-"t '. "" 'f.. ,; "'..-:'/' ..􀁾􀀠TOWN OF ADDISON' PAYMENTAUTHORlzATIONMEMO'; '. c, : 􀂷􀂷􀀭􀀺􀀮􀁣􀀻􀀮􀁾􀁾DATE: 12-/S-/t3 2. . ' " "I":'􀁃􀀻􀀧􀁾􀀠.. '. 􀁃􀁨􀀢􀁫􀁾􀁾􀀧􀁾􀀧􀁬􀁾􀁅􀁬􀁾􀀯􀀧􀀠;. .' .; 'J{:i?:;:·, ' Vendor t-lo: . Vendor Name Address Address Address , .... : '" -:.,', " .-,', :Zip Code ." " .I eXPLANATION " 􀁾􀀮􀁦􀀱􀀭􀀯􀀧􀀠􀀻􀁩􀀮􀁪􀁊􀀺􀀭􀁾􀁅􀀧􀀠􀀺􀀺􀁾􀀬,􀁦􀀿􀁥􀀡􀁐􀀧􀀭􀁃􀀴􀀭􀁣 􀁥􀁾􀁾􀁔􀀢􀀻􀁾􀀧􀀺􀁾􀀺􀁾􀀭􀀢􀁣􀀺􀀢􀀢􀀧􀀢􀀠\" "", ' 􀁰􀁾􀀠e4L'f Authorized Signature Finance' , BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Avenue, #220 Dalias, Texas 75231 Fax (214) 361-0204 Phone (214) 361-7900 Town of Addison Date: November 22, 2002 Post Office Box 9010 Addison. Texas 75001-9010 Attention: Mr. Steve Chutchian, P.E. Statement No. 99123A (684) Professional Services through October 27, 2002. in connection with Marsh Lane Waterline from Brookhaven Club Drive to Spring Valley Additional Services -General Administration of Construction Engineer 4.5 Hrs. Word Processor 5.5 Hrs. Expense: Printing $ 58.96 Delivery 8.35 Automobile 5.98 $ 698.21 376.52 $ 1,074.73 73.29 .$ 1,148.02 =====::::== Total Contract Amount $59,390.00 Current Bill ing 1,148.02 Previous Billings 52.212.90 Balance .$ 6.029.08 · ('( 􀁾􀁏􀁗􀁌􀁅􀁓􀀠&THOMPSOL A Professional CorpGration GATTORNEYS AND COUNSELORS ANGELA K, WASHINGTON 214,672.2144 AWASH!NGTON@COfNLESTHOMPSON.COM November 7, 2002 Mr. Bill Shipp Assistant to the City Manager/Economic Development Town of Addison P.O. Box 9010 Addison, TX 75001-9010 RE: Marsh Lane Waterline Easement Purchased from Tarragon Brooks, LP Dear Bill: Enclosed for the Town's files is the title insurance policy for the Waterline Easement purchased from Tarragon Books, LP. Also enclosed is an endorsement to the policy deleting the arbitration provision. If you have any questions, please give me a call. Sincerely, 􀁾􀁡􀁳􀁨􀀩􀀡􀀮􀀠 raj 􀁾􀀠mgton -1tf'" AKW/yjr Enclosures c(w/o Enclosures): Mr. Steve Chutchian Mr. Kenneth Dippel, w/finn 90t MAIN STREET SUITE 40-00 DALLAS, TEXAS ;5202 }l93 TEL 214,612,2000 FAX 214,b72"2020o ALL A S T Y L E R WWW CQWLESTHOMPSON.COMOucumo;:nl 􀁾􀀠􀁪􀀻􀀩􀁾􀀷􀁊􀁏􀁉􀁉􀀠 .... -. -':.: . : , , ,TOWN OF ADDISON "'\ PAYMENT AUTHORIZATION'MEMO "";.:,:', ," ...... , " 􀁃􀁨􀁥􀁃􀁫􀀿􀀺􀁾􀁾􀀺􀁾􀁾􀁾􀁩􀁩􀁩􀀬􀁩􀁾􀀺􀀧DATE: Claim #' '.:,:􀂷􀀺􀀧􀀯􀁴􀁾􀁾􀀺􀁾􀁾􀀮􀀻􀁴􀁕􀂷􀀺􀁾􀀻􀁾􀀻􀀻� �􀀺􀀧􀀮􀁾􀁽􀀠,:'? : " .' ., Vendor NO: , ,. ,'.".􀀧􀂷􀀺􀀺􀂷􀀧􀁦􀂷􀁾􀀢􀁾􀁄􀁩􀀺􀀼􀀮􀀬􀂷􀀠'.' 􀁾􀁾􀀭􀀭􀀭􀀭􀀮􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀁾􀁾􀁾􀁾􀁾􀀠". Vendor Name BIRKHDFf:) 􀁈􀁅􀁴􀁶􀁰􀁾􀀧􀁃􀁾􀀠('􀁣􀀻􀀧􀁾􀀱􀁩 􀁚􀁾􀀯􀀼􀀲􀀬􀁩􀀮􀀠􀁾􀀮􀀺􀀢􀀢􀀠Address '?sz72 fiefEFtvV/i.£.e. Ah:', 4/22.0, C ',', Address 75'2.3/: ...Address , 􀁾􀀠'.',', -., .... Zip Code ...... ..., ,': EXPLANATION ',' 􀂷􀀯􀁌􀁴􀁴􀁉􀀷􀂣􀀮􀁩􀁲􀁬� �􀀬􀂷􀀠􀂷􀁵􀀻􀀮􀀭􀀱􀀴􀂷􀁾􀀺􀀠i-(,,;..e. .􀁾􀁐􀁴􀁲􀁴􀁣􀁥􀁾􀀺􀁥􀁾..􀀢􀀺􀀺􀀺􀀮􀀺􀀭􀀺􀁾􀁣􀀺􀂷􀀠."" , 􀁥􀀻􀁖􀁾􀁲􀀻􀀮􀁾􀂷􀀯􀁾􀀠.􀁾􀁬􀁬􀀨􀀻􀁴􀀮􀀬􀀠. ':;.." .' ", ..., .p Authorized Signature Finance " -.,' 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 Daw: October 21, 2002 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian, P.E. Statement No. 99123A (614) Professional Services through September 29, 2002, in connection with Marsh lane Waterline from Brookhaven Club Drive to Spring Valley Additional Services -Bidding Process Engineer 9.0 Hrs. Engineer 1.5 Hrs. Word Processor 7.5 Hrs. Additional Services -Redesign AutoCAD Tech I 14.0 Hrs. AutoCAD Tech II 3.0 Hrs. Drafting 6.0 Hrs. Survey 2.0 Hrs. Word Processor 2.0 Hrs. Expense: Printing $ 1,396.42 194.86 488.04 $ 1,310.88 223.37 142.89 82.99 145.06 $ 1,905.19 66.00 $ 2,079.32 1.971.19 􀁾􀀰􀀧􀀰􀀠 Total COntract Amount $59,390.00 Current Billing 4,050.51 Previous Billings 48,162.39 Balance $ 7,177.10 "'....... ';'" , .:. " .. ". : . ,TOWN OF ADDISON ", PAYMENT AUTHORiZATION ,MEMO , , ' Claim # ' ..".. " .' Vendor Name Rtcofl;/􀀮􀁲􀁾􀀬􀀠. ,', Address 132-2./Address ,'.. Address 7S234 " ." .. " ,Zip Code TOTAL S-s; 3.2...>; 6"7 ",", . . " ',' . , , T': .EXPLANATION F(tVAL' 􀀬􀀯􀀮􀀺􀀫􀁹􀁾􀀻􀀧􀀻􀀢􀁾􀀢􀀠'( 􀀧􀀫􀀺􀀻􀀢􀀿􀁾􀁾􀀷􀀷􀀮􀀮􀁥􀁾􀀧􀁾􀀦􀀢􀁾􀁾􀀿􀁊􀀭􀀮􀀢􀀠.. ', /t1 A-1Z;t"I L;';. .'Ur/4 􀁲􀁩􀀺􀀿􀁥􀀺􀁪􀀺􀁾􀁥􀁲􀀿􀀴􀀺􀁩􀁥􀁾􀀧􀁩􀀻􀁾􀁩􀀧􀀼' . :;;;0r 􀁾􀁾􀀮􀀠Authorized Signature Finance .' . MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 retainage FROM: 08/31102 TO: 01/00100 JOB#275 33 2"AIRNACASSY.w 2"GATE VALVE EA 1 $2,000.00 2.00 2.00 0.00 $2,000.00 $4,000.00 34 IRRIGATION REPAIRS lS 1 $5,000.00 1.00 1.00 0.00 $5,000.00 $5,000.00 ------PREVIOUS ESTIMATES EST#1 $185,596.20 EST#2 68,161.71 EST#3 19,173.15 EST#4 EST#5 TOTAL PREVIOUS PAYMENTS RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 􀁐􀁈􀀣􀀹􀀷􀀲􀀮􀀴􀀡􀀡􀀱􀁾􀀴􀀮􀀸􀀹􀀷􀀴􀀠$272,931.06 DATE A C4L-􀀯􀁴􀁬􀀧􀀯􀁾􀀮􀀲APPROVED BY DATE $311.410.00 $303,256.73 ORIGINAL CONTRACT AMOUNT AMOUNT OF WORK COMPLETED APPROVED CHANGE ORDERS $311,410.00 $303,256.73 $0.00 TOTAL COMPLETED TO DATE $303,256.73 LESS 10% RETAINAGE $0.00 AMOUNT PREVIUSL Y PAID $272,931.06 TOTAL AMOUNT DUE THIS ESTIMATE $30,325.67 MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 incentive FROM: 08131102 TO: 01100100 JOB#275 33 2"AIRNAC.ASSY.w 2"GATE VALVE EA 1 $2,000.00 2.00 2.00 0.00 $2,000.00 $4,000,00 34 IRRIGATION REPAIRS LS 1 $5,000.00 1.00 1.00 0.00 $5.000.00 $5,000.00 ' A INCENTIVE LS 1 $25.000.00 0.92 0.00 0.92 $25,000.00 $23,000.00 PREVIOUS ESTIMATES EST#1 $185,596.20 EST#2 68,161.71 EST#3 $19,173.15 RETAINAGE $30,325.67 EST#5 TOTAL PREVIOUS PAYMENTS RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 PH#972.484.0968 I FX#972.484.89J $303.256.73 ffr 2. $336,410.00 $326,256.73 ORIGINAL CONTRACT AMOUNT AMOUNT OF WORK COMPLETED APPROVED CHANGE ORDERS $336,410.00 $326,256.73 $0.00 TOTAL COMPLETED TO DATE $326.256.73 LESS 10% RETAINAGE $0.00 AMOUNT PREVIUSL Y PAID $303,256.73 TOTAL AMOUNT DUE THIS ESTIMATE $23,000.00 II,;J..D -I Council Agenda Item: ';,;26 SUMMARY: This item is for final payment and acceptance ofimprovements performed by Rycon, Inc., for the Marsh Lane Water Main Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $500,000.00 Construction! Incentive Cost: $326,256.73 Source ofFunds: Funds are available from FY 2001·02 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program. BACKGROUND: The Public Works Department established a need for the replacement ofan existing 8" water main along the east side ofMarsh Lane, from Brookhaven Club Drive tc Spring Valley Road. This project was the result ofnumerous water main breaks in the area that continuously disrupted service tc adjacent commercial businesses. A contract was awarded to Rycon, Inc. for construction ofthis project. The original contract price for these improvements was $311,410.00. The final construction cost ofthis project was . $303,256.73, which represents an $8,153.27 reduction from the original contract amount. In addition, this project included an incentive/disincentive provision, whereby, the contractor would be awarded $1,000.00 per day for early completion ofthe project, to a ma:rcimum award of$25,000. The Town acknowledged the successful completion ofthe construction improvements 23 calendar days prior to the established 90 day period set forth in the contract, Consequently, the total value ofthis project is increased by $23,000.00 (23 days x $l,OOO/day) to $326,256.73, which reflects the addition ofthe incentive payment to the final construction cost. The contractor has submitted his Affidavit ofBills Paid, Consent of Surety Company to Final Payment, and One-Year Maintenance Bonc\. RECOMMENDATION: Staff recommends that Council authorize final payment of$53,325.67, which includes an incentive payment, tc Rycon, Inc., and accept construction ofthe Marsh Lane Water Main Replacement Project. MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 relainage FROM: 08f31f02 TO: 01fOOfOO J08#275 2"AIRNAC.ASSY.w 2"GATE VALVE $2.000.00 2.00 0.00 $2.000.00 $4.0UU.UU IRRIGATION REPAIRS $5,000.00 1.00 0.00 $5.000.00 $5,000.00 $311.410.00 $303.256.73 PREVIOUS ESTIMATES EST#1 $185,596.20 ORIGINAL CONTRACT AMOUNT $311,410.00 EST#2 68,161.71 AMOUNT OF WORK COMPLETED $303,256.73 EST#3 19,173.15 APPROVED CHANGE ORDERS $0.00 EST#4 TOTAL COMPLETED TO DATE $303,256.73 EST#5 LESS 10% RETAINAGE $0.00 TOTAL PREVIOUS PAYMENTS $272,931.06 AMOUNT PREVIUSL Y PAID $272,931.06 TOTAL AMOUNT DUE THIS ESTIMATE $30,325.1 RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 PH#972.484.0968 I 􀁾􀀴􀀮􀀸􀀹􀀷􀀴􀀠 DATE 􀁾􀀠APPROVED BY DATE MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: incentive FROM: 08/31102 TO: 01/00100 JOB#275 '33 2"AIRNAC.ASSY.w 2"GATE VALVE EA 1 $2,000.00 2.00 2.00 0.00 $2,000.00 $4,000,00 34 IRRIGATION REPAIRS LS 1 $5,000.00 1.00 1.00 0.00 $5,000.00 $5,000.00 A INCENTIVE LS 1 $25,000.00 0.92 0.00 0.92 $25,000.00 $23,000.00 PRj:;VJOUS ESTIMATES EST#l EST#2 EST#3 RETAINAGE EST#5 TOTAL PREVIOUS PAYMENTS RYCONINC 13221 BEE ST. FARMERS BRANCH TX.75234 􀁐􀁈􀀣􀀹􀀷􀀲􀀬􀀴􀀸􀀴􀀮􀀰􀀹􀁾􀀷􀀴􀀠$1 85,596.20 68,161.71 $19,173.15 $30,325.67 $303,256.73 DATE APPROVED BY DATE $336,410.00 ORIGINAL CONTRACT AMOUNT AMOUNT OF WORK COMPLETED APPROVED CHANGE ORDERS $326,256.73 $336,410.00 $326,256.73 $0.00 TOTAL COMPLETED TO DATE $326,256.73 LESS 10% RETAJNAGE $0.00 AMOUNT PREVIUSL Y PAID $303,256.73 TOTAL AMOUNT DUE THIS ESTIMATE $23,000.00 . DATE SUBMInED: September 27, 2002 FOR COUNCIlL MEETING: October 8, 2002 Council Agenda Item: SUMMARY: This item is for final payment and acceptance of improvements performed by Rycon, Inc., for the Marsh Lane Water Main Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $500,000.00 Construction! Incentive Cost: $326,256.73 Source ofFunds: Funds are available from FY 2001-02 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program. BACKGROUND: The Public Works Department established a need for the replacement ofan existing 8" water main along the east side ofMarsh Lane, from Brookhaven Club Drive to Spring Valley Road. This project was the result ofnumerous water main breaks in the area that continuously disrupted service to adjacent commercial businesses. A contract was awarded to Rycon, Inc. for construction ofthis project. The original contract price for these improvements was $311,410.00. The final construction cost ofthis project was $303,256.73, which represents an $8,153.27 8,153.27 reduction from the original contract amount. In addition, this project included an incentive/disincentive provision, whereby, the contractor would be awarded $1,000.00 per day fur early completion ofthe project, to a maximum award of$25,000. The Town acknowledged the successful completion ofthe construction improvements 23 calendar days prior to the established 90 day period set forth in the contract. Consequently, the total value ofthis project is increased by $23,000.00 (23 days x $l,OOO/day) to $326,256.73, which reflects the addition ofthe incentive payment to the final construction cost. The contractor has submitted his Affidavit ofBills Paid, Consent ofSurety Company to Final Payment, and One-Year Maintenance Bond. RECOMMENDATION: Staff recommends that Council authorize final payment of$53,325.67, which includes an incentive payment, to Rycon, Inc., and accept construction ofthe Marsh Lane Water Main Replacement Project. MONTHLY PAY ESTIMATE MARSH IN. WATER LINE REP. ADDISON ESTIMATE NO: 3 _ retainage FROM: 08/31/02 TO: 01/00/00 JOB#275 33 2"AIRNAC.ASSY.w 2"GATE VALVE EA 1 $2,000.00 2.00 2.00 0.00 $2,000.00 $4,000.00 34 IRRIGATION REPAIRS LS 1 $5.000.00 1.00 1.00 0.00 $5,000.00 $5.000.00 '---.. -􀁾.... 􀁾􀀮􀁾􀀠-.-.... 􀁾..-.... --. -. L .... _. PREVIOUS ESTIMATES EST#l $185.596.20 EST#2 68,161.71 EST#3 19,173.15 EST#4 EST#5 TOTAL PREVIOUS PAYMENTS RYCON INC 13221 BEE ST. FARMERS BRANCH TX,75234 . 􀁐􀁈􀀣􀀹􀀷􀀲􀁁􀁾􀁾􀀴􀀮􀀸􀀹􀀷􀀴􀀠$272.931.06 􀁾􀀠APPROVED BY DATE 􀀯􀀢􀀧􀀯􀁾􀀲􀀮􀀮􀀠DATE $311,410.00 $303,256.73 ORIGINAL CONTRACT AMOUNT $311.410.00 AMOUNT OF WORK COMPLETED $303.256.73 APPROVED CHANGE ORDERS $0.00 TOTAL COMPLETED TO DATE $303,256.73 LESS 10% RETAINAGE $0.00 AMOUNT PREVIUSLY PAID $272.931.06 TOTAL AMOUNT DUE THIS ESTIMATE $30,325.67 MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 incentive FROM: 08/31102 TO: 01100/00 J08#275 33 34 A 2"AIRNAC.ASSY.w 2"GATE VALVE [l'{RIGATION REPAIRS INCENTIVE EA I..S I..S 1 1 1 $2.000.00 $5,000.00 $25,000.00 2.00 1.00 0.92 2.00 1.00 0.00 0.00 0.00 0.92 $2,000.00 $5,000.00 $25,000.00 $4,000.00 $5,000.00 $23,000.00 PREVIOUS ESTIMATES EST#l EST#2 EST#3 RETAINAGE EST#5 TOTAl.. PREVIOUS PAYMENTS RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 PH#972.484.0968/FX#972.484 /"'/f'fr 2APPROVED BY DATE 􀀮􀀧􀀭􀁾􀀠$185,596.20 68,161.71 $19,173.15 $30,325.67 $303,256.73 $336,410.00 $326,256.73 ORIGINAL CONTRACT AMOUNT $336,410.00 AMOUNT OF WORK COMPLETED $326,256.73 APPROVED CHANGE ORDERS $0.00 TOTAL COMPLETED TO DATE $326,256.73 LESS 10% RETAINAGE $0.00 AMOUNT PREVIUSL Y PAID $303,256.73 TOTAL AMOUNT DUE THIS ESTIMATE $23,000,00 1. r ,, I STATE OF TEXAS I COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared InIl£K fi ll£ido:u{ who, being duly sworn, on oath, says that he is a legal representative of 􀁟􀀭􀀬􀀭􀀡􀀩􀀮􀀮􀀮􀀬􀁉􀁁􀁾􀁲􀀳..􀁾􀁩􀁉􀁾􀀺􀁟􀀯􀁾􀀻􀀢􀀬􀀭􀀺􀀬􀀨􀀺􀀮􀀮􀀽􀀺􀀭__-,-__-:-___..};Dj (full name ofContrac!or .. in contract) and that the contract for the conslruction of the project, designated as Marsb Lane Water Line Replacement -From Brookhaven Club Drive to Spring Valley Road (Projec! No,) has been satisfactorily completed and that all bills for materials, apparatus, fix.tures, machinery and labor used in connection with the conslruction ofthis project have, to the best ofmy knowledge and belief, lIy paid. day of 􀁾,2002. 􀁾􀁃􀁩􀁮􀁾􀀠County, Texas BP·2 SEP. 24. 20D2 3 41 PM STEVEN L rHOMAS 972-625-9778 NO. 7146 P. 212 STEVEN L. THOMAS AGENCY 5201 South Colony Blvd #545 The Colony, Texas 75056 Status Inquiry September 24. 2002 Altention; Town Of Addison Attn: Steve Chutchian RE, Prlndp>l, Ryton, Inc. !'roject: Marsh lane Water Una Replacement Contraet No: $311,410.00􀁃􀁯􀁮􀁴􀁲􀁾􀁣􀁬􀀠Amo",,1: EfC.clive Dat.: 6/11102 Bond Numbet: B21860875 Door Sir or Madam: As .gent for ,"reI)!, we need. report on Ibe progress orth. job described obove. Without .ffeeling lbe $\lre'Y" lia1>i1i1)! under the bond described .bove, pl••.., pl\lvicie us wilt Ie foUowing inform.,ion. Your camplolion and prompt rerum oftlli, 1>tiefioquir)/via fox would b••pprn;iuted. If I"" prefer. a mailed '''po.u would be fine. Thank you for yOUl' assistance I. IF TBE CONTRACl' IS 􀁃􀁏􀁍􀁐􀁌􀁅􀁔􀁾ple.,. ,Ia,e: A.) Dale of Completion: 5e P'I.! 2. ""'2B.) D.te ofFinaiPa}'1llont: 1"'('1(0 2C.) Final Contract Amt>unt· 13.:>3 ) I 2.sti>. 7,$ 2. IF THE CONTRACT IS NOT COMPLETE, pl.a.. Slate: A.) i, work prog....ing 'ati.fa.,olily?:-_____ B.) The approxirno,e percent.ge ccmplete:___􀁾􀀠 C.) Amouutpaid to date,_________ 3. """ .rDo you know of any unpaid bill! for 1.1>0" maftrl.i., or S'!lbcontIl!::l<-..:-___________4. IfYe.,10 wltom?'_________________________ ,-(Aft My Ii.". Qr withhold notices filed?___􀀮􀀺􀀻􀀯􀁾􀀺􀀺􀀺􀀺􀀮􀀮􀀮􀀺􀁟__________ ____\. IfYes, from whom?_________________________ 􀁾􀁾􀀺__􀁾􀁾􀁌􀁾􀁾_________________________________ Da1e:;__􀀮􀁬􀀮􀁲􀀻􀀮􀀯􀁾􀀲􀀮􀀺􀀮􀁳􀀻􀀮􀀻􀀮􀀻􀀮􀁟􀁴􀁦􀀧􀁟􀀲􀀮_____ 􀁐􀁨􀁯􀁮􀁥􀀺􀁟􀀭􀀭􀀧􀀧􀁩􀀧􀁟􀀷� �􀀲􀁟􀀭􀁟􀁱􀀮􀀮􀀮􀀺􀀮􀀮􀀹􀀧􀀻􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀁾􀁟􀁾􀁟􀀧􀁊􀀺􀀮􀁟􀀧􀀺􀀶____ RYCON1 INC. September 6, 2002 Good Year Tire Store 14110 Marsh Lane Addison, Texas 75001 Subject: Removal of hedges Dear Mr. Jeff Long, As per our agreement this day September 6, 2002 Rycon, Inc. will remove the dead shrubs in front of your store and replace them with sod as you instructed. You will be responsible for the watering and maintenance of sod. Date Karl Koble Date 13221 Bee St. • Farmers Branch, Tx 75234' Office: 972-484-096&' Fax: 972-4&4-&974 I . -fl I , 2if,S-xl3 ---" -------.---.--•... --.-.-.---.-.-.-.---------1/, 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁜􀁜􀀠􀀮􀀭􀁾􀀮􀀭r .􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀁾􀁾􀀭􀁾􀀭􀀭----..􀀭􀁾􀀭􀁾􀀭! ! 8l:::.p􀁾􀀮􀀠5(?:G .. 􀁾􀀠Ii 􀀳􀀮􀁾􀀢􀀳􀁟c./.. -Ii i .11.e:>'>G :f_,3 I :5:IJ/?tI 􀀯􀀶􀀯􀁾􀁨I t:., )at. --_.---_._-I!, ! . -.!: j,"f1 '04 dH:.a.-Aifk.m¥'S I 􀁨􀁾􀀺􀀮􀁴􀁦􀀻􀀧􀁬􀁾􀁟􀁡􀁾􀁾􀀱􀁛􀁾􀀠·Ii' 􀀱􀀲􀀮􀁾􀁤􀁾􀀬􀀠I ' ....•........... 􀀭􀀭􀀭􀀭􀀧􀀭􀀭􀀭􀀫􀀡􀀺􀀧􀀭􀁲􀀬􀀭􀀭􀀭􀀭􀁉􀁾􀁾􀀬􀀮􀀮􀁑􀁽􀀭􀁲􀀬􀀻􀁾􀁌􀀠j. 3)(. (7: _.􀀭􀀭􀀲􀀹􀁽􀀨􀀳􀀨􀁣􀀭􀀢􀀭􀀡􀀡􀀬􀀲􀀧􀀧􀀧􀀧􀀭􀀭􀀭􀀭􀁾􀀭􀀬..,.-;l7.r>!;! . 3> 􀁾.2. (/( /-f. 'g)<. 2;'2,. 'iT/'tf.f: " ". ";':, ", " .ioWN OF ADDISON ., ,;".' DATE: Vendor Name PAYMENT AUTHORIzATION 'MEMO , ' Cla,im# .. .,", , " "" . "':" . Address 13 ZL! -" ;\. Address Fh£I"f EJ?:5 8 B4 ""CIf 2 7X, 'ji;-,;2 34-. Address "'. , ' i 􀁾􀀠. '. Zip Code .,., " 􀁾􀀻􀀠EXPLANATION AA;eM 􀀮􀀲􀀺􀀺􀁁􀁲􀀻􀀺􀁾􀁊􀁥􀁩􀀬􀀠􀁒􀀬􀁉􀀮􀀽􀀺􀁪􀀯􀀴􀀧􀁦􀁃􀀢􀁥􀁰􀁴􀀬􀂷􀁾􀁾􀁙􀀮􀀧􀀭􀀺􀀻􀀻􀀺􀀻􀂷􀀠", , '., .. -, '. . .􀁾􀀠. ,,;.' Authorized Signature Finance ',-.' , MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 1 FROM: 07/08/02 TO: 07/31102 .. -33 . 34 2"AIRNACASSY.w 2nGATE VN.VE IRRIGATION REPAIRS EA 1 $2,000.00 LS 1 $5,000.00 ----1.00 1.00 0.95 0.95 $2,000.00 $5,000.00 $2,000.00 . $4,750.00 PREVIOUS ESTIMATES EST#l EST#2 EST#3 EST#4 EST#5 TOTAL PREVIOUS PAYMENTS $0.00 RYCON INC 13221 BEE ST. FARMERS BRANCH TX.7S234 PH#972.484.0968! FX#972J184.8974 ,.---... tt'?-3/-c:JZDATE tJ, f:::. TI' r,A r ( 􀀮􀁳􀁾􀀠J'hlcP .. $311,410.00 $206,218.00 ORIGINAL CONTRACT AMOUNT $311,410.00 AMOUNT OF WORK COMPLETED $206,218.00 APPROVED CHANGE ORDERS $0.00 TOTAL COMPLETED TO DATE $206,218.00 LESS 10% RETAINAGE $20,621.80 AMOUNT PREVIUSL Y PAID $0.00 TOTAL AMOUNT DUE THIS ESTIMATE $185,5£ 0 TRENCH SAFETY SPECIFICATIONS FOR MARSH LANE WATER LINE CITY OF ADDISON, TEXAS Prepared for RYCON CONSTRUCTION Project # 6915 THEN-TECH COMPANY 828 HOWEU DR. COPPEU, TEXAS 75019 972-304-2171 ;'I have revle'Wed tb",. T ..... <.h Safety GuId_ and lind lIIa,tbe rec • ........oall... and procedG.ft3 conform to OSHA culdelJDCI and regulations. The cakul.atlom 􀁨􀂷􀁾􀀧􀁡􀀿􀁚􀀬􀁾􀁩􀁦􀀻􀁲􀁤􀁾􀀠0 72 . .:? REGISTERED PROFESSIONAL ENGINEER DATE Entire contents copyrighrC by 􀁔􀁲􀁥􀁮􀁾􀁔􀁥􀁣􀁨􀀠Company. All nghU TeJuved. Reproduction {It whok or;11 part withaUI permiJJion is prohibited. 11.0 DESIGN ASSUMPTIONS I 1.1 General. These specifications cover the basic requirements for shoring and/or sloping of excavations for the installation of WATER LINES for the MARSH LANE WATER LINE REPLACEMENT in the CITY of ADDISON, TEXAS. 1.2 This specification addresses the safety of workers in a trench excavation and does not, in any way relieve the Contractor of his responsibility and liability to ensure the safety of the project and workers. 1.3 It is not the intent of these specifications to specify every detail and procedure of the trenching/shoring operations; nevertheless, they shall conform to the high standards of engineering and of safe trench excavation. 1.4 The personnel protection systems shown in these specifications have been designed based on information obtained from the project drawings and specifications. 1.5 In accordance with Revised OSHA (Appendix A to Subpart P effective March 2,1990), the Contractor's "Competent Person" will conduct the required Soil Classification Tests. If soils other than those previously identified are lound, this specification will be revised. During construction, the Contractor's "Competent Person" will monitor the soil classification as required by OSHA 1926. 1.6 Contractor shall be responsible for selecting the appropriate safety system option shown in these specifications, depending on trench depth and soil conditions. 1.7 The protection of existing structures and utilities which may be affected by these trench excavations is beyond the scope of this report (See SectA2) 1.8 The Contractor must identify a "Competent Person" in the Contractors firm responsible for performing inspections of the excavations to ensure that expected subsurface conditions are present. NOTE-This person must be "Competent" as described in OSHA I 926.650(b). I.9 It is the Contractor's responsibility to ensure that all excavation work and site conditions are within the regulations as established by OSHA. Any property damage or bodily injury (including death) arising from the use of these specifications, from the Contractor's negligence in performance of contract work, or from Owner's failure to note exceptions to these specifications shall remain the sole responsibility and liability of the contractor. 12.0 DEFINITIONS I 2.1 All definitions of section 1926.653 of Subpart P, Part 1926, of the Code of Federal Regulations shall be by reference an integral part ofthis section, 2,2 "Sealing Engineer"-The engineer whose Texas seal is affixed to these specifications, "The Contractor"-The contractor responsible to the owner for the e."{cavation work described herein, 2.4 "Competent" as described in OSHA 1926.650(b), 13.0 APPLICABLE CODE AND STANDARDS I 3, I The Contractor shall perform all shoring work under this contract in accordance with all applicable code.s and standard satety requirements and regulations including: ],1.1 OSHA 2207, Construction Industry Standards (Part 1926, Occupational Safety and Health Standards) 3,1.2 AISC Code of Standard Practice, 3, U AISC Specifications ofthe design, fabrication, and erection ofsteel buildings 3, J.4 AITC Timber Construction Manual 3.1.5 AWS D l.l Structural Welding Code 3,1.6 The Uniform Building Code 3,17 OSHA 2226 3,1.8 US Army Corps ofEngineers EM 385-1-1 The latest edition (including supplements and revisions) of the above publications in effect or promulgated at the time of the bid shall apply, Equipment fabricated to codes and standards in effect at time of bid but later revised shall be acceptable provided such revisions are not required by law. 2 Copyright l:) J993 by Trcn-Ic.:;;h Company 14.0 SHORING/SLOPING I 4.1 Description. This section covers the technical requirements of the trenching/shoring work. 4.2 Existing Structures. Where existing buildings, other utilities, streets, highways, or other structures are in close proximity to the trench, or may otherwise be affected by the proposed trenching operation, the Contractor sha! I provide adequate protection by the use of sheeting and shoring to protect the structure, street, or highway from possible damage. In the case of utilities, the Contractor may elect to remove the utility, provided that the removal and subsequent replacement meet with the approval of the engineer, the utility owner, or whoever has jurisdiction of the structure. In all cases, it shall be the responsibility of the Contractor to protect public and private propeny and any person or persons who might, as a result of the Contractor's work, be injured, 4.3 General Trenching and Shoring Requirements. The Contractor shall be solely responsible for trench satety proVISIons meeting the applicable requirements of the United States Depanment of Labor-Occupational Safety and Health Administration, including subpan P, Pan [926. of the Code of Federal Regulations. All trenching operations and procedure shall also conform to the requirements listed in this specification. 4,3,1 The requirements of sections [926,650 and 1926.651 of Subpart P, Part 1926, of the Code of Federal Regulations shall be by reterence an integral part of this section. 14.4 REQUIREMENTS PRIOR TO EXCAVATION I 4.4.1 Known underground installations are shown on the site plans. It is the Contractor's responsibility to verifY exact locations in the field. 4.4.2 Before any individual enters an excavation, the excavation will be inspected by a "Competent Person" to ensure that trench excavation has been performed according to this specification and OSHA requirements and to ensure that no anomalies are observed which may effect the safety of the trench project. Note-This person must be "Competent" as described in OSHA 1926. 650(b). 3 14.5 REQUIREMENTS DURING EXCAVATION I 4.5.1 During excavation, the exact location of existing underground installations shall be detennined by the Contractor, and when uncovered, proper precautions and supports shall be provided so as not to cause a hazard to the workmen or the project. 4S2 Daily inspections of the excavations shall be made by the Competent Person". If there is evidence of possible cave-ins or slides, all work in the excavation shall cease until the necessary precautions have been taken to ensure the safety ofthe workmen and the trench. Note-This person must be "Competent" as described in OSHA 1926.650. Excavations shall be inspected after every rainstonn or other hazard-increasing occurrence to ensure safety ofthe workmen and the trench. 4.5.3 Excavated material shall be stockpiled a distance away from the trench, so as not to affect the trench stability. The Contractor's means and methods will detennine the distance. As a minimum to protect the workmen from fulling debris, the toe of the stockpiled soil shall be no closer than two(2) feet from the edge of the excavation. 4.5.4 All precautions must be made to prevent surface water from entering the trench excavation. Adequate drainage must be provided in the area adjacent to the excavation. 4.5.5 Operation of heavy equipment adjacent to the edge of the trench may cause instability. The Contractor is responsible for the means and methods ofexcavation, and therefore, tor loads imposed on the trench excavation and shoring design. 4.5.6 The Contractor must take precautions to protect the face of the excavation from exposure to excessive drying, water, or freezing. 4.5.7 Water shall not be pennitted to stand in the bottom of the trench and suction pumps of adequate capacity shall be installed to ensure that such standing water is removed. 4.5.8 The Contractor shall provide a positive means of ensuring that hydrostatic pressure does not build up behind the shoring or shields. 4.5.9 If a condition requiring the use of a different method of shoring is encountered, this specification will be revised. 4.5. to Remove shoring units from bottom to top as backfilling proceeds. 4.5.11 When backfill is within five(5) feet of the top of the trench, all shoring may be removed, unless the trench conditions indicate a hazard. 4.5.12 No person shall be exposed to the lower portion of the trench after shoring has been removed. 4 Copyright Q t993 by Tn.'1l:n:ch Company 4.5. 13 Additional shoring oflarger sizes may be installed. 4.5.14 Ladders or other adequate means ofexit must be provided and located so as to require no more than twenty-five(25) feet of lateral travel. 4.5.15 When two(2) trenches intersect, both trenches must be protected to a distance of not less that the depth of the deepest trench. [4.6 REQUIREMENTS FOR CONFINED SPACE I 4.6.1 Prior to construction the contractor shall identify any areas near the proposed excavations that could expose workmen to harmful levels of atmospheric contaminants (i.e. landfills, manholes or materials storage). 4.6.2 During construction, bet ore workmen are allowed in an excavation or existing structure, the contractor shall test the air quality at these previously identified areas tor hazardous atmospheres in all excavations greater than tour (4) feet in depth. Atmospheres containing less than 19.5 percent oxygen or more than 20 percent concentration of flammable gas shall be deemed "hazardous" adequate precautions shall be taken. 4.6.3 Retesting of work areas shall be conducted as often as necessary to ensure that the atmosphere remains safe for workmen. 4.6.4 During construction, emergency rescue equipment shall be readily available where potentially hazardous conditions are expected to develop 4.6.5 As a minimum, the contractor shall have on site the following emergency equipment. Breathing apparatus, a safety harness and line, or a basket stretcher. During construction in potentially hazardous areas, the required equipment shall be attended. 5 Copyright 􀀧􀁴􀀮􀁾􀀠J993 by Tn:nwTcch Company SECTION 5.0 SITE SPECIFIC EXCAVATIONS AND SHORING SPECIFICATIONS FOR WATER LINES ; . .; 6 15.1 EXCAVATIONS SPECIFlC TO TIlIS PROJECT I WATERUNE"A" LOCATfON MA.Y DEPTH OPTION NOTES 0+00 TO 2+90± [NSTALL BY OTOC 2+90±TO 8+33 11.0 I, II, III [NSTALL 8" W.L. 8+33 TO 9+28 [NSTALL BY OTOC 9+28 TO 23+70.59 10.0 l. II, HI [NST ALL 8" W.L. NOTE: Trench shield(s) and/or slope (Option lor II) shall be used for personnel protection at the location of the bore pits. OTHER PROJECT WATERUNES AND APPURTENANCES The contractor wiU install other water lines and appurtenances that were not promed on the project plans. Generally, pipe less than ten inches in diameter will require an excavation of less than five teet in depth, however, at connections to larger size pipe it is probable that excavations will exceed five feet in depth. When excavation depths greater than tlve feet are encountered or if there is evidence of raveling or caving tor any reason including pre-disturbed soil conditions, the contractor wiU be required to shore or slope the excavation so as to provide a safe workplace. The contractor may use guidelines set forth in Option I, II or 1lI for these excavations. 7 Copyright ,<: 1993 hy Trcn-Tech Company 15.2 SHORING CONSIDERATIONS FOR THIS WORK I 5.2.1 Trenches more than five(5) deep shall be shored, laid back to a stable slope, or some other equivalent means of protection shall be provided where employees may be exposed to moving ground or cave-ins. Trenches less than five(5) feet in depth shall also be effectively protected when examination ofground indicates hazardous ground movement may be expected The Contractor will have Options I, II or III for providing such protection. 5.2.2 Lateral Earth Pressure: P =We(H+Hq) Assumed Soil: Clay P= a unifonnly dislribuled l:ueml soil pressure. in Ibs.ffI' We= Effcclive Soil Weight pcf(Usc -15 psfTypc"S" Soil) H= Deplh ofc,c.1\·alion from lop of supponed bank 10 boltom ofe''''lvalion in feci. Hq= Equivalent Height of Surclmrgc. in feeL Reference OSHA Rules and Regulations-Pan 1926 of 29 CFR as amended by the Fedcml Register Volume 5-1. Number 209. October J I. 􀀱􀀹􀁾􀀹􀀠Maximum anticipated lateral earth pressure for this project is 585 "PSF" 5.2.3 Option I The Contractor can use Slope as shown in the Option I section of :the specification. Applicable slopes may be obtained by either straight cut or benched method.' Vertical cu ts tor the benched method shall not exceed tour( 4) feet. Easement restrictions· may limit the use of this option. See Drawing Option I. .. 5.2.4 Option II The Contractor may use a Trench Shield as shown in the Option II· section of this specification. Requirements set torth in this Option shall include curricular trench shield(s) and or manhole boxes. All slopes above trench shie1d(s) shall conform to guidelines set furth in Option I. Trench shield(s) used on this project will be required to carry a minimum "PSF" as specified. Certification of trench shie\d(s) or manufacture's "tabulated data" shall be available for verification during construction. See Drawing Option II. . 5.2.5 Option III The Contractor can use Trench Shores as shown in the Option III Section of this specification. Shores are to be installed as shown with horizontal spacing detennined by the depth of cut and soil type but shall not exceed 6 feet. See Drawing Option III. If there is raveling of the trench wall, the contractor shall install plywood behind the shores as shown on the Option rn drawing. 8 Copyright t; 1993 􀁢􀁹􀁔􀁲􀁣􀁮􀁾􀁔...􀁾􀁨􀁃􀁯􀁭􀁰􀁡􀀮􀁮􀁹􀀠 TRENCH SAFETYSPECIFICA TIONS OPTION I v SLOPE The contractor may use the benched method of "slope"-HlV -REQUIRED SLOPE PER SOIL TYPE HIV = 'j. to I Stiff clay less than 12 feet in depth (Type" A") HIV = 1to I Stiff clay or weathered limestone (Type "A" or "B") HlV = 1Y1toi Silty clays or saturated material (Type "e") HlV =2 to I Fill material or loose soil. NOTES I. All trenches shaH be dewatered as specified in 4.5.7 2. All slopes assume sufficient right-of-way exists. 3. All slopes shall be flattened an additional Yz foot if an existing parallel utility line is located within the horizontal distance equal to the depth ofthe new utility excavation. 4. No spoil or equipment shall be permitted nearer than 2 feet from the edge of the excavation. 5. A single 3' 6" vertical bench may be used in "stiff clay" only. 6. Exposed existing utility lines are to be supported. 9 TRENCH SAFETYSPECIFICA TIONS OPTION II TRENCH SHIELD Spoil Material I' Bench is recommended H Sloped ponions of the cxcavmion shall begin IS" below the lOp of the trench shield(s) and conCona to guidelines sci forth in Oplion I. Trench shield!s) may be benched 2 fcct in "stiff clay". NOTES Requirements and methods stipulated herein will apply to "manhole boxes" andlor "circular shields" thai have been manuf:IClUrcd for personnel protection. L Trench shields slmll be inspected and be frcc of stntcturnl defects that may impair their proper function. 2. Trench shields shall be used in accordance with the manufacturer's guidelines and recommendations. 3. Trench shields shall be inslalled so as 10 prevent any lateral or othcr ha7.ardous movement. +. Pcrsonnel shall not be allowed in the trench shield during its installation or removal from the excavation. 5. When shield(s) are stacked. the upper shield shall be rated for its physical depth in the trench. 6. Trench shield(s) used on this project shall be rated to to witllstand anticipated "PSF" (left side ofgraph) for depth ofcut indicated below. Manufacture's tabulated data or certification shall be maintained on site. GOO 550 500 450 ..· .......... 400 350 􀀳􀀰􀀰􀀱􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭5hE'1 11 FeE'l 10 Ct)P;.right Q 19?3 by Tr\.'t1-T\,.'ChCt)mpany TRENCH SAFETY SPECIFICATIONS OPTIONIII SHORIJYG 􀁾􀀠􀁾􀀧􀁾􀀠􀁾􀀠I I \-,... Plywood installed behind shores to prevent raveling. I i 􀁾􀀠NOTES I. Shores shall be double stacked when trench depths cxceed nine (9) fCCL 2. Maximum horizontal spacing for double slacked shores shall be five (5) feet 3. Maximum allowable depth of cut for this Option shall be fourteen 􀀨􀁉􀁾􀀩􀀠feet 􀁾􀀮􀀠Aluminum hydraulic shoring may be used in Type "An or "B" soils only. 5. Maximum horizontal spacing of shores in Type "A" soil shall be 6 fccl. 6. Maximum Ilorizontal spacing of shores in Type "B" soil shall be 5 fccl. 7. The contractor's competent person shall inspect shores and verilY that they are in good working order. S. The hydraulic shores shall have a minimum working pressure of 750 psi. 9. The contractor shall adhere to the shoring manufacturers guidelines for osc in trench e.xcavations. 10. Ifthere is evidence of raveling or caving the contractor is reqnired to install 1'/," thick plywood or %" thick 14 ply arctic white birch (Finnland form). 1 L Spoil material will not be allowed nearer than 2' from the edge ofthe excavation. 11 Copyright <; 1993 by 􀁔􀁲􀁣􀁮􀁾􀁔cch Company July 2, 2002 Ryconlnc Mark Hemdon 13221 Bee Street Farmers Branch, Texas 75234 Re: NOTICE TO PROCEED Marsh Lane Water Line Replacement BID NO. Dear Mr.Hemdon: Receipt ofthis document shall serve as your Notice to Proceed for the above referenced project, effective July 8, 2002. According to the terms and conditions of the contract, the proposed improvements shall be completed within ninety (90) calendar days from the start ofconstruction, with the original contract price of$311,410. The scheduled ninety days expires on September 28, 2002, after which a $1000 a day penalty will be assessed, as per the contract. Please include the Project name and Bid No. 02-12 on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-2860. Sincerely, Luke Jalbert Project Manager Cc: Chris Terry, Assistant City Manager Mike Murphy, Director ofPubJic Works Jim Pierce, Assistant Director ofPublic Works Bryan Langley, Assistant Director of Finance Steve Chutchian, Assistant City Engineer TRENCH SAFETY SPECIFICATIONS FOR MARSH LANE WATER LINE CITY OF ADDISON, TEXAS Prepared for RYCON CONSTRUCTION Project # 6915 TREN·TECB COMPANY S28 BOWEU DR. COPPElL, TEXAS 75019 972·304-2171 I ha•• """"""'" t....., Treo<.b Safety GuIdelines ami IIIId tIuIt the .....1DIIWId.Uo.. and proadnru confotm to OSHA 􀁾􀁡􀀮􀀬􀀮􀁤regoladou. The cakul.atlons 􀁨􀂷􀁾􀁧􀀦􀀿􀁚􀀺􀀷􀀩􀀻􀀻􀀺? ,7.05: REGlSTERED PROFESSIONAL ENGINEER DATE EnUre content: copyright C by Tren-Tech Company, All nghu ruervea. Reproduction In whole or m part without permission tS prohibited. 11.0 DESIGN ASSUMPTIONS I I. ( General. These specifications cover the basic requirements for shoring and/or sloping of excavations fur the installation of WATER LINES for the MARSH LANE WATER LINE REPLACEMENT in the CITY of ADDISON, TEXAS. ( .2 This specification addresses the safety of workers in a trench excavation and does not, in any way relieve the Contractor of his responsibility and liability to ensure the safety of the project and workers. 1.3 It is not the intent of these specifications to specifY every detail and procedure of the trenching/shoring operations; nevertheless, they shall conform to the high standards of engineering and ofsafe trench excavation. 1.4 The personnel protection systems shown in these specifications have been designed based on information obtained from the project drawings and specifications. I.S In accordance with Revised OSHA (Appendix A to Subpart [> effective March 2.1990), the Contractor's "Competent Person" will conduct the required Soil Classification Tests. If soils other than those previously identified are tbund, this specification will be revised. During construction, the Contractor's "Competent Person" will monitor the soil classification as required by OSHA 1926. 1.6 Contractor shall be responsible for selecting the appropriate satety system option shown in these specifications, depending on trench depth and soil conditions. L 7 The protection of existing structures and utilities which may be affucted by these trench excavations is beyond the scope of this report (See Sect4.2) 1.8 The Contractor must identifY a "Competent Person" in the Contractor's firm responsible for performing inspections of the excavations to ensure that expected subsurface conditions are present. NOTE-This person must be "Competent" as described in OSHA \926.650(b). 1.9 It is the Contractor's responsibility to ensure that all excavation work and site conditions are within the regulations as established by OSHA Any property damage or bodily injury (including death) arising from the use of these specifications, from the Contractor's negligence in performance of contract work, or from Owner's failure to note exceptions to these specifications shall remain the sole responsibility and liability ofthe contractor. 12.0 DEFINITIONS I 2.1 All definitions of section 1926.653 of Subpart P, Part 1926, of the Code of Federal Regulations shall be by reference an integral part of this section. 2.2 "Sealing Engineer"-The engineer whose Texas seal is affixed to these specifications. 2.3 "The Contractor"-The contractor responsible to the owner tor the excavation work described herein. 2.4 "Competent" as described in OSHA 1926.650(b). 13.0 APPLICABLE CODE AND STANDARDS I 3.1 The Contractor shall perform all shoring work under this contract in accordance with all applicable codes and standard safety requirements and regulations including: 3. I. I OSHA 2207, Construction Industry Standards (Part 1926, Occupational Safety and Health Standards) 3.1.2 AISC Code of Standard Practice. 3.1.3 AISC Specifications of the design, fabrication, and erection of steel buildings 3.1.4 AITC Timber Construction Manual 3.1.5 AWS DLI Structural Welding Code 3.1.6 The Uniform Building Code 3.1.7 OSHA 2226 3.1.8 US Army Corps ofEngineers EM 385-\-1 3.2 The latest edition (including supplements and revisions) ofthe above publications in effect or promulgated at the time of the bid shall apply. Equipment fabricated to codes and standards in effect at time ofbid but later revised shall be acceptable provided such revisions are not required by law. 2 14.0 SHORINGISLOPING I 4.1 Description. This section covers the technical requirements ofthe trenching/shoring work. 4.2 Existing Structures. Where existing buildings, other utilities. streets, highways, or other structures are in close proximity to the trench. or may otherwise be affected by the proposed trenching operation, the Contractor shall provide adequate protection by the use of sheeting and shoring to protect the structure. street, or highway from possible damage. In the case of utilities. the Contractor may elect to remove the utility, provided that the removal and subsequent replacement meet with the approval of the engineer. the utility owner, or whoever has jurisdiction of the structure. In all cases. it shall be the responsibility of the Contractor to protect public and private property and any person or persons who might. as a result of the Contractor's work. be injured. 4.3 General Trenching and Shoring Requirements. The Contractor shall be solely responsible tor trench safety prOViSions meeting the applicable requirements of the United States Department of Labor-Occupational Safety and Health Administration. including subpart P, Part 1926, of the Code of Federal Regulations. All trenching operations and procedure shall also contorm to the requirements listed in this specification. 4.3.1 The requirements of sections 1926.650 and 1926.651 of Subpart P, Part 1926. of the Code of Federal Re!,'Ulations shall be by reterence an integral part of this section. 14.4 REQUIREMENTS PRIOR TO EXCAVATlON I 4.4.1 Known underground installations are shown on the site plans. It is the Contractor's responsibility to verify exact locations in the field. 4.4.2 Before any individual enters an excavation, the excavation will be inspected by a "Competent Person" to ensure that trench excavation has been performed according to this specification and OSHA requirements and to ensure that no anomalies are observed which may effect the safety of the trench project. Note-This person must be "Competent" as described in OSHA 1926.650(b). 3 14.5 REQUIREMENTS DURING EXCAVATION I 4.5. I During excavation, the exact location of existing underground installations shall be determined by the Contractor, and when uncovered, proper precautions and supports shall be provided so as not to cause a hazard to the workmen or the project. 4.5.2 Daily inspections of the excavations shall be made by the Competent Person". [fthere is evidence of possible cave-ins or slides, all work in the excavation shall cease until the necessary precautions have been taken to ensure the safety ofthe workmen and the trench. Note-This person must be "Competent" as described in OSHA 1926.650. Excavations shall be inspected after every rainstorm or other hazard-increasing occurrence to ensure safety of the workmen and the trench. 4.5.3 Excavated material shall be stockpiled a distance away from the trench, so as not to affect the trench stability. The Contractor's means and methods will determine the distance. As a minimum to protect the workmen from falling debris, the toe of the stockpiled soil shall be no cioser than two(2) feet from the edge of the excavation. 4.5.4 All precautions must be made to prevent surtace water from entering the trench excavation. Adequate drainage must be provided in the area adjacent to the excavation. 4.5.5 Operation of heavy equipment adjacent to the edge of the trench may cause instability. The Contractor is responsible for the means and methods of excavation, and therefore, for loads imposed on the trench excavation and shoring design. 4.5.6 The Contractor must take precautions to protect the face of the excavation from exposure to excessive drying, water, or freezing. 4.5.7 Water shall not be permitted to stand in the bottom of the trench and suction pumps of adequate capacity shall be installed to ensure that such standing water is removed. 4.5.8 The Contractor shall provide a positive means of ensuring that hydrostatic pressure does not build up behind the shoring or shields. 4.5.9 If a condition requiring the use of a different method of shoring is encountered, this specification will be revised. 4.5.10 Remove shoring units from bottom to top as backfilling proceeds. 4.5.11 When backfill is within five(5) feet of the top of the trench, all shoring may be removed, unless the trench conditions indicate a hazard. 4.5.12 No person shall be exposed to the lower portion of the trench after shoring has been removed. 4 4.5.13 Additional shoring oflarger sizes may be installed. 4.5.14 Ladders or other adequate means ofexit must be provided and located so as to require no more than twenty-five(2S) reet oflateral travel. 4.5. J5 When two(2) trenches intersect, both trenches must be protected to a distance of not less that the depth of the deepest trench. [4.6 REQUIREMENTS FOR CONFINED SPACE' 4.6.1 Prior to construction the contractor shan identify any areas near the proposed excavations that could expose workmen to harmful levels of atmospheric contaminants (i.e. landfills, manholes or materials storage). 4.6.2 During construction, before workmen are allowed in an excavation or existing structure, the contractor shall test the air quality at these previously identified areas tor hazardous atmospheres in all excavations greater than tour (4) feet in depth. Atmospheres containing less than 19.5 percent oxygen or more than 20 percent concentration of flammable gas shall be deemed "hazardous" adequate precautions shall be taken. taken. 4.6.3 Retesting of work areas shall be conducted as otten as necessary to ensure that the atmosphere remains sate tor workmen. 4.6.4 During construction, emergency rescue equipment shall be readily available where potentially hazardous conditions are expected to develop 4.6.5 As a minimum, the contractor shall have on site the following emergency equipment. Breathing apparatus, a safety harness and line, or a basket stretcher. During construction in potentially hazardous areas, the required equipment shall be attended. 5 SECTION 5.0 SITE SPECIFIC EXCAVATIONS AND SHORING SPECIFICATIONS FOR WATER LINES 6 Copyright ;:; 1993 by 􀁔􀁲􀁾􀁔ceo Company 15.1 EXCAVATIONS SPECmC TOrmS PROJECT I WATERLINE "A" LOCATION MAX. DEPTH OPTION NOTES 0+00 TO 2+90± INSTALL BY OTOC 2+90± TO 8+33 11.0 l, II, III INSTALL 8" W.L. 8+33 TO 9+28 [NSTALL BY OTOC 9+28 TO 23+70.59 10.0 I, ll, m INSTALL 8" W.L. NOTE: Trench shield(s) and/or slope (Option 1 or II) shall be used for personnel protection at the location of the bore pits. OTHER PROJECT WATERLINES AND APPURTENANCES The contractor will install other water lines and appurtenances that were not profiled on the project plans. Generally, pipe less than ten inches in diameter will require an excavation of less than five teet in depth, however. at connections to larger size pipe it is probable that excavations will exceed five feet in depth. When excavation depths greater than five teet are encountered or if there is evidence of raveling or caving for any reason including pre-disturbed soil conditions, the contractor will be required to shore or slope the excavation so as to provide a sate workplace. The contractor may use SruideJines set forth in Option I, II or III for these excavations. 7 15.2 SHORING CONSIDERATIONS FOR TIllS WORK I 5.2. I Trenches more than five( 5) deep shall be shored, laid back to a stable slope, or some other equivalent means of protection shall be provided where employees may be exposed to moving ground or cave-ins. Tre!IChes less thaI! five(5) feet ill depth shall also be effectively protected when examination ofgrollnd indicates ha:ardolls grolllld,movemelll may be expected The Contractor will have Options I, II or III for providing such protection. 5.2.2 Lateral Earth Pressure: P =We(H+Hq) Assumed Soil: Clay !>= a unifonnly distributed lalcral soil pressurc. in Ibs.lfi: We; Effeclive Soil Weight. pcf(Usc +5 psfTypc"B" Soil) H; Dcpth ofexcavation from top of supported bank 10 bouom ofexcavation in fect. Hq; Equivalent Height of Surcharge. in fcC!. Reference OSHA Rules and Regulations-Part t 926 of 29 eFR as amended by thc Federal Register Volume 5+. Number 20\). October 31. 1989 Ma;\:imum anticipated lateral earth pressure for this project is 585 .. PSF" 5.2.3 Option Option I The Contractor can use Slope as shown in the Option I section of;the specification. Applicable slopes may be obtained by either straight cut or benched method: Vertical cuts for the benched method shall not exceed tour(4) feet. Easement restrictions may limit the use of this option. See Drawing Option !. ... 5.2.4 Option II The Contractor may use a Trench Shield as shown in the Option [l section of this specification. Requirements set forth in this Option shall include curricular trench shield(s) and or manhole bo)(es. All slopes above trench shield(s) shall conform to guidelines set forth in Option L Trench shield( s) used on this project will be required to carry a minimum "PSF" as specified. Certification of trench shield(s) or manufacture's "tabulated data" shall be available for verification during construction. See Drawing Option II. 5.2.5 Option III The Contractor can use Trench Shores as shown in the Option III Section of this specification. Shores are to be installed as shown with horizontal spacing determined by the depth of cut and soil type but shall not exceed 6 feet. See Drawing Option III. If there is raveling of the trench wall, the contractor shall install plywood behind the shores as shown on the Option III drawing. 8 TRENCH SAFETYSPECIFICA TIONS OPTION I v SLOPE The contractor may use the benched method of "slope". HIV -REQUIRED SLOPE PER SOIL TYPE HlV = J;" to I Stiff clay less than 12 feet in depth (Type "A") HlV = I to I Stiff clay or weathered limestone (Type" A" or "B") HlV = 1\12 tol Silty clays or saturated material (Type "C") HIV = 2 to I Fill material or loose soil. NOTES I. All trenches shall be dewatered as specified in 4.5.7 2. All slopes assume sufficient right-of-way exists. 3. All slopes shall be flattened an additional '12 foot if an existing parallel utility line is located within the horizontal distance equal to the depth ofthe new utility excavation. 4. No spoil or equipment shall be permitted nearer than 2 feet from the edge of the excavation. 5. A single 3' 6" vertical bench may be used in "stiff clay" only. 6. Exposed existing utility lines are to be supported. 9 Copyright 'Q 1993 by Tn.-n-Tl!ch Company TRENCH SAFETYSPECIFICA TIONS OPTIONII TRENCH SHIELD Spoil Material I' Bench is recommended v H Sloped portions of the excavation shall begin IS" below Ihc lOp of tile trench shield(s) and confonn 10 guidelines SCI forth in Option L Trench shield(s) may be benched 2 fccl in "stilT CI.lY", Requirements and methods sllpulmed herein will apply 10 "m'mhole boxes" andlor "circular shields" Ihat havc boca m,mulilclllrcd lor personnel proleclion, NOTES I, Trench shields shall be inspccled ,md be free of structural defects that may impair their proper funclion, 1, Trench shields shall be used in accordance with the manufacturer's guidelines and recommendalions, 3. Trench shields shall be installed so as 10 prevent any lateral or other hanlfdous movement. 􀁾􀀮􀀠Personnel shall not be allowed in the trench shield during its installation or removal from the excavation. ;, When shield(s) are stacked. the upper shield shall be rated for its physical depth in the trench, 6, Trench shield(s) used on this project shall be rated to withsland anticipated "PSF" (left side of graph) for depth ofcut indicated below. Manufacture's tabulated data or ccrtification shall be maintained on site. 600 ... , ... "" .. ".". "".,," 550 500 450 400 350 􀀳􀀰􀀰􀀱􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭5 Feel 7,5 􀁆􀁾􀀢􀁉􀀠11 F.ot 10 Copyright·Q 19')3 by Tr...􀁾􀀭􀁲􀁣􀁣􀁨􀀠Company TRENCH SAFETYSPECIFICA TIONS OPTION III SHORltiG 􀁾􀀠􀁾􀀮􀀠􀁔􀀻􀀲􀁾􀀭􀁾􀁾􀁟􀀠 ! I -I r::::L . I I i L I , c -;;;;; \ Plywood installed behind shores to prevent raveling. -NOTES I. Shores shall be double stacked when trench depths exceed nine (9) feel. 2. Maximum horizontal spacing for double Slacked shores shall be five (5) feel. 3. Maximum allowable depth ofCIIt for this Option shall be fourteen (1-1) feet. -I. Aluminum hydraulic shoring maybe used in Type "A" or "8" soils only. 5. Maximum horizonla! spacing of shores in Type"A" soil shall be 6 feel. 6. Ma"imum horizontal spacing ofshores in Type "8" soil shall be 5 feet. 7. The contmelor's competent person shall inspect shores and verifY that they are in good working order. 8. The hydmulic shores shall have a minimum working pressure of 750 psi. 9. The contractor shall adhere 10 the shoring manufacturer's guidelines for use in Irench excavations. 10. ifthere is evidence of mveling or caving Ihe contractor is required (0 install 1'/," thick plywood or ';.;" thick 1-1 pJy arctic wrute birch (FinnJand form). 11. Spoil materiaJ will not be allowed nearer than 2' from the edge of Ihe excavation. II """""" .... ........ •••..,;;;:NI"'•• CLIENT: RYCON PROJECl': 1# 275 -ADDISON WATER LINE REl'LACEMENT MIX SHClFICATIONS: MIX DESIGN NO. 112 APPLK:A1'I0N: l'ICTCOG CLASS "C" REQUIJW) STJIE.NGTB 3600 1'S1/600 n:.EX PLACDo:NT SLOMP :SINCH +I-I WlCllATIO ".7 LIII1.B Ant CONTL"IT 5+1-1% l\UXlMUM TJ:MPt:JU.TU'RI: 100 DllCIl£J:S F MATERIALS ASTM STANDARDS WEIGIffS(SSDI YQLVME C!MlI:NT AS'TM a:s& T\'Pt: lID 7..17 FLYASH ASTM C618 CLASS C 0.00 COAllSE AGe. ASnI OJ SIZJ: NO. 57 1115& lU6 COAIISE AGe. ASnI OJ SIZE NO. UGHTWIJCUT ASTM ClJO -m£ACG. A3TM OJ 1::14 rtl'l1: ACG. ASl'.M OJ AD.Ml.XTlJ RE ASTM 􀁾􀀴TVl'tt A ... D ADMIXnJIl£ ASl'.M C494 TYPE F ADIIflX'TlJU ASl'.M 060 l.JS WATIR :U6 :7.110 ASTM C'H STANDARD SPtCIFICA1'IONS FOR IllADY -MIXI!D CONCltItTE STA TE.S AS FOLLOWS! '"WBJ:N 11R COI'ICUTI STRENGTH IS USED AS A BASIS roR ACCU'TANcz. THE MAHUrACTUua SRALL U EN iiiLID to 16 rT.1III ASTM C94 STANDAIlD SPt:CXJl'lCAnONS FOIt R!.ADl(-MIlCED CONCJtETf. STATES AS FOLLOWS: "WlI£N 1'l1li: CONCIlE'IJ: STJU!!NGmIS USED AS A MSIS POll ACCl!7fANCE. THE MAHUrACT1l1ll:1l SIIALL _ nrrrn..DTO 0lI'IES or TIST RI!:POIlTS••• THE Il'IDJVJDUAL WHO 5AMPU'S AND nsTS CONCRETE MUST BE CEllTIFttD ACI I.£VJ:L L 􀁾􀀠. ADDlnONAL WATEllADDED IN J:xClS!I Of SPl:CDIED SLIlMPIS AT CUSTOMERS RISK! REDI-MIX, L.P. 0I!H!RALOI'I'IC!/1+t$ _,DrMo. SuiIIo 136. c-.T_ 7'/1:J1j7 PHONE: (972) 􀁾􀀮􀁣􀀦􀁓􀁏􀀠FAX; (V12} 􀁾􀀷􀀵􀀡􀀱􀀠 ... """'-flO. • V""" •• .....'liPf"'''''''J • "'':1'' .... RBDI-MIX. LP 5511 DE:N'l'ON HWY HAL'l'OM CITY, TX 76148 􀁷􀁷􀁷􀂷􀀹􀁨􀁥􀁲􀁾􀁩􀁭􀁩􀁸􀀮􀁣􀁯􀁭􀀠U7-5H-3358 Frequency 􀁄􀁩􀁳􀁴􀁾􀁩􀁢􀁵􀁴􀁩􀁯􀁮􀀠A nalysis 28 Day Compressive Strengcn Mix: 112 F'e: 3600 psi 07/02/02 MQvingAvg: :; Sample ID Slumpin Air Cont \ CQn Tmp deg F 7 day CQmp psi 28 day Camp psi 28 day Camp psi 122.78 4.00 3997 4917 12349 4.00 4598 5571 9725440 3.00 4375 5655 5381 15227 3.50 4.3 8a 4033 5005 5410 22489 4.50 66 4290 5070 5243 12307 4.00 3661 4440 4838 H58 3.50 5.0 73 4375 5385 4965 46335 4.25 5.0 90 4345 5225 5017 46653 4.00 4.6 90 4665 5330 5313 46731 4.50 4.8 96 4235 5325 5293 10'1299 4.00 4.0 102 3640 4670 5108 106263 4.50 4.5 90 3415 4850 4948 106269 4.50 4.5 92 3695 5135 4885 41519 4.00 92 3630 4760 4915 15228 4.50 70 4295 5990 5295 37137 4.00 72 U80 5000 5250 37366 4.00 70 4360 4685 5225 37525 4.50 69 3560 4650 4778 37688 4.00 68 3890 4045 4460 37994 4.50 72 3620 4475 4390 38612 4.50 72 3680 5045 4522 19099 3.50 •. 6 93 3740 4165 4562 121358 •. 00 3.9 96 2720 3915 '1375 129238 3.75 ".5 93 3600 4140 4073 10362 3.50 4.7 91 4120 5310 4455 26012 4. 00 87 4120 5240 4897 11663 4.00 4.2 78 3940 4590 5047 152665 3. 00 64 4530 5485 5105 Count ---------------------------------------------------------------------28 13 24 28 28 26 Average -------------------------------------------------------------------4. 00 4.5 82 3975 4931 4913 Standard DeViation --------------------------------------------------------0.44 0.3 12 431 514 J65 !? _ 1 Frequency Distrihution: 28 Day Compressive Strength Moving Avg: 3 Air Con 7 day 28 day 28 daySample Slump Cont Tmp Comp COIIIp m in It deg F psi C:Y psi Range ---------------------------------------- -----------------------------3.00 3.9 64 2720 3915 4073 4.50 5.0 102 4665 5990 5410 Coefficient of Variation 10.99 7.55 14.33 10.85 10.4.2 7.43 P. CLIINT: RYCON PROJECT: '175-ADDiSONWAn:R LINE REl'LACEME."IT MIX SPEClFlCA nONS: MIX DESIGN NO. llO APl'LICA11ON: NClCOGCLASSKA* REQUIRI:D STltENGTII lOOGPSI P1..AClMENT SLUMP J I!!ICB +,. 1 W/CllATIO U..'lI IJIII.a MRCONTENT 4+1-11'.0% MAXlMIlM TEMPDIAl'tJ1lE 100 DI:GUI:1I ,. MATERIALS ASTM STANDARDS wrn;BJS(SSOI VOLUME CZM1l:NT ASTM ClSO TYPE IIU FLVASlf ASTM C". CLASS C 0.00 COARSE AGG. ASTM OJ SIZE 1'10. S7 􀁉􀁾􀀠11.l16 COAR:SI: AGG. ASTM OJ SIZ& l'IO. UCJIT WElCUT AllIM 0Ja JIIl'/EAGG. ASTM OJ lJ11l IUJ I'fl'n:AGG. ASTM OJ ADMJXTUU ASTM 􀁃􀁾􀀠TYP'£ A .... D ADlWlXTUJU: A..'1TM Col'" l"Ir'Pt F ADMJXTURE ASTM C2r66 '.J!! WAn. J.TI 17.00 ASTM 04STAHDAD SPlCMCATIONS fOR ItEADY-M1X.ID CONCUn: STATISAS IIOUDWS: "WBDlllDt CONCJl.l';'n S'tllENGTB IS lIS1:D AS A IL\SIS fOil ACCEPT AlICE, THE MAl'IllI'ACItlItltR SRAU. ar; £H I i I LID TO COPIIS 0 ..'J'I8T llUOll1'S.•• THE II'IDlVIDtTAL WHO SAMPt..E!I A.N'D TlSTS CONCJlET1: lIl11ST aE CUIUJJ:D ACl UVIL L .. . ADDiTIONAL WATEll ADDED IN IXCISS OF SPl:CWIED SLUMP 19 AT CllSTOMUS IUSICl REDt-MIX. LP. ClENEIUU. Ofl'ICEltoWS _ cnwo. _ I.ClIrWlIIon. T_ 􀁾􀀷􀀠PtfCINE: 1972l242-461SO FAX; I972l 􀁊􀀲􀀺􀁬􀁾􀀠 REDI-MIX, LP 5517 DRNTON H1fY HALTOM CITY. TX 76148 www.gherroneredimix.com 817-514-3358 Frequency Distribution Analysis 28 Day CompreSSive Strength Mix: 110 P'c: 3000 psi 07/02/02 Moving Sample ID Slurop in Air Cont '" Con Tmp deg P 7 day Camp psi 28 day Comp psi Avg: 3 28 dayComp psi 328573 4.00 4421 5607 13939 4.00 4067 5005 14070 4.00 3006 4103 4905 13834 4 00 3537 4899 4669 316192 4.00 2935 4121 4374 317434 1. 00 4.0 2935 4121 43eo 15761 4.00 53 3183 1103 HIS 7098 4.00 5.4 69 3020 4005 4076 44922 1.25 2.7 67 3610 4555 4221 7150 3. 50 68 3560 4225 4262 140303 2.25 80 3175 4335 4372 36487 2.00 71 5240 6375 4978 37577 q,.OO 72 3570 4440 5050 37927 4.00 70 2915 3835 4883 705602 3.00 eo 2960 3925 4067 24051 2.00 3.2 79 3850 4665 4142 28967 4.'50 3.0 70 2900 3680 4090 24757 2.25 4.2 76 3340 3900 4082 27991 4.50 4.0 82 3170 3840 J807 Count ---------------------------------------------------------------------19 7 13 19 19 17 Average ---------------------.---------...---------------------------------3.59 3.8 72 72 3442 4407 4381 Standard Deviation --------------------------------------------------------0.e4 0.9 8 611 676 377 Range ---------------------------------------------------------------------2.00 2.7 53 2900 3680 3807 4.50 5.4 82 5240 6375 5050 Coefficient of Variation --------------------------- -----------------------23.45 24.13 10.69 17.76 15.33 8.61 P. 1 :lOUt. faY" 001,,1 ... • ..... "', .... r.' CLIENT: RYCON PROJECI': 1Il7S-ADDISON WATER LINE RPLACEMENT MIX SPECIFICATIONS: MIX DESIGN NO. ill Al'PUCA11ON: RlQUIUD S1'IlENGTPLAaMENT SLUMP W1CJlA.11O AIR CONTENT MAXDlltlM TEMPER1I AnJRE AS SPECIFIED .teOOPS[ " and 111(' COfl[l;l(lOr :l." indinut:d .i!}(Wt'. 􀁻􀁨􀁾􀀧􀀠;I/I'IO't'H'j GuU Insurance Company PO BOX 131771 Dallas, TX 75313 , Sl'RET}", Rycon, Inc. 13221 Bee St. Farmers Branch. TX 75234 . CO?>:TRACTOR. iwrt"hy i1fJP1U\'t'.. of till' fin:ll payment m till' Cumm;'lOr. ;Inti :IJ,!rt.'t.':>lh:u liwd paynlcm 10 ,,:t.' COlitr:lll0r :-.jull HOI rt'lit·\'(> tbe 􀁓􀁴􀁬􀁾􀁴􀀢􀁬􀁹􀀠or 􀁩􀀡􀁮􀁾􀀭􀀡􀀠1.' it!. ubliWtlio!l'" :0 Town Of Addison 16801 Wentgrove Addison, TX 75248 October 2. 2002I!': 􀁜􀁾􀀧􀁲􀁲􀀺􀀭􀀻􀀱􀀺􀀵􀁾􀀠'\n ImmOf, the 􀁾􀁕􀁦􀀨􀀺􀁬􀁲􀀠II:\..; ht.·(('ltt.lo !>C: iI:-􀁨􀁾􀁵􀁜􀁻􀀱􀀠t In thi:-. d:u(;'. 'Iu....n iu 1; mulg 1/,(, wmuhJhllm..."Jnl' II",11/d'Wl'll ,lrlft;llml \1#1' I Gulf Insurance Company AHL....􀁾􀀮􀀠{$cal}; CAUTION: You should sign an original AlA document that has this caution printed in red. An original assureS that changes will not be obscured as may occur when documents are reproduced. See Instruction Sheet for Limited License for Reproduction of this document. AlA DOCUMENT '1707 • 􀀨􀀮􀀨􀁉􀀧􀁜􀀮􀁾􀂷􀁉􀁜􀁾􀀭􀁉􀀠,.1: 􀀢􀀺􀀧􀁉􀀧􀁍􀁆􀀧􀀡􀁙􀀢􀁉􀁾􀀠􀁾􀁈􀀧􀁜􀀼􀁜􀀡􀀠"")'MI;;,\T· IWI 􀀢􀀬􀁭􀁬􀀢􀁉􀁾􀀠•. ,1\ 1.J",).l • 􀁮􀁭􀁎􀀢􀁉􀁾􀁽􀁕􀀡􀁁􀀢􀁉􀁉􀁉􀀢􀀧􀀻􀀢􀀢􀁉􀀱􀁮􀀠TE 011 .IIN("UIlIJC1'.". 1-;1:' ;,;,.;\\'''OI\KI\\,E:-';1 L 􀁾􀁜􀁜􀀧􀀬􀀠\(1\.">\1 I.'IiCiTO', ;,1 􀀮􀀤􀁩􀁬􀁋􀁉􀀨􀀾􀁳􀁺􀀮􀁬􀁾􀀮􀀠􀁗􀁁􀁒􀁎􀁉 􀁈􀁇􀁾􀀠􀁕􀁮􀀱􀁾photocopying vlolafe$IJ.$. 􀁾􀀠right lttws and will subject the viotrrnu 60 Ieg.r 􀁾􀁵􀁴􀁬􀁯􀁮􀀮􀀠G7Q7-1994 GULF INSURANCE COMPANY HARTFORD, CONNECTICUT POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFETY PAPER WITH TEAL INK. KNOW All MEN BY THESE PRESENTS: That the Gulf Insurance Company, acorporation duly organizea under the laws of the State of Connecticut, having its principal office in the city of Irving, Texas, pursuant to the following resolution, adopted by the FinanCll & Executive Commitlee 01 the Board of Directors of the said Company on the 10th day of August, 1993, to wit: "RESOLVED, that the President, Executive Vice President or any Senior Vice President of the Company shall have authority to make, execute and deliver a Power of Attorney constituting as Attorney-in-Fact, slJch persons, firms, or corporations as may be selected from time to lime; and any such Morney-in-Fact may be removed and the' authority granted him revoked by the President, or any Execulive Vice President, or any Senior Vice President, or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors. RESOLVED, that nothing in this Power of Attorney shall be construed as agrant of authority to the attorney(s)-in-fact to sign, execute, acknowledge, deliver or otherwise issue a policy or policies of insurance on behalf of Gulf Insurance Company, RESOLVED, that the signature of the PreSident, Executive Vice President or any Senior Vice President, and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile. and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are altlched." Gulf Insurance Company does hereby make, constitute and appoint Steven Thomas DebiMoon Alan Robinson Elvia Salazar its true and lawful attorney(s)-in-Iact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, as surety, any and all bonds and undertakings 01 suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds, undertakings and documents relating to such bonds andlor undertakings were Signed by the duly authorized officer of the Gulf Insurance Company and all the acts of said attorney(s)-in-fact, pursuant to the authority herem given, are hereby ratified and confirmed. The obligation of the Company shall not exceed five million (5,000,000) dollars. IN WITNESS WHEREOF, the Gull Insurance Company has caused these .presents to be signed by any olticer 01 the Company and its Corporate Seal to be hereto affixed. GULF INSURANCE COMPANY STATE OF NEW YORK } SS LrlWNnce P. MiniterCOUNTY OF NEW YORK Exc('utive Vice President On this 1st day ot October, AO 2001, before me came Lawrence p, MlnUer, known to me personally who being by me duly sworn, did depose and say: that he resides In the County of Sergen, State of New Jersey; that he Is the Executive Vice President oflhe Gulf Insurance Company, Ihe corporation described in and which execuled the above instrumenf; that he knows the seal 01 said corporation; that the seal affixed to the said instruments is such corporate seal; thaI il was so affixed by oroer of the Soard of Direclors 01 said corporation and that he Signed his name, thereto by like order. cif 􀀬􀁾􀀭􀁴􀀬􀁾􀀠ANGlE MAHABIR-BEGAZO STATE OF NEW YORK } SS Notary Public, State ofNew York No. 01MA6019988 COUNTY OF NEW YORK • Qualified in Kings County CommissIon Expires Ji"ebruary 16, 2003 I, the undersigned, Senior Vice President of Ihe Gull Insurance Company, aConnecticut Corporation, DO HEREBY CERTIFY thatthe foregoing and attached POWER OF ATTORNEY remains in lulliorce, Dated the 2nd day of october ,20 02 Signed and Sealed at the City of New York. George Biancardi Senior Vice President rr .-I ( Council Agenda Item: tfJ2.. 9 SUMMARY: This item is for the award ofcontract to Rycon, Inc. fur construction ofthe Marsh Lane Water MaiD Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $500,000.00 Construction Cost: $311,410.00 Source ofFunds: Funds are available ftom FY 2001-02 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program, Project No. 93601. BACKGROUND: The Public Works Department established the need fur the replacement ofan existing 8" water maiD along the east side ofMarsh Lane, ftom Brooklmven Club Drive to Spring Valley Road. This project is the result ofnumerous water maiD breaks in the area that has continuously disrupted service to adjacent commercial businesses. The firm of Birkhoff; Hendricks, & Conway, L.L.P. prepared engineering plans and specifications for construction ofthese improvements. Attached is a bid tabulation for this project. The bid proposal in the specifications fur construction was structured to provide an incentive/disincentive disincentive method ofbidding the improvements. Specifically, each bid submitted was required to consist oftwo parts whereby: a. The Contractor submits a standard bid (A), which is the snmmation ofthe products ofthe estimated quantities shown in the proposal, multiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (B), which is the product ofthe number ofcalendar days required to construct the project, determined by the Contractor, and the Daily Value established by the Town. The Daily Value was established in the contract at $1,000. The number ofcalendar days is intended to include inclement weather, holidays, etc. 􀁾􀀺􀀭􀀮􀀠 V TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replaeement (Brookhaven Club Drive to Spring Valley Road) SUMMARY OF BIDS Bids Received Until 10:00 a.m., Tnesday, May 28, 2002 (A) (B) (A) + (B) Amount Bid Calendar Calendar Total Contractor atems 1 thrn 34} ;UaIs Bid Days x 51,000 Amount ofBid 1. Rycon, Inc. 13221 Bee Street Fanners Branch, Texas 75234 2. John Burns Const. Co. ofTexas P.O.BoxllI7 Lewisville, Texas 75067 3. Mastec North America 4747 Irving Blvd., #221 Dallas, Texas 75247 4. Texas Sterling Construction, L.P. 2100N. Hwy. 360, #106A Grand Prairie, Texas 75050 5. Moss Construction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 . 6. C-Con Services 11127 Shady Trail, #108 Dallas, Texas 75229 ,. * Did Not BhI on Item No. 34 $ 311,410.00 90 $ 90,000.00 $ 401,410.00 $ 374,400.00 70 $ 70,000.00 $ 444,400.00 $ 422,805.00 120 $ 120,000.00 $ 542,805.00 $ 515,918.00 120 $ 120,000.00 $ 635,918.00 $ 566,668.00 120 $ 120,000.00 $ 686,668.00 $ 580,426.00 • 85 $ 85,000.00 $ 665,426.00 • BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Ave" #220 Dalias, Texas 75231 Fax (214) 361-0204 Phone (214) 361-7900 JOHN w. BlRKHOFF. P.E. RONAW V. CONWAY,P.E. GARY C. HENDRICKS, P.E JOE R CARTER, P.E. PAUL A. CARLiNE, P.E. MATT HICKEY, P.E. DOUGLAS K. SHOWERS, P.E. May 31, 2002 ROSS L. JACOBS, P.E. L C. FINKLEA, P.E. Mr, Steven Z, Chutchian, P,E, Assistant City Engineer Town ofAddison p, 0, Box 9010 Addison, Texas 75001-9010 Re: Marsh Lane Waterline Dear Mr. Chutchian: We are enclosing five copies ofthe bid tabulation for the Marsh Lane Waterline project in which bids were received until 10:00 a,m. on May 28,2002. Also enclosed is a copy ofthe contractor's proposal and bid schedule from which the tabulation was created. Please note that the low bidder had a few errors, which were corrected during the bid tabulation process. Those errors and corrections are shown on the enclosed Contractors Proposal and Bid Schedule. It is our understanding that the Town of Addison is checking references and will make a recommendation for award to council. We are available at your convenience to discuss any questions you may have with the tabulation. 􀁾􀁾􀀮􀀠Jobo W. Birkhoff, P.E. 􀁾􀀠Enclosures TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) SUMMARY OF BIDS Bids Received Until 10:00 a.m., Tuesday, May 28, 2002 (A) (B) (A) + (B) Amount Bid Calendar Calendar Total Contractor (!tems 1 thm 34} Da:\:sBid Da:\:s x 51,000 Amount of Bid 1. Rycon, Inc. 13221 Bee Street Fanners Branch, 1:exas 75234 2. John Bums Const. Co. of Texas P. O. Box 1117 Lewisville, Texas 75067 3. Mastec North America 4747 Irving Blvd., #221 Dallas, Texas 75247 4. Texas Sterling Construction, L.P. 2100 N. Hwy. 360, #106A Grand Prairie, Texas 75050 5. Moss Construction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 6. C-Con Services 11127 Shady Trail, #108 Dallas, Texas 75229 * Did Not Bid on Item No. 34 $ 311,410.00 90 $ 90,000.00 $ 401,410.00 $ 374,400.00 70 $ 70,000.00 $ 444,400.00 $ 422,805.00 120 $ 120,000.00 $ 542,805.00 $ 515,918.00 120 $ 120,000.00 $ 635,918.00 $ 566,668.00 120 $ 120,000.00 $ 686,668.00 $ 580,426.00 * 85 $ 85,000.00 $ 665,426.00 * TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE Item Estimated No. Quantit;y Unit . 1 2,015 L.F. 2 390 L.F. " ! 3 . 85 L.F . : 4 15 Ea. 5 18 Ea. ! i Description and Price in Words Furnish and Insta1l8-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $ complete in place, the sum of Thirty-Six Dollars : and No Cents per Linear Foot Furnish and Install 8-Inch PVC (C-909, Class 150) Waterline by other than Open Cut $ complete in place. the sum of Forty-Nine Dollars and No Cents per Linear Foot i Furnish and Install 6-Inch PVC (C-909, Class ! 150) Waterline, including Embedment by Open Cut $ Icomplete in place, the sum of Thirty-Eight Dollars i and No ! Cents per Linear Foot : Furnish and Insta1l2-Inch Service CoIU1ection, including All Fittings at Water Main $ complete in place, the sum of One Thousand, Two Hundred Dollars and No Cents per Each Furnish and Install New Meter With Box and Service COIU1ection $ complete in place, the sum of Four Hundred Fifty and No Dollars! Cents per Each : PF-3 Price in Extended Figures Amount 36.00 $ 72,540.00 49.00 $ 19,110.00 38.00 $ 3,230.00 1,200.00 $ 18,000.00 450.00 $ 8,100.00 ;'"'' Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount i Furnish and Install a-Inch Resilient Seated Gate 6 9 Ea. Valve $ 725.00 $ 6,525.00 complete in place, the sum of ! Seven Hundred Twenty-Five Dollars i and No Cents per Each iFurnish and Insta1l6-Inch Resilient Seated Gate 7 7 Ea. : Valve $ 600.00 $ 4,200.00 icomplete in place, the sum of Six Hundred Dollars and No , Cents per Each a 7 Ea. Furnish and Install Standard Fire Hydrant $ 1,775.00 $ 12,425.00 complete in place, the sum of One Thousand, Seven Hundred Seventy-Five Dollars and No Cents per Each 'Furnish and Install2-Inch Copper Waterline, 9 : 160 L.F. • including All Fittings by Open Cut $ 20.00 $ 3,200.00 complete in place, the sum of Twenty Dollars and No : Cents per Linear Foot For Cutting and Plugging Existing 8-Inch 10 5 Ea. Waterline $ 850.00 $ 4,250.00 complete in place, the sum of . Eight Hundred Fifty Dollars and No Cents per Each 11 4 Ea. For Connecting to Existing a-Inch Waterline $ 1,650.00 $ 6,600.00 complete in place, the sum of One Thousand, Six Hundred Fifty Dollars and No Cents per Each PF-4 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings $ 1.00 $ 5,000.00 complete in place, the sum of One : Dollars and No , Cents per Pound For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC 13 36 L.F. with Embedment $ 75.00 $ 2,700.00 complete in place, the sum of Seventy-Five : Dollars and No Cents per Linear Foot For Connecting to Existing 6-Inch Sanitary 14 4 Ea. Sewer $ 800.00 $ 3,200.00 ! complete in place, the sum of Eight Hundred Dollars and No Cents per Each For Removing Existing 8-Inch Reinforced 15 600 S.Y. Concrete Pavement $ 10.00 $ 6,000.00 complete in place, the sum of Ten Dollars and No ! Cents per Square Yard For Furnishing and Placing lO-Inch Reinforced 16 600 S.Y. Concrete Pavement $ 40.00 $ 24,000.00 complete in place, the sum of Forty : Dollars and No , Cents per Square Yard For Removing and Replacing Existing 8-Inch 17 325 S.Y. Reinforced Concrete Driveway $ 33.00 $ 10,725.00 complete in place, the sum of Thirty-Three . I Dollars: and No Cents per Square Yard I PF-S Item No. Estimated Price in Extended Quantity Unit Description and Price in Words Figures Amount 18 19 For Removing and Replacing Existing Hot Mix 50 Ton Asphaltic Concrete $ 75.00 $ 3,750.00 complete in place, the sum of Seventy-Five Dollars and No Cents per Ton For Removing and Replacing Existing 4-Inch Reinforce Concrete Walk, including ADA 300 S.Y. Ramps $ 35.00 $ 10,500.00 complete in place, the sum of Thirty-Five I Dollars and No Cents per Square Yard 20 Furnishing and Placing I-Inch Hot Mix Asphalt ISO Ton Overlay $ 61.00 $ 9,150.00 complete in place, the sum of Sixty-One Dollars and No Cents per Ton 21 For Removing and Replacing Existing 6-Inch 150 L.F. Monolithic Curb with Dowels $ 9.00 $ 1,350.00 complete in place, the sum of Nine Dollars and No I Cents per Linear Foot 22 For Removing and Replacing Existing 6-Inch 632 L.F. Curb and Gutter $ 15.00 $ 9,480.00 complete in place, the sum of Fifteen Dollars and No Cents per Linear Foot i 23 3,262 L.F. Full Depth Saw Cut $ 4.00 $ 13,048.00 complete in place, the sum of Four Dollars and No Cents per Linear Foot PF-6 Item EstimatedI Price in Extended No. Quantity I Unit Description and Price in Words Figures Amount 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod $ 22,000.00 $ 5,500.00 complete in place, the sum of Twenty-Two Thousand IDollars and No Cents per Acre :For Removing Existing Trees and Replace with 25 3 Ea. 13-Inch Bradford Pear Trees $ 700.00 $ 2,100.00 complete in place, the sum of Seven Hundred Dollars : and No ! Cents per Each 26 5 Ea. For Removing Existing Fire Hydrant $ 650.00 $ 3,250.00 Icomplete in place, the sum of I Six Hundred FiftY I Dollars and No Cents per Each 27 1 L.S. Barricades, Signs and Traffic Handling $ 4,500.00 $ 4,500.00 complete in place, the sum of Four Thousand, Five Hundred Dollars and No Cents per Lump Sum 28 600 LE. Temporary Sediment Control Fencing 1$ 4.00 $ 2,400.00 complete in place, the sum of ! Four I Dollars and No ! Cents per Linear Foot 29 2,486 L.F. Furnish and Install Trench Safety System $ 7.00 $ 17,402.00 complete in place, the sum of Seven Dollars I and No ICents per Linear Foot PF-7 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 30 I L.S. iFurnish Trench Safety Plan $ 10,000.00 $ 10,000.00 complete in place, the sum of i Ten Thousand Dollars i and No Cents per Lump Sum I Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement $ 125.00 $ 625.00 the sum of ! One Hundred Twenty-Five Dollars and No I, Cents per Each , Abandon Existing Valve in Place on Fire . 32 5 Ea. Hydrant Leads, including Solid Sod Restoration $ 310.00 $ 1,550.00 the sum of Three Hundred Ten Dollars and No ! Cents per Each Furnishing and Installing 2-Inch Air and Vacuum Valve Assembly, including 2-Inch Gate 33 1 Ea. Valve $ 2,000.00 $ 2,000.00 the sum of Two Thousand Dollars ! and No , Cents per Each For Irrigation Repairs or Replacement Caused by Construction Activities, complete in place by a 34 1 L.S. Licensed Irrigator $ 5,000.00 $ 5,000.00 the sum of Five Thousand Dollars and No Cents per Lump Sum AMOUNT BID (Items 1 Through 34) 34) $ 311,410.00 PF-8 TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE SUMMARY Total Amount Materials & Services (A) TOTAL OF STANDARD BID (Items 1 Through 34): 311,410.00 Written in Words: Three Hundred Eleven Thousand, Four Hundred Ten Dollars and No Cents TOTAL OF TiME BID: __---..::9-"0___(calendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = $ 90,000.00 BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: $ 401,410.00 NOTES: 1. 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 of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shail be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax ID. No. or Employer No. 75-2940340 PF-9 If BIDDER is: An Individual By (Seal) (Individual's Name) doing business as Business address: Phone No. A Partnership By (Seal) (General Partner) doing business as Business address: Phone No. BID FORM TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location 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 an in accordance with the Plans, Specifications and Contract for the following prices, to wit: J Signed 􀁢􀁹􀀺􀀮􀀬􀀮􀀬􀁊􀀧􀀭􀀭􀀧􀀧􀀭􀀧􀀧􀀭􀀧􀀼􀀮􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀭􀁉􀀭􀁾􀁉􀀮􀁯􀀼􀀭� �􀁃􀁜􀀺􀀭____ ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Title: _____I_D_GYJ_r____ Seal and Authorization Igt21 􀁾􀁴􀀽􀀠S, (Ifa Corporation) Address City, County, State and Zip nz'-􀁴􀁦􀀮􀀯􀀳􀁬􀁬􀁴􀁯􀀹􀁾􀀠4t!!1t-IS"f7t./Telephone Fax No. E-Mail Address: Addendum No. I Ii'lL. Signature: Rl25 , i ,I"I ;,' "i, TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Vaney Road) BID SCHEDULE Item Estimated No. Quantity Unit I 2,015 L.F. 2 390 L.F. -fit,FE.' .., ! 3 85 L.F. 4 15 Ea. 􀁾􀁾􀁊􀁅􀀯􀁴􀁴W1,a 5 18 Ea. Price in Description and Price in Words Figures Furnish and install 8-inch PVC (C-909. Class 150) Waterline. including Embedment by Open Cut complete.in 􀁾􀁨􀁥sum 􀁾􀀠: S6􀀧􀁾􀁡􀀻􀀠..::1/, 􀁾RlI/L DoJIars and ---.. Cents 'Per Linear Foot Furnish and InstaII 8-Inch PVC (C-909. Class 150) Waterline by other than Open Cut 􀁾􀀠􀁾􀁴􀁥􀁾􀁬􀁡􀁣􀁥􀀮thy sum of 􀁔􀂣􀀮􀀬􀁉􀀮􀁌􀀯􀁾􀀠Dollars and F,F7T/Cents ner LinearFoat Furnish and Install6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open 􀁾􀁾􀀠Cut 􀁾􀁌􀀷􀀯􀁣􀀺􀀯􀀶􀀱􀀭􀀱􀀷complete . ceo the 􀁾􀀻􀀻􀀻􀀺􀀮􀀠3:7' A ( .,. 􀁾􀀠DolIars and Cents oer Linear Foot Furnish and Install 2-Inch Service Connection, including All Fittings at Water Main juJl)􀁾􀁾􀁾􀁾􀁏􀁦􀀠I I n"" Dollars 􀀷􀀯􀁾and Cents 'Per EaCh Furnish and Install New New Meter With Box and Service Connection L/6Ocomnlete in nlace. tho sum of '£it:7Y ' , ;:er;e'f1tJ/} Oiu::!:) .' t 7 -􀀮􀁲􀁾􀀢􀀢􀀭􀁾􀀠( u;.. '/LA Dollars ,'/7 and Centsner Each PF,) Extended Amount 7Z 7fl] 􀁾􀀠􀁉􀁾/?I77 􀁾􀁚􀀧􀀺􀀳􀀰􀀠£ffs l.8tJctJ 􀀯􀁴􀁊􀁾􀁴􀁴􀀹JV:J elf){)_.3) FlP ,/'-' Item No. Estimated Quantity Unit Description and Price In Words Price in Figures Extended Amount = 6 9 Ea. Furnish and Install 8-Inch Resilient Seated Gate Valve 􀁾place,,the sum of ,.'/f, '01\;" F;o . -:lfTV nt:: and d2.y Cents per Each Dollars ,% 􀀯􀀻􀀷􀁾􀀠7 7 Ea. Furnish and Insta1l6-Inch Resilient Seated Gate Valve 8 7 􀀭􀁾􀀠Ea. 􀁾􀁥􀀷􀀱􀀠􀁾􀀩􀀻􀁴􀀻􀀻􀁴􀁨􀁾􀀠Dollars and CF-7" Cents per Each Furnish and Install Standard Fire 􀁈􀁾􀁴􀀠􀁣􀁯􀁭􀁰􀁬􀁾in--»Iace, 􀁴􀁨􀁾􀀠􀁾oj L 􀁮􀁲􀁾􀀯􀁔􀁉􀀯􀀢􀀠􀁾􀀮􀀠'ME.!} /Y rl Dollars and Cents per Each 6tJtJ 􀀯􀀿􀀿􀁾􀀠1"-1'1/1T/fl:< :J 'fUO /2AJ-s.O ;73¥ I J:\A.dd.ison\I999I:tl'1WlLlcrlinc 􀁒􀁥􀁰􀁬􀁡􀁣􀁴􀁭􀁥􀁮􀁬􀁾􀁨􀁜􀁐􀁉􀁴􀁂􀁓􀀮􀀲􀀬􀀮􀁴􀁳􀀠PF-4 --Price in Estimated Extended No. Item Quantity Figures AmountDescription and Price.in Words Unit 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings complete in place, the sum of 􀁾􀀯􀁊􀁩􀀠Dollars 􀁾􀁴􀁴􀁊1ftand .A"? Cents per Pound For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC 13 36 L.F. with Embedment 􀀭􀁲􀁾􀀠'V7/l2f􀁣􀁯􀁭􀁰􀁪􀀿� �􀀯􀁩􀁊􀁊􀀣􀀿􀀺􀁾􀀠I Dollars -4tJfoand Cents 'per "Linear Foot For Connecting to Existing 6-Inch Sanitary 14 4 SewerEa. 􀁃􀁏􀁭􀁰􀁬􀁥􀁾􀁬􀀧􀁊􀁲􀀷􀀧􀀱􀀱􀀷􀀡􀁊􀁴􀁗􀀠gztl)get;Dollars and ""'1'7 Cents per Each For Removing Existing 8-Inch Reinforced 15 􀁾􀁴􀀡􀁊􀁻􀀩􀁏600 S.Y. Concrete Pavement /2)complete;r 􀁾􀁣􀁥􀀬􀀠􀁴􀁨􀁾􀀠...Tn 0 -/'/W" /' Dollars/C'" 􀁾and 4Cents per "Square Yard For Furnishing and Placing lO·Inch Reinforced 16 600 S.Y. Concrete Pavement 􀁣􀁯􀁭􀁰􀁬􀁥􀁴􀁥􀁾􀁵􀁭􀁯􀁦􀀠VillDe' Dollars fIJ and 'f'" 7 ' Cents per Square Yard For Removing and Replacing Existing 8-Inch 17 325 S.Y. Reinforced Concrete Driveway Icomplete in lace, t;:e 􀁾of 11111'::""" JIio.L:Z:Y • 33Dollars jOltand ' ......... Cents per Square Yard PF-5 Estimated Price in ExtendedItem ,Quantity Figures AmountNo. Unit Description and Price in Words For Removing and Replacing Existing Hot Mix 18 50 Ton Asphaltic Concrete Ik. completej!! 􀁰􀁬􀁡􀁣􀁾􀀠􀁴􀁨􀁾j .., '!lGO􀀱􀁾􀀠. 􀁾􀀠7f1-;... -;:/L r;:::::::;t$f;:'tt-rl7f/J '7'{:f;;: Dollars 􀁉􀁾􀀧􀁦􀁢and 􀁾􀀠Cents per Ton For Removing and Replacing Existing 4-Inch (}o19 ¥ S.Y. Reinforce Concrete Walk IU, SO{).􀀻􀀬􀁄􀁾􀀠􀁩􀁣􀁯􀁭􀁰􀁬􀁾􀁾􀁾􀀿􀁦 􀁾􀀮􀀪􀀧􀁦􀀮􀀠 ..5SDollars and -?'"7 Cen/sper Square Yard Furnishing and Placing 1-1/2-Inch Hot Mix 20 ISO Ton Asphalt Overlay 􀁣􀁯􀁭􀁰􀁊􀁾􀁐􀁬􀁡􀁾􀁾􀁥􀁳􀀻􀀻􀁥􀀭>/'1.:/y 1/57.-{ 61Dollars and Cents oer Ton 1'.7 0 For Removing and Replacing Existing 6-Inch It '350. ,;"J 􀁾􀀠21 L.F. Monolithic Curb with Dowels 􀁾􀀠complete 􀁩􀁾􀀽􀁾􀁥swn of 􀁾􀁾􀁾􀁩􀁊􀀮􀀧􀀠􀁾I'Dollars and 􀁾􀀠 Cents oer Linear Foot For Removing and Replacing Existing 6-Inch 22 632 L.F. Curb and Gutter compJetc;jp place, the sum of rlF Dollars Ib ftfto and r:Z.4-f Cents per '1:.inear Foot 3,26223 L.F. Full Depth Saw Cut 􀁣􀁯􀁭􀁰􀁬􀁥􀁴􀁥􀁾􀀻􀀻􀁬􀀺swn of l.stJc!iDollars fand 􀁾􀀠 Cents per Linear Foot PF-6 Item No. Estimated Quantity Unit , Description and Price in Words Price in Figures Extended Amount 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod 􀁣􀁾􀁾in 'wfttii)jOf" "7,. 1ri t/'1"'{7U?I Dollars and -=r ./Cents per Acre t$UJ 􀁾􀁦􀀨􀀩􀀠25 3 Ea. For Removing Existing Trees and Replace with 3-Inch Bradford Pear Trees complete in place,􀁾􀁾􀁦􀀠􀁾1 tJlfr:r"J Dollars 􀁡􀁮􀁤􀁾􀁊􀀠Cents per Eacn 􀀭􀀻􀁾􀁯􀀠ZI(){) 26 5 Ea. For Removing Existing Fire Hydrant complete in p ce, the sum .Ii: """,,:.cd .1... 'F7V1 /and Cents per Each Dollars tf:/iV 3zstJ 27 I L.S. Barricades, Signs and Traffic Handling 􀁣􀁯􀁾􀁴􀁥in %'􀁴􀁨􀀱􀁊􀁾􀀬􀁾(CJ.!:J'f fi:::J Nt j 1.I.c:::JfI/and --t"5 Cents per Lump Sum Dollars LjgjJ t/8:o 28 29 600 2,486 L.F. _Temporary Sediment Control Fencing 􀁣􀁯􀁭􀁰􀁬􀁗􀁊􀁾􀀧the sum of f Zt(ttJDollars and Cents per Linear Foot 1 􀁾􀁴􀀿􀀱L.F. Furnish and Install Trench Safety System f.I;; 11 complete inJ)iace the 􀁾􀀠􀁾􀀠􀁾"""'-.... ) f Y:::. -___ -,-.' I fV Dollars 0and Cents per LmearFoot PF-7 Item Estimated No. Quantity Unit , Description and Price in Words 30 I L.S. Furnish Trench Safety Plan 􀁃􀁏􀁬􀁣􀁮􀀱􀁦􀀻􀁴􀁉􀁾􀁏􀁦􀀠Dollars and Cents per Lump Sum Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement 􀁴􀁨􀁥􀁾􀀠I .;;> PNI:f' -r.. '/I}IIBf;fJ /£ VI''/'' 'fa.f !? Dolfars and ........􀁾􀁾􀀠Centsper Each Abandon Existing Valve in Place on Fire 32 5 Ea. Hydrant Leads, including Solid Sod Restoration 􀁴􀁨􀁾􀁏􀁦􀀠/􀀭􀁮􀁶􀀷􀀷􀁻􀀩􀀢􀁾j I.f" 71 Dollars and Cents per Each Furnishing and Installing 2-Inch Air and Vacuum Valve Assembly, including 2-Inch Gate 33 I Ea. Valve 􀁴􀁨􀁥􀁾􀁦􀀠-"" III Y) I7C-1li7fV1U/-.J, Dollars and 􀁟􀁾􀀮􀁌􀀠Cents per Each AMOUNT BID (Items 1 Throul!h 33) Price in Extended Figures Amount IqOt>O 􀁬􀁾􀁡􀁩􀁊􀀠􀀯􀁾􀀠flV? .:310 15m 􀁴􀁦􀁊􀁾􀁤􀀠tar{) ...,,.. L -_I:V;f􀁾􀀢􀀠6 -riJ'rIJL 􀁾􀁾􀀧􀁢􀁄􀀠I L6 IUilJlJ.7if)II1?£/JiIIJ.6 'Dsl/i.t£l!!J16!3j IWb!J::?ZYl, fT/XfJ 6aJtJ PF-8 TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring VaHey Road) BID SCHEDULE SUMMARY Total Amount Materials & Services (A) TOTAL OF T1n·nn<.b 33): HVL 7Jt;(} TOTAL OF TIME BID: _...:..._____(caJendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = BASIS FOR COMPARISON OF BIDS: (A IE-r/tC-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 of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy. the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days ,from, the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted. the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax ID. No. or Employer No. PF-9 􀁾􀀠't). tfl) iff 􀂥􀀨􀀩􀁾􀀠Lflf). ptJ IV BID FORM 􀁎􀁜􀁾􀀠t f ,2002 TO: The Honorable Mayor and Town COlUlcil Town ofAddison, Texas Gentlemen: The lUldersigned 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 aod work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. I Addendum No.2 Addendum No.3 Q./L Add. f.J".'t 􀁾􀁾􀀰􀀼􀀾􀀢􀁦􀀭􀀦􀁾􀀡􀂥􀁜􀀧􀁁􀀮􀁊􀁾􀁾􀁲􀁾􀁴􀀮􀀠Contractor 􀁾<..J 􀁂􀁹􀁾􀀮􀀮􀀬􀀬􀁾􀁜􀀻􀁯􀁜􀁜 􀀠I 1(...10¥-"'\"...=s'--__ (Please print name) Signatu(Ej""""--g.--'e-"""""'\5t . Title:"b.en,L-".\\ 􀁾􀁾􀁊􀁥􀀮􀀱􀀮􀀠Seal and Authorization 􀁴􀀺􀀮􀁾􀁾􀀠'E, Ma.....􀁾􀁑􀁾􀁜􀁜􀁜􀁊􀀠(If a Corporation) Telephone Fax No. E-Mail Address:J-b-l..bt ®JUt:>. e-... TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement , (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE Item Estimated No. Quantity Unit I 2,015 L.F. 2 390 L.F. 3 85 L.F. 4 15 Ea. 5 18 Ea. Price in Description and Price in Words Figures Furnish and Install 8-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut i 􀀨􀁰􀀮􀁄􀀮􀁾complete in place, the sum of S.IX tv • Dollars and No Cents per Linear Foot Furnish and Insta1l8-Inch PVC (C-909, Class 150) Waterline by other than Open Cut complete in place, the sum of DM Ii. 0 0 fA..., .... 􀁤􀀭􀁡􀁾􀁤􀀠+""";"'':\''J 1-",-,,, fIZZ.=-• Dollars and 􀁎􀁾􀀠Cents per Linear Foot Furnish and Install 6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut complete in place, the sum of Thin.f...11 􀀢􀀻􀀧􀀤􀀮􀁾􀀠P,""s< , Dollars and F.:,cf" Cents per Linear'Foot Furnish and Install2-Inch Service Connection, including All Fittings at Water Main complete in place, the sum of j:()U1l I *' t/Z{). 0.2.If." ..I1l-ui f .....ruJlf/Dollars and N.. Cents per Each Furnish and Install New Meter With Box and Service Connection f .:>"complete in place, the sum of <::.. ,/?,,}5'. -" ., j +""",,..,1--,/P,'''1'f.• Dollars and No i Cenisper Each PF-3 Extended Amount :t IZ0qoO. }Lf7 5'8[).) 􀁾􀀳􀀰􀁊􀀷􀀬􀀠􀁾􀀠􀁾􀁣􀀮􀀮􀀠?,ClO, 00-i 00)􀁉􀁾􀁄􀁓􀀭􀁬􀀩􀀮􀀠- \ Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount Furnish and Install 8-Inch Resilient Seated Gate 6 9 Ea. Valve complete in place, the sum of s.....a.u t ." . .0 7?5" -17. 0 4<;) -HvAJdl/r.J e . ..;,f-" ;::'Vi<, v Dollars and )../0 Cents.per Each Furnish and Insta1l6-Inch Resilient Seated Gate 7 7 Ea. Valve complete in place, the sum of F.vli..$> ". :J If; 0(.7, 􀁾􀀠/1",,,,,"4<1 􀁣􀀬􀁾􀁨􀁬􀀠'III' 51ft, -v , Dollars and AI. Cents. per Each 8 7 Ea. Furnish and Install Standard Fire Hydrant complete in place, the sum of 􀁉􀁊􀁾􀀬􀀬􀀭l7bjJJ.r_d Piil/£. JIv...c/ltJ '$ 001(;'"-, -t 0°IO,S-Qo. -Dollars and No Cents per Each Furnish and Insta1l2-Inch Copper Waterline, 9 160 L.F. including All Fittings by Open Cut complete in place, the sum of ,.!.. Dollars and JJ., Cents per Pound For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC 13 36 L.F. with Embedment complete e :Jlace, the sum of 􀁔􀀢􀀢􀁾􀀠DO 􀁾􀀷􀁩􀀡􀀮􀁃􀁏􀀮􀀠c.., t 􀀲􀁾􀁴􀁐• ..-11"",,1,,. Dollars and tV" Cents per Linear Foot For Connecting to Existing 6-Inch Sanitary 14 4 Ea. Sewer ",complete in place, the sum of Two $"2"'" ....... 􀁾􀀠,,0YOl>o -.!/"vdu.d Dollars and AI. Cents per Each For Removing Existing 8-Inch Reinforced 15 600 S.Y. Concrete Pavement complete in place, the sum of 􀁾􀀮􀀻􀀮􀁁􀁉􀀠􀁾􀀷􀀮􀀠!£ ",1t/.3StJ• I Dollars and r.;.,,...rol '/;',;t;.. Cents per SquateYard I For Furnishing and Placing lO-Inch Reinforced 16 600 S.Y. Concrete Pavement complete in place, the surn of F:Ff" f5?Z!:. j 0" 517.1)6'; 􀁾r.S'"(). -Dollars and '!y"",/t,lf,J 1=/,,4.. Cents per SqUare Yard For Removing and Replacing Existing 8-Inch 17 325 S.Y. Reinforced Concrete Driveway 􀁾complete in place, the sum of ),.,I:NN fZ"l, 􀁾􀀠j "I 􀀧􀀯􀀬􀁉􀁚􀁾􀀠Dollars and F;PN I Centsner Ton flaTu For Removing and Replacing Existing 4-Inch 19 􀁾􀁏􀁏􀁾􀀠S.Y. Reinforce Concrete Walk .;"d.. p.-P A""K'<1"'f" complete in place, the sum of 7J,;'..I-,} $g,1, 2.!.J; .. ' n.:.. 9'570. -Dollars and PIA-VI! CentsDer SauareYard 􀁁􀁾􀀢􀀭􀁺􀀬􀀮􀀠Furnishing and Placing 􀁴􀁾􀀭􀁉􀁮􀁣􀁨Hot Mix 20 ISO Ton Asphalt Overlay .f 77. 2Y􀀤􀁊􀁉􀀩􀁾􀀨􀁏􀀠, 00 􀁾􀁾􀁾􀁐􀁬􀁥􀁴􀁥􀀠in place, the sum of 5.t;J)t;JIIf-.J 􀁾􀁴􀀺􀁶􀁦􀁩􀁴􀀮􀁊􀀠. . Dollars and -c..,--';' t .• Cents per Toni _"z. ,For Removing and Replacing Existing 6-Inch 21 IS" 􀁾􀀠L.F. Monolithic Curb with Dowels complete in place, the sum of t="v« fJ/: 􀁾􀀠It. DO, a..!Dollars and AI" Centsoer Linear Foot For Removing and Replacing Existing 6-Inch 22 632 L.F. ,Curb and Gutter M,."bwticomplete bwticomplete in place, the sum of 1/3. Z'i> 􀁾􀀠It!.8,37'1. Dollars and JWtfN+tJ ':,'VI'V Cents oer Linear Foot 23 3.262 L.F. Full Depth Saw Cut OJV&complete in place, the sum of 􀀱􀀱􀀮􀁾􀀠$116"93, 􀁾􀀠Dollars and F'if'l,f Cents ner' Lhlear Fool PF-6 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod complete in place, the sum of PJhvw i ,,& 􀀱􀁾􀀷􀁢􀀷􀀾􀀮􀀠􀁾􀀠Ibo ObO • -11.ws-J 'J , Dollars and /Jo Cents per Acre For Removing Existing Trees and Replace with 25 3 Ea. 3-Inch Bradford'Pear Trees $991>. '!.!L 􀁾􀁚􀁽􀁴􀀷􀀰􀀮􀀠􀁾􀀠complete in place, the sum of Ni'IJlL It.f",."l-t.r.&/AJiAJ"J'I Dollars and AI.. Cents per Each 26 5 Ea. For Removing Existing Fire Hydrant complete in place, the sum of /wI> ItlvNtI'tr...d /i,'dtfJ Fiv/.... 1 "I>Z'8C:-t 􀀮􀁾􀁉􀀧􀁉􀁚􀁾􀀠-..... Dollars and Ak , Cents per Each 27 I L.S. Barricades, Signs and Traffic Handling complete in place, the sum of 􀁪􀀺􀀢􀁦􀁦􀁾􀀠$. 0 & ,,6;1, /)v J -"till cI I fi:(JOt). -􀁉􀁾􀁩􀀩􀁻􀀩􀁯􀀮􀀠) J Dollars and Alb Cents per Lump Sum 28 600 L.F. Temporary Sediment Control Fencing complete in place, the sum of IJ./;" h. !!JL. I'}l.t>. 􀁾􀀠Dollars and 􀀻􀀻􀁩􀁾􀀫􀀮􀀱􀀠Cents per Line4I'Foot 29 2,486 L.F. Furnish and Install Trench Safety System complete in place, the sum of [)He: II. !!!!􀁮􀁾f2,'ffl.. Dollars and ;V", Cents per Linear Foot PF-7 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 30 I L.S. Furnish Trench Safety Plan complete in place, the sum of p,·vl;... I ,,'" 4$0<:>, 􀁾;J.,.""J-u:.d 500,Dollars and No Cents per Lump Sum Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement the sum of Two 􀀡􀁉􀁵􀀢􀀢􀁊􀁾􀀠*·Z:-Z;.fi. 􀁾􀀠$ .,')11z.fi. 􀁾􀀠7':o""",/.-.J p/..,/Ii., Dollars and AI", Cents per Each Abandon Existing Valve in Place on Fire 32 5 Ea. Hydrant Leads, including Solid Sod Restoration I !f. ....ef. be the sum of iI"NIif /)33 1 Ea. Valve :hG:. of), ':.!thesumof ,<:,j.rh.r....' 􀁦􀁦􀁶􀀢􀀬􀁾􀀴􀀠{ts,DO, -. Dollars and AJ.. Cents per Each 􀁾􀁉􀀠. 􀁾􀁾􀀠OUNT BID (Items 1 Through 3\j) '.37'1, y()(!), C!E Page PF-8, add Bid Iten134 as follows: Item. Estimated No. Quantity Unit . Description and Price inWords 34 1 LS. pr·8 TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE SUMMARy Total Amount Materials & Services 􀁾􀀮􀀬􀀮􀀮􀀠(A) TOTAL OF STANDARD BID (Items 1 Through 33): Written in Words: 􀁉􀁨􀁬􀁬􀀡􀁾􀀠􀁈􀀭􀁯􀀢􀀬􀁣􀁬􀁾􀁲􀀮􀀮􀁤􀀠􀁓􀁦􀀻􀀮􀀮􀁉􀀱􀁾....k'l 􀁆􀀮􀀬􀀬􀁾􀀠'r\......NVo( fi:...tt t-l... 􀁾􀁤...r....d D.. II."q.,s-...... cJ. 􀁎􀁾􀀠Cl'"",l-.. TOTAL OF TIME BID: _.L7""'oo.....____(caJendar days) d oil (B) TOTAL OF CALENDAR DAYS x $1,000.00 = '1:.70,000. • BASIS FOR COMPARISON OF BIDSUA) + an = TOTAL BID: 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 of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date 'the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax I.D. No. or Employer No. . '25 -20I k q8 c> BID FORM May 14 ,2002 TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location 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: (l;Jtfjt.{! ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. I Addendum No.2 Addendum No.3 5-/.3-0Z Seal and Authorization (Ifa Corporation) " Contractor By' Davicl 􀀡􀁉􀁯􀀱􀁉􀁾􀀠 􀁡􀁾􀁬􀁾􀁥􀀠n. Signature. ' . . Title: O/re.t:/Dr. Wes/em Req/CJn? c 4747 Irvl1J 8J#. #Z21 Address fJa /l3s 7i;. xas 7$Z47 I City, County, State and Zip z/4-57/-2500 Telephone Fax No. E-Mail Address: d h Q //.;;lnde! 1'J1CJSIec.u:m TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) BID SL'HEDULE Item Estimated No. Quantity Unit Description and Price in Words Furnish and Install 8-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open I 2,015 L.F. Cut complete in place, the sum of 1-,,--_.....I=I:;;u;./;-!".f:;.'...􀁾____Dollars and JI..k Cents􀁾􀁥􀁲􀀠Linear Foot Furnish and Install 8-Inch PVC (C-909, Class 2 390 L.F. 150) WaterIine by other than Open Cut complete in place, the sum of 􀁉􀀭􀀬􀀬􀀭􀀭􀀬􀁡􀀺􀀺􀀺􀀺􀁬􀀺􀁮􀁣􀁴􀀮􀀮􀀺􀀻􀀬􀁥􀀬􀀭 􀁾􀁊􀀮􀁫􀀼􀀺􀁬􀀮􀀨􀁌􀀮􀁬􀁮􀁤􀀬􀀪􀁲􀀡􀀭􀁥􀀻􀁾􀁾􀁤____Dollars and Ilk Cents per Linear Foot Furnish and Install6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open 3 85 L.F. Cut 4 15 5 18 complete in place, the sum of I-:----,-T-,-"";)'II"...',+-1􀁶􀁾􀀷􀀧􀁩􀁦􀀧􀁩􀀧􀁉􀁫􀀢􀀬􀀬􀁾􀀾􀀬􀀭􀀭___DoIIars and /MI Cents per Linear Foot Furnish and Insta1l2-Inch Service Connection, Ea. including All Fittings at Water Main complete in place, the sum of 71 .L tJne I/u J... J 􀀱􀀭􀀺􀀺􀀭􀀭􀁟􀁾􀁔􀁗􀁾􀁾􀀧􀁥􀁌􀀮􀀺􀁮􀀧􀀭􀀮􀀡􀀮􀀧􀁉􀁾􀁹􀁗􀁾􀀱􀁖􀀮􀁾􀁬􀀧􀀺􀀮􀀢􀀬􀀭􀀭___D ollars and Jilt;; Cents per Each Furnish and Install New Meter With Box and Ea. Service Connection complete in place, the sum of Iwenty t7ne lI()ncIriid11 firJe Dollars and AJ.p Centsper Each PF-3 Price in Figures .sO.a!> 52-.CO 21Z5.00 21ZSLJJ Extended Amount 310a:UO '272tJ.OJ Item Estimated Price in Extended No. Quantity , Figures AmountUnit Description and Price in Words Furnish and Install 8-Inch Resilient Seated Gate 6 9 Ea. Valve complete in place, the sum of Ei4hf J/()", "/,"0.-.1 Dollars and f\.h Cents per Each 􀁊􀀧􀁾􀀬􀁴􀁖􀀠7a1>,ai Furnish and Install 6-Inch Resilient Seated Gate 7 7 Ea. Valve complete in place. the sum of five. J/(.Jn 12q.so.tD Furnish and Install 2-Inch Copper Waterline, 9 160 L.F. including All Fittings by Open Cut complete in place, the sum of r1"1"" ,.,.Jv A I)..... Dollars and No Cents per Linear Foot 25.00 4al::l.aJ i For Cutting and Plugging Existing 8-Inch 10 Ea. Waterline complete in place, the sum of f.7ve Hundred Dollars and . No Cents per Each Sa::uO 2jS{](}. a::J 11 4 Ea. For Connecting to Existing g-Inch Waterline complete in place, the sum of f./HUndred Dollars and I\h J Cents per . Each I J5aJA::J M,W.IXJ PF-4 Item Estimated Price in Extended No. Quantity Unit Description and Price in,Words Figures Amount 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings complete in place, the sum of fWD Dollars and Se;.'entv PiI/-e. Cents per Pound 2.75 131S'tUJ!.) For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASIM 2241 PVC 13 36 L.F. with Embedment complete in place, the sum of <0 u ••7V Aire. Dollars and No Cents per Linear Foot 7S,(¥) 2,7.:11.a? For Connecting 10 Existing 6-Inch Sanitary I14 4 Ea. Sewer complete in place, the sum of h'.LJ.I.,.4 . J.fu. . Dollars and I\J;> -Cents per Each /.s&>.t2t> 􀁾􀁡􀁴􀀾􀀮􀁡􀀾􀀠For Removing Existing 8-Inch Reinforced 15 600 S.Y. Concrete Pavement : complete in place, the sum of i 7en Dollars and Ah Cents per Square Yard IO.m 4(.tl).aI For Furnishing and Placing lO-Inch Reinforced 16 600 S.Y. Concrete Pavement complete in place, the sum of SlJl.N NIne-Dollars and Nt.> Cents per Square Yard 69.aJ 41.4aJaJ For Removing and Replacing Existing 8-Inch 17 325 S.S.Y. Reinforced Concrete Driveway ! Icomplete in place, the sum of i .:;el/eM'y1Lvo Dollars and 1110 Cents per Square Yard 7'2.()() ZSAa,'),a;1 PF-5 Item Estimated , Price in Extended No. Quantity Unit Description and Price in Words Figures ArnoW1t For Removing and Replacing Existing Hot Mix 18 50 Ton Asphaltic Concrete complete in place, the sum of One. /./undreJ Dollars and ilL-. Cents per Ton ICtJ.tJli Sa2{QO 3a!> For Removing and Replacing Existing 4-Inch 19 􀁾􀀠S.Y. Reinforce Concrete Walk t I/[)!'I /2.;Imp complete in place, the sum of FDrlY Dollars and /Ih Cents per Square Yard 4O,C() 􀁉􀁚􀁊􀁾􀀬􀁡􀁊􀀠Furnishing and Placing 1M-Inch Hot Mix 20 ISO Ton Asphalt Overlay complete in place, the sum of One. ffv;x/red Dollars and Nt> i Cents per Ton ItXla!) l&aJo.tlJ fSI) For Removing and Replacing Existing 6-Inch 21 .a L.F. Monolithic Curb with Dowels I: complete in place, the sum of Fdl'vfflJ' Dollars and IIJ:., Cents per Linear Foot SiLt) l/a!).{)t) For Removing and Replacing Existing 6-Inch 22 632 L.F. Curb and Gutter complete in place, the sum of /ZfI! Dollars and /IJ, Cents per Linear Foot /S;()!) 'J,4JZj,(l) 23 3,262 L.F. Full Depth Saw Cut complete in place, the sum of TW.. Dollars and AJp ',.5Z4.aJCents per Linear Foot Z.a:J PF-6 Item Estimated Price in Extended, No. Quantity Unit Description and Price in Words Figures Amount 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod complete in place, the sum of < J:i'n"h' ih()WEW;d Dollars and No Cents per Acre 1S.a».a:J 37&>,a:J For Removing Existing Trees and Replace with 25 3 Ea. 3-Inch Bradford Pear Trees complete in place, the sum of P'ive. l1JJn::/red Dollars and JIk Cents per Each $9,(Xj I, S{){U.1J 26 5 Ea. For Removing Existing Fire Hydrant complete in place, the sum of 7Wi1' I A.J1Iy Dollars and /II", Cents per Each Z0.a> I/Z$C).{X) 27 I L.S. Barricades, Signs and Traffic Handling complete in place. the sum of I 􀁓􀁥􀁾􀁮􀁻􀁹/wD IIU/J4J,-ei'7JlIi"/Y Dollars and , /IP Cents per Lump Sum 723tJ,C;V ,?23iMkJ 28 600 L.F. Temporary Sediment Control Fencing complete in place, the sum of One Dollars and 6:1..""" Cents per [mear Foot /.It) ?0rfl).C() 29 2,486 L.F. Furnish and Install Trench Safety System complete in place, the sum of One. Dollars and jvb Cents per Linear Foot /.(}() Z #tJ,{)!) PF·7 Item Estimated , Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 30 1 L.S. Furnish Trench Safety Plan icomplete in place, the sum of I I Six IIL..I Dollars ' and Ah Cents per Lump Sum «1), &!> 􀁾􀁣􀀺􀁢􀀮􀀦􀁊􀀠Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement the sum of I tine. lIondred Dollars and Nt, Cents per Each let), {2J f2}().W Abandon Existing Valve in Place on Fire 32 5 Ea. Hydrant Leads, including Solid Sod Restoration ! the sum of I One. Nt Dollars and No Cents per Each ICtJt:tJ $tJ.&:l Furnishing and Installing 2-Inch Air and Vacuum Valve Assembly, including 2-Inch Gate 33 1 Ea. Valve , the sum of s::"Ve.n1een J./VnLired EtCJl>ly Pile. Dollars and /Ih --.... Cents per Each J7Js.:(}b b'liJS· CIJ IlwoUNT BID (lIp: 􀁾􀁟􀀧􀁦􀀺􀁾􀁧􀁾􀁾􀀳􀀩􀁟􀀧__ .___. .. 􀁾􀁾􀁾􀁕􀀩􀀠􀁾􀀠Description and Price inWords For frr'ig/!.tion Repahs or Replacemmt Caused by Construction Activities, complete,ip.place by licensedInigator the sumof . 􀀷􀁨􀁬􀁲􀀦􀁾􀁩􀁬􀁬􀁥􀀠ti!!ndHfd DlIlars and Ai) Cents per Lunp Sum B. e F, 'dItem34 as follows: Item Estimated NO. Quantity lhlit 34 1 LS. pp.g TOWN OF ADD,ISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE SUMMARy Total Amount Materials & Services 34-t/£:l,8()S .J (A) TOTAL OF STANDARD BID (Items 1 Through 􀁾􀀺􀀠$ fflgSS -00 Written in Words: Fcvr JlvncJ.ed IOrf:e 􀁦􀀮􀁢􀀮􀀾􀁾􀁨􀀠Thousand Fi'I-I(,;. Ave IJD/tp,s IItb Ceni( , TOTAL OF TIME BID: _--:..I.=2()::::::..___(ca lendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = /2GJ.®.a>, BASIS FOR COMPARISON OF BIDS:JA) 􀀫􀁾􀀩􀀠-TOTAL BID: NOTES: 1. 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 of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned filils to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax I.D. No. or Employer No. PF·9 BID FORM ----=5,,---􀀢􀀬􀀲􀀮􀀢􀀢􀀬􀁥􀁌􀀭􀀧􀀭􀀧􀁯􀁾􀀧􀀲􀀮􀀭􀀢􀀢􀀬􀀬􀀭􀁟􀁟􀀠,2002 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 wormsc. with the Plans, Specifications and Contract for the following prices, to wit: Signed by: ______ A.::r\-\\c"",( c.:.\o..,.,bo_ \&.? ACKNOWLEDGMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No. 1 AlV Addendum No.2 Addendum No. 3 􀁟􀁾􀀭􀀮􀀭____ Co 􀁾􀁾....􀁾􀀮􀀧􀀢\\:>04 _k...I.Y.L:-re.=--___ Contractor ::J S T'i 1Ii!.e·t44 CriMe.",,,; I",' In 􀀶􀀱􀁾r4ln'MC.. By: 􀁌􀁊􀁾􀁯􀁾􀁾{Pasej)ril1) Signature: Title: ;fcc. ib,2IIIf"l Seal and Authorization '2100 N \:\t.,"( 3(.,0 Sp;-Xfd. \OID a (Ifa Corporation) Address ed and in accordance __-='--_-"''-''' Telephone Fax No. E-Mail Address: .ClUfI LL I0077 & AO! COlD TOWN OF ADDISON, TEXAS Marsh Lane Water Line RepJacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE Item Estimated No. Quantity Unit I 2,015 L.F. 2 390 L.F. 3 85 L.F. ! 4 15 Ea. 5 18 Ea. Price in Description and Price in Words Figures Furnish and Install8-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut complete in place, the sum of . 􀁅􀁾􀀧􀀠N ,,'/L 􀁥􀁲􀁴􀁾􀀠• Dollars and I'{.D Cents per Linear Foot Furnish and Install8-Inch PVC (C-909. Class 150) Waterline by other than Open Cut complete in place, the sum of i ...... 􀁾.• 􀁜􀁾􀀠􀁾􀀢􀀠A" r:. ,,\ Dollars \oo°{:>and 􀁃􀁜􀀮􀀬􀀬􀁾􀀠Cents per Linear Foot Furnish and Install 6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut [complete in place, the sum of i 􀁾􀀭􀀮􀀠-\ ( Dollars 0.0<2.0and 􀁾􀁣􀀠Cents per Linear Foot Furnish and Install 2-Inch Service Connection, 􀁾􀁩􀁮􀁣􀁬􀁵􀁤􀁩􀁮􀁧􀀠All Fittings at Water Main Icomplete in place, the sum of 􀁲􀁾􀀠-1 Dollars and t'o.; \ ....,C:>CX::> • Cents per Each Furnish and Install New Meter With Box and Service Connection complete in place, the sum of ;:? \.l. 􀀬􀁾􀁾•• 1-'1t:2.", Dollars 4"2.,,=>and t'."\ Cents per Each PF-3 Extended Amount f 7'1 3>'" i 3'1 􀁯􀁾􀀠...000 .... 􀁉􀁇􀀺􀀬􀁓􀁏􀁑􀁾􀀠\ ?e>c:>o "'''' "1 00 _ (;'9" . I Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount Furnish and Install 8-Inch Resilient Seated Gate 6 9 Ea. Valve complete in place, the swn of -rt"..•.l".•. " \\ .J. ). Dollars and 􀁾􀀧􀀢􀀩􀁮􀀠,..t> "''''\ 30c>\\;-100Cents per Each , Furnish and Install 6-Inch Resilient Seated Gate 7 7 Ea. Valve complete in place, the sum of 􀀢􀁴􀀻􀀻􀁟􀁜􀁮􀀮􀀢􀀢􀁾􀀠\\u,,",)."' ... d 􀁾􀁾􀀮\"'T. Dollars 􀀧􀀸􀀵􀁯􀁾􀁡and {'Oo ' 5P\56 1>0 Centsjler Each 8 7 Ea. Furnish and Install Standard Fire Hydrant complete in place, the swn of h<>;:;,..1. ""\7" \.\"",)."... A \ Dollars and 􀁾􀁮􀀠"!:>.20o""_o '2'2..400 .... Cents per Each Furnish and Install2-Inch Copper Waterline, 9 160 L.F. including All Fittings by Open Cut complete in place, the swn of In •. " 􀁾....),.... ,l. -c.\ 􀁟􀀬􀀬􀁾.. ..􀁾􀀠"" Dollars and t-..."'l " \ 􀁜􀀧􀁏􀁾􀁟􀁂􀀠\8,eSo􀁯􀁾􀀠Cents per Linear Foot For Cutting and Plugging Existing 8·Inch 10 If Ea. Waterline 5 complete in place, the swn of Po-.\J..".!. .. 􀁜􀁾􀁜􀀮􀀮􀁜􀀮􀀮􀀠􀁾... , \J. _\ .....1. \re, Dollars and i\:)" \ 􀁾􀀠'.'" c..Soo Cents per Each ' C>C:> 11 4 Ea. For Connecting to Existing 8-Inch Waterline complete in place, the swn of .;. i U.)".I:LA Dollars· \:00 0." <>c and (\."'0 J. 0 5.,"2..00 Cents per Each I PF-4 Item Estimated Price in Extended No. Quantity Unit Description and Price ill Words Figures Amount 12 5,000 Lbs. Fwnishing and Installing Ductile Iron Fittings complete in place, the sum of Tuo 0 Dollars and ,,-, <> "2..",,0 .rJ If> Cents per Pound \0,000 -For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch AS1M 2241 PVC 13 36 LF. with Embedment complete in place, the sum of C. ".,,,*. 􀁾􀀧􀀮􀀠...\-,-t, ... Dullars and 􀁾􀀬􀀮􀀮􀀮􀀠'I oB􀁓􀁟􀁾􀀠1.,'Ooe°C>Cents per Linear Foot For Connecting to Existing 6·Inch Sanitary 14 4 Ea. Sewer complete in place, the sum of 􀀧􀁾􀀢􀁌􀁾􀀠􀁜􀁾􀀢􀀬􀀠.1 . ..\ ;:?..... ( Dollars and t\..., c, 􀀳􀀧􀁓􀁣􀀺􀁴􀁾􀀶􀀾􀀠\,400.,... Cents per Each For Removing Existing 8-Inch Reinforced 15 600 S.Y. Concrete Pavement complete in place, the sum of -•...A. i:(" <.I Dollars and I\.'j" '2.S°j'!' \ .. 􀁾􀀠5.000 Cents per Square Yard For Fwnishing and Placing to-Inch Reinforced 16 600 S.Y. Concrete Pavement , . complete in place, the sum of 􀁾􀀧􀁩􀀻􀁽􀀮􀀮•.c;-, .... L Dullars Dullars and ('0 .... 5",<;!o .. 0 Cents per Square Yard 􀀮􀀲􀀾􀀳􀁾􀀢􀀧􀁯􀁯􀀠-For Removing and Replacing Existing 8-Inch 17 325 S.Y. Reinforced Concrete Driveway complete in place, the sum of , 􀁾... 􀀬􀀧􀁾􀀠J... i=\"""" 5"'" ., .... 0 I Dollars '"1 .' '2A,31 S and "1'0 .... Cents,per Square Yard J;\Addi:son\t9'J9I2JIWacrtirle 􀁉􀁫􀁰􀁾􀀦􀁩􀀺􀁳􀁳􀀮􀁬􀀮􀁸􀁨􀀠PF-5 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount For Removing and Replacing Existing Hot Mix 18 SO Ton Asphaltic Concrete complete in place, the sum of 􀁾􀀧􀀬􀀮􀁊􀀮􀀢􀀠.:;3"" "" \ Dollars and (\."'''' 􀁓􀀵􀁾􀀠\;'150oJ" 􀁃􀁥􀁮􀁴􀁳􀁾􀁥􀁲􀀠Ton For Removing and Replacing Existing 4-Inch 19 􀁾􀀠S.Y. Reinforce Concrete Walk \. An A \2,,,,,f'>" 'i!.oo complete in place, the sum of 􀁾.."J•• 􀁾􀁬􀁲􀁬.. 􀁾􀀢􀀬􀀬􀀬􀀭􀀬􀀬􀀬􀀠"" Ita. \ Dollars and f'\:)/"l 􀁓􀀱􀁾􀀠"'P Cents per Square Yard 1'1;'100 Furnishing and Placing 1-.-Inch Hot Mix 20 ISO Ton Asphalt Overlay A.A.J..􀁾􀀮􀁬􀀮􀀢􀀠complete in place, the sum of ""'2. 􀁾􀀠,.\., 􀁾􀁶􀁴􀀺􀀮􀀺􀀺􀀠I . Dollars and 1\:)0 􀀱􀀵􀁾􀀠. \ \2.<0000 Cents per Ton For Removing and Replacing Existing 6-Inch 21 􀁾􀀠L.F. Monolithic Curb with Dowels 150 complete5lace, the sum of 􀀱􀁜􀀮􀀬􀁊􀀬􀁬􀀮􀀮􀀭􀁬􀀮􀁾􀀠􀁜􀀽􀁾􀀢....... tl-" Dollars and C\.'J '" 􀁾7'.:<' or 􀁃􀁥􀁮􀁴􀁳􀁾􀁥􀁲􀀠Linear Foot t;.oo For Removing and Replacing Existing 6-Inch 22 632 L.F. Curb and Gutter complete in place, the sum of 􀁾􀁾􀁶􀀠{ Dollars and (\::);,.. 'Z> 0'" 􀁜􀀧􀁏􀁏􀁴􀁾􀁯􀀠..., Cents per Linear Foot 0.􀁾􀀠23 3,262 L.F. Full Depth Saw Cut complete in place, the sum of T:""'" Dollars rz.o.f? 􀁾􀀮􀁓􀀧􀀲􀁁..9and Y'QI'> Cents per Linear Foot PF·6 Item Estimated Price in Extended No. Quantity , Figures AmountUnit Description and Price in Words 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod complete in place, the sum of 􀁾􀁾􀀬􀁾􀀠􀀭􀁾􀀮􀀠􀁾􀀬􀀠.). Dollars and \'-.., '" 􀁜􀀧􀀿􀁯􀁯􀁯􀁯􀁾􀀠'3;150°.!'Cents per Acre For Removing Existing Trees and Replace with 25 3 Ea. 3-Inch Bradford Pear Trees complete in place, the sum of 􀁾􀀢􀀧􀁾􀀢􀀢􀀠\l , ), " ",,I. 􀁾􀁾􀁊􀀠, Dollars and t'o .... .& .. " ,,'"Centsyer Each 50\,050 26 5 Ea. For Removing Existing Fire Hydrant complete in place, the sum of .h';:. 􀁜􀁬􀀢􀀢􀀬􀀮􀀩􀀬􀁾􀀠'" A Dollars and t\..,., ..... 0" (;><1' Cents per Each '2.00.',\,000 27 I L.S. Barricades, Signs and Traffic Handling complete in place, the sum of 􀀬􀁾􀀬􀀠􀁾􀀠..I. 􀁔􀀺􀁾􀁕􀀠\ 1 Dollars and t'.:;., . 09 ..." Cents.-:per Lump Sum 􀁾􀁾􀀻􀀲􀀮􀁯􀁯􀀠\8,z.oo 28 600 L.F. Temporary Sediment Control Fencing complete in place, the sum of -,Y.".,... ..... Dollars and _M '" 3 ct.'" \.'B00caCJCents per Linear Foot 29 2,486 L.F. Furnish and Install Trench Safety System complete in place, the sum of '" Dollars \c::> os:> and 􀁾􀀢􀀧􀁉􀀧􀀮􀀠'2AS,. , Cents per Linear Foot PF·7 Item Estimated i No. Quantity 30 I 31 5 32 5 33 1 Item Estin18led No. Quantity􀁾􀀠Price in Extended Unit Description and Price 1n Words Figures Amount L.S. Furnish Trench Barety Plan complete in place, the sum of c,...... u. 􀀮􀀮􀁬􀁾􀀠􀁾􀀭􀀬􀀮􀁁􀀠Dollars and \\:)0 c:'OO"'.s;> C:;;OO "''''Cents per Lump Sum Abandon Existing Valve on Main 8-Inch Line in Ea. Place, including Pavement Replacement the sum of d"".\1., "" A... ... I.. Dollars and t\"" ...... i 0<>SOO 􀁾􀀠'2.,600 "'''' Centsjref Each Abandon Existing Valve in Place on Fire Ea. Hydrant Leads, including Solid Sod Restoration the sum of i 􀁾􀀢􀀢􀀢􀀠\I." .Ar .. 􀁾􀀠Dollars and 􀀭􀁾􀀮􀀮􀀮􀀮􀀬􀀠'" oc;. 500 e.50001> . Cents per Each Furnishing and Installing 2-Inch Air and 􀁾􀀠Vacuum Valve Assembly, including 2-Inch Gate Ea. Valve the surnof 􀁜􀀧􀀽􀀢􀀧􀁮􀀢􀁾􀀮􀀽􀀠......'" t\ 1 A Dollars and t\."\ ... 0"\,cOOO .','000°,,",Cents per Each Unit lJes:2!,tiOll and Pdcein Word<; 􀀮􀁾􀀠, .",="",,=--34 1 LS. For IrdglltiQl1 Riepail'S or Replacement Caused by Constmction Activitie:;, complete i.1l plaCe by Licensed Irrigator tll" sum of s...:-!>!:l-",,;,,,,,lb __10c\. .'_'__ Dollru, ruxl 􀁾􀀠Cents per Lump Sllll1. I'J,"_ PF-8 TOWN OF ADDISON, TEXAS Marsh Lane Water IJmi Replacement (Brookhaven Club Drive to Spring Vaney Road) BID SCHEDULE SUMMARY Total Amount Materials & Services 'S4 (A) TOTAL OF STANDARD BID (Items 1 Through 3;): $ S" I 􀁾􀀠􀀧􀀱􀀯􀀢􀁾􀀮􀀠jJ . Written in Words: huI. HbI.lCe.lP FjF"CEy..( THOo..6oAul>. N,u. HU'.)o&w i£t"-\'\""t£U.i. A,ND coIWl) j::Io(.(.'R> TOTAL OF TIME BID: _,-I2.=-:;D:..-__(calendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = Il.O,QOOca;> BASIS FOR COMPARISON OF BIDS: CA) + (B) = TOTAL BID: NOTES: 1. 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 of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After'this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax 1.0. No. orEmployerNo.-3S 􀁾􀀠\ 504/<0"1 BID FORM ________ ,2002 TO: The Honorable Mayor and Town Council Town ofAddison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location 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 ofthe following addenda: #(jIb 􀀯􀀯􀀩􀁾Addendum No.1 I I /Addendum No.2 􀁾/10 /02Addendum No.3 1/􀁾􀀳􀀯􀀰􀀷M:Mt-IbVN> /JO. 􀁾􀀠r 7 Title: 􀀭􀀱􀁉􀁾􀁾􀀮􀀮􀀮􀀮􀀮􀀮􀀡􀀡􀁾� �􀀭􀀺􀀺􀀡􀁚􀀺􀀮􀁾􀁾______ Seal and Authorization (Ifa Corporation) Signature: Telephone Fax No. TOWN OF ADDISON, TEXAS Marsh Lane Water Une Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE Item Estimated No. Quantity Unit I 2,015 L.F. 2 390 L.F. 3 85 L.F. 4 15 Ea. 5 18 Ea. Price in Description and Price in Words Figures Furnish and InstallS-Inch PVC (C-909, Class i.t ISO) Waterline, including Embedment by Open Cut complete in place, the sum of JJ.)N[')(lkf) J ,""0 O{l/£ 􀀯􀁏􀁬􀀮􀁾􀀠Dollars and NJ> Cents per Linear Foot Furnish and Install8·Inch PVC (C-909, Class 150) Waterline by other than Open Cut complete in place, the sum of ON/!:; f.ItJ"'..... j 5 I\(-M' SWb,..J 􀀯􀁾7. P.J.Dollars and No Centsyer Linear Foot Furnish and Install6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut complete in place, the sum of N,.ter'/-h Il./.;r98..!!J-Dollars and N() Cents per Linear Foot Furnish and Install2-Inch Service COnnection, including All Fittings at Water Main complete in place, the sum of _:>-t:i 11/.1.1 it ".... "' " j 7f1()..:s£thL.Pl'f Dollars and f\.lll Cents per Each Furnish and Install New Meter With Box and Service Connection complete in place, the sum of EIt.I..i?r ikJW"AL .... 􀀸􀁊􀁏􀀮􀁾Dollars and tJb Cents per Each PF·3 Extended Amount , it -20 ),530. ,,6 􀁢􀁾/30. .=!QO 􀁾􀁊􀀠3$0. /1) 1o(). .., IV lItJt'. 􀁾􀀠I Item Estimated Price in Extended No. Quantity Unit Description and Price ,in Words Figures Amount Furnish and Install g·Inch Resilient Seated Gate '$ $ 6 9 Ea. Valve complete in place, the sum of 5bJk,J iJvNOLM i c.Jl.u.,." 780.J2<107 ozoDollars /' and NO Cents per Each Furnish and Install 6-Inch Resilient Seated Gate 7 7 Ea. Valve complete in place, the sum of C;ve-􀀯􀀮􀁉􀁾􀁉􀀧􀀱� �􀁉􀁬􀁍􀀩􀀠􀁾􀀠NlJvk.rt -':'we. "" 􀁾􀀠􀁉􀁲􀀮􀀮􀁾􀀮􀀠0>5'1):-Dollars and No Cents per Each g 7 Ea. Furnish and Install Standard Fire Hydrant complete in place, the sum of fWO DO ---r1k>UJ,ANO -rtM.W:: 􀁊􀁊􀀧􀀭􀁉􀀢􀀧􀁾􀀠M_ t Z, 3'6'0•.!:!:!If.o, /:;b{). 􀁴􀀺􀀻􀁾􀀱􀀡􀀮􀀠Ko/Dollars and /df\ Cents per Each -Furnish and Instal12-Inch Copper Waterline, 9 160 LF. including All Fittings by Open Cut complete inplace, the sum of 310.f: 7(",0. Dollars /and fl.h Cents per Linear Foot ct For Cutting and Plugging Existing g.Jnch 10 Ea. Waterline complete in place, the sum of y ')0NltJk: tJrJr./Od.£1) ;. 'SE;IIL ..... 170. SI£-.. } 8>tJ.f-ft 􀁡􀁾􀁄􀂷􀀠Dollars 􀁾􀁺􀀮􀀠and NO Cents per Each 11 4 Ea. For Connecting to Existing g·Inch Waterline complete in place, the sum 􀁾􀀠O/IJr()<> -rHo"<;A-AlJ;) ffl'JO Il. 􀀯􀁾􀁾􀂣􀁦􀀩􀀠􀁾􀀠I !!if>.ooo ./2f?J.􀁾􀁦􀀿􀁔􀀧􀀭􀁉􀀠Dollars r and rd" Cents per Each PF-4 Item No. 12 Estimated Quantity 5,000 Unit Lbs. Price in Description and Price'in Words Figures Furnishing and Installing Ductile Iron Fittings 1t complete in place, the sum of ::::T"WD 􀀲􀁾􀀠Dollars. , and NI> Cenlsper Pound Extended Amount if . 00 10 DOO --) . 13 36 LF. For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC with Embedment complete in place, the sum of 􀁓􀁾􀀾􀁊􀀠........ -ONi:::.. Dollars and dn Cents per Linear Foot .f!!!.7' . 2J s-S't.· ao 14 4 Ea. For Connecting to Existing 6-Inch Sanitary Sewer complete in place, the sum of S 􀁾􀀬􀁉􀀮􀁉􀀺􀀮􀁾􀀠l.\t IN''''' "" D I.-t..-r-tl -􀁾􀀢􀁊k and 1\\" Cents per Each 􀁾􀀠Dollars 7'5S-. Qf?. 􀀳􀀬􀀰􀀲􀀰􀀮􀁾􀀠15 600 S.Y. For Removing Existing 8-Inch Reinforced Concrete Pavement 􀁾􀀧􀀠pro f ; tUPt.. !), 10lf ,1ft pen complete in place, the sum of 􀁉􀁗􀁾-􀀢􀀧􀁔􀀢􀁾􀁯􀀠and NO Cents per Square Yard Dullars """ 􀀲􀁚􀀮􀁾􀀠1s.,2co . ...,. 16 600 S.Y. For Furnishing and Placing 10-Inch Reinforced Concrete Pavement complete in place, the sum of Sf:: ve.,.Jf'1 -Q ... 􀁾􀀠and 􀁴􀀽􀀴􀁾􀁔􀀭􀀭􀁉􀀠Cents per Square Yard Dullars 71. lfO 􀁾􀀠LlZ/qoo. Q 17 325 For Removing and Replacing Existing 8-Inch S.Y. . Reinforced Concrete Driveway complete in place, the sum of t=:-I 􀁾-'1w 0 Dullars and f\Jfl Cents per Square Yard 􀁾􀀮􀀠oD ft!'1 IlP} q()O. ()i) I I PF-S Item Estimated Price in Extended INo. Quantity Unit Description and Price in Words Figures Amount For Removing and Replacing Existing Hot Mix t 􀁾􀀠18 50 Ton Asphaltic Concrete complete in place, the som of ONi:::. 1'1&. e.. 0 0 􀁬􀀮􀁜􀁵􀁎􀁄􀁾􀁏􀀠'i f...lINk'" k,.\L,,\.l.'\ 9/,)00.Dollars and I'JD Cents per Ton B For Removing and Replacing Existing 4-Inch 19 S.Y. Reinforce Concrete Walk IN(L. /tDA, Aa",P" , ® complete in place, the som of 􀁾􀀲􀀮􀁾􀀠CP SI';(T-f --rWo /9, bOO. -PfIl "t». Dollars ..rz".and 􀁾􀁯􀀠Cents per Square Yard (n IN(I.{ Furnishing and Placing I 112 lflGll. Hot Mix 20 150 Ton Asphalt Overlay (PM 􀁾􀀮􀁉􀀩􀀠JI z,) complete in place, the som of 􀁱􀁾􀀮􀁾􀀠􀀱􀁾􀀬􀀸􀀩􀀭􀁯􀀠. ... NII.J!!:..,..'\ -/IJ It.! 􀁾, Dollars and 1\l1) Cents per Ton 􀁾􀀠For Removing and Replacing Existing 6-Inch 21 L.F. Monolithic Curb with Dowels ;"""' complete in place. the sum of ® fa. .e!!QOO •..E25\'0{ Dollars fJ//. r#.). and Nb -<' and No -Cents per Lump Sum 28 600 L.F. Temporary Sediment Control Fencing complete in place, the sum of -"AID \,(.,,)0. "" Dollars Z ,.::zr -and Sc::.Sc::.I.If:.....st'1 -r-,Vk, Cents per Linear Foot 29 2,486 L.F. Furnish and Install Trench Safety System complete in place, the sum of D S-O I, Z,43. J!!.No Dollars 􀀮􀁾􀀠and 􀁩􀀽􀀭􀁉􀁾􀀠Cents per Linear Foot [ PF·7 Item Estimated , Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 30 I L.S. Furnish Trench Safety PIan 1: t complete in place, the sum of --I\.I.O"',,=U,I.' l>l2kn 􀁾􀀠-rri,£'M Dollars SIf CcrtJ(..􀁥􀁵􀁴􀀺􀁮􀁾􀀮􀀠H:lR-nu:Z;:'") 1/00. 0tI Z("I 􀁾00 .!!!SUIV' Of-: 􀁾􀀸􀁎􀁴􀀩􀀠Prr.x> 􀁔􀁗􀁴􀀺􀁯􀀮􀀾􀁪􀁔􀁾􀀠-S'l! l 􀁆􀁑􀀡􀀮􀀡􀁾􀀠􀁾􀁵􀁎􀁏􀁴􀁴􀁥􀁯􀀠t:;lQ ,. 􀁄􀁯􀁜􀀮􀀮􀀮􀁉􀀮􀀮􀀮􀁍􀀮􀀮􀁾􀀠CfC.NTS '-.. t%1.. 􀀬􀁾􀁾􀁾􀁾􀀠AtVlOtJI\fr g,o ( 1-􀁾􀀧􀀱􀀩􀀠 PF-8 TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring VaDey Road) BID SCHEDULE SUMMARY Total Amount Materjals & Services 31.\ .s/Ph, 10'" S', <>0 D. (A) TOTAL OF STANDARD BID (Items 1 Through@$ 5"'-,􀀧􀁬􀁾􀁟I TOTAL OF TIME BID: _..:..J..;;.2.0____(calendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = rzo,OOO I BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BID: NOTES: I. All items, labor, materials, equipment, facilities, incidentals, and work required fur construction of the project are to be provided and installed by the Contractor as part of the proj ect and payment for the cost of such shall be included in the price bid for the construction of the project. 2. Prices must be shown in words and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is made bY the Owner based on this proposal proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) days from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded hased on the total value ofItems (A) plus (B). Bidder's Tax J.D. No. or Employer No. PF-9 BID FORM ,5-;Z(O Cents per Linear Foot Furnish and Install 6-Inch PVC (C-909, Class ISO) Waterline, including Embedment by Open Cut complete in place, the sum of C';"",N.....l l?llAh+-Dollars: 73. I)J!. and 7.f',rl'l Cents per Linear Foot Furnish and Insta1l2-Inch Service Connection, including All Fittings at Water Main complete in 􀁐􀁉􀁾􀀧􀁾􀁬sum of me 􀁔􀁭􀀡􀀱􀁾􀀱􀀠Ptvt'.. 1-\uV"/'.\(frl Dollars IJS-aJ.t;l!2and 2and 7...pri) Cents per Each Furnish and Install New Meter With Box and Service Connection complete in place. the sum of ()r\p"\\'TI;"'"'" 􀁾􀁴􀀢􀁴􀁙􀀧􀁗􀁴􀀧􀁾􀀠.u,. 􀁖􀀢􀁉􀀢􀁾􀁖􀀱􀀧􀁲􀁉􀀠􀁾􀀺􀁊􀁤􀁊􀀮􀀠g!2Dollars and '7 .£Y'(\ Cents per Each PF-3 Extended Amount -,/7/1 275 , , '17;!;)()O' 􀁫􀀾􀁩􀂷􀁾􀀺􀀳􀀰􀀮􀀠QA. 12-;!./S7JO. CO ,23/ltfO. -- Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount Furnish and Install 8-Inch Resilient Seated Gate 6 9 Ea. Valve complete in place, the sum of . O(\e..-n--OtASO.no. . I 􀁯􀁯􀁯􀀮􀁾􀀠􀁃􀁉􀀬􀀨􀀩􀁻􀁘􀀩􀀮􀁾Dollars I and 7e'l() i Cents per Each Furnish and Install 6-Inch Resilient Seated Gate 7 7 Ea. Valve complete in Utce, the sur;df 􀀢􀀭􀀩􀁜􀀨􀁜􀁾􀀠ttndfe Dollars 􀁱􀁯􀁯􀀮􀁾􀀠hI "300f3E. and 7_e){'O , Cents per Each 8 7 Ea. Furnish and Install Standard Fire Hydrant complete in place, 􀁴􀁨􀁾􀁾􀁤of iT,,00 'i"housn 􀁜􀀽􀀻􀁾􀁬􀁥􀀠LI 􀁾􀁴􀁲􀁰􀁤􀀠DO Dollars 2(500.4£ /7,SZXJ·and 7.."e:C£) Cents per Each Furnish and Insta1l2-Inch Copper Waterline, 9 160 L.F. including All Fittings by Open Cut 􀁣􀁯􀁭􀁰􀁬􀁥􀁴􀁾place, the sum of 􀁾􀁢􀀨􀀠J Ljt). t25L h, c,t00. ".J?Dollars and 􀀷􀁾􀁉􀁉􀁏􀀠Cents per Linear Foot S' For Cutting and Plugging Existing 8-htch 10 􀁾.A" Ea. Waterline complete in place, the sum of . T ....,tl 􀁾􀁕􀀢􀀢􀀨􀁨􀀢􀀬􀁤􀀠2. lJCO. q2.. . 􀀢􀀧􀁾􀀠Dollars 􀀯􀁾􀀢􀁏􀀨􀁽􀁏􀀮􀀭, and 2h..!eo Cents per Each II 4 Ea. For Connecting to Existing 8-htch Waterline Ci:tete in place, the sum\cl 􀁴􀁾􀁬􀁾􀀠1'hO\.,.V:::£iV! S; tJtXY·!2i22J).,cx:xJ. 􀁾Dollars and C<-CD Cents per . Each PF-4 Item Estimated Price in Extended, No. Quantity Unit Description and Price in Words Figures Amount 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings complete in place, the sum of 1""'\.-;Y't'f' 3.!2EDollars "c and 7T".vD /6,000.Cents per Pound For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC 13 36 L.F. with Embedment , complete in place, the sum of i "'r\e. 􀁬􀀭􀁜􀁵􀁲􀀰􀀮􀁶􀁾􀁤􀀠1W't'V\W'(::,V<:.... ;z.5: 0 0 £/., 5W. !2!!.Dollars /􀀬􀁾􀀠and 7.:eI{O I Cents per Linear Foot For Connecting to Existing 6-Inch Sanitary 14 4 Ea. Sewer complete in􀁾􀁡􀁣􀁥􀀬􀀠the S;d,oft=h)e... i \).wi\11 st£J.£5' cD Dollars. :2-,1)00. and 􀀧􀀭􀁾􀁄􀀠Cents per Each For Removing Existing 8-Inch Reinforced 15 600 S.Y. Concrete Pavement complete in place, the sum of 􀁾􀁜􀁜􀁉􀁻􀀬􀀠DC' 􀀭􀁾􀀠3,000. =-Dollars 6· and 7.££0 Cents per Square Yard For Furnishing and Placing lO-Inch Reinforced 16 600 S.Y. Concrete Pavement 􀁣􀁾􀁴􀁥in place, the sum of\=' 􀁾I ' t=hlf Dollars <>"-s: t:J'".6 .33,°00 . and 7.£lrn Cents per Square Yard For Removing and Replacing Existing 8-Inch 17 325 S.Y. Reinforced Concrete Driveway I􀁃􀁆􀁢􀁾􀁾􀁐􀁉􀁾the sum of t/.>-: !2.9 /L£IPZS¢J \\le i Dollars and 􀁉􀁾􀀢􀁦􀁜􀀠Cents per Square Yard PF-5 Item Estimated Price in Extended No. Quantity Unit Description and Price'in Words Figures Amount For Removing and Replacing Existing Hot Mix 18 SO Ton Asphaltic Concrete 􀁣􀁯􀁭􀁰􀁬􀁥􀁗􀁾􀁾􀁾􀁾􀁥􀀬􀁾� �sr.;IOf Ion£> IAn Iftl (\-v i=Ne Dollars iL/(i': (}..(2.. ,,07,2-57)· "and 7--evO Cents per Ton 300 For Removing and Replacing Existing 4-Inch 19 J,?5 S.Y. Reinforce Concrete Walk complete in place, the sum of 􀁾􀁉􀀧􀁾􀀧􀀠􀁾􀁜􀁜􀁬􀁥􀀮􀀮􀀠3s-:¢l ,,"Dollars /O,5'1JO.and Z;€;{6 Cents per Square Yard Furnishing and Placing I 􀁾􀀭􀁉􀁮􀁣􀁨Hot Mix 20 150 Ton Asphalt Overlay complete in place, 􀁾􀁊􀁵􀁭of mQ \-\tW\dV1' Tw.enhiHve'_ /ZS02 /3, ?S-tJ.::£Dollars and 􀀷􀁾􀀭􀁥􀀠(() Cents per Ton J':;o For Removing and Replacing Existing 6-Inch 21 fl1 L.F. Monolithic Curb with Dowels 􀁣􀀨􀀺􀀺􀀻􀁾􀁾􀁴􀀮􀁲􀁡􀁣􀁥􀀬􀀠the sum of Dollars LfO. o..£ 􀁢􀀬􀁏􀁏􀁏􀀮􀁾􀀠and L::.f>'CO Cenlsper Linear Foot For Removing and Replacing Existing 6-Inch 22 632 L.F. Curb and Gutter complete in place, the sum of T","""',f .1 􀀨􀀺􀁨􀁬􀁾􀀠􀁺􀁳􀀺􀁾􀀠;.;.oOMDollars S 􀁾􀀠. J and 7.£'''''11 Cents per Linear Foot 23 3,262 L.F. Full Depth Saw Cut . 􀁣􀁯􀁭􀁾􀁾􀀺􀁥􀀠in place, the sum of '\j{... 􀁾Dollars 5'. /& 31tJ..Q.! and 􀀧􀀭􀁾􀀠, Cen18per Linear Foot PF-6 Item Estimated Price in Extended No. Quantity Unit Description and Price' in Words Figures Amount 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod complete in place, the sum of IW€V\,\"'V FllU(lhou !lane.! . 1.,,600. Q£.Dollars L􀀴􀁊􀁴􀀩􀁾􀀮o.-SL and 7_4' y-r. Cents per Acre For Removing Existing Trees and Replace with 25 3 Ea. 3-Inch Bradford Pear Trees complete in place, the 􀁳􀁾􀀻􀀺􀁾􀀠,::::-'; 1'1 nt-I4hl'lrlr v Dollars "i3CO. Q!! 􀁾􀀠2,400.and """"l::£,J("Q Cents per Each 26 5 Ea. For Removing Existing Fire Hydrant complete in place, the sum of 0(\(' 'l1l0U::aNk _Rve +\tillrl(1"I'1 Dollars 0" cO and -Z..e.vO /.5"tJO. -7,500 . Cents per Each 27 I L.S. Barricades, Signs and Traffic Handling complete in place, the sum of F (\. ,--rhoLlc..a\'\rl Dollars e" 􀁾􀀧􀀩􀀮􀁓􀀡􀀮􀀮􀀠and 7££'0 /5;cC'{J. tf'6 00. Cents per Lump Sum 28 600 L.F. Temporary Sediment Control Fencing complete in place, the sum of "'n-w-e'€.. Dollars 3.¢? oJ).. and "Z:eJr(J /"jJOO..Cents per Linear Foot 29 2,486 L.F. Furnish and Install Trench Safety System complete in place, the sum of OVve..􀁾􀀠Dollars 1,412 2, 􀁴􀀯􀀧􀀸􀁾􀀮􀀠and 7-eJrO Cents per Linear Foot PF·7 Item Estimated Price in Extended No. Quantity Unit Description and Price in Words Figures Amount 30 1 L.S. Furnish Trench Safety Plan complete in place, the 􀁳􀁵􀁾of One ThoU.<{)l'Iu Dollars 􀁉􀁊􀁯􀀨􀀩􀁻􀁊􀂷􀁾􀀠􀁴􀁯􀁏􀁏􀀮􀁾and -z..-e.V-O Cents per Lump Sum Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement the sum of II-.NO \4.tVlMerJ 􀀨􀁾􀁌􀁊􀀮􀁲􀀠Dollars Z. es-t>. c).S? I; Z!::>lJ . " and 7-efff'l Cents per Each , Abandon Existing Valve in Place on Fire 32 5 Ea. Hydrant Leads, including Solid Sod Restoration the sum of 􀁛􀀩􀁦􀁜􀁾\-\UV\ll(ed I=ifitl I o-tJ. r£!..Dollars 75-0. '22. and 7,.,<1) Cents per -Each Furnishing and Installing 2-Inch Air and Vacuum Valve Assembly, including 2-Inch Gate 33 1 Ea. Valve the sum of , J::hlf mN.A=om 􀁾􀀠Dollars 5... cCO."2. 5);00. i and 7-;v[C Cents per Each Ib,OUNT BID (Items 1 Throul!h 33) S8DJ tfU.p.CJ pp.g TOWN OF ADDISON, TEXAS Marsh Lane Water tine Replacement (Brookhaven Club Drive to Spring Valley Road) BID SCHEDULE SUMMARY Total Amount Materials & Services (A) TOTAL OF STANDARD BID (Items 1 Through 33): Written in Words: OV/'.E )J{/;VO.f¥i-i.l PGI-IT't 􀁾􀁦􀁁􀁎􀁢􀀠f?;WfJ ITvlMtf@'lj;l.iMr'r '-VX· TOTAL OF TIME BID: _--->::'l'."":5...___(calendar days) (B) TOTAL OF CALENDAR DAYS x $1,000.00 = ) = TOTAL BID: NOTES: 1. Al1 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 of the project. 2. Prices must be shown in worda and figures for each item listed in this Proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security sliall be col1ected and retained by the Owner as liquidated damages in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within ten (10) daYs from the date the Contractor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value ofItems (A) plus (B). Bidder's Tax 1.0. No. or Employer No. PF·9