,{ " .--' c-Ure ;/.'+1 . ,...,.., r"';'.. '",' r"'1 ' j j j j j j j .J j j j j j j j j j j j ) / (Attorney-in-Fact) Vr 􀁉􀀯􀁖􀁾􀀠 \}J 􀁾􀀮􀀠 I Ne . .􀁾􀀠 .... STATUTORY PERFORMANCE BOND PURSUANT TO 􀁃􀁈􀁁􀁲􀁾􀁾􀁐􀁴􀀠 OF THE TEXAS GOVERNMENT CODE 􀁾 (U) 0 (pDBLIC WORKS) '81 (penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY TImSE PRESENTS, That Jim Bowman Construction Company, L.P. (hereinafter called the Principal), as Principal, and First National Insurance Company of America (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of Thirty-Three Thousand, Three Hundred Thirty-Nine and 50/100 Dollars ($ 33,339.50 ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of June , 2001 to Driveway Paving Improvements at Beltline and Midway which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF TillS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 24th day of July , 2001. JimBo Construction Com an ,L.P. (principal) By: Firs of America (Surety) By: STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (penalty of this Bond must be 100% of Contract Amount) KNOW .ALL MEN BY THESE PRESENTS, That Jim Bowman Construction Company, L.P. (hereinafter called the Principal), as Principal, and First National Insurance Company of An1erica (hereinafter called the Surety), as Surety are held and finnly bound unto the Town ofAddison (hereinafter called the Obligee), in the amount of Thirty-Three Thousand, Three Hundred Thirty-Nine and 50/100 Dollars ($ 33,339.50 ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of June 200 I to Driveway Paving Improvements at Beltline and Midway which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDmON OF THIS OBUGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 24th day of July , 2001. JimB an Construction Com an L.P. , (principal) By: Jim B wman, General Manager 'Com an of America (Surety) 􀀨􀁁􀁴􀁴􀁯􀁾􀁥􀁹􀀭􀁩􀁲􀁩􀀺􀁆􀁡􀁣􀁴􀀩􀀠 PyB-2 SECTION MB MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS That ___---'J"'im=B::;o'-'WJUan==____ as principal and Jim Bowman COnstruction Company, L.P. ___=_:-;;.--:,-;-_.......,,,-_ , a corporation organized under the laws of Texas First National Insurance and Company 0 f Amer iea as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto ihe Town of Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Addison, Dallas County, Texas, the sum of Thirty-Three Thousand, Three Hundred Thirty-Nine and 501100 ($33,339.50) for the payment ofwhich sum will and truly to be made unto said Town ofAddison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and seVerally. This obligation is conditioned, however, that whereas said Jim Bowman Construction Company, L.P. has this day entered into a written contract with the said Town of Addison to build and construct the Driveway Paving Improvements at Beltline and Midway .MS-2 which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and perfonned for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perfonn all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of iroproper excavation or backfilling; it being'tmderstood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the tenns of the said provisions ofsaid contract; NOW TIlEREFORE, if the said Contractor shall keep and perfonn its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these preseQts shall be null and void and have no further effect; but ifdefault shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have fun force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout . said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. MB-3 First National Insurance IN WITNESS WHEREOF, the said Company of Americ:.".._____ has caused these presents to be executed by Raymon R. Dyer and the said RaYmon R. Dyer has hereunto set his hand this the ______ dayof ___________ ,20 01 SURETY PRJNCIPAL an ,L.P. By: • of America JimB 􀀭􀁾􀁾􀁾􀀭􀁾,􀀭 Ge􀁾nera􀁾l M􀀭an􀀭age􀀭r 􀂭 By: Raymon R. Dyer Attorney in Fact ATTEST 􀁜􀀺􀀩􀀧􀀬􀀤􀀩􀁾􀀮􀁃􀀺􀁑􀁾 By: Davis-Dyer-Max, Inc. Surety Secretary 409 E. (Jenterville Rd. Garland, Texas 75041 Agency and Address NOTE: Date ofMaintenance Bondmust be same as date City acceptance. ., MB-4 POWER FIRST NAnONAi. INSURANce: COMPA.W OF' AMER::::,! 4JJJ BROOKlYN AVE NE OF ATTORNEY SEAm!:, WASHINGTON 98105 33 Brooklyn Avenu< N.E. :attle, WA 98105 No. 10543 lOW ALL BY THESE PRESENTS: .! FIRST NATIONAL !NSURANCE COMPANY OF AMERICA,' Washington coljlora!ion. doe. hereby appoint •......··" ... • ..... ••.. •••••••••• .. ••.. •.. ••••.. ··RA.nION R. DYER; PERRY z..r.-\..􀁜..􀀺􀁾􀀠T.- \..l\f}.,{I Ei'.'TRlKEN; Gltland, Te;(.:l$·..•• .. • ...... • ............................................. 􀁾􀀬􀀠 tr\Je and la'Nful 􀁡􀁴􀁴􀁯􀁭􀁥􀁹􀀨􀁳􀁈􀁮􀁾􀁦􀁡􀁣􀁴􀀮􀀠with full authority to execute on behalf of the company fidem'! and surety bonds or undertakings and other dOCums!Mis or a 􀁳􀀻􀀻􀀻􀀻􀁩􀁬􀁾􀀠 arader issued by the company in ihe course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if S0:'" ;truments had been duly executed by its regularly elected Officers at its home office, WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and ati.sted Ihes. pr.sen!s this 16th day or !.[a.r.h , t999 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By-laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: \!'tide V, Section 13 .• FIOELITY AND SURETY BONDS ... the President, any Vice President, the Secretary. and any Assistant VIce President appOinted 1:;;( !hz lrpose by the officer in charge of surety operatiOns, shall each have authority to appolnt individuals as 􀁡􀁴􀁴􀁯􀁲􀁮􀁥􀀧􀁬􀁳􀀮􀁩􀁮􀁾􀁲􀁡􀁣􀁴􀀮􀁣􀀨􀀠under elMer appropriate titles ¥Alh aulhoril'j t; 􀀨􀁥􀁣􀁵􀁴􀁾􀀠on behalf of the company fidelity and surety bonds and other documents or similar Character issued by the corr.pany in the course of its busIness... On an: strument making or e'lidencing such apfiOintment. the signatures may be affixed by facsimile. On any instrument conCerting such authority or on any bond c ldertaking of Ihe company, the seal. or a facsimile thereof, may be impressed or affixed or in any olher rr,anner reprodl.'Ced; 􀁰􀁲􀁯􀁶􀁫􀁩􀁾􀁤􀀬􀀠however. that the sealshail nc 􀁾􀀠necessary to the valid'1ty of any such instrument or undertaking," Extract rrom a Resolution of the Board ot Directors or FIRST NATIONAL tNSURANCE COMPANY OF AMERICA adopted July 28. 1910. )0 any certificate 􀁥􀁬􀀨􀁥􀁣􀁬􀀮􀀻􀁾􀁥􀁤􀀠by 􀁾􀁨􀁥􀀠Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V. Section 13 of the 8y·laws. and (Ii) A copy of 􀁴􀁨􀁾􀀠􀁰􀁯􀁷􀁥􀁲􀂫􀀩􀁲􀁾􀁡􀁴􀁴􀁯􀁲􀁮􀁥􀁹􀀠appointment, executed pursuant thereto. and (Iii) CertifyIng that said power-of·attorney appOintment is in full torce and effect, 1e signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereo£." RA Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify thaI tM foregoing eKlrac!s of the By-Laws and 0" :esolutioo or the Boa;d of Directors or thIs corporation, and of a Power of Attorney issued pursuant thereto. are 􀁴􀁲􀁵􀁾􀀠a;:d correct. and that both both the By-Laws. t,Wi :esoluUon and the Pow'.:'!r of Attorney are still in full force and effect ,; WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this day of -....J -v t:ep Council Agenda Item: F.?X. 􀁉􀀧􀁕􀁦􀁌􀀭􀁥􀁾􀀯􀁖􀀧􀀱􀀠0\/' 77!e JV",'E' 2.6-f 4 . SUMMARY: Co C/-<--CIt:.. A-"(<-M, Award ofContract to Jim Bowman Construction, in the amount of$33,339.50, for the construction ofDriveway Paving Improvements at Beltline and Midway 􀁾􀁡􀁴􀁩􀁥􀀮􀁮􀀱􀁬􀁲􀁏􀀺􀁯􀁭� �the Public Works Dep rivewa P .:..'􀁾􀀧􀀭􀀭􀁲􀁯􀁶􀁥􀁭􀁥􀁮􀁴􀁬􀁬􀁬􀀠 :MIt. existing drive appro located at 􀁴􀁨􀁾􀀠nort west comer ofthe intersection, is located in line with a row o arking stalls at an adjacent commercial site. This project will relocate the driveway in order to create optimum turning capabilities and remove conflicts with the existing parking alignment. In addition, a portion ofthe adjacent parking lot will be removed and replaced on grade to address drainage and slope requirements. Jim Bowman Construction submitted the lowest responsive bid, in the amount of $33,339.50. The engineering estimate for this project was $35,500. Construction of these improvements is scheduled fur completion within forty-five (45) calendar days. The contractor has successfully completed construction ofrelated improvements in other municipalities in the area, and was recently awarded a contract for the construction ofthe Morris Rd. Extension project. RECOMMENDATION: Staffrecommends that Council authorize the City Manager to enter into a contract with Jim Bowman Construction, for the Driveway Paving Improvements at Behline ,and , Midway project, in the amount of$33,339.50. f""tA. 􀁾􀀺􀀺􀀬􀀠 􀀰􀁊􀁲􀀭􀁾􀀠 I1W' 􀀨􀁁􀁾􀀠I.... bI􀁾􀀠􀁾r 􀁾i. 􀁾􀀠 P"-"J .eJ-􀁾􀀠Yl i'lL 1?.J+LI 􀁾e.--/yY1 LC1. u»;/d.tu>tlAVYI 􀁔􀁙􀁜􀀮􀀫􀁃􀂥􀁓􀀮􀁌􀁾􀀠􀁤􀀿􀁾􀀨􀀧􀁣􀁉􀁖􀁦􀀺􀀨􀁙􀁬􀁾􀀠 􀁾􀁪􀀮􀁥􀀮􀁫 Uo. C,2.=3D[ MORLIN SU Off: 972-931-6199 Fax: 972-931-6190 16601 Addison Rd. Suite # 107 Addison, TX 75001 JIM BOWMAN CONSTRUCTION CO., INC. 10209 Plano Rd., Suite 101 DALLAS, TEXAS 75238 (214) 349·2884 TO ,􀁫􀀮􀁯􀁎􀁾􀀢 4"Pt"/N DATE IJOB NOSSr:. C'c.r. /.S" 2-00 I ATTENTION LJ. M:e. /VIii. )4<",11' '/&.OE RE: 􀁄􀁾􀁖􀁅􀁩􀁖􀀻􀁙􀀠@BLIf k/pU/A-V /WE ARE SENDING YOU I!'H'\ttached o Under separate cover via __________the fol/owing items: > o Shop drawings o Prints :1 Plans o Samples o Specifications o :1 ___________________ Copy of letter o Change order THESE ARE 􀁔􀁒􀁁􀁾􀁔􀁔􀁅􀁄􀀠as checked below: 􀁾􀁲 approval 0 Approved as submitted o Resubmit ___􀁾 copies for approval o For your use 0 Approved as noted o Submit ____ copies for distribution o As requested 0 Returned for corrections o Return ___􀁾􀁣􀁯􀁲􀁲􀁥􀁣􀁴􀁥􀁤􀀠prints > o For review and comment 0 ___􀁾􀀠 COPIES DATE NO. DESCRIPTION ,;z /oAs/./􀁅􀀭􀁔􀀷􀁾􀁾􀀠/14, z ! &-.-//o FOR 81DS DUE __________ 19 ___ o PRINTS RETURNED AFTER LOAN TO US REMARKS ______________ 􀁾________________ ________ COPYTO ___________________ 􀁾􀀠 RECYCLED PAPER: I6&' Conlim!S: 40% Pl'$-C01lsumer'1 0% Pcst-Consumet SIGNED: ___􀁾􀁾􀁾􀁾􀀻􀀺􀀺􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀭􀀭 If enclosures BrB not as notsd, kindly notify us at once. JIM BOWMAN CONSTRUCTION CO., INC. 10209 Plano Rd., Suite 101 DALLAS, TEXAS 75238 (214) 349·2884 TO DATE I JOB NO. eJc.r. 􀀯􀁾􀀠Z Of!) /sse ATTENTION 􀁾􀀠-,//_ 􀁍􀁾􀀮􀀠IAf-Vtf pr//LtJe WE ARE SENDING YOU 􀁾􀁣􀁨􀁥􀁤􀀠 o Under separate cover via __________the following items: > D Shop drawings D Prints D Plans D Samples o Specifications D Copy of letter D Change order D COPIES DATE NO. DESCRIPTION /vofi;/o/C,II/Ssv-r-,p r J:.A-E'TY -X -&Ac.. 􀁾􀁾􀁲􀀮􀀠 /THESE ARE TRANSMITIED as checked below: o 􀁆􀁯􀁾􀁲􀁯􀁶􀁡􀁬􀀠 o Approved as submitted o Resubmit ____copies for approval 􀁾􀁲􀁹􀁯􀁵􀁲􀁵􀁳􀁥􀀠 D Approved as noted o Submit ____copies for distribution o As requested o Returned for 􀁣􀁯􀁲􀁲􀁥􀁾􀁴􀁩􀁯􀁮􀁳􀀠 o Return ____corrected prints > o For review and comment 0 ___________________________ D FOR BIDS DUE ___________ 19 ___ D PRINTS RETURNED AFTER LOAN TO US REMARKS ________________________________________ SIGNED: ___􀀭􀀣􀁾􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁟􀁟􀁟􀁟􀁟􀀠 If enclosures are not BS noted, kindly notify us at at COPYTO ____________________ 􀀧􀀢􀀧􀁾􀀠 RECYCLED PAPER: '6¢J Contents: 40% Pre-Consumer 010% Post-Consumer CONSENT OF OWNER o ARCHITECT o SURETY COMPANY CONTRACTOR SURETY B TO FINAL PAYMENT OTHER AlA DOCUMENT CTOT PROJECT: Driveway Paving Improvements at Beltline &Midway (name, address) TO (Owner) r-Town of Addison, Texas J ARCHITECT'S PROJECT NO: P.O. Box 9010 CONTRACT FOR: Driveway Paving Improvements Addison, Texas 75001 L .J CONTRACT DATE: 6-26-01 CONTRACTOR: Jim Bowman Construction Company, 􀁌􀁾􀁐􀀮􀀠 10209 Plano Rd., Suite 101 Dallas, Texas 75238 In .ccordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the !here imert rt.Jrtle and 􀁾􀁤􀁤􀁮􀁥􀁳􀁬􀀠ar Surety Compmy) First National Insurance company of America 1600 N. Collins Blvd. • SURETY COMPANY, Richardson, Texas 75083 on bond of there iml!rt rume and ;addres of COf'jft,Jctor) Jim Bowman Construction, L.P* 10209 Plano Rd., Suite 101 , CONTRACTOR, Dallas, Texas 75238 hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to Ih«e ;nu;"'( ",me .nd 'dd.... of Own•• Town of Addison, Texas P.O. Box 9010 OWNER. Addison, Texas 75001 as set forth in the said Surety Company's bond. IN WITNESS WHEREOf, the Surety Company has hereunto set its hand this 16th day of October 192001· First National Insurance Company of America Surety Company Attest: (Seal) : Signature 01 Authorized Representative Tammi Entriken. Attorney-in-Fact Title NOTe: This form is to be used as ,a. comp.tf'lion document to AlA DOCUMENi' <::706, CONTRACTOit'S AIFIDAVIT Of PAYMENT OF DEaTS AND CI.AI."-i.S, O.,lttt:nt Edition • AlA DOCUMENT G,a, • CONSENT 01 SURrrY COMPANY TO fiNAL PAYM.NT • APRIL 197Q EDITION' AIA® m .,07fl. n., 􀁾􀀬􀀬􀀬􀀬􀀬􀀬􀁃􀁾􀁬􀁲􀀬􀀮􀁬􀀮􀁯􀀮􀀬􀁊􀀠 1:o.:<::TITr ITC (''\1; AO'fl-jlTj:rn ".,'" NFW YORl( hVE .. N\V. 􀁗􀁁􀀵􀁈􀀡􀁎􀁇􀁔􀁏􀀮􀁾􀀮􀀠 D.C. 20006 -------POWER FIRST NAnOHAL INSURANCE CCWIPANY OF A\iER1CA EIRSfNATIONALSUREIY 4333 BROOKLYN AVE NE OF ATTORNEY SEAm;:;. WASHINGTON 9S105 4333 BrooklynAvenuoN.E, So.ttle, \VA 98105 No. 10543 {NOW ALL BY THESE PRESENTS: ;hal FIRST NATIONAL INSURANCE COMPANY OF AMERICA,' Washington cO!)loralion, does hernby appoint ........ "' ...... ,·.. ••••••.... ••.. •.. ••.... •.... • .... •••.. ·R.J,."t'}.IQN R. OYER; PERRY 􀁾􀁲􀀮􀀭􀁜􀀢􀀧􀁘􀀻􀀠􀁔􀀮􀁾􀁾􀁮􀀬􀁵􀀠􀁅􀁽􀀧􀀢􀀧􀁔􀁒􀁉􀁋􀁅􀁎􀁾􀀠G::trland, To!,'<.:!S· .. ••• , ... "u............ u ......... 􀁾􀀮􀀬􀀮..................... . :s true and lawful attomey{s)-in-fact, with rull authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documenls 􀁯􀁾􀀠a slmil.= :haracter issued by the company in the course of its business, arid to bind FIRST NATlONAL INSURANCE COMPANY OF AMERICA 􀀡􀁨􀁥􀁲􀁾􀁢􀁹􀀠as fully as if sue; nstrurnents had been duly executed by its regulaI1y elected officers at its home office. N WITNESS WHEREOF, FIRST NATIONAL NATIONAL INSURANCE COMPANY OF AMERICA has executed and attesled Ihese presents this -'1.:6"''''-___________ dayo! M=h , 1999 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 R.A. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIPENT CERTIFICA TE Extract lrom Ihe By·Laws 01 FIRST NATIONAL INSURANCE COMPANY OF AMERICA: ·Artic!e V, Section 13. -FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for tl",2 Jurpose by the officer in charge of surety operatlors, shall each have authorlty to appoint individuals as attorneys-in-ract or under other appropriate titles with authority t: ;xecutt on behalf of the company fidelity and surety bonds and other documents ot similar character issued by the company in the course of its business... On at";: nstrumenl: making or e'Jidenc1ng such appointment, the signatures may be affixed by facsimile. On any instruml?nt conferring such authority· or or. any bond c mdetbking of the company, the seal, or a facsimile thcreof, may be lmpressed or affixed or in any other manner reproduced: provided, however, that the sea! shall neli?: necessarj to the validity of any such instrument or undertaking." Extract from a Resolution of the Soard of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adoFted July 28, 1970 ·On any certificate 􀁥􀀺􀁯􀀺􀁥􀁣􀁾􀁥􀁤􀀠by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy or the power-of-attorney apPoinlment, executed pursuant thereto, and (iii) Certirjing that said pOl....er-or-attorney appointment is in full torce and effect, he signature of the r:ertifting officer may be by racsimile, and the seat or the Company may be a facsimile 􀁴􀁨􀁥􀁦􀁥􀁯􀁦􀀮􀁾􀀠 , R.A, Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the (cfi:going extracts of the By-laWS and of < 􀁾􀁥􀁳􀁯􀀡􀁵􀁴􀁩􀁯􀁮􀀠0' the Board of Directors o( this corporation, and or a Power or Attorney issued pursuant thereto, are true ar.d correct, and that bolh the By-laws, thf ::';esolution and the Power or Attorney are stH! in full force and effect. N WITNESS WHEREOF.! have hereunto set my hand and affiXed the facsimile seal of said corporation this day of ,..::l.!.? Q ( 1 R.A. PIERSON, SECRETARY ...., ,...' .... ...􀀭􀁾􀀧􀀠 ..;.:....;.,..:...􀀻􀀮􀀬􀀮􀀮􀁾􀀮􀁾􀀭􀀭􀀭􀀢􀀭􀀮􀀻􀀮􀁟􀀮􀀠 • TOWN OF ADDISON . PAYMENT AUTHORIZAnON MEMO -' :" .... .. )ATE: .q •• "'11t2ft;( ClaJint( ',' _-'--,....,..__ '.' Vendor No;' :-'.:.;.q"--_---",.;,.'__-..:..-.,;..,-..,...--t..' -:--:-'". ··,...;.c..:•.•. .', · •• ;',. '.. Vendor Name '" . BIRK Hc/FF} fI ;;J)fi!.IC/:(S • Address 'Address Addfl1SS (C,,;4;-".Ar,2L(P,'·:·: Zip Code c,' . ; EXplANAnoN E tV 4,(!'VEE'/?f.l'Vtj. . h· 􀁦􀁾􀁴􀀮􀁥􀁾􀁲􀀢􀀬􀁩􀁩􀀷􀀳􀀠 : : 􀁾􀀬􀀻􀀠 , :;. .' . • f . •,.' " ;. " . 􀁾􀀠. '. C ! I .. , :: 􀁁􀀧􀁾􀀠 ,'. Authorized Signature Finance ; BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 1502 Greenville Avenue, #220 Dallas. Texas 15231 Fax (214)361-0204 Phone (214) 361-1900 Town of Addison Date: August 31, 2001 Post Office Box 9010 Addison, Texas 75001-9010 Attention; Mr. Steve Chutchian Statement No. 2000190A (568) Services through July 31, 2001, in 'connection'with driveway improvements off Midway Road, just north o'f Belt"line Road Time of Personnel: Engineer 4.5 Hrs. $ 669.12 Drafting .5 Hr. 10.35 Word Processor 3.0 Hrs. 180.85 $ 860.32 Expense: Delivery $ 24.73 Automobile 8.73 Printing 15.35 48.81 $ 909.13 ====== Previous Billings $ 9,318.89 Current Billing 909.13 Total $10,228.02 , :',. '.;;..£;..10_,2_1"_1 _ ,'ClaIm if,', , " !, • 'DATe: __ ',' 􀁖􀁥􀁮􀁾􀁯􀁲 No;, ,..---'--__''-''_'􀀭􀀭􀀬􀀭􀀬􀀭􀁾􀀭􀀮􀀬􀀭􀀬􀀮􀀭􀁴􀀭􀀺􀀭􀀭􀀭􀀺􀀭􀀧􀀭􀀧􀀻􀀻􀀢􀀻􀀢􀁾􀀧􀀭􀀧--,:_'􀀬􀀭􀀬􀀺􀀻􀁾􀀧􀀬􀁟􀀮'- :...."," ."" . Vendor Name J'f4 􀁂􀀻􀁩􀁶􀁾􀀼􀁶􀀧􀀠􀀧􀁃􀁏􀁾􀁔􀁾􀁾􀀯􀁏􀁖􀀧􀁃􀀦􀀧􀁩􀁩􀀻􀁩􀀧􀀠' ". .Address 1020. r PL.A(Vl') RJ). I SI//TE 10 I ,Address 􀁁􀁤􀁤􀁾􀁳􀁳􀀠 , Zip Code -----I', ' " , , , " . ;' .;2 7/tSq., ;76":' " .. 􀁾􀀮􀀠 , ; 􀀮􀁾􀀠 I { EXPLANATION fA-􀁲􀁾 e q, f/Vf-PI4=,-UJ, l F OAf :': P/:?Itk' 􀁾􀁴􀀠" , '" 􀀧􀁐􀁁􀀨􀁲􀁉􀁉􀁖􀁾􀀧􀀠􀁊􀁾 􀁰􀁦􀀿􀁾􀁖􀀺􀁥􀁡􀀮􀀮􀁥􀀻􀀧􀀻􀀷􀀿􀀧� �􀀠AT Bf:t.7-;L,;';'fAj)q:;ptv;/i/--' •• 1:" •• ,* " , 􀁾􀀠• 􀁾􀀠1'" • . " " 􀁾􀀢􀀠 .,;" -;, ,; 􀁾.. i ., " 􀁾􀀺 􀁁􀁾􀀠 \ " .' . Authorized Signature finance JIM BOWMAN CONSTRUCTION COMPANY, L.P. 10209 Plano Road, Suite 101 Dallas, Texas 75238 (214) 349·2884 Project Name: Type of Work: Estimate Period: #556 . Driveway @Beltline Rd. & Midway Driveway Paving Improvements July 24, 2001 to August 1, 2001 Estimate No, Contract Date Contract Am!. 1 June 25, 2001 $33,339.50 Payable To: Jim Bowman Construction Co., L.P. 10209 Plano Road, Suite 101 Dallas, Texas 75238 Total Work Unit of Contract Item Description Measure Quantity Done on Contract Price Amount Contract 1 Remove Conc. Pvmt. including Curb SY 340 340.00 42.00 $14,280.00 2 Remove Cone. Sidewalk SF 165 165.00 1.00 $165.00 3 8' RC Pavement SY 325 325.00 43.00 $13,975.00 4 6' Monolithic Curb LF 155 155.00 2.50 $387.50 5 6' Compactea Subgrade, including Excavation SY 340 340.00 3.00 $1,020.00 6 4' RC Sidewalk SF 56 4.00 7 8FR SF 98 6.00 8 4' Wide White Stripe LF 50 8.00 9 Remove Existing Retaining Wall LF 60 60.00 15.00 $900.00 10 Reconstruct Retaining Wall LF 35 40.00 Total Amount Of Work Done Less Retainage 10% 10% Other Amount Payable on Contract Less Previous Payments Amount Due This Estimate $30,727.50 $3,072.75 $27,654.75 $0.00 $27.654.75 rJ.I::. -tv fAy sz.c: f/l!I2-frr Page 1 of! Jul-27-0l 02:59P P.Ol 􀀱􀀼􀀩􀀵􀀯􀁾􀀲􀀰􀀰􀀱􀀠 July 27, 2001 Jim Bowman Construction Company 10209 Plano Roau; Suite 10 I Dallas, TX 752311 Attn: Mr. Jim Bowman RI:-:: 556 Midway und Beltline Addison 8275 Tht: attached concrete mix design utiliang the uppropriatc ASTM C-3J or AS1M C-330 aggregate is proposed for usc on the above 􀁲􀁥􀁬􀁭􀁮􀁾􀁥􀁤􀀠project for ready-nlixed concrete to be furnished by TXT. To 􀁥􀁮􀁾􀁵􀁲􀁣􀀠that the correct mix is ddivered to your project, please order by the mix desib'II Ilumbcr which appears in (he upper left hand comer ofthe mix design. TXr certifies that the above mix 􀁤􀁥􀁾􀁩􀁢􀀧􀁬􀀱􀀬􀀠when ordered by speei1led design identity, and delivered by 1XI, will meet or 􀁥􀁘􀁉􀀻􀁾􀁥􀁤􀀠the indicated design strength at the designated age when tested in accordance with the applicable and current ASTM Standards C 31. C 39, C 78. C 172, C 293, applicable provisiuns orc 94, and evaluated in 􀁬􀁬􀁾􀁣􀁯􀁲􀁣􀁩􀁡􀁮􀁥􀁣􀀠with applicable provisions of the ACI 318 Building Code. TXl w!Julu like 10 be included on your mailing list to receive all test reports. ASTM C 94 entitles a munulacturerto receive copies or ali test reports when strength ofconcrc:te is 􀁵􀁾􀁣􀁤􀀠as a basis for acceptance. Contact us if you have allY questions or require any additional information. Plt:ast: l10tiry TXl ofapproval of the pre posed mix design prior to its use. Failure to notily us prior to first placement shall constitute acceptance. To ensure thai the proper mix design is urdered. please send a copy or this letter. after approval, to the ubove referenced project to be used by the 􀁰􀁥􀁲􀁾􀁯􀁬􀀱􀀠ordering the concrete lor this job. .]\-11-27-01 03:00P P.02 $56 Midway and l.Ieltlb•• Addison Mix Ii: H275 Description: 6.S0SK AllMlXfAEA 1neS Strength: 4000 psi @28 Days PAVING Maximum Size Coarse Aggregate: 1" -#4 CRUSHEP STONE Maximum Water/Cemenl Ratio: 0.422 Ibsllb Cc.rru:utlCementitious Content: 611 Ibs (per cubic yard) Maximum Placement Slump: 􀁓􀀬􀁏􀁏􀁩􀁮􀁣􀁨􀁾􀁳􀀠 Air Entruining Agent: ASTMC-260 Admixture: AST:M C-4!l4 Type A or D MATERIAL QUANTITIES PER 1.0 CUBIC YARD AT S.S.D 611 Ibs. ASTM C 1 SO TYPE I CEMENT 1840 Ibs. 1" -#4 CRUSHED STONE 12331bs. CONCRETE SAND 2S81bs. or 31.0 Gallons of Water 2.0 to 4.0 MicWl of ASTM 0-494 Type A Specified Air Content: 3.0% -6.0% Placement Slump: 4.00 + or -1.00 inches 􀁾􀁾􀀱􀀭􀀲􀀷􀀭􀀰􀀱􀀠 03:00P P.03 PUMPING NOTES: 1. 5" minimum diameter lines with no reduction to sn:wlltlr lines. 2. Keep rubber hose to absolute minimum length and plan pipe with as few 90 degree angles as possible. 3. Samples tor slump and strength 􀁴􀁣􀁳􀁴􀁾􀀠should he taken @discharge end 01'1105e for strength guarantee to be valid. 4. To prime pump lines, II minimum of8.0 slICk grout should be used for lubriclLtion. In Ihtl case orstrength conorete, equivalcnt mrenl,>th grout should be used Ifthe grout remains in the placement. S. Pump mixes arc bascd on minimum cement content pumped at ground level. As pump line increases in lensth or height andlor layout configuration changes, mix design modifications may be required to assure strength and Jlumpahility at additional cost to the crmtractor. 6. TX( cannot control, and is Iherelbrt: nOL responsible for exoessive loss of entrained air content when loss occurs ,IS a resuJ( ofboom configuration or free fall discharge from hooe. To ensure minimum air loss when pumping. maintain a continuous flow ofcon ere Ie Ihrough Ihe entire length ofpipe Imd do not subject concrete to fn:e 11111. 7. The term "pumpable concrete" refers to concrete which is capable of being transported through an apparatus which furces concrete to the placing pasHion through a pipeline or hose as long as the recommendations indicated abov!: are followed. The lerm "pumpable concrete" d!lelI not relate to concrete proportioned in a particular manner or containing II specific type oi'product. Strength of lightweight mix 􀁤􀁣􀁳􀁩􀁧􀁮􀁾􀀠valid provided strength specimens are 􀁾􀁩􀁲􀀠cured in !lccordance wilh ASTM Test Method C 567.01, as retl:renced in 􀁾􀁥􀁣􀁌􀁩􀁯􀁮􀀠8.1 or ASTM Specitication C 330. Unless otherwise indicated, when the concrete temperature at point ofplacement exceeds 90 degrees Fahrenheit. TXI will guarantee tho strength performance oftbe mix design(s) herein submilted up to a maximum placement temperature of 100 degrees Fahrenheit !Ising an ASTM C 494 Type D retarding water·reducer, as long as tho concrete l' placed within 7S minutes from batch time. Unless othelWise indicattld. strength ofpJain concrete guaranteed up to a IllIIXimum placement temperature of RS degrees Fahrenheit. We are enclosing all ava.i1able back up data for the referenced mix design{s). trlhe strength information is nol available, or i, 􀁩􀁮􀁾􀁵􀁦􀁦􀁩􀁣􀁩􀁥� �􀁴􀀬􀀠confimmtion tests may have to be conducted by your lab(lratory. Jul-27-01 03:00P P.04 'n:ICM .:;>cu.;n.u:,r CONcun DIlSllQH tvJJ.CM'tON 7. 􀀵􀁴􀀮􀁾􀁡􀀧􀁴􀁩􀁥􀁬􀀠CCapil.d 􀁆􀁾􀀠􀁉􀁮􀁾􀁾􀁴􀀠􀁴􀁡􀁢􀁯􀁲􀁁􀁾􀀠􀁾􀁡􀁴􀀠􀁾􀁴􀁭􀁯􀁮􀀦􀀠􀁾􀀮􀀠 􀀵􀁾􀁲􀀴􀁮􀁯􀁴􀁨􀁬􀀠 􀁾􀁏􀁏􀁑􀀠􀁰􀀮􀁾􀀠 􀁾􀀠 28 Day. 211 DAy o:re.t "ata 􀀧􀁬􀀧􀁴􀁲􀁲􀀬􀁴􀀺􀀧􀁾􀁲􀁩􀁬􀁴􀀧􀀬􀁮􀀱􀀠 fl:::t 􀁴􀀮􀁉􀀢􀁬􀁉􀀧􀁾􀁴􀀠 􀁌􀀧􀁬􀀪􀁾􀁲􀀮􀀠 km.bnl' 'V';:hvmtl";'l ':,J );1 􀀬􀀬􀀺􀁾􀁮􀀡􀀢􀀺􀁮􀁬􀁬􀀠 0:1:"'pi101 'F'lt I...nt. _,f Ail. P'!:;f 1 28,!::;y {1St 􀁾􀀠 􀁬􀁬􀀧􀀺􀀧􀂷􀁾􀀠 flV!'; ::w:mldl.J; 'HI! ;W"t. 61):':0 U tlt:!!J1/U;,! "" <1 • 􀁾􀀠'J {·::.no blJ,iij " ua./O\l'ftll} "" 􀁾􀀮􀁓􀁏􀀠 􀁦􀁜􀀺􀁬􀁾􀁮􀀠 􀀺􀀺􀀺􀀢􀀱􀀴􀁾􀀠 .1.a3 ,, ,., ClIIOh/OO tIn/iG/O:l •• 􀁾􀀡􀁬􀀹􀀰􀀠 􀀺􀁤􀁾􀀱􀁊􀀠 !.UlJ 􀁦􀀩􀀢􀁦􀁴􀁾􀀠 􀀺􀀺􀀧􀀧􀀧􀁉􀁾􀀡􀀠 ",1"11 ,',At::;' !)$'lJ"UQtI 􀁾􀁕􀀺􀁬􀁏􀀠 􀁾􀀧􀀯􀀱􀁕􀀠 􀁾􀀾􀁩􀀡􀀲􀀠 􀁏􀁋􀀯􀀱􀁾􀁎􀁩􀀮􀀱􀀠 " ·'.(H. l:370 (;)'1(1 􀁾􀁩􀀮􀁦􀁬􀀡􀀭􀀮􀀠 􀁏􀀺􀀻􀀧􀀯􀀧􀀩􀁾􀁉􀁉􀁈􀀬􀀩􀀠 􀁾.. ::"\ s:rHI !:4nl;.' U,126l01l S!)1 \1 '111:'\0 !!rti(l !l'l'7:Hl OQJ2'tl'JI) " 􀀡􀀮􀁉􀂷􀁉􀁾􀁪􀁬􀀠 !-9!.>C 􀀬􀁾􀀱􀀱􀀿􀀠 11,1/04/')(, 6,"G 􀁾􀀷􀀳􀁬􀁊􀀠 􀁾􀀸􀁬􀀨􀀾􀀠 􀁾􀁈􀁃􀀠 4.05 HZ) 1t.flr,; 􀁾􀁈􀀠 0:.1:: ::, uu 􀁪􀀻􀁾􀀲􀀻􀀩􀀠 fi74!'i M60 nf,4:-I I 􀀺􀁬􀀯􀁃􀁬􀁾􀀺􀀻􀀧􀀩􀀡􀁊􀀠 :"'>. 􀁾􀁩􀀧􀁜􀀠 '.:'/b:1 .. St1(: ':08'10 thi5:1 ! l}1I1 I!:/I ::H>:. :-.' tr,q/Ol ,:•• (11 ,;n:m 66,;,50 :;-'!lSb 􀁍􀀩􀁾􀀧􀀠 Jul-27-01 03:00P P.OS COMMENTARY OF 􀁓􀁔􀁁􀁔􀁉􀁓􀁾􀁉􀁃􀁁􀁌􀀠􀁾􀁕􀁁􀁔􀁉􀁏􀁎􀀠OF CONCRETE DESIGN RESULTS Mix NUI1I:8275 􀁓􀁴􀁾􀁥􀁮􀁧􀁴􀁨􀀺􀀠 4000 p.i @28 Day. Paragraph 5.5 of ACI 318-99 provides that as data becomes available during construction, the amount by which (F'cr) must exceed tho s?ecified va 111P. of 0,' c) may be reduced, provided: (a) 30 or more test rcsul:s are available and average of test res:!lt,!! exceeds that required by 􀁓􀁥􀁣􀁾􀁩􀁯􀁮􀀠5.3.2.1, using a standar.d deviation calculated in accordance with Section 5.3.1. 1, or (h) 15 to 29 test results are available and average o! test results exceeds that required by Section 5.3.2.1, using a standard deviation calculated in accordance with Section 5.3.1.2. The required aVerage cornpres$ive strength has been calculated using iI st:andard deviation calculated in accordance wIth ACT 318-B9 Section 5.3.1.1 0:1: Soction 5.3.1.2 and i3 t.he larger value of t:hese calcllla;:ions: E"cr .... F'e ·1 1. 34 (SD) = 4000 t 1 .34 ( 611 ) 4819 FI cr 􀁾􀀠 F'c + 2.33(SD) 500 = 4000 ,. 2.33 ( 611 ) -500 -4923 􀁓􀁾􀀡 or STATISTICAL ANALYSIS 28 Day !l.'eal: 0 ...t:a. Number of Tests ......................... . 30 v.aximum Value ••••••.....•..•........•.... 7875 psi Minimwn Value ............. ,. ... 􀁾􀀠 ... '" .. ....... '" 4515 psi 4 '" Range ................ 􀁾􀀠 " .... 􀁾􀀠 ..... '" ......... , .............. . 3360 pl'Ii Aver{S 1,• J J J 1 1 of BID FORM I J ,2000 L TO: The Honorable Mayor and Town Council Town of Addison, Texas , . i Gentlemen: L The undersigned bidder, having exammed the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: r. Signed by: _____________ r t ACKNOWLEDGMENT OF ADDENDA: [ . The Bidder acknowledges receipt of the following addenda: [ • Addendum No. I Addendum No.2 L Addendum No.3 [ [ r L [ f . i. L. L 􀁪􀀺􀁜􀁩􀀻􀁬􀁡􀁩􀁾􀁩􀁳􀁯􀁮􀁜􀀲􀀰􀀰􀀰􀀭􀀱 􀁾 I\specs\tech_sp\p(_1 ,doc PF-2 TOWN OF ADDISON, TEXAS r Paving and Drainage Improvements Broadway Street -Addison Road to Julian Street r BID SCHEDULE L. L L L r fI ! L L I L [ L rL LJ [ L J:\A.ddison\:!.OOOl S􀀱􀁾􀁜􀀱􀂫􀁨􀁜􀁐􀁆􀂷 􀀲􀀮􀁸􀁬􀁳􀀠 -------Item Estimated No. Quantity Unit ! 1 520 C.Y. : . 2 2,160 S.Y. I 3 605 L.F. 4 118 L.F. 5 150 S.Y. : ! Description and Price in Words Unclassified Excavation Icomplete in place, the SUm of Dollars and Cents per Cubic Yard : For Furnishing and Installing 8-Inch Reinforced Concrete Pavement complete in place, the sum of Dollars I and Header Cents per Square Yard : For Furnishing and Installing 6-Inch Monolithic Curb complete in place, the SUm of Dollars and Cents per Linear Foot For Furnishing and Installing Undercut Street complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 3-Inch HMAC, Type "DtI Icomplete in place, the sum of Dollars and Cents 􀁾􀁓􀁱􀁵􀁡􀁲􀁥 yard -PF-3 Price in Extended Figures Amount : I .- r l l r' l . f . l [, [ [ [ L r L [ r., ' " L .. L ! L 1L Item Estimated No, Quantity Unit 6 94 L.F, 7 165 S,Y, 8 2,190 SY. 9 546 S.F. 10 127 S.F. II 35 L.F. J:\Addison\2000 ISI \spces\lcch\PF-2.:ds Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing 6-Inch Rolled HMACCurb complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 10-Inch Crush Stone Base, Type A, Grade 2 complete in place, the sum of Dollars and Cents per Square Yard For Furnishing and Installing 6-Inch Compacted Subgrade complete in place, the sum of Dollars and Cents per Square Yard For Furnishing and Installing 4-Inch Reinforced Concrete Sidewalk complete in place, the sum of Dollars and Cents per Square Foot For Furnishing and Installing Reinforced Concrete Barrier Free Ramp complete in place, the sum of Dollars and Cents per Square Foot For Furnishing and Installing Guard Rail complete in place, the sum of Dollars and Cents per Linear Foot PF-4 r ! [ ,! '. L , t [ L [ ! ! i l r [ L r L. fL L f l. f L I PF-5 Item Estimated No. Quantity Unit 12 100 S.F. 13 608 S.F. 14 22 L.F. i IS 46 L.F. 16 34 L.F. 17 10 L.F. l.\Addoo..UOOOUlupea\tech\PF.l xh Price In Extended Description and Price in Words Figures Amount For Furnishing and Installing Sidewalk with Brick Pavers complete in place, the sum of Dollars and Cents per Square Foot Remove and Replace Exposed Aggregate Sidewalk Bordered with Brick Pavers complete in place, the sum of Dollars and Cents per Square Foot , For Removing Existing 24-Inch RCP complete in place, the sum of Dollars and Cents per Linear Foot For Removing Existing 8-Inch PVC complete in place, the sum of Dollars and Cents per Linear Foot For Removing Existing 12-Inch PVC complete in place, the sum of Dollars and Cents per Linear Foot For Removing and Replacing Existing Chain Link Fence complete in place, the sum of Dollars and Cents per Linear Foot I ! r L r 1. r t . [ f1 [ [ [ t •I [ [ ,r' L f•L .•• it . ! I Item Estimated No. Quantity Unit 18 21 L.F. 19 342 L.F. 20 44 Ea. 21 42 L.F. 22 2 C.Y. 23 4 Ea. 􀁊􀀺􀁬􀁁􀁤􀁤􀁢􀁯􀁮􀁜􀁬􀁏􀁏􀁏􀁉􀁓􀁉􀁾􀁜􀀨� �􀁤􀁜􀁜􀁐􀁆􀀮􀀻􀁴􀀺􀁤􀀤􀀠 Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing 21-Inch Slotted Drain Pipe without Slots complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 21-Inch Slotted Drain Pipe with Slots complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 27-Inch RCP complete in place, the SUm of Dollars and Cents per Each For Furnishing and Installing 2 I-Inch RCP complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Sloped Concrete Headwall for 21-Inch RCP complete in place, the sum of Dollars and Cents per Cubic Yard For Connecting to Existing 48-Inch RCP complete in place, the sum of Dollars and Cents per Each PF-6 r r l . [ L [ ! i f l ! r [ l·.· r 􀁴􀁌􀁾􀀠 l r L f t L L Item Estimated No. Quantity Unit 24 I Ea. 25 12 Ea. 26 18 L.F. 27 3 L.F. 28 I Ea. 29 I Ea. J:\Addl$onUOOO1' l'\spdlcch\PF.:Lldt Price in Extended Description and Price in Words Figures Amount i For Furnishing and Installing 3-Foot by 3-Foot Drop Inlet complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 4-Inch Bollard complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing 8-Inch PVC Water Line complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 2-Inch PVC Water Line complete in place, the sum of Dollars and Cents per Linear Foot For Connecting to Existing 2-Inch Water Line complete in place, the sum of Dollars and Cents per Each For Connecting to Existing 8-Inch Water Line complete in place, the sum of Dollars and Cents per Each PF-7 r [ [ r I l r r-' I t , i r [ , L r L [, ' f t r l f l L Item Estimated No_ Quantity Unit 30 670 L.F. 31 1,145 L.F. 32 4 Ea. 33 2 Ea. 34 42 Ea. 35 I L.S. 􀁉􀀺􀁜􀁁􀁤􀁤􀁯􀁯􀁮􀀧􀁯􀁬􀁏􀁏􀁏􀁕􀀱􀁾􀁜􀁬􀁬􀀺� �􀁴􀁜􀁐􀁆􀀢􀀻􀁚􀀮􀁾􀁳􀀠 Price in Extended Description and Price in Words Figures Amount For Furnishing and Installing Fire Lane Stripe complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing 4-Inch Wide White Stripe complete in place, the sum of Dollars and Cents per Linear Foot For Furnishing and Installing Handicap Symbol complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing Handicap Ramp complete in place, the sum of Dollars and Cents per Each For Furnishing and Installing Wheel Stop complete in place, the sum of Dollars and Cents per Each For Providing Trench Safety System Design complete in place, the sum of Dollars and Cents per Lump Sum PF-S [ [ r r .r. i r . 1L r' L [ r L_ i . L !, . Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount For Furnishing and Installing Trench Safety 36 100 LF. System complete in place, the sum of Dollars and Cents per Linear Foot 37 4 Ea. Relocating Water Meter with New Meter Box complete in place, the sum of Dollars and Cents per Each For Constructing, Maintaining, Removal and Restoration of Temporary Parking Lot, including Four Direction Signs (Blue Background, White 38 700 S.Y. Letters, 6" Tall) complete in place, the sum of Dollars and Cents per Square Yard TOTAL AMOUNT BID (Items 1 Through 38) I I 􀁪􀁖􀀮􀁤􀁤􀁩􀁦􀁏􀁮􀁜􀁬􀁏􀁏􀁏􀀱􀀵􀁉􀁜􀁯􀁰􀁥􀁥􀀮􀁳􀁜􀁬􀁥􀁣􀁬􀀡􀁜􀁐􀁆􀀮􀁾􀁊􀁦􀁉􀀡􀀠 PF·9 NOTES: 1. All items, labor, materials, equipment, facilities, incidentals and work required for construction r of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction of the project. 2. Prices must be shown in words and figures for each item listed in the Proposal. In the event of discrepancy, the words shall control. . L 3. Materials, which are "tax exempt", are those items which are physically incorporated into the facilities constructed for the OWNER, as set forth in the Special Provisions. Materials include, but are not limited to purchased items such as concrete, and roadbase, etc. r Services, which are "not tax exempt", are those items which are used by the Contractor but are not physically incorporated into the OWNER's facility and/or items which are consumed by L construction, as set forth in the Special Provisions. Services include, but are not limited to, items such as supplies, tools, skill and labor, the purchase, rental or lease of equipment, etc. f Name of Person Signing Bid r t Signature of Person Signing Bid [ Address Telephone No. Fax No. ! T.I.N. (Tax Identification or Employer's Number) L rL 􀁾􀀠􀁾􀀠 1:., f L r . Il _ L I 􀁪􀀺􀁜􀁃􀁬􀁥􀁲􀁩􀁾􀁮􀁜 􀁚􀁏􀁏􀁏􀀭􀀱S l\specs\lech-sp\pf-3,doc PF-IO If BIDDER is: [. An Individual By (Seal) I (Individual's Name) L. doing business as r Business address: [ [ Phone No. r [ l L [ L < . 􀁾􀀠 1. I t. j:\clcricaCladdison\2000.I!i I\specsl\C'Ch-5plpr-l.d oc PF-ll 1 1 '·1. · I J 1 · I 'ON::>UOljd j :SS:;llppll SSilursna J SI1 􀁳􀁓􀁾􀁬􀀱􀀡􀁳􀁮􀁱􀀠IlU!OP (oweN UU!d) (jIlilS) Aa 1 I 1 I A Comoration r r By (Corporation Name) L (State of Incorporation) [ By (Name of Person Authorized to Sign) r' (Title) l ' r (Corporate Seal) ! ,􀁾􀀠 L L f' Attest (Secretary) f ,􀁾 , Business address: f t r Phone No. [ j:\clericaJ\;lddison'lOOO-IS\\spca\tech-JP\pr.3 .doc PF-13 I A Joint Venture By [ (Name) r (Address) I [ By (Name) [ (Address) l L (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) r t r l f I l. [ PF-14 v::> NOI.L::>:tIS 1 I AGREEMENT [ STATE OF COUNTY OF _____ r I THIS AGREEMENT is made and entered into this day _____--', 2001, by and between the f Town of Addison, of the County of Dallas and State of Texas, acting through its City Manager, thereunto duly I L authorized so to do, Party of the First Part, hereinafter termed the OWNER, and ___________-' of the City County State of , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: f l. Paving and Drainage Improvements to Broadway Street -Addison Road To Jnlian Street 1 and all extra work in connection therewith, under the terms as stated in the General and Specific Conditions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, ! f . 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, mstructions 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 j 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 five (5) calendar days after the date of written notice to do so shall have been given to him, to complete the work within Seventy (70) calendar days, after he commences work, subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR _____________________ ____________ Dollars ($ ) in current funds for the perfonnance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. 􀁪􀀺􀁾􀁜􀁬􀁏􀁏􀁏􀀭􀁬􀁓􀁬� �􀁾􀀬􀁉􀀮􀁤􀁯􀁯􀀠 CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day [ first above written, [ TOWN OF ADDISON, TEXAS (OWNER) ATTEST: [ , By: I Ron Whitehead, City Manager By: 􀀭􀀭􀀭􀀭􀀭C􀀻a􀀺n􀀺n􀀻e􀀭n 􀀽M􀀽o􀁾ra􀀺n􀀻, 􀀻C􀀭it􀀻y􀀻 S􀀺ec􀀭r􀀨et􀀧a􀁦ry􀁵 􀁓􀁾􀁾􀀭 ,I . r' t L (CONTRACTOR) ATTEST: r l , By: _________ By: _________ I The following to be executed if the CONTRACTOR is a corporation: r I, certify that I am the secretary of the corporation named as CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the (official title) of said corporation; that said Contract was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. I Signed: _______________ Corporate Seal 􀁪􀀺􀁜􀀨􀀻􀁬􀁣􀁲􀁩􀁾􀁤􀁩􀁳􀁯􀁮􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀀠SI􀁜􀁳􀁰􀁥􀁡􀁜􀁬􀁾􀁨􀂷􀀵􀁰􀁜􀁥􀁡􀂷􀀱􀀠,doc CA-3 · I . I I aNon 'JI;)NVWlIOffiI'JId n.ld NOIJ.;)'JIS · I [ · , 1 , 1 J 1 .. J 1 J I 1 I STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE r (PUBLIC WORKS) [ (penalty of this Bond must be 100% of Contract Amouut) f KNOW AlL MEN BY THESE PRESENTS, That L. (hereinafter called the Principal), as Principal, and ,l (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of _______________________ [ __________________ Dollars ($ ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, r-successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the r day of , 2001 to i ,r Paving and Drainage Improvements to Broadway Street -Addison Road To Julian Street 1 _ which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. I NOW, THEREFORE, THE CONDmON OF TmS OBLIGATION OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length I' herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this ____ day of , 200L By: By: 􀁪􀀺􀁜􀁣􀀺􀁾􀀢􀁏􀁏􀁏􀀭􀁉􀁓􀁬􀁜􀁲􀁰􀁣􀀺􀁡􀁜􀁬􀂫􀁢􀀮􀁳􀁰􀁜􀁰􀁲􀁯􀀮􀁬􀀬􀁤􀀮􀁸􀀠 PrB-2 1 1 ({NOH .LN3:WAV d 1 1 J 1 j I .J 1 1 I . . . J ' STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (Penalty of this Bond must be 100% of Contract Amount) [ KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal), as Principal, and __________________ (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter r l . called the Obligee), in the amount of ______________________ I _________________ Dollars ($ ) fbrthe , . payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. [ WHEREAS, the Principal has entered into a certsin written contract with the Obligee, dated the day of 2001 to Paving and Dralnage Improvements to Broadway Street -Addison Road To Julian Street ! l which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. [, . NOW, THEREFORE, THE CONDITION OF THIS OBUGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution [ of the work provided for in said contract, then this obligation shall be void; otherwise to relllilin in full force and effect. I PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Goverrunent Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this ___ day of , 2001. (principal) By: (Surety) By: (Attorney-ill-Fact) 􀁩􀀻􀁜􀁃􀁾􀁉􀁬􀁑􀁏􀁏􀀮􀁉􀀡􀁬􀁉􀁾􀁜􀁴􀁥􀁤􀁴􀀭􀁳􀁰􀁬􀁰􀀩􀀧􀁢􀀭􀁬 ,doe PyB-2 I i-a", ([NOO: 3;)NVN3J..NIVW O:W NOIJ..;)3S , 1 j J 1 I SECTION MB r MAINTENANCE BOND ,r STATE OF TEXAS l ; COUNTY OF DALLAS ! r That ___________________ as principal and _____________ r ,a corporation organized under the laws of ____________ and ________________ as sureties, said sureties being authorized to do business in the r.• State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of l . Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as I Addison, Dallas County, Texas, the sum of , . ($ ) for the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said has this day entered into a written contract with the said Town ofAddison to build and construct the 􀁩􀁬􀀨􀀺􀁾􀀡􀁘􀁘􀁊􀀮􀀮􀀱􀀵􀀱􀁾􀁾􀁉􀀬􀁤􀁯􀁣􀀻􀀠 MB·2 I I" r.. which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sWlken conditions in ditches, or otherwise, and r to do and perform al1 necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking ofthe same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose ofthis section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the terms ofthe said provisions ofsaid contract; NOW TIIEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive branches until the full amount shal1 have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. 􀁪􀀺􀁾􀁉􀁓􀁉􀁾􀁬􀀮􀁤􀁯􀁥􀀠 MB-3 IN WITNESS WHEREOF, the said has caused these presents to be executed by and the said has hereunto set his hand this the day of , 20 v, [I . SURETY PRINCIPAL NOTE: Date ofMaintenance Bond must be same as date City acceptance. 􀁪􀀺􀁾􀁜􀁬􀁏􀁏􀁑􀀮􀀮􀁴􀀵􀁬􀁾􀁜􀁵􀁲􀁬􀀬􀀮􀁦􀁐􀁾􀁬􀀮􀁤􀁯􀁥􀀺􀀠 MB-4 l 1-<18 aIVd S'1'1Ia: dO .LIAV 7S23/Address 􀁾􀁰􀁃􀁯􀁤􀁥􀀠.__________________􀁾____ -. ··. 􀁌􀀮􀀺􀀮􀀮􀀮􀀺􀀮􀀮􀀺􀀻􀀧􀀭􀀧􀀭􀁟􀁾_____--''. 'J; EXPLANATION PA '-/Ivfi J:4 f j?() Ve /i -e"V7$ ", ...' ..;., ./. ... '. ... 1 ,-. : ,. 􀁾􀀮􀀠 ,􀁾􀀮􀀭 ' . 􀁾􀀮􀀠 '..' ," , . ,l . i '. fo:" 􀁥􀂣􀁲􀀴􀀺􀁾􀀠 . :. , ,. Authorized Signature finance .. " i BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Avenue. #220 Dallas. Texas 75231 Fax (214)361-0204 Phone (214) 361-7900 Town of Addison Date: June 28, 2001 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian Statement No. 2000190A (423) Services through May 31, 2001, in connection with driveway improvements off Midway Road, just north of Beltline Road Time of Personnel: Word Processor 5.5 Hrs. $ 369.43 Expense: Delivery $ 31.05 Printing 207.15 238.20 $ 607.63 ======= Previous Billings $ 8,711.26 Current Billing 607.63 '. Total $ 9,318.89 #2i -Consideration of a Resolution authorizing the City Manager to enter into a contract in the amount of $33,339.50 with Jim Bowman' ff'f2-tllI€ f> Construction for the construction of Driveway Paving Improvements AG /u/o ( at Belt Line Road and Midway Road. Acceptance of construction and authorization of final payment in the amount of $20,910.00 to Hencie International, Inc. for Ewing Drive Approach Improvements. Consideration of a Resolution authorizing the City Manager to enter into a contract in the amount of $12,784.75 with United Rentals & Highway Technologies to supply and install pavement markings on Keller Springs Road from Addison Road to Dallas Parkway . .. City Council Agenda 06-26-01 Item # 1 2 3" 4 5 6 10 BELTUNE AND MIDWAY DR Unit t removal and 'land _. Furnish and Install 8 in Furnish .nd Inst.1I 6 in Furnish and Install 6 in Furnish and Install 4 in Furnish and Inslall Rei Furnish and Inolal14 e Existing c Curb , Barrier Free Ramp • Stripe 􀁾􀁉􀁉􀀠 gWall 340 S.Y. 165 S.F. 325 S.Y. 155 L.F 340 S.Y 56 L.F. 98 S.F. 50 L.F. 60 L.F. 35 L.F. W BIDTABS $42.00 $1.00 !t4:i 00 UNIT BID JRJ $25.00 $3.00 iQR B!i $2.50 I $550 $3.00 $6.50 $4.00 $8.50 $6.0 􀀤􀀸􀀮􀀰􀀰􀀭􀀭􀁬􀁩􀀭􀀭􀀭􀁩􀀤􀀢􀀢􀀱􀀰􀀽􀀧􀀮􀁾􀀰􀀰􀀠 .15.00 $74.00 190.00 $14.98 $0.82 $4f56 $9.82 21.35 ;18.34 ;16.99 $2.45 $3.25 'li71.14 $26.00 $3.00 ,58.00 $2.00 ,20. __ p3.50 $4.50 n.oo 33.25 72.40 TOTAL ITEM BID PRICES JRJ I$14,280.00 $5,093.20 $8,840.00 $165.00 $135.30 $495.00 1$13,975.001 $32,061.25 $15,457.00 $18,850.00 R"? !in $1,522.10 $310.()() $7,259.00 $6,800.00 $1,027.04 $196.00 $588.00 $1,665.02 $441.00 $400.00 $122.50 $1,650.00 $195.00 $1,995,00 $1,400.00 I $6,650.00 I $2,489.90 I $2,534.00 IBid Totals I$33,339.501 $58,144.751 $34,966.061 $42,111.00 . TOWN OF ADDISON . PAYMENT AUTHORIZATION MEMO . ' . ' ... . DATE: . Claim # ... Vem:tor No:' -, " , " Vendor Name ' 81Rf::. ifiJF P, !lCIVP)ZfC.eS ( Co;'t.-A2; 1.41'-· Address . . 7S I?2 r;!Z. EetVVILC. E ,AYE, '# 2.2 " tJ ·Address 7S23 ) Address Zip Code . '., L.;...;..:;;..'---__----'" --.:..----1.,. . . . '. TotAL :-􀁾􀀠􀁾􀀮􀀺􀀠 '. , . .' ..'•." . .' .•,' . .1 ..•. J),/iMI;rt-A t:::p;, .. ;. 􀁾􀀠. . . i ; '. 􀁾􀁾􀀠 ( ..;".______-"L , Authorized Signature finance SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 Town of Addison Date: May 24, 2001 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian Statement No. 2000190A (348) Services through April 30, 2001, in connection with driveway improvements off Midway Road, just north of Beltline Road Time of Personnel: Engineer 2.0 Hrs. $ 297.39 ========== d, 1:::< 10 tf'rry . $ z-c G(;fo ( Previous Billings .$ 8,413.87 Current Bi 11 i ng 297.39 -. Total $ 8,711.26 Driveway Paving Improvements at Beltline and Midway BID NO 01-28 DUE: June 5, 2001 2:00 PM BIDDER SIGNED BID BOND TOTAL JIM BOWMAN CONSTRUCTION Y Y $33,339.50 JRJ PAVING Y Y $58,144.75 PAVECON INC Y Y $34,966.49 GIBSON AND ASSTS Y Y $42,111.00 Minok Suh, Purchasing Coordinator C"'"'t hor1Corey Gayden, Wrtness -SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 RONALDV. CONWAY, P.E. JOHN W. BIRKHOFF. 􀁾􀀮􀁅􀀮􀀠 JOE R. CARTER, P.E. GARY C. HENDRICKS. P.E. PAULA. CARLINE, P.E. MATI mcKEY, P.E. October 23,2000 ROSS L JACOBS. P.E. I. C. FrnKLEA, P.E. Mr. James C. Pierce, Jr., P.E., DEE Assistant Director ofPublic Works Town ofAddison Post Office Box 90 I 0 Addison, Texas 75001-9010 Re: Engineering Services Agreement Driveway Study Midway at Beltline Dear Mr. Pierce: In accordance with yo, ur request, we propose to furnish engineering services to study widening the driveway " approach to the busiriesse$ at the northwest comer of the intersection ofBeltline Road and Midway Road. Our services will incjude the following: 1. 􀁾􀀠f: : . : I. Field surveys of'the shopping center and a portion ofthe Exxon Station. Field surveys Will hlclude such 􀁤􀁥􀁴􀁡􀁩􀁬􀁾􀀠as park#:tg lot stripes and will ir\clude a portion of Midway Road. I: "" " 2. TopograpHic plots Will be generated of existing conditions and proposed improvement.:, 3. Cross-sections ofthe driveway approach. 4. "Contour ofpavement with improvement. r 5. Quantity htkeoffand formulation ofan opinion ofprobable construction cost." , 6. Meeting tth the staff to discuss the alternate ;. -. 7. Letter 􀁲􀁥􀁰􀁾􀁲􀁴􀀠summarizing the fmdings. We propose to be compensated the basis ofsalary co;t times a multiplier of2.3 with expenses at invoice cost times 1.15. Field s(rrveys will compensated at $110.09 per hour. We recommend a budget of$7,50Q.00 be " established for 􀁴􀁨􀁥􀁳􀁾􀀠services." , • Mr. James C. Pierce, Jr., P.E., DEE Town ofAddison 10/23/00 Page 2 of 2 Ifyou are in agreement with our proposal, please have one copy ofthis letter agreement executed by the Town ofAddison and return one copy to our office. We will commence our services at your direction. John W. Birkhoff, P.E. 'lTI>,tT"'WN OF ADDISION By: __􀁾􀁾􀁾􀁾___________________ Date: _"'-L-_...:....:.....:...___________ i ;.' t r , I \ i f 􀁾􀀠: i! I' 􀁪􀀺􀀧􀁤􀁥􀁲􀁩􀁾􀁾􀁂􀁉􀁴􀁩􀀱􀀶􀁏􀁜􀁬􀁥􀁵􀁭􀁜􀁤􀁲􀁩􀁖􀁾 nudy\midwllywehliDe..doc "t ,, February 8, 2001 Mr. John Birkhoff, P.E. Shimek, Jacobs & Finklea, L.L.P. 8333 Douglas Avenue, Suite 820 Dallas, Texas 75225 Re: Driveway Improvements at Midway Rd. and Belt Line Rd. Dear John: Our staff met at the above-mentioned site on February 7, 2001 to discuss the proposed driveway improvements and general project scope with the affected property owner. The owner, Mr. Su, concurred with the schematic drawing you submitted to the Town, with the following clarifications to a subsequent design: a. The proposed pavement should be placed on a W' per ft. slope. b. The Town of Addison will require written authorization from the owner to perform the proposed improvements within a temporary construction easement. c. The engineer will prepare final drawings and specifications for bidding the project. Please accept this correspondence as your authorization to proceed with final design and preparation ofa temporary construction easement. Should you have any questions, please let me know. Sincerely, Steve Chutchian, P.E. Assistant City Engineer Cc: Mike Murphy, Director of Public Works Jim Pierce, Assistant Director ofPublic Works Jim Wilson, Project Engineer TEMPORARY CONSTRUCfION EASEMENT STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF DALLAS § THAT ADDISON BELTWAY JOINT VENTURE ONE, a joint venture, organized and existing under the laws of the State of Texas, hereinafter called GRANTOR of the County of Dallas, State of Texas, for and in consideration of the sum of ONE DOLLAR ($1.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, does by these presents grant, sell and convey to the Town of Addison, hereinafter called GRANTEE of the County of Dallas and State of Texas, a temporary easement and right to pass over, along, under and across a portion (the "Easement Area") of GRANTOR'S property, which easement and right of passage is shown and depicted on Exhibit B, attached to and incorporated herein, for the purpose of constructing, reconstructing or otherwise improving Midway Road, including (without limitation) driveway construction or improvement in connection therewith. The Easement Area is described as follows: See attached Exhibit A (Field Note Description) which is made a part of this easement as if fully copied herein. This temporary easement shall terminate 12 months from the date of execution or upon completion of construction, whichever is earlier. TO HAVE AND TO HOLD unto the Town of Addison, Texas as aforesaid, for the purposes and on the conditions set forth hereinabove, the easement and Easement Area described above. Grantor binds Grantor and Grantor's heirs, executors, administrators, and successors to warrant and defend all and singular the Easement Area to Grantee for the duration and purposes set out herein against every person whomsoever lawfully claiming or to claim the same or any part thereof. EXECUTED this ____ day of_______--', 2001. GRANTOR ADDISON BELTWAY JOINT VENTURE ONE By: Title: 1 Document II: 947465 STATE OF TEXAS § COUNTY OF DALLAS § BEFORE ME, the undersigned notary public in and for said county and state, on this ,--_ day of , 2001, personally appeared , known to me to be the identical person who executed the within and foregoing document, and acknowledged to me that he executed the same in his authorized capacity on behalf of Addison Beltway Joint Venture One, a joint venture, and that by his signature on the instrument, Addison Beltway Joint Venture One, executed the instrument for the purposes and consideration expressed therein. . . GIVEN UNDER my hand and seal ofoffice the day and year last above written. MY COMMISSION EXPIRES: [SEAL] 2 TOWN OF ADDISON, TEXAS "EXBmIT A" FIELD NOTE DESCRIPTION FOR TEMPORARY CONSTRUCTION EASEMENT ON ADDISON BELTWAY JOINT VENTURE ONE BEING temporary construction easement a in the W.H. Witt Survey; Abstract No. 1609, Dallas County, Texas and being on part of Lots 1 (0.5187 acres) and 3 (1.152 acres) of the Goff Addition, an Addition in the Town OfAddison filed for record in Volume 80005, Page 3044 of the Deed Records of Dallas County, Texas, said Lots 1 and 3 being conveyed to Addison Beltway Joint Venture One by a deed filed for record in Volume 84005, Page 6871, of'the Deed Records of Dallas County, Texas, said temporary construction easement being more particularly described as follows: 􀁂􀁅􀁇􀁾􀁇 at a point at the southeast corner of said Lot 3 and the northeast corner of said Lot 1, said point being in the west right-of-way ofMidway Road (a variable width right-of-way), said point also being N 4'12'43" E, 99.01 feet from an X found cut in concrete in said west right-of-way of said Midway Road, said X being at a point of curvature of a curve to the right in said west right-of-way of said Midway Road, said curve having a radius of 66.50 feet and a chord bearing S 45'13'33" W, a distance of93.62 feet; THENCE S 8°56'00" W, along the east line of said Lot 1 and said west right-of-way of said Midway Road for a distance of 18.52 feet to a point for corner; THENCE N 87'02'30" W, a distance of23.38 feet to a point for corner; THENCE N 38'25'07" W, a distance of 12.88 feet to a point for corner; THENCE N 26"00'47" W, a distance of 12.58 feet to point for a corner; THENCE N 43'53'21" W, a distance of28.55 feet to a point for corner; THENCE N 17'53'23" E, a distance of29.41 feet to point for a corner; THENCE N 54'10'11" E, a distance of 53.08 feet to point for a corner; THENCE N 84°51' 54" E, a distance of 32.14 feet to a point for corner, said point being in the east line of said Lot 3 and in said west right-of-way of said Midway Road; THENCE S 10°44'34" W, along said east line of said Lot 3 and said west right-of-way of said Midway Road, a distance of 15.30 feet to an X found cut in concrete for a corner; THENCE S 18'37'20" W, along said east line of said Lot 3 and said west right-of-way of said Midway Road, a distance of61.09 feet to a point for corner; THENCE S 8'56'00" W, along said east line of said Lot 3 and said west right-of-way of said Midway Road for a distance of 14.07 feet to the Point ofBeginning and containing 5,205.46 square feet (0.1195 acres) of land. ---------------------, N 26'00'47" W 12.58' \ 􀁾􀀠 5,205.46 SO. fT. _ \ O. 1195 ACRES POINT OF S 8'56'00" W 14.07' /; SCALE: 1"=30' LOT 1 0.5187 AC. N 43'53'21" W -28.55' I 􀁾􀁎􀀠1753'23" E -29.41' 1.152 AC. ;'":: '" 'z"' -<5, I N 54'10'11" E -53.08' S a. I 0'" « Cl U1 .« W'" W o 0 a::: 0 rN 84'51'54" E -32.14' '" w I z 0 'X' FOUND CUT 0 0 -1 IN CONC. N I Z I 0 􀁾􀀠 !Q W 0 '""" en .t.i..l L10'44:]4" 􀀺􀁾􀁾􀀭􀀭􀀭􀁊 '-' BEGINNING w 0 􀁾􀀠 a: a. :i:' MIDWAY ROAD 0 . ',: L '-"" '! 􀁾􀀠 « '-' U1 --' "EXHIBIT B" I ii I 0 .''.""., /􀀭􀀭􀁧􀁾 0 W.H. WITT SURVEY ABST. NO. 1609 LOT LINE GOFF ADDITION VOL. 80005, PG. 3044 ADDISON BELTWAY JOINT VENTURE ONE VOL. 84005, PG. 6871 LOT 3 TOWN OF ADDISON, TEXAS ADDISON BEL1WAY JOINT VENTURE ONE BELT LINE RD. TO CENTURION WAY . -"-TEMPORARY CONSTRUCTION EASEMENT SHIMEK. JACOBS &: FINKLEA. LLP. MARCH 2001 CONSULTING ENGINEERS 8333 Douglos Ave., Ste. 820 Oallos, TX 75225 PLAT-ADDBELT (214) 361-7900 􀁾􀀠 $: Z o a::: ::::l I Z W o .... TOWN OF ADDISoN PUBLIC WORKS To: Mr. John Birkhoff, P.E. From: Steven Z. Chutchian, P.E. Assistant City Engineer Company: Shimek, Jacobs & Finklea Phone: 972/450-2886 FAX: 972/450-2837 FAX #: 214-361-0204 schutchian@ci.addison.tx.us 􀁄􀁡􀁴􀁥􀀺􀁟􀁾􀁆􀁾􀁥􀁢􀁾􀁲􀁵􀁾􀁡􀁾􀁲􀁶􀀮􀁺􀀮􀀮􀀮􀀮􀀺􀀺􀀺􀀺􀀸􀀮􀀲􀀮􀀮􀀮􀀰􀀧􀀲􀀺􀀺􀀮􀀻􀀰􀀺􀀺􀀮􀀮􀀺􀀰􀁾􀀱􀀬􀀭􀀭 16801 Westgrove Drive P.O.Box 9010 # of pages (including 􀁣􀁯􀁶􀁥􀁲􀀩􀀺􀁟􀁾􀀶__ Addison, TX 75001-9010 Re: Property Description for Proposed Drive Improvements on Midway Rd. @Belt Line Rd. D Original in mail D Per your request DFYI Call me Comments: John -Mr. Su fuxed "befure taking" & "After taking" descriptions ofthe property for our use in preparing a document for obtaining a telI!Porary construction easement. 00 are ready to sign ASAP and get this work underway. Your timely preparation ofthe easement description and map. & drawings and specs. for bidding is greatly appreciated. Ifyou need additional information. please let me koow. Steve Chutchian. 􀁆􀁾􀁂􀀭􀁡􀁂􀀭􀀰􀀱􀀠 02:54 PM SUSCO INVESTMENT 97293161ge p.el SUSCO INVESTMENTS POBox 962 16601 Addison Rd StdJ01 AddilWtI, TX75001 Addison,. TX 73001 Tel: (912)931·6199 Far: 􀀨􀁾􀀷􀀷􀀩􀀹􀀳􀀱􀀭􀀶􀀱� �􀀰􀀠 FAX TRANSMISSION COVER LETTER DATE: 2/07/01 SUBJECT: Property located at 4151 & 4191 Bellline Rd, Addison, Texas 75001 TO: Jim Wilson COMPANY: Public Works Dept, ToWll ofAddison FAX #: 972-450-2837 TEL #: FROM: ShiawY. Su Attached is the legal description ofthe above referenced property. There are two parts: 1. Legal description for the entire property before DART's take away. 2. Legal description forthe portion ofthe DART's take away. Please call me ifyou have any questions. WE ARE TRANSMI11lNG f PAGE(S) INCLUDING THIS COVER LEITER 97.29316190 P .. @2 'EXHIBIT "A" BRUIG all of .J.ol:8 '1',.2 .and 3 of GOFF ADDInOR, ..an addi1:ion to the Cl1:y of Addison, DaUaa County. 'Te:&48, as recorded 1:0 VolUllll! 80005 at page 3044 of the Deed Records of Dallaa Count,..--'l'uasi and-bdDJr'IllOre part!.culsdy "Clncrlbed-.as -£011_, 􀀭􀀮􀁾􀀬􀀭 BEClNII'iNG at an irou rod set for corner at the BOutherDlllost cornet of a corner cllt-off at the preseDt: 1:otersectioD of the wes1: right-of-vay lille of Kid..ay Road (a 100 foot 􀀩􀀡􀀬􀁾􀁏􀀮􀁬􀁬􀀮􀀩􀀠 with the north right-of-way of Belt Line Road (a 100 foot R.O.ll.); TBENCI! !I 89·Sl'SS" V aloll& the Dorth ,Iille of Belt Lille Road a disl:8nce of 224.52 feet to a cross cut for COrDer at the southeast cOrDer of lot 3, smtVEYoa ADDInON. ADDISON VEST IJIDUSIRIAL PAllJt. an additioD to the City of Addisou, TUlis. as recorded ill Vol_ 71173 81: page 0135 of the Deed lIecords of Dallas County. Tezas; TBENCE!I 00·08'OS" E a1o11& the east 11:oe of said lot 3 a dist:ant:e of.3S0.00 feet to a found lron rod for corner in the south line of Centurion Vay (a 60 foot rightof-way). . TBENCE S 89*51' 55" E along the south 11ne of said CeDturion Way a distance of 291.26 feet to.a cross cut for corner at tlle iIItersectlon of the south liDe of said Centurion Vay and the west line of Kidvay Ilead: nlEllCE S 11*lS'4S" 101 along the vest line of said Kiclway Road a distance of 95.62 feet to a cross cut for COrDer at the beg1mliDg of a curve to the left haviIIB a cO!ntral angle of 11-44'20" and a radioa of 1004.93 feet; TBENCE ill a 'southerly direction along sald curve and aloug the vest line of Midway Road a distaDce of 205.89 feet to an iron rod set for corner at the end of sald curve. TBENCE S 00·28'3S" E aloog the west line of sald Kiclway Rosd a dlstance of 21.51 feet to an iron rod set for corner at·the northerDlllOst corner of a corner cllt-off: THENCE S 44°49'45" 101 with said cutoff line a distance of 42.20 feet to the POINT OF BEGINNING, contalning 92,294.6 square feet or 2.1188 acrea of land and beiq 8Ub'ect to aD1 easementa and rights-of-way of record. also beingdeacribed as LoU 1. 2 and 3 of GOFF ADDITION. an Addltion to the Clty of Addison. Texaa. according to the Revised Hap thereof. Tecorded -:in Vp11.DD8 80005. Page 3044. Deed Records of Dallaa Count1. Texas. FFB-0S-01 02:55 PM SUSCO INVESTMENT 9729316199 . , TOWN OF ADDISON 81'11C1AL WARRANTY DE£!) !i!U.1!!!981 BTATE OF TEKAS I Illi!IIi IIIt4 IIl'IW 115.00 COUNTY Of DAUA8 . I KNOW ALl. MEN IY THED PIlI!SENTI: 1IIAT ADDISDN BELTWAY JOINT veNTURI! OIl£. 110",._ "","od GRANTOR. whother on. Of •••.,.,. of til, C".I'/of 􀁄􀁾􀁉... 61010 of 1"".., lor ,00 In .on.Id .... 1Ion 01 11\0 .um of leN AND NDJ100 DOUMS lal0,00) and other 900II 000 valueble conllldetallon to GIIANTOR In lIo.d psld by too Town of Add"o •• T...., tha -"'I and euHl,ltnoy of whiCh 18 h...by oollnowlod9fd and ...,....d. hove GRANTED, SOLD end 􀁃􀁏􀁎􀁖􀁥􀁶􀁾􀁰􀀬􀀠end do by 111... pmon,. GRANT, SELl .nd 􀁃􀁏􀁎􀁖􀁾 unlo th. Town 0' Addleo. "'. fo/lowlng daaedbfd; trae1 or palCD' of land slWatod in the Town of AddlsQn. TaXA8 and btfng more pertieu!.,1y dnCribtd oe follow': BEINO 0,0864 .or ••f I.nd, mora or "'.....lusted I. the W. H, Witt Survey, Abslnct No.160SIn the Town of AddI$OA. Oallu CWnty, Tmtt. and bern" part of Lots ,. 2 end 3 of Gott Addition, In aikfitlon to 1he lowi'! of Addi50n o. 'howll on plat recorded In Volume 􀀸􀀰􀀰􀀰􀀦􀁾􀀠Peg. 3044 of the Dud RIlt:O'tol of Done. County, Texas, .nd being a pert of thel traet 01 tAnI:i conveyed ti> Addieon Beltway Joln1 Venture One H avldenced bv doed fBCcudad In Volume 84006. Pql U71 of ..,d D.ad R••OOls and being _. palllcul81ly d"c,lb.d by metes end bounds as folfaws: COMMENCING a; tl10 northwest corner of lot 2; THENce Sou1h 00 dagrllB8 09 mlnutos 03 ".oond, Wett. etono the welt line of Lo,2, • di".""" .f 188.59 , ••1.0 0 l\' iton rod withe"" ",,,,,,.d ABM ... for th. FIlM OF IlEGINNING In tho propos.d northerly rlghl·ol-way line 01 􀁂􀀮􀁾􀀠 Un. Road: (1) THENCE. .'.ng ••Id propooad northerly line, N""h 8e dlll'••' 4S mlnUIH 57._. E.". dl..._ 01 80.09 f••• '0 a Ii" kon rod with c.p I1l8rk.ed A8M .aI for on anglo point; (21 THENCe North 88 deer..s 68 min.... 14 ....ndo EoO!, c.otlnulng elong ••ld INI a distance of 114,76 foot to an "I(" cut fn concrtte .at fOf' til' beglnnin9 01 a curve to the left havIng 6 radio. Qf 88.150 fett; 131 THENCE atoo; said o.'v', .hrough •••ntrelll1gl. 01 89 degre •• 2B mlnutu 1 9 ttconde. an ..e df!1.nce of 103.86 fea, (chord baet. North 4& dUll"" 13 mlnUl•• 33 ....ndo Ea,t and I. 93,82 I••t I. length! to In "x" cut In C'oncra1a 1Ie1 at tha end of said ourve; f4! THENCE, ",,"Iinulflll along ooid lino, North 02 daB".' 32 mlnut•• 37 seconda Eest /I diitunee ot 73.23 'eft to' an "x· cut in conerlt. $$1 tot cornel; 'OWN Qf 􀀢􀁄􀀱􀁘􀀡􀁏􀁈􀀬􀀢􀁥􀁦􀀮􀁾 '!'tiM""" tM'fO "*I 1'\U'l\NlUO,WI'O ... --..............._-,----------,-" _..--"-_.----.---- 􀁆􀁅􀁂􀀭􀀰􀁂􀁾􀁥􀀱􀀠 02:56 PM SUSCO INVESTMENT 9729316.190 􀁰􀁾􀁥􀀴􀀠 161 THENCE, • ..,!l!IUlng 81.ng .lIid lin•• NofIh 08 dogr"e 58 mIMe. 00 88COnd. Eut • dl'tffnce of 39.99 feet to on "X• cut In conCrete ,et for corn1M'; 181 THENCE. conUnuing eking .old lin•• North 18 dogr... 37 mlllut" 20 _COMa Ellst II distance of 61.09 feat 10 In "'itlf cut '" concrete ••t In !h••"",Ing oKllllng .... et rlght-of·way lin. 01 M1dwav flood; 171 THENCE .Ion; ••Id cur.e to tho laft hayln; e , ••1.5 ., 1004.93 fe.l. tIl,ough 0 ,.nvol engl, of 10 cIeOtO.. 'l". :i:' .--MIDWAY ROAD ".., II 􀁾􀀠 TOWN OF ADDISON, TEXAS ;;;! -r.' ADDISON BELTWAY JOINT VENTURE ONE BELT UNE RD. TO CENTURION WAY J Ii "EXHIBIT B" :i! TEMPORARY CONSTRUCTION EASEMENT -SHIMEK. JACOOS & RNKJ.£A. LLP. MARCH 2001 􀁾􀀠 CONSULTING ENGINEERS ' 8333 OouglQS Ave•• Ste. 820 ::..: /-------..£...m. Dallas, 1)( 75225 PLAT-ADOBElT ::! (214) 361-7900 ". . , _ •• ______ __W" ___ • __ ,.___􀁾􀀮__􀁾􀁾􀁾􀁟••••_ "_w__._ " ______,.." PUBLIC WORKS DEPARTMENT (972) 450-2l.l71 16801 Weslgrov6 May 1. 2001 Mr. Shiaw Y. Su SUSCO INVESTMENTS 16601 Addison Rd.. Suite 107 Addison, Texas 75001 Re: Driveway Improvements on Midway Rd. at Belt Line Road Dear Mr. Su: As we previously discussed, the Town ofAddison will be responsible for the replacement ofany landscaping that is damaged by our contractor during the construction ofproposed driveway improvements on Midway Rd. and Belt Line Rd. We anticipate bid advertisement to begin in mid-May 2001 and construction to be iuitiated in July 2001. Should you have any questions. please contact me at 972-450-2886. Sincerely, 􀁁􀁪􀁾􀀠 Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Mike Murphy, P.E., Director ofPublic Works r1ll1 Pierce, P.E., Assistant Director ofPublic Works COWLES &THOMPSON A Professional Corporation ATTORNEYS AND COUNSELORS ANGELA K. WASHINGTON 214.612..2144 AWASHINGTON@COWLESTHOMPSON.COM April 20, 2001 Mr. Steve Chutcman Town ofAddison P.O. Box 9010 Addison, TX 75001-9010 RE: Town of Addison Dear Steve: Enclosed is the Temporary Constmction Easement for the Addison Beltway Joint Venture One . property. Please note that the field note description should be labeled "Exhibit A" and the survey depiction should be labeled "Exhibit B." Ifyou have any questions, please give me a call. Sincerely, Angela K. Washington AKW/yjr Enclosure c: Ken C. Dippel, w/firm John M. Hill, w/firm 901 MAIN STREET SUITE 4000 DALLAS, TEXAS 75202·3793 DALLAS T Y L E R McKINNEY TEL 214.67;2,;2000 FAX 214.672.2020 SIDMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 RONALDV. CQNWAY,P.E, JOHN W, BIRKHOFF. P.E. JOE R CARTER. P.E. GARY C. HENDRlCKS, P.E. PAUL A, CARLINE, P.E. MATT HlCKEY, P.E March 30, 2001 ROSS L, JACOBS, P.E. 1. C. FINKLEA, P,E. Mr. Steven Z. Chutchian, P.E. Assistant City Engineer Town ofAddison Post Office Box 9010 Addison, Texas 75001·9010 Re: Driveway at BeltIine and Midway Dear Mr. Chutchian: We are enclosing two copies of the field note description and plat for the temporary construction easement across the Addison Beltway Joint Venture tract. This temporary construction easement is for construction of driveway improvements. We are available at your convenience to discuss any questions you may have with the status ofthis project. Sincerely, 􀁑􀁊􀁾􀀰􀁾􀀠 John W. Birkhoff, P.E. Enclosures TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DAle, Chook$ 2, 1'/-'/, f 3 .¥#""... Vendor No;' Vendor Name 5ff("1 El;. ;< 4:Address g'333 At-e, I #J'2.0 ;< • T/I Cq Sr ":, FIIV/CE'A! L, L, f'. Address Address Zip Code TOTAL 2. I /4f. f 3, EXPLANATION Dg lire: itA"t I Art f?["t?t--e 4--..£ /t--TS. (),1,.-􀁾􀁬 1) 4--Ay 12 Of &13T:'L:.T L IrE P--J? ( : f)BI Ifill. :' ' Finance SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS B333 Douglas Avenue, #820 Dallas, Texas 75225·5816 Fax (214) 361·0204 Phone (214) 361-7900 Town of Addison Date: February 23, 2001 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian Statement No. 2000190 (122) Services through January 31, 2001, in connection with driveway improvements off Midway Road, just north of Beltline Road Time of Personnel: Engineer 6.0 Hrs. $ 866.23 AutoCAD Tech I 15.5 Hrs. 1.283.70 $ 2,149,93 ========= Previous Billings $ 440.00 Current Billing 2.149.93 Total $ 2,589.93 PUBLIC WORKS DEPARTMENT (972) 450-2871 Poat Office Box 9010 Addison. Texas 75001-9010 16801 W""grove February 8, 2001 Mr. John Birkhoff; P.E. Shimek, Jacobs & Finklea, L.L.P. 8333 Douglas Avenue, Suite 820 Dallas, Texas 75225 Re: Driveway Improvements at Midway Rd. and Belt Line Rd. Dear John: Our staffmet at the above-mentioned site on February 7, 2001 to discuss the proposed driveway improvements and general project scope with the affected property owner. The owner, Mr. Su, concurred with the schematic drawing you submitted to the Town, with the following cIarifications to a subsequent design: a The proposed pavement should be placed on a 14" per ft. slope. b. The Town ofAddison will require written authorization from the owner to perform the proposed improvements within a temporary construction easement. c. The engioeer will prepare final drawings and specifications for bidding the project. Please accept this correspondence as your authorization to proceed with final design and preparation ofa temporary construction easement. Should you have any questions, please let me know. Sincerely, Steve Chutchian, P.E. Assistant City Engineer Cc: Mike Murphy, Director of Public Works Jim Pierce, Assistant Director of Public Works Jim WIlson, Project Engineer 41 HP LaserJet 3200se TOALASERJET 3200 invent 9724502837 FEll-8-2001 16: 21 Fax Call Report Job Date Time Type Identification Duration Pages Result 21 8/2001 16:20:52 Send 92143610204 0:46 1 OK FeMwyB.2001 Mr. 􀁊􀁯􀁢􀁮􀁂􀁩􀁲􀁫􀁨􀁯􀁾􀀠P,E, Shimek, Jambs: &; FI!lkiea, L.L.P. Slll Dou.IIasAvenue. S.82U: DsllaJ. T_15225 k 􀁄􀁲􀁩􀁾 hllj'lrovmm,m Midway Rd. SAi!k1t 􀁾 Rd, Our stdO'll\t,U tbcabove-l'llIrn1ioocd !I'i1cunFWnwy 1. 200t to 􀁾tli;' p1UpI»I:d 􀁤􀁲􀁩􀁶􀁥􀁷􀁡􀁙􀁾􀁉􀁉􀁕􀁍􀁤􀁾􀁰􀂫􀁉􀁪􀁣􀁥􀁦􀁬􀁬􀁬􀀡􀁡􀁰􀁴􀁜􀁬􀁲􀁴􀁩􀁬􀀮􀁨􀁷􀁡􀁩􀁦􀁴􀀺􀀬􀀺􀁬􀁴􀁤􀁾􀁏􀁜􀁜􀀱􀀧􀁬􀁴􀁸􀀮� �'l'he Q'oVI'lI:'f, Mr. Su, «Irt:1.I.m:d wilhtho lICliematcdmwiog: you rubmltttd to the Town. with !.be ro!.!owing t;lui.t\cetions to 0 􀀱􀁕􀁾􀁮􀀱􀁾􀀠 a. The propr>#d paven:cmt *,u1d lit pl!ICtd on II \4" pet t\, 1OOpe. D, The Town ofAddLs:l1I will rcquln:: writlt..O.llUl.bori%alicn Emrn the 􀁾10 pedormtbe proposed 􀁾within a 􀁬􀁥􀁭􀁰􀁯􀁲􀁡􀁲􀁹􀁾 -, c.. The ensincef will prepm liM! dr/lwb:!,ss IUld !ipi!ci.licaliOns iOr biddlng the prop!. Plo::aw 6CCqlt this rormpol:'ldenee as )'Our lutbomllon 10 protctd wkh final detign and ptepartt1i.ln ofl'l ttmpOl'IlIY 􀁃􀂻􀀱􀁬􀀤􀁷􀁣􀁈􀁯􀁮􀁾􀀮􀀠 Sbo1l.kf)'tlll have AnY quc.st!oos. pl.ea.M Jel me know. Sincerely, 􀁦􀁯􀀭􀁾􀁾􀀠 SteveCbutcbian., P,E. AuistI.nt City Engillec:r Cc; MlkcMwpby.Diree1orofPubticW orn fnn Pime, AMl.9r.ttAt Oimet t TEX..4S Address Zip Code 7S22..S-Sll'1-6 TOTAL 􀁾AA􀀬r> 􀁾""􀀠 :" '.' , EXPLANATION F( 12.rT. f't+rt'lt t::/V"T ? F((l/kLEA F t?f( 􀁾Ci 􀀨􀁉􀁖􀁾 I.v-'i' P Tlf-E pel 􀁾􀀢􀀢􀀯􀀯􀁓􀁔􀁶􀁐􀀠r C'F , P R (vc4---Ay 􀀧􀁾􀀯􀁊􀀭r :; -( . " . , , , . , ,. ;. 􀁾􀁾􀀠 Authorized Signature finance SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214)361-7900 Town of Addison Date: January 19, 2001 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian Statement No. 2000190 (055) Services through December 31, 2000, in connection with driveway improvements off Midway Road, just north of Beltline Road Time of Personnel: Survey 4.0 Hrs. $ 440.00 ========= Previous Billings Current Billing $ 0.00 440.00 Total $ 440.00 __________________________ _ 􀁾􀁾􀁾􀁉􀁉􀀾􀀠 Public Works I Engineering 16801 Westgrove .. P.O. Box 9010 Addison, rexas 75001·9010 OATE JOB NO. ATTENTION RE: relephone: (972) 450·2871 .. Fax: (972)450-2837 GENTLEMAN: WE ARE SENDING YOU 􀁾􀁨􀁥􀁤􀀠 o Under separate cover via ______ the following items: o Shop Drawings o Prints o Plans 0 Samples 0 Specifications o 0 _________________________ Copy of letter o Change order COPIES DATE NO. DESCRIPTION I 􀀯􀁾􀁆􀁬􀀠I ; :J../ev J:::E.n.nj Y '.4Ar/n;t::l .Sif'V'IL...PC. f 􀁷􀀯􀁾􀀠 5:.A; ;'h -" il, /. f /JJJ.s 1 S7 Fibt 􀁪􀁾􀀮-I r TRANSMITTED as checked below: o F approval 0 Approved as submitted o Resubmit ____copies for approval For your use o Approved as noted o Submit copies for distribution o As requested o Returned for corrections o Return corrected prints o For review and comment 0 o FOR BIDS DUE __________19,__ o PRINTS RETURNED AFTER LOAN TO US REMARKS ____________________________________________ COPYTO ___________________________ If enclosures are not as noted, please noti SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 RONALD V. CONWAY, P.E. JOHN W. B1RKHOFF, P.E. JOE R. CARTER, P.E. GARY C. HENDRICKS, P.E. PAUL A. CARLINE, P.E. MATT HICKEY, P.E. March 26, 200 I ROSS L. JACOBS, P.E. t C. FINKLEA, P.E. Mr. Steven Z. Chutchian, P.E. Assistant City Engineer Town ofAddison Post Office Box 90 I 0 Addison, Texas 75001-9010 Re: Driveway at Beltline and Midway Dear Mr. Chutchian: We are enclosing three sets of final construction plans for the driveway replacement at the intersection of Midway Road and Beltline Road. We have fonnulated an opinion of probable construction cost in the range of$55,000.00. We are also enclosing two copies of the field note description and plat for the easement on private property. Our original scope of services for this project was limited to a study to detennine various options for improvements to the driveway. The Town decided on the alternative they desired and confinned that with the property owner. We proceeded with construction plans based on direction from the Town. We have now exceeded the contract amount for the study and will need to amend our contract for the additional services being rendered. Before we can prepare a revised scope of services we need to know the direction the Town intends to follow for the completion of the project. The Town has a history of taking these small projects and receiving three quotes from contractors and proceeding with the work from construction plans. In these cases the Town has taken the responsibility during the bidding/proposal phase and the construction phase. The other route would be to complete bidding documents and publicly advertise the project with the involvement of our finn. Please notify us of the direction the Town intends to follow and we will prepare a scope of services accordingly. We are available at your convenience to discuss any questions you may have with the status of this project. Sincerely, 􀁑􀁾􀁁􀁁􀁊􀀶􀁾􀀠 Jolm W. Birkhoff, P.E. Enclosure 1:\Addison\2000-190\L\torr\\\finaLdoc porv ,I3/26/01 􀀷􀁬􀁾􀀵􀁥􀀠 TOWN OF ADDISON, TEXAS :¢'5 LA:'. { I"fl tP"-S FIELD NOTE DESCRIPTION FOR -P DRIVEWAY EASEMENT ON TE' /I.A/' ' &01)e , ADDISON BELTWAY JOINT VENTURE ONE 􀁥􀀴􀀱􀀮􀁥􀁾􀁾􀀠 BElNG a driveway easement in the W.H. Witt Survey, Abstract No. 1609, Dallas County, Texas and being on part of Lots 1 (0.5187 acres) and 3 (1.152 acres) of the Goff Addition an Addition in the Town Of Addison filed for record in Volume 80005, Page 3044 of the Deed Records of Dallas County, Texas, said Lots 1 and 3 being conveyed to Addison Beltway Joint Venture One by a deed filed for record in Volume 84005, Page 6871, of the Deed Records of Dallas County, Texas, said driveway easement being more particularly described as follows: BEGlNNlNG at a point at the southeast comer of said Lot 3 and the northeast comer of said Lot 1, said point being in the west right-of-way of Midway Road, said point also being N 40 12'43" E, 99.01 feet from a found X in the west right-of-way of said Midway Road, said X being at a point of curvature of a curve to the right in said west right-of-way of said Midway Road, said curve having a radius of 66.50 feet and a chord bearing, distance ofS 450 13'33" W, 93.62 feet; THENCE S 80 56'00" W, along the east line of said Lot 1 and said west right-of-way of said Midway Road for a distance on.44 feet to a point for comer; THENCE N 870 02'30" W, a distance of 18.17 feet to a point for comer; THENCE N 38025'07" W, a distance of4.48 feet to a point for comer; THENCE N 260 00'47" W, a distance of 13.30 feet to point for a comer; THENCE N 430 53'21" W, a distance of 21.93 feet to a point for comer; THENCE N 17053'23" E, a distance of 15.52 feet to point fur a corner; THENCE N 54010'11" E, a distance of 44.05 feet to point for a comer; THENCE N 840 51'54" E, a distance of 23.71 feet to a point for corner, said point being in the east line of said Lot 3 and in said west right-of-way of said Midway Road, said point being S 180 37'20" W, 0.31 feet from a found X at a right-of-way comer in said west right-of-way of said Midway Road; THENCE S 18°37'20" W, along said east line of said Lot 3 and said west right-of-way of said Midway Road, a distance of 60.78 feet to a point for comer; THENCE S 80 56'00" W, along said east line of said Lot 3 and said west right-of-way of said Midway Road for a distance of 14.07 feet to the Point of Beginning and containing 2,706.44 square feet (0.0621 acres) ofland. Also a temporary construction easement being 15 feet in width and being adjacent to and parallel with the south, west and north lines of above described easement. H:\projecr.s\addison\2000190\esmt-doc\jointv .c ; 􀁾 .... SCAlE:1'=30' W,H, WITT SURVEY LOT LINE ABST, NO, 1609 GOFF ADDITION LOT 1 VOL 80005, PG. 3044 0.5187 AC. ADDISON BELlWAY JOINT VENTURE ONE N 43'53'21» W -21.93'-:-:-..... VOL 84005, PG. 6871 /---r!!. LOT 3 N 26'00'47» W -13.30' 17'53'23» E -15.52' 1.152 AC. 􀁾􀀠 z: 0 0z-: -\\ 15'TEMP. CONST. ESM'T. o 0.., \ 0::: I ::::> S 􀁜􀁾􀀠 \ Iz: 0I W •>:0 N 54'10'11" E -44.05' o '«" Cl ''w0" <{ \ w 0 I '" 0::: I N 84'51 '54" E -23.71' '" 0 W I 0 z: S 8'56'00· W -3.44' 􀁾􀀧􀁆􀁏􀁕􀁎􀁄􀀠 0 0 ::::J 􀁾􀀧􀁎 CONC. N Vl is W POINT OF 0 (D <: S 8'56'00" W -14.07' BEGINNING 18'37'20" W VJ I-0.31' 0 Z 􀁾􀀠 ls ---------JI I U W.., 0 0: 0:i:' 0 '"" w TOWN OF ADDISON. TEXAS 'x' FOUND I 􀁾􀀠 Z "I 􀁾􀀠􀁾_􀀠 􀁾_􀀠 IN CONC'l N 38"25'07" W -4,48'-f'-N 54'10'''" E -44.05' W Cl Cl U « 􀁾 "--"E A 􀁾􀀠 (A-Ct:r.eA!f:::.cr H:\projcclS\addisonUOOO190esmt-doc\cxxon.doc W.H. win SURVEY SCALE: 1"",3D' ABST. NO. 1609 GOFF ADDITION VOL 80005. PG. 3044 "-LOT LINE EXXON CORPORATION VOL. ____• PG. _______ LOT 1 ADDISON BELTWAY JOINT VENTURE ONE 0.5187 AC. VOL. 84005. PG. 6743 􀁾 LOT 3 :s: .'-.' 1.152 AC. q \ z z \ o 0 x r---0::: x => N 00"08'05" E 5.00' 􀁾􀀠 I f:s Z w I [L 15' TEMP. CONST. ESM'T. I 15' F7 W I 􀁾􀀠 0 ..... , I t% S 89'51 '55" E -21.00' () 0 􀁾􀀠 «0 _____ N 89"51'55" W 2023' I 􀁾􀁾􀀠 􀁾􀀮􀀠 . I 􀀭􀁾􀀬􀀠 􀁾􀀠 􀁾􀀠 0 w 0 -----i 􀁾􀀠􀁾 103.07 SO, FT. w 0::: 0.0024 ACRES 􀁾􀀠 0 w S 8'56'00" W -􀀵􀀮􀀰􀀶􀀧􀁾􀁾􀁾􀀠 􀁾􀀭__ '" I Z 0 2 0 0 -l z 􀁾􀀠 '\ POINT OF 0 Ul W Ci (D BEGINNING 0 J, .... u w a 􀁾􀀠 '" /. [L MIDWAY ROAD :I: 0 '"" w ;5 {fI TOWN OF ADDISON, TEXAS ..J EXXON CORPORATION ii BELT LINE RD. TO CENTURION WAY :s ------------DRIVEWAY EASEMENT .':":; /SHIMEK, JACOBS &: ANKLEA MARCH 2001 '0" CONSULTING ENGINEERS PLAT-EXXON 3/13/01 TOWN OF ADDISON, TEXAS FIELD NOTE DESCRIPTION FOR (DRIVEWAY EASEMENT) ON ADDISON BELTWAY JOINT VENTURE ONE BEING a driveway easement on part out of a 1.152 acre tract of land located in the W.H. Witt Survey, Abstract No. 1609, Lot 3, of the Goff Addition described in Volume 80005, Page 3044, an addition to the Town of Addison, Dallas County, Texas and conveyed to conveyed to Addison Beltway Joint Venture One by deed now of record in Volume 84005, Page 6743, of the Deed Records of Dallas County, Texas said driveway easement being more particularly described as follows: BEGINNING at a point at the southeast COmer of said 1.152 acre tract and the northeast comer of tract of land conveyed to Exxon Corporation and being Lot I in the said Goff Addition by a deed now of record in Volume 80005, Page 3044, of the Deed Records of Dallas County, Texas, said point being in the west rightof-way of Midway Road; THENCE, N 890 51 '55" W, along the south line of said 1.152 acre tract and the north. line of said Exxon Corporation tract for a distance of 42.81 feet to a point for corner; THENCE, N 000 08'05" E, a distance of 57.08 feet to point for a comer; THENCE, S 890 51 '55" E, a distance of22.83 feet to point for a comer; THENCE, N 540 18'24" E, a distance of21.77 feet to point for a comer; THENCE, N 850 00'08" E, a distance of23.95 feet to a pcint for comer, said point being in the east line of said 1.152 acre tract and in the west right-of-way of said Midway Road; THENCE, S 180 37'20" W, along said east line of said 1.152 acre tract and said west right-of-way of said Midway Road, a distance of61.00 feet to a pcint for comer; THENCE, S 80 56'00" W, along said east line of said 1.152 acre tract and said west right-of-way of said Midway Road for a distance of 14.07 feet to the Point of Beginning and containing 3,268.23 square feet (0.0750 acres) of land. Also a tempcrary construction easement being 15 feet in width and being adjacent to and parallel with the west line and north. lines ofabove described easement. 􀁈􀀻􀁜􀁰􀁲􀁯􀁪􀁥􀁣􀁴􀁳􀁜􀁡􀁤􀁤􀁩􀀤􀁯􀁮􀁜􀀲􀀰􀀰􀀰􀀱􀀹􀀰􀁜􀁣􀁳􀁭􀁴􀁾􀁤􀁯􀁣􀁜􀁩􀁯􀁩􀁮􀁴􀁶􀀠 o,., " -o N o C§ 0:: W Z 􀁾􀀠 W CD \ /SCALE: 1 "=30' GOFF ADDITION VOL. 80005, PG. 3044 EXXON CORPORATION LOT 1 0.5187 AC. 3268.23 SQ. FT. 0,0750 ACRES N 89'51'55" w -POINT OF BEGINNING LOT LINE W.H. win SURVEY ABST. NO. 1609 GOFF ADDITION VOl. 80005. PG. 3044 ADDISON BELTWAY JOINT VENTURE ONE VOL. 84005, PG. 6743 LOT 3 1.152 AC. -------------l I N 00'08'05" E -57.08' I 15' I S 8'56'00" W 14.07" MIDWAY ROAD -------15' TEMP. CaNST. ESM'T. -----+---S 89'51'55" E-22.83' X N 54'18'24" E -21.77' 'I I 1 􀁾􀀸􀁓􀀰􀀰􀀬􀀨􀀩􀀸􀀢􀀠E -23.95' I I TOWN OF ADDISON, TEXAS ADDISON BELTWAY JOINT VENTURE ONE BELT LINE RD, TO CENTURION WAY DRIVEWAY EASEMENT SHIMEK. JACOBS & RNKLEA MARCH 2001 n CONSULTING ENGINEERS PLAT ADDBELT o ..___________________________________ ___________________________________________________􀁾____________________􀁾__-____.. z o 0:: ::::> IZ W o ADVERTISEMENT FOR BIDS Bid # 01-28 The Town ofAddison is requesting bids for Driveway Paving Improvements at Belt Line and Midway, Bid No. 01-28. Bids will be accepted until June 5, 2001 at 2:00pm, in the office ofthe Purchasing Coordinator, 5350 Belt Line Rd., Addison, Texas 75240 at which time they will be publicly opened and read aloud. Bids received after the designated time will not be considered and will be returned unopened. The Town ofAddison reserves the right to waive any forma1ities and to reject any or all bids and to select the bid deemed most advantageous to the City. For information contact the Purchasing Division at 972-450-7091. Specification information can be obtained at www,demandstar.com. Ifyou are not a member ofDemandStar. com and wish to obtain a free copy ofthe bid specifications, you may pick one up at the Purchasing Division, 5350 Belt Line Road, Addison, Texas 75240. "",.I. STEVEN Z. CmrrCIDAN, P.E. Assistant City Engineer (972) 450-2886 (972) 450-2837 FAX (214) 673-2518 Mobile sclmt<:hian@d.addison.tx.us E-mail Town of Addison 16801 Westgrove Dr. P.O. Box 9010, Addison, Texas 75001-9010 . DATE {MMIOOfYY) ACORD", CERTIFICATE OF LIABILITY INSURANCE 07/24/2001 PRODUCER (972)864-0400 FAX (972)278-8400 ONly"'AND 􀁃􀁏􀁎􀁆􀁅􀁾􀀺􀀠􀁾􀁏 􀁒􀁉􀁇􀁾􀀧􀁪􀁾 􀁾􀀻􀁏􀁎 􀀻􀀧􀁈􀁾􀀠􀁾􀁾􀁒􀁔􀁉􀁆􀁉􀁃􀁁􀁔􀁅� �.u"' Davis-Oyer-Max, Inc. HOLDER. THIS CERTIFICATE ODES NOT AMEND, EXTEND OR P,O. Box 495429 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Garland, TX 75049 INSURERS AFFORDING COVERAGE 'NSUREO Jim Bowman Construction Co., L.P. INSURER A: EMC Insurance Companies 10209 Plano Rd. INSURER EI: Dallas, TX 75238 INSURER c: INSURER D: INSURER E: COVERAGES 􀁾􀁾􀁅􀁑􀁕􀁉􀁒􀁾􀁾􀁾􀁔􀀮� �TERM 􀁏􀁾􀁕􀁓􀁔􀁅􀁄􀁟􀁾􀀮􀀢􀁾􀀮􀁾􀀢􀁴􀀺􀁾􀁾􀁾􀁾􀁾􀁾􀁵􀁾 􀀶􀁾􀁾􀀻􀁩􀁄􀁏􀁃􀁕􀁍􀁅􀁾􀁾􀁾􀁾􀁾􀀮􀀠 􀁔􀀮􀀧􀀺􀀮􀁾􀀠 I 􀀧􀁾􀀬􀀡􀀺􀁂􀁅􀁉􀁓􀁓􀁕􀁅􀁄􀀠OR MAY PERTAIN, THE 􀀧􀁎􀁓􀁕􀁒􀁁􀁎􀁃􀁅􀁭􀁾􀁾􀁾􀁾􀁄 BY THE POLICIES DESCRIBED HEREIN IS 􀁓􀁕􀁂􀁊􀁅􀁃􀁔􀁾􀁔􀁏􀁁􀁉􀀮􀁌􀀠THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 􀀧􀁲􀁩􀀧􀁾􀀠 TYPE OF 􀀱􀀲􀀯􀀱􀀲􀀯􀁾􀀠􀀮􀁾􀁾􀁾􀁾􀀠 LIMITS X .. I"UUlSl&7 s 1,000.000 LlTY FIRE DAMAGE I , S SO,OOO ICLAIMS MADE 0 OCCUR MED IS'

fPerson Signing Bid Signature ofPerson Signing Bid 10209PlanoRd.,#10I,Dallas, Texas Address 75238 (214) 349-2884 Telephone No. (214) 349-2887 Fax No. 75-1932206 T.LN. (Tax IdentifIcation or Employer's Number) PF-5 If BIDDER is: A Partnership By _______􀀭􀀭􀀭􀀭􀀧􀁊􀁾􀁩􀁭􀀠Bowman Constrnction Company, L.P. (FinnN.me) Jim Bowman, General Manager (General Parmer) doing business as (Seal) Business address: 10209 Plano Rd., #101 Dallas, Texas 75238 Phone No. (214) 349-2884 PF·6 SECTION CA CONTRACT AGREEMENT CA· I AGREEMENT STATE OF TEXAS COUNTY OF DALLAS TIllS AGREEMENT is made and entered into this 26th day of June 2001, by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter tenned the OWNER, and Jim Bowman Construction Company, L.P. of the City ofDallas, County ofDallas, State of Texas, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby 􀁡􀁧􀁲􀁥􀁥􀁳􀁾􀁷􀁩􀁴􀁨􀀠the said OWNER to corrimence and complete construction ofcertain improvements as follows: Driveway Paving Improvements at Beltline and Midway and all extra work in connection therewith, under the terms as stated in the General and Specific Conditions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, 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 five (5) calendar days after the date of written notice to do so shall have been given to him, to complete the work within Forty-Five (45) calendar days, after he commences work, subject to such extensions oftime as are provided by the General Provisions. 􀁔􀁨􀁥􀁏􀁖􀁦􀀺􀁎􀁅􀁒􀁡􀁧􀁲􀁥􀁾􀁲􀁯􀁰􀁡􀁹􀁴􀁨􀁥􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁔􀁏􀁒 ______􀁔􀁾􀁨􀁲􀁲􀁾􀀧􀁾􀁗􀁣􀀭􀁔􀁾􀁨􀁾􀁲􀁾􀁾􀁾􀁔􀁾􀁨􀁾􀁯􀁵􀁾􀁳􀁾􀁡􀁾􀁮􀁾􀁤􀁌􀀬􀁾􀁔􀁾􀁨􀁾􀁲􀁥􀁾 􀁥􀁾􀁈􀁾􀁵􀁾􀁮􀁾􀁤􀁾􀁲􀁾􀁥􀁾􀁤􀁟􀁔􀁾􀁨􀁾􀁩􀁾􀁮􀁶􀁾􀀭 􀀢􀁎􀀬􀀮􀀮􀁩􀁮􀀢􀀬􀁥􀀢􀀭􀁄􀀢􀀢􀀢􀁯􀀡􀀡􀀱􀁉􀀢􀀬􀁡􀁲􀀬􀀭􀀢􀁳􀀬􀀭􀀬􀁡􀁾􀁮􀀢􀀬􀁤􀀢􀀬􀀵􀀢􀀬􀀰􀀡􀀡􀀮􀀮􀀯􀀱􀀬􀀬􀀬􀁏􀀢􀀬􀁏􀀬􀀭􀀭___ ($33,339.50) in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. CA-2 SECTION PrB PERFORMANCE BOND PrB-1 STATUTORY PERFORMANCE BOND. PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That Jim Bowman Construction Company, L.P. (hereinafter called the Principal), as Principal, and 􀁆􀁩􀁲􀁾􀀮􀁾􀀠 National Insurance Company of America (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of Thi!iY::Three Thousand, Three Hundred Thirty-Nine and 50/100 Dollars ($ 33,339.50 ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26tll day of June , 2001 to Driveway Paving Improvements at Beltline and Midway which contract is hereby referred to and made a part hereof as fully and to the same extent as if if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 24 th day of __July , 2001. ---'="-=-"-f=:.;n:..C=onst.ruction Company, L.P. (principal) By: First of America (Surety) By: an, General Manager (AtiOl1\ey-in-Fact) PrB-2 SECTION PyB PAYMENT BOND PyB-l STATUTORY PAYMENT BOND PUBSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (penalty of this Bond must be 100% ofContract Amount) KNOW ALL MEN BY THESE PRESENTS, That Jim Bowman Construction Company, L.P. (hereinafter called the Principal), as Principal, and First National Insurance Company of America (hereinafter called the Surety), as Surety are held and firmly bOlUld lUlto the Town ofAddison (hereinafter called the Obligee), in the amolUlt of Thirty-Three Thousand, Three HlUldred Thirty-Nine and 50/100 Dollars ($ 33,339.50 ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 26th day of JlUle 2001 to Driveway Paving Improvements at Beitline and Midway which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBUGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 24 th day of Ju , 2001. Construction Com an ,L.P. (principal) By: wman, General Manager First ce Com an of America (Surety) By: . (Attorney-iII-Fact) JimB PyB-2 SECTION MB MAINTENANCE BOND MB-I SECTION MB MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS That 􀁾􀁾􀁾􀁟􀀺􀀺􀀺􀀮􀁊􀁉􀀢􀀬􀀧􀁭􀀽􀁂􀀺􀀮􀀮􀀺􀁯􀀺􀀮􀀮􀀺􀁷􀁭􀁡􀁮􀀽􀀽____ as principal and Jim Bowman Construction Company, L.P, _____􀁾_______ ,a corporation organized under the laws of _____..::T:,::e:::x::::as:!.-____ First National Insurance and Company of Amew.rJ.i..􀁣..􀀢􀀧􀁡􀁾_____ as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Addison, Dallas County, Texas, the sum of Thirty-Three Thousand, Three Hundred Thirty-Nine and 50/100 ($33,339.50) fur the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally, This obligation is conditioned, however, that whereas said Jim Bowman Construction Company, L.P, has this day entered into a written contract with the said Town ofAddison to build and construct the ________ _ Driveway Paving Improvement"'s""a""tco B:..:e:::lt"'Ii"'D.=.e.=a=D=d"'Mi=·d:..:w:,:a""y__________ MB·2 which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account ofany defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being'tmderstood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor perfurmed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part tocomply with the terms of the said provisions ofsaid contract; NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance ofits contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said First National Insurance Company of America has caused these presents to be executed by Raymon R. Dyer and the said Raymon R. Dyer has hereunto set his hand this the ____________ 􀁾􀁹􀁯􀁦􀀠 .20 01 SURElY ce Co. of America By: Raymon R. Dyer \. Attorney in Fact . By: D·avis-Dy-,,,.r.=.Ma,,,x,,-,-,􀁾􀁉􀀢􀀬􀁮􀀢􀀬􀁣􀀬􀀬􀀭􀀮􀀬􀀭____ Surety 409E. Centerville Rd. Gar land, 􀁔􀁥􀁸􀀼􀁬􀀮􀁾..---,7,-,5,-,O",4",1,-_______ Agency and Address PRINCIPAL JimB an Construction Com an , L.P. By: owman, General Manager ATTEST 􀁾􀀺􀁙􀀹 ffi, 9􀁾􀁾􀀠0 n 􀁩􀀾􀁨􀁾􀀠 Secretary { NOTE: Date ofMaintenance Bond must be same as date City acceptance. MB-4 -POWER FIRST NATlOHAL INSURANCE COMPANY OF AMERlCA 􀁆􀁾􀁎􀁍􀁉􀀰􀁎􀁁􀁌􀁓􀁾r 433l BROOKLYN AVE HE OFATIORNEY SEAmE. WASHINGTON 9a105 333 Brooklyn Aven"" N,E eattle, WA 98105 No. -=1"'05::c4:::.J_______ _______ NOW ALL BY THESE PRESENTS: hat FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington cOljloration. does hereby appoint .......••.... •.. •.. ••••.. •••••..••••••••••••.. ···RA"t1.10N R. DYER; 􀁐􀁅􀁒􀀮􀁒􀀧􀁬􀁾􀀠􀁾􀁦􀁁􀀮􀀮􀀢􀀬􀁜􀀺􀀻􀀠􀁔􀀮􀁾􀁜􀁴􀁩􀁯􀀮􀁮􀀠EI'-'l1UKEN; O:u-tand, Tc)C)S·····,,......... ••..••... ••• ... •• .. ••••••••..• ..•••••• ........ , ;; true and lawful aftomey{s)·jn-fact, with full authority to execute on behalf of the company fidelit'/and surety bonds or uncertakings and other documents of a simi!;: ... racter issued by the company in the course 01 its business. and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA Ihereby as fully as if sue' struments had been duly executed by its regularly elected officers at its home office. J WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attesled these presents this 16th day of 􀁟􀁾􀀺􀀺􀀮􀀺􀁬􀀽􀀽􀁣􀀺􀀻􀀬􀁨􀀬􀀭________ • 1999 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀧􀁩􀀺􀁊􀁾􀁾􀀠 RA PIERSON, SECRETARY W, RANDALL STODDARD, PRESIDENT CERTIFICATE Extract Irom the By-Laws 01 FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 1:\rticle V, Section 13 ... FIOEUTY AND SURETY BONDS ... the President, any Vice President, lhe Secretary, and any Assistant Vice President appointed for the urpose by the officer in Charge of surety operations. shall each have authority to appoint individuals as attorneys-in-rad or under other appropriate mlas with authority t l(ecute on baha" of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business ... On an: ,strumen! making or evidencing such appointment. the 􀁳􀁩􀁧􀁾􀁾􀁵􀁲􀁥􀁳􀀠may be affixed by facsimile, On any instrument conferring such authority or on any bond c ndertaking of the company, the seal, or a facsjmile 􀁴􀁨􀁥􀁲􀁲􀁥􀁯􀁦􀀮􀁾􀂷􀁢􀁥􀀠impre ssed or affixed or in any other manner reproduced; provided, however, that the seal shall no" 􀁾􀀠necessary to the vafrdlty of any such instrument or 􀁵􀁮􀁤􀁥􀀮􀀱􀁡􀁾􀁧􀀮􀀢􀀠 Extract from a Resolution of the Soard of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28.1970, 'In any certificate 􀁥􀁸􀁥􀁣􀀬􀀭􀀺􀀾􀁾􀁥􀁤􀀠by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 or the 􀁂􀁹􀁾􀁌􀁡􀁷􀁳􀀬􀀠and (Ii) A copy or the power-of..attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-or·attorney appOintment Is in full (orce and effect, 1e signature ofthe certifying officer may be by facsimile, and the seal oOhe Company may be a facsimile thereof." R.A, Pierson. Secretary 01 FIRST NATIONAL INSURANCE COMPANY OF AMERICA. do hereby certil\' that the lo;ogoing extracts of the By·Laws and of , 􀁾􀁥􀁳􀁯􀁬􀁵􀁴􀁩􀁯􀁮􀀠of the Board or Oirectors oC this corporntion, and of a Power of Attorney Issued pursuant thereto, are true and correct. and that bolh the 8y-Laws, thf 􀁾􀁥􀁳􀁯􀁬􀁵􀁴􀁩􀁯􀁮􀀠and the Power of Attorney are still in full force and efiect. 'oj WITNESS WHEREOF,I have hereunto set my hand and 􀁡􀁦􀁦􀁩􀁸􀁾􀁤􀀠the facsimile seal of said corporation this day 01 .....J -U L 'i R.A. PIERSON. SECRETARY 3110/99 PC SECTION BP CONTRACTOR'S AFFIDAVIT OF BILLS PAID BP-l SECTION BP CONTRACTOR'S AFFIDAVIT OF BILLS PAID STATE OF TEXAS COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared ___--'J:..:i"'m-=-B=o.:.:wm=an:::...___ who, being duly sworn, on oath, says that he is a legal representative of Jim Bowman Construction Company, L.P. (full name ofContractor as in contract) and that the contract for the construction of the project, designated as Driveway Paving Improvements at BeItline and Midway (Bid No. 01-28) (project No.) has been satisfactorily completed and that all bills for materials, apparatus, fIxtures, machinery and labor used in connection with the construction ofthis project have, to the best ofmy knowledge and belief, been fully paid. Signature: Jim Bowman General Manager Title Sworn to and subscribed before me this ____day of________--', 200I. Notary Public in and for County, Texas BP-2 Instructions: If the contractor is an individual, he shall sign the affidavit. Ifthe contractor is a partnership, any partoer may sign the affidavit. Ifthe contractor is a corporation, a person authorized by the by-laws or by the Board ofDirectors shaH sign the affidavit. Ifthe Contractor is a joint-venture of individuals. any of the individuals may sign the affidavit. If the Contractor is a joint-venture of partoerships, or of individuals and partnerships, the affidavit may be signed by the individual or any partner ofany partnership. Ifthe contractor is a joint-venture in which a corporation is a party, separate affidavits must be executed in the name of the joint-venture: one by each corporation and one by each individual or partnership. Signatures for corporations should be by a duly authorized officer. If signature is by another, a showing ofauthority to sign must accompany the affidavit. Bp·3 ; SECTION GP GENERAL PROVISIONS GP·! GENERAL PROVISIONS The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983), under Part I, "General Provisions," Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions. GP·2 j TABLE OF CONTENTS SPECIAL PROVISIONS Special Provision No. SP'] SP.2 SP.3 SP.4 SP.5 SP.6 SP.7 SP.8 SP.9 SP.lO SP.ll SP.12 SP.13 SP.14 SP.l5 SP.l6 SP.17 SP.l8 SP.l9 SP.20 SP.21 SP.22 SP.23 SP.24 SP.25 SP.26 SP.27 SP.28 SP.29 SP.30 SP.3l SP,32 SP,33 SP.34 Description Location of Project ......................................................................................... . Scope of Work ................................................................................................. Construction Schedule ............................................................... ..................... Copies of Plans and Specifications ................................................................ . Reference Specifications .................................................. .............................. . Trade Names & Materials ............................................................................. .. Project Maintenance ......................................... .............................................. . Cleanup ""''''''''.............................................................................................. . Permits and Rights·of·Way ............................................................................ . Clean Air Act and Clean Water Act ............................................................... . Coordination With Others .............................................................................. . Lights and Power ......................................................................................... ... . Wage Rates ........................................................... 􀁾.......................................... Claims for Damages or Injury ................................................ ........................ . Cooperation of Contractors ........................................................................... .. Antitrust ........................................................ .................................................. . Public Utilities and Other Property to to be Changed ......................................... Existing Utilities and Service Lines ................................................................ Use ofExplosives ........................................................................................... . Insurance ........................................................................................................ . Workers' Compensation Insurance Coverage ................................................. Resolution of Disputes ................................................................................... . Non-Discrimination Policy ................................................................ ............ . Compliance With Immigration Laws .............................................................. Compliance With General Rules and Laws ................................................. .. . Shop Drawing ................................................................................................. . Barricades, Warning Signs, Detours and Sequence of Work ......................... . Construction in Public Roads and Private Drives ........................................... Excavation Safety Systems ............................................................................ . Project Video .................................................................................................. . Record Drawings .................................................................. ........................... Existing Structures ......................................................................................... . Water for Construction .................................... ................................................ Staking ............................................................................................................ . Page No. SP·2 SP·2 SP·2 SP·2 SP·2 SP-2 SP·2 SP·3 SP-3 SP-3 SP·3 SP·3 SP·3 SP-6 SP-6 SP·7 SP-7 SP-7 SP-7 SP-7 SP-8 SP-ll SP-ll SP-ll SP-ll SP-ll SP-Il SP-12 SP-13 SP-13 SP-14 SP-14 SP-14 SP-14 SECTION SP SPECIAL PROVISIONS SP·l ; SECTION SP SPECIAL PROVISIONS SP.l LOCATION OF PROJECT The location of the project is along the west side of Midway Road just north of Belt line Road in the Town of Addison, Texas. A location map is included in the Construction Plans. SP.2 SCOPE OF WORK The work under this contract includes furnishing and installing approximately 325 square yards of 8-inch reinforced concrete pavement. SP.3 CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shaH submit a proposed schedule for the work included herein and shall submit any major revisions to this schedule as the project progresses. This schedule shall provide for completion of the project within the time provided in the specifications. Working hours is 7:00 a.m. to 7:00 p.rn., Monday through Saturday. All work shall be completed within forty-five (45) calendar days. SP.4 COPIES OF PLANS AND SPECIFICATIONS Five (5) copies of the plans and specifications shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies copies may be obtained at a cost of$50.00. SP.5 REFERENCE SPECIFICATIONS Where reference is made in these specifications, to specifications compiled by others, such reference is made for expediency and standardization from the material supplier's point of vicw, and such specifications referred to are hereby made a part of these specifications. SP.6 TRADE NAMES AND MATERIALS No material which has been used by the Contractor for any temporary purposes whatsoever is to be incorporated in the permanent structure ,vithout written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard for quality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal equal to some other thing, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with material, manufactured article, or process, the material, article Or process specifically designated shall be used, unless a substitute shall be approved in writing by the Engineer, and the Engineer shall have the right to require the use of such specifically designated material, article or process. SP.7 PROJECT MAJNTENANCE The Contractor shall maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of his contract. 􀁪􀀻􀁜􀁴􀁬􀁥􀁲􀁢􀁬􀁜􀀺􀁲􀀮􀁤􀁤􀁩􀀮􀁳􀁯􀁮􀁕􀁯􀁯􀁯􀀮􀀡􀁾􀁢􀀧􀁬􀁉􀀪􀁐􀀭􀁬􀀮􀁤􀁯􀁯􀀻􀀠 SP·2 SP.8 CLEANUP l2lli:lTI.g Construction: The Contractor shall at all times keep the jobsite as free from all disposable material, debris, and rubbish as is practicable, and shall remove same from any portion of the jobsite when it becomes objectionable or interferes with the progress of the project, in the opinion of the Engineer or the Owner. Broken pipe and other debris resulting from construction shall not be left on the site after the construction work is completed. During the construction the Contractor shall not damage improvements on public or private property, including shrubs, grass, pavement, walks, curbs and fences. In the event Contractor damages private property, Contractor shall immediately perform restoration at his own cost. Video: Contractor shall make and provide to the Owner an original color, VHS format tape of existing conditions outside oflift station. The areas shall be narrated as to location. Video shall be provided to the Owner prior to actual construction work commencing. City Inspector shall be present during taping and take possession of tape when completed. Final: Upon completion of the work, the Contractor shall remove from the site all plants, materials, tools and equipment belonging to him and restore the site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new-appearing condition. SP.9 PERMITS AND RIGHTS-OF-WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor, by securing permits in areas ofpublic dedication or by obtaining easements across privately owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of this intent to begin construction. Before beginning construction in areas ofpublic dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. Electricians shall be registered with the TOlhn's Building Department. The registration fee of $60.00 shall be paid by the Contractor. Inspections from the Building Inspector shall be scheduled by Contractor, 24hours prior to inspection. SP.IO CLEAN AIR ACT AND CLEAN WATER ACT I .1 Include in all construction contract exceeding $100,000, the following requirement: "Contractor is responsible for compliance with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act, Section 505 of the Clean Water Act, Executive Order 11738, and Environmental Protection Agency regulations." SP.II COORDINATION WITH OTHERS In the event other contractors are doing work in the same area simultaneously with this project, the Contractor shall coordinate his proposed construction with other contractors. SP.12 LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper prosecution of the work. SP.13 WAGE RATES All employees of the Contractor for the work to be performed under this contract shall be paid the prevailing wage scale in this locality for work of a similar character, and in no event less than the minimums prescribed in the following schedule: SP-3 The "prevailing rates" shown will be the minimum wags acceptable on this project. If the construction project involves the expenditure offederal funds in excess 0£$2,000.00, the minimum wages to be paid various classes of laborers and mechanics will be based upon the wages that will be determined by the Secretary of Labor to be prevailing for the corresponding classes of laborers and mechanics employed on the project of a character similar to the contract work in the City of Addison or the rate given above, whichever is higher. Except for work on legal holidays, the "general prevailing rate ofper diem wage" for the various crafts or type of workers or mechanics is the produce to (a) the number of hours worked per day, except for overtime hours, times (b) the above respective Rate Per Hour. For legal holidays, the "general prevailing rate ofper diem wage" for the various crafts or type of workers or mechanics is the product of (a) one and one-halftimes the above respective Rate Per Hour, times (b) the number number ofhours worked on the legal holiday. The "general prevailing rate for overtime work" for the crafts or type of workers or mechanics is one and one-half times the above respective Rate Per Hour. Under the provisions ofArticle 5159a, Vernon's Annotated Texas Statutes, the Contractor shall forfeit as a penalty to the entity on vvhose behalf the contract is made or awarded, Ten Dollars ($10.00) for each laborer, worker or mechanic employed, for each calendar day, or portion thereof, such laborer, worker or mechanic is paid less than the said stipulated rates for any work under the contract, by him, or by any subcontractor under him. PREVAILING WAGE RATES GENERAL DECISION TX000045 02/11100 TX45 General Decision Number TX000045 Superseded General Decision No. TX990045 State: TEXAS Construction Type: ffiGHWAY County{ies); COLLIN DALLAS DENTON ELLIS Modification Number o SUTX2043A 03/26/1998 GRAYSON JOHNSON KAUFMAN PARKER Publication Date 0211112000 ROCKWALL TARRANT WICHITA Fringes Air Tool Operator .................................................................................. . $ 9.00 A.sphalt Raker ................................................................................... ..... . 9.55 Asphalt Shoveler ................................................................................... . 8.80 Batching Plant Weigher ........................................................................ . 11.51 Carpenter .............................................................................. ................. . 10.30 Concrete Finisher -Paving ................................................................... . 10.50 Concrete Finisher Structures .......................................... .................... . 9.83 Concrete Rubber .................................................................................... . 8.84 Electrician 15.37 SP4 i Rates Fringes Flagger ""." .............................. " ............... , .., ....................... , ... , .... " ...... .. 7.55 Fenn Builder -Structures ............................... " ................................... .. 9,82 Fonn Liner -Paving & Curb ............................................................... .. 9.00 Fonn Setter Paving & Curb ............................. ................................... . 9.24 Fonn Setter -Structures ........................................................................ . 9,09 Laborer -Common ............. ,.,' .................... , ............................... " ........ . 7.32 Laborer-Utility ................... " .... " ... " ................ " ............. , ....... " .......... " 8.94 Mechanic " ... " .. "".. ,' .... ,.,., " ... "."" .... ,.,', .... " ................... , .......... " .......... . 12.68 Oiler ... " ... , " ... , ........ , .. ,.." .............. " .... " .................... , .... , .... , " .............. " .. 10.17 Servicer ......... , ... , , .................. , .... , .... , , ........................ , ,., .............. " ...... "., 9.41 Painter -Structures ."................. ,,,.,,, ....... ,, ..... ,.,", ... " .................. , .... " .. ' 11.00 Pipe Layer .... ,,, .... ,,... ,,,, ....... , .. ,,,,..,, ...,,.......... ,,..... " .." .... ,," .......... " .... ,," . 8.98 Blaster .. " ... , " ...... '" ".,' , .. , .., ....... " ..... " ... " .. ,." .......... " ... " .., .... , " ..... " ....... .. 11.50 Asphalt Distributor Operator ........... " ... , .. ,,, .... ,,, ......... ,, ......... ,,, ...... ,,.... .. 10.29 Asphalt Paving Machine ........... ", .., .... " ... " .................... " ... ,"".... , ........ . 10,30 Broom or Sweeper Operator ........ " .... ""........ " ..... " .. " ... " ........... "".".. " 8,72 Bulldozer " .. ,.". " ......... " .... , ....... , .... " ..... " .." ..... , ...... " .. " ..... " ....... " .. ,." .. ,. 10,74 Concrete Curing Machine ..... , .. ,,,.,,,, ..... ,,.,, .., ... ,,.....,,......... ..... , .. ," .. ,,..... 9.25 Concrete Finishing Machine ...""............ ,.,,, ..... ,,.............. , ................... . 11.13 Concrete Paving Joint Machine ............ " ... " .. " .... " .............................. .. ID.42 Concrete Paving Joint Sealer .... " ....... " ............. " ........... :: .................... .. 9.00 Concrete Paving Saw ............. , .. ,., ... , ... " ........... " ....... ".,,, .................... " .. 10.39 Concrete Paving Spreader ., ..... " .." ......... , ......... " .." ................. "., ........ ". 10.50 Slipform Machine Operator .... " ........ " ........... " ............. , ............... ,,, .... .. 9,92 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel " ................... " .. 11.04 Foundation Drill Operator -Crawler Mounted ......... " .." .................... " 10.00 Foundation Drill Operator Truck Mounted .. " ...... " ..... ,' .................... " 11.83 Front End Loader ............................ " ....... ,,,.,, .. ,,, ................ ,,.,,''',, ... ,,.. .. 9.96 Milling Machine Operator ." ... " ............................ " .." ....... " ... " .. " ..... , ... . 8,62 Mixer ... , .. ,"".."."" ......... , .." ................... ,.".,' .................... ,"" , .... ,' ,.,"., , .. 10,30 Motor Grader Operator -Fine Grade .",'" .." ......... ".".........".""........ , ... 11.97 Motor Grade Operator ... """...."".......... , ......... " .... ".,"".......""." .. ,,, ..... . 10,96 Pavement Marking Machine ." .... " ..... " ... " ... ".".. ,,.,"""'"." ... ",," ....... ". 7.32 Roller, Steel Wheel Plant-Mix Pavements "."..................... " ...... " ........ . 9.06 Roller, Steel Wheel Other Flatwheel or Tamping ""........"".""""..,, .... ' 8.59 Roller, Pneumatic, Self-Propelled .., ... , ...... ,"',.,,, .. ,,., ...... , ..,""" ..... "".".. 8,48 Scraper ". " ........................... ""."" ..... " ....... " .................... " .................... , 9.63 Tractor -Crawler Type "."..,,",.., .... ,"'" "',............ " .......... ' " ..".",.. , ..... .. 10.58 Tractor -Pneumatic .." ....... " .... " ........................ "., .. " ............. " ...... , .. , , .. 9.15 Traveling Mixer .... , .... ", ... ,." .... ,. "..""..... " ..... , ... , ... , .." .......... " ........ ,' " .. .. 8.83 Wagon -Drill, Boring Machine .... " ........... " .......... " .............. " ............. , 12,00 Reinforcing Steel Setter -Paving ......""."""... " ...... """""".........,,.....,, 13.21 Reinforcing Steel Setter -Structures ""..""............... " ...... ""................ 13.31 Steel Worker -Structural .............. ", .................... , ............................... .. 14.80 Spreader Box Operator ........... , ... ,,, ........ , ........ ',,,,,, ........ ,,,, ...... ,,........ ',, .. 10.00 Work Zone Barricade " ....... ,., .. ", ..""......... " ..... " ..... ""............. ,' , ......... .. 7.32 Truck Driver -Single Axle (Light) " .." .................. " .......... " ................ .. 8.965 Truck Driver -Single Axle (Heavy) .............. " .................................. ,," 9,02 Truck Driver -Tandem Axle (Semi-Trailer) ........................ ... " .. "".. ,, .. 8,77 Truck Driver -Lowboy/Float ...... " .... " ................ ""..... " ...... " ............. " 10.44 Truck Driver -Transit Mix ........"."........ " ...................... " ....... "".".".. .. 9,47 TruckDriver Winch ' ..................... " ... , ............ "" .."".... ,', ................. " 9.00 Vibrator Operator -Hand Type ....... " ....... " ...... , .." .... """ ...... ,, .........."" 7.32 SP-5 ; Rates Fringes Welder .................................................................................................... 11.57 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. SP.14 CLAIMS FOR DAMAGES OR INJURY Item 1.24.3 -SMALL CLAIMS FOR DAMAGE OR INJURY is amended to read as follows: If any person files a claim against the Owner or Contractor for personal injury or property damage resulting from, arising out of, or caused by, the operations of the Contractor, or any work within the limits of the project, the Contractor must either submit to the Owner a duly executed full release within thirty (30) days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the Contractor fails to comply with this provision within the stipUlated time limit, it will be automatically deemed that the Contractor has appointed the Owner as its irrevocably Attorney-In-Fact authorizing the Owner to report the claim directly with the liability insurance carrier. This provision is in and of itself a Power-of-Attorney from the Contractor to the Owner which authorizes the Owner to take said action on behalf ofthe Contractor without the necessity of the execution ofany other document. Ifthe Contractor fails to comply with the provisions of this item the Owner, at its own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the Contractor, whether it is a final payment, progress payment. payment out of retainage or refund payment may be withheld by the Owner as is authorized by Item 1.52. Bankruptcy, insolvency or denial ofliability by the insurance carrier shall not exonerate the Contractor from liability. As a result of the additional work created to Owner due to un-responded claims for damages by Contractor to third parties, Contractor shall incur penalties for failure to abide by this Special Provision. In accordance with the obligations set forth in Special Provision Item 1.24.3, Contractor shall respond to the claimant in writing regarding the status of the claim. including whether Contractor disputes the claim, wishes to settle, Or will notify its liability insurance carrier regarding the claim. Contractor will be assessed a penalty by Owner of $75.00 per claim, for its failure to respond to the claimant as described above within thirty days ofits written notice ofclaim by the City. To ensure Contractor compliance, the Owner shall be notified, by copied correspondence of responses or settlement by Contractor. SP.15 COOPERATION OF CONTRACTORS The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans and specifications, and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendent shall be furnished irrespective ofthe amount ofwork subcontracted. The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor at all times during construction. SP-6 SP.16 ANTITRUST The Contractor hereby assigns to the Owner any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States 15 U.S.c.A. Sec. I, et seq. (1973). SP.17 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any Owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company or approved by the Owner. The right is reserved to the Owner or public utilities to enter upon the limits of the project for the purpose ofmaking such changes or repairs of their property that may be made necessary by the perfonnance of this contract. SP.18 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the protection of al1 existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken, or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. Existing landscaping and irrigation shall be protected at all times. SP.19 USE OF EXPLOSIVES Use of explosives will not be allowed. SP.20 INSURANCE Each insurance policy that the Contractor must furnish in accordance with these contract documents shall name the Town ofAddison and the Engineer as additional insured. 1.0 The Contractor shall agree to furnish and maintain, during the coverage meeting the following requirements: contract period, insurance 1.1 Commercial General Liability Insurance at minimum combined single limits of $500,000 per occurrence and $1,000,000 general aggregate for Bodily Injury and Property Damage, which coverage shaH include Products/Completed Operations, and XCU Hazards, Contractual Liability must be maintained with respect to the Contractor's obligations contained in the contract. The policy must be amended to provide a per-project general aggregate limit of insurance of $1,000,000 with respect to this contract. 1.2 Workers Compensation Insurance at statutory limits, including employer's liability coverage at minimum limits of $500,000 by disease aggregate, $100,000 by disease -per occurrence, $100,000 per occurrence -each accident. (See attachment on Workers Compensation Commission rules) 1.3 Commercial Automobile Liability Insurance at minImUm combined single limits of $1,000,000 per occurrence for bodily injury an property damage, including owned, nonowned, and hired car coverage. 2.0 Contractor shall provide the following endorsements: 2.1 Named insured wording which includes the Contractor and the To",n of Addison with respect to general liability and automobile liability. 2.2 All liability policies shall contain cross liability and severability of interest clause. -SP-7 i 2.3 A waiver of subrogation in favor of the Town of Addison with respect to the workers' compensation insurance. 2.4 The policy shall be endorsed to require the insured to immediately notify the Town of Addison of any material changes in the insurance coverage. 2.5 The certificate shall notate the Project Name or Bid Number. 2.6 All certificates shall be mailed to Town of Addison, Purchasing Dept., P.O. Box 90 I0, Addison, Texas 7500 I. 3.0 All insurance shall be purchased from an insurance company who meets the following requirements: 3. I Is acceptable to the Town with regard to financial strength and stability. 3.2 Licensed and admitted to do business in the State of Texas. 4.0 All insurance must be written on fonus filed with and approved by the Texas State Board of Insurance. Certificates of insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 4.1 The company is licensed and admitted to do 􀁢􀁵􀁵􀁳􀁩􀁮􀁥􀁾􀁳􀀠in the State of Texas. 4.2 The company's forms have been approved by the Texas State Board of Insurance. 4.3 Sets forth all endorsements as required above. 4.4 The Town of Addison will receive at least sixty (60) days notice prior to cancellation or termination of the insurance. 5.0 Upon request, Contractor, shall furnish the Owner with: a) certified copies of all insurance policies, and b) valid Certificates of Insurance covering all subcontractors in accordance with the insurance requirements set forth herein for Contractor. SP.21 WORKERS' COMPENSATION lNSURANCE COVERAGE A. Definitions Certificate of Coverage ("certificate"): A copy of a certificate of insurance, a certificate of authority to self insure issued by the Texas Workers' Compensation Commission (the "TWCC"), or a coverage agreement (TWCC-81, TWCC-82, TWCC-83 or TWCC-84), showing Statutory Workers' Compensation Insurance coverage for the person's or entity's employees providing services on a project, for the duration ofthe project. Duration of the Proj ect: Includes the time from the beginning of the work on the project until the Contractor's!person's work on the project has been completed and accepted by the governmental entity. Persons Providing Services on the Project ("subcontractor" in Section 406.096 of the Texas Labor Code): Includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, SP-8 employees of any such entity or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as foodJbeverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on property reporting of classification codes and payroll amounts and filing of any coverage agreement, which meets the statutory requirements of Texas Labor Code, 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the Owner prior to being awarded the contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the Owner, showing that the coverage has been extended. E. The Contractor shall obtain from each person providing services on the project, and provide to the Owner; l) a certificate of coverage, prior to that person beginning work on the project, so that the Owner will have on file certificates of coverage showing coverage for all persons providing services on the project; and, 2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; F. The Contractor shall retain all required certificates of coverage on file for the duration of the project and for one year thereafter. . G. The Contractor shall notify the Owner in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any changes that materially materially affects the provisions ofcoverage ofany person providing services on the project. H. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the TWCC, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. 1. The Contractor shall contractually require each person ,vith whom it contracts to provide services on a project to: 1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Codes 401.011 (44) for all its employees providing services on the project, for the duration of the project; 2) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; SP-9 3) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4) obtain from each person with whom it contracts, and provide to the Contractor; a) a certificate of coverage, prior to the other person beginning work on the project; and, b) a new certificate of coverage showing extension of the coverage period, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration ofthe project. 5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; 6) notifY the Owner in writing by certified mail or personal delivery, within iO-days after the person knew or should have known, of any change that materially affects the provision of coverage ofany person providing services on the project; and 7) contractually require each other person with whom it contracts to perform as required by paragraphs (I) -(7) with the certificate of coverage te) be provided to the person for whom they are providing services. . J. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the Owner that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the TWCC's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the Owner to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice ofbreach from the Owner. The following is the form of notice of workers' compensation coverage prescribed by the TWCC. Pursuant to Section 1I0.IIO (d) (7), this notice must be printed with a title in at least 30-point bold type, and text in at least 19-point nominal type, and shall be in both English and Spanish and any other language common to the worker popUlation. REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling or delivering equipment or materials, or providing labor or transportation or other services related to the project, regardless of the identity oftheir employer or status as an employee. "Call the Texas Workers' Compensation Commission (TWCC) at (512) 4403789 to receive further information on the legal requirements for coverage, to verifY whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." SP-1O SP,22 RESOLUTION OF DISPUTES The parties hereby covenant and agree that in the event of any controversy, dispute, or claim of whatever nature arising out of, in connection with or in relation to the interpretation, performance or breach of this agreement, including but not limited to any claims based on contract, tort or statute before filing a lawsuit the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws ofthe State of Texas, The parties shall select a third party arbitrator or mediator from the current list of neutrals on file with the Alternative Dispute Resolution Administrator of the Dallas County District Courts. All forms of Alternative Dispute Resolution may be used except binding arbitration. The proceedings shall be conducted in accordance with the laws of the State ofTexa5, SP.23 NON-DISCRIMINATION POLICY It is the policy of the Town of Addison to afford all people an equal opportunity to bid on any contract being let by the Town. The Town ofAddison has a policy that prohibits discrimination against any person because of race, color, sex, or national origin, in the award or performance ofany contract. The Town ofAddison will require its employees, agents, and contractors to adhere to this policy, SP.24 COMP,LlANCE WITH IMMIGRATION LAWS " Contractor shall take all steps necessary to ensure that all of the contractor's employees are authorized to work in the United Stages as required by the Immigration Reform and Control Act of 1986, SP,25 COMPLIANCE WITH GENERAL RULES AND LAWS Contractor shall fumiliarize himself with the nature and extent of the specifications, site conditions, ,traffic and safety requirements, and comply with all federal, state and local laws, ordinances, rules and regulations, Contractor shall determine how compliance with requirements, laws, rules, and regulations will affect his cost, progress, or performance of the Work and include that cost in his bid, SP.26 SHOP DRAWING Contractor shall furnish a minimum of four and a maximum of six copies of shop drawings for review by the Town, Shop drawings shall include all items to be installed in the project, including: • Concrete Mix Designs (14-days minimum prior to pour) SP.27 BARRICADES, WARNING SIGNS, DETQIIR,S AND SEOUENCE OF WORK A. Throughout the construction operations, streets and intersections will remain open to traffic by constructing the work in stages, All streets, driveways, adjacent business and alleys shall remain open to traffic as far as is practicable. B, General Construction: The Contractor shall plan his work sequence in a manner that will cause minimum interference with traffic during construction operations. Before beginning work on this project, the Contractor shall submit, for approval by the Owner, a plan of construction operations outlining in detail a sequence of work to be followed; setting out the method of handling traffic on streets, roads and driveways along, across and adjacent to the work. If at any time during the construction, the Contractor's proposed plan of operation for handling traffic does not provide for safe comfortable movement, the Contractor shall immediately change his operations to correct the unsatisfactory conditions, SP·tl Ditches across the traffic lanes will be kept covered with a portable traffic-bearing surface at all times unless work in the ditch is in progress. Only one lane of traffic may be closed at a time when work is in progress in a ditch. C. Safety: The Contractor shall provide, construct and maintain barricades and signs at locations set out in the plans and in the Special Provisions in accordance with the Texas Manual on "Uniform Traffic Control Devices for Streets and Highways". In addition, he shall provide and maintain such other barricades and signs as deemed necessary by the Owner, and provide and maintain, between sunset and sunrise, a sufficient number of lights at barricades and points of danger for the protection of vehicular and pedestrian traffic. Barricades shall be placed in such a manner as not to interfere with the sight distance of drivers entering the street from side streets. The Contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. The Contractor shall provide and maintain qualified flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel. SP.28 CONSTRUCTION IN PUBLIC ROADS ANI) PRIVATE DRIVES No public road shall be entirely closed overnight. It shall be the responsibility of the Contractor to build and maintain all weather bypasses and detours, if necessary, and to properly light, barricade and mark all bypasses and detours that might be required on and across the roads involved in the work included in this contract. No interference with traffic flow on city streets shall be permitted during the hours of 6:30 a.m. to 9:30 a.m. and 3:30 p.m. to 7:30 p.m., Mondays through Fridays. The Contractor shall make every effort to complete construction and allow immediate access to adjacent property at driveway entrances located along the roadways. Owners or tenants of improvements where access and/or entrance drives are located shall be notified at least twenty-four (24) hours prior to the time the construction will be started at their driveways or entrances and informed as to the length of time driveways will be closed. Contractor shall at all times maintain at least one point of access into all properties, unless obtaining written permission from property owner to do otherwise with such written pennission being provided to the Town's inspector. The Contractor shall be responsible for all road and entrance reconstruction and repairs and maintenance of same for a period of one year from the date of such reconstruction. In the event the repairs and maintenance are not made immediately to the satisfaction of the Owner, and it becomes necessary for the Town to make such repairs, the Contractor shall reimburse the Town for the cost of such repairs. The Contractor shall, at all times, keep a sufficient width of the roadway clear of dirt and other material to allow the free flow of traffic. The Contractor shall assume any and all responsibility for damage, damage, personal or otherwise, that may be caused by the construction along roads and private drives. SP-I2 SP.29 EXCAVATION SAFETY SYSTEMS The work performed under this section of the specifications consists of providing trench safety systems consisting of shoring, sheeting, trench shield, andlor laid back slopes to meet the trench safety requirements of the Occupational Safety and Health Administration (O.S.H.A.), as required for this project and specified herein. A. General Trench safety systems shall be provided by the Contractor as prOvided in Subpart P -Excavation, Trenching and Shoring, Part 1926 of the Code of Federal Regulations which describes safety and health regulations as administered by the U.S. Department of Labor Occupational Safety and Health Administration (O.S.H.A.). The standards specified by the O.S.H.A. Regulations shall be the minimum allowed on this project. It shall be the responsibility of the Contractor to design and install adequate trench safety systems for all trenches excavated on this project. The Contractor shall furnish to the Owner for review, prior to beginning construction activity, a Trench Safety Plan for the entire project. The trench safety plan must be prepared and sealed by a Professional Engineer registered in the State of Texas. In addition, all trench safety systems utilized in this project must be designed by a Professional Engineer registered in the State of Texas. The Contractor shall be totally responsible for the safety of all persons involved in the construction of this project. '. B. Core Borings Any core borings and soil data furnished by the Owner are for the convenience of the Contractor. The Contractor shall be responsible for any additional soil or geotechnical information required. The Contractor shall be responsible for properly designed trench safety systems to be utilized for any type of subsurface condition found on this project. The furnishing of soil information by the Owner in no way relieves the Contractor ofthis obligation. If no core borings or soil data are furnished by the Owner, it shall be the Contractor's responsibility to obtain whatever geotechnical information required for preparation of trench safety systems. C. Inspections In addition to the inspections of the trench and trench safety systems required of the Contractor by the O.S.H.A. Regulations, the Owner may further inspect the work. The Owner shall ha.ve the right to reject any trench safety systems which he finds to be inadequate, and the Contractor shall immediately improve the system to comply with this specification. D. Measurement and Payment Measurement and payment of Trench Safety Systems shall be based on the actual linear footage of the pipe installed on the project. The payment sha.ll be full compensation for all planning, engineering, materials, equipment, fabrications, installation, recovery and all incidental work required. All excavation and backfill in addition to that specified elsewhere in these specifications shall be considered subsidiary to this bid item. SP.30 PROJECT VIDEO Prior to start of construction, Contractor shall color videotape construction area and property adjacent to construction. The Contractor shall furnish the Owner a copy of the tape in VHS format prior to commencement of project. This shall be subsidiary to project. SP-13 SP.31 RECORD DRAWINGS The Contractor shall maintain record drawings and legibly annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. Submittal: At the completion of the project, and 14-days prior to request for final payment the Contractor shall deliver record drawings to the Owner which shall include the following: • Delineation ofeach change made to the construction plans during construction. • Certification that each document as submitted is complete and accurate. • Signature of Contractor or his authorized representative. SP.32 EXISTING STRUCTURES The plans show the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation of extra work or for increasing the pay quantities quantities in any, manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provision in these Specifications fQr extra work shall apply. SP.33 WATER. FOR CONSTRUCTION The Contractor shall make the necessary arrangements with the Town of Addison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the Town of Addison prevailing rates. There will be no separate pay item for connection into the existing water system and quantity of water required for construction purposes. The Contractor shall obtain a water meter from the Town (deposit required). SP.34 STAKING Contractor shall provide and pay for staking to construct the project. The Town of Addison will provide control control staking (benchmark and horizontal control point). Such control is shown in the Construction Plans. SP-14 i [, TABLE OF CONTENTS c! ·.: r" :;. . Section AB Advertisement for Bids t C''; Section IB Instructions to Bidders ,r ' ;, . Section PF Proposal Form ·f 􀁾􀀠 "'., Section CA Contract Agreement •>, , Section PrB Performance Bond , Section PyB Payment Bond . Section MB Maintenance Bond ;i ,f . Section BP Contractor's Affidavit ofBills Paid t, ( Section GP General Provisions f \ Standard Specifications for Public Works 􀁃􀁯􀁮􀁾􀁴􀁲􀁵􀁣􀁴􀁩􀁯􀁮􀀬􀀠 [ North Central Texas (separate document not furnished) ! Section SP Special Provisions JI1!-............. l. ( 􀁦􀁦􀁬􀁾􀁜􀀠 JOHN W, BlRKHOFF..J !{ ii:;54137:-';J ( , 􀁾􀀽􀁾􀁹 ,,7,; ............ THESE DOCUMENTS ARE FOR BIDDING, : CONSTRUCTION AND PERMIT PURPOSES. 􀁃􀁽􀁡􀁦􀀻􀁶􀀧􀁂􀀻􀁾􀀴􀀯􀀡􀁦􀀠 Date ,5',*'1/0 I f ,{ j"\Clcricn!l,:ui,hwnl.2000-I'ill'.spc.;s\iccb.sp\iodtx.doc • L I I-BV \ ) 1 1 · 1, I I l 1 1 j saUl HO.>l .LN:!IW:!ISI.1H3AUV II J BV NOI.L:J:!IS · ) · ,j _.J -, · I U . 1 j 􀀨􀁾􀀠 ( SECTION AB r; ADVERTISEMENT FOR BIDS { . r . ), Sealed bids addressed to the Town of Addison, Texas, for Driveway Paving Improvements at Beltline and l Midway, in the Town of Addison, Texas, hereinafter called "City" in accordance with specifications and , contract documents prepared by Shimek, Jacobs & Finklea, LLP. will be received at the office of Bryan Langley, Assistant Finance Director, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. i 􀁾􀀠, on Tuesday, June S, 2001. Bids received by the appointed time will be opened and read aloud, Any bids received after closing time will be retume'd unopened. Unsigned bids will not be considered, rt t . 2. The Contractor shall identify his bid on the outside of the envelope by writing the words DRIVEWAY PAVING IMPROVEMENTS AT BELTLINE AND MIDWAY, Bid No, 01-28. f t::: 3. Bids shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of r-Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a Surety and be listed on the current U ,So Treasury Listing of Approved Sureties, or a Binder of t ",'. Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized ,r,, agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within ten (10) , days after notice of award of contract to him. , 4. Plans, specifications and bidding documents may be secured from Bryan Langley, Assistant Finance 􀁾􀀠 Director, Finance Building, 5350 Belt Line Road, Addison, Texas, There will be no fee Or deposit for ( documents. f l 5, The right is reserved by the Mayor and the City Council as the interests of the City may require to reject any ,I or all bids and to waive any informality in bids received. f 6. The Bidder (Proposer) must supply all the information required by the Proposal Proposal Form. L 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100% of the total contract amount. Bonds shall be issued by a f surety company licensed by the State of Texas to act as a Surety and be listed on the current U,S. Treasury Listing of Approved Sureties. 8. For information on bidding or to secure bid documents, contact Bryan Langley at (972) 450-7090. For information on the work to be performed, call Steve Chutchian, P.E., Assistant City Engineer, Town of Addison (972) 450-2871 or John Birkhoff, Shimek, Jacobs & Finklea, L.L.P, (214) 361-7900, 9. The project consists offurnishing and installing perimeter fencing in accordance with the specifications, 10, Estimated quantities for major items include the following: Description Quantity 8" Reinforced Concrete Pavement 325 S.Y. 1L No Pre-Bid Conference will be held, I, l . TOWN OF ADDISON, TEXAS I ( , \, I l 􀁪􀀺􀁜􀁃􀁫􀁲􀁩􀁾􀁜􀀺􀁗􀁏􀁏􀀮􀁉􀀹􀁏􀁜􀁊􀁰􀁥􀁡􀁜􀁴􀁴􀂢􀁣􀁨.. sp\;.ll>-l.doc \ AB·2 , \ SlIaaam 0.1 SNOI.1:::>fllI.1SNI 8I NOI.1:::>3:S ] ... J < ri SECTION IB ,,r) INSTRUCTIONS TO BIDDERS r ;, ,.. A. PROJECT: Driveway Paving Improvements at Beltline and Midway in the Town of Addison. \ L. B. PROJECT DESCRJPTION: This project consists of furnishing and installing 325 square yards of 8-inch reinforced concrete pavement in accordance with the specifications. c· It . C. PROPOSALS: Proposals must be in accordance with these instructions in order to receive consideration. L (-D. DOCUMENTS: Documents include the Bidding Requirements, General Provisions, Special provisions, Technical Specifications, Drawings plus Addenda which may be issued by the Consul tant during the bidding period. Bidding Documents may be viewed and/or obtained under the terms and conditions set forth in the 􀁾􀀬􀀠 Advertisement for Bids, Section AB of this Proj ect Manual. L E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully exarrrine the Bidding Documents and the construction site to obtain first-hand Imowledge of the scope and the conditions of the Work. Each r Contractor, Subcontractor and Sub-subcontractor, by sUbrrritting a proposal to perform any portion of the t l. Work, represents and warrants that he has exarrrined the Drawings, Specifications (Project Manual) and the site of the work, and from his own investigation has satisfied himself as to the scope, accessibility, nature f and location of the Work; the character of the equipment and other facilities needed of the performance of t the Work; the character and extent of other work to be performed; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the Work. No f additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractor of [ Sub-subcontractor to inform himself as to conditions affecting the Work. F. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed [ Contract is in doubt as to the meaning of any part of the Drawings, Specifications (Project Manual) or other proposed Contract Documents, he may subrrrit to the Consultant, not later than four (4) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act [ promptly and allow sufficient time for a reply to reach them before preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the Owner. G. SUBSTITUTIONS: Conditions governing the submission of substitutions for specific materials, products, equipment and processes are in the Special Provisions. Request for substitutions must be received by the Consultant seven (7) calendar days prior to the established bid date. H. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed, faxed I I or made available for pickup to each person who has been issued a set of the Bidding Documents. Addenda will be a part of the Bidding Documcnts and the Contract Documents, and receipt of them shall be aclmowledged in the Bid Form. All such interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent by U. S. Mail, facsimile, or available for pickup to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to l . aclmowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be construed as though the receipt of such addenda has been aclmowledged. r· .. jl-_, r \, l j:\Clerical\addison\2000-190\specs\!ech_s p\ib_l.doc !B-2 C? L 1r-' . L COMPLETION TIME: A reasonable completion time has been established by the Owner and is indicated in the Proposal Form. r' J. PREPARATION OF BIDS: Prices quoted shall include all items of cost, expenses, taxes, fees and charges i" incurred, or arising out of, the performance of the work to be performed under the Contract Bids shall be c signed in ink. Any bid on other than the required form will be considered informal and may be rejected. f Erasures or other changes in a bid must be explained or noted over the initials of the bidder. Bids containing i any conditions, omissions, unexplained erasures and alterations, or irregUlarities of any kind may be rejected L as informal. The prices should be expressed in words and figures or they may be deemed informal and may be rejected. In case of discrepancy between the prices written in the bid and those given in the figures. the price in writing will be considered as the bid. Failure to submit all requested information will make a bid r·. \ t irregular and subject to rejection. Bids shall be signed with name typed or printed below signature. and. if a partnership, give full name of all partners. When bidder is a corporation, bids must be signed with the legal f' name of the corporation followed by the name of the state of incorporation and the legal signature of an 􀁾􀀠 L officer authorized to bind the corporation to a contract. r K. SUBMITTAL OF BIDS: Sealed proposal will be received at the time, date and place stated in the ,. : Advertisement for Bids. Proposals shall be made on unaltered Proposal Forms furnished by the Consultant. Submit proposal in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of { the envelope the project name, and the name and address of the bidder. The Bid Bond must be completed t and signed by each bidder and submitted with the bid. Submit Bids by mail or in person prior to the time for receiving bids set forth in the Advertisement for Bids issued by the City. r,. 􀁾􀀠 L. MODIFICATION AND WTTIIDRAW AL OF BIDS: Prior to the time set for bid opening, bids may be withdrawn or modified. Bids may be modified only on the official bid form and must be signed by a person legally empowered to bind the bidder. No bidder shall modifY, withdraw or cancel his bid or any part thereof for thirty (30) calendar days after the time agreed upon for the receipt of bids. M. DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposal not considered for 1 any of the following specific reasons: I) Reason for believing collusion exists among the bidders. [ 2) Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated. 1 3) The Bidder or his surety being currently in any litigation against the Owner, or where such litigation is contemplated or imminent, in the sole opinion of Owner. 4) The bidder being in arrears on any existing contract or having defaulted on a previous contract. 1 5) Lack of competency, responsibility or financial capability as revealed by the bid questionnaires, financial statement, etc. \ 6) Uncompleted work which in the judgement of the Owner shall prevent or hinder the prompt completion L of additional work ifawarded. 7) Failure of bidder to use Owner's form of bid bond in submitting his bid, or submission ofa cashier's L check drawn on a state or national bank not located in the Owner's jurisdiction area. < . 8) Unbalanced value of any bid items. t ,. L-j :\clcrienlWldi$on\2000.I90\sprces\teeh-sp\jb--l.doe IB-3 \ ( "" . N. SUBMISSION OF POST.BID INFORMATION: Upon notification of acceptance, the selected bidder { shall, within five (5) calendar days, submit the following: \ . 1) A designation of the portions of the Work proposed to be performed by the bidder with his own force. 2) A list of names of the subcontractors or other persons or organizations, including those who are to , . furnish materials and equipment fabricated to a special design proposed for such portions of the Work :, as may be designated in the Bidding Documents or as may be requested by the Consultant. 􀁾􀀠. r • 3) The bidder will be required to establish to the satisfaction of the Owner and the Consultant the 1 reliability and responsibility of themselves and proposed Subcontractors and suppliers to furnish and perform the Work. Bidder to provide experience record, including contact references (names and telephone) and dollar size ofproject. f t:. O. A WARD: The Owner reserves the right to accept any or to reject any bids without compensation to bidders and to waive irregularities and formalities. f' r. 􀁾􀀠 ". P. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter into a contract with the Owner within ten (10) calendar days of notice by the Owner that his bid has been accepted. Failure to ! enter into contract within the established time limit without proper justification shall be considered grounds t for forfeiture of the bid bond. r, Q. CONSTRUCTION SCHEDULE: It is the Owner's desire to have the project completed and operational in t as short a time as possible. The number of calendar days for completion of the project will begin with the I date specified in the Notice to Proceed. The Notice to Proceed will be issued in a manner to facilitate a smooth construction of the project. In no instance shall ihe number of calendar days for completion of the work measured from the proposed r date of beginning exceed Forty-Five (45) calendar days. l R. LIQUIDATED DAMAGES: The time of completion is the essence of this contract. For each calendar day that any work shall remain uncompleted after the time specified 'in the proposal and the contract, or the [ increased time granted by the Owner, or as equitably increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule shall be deducted from the monies due the Contractor: I $240.00 per Calendar Day The sum of money thus deducted for such delay, failure or non·completion is not to be considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated damages, per calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. The said amounts are fixed and agreed upon by an between Owner and Contractor because of the impracticability and L extreme difficulty of fixing and ascertaining the actual damages the Owner in such event would sustain; and said amounts are agreed to be the amounts of damages which the Owner would sustain and which shall be retained from the monies due, or that may become due, the Contractor under this contract; and if said monies :, be insufficient to cover the amount owing, then the Contractor or his surety shall immediately pay any additional amounts due. If the contractor finds it impossible, for reasons beyond his control, to complete the work within the contract time as specified, the Contractor may make a written request for an extension of time in accordance with the General Provisions. S. FORM OF CONTRACT: The contract for the construction of tbe project will be drawn up by the Owner. [ A sample form ofagreement is included in the Contract Agreement Section. (, 􀁩􀀺􀁜􀁾􀀡􀁥􀁲􀁩􀁣􀀭􀁡􀁬􀁜􀁵􀁤􀁤􀁩􀁳􀁐􀁮􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀀹􀀰􀁜􀁳􀁰􀁥􀁣􀁳􀁜􀁴􀁃􀁬􀀺􀁉􀁉􀀭􀁳􀁰􀁜􀁩􀁢􀀭􀀱 ,doc: IB-4 ( i I' T. BONDS: A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond each in the f'; amount of 100% of the contract will be required by the Owner. Sample forms have been included in the L ' Performance Bond, Payment Bond and Maintenance Bond sections, ,rU, BID SECURITY: Bids shall be accompanied by a cashier's check or certified check upon a national or c state band in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company as a (' guarantee that the bidder will enter into a contract and execute Performance Bond within ten (10) calendar L days after notice of award of contract to him. Such checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds r' will be returned promptly after the Owner has made an award of contract, or, if no award has been made t_ within thirty (30) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. "\ V. RESOLUTIONS: If the bidder is a corporation, a copy of the resolution empowering the person submitting l the bid to bind the bidder must be included with the bid. r W. CONSTRUCTION STAKING: Benchmarks and horizontal control are shown on the plans. The Town of i ' " Addison will conduct Quality Control Surveys as they determine necessary. f X. FINAL PAYMENT: The general provisions for Final Payment shall be as stated in Item 1.51.4 of the l North Central Texas Standard Specifications for Public Works Construction (1983 Edition) including all Amendments and Additions. Prior to final payment the Contractor shall provide the Owner with the r. following items: i I) A Contractor's Affidavit of Bills Paid in accordance with Section BP. ( t 2) A Consent of Surety Company to Final Payment. L 3) A complete set of Record Drawings which indicate all construction variations from the original construction documents. r 4) A two (2) year Maintenance Bond in the amount of one hundred percent (100%) of the contract in accordance with Section ME. I END OF SECTION IB i L , ; l. j 􀁜􀁾􀁫􀁲􀁩􀁣􀁡􀁬􀁜􀀮􀁬􀁤􀁤􀁩􀁬􀀰􀁮􀁜􀀲􀀰􀀰􀀰􀀭􀀱􀀹􀀰􀁜􀁳􀁰􀁥􀁣􀁳􀁜􀁉􀁃􀁣􀁨􀁟􀁳􀁰􀁜􀁩􀁢􀀭􀁬􀀮􀁤􀁯􀁣􀀠 1B·5 􀁾􀀭 - I 1 ) J J WHO.!l '1VSOdO}ld .!Id NOI.1:):flS J 1 .J I ,.) ____________ _ r i \ F \. r" '\ t f \ <-""', t r' 􀁾􀀠. .. ' ct f: 4 r, l \ l , l L L I, l 􀁾􀀠 ,",f t r ,\ , 􀁾􀀬􀀠 (, t ( t BID FORM ,laO! TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No, I Addendum No, 2 Addendum No, 3 j.􀁜􀁣􀁬􀂫􀀧􀁫􀁡􀁬􀁬􀀮􀁬􀁤􀁤􀁩􀁾􀁣􀁬􀁉􀁾􀀱􀁪􀀮􀀱􀀹􀀨􀁪􀁜􀁳􀁰􀁣􀁣􀁳􀀧􀁴􀁥􀁴􀁨􀀭􀁳􀁰􀀧􀀮􀁰􀁲􀀮􀁬􀀮􀁤􀁯􀁣􀀠 PF-2 \" ( r, TOWN OF ADDISON, TEXAS Driveway Paving Improvements at BeItIine and Midway Bid No. 01-28 r' \ BID SCHEDULE L (' L 􀁾􀀠 ! ,, lt.' !;' t r 􀁾􀀠 'L. r l t l L L 􀁾􀀠 L. (,, 􀁾􀀮􀀠 f • 􀁾􀀠 fC" Item Estimated No. Quantity 1 340 2 165 ! Price in Unit Description and Price in Words Figures Concrete Pavement Removal and Disposal. S.Y. including Curb complete, the sum of Dollars and Cents per Square Yard S.F. Concrete Sidewal k Removal and Disposal complete, the sum of Dollars and Cents per Square Foot Furnishing and Installing 8-Inch Reinforced 3 ! 325 • S.Y. Concrete Pavement complete in place, the sum of Dollars: and Cents per Square Yard • Furnishing and Installing 6-Inch Monolithic 4 155 L.F. Curb complete in place, the Sum of , Dollars and Cents per Linear Foot , , Furnishing and Installing 6-lnch Compacted 5 340 S.Y. Subgrade, including Excavation complete in place, the sum of Dollars and Cents per Square Yard Extended Amount , t L 􀁬􀀺􀁜􀁁􀁤􀁤􀁬􀀡􀁯􀁊􀀩􀁜􀀲􀀰􀀰􀀰􀁊􀁾􀁜􀁴􀁥􀁥􀁢􀁬􀁪􀀾􀁲􀀮􀁾􀀮􀀩􀁬􀁪􀁳􀀠 PF-3 (' I L ff c f' 1 , . ! L f, ( ". I L f l f 􀁾􀀠 i l F l [ L r. I L f 􀁬􀁾􀀠 [ t. Item Estimated Price in i Extended i No. Quantity Unit Description and Price in Words Figures Amount Furnishing and Installing 4-Inch Reinforced 6 56 S.F. Concrete Sidewalk complete in place, the sum of , Dollars and Cents per Square Foot Furnishing and Installing Reinforced Concrete 7 98 S.F. Barrier Free Ramp complete in place, the sum of Dollars ' and i Cents per Square Foot Furnishing and Installing 4-Inch Wide White 8 50 LF. Stripe complete in place, the sum of Dollars and Cents oer Linear Foot 9 : 60 LF. Removing Existing Retaining Wall complete, the sum of Dollars and Cents per Linear Foot I 10 35 LF. i Reconstructing Retaining Wall complete in place, the sum of Dollars and Cents per Linear Foot T0l'AL AJ\1()UNT BID (Items 1 Throul!h to) I 􀁾􀀠 (,.. 􀁰􀁾􀀧􀀢 t' r '<.. f t. J􀀺􀁖􀁜􀀮􀁤􀁣􀁦􀁵􀁯􀁮􀁜􀀲􀀰􀀰􀀰􀁉􀀹􀁕􀀧􀁾􀁩􀁴􀁥􀁣􀁨􀁜􀁦􀀧􀁲􀀭􀀲􀀠 xJ$ PF-4 \' ( ,,,...-.. NOTES: I, All items, labor, materials, equipment, facilities, incidentals and work required for construction , of the project are to be provided and installed by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction ofthe project ,-, ,􀁾􀀠 2, Prices must be shown in words and figures for each item listed in the Proposal. In the event of discrepancy, the words shall control. 3, Materials, which are "tax exempt", are those items which are physically incorporated into the .facilities constructed for the OWNER, as set forth in the Special Provisions, Materials include . but are not limited to purchased items such as concrete, and roadbase, etc_ ( r l Services, which are "not tax exempt", are those items which are used by the Contractor but are not physically incorporated into the OWNER's facility andlor items which are consumed by construction, as set forth in the Special Provisions_ Services include, but are not limited to, to, items such as supplies, tools, skill and labor, the purchase, rental or lease of equipment, etc, I f < t Name of Person Signing Bid f i Signature ofPerson Signing Bid 1 Address t Telephone No, Fax No, L T.I,N, (Tax Identification or Employer's Number) r )l _ f !'-, t ( , l' t k' [ 􀁾􀀭 , ,\ j:i.dmc;rlladdllun\1OOQ_190"tpc;;;s\tcch-tp\pf_l.dQ.; PF-5 ' "'1 9-dd 􀁘􀁬􀁰􀀭􀂣􀀭􀀮􀁊􀁤􀁜􀁤􀁾􀀭􀀴􀁾􀁉􀁜􀁾􀁸􀁉􀁾􀀰􀀶 􀁛􀀭􀁏􀁏􀁏􀁴􀁬􀁬􀀡􀁯􀁳􀁲􀁐􀁐􀁃􀁜􀀮􀁛􀁉􀀺􀁊􀁾􀁊􀁉􀀺􀀺􀁬􀁜􀀢􀁦􀀠 􀁾􀀠 { d 1; 1 "I " ) '1 ': 1 " J ""1 J } 11 j ) J l I, .J ! " , .,i "ON ;}uoljd 1 j "1, ) :SS;llppll SS;}Ulsns: .J SIl 􀁓􀁳􀁾􀁵􀀡􀁳􀁮􀁱􀀠jjmop ) 􀀨􀁾􀁃􀁘􀀠S,fcnp!A!PU[) } (IB;}S) AS: 1 j [BnplAlpuI U\i , ;.j :Sl Ii I 12" 8£ UTlL!ZEO TO OPEN LAll£S OIJlSlO£ WORKING IIOI/RS. OOVEWAY TO REMAIN CLOSEO THROUGHOUT CONSTRUCTION PERIOo. 95% M.OOIFlEO PROCTOR OPTIMUM MOISTURE CONTENT 4. PARKING LOT CONSTRUCTION ARiA SH4U 8E O£L!NiATEO WI/H TxOOT TYPE I BARRIERS. ALL BARR!£RS SHALL INCWO£ OPERATING WARNINO LIGHTS. TYPICAL SECTION 5. BARRICAlJ£ PlAN SH4LL 8£ SUlJ},{Im:O FOR !/£VIEW ANO APPIIOVAL BY TOWN OF ADO/SON. BARRICADE PLAN ANa DEPLOYMENT SH4LL 8E IN STRICT ACCORlIANCE WITH mUTCO PART t.1: QUANIDES ITEM NO. DESCRIPTION UNITS ESTIMATED QUANIllY 100 8 INCH RElNFORCEO CONCRElE PAV[NT S.Y, 325 101 4 INCH REiNFORCfD CONCRETE SIDEWAlK So'. 56 102 SARRIER fREE RAMP S.F. 98 103 6 lNCH MONOUTHtC CURB Lf. 155 , 10' t> INCH COMPACTEO SUBGRAOE S,Y. 3" lOS REMOVING CONCRETE PAVEMENT INClUDING CURB SOY. 1140 106 REMOVE CONCRETE SIOEWALK S.,. 162 I 107 R£MOVE RETAINING WALL L.'. 58 I 108 REPLACE RETAINING WALl Lf, 31 􀁾􀁩􀀠 ; 􀁾􀀠 :I 61 a' .􀁾,􀀮 􀁾􀁉􀀠 I 􀁾􀁩􀀠 􀁾􀀠 7 􀁾􀀠 9 ; Th......kon. 0"'1 ••Icol...t 􀀮􀁊􀀾􀁏􀀢􀁩􀁦􀀱􀁾􀁏􀁉􀀻􀁏􀁍• ....'" ",.pa.... for " ............ 11"'" 0' tI.;. 􀀮􀀢􀀮􀁾􀁬􀁕􀁯􀀠 􀁰􀀬􀁧􀀬􀀮􀁾􀀬􀀠 only, I'W.... o. I...... \"OIA ""n." 􀁯􀁬􀀾􀁬􀀢􀁯􀀧􀀻􀀮􀁯􀁴􀀨􀁾􀀠of S..I......, ....􀁾􀁯􀁢• '" .,..101110, 1.,1.,P, TOWN OF ADDISON, TEXAS DRWEWAY IMPROVEMENT AT MIDWAY ROAD &: BB.T UNE ROAD WIGAL PAVING SECTION SHIMEK. JACOBS " FINKLEA. LLP. CONSUL-T lN,O ENctNEERS 5;/4101 I'""""''''' ..A I...... ""'-,.. I...,.... 1 􀀧􀁾􀀯􀀠1lftA., 1m So J.. Ai r, OATE: i!MCH 2001 􀁾􀀠 1.2 1 sar.I W.H. WITT SURVEY lINE ABST. NO. 1609 GOFF ADDITION VOL. 8005, PG. 3044 ADDISON BELTWAY JOINT VENTURE ONE VOL. 84005, PG. 6743 LOT 3 1.152 AC. -t//I/f/' ,,. , /L , /" W.H. WITT SURVEY ABST. NO. 1609 GOFF AODITION fJll.1 􀁅􀁾􀀢􀀡􀀮􀁅􀁾􀀮􀁬􀀭􀀭 I /' ,/VOL 8005, PG. ADDISON BELTWAY JOINT VENTURE VOL 84005, PG. LOT 1 0.5187 AC. I'" . II r \10 􀁾 g>U>L oox 2-<1OEPE IMl C. It 􀁾􀀠 2-<1OEPE .n... II TO eaT UNE ROAD 1,. l. ",00 ...􀁾􀀠 !:!{!'. -_...__Yr'" 􀁾􀁾􀀠 2+f!'!. MIDWAY ROAD 3044 , , , 1IM/lJi OF \ "... ".-" II 􀁾􀀧, 􀀧􀁩􀀺􀀱􀁧􀁾 ONE I 􀁾􀁪􀀠 TEMpoRARY \ '.,f CONSr. £SAt;' ,. -" -" /-" 6743 REMOVE EXlSllNG CONCRfTE PAII£M£I/T fNCll.JlJJNC CURBS AN£) REPLACE WITH 9 INCH REINFORC£lJ CONCRClC PAV£M£NT I' , I " -" '" I ' , ' f \ \.,/I ' , i. I' ..,i " , f " . • IJMJTS OF TDIPORARY CONST.. ESMi. .,OJ""'''' /j I i L 􀁾􀀠 o HORIZONTAL I 10 20 --I 1_ I 􀁾􀀠 SCALE I N FEET LEGEND 􀁉􀀡􀀪􀁦􀁜􀁬􀁭􀁴􀁾􀀮􀀮􀀧􀀻􀁾􀁾􀀡􀁾􀀭􀀮􀀽􀀻􀁴􀁩􀁬􀀠 f/ElIIM .t RE1'Vl:E 8' I/ElNF. CGlIt: PI'/ff. 􀁾􀀮 I/ElNF. CGlIt: WAlK Of/_ Fl/EE IWIP i I IJ I/ElAi/IINC IfAl1 IIfPlACfJIlNT /JlIIl5 OF :>411' cur 􀁾SIOfJfA/.I( ROIQVAl 􀁾I/ElA/HlMl IfAl1 ROIQVAl NOT<' 1. PARKING SfRfP£S R['J.(OVED (JURING CONSTRUClJ()N SHAlL 8£ REPlACE!) WTl'H SlWE COlOR OF PAINT AND SAAlE WIDTH. 2. REPt.ACEMENT STONE RUAINING WAll SH4/1. 8£ WITH R[}.((W£f) SRlNt ANO COIIN£Clfl) BACK TO EXlS1lNC WAiL WAlL SfW.l. TAP£/? OOWN AT ORMWAY. CONlRACTOR SHAll PROTECT STONES IN PLACE AN{} RCMOYEl), EXcess STONE SHAll 8£ OElMHfO ro TOWN OF AOOISON SEHVIC£ CEJlTf'R. 3. CONTRACroR SHAU PAY AND HAvt 1JllUT'r' COMPANY SVPPORl POll tJlIRINC CONSlRlICllON AN{) TO REESTABUSH u"urr POlE Cl!Y. aM It2 􀀧􀀱􀁊􀁾􀁃􀁕􀁔􀀠 ON HEADWAlL NORTH OF R.R. WEST SlOE OF PlIOWAY. ElE:V. £17.71 aM ,ta 't::r CUT ON VAULT N.E. CORNER OF 8ELT UNE RD. &' MIDWAY RD. EltV. £27.93 TI,.... plo".. ..n4 ,.ral4it .p.c1!1t,'(\Q"• • ,,'. 􀁰􀁮􀁰􀁣􀀧􀁾􀀠I

14<" end r.l..!.>d _111"0<;0,,. "'.,. l>""I>6'*" '0' ....... ",>v<;l ... " "I \1>10 􀀮􀀢􀀮􀁾􀀻􀁮􀀮􀀺􀀠"...j.." ..􀁾􀁬􀁹􀀬􀀠 It...... of u..... 􀁾..􀀢,4􀀢􀀧1􀀧,.􀀧"􀀧 􀀧"􀀧".''.''.''.'' 'I'I'''\'i': l./.H I''''',''''''' ..\........ ;;t $";,..,111<, .1<><:,,\>, $I F;/'ild",,,. L-t..P. TOWN OF ADDISON, TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAD '" BELT UNE ROAD COORDINATE LAYOUT SHEET DEWC ft J W,(I, 􀁾􀀩􀀠 2t1(lG..l90 􀁾.. .. ft .,"" , i I I c I ( f L ["' W.H. WITT ABSr. NO. GOFF ADDITION VOL 8005. PG. ADDISON BELTWAY JOINT VENTURE VOL 84005. PG. LOT 1 0.5187 AC. ( I l " " ................................ TO BElT UNE ROAD "". L I "\ . , 􀁾􀁾􀀮􀁾􀁾􀁾􀁾􀁾􀀢􀀢􀀮􀀻􀀺􀀻􀀧􀀢􀀺􀀺􀀬􀀾... \ \ \, , I, I, O]cc _! "i.1O SURVEY 1609 3044 I /I!I II ONE 6743 "-'" " ' ......, '" ''\, I UHE. /W.H SURVEY //NO.' 1609 /AElDITION .' /PG. 3049-' 􀁾􀀠 , " , c ,BELTWAY -JOINT ylNTURE ONE VOL. 􀁾􀀸􀀴􀀰􀀰􀀵􀀮􀀠 PG/61,43 ' • c -"L9T 􀁾􀀯􀀠 /-. 1,152/?!.C., " <., ., '" " . .. 􀁾􀀧􀀬􀁾􀀠 :., "'" 􀀧􀁾􀀧􀀢􀀱􀀠. .\ \ \ \ \ \ \ \ \ \ ,, "\\ \ \ I '. " \ . I \, \ \ \ \, \ \ I \ IU::rAlP4UfG \ \ . \ \ \ I \ I I I \ \ \ . . 􀀮􀀻􀁾􀀠 , \ \ \, \ . I '. I I I· I I' ,\< . .\', \ . '\ . . \', .\\ . \ I .\ . \ 􀀭􀀽􀀽􀁾􀀭􀀢􀀬􀀺􀀬􀀭􀀭􀁾􀀢􀀬􀀠I 􀁾􀁾􀀠􀀧􀁾􀁝􀀻􀀮􀀠, ---,''1'''(''. -'---.. --'------------.c'I"--'-_, --'-------------.--"-'_-----.. -------MIDWAY ROAD HORIZONTAL Lw-.-.J 􀁾􀀠 􀁾􀀠 o 10 20 I SCALE IN FEET lE:GEND -••",01 ,"""LII4 􀁊􀀯􀁉􀁾􀀻􀀡􀀻􀀢􀀼􀀾􀁉􀀺􀀮􀀮􀁮􀀮􀀠 ..... ,;><'*11"...01 .". 􀁾􀀢􀀢􀀧􀁈􀀧􀁷􀀺􀁉􀁟􀀠'" w .. 􀀮􀁾..􀀼􀀮􀀧􀁲􀀮􀁾􀀠 "''''jMI 0"1)<, " ...... ,,! ,1>... 􀁾......"'. it< "'Ij,j I).....>lld 􀀢􀁾􀁉􀀠 .."tW" .....I_;nt..... 􀁾􀀠􀀡􀁬􀀻􀀬􀁩􀁾􀀠.IK<>b. « r.nJd"Q, l,t.P. TOWN OF ADDISON. TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAD & BELT UNE ROAD CONTOUR PLAN JACOBS LLP. IX.$lQfQ) lin': J,W.B. ,.,.,..'" !lb.. 1m: ..'" " 4 m 'I 􀀶􀁾􀀠 -' -􀀬􀁾􀀠d 1 I-I' :0:: I-􀁾􀀠 , ' , 􀁾􀁾􀀭 ! 􀁾􀀠 -I _ : i 􀁾􀀠 ! -I 􀁾􀀠 625 -, IOOST, OR"",," LIN', ' I 1 I 􀁾􀀠 [, , 1--I 􀁾􀀮􀀠 625 -": I 620 620 I-i ! i I-i ! I ' I I i I-I i 615 1-, , I , ,., "I , ,I, , I , . 􀁾􀀬􀀠 , I I I I I I r I 615 -175 -150 -125 -100 -75 -50 -25 0 10 0+50 r m , m --􀁾􀀠 d _ -I 􀁉􀁾􀀠 • i li: I 630 _ I 630 f I c::, -I i 􀁾􀀠 <; I-I ; 􀁾􀀠 , ).. 1-, • I 􀁾􀀠 , 􀁾􀀠 625 􀁾􀁉􀀭 . i I: i 􀁾􀀠 625 􀁾􀀠 -! __ _ --7 -_ k-__ --+----THESE DOCUMENTS ARE FOR ;2 ::-------! 􀀧􀀭􀁾􀀭􀀺􀀮􀀮􀀭 :1 I -i 􀁲􀀱􀁾􀀻􀀻􀁾􀀤􀀠 E _ I' !: 􀁾􀁏􀀻􀀻􀀺􀀺􀀺􀁺􀁮􀀠 􀁾c> 􀀠 620 I'! 620 n .... II...... ",," ,""".01 􀁾􀀻􀁈􀁣..!<_ ..... " ..;><><.<1 , .... ., .. ".v..cl..... 01 v.I. 􀁟􀁾􀁡􀁬􀀼􀀻􀀠.,.... ..." ....",_ Ii."....' '"*''' " ..... iU.<><>1 􀁾􀀧􀀠I w􀁾il􀀢Un􀁴 _􀀬_ '-11 -.._ d Sl>lm.... .!<><:<>ba !; i I At 􀁮􀁮􀁫􀁾􀀬􀀠L.\..P, t5 ' I I􀁾􀀠 --• ! , .i. : TOWN OF ADDISON, TEXAS 􀁾_􀀠 615 • I , ,I, • I 615 DRIVEWAY IMPROVENENT 􀁾􀀠 • I I I I I AT MIDWAY ROAD & ear UNE ROAO -175 -150 -125 125 -100 -75 -50 -25 0 10 CROSS SECTIONS-STA 0+40 TO STA. 0+50 e SHIMEK. JACOBS 􀁾􀀠FlI1..'" ......, 􀀢􀀧􀀱􀀢􀀬􀁾􀀮􀁤􀀠 ."",.>,.....01'1><" ..,of, "'''I'Il_ I .... C'H,." ....II..... "f ltll, 􀁟􀀬􀀻􀁦􀁬􀁾􀀠rel,cl O<'ir. q,.... , "I IIIn... "'>t""",."15 I, ncot " ... ",1\1,,, ..1".... 1 ",(Ito" .....tl'>..'ilotIOo/'l .. , 􀁳􀁾 ......... 􀁊􀁾􀀮􀀢􀁬􀀾􀀮􀀠 &: l'lnkJlm, U .. P. TOWN OF ADDISON. TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAD &: BELT UNE ROAD CROSS SECnONS-STA OHIO TO STA. 0+70 LLP. ......... QltAlIM In'I .-..... '" 635 l 630 r , I ' L ., I I 625 620 615 EXIST, GRQUHD -[ 1 .----tn -! PROP. 1/",/f7. I I i N'l PROPOS£1J 4''' =A i --3[ '. 0 Ie::: ;ti I I 635 630 C:) 􀁾􀀠 )... 􀁾􀀠 !i:l 625 􀁾􀀠 620 );1 I I I 615 -175 -150 -125 -100 -75 -50 -25 o 10 0+70 635 635 ( I ' I 􀁾􀀠 􀁉􀁾 :0::: ;ti 630 630 I I I C:) I ?§ j I:i; )... 􀁾􀀠 625 -I-II !i:l 625 ----􀁃􀀭􀀧􀀭􀀭􀁾􀀭􀀭 􀁾􀀠 -,,-I/'/'n: I --.---, I , 􀁾􀀠 620 620 615 615 -175 -150 -125 -100 -75 -50 -25 o 10 0+60 -----. 635 I 1 I 630 [ r 625 r 620 '. ' 615 􀁅􀁘􀁾􀀮􀀠GROUND 􀁕􀁾 \ --------..:.--------PRoPoSEO PVMr: 3i c:i 􀁾􀁾􀀠 Z. 􀁾􀀠 -----PIItIP. 1/.. 􀁾􀀠 􀁾􀀠 􀁾􀀠 --I -635 630 625 620 615 -175 -150 -125 -100 -75 -50 -25 0 10 0+90 i 635 I 635 -r • 􀁉􀁾􀀠 i I 􀁾􀀠 q 10:: 1 • Z. 630 ....... I I I 630 I 􀁾􀀠 I, Q;: :>.. 625 ....... I ! 􀁾􀀠 I 625 \ r 􀁾􀀠 I --TI 􀁾 _--I --r 􀁾􀁉􀀠 r---, PIIOP.I'/u. pi""" 0"" ._..:1 􀀮􀁾􀀡􀀻􀀱􀁦􀀢􀀼􀀮􀀢􀀢􀀢􀀮 "'.,. 1>'_''' ••"" 􀀢􀀢􀀢􀀮􀁉􀁾􀀢􀀧􀀧􀀧􀀠"I tl>l. 􀀧􀀯􀁬􀁕􀁾􀁾􀀠tfroj."" 0<>1)<. 􀁾.... oJ " ...a. oJOe"""",..h ;. "",I 1I.'II'I"lilCi ..:l"oul ..,,""" 􀀢􀀢􀀢􀁴􀀢􀁯􀀾􀁩􀀻􀁦􀀼􀁬􀁬􀁾􀀠 <>f Shl",••, "Iacot.to b; 􀀢􀀻􀀢􀀧􀁫􀁾􀁯􀀮􀀠 L.t.?, TOWN OF ADDISON. TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAO &: BELT UNE ROAD CROSS SECTlONS-STA 0+80 TO STA. 0+90 ..,...."" "'W,9. 1-"" S. ,La: F. ...'" 􀁾􀀠 21 -175 -150 -125 -100 -75 -50 -25 0 10 􀁉􀁾.. 0+80 635 635 q 􀁾􀀮􀀠 10:: j 􀁾􀀠 630 630 u 􀁾􀀠 I ).. r 625 􀁾 625 r 􀁾􀀠 O'IST. t;AOUNO l.ft \ 􀀮􀀭􀀮􀀭􀁾􀀭 --􀀭􀁾 . ---1,\ 􀀭􀁾􀀺􀁊􀀭􀁮􀀠 I --[)'-i 􀁾􀀠 -------IIWi'IES I 620 620 I ! ! ! ! ! ! ! ! ! 1 ! ! II ! 615 I I I I I I I ! I I 615 -175 -150 -125 -100 -75 -50 -25 0 10 1+10 I 635 T I 635 I ' ,,0:: I + 􀁾 630 I 6 30 􀁾􀀠 Q;: ).. , 􀁾􀀠 625 􀁾􀀠 j ! 􀁾􀀠 I 625 􀁾􀀠 ·1 􀁾􀀠 r-----[) ------..--[liI'iR -620 ...... 1 I 620 I ! 615 615 -175 -150 -125 -100 -75 -50 -25 o 10 1+00 (, rio••• IItcrof Il"d ..10'''' 􀀧􀀢􀁾􀀢􀀢􀀧􀁇􀁬􀂷􀁯􀁮• .....􀁾􀀠 ..,__." (."..􀁾􀁏􀀢􀀧􀀻􀀢􀀢􀀢􀀻􀀢􀀢􀀠"r ,,,:. 􀀮􀁾􀀮􀁾􀁭􀁥􀀠 pt"Ji<1 "....". a.-of ,....... <1""'''_'''0 I. 􀁾􀁾􀁉􀀠 pw""tu,.., .il"",,1 ....:".." 􀁯􀁾􀁴􀀢􀀼􀀾􀁁􀀧􀁯􀁬􀀬􀁱􀁮􀀠 of $,,_,,-J""ObI .& " ......1...., I..I.J'. TOWN OF ADDISON, TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAD & BELT UNE ROAD CROSS SECTIONS-STA 1+00 TO STA. 1+1 0 LLP. -"" CIlA," 1m .......,., '" --635 i ( , , 630 􀁾􀀮􀀠 ' L r ; ! 625 J '"\.... ....;--___ __ -r--', 620 -..... I --I 3i I ci ,, let:: 3i I I 􀁾􀁾􀀠􀀠 , I :... 5"'-'+.Jl1 tND 􀁾􀀠 1M il iii) 􀁾􀀠L • ,fOP.. m50"'" ::ii 'II 􀀧􀀭􀁾􀀭􀀭􀀭 i I ; 615 -175 -150 -125 -100 -75 -50 , 1+30 j. ! " 635 F ,,􀁾'"􀀠 630 == 625 , I I ; __ 􀁊, 􀁾􀀭􀀭'I -C -􀁾􀀠 __ -_-----􀁲􀀩V􀁾Alli,S 􀀭 ,\. 620 615 -175 -150 -125 -100 -75 -50 1+20 I -25 o 10 c:. \:§ . Il:; I 􀁾􀀠 : [I• --i I -25 o 10 635 630 625 620 615 635 630 625 620 615 􀁬􀁾... pic",. ""d 􀀬􀁾􀀢􀁬􀀧􀁤􀀠 'l)IIeak.,\i.,,, .. ..... p'.P"'." t.". 􀁾􀁯􀁮􀁯􀁬......􀁬􀁾􀁮􀀠01 \.,\. Ip'<::."1¢ 􀁾􀀧􀀧􀀧􀁊􀀢􀁴􀀠 0111,-, A..... 1..,.,.., o»Jy. n.".... <>f \1',... $""",_,,1. ,. ""\ 􀁾􀀼􀁭􀁉􀀢􀀢􀀢􀀠....!_ ...au.. 􀁾􀀢􀀢􀀢􀀱􀁬􀁉􀀱􀁫􀁭􀀠<>, SIJt!:et'l 2OCXI-,90 ..... 10 "" DItA_ flY: S. J. ok ,. DAft:: ItINtQt 2(1)1 fT " 􀁾􀁩 " --133HS llV130 􀁏􀁖􀁏􀁾􀀠3Nn 1138 􀁾􀀠OVOl:! AVMOII'l IV 􀀱􀁎􀀳􀁉􀀧􀁇􀁜􀁏􀁾􀁤􀁬􀀧􀁬􀁬􀀠 AVM3M!O SV'X31 'NOSIGGV' .:10 NMOI 'd'" 'DIII'luf.:l 19' 􀁦􀁬􀀡􀀢􀁾􀁏􀁲􀀠"'_4$ '" ""flOI:""<>p ."4) ,,, ""nlO., ........ 1""["''; 􀁾􀀧􀁉􀁉􀀢􀁤􀀮􀀠 􀀧􀀡􀀴􀁾􀀠 ,<> 􀁾􀀢􀀡􀁜􀀢􀀢􀀧􀁴􀁬􀀢􀀢􀀺􀁏􀀠 ""I " ....a.'" ...... • 􀀢􀀢􀀡􀀱􀀢􀀧􀀧􀀧􀀺􀁲􀀮􀁾� �􀀼􀁦􀀧􀀠 p.jOI'" ''',..........", .0.4.1. :au 􀁾􀁬􀀠AJGI1 W aJ3IId'S JNI(.¥' nrlfl1(J 􀁾aJMJoS' :L ;ltBH 9 .iO NIIf1NIIf Y JKJ.I S!!MI Wih!J1H NO :JNt,!QJ¥M AI} (J()S HSI1lIYi5.J 7MIS 􀁾 fffJU AMI at) YIG QJ lIB fB:KId wJw tt1BIinJsIU M tJt)S tn()S .1:h1d ow IIS'IJJIIU 7MiS' 􀁾 ""i sx:JrS S'9 -SJKJt'S Wilt SHJ.f.NJ:) IOVI il II) SIMI tIMt!IOIJ(J r 􀁾􀀮􀀱􀀸􀀠TMfS 􀁾􀀠 !l!i-OIi';'JI.:vA ;mr Hi"d (XJ(H-S./.'.tfJ. W. ..lY. H,JtJ-NJ8JS G'§-;(:;Vs.os 7IIf ..a:. .m?:> t)'(rt):J':)'N SM:IM 1I.J8 TMfS 􀀡􀁬􀁉􀁲􀁊􀁦􀁾􀀠ZJII:JNO:) l' 'SlNIOd AJW'lS U'IXJ 1t' 􀁾􀀠 "SlN3I'fH:X'TY (11J'()d()lfd .:J() P6KJNJ (IN :JMIIIr1:J.jf} 1Y (" "$J.N1JIfH!¥1' 􀁾.:P S1Nf1 H3JJlI.') (q """li>f _ " 􀁊􀁙􀁾􀁓􀁊􀀮􀁬􀁾􀀠 '$JM.f ]IiJ IiJ NI1f.JHS 􀁬􀁬􀁉􀁾 􀁾 (BSW l::tJ1tJ¥d Jfl(UYJ 1'MIS 1/OJ:tIJt.JItW .,. :JSN1dx.1 SilQ/f)YIiJNO:i :R. 1.Y fJRlYd1H .111 TMI!i 1/OJ;ltfiJM)J JIfI All tl1.S1tt:1 3!MrK1 "$]JJJbh 􀁾71t J3JJOIJd 1'MIS 1/OJ;ltfiJM)J t' 􀁾􀀮􀁷􀁾􀁈􀁊􀁊􀁍􀀮􀁊􀀺􀁊􀁦􀁬􀁉􀁎􀁴􀁘􀀩􀀠 "MJN.1J1li QN R 􀁾s:4fQt:R. ./:JYJN031Jl11 􀁾􀁭􀁮􀀱􀁾 TMIS 􀁾􀁾􀁾􀀠 􀁾at /!OlkI $]Wl(tI1 􀁾􀀮􀁊􀁏 S/'Qt!ati1 􀁾1JlII1r':iI1S1 .tAiG1 ow 1'MIS 1J(JJ:mtJHO:J 􀁾􀀠 􀁾􀁾IJlII 􀁾JiJ¥:JIC') 'N1J.JP!J I' 8¥tO 􀁾 􀁽􀁜􀁑􀀧􀁊􀀪􀀬􀁾􀀠􀁾:IIGOOli i'MIdSY!JNilSI¥J :m »'JrJ!jJ(J ATNJ.K)b!d /lW 􀁾 TMiS 􀁾 '/$JlON Ii'.'1'i\Qd 1NJOr una lVNJOnIlONOl HJ6Nn Y 31m ThHS 8t11.11J 1EIfIIO.B(} iM1 r 'ON:;a .J::iM􀁾􀀺􀀺􀀠􀀮􀁾􀀠 tSUMO(} ..iKJ 􀁾􀀤􀀭 "J'(J .Z'J) SIIW 3I.i Dl HtXJJ(J(Jy Nt SI NMOHS IMI liMO(} ". 3SN1dX] $(j{)J)'fIIlItI(XJ Jr 􀁾􀁓􀁎􀁦􀁘􀀩 JNI{)(' (JIW HQJ:mJIJI(X) AD a31.0iIJN .JS TMfS lJlJIG1rd !lNIJ.SJXJ QJ 􀁾 718YJdJXIY iON !JNf71IIJO GIfffl 'tIIIi 􀁾􀀠 y.J() J$I1I.lJ ATh'1HOZJJJOH JIOlG1rd tUNl tJITIRII} ]fJ 7M1S SI:N8 11Mf.k1 'f wotiJO SHOl:wtiJN(X) 1t' JNI()f (AI'M,.I.])tJ 01!.WJH 1*INK!tU1[N,I()1.JD 􀀮􀁊􀀺􀀩􀁾􀀠M 111ZI7J1I13B Am' NOU:xt.!U.SNO:) J.UJS 􀀧􀁦􀀧􀁲􀁍􀀨􀁊􀁦􀁕􀁾􀁬􀀠 Z IMJ r 'ON sm ONY .9-1 'IMJ!} "ON l£J1r1HtJ ON'( ..􀀹􀁾􀀱􀀠 'J ·'JJON 1-􀀺􀁾􀀠 """ is I-L... 􀁾􀀠 1Nlor NOISNVdX3 3s83ASNVH1 3M'.XJ.:JJSmDr1 71t.1Y IlW If)ImfJ :tI tW.1Y 􀁾JB 111fi$ S/HIOf' MJISNYdO 􀁾 '4 """" all_ NY All 􀁾3fJ TMfS SIMI 􀁾D!N S2'JIa7 " 􀀺􀁳􀁊􀁊􀁾 JIIOI' HOtSNK:IXJ 􀁾􀀠 3l'V:lS 0110H 􀁉􀁎􀀳􀁾􀀳􀁁􀁜􀀧􀁤􀀠 ONI1SlX3 01 NOl103NNOO 1"' ". !Rwa 􀁴􀁈􀀡􀁾􀁪􀀬􀀠 􀁾􀁾􀀠 , -""' " 􀀤􀁊􀁉􀀻􀁓􀁾􀁈􀁊􀀮􀀡􀀮􀀮􀀯􀀧􀂷􀀠 " IHKld1'ItJ:J :Jtiw3s"" is ";)rJ • .!I .(.1 }::JN.S lJ.IJ IJIJ. J(III i-:-'--JH"': NXrlS r., . " -. . !_L... .􀀭lID􀁾' 􀁾􀀮.,,/1􀀮 daJ􀁉 1M n8ISN05 :tlW 􀁾MU/1J I.KJI 􀁾:Jw SJ:Xi1 tJ1NJJI:)NJ 7 fln.li JSMJ 0P4 S'UItXl nwJ PKIf i1J1lJ 7wf'Yl1J!NJ1'» JSI1 JIJ HiIII IWd16 TMI!i m 5lI PiANS D1Sl. S1NiET I.X¥ 􀁬􀀭􀁬􀀯􀀲􀁾􀀠 􀀨􀀩􀁾􀀵􀁋􀀠 􀀬􀁾 --fL'!LJI... : PM. ----1. t= M-7SK 1/2" 8' .f(J()X M( I 95-UXJX At( 8 􀁉􀁾􀁾􀀠 􀁾􀁍􀁁􀁾 􀁾􀀺􀀺􀀭􀁊􀀠 􀀸􀂷􀀱􀁴􀀧􀁅􀀱􀁍􀀯􀀧􀁊􀁉􀀡􀀧􀁃􀁕􀁊􀁾􀀨􀁊􀁴􀁘􀀩􀀨􀁊􀁐� �􀁳􀀮􀁬􀁊􀀮 +1-='---1 EXfSr. FOOTER. NO. J fJUoRVfJ) iWIS 'NS/'N1. FIRST t:fJ(JeSE STRlET PWJ: 11 INCH C[NlUi'$ £itCH If4Y ""f1frOO« SECTION 8-8 STONE RETAINING WALL .. DRIVEWAY DRIVEWAY RETURN SECTIONS { J I c . TOWN OF ADDISON, TEXAS DRIVEWAY IMPROVEMENT AT MIDWAY ROAD & BELT UNE ROAD DETAIL SHEET LLP. .".".'.".' "" "' " .-.,..