p.2 Sep 24 02 02:43p STATE OF TEXAS COUNTY OF DAllAS Personally. befon: me the undersigned authonty, on this day appeared InM!fi t/odtbd who, being duly sworn, on oath, says that he is a legal representltive of 􀁟􀀭􀁌􀀡􀀩􀀮􀀧􀀱􀁉􀁁􀀮􀀬􀁏􀀢􀁽􀀻􀁾􀀧􀁦􀀺􀀭􀀻􀁾􀂷􀀢􀀧􀀮􀀴􀁉􀁌􀀻􀀢􀁣􀀮􀀻􀀺􀀭􀁟􀀭􀀺􀀭􀀭􀀭􀀬􀀭__-:-___ 􀁾􀀠(full'Oamc Qf Connctor llS In c:ontr.lCt) and that the contract for the construction ofthe project, designated as Marsh Lane Water Une Replacement -From Brookhaven Clnb Drive to SpriDg Vallev Road (Proj«! No.) has been satisfactorily completed md that all bills for mJlterials, appararus, fixtures, machinery and labor used in cOMeetion with the construction ofthis project have, to the best of my knOWledge and belief, be Ill' paid. day of s4d ,2002. 􀁾􀁃􀁩􀁮􀁾􀀠County, Texas Sep 24 02 02:43p p. 1 RYCON,INC. 1322J Bee Street Farmers Branch, Texas 75234 972.484.0968 Telephone 972.484.8974 Facsimile -Date: September 24, 2002 To: Steve Chutchian P.E. Via: 972.450.2837 Subject: Bills Paid riffldavit Sender: Mark A. Herndon YOU SHOULD RECEIVE 2 PAGE(S), INCLUDING THIS COVER SHEET. IF YOUDO NOT RECEIVE ALL THE PAGES, PLEASE CALL 972.484.0968. The original will be mailed to you today. I have requested the consent of surety. Anything else? C; Debi Moon via 972.625.9778 Tlu: in/IASTER: ASDPLANT DRIVER ./􀁾􀁾􀁾􀀠 -.. 􀀧􀁾􀀺􀀺􀀮􀁾􀀠􀁾􀀬􀀮􀀬􀀠..... o H"stin Rsphalt. LP Pl.artt at Gqo-on,l!;!ht Lane '(1143 Goodnighc .Lane Dall.a'S, Tx "?5c!.29 TICKET 1.96751 ,. , /. DATE/TtME .PRODUCT HAULER/TRUCK. LOCATION :,/9/10/02 D 1 l, DALLAS 2:48:50 PM TYPE,D C'-IRRGE CHARGE Plant at .Soe,d"i CUSTOMER GlTV UNl'r PRODUCT PRICE . AMOUNT 􀀮􀁾􀀢􀁾____:-.______w __• ________• __ • ___􀁾􀁟􀁾___ -"\ ______• ___• __________􀁾__ p ______􀁾􀁟􀀺􀀮􀀮_____..... 􀁟􀁾􀀠_______• .:.. _ _.:.:;_ .... 10298 2.3. 32Ton TYPED ALL:":Sn:n:1;: PAVING FREIGHT l.Qads ..Today I 2 ZONE .. Qty. Today: 44.50 TAX DADO ' . ..,' GROSS Scale 1 P.O.' . TARE IN Bc.',e\l-e 1. TOTAL ---􀀭􀀭􀀺􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮􀀭􀀮􀀭􀀷􀀢􀀢􀀮􀀭---􀀭􀀭􀀮􀁾􀀮􀀭􀁾􀀭--_._-􀀭􀁾􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀮􀀭---.--􀁾􀀭􀀭􀁾..,--􀀢􀀢􀁾􀀠._---....; ....:--.:r----􀀭􀀭􀁾􀀭􀀭􀀡􀀭lYiETRIC POUNDS TONS GROSS 37.. 83 41.70 Tr'lRE 16. (3.7 3676121 18.38 ./NET c.'3 .. 32 WE I GHMP,STSR: ASDPUINT , DRIVER \ " --._-_.._._-.__.--._----.---I. .....􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀮 o o Austin 􀁁􀁬􀁰􀁨􀀮􀁊􀁾􀀬􀀠LP Plant at Goodn:g"lt Lar,e 11143 􀁇􀁄􀁯􀁤􀁮􀁩􀁹􀁬􀀧􀁾􀀠Lana Dallas v Ti< 752c;'3 TICKET DATl;/TIMtc PRODUCT HAULERITRUCI( LOGATI 9N .' 􀀮􀀭􀀮􀀭􀁾􀀮􀀮􀀮􀀮􀀮􀀺􀁾􀀭􀀭􀀭􀀮� �􀀭􀀭􀀭􀀬􀀢􀁾􀁾􀀭􀀭􀁾􀀭􀀮􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀬􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀁾􀀭.......-..􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀬􀀭􀀭􀀭􀀭􀀭􀀭􀂷􀀭􀂷􀀭􀀭􀀭􀂷􀀮􀀮􀀮􀀮􀀬􀀭􀀭􀀭􀀮􀀭􀀭􀁾􀀭􀀭􀀭􀀺􀀭􀁴􀀭􀀭􀀭􀀢􀀭􀁾􀀭􀂷􀀢􀀭􀀭􀀧􀁾􀁾􀀠9/ 1111/02 D 14 DALLAS ·3:39:02 PM TYPE D C;-!ARGE CHARGE Pl"ntat Good"i CUSTONER (EV 􀁕􀀻􀁾􀀠IT PRODUCT PRICE AMIJUNT -. 􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀮􀀺􀀮􀀮􀀮􀀮􀀭􀀭􀁾􀀢..... 􀀬􀀮􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀁾􀀬􀀭􀀬􀀬􀀭􀀮􀀬􀀭􀀭 􀀭􀀭􀁾... 􀀭􀀭􀀭􀀢􀀧􀀻􀀢􀀢􀀧􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀠---.. ".-.----,,--•.􀀬􀀭􀀬􀀭􀀭􀀬􀀭􀀭􀀢􀀭􀁾􀀢􀀧􀀢􀀮􀀠􀀭􀀭􀀭􀀬􀀭􀁾􀀭􀁾􀀭􀀢􀁾􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭......􀁾.... 􀀭􀁾􀁾􀁾10298 21 .. 56Ton TYPE D ALL.-STATE PA(JWG FREIGHT L<:>ads Taday: ZONE Qt\'. Tad"y: TAX DADD GROSS Scale i P. O. TARE HI SCi1.\le i TorAL 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮􀁾􀀭􀀭􀀮􀀭􀀭􀀬􀀭􀀭� �􀁾..--.------,--􀁾􀀠􀀬􀀭􀀭􀀭􀁾􀀮􀀭􀁾􀁾􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭􀀮, l"iETRIC POUNDS TONS ..􀁾􀁾􀁾􀁾􀀭􀀢􀀭􀀭􀀭􀀭..􀁾􀀮􀀭􀁾.. 􀀭􀀭􀀭􀁾􀀭􀀭􀀮􀀭.... 􀀭􀀭􀁾GROSS 35.29·, 80000 40•.13121 TARE i6.73 3588121 1.8,44 • NEr 1. 9,. 􀁾􀁩􀀶􀀠􀁌􀀺􀀭􀀺􀁾􀀠1 c:QI 21. 5", WEIGHW:-STER: ASDPLANT DRIVER ,""'-. > 􀁾􀁾􀀢􀀭􀀢􀀠,""'-."'. .... o o Austill 􀁒􀁳􀁰􀁨􀁡􀁬􀁾􀁾􀀠LP P18u,t at: Gooon i gil t Lane 11 i43 Goom, i gl .I; La.ne DB11as,' Tx _/5229 DATE/TIME PRODUCT HAULERITRUCK _ .. ___F •• __-.:'___....:. ___􀁾___-._._-:__ 􀁾..􀁾􀁟􀀮____􀁾􀀠__􀁾􀁟􀀮__􀁾___, __􀁾􀁟􀁾􀁾􀀮􀀻􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺•.:... ....... ___, __􀁾􀁾___ 9/10/02 D 14 'I: 4$, 1Z!6 PM 'TYPE D CHAiiGE CHARGE CUSTOMER -; QTY UNIT PRODUCT __ _____________ ___ ______..... ___,_.:....____ ______ _____ ______ ..H1)2':38 10. 38Ton TYPE l} '. ALL-STATE PAVING FREIGHT ..Loaiis Today, '4 ZONE 'Qty. Today. 76.44" TAX DADD GROSS Scale 1 P. O. TARE IN 'Scale, 1 􀁾􀀭􀀭􀀢􀀭􀀭􀀭􀀬􀀭􀀭􀀭...--------:....;....,,...---GROSS 26.11 57560 J:lEl.7B 'TARE 16.69 36800 18.40 NET 10.38 \·JE I GHMASTER, ASDPLANT TICKET 1.9&773 LOCATION ..... 􀁾___􀀮􀀮􀀮􀀻􀀻􀀬􀀢􀀧􀀺􀀢􀁾_____• ___._. ___ DALLAS I"1ant at GOvdni PRICE 􀁁􀁲􀁾􀁏􀁕􀁎􀁔􀀮􀀠 __ ___.......... __ ,_ . fOTAL DRIVEFi . , -:-,' Cla.lm # " . DATE: Vendor Name .' " Address 132.2./Address B.f24.I1rCIt 1, lX. '. 7S2j;:p Address ,', . . \ Zip Code '." ... : . k' .4.'0.'''11 .. , ../-., .. :.:. -1". :;,;",.. 􀁾􀀧􀀮􀀠'. O;"...,orc E 􀀻􀀻􀀺􀀬􀁾􀀠􀁾..... 􀀺􀀧􀀮􀀭􀁾􀀭􀀬.. _',EXPLANATION ,rlnF-jrr (....,IV; YV;-., 􀁾. f-.'-"'. . 􀀮􀀭􀁴􀂷􀂷􀀢􀀢􀀬􀁾􀀬􀂷􀂷􀂷􀀭􀂷􀂷􀂷􀂷􀂷􀂷􀀠. .. ' ". " . .'::, 􀀮􀁾􀀬􀀠􀀧􀁾􀀧􀀬􀀠- '" ',:;':' ' ' '::" " .', 􀁾􀁾􀀠Authorized Signature Finance. c- MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 2 FROM: .7/31/02 TO: 08131102 JOB#275 '"'33' 2"AIRNAC.ASSY.w2"GATE VALVE EA 1 34 IRRIGATION REPAIRS LS 1 $2.000.00 $5.000.00 2.00 1.00 1.00 1.00 0.95 0.05 $2.000.00 $5.000.00 $4.000.00 $5,000.00 PREVIOUS ESTIMATES EST#1 $185,596.20 EST#2 EST#3 EST#4 EST#5 TOTAL PREVIOUS PAYMENTS $185.596.20 RYCON INC 􀁾􀁾􀀠􀁦􀂣􀁑􀁾􀀲􀀮􀀠 APPROVED BY DATE 􀁾􀁾􀁾􀀠􀁡􀀻􀁲􀁯􀁾􀁊􀀭􀀭$311,410.00 $281,953.23 ORIGINAL CONTRACT AMOUNT $311,410.00 AMOUNT OF WORK COMPLETED $281,953.23 APPROVED CHANGE ORDERS $0.00 TOTAL COMPLETED TO DATE $281,953.23 LESS 10% RETAINAGE $28,195.32 AMOUNT PREVIUSL Y PAID $185,596.20 TOTAL AMOUNT DUE THIS ESTIMATE $68,161.71 Sep 04 02 08:4Sa p. 1 RYCONINC. 13221 BEE ST. FARMERS BRANCH ,TEXAS 75234 PH#972.41I4.0968 FX.#972.4B4.8974 FAX Dale: 􀀰􀀹􀀯􀁾􀀴􀀯􀀰􀀲􀀠 Number ofpages including cover sheet: 2 To: Phone: Faxehone: CC: MR STEVE CHUTCHIAN P.E. CITY OF ADDISON 5350 BELTLlNE RD. ADDlSONTX.75001-901O 972.450.2886 972.450.2837 275X903 From: DENNIS R GULLEY E-M.iI 􀁤􀁾􀁵􀁬􀁬􀁥􀁹􀁀􀀡􀀺􀁘􀁣􀁯􀁮􀁩􀁮􀁣􀀮􀁮􀁥􀁴! Phone: 972 484.0968 Fax Ehone: 972 484.8974 ! . REMARKS: 0 Urgent 0 For your review 0 Reply ASAP 0 PJease comment STEVE, ATTACHED IS MY QUOTE TO DO THE APARTMENT PARKING LOT. ! p. 1Sep 04 02 09: 10", RYCONINC. 13221 BEE ST. FARMERS BRANCH ,TEXAS 7S234 PH#972,484,0968 FX.#971.484.8974 FAX D.le: 09/04102 Number of pages including cover sheel: 2 To: MR STEVE CHUTCHIAN P.E. CITY OF ADDISON 5350 BELTLINERD, From: DENNIS R GULLEY E·Mai! 􀁾􀁏􀁬􀁬􀀧􀁬􀁉􀁥􀁾􀁀􀁲􀁹􀁯􀁯􀁮􀁩􀁮􀁣􀀮􀁮􀁣􀁴􀀠Phone: 972 4&4.0968 Fax. ehone: 972 484.8974 Phone: Fax ehone: CC: ADDISON TX, 75001-9010 972.450.2886 972.450.2837 275)(904 REMARKS: 0 Urgenl o For your review 0 Reply ASAP 0 Please comment STEVE, ATTACHED IS MY QUOTE FOR WORK NOT COVERED tINDER THE ORIGINAL CONTRACT. ----_._-- Sap 04 02 08:49a p.e RYCONr INC. September 3. 2002 Mr. Steve Chukbian P.E. City Engineer Town of Addison 5350 Beltline Rd. Addison, Texas 75001-9010 Subjeet: Marsh Lane Project Gentlelllen, In un attempt to give the residence of tbe apartment buildings on Marsh lane a parking lot that will drain the water, we propose the following: 1. Mill, pulverize and remove from the site 2" of existing asphalt parking lot. Arca 334' X 18' = 6,012 SF @.$ 1.25 =.$ 7,515.00 2. Install 2" "Type D" aspbalt overlay. 6,012 SF @$1.85 =.$ 11,122.20 Total = $ 18,637.20 Please issue a change to our contract, so that we may proceed. Sincerely, 13221 Bee $1.' Farmers Branch. T, 75234 • Office: 972·484·0968' Fax: 972·484·8974 􀁾􀁾..------ p.2 Sep 04 02 09:10a RYCON, INC. September 4, 2002 Mr. Steve Chulchian P.E. City Engineer Town ofAddison 5350 B.elt Line Rd Addison, Texas 75001-9010 Gentlemen, While invoicing your project, I noticed there are no provisions for payment of the 2" HMAC over 6" concrete parking lot patch. This area to be patched is 334 LF X 4' or 1,336 SF. I submit the following break down for this work. 1. 6" Reinforced concrete slab 1,336 SF@$ 3.25 = $ 4,342.00 2. 2" Asphalt over lay 1336 SF @$ 1.80 = $ 2,404.80 Total $ 6,746.80 Please issue a change to our contract so that we may continue with the work. CC:275X904 13221 Bee St.' Farmers Branch. Tx 75234' Office: 9n·484-0968· Fax; 972-484-8974 MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 incentive FROM: 08/31/02 TO: 01/00100 JOB#275 33 􀁾􀁾􀀠L:"AIRNAC.ASSY.w 2"GATE VALVE EA 1 $2,000.00 2,00 1.00 2.00 1.00 0,00 0,00 $2,000.00 $5,000,00 $4,000.00 $5,000,0034 IRRIGATION REPAIRS LS 1 $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#l $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.!184.8974 $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 $303,256.7 TOTAL AMOUNT DUE THIS ESTIMATE $23,000.00 DATE APPROVED BY DATE MONTHL Y PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 Final FROM: 08/31f02 TO: 01100100 JOB#275 2"AIRNAC.ASSY.w 2"GATE VALVE $2,000.00 2.00 0.00 $2.000.00 $4,000.00 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 APPROVED CHANGE ORDERS $0.00 EST#4 TOTAL COMPLETED TO DATE $303,256.73 EST#5 LESS 10% RETAINAGE $30,325.67 TOTAL PREVIOUS PAYMENTS $253.757.91 AMOUNT PREVIUSL Y PAID $253,757.f' TOTAL AMOUNT DUE THIS ESTIMATE $19,173.10 RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 􀁐􀁈􀀣􀀹􀀷􀀲􀀮􀀴􀀸􀁾􀀴􀀮􀀸􀀹􀀷􀀴􀀠DATE APPROVED BY DATE MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON ESTIMATE NO: 3 retainage FROM: 08/31/02 TO: 01/00100 JOB#275 33 2"AIRNAC.ASSY.w 2ftGATE 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 ---------$311,410.00 $303,256.73 PREVIOUS ESTIMATES EST#1 EST#2 EST#3 EST#4 EST#5 $185,596.20 68,161.71 19,173.15 ORIGINAL CONTRACT AMOUNT AMOUNT OF WORK COMPLETED APPROVED CHANGE ORDERS TOTAL COMPLETED TO DATE LESS 10% RETAINAGE $311,410.00 $303,256.73 $0.00 $303,256.73 $0.00 TOTAL PREVIOUS PAYMENTS $272,93106 AMOUNT PREVIUSL Y PAID TOTAL AMOUNT DUE THIS ESTIMATE $272,931 $30,325.67 RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 PH#972.464.0968! FX#972.4!l.4.8974 DATE APPROVED BY DATE DATE 􀀡􀁾􀁍􀁬􀁄􀁄􀁬􀁙􀁙􀁬ACORD," CERTIFICATE OF LIABILITY INSU'" 'NCE 06/27/2002 PRODUCER (972)625-9777 fAX ('/2)625-9778 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Steven l. Thomas Agency Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5201 S. Colony Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 545 The Colony, TX 75056 INSURERS AFFORDING COVERAGE INSURED Rycon. Inc. iNSURER A Colony Insurance Company 2914 South Highway 101 INSURER B Southern County Mutual Bridgeport, TX 76426 INSURER C United National Insurance Co. INSURER 0 Texas Builders Ins. Co I INSURER E Essex Ins. Co. COVERAGES TfiE I '0!. INSURANCE LISTED BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENTW'!TH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ',Nfo\' TYPED'" 􀁾􀁾􀀠LIMITS : ar:wr:nhl LIABiliTY 􀁾􀁃􀁃􀁬􀀵􀀷􀀶􀀲􀀷􀁒􀀠06/25/2002 06/25/2003 IEACHOCC"•••N"' Is 1,000,000 X I 􀁇􀁅􀁎􀀻􀀺􀁾􀁁􀁌􀀠VA81L;TY I FIRE 􀁄􀁁􀁾􀁁􀁇􀁅􀀼􀁁􀀢􀀢􀀬􀀬􀀮"" , 50,000 ICLAIMS MADE 0 OCCUR i , MED EXP (A,y 􀁾􀀬􀀮􀀠p.',oo) , 5,000 A • & ADV INJURY S 1,000.000-􀀮􀁾􀀠... ! GENERAL $ 2,000.000 (.;J::I..'L LIMIT APPLIES PER i 􀁐􀁒􀁾􀁾􀁾􀁃􀀺􀀡􀁓􀀮􀀠COMPIDr AGG $ 2,000,000 IPOlicy n . n lOC TC542879-1 05/15/2002 05/15/2003 􀁃􀁏􀁍􀁂􀁉􀁾􀁅􀁄􀀠SINGLE _IMIT .i , ANY AUIO (Ea ace'derO -I 000,000, -ALL OWNED i\UTOS BODILY INJURY tPer pmwn) , SCHEOULED AUTOS B X HIRED AUTOS BODILv INJURY 􀁾􀀠{per accl\;wf1!} , NON-OWNED AUTOS I-PROPERTY DAMAGE ,{Pel acddenll I" '·EA Sl ANy AUTO OTdER THAN EAACC I' , AUTO ONLY AGG I, 􀁉􀁦􀁬􀁾􀀺􀁃􀁬􀁬􀁁􀁂􀁬 􀁬􀁉􀁔􀁙􀀠fl8698A 0612512002 06/25/2003 EACH I' 1,000.000 􀁉􀁟􀁾􀀠CCCJi1 CLAIMS MAU£, I·, 1,000.000 C ! ;F.1 oeDUCTIOLl :' I X RETnmON S 10,000 : ' WORKERS COMPENSA nON AND .,ClO12 05/1512002 05/15/2003 1,"6\<$:ili1J.[1 I"dlt EMPLOYERS'L11\91L1TY E l ••e, Is 1,000,000a E L DISEA'E ,I , 1,000,000 I E.L DISEASE· POLICY LIMIT Is 1,000,000 􀁔􀁾􀁔􀀱􀁈􀀡􀁾􀁤􀀠Marine 􀁾􀁃􀁒􀀲􀀰􀀰􀀲􀀰􀀶􀀲􀀲􀀠06/2 21<002 06/22/2003 Per Item 1S0,OOO E eased/rented equip •I I I I I I • '"SUREO, INSURER LETTER C .AlION SHOULD ANY OF THE ABOVE OESCRIBED POLICIES BE CANCELLED BEFORE THE EXPlRATlON DATE THEREOF. THE ISSUING CQMPANVWILL ENDEAVOR TO MAIL }LDAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Towll of Addison BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO 09UGA TION OR L1AB!LITY Attn; Steve Chutchian P.O, Box 9010 OF ANY KIND UPON THE ' IT!': AGENTS OR REPRESENTATIVES. 􀁾AU,HORIZED REPRESENTATIVE Addison, IX 75001 .' -􀁾􀀠,.', '. . " . >:·c:... ACORD 25-S (7197) "V" 19S, Steven Thomas FAX: (972 ) 450-2837 -------------------p. 1 Jun 27 02 02:34p RYCON,INC. 13221 Bee Street Farmers Branch, Texas 75234 972.484.0968 Te1epholle 972.484. 8974 Fll£simile Date: June 27, 2002 To: Steve Chutchuln Fax: 972.450.2837 Suhject: Cash Flow Projection-Marsh Lane Waterline Sender: MarkA. Herndon YOU SHOULD RECEIVE 1 PAGE(S). INCLUDING THiS COVER SHEET. IF YOU DO NOT RECEIVE ALL THE PAGES, PLEASE CALL 972.484.0968. -July $180,000 (net ofretainage) August $100,269 (net ofretainage) September retainage and bonus CttuDde1fialilf 􀁓􀁲􀁲􀁊􀁾􀁭􀁴􀁴􀁴􀁬􀀠'lhdlf/ontflJ1lon 􀁴􀀺􀁏􀁬􀁉􀁉􀁉􀀱􀁭􀁾 􀁤􀀠/JJ lhlr I1JI:'t$4pis kgaJJy fRIVll15GEP andCONFIDENTIAL ill/fJrmflfUtlt which is w(lndtd ONLYfor􀀱􀁉􀁩􀁾􀀠􀁉􀁉􀀤􀁾􀀠ofJIll! imlfllidftnJ liT 􀁯􀁬􀁴􀁦􀁬􀁦􀀢􀁡􀁍􀁴􀀡􀁤􀁦􀁬􀁬􀀱􀁬􀁮􀁾􀀬􀀠1ft/I.e rudyoffhis mmote U"/Wtdt« inrvtthdtulpk.1I1, yDU lIn hcrehy lIOIIjfcdtlrflll1ny flU, 􀁤􀁾􀁴􀁭􀁬􀁮􀁭􀁬􀁯􀁮􀀮􀀠rfiWibuti/tn 0' NpNt/uc(wn df dtfr􀁭􀁡􀁊􀁦􀀱􀁾IsstrictJlprolr/bitd (fyou haw naivtdflIll ntaJ/tIf: m mTil', pka.u lmfl'U!dloltlyJJoufy /is hy Idtpfwnulltlltltutn the MkinuJ 􀁬􀁾􀁴􀁬􀁏U$ uf 11It.l1drtrus fi&tlOblllll! vm 􀀨􀁢􀁾VltifetiStalu i'DtfillSwee.. T1latfk1011. •• BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS ,' __. _ 􀁾􀁟􀀮___•• _. ___ -.J 7502 Greenville Ave., #220 Dallas, Texas 75231 Fax (214) 361-0204 Phone (214) 361-7900 JOHN W. BIRKHOFF, P,E. RONALD V. CONWAY. P.E. GARY C, HENDRICKS. P.E. JOE R. CARTER, P.E, PAULA CARLINE,P,E,. MAITHlCKEY, P.E. DOUGLAS K. SHOWERS, PJL June 21, 2002 ROSS L JACOBS, P.E. t. C. FINKLEA. P.1l. Ryco , nco 13 I Bee Street ers Branch, Texas 15234 /Re: Town of Addison, Texas Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring Valley Road) Gentlemen: The Town of Addison's City Council, at their regularly scheduled meeting on June II, 2002, accepted your proposal for the Marsh Lane Water Line Replacement project in the amount of$40 I ,410.00. We are enclosing six (6) copies ofthe Proposal, Contract Agreement, Performance Bond, Payment Bond and Maintenance Bond for your execution. Upon completion, please return all copies to our office for further execution by the Owner. Also please provide a certificate of insurance in accordance with SP.20 -Insurance ofthe Special Provisions. Ifyou have questions concerning any of this information, please give me a call. Sincerely yours, John W. Birkhoff, P.E. Enclosures cc: Mr. Steven Z. Chutchian, P.E. FINANCE DEPARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972) 450·7091 E-mail purchaslng@ci.addison.tx.us Facsimile (972) 450·7096 P.O. Box 9010 Addison, Texas 75001 June 11,2002 Rycon,Inc. Mark Hemdon 13221 Bee Street Fanners Branch, TX 75234 NOTICE OF AWARD: Marsh Ln Water Line Replacement (Brookhaven Club Dr to Spring ValleyRd) Dear: Mr. Herndon: Receipt of this document authorizes your company to provide all labor and materials as outlined in the specifications, and under the terms and conditions ofthe contract documents for Bid No: 02-30. Enclosed please find four completed copies ofthe contract to be signed by an authorized officer or principal ofyour flllll. Please send the signed contracts along with the necessary insurance certificates, Performance Bond, Labor & Material Payment Bond, and Maintenance Bond as soon as possible, but no later than July 11,2002. Once we receive these items a Notice to Proceed will be issued. Ifyou have any questions or ifI can be ofassistance to you, please contact me at 972-450-7091. Sincerely, 􀁆􀁾􀀠MinokSuh Purchasing Coordinator Enclosures ,_ '" iicgpy:. Steve Chutcbian RESOLUTION NO. R02-049 A RESOLUTION BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT IN THE AMOUNT OF $311,410.00 WITH RYCON, INC. FOR THE MARSH LANE WATER MAIN REPLACEMENT FROM BROOKHAVEN CLUB DRIVE TO SPRING VALLEY ROAD. WHEREAS, there has been numerous water main breaks on Marsh Lane which has disrupted service to adjacent commercial business; and, WHEREAS, the Public Works Department has established a need for the replacement of an existing water main along the east side of Marsh Lane, from Brookhaven Club Drive to Spring Valley Road; and, WHEREAS, engineering plans and specifications for construction of this improvement have been prepared; and, WHEREAS, bids were received from six construction companies which comprised of a standard bid and a time bid; and, WHEREAS, Rycon, Inc. submitted the lowest total bid and has successfully completed several related improvements in other municipalities in the area; and, WHEREAS, staff conducted an extensive reference check and recommends that Rycon, Inc. be awarded this contract; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: THAT, the City Council does hereby authorize the City Manager to enter into a contract in the amount of $311,410.00 with Rycon, Inc. for the Marsh Lane Water Main Replacement from Brookhaven Club Drive to Spring Valley Road. OFFICE OF THE CITY SECRETARY R02·049 DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, this the 11th day of June 2002. Mayor ATTEST: 􀁃􀁾􀁯􀁥􀁴􀀥􀁬􀀠City Secreary \I OFFICE OF THE CITY SECRETARY R02-049 DATE SUBMITTED: June 3, 2002 FOR COUNCIL MEETING: June 11,2002 Council Agenda Item: SUMMARY: This item is fur the award ofcontract to Rycon, Inc. fur construction ofthe Marsh Lane Water Main Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $500,000.00 Construction Cost: $311,410.00 Source ofFunds: Funds are available from 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 main along the east side ofMarsh Lane, from Brookhaven Club Drive to Spring Valley Road. This project is the result ofnumerous water main hreaks in the area that has continuously disrupted service to adjacent commercial businesses. The firm of Birkhofl; Hendricks, & Conway, L.L.P. prepared engineering plans and specifications fur construction ofthese improvements. Attached is a bid tabulation fur this project. The bid proposal in the specifications fur construction was structured to provide an incentive/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 summation ofthe 􀁾􀁾+? . 􀁾􀁏􀁾􀁴􀁨􀁥estimated quantities shown inthe proposal, multiplied by their I . Unit poces. b:JThe Contractor submits a time bid (B), which is the product ofthe number of • _____ calendar days required to construct the project, determined by the Contractor, ::(Vl1Jry and the Daily Value established by the Town. The Daily Value was 1tJP") established in the contract at $1,000. The number ofcaleudar days is intended to include inclement weather, holidays, etc. The lowest bid (fotal) for award ofthe contract was determined as the lowest sum ofthe standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also included in the bidding process was a provision whereby the Contractor is awarded an incentive payment ifconstruction is completed prior to the number ofcalendar days he submitted. The total amount ofthe incentive is the product ofthe Daily Value ($1,000) and number ofdays the Contractor completes the project prior to the established contract time. Accordingly, the contract provides for a disincentive amount to be established based on the product ofthe Daily Value ($1,000) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $25,000. However, there is no limit to the amount ofdisincentive reduction (same as liquidated damages) :from the Contractor's final payment tllllt the Town will impose for going over the contract time limit. Rycon, Inc. submitted the lowest Total bid (A + B), in the amount of$401,410.00 and 90 calendar days. The actual amount ofthe standard bid (A) recommended fur award is $311,410.00. This amount is substantially lower than the engineering estimate of $500,000. In addition, the Engineer estimated that it would take approximately 120 caIendar days to complete a project ofthis magnitude and complexity. The number of calendar days submitted by Rycon, Inc. (90 calendar days) represents a potential reduction oftotal construction time by approximately 1 month. The contractor was subject to an extensive reference check by the Engineer and staH: and was fuund to have successfully completed construction ofseveral related improvements in other municipalities in the area. RECOMMENDATION: Staff recommends that Council authorize the City Manager to enter into a contract with Rycon, Inc., fur the Marsh Lane Water Main Replacement, :from BrookhavenClub Drive to Spriog Valley Road, in the amount of$311,410.00 DATE SUBMITTED: June 3,2002 FOR COUNCIL MEETING: June 11, 2002 Council Agenda Item: SUMMARY: This item is fur the award ofcontract to Rycon, Inc. for construction ofthe Marsh Lane Water Main Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $500,000.00 Construction Cost: $311,410.00 Source ofFunds: Funds are available ftomFY 2001-02 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program, Project No. 93601. BACKGROUND: The Public Works Department establislted the 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 is the result ofnumerous water main breaks in the area that has continuously disrupted service to adjacent commercial businesses. The firm of Birkhofi; Hendricks, & Conway, L.L.P. prepared engineering plans and specifications fur construction ofthese improvements. Attached is a bid tabulation for this project. The bid proposal in the specifications for construction was structured to provide an incentive/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 summation ofthe products ofthe estimated quantities shown in the proposal, muhiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (8), 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. The lowest bid (fotal) for award ofthe contract was detennined as the lowest sum ofthe standard bid (A) plus time bid (B). The contract establishes the actual contract amount for payment to the successful contractor to be the value indicated in the standard bid (A). Also :included in the bidding process was a provision whereby the Contractor is awarded an incentive payment ifconstruction is completed prior to the number ofcalendar days he submitted. The total amount ofthe incentive is the product ofthe Daily Value ($1,000) and number ofdays the Contractor completes the project prior to the established contract time. Accordingly, the contract provides for a disincentive amount to be established based on the product ofthe Daily Value ($1,000) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $25,000. However, there is no Jimit to the amount ofdisincentive reduction (same as liquidated damages) from the Contractor's fina1 payment that the Town will impose for going over the contract time Jimit. Rycon, Inc. submitted the lowest Total bid (A + B), in the amount of$401,410.00 and 90 calendar days. The actual amount ofthe standard bid (A) recommeuded for award is $311,410.00. This amount is substantiaIIy lower than the engineering estimate of $500,000. In addition, the Engineer estimated that it would take approximately 120 ca1eudar days to complete a project ofthis magnitude and complexity. The number of caleudar days submitted by Rycon, Inc. (90 caleudar days) represents a potential reduction oftotal construction time by approximately 1 month. The contractor was subject to an extensive reference check by the Engineer and 􀁾and was found to have successful1y completed construction ofseveral related improvements in other municipalities in the area. RECOMMENDATION: Staffrecommends that Council authorize the City Manager to enter into a contract with Rycon, Inc., for the Marsh Lane Water Main Replacement, from BrookhavenClub Drive to Spring Valley Road, in the amount of$311,410.00 . .' TOWN OF ADDISON, TEXAS Marsh LaDe Water LiDe Replacement (Brookhaven Club Drive to Spring Valley Road) SUMMARy OF BIDS Bids Reeeived Until 10:00 a.m., Tuesday, May 28, 2002 (A) (B) (A) + (B) Amount Bid Calendar Calendar Total Contractor flmms 1 tbrn 34} Dan Bid DaIS x 51,000 Amount of Bid l. Rycon, Inc. 13221 Bee Street Farmers Branch, Texas 75234 2. John BUI'I18 Const. Co. ofTexas P. O. Box Ill7 Lewisville, Texas 75067 3. Mastec North America 4747 Irving Blvd., #221 Dallas, Texas 75247 4. Texas Sterling COIlStructiOn, L.P. 2100 N. Hwy. 360, #106A Grand Prairie, Texas 75050 5. Moss COIlStruction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 . 6. C-Con Services 11127 Shady Trail, #108 Da.1las, Texas 75229 * DidNot Bid on Item No. 34 $ 311,410.00 90 $ 374,400.00 70 $ 422,805.00 120 $ 515,918.00 120 $ 566.668.00 120 $ 580,426.00 * 85 $ 90,000.00 $ 70,000.00 $ 120,000.00 $ 120,000.00 $ 120,000.00 $ 85,000.00 $ 401,410.00 $ 444,400.00 $ 542,805.00 $ 635,918.00 $ 686,668.00 $ 665,426.00 • 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 {Items 1 thru 34) Days Bid Days x $1,000 Amount of Bid 1. Rycon, Inc. 13221 Bee Street Farmers Branch, Texas 75234 2. John Burns Const. Co. ofTexas 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 • TABULATION OF BIDS BID OF BID OF BID OF BID OF Date: May 28, 2002 IProj«t: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Rycon, Inc. John Bums Canst. Co. of Texas Mastec North America Texas Sterling Construction. LP. Marsh Lane Water Line Reelacernent CONSULTING ENGINEERS 13221 Bee Street P.O. Box 1117 4747 Irving Blvd., #221 2100N. Hwy. 360,#106A mrookhaven Club Drive to SerlnG: 􀁖􀁡􀁬􀁬􀁾􀀠Road) Dallas, Texas Famters Branch, Texas 75234 lewisville, Texas 75067 Dallas, Texas 75"lA7 Grand Prairie, Texas 75050 I Unit ssd I II Unit Bla I II Umt Bid I II Umt DId I II Description Price Extension Price Extension Price Extension Price Extension I 2,015 LF. Furnish and Install g·lnch pvC (C·909, Class 150) WateT1ine, including Embedment by Open Cut 536.00 $ 72,540.00 $60.00 $ 120,900.00 $50.00 S 100.75Q.00 589.00 S 179.335.00 2 390 LF. Furnish and Install 8-Inch PVC (C-909. Class ISO) Waterline by other than Qpen Cut $49.00 S 19,110.00 $122.00 $ 47,580.00 5100.00 S 39,000.00 $100.00 $ 39,000.00 ,3 85 85 LF. Furnish and llSlali 6-Inch PVC 􀀨􀁃􀁾􀀹􀀰􀀹􀁊􀀠Class tSO) Water1ine, including Embedment by Open Cut 538.00 S 3,230.00 535.50 5 3,017.5Q 532.00 5 2,720.00 590.00 S 7,650.00 , 4 15 Ea. Furnish and Install 2-Inch Service Connection, including AU Fittings at Water Main 51,200.00 $ 18,000.00 5420.00 $ 6.300.00 $2,125.00 $ 31,875.00 $1,000.00 $ 15.000.00 5 18 Ea. Furnish and Install New Meter With 􀁂􀁯􀁾and Service Connection $450.00 $ 8100.00 5725.00 $ 13,050.00 $2,125.00 5 38,250.00 $425.00 S 7,650.00 6 9 Ea. Fumish and Install 8-Inch Resilient Sealed Gate Valve $725.00 $ 6,525.00 $785.00 $ 7.065.00 $800.00 5 7.200.00 SI,300.00 S 1l,700.00 7 7 Ea. Furnish and Insta1l6-lnch Resilient Seated Gate Valve 5600.00 $ 4.200.00 5581.00 5 4,067.00 5575.00 $ 4,025.00 $850.00 $ 5,950.00 8 7 Ea. Furnish and Install Standard Fire Hydrant 51,775.00 $ 12,425.00 51,500.00 $ 10,500.00 51,850.00 $ 12,950.00 53,200.00 5 22,400.00 9 160 L.F. Furnish and Ins1a1l2-Inch Copper Waterline, including All Fittings by Open Cut $20.00 $ 3,200.00 517.00 $ 2,720.00 $25.00 S 4,000.00 5118.00 5 18,880.00 10 5 Ea. For 􀁃􀁬􀁩􀁴􀁴􀁩􀁮􀁾􀀠and 􀁐􀁬􀁵􀁾􀁧􀁩􀁮􀁾􀀠Existing 8-lnch Waterline 5850.00 $ 4,250.00 5450.00 5 2,250.00 $500.00 $ 2,500.00 SI.300.00 S 6,500.00 II 4 Ea. For Connecting to Existing 8-Inch Waterline $1.650.00 $ 6,600.00 SI,225.00 $ 4,900.00 51,500.00 S 6.000.00 51,300.00 $ 5.200.00 12 5,000 lbs. Furnishing and Installing Ductile Iron Fittings SI.OO $ 5,000.00 SI.OO S 5,000.00 $2.75 S 13,750.00 52.00 $ 10,000.00 For Removing Existing 6-inch Sanitary Sewer and Replacing with 􀀶􀁾􀁲􀁮􀁣􀁨􀀠ASTM 2241 PVC with 13 36 L.F. Embedment S75.00 $ 2,700.00 5200.00 S 7,200.00 S75.OO $ 2,700.00 $78.00 S 2,808.00 14 4 Ea. for Connecting to Existing 6-blch Sanitary Sewer SBOO.OO $ 3,200.00 S200.00 $ 800.00 51.500.00 S 6,000.00 $350.00 $ 1,400.00 15 600 S.Y. For R<:mov;flliI: ExistinR 8-Inch Reinforeed Concrete Pavement SIO.OO 5 6,000.00 57.25 5 4,350.00 $10.00 $ 6,000.00 525.00 5 15.000.00 16 600 SY For Furnishing and Placing IO·lnch Reinforced Concrete Pavement 540.00 5 24,000.00 557.75 S 34.650.00 569.00 S 41,400.00 556.00 S 33,600.00 17 325 S.Y. For Removing and Replacing Existing 8-fnch Reinfor<:ed Concrete Driveway snoo S 10,725.00 S29.50 $ 9,587.50 S72.OO S 23,400.00 $75.00 5 24,375.00 18 50 Ton For Removing and Replacing Existing Hot Mix: Asphalli4.: Concrete 575.00 S 3,750.00 S82.50 $ 4,125.00 5100.00 S 5,000.00 535.00 S 1,750.00 19 300 S.Y. For Removing and Replacing Existing 􀀴􀁾􀁉􀁮􀁣􀁨􀀠Reinforce Concrete Walk. including ADA :Ramps 535.00 S 10,500.00 531.90 S 9,570.00 540.00 5 12.000.00 $59.00 S 17,700.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asohalt Overlav 561.00 $ 9,150.00 $77.40 5 11,610.00 5100.00 S 15,000.00 S75.00 S 11,250.00 * Did Not Bid on Item No. 34 Page I of 4 TABULATION OF BIDS .I!!lLQE BID OF BID OF BID OF Date: 􀁍􀁡􀁾􀀲􀀸􀀬􀀠2002 Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L,L,P, Rycon, Inc, lohn Bums Canst. Co. of Texas Mastec NOM America Texas Sterling Construction, LP. Marsh Lane Water Line Reelacement CONSULTlNG ENGINEERS 13211 Bee Street P. O. Box 1117 4747 Irving Blvd., #221 2100 N. Hwy. 360, #106A (Brookhaven Club Drive to Spring VaHey Road) Dallas. Texas Farmers Branch, Texas 752J4 Lewisville, Texas 75067 Dallas, Texas 75247 Grand Prairie, Texas 75050 LUOlt Bid I II UmtBtd I II Unit Bla I II unit Bla I IN., Quantities Unit 􀁄􀁥􀁾􀁣􀁲􀁩􀁰􀁴􀁩􀁯􀁬􀁬􀀠Price Extension Price Extension Price Extension Price Extension 21 150 LF. For Removing and Replacing Existing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Monolithic Curb with Dowels $9.00 5 1,350.00 $4.00 S 600.00 554.00 $ 8,100.00 $4.00 $ 600.00 22 632 LF. For Removing and Replacing Existing 6·Inch Curh and Gutter 515.00 $ 9,480.00 SI3.25 S 8,374.00 S15.00 $ 9,480.00 S30.00 $ 18,960.00 '3 3,262 L.F. Full Depth Saw Cut Cut 54.00 $ 13,048.00 $1.50 $ 4,893.00 52.00 $ 6,524.00 52.00 S 6,524.00 24 0.25 Ac. Furnish. Place Maintain and Establish Solid Sod 522,000.00 $ 5,500.00 SI5,OOO.00 S 3,750.00 $15,000.00 S 3,750.00 515,000.00 $ 3,750.00 25 3 Ea. For Removing 􀁅􀁸􀁩􀁳􀁴􀁩􀁮􀁾􀀠Trees and Replace with 3-Inch Bradford Pear Trees $700.00 $ 2,100.00 S990.00 S 2,970.00 5500.00 5 1,500.00 5350.00 $ 1,050.00 26 5 Ea. For Removing Existing Fire Hydrant $650.00 $ 3,250.00 5285.00 • 1,425.00 5250,00 S 1,250.00 S2OO.00 S 1,000.00 27 I L.S. Barricades. Signs and Traffic Handling .4,500.00 $ 4,500.00 SI5,OOO.00 $ 15,000.00 57,230.00 $ 7,230.00 518,200.00 S 18,200.00 28 600 LF. Temporary Sediment Control 􀁆􀁥􀁮􀁣􀁩􀁮􀁾􀀠$4.00 $ 2,400.00 51.60 5 960.00 S1.80 $ 1,080.00 $3.00 S 1,800.00 29 2,486 L.F. Furnish and Install Trench Safety System S7.00 S 17,402.00 Sl.OO $ 2,486.00 51.00 S 2,486.00 SI.OO $ 2,486.00 JO I L.S. Furnish Trench Safety Plan S1O,OOO.OO S 10,000.00 S5OO.00 S 500.00 : $600.00 S 600.00 $600.00 $ 600.00 31 5 Ea. Abandon Existing Valve on Main 8·Inch Line in Place, including Pavement Replacement $125.00 $ 625.00 5225.00 S 1,125.00 5100.00 S 500.00 $500.00 $ 2,500.00 32 5 Ea. Abandon Existing Valve in Place on Flfe Hydrant Leads, including Solid Sad Restoration $310.00 $ 1,550.00 595.00 $ 475.00 SIOO.OO $ 500.00 $500.00 5 1,500.00 " I Ea. Furnishing and Inslalling 2-lnch Air and Vacuum Valve Assemblv, including 􀀲􀁾􀁬􀁮􀁣􀁨􀀠Gate Valve 52,000.00 $ 1,000.00 51,600.00 S 1,600.00 • $1,785.00 $ 1,7&5.00 SI,800.00 S 1,800.00 For Irrigation Repairs or Replacement Caused by Construction Activities, complete in place by a 34 I L.S. Licensed Irrigator $5,000.00 $ 5,000.00 $21,000.00 $ 21,000.00 :1 53,500.00 5 3,500.00 $17,000.00 $ 17,000.00 (A) AMOUNT BID ({tern' 1 Throu.h 34l $ 311 410,00 $ 374400.00 $ 422.805,00 S 515,918.00 Total ofTime Bid in Calendar Days: 90 70 110 120 (B) TOTAL OF CALENDAR DAYS X $1,000,00 􀁾􀀠S 90,000.00 $ 70,000.00 $ 120,000.00 S 120,000.00 BASIS FOR COMPARISON OF BlDS: (A) + lB) = TOTAL BID: $ 401,410.0D $ 44(.400.00 $ 542,805,00 $ 635,918,00 *Did Not Bid on Item No. 34 Pagel of 4 Project: TABULATION OF BIDS Date: May 28, 2002 TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. 􀁍􀁾􀁵􀁳􀁨􀀠Lane Water Line Replacement CONSULTING ENGINEERS (Brookhaven Club Drive to Spring Valley Road) Dallas. Texas BID OF Moss Construction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 BID OF • C-Con Services 11127 Shady Trail, #108 Dallas, Texas 75229 IUern No, Approximate Quantities Unit Description uno! "'. Price Extension I UmtBld IPrice Extension 1 2,015 L.F. Furnish and Install 8-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $102.00 $ 205,530.00 S85.00 S 171,275.00 2 390 L.F. Furnish and Install 8-Inch PVC (C-909, Class 150) Waterline by other than Open Cut S167.00 $ 65,130.00 S250.00 $ 97,500.00 , 4 85 L.F. Furnish and Install6-Ineh PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $98.00 $ 8,330.00 S78.00 S 6,630.00 15 Ea. Furnish and Install 2-Inch Service Connection, including All Fittings at Water Main $780.00 $ 11,700.00 SI,500.00 S 22,500.00 5 18 Ea. Furnish and Install New Meter With Box and Service Connection $800.00 $ 14,400.00 SI,300.00 S 23,400.00 6 9 Ea. Furnish and Install 8-Inch Resilient Seated Gate Valve $780.00 $ 7,020.00 $1,000.00 S 9,000.00 7 7 Ea. Furnish and Insta1l6-Inch Resilient Seated Gate Valve 5595.00 $ 4,165.00 S900.00 S 6,300.00 8 7 Ea. Furnish and Install Standard Fire Hydrant S2,380.00 $ 16,660.00 $2,500.00 $ 17,500.00 9 160 L.F. Furnish and Insta1l2-Inch Copper Waterline, including All Fittings by Open Cut $36.00 $ 5,760.00 $40.00 $ 6,400.00 10 5 Ea. For Cutting and Plugging Existing 8-Inch Waterline S970.00 $ 4,850.00 S2,000.00 S 10,000.00 11 4 Ea. For Connecting to Existing 8-Inch Waterline SI,250.00 $ 5,000.00 S5,000.00 S 20,000.00 12 5,000 Lbs. Furnishing and Ins[alling Ductile Iron Fittings $2.00 S 10,000.00 S3.00 S 15,000.00 oJ 36 L.F. For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-lnch ASTM 2241 PVC with Embedment $71.00 $ 2,556.00 S125.00 $ 4,500.00 14 4 Ea. For Connecting to Existing 6-Inch Sanitary Sewer $755.00 $ 3,020.00 $500.00 $ 2,000.00 15 600 S.Y. For Removing Existing 8-Inch Reinforced Concrete Pavement $22.00 $ 13,200.00 $5.00 $ 3,000.00 16 600 S.Y. For Furnishing and Placing IO-Inch Reinforced Concrete Pavement $71.50 $ 42,900.00 $55.00 $ 33,000.00 17 325 S.Y. For Removing and Replacing Existing 8-Inch Reinforced Concrete Driveway $52.00 S 16,900.00 $45.00 S 14,625.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete $198.00 S 9,900.00 S145.00 S 7,250.00 19 300 S.Y. For Removing and Replacing Existing 4-Inch Reinforce Concrete Walk. including ADA Ramps $62.00 S 18,600.00 $35.00 S 10,500.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asphalt Overlay $99.00 S 14,850.00 S125.00 $ 18,750.00 J:\Addison\] 999 ] 2J\W:u.crlinc Replacerncnt\spC'cs\tcch\P&BS·2.:rls • Did Not Bid on Item No. 34 Page 3 oj 4 TABULATION OF BIDS BID OF BID OF Date: May 28, 2002 Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Moss Construction Co., Inc. • C-Con Services Marsh Lane Water Line Replacement CONSULTING ENGINEERS 3455 West F.M. 544 11127 Shady Trail, #108 (Brookhaven Club Drive to 􀁓􀁰􀁲􀁩􀁮􀁾􀀠Vallez: Road) Dallas, Texas Wylie, Texas 75098 Dallas, Texas 75229 llem Approximate Unit Hid I Umt Hid I INo. Quantities Unit DescriDtion Price Extension Price Extension 21 150 LF. For 􀁒􀁥􀁭􀁯􀁶􀁩􀁮􀁾􀀠and Reolacing Existing 6-Inch Monolithic Curb with Dowels $6.00 $ 900.00 $40.00 $ 6,000.00 22 632 LF. For Removing and Replacing Existing 6-Inch Curb and Gutter $30.80 $ 19,465.60 $25.00 $ 15,800.00 ,23 3,262 L.F. Full Depth Saw Cut $2.70 $ 8,807.40 $5.00 $ 16,310.00 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod $4,700.00 $ 1,175.00 $24,000.00 $ 6,000.00 25 3 Ea. For Removing Existing Trees and Replace with 3-Inch Bradford Pear Trees $517.00 $ 1,551.00 $800.00 $ 2,400.00 26 5 Ea. For Removing Existing Fire Hydrant $540.00 $ 2,700.00 51,500.00 $ 7,500.00 27 1 LS. Barricades, Signs and Traffic Handling $11,000.00 $ 11,000.00 515,000.00 $ 15,000.00 28 600 LF. Temporary Sediment Control Fencing $2.75 $ 1,650.00 $3.00 $ 1,800.00 29 2,486 L.F. Furnish and Install Trench Safety System SO.50 $ 1,243.00 $1.00 S 2,486.00 30 I L.S. Furnish Trench Safety Plan $330.00 $ 330.00 51,000.00 $ 1,000.00 31 5 Ea. Abandon Existing Valve on Main 8-Inch Line in Place, including Pavement Replacement $1,085.00 5 5,425.00 5250.00 5 1,250.00 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads. including Solid Sod Restoration $400.00 $ 2,000.00 $150.00 $ 750.00 I '33 1 Ea. Furnishing and Installing 2-lnch Air and Vacuum Valve Assembly, including 2-Inch Gate Valve S3,550.00 $ 3,550.00 55,000.00 5 5,000.00 For Irrigation Repairs or Replacement Caused by Construction Activities, complete in place by a 34 1 L.S. Lieensed Irrigator $26,400.00 $ 26,400.00 NoBid $ -(A) AMOUNT BID (Items 1 Throu.h 34) $ 566.668.00 $ 580426.00 Total of Time Bid in Calendar Days: 120 85 (8) TOTAL OF CALENDAR DAY5 X 51.000.00 􀁾􀀠$ 120,000.00 $ 85,000.00 BASIS FOR COMPARISON OF BIDS: (A) + (8) -TOTAL BID: $ 686.668.00 S 665.426.00 J:\Addison\1999123\WMerlinc: Rc:pbo::c:mc:nt\spces\tc:ch\P&BS-2.xls • Did Not Bid on Item No. 34 Page 4 oj 4 TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhavell 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 Utems 1 thru 34} Days Bid Days x 􀁾􀁬􀀬􀁏􀁏􀁏􀀠Amount of Bid 1. Rycon, Inc. 13221 Bee Street Farmers Branch, Texas 75234 2. John Bums Const. Co, of Texas P,O.Box1117 Lewisville, Texas 75067 3. Mastec North America 47471rving 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 P.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 * Project: TABULATION OF BIDS Date: May 28,2002 TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CO;«WAY, L.L.P. Marsh Lane Water Line Replacement CONSULTING ENGINEERS (Brookhaven Club Drive to Spring Valley Road) Dallas, Texas BID OF Rycon, Inc. 13221 Bee Street Fanners Branch, Texas 75234 BID OF John Bums Canst. Co. of Texas P. O. Box 1117 Lewisville, Texas 75067 BID OF Mastec North America 4747 Irving Blvd., #221 Dallas, Texas 75247 BID OF Texas Sterling Construction, LP. 2100 N. Hwy. 360, #106A Grand Prairie, Texas 75050 Jtem No. Approximate Quantities Unit Description I DOlt Bid IPrice Extension II Umt Bid I II Omt BId IPrice Extension Price Extension II Omt Bid IPrice Extension I 2,015 L.F. Furnish and installS-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $36.00 $ 72,540.00 $60.00 $ 120,900.00 $50.00 $ 100,750.00 589.00 5 179,335.00 I 2 390 L.F. Furnish and Insta1l8-Inch PVC (C-909, Class 150) Waterline by other than Open Cut 549.00 $ 19,110.00 5122.00 5 47,580.00 $100.00 $ 39,000.00 5100.00 $ 39,000.00 4 85 L.F. Furnish and Install 6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $38.00 $ 3,230.00 $35.50 S 3,017.50 $32.00 $ 2,720.00 $90.00 $ 7,650.00 15 Ea. Furnish and Insta1l2-Inch Service Connection, including All Fittings at Water Main SI,200.00 $ 18.000.00 S420.00 5 6,300.00 $2,125.00 $ 31,875.00 51,000.00 $ 15,000.00 5 18 Ea. Furnish and Install New Meter With Box and Service Connection S450.00 $ 8,100.00 5725.00 $ 13,050.00 $2,125.00 $ 38,250.00 S425.00 $ 7,650.00 6 9 Ea. Furnish and InstallS-Inch Resilient Seated Gale Valve S725.00 $ 6,525.00 $785.00 $ 7,065.00 S800.00 $ 7,200.00 51,300.00 $ 11,700.00 7 7 Ea. Furnish and InSlall6-lnch Resilient Seated Gate Valve S600.00 $ 4,200.00 S581.00 $ 4,067.00 5575.00 $ 4,025.00 5850.00 S 5,950.00 8 7 Ea. Furnish and Install Standard Fire Hydrant SI,775.00 $ 12,425.00 SI,500.00 $ 10,500.00 SI,850.00 S 12,950.00 $3,200.00 $ 22,400.00 9 160 L.F. Furnish and Insta1l2-Inch Copper Waterline, including All Fittings by Open CUI $20.00 $ 3,200.00 S17.00 $ 2,720.00 $25.00 $ 4,000.00 5118.00 $ 18,880.00 10 5 Ea. For Cutting and Plugging Existing 8-lnch Waterline S850.00 $ 4,250.00 S450.00 S 2.250.00 S500.00 $ 2.500.00 51,300.00 $ 6,500.00 11 4 Ea. For Connecting to Existing 8-Inch Waterline SI,650.00 $ 6,600.00 51,225.00 $ 4,900.00 51,500.00 $ 6,000.00 51,300.00 $ 5,200.00 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings $1.00 $ 5,000.00 $1.00 S 5,000.00 $2.75 S 13,750.00 52.00 S 10,000.00 i3 14 15 16 36 4 600 600 L.F. Ea. S.Y. S.Y. For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-lnch ASTM 224\ PVC with Embedment For Connecting to Existing 6-Ineh Sanitary Sewer For Removing Existing 8-Inch Reinforced Concrete Pavement For Furnishing and Placing IO-Inch Reinforced Concrete Pavement 575.00 S800.00 SIO.00 S40.00 $ 2,700.00 $ 3,200.00 $ 6.000.00 $ 24,000.00 $200.00 $200.00 S7.25 557.75 $ 7,200.00 $ 800.00 $ 4,350.00 $ 34,650.00 $75.00 $1,500.00 510.00 569.00 $ 2.700.00 $ 6.000.00 S 6,000.00 $ 41,400.00 $78.00 $350.00 $25.00 S56.00 $ 2,808.00 5 1,400.00 S 15,000.00 $ 33,600.00 17 325 S.Y. For Removing and Replacing Existing 8-Inch Reinforced Concrete Driveway S33.00 S 10,725.00 $29.50 S 9,587.50 572.00 5 23,400.00 S75.00 $ 24,375.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete S75.00 5 3,750.00 582.50 $ 4,125.00 $100.00 S 5,000.00 S35.00 S 1.750.00 19 300 S.Y. For Removing and Replacing Existing 4-Inch Reinforce Concrete Walk, including ADA Ramps $35.00 S 10,500.00 531.90 $ 9,570.00 540.00 S 12,000.00 559.00 S 17,700.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asphalt Overlay S61.00 S 9,150.00 577.40 S 11,610.00 $100.00 5 15,000.00 $75.00 $ 11,250.00 l:\Addi5on\ 19991 :!J\W.lICTlinc Rcplaco:m:nl\spccs\lech\P&BS-2.xls • Did Not Bid on Item No. 34 Page I oJ 4 TABULATION OF BIDS I!!I!...QE BID OF BID OF BID OF Da.te: M'X 28 ,2002 Proj«t: TOWN OF ADDISON, TEXAS B1RKHOFF, HENDRICKS & CONWAY, L.L.P. Rycon,lnc. John Bums Const. Co. of Texas Maslee North America Texas Sterling Construction, LP. Marsh Lane Water Line 􀁒􀁾􀁉􀁡􀁣􀁥􀁭􀁥􀁮􀁴􀀠CONSULTING ENGINEERS 13221 Bee Street p, O. Box 1117 4747 Irving Blvd .• #221 2100 N. Hwy, 360, #106A (Brookhaven Club Drive to $ering Valley Road) Dallas, Texas FarmerS Branch, Texas 75234 Lewisville, Texas 75067 Dallas, Texas 75247 Grand Prairie. Texas 75050 ,tern ApproXimate I Umt Bid I II OmtBid I II Ontt Bid I II Umt Bla I IN•• Quantities Unit Description Price Extension Price Extension Price Extension Price Extension, 21 150 L.E For Removing and Replacing Existing 6-Inch Monolithic Curb with Dowels $9.00 S 1,350,00 $4.00 $ 600,00 554,00 $ 8.100,00 $4,00 $ 600.00 22 632 L.F. For Removing and Replacing Existing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Curb and Gutter 515.00 $ 9,480.00 S13.25 $ 8,374.00 515.00 $ 9,480,00 $30,00 $ 18,960,00 '13 3,262 L.F. Full Depth Saw Cut $4.00 $ ;;,048.00 Sl.50 $ 4,893,00 $2.00 S 6,524,00 $2,00 S 6,524,00 i 24 0.25 Ac. Furnish. Place Maintain and Estab1ish Solid Sod 522,000.00 $ 5 515,000.00 $ 3,750.00 515,000.00 $ 3,750,00 SI5,OOO-OO $ 3,750,00 25 3 Ea, For Removing 􀁅􀁸􀁩􀁳􀁴􀁩􀁮􀁾􀀠Trees and Replace with 3-Inch Bradford Pear Trees $700,00 $ 2,100.00 5990.00 $ 2,970.00 5500.00 $ 1,500.00 5350,00 S 1,050,00 26 5 Ea. For Removing Existing Fire Hydrant $650.00 $ 3,250.00 5285.00 5 1,425.00 $250,00 $ 1,250.00 SlOO,OO 5 1,000.00 27 1 L.S, Barricades, Signs and Traffic Handling $4,500.00 5 4,500,00 SI5.0oo.oo $ 15,000.00 57,230,00 $ 7,230.00 $1 $ 18,200.00 II 28 600 LF. TempOl1lry Sediment Control Fencing $4.00 $ 2,400.00 51.60 $ 960.00 $l.80 5 1,080.00 53.00 5 1,800.00 II 29 2,486 L.F, Furnish and Ins[all Trench Safety System $7,00 S 17,402,00 5l.00 $ 2,486.00 5l.00 S 2,486.00 51.00 5 2,486.00 30 1 L.S, Furnish Trench Safety Plan 510,000.00 S 10,000.00 $500.00 S 500.00 5600.00 S 600,00 5600.00 Is 600.00 31 5 Ea, Abandon Existing Existing Valve on Main 􀀸􀁾􀁬􀁮􀁣􀁨􀀠Line in Place, including Pavement Replacement 5125,00 $ 625.00 $225,00 5 1,125.00 $100.00 $ 500,00 5500.00 5 2.500.00 II 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads. including Solid Sod Restoration 5310,00 $ 1,550.00 595.00 S 475.00 $100.00 $ 500,00 5500.00 5 2.500,00 .3 I Ea. Furnishing and 􀁉􀁮􀁳􀁬􀀮􀁡􀁬􀁬􀁩􀁮􀁾􀀠􀀲􀁾􀁉􀁮􀁣 􀁨􀀠Air and Vacuum Valve Assembly. including 2-Inch Gate Valve 52,000.00 $ 2,000,00 51,600.00 S 1,600.00 $1,785.00 $ 1,785,00 $1,800.00 S 1.800,00 For Irrigation Repairs or Replacement Caused by Construction Activities. complete in place by a 34 1 I.S. Licensed Irrigator $5,000,00 $ 5,000,00 $21,000.00 $ 21,000,00 53,500.00 $ 3,500,00 517,000,00 S 17,000,00 (A) A:llOUNT BID !Items I Thr•••b 34) $ 311.410.00 $ 374400.00 $ 4ll,80S.00 $ 515,918.00 Total of Time Bid in Calendar Days: 90 70 120 120 (8) TOTAL OF CALENDAR DAYS X 51,000.00 -S 90.000,00 $ 70,000,00 5 120,000,00 $ 120,000.00 BASIS FOR COMPARISON OF BIDS: (AI + ffiI -TOTAL BID: $ 401.410.00 $ 444400.00 $ 542.805,00 $ 635.918.00 * DidNot Bidon Item No. 34 Page20f 4 TABULATION OF BIDS Date: May 28, 2002 BID OF BID OF Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Marsh Lane Water Line 􀁒􀁥􀁾􀁬􀁡􀁣􀁥􀁭􀁥􀁮􀁴􀀠CONSULTING ENGINEERS (Brookhaven Club Drive to 􀁓􀁾􀁲􀁩􀁮􀁧􀀠Valley Road) Dallas. Texas Moss Construction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 • C-Con Services 11127 Shady Trail, #108 Dallas. Texas 75229 item ApprOXimate No. Quantities Unit Description Um''''" IPrice Extension Umt Bid I IPrice Extension I 2,015 L.F. Furnish and installS-inch PVC (C-909. Class 150) Waterline, including Embedment by Open Cut $102.00 $ 205,530.00 $85.00 $ 171,275.00 2 390 L.F. Furnish and installS-inch PVC (C-909. Class 150) Waterline by other than Open Cut $167.00 $ 65,130.00 $250.00 $ 97,500.00 􀀭􀁾􀁜􀀠3 85 L.F. Furnish and Insta1l6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $98.00 $ 8,330.00 $78.00 $ 6,630.00 4 15 Ea. Furnish and Insta112-Inch Service Connection. including All Fittings at Water Main $780.00 $ 11,700.00 SI,SI,500.00 $ 22,500.00 5 18 Ea. Furnish and Install New Meter With Box and Service Connection $800.00 $ 14,400.00 SI,300.00 S 23,400.00 6 9 Ea. Furnish and InstaII 8-Inch Resilient Seated Gate Valve $780.00 $ 7,020.00 51,000.00 $ 9,000.00 7 7 Ea. Furnish and Install6-Inch Resilient Seated Gate Valve $595.00 $ 4,165.00 $900.00 $ 6,300.00 8 7 Ea. Furnish and Install Standard Fire Hydrant $2,380.00 $ 16,660.00 52,500.00 $ 17,500.00 9 160 L.F. Furnish and Install2-Inch Copper Waterline, including All Fittings by Open Cut $36.00 $ 5,760.00 $40.00 $ 6,400.00 10 5 Ea. For Cutting and Plugging Existing 8-Inch Waterline $970.00 $ 4,850.00 52,000.00 5 10,000.00 II 4 Ea. For Connecting to Existing 8-Inch Waterline $1,250.00 $ 5,000.00 S5,000.00 S 20,000.00 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings , For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC with 13 36 L.F. Embedment $2.00 $ 10,000.00 $71.00 $ 2,556.00 $3.00 $ 15,000.00 $125.00 $ 4,500.00 14 4 Ea. For Connecting to Existing 6-Inch Sanitary Sewer $755.00 $ 3,020.00 $500.00 5 2,000.00 15 600 S.Y. For Removing Existing 8-Inch Reinforced Concrete Pavement $22.00 $ 13,200.00 $5.00 $ 3,000.00 16 600 S.Y. For Furnishing and Placing to-Inch Reinforced Concrete Pavement $71.50 $ 42,900.00 $55.00 $ 33,000.00 17 325 S.Y. For Removing and Replacing Existing 8-Inch Reinforced Concrete Driveway $52.00 $ 16,900.00 $45.00 $ 14,625.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete $198.00 5 9.900.00 $145.00 $ 7,250.00 19 300 S.Y. For Removing an.d Replacing Existing 4-Inch Reinforce Concrete Walk, including ADA Ramps $62.00 5 18,600.00 $35.00 5 10,500.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asphalt Overlay $99.00 $ 14,850.00 $125.00 $ 18,750.00 J:\Addiwn\ 1999123\W31CTtinc Rcp\acancnt\specs\tCl:h\P&BS-2.x1s * Did Not Bid on Item No. 34 Page 3 oj 4 TABULATION OF BIDS BID OF BID OF Date: May 28, 2002 Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Moss Construction Co., Inc. • C-Con Services Marsh Lane Water Line Replacement CONSULTING ENGINEERS 3455 West F,M, 54' 11127 Shady Trail, #108 @rookhavenQub Drive to 􀁓􀁰􀀺􀁲􀁩􀁮􀁾􀀠Vaney Road) Dallas, Texas Wy1ie, Texas 15098 Dallas, Texas 75229 Item ApprOXlmate um' H •• No. Quantities Unit Description Price Extension Price Extension 21 150 LF, For Removing and Replacing 􀁅􀁾􀁩􀁳􀁴􀁩􀁮􀁧􀀠6-Ineh Monolithic Curb with Dowels 56,00 S 900.00 $40.00 $ 6,000.00 22 632 L.P. For Removing and Replacing Existing 6-mch Curb and Gutter 530,80 5 19,465.60 525.00 S 15,800.00 􀁾􀀳􀀠3,262 L.F. Full Dep," Saw Cu, $2.70 $ 8,807.40 55.00 $ 16,310.00 i 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod $4,100.00 $ 1,175.00 $24,000.00 $ 6,000.00 25 3 Ea. For Removing Existing Trees and Replace with 3-Im.:h Bradford Pear Trees $517.00 $ 1551.00 5800.00 $ 2,400.00 26 5 Ea. For Removing Existin.'t Fire Fire Hydrant $540,00 $ 2,700.00 $I,SOO.OO $ 7.500.00 , 27 1 L.S. Barricades. Signs and Traffic Handling 511,000.00 $ 11,000.00 515,000.00 $ 15,000.00 28 600 L.F. Temporary Sediment Control Fencing $2.75 $ 1,650.00 $3.00 $ 1,800.00 29 2,486 L.F. Furnish and Install Trench Safety System $0.50 S 1,243.00 51.00 $ 2,486.00 30 1 L.S. Furnish Trench Safety Plan $330.00 $ 330.00 $1,000.00 $ 1,000.00 31 5 Ea. Abandon Existing Valve on Main 􀀸􀁾􀁴􀁮􀁣􀁨􀀠Unc in Pla.ce, including Pavement Replacement $1,085.00 $ 5,425.00 5250.00 $ 1,250.00 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads, including Solid Sod Restoration $400.00 $ 2,000.00 $150.00 $ 750.00 .13 I Ea. furnishing and Installing 2-Incb Air and Vacuum Valve Assembly. includiM 2·Inch Gate Valve 53,550.00 $ 3,550.00 $5,000.00 $ 5,Qoo.00 • For Irrigation Repairs or Replacement Caused by Construction Activities. complete in place by a 34 1 L.S. Licensed hrigator 526,400.00 $ 26,400.00 No Bid $ -fA) AMOUNT BID (Items 1 Throuoh 34) S 566,668.00 $ 530426.00 Total ofTime Bid in Calendar Days: 120 85 (8) TOTAL OF CALENDAR DAYS X 51,000.00 -$ 120,000.00 $ 85,000,00 BASIS FOR COl\ ;': " .:-: .. 'J< 􀀧􀁾􀀨􀀧􀀠.:' TABULATION OF BIDS BID OF BID OF BID OF BID OF i Date: 􀁍􀀮􀁾28, 2002 Project! TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.t.P. Rycon. Inc. John Bums Canst. Co. orTexas Maslcc North America Texas Sterling Construction, LP, 􀁍􀁡􀁾􀁾..Lane Water Une ReElllcement CONSULTING ENGINEERS 13221 Bee Street P. 0, Box 1117 4747 JITing Blvd, #221 2100 N, Hwy, 360. #106A (Brookhaven Club Drive to SennG VOlney Road) Dallas, Texas Farmers Branen, Texas 75234 Lewisville, Texas 75067 Dallas. Texas 75247 Grand Prairie. Texas 75050 nem ApprO!Omate U..tBid Unit Bid I Gmt Bla I II Umt Bid I INo. Quantities Unit Deseriotion Price Exte Price Extension Price Extension Price Extension I I 2,015 L,F, Furnish and Instali 8-Inch PVC (C-909. C1ass 150) Waterline. 􀁩􀁮􀁣􀁬􀁵􀁤􀁩􀁮􀁾􀀠Embedment by OPen Cut 536,00 S 72.540,00 $60,00 $ 120.900,00 550,00 $ 100.750.00 I 569.00 S 179,)35.00 I 2 390 L.F. Furnish and lnstall8-Inch PVC 􀀨􀁃􀁾􀀹􀀰􀀹􀀮􀀠Class 150) Waterline by other than Open Cut 549.00 $ 19,1I0.00 SI22.00 $ 47,580.00 $100.00 $ 39.000.00 $100,00 $ 39.000.00 , : . 85 L.F. Furnish and hlsta116-Inc:h PVC 􀀨􀁃􀁾􀀹􀀰􀀹􀀮􀀠Class 150) Waterline, including Embedment by Open Cut $38,00 $ 3,230.00 535.50 S 3.017.50 532.00 $ 2.720,00 590,00 S 1,650.00 ! , 4 15 Ea. Furnish and Insra112-lneh Service Connection. including All Fittings at Water Main SI,200.00 S 18,000.00 $420.00 S 6,300.00 52,125.00 S 31,875.00 SI,OOO.OO 5 15.000.00 : , 5 18 Ea. Furnish and lnstal1 New Meter With Box and Service Connection $450.00 S 8.100.00 5725.00 $ 13,050.00 $2.125.00 $ 38.250,00 $425.00 $ 7,650.00 6 9 Ea. Furnish and Install 8-Inch Resilient Seared Gate Valve $725.00 $ 6,525.00 . 5785,00 S 7,065,00 $800.00 S 7,200.00 I 51.300.00 5 11,700.00 7 1 Ea. Furnish and Install 6-1n<::h Resilient Seated Gate Valve : 5600.00 S 4,200.00 i 5581.00 $ 4.067.00 5575.00 S 4,025.00 $850,00 S 5,950.00 8 7 Ea. Furnish and Install Standard Fire Hydrant SI,775.00 S 12,425.00 51,500.00 S 10,500.00 $1,850.00 5 12.950.00 I 53.200.00 S 22.400,00 : I 9 160 LF. Furnish and Install 2-lnch Coover Waterline, including All Fittings by Ooen Cut $20.00 S 3,200.00 517.00 S 2,720.00 . S25,00 S 4,000.00 5118.00 5 18.880.00 lO 5 Ea. For Cutting and Plugging Existing 􀀸􀁾􀀱􀁮􀁣􀁨􀀠Waterline S850.00 S 4,250.00 , 5450.00 $ 2.250,00 5500.00 $ 2.500.00 $1.300.00 5 6,500.00 11 4 Ea. For Connecting to Existing 8-Ineh Waterline 51,650.00 S 6,600.00 51,225,00 5 4,900.00 SI,500,00 S 6,000,00 $1,300.00 S 5,200.00 12 5.000 Lb,. Furnishing and 􀁉􀁮􀁳􀁴􀁡􀁮􀁩􀁮􀁾􀀠Ductile Iron Fittings $1.00 S 5.000.00 51.00 $ 5.000.00 52.75 5 13,750.00 : 52.00 5 10,000.00 For Removing Existing 6-fucb Sanitary Sewer and Replacing with 􀀶􀁾􀁬􀁮􀁣􀁨􀀠ASTM 2241 PVC with d 36 L.F. Embedment 515.00 $ 2,100.00 5200.00 $ 7.200.00 575.00 S 2.700.00 578.00 5 2,808,00 14 4 Ea. For Connecting; to Existing 􀀶􀁾􀁬􀁮􀁣􀁨􀀠Sanitary Sewer 5800.00 S 3,200.00 5200.00 S 800.00 51.500.00 $ 6,000.00 i $350.00 5 1,400.00 15 600 S.Y. For Removing Existing 􀀸􀁾􀁉􀁮􀁣􀁨􀀠Reinforced Concrete Pavement SIO.OO $ 6,000,00 57.25 5 4.350,00 510.00 5 6.000.00 $25,00 S 15.000.00 16 600 S,Y. For Furnishing and Placing tO-fuch Reinforced Concrete Pavement $40.00 S 24.000.00 S57.75 S 34,650,00 569,00 5 41.400.00 S56,00 S 33,600.00 17 325 S,Y. For Removing and Replacing Existing 8-Inch Reinforced Concrete Driveway $33.00 S 10.725.00 $29.50 $ 9.587.50 S72.00 S 23,400.00 575.00 $ 24.375.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete $75.00 S 3.750,00 S81.50 $ 4.125.00 $100,00 $ 5,000.00 $35.00 5 1,750,00 19 300 S.Y. For Removinll:.llnd Reolacin2; Existin2 􀀴􀁾􀁉􀁮􀁣􀁨􀀠Reinforce Concrete Walk, including ADA Ramus 535.00 S 10,500.00 $31.90 S 9.570.00 $40,00 S 12.000.00 II S59.00 5 17,700.00 20 150 Ton Furnishing and Placing 1 􀁾􀁬􀁮􀁣􀀺􀁨􀀠Hot Mix Asphalt Overlay $61.00 S 9.150.00 577.40 $ 11.610,00 5100.00 S 15.000.00 575.00 5 11,250.00 • Did Not Bid on Item No. 34 Page i of 4 TABULATION OF BIDS BID OF BID OF BID OF BID OF Date: May 28,2002 Project: TOWN OF ADDISON, TEXA$ BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Rycon, Ine. John Bums Const. Co. of Texas Maslec North America Texas Sterling Construction, L.P. Marsh lane Water Line Replacement CONSULTING ENGINEERS 13221 Bee Street P.O.Box 1117 4747 Irving Blvd., #221 2100 N. Hwy. 360, #106A (Brookhaven Club Drive to 􀁓􀁰􀁲􀁩􀁮􀁾􀀠VaHey Road) Dallas, Texas Farmers Branch, Texas 75234 Lewisville, Texas 75067 Dallas, Texas 75247 Grand Prairie, Texas 75050 item Approximate I Umt Hid I II UmtBld I II OmtBld I II Omt Bid I INo. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension 21 150 L.F. For Removing and Replacing Existing 6-Inch Monolithic Curb with Dowels $9.00 $ 1,350.00 54.00 $ 600.00 $54.00 $ 8,100.00 $4.00 $ 600.00 22 632 L.F. For Removing and Replacing Existing 6-Inch Curb and Gutter $15.00 $ 9,480.00 $13.25 $ 8,374.00 $15.00 $ 9,480.00 $30.00 $ 18,960.00 3,262 L.F. Full Depth Saw Cut S4.00 $ 13,Q48.00 SI.50 $ 4,893.00 $2.00 S 6,524.00 $2.00 $ 6,524.00 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sad S22,OOO.00 $ 5,500.00 SI5,OOO.00 $ 3,750.00 $15,000.00 $ 3,750.00 $15,000.00 $ 3,750.00 25 3 Ea. For Removing Existing Trees and Replace with 3-Inch Bradford Pear Trces $700.00 $ 2,100.00 S990.00 S 2,970.00 $500.00 $ 1,500.00 S350.00 $ 1,050.00 26 5 Ea. For Removing Existing Fire Hydrant $650.00 $ 3,250.00 $285.00 $ 1,425.00 $250.00 S 1,250.00 $200.00 $ 1,000.00 27 I L.S. Barricades, Signs and Traffic Handling $4,500.00 $ 4,500.00 $15,000.00 $ 15,000.00 $7,230.00 $ 7,230.00 $18,200.00 $ 18,200.00 28 600 L.F. Temporary Sediment Control Fencing $4.00 $ 2,400.00 $1.60 $ 960.00 $1.80 $ 1,080.00 $3.00 5 1,800.00 29 2,486 L.F. Furnish and Install Trench Safety System $7.00 $ 17,402.00 $1.00 $ 2,486.00 $1.00 $ 2,486.00 SI.OO $ 2,486.00 30 I L.S. Furnish Trench Safety Plan $10,000.00 $ 10,000.00 $500.00 $ 500.00 $600.00 $ 600.00 $600.00 $ 600.00 31 5 Ea. Abandon Existing Valve on Main 8-Inch Line in Place, including Pavement Replacement $125.00 S 625.00 $225.00 $ 1,125.00 $100.00 $ 500.00 $500.00 $ 2,500.00 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads, including Solid Sod Restoration $310.00 $ 1,550.00 $95.00 $ 475.00 $100.00 $ 500.00 $500.00 $ 2,500.00 , I Ea. Furnishing and Installing 2-Inch Air and Vacuum Valve Assembly, including 2-Inch Gale Valve $2,000.00 S 2,000.00 51,600.00 $ 1,600.00 $1,785.00 $ 1,785.00 $1,800.00 S 1,800.00 For Irrigation Repairs or Replacement Caused by Construction Aetivities, eomplete in place by a 34 I L.S. Licensed Irrigator $5,000.00 $ 5,000.00 $21,000.00 $ 21,000.00 $3,500.00 $ 3,500.00 $17,000.00 $ 17,000.00 (A) AMOUNT BID (Items I Thcough 34) $ 311410.00 $ 374400.00 $ 422.805.00 $ 515.918.00 TO[a1 of Time Bid in Calendar Days: 90 70 120 120 (B) TOTAL OF CALENDAR DAY$ X 51,000.00 = $ 90,000.00 $ 70,000.00 $ 120,000.00 $ 120,000.00 BASIS FOR COMPARI$ON OF BID$: (A) + (B) = TOTAL BID: $ 401,410.00 $ 444,400.00 $ 542,805.00 $ 635,918.00 J-\Addison\ 1999123\Waterlino: RepLlcement\spo:cs\tech\P&BS_2.:ds * Did Not Bid on Item No. 34 Page20J 4 TABULATION OF BIDS Date: May 28, 2002 BID OF BID OF Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Marsh Lane Water Line Replacement CONSULTING ENGINEERS (Brookhaven Club Drive to 􀁓􀁾􀁲􀁩􀁮􀁧􀀠Valley Road) Dallas, Texas Moss Construction Co., Inc. 3455 West F.M. 544 Wylie. Texas 75098 * C-Con Services 11127 Shady Trail, #108 Dallas, Texas 75229 Hem Approximate No. Quantities Unit Description Uno' Hid IPrice Extension Umt Bid I IPrice Extension I 2,015 L.F. Furnish and InstallS-inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $102.00 $ 205,530.00 $85.00 $ 171,275.00 2 390 L.F. Furnish and installS-Inch PVC (C-909, Class 150) Waterline by other than Open Cut $167.00 $ 65,130.00 $250.00 $ 97,500.00 .3 85 L.F. Furnish and Insta116-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $98.00 $ 8,330.00 578.00 $ 6,630.00 4 15 Ea. Furnish and lnstall2-lnch Service Connection, including All Fittings at Water Main $780.00 $ 11,700.00 51,500.00 $ 22,500.00 22,500.00 5 18 Ea. Furnish and Install New Meter With Box and Service Connection $800.00 $ 14,400.00 SI,300.00 $ 23,400.00 6 9 Ea. Furnish and Install 8-lnch Resilient Seated Gate Valve $780.00 $ 7,020.00 $1,000.00 $ 9,000.00 7 7 Ea. Furnish and Install6-Inch Resilient Seated Gate Valve $595.00 $ 4,165.00 5900.00 $ 6,300.00 8 7 Ea. Furnish and Install Standard Fire Hydrant 52,380.00 $ 16,660.00 $2,500.00 $ 17,500.00 9 160 L.F. Furnish and Install 2-Inch Copper Waterline, including All Fittings by Doen Cut $36.00 $ 5,760.00 $40.00 $ 6,400.00 10 5 Ea. For Cutting and Plugging Existing 8-Inch Waterline $970.00 $ 4,850.00 52,000.00 $ 10,000.00 II 4 Ea. For Connecting to Existing 8-Inch Waterline $1,250.00 $ 5,000.00 55,000.00 $ 20,000.00 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings For Removing Existing 6-Inch Sanitary Sewer and Replaeing wilh 6-lnch ASThf 2241 PVC with .3 36 L.F. Embedment $2.00 $ 10,000.00 $71.00 $ 2,556.00 $3.00 $ 15,000.00 $125.00 $ 4,500.00 14 4 Ea. For Connecting 10 Existing 6-lnch Sanitary Sewer $755.00 $ 3,020.00 $500.00 $ 2,000.00 15 600 S.Y. For Removing Existing 8-Inch Reinforced Concrete Pavement $22.00 $ 13,200.00 $5.00 $ 3,000.00 16 600 S.Y. For Furnishing and Placing IO-Inch Reinforeed Concrete Pavement $71.50 $ 42,900.00 $55.00 $ 33,000.00 17 325 S.Y. For Removing and Replacing 􀁅􀁸􀁩􀁳􀁴􀁩􀁮􀁾􀀠8-Inch Reinforced Concrete Driveway 552.00 $ 16,900.00 $45.00 $ 14,625.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete $198.00 $ 9,900.00 5145.00 $ 7,250.00 19 300 S.Y. For Removing and Replacing Existing 4-Inch Reinforce Concrete Walk, including ADA Ramps $62.00 $ 18,600.00 $35.00 $ 10,500.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asphalt Overlay $99.00 $ 14,850.00 S125.00 $ 18,750.00 l;\AddUon\ 1999123\ Waterline Repl3canenl\s]xes\tech\P&BS_2.x1s • Did Not Bid on Item No. 34 Page 3 oj 4 TABULATION OF BIDS BID OF BID OF Date: May2S,2002 Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Moss Construction Co., Inc. • C-Con Services Marsh Lane Water Line Replacement CONSULTING ENGINEERS 3455 West P.M. 544 11127 Shady Trail, #108 mrookhaven Club Drive to Spring Valley Road) Dallas, Texas Wylie, Texas 75098 Dallas, Texas 75229 Item ApprOXimate un,t n'u Unot H •• N•• 􀁑􀁴􀁬􀁡􀁮􀁴􀁩􀁴􀁩􀁾􀀠Unit Descriotion Price Extension Price Extenston 21 150 LF. For Removine: and Reolacin2 Existin1! 6-Inch Monolithic Curb with Dowels S6.00 $ 900.00 $40.00 $ 6,000.00 22 632 LF. For Removing and Replacing Existing 6-Inch Curb and Guttet $30.80 5 19,465.60 $25.00 $ 15,800.00 23 3,262 LF FuJI Depth Saw Cut $2.70 $ 8,807.40 85.00 $ 16,310.00 l ; 24 0.25 Ac. furnish. Place Maintain and Establish So1id Sod $4,700.00 S \,175.00 $24,000.00 S 6,000.00 25 3 Ea. For Removin£ Existin2 Trees and Renlace with 3-Inch Bradford Pear Trees SS17.00 $ 1,551.00 5800.00 S 2,400.00 26 5 Ea. For Removing Existing Fire Hydrant 5540.00 $ 2,700.00 51,500.00 S 7,500.00 27 I LS. Barricades. Signs and Traffic Handling $\1,000.00 $ 11,000.00 515,000.00 $ 15,000.00 28 600 L.F. Temporary Sediment Control Fencing: $2.75 $ \,650.00 53.00 $ 1,800.00 29 2,486 LF. Furnish and Install Trench Safety System SO.50 $ 1,243.00 S[.OO $ 2,486.00 30 I L.S. Furnish Trench Safety Plan $330.00 S 330.00 $1,000.00 S 1,000.00 31 5 Ea. Abandon Existing Valve on Main 8-Ineh Line in Place, including Pavement Replacement $1,085.00 $ 5,425.00 5250,00 S 1,250.00 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads, im::\udinSl: Solid Sod Restoration $400.00 $ 2,000.00 $150.00 $ 750.00 33 I Ea. Fumishina and lnstalline 􀀲􀁾􀁉􀁮􀁣􀁨􀀠Air and Vacuum Valve Assembly, including 􀀲􀁾􀁬􀁮􀁣􀁨􀀠Gate Valve 53,550.00 $ 3,550.00 55,000.00 $ 5,000.00 For lnigation Repairs or Replacement Caused byConst:ruction Activities, complete in place by a 34 I L.5. Licensed Irrigator 526,400.00 S 26,400.00 No Bid $ -(AI AMOllNT BID mems 1 Thr.u.h 341 $ 566,668.00 $ 580,426.00 Total ofTime Bid in Caiendal" Days: 120 85 (H) TOTAL OF CALENDAR DAYS X 5\,000.00 -S 120,000.00 $ 85,000.00 I BASIS FOR COMPARISON OF BIDS; IAl ... (Ill -TOTAL BID; $ 686.668.00 $ 665.426.00 • Did Not Bid on Item No. 34 Page 4 of 4 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) (8) (A) + (8) Amount Bid Calendar Calendar Total Contractor (!terns 1 thru 34) Days Bid Days x $1,000 Amount of Bid 1. Rycon, Inc. 13221 Bee Street Farmers Branch, Texas 75234 2. John Burns Const. Co. ofTexas P. O. Box 1117 Lewisville, Texas 7S067 3. Mastec North America 4747 Irving Blvd., #221 Dallas, Texas 7S247 4. Texas Sterling Construction, L.P. 2100 N. Hwy. 360, #106A Grand Prairie, Texas 7S0S0 S. 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 $ 90,000.00 $ 401,410.00 $ 374,400.00 70 $ 70,000.00 $ 444,400.00 $ 422,80S.00 120 $ 120,000.00 $ 542,805.00 $ 5IS,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 * Marsh Lane Water Line Replacement Brookhaven Club Dr to Spring Valley Rd BID NO 02·30 Bid Opening: May 28, 2002 10:00 AM BIDDER Q w z 􀁾􀀠" c & 􀁾􀀠(A) Total of f7,' Standard 'Y-34 ,,",..calendar days (BI Total Calendar days x$1000 Total Bid A + B ,... " 􀁾􀀠... " 􀁾􀀠C') " 􀁾􀀠ot " ""-___ __ __ To.tC''2...'''f,dc{d; So'1 I 􀀭􀀭􀀭􀀭􀀭􀁩􀀱􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭� �􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭..􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁉􀀭􀁉􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭-----------+1-------------------------------..---------------------------------------------------􀁾􀀭 􀀭􀀭􀀭􀀭􀀭􀀭􀁦􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭---------------------􀀭􀀭􀀭􀀭􀀭􀁉􀁬􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭----------------------􀀭􀀭􀀭􀀭􀁾􀀭---------II 􀀭􀀭􀁾􀀭􀀭􀀧􀁉􀀭, ------------i-Ii I 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 thru 34) DaIS Bid DaIS x $1,000 Amount or Bid I. Rycon, Inc. 13221 Bee Street Fanners Branch, Texas 75234 2. John Burns Cons!. Co. ofTexas P. O. Box 1117 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 Bid on Item No. 34 $ 311,410.00 90 $ 374,400.00 70 $ 422,805.00 120 $ 515,918.00 120 $ 566,668.00 120 $ 580,426.00 * 85 $ 90,000.00 $ 70,000.00 $ 120,000.00 $ 120,000.00 $ 120,000.00 $ 85,000.00 $ $ $ $ $ $ 401,410.00 444,400.00 542,805.00 635,918.00 686,668.00 665,426.00 • 1:\Addison\99123\Waterfine Replaoemenrupecs\tech\Pba-2 City ofPlano City of Mesquite City of Hurst City of Wylie City ofParker Had no problems with Rycon, had some problems with BCI in the past BCI went bankrupt on one of there projects, Rycon was hired by Surety company to finish, but was kicked offjob Had a very positive experience with Rycon, commented on the speed ofthere work, and there good public relations Had no problems with Rycon Rejected Rycon's bid due to inadequate resources TABULATION OF BIDS BID OF Date: May 28, 2002 Proj«t: TOWN OF ADDISON, TEXAS BIRKHOFF. HENDRlCKS & CONWAY, L.L.P. Rycon.lnc. Marsh lane Water Une Reelacement CONSULTING ENGINEERS 13221 Bee SlTee' (Brookhaven Club Drive to Spring Valley Road) Dallas, Texas Fanners Branch. Texas 75234 􀀭􀀭􀀭􀀭􀁕􀁾􀂷􀁩􀁴..Bld I Item IApprOXlmate I I I I IINo, Quantities Unit Descri{!tion Price Extension I 2,015 L.F. Furnish and 􀁉􀁮􀁾􀁾􀀡􀀱􀀸􀀭􀁬􀁮􀁣􀁨􀀠PVC (C-909, Class 150) Waterline, includinJ!; Embedment by ODen Cut 536.00 $ 72,540.00 I 2 390 L.F. Furnish and Install 8-lnch PVC (C-909, Class 150) Wa.terline by other than O?en Cut S4MO S 19,110,00 3 85 L.F. Furnish and InstaU 6-Ineh PVC (C-909, Class 150) Waterline, including Embedment by Open Cut 538.00 $ 3,230.00 4 15 Ea. Furnish and 􀁉􀁮􀁳􀁴􀁡􀁾􀁟􀁾__􀁾􀁟􀁾􀁾􀁾􀀮􀁾__􀁾􀁾􀁣􀁥Connection, including All Fittings at Water Main SI,200.00 5 18,000.00 5 18 Ea. Furnish and Install New Meter With Box and Service Connection $450,00 $ 8,100.00 6 9 Ea. rumish and Install S-mch ResiUent Seated Gate Valve $725.00 $ 6,525.00 7 7 Ea. Furnish and 􀁲􀁮􀁳􀁴􀁡􀀱􀁬􀀶􀁾􀁬􀁮􀁣􀁨􀀠Resilient Seated Gate Valve 5600.00 $ 4,200.00 8 7 Ea. Furnish and lnstal! ..Standard Fire Hydrant 51,775.00 5 12,425.00 9 160 LF. Furnish and Install 2-lnch CODoer Walerline. including All Fittings by Open 􀁃􀁾􀁾____ $20.00 S J.200.00 10 5 Ea. For Cutting and Plugging Existing 􀀸􀁾􀁉􀁮􀁣􀁨􀀠Waterline S850.00 S 4,250.00 II 4 Ea. F(lr Connecting to Existing 􀀸􀁾􀁲􀁭􀀻􀀺􀁨􀀠Waterline $1,650.00 $ 6,600,00 12 5,000 lhs. Furnishing and Installing Ductile Iron fjttines SLOO $ 5,000.00 For Removing Existing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Sanitary Se\\ler and Replacing with 6-Inch ASTM 2241 PVC with 13 36 L.F. Embedment 575.00 5 2,700.00 14 4 Ea. For Connecting to ExIsting 􀀶􀁾􀁬􀁮􀁣􀁢􀀠Sanitary Sewer 5800.00 $ 3,200.00 I 15 600 S,Y. For Removing Existing 􀀸􀁾􀁉􀁮􀁣􀁨􀀠Reinforced Concrete Pavement $10.00 5 6,000.00 16 600 SX For Furnishing and 􀁐􀁬􀁡􀁣􀁩􀁮􀁾􀀠10-Inch Reinforced Concrete Pavement $40.00 S 24,000.00 17 325 g,y. For Removing and Replacing Existing 8-Inch Reinforced Concrete 􀁄􀁲􀁩􀁶􀁥􀁷􀁡􀁾.. 533.00 $ 10,725.00 18 50 Ton For Removing and RC::Jlacing Existing Hot Mix Asphaltic Concrete $75.00 $ 3,750.00 II 19 300 S.Y. For RemovinS!: and Re-ptachlg Existing 􀀴􀁾􀁬􀁮􀁣􀁨􀀠Reinforce Concrete Walk, including ADA Ramps 535.00 S 10,500,00 20 150 Ton Furnishing and Placing l-Inch Hot Mix Asphalt Oveday 561.00 $ 9, 1 SO.OO BID OF BID Of John Bums Const. Co. of Tex2s Mastec North America P. O. Box 1117 4747 Irving Blvd., #221 LewisvUle. Tcxas 75067 Dallas, Texas 75247 Omt Bld I Unit Bid IPrice Extension Perce Extension $60.00 $ 120,900.00 550.00 S 100,750.00 $122.00 $ 47,580.00 $100.00 $ 39,000.00 $35.50 $ ],017.50 $32.00 $ 2,720.00 $420.00 $ 6,300.00 52,125.00 S 31,875.00 $725.00 $ 13,050.00 52,125.00 5 38,250.00 $785.00 $ 7,065,00 5800.00 S 7,200.00 5581.00 $ 4,067.00 5575.00 5 4,025.00 51,500.00 S 10,500.00 51,850.00 $ 12,950.00 $17.00 $ 2,720.00 $25.00 S 4,000.00 $450.00 S 2,250.00 $500.00 S 2,500,00 51,225.00 S 4,900.00 51,500.00 $ 6,000.00 $$1.00 $ 5,000.00 $2.75 $ 13,750.00 5200.00 $ 7,200.00 $75.00 $ 2.700.00 5200.00 $ 800.00 51,500.00 $ 6,000.00 57,25 S 4,350.00 SIO.OO $ 6,000,00 5S7.75 $ 34,650.00 569.00 $ 41,400,00 529,50 5 9,587.50 S72.00 $ 23,400,00 582,50 $ 4,12S.00 $100.00 $ 5,000.00 531!X) $ 9,570.00 $40.00 S 12,000.00 !\17M) I$ 11,610.00 5100.00 S 15,000.00 BID OF Texas Sterling Construction, LP. 2100 N. Hwy. 360, #106A Grand Prairie. Texas 75050 II UmtHld IPrice Extension 589.00 S 179,335.00 $100.00 $ 39,000.00 $90.00 S 7,6S0r $1,000.00 $ 15,000.00 5425.00 S 7,650,00 51,300.00 5 1l,700.00 5850.00 $ 5,950,00 $3,200.00 5 22,400.00 $118.00 S 18,880.00 $1,300.00 $ 6,500.00 SI,300.00 S 5,200.00 $2.00 $ 10,000.00 578.00 S 2,808.0(, S350.00 $ 1,400.00 $25.00 5 IS,OOO.OO S56.00 $ 33,600.00 $75.00 $ 24,375.00 $35,00 S 1,750.00 $59.00 5 17,700.00 575.00 $ 1l,250.00 I , :', • Did Not Bid on Item No, 34 Page I of 4 TABULATION OF BIDS BID OF BID OF BID OF BID OF Date: May 28, 2002 Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Rycon, Inc. John Burns Canst. Co. of Texas Masrec North America Texas Sterling Construction, L.P. Marsh Lane Water Line Reeiaeemenl CONSULTING ENGINEERS 13221 Bee Street P.O.Box 1117 4747 Irving Blvd., #221 2100 N. Hwy. 360, #106A (Brookhaven Club Drive to Spring Valley Road) Dallas, Texas Fanners Braneh, Texas 75234 Lewisville, Texas 75067 Dallas, Texas 75247 Grand Prairie, Texas 75050 Item Approximate I Umt Bid I II Umt Bla I II Umt Bid I II Umt Bid I INo. Quantities Unit Description Price Extension Price Extension Price Extension Price Extension 21 150 L.F. For 􀁒􀁥􀁭􀁯􀁶􀁩􀁮􀁾􀁡􀁮􀁤􀀠Replacing Existing 6-Inch Monolithic Curb with Dowels $9.00 S 1,350.00 $4.00 $ 600.00 $54.00 $ 8,100.00 $4.00 $ 600.00 22 632 L.F. For Removing and Replacing Existing 6·Inch Curb and Gutter S15.00 $ 9,480.00 513.25 $ 8,374.00 $15.00 $ 9,480.00 $30.00 $ 18,960.00 23 3,262 L.F. full Depth Saw Cut $4.00 S 13,048.00 $1.50 $ 4,893.00 $2.00 $ 6,524.00 $2.00 S 6,524.r 24 0.25 Ac. Furnish, Place Maintain and Establish Solid Sod $22,000.00 5 5,500.00 SI5,OOO.00 $ 3,750.00 $15,000.00 $ 3,750.00 $15,000.00 $ 3,750.00 25 3 Ea. For Removing Existing Trees and Replace with 3-Inch Bradford Pear Trees $700.00 $ 2,100.00 $990.00 $ 2,970.00 $500.00 $ 1,500.00 $350.00 $ 1,050.00 26 5 Ea. For Removing Existing Fire Hydrant $650.00 S 3,250.00 $285.00 $ 1,425.00 $250.00 $ 1,250.00 $200.00 $ 1,000.00 27 1 L.S. Barricades, Signs and Traffic Handling $4,500.00 S 4,500.00 $15,000.00 $ 15,000.00 $7,230.00 $ 7,230.00 $18,200.00 S 18,200.00 28 600 L.F. Temporary Sediment Control Fencing 54.00 $ 2,400.00 $1.60 $ 960.00 $1.80 $ 1,080.00 S3.00 $ 1,800.00 29 2,486 L.F. Furnish and Install Trench Safety System $7.00 $ 17,402.00 $1.00 $ 2,486.00 $1.00 $ 2,486.00 $1.00 $ 2,486.00 30 1 L.S. Furnish Trench Safety Plan $10,000.00 $ 10,000.00 $500.00 5 500.00 $600.00 5 600.00 $600.00 S 600.00 31 5 Ea. Abandon Existing Valve on Main 8-8-lnch Line in Place, including Pavement Replacement $125.00 $ 625.00 $225.00 $ 1,125.00 $100.00 $ 500.00 $500.00 S 2,500.00 32 5 Ea. Abandon Existing Valve in Place on Fire Hydrant Leads, including Solid Sod Restoration $310.00 $ 1,550.00 $95.00 S 475.00 $100.00 $ 500.00 $500.00 $ 2,500.00 33 1 Ea. Furnishing and Installing 2-lneh Air and Vacuum Valve Assembly, including 2-Inch Gate Valve 52,000.00 S 2,000.00 SI,600.00 S 1,600.00 SI,785.00 S 1,785.00 $1,800.00 S I,SOO.O\... For Irrigation Repairs or Replacement Caused by Construction Aetivities. complete in place by a 34 1 L.S. Licensed Irrigator S5,OOO.00 $ 5,000.00 $21,000.00 $ 21,000.00 S3,500.00 $ 3,500.00 517,000.00 $ 17,000.00 (A) AMOUNT BID (Items 1 Throu2h 34) $ 311,410.00 $ 374400.00 $ 422,805.00 S 515,918.00 Total ofTime Bid in Calendar Days: 90 70 120 120 (8) TOTAL OF CALENDAR DAYS X SI,OOO.OO -$ 90,000.00 $ 70,000.00 $ 120,000.00 $ 120,000.00 BASIS FOR COMPARISON OF BIDS: (A) + fB) -TOTAL BID: S 401,410.00 $ 444400.00 S 542,805.00 $ 635.918.00 J:\Addison\I999I23\W.:uerline Repbcement\spees\tech\P&BS.2.xls • Did Not Bid on Item No. 34 Page 2 of 4 TABULATION OF BIDS Date: May 28, 2002 BID OF BID OF Project: TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRICKS & CONWAY, L.L.P. Marsh Lane Water Line R:Elacement CONSULTING ENGINEERS (Brookhaven Club Drive to Spring Valley Road) Dallas, Texas Moss Construction Co., Inc. 3455 West F.M. 544 Wylie, Texas 75098 * C-Con Services 11127 Shady Trail, #108 Dallas, Texas 75229 item ApprOXimate No. Quantities Unit Description URlt'M IPrice Extension Umt Bid I IPrice Extension I 2,015 L.F. Furnish and installS-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $\02.00 $ 205,530.00 $85.00 $ 171,275.00 2 390 L.F. Furnish and installS-Inch PVC (C-909, Class 150) Waterline by other than Open Cut $167.00 $ 65,130.00 S250.00 $ 97,500.00 3 85 L.F. Furnish and Install6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $98.00 $ 8,330.00 $78.00 $ 6,630.00 4 15 Ea. Furnish and Insta1l2-lnch Service Connection, including All Fittings at Water Main $780.00 $ 11,700.00 SI,500.00 $ 22,500.00 5 18 Ea. Ea. Furnish and Install New Meter With Box and Service Connection $800.00 $ 14,400.00 $1,300.00 $ 23,400.00 6 9 Ea. Furnish and Install8-Inch Resilient Seated Gate Valve $780.00 $ 7,020.00 $1,000.00 $ 9,000.00 7 7 Ea. Furnish and Install6-Inch Resilient Seated Gate Valve $595.00 $ 4,165.00 S900.00 $ 6,300.00 8 7 Ea. Furnish and Install Standard Fire Hydrant S2,380.00 $ 16,660.00 $2,500.00 $ 17,500.00 9 160 L.F. Furnish and lnstall2-Inch Copper Waterline, including All Fittings by ()Pen Cut S36.00 $ 5,760.00 $40.00 $ 6,400.00 !O 5 Ea. For Cutting and Plugging Existing 8-Inch Waterline $970.00 $ 4,850.00 S2,OOO.00 $ 10,000.00 \I 4 Ea. For Connecting to Existing 8-Inch Waterline SI,250.00 $ 5,000.00 S5,OOO.00 $ 20,000.00 12 5,000 Lbs. Furnishing and Installing Ductile Iron Fittings For Removing Existing 6-Inch Sanitary Sewer and Replacing with 6-Inch ASTM 2241 PVC with \3 36 L.F. Embedment $2.00 $ 10,000.00 $71.00 $ 2,556.00 $3.00 $ 15,000.00 $125.00 S 4,500.00 14 4 Ea. For Connecting to Existing 6-Inch Sanitary Sewer $755.00 $ 3,020.00 $500.00 S 2,000.00 15 600 S.Y. For Removing Existing 8-Inch Reinforced Concrete Pavement $22.00 $ 13,200.00 $5.00 $ 3,000.00 16 600 S.Y. For Furnishing and Placing IO-Inch Reinforced Concrete Pavement $71.50 $ 42,900.00 $55.00 $ 33,000.00 17 325 S.Y. For Removing and Replacing Existing 8-Inch Reinforced Concrete Driveway $52.00 $ 16,900.00 $45.00 S 14,625.00 18 50 Ton For Removing and Replacing Existing Hot Mix Asphaltic Concrete $198.00 $ 9,900.00 S145.OO $ 7,250.00 19 300 S.Y. For Removing and Replacing Existing 4-Inch Reinforce Concrete Walk, including ADA Ramps $62.00 $ 18,600.00 $35.00 S 10,500.00 20 150 Ton Furnishing and Placing I-Inch Hot Mix Asphalt Overlay $99.00 $ 14,850.00 $125.00 $ 18,750.00 !: * Did Not Bid on Item No. 34 Page 3 oj 4􀁊􀁾􀁖􀀮􀁤􀁤􀁩􀁳􀁯􀁮􀁜􀁬􀀹􀀹􀀹􀀱􀀲􀀱􀁜􀁗􀁡􀁴􀁡􀀭􀁬􀁩􀁮􀁾􀀠􀁒􀁥􀁰􀁬􀁾􀁉􀁜􀁳􀁰􀁥􀁣􀁳􀁜􀁩􀁥􀁣􀁨􀁜􀁐􀀦􀁂􀁓􀂷􀀲􀀮􀀺􀁤􀁳􀀠 I Project: TABULATION OF BIDS Date: 􀁍􀁡􀁾􀀲􀁓􀀬􀀲􀁯􀁯􀀲􀀠TOWN OF ADDISON, TEXAS BIRKHOFF, HENDRlCKS & CONWAY,I,..L.P. Marsh Lane Water Line R!!Elacement CONSULTING ENGINEERS @rookbavenClub Drive to 􀁓􀀲􀁲􀁩􀁮􀁾􀀠Valley Road) Dallas, Texas BID OF Moss Construction Co., Inc. 3455 West EM. 544 Wylie, Texas 75098 BID OF • C-Con Services 11127 Shady Trail, #IOS Dallas. Texas 75229 Item No. Approximate Quantities Unlt Descriotion \J"'t ,,,a Price IIExtension GOIt Bid IPrice Extension 21 ISO LF. For Removinsz and Renlacimt Existin$t 5-Inch Monolithic Curb with Dowels $6.00 $ 900.00 $40.00 $ 6,000.00 22 632 LF. For Removine and Replacing Existing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Curb and Gutter $30.80 $ 19,465.60 $25.00 $ 15,800.00 23 3,262 I,..F. Full Depth Saw Cut $2.70 $ 8,807.40 $5.00 $ 16,310.00 24 0.25 Ao. Furnish. Place Maintain and Establish Solid Sod $4,700.00 $ 1,175.00 524,000.00 $ 6,000.00 25 3 Ea. For Removing Existing Trees and Replace with 3-lnch Bradford Pear Trees $517.00 $ 1,551.00 $800.00 $ 2,400.00 26 5 Ea. For Removing Existing Fire Hydrant $540.00 $ 2,700.00 $1,500.00 $ 7,500.00 27 1 LS. Barricades, Signs and Traffic Handling $11,000.00 $ 11,000.00 SI5,000.00 $ 15,000.00 2S 600 L.P. Temporary Sediment Control Fencing 52.75 $ 1,650.00 53.00 $ 1,800.00 29 2,486 LF. Furnish and Install Trench Safety System $(}.!i0 $ 1,243.00 SLoo $ 2,486.00 30 I L.S. Furnish Trench Safety Plan 5330.00 $ 330.00 51,000.00 5 1,000.00 31 5 Ea. Abandon Existing Valve on Main B.-Inch Line in Place. including Pavement Replacement 51,085.00 $ 5,425.00 5250.00 $ 1,250.00 32 5 Ea. Abandon Existing Valve in Place On Fire Hydrant Leads, inc\uding Solid Sod Rcsloralion $400.00 $ 2,000.00 5150.00 $ 150.00 33 I Ea. Furnishing and lnstalling2-Ineh Air and Vacuum Valve Assembly. including 2-Inch Gate Valve 53,550.00 I$ 3550.00 $ $ 5 0nnnn 34 1 LS. For Irrigation Repairs or Replacement Caused by Construction Activities, complete in place by a Licensed Irrigator 526,400.00 $ 26,400.00 No Bid $ -(A) AMOUNT BID (Items I Through 34) $ 566 668.00 $ SSO 426.00 Total ofTime Bid in Catendar Days: 120 85 (]I) TOTAL OF CALENDAR DAYS X $1,000.00 = $ 120,000.00 S 85,000.00 BASIS FOR COMPARISON OF BIDS: (A) + (]I) -TOTAL BID: $ 686.668,00 $ 665.426.00 I .. Did Not Bid on Item No, 34 Page 4 of 4 BID FORM __T:-u,..e",sd...a.."y-,-,:o:M=::a",-y-=2",8__ >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 de 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 5-6-2002 Addendum No.2 5-10-2002 Addendum No.3 5-13-2002 Addendum No.4 5-22-2002 Rycon, Inc. Contractor ·bed by and in acc ance Signed by: 􀀭􀁊􀀭􀁪􀁾􀀭􀀧􀀺􀀺􀀢􀀢􀀢􀀧􀀺􀀭􀀺􀀭􀀷􀀭􀀻􀀻􀀻􀀭􀀧􀀼􀀭􀀺􀀭􀀬􀀧􀀭􀀭􀀧􀀾􀀢􀀢􀀢􀁾􀂭Mark Herndon Signature: Title: _______􀁾􀁐􀁾􀁲􀁥􀁾􀁳􀀺􀀡􀀺􀁩􀁤􀀺􀀡􀀺􀁥􀁮􀀺􀀡􀀡􀀺􀀮􀀮􀁴_______ Seal and Auihorization (Ifa Corporation) 13221 Bee Street Address Farmers Branch, Dallas County, Texas City, County, State and Zip 75234 (972) 484-0968 Telephone (972) 484-8974 Fax No. B-Mail Address: TOWN OF ADDISON, TEXAS Marsh Lane Water Line Replacement (Brookhaven Club Drive to Spring VaDey 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. Description and Price in Words Furnish and Install 8-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 Furnish and Install 6-Inch PVC (C-909, Class 150) Waterline, including Embedment by Open Cut $ complete in place, the sum of Thirty-Eight Dollars and No Cents per Linear Foot Furnish and Install2-Inch Service Connection, 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 Connection $ complete in place, the sum of Four Hundred Fifty Dollars and No Cents per Each PF-3 Price in Extended IFigures AmOlUlt 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 Furnish and Install g-Inch Resilient Seated Gate 6 9 Ea. Valve $ 725.00 $ 6,525.00 complete in place, the sum of Seven Hundred Twenty-Five Dollars and No Cents per Each Furnish and Install 6-Inch Resilient Seated Gate 7 7 Ea. Valve $ 600.00 $ 4,200.00 complete in place, the sum of Six Hundred Dollars and No Cents per Each 8 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 g-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 ASlM 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 IO-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 Dollars and No 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 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-mch Reinforce Concrete Walk, including ADA 19 300 S.Y. Ramps $ 35.00 $ 10,500.00 complete in place, the sum of Thirty-Five Dollars and No Cents per Square Yard Furnishing and Placing I-mch Hot Mix Asphalt 20 150 Ton Overlay $ 61.00 $ 9,150.00 complete in place, the sum of Sixty-One Dollars and No Cents per Ton For Removing and Replacing Existing 6-mch , 21 150 L.F. Monolithic Curb with Dowels $ 9.00 $ 1,350.00 complete in place, the sum of Nine Dollars and No Cents per Linear Foot For Removing and Replacing Existing 6-mch 22 632 L.F. Curb and Gutter $ 15.00 , $ 9,480.00 complete in place, the sum of I Fifteen 􀁄􀁾􀁬􀁉􀀮􀁲􀀮􀀠and No Cents per Linear Foot 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 Estimated Price in Extended I No. Quantity 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 Dollars and No Cents per Acre For Removing Existing Trees and Replace with 25 3 Ea. 3-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 complete in place, the sum of Six Hundred Fifty 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 L.F. Temporary Sediment Control Fencing $ 4.00 $ 2,400.00 complete in place, the sum of Four 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 and No Cents per Linear Foot PF-7 Item Estimated Price in Extended INo. Quantity Unit Description and Price in Words Figures Amount 30 I L.S. Furnish Trench Safety Plan $ 10,000.00 $ 10,000.00 complete in place, the sum of Ten Thousand Dollars and No Cents per Lump Sum Abandon Existing Valve on Main 8-Inch Line in 31 5 Ea. Place, including Pavement Replacement $ \25.00 $ 625.00 the sum of One Hundred Twenty-Five Dollars and No 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 I Ea. Valve $ 2,000.00 $ 2,000.00 the sum of Two Thousand Dollars and No Cents per Each For hrigation Repairs or Replacement Caused by Construction Activities, complete in place by a 34 1 L.S. Licensed hrigator $ 5,000.00 $ 5,000.00 the sum of Five Thousand Dollars and No Cents per Lump Sum AMOUNT BID (Items 1 Through 34) $ 311,410.00 J:\Addison\I999123\W:dcrlinc Rep!;w:anmt\specs\!cch\P&BS-2.xls 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 Huudred Eleven Thousaud, Four Hundred Ten Dollars audNo 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: 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 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 of Items (A) plus (B). Bidder's Tax I.D. No. or Employer No. 75·2940340 J:\Addison\ 1999] 23\ Waterline Rcpl3Co:m:!lt\spees\tcch\P& BS-2.xls PF-9 If BIDDER is: An Individual By (Seal) (Individual's Name) doing business as Business address: Phone No. A Partnership By (Seal) (Finn Name) (General Partner) doing business as Business address: Phone No. 􀁪􀀻􀁾􀁬􀁥􀁲􀁩􀁣􀁾􀁤􀁩􀁳􀁯􀁮􀁜􀁉􀀹􀀹􀀹􀀮􀁬􀁬􀁬􀀠rmrsh l:ine\w:uerline 􀁲􀁥􀁰􀁬􀀺􀁵􀀺􀁡􀁮􀁥􀁮􀁴􀁜􀁳􀀢􀁰􀁣􀁣􀁳􀁾􀁯􀁮􀁴􀁲􀀮􀁬􀁣􀁴􀁜􀁰􀁦􀀮􀀳􀀮􀁤􀁯􀁣􀀠PF-IO A Corporation By Rycon, Inc. (Corporation Name) Texas (State of Incorporation) By Mark Herndon (Name of Person Authorized to Sign) President (Title) (Corporate Seal) Attest (Secretary) Business address: 13221 Bee Street, Farmers Branch, Texas 75234 Phone No. (972) 484-0968 A Joint Venture By (Name) (Address) By (Name) (Address) (Each joint venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) j:\Cleric;l]\;ujdison\1999-1l1 nmsh l;mc\walerlinc n:placement\spees\corllr.lct\pr.J,doc PF-II SECTION CA CONTRACT AGREEMENT j:\clericalladdison\1999·123 =hbnc\walertine repbcrnltllt\specl\COlltl"ilCl\cll.l.doe CA-I AGREEMENT STATE OF TEXAS .. §. COUNTY OF DALI;AS § THIS AGREEMENT is made and entered into this 11'h day of June, 2002, by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Rycon, Inc., of the City of Farmers Branch, County ofDallas, State ofTexas, Party ofthe Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction ofcertain improvements as follows: Marsh Lane Water Line Replacement -From Brookhaven Club Drive to Spring Valley Road and all extra work in connection therewith, under the terms as stated in the General and Specific Conditions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the CONTRACTOR and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby· agrees to commence work within five· (5) calendar days after the date of written notice to do so shall have been given to him; ·to cOlilpIete·thework within Ninety (90) calendar days, after he . commences work, subject to such extensions oftime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR Three Hundred Eleven Thousand, Four Hundred· Ten Dollars and 00/100 ($311,410.00) in current funds for the performance of the Contract in accordance with the Proposal submitted thereof, subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. c:\!emp\ca-I.doc CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON, TEXAS (OWNER) ATTEST: By: 􀁒􀁥􀀭􀀭􀁷􀀧􀁌􀁑􀁾􀁾􀀠􀁃􀁾􀂥􀀲􀁁􀁎 By: Ron Whitehead, City Manager 􀁃􀁡􀁲􀁭􀁾ran, City Secretary AAiLBy: , L 􀀭􀀮􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀁾􀁾􀁾􀁾􀀭􀂭Mark Herndon, President The following to be executed .ifJhe CONTRACTOR is a corporation: I, JlfAJlK.. II. flWI/J1JYIJ certify that I am the secretary of the corporation named as CONTRACTOR herein; that Mark Herndon , who signed this Contract on behalf of the CONTRACTOR is the President (official title) of said corporation; that said Contract of its corporate powers. Signed: 􀁰􀁾􀀭􀀧􀀺􀀧􀀺􀁾􀀭􀁊􀀺􀀮􀀮􀀮􀀮􀀢􀀺􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀂭Corporate Seal By: was duly signed for and in behalf of said corporation by authority of its governing body, and is ithin the scope SECTION PrB PERFORMANCE BOND STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (penalty ofthis Bond must be 100% of Contract Amount) Bond Number B21860875 Kt'lOW ALL MEN BY THESE PRESENTS, That Rycon, Inc. (hereinafter called the Principal), as Principal, and GulfInsurance Company (hereinafter called the Surety), as Surety are held and frrmly bound unto the Town ofAddison (hereinafter called the Obligee), in the amount of Three Hundred Eleven Thousand, Four Hundred Ten and 00/100 _________________ Dollars ($ __-=-3.::.11""A-=.,:I:..:0..:.,:'0:. :,0__ ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, fmnly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 th day of June ,2002 to Marsh Lane Water Line Replacement From Brookhaven Club Drive to Spring Valley Road which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 2nd day of July ,2002. (Principal) By: Mark Herndon, President GulfInsurance Company 􀁂􀁹􀁾􀁵􀁲􀁥􀁴􀁹􀀩􀀠 Ala., C. Robinson (Attorney-m-Fact) SECTION PyB PAYMENT BOND STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (penalty of this Bond must be 100% of Contract Amount) KNOW ALL MEN BY THESE PRESENTS, That Rycon, Inc. (hereinafter called the Principal), as Principal, and ______G;::.u::;;l:;..f::Ins::uran==c:..:e:....C;::.o:..:m::pr:;an::::.:.cy_____ (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of TIlfee Hundred Eleven Thousand, Four Hundred Ten and 00/100 __________________ Dollars ($ __..::.3.:.;11'-'.,4.;..;1:...:0.:..:.0...:.0__ ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 11 th day of June ,2002 to Marsh Lane Water Line Replacement -From Brookhaven Club Drive to Spring Vaney Road which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Goverurnent Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations of said Chapter to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this 2nd day of July , 2002. By: 􀁇􀁕􀁬􀁦􀁉􀁮􀁳􀁾􀁵􀁲􀁡􀁮􀁣􀁥Co any , ./'.7 . ,(Surety) 􀁡􀁶􀁱􀁾􀀮􀁾􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀭􀀮􀀮􀀮􀀬􀀮􀀮􀀬􀀭􀀭􀀭􀀭􀀺􀀭􀀽􀀭􀀭􀀺Alan C. Robinson (Attomey-in-Fact) SECTION MB MAINTENANCE BOND SECTION MB MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS That _______..;;!v,;.;l;;;;ar;;.;k;;..H=em=d;.:o.:;n_______ as principal and Rycon, Inc. , a corporation organized under the laws of and GulfInsurance Company as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto the Town of Addison, a municipal corporation, chartered by virtue of a Special Act of Legislature of the State of Texas, as Addison, Dallas County, Texas, the sum of Three Hundred Eleven Thousand, Four Hundred Ten DoUars and 00/100 ($311,410.00) for the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said Rycon, Inc. has this day entered into a written contract with the said Town ofAddison to build and construct the Marsh Lane Water Line Replacement From Brookhaven Club Drive to Spring Vaney Road which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of startup, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and perform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the terms of the said provisions of said contract; NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but ifdefault shall be made by the said Contractor in the performance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive branches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shaH continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF, the said Rycon, fnc. has caused these presents tD be executed by 􀁟􀀭􀀭􀀮􀀡􀁍􀁾􀁡􀀮􀁲􀀺􀁬􀁲􀁫􀀰􀀺􀀺􀁾􀀡􀀹􀁳􀀺􀁬􀁬􀀮􀀺􀀮􀀮􀀡􀀺􀁐􀀡􀀺􀁲􀁥􀁾􀁳􀀺􀀡􀀺􀁩􀁤􀁾􀁥􀀺􀀡􀀺􀁮􀀡􀀡􀁴􀁟􀁟􀀠and the said has hereunto set his hand this the _--,2::.'_d__ day of ___-'-".:.L.-___ ' 20 02 SURETY PRINCIPAL I Mark Herndon, President 􀁾􀀠Attorney in Fact -Alan C. Robinson By: Surety Agency and Address NOTE: Date of Maintenance Bond must be same as date City acceptance. 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 organized 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 finance & Executive Committee of 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, such persons, firms, or corporations as may be selected from time to time; and any such Attorney-in-fact may be removed and the authority granted him revoked by the President, or any Executive Vice PreSident, or any Senior Vice PreSident, or by the Board of Oirectors 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-facl 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 attached," Gulf Insurance Company does hereby make, constitute and appoint Steven Thomas DebiMoon Alan Robinson Elvia Salazar its true and lamul attorney(s)-in-fact, 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 of 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 and/or 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 herein given, are hereby ratified and confirmed, The obligation of the Company shall not exceed five million (5,000,000) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any ollieer of the Company and its Corporate Seal to be hereto allixed, GULF INSURANCE COMPA!'lY STATE OF NEWYORK } ss L.uvreoee P. MinUerCOUNTY OF NEW YORK Exetutive Vi<:e President On Ihis lsi day 01 Oclober, AO 2001, belore me came lawrence P. Mlniler, known 10 me personally who being by me duly sworn, did depose and say: Ihal he resides in Ihe County of Bergen, Slale of New Jersey; thaI he is the ExecuHve Vice Presidenl 01 the Gulf Insurance Company, Ihe 􀁾􀁯􀁲􀁰􀁯􀁲􀁡􀁴􀁩􀁯􀁮􀀠described in and which execuled the above InSlrumenl; Ihat he knows Ihe seal of said 􀁾􀁯􀁲􀁰􀁯􀁲􀁡􀁬􀁩􀁯􀁮􀀻􀀠Ihallhe seal affixed 10 the said inslrumenls is such corporale seal; thai it was so affixed by order of Ihe Board 01 Directors of said corporation and thai he signed his name, Iherelo by like order. 􀁣􀁩􀁦􀁰􀁾􀀭􀀴􀁾􀀠ANGlE MAHA1UR-BEGAZO STATE OF NEWYORK } ss :."\lotnry 􀁐􀁵􀁢􀁬􀁩􀁾􀀠State of New York No. OIMA6019988COUNTY OF NEW YORK Qualified in King.o; County Commission Expires February 16,2003 I, the undersigned, Senior Vice President 01 the Gull Insurance Company, aConneClicul Corporation, DO HEREBY CERTIFY Ihallhe foregoing and aHached POWER OF ATTORNEY remains in lull force, Dated the 2nd dayof JulySIgned and SeaIed at the City of New York. George Biancardi Senior Vice President ,TeVlIN OF ADDISON PAYMENT AUTHORlzATION 'MEMO , .' C/a,im # 􀁣􀁨􀁥􀁣􀁫􀀻􀁙􀁾􀁾􀀻􀁦􀁾􀀻􀁴􀁾􀁁􀂷􀀣􀀿􀂷􀀠'DATE: . . .'. 􀀭􀁾􀀺􀀺􀁩􀁾􀁾􀁾􀁾􀁾􀂷􀀮􀀧􀀻􀁾􀁩􀀿􀀺􀀻􀀻􀀮􀀧􀁾􀀺􀀮􀀠".;'. ".:;'. : -􀀬􀁾􀀮􀀠􀁾􀀠:,-" :' " ',' , .' , , , 􀀧􀀧􀀧􀁾􀀻􀁽􀀻􀀮􀁲􀀺􀁴􀀼􀀠" , ',"Vendor No: ' ,'.. Vendor Name Address Address ,",' <.. " . " . Address ". , ." Zip Code .I TOTAL $' Gj?f/, 14' ',: .', ,. " ',: .' . " ,,' '::.,. .􀁾􀀠. Authorized Signature Finance BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Avenue, #220 naUas, Texas 75231 Fax (214) 361·0204 Phone (214) 361·7900 Town of Addison Date: July 31, 2002 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Steve Chutchian, P.E. Statement No. 99123A (420) Professional Services through June 30, 2002, in connection with Marsh Lane Waterline from Brookhaven Club Drive to Spring Valley Additional Services Engineer Engineer Engineer AutoCAD Tech I AutoCAD Tech II Word Processor Survey Survey Redesign Expense: Automobile Delivery Printing 2.5 Hrs. 17.5 Hrs. 4.0 Hrs. 4.5 Hrs. 17.5 Hrs. 17.5 Hrs. 2.0 Hrs. 2.0 Hrs. $ 44.09 20.35 258.13 $ 349.55 2,715.12 519.58 421. 35 1,302.89 1,142.87 134.23 82.98 $ 6,668.57 322.57 $ 6,991.14 ========== Total Contract Amount $59,390.00 Current Billing 6,991.14 Previous Billings 39,12&.&& Balance $13,269.9& · TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Address Address Claim # " ..' ',.' Address Zip Code TOTAL 44 ) 􀀷􀁾􀀬􀀠􀁾􀁯􀀠EXPlANATION ./1t11?.sfJ L./J.t-e: .. WA:£k 􀁒􀁥􀀭􀁰􀁃􀁁􀁃􀁃􀀧􀀺􀀺􀀺􀀺􀀽 􀀧􀁴􀁾􀀧􀀺􀀠. de-ltd, 􀁉􀀢􀀧􀀻􀀧􀁾[/yo/'peS? f(,... fA riP/so';;-·E-P.;:: fA Vcwq fi.e 􀁾􀀠Authorized Signature Finance BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Avenue, #220 Dallas, Texas 15231 Fax (214) 361-0204 Phone (214) 361-7900 Town of Addison Date: March 29, 2002 Post Office Box 9010 Addison, Texas 75001-9010 Attention: Mr. Mike Murphy Statement No. 99123A (204) Professional Services through February 24, 2002, in connection with Marsh Lane Waterline from Brookhaven Club Drive to Spring Valley Splitting Up of Plan Sheets $ 3,500.00 􀁾Ie: -k ==::::===== Prty! .s:::c tf-I/ff/'" 2. Total Contract Amount $41,720.00 Current Billing 3,500.00 Previous Billings 35,628.88 Balance $ 2,591.12 SECTION PF PROPOSAL FORM MONTHLY PAY ESTIMATE MARSH LN. WATER LINE REP. ADDISON TO: ____ESTIMATE NO: __ FROM: ____ 33 2"AIRNAC.ASSY.w 2"GATE VALVE EA 1 $2,000.00 0.00 $2,000.00 $0.00 34 IRRIGATION REPAIRS LS 1 $5,000.00 0.00 $5,000.00 $0.00 $0.00 PREVIOUS ESTIMATES EST#1 EST#2 EST#3 EST#4 EST#5 TOTAL PREVIOUS PAYMENTS RYCON INC 13221 BEE ST. FARMERS BRANCH TX.75234 PH#972.484.0968/FX#972.484.8974 DENNIS R GULLEY DATE $0.00 $311,410.00 $0.00 ORIGINAL CONTRACT AMOUNT AMOUNT OF WORK COMPLETED APPROVED CHANGE ORDERS $311,410.00 $0.00 $0.00 TOTAL COMPLETED TO DATE $0.00 LESS 5% RETAINAGE $0.00 AMOUNT PREVIUSL Y PAID $0.01' TOTAL AMOUNT DUE THIS ESTIMATE $0.0l> . Steve Chutchian To: Luke Jalbert Cc: Jim Pierce; Michael Murphy Subject: RE: marsh plan holders.xls Luke -be sure to fax copies of addendum # 1 and/or #2 to each of these companies if they did not get them. Also, follow-up tomorrow and verify that each one got addendum #3. At this point, we do not want to compromise the project any further. Please make sure that Birkhoff is up-to-date on the revised pre-bid meeting. Thanks. Steve C. -----Original Message----From: Luke Jalbert Sent: Monday, May 13, 2002 1:45 PM To: Steve Chutchian Subject: FW: marsh plan holders.xls ---Original Message----From: Luke Jalbert Sent: Monday, May 13, 2002 1:31 PM To: Bryan Langley; Michael Murphy; Jim Pierce Subject: marsh plan holders.xls here is a sheet with who did and who did not recieve the Addendum for marsh lane water replacement. 5113/02 TRANSMITTAL OF ADDENDUM ************************************************************************************** INSTRUCTIONS: Acknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE FORM BELOW FAXED TO (972) 450-7096 upon receipt. ************************************************************************************** Addendum Acknowledgment FAX to (972)450-7096 I Acknowledge the receipt of Addendum No. Town of: ADDISON, TEXA"'-S_______ Project Name: 02-30 Marsh Lane Water Line Replacement By Facsimile Transmission on this date: May 13, 2002 Contractor's Signature Company Name E-Mail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO TOWN OF ADDISON" (as verification that you received !hill Fax) 972-450-7096 Total Number ofFax Pages: 2 02·30 Marsh Lane Water Line Replacement Addendum No; Addendum 3 02-30 Marsh Lane Water Line Replacement 1. Bid Opening date and time has changed to Tuesday, May 28,2002 at 10:00 AM. Location ofbid opening has NOT changed from Finance Building, 5350 Beh Line Rd. No late bids will be accepted. 2. Pre Bid meeting has been scheduled for Tuesday, May 21, 2002 at 2:00 PM, Town of Addison Service Center 16801 Westgrove Dr, Addison, TX 75001. END OF ADDENDUM The undersigned bidder hereby certifies the Addendum No. 3 has been incorporated into the contract and if accepted becomes part of the contract. By:,_______________________ DATE:_____________ 02·30 Marsh Lane Water Line Replacement Addendum No3 TRANSMITTAL OF ADDENDUM ******************************************************************************* INSTRUCTIONS: Acknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE FORM BELOW FAXED TO (972) 450-7096 upon receipt. ******************************************************************************* Addendum Acknowledgment FAX to (972) 450-7096 I Acknowledge the receipt ofAddendum No. 2 Town of Addison, Texas Project Name: 02-30 Marsb Lane Water Line Replacement By Facsimile Transmission on this date: May 10, 2002 Contractor's Signature Company Name E-Mail Address: "PLEASE SIGN & FAX TmS PAGE BACK TO TOWN OF ADDISON" (as verification that you received this Fax) 972-450-7096 Total Number ofFax Pages: 3 TOWN OF ADDISON, TEXAS MARSH LANE WATER LINE REPLACEMENT ADDENDUM NO.2 May 10,2002 Plans and specifications for the Marsh Lane Water Line Replacement project, for the Town of Addison, Texas, on which bids are to be received until 2:00 p.m., Tuesday, May 14, 2002, are hereby modified as follows: I. Refer to the PROPOSAL FORM: A. Page PF-4, Item 10: Increase the quantity from 4 to 5. B. Page PF-5, Items 15 and 16: For clarification, the Contractor is to remove 8-inch pavement (Item IS) and replace it with I()..inch pavement (Item 16). C. Page PF-6, Item 19: Add the following: "including ADA Ramps". Increase the quantity to 300 square yards. D. Page PF-6, Item 20: Change the description to a one (I) inch overlay. E. Page PF-6, Item 21: Revise quantity to 150 linear feet. 2. Refer to the CONSTRUCTION PLANS: A. Cover Sheet: Change the word Brookheaver to Brookhaven. B. Sheet No. I: Extend the asphalt overlay in the parking lot to the east curb line of the parking lot. Change the thickness ofthe overlay to one (I) inch. C. Sheet No.2: I) Station 8+20 Profile: Extend air valve to surface to match standard air valve detail. 2) Station 6+65: Existing water meier shown to be relocated out ofpavernent to inside ROW shall be disregerded and left in place. 3) Contractor shall include in the cost of the project, the sidewalk. replacement including ADA Ramps between Station 8+68 to 8+88 (20 linear feet). Payment will be made under Bid Item No. 19. D. Sheet No.3: Station 12+22. Add: Furnish and install standard fire hydrant to note. Fire hydrant is included in bid schedule. Outlet can be to the side. Relocate outlet to Station 12+30. E. Sheet No.4: Station 16+55: Delete I -8" x 8" Tee and 8-inch RSGVand replace with an 8-inch by 8-inch tapping sleeve and valve. F. Sheet No.5: Station 23+58.35. Add a plug to the abandoned 8-inch waterline to the south. G. Sheet No.6: Add the following notes: 24. All water service connections shall be completed by a plumber holding an Addison license. 25. Contractor shall furnish, place, maintain and remove inlet protection at all inlets open to Marsh Lane within the lines of the project. Five inlets are along the route. Inlet protection shall include pJacemeot of wire mesh 6" x 6" openIng, geotextile fabric, 41Yi" fiber stone (NCTCOG 2.1.8 e). Top two inches of inlet opening shall be free of stone. Cost shall be incorporated in the cost of the pipe (no pay item). 26. All parking lot striping covered by overlay shall be replaced. This includes space marking and fire lane markings. Cost to be included in cost of hot mix. H. Sheet No.7: Concrete Sidewalk Detail: Change joint spacing from 4-feet to 5-feet and change reinforcing to 18-inches on centers each way. 3. Bidders shall acknowledge receipt of Addendum No.2 in the space provided in the Proposal, on the outer envelope of their bid, and by fining back tile "Transmittal of Addendum Acknowledgment Sheet" to Town of Addison, Purchasing Division at 972-450-7096. BlRKHOFF, HENDRICKS & CONWAY, L.L,P. CONSULTING ENGINEERS DALLAS, TEXAS END OF ADDENDUM The undersigned bidder hereby certifies the Addendum No. 2 has been incorporated into the contract and if accepted becomes part ofthe contract By:___________ DATE:_______ 5. Birkhoff, Hendricks & C..Away L.L.P. Date: _____􀀮􀀽􀀻􀁍􀀽􀁡􀀬􀀮􀁌􀁹􀁾􀀹􀀡􀀧􀁟􀀧􀀲􀀧􀁟􀀢􀀰􀀺􀀺􀀺􀀮􀀺􀀰􀀲􀀢􀁟􀁟___ CONSULTING ENGINEERS Time: ______.:;.9;:.::AM::.:::...______ Type of Client: Town ofAddison Meeting: ____P.....;r...;.c.....;C-'-ou_s....tr.....;u-'-ct;...io;...n___ Project: Marsh Lane Waterline ATTENDANCE SHEET Representing Phone Number Fax Nnmber 1. John W. Birkhoff, P.E. Birkhoff, Hendricks & Conway 􀁾􀀱􀀴􀀩361·7900 (214) 361·0204 2. 􀁐􀁲􀁾􀁣􀀮􀀺􀀮􀀮􀁴􀁬􀀠􀁾􀀮􀁬􀁲􀀬􀀬􀀮􀀠􀁾􀁈􀀠􀀱􀀲􀀢􀀧􀁾􀀢􀀧􀁓􀀠􀁾􀀮􀀮􀀭17/).-l{"""-"""'''l7J,-:L2/-!>,,'''r I 3. ':;;'i--2lfLl.1 _-_'2.;....;;8:..::;3,-,-7_ 􀁾􀀱􀀠"/7';)' -'76'0 -;)..9>0 6. 7. 8. 9. 10. 11. 12. 13. 14. ___________________ 15. _______________ 16. __________________ --.....-.._17. __________________ 18. 19. _________________ 20. -----------Birkhoff, Hendricks & L"nway L.L.P. Date: ______􀀭􀀧􀁍􀀽􀁡􀁹􀁌􀀻􀀹􀀲􀀬􀀮􀀡􀀺􀀺􀀲􀁾􀀰􀀰􀁾􀀲􀀧􀁟􀁟___ CONSULTING ENGINEERS 5. Time: ________....;9"'AM=_______ Type of Client: Town ofAddison Meeting: _____P;:..r....;e....;C:..;o'-"n;;..st;:.ru=.c:.:cti"'o::.n_·___ Project: Marsh Lane Waterline ATTENDANCE SHEET Representing Phone Number Fax Number 1. John W. Birkhoff, P.E. BirkhofI, Hendricks & Conway (214) 361-7900 (214) 361-0204 2. R"'-'Nc:...II 􀁾􀀮􀁉􀁉􀀻􀀠v 􀀮􀀺􀀻􀀭􀁾􀀬􀀮􀀮􀀬􀀠£2v.e."'s 􀁾...... 􀁦􀀮􀀷􀁾􀀠, 'ib'" iJ:,7 n9'J.-:z2.1 -/!I;' "'/I I 3. .5'J..t<>e.e Cik--,CHt:4"-􀀧􀁦􀁬􀀿􀁾􀀠dl'" ,4-P,trJOIL 􀁦􀀷􀀲􀀭􀀼􀁬􀀭􀀹􀁾􀀲􀁊􀀧􀀬􀁊􀁊􀀻􀀠"172--'19 -.?J>:: 4. 􀁹􀀨􀁬􀂻􀀮􀀮􀁌􀁍􀁾􀀠-;:;;W,v a£ 1Id:.t3?:..Ll)__ '172-4Gb-25'L/l __ :;..::3::....:7_U/;:...:. 􀁾􀀱􀀠"I7d-'-IG'O 􀀭􀁾􀁂􀀻􀁴􀁉􀀠'I 6. 7. 8. 9. 10. 11. 12. 13. 14. ____________________ 15. 16. 17. 18. 19. 20. --------Birkhoff, Hendricks & C"dway L.L.P. Date: May 9. 2002 CONSULTING ENGINEERS Time: 9AM 􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭Type of Client: Town ofAddison Meeting: ____􀁾􀁐r__C__ o=n_-____e __on_s_tr_nc_ti,--,' Project: Marsh Lane Waterline ATTENDANCE SHEET Representing Phone Number Fax Number 1. John W. Birkhoff. P.E. Birkhoff. Hendricks & Conway (214) 361.7900 (214) 361'()204 2. 'Dr::;..v.J<:"'1j 􀁾􀀮􀁉r... .. 􀁾􀀬􀀮􀀮􀀬􀀮􀀠12.,./1.".$ 􀁾'7􀁾􀀠• '/b'l' """,,-9􀀷􀁾􀀧􀀠;J.2. /• t!> '.> <> I I I 3. 5"kl.€ Cff<-,-7CHM-1V 'J1II4Av-""I" rJ-PPJOIL 􀁲􀀷􀀲􀀭􀀼􀀺􀁦􀀮􀀹􀁾􀀲􀁊􀀧􀀦􀀺� �"172.-19'-4:Pj 4. Yav-...Mdk 5. 􀁾􀀱􀀠6. 7. 8. 9. 10. ____________________ 11. ___________________ 12. _____________ 13. 14. IS. 16. 17. 18. 19. 20. TOWN OF ADDISON, TEXAS MARSH LANE WATER LINE REPLACEMENT ADDENDUM NO.1 May 8, 2002 Plans and specifications for the Marsh Lane Water Line Replacement project, for the Town of Addison, Texas, on which bids are to be received until 2:00 p.m., Tuesday, May 14, 2002, are hereby modified as follows: 1. Refer to the CONSTRUCTION PLANS A. Cover Sheet: Change tbe word Brookheaver to Brookhaven. B. Sheet No.2: 1) Station 8+20 Profile: Extend air valve to surface to match standard air valve detail. 2) Station 6+65: Existing water meter shown to be relocated out ofpavement to inside ROW shall be disregarded and left in place. 3) Contractor shaH include in the cost of the project (no separate pay item), the sidewalk replacement between Station 8+68 to 8+88 (20 linear feet). C. Sheet No.3: Station 12+22 -Add: Furnish and install standard fll'e hydrant to note. Fire hydrant is included in bid schedule. D. Sheet No. 7 -Concrete Sidewalk Detail: Change joint spacing from 4-feet to 5-feet and change reinforcing to I8-inches inches on centers each way. 2. Bidders shall acknowledge receipt of Addendum No. 1 in the space provided in the Proposal, on the outer envelope of their bid, and by faxing back the "Transmittal of Addendum Acknowledgment Sheet" to Birkhoff, Hendricks & Conway, L.L.P. at (214) 361-0204. BIRKBOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS TRANSMITTAL OF ADDENDUM ******************************************************************************* INSTRUCTIONS: Acknowledge receipt of Addenda in Proposal, on outer envelope of bid AND WITH THE FORM BELOW FAXED TO (214) 361-0204 upon receipt. ******************************************************************************* Addendum Acknowledgment FAX to (214) 361-0204 I Acknowledge the receipt ofAddendum No. 1 Town of Addison, Texas Project Name: Marsh Lane Water Line Replacement By Facsimile Transmission on this date: May 8, 2002 Contractor's Signature Company Name E-Mail Address: "PLEASE SIGN & FAX THIS PAGE BACK TO BH&C" (as verification that you received this Fax) (214) 361-0204 Total Number ofFax Pages: 2 PERMANENT WATER LINE EASEMENT AND TEMPORARY CONSTRUCTION EASEMENTS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF DALLAS § WHEREAS, Tarragon Brooks L.P. ("Grantor') is the Owner of certain property described in Exhibit A, attached hereto and made a part hereof for all purposes; and WHEREAS, the Town of Addison, Texas ("Grantee") is constructing a water line in and through a certain portion ofsaid property, and adjacent to certain other portions ofsaid property; and WHEREAS, in connection with the construction of the water line, it is necessary to provide for a pennanent easement in and through a certain portion of said property, and to provide for temporary construction easements over and across certain other portions of said property; NOW, THREFORE, for and in consideration of the sum of TWELVE THOUSAND SIX HUNDRED TWENTY DOLLARS AND 00/100 ($12,620.00) and other good and valuable consideration to Grantor in hand paid by Grantee, the receipt and sufficiency of which are hereby acknowledged, Grantor does by these presents Grant, Sell and Convey unto Grantee the following: 1. A pennanent easement across, over, under and through that real property described in the first five paragraphs of Exhibit A and shown and depicted on Exhibit B, both attached to and incorporated herein for all purposes, for the purpose of constructing, maintaining, replacing and repairing an underground water line. 2. Two temporary construction easements for the purpose of passing over, along, under and across that real property, which easements are described in the remainder of Exhibit A and also shown and depicted on Exhibit B. Grantor and Grantee further agree as follows: A. The temporary construction easements shall only be used by Grantee and its contractors in connection with the construction and installation of the water line within the pennanent easement granted in Paragraph 1, and the construction of the public street and right-of-way adjacent to the temporary construction easements. B. The temporary, construction easements shall expire 10 days after completion of all work for which they are granted. C. Grantee agrees that all work to be perfonned by or for Grantee in the easement areas shali be perfonned in a good and workmanlike manner, and Grantee shall upon completion of the work restore the easement areas, including landscaping, sprinklers, curbing and paving to the same or better condition as existed prior to entry thereon by Grantee. and shall leave the easement area clean and free of debris. In addition, the work site shall be reasonably cleaned at the end of each wotkday during the perfonnance of the work. 1 􀁗􀁡􀁴􀁾􀁲􀀠Line &. Ttmporary Construction Easements-Tarragon Brooks Documrnt. 􀀧􀁖􀁾􀁓􀀹􀀠 D. Once commenced, all work for which the temporary easements are granted under this Agreement shall be completed by or for Grantee as quickly as reasonably practicable, but in no event more than 90 days after work is commenced. All work performed by Grantee shall be performed between 8:00 A.M. and 6:00 P.M. Monday through Saturday, and will be performed so as to minimize as much as practicable, disturbance ofthe operations ofGrantor's property and the use thereof by Grantor and its lessees, licensees, invitees, agents and employees. Except in an emergency, as determined by Grantee or its contractor, Grantee shall provide Grantor 24 hours notice prior to temporarily discontinuing water supply to the remainder of Grantor's property in connection with its work during the 90-day period described above. E. Grantee shall indemnify and hold harmless Grantor and its affiliates and partners and respective officers, directors and employees from and against any and all liability, actions, causes of action, damages, claims, lawsuits, judgments, costs and expenses for personal injury or property damage suffered by any person to the extent that such injury or damage may be caused by any negligent act of Grantee in connection with work performed by or for Grantee under this agreement; provided, however, that such indemnity is provided by Grantee without waiving any immunity that it may be entitled to, and further such indemnity is subject to and shall not exceed the monetary limitations of damages as set forth in the Texas Tort claims Act. In providing this indemnity, Grantee is not waiving any defense afforded by federal or Texas law, and this indemnity is solely for the benefit of Grantor and its affiliates and partners and respective officers, directors and employees and is not intended to create or grant any rights, contractual or otherwise, to any other person or entity. F. A pre-construction meeting regarding the work to be performed in the 90-day period described in Paragraph D shall be held at the property between representatives of Grantee and Grantor. Unless otherwise agreed to by Grantor, Grantee shall notify Grantor at least 30 days prior to the commencement of such work, and shall provide a schedule of work to Grantor's property manager at that time. All work areas shall be properly marked and secured. TO HAVE AND TO HOLD the above-described rights-of-way in and to said premises with the right of ingress and egress thereto together with all and singular· the rights and hereditaments thereunto in anywise belonging unto the Town of Addison and its successors and assigns forever, and Tarragon Brooks L.P., does hereby bind its heirs, successors, assigns, executors and administrators to defend all and singular said premises unto the Town of Addison, its successors and assigns against every person whosoever lawfully claiming or to claim the same or any part thereof. EXECUTED this (; fL.. day of ___-->. 2001.__􀀭􀀬􀁾􀁾􀁴􀁶􀁃􀁾􀁟􀁴􀀮􀀮􀀠GRANTOR TARRAGON BROOKS, L.P. By: Vinland Oakbrook, Inc., General Partner By'􀀧􀁾􀁒􀁳􀁴􀁴􀁮􀀠Executive Vice President 2 Wain Line & Temporary Construction Easement! -Tarragon Brooks 00cwtrnI. 936659 ' I e d y ar last 􀁾􀁴􀁴􀁥􀁮􀀮􀀠STATE OF NEW YORK § COUNTY OF NEW YORK § 􀁾􀁂􀁅􀁆􀁏􀁒􀁅􀀠ME, 􀁴􀁨􀀬􀁾􀁤􀁥􀁲􀁳􀁩􀁧􀁮􀁥􀁤􀀠notary public in and for said county and state, on this ....,,'*2"'--_ day of M􀁾. , 􀀲􀀰􀁾􀀠personally appeared Charles D. Rubenstein, known to me to be the Identical person who executed the within and foregoing document, and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument, the person or entity upon behalf of which he acted executed the instrument for the uses and purposes therein set forth. GIVEN UNDER my hand and seal ofoffice MY COMMISSION EXPIRES: [SEAL] 3 Water Line &; Temporary Con5truction Easements -Tarragon Brooks 􀁾􀀱􀀮􀀹􀀳􀀶􀀶􀁾􀀠 , . ( I. TEMPORARY CONSTRUCTION EASEMENT STATEOFTEXAS § § KNOW ALL MEN BY THESE PRESENTS . COUNTY OF DALLAS § THAT MILTON L. WAGNER and GAY GELLER GOLMAN, hcfeinafter called GRANTORS of the Cou.nty of Dallas, State of Texas, fur and In consideration of the sum of ONE DOLLAR ($1.00) and other good and valuable consideration, the receipt and sufficiency of wbfch is hereby 􀁡􀁥􀁫􀁮􀁯􀁷􀁬􀁥􀁤􀁧􀁾􀀠does by these presents grant, sell and convey to the Town of Addison, hereinafter called GRANTEE of the CoUllty ofDaIlt!s and State ofTcxas. a temporary Ci18cment and nsht to pass over, a1ona. under and across a portion (the "Easement Area") of GRANTORS' p1'Qperty, which ea!iemeIIt and right of passage is shown and depicted on lZXHIBIT B, attached. to and Incorporated herein, fur the purpose of constructins a water line. The Easemont .Area is described as follows: See attached EXHIBIT A, which is made a part ofthis deed as iftwly copied herein. This tempoxaty construction casement shall only be used by GRANTEE and its its contractors in connection with the construction and installation of a water line within the public street and right-of-way adjacent to the Easement Area. GRANTEE shall restore the Easement .Area to the condition that existed befure the construction ofthe water 􀁬􀁉􀁮􀁥􀁾􀀠including restoring any and all landscaping, including bushes, trees, shubbery, flowers,* Thls tetnp01'81'Y easement may be used only during, and shall terminate and expire upon the completion oithe construction ofthe water line adjacent to the Easement Area. TO B!\VE AND TO HOLD unto the Town of Addison. Texas as afuresaid, for the purposes and on the conditions set forth hereinabove, the CIIIlement and Easement Area descn'bed above. EXECUTED. this _'..;;;;tI:.-daY of 􀁭􀁾􀀠,2001. 􀁥􀀬􀀺􀁬􀁲􀁙􀁾􀀯􀀩􀀠 􀁏􀁡􀀮􀁾􀁾􀁾􀀠 etc.,. lighting, signage and paving to an equivalent or better condition• . .􀁾􀀠1 STATE OF TEXAS My Comm. &po ()6.24-o,a r' " STATE OF TEXAS § COUNTY OF Dl\1ILAS 􀁾􀀠. fjQrY 15 • . ..fiBEFORE ME, the undersigned notary publle in and for said county and.stille, on this/Q day of (?J 􀁾. ,2001, personally appeared th 'db a. '-, wOf)'! er IYJJJ known to me to be identical. person who executed the within and foregoing document, lind . acknowledged to me that be executed the same 118 his free and voluntary act and deed, for the uses and purposes therein set forth. !i'nm1l'llfllfo-' seal ofoffice the day and year last above written. MY COMMISSION -<.. [SEAL] STATE OF TEXAS . § COUNTY OF DALLAS § BEFORE ME, the undersigned notary public in and 􀁾􀁤COWl!>' and 􀁳􀁴􀁡􀁴􀁾􀀠l't# day of 􀁾.2001, persollSlly appeared 􀁾liJ..&J known to me to 􀁾􀁩􀁣􀁡􀁬􀀮person who executed the 􀁷􀁩􀁴􀁢􀁾regoing document, and acknowledged to me that h'eexecutcd the same 118 his free and voluntary act and deed, for the uses and purposes therein set forth. seal ofoffice the day and year last above written. MY COMMISSION COMMISSION EXPIRES: ''''{-II\-,,] ANGELA M, ADAMS Notary PubMc: State of Texas'''$ -. Comm. expires 6-02-20041 r' ""'AUlun it. , I FIELD NOTE DESC1UPTION l: 'FOR •. ' MARSH LANE WATER LINE . ACROSS PROPERTY OF W-GINVESTMENTS '(MILTONL. WAGNERAND GAY GELLER GOLMAN) Atemporary constructi9n 􀁯􀁾􀁥􀁭􀁥􀁮􀁴20 feet in,width. belngJu'it eastpc, and a