IREQUEST FOR INFORMATION PROJECT No. Arapaho Phase III RFI # __...!1:!-4__ Oate: August 18. 2004 HNTB 5910 W. Plano Parkway, Ste 200 Plano, Texas 75093 ,Guy Van Bulen do Daniel Filer Western IExsisllina Concrete al The Rink Review the Following Sheets: Sheet 24 shows removal ot the paving in queslion at appfOx sta 611'65 to 62+65. Sheet 59 shows removing the Stripping in the area fn question Sheet 63 shows ma.tching the existing paving with the curb ang guner in the area in question. previous reds Archer Western to believe that sheet 24 is a mistake and the paving In queslion is not to be removed. provide direction on. Ihe exact areas to be demolished in the Rink parking lot. t ;" ,, Page 1 Weekly Meeting Agenda Date: Tuesday, August 17,2004 Arapaho Road Time II ;00 AM Location; Field Office L Safety Issues II. Schedule 1 Review Weekly Schedule III. Submittals IV. Old Business VI. Change Orders 1. HNTB requests pricing on temporary fence at D. W.U. water plant. AlW is in the process ofgetting price. VII. Miscellaneous I. Has Temporary Construction Easement been secured with D.G.N. & 0 railroad for site grading purposes? 2. Paving removal discrepancy at "The Rink". 3. AlW requests to move our construction entrance at Surveyor Blvd. to be located at the intersection of the proposed new Arapaho Road & Surveyor Blvd. ARAPAHO ROAD Activity Description Prod M 16 8/17/2004 Current Week Next Week T W T F SIS M T W T F 17 18 19 20 21 23 24 25 26 27 SIS 28 Following Week M T W T F SIS 30 31 1 2 3 4 􀁾􀁜􀁾􀀮􀀠",ch..-'-' -I> 􀁇􀁥􀁮􀁍􀁬􀁬􀁉􀀺􀁉􀁉􀀨􀁗􀁾􀀠Equipment TXU Conduit DemolHaul Storage Concrete SewerlWater !Trailers Demo Treesl Prep ROW X X X X X X X X X X //X V X V X X X X X X X X X 􀁾􀀠k"" k"" X V X X X X X //L L S&J Electrical Stomper Orange Fence-60" water line Temp Fence at DWU plant Saw Cut Site & Streets Construction Entrances Temp RR Crossings Filter Dam At Midway Box Culvert A & B ! i Crew Size: X X X X X X X X X 1/1/X X 1/X 1/X IV X ////V V V 1/V V ./' X X X X X X X X X X /X /V 1/X 1/1/V 1//./V ////./' X X I X X /V C.O. ? V V North Texas V Lone Star V North Texas-T.C.E.? X V John Griffin V 1/L L k"" //V ./' i , Aug-03-2004 07:51pm From-TXU ELECTRIC DELIVERY-HARWOOD 6 SOUTH 2148752382 T-485 P.OOl F-153 EXHIBIT "A" Lying and situated in the Town of Addison, Dal/as County, Texas, the Edward Cook Survey, Abstract No. 326 and being a part of IceoplexAddition, an addition to the Town of Addison, according to the map or plat thereof recorded in Volume 95210, page 03012, Deed Records of Dallas County, Texas (D.R.D.C.T.) conveyed to Hard To The Net Hockey, L.L.C. by a Deed recorded in Volume 2004069, page 02089, D.R.D.C.T. and being more particularly described as follows: BEGINNING at a 1/2-inch iron rod found at the intersection ofthe east right of way line of Midway Road (100 feet wide) with the south right of way line of the St. Louis & Southwestern Railroad for the northwest corner of said addition and being 195.00 feet, N 89° 41' 00" W along said railroad right of way line from a 1/2-inch iron rod found; THENCE S 89° 41' 00" E, along the south right of way line of said railroad, 15.00 feet; THENCE S 00' 42' 00· E, 11.74 feet to the beginning of a curve to the right having a radius of 1019.93 feet, a central angle of 12° 14' 20", and a chord that bears S 05' 25' 10" W, 217.45 feet; THENCE Southwesterly along said curve, an arc distance of 217.87 feet; THENCE S 11° 32' 20" W, a distance of 20.00 feet; THENCE N 78° 27' 40" W, 15.00 feet to a point on the east right of way line of Midway Road; THENCE N 11 0 32' 20" E, along said east right of way line, 20.00 feet to a 1/2-inch rod found at the beginning ofa curve to the left having a radius of 1 004.93 feet, a central angle of 12° 14' 20", and a chord that bears N 05° 25' 10" E, 214.25 feet; THENCE Northeasterly along said curving east right ofway line an arc distance of 214.66 feet to a 1I2-inch iron rod found: THENCE N 000 42' 00" W, 12,01 feet to the place of beginning and containing 3,722.11 square feet of land, more or less. WR'2041434.2 Page 1 of2 ___ _ 214smm T-485 P.O03Aug-03-2004 07:51pm From-TXU ELECTRIC OELIVERY-HARWOOO 6 SOUTH BEARING BASIS, 11-1E WEST RIGHT Of WAY LINE OF MIDWAY ROAD PER PLAT RECORDED IN VOl. 96210, PG. 3012, DEED RECORDS OF DALlAS CO<1N1'Y, TEXAS. POINT OF BEGINNING ST. LOUIS & SOUTHWESTERN R.R. 15.m}' '12" IRON SCALE; 1"::::::. 100'RbD FOUNO 􀁾􀀠1/2'" IRON -"'"'i"_-,NLS",9c:!""""OO,,,,-'􀀭􀀢􀁙􀁉􀀭 􀀭􀀭􀀬􀀭􀀬􀀱􀀹􀀢􀀬􀀵􀀮􀁾􀁏􀁏􀀬􀀭􀂷_.-+, _______ROO f'OUNj: N oo·"'!lO· W--"'>11'1 '-500''''00" E ) lHAT ! "'LUAM S. WARD. REGISTERED PROFESSIONAl LAND SURVEYOR 00 HEREBY DECLARE THAT iHfS PLAT IS THE RESULT Of A SURVEY MADE ON lHE GROUND MY PERSONAl SUPERVlSION ON MAY 17, 2004 AND EXHIBIT -A-AlL DIMENSIONS ARE TRUE AND CORRECT TO THE BEST TXU ELECTRIC DEUVERY CO. EASEMENT OF MY Kt40WlEDGE. IN. THE CITY OF DALLAS DALlAS COUNTY. lEXAS􀁾􀁾􀁾􀀠12.I)t'itt IRON R FOUND R C' 100-1,93' o ... 121..'20" l ... .:2:1+,66' CH "'" 21 +.25· ca -N 05'25'10" E 11':1." IRON R!X> FOUND N 11"32'20" E , 20-00' N 787.7'-40" W_-f'" 15,()O' 11.74' PROPOseD PROPOseD 84" 􀁲􀁒􀀺􀀺􀀺􀁾􀀠R .. 1019.9J" o .. 121<\'20L m 211•• 1 CH -217.45' C8 = S 05'25·10· W EDWARD COOK SURVEY S 11"32"2ll" W CT NO. 326.20,00' ABSTR ICEOPLEX ADDIllON VOL. 95210, PG. 3012 HARD TO THE NET HOCKEY, LLC VOL 2004069, PG. 2089 PAGE 2 OF 2 T-485 P.OOI F-163Aug-oa-ZOQ4 OT:51pm From-TXU ELECTRIC DELIVERY-HARWOOD 6 SOUTH TXU Electric Delivery Fax Cover TXU Electric Delivery Project Management and Design Services 301 S. Harwood, 6 South Dallas. TX 75201 Date: 6 Z 03 OLf, To: 5'-revt:, Company: Fax: From: ,<..Jo.oU':,5 Phone: ZIt!} -8 7S-.:lS8 0 Dept: Fax: 214-875-2266 OUrgent OForReview OPlease Reply OPlease Reply When Received If any pages are not received, please call: Number of pages (inc!ude cover page): 3' This communication (including any attachments) c:cnta,jns or may contain confidential information intended only fot the addtcS4ee., and i, subject to copyright protection. If yOU are nOf. the intended recipient ofthi$ communir;.atlon, or the employee or a&<:mt mpQl'lsibk for delivering it to lbe intended reeipientTpJease be advised lhat any reading, dis5emination. d.istribution, copying muse oftbis:comrmmication or hs attacbments is strictly prohibited. If you 􀁨􀁡􀁶􀁾􀀠received this communication In errOr, please: n01ify the sender frmnediatelyl;!y Itlephone DC the direct dial number nored .above. and rerum [he orja:inal rnessaRe 10 us at the lihove address vt3 Ihl! 115:: l"\l\tlGI 􀁾􀀢􀁉􀀾􀀠 '1910 \f.'Pf(ll/iJ P{/I'kll'i(l'I : I 􀁾i i =1ARCHITECTS ENGINEERS PLANNERS Srlliv.2()() Pfmw,li>.m$ 7'$()93 (97.1)/..1/·5626 hL,( (972) 66HGUAugust 2, 2004 􀀯􀁬􀀧􀀱􀀯􀂷􀁴􀀯􀁾􀁊􀁊􀁉􀁉􀁉􀁉􀁩􀀮􀁃􀀨􀀩􀁉 􀁉􀀩􀀠Mr. Jim Pierce Town of Addison 16801 Westgrove Drive Addison, TX 75001-9010 RE: SHOP DRA WlNG REVIEW AND PROJECT ADMINISTRATION -ARAPAHO PHASE 3 CONSTRUCTION PROJECT Dear Mr. Pierce: Enclosed for your review and signatures are two copies of a Consultant Professional Services Agreement for engineering services for the Arapaho Phase 3 Construction Project. Upon review of the Agreement, please sign and return one fully executed copy to, HNTB Corporation; 5910 West Plano Parkway, Suite 200; Plano, TX 75093. If you have any questions or require any additional information, please feel free to call (972) 628-3116. Thank you, HNTB CORPORATION Erica T Bourne Project Administrator Enclosures The JfNTB COIllPilJllcs OI'I'KR;<, 􀀮􀁜􀁌􀁲􀀮􀁸􀀧􀁜􀁾􀁬􀀩􀁉􀁬􀀻􀀬􀀧􀀮 􀀠q, 􀁜􀁘􀀢􀀧􀁜􀁉􀀧􀀨􀀩􀁌􀀱􀁾􀀬􀀠.\11), -\11 \,"71. G.I, 􀀬􀀢􀂷􀁓􀁔􀁬􀁾􀀮􀀠TX. ILITO=-< 1(0IT,f, 1 \, BOSTO;'-_ '\tl.• CnAI<1J8!'OX, S::. 􀁃􀁊􀁬􀁁􀀺􀁤􀁊􀁴􀀾􀀮􀁾􀂷􀁏􀁓􀀬􀀠W'/: GW(:\(;O. II.: Of\TL\"n. OP., 􀀨􀀧􀁕􀁌􀁾􀂷􀀮􀁜􀁗􀁴􀀧􀀤􀀮􀀠OH 􀀡􀁈􀁕􀁁􀁾􀀬􀀠7." Ilf:-;\Tft CU, DJ:,l(OtT, .\11: 􀁈􀁬􀀮􀀻􀀺􀁬􀀢􀁾􀀬􀀠W'\', P,\IIlFJELO, 1':J: H. w'Uttnt, T.'\: HAi(Tfmm, <.T, H(1)\TOX, 'jX: !SDI.\SAI'OUS. 17';, m\"!i'E. 􀁃􀁟􀁾􀂷􀀠􀀢􀀭􀁜􀁳􀀺􀀻􀀮􀀬􀀬􀁾􀀠en" 􀁾􀀡􀁏􀀬􀀠s:'PXVt:J,h, 'I':', 􀁉􀁁􀁜􀀬􀀧􀀺􀁾􀁬􀁩􀀮􀀠;\!1. 􀀡􀀮􀁯􀁾􀀠􀀮􀀧􀀺􀀭􀀻􀁃􀀬􀁈􀁉􀀺􀁾􀀬􀀠c,\: 􀁾􀀼􀀩􀁃􀁉􀀮􀁾􀁜􀂷􀁉􀁉􀀮􀁌􀁌� �"Y..\IADlSUS. WI: 􀀮􀁜􀀮􀁬􀁬􀁁􀁾􀀡􀁉􀀮􀀠1'1.. _'lll\\'.\lIKcc, \\1, MI:-;srwnus, \11\', XASl1VltlE. "K 􀁾􀁉􀀧􀁗􀀠YO:,!... N\": U·U..L'L'\P. <:\: OItLI,X!)().1'L Oi'fll,-"1) FAit", 􀀺􀀻􀀻􀁾􀀮􀀠􀀡􀀧􀀡 􀁘􀀻􀁾􀁏􀀻􀀧􀁦􀁬􀁬􀀠'I.!!in1xG.1"\. I'Ollll_\';n. ,\110: 􀁐􀀨􀀩􀁉􀁉􀁔􀁬􀁾􀁜􀀻􀀭􀀧􀀻􀁛􀀩􀀮􀀠OK, H.uma!, .-":C, 􀁾􀁔􀀠􀁉􀁕􀁉􀀧􀁴􀁾􀀬􀀠􀁾􀁾􀀨􀀩􀀮􀀠MlT L\Kr. erry 1 T, ;IAX ""-TO,\IO. Th. 􀁾􀀬􀁜􀁘􀀠HE;;:-';.\P.D!;';O. CA. 􀁾􀀮􀁜􀀱􀁜􀀠flL''\Cl""O, CI, ;:\/;: ,10':; (>"" _"\TI'IF, WJ,. H\lI'A, 1"1., TO'FDO, OJI!. OJI!. 􀀧􀁜􀀨􀀺􀀢􀀧􀁓􀁈􀁉􀁘􀀨􀁾􀁔􀀨􀀩􀀺􀀭􀀧􀀻􀀮􀀠[) c DATE SUBMITTED: August I, 2004 FOR COUNCIL MEETING: August 10, 2004 Council Agenda Item: SUMMARY: This item is for the approval of an Engineering Services Contract with HNTB Corporation, in an amount not to exceed $55,964.00, for Construction Administration and Bridge Shop Drawing Review on Arapaho Road, Phase III, from Surveyor Blvd. to Addison Road. FINANCIAL IMPACT: Budgeted Amount: Not specifically budgeted Cost: $55,964.00 Source ofFunds: Funds are available from the FY 2004 Bond Sale and from unallocated Bond Fund Proceeds 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. The firm of HNTB completed design of this phase of the project and will continue to perform inspection and general contract administration of the proposed roadway and drainage infrastructure. However, it was determined that certain shop drawing review and contract administration related to the proposed bridge construction should be handled by HNTIl Accordingly, a proposal was submitted that included the following items: L Management and Administration 2. Shop Drawing Review 3. Response to requests for Information by the Contractor 4. Site Visits This agreement will permit an optimum level of inspection and construction administration ofthe bridge, roadway and drainage components ofthe project. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into a contract with HNTB Corporation, in an amount not to exceed $55,964.00, for Construction Administration and Bridge Shop Drawing Review onArapaho Road, Phase ill, from Surveyor Blvd. to Addison Road. .. I: ; .. AGREEMENT TIllS AGREEMENT is made by and between HNTB Corporation, hereinafter called ''ENGINEER'', and the Town of Addison, Texas, hereinafter called "OWNER" WHEREAS, OWNER desires ENGINEER to perform certain work set forth in Section 2, Scope of Services. WHEREAS, the ENGINEER has expressed a willingness to perform said services, hereinafter referred to only as "services", specified in said Scope of Services, and enumerated under Section 2 of this Agreement. NOW, 'TIlEREFORE, 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 to provide shop drawing review and project administration during the construction of the Arapaho Road Phase 3 Bridge over Midway Road in Addison, Texas. A Shop Drawing Review ENGINEER will review the construction contractor's shop drawing submittals for compliance with and adherence to the plans, standard standard specifications, special provisions to the standard specifications, and special specifications (CONTRACT DOCUMENTS). Sole responsibility for correctness of dimensions, details, quantities and safety during fabrication and erection shall remain with the construction contractor. Review of shop drawings, and similar submittals by ENGINEER shall not be construed as his approval of the methods, construction procedures nor facilities to be used in construction of this work. ENGINEER will not review any temporary structures, including shoring and form work, for structural integrity. ENGINEER will not bear any responsibility for structural integrity of temporary structures including shoring and form work. The shop drawing submittals will be limited to those specifically called for in the contract documents. The shop drawings required from the standard specifications, special provisions to the standard specifications, and special specifications are limited to the following sections: SECTION BC -BRIDGE CONSTRUCTION SECTION SSH -STEEL STRUCTURE HANGERS 1 SECTION IB -INDUCTION BENDING OF STRUCTURAL MEMBERS SECTION BELF -BRIDGE EXTERIOR LIGHTING FIXTURES Shop drawing submittals received by ENGINEER will consist of the following number of copies: Drawing /Plan Sheets ............... 5 Supporting Calculations ............ 3 Material Specification, Manufacture's Literature, Miscellaneous Documents ..........3 Submittals not complying with the above guidelines will be reviewed, however, the submittal response will not be returned until the submittal is made complete. The shop drawing submittals will be received from OWNER's construction project personnel. The reviewed shop drawing submittal will be· returned to OWNER's construction project personnel for further distribution as necessary. ENGINEER will provide OWNER's construction project personnel a written response detailing the results of the review. The written response will include a cover letter summarizing the results of the review and marked copies of the submitted material. A review stamp indicating the results of the review will be affixed to the first sheet of each packet of submitted material. A representation of the stamp is shown below. BY: ARCHITECTS ENGINEERS PLANNERS 5910 W. PLANO PARKWAY, SUiTE ZOO PLANO, TX 75093 972-661-5626 DATE: I I NO EXCEPTIONS TAKEN D MAKE CORRETfONS NOTED D AMEND AND RESUBMIT D REJECTED -SEE REMARKS 0 ReView is only for general conformance with design concept and intent of Contract Documents. Contractor is solely responsible for verifying dimensions, for establishing fabrication procasses, means. techniqUes, sequences and procedures of construction and for coordination of work of aii trades. Exceptions taken and noted to information shown does not authorize work resulting in contract cost revisions unless so stated in separate letter or Change Order. ENGINEER will review the submittals and provide a response as quickly as possible; however, ENGINEER will have a minimum of 7 calendar 2 · days from the date when the submittal was received by ENGINEER to provide a response to OWNER's construction project personnel. ENGINEER will log and track all shop drawing submittals. ENGINEER will provide a written status report of shop drawings in the review process for use during regular construction project meetings. Submission of shop drawings is anticipated to begin soon after a contract with OWNER has been finalized and cease on or before the construction projects scheduled completion date of October 2005. Lengthening of this duration, in excess of that detailed above, is beyond the scope of this agreement. B Request For Information (RFI) ENGINEER will provide consulting services to answer questions conceming the design intent during the construction period. All RFl's will be forwarded to ENGINEER for response. ENGINEER will log and track all RFl's. ENGINEER will provide a written status report of outstanding RFl's for use during regular construction project meetings. RFl's conceming value engineering proposals are not part of this agreement. When authorized by subsequent supplemental agreement, ENGINEER will review, evaluate and comment on value engineering proposals submitted to OWNER from the construction contractor. C Site Visits ENGINEER will visit the construction site to evaluate construction related issues upon request of OWNER's construction project personnel. Construction related issues pertaining to construction contractor errors are not part of this agreement. When authorized by subsequent supplemental agreement, ENGINEER will review, evaluate and prepare the necessary plan sheets to resolve the issue. ENGINEER will not have authority to make modifications to the construction contract or stop the contractor's work. ENGINEER will not be responsible for or have authority over job site safety or construction means and methods. SECTION 3. PAYMENT OWNER shall pay ENGINEER fo!: 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. 3 Basis ofCompensation OWNER shall make payment monthly to ENGINEER based upon statements submitted by the ENGINEER for work performed. Compensation for performing Basic and Additional Services shall be as shown in Exhibit A on a Lump Sum amount of $55,964. SECTION 4. RESPONSmILITIES OWNER shall perform and provide the following in a timely manner so as not to delay the Services of ENGINEER, and ENGINEER may rely on the accuracy and completeness of the following; • Authorize ENGINEER in writing to proceed [authorization to proceed is given by the execution of this Agreement]. • Place at ENGINEER's disposal all available information pertinent to the Project, including previous reports, drawings, specifications or any other data relative to the design or construction of the Project. • Designate in writing a person to act as OWNER's representative, such person to have complete authority to transmit instructions, receive information, and interpret and define OWNER's decisions with respect to ENGINEER's Services for the Project. • Render decisions and approvals as promptly as necessary to allow for the expeditious performance ofENGINEER's Services. • Obtain, arrange, and pay for all surveys, advertisements for bids, permits, licenses, easements, rights-of-way, and access necessary for the performance of ENGINEER's Services. • Make OWNER's facilities available to ENGINEER as required for performance of the Services under this Agreement, and provide labor and safety equipment required for access. • Require all construction contracts to include provisions requiring Contractors to indemnify OWNER and ENGINEER and requiring Contractors to name OWNER, ENGINEER, and its parent company, affiliated and subsidiary entities, directors, officers and employees, as Additional Insureds on Contractors' liability insurance policies. • Maintain property insurance on all pre-existing phyaical facilities. • Provide a Builder's Risk All-Risk insurance policy for full replacement value for all Project work, which will include, without limitation, coverage for loss due to defects in materials and workmanship and errors in design, and will include OWNER, ENGINEER and Contractor as insureds. 4 • Give prompt written notice to ENGINEER whenever OWNER becomes aware of any development that does or may affect the scope or timing of ENGINEER's Services, or any defect in the Services of ENGINEER or its subconsultants, or the work of construction Contractors. • Advise ENGINEER of the identity and scope of services of any independent consultants retained by OWNER to provide services in regard to the Project. Unless otherwise provided in this Agreement, OWNER shall bear all costs incident to compliance with the above items. SEC110NS. 􀁔􀁕􀁤􀁅􀁆􀁏􀁒􀁐􀁅􀁒􀁆􀁏􀁾􀁎� �􀁅􀀠ENGINEER shall perform all services as provided for under this Agreement in a proper, efficient and professional manner in accordance with the terms of this Agreement. 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 its services on the project. This shall include, but is not limited to, OWNER reviews, rightof-way negotiations and awaiting critical information to be supplied by OWNER or franchised utility companies. 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. Provided, however, ENGINEER shall not be considered in default hereunder in delays are caused by reasons beyond its reasonable controL 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 intended 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, 5 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 is hired to modify such instrument for 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 of the services, agrees to fumish 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 five (5) days written notice to the ENGINEER. In the event termination is for cause however, such shall be in accordance with section 14 hereof. 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. Should the OWNER require a material modification of this Agreement, 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. ENGIN'EER 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 of the 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, ENGINEER may terminate this Agreement. 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 insurance covering the operation of automobiles, 6 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 of ENGINEER, and liability for damages to property, arising from or growing out of ENGINEER's operations in connection with the performance of this 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 of not less than $1,000,000.00. A signed Certificate of Insurance, showing compliance with the requirements of this Section, shall be furnished 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 Al'I'D PERFORMANCE ENGINEER further specifically obligates itself to 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 losses, liability or damage of any character, including defense costs, expenses and attorney fees incidental to the defense of such losses, damages or liability on account of injury, disease, sickness, including death, to any person or damage to property including the loss of use resulting therefrom, from any negligent act, error, or omission of the ENGINEER, its officers, employees, or subcontractors, or anyone else for whom ENGINEER is legally liable which are resulting from or caused by the performance of any services called for by this Agreement. In the event the parties are found to be jointly or derivatively negligent or liable for such damage or injury, the indemnification shall be assessed 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 or any other party contracting with owNER to perform the construction of the improvements covered under this Agreement. 7 Acceptance and approval of the final plans by the OWNER shall not constitute nor be deemed a release of the 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 services provided by ENGINEER hereunder; 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 services provided by ENGINEER hereunder; or other documents prepared by ENGINEER, its employees, 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 To the extent OWNER has paid ENGINEER in full hereunder for same, ENGINEER shalJ 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 based upon the non-payment of labor, tools, materials, equipment, supplies. transportation and management costs incurred by ENGINEER in performing this Agreement. SECTION 12. ASSIGNMENT Neither party shall assign or sublet this Agreement or any part thereof, without the prior written consent of the other party. SECTION 13. APPLICABLE LAWS ENGINEER shall comply with all federal, state. county and muuicipal laws, ordinances, regulations, safety orders. resolutions and bUilding codes applicable to services to be performed under this Agreement. SECTION 14. DEFAULT OF ENGINEER In the event ENGINEER fails to comply or is 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 fourteen (14) days after written notice by OWNER to ENGINEER, OWNER may, at its sole discretion without prejudice to any other right or remedy: 8 • Terminate this Agreement and be relieved of the payment of any further consideration to ENGINEER except for all services determined by OWNER to be satisfactorily completed prior to termination. Payment for work satisfactorily completed shall be for percentage of completion by ENGINEER through such date of termination. In the event of, 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 reasonable, unmitigatable 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. The reasonable expense for same may be offset against amounts due the ENGINEER. In such case, ENGINEER shall not be liable with respect to indemnity or otherwise for any such services perfonned, arranged, or furnished by OWNER. ENGINEER shall not be considered in default of this Agreement for delays in perfonnance caused by a9ts 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 by and between ENGINEER and OWNER. SECTION 16-A. VENUE LOCATION In the event of any dispute or action under this Contract, venue for any and all disputes or actions shall be instituted and maintained in Dallas County, Texas. The parties agree that the laws of the State of Texas shall apply to the interpretation, validity and enforcement of this Contract; and, with respect to any conflict of law provisions, the parties agree that such conflict of law provisions shall not affect the application of the law of Texas (without reference to its conflict oflaw provisions) to the interpretation, validity and enforcement of this Agreement. 9 TIllS AREA INTENTIONALLY LEFT BLANK 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 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. 10 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this the day of August, 2004. OWNER: ENGINEER: TOWN OF ADDISON, TEXAS HNTB CORPORATION By Ron Whitehead, City Manager 5300 Beltline Road P.O. Box 9010 Addison, Texas 75001-9010 ? Witness: 􀁗􀁩􀁴􀁮􀁾􀀠 11 EXHIBJTA ARAPAHO ROAD PHASE 3 SHOP DRA WING REVIEW Description I. General Management and administration 11 Shop Drawing Review Strands Pre.<;tressed Concrete Beams Prestressed Concrete Panels or Permanent Metal Deck Fonns Sealed Expansion Joints Arch Ribs Fence Rail Lights . Ill, Request For Infonnation (RFI) Design Intent IV, Site Visits Number or Project Sbeets Manager N/A 16 10 2 65 4 45 3 9 2 51 6 10 2 10 2 2 0 NIA 16 NlA 4 Labor Hours 202 Sheels 57 Labor Rate $56 , Total Direct Labor $3,192 Indirect l ..ahor and Overhead $5,139 Subtotal $8,331 Profit Expenses Printing and Reproduction Courier. MailinR. & Misc. exp. Subtotal Total Labor and Expenses Senior Design Engineer Engineer 40 24 5 10 16 30 11 20 2 4 24 51 2 5 2 5 2 2 32 16 12 12 148 179 $46 $36 $6,808 $6.444 510,961 $10,375 517,769 $16,819 CADD Clerical Total Technician 24 104 0 0 17 0 4 54 0 4 38 0 2 10 0 4 85 0 0 9 0 0 9 0 0 4 4 16 84 0 4 32 4 58 446 $25 $19 $100 $1,102 $17,646 $161 51,774 $28,410 $261 $2,876 $46,056 $6,908 $1,250 $1,750 $3,000 555,964 HNTB Corporalion Shop Drawing Review 81212004 50 YEARS OF FUNI PUBLIC WORKS DEPARTMENT (972) 450·2871 FAX {972)450·2837 ··';·";0,::"O:O:?:H·"'J' 􀀧􀁩􀀬􀀮􀀺􀀻􀀬􀀺􀀻􀁴􀀬􀀧􀀺􀁬􀀧􀀻􀀻􀁲􀀺􀁲􀁉􀀷􀁾􀀢􀀺􀀭􀀺􀀭􀀮􀀧􀀻􀀢􀀻􀀻􀀧􀀮􀀢􀀺􀀠® Post Office Box 9610 Addison, Texas 15001·9010 16801 Westgrove 17 August 2004 VIA FAX to 214-243-1110 Mr. Marco Ramirez DWU Relocations Water Utilities Department Engineering Services-Relocations 2121 Main Street, #400 Dallas, TX 75201 RE: Arapaho Road Phase III Breakdown ofDWU Portion of Construction Cost Dear Mr. Ramirez: Per the attached bidder's proposal form submitted by Archer Western, the selected contractor on the above referenced project, the construction cost for the DWU water line valve arid relocation is as follows: Bid Item 263 -60" RCCP water lowering including but not limited to all thrust blocking, fittings arid appurtenarlces (per DWU starldards) -$1 J3,119.20 ($1,413.99 per linear foot) Bid Item 270 -60" Butterfly Valve arid Appurtenarlces, per plarls -$18,309.88 (lump sum) DWU is responsible for the cost of Bid Item 270, $18,309.88, arid arly other costs as covered in the ILA agreement between the Town of Addison arid the City ofDallas. All other construction costs shall be the responsibility of the Town of Addison. Sincerely, 􀀯􀁴􀁌􀀭􀀭􀁻􀁾􀁹􀀭Mike Murphy, P.E. Director of Public Works Attachment: Archer Western Bid Sheet cc: Peter Fitzwilliams, DWU Program Marlager Archer Western Contractors .,,>:. lSi,if} \·!IIHJ.fll' I;' '.1 I } \"'1:1\. ".\ ",," ',.,f'JJ h \\!> '\11 ... j \, "" ",I 􀁾􀀠n, I.'. 1'·\ P)\,. 1)'( t.1 . , \ flO,! I)'. ',1\ {'I,",,"I". '.}, ur ",1<1 I -tIlf, \\ \ (Hie",.:, II '/1\" 1',1' ,.,' l,.>! L '.'1'1', 1;11,1' 􀁾􀀠I " I'" t·! ,.", H 􀀬􀀻􀀺􀁾􀀠1\1 ,O-'!I • I'. [1.1.1 ;, ':', 1 ',wrn H\ .1 /1 ".UfI fir i·' !PU Ii 1,1':1,., f ':,."l ,1". 1', J-PI,,", '.1'.11 j',. I, 1]<' I' f ,'.• \'" " • \ j', \f-t; L' ,,',\11 I f 1".1 '\'.':1'." \1) U" '''.::.Ll! ",.' \,1 /I!,J..\ II j L I)-􀂷􀁬􀀢􀁉􀀧􀁨􀀧􀀡􀁾􀀮􀀠'\I 111\'11. j I: \1;\ ';. '.1 HI. \\1 ',Il • 1 "1'f11 j\ ',J' ... "It.IIll I',,: .1 ';' 1'VIH:" ',',' t,.\]'[ '",\11 , ". '/1"l. " .>;, f I '''''11(1 ," ,I', I'\j't:. 􀁾.... n., '.(;.1 I n 'II : 11 '" I \ "'.'1" tI "0 .1· .11: II)> I t ....{). 01' '" \1 : 1, 1.1'. 􀀧􀂥􀁾􀀬􀀠'. ',f I f 􀁜􀁦􀁾􀁲􀀠(11, 1 L ;. \'. '. -If.' If' r'. 􀁾􀀠.' hi J'" 'Vhf.'J..' 􀀮􀁾􀀬􀀻􀀮􀀢􀀧􀀬􀀠II' 􀀧􀀮􀀧􀀮􀁾􀀠􀁾􀁜􀀢􀀠L\ "",', II ',f ,< \: ¥( \l l 'I 1 ",' I ',\U'.\,lI. 11'1' P() .)Ii, \' ','>HI'... I' ' .. r) •• ____ Archer Western 2121 Avenue "J", Suite 103 Arlington, TX 76006 Phone: 817/640-3898 Fax: 817/640-8734 Contractors Letter of Transmittal To: "\""'''''''' 􀁾􀀠􀁾􀁜1><>", Transmittal: ..=2:..::0....:4.::.05::.;9=-----􀀮􀀺􀀮􀀽􀀭􀀮􀀺􀀺􀁯􀀮􀀬􀀭􀀬􀁯􀁾􀁳􀀭􀀺􀁾____ ,?,,\c.\,... \i.\.lA.¢ 􀁾􀀬...-\.......􀁾􀀠Date: August 16, 2004 Project: ARRAPAHO ROAD PHASE III􀁜􀁾􀀧􀀸􀀰􀁜􀀠􀀧􀁉􀁴􀁜􀁾􀀢 􀀢􀀧􀀢􀀠􀁾􀁜􀀢􀀮􀀮􀀮􀀬􀀠From: I1ndrew ?chneef'1onn Deliveried via : We are sending you 􀁾􀀠attached ___ under sepearate cover the following items: _____Submittals ____Plans O&M's Photos Specifications ------Invoice Attn: -----Copy of Letter Shop Drawings _---+.C'--__Other : _____Disks CDIDVD's _____Other: No. ITEM DATE Description I 8.-IL-o,"! I'l.o't,.... .it< 􀀧􀁘􀁾.. 􀁾(\\01.'\ 􀁾..... \0.1""' ...... 􀁾􀀮􀀬􀀬􀀼􀀮􀁜􀀬􀀠􀁾.....􀁾􀀠.... I '0-I\" -0'1 􀁣􀀮􀁯􀁾􀀬􀀢􀀬􀀬􀁾􀀻􀀧􀀧􀀧􀀧􀁲􀀭􀀶􀁜􀀭􀀧􀀨􀁾􀀠􀁾􀀬􀁾􀀬􀀬􀀢􀀬􀀬􀀬􀀬􀀠These are Transmitted as checked below: _-:-:-__For Approval _____Approved 88 Submitted ______Resubmlt Copies for Approval 􀁟􀀭􀁊􀀮􀁘􀁾__For Your Use _____Approved 8S Noted ______Resubmlt CopIes for DlstrtbuUon _____As Requested _____Retumed for Corrections ______Retum Corrected Prints _____For Review & Comment Comments: TCEQ Office Use OnlyNotice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDeS Construction General Permit (TXR1S0000) For help completing this applicalion, read the TXR1S00QO NOI Instructions (TCEQ-20022-lnstNdions), TPOES Permit Number: 􀁔􀁘􀁒􀀱􀀵􀂷􀁾􀂷􀁾􀂷􀀺__􀀺􀁾􀂷􀁾NO GfN,Number: 􀀮􀀽􀀭􀀮􀁾􀀮􀁾􀀮􀁾􀀮􀀽􀀭..=-.=-u A. Construction Site Operator ONew IiJ,NO Change Name: h,.A",.. 􀁜􀁨􀁴􀁳􀀬􀀮􀁾􀀧􀀡􀀧􀁉􀀬􀀮􀀠\'4,..\,,%60;" s l \....11 Customer Reference Number: CN _________ Mailing Address: Albl 􀁉􀁜􀀢􀀢􀀢􀀬􀀬􀁾􀀠J ';'.<'1... 19::' City: 􀀢􀀧􀁔􀁜􀀻􀁾􀀧􀀢􀀠SlateILZip Code: 7,,00/" Country Mailing Information (if outside USA) Terrilory:________'Counlry Code: Postal Code: ___ Phone Numbec 8\1 --(,,1\0 􀁾􀁾􀀧􀁬􀁥􀀠Extension: Fax Number: 811-InllO 91 ;''i E-mail Address:-;=-___-=::-________--::::-___-:=:-___-:=:-____________ Type of Operator. 0 Individual 0 Sale Proprietorship -O,B,A, 0 Partnership J&I C",!,oration 0 Federal Government o State Government 0 County Government 0 Cily Government OOther:_=__.....,=___-=,--__-;:;-_____ Independent Operator? J?I Yes 0 No Number of Employees: 00-20 021-100 0101-250 0251-500 0 501 or higher Federal Tax 10: alo-:!,A,l?b 3113 State Franchise Tax 10 Number. \ :!It. 􀁾􀀠3 68 G.:!>I!I-:z..OUNS Number: \ 'll:\ '1"11111 , B. Billing Address ';0'\05")Name: 􀁁􀀮􀁾􀁾􀁜􀀢􀀢􀁲􀀠'+I.::it..... C, .. .;;\ ...s.:CsftN:,;l Mailing Address: 2.\;!.\ jI,'t!,\::,>l' J . 􀁾􀀢􀀧􀀧􀀧􀀧􀀬􀀠,..:'11.., Jo\, ':\If City: 􀁫􀁜􀀻􀁾􀀢􀀢􀀠Country Code: 􀁓􀀡􀁡􀁴􀁥􀁾􀁚􀁩􀁰Code: It.ro!.. Country Mailing Information (if outside USA) Territory: Postal Code: C. Project I Site Information ONew 01'40 Change Regulated Enlity Reference Number: RN __________ Name: /l-."""'t';"'o 'is,,,,,.\. -"'''...".N Mailing Address: 2.12.\ f:.""",,, .. ,j. 􀀶􀁾􀀻􀀧􀁳􀀮􀀮􀀮􀀠It>). City: 􀁉􀁜􀀮􀁜􀀻􀁾􀁾􀀬􀀮􀀢􀀠Slate::Ds..Z lp Code: 110 0010 Physical Address: \5\5Q Sm:""'Yll" 􀁰􀀢􀀧􀁾􀀠City: 􀀢􀀢􀀧􀁽􀀬􀁾􀁍􀀧􀀢􀀠County: -N",., Zip Code: 7500 I Location Access 􀁏􀁥􀁳􀁣􀁲􀁩􀁰􀁴􀁬􀁯􀁮􀀺􀁾􀀧􀀺􀀢􀀢􀀻􀀠􀁾􀀠􀀳􀀺􀁾􀀬􀀬􀀬􀀬􀀬􀀠bu <""oc \\\".\ 3"0 i>,lAi 􀀢􀀧􀁾􀀠,U"i Latitude: 3.2. 'n'l..:!" N Longitude:-􀀢􀁊􀁾􀀠• 50 ' n" W Degrees ("), Minutes n, and Seconds (") Latitude: Longitude: Decimal Form Standard Indu trial Classification (SIC) code: 1t.Z. 2. Also, describe the construction aclivity at this site (do not repeat the SIC code): Has a storm water pollution prevention plan been prepared as speCified in the genera! permit (TXR1S0000)? 􀁾Yes 0 No Estimated area of land disturbed (to the nearest acre): IC> Is the project I site localed on Indian Country Lands? 0 Yes 􀁾No Does this prOject I site discharge storm water into a municipal separat'r storm sewer system {MS4)? I8J Yes 0 No If yes, provide the name of lhe MS4 􀁯􀁰􀁥􀁲􀁡􀁴􀁯􀁲􀀺􀁟􀁜􀀮􀀮􀀮􀁬􀀮􀀮􀀡􀀡􀁬􀀢􀀬􀀻􀀬􀀺 􀁲􀀾􀁾􀀢􀀧􀀧􀀧􀁟􀀮􀀡􀁊􀀮􀀮􀀡􀀮􀀮􀁌􀁟􀁊􀀺􀀧􀀧􀀧􀀢􀀮􀁾􀀧􀀧􀀢􀁾􀁏􀀡􀀾􀀭􀀧􀀧􀀧􀀧􀀧􀀧􀁾􀀧􀀧􀀺􀁵􀀺􀀧􀀧􀀧􀀭􀀧􀀧􀁟􀁟___________:-__-::-_-;:__ Provide !he name or segment number of the water body that receives storm water from this project I site: 􀁜􀁊􀁜􀁜􀀮􀀮􀀺􀁾􀀬􀀭􀁾􀁜􀀤􀀮􀀮􀀠􀁣􀀮􀀮􀁾􀀭􀁣􀀮􀀮􀀮􀁜􀀮􀀠 D. Contact· If the TCEQ needs additional informalion regarding this application, who should be contacted? Name: 1.>..", \N £\\..'s"l.. 􀁮􀁬􀁬􀁥􀀺􀁟􀀮􀀮􀀡􀁾􀀮􀀮􀀡􀁲􀀺􀁳􀀮􀀧􀀢􀀧􀁾􀁜􀁃􀁳􀀻􀀮􀀻􀀮􀀮􀀭􀀢􀁜􀁉􀁜􀁬􀀺􀀡􀀮􀀲􀀮􀀠..􀁾􀀮􀀬􀀮􀁾􀀺􀀭􀀭􀀬􀀮􀀮􀀮􀀬􀀬􀀺􀀭􀀺􀀭􀀭􀀬􀀺􀀭􀀺􀀺 􀀺􀀬􀀮􀀭􀀬􀀭􀀺􀀭􀀭..:OO-.,..:;j Phone Number 􀁾􀁜􀁊􀀠-61-\0-.3.'<>"1:::' Extension: Fax Number. ts\J-'."\0-8],91 E-mait Address: \:,..",,\.,...}., % 'tI"\:;\..2;!""'?' 􀁾􀀠E, Payment Information -Check I Money Order Number. Name on Check I Money Order. F. CertIfication I certify under penalty oflaw thai this document was prepared under my direction or supervision in accordance with a system designed 10 assure Ihat qualified personnel properly gather and eValuate the information submitted. 8ased on my inquiry of the person or persons who manage the system. or those persons directly responsible for gathering the information. the informallon submitted is, !O the best ot my knowledge and belief. true, accurate. and complete, I am aware there are significant penalties lor submitting raise information, Including the possibility of fine and imprisonment (or knowing violations. Construction Site Operator: ", 􀁰􀁲􀁥􀁦􀁲􀁸􀀺􀀬􀀮 􀀮􀀮􀀬􀀮􀀮􀁉􀀾􀀮􀀢􀀧􀀢􀁾􀀮􀀮􀀭___First: __􀀮􀀺􀁾􀀺􀀺􀀺.::"'=.. ________􀁟􀀬􀀺􀀺􀁟􀁍􀁩􀁤􀁤􀁬􀁥􀀺􀀭􀁾􀁊􀀡􀀮􀀺􀀮􀀧􀀭􀀭􀀭__________ 􀁌􀁡􀁳􀁴􀀺􀀭􀀮􀁬􀀡􀁩􀀮􀀾􀀺􀀺􀀺􀁳􀀺􀀮􀀮􀀮􀀢􀀢􀀢􀀬􀁾􀀺􀀻􀀺􀀭􀀻􀀺􀀺􀀭􀀬􀀮� �􀀽􀀮􀀮􀀮􀀮􀀬􀀺􀀭􀁟􀁓􀁵􀁦􀁦􀁩􀁸􀀺􀀠_____TIUe: 􀁉􀀧􀁾􀁾􀁾􀁾􀁳􀀻􀀳􀀠tl\ 􀀢􀀢􀀧􀁾􀁩􀀠Signature: Dale: 􀀭􀀮􀀮􀀡􀀺􀁬􀁾􀀧􀁦􀀭􀀡􀀺􀀭􀀧􀀭􀀺􀀧􀀢/-ljLU.:,'f'-------If you have Questions a oW III out thIS form or about the storm water program. please contact us at (S12) 239467. Individuals are entitled 10 request and review their personal information that the agency gathers On its forms. They may also have any errors in Iheir Information COfrected. To review such In'ormation, coniact us al (S12) 239·3262. The completed NOI must be maited to the following address. Use the aUached document to submit the $100 appUcation fee. Please note that the NOI and application fee are submitted separately to different addresses. Texas Commission on Environmental Quality Storm Water &: General Permits Team: Me .. 228 P,O. BoX 13087 Austin, Texas 78711·3087 i TCEQ-20022 (05103) Page 1 of 2 Attachment 2 TPDES General PermitTXRl50000 CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) StOl'm Wate.' Prog.-am TPDES GENERAL PERMIT TXR150000 The following infonnation is posled in compliance with Part II.D.2. of the TCEQ General Permit Number TXR150000 for discharges of stonn water runoff from construclion sites. Additional informalion regarding the TCEQ storm water permit program may be found on the internet at: Contact Name and Phone Number: Project Description: 􀁉􀁜􀀢􀀢􀀬􀀬􀀬􀀬􀁾'"\-"" '\':A .s;, ..0",-.:;."...'\"'\"'" 'i:,\􀁾􀁾􀀠"'.. 􀀢􀀧􀁾􀁾􀀧􀀧􀀧􀀢􀀧􀀧􀁾􀀠􀀢􀀧􀀬􀀧􀀧􀀧􀀮􀀧􀀧􀁾..􀀨􀁾􀁾􀁾􀁾􀁾􀁡􀀡􀀬􀀺􀁡􀀻􀁤􀁾􀁾􀁤􀀺􀁾􀁲􀁥􀁾􀀺􀁳􀀺􀁾􀁳􀀠or description of the sile's '" start date and projected end 6\",-:;;>' "i:::-".. 􀀢􀀧􀁾􀀠􀀢􀁽􀀢􀀢􀀧􀀧􀀭􀁾􀀠􀁾􀁴􀀾􀁢"\that disturbed soils will be 'i::.......\.. "1::>.....-\" 􀁾􀀢􀀠􀁾􀁢􀀠􀁾􀀠?.t>'!:lS" Location of Stonn Water Pollution 'i"...",,,,,...iI: """ 􀁜􀀮􀀺􀀻􀀬􀀮􀀮􀁾􀀠C"",<.. "" Prevention Plan: 1S"\b"D 􀁉􀁜􀁾􀁾􀁜􀀢􀀢􀀬􀀬􀀬􀀬For Construction Sites Authorized Under Part 11.0.2. (Obtaining to certification must be 􀁣􀁯􀁭􀁰􀁾􀁤􀀺􀀠I BI;::f'/' J \ W102£12 rrypcd or I"",,", N.... _ .. CnmpJetmg Th'. Certifi",'ion) certi/Y under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part II.D.2. of TPDES General Permit TXR150000 and agree to comply with the terms ofthis permit. A storm water pollution prevention plan has been developed d implemenled according to permit requirements. A copy of this signed notice is supplied to the operato the MS4 ifdischarges enter an MS4 system I am aware there are significant penalties for providing false' onnalion or for conducting unauthorized discharges, in ludi the possibility offine and i . so e t for k wing violat ns. Date Page 33 5YIf! IV PilII/o l'm'kIC,{O'I : I􀁾.. i =JARCHITECTS ENGINEERS PLANNERS Stllw2tJtJ PIIIIIII, TtWf($ 75(193 {972) 661-'>626 i::4X (J)72) 661·')61.) August 12,2004 Archer Western Contractors, Ltd. 2121 Avenue "]" Suite 103 Arlington, Texas 76006 Attention: Mr. Andrew Schneemann ARAPAHO ROAD -PHASE III DWU WORKING TIME LINE Dear Mr. Schneemann: We have received an email from DWU indicating the time they will allow the 60·inch water line for this project to be worked on. In the email they state there is a 2-week window in which they will allow work on the waterline. This tjme period is from November I, 2004 thm November 15, 2004. DWU also requests that you submit laying plans and plans for testing the tie-in for their staff review. The email has been attached to this letter for your reference. Please call with any questions regarding this matter. Sincerely, HNTB CORPORATION 􀁾􀁲􀁦􀀧􀀠e D. Holder, Jr., P.E. D ector of Municipal Services' Attachment c; Steve Chutchian, Town of Addison Katura Curry. Grantham & Associates Daniel Filer. HNTB Corporation Theodore Keptra, DWU Guy Van-Baulen, HNTB Corporation M:IJOBSI25768Phn,e3ICOMMMTGSILETIERSI2004\Q8042004AW·DWU-timellne.doc Tbe HNTB Compdnft·s 􀁭􀀧􀁊􀀧􀁬􀁣􀁲􀁾􀁜􀀺􀀠􀀬􀁜􀁴􀀮􀀡􀁾􀀢􀀧􀁜􀁎􀁬􀁬􀁉􀁕􀁁􀀮􀀠\'A. ANNIII'OI,lS, MD, 1I'l'L.\N'l'A, CA: 􀁁􀁬􀁊􀁾􀁕􀁉􀂷􀁉􀁎􀀮􀀠'r.'\!; iJATON nOllG!:. L\. 􀀡􀁉􀁏􀁾􀁔􀁏􀁎􀀬􀀠,"1"_ 􀁃􀁉􀁉􀁁􀁕􀁕􀁾􀀢􀁔􀁏􀁎􀀮􀀠c.\., Ul...􀁷􀁵􀀺􀀺􀁾􀁴􀁲􀁯􀀬􀀧􀀬􀀠WI!, CHICAf:;O. I!.; C1E\'EIANIl. 011, , "11 'I'll' ,,' I I' \11" f\ 101'''\ fH J Ij 􀁉􀁗􀁬􀁬􀀬􀁾􀀠'II. Iii. II 􀀢􀁬􀁜􀁾􀀠"\\ \ 1111(1'11'11> "\1 n I\< 'In II r\ 􀀱􀁉􀁾􀁾􀀧􀁬􀀱􀀢􀀧􀀠􀀧􀁉􀁾􀁐􀀠('l' IIHI 'i"\ i'\ '\11: \\ wull' 􀁉􀁾􀀠11.\1\1 ,\ .. 􀁜􀁜􀁾􀁜.... , If\ \1" I••",',111 1 I I " ,'" ,j, .. t1 i'n .. "1.l.L!..' ,.1" i.,,1 􀀻􀁾􀀬􀀠II.L.I Id. ;'1\I,bl.",. ',\ I '011 1.\11. I I. 1111\\ \1 1.1 I \\ I. .\11\ '\1. -I.I'UU». ,\1.\. " ,c.II\ I, I L. l', .1\\ 1.' )hi,. ,', ",I., \'" • \ ';!!I.ANllI' II.' m'FIIlAJ\"D 􀀱􀀧􀀻􀀬􀁉􀁴􀁾􀀠J.;». l'I.Hdl)lrrtl.',ltTnNU, I'A-. I'ORn.AND, 􀁾􀁉􀁅􀀬􀀠I'OlO"l.ANI;. ell!; IIII].EI(OII. NC. 􀁾􀁔􀀮􀀠I.(HIIS. MO, 􀁾􀁁􀁌􀁲􀀠L'Io;P. en\", ,n'. SM\ lI/·((!):-.IIO, TX: M.\ HI'HNAIIIlIM.i". c..... SM. l'IlAl\I:I)" 1'A. r,H1I'A, fl.: ll)I.FlXl, OIl. 􀁗􀀬􀁜􀁾􀁉􀁉􀁉􀀻􀁜􀀮􀁇􀀧􀁬􀁮􀁎􀀮􀀠lIe Angela Winkler From: Theodore Keprta [tkeprta@maiLcLdallas.tx.usj Sent: Monday, August 02, 2004 9:03 AM To: lawrence .scalf@dallasciiyhall.com; peter. fitzwilliams@dallasciiyhall.com; drobinso@dwu.ci.dallas.tx.us; maramir@dwu.cLdallas.tx.us; bgrantham@gra-ce.net; kcurry@gra-ce.net; Jenny Nicewander; Gary Lewis; Jose Orozco; Johnny Helton; Rick Galceran; Randy Payton; Theodore Keprta Subject: 60-inch tie-in window Katura I have just received word from Pumping regarding the tie-in window for the pipe lowering and valve replacement on the 60-inch pipe along Arapaho Road. Pumping is giving a two week window between November 1, 2004 and November 15, 2004 to complete the tie-in. please submit laying plans and plans for testing and tie-in in time for review and approval by DWU staff in time to complete the construction work with in the time alloted. Pumping and Distribution can not accommodate any other shut downs of the main at this time. If you have any questions, please call me. Thank you. Theodore Raymond Keprta, Jr. Engineer Assistant Dallas Water Utilities -Relocation Section 214-671-9531 (phone) 214-243-1110 (fax) 1 SUBMITTIol. LOCI PoIICHERWEST£RH AAAPAHO ROAD PHASE PI Submittal S eclflcatlon Description HNTBRevlew Posted 1PUblished CommentsNumber Section (Specification/Submittal) Type Provider Date Submitted Returned Days Out TxDot 421 1.1 TxDot425 Portland cement concrete Mix design Southern Star 8110/04 09f02l04 AAH 8e 2.1 Spec BC Arch Rib and Stinger Shop Drawings Shop drawings King 8/10/04 08131104 " 21 AAH Sheets E2,S1,S6 Stili under review Bid Item 146 3.1 Addendum 3 Bollards Shop drawings Reliance Foundry 8/20104 TllDot462 4.1 TxDot462 RCB Lay Schedule Lay Schedule Hanson 8123/04 09f07104 15 RR TxDot462 5.1 TxDot462 RCP Lay Schedule Lay Schedule Hanson 8123/04 09f07104 15 RR TxDot423 6.1 TxDot423 MSE Backfill, Crushed Concrete Test Reports BlgClty 8123104 TxDot 132 7.1 TxDot132 Embankment Material -NTIA Test Reports Archer Western 8124104 Void 8.1 Void Void Void Void Void Void Void Void Void Void TxDot440 9.1 TxDot 440.2 Rebar -Drill Shafts -All Placing Sheets Lofland 8127104 TxDot440 10.1 TxDot 440.2 Rebar-Columns 2-8 & 11-14 PlacIng Sheets Lofland 8127/04 TxDot440 11.1 TxDot 440.2 Rebar· Abutments 1 & 15 Placing Sheets Lofland 8127104 TxDot 440 12.1 TxDot 440.2 Rebar -Bents 2 -8 & 11-14 Placing Sheets Lofland 8127/04 NTCOG 805 13.1 805.3.4.1,2,3 Conduit Product Data S&J Electric 8121/04 TxDot 14.1 Sht. 329 Type MC Pull Boxes Product Data S&J Electric 8127/04 8ELF 15.1 SELF Exterior Fixtures Product Oats S&J Electric 8127/04 Sll. 16.1 BELF,SLl. Street Ughts and Fixtures Product Data S&J Electric 8127/04 TxDot423 17.1 TxDot423 MSE Wall Calculations CalCUlations Robertson Eng 8121/04 WML 18.1 WML Wall Mount Ughtd Product Data S&J Electric 8IZ1/04 N1COG 805 19.1 805.3.5 Wire and Cable Product Data S&J Electric 8IZ1/04 TxDot423 20.1 1xDot423 MSE Wall Shop Drawings Shop drawings Robertson Eng 9/1104 "",,"''''' 9/8/2.14 􀀺􀀳􀁾􀁜􀁾􀀮􀀠jARAPAHO ROAD Current Week Next Week Following Week 􀁩􀁏􀁩􀁾􀁨􀀯􀁍􀀧􀀠􀁾􀀧􀀢􀀠M T W T F SIS M T W T F SIS M T W T F SIS 􀁇􀁯􀁭􀁭􀁾􀀠Activity Description Prod 6 7 8 9 10 11 13 14 15 16 17 18 20 21 22 23 24 25 Equipment : TXU Lines X X /X X X i/' l,,/' S&J/TXU i Excavate Brick Yard X /' l,,/' i i Cut-In 8" water valve @39+50 X /' l,,/' i Box Culvert A & B X X /X X X X X X X X X X X X I Demo Trees/Grind Trees X X /X X X X X //' Thelin i Orange Fence(60') East of Midway X //' /I Temp. Fence At Water Plant X X X 1///! Saw Cut-Site & Streets X ///! Temp. R.R. Crossing //' V DGNO I Inlets V /' X X X V Inlet Spec. i 1//' l,,/' , 1//' l,,/' , , V V l,,/' //' !///1/1/l,,/' 1/1/l,,/' l,,/' i 1/l,,/' 1/V l,,/' 1//' /' /' DATE SUBMITrED: August 2,2004 FOR COUNCIL MEETING: August 19,2004 Council Agenda Item: SUMMARY: This item is for Council authorization fur the City Manager to enter into a Contract Agreement with TXU Electric Delivery for the relocation and installation ofelectrical services in connection with the extension ofArapaho Road, Phase ill, from Addison Road to Surveyor Blvd. FINANCIALIMPACT: Budgeted Amount: Not specifically budgeted Cost: $282,948.00 Source ofFunds: Funds are available from the Arapaho Road Capital Project Fund. BACKGROUND: Ofthe many aspects relating to the Arapaho Road, Phase ill construction project, the relocatinn ofelectric utilities is a substantial undertaking. In accordance with the attached agreement with TXU Electric Delivery, the Town ofAddison's contractor will install conduit for services that will be relocated during construction. TXU Electric Delivery will pull wires through this conduit and perform other relocatinn ofoverhead electric facilities within the project site. Money had had been allocated to accommodate funding requirements for this portion ofthe project and it is within the existing budget limits. RECOMMENDATION: Staff recommends that the City Manager be authorized to sign this agreement with TXU Electric Delivery in the amount of$282,948.00. DATE SUBMITTED: March 2, 2004 FOR COUNCIL MEETING: March 9, 2004 Council Agenda Item SUMMARY: This item is for Council approval ofa change order, in the amount of$101,587.00, for the construction ofSpectrum Drive North/South Extension Project. FINANCIAL IMPACT: Budgeted Amount: $3,100,000 Change Order Cost: $101,587.00 Source ofFunds: $2,600,000 from Bond Sale. Remaining amount from Unallocated Bond Fund Proceeds BACKGROUND: The Spectrum Drive North/South Extension Project was established as part ofthe Year 2000 General Obligation Bond Program. In December 2003, a construction contract was awarded to Site Concrete, Inc., in the amount of$2,536,979.50, which is approximately $563,000 under the budgeted amount. During the construction ofthese improvements, Public Works Department staff and the Contractor have identified several necessary field changes. Accordingly, a change order in the total amount of$101,587.00 was prepared and submitted to Council for consideration. This change order is the result ofthe following construction issues: • The design engineer, Huitt-Zollars, Inc., inadvertently omitted pay quantities in the contract proposal for the removal and replacement ofan existing concrete drive and fire lane at the Millenium building site. This work is an integral component ofthe project, and was included in the engineering design. It is necessary because a proposed outfall box culvert storm sewer system must be constructed under the existing drive and fire lane. Staff evaluated the possibility of moving the culvert to either side ofthe concrete drive. However, development plans on the Millenium side include the construction ofa new structural facility that will prevent any encroachment from this ,project. The box culvert cannot be placed on the other side ofthe drive due to the proximity ofthe DART right-ofway and the location ofnumerous utility and fiber optic lines. The Contractor originally designed the drive replacement with 6" reinforced concrete over a lime stabilized subgrade. Equivalent work on other areas ofthis project was bid at $30.00 per square yard for concrete and $2.00 per square yard for lime stabilization, with a total unit cost of$32.00 per square yard. However, the change order fur the drive reflects construction of8" reinforced concrete over a compacted subgrade at a reduced total unit cost of $28.00 per square yard. • Staffdetermined the need fur changes to the design ofa proposed retaining waD and tree grates, with a total net increase in cost of$17,972.00. A milsap stone fayade will be placed on the originally designed concrete retaining wall. The IronSmith tree grates will be replaced with Neenah tree grates. • Due to the review ofengineering plans and specifications fur the proposed ParkYiew at Addison Circle Townhome development, adjacent to Spectrum Drive, staffwas able to reduce the planned water and sanitary sewer facilities to serve the area. The change order reflects a reduction in total utility installation cost by $6,050.00. It should be noted that the drive and fire lane replacement portion ofthe project must be performed at this time, and is included in the original design plans and specifications. The cost ofperforming these improvements would have been part ofthe original bid package ifthe Engineer had placed the quantities in the proposal. The resulting total construction cost is increased to $2,638,566.50, which remains under the budgeted amount by approximately $461,000. RECOMMENDATION: It is recommended that Council approve a change order, in the amount of$101,587.00, for the construction ofthe Spectrum Drive North/South Extension Project. DATE SUBMITTED: June 11,2004 FOR COUNCIL MEETING: June 22, 2004 Council Agenda Item: SUMMARY: This item is for the award ofa contract to Archer Western Contractors, Ltd., for construction ofArapaho Road and Bridge, Phase ill, from Surveyor Blvd. to Addison Road, including Alternate Bid #1 & #2. FINANCIAL IMPACT: Construction Cost: $16,702,578.42 Source ofFunds: Funds are available from the FY 2002 & 2004 General Obligation Bond Program (Arapaho Road & Midway Road), DART LAP Funds, & Dallas County, Project No. 83300. BACKGROUND: The third phase ofthe proposed Arapaho Road extension project extends from Surveyor Blvd. to Addison Road. Construction ofthese improvements 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 road will initially absorb approximately 11,000 vehicles per day, with a maximum future count of 15,000 vehicles per day. A proposed signature bridge over Midway Road and a pedestrian trail system are also proposed as an integral part ofthe roadway section in this phase. The firm ofHNTB Corporation acted as the principal designer for this project. Bids were received on June 7, 2004 for construction ofthe project, and included the following items: • Roadway Improvements • Utility Improvements • Lighting and Signalization Improvements • Streetscape Improvements • Bridge Construction • Bridge Lighting Attached is a bid tabulation fur these improvements. The bid proposal inthe specifications for construction was structured to provide an incentive/disincentive method ofbidding the project. Specifically, each bid submitted was required to consist oftwo parts whereby: DATE SUBMITTED: August 2, 2004 FOR COUNCIL MEETING: August 19,2004 Council Agenda Item: SUMMARY: This item is for Council authorization for the City Manager to enter into a Contract Agreement with TXU Electric Delivery fur the relocation and installation ofelectrical services in connection with the extension ofArapaho Road, Phase ill, :from Addison Road to Surveyor Blvd. FINANCIAL IMPACT: Budgeted Amount: Not specifically budgeted Cost: $282,948.00 Source ofFunds: Funds are available :from the Arapaho Road Capital Project Fund. BACKGROUND: Ofthe many aspects relating to the Arapaho Road, Phase illconstruction project, the relocation ofelectric utilities is a substantial undertaking. In accordance with the attached agreement with TXU Eiectric Delivery, the Town ofAddison's contractor will install conduit for services that will be relocated during construction. TXU Electric Delivery will pull wires througij this conduit and perform other relocation ofoverhead electric facilities within the project site. Money Money had been allocated to accommodate funding requirements for this portion ofthe project and it is within the existing budget limits. RECOMMENDATION: Staff recommends that the City Manager be authorized to sign this agreement with TXU Electric Delivery in the amount of$282,948.00. T-4aa P.OOZ HoOZI4S752aaZFrom-TlU ELECTRIC DELIVERY-HARWOOD 0 SOUTHAUg-Oa-Z004 10:51am Tariff for Retail Delivery Service ncu Electric D&livery Company 6.3 Agreements and FOI'ItI$ AppUoable: Entire Certlfled Service Area Page 2 of 23 Effectlve Dale: January 1. 2002 Revision: Original 6_3,1 Facilities Extension Agreement Project Number WRNumber 1992629 and 2041434 ReglonlOlslrlct Farmers Brancll This Agreement is made between Town of Addisop , hereinafter called "Custom or' and TXU Eleclrlc Dellvlll')' Company, a Texas corporaUon, hereinafter called "CompanY" for lI1e extonslon of Company DellveIY System facilities, as hereinafter d ••oribed, to lI1e I'cllowill(J 10,,"Uon: crossIng Arapaho Road undargrol,lnd at seven locaUons between Surveyor and Midway Roads from pole line on south side of 􀁲􀁾􀁬􀁉􀁲􀁯􀁡􀁤􀀠tracks; underground approximately 400 feet In duct bank on east side of MIdWay where Arapaho Road bridge crossos Midway Road and Cfossing Mldway north. and south of the railroad tracks; and from pole Une Une on east side of Addison Road across Addison Road approxlmately 100 feet west of Interssellon wah Arapaho Road to relocated pole in Arapaho Road right of way. The Company has received a request for tha extension ot (thea all that apply) Q STAHDAIII) DEl.IVIiRY SYSTeM FAClunES TO NON.ftI!SIDENTIAL DEVEl.OPMENT Company shall ""lend slandard Delivery System facillUfI$ neooO$ary to sen/e CUSlOmsfs estimated maximwn demand requirement of kW ("Contra<;! kW'). The DativelY Syslem 􀁦􀁡􀁣􀁬􀁬􀁬􀁾􀁥􀀮􀀠insl.led her"undsr will be of the the dlfferenoe between Ihe recalculated ClAC amount and lIle amount paid by Customer undBr Article I. above. Company's Invoice 10 Customer for such "non-uIlllxallon Charge" Is dUB and payable Within flfte.n (15) days aflertbs date ofIll. Involce. ARTICLE nI • TITLE AND OWNERSHIP Companyal aU lima. shall heva tiie to and complete OWnership and control over the Dalivery Systam "cilillas extended under this Agreement. ARTICLE IV -GENERAL CONDITIONS Delivery service is not provided under this Agreement However. Customer undersland$lhat. as a result of the Inslallallon provl!114, 200. 􀁐􀀢􀀡􀀮􀀧􀀲􀁾􀁊􀀠5.0 Review ofGeneral Conditions Standard Specifications! shall be lhe Standard Specifications for Public Works Construction, Norfu Central Texas Council of Governments, 4th Edition, 2002. Special Provisions! shall be lhat section of the contract tided Section SF, Special Provisions. Permits and Licenses shall be secured and paid for by the Contractor. All property comers and control monumentlltions shall be carefully preserved by lhe Contractor. The Contractor shall contact all utility companies which have facilities in lhe vicinity ofthe proposed improvements to confinn the horizontal and vertical locations oflheir respective facilities; lhe Contractor shall be responsible for lhe protection ofall existing utilities and service lines wilhin lhe project limits. Traffic Control shall be provided by lhe Contractor in accordance wilh lhe provisions oflhe latest edition of the Texas Manual on Uniform Traffic Control Devices for Streets and Highways The Contractor shall provide an Engineer's Field Office in accordance wilh lhe provisions ofSpecial Provision 53, Project Trailer and Staging Area. The Contractor should take note ofthe allowed work hours as noted in Special Provision 55, Restricted Work Hours. 6.0 Waivet!\ of Lien The Contractor must submit Waivers ofLien in accordance wilh Section WOI." Waiver ofLien. 1.0 Submittals The Contractor shall submit seven (I) copies ofall submittals. All submittals must be dearly stamped wilh the Contractor's name and date as checked/reviewed by the Contractor prior to submittal to the Engineer. Submittals received by lhe Engineer without the Contractor's stamp will be returned not reviewed. The contractor will receive three (3) copies ofsubmittals back following review by lhe Engineer. AmpahoRMd 􀁐􀁮􀀽􀀭􀁤􀁩􀀢􀀧􀁃􀀮􀀬􀁹􀁴􀁭􀁴􀁵􀁾Jt1J 14, 2004 􀁐􀁑􀁉􀁉􀁊􀁾􀁊􀀠8.0 Subcontractors A complete list ofall subcontractors must be submitted to the Engineer prior to the start of any work, 9,0 Partial Pay Requests Monthly pay estimates will be processed in accordance with Standard Specification 109.5. The Engineer will provide an electronic format ofthe partial pay estimate for use by the Contractor. 10.0 Requests for Infonnation The Engineer will provide an electronic format for Requests for Information (RFl's) for all questions submitted to the Engineer by the Contractor. 11.0 Coordination with Property Owners 12.0 Construction Traffic Entrances 13.0 Dallas 'Water Utility Open forum to specifically discuss the water utility issues. 14.0 Open Forum for Questions/Discussion This will be an open forum for anyone to discuss any issues not covered above. PRECONSTRUCTION CONFERENCE Project: Arapaho Road -Phase III -Surveyor Boulevard to Addison Road 1.0 Introductions 2.0 Project Information: Nature and Size ofthe Project: Paving, Structures, Storm Sewer, Water, Sanitary Sewer, Signalization, Streetscape Improvements Bid Date: May 27,2004 Number ofBidders: 3 Low Bid: $16,710,548.42 including Alternate 1 Contractor: Archer Western Contractors Schedule: 425 Calendar Days Notice to Proceed Issued: August 9, 2004 -Tentatively Time Charges Begin: August 9, 2004 -Tentatively 3.0 Putpose The purpose ofthe conference is for all parties to get acquainted; establish lines of authority and communication; determine the responsibilities and duties ofthe contractor's personnel, subcontractors, Town and consultant personnel; clarify potential sources ofmisunderstanding and work out the details necessary for a successful project completion. The Contractor must adhere to all provisions ofthe Standard Specifications and Special Provisions and all other provisions of the signed signed contract regard1e88 ofwhether these specifications are specifically discussed in this preconstruction conference. 4.0 Environmental Issues Status ofthe NOI Application Town of Addison NOI Application AnrpoholWd PrretmSJnirJion Crmfmnee A,gm&. j>4J 14, 2004 Pau 2 oJ3 5.0 Review of General Conditions Standard Specifications: shall be the Standard Specifications for Public Works Construction, North Central Texas Council of Governments, 4'" Edition, 2002. Special Provisions: shall be that section of the contract titled Section SP, Special Provisions. Permits and Licenses shall be secured and paid for by the Contractor. All property corners and control monumentations shall be carefully preserved by the Contractor. The Contractor shall contact all utility companies which have facilities in the vicinity of the proposed improvements to confirm the horizontal and vertical locations of their respective facilities; the Contractor shall be responsible for the protection of all existing utilities and service lines within the project limits. Traffic Control shall be provided by the Contractor in accordance with the provisions of the latest edition ofthe Texas Manual on Uniform Traffic Control Devices for Streets and Highways The Contractor shall provide an Engineer's Field Office in accordance with the provisions ofSpecial Provision 53, Project Trailer and Staging Area. The Contractor should take note of the allowed work hours as noted in Special Provision 55, Restricted Work Hours. 6.0 Waivers ofLien The Contractor must submit Waivers ofLien in accordance with Section WOr.., Waiver ofLien. 7.0 Submittals The Contractor shall submit seven (l) copies of all submittals. All submittals must be clearly stamped with the Contractor's name and date as checked/reviewed by the Contractor prior to submittal to the Engineer. Submittals received by the Engineer without the Contractor's stamp will be returned not reviewed. The contractor will receive three (3) copies ofsubmittals back following review by the Engineer. :.--.. 􀁾􀀮􀀺􀀠.. AmpaboRo.d fu_..Cmifmna-<1!""" M, 14, 2004 PoUJojJ 8.0 Subcontractors A complete list ofall subcontractors must be submitted to the Engineer prior to the start of any work. 9.0 Partial Pay Requests Monthly pay estimates will be processed in accordance with Standard Specification 109.5. The Engineer will provide an electronic format of the partial pay estimate for use by the Contractor. 10.0 Requests for Information The Engineer will provide an electronic format for Requests for Information (RFI's) for all questions submitted to the Engineer by the Contractor. 11.0 Coordination with Property Owners 12.0 ConstrQction Traffic Entrances 13.0 Dallas Water Utility Open forum to specifically discuss the water utility issues. 14.0 Open Forum for Questions/Discussion This will be an open forum for anyone to discuss any issues not covered above. FlNANCE DEPARTMENTIPURCHASING DIVISiON 5350 Belt Line Road (?72)45{j.7091 £..mail msuh@:ci.addison.tx..us Facsimile (972) 450-7096 P.O. Box9010 Addi_ T....75001 July 13, 2004 Matthew Walsh Archer Western Contractors, Ltd. 2121 Avenue J, Suite 103 Arlington, TX 7600650 Re: NOTICE TO PROCEED-Bid 04-22 Arapaho Rd Phase m Dear Mr. Walsh: This document shall serve as your Notice to Proceed for the above referenced project, and is issued and effective to commence work August 9, 2004 to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents. Enclosed is your copy ofthe signed contract. The proposed improvements and work shall be completed within the calendar days and with the original price ofthe contract. Please include Bid No. and Name: 04-22 Arapaho Rd Phase m, on all monthly invoices or other correspondence to the Town ofAddison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosure Cc: Jim Pierce Steve Cbutebian Archer Western Contractors June 29, 2004 Steve Chutchian Town ofAddison Department ofPublic Works 16801 Westgrove Addison, TX. 75001 Dear Mr. Chutchian, Per Item N ofthe special Provisions, the tentative work to be performed by Archer Western will be as follows: • General Site Preparation • Excavation • Embankment • Removals and Disposals • Reinforced Concrete Pavement • Retaining Walls • Bridge Construction • Sanitary Sewer • Storm Sewer • Water Line We are currently evaluating proposals from subcontractors for storm sewer and concrete pavement construction. We will notii)' the town ofAddison ifwe choose to subcontract this work. Attached is a list of subcontractors and suppliers which will be used on this project. Project Manager Ifyou have any questions do not hesitate to contact me at 817-503-0298. 􀁔􀁨􀁡􀁲􀁾􀀺􀀺􀁾􀁴􀁵􀀠BenX:ed 2'121 Avenue J, Suite 103 Arlington. Texas 76006 Phone: 817.640.3898 Fax: 817.640.8734 www.walshgraup.com A Member atTha Walsh Group An Equal Opportunity Employer · No. Subcontractors Item of Work Address Phone Fax 2 American Landscace SYStems LandscaninwlniGation 2314 Glenda Lane Dallas, TX. 75229 972-484-5858 972-484·7470 3 ATSDrililng Drill Shafts PO Box 48353, F! Worth TX. 76146 817-498-0040 817·631-2938 5 Dallas LiQht and Banicade Traffic Control 1607 Ft. Worth Avenue, Dallas, TX. 75208 214·748·5791 214·746·3586 7 Haukos Trenchino 18352 Dallas Pkwy Suite 136-313, Dallas, TX. 75287 972·386-4220 972-490-5059 9 Longhorn Road Boring Co. Jack and Bore PO Box 810001, Dallas, TX. 75381 972-241·8866 972·241·5557 10 North Texas Erosion Erosion Control 2426 Westwood Avenue. MesQuite, TX. 75150 214-664-9700 214-664-9701 11 Paver Construction Brick Pavers PO Box 660, Cedar Hill, TX. 75106 972-299·2246 972·299-2258 12 Primate Constructlon Saw and Sea! PO Box 1509, Humble, TX, 77347 281-441-3355 281-441·3414 13 Renolds Aschalt & Construction Asphalt PO Box 370 Euless, TX, 76039 817·267·3131 817-267-1878 14 BTA Striping PO Box 850 Rockwall, TX. 75087 972-771-3832 972-771-6525 15 S&J Electric Electrical PO Box 121516, Fort Worth TX.76121 817-443-3591 817-443-3692 16 Scott Derr Paintina Paint PO Box 1848 Friendswood Tx 77549 281-48().0158 281-480-0157 17 Lone Star Railroad Contractors Rail Crossings PO Bo.1150, Ennis, TX. 75120 972-878-9500 972-878-9503 Suppll.rs 25 CBSI Strand 245 McCarty Dr .. Houston TX.77029 713-675-1180 713-675-1140 27 Gordon Specialties. Inc. SEJ4" 720 W. Willterareen Hutchins iexas 75141 972-225-1660 972-225-6662 26 Hanson Pioe Products RCPIRCB 1003 N MacArthur Blvd, Grand Praine, TX. 75050 972·262-3600 972-266-7456 29 Hardrock Products River Cobble PO Box 1007, Azle TX.76020 817-237-9100 817-238-7272 30 Kino Fabrication Steel Arch 19300 West Hardy Road Houston. TX, 77073 281.209-0811 281-209-1774 31 LoHand Rebar 4100 North 1·35E, Waxahachie, TX. 75165 972-299-5106 972-938·9419 32 Martin Marietta 􀁁􀁉􀁬􀁾􀁲􀁥􀁯􀁡􀁴􀁥􀀮􀀠PO Box 2466 Denton TX.76202 940·243-6520 940-323·1270 33 North Texas Truckln. Select Fill PO Box 542842, Dallas, TX 75354 214-904-8283 214·904-8089 J 35 Southern Star Concrete Concrete 8505 Freeport Pkwy,lrvlng, TX. 75063 972-621-0345 469-417-1387 I 36 Structural & Steel Products Metal Deck 1320 S UnlversilV# 701 FtWorth T.76107 817-332-7417 817·332·2992 37 Texas Wekfed Wife Precas.t Wall Panels 645 West Hurst Blvd. Hurst, TX, 76053 817·262-4560 617-285-9608 '----......, FINANCEDEPARTMENTJJ>JffiCHASINGDMSTON 5350 Belt Ijge Road C9ZZl459-709J E-mail ID:jIIh@c; addjson tx lIS Facsimile (972) 450-7096 P.O. 80<9010 Addison, Texas 75001 June 22, 2004 Matthew Walsh Archer Western Contractors, Ltd. 2121 Avenue J, Suite 103 Arlington, TX 76006 NOTICE OF AWARD: Bid 04-22 Arapaho Rd Phase m Dear Mr. Walsh: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 04-22. Enclosed please find four completed copies of the contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates and bonds as soon as possible, but no later than July 6, 2004. Once we receive these items a Notice to Proceed will be issued. Ifyou have any questions or ifI can be ofassistance to you, please contact me at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosures Copy: Steve Chutohian r1m Pierce SECTIONCA CONTRACT AGREEMENT CA-I SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TIllS AGREEMENT is made and entered into this _22_ day of_June , 2004...." by and between the Town of Addison, ofthe County ofDallas and State ofTexas, acting through its Mayor or City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and __Archer Western Contractors, Ltd. of the City of __Arlington , County of __Tarrant , State of __TX-, Party of the Second Part, hereinafter termed CONTRACTOR WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as mllows: Paving, Storm Sewer, Water, Sauitary Sewer, Signalizati\ln aud Streetscape Improvements for ARAPAHO ROAD· PHASE m -SURVEYOR BOULEVARD TO ADDISON ROAD and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereot; and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has heen identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (10) calendar days after the date of written notice to do so has been given to him, and to complete all work within the number of days he bid (Calendar Days "B") in the proposal after he commences work, subject to such extensions or reductions of time as are provided by these Contract Documents. The OWNER agrees to pay the CONTRACTOR $ 16,702.578.42 in current funds for the performance of the Contract in accordance with the Proposal submitted CA-2 thereof; subject to additions and deductions, as provided in the General Provisions, and to make payments ofaccount thereof as provided therein. IN WITNESS THEREOF, the parties ofthese presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) By:_________ City Secretary Party ofthe Second Part (CON1RACTOR) ATTEST: By:_-_________ The following to be executed ifthe CON1RACTOR is a corporation: I, , certifY that I am the secretary ofthe corporation named as CON1RACTOR herein; that , who signed this Contract on behalf of the CON1RACTOR is the of said corporation; that said Arapaho Road -Phase m -From Surveyor Boulevard to Addison Road Contract was duly signed for and in behalf of said corporation by authority ofits governing body, and is within the scope ofits corporate powers. Signed:___________ Corporate Seal CA-3 /j1 eTC p1R-LP.v.>'r' 􀁾􀀭􀀭􀀷􀀧􀀷􀀧􀀠"'"T Ii,"'----_._--. DATE SUBMITTED: June 14, 2004 FOR COUNCil. MEETING: June 22, 2004 Council Agenda Item: SUMMARY: This item is fur the approval ofa Supplemental Contract Amendment with HNTB Corporation, Inc., for engineering services related to materials inspection and testing on the Arapaho Road, Phase ill improvements. FINANCIAL IMPACT: Cost: $99,250.00 Source ofFunds: Funds are available from FY 2002 & 2004 General Obligation Bond Program (Arapaho Road & Midway Road), DART LAP Funds, & Dallas County, Project No. 83300. BACKGROUND: Bids for the construction of Arapaho Road, Phase ill, from Surveyor Blvd. to Addison Road, were recently received and are being submitted for contract award consideration. Based on previous experiences on similar construction projects, it was determined that material testing and inspection should be controlled by the Town in lieu ofpermitting the Contractor to select his own testing firm and perform all the necessary testing throughout the life ofthe project. It is important that all testing ofsubgrades, concrete and bridge improvements be accurate, complete, and all results obtained on a timely basis. With a construction project on the scale ofthe Arapaho Road bridge and roadway improvements, the Town should be in control ofthese activities. Consequently, the firm ofHNTB Corporation, Inc. submitted a supplamental agreement fur all materials testing and inspection for this project, in the amOll11t of $99,250.00. Rone Engineers is the testing lab that will be performing all testing and inspection, and will submit continuous reports to the Town, under the supervision ofHNTB Corporation. Rone Engineers has performed this type ofwork for the Town ofAddison and other surrounding communities with excellent results. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a Supplemental Contract amendment with HNTB Corporation, Inc., in the amount of$99,250.00, for engineering services related to materials inspection and testing on the Arapaho Road, Phase ill improvements. .SUPj:)LEMENTAL AGREEMENT This Supplemental Agreement, Number ii, 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 11th day of June, 2004 1. Engineer shall perform the following Services: . • See Attachment A 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the follOwing submittals/deliverables (Documents) to Owner: . • Test results for documented scope in Attachment A 3. Engineer shall perform the Services and deliver the related Documents (if any) according to . the following ,?chedule: . There will be no change in the schedule due to the above mentioned items. In return for the performance of the foregoing obligations, Owner shall pay to Engineer the· amount of $ 99,250, payable according to the following terms: Payments win be made based Lipon the provisions of the original contract, with a corresponding increase inthe total contract amount to.$1,145,929.00. Except to the extent modified herein, all terms and conditions of the Agreement shall continue in full force and effect. . Town of Addison (Owner) Signature: HNTEi Corporatio (Engineer) . Signature: -+-""'-,---,'!-':""'--7'f--"'-'-1'􀁎􀁡􀁭􀁥􀀺􀀬􀀭􀀭􀀽􀁾􀀽􀀭􀀽􀀺􀀮􀀮 􀀺􀀺􀀺􀁣􀀽􀀬􀀭􀀭􀁟􀀢􀀧􀀭􀁾___ Name: Title: ____________ Title: Vice President Date: ____ Date: 6/11/2004 06111104 Supplment11 Contract·Scope.doc 25768·0S-301 . .ATTACHMENT A DESCRIPTION Estimated . Quantity EARTHWORK Moisture Density Relationship ASTM 0-698 (each) 4.0 Relative Density ASTM 0-4253 (each) 1.0 . Moisture Density Relationship TXDOT 113-E (each) 4.0 Atterberg Limits (each) 8.0 Wet Ball Mill Test (each) 2.0 Soil Sulfate Test (each) 26.0 Engineering Technician (hourly) 432.0 Engineering Technician Overtime (hourly) 64.0 In Place Density Test (each) . 708.0 Base Depth Checks (each) 26.0 Transportation Charge (trip) 154.0 Engineering & Report Review (hourly) 54.1 Assumptions: 1 density test for every 10,000 square feet of paving subgrade, l.density test for ,every 150 lineal feet of trench backfill per lift. PIER INSPECTION Senior Engineering Technician (hourly) 90.0 Senior Engineering Technician Overtime (hourly) 22.0 . Concrete Test Cylinders (each) . 44.0 Transportation Charge (trip) . 12.0 Engineering & Report Review(hourly) 8.8 Assumptions: 11 days of pier drilling wUh one technician and 1 drilling rig. CONCRETE Concrete Mix Design Review (each) 3.0 3.0 Concrete Inspection (hourly) 531.0 Concrete Inspection Overtime (hourly) 68.0. Concrete Test Cylinders {each} 448.0 Concrete Test Flexural Beams (each) 580.0 Reinforcing Steel Inspection (hourly) 226.0 Transportation Charge (trip) 147.0 Engineering & Report Review (hourly) 88.2 Structural Steel Inspection (hourly, min. 5 hours) 45.0 Ultrasonic Steel Inspection (hourly, min. 5 hours) 15.0 Transportation Charge (trip) 12.0 Engineering & Report Review (hourly) 6.0 Assumptions: 1 set of 4 concrete test cytinders for every 100 yards of concrete placed in structures. 1 set of 4 concrete test flexural bOOms for every 100 yards of concrete placed in paving. Concrete lnspectlqn time 􀁾􀀠based on delivery of concrete at 50 yards per hour. Project Engineering services on materials engineering and testing for conSUltation shall include analysis, report preparation and review, supervision and scheduling of field and laboratory personnel. 06111104 SUpplmentl1Contracl·Scope.doc 25768-DS-301 DATE SUBMITTED: June 11, 2004 FOR COUNClL MEETING: June 22, 2004 Council Ageoda Item: SUMMARY: This item is for the award ofa contract to ArcherWestem Contractors, Ltd., for construction ofArapaho Road and Bridge, Phase m, from Surveyor Blvd. to Addison Road, including Alternate Bid # 1 & #2. FINANCIAL IMPACT: Construction Cost: $16,702,578.42 Source ofFunds: Funds are available from the FY 2002 & 2004 General Obligation Bond Program (Arapaho Road & Midway Road), DART LAP Funds, & Dallas County, Project No. 83300. BACKGROUND: The third phase ofthe proposed Arapaho Road extension project extends from Surveyor Blvd. to Addison Road. Construction ofthese improvements 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 road will initially absorb approximately II,OOO vehicles per day, with a maximum future count of 15,000 vehicles per day. A proposed signature bridge over Midway Road and a pedestrian trail system are also proposed as an integral part ofthe roadway section in this phase. The finn ofHNTB Corporation acted as the principal designer for this project. Bids were received on June 7, 2004 for construction ofthe project, and included the following items: • Roadway Improvements • Utility Improvements • Lighting and Signalization Improvements • Streetscape Improvements • Bridge Construction • Bridge Lighting Attsched is a bid tabulation for these improvements. The bid proposal in the specifications fur construction was structured to provide an incentive/disincentive method ofbidding the project. Specifically, each bid submitted was required to consist oftwo parts whereby: a, The Contractor submits a standard bid (A), which is the summation ofthe products ofthe estimated quantities shown in the proposal, multiplied by their bid unit prices, b. The Contractor submits a time bid (B), which is the product ofthe number of calendar days required to construct the project, determined by the Contractor, and the Daily Value established by the Town. The Daily Value was established in the contract at $4,000. The number ofcalendar days is intended to include inclement weather, holidays, etc. The lowest bid (Total) for award ofthe contract was determined as the lowest sum ofthe standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded an incentive payment ifconstruction is completed prior to the number of calendar days he submitted, The total amount ofthe incentive is the product ofthe Daily Value ($4,000) and the number ofdays the Contractor completes the project prior to the established contract time. Accordingly, the contract provides for a disincentive amount to be established based on the product ofthe Daily Value ($4,000) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $400,000, However, there is no limit to the amount ofdisincentive reduction (same as liquidated damages) from the Contractor's final payment that the Town will impose for going over the contract time limit. Archer Western Contractors, Ltd. submitted the lowest Total bid (A +B), in the amount of $18,098,232.40 and 425 calendar days, The actual amount ofthe standard bid (A) recommended for award is $16,398,232,40. In addition, the Engineer estimated that it would take approximately 540 calendar days to complete a project ofthis magnitude and COmPlexity. The number ofcalendar days submitted by Archer Western Contractors, Ltd. (425 calendar days) represents a potential reduction oftotal construction time by approximately 4.0 months. In addition, two alternate bids were received. Alternate bid #1, in the amount of $339,446.02, provides for the construction oftwo pocket parks witbin the project limits, One park would be located on the south side ofArapaho Road and situation on the tract ofland once owned by the DGNO Railroad. The other park would be located adjacent to the Surveyor PumP Station and along the north side ofthe roadway. Alternate bid #2 provides a reduction in cost, in the amount of$35,100, for elimination ofaluminum type street lights along the roadway's length and installation of steel type street lights. The contractor was subject to an extensive reference check by the Engineer and staff, and was found to have successfully COmPleted construction of numerous related improvements in the State and throughout the country. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Archer Western Contractors, Ltd., for Arapaho Road, Phase m, from Surveyor Blvd. to Addison Road, including Alternate Bids # 1 & #2, in the total amount ofS16,702,578.42. L __ PAVING, UTILITIES, SIGNALIZATION, AND STREETSCAl'E BID SCHEDULE SUMMARY ARAPAHO !tOAD • PHASE m MAIISII LANE TO SURVEYOR BOULEVARD ENGlNEIll\'S l!STIMATIl BId Sd> .. . ...􀁾...d...0.,.􀀮􀁎􀁾􀂷􀂷􀁏􀀢... ···· +1I-0-S-S-$t·􀂷􀀮􀁾􀁜􀁬􀁾􀀧􀁣􀀠. 5! .. 􀁾􀀮􀀠􀁾.....",,". ..... t"'" 􀀮􀁾􀁦􀁉􀁑􀀠.0 . 􀀮􀁾􀀠, i ,', "'. .';', .... --.,':: ,', '. " -' .... ':._" .: .;.-..-􀀬􀀺􀁾􀀭.... :; ,/:' ,--,'0'_'," " ...,-; 0' .... '",-" --' 􀀺􀁾􀀧􀀠-.:... .. ,,-, . 􀁾􀀬',.-: . , 􀀧􀁾􀀭􀀮􀁾􀀠-, . , " . -,.,'. -., ...'.-<> ' ' 􀁾􀁾􀀢􀀧􀀮􀀬􀀠">(':" 4VV 􀁾􀀮􀀧􀀠", \ . r.fi " " 􀀢􀀢􀀮􀁾􀀠(t(ff;.vJ t:..7· .J/r (l .. 0 􀁾􀀠iN""A" (I (fI"-. .,til<.s J. .(lft -(II' ·f¥. .,re.. .,u£ .,"'( 􀁦􀁦􀀧􀁾􀀠f '* II>. . . .. 􀁾0 0 ',.;f SW•.􀁾􀁾􀁾􀀱􀁾􀁢􀀾􀀮􀀱􀁊􀀿􀁴􀁾􀁾􀀮􀀩􀀮􀀻􀀺􀁰􀀠'. '.' "\(ir 􀀧􀁁􀀱􀁾􀀯􀁻􀀠\ ,􀀢􀁜􀁾􀀠#"" \\􀀧􀀾􀀧􀁴􀀧􀁜􀁾􀀮􀀠l\ 􀁾􀁜􀁾􀁦􀁟􀂻􀁾􀀮􀀮􀀠....' i-.. POWER Feclerallnsurance Company Attn.: Surety Depanment Chubb Vigilant Insurance Company 15 Mountain View Road Surety OF Pacific Indemnity Company Warren, NJ 07059ATIORNEY It..-All by These Presents, ThaI FEDERAl. INSURANCE COMPANY. an l/dana corpaatioll, VIG1LANT INSURANCE COMPANY•• New Yorj( cotpOration. and PACIFIC INDEMNITY COMPANY. a Wlsconalneo!pOfdtlon. do eaeh herebyCOflSlllute and appoint Dawn Knight, Paul W. Rill, Daniel T. Howard and J.E. Schranz of Dallas, Texas------------------------each a.thaI, ltue and lawful AIIomey·I...FacI to execute under such designation In their names and to affix thai, corporate seal. to and _rrcr and on their behalf ... eurely _ or _.bonds and underlaldnge and OCher wrIIInge obllgatcly In the nature thereof (other then ball bends) gillen or _ad In iha """"'" of busl","",. and any 11IIIIrumen18 amendlnQ or elterlng the Iiame, and __ t. the modI1\ca!Ion or altemUon of any IlIIIIrument refamed to In ssld bonds or obligations. obligations. 11\ Wdne" Whereof. said FEDERAL INSURANCE COMPANY. VIG1LANT INSURANCE COMPANY. and PACIFIC INOEMNITY COMPANY have each lIlOICuted and attested these presents and eftIxed thelr"""""ate_onthls 8th dayof February I 200)! STATE OF NEW JERSEY } ... CowI1y aI $om...... . 0._ 8th dirt aI February I 2002 . _ me, allclllty PublIc 01 New '""-. polllOllally come _ c. Wendel. to me _ to be __ry 01 FEDERAL INSURANCE COIII'AHY. VIGILANT INSURANCE COIII'AHY. and PACIFIC INDEl\INITY C!CNP1Wf. the companloll which """,,1110<1 tho fcregoIng _ aI AItomII\'. and tho oald _ C. _Ibeing by me duly 1IWO!Il. did depose and """ !hal he Is AaaI_ SecrOlary aI FEIlERAL INSURANCE CClNPAHY. VlGll.ANT INSURANCE COIII'IWf. and PACIFIC INDEMNITY COMPIWf ond knows tho corporate _Is _. ltiilltho _Is'-to Ills foragolng _ aI AItomey .........CIII and .... UhorIzad Irf the U. S. 􀁔􀁾Oepaib,all; fi.I1IIor. Federal and VIgiIanI .... 􀁾In PIMIIIo Rico and the U. S. VrgIn -.and F_1tt􀁾InAmerical Samoa. Gun, and eacl!dthe Pl!Nlncesd canada """"PI Pmce Edward 􀁾and (III) the foregoing P_of AtIomIIy Is true, _ and In IUII_and efled.1m June. 2004GIven unclermy hand and ....Itt 01 said Companles atWamln, NJ thltt day of _____________ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MAneR. PLEASE CONTACT US AT ADDRESS LISTED ABOVEJ OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: surety@chubb.com . ,5-'0-0225 {Ed. 01-0II) CONSec This Notice pertains to the following Surety Bond issued by a member insurer of the Chubb Group of Insurance Companies, including Federal Insurance Company, Vigilant Insurance Company and Pacific Indemnity Company. Bond Numbe,,_________________ POLICYHOLDER DISCLOSURE NOTICE TERRORISM RISK mSURANCE ACT OF 2002 You are hereby notified that pursuant to the Terrorism Risk Insurance Act .of 2002 (the "Act") effective Nov=ber 26, 2002, we are making available to you coverage for losses arising out of certain acts of international t=orism. Terrorism is defined as any act certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of t=orism; to be a violent act or an act that is dangerous to human life, property or infrastructure; to have resulted in damage within the Umted States, or outside the United States in the case of an air carrier or vessel or the premises of a United States Mission; and to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. 􀀮􀁾􀁯􀁶􀁥􀁲􀁡􀁧􀁥􀀠for acts ofterrorism is already included in the captioned Surety Bond. You should know that,· effective November 26, 2002, any losses caused by acts of terrorism covered by your Surety Bond will be partially reimbursed by the United States under the fo=ula set forth in the Act. Under this formula, the United States of America pays 90% of covered t=orism losses that exceed the statutorily established deductible to be paid by the insurance company providing the coverage. The portion of your premium that is attributable to coverage for such acts of terrorism is zero, because we could not distinguish (and separately charge for) acts of t=orism from other· causes of loss when we calculated your premium. Ifyou have any questions about this notice, please contact your agent or broker. SECTIONPF PROPOSAL FORM -.::1.\MJ1f 7 ,20􀁾􀀠TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location ofthe proposed work, and being fully advised as to the extent and character ofthe 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: 􀁓􀁾􀁤􀁂􀁙􀀧􀁾􀁾Jerry Barnes \rICe President ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No.1 Dated: MArrf \I) --z..:,ot.(: 􀁾􀀮􀀠Addendum No.2 Dated: Mtro Iq wo:£ 􀁾􀀠J Addendum No.3 Dated: 􀀮􀁌􀁻􀁖􀁉􀀻􀀮􀀺􀀮􀁅􀁦􀂥􀁆􀁉􀀫􀀭􀀧􀁕􀀮􀁯􀀽􀀬􀀮􀀯􀀭􀀧􀁯􀀺􀀺􀁬􀀺􀀲􀀬􀀮􀁑􀀺􀀮􀀽􀁯􀀺􀀮􀀺􀀺􀁌􀁻􀁉􀀮􀀮􀀮􀀭􀁟􀁾􀁓􀁊􀀮􀀮􀀬􀀻􀁾􀁾􀁳􀀻􀀮􀀮􀀮􀀮____ Addendum No.4 Dated: -7,M........􀁍􀀨􀀧􀀹􀀭􀀭􀀧􀁾􀀧􀀽􀀫􀀩􀀮􀀮􀀮􀀺􀀺􀁕􀀾􀀽􀀮􀀮􀀻􀀻􀁬􀀾􀀮􀀮􀀮􀀮􀁊􀀧􀁩􀀧􀀭􀀭􀀭􀀭􀀭􀀽􀁾􀀽􀀺􀀺􀀺􀀽􀀭􀀻􀀻􀀬􀀮􀀮􀀻􀀭􀀻􀀻􀀺􀀼􀀮􀀮􀀭􀀺􀀻􀀽􀀺􀀭􀀽􀀽􀀭􀀭__ Addendum No.5 Dated: .:::r􀁾?, 􀁾􀀠Addendum No.6 Dated: :::f1vtJ.. 􀁾􀀠, 1.ov1-fI -􀀬􀁍􀁤􀁾»0:1 Dak!: 􀁾􀁗􀁦􀁉􀀮􀀮􀁬􀀮􀀼􀁻􀀩􀀠􀁾􀀨􀀮􀀩􀁦􀀠􀀴􀀧􀁾􀀠.....􀁾􀀭.._--_._...... PF-2of62 PROPOSAL FORM Austin Bridge & Road, LP 6330 Commerce Drive, Suite 150 Irving, Texas 75063Place ____􀁾􀁟􀁾􀁾􀁟􀁾􀁾􀁾__ Proposal of a Corporation organized and existing under the laws ofthe State of______􀁾_____􀁾􀁟􀀠OR Proposalof bTl..... Ba.Ao!De;-f RoA-C. LP .______---' a partnership consisting of t.\:vST t N (d,.LA-0(.,e=-􀁾􀀠􀁾􀁾􀀠􀁾􀀭􀀭􀀢􀁣􀀮􀀺􀀺􀀮􀀡􀀮___ and ;tvS\fIOJ 􀁾􀁾􀁴􀀭􀁬􀁡􀁥􀀺􀀽􀀠; JA.je... OR Proposalof ________.____________________---' an individual trading as OR Proposal of___________________ a Joint Venture consisting v,______________________ __ and ____________􀁾______􀁾___.__________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving, Stonn Sewer, Water, Sanitary Sewer, Signalization and Streetscape Improvements for ARAPAHO ROAD -PHASE III -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 ,'b 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 woric, 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. Witness: 􀀭􀀺􀀭􀀭􀀭􀀶􀁾􀀺􀀻􀁴􀁌􀀭􀀭􀁻􀀬􀁬􀀮􀁵􀀮􀀺􀁾􀁾􀁾􀀭􀀺􀀭􀀭􀀺􀁣􀀭􀀽􀀭􀀭􀀺􀀭􀀺􀀻􀀻􀁣􀀻􀀻􀀺􀀺􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀭􀀭(Signature) Austin dge & Road, LP 6330 Commerce Drive, Suite 150 Irvillg, Texas 75063 (Office Address ofBidder) Bidder's Tax LD. No. or Employer No. SEAL (IfBidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-4of62 PAVING, UTILITIES, SIGNALIZATION, AND STREETSCAPE BID SCHEDULE SUMMARY ARAPAHO ROAD -PHASE III SURVEYOR BOULEVARD TO ADDISON ROAD Base Bid Bid Schedule & Description T otel Amount Materials & Services I. Roadway Improvements $ II. Utility Improvements $ III. Lighting and Signalization Improvements $ IV. Streetscape Improvements $ I V. Bridge Construction $ 5 llPl 'U3, 􀁾􀀠VI. ay. Bridge Lighting $ TOTAL BID FOR SCHEDULES 1-VI !:> '2 C;, =TOTAL OF STANDARD BID (A): $ 􀀭􀀭􀀭􀀽􀁜􀀮􀀺􀁯􀁾􀀩􀁟􀁾􀀽􀀭􀀧􀁬􀀮􀀮􀀮􀀭􀀭􀀽􀀭􀀭___:;;» 􀁾􀁾􀁟􀁬􀀨􀀻􀀮􀀺􀀮􀀮􀀮􀀧􀀺􀁊􀁾􀀮_-__ J 7 TOTAL OF TIME BID: Y: 'B D (Calendar Days) . TOTAL OF CALENDAR DAYS X $4,000 (B): BASIS FOR COMPARISON OF BIDS: (A) + (B) =TOTAL BID: 60 of62 -Summary Additive Alternate I Bid Schedule & Description Total Amount Materials & Services 1.1:> VII. Roadway Lighting $ ____􀁾􀁬􀁾􀁃􀁾􀀲􀁾􀁾􀁾􀀵􀁾􀀮􀁟􀁾􀁾􀀭􀀭IX. VIII. Deductions if alternative #1 is Accepted Streets cape Improvements 􀀤􀀭􀀭􀁾􀁾􀁾􀁾􀁾􀁉􀁾􀀺􀁲􀁬􀁾􀁾􀁾􀀮􀁾􀁾􀀭􀁾􀀭􀀭$ -\ 1 􀁬􀀺􀀺􀀺􀁜􀁾􀀮􀀠l.2TOTAL BID FOR ADDITIVE ALTERNATE I • ,/,) (1'. e'1l r 􀁾􀀠= TOTAL OF ADDITIVE ALTERNATE BID (AI: $ ___􀁾􀁟C-_.'b.., 􀀮􀀮􀁉􀁉􀀮􀀱􀀡􀀮􀁾􀁾􀀬􀀬􀀭􀀧􀀼􀀾􀀺􀀺􀀺􀀺􀀮􀀮􀀮􀀬_____ TOTAL OF CALENDAR DAYS x $4,000 (B): Q BASIS FOR COMPARISON OF BIDS: 􀁾􀀠Additive Alternate I (A) + (B) '" TOTAL BID: U t..-'l) •􀁾􀀴􀀭􀀢􀀠WRITTEN IN WORDS: \<>\..Vr-l-t"",.J.d 􀁾C'jh!t-'XMt15J E{)h± . 􀁾􀁳􀁫􀁥􀀮􀀮􀀦􀀠Siz.9 􀁾􀁾Oo\\o,x;; 􀁾􀁴􀁲􀁬􀁪􀁾􀀠􀁾􀀠Additive Alternate II Bid Schedule & DesCription Total Amount Materials & Services X. Roadway Lighting XI. 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): 6 t. ___􀁾􀁟􀀮􀀮􀀮􀀻􀀻􀀵􀀮􀀬􀀮􀀮􀀬􀀬􀀬􀀭􀁜􀀭􀀽􀁓􀀧􀀺􀀮􀀮􀀮􀀱􀀮􀀭􀁾____ BASIS FOR COMPARISON OF BIDS: Additive Alternate II (A) + (B) =TOTAL BID: 61 of62· Summary NOTES: 1. All items, labor, materials, equipment, facilities, incidentals, and work required for construcfion of the project are 10 be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction of the project. 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood the the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this pened, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the Iotal value of items I through VI, (Al plus (B). Contractor will be paid in accordance with AtB Bidding which specifies the contract amount is based on (Al with incenfives and disincentives being (6) Bidders Tax I.D. No. or Employer No. 62 of 62 􀁾􀀠Summary publish Arapaho Road -Phase 11/Item Number Oescrlptlon Unit Price in Words UM Unit Price Estimated QuantItY Amount Bid 101 Mobilization one million nine hundred ninety thousand dollars 00 cent. L.S. $1,990,000.00 1.00 $1,990,000.00 102 General Site Preparalion nine thousand two hundrad dollars 00 cenls STA. $9,200.00 54.00 $496,800.001 103 Full depth .aw cut ••Isling concrele three dollars 00 cents L.F.____ $3.00 1564.00 $4,692,00 Remove and dispose of existlng concrete pavement, 104 Including curb five dollars 00 cenls S.Y. $5.00 656S.00 $32,940.00wi Remove and dis ose of exisling concrete sidewalk len dollars 00 cents S.Y. $10.00 6i.00 $670.00 106 Remove and dispose of existing driveway len dollars 00 cenls S.Y. $10.00 86.00 $860.00 107 UnClassified streetexcavetion three dollars 00 cents C.Y. $3.00 16000.00 $48,000.001 108 Embenkment three dollars 60 cenls C.Y. $3.60 56000.00 $201 600.001 Furnish and place 10" thick reinforced concrete 109 pavemenl, 5000 psi @28days _____ ... forty dollars 00 cenls_______ S.Y. $40.0Q 294oo.00!:!,'7n nnn ru FurnIsh and place 6" thick Integral concrete curb. 4000 J1O. , __ Jlsl@28days .._ ' .._ one doliars05 cents L.F. $1.05 11325.00 $11,891.25 Fumlsh and place monolithic median nose, 4000 psi @111 28 days two thousand six hundred dollar. 00 cent. EA. $2 800.00 8.00 $20,BOO.00 Furnish and place 8" thick reinforced concrete driveway. 􀁾􀁾􀁾􀀠􀁾􀀠. -----112 4000 psi@28days forty one dollars 00 cents______ S.Y. $41.00 4§().()() 􀀭􀀮􀀡􀀱􀁟􀀸􀀬􀀴􀀵􀀰􀁾􀁩􀁬􀁏􀁟􀀠furnish and place reinforced concrete island. 4000 psi @: n, 2B days forty seven doliars 00 cenls S.Y. $47.00 300.00 $14,100.' 114 nolused "zerodoli.rsOOcent.----EA. $0.00 "(fOO $0:01 115 Remove and relocate roadside sign one hundred eighty doilars 67 cents EA, $180.87 1.00 $180.8f 116 FUrnish and instali Stop slon IRH) three hundred thtrtydoliars 74 cenls EA. $330.74 2.00 $661,48 «7 curnlsi1and Install Spead limit sign (R2-1L_ three hundred ren doliars 07 cents EA. __$310.07 5.00 $1,550.35 1118 _ , Furnish and install Left Left Lane Must Tum Left SlgnjR3-7L) three hundred thirty dolla,. 74 cenls EA. $330,74 _ .. a.oo 􀁾􀁟􀀤􀀹􀀹􀀲􀀮􀀲􀀲􀀠Furnish and Install Righi Lane Must TUm Right sign (R3· 7R) three hundred Ihlrty doilars 74 cents EA. $330.74 2.00 $661.48 U"v Furnish and install Merge Right sian (R4-7) three hundred ten dollars 06 cents EA $310.06 3.00 $930.1r I'o. "urnish and Install Signal Ahead sign (W3·3) three hundrad seventy six dollars 21 cents . EA. $376.21 1.00 $376.: 􀁾􀁵􀁭􀁬􀁳􀁨􀀠and install Wron Way Sign 􀁒􀀵􀁾􀀱􀁁􀀠three hundred ten dollars 06 cents EA. $310.06 2.00 $620: 'urnish and Install Keep Right slon IR4-7Al Ihree hundrad ten dollars 06 cents EA. $310.06 2.00 $620.12 'umlsh and install No Parkin sign (R8-3AJ three hundred ten dollars 07 cents EA. $310.07 3.00 $930.21 125 Furnish and Install Divided Hlghwav sign IR6·3A two hundred seventy six dollars 99 cent. EA. $276.99 2.00 $553.98 1126 Furnish and Install Left Lane Ends sign R9-2L) three hundred len doliars 06 cenl. EA. $310.06 1.00 $310.06 127 Furnish Furnish and install RR XING (W10-1) three hundred seventy .Ix dollars 21 cenls EA. ga______ Furnish and Install Do Not Slop on Tracks ,,1lJ.nJR8:8) three hundred ten dollars 07 cents EA. 129 Fumlsh and inslall RR XING, Cross BuckS sign (Rl5-1) three hundred seventy two dollars 08 cents EA. 130 Furnish and instan 2 Tracks sign R15-2) ----.-three hundred ten dollars 07 cenls EA. 131 Furnish arid Install One Wav .Ion R6-1Rl two hundred sevanty three dollars 89 cents EA. 132 Furnish, lace and malnlain traffic control devices sixty eighlthousand seven hundrad alghty two doliars 71 L.S. $376.21 4.00 $1,504.84 $310.07 4.00 ___$1.240.28 $372.08 4.00 􀁾􀀱􀀠dRA:::t? $310.07 4.00 $273.89 1.00 $273.89 $68,782.71 1.00 Page 1 publish Arapaho Road -Phase //I Item Number 1 D••􀁣􀁲􀁉􀁄􀁴􀁴􀁯􀁾􀁾􀁾􀀠I Unit Price In Words UM Unit Price Estimated Quantltv IAmount Bid iFurnlsh and place 4" white/red reflective square aerytic ! \ 133 Ibuttons Itwa daliars 47 cents EA. $2.47 􀀵􀀵􀀰􀀮􀁯􀁯􀁾􀀠., "'R "n Furnish and place 4" white non-reflective ra[sed __,,,,.,,,... 134 buttons one dollars 76 cenis EA. $1.76 560.00 $968.00 ------FUrnish an place 4" yellow double-reflective square ---------[1:J5__ 􀁾􀁾􀀠aCl)'lic buttons two dollars 47 cents EA. $2.47 497.QO $1,221 36 Furnish and place 6" x6" whlt.llagl. bar tiles fourteen daliars 10 cent. EA. $14.10 122.00 $' 􀁾􀁯􀀬􀀠 3'"" Remove existing avement markin s and buttons seven hundred four dollars 84 cents L.S. $704.84 1.00 􀁆􀁵􀁭􀁴􀀡􀁬􀁬􀁨􀀱􀁬􀁬􀁦􀁬􀁱􀁰􀁬􀁾􀁾􀁐􀁃􀁊􀁶􀁥􀁭􀁥􀁮􀁴􀀠􀁤􀁩􀁲􀁥􀁱􀁾􀁩􀁴􀀺􀁬􀁬􀀢􀁬􀁾􀁭􀁃􀁊􀁾􀁾􀁾􀁲􀁾􀀠􀁉􀁦􀀩􀁾􀁙􀁩􀀿􀁾􀁴􀁹􀁾􀁉􀁩􀀡􀁙􀁾􀁦􀀧􀀱􀀨􀁪􀁯􀁬􀁬􀁡􀁲􀁳􀀠53 cents EA. $77.53 22.00 I $' White thermoplastic reflective pavement marking 􀀳􀀹􀀠("ONlY") eighty lour dolla,. 58 cents EA. $84.58 16.00 $1,353.281 140 RR Xing 􀁐􀁡􀁶􀀮􀁭􀀮􀁮􀁾Markings, as shawn an plans fwo hundred forty six dollars 69 cenls EA" $246.69 8.00 $1,973.521 1 141 Furnish and place 24" solid white ihermoplastlc stop bar four dollars 23 conls L.F. 􀀤􀀴􀀮􀀲􀀳􀁾􀁾􀁾______ 􀁾􀀠128,00 􀀧􀀭􀀭􀀭􀁾􀀠􀁾􀀠􀀤􀀵􀀴􀀱􀁾􀀮􀀴􀀱􀀠􀁾􀀠,42 Furnish and place 4" solid vellow thermoolastic slr!pe zero dollars 70 oents 􀁟􀁾􀁾􀀠L.F. SO.70 100.00 􀁟􀁾􀁾􀀷􀀰􀀬􀁏􀁏􀀠143 Furnish and lace MSE retaining wall TxDOT ITEM 423 Ithlrty three dollars 50 cents 􀁓􀀮􀁆􀀮􀁾􀁾___!!3_3.50 ____􀁾􀁾􀀠15000.00 $502,500,00 Fumish and place co-ncreiS-retai"ning wall Class F 144 􀁾􀀠Cancrele(CIPWall). F'c=4000 psl_ ithree hundred eighty five dollars 00 conls C.Y. $385.00 950.00 S365,750.00 145 Rtn Ir.hm'll j ; 00 cents C.Y. $20.00 463:00 We Furnish and place bOllards !five hundred dollars i EA. $500.00 4.00 $2,000.00 1147 Provide underground electrical service one hundred thi four i dollars i •.S. $134,000.00 1 on¢:1 ':I.d.,OOO.OO Furnish and install temiiorary construction fence (orange I 1148 􀁾􀀠Iplastic) one dolla ... 25 cents $1.25 8100.00 $10.125.00 149 Furnish and Install Pedesllian Rail m;-\);I!\'JlU .. r:-XleW YOR". \,'\. 0\1-;: \\;D. C' <;1(1 W!lO. II, (In 1"1.-\.:\1) !'-\Rk "'. 􀀺􀀧􀀺􀁙􀁾􀁉􀁏􀀡􀀭􀀡􀁬􀀡􀀠􀁾􀁩􀁦􀁅􀁉􀁉􀁾􀀧􀁴􀀮􀁟􀀠1'.\. 1'{)Rl L\;':ll. :,IL I'l'RIU.\,j). Oil. 􀀧􀁈􀁾􀁕􀁇􀁉􀁌􀀠"c. t>T. 1.0:-;". '110, '>'1i.T I \KI' un', Ifl 􀁾􀁜􀀢􀀠A.'{fO.'{IU, 'I)", SA,,-UE1tKlltDl:«J, C\. -; \:'\ Ht·1\'OM n. (' \ .. ' I\,' 􀁉􀀧􀀩􀁾􀁆􀀮􀀠( \, 􀁾􀁆􀀠\TII E. \\-\, 0: 􀁜􀁾􀀮􀁗􀁜􀀮􀀠1"1, l;)I.!])O. otl. '.>:,'!H''';lC'' n c Mr. Jim Pierce June 1,2004 Page 2 The scores were vet)' close between first and second, with third and fourth having more separation. The key factors that put Rone in first place were: • Testing laboratory was both AASHTO and ALLA certified • They have over 40 field technicians in the Dallas area • They have experience with large drilled shaft construction (DNT & SH 121 most recent) • Their point ofcontact, Larry Bracken, was very eager to work on this project This is not to say the other firms weren't eager or didn't have applicable experience, but Rone's experience came across as being better suited for this project than the others. Our recommendation to the Town of Addison is to select Rone Engineers for the testing services during construction ofthe Arapaho Road Phase IIIproject. We will be happy to meet with you and go over our notes and answer any questions you have. We understand this is a Town of Addison project and not an HNTB project, so we want your input before any final selection is made. We look forward to discussing this selection with you and your staff. Very truly yours, HNTB CORPORATION 􀁾D. Holder, Jr., P.E. Director ofMunicipal Services JDH Enclosure 25768 DS 301 May 26, 2004 3:00pm, Pre Bid Meeting Sign in Sheet 04-22 Arapaho Rd Phase III, 0n 􀁾􀀠'10 I -td-" '/----------,-.􀀭􀀭􀀭􀀭􀁾􀀠I i lVec""I.!?*1 􀀱􀁾􀀧􀁢􀁔􀁎􀁾􀁾􀀧􀁾􀀠􀀱􀁬􀀡􀁾􀀧􀁓􀁦􀀾􀁾􀀠12.,-1 􀁉􀀭􀀧􀁾􀀠,--I J/'P PI;) I 􀁾VJ/l{ yt&i-,bel /))If'tt 111-6/,"/ui-n -/ndt',mrllftc.d-r.-.... !flJVISld"YlS, May 26, 2004 3:00pm, Pre Bid 􀁍􀁥􀁾􀁴􀁩􀁮􀁧􀀠Sign in Sheet 22 Araoaho Rd Phase III , Add3 ComDanv Name Phone Fax J!IJr8 J€ fp(1 7-kIdel" &£A 11 rl1Ce. ,iJrqniAqm . tllt!C¢--2J}3 I(9)J't4'-2J3 $L ;V\lr A -:5"" \ I-lencJelo 0\1-577-17'f5S 3r 7 -'t ;).8'-() 571 􀁾􀁶􀀭􀁬'" <> 􀁾􀀠i::\ 􀁾􀁾:S<;>V\. .... 􀁾􀀠",It\.-􀁌􀁥􀁾􀀠CCi,'t,J..\ 􀁴􀁦􀀵􀁾􀀠-􀀬􀁴􀁾􀁑􀀢􀀠Ci{'1),) 􀁩􀀮􀁦􀁳􀀻􀀧􀀶􀀭􀀮􀁺􀀮􀁾􀀮􀁗 􀀠-c;;" 􀁾􀀮􀀮􀀴􀀬􀁤􀀬􀀮􀀻􀁉􀀮􀁾􀀠h, ." 􀀱􀀯􀁾􀁃􀀺􀁩􀀱􀀲􀀭I Cf?;. t{8!:> ,;2.."Irq.'7 􀁉􀁱􀀷􀁾􀀠LIse>-..:4?37 -1';;.... d iU..k".-l1Yl •Jt t?1 􀁦􀁦􀁾rc. .:; 'l7J. -I{-Sb-2R17Q --!J..ff>37 -----􀁾􀀠-------.----. -------.! I ,I ! I Steve Chutchian From: Mike Murphy Sent: Tuesday, May 18. 2004 2:23 PM To: Bryan Langley; Randy Moravec Cc: Chris Terry; Steve Chutchian; Jim Pierce Subject: Arapaho Phase III Randy, Bryan. As you know we are in the home stretch of starting construction on Arapaho Road Phase III. It Is our goal to award the Road and Bridge construction contract during our June 22nd Council Meeting. Therefore, please make whatever arrangements necessary to begin process to acquire remaining Arapaho Road Bond Funds. Please let me know what me or my staff can do to assist. Although I don' know how much will be requested on a monthly basis. I would guess that payments would be made in range of half million dollar to million dollar increments over an eighteen month period. Thanks, Call with any questions. 1Iti4e Michael E· Murph.'). FE Director of Fublic Works (972) +50-2878 Work (2 ! +) 2 I 5-5280 Mobile (972) +50-28;7 Fax E-Mail: mmurph!f@ci.addison.tx.us 1 _ _ __ -'-',1 _ {'1: 1,,"7';;" '! 13 -0"733 ... u 􀀮􀁾􀁾􀀨􀀬􀀠I 􀁾􀁣􀀮􀀠f"'" QY.-5't3-Q('i{;;f .􀁾􀀧􀀭􀀢􀀭􀀢􀀭􀀢􀀺􀀺􀀭􀀭􀀺􀀺􀀺􀀺􀀬􀀻􀀬􀀭􀀢􀀺􀀺􀀢􀀺􀀧􀀭􀀽􀀺􀀺􀀧􀀻􀀢􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀱􀀠.... \.:t'Hl C!() jJIf'e',,-, I z,///(,/..... " ---" -.􀀭􀀮􀁾􀀠La \,.\5, E:A: 􀁾􀁣\;-( e= \L_ -..k-"",,-, CeLL 􀁾􀀠817 4<-'1 72-(12t r /7<:;"""';:':1) L.a-..cJ:.. /lr;u-/gob 􀁈􀀮􀀲􀁾􀀮􀀮􀀺􀀧􀀮􀁲􀁁􀁮􀁾􀁴􀀺 􀀭gr2.,1c/.jU7 \ " n... Go -_ (.1 B£4/St:>;r./m c:: zs: 1 /&..f W9 10 c::. Sign in Sheet TxDOT Arapaho Phase 3 Pre-Bid Meeting 17-May-04 ...J1M Sh> ;-TAI '1 IJ.--c-' 􀁾􀀲􀀮􀀠a1I'-.xu. I. I /tc,.:, 􀁾􀁃􀀻􀁣􀀠c,;>N':r,.-"zaC'T/tp.-v a;,. ',I /N C. 3 " 5 6 7 J ".e J Fe.c..l.J,.., B 􀁎􀁜􀁾􀁾􀀠\L. 􀀧􀁉􀀨􀀮􀀼􀀻􀁾􀁾􀀠(/""' 12 . a c.afJ J:-,...,'-'.-.13 '(Ellie! c> :t."'"c;..7f'f'c... 14 T vo:. '1 􀀼􀀲􀀮􀀮􀀱􀀴􀁉􀁉􀀮􀀭􀁾􀀶􀁥􀀠S. lJ􀁓􀁾􀁧􀀠f 4-../1 ....J(J . .. ' "'" "I >, "" 􀁾􀀬􀁊􀀠D 􀁩􀁾􀀬􀀭􀀯􀁟􀀠A "'" 􀁟􀀮􀀬􀁾...... (-14-/) -G11 -c􀀨􀀮􀀬􀁾􀀠0/DUb.1-C."-o' '!1Z-++'+ '31...30 .;. -1-H ., .t.i'Y-.r",-/o77'"'-I .-.$''''.s '/c:i/<}?:.-􀁾􀀡􀀿􀀧􀁔􀀠-O?:l-􀁾􀀠'f') /)... 􀁾<.. -Si.?;' Arapaho Phase 3 Pre Bid Meeting 5I1712Q04 1, I U I ',' f7)CCc ()J,t.Ja) t-+C{(I =lC-c.t't-U1 I-/.(!t:.'-f= 1..41 I r II /. If " I' " 􀀻􀁓􀁾􀀮􀀮􀀾􀀫􀀺􀀠l). II f I , ' t, I I " IJ 1'12.4-5,j -;2.1( 7? 1A q1-z,. 􀁾􀁾􀁯􀀠...Uts. 'i);,}.. "to(;i -..o4<: .'--t1,.Com, . "I'n , "",' >,' , " 47 48 49 50 2l. 52 53 54 􀁾􀀠56 57 c.2l!.. --------, 59 60 61 􀁾.. 63 􀁾􀀠Arapaho Phase 3 Pre Bid Meeting 511712004 flAP: lJ.t: 􀁴􀁾􀀷􀁲􀁾􀀠•. I -.-': . " AOOlSiJN, i T FOOD !1flRr NO 7 4191 HEULINE RD lX 75001 g724909968 -ri..... i3.;:: Sf N§.aqA FARi!IN ASS1STANT HOCKEY DIRECTOR 15100 MIOWAY ROAD ADDISON, TEXAS 75001 972-960-7466 FAX: 972·991·7465 · .." . ) 1􀁾􀀠Sbari King General Manager Forcstwood Antiqqe MaD 5333 Forest Lane Dtillas. TX 75244 Phone:: 972-661-000 I Fax: 972-661-0477AntiqueLand USA, lnc. n1imited, Lid: Antique M;;U15201 MIdway Road Addison, TX 7500 I 􀁅􀁾􀁍􀁡􀀡􀀱􀀠shank@antHluelandusacom Phone" 972-490-4085 www.anuqueJaodusa com Fax 972-490-0579\: ' .•..... '. .F!llI)(le (97'2) 􀀵􀀰􀀳􀀬􀁾􀁩􀁩􀁩􀁬􀀮􀀠L .••·..!'I.W. Corne,.Bellline&Mldway. ADDISON COMFORT SUITES JAMER SAMONTE GENERAL MANAGER 4555 SElT tiNE ROAD ADDISON, IX 75001 PHONE/FAX 972.503.6500 BY CHOICE HOTELS MAPSCO, INC. 4181 CEIIllJRIOHWAY 0 ADDISON, 1X75001 (972) 450-9380' FAX (972) 450-9305 dmoorman@mopsco_COfIl i 􀀹􀁮􀁾􀁾􀁾􀀠972.501SWOfJ.X 􀁾:r.;:"I\l kiULf 􀁾JEH/MSI Supply 􀁾􀁉􀁑􀁉􀁉􀁉􀀢􀁢􀁢􀁬􀁡􀁯􀀠OUTSIDE SALES METAL SPECIALIST 972-364-0545 TOUL FREE 888·534-1800 15200 MIDWAY RD. FAX 972-364-0554 ADDISON, TJ( 75001 CELL 972-365-9420 "An Eagle Supply Group, Inc. Company" Maggiore Realty 3004 Canyon Creek D., • Suite 100 Rkh'llCdson, Te:GlS 75080 Real Estate Investment Property Managemem PETER C. MAGGIORF" CPM President 9721669-9400 Fa.x 9721699-8364 409-916-2929 x222 Absolute ,-Sysfems Gene Harris 4139 Centurion Way Addison, Tx 75001 CEO Fax: (409) 916-2930 Cel: (214) 793-8989 ge.ne.banis@absolulesystems • .;om :iLj/25 􀁕􀁤􀁾􀁤􀀯􀁾0if//,(.! : jO/Ul If-. 􀁾􀁊􀁩􀁬􀀱􀀵􀀯􀀰􀁯􀀮􀁊􀀠!. L(-( '15 􀁾􀀮􀁩􀀮􀀼􀁊􀁕􀁾􀀼􀀧􀀭􀀭v(}􀀨􀁪􀀮􀀮􀁤􀁾􀀠n 7SOD I 􀁉􀁾􀀯􀁄􀀠 I [ ! I i i :.! 􀁾􀁉􀀮􀀠 ! I , I : : : i ! , I I 􀁩􀁩􀁦􀁾􀀼􀀻􀀠􀁉􀁴􀁦􀀯􀁾􀀬􀀭􀁾􀁩􀁴􀁮􀀠􀁁􀁉􀁾)(/11/I-P 6Wh-U\ 􀁩􀁾􀀱􀀠12D I 􀁦􀁾􀀠JJ,'L<-ve.. 􀁃􀁾􀁬􀀠iii 􀁆􀁾􀀩􀀱􀁜􀁊􀁄􀀮􀀠5SID3 􀀡􀁩􀁩􀁾􀀭􀁴􀀯􀁉􀀧􀀧􀀧􀀧􀀠'. MI{. 􀁾􀁜􀁌􀁫􀀠􀁾􀀠 !Ir􀁾ihi:!rc<.i dS6V1 ONe)0 PI"-tdj ! I C:tJ'b ])Jldo (?JWtA Ii t11lt. 􀁾Shrl-Ie./;4 􀁾􀀯􀀠􀁾􀁾􀀬+-t'd'" iii 'J)J'[(kJ wd-hL U·/-, III-us :!I ::1 􀁾􀀯􀀷􀀭􀀨􀀠􀀱􀀱􀁾􀀠􀂥􀁾􀀠􀁾tf-o-o , II iii 􀁾/IX 75;}.v/. '\ 'I'11 i :1 :!/"?2//!//A/ln 􀀻􀁊􀁰􀀺􀀬􀀨􀀡􀁊􀁺􀁾􀁦􀀭􀁉􀀭􀁍􀁾􀀼􀀭􀀧􀀠􀁰􀁾􀀠,: :%\, NWI r:;r:5Jf/1-L 3'3:,?:l tClrhQr't-􀁾􀁵􀁘􀁥􀁟􀀻􀀩􀀮':>0 􀁾􀀨􀀫􀁸􀀠􀀷􀀵􀁯􀁯􀁾􀀠 􀂷􀁄􀁁􀀭􀀭􀁾􀂷􀁔􀀠yY1'S. JtlVL Selc/􀁾􀁴􀁙􀀭/fhr') 􀁒􀁵􀁌􀁾􀀠􀁰􀀺􀀭􀁾􀀠. Po. {3vx 􀁾􀀰􀀰􀀠I 􀁾􀁊􀀠􀁾􀀯􀀠n ;5J..(;P, -􀀷􀁾􀀯􀀼􀀰􀀠, I II :1 i, , ': 'I: CWOTS # 4185T03 4801 Matlock Road, Room B16 Arlington, Texas 76018 December 31,2003 TOWN OF ADDISON POBox 9010 Addison, TX 75001 Dear Mr. Jalbert, This letter is in regards to your request for Southwestern Bell Telephone, L.P. to perform custom work for you. Enclosed please find an Application and Letter of Agency for Custom Work. This application describes the custom work you have requested along with the associated charges for us to do the work. We require an advance payment on this amount, which is shown on the application. Both the signed application and the advance payment must be received by our office before we can proceed on your behalf. Our mailing address for these documents is listed below: Southwestern Bell Telephone, L.P. Attn: Shirley Meadows 4801 Matlock Road, Room B16 Arlington, Texas 76018 If you decide not to proceed with this work, please call our business office so that we may cancel your request. As always, please feel free to contact our business office at 1 800 3037477 if you have any any questions regarding this matter. Please refer to the record number at the top of your application to assist us in locating your file. Sincerely, Shirley Meadows CWOTS Department Southwestern Bell Telephone, L.P. 817467-8124 or 1-888-321-8535 Phone 817 467-8198 or 1-800-851-7311 Fax 8056 Actual Cost CWOTS # 4185T03 4801 Matlock Road, Room B16 Arlington, Texas 76018 APPLICATION and LETTER OF AGENCY FOR CUSTOM WORK December 31, 2003 CWOTS Number: 4185T03 Customer Billing Telephone Number: 972450-7000 BILL TO: TOWN OF ADDISON POBox 9010 Addison, TX 75001 DESCRIPTION OF CUSTOM WORK: This cost estimate is for the extension of Arapaho Road from Surveyor Road to Addison Road. This job will reroute conduit run under new box culvert. Contract engineer will design job. CHARGE FOR CUSTOM WORK: ESTIMATED COST: $ 44.359.10+ tax (Actual charges may exceed this estimated cost.) "'IF USING A PURCHASE ORDER ESTIMATED COST WILL BE $45,124.75'ESTIMATED LABOR: $ 34,064.31; ESTIMATED MATERIALS: $ 6,128.88; ESTIMATED OVERHEAD EXPENSE: $ 4,165.91 Applicant requests that Southwestern Bell Telephone, L.P. act as its agent in performing the above-described custom work on Applicant's behalf. Applicant agrees to pay the charge(s) indicated above for such work. The work is to be done on an "Actual Cost" basis, all charge(s) will be computed in accordance with Southwestern Bell Corporation's ordinary accounting practices under the Uniform System of Accounts for Class A telephone companies and will include allocated costs for labor, engineering, materials, transportation, motor vehicles, tool and supply expenses and sundry billings from sub-contractors and suppliers for work and materials related to the job. The Applicant affirms that the cost estimate furnished by the Telephone Company has been considered only as an estimate of approximate costs and that the actual costs incurred by the Telephone Company in doing the work at the particular time and location might be higher. Said estimated cost is subject to change due to any number of factors including, but not limited to, changing conditions in the field, weather delays, or changes in the scope of the work. CHANGE ORDERS Should concealed conditions exist, including conditions that may exist below the surface of the ground, or if conditions exist that could not have been anticipated by SBC at the time of this agreement, SBC will be entitled to additional funds and/or additional time to complete the work. SBC will request such additional funding and/or additional time through a request for a change order. Should Applicant or its agents, servants, or employees order or seek changes in the scope of the work, SBC is entitled to seek from Applicant, its agents, servants, or employees, additional funds as necessary to perform the work, and additional time, as necessary to complete the work. Said request for additional funds and/or additional time will be through change order. All change orders will be in writing. All change orders will be submitted and accepted by Applicant, its agents, servants or employees, before SBC proceeds to execute the work or, if work has been initiated on the project, continues with executing the work except in an emergency endangering life or property. Applicant, its agents, servants or employees, are deemed to have accepted the terms of any change order by signing where indicated on the change order. 8056 Actual Cost Under no circumstances will SBC's request for a change order be deemed or used as evidence of delay on the project. Nor will any change order issued in this project be used to charge SBC with responsibility for any alleged delay on the project TIME TO COMPLETE Any representation by SBC, its agents, servants or employees that the project, or any additional work authorized by change order, will be complete by a certain date or certain time period is strictly an estimate and not binding on SBC, its agents, servants, or employees, All estimated completion dates are subject to changing conditions in the field, changes in the scope of the work, relocation of existing utilities not within SBC's control, Acts of God, weather delays, labor disputes, vendor/contractor disputes, and other conditions or circumstsnces that SBC, its agents, servants, or employees, could not reasonably anticipate at the time of the estimate, PAYMENT Applicant agrees to make an advance payment of $ 44,359,10 prior to ,commencement of the work and agrees to pay the applicable taxes when the work is completed, Applicable charges for Custom Work will be billed on a special bill separate from the bill that Applicant receives for telephone service, Applicant, its agents, servants, or employees agree to make payment on change orders within thirty (30) days of the date of signature on the change order, Failure to make payment within the designated thirty (30) day time period will operate to cancel the change order and SBC will cease all work activity on the project until payment is made. When the Applicant agrees to Interval Billing *, the balance of the Contract Price or Actual Cost (as applicable) will be made in monthly payments, If the Actual Cost made varies from the Estimated Cost, then a correcting adjustment will be made in the last payment. CANCELLATION If the applicant cancels the work prior to completion, Applicant agrees to pay Southwestern Bell Telephone, LP. for the costs it has incurred in starting performance under the contract and before being notified to cease only, ESTIMATED PRICE QUOTE The above estimated price is gUaranteed for 60 days from December 31, 2003, If the charges are not accepted within 60 days the order will be cancelled and a new order will need to be placed, The second estimate may be higher than the estimated price set out above, CHOICE OF LAW AND ARBITRATION Should any dispute arise between the parties concerning the subject matter of this agreement, or any term contained therein, the parties agree that the dispute or claim shall be submitted to binding arbitration before the American Arbitration Association, The parties further agree that the prevailing party in any such dispute will be entitled to recover attorney's fees and costs of arbitration, Texas law governs the application ofthis agreement and all terms contained therein. INDEMNIFICATION AND HOLD HARMLESS Applicant, its agents, servants, and employees hereby agree to indemnify and hold harmless SBC, and its employees, agents and contractors, from and against any and all claims, costs, expenses, judgments or actions for damage to property or injury or death to persons, and/or arising from or relating to the work that is the subject of this agreement, to the extent any such claims are caused by the negligent acts or omissions of the Applicant, its agents, servants, or employees. ENTIRE AGREEMENT The parties agree that the terms set forth herein constitute the entire agreement and there are no other agreements regarding the project that is the subject of this agreement between the parties. MODIFICATION & NOTICE Any modification to this agreement must be made in writing and Signed by both parties, Any party to this agreement may provide the other party with notice of any fact or condition by providing such information in writing and serving said writing via certified mail, return receipt requested. 8056 Actual Cost ACCEPTED FOR CUSTOMER: ACCEPTED FOR SOUTHWESTERN BELL TELEPHONE, L.P.: Authorized Signature, Title or Relationship to Company or Individual Company: _________ Title: Mgr Oprs-CntI/CWOTS Date: Date: • Applicable to orders over $25,000 and work will take 6 or more months to complete. 8056 Actual Cost --------------------Job No. 25768-DS-301LETTER OF I:I􀁾i i=J DateThe HNTB Ccmpal'ljeJ TRANSMITTAL October 23, 2003 no, Texas 75W3 (972) 661-5626 􀀮􀁾"""?" .. . ..---.Re: : Arapaho Road Phase 3 wn of Addison . Revised Proposal for Additional Services 16801 WestgTOve Drive l) $, Addison, TX 75001-9010 .. ..... ... . S _. ,,'v\1" 􀁯􀀿􀁾􀀠10\;J'tv' \ WE ARE FORWARDING TO YOU: NO. OF COPIES SHEET NO. LAST DATED DESCRIPTION 1 Attachment A 09/08/2003 Tree Survey -East of 􀁍􀁩􀁤􀁷􀁡􀁾􀀠Road 1 Attachment B 09/08/2003 Y'Track Additional T0J.J0/j\raphic Survey 1 Attachment C ! 09/08/2003 Additional Drairo""''' ._. ----""'._--------------_.. _---_.. _--, ---------_._---------..........._----.. -------------------.. . ...........􀀭􀀮􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀮􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭-_.._, + 􀀭􀁾􀀮􀀭THESE ARE TRANSMITTED: D For approval IZI For your use IZI As requested D For review & comment PLEASE NOTE: COpy TO: Slade Strickland -Town of Addison 25768-DS-301 Attachment A Compensation Arapaho Road Extension Phase 3 -PS&E Tree Survey. East of Midway Road Estimate of Manhours Grantham & Associates, Inc. Survey Crew Manhour Projection Expense Assistant Project Project Design SurveyCADD Survey Task Manager Engineer Tech Manager Technician Survey CrewClerical􀁾􀀨􀀩􀁰􀁥􀁲􀁡􀁴􀁯􀁲􀀠Tree Survey (approx. 500 If) 0.5 2 0 0 0 4 8 20 Total Hours 0.5 2 0 40 0 8 20 Hourly Rate $45.00 $41.00 $24.00 $16.00 $16.00 $40.00 $25.00 $110.00 Direct Labor Cost $22.50 $82.00 $0.00 $0.00 $160.00 $200.00 $2,200.00$0.00 G&A Direct Labor $ 464.50 Indirect Labor, Overhead (1.8775) $ 872.10 Subtotal $ 1,336.60 Profit & Contingency $ 200.49 Survey Crew Expense $ 2,200.00 Direct Expense $ 500.00 􀁰􀁾􀁣􀁩􀀻􀀮􀀻􀀧􀁩􀀧􀀡􀁾􀀪􀀡􀀻􀁾􀀻􀀻 􀁾􀁇􀀦􀁾􀀠􀁬􀀳􀁥􀁥􀁟􀀻􀁾􀀲􀁾􀀻􀁾􀀳􀁦􀁊􀁽􀁡􀀺􀁾􀀠."_.',' Attachment B Compensation Arapaho Road Extension Phase 3 • PS&E Y' Track Additional Topographic Survey EstimaJe of Manhours Grantham & Associates, Inc. Survey Crew Manhour Projection Expense Assistant Project Project Design CADD Survey Survey Survey Task Manager En!!i"eer Tech Operator Clerical Manager Technician Crew Topographic Survey 0.5 2 0 0 0 4 8 16 Total Hours 0.5 2 0 0 0 4 8 16 Hourly Rate $45,00 $41,00 $24,00 $16,00 $16,00 $40.00 $25.00 $110.00 Direct Labor Cost $22.50 $82,00 $0,00 $0.00 $0,00 $160.00 $200,00 $1.760,00 G&A Direct Labor $ 464,50 Indirect Labor. Overhead (1,8775) $ 872.10 Subtotal $ 1.336.60 Profit & Contingency $ 200.49 Survey Crew Expense $1.760.00 Direct Expense $ 500.00 􀁾􀁾􀀻􀁩􀁦􀀺􀁾􀁾􀁩􀁅􀀧􀀿􀀧􀂧􀀯􀁩􀁇􀀬􀁉􀀡􀁯􀀮� �􀁬􀀻􀀬􀁦􀁾􀁾􀀻􀀱􀀤􀀮􀁩􀀳􀁦􀁾􀁾􀀡􀁩􀁩􀁀􀀳􀁪􀀠 Attachment C Compensation Arapaho Road Extension Phase 3 • PS&E Additional Drainage Services Estimate of Manhours Grantham & Associates, Inc. Manhour Projection Task Assistant Project Manager Project Engineer Design Tech CADD Operator Clerical Addison Road Drainage Plans and Specifications 4 8 4 8 4 Total Hours 4 8 4 8 4 Hourlv Rate $ 45.00 $ 41.00 $ 24.00 $ 16.00 $ 16.00 Direct Labor Cost $ .180.00 $ 328.00 $ 96.00 $ 128.00 $ 64.00 : G&A Direct Labor $ 796.00 Indirect Labor, Overhead (1.8775) $ 1,494.49 Subtotal $ 2,290.49 Profit & Contingency $ 343,57 Direct Expense $ 250.00 􀁅􀁾􀁾􀁾􀁾􀁾􀁾􀀻􀁩􀀻􀁩􀀺􀀻􀁦􀀧􀁇􀁦􀁦􀁩􀁾􀀹􀀱􀀤􀀿􀀲􀁾􀁾􀀸􀀺􀀴􀀺􀁯􀀺􀂧􀀱􀀠'Y' Track Drainage Drainage Plan I Profile 4 8 8 16 Drainage Calculations 4 8 4 8 Utility Coordination 2 4 2 6 4 Total Hours 10 20 14 30 4 Hourlv Rate $ 45.00 $ 41.00 $ 24.00 $ 16.00 $ 16.00 Direct Labor Cost $ 450.00 $ 820.00 $ 336.00 $ 480.00 $ 64.00 G&A Direct Labor $ 2,150.00 Indirect Labor, Overhead (1.8775) $ 4,036.63 Subtotal $ 6,186.63 Profit & Contingency Contingency $ 927.99 Direct Expense $ 250.00 􀁩􀀧􀁩􀁬􀀱􀁬􀁗􀁾􀁬􀁬􀀧􀀡􀀺􀀧􀀻􀁬􀀡􀁦􀁦􀁩􀁩􀀢􀁫􀁩􀁾� �􀀠􀀭􀀧􀀧􀀧􀁦􀀧􀁾􀀧􀀧􀁊􀀡􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀱􀀧􀀧􀀧􀁴􀀴􀀧􀁗􀁾􀁾􀁭􀁭􀁾􀀹􀀮􀁾􀁩􀁲􀁾􀁾􀁾􀁾􀀠 nr 􀀮􀁌􀁡􀁾􀁾􀁲􀁊􀁾􀁬􀀠32UUse TCMN OF ADDISON invent9724502837 FEB-7-2003 16:25 Fax Call Report <. Job Date Time Type Identification Duration Pages Result 171 21 7/2003 16:23:56 Send 99726615614 0:58 2 OK 'tOWNOF ADDIsoN PUBLIC WORKS To: \ )t(Y'"\ !kId and impacts before making arrangements with contraetors and other personnel to perfonn work on an airport. These safety concerns will serve as the foundation for the construction safety plan and help maintain a high level ofaviation safety during the project. The airport operator should determine the level of complexity ofthe safety plan that is necessary for each construction project and its phases, The safety plan may be detailed in the specifications included in the invitation for bids, or the invitation for bid may specifY that the contractor develop the safety plan and the airport operator approve it. In the latter casc, the invitation for bid should contain sufficient infonnation to allow the contractor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the Iotal cost ofthe project The airport operator has final approval authority and respoosibility for all safety plans, Coordination will vary from formal prcdesign conferences to informal conmcts throughout the duration ofthe construction project. Details ofa specified safety plan, or requirements for a contractor·dcveloped safety plan. should be discussed at the predesign and preconstruct ion conferences and should include the fullowing, as appropriate: a. Actions necessary before starting construction, including defining and assigning responsibilities. b. Basic responsibilities and procedures fur disseminating instructions about airport procedures to the contractor's personnel. e. Means ofseparating construction areas from aeronautlcal·use areas. d. Navigational aid (NA VAID) requirements and weather. e. Marking and lighting plan illustrations. f. Methods ofcoordinating significant changes in airport operations with all the appropriate parties. 2-2. SAFETY PLAN CHECKLIST. To the extent applicable, the safety plan should address the following: a. Scope of work to be perfonned, including proposed duration ofwork. b. Runway and taxiway marking and lighting, e. Procedures for protecting all runway and taxiway safety areas, obstacle-free zones (OPZS), objeet-free areas (OFAs), and threshold citing criteria outlined in AC 15015300·13, Airport Design. and as described in this AC. This ineludes Iimitatioos on equipment height and stockpiled material. d. Areas and operations affected by the construction activity, including possible safety problems. e. NAV AIDs that could be affected, especially critical area boundaries. f. Methods ofseparating vehicle and pedestrian construction traffic from the airport movement areas. This may include fencing off construction areas to keep equipment operators in restricted areas in which they are authorized to operate. Fencing, or some other form of restrictive barrier, is an operational necessity in some cases. g, Procedures and equipment, such as barricades (identifY type), to delineatc closed construction areas from the airport opcrational areas, as nccessary. h. Limitations on construction. I. Required compliance ofcontractor personnel with aU airport safety and security measures, j. Location of stockpiled construction materials, construction site parking, and access and haul roeds. k. Radio communications. I, Vehicle identification. m. Trenches and excavations and cover requirements. 3 AC 15015370-2E 1117/03 n. Procedures for notifYing ARFF personnel if water lines or tire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. o. Emergency notitication procedures for medical and police response. p. Use of temporary visual aids. q. Wildlife management. r. Foreign object debris (FOD) control provisions. s. Hazardous materials (HAZMA T) management. t. NOTAM issuance. ll. Inspection requirements. v. Procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. 􀁷􀁾􀀠Procedures for contacting responsible representatives/points ofcontact for all involved parties. This should include off-duty contact infonnation so an immediate response may be coordinated to correct any construction-related activity that could adversely affect the operational safety oftha airport. Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that impaelSFAA NAVAlDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan (e.g., if. vehicle is involved in a runway incursion). z. Any special conditions that affect the operation ofthe airport and will require a portion ofthe safety plan to be activated (e.g., low-visibility operations, snow removal). Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the construction project to ensure continual compliance with all safety and security requirements. Airports subject to 49 CFR part 1542, Airport Security, must meet standards for access control) movement of ground vehicles> and identification ofconstruction contractor and tenant personnel. In addition, airport operators should use safety program standards, as described in Chapter 3 of this AC, to develop specitic safety measures to which tenants and eonstruction contractors must adhere throughout the duration ofeonstruction activities. General safety provisions are contained in AC 150/5370-10, Standards for Specifying Construclion of Airports, paragraphs 40-05, "Maintenance ofTraffic;'; 70-08, «Barricades, Warning Signs, and Hazard Markings"; and 80-04, "Limitation of Operations." At any time during 􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁥􀁴􀁩􀁯􀁮􀁾􀀠aircraft operations, weather, seeurity, or local airport rules may dictate more stringent safety measures. The airport operator should ensure that both general and specific safety requirements are eoordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifications for on-airport construction projects. 2-4. VEHICLE OPERATION AND MARKING AND PEDESTRIAN CONTROL. Vehicle and pedestrian access routes fur airport construction projects must be controlled to prevent inadvertent or unauthorized entry of persons, vehicles, or animals onto the AOA. This includes aircraft. movement and nonmovement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors. and the ATCT. The safety plan or invitation for bid should include specitic vehicle and pedestrian requirements. The vehicle plan should contain the following items: •• Airport operator's rules and regulations for vehicle marking, lighting, and operation. b. Requirements for marking and identifYing vehicles in accordance with AC 150/521()"5, Painting, Marking, and Lighting ofVehicles Used on an Airport. c. Description of proper vehicle operations on movement and nonrnovement areas under nannal, lost communications! and emergency conditions. d. Penalties for noncompliance with driving rules and regulations. •. Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for eonstruction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers. 4 1/17103 such as construction drivers under escort, may not require this train ing. g. Escort procedures for construction vehicles requiring access to aircraft movement areas. A vehicle in the movement area must have a working 􀁡􀁶􀁩􀁡􀁴􀁩􀁯􀁮􀁾􀁢􀁡􀁮􀁤􀁾􀀠two-way radio unless it is under escort. Vehicles can be in closed areas without a radio if the closed area is properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. b. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. i. Procedures for, ifappropriate, personnel to control access through gates and fencing or across aircraft movement areas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contraetor employees to prevent any unauthorized entry of persons or vehicles onto the airport movement area. These areas should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must perk and service all construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a closed rruciway or runway. Employees should also park construction vehicles outside the OF A when not in use by construction personnel (e.g., overnight, on weekends, or during other periods when construction 􀁾􀀠not active). Parking areas must not obstruct the clear Ime ofsigilt by the A TCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study those areas to determine effects on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces (see paragraph 2-13 fur further information). 2-7. RADIO COMMUNICATION TRAINING. The airport operator must ensure tilat tenant and construction contraetor personnel engaged in aetivities involving unescorted operation on aircraft movement AC 150/5370·2E areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without A TCTs. Training of contractors on proper communication procedures is essential for maintaining airport operational safety. When operating vehicles on or near open runways or taxiways) construction personnel must understand the critical importance ofmaintaining radio contact with airport operations, ATCT, or the Common Traffic Advisory Frequency, which may include UNICOM, MULTICOM, or one ofthe FAA Flight Service Stations (FSS), as directed by airport management. Vehicular traffic crossing active movement areas must be controlled either by two.way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway: In . addition, it is the responsibility ofthe escort vehIcle driver to verilY the movemeat/position ofall escorted vehicles at any given time. Even though radio communication is maintained. escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event ofradio failure (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at bttp:llwww.faarsp.org or obtained from the Regional Airports Division Office. 2-8. FENCING AND GATES. Airport operators and contractors must take care to maintain a high level ofsafcty and security during construction when access points are created jn the security fencing to permit the passage ofconstruction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access bY animals and people (cspecially minors). Procedures should be in place to ensure that only authorized persons and vehicles have access to the AOA and to prohibit !!piggybacking" behind another person or vehicle. The Depertrnent ofTransportation (DOT) document DOTIFAAlAR-OO/52, Recommended Security Guidelines jor Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants CounCil, Airports Council International, or American Association of Airport Executives. Section 3. Notification of Construction Activities 2-9. GENERAL. In order to maintain the desired levels ofoperational ..rety on airports during construction activities, the safety plan should contain the notification aetions described below. 5 AC 15015370-2E 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTICES TO AIRMEN (NOTAMS). The airport operator must provide information On closed or hazardous conditions on airport movement areas to the FSS so it can issue a NOTAM. The airpert operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center. Refer to AC 150/5200-28, Nolices 10 Airmen (NOTAMs) for Airport Operators. and Appendix 4 in this AC for a sample NOT AM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA-owned facilities. Only the airport operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The airport owner/operator is the only entity that can close or open a runway.) The airport operator must file and maintain this list ofauthorized representatives with the FSS. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notifY the airport operator. 2-12. AlRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifYing ARFF personnel, mutual aid providers, and other emergency services ifconstruction requires shutting off or otherwise disrupting any water line Or fire hydrant on the airport or adjoining areas and ifcontractors work with hazardous material on the airfield. Notification procedures mu.t also be developed for notifYing ARFF and all other emergency personnel when the work performed will close or affecl any emergency routes. Likewise, the procedures must address appropriate notifications when services are restored. 2-13. NOTIFICATION TO THE FAA. For certain airport projects, 14 CFR part 77 requires notification to the FAA. In addition to applications made for Federally funded construction, 14 CFR part 157, Notice ofConstruction, Alteration, Aetivation, and 1/17103 Deactivation of Airports, require. that the airport operator notifY the FAA in writing whenever a non-Federally funded project involves the construction ofa new airport; the construction) realigning, altering, activating) Or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 1480-1, Notice ofLanding Area Proposal, to the nearest FAA Regional Airports Division Office or Airports District Office. Also, any person proposing any kind ofconstruction Or alteration ofobjects that affect navigable airspace, as defined in 14 CPR part 71 must notifY the FAA. This includes construction equipment and proposed parking areas for this equipment (I.e., cranes, graders, etc.). FAA Form 7460-1, Notice of Proposed Construction Or Alteration, can be used for for this purpese and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC 70n46()"2, Proposed Constmcrion or Alteration ofObjects that May Ajfectthe Navigable Airspace.) Ifconstruction operations require a shutdown ofan airport owned NAVAID from service for more than 24 hours or in excess of4 hours daiJy on consecutive days, we recommend a 􀀴􀀵􀁾􀁤􀁡􀁹􀀠minimum notice prior to facility shutdown. Coordinate work for a FAA owned N A V AID shutdown with the local FAA Airways Facilitics Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs must be addressed. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airpert operatorSc--<)r tenants having construction on their leased properties-,o;hould use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction (see AC 150/5300-9, Predesign, Prebid, and Preconstrllction Conferencesfor Airport Grant Projects). The airport operator, tenants, and construction contractors should integrate operational sarety requirements into their planning and work schedules as early as practical. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. The contractor and airpert operator should carry out onsite inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. ;: ." 6 1/17103 AC 150/5370-2E CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas 3-1. OVERVIEW. Airport operators must use these safety guidelines when preparing plans and specifications for construction aetivities in areas that may interfere with aircraft operations. The safety plan should recognize and address these standards for each airport construction project. However, the s.rety plan must reflect thc specific needs ofa particular project, and for this reason. these safety guidelines should not be incorporated verbatim into project specifications. For additional guidance on meeting safety and security requirements, refer to the planning guide template included in Appendix 3 ofthis AC. 3-2. RUNWAY SAFETY AREA (RSA)I OBSTACLE-FREE ZONE (OFZ). A runway safety area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event ofan undershoot, overshoot, or excursion from the runway (see AC 15015300-13, Airport Design). Construction activities within the standard RSA are subject to the following conditions: •• Runway edges. (1) No construction may OCcur closer than 200 feet (GOm) from the runway centerline unless the runway is closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA width available during construction, or 400 feet, whichever is less {see AC 150/5300-13, Tables 3-1 through 3-3}. (2) Personnel, matcrial, andlor equipment must not penetrate the OFZ, as defined in AC 1501530013. (3) The airport operator must coordinate the construction activity in the RSA as permitted above with the ATCT and the FAA Regionai Airports Division Office or appropriate Airports District Office and issue a local NOTAM. b. Runway ends. (l) An RSA must be maintained of such dimensions that it extends beyond the end ofthe runway a distance equal to that which existed before construction activity, unless the runway is closed Or restricted to aircraft operations operations for which the reduced RSA is adequate (see AC 150/5300-13). The temporary use ofdeclared distances andlor partial runway closures may help provide the necessary RSA. In addition, all 􀁰􀁥􀁲􀁳􀁯􀁮􀁮􀁥􀁬􀁾􀀠materials, and/or equipment must remain clear ofthe applicable threshold siting surfaces, as defined in Appendix 2, "Threshold Siting Requirements," ofAC 150/5300·13.' Consult with the appropriate FAA Regional Airpol1ll Division Office or Airports District Office to determine the appropriate approach surface required. (2) Personnel, material. andlor equipment must not penetrate the OFZ, as defined in AC 150/5300· 13. (3) The safety plan must provide procedures for ensuring adequate distance for blast protection, if required by operational considerations. (4) The airport operator must coordinate construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a local NOTAM. c. Excavations. (1) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. (2) Open trenches or excavations are not permitted within 200 feet (GOm) ofthe runway centerline and at least the existing RSA distance from the runway threshold while the runway is open. Ifthe runway must be opened before excavations are backfilled, cover the excavations appropriately. Coverings for open trenches or excavations must be ofsufficient strength to support the weight ofthe heaviest aircraft operating on the runway. 3-3. TAXIWAY SAFETY AREASIOBJECTFREE AREAS. •• Unrestricted construction activity is permissible adjacent to taxiways when the taxiway is restricted to aircmft such that the available taxiway safety area is equal Ilf a full safety area cannot be obtained through declared distances and partial closures, or other methods such as alternate runway use, construction activity may operate in the RSA as long as conditions cited in paragraph 3.1b(2) thru (4) are met. In addition, various surfaces outlined in AC 150/5300-13 and Tenninal Inslrument Procedures (fERPS) must be protected through an aeronautical study, 7 AC 150/5370-2E 1/17103 to at least Y. ofthe widest wingspan of the aircraft expeeted to use the taxiway and the available taxiway object-free area is equal to at least .7 times the widest wingspan plus 10 feet. (See AC 15015300-J3 for guidance on taxiway safety and objeet-free areas.) Construction activity may be accomplished closer to a taxiway, subject to the following restrictions: (I) The activity is first coordinated with the airport operator. (2) Appropriate NOTAMs are issued. (3) Marking and lighting meeting the provisions ofparagraph 3-9 are implemented. (4) Adequate clearance is maintained betwcen equipment and materials and any part ofan aircraft. If such clearance can only be maintained ifan aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge ofthe pavement), then it will be necessary to move personnel and equipment for eaeh passing aireraft. In these situations, flag parsons will be used to direct construetion equipment, and wing walkers may be neeessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. b. Construction contractors must prominently mark open trenches and excavations at the construction site, as approved by the airport operator, and light tilem with red lights during hours ofrestricted visibility or darkness c. Excavations and open trenches may be permitted up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted par paragraph 3-9, "Hazard Marking and Lighting." Section 2. Temporary Runway Thresholds 3-4. OVERVIEW. Construction activity in a runway approach area may result in the need to partially close a runway or displace the existing runway threshold. In either case, locate tile threshold in accordanee with Appendix 2 ofAC 15015300-13, Airport Design. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate these objeets with the FAA's Regional Airports Office or appropriate Airports District Office, as necessary. Rafer to the current edition ofAC 150/5300-J3 for guidance on threshold siting requirements. The partial runway closure, the displacement ofthe runway threshold, as well as closures ofthe complete runway and other portions ofthe movement area also requires coordination with appropriate A TCT personnel and airport users. Cantion regarding partial runway c1osnres: When filing a NOT AM for a partial runway closure, clearly state to FSS personnel that the portion ofpavement located prior to the threshold is not available for landing and departing traffie. In this case, the threshold has been moved for both landing and takeoff purposes (this is diffurent than a displaced threshold). Example NOT AM: "North 1,000 feet ofRunway 18/36 is closed; 7,000 feet remain available on Runway IS and Runway 36 for arrivals and departures." There may be situations where the portion ofclosed runway is available for taxiing only. Ifso, the NOTAM must reflect this condition. Cantion regarding displaced thresholds; Implementation ofa displaced threshold affects runway length available for aireraft landing over the displacement. Depending on the reason fur the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and aecelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation. ete. within the RSA of any usable runway end, we do not recommend a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial elosure. 3-5. MARKING GUIDELINES FOR TEMPORARY THRESHOLD. Ensure that markings for temporary displaced thresholds are clearly visible to pilots approaching the airport to land. When construction personnel and equipment are located close to any threshold, a temporary visual NAVAID, such as runway end identifier lights (REIL), may be required (even on unlighted runways) to define the new beginning of the runway clearly. A visual vertical guidance device, such as a visual approach slope indicator 01ASI}, pulse light epproach slope indicator (PLASI), or precision approach path indicator (PAPI), may be necessary to assure landing clearance Over personneJ, vehieles, 􀁥􀁱􀁵􀁩􀁰􀁭􀁥􀁮􀁴􀁾􀀠and/or above-grade stoekpiled materials. Ifsuch devices are installed, ensure an appropriate descriptive NOT AM is issued to inform pilots oflhese conditions. The current edition of AC 150/5340-1, Standards/or Airport Markings, describes standard marking colors and layouts. In addition, we recommeQd that a temporary runway threshold be marked using the following guidelines: •• Airport markings must be clearly visible to pilots; not misleading, 􀁣􀁯􀁮􀁦􀁵􀁳􀁩􀁮􀁧􀁾􀀠or deceptive; secured in place to prevent movement by prop wash, jet blast, wing vortices, or other wind currents; and constructed of 8 1117103 AC 15015370-2E marerials that would minimize damage to an aircraft in the event orinadvertent contact. (1) Pavement markings fur temporary closed portions ofthe runway should consist ofyellow chevrons to identifY pavement areas that are unsuitable for takeoffllanding (see AC 150/5340-1). Ifunable to paint the markings on the pavement, construct them from any of the fuUowing materials: double-layered painted snow renee, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and secured to prevent movement by prop wash,jet blast, or other wind currents, (2) It may be necessary to remove or cover runway markings, such as runway designation markings and aiming point markings, depending on the length of construction and type ofactivity at the airport. (3) When threshold markings are needed to identifY the temporary beginning ofthe runway that is available fur landing, use a whire threshold bar ofthe dimensions specified in AC 150/5340-1. (4) Iftemporary outboard elevated or flush threshold bars are used, locate them outside ofthe runway pavement surface1 One on each side of the runway. They should be at least 10 feet (3m) in width and extend outboard from each side of the runway so they are clearly visible to landing and departing aircraft. These threshold bars are white. If the white threshold hers are not discernablc On grass or snow, apply a black background with appropriate material over the ground to ensure the markings are clearly visible. (5) A remporary threshold may also be marked with the use of rctroreflective, elevated markers. One side of such markers is green to denote the approach end of the runway; the side that is seen by pilots on rollout is red. See AC 15015345-39, FAA Specification L853, Rumvay and Taxiway Retroreflective Markers. (6) At 14 CPR part 139 certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR part 139.309). However, at noncertificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39. b. The application ;'tc ofthe paint to mark a sbortterm temporary runway threshold may deviate from the standard (see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10, Standards for SpecifYing Construction ofAirports), but the dimensions must meet the existing standards, unless coordinated with the appropriare offices. c. When a runway is partially closed, the distance remaining signs fur aircraft landing in the opposite direction should be covered or removed during the construction. 3-6. LIGHTING GUIDELINES FOR TEMPORARY THRESHOLD. A temporary runway threshold must be lighted ifthe runway is lighted and it is the inrended threshold for night landings or instrument meteorological conditions. We recommend that temporary threshold lights and relared visual NAV AIDs be installed outboard of the edges of the full-strength pavement with bases at grade level or as low as possible, but not to exceed 3 inches inches (7.6cm) above ground. When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate ofgradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage (see AC 15015370-10). We recommend that the following be observed when using temporary runway threshold lighting: •• Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-24, Runway and Taxiway Edge Lighting System. Battery-powered, solar, or portable lights that meet the erireria in AC 150/5345-50, Specificationfor Portabie Runway Lights, may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operation but may be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. b. When the runway has been partially closed, disconnect edge and threshold lights with associared isolation transformers on that part ofthe runway at and behind the threshold (i.e., the portion of the runway that is closed). Alrernately, cover the light fixture in such a way as to prevent light leakage. A void removing thc tamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. c. Secure, identifY, and place any temporary exposed wiring in conduit to prevent electrocution and fire ignition sources. d. Reconfigure yellow lenses (caution zone), as necessary. Ifthe runway has centerline lights, reconfigure the red lenses, as necessary, or place the centerline lights out of service. e. Relocate the visual glide slope indicator (VGSt), such as V ASI and PAPI; other airport lights, such as REIL; and approach lights to identifY the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. Ifthe FAA owns and operates the VGSI, 9 coordinate its installation or disabling with the local f. Issue a NOTAM to inform pilots oftemporary Airway Facilities Systems Management Office. lighting conditions, Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. Ensure that construction 􀁡􀁲􀁥􀁡􀁳􀁾􀀠including closed runways} are clearly and visibly separated from movement areas and that hazards, facilities, cables, and power lines are identified prominently for construction contractors, Throughout the duration ofthe construction project, veriJY that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in place and operational. Routine inspections must ha made of temporary construction lighting, especially batterypowered lighting since weather conditions can limit battery life, 3-8. CWSEDRUNWAY AND TAXIWAY MARKING AND LIGHTING. Closed runway markings consist ofa yeUow "X" jn compliance with the standards ofAC 150/5340-1, Standards for Airport Markings. A very cffective and preferable visual aid to dcpict 1cmporary closure is the lighted "X" signal placed on or near the runway designation numbers, This device is much more discernible to approaching aircraft than thc other materials dcscribed. Ifthe lighted "X" is not availablc, construct the marking ofany ofthe following materials: double-layered painted snow fence, colored plastic, painted sheets ofplywood, or similar materials, They must be properly configured and secured to prevent movement by prop wash, jet blast, or othcr wind currents, In addition, the airport operator may install barricades, traffic cones, activate stop bars, or other acceptable visual devices at major entrances to the runways to prevent aircraft from entering a closed portion ofrunway. The placement of even a single reflective barrieadc with a "do not enter" sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. Ifthe taxiway must remain open for aircraft crossings, barricades or markings, as described above or in paragraph 3-9, should be placed on the runway, •. Permanently closed runway •. For runways and taxiways that have been permanently closed, disconncct thc lighting circuits. For runways, obliterate the threshold marking, runway designation marking. and touchdown zone markings, and place 􀀢􀁘􀁾􀁳􀀢􀀠at each end and at 1,000-foot (300-m) intervals, For taxiways, pJace an "X" at the entrance ofthe closed taxiway. b. Temporarily closed runway and taxiways. For runways that have been temporarily closed, place an "X" at the each end of the runway. With taxiways, place an "XU at the entrance of the closed taxiway. c. Temporarily closed airport. When the airport is closed temporarily, mark the runways as closed and tum offthe airport bcaeon. d. Permanently closed airports When the airport is closed permanently, mark the runways as permanently closed, disconnect the airport beacon, and place an "X" in thc segmented circle or at a central location ifno segmented circle exists. 􀀳􀀭􀁾􀀮􀀠HAZARD MARKING AND LIGHTING. Provide prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vchiclcs. Using appropriate hazard marking and lighting may prevent damage, injury, traffic delays, andlor facility closures. Hazard marking and lighting must restrict access and make specific hazards obvious to pilots, vehicle drivers, and other personneL Barricades, traffic cones (weighted or sturdily attached to the surfuee), or flashers are acceptable methods used to identiJY and define the limits ofconstruction and hazardous areas on airports. Provide temporary hazard marking and lighting to prevent aircraft from taxiing onto a closed runway for takeoff and to identiJY open manholes, small areas under repair, stockpiled material, and wastc areas. Also consider less obvious construction-related hazards and include markings to identiJY FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personneJ to avoid these areas. The construction specifications must include a provision rcquiring the contractor to have a person on call 24 hours a day fur emergency maintenance of airport hazard lighting and barricades, The contractor must file the contact person's information with the airport. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades that arc marked with diagonal, alternating orange and white stripcs, Barricades may be supplemented with alternating 􀁾􀀠.. 10 1/17/03 orange and white flags at least 20 by 20 inches (50 by 50 em) square and made and installed so they are always in an extended position, properly oriented, and securely fastened to eliminate jet engine ingestion. Such baudcades may be many different shapes and made·from variouS materials, ineluding railroad ties, sawhorses,jersey barriers, or barrels. During reduced visibility or night hours, supplement the barricades with red lights, either flashing or steady-burning, which should meet the luminance requirements ofthe Statc Highway Department (yellow lights are not acccptable after October I, 2004). The intensity of the lights and spacing for barricade flags and lights must adequately and without ambiguity delineate the hazardous area. b. Movement areas. Use orange traffic concs; red lights, either flashing or steady-burning, which should meet the luminance requirement' of the State Highway Department (yellow lights are not aeceptable after October I, 2004); collapsible barricades marked with diagonal, alternating orange and white stripes; andlor signs to separate all construction/maintenance areas from the movement area, All barricades, temporary markers, and other objects placed and left in safety areas associated with any open runway, taxiway, or taxi lane must be as low as possibJe to thc ground; of low mass; easily collapsible upon contact with an aircraft or any of its components; and weightcd or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortcx, or other surface wind currents. If affixed to the surfacc, they must be frangible at grade level or as low as possible, but not to cxceed 3 inches (7.6cm) above the ground. Do not use nonfioangible hazard markings, such as concrctc barriers andlor mctal-drum-type barricades, in aircraft movement areas. Do not use railroad ties on runways. Use highly reflective barriers with flashing or steadyburning red lights to barricade taxiways leading to closed runways. Ev.luate all operating factors when determining how how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, we strongly recommcnd that, even for closures of relatively short durntion, major 1lIxiway/runway intersections be identified with barricades spaced no greater than 20 fect (6m) apart: Mark the barricades with a flashing or steady-burning red light. At a minimum, use a single barricade placed on the 1lIxiway centerline. 3·10. CONSTRUCTION NEAR NAVIGATIONAL AIDS (NA V AIDS). Construction activities, materials/equipment storage, and vehicle parking ncar electronic NA V AIDs require special considerntion since they may interfere with signals essential to air navigation. Evaluate the effect of construction activity and the required distance and direction from the NA V AID for each construction project. Pay particular attention to stockpiling material, as well as AC 150/5370-2E to movement and parking ofequipment that may interfere with line of sight from the A TeT or with electronic emissions. Interference from construction may require NAVAID shutdown or adjustment ofinstrumcnt approach minimums fur IFR. This condition requires that a NOTAM bc filcd. Construction activities and materials/equipment storage near aNAV AID may also obstruct access to the equipment and instruments for maintenance. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near aNAV AID, consult with the nearest FAA Airway Facilities Office. 3-11, CONSTRUCTION SITE ACCESS AND HAUL ROADS. Determine the construction contractor's access to the construction sites and haul roads. Do not pennit the construction contractor to use any access or haul roads other than those approved. Construction contractors must submit specific proposed routes associated with construction activities to the airport operator for evaluation and approval as part ofthe safety plan before beginning construction activities. These proposed routes must also provide specifications to prevent inadvertent entry to movement areas. Pay special attention to ensure that ARFF right ofway on access and haul roads is not impeded at any time and that construction traffic on haul roads does not interfere with NAV AIDs or approach surfaces ofoperational runways. 3-12. CONSTRUCTION MATERIAL STOCKPILING. Stockpiled materials and equipment storage are not permitted within the RSA and onofan opcrational runway. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas arc prominently marked and lighted during hours of restricted visibility or darkness. This includes determining and veriJYing that materials are stored at an approved location to prevent forcign object damage and attraction ofwildlire. 3-13. OTHER LIMITATIONS ON CONSTRUCTION. Contractors may not use open-flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no circumstances should flare pots he used within Ihe AOA at any time. The use ofelectrical blasting caps must not be permitted on Or within 1,000 feet (300m) ofthe airport property (sec AC 150/5370-10, Standards/or SpecifYing ConSinlction ofAi/ports). 11 AC 15015370-2E 1/17/03 3-14. FOREIGN OBJECT DEBRIS (FOD) not leave or place FOD on or ncar active aircraft MANAGEMENT. movement areas. Materials tracked onto these areas must be continuously removed during the construction project. Waste and loose materials, commonly referred to as FOD, We also recommend that airport operators and are capable ofcausing damage to aircraft landing gears, construction contractors carefully contro] and propellers, andjet engines. Construction contractors must continuously remove waste or loose materials that might attract wildlife. Section 4. Safety Hazards and ImpaclS 3-15. OVERVIEW. sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire Tbe situations identified below are potentially hazardous damage. Also, loose materials may blow 􀁡􀁢􀁯􀁵􀁾􀀠conditions that may occur during airport construction potentially causing personal injury or equipment damage. projects. Safety area encroachments, unauthorized and improper ground vebicle operations, and unmarked or i. Inappropriate or poorly maintained fencing uncovered holes and lIencbes near aircraft operating during construction intended to deter buman and animal surfaces pose the most prevalent threals to airport intrusions into the AOA. Fencing and other markings that operational safety during airport construction projects. are inadequate to separate construction areas from open Airport operators and contractors should consider the AOAs create aviation hazards. following when perfonning inspections ofconstruction activity: j. Improper or inadequate marking or lighting of runways (especially thresholds that have becn displaced ft. Excavation adjacent to runways, taxiways) and or runways thal bave been closed) and taxiways that could aprons. cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, b. Mounds ofearth, construction malerials, berrieading, and lighting oftemporarily closed portions of temporary structures, and other obstacles near any open AOAs create aviation hazards. runway, taxiway} ortaxilanej in the reJated 􀁯􀁢􀁪􀁥􀁣􀁴􀁾􀁦􀁲􀁥􀁥􀀠area and aircraft approach Of departure areas/zones; or k. Wildlife attractants--,;ucb as trash (food scraps obstructing any sign or marking. not collected from construction personncl activity), grass seeds, or ponded water--{)n or near airports. c. Runway resurfucing projects resulting in lips exceeding 3 inches (7,6cm) from pavement edges and I. Obliterated or faded markings on active ends. operational areas. d. Heavy equipment (stationary or mobile) m. Misleading or malfunctioning obstruction lights. operating or idle near A OAs, in runway approaches and Unlighted or unmarked obstructions in the approach 10departures areas, Or in OFZs. any open runway pose aviation hazards. e. Equipment or malerial near NAV AIDs that may n. Failure to issue, update, or cancel NOTAMs degrade or impair radiated signals andlor the monitoring about airport or runway closures or other ofnavigational ofnavigational and visual aids. Unauthorized or construction-relatod airport conditions. improper vehicle operations in loealizer or glide slope critical areas. resulting in electronic interference andlor o. Failure to mark and identifY utilities or power facility shutdown. cables. Damage to utilities and power cables during construction activity can result in the loss of f. Tall and especially relatively low-visibility units runway/taxiway lighting; loss of navigational, visual, or (Le., equipment with slim profiles)-<;ranes, drills, and approach aids; disruption ofweather reporting serviees; similar objects-located in critical areas, such as OFZs andlor Joss ofcommunications. and approach zones. t: p. Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, q. Lack of radio communications with constructionon any apron, open taxiway, or open taxHane or in a vehicles in airport movement areas. related safety, approacb, or departure area. r. Objects, regardless ofwhether they are marked h. Obstacles, loose pavement, trash, and other or flagged, or activities anywhcre on or near an airportdebris on or ncar AOAs. Construction debris (gravel, 12 1117103 that could be distracting, confusing, or alarming to pilots during aircraft operations. s.. Water, snow, dirt, debris, or other contaminants that temporarily obscure or derogate the visibility of runway/f:l!J(iway marking, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility ofareas under construction. t. Spillage from vehicles (gasoline, diesel fuel, oil, etc.) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g., no temporary drainage provided when working on a drainage system). AC 150/5370·2E v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance 􀁳􀁨􀁩􀁦􀁴􀁳􀀯􀁷􀁯􀁲􀁫􀁥􀁲􀁳􀁾􀀠construction contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount ofarea from which the contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or /ire ignition hazard. IdentifY and seeure wiring, and place it in conduit or bury it y. Site buming, which can cause possible obseuration. z.. Construction work taking place outside of designated work areas and out ofphase. 13 1117103 AC 15015370·2E APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version ofthe fullowing free publications from lhe FAA on its Web site at http://www.faa.gov/arp/. In addition, these ACs are available by conlal;ting the U.S. Department of Transportation, Subsequent Distribution Office, SVC· 121.23, Ardmore East Business Center, 3341 Q75th Avenue, Landover, MD 20785. a. AC 150/5200·28, Notices to Airmen (NOTAM) jor Airport Operators. Provides guidance for the use of the NOT AM System in airport reporting. b. AC 150/5200·30, Airport WinterSajety and Operations. Provides guidance to airport owners/operators on the development ofan acceptable airport snow and ice control program and on appropriate field condition reporting procedures. c. AC 150/5200·33, Hazardous Wildlife Attractants On or Near Airports. Provides guidance on locating certain land uses having the potential to attract hazardous wildlife to public·use airports. d. AC 150/5210·5, Painting, Marking. and Lighting ifVehicles Used on an an Airport. Provides guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. e. AC 150/5220-4, WaJerSupplySystemsjor Aircraft Fire and Rescue Protection. Provides guidance fur the selection ofa water source and standards for tile design ofa distribution system to support aircraft rescue and fIre fighting service operations on airports. f. AC 150/5340·1, Standardsjor Airport Markings. Contains FAA standards for markings used on airport runways, taxiways, and aprons. g. AC 15015340·14B, Economy Approach Ughting Aids. Describes standards for the desigu, selection, siting, and maintenance ofeconomy approach lighting aids. h. AC 150/5340·18, Standardsjor Airport Sign Systems. Contains FAA standards for the siting and installation ofsigus on airport runways and taxiways. i. AC 150/5345·28, Precision Approach Palh Indicator (PAPl) Systems. Contains the FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach fur landing. j. AC 15015380·5, Debris Hazards at Civil Airports. Discusses problems at airports, gives information on fureign objects, and explains how to eliminate such objects from operational areas. k. AC 10n460·2, Proposed Cons/mclion or Alteration ojObjects Ihat May Affect the Navigable Airspoce. Provides information to persons proposing to erect or alter an object that may affect navigable airspacc and explains the need to notifY the FAA before construction begins and the FAA's response to those notices, as required by 14 CFR part 17. 2. Obtain copies ofthe following publications from the Superintendent of Documcnts, U.S. Government Printing Office, Washington, DC 20402. Send a check or money order made payable to the Superintendent ofDocuments in the amount stated with your request. Thc Government Printing Office docs not accept C.O.D. orders. In addition, the FAA makes these ACs available at no charge on the Web site at http://www.faa.gov/arp/. a. AC 150/5300·13, Airport Design. Contains FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport design parameter, and contains thc object·free area and Ihe obstacle free-zone criteria. ($26. Supt. Docs.) SN050-007-01208·0. b. A C 15015370·10, Standard, jor Specifying Construction ojAirports. Provides standards for construction ofairports. Items covered include earthwork, drainage, paving, turfing, lighting, and incidental construction. ($18. Sup!. Docs.) SN050·007· 0821·0. A·' AC 15015370-2E 1/17103 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA (AOA). Any area of the airport used or intended to be uscd for the landing, takeoff, or surface maneuvering ofaircraft. An air opemtioM area includes such pavcd or unpaved areas that are used or intended to be used for the unobstructed movement ofaircraft in addition to its associated runways, taxiways, or aprons. 2. CONSTRUCTION. The presence and movement of construction-related personnel, equipment, and materials in any loc.tion that could infringe upon the movement of aircr.ft. 3, CERTIFICATED AIRPORT. An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, or its subsequent revisions. 4. FAA FORl"17460-1, NOTICE OF PROPOSED CONSTRUCTION OR ALTERATION. The form submitted to the FAA Regional Air Traffic or Airports Division Office as formal written notification ofany kind ofconstruction or alteration ofobjects that affect navigable airspace, as defined in 14 CFR part 77, Objects Affecting Navigable Airspace (see AC 7017460-2, Proposed Constmction or Alleralion a/Objects that May Affect the Navigable Airspace, found at http://www.r••.gov/arpl). 5. FAA FORM 7480-1, NOTICE OF LANDING AREA PROPOSAL. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning ofa runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport (found at http://www.ra••govlarpl). 6. MOVEMENT AREA. The runways, taxiways, and othcr areas ofan airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing ofaircraf\:, exclusive of loading ramps and aireraft parking areas (refcrence 14 CFR part 139). 7. OBSTRUCTION. Any objecllobstacle exceeding the obstruction standards specified by 14 CFR part 77, subpartC. 8. OBJECT-FREE AREA (OFA). An area on the ground centered on the runway, taxiway, or taxilane centerline providad to enhance safety ofaircraft operations by having tbe area free ofobjects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes (see AC 15015300-13, Airport Design, for additional guidance on OF A standards and wingtip clearance criteria). 9. OBSTACLE-FREE ZONE (OFZ). The airspace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear ofall objects, except for frangible visual NAV AIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking offfrom the runway and for missed approaches (refer to AC 15015300-13 for guidance on OFZs). 10. RUNWAY SAFETY AREA (RSA). A defined surface surrounding the runway prepared or suitable for reducing the risk ofdamage to airplanes in the event ofan undershoot, overshoot, or excursion from the runway, in accordance with AC 150/5300-13. 11. TAXIWAY SAFETY AREA. A defined surface alongside the taxiway prepared or suitable for reducing the risk ofdamage to an airplane unintentionally departing the taxiway, in accordance with A C 150/530013. 12. THRESHOLD. The beginning ofthat portion ofthe runway available for landing. In some instances, the landing threshold may be displaced. 13. DISPLACED THRESHOLD. The portion of pavement behind a displaccd threshold that may be available for takeoffs in either direction or landing from the opposite direction. 14. VISUAL GLIDE SWPE INDICATOR (VGSI). This device provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicators (PAP!s), visual approach slope indicators (VASls), and pulse light approach slope indicators (PLASls). A-2 1117/03 AC 150/5370-2E APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix prClVides airport operators wilh boilerplateformat and languagefor developing a safetyplanfor an airport construction project. Adaptthis appendix, as applicable. to specific conditions found on the airport for which the plan is being developed. Consider including a copy ofthis safety plan in the construe/ion drawings for easy access by contractor personnel. Plans shouldcontain the fol/owing: 1. GENERAL SAFETY REQUIREMENTS. Throughout the construction project. the following safety and operational practices should be observcd: • Operational safety should be a standing agenda item during progress meetings throughout the construction project • The contractor and airport operator must perfonn onsite inspections throughout the project. with immediate remedy of any deficiencies. whether caused by negligence. oversight. or project scope change. • Airport runways and taxiways should remain in use by aircraft to the maximum extent possible. • Aircraft use ofareas near the 􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁴􀁯􀁲􀁾􀁳􀀠work should be controlled to minimize disturbance to the 􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁴􀁯� �􀁾􀁳􀀠operation, • Contractor, 􀁳􀁵􀁢􀁣􀁯􀁮􀁴􀁲􀁡􀁣􀁴􀁯􀁲􀁾􀀠and supplier employees or any unauthorized persons must be restricted from entering an airport area that would be hazardous. • Construction that is within the safety area ofan active runway, taxiway. or apron that is performed under normal operational conditions must be perfonncd when the runway J taxiway, or apron is closed or use-restricted and initiated only with prior permission from the airport operator. • The contracting officer, airport operator, or other designated airporl representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. 2. CONSTRUCTION MAlNTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity. the contractor 􀁭􀁵􀁳􀁾􀀠through the airport operator, give notice [using the Notice to Ainnen (NOT AM) System Jofproposed location, time, and date ofcommeneement of construction. Upon completion ofwork and return ofall such areas to standard conditions, the contractor must, through the airporl operator, verifY the cancellation of all notices issued via the NOT AM System. Throughout the duration of the construction project, the contractor 􀁭􀁵􀁳􀁴􀁾􀀠•• Be aware ofand understand the safety problems and hazards described in AC 150/5370-2, Operational Safety on Airports During Cons/ruction. b. Conduct activitics so as not to violate any safety standards contained in AC 150/5370-2 or any ofthe references therein. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. d. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe ccnditions as soon as they are discovered. 3. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach sumce over equipment and materials. (Refer to Appendix 2 in AC 150/5300-13. Airport Design, for guidance in this area.) 4. RUNWAY AND TAXIWAY SAFETY AREA (RSA AND TSA). Limit construction to outside of the approved RSA. as shown on the approved airporllayout plan-unlcss the runway is closed or restricted to aircraft operations, requiring a lesser standard RSA thai is equal to the RSA available during construction (see AC 150/5370-2 fur exceptions). Construction activity within the TSA is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; evacuations, trenches, or other conditions are ccnspicuously marked and lighted; and local NOTAMs are in effect for the activity (see AC 15015300-13 for wingtip clearance requirements). The NOTAM should state that. "personnel and equipment are working adjacent to Taxiway__," •. Procedures for protecting rDDWlIy edges. • Limit construction to no closer tban 200 fcet (60m) from the runway centerline-unless the runway is closed or restricted to aircraft operations. requiring a lesser standard RSA A-3 AC 150/5370-2E 1/17/03 that is equal to the RSA available during • Coordinate construction activity with the construction, Airport Traffic Control Tower (ATCT) and FAA Regional Airports Division Office or• Prevent personnel, materia1, andlor Airports Distriet Office, and through the equipment, as defined in AC 150/5300-13, airport operator, issue an appropriateParagraph 306, "Obstacle Free Zone NOTAM.(OFZ)," from penetrating the OFZ. Complete the following chart to determine lhe area thai must be protecled along the nmway edges: -See AC 150/5300-I3,Airport Design, to complete the chart for a specific runway. b. Procedures for protecting runway ends. o Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold as existed before construction activity-unless the runway js closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA length available during construction in accordance with AC 150/5300-13. This may involve the use ofdeclared distances and partial runway closures (see AC 15015370-2 for exceptions). • Ensure all personnel, 􀁭􀁡􀁴􀁥􀁲􀁩􀁡􀁉􀁳􀁾􀀠andlor equipment are clear of the applicable threshold siting criteria surface, as defmed in Appendix 2, "Threshold Siting Requirements," ofAC 150/5300-13. • Prevent personnel, material, and/or equipment. as defined in AC 15015300-13, from penetrating the obstacle-free zone. o Ensure adequate distance for blast protection is provided, as needed. • Coordinate construction activity with the A TCT and FAA Regional Airports Division Office or Airports District Office, and through the airport operator, issue an appropriate NOTAM. • Provide a drawing showing the profile ofthe appropriate surfaces ofeach runway end where construction will take place. Where operations by turbojet aircraft are anticipated, review takeoff procedures and jet blast characteristics of aircraft and incorporate safety measures for construction workers in the contract documents. A-4 1/17103 AC 15015370-2E Complete the following chart to determine the area that must be protected before the nmway threshold: __:FEET __: I to (threshold) a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporruy threshold is__/is not__ required. The airport owner or contractor, as specified in the contract, wiU furnish and maintaln markings for temporary thresholds. Precision approach path indicators (PAP!s) or runway end identification lights (REIL) are __/are nOI__ required. The airport Owner or contractor, as specified in the contract, will furnish and install all temporary lighting. Include appropriate items per AC 150/5370-2, Chapter 3, "Safety Standards and Guidelines." (fmarking and lightingfor the temporary threshold is not required, delete this section a/the safety plan. lfvisual aids andlor markings are necessary. provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents) 6. CWSED RUNWAY MARKINGS AND LIGHTING_ The following must be specified for closed runways. Closed runway marking are __Iare not__ required. Closed runway markings will be as shown on the plans__/as furnished by the airpon owner__/other__(specifY). Barricedes, flagging, and flashers are __/are not __required at Taxiway __ and Runway__and will be supplied bY the airpon __/other__(specifY). 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardeus areas on the movement area will be marked with barricades, traffic cones, flags, Or flashers (specifY). These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identifY hazardous areas with red flashing or steady-burning lights (specifY). The hazardous area marking and lighting will bc supplied bY the airport operator/contractor, as specified in the contract, and will be depicted on the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, andlor signs will be altered in the fullowing manner (speeifY) during the period from ____to ___. The alterations are depicted on the plans. 9. VEHICLE OPERATION MARKING AND CONTROL. Inelude the following provisions in the construction contract, and address them in the safety plans: s. When ory vchicle, other than one that has prior approval from the airpon operator, must travel over any portion of an aircraft movement area, it will be escorted and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon atrached to it. Any vehicle opcrating on the movement areas during hours ofdarkness or reduced visibility must be equipped with a flashing demc-type light, the color of which is in accordance with local or state codes. b. It may be desirable to clearly idcntifY the vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at minimum 8-inch (20-cm) block-type characters ofa contrasting color and easy to read. They may be applied either by using tape or a water-soluble paint to fucilitate removal. Magnetic signs are also acceptable. In addition, vehicles must display identification media, as specified in the approved security plan. (This section should be revised 10 conform to the airport operator's requirements.) A-5 c. Employee parking shall be ;--:-:--;-_;--;_-;-;--;-:-;--;----,__(specifYlocation), as designated by the airport manager __1 project engineer ___/other___ (specifY). d. Access to the job site shall be via'---;-;--;----,_ (speeifY route), as shown on the plans ___/designated by the engineer ___/designated by the superintendent___/designated by the airport manager___/other___ (specifY). e. At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences of noncompliance. f. If the airport is certificated and/or has a security plan, the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVIGATIONAL AIDS. The contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational aids include instrument landing system components and very high·frequency omnidirectional range, airport sUlveillance radar. Such restricted areas are depicted on construction plans. 11. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction include-H. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to conform to local requirements and restrictions)_ b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours of restricted visibility and darkness. c. Marking and lighting closed, deccptive, and hazardous areas on airports, as appropriate. d. Constraining stockpiled material to prevent its movement as a result ofthe maximum anticipated aircraft blast and forecast wind conditions. 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working 􀁴􀁷􀁯􀁾􀁷􀁡􀁹􀀠radio in contact with the control tower or be escorted by a person in radio contact with the tower. The driver, through personal obseIVation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and the arca is properly marked to prevent incursions. Two-way radio communications are __/are not__required between contractors and the Airport Traffic Control Tower ___1FAA Flight Scrvice Station__IAirport Aeronautical Advisory Stations (UNlCOMICTAF)___. Radio contact is lis not__required between the hours of__and __. Continuous monitoring is required __lor is required only whcn cquipment movement is necessary in certain areas__. (This section may be tailored to suit the specific vehicle and safety requirements ofthe airport sponsor.) 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. A·6 1/17103 AC 15015370-2E APPENDIX 4. SAMPLE NOTAM _____AlRPORT FAA NOTAM DATE' _______ AIRPORT I.D. # ____________ TIME: _______ NOTAMTEXT, NOTIFICATON, #### TOWER _____ PHONE # INITIALS TIME CALLED IN BY ####FSS PHONE # INITIALS TIME CALLED IN BY AIRLINES CANCELLED: NOTIFICATON, ####TOWER _____ PHONE # INITIALS TIME CALLED IN BY ####FSS PHONE # INITIALS TIME CALLED IN BY AIRLINES A-7 Tariff for Retail Delivery Service TXU Electric Delivery Company 6.3 Agreements and Forms Applicable: Entire Certified Service Area Page 20123 Effective Date: January 1. 2002 Revision: Original 6.3.1 Facilities Extension Agreement Project Number WR Number 1992629 and 2041434 RegionfDistrict Farmers Branch This Agreement Is made between Town of Addison , hereinafter called "Customer" and TXU E[ectric DelIvery Company, a Texas corporation. hereinafter called "Company" for the extension of Company Delivery System facilities, as hereinafter described, to the foUowing location: crossing Arapaho Road underground at seven locations between Surveyor and Midway Roads from pole line on south side of railroad tracks; underground approximately 400 feet In duct bank on east side of Midway where Arapaho Road bridge crosses Midway Road and crossing Midway north and south of Ihe railroad tracks: and from pole line on easl side of Addison Road across Addison Road approximately 100 feet west of intersection with Arapaho Road Road to relocated pole in Arapaho Road right of way, The Company has received a request for the extension of: (check all that apply) o STANDARD DELIVERY SYSTEM FACILITIES TO 􀁎􀁏􀁎􀁾􀁒􀁅􀁓􀁬􀁄􀁅􀁎􀁔􀁬􀁁􀁬􀀠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 deSClibed as volt, _______ phase, at 60 hertz, with reasonable variation to be allowed. o STANDARD DELIVERY SYSTEM FACIUTIES TO RESIDENTIAL DevelOPMENT Company shall extend standard Delivery System facilities necessary to serve: ;-;==="Afl·electric residenUallot(s)lapartment units. or 1Nurr.berellOWl.mtl$) ..==="Electric and gas residentiallot(s)lapartment units. 􀁾􀁭􀁾􀀠The Delivery System iacilities installed hereunder will be of the character commonly described 􀀽􀁾􀀬􀀻􀁷􀀮􀁩􀁤􀀮􀀭􀀭􀀭􀀭􀀭􀁶􀁯􀁉􀁴􀀬􀀠phase, at 60 hertz, with reasonable variation to be xNOH..sTANOAAO DELIVERY SYSTEM FACILITIES Company shall exlendlinstall the following non-standard facilities: TXU Electric Delivery removes seven overhead services that crQSs Arapaho Road from Surveyor to MidwaY and replaces with underground cable. Company installs pads and sets two new padmounted transformers to serve two of these customers. Buliooghs.:Lykos and Absolute Systems. who are convertlnq their pOint of delivery from overhead to underground. Town of Addison supplies and installs at its expense conduit and spare for all six services. Town of Addison also performs all electric work past the company's point of ownerShip at each service location. Company removes overhead lines on east and west sides of Midway where Arapaho Road crosses, replaces with underground cabre, and installs the four overhead/underground transitions at existing or relocated pole locations. Town of Addison reserves the option to oerform all civil work aSsociated with the relocaHon of the overhead wires at the above mentioned Midway crosslng to underground, induding the duct bank and the two bores across Midway. north and south of the railroad tracks, The transformer pole serving the customers at 15289 Addison Road at the southwest comer of the intersecUoo of Arapaho and Addison Roads will be relocated to clear Arapaho Road and retain its overhead wire attachments until the Addison Road project replaces ttle overhead wires with underground cable. ARTICLE I " PAYMENT BY CUSTOMER At the time of acceptance of this Agreement by Customer, Customer will pay to Company Two hundred and eighty two thousand nine hundred and forty eight Dollars ($ 282,948) as payment for the Customer's portion of the cost of the Tariff for Retail Delivery Service TXU Electric Delivery Company 6.3 Agreements and Forms Applicable: Entire Certified Service Area Page 2of23 Effective Date: January 1, 2002 Revision: Original extension of Company facilities, in accordanCe with Companys Facilities Extension Policy, such payment to be and remain \11. property of the Company. ARTICLE 11-NON-UTILIZATION CLAUSE FOR STANDARD DELIVERY SYSTEM FACILITIES This Article II applies only to the installalion 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 (I.e., Contract ItJst 􀁾􀀬􀀠ZOO If 􀁾􀁮􀁥􀁤􀀠Date Signed