ADDisoN 􀁬􀁦􀁬􀀡􀁉􀁉􀀧􀁩􀂧􀁩􀁩􀀡􀁩􀁾􀁬􀁉􀁉􀁉􀁉􀁉􀁉􀁉􀁬􀁉􀁩􀁉􀁉􀁉􀁉􀁬􀀧􀁉􀀮􀁬􀁬􀁉􀁬􀁬􀀡􀁬􀁬􀁬􀁬􀁬􀁬􀁬􀁬􀀡􀀡􀀡􀁉􀁉􀁉􀁉􀁉􀁉􀁬􀁉􀁉􀁉􀁩􀁬􀁉􀁉􀁉􀁉􀁉􀁩􀁉􀁾􀀢􀀢􀀧􀁉􀀡􀁉􀁩􀁉􀁉􀀡􀁉􀀧􀀮 ® PUBLIC WORKS DEPARTMENT Post Office Box 9010 Addison, Texas 75001·9010 September 9,2005 To: Mr. Mike McElroy Dear Mr. McElroy: ;41/"'-': .A-112, MIKE" 􀁾􀁣 EL-/2pr FAX:::# gF? -274-70..>-(972) 450·2871 FAX (972)450-2837 16801 Westgrove The Town of Addison awarded a construction contract to Fast Forward Demolition to perform demolition operations of a structure (Joe's Auto Body) at the southwest comer of Addison Rd. and the new Arapaho Road. The effective date ofthe Notice to Proceed to the Contractor was August 13,2003. Construction continued until December 2003. The Town received an affidavit of bills paid from the Contractor in February 2004, and the contract was closed out in May 2004. Should you have any questions, please let me know. Sincerely, 􀁫􀁾 ,." Steve Chutchian Assistant City Engineer TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Vendor No, Claim #------Check $ /7.J 3'1'1. gO Vendor Name Address Address Address Zip Code If0 !?33m FUND DEPT OBJ (00) (000) . (00000) PROJ (00000) SAC (000) AMOUNT ($000,000.00) EXPLANATION TOTALI 17) 3q.1..StJ AR/f-/,Af/v }2.D...I P/f...As-t::"...2ll. DE 􀁾 t:JL( 77°,1./􀂷􀁁􀁾􀁁 Authorized Signature Finance 02(19/2064 06:13 9035834126 PAGE 02 . Oi'"FH":1': 􀁌􀁕􀁃􀁾􀁔􀁬􀁕􀁎􀀺 􀁾􀁕􀁎􀁈􀁁􀁩􀁈􀀬 􀁔􀁾􀁘􀁁􀁴􀀩 Ii -------...􀁾􀀮􀀭􀀭 -----. 􀀭􀀭􀀭􀀭􀁟􀀮􀁾􀀭􀀭􀀭􀀭􀀱 !i 􀀢􀁈􀁩􀀧􀁜􀁾􀀧􀀢 :\J;lu·· .. ···l)'n··(df ;:;,'•• "0 ... 0" •••••••• 􀁾 ... IO{'" "-. 1-.•,,, i! TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Claim #------Check $ 6) /8/' Gs' Vendor No, Vendor Name Address Address Address Zip Code . BOtVHA-N/{ rey.AS 7S-4t! FUND DEPT OBJ (00) (000) . (00000) PROJ SAC (00000) (000) 833t7{) AMOUNT ($000,000.00) 6 /8(,,6 EXPLANATION Authorized Signature Finance 01/04/20134 21: 23 91335834125 􀁈􀁏􀁎􀁈􀁁􀁍􀁾 TlfXAS 75418 Pt::n'1'"..􀁾􀀮􀁲􀁲􀀭􀀮 􀀹􀀰􀁾􀁟􀁴􀀺􀀮􀁁􀁾 WREL""fK 􀀡􀁯􀀧􀀧􀀧􀁩􀁾􀀲􀁜 ....... ......,J... '" JJ,;J. .J. . 􀁾.....V'-\,'" ,-' , 'T'Ir"l L .....hT."'T."· 8" ,"' "" An 􀀧􀁾􀁶􀁮􀁹􀀻􀀬 .....,....􀁲􀀬􀀮􀁮􀀬􀀮􀀬􀀢􀀧􀁴􀁾􀀧 iU.:...I 􀀱􀀧􀀡􀀮􀀱􀀧􀁾􀁾􀁩 00-\;'1\.1=,"' 􀀮􀁩􀀧􀁜􀀮􀀮􀀮􀀮􀁩􀀮􀀡􀀮􀁌􀀮􀁋􀀧􀀷􀀡􀁊􀁾􀀩 IfAX; 903-=583-4126 PAGE Ell ;1 SYi:1'm TO!TOWN OF AnmSON ! 􀁆􀁒􀁏􀀮􀁬􀁾􀁉􀀻 ivnCKEY H}!.;MEY ! I i I I I 0,:r;T'EmlOi'l":L'\ftr pA-y ( 1(,(04- TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Vendor No, Claim #------Check $ /0/6s. eli) Vendor Name Address Address Address Zip Code 7S'4--/6' FUND DEPT OBJ (00) (000) . (00000) PROJ (00000) SAC (000) AMOUNT ($000,000.00) EXPLANATION f) f:A.,.&7t.-t 􀀷􀁬􀁾 of 5TE(.·r TV.e t-3 t'q,,-A/G,:1"'/A/I,) /2-P, ,p/Z#T"ff. T ' J2/;-􀀮􀀯􀀧􀁬􀁾􀁾 Authorized Signature Finance Sent.. By: T0WN OF ADDISONj 􀀧􀁾􀀮 J-􀁳􀀭􀀭􀁦􀁾 972 450 7074; Dec·2-03 1 :49PM; PV(NA. /vl 􀁬􀀧􀁾 Page 1/1 1,' 4 􀁾􀁔 VU-R'·iA.On ••Vl\tiOL'l"'J"'l-••N 􀀮􀀬􀀮􀁮􀀮􀁾 J . ..t' ..'-"f', _.1..'-1.. 􀀮􀁌􀁉􀁊􀁾􀀡􀁬􀀧 ... 1 ... J. '\Jj.. RT. 5 BOX 305 F 􀁬􀁣􀁩􀁾􀀢􀀬􀀡􀁾 "T"n.T;;-"•.􀀧􀁾 O'F '\:n!'lllilnN .....F..y.H: _ ......􀀧􀀡􀀢􀀧􀁖􀁩􀀢􀀢􀁾􀀧􀀻􀀩􀀬􀁾 .•. ... ;-;:;v 1;'" ·;;""!l.iUn;--···---··..􀁾􀂷􀀭 f _ •••• a.: • _.oo ....,., ... _ ....􀁾􀁟􀀮􀀭􀁟 .., ,_....-I I'.I,"'U"'''.I... 􀁬􀁴􀁵􀀧􀀭􀀬􀁮􀁾􀀺􀀬􀀱 • .l.J.£.Ij'."V.a I i I ,..--.-_-_ __ 􀁾 ..-_ --1···_·..· --·-_· ·····__······· .. ··--·.. ·1 i AT'itU'iTj(lI'l:LUKJi. 􀁊􀀡􀁾􀁌􀁩􀀧􀁮􀁾􀀺􀁾􀀮􀁔 ! 􀁉􀀮􀁊􀀬􀁜􀁔􀁩􀀧􀁾􀀺 N(lvcmoer 􀀬􀁾􀁏􀀬 􀀲􀀨􀁊􀁵􀀮􀁾 J , I' f I _.__ , ..• ..•..• ------L __ _.. •..•.__ .. __.•. _.•-----l \ OFFleF. LOC.ATION:ADD.ISON, 􀁔􀁅􀁘􀀮􀁾􀀮􀁓 IOITICE LOCATION: BONHAM, TEXAS I ! I J r"'FAX 􀀬􀁾􀀨􀁩􀀢􀁩􀀻􀁖􀁬 􀁈􀁩􀀢􀀮􀁾􀀺 􀁱􀀷􀂷􀀲􀁾􀀻􀀮􀀮􀀺􀁏􀀻􀁩􀀧􀁪􀀭􀀲􀁈􀁩􀀷􀂷􀂷􀀭􀀭􀀭 ..· ·....·..--ri:'MO 􀁎􀁾􀀺􀀧 N; j iVUH:ii': 􀀺􀀩􀁩􀁴􀁾􀁾􀀻􀀴􀀮􀀩􀀮􀀮􀁴􀁩􀀷􀀺􀀻􀁦 ..---... ··"·-l I I I I I I ____ ""'\.,.• .......1.....--. ". 􀁔􀁈􀁦􀁾􀁋􀁙􀁏􀁾 10 􀁍􀁮􀁩􀁬􀁾􀁔􀀮􀀧􀁩􀀺􀀮􀁬􀂷􀀱􀁜 'illf. 􀁦􀀮􀁵􀁾􀀮 "'p'lU',,";ni !1/\tW'",i;tj"'n 􀁮􀀮􀁴􀁾 P-4 ..,,:1(! .1"._'; x ....iX.', .l"""it.i.A'-.,IlII &.J "'" V,; vv.iI , '-i ua' "",. U5. • a;.iA. ..,.,,_ -$ 535.00 􀀵􀀮􀁾􀀯􀁯 􀁒􀁥􀁴􀁾􀀡􀁩􀁮􀀸􀁾􀁥 r.r\\ $10, 165.00 􀁎􀁾􀁴 Draw 􀁾 fl' , 􀁾􀁜􀂥􀀬 S1b (\\01 \V\ .i..\..i.i..l-'.--":1_l_"r..v..·..U.􀀮􀁡i􀀮J􀀮􀁌'􀀺'􀀮!􀀮\􀀮I􀁩i􀀮-􀀢􀀮􀁾􀀧v􀀢 Project Management And Design Services 301 S. Harwood 6"'Floor Dallas, Texas 75201 214.875.2380 (office) 972.978.9916(cell) 214.875.2382(fax) March 22, 2004 Reference:Breakout sf enc$r Electric IIJ;llivery "st.Arapaho Rd-Phase 3 Luke Jalbert 16801 Westgrove Addison, Texas Mr. Jalbert The following is a breakout of my cost estimate for Oncor Electric Delivery's relocation of facilities for Arapaho Road Phase 3. (1) $ 79, 942 WR#1992629: The replacement of overhead primary wires with underground cable for the five crossings of Arapaho. Road from Surveyor to Midway Road and the replacement of the overhead primary to Charter Furniture with underground cable. (2) -$119,103 WR# 2008401: The· replacement of the poles for the two primary feeders on the east and west sides of Midway Road with taller poles to cross over the Arapaho Road Bridge. This amount would be paid entirely by .ncor per franchise agreement. (3) $314,1@1 WR# 2041434: The cost of relocating the primary feeders mentioned in item 2 underground in a duct bank. This includes overhead work for installing poles that transition from overhead to underground. There is a substantial amount of money vouchered on this work request for the duct bank work. in addition to the estimated amount for cable and conduit in the work request. The vouchers for the duct bank construction include the following: $48,'" for the steel encased duct under the railroad (12tl feet at $400 per foot) $70,000 for the duct bank that is not steel encased (28" at $25. per foot) $ 8,000 additional cost for manhole work beyond what is estimated in the work request $ 4,000 additional cost for directional boring Midway Road north and south of the railroad track The total cost for which Oncor requests reimbursement is the sum of items (1 ),(2), and (3). This is in the amount of $274,839. I would qualify this figure by emphasizing that this is an estimated cost which does not include any easement cost sought by the property owners or an extraordinary permit fee for the duct bank to cross the railroad beyond the customary $600 application fee. Furthermore, the estimate for the duct bank work is based on an average amount for work of this nature. The actual • Page2 March 24, 2004 amount will not be known until the contractor is chosen. However, based on my experience I think the actual cost per foot will probably tum out to be a little lower than costs I used. Sincerely yours, James Davis, P.E. Senior Engineer Oncor Electric Delivery jed Mar-Z3-Z004 IO:32am From-ONCOR ELECTRIC &GAS COMPANY 2148752992 T-977 P.OOZ!004F-850 Distribution Information System WORK REQUEST AUTHORIZATION Electric Project WR#2041434 CI1lW Headquarte,.: FBR Customer Req. Dale: 0611812D04 Eillctrll; Lac Served: 0 Project T)'PtI: REGON Malef'lal Req. Date: 04fLVZOD4 Gas Loe Served: 0 Mgm. Activity Code ElectrIc: 00002300 MQmlActIvlly Code Gas: $UGL $erved: 0 WRNBme: Service Location: Town: TOWN OF ADDISON: REL FDRa ON E AND WSIDE MIDWAY FOR BRIDGE MIDWAY ROAD BETWEEN BELTUNE AND RR TRACKS DALLAS Total Cost Summary GrO$S Additions Removal Cost 􀁓􀁡􀁬􀁶􀁾􀁧􀁥 Voudlel1J $124,166 $3,698 SO $185,262 Plant 368 Plant 370 Gas Planl AFUDC Authorized expenditure $-13.959 SO $0 $.583 $312.198 ConbibuUons O&her Recoveries CHARGEABLE TO BUDGET $0 0 1313.128 AssocIated Cost TOTAL. COST FOR SERVICE $0 $312.198 G_A_U_TH_O_R_IZ_E_D_R_ETl_RE_M_EN_TS ....... $0_1 AUTltORIZED 0 & M Expansion Cost $0 Improvement Cost $0 Excas. Facllltl.. Coat so Justification of Expenditure Town of Addison Is CClnstruc;tlng a brldge over Midway Road 8S part ofArapaho Road PhasG 3 project and has ruqU6Sted that Addison Feeder 1604 on the west side of Midway and Fanners Branch Gillis Road Feeder 1701 on the east side or Midway be moved underground 10 CtOSS the bridge. The two feeders will be pl8ald in a 4E-6 duet bank on the east alde of Midway. Cabl8 for the two feeders will be 1000 kernll copper rathor than 100D kanll al at Ihe request of dlstrlbLlUon planning because of Insumclenl ampaclty of al when derated due to placement In the duet bank The pgrUon of the duet bank under the railroad track (120') will be steel encased and entirely In Midway right of way. Thlal. to avoid paying ayearly ree to the 􀁲􀁡􀁬􀁬􀁾 fat being In their right of way. Th8 rumainder of the duet bank will only be concrete encased. Four riser poles Will be set and two capadtor banks mlocated to gain adequate dlstaneu from !he rllien;. The overhll8d 􀁾whlchla done Will consist of 7 now pOles 10 be set (Including the 4 riser pOles) and 10 poles removed for 8 net mducllon of3 poles. Town of Addison ordinance forbids new aerial ttOSSlngs or streets so Midway Road will be bored north and 301.1111 of lhe railroad lrack for two 6-oondullS and cable of Addison Feoder 1604 to cross from west side to east sldo and then baclc. A 10181 amount of 􀀤􀀱􀁡􀀹􀀬􀀷􀁾 II vou!;borod Indl,lding: (1) $48,000 for the ,teel encased PQrtlon of tho duct bank: (2) $70,000 for tho part oJ the duct bank whIdlls only ccnctele encased; (3) $5750 additional COIil for transfer of facllllle5 on overtl8ad poles; (4) $8,ODO addllionallabarfer manholes: (5) $4,000 for surveying and staking and preparation of two easement documenlS; and ($) $4,000 additional labor for bores aCl'OSS MldwaV.. The Town oJ Addison will pay a DIC belw8en the C05t of thi9 WR and the e&Umaled cost or $119,000 to cro!lS Ihe bridge with overhead poIe9. This DIC Is In &he .mountoJS DAVIS,JAMES EVERETT Designed By COnwrred By Aulhortzed By 0211912004Data Dale Dale Mar-23-2004 10:32am From-ONCOR ELECTRIC &GAS COMPANY 2148752382 \,I.'WUUI' T-377 P.D03/D04 F-95D Distribution Information System WORK REQUEST AUTHORIZATION Electric Project WR#2008401 Crew Headquarter.s: FBR Customer Req. Date: 0511412004 Electric Loc Served: 1 Project Type: REGON Material Req. Oate: 0411612004 Gas Loc Served: 0 Mgmt Activity Code Electric: 00002300 Mumt Activity Code Gas: SUGL Served: 0 WRName: Service Location: Town: TOWN OF ADDISON: REL FAC FOR ARAPAHO RD PH 3 BRIDGE (DIC) ARAPAHO RD BRIDGE OVER MIDWAY RD ADDISON Total Cost Summary Gross Additions Removal Cost Salvage Vouchers $69,743 $9,605 SO $35.112 Plant 368 Plant 370 Gas Plant AFUDC Authorized Expenditure $657 $0 SO $0 $119.103 ContrlbuUon& Other Recoveries CHARGEABLE TO BUDGET SO 0 $114.480 Associated Cost TOTAL COST FOR SERVICE So $119,103 AUTliORIZED REnREMENTS Expansion Cost SO Improvement Coat $D AUTHORIZED 0 &M $0 ExceA Facllltiea Coat $3.9a5 SO Justification of Expenditure Town of Addison is extending Arapaho Road from Surveyor to Addison Road. crossing Midway Road. via bridge. The exisUng overhead lines on the east and W8st sidBS of Midway Road. are In c;onIIk:i with 􀁉􀁨􀁾 IlrtlpoSed bridge plans. To provide adequate clearanco from the bridge structure 80 and 75 fool poles will ruplaca the 8'dsling 4S and 50 fool poles where the crossIngs are made. Height differences will also reQuire that surroundIng poles be I"Uillaced. In all 14 poles on bOth sides of Midway will be replaced and 1350 feel of 3-477 Bcsrprtmary and #4 acsr neutral wiD be replaClild with 3-795 aae primary and #2 aaac neutral. ThIs will enable the new crossings 10 :sati$fy all OnCO( and NESC requlremonts for dearance. A tolal of $28,600 Is vouellered for this WR including the following: (1)$1500 for surveying and slakingi (2) $14000 for relocaUon and transfer of 􀁦􀁡􀁬􀁬􀁬􀁾􀁥􀁳􀀻 (3) $600 appllcaUcn feB for permit for recrossing DART tracksi (4) $500 for overtime for nnsfar of one urd service during 011 hours: (5) $10000 overUme for tha inslallaUon of the two crossings OVBr the DART trade. Because this Is a sIgnature bridge the Town of Addison has asked that the CIOSsings on both sides of Midway be ulI(Ierground ralher than overhoad. Therefore, the Town of AddIson will be charged 8 ole between the underground and overhead "Umate!l of thIs work. This WR represents the ovemead oomponent of this cost. DAVIS,JAMES EVERETT Designed By Concurred By Autllorlzed By 0910212003 Dale DaI8 Dale Mar-Z3-2004 10:3Zam FrDm-ONCOR ELECTRIC &GAS COMPANY 2148152382 T-311 P.004/004 F-950 Distribution Information System WORK REQUEST AUTHORIZATION Electric Project WR# 1992629 Crew Headquarters: F8R Customer Req. Date: 06/0612004 Eloctrlc Loc Served: 0 Project Type: REGON MaterIal Req. Dats: 0511112004 Gas Loc Served: 0 Mgmt Activity Code Electric: 00002300 "'gmt Activity Code Gas: SUGL Served: 0 WRName: Service Location: Town: TOWN OF ADDISON: RELOCATE OH FACILIT1ES FOR ARAPAHO RD PH3 NEW ARAPAHO RO EXTENSION BETWEEN SURVEYOR AND ADDISON RD AODISON Total Cost Summary Gross Addillons Rtlmoval Cosl Salvage Vouchers $50.794 $7.295 SO $11.075 Plant 368 Plant 370 Gas Plant AFUDC Authorized Expenditure $4,752 SO $0 $0 $79.942 ConlrlbuUons Olher Recoveries .CHARGEABLE TO BUOGET $0 0 $69,184 Associated CQst TOTAL COST FOR SERVICE SO $79,942 AUTHORIZED RETIREMENTS Expansion COil SO Improvement Cost $0 AUrnORIZED 0 & M $0 Excess Facilities Cost $6.028 $0 Justification of Expenditure Town of Addison Is constnJctlng Arapaho Road Phase 3 from Surveyor 10 Addison Road. Fivu customers south of the new road right of way are served overhead from AddIson Feeder 1604, which leav8$ ADdison SubSIaUon west of Surveyor on 􀁾􀁰􀁡􀁨􀁯 Road and Nn$ east parallel to and north of the new road right of way and soulh of the railroad tracks untif it reaches Midway Road; ThIs feeder Is In a 3' wide easemenl adjoining Ill. $oulh R.O.W. 01 the DART railroad. Town of Addison !la3 3$ked that these fi\IG overtlead primary taps which will aoI05 the new road be placed underground. A sixth overhead primalY lap, which Is off Ill' sam, f800er allsr It tums south on the westside of MIdway Road. Is S8MD8 for Charter Furniture. This pole and line tap will nol have suffteJent clearance ftom the new bridge over Midway. The Town of Addison has also asked that this service be placed underground; Since each of !hese services to the six eustomOf$ is an established one off a feeder which lies In easement or road right of way. Oncer requests reimbursement from the Town for this relocation. The TO'Ml'$ wnlnletor will Install conduit and a . spare for each crossing and Oncor wlilinstall pads, trallstonners. and pull and tetmfnate cable. A· Iolal vouchered amount.of $ 8350 IncJudas the following (1) $5040 for surveying. slaking. and preparing easements for the six ralocalsd overhead sel'Vlces: (2) $3350 for bortng cost to reach $eJVic:e poinls ror 4 of these locations. Reinbursement by the Town of AddIson wfll be In the amount 􀁾􀀤 . DAVIS,JAMES EVERETT Designed By Concurred By AUltlOrlZed By 0613012003 Data Dale Date Om:or Di$triblltion Division 301 5. Harwood Suire 65 . Dallas. TX 75201 Mar-23-2004 10:32am From-ONCOR ELECTRIC &GAS COMPANY FAX COVER Date: d J. :LJ. 􀁾 i-To: L v I<.e. 􀁾􀀯t crt 2\48752382 T-377 P.OOI/004 F-950 􀁕􀁾􀁜􀁌􀁊􀁉􀁜 Company: ---Fax: ------From: ::rqm. e5 D vi' 5 . Phone: Fax: 214-875-2266 Re: 􀁾􀀱􀁬􀀮􀀭􀀳 aus:! 􀁫􀁳􀁦􀁲􀁭􀁳􀀫􀁾 Dept: -------If any pages are not received, please call sender at number indicated above. Thanks. Number of Pages (Including cover page): --#: _ AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between Town of Addison (Owner) and HNTB Corporation (Engineer), for the following reasons: 1. Owner intends to demolish all or part of buildings on Parcels 1, 2, 12, and 13 along the Arapaho Road Phase III roadway project (the Project); and, 2. Owner requires certain engineering services in connection with the Project (the Services); and, 3. Engineer is prepared to provide the Services. In consideration of the promises contained in this Agreement, Owner and Engineer agree as follows: ARTICLE 1 -EFFEC"r1VE DATE The effective date of this Agreement shall be February 25, 2003. ARTICLE 2 -GOVERNING LAW This Agreement shall be governed by the laws of the State of Texas. ARTICLE 3 -SCOPE OF SERVICES Engineer shall provide the Services described in Attachment A, Scope of Services. ARTICLE 4 -SCHEDULE Engineer shall exercise its reasonable efforts to perform the Services described in Attachment A according to the Schedule set forth in Attachment B. AR"I"ICLE 5 -COMPENSATION Owner shall pay Engineer in accordance with Attachment C, Compensation. Notwithstanding anything to the contrary in this Agreement or Attachment C, should the Services under this Agreement include products or services that are commercially priced by Engineer, such amounts shall be invoiced to Owner at the catalog price(s) offered by Engineer and are not subject to audit on the basis of costs incurred. Invoices shall be due and payable upon receipt. Invoices will be submitted every 30 days. Owner shall give prompt written notice of any disputed amount and shall pay the remaining amount. Invoice amounts not paid within 30 days after receipt shall accrue interest at the rate of 1.5% per month (or the maximum rate permitted by law, if less), with payments applied first to accrued interest and then to unpaid principal. Owner shall pay Engineer's reasonable attorneys' fees incurred in connection with any litigation instituted to recover invoice amounts. ARTICLE 6 -OWNER'S RESPONSIBILITIES RESPONSIBILITIES Owner shall be responsible for all matters described in Attachment D, Owner's Responsibilities. ARTICLE 7 -STANDARD OF CARE The same degree of care, skill, and diligence shall be exercised in the performance of the Services as is ordinarily possessed and exercised by a member of the same profession, currently practicing, under Primengl.doc similar circumstances. No other warranty, express or implied, is included in this Agreement or in any drawing, specification, report, opinion, or other instrument of service, in any form or media, produced in connection with the Services. AR"I"ICLE 8 -INDEMNIFICATION AND LIABILITY General. Having considered the potential liabilities that may exist during the performance of the Services, the relative benefits and risks of the Project, and the Engineer's fee for the Services, and in consideration of the promises contained in this Agreement, Owner and Engineer agree to allocate and limit such liabilities in accordance with this Article. Indemnification. Engineer agrees to indemnify and hold the Owner harmless from and against legal liability for all judgments, losses, damages, and expenses to the extent such judgments, losses, damages, or expenses are caused by the Engineer's negligent acts, errors, or omissions arising out of its performance of the Services. In the event judgments, losses, damages, or expenses are caused by the joint or concurrent negligence of Engineer and Owner, they shall be borne by each party in proportion to its own negligence. Limitation of Liability. To the fullest extent permitted by law, the total aggregate liability of Engineer and its subconsultants to Owner for all judgments, losses, damages, and expenses resulting in any way from the performance of the Services shall not exceed the total compensation actually received by Engineer under this Agreement. Consequential Damages. To the fullest extent permitted by law, Engineer shall not be liable to Owner for any consequential damages resulting in any way from the performance of the Services. Survival. The terms and conditions of this Article shall survive completion of the Services, or any termination of this Agreement. ARTICLE 9 -INSURANCE During the performance of the Services under this Agreement, Engineer shall maintain the following insurance: (a) General Liability Insurance, with a combined single limit of $1 ,000,000 per occurrence and $2,000,000 annual aggregate. 091802 (b) Automobile Liability Insurance, with a combined single limit of $1,000,000 for each person and $1,000,000 for each accident. (c) Workers' Compensation Insurance in accordance with statutory requirements and Employers' Liability Insurance, with a limit of $500,000 for each occurrence. (d) Professional Liability Insurance, with a limit of $1,000,000 annual aggregate. Engineer shall furnish Owner certificates of insurance which shall include a provision that such insurance shall not be canceled without at least thirty days' written notice to Owner. Owner shall require all Project contractors to include Owner and Engineer as additional insureds on their General and Automobile Liability insurance policies, and to indemnify both Owner and Engineer, each to the same extent. Engineer and Owner waive all rights against each other and their directors, officers, partners, commissioners, officials, agents, and employees for damages covered by property insurance during and after the completion of the Services. If the Services result in a construction phase of the Project, a similar provision shall be incorporated into all construction contracts entered into by Owner and shall protect Owner and Engineer to the same extent. ARTICLE 10 -LIMITA"nONS OF RESPONSIBILITY Engineer shall not be responsible for (a) construction means, methods, techniques, sequences, procedures, or safety precautions and programs in connection with the Project; (b) the failure of any contractor, subcontractor, vendor, or other Project participant, not under contract to Engineer, to fulfill contractual responsibilities to Owner or to comply with federal, state, or local laws, regulations, and codes; or (c) procuring permits, certificates, and licenses required for any construction unless such procurement responsibilities are specifically assigned to Engineer in Attachment A, Scope of Services. In the event the Owner requests Engineer to execute any certificates or other documents, the proposed language of such certificates or documents shall be submitted to Engineer for review at least 15 days prior to the requested date of execution. Engineer shall not be required to execute any certificates or documents that in any way would, in Engineer sole judgment, (a) increase Engineer's legal or contractual obligations or risks; (b) require knowledge, services or responsibilities beyond the scope of this Agreement; or (c) result in Engineer having to certify, guarantee or warrant the existence of conditions whose existence Engineer cannot ascertain. Primengl.doc 2 ARTICLE 11 -OPINIONS OF COST AND SCHEDULE Because Engineer has no control over the cost of labor, materials, or equipment furnished by others, or over the resources provided by others to meet Project schedules, Engineer's opinion of probable costs and of Project schedules shall be made on the basis of experience and qualifications as a professional engineer. Engineer does not guarantee that proposals, bids, or actual Project costs will not vary from Engineer's cost estimates or that actual schedules will not vary from Engineer'S projected schedules. ARTICLE 12 -REUSE OF DOCUMENTS All documents, including, but not limited to, drawings, specifications, and computer software prepared by Engineer pursuant to this Agreement are instruments of service in respect to the Project. They are not intended or represented to be suitable for reuse by Owner or others on modifications or extensions of the Project or on any other project. Any reuse without prior written verification or adaptation by Engineer for the specific purpose intended will be at Owner's sole risk and without liability or legal exposure to Engineer. Owner shall indemnify and hold harmless Engineer and its subconsultants against all judgments, losses, damages, injuries, and expenses, including reasonable attorneys' fees, arising out of or resulting from such reuse. Any verification or adaptation of documents will entitle Engineer to additional compensation at rates to be agreed upon by Owner and Engineer. ARTICLE 13 -OWNERSHIP OF DOCUMENTS AND INTELLECTUAL PROPERTY Except as otherwise provided herein, engineering documents, drawings, and specifications prepared by Engineer and furnished to Owner as part of the Services shall become the property of Owner; provided, however, that Engineer shall have the unrestricted right to their use. Engineer shall retain its copyright and ownership rights in its design, drawing details, specifications, data bases, computer software, and other proprietary property. Intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of Engineer. ARTICLE 14 -TERMINATION AND SUSPENSION This Agreement may be terminated by either party . upon written notice in the event of substantial failure by the other party to perform in accordance with the terms of this Agreement; provided, however, the nonperforming party shall have 14 calendar days from the receipt of the termination notice to cure or to submit a plan for cure acceptable to the other party. Owner may terminate or suspend performance of this Agreement for Owner's convenience upon091802 written notice to Engineer. Engineer shall terminate or suspend performance of the Services on a schedule acceptable to Owner, and Owner shall pay Engineer for all the Services performed plus termination or suspension expenses. Upon restart of suspended Services, an equitable adjustment shall be made to Engineer's compensation and the Project schedule. ARTICLE 15 -DELAY IN PERFORMANCE Neither Owner nor Engineer shall be considered in default of this Agreement for delays in performance caused by circumstances beyond the reasonable control of the nonperforming party. For purposes of this Agreement, such circumstances include, but are not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war, riots, and other civil disturbances; strikes, lockouts, work slowdowns, and other labor disturbances; sabotage; judicial restraint; and delay in or inability to procure permits, licenses, or authorizations from any local, state, or federal agency for any of the supplies, materials, accesses, or services required to be provided by either Owner or Engineer under this Agreement. Engineer shall be granted a reasonable extension of time for any delay in its performance caused by any such circumstances. Should such circumstances occur, the nonperforming party shall, within a reasonable time of being prevented from performing, give written notice to the other party describing the circumstances preventing continued performance and the efforts being made to resume performance of this Agreement. ARTICLE 16 -NOTICES Any notice required by this Agreement shall be made in writing to the address specified below: Owner: Michael Murphy, P.E., Director of Public Works P.O. Box 9010 Addison, Texas 75101-9010 Engineer: Benjamin J. Biller P.E. Vice President Central Division 5910 W. Plano Parkway, Suite 200 Plano, Texas 75093 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of Owner and Engineer. ARTICLE 17 -DISPUTES In the event of a a dispute between Owner and Engineer arising out of or related to this Agreement, the aggrieved party shall notify the other party of the dispute within a reasonable time after such dispute arises. If the parties cannot thereafter resolve the dispute, each party shall nominate a senior officer of Primengl.doc 3 its management to meet to resolve the dispute by direct negotiation or mediation. Should such negotiation or mediation fail to resolve the dispute, either party may pursue resolution of the dispute by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association; provided, however, in the event the parties are unable to reach agreement to arbitrate under terms reasonably acceptable to both parties, either party may pursue resolution in any court having jurisdiction. During the pendency of any dispute, the parties shall continue diligently to fulfill their respective obligations hereunder. AR"I"ICLE 18 -EQUAL EMPLOYMENT OPPORTUNITY The Engineer hereby affirms its support of affirmative action and that it abides by the provisions of the "Equal Opportunity Clause" of Section 202 of Executive Order 11246 and other applicable laws and regulations. Engineer affirms its policy to recruit and hire employees without regard to race, age, color, religion, sex, sexual preference/orientation, marital status, citizen status, national origin or ancestry, presence of a disability or status as a Veteran of the Vietnam era or any other legally protected status. It is Engineer's policy to treat employees equally with respect to compensation, advancement, promotions, transfers and all other terms and conditions of employment. Engineer further affirms completion of applicable governmental employer information reports including the EEO-1 and VETS-100 reports, and maintenance of a current Affirmative Action Plan as required by Federal regulations. ARTICLE 19 -WAIVER A waiver by either Owner or Engineer of any breach of this Agreement shall be in writing. Such a waiver shall shall not affect the waiving party's rights with respect to any other or further breach. ARTICLE 20 -SEVERABILITY The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of this Agreement. Any void provision shall be deemed severed from this Agreement, and the balance of this Agreement shall be construed and enforced as if it did not contain the particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this Article shall not prevent this entire Agreement 091802 from being void should a provision which is of the essence of this Agreement be determined void. ARTICLE 21 -INTEGRATION This Agreement, including Attachments A, B, C, and D incorporated by this reference, represents the entire and integrated agreement between Owner and Engineer. It supersedes all prior and contemporaneous communications, representations, and agreements, whether oral or written, relating to the subject matter of this Agreement. ARTICLE 22 -SUCCESSORS AND ASSIGNS Owner and Engineer each binds itself and its successors, executors, administrators, permitted assigns, legal representatives and, in the case of a partnership, its partners, to the other party to this Agreement and to the successors, executors, administrators, permitted assigns, legal representatives, and partners of such other party in respect to all provisions of this Agreement. ARTICLE 23 -ASSIGNMENT Neither Owner nor Engineer shall assign any rights or duties under this Agreement without the prior written consent of the other party, which consent shall not be unreasonably withheld; provided, however, Engineer may assign its rights to payment without Owner's consent. Unless otherwise stated in the written consent to an assignment, no assignment will release or discharge the assignor from any obligation under this Agreement. Nothing contained in this Article shall prevent Engineer from engaging independent consultants, associates, and subcontractors to assist in the performance of the Services. ARTICLE 24 -NO THIRD PARTY RIGHTS The Services provided for in this Agreement are for the sole use and benefit of Owner and Engineer. Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than Owner and Engineer. IN WITNESS WHEREOF, Owner and Engineer have executed this Agreement. Town of Addison, Texas 􀁻􀁏􀁷􀁮􀁾 . • Signature: i2::....-...W􀁾􀀮􀁾 Nam;J<.c> ,::, WhJ..e h-e a.d Title C l,.. '" k 􀁾 􀁾 􀁾 '"' E> 􀁾 Date '3 -.3 -0.3 Primengl.doc HNTB Corporation (Engineer) 􀁾 --.L ///7 Signature: 􀁾􀁾􀀪􀀱􀁾 Name: BEH 􀁃􀁌􀀮􀀮􀁌􀁾􀁢􀁾􀀧E.. Title \I.e. E 􀀧􀁐􀁉􀁌􀁾􀁓􀀧 Oe,..,,-􀁄􀁡􀁴􀁥􀁾 4 091802 ATTACHMENT A SCOPE OF SERVICES 1. Engineer shall perform the following Services: The following Services shall result in one bid package to include Parcel 1 (Brick Yard), Parcel 2 (Automotive Garage), and Parcels 12 and 13 (Mini Storage). Engineer will prepare plans and specifications for bidding and demolition of one single-story building on Parcel 1 and two separate single-story buildings on Parcel 2. Plans and specifications for demolition of a portion of two single-story storage buildings (See Exhibit 1) and design of a new end wall system to re-enclose the buildings on Parcels 12 and 13 will also be prepared. The proposed services include: • ROW map showing property limits for each site with any temporary construction easements. • Removal plan showing limits of removals of existing structures, pavement, and utility connections at each site. • Grading plan showing final contours at each site after removals are completed. • Storm water pollution prevention plans showing measures to be implemented at each site. • Plans for pavement replacement or repair needed due to partial demolition of the storage buildings. • Include in the contract and bidding documents the results of asbestos testing and recommendations made during Environmental Site Assessments (done by other firms under separate contracts) on each of the three separate sites. • Prepare advertisement for bidders; provide 15 half-size sets of plans and bid documents; conduct pre-bid meeting; prepare necessary addenda and respond to bidder's questions; prepare bid tabulation; recommend a bidder for the award of the demolition contract after performing reference checks. • Provide three (3) full-size sets of plans and specifications for Owner; and three (3) fullsize sets of plans and specifications for Contractor; conduct pre-construction meeting; respond to Requests for Information; review submittals, as required by the contract documents; attend final inspection and prepare punch list. Engineer will provide structural engineering services for the removal removal of a portion of two single story storage bUildings and design of a new end wall system to re-enclose the buildings. The proposed services include: • The evaluation of the structural implications of the partial demolition of the buildings and inclusion of basic instructions to maintain the structural integrity of the bUildings during the demolition and prior to reconstruction of the end walls. • Evaluation of the lateral and gravity load stability of the portion of the existing buildings to remain and the design of modifications to re-establish stability. • Structural design of new foundations and new end wall systems. • Engineer shall provide contract documents in the form of drawings and technical specifications for the above scope of work, for inclusion in the project construction documents package. • Engineer will review shop drawings and contractor submittals and respond to questions and RFI's relative to the above scope of work during the construction phase of the work. Engineer will provide architectural design services relative to the removal of a portion of two single story storage buildings and design of a new end wall system to re-enclose the buildings. The proposed services include: • The evaluation of architectural implications of the partial demolition of the buildings. • The evaluation and design of the roofing and wall systems to re-construct the architectural systems of the building envelope, including roofing, wall joints, insulation systems and finishes. • Engineer will provide architectural drawings and prepare architectural technical specifications for inclusion in the project specification manual. • Engineer will review shop drawings and contractor submittals and respond to questions and RFI's relative to the above scope of work during the construction phase of the work. These services are contingent on a finding of no Recognized Environmental Conditions (REG) during Phase I and any Phase II Environmental Site Assessments on the sites to be acquired. Additional services may be necessary if RECs are found. 2. In conjunction with the performance of the foregoing Services, Engineer shall provide the following submittals/deliverables (Documents) to Owner: • 90% plans and specifications according to the schedule in Attachment B • 100% plans and specifications • Notice to Bidders for advertisement ATTACHMENT B SCHEDULE Engineer shall perform the Services and deliver the related Documents according to the following schedule: • 90% plans will be submitted for review within 30 calendar days of notice to proceed. • 100% plans will be submitted for review within 14 calendar days of receiving comments from Owner. • Administer the final bidding process according to the bid date set by Owner. ATTACHMENT C ARAPAHO ROAD PHASE III DEMOLITION OF EXISTING BUILDINGS ESTIMATE OF MANHOURS -ENGINEERING SERVICES Project Number Project Architect! of Sheets ManaQer EnQineer CADD Clerical I Suildina Demolition Plans and Specs -Engineerina Site Work A. Parcel 1 (Brick Yard) a. Cover Sheet 1 1 1 b. Right-of-Way map 1 1 2 c. Removal Plan and Utility Modifications 1 5 2 d. Grading and Site Plan 1 1 2 e. Storm Water Pollution Prevention Plan 1 2 2 f. Specifications and Contract Documents 2 12 2 B. Parcels 12 and 13 (Mini Storage) a. Right-of-Way map 1 1 2 b. Removal Plan and Utility Modifications 1 5 3 c. Grading and Site Plan (temp. fencing) 1 4 2 d. Storm Water Pollution Prevention Plan 1 2 2 e. Specifications and Contract Documents 1 4 f. Architectural Drawings and Details 1 2 16 g. Architctural Specifications 2 10 h. Site visit to determine building construction requirements 4 for new wall and roofing material and attachments. i. Structural Design of Wall, Foundation, Lateral Stability 3 4 16 16 j. Structural Structural Specifications 2 12 4 k. Project Management 2 C. Parcel 2 (Automotive Garage) a. Right-of-Way map 1 1 2 b. Removal Plan and Utility Modifications 1 5 2 c. Grading and Site Plan 1 2 4 d. Storm Water Pollution Prevention Plan 1 2 2 e. Specifications and Contract Documents 1 4 2 f. Project Management 2 I. Subtotal Hours -18 110 44 8 II Proiect Manaaement and Administration A. Bidding and Contract Award 1. Prepare Advertisement for Bidders 1 4 1 2. Print 15 Blueline Sets of Plans & Bid Documents 2 4 3. Prepare Addenda & Respond to Bidder's Questions 2 12 4. Attend Bid Opening and Prepare Bid Tabulation 1 6 5. Recommend a Bidder to the Town of Addison 1 1 1 B. Construction 1. Provide 3 Full-size Blueline Sets-Town & Contractor 2 2 2. Review Architectural Submittals/Respond to Questions 1 10 2. Review Structural Submittals/Respond to Questions 2 12 2. Review other Submittals/Respond to Questions 2 3 II. Subtotal Hours -10 52 6 2 Total Hours -28 162 50 10 Labor Rates -$55 $35 $25 $18 IDirect Labor Cost --$1,540 $5,670 $1,250 $180 Total Direct Labor Indirect Labor, Overhead Prom and contingency Expenses Total Fee for Demolition Services M:\JOBS\25768Phase3\CONTRACnprimecon\DS302-D emolition\AttachmentC-PH3BldgDemoMHEstimate.xls $8,640 $13,306 $21,946 $3,292 $475 $25,712 ATTACHMENT D OWNER'S RESPONSIBILITIES 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: 1. Authorize Engineer in writing to proceed [authorization to proceed is given by the execution of this Agreement]. 2. 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. 3. Make facilities to be demolished available to Engineer as required for performance of the Services under this Agreement. 4. Require all construction contracts to include provisions requiring Contractors to indemnify Owner and Engineer and requiring Contractors to name Owner and Engineer as Additional Insureds on Contractors' liability insurance policies. 5. 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. 6. 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. N c:· 􀁾􀁾􀀭􀀭􀀧􀀭􀀭􀀭􀀮􀀭􀀭􀁟􀀭 ....􀀭􀀭􀀭􀀮􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀮􀁊 -'., Ll.-:.--=:;-------------------------------------.-...---.----. __􀁾 􀁾 􀁾__._w_.. , 􀁾 w _ ------1-1----·--------------it -....J. . . . REVISION APPRQV. EXHIBIT 1 ARAPAHO ROAD -PHASE III SUFNEYOR BOULEVN'lD TO NJDlSON RONJ NO. DATE Design 􀁦􀁦􀁦􀁴􀁦􀁦􀁲􀁦􀁭􀁾􀀻􀁲􀀱􀀣􀁩􀁩􀁭􀀡􀀺􀀺􀀻 i'I',,;;,' 'ii'i,',! 􀀱􀀻􀀧􀁾􀁾􀁩􀀮􀀺􀀮 􀁬􀀮􀁊􀁪􀁪􀀻􀁾􀀻;,';,' 􀀧􀁾􀀡 i; ': "" 􀁾􀀡􀀢􀀭􀀧􀀭􀀻 '.LL'lili' ,I"',;"':" UiL';,;' 􀀻􀁾􀀻􀁬􀁬􀁬􀁬􀁩􀁌􀁌􀁩􀁩􀁬􀁪􀁬􀀺􀀻􀀡􀀺􀀢 "Ui..:lJjiiili;:;:'" '!' '" ;, --DALLAS AREA RAPID TRANSIT -,-----------------I l PROPERTY ACQUISITION CORPORATION I --,'F-I . 􀀮􀁟􀀭􀁾􀁟􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀬---._-_._'􀀭􀀭􀁾􀀭􀀭􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀢􀀧􀀭􀀭􀀧􀀭􀀮 --------.----.􀀧􀀭􀁾􀀮􀀭􀀭 􀀭􀀭􀀭􀀭􀀡 . 􀀭􀀭􀂷􀀭􀀽􀁦􀁦􀀮􀀮􀀼􀀮􀁾􀀭􀂷􀀭􀀭􀀭􀀭􀀭􀁥􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 ..---·-· 􀀭􀁾 􀀯􀁾􀀽􀀳 􀁉􀁉􀁾􀁌􀀭􀀭􀀭􀀭􀀭􀀺􀁾􀁾􀁾􀁺􀀺􀁾􀁾􀁾􀁾􀁾􀁾􀀻􀁾􀁾􀀺􀁾 li !.. -1== .,􀀮􀀭􀀮􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀮􀀮􀀬􀀮􀀢􀁾􀀢􀀭􀀧 􀀭􀀭􀀭􀀹􀁾􀀭􀀭􀀧􀀭􀁾􀀭􀀮􀀮􀀭􀀭􀀭􀁾 􀀭􀀭􀀮􀀭􀀭􀀧􀁾􀀮􀀭􀀧􀁾􀀧􀀭􀀭􀀧􀀭􀀭..􀁾􀁴􀀭􀀮􀁾􀀮􀀭􀀮􀁾􀀮􀀭 􀀻􀁢􀀭􀀭􀀭􀁾􀀭􀁾􀁾􀀬􀀧􀀭􀀢􀀭􀀽􀁾􀀽 .." , 411_ l II (( 􀁾__.,::,.==':=-.-􀁾􀁾􀀧􀀺� �􀀺􀀺􀁲􀀮􀀮􀀺􀀻􀀮􀀭􀀭􀀺􀀺􀀻􀀻􀀺􀀺􀀺􀀺􀀺􀁾􀀭􀀺􀀺􀀭􀀽􀀭 ,.􀁾􀁾􀀮􀀺􀀮􀁾􀀬􀀺􀁾􀁾􀁾􀁾􀀮􀀽􀁾􀀺􀀮􀁾􀁾􀁁􀁦􀀧􀀮􀁁􀁉􀁻􀁱􀁾􀁾􀁑􀀦􀀺􀀬􀀺􀀬􀁾􀀺􀁾􀁾􀁾􀁾􀁃􀁴􀀮 􀀬􀀺􀁾􀁾􀀺􀀺􀀻􀀺􀀺􀀬􀀭􀀺􀀭􀀺􀀭􀀺􀀮􀀺􀀻􀁾􀀭􀀻􀀽 .-􀁾􀀺􀁾􀁾-\ 11\' i􀁲􀀺􀀮􀀻􀁟􀀭􀁾􀀬􀁜􀁾􀀮􀁾􀁻􀀬􀁾􀀫􀁋􀀻􀀧􀀭􀀮􀀻􀀮􀁾􀀢􀀮􀀺􀀭􀀺􀀬􀀻􀀮􀀻􀁾􀀺􀀢􀀭􀀺􀁾􀀮􀁾􀁴􀀽􀁾􀀮.􀀺􀁾􀁾􀁾􀀺􀀻􀀻􀀻􀀥􀀮􀀭􀀻􀁾􀀺􀀭􀁾􀂷􀁾􀀺􀀮􀀺􀀬􀀺.􀀺􀁾􀀺􀀽􀀬􀀺􀁢􀁾􀀺􀀻􀀻􀀭􀀺􀁾􀁾􀀬􀁾􀁾􀁾􀀭􀀽 􀀽􀀽􀀭􀁾􀁾􀁔􀁾􀀺􀁩􀁾􀁦􀀬􀁾􀀭􀀭􀀬􀂷􀁬􀀬􀀺􀀮􀁾􀀻􀁾􀀼􀁾􀂷 .'-.P.·A..R􀀧􀀺􀂷􀁃􀀧􀁾􀁅..􀁌􀂷􀀾􀁬􀂷􀀽􀀭􀀽􀁬􀂷􀁾􀀻􀀺􀀽􀂷􀀺 .. 􀀧􀂷􀂷􀁾􀁲􀁾􀀺􀂷..􀁣􀀧􀀺􀁾.· 􀁜􀀮􀁾 !,. . _, . . ...-... . =-""f". ','-'-' s'-".y .COt;;;''':' : /} ) :t: r ' 􀁲􀁾􀀭􀀭􀀧􀀭􀀭􀁾􀀮􀀮􀀺􀀮􀀺􀁾􀀮􀀬􀀮􀀬􀀮􀀺􀀮􀂷􀂷􀂷􀂷􀂷􀂷􀀧􀂷􀀬􀀮􀀮􀁌􀀮􀀭􀀭􀀺􀁾􀁾􀁦 􀁩􀀺􀂷􀂷􀂷􀀬􀂷􀂷􀂷􀂷􀂷􀁾􀂷􀁲􀀭􀀺􀀭􀁾􀀭􀁾􀀬..􀁾􀀢􀀮􀀺...􀀺􀂷􀀬􀀺􀀺􀁾􀁾􀂷􀀭􀁾 􀂷 􀀭􀀧􀀭􀁾􀀭􀁾􀁾 -,.... ," . ":'.' . --.. 􀀭􀀭􀂷􀂷􀂷􀂷􀀾􀀢􀀻􀂷􀀻􀂷􀁌􀁾􀁟􀂷 __·_._ •• .,. 2...>L L 􀀭􀀮􀀺􀁾􀀧 􀀧􀀾􀁬􀀡􀁾􀁾􀁩􀀭􀀻 ) 􀁾􀀡 ! 􀁾􀀧􀁬 i 􀁾􀁾􀁾􀀧􀁬􀀻􀁊􀁾 􀁟􀀭􀀭􀀭􀀭􀁾􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀱� �􀁾􀁾 􀁾􀁾􀀭 􀁾􀀭􀁾􀀢􀀢􀀮􀁩􀁩􀀬􀀡􀀮 /I' .' ',I ,,,,,, l...-l /' '., (_, ..-" . 􀀬􀁬􀁬􀁾􀁾􀀭 􀁾􀁾􀀺􀀬􀀯􀀯 Ii) :􀀧􀀬􀁾􀀮􀀬􀀭􀀺􀀧:...J"....,·,·/·'l,. 􀀭􀀧􀀾􀀮􀀧􀁾􀀺􀁊􀀢 􀁉􀀺􀁾 􀀬􀀧􀁾􀀮􀀧 􀀺􀁾􀀺􀀮􀀺􀀮􀀭􀀮􀁩􀀺􀀬􀀻􀁌􀁬􀀯􀀧􀀭􀀯􀁉􀀺􀁾􀁾􀂷􀁾􀁉􀀺􀀢 II' J"" 􀀼􀀭􀀭􀀮􀀺􀀭􀀭􀁾􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟..-------------------..---..􀁾..􀁾􀀭..----·---....---------..-----1 il,I!\ 􀀭􀁾 .".1 Ii '0 r !;: I ,'...... I ,,;/(. 􀁾􀀧􀁊 ,', .'....0'''''':'1 '-:. _, _ ---LI i L\'-.....LJ .I JI /! .:,,'f";.. I 􀁾􀀻 ..􀀻􀁾... " 􀁾􀀮􀁆􀀺􀀧􀀺=',􀀧􀀺.. ";'1 I j. ". .,... I .//--i STRUCTURE TO BE PARTIALLY· i ii \ /i //I ,../': i 􀁟􀁾􀀬􀀬􀀧􀀺􀀺 . 􀁾􀀡 .' 􀀺􀀮􀁾􀁾􀀻􀀬 ,..,....... 􀁾􀀬􀀻􀀻 􀁾􀀢􀀧􀀮􀁟I j I," 􀁾 -I r 'S''''' 􀁾􀀻􀀺􀀾􀀮􀀺􀀺􀀮..􀁾􀀬.. .􀁾􀀻􀀢􀁌􀀧􀀺􀁾􀂷 I /Ii 􀁾􀀡 ! -{-._-'.. 'i 'Ii 􀁩􀀬􀀭􀀬􀂷􀀺􀀮􀀺􀀮􀁾􀁾􀁉 I.,:"': t'l' I 1􀁴􀁾􀀬􀀧 'I; I I i 1'1 􀁉􀁾 ·ilJ:.{,",J_I_ :",1:,1' """, ,,,, 􀁾􀀢􀀢 ,;oj( I --.. ' ,'." , r i, /' ,,," tr"l .􀀢􀀺􀀬􀀺􀀺􀁾􀁉􀁦􀀻􀁽􀀻􀁬􀂷 􀁾􀀯􀁾􀁴 J. tL blfr i 􀁌􀀭􀀭􀀮􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 . .J i Ir􀁾 ; /1 . 􀁾 /7 ,/::'.:\': -I 􀀯􀁴􀀢􀀭􀁾 r I, 􀁉􀀧􀁜􀀧􀁾--..... c-.....)--􀀨􀁬􀀺􀀻􀁾􀁪-' 􀁾 /[',F',' ,,1 I Ii, ,1 .1.......i ' STRUCTURES TO BE DEMOLISHED " "-􀁾 C?· 􀁾􀁉. \__􀀶􀁙􀀭􀁉􀁊􀀺􀁩􀁅􀁾􀁔􀀧􀁏􀀮􀁷􀀮􀁎 􀀮􀀮􀀮􀀮􀁑􀁅 __AD_D.J.S'OIL/---_·􀀭􀀭􀀭􀁾􀀭􀀮􀀭􀀭􀀭􀁾􀀭􀀭􀀧 -----.-.------􀁾f I 􀁾 :􀁾 ! i I 1-1-, 􀁾 I, i J · 1\ I;------'--.. .--------. ---------------------------------------------.-----!-, ---r:--) 􀁾 I II .c. il 􀁾 􀁾 i j I. 􀁾􀁾􀁾􀀪􀁲􀁯􀁾􀀺􀁦􀀻􀁾􀁩􀁾􀁾􀁾 pur STOOAGE '" D/'-LAS,LTD. 􀀭􀀽􀀽􀀽􀀽􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁓 __--:---===-I, , I' l------J I '! ".. i Check . .<; 0 .....,. ..,.<; 00. 0' N,,p" lOrUJll'l u.,..N...... 0<0 (\' Feb IS 04 05:4Bp MCKINNEY INSURANCE GROUP IMPORTANT S72 542 S4S4 p.2 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authoriZed representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) B2/10/2004 09:37 9035834126 􀁂􀁏􀁎􀁈􀁁􀁬􀁜􀀱􀁾 '1'EXAS 75418 􀀢􀀢􀀮􀁟􀀢􀁴􀀢􀁦􀀩􀁾􀀭 00'· 6'4"0 W·R'.... ......'t,"" 􀀢􀀧􀀢􀁜􀁾􀀢􀀢􀀲􀀢 rt.tt,,l,E: 􀀢􀁵􀁾􀀭 -.!!iLl,..,. pI 􀁩􀁾 -} TOLL 􀁾􀀱􀁬􀁬􀁩􀁅􀁾 o66d o4U=WilliCi( (9732) PAGE 01 􀁲􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀮􀀭􀀭􀁟􀁟􀁟􀀬􀁟􀀭􀀭􀀭 ----------,--..-..􀀢􀀭􀀮􀀭􀀭􀀮􀀭􀀭􀀭􀁾 !5Erm TO: 'TO·"\lt'-i ()f 􀀬􀁾􀁄􀁬􀁓􀀰􀁉􀀢􀁾 --------_..,,-.-..--.-. 􀁦􀁈􀁏􀁴􀁾􀁅 􀁎􀁩􀀩􀁦􀀢􀁊􀁄􀁾􀀺􀁒􀀺 􀀹􀁻􀁩􀀵􀀭􀀶􀀴􀀱􀁊􀀭􀀹􀀧􀁩􀁾􀁊􀁾 􀀸􀀨􀀾􀀶􀀭􀀶􀀴􀀰􀀭􀁾􀁊􀀷􀀳􀁚 􀁃􀀰􀀱􀁜􀁲􀀻􀁍􀁆􀀮􀁾􀀬􀁲􀁲􀁁􀀺 •.,-----_.,._..._--_._-----_..._----_._-.'•._- ----_._......_-----_.,.,••j Rc: 􀀨􀀻􀁨􀁈􀁩􀁩􀁾􀁃 􀁑􀁾􀁤􀁣􀁲 e2/1e/2ee4 e9:37 ge35834126 􀀮􀁴􀁉􀁏􀁎􀁾􀀮􀀮􀀮􀁁􀁬􀁜􀀧􀁬􀁾 Tt.:xAS 75418 􀁐􀁈􀁏􀁾􀀢􀀱􀀺􀁩􀀧􀂷􀂷 􀁮􀁬􀀡􀁾 1:.40 WD·p{'!y".... 10'"1'1"')\ "".LI.7'1iJ-v -􀀮􀀢􀀭􀀧􀁾􀀮􀁬􀀢􀀬􀀭􀀢􀀢􀀢􀀢􀀬 '[Oi ,L 􀁾􀀧􀁩􀁬􀁬􀁩􀁅􀁾 o66-64U;;;;\-VilliCK(9732) 􀁾􀀢􀀮􀁾􀂷􀁘􀀺 􀀹􀀰􀁾..􀀵􀁒􀀳􀀺􀁶􀀴􀀡􀀲􀀨􀁾 PAGE e2 ATTENTiON":L"UKE JALBE"RT ---_.jIi1i T(}j"AL FAX NO. 􀀺􀀲􀀱􀁾􀀸􀀲􀀳􀀱􀀰􀀶􀀶 Jan. 28 􀀲􀀰􀀰􀁾 01:21PM P2 Name CITY OF ADDISON 16801 WESTGRqY_E . _ ADDISON State R-_ Zip 75001 WATSON AND 􀁔􀁁􀁙􀁌􀁏􀁾 MINI STORAGE Phone (Hm,) 972-450-2860 (Wk.) 972-450-2837 f,( Address City Job Name DFWA COMMERCIAL FENCE INC. 928 S. PSAK ST DALLAS, TEXAS 75223 214·823·3623 FAX# 214-623-1066 ESTIMATE & PROPOSAL FROM : WOOD MATERIAL 'This contr4ch!!ubject \0 the lerm! and condilionSlla\9d belew. and is not binding upon DFW COll\ll\lIrcial Fence, lnc. unTi14ccepttld. Slyle Footage I Height Point Horizontal Reils .5DI' Posls Gate9 CHAIN LINK MATERIAL .sO' I I Height 6 FEET 􀀱􀁾􀀷 -Footage 941 FEET , Fabric Gauge 9 GAUGE "-Top Rill 1 3/8" 0.0. CQ20 " Terminal Posl 􀁾 0.0. 􀁾 '\. Line Poet􀁾 0.0. C020 "-I OFF1CE I "'-Gate Post 􀀮􀀡􀁩􀀮􀁾 0.0. _0__ '\. 263' Gatee NONE I I I ORNAMENTAL IRON I MATERIAl. . J I -----􀁾􀀭 -' Height Footllge Horizontal Ralls CORE DRILL HOLES IN CONCRETE. -Pickets DRIVE POSTS INTO DIRT FOR THE TEMPORARY FENC_E. Line Posta USE 9 GAUGE TIE WIRES USED TO TO FASTEN FENCE TO_POSTS AND RAIl. Gate Post 3 STRANDS OF BARB WIRE AT TOP OF FENCE. Gates --, Mapeeo No. -MASTERCARDNISA 􀁃􀁾􀁁􀁒􀁇􀁲􀀺􀁓ADD 3 % BPYURCHASER ---'-__􀁾 _ OFW Commercial Fence, Inc. (l'Ierel" ref.rred 10 fl9 DFW), reserve the rlghl to aecep, or rejecl any order. When sccepted by DFW Ihis order becon1es a contrllct. It is understood that DFW hll8 the rillht to repOsS!l8e Withoul recoUr'lle or trespass all melerlala nol paid for accordIng 10 the term 0' the contract. It Ie agreed Ihat more or 1988 materiels and labor Illan contracled for shall be debiled or credll.d at current rales. For example moro 􀁦􀁯􀁯􀁴􀁬􀁬􀁾􀁥 will be added. le99 fOotage will be deducted. The customer is solely responsible for locating. slaking, and clearing fence lines. If the customerdeslr9s DFW to clear Ita lines, we can <10 80 al a predesignated charge, Alao there wjll be an IddjllD,lJjll charge If rock incurred w1lJJo digging. The salesman will assisl the cuslomer in detElrmlnlna. Where the fence Is to be erected, bul in nO eircumstance doe9 DFW assume an>, responsibility reQe.rdlng property IIn811 or In any way guarantee their accuracy, If the property pins cannol be located, It is bellt ror the cuslomer to get the property surveylld. OFW III not relponelble for repairing any underground aewer IInea.sprlnkler IInes-wahir IIne.-electrlc line. etc. unln. DFW Is Informed of their locBtatlon prior to fenCII construction. (By plat or etakee). Initial Her.__ Ali wood used I" fences ellows knols, email splils.andwealherchecks.DFWdoesnotknowandcannotstatehowlonal hefenceWiIIllI.SI. OFW dOllli propose to furnish ell labor !lnd materlele 110 speCified to do 9aid work In a good 􀁷􀁯􀁲􀁫􀁾􀁡􀁮􀁓􀁨􀁩􀁐 like manner In aCCOrdanceWth the stQndard practice for thIS area. The company does allio lIl3ree to have all workers covered by insllrence, 0 Wfur1ner guarantees 'III material to be paid for by the 􀁥􀁯􀁭􀁰􀁡􀁮􀁾􀀮 DFW welcomes It9 customere to 􀁶􀁾􀁩􀁬 our plant for n9pection ot our material and faci illes II is understood Ihlt after Ihrae (3) daYll the purchaur cannol revlee or cancel this contract without the consent of the contractor also thai only written ll'lreemenls In thle contract are binding. 􀁴􀁨􀁾􀁴 cond,lIone beyond eon\raclora controllhat may delay constructiO/l will nol ]u"tlfY cancollatlon of Ihll contract. nYo (2) year warranty against faulty malenal and or workmanship. One (1) year warranly on 'II electrical deVices, 􀁐􀀧􀁬􀁊􀁒􀁃􀁾􀁁􀁓􀁅􀁒 AGREES TO PAY 40D-'o OF THE TOTAL CONTRACT UPON SIGNING AND THE BALANCE ON COMPLI:TION unlen other arrangements are made at the time of signIng thla contraet. Bldg. Permit Fee ADDITIONAL AS REQUIRED DATE 1-27-04 Total Cost AS LISTED ABOVE .;,=:.....----$11,533.00 REPRESENTATIVE RYAN BATES OFFICE CONTACT .::::LE::,.A::.,:N=NE=---_ ABCyCEPTED DFW COMMERCIAL FENCE, INC. _ FRCX1 : .) FAX NO. :2148231055 DFWA.. Jan. 28 2004 01:21PM P1 COMMERCIAL FENCE, INC. 928 S. PEAK ST DALLAS, TEXAS 75223 214-823-3623 FAX# 214-R23-1066 FAX TRANSMITTAL SHEET DATE 1-28..04 TO CITY OF ADDISON ATTN LUKE JALBERT FAX#: 972-450-2837 FROM RYAN BATES PAGES TO FOLLOW --FAX NOTES PLEASE REVIEW AND IF YOU HAVE ANY QUESTIONS , _ GIVE ME A CALL AT 214-823-3623 THANKS, RYAN BATES ATLANTIS J5"ERVICES INTEGRITY COMMITMENT VALUE Raymond B. Shade Senior Account Executive HVAC -Plumbing 901 Waterfall Way, Suite 500 Richardson, Texas 75080 972.644 -8859 (fax) 972.644 -5318 (cell) 469.951 -8853 09/11/2003 12:21 9727838558 res PLUMBING PAGE 01/01 September 11, 2003 Town of Addison 16801 Westgrove Addison, TX 75001 Attn: Luke SIr, . PLUMBING 606 Business Parkway. Richardson, Texas 75()81 2143699990. 9727831382. FAX 072 7838688 Please find the following job description of the proposal for the new water service:1. Saw cut and remove approximately 100 feet of asphalt parking lot. 2. Excavate from the existing tee on the water main 100 feet down stream of the meter to the one remaining building. 3. Install two hundred and forty feet of new l·inch sch 4fl PVE-for the new service. 4. Acquire the city inspection. co/PC;!C 5. Backfill all excavation sites. 6. Wash down asphalt work area. If you have any questions or I can be of any additional service, please advise. SinCere;@y, U. .) 􀁐􀁜􀁾 . Larry Parker Customer Service A SINGLE SOURCE HVAC &PLUMBING MECHANICAL SERVICE Serving the Commercial and Industrial Markets HVAC & PLUMBING • Service 24/7/365 • Value Based Maintenance Agreements • Installation • Equipment Retrofit, Change-Out and Up-Grade • Emergency Service Repairs • Mechanical Projects DEDICATED SERVICE TECHNICIANS • 13 Years Average HVAC and Plumbing Experience • A Minimum of Five Years of Trade Schooling • All Licensed Journeyman by the State of Texas • Multiple Certifications from Manufacturers Academies • Mobile Dispatched with New State of the Art Equipment • Committed to Service and Total Customer Satisfaction VALUE BASED MAINTENANCE AGREEMENTS • Free Survey and Evaluation of Equipment and System • Energy Conservation Value Based Proposal • Preferential 24/7/365 Emergency Service for HVAC and Plumbing • Semi-Annual Review with Customer on Equipment Performance and Condition • Assigned Technician, Supervisor and Account Representative CAPABILITIES • Roof Top Packaged Units • Reciprocating &Centrifugal Chillers Chillers • Computer Room &Split Systems • DOC &Pneumatic Controls • Constant Volume &VAV • Back-Flow Testing • Hydrojetting • Tenney Environmental Chambers • Electronic Leak Detection • Cooling Tower Replacements • Compressor Change Outs • RTU Replacements • Stop Inspections • Chiller Replacements • Medical Gas Certified • Camera Video Inspection • Walk-in Coolers/Freezers • Refrigeration Service Service & Emergency Calls: S4 Over Two Hundred Years Combined Experience in the DFWArea 􀀮􀁾 ACORq... CERTIFICATE OF LIABILITY INSURANCE I C."..!.uloI,-oe,yy·, 1J/O$7i1;W..... 􀀧􀁾􀁏􀁄􀁵􀁕􀁱 Bibby. Bnlline &. n3:1od01tc3, L.t.P. THIS CERTIr:Ic.J.TE IS ISSU EO AS J. M"TTER. 􀁏􀁾 􀁉􀁎􀁾􀁏􀀢􀁙􀁁􀀮􀁔􀁉􀁏􀀢􀁬 ONLYAND 􀁃􀁏􀁎􀁆􀁾􀁒􀀺􀁩 NO RIOHTS UPON lHE CERTIFICATE 50J 1 McKinney Avenue HOLDER.1HIS CERTIFICATE DOES NOT ""'END, EXTEl;D OR 􀁄􀁊􀁬􀁬􀁡􀁾 TX 7.5205':1425 ALTER. THE COVERAGE AFFORDED BYTHE POLICIES BELOW. lli5URER8 AFFORDING COVERAGf 􀁉􀁾􀁓􀁕􀁕􀁏 􀁁􀁴􀁬􀁮􀁮􀁲􀁩􀀬􀁾 Scr..􀁩􀀧􀁾􀀤 􀀧􀀢􀁾􀁉􀀮􀀺􀀧􀁬􀁆􀀺􀀻􀀧􀀧􀀧 Trinitv Univers31 Insur:mc,e Company 901 􀁗􀁍􀁾􀁬􀀧􀁦􀁬􀁬􀁬􀁬 WilY Suit,"! 5UO ,..s<,;'ma. TeXlE: INSURED 􀁎􀁾􀁉􀀮􀁬􀁅􀁏􀀮􀁁􀀸􀀰􀁖􀂣 FOR TME FOVCY F£R'OD INDICATED NOWH>lSTAND NG ANV I'lEOU'l'lcME",,., "-EIlIJ 0"" CONO:'!',ON 01'mvCON'l',IlACT 011 􀁏􀁾􀁈􀁅􀁉􀁬 􀁏􀁏􀁃􀁗􀁅􀀢􀀧􀁾 W''''H 􀁊􀁬􀀮􀁅􀀺􀁬􀁾􀁣􀁃􀀧􀀺􀀧􀀧􀀧􀀭􀁏WHCH ':'H'$ 􀁃􀁅􀁉􀀧􀁬􀀧􀀡􀀧􀁩􀁬􀀢􀁃􀁁􀁾􀁅 I.IAV !E ISSUEO Oil MAY PER;'A'N ':'HE INSURANCE AFFORCEO BY THE POLIC,ES DESCR:BEO HEREiN 13 SU5JECT 7'0 A1.L 7'HE TERMS exCLu90NS AND CONQI':'IONS OF SUCH 􀀢􀁃􀁌􀁉􀁃􀁉􀁾􀁓􀀬 AO(lJ'\!!GA'!'!! L'W'S 􀁓􀁈􀁾􀁗􀀧􀁬􀁉􀀬􀁬􀁁􀁖HA ve a!!!!'llleouceo av "A'O CLAll.l9 􀁉􀁾􀁬􀁬􀀧 TYP'E OF ''''SURA'':!. 􀀢􀁏􀁉􀀮􀁉􀁾􀁙 ""''''IE'' I 􀀧􀀧􀀿􀀧􀁾􀀻􀁩􀁙 􀁊􀀺􀀮􀀡􀁾􀁧􀀡􀁭 􀀧􀁧􀁩􀁾􀀮􀁙 􀁡􀀬􀁾􀁾􀀧􀁴􀁾􀁾􀁾􀁾 i 􀁌􀁉􀁾􀁉􀁔􀀧 V\ 􀁾􀁉􀀧􀁬􀁾 􀁾􀀧􀀧􀀧􀁉􀁉􀁾􀀧􀁔􀁙 GLA40S(;221 10!27/20U2 10.'27/2003 􀁾􀁥􀀻􀀢 􀁃􀁣􀁣􀁵􀁾􀀢􀁥􀁉􀀾􀁃􀁅 $ J,OOO,OOO X I 􀁃􀁏􀀢􀀭􀁉􀁾􀂷􀁅􀁊􀀧􀀺􀀽􀁉􀀮􀀧􀁌 􀁏􀁅􀀧􀀭􀁾􀁅􀁊􀁴􀀢􀀢􀁌 􀁌􀁉􀁁􀁾􀁌􀁉􀁔􀁜􀀧 􀁊􀁉􀁾􀁬 O.U.'AOE (.....J .... , .•) I 100,000 tD􀁃􀁕􀁉􀁾􀀧􀁓 "';,O[ lliJ 􀁏􀁃􀁃􀀧􀁾􀀱􀁬 􀁾􀀧􀁅􀁃 [,'1;1 􀀨􀁾􀀧􀀢 .......",,' $ .5.UOO 􀁾 􀁐􀁅􀀢􀁓􀁏􀁉􀀭􀁾􀁌 &􀀩􀁊􀀧􀁨􀀧􀁬􀁾 I\,;R f I 1,000,000 GE,.F=tA'. 􀀢􀀧􀁾􀁃􀁩􀁑􀁅􀀭􀀺􀀺􀀴T£ s 2,000,000 GiN L .... 􀁃􀁃􀀧􀁾􀂣􀁃􀁁􀁔􀁅 LJ,'IT 􀀬􀀬􀁾􀁉􀀺􀀧􀁌􀀮􀁉􀁅􀁓 􀁾􀁅􀀺􀀺􀁬 􀁾􀁒􀀮􀁾􀁃􀁶􀁃􀁔􀁓􀀮 CQ"-·=..􀁃􀁩􀀽􀀢􀀧􀁾􀁃 $ 1.000,000 XI rCIICYn "g n LC'G ..:.. 􀁁􀁾􀁔􀀧􀂷􀁊􀁲􀁉􀀽􀂷􀀻􀂷􀁾􀁴 􀁌􀁉􀀩􀁾 ;'!;"Y TC'Aloi n2(,'\>(: fO.':Z7l1(1u2 IJU/27!:lO<)3 J C·:"';I'·,,"O $",CLill.'''',T ::J J J,000,000I j.',Y j.IJTO I';''' 􀀬􀁾􀁊􀀧􀁾􀂷􀀬􀁉􀁾 ;.--.-... -._-.-J ':lL o."Iom,\U 􀁲􀁏􀁾 COC'L·(I'·.'Vf(Y I 􀁾 􀀦􀁃􀁾􀁅􀁃􀁖􀁌􀁅􀁄 ...IJTOS ;p. 􀁲􀀮􀁶􀂷􀁦􀀧􀀺􀀧􀁾􀁊 X I 􀁾􀀮􀀬􀀼􀂣􀀺 "'JTOS I􀁾􀀱􀀰􀁌10 􀀢􀁏􀁲􀁾􀀼􀀻􀀧􀁙􀁨􀀻􀁄􀁁 " "'J\JI(Y .. r03 jP;t 􀁩􀀮􀀺􀁾􀁊􀀮􀀮􀀮􀀬􀀧􀁪 s I I􀀺􀁾􀁾􀁬􀀺􀀮􀁅􀀮􀁾􀁔􀀧􀀢 C....1."I ...CE I I . I ,'P;" •••....1' .1; s :JtUCf: 􀁌􀀧􀁾􀀹􀀧􀁬􀀧􀁔􀀧􀁻 ,', I I 􀀻􀀧􀁉􀁾 TO C4\L '( .. E). 􀀬􀁪􀁾􀁃􀀧􀁃􀀧􀁅􀁬􀁜􀀮􀁔 S I 􀁾􀁉􀁯􀁶 􀀢􀀧􀁕􀁔􀁾 .f:. E.' ... r.C I Ofr-f'l 􀁔􀀬􀀬􀀢􀁾 I ...·.TO (I'.lY: ....GO J A £JC('II.IA8'I.'TY Um72269S iJ 0/27120U2 JU,'27i2003 f.,a.C" CCCV::U;: e:,..-::E S 10,UO(),()()() 20 􀁣􀁣􀁣􀀼􀀬􀀻􀁾 0 CL""JI,'ACE I i"<)(jl'EcHTE 1$ 10,000,0001 ==:J 􀁏􀀮􀁃􀁬􀀮􀀧􀁃􀁔􀀧􀁾􀀬􀀬􀁛 SJ , X I R2'E""(.¥' S J0,000 , i I 8 .,.,e .. li( .... i CO"'I"tS... 􀁔􀁬􀁥􀁾 A"C TSF·OOOII021S9 10.'27,2002 10.'27,200] : X 􀁉􀁔􀀧􀀧􀀻􀀺􀁾􀁾􀀬􀀺􀁬􀀬􀀺􀀺􀁲􀁳 I I'W' I ... 􀁾􀀮 􀁾􀁙􀀱 􀁾􀁬􀀢 􀁾􀀧 .. J'.'TY IE.L. e,o\c"" 􀀢􀀧􀀺􀀺􀁾􀁉􀀽􀁅 ...T S 500,000 I IE'·L. 􀁃􀁬􀁥􀁦􀁾􀁾􀁥􀀺 􀁲􀁾􀀧 Elo,pl.o,e f .500,000 I􀁅􀀮􀁾􀀮􀁃􀀬􀁳􀁥􀀮􀁬􀀮􀁓􀁅􀀮􀀻􀁏􀀮􀀧􀀺􀁙􀁬􀁍􀁔 S 500,000 I CT ...... /10/27/2OU2 110/27/20U3 I ('o,nprehen"ive: 􀁓􀀵􀁾􀁕􀀮􀁏􀁕 I ;\ 􀁐􀁬􀀱􀁹􀁾􀁪􀁣􀀻􀁬􀁬 􀁄􀁬􀀱􀁭􀁡􀁾􀁥 􀁔􀁃􀁁􀁾􀀷􀀲􀀲􀀶􀀹􀁾 II Ca....eragi! II Collision: S5UO.aO I OEJ 􀁃􀁾􀁉􀀢􀁔􀀧􀁏􀀢 os 􀁏􀀢􀁅􀀺􀁾􀁁􀁔􀁉􀁏􀁾􀁊􀀺􀀱􀀮􀀰􀁃􀁁 􀁔􀁊􀁏􀁾 iiV!lIueI.ES;UCLuJIOli J .lOOlO IY 􀁬􀁬􀁩􀁬􀀮􀁾􀁏􀀧􀁬􀀱􀁩􀀢􀂷􀁩􀁾􀁔􀀯􀁓􀀮􀀧􀁅􀀧􀀺􀁉􀀮􀁬􀁌III JlOVII'O Ill' C'RTI.ICAT' IolOLO'R j I A:O ••􀂷􀀮􀁾􀀮􀁟􀀬•• 􀁾..􀁏􀀬􀀮􀁾􀀮􀀢•••••􀁾 ••. _ 􀁃􀀮􀁁􀀮􀁾􀁃􀀧􀁌􀁌􀁁􀁔􀁉􀁏􀁾 I ........... n ....... CC' T... ! ABOvE O£I:q.s=:: IICL,CIEI Hi :41ot1:ELLEO B£lI=:!q,£ TNE lA;I,p."T,:" , I" or or CUSTOMER REFERRALS City of Allen One Allen Civic Center Allen, Texas City of Plano 4200 W. Plano Parkway Plano, Texas 75093 TXU -Grubb & Ellis 301 S. Harwood Dallas, Texas 75201 RREEF Management 1406 Halsey Way Carrollton, Texas 75007 Laboratory Corp. of America 777 Forest Lane Dallas, Texas 75230 Corporate USA 1420 West Mockingbird Lane Dallas, Texas 75247 Triad Properties 14881 Quorum Drive Dallas, Texas 75240 Equity Office Properties Trust 1111 Forest, Lakeside & NCPIII Dallas, Texas 75251 Jones Lang LaSalle 500 N. Central Expressway Plano, Texas 75074 Today Realty Management 17400 Dallas Parkway Dallas, Texas 75287 Transwestern 3838 Oak Lawn Dallas, Texas 75219 Brook Partners Inc. 301 N. Market Dallas, Texas 75202 Suncase Properties Corp 811 S. Central Expressway Richardson, Texas 75080 Metric Management 13747 Monfort Dallas, Texas 75240 Anterra Management 5520 LBJ Freeway Dallas, Texas 75240 Brian Blythe Maintenance Foreman 972-727-7569 Richard Medlin Facility Manager 972-964-4264 Billy Conn Senior Engineer 214-875-2413 Lorie Rich Property Manager 972-323-8400 Judy Guffee Safety Officer 972-566-3335 Johnny Gil Chief Engineer 214-688-1116 Jerome O'Rear Leading Chief Engineer 972-233-7801 Charles Hamilton Chief Engineer 972-934-7930 Billy Ward Chief Engineer 972-881-4646 Candy Sargent V.P. lVIanagement 972-407-9067 Bart Pack Chief Engineer 469-323-5446 Joan Shuffield Property Manager 214-761-9465 Sam Pettigrew Properties Manager 972-669-9121 John Todd Construction Manager 972-934-0050 David Shaffer V.P. Service & Const. 972-404-7100 .. SEP 03 2003 8:59AM HP LASERJET 3200 Attachment 2 ----TPDES 􀁤􀁥􀁮􀁣􀁾􀀱􀁬􀀱 Peimit TXR150000 p.2 CONSTRUCTION SITE NOTICE FOR THE '. . . . . Texas Commission on Environmental Qilality crCEQ) . Storm Wllter Program' . TPDESGENERAL PERMIT TXRlSOOOO' The following information is posted in compliance with Part' n.D.2: of the TCEQ 􀁇􀁥􀁾􀁲􀁡􀁬 Pennit Number TXR.150000 for discharges ofstorm water runoff from construction sites. Additional information regarding the TCEQ storm water permit program may be found on the internet at: ' ..' .' . www;tnrce.state;tx us rnrittin wa ContactName and Phone Number: Project DescriptiOn: (Physical address or description of the site's ocatioo, estimated start date and projected end ate, or date that disturbed soffs will be bilizedl, Location of Storm Water Pollution Prevention Plan: . For Construction Sites Authorized Under Part 11.0.2. (Obtaining Authorization to Discharge) the following certification must be completed: . ..' . I􀁾 􀁾􀀮 􀀨􀁔􀁹􀁰􀁃􀁤􀁯􀁲􀁐􀁾􀁎􀁮􀁭􀁣􀁾􀁄 CM!plcting This Ccrtifi<:8t1Qo) certify under penalty of law that I have read and understand the eligibility requirements for claiining an 􀁡􀁵􀁴􀁨􀁯􀁲􀁾􀁡􀁴􀁩􀁯􀁮 under Part n.D.2. of . TPDES General Perinit TXR150000 and agree to comply with the terms of this ptmilit. A stonn water pollution prevention plan has been developed and implemeo,ted 􀁡􀁣􀁣􀁯􀁾 to permit requirements.' A copy of this signed notice is supplied to the operator ofthe MS4 ifdischargesenreranMS4 system.. ram aware there are significant penalties for providing false informationorfor conductingunauthorized disoharges, includingthepossibility offme . and impriso for 191ow' g vi tions. . ..􀁾 August 1, 2003 FINANCE DEPARTMENTIPURCHASING DIVISION E-mail msuh@ci.addison.tx.us Facsimile (972) 450-7096 5350 Belt Line Road (972) 450-7091 P.O. Box 9010 Addison, Texas 75001 Fast Forward Demolition Mickey Hemby Rt. 5 Box 305-F Bonham, TX 75418 Re: NOTICE TO PROCEED-BID NO. 03-19 Arapaho Phase III Demolition Dear Mr. Hemby: This document shall serve as your Notice to Proceed for the above referenced Project, and is issued and effective August 13, 2003 to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents. Enclosed is . your copy of the signed contract. The proposed improvements and work shall be completed within with the original contract price of $97,432.00. Please include the Project name and Bid No. 03-19 on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Minok Suh Purchasing Coordinator Enclosure Cc: FINANCE DEPARTMENTIPURCHASING DIVISION E-mail msuh@ci.addison.tx.us Facsimile (972) 450-7096 5350 Belt Line Road (972) 450-7091 P.O. Box 9010 Addison, Texas 75001 August 1, 2003 Fast Forward Demolition Mickey Hemby Rt. 5 Box 305-F Bonham, TX 75418 Re: NOTICE TO PROCEED-BID NO. 03-19 Arapaho Phase III Demolition Dear Mr. Hemby: This document shall serve as your Notice to Proceed for the above referenced Project, and is· issued and effective August 13, 2003 to provide all labor and materials as outlined in the specifications,and under the terms and conditions of the contract documents. Enclosed is your copy of the signed contract. . . The proposed improvements and work shall be completed within with the original contract price of $97,432.00. Please include the Project name and Bid No. 03-19 on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. MinokSuh Purchasing Coordinator Enclosure Cc: pw , SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TIllS AGREEMENT is made and entered into this 24th day of June, 2003, by and between the Town ofAddison, ofthe County ofDallas and State ofTexas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Fast Forward Demolition, of the City of Bonham, County of Fannin, State ofTexas, Party ofthe Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: DEMOLmON OF PARCELS 1, 2, 3, 12 & 13 and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids. Instructions to Bidders, General Provisions. Special Provisions. Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (l0) calendar days after the date of written notice to do so shall have been given to him, and to substantially compete the work within 60 calendar days after he commences work, and to complete all work within 125 calendar days after the date of of written notice, subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $97,432.00 in current funds for the performance ofthe Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments ofaccount thereof as provided therein. CA-2 IN WITNESS THEREOF, the parties ofthese presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON (OWNER) ATfEST: ATTEST: Party ofthe Second P (CONTRACTO By:_------__ The following to be executed ifthe CONTRACTOR is a corporation: I, , certify that I am the secretary ofthe corporation named as CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said DEMOLITION OF PARCELS 1,2,3, 12 & 13 Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope ofits corporate powers. Signed: ----_ Corporate Seal CA-3 RESOLUTION NO. R03·064 A RESOLUTION BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN THE AMOUNT OF $97,432.00 WITH FAST 􀁅􀀭􀁏􀁒􀁗􀁁􀁒􀁄􀀭􀁏 􀁡􀀴􀁏􀁬􀁊􀀱􀀢􀁬􀁑􀀭􀁎􀀭􀀭􀁆􀀭􀁏􀁒􀀭􀁑􀁅􀁍􀀭􀁇􀁢􀁬􀀭􀀫􀁾-S-+R-lJG':lJRE--8-AT-THREE SITES ON THE ARAPAHO ROAD, PHASE III PROJECT. WHEREAS, demolition of certain existing structures are needed in conjunction with the proposed construction of Phase III of Arapaho Road from Surveyor Boulevard to Addison Road; and, WHEREAS, demolition will include the properties of Metro Brick (Parcel 1), Joe's Auto Body (Parcel 2) and Watson & Taylor Storage (Parcels 12 and 13); and, WHEREAS, any asbestos abatement requirements are addressed in the demolition plans and specifications completed by the HNTB Corporation; and, WHEREAS, Fast Forward Demolition submitted the lowest responsive bid and has successfully completed demolition projects of other municipalities in the area; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: THAT, the City Council does hereby authorize the City Manager to enter into a contract in the amount of $97,432.00 with Fast Forward Demolition for demolition of structures at three sites on the Arapaho Road, Phase III project. OFFICE OF THE CITY SECRETARY R03-064 \\ DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, this the 24th day of June, 2003. R&Q. ATTEST: OFFICE OF THE CITY SECRETARY R03-064 "} COUD,cil Agenda Item: :#c;(e-I SUMMARY: This item is for the award of contract to Fast Forward Demolition, in the amount of ,$97,432.00, for the demolition of structures at three sites on the Arapaho Road, Phase ill project. FINANCIAL IMPACT: Budgeted Amount: Construction Cost: BACKGROUND: Not specifically budgeted, but funds are available as part of the Arapaho Road, Phase WIII project, totaling $20.5 million. $97,432.00 In conjunction with the proposed construction ofPhase ill of Arapaho Road, from Surveyor Blvd. to Addison Rd., it is necessary to perform demolition of C(ertain existing structures at three sites. The proposed demolition will include the following properties: Metro Brick Joe's Auto Body Watson & Taylor Storage (parcell) (parcel 2) (parcels 12 & 13) The Metro Brick and Joe's Auto Body sites consist oftne demolition of existing singlestory buildings and performing subsequent grading ofthe remaining property. The Watson & Taylor site consists of demolition ofnumerous storage units within the proposed roadway alignment and reconstruction of end walls to restore the integrity of remaining storage units. Any asbestos abatement requirements are also addressed in the demolition plans and specifications. The firm ofHNTB Corporation prepared engineering plans and specifications for the demolition ofthese sites. Attached is a bid tabulation for this project. Fast Forward Demolition submitted the lowest responsive bid, in the amount of $97,432.00, and 120 calendar days. This amount is within the engineering estimate of $125,000. the contractor was subjected to an extensive reference check by the Engineer and staff, and was found to have successfully completed demolition of several related properties in other municipalities in the area. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into a contract with Fast Forward Demolition, for demolition ofstnictures at three sites on the Arapaho Road, PhasemProject, in the amount of $97,432.00. Arapaho Phase III Demolition BID NO 03-19 DUE: June 10, 2003 2:00 PMBid BIDDER SIGNED Bond a1 Base Bid Cambria ContractinQ, Inc. v v v $157,000.00 Lindamood Construction v v v $175,000.00 Fast Forward Demolition y y v $97,432.00 rrIiJruJv buh Minok Suh, Purchasing Coordinator 􀁃􀁾􀀱􀁊􀁾 Corey Gayden, Witness 􀁾􀁾\N June 24, 2003 Fast Forward Demolition Mickey Hemby Rt. 5 Box 305-F Bonham, TX 75418 NOTICE OF AWARD: Dear Mr. Hemby: DEPARTMENT RCHASING DIVI I N Facsimile (972) 450·7096 P.O. Box 9010 03-19 Arapaho Phase ill Demolition 5350 Belt Line Road Addison, Texas 75001 972 450-7091 Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents for Bid No: 03-19. Enclosed please find four (4) 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, Maintenance and Payment Bonds as soon as possible to the Procurement Office at PO Box 9010, Addison TX 75001-9010, but no later than July 9,2003. The City Manager, Ron Whitehead, will sign the contracts and a Notice to Proceed will be issued to you, along with an original copy of the agreement. If you have any questions or if I can be of assistance to you, please contact me at 972-450-7089 or Minok Suh, Procurement Coordinator, at 972-450-7091. 􀁜􀀮􀀮􀀭􀁓􀁩􀁮􀁣􀁥􀁲􀁾􀁉􀁙􀀬􀁾 􀁾􀁭􀁮􀁡􀁮 Procurement Manager Enclosures Copy: Steve Chutchian Luke Jalbert DATE SUBl\1ITTED: June 13, 2003 FOR COUNCIL MEETING: June 24, 2003 Council Agenda Item: SUMMARY: This item is for the award ofcontract to Fast Forward Demolition, in the amount of $97,432.00, for the demolition of structures at three sites on the Arapaho Road, Phase III project. FINANCIAL IMPACT: Budgeted Amount: Construction Cost: BACKGROUND: Not specifically budgeted, but funds are available as part of the Arapaho Road, Phase wm project, totaling $20.5 million. $97,432.00 In conjunction with the proposed construction ofPhase III ofArapaho Road, from Surveyor Blvd. to Addison Rd., it is necessary to perform demolition ofcertain existing structures at three sites. The proposed demolition will include the following properties: Metro Brick Joe's Auto Body Watson & Taylor Storage (parcell) (Parcel 2) (parcels 12 & 13) The Metro Brick and Joe's Auto Body sites consist ofthe demolition of existing singlestory buildings and performing subsequent grading aA8 8ntssiQ@ofthe remaining property. The Watson & Taylor site consists of demolition of numerous storage units within the proposed roadway alignment and reconstruction of end walls to restore the integrity ofremaining storage units. Any asbestos abatement requirements are also addressed in the demolition plans and specifications. The firm ofHNTB Corporation prepared engineering plans and specifications for the demolition ofthese sites. Attached is a bid tabulation for this project. Fast Forward Demolition submitted the lowest responsive bid, in the amount of $97,432.00, and 120 calendar days. This amount is within the engineering estimate of$125,000. The contractor was subjected to an extensive reference check by the Engineer and staff, and was found to have successfully completed demolition of several related properties in other municipalities in the area. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into a contract with Fast Forward Demolition, for demolition of structures at three sites on the Arapaho Road, Phase III Project, in the amount of $97,432.00. Arapaho Phase III Demolition BID NO 03·19 DUE: June 10, 2003 2:00 PMBid BIDDER SIGNED Bond a1 Base Bid Cambria Contracting, Inc. y y y $157,000.00 Lindamood Construction y y y $175,000.00 Fast Forward Demolition y y y $97,432.00 rrIuruJv buiu Minok Suh, Purchasing Coordinator 􀁃􀁾􀁊􀁪􀁾 Corey Gayden, Witness DATE SUBMITTED: June 16, 2003 FOR COUNCn., MEETING: June 24, 2003 Council Agenda Item: SUM:MARY: This item is for the award of contract to Fast Forward Demolition, in the amount of $97,432.00, for the demolition of structures at three sites on the Arapaho Road, Phase ill project. FINANCIAL IMPACT: Budgeted Amount: Construction Cost: BACKGROUND: Not specifically budgeted, but funds are available as part of the Arapaho Road, Phase II/III project, totaling $20.5 million. $97,432.00 In conjunction with the proposed construction ofPhase ill ofArapaho Road, from Surveyor Blvd. to Addison Rd., it is necessary to perform demolition ofGertain existing structures at three sites. The proposed demolition will include the following properties: Metro Brick Joe's Auto Body Watson & Taylor Storage (parcell) (parcel 2) (parcels 12 & 13) The Metro Brick and Joe's Auto Body sites consist ofthe demolition ofexisting 􀁳􀁩􀁮􀁧􀁬􀁥􀁾 story buildings and performing subsequent grading ofthe remaining property. The Watson & Taylor site consists of demolition of numerous storage units within the proposed roadway alignment and reconstruction of end walls to restore the integrity of remaining storage units. Any asbestos abatement requirements are also addressed in the demolition plans and specifications. The firm ofHNTB Corporation prepared engineering plans and specifications for the demolition ofthese sites. Attached is a bid tabulation for this project. Fast Forward Demolition submitted the lowest responsive bid, in the amount of $97,432.00, and 120 calendar days. This amount is within the engineering estimate of$125,000. The contractor was subjected to an extensive reference check by the Engineer and staff, and was found to have successfully completed demolition of several related properties in other municipalities in the area. RECOMMENDATION: It is recommended that Council authorize the City Manager to enter into a contract with Fast Forward Demolition, for demolition of structures at three sites on the Arapaho Road, Phase III Project, in the amount of $97,432.00. Arapaho Phase III Demolition BID NO 03-19 DUE: June 10, 2003 2:00 PMBid BIDDER SIGNED Bond a1 Base Bid Cambria ContractinQ, Inc. y y y $157,000.00 Lindamood Construction y y y $175,000.00 Fast Forward Demolition y y y $97,432.00 rrkuJv lJuh Minok Suh, Purchasing Coordinator 􀁃􀁾􀁨􀁾 Corey Gayden, Witness DATE SUBMITTED: June 16, 2003 FOR COUNCIL MEETING: June 24, 2003 Council Agenda Item: SUMMARY: This item is for final payment and acceptance ofimprovements performed by Barson Utilities, Inc., for construction ofthe Brookhaven Club Sanitary Sewer Line Project. FINANCIAL IMPACT: Budgeted Amount: Final Construction Cost: Source ofFunds: BACKGROUND: $550,000.00 $556,846.00 Funds are available frc;>m FY 2002-03 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program. The Public Works Department established a need for the rehabilitation of an existing 10" sanitary sewer main adjacent to Brookhaven Club Drive. In addition, a new 10" sanitary sewer main was constructed at this location, in order to eliminate an aerial line that crosses Farmers Branch Creek, and to provide added wastewater flow capacity. A contract was awarded to Barson Utilities, Inc. for construction ofthis project. The original contract price for these improvements was $512,828.00. The final construction cost ofthis project was $556,846.00, which represents a $44,018.00 increase from the original contract amount. The increased cost was substantially due to a $41,675.00 construction change order, which was the result of a field determination that an additional 30 ft. deep manhole was necessary for future maintenance needs adjacent to an existing town home property. This manhole was in close proximity to the foundation ofthe town home, and the contractor had to construct it in a limited work zone with low overhead power lines. Normal drilling equipment could not be used. Consequently, the manhole was hand mined and new outer walls constructed in concrete lifts. In addition, this project included an incentive/disincentive provision, whereby; the contractor would be awarded $1,000.00 per day for early completion ofthe project, to a maximum award of $25,000. The Town acknowledged the successful completion ofthe construction improvements within the contractual time limit. However, the contractor did not qualify for any incentive payment. The contractor has submitted his Affidavit ofBills Paid, Consent of Surety Company to Final Payment, and One-Year Maintenance Bond. RECOMMENDATION: Staffrecommends that Council authorize final payment of $27,842.30 to Barson Utilities, Inc., and accept construction of the Brookhaven Club Sanitary Sewer Line Project. BARSON UTILITIES, INC. 5326 WEST LEDBETTER DALLAS, TEXAS 75236 214-941-9700 214·941-8533 FAX BUI JOB NO: 03-0007 OWNER: Town ofAddison PROJECT: Brookhaven Club Sanitary Sewer line NUMBER OF DAYS: 95 DAYS W.O. DATE: 1-13-03 DAYS USED: 95 Days ESTIMATE PERIOD: FINAL-RETAINAGE PRJ. NO: NIA CONTRACT AMT: $ CHANGE ORDER: $ REVISED AMT: $ 512,828.00 38,800.00 551,628.00 DATE 􀁾􀁉􀁴 3/0) STEVEN Z. 􀁃􀁾􀁃􀁈􀁉􀁁􀁎􀀭 ENmNEER _____ ._. ..􀁾􀁏􀀻􀀻􀁾􀁟/􀁾􀀡􀁾QTY UNIT UNIT CONTRACT THIS PREVIOUS TOTAL THIS VALUE ITEM DESCRIPTION MIS PRICE VALUE REQUEST WORK TO DATE ESTIMATE TODATE 1 10" SEWER 30 LF $ 87.00 $ 2,010.00 0 $ -$ . 2 10" SEWER BYDIRECTIONAL 1360 LF $ 23'1.00 $ 318,240.00 1442 1442 $ . $ 337,428.00 3 6FT MANHOLE (SHEET#1 1 EA $ 17,675.00 $ 17,875.00 1 1 $ . $ 17,675.00 4 6FT DIA DROP MANHOLE 2 EA $ 11,015.00 $ 22,030.00 2 2 $ -$ 22,030.00 5 4FT OIA MANHOLE (:>HEET 3 1 EA $ 4,135.00 $ 4,135.00 2 2 $ -$ 8,270.00 6 6FT DIA MANHOLE (!!I 6+70 1 EA $ 17,475.00 $ 17,475.00 1 1 $ -$ 17,475.00 7 10" SEWER BY OPEN CUT 115 LF $ 74.00 $ 8,510.00 208 208 $ -$ 15,392.00 8 10" SEWER BY 80RE 75 LF $ 193.00 $ 14,475.00 0 $ -$ -9 4FT DIA DROP MANHOLE 2 EA $ 4.185.00 $ 8,370.00 0 $ -$ -10 CONCRETE PAVEMENT 10 SY $ 24.00 $ 240.00 0 $ -$ -11 10" COCNRETE PAVEMENT 10 SY $ 82.00 $ 820.00 0 $ -$ -12 SOD 350 SY $ 5.00 $ 1,750.00 500 500 $ -$ 2,500.00 13 BARRICADES 1 LS $ 5,000.00 $ 5,000.00 1 1 $ -$ 5,000.00 14 TRENCH SAFETY 30 LF $ 1.00 $ 30.00 208 208 $ -$ 208.00 15 CLEANOUT 1 EA $ 320.00 $ 320.00 1 1 $ -$ 320.00 16 TRENCH SAFETY FOR BORE 1 LS $ 200.00 $ 200.00 1 1 $ . $ 200.00 17 TRENCH SAFETY DESIGN 1 LS $ 400.00 $ 400.00 1 1 $ -$ 400.00 18 IRRIGATION REPAIR 1 LS $ 1,800.00 $ 1,800.00 1 1 $ -$ 1,800.00 19 TREE REMOVAL 8 EA $ 1,400.00 $ 11,200.00 8 8 $ -$ 11,200.00 20 UNDERWATER INSPECTION 1 S $ 1,150.00 $ 1,150.00 1 1 $ -$ 1,150.00 21 CIPP 1010 LF $ 47.00 $ 47,470.00 1010 1010 $ -$ 47,470.00 22 8FT CEDAR FENCE 300 IF $ 32.00 $ 9,600.00 300 300 $ -$ 9,600.00 23 REMOVE RED TIP PHOTENIA 1 LS $ 750.00 $ 750.00 1 1 $ -$ 750.00 24 I"HMAC OVERLA 345 SY $ 17.00 $ 5,865.00 345 345 $ -$ 5,865.00 25 CLEARING AND RECONST OF 1 LS $ 2,755.00 $ 2,755.00 1 1 $ . $ 2,755.00 26 RESTORATluN OF GREENHAVEN 1 LS $ 2,753.00 $ 2,753.00 1 1 $ -$ 2,753.00 27 RESTORATION OF MARSH LN 1 LS $ 3.805.00 $ 3,B05.00 1 1 $ -$ 3,805.00 28 REMOVE REPLACE 4FT WIDE COBBLESTONE 100 LF $ 40.00 $ 4,000.00 100 100 $ -$ 4,000.00 $ 618,046.00 CHANGE ORDER NO.1 MANHOLE 6+70 27 VF $ 1,000.00 $ 21,000.00 27 21 $ -$ 27,000.00 TRENCH SAFTEY MH 6+70 1 LS $ 5,000.00 $ 5,000.00 1 1 $ -$ 5,000.00 CHANGE ORDER NO.2 ELECTRiC LNE RELOCATION 1 LS $ 3,800.00 $ 3,800.00 1 1 $ -$ 3,800.00 CHANGE ORDER NO.3 DEMO SIGN AT MARSH & BROOKHAVEN 1 lS $ 3,000.00 $ 3,000.00 1 1 $ -$ 3,000.00 rOTALC.O. • 38,800.00 ./" /7////ff//􀀭􀁖􀀯􀁦 􀁦􀁾 t-/3-c: TOTAL CON RACT $ 551.628.00 VALUE TO DATE $ 556,846.00 . 77//lliTIES, INC.-CONTRACTOR DATE LESS PREVIOUS PAY $ 529,003.70 LESS RETAINAGE THIS REQUEST $ 27,842.30 .... 􀁊􀁬􀀮􀁬􀁬􀁾 IAIII 􀁮􀁾 II .-----........ ..... "7"',- Arapaho Phase III Demolition BID NO 03-19 DUE: June 10, 2003 2:00 PM Bid BIDDER SIGNED Bond /a1 Base Bid 0 '/V j I 'i11 Cambria Contracting, Inc. /oeD Lindamood Construction V vV v 1Y f 􀀧􀀯􀁾 ooD Fast Forward Demolition -/v J 􀁾 Cf1' 1'3'd-I Minok Suh, Purchasing Coordinator Corey Gayden, Witness TEXAS NATURAL RESOURCE 􀁃􀁏􀁎􀁓􀁾􀁒􀁖􀁁􀁔􀁉􀀨􀁪􀁎 COMMISSION P.O. Box 13087 Austin, Texas 78711-3087 Please print or type. (Form designed for use on elite (12-pitch) typewriter.) Form approved. OMS No. 2050-0039. I . UNIFORM HAZARDOUS 1 1. Generator's US EPA 10 No. Manifest 2. Page 1 I Information in the shaded areas 􀁾􀁾􀀧􀁉􀀭􀀺􀀢􀀢􀀬􀀬􀀽􀀬__􀁗􀁾􀁁􀀭􀀺􀀭􀁓􀁾􀁔􀀮􀀻􀀻􀁅􀀻􀀻􀀮􀀮􀀻􀀮 􀀻􀀻􀁍􀀬􀀻􀀬􀀻􀀻􀁁􀁾􀁎􀁾􀁉􀁆􀁾􀁅􀀻􀀬􀀻􀀻􀁓􀀻􀀮􀀬􀁔􀀺􀀭􀀺􀀭􀀺􀀭.􀀭..􀁟....􀁟􀀮􀀭􀀺􀀻􀀺􀁾􀀮􀁾􀀮􀁾􀀮􀀭􀀭􀀺􀀭􀀮__. _."""'=·_-:-__..􀁉.􀁬.􀀺.􀀿.􀁟􀁯􀁣􀁟􀁵􀁟􀀮􀁭􀁟􀁥􀁟􀁾􀁟􀁴 􀁟􀁎􀁟􀀿􀀧􀀫􀀺􀀺􀀽􀁏􀁾􀁦􀁾􀁾􀀪. .􀁩.􀁳􀁾􀁮􀁯...t...r..e..􀁱..􀁾􀁕􀁾􀁩􀁲􀁥􀁾.􀁤....􀁢.􀁾􀁙..F...e..d...e.._ra..I...l.a..w....'-l i-Generator's Name 􀁡􀁾􀁡􀁩􀁬􀁩􀁮􀁧Address ,j045 A-v1'O '80 d-'1 AT$tafeMa.nifesfDoellmentNumber ••.. 􀀧􀁦􀀮􀁾􀁾􀁓􀁏􀁾􀀭􀁦􀀧􀁴􀁾 l 0 􀁜􀀮􀁓􀀮􀁯􀁾 152-81 􀀴􀁤􀁤􀁜􀀧􀁄􀁾 􀁾 ...02I9B3JO,,<· . 􀁾􀁾􀁤􀀮􀁜􀁾􀁏􀀧􀀢 􀁾􀀮 􀁾􀀵􀀰􀁯 \ 􀁾 ,...,.. 􀀢􀀽􀁩􀀭􀁾􀁏􀁦􀀩 􀀧􀁩􀁾􀀮􀁾􀁾􀀡􀁡􀀬􀁾􀁅􀀧􀁬􀁇􀁅􀁭􀁾􀁲􀀮􀁡􀁴􀁯 􀀨􀁾􀀮􀀡􀁲􀁒 '.' •.... . . 4.Generator'sPhone(t'i'l1. ) 􀁾􀀱􀀧􀁯􀀢􀀶􀁾􀁯 4,..,.tj·. M\-lVlt-t.. In.lbtrt .... .... ..... . . 7. Transporter 2 Company NarM 8. US EPA 10 Number 􀀬􀀻􀀻􀁾􀁴􀁡􀀮􀁴􀁾􀀺􀁲􀁲 􀁡􀁮􀁳􀁰􀁯􀁲􀁴􀁅􀁬....sID....'.<}/"> •.•.•. I . .􀁦􀀧􀀮􀀧􀀮􀁔􀁲􀁾􀁬􀀱􀁾􀁰􀀼􀀺􀀡􀁴􀁴􀁥􀁲􀀧􀁳 Phone ,.. ' . . 10. US EPA 10 􀁎􀁵􀁭􀁢􀁥􀁲􀀮􀁾􀁾􀁾􀁾􀀺􀁉􀁉􀀻􀀺􀁾􀁾􀁧 •.4-' .....' ..•..tJ.,.·.Fa.􀁾􀁩􀁬􀁩􀁴 􀁙􀁳􀀮􀁐􀁨􀁏􀁲􀁬􀁾 •·•..ti."..•."..·.'.•.·. r 1•.•·•.\..·.." ..•......• ,.... . '. '.' ". 􀁾 ·······LiJ!',· ·,/q/lji'j·(;.i7..00 11A. 11. US DOT Description (including Proper Shipping Name, Hazard Class, 10 HM Number and Packing Group) 12. Containers No. Type 􀁔􀁾􀁾􀁾􀁉 􀁊􀁾􀁩􀁴 I;' i. Quantity WtNol Waste No. K. Handling Codes.for 􀁗􀁡􀁳􀁾􀁥􀁳 􀁌􀁩􀀤􀁴􀁥􀁤􀀧􀁾􀁾􀀸􀁶􀁥... a. W􀁾􀀬􀁾 w ki 􀀨􀀮􀀮􀁾 cot.dc.U 'd 11\..0 11\ fy i DJ::, l-L Y iG CO 􀁢􀁥􀀱􀁴􀁾 (0 􀀦􀁾 I I---+-b-'-.􀂷􀁗􀀭􀁾􀀮􀀮􀀮􀀮􀀻􀀻􀀮􀀮􀀻􀀺􀀻􀀺􀁴􀀮􀀻􀀺􀀮􀀬􀀮􀁥􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀻􀀻􀀮􀀬􀀮􀁕􀁊􀀭􀀭􀀭􀀺􀀭􀁾􀀭􀁣􀁖􀀭 􀀢􀀧􀀭􀀭􀀺􀀺􀀻􀀺􀀺􀁃􀀺􀀧􀁏􀀭􀀴􀀭􀁡􀀭􀀭􀁩􀀭􀁬􀁦􀁜􀀭􀁦􀁁􀁯􀀭􀂷􀀭􀁴􀁁􀀮􀀮􀀮􀀮􀀮􀀭􀀧 f"'r·-iaJtJ--t:-e..---+--+--+----......-=---1-'-'........-'-,...--:"'-.----,...j. 􀁾 􀁾􀁖􀁊􀁾􀁴􀀨􀀹􀀩 􀁉􀀮􀁾􀁏 lit .. {.5 y.0-71be> 50 􀁾 􀁉􀀭􀀭􀀫􀀭􀁣􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀫􀀭􀀭􀁯􀁦􀀭􀀭􀀭􀀭􀀭􀀭􀁉􀀭􀀭􀀫􀂷􀀭􀀭􀀭􀀭􀀭􀀭􀁾 d. J.Addition•.•..•.•I. •'"."..-.•...􀁾... 􀁮􀁾􀀢􀀢􀁲 􀁾􀀧􀀮􀀧􀁾􀀧 􀂷􀁾􀁹􀂷􀁴􀀺􀁊􀁬􀁬􀂷 􀀬􀁾􀀮􀁾􀂷􀁴 􀀨􀂷'􀁾-􀁲.•... ··• 􀁉􀁬􀁾 .. 􀁉􀁴􀀭􀁻􀀮􀀭􀁾 􀁔􀀨􀁾􀀤􀁤􀁾 􀁾􀀮􀁾􀁴􀁬􀁲􀁴􀀺􀁾􀀻 . ',., . , I mSpecial Handling Instructions and Additional Information l..t.. 1 • "'" ; _,..., . t.... 1.f) 1\ b::Y'SPDStU 􀁾􀁴􀁁􀁓􀁴􀀭􀁢􀁥􀀮􀀮􀀮 􀁬􀁾 &l.Uo,..d.a.L<..c.t. tv iT V( -j).1/. JA,S 􀁾 111... ool'iJ r 􀁾 􀁾􀀺􀁬􀁃 al3 '-lP./lO oro"titer ka,,,,JliL1-}t 􀁰􀁬􀁴􀀺􀁴􀁶􀁴􀁏􀀨􀀬􀁉􀁊􀀯􀁊􀁲􀁯􀁬􀁬􀁾 ti1 I-UriHikA by 􀀷􀁾􀁽􀀩􀂷􀁴􀀭􀁪􀂷 􀁊􀁾􀀨􀀩􀁾􀀢􀀬􀁦􀀼􀁲􀁾􀀻􀀺􀀧􀀷􀀷􀀺􀀻􀀢􀁉􀀧􀁾 16. GENERATOR'S CERTIFICATION: I hereby declare that ihe contents of this consignment are fully and 􀁾􀁣􀁵􀁲􀁡􀁴􀁥􀁬􀁹 described above by proper shipping name and are classified, packaged, marked, and labelled/placarded, and are in all respects in proper condition for transport by highway according to applicable international and national government regulations, including applicable state regulations. If I am a large quantity generator, I certify that I have a program in place to reduce the volume and toxicity of waste generated to the degree I have determined to be economically practicable and that I have selected the practicable method of treatment, storage, or disposal currently available to me which minimizes the present and future threat to human health and the environment; OR, if I am a small quantity generator, I have made a good faith effort to minimize my wasle generation and select the best waste management method that is available to me and that I can afford. . 􀁾 17. Transporter 1 AcknowletlJgement of Receipt of Materials A I 1\ PrintedfTyped Name 􀁾 I ( '.1,􀁴􀁨􀁾􀀱􀁜 " 􀀮􀁾􀀮􀀮􀀮􀀮􀀮 ."" Po 18. Transporter 􀁲􀁁􀁃􀁫􀁮􀁯􀁷􀁾􀁤􀁧􀁥􀁭􀁥􀁮􀁴of Receipt of Materials 􀁾 PrintedfTyped Name ER 19. Discrepancy Indication Space ISignature MonJ§ Day 􀁙􀁥􀁾􀁾 􀁉􀁮􀀮􀁂􀁉􀁾􀀿 10) Date MJl.nth Day Year I 7). li·1 10 .? Date Month Day Year I . I . I . TNRCC-0311 (Rev. 07/01/97) \. I White -original Pink-T1Facl/fy Yellow-Transporter Green-Generator's first copy , "VVhen using the Uniform Waste Manifest for rail or water (bulk shipment) or international shipments refer to the applicable TNRCC regulatt\l q()t 􀁾 " "Jj..d,...I'I·lSOtlt .,:> 00 4. 􀁾􀁬􀁭􀁥􀁲􀁡􀁲􀁯􀁲􀀧􀁳 Phone ( '"l..) L. $O-z. 9. Designated Facility Name and Site 􀁾􀁲􀁥􀁳􀁳 􀀬􀁾􀁟􀀮 /" rev 􀁬􀁚􀁥􀁣􀁹􀁣􀁬􀁩􀁾 !fJ)lSPOXVI L600 s;, eai{ rob..tl Lewc. e I.e. 16. GENERATOR'S GENERATOR'S CERTIFICATION: I he by de lare that the contents of this consignment are fully and accurately described abo e by proper shipping name and are classified, packaged, marked, and labelled/placarded, and are in all respects in proper condition for transport by highway according to applicable international and national government regulations, including applicable state regulations. If I am a large quantity generator, I certify that 1have a program in place to reduce the volume and toxicity of waste generated to the degree I have determined to be economically practicable and that I have selected the practicable method of treatment, storage, or disposal currently available to me which minimizes the present and future threat to human health and the environment; OR, if I am a small quantity generator, I have made a good faith effort to minimize my waste generation and select the best waste management method that is available to me and that I can afford. d. pecial Handling Instructions and Additional 􀁉􀁮􀁦􀁯􀁲􀁭􀁾􀁴􀁩􀁯􀁮 D s 􀁰􀁥􀁓􀀢􀁾 􀁾􀁲 be" I h Cl-Cl.or-ClfJ,Vlte y-o+her h-CUAA il a. It) S<.J t90􀁔􀁡􀁾􀁑 ( Sal.l I AJ•.􀀨􀀩􀁾 S .. G(4􀁾􀀮􀀨􀁾􀀤􀁾􀀩􀀬􀁏􀁃􀁢􀀭􀀱􀀧􀀰 IJ-A qtBB,Il.O..... l1'ouk4 􀁾􀁦􀀭􀀭􀀭􀀫􀀭􀀻􀀻􀀻􀀻􀀢􀀧􀀭􀀭􀀭􀁟􀀭􀀭􀀺􀀢􀀧􀁟􀀭􀁟􀀭􀀭􀀭􀀢􀀺􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀢􀀢􀀭􀀭􀀫􀀧􀀭􀀧􀀭􀁾􀁟􀀢􀀢􀀺� �􀀺􀀢􀀧􀀧􀀭􀀭􀀭􀀧􀀭􀀭􀀢􀀧􀀭􀁉 E b. RAT 􀁾􀁉􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁬􀁦􀀭􀀭􀀮􀀬􀀮􀀮􀀮􀀮􀀮􀀫􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀫􀀭􀀢􀀢􀀢􀁾􀀢􀀭􀀢􀀢􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀁙 c. 18. Transporter 2 Ac nowledgement of Receipt of Materials Printedrryped Name 19. Discrepancy Indication Space FAC 􀀱􀁾􀀺􀀭􀀺􀀺􀀭􀀭􀀺􀀺􀀺􀀺􀀧􀀺􀀢􀀧􀀢􀀭􀀽􀀭􀀭􀀭􀁆􀀢􀀢􀀢􀀢􀀷􀀢􀀺􀁾􀁯􀀺􀀺􀀭􀀺􀀭􀀭􀀭􀀽􀀭 􀀭􀀭􀀭􀀺􀀭􀀺􀀧􀀺􀀺􀀢􀀢􀀢􀀢􀀢􀀧􀀺􀀢􀀺􀀢􀀧􀀢􀁾􀀭􀀺􀀭􀀭􀀭􀀺􀀭􀀭􀀺􀀭􀀭􀀺􀀬􀀭􀀺􀀭􀀭􀀭􀁊􀁬􀀭􀁔􀀮􀁔􀀭􀀭􀀢􀀧􀀺􀀢􀀧􀁲􀀺􀀭􀀺􀀢􀀭􀀭􀀭􀀷􀀷􀀧􀀢􀀢􀀢􀀢􀀷􀀺􀀧􀀭􀀺􀀭􀀭􀀭􀀺􀀧􀀺􀁾􀀭􀀭􀀭􀀺􀀭􀀭􀁾􀀢􀀢􀀢􀀧􀀷􀀢􀀧􀀺􀀢􀀢􀀢􀀢� �􀀺􀀭􀀭􀁾􀀭􀀺􀀺􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀻 T 20. Facility Ow e ials covered by this manifest except as noted in Item 19. T􀁙􀁴I 􀀭􀀭􀁾Pr􀁤in􀁉􀁩􀁾􀁾􀀻􀁥􀀺􀀭􀀢􀀢􀀢􀀢􀀧􀀭􀀭􀀭􀀻􀀻􀀮􀁾􀀽􀁴􀀺􀁾􀀽􀀽􀀭􀁴􀀻􀀮􀀬􀁁 􀀫􀀭􀀭􀀭􀀢􀀢􀀢􀀭􀁾􀁾􀁾􀁾􀀧􀀭􀀧􀁉􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀽􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀻􀀺􀀺􀀺􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀁾􀀺􀀺􀀭􀁙􀀻􀀻􀀻􀀻􀀱 ,. When using the Uniform.Waste Manifest tor rail or water (bulk shipment) or intemational shipments refer to the applicable TNRCC 􀁲􀁥􀁧􀁵􀁬􀁡􀁴􀁾􀁮􀁳􀀮 REPORTSPILLS AND/OR DISCHARGES TO THE TEXAS SPILL RESPONSE CENTER AT 5121463-n27 (24 HOURS) INSTRUCTIONS TO GENERATOR (Please Type or Print Clearly) (1) Enter the Generator's U.S. EPA twelve digit identification number and the unique five digit number assigned to this manifest by the generator if you are shipping hazardous waste. (2) Enter the total number of pages used to complete this manifest. (3) Enter the company name and mailing address of the generator of the waste. (4) Provide a phone number where an authorized agent of yourfirm may be reached in the event of an emergency.' (5) Enter the company name of the first transporter and their U.S. EPA 10 Number. . . (6) If applicable, enter the company name of the second transporter and their U.S. EPA 10 Number. If more than Nvo transporters arJ used, enter each additional transporter's information on the Continuation Sheet (EPA form 8700-22A) or in box t 5 of this form. (7) Enter the company name, site address, and U.S. EPA 10 Number of the facility designated to receive the waste listed on this manifest. (8) COMPLETE ALL STATE OF TEXAS INFORMATION A. THROUGH H. IN THE SHADED AREAS. (9) Complete the waste description table as follows: (A) ITEM 11 A -When shipping !In EPA/DOT regulated hazardous waste or material in conjunction with solely state regulated waste enter an "x" in the HM box before each EPA/DOT regulated waste/material description. (S) ITEM 11 -Enter the U.S. DOT Proper Shipping Name, Hazard Class or DiVision, and 10 Number (UN/NA.l for each waste identified. If it is a Class I n,hazardous 􀁷􀁾􀁳􀁴􀁥 use tha 􀁔􀁥􀁸􀁡􀁾􀀮􀁗􀁡􀁳􀁴􀁥 􀁾􀁯􀁤􀁥 description. . (C) ITEM 12 -Enter the number of containers for each waste and the appropriate abbreviation for type located in Subchapter A of the TNRCC Industrial Solid Waste Rules. (D) ITEM 13 -Enter the total quantity of waste described on each line. (E) ITEM 14 -Enter the appropriate letter from the table below for the unit of measure. G = Gallons (liquids only) P = Pounds T = Tons (2000 Ibs.) Y = Cubic Yards L = Liter (Liquids Only) K = Kilograms M = Metric Tons (1000 kg.) N = Cubic Meters (F) ITEM 1-Enter the appropriateTNRCC State Waste Code for each waste you are shipping. ('10) The Generator must read, sign (by hand), and date the certification statement. If a mode other than highway is used, the word "highway" should be lined out and the appropriate mode (rail, water or air) inserted in the space below. In signing the waste minimization certification statement, those generators shipping hazardous waste who have not been exempted by statute or regulation from the duty to mak'e :a waste minimization certification are also certifying that they have complied With the waste minimization requirements. (11) The manifest must be signed and dated by the first transporter in the presence of the Generator. If more than one transporter is to be used, the Generator must prOVide additional copies for their use. , '(12) Generator 􀁲􀁥􀁴􀁡􀁩􀁮􀁳􀁾􀁧􀁲� �􀁥􀁮 copy, sending remaining copies with the driver.. INSTRUCTIONS FOR THE TRANSpORTER (Please Type or Print clearly) (1) As driver of the transport vehicle, you are responsible for ensuring that all waste received by you arrives at the specified destination. (2) Sign and date the space provided, certifying the waste amounts in PART I were received for transport. NOTE: if you are unable to carry out the delivery of the shipment as specified, dial the emergency phone numbers given in PART I notifying the GENERATOR. (3) Upon delivery of the shipment, the TSD Facility Owner/Operator is to sign for the shipment inyourpresence and fill in "date received". '(4) Separate the yellow copy and retain for your records. Leave the remaining copies .with the TSD'Facility Owner/Operator. INSTRUCTIONSTO TREATMENT, STORAGE AND DISPOSAL (TSO) FACILITY OWNER/OPERATOR (Please Type or Print Clearly) (1) The authorized representative of the designated (or alternate) facility's owner or operator must note in ITEM 19 any significant discrepancy between the waste described on the manifest and the waste actually received at the facility. (2) Enter date received and sign in the presence of the driver declaring receipt .of the wastes and verifying the quantities in the table in PART I. (3) Retain the pink copy for your records and return the completed original (white) copy to the GENERATOR. , U.S. EPA and TNRCC regulations require that copies of this Uniform Hazardous Waste Manilest be retained for a period of three (3) years in your company records. Do not send to TNRCC unless otherwise notified by these departments. BURDEN STATEMENT l The public reporting burden for this collection of information is estimated to average 31 minutes for generators, 16 r'n.inutes for transporte:rs, and 16 minutes f9f treatmen1! storage and djsposal facilities. The recordkeeping burden per response for this collection of information is estimated to average 6 minutes for generators, 6 minutes for transporters, and 6, minutes for Ire9tment, 􀁳􀁴􀁯􀁾􀁡􀁧􀁥 and dj,spo::;al faci!ities. The,:burden associatep with reading the regulations is estimated at 1 hour and 15 minutes annually. Burden means the total 􀁾􀁩􀁭􀁥􀀬 e"ort, or financial resourcesexpended by persons tOigener.ate,·'flaintain, relafn/or.drscl.oseor provide informatio}l th or fO[,aFederal agency. An agency may not conduct or sponsor, and a person is not reqUired to respond to, a collection of information unless il displays a currently valid OMB cor.trol numbE\i. The OMB 􀁨􀁵􀁭􀁾􀁷􀁳 􀁦􀁾􀁲 EPA's regUlations are listed in 40 CF.R Part 9 and 48 CFR'Chaplor 15. Send comments regarding these burden statements or any other aspect of this colleclion, including suggestions for reduclngjheburden, including through the use 'of automated colleclion tech· niquesto the Director; OPPE-'Regulatory Information Division, U.S. Environmental Protecllon Agency (2137), 401 M.St., S.w.. Washington,'D.C., 20460 and 10 the Office of Infprmalion and RegUlatory Affairs. Office of Management ar1\ \Dca. 00 WRIITEN IN WORDS: One. 'n.2nd