I 􀁓􀁊􀀺􀁬􀁾􀀠 I \)\:l ! ! 􀁾􀁾􀀠. j \' 􀁾􀀠.. . . I I I I , \ / I ) ! wa􀁗􀀱􀁬􀁬􀁏􀁏􀁉􀁔􀁬􀀬􀁾􀁏􀁏􀀮􀀠􀁋􀁴􀁊􀁩􀀻􀁩􀁬􀁡􀁶􀁬􀁾􀁮􀀱􀀱􀀱􀀠1165 .JeFF GOLOHAROT 817/443·3750 13960 Highway 377 S. Toll Free: 8881498-7173 Fort Worth, Texas 76126 Fax: 817/443-3745 Email: eawcivil@fJash.oet \ //r I I December 01,2000 MEMORANDUM To: Chris Terry, Assistant City Manager Through: Mike Murphy, P.E., Director ofPublic Works From: Steve Chutchian, P.E., Assistant City Engineer Cc: Jim Pierce, P.E., Assistant Director of Public Works Jim Wilson, Project Manager . . Subject: Paving Improvements on Midway Road and Quorum Drive Contract award to apparent responsive low bidder. Attached is a bid tabulation and reference checks from the Public Works Department for the proposed contract award ofPaving Improvements on Midway Road and Quorum Drive. All construction on Midway Road and Quorum Drive will be performed Sunday through Thursday between the hours of 1O:00p.m. and 6:00a.m. Portions ofMidway Road and Quorum Drive have experienced extensive pavement failures. The existing pavement has approached the end of it's expected service life and a combination of repetitive wheel loadings and storm water have created numerous pavement fuilures. This project performs full depth pavement repairs needed to restore the integrity ofeach existing roadway. The lowest apparent responsive bidder was Ed A. Wilson, Inc., in the amount of $97,440.00. The original estimate for this scope ofwork was $91,000.00. The total bid was slightly higher due to anticipated winter weather conditions. Staff recommends that Council authorize the City Manager to enter into a contract with Ed A. Wilson, Inc. for paving improvements on Midway Road and Quorum Drive in the amount of$97,440.00. BID EVALUATION DATE: 11/28100 WORK: Paving Improvements on Midway Rd. & Quorum Dr. ·2001 BY: 􀁅􀁮􀁧􀁩􀁮􀁥􀁥􀁲􀁩􀁮􀁧􀀯􀁊􀀮􀁗􀁩􀁉􀁓􀁏􀁾􀀠• BIDDER: BIDDER: BIDDER: ITEM NO, & DESCRIPTION UNIT PRICE JDJ UNIT PRICE Gibson UNIT PRICE Wilson MIDWAY RD: SOUTH OF BELT LINE RD: 101 Mob., Bonds, Ins. LS . $10,000 LS $6,920 LS $5,000 102 Barr, signs,traffic LS $10,000 LS $2,345 LS $2,500 103 ConcExcavHaulDisp $25.00 x 182sy $4,550 $30.00 x 182sy $5,460 $25.00 x 182sy $4,550 104 ReinfCon Pav8inch $292.00 x 182sy $53,144 $149.00 x 182sy $27,118 $140.00 x 182sy $25,480 105 FuliDeplhSawBrkGro LS $5,000 LS $1,125 LS $3,000 Subtotal: $82,694 $42,968 $40,530 MIDWAY RD: NORTH OF BELT LINE RD: 201 mob, Bonds, Ins. LS $10,000 LS $6,015 LS $4,500 202 Barr, signs, traffic LS $10,000 LS $2,120 LS $2,250 203 ConcExcavHaulDisp $25.00 x 167sy $4,175 $30.00 x 167sy $5,010 $25.00 x 167sy $4,175 204 ReinfCon Pav8inch $292.00 x 167sy $48,764 $149.00 x 167sy $24,883 $135.00 x 167sy $22,545 205 FuliDepthSawBrkGro LS $5,000 LS $1,060 LS . $2,500 Subtotal: $77,939 $39,088 $35,970 QUORUM DRIVE (ALL LANES) 301 Mob Bonds, Insur LS $2,000 LS $3,165 LS $3,000 302 Barr, signs, traffic LS $2,000 LS $1,115 LS $2,000 303 ConcExcavHaulDisp $25.00 x 86sy $2,150 $30.00 x 86sy $2,580 $25.00 x 86sy $2,150 304 ReinfConcPav8inch $292.00 x 86sy $25,112 $149.00 x 86sy $12,814 $140.00 x 86sy $12,040 305 FuliDeplhSawBrkGro LS $2,000 LS $750 LS $1,750 Subtotal: $33,262 $20,424 $20,940 GRAND TOTAL: $193,895 $102,480 $97,440 === =============== ·_----..."!!\. "'". ED A. WILSON, INC. CIVIL DIVISION , SMALL CITY REFERENCES JUNE,2000 􀁾01\ 11hf; OWNER, CONTACT TITLE TEL No.􀀶􀁾􀀠􀁾􀀠,A"L...v>·' CITY OF FLOWER MOUND ./-eSS 􀁗􀁅􀁗􀀮􀀳􀀮􀁾􀁬􀀠. 'DIREd:rOR OF PUBLIC 972-539-4631 . -lIM 􀁶􀁵􀁨􀁾􀀠WORKS 􀁾􀀮􀀠CITY OF SAGINAW I,IA""'} 􀀹􀀭􀁓􀁾􀀺􀀮􀁈􀀠Jp1;lhlSQN 􀀭􀀫􀀭􀀽􀁄􀁾􀁉􀁒􀀺􀁃􀀺􀀺􀁅􀀺􀀺􀀺􀀭􀀺􀁃􀁔􀀽􀁏􀀺􀀭􀀺􀁒􀀭􀀺􀀭􀁏􀀺􀀺􀀭􀁆􀀽􀁐􀀺􀀺􀀭􀁃􀁕􀀽 􀁂􀀷􀀢􀀢􀁌􀁉􀀺􀀭􀀺􀁃􀀺􀀭􀁉􀀻􀀭􀀻􀀻􀀻􀀡􀁊􀀻􀀭􀀺􀁃􀁲􀁬􀀺􀀽􀁩􀀲􀀻􀀻􀀺􀀻􀀺􀀳􀀽􀀲􀀭􀀭􀀭􀀺􀀴􀀻􀀭􀀻􀀶􀀻􀀺􀀭􀁃􀀴􀀻􀀭􀀻􀁏􀀻􀀺􀀭􀀭􀂷􀀭􀀭􀁬􀀠I1'\.P"\ /'/f:H.;r R-11'ftP,u-,.., WORKS CITY OF ARUNGT\2SNA ,A. . :a Q9N ISAACS. AlA· PROJEq 􀁍􀁁􀁎􀁁􀁪􀁾􀀧􀁩􀀬􀀮􀀮􀀮􀀮􀁵􀀮􀀱􀀢􀀧􀀶􀁦􀀱􀀲􀀷􀀵􀀭􀀳􀀲􀀷􀀱trat> -v . 􀁐􀁮􀁷􀁾􀀠􀀮􀀡􀁽􀀣􀀻􀀡􀀺􀀯􀂷􀀯􀁾􀀧􀀯􀁨􀀠.I!lJl:.Il 􀀧􀁴􀁾􀀿􀁲􀁬􀀭4>"1-r1 􀁾􀀠_ .J", CITY OF BEDFORD' JAMES HUGHES PARK SUPT 817-952-2201011 • f.tt CITY OF BEDFORD BILL CHAVEZ; PROJECT MANAGER 817-952-2258 CITY OF COLLEYVILLE CHRIS STEUBING-ENGINEER 577-7587-CITY OF DUNCANVILLE KURT CALDWELL CITY ENGINEER 972-78()'5065 CITY OF ALEDO PAULWHALEY,PE CITY ENGINEER 817-297-4774 CITY OF IRVING ./MAJED KHALAF PROJECT MANAGER 972-721-2611 􀁾􀁾􀀮􀀠y􀀧􀀽􀁃􀀺􀀭􀁉􀁔􀁙􀀭􀁏􀀭 􀁆􀀮􀀬􀀮􀀮􀁋􀀬􀀮􀀮􀀮􀁅􀀭􀁌􀀭􀁌􀀭􀁅􀁒􀀭􀀭􀀭􀀭􀀭􀀫􀁣􀁔􀀽􀁅􀁒􀀭􀁒􀀭􀀺􀁙􀁾􀁈􀀻􀀭􀁉􀁇􀀭􀁈􀀭􀁆􀀭􀁉􀀭􀁌􀁌􀀭􀀭DIRECTOR OF PUBLIC 817-431-1055􀁾􀀠1r WORKS CITY OF MANSFIELD 􀁾􀁾􀁌􀁌􀁬􀁁􀁍􀀠EDWARDS. ENGINEER 817-477-3103' CITY OF TROPHY CLUB BILL LEGRAND DIRECTOR OF PUBLIC 81 7-43()'1 9"11 , WORKS : ..__.d 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮 FINANCE DEPARTMENT I PlffiGHASTNG PMSIQN -.. '. 5350 Belt line Rwd ('72) 4S0·ml-Facsimile('i72)450-7096 l'rials used therein, for a period ofone (I) year from the date offinal acceptance of the work by the owner. 8.3. The Payment Bond shall be in an amount equal to the total contract price and guarantee payment to all persons supplying labor and mall>rials Or furnishing equipment in the execution ofthe Contraet 8.4 The Maintenance Bond shall furnish by the contractor the Owner, upon acceptance of the work by the Owner. Such Maintenance Bond shall be for a period ofone year from the dall> ofacceptance. The amount ofthe Maintenaoce Bond shall be 100% ofthe Contract Price. All bonds shall be signed by Contractor as principal and by an established bonding company approved by Owner, as surety. Bonds shall be aceompanied by appropriate power-of-attomey clearly establishing extent and limitations of authority ofeach signer to so sign, and where the work is perfunned and to whom any requisite notices may be deli vered and on whom service ofprocess may be had in matters arising out ofsuch suretyship. All bonds shall be made on furms complying with requirements oflaws ofthe State ofTe..... PageS ofl4 Special Instructions Miscellaneous Paving Improvements on Midway Rd. & Quorum Dr. -2001 1.0 General 1.1 The bid price shall reflect all necessal)' charges to include the furnishing ofall labor and materials necesSBI)' for the complete construction of !hese repairs. Construction shall be in accordance with all contract documents, !he latest edition of !he NTCOG Standard Specifications for Public Works Construction, and as described in the specifications. Signs, barricades, warning devices, as a minimum, shall conform to the Texas Manual on Uniform Traffic Control Devices 1.2 All work within the public right·of-way shall also comply with the Town of Addison Street Excavation Ordinance #85·094, #88-031 and #608. 1.3 All construction on Midway Road and Quorum Drive must be performed Sunday througb Thursday between tbe hours of 10:00 p.m. and 6:00 a.m. TheStrcet Superintendent shall approve all lane closures. 1.4 The contractor sball maintain a minimum of one lane of free flow traffic, in each direction on Midway Road and Quorum Drive, at all times. 1.5 A copy ofthe concrete batch design shall be submitted for approval, prior to construction. 1.6 Unless stated otherwise on location sheet all pavement repairs to be made without removing existing curb. Street Superintendent to determine location ofgutter saw line. 1.7 Contractor shall adjust all boxes, valve stacks, clean outs, etc. to finish grade as directed. 1.8 All communication with adjacent property owners or tenants sball be the responsibility of tbe Street Superintenden!. 1.9 Owner reserves the right to sequence locations ofwork as necessal)'. 1.10 Contractor shall employ a qualified project manager who will be responsible for directing all work crews. Project Manager shall remain on tbe job at all times, in order to supervise the work of all sub..:ontractor, as well as the Contractor's own work crews. Page6of14 FULL-DEPTH REPAIR OF EXISTING CONCRETE PAVEMENT Description. This Item shall govern for fuIl-depth repair of portland cement concrete pavement in accordance with the existing roadway section and the details shown on the plans, and to the lines and grades established by the Engineer. Materials. (1) Concrete. Concrete shall be ASTM C-150 Type 1. The course aggregate shall be either Grade 2 or 3. Air entrainment will be required. (Air' entrained content of three (3) to six (6) percent, or as directed by the Town of Addison Street Superintendent) The fine aggregate shall he Grade 1 with a fineness modulus of 2.3 to 3.1. All admixtures used shall he pre-approved by the Town of Addison Street Superintendent, except the addition of an ASTM Type C non-chloride set-accelerating admixture that may be required at the job site when the temperature of the concrete is above 55 degrees F. Either transit-mix or central-mix concrete will be permitted. lfthe concrete fails to reach the required 24 hour strength, the Town of Addison Street Superintendent may direct that the concrete be removed and replaced at the Contractor's expense. K. 􀁾􀁬PieQ_ L.-/2fo e 􀁾􀀴'f-t' 􀀧􀀱􀁾􀁌􀀠Concrete shall be designed to include seven and a half (7 V. ) sacks of Type 1 cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. An ASTM Type A water-reducing admixture and an ASTM Type C non-chloride set-accelerating admixture may be used to achieve the earliest possible concrete-setting times. The concrete will be designed to achieve a minimum flexural strength of 550 p.sJ. in 24 hours. Additional minimum flexural strength requirements are 750 p.s.i. in 14 days. (2) Epoxy. Epoxy shall be AI03 or approved equal and shall be installed per the manufacturer's instructions. Construetion Methods. The areas to be repaired will be outlined on the slab by the Town of Addison Street Superintendent. The square yardage shown on the plans to be repaired is for bidding purposes only. Actual dimensions of areas to be repaired will be determined during construction by the Town ofAddison Street Superintendent. A pressure relief groove approximately 2 inches deep shall be sawed transversely 6 inches (to the inside) from the patch ends. Fnll-depth saw cuts shall be made transversely along the patch ends. Unless otherwise shown on the plans, longitudinal saw cuts shall be full 􀁤􀁾􀁴􀁨􀀠along the patch sides. If in the opinion of the Town of Addison Street Superintendent, spalling oc.curs along the full-depth longitudinal saw cut, the longitudinal . saw cutting shall then include a longitudinal 2-inch deep pressure relief groove and be performed in the same manner as the transverse saw cutting. Additional full-depth saw cuts may he made as needed to facilitate removal ofthe concrete within the limits ofthe required full-depth cuts. Concrete adjacent to the patch shall not be spalled Or fractured by the removal procedure. NOTE -Only perimeter full depth saw cuts are a pay item.;:All additional saw cuts are incidental to the pavement pay item. The concrete shall be removed, taking care not to disturb the underlying pavelnent support. .The totailifto()ut method. shall be use4.jyi!bjn. '.,the limits of the fuJ1.-depth .saw cull1, The lift-oul method shall include having the slab Page? of 14 loaded directly onto trucks. There shall be no breaking up of the slab along side the repair area. All loose sub-base material shall be removed and replaced with concrete, and is incidental to the pavement pay item. With regard to individual repair locations, the Contractor shall schedule his work so that the concrete placement will follow the full.tJepth saw cut by no more than seven (7) days. Repairs made on streets requiring night work will be excavated, poured, and open to trafflc in eight (8) houm. Repaim on streets allowing daytime work must be opened ti)· traffic within twelve (12) hours ofstart ofexcavation. New reinforcing bars shall be placed and firmly supported by approved bar chairs. For all concrete pavement, the following procedure of reinforcement shall apply: The longitudinal tie-bars shall be reinforcing steel as detailed on the plans. The depth of reinforcing steel into the existing concrete shall be not less than 6 inches. Thc longitudinal tie-bars shall be epoxy grouted into the existing concrete. Transverse tie-bars shall bc No.5 X 24 inches reinforcing steel and shall be epoxy grouted, with the same grout as used for the longitudinal tie-bars, into the existing concrete pavement to a depth of 12 inches. All reinforcing steel for the repair shall be No.5 X 12" on center. Drilling of holes for tie-bam in the existing slab shall be by core drilling only, no hand-l:teld hammer or impact drilling permitted. Concrete placement shall not begin in a given patch until the tie-bar and dowelbar grout has attained sufficient strength to preclude displacement of the tie-bars by the concrete, or as determined by the Town ofAddison Street Superintendent. Grout retention disks shan be used when required on the plans. Immediately prior to placing the concrete, the sub-base and each face of existing concrete shall be wettad. Approved hand manipulated mechanical vibrators shall be used to insure the proper consolidatinn of the concrete. The concrete shall be screeded to the elevation of the adjacent concrete pavement and checked with a straightedge to insure that the riding surface will be satisfactory. The concrete shall be given a broom fiuish and all edges shall be tooled. The concrete shall be cured immediately after finishing operations bave been completed. Membrane curing shall he used for the curing of the repaired area. The curing period sball extend only until the repaired area is opened to traffic. The repaired area may be opened to traffic wben the concrete bas attained a flexural strengtb of 255 p.s.i. All test specimens representing tests for opening to traffic shall be cured using the same methods and under the same conditions as the repaired area. Modifications to the specified construction methods, requested by the Contractor, must be submitted to the Town of Addison Street Superintendent in 􀁾􀁴􀁩􀁮􀁧􀀠for his approval. Page 8 of 14 Measurement. This Item will be measured by the square yard of surface area, except for areas that require repair wbich were damaged by tbe negligence oftbe Contractor. Payment. The work performed and the materials furnisbed in accordance with this Item and measured as provided under "Measuremene' will be paid for at the.llllit price bid for "Reinforced Concrete Pavement", ofthe nominal depth specified. This price shall be full compensation for additional sawing and breaking the existing pavement structure; for the' removal and loading of tbe broken concrete. or loose sub-hase; for furnishing all materials; for all reinforcing steel; for all curing; and for all manipulations, Jabor, equipment, tools and incidentals necessary to complete the work. Expansion joints are subsidiary and not a pay item. Miscellaneous Paving Improvements on Midway Road and Quorum Drive -2001 Midway Road (south of Belt Line Rd.) 182 s.y. Midway Road (north of Belt Line Rd.) 167 s.y. Quorum Drive (all lanes) 86s.y. Note: the quantities shown above represent total square yardage of repair for each street segment. the Town ofAddison shall mark individual repair locations prior to initiation ofconstmction. Page90f 14 .... , 􀁭􀁷􀁒􀁭􀁎􀁃􀁘􀁏􀁔􀁊􀁊􀀢􀀧􀁾􀁅􀁘􀁐􀁁􀁎􀁓􀁉􀀰􀀱􀁦. EXI!TWO IIEDWOOD t.PJ.Omr;:.;..I I,[Jf'1.'1 ' "'¥11 I"'-. ff' $CnON -, Page 10 of 14 . " • ". : : 􀁾􀀠: " " Page II ofl4 '."i BID FORM BID NO. 01-07 MISC. PAVING IMPROVEMENTS ON MIDWAY RD & QUORUM DR. -2001 BlDDER'SNAME Ed A. Wilson. Inc. T.loN. 75-1092671 ADDltESS 13960 HWy. 377 South 􀁐􀁈􀁏􀁎􀁅􀀨􀁾􀁌􀀲􀀴􀀲􀀴􀀳􀀢􀀭􀀭� �􀀮􀀺􀀺􀀳􀀬􀀬􀀬􀀢􀀷􀁾􀀵􀀰􀀢􀀭􀀭_____...JFAX E-MAIL eawcivil@swbe11.net CITY Fort l-lorth UlD 443-3745 ZIP 76126 1 have received. read and lUlderstand all pages ofthese instruclkms and speciflCatiOllS. I wiD abide by aU areas ofthese specifications, and 1 am a legal agent ofthe above named company. authorized to sign this bid. Affiant fw:therstates thalBidder has not paid, given, or donaredoragreed to pay, give or donate to any officer ore:mpfoyee ofthe Town of Addison any money or other lhingofvalue, either directly or i.ndirectly. in procuring of lheContracl AUTHORIZED OFFICER I 􀁏􀁗􀁎􀁅􀁒􀀬􀀢􀀽􀀢􀁉􀁟􀁾􀀮􀀬􀀭􀀭􀂷􀀠____--'_􀀺􀀭􀁟􀁇􀀭􀁦􀀭􀀮􀀡􀀮􀀮􀀮􀀮􀀮􀁾􀀭􀀧􀀭Secretary (Signature) (Title) NAMEOFCONTACT __􀁾􀁋􀁾􀁮􀁾􀁯􀁸􀁾􀁒􀁾􀁯􀁾􀁳􀁾􀁳􀁾_____ ________________________________ MIDWAY ROAD (SOUTH OF BELT LINE RD.) Item # Estimated Qty. Description Unit Price Total !!.Sl 101 Lump sum Mobilization. Bonds & $ 􀁾􀀨􀀩􀁏􀁦􀀩􀀠lnsuranc'e f/IIL. $ 2.,5 (X)102 Lump sum Barricades, signs and Traffic control devices JlI2 $l103 182 Square yards Concrete excavation $ 25 􀀤􀁴􀁾􀁲􀀠including hauling and """ 25'disposal ofsurplus materials K'1-./1t? 􀁾􀁴􀁎􀀾􀀠S i¢.$ ,"67'104 182 Square yards 8" + 550 psi Flex 24 hIll. 50 Flex at 14 days, • K; Total !!9$ 􀁾􀀷􀁓􀀰􀀠SUB-TOTAL MATERIALS AND SERVICES GRAND TOTAL MATERIALS AND SERVICES Page 13 of 14 Customer References Company Name Contact Phone Number SEE ATTACHED SHEET 􀀳􀀮􀁾______________..____________ 4._________________ 􀁾􀀭􀀺􀀭________ 5.____,____________________ Page 14of14 ED A. WILSON, INC. CIVIL DIVISION • SMALL CITY REFERENCES JUNE,2000 􀁾􀁾􀀮􀀭􀀭OWNER .... CONTACT 􀁾􀀢􀀭􀀭􀀭􀀭TITLE IA.I 􀀮􀁾• CITY OF FLOWER MOUND .J JOB 􀁾􀁅􀁉􀁾􀀠. DIRE1-􀁾􀀠PARKSUPT PROJECT MANAGER ENGINEER CITY ENGINEER CITY ENGINEER PROJECT MANAGER DIRECTOR OF PUBLIC WORKS ENGINEER DIRECTOR OF PUBLIC WORKS TEL No. 972-539-4631 1111232-4640 1,8(127&3271 817-952-2201 817-952-2258 577-7587 972-780-5065 . 817-297-4774 972-721-2611 817-431-1 055 817-477-3103 817-430-1911 i 􀁾􀀠()fI 1£ -_. 􀀭􀀭􀀭􀀭􀁾􀁾...-..􀁾􀁾....... 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, thatwe Ed. A Wilson, Inc., P.O. Box 11423, Fort Worth, TX 76110 as Principal, hereinafter called the Principal, and American National Fire Insurance Company 580 Wa Inut Street Cincln natl, Ohio, 45202 (He", insert fun name and addre..or legal tiUe of Suretyl a corporation duly organized under the laws of the State of New York as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Add Ison (H",. Insert lull name and address or legal vUe of Owner) as Obligee, hereinafter called the Obligee, in the sum of ••• FIVE PERCENT OF BID AMOUNT ••• Dollars (5% ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name. addre•• and description 01 P"'Jeo!J PAVI"lG IMPROVEMENTS MIDWAY RD. & QUORUM DRIVE NOW, THEREFORE, if the Obligee, shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee, in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the falthful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal 10 enter such Contract and give such bond or bonds, if the Principal shall pay to Ihe Obligee, the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee, may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27th day of November, 2000 Ed. A Wilson, Inc. (Principal) (Seal)􀁾􀁾􀁾􀀠i!ness) Knox Ross (Tide) Secretary American National Fire Insurance Company Staci Gross (TiUe) Attorney-in-Fact AlA OOCUMENT A310.BID BOND·AIA®· FEBRUARY 1970 ED· THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., NW., WASHINGTON. D. C. 20006 Printed on Recycled Paper 9/93 16486 􀁩􀁜􀁎􀁅􀁒􀁉􀁾􀀠Ni\1l0NAL RRE INSURANCE COMA\NV" New York, New York Administrative Office: 580 WALNUT STREET. CINCINNATI. OHIO 45202.513-369-5000. FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No. 0 FOUR POWER OF ATTORNEY . KNOW ALL MEN BY THESE PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation organized and exis\ing under and by virtue of the laws of the State of New York. does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney-in-fact, for itand inits name, place andstead to execute in behalfofthe said Company, as surety, any and all bonds, undertakings and contracts ofsuretyship, or other written obligations in the nature thereof; provided that the Jiability of the said Comp.ny on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power OONAL BOLEY STACI GROSS ALL OF ALL STEVE DEAL JANET KAISER WICHITA FALLS, TEXAS ONLI1-lITED This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in.fact named above. IN WITNESS WHEREOFthe AMERICAN NATIONAL FIRE INSURANCE COMPANYhascaused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 9th day of July ,1991l Attest AMERICAN NATIONAL FIRE INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAM ILTON -ss: On this 9th day of July, 1998 , before me personally appeared DOUGLAS R. BOWEN, to me knoWD1 being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division ofAmerican National Fire Insurance Company) the Company described in and which executed the above instrument; that he knows the seaJ; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American National Fire Insurance Company by unanimous written consent dated July 27, 1995. RESOL VED: That the Diyision President, the several Division Vice Presidents and Assistant Vice Presidents, Dr any onc ofthem, be and hereby is authorized, from time to time, to appoint one or man: Attorneys-In-Fact to e;recute On behalfofthe Company I as surety, any and slJ bonds, undertakings and contracts ofsuretYShip, or other written obligations in the nature thereof; to prescribe their respective duties and the (espective h"mits oftheir authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature ofany ofthe afomoid officers and any Secretary or Assistant Secretary of the Company may be sff"ur.ed by facsimile to any power ofattorney or certificate ofeither given for the execution ofany bond, undertaking, contract or suretyship. or other written obligation in the nature thereof, such signatureand seal when so used being hereby adopted by the Company as the original signature ofsuch officer and the original seal ofthe Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALDC. HAYES, Assistant Secretary ofAmerican National Fire Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors ofJuly 21,1995 have not been revoked and are now in full force and effect. Signed and sealed this 27th day of November ,2000 S 1030N (1 1197) 􀁾􀁾􀁾􀁾􀁾􀁾􀀮􀁾.. 􀁾􀀭􀀭􀁾􀀭􀀮􀀠FINANCE DEPARTMENT I PURCHASING PMSION 5350 Belt Line Road (972) 450-7091 Facsimile (972) 450·7096 Post Office Box 9010 Addison, TeXllS 75001 TAMMY RIVES PURCHASING COORDINATOR INVITATION TO BID The Town of Addison is accepting bids from all interested parties for Miscellaneous Paving Improvements on Midway Road and Quorum Drive. Bid No: 01-07 Bid Name: Miscellaneous Paving Improvements on Midway Rd. & Quorum Dr. -2001 Bid Opening: 2:00PM November 27, 2000 Office of the Purchasing Coordinator Addison Finance Building 5350 Belt Line Addison, Texas 75240 Estimate: $91,000 Please paypariicular attention to 1.3 regarding delivery of your bid. If you do not wish to bid, but do wish to remain on the bidder list, please return an envelope with your company name and address on the outside and clearly marked "NO-BID" BID #01-07 It will not be necessary to return any of the bid forms or documents if you wish to "NO-BID". Late bids will be returned unopened. and unsigned bids will be rejected as non-responsive. For questions concerning the biding process, contact Tammy Rives, Purchasing Coordinator, at 9721450-7091 or e-mail trives@ci.addison.tx.us. For questions concerning the scope of the work contact Mr. Steve Chutchian, Assistant City Engineer at 972-450-2886 or e-mail schutchian@ci.addison.tx.us. . Page 1 of 14 TOWN OF ADDISON INSTRUCTIONS TO BIDDERS 1.0 RECEIPT AND PREPARATION OF THE BID 1.1 Bids will be received by the Purchasing Coordinator of the Town of Addison until time specified in the Invitation to Bid, at which time bids will be publicly opened and read aloud, in the Finance Building of the Town of Addison located at 5350 Belt Line Rd., Addison, TX 75240. Bids must be received by the specified time in order to be considered, and bids submiited after this closing time will not be considered and will be returned unopened. 1.2 Each bid shall be enclosed in a sealed envelope, addressed to the Purchasing Coordinator. Town·of Addison, P.O. Box 9010, Addison, Texas, 75001. Bids must be labeled in the lower left-hand corner with the bid name and number. Bidders must also include their company name and address on the outside of the envelope. 1.3 Bidders are responsible for making certain bids are delivered to the purchasing department. Mailing of a bid does not insure that the bid will be delivered on time or delivered at all. Ifbidder does not hand deliver bid, it is suggested that helshe use some sort of delivery service that provides a receipt. 1.4 Bids may be withdrawn prior to the above scheduled time set for closing of the bids. Any bid received after the time and date specified will not be considered. 1.5 The Town of Addison reserves the right to postpone the date and time for opening bids through an addendum. 2.0 TAXES All bids are required to be submitted without State Sales tax. The Town of Addison is exempt from payment of such taxes and a Tax Exemption Certificate will be executed for the successful bidder. 3.0 SCOPE OF WORK The work under this contract shall consist of the items or services contained in the bid, including all materials, equipment, labor and all other items necessary to complete said work in accordance with the contract documents. 4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITES 4.1 Before submitting a bid, each bidder must thoroughly examine the contract documents and project site to ensure that the services you are proposing meets the intent of these specifications. 4.2 The Town of Addison is not responsible for incomplete bid packets. 4.3 Bidders are instructed to return all pages of bid packet that contain written responses from you. 5.0 BIDDING 5.1 Bid Bond The Bidder will be required to submit a Bid Security, made payable to the Town of Addison in the amount of five per cent (5%) of the Bidders total bid price. Security shall be in the form of a certified bank check or a Bid Bond issued by a corporate surety authorized and admitted to do business in the State ofTexas and licensed by the State to issue surety bonds. The surety shall also appear as a qualified surety on the list from the u.S. Treasury Department. . Page 2 of 14 The Bid Security of the Successful Bidder will be retained until such Bidder has furnished a performance bond. payment bond. & maintenance bond equal to the total contract price. Contractor shall include this cost in his bid. Bonds must be furnished within five (5) days of the Notice of Award. If the Bidder fails to furnish the required Bonds within the prescribed time. the Owner may annul the Notice of Award and the Bid Security of that Bidder will be forfeited. The Bid Security of any Bidder whom the Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the Contract is awarded. . Attorneys-in-fact who sign bid bonds must file with each bond. a certified and effectively dated copy ofth;';r Power of Attorney. 5.2 Bidders are instructed to consider the following factors in preparation of YQur bid: a. Bids shall remain firm for a perind of 45 calendar days after the scheduled bid opening .. b. Exceptions to any specifications. or part thereof. must be clearly stated and included with your Bid Proposal Form. c. Bidders are instructed to include all necessary charges. related to this contract. 6,0 AWARD OF CONTRACT 6.1 The Town of Addison reserves the right to reject any or all bids, reject any particular item on a bid. and to waive immaterial formalities. The contract will be awarded to the lowest responsible bidder whose bid is most advantageous to the city. price and other factors considered. 6.2 Award will be based upon any analysis of the following criteria: Bidders ability to produce the goods or services requested, performance on similar contracts, and an evaluation of the bidder's understanding of the purchaser's needs. To demonStrate bidder's qualifications to perform the work. each bidder must submit with their bid, five (5) customer references for similar miscellaneous pavement improvements projects, including name of customer. telephone number and individual to contact 6.3 The anticipated start date is as SOOn as practical after the bid is awarded. The Contractor will have thirty (30) calendar days to finish the project, from start date to completion of the project (The owner feels this project can easily be completed in thirty days or less) 6.4 A Purchase Order wilt be issued in lieu of a contract agreement and 90% of the total price will be paid within thirty days of acceptance of the work and receipt of an invoice from the contractor. The final 10% will be paid when approved by the City CounciL 6.5 One contract shall be awarded to the lowest responsive bidder based on the total of improvements on all three street segments combined. 7.0 CERTIFICATES OF INSURANCE REQUIRED 7.1 The Contractor shall agree to furnish and maintain, during the perind of this agreement, insurance coverage meeting the following requirements: a. Commercial General Liability Insurance at minimum combined single Iimit$ of $500,000 per occurrence and $1.000,000 general aggregate for Bodily Injury and Property Damage. which coverage shall 􀁪􀁮􀁾􀁬􀁵􀁤􀁥􀀠ProductslCompleted Operations, ($1,000,000 ProductslCompleted Operations Aggregate) and XCU 􀀨􀁥􀁸􀁰􀁬􀁯􀁾􀁩􀁯􀁮􀀮􀀠collapse & underground) Hazards. Coverage for Productsl Completed Operations must be maintained for at least two (2) years after the work is completed. Coverage must be written on an Occurrence Form. Contractttal Liability must be maintained with respect to the contractor's obligations contained in the contract. Page 3 of14 􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀁾=----.. ...................-. b. Workers Compensation insurance at statutory limits, including employers liability coverage at minimum limits of$1 00,000 per occurrence -each accident, $100,000 per' occurrence -disease. and $500.000 aggregate -disease. c. Commercial automobile liability insurance at minimum combined single limits of $500,000. per occurrence for owned. non- • F\1ASE t > > .. f • i"...;·f>. .Page 11 of 14 of Contract. AUTHORIZEDOFFICERI 􀁏􀁗􀁎􀁅􀁒􀀬􀀢􀀽􀀬􀀬􀁌􀀮􀀺􀀽􀁾􀁾􀁾􀁾􀁉􀁉􀁦􀀺􀀺􀀺􀀺􀀺􀀮􀀢􀀭􀀭__ BID FORM BID NO. 01·07 MISC. PAVING IMPROVEMENTS ON MIDWAY RD & QUORUM DR.· 2001 BIDDER'S NAME 􀁾􀁴􀀱'·,d$ 7(../"0 ADDRESS //2/0 ,erA'u"r*n/CITY &;..,/;;Y,....:"pJ ZIP 7SI50 PHONE(?/l! )--=S-"':5=...zL-'-'.I.:Li'..!'P;...;'f'--_____FAX(1"7Z) S57-/SSZ. E·MAll.'--_______ I have received, readand undcl.'SUlnd allpages of these instructions and specificn.tions. I winabide byall areas of thesespecifications, and 10m a Jegal agent of the above nruned compnny. authorized to sign thisbid. Affiant further sUItes that Bidder has not paid. given. or donated or agreed to pay, give or donate to any officer or employee ofthe Town of Addison any money or other thing ofvalue. either directly or indirectly, in procnrin ' Gk-J//' (Signa (Title) NAME OF CONTACT A. J. ,j""l.rUlol1 􀀮􀁾􀀠•••••••••••••••••••••••••••••••••• ••••••••••••••••••••••••••••••••••••••••••1 MIDWAY ROAD (SOUTH OF BELT LINE RD.) RD.) Item # Estimated Qty. Description Unit Price Total 101 . Lump sum Mobilization, Bonds &. $ c,'itll!> .Dt> Insurance 102 Lump sum Barricades, signs and $ t,34S.DD Traffic control devices 103 182 Square yards Concrete excavation $ Jc.".. $ S4"e>.DD including hauling and disposal of surplus materials 104 182 Square yards 8" +550 psi Flex 24 hrs. $ 14"J.I1'" $ Z7. I/S••U) 50 Flex at 14 days, reinforced concrete pavement complete in place 105 . Lump sum Full depth sawed breakout $ llzS,groove perimeter only SUB·TOTAL MATERIALS AND SERVICES $ st2. 'i(PB.DD .,. 􀁾􀀠.Page 12 of 14 ! MIDWAY ROAD (NORTH OF BELT LINE RD.> Item#. Estimated Qty. Description Unit Price Total 201 Lump Sum Mobilization, Bonds & $ &",pIS.00 Insurance 202 􀁌􀁾􀁭􀁰􀁳􀁵􀁭􀀠 Barricades, signs and $ ZIZo.Do. Traffic control devices 203 . 167 Square yards Concrete excavation $ 34>._ $ 5/)10.,,,; including hauling and disposal of surplus mateials 204 167 Square yards 8" + 550 psi Flex 24 hrs. $ /l-9.DlJ $ 􀁚􀁾􀁬BfJJ.«J 50 Flex at 14 days, reinforced concrete pavement complete in place 205 Lump sum Full depth sawed breakout $ 1"6.D-_ groove perimeter only SUB.TOTAL MATERIALS AND SERVICES $ 3', t:J8fJ.oo OUORUM DRIVE (ALL LANES) Item#. Estimated Qty. Description Unit Price Total 301 Lump Sum Mobilization, Bonds & $ 31"£".Do Insurance 302 Lump Sum Barricades, signs and $ IIIS.DC> Traffic control devices 303 86 Square Yards Concrete excavation $ 3.,. "'.. $ Z$"f!,D.DO including hauling and disposal of surplus materials 304 86 Square Yards 8" +550 psi Flex 24 hrs. $ If.'}.op $ /2,81<1. "' 50 Flex at 14 days, ·reinforced concrete pavement complete in place· 305 Lump Sum Full depth sawed breakout 􀁾􀀠7St>.DO groove perimeter only '.,. <. SUB·TOTAL MATERIALS AND SERVICES $ Ze;, 􀁾􀀲􀁾􀀬􀁄􀁄􀀠GRAND TOTAL MATERIALS AND SERVICES $ 1t:J2 , "'/!II>.cC Page 13 of 14 , . Customer References Company Name Contact Phone Number 1.___________________________ 2.._______________'_____________ 3..____􀁾􀁾􀁟􀀧􀁟􀁟􀀧􀁟􀁟􀀧􀁟________'_______􀁾􀁾____ 4.._____________________ __________ 5..􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭•.,. .Page 14ofl4 CHUBB GROUP OF INSURANCE COMPANIES Surety Department, 15 Mountain View Road, P.O. Box 1615, Warren, NJ 07061-1615 Phone: (908) 903-3485 -Facsimile: (908) 903-3656 FEDERAL INSURANCE COMPANY BID BOND Bond No. AmountS Know All Men By These Presents, That we, Gibson & Associates, Inc. 11210 Ryliecrest, Balch Springs. TX 75180 (hereinafter called the Principal), as Principal, and the FEDERAL INSURANCE COMPANY. Warren, New Jersey, a corporation duly organized under the laws of the State of Indiana, (hereinafter called the Surety) as Surety, are held and finnly bound unto City of Addison (hereinafter called the Obligee), in the sum of Five Percent of the Greatest Amount Bid---Dollars ($ 5% GAB ), for the payment of which we, the said Prinoipal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, joinHy and severally, finnly by these presents. Sealed with our seals and dated this day of November. 2000 WHEREAS the Principal has submitted a bid dated November 27, 2000 for for Midway Road Pavement Repairs NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contraci with the Obligee in accordance with such bid and give bond \ ith good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the f 'incipal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work. covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and VOid, otherwise to remain in full force and effect. Gibson & Associates, Inc. FEDERAL 􀁉􀁎􀁓􀁾􀁒􀁁􀁎􀁃􀁅COMPANY /􀁂􀁹􀀺􀁾.... 􀀩􀀧􀀭􀁊􀁴􀁙􀁬􀁾􀀠Robbl Morales. Attomey-In-facl POWER Federal Insurance Company Attn.: SUrety Department.......... Chubb OF Vigilant Insurance Company 15 Mountain View Road 􀁾Surety Pacific Indemnity Company Warren, NJ 07059ATTORNEY Know All by 'I'he$e Presents. That FEDERAL INSURANCE COMPANY. an Irdaoa OCIpoIaooli. VIGILANT INSURANCE COMPANY. a New YOlk corporation, and PACIFIC INDEMNITY COMPANY, a WlSOOnSIn corporoUon, do each hereby consti!ule and appoint Carla J. Ball, Jim Baughman, Kelly A. Knisel, Jerry P. Rose, Don E. Cornell, Robbi Morales, Sheila M. Young, Kathleen Day and Lisa M. Bonnot of Dallas, Texas-------------each .... their true and lawful Attorney.j.,.Faollo execute under ....ch designation in their names and to affIX their corporate seals to and deliver for and On their behalfas surety thereon or otherwise, _ and u_kingsand other writings obligatory in lhe naltire lhereol (other than ball bonds) given or executed In the eourse of business, and any instrumenls amending or a!tering the same, and consenls 10 the modillealion or alteration alteration 01 any instrument relerred to In said bonds or obligations. In WIfneR Whareof. said FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and atIesled these presenls and afflxed their corporate seals on \hIs 18th day 01 August, 2000 􀁾􀁤􀀮􀁦􀁾􀁾􀀠 􀁾􀁆􀁾􀀮􀀨􀁲􀁯􀁥􀁦􀁉􀁤􀀭􀁾􀀠STATEOFNEWJERSEY }ss. CounIyofS.........t . Onthls 18thdayof August.L..4000 ,berore me. a NoIaryPublic or NewJe""'Y. pe.....liycam.Kenne lhC. Wendel. 10 me 1m""", 10 be _II!Sec_ry Cf FED"""'-INSURANce COMPANY. VIGILANT INSURANce COMPANY. and PACIFIC INDEMNITY COMPANY. the _ieswhich _ the 10"'llolng """"'r 01 Marney. end the ..Id Kennolh C. Wendel being by me duly owom, did depose and ""y thai he Is Assistant _ryof FEDERA!.iNSURANCE COMPANY. VIGILANT iNSURANCe COMPANY. and PACIFIC INDEMNITY COMPANY and knows Ihe colJlOfale "'_. !hal the _alr_to the foregoing Powerof _mey am such co!pOfa!. oeals and we'" Iherolo affncsd by aulhority of the By-law& of said companIeS; and !hal he signed sald Power of Momey "" Assistant SOClelary 01 said Cempani.. by Uka aulhority; and lhal he i._equainled wIih Frank E. Robertson. and _ him to be Vice President or $Bid , and thai the $ignature or Ffan1c E. Robertson, subscribed to said Power of Attorney is. io the genuine handwriting or frank E. Robertson, and was by aulhorily or..id By-LaWs and In deponenr. presence. Notarial Stral HEATHER MANCO NOlliry Public, State 01 New Jersey No. 2229695 CommisSion Expires Sepl24. 2004 CEFlTlFICATION Elc!ract from the INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All JlO'M!IS 01 attomey for and on behalf of the Company may and shall be """"uled In the name end on behalf of the Company. either by the Chairman or the President or a Viee President or an Assistant Vice Preslderd, jointly with the Secrelaly or an AssIstant Seeretaly. under their respective deslgnatlons. The signature of sueh oflieers may be engraved. printed or IiIhographed. The signature of each of the following OffICerS: Chainnan, President, any Vlee President, any Assistant Viee President. any Secretary, any AS$isIant Secretary and the seal of the Company may be affIXed by faeslmlle to any paNel' of aItomey or to any 􀁾retallng thereto appointing AssIstant SeereIaries or AlIorneys..l.,.Faet for purposes only of exeeu!ing and attesting bonds and unde!!akings and other writings obIigatoly in the nature thereof, and any such """"r of attorney or eertiflea!e bearing lSIJeh faeslmlle signature or _mile seal shal be wild and bln'-' 50 Flex at 14 days, reinforced concrete pavement complete in place <-' 205 Lump sum Full depth sawed breakout $ S.:?Q&I groove perimeter only SUB-TOTAL MATERIALS AND SERVICES $ 7 Z 7..7/.9-OUORUM DRIVE (ALL LANES} . Item # Estimated. Qty. Description Unit Price Total 􀁾􀀠 301 Lump Sum Mobilization, Bonds & 􀀤􀀻􀁚􀁾􀀠 Insurance $ ;:2.-P= 􀁾􀀠302 Lump Sum Barricades, signs and Traffic control devices 􀀤􀀲􀀭􀀵􀀧􀁾303 86 Square Yards Concrete excavation $ 2/f.:? .s..including hauling and disposal of surplus materials <2P ...304 86 Square Yards 8" + 550 psi Flex 24 hrs. $..2. '7.,.2 $2-5"£:/1250 Flex at 14 days, reinforced concrete. pavement complete in place s;".. 305 Lump Sum Full depth sawed breakout 􀀤􀀺􀀲􀀭􀁾􀀠 groove perimeter only 3 􀁾􀀮􀀷􀁾􀀮􀀮􀀮􀁺􀀮􀀮􀀵􀀧SUB-TOtAL MATERIALS AND SERVICES $ GRAND TOTAL MATERIALS AND SERVICES $/91 £;iY.::Y Page 13 of 14 Customer References Company Name Contact Phone Number 􀀱􀁾􀀮__________________________________________________________ 2.,________􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭3;,__􀁾􀁾______________________________􀁾_______________ 4._____________________________________________________ 5.,_____________________________________________________ , Page 14 of 14 December 01, 2000 MEMORANDUM To: Chris Terry, Assistant City Manager Through: Mike Murphy, P.E., Director ofPublic Works From: Steve Chutchian, P.E., Assistant City Engineer Cc: Jim Pierce, P.E., Assistant Director ofPublic Works Jim Wilson, Project Manager Subject: Paving Improvements on Midway Road and Quorum Drive Contract award to apparent responsive low bidder. Attached is a bid tabulation and reference checks from the Public Works Department for the proposed contract award ofPaving Improvements on Midway Road and Quorum Drive. All construction on Midway Road and Quorum Drive will be performed Sunday through Thursday between the hours of 10:00p.m. and 6:00a.m. Portions ofMidway Road and Quorum Drive have experienced extensive pavement failures. The existing pavement has approached the end of it's expected service life and a combination ofrepetitive wheel loadings and storm water have created numerous pavement failures. This project performs full depth pavement repairs needed to restore the integrity of of each existing roadway. The lowest apparent responsive bidder was Ed A. Wilson, Inc., in the amount of $97,440.00. The original estimate for this scope ofwork was $91,000.00. The total bid was slightly higher due to anticipated winter weather conditions. Staffrecommends that Council authorize the City Manager to enter into a contract with Ed A. Wilson, Inc. for paving improvements on Midway Road and Quorum Drive in the amount of$97,440.00. BID EVALUATION DATE: 11128100 WORK: Paving Improvements on Midway Rd. & Quorum Dr. -2001 BY: EngineeringiJ.Wilson BIDDER: BIDDER: BIDDER: ITEM NO. & DESCRIPTION UNIT PRICE JDJ UNIT PRICE Gibson UNIT PRICE Wilson MIDWAY RD: SOUTH OF BELT LINE RD: 101 Mob., Bonds, Ins. LS $10,000 LS $6,920 LS $5,000 102 Barr, signs, traffic LS $10,000 LS $2,345 LS $2,500 103 ConcExcavHaulDisp $25.00 x 182sy $4,550 $30.00 x 182sy $5,460 $25.00 x 182sy $4,550 104 ReinfCon Pav8inch $292.00 x 182sy $53,144 $149.00 x 182sy $27,118 $140.00 x 182sy $25,480 105 FuliDepthSawBrkGro LS $5,000 LS $1,125 LS $3,000 Subtotal: $82,694 $42,968 $40,530 MIDWAY RD: NORTH OF BELT LINE RD: 201 mob, Bonds, Ins. LS $10,000 LS $6,015 LS $4,500 202 Barr, signs, traffic LS $10,000 LS $2,120 LS $2,250 203 ConcExcavHaulDisp $25.00 x 167sy $4,175 $30.00 x 167sy $5,010 $25.00 x 167sy $4,175 204 ReinfCon Pav8inch $292.00 x 167sy $48,764 $149.00 x 167sy $24,883 $135.00 x 167sy $22,545 205 FuliDepthSawBrkGro LS $5,000 LS $1,060 LS $2,500 Subtotal: $77,939 $39,088 $35,970 QUORUM DRIVE (ALL LANES) 301 Mob Bonds, Insur LS $2,000 LS $3,165 LS $3,000 302 Barr, signs, traffic LS $2,000 LS $1,115 LS $2,000 303 ConcExcavHaulDisp $25.00 x 86sy $2,150 $30.00 x 86sy $2,580 $25.00 x B6sy $2,150 304 ReinfConcPav8inch $292.00 x 86sy $25,112 $149.00 x 86sy $12,814 $140.00 x 86sy $12,040 305 FuliDepthSawBrkGro LS $2,000 LS $750 LS $1,750 Subtotal: $33,262 $20,424 $20,940 GRAND TOTAL: $193,895 $102,480 $97,440 ======== ======== .::::===== ifY MISC. PAVING IMPROVEMENTS ON MIDWAY ROAD AND AND QUORUM DRIVE BID NO 01·07 DUE: NOVEMBER 27,2000 BIDDER SIGNED TOTAL '-􀀱􀁾􀀰􀀱􀀱􀀧􀀸􀀧􀀢􀁏!!,!:􀀻􀁾􀀠/Q3:gqye 741of!:: " Witness TOWN OF ADDISON BID ATTENDEES ON)7 Mise PAVING IMPROVEMENTS ON MIDWAY RD & QUORUM DR, 2001 OPEN: 2:00PM November 27, 2000 COMPANY YOUR NAME 1. Ep A 􀁗􀁉􀁛􀀵􀁴􀀩􀁾􀀭elf/It--Vm-t:ffJL.PfMR:{)j 2. Qtm /',;#,.",,:.. L 􀁾􀀮􀁾􀁾􀁾􀁊􀀻􀀮􀀠3. 'il>Wi1 J) I-IMJls:rn, /I4. STevE Cf!VTCllfl'1/l/(I5. 't6. 7. 8. 9. 10 . 11 • 12. 13 . 14. 15. -􀀭􀁾􀀢􀀠. -, ".', : , )(. 4!:-nZ!*-f 􀁰􀁾􀀠􀁾􀀠I MEMORANDUM 4"0: Chris Terry, Assistant City Manager Mike Murphy, P.E., Director ofPublic Works 􀁾􀀠"'..... :r-erN E/t§+eJ/JIYr-,'/From: Jim lliefee, P.E., Assistaul City Ellgineei -;=. p, "', J1'" W E'fi!{.. tF) ,ff.l) /.f l'JitT tJIe ec r 􀀺􀀱􀁾. , .C(. < .:JI'\ 􀁴􀀮􀁁􀁴􀁳􀀰􀁾􀀮􀀠p.e.> T "'-1-,....,+ .. < • Subject: . Proposai nom G1:t\V Ellgifleers. 􀁨􀀱􀁾􀀬􀀠for lilagil'lcCling; 5urveymg and Geoteehnical 􀁳􀁥􀁦􀁾􀀧􀁴􀁫􀀮􀁾􀁾􀁾􀁾􀁤􀁒􀀻􀁾􀁮􀁳􀁴􀀺􀁵􀁾􀁾􀁉􀁉􀀻􀁟􀁐􀁾􀁳􀁥Olle 'o0si8'l 􀁁􀁴􀁴􀁡􀁾􀁨􀁥􀁤􀀠is a 􀁾􀁾􀁾􀁾􀁂􀁗􀁾􀁥􀁲􀁳􀀬Inc. 􀁦􀁾􀁲􀀠engineering services for the reconstruction ofMidway Ro li-om Belt Lme Road to Keller Sprmgs Road. The proposal represents Phase One ofwhat is anticipated to be a two-phase design process. Phase One consists ofthe preparation ofall the construction plans and specifications necessary for the reconstruction work except for construction sequencing and traffic control, landscaping and irrigation, storm water pollution prevention plan and erosion control, signalization, temporary lighting, and sidewalks. All median opening widths, turn laue leugths, and street and driveway radii will be reviewed and design changes made where appropriate. The engineering report to be prepared with Phase One will provide a basis for the Town to establish a construction phasing and funding approach for this project. 􀀮􀀮􀀮􀁾􀀠Phase Two will consist of completing the remaining construction plans along with separating the plans prepared in Phase One into a separate bid packages for construction phasing purposes. Public notification and coordination with other cities, DART and affected businesses will be e 􀁾􀀠.-",7'; included in Phase Two. Bidding and construction phase services will also be provided. Ifit is 8Iil.'to 􀀢􀀧􀁾􀀠 determined during Phase One that the Midway Road reconstruction project will precede the 7"'r e/r,." 􀁾􀀠􀁾􀀠. (j'. Arapaho Road extension, the design ofthe box culvert crossing at Midway Road will be included S.,J'c in the the Phase Two design. The total proposed cost forlhe Phase One Design is $313,700.00. The design is estimated to . -1:r/(':olttake 200 calendar days exclusive ofreview time. Funding for this project will come from the 􀁡􀀻􀀺􀀺􀀺􀀺􀁾􀀢􀁧􀀬􀀠I 2000 Bond Sale. _ 􀁾􀁌􀀠􀁾Po i "':14 t:-4'L.•J: 􀁾􀀠(,97;' "Staff recommends that Council authorize the City Manager to enter into a contract with GftW 􀁾􀀠. t: d h>"C:c;􀁅􀁬􀁉􀁧􀁩􀁵􀁥􀁥􀁬􀁳􀁾􀀮􀀠for Phase One EngineerinsJlesiIP,for; $3 13,700.00. 'L.-;f-..,(,. 􀁾􀁾􀀠-""'L 􀁉􀁾􀀠'k 􀁲􀁾􀀮􀀮􀀮􀀠􀁃􀁾􀀠􀀧􀁾􀀠! 􀁾􀀠its '4#" 6iho,:z!? ;W pC--, 􀁾􀀠.,p-:... _ 1t7/r¥<'..:?f" Pe.rP',Pq/Le 􀁾􀀠"-t fJ': i 􀀧􀁾􀀠lo'v &f I t-( '1Zk:.. ,P 􀁰􀁾􀀠'J r\ .\J-" 1+1' 􀁾􀁣Jr' -"'::r I C-I (,{' 􀁾􀁉􀁐􀀼􀀠tl"<.."'fr )' .