TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04 -22 CHANGE ORDER NUMBER: 01 1. CONTRACTOR: Archer Western Contractors, Ltd. 2. Change Order Work Umits: Sta. 􀁟􀀭􀀽􀀭􀀷􀀮􀀺􀀺􀀮􀀮􀀳􀀫􀀴􀀰 􀁾􀁟 to Sta. 78+50 3. Describe the work being revised: This work will entail the furnishing. installation and removal of the temporary security fence that is equivalent in construction to the existing fence. The existing security fence shall not be removed until the temporary security fence has been installed, so to maintain the security of the property. The Temporary security fence will remain in place until the permanent security fence is installed as per contract, and then and only than shall the removal of the temporary security fence be allowed. 4. Work to be performed in accordance with Items: See attached Tables 5. New or revised plan sheet(s) are attached and numbered: ..:.N..:./A:...:.... _ 6. New general notes to the contract are attached: o Yes iii No 7. New Special Provisions to Item2Y8-No. 2Y8-, Special Specification Item2Y8-are attached. Each signatory 􀁨􀁥􀁲􀁾􀁢􀁹 warrants that each has the authority to execute this Change Order (CO). The following Information must be provided The contractor must sign the Change Order and. by doing so, agrees to waive any and all claims for additional compensation due to any and all other expenses; additional changes for time, overhead and profit; or loss of compensation as a result of this change. Time Ext. #: N/A Days added on this CO: __0__ $8,509.00 􀀯􀀦􀀭􀁾􀀭􀁯 Town of Addison Date Asst. Public Works Director APPROVED DIrector of PUblic Works Amount added by this change order: Date Typed/Printed Name Typed/Printed Title Town of Addison 􀁾􀁁􀁐􀁐􀁒􀁏􀁖􀁅􀁄 Asst. City Engineer Date TABLE A: Force Account Work and Materials Placed Into Stock TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04 -22 CHANGE ORDER NO. 01 LABOR HOURLY HOURLY RATE TABLE B: Contract Items ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE PREVIOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUNI UNDERRUN 1201 8ft securltv Chain-link Fence lequllant to exlstlnal LS SO.OO 0.00 SO.OO 1.00 1.00 $8508.00 $8608.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 TOTALS S . $8608.00 S8,508.OQ TABLE B: Contract /lems (Continued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04 -22 CHANGE ORDER NO. 01 ORIOINAL CONTRACT + CHANOE REVISED CONTRACT CHANOE PREVIOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUNI UNDERRUN 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 The ·Totals· from Table B of the J revlous work sheet: $ . $8,509.00 $8,509.00 TOTALS $0.00 sa,509.00 sa,509.00 Arapaho Road -Phase III Project No. Change Order No. Reason for Change The contract plans call for the removal ofan existing security fence and installation ofnew security fencing at the new right-of-way limits surrounding the facilities of the Dallas Water Utility, Station 73+40 to 78+50, Right. The removal of the existing fence is required during the initial phase of the project with construction of the new fence to be performed in the final phase of the project. Recent guidelines and regulations mandated by the Department ofHomeland Security require security fencing at all times surrounding the water facilities. This change order will compensate the Contractor for the construction and subsequent removal ofthe temporary security fence equivalent to the existing security fencing to comply with Dallas Water Utility requirements. This change order includes the construction and removal of 450 linear feet oftemporary security fence and will result in an increase to the contract of$8,509.00. The change order will result in zero (0) days time extension to the contract. HNTB 􀁃􀁯􀁲􀁰􀁾􀁲􀁡􀁴􀁩􀁯􀁮 Guy Van Baulen, EIT .r TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04-22 CHANGE ORDER NUMBER: 02 1. CONTRACTOR: Archer Western Contractors, Ltd. 2 Change Order Work Limits: Sta. __-...;.1_+25 _10 Sta. 84+15 3. Describe the work being revised: Several item of work were requests by the Town of Addison for public notic:ification and modification for future developement. Other items are related to underground utility conflict and unforeseen site condition: See attached reason sheet. 4. Work to be performed in accordance with Items: See attached Tables 5. New or revised plan sheet(s) are attached and numbered: SW-3 to 8, SW14 to 16 & 29; IR-{)1 & 09; RT-3 6. New general notes to the contract are attached: o Yes li1I No 7. New Special Provisions to 􀁦􀁴􀁥􀁭􀁾No.􀁾Special Specification Item􀁾are attached. Each signatory hereby warrants that each has the authority to execute this Change Order (CO). $17,548.18 N/A Days added on this CO: Amount added by this change order. Time Ext. #: The following fnfonnation must be provided /' 􀀭􀁾􀀺􀀺􀀺􀀺􀀺􀀢􀀢􀀧􀀭􀀧􀀺􀀽􀀭􀀽􀀭􀁬􀀺􀀭􀀭􀀭􀀭􀀭􀀺􀀭􀀺􀁾􀁁􀀭􀀭􀀭􀀭􀀫􀀺􀀺􀀺􀀭􀀫􀁾􀀧 ft-N J 􀁖􀁊􀁊􀁾 fl\Jft-r 􀁍􀁉􀁷􀁾 By TypedlPrinted Name TypedlPrinted Trtle The conlracltr mU3t3ign the Change Order and. by doing 30. ag"lle.J to waive any and all claim3 for additional compsn3ation due to any and all other expen3es; additional changes fry time. overhead and profit or loss of compensation as a T'e3ult of ttli3 etI8Jlge. Project Manager Date Town of Addison o APPROVED Asst. Public Worl-vi'I-'" Archer Western Contractors June 2,2005 HNTB 5910 W Plano Parkway Suite 200 Plano, Texas 75093 Attn: Mr. Guy Van-Baulen RE: Town of Addison Arapaho Road Phase III Project No. 04-22 Change Orders 2 & 3 Dear Guy: 􀁗􀁾􀁀􀂧􀁄 ( JUN 0 3 2005 HNTB CORPORATION DALLAS. TEXAS Letter: HNTB -46 Attached are the signed change orders #2 , from the Town of Addison Arapaho Road Project. The unit prices for items 1210, 1211, 1212, &1213 are in error. The items should have the following unit prices: $96.33, $77.56, $71.74, and $2579.43 respectively. The revised unit prices include compensation for bonds and insurance that was not included in the current prices. Item #1205 "Concrete Stabilized Sand for TXU Conduit" did not include a time extension of 23 days as reflected in our fetter dated 9/9/04. Please make these adjustments to change order #2. If you require additional information, please contact Andrew at our field office. Sincerely, 􀁾 \ _ Ben 􀁾􀀲􀁾􀀭􀁟􀀭􀀭􀀮􀀮􀀭 Project Manager XC: Andrew Schneemann Don Good File 2121 Avenue J, Suite 103 Arlington, Texas 76006 Phone: 817.640.3898 Fax: 817.640.8734 A Member of The Walsh Group An Equal Opportunity Employer TOWN OF-ADDISON, TEXAS ARAPAHO ROAD· PHASE III Pl:()ject 􀁎􀀮􀁾􀀮 􀀰􀀴􀀭􀁑􀁾􀀲􀀮 CHANGE ORDER NUMBER: 4 1. CONTRACTOR: Archer western Contractors 2. Change Order Work Limits: Bfa. 34+07· to Sfa. 87+88 3. Describe the work beina revisect see Attached Reaaon Sheet , ..----'--".,----. :--4. Work to 􀁾􀀮􀁾􀀮 􀁩􀁮􀁾􀀮􀁶􀁦􀁦􀁬􀁨􀀮􀁬􀁢􀀡􀁲􀁮􀁳􀀺 See attached Tables 5. New or revised f)lan 8heet(s) are attached and numbered: SW-17, SW-24, Ir.Qt, SGT-HB03A, MBGF..Q3A 6. New general notB8 to the contract are attached: a Yes IiiI No r. New Special Provisions to Ite N/A No. NlA, Special Specification Item􀁾are attached. Each signatory hereby WSl11lnts that each has the authority to execute this Change Order (CO). Date Town of Addison [J APPROVED. ABet. Pubic Work DIrE!¢or TypedJPrintBd Title 88 '1/Z7/0') 􀁾 $H,ReU4 Time Ext. f#: -L-Days added on this CO: Amount added by this change order: The conltaclor mila' sign the Change Order and, bydoing 110,􀁾to WSMt ny andallclaif1lll for 8dditionalcomp6nlla6on dll9to any800all any800all other ; arkIitional Changell for time, 0VfIrlIeacI and profit a IoSII ct panaation as 8 f8$ult ctthis change. 􀀺􀀺􀁅􀁾􀀳􀁾􀁊􀁾 TypedlPrintBd Name 􀁾􀀭􀀲􀁮􀁯􀁊􀁾􀁲􀀧 􀀨􀁶􀁜􀁾 Town of Addison Cl APPROVED A8lIt. City EngIneer TABLE A: Force Account Work and Materials Placed into Stock TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III . Project No. 04-022 CHANGE ORDER NO. 4 LABOR HOURLY HOURLY RATE TABLE B: Contract Items ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE PREVIOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUN! UNDERRUN 1224 Relocatin!! Fence at Stora!!e Facllitv LS $554.76 $0.00 1.00 1.00 $554.76 $554.76 1225 9x5 Box Culvert Modification-Gas&SBCMaln LS $3,202.48 $0.00 1.00 1.00 $3,202.48 $3,202.48 1226 Paint System for T4 Railin!! LS $18,351.45 $0.00 1.00 1.00 $18,351.45 $18,351.45 1227 Paint System for Pedestrian Railing LS $11,113.89 $0.00 1.00 1.00 $11,113.89 $11,113.89 1228 Comfort Suite -Irrigation Systemalon!! ROW LS $3,577.65 $0.00 1.00 1.00 $3,577.65 $3,577.65 1229 Closing Opennlng in Exist Box Culvert LS $551.65 $0.00 1.00 1.00 $551.65 $551.65 1230 10x6 Box Culvert Modlfication-5anltary Sewer LS $4,315.26 $0.00 1.00 1.00 $4,315.26 $4,315.26 1231 Furnish & Install SGT/81-HB03A TXDOT Type EA $2,806.41 $0.00 2.00 2.00 $5,612.82 $5,612.82 1232 New Lateral C-3A Tie-in LS $524.36 $0.00 1.00 1.00 $524.36 $524.36 1233 Pollee Escort U-Beam Delivery LS $672.00 $0.00 1.00 1.00 $672.00 $672.00 1234 Pedestrian Rail PennantMaterial Cost LS $3,075.61 $0.00 1.00 1.00 $3,075.61 $3,075.61 1235 Traffic Signal Foundation T·1 & T-4ChanAes LS $1,524.90 $0.00 1.00 1.00 $1,524.90 $1,524.90 1236 Furnish & Install MBGF Inlet POSts EA $136.07 $0.00 3.00 3.00 $408.21 $408.21 1237 TXU Power Lines @.Mldway LS $25,400.00 $0.00 1.00 1.00 $25,400.00 $25,400.00 TOTALS $ -$78,885.04 $78,885.04 TABLE B: Contract Items (Continued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04-022 CHANGE ORDER NO. 4 ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE PREVIOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUNI UNDERRUN 151 Furnish & Install single Guardrail Tenninal LF $32.83 150.00 $4,924.50 -150.00 0.00 $0.00 ($4,924.50 TxDOT ItemSGT(81-3A 224 8ft recessed curb Inlet EA $1,750.00 7.00 $12,250.00 2.00 9.00 $15,750.00 $3,500.00 228 2 -Grate Inlet EA $2,300.00 4.00 $9,200.00 7.00 11.00 $25,300.00 $16,100.00 322 LillhtinllControl Cabinet EA $6;000.00 3.00 $18,000.00 1.00 4.00 $24,000.00 $6,000.00 The "Totals" from Table B of the previous work sheet: $ . $78,885.04 $78,885.04 TOTALS $44,374.50 $143,935.04 $99,560.54 Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.4 Reason for Change This change order will increase work by thirteen new contract work items, the reduction in quantity of one original bid items and the increase in quantity of 3 original bid items. The change order will result in twenty (20) days time extension to the contract. Item 151-SGT (8)-03A Single Guardrail System (Related PCO #46): History ofwhy the change order occurred -Deletion of the original bid item, which is replaced by the new Item 1231. Impact to the contract amount -A credit amount of $4,924.50 to the base contract. Impact to the project schedule -The project calendar day total is not affected. Item 224 -8-foot recessed Inlet (Related to PCO #48): Contractor was instructed to provide an additional 8-foot recessed inlet to be compensated under the existing contract bid item unit price. History of why the change order occurred -The 8-foot standard inlet was relocated to station 44+85 to eliminate a conflict with the required T4 rail and reduce the impact of the construction on the adjacent property owner. To eliminate these conditions the inlet was installed at the end of the T4 Rail. Impact to the contract amount -A total dollar amount of $1,750.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 228 -2-Grate Inlet: The contractor was asked to provide additional 2-Grate Inlets, which would be compensated under the existing contract bid item unit price. History of why the change order occurred -After the start of the construction, it was observed that storm water runoff from adjacent properties would be trapped or have an excessive sheet flow. Due to these conditions, several areas were redesign to collect the storm water runoff into the future box culverts. 10f7 Impact to the contract amount -A total dollar amount of $16,100.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 322 -Lighting Control Center: Contractor was requested to provide one additional lighting control center, which will be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -The Town of Addison requested the additional lighting control center be installed to separate the pedestrian and street lighting systems from being controlled by one cabinet and meter. Impact to the contract amount -A total dollar amount of $6,000.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1224 -Relocate Fence at Storage Facility (PCO #14): History of why the change order occurred -Existing fire hydrant needed to be relocated per construction plans. The temporary security fence constructed along the Watson-Taylor storage facility had to be relocated in order to relocate the fIre hydrant. Impact to the contract amount -The dollar amount of $554.76 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1225 -9x5 Box Culvert Modification-conflict with existing Gas & SBC services (PCO # 19): Contractor claims a sixteen day delay in being able to lay box culverts A & B due to a conflict with an existing gas line and an SBC ductbank. Contractor also claims $3,202.48 for additional costs incurred. History ofwhy the change order occurred -During the installation of the storm sewer box culvert a conflict developed with and existing main and an abandoned SBC ductbank. A new design was developed in order to incorporate the gas line encasement into the bottom slab of the storm sewer box culvert. This work directly impacted the critical path of the project. Impact to the contract amount -The dollar amount of $3202.48 is approved. Impact to the project schedule -The project calendar days will be extended sixteen days. 2of7 Item 1226 -Paint System for the T4 Railing (PCO #24): Contractor was asked to change to a more durable paint system, more suitable for steel application. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications and expected performance with the contractor and his paint subconsultant it was determined that a Carboline acrylic paint system was more a<;lvantageous to the pedestrian rail. Impact to the contract amount -The dollar amount of $18,351.45 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1227 -Paint System for the Pedestrian Railing (PCO #24): Contractor was asked to change to a more durable paint system, more suitable for steel application. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications specifications and expected performance with the contractor and his paint subconsultant it was determined that a Carboline acrylic paint system was more advantageous to the pedestrian rail. Impact to the contract amount -The dollar amount of $11,113.89 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1228 -Comfort Suite -Irrigation System in along ROW (PCO #30): Contractor claims $3,577.65 for additional costs incurred to add 3 additional irrigation zones. History ofwhy the change order occurred -During design of the project this area was not designed to have irrigation due to existing irrigation coverage. During construction it was noted that the irrigation system in place was owned by a private land owner. The Town made the decision to cover this area with irrigation within their own right ofway limits Impact to the contract amount -The dollar amount of $3,577.65 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. 30f7 Item 1229 -Closing Existing Opening in Box Culvert (PCO #41): Contractor claims a one day delay in closing the opening in the existing Box Culvert. Contractor also claims $551.65 for additional costs incurred. History of why the change order occurred -During the construction of the new storm sewer box culvert lines A & B, the existing box culvert line B was found to have two abandoned pipes connected to the culvert which had to be removed to construct line A. The opening created by the removal of the abandoned pipe from the existing box culvert had to be sealed. Impact to the contract amount -The dollar amount of $551.65 is approved. Impact to the project schedule -The contractor has claimed one additional day for this work. This work did not affect the critical path of the project. The project calendar day total is not affected. Item 1230 -10x6 Box Culvert Modification-conflict with existing Sanitary Sewer (PCO #42): Contractor claims a two day delay in being able to lay box culverts A & B due to a conflict with an existing sanitary sewer at Surveyor Blvd. Contractor also claims $4,315.26 for additional costs incurred. History ofwhy the change order occurred -During the installation of the storm sewer box culvert, a conflict developed with an existing sanitary sewer. A new design was developed in order to incorporate the sanitary sewer encasement into the bottom slab of the storm sewer box culvert. Impact to the contract amount -The dollar amount of $4,315.26 is approved. Impact to the project schedule -The contractor has claimed two additional days for this work. This work did not affect the critical path of the proj"ect. The project calendar day total is not affected. Item 1231-SGT (8) HB-03A Single Guardrail System (PCO #46): Contractor was asked to provide the single guardrail system utilizing a steel post application. Contractor provided a new price per each installation. History of why the change order occurred -During the submittal process it was discovered that there was a conflict between the bid item description and the notation on the contract plans. The contractor was requested to provide a price for the installation of a single guardrail system utilizing a steel post application. Impact to the contract amount -A total dollar amount of $5,612.82 is approved. Impact to the project schedule -The project calendar day total is not affected. 40£7 Item 1232 -Tie-in of new lateral C-3A (PCO #48): Contractor was requested to provide a cost proposal for the addition of an inlet and all related work along the south side of the East bound traffic lanes at station 80+76.88. History ofwhy the change order occurred -The roadway alignment across the existing railroad track had to be redesigned due to DGN&O railroad changes to the elevation of the existing rail grade crossing after construction began. Since the designed drainage system had been installed prior to the changes, the new inlet would have to be installed at the new low point along the future roadway. Impact to the contract amount -A total dollar amount of $524.36 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1233 -Police Escort for V-Beam Delivery (PCO #50): Contractor was requested have the delivery of the bridge U-beams at night. lbis required the contractor to have a police escort through intersections within the Dallas City Limits. History of why the change order occurred -The contractor original schedule of the delivery of the U54-beams was during day light hours. At the request of the Town of Addison, the first delivery was re-scheduled to after midnight. This created a safety issue of moving the large beams at night through the street intersections. The Dallas police was contracted to provide safe passage through the intersections within their jurisdiction. Impact to the contract amount -A total dollar amount of $672.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1234 -Pedestrian Rail Pennant Material (PCO #51): Contractor claims $3,075.61 for additional costs incurred to change the original gauge steel for the pennant application to the pedestrian. lbis change was determined during the shop drawing submittal procedure. History of why the change order occurred -After several discussion between the railing manufacture and designer, it was decided to increase the gage thickness to provide a better wieldable steel to prevent buckling and warping that might occur during the attachment of the pennant steel to the railing, while still providing a strong attachment and cleaner look to the surface of the pedestrian railing. Impact to the contract amount -A total dollar amount of $3,075.61 is approved. Impact to the project schedule -The project calendar day total is not affected. 50f7 Item 1235 -Traffic Signal Foundation Changes (PCa #57): Contractor was requested to provide a cost proposal to change the size of two traffic signal foundations. History of why the change order occurred -The change in the size of the two traffic signal foundations occurred due to the as-built condition of the existing traffic signal anchor bolt pattern being different than what was expected in the plans. The differing anchor bolt pattern was in conflict with newer standards that exist for the required size of the foundation in relationship to anchor bolt pattern dimension. Impact to the contract amount -A dollar amount of $1,524.90 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1236 -MBGF Inlet Posts (PCa #46): Contractor was requested provide a unit price to provide an inlet mounted guardrail fence post. History ofwhy the change order occurred -The 8-foot standard inlet was relocated to station 44+85 to eliminate a conflict with the required T4 rail and reduce the impact of the construction on the adjacent property owner. To eliminate these conditions the inlet was installed at the end of the T4 Rail. Impact to the contract amount -A total dollar amount of $408.21 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1237 -TXU Power Lines @Midway (PC-#5043): Contractor claims a seventy-five day delay for being unable to install the box culvert across Midway Road and beginning Span 9 work with the existing overhead power line. Contractor also claims $30,090.00 for additional costs incurred. History of why the change order occurred -Archer Western Contractor was request to stop work, allowing the TXU contractor to perform the required work to remove the over head power line. Upon, the stopping and starting of work at Midway Road it was determined that Archer Western Contractor had encounter delays due to the overhead power lines. Impact to the contract amount -A total dollar amount of $25,400.00 is approved. Impact to to the project schedule -The seventy -five day portion of the claim was reduced to sixty days base on the critical path and the review of the actual stops and starts of work. 6of7 PCO #6 -Oncor Redesign of Conduit Crossing Item 1202 -Contractor claims a fourteen day delay in being able to lay box culverts A & B due to TXU electrical conduit being altered for clearance requirements set by DWU and TXD. Contractor claims ten day delay between 08/30/04 and 09/09/04. Contractor also claims a four day delay for laying the box in reverse. History of why the change order occurred -After the project was bid, TXU Electric notified HNTB of a requirement to have a minimum cover of three foot cover over the electrical conduit. During the construction of the conduits we were informed by DWU they needed five foot of clearance between their top of pipe and the electrical conduit. Impact to the contract amount -The dollar amount of 7,841.51 was approved on change order # 2. Impact to the project schedule -The ten day portion of the claim is reduced to six days base on the critical path not being exceeded as referenced in a letter from HNTB to Archer Western Contractors, Ltd. dated June 3, 2005 and also allowing Archer Western compensation to excel the schedule. The four day claim to install the box culvert in reverse is agreed to. The project calendar days will be extended a total of ten days. HNTB Corporation Guy Van Baulen 7of7 N so! 20 llll ,,,\ \, _. -' i ! i/-! i F • ,i ,I i l ! i ,II. f l ! i F , i i I f i f ._----------;---_.._._---------------------j------\:;l2: 􀀭􀀭􀀭􀀭􀁾􀀢􀀧􀀭􀀭􀁟􀁟􀀡􀀺􀁾􀀽􀀽􀁈􀁾􀀧􀀽􀁊􀁟􀁟􀀭􀀭 -_ r 􀁾􀀢􀀢􀁎􀁕􀁎􀁅 ------------------.------􀀭􀀭􀀭􀀭􀁾􀀮􀁟􀀭􀀺􀁟􀀮􀁟􀀭􀀭􀀭􀁟􀀮􀁾-􀀮􀀭􀀮.􀁟..􀀭_􀀭 ---._-. 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀀮􀁾􀀽􀀺􀀮􀀭􀀭􀀭􀁾􀀭􀀭 􀁉􀁾􀀭􀀢􀀧􀀺􀀺􀀺􀀺􀀮 '---.-,-------'---. 68-15 Z· ZO g-1a5 Z· 􀁾􀀷 • • 232 _. -IRRIGATION PLAN STA 70"'00 TO 75...00 TOWN OF ADDISON • TEXAS ARAPAHO ROAD EXTENSION I:I􀁾 i i 􀀽􀁊􀁾􀁾􀁐􀁕􀁉􀁏􀁃􀁉􀁄 SUIrtF:fOR BOULEVARD TO ADDISON ROAD .. DOlt ...... '" lEI ......TTaDll'7lll....-....e.ar:..·:r BJ 􀁾􀁬􀁲􀁍􀀧􀁗􀁁􀁔􀁉􀀡􀁒􀀮􀀮􀀮􀀬􀀮􀀮􀀮􀀬􀂷􀁚􀁏 o _..-.mc>HOW_B.ICI'IOC"._ DII'1'1WU1'JONNG fIMOHI! IeRYULI'e Ttl' 1'M! 1MlQA,'nCfrI 􀁃􀁄􀁎􀀧􀁊􀀱􀁉􀁉􀁉􀁃􀁉􀀮􀀱􀀡􀁍􀀮􀀮􀀭􀁵􀀮􀀮􀀧􀁮􀀦􀀧􀁾􀁑􀁉􀁉􀁬􀀧􀀧􀀧􀀧􀀧􀀧􀁾􀁮􀁯􀁈 􀁾􀀢􀀧􀁉􀁉􀀮􀀮􀁉􀁃􀁔􀁍􀀺􀁁􀁉􀀮􀁎􀁇􀁾􀁌􀁍􀁉􀀨􀁈􀁇􀁁􀁕􀀮 IIIt!LATl!DWCIfDO -.wJ.1I! lCIToIrl1.SJ 􀀬􀁾􀁁􀁕􀀮 LDCN-􀁓􀁔􀀢􀁾 NGJM.T'IClIf'IW.ClXlID. E9 1Il.DW1.III!"l"IJIl....... sa.MMAIIC.H!!!. ,...o-.TAlCI.JIITNH.1IlDW MET!ft _._ 􀁉􀁈􀁉􀀡􀁄􀁕􀀮􀁅􀀮􀁾􀁾􀀮􀀢􀀧􀁐􀀧􀁜􀀬􀁍 --e-.:."... e-.ZIG .........u-􀁦􀁚􀁚􀁤􀀺􀁾􀂷􀀽􀁾􀁾􀁾 􀁾􀀢􀀢􀀧􀀭􀀢􀀢􀀧􀀮􀁓􀁔􀀧􀁔􀀱􀁏􀁉􀁏􀁟 􀁾􀁙􀁅 VH.VEIU GPW 􀁾􀀢􀀢􀀧􀁖􀁈􀀮􀁖􀁅 . 􀁾􀀬􀁾􀀮􀀮􀀬􀀮􀀮􀁃􀀢􀁾􀀧􀁦􀁴􀁁􀀧􀁴 MCIZZ2"D 􀀱􀁕􀁲􀁉􀁉􀀧􀁥􀁉􀁉􀁭􀀧􀁾􀁍􀁒􀁕􀁲􀁾􀁓� �􀀢􀁦􀀴􀁁􀁙 NCIZZ2"D 􀁾􀀱􀀮􀁾􀁉􀁉􀀡􀁉􀁬􀁴􀁉􀁕􀁕􀀢􀁾􀁬􀁉􀁐􀀧􀁍􀀮􀁔 NQZZLD 􀁔􀁴􀀡􀁬􀀧􀁏􀁾􀀢􀀢􀁕􀀢􀁊􀁉􀁏􀁉􀁉􀁯􀁯􀁬􀀢􀁐􀀭􀀭􀀮􀁳􀁡.. 'f\IIIIIIAMAS TClftO "'1ClD ON:IOt. JItIII!R.WJSI«UB AQUlTCR. n.s WI!I.J.S I4.I'frVIIZDootOV -'ID. U NOZZL.E I4.1"1tDQD.ltOlt......4.G NOZZL.E 􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀁭􀀮􀁾􀁉􀁉􀁍􀁉􀀮􀁕􀁎􀁏􀁚􀁚􀁌􀁅 􀁾􀀭􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀺􀁈􀁉􀁉􀀡􀁍􀀡􀁓􀂷􀁵􀀮􀁣􀁺􀁺􀁵􀀺 􀁍􀀮􀁉􀀧􀁦􀁔􀁉􀀱􀁉􀁾 ....􀁾􀁕􀁎􀁏􀁚􀁚􀀱􀀮􀁬􀀮 􀁈􀁕􀀢􀁦􀀱􀀧􀀡􀁋􀁾􀀮􀀮􀀬􀀮􀀮􀂷..'OfilOZZLE IRRIGATlON LEGEND: .. •oeo III l> S 􀀧􀁦􀁉􀁬􀁉􀁉􀁁􀁾􀁔􀁉􀁃􀀢􀁇􀁬􀁄􀁃􀁉􀀧􀁉􀀡􀁊􀁕􀁕􀁾􀁣􀀺􀀺􀀺􀁣􀀺􀂻􀁭􀁴􀁡􀀮􀁶􀁈􀀮􀁖􀁅 Il&AHPQU)ED v....vu lItWJ.. 􀁐􀁁􀁃􀁭􀀩􀁾􀀮􀀨􀁚􀀧N"Nfr 13 IM.COI!Jtaa-.ar IIMIl.a L.I.C»I-ouac. CCU"I.H3 VH.W N 􀁉􀁮􀀬􀁍􀁓􀁾􀀮􀀮􀀭􀀮􀁵􀀮􀁶􀁶....w· .. __ 􀁾􀀳􀁴􀁴􀁁􀁕􀀮􀁾􀁎􀁑􀁚􀁚􀁉􀁊􀀡􀁊􀁉􀁚􀁕􀀢􀁊􀁉􀁉� �􀁉􀀮􀁄 !tat ...... /JWJ HIADmMI"Ioa CCM!MDL 􀁾􀁔􀁏.....m:0lI!MI"M.'t. !!2 􀁾􀁔􀁏􀁎􀁔􀁄􀀢􀁁􀁾􀁉􀁴􀁗􀀬􀁌􀀮􀁾 􀁾'"----􀁾􀀭􀀭􀀭􀁌􀀮􀀺􀀺􀀽􀀮􀀺􀀮􀀮􀀮􀀻􀀬􀀻􀀻􀁾􀁾􀀭􀀭􀀧􀀭􀀭􀀭􀀧􀀭􀀭􀁾􀁾􀀺􀀮􀀽􀀮􀀮􀀮􀀮􀀮􀀮􀁊� �􀁾 -. --􀁾􀁾 􀁾􀁾 !C8, 􀀺􀁾 􀁾 0 635 􀁾;c􀁾 §: '+ 􀁾􀁾􀁾 􀁾􀀽 ;j \I) 630 -----..:( IUl 625 640 635 625 I 􀀬􀁾􀀬I 􀁾 􀀨􀁾 'I .,"" 􀁏􀁾􀀧􀁾 􀁾 􀀭􀀧􀁾 -' 􀁾 640 610 605 600 --------------c-.] -􀀽􀀭􀀭􀀭􀀭􀁴􀀭􀀭􀀭􀀫􀀭􀀭􀁾􀀫􀂷-j----------􀀭􀀭􀀭􀀭􀁾􀀭􀁉 ....-605 I l.. ARAPAHO ROAD PHASE m 􀁾 􀁾 􀁾 􀁾􀀻 􀀻􀁾 􀁾 ;􀁾 ;􀁾 (; 􀁾 ;a 􀁾􀁾􀀻 􀁾 PLAII UROFlL£ 595 . 􀁾 􀁾 $TORIlI snEll 'c STA. 0+00 TO ITA. &+00 t-5_S_5-'-􀁾􀁟􀀧􀁟􀀺􀀺􀀺 .C..l.-I:-.:;-··-11􀀾􀁬􀁟􀁵􀀮􀁟􀁖􀁬􀁾􀀢􀁟􀀧􀁴􀀧􀀭􀀭􀁌􀁆􀂷􀀧􀀻􀀻􀁟􀂷􀁟􀁬􀀢􀁟􀁾􀁉 ---;-_-,:-...,.-._.._.F.""••_1"t_'°J...""' -=-'::1-=-_: L-__'-_--'---=--L.:,..,---􀀢􀀧􀀷􀁟􀁾􀁟􀀢􀀧􀁟􀀧􀀮􀁟􀁉􀀢􀁴􀁟􀀧􀀮􀁟􀁒􀁃􀁐􀁾􀀬􀀭􀀭 􀀭􀀭􀀭􀀺􀀭􀁾􀁾__􀀭􀀧􀀭􀀭􀀭􀀱􀁾 Gnnd\am 8r.Aaooda.... 1nc. 􀁾􀁾􀂷􀀭􀀱􀀷 0+00 1+00 2+00 3+00 4+00 􀁾􀀺􀀮􀁾􀁾􀁾􀀮􀀮􀀮􀀮􀀮􀀮 􀀮􀀮 􀁾􀀽􀁾 \ 1tI'f'It(II. I III i 645 640 635 630 625 620 615 610 605 600 595 2'· STW. SEW. .20.12" 􀀬􀁾 t: __ _1-...........,......-11 ...... -1'-2'· S1V. SEW. o 15'»" PAO'.,ClUK .c/L-l 􀀮􀁾 -------..=1.--f--- --------1-----_1 •'f' 􀁾 __\ 􀁾􀀮􀁩􀁟.( -----\ --p--------f--l l f--Il 1 640 645 625 630 650 635 620 _ 􀁟􀁾􀀺􀀻􀀺􀀺􀁊 􀁾􀁊􀁬 􀁾􀁾 I 􀁾 􀁲􀀽􀁾􀀭􀀭􀀭􀀭􀀱􀁬􀁟􀁉􀀺􀀽􀁌􀀽􀀭􀀭􀀭􀀭􀀽􀀧􀁉􀀢􀀫􀀭􀀢􀁜􀀮􀁤􀀲􀁾􀀢 􀁾􀁾􀁓􀁔􀁗􀀻􀀻􀀻􀀺􀁉􀁬􀀺􀀺􀀮􀀻􀀭􀀰􀁬􀁃􀀭􀀺􀀻􀀻􀁓􀁅􀁗􀀺􀀺􀀮􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀂷􀀭 '-'·-STW-.-S-tw-.--....􀀯.. 􀁾􀀭 \.. ,. mi. SEW. r-)--2'. SN. SEW. 0 2o.eX \ • 11.26" II \ 615 • J.2"-'7X"-,_/_.A-+-+ --+ f___----------t-?f------J r------+1-r/--.-,/􀁾􀀭􀀭􀀮􀀭􀁦􀁟􀁟􀁟􀀭 􀁜􀀮􀁾 605 􀁾􀀺.., 􀀭􀁾􀁾􀀭􀀭􀀮􀁈􀁴􀀭􀁾􀁾􀂷􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀂷􀀭􀂷􀁾􀁾􀀭􀁾􀂷􀀭􀀭􀂷􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀁾􀁾􀁾􀁾􀀮􀂷􀀭􀁾􀀳􀀭􀀭􀁾􀀮 􀁾􀁾 􀁾􀁾 􀁾 ..-; .---.:! 􀁾 􀁾 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀱􀀱􀀭􀀭􀀭􀀭􀁾􀂷.-.--􀁾 . ---'(...-_ =.. :\ 211 !.:: , 􀁾__jI2..-,i: r--􀀭􀁾􀀺􀁟􀀭􀀭􀀭􀁾􀁬􀁓 􀁾 I 􀁾 --􀁾􀀻􀀻 􀀭􀁾 􀁜􀀮􀁾􀀻􀀻 ;; 􀀭􀁲􀀭􀀭􀀭􀀭􀀭􀀭􀁾 􀁴􀁡􀀭􀀻􀀻 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁣􀁾􀀹􀁬􀁓􀀭􀁾􀁡􀀭􀀭􀁦􀀭􀀭􀀭􀀭􀁬􀁩􀁬􀀻􀀻􀁉􀀭􀀭􀀭􀀭􀀭􀀭 ,----􀁾􀀻􀀮􀀮􀀮􀀮􀀬􀀮􀀮􀀻􀀬􀁾􀁲􀀭 600 􀁾􀁾 􀁾􀁾 ::: ::: 􀀺􀀺􀀺􀀺􀁾 ::: 7 􀁾􀁾􀀺􀀺􀀺􀀺 ..: 􀀺􀀺􀀺􀀺􀁾 􀁾􀁾􀀢􀀺􀀺􀀺 􀀵􀁾􀀼 '--=-=-=-----------+-------+1--------i\-+-----__􀀩􀁬􀀯􀀮􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀁉􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀽􀀽􀁟􀁴 • 􀁾􀀵 1-----oJoo ......... 􀁯􀁾􀁯􀁯 LAI...S1 i 􀁾 -........0.& \.., 0 00 LAT. 'C=tA' } I 0400 LAT. 'C=M' 0+00 LAL 'C>«;' I 650 ..􀁾􀀢􀁴 .. 􀁾􀁾 645 1:8 􀁦􀁾 640 􀁾􀁾􀁾 635 I 􀁾􀀮 􀁾..'.• 1 I " t:: • I 􀁾 􀁾􀁾 1 I 􀁢􀁾 .1: 􀁾􀁾 􀁾􀁾 h ..' l! .. .. ; 􀁾􀁉 􀁾􀁾 }o !; 􀁓􀁾 ta 8 I ia 1;.. :;8 ;la 􀁮􀁾 􀁾; Ie! 􀁾􀁾 =r; 􀁾􀁕 􀁾􀁮 􀁾􀁾􀁾 􀁾 ?it 􀀺􀁾 􀁾􀁾􀀾􀀡 􀁾􀀬 >! . i .􀁾.􀁾 I SS , S8 I 􀁕􀁾 iII 􀁾􀁾􀁾 !iIi 650 645 640 635 610 ;le 􀁾 ! 􀁾 􀁾􀁾 􀁾 􀁾􀁾 ; 􀁾 : Iii! 001 􀁾􀀻􀀬 􀀵􀁾 , . ;; 􀁾􀀻􀀻 ;; 􀁾􀁾 􀁾 ; ; <<:' 􀁾􀁲􀀮 < <:: 􀀼􀀺􀀺􀁾 <:: :::Typical at post (j) thru ® 6' -3" SiDE VIEW 25' at 2511 Flcr. rat. ::1 lsee General NOte 21 n n POST -I CONNECTION DETAILS I End payment for SGT installotion(EA) beoin payment for standard meta I beom Quord fence (f04BGF) (IF) I B Oval shldr. button I I 􀁉􀁾􀁤 %"x 1 1/4" IIIsPHce bOltslB5B01221 II 􀀦􀁮􀁵􀁴􀁳􀁾 I ® ® ! 6' -3" ! 􀁾􀀭􀀮 DETAIL A : : 􀁐􀁉􀁏􀀺􀁥􀁭􀀮􀁮􀁴􀁾􀁉􀁑􀁃􀁑􀁴􀁬􀁡􀁮􀁡 N 􀁾 C>!i!i 7 n n """"of. Ra"􀁾 2511 Stl"alet1t Tao-r 0 ann n n n n 􀁾 25:1 StraiQht Tooer 6' -3" ELEVATION See General Note 2 for flare aptian at non-curb installations. [ I oI SECTION B-B ot post ® thru ® 6' -3" to post 1 &5 6' -3" tlf1 􀁾􀁉􀁲􀁮􀀢􀀯􀀢􀁏 ,_ Hole BEARING PLATE IE150 I ®I Coble ASSerrDlyIE770! I UBGF Ienoth of need . 1\ GrOl)' 12 lncn... tN bOCkf' II inQ st'tCIll b• wittt • 3'" "". S I"ts ell1't %"Spllce eo I1". 0l1d washer's 􀁾􀁥􀁑􀁕􀁬􀁾􀁥􀁤 ¥.·x 2 '12 "Lono Poat BOlt Slota -..-..-11<-: 2"-6" SPl.ICE IICl.T @1 'It· IDOC*" to .t., aDe' ..... DOlt. ). ,..11 to IOOlX'I" tlUtton 00 DOl'. @I}i-fte. bOl,. I.... for ......1"01 OCI"I'WCteri TERUINAL CONNECTOR 1E...I...... C_C10ll I 1'I>e t...,.l"" , 􀁾􀁴􀁑􀁬􀀢 ftIJ ciao be uHd on 1,,", W8GF'(TL2) t,.an.11ron (SM IolBG' l,,,.I"lI 􀁴􀁾􀀢􀁴􀀧􀁬􀀢􀀮 (See 8ED Stcnlord SII"t' , .. 􀁾􀁴􀁯􀀮􀀢􀀧􀀱 pot:t 0"lIS "01' too IDOCIr Bolt r.....lna' 0011 !ll!lO 8l0C!!CU1 TO STEEL posT RETAIL __l __ ---1f-%;..c=m 􀁾􀀥 􀁾􀁾 ..... '. 􀀮􀁉􀀮􀁾􀀭􀀻 i . , ... 11: n£VAUClII (II __ '1 􀁾 root 􀁾􀀢􀁉􀁌 eJl 'oat ....1_.110) .........'IIICD -' ....1",-.11 ... Gro...o,nd ",'--/1"-or " . C D"yoo,o _0-_ """"􀁾 ,,:: itt II" --_',I :. . "...:..::::::::==::1, t ....... Of•• I ./4-u10JI lllUt'tan fteOlI SOil. DOlt••1", ". dOIbl...-eNd rut. Not.: Ttli. QC)tf__1 paet ....,11.... fN .,.. 6t 1'N 10 OL t....'rwllt Ol:I'I'eCtOl'" wl'ttl frA' 7'11-hh Dolt. 1.. at"tGcr....nt to tN 􀁾 ClOlIt. WIXlO II.OCICUT 10 MeTAIIGIUIl IIDOO POSl DETAIL 1("1*\ AIlCIlI!I! posT OP! lOllS --.£,Itt DOlt ftJ)' M \IMd .'ttl QftCIW'. NQ QGlW.tr'UCt10"l lolnt I. QIIQ.-d I .. trill 0lIr'lCIJ"Ctt' ancftOI'". T...lnal ..011 ... De 1101 .... to aoat OW In .,.1.t GOaltfan orrOl'" 'fo Dlocl"O 􀁾􀁴􀀮 Ql"ICftOr.. It oancr." 􀁾 I. 􀁾􀀮 ................􀁉􀁑􀁥􀀮􀁾 Q& GI ..ecNd 1111 tN 1....1Nr. "'*' DI.... rll'l "'-􀁾􀁉􀀮􀁉􀀢 T£RMJ!W. CONCA£TE AIICl!Cl!! opTI" »2·-· ...."_..•_• 01'" It· 410. Il"'OoH .1n.1 -"Y 1'-· 4-.. 􀁾....,.. T'/PI CAl. POST ,.........-.. or .1.,..1 ...-II1 I 1_ .J rap of L , •• 􀁾 -,. ,-.'n. • • , 􀁾􀀭 bMIt .. 70· • It II 􀀺􀁉􀁾 􀀺􀁯􀀧􀀻􀀺􀀧􀁾􀀻􀁬􀁬􀁾􀀺􀁬􀀢􀂷Ti:r 12'· ..-.'n» -c:r • 􀁾 -••• J't-piote DMt to 10" • tIN "'I• ...,. .....1". 􀁾􀁏􀁉􀀧 oddltlGl'lGI "0'" ,.,.. 01'" 􀁾􀁾􀁉􀁾􀁉􀁾􀀺 :: 􀀺􀀽􀀺􀀻􀁡􀁾􀀬􀁾􀁾􀁾􀁉� �􀀺􀀢􀀮􀁾􀁾􀁾􀀮 .-. r. 1"-Tr...._ n .....'OCINCIUt 􀁟􀁾 It .";.t.tl.I.t.4• ""... 􀁾􀀮 ell.. Mol. 'n PDI1' ...... • r.....» 􀁾􀁟􀀮􀀲. <_.I,t-. [ II n 􀁾 II II 􀁾 nII 􀁾 II 􀁾􀀭􀀭:. .... t... oI ..t ., ....... O"ltOfClflCllW' 􀀰􀀵􀀯􀀰􀀵􀀯􀀲􀀰􀀰􀁦􀀮􀀰􀀴􀁾􀀧􀀸 PM TOWN Of ADDISON -TOWN HALL 972 450 7043 2/3 SUPPLEMENTAL AGREEMENT This Supplemental Agreement. Number 13, to the AGREEMENT FOR ENGINEERING SERVICES. dated January 23, 2001 (the Agreement), between Town of Addison (Owner) and HNTB Corporation (Engineer) Is made effective as of the 23rd day of March, 2005 1. Engineer shall perform the following Services: • See Attachment A 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the following submittals/deliverables (Documents) to Owner: • Additional construction inspection services. 3. Engineer shall perform the Services and deliver the related Documents (if any) according to the following schedule: There will be no change in the schedule due to the above mentioned item. In return for the performance of the foregoing obligations, Owner shall pay to Engineer the amount of $ 149,874, 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 to $1,306,640. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in full force and effect. Town of Addison HNTB 􀁃􀁯􀁲􀁰􀁯􀁲􀁾 a (Owner) , (Engineer) ,... t' /;7/l co \;> \ 􀁜􀀬􀀻􀀮􀁍􀀫􀀮􀁾 􀁾􀁴􀁦 Signature: 􀁾􀁜􀁽􀀮􀀮􀁊􀁾 Signaturej_/...;.I.􀀮􀀺􀀮􀀮􀀮􀀭􀀬􀁾􀁾􀀽􀁾􀁾􀁦􀀭􀁖􀀢􀀧􀀭􀀭􀁟􀀢􀀢􀀢􀀢􀀺􀀢􀀧􀀭__ ! //' I . ", Name: Ron Wbj tebead Name: Ben amin J. Biller Title: _----:C!o<..Z..i􀁴􀁩􀁯􀀼􀀮􀀢􀁙􀁾􀀢􀀮􀀮􀀮􀁊􀀬􀁍􀀮􀀮􀁌􀁉􀁂􀁩􀁕􀀮􀁮􀁬􀁊􀁩􀁡􀁾􀁧􀁪􀀮􀁬􀁩􀁥..r.. _ Date: 􀁟􀀮􀀮􀀮􀀻􀁁􀀮􀀻􀀬􀁬􀁩􀁰􀀻􀀻􀀮􀀻􀁲􀀺􀀮􀀮􀀺􀁩􀀺􀀮􀀺􀁬􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀺� �􀁬􀀺􀀮􀀺􀀲􀁾􀀬􀀮􀀮􀀮􀀮􀀮􀀻􀀻􀀻􀀲􀀮􀀽􀀮􀀰􀀮􀀽􀀮􀁏􀀽􀀭􀀵 _ 03123/05 Title: Vice President Date: March 23. 2005Supplmenl13Conlract-Scope 25768·CN-001 TOWN OF ADDISON -TOWN HALL 972 450 7043 3/3 Attachment A Arapaho Road Construction Inspection Original Contract Amount $ 211,060.00 Days bid by Archer·Western 425 Days used as of Feb. 11, 2005 187 Days to completion 238 Weeks to completion 34 Amount Spent as of Feb. 11, 2005 $ 232,514.48 Over Budget Amount $ (21,454.48) Assumptions: 1. After February 11 th, Archer Western will work for 34 more weeks to complete project. 2. Archer Western will work 6 days a week, 12 hours per day for 30 weeks. 3. Archer Western will work 7 days a week, 12 hours per day for 4 weeks. 4. This equates to 208 days of construction remaining. Guy Van-Baulen will work a maximum of 40 hours per week. Guys' assistant will work a maximum of 0 hours per week. I GUy I I Guy's Assistant I Weeks 27 Weeks 0 HourslWeek 40 HourslWeek 0 Total Hours 1,080 Total Hours 0 Hours 1,080 Hours 0 Rate $ 36.00 Rate $ 23.00 Direct Labor $ 38,880.00 Direct Labor $ ER 2.92 ER 2.92 Total $ 113,529.60 Total $. Total Labor $ 113,529.60 Total amount required to finish Drolect Existing Over Budget amount $ 21,454.48 Total labor $ 113,529.60 Project Management $ 12,000.00 (assumes 2 hours per week) Expenses $ 2,890.00 Tolal $ 149,874 M:\JOBSI2576BPhase3\CONTRACnprimeooo\Supplementals\Constructionl[SuppmentA_CN-01.xls]$150k TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04-D22 CHANGE ORDER NUMBER: 5 1. CONTRACTOR: Archer Western Contractors 2. Change Order Work Umits: . Sta. 3. Describe the work being revised: see Attached Reason Sheet 34+07 to Sta. 87+88 4. Work to be performed in accordance with Items: 5. New or revised plan sheet(s) are attached and numbered: See attached Tables IR-G1, 08 & 07; BR-58 & 59 6. New general nates to the contract are attached: o Yes &1J No 7. New Special Provisions to Ite N/A No. N/A. Special Specification Item N/A are attached. Each signatory hereby warrants that each has the authority to execute this Change Order (CO). The oontracta must sign /he Change 0rrIer and, by doing 50, 8gBBS b wai1I'9 The following Information must be provided any and 811 claims for addijJonal c:cmpensatlon due b any and all other axpensas; additionalchangas for lima, overhead and profit or loss 01 Time Ext. #: 2 Days added on this CO: 􀁾􀁰􀁥􀁮􀁳􀁡􀁴􀁬􀁯􀁮 as aresUlt 01this change. 33 THE CONTRACTOR Date Amount added by this change order: $83,942.44 By TypedlPrinted Name Typed/Printed Title RECOMMENDED FOR EXECUTION: Cons1nJction Inspector Project Manager Date Date Town of Addison D APPROVED Director of Pubic Works Town of AdcflSOn D APPROVED Asat. Pubic Wor1c Director Town of Addison D APPROVED Asst. City Engineer Date Date Date \G 􀁾􀀿􀀭􀀧􀁾 \q 􀁾􀀨􀀩 qSV1:> ) G\U( 􀁾􀀿 ) Co 􀀯􀁢􀀼􀁾 «.0 \ 􀁾􀀩 o \\\ TABLE A: Force Account Work and Materials Placed into Stock TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04-022 CHANGE ORDER NO. 5 LABOR HOURLY HOURLY RATE TABLE B: Contract Items ORIGINAL CONTRACT + CHANGE ORDER REVISED CONTRACT CHANGE ORDER PREVIOUSLY REVISED ITEM DESCRIPTION UNIT UNITPRlCE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUN! UNDERRUN 1238 Relocate existing 8'Valve and Main LS $1,267.29 $0.00 1.00 1.00 $1,267.29 $1,267.29 1239 Demo of Exlstlna sac Manhole LS $1,432.78 $0.00 1.00 1.00 $1,432.78 $1,432.78 1240 Future Irrigation tap at Surveyor Blvd. LS $4,568.84 $0.00 1.00 1.00 $4,568.84 $4,568.84 1241 Future Watermaln Service and TIe-in. LS $13,698.14 $0.00 1.00 1.00 $13,698.14 $13,698.14 1242 Related cost to Extension of MSE# 2 LS $1,749.99 $0.00 1.00 1.00 $1,749.99 $1,749.99 1243 T-4 Railing Transition Adjustments LS $917.38 $0.00 1.00 1.00 $917.38 $917.38 1244 Y' Inlet converted to Grate Inlet LS $300.00 $0.00 1.00 r 1.00 $300.00 $300.00 1245 Avaitlon Lights on top of Street Poles EA $16,626.77 $0.00 t--, $ 􀁾􀀱􀀺􀀧􀁄􀁏 {..., '1 +.ee $16,626.77 $16,626.77 1247 Diaphragm Concrete Mix Design LS $932.77 $0.00 1.00 1.00 $932.77 $932.77 1248 DlaDhraam Rebar Conflicts LS $10,520.45 $0.00 1.00 1.00 $10,520.45 $10,520.45 LS 0.00 EA 0.00 LS 0.00 TOTALS $ . $52,014.41 $52,014.41 TABLE B: Contract Items (Continued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04-022 CHANGE ORDER NO. 5 ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE PREVlOUSLy REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANnTY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUNI UNDERRUN 233 30" Type wAw Headwall .. $1006.44 1.00 $1 001.44 ·1.00 0.00 $0.00 1$1006.44 2SI 4' SClMdul. 40 PVC lillie LF $8.03 1572.00 $141l11.1. 111.00 2.231.00 $20145.83 $18&0.77 282 8"C808 PVC Class 110Water Un. LF $66.18 81.00 54880.30 180.00 276.00 $16174.10 $10484.20 306 Conduit, 4-schedule 40 PVC bored and trenched LF $26.00 185.00 54876.00 310.00 606.00 $12.825.00 $7,710.00 424 Fumlsh & Install median pavers SF $17.31 3.724.00 $84.482,44 .-0.00 3.074.00 $13.210.84 1$11261.&0 The -TotalsW from Table B ofthe I revlous work sheet: $ . $12014.41 $62.014.41 TOTALS $88,228.34 $153.170.78 $83.1142.44 '\ 'l Arapaho Road -Phase/III Surveyor Blvd. to Addison Road 􀁾􀁾􀁾􀁪􀁾􀁾 􀁎􀁾􀁾 􀁾􀁾 Change Ordu No.5 Reason for Change This change order will increase work by ten new contract work items, the reduction in qua.ntity oftwo original 1:>id items and fue ingease ill qua.ntity of3original bid items.. 􀁔􀁨􀀮􀁾 change order will result in Thirty-three (33) days time extension to the contract. helD, 􀁾􀀳 -3.Q" Type 'A' 􀁬􀁉􀁥􀁡􀁤􀁷􀁾􀁟History ofwhy the change order occurred -Deletion of the original bid item, which was detennme not to be required. See below. Impact to the contract amount -A credit amount of$1,005.44 to. the base contract. Impact to the project schedule -The project calendar day total is not affected. Item 255 -4' Schedule 40 PVC pipe Contractor was instructed to provide an additional 4" PVC conduit for cable services and electrical services that will be compensated 􀁾􀁤􀁥􀁲 the existing contract bid item unit price. History ofwhy the change order occurred -Additional conduit runs were installed for the existing services for cable which could not be installed within the same conduit; alignment adjustment for the existing services and to continue to provide an spare conduit for future and Impact to the contract amount -A total dollar amount of $5,950.77 is approved. Impact to the project schedule -The project calendar day total is not affected. Arapaho Road -Phase III Surveyor B-lvd. to. Addison Road 􀁾􀁾􀁑􀁩􀁣􀀻􀁾 􀁾􀁾􀁾 􀁑􀀫􀀭􀁾 Change Order-No.5 Item 262 -8" C909 PVC Class 150 Water Line (Related to PCO #054): The contractor was asked to provide additional 8" PVC water main, which would be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -After the start ofthe construction, it was observed that the existing as-built condition ofthe existing 8" water main would be under the future MSE #4 -retaining wall. This cost is for the relocation of the existing water main to the outside/from under the retaining wall. Impact to the contract amount -A total dollar amount of $10,484.20 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 305-Conduit, 4" Schedule 40 PVC, Bored and Trenched: Contractor was requested to provide additional conduit runs, which will be compensated under the existing contract bid item unit price. History ofwhy the change order occurred --An additional conduit run to compensate for the as-built condition found at the new Arapaho Rd/Addison Rd intersection traffic control system. Also, additional conduit quantity to avoiding existing under ground obstructions. Impact to the contract amount -A total dollar amount of $7,750.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 424 -Furnish and Install Median Pavers (pCO #062): History ofwhy the change order occurred -Adjustments to the median at the railroad grade crossings to make the look of the roadway crossing uniform. Impact to the contract amount -A credit amount of $11,251.50 to the base contract. Impact to the project schedule -The project calendar day total is not affected. •:; Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1238 -Relocate existing 8" Valve and Main (peo # 054): Contractor directed to locate, excavate and remove the driveway entrance to fine the existing valve to isolate the section of the 8" water main to be relocated. The Contractor claimed $1,267.29 for the relative work that was incurred. History ofwhy the change order occurred -After the start ofthe construction, it was observed that the existing as-built condition ofthe existing 8" water main would be under the future MSE #4 -retainingwall. This work didn't directly impact the critical path ofthe project. Impaetto the contract amount-The dollar amount of$1,267.29 is approved. Impact to the project schedule -The·project calendar day total is not affected. Item 1239 -Demo of Existing SBe Manhole (pcO #045): Contractor claimed two additional days for the remove the existing SOC Manhole which was in the way ofthe new 12" Sanitary Sewer installation. Contractor. also claims $1,432.7frfor additional costs incurred. History ofwhy the change order occurred -Due to the time frame, the contractor was asked to remove the manhole instead ofwaiting for SBC, not to delay the contract schedule. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of $1,43278 is approved. Impact to the project schedule -Impact to the project schedule -The contractor has claimed two additional day for this worL. This work did not affect the critical path of the project. The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1240 -Future Irrigation Water Tap at Surveyor Blvd. (pCO #030): Contractor was requested by the Town ofAddison to install an additional water tap for future irrigation for existing property adjacent to the Arapaho Roadway. The Contractor claimed $4,568.84 for the relative work thatwas incurred. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications and expected perfonnance with the contractor and his paint subconsultant it was detennined that a Carboline acrylic paint system was more advantageous to the pedestrian rail. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of $4,568.84 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1241-Future Tie-in along Midway road /Irrigation System (pCO #30): Contractor claims $13,698.14 for additional costs incurred with days to be determined. History ofwhy the change order occurred -In the beginning of the contract, it was decided by the Town ofAddison to provide the area with additional access for water source. Change were issued to the contract changing the Tie-in to the existing 16" Water main and adding new 4" & 6" water main line with valves. Impact to the contract amount -The dollar amount of $13,698.14 is approved. Impact to the project schedule -The contractor has Claimed additional day for this work to be detennined. This work did not affect the critical path of the project. The project calendar day total is not affected. .., '. Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1242 -Related Cost for the Extension ofMSE#2 (pCO #044): Contractor claims $1,749.99 for costs incurred not covered by bid items. History ofwhy the change order occurred -During the construction, it was detennine to extend the MSEwall along the property ofBullough/Lyko. This would lessen the impact to the adjacent property during the construction. This cost was incurred by the modification to the drainage system. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of 1,749.99 was approved. Impact to the project schedule -The project calendar day total is not affected. Item 1243 -T-4 Railing Transition Adjustments (pCO # ): Contractor claims $917.38 for additional costs incurred. History ofwhy the change order occurred -The Contractor was directed in the field to change fonnwork. to modify some conflicting condition along the T-4 Transition end. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of $917.38 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1244.-'Y'-Inlet Converted to Grate Inlet: Contractor claims $300.00 for additional material costs incurred.. History ofwhy the change order occurred -Contractor was directed to place an cast iron frame and grating on the top ofan type 'Y'-inlet base to prevent an obstruction within the pavement at the end of the Watson & Talyor storage driveways. This work. didn't directly impact the critical path of the project. Impact to the contract amount -A total dollar amount of $300.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1245 -Aviation lights on top ofStreet Poles (pCO #064): Contractor claims $13,698.14 for additional costs incurred with days to be determined. ,gistory ofwhy the change order occurred -The Town of Addison has requested Aviation 􀁾􀁥􀁤 light of the top of the street pole that will be along Arapaho Road near the Addison Airport. Impact to the contract amount -A tornl dollar amount of $16,626.77 is approved. Impact to the project schedule -The project calendar day tornl is not affected. Item 1247 -Diaphragm Concrete Mixed Design (pCO #5058): . Conttactnr claimed five (5) additiorud days for the ofthe 􀁃􀁯􀁮􀁣􀁲􀁥􀁴􀁥􀁾􀁥􀁳􀁩􀁧􀁮change. Contractor also claims $932.77 for additional costs incurred . History ofwhy the change order occurred -Due to the tight tolerances with the reinforcing steel within the span 9 diaphragms, it was determined to change the aggregate to a smaller size to allow for a better consolidation ofthe concrete during the placement. Impact to the contract amount -A tornl dollar amount of $932.77 is approved. Impact to the project schedule -The project calendar days will be extended five days, which . allow for the testing of the new mix design. Arapaho Road -Phase III . Surveyor Blvd. to Addison Road 􀁾􀁾􀁾􀁪􀁥􀁣􀁴No. 04-22 Change Order No.5 Item 1248 -Diaphragm Rebar Conflicts (pCO #053): Contractor claimed Twenty-eight (28) additional days for the conflicts with the diaphragm rebar splice coupler, rebar conflicts and 􀁲􀁥􀁾􀁦􀁡􀁢􀁲􀁩􀁣􀁡􀀺􀁴􀁩􀁯􀁮ofthe rebar for the adjusting within the diaphragms in span 9. Contractor also claims $10,520.45 for additional costs incurred History ofwhy the change order occurred -Changes to the details, fabrication and installation for the rebar within diaphragm for span 9, delay the placement ofconcrete for the diaphragms which is on the critical path ofthe project. Impact to the contract amount -A dollar amount of$.10,520.45 is approved. Impact to the project schedule -The project calendar days will be extended Twenty-eight days. TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04-422 CHANGE ORDER NUMBER: 5 1. CONTRACTOR: Archer Western Contractors 2. Change Order Work Umlts: Sta. 3. Describe the work being revised: See Attached Reason Sheet ____ to Sta. 4. Work to be performed in accordance with Items: 5. New or revised plan sheet(s) are attached and numbered: See attached Tables 6. New general notes to the contract are atlached: [] Yes Ii1I No 7. New Special Provisions to Ite N/A No. N/A. Special Specification Item N/A are attached. Each signatory hereby warrants that each has the authority to execute this Change Order (CO). The conlTBcla mual a9J the Change QlWand, by doing ao. 􀁾to waive The folloWing Information must be provided any andall claims for flidditionsl compemation due to any and sli other expeMea; sdditionsl chsngas for time, cwerhead and profit; orlou d Time Ext. #I: 2 Days added on this CO: Ioampenastion sa a l85ult d Ihla chsngs. 33 THE CONTRACTOR Date Amount added by this change order. $81,31&.87 By Typed/Printed Name Typed/Printed TdIe RECOMMENDED FOR EXECUnoN: Consbuction Inspector Project Manager Date Date Town of Addison [] APPROVED Director of Pubic Works Town of Addison [] APPROVED Asst. Pubic Work Director Town of Addison [] APPROVED Asst. City Engineer Date Date . Date TABLE A: Force Account Work and Materials Placed into Stock TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No. 04-022 CHANGE ORDER NO. 5 LABOR HOURLY HOURLY RATE ... TABLE B: Contract Items ORIGINAL CONTRACT + CHANGE ORDER REVISED CONTRACT CHANGE ORDER PREVIOUSLY REVISED ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUN! UNDERRUN 1238 Relocate existing 8''Valve and Main LS $1,267.29 $0.00 1.00 1.I;lO $1,267.29 $1,267.29 1238 Demo of Existing SBC Manhole LS $1,432.78 $0.00 1.00 1.00 $1,432.78 $1,432.78 1240 Future Irrigation tap at Surveyor Blvd. LS $4,568.84 $0.00 1.00 1.00 $4,568.84 $4,568.84 1241 Future Watermaln Service and TIe-in. LS $13,698.14 $0.00 1.00 1.00 $13,698.14 $13,698.14 1242 Related cost to Extension of MSE# 2 LS $1,749.99 . $0.00 1.00 1.00 $1,749.99 $1,749.99 1243 T-4 Railing Transition Adjustments LS $817.38 $0.00 1.00 1.00 $917.38 $917.38 1244 Y' Inlet converted to Grate Inlet LS $300.00 $0.00 1.00 1.00 $300.00 $300.00 1245 Avaition Lights on top of Street Poles EA $16,628.77 $0.00 1.00 1.00 $16,626.77 $16,828.77 1248 Ashplatlc Grade crosaing-2"drop slab LS $14,000.00 􀁾􀀧􀀡 $0.00 1.00 1.00 $14,000.00 $14,000.00 " 1247 Diaphragm Concrete Mix Design LS $832.77 $0.00 1.00 1.00 $932.77 $932.77 Vi 1248 Diaphragm Rebar Conflicts LS $10,520.45 $0.00 1.00 1.00 $10,520.45 $10,520.45 LS 0.00 EA 0.00 LS 0.00 TOTALS $ -$88,014.41 $66,014.41 TABLE B: Contract Items (Continued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No, 04-022 CHANGE ORDER NO. 5 •• ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANOE PREVlOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUNf UNDERRUN 233 30" Type "A" Headwall ea S1,OO&.44 1.00 S1006.44 .1.00 0.00 So.oO (S1006.44) 2&6 4' Schedule 40 PVC pipe LF 58.03 1.672.00 $1418&.18 858.00 2,231.00 $2014&.13 $68&0;77 212 8"C808 PVC Class 1&0 Water Une LF $66.18 86.00 $4880.30 180.00 276.00 516174.&0 510484.20 '-306 CondUit, 4-schedule 40 PVC bored and trenched LF $26.00 186.00 $4875.00 310.00 606.00 512.821.00 $7760.00 424 Furnish & Install medIan Dayers SF 517.31 3,724.00 584,482.44 -860.00 3,074.00 563,210.84 l511 261.&0) The "Totals" from Table B of the Drevlous work sheet: S . 588387.84 $68,387.84 TOTALS .228.34 5170,644.01 $81,316.87 TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASEm Project No. 04-022 CHANGE ORDER NUMBER: 4 1. CONTRACTOR: Archer Western Contractors 2 Change Order Work Umits: Sta. 3. Describe 1he work being revised: see Attached Reason Sheet 34+07 to Sta. 87+88 4. Work to be perfcrmed in accordance with Items: 5. New or revised plan sheet(s) are attachecI and numbered: See attached Tables SW-17, SW-24, 1R-8;SGT-H&43A. 􀁍􀀸􀁇􀁾 6. New general notes to 1he 􀁣􀁯􀁮􀁴􀁲􀁡􀁾 are attached: C Yes 13 No 7. New Special Provisions to Item 􀁾 No. N/A. Special Specification Item 􀁾are attached. Each signatory hereby warrants that each has the authority to execute this Change Order (CO). The conncta mooSign the Change Order and, by doing so, IV'e8I b waNe The following Infonnatlon "".,b8 provided any and 8/1􀁾frJr 8dditionaf compenation 􀁤􀁾 b 1lIIYand all oIhfIr 􀁾􀀻 additional c:IIangsa frJr lime, cwrhead and proftt cr Ios& d Time Ext #: 1 Days added on this CO: 20 pompetl8lltion as II t8SUII d!hls chlInge. Amount added by this change order: $72,410.54 THE CONTRACTOR Dat8 By TypedlPrinted Name TypedlPrinted Title RECOMMENDED FOR EXECUTION: Construction Inspector Project Manager Town of Addison Date C APPROVED Director of Public Works Town of Addison C APPROVED Atst. Public Works DIrector Town of AdcfISOl'l C APPROVED Asat. CIty Engineer TABlE A: Force Account Work and MaterIals Placed Into Stock TOWN OF ADDISON. TEXAS ARAPAHO ROAD· PHASE III Project No. 04-022 CHANGE ORDER NO. 4 LABOR . HOURLY 􀁾􀁙􀁒􀁁􀁔􀁅 TABlE B: Contractllems ORIGINAL CONTRACT. CHANGE REVISED CONTRACT CHANGB PREVIOUSLY REVISED ORDER ORDER ITEII DESCRIPTION UNIT UNIT PRICE QUANTITY ITBlCOST QUANTITY QUANTllY ITBlCOST OVERRUNI UNDERRUN 1224 Relocatina Fence at Stonaa FacUltY LS $554.76 $0.00 1.00 1.00 $554.76 $554.76 1225 9x5 Box Culvert Modlftcatlon-Gas&SBC Main LS $3202.48 $0.00 1.00 1.00 $3,202.48 $3,202,,48 1228 Paintswam for T4 Railina LS .18351.45 $0.00 1.00 1.00 $18.351.45 $18351A5 1227 PaInt awtam for 􀁾􀁮Raillna LS $11113.89 $0.00 1.00 1.00 $11.113.89 $11.113.88 1228 Comfort aulta -I malonaROW LS $3.517.65 $0.00 1.00 1.00 $3.517.65 $3,577.85 1228 CloIIna ODennlna In ExIst. Box Culvert La $551.65 $0.00 1.00 1.00 S551.8S $55U5 1230 1MBox Culvert Modltlclltlon-Senltary Sewer La $4,315.26 $0.00 1.10 1.00 $4.315.28 S4 315.26 1231 Furnish & Install 􀁓􀁇􀁔􀁉􀀸􀁾􀁂􀀰􀀳􀁁TXDOT I'VIMI EA 51 806.41 $0.00 2.00 2.00 $5 812.82 $5,812.82 1232 New LaliHaI C-3A 􀁔􀁬􀁾􀁮 La $524,38 $0.00 1.00 1.00 1524.36 $524,38 1233 Police Escort tJ.8Hm Dell-v LS $872.00 $0.00 1.00 1.00 $672.00 $872.00 1234 PeclesIrlan RaJI Pennent Material Cost LS $3.075.81 $0.00 1.00 1.00 $3.075.81 $3.075.81 1235 Tmnc lSIlInel Foundlltlon T-1 & T-4 Chanaes LS $1.524.80 $0.00 1.00 1.00 $1.514.80 $1.524.80 1238 Furnish & Install MBOF Inlet posts SA 1138,07 $0.00 3.00 3.00 $408.21 $408.21 TOTALS . $ . $53.485.04 $53.485.04 TA8L£ B: Contnlc:t Items (ContInued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 􀁾􀀲􀀲 CHANGE ORDER NO. 4 ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE PREVIOUSLY REVISED ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY rTEMCOST QUANTITY QUANTITY ITEM COST OVERRUNI UNDERRUN 0..00 111 FumJsll & InlItaII single OuudraU Terminal LF 􀁾􀀲􀀮􀀸􀀳 1&0.00 $4ft.UO .110.00 0.00 So.oO "'.824.10 TxDOT ...... SGT(8)-3A 0.00 224 8ft recessed curb Inlet EA $17&0.00 7.00 S1221O.00 1.00 8.00 $14000.00 $17&0.00 0.00 228 2-0..... lnlat EA 12.300.00 4.00 ".200.00 7.00 11.00 S213OO.00 $11.100.00 0.00 322 L1ahtlna Control CabInet EA MOOO.OO a.oo $18000.00 1.00 4.00 􀀵􀀲􀀴􀀮􀀰􀗡􀗡􀀮􀀮􀁯􀁯 . MOOO.OO 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 The "TClllII" from Tlble B of lila p ravlous work sheet: $ . SA48I..CM SA 481.04 TOTALS S4417UO "'1781.04 $72,410.&4 Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.4 Reason for Change 1bis change order will increase work by thirteen new contract work items, the reduction in quantity of one original bid items and the increase in quantity of 3 original bid items. The change order will result in twenty (20) days time extension to the contract. Item 151-SGT (8)-03A Single Guardrail System (Related PCO #46): History ofwhy the change order occurred -Deletion of the original bid item, which is replaced by the new Item 1231. Impact to the contract amount -A credit amount of $4,924.50 to the base contract. Impact to the project schedule -The project calendar day total is not affected. Item 224 -8-foot recessed Inlet (Related to PCO #48): Contractor was instructed to provide an additional8-foot recessed inlet to be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -The 8-foot standard inlet was relocated to station 44+85 to eliminate a conflict with the required T4 rail and reduce the impact of the construction on the adjacent property owner. To eliminate these conditions the inlet was installed at the end of the T4 Rail. Impact to the contract amount -A total dollar amount of $1,750.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 228 -2-Grate Inlet: The contractor was asked to provide additional 2-Grate Inlets, which would be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -After the start of the construction, it was observed that storm water runoff from adjacent properties would be trapped or have an excessive sheet flow. Due to these conditions, several areas were redesign to collect the storm water runoff into the future box culverts. 10f7 Impact to the contract amount -A total dollar amount of $16,100.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 322 -Lighting Control Center: Contractor was requested to provide one additional lighting control center, which will be compensated under the existing contract bid item unit price. History of why the change order occurred -The Town of Addison requested the additional lighting control center be installed to separate the pedestrian and street lighting systems from being controlled by one cabinet and meter. Impact to the contract amount -A total dollar amount of $6,000.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1224 -Relocate Fence at Storage Facility (PCa #14): History of why the change order occurred -Existing fire hydrant needed to be relocated per construction plans. The temporary security fence constructed along the Watson-Taylor storage facility had to be relocated in order to relocate relocate the fire hydrant. Impact to the contract amount -The dollar amount of $554.76 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1225 -9x5 Box Culvert Modification-conflict with existing Gas & SBC services (PCa # 19): Contractor claims a sixteen day delay in being able to lay box culverts A & B due to a conflict with an existing gas line and an SBC ductbank. Contractor also claims $3,202.48 for additional costs incurred. History of why the change order occurred -During the installation of the storm sewer box culvert a conflict developed with and existing main and an abandoned SBC ductbank. A new design was developed in order to incorporate the gas line encasement into the bottom slab of the storm sewer box culvert. This work direcdy impacted the critical path of the project. Impact to the contract amount -The dollar amount of $3202.48 is approved. Impact to the project schedule -The project calendar days will be extended sixteen days. 2of7 Item 1226 -Paint System for the T4 Railing (PCO #24): Contractor was asked to change to a more durable paint system, more suitable for steel application. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications and expected performance with the contractor and his paint subconsultant it was determined that a Carboline acrylic paint system was more advantageous to the pedestrian rail. Impact to the contract amount -The dollar amount of $18,351.45 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1227 -Paint System for the Pedestrian Railing (PCO #24): Contractor was asked to change to a more durable paint system, more suitable for steel application. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications and expected performance with the contractor and his paint subconsultant it was determined that a Carboline acrylic paint system was more advantageous to the pedestrian rail. Impact to the contract amount -The dollar amount of $11,113.89 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. Item 1228 -Comfort Suite -Irrigation System in along ROW (PCO #30): Contractor claims $3,577.65 for additional costs incurred to add 3 additional irrigation zones. History ofwhy the change order occurred -During design of the project this area was not designed to have irrigation due to existing irrigation coverage. During construction it was noted that the irrigation system in place was owned by a private land owner. The Town made the decision to cover this area with irrigation within their own right ofway limits Impact to the contract amount -The dollar amount of $3,577.65 is approved. Impact to the project schedule -The contractor has not claimed additional days for this work. The project calendar day total is not affected. 30f7 Item 1229 -Closing Existing Opening in Box Culvert (PCO #41): Contractor claims a one day delay in closing the opening in the existing Box Culvert. Contractor also claims $551.65 for additional costs incurred. History ofwhy the change order occurred -During the construction of the new stonn sewer box culvert lines A & B, the existing box culvert line B was found to have two abandoned pipes connected to the culvert which had to be removed to construct line A. The opening created by the removal of the abandoned pipe from the existing box culvert had to be sealed. Impact to the contract amount -The dollar amount of $551.65 is approved. Impact to the project schedule -The contractor has claimed one additional day for this work. This work did not affect the critical path of the project. The project calendar day total is not affected. Item 1230 -10x6 Box Culvert Modification-conflict with existing Sanitary Sewer -(PCO #42): Contractor claims a two day delay in being able to lay box culverts A & B due to a conflict with an existing sanitary sewer at Surveyor Blvd. Contractor also claims $4,315.26 for additional costs incurred. History ofwhy the change order occurred -During the installation of the storm sewer box culvert, a conflict developed with an existing sanitary sewer. A new design was developed in order to incorporate the sanitary sewer encasement into the bottom slab of the stonn sewer box culvert. Impact to the contract amount -The dollar amount of $4,315.26 is approved. Impact to the project schedule -The contractor has claimed two additional days for this work. This work did not affect the critical path of the project. The project calendar day total is not affected. Item 1231-SGT (8) HB-03A Single Guardrail System (PCO #46): Contractor was asked to provide the single guardrail system utilizing a steel post application. Contractor provided a new price per each installation. History ofwhy the change order occurred -During the submittal process it was discovered that there was a conflict between the bid item description and the notation on the contract plans. The contractor was requested to provide a price for the installation of a single guardrail system utilizing a steel post application. Impact to the contract amount -A total dollar amount of $5,612.82 is approved. Impact to the project schedule -The project calendar day total is not affected. 40f7 Item 1232 -Tie-in ofnew lateral C-3A (PCD #48): Contractor was requested to provide a cost proposal for the addition of an inlet and all related work along the south side of the East bound traffic lanes at station 80+76.88. History of why the change order occurred -The roadway alignment across the existing railroad track had to be redesigned due to DGN&O railroad changes to the elevation of the existing rail grade crossing after construction began. Since the designed drainage system had been installed prior to the changes, the new inlet would have to be installed at the new low point along the future roadway. Impact to the contract amount -A total dollar amount of $524.36 is approved. Impact to the project schedule -The projectcalendar day total is not affected. Item 1233 -Police Escort for V-Beam Delivery (PCD #50): . Contractor was requested have the delivery of the bridgeU-beams at night. This required the contractor to have a police escort through intersections within the Dallas City Limits. History of why the change order occurred -The contractor original schedule of the delivery of the U54-beams was during day light hours. At the request of the Town of Addison, the first delivery was re-scheduled to after 􀁭􀁩􀁤􀁮􀁩􀁧􀁨􀁴􀁾 This created a safety issue of moving the large beams at night through the street intersections. The Dallas police was contracted to provide safe passage through the intersections within their jurisdiction. Impact to the contract amount -A total dollar amount of $672.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1234 -Pedestrian Rail Pennant Material (PCD #51): Contractor claims $3,075.61 for additional costs incurred to change the original gauge steel for the pennant application to the pedestrian. This change was determined during the shop drawing submittal procedure. History ofwhy the change order occurred -After several discussion between the railing manufacture and designer, it was decided to increase the gage thickness to provide a better wieldable steel to prevent buckling and warping that might occur during the attachment of the pennant steel to the railing, while still providing a strong attachment and cleaner look to the surface of the pedestrian railing. Impact to the contract amount -A total dollar amount of $3,075.61 is approved. Impact to the project schedule -The project calendar day total is not affected. 50f7 Item 1235 -Traffic Signal Foundation Changes (PCO #57): Contractor was requested to provide a cost proposal to change the size of two traffic signal foundations. History ofwhy the change order occurred -The change in the size of the two traffic signal foundations occurred due to the as-built condition of the existing traffic signal anchor bolt pattern being different than what was expected in the plans. The differing anchor bolt pattern was in conflict with newer standards that exist for the required size of the foundation in relationship to anchor bolt pattern dimension. Impact to the contract amount -A dollar amount of $1,524.90 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1236 -MBGF Inlet Posts (pCO #46): Contractor was requested provide a unit price to provide an inlet mounted guardrail fence post. History ofwhy the change order occurred -The 8-foot standard inlet was relocated to station 44+85 to eliminate a conflict with the required T4 rail and reduce the impact of the construction on the adjacent property owner. To eliminate these conditions the inlet was installed at the end of the T4 Rail. Impact to the contract amount -A total dollar amount of $408.21 is approved. Impact to the project schedule -The project calendar day total is not affected. PCO #6 -Oncor Redesign of Conduit Crossing Item 1202 -Contractor claims a fourteen day delay in being able to lay box culverts A & B due to TXD electrical conduit being altered for clearance requirements set by DWU and TXD. Contractor claims ten day delay between 08/30/04 and 09/09/04. Contractor also claims a four day delay for laying the box in reverse. History ofwhy the change order occurred -After the project was bid, TXD Electric notified HNTB of a requirement to have a minimum cover of three foot cover over the electrical conduit. During the construction of the conduits we were informed by DWU they needed five foot of clearance between their top of pipe and the electrical conduit. Impact to the contract contract amount -The dollar amount of 7,841.51 was approved on change order # 2. 60f7 Impact to the project schedule -The ten day portion of the claim is denied due to the critical path not being exceeded as referenced in a letter from HNTB to Archer Western Contractors, Ltd. dated June 3, 2005. The four day claim for laying the box is reverse is agreed to. The project calendar days will be extended four days. HNTB Corporation Guy Van Baulen 7of7 􀁾􀀬􀀭􀀢􀀬􀁊􀀩 TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04-22 CHANGE ORDER NUMBER: 02 1. CONTRACTOR: Archer Western Contractors 2. Change Order Work Umits: sta. _____ to sta. 3. Describe the work beina revised: 4. Work to be performed in accordance with Items: 5. New or revised plan sheet(s) are attached and numbered: See attached Tables 6. New general notes to the contract are attached: a Yes o No 7. New Special Provisions to ltem__No.__' Special Specification Item__are attached. Each signatory hereby wartants that each has the authority to execute this Change Order (CO). The conlr&ctor mustsign the Change Order and, by doing so, agrees to waive The following Information must be provIded any and al/claims for additional compensation due to any and al/other expenses; additionalchanges for time, ollefheadandprofit or loss of Time Ext. #: N/A Days added on this CO: 0 compensation as 8 re.sult of this change. Amount added by this change order: $17,548.18 THE CONTRACTOR Date By Typed/Printed Name Typed/Printed Title RECOMMENDED FOR EXECUTION: Town of Addison Date Construction Inspector Date o APPROVED (Title) Project Manager Date Town of Addison Date o APPROVED (Title) Design Engineer's Seal: Town of Addison Date a APPROVED (Title) TABLE A: Force Account Workand Malerials Placed into Stock TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04·22 CHANGE ORDER NO. 02 􀁹􀁾􀁾 LABOR HOURLY HOURLY RATE TABLE B: Contract Items ORIGINAL CONTRACT + CHANGE REVISED CONTRACT CHANGE ORDER PREVIOUSLY REVISED ORDER ITEM DESCRIPTION UNIT UNITPR1CE QUANTITY ITEM COST QUANTITY QUANllTY ITEM COST OVERRUNI UNDERRUN 1202 EA $1,912.45 0.00 $0.00 1.00 1.00 $1,912.45 $1,912.45 1203 ReIocatlI ofComfort Suite ""gallon System LS $3,481.71 0.00 $0.00 1.00 1.00 $3.488.71 $3.488.71 1204 Job 5lIIn "PInon Us" 2ft x 3ft size EA $139.29 0.00 $0.00 2.00 2.00 $278.58 $278.58 1205 Coacrete SIaIIlIzed sand For TXU Conduit LS $7,841.51 0.00 $0.00 1.00 1.00 $7,141.51 $7J141.51 1206 I" Reslla.... GallI Valve wlbox and stack LS $937.94 0.00 $0.00 1.00 1.00 $937094 $937.94 1207 Encasement all Steel Caslna on sanItarY sewer LS $3,750.95 0.00 SO.oo 1.00 1.00 $3,780.95 $3,750.95 1208 Tnemene Paint ofSteel Arches LS $18,788.37 0.00 so.OO 1.00 1.00 􀀤􀀱􀀱􀀬􀀷􀀸􀀸􀁾􀀷 $18,788.37 1209 Handhole In Strlnaer Future Access EA $8118.81 0.00 so.OO 4.00 4.00 $2,674.44 $2,174.44 1210 30" Gasket Relnfon:ed Concrete Pipe LF $94.44 0.00 $0.00 211.00 211.00 $20,587.92 $20,587.92 1211 24" Gasket Relnfon:ed Conerete PI" LF $76.04 0.00 so.OO 524.00 624.00 $39,844,96 $39,844.86 1212 21" Gasket ReinfOrced Concrete PI. LF $70.33 0.00 $0.00 231.00 231.00 $16.248.23 $18,246.23 1213 Restocldna & Shlpplna LS $2,628.86 0.00 SO.oo 1.00 1.00 $2.628.86 $2,628.85 1214 12" Resll", Gate Valve w/box and stack EA $1,800.00 0.00 $0.00 2.00 2.00 $3,200.00 $3,200.00 1215 Relocate Pump StatIon 2" water service LS $1,48&.02 0.00 SO.oo 1.00 1.00 $1,486.02 $1,48&.02 1216 Lowerlna of Exlstlna 12" water MaIn comDlelll LF $162.07 0.00 $0.00 70.00 70.00 $11,344.90 $11,344.80 1217 Portable Chanaeable Message Board Dally $135.00 0.00 $0.00 230.00 230.00 $31,oso.00 $31,060.00 1211 12" 1. Galle CMP Slot Drala wlCurb & Gutblr LF $184.00 0.00 $0.00 200.00 200.00 $36,800.00 $36,800.00 1219 12" 18 Gaae CMP LF $85.21 0.00 SO.OO 104.08 104.00 $8,861.84 $8,881.84 1220 Dirt Mounds over TXU Conduit Backftll & Grading LS $1,378.57 0.00 $0.00 1.00 1.00 $1,378.57 $1,376.57 1221 Lateral TIe-in to Relnfon:ed Box Culvert EA $1.Z4&.98 0.00 $0.00 2.00 2.00 $2,493.98 $2,493.98 1222 Furnish and place 8"tIIlek reinforced Cone. Pavement SY $28.15 0.00 SO.oo 6,600.00 5,5011.00 $154,825.00 $154,825.00 109 Furnish and place 10"thlek ralnfon:ed Cone. Pavement SY $31094 29,400.00 $939,038.00 -6,470.00 23.930.00 $764,324.20 ($174,711.80 145 structural excavation CY $4.00 463.00 $1,862.00 844.00 1,307.00 $5,228.00 $3,376.00 155 Furlnsh and Install Concnlte RaIlroad CrosslRD LF $371.00 380.00 $140,9lIO.OO ....00 0.00 $0.00 1$140,980.00 236 21" Relnfon:ed Cone..... StDrm sewer PI. LF $51.18 814.00 $46,780.24 ·218.GO 698.00 $35,607.38 $11,152.lJ8 239 24" Relnfon:ed Cone..... stDrm Sewer PI" LF $57.05 926.00 $52,771.25 424.00 401.00 $22,877.05 $29,894.20 240 30" Reinforced Conerete Storm Sewer PIDll LF $61.19 583.00 S40,337.77 ·231.00 352.00 $24,354.811 ($15,982.89 260 I"Relnforced Conerete Palldllll Lot saweultremovall SY $73.67 45.00 $3,315.15 225.00 270.00 $18,890.90 $16,575.75 replacement at pump station 0.00 0.00 TOTALS $ 1,226,052.41 $1,242,800.59 $17,548.18 Pending Change Orders Date Am# HNT8# Change Bid Description Quantity Unit Cost Status Rec'd Order # Item Price Submitted New Items Addition I 812412004 PCa-01 1 1 1201 Security Fence a Reservoir $ 8,508.94 Letter issued -91212004 PCO-02 2 2 1202 2" water tap for future irrigation @Surveyor Blvd. $ 1,912.45 Do not agree Wiring to tie-in to new irigation system Letter to be Issued Moving A -control near pump station 9/3012004 pea-05 7 2 1204 Inconvenience Sign -Two (2) signs $ 278.59 OK 10/1312004 PCa-06 5 2 1205 Cement Stablized Sand For TXU Conduit-250 tons $ 31.37 $ 7,841.51 Evaluated -OK Request-1012612004 C0#3 N/A N/A TXU Duct Bank at Midway Road LS $ 521,472.40 Price Rejected by Town -Letter issued PCa-07 15 2 Curb and Gutter with Slotted 12" CMP Drain $ 184.00 $ 36,800.00 12" CMP $ 85.21 $ 8,861.84 Dirt Mounds over TXU Conduit $ 1,376.57 Curb and Gutter } $ 51.13 $ 23,008.50 Letter to be Issued RCB Laterial Tie in $ 2,493.96 15A 􀀺􀀮􀁬􀁬􀁜􀀺􀁪􀁬􀁬􀁩􀀡􀁾􀁬􀁬􀁬􀀧􀁬 Demo and Replace Existing Concrete Around Inlets $ 2,679.57 Letter to be Issued 158 Demo and Replace Existinq Asphalt Around Inlets $ 606.44 Letter to be Issued 4/512005 PCO-08 17 4 1224 Relocate Fence at Storage Building $ 554.76 Letter to be Issued N/A N1A N/A 8" Waterline Relocation and Lateral A-22 Conflict No Copensation -Lowered 8"main under Bid Item 8 2 1207 Steel Casing Encasement for Sanitary sewer 9 2 1208 Tnemenc paint for Arch 98 4 1226 Paint System for T4 Railing & Pedestrian Railing LS 1227 New Price for each rail using Carboline Paint System LS 11111/2004 PCO-25 10A 108 37 􀀻􀀺􀁉􀁦􀀬􀀿􀁭􀀦􀁴􀁜􀁾􀀱 15 FT-$ 1,413.99 $ 21,20l:19..􀁾􀀸􀀵􀀺􀀭􀀱􀀽􀁩􀀧􀀭􀁣􀁾􀀮􀁾􀁾􀀭􀁾􀀮􀀮􀁌􀀺􀀭􀀢􀀧􀁾􀁪􀁦 3"00/:. $ --5,-191:uo 􀀺􀀮􀁾􀁾􀁾􀁾􀁰 $ 11 2'3""0.40 $ 95,891.59 $ 937.94 Letter issued -9/13/04 $ 3,488.71 OK $ 3,202.48 To be Reviewed Paid Under Bid Itern $ 3,750.95 OK $ 18,788.37 OK Letter issued-rejecting $ 29,465.34 Breakdown request-Letter issued -8/10/05 #VALUEI OK $ 4,504.32 Letter to be :Issued $ 23,995.97 OK Letter issued -4/6105 $ 5,679.00 To be Reviewed LS LS 95 FT. Weld Splice at Span 9 Beam Connection Beam Splice Breakdown 60" RCCP Waterline and Value 6" valve by pass piping varations 60" butterfly valve support slab modifications New 10" air release;assembly and 12" ductile iron air release laterals 6" Blowott piping and manhole change 1203 Relocating the existing Comfort Suite irrigation system from under the future sidewalk and onto comfort Suite ROW 1225 9X5 Modifications over 8" Gas Line & SBC Casing at Midway Rd 16-Day's Delay 1209 Access handhole in stringer Electric Conduit change Qty Change to 180LF 1206 Install Isolation Valve on 8" Waterline 􀁾􀀲􀀱􀀰 to Change over to Gasket Piping at Brickyard 1213 22422 􀁾􀀱􀀱􀀱􀀱􀀱􀀱􀀱 43 16 18 12 9/912005 PCO-12 9/16/2004 PCO-17 7/1912005 PCO-19 11/9/2004 PCO-13 4/512005 PCO-27 4/2612005 11/9/2004 PCO-23 11/912004 PCO-24A 11/9/2004 PCo-248 612112005 7/1112005 711212005 10/1812004 PCO-21 1211312004 PCO-26 1/1412005 PCO-28 13 2 1214 Install 12" Isolation Gate Valves 1215 Relocate BUilding Service 1216 Lowering of existing 12" main complete -LF $ 3,200.00 OK $ 1,485.02 OK $ 11,344.96 OK 4 1228 Comfort Suite -Irrigation System in front of ROW EA $ 135.00 $ 31,050.00 OK $ 4,905.00 Rejected $ 4,903.14 $ 4,903.14 Rejected $ 4,568.84 $ 4,568.84 OK to Applv to C0#5 $15,375.66 To be Reviewed $15,374.09 $13,698.14 $ 13,698.14 OK to Apply to C0#5 To be Reviewed 1-0 OK to Apply to C0#4 To be Reviewed Dropped Letter Issued-5/2/05 Letter Issued-5/10/05 $ 1,317.44 Letter Issued-5/24/05 $ 1,267.29 $ 1,267.29 OK to Apply to C0#5 $ 551.65 Letter Issued-8/12105 LS $ 4,315.26 $ 1,749.99 $ 1,749.99 8/1212005 OK to Apply to C0#5 $ 3,905.51 $ 3,905.51 $ 1,494.36 $ 1,432.78 $ 1,432.78 OK to Applv to C0#5 $ 2,806.41 $ 5,612.82 $ (32.83) $ (4,924.50) $ 136.07 $ 408.21 LS 1111112150 3 Addison Road Dropped work -moved Tap to near Comfort Suites Additional Changes for 8''waterline relocation 1232 New Lateral C -3A: Additional Inlet, RCP RCP pipe & Tie-in Rej. 1 -4ft Recessed Inlet =$ 1,964.78/EA 1 -Tie-in to installed RCP Pipe =$ 524.36/EA 224 Addition 8ft recessed Inlet at Bid Item Cost 1231 SGT (8)HB -03A Guard Rail System Clearification $2,806.41/ea 151 SGT (8)-03A Single Guardrail Terminal Deduction 1236 MBGF Inlet Post -Fum. & Install. 1217 Portable Changeable Message Boards 1240 Surveyor Blvd. 1242 Cost related to MSE tr2. Extension 1239 Demo of Existing SBC Manhole I Conflict with Sanitary Sewer 2 -Day Delay Claim Revised backup for costs 1238 Locate Existing 8" Valve @Confort Suite 4 1229 Forming & Placing Concrete Closing Opening in Exist. Box Convert 4244 1230 10' X 6' RCB Conflict at Surveyor Blvd. Sanitary Sewer Casing (2-Day's) II :illlllilllll 1/14f2005 PCO-29 14 4/512005 PCO-30 19 19A 9/8/2005 91302005 19B 9/8/2005 9/302005 19C 190 5/412005 PCO-37 20 5/16/2005 9/812005 9/2.D/2005 7/1912005 PC0-41 23 7/1912005 PCO-42 24 812912005 PCO-44 34 7/1912005 PCO-45 25 9/812005 912012005 6//23105 PCO-46 21 6/2312005 PC0-48 22 l1li 1245 I 􀁾􀁾 LS $ 672.00 Letter Issued 8/1212005 1 $ 860.40 LS $ 3,075.61 1 LS $ 917.38 OK to Apply to C0#5 1 LS $ 11,907.24 URS TO COMMENT LS $ 1,500.00 Letter Issued LS $ 1,524.90 Place on C0#4 LS $ 9,197.96 $ 15,108.86 At time of meeting requested further breaddown by mob & Tonnage $ 6,000.00 $ 6,000.00 LS Letter Issued $20,000.00 $ $16626.77 $ 16,626.77 OK to Applv to C0#5 LS $ 300.00 OK to Apply to C0#5 URS TO COMMENT LS URS TO COMMENT 11111 Change of Top for 'Y' Inlet Aviation Light on Top of Street Lights Rec'd proposal for Lights & Wire Adjusted proposal for 11 street lights wired aviation light on top Type C Lighting Changes (3 parts) Additional Drivers -72 Additional TVSS -.72 Fabrication of new Reflectors Stinger Shape Letter from Archer Western Rework forms on West End of Charater Furniture Lot Dropped ISpan #9 -Diaphragms Coupler Splicer in Diaphragms # 9, 10 &11 Rebar Conflict Diaphragm #6 322 Additional Lighting control center 1234 Pedestrian Rail Pennant Material & Welding Changes 1235 Traffic Signal Foundation Enlargement Received PCO withchanQed cost will process 1233 Police Escort for Delivery of U-Beams Thru Dallas 1246 Railroad Grade Crossing Ashplat Tie-in 2" Drop Slap at Rail Road Tracks Revised cost wlAddison road tie-in 1243 T-4 Transition Adjustment -Formwork 4444 N/A •• 26 28 27 33 32 31 30 35 36 39 38 29 9/912005 PCO-52 PCO-54 9/8/2005 912012005 8/1612005 8/15/2005 8/31/2005 PC0-64 9/1812005 8/3112005 P00-55 7/1912005 PCO-51 8/1112005 8129/2005 PCO-57 8/1912005 PC0-62 9/912005 10/412005 7/1912005 PCO-50 • 9/1612005 5058 40 5 1247 Changed.Concrete Mix Design 1 $ 932.77 $ 932.77 and Additional 5days OK to Apply to C0#5 9/1612005 PCO-53 41 1248 Diaphragm Rebar Conflict and modification 1 $12,491.62 $ 12,49t.62 31 day extension #5049 Revised after change order review meeting 28 day extension 1 $10,520.45 $ 10,520.45 OKto Apply to C0#5 10/312005 42 Required .Credit for mortar bed to sand/portland bed $ ·(0.60) 10/612005 Letter-with only a 20 cent credit per sf for AIW 2000 $ :(0.20) $ (400.00) 1012812005 43 Additional length of Sercurty fence post at modular wall along DWU 1 $ 2,111.00 $ 2,111.00 OK to Apply to C0#5 11/312005 44 I Aviation Light on Top of Pedestrian Lights ,,'J-􀁾 -additional combination street/pedestrian light base poles 11/1012005 45 Analysis repair to Diaphragm #6 by URS 1 $ 1,705.00 $ 1,705.00 1111412005 46 Pipe Bollard and striping at Absolute parking lot 450 Tariff for Retail Delivery Service TXU Electric Delivery Company 6.3 Agreements and Forms Applicable: Entire Certified Service Area Effective Date: January 1, 2002 6.3.1 Facilities Extension Agreement Project Number WRNumber Region/District 2157151 Farmers Branch Page 2 of 23 Revision: Original This Agreement is made between Town of Addison, hereinafter called "Customer" and TXU Electric Delivery, a Texas corporation, hereinafter called "Company" for the extension of Company Delivery System facilities, as hereinafter described, to the following locations on Arapaho Road: on the north side of the road, 1200 feet east of Surveyor, from 10 feet east in the existing line; on the north side of the road, 260 feet west of Midway Road, from 10 feet east in the existing line; and on the south side of the road, 188 feet west of Addison Road, from 10 feet east in the existing line. The Company has received a request for the extension of: (check all that apply) o STANDARD DELIVERY SYSTEM FACILITIES TO NON-RESIDENTIAL DEVELOPMENT Company shall extend standard Delivery System facilities necessary to serve Customer's estimated maximum demand requirement of kW ("Contract kW"). The Delivery System facilities installed hereunder will be of the character commonly described as volt, _ phase, at 60 hertz, with reasonable variation to be allowed. o STANDARD DELIVERY SYSTEM FACILITIES TO RESIDENTIAL DEVELOPMENT Company shall extend standard Delivery System facilities necessary to serve: ====-::-AII-electric residentiallot(s)laparbnent units, or (Number of lotsIunlts) =-:-===-::-Electric and gas residentiallot(s)laparbnent units. (Number of lotsIunlts) The Delivery System facilities installed hereunder will be of the character commonly described as volt, phase, at 60 hertz, with reasonable variation to be allowed. 181 NON-5TANDARD DELIVERY SYSTEM FACILITIES Company shall extend/install the following non-standard facilities: TXU Electric Delivery will set five meters and install three points of delivery along Arapaho Road. Two meters. meters. one for pedestrian and one for street lighting. will be set in Customer installed cabinets near station 45+50 of the Arapaho Road paving plans and served from a TXU ED installed subsurface box. Its source is an underground riser and overhead transformer installed on a new pole. One meter will be set in a Customer installed cabinet near station 57+87 to meter bridge lighting. Its source is an overhead transformer and underground riser installed on a new pole. Two meters. one for pedestrian and one for street lighting. will be set in Customer installed cabinets near station 85+70 and served from a TXU ED installed subsurface box. Its source is a new underground riser installed on an existing pole with overhead transformer. ARTICLE I -PAYMENT BY CUSTOMER Tariff for Retail Delivery Service TXU Electric Delivery Company 6.3 Agreements and Forms Applicable: Entire Certified Service Area Page 2 of 23 Effective Date: January 1, 2002 Revision: Original At the time of acceptance of this Agreement by Customer, Customer will pay to Company One thousand nine hundred and forty Dollars ($ 1940.00) as payment for the Customer's portion of the cost of the extension of Company facilities. in accordance with Company's Facilities Extension Policy, such payment to be and remain the property of the Company. ARTICLE 11-NON·UTILIZATION CLAUSE FOR STANDARD DELIVERY SYSTEM FACILITIES This Article II applies only to the installation of standard Delivery System facilities. a.The amount of Contribution in Aid of Construction ("CIAC") to be paid by Customer under Article I above is calculated based on the estimated data (Le., Contract kW or number and type of lots/units) supplied by Customer and specified above. Company will conduct a review of the actual load or number and type of lots/units at the designated location to determine the accuracy of the estimated data supplied by Customer. If, within two (2) years after Company completes the extension of Delivery System facilities, the estimated load as measured by actual maximum kW billing demand at said location has not materialized or the estimated number and type of dwelling units/lots at said location have not been substantially completed, Company will re-calculate the CIAC based on actual maximum kW billing demand realized or the number and type of substantially completed dwelling unitsllots. For purposes of this Agreement, a dwelling unit/lot shall be deemed substantially completed upon the installation of Company's meter. The installation of a Company meter in connection with Temporary Delivery Service does not constitute substantial completion. b.Customer will pay to Company a "non-utilization charge" in an amount equal to the difference between the recalculated CIAC amount and the amount paid by Customer under Article I, above. Company's invoice to Customer for such "non-utilization charge" is due and payable within fifteen (15) days after the date of the invoice. ARTICLE III -TITLE AND OWNERSHIP Company at all times shall have title to and complete ownership and control over the Delivery System facilities extended under this Agreement. ARTICLE IV -GENERAL CONDITIONS Delivery service is not provided under this Agreement. However, Customer understands that, as a result of the installation provided for in this Agreement, the Delivery of Electric Power and Energy by Company to the specified location will be provided in accordance with Rate Schedule 6.1.1.6 Lighting Service -Schedule D, which may from time to time be amended or succeeded. This Agreement supersedes all previous agreements or representations, either written or oral, between Company and Customer made with respect to the matters herein contained, and when duly executed constitutes the agreement between the parties hereto and is not binding upon Company unless and until signed by one of its duly authorized representatives. ARTICLE V -OTHER SPECIAL CONDITIONS The Town of Addison agrees that the payment indicated in ARTICLE I of this Agreement shall be made within 30 days of the date the project is completed or the date the invoice is received, whichever is later. ACCEPTED BY COMPANY: Signature Title Date Signed ACCEPTED BY CUSTOMER: Signature Title Date Signed Weekly Meeting Agenda Date: Tuesday Aug. 23,2005 Time 10:00 A.M. Location: Field Office I. Safety Issues Arapaho Road Phase III 2. Type B light fixtures URS has the submittal Guy said to install 1-%" conduitfrom the outside beam to the Type B light location. Where should the conduit be located? 1. Maintain traffic control at Midway Road, Surveyor Blvd. & Addison Road The Town suggested traffic barrels on Addison Road lane closure. The V.P.'s appear to be working OK. 8-23-05. II. Submittals/RFI's 􀀺􀀬􀀢􀁾􀂷􀀱􀀮 Plaque 􀁾􀁾 A1W received a description of the plaque but we still need a location. C.,v9 If} IJI-(i..' 􀁾􀀮 ('/"t\. III. Old Business 1. A1W awaiting details for revised 10" air release valve. No response yet. 8-23-05 2. Received revised roadway grades for RR crossing areas. AIWis calculating the difference in quantities and extra work related to grade changes. 6-14-05 The information has not been sent to HNTB. 7-19-05 Information has been given to HNTB. IV. Change Orders 1. The Painting system has been decided and pricing will be submitted by 6-21-05. The pricing has been submitted, Archer Western is awaiting a response. HNTB has the pricing and requests additional information. Two separate CO. 's have been submitted. Additional backup has been submitted. HNTB has verbally approved Price, Guy is to send letter, approving the price8-2-U5 HNTB has verbally approved Price, Guy is to send letter, approving the price8-/6-05 Guy said letter would be delivered by the end ofthe week. 2. Irrigation Changes at Surveyor, Midway and Addison. 4. T-4 transition at wall #2.,l. 􀁾 , V M' 􀁾􀁢􀁾􀁾􀀱􀀮 • ISC. PCO-30 was submitted in April 05. Work will begin soon, 8-9-05 Work will begin soon. 8-16-05 Work will begin soon. 8-23-05 V. New Business 􀁾􀀱􀀮 HJ\JTB stated that the town will be requesting airport lights on street lights. --9' f' Jenny will check on this. 1'&.5/􀁾 AJ' A/W has received a letter for the lights. '(;.􀁾􀀮􀀱􀀺􀀧􀀭 A/W will submit pricing. 􀁾􀀨􀀲􀁦 􀁾􀁴􀀢􀀭 . 7J 2. Inlet protection. 􀁾 3. "itch east of Midway needs cleaned out. /\ \11' (,v 􀁾􀀨􀀬􀁜􀁌 . p;() "?Jl 􀀼􀀬􀁾􀀮 I"l f 􀁴􀁾􀀧􀁊 1. Ito we have an answer on the paving at the East RR Track? 2. Sidewalk grades at water storage building and Surveyor Blvd. 3. Sidewalk at Comfort Suites. VI. Schedule 1 Review Weekly Schedule 11. 􀁪􀀪􀁾􀀬􀀧 8/23/2005 􀁾􀁶􀁊􀁦􀀿 ARAPAHO ROAD 􀁾􀁾 . I Current Week Next Week Following Week • : j' 􀁾 ': 􀂷􀁬􀀬􀀧􀀬􀀬􀀢􀁾􀀮􀀧 i>•,-" . M T W T F SIS M T W T F SIS M T W T F SIS '. I ': .• 􀁾 :. 􀁾 􀁾 ': Activity Description Prod 22 23 24 25 26 27 29 30 31 1 2 3 5 6 7 8 9 10 SUBS/NOTES Dirt and Utilities Site Grading X X X X X X X X X X X X X X X X X X Backfill Paving X X X X X X X X X X X X Bridge Work .lb.n . Diaphrams Span 9 wYJV.􀁾􀁾r..-X X X X X X X X X X X X X X X X X X Deck Panels ----/>1'< AfIJ'r X X X X X X 􀁏􀁶􀁥􀁲􀁨􀁡􀁮􀁧􀁳􀀨􀁄􀁥􀁣􀁫􀁾􀀯􀁓􀁅􀁊 X X X X X X T 4 Rail '----./X X X X X X Set T-4 Steel Rail X X X X X X X X X X X X X X X X Paving Arapaho Rd. X X X X X X X X X Parking Lots X X X X X X X X X 􀁾 Miscellaneousl Subs , Inlets X X X X X X X X X X X X Inlet Spec Electrical X X X X X X X X X X X ·X X X X X X X S&J SawlSeal ..t\ ,UJI-A S N E E D E D Primate 􀁆􀁬􀁡􀁾􀁲􀁫 rJUVI' X X X X X X X X X X X X X X X American Landscape 􀁉􀁲􀁲􀁾􀁧􀁩􀁴􀁩􀁯􀁮 r X X X X X X X X X X American Landscape Paint Bridge Spans 1-8·..J X X X X X X X X X X X X Scott Derr Painting Mod. Ret. Wall & Fences, \ X X X X X X American Landscape I ,K' .u tif􀁾 􀁾Or.! R! 􀁾􀁏 "x,,- S & J Electric ARAPAHO ROAD PHASE III 3 WEEK SCHEDULE August22,2005 Current Week Next Week Following Week 􀁾ELECTRIC Activity Description Prod M T W T F SIS M T W T F SIS M T W T F SIS 22 23 24 25 26 27 29 30 31 1 2 3 5 6 7 8 9 10 Notes Traffic Signals Switch SiQnals at Surveyor to new Complete Conduit and Cables Drill shafts and Pour at Addison Rc Complete Pull in cable at Addison Rd. RFI Submitted on 8/22/05 Move siqnal Poles at Addison Rd. BridQe LiQhtinQ Rough-in Anchor Bolts and X X X X X X X X X X X X X X X Conduit for F and G Lights Rouqh-in Conduit for C Lights X X X X X X X X X X X X X X X Rough-in Junction Boxes in Rail X X X X X X X X X X X X X X X Rough-in Conduit for A, B,E X X X X X X X X X X X X X X X LiQhts, and Receptacles Run Conduit for Pwr at LDC A&B Run Conduit and set GB1, 2, 3 at No.8 Rough-in Conduits in Diaphrams X X X X X X X X X X Install Ground Triangle at No.8 Run Conduit for Type 0 LiQhts X X X X X X X X X X X X X X X Run Conduit, set GB"s at No. 11 Complete Pedestrian/Street Lighting Trench Conduit for Pedestrian X X X X X X X X LiQhtinq East of Midway Trench Conduit for Street Lights X X X X X X X X East of Midway Drill & Pour shafts for Pedestrian X X X X X X X X X X & Street liqhts East Midway NOTE: GB= Ground Box JOB NAME: Arapaho Road WALSH PROJECT: #204059 CHANGE ORDER LOG UNRESOLVED lAST UPDATED: Page 1 AAS C.P. AW ITEM PCO # LETTER DESCRIPTION STATUS AMOUNT Contact WHO'S COMMENTS # DATE OTY UNIT SUBMITTED Days COURT Submitted 27 1 4/4/2005 FURNISH WELD SPLICE AT U-BEAMS SPAN # 9 1 LS SUBM $23,482.00 18 HNTB Plan Conflicts, Price Submitted, Price Rejected by HNTB, This item is in Dispute by AW, Ben furnished additional time on 8/27/05 30 5031 4/512005 IRRIGATION WORK AT SURVEYOR 1 LS SUBM $4,905.20 2 AW Move controller, changed service location, added meter & pioing, Price submitted,Verbal aDDroval reauested bv AW, No response from HNTB 30 5032 4/512005 IRRIGATION WORK AT MIDWAY 1 LS SUBM $15,375.66 AW Add Tee, valve, riser to provide irrg at west Midway, Price Submitted, No Response from HNTB 32 . 5035 8129/2005 FURNISH GRATE INLET AT LATERALA-1 1 LS SUBM $300.00 HNTB At Watson Taylor driveway, currently a Ty ·Y" , price is to modify, HNTB Verbally Rejected, Work being Reconsidering 37 5035 5/4/2005 RELOCATE 8" WATERLINE AT COMFORT SUITES 1 LS SUBM $1,609.25 HNTB Price for demo & removal of line in driveway as reauested bY HNTB, Price Submitted, No resPonse from HNTB, Ben furnished additional on 8/27/05 41 5038 7/19/2005 PLUG RCB LINE "B" AT MIDWAY 1 LS SUBM $551.65 1 AW Plug existing hole in box not shown, Force acct work, Price submitted, No Resporise from HNTB 42 5025 7/19/2005 10' X 6' RCB CONFLICT WI SANT SEWER @. SURVEYOR 1 LS SUBM $4,315.26 2 AW Box culvert conflict 􀁷􀁾􀁨 water line, Force acct work, Price submitted, No response from HNTB 45 5041 7/1912005 DEMO SBC MANHOLE 1 LS SUBM $3,905.51 2 HNTB Conflicted with sewer line, Force acct work, Price submitted, No response from HNTB 5043 8/16/2005 TXU POWER LINES @. MIDWAY 1 LS SUBM $30,090.00 75 HNTB TXU Delav in moving Dower lines at Midwav Road, Drainaae effected at east end of proiect 44 5039 8/29/2005 MSE WALL #2 EXTENSION PIPE CHANGES 1 LS SUBM $1,813.33 TBD HNTB Wall #2 extended, Price for demo inlet, plua pipe onlv 54 5050 8/29/2005 REWORK FORMS-TRANSISTION @. WALL #1 1 LS SUBM $994.80 HNTB 􀁒􀁥􀁷􀁯􀁲􀁫􀁰􀁥􀁲􀁈􀁎􀁔􀁂􀁳􀁫􀁥􀁾􀁨 5056 8/29/2005 REVISED TRAFFIC SIGNAL FOUNDATION @.ADDISON RD 1 LS SUBM $1,524.90 TBD HNTB Desian chanae to increase foundation size 5064 8/31/2005 FAA OBSTRUCTION LIGHTS 1 LS SUBM $20,797.29 TBD HNTB Owner requested liahts on iIIuimation poles TOTALS $109,664.85 100 JOB NAME: Arapaho Road WALSH PROJECT: #204059 CHANGE ORDER LOG LAST UPDATED: APPROVED Page 1 CHANGE ORDER SUBMITTAL REVIEW ACTION C.P. C.O. AW ITEM # # LETTER DESCRIPTION STATUS AMOUNT AMOUNT DAYS COMMENTS DATE QTY UNIT SUBMITTED APPROVED REQSTD 5001 1 8/24/2004 TEMPORARY FENCE AT DWU PUMP STATION 450 LF APPRV $8,508.94 $8,508.94 NO TEMPORARY FENCE PROVIDED IN PLANS 5002 2 9/2/2004 IRRIGATION WORK AT ADDISON PUMP STATION 1 EA APPRV $1,912.45 $1,912.45 RELOCATES TO AVOID CONFLICT 5003 2 10/1212004 INFORMATION SIGNS 2 EA APPRV $278.13 $278.13 INFORMATION SIGNS 5004 2 10/13/2005 REDESIGN AT TXU ELECTRICAL CONDUITS 1 LS APPRV $7,841.51 $7,841.51 14 DRAWINGS DELAYED 5005 2 9/30/2004 INSTALL 8" INSOLATION VALVE AT STORAGE BLDG 1 LS APPRV $937.94 $937.94 TO ALLOW RELOCATION DURING DAY TIME HOURS 5006 2 DELETE RAILROAD CROSSINGS FROM CONTRACT -380 LF APPRV ($140,980.00) ($140,980.00) PER TOWN OF ADDISON 5007 10/18/2005 RELOCATE 8" WATERLINE AT STORAGE BLDG 8 LF APPRV $1,165.00 $1,165.00 QTY ADJUSTMENT, PAID FOR AS 8" WATERLINE LOWERING 5008 2 11/1/2005 FURNISH 1INSTALL FLOW FILL AT STEEL CASING 1 LS APPRV $3,750.95 $3,750.95 SANITARY SEWER ENCASEMENT 5009 2 11/9/2005 PAINT ARCH 1 LS APPRV $18,788.37 $18,788.37 REVISED PAINT TYPE 5010 2 11/1/2005 STRUCTURAL STEEL MODIFICATIONS -STINGER 4 EA APPRV $2,674.44 $2,674.44 ADDED OPENING IN STINGER 5011 2 12/13/2005 FURNISH O-RING PIPE AT BRICKYARD 1 LS APPRV $22,178.00 $22,178.00 CHANGED RC PIPE TO GASKET PIPE DUE TO HAZARDOUS WATER 5012 2 1/14/2005 RELOCATE 12" WATERLINE AT SURVEYOR 1 LS APPRV $16,029.92 $16,029.92 CONFLICT WITH BOX CULVERT 5013 2 1/1412005 FURNISH MESSAGE BOARDS 230 Day APPRV $31,050.00 $31,050.00 PER TOWN OF ADDISON 5014 2 9/16/2005 FURNISH IRRIGATION CHANGES AT COMFORT SUITES 1 LS APPRV $3,488.71 $3,488.71 RELOCATES 5024 2 1/4/2005 6" CRCP REVISIONS 5470 SY APPRV ($19,887.00) ($19,887.00) CHANGED PARKING LOTS TO 6" PAVING 5027 2 1/4/2005 12" CMP SLOT DRAIN 112" CMP 294 LF APPRV $43,822.00 $43,822.00 SLOT DRAIN ALONG MSE #2 TO ALLOW DRAINAGE FROM PARKING LOTS 5028 2 1/4/2005 DIRT MOUNDS AT TXU CONDUITS 1 LS APPRV $1,376.00 $1,376.00 ADDITIONAL DIRT TO COVER TXU CONDUITS OVER 60" WATERLINE 5029 2 1/4/2005 LATERALS TIE IN'S TO RCB 2 EA APPRV $2,494.00 $2,494.00 ADDITIONAL TIE IN'S TO ALREADY PLACED RCB 5030 2 1/4/2005 CURB & GUTTER 126 LF APPRV $6,442.00 $6,442.00 ADD C & G FOR DRAINAGE 5045 2 STRUCTURAL EXCAVATION 844 CY APPRV $3,376.00 $3,376.00 QTY ADJUSTMENT 5046 2 8" REINF CONC PARKING LOT@PUMPSTATION 225 SY APPRV $16,575.00 $16,575.00 QTY ADJUSTMENT 5047 2 CONC RETAINING WALL, CL "P' 345 CY APPRV $102,099.00 $102,099.00 QTY ADJUSTMENT 5054 RELOCATE 8" WATERLINE @MSE WALL #4 180 LF APPRV $26,220.00 $26,220.00 QTY ADJUSTMENT, 8" WATERLINE IN CONFLICT WITH MSE WALL FOOTING, LINE WAS RELOCATED 4/5/2005 RELOCATE FENCE AT STORAGE BLDG 1 LS APPRV $554.76 $554.76 FENCE IN CONFLICT WITH WATER LINE 5023 7/19/2005 9 X 5 BOX MODIFICATION 1 LS APPRV $3,050.00 $3,050.00 16 BOX CULVERT IN CONFLICT WITH GAS LINE & SBC DUCTBANK 5026 7/11/2005 PAINT RAILS 1 LS APPRV $29,465.34 $29,465.34 CHANGED PAINT SYSTEM FOR METAL RAILS JOB !\lAME: Arapaho Road WALSH PROJECT: #204059 CHANGE ORDER LOG LAST UPDATED: APPROVED 31-Aug-oS Page 2 CHANGE ORDER SUBMITTAL REVIEW ACTION C.P. C.O. AW ITEM # # LETTER DESCRIPTION STATUS AMOUNT AMOUNT DAYS COMMENTS DATE QTY UNIT SUBMITTED APPROVED REQSTD 5033 4/5/2005 IRRIGATION WORK AT COMFORT SUITES 1 LS APPRV $3,577.65 $3,577.65 ADD PIPE, ETC TO IRRIGATION NOT PREVIOUSLY SHOWN ON CONTRACT DRAWINGS 5051 6/2212005 SGT (8) HB-03A CHANGE 1 LS APPRV $5,608.82 $5,608.82 PLAN AND BID ITEM CONFLICT 5051 6/22/2005 MBGF INLET POST 1 LS APPRV $136.07 $136.07 PLAN CONFLICT WITH INLET 5052 6/2212005 TIE INTO 24" GASKET RCP 1 EA APPRV $524.36 $524.36 DESIGN CHANGES ADDED INLET AT RlR TO DRAIN AREA 5042 7/19/2005 BEAM ESCORTS -POLICE 1 LS APPRV $672.00 $672.00 NIGHT TIME POLICE TO HANDLE TRAFFIC 5044 7/19/2005 PEDESTRAIN RAIL MODIFICATIONS 1 LS APPRV $3,075.61 $3,075.61 DESIGN CHANGE INCREASED PENNANT THICKNESS TOTALS $206,805.97 $206,805.97 30 CHANGE ORDER LOG UNRESOLVED JOB NAME: Arapaho Road WALSH PROJECT: #204059 LAST UPDATED: 31-Aug.Q5 Page 1 CHANGE ORDER SUBMIDAL REVIEW ACTION AAS C.P. AW AW ITEM PCO # LETTER LEDER DESCRIPTION STATUS AMOUNT Proposed WHO'S COMMENTS # # DATE QTY UNIT Contract COURT Days 12 1 60' WATERLINE REVISIONS OPEN PENDING HNTB/AW DWU chanCles, awaiting revised drawing, AW to submit pricing 52 5048 REWORK FORMS @CHARTER PARKING LOT PER GUY OPEN AW HNTB Verbal Direction to revise fDrming 53 5049 DDn 7/21/2005 DIAFRAM REBAR CONFLICTS OPEN PENDING AW Current changes with cDuplers & rebar 5053 REVISE TY "C" LIGHTS OPEN PENDING HNTB/AW Desiim ChanQes will revise reflectDr plates, add drivers & surge prDtectDrs, verbal approval Df materials 5055 PROVIDE STRUCTURAL ANALYSIS FOR STRESSING PER HNTB OPEN AW AW submitted nDtice to TDwn Df AddisDn, Structural Analysis currently beinCl drafted 5057 RAIL ROAD GRADE CHANGES OPEN AW Grades chanCled Qtv's, Verbally being discussed 5058 DIAFRAM CONCRETE DESIGN CHANGE OPEN PENDING AW Design Design change requested bv Engineer to furnish a new cDncrete mix design 5059 ASPHALT AT RlR CROSSINGS OPEN AW HNTB Verbal request tD nDtch the pavement and prDvide a asphalt tDpoino at RlR tracks 5060 REVISED SITEWORK DRAWINGS-WEST OF MIDWAY OPEN HNTB Waitino Dn revised drawings 5061 T-4 RAIL END TREATMENTS OPEN AW AW working Dn price 5062 U-BEAM QUANTITY ADJUSTMENT OPEN AW AW tD submit qty adiustment 5063 ADDITIONAL LIGHT CONTROL CENTER OPEN AW/S&J AW tD submit qty adjustment TOTALS 0 v Pending Change Orders 5 /.vI TCf/j=AJ"t-J 5/..Je12 tvltV k-/􀁾 A,.,., tide ts Wi(-r -"'7:!s .../".0'1/.-,􀁓􀁾􀀮􀀾􀀮􀁊􀁽􀁳 PIJJ"'"'T f?v5 1 􀀮􀀬􀁯􀁾 􀁖O􀁙Af I􀀯V' 􀁾 􀁦􀁾􀀧􀁊􀀻􀀻􀁾􀀭􀁬􀁥􀁴􀁹 􀀯􀁾􀁦􀁢􀁶􀀭􀀿 􀁃􀁍􀁾 pretp ApJ1/1?p.....􀁾􀁻􀁾 Ctfq--1rt!e 􀁲􀁲􀁾 􀁃􀁁􀀭􀁊􀁾 􀁾t.s pew-,J/.?'V 􀁁􀁬􀁾 􀁾 􀁐􀁻􀁾 􀁃􀀭􀁍􀁾􀁴􀁥 􀁾 ;?tA<-wtf 􀀴􀁹􀁾 f vPt:e-_ D./V 􀁾 IN i-:bsro. 􀁏􀁉􀁓􀁾 I PA2et..e--er 􀁾 􀀧􀁩􀀧􀁾􀁖􀀢􀀴􀁊 􀁾 { 􀁣􀀮􀀻􀀮􀀮􀁾 p/&e>...... tele. 􀁔􀀷􀁾 􀁾 Cl f-J41.IVf f/l.1'O . ""1 .s1lJ'2A 􀁾􀁾 AIW# Change Bid Description Unit Cost Agreed Order # Item Price Submitted Cost Value PCO-01 1 1201 Security Fence a Reservoir $-8,508.94 􀀤􀁾/""-. 􀀢􀀧􀁾􀀭􀀧 .',-_/PCO-02 2 1202 2" water tap for future irrigation @Surveyor Blvd. $ 1,912.45 Wiring to tie-in to new irigation system -------Moving A -control near pump station 􀁾 '-PCO-17 2 1203 Relocating the eXisting Comfort SUite irrigation 􀁲􀁾􀀳􀀬􀀴􀀸􀀸􀀮􀀷􀀱 ")--./I system from under the future sidewalk and onto comfort Suite ROW PCO-05 2 1204 Inconvenience Sign -Two Two (2) signs $ 278.59 ,/PCO-06 2 1205 Cement Stablized Sand For TXU Conduit-250 tons $ 31.37 $ 7,841.51/􀁾 PCO-07 2 r Curb and Gutter with Slotted 12" CMP Drain $ 184.00 $36,800.00 ') Y12" CMP $ 85.21 $ \'8,86h84 ( 1/Dirt Mounds over TXU Conduit $ 􀁾1,376.57 /N' Curb and Gutter $ 51.13 􀀤􀀲􀁾 --r RCB Laterial Tie in $ 􀀲􀀬􀀴􀁾􀀶 tV Demo and Replace Existing Concrete Around Inlets $ 2,679.57 ,¥ Demo and Replace Existing Asphalt Around Inlets $ 606.44 /PCO-08 2 1206 8' Gate Valve $ 937.94 ./---/./PCO-23 2 1207 Steel Casing Encasement for Sanitary sewer $ 3,750.95 --PCO-24A 2 1208 Tnemenc paint for Arch $ 18,788.37 -PCO-25 2 1209 Acess handhole in stringer and conduit for future electric $ 4,504.32 ------PCO-26 2 1210to Change over to Gasket Piping at Brickyard $' 23,995.97 \" ,/1 (N' tpf/o/f"o/l7; L"> 􀁥􀁾􀀧 pt..i6 '= s/Pt8(0/􀁾 F.At t-e.p ()YI-' 􀁾 TTr? t.--( T c.;--?c'4L U---At-c (T7Ie y Fte.-􀁾􀀻􀁏 ('V "'f Ftoe; tv-/t!1te 7f. p(t-LT1/Cf<+-Pd,e l1'e" 􀁾 .M I fJlIY/ry 􀁾􀁪􀀩 • 31,050.00 􀁉􀁾 " 􀁾􀀢􀀢􀀧􀁃􀁐􀁴􀁥􀀭 . 􀁾􀁃􀁾 $(140,980.00) _,$ 􀀨􀀱􀀧􀀹􀀺􀀸􀀸􀀶􀀮􀀸􀀰􀁾􀁾 $ 4.00 $ 295.94 $ 135.00 I $ Structural Concrete Walls (t.. F-) Structural Excavation Bid Item Changes· Deduction (Credits) Furnish and peace 10"thick reinforced Cone. P;vement Portable Changeable Message Boards 1213 (1217 r 155 IFurinsh and Install Concrete Railroad Crossing 22 I r1210 2 PCO-29 f'V""'-/fiT "'"";4 17 tJ;z./,-51 &'1/􀁃􀁾 PCO-28 1214 Install 12" Isolation Gate Valves $. 3,200.00 Pi r1215 Relocate Building Service $ 1,485.02 !'1216 Lowering of existing 12" main complete -LF $ 11,344.96__ s1fl<101C􀁾􀁲􀁴􀁬 1144 􀁾􀀮􀁉 􀁾􀀱􀀴􀀵 //I ..),/.-'.".,) 􀁬􀁬􀁾􀁾 ARAPAHO ROAD PHASE III FUNDING UPDATE Developed March 1, 2005 Project Bafances as of December 31, 2004 Comments Fund 41 -Street Capital Project Fund Fund 46 -2000 Capital Project Fund Fund 44 -2002 Capital Project Fund Fund 47 -2004 Capital Project Fund Total Project Balances $ 1.247.842 803.744 11.990.624 $ 14,042.210 Project Requirements as of December 31, 2004 Under Contract: Archer Western Contractors Ltd. HNTB Design Contract HNTB Construction Inspection Contract HNTB Landscape Architecture Contract Additional Work Authorized: Archer Western Change Order #2 TXU Electric Utility Relocation SBC Utility Relocation Fanners Branch Water Line Relocation Additional Work Identified: Archer Western Incentive Payment HNTB Additional Construction Inspection DGNO Railroad Crossing Total Project Requirement Project Balance Revised: 4:24 PM $ 12.028.332 56,381 310.310 4.365 12.399.388 95.000 282.000 39.000 88.720 504.720 200.000 337.800 1.300.000 1,837.800 $ 14,741.908 $ (699.698) Per 12/20/04 Invoice -Original contract was $16.702,578.42 plus $8.509.00 change order. Per 10/15/04 Invoice -Not received and paid until February 2005. Per 01/28/05 Invoice -Invoice was for $124.376.16 going back to 01/23/02!1! Per 04/09/04 Invoice -Remaining of original $87,291 contract. This amount Is an estimate and may be on the "high side". Paper work expected soon. ARAPAHO ROAD PHASE III CHANGE ORDER STATUS PCO# DESCRIPTION 14 relocate fence at storage buileding $554.76 0 Agreed 0 19 box modifications @midway $3,050.00 ".J6, Agreed 􀁾􀀺􀁻􀁬􀁚􀀺􀀺 .."., $29,465.34 0 A reed 0 $23,482.00 30 irrigation work @surveyor $4,905.20 2. Pending 0 Need further cost breakdown 30 irrigation work @midway $15,375.66 2 Pending Need further cost breakdown 30 irrigation work @comfort suites $3,577.65 0 Agreed 0 30 irrigation work @addison $49,029.13 Pending Work Deleted 0 32 furnish grate inlet 0 0 AW to Clarify Costs 37 relocate water line @comfort suite $1,609.25 0 0 AW to Clarify Costs 41 plug rcb line @midway $551.65 1 Agreed .:6< 42 rcb/sanitary conflict @surveyor $4,315.26 2. Agreed 0 45 demo sbc manhole $3,905.51 2 disagree on labor hrs. <: co to include 46 sgt (8) revision $5,608.82 0 Agreed 0 credit 46 mbgf inlet post $136.07 0 Agreed 0 '--46 mbgf steel 0 Deleted 0 48 tie into 24" gasket $524.36 0 Agreed ,0 50 beam police escort $672.00 0 Agreed wer to Assign, any or all of the rights, duties and obligations or interest in this Agreement, and any such Assignment is and shall be void. B. Relationship. Addison and Farmers Branch agree and acknowledge that each is not an agent ofthe other and that each is responsible in accordance with the laws of the State of Texas for its own acts, forbearance, negligence and deeds, and for those of its officers, agents or employees in conjunction with the performance ofthis Agreement. Nothing in this Agreement is intended nor shall be construed to create an employer-employee relationship, a joint venture, or a joint enterprise relationship. C. Address for Notices. For purposes of this Agreement, notices and all other communications provided for herein shall be in writing, addressed as provided hereinafter to the City to whom the notice or request is given, and shall be either (i) delivered personally, (ii) sent by United States certified mail, postage prepaid, return receipt requested, or (iii) placed in the custody of Federal Express Corporation or other nationally recognized carrier to be delivered overnight. Notice shall be deemed given when received if delivered personally or if sent by Federal Express or other nationally recognized carrier; or seventy-two (72) hours after deposit if sent by certified mail. Addresses for notices and communications are as follows: To Addison: 5300 Belt Line Road Dallas, Texas 75254 Attn: Director ofPublic Works To Farmers Branch Attn: Director ofPublic Works From time to time either City may designate another address for all purposes of this Agreement by giving the other City not less than ten (10) days advance notice of such change of address in accordance with the provisions hereof D. Severability. The terms and provisions of this Agreement are severable, and if any term or provision is held to be illegal, invalid or unenforceable under present or future laws, such provision shall be fully severable and this Agreement shall be construed and enforced as if such illegal, invalid or unenforceable provision is not a part hereof, and the remaining provisions hereof shall remain in full force and effect. In lieu of any illegal, invalid or 􀁵􀁮􀁥􀁮􀁦􀁯􀁲􀁣􀁥􀁡􀁢􀁾􀁥 provision herein, the Cities agree to seek to negotiate the insertion of a provision as similar in its terms to such illegal, invalid or unenforceable provision as may be possible, with the intent that such added provision is legal, valid and enforceable. E. Rights and Remedies Cumulative; Non-Waiver; Survival of Rights. The rights and remedies provided by this Agreement are cumulative, and the use of anyone right or remedy by either City shall not preclude or waive its right to use any or all other remedies. The said rights and remedies are given in addition to any other rights the Cities may have by law statute, ordinance, or otherwise. The failure by either City to exercise any right, power, or authority given to it by this Agreement, or to insist upon strict compliance with the terms of this Agreement, shall not constitute a waiver of the terms and conditions of this Agreement with respect to any other or subsequent breach thereof, nor a waiver by such City of its rights at any time thereafter to require exact and strict compliance with all the terms hereof Any rights and remedies either City may have with respect to the other arising out of this Agreement shall survive the cancellation, expiration or termination ofthis Agreement. F. No Third Party Benefits. This Agreement and each ofits provisions are solely for the benefit of the Cities hereto and are not intended to create or grant any rights, contractual or otherwise, to any third person or entity. entity. G. Entire Agreement. This Agreement constitutes the entire and integrated agreement between the Cities with respect to the IIiterconneetion, supersedes all prior agreements, negotiations, and/or representations, either written or oral, and may be amended or modified only by written instrument signed by both Addison and Farmers Branch. H. Venue; Applicable Law. In the event of any action under this Agreement, venue for all causes of action shall be instituted and maintained in Dallas County, Texas. The Cities agree that the laws ofthe State ofTexas shall govern and apply to the interpretation, validity and enforcement ofthis Agreement; and, with respect to any conflict oflaw provisions, such conflict of law provisions shall not affect the application of the law of Texas (without reference to its conflict of law provisions) to the governing, interpretation, validity and enforcement of this Agreement. I. Includes and Including. For purposes of this Agreement, "includes" and "including" are terms of enlargement and not of limitation or exclusive enumeration, and use of the terms does not create a presumption that components not expressed are excluded. 1. Authorized Signatories. The undersigned officers and/or agents of the Cities hereto are the properly authorized officials or representatives and have the necessary authority to execute this Agreement on behalf of each ofthe respective Cities, and each City hereby certifies to the other that any necessary resolutions or other act extending such authority have been duly passed and are now in full force and effect. SIGNED by the Cities on the dates set forth below, but effective as of the Effective Date first set forth above. TOWN OF ADDISON, TEXAS CITY OF FARMERS BRANCH, TEXAS By: By: Ron Whitehead, City Manager Linda Groomer, City Manager Date: Date: ATTEST: ATTEST: By: By: Carmen Moran, City Secretary Cindee Peters, City Secretary SUPPLEMENTAL AGREEMENT This Supplemental Agreement, Number 01, to the AGREEMENT FOR PROFESSIONAL SERVICES, dated 2 August, 2004, between the Town of Addison, Texas (Owner) and HNTB Corporation (HNTB) is made effective as of March 10,2005. 1. HNTB shall perform the following Services: The continuation of engineering and inspection services as outlined in above referenced agreement, throughout the construction duration of the project. 2. In conjunction with the performance of the foregoing Services, HNTB shall provide the following submittals/deliverables (Documents) to Owner: Construction engineering and inspection services as outlined in master agreement. 3. HNTB shall perform the Services and deliver the related Documents (if any) according to the following schedule: Through-out the construction duration of the project, as estimated in attached schedule. 4. In return for the performance of the foregoing obligations, Owner shall pay to HNTB the amount of $ 31,295.22, raising the total compensation under the the Agreement to the not-toexceed amount of $ 97,502.68, payable according to the terms as outlined in the original master agreement for the Construction services phase. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in full force and effect. Town of Addison, Texas (Owner) 􀁓􀁩􀁧􀁮􀁡􀁴􀁵􀀺􀀭􀁒􀀺􀀺􀁲􀀭􀀭􀁾 «.::J Name: 􀁪􀀨􀁯􀁾 􀁗􀁗􀁜􀁾 Title: C\'t'(, 􀁍􀁾􀀢􀀧􀁃􀀮􀁾 Date: 􀁡􀀳􀀧􀀲􀀭􀁾..o6 HNTB Corporation (HNTB) Signature: 􀀭􀁴􀀭􀀭􀀬􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀁁􀁴􀀺􀀺􀀺􀀴􀀮􀀮􀀺􀀺􀀺􀀺􀀺􀀮􀀮􀀮􀀺􀀺􀀮􀀮􀀮􀀮􀀺􀀺􀀺􀀺􀀺􀀮􀀮 Title: Vice President Date: March 10, 2005 -. Beltline Road -Inspection Services 40316·CN·001 2/16/2005 HNTB Corporation Original Inspection Contract Amount Total Expended to Date $$ Labor 62,947.46 85,996.47 Expenses $ 3,260.00 $ 3,514.21 Total $ 66,207.46 $ 89,510.68 Amount (Over)/Under budget $ (23,049.01 ) $ (254.21) $ (23,303.22) 24 30 23,303.22 Hours 2,592.00 --.--------.--T 5,400.00 -.. 􀁾 31,295.22 Supplemental Amount: Amount currently over budget: $ Estimated Additional Inspection Time: $ Estimated Additional Engineering/Man::lgp.mp.nt Timp.· $ 􀁾􀀭􀁾 Total Supplemental Agreement Kequestea: :II New Inspection Contract Amount: $ 97,502.68 M:\JOBS\40316-Beltline\CONTRACT\primecon\[Supp Agrmt 01.xlsjSheet1 STATE OF TEXAS §§ COUNTY OF DALLAS § INTERLOCAL AGREEMENT THIS INTERLOCAL AGREMEENT ("Agreement") is made effective as of this 1st day ofJanuary, 2005 ("Effective Date")by and between the Town ofAddison, Texas and the City ofFarmers Branch, Texas. Recitals: 1. The Town of Addison, Texas ("Addison") and the City ofFarmers Branch, Texas ("Farmers Branch") are home rule municipalities pursuant to Article 11, Section 5 of the Texas Constitution and their respective Home Rule Charters (Addison and Farmers Branch are hereinafter sometimes referred to together as the "Cities" and individually as a "City"). 2. Addison and Farmers share a common boundary, and each receives its supply of potable water from the City of Dallas, Texas ("Dallas") pursuant to their respective agreements with Dallas (each such agreement being a "Dallas Water Agreement"). The supply of Water from. Dallas to the Cities is provided in part by and through a sixty inch water main ("Dallas Water Main") owned by Dallas and running through Addison Addison and Farmers Branch. 3. Addison is in the process of constructing an extension of and improvements to Arapaho Road within Addison, which construction will require the temporary shutdown of the Dallas Water Main and could result, although it is not expected, in the reduction of water pressure and water supply to a portion ofFarmers Branch. 4. In order to help prevent such water pressure or water supply reduction during the shutdown of the Dallas Water Main and for the further purpose of having a future means by which both Addison and Farmers Branch could have an alternate point of water delivery in the event water service is temporarily discontinued or seriously impaired, Addison and Farmers Branch desire to conspuct and install a water line connecting an Addison water main (the "Addison Main") and a Farmers Branch water main ("Farmers Branch Main"). The Cities agree that the supply ofwater from one to the other in such an event is not and shall not be construed to be a sale ofwater from one City to the other, but rather is solely for the purpose ofproviding a point ofwater delivery in the event ofan emergency. 5. Chapter 791, Tex. Gov. Code, the same being the Interlocal Cooperation Act, authorizes the Cities to contract with one another in connection with the performance of governmental functions and services, and the Cities acknowledge and agree that the water line interconnection described herein is such a governmental function and/or service, is for the protection ofthe public health, safety and welfare, and is a benefit to the citizens ofthe Cities. NOW, THEREFORE, for and in consideration of the mutual covenants and obligations set forth herein, the benefits flowing to each of the Cities, and other good and valuable Interlocal Agreement » ...... l ...#C Interlocal Agreement "I)...... ., 􀁁􀁾􀁃􀀺 \ consideration, the Town of Addison, Texas and the City of Farmers Branch, Texas do hereby contract and agree as follows: Section 1. Incorporation of Recitals. The above and foregoing recitals are true and correct and are incorporated herein and made a part hereof for all purposes. 1\ 􀁾 ., Section 2g_, Water bine 􀀡􀀡􀀡􀁴􀁥􀁲􀁯􀁯􀁾􀁥􀁣􀁴􀁩􀀧􀁩 􀁃􀀥􀁦􀀱􀀢􀀧􀁾 efl511'd g A. 􀁾􀀴 water line (including pipe a valve or valves, a 􀁷􀁾􀁥􀁴􀁥􀁲 or meters, and other appurtenances thereto) interconnecting t,he Addison, Main and th;;tF;;.;;;". Branch Main shall be 􀁾d constructed and installed at,_1 sliMl showft tmdas deseIffied iii &tiOOit I attached hereto (the􀁾 !!Intelcu1wceti9ll").-, /........􀁾 ,& 􀁴􀁩􀀡􀁩􀁾 n ,tl t 􀁾 􀁾 i2 t-"7"IA_aJj) 􀁾􀁾􀁟 Gp rnL St7c/l1IWBr 􀁃􀁃􀁊􀁄􀁾 'tJF ISt>CJ/DE'1 vv 􀁾 􀁾 PRf2KIvAJ/􀁅􀁾 B. Upon the execution ofthis Agreement, Addison shall design the constructfon and installation of the Interconnection and submit the same to Farn'lers Branch Branch for its review and approval. Upon receiving such approval, Addison shall construct (or cause to be constructed) the Interconnection at its cost. Addison and Farmers Branch shall have the right to inspect the Interconnection construction, and the completion of construction shall be subject to the Cities' mutual review and approval. Addison and Farmers Branch shall have the right to inspect the Interconnection construction, and the completion of construction shall be sub'e to the Cities' mutual review andapproval./(]f 􀁾􀁴􀀣􀁴􀁨􀁥 Interc nnection, ==o==r=c=e")(!)he Inter nnection or Except in an e ergency, . r to performing any Maintenance, 􀁁􀁤􀁤􀁤􀁩􀁩􀁾􀁳􀁯􀁾􀁮􀁾􀁳􀁬􀁩􀁬􀁡􀀺􀁴􀁲􀁮􀁮􀁾􀁯􀁦􀁴􀁬􀁾􀁐􀁉􀁄􀁾􀁾􀀱􀀡􀁲􀁡􀁮􀁣􀁨 of the pr aintenance and the anticipated cost thereof and shall submit plans for such Maintenance to Farmers Branch for its review and approval. During any Maintenance, Addison and Farmers Branch shall have the right to inspect the Maintenance work, andthe completion ofMaintenance work shall be subject to the Cities' mutual review and approval. D. The Interconnection, once installed, may be used solely to provide a temporary point of water delivery to Farmers Branch from Addison (through the Addison Main) or from Farmers Branch to Addison (through the Farmers Branch Main), as the case may be (the City from whom the water is delivered being the "Delivering City"), in the event water service to either of the Cities is temporarily discontinued or seriously impaired or such discontinuance or impairment is imminent ("Emergency"). If the Cities mutually agree (in their respective sole discretion) that an Emergency exists in either City (such City being the "Affected City"), the Cities will promptly cause the Interconnection to be opened and utilized for the benefit of the Affected City for such temporary period oftime as may be agreed upon between the Cities, but in any event not longer than is reasonably necessary to return water service in the Affected City ---.to-!l@--!l-Emergency status. {;,􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁴􀁾 During an Emergency, water flowing to the Affected City shall be metered. Upon -the cesQo ofan Emergency and the discontinuance ofthe Interconnection, the Delivering City 􀀮􀀮􀀮􀀮􀀮􀀭􀀭􀁓􀁨􀀱􀁬􀁾􀁾􀁦􀁉􀀱􀀧􀁡􀁥 to the Affected City a written state Hectin the amount of water delivered to the Affected City (as established by the meter and the amount the e Ivenng City owes or WI 􀁾􀁾􀁾􀀧􀁪􀁦/􀁦'􀀧􀀨 owe to Dallas for such water pursuant to the Delivering City's Dallas Water Agreement. The Affected City shall, upon its receip of the statement, promptly reimburse such amount to the Delivering City. Section 3. A. Subject e termination provisions of this Agreement, this term of this Agreement shall be fo one ear, beginning January 1, 2005 and ending December 31,2005 (the IIOriginal Termll). At nd of the Original Term and each Renewal Term (as hereinafter defined), unless this Agreement has been terminated and subject to the termination provisions hereof, this Agreement shall be automatically renewed for a one (1) year period, each such period beginning on the first day ofJanuary of each calendar year and ending on the last day of December ofthe same calendar year (each such additional one (1) year period being a IIRenewal Termll).B. Either City may terminate this Agreement by giving notice of such termination to the other City at least thirty (30) days prior to such termination. Section 4. Payment from Current Revenues. To the extent any payment is made by either ofthe Cities under this Agreement, such payment shall be made from current revenues available to the paying City. Section 5. Responsibility; No Waiver. Each ofthe Cities shall be responsible for its own acts and omissions in connection with this Agreement. This Agreement and all of its terms and conditions are and constitute a governmental function ofeach ofthe Cities. Notwithstanding any other provision of this Agreement, this Agreement and all of its terms and conditions are expressly subject to the immunity of Addison and Farmers Branch, and shall not constitute nor be deemed to constitute a waiver of immunity of any kind whatsoever which is or may be available to either or both ofthe Cities, nor be deemed to be a waiver of any defense or any tort limitation whatsoever which is which is or may be available to either or both ofthe Cities. Section 6. Miscellaneous. A. Assignment. Neither Addison nor Farmers Branch may assign, sell, transfer, or otherwise convey (together, IIAssignll or IIAssignmentll), or has the power to Assign, any or all of the rights, duties and obligations or interest in this Agreement, and any such Assignment is and shall be void. B. Relationship. Addison and Farmers Branch agree and acknowledge that each is not an agent ofthe other and tru,.t each is responsible in accordance with the laws ofthe State of Texas for its own acts, forbearance, negligence and deeds, and for those of its officers, agents or employees in conjunction with the performance ofthis Agreement. Nothing in this Agreement is intended nor shall be construed to create an employer-employee relationship, a joint venture, or a joint enterprise relationship. C. Address for Notices. For purposes of this Agreement, notices and all other communications provided for herein shall be in writing, addressed as provided hereinafter to the Interlotal Agreement D ...... '1 􀁮􀁾􀀮􀀨 City to whom the notice or request is given, and shall be either (i) delivered personally, (ii) sent by United States certified mail, postage prepaid, return receipt requested, or (iii) placed in the custody of Federal Express Corporation or other nationally recognized carrier to be delivered overnight. Notice shall be deemed given when received if delivered personally or if sent by Federal Express or other nationally recognized carrier; or seventy-two (72) hours after deposit if sent by certified mail. Addresses for notices and communications are as follows: To Addison: 5300 Belt Line Road Dallas, Texas 75254 Attn: Director ofPublic Works To Farmers Branch Attn: Director ofPublic Works From time to time either City may designate another address for all purposes of this Agreement by giving the other City not less than ten (10) days advance notice of such change of address in accordance with the provisions hereof. D. Severability. The terms and provisions of this Agreement are severable, and if any term or provision is held to be illegal, invalid or unenforceable under present or future laws, such provision shall be fully severable and this Agreement shall be construed and enforced as if such illegal, invalid or unenforceable provision is not a part hereof, and the remaining provisions hereof shall remain in full force and effect. In lieu of any illegal, invalid or unenforceable provision herein, the Cities agree to seek to negotiate the insertion of a provision as similar in its terms to such illegal, invalid or unenforceable provision as may be possible, with the intent that such added provision is legal, valid and enforceable. E. Rights and Remedies Cumulative; Non-Waiver: Survival of Rights. The rights and remedies provided by this Agreement are cumulative, and the use ofanyone right or remedy by either City shall not preclude or waive its right to use any or all other remedies. The said rights and remedies are given in addition to any other rights the Cities may have by law statute, ordinance, or otherwise. The failure by either City to exercise any right, power, or authority given to it by this Agreement, or to insist upon strict compliance with the terms of this Agreement, shall not constitute a waiver of the terms and conditions of this Agreement with respect to any other or subsequent breach thereof, nor a waiver by such City of its rights at any time thereafter to require exact and strict compliance with all the terms hereof Any rights and remedies either City may have with respect to the other arising out of this Agreement shall survive the cancellation, expiration or termination ofthis Agreement. F. No Third Party Benefits. This Agreement and each ofits provisions are solely for the benefit of the Cities hereto and are not intended to create or grant any rights, contractual or otherwise, to any third person or entity. G. Entire Agreement. This Agreement constitutes the entire and integrated agreement between the Cities with respect to the Interconnection, supersedes all prior agreements, negotiations, and/or representations, either written or 􀁯􀁲􀁡􀁾 and may be amended or modified only by written instrument signed by both Addison and Fanners Branch. Interlocal Agreement "0...... ,. nof'.tO: H. Venue; Applicable Law. In the event of any action under this Agreement, venue for all causes of action shall be instituted and maintained in Dallas County, Texas. The Cities agree that the laws ofthe State ofTexas shall govern and apply to the interpretation, validity and enforcement ofthis Agreement; and, with respect to any conflict of law provisions, such conflict of law provisions shall not affect the application of the law of Texas (without reference to its conflict of law provisions) to the governing, interpretation, validity and enforcement of this 􀁾􀁟􀁭􀀮 􀁾 􀀱􀁾 !;p:as. TIi"'afeBee _ OR Proposalof _ a partnership consisting of _ and _ OR Proposalof , an individual trading as _ OR Proposalof ---' 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, Storm Sewer, Water, Sanitary Sewer, Signalization and Streetscape Improvements for ARAPAHO ROAD -PHASE ill -SURVEYOR BOULEVARD TO ADDISON ROAD 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 2:00 p.m. on Thursday, the 7th day of June, 2004. 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: PF-30f62 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. Drvf)-/I-:!P-rl t;;ilCeuJa::A'f\!?1I"-/􀁾􀁾􀀬_. _ Name ofBidder .' 􀁖􀀭􀁾 By: 􀁾􀁾􀁾􀀮 (Signature) 1-d.F t-ku1 (Print Name and Title) Witness:__􀁾􀀦􀁾􀀧􀀭􀀭􀀭􀁬􀁉􀁉􀀭􀁾􀁟􀀭.c...K. ,􀀢-􀀭·􀀢􀀭􀁾􀀭􀀭􀀽􀀭􀀽􀀭􀀽􀀺􀀻􀀮􀀮􀀮􀀭􀀮􀀮􀀭􀀭􀀽􀀭􀀮􀀮􀀮􀀺􀀺􀀮􀀮􀀮􀀮􀀮􀀭 _ (Signature) :101 􀁊􀁊􀁾 %1M S+ree-+ . (Office Address of Bidder) Bidder's Tax LD. No. or Employer No. SEAL (If Bidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-4of62 PAVING, UTiUTlES, SIGNAlIZATION, AND STREETSCAPE BID SCHEDULE SUMMARY ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISION ROAD Base Bid Bid Schedule & Description 1. ROADWAY IMPROVEMENTS Total Amount Materials & 􀁓􀁥􀁲􀁶􀁩􀁣􀁥􀁾 I, IDS; 5ZJ's. "tD. 􀁾􀁌 $6.8!l5.449. JOt) 􀀬􀀮􀀬􀁾 ll. ill. IV. vVI. UTILITY IMPROVEMENTS UGIITINGAND SIGNALIZATIONIMPROVEMENTS STREETSCAPE IMPROVEMENTS BRIDGE CONSTRUCTION BRIDGE UGIITlNG TOTAL BID FOR SCHEDULES I-VI • TOTAL OF STANDARD BID (A): TOTAL OF nME BID: TOTAL OF CALENDAR DAYS X $4,000.00 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: $4.036,269.550 $637.020.750 $1,254,216.600 $5.825.147.440 $714,371.750 /1, 􀀮􀀦􀀷􀁾􀀮􀁯􀁾􀁱􀀮 1<1 519;36B,4"1..'¥9-}'f-FH-550 $2,200,000.00 Additive Alternate I Bid Schedule & Description Vll. ROADWAYUGHTING vm. STREETSCAPE IMPROVMJ1NTs IX. DEDUCTIONS IF ALTERNATIVE #1 ISACCEPTED TOTALBID FORADDITIVE ALTERNATE I = TOTAL OF ADDITIVE ALTERNATE BID (A): TOTAL OF CALENDAR DAYS X $4,000.00 (B): BASIS FOR COMPARISON OF BIDS: Additive Alternate I (A) + (B) = TOTAL BID: Additive Alternate IT Bid Schedule & Description Total Amount Materials & servi= $2,808.000 $368,630.700 ($14,920.100) $356,518.60 $4,000.00 $360,518.60 Total Amount Materials & 􀁓􀁥􀁲􀁶􀁩􀁣􀁥􀁾 x. XI. ROADWAYUGHTING DEDUCTIONS IF ALTERNATIVE #2 IS ACCEPTED TOTALBID FORADDrnvE ALTERNATE IT :;: TOTAL OF ADDITIVE ALTERNATE BID (A): TOTAL OF CALENDAR DAYS X $4,000.00 (B): BASIS FOR COMPARISON OF BIDS: Additive Alternate II (A) + (B) :;: TOTAL BID: $331,600.000 ($366,700.000) ($35,100.00) $4,000.00 ($31,100.00) PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Bid of: Orval Hall Excavating Co. Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount Orval Hall Excavating Co. certifies that the unit prices shown on this complete computer print-out for all of the bid items and the alternates contained in this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out. Orval Hall Excavating Co. acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total bid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective estimated quantities shown in the proposal and then totaling all of the extended amounts. Signed: 􀁾􀁾 Title: Date: l'rellident 07-Jun-Q4 PROJECT: ARAPAHO ROAD -PHASE III .SURVEYOR BOULEVARD TO ADDISON ROAD Bid of: Orval Hall Excavating Co. Item Unit of Approx. Unit Bid No. Bid Item Description Measure Quantities Price Amount .._--... ....----------_..__.... ...._--------..-_....--------_..-....-..__....--..--....-..------------------.._-_..-----..--------_. --------------------------....--_.. ...._..-..._--------- _...._-...------.. ---------..--..------..-_.._----_..-..--------------. ROADWAY IMPROVEMENTS 􀀤􀀮􀀻􀀿􀀬􀀯􀀨􀁰􀁾 􀁾􀀱􀁊􀁏 Kf-k 􀁾􀀬􀁉􀀨􀁐􀁾 ()s;"v. 00 􀁊􀀱􀁦􀁾 101 MOBILIZATION LS 1.000 $1,958,689.9& $1,958,9QQ.OO 102 PREP ROW STA 54.000 $11,951.50 $645,381.00 103 FULL DEPTH SAW CUT EX CONC LF 1564.000 $3.00 $4,692.00 104 REM & DISP OF EX CONC PAVB INCL CURB SY 6588.000 $6.00 $39,528.00 105 REM & DISP OF EX CONC SW SY 67.000 $6.00 $402.00 106 REM & DISP OF EX DRWAY SY 86.000 $6.00 $516.00 107 UNCLASS ST EXCAVA CY 16000.000 $5.00 $80,000.00 108 EMBANKMENT CY 56000.000 $15.00 $840,000.00 109 10" THICK REINF CONC PAVE SY 29400.000 $36.00 $1,058,400.00 110 6" INTEGRAL CONC CURB LF 11325.000 $2.30 $26,047.50 111 MONO MEDIAN NOSE EA 8.000 $500.00 $4,000.00 112 8" REINF CONC DRWAY SY 450.000 $40.00 $18,000.00 113 REINF CONC ISLAND SY 300.000 $36.00 $10,800.00 114 WHCHAIR RAMP EA 0.000 $0.00 $0.00 115 REM & RELOC ROADSIDE SIGN EA 1.000 $150.00 $150.00 116 F&I STOP SIGN, Rl-1 EA 2.000 $150.00 $300.00 117 F&l STOP SPEED LIMIT SIGN, R2-1 EA 5.000 $150.00 $750.00 118 F&I LEFT TURN LANE MUST TURN LEFT SIGN R3-7L EA 3.000 $150.00 $450.00 119 F&I RIGHT TURN LANE MUST TURN R3-7R EA 2.000 $150.00 $300.00 120 F&I MERGE RIGHT R4-7 EA 3.000 $150.00 $450.00 121 F&I SIGNAL AHEAD W3-3 EA 1.000 $150.00 $150.00 122 F&I WRONG WAY SIGN R5-1A EA 2.000 $150.00 $300.00 123 F&I KEEP RIGHT SIGN R4-7A EA 2.000 $150.00 $300.00 124 F&I NO PARKING SIGN R8-3A EA 3.000 $150.00 $450.00 125 F&I DIVIDED HWY SIGN R6-3A EA 2.000 $150.00 $300.00 126 LEFT TURN LN ENDS SIGN EA 1.000 $150.00 $150.00 127 RR XING SIGN (WI0-1) EA 4.000 $150.00 $600.00 128 DO NOT STOP ON TRACKS SIGN EA EA 4.000 $150.00 $600.00 129 RR XING, CROSS BUCKS SIGN (RI5-1) EA 4.000 $150.00 $600.00 130 2 TRACK SIGN EA 4.000 $150.00 $600.00 131 1WAY SIGN EA 1.000 $150.00 $150.00 132 TRAPF CTRL DEVICES LS 1.000 $48,000.00 $48,000.00 133 4" WHITEIRED REFL SQ ACRYLIC BUTTONS EA 550.000 $2.60 $1,430.00 134 4' WHITE NON REFL RAISED CERAMIC BUTTONS EA 550.000 $2.10 $1,155.00 135 4" YELL DBL REFL SQ ACRYLIC BUTTONS EA 497.000 $2.60 $1,292.20 136 6" X 6" WHITE JIGGLE BAR TILES EA 122.000 $10.50 $1,281.00 137 REM EX PAVE MARK & BUTTONS LS 1.000 $900.00 $900.00 138 PAVE DIRECTIONAL MARKERS EA 22.000 $75.00 $1,650.00 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE 1, ITEMS 101 THROUGH 163, INCLUSIVE 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 WHITE THERMO REFL PAVE MARK, "ONLY" EA 16.000 $95.00 RR XING PAVE MARK EA 8.000 $400.00 24" SLD WHITE THERMO STOP BAR LF 128.000 $4.00 4" SLD YELL THERMO STRIPE LF 100.000 $1.00 MSE RETAIN WALL SF 15000.000 $26.80 CONC RETAIN WALL CL F, CIP WALL CY 950.000 $459.00 STRUCT EXCAVA CY 463.000 $2.00 BOLLARDS EA 4.000 $300.00 UNDGRNDELECTSERV LS 1.000 $100,000.00 TEMP CONST FENCE LF 8100.000 $2.50 PEDRAIL LF 690.000 $82.40 TRAPF RAIL TY T4 LF 1950.000 $86.50 SOL GUARDRAIL TERMINAL LF 150.000 $1,500.00 WHEEL STOPS EA 116.000 $300.00 ENGR FIELD OFFC MO 18.000 $2,470.00 NOT USED LS 0.000 $0.00 INSTALL AND FURNISH CONCRETE RAILROAD CROSI LF 380.000 $371.00 INSTALL AND FURNSlH 8X8 STEEL BUNGALOW WITH LS 0.000 $0.00 INSTALL AND FURNISH FLASHER & GATE SIGNALS" LS 0.000 $0.00 INSTALL AND FURNISH SIGNAL MATERIAL LS 0.000 $0.00 INSTALL AND FURNISH PROJECT MATERIAL, DIRECT LS 0.000 $0.00 INSTALL AND FURNSlH TRACK MATERIAL, ELECTRO LS 0.000 $0.00 UNCLASSIFIED BRICKYARD EXCAVATION CY 30000.000 $17.10 FURNISH AND PLACE 4" WHITE STRIPE LF 2740.000 $0.40 FURNISH AND PLACE 10 CHAIN LINK FENCE LF 110.000 $25.00 $1,520.00 $3,200.00 $512.00 $100.00 $402,000.00 $436,050.00 $926.00 $1,200.00 $100,000.00 $20,250.00 $56,856.00 $168,675.00 $225,000.00 $34,800.00 $44,460.00 $0.00 $140,980.00 $0.00 $0.00 $0.00 $0.00 $0.00 $513,000.00 $1,096.00 $2,750.00 • itL /> 7,IIJS,.:5t).::S.70 􀁾 !B6,893,449.')I9 200 201 202 203 204 205 206 207 208 209 UTILITY IMPROVEMENTS FURNISH AND INSTALL 10" PVC SDR 35 SANITARY SE LF 12" PVC SDR36 SS PWE LF 4' DIA SS MH EA FURNISH AND INSTALL 4' DIAMETER SANITARY SEW EA CONNECT EX SS SERV TO PROP SS EA 24" STL ENCASE PIPE LF RESERVED REM & DISP DISP OF EX MH EA EROS CTRL LS REM CONC CHANNEL LINING LS 1396 1177.000 6.000 4.000 6.000 300.000 5.000 1.000 1.000 $38.00 $55.00 $2,400.00 $4,200.00 $500.00 $91.00 $0.00 $1,000.00 $54,800.00 $51,000.00 $53,048.00 $64,735.00 $14,400.00 $16,800.00 $3,000.00 $27,300.00 $0.00 $5,000.00 $54,800.00 $51,000.00 PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Bid of: Orval Hall Excavating Co. Item Unit of Approx. Unit Bid No. Bid Item Description Measure Quantities Price Amount .._...._. __________ ___.._...._ --_"_-_00 ....___.._______..__.._____....__....____......_____..__.....__..___..________..______.._____.... ..__....___.... .._..______..______.._____ _.._______..___.._____.._________ ..___....____..___.........._____________.... ________......... 210 REM EX 66" Rep LF 763.000 $20.00 $15,260.00 211 REMOVE 3-66" HEADWALL EA 2.000 $2,500.00 $5,000.00 212 REM 54" HEADWALL & RCP LF 28.000 $100.00 $2,800.00 213 REMOVE 9'X5' BOX CULVERT LF 30.000 $50.00 $1,500.00 214 REM24"RCP LF 60.000 $10.00 $600.00 215 REMOVE 30" RCP LF 16.000 $8.00 $128.00 216 RM 30" HEADWALL EA 1.000 $500.00 $500.00 217 REM CMP & HEADWALL LF 39.000 $8.00 $312.00 218 REMOVE 2-4'X2' HEADWALL EA 2.000 $1,000.00 $2,000.00 219 SALVAGE FIRE HYDRANT AND VALVE EA 1.000 $500.00 $500.00 220 CONSTRUCT CONCRETE PILOT CHANNEL SY 85.000 85.000 $51.50 $4,377.50 221 8' STANDARD CURB INLET EA 6.000 $1,890.00 $11,340.00 222 10' STANDARD CURB INLET EA 3.000 $2,100.00 $6,300.00 223 12' STANDARD CURB INLET EA 1.000 $2,310.00 $2,310.00 224 8' RECESSED CURB INLET EA 7.000 $1,890.00 $13,230.00 225 10' RECESSED CURB INLET EA 11.000 $2,100.00 $23,100.00 226 2-8' RECESSED CURB INLET EA 1.000 $2,940.00 $2,940.00 227 10' MODIFIED CURB INLET EA 1.000 $2,420.00 $2,420.00 228 2-GRATE INLET EA 4.000 $2,420.00 $9,680.00 229 YINLET EA 13.000 $1,365.00 $17,745.00 230 I'Xl' GRATE INLET EA 1.000 $998.00 $998.00 231 2-10X6 PW WlNGWALL EA 1.000 $11,800.00 $11,800.00 232 1-6'X5' HEADWALL EA 1.000 $5,780.00 $5,780.00 233 30" TY A HEADWALL EA 1.000 $1,050.00 $1,050.00 234 36" TY B HEADWALL EA 1.000 $1,160.00 $1,160.00 235 BOX CULVERT STORM MANHOLE EA 6.000 $1,580.00 $9,480.00 236 TYPE A STORM SEWER MANOLE EA 1.000 $2,840.00 $2,840.00 237 18" RCP STRM SEW PIPE LF 8.000 $106.00 $848.00 238 RCP STRM SEW PIPE 21" LF 914.000 $73.00 $66,722.00 239 RCP STRM SEW PIPE 24" LF 925.000 $72.35 $66,923.75 240 RCP STRM SEW PIPE 30" LF 583.000 $86.40 $50,371.20 241 RCP STRM SEW PIPE 36" LF 40.000 $ll1.00 $4,440.00 242 RCP STRM SEW PIPE 54" LF 19.000 $196.00 $3,724.00 243 RCP STRM SEW PIPE 60" LF 6.000 $315.00 $1,890.00 244 4'X2' BOX CULVERT LF 24.000 $291.00 $6,984.00 245 6'X3' BOX CULVERT LF 244.000 $220.00 $53,680.00 246 BOX CULVERT 6' X 5' LF 112.000 $167.00 $18,704.00 247 BOX CULVERT 7' X 5' LF 260.000 $294.00 $76,440.00 248 BOX CULVERT 8' X 5' LF 590.000 $313.00 $184,670.00 Bid of; Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount 249 BOX CULVERT 9' X 5' LF 4516.000 $375.00 250 BOX CULVERT 10' X 5' LF 512.000 $436.00 251 BOX CULVERT 10' X 6' LF 1395.000 $469.00 252 21" RCP W/36" STEEL ENCASEMENT BY BORE AND IA· LF 48.000 $387.00 253 24"RCP W/36" STEEL ENCASEMENT BY BORE AND IA( LF 42.000 $408.00 254 30"RCP W/42" STEEL ENCASEMENT BY BORE AND IA( LF 38.000 $532.00 255 4" SCHEDULE 40 PVC LF 1572.000 $13.90 256 8" SCHEDULE 40 PVC LF 15.000 $20.00 257 PVC FITTINGS LS 1.000 $500.00 258 12" HDPE STORM SEWER PIPE LF 124.000 $32.20 259 CONCRETE PAVEMENT REMOVALIREPLACEMENT SY 510.000 $89.70 260 CONCRETE DRIVEWAY REMOVALIREPLACEMENT SY 45.000 $66.10 261 FIRE HYDRANT (INCLUDING 6" WATER AND VALVE) EA 1.000 $3,000.00 262 8"WATERLINE LF 85.000 $65.00 263 60 RCCP WATER LOWERING WrrHRUST BLOCKING (P LF 80.000 $1,990.00 264 16" PVC WATERLOWERING LF 30.000 $300.00 265 8" PVC WATER LOWERING LF 40.000 $220.00 266 TRENCH SAFETY LF 14536.000 $0.25 267 SEDIMENT REMOVAL, 66" RCP CY 250.000 $150.00 268 REMOVE 9'X5' HEADWALL ON WEST SIDE OF MIDWA EA 1.000 $1,500.00 269 PREP AND IMPLEMENTATION OF SWPPP PER SPEC At LS 1.000 $1,500.00 270 -60" BUTIERFLY VALVE AND APPURTENANCES, PER I LS 1.000 $52,600.00 271 GROUTED RIPRAP SY 750.000 $63.60 272 TEMP 8" THICK ASPHALT PAVEMENT (2" TYPE D, 6" T SY 500.000 $46.80 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE II, ITEMS 200 THROUGH 272, INCLUSIVE $1,693,500.00 $223,232.00 $654,255.00 $18,576.00 $17,136.00 $20,216.00 $21,850.80 $300.00 $500.00 $3,992.80 $45,747.00 $2,974.50 $3,000.00 $5,525.00 $159,200.00 $9,000.00 $8,800.00 $3,634.00 $37,500.00 $1,500.00 $1,500.00 $52,600.00 $47,700.00 $23,400.00 $4,036,269.55 301 302 303 304 305 306 307 308 309 310 311 LIGHTING IMPROVEMENTS TRAFFIC SIGNALS -ARAPAHO ROAD AT ADDISON RC LS TRAFFIC SIGNALS -ARAPAHO RD AT SURVEYOR Bot LS CONDUIT 2" SCH 40 PVC LF CONDUIT 2" SCH 40 PVC BORE & TRENCHED LF CONDUIT 4" SCH 40 PVC BORE & TRENCHED LF CONDUIT, 1-112" LF 35' 3" STREET LIGHT POLE EA PEDESTRIAN BASE AND LIGHT POLE EA COMBO, ST LIGHT WIPED FIXTURE EA RETAIN WALL MOUNT LIGHT POLE EA 70W WALL MOUNT LUMINAIRE FIX EA 1.000 1.000 11003.000 108.000 195.000 243.000 9.000 64.000 13.000 4.000 4.000 $23,000.00 $10,500.00 $5.00 $20.00 $25.00 $20.00 $2,000.00 $3,400.00 $8,500.00 $7,200.00 $6,750.00 $23,000.00 $10,500.00 $55,015.00 $2,160.00 $4,875.00 $4,860.00 $18,000.00 $217,600.00 $110,500.00 $28,800.00 $27,000.00 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount 312 CABLE, INSUL, #6 AWG LF 22706.000 $1.00 313 CABLE, INSUL, #8 AWG LF 770.000 $0.85 314 BARE GRND #8 AWG LF 385.000 $0.85 315 BARE GRND #6 AWG LF 11353.000 $1.00 316 CABLE, INSTL #4 AWG LF 780.000 $1.00 317 BARE GRND #4 AWG LF 390.000 $1.00 318 FOUNDATION, 35' 3" ST LIGHT POLE EA 21.000 $800.00 319 FOUNDATION, PED LIGHT POLE LF 64.000 $800.00 320 GRND MOUNT PULL BOX TY A EA 24.000 $500.00 321 GRND MOUNT PULL BOX TY C EA 1.000 $500.00 322 LIGHT CTRL CABINET EA 3.000 $6,000.00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE III, ITEMS 301 THROUGH 322, INCLUSIVE STREETSCAPE IMPROVEMENTS 401 SHUMARD OAK 4" CAL EA 36.000 $750.00 402 SHANTUNG MAPLE 3" CAL EA 37.000 $495.00 403 SAVANNAH HOLLY 30 GAL EA 105.000 $225.00 404 VITEXICHASTE TREE 30 GAL EA 8.000 $325.00 405 CREPE NrrRTLE 30 GAL EA 43.000 $200.00 406 DWARF BURFORD HOLLY 5 GAL EA 225.000 $22.00 407 FRINGE FLOWER 5 GAL EA 108.000 $35.00 408 HARBOR DWARF NANDINA 3 GAL EA 263.000 $22.00 409 MARY NELL HOLLY 5 GAL EA 178.000 $29.00 410 PURPLE WINTERCREEPER I GAL EA 1727.000 $6.30 411 ASIAN JASMINE I GAL EA 14706.000 $2.80 412 INDIAN GRASS 5 GAL EA 66.000 $25.00 413 BUSHY BLUESTEM GRASS 5 GAL EA 130.000 $25.00 414 LITTLE BLUESTEM GRASS 3 GAL EA 615.000 $25.00 415 LINDHEIMER'S MUHLY 3 GAL EA 104.000 $25.00 416 SOLID SOD, BERMUDA SY 12800.000 $2.40 417 HYDROMULCH,BERMUDA SF 105082.000 $0.05 418 TREE PROTECT LF 4000.000 $4.00 419 COMPOST IN TURF AREAS (SOD ONLY) CY 363.000 $38.00 420 FINELY SHRED HARDWOOD BARK MULCH CY 346.000 $38.00 421 BED PREP CY 346.000 $55.00 422 IRRIGATION SYSTEM, TURNKEY LS 1.000 $242,100.00 423 CROSSWALK BRICK PAVERS SF 2016.000 $11.80 424 MEDIAN PAVERS SF 3724.000 $11.90 $22,706.00 $654.50 $327.25 $11,353.00 $780.00 $390.00 $16,800.00 $51,200.00 $12,000.00 $500.00 $18,000.00 $637,020.75 $27,000.00 $18,315.00 $23,625.00 $2,600.00 $8,600.00 $4,950.00 $$3,780.00 $5,786.00 $5,162.00 $10,880.10 $41,176.80 $1,650.00 $3,250.00 $15,375.00 $2,600.00 $30,720.00 $5,254.10 $16,000.00 $13,794.00 $13,148.00 $19,030.00 $242, I00.00 $23,788.80 $44,315.60 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. 425 426 427 428 429 430 431 432 433 434 435 436 437 438 439 440 441 442 443 444 445 446 Bid Item Description WALKWAY PAVERS 5" REINF CONC PAVE 5" REINF CONC PATH 12" CONC BANDS EMBANKMENT FLUSH CONC STRIPS 2'X 10' DECOMPOSED GRANITE PAVE RIVER COBBLES W/DRAlN PIPE FLAGSTONE PAVING ADA RAMP TREE GRATE CONC BENCHES 18" HI CMUWALL BRICK VENEER CAST STONE CAP MODULAR RETAIN WALL SYS SECURITY FENCE ON RETAIN WALL DECORATIVE METAL FENCE DECORATIVE MEAL GATE BRICK COLUMNS PED VOICE COMMUNICATION UNIT STEEL EDGING Unit of Measure SF SF SF LF CY SF SF CY SF EA EA EA LF SF LF SF LF LF EA EA EA LF Approx. Quantities 4472.000 43207.000 28845.000 2396.000 248.000 20.000 32488.000 59.000 6100.000 7.000 22.000 3.000 144.000 608.000 144.000 1708.000 477.000 895.000 1.000 6.000 3.000 484.000 Unit Bid Price $7.60 $3.50 $3.50 $8.30 $13.00 $3.60 $0.95 $350.00 $13.50 $1,000.00 $1,000.00 $385.00 $46.50 $4.30 $20.30 $18.00 $114.00 $85.60 $10,400.00 $900.00 $2,000.00 $4.50 Amount $33,987.20 $151,224.50 $100,957.50 $19,886.80 $3,224.00 $72.00 $30,863.60 $20,650.00 $82,350.00 $7,000.00 $22,000.00 $1,155.00 $6,696.00 $2,614.40 $2,923.20 $30,744.00 $54,378.00 $76,612.00 $10,400.00 $5,400.00 $6,000.00 $2,178.00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE I, ITEMS 401 THROUGH 446, INCLUSIVE BRIDGE CONSTRUCTION 501 CONC DRILLED SHAFT 48" LF 147.000 $272.00 502 CONC DRILLED SHAFT 60" LF 312.000 $236.00 503 CONC DRILLED SHAFT 96" LF 365.000 $532.00 504 CIP CONC ABUTMENT CY 79.300 $525.00 505 CIP CONC BENTS CY 1037.500 $644.00 506 CIP CONC BENTS CY 505.200 $552.00 507 CIP CONC DIAPHRAGM CY 99.400 $1,570.00 508 CONST RElNF CONC SLAB SF 83680.000 $12.90 509 PRECAST PRESTRESS CONC MEMBERS LF 6089.000 $286.00 510 CONC SURF TREATMENT SY 9298.000 $3.80 511 STRUCTSTLFORSTLARCH LB 175000.000 $4.90 512 STRUCTSTLFORSTLSTINGER LB 12701.000 $4.10 513 STRUCT STRANDS, 2-l/2" DlA LS 1.000 $139,500.00 $1,254,216.60 $39,984.00 $73,632.00 $194,180.00 $41,632.50 $668,150.00 $278,870.40 $156,058.00 $1,079,472.00 $1,741,454.00 $35,332.40 $857,500.00 $52,074.10 $139,500.00 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD· PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount 514 PEDRAIL LF 1604.000 $82.50 515 TRAFF RAIL TY T4 LF 1577.000 $87.70 516 TRAFF RAIL TYT4, MOD LF 1576.000 $86.00 517 SEALED EXPANSION JOlNT 4/1 LF 363.700 $80.20 518 STRUCT APPRO SLAB CY 73.600 $414.00 519 ADDISON LOGO FORM LINER LS 1.000 $500.00 520 STD 24/1 X 24/1 MONUMENT PLAQUE EA 2.000 $500.00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE V, ITEMS 501 THROUGH 520, INCLUSIVE $132.330.00 $138,302.90 $135,536.00 $29,168.74 $30,470.40 $500.00 $1,000.00 $5,825,147.44 601 602 603 604 605 606 607 608 609 610 611 612 613 614 615 616 617 618 619 620 621 622 623 624 624 626 627 628 BRIDGE LIGHTING IMPROVEMENTS CONDUIT 3/4/1 SCH 40 PVC LF CONDUIT 2/1 SCH 80 PVC LF CONDUIT 3/4/1 SCH 40 RMC LF CONDUIT 1/1 SCH 40 RMC LF ELECT CONDUCTOR #2 BARE LF ELECT CONDUCTOR #2 lNSUL LF ELECT CONDUCTOR #6 BARE LF ELECT CONDUCTOR #6 INSUL LF ELECT CONDUCTOR #8 BARE LF ELECT CONDUCTOR #8 INSUL LF ELECT CONDUCTOR # 10 BARE LF ELECT CONDUCTOR #10 lNSUL LF ELECT CONDUCTOR # 12 BARE LF ELECTCONDUCTOR#12lNSUL LF GRND BOX TY E EA rrmCTIONBOX EA FURNISH AND lNSTALL FUSED DISCONNECTS EA PED SERV & FOUNDATION EA LOAD DIST CENTER & FOUND EA 120V WEATHERPROOF DUPLEX RECEPTACLES EA LED DRIVERS EA FIX & MOUNT TY A-IA ARCH FLOODLIGHTS WIBAFFI EA FIX & MOUNT TY A-IB ARCH FLOODLIGHTS WIBAFFI EA FIX & MOUNT TY A-IC ARCH FLOODLIGHTS WIBAFFl EA FIX & MOUNT TY A-2A ARCH FLOODLIGHTS EA FIX & MOUNT TY A-2B ARCH FLOODLIGHTS EA FIX & MOUNT TY A-2C ARCH FLOODLIGHTS EA FIX & MOUNT TY B BLUE LED MARKER LIGHT EA 3870.000 760.000 3620.000 150.000 450.000 1000.000 1040.000 3680.000 1485.000 3130.000 4630.000 10410.000 3420.000 6840.000 9.000 52.000 3.000 1.000 2.000 12.000 36.000 2.000 4.000 3.000 2.000 4.000 3.000 22.000 $3.00 $6.00 $10.00 $10.00 $12.00 $2.00 $1.00 $1.00 $0.85 $0.85 $0.45 $0.45 $0.35 $0.35 $500.00 $150.00 $800.00 $6,000.00 $12,000.00 $200.00 $1,000.00 $4,700.00 $4,850.00 $5,100.00 $4,100.00 $4,250.00 $4,500.00 $5,500.00 $1l,610.00 $4,560.00 $36,200.00 $1,500.00 $5,400.00 $2,000.00 $1,040.00 $3,680.00 $1,262.25 $2,660.50 $2,083.50 $4,684.50 $1,197.00 $2,394.00 $4,500.00 $7,800.00 $2,400.00 $6,000.00 $24,000.00 $2,400.00 $36,000.00 $9,400.00 $19,400.00 $15,300.00 $8,200.00 $17,000.00 $13,500.00 $121,000.00 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. Bid Item Description Unit of Measure Approx. Quantities Unit Bid Price Amount 629 630 631 632 633 634 635 636 FIX & MOUNT TY C-l LED LINEAR GRAZING ACCENT EA TY C-2 LED LINEAR GRAZING ACCENT 12" EA TY D INDUCTION AREA LIGHT EA TY E-l STINGER LIGHT, DECK MOUNT EA TY E-2 STINGER LIGHT, TRI BENT MOUNT EA TYF RDWAY LIGHT 20' HI EA TY G RDWAY LIGHT 35' HI EA GROUNDING OF STEEL STRUCTURES LS 54.000 54.000 48.000 2.000 2.000 20.000 9.000 1.000 $1,000.00 $1,000.00 $1,750.00 $2,300.00 $2,300.00 $4,800.00 $5,000.00 $5,000.00 $54,000.00 $54,000.00 $84,000.00 $4,600.00 $4,600.00 $96,000.00 $45,000.00 $5,000.00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE VI, ITEMS 601 THROUGH 636, INCLUSIVE $714,371.75 701 702 703 704 ROADWAY LIGHTING ADDITIVE ALTERNATE 1 BID ITEMS PEDESTRIAN BASE AND LIGHT POLE FOUNDATION, PEDESTRIAN LIGHT POLE BARE GROUND, #6 AWG CABLE, INSULATED, #6 AWG EA EA LF LF 33 , 135 270 $800.00 $1.00 $1.00 $1.00 $2,400.00 $3.00 $135.00 $270.00 TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, SCHEDULE VII, ITEMS 701 THROUGH 704, INCLUSIVE $2,808.00 STREETSCAPEIMPROVEMENTS ADDITIVE ALTERNATE I BID ITEMS 801 SHANTUNG MAPLE 3" CAL EA 22.000 $495.00 $10,890.00 802 VITEXICHASTE TREE 30 GAL EA 9.000 $325.00 $2,925.00 803 WILDFLOWER MIX, SEED SF 2642.000 $0.90 $2,377.80 804 INDIAN GRASS 5 GAL EA 9.000 $25.00 $225.00 805 LITTLE BLUESTEM GRASS 3 GAL EA 522.000 $25.00 $13,050.00 806 LINDHEIMER MUHLY 3 GAL EA 136.000 $25.00 $3,400.00 807 WEEPING LOVE GRASS SY 1323.000 $0.60 $793.80 808 SOLID SOD, BUFFALO SY 5616.000 $2.70 $15,163.20 809 SOLID SOD, BERMUDA SY 2790.000 $2.30 $6,417.00 810 COMPOST CY 233.000 $38.00 $8,854.00 811 HARDWOOD BARK MULCH CY 40.000 $38.00 $1,520.00 812 BED PREP CY 40.000 $55.00 $2,200.00 813 WALKWAY PAVERS SF 2465.000 $7.40 $18,241.00 814 12" CONC BANDS LF 2245.000 $7.40 $16,613.00 815 6/1 CONC BANDS LF 540.000 $4.20 $2,268.00 816 EMBANK CY 8060.000 $16.89 $136,133.40 817 FLUSH CONC STRIPS 2' X 10' SF 100.000 $3.60 $360.00 Bid of: Orval Hall Excavating Co. PROJECT: ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Item No. 818 819 820 821 822 823 824 Bid Item Description RIVER COBBLES WIDRAIN PIPE LANDSCAPE BOULDERS FLAGSTONE PAVING CONC BENCHES 18" HI CONC BENCHES 22" HI CONC RETAIN WALL STEEL EDGING Unit of Measure CY EA SF EA EA CY LF Approx. Quantities 15.000 26.000 4888.000 18.000 7.000 82.000 85.000 Unit Bid Price $350.00 $500.00 $13.50 $385.00 $407.00 $400.00 $4.50 Amount $5,250.00 $13,000.00 $65,988.00 $6,930.00 $2,849.00 $32,800.00 $382.50 SUB-TOTAL AMOUNT BID ALTERNATE #1 FOR MATERIALS AND SERVICES, SCHEDULE vm, ITEMS 801 THROUGH 824, INCLUSIVE $368,630.70 901 902 903 DEDUCTIONS IF ALTERNATE #1 IS ACCEPTED 5" REINFCONC PAVE HYDROMULCH, BERMUDA TREE GRATE.. SF SF EA -2476.000 -105082.000 -1.000 $3.50 $0.05 $1,000.00 ($8,666.00) ($5,254.10) ($1,000.00) SUB-TOTALAMOUNT OF DEDUCTIONS FOR BID ALTERNATE #1 FOR MATERIALS AND SERVICES, SCHEDULE IX, ITEMS 901 THROUGH 903, INCLUSJ TOTAL AMOUNT BID ALTERNATE #1 FOR MATERIALS AND SERVICES, SCHEDULE vnTHROUGH SCHEDULE IX, ITEMS 701 THROUGH 903, INCLUSI ($14,920.10) $356,518.60 1001 1002 1003 1004 ROADWAY LIGHTING ADDITIVE ALTERNATE II BID ITEMS 35' 3" STREET LIGHT POLE (STEEL TIPE) EA PEDESTRIAN LIGHT POLE (STEEL TIPE) EA COMBINATION, STREETLIGHT WI PEDESTRIAN FIXTl EA RETAINING WALL MOUNTED LIGHT POLE (STEEL TYI EA 9.000 64.000 13.000 4.000 $1,200.00 $3,200.00 $7,200.00 $5,600.00 $10,800.00 $204,800.00 $93,600.00 $22,400.00 TOTAL AMOUNT BID FOR MATERlALS AND SERVICES, SCHEDULE X, ITEMS 1001 THROUGH 1004, INCLUSIVE $331,600.00 1101 1102 1103 1104 DEDUCTIONS IF ADDITIVE ALTERNATE II ACCEPTED 35'-3" STREET LIGHT POLE (ALUMINUM) EA PEDESTRIAN LIGHT POLE (ALUMINUM) EA COMBINATION, STREETLIGHT WI PEDESTRIAN FIXTl EA RETAINING WALL MOUNTED LIGHT POLE (ALUMINU EA -9.000 -64.000 -13.000 -4.000 $2,000.00 $3,300.00 $8,500.00 $6,750.00 ($18,000.00) ($211,200.00) ($ II 0,500.00) ($27,000.00) SUB-TOTAL AMOUNT OF DEDUCTIONS FOR BID ALTERNATE #2 FOR MATERIALS AND SERVICES, SCHEDULE XI, ITEMS 1101 THROUGH 1104, INCLl TOTAL AMOUNT BID ALTERNATE #2 FOR MATERIALS AND SERVICES, SCHEDULE X THROUGH SCHEDULE XI, ITEMS 1001 THROUGH 1104, INCLUSJ ($366,700.00) ($35,100.00) RESOLUTION ADOPTED BY UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF ORVAL HALL EXCAVATING CO. We, Orval Hall Excavating Co., Michael F. Hall, and Janet H. Stephenson, as members of the Board of Directors of Orval Hall Excavating Co., a corporation organized under the TEXAS BUSINESS CORPORATION ACT, being all the members of such Board as presently constituted, do by this writing consent to take the following actions and adopt the following resolutions: IT IS RESOLVED, President; Michael F. Hall, and Janet H. Stephenson, Secretary/Treasurer; have the authority to enter into contracts, execute bids and agreements on behalf of Orval Hall Excavating Co. We direct that this consent be filed with the minutes of the proceedings of the Board of Directors of the Corporation. This consent is executed pursuant to Article 9.10(B) of the TEXAS BUSINESS CORPORATION ACT and Paragraph 3.10 of the Bylaws of the Corporation, which authorize the taking of action by the Board of Directors by unanimous written consent without a meeting. EXECUTED ON June 7, 2004 MICHAEL F. HALL, President 􀁾􀁃􀁍􀁜􀀮􀁤􀀭 If 􀁾􀁾􀀭􀀻􀂣􀀮 -' JANEH. STEPHENSON, Sec:reasurer 1h8StRIul BIDBONJ> St. P.uI Fin Illd MllIiM IlI&lIftIIce COIIIPIlly St. Paul Cvp'dlu l1IJID'lIDceCompny St. Pul MeteDI)' IJIRl'IIDce CDIIIpaD)' UDlredSQ"N.Uty lId GlIIIUt)' eo.....y NIIIty... Gelrury IUIU'ID&e tllldcnollten. be:. Ffclllky _lid GuDllty lDJlIlaJIA CoJDP&A)' Principii Olfiee; 385 Wasblnaron SUUt St. PlIll, MilUlDlOta 551O:l Scaboml SlUIty Complny Prmeipal om": S801 Smith 􀁁􀁾􀁉􀁉􀁃 Baltimore, MluyIanci 2120' KNOW ALL MEN BYTHESE PRESENTS. that 􀀭􀀺􀀻􀁏􀀻􀀮􀀻􀀮􀁒􀁾􀁖􀁾􀁁􀀻􀀺􀀻􀀮􀁌 􀀮􀀻􀀮􀀮􀀻􀁈􀀺􀀮􀀮􀀮􀀺􀁁􀁌􀀺􀀻􀀻􀀻􀁌􀀺􀀮􀀮􀀺􀁅􀁘􀀽􀀭􀀺􀀮􀀻􀀺􀁃􀁁􀁾􀁖􀀮􀀻 􀀮􀀻􀁁􀀮􀀮􀀮􀀺􀀮􀀻􀁔􀁾􀁉􀁎􀀮􀀻􀀮􀀻􀁇􀀻􀀻􀀮􀁃􀀮􀀻􀀻􀀮􀁏􀀻􀀻􀀮􀀻􀀧􀀻􀀢􀀢􀀧􀀭 _ _________--of 201 NE 29th Street Fort Worth. TX 76106 as Princ:ipal. MN c:orpontloft, as Surety. arc held and firmly ST. PAUL FIRE AND MARINE INSURANCE and COMPANY a bound unto THE TOWN OF ADDISON ____􀀮􀀻􀀮􀀵􀀳􀁟􀀵􀀻􀀻􀀮􀀻􀀻􀁏􀀻􀀮􀀮􀀻􀁂􀁟􀁥􀀻􀀻􀀽􀀻􀁬􀁴􀀺􀀺􀀺􀀻􀁬􀁩􀁮􀀺􀀮􀀻􀀻􀁥􀁾􀁒􀀺􀀮􀀺􀁯􀀻􀀻􀀺􀀻􀁡􀀻􀀺􀀻 􀀻􀁤•􀀺􀀺􀀮.-􀁬A􀀮 :::;dd;:::i:::;so;::.n.:l.'..:.T:..;X'-7;..;5;:2;;;2;;;54..:..... as Obligee, in 1he 􀁦􀁵􀁬􀁬􀀳􀁊􀁉􀁤􀁾􀁵􀁳􀁴 sum of Five percent of amount bid. (5% of Amount Bid) __􀀭􀀺􀀭􀀭􀀺􀀭􀁟􀁾􀀭􀁾 􀀭􀀭􀁟􀀺􀁟􀁾􀀭 Dollars, lawfull1lClJley of the UntIed Stlllcs. for the paymenr 􀁯􀁲􀁾􀁩􀁥􀀺􀁨 sum, well and wIy to be made, we bind 􀁯􀁾􀁊􀁓􀁯􀀯􀁶􀁥􀁳􀀬 our heirs. executors, adrnillistrators, successors and assigns. jointly alld sevCfally. flllDly by these presenrs. WHEREAS, the said. Principal is herewith submitti1la iTS proposal Arapaho Road -Phase III • Surveyor Boulevard to Addison Road THE CONDITION OF THIS OBLIGATION is sul;h that if the 􀁾􀁦􀁯􀁲􀁥􀁳􀁡􀁬􀁤 Principal 5ha1l bl: Iwarded. the contract dll;: said Principal will, within die time 􀁲􀁥􀁱􀁵􀁩􀁾 enter into a !Granal contraCt and give: a eQOd and suffi,ienl bond to SCCUR tho performance of the terms and conditions of the tontnlCt, Iben this obUgatiOll to be void; othorwise abc Principal and Sun:ty will pay \Into the Obligee tbe difference in money bctweea me QmOUllt of die bid of the said Principal and the IIIIOlIZlt for 􀁷􀁾􀁨 the Obligee legally 􀁾􀁴􀁴􀁡􀁣􀁬􀁓 with aDOther pany to perform the wark if the IBlICr amount be in excess of the fonner. bUt in no eveot thallliability hereun.der exceed the penal SlUD hereof. Signed, 􀁾􀁥􀁡􀁫􀁤 􀁾􀀱􀁉􀁤 dltlivered ..-.;7.. th..... • d.ayof 􀀮􀀮􀀮􀀮􀀮􀀬􀀻􀁊􀀻􀀮􀀺􀀻􀁵􀁾􀁮􀀮􀀻􀀺􀀮􀁥 _ 2004 ORVAL HALL EXCAVATING 􀁾􀁏􀀮 ) ..􀁾􀀭􀀭􀀭􀀢􀀮􀀭􀀭􀀭􀀭􀀮􀀬􀀻􀀻􀀻􀁾􀀻 􀁣􀀺􀀺􀀮􀁾􀀽􀀮􀁟􀀨􀀧􀀻􀁟􀁾􀀻􀀬􀀮􀀬􀀻􀀮􀀮􀀻..􀁟􀀽􀀮􀁌􀀯􀁾􀀭􀀭􀀨􀁓􀁃􀀸􀀱􀀩 _______________(Seal) 85274 Rev. 9·2000 Prinl8l1ln U.S.A. lheStRIul POWER OF ATTORNEY Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Power of Attorney No. 22824 Certificate No. 1908473 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations dUly organized under the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"J, and that the Companies do hereby make, constitute and appoint Sheila Young, Lisa M. Bonnot, Robbi Morales, Don E. Cornell, Jerry P. Rose, Anuj Jain, Luke J. Nolan, Jr. and Chris J. Kutter Dallas Texas PETER W. CARMAN, Vice President 􀁾􀁾􀁥􀀮􀁲􀀯􀁾 THOMAS E. HUIBREGTSE, Assislant Secretary o􀁾 of the City of , State , their true and lawful Attorney(s)-in-Fact each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings: contracts and other written instruments in the nature thereof on behalf of the CompaJ;lies in ;l:Ieir business of guaranteeing the fidelity of persons, guaranteeing the perfonnance of contracts and executing or guaranteeing bonds and 􀁵􀁮􀁤􀁥􀁲􀁴􀁾􀁮􀁾􀁱􀁊􀀱􀁩􀁲􀁥􀁤 􀁣􀁥􀁾􀁴􀁴􀁥􀁾􀁾􀁹 actions or proceedings allowed by law. . . . 􀀼􀁬􀁾'::-:...c􀁾 .􀁾\; 25th September 2002 IN WITNESS WHEREOF, the Companies have caused this 􀁭􀁳􀁾􀁾􀁮􀁰􀀶􀀧􀁢􀁥􀁾􀁉􀀿􀁬􀀱􀁥􀀧􀁪􀁗􀁬􀁮􀁤 􀁳􀁥􀁾􀀼􀀱􀀬􀀺􀁴􀁬􀁉􀁩􀁓 .r;,. day of _ 􀁾 r'" 􀀭􀀨􀀧􀁪􀁬􀁏􀁾 􀀭􀀼􀀢􀀧􀁜􀁾 􀁾􀁩􀁙 Seaboard Surety Company ....􀁾􀀤 'j.-􀁾􀀮1 􀁜􀀮􀁾 ...􀀱􀀮􀀮􀁾 􀁾􀁬􀁊􀁮􀁩􀁴􀁥􀁤 States Fidelity and Guaranty Company St. Paul Fire and Marine, ut$'C-e 􀁃􀁾􀁮􀁹 '\-􀁜􀀮􀁾 Fidelity and Guaranty Insurance Company St. Paul Guardian Insuranc 􀁾􀀮􀀢􀀧􀁜􀁾 􀁾􀁾 Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Mercury 􀁉􀁮􀁳􀁵􀁲􀁡􀁮􀁣􀁾 􀁾O"\j :\)\/􀀯􀀮􀁾..,􀁾 􀁾􀁾 􀁾􀀹􀀭􀀺􀀺􀁾 􀁦􀁬􀁴􀁾􀀺􀀻􀀧􀂷􀀺􀀺􀀻􀁾􀀻􀁜􀁾􀁜 􀁾􀁓􀀧 􀁃􀀱􀀢􀀢􀀸􀀯􀀮􀁐􀀢􀁾􀁾􀁜􀁾 􀀧􀀬􀁜􀁾􀀺􀁉􀁬􀁁􀀹􀀡 lio 1896 􀁾 i 19n /R <.....􀁾.......'?' 􀁾􀁾 􀁁􀀬􀀢􀁾 􀁾􀀮􀀮 􀁲􀁴􀁾 State of Maryland City of Baltimore On this 25th day of September 2002 , before me, the undersigned officer, personally appeared Peter W. Cannan and Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as dUly authorized officers. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 1st day of July, 2006. REBECCA EASLEY-ONOKALA, Notary Public " ' SECTIONPF PROPOSAL FORM ' .. 􀁾􀁟􀁊􀁵􀁟􀁮􀁟􀁥􀀭􀀭􀀬􀀬􀀭􀀷__, 2004 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: 􀀭􀀧􀀭􀁾􀀻􀀮􀁌􀀮􀁉􀁾􀀮􀀮􀀺􀀮􀀺􀁡􀀮􀀺􀀮􀀧􀁟􀁾 _ Matthew Walsh/President ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No.1 Dated: May 17, 2004 Addendum No.2 Dated: May 19, 2004 Addendum No. 3 Dated: May 26, 2004 Addendum No.4 Dated: May 28, 2004 Addendum No.5 Dated: . June 3, 2004 Addendum No.6 Dated: June 4, 2004 Addendum No. 7 Dated: June 4, 2004 PF-20f62 ( 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. Archer Western Contractors, Ltd. Name of Bidder By: 􀁾􀁴􀁗􀁴 (Signature) Matthew Walsh/President (print Name and Title) Witness: _ (Signature) 2121 Avenue 'J', Suite 103, Arlington, TX 76006 (Office Address of Bidder) I-\ ( ( Bidder's Tax J.D. No. or Employer No. SEAL (If Bidder is a Corporation) 36-3286318 NOlES: Sign in ink. Do not detach. State of Incorporation: Corporate Address: Illinois 3715 Northside Parkway, NW Building 100, Suite 550 Atlanta, GA 30327 PF-4of62 ( ROADWAY IMPROVEMENTS ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Archer Western Contractors 101 Mobilization L.S. 1,500,000.00 1 1,500,000.00 102 General Site Preparation STA. 􀁊􀀢􀁩􀀨􀀩􀁾􀁾 􀀮􀁾􀀫􀁜 54 "15$, 􀁾􀁢􀁾􀁾􀀳􀀴􀀹􀀬􀀮􀁑􀀹􀀹􀀺􀁓􀀲 I H\ 103 Full depth saw cut existing concrete L.F. 2.40 1,564 3,753.60 104 Remove and dispose of existing concrete pavement, including curb S.Y. 3.73 6,588 24,573.24 105 Remove and dispose of existing concrete sidewalk S.Y. 3.43 67 229.81 106 Remove and dispose of existing driveway S.Y. 3.40 86 292.40 107 Unclassified street excavation C.Y. 6.01 16,000 96,160.00 108 Embankment C.Y. 3.92 56,000 219,520.00 Furnish and place 10" thick reinforced concrete pavement, 5000 psi 109 I@28 days I S.Y. I 31.94 1 29,400 I 939,036.00 Furnish and place 6" thick integral concrete curb, 4000 psi @28 110 da s L.F. 2.05 11,325 23,216.25 111 Furnish and place monolithic median nose, 4000 psi @28 days EA. 546.94 8 4,375.52 Furnish and place 8" thick reinforced concrete driveway, 4000 psi @112 28 davs S.Y. 34.18 450 I 15,381.00 113 Furnish and place reinforced concrete island, 4000 psi @28 days S.Y. 25.00 300 7,500.00 114 not used EA. -0 115 Remove and relocate roadside sign EA. 150.00 1 150.00 116 Furnish and install Stop sign (R1-1) EA. 150.00 2 300.00 117 Furnish and install Speed Limit sign (R2-1) EA. 150.00 5 750.00 118 Furnish and install Left Lane Must Turn Left Sign (R3-7L) EA. 150.00 3 450.00 119 Furnish and install Right Lane Must Turn Right sign (R3-7R) EA. 150.00 2 300.00 120 Furnish and install Merge Right sign (R4-7) EA. 150.00 3 450.00 121 Furnish and install Signal Ahead sign (W3-3) EA. 150.00 1 150.00 122 Furnish and install Wrong Way Sign (R5-1A) EA. 150.00 2 300.00 123 Furnish and install Keep Right sign (R4-7A) EA. 150.00 2 300.00 124 Furnish and install No Parking sign (R8-3A) EA. 150.00 3 450.00 125 Furnish and install Divided Highway sign (R6-3A) EA. 150.00 2 300.00 126 Furnish and install Left Lane Ends sign (R9-2L) EA. 150.00 1 150.00 127 Furnish and install RR XING (W10-1) EA. 300.00 4 1,200.00 128 Furnish and install Do Not Stop on Tracks sign (R8-8) EA. 150.00 4 600.00 ·129 " Furnish and install RR XING, Cross Bucks sign (R15-1) EA. 150.00 4 600.00 Archer Western Contractors 1\\' 130 Furnish and install 2 Tracks sign (R15-2) EA. 150.00 4 600.00 131 Furnish and install One Way sign (R6-1 R) EA. 150.00 1 150.00 132 Furnish, place and maintain traffic control devices L.S. 27,402.00 1 27,402.00 133 Furnish and place 4" white/red reflective square acrylic buttons EA. 2.75 550 1,512.50 134 Furnish and place 4" white non-reflective raised ceramic buttons EA. 3.50 550 1,925.00 135 Furnish and place 4" yellow double-reflective square acrylic buttons EA. 3.50 497 1,739.50 136 Furnish and place 6" x 6" white jiggle bar tiles EA. 14.00 122 1,708.00 137 Remove existing pavement markings and buttons L.S. 200.00 1 200.00 138 Furnish and place pavement directional markers EA. 85.00 22 1,870.00 139 White thermoplastic reflective pavement marking ("0NLY") EA. 85.00 16 1,360.00 140 RR Xing Pavement Markings, as shown on plans EA. 279.00 8 2,232.00 141 Furnish and place 24" solid white thermoplastic stop bar L.F. 3.99 128 510.72 142 Furnish and place 4" solid yellow thermoplastic stripe L.F. 0.95 . 100 95.00 143 Furnish and place MSE retaining wall TxDOT ITEM 423 S.F. 􀀿􀀭􀁬􀁾 􀁾􀁜􀁾.... 15,000 􀀱􀁊􀀮􀁴􀁾..􀁯􀁣􀀺􀀺􀁯􀁾 490,15tl.66 II Furnish and place concrete retaining wall Class F Concrete (CIP 144 Wain, F'c = 4000 osi C.Y. 295.94 950 281,143.00 145 Structural Excavation C.Y. 4.00 463 1,852.00 146 Furnish and place bollards EA. 550.00 4 2,200.00 147 Provide underground electrical service L.S. 25,000.00 1 25,000.00 148 Furnish and install temporary construction fence (orange plastic) L.F. 0.82 8,100 6,642.00 149 Furnish and install Pedestrian Rail (TXDOT Item 450) L.F. 66.94 690 46,188.60 Furnish and install Traffic Rail Type T4 (S) (MOD) (TXDOT Item 150 450) L.F. 75.13 1,950 146,503.50 Furnish and install Single Guardrail Terminal TxDOT Item SGT (8)-151 03A L.F. 32.83 150 4,924.50 152 Furnish and install wheel stops EA. 47.13 116 5,467.08 153 Engineer's Field Office Monthlv 1,675.00 14 23,450.00 154 not used --155 Install and Furnish Concrete Railroad Crossing L.F. 371.00 371.00 380 140,980.00 Install and Furnish 8x8 Steel bungalow, with constant warning and all 156 other eauioment reauired to control warnina devices below L.S. 0.00 1 0.00 Install and Furnish flasher & gate signals with 12" LED lights, all 157 aluminum Qate arms, LED Qate liahts, siQns, bells, oer state L.S. 0.00 1 0.00 Install and Furnish signal material as required for project foundations, underground wire & cable, guard rails, multi-shunt 158 boxes, track connector, etc. L.S. 0.00 1 0.00 Install and Furnish project material, directional boring, electrical 159 service, insulated ioints L.S. 0.00 1 0.00 Archer Western Contractors Install and Furnish track material, electro-glide yard tract, switch 160 Imachine, radio control DTMF interface 161 IUnclassified Brickyard excavation 162 IFurnish and place 4" white stripe 163 IFurnish and place 10' chain link fence L.S. 0.00 1 0.00 C.Y. 7.08 30,000 212,400.00 L.F. 1.00 2,740 2,740.00 L.F. 20.00 110 2,200.00 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 Furnish and install 10" PVC SDR 35 sanitary sewer pipe, including embedment Furnish and install 12" PVC SDR 35 sanitary sewer pipe, including embedment Furnish and install 4' diameter sanitary sewer manhole, complete and in place Furnish and install 4' diameter sanitary sewer manhole with internal drop, complete and in place Install and connect various size sanitary sewer services, including clean-outs, per plans Furnish and install 24" steel encasement pipe for sanitary sewer lines as shown on the plans, includina spacers and embedment RESERVED Remove and dispose of existing manhole Furnish, install, maintain and remove erosion control devices Remove concrete channel lining Remove existing 66" RCP Remove 3-66" headwall Remove 54" headwall and RCP Remove 9'x5' box culvert Remove 24" RCP Remove 30" RCP Remove 30" headwall Remove CMP and headwall Remove 2-4'x2' headwall Salvage Fire hydrant and valve Construct concrete pilot channel 8' standard curb inlet 10' standard curb inlet 12' standard curb inlet 8' Recessed curb inlet L.F. L.F. EA. EA. EA. L.F. EA. L.S. L.S. L.F. EA. L.F. L.F. L.F. L.F. EA. L.F. EA. EA. SY EA. EA. EA. EA. 27.08 47.25 1,706.41 3,585.96 755.08 75.89 5,599.46 50,602.00 27,336.45 31.04 1,337.22 103.37 96.48 56.63 29.07 465.08 21.03 416.80 156.77 25.00 1,753.79 1,980.00 2,320.00 1,750.00 1,396 1,177 646 300 5 763 2 28 30 60 16 1 39 2 85 637 37,803.68 55,613.25 10,238.46 14,343.84 4,530.48 22;767.00 27,997.30 50,602.00 27,336.45 23,683.52 2,674.44 2,894.36 2,894.40 3,397.80 465.12 465.08 820.17 833.60 156.77 2,125.00 10,522.74 5,940.00 2,320.00 12,2 50.00Archer Western Contractors 225 10' Recessed curb inlet EA. 1,980.00 11 21,780.00 226 2-8' Recessed curb inlet EA. 3,600.00 1 3,600.00 227 10' modified curb inlet EA. 2,500.00 1 2,500.00 228 2-Grate Inlet EA. 2,300.00 4 9,200.00 229 "V" inlet EA. 1,400.00 13 18,200.00 230 1'x1' grate inlet EA. 1,500.00 1 1,500.00 231 Double 10'x6' PW Wingwall for one end treatment EA. 6,000.00 1 6,000.00 232 1-6'x5' PW Wingwall for one end treatment EA. 3,003.06 1 3,003.06 233 30" Type "A" headwall EA. 1,005.44 1 1,005.44 234 36" Type "B" headwall EA. 1,202.30 1 1,202.30 235 Box Culvert Storm Manhole EA. 1,195.96 6 7,175.76 236 Type A storm sewer manhole EA. 1,620.42 1 1,620.42 237 18" RCP storm sewer pipe L.F. 59.01 8 472.08 238 21" RCP storm sewer pipe L.F. 51.16 914 46,760.24 239 24" RCP storm sewer pipe L.F. 57.05 925 52,771.25 240 30" RCP storm sewer pipe L.F. 69.19 583 40,337.77 241 36" RCP storm sewer pipe L.F. 106.12 40 4,244.80 242 54" RCP storm sewer pipe L.F. 219.93 19 4,178.67 243 60" RCP storm sewer pipe L.F. 452.96 6 2,717.76 244 4'x2' box culvert L.F. 145.44 24 3,490.56 245 6'x3' box culvert L.F. 185.62 244 45,291.28 246 6'x5' box culvert L.F. 221.10 112 24,763.20 247 7'x5' box culvert L.F. 288.91 260 75,116.60 248 8'x5' box culvert L.F. 301.38 590 177,814.20 249 9'x5' box culvert L.F. 381.13 4,516 1,721,183.08 250 10'x5' box culvert L.F. 416.24 512 213,114.88 251 10'x6' box culvert L.F. 439.31 1,395 612,837.45 252 21" RCP w/36" steel encasement by bore and jack L.F. 313.23 48 15,035.04 253 24" RCP 2/36" steel encasement by bore and jack L.F. 313.70 42 13,175.40 254 30" RCP w/42" steel encasement by bore and jack L.F. 338.94 38 12,879.72 255 4" Schedule 40 PVC pipe L.F. 9.03 1,572 14,195.16 256 8" Schedule 40 PVC pipe L.F. 28.06 15 420.90 257 PVC Fittings for Schedule 40 PVC pipe LS 10.00 1 10.00 258 12" HOPE storm sewer pipe L.F. 38.48 124 4,771.52 10" Reinforced Concrete Pavement sawcutlremoval/replacement at 259 Surveyor Blvd. and Midway Road (includinQ Midway Road median) SV 81.16 510 41,391.60 Archer Western Contractors 8" Reinforced Concrete Parking Lot sawcuUremoval/replacement at 260 Pumo Station SY 73.67 45 3,315.15 261 Fire Hydrant (including 6" water lead and valve) EA. 2,591.65 1 2,591.65 262 8" C909 PVC Class 150 water line L.F. 55.18 85 4,690.30 60" RCCP water lowering including but not limited to all thrust 263 blockinQ, fittinQs, and appurtenances (per DWU standards) L.F. 1,413.99 80 113,119.20 264 16" C900 PVC Class 150 Water lowering L.F. 143.17 30 4,295.10 265 8" C909 PVC Class 150 Water lowering L.F. 145.67 40 5,826.80 266 Trench Safety L.F. 1.00 14,536 14,536.00 267 Sediment removal, inside 66" RCP CY 30.74 250 7,685.00 268 Remove 9'x5' Headwall on West side of Midway Road EA. 1,256.75 1 1,256.75 Preparation and implementation of SWPPP, per specifications and 269 TCEQ requirements LS 500.00 1 500.00 270 60" Butterfly Valve and Appurtenances, per plans LS 18,309.88 1 18,309.88 271 Grouted Riprap SY 36.29 750 27,217.50 Temporary 8" thick Asphalt Pavement (2" HMAC Type D, 6" HMAC Tvoe 8). oer Traffic Control Plan 301 Traffic Signals -Arapaho Road at Addison Road L.S. 23,000.00 1 23,000.00 302 Traffic Signals -Arapho Road at Surveyor Boulevard L.S. 10,500.00 1 10,500.00 303 Conduit, 2" schedule 40 PVC L.F. 5.00 11,003 55,015.00 304 Conduit, 2" schedule 40 PVC, bored and trenched L.F. 20.00 108 2,160.00 305 Conduit, 4" schedule 40 PVC, bored and trenched L.F. 25.00 195 4,875.00 306 Conduit (RM)(1-1/2") L.F. 20.00 243 4,860.00 307 35' 3" street light pole EA. 2,000.00 9 18,000.00 308 Pedestrian base and light pole EA. 3,400.00 64 217,600.00 309 Combination, street light w/pedestrian fixture EA. 8,500.00 13 110.500.00 310 Retaining Wall Mounted Light Pole EA. 1,500.00 4 6,000.00 311 70W wall mounted luminaire fixture EA. 6,750.00 4 27,000.00 312 Cable, insulated, #6 AWG L.F. 1.00 22,706 22.706.00 313 Cable, insulated, #8 AWG L.F. 0.85 770 654.50 314 Bare ground, #8 AWG L.F. 0.85 385 327.25 315 Bare ground, #6 AWG L.F. 1.00 11,353 11,353.00 316 Cable, insulated. #4 AWG L.F. 1.00 780 780.00 317 Bare ground, #4 AWG L.F. 1.00 390 390.00 318 Foundation. 35' 3" street light pole EA. 800.00 21 16.800.00 319 320 321 322 Foundation, pedestrian light pole Ground mounted pullbox, Type A Ground mounted pullbox, Type C Lighting control cabinet Archer Western Contractors L.F. EA. EA. EA. 800.00 500.00 500.00 6,000.00 64 24 13 51,200.00 12,000.00 500.00 18,000.00 401 Furnish and install Shumard Oak (4" cal.) EA. 701.68 36 25,260.48 402 Furnish and install Shantung Maple (3" cal.) EA. 377.83 37 13,979.71 403 Furnish and install Savannah Holly (30 gal. specimen) EA. 205.11 105 21,536.55 404 Furnish and install VitexlChaste Tree (30 gal. specimen) EA. 248.29 8 1,986.32 405 Furnish and install Crape Myrtle (30 gal.) EA. 183.52 43 7,891.36 406 Furnish and install Dwarf Burford Holly (5 gal.) EA. 17.27 225 3,885.75 407 Furnish and install Fringe Flower (5 gal.) EA. 19.43 108 2,098.44 408 Furnish and install Harbor Dwarf Nandina (3 gal.) EA. 16.19 263 4,257.97 409 Furnish and install Mary Nell Holly (5 gal.) EA. 19.43 178 3,458.54 410 Furnish and install purple wintercreeper (1 gal.) EA. 3.24 1,727 5,595.48 411 Furnish and install Asian Jasmine (1 gal.) EA. 2.27 14,706 33,382.62 412 Furnish and install Indian Grass (5 gal.) EA. 21.59 66 1,424.94 413 Furnish and install Bushy Bluestem Grass (5 gal.) EA. 21.59 130 2,806.70 414 Furnish and install Little Bluestem Grass (3 gal.) EA. 17.27 615 10,621.05 415 Furnish and install Lindheimer's Muhly (3 gal.) EA. 17.27 104 1,796.08 416 Furnish and place solid sod (Bermuda) S.Y. 2.43 12,800 31,104.00 417 Furnish and place Hydromulch (Bermuda) S.F. 0.05 105,082 5,254.10 418 Furnish and install tree protection L.F. 1.62 4,000 6,480.00 419 Furnish and place compost in turf areas (sod only) C.Y. 32.39 363 11,757.57 420 Furnish and install finely shredded hardwood bark mulch C.Y. 32.39 346 11,206.94 421 Furnish and install bed preparation with compost C.Y. 34.54 346 11,950.84 422 Furnish and install irrigation system, turnkey L.S. 123,798.62 1 123,798.62 423 Furnish and install crosswalk brick pavers (see specs) S.F. 14.25 2,016 28,728.00 424 Furnish and install median pavers (see specs) S.S.F. 17.31 3,724 64,462.44 425 Furnish and install walkway pavers (see specs) S.F. 10.75 4,472 48,074.00 426 Furnish and place 5" reinforced concrete paving S.F. 3.11 43,207 134,373.77 427 Furnish and place 5" reinforced concrete path S.F. 3.70 28,845 106,726.50 428 Furnish and place 12" concrete bands L.F. 12.57 2,396 30,117.72 429 Embankment C.Y. 13.81 248 3,424.88 430 Furnish and install flush concrete strips (2'x10') S.F. 14.12 20 282.40 Archer Western Contractors 431 Furnish and place decomposed granite paving S.F. 1.78 32,488 57,828.64 432 Furnish and place river cobbles with drain pipe. if shown C.Y. 375.31 59 22.143.29 433 Furnish and install flagstone paving S.F. 15.69 6,100 95,709.00 434 Furnish and install ADA ramp EA. 1.150.00 7 8,050.00 435 Furnish and install tree grate EA. 293.92 22 6,466.24 436 Furnish and place concrete benches (18" ht.) EA. 562.21 3 1,686.63 437 Furnish and install CMU wall (includes footing) L.F. 78.11 144 11,247.84 438 Furnish and install brick veneer (see specs) S.F. 4.26 608 2,590.08 439 Furnish and install cast stone cap L.F. 20.39 144 2,936.16 440 Furnish and install modular retaining wall system (mesa) S.F. 17.35 1,708 29,633.80 441 Furnish and install security fence on retaining wall L.F. 86.75 477 41,379.75 442 Furnish and install decorative metal fence L.F. 66.98 895 59,947.10 443 Furnish and install decorative metal gate EA. 12.000.00 1 12,000.00 444 Furnish and place brick columns EA. 732.04 6 4,392.24 Furnish and install pedestal voice communication unit (includes 445 footing) EA. 5,000.00 3 15,000.00 446 Furnish and install steel edging L.F. 2.43 484 1.176.12 501 48" Dia. Concrete Drilled Shaft (TXDOT Item 416) LF 143.59 147 21,107.73 502 60" Dia. Concrete Drilled Shaft (TXDOT Item 416) LF 229.63 312 71,644.56 503 96" Dia. Concrete Drilled Shaft (TXDOT Item 416) LF 518.46 365 189,237.90 Cast-In-Place Concrete Abutment (TXDOT Item 420) (Class F 504 IConcrete -5000 pst) I CY I 500.00 I 79.3 I 39,650.00 Cast-In-Place Concrete Bents 2-8 & 11-14 (TXDOT Item 420) (Class 505 IF Concrete -5000 pst) I CY I 600.00 I 1,037.5 I 622,500.00 Cast-In-Place Concrete Bents 9 & 10 (TXDOT Item 420) (Class F 506 IConcrete -5000 pst) I CY I 650.00 I 505.2 I 328,380.00 Cast-In-Place Concrete Diaphragm (TXDOT Item 420) (Class F 507 IConcrete -5000 pst) I CY I 1,400.00 I 99.4 I _139.160.00 Construct Reinforced Concrete Slab (TXDOT Item 422) (Class S 508 IConcrete) I SF I 10.00 I 83,680 I 836,800.00 Precast Prestressed Concrete Members (TXDOT Item 425) (U54 509 Beams) LF 250.00 6,089 1,522,250.00 510 Concrete Surface Treatment (TXDOT Item 428) SY 0.39 9,298 3,626.22 511 Structural Steel for Steel Arch (TXDOT Item 442) LB 5.00 175,000 875,000.00 512 Structural Steel for Steel Stinger (TXDOT Item 442) LB 3.72 12,701 47,247.72 · Archer Western Contractors 513 514 515 516 517 518 519 520 Furnish, Install & Tension Structural Strands, 2 1/2" Dia (Tech Spec SSH Pedestrian Rail (TXDOT Item 450) Traffic Rail Type T4 (S) (MOD) "A" (TXDOT Item 450) Traffic Rail Type T4 (S) (MOD) "B" (TXDOT Item 450) Sealed Expansion Joint (4") (TXDOT Item 454) Structural Approach Slab (TXDOT Item 442) "Addison" Logo Form Liner Standard 24" x 24" Monument Plaque LS LF LF LF LF CY LS EA. 163,709.30 61.99 92.19 61.95 73.21 200.66 9,144.80 1,139.01 1 1,604 1,577 1,576 363.7 73.6 12 163,709.30 99,431.96 145,383.63 97,633.20 26,626.48 14,768.58 9,144.80 2,278.02 601 Furnish & install Conduit, 3/4" schedule 40 PVC LF 3.00 3,870 11,610.00 602 Furnish & install Conduit, 2" schedule 80 PVC LF 6.00 760 4,560.00 603 Furnish & install Conduit, 3/4" schedule 40 RMC LF 10.00 3,620 36,200.00 604 Furnish & install Conduit, 1" schedule 40 RMC LF 10.00 150 1,500.00 605 Furnish & install Electrical Conductor, #2, Bare LF 2.00 450 900.00 606 Furnish & install Electrical Conductor, #2, Insulated LF 2.00 1,000 2,000.00 607 Furnish & install Electrical Conductor, #6, Bare LF 1.00 1,040 1,040.00 608 Furnish & install Electrical Conductor, #6, Insulated LF 1.00 3,680 3,680.00 609 Furnish & install Electrical Conductor, #8, Bare LF 0.85 1,485 1,262.25 610 Furnish & install Electrical Conductor, #8, Insulated LF 0.85 3,130 2,660.50 611 Furnish & install Electrical Conductor, #10, Bare LF 0.45 4,630 2,083.50 612 Furnish & install Electrical Conductor, #10, Insulated LF 0.45 10,410 4,684.50 613 Furnish & install Electrical Conductor, #12, Bare LF 0.35 3,420 1,197.00 614 Furnish & install Electrical Conductor, #12, Insulated LF 0.35 6,840 2,394.00 615 Furnish & install Ground Box (Type E) EA. 500.00 9 4,500.00 616 Furnish & install Junction Box EA. 150.00 52 7,800.00 617 Furnish & install Fused Disconnects EA. 800.00 3 2,400.00 618 Furnish & install Pedestal Service & Foundation EA. 6,000.00 1 6,000.00 619 Furnish & install Load Distribution Center & Foundation EA. 12,000.00 2 24,000.00 24,000.00 620 Furnish & install 120v Weatherproof Duplex Receptacles EA. 200.00 12 2,400.00 621 Furnish & install LED Drivers EA. 1,000.00 36 36,000.00 Furnish & Install Fixtures & Mounting Type "A-1A" Arch Floodlight 622 Iw/Baffies, 175w I EA. I 4,700.00 I 2 I 9,400.00 Furnish & Install Fixtures & Mounting Type "A-1B", Arch Floodlight 623 Iw/Baffies, 250w I EA. I 4,850.00 I 4 I 19,400.00 Archer Western Contractors Furnish &Install Fixtures &Mounting Type "A-1C", Arch Floodlight 624 Iw/Baffles,400w I EA. I 5,100.00 I 3 I 15,300.00 Furnish &Install Fixtures &Mounting Type "A-2A", Arch Floodlight, 625 1175w I EA. I 4,100.00 I 2 I 8,200.00 Furnish &Install Fixtures &Mounting Type "A-2B", Arch Floodlight, 626 1250w I EA. I 4,250.00 I 4 I 17,000.00 Furnish &Install Fixtures &Mounting Type "A-2C", Arch Floodlight, 627 1400w I EA. I 4,500.00 I 3 I 13,500.00 Furnish &Install Fixtures &Mounting Type "B", Blue LED Marker 628 ILight I EA. I 5,500.00 I 22 I 121,000.00 Furnish &Install Fixtures &Mounting Type "C-1", LED Linear 629 IGrazing Accent, 18" I EA. I 1,000.00 I 54 I 54,000.00 Furnish &Install Fixtures &Mounting Type "C-2", LED Linear 630 IGrazina Accent, 12" I EA. I 1,000.00 I 54 I 54,000.00 631 IFurnish &Install Fixtures &Mounting Type "0", Induction Area Light I EA. I 1,750.00 I 48 I 84,000.00 Furnish &Install Fixtures &Mounting Type "E-1", Stinger Lighting, 632 IDeck Mount I EA. I 2,300.00 I 2 I 4,600.00 Furnish &Install Fixtures &Mounting Type "E-2", Stinger Lighting, 633 ITriangular Bent Mount I EA. I 2,300.00 I 2 I 4,600.00 Furnish &Install Fixtures &Mounting Type "F", Roadway Lighting, 634 120' Height I EA. I 4,800.00 I 20 I 96,000.00 Furnish &Install Fixtures &Mounting Type "G", Roadway Lighting, 635 35' Hei ht EA. 5,000.00 9 45,000.00 636 Grounding of Steel Structures LS 5,000.00 1 5,000.00 701 Pedestrian base and fight pole EA. 3,000.00 3 9,000.00 702 Foundation, pedestrian light pole EA. 800.00 3 2,400.00 703 Bare ground, #6 AWG L.F. 1.00 135 135.00 704 Cable, insulated, #6 AWG L.F. 1.00 270 270.00 801 Furnish and install Shantung Maple (3" cal.) EA. 377.83 22 8,312.26 802 Furnish and install Vitex/Chaste Tree (30 gal. specimen) EA. 248.29 9 2,234.61 803 Furnish and install Wildflower Mix (seed) S.F. 0.16 2,642 422.72 804 Furnish and install Indian Grass (5 gal.) EA. 21.59 9 194.31 805 Furnish and install Little Bluestem Grass (3 gal.) EA. 17.27 522 9,014.94 806 Furnish and install Lindheimer's Muhly (3 gal.) EA. 17.27 136 2,348.72 Archer Western Contractors 807 Furnish and install Weeping Love Grass (see specs) S.Y. 0.68 1,323 899.64 808 Furnish and install solid sad (Buffalo 609) ·S.Y. 4.05 5,616 22,744.80 809 Furnish and install solid sad (Bermuda) S.Y. 2.43 2,790 6,779.70 Furnish and place compost @sad (Bermuda), wildflower & Weeping 810 Love Grass C.Y. 32.39 233 7,546.87 811 Furnish and install finely shredded hardwood bark mulch C.Y. 32.39 40 1,295.60 812 Furnish and install bed preparation with compost C.Y. 34.54 40 1,381.60 813 Furnish and install walkway pavers (see specs) S.F. 6.89 2,465 16,983.85 814 Furnish and place 12" concrete bands L.F. 12.60 2,245 28,287.00 815 Furnish and place 6" concrete bands L.F. 11.03 540 5,956.20 816 Embankment C.Y. 12.88 8,060 103,812.80 817 Furnish and install flush concrete strips (2'x1 0') S.F. 10.92 100 1,092.00 818 Furnish and place river cobbles with drain pipe, if shown C.Y. 446.80 15 6,702.00 819 Furnish and place landscape boulders EA. 400.27 26 10,407.02 820 Furnish and install flagstone paving S.F. 15.88 4,888 77,621.44 821 Furnish and place concrete benches (18" ht.) EA. 449.15 18 8,084.70 822 Furnish and place concrete benches (22" ht.) EA. 640.97 7 4,486.79 823 Furnish and place concrete retaining wall (includes footing) C.Y. 297.97 82 24,433.54 824 Furnish and install steel edging L.F. 2.43 85 206.55 901 Furnish and place 5" reinforced concrete paving S.F. 6.64 -2,476 (16,440.64) 902 Furnish and place Hydromulch (Bermuda) S.F. 0.05 -105,082 (5,254.10) 903 Furnish and install tree grate EA. 1,913.90 -1 (1,913.90) SUB-TOTAL AMOUNT OF DEDUCTIONS FOR BID ALTERNATE #1 FOR MATERIALS AND SERVICES, SCHEDULE IX, ITEMS 901 THROUGH 903, INCLUSIVE $ (23,608.64) TOTAL AMOUNT BID ALTERNATE #1 FOR MATERIALS AND SERVICES, SCHEDULE VI THROUGH SCHEDULE IX, ITEMS 701 THROUGH 903, INCLUSIVE ALL DEDUCTIONS $ 339,446.02 1001 35'3" Street Light Pole (Steel Type) EA. 1,200.00 9 10,800.00 1002 Pedestrian Light Pole (8teel Type) EA. 3,200.00 64 204,800.00 1003 Combination, Street Light w/Pedestrian Fixture ((Steel Type) EA. 7,200.00 13 93,600.00 1004 Retaining Wall Mounted Light Pole (Steel Type) EA. 5,600.00 4 22,400.00 Archer Western Contractors 35'-3" Street Light Pole (aluminum) Pedestrian Light Pole (aluminum) Combination, Street Light w/Pedestrian Fixture (aluminum) Retaining Wall Mounted Light Pole (aluminum) EA. 2,000.00 -9 (18,000.00) EA. 3,300.00 -64 (211,200.00) EA. 8,500.00 -13 (110,500.00) EA. 6,750.00 -4 (27,000.00) PAVING, UTILITIES, SIGNALIZATION, AND STREETSCAPE BID SCHEDULE SUMMARY ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Base Bid Bid Schedule & Description Total Amount Materials & Service 709,871.75 614,220.75 3,741,303.93 5,255,580.09 1,129,910.66 $ $ ,4,828,863.14 J.i:."J,i..f7 􀀧􀀳􀀮􀁊􀀮􀁩􀀵􀁾 􀁾􀁾 ) $ $ $ $ $ $ $ $ $ $ Roadway Improvements Utility Improvements Lighting and Signalization Improvements Streetscape Improvements Bridge Construction Bridge Lighting I. II. III. IV. V. VI. TOTAL BID FOR SCHEDULES I -VI =TOTAL OF STANDARD BID (A): $ $ 􀁾 S,Q79,62Q.3Z-I to) 􀁾􀀬 6 ) 􀀷􀀭􀁾"2.. 􀁾 􀁾􀁾 Archer Western Contractors TOTAL OF TIME BID: (CALENDAR DAYS) TOTAL OF CALENDAR DAYS X $4,000 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) =TOTAL BID: Additive Alternate I 425 $ 1,700,000.00 $ 􀀱􀀧􀀧􀀧􀀬􀀷􀀧􀀷􀁓􀀬􀀵􀁾􀀶􀀮􀀧􀀵􀀲􀀡 \8) 􀁯􀁾􀀿􀀾􀀢 􀀿􀀭􀁾􀀢􀁚􀀮􀀮 􀁾 􀁎􀁜􀁾 J Bid Schedule & Description Total Amount Materials & Service VI/. VI/I. IX. Roadway Lighting Streetscape Improvements Deductions if alternative #1 is Accepted TOTAL BID FOR ADDITIVE ALTERNATE I = TOTAL OF ADDITIVE ALTERNATE BID (A): TOTAL OF CALENDAR DAYS X $4,000 (B): BASIS FOR COMPARISON OF BIDS: Additive Alternate I (A) + (B) = TOTAL BID: $ $ $ $ $ $ $ $$$ 11,805.00 351,249.66 (23,608.64) 339,446.02 4,000.00 343,446.02 'j. Additive Alternate II Bid Schedule & Description Total Amount Materials & Service X. Roadway Lighting $ $ 331,600.00 Archer Western Contractors ($31,100.00) (366,700.00) $ $ $ $ ($35,100.00) 4,000.00 Deductions if alternative #2 is Accepted TOTAL BID FOR ADDITIVE ALTERNATE II = TOTAL OF ADDITIVE ALTERNATE BID (A): TOTAL OF CALENDAR DAYS X $4,000 (B): BASIS FOR COMPARISON OF BIDS: Additive Alternate II (A) + (B) = TOTAL BID: XI. TRA VELERS CASUALTYAND SURETYCOMPANYOFAMERICA Hartford, Connecticut 06183-9062 BIDBOND BID BOND ACCOUNT # 8 SB 5676997BeM KNOWALL MENBY THESE PRESEmS, That we, ARCHER WESTERN CONTRACTORS, LTD. 2121 Avenue" J': Suite 103, Arlington, Texas 76006 as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, of Hartford, Connecticut, a corporation duly organized under the laws of the State of Connecticut and authorized to transact business in the State of Texas, as Surety, hereinafter called the Surety, are held and fmnly bound unto TOWN OFADDISON, TEXASas Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF BID PRICE (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 ARAPAHO ROAD -PHASE 111-SURVEYOR BOULEVARD TO ADDISON ROAD 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 the terms ofsuch 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 material furnished 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 not 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 to 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 􀀲􀁾􀁨 day of 􀁍􀁁􀁾 A.D., 2004. TORS. LTD. By: (Seal) 􀀭􀀭􀀭􀀭􀀭􀀭􀀢􀀭􀀭􀁦􀁌􀀭􀀱􀀧􀀮􀁌􀁦􀀭􀀮􀁉􀀭􀀯􀁉􀀬􀀧􀁴􀁉􀁉􀀡􀁊􀁩􀁒􀀭􀀭� �􀁩􀁾􀁟􀁟􀀴􀁲􀀡􀁾􀁦􀁟􀁟􀁟􀁟􀁟􀀭􀀭 TRA VELERS CASUALTYANDSURETYCOMPANYOFAMERICA (AMBest Rating: A+ X11 By: b 􀁾 􀀷􀁴􀁾 (Seal) KEVINP. NA 'L, ATTORNEY-IN-FACT Telephone: (847) 384-8619 Printed in cooperation with the American Institute of Architects (AIA) by Travelers Casualty and Surety Complinyof America. The language in the document conforms exactly to the language used in AIA Document A310, February 1970 edition. (S-1869-G-I) ,'!·r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 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 􀁃􀁏􀁾􀁁􀁎􀁙􀀬 corporations duly organized under the ,laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of CoDllecticut,(hereinaf ter the "Companies") hath made, constituted _and appointed, and do by these presents make, constitute and appomt Kevin P. Nagel, Eileen Lucitt, of Park Ridge I crestwood, Illinois, theit ,true and lawful Attomey(s)-in-Fact, with full power andauthority hereby conferred to sign, execute and acknowledge, at anyplace within the United States,the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts oniKlemnity, and other writings obligatory in the natUre of a bond, recognizance, or conditional undertaking and any and all consents incident thereto, not limited to a specific amount, and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is 􀁭􀁡􀁾 under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now infullforce and effect: VOTED: Thatthe Chainnan, the 'President, any Vice Chainnan,'8IlY 􀁾􀁸􀁥􀁣􀁵􀁴􀁩􀁶􀁥 Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the CorporateSecretaiy or my Assistant SecretarY may appointAttorneys-in-Fact and Agents to act for and on behalfofthe company and maygive such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, C9ntracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board ofDirectors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chainnan, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part ofthe foregoing authority to oneorJIlore officers or eIil.ployees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office ofthe Secretary. VOTED; That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, reeogirizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates ofauthority or by one or more Company officers'pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (meehanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directon of TRAVELERS_CASUALTYAND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force andeft'ect: V01ED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bOnds and undertakings and other writings obligatory in the nature thereof, and any such power ofattorney or certificate bearing such facsimile, signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. SPECIAL WORDING (11-00) ,.,. c· 􀁾.. lravelers 􀁾IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002" President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes .a short-term program under: which the, Federal Government will share in the payment of covered losses caused 'by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of 􀁴􀁨􀁾 Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain , losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such I'osses. Specifically, the Federal Government will pay 90% Of the amount ofcovered'los$es caused by certain acts of terrorism which is ;n' excess of Travelers' statutorily established 􀁤􀁥􀁤􀁬􀁊􀁣􀁴􀁾􀁢􀁬􀁥 for that ye'ar. The Act also caps the amount of terrorismrelated terrorismrelated losses for which the' Federal Government or an insurer can be re.sponsible at $100,000,000,000.00, provided that the insurer has met its deductible. ' Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please a.lso note that no separate addition'al 􀀬􀁾 premium charge has been made for, the terrorism coverage required by the Act. The premium charge that is allocable to such cqvercrge, is 'ill,geparable from and imbedded in your overall 􀁰􀁲􀁥􀁭􀁩􀁷􀁾􀁌􀁡􀁮􀁤 is no more thaJi one percent of your premium. 􀀮􀀬􀁾 .. /TOWN OF ADDISON, TEXAS ARAIWtO ROAD· PHASE III Project No. 04-022 CHANGE ORDER NUMBER: 5 1. CONTRACTOR: Archer Western Contractors 2. Change Order Work Umits: SIB. 34+07 to SIB. 87+88 3. Describe the work being revised: See Attached Reason Sheet 4. Work to be performed in aceordanc:e with Ilems: See attached Tables 5. New or revised plan sheet(s) are attached and numbered: IR-G1, 06 & 07; 􀁂􀁒􀁾􀀲􀀬 SO, 58 & 59 6. New general notes to the contract are atIachecI: IJ Yes Ii1I No 7. New Special Provisions to Ite N/A No. N1A. Special Specifk;ation Item l:J!!l. are attached. Each signatory hereby warran1s that each has the authority to execute this Change Order (CO). The following InfonnatJon must be provided The coonctamun sign the Change Order and, by doing so, 8l788S 10 waiwI and all cl8irm for additional compensation due 110 any andallother ; addition8I changes for time, overhead and profit; or loss of compensation as a re3ult ofth/& cIrenge. Time Ext. #: 2 Days added on this CO: 33 1/4/00 Amount added by this change order: $63,942.44 TypedlPrintsd Name AetJ /..J:-/4eOi'12 • TypedlPrinted Title 􀁦􀁲􀁾􀁪􀀱􀀴􀀱 tJ1AIfMpIf. Arapaho Road -Phase III Surveyor Blvd. to Addison Road 􀁾􀁾􀁩􀁴􀀻􀁾 NQ·, 􀁑􀀴􀀺􀀭􀁾 Change Order-No.5 Reason for Change This change order will increase work by ten new contract work items, the reduction in qua,ntity of two origir1a,lt>id items a,nd. We irlcrease irl qtIa,ntity of3 origirla,l bid. itetns. 􀀱􀁨􀁾 change order will result in Thirty-three (33) days time extension to the contract IteDl Z33. -3.Q" 􀁬􀀢􀁹􀁰􀁾 'A' 􀁡􀁾􀁤􀀮􀁷􀁡􀁮􀀺􀀮 History ofwhy the change order ocew:red -Deletion of the original bid item, which was determine not to be required. See below. Impact to the contract amount -A credit amoun,t of$1,005.44 to the base contract Impact to the project schedule -The project calendar dar total is not affected. Item 255 -4' Schedule 40 PVC pipe Contractor was instructed to provide an additional 4" PVC conduit for cable services and electrical services that will be compensated under the existing contract bid item unit price. History ofwhy the change order ocew:red -Additional conduit runs were installed for the existing services for cable which could not be instilled within the same conduit; alignment adjustment for the existing services and to continue to provide an spare conduit for future • and Impact to the contract amount -A total dollar amount of $5,950.77 is approved. Impact to the project schedule -The project calendar day total is not affected. Arapaho Road -Phase III SurveyOI Blvd.. to. Addison Road Prof·eet No. 04-22 ___•• ,.., ... 􀁾 􀁾 • _. 􀁾 • _ .• r Change Order No.5 Item 262 -8" C909 PVC Class 150 Water Line (Related to PCO #054): The contractor was asked to provide additional 8" PVC water main, which would be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -After the start ofthe construction, it was observed that the existing as-built condition ofthe existing 8" water main would be under the future MSE #4 -retaining wall. This cost is for the relocation of the existing water main to the outside/from under the retainingwall. Impact to the contract amount -A total dollar amount of $10,484.20 is approved.. Impact to the project schedule -The project calendar day total is not affected. Item 305-Conduit, 4" Schedule 40 PVC, Bored and Trenched: Contractor was requested to provide additional conduit runs, which will be compensated under the existing contract bid item unit price. History ofwhy the change order occurred -An additional conduit run to compensate for the as-built condition found at the new Arapaho Rd/Addison Rd intersection traffic control system. Also, additional conduit quantity to avoiding existing under ground obstructions. Impact to the contract amount -A total dollar amount of $7,750.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 424 -Furnish and Install Median Pavers (pCO #062): History ofwhy the change order occurred -Adjustments to the median at the railroad grade crossings to make the look of the roadway crossing uniform. Impact to the contract amount -A credit amount of $11,251.50 to the base contract. Impact to the project schedule -The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1238 -Relocate existing 8" Valve and Main (pCO # 054): Contractor directed to locate, excavate and remove the driveway entrance to fine the existing valve to isolate the section of the 8" water main to be relocated. The Contractor claimed $1,267.29 for the relative work that was incurred. History ofwhy the change order occurred -After the srnrt ofthe construction, it was observed that the existing as-built condition ofthe existing 8" water main would be under the future MSE #4 -retaining waIl. This work didn't directly impact the critical path ofthe project. Impact to the contract amount -The dollar amount of $1,267.29 is approved. Impact to the project schedule -The project calendar day total is not affected Item 1239 -Demo of Existing SBC Manhole (pcO #045): Contractor claimed two additional days for the remove the existing SOC Manhole which was in the way of the new 12" Sanitary Sewer installation. Contractor also claims $1,432.78 for additional costs incurred. History ofwhy the change order occurred -Due to the time frame, the contractor was asked to remove the manhole instead ofwaiting for SBC, not to delay the contract schedule. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of $1,432.78 is approved. Impact to the project schedule -Impact to the project schedule -The contractor has claimed two additional day for this work.. This work did not affect the critical path of the project. The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road 􀁐􀁲􀁯􀁪􀁾􀁾 No. 􀀰􀀴􀀭􀁾 Change Order No.5 Item 1240 -Future Irrigation Water Tap at Surveyor Blvd. (pCO #030): Contractor was requested by the Town of Addison to install an additional water tip for future irrigation for existing property adjacent to the Arapaho Roadway. The Contractor claimed $4,568.84 for the relative work that was incurred. History ofwhy the change order occurred -Initial paint specified for the Pedestrian Railing was a System II vinyl paint. After reviewing the specifications and expected performance with the contractor and his paint subconsultmt it was detennined that a Carboline acrylic paint system was more advantageous to the pedestrian rail. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of $4,568.84 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1241-Future Tie-in along Midway road /lrrigation System (pCO #30): Contractor cIam:s $13,698.14 for additional costs incurred with days to be detetmined. History ofwhy the change order occurred -In the beginning of the contract, it was decided by the Town ofAddison to provide the area with additional access for water source. Change' were issued to the contract changing the Tie-in to the existing 16" Water main and adding new 4" & 6" water main line with valves. Impact to the contract amount -The dollar amount of $13,698.14 is approved. Impact to the project schedule -The contractor has 2laimed additional day for this work to be detetmined. This work did not affect the critical path ofthe project. The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road, Project No. 04-22 Change Order No.5 Item 1242 -Related Cost for the Extension ofMSE#2 (pCO #044): Contractor claims $1,749.99 for costs incurred not covered by bid items. History ofwhy the change order occurred -During the construction, it was determine to extend the MSE wall along the property ofBullough/Lyko. This would lessen the impact to the adjacent property during the construction. This cost was incurred by the modification to the drainage system. This work didn't directly impact the critical path of the project. Impact to the contract amount -The dollar amount of 1,749.99 was approved. Impact to the project schedule -The project calendar day total is not affected. Item 1243 -T-4 Railing Transition Adjustments (peo # ): Contractor claims $917.38 for additional costs incurred. History ofwhy the change order occurred -The Contractor was directed in the field to change fonnwork to modify some conflicting condition along the T-4 Transition end. This This work didn't directly impact the critical path of the project. Impact to the coptract amount -The dollar amount of$917.38 is approved. Impact to the project schedule -The project calendar day total is not affected. Item 1244-T-Inlet Converted to Grate Inlet: Contractor claims $300.00 for additional material costs incurred.. History ofwhy the change order occurred -Contractor was directed to place an cast iron frame and grating on the top ofan type 'Y'-inlet base to prevent an obstruction within the pavement at the end ofthe Watson & Talyor storage driveways. This work. didn't directly imPaGt the critical path of the project. Impact to the contract amount -A total dollar amount of $300.00 is approved. Impact to the project schedule -The project calendar day total is not affected. Arapaho Road -Phase III Surveyor Blvd. to Addison Road Project No. 04-22 Change Order No.5 Item 1245 -Aviation Lights on top ofStreet Poles (pCO #064): \ Contractor claims $13,698.14 for additional costs inrorred with days to be detennined. History ofwhy the change order occurred -The Town ofAddison has requested installation ofthe red aviation lights at the top ofthe all street poles that are along Arapaho Road near the Addison Airport. Impact to the contract amount -A total dollar amount of$16,626.77 is approved. Impact to the project schedule -This work will be released from the completion date restraints ofthe contract due to the requirement ofthe work and availability of the material required to perfonn the work. Item 1247 -Diaphragm Concrete Mixed Design (pCO #5058): Contractor claimed five (5) additional days for the of the Concrete Mixed Design change. Contractor also claims $932.77 for additional costs incurred History ofwhy the change order occurred -Due to the tight tolerances with the reinforcing steel within the span 9 diaphragms.. it was determined to change the aggregate to a smaller size to allow for a better consQIidation of the concrete during the placement. Impact to the contract amount -A total dollar amount of $932.77 is approved. Impact to the project schedule -The project calendar days will be extended five days, which allow for the testing of the new mix design. Arapaho Road -Phase III Surveyor Blvd. to Addison Road 􀁾􀁾􀁾􀁪􀁥􀁣􀁴 􀁎􀁾􀀮 04-22 Change Order No.5 Item 1248 -Diaphragm Rebar Conflicts (FeD #053): Contractor claimed Twenty-eight (28) additional days for the conflicts with the diaphragm rebar splice coupler, rebar conflicts and 􀁲􀁥􀁾􀁦􀁡􀁬􀁬􀁲􀁩􀁣􀁡􀁴􀁩􀁯􀁮ofthe rebar for the adjusting within the diaphragms in span 9. Contractor also claims $10,520.45 for additional costs incurred History ofwhy the change order occurred -Changes to the details, fabrication and installation for the rebar within diaphragm for span 9, delay the placement ofconcrete for the diaphragms which is on the critical path of the project. Impact to the contract amount -A dollar amount of$10,520.45 is approved. Impact to the project schedule -The project calendar days will be extended Twenty-eight days. 􀁈􀁾􀀿􀁾 􀁇􀁕􀁙􀁖􀁾􀁡􀁵􀁬􀁥􀁮 TOWN OF ADDISON, TEXAS ARAPAHO ROAD· PHASE III Project No. 04·022 CHANGE ORDER NO. 5 TABLE A: Force. Account Work and Materials Placed into Stock LABOR HOURLY HOURLY RATE TABLE B.' Contract Items ORIGINAL CONTRACT + CHANGE ORDER REVISED CONTRACT CHANGE 0RDEfl PREVIOUSLY REVISED ITEM DESCRIPTION UNtT UNIT PRICE QUANTITY ITEM COST QUANTITY QUANTITY ITEM COST OVERRUN! UNDERRUN 1238 Relocate exlstlng8"Valve and Main LS $1,267.29 $0.00 1.00 1.00 $1,287.29 $1,287.29 1239 Demo of Existing SBCManhole LS $1,432.78 $0.00 1.00 1.00 $1,432.78 $1,432.78 1240 Future irriaatlon taD at SUl:V8vor Blvd. LS $4,568.84 $0.00 1.00 1.00 $4,568.84 $4,568.84 1241 Future Watenneln Service,and'TI.-!n. LS $13,888.14 $0.00 1.00 1.00 $13688.14 $13,698.14 1242 ReJated cost to Extension 􀁯􀁦􀁾􀀲 LS $1,748.89 $0.00 1.00 1.00 $1,748.99 $1,748.89 1243 T-4 Railing T",nsition Acijustments LS $917.38 $0.00 1.00 1.00 $917.38 􀀤􀀹􀀱􀀷􀁾􀀳􀀸 1244 yo Inlet converted to Grate,lnlet LS $300.00 $0.00 1.00 1.00 $300.00 $300.00 1245 Avaltlon Llahtson top, of Street Pol.. EA $16,626.77 $0.00 1.00 1.00 $16,626.77 $16,626.77 1247 DiaohraamConcrete Mix Deslan LS $932.77 $0.00 1.00 1.00 $832.77 $832.77 1248 DIaphragm Reb!lrConflictS LS $10,520.45 $0.00 1.00 1.00 $10,1520.45 $10,620.45 LS 0.00 EA 0.00 LS 0.00 TOTALS $ . $152014.41 􀀤􀀵􀀲􀀬􀁏􀀱􀀴􀁾􀀴􀀱 TABLE B' Contract Items (ContInued) TOWN OF ADDISON, TEXAS ARAPAHO ROAD -PHASE III Project No, 04-022 CHANGE ORDER NO. 5 ORIGINAL CONTRACT'" CHANGE REVlSEDCONTRACT CHANGE PREVIOUSLY REVISED :ORDER ORDER ITEM DESCRIPTION UNIT UNIT PRICE QUANTITY ITJ5MCOST QUANTITY QUANTllY ITEM COST OVERRUNI UNDERRUN 233 30" Type "A' Headwall .. $1006.44 1.00 $1001.44 -1.00 0.00 So.oO ($1001.44 2&1 4' SCIMld.... 􀁾􀁐􀁖􀁃􀁰􀁴􀁰􀁥 LF $1.03 1672.00 $1418S.18 818.00 2231.Q0 $20146.83 $1860.77 282 . 8"C8Q8 PVC Class 160WallerLine LF $6&.18 86.00 $468G.30 180.00 271.00 $11174.60 $10484020 306 Condult ..-schedule 40 PVC-bored and trenched LF $26.00 18&.00 $4.871.00 310.00 601.00 $12825.00 $7.750.00 424 . Furnllh.& InsbtIl median Davers SF $17.31 3124.00 $84.482.44 -810.00 3,074.00 _210.84 1$11.251.50 The "Totals-from Table B oftile prevlous work sheet: $ -$52014;41 􀁾􀀰􀀱􀀴􀀮􀀴􀀱 TOTALS $88.228.34 $153170.78 "-2.44 eo ARAPAHO ROAD EXTENSION IRRIGATION PLAN STA 􀀳􀀳􀀫􀀸􀀷􀁾􀀲 TO 37+00 TOWN OF ADDISON • TEXAS SUI?VE:YOR BOULEVARD TO ADDISON ROAD SCAlE IN FEET eat1'RAC'roR 3IW..L'I!Rf'r HCJZZLE SUES ... FE1.D 􀁆􀁃􀁉􀀧􀀺􀀢􀀮􀀬􀀮􀀬􀁾􀁉􀁦􀀡􀁁􀁄􀁔􀁏􀁍􀁅􀁁􀁑􀁾 CCtf11IUCr'ORTO ....􀁎􀁚􀁉􀀡􀁾􀀮 !!Q. 􀁡􀁙􀀡􀁒􀁓􀁐􀁒􀁁􀁙􀁃􀁎􀁔􀁏􀁐􀁁􀁜􀁬􀁂􀁃􀁬􀁃􀁔􀁓􀁈􀁁􀁕􀀮􀀮􀁥􀁾 • o 20 􀁾􀀱􀁌􀁌􀁚􀀦􀀴 III I1 􀁾􀀮 I .!-'. .i---􀀭􀀧􀀭􀁾􀀭􀀧􀀱 ;-,t... .c;... ..'-I ,:-. r:;:t.: ;-.<1 I EI WAn3 OlmIlIEJIIIIII!ilI N..M DCA·r m I1EJaI:K\'WfIIWA1'ERMErzlI':_r @....-.....1MlLlmOH....􀁾􀁡􀁊􀀡􀁃􀁬􀁬􀁬􀁉􀁃􀁉􀀼􀀮� �􀁏􀁗􀀡􀁒 􀁄􀁾􀁎􀂫􀁊 '"CHI! SEAYICe UM!S TO THI! IJIIfUCIATJQft 􀁾􀂻􀁗􀀮􀀱􀀮􀀮􀁬􀁮􀁣􀁾􀁓􀁬􀁕􀁔􀁙􀁏􀀢􀀧􀁮􀁣􀁬􀁕􀁬􀁩􀁬􀁑􀀬􀁜􀁩􀀧􀁊􀁏􀁦􀁴 COHI'MCT'OIIl. "DC 􀀱􀀡􀁬􀀮􀀡􀁃􀁔􀁒􀁉􀁃􀀮􀁎􀀮􀁾 P'HCIfe;L.JIt.a CNG"I.L IULATEDWOl'VQ SoW.L II! 1NaTH.U!D PeR.&U.􀁾STAlZ. NIO NA't'lC»W. CCClD. e 􀁾􀀺􀀽􀀽􀁾􀁷􀀺􀀮 _1_ StEDULlolGlIYC ............ ·AarJ!l..'N -_ 􀁯􀀭􀀮􀀳􀀧􀀵􀁬􀀱􀀧􀁓􀀢􀁯􀀭􀀮􀀺􀁺􀁄􀁑� �􀁐􀁓􀁾􀁌􀁎 􀁾􀁾􀁾􀁾􀀮􀁾􀁾 VONE I􀁾􀁣􀁵􀀮􀀲􀁒􀀮􀀮 STATION M.IM!IER "'tVE VAl"WSIZE. CPU QPW P'IftV....\IE -.-\---\ 􀁈􀁬􀁍􀁉􀀧􀁅􀁒􀁾 UREI-&.ONOm..I: 􀁾􀁲􀀺􀁺􀁯􀀮􀁴􀁊􀁉􀀧􀁾S8lES-4.0NOm..E 􀁾􀁴􀁚􀁏􀀫􀁉􀀢􀁾􀁓􀁅􀁊􀁉􀁬􀁅􀁓􀂷LO NOZ21J! 􀁾􀁾􀁓􀁅􀁒􀁕􀂷􀂷􀀮􀁏􀁈􀁏􀁺􀀺􀁺􀁌􀂣 weAT10IERMATlC 11lXlC1CRSOUES IIt&IOnCCHTMlLV....ve MAHlnM.DED VAlves SHAU BE SPACED ."4'N'MT BUCIQ'C&IIl.QS3S8l.Q1SUGt.. EI.UG3I.· QIJlO(CQUPUNOV.t.LVE I:P"!MS f'l.AST1C a.-u. V.t.LVE·s-. ..... "... 􀁾􀁉􀁁􀁄􀁴􀁾S2J1UU.-􀁾S"M.'t' ...􀁾 MOZZI..£I 􀁾􀀧􀁾􀁓􀁅􀁒􀁕􀁲􀁐􀀧􀁏􀁦􀀧􀀮􀁵􀀧􀁓􀁬􀁉􀁉􀀧􀁉􀁖􀁴􀀮􀁙􀀮􀁾􀁎􀁏􀁚􀁚􀁉􀀮􀀮􀁅􀀳 􀁾􀀬􀀮􀁴􀀲􀁾􀁓􀁉􀁎􀀶􀁓􀀱􀁲􀁉􀀢􀀢􀁏􀁎􀀮􀁐􀁉􀁩􀀧􀁦􀀴􀁁􀁙 -IIPRNOZZ1.E3 􀁾􀂷􀁦􀀧􀁉􀁉􀁯􀁯􀀢􀁃􀁯􀀵􀁡􀁓􀁅􀁆􀁴􀁬􀀡􀁓􀀱􀁲􀁐􀁏􀁦􀁕􀀮􀀬􀁐􀁉􀁕􀁬􀀡􀁉􀁡􀀮􀀮􀀮􀁥􀁒􀁓􀂷􀀱􀀧􀁜􀁊􀁒􀁉􀁉􀁾 􀁾Faotaa ON SQ4 eo Rl:SI!RWJSHiNI􀁾􀀮 TREE W!U..S K.MD.1ZDoADY SERIU· LD NOZZ:1.S . IRRIGATION LEGEND: "• WI N 10 ••􀁾􀀬􀀧 D-lpl lW Or.-tw 041"[ SC.Il1' 􀁾 NO. SIolEET 1Cl. 􀁾􀁌 .,.-.,.--,--';---''-''''""''...;; .;_'";:....1....:.=...;•.•--'_.I.;.'.;.,..---'-_...... '-,,_'_.._.L...;.JR_-_O_l -..;';:' N40 SCALS IN FEET 80 80! I ,,--!, I· ,. ," ,I· 'I" ,I· 'I" 'I" ,I· '\"--'I·-I-\" '\" -I\"-1-1· -'I" I· 􀁾􀀭􀀰􀀳 2· 56 b8-02 2" 39 􀁾􀀭􀀰􀀱 2" 33 II ! 􀁉􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀮􀀺􀀺􀀺􀀮􀀭􀀮􀀺􀀺􀀺􀀮􀀽􀀽􀁾􀀭􀀭􀀽􀁾􀀭􀀭􀁾􀁾􀁟􀀮􀁟􀀮􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭.... 􀁟􀀭􀁟􀀭􀀭􀁟􀀭􀁟􀀭􀁟􀁾􀀻􀀭􀀬􀀭􀀭􀀧 O· l" l" \" \" r l" I· \" \" ,. \" o+ 2 􀀡11􀀢2􀀻· "􀀮''􀀽''IN􀀺L􀀧IN􀀺E􀀢􀀡􀀮􀀽􀀽􀀭􀁾􀀭􀀼􀁬􀀭􀀭􀀭􀀭􀀼􀁟􀁟􀀽􀁟􀀭􀁾􀀭􀀭􀀭.... -••---4I>-......l-......l--"......---<, .....--=....-.....􀁾􀀬􀀮􀀮􀀮􀀭􀀭􀁥 LO 􀁾􀀢􀀻􀀺􀀻􀀻􀀮􀁾􀁾􀀽􀀽􀀽􀀺􀀻􀀭􀀽􀀽􀀻􀀺􀀽􀀽􀀻 LO r IRRIGATION LEGEND: 229 .-.eN. IRRIGATION PLAN STA 55+00 TO 60+00 TOWN OF ADDISON • TEXAS ARAPAHO ROAD EXTENSION 􀀱􀀺􀁉􀀧􀀽􀀧􀁩􀁩􀀽􀁊􀁾􀁾􀁾 SURV£'(OR BOULEVARD TO ADO/SON ROAD ..,. EI WATTS llImf.,., IN.INE DCA.r 􀁾 􀁾􀀮􀀮􀀮􀀮􀀬􀀮􀀮􀁗􀁁􀁮􀁊􀁉􀀧􀁍􀂣􀀱􀀢􀁂􀁉􀁴􀂷􀁲 􀁀􀀽􀁾􀁾􀁾􀀽􀁾 COHnaJ.IIIltS􀁾.. "..1liDlI'ClH&I8UT"l' 011' 'nW 1MIOA1"QiI. QiI. CON1'1W:I'QIl n.: B.B:'I"'fUCllLIIH:J 􀁾􀁌􀁎􀀡􀁓 (NC1 HJ. NLATm wc::RQ SHAU. lIE 1HST.au.ED P!Jt.Al.L.LOCAL. 􀁓􀁔􀀢􀀧􀁾 NC HA1'1OPW. CODES. e IILDW lCTER;.ltNoIII!: 􀁭􀀡􀁎􀁊􀁾􀂷 IJSo3O Dl\TAIfQJSTRIAL, IILDW NE'niR _._ SH!DU.EAOPYC ........... ·Rl!FJll...,IH --e-.31'PSCII'e-.2DGP'S .......u. 􀁾 􀁾􀀽􀀽􀁰􀀧􀀺􀁾􀀻􀀻􀀢􀁾 VON. ICOfmlOLLEIl·.unON ......ER ALliE VALV!31Z1 GPN QPMP!Jtv.....VI 􀁈􀁕􀁯􀁉􀁔􀁄􀀮􀁑􀁎􀁐􀁾 􀁾􀀮􀁕􀁉􀁯􀁃􀁭􀁊􀀡 HU'I1'ER l2O-WoAlN' SEfII.ES • LO NOZZI..E HM1'Vt 􀀱􀀲􀁏􀀭􀁗􀁾SMES· ....0 NOZZLE Wl!AnlERMAnc "lIiOOCR S!M!3 RENOT'E CClHl"lOL v....VE IoIANII'Ol.DED VALVO!IHAU. II!:'N:ED .'olf' N'NU 􀁾􀁡􀁡􀁳􀁡􀁡􀀷􀁓􀀱􀁈􀁃􀀱􀁬􀀮􀀦􀁌􀀮􀁕􀀰􀀳􀁉􀀴􀂷􀁑􀁕􀁃􀁉􀁃􀀮􀁾􀁖􀀢􀀢􀁖􀁉􀀡􀀺 􀁉􀁗􀁾􀀧􀁾􀁓􀁬􀁒􀁥􀁓� �􀂷􀁾􀁊􀁐􀁍􀀬􀁙.MPf': NOZZl.£S 􀁊􀁗􀁎􀁉􀁗􀁊􀀱􀁾􀁓􀁉􀁒􀁉􀁬􀀡􀁓􀁲􀁾􀁊􀁐􀁍􀀬􀀢 .MPlIIlPtOZZ1..E3 􀁾􀁾􀀢􀀢􀀱􀀧􀁚􀀢􀁾􀁓􀁐􀁉􀀧􀁗􀁦 .MPI':NCZZL£S 􀁔􀁄􀁉􀁉􀁴􀁏􀁾􀀱􀁉􀁒􀁉􀀡􀁓􀀱􀁲􀁊􀀧􀁬􀁏􀁦􀁬􀀮􀁕􀀧􀁬􀁾􀂷􀀱􀀧􀁜 􀀬􀁉􀁎􀁉􀀧􀁾 TDIItO ""C11 ON KH 10 fUlII!ft WJStoAl;8 NJN'rOIt. na!E wB...1.S HlMT'Ift I2WIDY smao-􀁾 JIlIO:m.I •II. •I:l NoeoCD eo 􀁾5 CCNTlUoCTOR »W.LWI'W'P' NCIZZl.Z stZI:S lPf I"l!LD 􀁾􀀬􀀮􀀮􀀬􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀬􀁾TO "lAD CXNEJWiiI. CCH1'IUC'TOft "I'O.-...z!.􀁾􀁾􀀮 !!2 􀁾􀀢􀁏􀁦􀁩􀁬􀁔􀁏􀁐􀀢􀁾􀁓􀁈􀁁􀁕􀀮􀀸􀁉􀀡􀀮􀁁􀁃􀁃􀀺􀀺􀀺􀀹􀁬􀁇􀀮 ID 0..;.,.'" 0..-'" OA.TE SCAl,[ 􀁾􀁍􀁏􀀮 S!'"£ETJrIO. 􀁾􀁌􀀭 􀀺􀀻􀀮􀀺􀁾􀀺􀀮􀀧__---l.=::....:::...J..:.=......:.".--L·.:.I'.:.iG"---'-.-.."...-. -.l---.....I.-R--O-S... II (-:-'i/.-,----. 􀀧􀁾􀀮􀀧 r----" '----'---􀀨􀁾􀀭􀁜 I=--=-, 'J--i---,-----i---Nt􀁾 20 40 60 60 SCALE IN FEET III II IIl-07 230 _. . wcP IRRIGATION PLAN STA 60+00 TO 65+00 TOWN. OF ADDISON • TEXAS ARAPAHO ROAD EXTENSION 􀀱􀀺􀁉􀁾􀁩􀁩􀀽􀁊􀁾􀁾􀁾 SURVCYOR BOULEVARD TO ADDISON ROAD A. lEI WATTSaa7MSPlDIJr&.l'48DCA·r f:!] HMI:I!YIlfVll'.WA'nftIillE11!!lll .. ZO @􀁾􀁲􀀮􀀧􀁏􀁕􀁉􀀱􀀧􀁉􀁏􀁎􀁄􀀺� �􀀧􀁾􀁾􀁾 DIITR-.mclfII ",., fIHCN!. JmIMCI! L11'e11O 1M! IflNM:T'IC»I CClN'TRCLl.EN SKotl.L.1M! AE.PClNSIMJ'T" QIIlHI-.aG411Of'1 COfrfTIIW:TOIIl 'n4I!1..&C'T'R1CALJHJ.....:::'IfCUJeI (Ni)jU 􀁍􀁌􀁁􀁮􀁄􀀮􀁾SWJ.:.. ICfAL.LBI P'!R ALL􀁾STAT!. NfO Nlt.TIOfrW. CiODES. EB PI.DW MITB' ..􀁾SCZI!AI NMC.H!:. 􀁉􀁉􀁡􀀭􀁚􀁄􀁬􀁬􀁾􀁔􀁁􀁉􀁍􀁊􀁕􀁬􀁉􀀧􀀱􀀧􀁒􀁗􀀮􀁉􀁉􀁜􀀮􀁏􀁗􀀢􀁬􀁮􀁊􀁬􀁉 _ ,_ SH!DU.E 4G P'YC ........... N!JII' P\NI --􀁣􀀮􀀮􀀺􀁊􀁬􀁬􀀢􀁯􀁲􀁡􀀮􀀮􀀲􀀰􀀰􀀬􀀢􀁾􀁜􀀮􀁎 rzz] 􀁾􀀽􀀺􀀺􀀺􀀻􀀽􀁥􀀺􀁾􀁾􀁾􀁾 􀁾 􀁾􀀮􀁴􀁔􀁁􀁾􀁾 AL\I£ V....VESlZE, 􀁾 OPWP'!Rv....'" 􀁾􀁾􀁓􀀸􀀧􀁉􀁕􀂷􀁌􀁄 􀁉􀀧􀁇􀁭􀁉􀀡 􀀱􀀧􀁕􀀧􀁦􀁔􀀧􀁉􀁒􀁾S!ftlD ....DNOmJ! 􀁾􀁾􀁓􀁂􀁉􀁄􀁕􀁕􀂷􀁕􀁊􀁲􀁇􀁚􀁚􀁌􀁉 􀁾􀁾􀁉􀀦􀁡􀁏􀂷􀀴􀀬􀀰􀀱􀀧􀁇􀁭􀁉􀀡 WEA'THEIWI!.T1C 􀀢􀁾􀁓􀁅􀁊􀁉􀀧􀁅􀁓 􀁾􀁃􀁃􀁬􀁈􀀱􀁗􀀱􀀮 "'....\1£ JllN'lUlOI.DED "'....VES:ltW.La& sPACED4'olT'"NJer IU:::lIlH!R Q&1ALa7 SI'G.Z 􀁌􀁕􀁬􀁬􀁾􀂷 cuoc. COlJPL.ll'G "'....'w'I!. 􀀮􀀮􀀮􀀮􀀮􀀬􀀮􀁾􀁍􀁕􀀮􀁖􀁎􀀺􀀮􀁶􀁥􀀮􀂷􀀮􀀮􀀮􀀮􀀭􀀭􀀮 ........... 􀁾􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀁾􀀴􀂷􀁾􀁾􀁙........ NCJZ2UI, 􀀢􀀢􀀢􀀱􀁉􀁉􀁄􀀧􀁾􀀳􀁉􀁊􀁕􀁕􀁲􀁾􀁾􀁙• ..,.NCJZ2UI, 􀁾􀀢􀀧􀁾􀀢􀀢􀁔􀀲􀀢􀁾􀁓􀁦􀁉􀀧􀁦􀁕􀁴􀀬􀁹 ....... NOZZL.D 􀁬􀀢􀁃􀁬􀁦􀁉􀁩􀁯􀁾􀀢􀀢􀁉􀁚􀀢􀁾� �􀀮􀀮􀀮􀀮􀀮􀁳􀁵􀀺􀂷􀁮􀀮􀁒􀁉􀁁􀁁􀁅􀁁􀁓 􀁾􀁾􀁉􀁃􀁬􀁏 ON JCH 1D .....􀀮􀀮􀀬􀀮􀀮􀀮􀀮􀀮􀀮􀁾􀂷􀁔􀁎􀁩􀀮􀁬􀁗􀁅􀁬􀀮􀁕􀁉 IUfI"!IIl: fIIWDI .....• U HCZZl.a •IRRIGATION LEGEND: "•13 Noeo (]) l> 􀁾S 􀁾􀀱􀁴􀁗􀁊􀀮'4M"'fMCIZZI.Eszu"rE,JJ ItQIlI ....NfO HeAD 11) HIAD CQY!fUlGE. 􀁾􀀱􀀱􀀩􀀮􀀮􀀮􀀮􀀬􀀮􀁺􀁥􀀺􀁾􀁙􀀧􀀮􀀡􀀡􀁑 􀁏􀁗􀁊􀁉􀁉􀁉􀁐􀁉􀀧􀁁􀀢􀀧􀁏􀁎􀁔􀁑􀁐􀁾􀀺􀁉􀁴􀁗􀀮􀁌..􀁾􀀮 􀁾L---'---------􀀭􀀭􀀺� �􀀻􀀮􀀮􀁟􀀭􀀭􀁌􀀺􀀺􀀺􀀺􀁾􀁴􀀮􀀮􀀺􀀽􀀮􀀮􀀮􀀮􀀺􀁾􀁾􀁾􀀽􀁟􀁾 -e.nlOli _C1OOTU _ ..........􀁁􀀧􀁦􀀮􀁷􀁲􀁮􀁾 aau...u.TS JIIW "..e:. . 􀀺􀀭􀀬􀁾􀀮 FRAMiNG PLAN UNIT 4 TOWN OF ADDISON 0 TEXAS ARAPAHO ROAD -PHASE m SURVEYOR BlM..EVARD TO ADOISON ROA URS a: >a: 􀁾􀁩 >a: >a: "':I: 􀁾􀁾 "':I: "':I: 􀁾􀀡􀁬􀀡 􀁾􀁾 􀁾􀁾 􀁾􀀡􀁬􀀡 e:a a..:c-e:a .a.:;0-.a..:0-(Typ 􀁕􀁾􀀴 'SEMlS) .SPAN 9 -UNIT 4 , • 0 JOINT o • 0 BRC TRUE LENCTH Il£Al,I SLOPE BEAJ,j IA 􀁾􀀺􀀻􀀮􀁾􀁏􀁏􀂷 82.6667' 84.1667 0.006 BEMI 2;'---85.000' 82.6667' 84.4167' 0.006 eEAM 3A 85.000' 92.6667' 84.4167' 0.006 BEAJ,j 4"'-85.000' 92.6667' 84.1667 0.006 BEAM REPORT,SPAN 9 HORIZONTAt OISTNICE . • JOINT •• • BAG TRUE LENCTH 1l£AJ,j SLOPE BEAM 1B 85.000' 82.6667' 84.1667 0.002 eEA\4 28 85.000' 92.6667' 84.4167' 0.002 Ii"EN,r-J6-----85.00-0' 92.6667' 84.4167' 0.002 BEMI 46 85.000' 82.6667' 84.1667 0.002 ..., -... N ..., I'i ... ... ... on 􀁖􀁉􀁾 􀁖􀁉􀁾 􀁖􀀱􀁾 "'::I "':i 􀁥􀁩􀁾 􀁾􀁾 􀁦􀁦􀁩􀁾 􀁾􀁾 .a..:o< >", >", >", >", >", VI:I: 1Il:c "':c "':I: "':c 􀁾􀁾 􀁾􀀡􀁬􀀡 􀁾􀀡􀁬􀀡 􀁾􀁾 􀁾􀀡􀁬􀀡 f:i5 􀁾􀁓 f=5 􀁾􀁯 .".'c-OISTlINCE BETWEEN STATION LINE lIND BEAM I 20.500 lEFT Co BENTI 0 t.I S BENT NO, 10 (N 0° 1'11" E> BENT NO.9 (N OOl'll"EI --"------OISTlINCE SETWEEN STATION LINE lIND SEAM I 􀀲􀀰􀀮􀁾􀀰􀀰 LEFT TOTAl 37.750' SPAN 9 BEAM SPACINC BEAM lINGLE SPlIN 9 SEAM SPACINC SEAM llNCLE CO SENTI 0 t.I S BEAM 1 0.000 90 0 0 BEAM 2 12.583' 90 0 0 BEAM 3 􀀧􀀲􀀮􀁾􀀸􀀳􀂷 90 0 0 BEAM 4 12.583' 90 0 0 TOTAl 37.750' BEAM 4 12.583' 90 0 0 BEAM :5 12.583' 90 0 0 BEAM 2 12.583' 􀁾􀀭 -90 0 0 BEAM , 0.000 90 0 0 __ tHe-....-.r .•􀁾 _ I ,.,.. BR·32 288 􀁾􀀮 0_ ... >-􀁾􀁾 5!c.. -0 ent; 􀁾􀁩􀁮 􀁾􀁄 􀁾􀀭􀀭􀀭􀀮􀁟􀀮 2"5 BARS (J"O" LONGl ITOP ONLY) ... '5 BARS (J'-O" LONGl !TYP. TOP , BOT. ON BOTH SlOES 0, OPENINC) SLAB PLAN UNIT 4 ARAP.'LHO ROAD -PHASE 111 SURvEYOR BOULEVARD TO ADDISON 􀁒􀁏􀁾 j"i •• PLACE 6 ADDITIONIll.. '5 BARS 0',0" LONGl 􀁾􀀨􀁔􀁙􀁐􀀮􀁏􀁎 EACH 􀁓􀁾􀁅 or OPENINGllTOP) AND 6 AODlTIONIll.. Z BARS SPA. 0 5" nY?, ON EACH SIDE or OPENINC) IBOn DETAIL 􀁾􀀭 ... ::; :.,m .' 0& o=2i !"'l:...'. mien or D ..' BAR TABLE BARS SIZE .. r7j\-C '5 0 '5 T '4 Z '4 • FOR CONTRACTORS INFO ONLY BEAM LENCTHS SHOWN ARE BOTTOM BEAM fLANGE LENGTHS WITH AOJUSTt.lENTS MADE FOR BEAM SLOPE REINFORCING STEEL WEiCHT IS CIll..CULATED USING AN APPROX'IIATE FACTOR 􀁏􀁾 6.5 LBS/SF. TABLE OF" ESTIMATED QUANTITIES SPAN REINF. (j»RESTRESSED CLASS CD TOTIll.. NO. CONC. CONC.BEAAlS "S" REIHL SLiIB TYPE U54 • CONC. • STEEL SF 􀁾􀁆 Cy LB 9 9605 674.JJ 2J7.2 62433. SPAN 9 Ill..L REINFORCING STEEL 􀁾􀁉􀁬􀁬􀀮􀀮􀁌 BE GR,olDE 60. 9. SEE ueMS SHEET FOR BARS E. G. H, J AND I< FOR THICKENED SLAB END. 8. 10. ADJUST BARS C. T. Z AND 0 TO BE CLE:AR OF fA. DECK OPENING rOR ARCH RIS. 11. SEE Sl.a: aw:<.,>. a:<,> 􀁬􀀵􀁾 a:U :5!i 􀀺􀀵􀁾 􀁬􀀵􀁾 a: " l5!i loI .. "' .. w< "':c >a: >a: >a: >", 􀁾􀁬􀁬􀀧 􀁾􀁩 >", >a: >a: >a: 􀁾􀁾 "':I: "':I: i:l: "':I: "':I: "':I: V1:c "':I: 􀁾􀁃􀁩 􀀡􀁾 􀀡􀁾 􀁯􀀺􀁾 􀁾􀁾 􀁾􀀭 lH 􀁾􀁾 􀁾􀁾 􀁾􀁾 􀁾􀁾 􀁾􀀵 '" .. 0 .. 0 .. 0 .􀀢.􀀧0􀁾 .".'0-a...:0-􀁾􀁑 􀁾􀁡 f=c "V"I :;;1 􀁾􀁉 !I II> II> '" VI 􀁾 􀁾 􀁾􀀧 􀁾􀁾 aI m ml m _. 􀁾d􀀮_:􀁾I : 􀁾􀁨􀁾􀁾 <.) .... -0 _ f'Il") >' at'>"" 􀁾􀁗􀀢 􀁾 < .' C.' •I " .;: " '" -...􀁾􀀭 ·i N -Nie:-.... VI VI 􀁾m 7 .....' 1. CLASS "F" CONCRl:TE STRENGTH r'c'SOOO psi. 2. 􀁾􀁌 REINFORCING STl:n SHALL BE GRADE 60. J,ROUCHEN SURFACES BETWEEN U-BEAMS AND OIAPHRAGMS TO A FULL AMPLITUOE OF APAAOX, 'I.... 4. TRANSVERSE OIAPHRAGMS 1MO 11 􀁓􀁈􀁾􀁌 END AT EDGE Of SLAB. ADJUST REINFORCEMENT ACCOROINGLY. _I ,..I I􀁟􀁾􀁅􀀱􀁎􀁲􀁏􀁒􀁃􀁉􀁎􀁇 NOTES .... 't. : VI'" .... a 1-1---.• 􀁾􀁉 SECTION 8-8 i T3 IEFl II tl 􀁾 .....------------!----1 􀁾 10: Ir----l '1 t-'------..., 􀁾􀁉 􀁔􀀹􀁾I SECTION A-A ,\ . Z ,J 1 I \ I -J T5 lEn -, 􀁉􀁾 F]: ...L I-... T5 lEn ...L I--1 T5 lEn -, ...L -, i •t ----.' .; ,l.-. • ----;-;--V-AAfCS} l , -"I' ---I 􀀭􀀭􀀭􀀺􀀺􀀢􀀧􀀱􀁾􀀲􀁟􀀱􀁟􀀭􀀺􀀽􀀬􀁉􀀧.,8.7-:'-::--_··--l_--.:;;,5',:.,;9:.,":--_t-+-,---+...: :8;r.*'" 3'-7" 6',2'1,.' i ---.... J I 􀁉􀀭􀀭􀀭􀀭􀀺􀀺􀁁􀀺􀀺􀀧􀀱􀀳􀀧􀀢􀀽􀀧􀀱􀀭􀀭􀀢􀀮􀁾􀁟􀂷􀂷􀀷􀀭􀀮􀀺􀀺􀀬􀀡􀂥􀀮􀀮􀁾􀁉..."-_+____:2::"",_=9::_"_+---':-__􀁉􀀭􀀭􀀭􀀬􀀭􀀭􀁟􀀫􀀸􀁾􀁬􀀪􀁌􀀮􀁬􀀺􀀺􀀮􀀿􀀺􀀮􀀧􀀭� �􀀭􀀳􀁾􀀭􀁾 I 1"'---. 1 414"' 9" 2'-7" 8*," 3'-7" 􀀶􀁾􀀧􀀯􀀲􀀢 I 􀁾 .... ilr􀁾􀀱 > S1 14 '6 9',10" AVG 207 T6 6 '5 4'-11" Ave 31 T7 2 '5 --'25'·0-;---'---53----=-T9 2 '5 7'-11" 17 HI 4 -'6-3"8" 2.1 DIAPHRAGM TABLE OF ESTIMATED QUANTITIES AI. Tt 84 '5 2'-3" Ave 198 BAR NO, SIZE LENGTH WEIGHT !CLASS "F" CONC ICAP) I C!:..Y:'-I__􀂷􀀭􀀬􀀭􀀹􀁾􀀮􀁏􀀽􀀭__1 􀁾 24 '5 5'-'" AVG 􀁟􀁾􀁾 T3 18 '5 6"5" AVG 121 􀁾__:2;::-+---:',;;5'---1----:....:;33""."..:-6::..,"-;-;-;.,..._1-_770';-_1 T5 6 '5 6',10" Ave 4.1 TEXAS §>EEl 2 􀁾 2 BARS 5.1 􀁾 £ 297 DIAPHRAGM REINFORCEMENT UNIT 4 TOWN OF ADDISON ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO AOOISON ROA DETAILS r 􀁾 t;r:1 􀁾􀁴 PL BAR AS, Po6, A7 AS /--SECTION C-C 􀁾􀁉 SECTION B-B 􀁾􀁉 "', W.,. l.. BAR A B 0 E M N P R H . /............. Al 􀁾􀀱􀀢 g'.A'I," 11"2;'. S'I,' S'/. " S-7" 20"81'. J" ---􀁾􀁾 101.38 A2 􀀲􀀧􀀭􀁾􀁾􀁾FHk 􀁉􀁉􀀧􀀭􀁾􀀮􀁌􀀭 􀁓􀁾 8',(L, 3'-7" 20'-S¥.-J"':O -J • 101.38 '-'AJ z-;:os;:;-g'-1r-2V. I--5"v," li1;." J'·7" 20'·B:1'_ .1" AA 7'1." 2"8;'''' 􀁾 S'{'"' B'/." S'7" l--r.I"-B?,. J" A5 1"11'1, 6'·9l'." t--8'1. i-d'-7'" 1'-3y'z::..-.. 3" r-5'/< 􀀱􀀰􀀴􀀸􀁾􀁟 A6 1"11'1, 6"9" 􀁾􀀮 3'·7" ]"'3'12" .1" Il-Jil.. 104,83 A7 r·n·... 5"9" I--" 8'/." t-J:... " .J'-3'1C_ 3" AS 􀀸􀁘􀁾􀀢 􀀲􀀢􀁾􀀧􀀧􀀢 --8'i," J'-7" 􀁾􀀭􀀺􀀭􀀺􀁷􀀺 .. y.. Ag--i/-"-􀁣􀀭􀀭􀁾 n'-2Y. ''5y,'' sii." S·7'" 􀀲􀀰􀀢􀁾􀀧 􀁾---J.J.;o-1-' " 11'·2?'. 5'/; " B';'-' 3"7" 20'·8?,." , -All 1"71''':;''----S"9" 􀁾􀁴􀁌􀀮 􀁾􀁾􀀺􀀭 􀁟􀀧􀁾􀁾􀀧􀁻􀁺􀀺􀀺􀀮􀀮􀀭􀀮􀀮 ............. AIZ .l"1¥..' 5'-9" n'·zY;-B'I. 3',7" 􀁾􀀮􀀺􀁤􀁚􀁾􀀧 􀁾 ..M3' 7'1. 􀁾􀀸􀁽􀀧􀀬􀀭 .. -5'1,' 8'/." 3"'" 20'-8 ..' "-A14 Br.., 2'-61'," 8'1." 3'·7" "·3'/,' 5 T\ 􀁾 i2 eEn TIS. TiS. 􀁾􀁩􀀼 n----J _, ,-HI (En 11 So TZ CEF"I 􀁾 , , .... L" 􀁾􀀮 ,ll' 11 So T2 CEF"I 􀁾 -I j' ";'1' T1 So T2 lEt! -L.' ,-._. 5; co _ 3; CD • 3i Co 􀁾􀀧 i N ,"/1\2-9 TI to T2 (En 1.. N", T1 s. T2 lEn 􀁾 N .. • I _ I Pv> • Al3 S. Al4 ' .' '-,oJ' . , ,f 􀁾 , 'oJ '.,j , 􀁾 : =t:k L!!!J 1\ Al0 So AIZ ;;;1 􀁾􀁾 􀁾 ;:' ", • 􀁾􀁉 􀁾􀁬 􀁾 , 􀀰􀁾􀁾􀀺􀀮􀁕􀀧 'II I.; .􀁾 􀁾 􀁊􀀱􀀧􀀮􀀭􀀭􀀭􀀭􀀭􀁾 ,􀁾 􀀭􀁾 A:---f']AO-' 􀀭􀀽􀀻􀀭􀀺􀁾 􀁾 􀁾 􀁍􀁾􀀭 􀁾􀀬􀀡􀀲􀀴􀀢 3I!:tl 􀁾 "':.-; ....r-􀀬􀀬􀁾􀁾􀀮 􀁾􀁾 -,t.H. 􀁾􀁾 􀁬􀀮􀀮􀀮􀀡􀀺􀀮􀀺􀀡� �􀀺􀀮􀀮􀀮􀁾 " 􀁾 􀁾􀁲􀁲 􀁾 J'll. II3" A9"'" , __ • _. • , 􀁾 AS \EPI' ill AS So 􀁾􀁬 -􀁾􀀭" -So All A4 S. AS IEF'l 􀁾􀀧􀁉􀁉 _, r> 􀁣􀀮􀀮􀁾 So A6-l€FI l2 SPA. Cl 3" A3 􀁾 A7 lUI 3". 1··0"..,....l}:· SECTION 'An. .AS--(EF'l r-o" ! A2 So Ai> IEF'I 1'-6" J A-A ;1 AI So AS (En ======'-NOTES 1. CLASS "r" CONCRETE STRENGTH r'c-500a psi, 2. ALL REINrORCING STEEL SHALL BE CRACE 50, 3. DIAPHRAGM THICKNESS TRNlSIT,ON ,ROM 1'-6" TO \'-0", A, LONCITUOINAL U-SEMI CAST·tN-PLACE CLOSURE REINF'CRCEt.tENl IS NOT SHOWN, SEE SHErr SR-43. DIAPHRAGM TABLE OF 􀁅􀁓􀁔􀁉􀁍􀁁􀁾􀁄 QUANTITIES BAR NO, SIZE LENGTH WEICHT Al ,-d[' "9 􀁾􀀧􀀴􀀭􀀰􀀭􀀿􀀧􀀬􀀡􀀢 rrs l/A-􀁾 III "g 􀁾􀀧􀁾􀀮 m /<17 􀀮􀁉􀁉􀁾 􀁾􀀮􀁾 A3 oil "g -s.&-8n 4.1. J., .. 􀁾􀁾􀁉􀁉 A4 :t 􀁉􀁾 -!9'-'" " .. 399'-:"1 􀁾 -,\6 2 , "g 􀁾􀀧􀁾􀀧􀀭􀀽 􀁾􀀱􀁾􀀴 Po6 2 • "g 􀁾􀀮 c:; ,J • 􀀭􀀮􀀮􀁾 􀁾 ,'Ii --..E....-􀁾􀁟􀀮􀀮􀁌 "9 􀁾􀀧 " ' ,. , 􀁾 z.' All 1', "g 􀁾􀀢􀀬􀀮􀀬􀀢􀀭􀀺􀀺􀀺 M1; 􀁾􀀮􀁊 ;: A9 I "g JG'-I:' "-? '-7 • 1» 􀀬􀁾􀂣􀀱 AID I "9 􀁾􀀢 5.-7 􀁾 '1 All--I "9 􀁾􀀮􀀬 􀁾 " 􀁾 GO 11 <; --11 6 "S 31'-3" Ave 196 T2 6 "S -26"0" Ave 􀀱􀁾􀁾 -----rr--2-"S 33'-6" 70 T4 2 "S 2S'-0" S.l T8 2 "5 5'-9" 12 T9 2 "5 7'·11" 17 HI 4 "6 3'-8" 23 SI 14 '6 8"10" Ave 186 S2 12 "6 11"-3" AVe 203 53 36 "6 13',10" Ave 748 54 54 "6 11'-10" 4S0 SS 20 -6--\Z'·10" 193 S6 18 "6 10',6" AVG 2B4 S7 10 "6 7'-2" AVG 108 UI 3 "6 6"9" 31 U2 10 "6 "'4" III U3 J "6 .1'·0" 'A RElNrORCINC RElNrORCINC STEEL Lb SO"G CLASS "." CONC I Cy g,4 r ' /I 􀀬􀀮􀀮􀀮􀀮􀀮􀁊􀁾􀁉􀀭 ' i/I t=-i-L., 􀁾 􀁾 1ft, J I IlL :..1 JI I :.,1 \ t ;;: 􀁾􀁉 ;.L-1 􀁾 .;:-:::--/1 I I 1 􀁾 I \ 􀁾􀀭􀀭􀀭􀀽􀀮􀁲􀀮 , VI r-NOTE J I I I NOTE J -oi I--::: I' BARS U.. .J I I' ",:1::: I::: -L BARS T:.eARS HIJ' '-'\ l Ii 􀁾􀁾 l J i 􀀻􀁾􀁉.:􀁯:.:􀀮.' J 'I )l' J...k -I 􀁾 . 􀁉􀁊􀁾􀁖 \. :;;.. BARS'T8 􀁾 􀁾 3·BARS U2 􀁂􀁁􀁒􀀵􀁁􀁾􀀬􀀮 A., _ 􀁾􀀬􀀬􀁟􀁡􀀭􀁁􀁒􀁂􀀵􀁾􀀺 􀀺􀁬􀁴􀁾􀁩 2·BARS U2@;-, -􀁾 . , ij(¥' .. 􀁾 Jl' "--J-BARS U2 :i.... A 􀁾 -􀁾 -.'............... I CC°'::,􀀧􀁾􀁲􀀧􀀼􀀬􀀩􀀧 I .-.:... -BARS 􀁾 AJ .4, f, All • Z,BARS U2 ,_ yJ.--􀁾 6" 1 I 􀁁􀀺􀀬􀀮􀁾􀀧 􀁾􀀬􀀬􀀱 • 14'-0" I 11',0" 􀁾􀁾􀁁 6 1 DRIP DE TAIL DIAPHRAGM AT • MAIN SPAN REINF"ORCING BAR BEND ;, ';:"c:, ---.--. '-Item #R7 -Presentation of annual report of the Addison Arbor Foundation and the 2002 Work Plan for the Foundation. Item #R8 -Consideration of an Ordinance to (1) amend Chapter 2 (Administration), Article IV (Finance), Division 2 (Financial Policies) of the Code of Ordinances by adding a new Section 2-184 relating to the use of alternative methods of selecting a contractor for certain projects which provide the best value for the Town, and (2) delegate the authorityto make a determination as to which method provides the best value for the Town to the City Manager (or the City Manager's designee). "􀁾 City Council Agenda 01-22-02 --_._---A_._f.-!A-f-'-A-_-H.._O---R-p..} -'P--H-A--._s.e-.J--I_.I􀀭:􀀭􀀭􀁾􀀭F􀀭􀀭e􀀭e􀀭􀀭􀀭P􀀭Ie􀀭(􀀭)F􀀭P􀀭S􀀭I􀀭lc􀀭.􀀭. 􀀭􀀭􀀭􀀭􀀭􀁟􀀮􀀭􀀻􀀭􀁟. .._._----------"-_..-.._--.-.....:..; . ________. 􀁾__TEJJ_?fL_ COtf4.TRf<. 􀁔􀀡􀁾􀁎􀀮 􀁾􀀾􀁲􀁟􀁾􀀡 􀁾􀁬􀁖􀁦􀀡􀀮􀀮􀀴􀁲􀁱􀁾􀁾􀁴􀀺􀀮 .__. ._u._. 􀀮􀁊􀀮􀀮􀁊􀁟􀁾􀀮􀀩􀁊􀀿􀀮􀁺􀁢􀀭􀁾􀀧􀀿􀀲􀀮 _. .!._ 􀁟􀁦􀁦􀀡􀁟􀁾􀁾􀁔􀁊􀀿􀁦􀀺􀀮􀀮􀁾􀁟􀁊􀁟􀀢􀀱􀀰􀀴� � 􀁟􀁾􀀧􀀡􀁾􀁟􀁃 􀁾􀀮􀁌􀁾􀁾􀁾􀁾􀁾􀁟􂂬􀀮􀀮􀁉􀁦􀁔􀀭􀁯 F-:-􀁷􀁾 􀁾 .__.._._. ...:. . . . ._. _. .. .____.___ 􀁟􀁟􀁻􀁾􀁟􀁲􀁺􀁟􀁾􀁾􀁱􀀮􀁦􀀺􀁟􀀧􀀭􀀡􀁩􀁾􀁾􀀭􀀮􀁾􀀭􀀭􀀭􀁾􀀮􀀭􀀭􀀮􀀭􀂷􀀭􀀭􀀭􀁾􀀭􀁟􀀭􀀮􀁌􀀭􀀺􀀮� �􀀮􀀭􀂷 .. '_....􀁟􀁾􀁾__..-: 􀁾􀀭􀀮􀀭􀀭􀀭􀀭􀀭 􀀮􀁟􀁾􀁟􀀮 c. 􀁾 J!Jl.J 􀁾􀁾􀀧􀀺􀀮􀀩􀁟􀀭􀀿􀁾􀀲􀀮􀀮 _-,I -. -. i· ..---..------.. -.--.. --..-.--------'" -..--.-"-------------.---..---------------.---. ---.. -------.-.-----.--.--,---------.-.-.-. ------_. ,_,_,.,_, 􀀮􀁾􀀮 !􂂬􀀮􀁾􀁃􀁩􀀨 􀁾􀁾􀁥􀀭􀁾􀁻􀁾􀂣􀁟􀀮__􀁅􀀮􀁾􀁾􀀮__( 􀁾􀀮􀀡􀂱􀁾􀀡􀀮􀁾 􀁾􀁟􀁾􀁾􀁾􀁾􀁟􀁾􀀮􀁾􀁾􀀩􀀩 __. .__.._. .. __. _ _______ .__ 􀁉􀀡􀀭􀀧􀁾􀁃􀀿􀁾􀀱􀁚􀀨􀁾􀂧 􀁅􀀡􀁾􀀱􀁦􀀭..􀀭􀀭􀁑􀁟􀂧􀁬􀁱􀁟􀁾􀁽􀀭􀁾􀁔􀀡􀀿􀁾􀁱􀁾􀀭􀁃􀀢􀀡􀀭􀁰􀀮􀀮􂂬􀀢 ). __.__ ._ __ __ . !I 61 􀁐􀁊􀀩􀀨􀀯􀁖􀁾 f .COtvTf?A-cT Atv-/lf2j) 􀀨􀁃􀁃􀀱􀁾􀁓􀁔􀁾 􀁟􀁾.􀁾••􀁾.••􀁾􀀮 􀁲􀁒􀀮􀁾􀀺􀀻􀀺 􀀶􀁄􀁾 􀁉􀁾􀁓􀀻􀀻􀀻􀁾􀁯􀁾􀁟􀁾􀁾􀁉􀀽􀀭􀁾􀁟􀁮 􀀮􀁯􀀮􀁾􀁾􀁟􀀽 -u,f 􀁯􀁾􀁯􀁾􀀭􀀭􀀻􀀿􀁾 ..._ . --"'-'-"'--_. _..-.. _--j'-"--" --_._-----_._--------_._----------_. _._._.._--------_._ __ -_ _._.-._._---_.. _._. __•. _.. ---_.. _._-_ _._-_.-------._ .._--_..__·.I!_%_.OE__ 􀁦􀀮􀁦􀀡􀁾􀁟􀁔􀁅􀁾􀁴􀀻􀀮􀀮􀁉􀁘􀁾􀁾 􀁃􀁴􀀧􀁾􀁔__􀀮􀁟􀀿􀁉􀁾􀁦􀁴􀀮􀁙􀁾􀁉􀁦􀁦􀁦􀀱􀀯􀀮 _... .. __ .__....._ _.. .. !i .4-8 􀁾 Ztf?S _ _________. 1l1.f5 􀀮􀀢􀁂􀁁􀀭􀁾􀀯􀁣 __.􀀮􀁦􀀮􀁾􀀧􀀡􀀺􀁾C 􀁾__ ----.. 􀀧􀁬􀀻􀁃􀀺􀀡􀁾􀀶􀀯􀁓􀀭􀁃􀀡􀁾􀁟 -:-::__ . _ Ii .... -i!!i .. -.-.-.--'-'----... -.-------...-. -----.----.... --.--... -..--.-.-.-.--.. -. .• I!.ApPIT70tvA(. Sc/2/,;fcE> ) (lVet. v-f}(/V q . .·.Ii􀀨􀁐􀁾􀀮􀁊􀀤􀀢􀁯􀁓 􀁯􀁮􀁾􀁾􀁾••􀁾􀁾•• 􀁾􀁾􀁾􀁆􀁾􀁾􀁾􀂷􀁾􀁾􀁾􀁾􀀺􀁾􀁾􀁾􀁴􀁾􀀭􀁾􀁾􀁾� �􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁲􀁾􀁾 oil 􀁾􀁉􀁖􀁖􀀨 􀀮􀁥􀁏􀁴􀁖􀁁􀁪􀁾􀁾􀁔􀁾􀁴􀀺 􀁟􀁯􀁾􀁟􀁾􀀮􀀵􀁾􀁟􀁾􀀯􀁖􀁔􀀩􀁪􀁴􀀲􀁊􀀲􀀨􀁦􀁩􀁩􀀱􀀭􀁔􀁬􀁾 _ __IililtlltllZ-J?_ f'"'!,.e" ',\/􀁃􀁏􀀨􀀩􀀬􀁥􀀮􀁯􀀱􀀰􀀱􀀧􀀺􀁴􀁦􀀩􀁾 tv 1Tl-J Ii Be( D ti 􀁾 AeCHrT£C. T "ii II .-. .0--'--􀁾􀀬􀀺􀀧􀀮􀀧􀁾􀀧 ,'_.,: .-,::, .. ---.. -.-. ---.---. ---.---.-.-.••---.-----.--, •.• -.-._-... .0 .. I ,i;i,o%•F . Co""".sTR'<. T_OM, (;OS L __e:5T/l-flL/Slln ___oooun__ 11 d....-'.4-P/.,... 􀁏􀁉􀁾􀀲 ;.,SZ)S 􀁟􀀮􀀺􀀮􀁟􀁾 ....􀁟􀁾...._..... ,,__.....-0·..._. _:.-__ . __ I._....􀁟􀂷􀁾􀀮􀂷 _j! 􀁛􀁪􀀮􀀬􀀩􀀯􀀮􀀮􀁉􀁉􀀡􀀭􀀭􀀱􀀷􀁾􀁾� �􀁪􀀭􀀬􀀭 􀀬􀁳􀁟􀁾􀁦􀀲􀁶􀀮􀁴􀀨􀁦􀁦􀀮􀁟􀁾 􀁾 􀁦􀁴􀁦􀁊􀀮􀁳􀀺􀁾􀀩􀀮􀀤􀁬􀀺􀁊􀁟􀀲􀀮􀀮 _ _.. __ ._ __ _ ...'t/:e:Y' _/Op__·_._· .. . ------.-.. . 11 . Il!i -Ir'()yA-L I! "Ii II 􀁾􀀺􀀺􀀻􀀺􀁔􀁕􀀿􀀺􀀨􀁪􀁶􀀺􀀻 􀁁􀁾􀂷 􀁾􀁩􀀺􀁣􀀽􀀺􀀻􀀺􀁾􀁥􀀷􀀨􀁾􀁟􀁾􀁾􀀰􀀧􀀺􀀺􀁔􀀾􀁏􀁾 ___:_u:__ : I-pi"sli1'; 􀀭􀁾􀁾 :_U:NC: 􀁊􀁚􀁾􀁟􀁾􀁾􀀭􀁾􀁾􀀢􀁾􀀧􀂥􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀽 􀁾􀁵􀁾􀁦􀁩􀁚􀀧􀁴􀁊 Y􀁦􀀺􀁾 _. . . l-I TOWN OF ADDISON, TEXAS HNTB /GBW Engineers 11/13/01 ARAPAHO ROAD EXTENSION FROM ADDISON ROAD TO MARSH LANE ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST OPTION5C -SURVEYOR BLVD. TO ADDISON ROAD -Phase 3 ITEM NO 100 104 110 132 260 360 360 423 500 502 666 ** 681 ITEM DESCRIPTION ROADWAY PREP. & MAlNT. OF RIGHT-OF-WAY REMOVE OLD CONCRETE (PVMT.) EXCAVATION (ROADWAY) EMBANKMENT (ORDINARY COMPACTION) LIME TREATED SUBGRADE (6 in) (Mainline) CONCRETE PAVEMENT (10 in) (Mainline) MONOLITHIC CURB (TYPE A) (6 in) RETAINING WALL (CAST IN PLACE) MOBILIZATION BARRICADES, SIGNS AND TRAFFIC HANDLING REFLECT PAVE MARKINGS LIGHTING TRAFFIC SIGNALS (PER INTERSECTION) RAILROAD SIGNALS, CROSSING TEMPORARY TRAFFIC,SIGNAL LANDSCAPING UNIT QUANTITY ENGINEERS ESTIMATE STA 59.5 $ 2,750.00 $ 163,735.00 SY 500 $ 3.85 $ 1,925.00 CY 7,000 $ 3.50 $ 24,500.00 CY 34,000 $ 9.50 $ 323,000.00 SY 24,200 $ 3.30 $ 79,860.00 SY 23,200 $ 34.20 $ 793,440.00 LF 11,500 $ 2.25 $ 25,875.00 SF 21,000 $ 35.25 $ 740,250.00 LS1 $ 100,000.00 $ 100,000.00 LS 1 $ 100,000.00, $ 100,000.00 LF 25,000 $ 1.75 $ 43,750.00 LF 5,400 $ 38.50 $ 207,900.00 EA 1 $ 132,000.00 $ 132,000.00 EA 2 $ 275,000.00 $ 550,000.00 EA 1 $,' 11,000.00 $ 11,000.00 LS 1 $ 1,20'0,000.00 $' 1,200,000.00 INLETS MANHOLES LATERALS 24" RCP 30" RCP 36" RCP 6'X5'RCBC 7' X5' RCBC 9' X5' RCBC 2 -7' X 5' RCBC 2 -9' X 5' RCBC 2 -10' X 6' RCBC " '" " LF 1,180 $ 55.00 $' 64,900.00 LF 3,000 $ 55.00 $ 165,000.00 LF 1,310 $ 70.00 $ 91,700.00 LF 500 $ 85.00 $ 42,500.00 LF 260 $ 275.00 $ 71 ,500.00 LF 400 $ 325.00 $ 130,000.00 LF 500 $ 375.00 $ 187,500.00 LF 800 $ 600.00 $ 480,000.00 LF' 1,460 $ 775.00 $ '1;131,500.00 LF 920 $ 875.00 $ 805,000.00 ' HEADWALL CONCRETE REMOVE CONCRETE CHANNEL LINING REMOVE/REPLACE CONCRETE CHANNEL LINING OTHER UTILITY RELOCATIONS RIGHT-OF-WAY DEMOLITION SUBTOTAL 20% CONTINGENCY CY 30 $ 650.00 $ 19,500.00 SY 10,500 $ 11.00 '$ 115,500.00 SY 1,100 $ 65.00 $ 71,500.00 LS 1 $ 77,500.00 $ 77,500.00 LS 1 $ 2,750,000.00 $ 2,750,000.00 LS 1 $ 100,000.00 $ 100,000.00 $ 10,897,085.00 $ $ 2,179,417.00 M;\JOBS\2S768Phase3\CONTRACnprimecon\PS&E\(ConstructionEs16%110401.xls]5c-2001 TOTAL CONSTRUCTION COST $ 13,076,502.00 􀁾ARCHITECTS ENGINEERS PLANNERS January 10,2002 Town of Addison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Steve Z. Chutchian, P.E. ARAPAHO ROAD PHASE III -SCOPE AND FEE Dear Steve: HNTB r.ompallies 59/0WP/tfJZf' Pttrkwtl)' Suite 200 PJtIllO, Texl/s 75093 (972) 66l-5626 FAX (972) 66l-56l4 wwul,hntb.com Attached please find one original and one copy of the revised scope and fee for the referenced project. The updated document represents several items that have been added to the fee estimate. These items include the following: • Design of parking lots under the bridge on both the east and west sides of Midway Road • Full-time bridge construction observation (estimated construction time: 12 months) • Half-time roadway construction observation (estimated construction time: 15 months) We trust this revised scope and fee meets with your approval. If so, please sign the original and return to us. We are excited about working with you and your staff on this new phase of the project. Very truly yours, HNTB CORPORATION 􀁾􀀧􀀮􀂣􀁦􀁦􀁾 e . Holder, P.(/Director of Capital Projects JDHldsl Enclosure 25768 Tbe llNTB Companies uHleE:'i: 􀀺􀁜􀀱􀀮􀁬􀂷􀀺􀀺􀀧􀁜􀀺􀁜􀀻􀀬􀁜􀀱􀀩􀁛􀁻􀀱􀀮􀁾􀀮 \A; 􀀮􀁾􀁎􀁩􀀧􀁜􀁁􀁉􀁊􀁕􀁉􀀮􀁬􀁓􀀮 t-ID: ATI..-\NTA. li..\: Al:STIN. lX BATON HOUGE. LA: BOSTON. MA;'CHARLESTON. SC: CHAI{LESTON. WV; CHICAGO. IL; CLEVELAND. UI-I: 􀁃􀀨􀁊􀁬􀀮􀁬􀀧􀁾􀁜􀁉􀁉􀁵􀀮􀀺􀁳􀀮 Ill'!: J)ALL,a,S. TX; IH":NVE::lt CO: DETI{OIT. f,.·II; ELKINS, \VV; FT. WOI{TH, TX; HAltTFORD, CT: HICKSVILLE, NY: HOUSTON, TX; [NDIANAPOLlS, IN; KANSAS CITY, t\-JO; h:"i(J:,\ VI 1.1.1':. Ti'\: 􀁌􀀮􀀭􀁜􀁎􀁓􀀱􀁾􀀨􀁪􀀮 ,\11: LOS Ai'GHES. CA: LOl.fISVII.LF.. KY; MADISON, \X'I; MIMoli. FL: MILWAUKEE, WI; MINNEAPOLIS, MN; NASHVILLE, TN: NE\X' YORK. NY; OAKLAND. C.'\: oli:\M;r: 􀁃􀁏􀁌􀁉􀁾􀁔􀁙􀀮 CA: OIU_-\NDO. FI.: OVEHL\Nf) PARK. KS; PIIIL-\DEI.PHIA, JlA; PORTL\ND, MF.; JlORTUND, Ol{; RALEIGH, NC; ST. LOUIS, 1'010; SALT UKE cln'. LIT: SAN ANTONIO. 1;\; 􀁾􀀺􀁜􀁾 IWH:'\:\H1 UNO. C:\; SAN 􀁆􀁉􀁻􀀺􀁾􀁎􀁃􀁬􀁓􀁃􀁄􀀮 C:\; SAN .lOSE. CA; 􀁾􀁅􀁁􀁉􀁔􀁌􀁅􀀬 WA; TAf'o-IPA. fL; TOLEDO, OH; WAYNE, N.I: WASHINGTON, DC. o DATE SUBMITTED: January 14,2002 FOR COUNCIL MEETING: January 22, 2002 Council Agenda Item: SUMMARY: This item is for the approval of an Engineering Services Contract for the design of Arapaho Road, Phase III, from Surveyor Blvd. to Addison Road. FINANCIAL IMPACT: Budgeted Amount: $4.005 Million Cost: $813,785 (Engineering & Inspection) Source ofFunds: Funds are available from the FY 2000 General Obligation Bond Program. BACKGROUND: The third phase of the proposed Arapaho Road extension project extends from Surveyor Blvd. to Addison Road. Construction of this section of Arapaho Road will complete an east-west minor arterial roadway that is necessary to relieve traffic congestion on Belt Line Road. It is anticipated that the new street will initially absorb approximately 11,000 vehicles per day, with a maximum future count of25,000 vehicles per day. 􀁾 C{gj-ke1veJ}) The firm of HNTB Corporationf\submitted a 􀁰􀁲􀁯􀁰􀁯􀁳􀁾􀁾 in the amount not to exceed $813,785 for design and inspection services related to the construction ofPhase III. The proposed scope ofwork that this firm will provide is as follows: a. Final Design ofPaving, Drainage & Utilities b. Streetscape & Irrigation Design c. Bidding & Contract Award d. Full-Time Bridge Inspection & Supplemental Roadway Inspection HNTB Corporation is currently under contract with the Town to prepare parcel descriptions and associated maps as part of the ongoing Right-of-Way/Easement acquisition process. However, the proposed design of a bridge over Midway Road shall be performed by separate contract. Staff has initiated the review of Statements of Qualifications from several Architectural/Engineering :firms related to design of the bridge. The proposed Phase III roadway design contract includes a provision for HNTB Corporation to coordinate the design of the street with the firm that will design the bridge. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into a contract with HNTB Corporation, in the amount not to exceed $813,785.00, for engineering and inspection services associated with the design of Arapaho Road, Phase III, from Surveyor Blvd. to Addison Road. 􀁾ARCHITECTS ENGINEERS PLANNERS January 10,2002 Town of Addison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Steve Z. Chutchian, P.E. ARAPAHO ROAD PHASE III -SCOPE AND FEE Dear Steve: HNTB COJlljJ({}/ies 5910 IV.PIt{110 Parku}({J' Suite 20U PIaI/o, Texas 75093 (972) 661-5626 hlX (972) 66/-56/1 ll){l!w.bllfb.crJI11 Attached please find one original and one copy of the revised scope and fee for the referenced project. The updated document represents several items that have been added to the fee estimate. These items include the following: • Design of parking lots under the bridge on both the east and west sides of Midway Road • Full-time bridge construction observation (estimated construction time: 12 months) • Half-time roadway construction observation (estimated construction time: 15 months) We trust this revised scope and fee meets with your approval. If so, please sign the original and return to us. We are excited about working with you and your staff on this new phase of the project. Very truly yours, HNTB CORPORATION 􀁾􀁲􀁾􀁾 e . Holder, P.V Director of Capital Projects JDHldsl Enclosure 25768 The IiA'TB ComjJanies OITI<:l':S: 􀀮􀁜􀁬􀀮􀁉􀂷􀁓􀀺􀁜􀀺􀀧􀁜􀁬􀀾􀁬􀁾􀁉􀀮􀁜􀀮 \A :\;-'::'\c\]JOLlS. '\11): .-\TI.:\YL\. (;.0\; AI'."iTli\', 'l'X; BATO\.' H()\:CoE, L\; BOSTON, J\Jr\: C/IAHI.ESTON. SC: C]-!:\RLEST00;. \'i'\"; CI-lIC:\CO. II.: C1r\TI.:\\D, Oil: U JI.l '\[HI"S. (HI: lJ.\I.L\S, T\:: [)E:--:\l:I1. co: ])[·THOIT. ,'Ill; (].I\lNS. \\:tv; FT, \\'Ol{Tl-l, TX; I !:\I{TFOIW. CT: I JlCKSVIJ.LF. :-':Y: HOUSTO:'\. TX: 1.'\[ JI,\\.'APOUS. IN" J\:\NSAS CITY. .\10; !\:'\O\:\'ILI.l:. T'\: L\:,\srVj. 'Ill: LOS .\'\CU.FS. C:\: LO\'IS\'ILLL I"Y; ....!:\J)ISON. \'iT \11;\",-,1. r'L; ,\lIl.\'i.':\lIKEE, \'';''[; ,\II;'\.NE:\POl.lS, \IN, ;\;;\Sl[\"[LLE. TI\:: NI-:\'i.' Y01l1\, NY: O:\l\L\1'\D. C:\ 0[\.-\:'\(;1' Ull'.\:TY. C-\: OHL\:"I>O,]-'I.: O\'I]{L;\ND 􀁛􀁊􀀺􀁜􀁒􀀱􀁾􀀬 􀁉􀁾􀁓􀀺 1'1-1IL:\DELl'lll:\, l'A; PORTL:\:'\l). :\11:: PORTL:\NJ). 􀁏􀁬􀁾􀀻 RAI.E1CiH, i\'C: ST. 1.01:/.". ,\10: S..\I.T L.-\l\F CITY. l:T: :-i;\\: ANT01'IO, 'IX s \:'\ 􀁮􀁬􀀺􀁬􀁻􀀺􀀧􀁜􀁟􀁜􀁉􀁻􀁉􀀩􀁛􀁾􀁏􀀮c ..\: S:\\' m.\'\USCO, C:\: S.-\:'\ JOSE, C:\: SI-:XITLE. \\::\: T..\,\IPA. Fl.: TOl.EDO, OJ-[; \\';\1'1\1:. N]: \VASI-IINGTON. DC. 􀁾 Job No. LETTER OF 25768 The H NTH Companies TRANSMITTAL Date 5910 Wesl Plano Parkway, Suile 200 -Plano. Texas 75093 (972) 661-5626 December 10, 2001 I· ···· ··..·········· . To: Steve Chutchian, PE Town of Addison 􀁾􀀱􀀶􀀸􀀰􀀱 Westgrove Drive P.O. Box 9010 Addison, TX 75001-9010 ..__...._... .. ...._--_......_...._._..__.__..._..... ..._."'.._._--_._...... WE ARE FORWARDING TO YOU: · ....··1!I .,J Re: Arapaho Road Phase IT & ITI NO. OF COPIES 1 SHEET NO. LAST DATED DESCRIPTION Certificates of Insurance THESE ARE TRANSMITTED: D For approval PLEASE NOTE: 􀁾 For your use D As requested D For review & comment COPY TO: File MXJRDTM CERTIFICATE OF LIABILITY INSURANCE DATE􀁾􀁍􀁍􀀯􀁄􀁄􀁉􀁙􀁙􀀩 1213/0 PRODUCER THIS CERTlFlCAn:: IS ISSUED AS A MAl It:K C 'INFu",""" lIun Lockton Companies ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W. 47th Street, Suite 900 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 􀁁􀁉􀁔􀁉􀀽􀁾 TJ.II= -_._..... _-,DV 􀁔􀁕􀁏􀀺􀀺􀀺􀁄􀁮􀁬􀁬􀀢􀀧􀁉􀁏􀀺􀀺􀀺􀁾􀁒􀁆􀁬􀁮􀁷 Kansas City, MO 64112-1906 INSURERS AFFORDING COVERAGE INSURED INSURER A: IN N N 'AT f'AQTTATTV rn HNTB Corporation INSURERB: 'II III n ....., 'I-H N 5910 W. Plano Parkway, Suite 200 INSURERC: Dallas, TX 75093 INSURER D: I INSURER E: COVERAGES THE POLICIES OF THE INSURANCE LISTED BELOW HAVE BEEN IS SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER10D INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HERIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGR EGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 􀁤􀁾􀁾􀁓 TYPE OF INSURANCE POLICY NUMBER 􀁐􀁾􀁁􀀧􀀽􀁩􀀭􀁾􀁙 EFFECTIVE 􀁐􀁾􀁾􀁾􀀢􀁙 EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURENCE $ XXXXXXXX f--COMMERCiAL GENERAL LIABILITY NOT APPLICABLE FIRE DAMAGE (Any ono fire) $ XXXXXXXX f---t=J CLAIMS MADE DOCCUR MED EXP (Any ono porion) $ XXXXXXXX PERSONAL & ADV INJURY $ XXXXXXXX '""-GENERAL AGGREGATE $ XXXXXXXX f--GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMPIOP AGG $ XXXXXXXX h n PRO-n POLICY JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE L1I\1fT f--NOT APPLICABLE (Ea accidanl) ANY AUTO $ XXXXXXXX f--ALL OWNED AUTOS BODILY INJURY f--(PEl' pEI'som) SCHEDULED AUTOS $ f--XXX XXX HIRED AUTOS BODILY INJURY f--(PEl' accidanl) NON.QWNED AUTOS $ XXXXXXXX f--PROPERTY f--DAMAGE (PEl' accidanl) $ XXXXXXXX RGARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANYAUTO NOT APPLICABLE OTHER EAACC $ XXXXXXXX THAN AUTO ONLY: AGG $ XXXXXXXX :=JESS LIABILITY EACH OCCURENCE $ XXXXXXXX OCCUR D CLAIMS MADE NOT APPLICABLE AGGREGATE $ XXXXXXXX RDEDUCTIBLE D Jn1b'8IliJ $ XXXXXXXX Fcrm $ XXXXXXXX RETENTION $ 1$ XXXXXXXX WORKERS COMPENSATION AND NOT APPLICABLE 􀁬􀁾􀁲􀁦􀁬􀀾􀁾􀁔􀁁􀁔􀁕􀀭 I 12JHEMPLOYER'S LIABILITY E.L EACH ACCIDENT $ XXXXXXXX E.L DISEASE -EA EMPLOYEE $ XXXXXXXX E.L DISEASE _POLICY LIMIT $ XXXXXXXX A OTHER PROFESSIONAL PLN 008213985 1/1/02 1/1/03 $1,000,000 per claim & the annual LIABILITY aggregate for all projects DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS HNTB Job 25768; Arapaho Road Extension -Phase 11/111 CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LEITER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED Town of Addison BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER 􀁗􀁉􀁌􀁌􀁾􀁍􀁁􀁉􀁌 30 DAYS WRITTEN NOTICE TO THE Public Works Department CERTIFICATE HOLDER NAMED TO THE LEFT,􀁾 P.O. Box 144 Addison, TX 75001 ES. AUTHORIZED REPRESENTATIVE /P-􀁾􀁾􀀺􀀺􀀽􀀺􀀺􀀺􀀺􀀺􀀮 I ACORD 25-5 (7197) oACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) J ACDBD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDI:YY) 12/3/01 PRODUCER THiS IS ISSUED AS 􀁁􀁭􀁾􀁬􀁬􀁣􀁲􀀨􀀱􀁊 Liberty Mutual Insurance Company ONLY AND CONFERS NO RIGHTS UPON THE CERllFICATE Southcreek Corporate Center 2 HOLDER. THIS CERllFICATE DOES NOT AMEND, EXTEND OR 13160 Foster, Suite 100 􀁁􀀧􀀭􀁔􀁉􀀽􀁾 THF .RV TJ.lJ: pnl 1t'IJ:lil AJ:I n\AI Overland Park, KS 66213 INSURERS AFFORDING COVERAGE INSURED INSURER A: . Libertv Mutual Insurance Company HNTB Corporation INSURERB: 5910 W. Plano Parkway, Suite 200 INSURERC: Dallas, TX 75093 INSURERD: t INSURERE: COVERAGES THE POLICIES OF THE INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECTTOWHICH THIS CERTIRCATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BYTHE POLICIES DESCRIBED HERIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIESAGGREGATE L1MrrS SHOWN MAY H4.VE BEEN REDUCED BY PAID CLAIMS. 􀁩􀁬􀁾􀁓 lYPE OF INSURANCE POLICY NUMBER 􀁐􀁾􀁁􀀥􀁙 EFFECTIVE 􀁐􀁧􀁾􀀮􀁦􀁉􀀧􀁙 EXPIRATION LIMITS 􀁾􀁎􀁅􀁒􀁁􀁌 UABIUTY EACH OCCURENCE $ 1,000,000 􀁾 COMMERCIAl. GENERAl UABIUTY TB2-141-433035-211 12/1/01 12/1/02 FIRE DAMAGE CAny OM lin' $ 1,000,000 ICI.AIIIS MAIlE G OCCUR MED EXP CAnyon. penon' $ 5,000 PERSONAL & ADV INJURY $ 1000,000 ,....-GENERAL AGGREGATE $ 2,000,000 r--GEN'LAGGREGATEUMIT APPUES PER: PRODUCTS. COMPIOP AGG $ I,UUU,Uuu 11POUCY fl􀁾􀀺􀁣􀀿􀀭􀁲 n LOC AUTOMOBILE LIABILITY COMBINED SINGLE UMIT 􀁾 tr-AS2-141-433035-201 12/1/01 12/1/02 (Ea a::cidart) 1,000,000 AJlVAUTO $ -ALL OWNED AUTOS BODILY INJlRY -(Per persom) -SCHEDULED AUTOS $ HIREDAUTOS BODILY INJlRY -(Per accidart) NON-OWNED AUTOS $ -PROPERTY -DAMAGE (Per accidart) $ 􀁾􀁒􀁁􀀺􀀺􀀺􀁉􀁌􀁲􀁔􀁙 AUTO ONLY· EA ACCIDENT $ OTHER EAACC $ THAN AUTO ONLY: AGG $ :5ESS LIABILITY EACH OCCURENCE $ OCCUR DCLAIMS MADE AGGREGATE $ 􀁾 DEDUCTIBLE D Umbrella $ Form $ RElENTION $ 1$ WORKERS COMPENSATION AND I 􀁬􀁾􀁲􀁦􀁒􀁾􀁔􀁁􀁔􀁕􀀮 I 􀁉􀁾􀁊􀁈􀀮 􀁾 EMPLOYER'S LIABILITY WC2-141-037577-012 1/1/02 1/1/03 E.L EACH ACCIDENT $ 500000 E.L DiSEASE· EA EMPLOYEE $ 500,000 E.L DISEASE· POUCY UMIT $ bUU,UUU OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS HNTB Job 25768; Arapaho Road Extension -Phase II/III Additional Insured: Town of Addison as respects general liability and automobile liability. CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED Town of Addison BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITIEN NOTICE TO THE Public Works Department CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO P.O. Box 144 SO SHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND Addison, TX 75001 UPON THE INSURER Irs AGENTS OR REPRESENTATIVES. 􀁁􀁧􀀮􀀮􀀶􀁾􀁾􀀮􀁊􀀺􀁾􀁅􀁓􀁅􀁾􀀮 􀁾 I ACORD 25-5 (7/97) oACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AI.IUKU 􀀧􀀺􀁬􀀩􀁾 (f/'df) EVALUATION ASSOCIATES RIGHT OF WAY LAND RIGHTS ACQUISITION APPRAISAL SOLUTIONS September 10, 2001 Mr. Steve Chutchian, P.E. Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Re: Arapaho Road -Phase Ill-Appraisal Scope of Services Agreement Dear Mr. Chutchian: As a follow-up to our several meetings and communications related to the referenced project, and your request that a written scope ofservices be provided for the remaining work to be done, this letter serves as the Evaluation Associates statement ofinterest, and a professional services proposal and agreement. Propose Work Product Wenormally deliver triplicate appraisal reports for each property appraised. The distribution is assumed to be one to the property owner, one to the acquisition agent, and one in the Client files. The report will be an easy to understand narrative evaluation of the subject parent tract, current zoning regulations, existing improvements (if any, which there are, in some of these properties), derivation of whole property value conclusion (including the building structures, in some cases), right ofway acquisition and its impact on the existing and/or proposed use. The report will be designed to comply with current Texas Property Code 21.0111 requiring disclosure ofappraisal reports used for acquisition purposes by a public agency. The work product that you have recently received from our firm has not included the valuation of improvements which may be affected by the proposed road construction. The work required for this project is much greater than the reports you have seen, thus far. Professional StafT to be Assigned In addition to myself, other professional personnel that may be assigned to this project may include, John R. Tannehill, MAl, James V. Getto, MAl, or Richard N. Baker, MAl. Comparable projects of great similarity and reporting style have been recently prepared for the several of the agencies mentioned in the confidential client list, which is on file in your office. Ability, Competency and Qualification The Company Overview Statement on file with your office is intended to clarify our overall competency and responsiveness. Additional information can be verified by way ofpersonal contact with any ofour recent and current clients, for whom the past five years history is contained in this package. 11615 Forest Central Drive' Suite 205 • Dallas, Texas 75243-3917' (214) 553-1414 • Fax (214) 553-1615 Preliminary Observations Mr. Steve Chutchian, P.E. September 10, 2001 Page 2 Professional Fee and Add itional Services Pcl Property Appraisal Fee . $ 3,000 3,000 5 Heritage Inn 6 Motel6 7 15101 Midway Partners/Charter 8 Crouch 9 Intervest 10 4125 Centurion Way LP 11 Boullough/Lykos 12 Public Storage 13 Public Storage Hotel structure not affected (but the Highest and Best Use ofthe excess land to be acquired may need to be demonstrated) Recreational area at rear ofhotel affected Hotel structure not affected Office/showroom -Change in Highest and Best Use likely, possible proximity affect Office/Tech (minimal warehouse) -Change in Highest and Best Use likely, possible proximity affect Office /warehouse -loss in outside storage or parking Office -possibly no affect Office/warehouse -possibly no affect Public storage compartments (Mini-warehouses)(Reduction in the number of rentable units may impact the marketability ofthe remainder beyond the net rental loss) (TfPc1 Nos 12 & Bare the same owner, these parcels can be combined. However, if not the same owner, the scope and fee would be subject to revision. See following Note 1) 6,500 6,500 3,500 2,500 2,500 7,500 NOTE 1: This can only be verified with the combinedjunctions ofinterview with owners, title examination and title commitment through a title insurance company, and the possible support of legal opinion from the City Attorney. Professional third-party consulting fees (see following Note 2) $ 4,000 NOTE 2: Professional third-party consultingfees related to: 1) modification of buildings to maintain both the legal and usual and customary setbacks, 2) modification ofrecreational areas atrear ofMotel 6,. and 3) determination ofthe Public Storage facility remainder site plan. Total $39,000 For the scope of services required for the entire project, including up to nine (9) parcels from the nine properties, the aggregate fee will be $39,000. Because we have performed some preliminary services related to this project, the remaining anticipated delivery schedule is expected to be 60 days. Additional services may be requested at the discretion of the Client. Most professional valuation analysis, conferences and meetings, and expert witness services fall into the $125 per hour range. Contract Agreement Ifthis letter satisfactorily states and outlines the services desired by the Town ofAddison for this project, and is ofadequate formality to use it as a contract, you may authorize our employment by signing one of the copies and returning a copy to us. Mr. Steve Chutchian, P.E. September 10, 2001 Page 3 We are looking forward to the opportunity to serve the Town of Addison in this project. Ifwe can provide any additional information, please call us. . Respectfully submitted, .. a es W. Cullar, Jr. aluation Associates jimcullar@airmail.net . Ron Whitehead .City Manager Town ofAddison Steve Chutchian, P.E. Town of Addison EVALUATION ASSOCIATES RIGHT OF WAY LAND RIGHTS ACQUISITION APPRAISAL SOLUTIONS September 10, 2001 Mr. Steve Chutchian, P.E. Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Re: Arapaho Road -Phase IIT-Appraisal Scope of Services Agreement Dear Mr. Chutchian: As a follow-up to our several meetings and communications related to the referenced project, and your request that a written scope ofservices be provided for the remaining work to be done, this letter serves as the Evaluation Associates statement ofinterest, and a professional services proposal and agreement. Propose Work Product We normally deliver triplicate appraisal reports for each property appraised. The distribution is assumed to be one to the property owner, one to the acquisition agent, and one in the Client files. The report will be an easy to understand narrative evaluation of the subject parent tract, current zoning regulations, existing improvements (if any, which there are, in some of these properties), derivation of whole property value conclusion (including the building structures, in some cases), right ofway acquisition and its impact on the existing and/or proposed use. The report will be designed to comply with current Texas Property Code 21.0111 requiring disclosure ofappraisal reports used for acquisition purposes by a public agency. The work product that you have recently received from our firm has not included the valuation of improvements which may be affected by the proposed road construction. The work required for this project is much greater than the reports you have seen, thus far. Professional Staff to be Assigned In addition to myself, other professional personnel that may be assigned to this project may include, John R. Tannehill, MAl, James V. Getto, MAT, or Richard N. Baker, MAl. Comparable projects ofgreat similarity andreporting style have been recently prepared for the several ofthe agencies mentioned in the confidential client list, which is on file in your office. Ability, Competency and Qualification The Company Overview Statement on file with your office is intended to clarifY our overall competency and responsiveness. Additional information can be verified by way ofpersonal contact with any ofour recent and current clients, for whom the past five years history is contained in this package. 11615 Forest Central Drive· Suite 205 • Dallas, Texas 75243-3917 • (214) 553-1414 • Fax (214) 553-1615 Preliminary Observations Mr. Steve Chutchian, P.E. September 10, 2001 Page 2 Professional Fee and Additional Services Pel Property Appraisal Fee 5 Heritage Inn 6 Motel6 7 15101 Midway Partners/Charter 8 Crouch 9 Intervest 10 4125 Centurion Way LP 11 BoulloughlLykos 12 Public Storage 13 Public Storage Hotel structure not affected -(byt tAi };IigAist &ftt'1 Ihst Use eft"e 􀁩􀁋􀀮􀁾􀁩􀁩 laRQtQ be a.'1lJired Hila,--neee te Be aeRiOAGtratea). Recreational area at rear ofhotel affected. Hotel structure not affected Office/showroom -Change in Highest and Best Use likely, u,ossible proximity; 􀁡􀁦􀁦􀁾􀁣􀁴 Office/Tech (minimal warehouse) -Change in Highest and Best Use likely, Rossjble proximity affect. Office /warehouse -loss in outside storage or parking Office -possibly no affect Office/warehouse -possibly no affect Public storage compartments (Mini-warehouses)(Reduction in the number of rentable units may impact the marketability ofthe remainder beyond the net rental loss) (IfPel Nos 12 & Bare the same owner, these parcels can be combined. However, if not the same owner, the scope and fee would be subject to revision. See following Note 1) 6,500 6,500 3,500 2,500 2,500 7,500 NOTE 1: This can only be verified with the combinedfunctions ofinterview with owners, title examination and title commitment through a title insurance company, and the possible support of legalopinionfrom the City Attorney. Professional third-party consulting fees (see following Note 2) $ 4,000 NOTE 2: Professional third-party consulting fees related to: 1) modification of buildings to maintain both the legal and usual and customary setbacks, 2) modification ofrecreational areas at rear ofMotel 6, and 3) determination ofthe Public Storage facility remainder site plan.. Total $39,000 For the scope of services required for the entire project, including up to nine (9) parcels from the nine properties, the aggregate fee will be $39,000. Because we have performed some preliminary services related to this project, the remaining anticipated delivery schedule is 􀁥􀁸􀁰􀁥􀁣􀁴􀁾􀁤 to be 60 days; Additional services may be requested at the discretion of the Client. Most professional valuation analysis, conferences and meetings, and expert witness services fall into the $125 per hour range. Contract Agreement Ifthis letter satisfactorily states and outlines the services desired by the Town ofAddison for this project, and is of adequate formality to use it as a contract, you may authorize our employment by signing one ofthe copies and returning a copy to us. Mr. Steve Chutchian, P.E. September 10, 2001 Page 3 We are looking forward to the opportunity to serve the Town of Addison in this project. Ifwe can provide any additional information, please call us. Respectfully submitted, a es W. Cullar, Jr. aluation Associates ;imcullar@airmail.net Ron Whitehead City Manager Town ofAddison Steve Chutchian, P.E. Town of Addison DATE SUBMITTED: September 28,2001 FOR COUNCIL MEETING: October 9,2001 Council Agenda Item: SUMMARY: Agreement with Evaluation Associates to perform property appraisals related to the construction ofArapaho Road, Phase III improvements. FINANCIAL IMPACT: Budgeted Amount: Funds were budgeted, in the amount of$20.5 million, in the Year 2000 General Obligation Bond Program for Arapaho Rd., Phases II & III, Project No. 83300 Cost: $39,000 BACKGROUND: The right-of-way acquisition process was recently initiated for the proposed construction ofArapaho Road, Phase III, from Surveyor Blvd. to Addison Road. Preparation of appraisals for certain parcels ofland along the alignment ofthe project is a necessary component ofthe process. The firm ofEvaluation Associates submitted a proposal, in the amount of $39,000, to perform the appraisals and prepare associated reports on nine individual properties. Evaluation Associates was originally selected to perform property appraisals for the proposed widening ofAddison Road and Arapaho Road, Phase II, based on a selection process in which they submitted Statements ofQualifications. In conjunction with the selection process, this firm was also selected to provide appraisals on parcels along Arapaho Road, Phase III. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into an agreement with Evaluation Associates, in the amount of $39,000, for preparation of appraisals related to the construction ofArapaho Road, Phase III, from Surveyor Blvd. to Addison Road. 􀀮􀁾 --_.------------_. '·'1 􀁟􀁟􀁟􀁾􀁾􀁟􀀭􀁐􀁾__􀁾􀁟􀁟􀁟􀁟􀁟􀁟􀁟􀁟... 􀀮􀁉􀁏􀁾􀁾 _ ___________. . __ . 􀁏􀁾􀀧􀀭􀀭􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀬􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭 , ._, . ' ,_.' ,. __ • . '_. '. . , . ,__'. ,__ , _ -----􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁲􀁬􀀯􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭+􀁾-+ 􀀱􀁾􀀭􀁬 .􀁜􀁪􀀱􀀸􀀷􀁌􀀧􀁉􀀭􀁾􀀢􀀫􀀮 .-􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀁴􀁱 􀁦􀁾􀀭􀁴􀀬􀀩􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀧􀁓􀀽􀀭􀁊􀁾􀁲􀁾􀀮􀀮􀀮􀀮􀀭􀀭􀀭􀁾􀁴􀁩􀁢􀁤􀁾􀀴􀀭 􀁾􀀭􀀭􀀭􀀭􀀭􀁬􀀭􀀭􀀭.---.--,.----------.---.-.-,---.-.n. • , •• -----.----. ---------________n 􀁾􀀭􀀭􀀭􀁾􀀭􀀨􀁾􀀭� �􀀭􀀭􀀭􀀭 ____7􀁾􀀭􀁴􀀵􀁩􀀧 􀁾 􀁾􀀽􀁟􀁟􀀽􀁾􀁾􀀦􀁩 .􀀽􀁟􀀽􀀽􀀽􀁾􀁟􀁟􀀽􀁾 __􀁬􀁾􀁾􀀸􀁙􀁲􀁟􀁩􀁾􀁾􀀬􀀺􀁾􀁾􀁾􀁾􀂷􀀺􀀭􀀭􀀭 . -_._. ._-------------􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀶􀁊􀀵􀀭􀀭􀁜􀁾􀀭􀀭􀀭􀀭􀀮� �􀀭􀀭􀀮􀀬􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀱􀁾􀁟􀁾􀀬 .(:{J::-,_",__,.. .. _ __________. .__..,,__.,__, . . 􀁊􀁌􀁑􀀺􀁑􀁟􀁾 􀀺􀀧􀀿􀁟􀁾􀁫􀁽􀀺􀀱􀁟􀁾􀁟􀁾􀀰􀁦􀀺􀀽􀀮 .,, ,. .... ._ __ .. 􀀮􀀡􀁪􀁟􀀧􀀱􀀧􀁬􀀵􀁾 􀁬􀁑􀁟􀁊􀁾 , . ,, ,__ , _ --_..._---􀀮􀁟􀁾􀀭􀀭􀀭􀀭􀀭􀀭 --. ·--·-'0-----·_-----------.􀁾􀀭􀀭􀀭􀁉􀁦􀀭􀁾􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀀭􀁥􀁾􀁾􀁾􀀭􀀭􀀭􀁟􀁾􀁾􀀭􀀭􀀭􀂷􀂷􀂷􀂷􀀬􀀭 -.'--.----.,-.--􀀭􀀭􀀭􀁾􀀭􀁾􀀭􀁟􀁾􀀭􀁾􀀭􀁾 􀁾􀁾􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀢􀀭 --􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭􀀭􀀭􀀮􀁾􀀮􀁾􀀮􀀭 .,.-•.•􀁾􀀮􀁟31'75'􀁬􀀨􀁩􀀳􀀬􀁢􀁾􀁻􀁾􀁾􀁾􀁟􀀱􀁩􀁪􀁩􀁾􀁩􀀻􀁌􀁫 _____" 􀁟􀀮􀁟􀁟􀁟􀁾􀁤􀀭􀁾􀀮 􀁉􀁄􀁟􀁉􀀬􀀮􀁾􀁟􀀧 _______ .. . 􀀧􀀱􀀭􀁾􀁾 __ 􀀩􀀨􀁜􀁟􀁾􀁾􀁌 ...;_" _... , . '2tJ l ,.,.OOQ -------------􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 ----􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁳􀁊􀁊􀀭􀀭􀁾 -0-·Sj 72.10-----,--.,.-.------ ) 􀁾􀀯􀁏􀁉 t,,\ -􀁭􀁾􀁦􀀿􀁉􀁾􀀬􀁦 􀁲􀁾􀀭􀁾􀁰􀁾􀁉􀀮 􀁾􀁾􀀮 ' I t'7 t-J-5 􀁓􀁾 􀀧􀁉􀁯􀁾􀁓􀁯 􀀲􀁾 -1-7 5 􀀺􀀧􀁾􀀬􀀺􀀮􀀿 I'i 􀁾 .',:";-.;, I"': 7f-lb 6)-1-75 /r-I-􀁬􀀮􀀭􀁾 􀁾 15+2-S 'f-J-so !i-f"ClI 'tj. 2. 70 􀁾􀁦􀀮􀀢􀀮􀀮􀁰􀂷􀀮􀀮􀁳􀁾􀁾􀁳 1'jY] Ertr.Ji>tl'S : 􀁾􀁤􀀬 SiNd L'JAfs(v'c) ft'f-taD !Ji":: 􀁓􀁦􀁲􀁻􀀡􀁥􀁨􀁣􀀮􀀮􀁾 􀀵􀁾 75""0 .;; 1.\\1, 􀀿􀀳􀁾􀁓􀁉􀀢􀀭 􀁓􀁾􀀨􀀬􀀤 􀀿􀁾 􀁾 , \i f,'l"I:' 5f..2Cs,IJ SVC$ IJi-; 03 a; 􀁩􀁬􀁾 􀁓􀀭􀁲􀁵􀁾 t,);)IJ1,n? if.Y'Yl :!" 7t.tp *'. 􀀡􀀬􀁾􀁌􀀮 & 􀁾􀁦􀁾 :S1f.1 .,)! I ,tit;, 1.8"3r;tt-1 ' i# -'';:/􀁾􀀷􀀰 ... 􀀮􀀮􀁾􀀨􀀮􀀮40!-(did-c{-s!- rf'{;:,f-"j::I_ CJ£> .<./--0 )( I. /􀁕􀁊􀀱􀁈􀁾􀁉􀁲􀀬􀁮􀀩 c tt73. 0'-/􀁾 1f. 􀁪􀀺􀁩􀁾􀀯􀁾 1.5 reGi!./11 k-v\. -ex.1-1f-l ---t-r+-In.. 􀁾􀁲􀀭􀁪􀀬􀁲􀀻􀀮􀁦􀀮􀁫􀁲􀀯 􀁴􀁊􀁉􀁲􀁲􀁉􀁬􀀧􀀨􀁬􀀴􀁾􀀱􀁈􀀮􀁉􀁾􀀮􀁴� � Civil Engineering • Planning • Surveying September 4, 200 I Steve Chutchian Town of Addison 5300 Belt Line Road DalIas, Texas 75240-7606 RE: Arapaho Road Extension-Revision of Parcel 3 ARS Proposal No. 160-01-098 Dear Mr. Chutchian; In response to a Request for Proposal, ARS Engineers, Inc. is pleased to present this proposal for Professional Services for the referenced project. SCOPE Prepare a Revised Survey Plat and Description ofParcel 3 to include Railroad property down to the nonhern right of way of Belt Line Road. Delive.n: ARS Engineers, Inc. will be able to deliver two (2) signed and sealed Plats and Descriptions on or before ten (l0) working day from notice to proceed. ARS Engineers proposes to perform the Work outlined above for a lump sum of Three Thousand Three Hundred Seventy Five Dollars ($3,375.00). If you have any questions regarding this proposal, please feel free to call me at (214) 739-3152. If this proposal is acceptable, please have an authorized representative ofyour firm sign below and return one original it to our office with Notice to Proceed. Sincerely, 􀁾􀁾 Hugh W. Knight, LS Survey Manager AUTHORIZATION Accepted by:M f.􀁾 ,!\IfI( Pt!rt;.1 1;. Il'tur/J L.., Printed Name: 'IZ, 􀁾􀀢􀀧􀀮􀁒 9F r I Title:DI/2e-t70t2 OF lJf//!)ltc 􀁗􀁾 Date: q.j,I, o/Consulting Engineers 5910 N. Central Expressway • Suite 1000 • Dallas, Texas 75206 • Phone (214) 739-3152 • Fax (214) 750-8823 e-mail: mail@arsengrs.com • website: www.arsengrs.com TOWN OF ADDISON To: DrAft/lirE-/C. WtIO FAX#: Cf72 --2 7?-6cJ63 Date: 1(zs-iJ /No. of pages (including cover):_2 _ PUBLIC WORKS Phone: 972/450-2-cff6 Fax: 972/450-2837 16801 Westgrove P.O. Box 9010 Addison, TX 75001-9010 Sep 24 01 03:28p ETI ENVIRONMENTAL SERVICE 972-279-6063 Ell Environmental Services 4112 VIA BALLENA MESQUITE, TEXAS 75150 (972) 279-9751 Fax (972) 279-6063 September 24,2001 p.2 Town of Addison Department of Public Works P. O. Box 9010 Addison, Texas 75001 Attention: Mr. Steve Chutchian, Assistant Engineer Re: Asbestos Inspection Services 15115 Surveyor Boulevard, Addison, Texas 75001 Dear Sir: As requested, ETI is pleased to submit the following estimated costs for an asbestos inspection of an office bUilding scheduled for demolition located at 15115 Surveyor Boulevard in Addison, Texas, and it is as follows: Inspection and preparation of inspection report Estimated laboratory cost of PLM sample analysis Total estimated costs for inspection: $1,600 700 $2,300 Upon acceptance of this proposal, please sign and return a copy of this proposal and keep a copy for your records. Upon receipt of the accepted proposal, the work will be scheduled to begin on November 5, 2001. Thank you for this opportunity to be of service to the Town of Addison, and please call if you have any questions or need further information. Respectfully submitted, ETr ENVIRONMENTAL SERVICES Dianne K. Woo Asbestos Consultant TOWN OF ADDISON 􀁾 􀁾􀀾 r/zsfrl Signature Date Sep 24 01 03:28p ETI ENVIRONMENTAL SERVICE 972-279-6063 p. 1 ETI ENVIRONMENTAL SERVICES 4112 VIA BALLENA MESQUITE, TEXAS 75150 SPECIAUZING IN ASBESTOS CONSULTING FAX AlTN: (hR... 􀁓􀁦􀁥􀁶􀁾 eh 􀁵􀀮􀀮􀁾 ,aN !hs+. &Cj,neer FROM: EDDIE TAW or DIANNE WOO DATE: C)-<9,e!-tJ! 􀁐􀁁􀁇􀁅􀁓􀁾 RE: /5/1S 􀀮􀀤􀀮􀁾􀁥􀁲􀁯􀁲 􀁾􀁴􀁶􀁤􀀮 PHONE: (972) 279-9751 FAX: (972) 279-6063 REMARKS: 􀁾􀀩 As you requested () FYI () Please comment () For your review COMMENTS: 􀁐􀀮􀀮􀁩􀀮􀀮􀁴􀀮􀁾 􀁾􀁾􀁡􀀻􀀻􀁦 􀁾 􀁾􀁤􀀭 􀁾 11 ;t!u 􀁪􀁾 􀁾 􀁾 k 􀁾􀁾 ;U 'P-.L--1 􀁾􀀨􀀩􀁶􀀩􀁤 􀁾 /)14if􀁾􀁬􀁬􀀡􀁌􀁾 HP LaserJet TOALASERJET 3200 9724502837 SEP-24-2001 10:58 Fax Call Report 3200se invent Job Date 81 9/24/2001 Time 10:57:37 Type Send Identification 99722796063 Duration 1: 06 Pages 2 Result OK TOWN OF ADDISON PUBLIC WORKS FAX #: '172 -2-7'1-GCJG.1> Da'e: 􀁦􀀦􀀭􀀾􀁾 I No. of pag.. (iDeludiDg eover):._2 _ From: 􀀮􀀵􀀮􀁦􀁥􀁾 01vT CI(;q ,"-' Phone: 􀀹􀀷􀀲􀀯􀀴􀀵􀁾 􀁺􀁤􀁐􀁊􀀧􀁾 Fax: 972/450-2837 16801 Weslgrove P.O. Box 9010 Addison, TX 75001-9010 DATE SUBMITTED: _ FOR COUNCIL MEETING: _ .:\. . Council Agenda Item: SUMMARY: Agreement with Evaluation Associates to perform property appraisals related to· the construction ofArapaho Road, Phase III improvements. FINANCIAL IMPACT: Budgeted Amount: Cost:, Fundipg Source: 􀀤􀀭􀁗􀁾 milli6a-􀁴􀁊􀁾 􀁾􀁬􀀮􀁣􀀬 􀁄􀁜􀀭􀁴􀁾 W-g5f.J $39,000 􀁾 71ft5 p;;J,11?CT 􀀨􀁾 Fv"-'(?{;7.J 􀁾􀁳are a:llai1able in the Year 2000 General Obligation Bond Program, Project No. 83300 BACKGROUND: The right-of-way acquisition process was recently initiated for the proposed construction ofArapaho Road, Phase III, from Surveyor Blvd. to Addison Road. Preparation of appraisals for certain parcels ofland along the alignment ofthe project is a necessary component ofthe process. The firm ofEvaluation Associates submitted a proposal, in the amount of$39,000, to perform the appraisals and prepare associated reports on nine individual properties. This firm has successfully performed similar appraisals for the Town ofAddison related to other construction projects, including the proposed Arapaho Road, Phase II improvements. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into anagreement with Evaluation Associates, in the amount of$39,000, for preparation ofappraisals related to the construction ofArapaho Road, Phase III, from Surveyor-Blvd. to Addison Road. EVALUATION ASSOCIATES RIGHT OF WAY LAND RIGHTS ACQUISITION APPRAISAL SOLUTIONS September 10, 2001 Mr. Steve Chutchian, P.E. Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Re: Arapaho Road -Phas Dear Mr. Chutchian: Appraisal Scope ofServices Agreement As a follow-up to our several meetings and communications related to the referenced project, and your request that a written scope ofservices be provided for the remaining work to be done, this letter serves as the Evaluation Associates statement ofinterest, and a professional services proposal and agreement. Propose Work Product We normally deliver triplicate appraisal reports for each property appraised. The distribution is assumed to be one to the property owner, one to the acquisition agent, and one in the Client files. The report will be an easy to understand narrative evaluation of the subject parent tract, current zoning regulations, existing improvements (if any, which there are, in some of these properties), derivation of whole . property value conclusion (including the building structures, in some cases), right ofway acquisition and its impact on the existing and/or proposed use. The report will be designed to comply with current Texas Property Code 21.0111 requiring disclosure ofappraisal reports used for acquisition purposes by a public agency. The work product that you have recently received from our firm has not included the valuation of improvements which may be affected by the proposed road construction. The work required for this project is much greater than the reports you have seen, thus far. Professional Staff to be Assigned In addition to myself, other professional personnel that may be assigned to this project may include, John R. Tannehill, MAl, James V. Getto, MAl, or Richard N. Baker, MAI. Comparable projects ofgreat similarity and reporting style have been recently prepared for the several of the agencies mentioned in the confidential client list, which is on file in your office. Ability, Competency and Qualification The Company Overview Statement on file with your office is intended to clarify our overall competency and responsiveness. Additional information can be verified by way ofpersonal contact with any ofour recent and current clients, for whom the past five years history is contained in this package. 11615 Forest Central Drive· Suite 205· Dallas, Texas 75243-3917· (214) 553-1414 • Fax (214) 553-1615 Mr. Steve Chutchian, P.E. , September 10,2001 Page 2 6,500 6,500 3,500 2,500 2,500 7,500 $ 3,000 3,000 Preliminary Observations Appraisal Fee Hotel structure not affected (but the Highest and Best Use ofthe excess land to be acquired may need to be demonstrated) Recreational area at rear of hotel affected Hotel structure not affected Office/showroom -Change in Highest and Best Use likely, possible proximity affect Officeffech (minimal warehouse) -Change in Highest and Best Use likely, possible proximity affect Office /warehouse -loss in outside storage or parking Office -possibly no affect Office/warehouse -possibly no affect Public storage compartments (Mini-warehouses)(Reduction in the number of rentable units may impact the marketability of the remainder beyond the net rental loss) (If Pel Nos 12 & Bare the same owner, these parcels can be combined. However, if not the same owner, the scope ......... and fee would be subject to revision. See following Note 1) 5 Heritage Inn Professional Fee and Additional Services Pel Property 7 15101 Midway Partners/Charter 8 Crouch 6 Motel6 9 Intervest '; 10 4125 Centurion Way LP 11 Bo'ulloughlLykos 12 Public Storage 13 Public Storage NOTE 1: This can only be verified with the combinedfunctions ofinterview with owners, title examination and title commitment through a title insurance company, and the possible support of legal opinionfrom the City Attorney. Professional third-party consulting fees (see following Note 2) $ 4,000 NOTE 2: Professional third-party consultingfees related to: 1) modification of buildings to maintain both the legal and usual and customary setbacks, 2) modification ofrecreational areas at rear ofMotel 6, and 3) determinatioll ofthe Public Storage facility remainder site plan. Total $39,000 For the scope of services required for the entire project, including up to nine (9) parcels from the nine properties, the aggregate fee will be $39,000. Because we have performed some preliminary services related to this project, the remaining anticipated delivery schedule is expected to be 60 days. Additional services may be requested at the discretion of the Client. Most professional valuation analysis, conferences and meetings, and expert witness services fall into the $125 per hour range. Contract Agreement Ifthis letter satisfactorily states and outlines the services desired by the Town ofAddison for this project, and is ofadequate formality to use it as a contract, you may authorize our employment by signing one ofthe copies and returning a copy to us. Mr. Steve Chutchian, P.E. September 10, 2001 Page 3 We are looking forward to the opportunity to serve the Town of Addison in this project. Ifwe can provide any additional information, please call us. Respectfully submitted, a es W. Cullar, Jr. aluation Associates iimcullar@airmail.net Steve Chutchian, P.E. Town of Addison EVALUATION ASSOCIATES RIGHT OF WAY LAND RIGHTS ACQUISITION APPRAISAL SOLUTIONS September 10, 2001 Mr. Steve Chutchian, P.E. Town of Addison P.O. Box 9010 Addison, Texas 75001-9010 Re: Arapaho Road -Phase II -Appraisal Scope of Services Agreement Dear Mr. Chutchian: As a follow-up to our several meetings and communications related to the referenced project, and your request that a written scope ofservices be provided for the remaining work to be done, this letter serves as the Evaluation Associates statement ofinterest, and a professional services proposal and agreement. Propose Work Product We normally deliver triplicate appraisal reports for each property appraised. The distribution is assumed to be one to the property owner, one to the acquisition agent, and one in the Client files. The report will be an easy to understand narrative evaluation of the subject parent tract, current zoning regulations, existing improvements (if any, which there are, in some of these properties), derivation of whole property value conclusion (including the building structures, in some cases), right ofway acquisition and its impact on the existing and/or proposed use. The report will be designed to comply with current Texas Property Code 21.0111 requiring disclosure ofappraisal reports used for acquisition purposes by a public agency. The work product that you have recently received from our firm has not included the valuation of improvements which may be affected by the proposed road construction. The work required for this project is much greater than the reports you have seen, thus far. Professionai Staff to be Assigned In addition to myself, other professional personnel that may be assigned to this project may include, John R. Tannehill, MAl, James V. Getto, MAl, or Richard N. Baker, MAl. Comparable projects ofgreat similarity and reporting style have been recently prepared for the several of the agencies mentioned in the confidential client list, which is on file in your office. Ability, Competency and Qualification The Company Overview Statement on file with your office is intended to clarify our overall competency and responsiveness. Additional information can be verified by way of personal contact with any ofour recent and current clients, for whom the past five years history is contained in this package. 11615 Forest Central Drive· Suite 205 • Dallas, Texas 75243-3917· (214) 553-1414 • Fax (214) 553-1615 Preliminary Observations Mr. Steve Chutchian, P.E. September 10, 2001 Page 2 Professional Fee and Additional Services Pel Property Appraisal Fee $ 3,000 3,000 5 Heritage Inn 6 Motel6 7 15101 Midway Partners/Charter 8 Crouch 9 Intervest 10 4125 Centurion Way LP 11 BoulloughlLykos 12 Public Storage 13 Public Storage Hotel structure not affected (but the Highest and Best Use ofthe excess land to be acquired may need to be demonstrated) Recreational area at rear of hotel affected Hotel structure not affected Office/showroom -Change in Highest and Best Use likely, possible proximity affect Office/Tech (minimal warehouse) -Change in Highest and Best Use likely, possible proximity affect Office /warehouse -loss in outside storage or parking Office -possibly no affect Office/warehouse -possibly no affect Public storage compartments (Mini-warehouses) (Reduction in the number ofrentable units may impact the marketability of the remainder beyond the net rental loss) (IfPel Nos 12 & Bare the same owner, these parcels can be combined. However, if not the same owner, the scope and fee would be subject to revision. See following Note 1) 6,500 6,500 3,500 2,500 2,500 7,500 NOTE J: This can only be verified with the combinedfunctions ofinterview with owners, title examination and title commitment through a title insurance company, and the possible support of legal opinion from the City Attorney. Professional third-party consulting fees (see following Note 2) $ 4,000 NOTE 2: Professional third-party consultingfees related to: J) modification of buildings to maintain both the legal and usual and customary setbacks, 2) modification ofrecreational areas at rear ofMotel 6, and 3) determination ofthe Public Storage facility remainder site plan. Total $39,000 For the scope of services required for the entire project, including up to nine (9) parcels from the nine properties, the aggregate fee will be $39,000. Because we have performed some preliminary services related to this project, the remaining anticipated delivery schedule is expected to be 60 days. Additional services may be requested at the discretion of the Client. Most professional valuation analysis, conferences and meetings, and expert witness services fall into the $125 per hour range. Contract Agreement Ifthis letter satisfactorily states and outlines the services desired by the Town ofAddison for this project, and is of adequate formality to use it as a contract, you may authorize our employment by signing one of the copies and returning a copy to us. Mr. Steve Chutchian, P.E. September 10, 2001 Page 3 We are looking forward to the opportunity to serve the Town of Addison in this project. Ifwe can provide any additional information, please call us. Respectfully submitted, Steve Chutchian, P.E. Town of Addison EVALUATION ASSOCIATES RIGHT OF WAY LAND RIGHTS ACQUISITION APPRAISAL SOLUTIONS September 10, 2001 Mr. Steve Chutchian, P.E. Town ofAddison P.O. Box 9010 Addison, Texas 75001-9010 Re: Arapaho Road -Phase II -Appraisal Scope ofServices Agreement Dear Mr. Chutchian: As a follow-up to our several meetings and communications related to the referenced project, and your request that a written scope ofservices be provided for the remaining work to be done, this letter serves as the Evaluation Associates statement ofinterest, and a professional services proposal and agreement. Propose Work Product Wenormally deliver triplicate appraisal reports for each property appraised. The distribution is assumed to be one to the property owner, one to the acquisition agent, and one inthe Client files. The report will . be an easy to understand narrative evaluation ofthe subject parent tract, current zoning regulations, existing improvements (if any, which there are, in some of these properties), derivation of whole . property value conclusion (including the building structures, in some cases), right ofway acquisition and its impact on the existing and/or proposed use. The report will be designed to comply with current Texas Property Code 21.0111 requiring disclosure ofappraisal reports used for acquisition purposes by a public agency. The work product that you have recently received from our firm has not included the valuation of improvements which may be affected by the proposed road construction. The work required for this project is much greater than the reports you have seen, thus far. .Professional Staff to be Ass"igned In addition to myself, other professional personnel that may be assigned to this project may include, John R. Tannehill, MAl, James V; Getto, MAl, or Richard N. Baker, MAI. Comparable projects of great similarity and reporting style have been recently prepared for the several ofthe agencies mentioned in the confidential client list, which is on file in your office. Ability, Competency and Qualification The Company Overview Statement on file with your office is intended to clarify our overall competency and responsiveness. Additional information can be verified by way ofpersonal contact with any ofour recent and current clients, for whom the past five years history is contained in this package. 11615 Forest Central Drive· Suite 205· Dallas, Texas 75243-3917· (214) 553-1414 • Fax (214) 553-1615 ,-Mr. Steve Chutchian, P.E. September 10, 2001 Page 2 Professional Fee and Additional Services PcI Property Preliminary Observations Appraisal Fee 6,500 3,500 2,500 2,500 7,500 6,500 . $ 3,000 3,000 5 Heritage Inn Hotel structure not affected (but the Highest and Best Use ofthe excess land to be acquired may need to be demonstrated) Recreational area at rear of hotel affected Hotel structure not affected Office/showroom -Change in Highest and Best Use likely, possible proximity affect OfficefTech (minimal warehouse) -Change in Highest and Best Use likely, possible proximity affect Office /warehouse -loss in outside storage or parking Office -possibly no affect Office/warehouse -possibly no affect Public storage compartments (Mini-warehouses)(R eduction in the number of rentable units may impact the marketability ofthe remainder beyond the net rental loss) (IfPcI Nos 12 & Bare the same owner, these parcels can be combined. However, if not the same owner, the scope and fee would be subject to revision. See following Note 1) 6 Motel6 7 15101 Midway Partners/Charter 8 Crouch 9 Intervest 10.4125 Centurion Way LP 11 Boullough/Lykos 12 Public Storage 13 Public Storage NOTE 1: This can only be verified with the combinedfunctions ofinterview with owners, title examination and title commitment through a title insurance company, and the possible support of legal opinionfrom the City Attorney. Professional third-party consulting fees (see following Note 2) $ 4,000 NOTE 2: Professional third-party consulting fees related to: 1) modification of buildings to maintain both the legal and usual and customary setbacks, 2) modification ofrecreational areas at rear ofMotel 6, and 3) determination ofthe Public Storage facility remainder site plan. Total $39,000 For the scope ofservices required for the entire project, including up to nine (9) parcels from the nine· properties, the aggregate fee will be $39,000. Because we have performedsome preliminary services related to this project, the remaining anticipated delivery schedule is expected to be 60 days. Additional services may be requested at the discretion of the Client. Most professional valuation analysis, conferences and meetings, and expert witness services fall into the $125 per hour range. Contract Agreement Ifthis letter satisfactorily states and outlines the services desired by the Town ofAddison for this project, and is ofadequate formality to use it as a contract, you may authorize our employment by signing one ofthe copies and returning a copy to us. Mr. Steve Chutchian, P.E. September 10, 2001 Page 3 We are looking forward to the opportunity to serve the Town of Addison in this project. Ifwe can provide any additional information, please call us. Respectfully submitted, a es W.Cullar, Jr. aluation Associates jimcullar@airmaii.net Steve Chutchian, P.E. Town of Addison -:'" !::mEARCHITECTS ENGINEERS PLANNERS PROPOSAL for SERVICES PEDESTRIAN LINK I TRAIL PLANNING ARAPAHO ROAD -MARSH LANE to ADDISON ROAD Town of Addison Project Area and Project Scope Understanding 􀁾􀀭􀀯􀀷􀀭􀀨􀀩􀀯 iOJ ComllU!rL'e Street Suite 700 Dallas, TeXtlS 75202 (214) 748..8400 F.4X (214) 748-8440 u'u·u:b"tb.com HNTB's understanding is that the project will consist of developing a Conceptual Pedestrian Link I Trail Plan study adjacent to. the proposed Arapaho Road extension between Marsh Lane and Addison Road. HNTB will identify Town property adjacent to and nearby the Arapaho Road Phase II and III Rights -of -Way for the purpose of developing conceptual schemes for pedestrian links tying into existing Arapaho Road at Addison Road. In addition to the trail plan HNTB will develop conceptual schemes on potential improvement to Town property in the form of green space reserves, visual screening and buffering. The final trail plan will be used as a base for the development of construction documents related related to the Arapaho Phase III project 1.0 Basic Services 1.1 HNTB will attend a kickoff I programming meeting with the Town of Addison to discuss the project requirements, acquire information from the Town required to develop the trail plan and obtain Town property information pertinent to the establishment of a trail network associated with the extension of Arapaho Road. It is . anticipated that an additional data-gathering trip will be required to confirm parcel location and rights-of -way alignment. 1.2 HNTB will carry out site visits to areas along the Arapaho Road R.O.W for the purpose of taking digital photographs pertinent to the roadway and trail design. These photographs will be used in the development of computer enhanced images depicting trail and roadway placement at key points along Arapaho Road. 2.0 Conceptual Design Options 2.1 Based on initial programmatic meetings with the City, HNTB will proceed with trail and parcel development concepts to prepare a Conceptual Trail Plan. Plans I actions are: • Conceptual plans will be drawn at a scale sufficient to explain design intent. The drawings to be produced will be one rendered site plail with up to two alternatives and enlarged plans as required.toexplain design intent. . • Site photographs will be digitally enhanced to depict the proposed roadway orientation and trail options in the context of surrounding development. These photos will also be used to indicate landscape development options on parcels of land currently owned by the Town. 2.2 HNTB will meet with the Town of Addison to present the Conceptual Trail Plan options. Comments received from Town Staff will be incorporated into the Final Conceptual Design package. TlJe HNTB Companies OFFICES: .\LEX.-\:,\f)RI.\. \".-\.; .\:\:":.\I'OUS. ,\11>; ATL\:'\T.\. G..),; Al":'Tl\'. Th: U:HO:\' 􀁈􀁏􀁕􀁾􀁅􀀮 L\.; BOSTO:'\..\1.\: CHAIUESTO:'\. SC: CHAHtE:'TO:\". \\Y: CHIC.\GO. II.: CUTEl.o\:\"f). OH: COU"\IIWS. OH; D.\LL..\S. TI: DE:'\\'ER. co: DETROIT. ,\11; ELKI:'\'S. \\'\': F:\JRFIELO, :'\.1: F1'. \\"CRTH. TX: H.\RTFOHn. CT: HOl"STO:'\. D,;: IXO!.\:\'.WOLlS. I:\": IRYI:\E. CA; K.-\:\:':;.-\s on', 􀁾􀁉􀁏􀀺 K:,\O:,\\'[LLE, T:\': L-\:"'SI:\G. \11: LOS .-\:\GEI.ES. c.-\: LOl'lSVILI.E. KY: 􀁾􀀱􀀬􀀭􀁜􀁄􀀱􀁓􀀰􀀺􀀧􀁜􀀬 \'\'1: .\11.-\\11. FL \lII.\X"AI'KEE. \\'1: \lI:'\:'\'E.-\POLlS. 􀁾􀁉􀀻􀀧􀁜􀀺 X.-\SH\"lllF:. TX; :\F.\'C YOHK, 􀁾􀁙􀀺 O.-\KI--\:'\'D. C,-\; ORL\:\J)O. H: O\'EHL-\:,\D PARI\., KS: PI.Y\IOI'TH .\IEE1T\G. P.-\; POR11..-\:'\D. 􀁾􀁦􀁆􀀮􀀺 POH11..\:":D. OH: Rc\LE[(iH, 􀁾􀀧􀁃􀀺 ...;r. LOl'IS. 􀁾􀁉􀁏􀀺 S..\lT L·\KE Cln'. l:T; SAX 􀀮􀀭􀁜􀁾􀁔􀁏􀀺􀀧􀁜􀁉􀁏􀀮 lX S.-\:'" m:U:'\AHDI:":O. c.-\: :"'.-\:" FIt-\:":CISCO. c.-\: S.\:": JOSE. CA: SEATrLF.. WA: T\.\l1',-\. fl: TOI.EDO. OH: \,\'.-\";HI:'\CTO:\, D,C. Page 2 3.0 Final Conceptual Design Package 3.1 Based on the approved Conceptual Design option, HNTB will prepare Final Design Documents sufficient in detail to describe the Pedestrian Trail Plan, linkages to Town parcels and proposed green space options. The following drawings will be prepared: • A rendered aerial site plan of the Town parcel and trail linkage plan • Digital enhanced photographs showing trail and roadway interface at key locations adjacent to proposed Arapaho Road • Parcel design options i.e.: visual buffer, screening and potential trail staging areas 4.0 Compensation 4.1 HNTB will be reimbursed for the above Scope of Work and Basic Services on a Lump Sum basis in the amount of $14,000.00. 5.0 Schedule 5.1 It is anticipated that the Scope of Work listed under the Basic Services will be performed in a one month period from the date of Notice to Proceed issued by the Town of Addison. . .. Additional Services The following services are not included in the scope of Basic Services. HNTB shall provide these services if authorized in writing by the client on a Time and Expense in addition to the compensation for Basic Services. Additional travel beyond that allocated in this proposal. Illustrative renderings beyond those described in the Basic Services. Zoning changes or variances Construction documents and specifications 􀁾􀁁􀁒􀁃􀁈􀁉􀁔􀁅􀁃􀁔􀁓 ENGINEERS PLANNERS July 13, 2001 Town ofAddison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001;,.9010 Attn: Mr. Steve Chutchian, P.E. ARAPAHO ROAD EXTENSION -Phase III Professional Services Agreement Dear Mr. Chutchian: 14114 Dal/as Parkway. Suite 630 Dallas. Texas 752404381 (972) 661-5626 FAX (972) 661·5614 􀁵􀀧􀁕􀀧􀁵􀁾􀁢􀁮􀁴􀁢􀀮􀁃􀁄􀁭 Enclosed for your review are three copies of a Professional Services Agreement for preparation of construction plans and contract documents for the construction of Phase III of the Arapaho Road Extension. Phase III construction will extend from. Surveyor Boulevard to Addison Road. The Agreement includes our proposed Scope and Fee for your review. 1,vC/';"1Je Per our discussions since the last proposal, we have removed the followig items: right-of-way element (executed in a separate contract), pedestrian trail (currently under study), and the demolition plans for structures along the corridor. The design of the structural and architectural elements of the bridge over Midway Road is also not included. frUo I""Cl.-/4(" 􀁃􀀭􀁲􀀴􀀸􀁩􀀾􀁉􀀮􀀭􀁴􀁁􀁾􀁁􀀯 'v( /tRcl'j.(E'lif/{. -....e;-After your review of the enclosed agreement, we will be pleased to meet with you to discuss the project to clarify any issues or questions you may have. We appreciate the opportunity to work with you and your staff on this exciting project for the Town of Addison. Very truly yours, HNTB CORPORATION 􀁾•.􀁾 D. Holder, Jr., P.E. JDH/dmc '. Enclosures 25768 The HNTB Companies OffICES: ALEXANDRI.-\, VA; ANNAPOLIS, twlD; 􀁁􀁔􀁌􀁁􀁾􀁔􀁁􀀬 GAi At:STIN. TXj BATON ROUGE. LA; BOSTON. MAj CHARLESTON, 􀁾􀁣􀀻 CHARLESTON, \,('V; CHICAGO, It: CLEVELA:-\rJ. OH; COLUMllUS. OH; DALL-\S. n; DENVER, co; DETROIT, 􀁾􀀱􀀱􀀻 ELKINS. \"Vi FAIRFIELD, N); IT. \'!;'ORTH, TX; HARTFORD, Cfj HOUSTON, TX; INDIANAPOLIS, IN; IRVINE. CA; K:\NSAS Cln'. MO: KNOXVILLE, TN: LAl'o"SING, MI; LOS ANGELES. CA; LOUISVILLE, KY; MADISON. WI; MIAMI, FLi MILWAUKEE, WI; MINNEAPOLIS, MN; NASHVILU. TN; NEW. YORK, 7\:"Y: OAKL\!\"D, CA; ORL-\NDO, Fl, OVERL-\ND PARK, KS; PLYMOUfH MEETI!'iG, PA; 􀁐􀁏􀁒􀁔􀁌􀁾􀁾􀁄􀀬 ME: PORTL-\ND, OR; RALEIGH, NCi ST. LOUIS, MO; SALT L\KE Cln', UT; 􀁓􀁁􀁾 􀁁􀀻􀀧􀁜􀁬􀀢􀁏􀁾􀁉􀁏􀀮 TX; :-lA:" BERNARDINO, CA; SAN fRANCISCO. CA; 􀁓􀁁􀁾 JOSE. CA; SEATILE, WA; TA;\IPA, fL; TOLEDO, OH; WASHINGTON, D.C. 􀁾ARCHITECTS ENGINEERS PLANNERS July 13, 2001 Town of Addison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 􀀷􀀵􀀰􀀰􀀱􀁾􀀹􀀰􀀱􀀰 Attn: Mr. Steve Chutchian, P.E. ARAPAHO ROAD EXTENSION -Phase III Professional Services Agreement Dear Mr. Chutchian: 14114 Dallas Parkway, Suite 630 Dallas, Texas 752404381 (972) 661-5626 FAX (972) 661-5614 www.hntb.com Enclosed for your review are three copies of a Professional Services Agreement for preparation of construction plans and contract documents for the construction of Phase III of the Arapaho Road Extension. Phase III construction will extend from Surveyor Boulevard to Addison Road. The Agreement includes our proposed Scope and Fee for your review. Per our discussions since the last proposal, we have removed the following items: right-of-way element (executed in a separate contract), pedestrian trail (currently under study), and the demolition plans for structures along the corridor. The design of the structural and architectural elements of the bridge over Midway Road is also not included. Mter your review of the enclosed agreement, we will be pleased to meet with you to discuss the project to clarify any issues or questions you may have. We appreciate the opportunity to work with you and your staff on this exciting project for the Town of Addison. Very truly yours, HNTB CORPORATION 􀁾􀁾􀀮 JDH/dmc Enclosures 25768 The HNTB Companies OFFICES: ALEXANDRJI\, VA; ANNAPOLIS, 1",10: ATLANTA, GA; AUSTIN, TXi fMTON ROUGE, LA; BOSTON, MA; CHARLESTON, 􀁾􀁃􀁪 CHARLESTON, \\IV; CHICAGO, IL; CLEVELAND, OJ-!: COLUMBUS, OH; DALLAS, DC; DENVER, co; DETROIT, MI; ELKINS, \XTV; FAIRFIELD, N.I; FT. WORTH, DC; HARTFORD, CT; HOUSTON, TX; INDI,\NAPOLlS. IN; IRVINE, CA; KANSAS CIlY, i\IO; KNOXVILLE, TN; LANSING, Mlj LOS ANGELES, CA; LOUISVILLE, KY; MADISON, WI; MIAMI, FL; MILWAUKEE, WI; MINNEAPOLIS, MN; NASHVILLE, TN; NEw. YORK, NY; Oi\KLi\ND, CA.; ORL"NDO, FL; OVERLAND PARK, KS; PLYMOUTH MEETING, PA; PORTLAND, ME; PORTLAND, OR; RALEIGH, NC; ST. LOUIS, MO; SALT I.AKE Cll'{, llT; SAN Al\'TONIO, DC; SAN 13ERNARDINO, CA; SAN FRANCISCO, CA; SAN JOSE, CA; SEAlTLE, \\fA; TAMPA, FL TOLEDO, OH; WASHINGTON, D.C. Public Works I Engineering 16801 Westgrove. P.O. Box 9010 Addison, Texas 75001-9010 Telephone: (972)450-2871 • Fax: (972) 450-2837 TO 􀀭􀀭􀀭􀀢􀀭􀁃􀀢􀀭􀀧􀁁􀀮􀀮􀀮􀀮􀀻􀀮􀀮􀁾􀁟􀀮􀁍􀁟􀁅􀁟􀀯􀁙􀀭􀀭􀀭􀀮􀀬􀀮� �􀀮􀁟􀀯􀁖􀀱􀀮􀀮􀀮􀀮􀀻􀀮􀀮􀀮􀀮􀀮􀀻􀀮􀀮􀀮􀁏􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀁊􀁻􀀮􀀮􀀮􀀮􀀻􀀮􀁁􀀭􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀯􀁙 _ TOw# of AvlJJ:5d/V DATE r; -Ci/-() IJOBNa. . ATTENTION RE: , GENTLEMAN: WE ARE SENDING YOU D Shop Drawings D Copy of letter DAttached D Prints D Change order D Under separate cover via the following items: o Plans D Samples D Specifications D _ D Resubmit copies for approval D Submit copies for distribution D Return corrected prints COPIES DATE NO. DESCRIPTION \ !.-()f A £A14 !-IC (IV S(J f")I'U; .M [:: /vT J) L J;::l ., t (". u I ' , { , , ( I t &t: fl /( 􀁯􀁾0'71( L THESE ARE TRANSMITTED as checked below: [] For approval D Approved as submitted D For your use D Approved as noted D As requested D Returned for corrections D For review and comment D _ [] FOR BIDS DUE 19__ o PRINTS RETURNED AFTER LOAN TO US REMARKS _ COpy TO J Ei2 II.. I hOLf)fJ( SIGNED: 􀁾􀁾􀀲 If enclosures are not as noted, please notify us at once. DATE r; -0 I -0 I I JOBNa. ATTENTION J 'Ei<. If... I 􀁉􀀭􀁦􀀨􀀩􀁌􀁊􀀯􀁾􀀱􀁃 RE: A (2.11 f.L) HO (( tJ. ® Public Works I Engineering 16801 Westgrove • P.O. Box 9010 Addison, Texas 75001·9010 Telephone: (972) 450-2871 • Fax: (972) 450-2837 􀀭􀀭􀀭􀀭􀀭􀀭􀀽􀀺􀀺􀀽􀀽􀀻􀀺􀀮􀁾 ADDisoN f TO aTERIe Y Ii 0 C J) b-K Hff [17 GENTLEMAN: WE ARE SENDING YOU [] Shop Drawings D Copy of letter 􀁾 Attached [] Prints D Change order D Under separate cover via the following items: o Plans D Samples D Specifications D _ COPIES DATE NO. DESCRIPTION 1 t -CJ , Af-AfA J-/f} £lJ t; u,fj? l 'G ,!VI G/l/7A I A, GI && (Vf f A/T #7 "I L -0 ( 1\ I' I' , , I I I' rEf (fl%?! L D Resubmit copies for approval D Submit copies for distribution D Return corrected prints THESE ARE TRANSMITTED as checked below: D For approval 􀁾Approved as submitted 􀁾􀁆􀁯􀁲 your use D Approved as noted D As requested D Returned for corrections D For review and comment D _ [J FOR BIDS DUE 19__ D PRINTS RETURNED AFTER LOAN TO US REMARKS _ COPY TO CA f2. /VI E-/V SIGNED: -M! 􀁾􀁔 If enclosures are not as noted, please notify us at once. Sent by: ARS ENGINEERS 2147508823; 06/07/01 11 :58AM;#972; Page 1/1 June 7, 2001 Steve Chutchian Town of Addison 5300 Belt Line Road Dallas, Texas 75240-7606 Civil Engineering • Planning • Surveying RE: Arapaho Road Extension-Whole Property Atquisition ARS Proposal No. 160-01-061 Dear Mr. Chutchian; In response to a RC(luest for Proposal. ARS Engineers, Inc. is pleased to present this proposal for Professional Services for the referenced project. SCOPE Prepare a Survey Plat and Description of Lot 3, Block I Addison Car Care Addition to be acquired by the Town ofAddison. Delivery ARS Engineers, Inc. will be able to deliver two (2) signed and sealed Plats and Descriptions on or before Friday June 15,2001. ARS Engineers proposes to perfonn the Work outlined above for a lump sum of One Thousand Two Hundred Dollars ($1,200.00). If you have any questions regarding this proposal, please feel free to call me at (214) 739-3152. If this proposal is acceptable. please have an authorized representative ofyour fmn sign below and return one original it to our office with Notice to Proceed. Sincerely, 􀀯􀀯􀀯􀁾 Z.:ight, Survey Manager AUTHORIZATION Accepted by: b. t eM.: , J' Printed Name: STEvEIV 2· Clit/TCIII/Jrv Title: AsS/J{)1flrT C, -rt Etvtf(lVEEJ( Date: 􀁾􀀨􀀷􀀯􀀣/I ConsulTing £ngineen 5910 N Central Expressway' Suite 1000 • Dallas, Texas 75206 • Phone (214) 739-3152 • Fax (214) 750-8823 e-mail: mail@arsenl?rs.comwebsite:wf\.l1..arsenRr.\..com HP LaserJet TOALASERJET 3200 9724502837 JUN-7-2001 15:13 Fax Call Report 3200se invent Job Date 241 6/7/2001 Time Type 15: 12:44 Send Identification 92147508823 Duration 0:43 Pages 2 Result OK 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭 _.-_.-TOWN OF ADDISON To: /1 r< _ 1-11/01{ !CMfollT Company: A/?S ElVtrtrl£1?5 FAXN: 214-79-3,;'Z3 Date, _G/7/t:J /No. of pages (including cover): 2. PUBLIC WORKS From: SIEve Cf{f/TCII/A,-'V Phone: 972/450-.2J".l6 Fax: 972/450-2837 16801 Westgrove P.O. Box 9010 Addison, TX 75001-9010 􀁾􀁾"((;.... 􀁾 􀁉􀀭􀀮􀀮􀀮􀀺􀀽􀁾 V {2//J I i.t/I. \-f WJ4L . AGREEMENT THIS AGREEMENT is made by and between HNTB Corporation, hereinafter called "ENGINEER", and the Town ofAddison, Texas, hereinafter called "OWNER." WHEREAS, Owner desires Engineer to perform certain work and services set forth in Section 2, Scope of Services. /!') .. WHEREAS, the Engineer has expr,;paf&1W; said work and services, hereinafter referred to only as "serviJ:q . , •.R"es, and ennmerated under Section 2 ofthis Agreement. 􀁾 T NOW, THEREFORE, all parties agree as follows: SECTION 2. SCOPE OF SERVICES The following Basic and Additional Services, when authorized in writing by a notice-toproceed, shall be performed by the Engineer in accordance with the Owner's requirements for design ofArapaho Road from Surveyor Boulevard to Addison Road. I. Project Definition This project consists of the preparation of plans and specifications for bidding and construction of Arapaho Road Phase III from Surveyor Boulevard to Addison Road (the Project). The project will be a 4-lane reinforced concrete roadway, roadway, with tum lanes at Surveyor Boulevard and Addison Road. A grade separated intersection will be provided at Midway Road. The design of the bridge over Midway Road is not included in this scope of services. Services will include geotechnical investigation and recommendations; final construction plans for the roadway, structure, storm drainage, water, wastewater, landscaping, irrigation, traffic signals, construction sequencing, and striping; bid document originals; record drawings; and coordination with franchised utilities, the Town of Addison, and applicable agencies. II. Detailed Scope of Basic Services The project has been implemented in several phases consistent with the availability of funds to complete final construction plans and specifications and to finance the construction. The Scope of Services for the schematic are described in a separate scope of services and Agreement executed February 12, 1997 with official authorization to proceed dated March 9, 1998. The Basic Scope of Services for PS&E from Marsh Lane to Surveyor Boulevard (phase II) are described in a separate scope and Agreement executed October 18, 2000. 1 A. Final Design -Paving, Drainage, and Utilities 1. Prepare final construction drawings. (Scale 1" = 20' Horizontal and 1" = 5' Vertical except as noted.) The plans will be designed to meet ADA requirements. The following sheets shall be included: a. Cover Sheet b. General Notes c. Quantity Sheets d. Typical Sections e. Construction Phasing (Scale 1" = 40') f. Existing Utilities g. Utility Relocation Plan h. ROWPlan 1. Paving Plan and Profile Sheets J. Paving Details k. Signing and Striping Plans (Scale 1" = 40') 1. Striping Details m. Erosion Control Plans n. Grading Plan o. Driveway and Special Grading Sheets p. Drainage Area Map (Scale 1" = 100') q. Stormwater Plan and Profile Sheets r. Stormwater Details s. Erosion Control Plans 1. Roadway Cross Sections u. Street Lighting Plan 2 B. 2. Prepare Contract Documents 3. Prepare Estimate ofFinal Construction Cost 4. Submit three (3) sets of plans for review to the Town of Addison for 50% review, 95% review, and 100% (final). 5. Incorporate Town's review comments into plans. Streetscape HNTB's understanding is that the project will consist of Right-ofWay improvements for Arapaho Road from Surveyor Boulevard to Addison Road. The current R.O.W. will be widened in some areas allowing for additional landscaping. The proposed streetscape improvements shall respond to and complement the existing landscape and hardscape elements currently used in the Arapaho Road R.O.W. from the North Dallas Tollway to Addison Road. Proposed streetscape improvements will utilize the existing Town Landscape Ordinance and guidelines. Critical visibility concerns shall be incorporated into the overall roadway improvements. This proposal does not include Architectural Improvements related to the proposed bridge spanning Midway Road. These improvements may be added at at a later date by the Town of Addison through a supplemental agreement.. Basic Services 1. Schematic Design a. HNTB will attend a kickoff /programming meeting with the Town of Addison to discuss the project requirements, and to acquire information from the Town required to develop the Schematic Landscape Master Plan. b. Based on initial programmatic meetings with the Town, HNTB will proceed with site development concepts to develop a Schematic Landscape Master Plan. Schematic design plans will be drawn at a scale sufficient to explain design intent. The drawings to be produced will be one rendered site plan and necessary cross sections and enlarged plans as required to explain design intent. c. HNTB will meet with the Town to present the Schematic Landscape Master Plan and will receive comments from Town Staff for incorporation into the design development package. 3 2. Design Development a. Based on the approved Schematic Design, HNTB will prepare a Design Development Package. This Package will include the following: • Materials Plan • Site Grading Plan • Site walls/entry features • Hardscape/paving • Site lighting (location and fixture type only-circuiting by others) • Landscape Plan • Critical cross-sections This package will include an appropriate level of detail to illustrate design character, intent, means, materials and construction methods sufficient to further refine Probable Construction Costs. b. HNTB will prepare an Opinion of Probable Construction Costs based on Design Development Drawings. c. HNTB will meet with the Town to review the Design Development Package and will receive comments from Town Staff for incorporation into the construction document package. 3. Construction Documentation a. Based on the approved Design Development package, HNTB will prepare Contract Documents sufficient to describe the work necessary for construction. The following drawings will be prepared: • Layout and Materials Plan • Enlarged Intersection Layout & Materials Plan, if required. • Grading Plan for the R.O.W. improvements • Enlarged Intersection Grading Plan, if required. • Planting Plan • Enlarged Intersection Planting Plan, if required. • Irrigation Plan • Enlarged Intersection Irrigation Plan, if required. • Site Lighting (location & fixture type; circuiting by others) • Details and sections at appropriate scales necessary to convey the sizes, appearances, finishes, and colors of all pavements, walls, site furnishings, and light fixtures. • Coordinate structural details and incorporate on plans to be approved by structural. 4 b. HNTB will prepare Technical Specifications (CSI fonnat) describing all elements of the proposed work. c. HNTB will prepare a revised Opinion of Probable Construction . Costs based on Design Development Drawings. d. HNTB will meet with the Town to review the Construction Document Package and will receive comments from Town Staff for finalizing the construction document package. 4. Bidding and Negotiation a. HNTB will prepare a list of qualified potential subcontractors who can perfonn the work. b. HNTB will prepare addenda as may be required during the bidding or negotiating process. c. HNTB will assist the Town in the evaluation and assessment ofbids or negotiated proposals. d. HNTB will propose and/or evaluate value engineering and substitutions with respect to cost implications and effect on quality and/or scope ofthe work. 5. Construction Observation a. HNTB will attend a kickoff meeting with the Town of Addison, the selected landscape /hardscape subcontractor and General Contractor to review the project requirements, schedule and responsibilities. b. HNTB will review and approve subcontractor submittals regarding landscape and hardscape material specified for the streetscape project and keep logs for submittals. c. HNTB will review and prepare responses to questions, clarifications and infonnation requests submitted by the subcontractor. Clarification and infonnation requests will be logged and copied to the Town. d. HNTB will review the subcontractor's work on a weekly basis and prepare a report based on progress of the work and copy the Town. e. HNTB will prepare a punchlist of the completed work and coordinate with the Town. The punchlist will identify items needing correction, deficiencies in the works and damage. 5 f. HNTB will review the completed punchlist items with the contractor and issue a notice of completion to the Town. g. HNTB will coordinate the preparation of as -builts with the landscape /hardscape contractor, review for completeness and issue to the Town with all records of construction developed for the project. This will constitute the project close out ofthe construction phase. Additional Services The following services are not included in the scope of Basic Services. HNTB shall provide these services if authorized in writing by the client on a Time and Expense in addition to the compensation for Basic Service. • Illustrative renderings beyond those described In the Basic Services. • Zoning changes or variances • Irrigation design and construction documents C. Bidding and Contract Award 1. Prepare Advertisement for Bidders. 2. Print 25 half-size sets ofplans and bid documents. 3. Attend pre-bid meeting. 4. Prepare necessary addenda and respond to bidder's questions. 5. Prepare bid tabulation. 6. Recommend a bidder to the Town of Addison for the award of the construction contract. D. Construction Administration 1. Provide three (3) full-size sets ofplans for Town and Contractor. 2. Attend pre-construction meeting. 3. Construction inspection (See Exhibit B -Additional Services not included in proposal). 4. Respond to requests for information. 6 5. Review submittals, as required by the contract documents. 6. Prepare mylar record drawings and electronic files. 7. Attend final inspection. III. Detailed Scope of Additional Services A. Surveying 1. Update property ownership. 2. Prepare parcel plats and descriptions for fifteen (15) temporary construction easements. 3. Stake centerline at 100 foot intervals with PCs and PTs. 4. Locate bore holes horizontally and vertically. 5. Cross sections of Arapaho Road at Midway Road to include lane shots. 6. Project management and administration. 7. Three (3) each plat and description signed with blue ink and electronic files. B. Geotechnical Investigation The geotechnical services will include a field investigation, laboratory testing and engineering analysis in order to develop recommendations to guide design and construction of Arapaho Road. 1. Field Investigation We proposed to drill and sample 25 borings for this project-The following table summarizes the proposed number of borings for the various structures. structures. Proposed Structure Total Number of Borin2s . Bridge 7 Retaining Walls and Box Culvert 14 Pavement 4 The bridge borings will be advanced a depth of 20 feet into unweathered gray limestone. The bridge borings are therefore anticipated to extend to a total depth of approximately 35 feet. The retaining wall box culvert borings will extend to a depth of 15 feet. 7 The pavement borings will extend to a depth of 10 feet or 5 feet into weathered limestone, whichever is encountered first. The borings will be continuously sampled to a depth of 6 feet, and at 5-foot intervals thereafter and/or at each change in the stratum until boring termination. The soil samples will be obtained with thin-walled tube and/or split-spoon samplers, depending upon the soil type and consistency. The bedrock in the bridge borings will be continuously cored, Samples of the bedrock from the other borings will be obtained from the auger cuttings. Texas Cone Penetrometer (TCP) tests will be performed at 5-foot intervals to evaluate the bearing properties of the bedrock. The drill crew foreman will record the depth that seepage water is encountered during drilling. Water level readings will also be obtained from each boring at drilling completion. The boreholes will be backfilled with auger cuttings after the water level readings are obtained. It is understood that ARS Engineers (ARS), the project project surveyor, will stake the centerline of the roadway alignment to assist us in locating our borings in the field. Terra-Mar will then stake the boring locations. The boring locations will be marked in the field so that ARS can determine the boring coordinates and ground surface elevations following the field exploration program. It is assumed that the client has the right-of-entry to the property and that the boring locations will be accessible to our conventional truck-mounted drilling equipment during normal working days. It is also assumed that traffic control will not be required to complete the borings. The drilling operations will proceed in a manner that will reduce the potential of damage to underground utilities, We request that we be provided with any information regarding any existing underground utilities that are present on-site prior to beginning the field work. We will coordinate underground utility line clearance with the Texas Excavation Safety System, the Town of Addison, and Dallas Area Rapid Transit (DART). However, we will not be responsible for damage to underground utility lines that are not properly identified by others prior to mobilization of drilling equipment to the site. 2. Laboratory Testing The project geotechnical engineer will classify the samples recovered from the field investigation in the Terra-Mar laboratory. A laboratory 8 testing program will then be implemented to evaluate the pertinent engineering properties of the encountered deposits. Laboratory testing will include liquid and plastic limit, moisture content, unconfined compression, and calibrated penetrometer tests. Lime series tests will be performed to determine the optimum lime content for subgrade stabilization . 3. Engineering Analyses mid Report The results of the field investigation and laboratory testing programs will be evaluated to provide recommendations for design and construction of the roadway. The results of this investigation will be presented in an engineering report, Three copies of the report will be submitted. The report will include the following: a. Logs ofborings in TxDOT "WinCore2" format, laboratory test results, borehole water level observations, and a plan ofborings. b. Recommendations for design of drilled shaft bridge foundations, including allowable bearing resistance, estimated depth of bearing stratum, and estimated foundation settlement. settlement. c. Recommendations for design of MSE retaining wall foundations that will include allowable bearing pressures, sliding resistance, global stability, and estimated settlement. d. Recommendations for design of the box culvert, including equivalent fluid pressures and allowable bearing pressures. e. Recommendations for retaining wall and box culvert backfill soil types, backfill placement, and compaction. f. Evaluation of the impact of the box culvert on the performance of the proposed pavement section, including recommendations for reducing the amount of differential movement between sections of the roadway supported over the box culvert and box culvert backfill, and sections supported on the existing subgrade soils. g. Recommendations for pavement subgrade preparation. h. Recommendations for Portland cement concrete pavement sections. It is assumed that others will provide the anticipated traffic loading for use in our analysis. 1. Discussion of potential construction problems, such as hard rock excavation, groundwater, and subgrade instability. C. Traffic Study a. Signal Design Layout 9 1. Prepare preliminary traffic signal design plans and specifications for intersection of Arapaho Road at Addison Road to include railroad preemption. Plans and specifications will be prepared using Town ofAddison standards. 2. Review plans and specifications with Town of Addison and revise as necessary. Prepare final plans, specifications, construction estimates and contract documents for installation oftraffic signals. b. Traffic Signal Data Collection 1. Collect AM peak: period (7:00 -9:00 AM) and PM peak: period (4:30 PM -6:30 PM) turning movement counts in 15 minutes intervals, including pedestrian counts, for two representative intersections. These intersections will provide a general understanding of the volume of traffic and traffic characteristics of the area. 2. Compile the existing traffic turning movement counts for the AM and PM peak: hour time periods and determine the existing AM and PM peak: hours, peak: hour factors and percent trucks for each intersection. Balance the traffic turning movement counts for Phase II and Phase III for the AM and PM peak: hours. Prepare base maps for Phase II and Phase III illustrating the existing peak hour turning movement counts, intersection geometrics, speed limits, distances between intersections, percent trucks, PHF, and existing traffic signal phasing. Compile the existing traffic signal timing plans to determine the existing traffic signal phasing, cycle length, minimum and maximum green times, yellow times, all-red times, walk times and flashing don't walk times. c. Initial Traffic Analysis -West Segment 1. Analyze the three signalized intersections in West Segment, utilizing an interactive process to provide coordinated traffic signal timings without sacrificing level of service for the minor traffic movements. More specifically, the following process will be utilized for both the AM and PM peak: hours: • SIGNAL2000-Design optimum cycle length, phasing and green times for each isolated intersection such that all . movements operate at LOS D or better. • NOSTOP -With the green splits designed in SIGNAL2000, use this program to determine the optimum cycle length to provide maximum progression on the corridor. • SIGNAL2000 -Rerun, if necessary, if the cycle length is different through NOSTOP than originally assumed. • TRANSYT-7F -Holding the cycle length and green splits constant, run this program to optimize offsets to provide 10 progression for the highest volume movements (minimize system delay). Summarize the results with MOE tables and phasing/timing diagrams and illustrate the train preemption phasing. 2. Jack Hatchell & Associates will work with HNTB in a management role consisting of technical assistance and plan review for traffic signal timing plan for Arapaho Road from Marsh Lane to Surveyor Boulevard and Marsh Lane from Beltline Road to Arapaho Road. d. Initial Traffic Analysis -East Segment 1. Analyze the six signalized intersections in Phase III East Segment, utilizing an interactive process to provide coordinated traffic signal timings without sacrificing level of service for the minor traffic movements. The goal will be to provide traffic signal progression along the three signalized intersections along Addison Road and the four signalized intersections along Arapaho Road. The following process for both the AM and PM peak hours: • SIGNAL2000-Design optimum cycle length, phasing and green times for each isolated intersection such that all movements operate at LOS D or better. • NOSTOP -With the green splits designed in SIGNAL2000, use this program to determine the optimum cycle length to provide maximum progression on the corridor. • SIGNAL2000 -Rerun, if necessary, if the cycle length is different through NOSTOP than originally assumed. • PASSERII -Holding the cycle length and green splits constant, run this program to optimize the offsets for through movement progression on Addison Road and Arapaho Road. Two runs will be completed consisting of one run for Addison Road and one run for Arapaho Road. • TRANSYT-7F -This program will be used to combine the two PASSERII runs and fine-tune the offsets for higher volume turning movements (minimize system delay). Summarize the results with MOE tables and phasing/timing diagrams. Illustrate the train preemption phasing. 2. Jack Hatchell & Associates will work with HNTB in a management role consisting of technical assistance and plan review for traffic signal timing plan for Addison Road from Beltline Road to Lindberg and for Arapaho Road from Addison Road to Spectrum. Assist HNTB with coordination with railroad and traffic signal design for railroad preemption. e. Technical Memorandum 11 Document the procedures, findings and recommendations of the traffic signal timing analysis, with exhibits, tables and text in a technical memorandum. The technical memorandum will also include an appendix with the traffic software output. SECTION 3. PAYMENT Owner shall pay Engineer for services authorized in writing as properly performed by Engineer on the basis herein described, subject to additions or deletions for changes or extras agreed upon in writing. Basis ofCompensation Payment shall be made monthly by Owner to Engineer based upon statements submitted by the Engineer for work performed. Compensation for performing Services shall be on a Lump Sum Basis as developed through man-hour estimates of services and expenses presented in Exhibit attached hereto. The Lump Sum amount for Services shall be $625,311.00. SECTION 4. RESPONSIBILITIES Engineer shall be responsible for the professional quality, technical accuracy, and the coordination of the design, drawings, plans, specifications, estimates, and other services furnished by Engineer under this Agreement. Engineer shall, without additional compensation, correct or review any errors or deficiencies that are attributable to the Engineer in the design, drawings, plans, specifications, estimates, and other services. Neither Owner's review, approval or acceptance of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and Engineer shall be and remain liable to Owner in accordance with applicable law for all damages to Owner caused by Engineer's negligent performance of any ofthe services furnished under this Agreement. The rights and remedies of Owner under this Agreement are as provided by law. SECTION 5. TIME FOR PERFORMANCE Engineer shall perform all services as provided for under this Agreement in a proper, efficient and professional manner in accordance with the Owner's requirements. As time is of the essence for this Agreement, the services for Phase III construction shall be completed within 15 months ofNotice-to-Proceed. In the event Engineer's performance of this Agreement is delayed or interfered with by acts of the Owner or others, Engineer may request an extension of time for the performance of same as hereinafter provided. If such delay is in excess of 60 days on any one occurrence or a cumulative delay of over 180 days, Engineer shall have the right to renegotiate the remainder of this contract. A delay shall be defined as any event caused by others that substantially inhibits the Engineer from proceeding with his work on the project. This shall include, but is not limited to, Town reviews, right-of-way negotiations and awaiting critical information to be supplied by Town or franchised utility companies. 12 No allowance of any extension of time, for any cause whatever, shall be claimed or made by the Engineer, unless Engineer shall have made written request upon Owner for such extension within 14 calendar days after the cause for such extension occurred, and unless Owner and Engineer have agreed in writing upon the allowance of additional time to be made. SECTION 6. DOCUMENTS All instruments of service (including plans, specifications, drawings, reports, designs, computations, computer files, estimates, surveys, other data or work items, etc.) prepared under this Agreement shall be submitted for approval of the Owner. All completed instruments of service shall be professionally sealed as may be required by law or by Owner. Such instruments of service, together with necessary supporting documents, shall be delivered to Owner, and Owner shall have unlimited rights, for the benefit of Owner, in all instruments of service, including the right to use same on any other work of Owner without additional cost to Owner. Owner. If, in the event, Owner uses such instruments of service on any work of Owner other than that specified in the Scope of Services, defined in Section 2, under those circumstances Owner hereby agrees. to protect, defend, indemnify and hold harmless the Engineer, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, attorney fees incidental to the defense of such suits, actions, claims, losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including, in part, the loss of use resulting therefrom, arising from any inaccuracy, such use of such instruments of service with respect to such other work except where Engineer participates in such other work. Engineer agrees to and does hereby grant to Owner a royalty-free license to such instruments of service which Engineer may cover by copyright and to designs as to which Engineer may cover by copyright and to designs as to which Engineer may assert any rights or establish any claim under the design patent or copyright laws. Engineer, after completion ofthe project, agrees to furnish the originals of such instruments of service to the Owner. Engineer may, however, retain copies of any and all documents produced. The license granted herein by Engineer shall survive termination of this Agreement for any reason. SECTION 7. TERMINATION Owner may suspend or terminate this Agreement for cause or without cause at any time by giving written notice to the Engineer. In the event suspension or termination is without cause, payment to Engineer, in accordance with the terms ofthis Agreement, will be made on the basis of services reasonably determined by Owner to be satisfactorily performed to date of suspension or termination. Such payment will be due upon delivery of all instruments of service to Owner. Should the Owner require a material modification of its contract with Engineer, and in the event Owner and Engineer fail to agree upon such modification to this Agreement, 13 Owner shall have the option of tenninating this Agreement and the Engineer's services hereunder at no additional cost other than the payment to Engineer, in accordance with the tenns of this Agreement, for the services reasonably detennined by Owner to be properly perfonned by the Engineer prior to such tennination date. Engineer may tenninate this Agreement upon written notice to Owner in the event of substantial failure by the Owner to perfonn in accordance with the tenns of this Agreement. Owner shall have 14 calendar days from the receipt ofthe tennination notice to cure or to submit a plan for cure acceptable to the Engineer. In the event the parties cannot agree upon an acceptable cure within a reasonable period of time from the date of notice, Owner may tenninate this Agreement as provided in this Section 7. SECTION 8. INSURANCE Engineer shall provide and maintain Worker's Compensation and Employer's Liability Insurance for the protection of Engineer's employees, as required by law. Engineer shall also provide and maintain in full force and effect during the tenn of this Agreement, insurance (including, but not limited to, insurance covering the operation of automobiles, trucks and other vehicles) protecting Engineer and Owner against liability from damages because of injuries, including death, suffered by any person or persons other than employees ofEngineer, and liability for damages to property, arising from or growing out ofEngineer's operations in connection with the perfonnance ofthis Agreement. Such insurance covering personal and bodily injuries or death shall be in the sum of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) for one (1) person, and not less than Three Hundred Thousand Dollars ($300,000.00) for anyone (1) occurrence. Insurance covering damages to property shall be in the sum of not less Three Hundred Thousand Dollars ($300,000.00) aggregate. Engineer shall also, provide and maintain Professional Liability Insurance coverage to protect Engineer from liability arising arising out of the perfonnance of professional services under this Agreement. Such coverage shall be in the sum of not less than $1,000,000.00. A signed Certificate of Insurance, satisfactory to Owner, showing compliance with the requirements of this Section, shall be furnished to Owner before any services are perfonned under this Agreement. Such Certificate of Insurance shall provide for ten (10) days written notice to Owner prior to the cancellation or modification of any insurance referred to therein. Such Certificates shall tenninate after completion ofthe project. Owner shall be named as an "additional insured" party on all insurance policies, except for Worker's Compensation and Professional Liability policies. SECTION 9. INDEMNIFICATION FOR INJURY AND PERFORMANCE Engineer further specifically obligates itselfto Owner in the following respects, to wit: The Engineer hereby agrees to protect, indemnify and hold harmless the Owner, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, 14 .' 􀁟􀁾 ••:':":":._.'_""'_"".' L ''''_'_'.''','' ...;." 􀀬􀁾 •• __ attorney fees incidental to the defense of such suits, actions, claims, losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including, in part, the loss of use resulting therefrom, arising from any negligent act, error, or omission of the Engineer, its officers, employees, servants, agents or subcontractors, or anyone else under the Engineer's direction and control, and arising out of, occurring in connection with, resulting from or caused by the performance of any services called for by this Agreement. In the event one or more of the Indemnities is determined by a court of law to be jointly or derivatively negligent or liable for such damage or injury, the Engineer shall be obligated to indemnify Owner as provided herein on a proportionate basis in accordance with the final judgment, after all appeals are exhausted, determining such joint or derivative negligence or liability. The Engineer is not responsible for the actions of the Owner's contractor to perform the construction of the improvements covered under this Agreement. Acceptance and approval of the final plans by the Owner shall not constitute nor be deemed a release of this responsibility and liability of Engineer, its employees, associates, agents and Engineers for the accuracy or competency of their designs, working drawings and specifications, or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the Owner for any defect in the designs, working drawings and specifications, or other documents and work; or other documents prepared by Engineer, its employees, contractor, agents and subconsultants. SECTION 10. INDEMNIFICATION FOR UNEMPLOYMENT COMPENSATION Engineer agrees that it is an independent contractor and not an agent of the Owner, and that Engineer is subject, as an employer, to all applicable Unemployment Compensation Statutes, so as to relieve Owner of any responsibility or liability from treating Engineer's employees as employees of Owner for the purpose of keeping records, making reports or payments of Unemployment Compensation taxes or contributions. Engineer further agrees to indemnify and hold Owner harmless and reimburse it for any expenses or liability incurred under said Statutes in connection with employees of Engineer. SECTION 11. INDEMNIFICATION FOR NON-PAYMENT Engineer shall defend and indemnify Owner against and hold Owner and the premises harmless from any and all claims, suits or liens based upon or alleged to be b(:lsed upon the non-payment of labor, tools, materials, equipment, supplies, transportation and management costs incurred by Engineer in performing this Agreement. SECTION 12. ASSIGNMENT Engineer shall not assign or sublet this Agreement, or any part thereof, without the prior written consent of Owner. SECTION 13. APPLICABLE LAWS Engineer shall comply with all federal, state, county and municipal laws, ordinances, regulations, safety orders, resolutions and building codes relating or applicable to services to be performed under this Agreement. 15 SECTION 14. DEFAULT OF ENGINEER In the event Engineer fails to comply or becomes disabled and unable to comply with the provisions of this Agreement as to the quality or character of the service or time of performance, and the failure is not corrected within ten (10) days after written notice by Owner to Engineer, Owner may, at its sole discretion without prejudice to any other right or remedy: • Terminate this Agreement and be relieved of the payment of any further consideration to Engineer except for all work determined by Owner to be satisfactorily completed prior to termination. Payment for work satisfactorily completed shall be for actual costs, including reasonable salaries and travel . expenses of Engineer to and from meeting called by Owner at which Engineer is required to attend, but shall not include any loss of profit of Engineer. In the event, of such termination, Owner may proceed to complete the services in any manner deemed proper by Owner, either by the use of its own forces or by resub1etting to others. In either event, the Engineer shall be liable for all costs in excess of the total contract price under this Agreement incurred to complete the services herein provided for and the costs so incurred may be due or that may thereafter become due to Engineer under and by virtue of this Agreement. • Owner may, without terminating this Agreement or taking over the services, furnish the necessary materials, equipment, supplies and/or help necessary to remedy the situation, at the expense of the Engineer. Engineer shall not be considered in default of this Agreement for delays in performance caused by acts of the Owner or other circumstances beyond the reasonable control of the Engineer. SECTION 15. ADJUSTMENTS IN SERVICES No claims for extra services, additional services or change in the services will be made by Engineer without a written agreement with Owner prior to the performance of such servIces. SECTION 16. EXECUTION BECOMES EFFECTIVE This Agreement will be effective upon execution of the contract by and between Engineer and Owner. SECTION 17. AGREEMENT AMENDMENTS This Agreement contains the entire understanding of the parties with respect to the subject matter hereof and there are no oral understandings, statements, or stipulation bearing upon the meaning or effect of this Agreement which have not been incorporated herein. This Agreement may only be modified, amended, supplemented or waived by a written instrument executed by the parties except as may be otherwise provided therein. SECTION 18. WRITTEN NOTICES 16 All notices, demands and communications hereunder shall be in writing and may be served or delivered personally upon the party for whom intended, or mailed to the party to whom intended at the address set forth on the signature page of this Agreement. The address of a party may be changed by notice given pursuant to this Section. SECTION 19. GENDER AND NUMBER The use of any gender in this Agreement shall be applicable to all genders, and the use of singular numbers shall include the plural conversely. . IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this the day of , 2001. OWNER: TOWN OF ADDISON, TEXAS ENGINEER: HNTB CORPORATION By Ron Whitehead, City Manager 5300 Beltline Road P.O. Box 144 Addison, Texas 75001-0144 Witness: By 17 Witness: ARAPAHO ROAD EXTENSION SURVEYOR BOULEVARD TO ADDISON ROAD FEE PROPOSAL-MARCH 2001 Basic Services Final Design Paving, Drainage, and Utilities Bidding and Contract Award Construction Administration Direct Labor Cost Phase III Basic Services Indirect Labor, Overhead HNTB Engineering Subtotal Profit and Contingency Out-of-Pocket Expense HNTB Subtotal Fee, Basic Services GBW See GBW Proposal Basic Services Fee Additional Services Surveying, See ARS Inc. Proposal Geotechnical, See TerraMar Proposal Streetscape Traffic Engineering Subtotal Fee, Additional Services TOTAL FEE FOR SERVICES EXHIBIT A $110,984 $6,474 $6,958 $124,416 $191,476 $315,892 $47,384 $6,500 . $369,776 $125,608 $495,384 $22,777 $33,125 $50,406 $23,619 $129,927 $625,311 Ph3CostSumm.xls ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS FINAL DESIGN -PAVING, DRAINAGE, AND UTILITIES HNTB Fmal DeSign-Pavement, and Utilities $110,984 Project Senior Project Design Manager Engineer Engineer Engineer CADD Clerical 􀁔􀁩􀁩􀀢􀀧􀀵􀁬􀁻􀁾􀀱􀁾􀁾􀁦􀁆􀁩􀁉􀁩􀁴􀁩􀁂􀁄􀁊􀁴􀀤􀁩􀁩􀁦􀁩􀁪􀀧􀀺􀁒􀁡􀁶􀁩􀁩􀀺􀁦􀁡􀀻􀀻􀀭􀁏􀁩􀀧􀀳􀁩􀁩􀀺􀁬􀁡􀁡􀁅􀁩􀁴􀁾􀁩􀀧􀁲􀁦 􀀨􀁬􀂷􀁕􀁴􀁩􀁬􀁩􀁴􀁩􀁥􀁳􀁗􀁾􀁾􀁻􀁾􀀤􀁴􀁗􀁾􀁾􀁾􀀮􀁭􀁴􀀮􀁾􀁾􀁩􀁾􀀬...•..., 􀀮􀀭􀀧􀁾􀀭􀀭 ,,' . .' -"' 􀁾􀀮􀀧 ... ,--'';-' ""-; '0' -1;,.-,•. , .-.' . " . Task 1.1 Proiect ManagemenUCoordination 320 100 40 Task 1.2 Paving Construction Drawings A. Cover Sheet 4 16 2 B. General Notes 8 16 16 C. Quantity Summary Sheets 24 24 8 D. Utility Relocations 16 E. Typical Sections, 24 24 40 F. ROW Map -Temporary Construction Easements 12 24 24 40 40 G. Construction Sequencingrrraffic Control 16 H. Plan and Profile Sheets 80 120 160 240 I. Paving, Sidewalk, Intersection, Misc. Details 4 20 80 100 J. Driveway Detail, Special Grading Sheet 16 40 80 80 K. Striping Plan, Details 8 L. Signing Plan, Details 8 16 40 80 M. RR Grade Crossing Plan, Details, Coordination 40 80 80 16 40 24 N. Street Lighting Plan, Details 16 104 40 O. Removal Sheet 16 24 32 P. Bid Quantities 24 40 64 16 Q. Opinion of Probable Cost 16 32 40 16 R. QAlQC 24 40 8 S. Review Comment Revisions 24 40 40 80 8 Task 1.3 Drainage Construction Drawings A. Drainage Plan/Profile 8 B. Drainage Calculations 8 C. Drainage Area Map 4 D. Details 4 E. Storm Water Pollution Prevention 4 Task 1.4 Building Demo Construction Drawings A. Cover Sheet 8 16 B. Site Plan and Details 16 24 40 40 C. Specifications and Contract Documents 32 40 16 40 Task 1.5 Specifications and Contract Documents 8 40 20 40 Task 1 Tota/Hours 404 588 660 688 916 186 Hourly Rate $54.00 $45.00 $33.00 $24.00 $23.00 $18.00 Direct Labor Cost $21,816 $26,460 $21,780 $16,512 $21,068 $3,348 ... Ph3hours.xls ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS BIDDING AND CONTRACT AWARD Project Senior Project Design Manager EnQineer EnQineer EnQineer CADD Clerical 􀀱􀀩􀀺􀁩􀁳􀁋􀀵􀁾􀁂􀁩􀀨􀁬􀁤􀁩􀁩􀀧􀁦􀁾􀁮􀁡􀁩􀁪􀀧􀁾􀀻􀁇􀀹􀀱􀀩􀁀􀁾􀁴􀀧􀀻􀁾􀁗􀁡􀁴􀁡􀀻􀁾􀁾􀁾􀀧􀁷􀀢 .. .. ; 􀁾 A. Prepare Advertisement for Bidders 4 4 10 B. Prepare 25 Sets of Plans & Bid Documents 2 16 8 C. Prepare Addenda & Respond to Bidder's Questions 24 32 32 40 40 D. Attend Bid Opening\ Review Bid Docs\Prepare Bid Tab 1 2 8 8 E. Recommend a Bidder to the Town of Addison 4 8 Task 5 Total Hours 1 36 40 32 60 74 HourlvRate $54.00 $45.00 $33.00 $24.00 $23.00 $18.00 Direct Labor Cost $54 $1,620 $1,320 $768 $1,380 $1,332 Bidding and Contract Award $6,474 Ph3hours.xls ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS CONSTRUCTION ADMINISTRATION 􀁔􀁡􀁳􀁫􀁾􀀶􀁾􀀬􀁾􀁃􀁑􀁲􀁩􀀤􀁬􀁩􀀧􀁦􀀨􀁾􀀧􀁩􀀹􀁩􀀩􀀷􀁍􀀶􀁩􀁩􀁮􀁬􀀤􀁀􀁴􀁬􀁏􀁩􀁩_􀁾 _􀁾 .. : A. Provide 3 Full-Size Sets -Town and Contractor B. Review Submittals C. Prepare Mylar Record Drawings D. Construction Inspection (See Contract for Details) 2 32 16 2 24 80 4 40 Task 6 Total Hours Houri Rate Direct Labor Cost 2 $54.00 $108 48 26 80 $45.00 $33.00 $24.00 $2,160 $858 $1,920 Construction Administration 44 $23.00 $1,012 50 $18.00 $900 $6,958 Ph3hours.xls ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS FINAL DESIGN -GBW ENGINEERS, INC. Asst. Project Manager Project Engineer Design Tech CADD Operator Clerical Project Meetings/Management Utility Coordination Drainage Plans/Profile Drainage Calculations Drainage Area Map Utility Relocations Construction SequencelTraffic Control Striping Storm Water Pollution Prevention Plan Traffic Signal Drafting Details Bid Quantities Bid Documents and Specifications Opinion of Probable Cost Task 1 Total Hours (GBW) Hourlv Rate Direct Labor Cost 60 88848844844 24 4 156 $45.00 $7,020 4 16 16 8 16 16 8888 16 8 132 $41.00 $5,412 40 40 24 24 40 40 24 24 8 16 24 16 320 $24.00 $7,680 160 60 40 120 180 100 100 96 48 16 920 $16.00 $14,720 16 8 24 8 56 $16.00 $896 Fmal Design-GBW $35,728 Survey Manager Survey Tech. Survey Crew Utility Survey 8 24 Task 2 Total Hours 8 24 Hourly Rate $100.00 $60.00 Direct Labor Cost $800 $1,440 Survey-GBW Direct Labor Cost $35,728 Indirect Labor, Overhear (1.8775) 􀁟􀀭􀀭􀀭􀀽􀀭􀀤􀁾􀀶􀁾􀀷􀁟􀀧􀁟􀀺􀀺􀀺􀀬􀁏􀁾􀀷􀀽􀀹 Subtotal $102,807 Profit and Contingency $15,421 Surveying Expense $4,880 Direct Expense $2,500 -"""'!"'.........-TOTAL FEE (GBW) $125,608 '!"'-;;i 24 24 $110.00 $2,640 $4,880 ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS ADDITIONAL SERVICES -SURVEYING· ARS ENGINEERS, INC. Abstractor RPLS Sr. Svy Survey 3 Man Admin Tech Tech Crew Task 7􀀻􀁦􀀬􀁁􀁤􀁤􀁩􀁴􀁩􀀶􀁮􀁡􀁴􀁓􀁥􀁲􀁖􀁩􀁣􀁥􀁳􀀧􀁾􀀧􀀺􀁓􀁵􀁲􀁖􀁥􀁙􀁩􀁩􀁩􀁧􀀮 A. Update Property Ownership. 24 8 B. Prepare Parcel Plats and Descriptions for 15 TCEs 8 45 100 C. Stake Centerline at 100 ft. intervals with PCs and PTs 10 40 D. Locate Bore Holes Horizontally and Vertically 5 24 E. Additional Survey Shots at Midway Road 4 16 F. Project Management and Administration 16 4 G. Three (3) Each Plats and Descriptions, Electronic Files 4 5 4 Task 7 Total Hours 24 28 45 132 80 8 Hourly Rate $48.00 $90.00 $63.00 $53.00 $105.00 $40.00 Direct Labor Cost $1,152 $2,520 $2,835 $6,996 $8,400 $320 Expenses MaplDeed Copies Mileage Reprographics (Copies & Plots) Delivery/Courier Service Misc. Field Expenses Total Expenses $125 $94 $150 $60 $125 $554 Labor Total Expenses Additional Services -Surveying $22,223 $554 $22, 777ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS FINAL DESIGN· STREETSCAPE Group Design Senior LA LA3 LA2 LA 1 . Director Director 􀁔􀁡􀁳􀁫􀀴􀀺􀀪􀁆􀁩􀁮􀁩􀁩� �􀀬􀁄􀀬􀁾􀀤􀁩􀁧􀁮􀀻􀀻􀀧􀀤􀁴􀀦􀁩􀁅􀁩􀁴􀁓􀀧􀁃􀀻􀁬􀂷􀁄􀀧􀀡􀀡􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁗􀀧􀁾􀁾􀀺􀁤􀀡􀁾􀁾􀀡􀁪􀀣􀂷􀀮 Task 4.1 Schematic Design A. Kickoff/Programming Meeting 4 4 B. Schematic Landscaping Master Plan 8 4 24 40 C. Schematic Plan Review Meeting 4 4 Task 4.2 Design Development A. Prepare Design Development Package 8 8 24 60 B. Prepare Opinion of Probable Construction Costs 8 16 C. Design Development Plan Review Meeting 4 4 Task 4.3 Construction Documentation A. Prepare Construction Documents 16 40 120 40 B. Prepare Technical Specifications 8 16 16 C. Prepare Revised Opinion of Probably Cost 4 4 8 D. Construction Document Review Meeting 4 4 4 Task 4.4 Bid Phase A. Prepare List of Qualified Sub-Contractors 8 8 8 B. Prepare Addenda 4 16 C. Assist Owner in Evaluation of Bids 4 8 D. Value Engineering/Substitutions 4 4 12 Task 4.5 Construction Observation A. Kickoff Meeting 8 4 4 4 B. Review Submittals; Tag Trees 16 24 8 C. Review Information Requests 8 12 8 D. Review Work Progress 8 40 E. Prepare Punchlist 4 16 8 F. Punchlist Review 4 4 G. As-Builts -Proiect Closeout 2 16 4 Task 4 Total Hours 48 12 186 0 432 104 Hourly Rate $32.21 $37.50 $30.77 $22.60 $18.27 $15.87 Direct Labor Cost $1,546 $450 $5,723 $0 $7,893 $1,650 Total Direct Labor and Burden $4,515 $1,314 $16,712 $0 $23,047 $4,819 Fmal Design· Streetscape $50,406 ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS ADDITIONAL SERVICES· TRAFFIC STUDY Additional Services -Traffic Study $23,619 HNTB HNTB HNTB Jack Gram PM EnQineer Co-op Hatchell Traffic Task 􀀬􀀹􀀮􀀧􀁾􀁁􀁤􀁤􀁩􀁴􀁩􀁏􀁩􀁩􀁡􀁉􀁓􀁥􀁦􀁶􀁩􀁣􀁥􀁳􀁾􀁾􀀺􀁔􀁲􀁡􀁦􀁦􀁩􀁣􀁓􀁴􀁵􀁤 .'. .,. A. Signal Design Layout I I I I I 1. Preliminary Design $5,000 2. Final DesiQn $2,200 B. Traffic Signal Data Collection 1. Peak Period TurninQ Movement Counts I I I I I $799 C. Signal Phasing and Timing Analysis 1. Compile existing/projected ADT's and Turning Movement Counts 2 4 2. Determine projected 'AM and PM peak hour turning movements 4 16 3. Obtain Geometric Plans/Base Maps 2 4 4. Determine Clearance Times (Yellow/AIl-red) 4 12 5. SIGNAL2000 Analysis -LOS and Phase Determination 5 12 6. NOSTOP and SIGNAL2000 -Cycle Length for Prog. 2 8 7. TRANSYT-7F Analysis -Offsets 4 12 8. Summary PhasinglTiming 4 8 $4,000 9. Illustration of Preemption phases -Phase II 4 4 10. Illustration of Preemption phases -Phase III 2 8 11. Technical Memorandum 6 12 14 Task 9 Total Hours $39 $100· $14 Hourly Rate $37.60 $21.00 $13.00 Direct Labor Cost $1,466 $2,100 $182 $11,200 $799.00 Total Direct Labor and Burden $4,546 $6,510 $564 $11,200 $799.00 .. EXHIBIT B -Additional Services not included in proposal Due to the undetermined time lapse between design, begin of construction, and completion of construction for the Phase III project, the following items are not included in: this proposal. HNTB realizes that the Town of Addison has requested these tasks be performed for this project, however, we do not know what our Q.ourly and overhead rates will be when construction begins or when it is completed.· At the appropriate time, HNTB will negotiate these items based upon the Town of Addison's scope and our current rates. Construction Inspection (established prior to bid opening) • .On-site construction inspection and observation services include full time onsite representation supplementing the Clients project administration. Services include: weekly attendance at construction progress and coordination meetings; prepare meting minutes and follow up on action items; daily architectural/engineering observations with weekly reports; provide on-site clarifications and interpretations of construction documents to facilitate construction process and schedule. Traffic Signal Coordination Timing Plans -Final Timing • Progression analysis should be refined between the months of October and April, after Arapaho Road is open to traffic. At this time, new traffic counts need to be done in order to base the progression analysis off accurate, current data. Performing this task before the road is open to traffic would not be recommended. May 14,2001 MEMORANDUM To: Through: From: Cc: Subject: Chris Terry, Assistant City Manager Mike Murphy, P.E., Director ofPublic Works Steve Chutchian, P.E., Assistant City Engineer Jim Pierce, P.E., Assistant Director ofPublic Works Arapaho Road, Phase III Proposal for Professional Services for Temporary Construction Easements Staffis currently negotiating an agreement with the :firm ofHNTB Corporation for engineering services related to the design ofthe third phase ofArapaho Road, from Surveyor Blvd. to Addison Road. This phase will include extensive right-of-way and temporary construction easement acquisition efforts by the Town. As part ofa previous agreement with this:firm, right-of-way descriptions and associated maps were prepared in 1999. However, various legal transactions by property owners have created the need to perform supplemental research ofownership and revise descriptions and maps accordingly. The attached proposal, in an amount not to exceed $44,977.00, provides the following services related to this project: a. Update property ownership on existing right-of-way parcels. b. Prepare parcel plats and descriptions for fifteen (15) temporary construction easements. c. Perform design associated with preparation ofthe parcel plats and descriptions, including: 1. Determination ofhorizontal and vertical alignment. 2. Determination ofoptimum cross-section 3. Performing toe-of-slope analysis. This proposal will permit staff to accelerate the process ofacquiring right-of-way and temporary construction easements for the proposed Arapaho Road, Phase III improvements. Funding for the supplemental engineering services is included in the Year 2000 General Obligation Bond Program. It is recommended that the Council approve a proposal from HNTB Corporation, in an amount not to exceed $44,977.00, for Professional Services related to preparation of Temporary Construction Easements on the proposed Arapaho Road, Phase III project. AGREEMENT THIS AGREEMENT is made by and between HNTB Corporation, hereinafter called "ENGINEER", and the Town ofAddison, Texas, hereinafter called "OWNER." WHEREAS, Owner desires Engineer to perform certain work and services set forth in Section 2, Scope of Services. WHEREAS, the Engineer has expressed a willingness to perform said work and services, hereinafter referred to only as "services", specified in said Scope of Services, and enumerated under Section 2 of this Agreement. NOW, THEREFORE, all parties agree as follows: SECTION 2. SCOPE OF SERVICES The following Basic and Additional Services, when authorized in writing by a notice-toproceed, shall be performed by the Engineer in accordance with the Owner's requirements for design of Arapaho Road from Surveyor Boulevard to Addison Road. I. Project Definition This project consists updating property ownerships, preparing .parcel plats and· descriptions for fifteen (15) temporary construction easements, and submitting three (3) plats and description for each along Arapaho Road Phase ill from Surveyor Boulevard to Addison Road (the Project). The project will be a 4-lane reinforced concrete roadway, with turn lanes at Surveyor Boulevard and Addison Road. A grade separated intersection will be provided at Midway Road. Engineering design services will be necessary in order to establish the limits of the temporary construction easements and slope easements along the roadway corridor. This will include the examination of the horizontal alignment, vertical alignment, and typical section in order to minimize the easement areas required. II. Detailed Scope of Basic Services . . '. .' The following 􀁳􀁥􀁲􀁶􀁩􀁣􀁾􀁳 Will be included in the scope of this cOIitract. It should be noted that this scope is for the development of preliminary· engineering alignments and cross-sections to base sound engineering judgements concerning the limits of the construction along the project in order to set boundaries for temporary construction limits. This contract does not include the design of the roadway. The roadway design will be negotiated under a separate scope and fee. 1 A.· Surveying 1. Update property ownership. 2. Prepare parcel plats and· descriptions for fifteen (15) temporary construction easements. 3. Project management and administration. 4. Three (3) each plat and description signed with blue ink and electronic files. B. Design -Alignments, Cross-section, Toe-of-Slope analysis 1. Import ground survey data into aerial topo and merge in InRoads. 2. Develop breaklines for existing ground surface. 3. Generate Digital Terrain Model and contours. 4. Field verification ofDigital Terrain Model. 􀀵􀁾 Review horizontal and vertical alignments of schematic design. 6. ReviselUpdate graphical alignments into InRoads design software. 7. Construct typical section templates. 7.1. Mainlanes only with median 7.2. Mainlanes only without medians 7.3. Mainlanes with turning lanes 8.· . Model 􀁴􀁾􀁰􀁬􀁡􀁴􀁥􀁳􀁡􀁬􀁯􀁮􀁧 􀁨􀁯􀁲􀁩􀁾􀁯􀁮􀁴􀁡􀁬 ancl.vertical 􀁡􀀱􀁩􀁧􀁮􀁭􀁾􀁮􀁴􀁳􀀮 9. Plot cross-sections to determine areas where toe-of-slopes· will require temporary construction easements. 10. Modify vertical alignment in areas where improvements can be made to the toe-of-slopes. 11. Re-model templates along new vertical alignment. 12. Continue refinement process to obtain optimum profile. 2 13. Establishment of temporary construction easement limits at driveways and slope easements. .. . 14. Prepare Temporary Construction Easementsexhibits for surveyor. IS. Meet with Town to review cross sections and TCE's.. SECTION 3. PAYMENT Owner shall pay Engineer for services authorized in writing as properly performed by Engineer on the basis herein described, subject to additions or deletions for changes or extras agreed upon in writing. -Basis ofCompensation Payment shall be made monthly by Owner to Engineer based upon statements submitted by the Engineer for work performed. Compensation for performing Services shall be on an actual cost basis with a fee not to exceed $44,977.00. An estimate of the maximum fee is presented in Exhibit A attached hereto. SECTION 4. RESPONSIBILITIES Engineer shall be responsible for the professional quality, technical accuracy, and the coordination of the design, drawings, plans, specifications, estimates, and other services . furirished by Engineer uilder this Agreement. Agreement. Engineer shall,· without additional·· compensation, correct or review any errors or deficiencies that are attributable to the Engineer in the design, drawings, plans, specifications, estimates, and other services. Neither Owner's review, approval or acceptance of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and Engineer shall be and remain liable to Owner in accordance with applicable law for all damages to Owner caused by Engineer's negligent performance of any ofthe services furnished under this Agreement. The rights and remedies ofOwner under this Agreement are as provided by law. . . . . . . . " .' . : . . . . . . SECTION 5. TIME FOR PERFORMANCE Engineer shall perform all services as provided for under this Agreement in a proper, efficient and professional manner in accordance with the Owner's requirements. As time is of the essence for this Agreement, the services for Phase ill right-of-way shall be completed within 2 months ofNotice-to-Proceed. In the event Engineer's performance of this Agreement is delayed or interfered with by acts of the Owner or others, Engineer may request an extension of time for the performance of same as hereinafter provided. If such delay is in excess of 60 days on any one occurrence or a cumulative delay of over 180 days, Engineer shall have the right to renegotiate the remainder of this contract. A delay shall be defined as any event caused 3 . .' by others that substantially inhibits the Engineer from proceeding with his work on the project. This shall include, but is not limited to, Town reviews, right-of-way negotiations and awaiting critical information to be supplied by Town or franchised utility companies. No allowance of any extension oftime, for any cause whatever, shall be claimed or made by the Engineer, unless Engineer shall have made written request upon Owner for such extension within 14calendar days after the cause for such extension occurred, and unless Owner and Engineer have agreed in writing upon the allowance of additional time to be made. . SECTION 6. DOCUMENTS All instruments of service (including plans, specifications, drawings, reports, designs, computations, computer files, estimates, surveys, other data or work items, etc.) prepared under this Agreement shall be submitted for approval of the Owner. All completed instruments of service shall be professionally sealed as may be required by law or by Owner. Such instruments of service, together with necessary supporting documents, shall be delivered to Owner, and Owner shall have unlimited rights, for the benefit of Owner, in all instruments of service, including the right to use same on any other work of Owner without additional cost to Owner. If, in the event, Owner uses such instruments of service on any work of Owner other than that specified in the Scope of Services, dermed in Section 2, under those circumstances Owner hereby agrees to protect, defend, indemnify and hold harmless the Engineer, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, attorney fees incidental to the defense of such suits, actions, claims, losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including, in part, the loss of use resulting therefrom, arising from any inaccuracy, such use of such instruments of service with respect to such other work except where Engineer participates in such other work. Engineer agrees to and does hereby grant to Owner a royalty-free license to such instruments of service which Engineer may cover by copyright and to designs as to which Engineer may cover by copyright and to designs as to which Engineer may assert any . rights or establish any. claim under the design patent or copyright laws. Engineer, after completion ofthe project, agrees to furnish the originals orsucl1 instruments ofservice to the Owner. Engineer may, however, retain copies of any and all documents produced. The license granted herein by Engineer shall survive termination of this Agreement for any reason. SECTION 7. TERMINATION Owner may suspend or terminate this Agreement for cause or without cause at any time by giving written notice to the Engineer. In the event suspension or termination is without cause, payment to Engineer, in accordance with the terms of this Agreement, will be made on the basis of services reasonably determined by Owner to be satisfactorily performed to date of suspension or termination. Such payment will be due upon delivery of all instruments of service to Owner. 4 Should the Owner require a material modification of its contract with Engineer, and in the event Owner and Engineer fail to agree upon such modification to this Agreement, Owner shall have the option of terminating this Agreement and the Engineer's services hereunder at no additional cost other than the payment to Engineer, in accordance with the terms of this Agreement, for the services reasonably determined by Owner to be properly performed by the Engineer prior to such termination date.. Engineer may terminate this Agreement upon written notice to Owner in the event of substantial failure by the Owner to perform in accordance with the terms of this Agreement. Owner shall have 14 calendar days from the receipt ofthe termination notice to cure or to submit a plan for cure acceptable to the Engineer. In the event the parties cannot agree upon an acceptable cure within a reasonable period of time from the date of notice, Owner may terminate this Agreement as provided in this Section 7. SECTION 8. INSURANCE Engineer shall provide and maintain Worker's Compensation and Employer's Liability Insurance for the protection of Engineer's employees, as required by law. Engineer shall also provide and maintain in full force and effect during the term of this Agreement, insurance (including, but not limited to, insurance covering the operation of automobiles, trucks and other vehicles) protecting Engineer and Owner against liability from damages because of injuries, including death, suffered by any person or persons other than employees ofEngineer, and liability for damages to property, arising from or growing out of Engineer's operations in connection with the performance ofthis Agreement. . . Such insurance covering personal and bodily injuries or death shall be in the sum of not less than Two Hundred Fifty Thousand Dollars ($250,000.00) for one (1) person, and not less than Three Hundred Thousand Dollars ($300,000.00) for anyone (1) occurrence. Insurance covering damages to property shall be in the sum of not less Three Hundred Thousand Dollars ($300,000.00) aggregate. Engineer shall also provide and maintain Professional Liability Insurance coverage to protect Engineer from liability arising out of the performance of professional services under this Agreement. Such coverage shall be in the sum ofnot less than $1,000,000.00. A signed Certificate ofInsurance, satisfactory to Owner, showing compliance with the requirements of this Section, shall befuinished to Owner before· any services are. performed under this Agreement. Such Certificate of Insurance shall provide for ten (10) days written notice to Owner prior to the cancellation or modification of any insurance referred to therein. Such Certificates shall terminate after completion of the project. Owner shall be named as an "additional insured" party on all insurance policies, except for Worker's Compensation and Professional Liability policies. SECTION 9. INDEMNIFICATION FOR INJURY AND PERFORMANCE Engineer further specifically obligates itselfto Owner in the following respects, to wit: 5 The Engineer hereby agrees to protect, indemnify and hold hannless the Owner, their officers, agents, servants and employees (hereinafter individually and collectively referred to as "Indemnities"), from and against suits, actions, claims, losses, liability or damage of any character, and from and against costs and expenses, including, in part, attorney fees incidental to the defense of such suits, actions, claims, losses, damages or liability on account of injury, disease, sickness,.including death, to any person or damage to property including, in part, the loss of use resulting therefrom, arising from any negligent act, error, or omission of the Engineer, its officers, employees, servants, agents or subcontractors, or anyone else under the Engineer's direction and control, and arising out of, occurring in connection with, resulting from or caused by the perfonnance of any services called for by this Agreement. In the event one or more of the Indemnities is detennined by a court of law to be jointly or derivatively negligent or liable for such damage or injury, the Engineer shall be obligated to indemnify Owner as provided herein on a proportionate basis in accordance with the final judgment, after all appeals are exhausted, detennining such joint or derivative negligence or liability. The Engineer is not responsible for the actions of the Owner's contractor to perfonn the construction of the improvements covered under this Agreement. Acceptance and approval of the final plans by the Owner shall not constitute nor be deemed a release of this responsibility and liability of Engineer, its employees, associates, agents and Engineers for the accuracy or competency of their designs, working drawings and specifications, or other documents and work; nor shall such approval be deemed to be an assumption of such responsibility by the Owner for any . defect in the designs, working drawings and specifications, or other documents and work; . or other documents prepared by Engineer, its employees, contractor, agents and subconsultants. SECTION 10. INDEMNIFICATION FOR UNEMPLOYMENT COMPENSATION Engineer agrees that it is an independent contractor and not an agent of the Owner, and that Engineer is subject, as an employer, to all applicable Unemployment Compensation Statutes, so as to relieve Owner of any responsibility or liability from treating Engineer's employees as employees of Owner for the purpose of keeping records, making reports or payments of Unemployment Compensation taxes or contributions. Engineer further . agrees to indemnify and hold Owner hannless. and reimburse it for. any expenses or liability incurred under said 􀁓􀁨􀁬􀁾􀁴􀁥􀁳 in connection with employees ofEngineer. SECTION 11. INDEMNIFICATION FOR NON-PAYMENT Engineer shall defend and indemnify Owner against and hold Owner and the premises hannless from any and all claims, suits or liens based upon or alleged to be based upon the non-payment of labor, tools, materials, equipment, supplies, transportation and management costs incurred by Engineer in perfonning this Agreement. SECTION 12. ASSIGNMENT Engineer shall not assign or sublet this Agreement, or any part thereof, without the prior written consent ofOwner. 6 SECTION 13. APPLICABLE LAWS Engineer shall comply with all federal, state, county and municipal laws, ordinances, regulations, safety orders, resolutions and building codes relating or applicable to services to be performed under this Agreement. SECTION 14. DEFAULT OF ENGINEER In the event Engineer fails to comply or becomes disabled and unable to comply with the provisions of this Agreement as to the quality or character of the service or time of performance, and the failure is not corrected within ten (10) days after written notice by Owner to Engineer, Owner may, at its sole discretion without prejudice to any other right or remedy: • Terminate this Agreement and be relieved of the payment of any further consideration to Engineer except for all work determined by Owner to be satisfactorily completed prior to termination. Payment for work satisfactorily completed shall be for actual costs, including reasonable salaries and travel expenses of Engineer to and from meeting called by Owner at which Engineer is required to attend, but shall not include any loss of profit of Engineer. In the event, of such termination, Owner may proceed to complete the services in any manner deemed proper by Owner, either by the use of its own forces or by resubletting to others. In either event, the Engineer shall be liable for all costs in excess of the total contract price under this Agreement incurred to complete the. services herein provided for and the costs so incurred may be due or that may thereafter become due to Engineer under and by virtue ofthis Agreement. • Owner may, without terminating this Agreement or taking over the services, furnish the necessary materials, equipment, supplies and/or help necessary to remedy the situation, at the expense of the Engineer. Engineer shall not be considered in default of this Agreement for delays in performance caused by acts of the Owner or other circumstances beyond the reasonable control of the Engineer. SECTION 15. ADJUSTMENTS IN SERVICES No claims for extra services, additional services or change in the services will be made by .Engineer without a written agreement with Owner prior to the performance of su.ch servIces. SECTION 16. EXECUTION BECOMES EFFECTIVE This Agreement will be effective upon execution of the contract by and between Engineer and Owner. SECTION 17. AGREEMENT AMENDMENTS This Agreement contains the entire understanding of the parties with respect to the subject matter hereof and there are no oral understandings, statements, or stipulation bearing upon the meaning or effect of this Agreement, which have not been incorporated 7 herein. This Agreement may only be modified, amended, supplemented or waived by a written instrument executed by the parties except as may be otherwise provided therein. SECTION 18. WRITTEN NOTICES All notices, demands and communications hereunder shall be in writing and may be served or delivered personally upon the party for whom intended, or mailed to the party . to whom intended at the address set forth on the signature page of this Agreement. The address of a party may be changed by notice given pursuant to this Section. SECTION 19. GENDER AND NUMBER The use of any gender in this Agreement shall be applicable to all genders, and the use of singular numbers shall include the plural conversely. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this the day of ,2001. OWNER: TOWN OF ADDISON, TEXAS By Ron Whitehead, City Manager 5300 Beltline Road P.O. Box 144 Addison, Texas 75001-0144 Witness: 8 ENGINEER: HNTB CORPORATION Witness: EXHIBIT A ARAPAHO ROAD EXTENSION· PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD FEE PROPOSAL FOR RIGHT OF WAY· MAY 2001 Basic Services Final Design Paving, Drainage, and Utilities Indirect Labor, OverheadHNTB Engineering Subtotal Protit and Contingency Out-ot-Pocket Expense HNTB Subtotal Fee, Basic Services ARS See ARS Proposal Basic Services Fee $11,030 $16,975 $28,005 $4,201 $200 $32,406 $12,571 $44,977 Ph3-ROW-Fee.xls ARAPAHO ROAD EXTENSION PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS PRELIMINARY DESIGN· DTM, ALIGNMENTS, TEMPLATES,CROSS-5ECTIONS, AND TCE'S Projocl S"';"'_ . Manaoer Enoineer En ineer En ineer CADD Clerical 􀁔􀁪􀀤􀁩􀁬􀁉􀀵􀀧􀀮􀁊􀀺􀀧􀁩􀁬􀁊􀁭􀁊􀁾􀁯􀀮􀁭 􀀢􀁦􀁦􀁬􀀡􀁐􀁪􀁛􀁍􀁆􀁁􀁊􀁩􀁩􀁩􀁩􀁦􀁩􀁦􀀨􀁬􀁦􀁩􀁩􀁴􀀤􀀢􀁩􀁬􀁾􀁭􀁰􀁉􀁾􀀸􀁩􀁬􀁃􀀦􀀤􀀮􀀧􀁃􀁾􀁩􀁃􀁴􀁩􀁾􀁏􀁪􀁬􀀮􀁜􀀻􀁔􀁃� �􀁴􀂷􀀮 1.1 Digital Terrain Model . ... . .... ....• A. Import fround survey into aerial tapa and merge in InRoads 4 12 B. Inout breaklines 2 24 16 C. Generate DTM I Check and Manioulate as needed 4 8 D. Generate contours 8 4 E. Field verification of DTM contours 4 4 4 F. Final corrections to DTM 4 8 16 16 1.2 Alignments and Templates . . . .. A. Review horizontal and vertical alignments of schematic 8 4 B. Update/Revise graphical alignments in InRoads software 2 8 C. Construct templates 16 16 D. Model templates along horizontal and vertical alignments 24 40 E. Plot cross-sections and examine toe-of-slopes 8 F. Modify vertical alignment 4 4 8 G. Re-model templates along alignments 4 16 H. Establish TCE limits at driveways and slopes 4 12 16 I. Meet with Town to review crOss-sections and TCE's 4 4 2 J. Prepare exhibits for surveyor 2 2 16 2 K. QAlQC 4 4 1.3 Project Management and QA\QC A. Review and approve subconsultant invoicing 4 B. Review TCE and Property Map submittals 8 C. Attend Meetings with Town 4 4 Task 1 Total Hours 4 36 94 178 76 4 Hourly Rate $54.00 $45.00 $33.00 $24.00 $23.00 $18.00 Direct Labor Cost $216 $1,620 $3,102 $4,272 $1,748 $72 HNTB Preliminary DeSign $11,030 Ph3-RQW-Fee.xls ARAPAHO ROAD EXTENSION , PHASE III SURVEYOR BOULEVARD to ADDISON ROAD ESTIMATE OF MANHOURS TEMPORARY CONSTRUCTION EASEMENTS -ARS ENGINEERS, INC. Expenses Map/Deed Copies Mileage Reprographics (Copies & Plots) Delivery/Courier Service Misc. Field Expenses 24 $48.00 $1,152 $125 $0 $150 $60 $0 8 45 10 4 22 45 $90.00 $63.00 $1,980 $2,835 Labor Total 'Ei"eriies' 􀁳􀁾􀁾􀁾􀁙􀁩􀁾􀁧 T()tal 5 113 $53.00 $5,989 o $105.00 $0 Admin 34 7 $40.00 $280 $12,236 $335 $12,571 􀀮􀁾 .. " Attachments: 1. Memo from Steve Chutchian, Assistant City Engineer 2. Proposal from HNTB Administrative Recommendation: Administration recommends approval. Item #R8 -Consideration of a Resolution authorizing the City Manager to enter into an engineering services agreement in an amount not to exceed $44,977.00 with HNTB Corporation for services related to the preparation of temporary construction easements for the Arapaho Road, Phase III project. Attachments: 1. Memo from Steve Chutchian, Assistant City Engineer '2. Agreement Administrative Recommendation: Administration recommends approval. Item #R9 -Consideration of Resolutions approving the submittal of an application to the Department of Transportation Statewide Transportation Enhancement Program for the Belt Line Road streetscape project and certifying the intent to place the project in the Transportation Improvement Plan (TIP). Attachments: . . . . . 1. Memo fromSteve Chutchian,Assistant City Engineer 2. Resolution certifying funding and support 3. Resolution certifying intent for Transportation Improvement Plan (TIP) placement Administrative Recommendation: Administration recommends approval. City Council Agenda 05-22-01 􀁾ARCHITECTS ENGINEERS PLANNERS May 11, 2001 Town ofAddison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Steve Chutchian, P.E. ARAPAHO ROAD EXTENSION -Phase III Professional Services Agreement for Temporary Construction Easements Dear Mr. Chutehian: 14114 Dallas Parkway, Suite 630 Dallas, Texas 75240-4381 (972) 661-5626 B4X (972) 661-5614 www.hntb.com Enclosed for your review and signature are three copies of a Professional Services Agreement for preparation of temporary construction easement development, for Phase III of the Arapaho Road Extension. Phase III construction will extend from Surveyor Boulevard to Addison Road. In order to develop temporary construction easements, we will establish the existing ground DTM and cross-sections. This is necessary to tie the toe-of-slopes down as accurately as possible. Please keep in mind that this work is not only for this contract, but will be used for the roadway design also. The enclosed agreement is in response to your request during during our May 7, 2001 meeting. Per our discussion, you wanted to get the temporary construction easement work under contract. We appreciate the opportunity to work with you and your staff on this project. Very truly yours, HNTB CORPORATION IJ;:f::i.E. JDH/dsl Enclosures 25768 The HNTB Companies OFFICES: ALEXANDRIA, VA; ANNAPOLIS, 1\-10; ATLANTA, GA; AUSTIN, TX; BATON ROUGE, LA; BOSTON, MA; CHARLESTON, SCi CHARLESTON, \\IV; CHICAGO, 11.; CLEVELAND, OH; COLUMBUS, OH; DALIAS, -r.<; DENVER, co; DETROIT, /'In; ELKINS, \YlV; FAIRFIELD, N.J; Fr. WORTH, -r.<; HARTFORD, cr; HOUSTON, TX; INDIANAPOLIS, IN; IRVINE, CA; KANSAS erlY, 1-.10; KNO:>..'VILLE, TN; LANSING, Ml; LOS ANGELES, CA; LOUISVILLE, KY; MADISON, WI; MIAMI, FL; MILWAUKEE, WI; MINNEAPOLIS, MN; NASHVILLE, TN; NEW YORK, NY; OAKLAND, CA: OIUANDO, FL; OVERLAND PARK, KS; PLYMOlITH MEETING, PA; PORTLAND, 1\IE; PORTI.AND, OR; RALEIGH, NCj ST. LOllIS, MO; SALT LAKE CllY, UT; SAN ANTONIO, TX; SAN BERNARDINO, CA: SAN FRANCISCO, CA, SAN JOSE, CA; SEATILE, \Y!A; TAMPA, H; TOLEDO, OH; WASHINGTON, D,C. FAX#: II I. TOWN OF ADDISON 􀁃􀁯􀁭􀁰􀁡􀁮􀁹􀀺􀀮􀀭􀀭􀀭􀀭􀀭􀀮􀀮􀀺􀀣􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀭􀀨􀁴􀁲􀁟􀁾􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀯􀁾􀁂􀁾 _ q7Z-􀁾􀁢􀁬􀀧􀀭􀁓􀁢􀀯􀀴 Date: 􀁾􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀁾􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀯􀀮� �􀀮􀀺􀀮􀀮􀀮􀀮􀁾􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀯􀁣􀀭􀁴􀁊􀁟􀁉􀁟􀁉􀀭􀀭􀀭 No. of pages (including cover):._---=3 _ PUBLIC WORKS From: .!>TEI/F Cf{vTC/l/At1/Phone: 972/450-2&ft Fax: 972/450-2837 16801 Westgrove P.O. Box 9010 Addison, TX 75001-9010 7. Construct typical section templates. 7.1. Mainlanes only with median 7.2. Mainlanes only without medians 7.3. Mainlanes with turning lanes . . 8. . Model 􀁴􀁥􀁭􀁰􀁬􀁡􀁴􀁥􀁳􀁡􀀱􀁯􀁮􀁧􀁨􀁯􀁲􀁩􀁺􀁾􀁮􀁴􀁡􀁬 􀁡􀁮􀁾􀁶􀁥􀁲􀁴􀁩􀁣􀁡􀁬 alignments... 9. Plot cross-sections to detennine areas where toe-of-slopes will require temporary construction easements. 10. Modify vertical alignment in areas where improvements can be made to the toe-of-slopes. 11. Re-model templates along new vertical alignment. 12. Continue refinement process to obtain optimum profile. 2 13. 14. 15. Establishment of temporary construction easement limits at 􀁤􀁲􀁩􀁶􀁾􀁺􀁾􀁥􀁾􀁾 preparVx'lllbits for surveyor. Meet with Townto review cross sections and TCE's. SECTION3. PAYMENT Owner shall pay Engineer for services authorized in writing as properly performed by Engineer on the basis herein described, subject to additions or deletions for changes or extras agreed upon in writing. Basis ofCompensation Payment shall be made monthly by Owner to Engineer based upon statements submitted by the Engineer for work performed. 􀁤􀂻􀁌􀁾􀁥􀀮􀁮􀀮􀀺􀁴􀀭􀁾􀁾a. ...-Compensation for performing Services shall be on a lump 􀁾􀁙􀁬􀁂 "Qasis 􀁾􀀬􀀮􀁁􀁥􀁵􀁥􀀱􀀸􀁾􀀸􀁑 "through man-hom estimates of services and expooses present€d in Exhibit A attached 􀀮􀀮􀁧􀁾􀀹􀀺􀀭Th€ Lump Sum amount for 􀁓􀁥􀁲􀁶􀁩􀁣􀁾􀁡􀂥􀀪􀁊􀁥 $44,977􀀮􀁲􀁊􀁾􀀻􀀮􀀬􀀮􀀭􀁾􀁾 #j f77.-1JZ)· SECTION 4. RESPONSIBILITIES F . Engineer shall be responsible for the professional quality, technical accuracy, and the coordination of the design, drawings, plans, specifications,estimates, and other services furnished by Engineer linder this Agreement. Engineer shall, without additional compensation, correct or review any errors or deficiencies that are attributable to the Engineer in the design, drawings, plans, specifications, estimates, and other services. Neither Owner's review, approval or acceptance of, nor payment for, any of the services required under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this I Agreement, and Engineer shall be and remain liable to Owner in accordance with \. , ( ... applicable law for all damages to Owner caused by Engineer's negligent performance of 􀁾􀁪 .] any ofthe services furnished under this Agreement. "t. 􀀮􀁾 . The rights and remedies ofOwner under thi$ Agreement are 􀁾􀀮 provided by law•.. StCTION 5. ·TIME FOR PERFORMANCE Engineer shall perform all services as provided for under this Agreement in a proper, efficient and professional manner in accordance with the Owner's requirements. As time is of the essence for this Agreement, the services for Phase ill right-of-way shall be completed within gmonths ofNotice-to-Proceed. In the event Engineer's performance of this Agreement is delayed or interfered with by acts of the Owner or others, Engineer may request an extension of time for the performance of same as hereinafter provided. If such delay is in excess of 60 days on any one occurrence or a cumulative delay of over 180 days, Engineer shall have the right to renegotiate the remainder of this contract. A delay shall be defined as any event caused 3 . ' HP LaserJet TOALASERJET 3200 9724502837 MAY-14-2001 14:24 Fax Call Report 3200S8 invent Job Date 806 5/14/2001 Time Type 14:23:42 Send Identification 99726615614 Duration 1: 05 Pages 3 Result OK TOWN OF ADDISON PUBLIC WORKS To: 1'1$. AIVIfIE 􀁾􀁔􀀢􀁪􀀩􀀮􀁄􀀯􀀱􀁾􀁄 Company: 􀁉􀁦􀁾􀁔B FAX#: '172-􀁾􀁢􀁬􀀻􀀢􀁓􀁢􀁉􀀴 Date: 􀁾􀀱􀀱􀀴􀀭􀀭􀀯􀀯􀀩􀀨 No. of pages (including tover): 3 From: .sTEve cIfI/TCIl/A'1/Phone: 972/450.2&/'£ Fax: 972/450-2837 16801 Westgrove P.O. Box 9010 Addison, TX 75001-9010 􀁾ARCHITECTS ENGINEERS PLANNERS May 11, 2001 Town of Addison 16801 Westgrove Drive P.O. Box 9010 Addison, Texas 75001-9010 Attn: Mr. Steve Chutchian, P.E. ARAPAHO ROAD EXTENSION -Phase III Professional Services Agreement for Temporary Construction Easements Dear Mr. Chutchian: 􀁆􀁴􀁩􀁾 􀁬􀀭􀀭􀁯􀁃􀀯􀀮􀁾 j2 -( L-( -e L...-.-_ 14114 Dallas Parl