1'1\' 􀁾􀀠 􀁾􀀮􀀠 -9)' rv 1\). I l ) illl r ,-.. fI" " . ' ..' r-···· ."," f Official Business I J I 1 ! 1 .1 1 i 1 1""'S00,.+s01.0 I· . . . f" 􀁾.. , __ , ' Council Agenda Item: SUMMARY: Authorization of final payment and acceptance ofconstruction performed by Hencie International, Inc. for Ewing Drive Approach Improvements FINANCIAL IMPACT: Budgeted Amount: Not Budgeted Cost: $20,910.00 Budget Impact: Funds are available for this project in the South QuorumfInwood Counection, Project No. 42303. BACKGROUND: After completion ofthe Inwood/S. Quorum Landmark Extension Project, two driveway/access ramps were required to provide promised access from the street onto the adjacent Ewing property. A contract was awarded to Hencie International, Inc. for the construction ofthis project. The original contract price for these improvements was $16,740.00. Due to quautity adjustments during construction that were necessary to meet design requirements, the total project cost was increased by $4,170.00 and it resulted in a fina1 contract amount of $20,910.00. RECOMMENDATION: Staff recommends that Council authorize fina1 payment to Hencie International, Inc., in the amount of$20,910.oo, and accept the construction ofthe Ewing Drive Approach Improvements. encie International, Inc. Invoice Date Invoice Number Tenns Sales Rep Letter Type Job location Contact Company Name Address City State Zip PhQne Residential and Commercial Construction Asphalt and Concrete Paving ....' '" .. ******* INVOICE :06..04-2001 :01060411 Net :MAF :P.O. No 072570 :Ewing Drive gen•• ledger Acct. if. 410005821042303000 :CITY OF ADDISON :16801 West grove Rd. : ADDISOI\I :TX :75001 :214-450-7090 Fax:972-450-2837. Description Unit Cost Unit Qty $Amt. Job Ewing Drive Approach Improvements all in accordance to new quantities per plan and meeting on Friday May 25 2001. $ 20.910.00 '. P.O. Box 796636 • Dallas, Texas 75379 • USA • (972) 926-0034 • Fax (972) 926-0036 -, May 29, 2001 The new quantities and pricing below reflect the changes to original plans as per our conversations on Friday, May 25,2001. .. The New quantitiesandpricmg are: , . Item No. Description Unit Cost 1 Mob/Bondsllns. 2 Remove Exit Fence $5.00 3 Haul & Place Earth fill $30.00 4 3' HMAC Asphalt $400.00 4a 3' HMAC Asphalt $200.00 5 Permt Fence/3strWir $32.00 6 Striplng&Marking 7 Install 12 ft Gates $500.00 Unit Ow LS LF 240 CY 109 tons 4.5 tons 21 LF 220 LS . Each 4 Total .. Price , $600.00 , $1,200.00 , $3,270.00 I $1.800.00 I $4200.00 • $7040.00 • $600.00 , $2.000.00 $20910.00.· o..t/.. 25'-2.:=/, Signalure 􀁾􀀻􀀩􀁾 • Dale " SUMMARY: Authorization offinal payment and acceptance ofconstructionperformed by He.ncie International, Inc. for Ewing Drive Approach Improvements FINANCIAL IMPACT: Budgeted Amount: Not Budgeted Cost: $20,910.00 Budget Impact: Funds are available for this project in the South QuorumlInwood Connection, Project No. 42303. BACKGROUND: -€onstr uctio&6f two a8pba'lt dtive apptoaehes and penllauent fcneing along the seats sitle ' " 􀁑􀁦􀁾􀁬􀁊􀁊􀁭􀁧􀀠Drive has beef! 􀁥􀁾􀀮 This project provides/ramp type dri!eway access r-L..,,---, to the ad'acent proJXl ,,?d 􀁾􀁳􀁳􀁥􀁳 􀁲􀁥􀁳􀁉􀁾􀁵􀁡􀀱􀀠drainage needs lFOm the 􀁓􀁯􀁾􀁾􀀠p :yr....,..'-=orumlInwoo onnection 􀁰􀁲􀁯􀁊􀁾􀀠 • 􀁾􀀠 ---------- ......... . Item #R10-pj2-ovt P A; ( '}.-G I,; I Presentation of Proclamation for National Night Out Against Crime, August 7, 2001. Presentation of the schematic design for the Addison Athletic Club Expansion and Outdoor Leisure Pool and approval to proceed with the project. . Presentation and approval of the schematic design and budget for the Water Tower/Addison Conference and Theatre Centre pedestrian entry way project. Consideration of an Ordinance approving a meritorious exception to Chapter 62, Signs, Section 62-163(5), Maximum Letter/Logo Height, located at 14775 Midway Road on application from Abbotsford Court. Consideration of a Resolution authorizing the City Manager to enter into a contract awarding ambulance billing collection services to Texas Medical Data Systems. Consideration of a Resolution authorizing the City Manager to enter into a contract in the amount of $67,968.00 with Northstar Construction, Inc. for the construction of the Easement Park Drainage Improvements. Consideration of a Resolution authorizing the City Manager to enter into negotiations with Metro Brick, Inc. for the purchase of a 11,363 sq. ft. site located at Lot 3, Block 1, Addison Car Care. Consideration of a Resolution authorizing the City Manager to enter into a contract in the amount of $21 ,310.00 with AMB Property, II, L.P. for the purchase of 4,262 sq. ft. of permanent right-of-way and 2,558 sq. ft. of temporary driveway easement located at Lot 1 Block 1, Belt Line-Marsh Business Park. City Council Agenda 06-26-01 Consideration of a Resolution authorizing the City Manager to enter into a contract in the amount of $33,339.50 with Jim Bowman Construction for the construction of Driveway Paving Improvements 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. ------------------------.... --#2k-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 PUBUC WORKS DEPART1UENT (972) 450-2371 • November 3, 2000 Post Office Box 9010 AddUon. T ..... 75001-9010 16801 Weotgrove Ms. Msly Hutchinson Ewing Entexprises, L.P. 4464 West Plano Paikway Plano, T""", 75093 Re: Town of Addison -InwoodRoadISouIh QuorumAccess Dear Ms. Hutchinson: As you know, the Town of Addison has been constructing certain improvements to South Quorum Drive in the area adjacent to the property located at 14345 Dallas Parlcway. These improvements have been and are being made pllISU8Ilt to the Agreement between the Town and the Ewing Parties (as defined in the Agreement) entmd into on 1uIy 25, 1999. Section 3 of that Agreement pro'l'ides that the Cit;y will =t a fence along the common boundazy line between the street right-0'" sf:. 􀁾􀀯􀁑􀀠f PUBLIC WORKS Pboue: 912!45().. .2.rd r .. , 91214Sf!..2tI37 16801 Watgrove P.O. Box 9010 Addison, TX 1SOO1-9010 Pages 2 invent Result OK BID EVALUATION DATE: 1/6/01 WORK: Ewing Drive Approach Improvements: Bid No. 01-10 BID DUE DATE: 01/03/2001 BY: Dept. of Public Works/J.Wilson BIDDER: Quantum BIDDER: I. Perez BIDDER: RCon ITEM NO. & DESCRIPTION UNIT UNIT UNIT COST QTY PRICE COST QTY PRICE COST QTY PRICE 1 Mob., Bonds, Ins. LS $6,450.00 LS $10,000 LS $1,200 2 Remove ExislFence $4.40 x 240LF $1,056.00 $5.00 x 240LF $1,200 $10.00 x 240LF $2,400 3 Haul&PlaceEarthFili $108.65 x 110CY $11,951.50 $20.00 x 110CY $2,200 $12.00 x 110CY $1,320 4 3"HMAC Asphalt $1,095.00 x 4.5tons $4,927.50 $150.00 x 4.510ns $675 $500.00 x 4.5tons $2,250 5 PermtiFence/3strWir $21.25 x 220LF $4,675.00 $10.00 x 220LF $2,200 $40.00 x 220LF $8,800 6 Striping&Marking LS $1,250.00 LS $1,000 LS $700 7 Install12ft.Gates $496.75 x4each $1,987.00 $500.00 x 4 each $2,000 $350.00 x 4 each $1,400 Total: $32,297.00 Total: $19,275 Total: $18,070 ========= ======== ======= BIDDER: Hencie UNIT ITEM NO. & DESCRIPTION COST QTY PRICE 1 Mob/Bonds/Ins. LS $800 2 RemoveExitFence $5.00 x 240LF $1.200 3 Haul&PlaceEarthFili $30.00 x 110CY $3,300 4 3" HMAC Asphalt $400.00 x4.5tons $1,800 5 PermtiFence/3strWir $32.00 x 220LF $7,040 6 Striping&Markin9 LS $600 7 Install 12ft. Gates $500.00 x 4 each $2,000 Total: $16,740 ========= 􀀱􀀧􀀱􀀬􀁹􀁷􀀭􀀯􀁴􀁾􀀠 1'1-FATeHP/'lr oR SA "'1 #etvClG I,-vTGR. 􀁾􀀠77t::vv-4L q72 -tf26-t7t?39- LEIGH ENGINEERING, INC. 8908 AMBASSADOR ROW DALLAS, TEXAS 75247 214-630-9745' FAX: 214-630-9819 www.leighengineering.com TOWN OF ADDISON P.O. BOX 9010 ADDISON TX 75001-9010 A IT : STEVE CHUTCHIAN A Leigh Company PLEASE DETACH THIS PORTION AND RETURN WITH YOUR PAYMENT $ STATEMENT ADD02 0513012001 AMOUNT .... REMITIED ATE INVOICE NO. DESCRIPTION I AMOUNT I EXTENSION 0413012001 3122 01-4875 $339.50 339.50 LEIGH ENGINEERING, INC. 8908 AMBASSADOR ROW DALLAS, TEXAS 75247 I i I I I, j; !,." I i I I I i -\ I I I I i t I . , .' " ;. <, '" '{ ':'1 . L ("h l·;, .. ' },(j; 􀀺􀁾􀀬􀀮􀀧􀀠 " 􀁾􀁾􀀧􀁦􀁾􀁾􀀻􀁩􀀠 , ' ·l··· 􀁾􀀮􀀠 : .. " '.; ",,:. ",t. 􀀺􀁾􀀺􀁲􀀠 ,:, , J" , ,,' ". '!', ,',,:' i ,. <.:, .. \ c' '",' '. . ,," ",: 􀁻􀁾􀀠 :1 I:.',:; vw!¢ STEVEN Z. CHUTClllAN, RE. Assistant City Engineer (972) 450-2886 (972) 450-2837 FAX (214) 673-2518 Mobile schutchian@ci.addison_Ix.us E-mail Town of Addison 16801 Westgrove Dr. P.O. Box 9010, Addison, Texas 75001-9010 ;:)VPf 􀁾􀀠 I 􀁆􀁾􀀠/4!'ce(vi! f) 71{IS sTYf T e ""1 Erv T fCp/VE ptrte fe 􀁾􀀢􀁩􀁣􀀮􀁥􀁳􀀮􀀠 I .$- r(/(t. 17M 5;//,1/0 (J A tI4' 􀁲􀁴􀀿􀁖􀁾􀀠 71fE op Fr C E /+/15 f ,£'" J3:A 8 L r .t en--T C fie C,K.. 7Z' 7*"1 _ ..r THar I?HT ra< "'-4?( L-{1 Uk J T'fi Te 􀁾􀀧􀀱􀀮􀀯􀁔􀀠 1"'-' ft?e &;e. J) ff/.e pC/St:J, Vft> Ht-v 􀁲􀀨􀀯􀁇􀀭􀀧􀁾􀀠 FI ie..s 770"-,,,18-( 􀁆􀁾􀀠 .. , :' .I! . <' 􀁾􀀠, ,:' ',I, I ,': 􀁾􀁾􀁩􀀬􀁩􀀢􀁦􀀠 f;! 4-/t:J I 􀁾􀀬􀀠 ' • I; r.:" "': :: r '" 􀀧􀁾􀀮􀀠, ,I." " -, I':', ,:i , . "';;' ., ': ' ,:. :1",1, , " "\ .' { .:; . ,,: " ;; " ,_",I , ',,; " .7 􀁾􀀬􀀠 > ,',' " DATE: , TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO , ... " , --, s/frf/&/Claim # Check $ '33 9', .s1J'< Vendor No;' Vendor Name Address -___ 􀀮􀀧􀀺􀁧􀀧􀀭􀀡􀀮􀀺􀁲􀁴􀁬􀀺􀀮􀀮􀀡􀀺􀀺􀀮􀀭􀀹􀁟􀀧􀀭􀁁􀀺􀀮􀀺􀀮 􀀭􀀴􀀺􀀮􀀮􀀮􀀡􀀮􀀮􀀡􀁂􀁣􀁬􀁩􀀮􀁁􀀺􀀮􀀡􀀻􀁳􀀮􀀺􀀺􀀺􀀺􀁦􀁩􀀮􀀺􀀮􀀮􀀺􀀺􀀻􀁄􀀮􀀺􀀮􀀢􀁾􀁒􀀧􀀭􀀮􀀺􀀮􀁒􀀮􀀺􀀺􀀮􀀺􀀮􀀨􀀡􀀮􀀺􀀮􀀺􀁷􀀽􀀭􀀭 Address -DAL.LAs,! TC:XA5 '" Address Zip Code 􀀷􀁓􀀲􀀴􀀭􀀷􀀭􀁾􀀯􀁏􀀠 IJ f E "'-I';; 4 P?-I '< _ 14r"'V' ..r 􀁾􀁪􀁾􀀧􀀭􀁥􀀠􀁾􀁾􀀷􀀤􀀠.7ilti --ff'!t?}7:rT i>. A 5(.; j$JIf) ft1?er dF ;-r..v/WtftJ /s, ,•, -,--, -􀁁􀁾􀀠 Authorized Signature Finance RoneE A LEIGH COMPANY TO: Town of Addison Attn: Mr. Steve Chutchian POBox 9010 Addison TX 75001-9010 'ROJEC£: Ewing Drive Approach Improvements Addison, Texas ;. DATE REPORT DESCRIPTION OF SERVICES 04/1212001 122906 Soils Technician (hourly) 0411212001 122906 In-Place Density Test (each) 04/1212001 122906 Transportation Charge (trip) 0411212001 122906 Engineering & Report Review (hourly) 04112/2001 122907 Moisture Density Relationship ASTM D-698 (each) 04/12/2001 122907 Atterberg Limits (each) 04/12/2001 122907 Engineering & Report Review (hourly) 89m! Ambassador Row Dallas, T .... 75247-4510 (214) 630-9745 (214) 630-9819 (fax) INVOICE DRMlTTO: Invoice No: 02993122 Rone Engineers, Inc. 8908 Ambassador Row Dallas, Texas 75247 Federal E.I.N. 75·1384756 Project No: 014875 Invoice Date: 04130/2001 For Services Through: 04130/2001 QTY RATE TOTAL 2.00 27.50 55.00 4.00 13.00 52.00 1.00 13.00 13.00 0.30 55.00 16.50 1.00 130.00 130.00 1.00 40.00 40.00 0.60 55.00 33.00 For questions reg(If'ding this invoice contact Lawrence Bracken at (214) 630·9745. INVOICE TOTAL 339.50 I ... " ERMS: Net 30 Days Pagel Steve Chutchian From: Sent: To: Subject: Luke Jalbert Thursday, May 24, 200111:39 AM Steve Ctlutchian Daltech I figured Daltech owes us $4415, the calculations are on a yellow legal pad on my desk. 1 RoneEngineers A I...EIGH COMPANY III Client: Town of Addison Attn: Mr. Steve Chutchian POBox 9010 Addison TX 75001-9010 Project: Ewing Drive Approa<:h Improvements Addison, Texas Services: Perform In-Place Density Test in accordance with ASTM Standards. 􀁾􀁾􀁾􀁾􀁾􀀠_ 􀁾􀁾􀁐􀁾􀁒􀁏􀁊􀁅􀁃􀁔􀁄􀁁􀁔􀁁􀀠 CONTRACTOR: Test Mothods: ASTM D-2922 ASTM D-3017 Gauge: Troxler Gauge Serial No: 4645 Test Mode: DT 8908 Ambassador Row DaHas, Texas 15247 -1Sl(t (214) 630-9745 (214) 63(}"9819 (fax) IN-PLACE DENSITY TESTING Report No.: Project No.: Date of Service: Report Date: 122906 014875 04/1212001 0412312001 Standard Counts Moisture Density Current; 568 Current: 1997 Previous: PreViOUS: MOISTURE DENSITY RELATIONS MID No. Description Moisture % -------1 Sandy Clay wfsome LSF, dark grey and brown 20.5 Maximum Deruity pd 102.5 Project Requirements Moisture Density Optimum +3% 95 min FJEI,D DENSITY TESTS-'--__________ _ TEST NO TEST LOCATION Ewing Drive paving ramps PROBE DEPTH MID No. MOISTURE WET DENSITY DRY DENSITY DENSITY (%) 􀀨􀁾􀁣􀁬􀀩􀀠 weI) ('Yo 1IIlIX) 1 West ramp, IS below grade 6" 1 28.0* 119.2 93.1 91 * Ewing Drive paving ramps 2 West ramp, .5' below grade 6" 1 29.0* 118.2 91.7 90* Ewing Drive paving ramps 3 Eastramp,1.5'belowgrade 6" 1 31.0* 111.1 85.0 83* Ewing Drive paving ramps 4 East ramp, .5' below grade 6" 1 28.0* 115.4 90.3 88 * An asterisk (*) appears next to test results which do NOT meet the project specifications. Technician: Gary B urcharn Report Distribution: (1) Town of Addison Started: 10:00a Finished: 12: 00p LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appe:lfanCe, performance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no control. OUf letters and reports are for the exeiusive use of lhe clients [0 whom they are addressed and shall not be reproduced except in full without the written approval of Roue Engineers, Inc. 07JC Page loft RoneEngineers A LEIGH COMPANY • 8908 Ambassador Row Dallas, Texas 75247-4510 (214) 630·9745 (214) 630·9819 (fax) MOISTURE DENSITY RELATIONS Client: Town of Addison Attn: Mr. Steve Chutchian PO Box 9010 Addison TX 75001·9010 Project: Ewing Drive Approach Improvements Addison, Texas Report No.: Project No.: Date of Service: Report Date: 122907 014875 04/1212001 04/20/2001 Services: Obtain a somple of material from the jobsite, bring the sample back to the laboratory and perform a moisture density relationship test in accordance with ASTM Standards. PRO.JECTDATA CONTRACfOR: Town of Addison DATE SAMPLED: TEST FOR, Fill MATERlALPREPARATION: MA TERlAL: Sandy Clay w/some LSF, dark grey RAMMER TYPE: and brown SAMPLED BY: CLASSIFICATION: Fill SAMPLE LOCATION: TEST METHOD: ASTM D-698 MethodB ASTMD-4318 REPORT OF TEST 0411212001 Moist Mechanical Burcham, G1lry east ramp MAXIlYIUM DRY DENSITY, pef: 102.5 OPTIMUM MOISTURE CONTENT, %, 20.5 MOISTURE DENSITY RELATIONS LIQUID LIMIT: 55 PLASTIC LC'"DEX: 35 Technician: Gary Burcham Report Distribution: (1) Town of Addison 113 10? Dry Density (pet) 105 101 97 . ......... -.J /' V //15 17 " '" " " , "" .... ",..,.. -' ......... "' ...... ..... ....... 19 21 23 2S MOlSTIlRE CONTENT(%) z." 􀁡􀁬􀁾􀀺􀀢􀁾􀁾􀀠rve Sm, fic VI 2.70 . --"-"_. "-'-,I' " ..... \. 27 LIlvIlTATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appellfllnce, performance, ete,) or any other feature of similar subject matter provided by persons or conditions over which we have no control. Our leuers and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written apprOval of Rone Engineers, inc. Page 1 of 1 )6 '. -.'; J" (ft1t!. STEVEN Z. CHUTClllAN, P.E .. Assistant City Engineer (972) 450·2886 (972) 450·2837 FAX (214) 673·2518 Mobile schutchian@ci.addison.tx.us E-mail Town of Addison 16801 Westgrove Dr. P.O. Box 9010, Addison, Texas 75001·9010 e· i 􀀢􀀧􀁾􀀠 􀁾􀁾􀀨􀀢􀁜􀀠 f \' I:::. 􀀿􀀭􀀱􀁾􀀠 􀁾􀀠\1 􀁾􀀠 r'Il ('\ 􀁾􀁾􀀢􀀧􀁩􀀠 (l) } i\) v-. 􀁾􀁾􀀠 􀁾􀀠t' 'J:: \'l) (\ '" b 1:. -j , (j 􀁾􀀠􀁾􀀠 􀁾􀀠 t.-., 􀁾􀀠 􀁾􀀠 + 􀁾􀀠 11 􀁾􀀠 04/23/01 MON 14,37 FAX 2146309819 LEIGH ENGINEERING Client: Town of Addison AIm: Mr. SIeve Chulchian POBox 9010 Addison TX 75001·9010 Projec&: Ewing Drive Approach lmprov<:mcnls Addison. Texas Senrices: Ferform 􀁉􀁮􀁾􀁐􀁬􀁡􀁣􀁣􀀠Dc:osiry T¢st in ll.CCOfdtlllce with ASTM Standards. CONTRACTOR: 1· ••• Methods: ASTM D.2922 ASTMD·3017 PROJECT DATA Gauge: T1"6Xlcr G.ug. Sornu N.: 4645 TlSt Mode! DT 8908 AmbaSJ3dllt Row Dillla.". 􀀧􀁲􀁾􀀳􀁓􀀠752.41..4S10 (214) 6.10-9'145 (114) 63'·'81' (r..) IN·PLACE DENSITY TEST1NG 􀁒􀁾􀁰􀁯􀁲􀁴􀁎􀁮􀀮􀀺􀀠 Project No.! Date of Service: Repo9aw: 122906 014875 04/1212001 04123/2001 Sand.rll Counts Moistul'e Cumnl: 568 Pferlous: Deusity CUl:rt:nl: 1997 MOISTURE DENSITY RELATIONS MlDN •. 1 Sandy Clay wfsome LSP. dark gre:)' and brown 20.5 Mc;imum D""lIy pel 102.5 Project Requir.emtro1$ Moisturt Dcnnt)' optimum +3% 95 min FIELD DENSITY TESTS TEST NO n:ST LOCATION Ewing Drive paving ramps PROBE DEl'Tll MID N •• MOISTURI!: WET DENSITY DRY DllNl>lT'I' m:NSrr'Y (%) (Pd) (P'!) I" "'II') West ramp, 1.5' below grade 6" 1 28.0" 119.2 93.1 'Il 􀁾􀀠 Ewing Drive paving ramps 2 West !1Imp, .5' below grade 6" 1 29.0· 118.2 91. 7 90 * Ewing Drive paving ramps 3 East ramp, 1..5' below grade 6" 1 31.0* 111.1 85.0 83" Ewing Drive paving rllmps 4 Eastramp • .5' below grade 6" 1 28.0* 115.4 90.3 88 􀁾􀀠 An asterisk (*) appears next to test results which do NOT meet the pruject specif_lions. Tedmician: Gary Burcham Report Di..tribu!ion: (I) Tuwn of Addi, •• Slarte., 1O:UOa 􀁆􀁩􀀺􀁮􀁩􀁾􀀼􀁤􀀺􀀠 12:00p UMITATIONS: The: JeSt td.WlS 􀁰􀁦􀁃􀁓􀁾􀁬􀁬􀀱􀁴􀁌􀁬􀀠berein Wtfi: pmpllfCd bilsed I1JIOft the specific samples provided fa( rtstiD;. Wr; WUJ:ne DO te!jXlllSlbility forvwtion in qua;li ty (composidon •• pperu-acee, performance, ew.) m' Ilny other feature of 􀁾􀀻􀁲􀁑􀀮􀁩􀁬􀀮􀀱􀁉􀀧􀀠􀀺􀁓􀁌􀀾􀁢􀁪􀁾􀁴􀀠lDOltTe.r provided by PUStJlU or eouclitiolli over wbleb wt: have no COfltIOJ. Our IcttttS :rod repOTU.ue forlhc cxcluSlve ust: af the dIe-ilLs 10 wlunn thby ute addrcs$td and ,shllB nOt be reproduced except tn ruu wiUlouL (hc writtec approv:d of ROJ:Ic Engineers. Inc &7JC Pngc Ion -----I ._---f PUBLIC WORKS DEPARTMENT 􀁾􀁩􀁯􀀻􀁬􀁢􀀧􀀡􀀡􀀡􀀧􀁾􀁾􀀧􀀡􀁬􀀡􀀡􀀡􀀠􀁾􀁾􀀧􀀡􀀡􀀡􀀡􀁩􀀡􀀡􀀡􀀡􀁩􀀡􀂮􀀠 Post Office Box 9010 Addison, Texas 75001-9010 February 2, 2001 Ms. Mary Hutchinson Ewing Enterprises, L.P. 4464 West PIano Parkway Plano, Texas 75093 Re: Ewing Drive Approach Improvements Inwood Road/South Quorum Access Dear Ms. Hutchinson: (972) 45()'2871 16801 Westgrove The Town of Addison recently awarded a construction contract to Hencie International, Inc. for the construction of two drive approaches (ramps) along the south side of Ewing Drive. It is anticipated that the contractor will begin this project in approximately two weeks and it should be completed in March 2001. During the actual construction of these scheduled improvements, we will provide inspection of all work performed. Should you have any questions or concerns regarding this project, please contact me at 972-450-2886. Your understanding and consideration is very much appreciated. Sincerely, Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Mike Murphy, Director of Public Works Jim Pierce, Assistant Director of Public Works , .J , "I I ,---" , i I i fit RED LION HOTELS & INNS® 􀁾􀁳􀁴􀁾􀀭􀀭 . 􀁉􀁖􀁾􀀴􀀠 􀁴􀁶􀁌􀁾􀁾􀁾􀀭􀁴􀀠 1t ' I'JUu7 􀁦􀁍􀀭􀁊􀁩􀁾􀁓􀀭􀀱􀁊􀁮􀀠 * ;0-1-it l»n 􀁾􀀠 FOR RESERVATIONS, CALL TOLL FREE: 1-800-RED-UON 􀁾􀀠 January 26,2001 Anwar M. Fatehdin Hencie International, Inc. P.O. Box 796636 Dallas, Texas 75379 NOTICE OF AWARD: EWING DRIVE APPROACH IMPROVEMENTS Dear Mr. Fatehdin: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 01-10. Before heginning any work, please furward a copy of your commercial general liability, workers compensation, and commercial automobile liability insurance certificates to the Purchasing Office. Once these documents are received, a purchase order will be prepared and mailed to you. If you have any questions or ifl can be of assistance to you, please contact me at 972-450-7090. Sincerely, Bryan Langley Assistant Finance Director Town of Addison cc: Jim Pierce Steve Chutchian -,,-ADDisoN BRYANU!'iGLEY ASSISTANT FlNASCE DlRECfOR January 30, 200 J FINANCE DEPARTMENT/ADMINISTRATION 􀁾􀁭􀁡􀁩􀀱􀀺􀀠hIangJc)'@d addison fJ us Facsimile (972) 4SQ.. 7096 Anwar M, Fatehdin Hende International, Inc. P,O. Box 796636 Dallas, Texas 75379 5350 Belt Line Road (972) 450·7090 P.O. Box 9010 Addison, Texas 75001 NOTICE OF AWARD: EWING DRIVE APPROACH IMPROVEMENTS Dear Me Fatehdin: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents for Bid No: 01-10, Before beginning any work, please forward a copy of your commercial general liability , workers compensation, and commercial automobile liability insurance certificates to the Purchasing Office. Once these documents are received, a purchase order will be prepared and mailed to you along with a notice to proceed. If you have any questions or if I can be of assistance to you, please contact me at 972-450-7090. Sincerely, fa Bryan Langley Assistant Finance D Town of Addison cc: Jim Pierce Steve Chutchian January 26, 2001 Anwar M. Fatehdin Hencie International, Inc. P.O. Box 796636 Dallas, Texas 75379 NOTICE OF AWARD: EWING DRIVE APPROACH IMPROVEMENTS Dear Mr. Fatehdin: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents for Bid No: 01-10. A purchase order will be prepared mailed to you. If you have any questions or if I can be of assistance to you, please contact me at 972-450-7090. Sincerely, Bryan Langley Assistant Finance Director Town of Addison cc: Jim Pierce Steve Chutchlan DATE: IZ(S!PO Vendor No;' Address Address Address Zip Code TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO Claim # 1731/D.4LLAS PKtvf, 􀁄􀁁􀁌􀁌􀁁􀁾􀀠I TEXAS 7SZC/-!? STc Z(JO EXPLANATION FIRST {Ff-v/fL f'A-r1t EJVT 77' PAL-TeCH ,C!Nfilrvt::ER-!Iv tft I I'VC. FIf? R e IV f f lVeeJF C lv(lVtj 1) Rive ApJ>b>,'1CCI ...LA PlZpve:"" 􀁥􀀯􀁩􀀮􀀭􀁾􀀠. 􀁦􀁩􀁥􀁾􀀧􀀠 Authorized Signature Finance Mr. Jim Pierce, P.E. Town of Addison 16801 Westgrove PO Box 9010 Addison, Texas 75001-9010 CONSULTING CIVIL ENGINEERS I SURVEYORS CONSTRUCTION MANAGERS INVOICE 1054 November 27,2000 RE: Ewing Drive -Drive Town of Addison DTE Job 0054 PROFESSIONAL SERVICES FOR DESCRIPTION AMOUNT Engineering Plans $2,950.00 SUB-TOTAL $2,950.00 TOTAL AMOUNT DUE THIS INVOICE $2,950.00 All payments are due upon receipt, 1.5% interest per month will be charged after 30 days. 17311 DALLAS PKWY ISlE 200 I DALLAS, IX 75248 I 972-250-2727 I FAX 972-250-4774 D 1 􀀲􀁾􀁾􀀠'I;' 􀁦􀁾􀁯􀁃􀁊􀁩􀁾􀁉􀁜􀁉􀁇􀁅􀀠 I 􀁆􀁾􀁬􀁾􀁾􀁒􀁔􀁲􀀼􀀡􀀠 TX 76101 I 817-626-8777 I FAX 817-626-5777 a serv e ra l.nVOl.ce .x l'Iebmasler@dal-lech.com iii!!!!i!!!!!!!!!!!!!'!!!!!!!!!._.II!!!!_. FINANCE DEPARTMENT I PURCHASING DIVISION 535lJBehLineRoad (972)45lJ-7091-Facsimile (972) 45()'7096 Post Offioe Box 9010 Addison, Texas 75001 Bryan Langley Assistant Director of Finance INVITATION TO BID The Town of Addison is accepting bids from all interested parties for Ewing Drive Approach Improvements. Bid No: 01-10 Bid Name: Ewing Drive Approach Improvements Bid Opening: 2:00PM, January 3, 2001 Purchasing Division Addison Finance Building 5350 Belt Line Addison, Texas 75240 If you do not wish to bid, but do wish to remain on the bidder list, please return an envelope with your company name and address on the outside and clearly marked ''NO-BID'' BID #01-10. It will not be necessary to return any of the bid forms or documents if you wish to ''NO-BID''. Late bids will be returned unopened. and unsigned bids will be rejected as non-responsive. For questions concerning the biding process, contact Bryan Langley, Assistant Finance Director, at 972/450-7090 or e-mail mail blangleV@ci.addison.tx.us. For questions concerning the scope of the work contact Mr. Steve Chutchian, Assistant City Engineer at 972-450-2886 or e-mail schutchian@ci.addison.tx.us. If you are not a member of DemandS tar. com and wish to obtain a free copy of the bid specifications. you may pick one up at the Purchasing Department. 5350 Belt Line Road, Addison. Texas 75240. Page 1 ofl4 TOWN OF ADDISON INSTRUCTIONS TO BIDDERS 1.0 RECEIPT AND PREPARATION OF THE BID 1.1 Bids will be received by the Purchasing Coordinator of the Town of Addison until time specified in the Invitation to Bid, at which time bids will be publicly opened and read aloud, in the Finance Building of the Town of Addison loceted at 5350 Belt Line Rd., Addison, TX 75240. Bids must be received by the specified time in order to be considered, and bids submitted after this closing time will not be considered and will be returned unopened. 1.2 Each bid shall be enclosed in a sealed envelope, addressed to the Purchasing Coordinator. Town of Addison, P.O. Box 9010, Addison, Texas, 75001. Bids must be labeled in the lower left-hand comer with the bid name and number. Bidders must also include their company name and address on the outside of the envelope. 1.3 Bidders are responsible for making certain bids are delivered to the purchasing department. Mailing of a bid does not insure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, it is suggested that he/she use some sort of delivery service that provides a receipt. 1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Any bid received after the time and date specified will not be considered. 1.5 The Town of Addison reserves the right to postpone the date and time for opening bids through an addendum. 2.0 ADDENDA AND EXPLANATIONS 2.1 Bidders having any questions regarding the true meaning of the specifications or terms and conditions shall submit these questions to the Purchasing Manager. Any and all interpretations or supplemental instructions, which, if issued, will be sent to all prospective bidders. A copy of all addenda issued must be signed and returned with your bid. 3.0 TAXES All bids are required to be submitted without State Sales tax. The Town of Addison is exempt from payment of such taxes and a Tax Exemption Certificate will be executed for the successful bidder. 4.0 SCOPE OF WORK The work under this contract shall consist ofthe items or services contained in the bid, including all materials, equipment, labor and all other items necessary to complete said work in accordance with the contract documents. Page2of14 5.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITES 5.1 Before submitting a bid, each bidder must thoroughly examine the contract documents and project site to ensure that the services you are proposing meets the intent of these specifications. 5.2 The Town of Addison is not responsible for incomplete bid packets. 5.3 Bidders are instructed to return all pages of bid packet that contain written responses from you. 6.0 BIDDING 6.1 Bid Bond The Bidder will be required to submit a !'lid Security, made payable to the Town of Addison in the amount of five per cent (5%j of the Bidders total bid price. Security shall be in the form of a certified bank check or a Bid Bond issued by a corporate surety authorized and admitted to do business in the State of Texas and licensed by the State to issue surety bonds. The surety shall also appear as a qualified surety on the list from the U.S. Treasury Department. The Bid Security of the Successful Bidder will be retained until such Bidder has furnished a performance bond, payment bond, & maintenance bond equal to the total contract price. Contractor shall include this cost in his bid. Bonds must be furnished within five (5) days of the Notice of Award. If the Bidder fails to furnish the required Bonds within tbe prescribed time, the Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom the Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the Contract is awarded. Attorneys-in-fact who sign bid bonds must file with each bond, a certified and effectively dated copy of their Power of Attorney. 6.2 Bidders are instructed to consider the following factors in preparation of your bid: a. Bids shal1 remain firm for a period of 45 calendar days after the scheduled bid opening. b. Exceptions to any specifications, or part thereof; must be clearly stated and included with your Bid Proposal Form. c. Bidders are instructed to include al1 necessary charges, related to this contract. 7.0 AWARD OF CONTRACT 1.1 The Town of Addison reserves the right to reject any or al1 bids, reject any particular item on a bid, and to waive immaterial formalities. The contract will be awarded to the lowest responsible bidder whose bid is most advantageous to the city, price and other factors considered. 1.2 Award will be based upon any analysis of the following criteria: Bidders ability to produce the goods or services requested, performance on similar contracts, and an Page 3 of14 evaluation of the bidder's understanding of the purchaser's needs. To demonstrate bidder's qualifications to perform the work, each bidder must submit with their bid, five (5) customer references for similar miscellaneous pavement improvements projects, including name of customer, telephone number and individual to contact. 7.3 The anticipated start date is as soon as practical after the bid is awarded. The Contractor will have thirty (30) calendar days to finish the project, from start date to completion of the project. (The owner fuels this project can easily be completed in thirty days or less) 7.4 One contract shall be awarded to the lowest responsive bidder based on the total of improvements on all three street segments combined. 8.0 CERTIFICATES OF INSURANCE REQUIRED 8.1 The Contractor shall agree to furnish and maintain, during the period of this agreement, insurance coverage meeting the following rt«luirements: a. 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 shall include Products/Completed Operations, ($1,000,000 Products/Completed Operations Aggregata) and XCU (explosion, collapse & undergrOWld) Hazards. Coverage for Products! Completed Operations must be maintained for at least two (2) years after the work is completed. Coverage must be written on an Occurrence Form. Contractual Liability must be maintained with respect to the contractor's obligations contained in the contract. b. Workers Compensation insurance at statutory limits, including employers liability coverage at minimum limits 0($100,000 per occurrence -each accident, $100,000 per occurrence -disease, and $500,000 aggregate -disease. c. Commercial automobile liability insurance at minimum combined single limits of $500,000. per occurrence for owned, non-owned and hired coverage. 8.2 Contractor shall provide the following endorsements: a. Named insured wording which includes the Contractor and the Town of Addison with respect to general liability, automobile liability. b. All liability policies shall contain cross liability and severability of interest clauses. c. A waiver of subrogation in favor of the Town of Addison with respect to the worker's compensation insurance and all other insurance policies. . d. The policy shall be endorsed to require the insured to immediately notilY the Town of Addison of any material changes in the insurance coverage. 8.3 All insurance shall be purchased from an insurance company, which meets the following requirement: Page4of14 a. Must be issued by a carrier, which is rated" A-I" or better by A.M. Best's Key Rating Guide. b. Licensed and admitted to do business in the State of Texas and is a subscriber to the Texas Guaranty Fund. 8.4 All insurance must be written on furms filed with and approved by the Texas State Board of Insurance. Certificates of insurance shall be prepared and executed by the insurance company or it's authorized agent and shall contain provisions representing and warranting the following: 8. The company is licensed and admitted to do business in the state of Texas. b. The Texas State Board of Insurance has approved the company's forms. c. Sets forth all endorsements as required above. d. The Town of Addison will receive at least thirty (30) days notice prior to cancellation or termination of insurance. 9.0 BONDS REQUIRED Bonds must be executed prior to beginning work on the project and must be executed by a corporate surety authorized and admitted to do business in the State of Texas and licensed by the State to issue sorely bonds. The Surety must be listed in the most recent U.S. Treasury Department's "List of Acceptable Sureties", issued annually on July L 9.1 The Bid Bond shall be made payable to the Town of Addison in the amount offive per cent (5%) of the Bidders total bid price. Security shall be in the form of a certified bank check or a Bid Bond issued by a corporate surety authorized and admitted to do business in the State of Texas and licensed by the State to issue surety bonds. The surety shall also appear as a qualified surety on the list from the U.S. Treasury Department 9.2 The Performance Bond shall be in an amount equal to the total contract price and guarantee that the Contractor shall repair andlor replace any defects in workmanship or materials used therein, for a period of one (I) year from the date of final acceptance of the work by the owner. 9.3 The Payment Bond shall be in an amount equal to the total contract price and guarantee payment to all persons supplying labor and materials or furnishing equipment in the execution oftbe Contract 9.4 The Maintenance Bond shall furnish by the contractor the Owner, upon acceptance of the work by the Owner. Such Maintenance Bond shall be for a period of one year from the date of acceptance. The amount of the Maintenance Bond shall be 100% of the Contract Price. All bonds shall be signed by Contractor as principal and by an established bonding company approved by Owner, as surety. Bonds shall be accompanied by appropriate power-of-attorney clearly establishing extent and limitations of authority of each signer to so sign, and where the work is performed and to whom Page 50f14 any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. All bonds shall be made on forms complying with requirements of laws of the State of Texas. 10.0 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 !be matter to Alternative Dispute Resolution pursuant to !be laws of the State of Texas. Tbe parties shall select a third party arbitrator or mediator ftom the current list of neutrals on file with the Alternative Dispute Resolution Administrator of!be 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 of Texas. 11.0 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 of Addison has a policy that prohibits discrimination against any person because of race, color, sex, or national origin, in !be award or performance of any contract. The Town of Addison will require its employees, agents, and contractors to adhere to this policy. Page 6 of14 Special Instructions EwiBg Drive Approach Improvements 1.0 General 1.1 The bid prices shall reflect the furnishing of all labor and materials necessary for the complete construction of the proposed improvements. Construction shall be in accordance with all contract documents, engineering plans, the latest edition of the NTCOG Standard Specifications for Public Works Construction, and as descnlJed in the specifications. Signs, barricades, warning devices, as a minimum, shall conform to the Texas Manual on Uniform Traffic Control Devices 1.2 All work within the public right-of-way shall also comply with the Town of Addison Street Excavation Ordinance #85-094, #88-031 and #608. 1.3 The contractor shall maintain a minimum of one lane of free flow traffic, in each direction on Ewing Drive, at all times. _ 1.4 A copy of the concrete andlor asphalt batch designs shall be submitted for approval, prior to construction. 1.5 Contractor shall adjust any boxes, valve stacks, clean outs, etc. to fmished grade as directed, and shall be considered subsidiary to total cost of project. 1.6 All communication with adjacent property owners or tenants shall be the responsibility of the Street Superintendent or Construction Inspector. 1.7 Owner reserves the right to sequence scope of work as necessary. 1.8 Contractor shall employ a qualified project manager who will be responsible for directing all work crews. Project Manager shall remain on the job at all times, in order to supervise the work of all sub-contractors, as well as the Contractor's own work crews. 1.9 Contractor shall be responsible for maintaining temporary security fencing around project site. Page7ofl4 FULL-DEPTH REPAIR OF EXISTING CONCRETE PAVEMENT Desmption. This Item shall govern for full-depth repair of portland cement concrete pavement in accordance with the existing roadway section and the details shown on the plans, and to the lines and grades established by the Engineer. Materials. (1) Concrete. Concrete shall be ASTM C-150 Type 1. The course aggregate shall be either Grade 2 or 3. Air entrainment will be required. (Air entrained content of three (3) to six (6) percent, or as directed by the Town of Addison Street Superintendent) The fine aggregate shall be Grade I with a fmeness modulus of 2.3 to 3.1. All admixtures used shall be pre-approved by the Town of Addison Street Superintendent, except the addition of an ASTM Type C non-chloride set-accelerating admixture that may be required at the job site when the temperature of the concrete is above 55 degrees F. Either transit-mix. or central-mix concrete will be permitted. If the concrete fails to reach the required 24 hour strength, the Town of Addison Street Superintendent may direct that the concrete be removed and replaced at the Contractor's expense. Concrete shall be designed to include seven and a half (7 Yz ) sacks of Type I cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. An ASTM Type A water-reducing admixture and an ASTM Type C non-chloride set-accelerating admixture may be used to achieve the earliest possible concrete-setting times. The concrete will be designed to achieve a minimum flexural strength of 550 p.s.L in 24 hours. Additional minimum flexural strength requirements are 750 p.s.i. in 14 days. (2) Epoxy. Epoxy shall be AI03 or approved equal and shall be installed per the manufacturer's instructions. Construction Methods. The areas to be repaired will be outlined on the slab by the Town of Addison Street Superintendent. The square yardage shown on the plans to be repaired is for bidding purposes only. Actual dimensions of areas to be repaired will be determined during construction by the Town of Addison Street Superintendent. A pressure relief groove approximately 2 inches deep shall be sawed transversely 6 inches (to the inside) from the patch ends. Full-depth saw cuts shall be made transversely along the patch ends. Unless otherwise shown on the plans, longitudinal saw cuts shall be full depth along the patch sides. If in the opinion of the Town of Addison Street Superintendent, spalling occurs along the full·depth longitudinal saw cut, the longitudinal saw cutting shall then include a longitudinal 2-inch deep pressure relief groove and be performed in the same manner as the transverse saw cutting. Additional full-deplh saw cuts may be made as needed to facilitate removal of the concrete within the limits of the required full-depth cuts. Concrete adjacent to the patch shall not be spalled or fractured by the removal procedure. NOTE -Only perimeter full depth saw cuts are a pay item. All additional saw cuts are incidental to the pavement pay item. The concrete shall be removed, taking care not to disturb disturb the underlying pavement support. The total lift-out method shall be used within the limits of the full-deptb saw cuts. The \ift-out method shall include having the slab Page 8 of14 loaded directly onto trucks. There shall be no breaking up of the slab along side the repair area. AU loose sub-base material shall be removed and replaced with concrete, and is incidental to the pavement pay item. With regard to individual repair locations, the Contractor shall schedule his work so that the concrete placement will follow the full-depth saw cut by no more than seven (7) days. Repairs made on streets requiring night work will be excavated, poured, and open to traffic in eight (8) hours. Repairs on streets allowing daytime work must be opened to traffic within twelve (12) hours of start of excavation. New reinforcing bars shall be placed and firmly supported by approved bar chairs. For all concrete pavement, the following procedure of reinforcement shall apply: The longitudinal 􀁴􀁩􀁾􀁢􀁡􀁲􀁳􀀠shall be r:einforcing steel as detailed on the plans. The depth of reinforcing steel into the existing concrete shall be not less than 6 inches. The longitudinal 􀁴􀁩􀁾􀁢􀁡􀁲􀁳􀀠 shall be epoxy grouted into the existing concrete. Transverse tie-bars shall be No. 5 X 24 inches reinforcing steel and shall be epoxy grouted, with the same grout as used for the longitudinal tie-bars, into the existing concrete pavement to a depth of 12 inches. All reinforcing steel for the repair shall be No. 5 X 12" on center. Drilling of holes for 􀁴􀁩􀁾􀁢􀁡􀁲􀁳􀀠in the existing slab shall be by core drilling only, no hand-held hammer or impact drilling permitted. Concrete placement shall not begin in a given patch until the 􀁴􀁩􀁾􀁢􀁡􀁲􀀠and dowelbar grout has attained sufficient strength to preclude displacement of the tie-bars by the concrete, or as determined by the Town of Addison Street Superintendent. Grout retention disks shall be used when required on the plans. Immediately prior to placing the concrete, the sub-base and each face of existing concrete shall be wetted. Approved hand manipUlated mechanical vibrators shall be used to insure the proper consolidation of the concrete. The concrete shall be screeded to the elevation of the adjacent concrete pavement and checked with a straightedge to insure that the riding surface will be satisfactory. The concrete shall be given a broom finish and all edges shall be tooled. The concrete shall be cured immediately after finishing operations have been completed. Membrane curing shall be used for the curing of the repaired area. The curing period shall extend only until the repaired area is opened to traffic. The repaired area may be opened to traffic when the concrete has attained a flexural strength of 255 p.s.i. All test specimens representing tests for opening to traffic shall be cured using the same methods and under the same conditions as the repaired area. Modifications to the 􀁳􀁰􀁾􀁩􀁦􀁩􀁥􀁤􀀠co nstruction methods, requested by the Contractor, must be submitted to the Town of Addison Street Superintendent in writing fur his approval. Page90fl4 Measurement. Payment. This Item will be measured by the square yard of surface area, except for areas that require repair which were damaged by the negligence of the Contractor. The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pavement", of the nominal depth specified. This price sbaII be full compensation for additional sawing and breaking the existing pavement structure; fur the removal and loading of the broken concrete or loose sub-base; for furnishing all materials; for all reinforcing steel; for all curing; and fur all manipUlations, labor, equipment, tools and incidentals necessary to complete the work. Expansion joints are subsidiary and m! a pay item. Page IOofl4 -.-" " I " ,,,.:"'" " l 􀁇􀁾􀀠 se::nON .. . . ." ...􀁾 􀀮􀀠'., .'. ...􀁾 􀀮􀀬􀀠.'. 􀂷􀁾􀀬􀂷􀀺􀁉􀀠 􀁾􀀺􀀺􀀺􀀠;:.: .... : ::;.: .' " 􀁾􀀧􀀧􀀧􀁾􀀮􀀧􀀠 .... .".. . -:' "... '.:. ': " :. ,'., 􀀮􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀁾􀁾􀀠 •••. I "OM " 1 . 􀀧􀀺􀀷􀀧􀁾􀀧􀀺􀀠,;',,7-: ."J"f{"""'-..;.. ... " Page 11 ofl4 · . F'HtISE I FHASE I Page 12ofl4 .: 􀁾􀀠 I ." ·f BID FORM BID NO. 01-10 EWING DRIVE APPROACH IMPROVEMENTS BIDDER'SNAME _______________ T.LN. ____ _ ADDRESS _____________ CITY ______ 􀁾􀁚􀁗􀀠______ _ PHONE(L _ 􀁊􀀩􀁾􀀠_______________ 􀁾􀁆􀁁􀁘􀀨􀁌􀀠_ 􀁊􀀩􀁾􀀠______________ _ E-NUUL ________ __ I have received, read and understand all pages of these instructions and specifications. I will abide by all areas of these specifications, and I am a legal agent of the above named company, authorized to sign this bid. Affiant further states that Bidder has not paid, given, or donated or agreed to pay, give or donate to any officer or employee oftha Town of Addison any money or other thing of value, either directly or indirectly, in procuring of the Contract. 􀁁􀁕􀁔􀁈􀁏􀁒􀁉􀁚􀁅􀁄􀁏􀁆􀁆􀁉􀁃􀁅􀁒􀀯􀁏􀁗􀁎􀁅 􀁒􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀽􀁾􀁾􀀭􀀭􀀭􀀭 (Signature) (Title) NAME OF CONTACT •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• Item # I 2 3 4 5 6 7 EWING DRIVE APPROACH IMPROVEMENTS Estimated Qty. Lump Sum 240 Linear Feet 110 Cubic Yards 4.5 Tons 220 Linear Feet Lump Sum 4 Each Description Mobilization, Bonds & Insurance Remove Existing F enre Haul & Place Earth Fill @95% Std. Proctor Density 3" H.M.A.C. Asphalt, Type "0" Permanent Fence with 3 Strand Barbed Wire Striping & Marking Install 12 ft. Long Permanent Gates with 3 Strand Barbed Wire Page 13 of14 Unit Price $,-----$_---Total $,---- TOTAL MATERIALS AND SERVICES Customer Referenees Company Name Contact $,----Phone Number 1._______________ _ __________ 3., _________________ , ____________ ___ Page 14of14 /To: Mr. Steven Z. Chutehian, P.E. From: Mori Aldaavan, P.E. Assistant City Engineer ,Company: Town of Addison 16801 Westgrove Addison, Texas 75248 . Dal-Tech Eogineering, Inc. 17311 Dallas Parkway Suite 200 Subject: Ewing Drive -Drive Approaches DTE Job #0054 Dallas, Texas 75248 (972) 250-2727 (972) 250-4774 Fax Date: November 22, 2000 ITEMS SENT: ELECTRONIC FILES --l!'/'-. BLUELlNES __ SEPIAS __ CO.RRESPONDENCE __ RENDERINGS __ XEROX __ SPECIFICATIONS COPIES ITEM DESCRIPTIO;N /0 1 Sets of Engineering Plans for Ewing Drive TRANSMlITED AS FOLLOWS: ./FOR YOUR USE ___ 􀁔􀁏􀁂􀁅􀁒􀁅􀁾􀁄􀀠 MESSAGE: __ FOR APPROVAL RESUBMITIED __ FOR COMMENT OTHER SIGNED: Jt'bL,,:' 􀁾􀀼􀀭􀀺􀂭 Morl Akhavan -i!iiiiii!oii!il!!!!!!i!!o"'iiiooo.o..i 􀁾􀀠fINANCE DEPARTMENT { PURCHASING DIVISION 5350 BsllUne Road (972)450-7091-Facsinrile (972) 450-70% PostOffito 8",,9010 Addison, Texas 75001 Bryan Langley Assistant Dicedor of Finance INVIT A nON TO BID The Town of Addison is accepting bids from all interested parties for Ewing Drive Approach Improvements. Bid No: 01-10 Bid Name: Ewing Drive Approach Improvements Bid Opening: 2:00PM, January 3, 200 1 Purchasing Division Addison Finance Building 5350 Belt Line Addison, Texas 75240 If you do not wish to bid, but do wish to remain on the bidder list, please return an envelope with your company name and address on the outside and clearly marked "NO-BID" BID #01-10. It will not be necessary to return any ofthe bid forms or documents if you wish to "NO-BID". For questions concerning the biding process, contact Bryan Langley, Assistant Finance Director, at 972/450-7090 or e-mail blangley@l:i.addison.tx.us. For questions concerning the scope of the work contact Mr. Steve Chutchian, Assistant City Engineer at 972450-2886 or e-mail schutchian@ci.addison.tx.us. If you are not a member ofDemandStar.com and wish to obtain a free copy of the bid specifications. you may pick one ul1 at the Purchasing Dt!partment. 5350 Belt Line Road. Addison. Texas 75240. Page 1 of14 TOWN OF ADDISON INSTRUCTIONS TO BIDDERS 1.0 RECEIPT AND PREPARATION OF THE BID 1.1 Bids will be received by the Purchasing Coordinator of the Town of Addison until time specified in the Invitation to Bid, at which time bids will be publicly opened and read aloud, in the Finance Building of the Town of Addison located at 5350 Belt Line Rd., Addison, TX 75240. Bids must be received by the specified time in order to be considered, and bids submitted after this closing time will not be considered and will be returned unopened. 1.2 Each bid shall be enclosed in a sealed envelope, addressed to the Purchasing Coordinator. Town of Addison, P.O. Box 9010, Addison, Texas, 75001. Bids must be labeled in the lower left-hand comer with the bid name and number. Bidders must also include their company name and address on the outside of the envelope. 1.3 Bidders are responsible fur making certain bids are delivered to the purchasing department. Mailing of a bid does not insure that the bid will be delivered on time or delivered at all. If bidder does not hand deliver bid, it is suggested that he/she use some sort of delivery service that provides a receipt. 1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Any bid received after the time and date specified will not be considered. 1.5 The Town of Addison reserves the right to postpone the date and time for opening bids through an addendum. 2.0 ADDENDA AND EXPLANATIONS 2.1 Bidders having any questions regarding the true meaning of the specifications or terms and conditions shall submit these questions to the Purchasing Manager. Any and all interpretations or supplemental instructions, which, if issued, will be sent to all prospective bidders. A copy of all addenda issued must be signed and returned with your bid. 3.0 TAXES All bids are required to be submitted without State Sales tax. The Town of Addison is exempt from payment of such taxes and a Tax Exemption Certificate will be executed for the successful bidder. 4.0 SCOPE OF WORK The work under this contract shall consist of the items or services contained in the bid, including all materials, equipment, labor and all other items necessary to complete said work in accordance with the contract documents. Page 2 of14 5.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITES 5.1 Before submitting a bid, each bidder must thoroughly examine the contract documents and project site to ensure that the services you are proposing meets the intent of these specifications. 5.2 The Town of Addison is not responsible for incomplete bid packets. 5.3 Bidders are instructed to return all pages of bid packet that contain written responses from you. 6.0 BIDDING 6.1 Bid Bond The Bidder will be required to submit a Bid Security, made payable to the Town of Addison in the amount of five per cent (5%) of the Bidders total bid price. Security shall be in the form of a certified bank check or a Bid Bond issued by a corporate surety authorized and admitted to do business in the State of Texas and licensed by the State to issue surety bonds. The surety shall also appear as a qualified surety on the list from the U.S. Treasury Department The Bid Security of the Successful Bidder will be retained until such Bidder has furnished a performance bond, payment bond, & maintenance bond equal to the total contract price. Contractor shall include this cost in his bid. Bonds must be furnished within five (5) days of the Notice of Award. If the Bidder fails to furnish the required Bonds within the prescribed time, the Owner may annul the N ctice of A ward and the Bid Security of that Bidder will be forfuited. The Bid Security of any Bidder whom the Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the Contract is awarded. Attorneys-in-fact who sign bid bonds must file with each bond, a certified and effectively dated copy of their Power of Attorney. 6.2 Bidders are instructed to consider the following factors in preparation of your bid: a. Bids shall remain firm for a period of 45 calendar days after the scheduled bid opening. b. Exceptions to any specifications, or part thereof, must be clearly stated and included with your Bid Proposal Form. c. Bidders are instructed to include all necessary charges, related to this contract. 7.0 AWARD OF CONTRACT 7.1 The Town of Addison reserves the right to reject any or all bids, reject any particular item on a bid, and to waive immaterial formalities. The contract will be awarded to the lowest responsible bidder whose bid is most advantageous to the city, price and other factors considered. 7.2 Award will be hased upon any analysis of the following criteria: Bidders ability to produce the goods or services requested, performance on similar contracts, and an Page 3 of14 evaluation of the bidder's understanding ofthe purchaser's needs. To demonstrate bidder's qualifications to perform the work, each bidder must submit with their bid, five (5) customer references for similar miscellaneous pavement improvements projects, including name of customer, telephone number and individual to contact. 7.3 The anticipated start date is as soon as practical after the bid is awarded. The Contractor will have thirty (30) calendar days to finish the project, from start date to completion of the project. (The owner feels this project can easily be completed in thirty days or less) 7.4 One contract shall be awarded to the lowest responsive bidder based on the total of improvements on all threc street segments combined. 8.0 CERTIFICATES OF INSURANCE REQUIRED 8.1 The Contractor shall agree to furnish and maintain, during the period of this agreement, insurance coverage meeting the following requirements: a. Commercial General Liability Insurance at minimum combined single limits of $500,000 per per occurrence and $1,000,000 general aggregate for Bodily Injury and Property Damage, which coverage shall include Products/Completed Operations, ($1,000,000 ProductsICompleted Operations Aggregate) and XCU (explosion, collapse & underground) Hazards. Coverage for Products! Completed Operations must be maintained for at least two (2) years after the work is completed. Coverage must be written on an Occurrence Form. Contractual Liability must be maintained with respect to the contractor's obligations contained in the contract. b. Workers Compensation insurance at statutory limits, including employers liability coverage at minimum limits of$100,000 per occurrence -each accident, $100,000 per occurrence -disease, and $500,000 aggregate -disease. c. Commercial automobile liability insurance at minimum combined single limits of $500,000. per occurrence for owned, non-owned and hired coverage. 8.2 Contractor shall provide the following endorsements: a. Named insured wording which includes the Contractor and the Town of Addison with respect to general liability, automobile liability. b. AJlliability policies shall contain cross liability and severability of interest clauses. c. A waiver of subrogation in favor of the Town of Addison with respect to the worker's compensation insurance and all other insurance policies. d. The policy shall be endorsed to require the insured to immediately notij'y the Town of Addison of any material changes in the insurance coverage. 8.3 All insurance shall be purchased from an insurance company, which meets the following requirement: Page 4 of 14 a. Must be issued by a carrier, which is rated "A-I" or better by A.M. Best's Key Rating Guide. b. Licensed and admitted to do business in the State of Texas and is a subscriber to the Texas Guaranty Fund. 8.4 All insurance must be written on forms filed with and approved by the Texas State Board ofInsurance. Certificates of insurance shall be prepared and executed by the insurance company or it's authorized agent and shall contain provisions representing and warranting the following: a. The company is licensed and admitted to do business in the state of Texas. b. The Texas State Board ofInsurance has approved the company's forms. c. Sets forth all endorsements as required above. d. The Town of Addison will receive at least thirty (30) days notice prior to cancellation or termination of insurance. 9.0 BONDS REQUIRED Bonds must be executed prior to beginning work on the project and must be executed by a corporate suretY authorized and admitted to do business in the State of Texas and licensed by the State to to issue surety bonds. The Surety must be listed in the most recent U.S. Treasury Department's "List of Acceptable Sureties", issued annually on July 1. 9.1 The Bid Bond shaH be made payable to the Town of Addison in the amount of five per cent (5%) of the Bidders total bid price. Security shall be in the form of a certified bank check or a Bid Bond issued by a corporate surety authorized and admitted to do business in the State of Texas and licensed by the State to issue surety bonds. The surety shall also appear as a qualified surety on the list from the U.S. Treasury Department 9.2 The Performance Bond shall be in an amount equal to the total contract price and guarantee that the Contractor shaH repair andlor replace any defects in workmanship or materials used therein, fur a period of one (l) year from the date of final acceptance of the work by the owner. 9.3 The Payment Bond shall be in an amount equal to the total contract price and guarantee payment to all persons supplying labor and materials or furnishing equipment in the execution of the Contract. 9.4 The Maintenance Bond shall furnish by the contractor the Owner, upon acceptance of the work by the Owner. Such Maintenance Bond shall be for a period of one year from the date of acceptance. The amount of the Maintenance Bond shall be 100% of the Contract Price. All bonds shall be signed by Contractor as principal and by an established bonding company approved by Owner, as surety. Bonds shall be accompanied by appropriate power-of-attorney clearly establishing extent and limitations of authority of each signer to so sign, and where the work is performed and to whom PageS of14 any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. All bonds shall be made on forms complying with requirements oflaws ofthe State of Texas. 10.0 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 befure filing a lawsuit the parties agree to submit the matter to Alternative Dispute Resolution pursuant to the laws of the 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 the laws of the State of Texas. 11.0 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 of Addison has a policy that prohibits discrimimtion against any person because of race, color, sex, or national origin, in the award or performance of any contract. The Town of Addison will require its employees, agents, and contractors to adhere to this policy. Page 6 of14 Special Instructions Ewing Drive Approach Improvements 1.0 General 1.1 The bid prices shall reflect the furnishing of all labor and materials necessary for the complete construction of the proposed improvements. Construction shall be in accordance with all contract documents, engineering plans, the latest edition of the NTCOG Standard Specifications for Public Works Construction, and as described in the specifications. Signs, barricades, warning devices, as a minimum, shall conform to the Texas Manual on Uniform Traffic Control Devices 1.2 All work within the public right-of-way shall also comply with the Town of Addison Street Excavation Ordinance #85-094, #88-031 and #608. 1.3 The contractor shall maintain a minimum of one lane of free flow traffic, in each direction on Ewing Drive, at all times. 1.4 A copy of the concrete and/or asphalt batch designs shall be submitted for approval, prior to construction. 1.5 Contractor shall adjust any boxes, valve stacks, clean outs, etc. to finished grade as directed, directed, and shall be considered subsidiary to total cost of project. 1.6 All communication with adjacent property owners or tenants shall be the responsibility of the Street Superintendent or Construction Inspector. 1.7 Owner reserves the right to sequence scope of work as necessary. 1.8 Contractor shall employ a qualified project manager who will be responsible for directing all work crews. Project Manager shall remain on the job at all times, in order to supervise the work of all sub-contractors, as well as the Contractor's own work crews. 1.9 Contractor shall be responsible for maintaining temporary security fencing around project site. Page 7ofl4 FULL-DEPTH REPAIR OF EXISTING CONCRETE PAVEMENT Description. This Item shall govern for full-depth repair of portland cement concrete pavement in accordance with the existing roadway section and the details shown on the plans, and to the lines and grades established by the Engineer. Materials. (1) Concrete. Concrete shall be ASTM C-lSO Type 1. The course aggregate shall be either Grade 2 or 3. Air entrainment will be required. (Air entrained content of three (3) to six (6) percent, or as directed by the Town of Addison Street Superintendent) The fine aggregate shall be Grade I with a fineness modulus of 2.3 to 3.1. All admixtures used shall be pre-approved by the Town of Addison Street Superintendent, except the addition of an ASTM Type C non-chloride set-accelerating admixture that may be required at the job site when the temperature of the concrete is above 55 degrees F. Either transit-mix or central-mix concrete will be permitted. If the concrete fuils to reach the required 24 hour strength, the Town of Addison Street Superintendent may direct that the concrete be removed and replaced at the Contractor's expense. Concrete shall be designed to include seven and a half (7 Y, ) sacks of Type I cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. An ASTM Type A water-reducing admixture and an ASTM Type C non-chloride set-accelerating admixture may be used to achieve the earliest possible concrete-setting times. The concrete will be designed to achieve a minimum flexural strength of 550 p.s.i. in 24 hours. Additional minimum flexural strength requirements are 750 p.s.i. in 14 days. (2) Epoxy. Epoxy shall be A103 or approved equal aod shall be installed per the manumcturer's instructions. Construction Methods. The areas to be repaired will be outlined on the slab by the Town of Addison Street Superintendent. The square yardage shown on the plans to be repaired is for bidding purposes only. Actual dimensions of areas to be repaired will be determined during construction by the Town of Addison Street Superintendent. A pressure relief groove approximately 2 inches deep shall be sawed transversely 6 inches (to the inside) from the patch ends. Full-depth saw cuts shall be made transversely along the patch ends. Unless otherwise shown on the plans, longitudinal saw cuts shall be full depth along the patch sides. If in the opinion of the Town of Addison Street Superintendent, spaJling occurs along the fuJI-depth longitudinal saw cut, the longitudinal saw cutting shall then include a longitudinal 2-inch deep pressure relief groove and he performed in the same manner as the transverse saw cuttiog. Additional full-depth saw cuts may be made as needed to fucilitate removal of the concrete within the limits of the required full-depth cuts. Concrete adjacent to the patch shall not be spalled or fractured by the removal procedure. NOTE -Only perimeter full depth saw cuts are a pay item. All additional saw cuts are incidental to the pavement pay item. The concrete shall be removed, taking care not to disturb the underlying pavement support. The total lift-out method shall be used within the limits of the full-depth saw cuts. The lift-out method shall include having the slab Page 8 of14 loaded directly onto trucks. There shall be no breaking up of the slab along side the repair area. All loose sub-base material shall be removed and replaced with concrete, and is incidental to the pavement pay item. With regard to individual repair locations, the Contractor shaH schedule his work so that the concrete placement will follow the fuH-depth saw cut by no more than seven (7) days. Repairs made on streets requiring night work will be excavated, poured, and open to traffic in eight (8) hours. Repairs on streets allowing daytime work must be opened to traffic within twelve (12) hours of start of excavation. New reinforcing bars shaH be placed and firmly supported by approved bar chairs. For aH concrete pavement, the fuHowing procedure of reinforcement shall apply: The longitudinal tie-bars shaH be reinforcing steel as detailed on the plans. The depth of reinforcing steel into the existing concrete shaH be not less than 6 inches. The longitudinal tie-bars shaH be epoxy grouted into the existing concrete. Transverse tie-bars shaH be No. 5 X 24 inches reinforcing steel and shaH be epoxy grouted, with the same grout as used for the longitudinal tie-bars, into the existing concrete pavement to a depth of 12 inches. All reinforcing steel for the repair shaH be No.5 X 12" on center. Drilling of holes for tie-bars in the existing slab shall be by core drilling only, no hand-held hammer or impact drilling permitted. Concrete placement shaH not begin in a given patch until the tie-bar and dowelbar grout has attained sufficient strength to preclude displacement of the tie-bars by the concrete, or as determined by the Town of Addison Street Superintendent. Grout retention disks shaH be used when required on the plans. Immediately prior to placing the concrete, the sub-base and each face of existing concrete shaH be wetted. Approved hand manipulated mechanical vibrators shaH be used to insure the proper consolidation of the concrete. The concrete shall be screeded to the elevation of the adjacent concrete pavement and checked with a straightedge to insure that the riding surface will be satisfactory. The concrete shall be given a broom finish and all edges shall be tooled. The concrete shall be cured immediately after fInishing operations have been completed. Membrane curing shall be used for the curing of the repaired area. The curing period shall extend only until the repaired area is opened to traffic. The repaired area may be opened to traffic when the concrete has attained a flexural strength of 255 p.s.i. All test specimens representing tests for opening to traffic shall be cured using the same methods and under the same conditions as the repaired area. ModifIcations to the specifIed construction methods, requested by the Contractor, must be submitted to the Town of Addison Street Superintendent in writing for his approval. Page 90f14 Measurement. Payment. This Item will be measured by the square yard of surface area, except for areas that require repair which were damaged by the negligence ofthe Contractor. The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pavement", of the nominal depth specified. This price shall be full compensation for additional sawing and breaking the existing pavement structure; for the removal and loading of the broken concrete or loose sub-base; for furnishing all materials; for all reinforcing steel; for all curing; and for all manipulations, labor, equipment, tools and incidentals necessary to complete the work. Expansionjoints are subsidiary and not a pay item. Page 10 ofl4 /ElCtST1HG REDNOO hI """""""'IS" PIIMT. ...... F\uWT>! ..... JOtHT 'I' ,9vMmA.T.,J f , . 􀁾,􀀠 se;rION Page 11 004 PHASE .ii: . , i Page 12of14 BID FORM BID NO. 01-10 EWING DRIVE APPROACH IMPROVEMENTS BIDDER'S NAME ________________ T.I.N., _____ _ ADDRESS ____________ ,CITY _______ ,ZIP ___ _ PHONE(L __ 􀁾􀀩􀀬􀀠_______________ 􀁆􀁁􀁘􀀨􀁌􀁟􀁾􀀩􀀠___________________ _ E-MAIL'---____________ _ I have received, read and understand all pages of these instructions and specifications. I will abide by all areas of these specifications, and I am a legal agent of the above named company, authorized to sign this bid. Affiant further states that Bidder has not paid, given, or donated or agreed to pay, give or donate to any officer or employee of the Town of Addison any money or other thing of value, either directly or indirectly, in procuring ofthe Contract. 􀁁􀁕􀁔􀁈􀁏􀁒􀁾􀁅􀁄􀁏􀁾􀁃􀁅􀁒􀀯􀁏􀁗 􀁎􀁅􀁒􀀬􀁾􀀠 _________ 􀀽􀁾􀁾􀀭􀀭􀀭􀀭 (Signature) (Title) NAME OF CONTACT •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• Item # 1 2 3 4 5 6 7 EWING DRIVE APPROACH IMPROVEMENTS Estimated Qty. Lump Sum 240 Linear Feet 110 Cubic Yards 4.5 Tons 220 Linear Feet Lump Sum 4 Each Description Mobilization, Bonds & Insurance Remove Existing Fence Haul & Place Earth Fill @95% Std. Proctor Density 3" H.M.A.C. Asphalt, Type "0" Permanent Fence with 3 Strand Barbed Wire Striping & Marking Install 12 ft. Long Permanent Gates with 3 Strand Barbed Wire Page 13 of14 Unit Price Total $,----$_--- TOTAL MATERIALS AND SERVICES Customer References Company Name Contact 1., _________ 􀁾􀀠_ $_---Phone Number 3, ____________________________ _ Page 14of14 :i , """[ ";' ." STEVEN Z. CHUTCHIAN, P.E. Assistant City Engineer (972) 450·2886 (972) 450·2837 FAX (214) 673·2518 Mobile schutcbian@ci.addison.tx.us E-mail Town of Addison 16801 Westgrove Dr" p"o" Box 9010, Addison, Texas 15001·9010 .. & ( e:J) r;t3 SA Fe-Tj-' : rtAY'G -'77Ztf'I-vt; I 􀁒􀁥􀁬􀀢􀀧􀁌􀂣􀀡􀁃􀁾􀀠pDLe.!; GfiPi.v ryr1CA-t-K-S-eC]"lc'V Or 􀀢􀁁􀀭􀁶􀁥􀀢􀀢􀀧􀁬􀁾􀀱􀀠 IN'C£-v-{){ '1/'i .. @!-) ry 􀁦􀁾􀀠 ,r:: A!;'f;'l.4-l-T 􀁰􀁥􀁒􀁾􀁬􀁖􀀢􀁥􀁎􀀱􀀠 (p) pe f' 7H uF f' .A-t-e "'" e 0"" (c) .s v IJ t; tM-fJe. TYI"':; C(J /'1.fA-c 􀀷􀀷􀁾􀀠 e -Ie. (cAt:L I ,y Ii' t1<-T 1"0 ji! '4"r/i! T1r PI €.-L ,-" /IAVT"''"' f" fi C( eAOfj re,vt; e f!!e?{)UT''''''I/Te"'"tp" 􀁾􀁾􀁲􀀠uMSTJ?'< TUJ ..... eA:r"(': 􀁾􀀠􀁾􀀠tJJe 41 ) 6>C d"r /t vTlftJ Ji!. { Z/t-77 0,,-, T/-Iv4'T C-Ill!? IEJ:!S f''''>ViJ s. T<> {)}34 tv 1"-'" q January 5, 2001 MEMORANDUM To: Through: From: Cc: Subject: Chris Terry, Assistant City Manager Mike Murphy, P.E., Director of Public Works Steve Chutcbian, P .E., Assistant City Engineer Jim Pierce, P.E., Assistant Director of Public Works Ewing Drive Approach Improvements Contract Award Attached is the bid tabulation from the Public Works Department for the proposed Ewing Drive Approach Improvements project. These improvements are considered a compliment to the recently completed South Quorumiinwood Connection, Phase I construction project, and consist of the construction of two asphalt drive approach ramps and permanent fencing along the south side of Ewing Drive. In order to accommodate drainage needs on the South QuorumlInwood Connection project, the street pavement was constructed in a manner that required ramp type driveway access to adjacent property. Funding for this project was originally established in the Five Year Capita! Project Bond Program, and as part ofthe South QuorumlInwood Connection project. Rencie International, Inc., submitted the lowest responsive bid in the amount of $16,740.00. Tbe engineering estimate for these improvements was $28,000. The contractor previously completed construction of two related improvement projects fur the Town of Addison. The quality of work was considered excellent and performed in a timely manner on each project. Staff recommends that Council authorize the City Manager to enter into a contract with Rende International, Inc. for construction of Ewing Drive Approacb Improvements, in the amount of$16,740.00. EWING DRIVE APPROACH IMPROVEMENTS BID NO 01-10 DUE: JANUARY 3,2001 \ . BIDDER SIGNED Hencie International, Inc. V TOTAL 16. 7"10. t:)() I. Perez Construction t..f Ilq .. 0(.. Quantum Quantities 'r 􀀳􀁾􀀠6l'f7.OC R Con,lnc. Y Ilf' 070.00 11/27/2ee0 14:0a 9726126954 EWING INVESTMENTS PUBUC WORKS DEPARTMENT 􀁍􀁳􀀮􀁍􀁭􀁹􀁾􀀠 EwingEnt.Iprises, L.P. 4464 Weot:PlanoPadcway Plano, T .... 75093 lh: Town of Addison· Inwood RoadlSoUlb. Quorum A __________ ,FAX '-----" ________ _ E-MAIL _______ _ I have m;eived, read and understand all pages of these instructions and specifications. I win abide by aU areas of these specifications, and I am a legal agent of the above named company 􀁾􀀠authorized to sip this bid. Affiant further states that Bidder has not paid, given, or donated or agreed to 􀁰􀁡􀁹􀁾􀀠give or donate to any officer or employee of the Town of Addison any money or other thing of value. either directly or indireetly, in procuring offhe Contract AUTHORIZED OFFICER /OWNER-=-__ ,--_______ .,--,-.,--___ _ (Signature) (Title) NAMEOFCONTACT _______________________ __ •••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• EWING DRIVE APPROACH IMPROVEMENTS Item # Estimated Qty. Description Unit Price Total I Lump Sum Mobilization, Bonds & Insurance 2 Linear Feet Remove Existing Fence $ 3 Cubic Yards Haul & Place Earth F iII $ @95% Std, Proctor Density 4 Tons 3" H,M.A.C. Asphalt, $ Type "D" 5 Linear Feet Permanent Fence with $ 3 Strand Barbed Wire 6 Lump Sum Striping & Marking $ 7 Each Install 12 ft. Long $ Permanent Gates with 3 Strand Barbed Wire TOTAL MATERIALS AND SERVICES Page 12 of 13 Customer References Company Name Contact Page 13 of 13 Phone Number TRANSMITTAL To: Mr. Steven Z. Chutchian, P.E. Assistant City Engineer Company: Town of Addison 16801 Westgrove Addison, Texas 75248 Subject: Ewing Drive -Drive Approaches DTE Job #0054 Date: November 15, 2000 From: Mori Akhavan, P.E. Dal-Tech Engineering, Inc. 17311 Dallas Parkway Suite 200 Dallas, Texas 75248 (972) 250-2727 (972) 250-4774 Fax ITEMS SENT: ELECTRONIC FILES --"./_ BLUELINES __ SEPIAS __ CORRESPONDENCE __ RENDERINGS __ XEROX __ SPECIFICATIONS I COPIES I ITEM DESCRIPTION II 2 I 1 Sets of Engineering Plans for Ewing Drive B I I TRANSMITTED AS FOLLOWS: ./FOR YOUR USE __ FOR APPROVAL RESUBMITTED __ TO BE RETURNED __ FOR COMMENT OTHER MESSAGE: Debra\\tranmittals\0054\2054.chulchian.doc Scale 1" = 30' ---􀁾􀀠 ------, ......... """"-􀁾􀀠 _ ..... bIaIIDc ChaIr. LIDk Fenoe u 'Req'd. tor the Dew' "!t' . oonetrueUOD. lDJItol.l Tomporoq • .'f: .1' 􀀮􀀻􀁾􀀬􀀠 I Ewing Drive _ _ 􀁾􀁴􀁩􀁮􀁣􀀠Pavinc --/(60' ROW) ---:'\ -I I 􀁾􀀠""""""'"" TwO-WII,J' •3 il "'_. Butto. .. (Typleol) 4!J' BJah 'Fence for duraUoD, of 0 􀀺eoa􀀺ted 􀁾wit􀀮h D􀁾oub"􀀠le. :G::a.t-e .. .a".t ' :.'a"c h .􀁾 􀁜􀀠􀁾􀀮􀀠 :: 􀁾􀀠 􀁾􀀠 =Appr=oaoh at termlnaUoIl of """Ject.. 􀁾􀀠 ) 􀁢􀁾􀁾􀀡􀀮􀀢􀀠.,:.:: 􀀮􀀢􀁲􀁾􀁾􀀱􀁬􀀠 ... _j IE 114 )1 It)E \: )1 " tutalled by oontrator. 2 􀁾􀀠 I Existin Structure ;;777;';';;'777777" J , oE :rlstinC Surface Inlet J I i N i CONSTRUCTION LIMIT AREA 􀁾􀁾􀀠 .1Ifo. l( . r..\)CJQO C)( C(;-.; 􀁱􀁣􀁻􀀩􀁾􀁥􀀭􀀨􀁬􀀠 􀁾􀀠if 􀀨􀁹􀀼􀀻􀁩􀁓􀁾􀀠30 0 30 􀁾􀀠 ------. --. --..-.._ ., . . " 4 .. -------' -' Ewing Drive -' RemQ"",, ExI.tlDII Cbain Link I'en.,., "" Raq'd. for the n.ew .,ollllt.ructicm. InataU Temporary 6' Ifl,h Penae u .boll'll tor the Duration of Prc>Ject. Replace t.o 􀁭􀀢􀀬􀁾􀀢􀁢􀀠 ExieUn&, wltb Double Gates at each A'II'IIreacb. at termination (50' ROW) . I '" ----, --I I I Scale 1" = 30' ////! I I ," ..tE:rbtlD& ,1:1 Surface Inlet i CONSTRUCT10N LIMIT AREA , I " ...... .... Ill> ."... 'IS") IS) IS) ...... ... " co ."''"".. ''c""o CJI " 􀁾􀀠 .􀁾... 􀀠 􀁾􀀠 􀁾􀀠 i .Il.l>. /' rz /' /;, (' , n-/-i I Lj I X .'.J... ,I '00 " . C ( L 􀀭􀁾􀀬􀀠 L..' ., ') /' ') /'{ , ! '-,.' f} . , 􀁾􀀠(/-, I·: ' OJ j( " A ;{ ,'. r, ( J ! 1-. 􀁾􀀭 􀀬􀁾􀁵􀀠 􀁾􀀠 v /Q) T () fi/, If /u u/4_',; /􀁃􀁾􀀩􀀬􀀢􀀠 II /';;7 􀀮􀁾􀀠 -/-TO T A L 0,:: 2 (, TO/I/), C/J-j..,L5 or DALTr:(H , d-0'0-'/) -,fCI.:-' v T () ! ,i ,, -􀀧􀁾􀀠 , 5 ! O,t/y >------------."""- 1 ?-kt t..-tJ '-,1 1 r I :1-􀁾􀀠 :, <; .r I '7 􀀬􀁾􀀠 A IJ } Lt 1'3 . Lp,l . . . I 􀀭􀀭􀁾􀀠 -r _ ' , ;; \( '-{-7' i d. );l c -+ PI] p;;