the 28th day of October ,2003, for Paving and Storm Sewer Improvements for Airport ParkwaY Realignment which contract is hereby referred to and made a part hereof as fully and to the same extent as ifcopied at length herein. NOW, THEREFORE, THE CONDITION OF THIS 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 null and void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed putsuant to the provisions of Chapter 2253 of the Texas Government Cooe and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations ofsaid Chapter to the same extent as if it were copied at length herem. IN WITNESS WHEREOF, the said Ptincipal and Surety have signed and sealed this instrument ..:;3c.rd_____ day of November , 2003 ATTEST: By: ULQti dldl (Seal) APPROVED AS TO FORM: By: -=Ob~Ii~g.-.-------------------S-411SIGEEF 11/97 wman Construction Co., L. P. PRINCIPAL: ummitAve., 8-1, Plano, Tx. 75074 ~ By: -------+~~----~ SURETY: First National Insurance Company of America By: ~~ Perry Max, Arney:Jl1aCi FIRST' NAn01'lA:" INSURA."l:Ce COMPANY OF A.l,l€RIC\POWER 4333 $ROOKl.Y.'" A'I=M:OF ATTORNEY SeATTLE, WASH:NGTON 98105 4333 B",oklynAvenuc N.E. S.",,<. WA 98105 No. 105Ja KNOW All BY THESE PRESENTS: ThaI FIRST NATIDN.l.L INSURA~CE COMPANY OF AMERiCA, a Washir,gloncofpDrJ.t.:an,coesherehysppoin! '" u u ••••••••••• .......' •••• A. h ...................flo\.Yi>-IOR. DYER.: PERR.Y to.l.A..X; TA.\f:"!I El\'TR.IKEN; v.\(I41mJ. Te.'t:'l$'·u 'U~'U"".""Uh,," u .........,. .......... 04 Its UUe and lawful 3 JOBNn ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU l(AltaChed o Under separate cover via _____the following items: o Shop Drawings o Copy of letter o Prints o Change order o Plans 0 Samples 0 Specifications 0 ____________________ COPIES DATE DESCRIPTION /I t)([t/{ittd i'J ~/uJ/.pmr~r?Ir//lQYA,"UUA",{-.:tr::.1 .f,-#tfifMI'/l.ud-L(,'..-. U'1/11:':-1' /1l'Ui 1An./Ic-f''" ;;, r ~ (i}p-Ir')ca~ tJf!. A-irLlor-r H-UIr.tdor Title: Vice President Date: \ 1-"Ul ·'03 Date: 10/23103 39020 -SA No.:3 Addison Airport TxOOT 'i')!{JlrPfww I';6.1(; December 3, 2003 fAX (f):;!) 661·5(jJ·j 1I'lI'lt:blll/u:(J1Il Town ofAddison 1680 1 Westgrove Drive Addison, TX 75001-9010 Attn: Mr. Jim Pierce RE: AIRPORT PARKWAY -TxDOT SUPPLEMENTAL AGREEMENT NO. 3 Dear Mr. Pierce: Enclosed for your review and records is a fully executed original of Supplemental Agreement No.3 for engineering services, for Airport Parkway -TxDOT. If you have any questions or require any additional information, please feel free to call (972) 628-3116. Thank you, HNTB CORPORATION ~~~ Erica T Bourne Project Administrator Enclosures 39020 Ilfr'l( b 'lr"p.pw.\. \" ,\V":II'Cll!, .:1> \1;.\'-" <,\. \1 '11" r'\ H,T,," ;;01 ,-.:, L\ Il W\, UIlt.\ \ l. In< ",>\'111 'I' j"'1 ~rn', T', l"l1:\'-'l")U~.]', "I""'" ,';rv \10. ",":\\lIIX I' 1\""" \11 I')' \\.(;l!r~ "" L'" r~\II,I. " ... \j\IlI""" \\1, '.II\\,I II. ~lk\\\I·Io..!' \11 \11"111':11" \1:>'. ,\" lIlli, T'\, 'I''i; vOl;" :>-) ,}-,j\I,'\IJ C\. ,*\,,,1 , "; 'I." (\ ()H' l'ILl li ,l\, ,,: "I> P\Ilk",' FUI 111111'i'h 1'\ PI 11!i'l 1'\' >. 'II )', lId') ,'I) <;It. Il·\i.!!< ,II '( ,r lilt b \l< >. ~,\Il I 110,1 CITY. I I. '" ,"lu\lt) TX. ~\"\ 1ll'1!"\ 111 )1"\( 1, C \ "' \', I :nv I'~" ( \ ~\, I( )~I ,',. ~I \i"H! S \ !'\\I:'\ 1'1. I' '111l>! ,ld V. ""\1 " \\ \~jfl\(:l»\ 1'( I:I~i i -J LETTER OF Job No. 39020·DS I Tlte HNTB Companies 5910WestF'f3n{tI'aIXwa),,$ulle2QQ· Plano, Texas 75093 (972)66'·5626 TRANSMITTAL Date November 20, 2003 .-~.....---.-~..--...--.-....----~.. --..-.-, To: iMr Jim Bowman Re: Addison Airport iJim Bowman Construction Co. Airport Parkeway Realignment i 1111 Summit Ave., Suite 1 Plano, TX 75074 WE ARE FORWARDING TO YOU: NO. OF COPIES SHEET NO. I LAST DATED I DESCRIPTION 1 sets 3 i ! ! I Revised Yz size Plans -Airport Parkway _____....._!______-I-Chan~e Order 1 ...._....---~I I ! , I i THESE ARE TRANSMITTED: o For approval [8J For your use o As requested o For review & comment PLEASE NOTE: I----~---··---····-······ ----~----,.----..-Please sign all three copies ofthe enclosed change order and return them to this office. I will have the Town i ! and HNTB sign them and send an original back to you for your records. 1 .····-st~-·--··· COPY TO. S _ file ...____Jim~Town ofAddison w/enc Lou Elguezabal -Addison Airport w/enc HNTB Corporation 5910 W. PLANO PARKWAY, SUITE 200 PLANO, TEXAS 75093 Phone: (972) 661·5626 Fax: (972) 661-5614 CHANGE ORDER PROJECT: Airport Parkway Realignment CHANGE ORDER NO.: 01 (Name and address) Town OfAddison 16801 WestgroveDrive Addison, Texas 75001 DATE: 11·17·03 TO CONTRACTOR: Jim Bowman Construction Company, L.P. PROJECT NO.: 39020 (Name and address) 1111 Summit Ave, Suite I Piano, Texas 75074 CONTRACT DATE: October 28, 2003 CONTRACT FOR: General Construction The Contract is changed as follows: 1.) Delete 20·foot Temporary Gate (Deduct) ($ 4,000.00) 2.) Delete 315 L.F. Conduit, 2" SCH 40, PVC (Deduct) ($ 919.80) 3.) Delete three (3) Foundation, 30' Street Light Pole (Deduct) ($ 1,380.00) 4.) Delete two (2) ground mounted Pull Box, Type A (Deduct) ($ 506.00) 5.) Delete sixty (60) L.F. Cable, insulated #8, A WG (Deduct) ($ 75.00) 6.) Delete thirty (30) L.F. Bare, #8, A WG (Deduct) ($ 13.50) ($2,894.30) Not valid until signed by the Owner, Engineer and Contractor The original Contract Sum was ....................................................................................................... $ 223,820.00 Net change by previously authorized Change Orders ..................................................................... $ 0.00 The Contract Sum prior to this Change Order was ......................................................................... $ 223,820.00 Th.e Contract Sum will be decreosed by this Change Order in the amount of .................................. ........................................................ $ (2,894.00) The new Contract Sum including this Change Order will be.......................................................... $ 216,925.70 The Contract Time will be unchanged. The date ofSubstantial Completion as ofthe date of this Change Order therefore is November 19, 2003. HTNBCoro. ENGINEER 5910 W. Plano Parkway Suite. 200 Address Plano, Texas 75093 Jim Bowman Construction Company. L.P CONTRACTOR 1111 Summit Ave, Suite I Address Plano, Texas 75074 Town ofAddison OWNER 16801 We,tgrove Address Addison, Texas 75074 BY: _____________________ BY: ____________________ BY: ____________________ DATE: ____________________ DATE: ___________________ DATE: _____________________ M;\10BS139020-AP ParkwuyICLNTPROJlCh:mge OrderslChlInge Order#Ol 39020.Ooc I I, I i 2 < ay-€'/~~U i U~ D/}rJe:. I s1ttt1A.R+~~ rAApk".. J,...,., 1~ ~AIAJ L;5/t11 Je.s. 23 25 28 715: Cj ~-3,.24~SJ-J.,..;.!.~e"'S'",1:~ 2-1'I-535-;e ?of[ J/"'@~@1z)4-2.:t-/3/3 QW:rnp.dJ,H.=110 ItSA'Fy/es@1172 3'12-'f7>s-s;' tilGII1T. Goti'! ~~€.0,1'--"i",-S-I "Sf'"'!. (Sc:<--.... I\>-.Ic..o...."""'_. ~ Ji~;Ba.WM/( p GsAJ:; t.L p ~cc ADS, 31...... e,~"'A~ ~,...'::.>,. ~N«Aki,.£~ '172-t.f,!z? -2E>'f7 elMIckL{tc.-i.C'.ckJ".:...,,j'y·"s '17"2-4-ij7?-2&'1l~ sd'i'fC~/ltllg»C': {ulcl/s,,/J.fx /i-7)S -II,~ q7.;t -3'q.;j,. J..ffll Lois. €ifJ~@4J'-.n. /:&1VY[ si I1Jd I~ '171-ifSiJ -)S 79 """ tJ~~l\Yr~ I. ~v5'lJt ....... 7~Ndf4t~:ks~. 23 24 25 26 . 27 23 .. 'Cj}2 3'12.:. tjJ.S-S;@"IYlT.<.o1')t -N>~€' ... '1)1. -'1'"Z.~-1)t 1.~..,,~~11'01<-"1'>~ 5:}3$t:I m}1aJJI<,s OlTICf5i \1.F.Xi,-..;n/(L". V,V A-""X'l..I'OW". ;:IJ..~1L"'>'I"'. G-\ ..... j·:..TIX. TX, II.\TO:\' I~O"Ct l.\: BUSTOS, M.\, CIl.\l\LhSTO:' . .'iC. CII"Ri.~STO:-. \,\'\', C!llC'\(;O. It. ClfSf.L,Xn OIL COli '\I;;I'~ 011 IUiL~". 'I"" OL"'_"P'. (;0. IlF7ROIT, \'1. r:u:::-;~. \\'\': P,\lliflHLn, ;"J, j'!, WOlffl l. '1';1;, !1 \HTrOf{i). cr, 1101 'S', 0:\, rx. ,:>!)I.... :>... I'OI.I.~, l~. 1[l\,I'1' en\", \'T, \,1.''-.""-((.r:-'Io. IX ~y\' Bi'I<\·\X1HV). C\ ~\">, "li \,\,(",cn, C\ ~_\... JO~L. l:_~ :>1 \i'ltI,. \\,'_,_ 1:\\lI'A FL. TOlfj)O 01-1. w,,~HI""'-GT():\, n(' SECTIONPF PROPOSAL FORM PF-IofiO SECTIONPF PROPOSAL FORM TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location ofthe proposed work. and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: ---H'~--------'''''''''-''-'''.L-ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. I Dated: _.LI_O=./f-0<-;-h..;:8:..-.3___ Addendum No.2 Dated: _L/-,o~/''-0'7-j.-=o::..:3=c..__ 7 I Addendum No.3 Dated: ~/L0'7I!<+-,.n¥~-=o:.=!..3=-___ , I Addendum No.4 Dated: _________ Addendum No.5 Dated: _________ Addendum No.6 Dated: _________ PI'·2oflO PROPOSAL FORM Place ~tI#7y Date tJc::r: /~ 2003 Proposalof JIM LWlI'tV t;"'ST.&tt:.:nOAJ ~!;I l.P. a Corporation organized and existing under the laws ofthe Slate of ______________, OR Proposal of ~ apartnershiP~ >;..ZMf-N'lIttV &;t {..l.c... and ~ ~""6 .. t . .p. OR ~opo~lof__________________________~ an individual trading as ________________________' OR Proposal -a Joint Venture conSisting of_______________________ and _______________________________ TO: Town of Addison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving Improvements for the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Minok Suh, Purchasin~ Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 16' day of October, 2003. Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: PI'-30flO BID SCHEDULE I ROADVVAYIMPROVEMENTS AIRPORT PAR'tWVAY REALIGNMENT ICcmplele in Place, for the Sum of COI'IlDlete in Place, for file Sum of PF -4 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICo"!!!!!!:te In Place. for 111" Sum of 1____-Il_______Centsp"r un~ Comp!lele In Place. forll1eSunn oj 1_________~~------~vun,o.,aM I____-=L-______Cen ts per un~ of 1___________~..----~-_~..···aM IC.""olete in Place. for lI1e Sum of 1& PF -5 of lo. Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT Place, for the Sum of o I______~~~~-------------_",,·..·and ICo'np!."l~~iPlaC1'. for'theSum of "Ill. ~;um of 1__________aL~_________-,~,,~~=unn ICo""l'lfte In Place, for lIle Sum of I________________________~v".'.and I___-""-'''--_____________ Cenls per un~ i________~-------------uu"'... aoo I--------"LJ<'------------,~,,~per unn for the Sum of PF • 6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT .. , 1________________________~U,,.'.and 1____~~______________ '~erl~l""un. ICo,mplete in Place, for the Sum of o per"nft I_______________________~"'· .. ·OO I__________--"""' _______ Vw'.~ per "nft PF -7 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICo,~pl.,te in Place, for the Sum of ICOln}l_t.. in Place, for the Sum of 2-Z-~ S' Z t:I ...,.::... ~ TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, ITEMS 101 THROUGH 127, ,. -.. INCLUSIVE $ -ZZg fZ?~and ____..tN:..::..:C):......__________________Cents _ w .... PF • 8 of 10-Roadway BIDSCHEDULES~Y AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTALBlD FOR SCHEDULE I I' c" = TOTAL OF STANDARD BID (A): $ ___ ______~:;;...;.Z_3.;;,.?:.......O_z.o ...... TOTAL OF TIME BID: 8'5 (Calendar Days) TOTAL OF CALENDAR DAYS xS150.00 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and installed by the Contractor as part oflhe project and payment for the cost of such shall be included in the price bi 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (Hl) days from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of item I (A), plus (B). Bidder's Tax J.D. No. or Employer No. 7S-/23z..'U.&. PF·90fl0 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town ofAddison to reject any and all bids. t..t. By: __~~~__________________________________________ (Signature) ; tOM iLlJl.(J""" -V -~M6-tt. (Print Name and T~le) -J != Witness: l ltDA' J s::::J1d 'L(Signature)11//£~,.",.,-.4vI!1"_ k I It-'fI_ 7)v 7SdZ4-(Office Address ofBidder) .. I ,. Bidder's Tax J.D. No. or Employer No. 75 -/9.3z..u C SEAL (If Bidder is a Corporation) NOTES: Sign in ink.. Do not detach. PF-IOoflO SAFECO Insurance Company PO Box 34526 Seattle. WA &8124-152& FIRST NATIONAL SURETY BID BOND KNOW ALL BY THESE PRESENTS, That we, ..!J~im!!.::B:!::ow=m""an~C::::on:::s",tru.::.c~t",io~n,~C",o::...,..: :L::!.P,~._____________ of1111 Summit Ave.., Plano, Tx. 75074 (hereinafter called the Principal), as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA (hereinafter called the Surety), as Surety are held and firmly bound unto Town of Addison, Texas (hereinafter called tbe Obligee) in the penal sum of 5% GAB -------•••• -. -------_. --------_ ••• _. -_ •• ----. -• _. --., -•• --., -_. ----. _••••••••• -.• --. --_ •• -. _•• -_••••• ---••• Dollars(S ",5",,*,,,0G=-:A"'B_____) 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 CONDtTlON OF THIS OBLIGATlON IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for f'.irCl:p;.::;ort=P",a",rkwa=:.I.y..:.R:;:e""al,i~g",m",e,-,n"t______________________ 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 bond. if bond is required. with surety acceptable to the Obligee for the faithful _~of., _0 ,~~,.,.~..,.."....., ~wo; ""_",~,.m." fu,,, ... "'". Signed and sealed this I~~ day of October • 2003 . Jim 6ciwman Conslruction Co., l.P. (Seal) Principal Witness v Title FIRST NATIONAL INSURANCE COMPANY OF AMERICA Witness S-0053lFNEF 10199 0A reglslered _marl<01 SAFECO Corporatlorl FRP .' ~. ..,' .' .' FJitST HAno~lAl. msURANCE CO....,P,A.W OF JU,icRlC\POWER 433:) MOOXf..YN ...·IENSOF ATTORNEY SEATTLe. WASliiN'GTON S810S 4333 Brooklyn A"nue N.E. S••ule, WA 93105 No. 105J3 KNOW All BY TilES E PRESENTS: Th.t FIRST NATIONAl INSURANCE COMPANY OF AMERICA,. Washlnglonl;Orpor.iioo.does hereb'loPP":Ol ••....• ........ ••••.. • ........ ··"'........ ••• .."..·"...... ••.. ·R..o\\'MOR. OYER: PER.RY ""A.'i': TA.\f~U El\"TRIKEN; O"lbnll. Tc.""1:$"·..• •• ... •••• .............. "' .......... u .............u .... .. its true and I01''''''ul a::ornel(s)·in.f3:t, with full aulhotky to exec:tJte on behall or the cOtr.panyftctetity and Sutely bonds 01 und"ertax,:r.ss3nd Clherdocuments or a sitr.ila: d'iarac!er issued by L"Ii!' t.ompanl L"I t.'e course o( lis businass. and to bind FIRST NATIONAL INSURANCE COMPANY Or AMERICA lhere~)' a~ luiI'I as i! s\,!ch ;'''Islrumef\!s had be~nc'lJJ.f eX!:C:L:::!~ 0:/;15 regularly elected o~lk:ers al its home of-ice. IN WITNESS WK:R;Or, FIRST ~;ATION'AL INSURANCE COMPANY OF AMERICA has e.xf!clo:!e~ anda!!ested ih;;!'s;;!' presents L"Iis • '1t)OO tU~IJdf~ RA PIERSD.~.S:CRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extra:! ,.om t."le 8y~a""$0' FIRST NATIONAL INSURANCE COMPANY OF AMERICA: ~A:1:icr! V. Section 13 .. FIDELItY ..;!'to SLJRarv SONDS ... the Pres-:c'en[, any \rlCt P.u:dent, L"l~ Secreta:y. a:1c! .any Assis~!.1t Vice Pr!sidant a;:t;:ointee (or L-:s: turpos\! tyL'le offl::: b c;hatg'! e; s-.:.~ety operations. sh.an each ha'le aulhcril'/lo e;!'~inHr;~Mduars as a!torn.;!'ysAn~laclor I,:nc!,,::c~ra""~;l{i.a~-e: liUes Vii:., a\,!t."onty t: ex~cut:? cr. beh~rtcl I.~-a ccmpa~!:elity and surety bonds ili'1d othet docum~ntsof sim.1a: ch~(aet!: issued by lhe comparrl in ti':e course ot lis business .•• On 2:-.t insttvment making ct e'/:Ci::'1'!ir,st $"::h appointment Iha s~na~uras ma:t b.;!' afflJ(e:;j by (zcsimil!. 00 any Instrument conte:rr"9 such 2u!hOrity ()( en. ant bond 0: undertaking of the ~an1.L"le S'!";:. Of a facsimile f.hiueOr. r..f;.'J be imrressed Of afi'lX;d cr in any ct."er manner(!;noducK; I=(~;:c!ed. hov."f!'1et, that the seal shaJi r.ct t:e necessa;yto L"I~\(~Jor 2n'js:.:::h instfUmaotoronder".aicing.Ex:tc:et from a Resc:lution 0!t."Ie Soard ofOiiectors 01 FIRST lIATIONALINSUAANCECOMPANYOi' AMERICA.dopled Jul'l26. 1970. ~Onany cart.iticate Ex!c\:te-:! t;)'L~! S:!~elafYor an 2ssistaots:!crelary of t."i Company se~l!.-.g out. (i) The pl'O'Jis!otls ofAt'~::.:! V,Sec:tion 13 of the Sy·Laws.and (!i) Acop'l ~t.'\i ~0',·"!!!'~~'3=:.,meY2ppoln!ment.ex-a-':I,,!t.ed pUlst.lanC.lhere~o, 2:t<:! ~ij) C'rt1.Ji.~s:t.iat sa:c ':Ci',;:·ot.a:tomeyappointrT:e.1Hs in (uti (OI.!e and elfeet l/1e sigr;a~reor the I:er.:~ir.g o:;'~:!:::..;,.y be by racsimile. snc! t."~ seal of ~\O;e Company mai' be a facs1r.'"Ue lhe::eol." • RA P~!r50n. S~;:re!a:'1 of FtaSi NATlONAL INSUAANCE COMPANY OF AMERICA., do he:~bl certify t.'al the (or~:1r.£ ex:t'acts of the BloLa'liS a{id 0,( a :).esofotion at t.i.1l Bva:~ or O1:e:::::.s 01 this cotPora~o. a~4 or a POW!!: of At!clIT.!'1 Jss!.!ld pu(s!:s!:t:!nt t."~r~to. afe INe ~rn::I ccr;itl. and l"1a: both tha 8y..Laws. t...,a ~!'s~lutiotl, zn,.d U"!! ~W!!' ot A'r.~!!c:e s~fI in (un '''tee 2nd e:tect ," \'InNess WHEi\:;O~,I r-.a'J'!h-a.;o:O set my hzm and a~i)ted the faesimila s~s. ~~ ~ Ihis ca'lol RA. PIERSON, SECRETARY SECTIONPF PROPOSAL FORM PF-IofiO SECTIONPF PROPOSAL FORM TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract doc\lments, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: --I-}'>------"''''"-'!:!!!:L-ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. I Dated: _LI...;O::,/'"'4Lf-~-=t)::...::::..3___ Addendum No.2 Dated: _~/"':0"7/,,-,/o:.;C>'7-j..:::..C>..;;;3,--__ r I Addendum No.3 Dated: ,1,-O=tIt'4-.n.:...r~-=o.-=!..3::.-___-, 7 Addendum No.4 Dated: _________ Addendum No.5 Dated: _________ Addendum No.6 Dated: _________ PF-2ofIO PROPOSAL FORM Place ~'"7y Date tJc:r; /4 ZtJo) Proposal of JIM &""IIN {;"'STb./c:rtON C::;;!1 L.P. . a Corporation organized and existing under the laws ofthe State of______________ t OR Proposal of a partnership co~isting of JM 6...,N11tl!J (f;t l.. t.. cand ~1rIoI Ca. 1.,. P.J lik J)~ j OR Proposal an individual trading as _______________________~ OR Proposal -a Joint Venture consisting of_______________________ and _________________________________________________________ TO: Town ofAddison, Texas Sealed I>ids addressed to the Town of Addison, Texas. for the Construction of Paving Improvements fur the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared I>y HNTB Corporation, will be received at the office of Ms. Minok Suh, Purchasin~ Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on tbe 16' day of October, 2003. Bids received I>y the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: PI'·30flO BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARKWAY REAUGNMENT I______________~--------~'"'",···and 1------------....!lIL!!'---------',o"~per unit IC~wp;!,!:e '!;.Ii_•.~Jr Ihe Sum of I________:____u~".,••nd I-------------..I!!...!<.-----,,~.~ per unil Cents per unit 1~~~~in~Pl~a~~·~fu<~~re:s_u_m_o_f______________1 I-=======~~~===============~~~;:;and1_ per unit in Place, for the Sum of I___~~~._-----~-~u"...and1____-L2J.:::z..L-___________ ._o",~ per uoft PF -4 of 1()" Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I________~--~------------~u".'.and per un~ ICo'l!lll~te in PI.oe. for the Sum of ICemplate in Plaoe. for the Sum I__________~~~---------u,"'.'••nd 1-------7""------------, ...... per unit I_____~~--------------¥v.".,••ndI______J!:!!L___________"enul per unit PF· 5 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT Comp~l. in Place, for the Sum of 1_______________________~Jolla"and I____~~~_______________..enlsperuntt ICo,mplele in Place, for the Sum of o 1______~~~~------------lJOlli'~and I______L.U-:.LL___________..,.n", per unit IComplelein Place, for the Sum of 1__________~------------~Jolla"and 1_______--'!Il.!rL_________ Cenls per untt for the Sum of I.I~===t~~~=============c;;:~,:~andper unit PF -6 of 1(). Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I____~r---------------~Ju".f••nd 1__....!!=_______C.nlspe' unll for the Sum of 1----.----------:-.'."and ICe,mplete in Place. for the Sum of o perunn _________ ________.-....~per un~1 --"""-PF· 7 of 1()' Roadway ROADWAY IMPROVEMENTS AIRPORT PAR'lNVAY REALIGNMENT in Pia",. for the Sum of ICo.llJ'Je,!e In PI.",. for the Sum of I..~~~~~___________~~···,··nd ILU!'Il!.J.'....J.::!!~_________«ems per un~ TOTAL AMOUNT BID FOR MATERIALS AND SERVICES. ITEMS 101 THROUGH 127, INCLUSIVE ~~~________________________________.Do,".~and ________~rr~l)=-_______________________________________C~~ . ....~ PF -6 of1()' Roadway BID SCHEDULE SUMMARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I = TOTAL OF STANDARD BID (A): $ __ ______.....;;.~-'-2._3,I..Z_8_2.0 0_..:.. TOTAL OF TIME BID: 8'5 (Calendar Days) TOTAL OF CALENDAR DAYS X 5250.00 (8): BASIS FOR COMPARISON OF BIDS: (A) + (8) = TOTAL BID: NOTES: 1. All items, labor, materials, equipment, Cacilities, incidentals, and woll< required for construction of the project are to be provided and installed by the Contractor as part ofthe project and payment fur the cost of such shall be included in the price bi 2. Prices must be shown in words and figures fur each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days wm the date the Contractor is notified and has received the confurmed dccuments. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of item I (A), plus (B). Bidder'S Tax 1.0. No. or Employer No. PF· 9 of to Town ofAddison to reject any and all bids. L.t. By: __~~~__________________________________________ The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the (Signature) /tI~,.,., ~~-V ~. M6-tt. (Print Name and T~le) J !=« _ Witness: l JWKJ dol.r(Signature) r l/I/cffl~,.",-rktT_ ~I It.-« 0 7SrJ7-1(Office Address ofBidder) /,;1 Bidder's Tax J.D. No. or Employer No. 75 -/9.3Z-UJ c: SEAL (If Bidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-IO of 10 SAFECO Insurance Company PO !lox 34S26 Seattle, WA 98124-1526 FIRST NATIONAL SURETY BID BOND KNOW ALL BY THESE PRESENTS, That we, Jim Bowman Construction Co., LP. of 1111 Summit Ave... Plano, Tx. 75074 as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA -(hereinafter called the Principal). exas(hereinafter called the Surety). as Surety are held and firmly bound unto Town of Addison, T (hereinafter called the Obligee) in the penal sum of 5% GAB -----------------------------~-~~--~-------___ ._. __ •• __ ~ _____ • _____________________ a _____________ ~ ___ • __ Dollars (S -"5",%,,,,0"'G,."A"'B_____) 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 THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about 10 submit a proposal to Ille Obligee on a contract fur Air~ort Parkway Realigment NOW, THEREfORE, If the said Contract be timely awarded to the Principal and the Printipal shall, within such time as may be cceplable to the Obligee for the faithful force and effect. specified, enter into the Contract in writing. and give bond, if bond is required, with surety a performance ofthe said Contract, then th' obligation shall be void; otherwise 10 remain in full ~ ) Signed and sealed Ihis day of l l lat.i ~f Witness ~~ Witness Octob~r , 2003 . Jim "'olYman { II~ Construc~on Co., LP. (Seal) Principal V Title FIRSTNATIONAL INSURANCE COMPANY OF AMERICA { By Ray onR Attorney-in-Fact S.OO53lFNEF 10199 6Amglstered _",01SAFECO COrporaIKm FRP ..." ", ,; t' " Fl;ur NAnoU.,u. WSUAA~ce COMPANY OF ~.IERlC\ 4333 anOOKtYN Ave NSOF ATTORNEY SCAmS'. WA5}fiNGTOO SiJiOS POWER 4))3 Brooklyn A",nue N.E. S•••d<. WA 98105 No. 10538 KNOW All BYTKESe PREseNTS, Thn, FIRST NATIOIiAllNSUAANCE COMPANY OF AMERICA, a Washington cotpOfallon.doe,h",.by appo;,,1 ..." ....... , ............................... n ........... ••••RAl'MOlt. OYER: PERRY t.1A..'X;TA.'-f)"U ENTRl"-E.'i; Glltl:l.nt1. Tc.~:t$·"···"·"UI....~ .................... u .............. u Its true and lawM al;ornel'(s}in-fa;l."lilh full authorif'1 to execute on behalf of th~ corr.pany tidenty and sur~(ybonds or und'art:lion 13 "' FIOELliY ;"~IO SURETY EONOS •.. Ihe Pres:dent. ani' \r~e P;:S:dent., L'1~ Sl!CIeta:y. 2:'\d atly A.s~s:!:'It Vtee P~sident a;:>~t~ tor t.":El r;ufposa tir t.'1e offl:e;~, chats: c~s:.:ratY~7y Date tJc::r; /~ ZtJO 3 Proposal of JIM LW/1fraJ C;"'STb.iC:r10N C:::;;!;I l.f. a Corporation organized and existing under the laws ofthe State of_______________, t OR Proposal of a partnership coW'isting of r::....tM 6wN7iH11 &:;t; t.. L C-and JljY ~~~6. J L.P. OR Proposal of__________________________~ an individual trading as ________________________' OR Proposal -a Joint Venture consisting of_______________________ and ________________________________________________________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving Improvements fur the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HN1B Corporation, will be received at the office of Ms. Minok Suh, Purchasinlf Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 16 day of October, 2003. Bids received hy the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. ' The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: PP·30fIO BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARKWAY REAUGNMENT and 1==eifE~~=====:«;;;;:r~unit IComplO\O in Place, for the Sum of in Place. for the Sum of and 1===6~~=====:«c;e;;n~ts~p;;e:~r·tunit PF • 4 of 1()' RoadWay ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I______~~~-----------uu"....~ 1___L:l~~____'[;enls perunft Comple'e in Place, for the Sum of unit I______--.~-------,",···a~ PF • 5 of1G-RoaWiay ROADWAY IMPROVEMENTS AIRPORT PARIWJAY REALIGNMENT I"n,mn'.'. in Place, far the Sum of o I______~=_--~-------------u'ull'''.and I----__C,U.:LL___________"',ms per unit Place. for the Sum of Sumof 1___________________________L,uII,".and I_________~~~_________ "en~perunn ICc'~lete in Place, far the Sum of 1__________________________'JoII,.rnand I________~~~___________ "'""~perunn for the Sum of per un~ PF -6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I____-..~--------------_uu".,.~d I---..!!::.!!:---------------""n..perun~ Ic<:~'lele i'l.!>:e, fot lIle Sum of I______~--------------~-,~,,··,·and 1____-1.='--_____________Cents per unit IC~""!'~!e in PJace, forUle Sum of o I___________~----------~u",.,~and PF -7 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT and 1======:::2!1£===-C;';~~;r~unit ..·1 ICornplele In Place, for the Sum of ICornp\<,le in Place, for the Sum of I~~~~~~___________uu"• .,and ILJ!U!:~-I.=.!::..._________"'"n,,, per unil TOTAL AMOUNT BIO FOR MATERIALS ANO SERVICes, ITEMS 101 THROUGH 127, INCLUSIVE _________________________________ww".".and ________LfI~C>~____________ _______________________c~G . ....~ PF -8 of 10-Roadway BID SCHEDULE SUMMARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I " 0" = TOTAL OF STANDARD BID (A): S ___~;;...;.........r....-___......____..g 0 ZO WRITTEN IN WORDS: Mo:!k.dI/lJtn-x;it!N'1Y ~~GI/tT /J,Vt!IUIt ~"1 7.:)... ~ TOTAL OF TIME BID: (Calendar Days)is TOTAL OF CALENDAR DAYS x $250.00 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals. and \VOrl< required for construction of the project are to be provided and installed by tbe Contractor as part ofthe project and payment for the cost of such shan be included in the price bi 2. Prices must be shown in words and figures fur each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigued fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the cunfunned documents. After this perind, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of item 1(A), plus (B). Bidder's Tax ID. No. or Employer No. PF-90f10 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town ofAddison to reject any and all bids. t. ,I, By: ____~~-------------------------------------------(Signature) /V~:N1 J'jIJipM .-/(Print Name and T~le) -J != Witness: l )W.O s:::11of 1:(Signature) r 1//ldJfiW"U?"'Af.v~_ h I ;r I(Office Address of Bidder) Bidder's Tax I.D. No. or Employer No. SEAL (If Bidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-IOoflO SAFECO tnSUJance Company po Box 34526 Seattle. WA 9812+1528 FIRST NATIONAL SURETY BID BOND KNOW ALL BY THESE PRESENTS, That we, Jim Bowman Construction Co., L.P. of 1111 Summit Ave.. , Plano, Tx. 75074 as Principal, and FIRST NATIONAL INSURANCE COMPANY OF AMERICA (hereinaller called the Surety), as Surety are held and finnly bound unto Town of Addison, Texas (hereinafter called the Principal), (hereinafter called the Obligee) in the penal sum of 5°kGAB----------------------------------------------:::...~ ----------------------------------------------------Dollars(S §% GAB ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jOintly and severally, finnly by these presents. THE CONDITION Of THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to tlle Obligee on a contracl for Ai!Jlort Parkwal[ Realigment NOW. THEREfORE, If Ihe said Contract be limely awarded 10 the Principal and the Principal shall, within such time as may be specified, entllf into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful._reo'.,_,. """"~...~....."" ••,'" ~Cd;"""""",, __Co '"""'...,"d, Signed and sealed this /~;tt day of October , 2003 . Dwi sdlrnJ Witness ~~~ Witness JimfoWman Construction Co., L.P. . (Seal){\ ~ Principal ,,....-.. _.c:::r/""7 V Title FIRST NATIONAL INSURANCE COMPANY OF AMERICA {"g~Attorney-in-Fact S·OOS3IFNEF 10199 4!1 A rogl._lrademall\\~IOR. OYER: PeRRY l>-IA,:XtTA.\I",U E~'TRI~&'l~Ontb.nJ~Te.'\.~·""u..............."u.. u ....., ....................... Its true and' wwful al:ornei'Cs).In.r3:'!. with full aUlhority to execute on. bertaif or tha company fidelil)l a,'\d !ureti'bonds or undet..!iCr-ss and clher docurr.ents of a strr.i!a: crtd fot to":a! s:tJ(po:$~ by the ohi;:e:i., cna::;:! c!l::,etroperations. $~atI e3;:::~ ha'le: auto1crit>, to 2i3;:1 instrument r:lABTMENT!p! TRCHASING QIVISION <;350 Belt J ine Bond (972) 4'\0.7Q91 &rnail msuh@ci -addison tx uS Facsimile (972) 450-7096 P.O. Box 9010 Addison. Texas 75001 October 28, 2003 Jim Bowman Construction Co., L.P. JimBowman 1111 sllllll11it Ave, Ste 1 Plano, TX 75074 NOTICE OF AWARD: Airport Parkway Realignment Dear Mr. Bowman: Receipt of thls document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 03-31. Enclosed please find four completed copies of the contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates and bonds as soon as possible, but no later than November 7, 2003. Once we receive these items these items a Notice to Proceed will be issued. If you have any questions or ifIcan be ofassistance to you, please contact me at 972-450-7091. ~. MinokSuh . Purchasing Coordinator Enclosures Copy: Steve Chutchi~ Luke Jalbert SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TillS AGREEMENT is made and entered into this _28_ day of_October__, 2003_, by and between the Town of Addison, of the County of Dallas and State of Texas, acting. through its Mayor or City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and __Jim Bowman Construction Co., L.P. __, of the City of __Plano County of __Dallas State of _Texas__, Party ofthe 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 and Storm Sewer Improvements Airport Parkway Realignment and al1 extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and col1ectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date of written notice shall have been given to him, and to complete all work within ninety (90) calendar days after the date of written notice, subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ 223,820.00 in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. CA-I IN WITNESS THEREOF, the parties ofthese presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) By:_________ Secretary Party of the Second Part (CONTRACTOR) ATTEST: The following to be executed ifthe CONTRACTOR is a corporation: I, , certifY that I am the secretary ofthe corporation named as CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said Airport Parkway Realignment Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Corporate Seal CA·2 Airport Parkway Realignment BID NO 03-31 DUE: October 16, 2003 3:00 PM --BIDDER SIGNED Rvcon V Jim Bowman y Rebcon v Gibson &Assts y Constructors y EdA Wilson y ~buA Minai< Sun. Purchasing Coordil1ator C~h~ Corey Gayden, Witness 1: CII '1:/C JiI Bid !I!. '1:/Bond a1 a2 a3 « ._Ill y Y Y Y 238,345.00 y y y y 223,820.00 y y y y 237,907.00 y y y y 245,285.76 y y y y 401,408.71 y ~-y V 228,034.00 "-ClIO '1:/'".... C<'<.. '1:/S >< c .. .. ..S,., u ,.,-...CII ... !B.c Total (A+BJu'l:/60 15,000.00 253,345.00 85 21,250.00 245,070.00 90 22,500.00 260,407.00 70 17,500.00 262,785.76 75 18,750.00 420,158.71 80 20,000.00 248,034.00 BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARfW " Is '" ",,,,,,",,,,11 Ii I.S s 15.000" I. .. 118 IL.F. S 2~00 "'"I. "9 R.mow '"" ,R~' LS. • 7._00 , .'" .om",",. DODO..of' CF S ' •.00 195 , '" C'~"" 12" RCP sm ,Dc. , P~ '.p S "'oo .,. 122 ~~:"". In"'''.•"nI''''' '"' I Ell • 10.000.00 ' S 123 ,,' ~SCH '0 """ LF. • 5.00 SO<) , 124 . 3D' S'""U'ahl P... EA. • 1.500.00 , >2, G~nd"'" " Poll "" .,."..A PA , !1M."" • '26 Cab~......".,'... A'NO L.F. S 5.00 "" S 127 ••",..AWG L.F. , 5.00 330 • I. AM~~NT 25.000.00 Is """".011 '. 1 >65.00 • .900.00 , '.750.00 • 1.4011.00 i. 123.200.00 • 6.000.00 • '.0"'.00 • • '.000.00 2.200.00 '''''.Oil 'SO.OO 200.00 S sm.oo 15 000.00 7.'0000 • 7.500.00 • '.951>00 • 750.00 ' •• 00000 3.000.00 '.000.00 , '00.00 I. 3.300.00 i, '.650.00 , "".305.00 ""'~. 15.....00 ,n ""M" I • I. I. In """.M I. AMO"" I. ".000.00 I, AM '''00 R"" 00.00 40.00 ?SOO.DO 35.00 ~~ OM 'M 'M 'MM 10.00 .onn"" 25.00 15.000.00 ?On."" 20.00 15.00 RYC,," ..;~. 'A~M "AM.'" I. ",,"" I. 'M I. '""""00 " A.'" I. ,nnoM , 11.M I. , 000.00 , "'1m i • '" 000.00 • 45.50 i. 5.00000 , ,.,,~oo •• aT80." • 48.00 • • • '.000.00 • 22500 • '''00.00 • 'M , '~.M 1AA • , ""'.M '" < 1M."" mM • ,'''.M , ."" , '''''''.M • """ono , 1.500.00 , >5.50 • "000.00 S , "'" • • '''00 • . • ,.000.00 • , 2.92 • • .60 OIl • ?M"" '"'''' • 13.200.00 , 1.25 • '.950.00 I, 0.45 S "".295.00 .0"""" ..~. REBCON ;';i;':' PRie• ,:;.~:;. ""AWlUlO" ~~M , "~.M "~MI. 42.03250 I. 107.""'.75 I. 107."".75 Is 10.000.00 , , 10.000.00 , 2.500.00 I. '~MI. ""MOO , U_M ..MOO I. B.600.00 I. ""'75.00 I. 50.575.00 I, ;000.00 • 5.000.00 I. , 'UM I. 1M :, , "".00 1M ,. '.510.00 I. 2.23 I. 1.683.65 I. 3.00 S 2.265.00 I. ,,~"" I, n"" , "M.M I. .., '. '.""5O '. 2.20 I•... 3.630.00 I, 5.'" • 9.075.00 I. ,..,,,"" I. """ , 0_ ,_ "'" , 7.0".00 I. 10.50 Is '.250.00 I. 13.50 S 6.7"'.00 I. ""no I. 600 , 60000 • 'M I. "".00 I. '''50 I. 1.650.00 I. 15.00 • 1.500.00 i , "7<0000 I. "'.00 , ",.""'00 • '2.25 S "Moo.OO • ....7 I. ' .......00 I • 50M • ".000 no I. '."",.00 I , '''''.00 , '.'"0.00 I. ,,~~ < •• 72000 • 2."'.00 I. 5.302.00 I' '250.00 , 4.500 00 i • 5. "'.00 I. "'JlO S ."".~ I. s,.", , '."aso • 94.12 I. tn.""" ,. '0.00 , 7.560.00 i. I. ,., 'CaneN .!!! >< ca III U » -ca!!!.O IS, o~ Total (A+B) ,f2. S3/Yf.s-Jim Bowman v v v v v 2-2-3.!?20 8S 2-{z,SV 245070 Rebcon v v v v V ;2. ';;7 '7 07 to 22-,S-~ 2bc:> 407 Gibson &Assts v v v v-v 2-45"'. 2S57£ 70 /'7 S'4:J Z62,7cf? Constructors v v v v t/l0 4--2-0/I sg 71 Ed A Wilson V-v ~ v-v-a2-2-8', t?3tF gO 2£! OCf) 2t/cJ t?34., ;1 i ·1, Minok Suh, Purchasing Coordinator Corey Gayden. Witness Jim Pierce From: Randy Moravec Sent: Thursday, September 18.20033:48 PM To: Jim Pierce Cc: Mike Murphy; Judy Taylor Subject: Airport Parkway Extension Ace\. # Jim, Whoops, I mistyped the second department number .. The department is #623 not #622 for all engineering and construction costs. All engineering costs associated with Airport Parkway extension should be charged to 12-623-56570-00000. All construction and utility relocation costs should be charged to 12-!?!;!-58210-00000. Call me wHh any questions. Randy ! DATESUBMITTED:_____ FOR COUNCILMEETING:,_____ Council Agenda Item: ___ SUMMARY: This item is for the award ofcontract to Jim Bowman Construction Company, L.P" in the amount of$223,820.00, for the Airport Parkway Realignment Project, FINANCIAL IMPACT: Budgeted Amount: Unbudgeted Cost: $223,820,00 Funding Source: Airport Fund BACKGROUND: In conjunction with the proposed Frito Lay Improvements at the Addison Airport, a portion ofAirport Parkway, currently west ofAddison Road and south ofthe existing airport administration building, must be realigned. The new Frito Lay facilities will be located within the existing alignment ofthe roadway, The firm ofHNTB Corporation prepared engineering plans and specifications for construction ofthese improvements, Attached is a bid tabulation for this project. The bid proposal for construction was structured to provide an incentive/disincentive method ofbidding the improvements. Specifically, each bid submitted was required to consist oftwo parts whereby: a. The Contractor submits a standard bid (A), which is the summation ofthe products ofthe estimated quantities shown in the proposal, multiplied by their bid unit prices, b. In addition, the Contractor submits a time bid (B), which is the product of the number ofcalendar days required to construct the project, determined by the Contractor, and Daily Value established by the Town. The Daily Value was established in the contract at $250.00. The number ofcalendar days is intended to include inclement weather, holidays, etc, The lowest bid (Total) for award ofthe contract was determined as the lowest sum ofthe standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded in incentive payment ifconstruction is completed prior to the number ofcalendar days he submitted. The total amount ofthe incentive is the product ofthe Daily Value ($250) and number of days the Contractor completes the project prior to the established contract time. Accordingly, the contract provides for a disincentive amount to be established based on the product ofthe Daily Value ($250) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $5,000.00. However, there is no limit to the amount ofdisincentive reduction from the Contractor's final payment that the Town will impose fur going over the contract time limit. Six bids were received for this project. Jim Bowman Construction Company, L.P. submitted the lowest Total bid (A + B), in the amount of$245,070.00 and 85 calendar days. The actual amount ofthe standard bid (A) recommended for award is $223,820.00. This amount is within the engineering estimate of$262,305.00. The Contractor, Jim Bowman Construction Company, L.P. has successfully performed several similar construction projects for the Town ofAddison at a high level ofperformance. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Jim Bowman Construction Company, L.P., in the amount of$223,820.00, for the Airport Parkway Realignment Project. AIRPORT PARKWAY REALIGNMENT ADDENDUM NO.3 October 14, 2003 To: All Bidders This addendum becomes a part of the"AIRPORT PARKWAY REALIGNMENT" plans and specifications. All provisions of the original "AIRPORT PARKWAY REALIGNMENT" plans and specifications shall remain in full force and effect, except as modified by this Addendum No.3 MODIFICATIONS TO THE SPECIFICATIONS: 1) Section PF -replace in its entirety. Page 1of] (Addendum No.3) SECTIONPF PROPOSAL FORM PF-J ofJO SECTIONPF PROPOSAL FORM ____-',20_ TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work:, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: ______________ ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No.1 Dated: _________ Addendum No.2 Dated: _________ Addendum No.3 Dated: _________ Addendum No.4 Dated: _________ Addendum No.5 Dated: _________ Addendum No.6 Dated: _________ PF-20f10 _______________ _ PROPOSAL FORM P ace _______________ D~e Propo~lof____________________________________________________ a Corporation organized and existing under the laws of the State of_________________ OR Proposal a partnership consisting of_________________________ and ____________________________________________________________ OR Proposal an individual trading as _________________________ OR Proposalof _____________ a Joint Venture consisting of_________________________ and _________________________________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving hnprovements for the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Minok Sub, Purchasin~ Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 16' day of October, 2003. Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifieations, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the uuit prices proposed herein: PF-3 of 10 BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT :Co!mplele jn Place, for the Sum of :_________________________u.!"••• and 1______________ Cents per unit IComplete in Place, for the Sum of and 1_____________Cenls per unft Complete in Place, for the Sum of COI:TIplete in Place, for the Sum of I_______________~""o,oand 1____________Cents per unit Complete in Place. for the Sum of I________________________u,"'o •• and 1____________Cents per unit Complete In Place, for the Sum of I____________v~••~perunft PF 4 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICamp:let. in Place, for the Sum of I__________________________~v"v,vand Complete in Place. for the Sum of I__________________________~v".,oand ICc,mplete in Place, for the Sum of 1______________________~_v,"'Q,oand 1________________________ Cents per unit IComplete in Place, for the Sum of per unit Complete in Place, for the Sum of 1_______________________ Cenls per unit IComplleteln Place, for the Sum of _______________________--'Dollars and ,_______________________ Cents per unit PF • 5 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT Complete in Place. for Ihe Sum of I__________________________yv"a'.and ;Compllelein Place, for the Sum of I_________________________uc"a'.and IComplletein Place, for the Sum of !_________________________uc"'o'.and _______________________ Cents per unit IComplleleln Place, for the Sum of I__________________________~~,~,,·nd _____________________ Centsper unil IComplete In Place, for the Sum of 1__________________________~V,,",Q.nd IComplete in Place, for the Sum of I_________________________~",,·,o.nd 1_________________ ______ Cents per unit PF • 6 of 10-RoadWay ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICe,molete in Place, for the Sum of 1__________________________~O,,","and 1__________________Cents per unit IComDle!e in Place, for the Sum of 1_________________________V'"'d',and 1____________________ Cents per unit Complete in Place, for the Sum of I______________________ ,,~""per unit !Compilete in Place, for the Sum of 1_____________________~O,,","and Complete in Place. for the Sum of 1_________________________U''''d'.and yI-------------------per unit ""ICompllete In Place, for the Sum of 1__________________ ________~V"d',and 1___________________ """-per unit PF -7 of 10-Roadway _______________________________ ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT 1Compilele in Place, for the Sum of I Ce,mple!e in Place, for the Sum of 1__________________________Yv".'.and I___________________ ~~'~ per unit ICamplis!e in Place, for the Sum of 1________________________Yv"."and 1_________________'wo"" per unit TOTAL AMOUNT BID FOR MATERIALS AND SERVICES,ITEMS 101 THROUGH 127, INCLUSIVE $-=-------(Words) _______________________________Doilars and Cen~ PF-8of 10-Roadway BIDSCHEDULESU~Y AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I = TOTAL OF STANDARD BID (A): $ ____________ WRITTEN IN WORDS, _____________________ TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): BASIS FOR COMPARISON OF BIDS: (A) +(B) = TOTAL BID: NOTES, I. All items, labor, materials, equipment, facilities, ineidentals, and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bi 2, Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall controL 3, It is understood that the Bid Security shall be collected and retained hy the Owner as liquidated damages in the event a contract is made by the Owncr based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails fails to exceute the contract and required bonds within ten (to) days from the date the Contractor is notified and has receivcd thc conformed documents. After this period, if the eontraet has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand, 4. One contract will be awarded based on the total value ofitem I (A), plus (B), Bidder's Tax J.D. No. or Employer No, PF·90f10 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids, In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town of Addison to reject any and all bids. Name ofBidder By: ________________________________________________________ (Signature) (priot Name and Title) Witness: --:-______________________________ (Signature) (Office Address ofBidder) Bidder's Tax LD. No, or Employer No. SEAL (If Bidder is a Corporation) NOTES: Sign in ink Do not detach. PF-lO of!O SECTIONPF PROPOSAL FORM PF·) oflO ~---.........~~~--.,......,c-===~--SECTIONPF PROPOSAL FORM -,o=--=..C-,-r...:.• ..:.-/0=---" 20 0 :> TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work: described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: --h"'~-----"'=-<'-'!.L-ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No.1 Dated: I D ¥ .3 I Addendum No.2 Dated: /0 //Q /0 3 r I Addendum No.3 Dated: lo/;J/f"'I0..3 , I Addt;ndum No.4 Dated: _________ Addendum No.5 Dated: _________ Addendum No.6 Dated: _________ PF-2oflO PROPOSAL FORM Place '~.17y Date t)q-; I~ UJo:3 Proposal of JIM LNI)ilete in Place, for the Sum of 1__________________________Yu".,.and 1____...1"'-'~______ _________Cents per unit I________~~-------------u,"'.,.and per unit for the Sum of PF • 6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I________________~~------~u"•.,and 1---------.6!L><----Cents per unit IComp'~e in Place, for the Sum of 1____70~--------~-",,",oand I__---'=~________C ents per unit I______~~----------------~u"."and I__---''''-=---________Cents per unit IC~~lete '~_'" for the Sum of I___-._________~-""",,and I__-'="-________Cenls per unil I: IComolete in Place, for the Sum of o I___________~~----------yu"."and I______~....'_____Cents per unit PF -7 of 10-Roadway ________ ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT !.qgll1plle!<>.in Place, for I______________~~-------~u"o,oand ;". :.. ICe,molete in Place, for the Sum of ~~~~~~~========~;~;~:,~andII Cents per unit ICe,mpje!e in Place, for the Sum of and IL.J!..£.""-L-=='-----------Cents per unit 2-2.-$ g Z 0 ...;..ell> TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, ITEMS 101 THROUGH 127, '""7:z:z ;'?Q D"_ INCLUSIVE $ =£.,..~ D"/"::"--=-=::;.L."::""::::;.L.___ -/Wq jl"I/~S1J Z;SW!Y~-z;;:o.JmvlJ G€>H-7,4,#tN28'OM dJ ~~ uV]> Dollars and -L~~C)~______________________________________ _cen~ PF -8 of 10-Roadway __ __ BIDSCHEDULESUNrndARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I c= TOTAL OF STANDARD BID (A): S ....;;.~~2_3.L7_S_2..0 _.!..____ TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (8): BASIS FOR COMPARISON OF BIDS: (A) + (8) = TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and installed by the Contractor as part ofthe project and payment for the cost of such shall be included in the price bi 2. Prices must bc shown in words and figures for each item listcd in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days aftcr receiving bids and the undersigned faUs to execute the contract and required bonds within ten (10) days from the date the Contractor is notifIed and has received the confurmed documents. After this period, if . the contract has been executed and the required bonds have been submil1ed, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based On the lotal value of item I (A), plus (B). Bidder's Tax 1.0. No. or Employer No. 7S-193z:Z.AJ~ PF -90fl0 The undersigned Bidder agrees that this bid may not be withdrawn for a period ofsixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town of Addison to reject any and all bids. t. ,.f. Name of By: __~~~___________________________________________ (Signature) )I t/;N1 ~A-1-V (Print Name and T~le) _.J !-Witness: ( JIOJ!j sd101. L (Signature) I//IJ;MMI-:rb~, k I (Office Address of Bidder)" 7 Bidder's Tax LD. No. or Employer No. 75 -/93z:u C SEAL (lfBidder is a Corporation) NOTES: Sign in ink. Do not detach. '" PF-lO of 10 ---SAFECO Insurance Company po Box 3452e Seat1le. WA Sa124~1526 FIRST NATIONAL SURETY BID BONO KNOW ALL BY THESE PRESENTS, That we, Jim Bowman Construction Co., L",.P-,-.__~__~_ (hereinafter called the Principal),of 1111 Summit Ava", Plano, TX. 7507'-4'--___~,__" as Principal, and FIRST NATIONAL INSURANCE COMPANYOF AMERIC""A,,--_ (hereinafter called the Surety), as Surety are held and firmly bound unto Town ofAddison, T.::.e:.::xa::;s~____________ (hereinafter called the Obligee) in the penal sum of 5% GAB· -_ •• -.. --••• --_ •• -_. --• -------------_. -------------------------~,------------------------------------------Dollars ($ -->5,-,°6,,-0"'G"-A"'B'--_____ ) 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 THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted Or is about to submit a proposal to tile Obligee on a contract for Airport Parkway Realigment . ____________ 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 bond, if bond is required, with surety acceptable to the Obligee for the faithful performance ofthe said Contract, then thi obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this dayof ____-'O"'c""to"'b""e""r____ , 2003 . Witness man Construction Co., LP. (Seal) Principal Title FIRST NATIONAL INSURANCE COMPANY OF Witness AMERICA S-00S3IFNEF 10/99 ®A registered trademark of SAfECO Corporation FRP " ~a)'of ," ~ . FIRST NAnO~.f..\l r~SURAN:CE COMPANY OF AMERICA.POWER 4311 BROOKLYN AVE N;OF ATTORNEY S~TTle. WASHiNGTON 98105 4333 SrooklynAv •••••ss .. ••• .... .... • ...... • .. ··~.. ~··.. ·~~····.. ·R.'\Y;..tOR. DYER: PERRY ~f.~\::TA.,\I!t.t! et\'TRni:E;,\i; G;'Irl;'lntJ. Te:t.'\i.... ~.~.....•••• u ....... " .. "' .......................... .• Its true and lavA'ul a!:Orne:l(s)·rn·ta;l,with tult aulhorit'l to execute on ba.;alf of tha company fideli:y and sUfet;t bands or uncart2t!s~ pfeU:'lts this lOOOdatof -~"'!""',-Y----------• l6~J.d{~ W. RANDALL STODDARD. PRESIDENT ____R"'."A. PI!;RSO~. SECRETARY CERTIFICATE Ex!ract tlom IMe By·LaviS of FIRST NATlONAl INSURANCE COMPANY OF AMERICA: "AMicI:'! V. Se>;lion 13.• FiO::LIT:-;...:-10 SURETY 80l'JOS •.. fhe Pl'es!C~fil any V'tC;e P,"l!s:dent. th,.! Secre!a:y. 2nd al'l'l A$siS~2:'ll Vice P,"es!c.!o!l'It 2ppolnt:e for to":a: putpos.! by "'1e ohi.:!: i;"\ c;'e/!i.a c! s:.:rety operations, s~all each ha'/eau!hcnty to 2;lP'?tn!i::dMduatsas attorneys-in-factor t.:ru:.h::ct.'er C!ppr~ria~-e liUeswi:n authority I: e.-:!Cut.e: en behalf c( tht ccmpa::y f.~a!ity and surety bonds and other documen:s of similar ch~(acter issued by t.'1e company in t.';e course 01 its busIness.,. On C!,:".;t instrumanl milkil19 cr e·/!c~:v.:lr.G: s·.:~h appointment ~sig:"la:ules may be affixed by f.acsimiJ~. On any instrument conlwln9 such au!f'-.onrl or on any bOnd 0: undett3idng of the c:omraI'lY. t.;".e sell:. or a facsimile t.';ereof. ma'l be im~im~ressed or affIXed cr in an}" ot.';.;tr manner (eprocucec:tf.o';:Ced. howe'/e:, that the seal shai: l"oCi be necessary to b'H~ "aj~ity c! anI s::~h lnstnJmi!n!Olunderta~Jn9,· Ex!:zct (r()('l') a Resolution olthe Soatd orOka:::tors of FIRST NATIONAL INSURANCE COMPANYOi'AMERICA adopt.d July28. 1970. "On anycartifica!~ e~ecl.:te;;! bi'l.":~ S~ere!ar'l or an anistantse::retary of t~ Companysi:!Wng oct. (I) The pro'Asians of Mr.:li V. Section 13 ot the B"La·lts, and (:1} A copyof"'1e PO"'i>!:·(J·.a::omeY2ppoinlmenl.ex~c\!t-ed pu(scant.there~o, end (iii) Certlryi"'oS I~at ss;c pc.·,!.·..ofwattorneyappoinl.rr.en!is in ful! force and eftect. the sign.a!ure of the cs:;'J!yir.g offlc:!!; r::ay be by facsimil2. iEnd ~'1e seal of the Comp2ny may be a Cacsirr:il.:! the,eor.'" t. A.A. Pi~(son. &;ra~j;q of Fl.=i.ST NATIONAL INSURANCE COMPANY OF AMERICA. do he:g!:;y certity L';at the (o(as:=.r.~ extracts of the BI',la'b'S 2!ld o,r a Resolution of th~ EQa;4 of D(:~::~:s of this corporation. 2.;e of a Power of Ar..omey iss;:ed pu(suan~ t.'1eteto. are Irue a:,d cc,;ect. Gnd L';at both the By~t.aws, the Resolullona'1d th~ Pewer of Ar.cr..iI2:! s~ill in rull/orce e:td etfsct. I,Oj 'WITNESS WHEn:.:::o.=., f'.a,,,t':e''$i',;o:o $e:my han1 and af.ixed the facsimile 'S~5 !,: . Ihis R.A. PleRSON.SECR"TARY S. fQ.!9iFNEF 7198 SECTIONPF PROPOSAL FORM PF-IoflO __ SECTIONPF PROPOSAL FORM October 16 ,2003 TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: --<-/-"..,;;§n~tdQ-<--~_-_l.==_ ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. 1 Dated: --=1"'0_-"-1-...,0"'3'--____ Addendum No.2 Dated: --...:1c::O_-:::..10::..-..:;0:;;.3_____ Addendum No.3 Dated: --.:1c::0::..-:;;.1.:.4-_0::..3_____ Addendum No.4 Dated: _________ Addendum No.5 Dated: _____-'-___ Addendum No.6 Dated: _________ PF-2oflO PROPOSAL FORM Place ______________ Date 10-16-03 Proposal of Ed A. Wilson, Inc. a Corporation organized and existing under the laws of the State Texas OR ~opo~lof_____________________________________ _________________• a partnership consisting Md ________________________________________________________ OR ~oposal an individual trading as __________________________ OR Prop~alof____________________ __________________________________ a Joint Venture consisting of________________________ ~d________________________________________________________, TO: Town of Addison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving Improvements for the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accord~ce with the plans, specifications and contract documents prepared by HNTB Corpcration, will be received at the office of Ms. Minok Sub, Purchasin/i1 Coordinator, Fin~ce Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 161 day of October, 2003. Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, ~dbeing familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, ~d appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: PF-3 of 10 BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT and 1_____-I-'6L___Cents per unit ICOlllple.te in Place. for the Sum of a and I______~"'O'_____Cents per unit ICOIllple.te in Place, for the Sum of 3.°0 IColTIple.teln Place. for the Sum 01 ICorTInl••leln Place. for the Sum 01 /3.5"0 Complete in Place, for the Sum of 15:00 per unit s: OOO.DO, '1t D7!!i.OO (P,75D.OO 1,500.,,(/) PF -40110-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT . Completel I__________~z---------__-u"".,.and ;), IComplete In Place, for the Sum of 70.°0 ICo,molele In Place, for the Sum of I--___________________ ___-U''''g'0 and 1_____________________ Cents per unit IComplete In Place, for the Sum of I-----------"'''-L<'-----v_..,~per unit IComplete in Place, for the Sum of I--------.....t...!.............'" '-I'---Cents per unit PF • 5 of 10· Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT IColmpt"te in Place, for the Sum of and IColnple,teln Place, for the Sum of ICornple·tein Place, fur the Sum of ICornpletein Place, for the Sum of 1_-+--""Js:.LU~'"TCf7-LJl:.s.__uv".,,.and 1--------'t..><.!L---~o,,~perunit 5.00 PF -6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICompleteiln Place. for the· Sum of I________J..;~~---Cenis per unit IColmpl"te in Place. for the Sum of 1_______~I-'f.lL......c-r::__---·v..o,,"and I________..L__-I-'''-'''--_Cenls per unit I COlmpl"te in Place. for the Sum of I_____-I-.>,U..L.___Cenls per unll ICornple,tein Place. for lhe Sum of 1__________~L4~~----_uv..~..and I--------------PJ..!.L-Cenls per unit IComplfeteln Place, for the Sum of PF -7 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICOInple,tein Place, for the Sum of I____--'-~f"rl=---~,v"."and Complete in Place, for the Sum of /.50 9'10. 00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES,ITEMS 101 THROUGH 127, ...., ').~ D"2 tL ::!E INCLUSIVE ..:::$~t:;C;,,;..;~:..:....;~,;;;....;:,,;);,..:1:.J...._ {WP f-IunW&K> Tu)'EtJry-'f16HT rtlOU'SfltvlJ (Words) ~1J./IJ21Y-cDU!D = TOTAL OF STANDARD BID (A): $ _...J~~:J..:::....w:~.,...O.loL:::3::,..'t-'-_-___ -WRlTTENINWORDS: ~~P~-E/f!.sJ1l1Jb;y:5;ttyt'J Ttl lfL1irotJi JiOUJQit5=VVl? %~C-etJ/5 TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS x $250.00 (B): lP i??Q='?2.C!?O BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL B)]): NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and instaHed by the Contractor as part of the project and payment for the cost of such shall be included in the price bi 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the confonned documenls. After this periOd, if . the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofilem I (A), plus (B). Bidder's Tax I.D. No. or Employer No. 75-1092671 Db-PF-9of10 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town ofAddison to reject any and all bids. Ed A. Wilson, Inc. Name of Bidder By: I~~ (Signature) Knox Ross, Secretary (Print N arne and Title) Witness: ____________________-'-________ (Signature) 2526 W. Pafford St., Fort Worth, TX 76110 (Office Address of Bidder) Bidder's Tax LD. No. or Employer No. 75-1092671 SEAL (If Bidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-lOofiO THE AMERICAN INSTITUTE OF ARCHITECTS ~" .\ AlA Document A31 0 Bid Bond .KNOW ALL MEN BY THESE PRESENTS, that we Ed A. Wilson, Inc., P.O. Box 11423, Fort Worth, TX 76110 as Principal, hereinafter called the Principal, and Capitol Indemnity Corporation PO Box 5900 Madison, Wisconsin, 53705-0900 (He", Insert full name and address or legal UUe of Surely) a corporation duly organized under the laws of the State of Wisconsin as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Addison (He..Insertfull name and add,... or legal tille of OwnOl) as Obligee, hereinafter called the Obligee, in the sum of ... FIVE PERCENT OF BID AMOUNT ••• Dollars (5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs. executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Hem Insert full name, address and description of proJecI) Airport Parkway Realignment NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with Ihe terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and malerial fumished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee, the difference 1101 to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee, may In good faith contract with another party 10 perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 9th day of October, 2003 Ed A. Wilson. Inc. (Principal) }';w,u.J-~ Knox Ross (T'rtle) (Seal) Secretary Capitol Indemnity Corporation (Su"",) (Seal) (WItness) Staci Gross (Tttle) Attorney-in-Fact AlA DOCUMENT A310· BID BOND -AlA ® -FEBRUARY 1970 ED· THE AMERICAN INSTmITE OF ARCHITECTS, 1735 N.Y. AVE" N.W., WASHINGTON. D. C. 20006 Printed on Recycled Paper 9/93 INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE. SUITE 1400. MADISON. WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900. MADISON. WI 53705-0900 PHONE (50S) 231-4450' FAX (508) 231-2029 POWER OF ATTORNEY No: 665266 ~. SECTIONPF PROPOSAL FORM /11-/6 ,20~ TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having eXanUned the plans, specifications and contract docoments, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit; ACKNOWLEDGEMENT OF ADDENDA: . The Bidder acknowledges receipt ofthe following addenda: Addendum No.1 Dated: _.LA.::...~_-t7J~V_-_(}_~_ /b-/~ -e:;;:3Addendum No.2 Dated: /A' -1'/-" 3Addendum No.3 Dated: _/<....::..t-V_=--7_____ Addendum No.4 Dated; ______--:__ Addendum No.5 Dated: _________ Addendum NO.6 Dated: _________ PF-2oflO ----------'-~".... PROPOSAL FORM Place &zz-~4t'5t¥Y, Date _~.6,,-,j!)==---..:../ci-=~--,-.t?,--:::.:?J____ Proposal of_-,,R~}1,-,,ttW~-,,--...£/,o.Ll'YC.!.....::~=-___________--,---> a Corporation organized and existing under the laws ofthe State of__-Jz;!AS""".L::.=__________. OR Proposal of___________________________~ a partnership consisting of _________________________ and ____________________________________ OR Proposal of___________________________~ an individual trading as ________________________' OR Proposalof______________________________~ a Joint Venture consisting v,_________________________ and ____________________________________________________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving hnprovements for the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will, be received at the office of Ms. Ms. Minok Suh, Purchasin~ Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 161 day of October, 2003. ' Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, suppJies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: . PF-30flO BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT Sumo! Iqompl,ete Jat'lia~, for the Sum of ICornple,teln Place, for the Sum of /PtJo PF -4 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARK!NAY REALIGNMENT ICornple,te In Place, for the Sum of per unit and 1----= ==-_____Cents perunlt and Cenls per unIt ICampl!.te in Place, for the Sum of 1______________~~'o"'aM per unit ;;;;;:~----_::_-~.'••• and I__-----=::o ..'--_____v~,,,,perunit f PF -5 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICOll1pl,'teln Pia"", for the Sum of IColnple1e iln Place, for the Sum of ICornplete In Pia"", for the Sum of IConpl"te In Pia"", for the Sum of per unit //If PF -6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT ICornole,!. in Place; for the Sum of for the Sum of 1_~~~_______Cen!s per unit TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, ITEMS 101 THROUGH 127, INCLUSIVE $ Cenm______________~~~~~~___________________________ PF -8 of 10-Roadway ____ _ BID SCHEDULE SUMMARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE 1 "'7-:211!:' .n-= TOTAL OF STANDARD BID (A): $ __....;;~~~.;.....;..,1_3_¥'O WRlTIEN INWORDS, ____________________ TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS x $250.00 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) =TOTAL BID: NOTES: 1. All items, labor, materials, equipment, facilities, ineidentals, and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bi 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated daruages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the Wldersigned upon demand. 4. One contract will be awarded based On the total value ofitem I (A), plus (B). Bidder's Tax 1.0. No. Or Employer No. 1'f"Z1I/tJ3{/(J . .! PF-90110 ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT Complete In Place, lor the Sum of 1_________________________-''''0'0 and ICamp'lete In Place, lor the Sum of I________________________~,,,,",oand ICOmpilete In Place, lor the Sum of ICompllete In Place, for the Sum of ICamplieleln Place, lar the Sum of I_________________________~"..o.>and 1_____________________Cents peru"lt PF·7of 10-Roadway The undersigned Bidder agrees that this bid may not be withdrawn for a period ofsixty (60) days after the opening of the bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town ofAddison to reject any and all bids. By: .' (Signa~e) i/oJiltS (Print Name~andrtle) Witness: 41/~(Signature) ~/WN ....g ~:s ;f 7~:?t:J1 (Office Address of Bidder) Bidder's Tax 1.0. No: or Employer No. SEAL (If Bidder is a Corporation) NOTES: Sign in ink. Do not detach. PF·lO of 10 ·(' ,,.' . ,., EVERGREEN NATIONAL Indemnity Company BID BOND BOND NUMBER 125724 KNOW ALL MEN BY THESE PRESENTS: THAT Rycon, Inc., 2200 Main Street. Dallas, Texas 75201 as Principal. and EVERGREEN NATIONAL INDEMNITY COMPANY, as Surety, are held and firmly bound unto City of Addison Tx 5350 Beltiine Rd., Addison, Texas as Obligee, in the full and just sum of Five percent of the amount bid not to exceed $18750 ($ 5% ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns. jointly and severally, firmly by these presents. WHEREAS, the Principal is hereby submitting its proposal for Airport Parkway Realignmant NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH. Ihat if the aforesaid Principal shall be awarded the contract the said Principal will. within the time required, . enter into a formal contract and give a good and sufficient bond to secure the performance of the terms and conditions of the contract, then this obligation to be void; othelWise. the Principal and Surely will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former, but in no event shall liability hereunder exceed the penal sum hereof. Signed, sealed and delivered 13th day of October ,2003 John A. Marazza. Secretary '1406846' .-. EVERGREEN NATIONAL INDEMNITY COMPANY COLUMBUS, OHIO POWER OF ATTORNEY PRINCIPAL,__-,R",y.~C""Qlln4'.lIlnLUC""___'-___________EFFECTiVEDATE,____1lJOWlCl133fUJO I.:l3'--____ CONTRACT AMOUNT FIve pe,cenl oflhe amount bid not to exceed $18750 AMOUNT OF BOND $ 18,750.011-0---POWER NO. 125724 KNOW ALL MEN BY THESE PRESENTS: That the Evergreen National Indemnity Company. a eOlpopItion in the State of O.hio does hereby nominate) constitute and appoint: --JohnW.Schulerits lnle and lawful Attorney(sHn~Fact to make. execute. attest, seal and deliver for and OQ its behalf, as Surety, and as its a<:t and dce<.1) where required, any and all bonds, undertakings;. recognizanecs and written obligations in the nature thereof. PROVIDED. however, [bat the obligation of the Company under this Power ofAttorney shan not exceed One Million Five Hundred Thousand, DoUars (SI.500.000.00). This Power of Attorney is granted and is signed by facsimile pursuant to the following Resolution adopted by its Board of Directors on the 23rd day of February, 1994; "RESOLVED, That any two officers ofthe Company have the authority to make. ~xecute nnd deliver a, Power of Attorney constituting as Auoroey(s)in-fact such persons; fInns. or corporations as may be selected from time to time, . FURTHER RESOLVED. that the signatures of such officers and the Seal of the Company may be affixed to any such Power of Attorney Or any eertificate rebuing thereto by facsimile; and any such Power of Attorney or certifica!e bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company; and llny such powers so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future \vith respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the Evergreen Nationalln,demnity Company has caused its corpornte seal to be affixed hereunto. and these presents'to be signed by its duly authorized officers this 27th day ofAugust, 2001, EVERGREEN NATIONAL INDEMNITY COMPANY LcjI~ Roswell p, Ellis, President Glenn D. Southwick, Treasurer Notary Publie) St.,eofOh;o) SS; On this 27th day ofAugust, 2001, before the subscriber, a Notary for the State ofOhio, duly commissioned and qu~lificd, personally came Roswell p, Ellis and Glenn D, Southwick of the Evergreen National Indemnity Company. to me personally known to be the individuals and officers described herein, and who exe.cute"+1---" 20 O:P TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract docwnents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By; _-,.,L:::::::=)..-______ ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendwn No.1 Dated: 10/' II/"b• Addendwn No.2 Dated: I D /1'" ! 0'3.• • Addendwn No.3 Dated: 10 lit-!{) "6 Addendwn No.4 Dated: -'.."________ Addendwn No.5 Dated: ________ Addendwn No.6 Dated: _________ PF·2of JO ___________________________ _ PROPOSAL FORM Proposal of Ke1?CDc./I I '" e... • a Corporation organized and existing under the laws ofthe State of_i~~=<.>.:~=-_________, OR Propo~lof__________________ _________________________________ apartnersh~cons~tmgof_________________________ and ________________________________________________________ OR Propo~lof an individual tradmg as ____________________ _____' OR Propo~1 a Jomt Venture consistmg v,_______________________ and ___________________________________________________________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving Improvements for the AIRPORT PARKWAY REALIGNMENT for the Town of Addison, Texas, hereinafter called "Town", m accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Mmok Sub, Purchasin~ Coordinator, Finance Building, 5350 Belt Lme Road, Addison, Texas until 3:00 p.m. on the 16' day of October, 2003. Bids received by the appomted time will be opened lind read aloud. Any bids received after stated time will be retorned unopened .. The undersigned Bidder, havmg visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being fumiliar with all of the conditions relatmg to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish all labor, tools, equipment and mcidentals to complete the work m accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: , PF-30r10 BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PAAK'NAY REALIGNMENT ,__-"-"'-'-'-______Cents per unit 1____.J.lU.L-____Cents per unit com~~lace. for the Sum of 1___--;_______----'0011.". and I__--'N=..Q""'-______Cents per unit 'Complete in Place. for the Sum of ~I)<: __-,'7.:"_______--'Oollars and ;__..:;N-'-O"'-_______Cents per unit Complete In Place, for the Sum of 't'Wfjl...V~ 1___~-~~---~-~Oonars.nd 1__--,_-crJ......O'-_____Cents peruM ,Complete in Pi.ce. for the Sum of SI'f __--:-:-_______---'0011.". .nd , '" 0 Cents per unn I 1.°0 (o.oo 100tAo \10 10. 60 4~oo.OO ) PF -4 of 10-Roadway "', ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT and I___"""""'-_____Cents per unit Complete In Place, lor the Sum of tweN'TY-I?J etiT IIlW/':)!l&O 1_____---,r-r____....!Dollan; and 1_____....LN.JiI,'-"p'--__Cents per unit Complete in Place, for the SUm of SI>CT'( I___= _______-'Dollars and NO Cents per unit Compiete in Place, for the Sum of fJ C7 liT H l.nJD /l.-E1) 1____.....,,______-'OOliarsand I___-'-N=......O"'-____Cents per unit __-==--;-_______~.".•.~and 1'}...10."0 800,00 PF -5 of 10-Roadway '-.' ,'. ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT 3.00 I____~~--------------,~"d.~and I___-<..:=-=____________ ~."~ per unil Complete In Place, for the Sum of @\Ie rltwDft.e=C 200.00I~------_:_;_-:;:----------'oollars and NO Centsperunil Complele in Place, for the Sum of S,'t I_____.,...".____________----'oollars and cI0 Cents per untt 110 iI· Complete in Place, for the Sum of SIX ni@Mr.tA I_______--;-,:--________----'oollors and 1___-+.!VIUoQ<-.______Cents per unit l.oOOO.OO I.PIH _00 (pOOO, ro I Complete in Place. for the Sum of • \wleNIY I____:--:-______________----'Oollors and II _____N""-'O""-____________Cents per unit I PF -6 of 10-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT I__---c-=::--_______~"a'.and I IColnplete In Place. for the Sum 01 I___-.~-----~~u"o,.andI___=--=_____Cents per unit Complete in Place, for the Sum of FIFTY I__----:=-______---'Oollors and .6o.0C r-,fD Cents per unit Complete In Place. for the Sum 01 t=1 pn;:r;N f..IvAll'ltLg1) I___-.-:--:-____---'Dollars and N c:J Cents per unit .Complete In Place. lor the Sum of Flye _--=::-:=--=-r-____-:-lOOlla,.. andTJe.letJtY Cents per unit 5. '2-0 E.:iR1J~~::::.:::~~~:J Complete In Place, lor the Sum of BJ ~;./1: tl. 'i,f\J{)fZ,frD BOO. 00 32 00 ."°Dollars and J\{tJ Cents per unit PF -7 0110-Roadway ROADWAY IMPROVEMENTS AIRPORT PARKWAY REALIGNMENT • for the Sum of 0.<75 Place, for the Sum 01 V. (;>0 /080 . ... TOTAL AMOUNT BID FOR MATERIALS AND SERVICES,ITEMS 101 THROUGH 127, INCLUSIVE (w~rdf)N= d . I--'N....;.,;\"""-'t:>=----'-il..l.\A~N~Q"f?:::;eP_~....;S::..:::-C=_y......:e-::...:.../'-I...;...._______DolI.'" and ___________________)\j Cen~__~()~_______________________ PF • 8 of 1 (). Roadway BID SCHEDULE SUMMARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I = TOTAL OF STANDARD BID (A): $ __1.;;..3_'.J.!_9~o..:'1_._0"0____ WRITTEN IN WORDS: ilio HlANDt1,..ep IHI tLT( ~sdeAl ....!.:ru..l..l.!l.If4SA..tJ~=..I.dO'---'N=.J..1N""-""E'---LH..wu~ND~IZ.JZ.~"""O",-----"&...,EV.~e:r-t"", -=,,---=D,,,,ow..."",,,,,,,,ADJtL,,,,,,,S.+-i-AlMUL{J CeNTS., TOTAL OF TIME BID: qo (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): BASIS FOR COMPARISON OF BIDS: (A) +(B) =TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bi 2. Prices must be shown in words and fIgures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Secnrity shall shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner hased on this proposal within ninety (90) calendar days after receiving bids and the underSigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and bas received the conformed documents. After this period, if the contract bas been executed and the required bonds bave been submitted, the said Bid Security shall be returned to the undersigned upon demand. . 4. One contract will be awarded based on the total value ofitem I (A), plus (B). .... Bidder's Tax I.D. No. or Employer No. PF-9of10 _______ The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening ofthe bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town of Addison to reject any and all bids. Name OfBid~der BY:--~~~==r-___________________________________________ (Signature) ~l".r-fc: (J;i,6v Jeer ~ IN) (print Name and Title) r) Witness: 4..o.t,;:;;g:/::&(Signature) -,-Ie&:> B W. t..!o!Cf}/We5r162-7-0 (Office Address ofBidder) Bidder's Tax lD. No. or Employer No. _'1-'.-'6><---,2-",,0,,-,8""'-'+-11-11.....9<--·______________ SEAL (IfBidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-IO of 10 · --~-~-... BID OR PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE, Rebcon, Inc. of 1868 W. Northwest Highway, Dallas, TX 75220 (hereinafter called the Principal), as Principal, and Arch Insurance Company, a corporation, organized and existing under the laws of the State of Missouri and Insurance Company of the West, a corporation, organized and existing under the laws of the State of California, and authorized to become sureties in the state of Texas (hereafter called the Sureties) as Sureties, are held and firmly bound unto Town of Addison, TX, (hereinafter called the Obligee) in the penal sum of Five Percent of the Greatest Amount Bid Dollars (5% GAB) for the payment of which the Principal and the Sureties bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Airport Parkway Realignment NOW, THEREFORE, the condition of this this obligation is such that if said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with Sureties acceptable to the Obligee for the faithful performance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS October 16, 2003. Rebcon, Inc. Arch Insurance Company Insurance Company of the West &"H'-W'-:::n-tfi-r':d44L Robbi Morales, Attorney-In-fact o ¥Morales, A rney-In-Fact FA 066-2 Bid or Proposal Bond POWER OF ATTORNEY Know All Men By These Presents: , That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Don E. Corneli, ,Lisa M. Bonnot, Jerry P. Rose, Robbi Morales, Chris J. Kutter and Luke J. Nolan Jr. of Dallas, TX (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: ' Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check. draft or letter of credit. This authority does not permlUhe same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regulariy elected officers at it!l principal office in Kansas City. Missouri. , This Power of Attorney Is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: ·'VOTED. That the Chairman of the Board, the President, or any Vice, President, or their appointees designated in writing and flied with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-In-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3. 2003: VOTED. That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated In writing and flied with the Secretary. and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors 'on March 3, 2003, and any such power so executed. sealed and certified with respect to any bond or undertaking to Which it is attached, shall continue to be valid and binding upon the Company. ooML0013 00 03 03 Page 1 of2 Printed In U.S.A. No.0004n5 ICWGROUP Power ofAttorney Insurance Company of the West The Explorer In,uran"e Company Independenee Casualty and Surety Company KNOW AIL MEN BY THESE PRESENTS~ That Insurance Company of the West, a Corporation duly organized under the laws of the State of california, The Explorer Insurance COmpany, a Corporation duly organized under the laws ofthe State ofArizona, and Independence Casualty and Surety Company, a Corporation duly organized under the laws oftile State ofTexasj (oollectively referred to as the "Companies"). do hereby appoint DON E. CORNELL, LlSAM. BO:ree and effuct, and bas not been revoked, and that the above resolutions were duly adopted by the respective Boards ofDirectors ofthc Companiest and are now in full force, IN WITNESS WHEREOF, I have set my Iumd this 16th day Of_-'O"c."t"'o"b"e'-'r'-____-' _-"''''''''--_ John H. Craig, Assistant Secretary TO' verify the authenticity ofthis Power of Attorney you may call1..s0Q..877-1111 and ask for the Surety Division, Please refer to the PoWer ofAttorney Number, the above named Individual(s) and details of the-bond to which the power is attached. FO'r infOITll2tion or filing claims, please contact Surety Claims, lCW Group, 11455 EI Camino Real, San Diego, CA 92130-2045 Or call (8.58) 350-2400. AM 1009J ADDISON • AIRPORT PARKWAY REALIGNMENT ADD INFO: ESTIMATE: ADDENDUM: No.1, 2, & 3 PREBID: 10/0112003 2PM MANDATORY @SERV CTR, 16801 WSESTGROVE DR BID DATE: 1011612003 3PM TO OWNER ARCHIENG: CITY OF ADDISON, PURCH DEPT, 5350 BELTLINE RD,ADDISON 75001 972450-7091, FAX 972 450·7096 ENGR OF RECORD: HNTB. PLANO 972 661·5626. FAX 661·5614 PLANS: PLANS FRM OWNER. AVAIL ON C/D ROM ONLY @N/C NOTES1: 5% BID BOND PLANS ON FILE ~============================================================================~==============: Item Description UlM Units Bid Total ============================================================================================= 101 MOBILIZATION LS 1 $42.032.50 $42.032.50 102 PREP ROW LS 1 $6,600,00 $6.600.00 103 FULL DEPTH SAWCUT EXIST PAVE LF 755 $2.00 $1.510.00 104 REM & DISP OF EXIST PAVE INCL CURB SY 1650 $5.67 $9.355.50 105 UNCLASS ST EXCAVA CY 500 $14.03 $7,015.00 106 EMBANKMENT CY 100 $4.90 $490.00 107 10" REINF CONC PAVE 4000# SY 2800 $42,25 $118,300.00 108 F&110' RECESS CURB INLET EA 2 $2,860.00 $5.720.00 109 CL 11118" RCP STRM DRAIN PIPE LF 108 $61.60 $6.652.80 110 REM & RELOC ROADSIDE SIGN EA 111 15 MPH SPEED LIMIT SIGN (R2·1) EA 2 $275.00 $650.00 112 FiRE LANE STRIPING LF 1100 $1.03 $1,133.00 113 SOLiD SODDING SY 900 $3,30 $2,970.00 114 SILT FENCE LF 300 $1.38 $414.00 115 INLET PROTECT, DROP EA 2 $82.50 $165.00 116 IRRIGATION CONDUIT 4" SCH 40 PVC LF 114 $5.39 $614.46 , 117 SECURITY GATE W/ACCESS CTRL PANEL LS 1 $6,105.00 $6.105.00 118 AOASECURITY FENCE LF 300 $14.85 $4,455.00 119 REMOVE & DlSP OF TEMPORARY ROAD LS 1 $8,800.00 $8,800.00 120 REMOVE & DiSP OF SECURITY FENCE LF 195 $5.50 $1,072.50 121 CLASS 11112" RCP STORM DRAIN PiPE LF 95 $49.50 $4,702.50 122 FURN,INSTALL,MAINT 20' SECURITY GATE EA 1 $8,700.00 $8,700.00 123 CONDUiT,2" SCH 40 PVC LF 600 $5.23 $3,138.00 124 FOUNDATION,30' STREET LIGHT POLE EA 4 $797.50 $3,190.00 125 GROUND MOUNTED PULL BOX"TYPE A EA 3 $357.50 $1,072.50 126 CABLE,INSULATED,#8 AWG LF 660 $0.55 $363.00 127 BARE#8AWG LF 330 $0.50 $165.00 ================ Total $245,285.76 . Gibson & Associates,lnc acknowiedges receipt of Addendums No.1 ,2, & 3 and has taken due cognizance of said addendums in all their terms in the preparation and submission of this bid. ~~~==================,A.J,Johnston Exec. V.P. October 16. 2003 -------------.. -e:srrm T' rwm:=WWTt::mnzn"''5'tftt _c_ \ BID SCHEDULE SUMMARY AIRPORT PARKWAY REALIGNMENT Bid Schedule & Description Total Amount Materials & Services I. Roadway Improvements TOTAL BID FOR SCHEDULE I = TOTAL OF STANDARD BID (A): $ _..::e:::;~.::;:5':L.!1Z;;::,'l!.~l5::::"IU'C:'!!t:,~______ WRITTEN IN WORDS: 7..':Jt> ~I!'d~-&7l:tUsqad;;:; 6L~ 6i1., -l7w DellLMj . f I &e..~-8 G...;;t;; TOTAL OF TIME BID: 10 (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): if t7, 5i:>0 .00 BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bi 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if the conmic! has been executed and the required bonda have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total ~alue of item I (A), plus (B). '.~~sTax r,D. No, or Employer No. _ .....Z~:G"z.U/~~S"w"7~&,~6>~O:;..._______ PF·90f10 SECTIONPF PROPOSAL FORM PF-l of 10 SECTION PF PROPOSAL FORM October 16, 2003 TO: The Honorable Mayor and To~n Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to fumish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addenda No.1 Dated: October 1, 2003 Addenda No.2 Dated: October 10, 2003 Addenda No.3 Dated: October 14, 2003 Addenda No.4 Dated: ________ Addenda No.5 Dated: ________ Addenda No.6 Dated: ________ PF-2 of 10 _____________________________________________ _ PROPOSAL FORM Place Town of Addison Date October 16, 2003 Proposal of ____C::o~nc::s"'t"_'ru~cto=;..:rs:.......:3"'3""33::...W=el::::;bo:::.m"",'_'S::: :u:.:::lte=_2",O",OL'D::::a=lI=aseL,-,-Tx~75:::2::::.19::...::::.21"-,4c..:-5",2"-O-.:::.33",5,,,3,-f,,,ax=21::...4:...:-5:::2",O-,-,8:!:.21~6!.-___ Dallas, Tx 75219 a Corporation organized and existing under the laws of the state of Texas OR Propo~lof a Partnership consisting of and OR Proposalof _____________________________________________________________________ an individual trading as OR Proposalof ________________________________________ a Joint Venture consisting of and TO: Town of Addison Sealed bids addressed to the Town of Addison, Texas, for the Construction of paving improvements for the AIRPORT PAFOONAY REALIGNMENT for the Town of Addison, Texas hereinafter called ''Town'' In accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Minok SUh, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 3:00 p.m. on the 16th day of October, 2003. Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, SpeCifications, and other Contract Documents, including Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to fumish all material, supplies, equipment, and appliances specified for the project, hereby proposes to furnish all labor, tools equipment and Incidentals to complete the work in accordance with the Spedfications, and other Contract Documents at and for the unit prices proposed herein: PF-3 of 10 BID SCHEDULE I ROADWAY IMPROVEMENTS AIRPORT PAru<:NAY REAUGNMENT PF-4 OF 10 -Roadway PF-5 OF 10 -Roadway '"--,'.PF-6 OF 10 -Roadway PF-7 OF 10 -Roadway TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, ITEMS 101 THROUGH 127, INCLUSIVE $ 401,408.71 7.Fii:ou=r~Hi-'u::.;n:=dred=...:o::::n.:.::e:....Th:..=o.::;usa=nd:::...:.cFo::::u::..r.!.H::::u:.:;nd:::.re ;;;d::.....:E""ig",h,,-t_________Dollars and (Words) ~~~e~n~tr~O~n.:.::e~_____________________cen~ PF-8 OF 10 -Roadway BID SCHEDULE SUMMARY AIRPORT PARKWAY REAUGNMENT Bid Schedule &. Description Total amount Material &. Services 1. Roadway Improvements TOTAL BID FOR SCHEDULE I = TOTAL OF STANDARD BID (A): _______________...;$:;.;4~Ol::L,4..:.;0;.;:8.:.:..7.:;..1 WRTITEN IN WORDS: Four Hundred One Thousand Four Hundred Eight Dollars and Seventy One Cents TOTALOFTIMEBID: ______----~75~------------- ---~(~ca~l=e~nd=a~r~D~ay~s~)_________ TOTAL OF CALENDAR DAYS X $250.00 (B): $18,750.00 BASIS FOR COMPARISON OF BIDS: (A) + (B) =TOTAL BID: ==============d$~42;;;;0g;,1;;;,;58~.7~1= NOTES: 1. All Items, labor, material, eqUipment, facilities, inCidental, and work required for the construction of the project are to be provided and Installed by the Contractor as part of the project and payment for the cost of such shall be Included In the price bid. 2. Prices must be shown in words and figures for eam item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages In the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned falls to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if . the contract has been executed and the required bonds have been submitted, the said Bid SecUlity shall be returned to the undersigned upon demand. 4. Ooe contract will be awarded based on the toml value of item 1 (A), plus (B). Bidder's Tax J.D. No. or Employer No. 75-1574095 PF-9 of 10 'The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening of the bids, In submitting this bid, it is understood by the undersigned Bidder that the right is reselVed by the town of Addison to reject any and all bids, Constructors Name of Bidder (Signature) Joseph], Cribbin Vice President (Print Name and Title) (Signature) . C 3333 Welborn, Suite 200 Dallas, Tx 75219 214-520-3353 (Office Address of Bidder) Bidders Tax I.D. No, or Employer No. .:.7.::.5-...:1"'57:...40=9=.5________________________ SEAL (If Bidder is a Corporation) NOTES: Sign in Ink. Do not detach ' .. PF-10 of 10 , ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, CONSTRUCTORS & ASSOCIATES INC. 3333 WELBORN STREET, DALLAS, TEXAS 75219 as principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a corporation under the laws of the State of Connecticut, having its principal place of business in the City of Hartford, County of Hartford, State of Connecticut, as surety, are held and firmly bound unto TOWN OF ADDISON, 16801 WESTGROVE DRIVE,ADDISON, TEXAS 75001 as obligee, in the sum of FIVE PERCENT OF AMOUNT BID (5%) DOLLARS lawful money of the United States of America. for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, Sealed and Dated this OCTOBER 8, 2003 WHEREAS, the said principal is herewith submitting its proposal for AIRPORT PARKWAY RELOCATION AIRPORT PARKWAY, ADDISON, TEXAS CONDITION OF THE ABOVE OBLIGA TlON IS SUCH, that if the aforesaid principal shall be awarded the contract upon said proposal and shall within the required numbers of days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void; otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the said work if the latter amount be in excess of the former, but in no event shall the surety's liability exceed the penal sum hereof. BY:,~~~~~~~~____________ CUR UALTY Ai'lO SURETY COMPAI>lY OF AMERICA SURETY ACKNOWLEDGMENT STATE OF CONNECTICUT COUNTY OF FAIRFIELD On October 8, 2003 before me personally came NA TALIE REINGOLD to me known who being by me duly sworn did depose and say that he/she resides in STAMFORD, CONNECTICUT that he/she is Attorney-in-Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. the corporation described in. and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed by order of the Board of Directors of said corporation. and that he/she signed his/her name thereto by like order; and that the said company has received from the Superintendent of Insurance of the State of Connecticut. and that such certificate has not been revoked. )~hc4Cy KAREN A. MCNALLY . NOTARYPUBLIC MYCOMMISSION EXPIRES NOV. 00,2007 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Conneclicut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, cotpOmtions duly organized un~ €.~kA~12 'I-P""~~ . :.u"" ~~""1\ ~ .c...",::,,,. .. '7)'l-'1"'Z.~:'" 1)1 ~~...,,~.lI'oI, IX'· v!' ~ c.y;c.fJ ..MveW/•• ". __ ~_ • H __ .S+e~ t;. 61,./11-'<1 c5ij'. e...! .... 7~Ndf4:idt.J:~. k'5li.3, .L. J I 'r'Yl{J, rc..e,.. . ~~\\ .UI>'...., -.._ ~D· 23 24 25 26 27 23 ,• ASPHAl T P FULL DEPTH SAWcur LIMIT tf'... REMOVE " SECURITY \. FENCE REMOVE \. J:" TEMPORARY ,~ ACCESS ROAD '\\ £MENT CAUTION; GA'l LINE IS SCHEDULEO TO BE REMOVED FROM THIS LOCATION PRIeR TO THE CONSTRUCTION OF THESE PLANS. CQHTRACTCR WilL VERIFY LOCATJON OF GIS LINE PRIOR TO EXCAVATION. , ! /, /"''''/'.,~LIMIT (:£ FUlL OEPTH SAWCUT CRETE PAV[M(Nl i REMOVE SECURITY FENCE REMOVE TEMPORARY ACCESS ROID NOTE: 1. SEE NCTCOG 2. INLETS AND OF -WAY' AND o~~~~2§O~~~4l0~~~65D~..~'O SCALE IN FEET SPECifiCATION "PREPARING RIGHT-()f"-WAY" FeR OETAllS. PIPE REMOVAl INClUDED IN ITEM 102 'PREPARE RIGHTNOT A SEPAAATE PAY ITEM. ~. CONTRACTOR TO TAAE PRECAUTIONS NOT TO DISTURB WATERliNE 00 WATER METER TO fliGHT STM. WATERLINE SHALL REMAIN IN SERVICE TO FLIGHT STAR THROJGHOUT CONSTRUCTIoN. 4. UNDERGROUND UTILITIES EXIST WITHIN AND AOJ)(;ENT TO THE LIMITS OF CONSTRUCTION. AN ATTEMPT HIS BEEN MADE TO LOCATE THESe: UTILITIES ON THE PLANS. ALL EXISTINQ UTILITIES MAY NOT SE SHOWN ON THE PLANS. AND THe: LOCATION (:£ THE UTUTIES SHQWN MAY 'IIt-1(Y FROM THE LOCATION ON THE PLANS. PRIOR TO THE BEGINNING OF ANY TYPE OF EXCAVATION. THE CONTRACTOR SHAlL CONTACT THE UTILITIES INV< CNlO READER 1-NO. 8 BARE AWG NfCHOR BCt.T REaUI~~,S;-A>'~I.:;"~FOR REUSED LIGHT PeeE I I I I I I I ~ 15+00 __I .. --1----:1 :1 II III! ADDisoN 0 20 '0 60 80 I SCALE tN fEET LEGEND & ~~~~~~;~~EE.:n~!I:! AIRPORT '..U ......1I1 CONDUIT. 2" SCH 40 PVC 181 GATE CARD READER • PUll 80X B, POWER sERvICE NOTE: Te>< TO INSTAll POLE FClUNOATlo.. ~ 1. CONiRAC TXU TO INSTPLL CIRCUITill AND CONDUIT. CONOUCTffiS. SHEET I ILLUMINATION PL~ 45 STA 10+00 TO STA + IL-l