", Wat.erLine Project,' Completed, 'r: , replacement ofwater 􀁳􀁥􀁾􀁾􀀠􀀱􀀡􀁬􀁃􀁾􀀬􀀧􀀢􀀢􀀬__ for Westfield Court has been completed on' , time and on buciget We appreciate your , 􀁾􀁰􀁯􀁐􀁥􀁲􀁡􀁴􀁩� �􀁲􀁦􀁩􀁬􀁬􀀱􀁤􀀠hope you did qot suffer ally '. ',:,m!;b:qvenience as the construction· progressed , , neighborhood. 􀁊􀁬􀁬􀁥􀁲􀁥􀁾􀁹􀁥􀀠beerrwme 􀁉􀁣􀁯􀁴􀁬􀀬􀀺􀀺􀁥􀁛􀁮􀁳􀀧􀀻􀁯􀀧􀁶􀀬􀁾􀀠the color ofthe new' copcrete 􀁰􀁾􀁣􀁨􀁥􀁳.• Please note iliat the new concrete will 􀁾􀁧􀁥􀀠and ' , • . darken With time. ' , If􀀧􀁶􀁯􀁴􀁬􀀧􀁨􀁾􀁬􀁶􀁥􀀠any continuing questionS or concerns, " please' call us iI!972/450-2871. ' ',; -. 􀀺􀁣􀁾􀀮􀀠. -. -􀀮􀁾􀀮􀀮􀀠-. "We hq,pe you have a Happy,;r{).a.nkSgiVing and, ," joyous h!iliday 􀁳􀁾􀁮􀀺􀀠" ';':, 􀀧􀀮􀀬􀁾􀀮􀁾􀀺􀀠........-.. :-' 􀁾􀀮􀁾􀀠....:\,'l> .: 􀀢􀀻􀁾􀀠􀁾􀁾􀀮􀀠􀀺􀂷􀀬􀀻􀁁􀁾􀁕􀁤􀀬􀁩􀁳􀁩􀁊􀀧'0' Public Works Department " o 􀀮􀁾􀀺􀀮􀀮􀀮􀁽􀀧􀀢􀀠" • Water Line Project Completed , , The replacement ofwater service lines for Westfield' Court has been cOmpleted on time and on budget. We appreciate your' ' , cooperationimd hope you didnot suffer any , the construction ptCIgr!lS!ltld darken' with tiine. , 􀀺􀁦􀁦􀁾􀁶􀁯􀀬􀁴􀁩􀁾􀀬􀁡􀁶􀁬􀁾􀀬􀁡􀀧􀁩􀁜􀀠cQntinuing,questicins,or concerns, " piease'call us af972/450-2871. We hope you have a Happy Thanksgiving and joyous holiday season. ' ,A4ldisoD Public Works Uepartment Water Line Project , Completed The replacement ofwater service lines for Westfield Court has been completed on time and on budget. We appreciate your cooperation and hope you did not suffer any inconvenience as the construction progressed through the neighborhood: There have been some concerns over the color ofthe new concrete patches. PleaSe note that the new concrete will age and darken with time. If you have any continuing questions or concerns, , please call us at 912/450-2871. We hope you have a HappyThanksgiving and , joyous holiday season. -"'. Addison Public Wl:;irkSDepartment , -. . Water Line Project Completed The replacement ofwater service lines for Westfield Court has been completed on time and on budget. We appreciate your cooperation and hope you did not suffer any inconvenience as the construction progressed 1:h.rouglq:]:le neighborhood: There have been some 'c6ne6fusover the color ofthe new concrete patches. PleaSe note th;>t the new concrete will age and darken with time. If you have any continuing questions or concerns, please call us at 9721450-2871. We hope you have a Happy Thanksgiving and joyous holiday season. Addison Public Works Department TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO fIrzS(fJ'1 Claim # Check $ 5j q..38.34DATE: Vendor No. Vendor Name Address 111/Z .s/MPy T!2A{L Address Address Zip Code GSww,lnc. eMil_Eng;"""",& Planners 11117 ShsdyTtail DodkM.T....􀀷􀁾􀀲􀀲􀀹􀀠Town of Addison Mr. Steve Chuk:hian, P.E. 16801 Westgrove Drive (P.O. Box 9010) Addision, Tx75001-9010 PROJECT: Westfield Court water Service Replacement GSWW Invoice No 04-08-466 GSWW Job 11036-002 DATE: BY: !nvojce from Inception thrOugh Septemijec 17. 2004 FINAL iNVOICE BASIC SERVICES Hourly not·t<>-exceed $11,120.00 Total Total Previous BiKed Hourly Amount Amount September 23, 2004 Quinn G. Spann, Jr., P.E. Amount This Dan DeGroot Proj. Eng 2.0 $96.06 $192.12 $0.00 $192.12 Bemard D'souaz, EIT Prol. Eng 26.0 $n.84 $2.023.84 $1,673.56 $350.28 David Letterbetler Drafter 16.5 $43.40 $802.90 $602.90 $0.00 Sue Jester Clerical 6.0 $46.60 $279.60 $186.40 $93.20 Total Basic Service $11,4611.46 $5,839.6S $5.616.80 Not to eXCeed amount $11,120.00 $5.a39.6S $5,280.35 Reimbursable Printing & Courier $167.99 $30.00 $157.99 ThIs Involee $11,307.99 $5,869.66 $5,438.34 Totel Contract Amount $11,960.00 Amount Billed to Date $11,307.99 Amount Previous Invoiced $5 869.65ITh I1!:::1s::.:Inv=o!ce=(F:,::INA=L)"--_.:;$6:1,;;438=.34::;j1 &.1< *' Pity, sz:c g(Z,§'/o5 Steve Chutchian From: Q\llnn Spann [qspann@g5W-inc.com] Sent: Tuesday, August 23, 2005 2:24 PM To: Steve Chutchian Subject: Unpaid Invoice on Westfield court Water Service Replacement Invoice.-2.Jds Steve, I apologize for the late notice, but our accounting department has just brought this to my attention. It appears that our records indicate that GSWW has not received our final payment on the referenced project. This is not the project that we are currently working on, but the one prior to it. I have attached a copy of the invoice that was sent to you on September 23, 2004. Could you check your records to see if the Town of Addison did in fact pay GSWW, Maybe GSWW has made a mistake. Once again, I apologize for such a late 􀁮􀁯􀁴􀁩􀁣􀁥􀁾􀀠Quin n G. Spann, Jr., P.E. GSWW, Inc. Civil Engineers 972-620-1255 Ext. 225 (tV1? f CA Tf3!' 7J-f/S (/f/'vt'ICe..J r/z.-!>/tJ'4J ,,4k'O IT H/lS. 􀁾􀁊􀀠P/ri [) Tl' P/fTE, 1 DATE SUBMITTED: December 2, 2004 FOR COUNCIL MEETING: December 14, 2004 Council Agenda Item SUMMARY: Tros item is for final payment and acceptance of improvements performed by Davis Excavation, in the amount of $10,922.50, for the Westfield Court Water Service Replacement Project. FINANCIAL IMPACT: Budgeted Amount: $72,000.00 Construction Cost: $59,225.00 Source ofFunds: Funds are available from the FY 2004-05 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program. BACKGROUND: The Public Works Department previously determined the need to replace existing water service lines in the Westfield Court Addition. This project was a result of numerous water service line breaks that occurred in the area and frequently disrupted service and inconvenienced residents. A contract was awarded to Davis Excavation fur construction ofthis project. The original contract price for these improvements was $59,225.00. The contractor was able to complete the construction without any change orders or other other cost overruns. In addition, this project included an incentive/disincentive provision, whereby, the contractor would be awarded $250.00 per day for early completion ofthe project, to a maximum award 0£$5,OOO.00. The Town acknowledged that the contractor successfully completed the project, including punch list items, approximately 22 days early and earned the maximum incentive award of$5,000.00. The contractor has submitted his Affidavit ofBills Paid, Consent of Surety Company to Final Payment, One-Year Maintenance Bond, and as-built drawings. RECOMMENDATION: Staff recommends that Council authorize final payment of $10,922.50 to Davis Excavation, and accept construction of the Westfield Addition Water Service Replacement 􀁐􀁾􀁥􀁣􀁴􀀮􀀠 ------TOWN OF ADDISON . PAYMENT AUTHORIZATION MEMO DATE: Claim # Vendor No, Vendor Name Address Address Address Zip Code AMOUNT TOTAL 1/It) '12.2,9 EXPLANATION 􀀮􀁾􀁾􀀠Authorized Signature Fihance APPLICATION AND CERTIFICATION FOR PAYMENT AlA DOCUMENT 0702 PAGE ONE OF ONE PAGES ONTRACTOR TO: Owner PROJECT: APPLICAnON NO: #2 Retainage Town Of Addison Westfield Court Water Service Replacement P.O. Box 90 I 0 Addison, Texas 75001 PERIOD TO: 17-Dec-04 FROM CONTRACTOR: CIVIL ENGINEER: Davis Excavation P.O. Box 1169 BID NO: "'0"'4-"'34'--______ Val, Alstyne, TX 75495 CONTRACT FOR: Utility Work CONTRACT DATE: 28-Sep-04 SUB CONTRACTOR'S APPLICATION FOR PAYMENT Application js made for payment:, as shown below, in connection with the Contract Continuation Sheet, AlA Document 0703. is attached, L ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE (Line I + 2) 4. TOTAL COMPLETED &: STORED TO DATE (ColumnGon G703) 5, RETAINAGE: a 10 % ofCompieled Work $ (Column D +E on G703) b. 10 % of SICred Material $ (Column F on 0703) Tolal Retainage (Unes 5a + 5b or Tot.1 in Column Iof(703) 6. TOTAL EARNED LESS RF.TAINAGE (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE 9. BALANCE TO FINISH,INCLUDING RF.TAINAGE (Line.3 less Line 6) $ 59,225,00 $ 0,00 $ 59,225.00 $ 59,225.00 0.00 0.00 $ 0.00 $ 59,225.00 $ 53,302.50 The undersigned Sub Contractor certifies that to the best of the Sub Contractors knowledge, informalion and beliefthe Work covered by this Applicsti011 for Payment has been completed in accordance \-vith the ConltaCl Documents, that all amounts have been paid by the Sub Conlractor for Work for which previOUS Certificates £'or Payment were issued and payments. received from the Contractor, and that current payment shown herein is now due. 􀁓􀁕􀁂􀁃􀁏􀁉􀁾􀀠By:. ...! ,./Date: 17-Nov-04 Ore\-􀁩􀁳􀀬􀁐􀁲􀁾􀀠State of: Texas County of: Dallas Subscribed and sworn to before me this 17th day ofSepelember, 2004 Notary Public: Mark Brandenburg My Commission expires: 􀀲􀀳􀀭􀁆􀁥􀁢􀁾􀀰􀀸􀀠$ 􀂧􀀻􀁴􀁎􀁍􀁴􀁾􀁾􀁾􀀻􀁾􀁾􀁾􀁾􀀭􀁍􀁴RETAINAGE NOW DUE $ $0.00 􀁾􀁾􀁾􀁵􀀧􀁫􀁳􀁦􀁩􀀺􀀠/((0/HANGEO MMARy Total changes approved in previous months by Owner AJJ,)ITlvN$ $0.00 DEDUCrIvN, SO.OO Total approved this Month $0.00 SO.OO TOTALS SO.OO SO,OO NET CHANGES by Change Order $0,00 AlA OOCUMENTG102 -APPUCATIONANO CERTlFICATrON FOR PAYMENT, 1992: EOITlON ·AIA 'C1992 THE AMERICAN INSTlruTEOF ARCHITECTS. 1735 NEW'r'ORKAVE, NW., WASHINGTON. DC 20006-5292 Users may obtain validation of this document by requesting a completed AlA Document 0401 • Certification of Document's Authenticity from the Licensee. CONTINUATION SHEET Davis Excavation AlA DOCUMENTG703 P.O. Box 1169 Van Alstyne, TX 75495 AlA Document 0102. APPLICATION AND CERllFlCATlON FOR PAYMENT, """'ining APPLICATION NO: 1/2 Contractor's, :signed certificatwn is attached. APPLICATION DATE: 17-Dec-04 In tabulations below. amounts ate stated to the neare.st aoUar, PERIOD TO: 17-Nov-04 to 􀀱􀀷􀁾􀁏􀁥􀁣􀀭􀀰􀀴􀀠Usc Column I on Conttacts where variable retainage for line items may apply, ARCHITECT'S PROJECT NO: Bid 04-34 A B ITEM DESCRIPTION OF WORK DAVIS NO. COST CODE ------------I Perform Water Service Replacements 􀁾􀀠23 Ea.@$2,575.oo Ea. [)203 , WATER SERVICE REPLACEMENT SUBTOTAL: Cluntgc Order Items I CHANGE ORDER SVtrrOTAL: CONTRACT TOTAL: C D I E SCHEDULED WORK COMPLb"TED VALUE FROM PREVIOUS lHIS PERIOD APPl.,fCATION 􀀨􀁮􀀫􀁉􀁾􀁌􀀠. 559,225.00 $59,225,00 SO.OO S!i',llS.OO S5',Zl5.00 SO,I)(} I 10.'" so.oo '.00 􀁓􀁾􀀮􀁬􀁾􀁾􀀮􀀠________􀁾􀁅􀁾􀀺􀁏􀁏􀀠$0,00 I ........" \ ..U ............"',.... , ... """'..."'.... '-VUH YO.""" ",,,,.tt.,,,,,,, n,,", ._.......􀁾􀀠F G H I MAttRiALS TOTAL % BAUtNCE 10 % II.£TAINAGE PR.ESENTLY STORED COMPLETED AND (G+C) TOW1SH (NOT IN 0 ORE) " STORED TO DATE (C-G} (D+E+f) 10.00 5S9,22S,OO 􀁬􀁏􀁏􀀧􀁾􀀠1000 SO.OO r SO." $S9,225,00 ''''''s."" $0.00 . $0,"" $0,00 UDIV!{)! SO.GO 50.00 "'.00 $59):25.00 tOO" SO... ..... Users may obtain validatton of this document by requesting of tho license a completed AlA Document 0401 w Certification of Document's Authenticity AlA DOCUMENT 0103· CONTINUATION SHEET FOR 071Q lDn eDITION' AlA· 01992: THE AMERICAN INSTITUTE OF AACtUTECTS, I73S NEW YORK AVENUE. N.W. WASHINGTON, O_C, 20006-52].2 G703-1992 I <7.','.",'"","'-",""""',,"""', .. .,,"" 􀁾􀀠,,:.;. ---.-.' Water Line Project Completed Water Line Project Completed The replacement ofwater service lines for Westfield Court has been completed on The replacement ofwater service lines for Westfield Court has been completed on time and on budget. We appreciate your time and on budget. We appreciate your cooperation and hope you did not suffer any cooperation and hope you did not suffer any inconvenience as the construction progressed inconvenience is the construction progressed through the neighborhood. There have been some through the neighborhood. There have been some concerns over the color ofthe new concrete patches. concerns over the color ofthe new concrete Please note that the new concrete will age and patches. Please note that the new concrete will darken with time. " age and darken with time. Ifyou have any continuing questions or concerns, Ifyou have any continuing questions or concerns, please call us at 972/450-2871. please call us at 972/450-2871. We hope you have a Happy Thanksgiving and joyous holiday season. We hope you have a Happy Thanksgiving and joyous holiday season. Addison Public Works Department Addison Public Works Department -",f,'! .' j ;J _ -i : "">1' ". -'r '1 􀁾􀀠••':-." .. "􀀧􀀻􀀢􀀧􀁾􀀢􀁲􀀭􀀧􀁾􀀠􀀢􀀬􀀺􀀻􀁾􀀮 􀁪􀀺􀁾􀁜􀁟􀀺􀁾􀀮􀁪􀁾􀀢􀀮􀁾􀀧.,.;c'."􀀱􀀪􀁾􀀡􀁾􀀻􀀺􀁴􀀪􀁾􀁾􀀻􀁾􀁾􀀥􀀧􀁴􀁾􀁾􀀧􀀱􀀻􀁾􀀢􀀧􀀭􀀢􀀭􀁾􀁾􀀬􀀺􀁾􀀧􀀠'\..' _. -, ',,'!fl'fo." ..􀀧􀁾􀀠􀁾􀁾􀀠􀁾􀀠. .,,-.... Jo.' 􀀮􀁾􀀠"i: Water Line Project Water Line Project Completed Completed The replacement of water service lines for Westfield Court has been completed on The replacement of water service lines for Westfield Court has been completed on .. time and on budget. We appreciate your time and on budget. We appreciate your . 􀁾􀀮􀀧􀀠cooperation and hope you did not suffer any cooperation and hope you did not suffer any inconvenience as the construction progressed inconvenience as the construction progressed through the neighborhood. There have been some through the neighborhood. There have been some , concerns over the color of the new concrete patches. concerns over the color ofthe new concrete Please note that the new concrete will age and patches. Please note that the new concrete will darken with time. age and darken with time. If you have any continuing questions or concerns, Ifyou have any continuing questions or concerns, please call us at 972/450-2871. please call us at 972/450-2871. We hope you have a Happy Thanksgiving and joyous holiday season. , i:' joyous holiday season. We hope you have a Happy Thanksgiving and Addison Public Works Department Addison Public Works Department '. 􀁾􀁙􀁾􀀺􀁾􀁌􀁾􀁾􀀢􀀺􀁮􀁾􀁾􀁽􀁣􀁾􀁏􀀻􀁾􀁓􀀻􀀱􀁾􀁾􀁾􀁾􀁾􀁾􀀱􀁩􀁦􀁾􀀢􀀧􀁩􀁲􀀮􀁾􀁴􀁾􀁴􀁬􀀻􀁾􀁾􀀧􀀻􀀮􀀠f 􀁾􀀠􀁾􀀺􀀮􀁴􀁾􀀠\ Water Line Project II:::r Completed','"-,. , . The replacement of water service lines for Westfield Court has been completed on time and on budget. We appreciate your cooperation and hope you did not suffer any inconvenience as the construction progressed .• , " through the neighborhood. There have been some . concerns over the color ofthe new concrete patches. Please note that the new concrete will age and darken with time. If you have any continuing questions or concerns, please call us at 972/450-2871. We hope you have a Happy Thanksgiving and joyous hQliday season. Addison Public Works Department Davis Excavation, Inc . • P.O. Box 1169 • Van Alstyne, Texas 75495 • (214)733-8042. (214)733-8043 Fax 19-Nov-04 Mr. Steven Chutchian, P.E. Assistant City Engineer Town Of Addison P.O, Box 9010 Addison, TX 75001 Re: Westfield Court Water Service Replacement Bid 04-34 Dear Mr. Chutchian, Davis Excavation's Contract on the Westfield Court Water Service Replacement project was based on the work being completed in Fifty-Four (54) calendar days. As per the Bid Documents, an Incentive Bonus to expedite the work of $250.00 per day is to be paid for each day that the work is completed early. This incentive bonus is capped at $5,000.00. Davis Excavation was given Notice to Proceed by the Town of Addison on 15-0ct-04. Davis completed the work and obtained the Town's acceptance ofthe work from Dave Wilde, Public Works Inspector, on 16-Nov-04. The total job duration was thirty-three (33) day which is twenty-one days ahead of schedule thereby qualifying Davis to receive the Incentive Bonus. The amount of the incentive payment is calculated below: 21 Days X 250.00 = $5,250.00 Less Cap Overage = <$ 250.00> $5,000.00 Total Incentive Bonus due Davis Excavation Please accept this letter as a formal request from Davis Excavation, Inc. for payment of the Incentive Bonus on the Westfield Court Water Service Replacement Contract. Davis Excavation has enjoyed working with the Town of Addison on this project and looks forward to the opportunity of bidding your future excavation and utility needs. Sincerely, Mark Brandenburg EVP Attachment -Invoice #743-3 -I Davis Excavation, Inc. P.O. Box 1169 Van ALstyne, TX 75495 (214)733-8042ofc (214)733-8043 fax Invoice Date Invoice # 11119/2004 743·3 Bill To Town of Addison 5350 Bel! Line Rd Addison, Texas 75001 P.O. No. Terms Project Ne!30 743 Westfield Court ... Description Qiy Rate Amount Incentive Bonus to Expodite Work Capped at $5,000 I 5,000.00 5,000.00 Total $5,000.00 Payments/Credits $0.00 Balance Due $5,000.00 Davis Excavation, Inc . • P.O. Box 1169 • Van Alstyne, Texas 75495 • (214) 733·8042. (214) 733-8043 Fax 19-Nov-04 Mr. Steven Chutchian, P.E. Assistant City Engineer Town OfAddison P.O. Box 9010 Addison, TX 75001 Re: Bore @4025 Rive Dear Mr. Chutchian, As we discussed in yesterday's meeting, the Town of Addison directed Davis Excavation to perform a Bore at 4025 Rive. We have now completed the work. Attached is Davis Excavation's Invoice #ADDIl11904 in the amount of$800.oo. Please give us a call for any future excavation and utility needs that you may have. Sincerely, Mark Brandenburg EVP Attachment Invoice #ADDIl 1 1904 -I Davis Excavation, Inc. Invoice P.O. Box 1169 Van ALstyne, TX 75495 (214)733-8042ofc (214)733-8043 fax Date Invoice # 11119/2004 ADDIIl1904 Bill To Town ofAddison 􀁾􀀳􀀵􀀰􀀠Belt Line Rd Addison, Texas 75001 P.D.No. Terms Net 30 Description Qty Rate Amount Bore at 4025 Rive, Addison, Texas I 800.00 800.00 Total $800.00 Payments/Credits $0.00 Balance Due 5800.00 TOWN OF ADDISON , PAYMENT AUTHORlZATJON MEMO DATE: Claim 􀀣􀀧􀀺􀀧􀀭􀁟􀁾___ CheckS 54}/(JZ.9 Vendor No, Vendor Name Address p.. o. BoX (/6 9 Address Address Zip Code , TOTAL $I􀁾􀁴􀁦􀀮􀀱􀀠() 2,50 > ,;:E::.:X'-.:PLA=NA:.:..:.:.:TI:.::O.:::N__􀀮􀀮􀀡􀁃􀀮􀁗􀁾􀁂􀁔􀁾􀂷-L.LF.s.(.!:oc.-=C,-"􀁦􀀩􀁾􀀭􀀭􀀭􀀮􀀺􀀺􀀺􀁃􀁵􀀬􀀢􀀬􀁥􀁔􀀠􀁲􀁾􀁁􀁚􀀢􀀢􀀧􀁴􀀭􀁥􀀠A-t(rvli . t _____􀁾􀁉􀀧􀁬􀀷􀁬􀀮􀀮􀀡􀁲􀀮􀀢􀀧􀀡􀀺 􀁳􀁃􀂷􀀠/hI4 J]?>e A.ee1 . Authorized Signature Fihance APPLICATION AND CERTIFICATION FOR PAYMENT AlA DOCUMENTG702 PAGE ONE OF ONE PAGES TO: Owner PROJECT: APPLICAnON NO: .::#.:..1___ Distribution to: Town OfAddison Westfield Court Water Service Replacement DOWNER P.O. Box 9010 􀁾􀁁􀁒􀁃􀁈􀁉􀁔􀁅􀁃􀁔􀀠Addison, Texas 75001 PERIOD TO: 17-Nov-04 IICONTRACTOR FROM CONTRACTOR: CIVIL ENGINEER: I I Davis Exeavation D P.O. Box 1169 BID NO: -"0.:..4-.:..34'---______ Van Alstyne, TX 75495 CONTRACT FOR: Utility Work CONTRACT DATE: 28-Sep-04 SUB CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. Continualion Sheet, AlA Document 0703, is attached 1. ORIGINAL CONTRACT SUM $ 59,225.00 2. Nel change by Change Orders $ 0.00 3. CONTRACT SUM TO DATE (Line I + 2) $ 59,225.00 4. TOTAL COMPLETED & STORED TO $ 59,225.00 DATE (Column G on G703) 5. RETAINAGE: a. 10 % of Completed Work $ 5,922.50 (Column D + E on 0703) b. 10 % of Stored Material $ 0.00 (Column F on G703) Total Relainage (Lines 5a + 5b or Total in Column I of0703) $ 5,922.50 6. TOTAL EARNED LESS RETAINAGE $ 53,302.50 (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) $ 0.00 8. CURRENT PAYMENT DUE """'$ 􀁀􀁭􀀳􀁍􀀻􀁱􀁲􀁀􀁎􀁾􀁾􀁾􀁾􀀺􀁾􀀺􀀠9. BALANCE TO FINISH, INCLUDING RETAINAGE $ • no",""2.50 (Line 3 less Line 6) CHANGE ORDER SUMMARY ADDlTl." SO,oo ".00 ".00 Town Of Addison I Westfield Court Water Servlce ReoL􀁾􀁾􀁾...􀁾... G H I "OTAL % BALANCE IO%RIITAlNAGii COMPU:.TF.D AND (G+C) TO fiNISH STORED TO DATI:: (e.G) • (D+E+f)----159,125.00 100% :«>.00 $S,92UO 559,2Z5.00 IOO-/. $0,00 S5,911.50 􀀮􀁾.. HDIV'IU! SCUto "'.00 SS9,Zn.og, '00% , $0,00 SS.911..50 Users may obtain validation 01 this document by requesting of the license a completed AfA Document 0401 􀁾􀀠Certification of Document's Authenticity AlAOOCIJMENT 0703· CONnNUAmm SHEET f'oRG7az -19gZ t:DI'IlQN" AlA '0111$2 GT03·1992THE AMERICAN INSTITUTE OF ARCHITECTS. 1135 NEWVORKAVENUI!, N,W, WASHINGTON, O,C, 201J0t.S2l:: Nov 19 2004 15:34 P.02Fax:2147338043DAVIS EXCAVATION Davis Excavation, Inc. • P.O. Box 1169 • Van Ably"., Texas 75495 • (114) 733-8042. (l14) 733-80431'u Mr. Sleven Chutchian, P.E. Assistant City Engineer Town Of Addison P.O. Box 9010 Addison, TX 75001 Re: Bore @4025 Rive Dear Mr. Chutchian. As we discussed in yesterday's meeting, the Town of Addison directed Davis Excavation to perform a Bore at 4025 Rive. We have now completed the work.. Attached is Davis Excavation's Invoice IIADDIll1904 in the amount of.S800.00. Please give us a call for any future excavation and utility needs that you may have. Sincerery, 􀁾􀁾􀀲􀀭􀀭􀀭􀀭􀀭􀀻􀀺􀀿􀀧􀀠 Mark Brandenburg EVP Attachment -Invoice #ADD1111904 -1 Nov 19 2004 15:34 P.03Fax:2147338043DAVIS EXCAVATION Davis Excavation, Inc. Invoice P.O. Box 1169 VanALstyne, IX 75495 (214)733-&042ofe (214)733-8043 fax Date Invoice # 1111912004 ADDlIJ 1904 alii To T""Il ofAddi",n '3'0 Belt Line Rd Addi.., •• r.,... 7'001 P.O.No. Tenn. Net 30 Description QIy Rate AmQU/JI Born' 4025 R,;,e, Add;son. ;""(oS 1 800.00 800.00 Total 5800.00 Payments/Credits $0.00 Balance Due $800.00 TOWN OF ADDISON . PAYMENT AUTHORIZATION MEMO DATE: Claim #:..---.:.____ Check $ .5;8 Cr,?S, Vendor No, Vendor Name > Address 11117 SIf/Tj)f' TI2.4IL Address Address Zip Code EXPLANATION W€5TF(ec.O Cpl/,er WATER SeRI4CE Rc=P01Cf:/1 \,,::I\..-( .oB/t:;"V< 􀀮􀁾􀀠􀁥􀀯􀁾􀀠Authorized Signature Finance GSWW;tnc. GSWW Invoice No 04-06·375 CiVilI Environmental Engineers & Planners GSWW Job .1036-002 11117 Shady Trail D8IJas, Texas 75229 DATE: July 6,2004 Town of Addison BY: Quinn G. Spann, Jr., P.E. Mr. Steve Chutchian, P.E. 16801 Westgrove Drive (P.O. Box 9010) Addision, Tx 75001·9010 PROJECT: Westfield Court Water Service Replacement Invoice from Inception through July 2, 2004 BASIC SERVICES Hourly not-to-exceed $11,120.00 Amount Billed Hourly This Tille Hours Rate Invoice Quinn Spann, P.E. Proj. Mang 25.5 $124.58 $3,176.79 Bernard D'souaz, EIT Proj. Eng 21.5 $77.84 $1,673.56 David letterbelter Drafter 18.5 $43.40 $802.90 Sue Jester Clerical 4.0 $46.60 $186.40 Total Basic Service $5,839.65 SPECIAL SERVICES Not-to-exceed $840.00 Reimbursable Printing & Courier $30.00 This Invoice $5,869.65 Total Contract Amount $11,960.00 Amount Billed to Dale $0.00 !This invoice $5,869.651 GSWW, INC 11111 SHADY TRAil DAllAS, TX 15119 TO INSURE PROPER POSTING TO YOUR ACCOUNT PLEASE DETACH AND RETURN WITH YOUR PAYMENT TAX I,D, NO. 75-1366561 91.0 Nov 19 2004 15:09 P.02DAVIS EXCAVATION Fax:2147338043 Davis Excavation, Inc. • P.O. Box 1169 • Van AI.tyn., Texa. 75495 • (214) 733-8042. (214) 733-8043 Fax 19-Nov-04 Mr. Stevc;n Chutchian, P .E. Assistant City Engineer Town OfAddison P.O. Box 9010 Addison, TX 75001 Re; Westfield Court Water Service Replacement Bid 04-34 Dear Mr. Chutchian, Davis Excavation's Contract on the Westfield Court Water Service Replacement project WIlB based on the work being completed in Fifty-Four (54) calendar days. As per the Bid Documents, an Illccntive Bonus to expedite the work of $250.00 per day is to be paid for each day that the work is completed early. This incentive bonus is capped at $5,000.00. Davis Excllvation was given Notice to Proceed by the Town of Addison on IS-Oct-04. Davis completed the work and obtained the Town's acceplance of the work from Dave Wilde, Public Works InspeCtor, on 16-Nov-04. The toW job duration was thirty-three (33) day which is twenty-one days ahead ofschedule thereby qualifying Davis to receive the Incentive Bonus. The amount of the incentive payment is calculated below: 21 Days X 250.00 $5,250.00 Less Cap Overage -<$ 250.00> $5,000.00 Total Incentive Bonus due Davis Excavation Please accept this letter as a formal request from Davis Excavation, Inc. for payment of the Incentive Bonus on the Westfield Court Water Service Replacement Contract. Davis Excavation has enjoyed working with the Town of Addison on this project and looks forward to the opportunity of bidding your future e;Jj;cavation and utility needs. Sincerely, Mark Brandenburg EVP Attachment -Invoice #743-3 " I • Davis Excavation, Inc . • P.O. Box 1169 • Van Alstyne, Texas 75495 • (214) 733-8042. (214) 733-8043 Fax 17-Nov-04 Mr. Steven Chutchian, P.E. Assistant City Engineer Town Of Addison P.O. Box 9010 Addison, TX 75001 Re: Westfield Court Water Service Replacement Bid 04-34 Dear Mr. Chutchian, Please find attached Davis Excavation's Progress Payment Applications #1 & Retainage Application #2 for the work completed on the Westfield Court Water Service project. In accordance with the general provisions for Final Payment please find attached: I. Affidavit of Bills Paid 2. Consent of Surety Company to Final Payment 3. Two (2) copies As-Builts 4. One (I) copy Two Year Maintenance Bond -Note: Original Maintenance Bond submitted to Ms. Minok Suh with the Town Of Addison. Please let me know if you require anything further in order to process our Payment Applications. Sincerely, 􀁾􀀤􀀮􀀭􀀭7.. Mark Brandenburg EVP -I CONTRACTOR'S AFFIDAVIT OF BILLS PAID STATE OF TEXAS COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared IJRI!W 01'1111,5 who, being duly sworn, on oath, says that he is.a legal representative of IJllvl,$ e>cCJt"'''lIPM, 􀁉􀁾􀀻􀀺􀀻􀀮􀀠(full name ofContractor as in contract) and that the contract for the construction ofthe project, designated as Westfield Court Water Service Replacement (Project No.) has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery and labor used in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid. Title Sworn to and subscribed before me this 􀁾􀀯􀁟􀀷􀁾􀁟􀀮􀁤􀁡􀁹of IJPvel'l'1&:R...., ,2004. AllEN BRANDENBURG NoIIIIY Public. Stat. of T·'" My Commission Expires February 23. 2008 2 Notary Public in and for 7 PAI..tJt5 County, Texas '. 80f9 I SURETEC INSURANCE COMPANY 7201 Bishop Rd., #250, Plano, Tx 75024 CONSENT OF SURETY TO FINAL PAYMENT BOND NO.: 4345289 OWNER ARCHITECT CONTRACTOR SURETY OTHER 0 0 0 0 0 TO OBLIGEE: Town ofAddison (N.,nennd Address) P. O. Box 9010 Addison, Texas 75001 CONTRACT FOR; utility work PROJECT: (Name and Address) Westfield Court Water Service Replacement COt-.'TRACT DATED: September 28, 2004 PRINCIPAL: Davis Excavation, Inc. At the request ofthe Obligee and the Principal indicated above, (ff"erl,mOl. and nddress a/Surely) SureTec Insurance Company, 7201 Bishop Rd., #250, Addison, Texas 75024 ,SURETY, on bond of (Insert !tame IIlId address ofOmtrrtCforj Davis Excavation, Inc., P. O. Box 1169, Van Alstyne, Texas 75495 ,CONTRACTOR, and conditioned on the representation by Obligee that all Contract provisions relating to the payment of flnal payment under the Contract have been satisfled by Principal as of the date offInal payment, and that no claims by Obligee or any third party are known or believed by Obligee or its representatives to exist as ofthe date of fInal payment, representations as to the truth and accuracy ofthe foregoing conditions being deemed to have been made by Obligee in connection with this request for Consent ofSurety, hereby approves of the fmal payment to the Principal, and agrees that fmal payment in accordance with the terms hereof shall not relieve the Surety ofits obligations to (II/seri name and address ofObIigeej Town ofAddison, Texas, P. O. Box 9010, Addison, Tx 75001 ,OBLIGEE, as set forth in said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand On this date: November 17, 2004 (Insert in wriJillg Ihe mon!11 fonowed by the numeric dale and year.) SureTec Insurance Company (Surery Attest: Sonia Lara, Attorney-in-Fact (Seal): (Printed name and lille) SURETEC CONSENT TO FINAL PAYMENT REV. 1.12004 􀀨􀁾 SureTec 4345289 GENERAL POWER OF ATTORNEY Kltow All Melt by These Presems, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws ofthe State ofTexas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Michael P. Whisenant, Cam Fletcher, Jan Parker, Sonia Lara ofDaUas, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five MiIIion and nol100 dollars ($'5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confinning all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions ofthe Board ofDirectors ofthe SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint anyone or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf ofthe Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executcd by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resalvet!, that the siguature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney Or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th ofApril, 1999.) [II Wi/lies, Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 11 th day ofJune, A.D. 2002. SURETEC INSURANCE COMPANY Corporate Seal By State ofTexas J5i!!tCounty ofHarris ss: Preside'!t On this llth day of June A.D. 2002 before me personally came John Knox, Jr., to me known, who, being by me dnly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which cxecuted the above instrument; that he knows the seal ofsaid Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he sigued his name thereto by like order. 􀁾􀀠--DONNAU.I••A.. 􀀲􀁾􀁕􀀮􀀠􀁾􀀠􀀿􀁻􀁾􀁽􀀠NObIIfPubRt.'tDoIf.... Notary Seal '5' "'.....""".-.. onna U. Ibanez, Notary 'ce.. JUNE11.2OOe My commission expires June 11, 2006 I, Michael P. Whisenant, Vice President and Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and forcgoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board ofDirectors, set out in the Power ofAttorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed thc seal ofsaid Company at Houston, Texas this 17th day ofNovember, 2004, A.D. Corporate Seal Michael P. Whisenant, Vice President, Assistant Secretary -----------------STATE OF TEXAS COlJNTY Of DALLAS That Davis Excavation, Inc. as pr;ncipal and SureTec Insurance Company ___________ ,a corporation organized under tbe laws of. Te:;:x;.,a::;:s::-____ __ and as sureties, said sureties being authorized to do business in !be State of Texas, do hereby expressly acknowledge themselves to be beld and beund to pay unto the Town of Add;,o1l, a municipal corporation, chanered by virtue ofa Special Act of Legislatm. oflbe Slate of Texas, as Addison, Dallas County. Tex"", the sum of Fifty Nine Thousand 'Two Hundred Twenty Five and non 00 •r· {$ 59, 225 • 00---}far the payment ofwbich sum will and truly to be made unto said Town ofAddison and its successors, said principal and sureties do hereby bind themselves, Illeir ....lgns and succoosors,jaintly and severally. This obligation is conditioned, however, that whereas said Davis Excavation, Inc., POBox 1169, Van Alstyne, TX 75495 has this day entered into a wrinen corrt1'llclwlth the ,aid Town ofAddison to build andconslruct the Westfield Court Water Servtce Replacement 40f9 which COnlract and the Plans and Specifications therein mentioned adopted by the Town of Addiron, are hereby eKpressly made a part hereofa!l tbough the same were written and emhodied herein. WHEREAS, under tilt PIRll5, Specifications and Contract it is provided thaI the Contractor will maintain and keep in gooa repair the work herein contracted to lx: done and pdbtmed for a period of two (2) years from the date of stsrtup, and to do .11 neeosssry bacl Happy with tbe wall! » Interior landscape needs to be addressed (i.e., replace ground cover and plant material damaged) » Dou't want to be a year out » Stumps still exist with balf dead sbrubs Public Works Proj ect: }> Water liue replacement Project }> Very responsive » Dave Wlide returned calls }> Put back concrete -doesn't even look like tbe attempted to match original concrete? }> Clean up??? }> Look down street -aestbetically ridiculous! }> He explained original concrete was 14 years old -they would have to tear out all existing concrete to make it matcb }> He and bis wife took time to attend tbe meeting to hear about project that would now tear up tbe front of bis street }> Was comfortable and confident in scope ofthe work » It's deplorable...look at the patches that don't even match! }> Tbis is NOT acceptable! }> Sloppy and doesn't match at all }> Hate to be a greasy wbeel }> 99% ofthe time we rave about Addison » Tried to work bis concerllS througb the rigbt channels }> Hope now tbat he contacted you he will have some resolve }> Realizes most of this is probably caused by contractors production }> Always has the greatest tbings to say about Addison employees FINANCE DEP ARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972)450-7091 􀁅􀁾􀁭􀁡􀁩􀁬􀀠msuh@ciaddison.tx.us Facsimile (972) 450-7096 P.O. Bcx9010 Addison, Texas 75001 October 20, 2004 Drew Davis Davis Excavation, Inc. PO Box 1169 VanAlstyne, 'IX 75495 Re: Contract Bid 04-34 Westfield Ct Water Service Replacement Dear Mr. Davis: Enclosed is your copy of the signed contract for Bid 04-34 Westfield Ct Water Service Replacement Please include Bid No. and Name: Bid 04-34 Westfield Ct Water Service Replacement on all monthly invoices or other correspondence to the Town ofAddison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, 􀁾􀀮􀀠MinokSub Purchasing Coordinator Enelosure Copy: f.w. SECTION C CONTRACT AGREEMENT CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this 28 day of September ,2004, by and between the Town of Addison, of the County of Dallas and Slale of Texas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and, Davis Excavation, Inc, Of the City of Van Alstyne , County of Grayson , State of 􀁾􀀠, Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: WESTFIELD COURT WATER SERVICE REPLACEMENT and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, 􀁥􀁱􀁵􀁩􀁰􀁭􀁥􀁮􀁾􀀠tools, superintendence, labor, insurance and other accessories and services necessary to complete the said construction, in acccrdance 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 dale of written notice to do so shall have been given to him, and to substantially complete the work within _54_ calendar days after he commences work, subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ 59,225,00 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, 10f2 IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATIEST: (OWNER) Party of the Second Part (CONTRACTOR) I The following to be executed if the CONTRACTOR is a corporation: I, _.o (Name of Contractor) By: 􀀱􀀾􀀨􀁍􀁴􀁬􀁾􀀠. (AuthortzedSignature) ee."':> ulw..-t (Title) Address: City: State: y, O. 'B.erv {Ib r \(/M: P0)h,rt-Lf¥ Zip: 􀀭􀀭􀀭􀀮􀀮􀀺􀀴􀀭􀁾􀀿􀁹􀁾􀀮􀀮􀀮􀀺􀀺􀀮􀀧􀀱􀀮􀀮􀀮􀀺􀀮􀀼􀀻􀀢􀀢_____ Telephone: "2-LLj "' 1?, -'bOlfl" Fax: l.,...t't, f"?)-􀁾􀁗􀀧􀀳􀀠Seal if bidder is a corporation 30f5 BID SCHEDULE "A" -::l • • --,. _. ----------. 􀁾􀀠􀁾􀀠.-\:" ----􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭---------------_. ----􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀭...------FURNISH & INSTALL 314" TYPE 'K' COPPER WATER SERVICE BY OTHER THAN OPEN CUT, INCLUDING CONNECTING TO EXISTING WATERLINE AND WATER METER, REMOVE AND REPLACE WATER METER BOX, REMOVE & REPLACEMENT OF REINE CONC. STREET,EA1. 23 DRIVEWAY, SIDEWALK AND CURB, TURF MAINTENANCE COMPLETE IN PLACE. 1'ftJl> 􀁾􀁾􀁍􀁩􀁴􀁥􀁾􀁊?􀁾ftJe Dollars and 2cur:> Can1s per EA TOTAL FOR WESTFIELD COURT WATER SERVICE $REPLACEMENT: (SCHEDULE "A'" , i , 4of5 BID SCHEDULE SUMMARY WESTFIELD COURT WATER SERVIce REPLACEMENT Bid Schedule and Description Total Amount Materials & Services Schedule'A" Water Service Replacement TOTAL AMOUNT BID FOR SCHEDULE "An c: LI ., Z 􀁾􀀠"TOTAL OF STANDARD BID (A) $,---,-"_-,-,"--'-"_',---_-.,-__ WRITIEN INWOROS:,cf/tI AJi.v.1'tw"$J 􀁾􀁉􀀧􀁁􀀠􀁾􀀮􀁾? 􀁾􀁾􀁾􀁩􀀮􀁜􀁴􀀨􀀬􀀠􀁲􀁢􀁵􀁾􀀮􀀮􀀮􀀠-3 􀁾􀀠􀁾􀀠􀁾􀀫􀁓􀀠TOTAL OF TIME BID: (Calendar Oavs) TOTAL OF CALENDAR DAYS X $250.00 (B): $ 13/5/7::> 􀁾􀀠WRmEN IN WORDS: -fltIi( 􀁾ThP,,-5J;iJh'/t: 􀁾􀁒􀀠M6 ? 􀀧􀁾􀀠􀁃􀁁􀀭􀁾􀀠BASIS FOR COMPARISON OF BIOS; 0 (A) + (B) =TOTAL BIOS; 􀀤􀁾__2. ,'1-2'; Y I 􀁗􀁒􀁾􀁔􀁉􀁅􀁎􀀠IN WORDS; 􀀵􀁥􀁶􀁾􀀭􀀬􀀮􀁦􀁶􀀮􀁊􀁶􀀠􀁔􀀷􀁾􀀠􀀵􀁾ft.bJNl '/􀁾􀁾􀀭􀁻􀁪􀁾􀀠t:v.> ?􀁾􀀮􀁾􀁾􀀠Notes: 1, All items, labor, materials, 􀁥􀁱􀁵􀁩􀁰􀁲􀀺􀀺􀀧􀀺􀀩􀁩􀁬􀁾􀀠􀁦􀁡􀁣􀁬􀁬􀁾􀁩􀁥􀁳􀀬􀀠incidentals, and work required for corlStruction of the project are to be provided and instaned ryy the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the oonstr.Jction ofthe project. 2. Prices must be shown in words and figures for each Hem listed In this proposal. In the event of discrepancy, the words shall control. 3, It Is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is awarded by the Owner based on this proposal within ninety (90) days calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within seven (7) calendar days from the date the Contractor is notified and has received the conformed documents. After this pe,iod. if the contract has been executed and the required bonds have been submitted, the said Bid Surety shall be returned to the undersi9ned upon demand, 4, One contract will be awarded based on the total value of Schedule "A". (A). plus (B). Bidder's Tax 1.0. No. or Employer No. bj .(p<;-"l-Dt.{ 50f5 Davis Excavation, Inc . • P.O. Box 1169 • Van Alstyne, Texas 75495 • (214) 733-8042. (214) 733-8043 Fax 15-Oct-04 Ms. Minok SOO Purchasing Coordinator Town OfAddison Finance Dept. /Purchasing Division P.O. Box 9010 Addison, IX 75001 Re: Bid 04-34 Westfield Ct. Water Service Replacement Dear Ms. SOO, Attached are six (6) copies of Davis Excavation's Submittal for the Westfield ct. Water Service Replacement project. Our Foreman, Jason Warren has provided copies ofthis Submittal to the Town Of Addison's Field Inspector. Please review the Submittal to determine if they meet the Town Of Addison's approval and return one (1) approved copy to our office. IfI can be of further assistance in this matter, please contact me. Sincerely, Mark Brandenburg E.v.P. -1 SUBMITTAL WESTFIELD COURT ADDISON, TX Davis Excavation PO BOX 1169 Van Alstyne, TX 75495 FERGUSON® Watenvorks 10077 West University Drive McKinney, Texas 75070 P: 972-434-2600 F: 972-434-2612 MUELLER® BR2B & BR2S SERIES BRONZE IMueller Co.I 4.5SERVICE SADDLES -DOUBLE STRAP .. MUELLER® Service Saddles for use on A-C, cast iron, ductile iron, and AWWA C900 PVC plastic pipe o Outlet tapped with either AWWA taper (C.C.) or AWWA J.P. thread (F.I.P.T.) o For use On A-C pipe, cast iron or ductile iron pipe ,ud cast iron O.D. PVC pipe o 200 psig (1379 kJ'a) maximum working pressure o Available in single and double strap designs o Brass body o FlaHelied silicon bronze slraps (standard) o Optional 304L stainless steel straps o Rolled strap threads o O-ring sealed outlet o 3/4" thru 2" tap sizes (5/8" some styles) o Meets all applicable parts ofANSI/AWWA caoo o NSF 61 certified BR 2 B Series ..... BR 2 S Series MUELLER'" Service Saddles with AWWA taper thread Pipe 0.0. range IKind and size ot plpe:it, Bronte double strapwith AWWA taper lhr..d (C.C.) Optional stainless s16&1 double strapwllh AWWA taper thre.d (C.C.) Base Catalog Base Catalog Cast or Number ! 51.. of tapping Number Size of tappIng Int:h mm A··C ductile Iron, {add to -SaslI" to (add to 􀁾􀁂􀁮􀀮􀀢􀁴􀁯C900 PVC cQmplete catah'9 number) compltltll cataloB numbar) pluti!:; pipe SIS" 3f4'" \" 1-114" 1-112": 2" 518"I 3/4" \" \·114' .1/2' I' 4.1""·ur i21.0·n:LG ,. :BR2BOH4CC 061 i 015 ' lila III 15;) hua BR2SQUtCC '" '" ,,, ,,, '" '" 6 􀁕􀁾􀂷􀀷􀀢􀀡􀀤􀂷􀀠t1·4.0.liY.O: 0' ,ER 1 naU-t CC '" '" '" '" '>0 lOG BR2 H634 CC '" '" '00 III '" '"U:;"·9.(']" 22'!.O.2-tB i ,. BRlnOM9CC '" 01S '" '25 '" ' 20G Bit 2Stlll99CC 061 1015 '00 III '" '" I 􀁌􀁩􀁉􀀮􀁾􀀢􀀱􀀲􀀮􀁬􀀲􀁾􀀠UI Q·)O;.O Sill n U/)4 CC d:l62 '" 10' '" '" 'OO SR 1'$ 􀀱􀁉􀀰􀁾􀀢􀁃􀀨􀀺􀀭061 Ion ICO I 125 '" ,on !l.H"·ti..nHU·}10,O lU\2i3lJI4CC '" '" ,,, '" IS' '00 BR2SDl B IIU'" 10: I • ., Bill' I.'" "'"' Ion : ,,, I'" +t= 􀁾I , , , I'" I'" !2S "0, :'" :. ,''' ,_•. '0·.... ·' •.. con:pl!!!!! c:alalo l nufl\l:llH) ,"'" ,. ,11,' 1'·11" 2' Machine Servic'E! saddle tao site 5/8" 2"3/4" I 1" 1·112" £-$1),1· X X XX X D-.51>1 XX X X -.􀁔􀁒􀁕􀂷􀁃􀁕􀁔􀁬􀀧􀁾􀀠X X 'MEOA-CUTIM IX x X X X._... ., .PL-2Iu I . x X TO ORDER SPECIFY QUANTITY, OUTLET TAPPING SIZE AND CATALOG NUMBER [Mueller Co.15.8 1/211 -111 GROUND KEY DESIGN Rev. 4.01 CORPORATION VALVES Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA taper Inlet: AWWA J.P. thread (MUELLER "CC") thread Outlet:' MUELLER 110 Outlet: MUELLER" 110" Conductive Compression Conductive Compression Connection for crs 0.0.*H-15008 Connection for crs 0.0.* H-15028 tubing tubing 3/4"xl." Ground Key Corporation Valve Inlet: A WWA taper (MUELLER "CC") thread Outlet: MUELLER 110 Conductive Compression Connection for crs O.D. tubing H-15031 eighth bend connection Ground Key Corporation Valve Inlet: AWWA taper (MUELLER "CC") thread Outlet: MUELLER 110 Conductive Compression Connection for crs 0.0. tubingH-15030 quarter bend connection Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA l.P. threadInlet: AWWA taper Outlet: MUELLER 110 (MUELLER "CC") thread Compression Connection for Outlet: MUELLER) 10 IPS PE" pipeCompression Connection for H-15029H-15009 IPS PE* pipe Ground Key Corporation Valve Inlet: AWWA taper Ground Key Corporation Valve Inlet: A WWA LP. thread (MUELLER "CC") thread Outlet: MUELLER Pack Joint Outlet: MUELLER" Pack Joint Connection for crs 0.0.* Connection forCrS 0.0.* P-15028 tubingP-15008 tubing ·Sec charts on poges 5.10-5.13 for lubing and pipe that may be used on these connections. t Requires minimum ordc.ring quantity. C(}ntact MUELLER Customer Service Center for minimum order rcquircmcnl.S and availability, NOTE: Sizes shf.1'oYl'l above T(presCl')l nomina! sire ofinlcl nnd outlet connections. When two sil;o:;s 􀁾&iw;:n. the firsI is size afinlet and the: $«.()oo is.size of outkt. MUELLER*Corporation Valves are manufactured and tested in accordance with ANSIIAWWA C800. [Mueller Co.l ENGINEERING INFORMATION 16.8 Rev. 4-99 COPPER TUBING DATA Copper tubing. standard dimensions, weights and tolerances I I TheoreticalOutside dIameter Wall thickness , weight ..􀁾􀀠; Tolerance I ';i lbs.: psll psi 1--.,.,--,--􀁾􀁾􀁲􀁾􀁩􀀬􀀫􀁟􀁩􀁾􀀠􀁾􀀠Eci ta.l c 􀁾􀀠;g 0 d < 3:' 􀁾􀀠i 􀁾􀀠 inches Inch loches inch Inch lnch InChllinChes. Sq,I"."" sq, In. Ibs. per. per 􀁃􀁾􀁮􀁴'1 feet i i __.__􀂷􀀷􀀭􀁟􀀭􀁟􀀭􀁾􀀱􀁾􀀱􀀴􀁾􀀱􀀽􀀽􀀽􀀮􀀲􀁾􀀵􀁾􀀰􀁾􀀽􀁾􀀮􀀰􀁾􀁯􀁡􀁾􀁾􀀬􀀽􀀽􀀽􀀽􀁾􀀽􀀽􀀽􀀮􀀰􀁾􀀳􀁾􀀰􀁾􀀽􀀮􀁾􀀰􀀰􀁾􀀲􀁾􀁳􀁩􀁬􀀭􀀭􀀭􀀮􀀷􀀱􀀹􀁾􀁇􀁾􀁉􀀽􀀽􀁾􀀮􀀰􀁾􀀲􀀸􀁾􀀧􀀽� �􀀽􀀮􀀰􀁾􀀬􀀽􀁉􀁾􀀽􀀽􀀮􀁾􀀰􀀸􀁾􀀱􀁾􀀽􀀽􀀽􀀽􀀷􀁾􀀽􀀽􀁾􀀮􀀶􀁾􀀳􀁾􀀰􀁾􀀽􀁾􀀸􀀳􀁾􀁏􀁾􀀵􀁾􀀽􀁾􀀱􀀽􀀵􀀹􀁾􀀳􀁾􀀽􀀽􀀱􀁾􀀰􀀽􀀳􀀸􀁾􀀺􀀠􀁦􀀭􀀭􀀭􀀭􀂷􀀫􀁉􀁾􀀧__ ,.-.3:-=',,5􀁪􀁾..,.0,.-02_+-I__-I___·o-,3_2/---... .00_2_5+-_.___3-,-11+--,-.0_'6+--'-.0:..:3_4l--___._13:..:4+-___'+--'-10..:2_0/---.:.59:.:9-'5+-1:.;0.:.99:..:1+-_____7.:.49:.,' • 112 .500 .00, I . .032 .0025 .4361 .149 .041 .182, 7 1410 4530 809 566 􀁾􀀭􀀭􀁾􀁾􀀮􀁾􀀭􀀬􀀮􀀭􀁾􀀭􀀭􀀭􀀬􀀮􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀮􀀬􀀮􀀬􀀮􀀭􀁾􀀭􀀭􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀬􀁾318 . .500' .00,5' .001 .049 .004 .402 .127 .069 .2M 7 20'0 6848 1276t 858 .625 ,0025! -.035 .003 .555 ,242 .1)65 ,252 7 1950 3974 704 497, 1/2 .625 .0025 .O{)1 .049; JH}4 _ .527 .2Hi .OB9: .344 7 2670 5521 1{)04 690 1-_5:::18:t-___+---'-.7::5:"0L .0025 .00lT ,049 .004 .652 .334 .106J AI8 1 3240 4622 627 578 􀀱􀀭􀁾􀀻􀀺􀀳􀀯􀁣􀀺􀀧􀁴􀀭􀁾􀁟􀀮􀁴􀀭􀀭􀀺􀀭􀀧􀀮􀀶􀀺􀀺􀀷􀀺􀀺􀀵􀀮􀁌􀁩􀀮􀀠.003 .001 ,065 ,0045 .745 ,436 .H;S: .641 7 49"50 5239 948 655, 􀀱􀁾􀀭􀀭􀀺􀀭􀁾􀀧􀀱􀀭􀁾􀁾􀀱􀀭􀀭􀀮􀀮􀀺􀀱􀀮􀀺􀀺􀀮';:';:5t:._􀀮􀀺􀀮􀀰􀀺􀀰􀀻􀀺􀀳􀀻􀀺􀀵􀀫􀂷􀁟􀀭􀀻􀀮􀀰􀀻􀀰􀀺􀀭􀀧􀀺􀀮􀁪􀀵􀀺􀀫􀀮􀁟􀁾􀀺􀀭􀁣􀀮􀀭􀀺􀀰􀁾􀀶􀁾􀀵􀁾􀀺􀀻􀀮􀀰􀁾􀀰􀀺􀀴􀁾􀀵􀁾􀀮􀀺􀀺􀀻􀀮􀀹􀁾􀀹􀀭􀀬􀀵􀀺� �􀀭􀀫􀁴􀀭􀁟􀀭􀀭􀀬􀀭􀀭􀀬􀀭􀀭􀀺􀀮􀀷􀁾􀀧􀁾􀀮􀁴􀀺􀀺􀀻􀂷􀀲􀁾􀀱􀁾􀀶􀀻􀀺􀀺􀁾􀀮􀀺􀀸􀁾􀀳􀁾􀀹􀁴􀀺􀀺􀀺􀁾􀁾􀀷􀁾􀀱􀀺􀀺􀀬􀀺􀀬􀀶􀀺􀀭􀀴􀀻􀀸􀁾􀀰􀀡􀀺􀀺􀀮􀀻􀀮􀀴􀀺􀀭􀀺􀁣􀁬􀀢􀀺􀀰􀀻􀀧􀀱􀀺􀁾􀁾􀀷􀁾􀀲􀁾􀀧􀀱􀀺􀀺􀀻􀀵􀁾􀀧􀀷􀀳􀀢 .. 􀁾􀀠1·114 􀁾􀀠1.375 .004 ,0015 .065 .0045 1.245 1.217 .267 1.04 1 6010: 3366 590 421 􀁾􀁾􀀫􀀭􀀭􀀭􀀫􀀭􀁾􀁾􀁾􀁾􀀠'·112' -1.625 .0045 .002 '.072 __005 1.461 1.723 .351 _.::1.;:36:-+_._..:'1--':.;0:,, 5;:30=+-1--::3:,:15::5.,.._.:.5;:5.:.'1--....::.39:,'4 21 -2.125 .005 .002 .063 .001 1.959 3.014 .532 2.06 7 159601 2786 484 348 The above information was olained from the following specifICation standards: AS'" 868·1971, AS'" B88·1971, AS'· B·251-1971. and ANSI HZl.1-1970. The bursllng pressures and the hydrostatic test pressures have been figured using the nominal dimensions of the tubing and the appropriale formula listed below: P·SX(D'·d') P= 21S .334dl "" '1.33301 O·O.8l Where S =30,000 psi (ultima Ie lensile) Where P =Hydrostatic pressure (psi) P ",. Bursling pressure (psi) t = Walllhickness (t;) D =Outside diameter (in) 0= Outside diameter (in) d = Inside diameter (in) S =Allowable stress of the material = 6000 psi t This pressure fisled to conform with formula, However, tile tu!:e need not be tested al a l1ydroslatic pressure oller 1000 pst unless specified . .. CalculaleiJ from Clavarino's formula . •• Calculated from formula for thin hollow cylinders. See specifications P,SlJoI B88-1962. SNDOT INOUSrRIES PIPE AND TUBING. DUCT AND INNERDUCT Waterp;pe 􀁾􀁅􀁮􀁤􀁯􀁰􀁵􀁲􀁥􀀠-EndoPoly ·Golden Jet/Super Golden Jet -Reclaimed Water Pipe 􀁾􀁅􀁮􀁤􀁯􀁣􀁯􀁲􀁅􀁴􀀠RWT -Power PipePOLY 􀂷􀁅􀁮􀁤􀁯􀁾􀁅􀀡􀁘􀀠Irtigation Pipe ·Endopoly Premium PE3406 ·Geoflex Geothermal Pipe ENDOPOLY PREMIUM PE MOB Endot's ENDOPOL Y PREMIUM PE 3408, High Density Polyethylene Pipe and Tubing, is a produced from a special resin that carries a higher hydroslatic design rating than other PE 3408 products. ENDOPOL Y PREMIUM PE 3408 Pipe & Tubing r • . is made from the highest grade PE 3408 resins available' and carries a rating of 345464C (based on ASTM 03350) with a Hydroslatlc Design Basis of @730F(230C)1600PSi (iv1pa 11) @1400 F (600 C) 800 PSI (Mpa 5.5) • is National Sanitation Foundation (NSF) Certified for use in polable water systems for the transport of drinking water. o available in three sizing standards, ASTM 02737 Copper Tube Size (CTS -00 Controlled) ASTM 03035 Iron Pipe Size (IPS -00 Controlled) ASTM 02239 Iron Pipe Size (IPS. 10 Controlled) ENDOPOL Y PREMIUM PE 3408 is produced in; • sizes from %" through 2" • pressure rating of 200 PSI. • coils, or on reels for extra long lengths. ENDOPOL Y PREMIUM PE 3408 provides the most reliable water service pipe and tubing available. ENOOPOL Y PREMIUM PE 3408 provides exceptionally long life over a wide range of conditions for municipal water service connections. ENDOPOLY PREMIUM PE 3408 meets AWWA C901 Standards as well as many building codes for outdoor waler system installation. ENOOPOLY PREMIUM PE 3408 is exceptionally durable and resistant to most chemicals, soil and water conditions with out risk of rot rust, corrosion or electrolysis. Ir . ENDOPOL Y PREMIUM PE 3408 is produced and backed by one of the oldest and largest producer of small diameter polyethylene tubing is the USA. ENDOPOL Y PREMIUM PE 3408 carries a Lifetime Warranty including cost of replacement provisions, (See Warranty for detai's). GROUND KEY ANGLE METER VALVES IMueller to.1 3/4lJ & 111 8D.9 Ground key angle meter stop MUELLER II O@Conductive Compression Connection for crs O.D.'" tubing x meter swivel nut"'''' 180· turn check -lock wing Rev. 4-99 Ground key angle meter stop MUEI I ER"" Pack loint Connection for crs O.D.* tubing x meter swivel nut'"'" 180· turn check -lock wing P-14258H-14258 Ground key angle meter stop MUELLER 110 Compressiqn Connection for IPS PE* plastic pipe x meter swivel nut"'''' 1800 turn check -lock wing H-14259 Ground key angle meter stop MUELLER INSTA-TITE® Connection for crs O.D.* PE plastic tubing x meter swivel nut** 180· turn check -lock wing Ca[illo 􀁳􀁩􀁾􀀠·513x:3!4x3l4 Meter size 518xY4.lI4 518xY4.314 J Pi size 314 .1 H-14267 CutaloO' size 5lax3l4x3i4 Sl8xJ/4xl I Metersiu:: 51tbY4,Y4 518;(3/4. 314 It pjO!'!: size lI4 I il -Ground key angle meter stop F.I.P. x meter swivel nut ** 180· turn check -lock wing CatnloE sire 1518x3/4xY4 518:(3/4xl I Meter size . SI8xY4 lI4 . 5/8x3l4. 314 I Tubing size IlI4 i 1 I Ground key angle meter stop MUELLER 􀁉􀁎􀁓􀁔􀁁􀀭􀁔􀁉􀁔􀁅􀁾􀀠Connection for IPS PE* plastic pipe x meter swivel nut** 1800 turn check -lock wing P-14266 ('.!IaIn" sl:.te Metersile Pioesize x3f4xl I􀁾􀀳􀀱􀀴􀀠15J8x3l4 3/4 I lI. I I CatalOl!l size 5/1!x3l4 5/.8x3/4x3/4 5/81(3/4xl I Meter sia:.e 5/8 :518x3/4. 3/4 5I8x3l4 314 I Tubinf' size 3/4 1314 I I Ground key angle meter stop Copper flare nut X meter swivel nut** 1800 turn check -lock wing 􀁃􀁡􀀡􀀮􀀱􀁉􀀱􀁾􀀻size ' : 5/8x3l4 :518xJ/4x314 518x3/4x1 II-rlMeter,slte 5/8 Si8.KJ/4. 3{4 518x3/4.314 , Pine,site 1314 1314 ! :1 • See charts on paaes 80.15 and 8D.16 for tubing and pipe that e:w be U$ed with this connection. . •• Me{Cf swivel nuts are regularly fumi,shed with a saddle feature to aid in meter installation and rtmovnl. A plain swive!llu, b 􀁡􀁖􀁊􀀮􀁩􀁾􀁢􀁊􀁣􀀠1.$ JQ optioo: by .Idd.i.P:& .. ,suffix of..1 to the catalog number. MUELLER Valves and Couplings are manufactured and tested in accordance wIth ANSfJAWWA C800. IMueller Co.1 STRAIGHT METER COUPLINGSBE.2 REV.4fi Straight meter coupling Straight meter coupling Copper flare nut X meter MIP X meter swivel nut swivel nut" Integral insulator in swivel nut •-tailpiece machined inside and outside -nut drilled for wire seal H-14205 H-10871 • ---IIIIIIIIiIiIII---e Cmaio2. sile Meter size Len..h Thread size ,5/8,3/4,3/4 I 5/8,3/4.3/4 I 2-35/64 2-21/32 3/4 I Straight meter coupling Straight meter coupling MIP x meter swivel ntlt* FlP x meter swivel nut* Tailpiece machined inside and Tailpiece ribbed outside and outside. _ cored inside -nut drilled for Other lengths are available -wire seal contact MUELLER Customer H-14215Service Center for details H-10890 􀁃􀁡􀁴􀁡􀁬􀁏􀁉􀁾􀀠siz.e 151hl12 S18x3/4x3/4 :L Meter size 151& 518,314. 31< II Len.tII 12-311l 2·112 2·5/8 Thread size 1112 314 II CHW102 size 􀀵􀀱􀀸􀁾􀀳􀀯􀀴􀀠518.314.3/4 I Metersi"le 51& :518,3/4. 314 1 Thread size 314 1314 I r--,·__________ Straight meter coupling Straight meter coupling MIP x meter swivel nul* MIP x meter meter swivel nut* Tailpiece ribbed outside and Machined inside and outside cored inside nut drilled for wire seal H-10891H-10896 Calalo size 5J8xllZ Sill 2·318 lIZ 518x314d/4 518.314.314 2-11Z 314 I Calalol! si2.e: 5/Sx3f4x3/4 I l-lI4 1·112 2 Meterslzc 518,314.3/4 I 1-1/4 1-112 2 􀁧􀁾􀀲􀀱􀁨􀀠2·11Z 2-41164 241164 2-27132 3-1132 Thread size 314 I . 1-114 I-lIZ 2 • MC:ler SWtyc\ nuts are regularly furnished with 8 􀁳􀁡􀁤􀁤􀁬􀁾􀀠ft:llture 10 aid in meIer instaUallon and removal. A plain swivel nut is available u anopuon by addiI:l&'lUft1I of ·1 \0 the 􀁣􀁡􀁾􀁬􀁯􀁧􀀠number. I BASS & HAYS FOUNDRY INC. 6 SERIES METER BOXS ARE SUITABLE FOR DRiVEWAYS FOR AUTOMOBILES '!.j,,--.. ,.􀁾􀀠IYEIG"T: LID RING RQX , SET \5 lBS" ,9 1.95" , -,,' .' ,,' ***** 16GAGE CAN WITH ,DUCTILE "IRON RINGS AND LIDS *****" ... , II 62 seri es He'avy Duty Meter! Boxes " ',.., for 16 guage corrugated can " lS" eli ameter, .,for 18" corrugated can 16 guage II• ! # 62 A II 62· AI5# 62 B II 62 C , ,he,1ght weight : 14.1; , " 55 lbs 14" i55 lbs ,70 lbs18" . 24'1 80 lbs ....:-.---... I', I I I II I I I I " 􀁾􀀭􀀭􀀭􀀭􀀭􀀡􀀷􀁾---------0-/a H34 'Ring &Cover for 18" corrugated can, 20 guage # 3 Lid 13 lbs. U 4 Ring 12 lbs. Set \'ID 11'5 no 􀁮􀁯􀁾􀀬􀀠lB." II... " I'" I too , , IiOU I'" '" •A.t:: pOi1c. dlOAW 1»200 pcr ASTM C'WS /lI1d AW'W'A C400 􀁾􀁮􀁭􀀮􀁤OJ), at rip; \ldas =d InuM 􀁲􀁾􀀡􀀠"'i!hln \he pip: 0 {), f;lJlgt 1iJt!:4 1)11\11:< 􀁾􀁬􀁬􀁴􀁐􀀤􀁗􀁊􀁡C('nIrifi.l9lli1 !Jilll'l1>t. w-»150 rn ANSVAV.'WA (.'1 0:11 􀁁􀀱􀀱􀀺􀁴􀁁􀁎􀀾􀁉􀁉􀁁􀁗􀁗􀁁􀀨􀁉􀁗􀁁􀁬􀁬􀁢􀀻􀁁􀀱􀀧􀁩􀁓􀁩􀁊􀁁􀁗􀁗􀁁􀁃􀀱􀀰􀀡􀁶􀁁􀀱􀁕􀀱􀀮􀀴􀁉􀀱􀁤􀁆􀁯􀁊􀁩􀀺􀁭􀀯􀀮􀁩􀁬􀁬􀁪􀁬 􀁃􀀧􀁢􀁲􀀮􀁉􀀺􀁉􀁬􀁬􀁩􀁕􀁬􀁉􀁗􀁖􀁍􀂷􀀴􀀱􀁉􀀮􀁄􀁬􀁉􀁤􀁩􀁫􀀺􀁪􀁭􀀬􀀬􀀻􀁩􀁾􀀮􀁤􀁾􀀧􀀩􀀮􀀤􀁲􀁵􀁁􀁭􀀡􀁬􀁁􀁗􀁗􀁁􀁃􀁉􀀵􀁉􀀱􀁁􀁬􀁉􀁊􀁩􀁉􀀻􀁃􀁾􀁩􀁩􀀻􀁭􀁏􀀮􀁏􀀮􀁐􀁖􀁃􀁲􀁗􀁴􀁩􀁥􀁾􀁰􀀺􀁦􀁁􀁗􀁗􀁁􀁾􀀠􀁾􀂷􀁔􀁨􀁣􀁏� �􀁬􀁾􀁉􀀡􀁩􀀻􀁵􀁮􀁤􀀺􀀺􀁦􀁬􀀧􀀡􀁲􀁁􀀬􀀮􀁣􀁲􀁩􀁆􀁾􀀢􀀢􀀧􀀬􀀬􀀢􀀬􀁦􀁩􀀮􀁑􀀮􀁮􀁭􀀻􀁮􀁵􀁆􀀮􀀮􀁤􀁵􀀽􀀡􀁯􀁭􀀬􀀺􀀺􀀺􀁜􀁉􀁾.. 􀁫􀁊􀁮􀀪􀁉􀀺􀁉􀀮􀀧􀁦􀁗􀁮􀀩􀁗􀁾􀁬􀀡􀁨􀁣􀁾􀁴􀁫􀁩􀁮􀁰􀀺􀀠I) 􀁄􀁤􀁾􀀡􀁨􀁥OJ), oflie 􀁰􀁩􀁰􀀻􀁲􀁾􀀠Ibc:roinl or􀁭􀀺􀁫􀁉􀁫􀁪􀁾􀁾􀀠 1)fmm b:pifl'!'OD. 􀁾td._ofib; 􀁾dun. 􀁣􀁬􀁾111li1iSJ'.c: \It::il 􀁬􀁾􀁵􀁬riP" OJ). mll,Fllzt .im;1uda.llx:dcltnll'"cd rip:; di::'h':itt These machines may be used with the service saddles illustrated on this page Service saddle tao sluMachin. 518" 314" 1" 1·112" 2" 5-SI '.l' x X x x X .. 􀁄􀀭􀁓􀁯􀁾􀀠, . X X X X ..TRU-CUTTiJ X X 􀁍􀁅􀁏􀁁􀀭􀁃􀁕􀁔􀁴􀀧􀁾􀀢􀀢􀀠X X X XX PL-2HI X X T-TO ORDER SPECIFY QUANTITY, OUTLET TAPPING SIZE AND CATALOG NUM8ER [Mueller 1:0.1 1/2" -1" GROUND KEY DESIGN5.8 Rcv.4-01 CORPORATION VALVES Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA taper Inlet: AWWA l.P. thread (MUELLER "CC") thread Outlet:·MUELLER 110 Outlet: MUELLER" 110" Conductive Compression Conductive Compression Connection for CTS O.D. * H-15008 Connection for CTS O.D.* H-15028 tubing tubing 13/4"xl" II" ;;; Ground Key Corporation Valve Inlet: AWWA taper (MUELLER "CC") thread Outlet: MUELLER 110 Conductive Compression .. Connection for CTS O.D. tubing H-15031 eighth bend connection Ground Key Corporation Valve Inlet: AWWA taper (MUELLER "CC") thread Outlet: MUELLER 110 Conductive Compression Connection for CTS O.D. tubing H-15030 quarter bend connection Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA l.P. threadInlet: AWWA taper Outlet: MUELLER 110 (MUELLER "CC") thread Compression Connection for Outlet: MUELLER 110 IPS PE* pipe Compression Connection for H-15029H-15009 IPS PE* pipe Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA taper Inlet: AWWA l.P. thread (M UELLER "CC") thread Outlet: MUELLER Pack Joint Outlet: MUELLER'" Pack Joint Connection for CTS O.D. * Connection for CTS O.D' P-15028 tubingP-15008 tubing ·Sc.c charts on pages 5.10·5.13 for tubing and pipe lhat may be used onlhcse connections. t Requires minimum ordering quantity. Contact MUELLER Customer Service Center for minimum order requirements IlUd availability. NOTE: Sizes shown above represent nominal size of inlet and outlet connections. When two sizes an; given, Ibc fic51 is size of inlet and the second is size ofoullcL 􀁍􀁕􀁅􀁌􀁌􀁅􀁒􀁾􀁃􀁯􀁲􀁰􀁯􀁲􀁡􀁴􀁩 􀁯􀁮􀀠Valves are manufactured and tested in accordance with ANSUAWWA CaDD. [Mueller Co.) ENGINEERING INFORMATION 16.8 Rev, 4-99 COPPER TUBING DATA Copper tubing -standard dimensions, weights and tolerances Outside diameter Wall thickness I Theoretical J .. e 􀁾􀀠0 weight 􀀮􀀵􀁾"N -' 􀀤􀁾􀀱􀁴􀁬""􀁾􀀠i '50 " Tolerance , e 'i3of; 0 " 0 -tl +1 +1 u " '".,,',u " .' '""E " • .. • .!< '" l:! 􀁾􀀠a • u '" .. u --I " " u "I 􀁾􀀠􀁾• 'g " c • S 􀁾􀀠c ! 􀁾􀀠'" ' 􀁾􀀠􀁾􀀠Safety" .s I a 􀁾􀀠" c \! 􀀧􀁾􀁾􀁥􀀠". .. .5 E 0• 􀁾􀀠E 􀁾􀀠c q " 􀁾􀀠.3:2:1't1 " 0., E 0 u g: 0 -1; factorJ! 􀁾􀀠􀁾􀀠" ' ;;• 0 c 0 ;E ;'i.s:5 : 􀁯􀁾􀁦􀀠, U o I 0 ;E '. • " u ,. otS'" 􀁾􀀬􀀠;z 0.' , 0 .. 0 ;z 􀁾􀀮􀁟􀁬􀀧􀀻􀁴􀀠I .. u z J " E III i'i. :I: .!! inches' Inch Inches ! lnch Inch Inch Inch InChes! sq.ln.1 sq In Ibs. per-i Ibs, pS1 1 psi psi, per cent: feet----1.􀁾􀀭􀀺􀀺􀀱􀀠-. 1/4 .250 .002 . .030, .0025 ' 􀀮􀀱􀀹􀁾􀀠.028, 021 .OB1, 7 .630 B305 1593 ' 1038. 3/8 : .375 .002 .032 .0025 : ,311 .016 1 .034 .134 7 1020 5995 1099! . .. 1121 .500 .002 i .032 . 00251 .436 .149 ,047 .182 7 1'10 '530 809 I• ___M .2£9:3/S · i .500 .0025 ,001 , .049, .00.4 .402 .127 ; .0,9 7 20)0 6B.8 1276! c-5/8 .625 .0025 .035 .003 ,555 . 242 .0-65 .252 7 1950 3974 70 • . '/2 ,525 .0025 .001 .049 .004 -.527 .218 .OB9 .344 7 2670 5521 1004 -5/S .750 .0025 .001 .049 .(}{)4 .652 ,33' .108, .416 7 i 3240: 4622 S21, I 31' · .875, .003 .G{l1 ,065 .0045 .745 .43£: .165 i .641 7 495{1 5239: 946 1 1,125 ,Q{)35 .0015 .065 ,0045 .995 .778 1 .215 1 .639 7 6480 4101 721 1-114 ·1 1.315 .004 .0015 "-:0651--" 0045 1 1.245 1,217' .257 1.04 7 8010 3365 590 1.1/2 · 1.625 .0045 .002 '.072' .005 I \"81 1.723 .351 ! 1.36 7 10530 3155 551 2: 2.1251 .005 .002 i .083 .007 1.959 ,.014 .532 1 2,OS 1 15960 ! 21&5 .6. 7'9 566 85S .97 690 516 655 513 421 39' 3.S i The above information was otalned from the follOWing specification standards: AS'· B68·1971,AS'· B88-1971 ,AS'" 6·251-1971, ,ndANSI H23.1-1970. The blJrsUng pressures and the hydrostatic test pressures have been figured using the nominal dimensions of the tubin9 and the approprlale formula listed below: 􀁐􀀻􀀻􀁓􀁘􀁻􀁏􀁾􀂷 􀁤􀀧􀀩􀀠p; 2tS .334d' 0+ 1.3330" 0 . O.8t Where S; 30,000 psi (ullimale lensite) Where P = Hydrostatic pressure (psi) P = Bursling pressure (psi) t Wall thickness (in) D Outside diameter (in) D; Oulside diameler (in) d :=: Inside diameter (in) S =Allowable stress of the malerial = 6000 psi t This pressure listed to confQrm with formula, However, the lube need not be lested at a hydrostatic. pressure over 1000 psi unless specified, • Calculated from Clavarioo's formula. 􀁾􀀮􀀠Calculated from formula for thin hollow cylinders. See speclfrcalions ASN 888·1962, r ENDOT INDUSTRIES PIPE AND TUBING. DUCT AND INNERDUCT Water pipe ·Endopuro ·EndoPoly ·Golden JeVSvper Golden Jet -ReclaImed Water Pipe ·Endoco", RWT 􀁾􀁐􀁯􀁷􀁥􀁲􀁐􀁩􀁰􀁥POLY -EndoJlex Irrigation Pipe ·EndopoJy Premium PE3406 ·Geo""" Geothermal Pipe ENDOPOLY PREMIUM PE a.40a Endot's ENDOPOLY PREMIUM PE 3408, High Density Polyethylene Pipe and Tubing, is a produced from a special resin that carries a higher hydrostatic design rating than other PE 3408 products. ENDOPOLY PREMIUM PE 3408 Pipe & Tubing o . is made from the highest grade PE 3408 resins available· and carries a rating of 345464C (based on ASTM D3350) with a Hydrostatic Design Basis of @730 F (230 C) 1600 PSI (Mpa 11) @1400 F (600 C) 800 PSI (Mpa 5.5) • is National Sanitation Foundation (NSF) Certified for use in potable water systems for the transport of drinking water. • available in three siZing standards, ASTM D2737 Copper Tube Size (CTS -OD Controlled) ASTM D3035 Iron Pipe Size (IPS -OD Controlled) ASTM D2239 Iron Pipe Size (IPS -ID Controlled) ENDOPOLY PREMIUM PE 3408 is produced in; • sizes from W' through 2" • pressure rating of 200 PSI. • coils, or on reels for extra long lengths. ENDOPOLY PREMIUM PE 3408 provides the most reliable water service pipe and tubing available. ENDOPOLY PREMIUM PE 3408 provides exceptionally long life over a wide range of conditions for municipal water service connections. ENDOPOLY PREMIUM PE 3408 meets AWWA C901 Standards as well as many building codes for outdoor water system installation. ENDOPOLY PREMIUM PE 3408 is exceptionally durable and resistant to most chemicals, soil and water conditions with out risk of rot rust, corrosion or electrolysis. ENDOPOLY PREMIUM PE 3408 is oroduced and backed by one of the oldest and largest producer of small diameter 􀁰􀁾􀁬􀁹􀁥􀁴􀁨􀁹􀁬􀁥􀁮􀁥􀀠tubing is the USA. ENDOPOL Y PREMIUM PE 3408 carries a Lifetime Warranty including cost of replacement provisions. (See Warranty for details). GROUND KEY ANGLE IVIETER VALVES IMueller Ca.1 8D.93/4" & 1" Ground key angle meter stop Ground key angle meter stop MUELLER 110" Conductive MUELLER'" Pack Joint Connection Compression Connection for CTS for crs O.D.* tubing x meter O.D." tubing x meter swivel nut"" swivel nut** 1800 turn check -lock wing 1800 turn check -lock wing H-14258 P-14258 Catnl{}J! size Metelslze Tubiml siw 5/8x3l4x3l4 5/8;.;314)(1 I 518;(3/4, 3/4 .-. 518x3l4. 3/4 I 314 1 1 Ground key angle meter stop Ground key angle meter stop MUELLER 110 Compressign MUELLER INSTA-TITE" Connection for IPS PE" plasIic pipe Connection for IPS PE* plastic pipe x meter swivel nut** x meter swivel llut** 180" turn check -lock wing 180" turn check -lock wing H-14259 P-14266 Catalo siu 5/8x3/411-314 ,518;.:314;.;;1 Metersit.e Pi size 513x3/4 3/4 :li4 I 51&x3l4x3/4 􀀵􀀯􀁓􀀱􀁤􀀯􀀴􀁾􀁊􀀠1D.1.alo2 size S/8x3l4 314 1Meter site 5/8x.314. 314 13/4 1Pioesil.t Ground key angle meter stop MUELLER INSTA-TITE'" Ground key angle meter stop Copper flare nut x meter swivel Connection for CTS O.D.'" PE nut*" 180" turn check -lock wing plastic tubing x meter swivel nut** 1800 turn check -lock wing H-14267 H-14255 Catalog site Metersize Pioesize 518x3l4x3l4 IS18x3J4xl I 518,;314, 314 :518x3l4. 3/4 I 3/4 II I CumloJ< size Meter size 518x3/4 5/8 518<314x:Y4 518x3l4. 314 S/8x314x.1 5IlIx:Y4 3/4 I I Tubing sjze 3/4 314 I I Ground key angle meter stop Er.P. x meter swivel nutU 180" tum check -lock wing H-14265 􀁃􀁾􀁬􀁵􀁬􀁯􀁧􀀠site ' 518x3/4 ; 518x)/4;(3/4 15/3>1a H 34 Ring &Cover for 18" corruga ted can· 20 gu age # 3 Lid 13 lbs. t 4 R'ing 12 lbs. set wt. 25 1bs . 1.34 Series Galvanized Meter Boxes with 18" dia. corrugated cans Part ,no. Slot Weight /I 34 A' Height 14" 40 lbs. II 34 A1S 1 14" 40 1 bs. ., 18"H.34 B 43·1bs. 1 " II 34 B1S 43 lbs. 11 34 B2S 18" 2 lS" 43 lbs. 1/34 C 24" 47 1 bs. /I 34 ClS 47 lbs. # 34 0 24"1 51 lbs. II 34 E 30" 36" 56lbs. . /I 34 62 lbs. 1/34 G , 34 H i 34 I 􀀴􀁾􀀢􀀠44" 70 lbs. 54" 85 lbs. 60h 95 lbs. POLYWRAP (Polyethylene Encasement for Ductile Iron Pipe) Allpolywrop supplied by Standard Hardware, Inc., will meet or exceed the jollowing specifics: AWWA C10S/A21.5-88 ASTM D1248-84 . Thickness: 8 mil (tolerance +1-10%) Material: Linear Low Density, Type I, Class C-Black, Grade E-l, Manufactured from 100% virgin resin. Colors & Clear = same specifications. Purple color for reclaimed water. Tensile Strength: 1200 PSI (8.3 MP) minimum Elongation: 300% minimum Dielectric Strength: (raw material) Volume resistivity ohm*cm= minimum .. Dielectric Strength: (finished film) 800V/mil (31.5V/um) thickness minimum Davis Excavation, Inc . • P.O. Box 1169 • Van Alstyne, Texas 75495 • (214) 733-8042. (214) 733-8043 Fax 4-00t-04 Ms. Minok Soo Purchasing Coordinator Town OfAddison Finance Dept. /Purchasing Division P.O. Box 9010 Addison, TX 75001 Re: Bid 04-34 Westfield ct.Water Service Replacement Dear Ms. Sub, Davis Excavation, inc. has received the Notice Of Award on your Westfield Ct. Water Service Replacement project. Below is our Post-Bid Information as required in the Project Specifications. 1. Designation ofportions of the Work to be performed by Davis Excavation, Inc. • Davis Excavation, Inc. will self perform 78% ofthe Work. • Davis will purchase/subcontract 22% ofthe Work. 2. List of Suppliers /Subcontractors. • Ferguson Enterprises, Inc. (pipe Supplier) P.O. Box 847411 Dallas, TX 75284-7411 817-267-3900 • Penhall Company (Saw Cutting) Dept. 2911 Los Angeles, CA 90084-2911 972-206-0123 • Custom Crete (Concrete Supplier) P.O. Box 849739 Dallas, TX 75284-9739 972-488-8131 3. Suppliers /Subcontractors qualifications. • See Attached. Davis Excavation is in the process of obtaining the necessary Insurance Certificates and Bonds. We will forward these documents to your attention no later than 8-Oct-04. We are looking forward to working with the Town Of Addison on this project. Sincerely, 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭Mark Brandenburg E.V.P. -1 · aCT-04-2004 02'15 FERGUSON WATERWClRKS, 8172673912 P.02 FERGUSON 􀁅􀁎􀁔􀁅􀁒􀁐􀁒􀁉􀁓􀁅􀁓􀁾INC. STANDARD CREDIT INFORMATION 􀁾􀁏􀁒􀁐􀁏􀁒􀁁􀁔􀁅OFFICERS: PRINCIPAL BUSINESS ACTIVITY: FEDERAL TAX NUMBER: l!!JN'S NUMBER: JMNKREFERENCES: First UlIioR Natiowd Bank Credit InfOl'ltlation Exchange P.O..Box 50012 Roanoke, VA 24040 Phone: (540) 563-7363 Fax: (540) 563-7331 w..w.FirstUnion.com/cre ditinfo click on "written credit inquiIy" BaRk ofAmeriu Credit In.quhy Services P.O. Box 100289 Columbia, SC 2920l-3289 IRADEREFERENCES: Delta Faueet Company 55 East 11thStreet P.O. Box 40980 Indjanapolis, IN 46280 Phone: (317) 848.1812 Requests by maiJ only Charlotte Pipe & FOllDdry Company P.O. Box 35430 Charlotte, NC 28235 Phone; (800) 438-6091 FBX: (704) 348-6418 Chip S. Hornsby, Pcesident &. CEO Srewart P. Mitchell, Vice PresidentlCFO Teny E. Hall., SecretaIy Joseph R. Witt, Treasurer Wholesale distributor of plumbing. heating, pipe valve and fittiDgs, HVAC, water\Vorks and industrial products. 54-1211771 00-89S.'s17l '\l l 6 At. 􀁾􀀠Wadlovia Operational Servim Corporation 1628 Browning Road SC8928-C Columbia, SC 29226 Requests made by mail only Phone: (803) 216-3834 Infumlation only for credit inquiries: Phone: (803)76,S-4882 Fax: 1-900·555·5100 Request in prior 10 3 pm -same day respoDSe (S1 0 􀁾􀁨􀁡􀁲􀁧􀁥to requester's phone bill) In-SiBk-enator Divisiol1 Emerson Eiel:tric Company 4700 21st Street Racine, WI 53406 Phone: (800) -558-5112 (262) -554-5432 Fax: (262)-321·0113 NlBCO P.O. Box 1167 Elkhart, IN 46515-1167 Phone: (574) 295·3000 Fax: (574) 295·3307 PSi OCT-04-2004 02:15 FERGUSON WATERWORKS 8172673912 P.03 FERGUSON WATERWORKS.lNC. CREDIT INFORMATION Dallas Branch-788, 2650 S. Pipeline (76040) Remit: PO Box 9406, Hampton. VA 23670.0406 :Metro Phone 817-267-3900 Metro Fax 817-267-3912 Phillip Selby: PresidentlGen.eral Manager; Darmy Reid ; VICe President Tommy Tanner: Operations Manager; Jllllet K. Addamz : Credit Manager :Receiving all hilling for the following Satellite 􀁌􀁯􀁣􀁡􀀡􀁩􀁾􀀺􀀠EuIes5·788 McKinney -123Z Ft Smith, AR -1211 Osa Gaisoa-Mgr Dave Oe.ary-Mgr Ten:)' JamU-Mgr 2650 S Pipeline ReI loon w. Ulliversity Dr. 4304. S Phoenix Euless, 'IX 76040 McKlnney, 'IX. 75071 Fort Smith, AR 72903 817-267-3900 972434-2600 800-687-0646 Fax 817-267-3912 Fax 972434-2612 Fax 479-646-6838 Haslet -1241 Austin -124 Waco. 1006 TroyYeager-Mgr Tom EUis-Mgr 880 Bluo Mound W, Ste 3(}3 200 Park Cen!!al Blvd 5495SlH3S Imlet. TX 76052 Georgetown, 'IX. 78626 Waco, TIC 76706 817439-3517 512-930.2262 254-662-6850 Fa;>; 817439-3421 Fax 512-930.2388 Fax 254-662-6855 •• See additional page for Corporate IIIId refer6llllll infOnDation .... 8172673912 P.iil4FERGUSON WATERWORKS TEXAS SALES TAX RESALE CEFmFICATE algn.,hera I. the purchaser named above. cIalm the right to make anon-taxsbIe purcllase for resaJe of the I8XI!b!e items desclibed below or on the attached order or inVoICe 1rtxtJ: --"",. __ ZIP ..... DescriPDon of lIIe items to be purchased. or on the attached on:Ier or invoice;:Huns frry @(e..' Desafptlal of the type of business activity generally engaged in or type of Items nonnally SOld by the purchaser. /JJJ.fertUar/('s 5i(pIteS ' TbII wcable items desCribed above. or on the anachIId order or Invoice, wi! be resold. rented or leased by me wiIIl/n 1IIt;eograp/lieallmlrs of the United States of AIIIIII'Ioa, lIS tenItorie$ and possessionS. ilb pt'&IIIIl'It fQIrn or attac:hEId tel 01her petSOnIII pr!)flerty to be sold. Iunderstand 1I1aI ill make atly use of tile Item other !han relentltlll, demonslI'allon or dISplay while hoIdiIg It for sale. lsue or renIIII. I must pay sales tax on the Item at the time of use based upon either the purchase price or1he lair market remaI value for the period of tlme used. I 􀁾that n Is a misdemeanor to give a !'!ISaIe certificate Ie the seller tor wcabIe ltema wHch I krlaw. lit the lime of ptzchase. are purc!lased for use rather !han for the purpose or resale, lease. or renlBl. and that upon conviction f may be fined not more than $500 per offense....... 'r # 1'<1< ce:7If1CI::, thoulc;' b6 􀁬􀁵􀁭􀁬􀁳􀀢􀀢􀀬􀁾􀀠􀀡􀁾􀀠l/Ib ';'U/.I/.IJllIiII. lJo ''OJ ,{';fIQ ths completed certlflc:ate to the Comptroller of Public ACCountl/TOTAL P.iil4 PeJlhaIl ComplillY PREQUALIFICATION INFORMATION PENHALL COMPANY 1801 Penhall Way .Anaheim, Ca. 92801 (714) 772-6450 Parent Company: Penhall International Corp. Years in business: 47 years Years in business UDder present name: IS years Formerly operated under the following XIlImes; L. B. Penhall since 1957, Penhall Company since 1972, PcmhaIl Intemational. Inc. since 1988, Penhall Company since 1989. Penhall Company is a California corporation, incorporated on April 20. 1989. Subsidiaries: Penhall Investments, Inc., Pentw:I Leasing, L.L.C. and Bob Mack Co., Inc. Corporate OfficerslDireotors: Resumes of Operational Officers are included in text. John T. Sawyer President, Director, Chairman, and Chief Executive Officer C. George Bush Vice Presiden1JDirector Bruoe Varney Vice PresidentIDirector Gary Aamold Vioe President Jeffrey Platt Viee President ofFinancelCFQ Kathy Hall Secretary Type ofService: a) Conorete pavement sawing, sealing and installation efbridge expansion joints b) Commercial building demolition demolition c) Bridge and highway demolition d) StI1lt:tUral restoration and strengthening e) Concrete grooving and jrlnding 1) Pavement markers g) Milling rombIe strips h) Asphalt milling i) All phases ofoonorete restoration and rehabilitation i) Consttuction Specialty; (see below) Penhall Company is a Specialty Service Contractor with emphasis in the field of existing ooncrete. We are best known for expedient and quality work in addition to be.ing the conttactor of choice when the risks are high. Penhall Company's employees are qualified to work in contan1inated areas. Nuclear decontamination projects are among the list ofjobs perfonned in a hazardous environment. 1 I ---Penhall Company Size ofCompany Staff Present number ofkey employees by classification: President 1 Vice Presidents 4 Regional Managers 6 Asset Managm 6 Senior Project Managers 8 Project Managm 14 Project Superintendents 41 Corporate Safety Officer 1 Corporate Risk Manager 1 i---' PHONE, 972-20''''1123 CELL. 􀁥􀀱􀀷􀁾􀀱􀀳􀁇􀀠"'lX: 017-.1:61-0321 Brad Boyd 1201 Min'lerg Ch:tpaJ trol20 $uilQ HJI GTbf.fI..'Vlna. )'X; 􀀷􀁢􀁾􀀱􀀠---.-----Average length oftenure by classification ofkey employees: President Vice Presidents Regional Managm AreaManagm Asset Managers Senior Project Managers Project Managers Project Superintendents 26 years 23 years 27 years 19 years 23 years 23 years 14 years 16 years The officers ofthe Penhall Company are long time employees ofthe Corporation and have never been associated with any firm that bas failed to complete a project. Construction experience ofkey individuals: John T. Sawyer BIuce Va:mey C. George Bush Gary 1. Aarnold LeifMcMee Vinoe Gutierrez Jack S. Hobbs Frank: Glenn Scott Campbell Josh Haryung David A. Ellison Milt MuIler Robert C. Norling 35 years 28 years 13 years 30 years 19 years 18 years 28 years 26 years 28 years 16 years 47 years 28 years 25 years PresidentlDirector Vice PresidentIDirecto:rlRegional Manager Vice PresidentIDirectorlRegional Manager Vice President Area Manager Area Manager Division Manager/Contracts Southwest Senior Project Manager Manager National Contracts Project Manager Division ManagerlNational Contracts Project Superintendent Corporate rusk Manager 2 Below are listed the States that Penhall Company is registered to work in. Also listed are the Contractors Licenses held wherever required. Penhall Company is qualified to do bu.sitless in al1S0 states I CONTRACTOR'S I LICENSE TYPE i STATe NUMBER ALABAMA AL General Contractoo -all pnases of concrete rehab004545 AJ(AlASKA 26691 General Contractor -all plla;;es of concrete rehab 84469/144893 General Engineering· Class AARIZONA P\Z. 008054100 Highway. railroad, airport construction ARKANSAS AR AASB e21 C61 Hp\z' HIC 006 B 568673CALIFORNIA CA not required COLORADO CO MCO.901348 Major Contractor CONNECTICUT CT 2.00003E+13 Contractor -non-resident DE·OaWARE FLORIDA FL not required not required GEORGIA GA Highway, street. bridge. demolition"llAWA!I HI AC22970 IDAHO Public Works contractor more than $3,000,000 10 11669·AAA·1·2 not required ILLINOIS IL not required INDIANA IN General Contractor· all phases of concrete rehab IOWA 10 63520-00 not required KANSAS KS nol required KENTUCKY KY LOUISIANA LA Highway, street street and bridge construction 35325 not required MAINE MA MARYLANO· MD not required not required MASSACHUSETTS ME not required MICHIGAN MI MINNESOTA MN not required -filsMISSISSIPPI 12306 Highway, street, bridge. demolition -MISSOURI not required MO MTMONTANA 36624 Hlehway, street and bridge construction NEBRASKA NE 13663 Highway, street and bridge construction 37553NEVADA General Engmg A I Co5 concrete cutting NV not required NEW HAMPSHIRE NH NEW JERSEY not requiredNJ Highway repair/demolition/sawing & coringNEW MEXICO NM 53093 NyNEW YORK not required NC 45127NORTH CAROLINA Highway NONORTH DAKOTA 26020 Class A Penball Compmy OHIO OH not required OKLAHOMA OK not requIred OREGON OR 67786 General Contractor· all phases of concrete rehab PENNSYLVANIA PA not required RHODE ISLAND RI not required SOUTH CAROLINA SC 98956 General Contractor· all phases of oOl'lcrete rehab SOUTH OAKOTA SO not required TENNESSEE TN 44901 Ganer!)! Contractor· all phases of COI'Itrete rehab TEXAS TX not required UTAH UT 91·250358-5501 E100 General Engmg I $460 Demolition VERMONT VT bus. Lie. VIRGINIA VA 27050S4441A General Conlr3ctor • all phases of concrete rehab WASHINGTON WA F'ENHAC*101NH General Contractor· aU phases of concrete rehab WEST VIRGINIA WV WV031171 General Engineering -Class A WISCONSIN WI not required WYOMING WV not required 4 Many ofthe projects performed by Penhall Company are under extreme time constraints. Most highway projects are performed during freeway closures with restricted hours. In many cases, only six hours are allowed to close a freeway, remove a bridge or remove and replace concrete pavement and to xe-open the freeway to public traffic. Such constraints require minute to minute plamring which sharpen our skills for fast track projects for which we are well known. Literally hondreds ofprojecl:s are awarded to Penhall Company each year, all of'wbich have been suooess:fully completed. Major Highway Projeets completed: Project Name and Location: Owner: Conll"llCt Anwunt: Start Date: Completion Date: Prime Contractor: Contact: Project Name and Location: Owner. Contract Amount: Start Date: Completion: Prime Contractor: Contact: Project Name and Location: Owner: Contract Amount: Start Date: Completion: Prime Cotrtractor: Port of'Long Beach Pier "T" Berths 132-134 Port of Long Beach $3,197,676 Mareh2003 March 2004 Cleveland Wrecking Steve Fugate Remove 3 Piers Eseambia River Bridges, Pensacola, Florida !Bridge Removal State ofFlorida. Dept. ofTransportation $1,203,904 August 2001 September 2002 GLF Construction Corporation Emie Howard (850) 995-8488 Colorado River Aqueduct Conveyance Rehab Metropolitan Water District $1,664,537 Sept. 2002 April 2003 Penhall Compauy Vince Gutierrez (714) 578-3282 Remove and ReplaceClC Lilring Project Name and Location: Owner: Contract Amollllt: Start Dare: Scheduled Completion: Prime Contraotor: Project Name and Location: Owner: Contract Amount: Start Date: Soheduled Completion: Prime Contractor: Project Name and Location: Owuer: Contract Amount: Start Date; Completion: Prime Contractor: Contract Type: Project Name and Location: Owner: Contract Amount: SrartDare: Completion: Contact: Contract Type: Project Name and Location: Owner. Contract Amount: Start Date: Anticipated Completion: Prime Contractor: Contract Type: Project Name and Location: Owuer: Contract Amount: Start Dare: Anticipated Completion: Contact: Rt 1/1·95 I 1-495 Interchange Virginia Virginia Department ofTransportation $2,123,810 June 2005 August 2007 Tidewater Skanska HJAlA -Baggage Screening Project Selective Demo Hartsfield Jackson International Airport . 50,000 SF c/o Atlanta, OA City ofAtlanta $715,000 July 2004 January 2005 Archer Western Contractors Rt 22 Orange County -Dana Point, San Clemente, Grinding Westminster, Garden Grove, Santa Ana, Orange State ofCalifornia, Dept. of Transportation $2,258,600 10/01/01 4130/02 Banshee Construction Company, Ino. Michael Chilcott (909) 824-0393 Unit Price Dowel Bar Retrofit Augusta, Kansas Grinding & Joint Seal Stare ofKansas, Dept. ofTransportation $3,061,696 03119/01 09/30/01 Bob Blackmore (316) 321·3370 Unit Price Dowel Bar Retrofit Cleveland, North Dakota Grinding & Joint Seal State ofNorth Dakota, Dept. ofTrllllSportation $1,965,690 05/10/01 09/30101 Ulteig Engineers Clint Knutson (701) 258·6507 Unit Price Mill Rumble Strips Wyoming Statewide State o{Wyoming, Dept. ofTransportation $536,384 08/01/01 06130/02 Je:ffBrown (307) 745·2138 6 Contract Type; Project Name and Looation: Owner: Contract Amount: Start Date: Anticipated Completion: PriJ:ne Contractor: Unit Price Fannington, Michigan State ofMichigan, Dept ofTraasportation $628,000 08/01101 1011 SI01 John Carlo, Inc. Dennis Hanley (810) 416-4500 Penhall COlDplll1Y Grinding 7 P<'!IlhaII Company Major Bwldiug Projects completed: Contract Type: Name: Owner. Contract Amount: StsrtDate: Scheduled Completion: Prime Contractor: Contract Type: Name: Owner: Contr:act Amount: Start Date: Completion Date: Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: Start Date: Completion Date: Contract Type: Project Name: Owner: Contract Amount: Start Date: Completion Date: Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: Start Date: Completion Date: Owner's Representative: Contract Type: Project: Owner: Contract Amount: Lump Sum 2000 Avenue of the StarS Century Plaza Towers Los Angeles, CA City ofLos Angeles $3.646,298 July 2004 June200S Hathaway Dinwiddie Construction Unit Paseo Colorado Mall TrizeeHahn Development Co.tp 52,892,440 4100 On-going Bruce McBride, Pankow Builders (626) 396-9318 Lump Sum Exodus Exodus Communications, Inc. $970,876 7124/00 3/31101 Lw:np Sum Raypac Westlake City Center, Inc. $361,911 12/04100 01123101 Opus West Unit Price Runway l8C & 36C Renovation Selective Demo in Redevelopment of ABC Entertaimneo.t Center Demo Existing Project Mall Selective Demo Complete Demo Saw & Seal Conerete Paving Memphis Shelby County Ai.tport Authority 386,000 SY $842,808 19" PCCP 08/01198 06130fOO Chris Orr, Diinois Valley Paving (901) 32-6518 Lump Sum Disneyland Hotel Walt Disney Imagineering $2,115,858 Multiple Bldg & Site Demo 8 PomhaJ] Company Start Date; Completion Date: Owner's Representative: Contract Type: Project: 􀁏􀁷􀁮􀁥􀁾􀀠Contract Amount: Start Date: Completion Date; Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: State Date: Scheduled Completion: Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: Start Date: Scheduled Completion: Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: Start Date: Sclleduled Completion: Owner's Representative: Contract Type: Project Name: Owner: Contract Amount: Start Date: Scheduled Completion: Owner's Representative: 6/99 10/99 Kay Spatks, Bayley CoIlStruction (714) 817·3543 l.ump Sum Hard & Soft Demo Dodger Stadium l.os Angeles Dodgers $620,958 9/99 3/00 Kim Harvey, Gordon & Williams (949) 588-2855 Lump Sum Bid Rt 5, City Drive. Anaheim Concrete Removal State ofCalifomia Dept. ofTransportation $805,025 :ran. 7, 1998 June 30, 2000 MCM Construction Lump Sum Concrete Runway Hartsfield Airport, Atlanta, GA Removal City ofAtlanta $4,300,000 Aug. 15,1999 Oct 15,1999 E. R. Mitchell construction Lump Sum bid Grinding Existing Hwy 805152, La Jolla, CA Concrete Pavement State ofCalifornia Department ofTransportation 51,579,955 Scp. 1, 1999 Dec. 21, 1999 Penhall Company LwnpSumbid Demo Disney Hotel & Remodel Walt Disney Jmagineering $1,404,399 June 1, 1999 Dec. 31, 1999 Robert E. Bayley. Inc. Contract Type: Project Name: Owner: Contract Amount: Con1:raet Type: Project Name: Owner: Contract Amount: Contract Type: Project Name: Owner: Contract Amount: CODtraot Type: Project Name: Owner: Contract Amount: Unit 03-434504 -PlaeerlNevada Counties State ofCalifornia, Department ofTransportation $5,200,408 (main items) Itern 9 -300,000 M2 Grind Existing Concrete Pavement Item 10-77,000 M2 Grind Existing Concrete Pavement Unit 03-435804 -Colusa/Glenn Counties State ofCalifomia, Department ofTransportation $1,638,737 Grind Ex.isting Concrete Pavement Unit tl2-320l04 -TehemalSiskiyou Counties State of California, Department of Transportation 52,892,.000 (main items) Item 6 -525,000 M2 Grind Existing Concrete Pavement Unit 03-379204 -Sacramento and. Yolo Counties State ofCalifornia, Department ofTransportation $449,394 Core Drill Various Sizes Appro)!;. Footage 29,964 L.F. Coring Drilling: (3) California State Contract No. 03-379204 Sacramento and Yolo Counties Prime Contractor: west Coast Bridge, Inc. 3781 Mallard Drive Benioia, Ca. 94510 (707) 746-8028 Item 19-CoreConcrete 1" 24L.F. @$21.00",,$ 504.00 Item 20 -Core Concrete 2" 29,400 L.F. @14.45 = 424,830.00 Item21-CoreConore!e3" 220L.F. @41.00"" 9,020.00 Item 22 -Core Concrete 4" 320 L.F. @47.00 = 15,040.00 Amount: $449,394.00 Start Date: 1197 End Date: 1198 PenhaIJ COlDPlIDY (frindingiGrooving: Joint Ventllre Projects with Highway Services,Ine. California State Contract No. 03-434504 PlaccrlNevada Counties Prime Contractor: Peoball CompanylHighway Services, mc., Joint Venture Callrans Office: 103 "B" Street Marysville, Ca. 95901 (916) 741-4231 Item 9 -Grind Existing Concrete Pavement Approximate Quantity: 300,000 M2 @$7.60 M2 Amount: $2,280,000 PeDhaU's Portion: 51,140,000 Item 10 -Grind Existing Concrete ·Pavement Approximate Quantity: 77,000 M2 @S15.73 M2 Amount: 51,211.210 Penhall's Portion: S61l5,6OS Start Date: 8/96 End Date: 9/97 California State Contract No. 03-435804 Colusa/Glenn Counties Prime Contractor: Penhall CompanylHighway Services, Inc., Ioint Venture Caltrans Office: 703 "S" Street 􀁾􀁉􀁮􀁥􀀬􀁃􀁡􀀮􀀹􀀵􀀹􀀰􀀱􀀠(916) 741-4231 Item: Grind Existing Concrete Pavement Amount: 51,638,137 PellhaD's Portion: $819,3611 Start Date: 9/96 End Date: 9/97 Cali:tbmia State Contract No. 02-320104 TehemafSiwyou Counties, Yreka Prime Contractor: Peoball CompanylHighway Services, Inc., Joint Venture Caltrans Office: 1657 Riverside Drive Redding, Ca. 96001 (916) 225-3300 Item 6 -Grind Existing Concrete Pavement Approximate Quantity: 525,000 M2 @$4.30 Amount: $2,257,500 Penhall's Portion; S1,lZ8,7S0 Start Date: 7/96 End Date: 7/97 Joint Seal and Pavement Repair Rt 105/405, El Segundo, CA 07-179204 $700,000 11 Penhall Com,pany Caltrans Rt 105/6051110, Los Angeles, CA 07·174304 $700,000 Beador Constr. Hauser Blvd., Los Angeles, CA 07·1N3604 $650,000 E. 1. Yeager Rt 15/30, Rancho Cucamonga, CA 08·204304 $250,000 Rigllway Services In April of 1998, Penhall Company acquired the assets ofHighway Services, Inc. All employees joined the Penhall Company. It is now operating as Penhall Company dba Highway Services. Below is a partial project history: Owner or Type of Prime Contract Agency Contracted Work or Sub Location Amount Causie Contractin,g Grinding Sub Tifton, GA $1,188,545 Causie Contracting Grinding Sub Charleston, SC 1,198,948 Joint Seal 12 Penhall Company Washington DOT Grinding Prime Elleru;burg, WA 9,860,855 Dowel Retrofit Bauerly Bros., Inc. Grinding Sub 8ecker,MN 1,401,348 South Dakota DOT Grinding Prime State Line, SD Dowel Retrofit, Patching, Saw/Seal Jts 1,300,637 North Dakota DOT Grinding Prime Christine, NO Dowel Retrofit, Patching, Saw/Seal Jts 3,497,833 North Dakota DOT Grinding Prime Penblna,ND Dowel Retrofit, Saw/Seal Jts. 2,509.274 South Dakota DOT Patching Prime Sisseton, SD Dowel Retrofit, Saw/Seal Jts 1,964,012 Reeves Constr. Co. Grinding Saw/Seal Jis Sub Macon,GA $2,306.003 13 HliB5/2BB4 B8: 28 9722437913 OLDCASTI.£ AI-'U I !;ellA!:> , o Custom-Crete Oldcastle4!> APG Texas, Inc. 4 October 2004 Sir/Maam, Custom,Crete has operated from it's Dallas location at 2624 Joe Field Road since 1971, pouring concrete and Fast Fix Flowable Fill (4F) for customers throughout the Metroplex. Included in our customer base are the following cities. with which we currently have contracts, servicing their Water Utility and Street Departments: City of Dallas City of Fort Worth City ofThe Colony City of Grand Praire City of Euless In addition to these municipalities, we service a large number of utility, commercial, residential and specialty contractors throughout the State of Texas. Along with our facUlties in North Texas we also operate volumetric mixer fleets in the cities of Houston and Austin. Statewide, we operate 52 volumetric mixers out of 9 loading sites strategically located within these large metropOlitan areas. More information about our company can be found at www.custom-crete.com If you need any additional information about our company or our products, feel free to con eat 972.488.8131 or matt.lynch@oldcastleapg.com. Matt Lynch General Manager 4433Terry-O lanai Austin. TX 709745 :il624 Joe FlElld Rd., Dallas, TX 75229 4523 Btil1moore, HOWliionl TX nl)1.1 mas Prestigll Rd .. 􀁉􀀼􀁾􀁉􀀡􀁥􀁲􀀬􀀠TX 76248 􀁓􀁬􀁾􀂷􀀵􀀷􀀶􀀷􀀠"'2"""',4466 􀀿􀁬􀁾􀀸􀀹􀁲􀁲7illt:fJU !.AJUH ntH";;' ..:xiJ '11'-'''' 􀁮􀀮􀁾􀁐􀁉􀁬􀀻􀀧􀁾􀁩􀀼􀁊􀁉􀁉􀀬􀀢􀁕􀁴􀀠Q " I TOTAL l/, SA!.ANCE JO%FErAlNA(JE COMPlE'fa) AND (13 ""C) TO PlNISI! STORW TO DATE 􀁻􀁃􀁾􀁇􀁬􀀠!D+£+E) so.oo 0% 559,255.00 sl),oo $0.00 0% $$,.U5.00 SO.OO SO.OO KDIV!DI SO.OO sO.OO SG.O{! 0% 559,255.00 SO.DU 􀁇􀀱􀁾􀁾􀀱􀀹􀀹􀀲􀀠 DAVIS EXCAVATION Fax:214733B043 Nov 19 2004 15:09 P.03 Davis Excavation. Inc. Invoice P.O. Box 1169 Van ALstyne, TX 75495 (214)733-8042ofe (214)733-8043 fax Date 1II19aOO4 Bill To 'l'own ofAddi..,n ;150 Belt Linc R.d Addlson, r ..... "001 P.O. No. Terms Projecl. r NolJO 743 Westfield Coun "" Description Q\y Rate Amount In.,...!!ve Bonu. to ElipIlditc Wod, Capped at 115,QQO 1 '-000.00 5.000.00 Total $5,000,00 PaymenfslCntdlta $0.00 Balance Due 115,000.00 FINANCE DEPARTMENTIPURCHASING DIVISION 5350 Belt Line Road (972) 450-7091 E-mail msuh@ci.addison.tx.us Facsimile (972) 450-7096 P.O. Box 9010 Addison, Texas 75001 October 11, 2004 Drew Davis Davis Excavation, Inc. PO Box 1169 Van Alstyne, TX 75495 Re: NOTICE TO PROCEED-Bid 04-34 Westfield Ct Water Service Replacement Dear Mr. Davis: This document shall serve as your Notice to Proceed for the above referenced Project, and effective to start work October 15, 2004 to provide all labor and materials as outlined in the specifications, and under the terms and conditions of the contract documents. A copy of the signed contract will be mailed under separate cover. The proposed improvements and work shall be completed with the original contract price of $59,225.00 and within 54 calendar days as stated on the contract. Please include Bid No. and Name: 04-34 Westfield Ct Water Service Replacement, on all monthly invoices or other correspondence to the Town of Addison. Should you have any questions, please contact my office at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Copy: Steve Chutchian Jim Pierce Jenny Nicewander -------------------------------Silln In Sheet Project kfZi£f\.e.(dGu..(-t (J 􀁴􀀦􀀻􀁮􀁲􀂻􀁤􀀻􀁣􀀮􀀮􀁯􀀭􀁧􀁰􀁜􀀻􀀮􀀼􀁑􀀮􀀺􀁊􀀧􀁜􀀧􀁜􀀢􀁾􀀠Date d'7,k::; i-Name • I Comoanv Phone Email 1 7)AIft.::7 ZDt,-,PG . 􀁬􀁾..􀀧􀁦􀁁􀁤􀁤􀀶􀀰􀁙􀀢􀀾􀀮􀁟􀁬􀁩􀁬􀀡􀀺􀁰􀀭􀀮􀁚􀀭􀁎􀀷􀁲􀁤􀀴􀁤􀀴􀁾􀁴􀀿􀀭􀁑􀀮􀁡􀁴􀀺􀁬􀀮􀁣􀁬􀁾􀁴􀀭􀀬􀁵􀀮􀀮􀁌􀀠 􀁾􀀠􀁾􀁊􀁾􀀺􀀻􀀷􀀺􀀺􀀡􀁾􀁾􀁭􀁭􀀭􀁾􀀨􀀯􀁦AD7J/f;10 􀁦􀀺􀀬􀁩􀁾􀀯􀀵􀁓􀁯􀁾􀁤􀁾􀁾􀁬􀀭􀂷􀀠 4 􀀺􀀵􀀬􀀻􀀬􀁾􀀢􀀮􀁵􀀠l.,j.....1'<..1"\ 􀁾yt..k.h,-t"l>r. 􀀺􀁲􀁶􀀬􀀮􀁃􀁣􀀮􀁾􀀠a/I.( 􀀭􀀷􀁾􀁾􀀧􀁩􀀺􀀨􀀾􀁾􀀺􀀭􀀧􀁦􀀠Jv.>1lt""'" @\:),,>.,)0, &:lIVotr.D",k, 5 .... Ycr,...... D....\,(1 S 1"DIf: .. '112. 􀁾􀀬􀀧􀀡􀀮􀀭􀀡􀀴􀁴􀀮􀀿􀁾􀁌􀁬􀁳􀀦􀀮􀁾􀀯􀁊􀀮􀁾􀁟􀀨􀀱􀂷􀂷􀀠􀁁􀁾􀁾􀁦􀁊􀁴􀀮􀁴􀀮􀀴􀁓___ 'I6 5f-{'t-e Cl!vTc/fMv TCJ71 fZ2... 􀁾􀀹􀀿􀀲􀀶􀁊􀀧􀁴􀁩􀀠􀁾􀀠....􀀭􀀭􀀭 􀀭􀁾􀀠m_m 􀁾􀁟􀀮􀀮􀀮􀀮􀀮􀁟􀀠L-.... 9 􀁾􀁾􀁾􀀭10 11 ...._-_._--12 13 -----------------14 -------15 16 17 __􀁾􀀫􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠.18-----..-[____ 19 l···---r-----------20 ! Westefield Court Pre-Construction Meeting 􀁾􀀼􀀠,,01 /OJ/;) ".()10/06/2004 􀁾􀀠,--0"" 9:00AM Town of Addison Service Center Meeting called by: Type ofmeeting: Attendees: -----Agenda Topics ----• Introductions • Project Overview • Sensitivity to neighborhood, minimize time houses are out ofwater • Working Hours after 9:00 in the morning, before 5:00 at night. • Weekend work • Coordination with home owners during water outages -door flyers, the day before • No work on 14625 Heritage Lane or 4060 Old Town Road. • Franchise utilities in the area, contractor to verify locations. • Contractor Questions Other Information FINANCE OEPARTMBNTIP! !RCHASlNG mYISJQN nap Heft Une Road (972) 4S0_7Q21 􀁅􀁾􀁭􀀡􀁬􀁩􀁬􀀠msnh@ci addison tx llS Facsimile (972) 450-7096 P.O. Box 9010 Addison, Texas 75001 September 28, 2004 Drew Davis Davis Excavation, Inc. POBox 1169 Van Alstyne, IX 75495 NOTICE OF AWARD: Bid 04-34 Westfield Ct Water Service Replacement Dear Ms. Davis: 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: 04-34. Enclosed please fmd four completed copies of the contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates and bonds as soon as possible, but no later than October 8, 2004. Once we receive these items a Notice to Proceed will be issued. Ifyou have any questions or if! can be ofassistance to you, please contact me at 972-450-7091. Sincerely, MinokSuh Purchasing Coordinator Enclosures Copy: Steve Chutchian Jenny Nicewander GSWW, Inc. Civil/Environmental Engineers. Planners Dallas. Fort Worth. Midland. Austin Predecessor Firms: Gutierrez, Smouse, Wilmut & Assoc., Inc. Washington & Associales, Inc. September 24, 2004 Steve Chutchian, P.E. Town of Addison 16801 Westgrove Dr. P.O. Box 9010 Addison, TX 75001 Re: Westfield Court Water Service Replacement Dear Mr. Chutchian: Enclosed is our FINAL invoice for work performed from Inception through September 17, 2004, for the referenced project. Work performed during this period includes: Finalize the bid book Attended Bid-opening Work programmed during the next period includes: "A new project" If you have any questions regarding this invoice or work performed to date, please call. Sincerely, GSWW, INC. uinn G. :pa 􀀧􀁊􀁲􀀮􀀬􀁾Associate I Project Manager Enclosures GSWW; Inc. GSWW Invoice No Civil I Environmental Engineers & Planners GSWW Job 􀁾􀀠1036·002 11117 Shady Trail Oaflas, Texas 75229 DATE: September 23, 2004 Town of Addison BY: Quinn G. Spann. Jr., P.E, Mr. Steve Chutchian, P.E. 16801 Westgrove Drive (P.O. Box 9010) Addision, Tx 75001-9010 PROJECT: Westfield Court Water Service Replacement Invoice from Inception through Seplember 17,2004 FINAL INVOICE BASIC SERVICES Hourly not-la-exceed $11,120,00 Total Total Previous Amount Billed 􀁈􀁯􀁵􀁾􀁹􀀠Amount Amount This nUe Hours Rate Billed Invoice Invoice Quinn Spann, P.E. Proj. Mang 65.5 $124,58 $8,159,99 $3,176.79 $4,983,20 Dan DaGroot Proj. Eng 2.0 $96,06 $192.12 $0.00 $192,12 Bernard D'sQuaz, EIT Prqj. Eng 26.0 $77.84 $2,023.84 $1,673.56 $350,28 David Letterbetler Drafter 18.5 $43.40 $802.90 $802,90 $0,00 Sue Jesler Clerical 6,0 $46,60 $279,60 $186.40 $93.20 Tatal Basic Service $11,458.45 $5,839.65 $5,618.80 Not to exceed amount $11,120.00 $5,839.65 $5,280.35 SPECIAL SERVICES Not·lo·exceed $840.00 Reimbursable Printing & Courier $187.99 $30.00 $157.99 This Invoice $11,307.99 $5,889.65 $5,438.34 Total Contract Amount $11,980.00 Amount Billed to Date $11,307.99 Countdown, Inc. P.o, BoX" 803474' Dallas. Texas 75300 (972) 233-0110 esww, m 11117 SHAUY TRAil DAllAS, IX 11129 TO INSURE PROPER POSTING TO YOUR ACCOUNT PLEASE DETACH AND RETURN WITH YOUR PAYMENT OestinationlPOO;Bhase Surcharges 􀁾􀀠arge 15.00􀁒􀀰􀀵􀁾􀀰􀀲􀀲􀁾􀀠lAUREN mH, INC 0.75 XX 103,·001 11117 SHADY TRAIL PRmER RegularDAll!S, IX 75229 \\ '. SI611 lAUREN W mw, !Nt 31.50em OF DAllAS 30.00 1.50 !X pmm11117 SHADY TRAIL 1500 MARIllA ST, 3HOUT" OirectDAltAS, TX 75119 DAHAS, Tr. 15101 PCS 1 WI 1 SIGH T mEN 15.00 15,75GSWW, INC CITY OF DAllAS PUSlIC 0.75 XX . PRtKm11117 SHADY TRAIL m E JHfERSDK 5T, 305 DAllAS, TX -75119 Regul,rDAllAS, TX 75103 Sl6N R mwsPCS 1 WT 1 S.UBlOm .3.00 . ; 􀁾􀀮􀀠,. I Net 15 Days BALANCE PAST DUE OVER 15 DAYS SUBJECT TO LATE PAYMENT CHARGE. Countdown, Inc. P.o. Box 803474 • Dallas, Texas 75380 (972) 233-0110 ,SWII, INC 1111? SKIOY TRAIL DALlAS, TX 75129 TO INSURE PROPER POSTING TO YOUR ACCOUNT PLEASE DETACH AND RETURN WITH YOUR PAYMENT Caller A\,'th. 􀁁􀁾􀁍􀀠1036.002-m 36.002 YESEHlA 1036-002 HAVAiO 100-6 YAmIA 1036-002 YASIHl! 1036-001 mlm 1036-001 SUE . 1036-001 SUE .. 1036-001 6SWW, INC 11111 SHADY TRAIL .DAlUS, TX 75229 PCS 1 WT 1 GSWW, IiC 11117 SHADY TRAIL DALlAS, TX 75229 ·PCS 1 WT 1 TOWN OF AODiSOH 5350 BELTlIHE RD mISON, TX am PCS :1 WT 1 6SWW. IHC 11111 SHADY TRAIL DALLAS, TX 15m PCS I WT I TOWN OF ADDISON lii01 􀁗􀁦􀁓􀁉􀀧􀀸􀁑􀁾􀁅􀀠Oi ADOISOH, n 15001 PC S 1 WT 1 GSWW IHC· 11111 SHADi TRAIL DAllAS, TX 15229 PCS 1 WT 1 GSWW, IHC 11111 SHAOi TRAIL DAllAS, TX 75129 pes 1 WT 1 &SWW, INC 11111 sum nAn DAllAS, TX 75119 PC; 1 wr 1 GSWW, IHC 11111 SHADY TRAIL DALLAS, TX 75119 PCS 1 WT I Log # ;.;:.. ., --) ::.:.. SUMMARY OF CURRENT ORDERS , sm MCGUFFEY 6SWW, m 11117 SHADY TRAIL ORllAS, n 15m SIGH NAVARRO HUNTER mICAl 114 S !«IN ST OUHCANVIlLE, TX sm mlE GSWW, IHC 1t111 moy TRAIL DALLAS, n 15m sm S mUM TOWN OF ADDISON 16801 WEST6ROVE OR ADD ISOH, IX 15901 SIGH C $.JEWIRT Net 15 Days TAX 1.0. NO. 75-1'386561 Surcharges v15.75 . PREMIER Regular 15.00 0.75 XX 15.15 V'15.00 0.75 Xl PREMIER Regular ../15.00 0.i5 XX 15.75 PREMIER Regular 15.00 0.15 XX .75 PREUERX 2 15.75. ....... PRUIER Regular 15.00 0.75 XX 15.00 15.75 /.,/'PREmR Regular 0.75 xx v0.15 XX 15.15 PRE!IER Regul a r 15.00 15.75 v'15.00 0.75 XX PRmER Regular 15.15../. PREm! Regular 15.00 0.15 XX BALANCE PAST DUE OVER 15 DAYS SUBJECT TO LATE PAYMENT CHARGE. I N V 0 ICE( Page: 1IInvoice Number: 84319 , Invoice Date: 08/23/04 Reprographics Fort Worth, Inc. Fort Worth Dallas Arlington Roanoke Customer 1'0: llX17 SCAN TO,220 W. Peler Smitll 51. 7168 Envoy Ct 1220 Corporale Drive W. 312 North Oak For! Worlll, TX 76102 Dallas, TX 75247 (817)332·9704 (214)267·9669 Bill to: GSWW, Inc. Dallas 11117 Shady Trail Dallas, TX 75229 Arlington, TX 76006 Roanok8, TX 76262 Project Code: TIFF FILE (817)695·1077 (817)490·9955 customer: 􀀰􀀰􀀰􀀶􀀲􀀰􀁾􀀲􀀵􀀵􀀠Ship to: GSWW, Inc. -Dallas 􀀱􀀱􀀱􀁾􀀷􀀠Shady Trail Dallas, TX 75229, ,e Sales Rep: James Lawrence Terms: Net 30 Ordered By: QUINN Delivery Method: DEL Due By: AC 8/23 Num Num Whse Qty Sets Orig Prints Item Code Description Code Size Total Price Amount ._--._----1.00 20-28 Plans/Specs Min-Delivery 004 15.00 15.00 SCAN TO TIFF $15 DOL. MIN. /J 􀁾􀁾􀁾􀁖􀀠,...." Invoice Total Discount Sales Tax Payments Rec'd 'Balance Due 15.00 0.00 1.24 0.00 16.24 lease remit to: Reprographics Fort Worth, Inc. 2220 W. Peter Smith Fort Worth, Texas 76102 Toll Free 1-888-333-0370 DATE SUBMIITED: September 20, 2004 FOR COUNCIL MEETING: September 28, 2004 Council Agenda Item: SUMMARY: This item is for the award ofcontract to Davis Excavation, in the amount of$59,225.00, for construction ofthe Westfield Court Water Service Replacement Project. FINANCIAL IMPACf: Budgeted Amount: $72,000.00 Construction Cost: $59,225.00 Source ofFunds: Funds are available from FY 2004-05 Water and Sewer Fund, as indicated in the Five Year Capital Replacement Program. BACKGROUND: The Public Works Department established the need for the replacement ofexisting water service lines in the Westfield Court Addition. These proposed improvements will be perfurmed specifically on Heritage Lane, Old Town Road, and Vintage Lane. This project is the result ofnumerous water service line breaks in the area that has continuously disrupted service to affected residences. The firm ofGSWW, Inc. 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, multiplied by their bid unit prices. b. In addition, the Contractor submits a time bid (B), which is the product ofthe number ofcalendar days required to construct the project, determined by the Contractor, and the Daily Value established by the Town. The Daily Value was established in the contract at $250.00. The number ofcalendar days is intended to include inclement weather, holidays, etc. The lowest bid (Total) 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 fur 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 ($250) and number ofdays the Contractor completes the project prior to the established contract time. AccordingJy, the contract provides fur a disincentive amount to be established based on the product ofthe Daily Value ($250) and amount oftime that the Contractor exceeds the established contract time. The total incentive payment cannot exceed $5,000. However, there is no limit to the amount of disincentive reduction from the Contractor's fmal payment that the Town will impose for going over the contract time limit. Davis Excavation, Inc. submitted the lowest Total bid (A + B), in the amount of $72,725.00 and 54 calendar days. The actual amount ofthe standard bid (A) recommended for award is $59,225.00. This amount is substantially lower than the engineering estimate of$70,000. In addition, the Engineer estimated that it would take approximately 60 calendar days to complete a project ofthis complexity. The number of calendar days submitted by Davis Excavation, Inc. (54 calendar days) represents a potential reduction oftmal construction time by approximately 1 week. The contractor was subject to an extensive reference check by the Engineer and staff, 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 Davis Excavation, Inc., for the Westfield Court Water Service Replacement Project, in the amount of$59,225.00. Westfield Court Water Service Replacement BID NO 04-34 Bid Opening: September 14, 2004 2:30 PM BIDDER Q w z !2 (II " 􀁾􀀠"iii I(A) Total Bid calendar days CB) Total Calendar days x$250.00 Total Bid A +B Davis Excavation Y Y $59225.00 54 $13500.00 $72725.00 RKM Utility Svc Y Y $77 855.00 50 $12500.00 $90355.00 Jim Bowman Construction Co., L.P. Y Y $110,446.00 45 $11,250.00 $121696.00 'ffIim.I, M Mlook StJh. Purehaslng Coordinator 􀁥􀀢􀀢􀁴􀁾􀀠corey Gayden. WItness Westfield court Water Service Replacement Bids Opened 9/14!2004 US" Bid Unit "AH BId "8" -B" A+B FINANCE PEPARTMENTJPIlRCHASlNG QMSIQN 5350 Relt Ljm; Bred C9'Z2l4SO:7p2' FAnI.ilmsnb@ciaddjsontxl1$ Fa.csimiJe(972) 4S0-7096 P.O. Box 9010 Addison. TelQlS ?S001 September 28, 2004 Drew Davis Davis Excavation, Inc. POBox 1169 Van Alstyne, TX 75495 NOTICE OF AWARD: Bid 04-34 Westfield Ct Water Service Replacement Dear Ms. Davis: Receipt of this document authorizes your company to provide all labor and materials as outlined in the speeifications, and under the teans and conditions ofthe contract documents fur Bid No: 04-34. Enclosed please find fuur completed copies ofthe contract to be signed by an authorized officer or principal ofyour firm. Please send the signed contracts along with the necessary insurance certificates and bonds as soon as possible, but no later than October 8, 2004. 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 Copy: Sieve Chutchian Jenny Nicewander SECTION C CONTRACT AGREEMENT CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALlAS THIS AGREEMENT is made and entered into this __day of ,2004, by and between the Town of Addison, of the County of Danas and state of Texas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter tenned the OWNER, and, of the City of , County of , state of , Party of the Second Part, hereinaftertenned CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter menuoned, to be made and perfonned by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: WESTFIELD COURT WATER SERVICE REPLACEMENT and all extra work in connection therewith, under the teons as stated in the General and Specific Provisions 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 conslruction, in accordance with the condilions and prices stated In the Proposal attached hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans. Qnd 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 enure AGREEMENT. The CONTRACTOR hereby agrees to commence work within rIVe (5) calendar days afterthe date of written notice to do so shall have been given to him, and to substanually complete the work within __calendar days after he commences work, subject to such extensions of lime as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ in current funds for the perfonnance of the Contract In accordance with the Proposal submitted thereof. subject to additions and deductions. as provided in the General Provisions. and to make payments of account thereof as provided therein. 1of2 _________ ___ IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above Wlitten. TOWN OF ADDISON (OWNER) ATTEST: By: ____________ City Secretary Party of the second Part (CONTRACTOR) ATTEST: By:__________ The following to be executed if the CONTRACTOR is a corporation: I, _________________, certify that I am the secretary of the corporation named as CONTRACTOR herein; that ____________, who signed this Contract on behalf of the CONTRACTOR is the ___________ofsaid corporation; that said ________________...... I(!!!offii!!!cialidi·i!!...ltitl!!!e5l.) Contract was duly signed for and in behalf of said corporation by authority of itsgoverning body, and is within the scope of its corporate powers. 􀁓􀁾􀁮􀁥􀁤􀀺􀀠Corporate Seal 2of2 Westfield Court Water Service Replacement BID NO 04·34 Bid Opening: September 14, 2004 2:30 PM C w:z BIDDER !:2 CI) ----------Davis Excavation v RKM Utility Svc .V Jim Bowman Construction Co., L.P. Iv 'C c dl :E! IXI. V v v IA) Total Bid ",.., L:u 􀀴􀀭􀀻􀀺􀀺􀀺􀁈􀀺􀁾􀀧􀀵􀁓􀀠-􀁉􀁩􀁏􀀬􀁾calendar days ..􀁾􀀮􀀠9) 45' (B) Total Calendar days x$200 13 '5Z1:") \z. "X5\) fI,w Total Bid A+ B 1-2. 1ZS1'(:), 3£E; IZII 􀁻􀀻􀁾􀀠----------------------------Minok Suh. Purchasing Coordinator Corey Gayden, Witn.ss '3'i?v+ fA,,:; eoJ Z=t(. Street Address me 􀀱􀀺􀀬􀁾􀁊􀁬􀀮􀀬􀀠,'T.ey:JI.'!J :tSLf5l-f City & State j Telephone dre.u4) 􀁤􀀴􀁶􀁪􀀧􀁪􀁥􀀩􀀨􀁥􀁡􀀡􀁉􀁁􀀭􀁨􀁾􀀠. c.D.11 e-mail CONTRACT DOCUMENTS TOWN OF ADDISON, TEXAS WESTFIELD COURT WATER SERVICE REPLACEMENT GSWW,INC. 11117 SHADY TRAIL DALLAS, TEXAS 75229 AUGUST, 2004 SECll0N B BID PROPOSAL FOR WESTFIELD COURT WATER SERVICE REPlACEMENT Addison, Texas Date: 􀁓􀁥􀀻􀁥􀀫􀁥􀀫􀀮􀁯􀁾􀁊􀁬􀁲􀀠13 ,2004 PROPOSAL OF: Do.. V"I:5 e '!.Ctl.I/(l+tOil I :Lne. (Contractor) Check appropriate business entity. \/" A corporation organized and existing under the laws of the State of Texas. ____ A corporation organized and existing under the laws of the State of (If a non-Texas Corporation, please attach a copy of the corporation's Articles of Incorporation) ____ A partnership consisting of _____________ ____ A sole proprietorship owned by ________, an individual. DO NOT REMOVE BID PROPOSAL FROM SPEC.FICA110N BOOK SPECIFICA110N BOOK TO BE SUBMITTED IN IT'S ENllRETY 1of5 Receipt is acknowledged of the following addenda: Addendum #1 ___ Addendum #2___ Addendum #3___ Addendum #4___ Respectfully Submitted, By: (Authorized Sig ature) ?re'f>icltvt+ (Title) Address: PO. 􀁾􀁜􀁃􀀠II c..lj City: VM,q b.f-fjM state: 􀀬􀁥􀁾􀁡S Telephone: 2/'1-􀀢􀁦􀁾􀀳􀀭􀀧􀁩􀀧􀁩􀀠0'1 z.. Zip: Fax: -=1511 qs2/(L(lel 'Iwe , l-llAmcrd 1 IWM; 􀁾􀁆􀁩􀀬􀁊􀁦􀀭Dollars '1 ) ee,o Ce-VL-+s TOTAL OF TIME BID: '5' Lj (Calendar Davs\ TOTAL OF CALENDAR DAYS X $250.00 (B): $ I"?>, 􀀧􀀵􀀰􀀰􀀮􀁾􀀠WRITTEN IN WORDS::th I r}-CCrl 'h.ousa.oel F,·"c. kkN.lr-eJ Do [lM'S 1 2 e.ro CMfs BASIS FOR COMPARISON OF BIDS: (A) + IB) = TOTAL BIDS: $ --=tJ J 1-).5. 􀁾􀀠WRITTEN IN WORDS: "5e 􀁖􀁥􀁲􀀱􀁾-Tw:> 􀁉􀁨􀁄􀁕􀁾􀁴􀀱􀀮􀁦􀀱􀀮􀁤􀀠'Seve" 􀁾􀁲􀁵􀁬􀁲􀁥􀁬􀀱􀀱􀀧􀁷􀀴􀀧􀁜􀁾􀀧􀀠F\;'e bolllif$ 􀁾􀀠2&0 C-evvl5 Notes: 1. All nems, 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 nem listed In this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Securtty shall be collected and retained by the Owner as liquidated damages in the event l! contract is awarded by the Owner based on this proposal within ninety (90) days calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within seven (7) calendar 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 Surety shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of Schedule "A", (A), plus (B). Bidder's Tax I.D. No. or Employer No. 50f5 􀁾􀀠􀁾􀀠 SURETEC BID BOND KNOW ALL MEN BY THESE PRESENTS, that we as principal, hereinafter called the "Principal: and SURETEC INSURANCE , 7201 Bishop Road, Suite 250, Plano, TX 75024, as surety, hereinafter called the "Surety," are held and firmly bound unto Town of Addison, TX as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal 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 Westfield Court Water Service Replacement NOW, THEREFORE, if the contrac1 be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contrac1 in writing or, in the event of the failure of the Principal to enter into such Contract, ifthe Principal shall pay to the 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 effec1. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 14"' day of September, 2004. Davis Excavation Company, Inc. (PrinCipal) SureTec Insurance Company 􀁂􀁙􀀺􀁾􀁾􀀠 nPal"ker, Attorney-in-Fact Bid Bond uncapped_Iext Rev 11.11.03 􀁻􀁳􀁾􀀠 SureTec • GENERAL POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a cOlporation duly organized and existing under the laws ofthe State ofTexas, and having its principal office in Houston, Harris Connty, Texas, does by these presents make, constitute and appoint Michael P. Whisenant, Cam Fletcher, Jan Parker, Sonia Lara ofDall.s, Texas its true and lawful Attomey(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings Or other instruments or eontracts of suretysbip to inelude waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and noll00 dollars (S·5,000,000.00) and to bind the Company thereby as fully and to the same extent as ifsuch bonds were signed by the President, sealed with the cOlporate seal of the Company and duly attested by its Secrettuy, hereby ratifying and and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointruent is made under and by authority of the following resolutions ofthe Board ofDirectors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secrettuy or any Assistant Secrettuy shall be and is hereby vested with full power and authority to appoint anyone or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalfofthe Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of bebalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indenrnity and other conditional or obligatory nndertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any sucb Attorney-in-Fact sball be binding upon the Company as ifsigned by the President and sealed and effected by the COlporate Secrettuy. Be it Resolved, that the signatore of any authorized officer and seal of the Company heretofore or bereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shaU be valid and binding upon the Company with respect to any bond or nndertaking to which it is att.ched. (Adopted at a meeting held on 20" ofApril, 1999.) In Witnes.. Whereof, SURETEC INSURANCE COMPANY has cansed these preseuts to be signed by its President, and its cOlporate seal to be hereto affixed this 11th day ofJnne, A.D. 2002. SURETEC INSURANCE COMPANY COlporate Seal By State ofTexas 􀁾􀀠County ofHarris ss; Preside"t On this 11th day of Jnne A.D. 2002 before me personally came John Knox, Ir., to me known, who, being by me duly sworn, did depose and say, that be resides in Houston, Texas, that be is President of SURETEC INSURANCE COMPANY, the company described in and which executed tha above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such cOlporate seal; that it was so affixed by order of the Board ofDirectors of said Company; and that he signed his name thereto by like order. 􀁾􀀠e 􀁾􀁾􀀺􀁾􀀧􀀺􀀺􀀧􀁁􀁾􀁾􀀠1'170.-c./. ---Nottuy Seal ..._-rn;;;;,.-U. Ibanez, Notary 'c JUNE11,2OOI _ My commission expires Inne 11, 2006 I, Michael P. Whisenant, Vice President and Assistant Secrettuy of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and cairect copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore. the resolutions ofthe Board ofDirectors, set out in the Power ofAttorney are in full force and effect. In Witness Whereof. I have herennto set my band and affixed the seal ofsaid Company at Houston, Texas this 14lh day of September. 2004, A.D. COlporate Seal Michael P. Whisenant, Vice President, Assistant Secretary ---------------SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 5000 Plaza on the Lake, Suite 290 Austin. TX 78746 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1.800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 FaX#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the "Act'), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for "acts of terrorism" as defined in Section 1 02(1) of the Act is Zero Dollans ($D.OO). The United States will reimbunse the Issuing Sureties for ninety percent (90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any endonsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism . Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of the attached document. Exclusion of liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. Rev 11.11.03 JM 􀁾􀀢􀀢􀀬􀀮􀀢􀀢􀁇􀁾􀁳􀁲􀀮􀀠u .. L .1. Contractor • /1//&,<{Ir Ave. In;'. /Street Address ; Telephone Fax 􀁊􀁍􀁀􀁾􀁾􀁾􀀧􀁣􀀭􀀮􀀮􀀠e-mail CONTRACT DOCUMENTS TOWN OF ADDISON, TEXAS WESTFIELD COURT WATER SERVICE REPLACEMENT GSWW.JNC. 11117 SHADY TRAIL DALLAS, TEXAS 75229 AUGUST, 2004 , . ________ SECTION B BID PROPOSAL FOR WESTFIELD COURT WATER SERVICE REPLACEMENT 􀁁􀁤􀁤􀁩􀁳􀁯􀁾􀁥􀁸􀁡􀁳􀀠Date: T. /4-,2004 Check appropriate business entity. ____ A corporation organized and existing under the laws of the State of Texas. ____ A corporation organized and existing under the laws of the State of (If a non-Texas Corporation, please attach a copy of the corporation's Articles of Incorporation) /A partnership consisting 􀁏􀁦􀀭􀀧􀁾􀀢􀀭􀀧􀁉􀀬􀀭􀀬􀀺􀁍􀀧􀀺􀀮􀀺􀀮􀁌􀁾􀀬􀀢􀀬􀀬􀀽􀀬􀀢􀀬􀀻􀀢􀀻􀀢􀀠_ ____ A sole proprietorship owned by ________, an individual. DO NOT REMOVE BID PROPOSAL FROM SPECIFICATION BOOK SPECIFICATION BOOK TO BE SUBMITTED IN IT'S ENTIRETY 1 of 5 Receipt is acknowledged of the following addenda: Addendum #1 A/o",eAddendum #2___ Addendum #3___ Addendum #4___ Respectfully Submitted, By: <770"'; (;. t. .1. (Name of Contractor) (Authorized Signature) [rille) Address: /111 􀁾if !Jvt:"., In;; I City: fi../'rNO State: ZX Zip: 7So14-Telephone: (q1!i #-].) -/3/3 Fax: f7y 4-z.3 -'94+7 Seal if bidder is a corporation 30f5 BID SCHEDULE "An SERVICE 1. 23 EA FURNISH & INSTALL 3/4' TYPE 'K' COPPER WATER SERVICE BY OTHER THAN OPEN CUT, INCLUDING CONNECTING TO EXISTING WATERLINE AND WATER METER, REMOVE AND REPLACE WATER METER BOX, REMOVE & REPLACEMENT OF REINF. CONC. STREET, DRIVEWAY, SIDEWALK AND CURB, TURF MAINTENANCE $ $ COMPLETE IN PLACE. Jikll ;J,;u..gwJ) li6/frill{AJRW "";;0 Dollars " lit?-􀀫􀁾and NQ Cents per EA TOTAL FOR WESTFIELD COURT WATER SERVICE $REPLACEMENT: (SCHEDULE "A") DO NOT REMOVE BID PROPOSAL FROM SPECIFICATION BOOK SPECIFICATION BOOK TO BE SUBMITTED IN IT'S ENTIRETY 40f5 BID SCHEDULE SUMMARY WESTFIELD COURT WATER SERVICE REPLACEMENT Bid Schedule and Description Total Amount Materials & Services Schedule "A" Water Service Replacement IJ04..g,°";􀀤􀀬􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀁾� �􀁾􀁾􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭TOTAL AMOUNT BID FOR SCHEDULE "An A..AJ .. '" =TOTAL OF STANDARD BID (AI $ //0. .,"TO:> 7 WRITTEN IN WORDS: t!21fJB' 􀁤􀁎􀀢􀁾􀁾􀁾􀁊􀀢􀀢􀀢􀀧􀀧􀁰􀀠􀁾􀁉􀁬􀁉􀀯􀁗􀁉􀀢􀀢􀁐􀀱􀀧􀂣􀁕􀀱� �􀀠J:", D,u..-.S TOTAL OF TIME BID: (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): $ t? z. 5 tJ ....=.. WRITTEN IN WORDS: e;::kevf!:7J 􀁾􀁾􀁴􀀧􀁾􀁯􀀠􀁨􀁦􀁵􀀯􀁾􀀱􀁕􀁦􀁦􀀧nPrY 􀁪􀀩􀀨􀀩􀁾􀀠BASIS FOR COMPARISON OF BIDS: .. (A) + (B) =TOTAL BIDS: $ /.'.2.;{ 􀁾96 -􀁾􀀠\' WRITTEN IN WORDS:t/AltIl' 􀁾􀀬􀀮􀁵􀁴􀀺􀁊􀀠bw.I"Y tJAlG' 􀁚􀀻􀁗􀀮􀀮􀀬􀀮􀀮􀀬􀁾􀀠U (X !1wPUP /lke,yh £b kG.!?&4//-;::l,t z ¢ Seal if bidder is a corporation 30fS BID SCHEDULE "An FURNISH & INSTALL 3/4" TYPE 'K' COPPER WATER 1. 23 SERVICE BY OTHER THAN OPEN CUT, INCLUDING CONNECTING TO EXISTING WATERLINE AND WATER METER, REMOVE AND REPLACE WATER METER BOX, REMOVE & REPLACEMENT OF REINF. CONC. STREET,EA DRIVEWAY, SIDEWALK AND CURB, TURF MAINTENANCE COMPLETE IN PLACE. 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀡􀁦􀁊􀀺􀀶􀁾􀁾􀁾􀀦__Dollars Cents per EA 􀀤􀁾􀀮􀀳􀀧􀁾􀀵􀀬􀁯� �􀀠$7Z as:s;ClO i TOTAL FOR WESTFIELD COURT WATER SERVICE REPLACEMENT: (SCHEDULE "An) DO NOT REMOVE BID PROPOSAL FROM SPECIFICATION BOOK SPECIFICATION BOOK TO BE SUBMITTED IN IT'S ENTIRETY 4of5 BID SCHEDULE SUMMARY WESTFIELD COURT WATER SERVICE REPLACEMENT Bid Schedule and Description Total Amount Materials & Services Schedule "A" Water Service Replacement TOTAL AMOUNT BID FOR SCHEDULE "A" =TOTALOF STANDARD BID (A) $ 77, :555, ,()O WRITTEN IN WORDS: 􀀻􀁾􀁾􀁾;:;2t""'M11 ",.I1Y'V 􀁾􀁤􀁊􀁨􀁰􀁾􀀭􀁐􀁑􀀱􀀢􀁲􀀠􀁾􀀮􀀠TOTAL OF TIME BID: 50 (Calendar Days) TOTAL OF CALENDAR DAYS X $250.00 (B): $ 12,5tPo, tPtJ WRITTENINWORDS: 􀁾􀁾􀀠􀀢􀁾􀁤􀀮􀀮􀁉􀀯􀀴􀀯􀀧􀀮􀀴􀀠aFzr/'-?'74C &...;z:;.. BASIS FOR COMPARISON OF BIDS: (A) + (B) = TOTAL BIDS: $ 90,3,:>,:>,00 􀁾􀀺􀀺􀀺􀀧􀁾􀁾􀁾􀀠􀁾􀀠, Notes: 1, All items, labor, materials, equipment, facilities, incidentals, and work required for construction of the project are to be provided and instelled by the Contractor as part of the project and payment for the cost of such shall be included in the price bid for the construction of the project. 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3, It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is awarded by the Owner based on this proposal wIIhin ninety (90) days calendar days after receiving bids and the undersigned fails to execute the contract and required bands within seven (7) calendar 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 Surety shall be returned to the undersigned upon demand. 4. One confractwill be awarded based on the total value of Schedule "A", (A), plus (B). Bidder's Tax 1.0. No. or Employer No. 0(.,-/&t, 6 be; 8 50f5 , , Western Surety Company BID BOND Bond No. 22747630 KNOW ALL MEN BY THESE PRESENTS, that we, RKM Utility Services, Inc., as Principal (hereinafter called the "Principal"), and Western Surety Company, P.O. Box 5077, Sioux Falls, SD 571l7-5077(hereinafter called the "Surety"), are held and firmly bound unto City ofAddison, as Obligee, (hereinafter called the "Obligee"), in the sum of 2,% of the amount ofthe bid described below but not to exceed Ten Thousand Dollars ($10,000) 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 firmly by these presents. WHEREAS, the Principal has submitted a bid to Obligee for Water Systems improvements. NOW, THEREFORE, Ifthe contract be timely awarded to the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms ofsuch bid or, in the event of the failure of the Principal to enter into such a contract, if the Principal shall pay to the Obligee tbe difference not to exceed the penalty hereof between the amount specified in said bid and the next low bid received by the Obligee for the work covered by Principal's bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 14th day of Sept., 2004. Western 􀁾􀁵􀁲􀁥􀁴􀁹􀀠Compa y By Y1. Mich N. Rudberg Attorney-in-Fact 􀁗􀁅􀁓􀁔􀁾􀀠SURETY COMPANY POWER 0.11' ATTURNEY (Irrevocable) 22747630. Know All Men by These Presents: No. SP· A A That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving 􀁾􀁣􀁥􀁲􀀠􀁩􀁦􀁤􀁥􀁳􀁾􀀮􀀱􀁨􀁡􀁾􀁾􀁾􀀢􀀧􀁾􀀮􀀧􀀮􀁾􀀦􀁲􀁙􀀧􀀠a corporation. does hereby make, constitute and appoint the 􀁦􀁯􀁬􀁬􀁯􀁷􀁩􀁾􀁧􀁟􀁾􀀧􀀱􀀺􀀧􀁩􀁾􀁾􀀠.:: L authorized individuals: 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠in the City of DALLAS . State of TEXAS . with limited authority. its true and Jawful Atlorney(s) in fact with fun power and authority hereby conferred. to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond: 􀁂􀁉􀁄􀁾􀀠􀁐􀁅􀁒􀁆􀁏􀁒􀁍􀁁􀁎􀁃􀁅􀁾􀀠AND/OR PAVMENT BONDIN ADDITION THE RELATEDTRANSACTIONS SUCH AS CONSENTS OF SURE tY, RIDERS AND LETTERS OF 􀁉􀁎􀁔􀁅􀁎􀁔􀁾􀀠MAINTENANCE AND WARRANTV BONDS 1 􀁐􀁒􀁏􀁖􀁉􀁄􀁴􀁾􀁇􀀠THE BONO PENALTV DOES NuT EXCEED FIVE MILLION AND NQ/IOu DOLLARS (**5 000 000.00).􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪� �􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀁾􀀪􀀪􀀪􀁾􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀠********************************************************************** The acknowledgment and "execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly eleeted officers of this Company. AU authority hereby conferred shall expire and terminate. withom norice, unless used before midnight of COUNTY OF MINNEHAHA } ss By . 􀁾􀁮􀁩􀁯􀁲􀁃􀁾􀀠On this 1st day uf April in !he year 2002 . before me, a NQlnry Public, personally appeared Paul 'f. :Bruflat.. who being by me duly sworn, &eknowkdged that be Signed the ab(we Power or Anol'm:y as the afat=Ud officet' of WESTERN SURETY COMPANY and acknowledged Slid ln5trumenl to be the w{untary act and deed of raid cotpOr.ltiOl'l . .........._ ......................_ ...._+ f o. KRELL 􀁾􀀠􀀱􀁾􀁎􀁡􀁲􀁁􀁒􀁖􀁐􀁕􀁂􀁊􀀮􀁉􀁃􀁾􀀱􀀠􀀱􀁾􀀵􀀰􀁕􀁔􀁈􀁄􀁁� �􀀨􀁡􀁲􀁁􀁾􀀡􀀠Notary Public, South Dakota +....-................................ _ .. + My Comml$S!on Expires November30, 2006 I. !he underslgned officer oJ Western SUI"I.lt)' Company. U Slock 􀁃􀀰􀀱􀁰􀁏􀁲􀁮􀁾􀁯􀁮􀀠Gf the SUllil Qf South Dakola, do hereby certify thaI the attached Power of Attorney is in full foree and effect and is irrevocable; and furthermore, that Section 7 of the :By-Laws of the company as sel farth.;;. 1hZ,Power of Attorney, is: now i1.Qrce. " In,estimony "',",reor, I "",.here""., ... my h""d ",d \h, "'" .rW"lem SU""" ComP""W'E , T";z day g􀁕􀀧􀁾􀀧􀁓􀁾􀁙􀁃􀁏􀀡􀁖􀁩􀀺􀀻􀁾NY 'IMPORTANT: This date must be filled in before it is attached to the bond and it must be the same date as [he bond, By 􀁾􀀠.-.-1. rorm 749-4·2002 Senior Vice Pr oent 􀁎􀁏􀁔􀁉􀁃􀁅􀁾􀀠This bordor must be aWE. If It Is not BLUE. thIS Is not a certifJed copy.--+ Town of Addison -Westfield Court Water Service Replacement Item Project No. Unit QuantIty Unit PriCe In providing opinions of probable construction cost, !he CIIen! understands that !he Consultant has no conIroI over the cost or availability of labor, equipment or materials, or over market condbs orthe 􀁃􀁯􀁮􀁴􀁊􀁡􀁣􀁴􀁯􀁾􀁳method of priCing, and that !he Consultant's opinions of probable construction cost .... made on the bam of !he consultant's professional Judgment and expertence. The Consultant makes no wamlnty, _ or Implied, that the bids or the negotiated coat of the Work will not vary !tom the Consultant's opinion of probable construction coat. Page 1 of 1 Steve Chutchian From: OfiphanlPR@aol.com Sent: Wednesday, September 01, 2004 5:20 PM To: Mike Murphy; Jim Pierce; Stelle Chutchian; Jenny Nicewander Cc: Chris TeflY SUbject: Planning Notes PUBLIC WORKS PLANNING ACTIVlTIES (Notes from 8131/04 conference) WESTFIELD COURT WATER LINE (Council approval on 9128, work starts 10/9) 1. Letter to residems -Liz to draft; Jenny will get date Ron can attend and clear letter with him before copying and distributing door-to-door on 9/29 2. Public Meeting week ofOctober 4 a. Public Works to handle i. Arrangements with Athletic Club ii. Coordination with Michelle for Ron or Chris to attend iii. Preparation ofvisuals (water lines indicated on graphics, graphic showing detail ofrepairs and how line will be repaired) iv. Agenda for presentation (issues to be covered) b. Liz to coordinate all ofabove with Jenny and produce notices to place on homes to alert residents ofthe time water will be turned offat their particular home BELT LINE ROAD RESURFACING (Council approvallOlll, work starts 10/17) 1. Liz to draft letter for Ron's signature; Jenny to handle approval, copying and hand delivery on 9115. Will be mailed to property owners too. 2. Two Public Meetings week of9/27, 2:30 and 6:30 p.m. to accommodate retailers and restaurant managers a. Public Works to handle i. Use ofConference center for events ii. Availability or mayor and/or city manager to attend iii. Getting list ofproperty owners and businesses from tax office for letters iv. Preparation ofvisuals -rendering, time-line v. Agenda for presentation (issues to be covered) b. Liz to coordinate all ofabove with Jenny SPECTRUM DRIVE RIBBON CUTTING 1. Scheduled for end of October -possibly early evening to display lighting ... 91212004 Steve Chutchian Full Name: Last Name: First Name: Job Title: Company: Business Address: Business: Mobile: Business Fax: E-mail: Spann, Quinn, Jr., P.E. Spann Quinn AssociateJProject Manager GSWW,lnc. GSWW, Inc. 11117 Shady Trail 􀁴􀁶􀁥􀀾􀁔􀁰􀁲􀁾􀁪􀀩􀀠{JIVJt'jDallas, Texas 75229 􀁻􀀬􀁶􀀭􀁾􀀠Se£vtte (972) 620-1255 (972) 978-5545 (972) 620-8028 Ke􀀯􀀬􀀡􀁁􀀼􀁥􀁁􂂬􀁾􀀠qspann@gsw-inc. com 1 BID NO. 04-34 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Town ofAddison, Texas Westfield Court Water Service Replacement INTERIM REVIEW Oocunwnt Incomplote, not Intended tot' COngtrucUon, bIdding. or pennlt puf'P'l.l6M. ENllirtEEP.: Quilln G. SpallO, Jr.. P.E. P.E. SERIAL 􀁾􀁾66109 DATE: /!Z;' 8?' AUGUST, 2004 PREPAREDBv GSWW,Inc. 11117 Shady Trail Dallas, Texas 75229 Contractor Street Address City & State Telephone Fax e-mail CONTRACT DOCUMENTS TOWN OF ADDISON, TEXAS WESTFIELD COURT WATER SERVICE REPLACEMENT GSWW,INC. 11117 SHADY TRAIL DALLAS, TEXAS 75229 AUGUST, 2004 CONTRACT DOCUMENTS TOWN OF ADDISON, TEXAS WESTFIELD COURT WATER SERVICE REPLACEMENT TOWN OF ADDISON, TEXAS DALLAS COUNTY, TEXAS I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly Registered Professional Engineer under the laws of the Stale of Texas Date; ______ Registration No. __..______ \\MOIhetsfllp1\englneering\1 03e-Addison\1 036-002.\spee\secllon-l.doc GENERAL CONTRACT DOCUMENTS AND SPECIFICATIONS FOR TOWN OF ADDISON. TEXAS WESTFIELD COURT WATER SERVICE REPLACEMENT TABLE OF CONTENTS TITLE SECTION BID ADVERTISEMENT & INSTRUCTIONS TO BIDERS ..................................................................... A BID PROPOSAL ........................................................................................................... ..................... B CONTRACT AGREEMENT.................................................................................................................C BONDS..................................... .........................................................................................................0 Performance Payment Maintenance Certificate of Insurance Contractor's Affidavit of Bills Paid GENERAL PROVISIONS .................................................................................................................... E Standard Specifications for Public Works Construction, North Central Texas Council of Governments (separate document not furnished) SPECIAL PROViSiONS.................................................................................... ................................. F TECHNICAL SPECIFICATIONS ......................................................................................................... G PROJECT SIGN ................................................................................................................................ H PLAN SHEETS ANO PiCTURES ........................................... ............................................................. .1 􀁜􀁜􀁍􀁯􀁴􀁨􀁥􀁲􀁳􀁨􀀡􀁰􀁬􀁜􀁡􀁮􀁧􀁩􀁮􀁥􀁥􀁲􀁩􀁬􀀱􀀹􀁜􀀱􀀰􀀳􀀶􀀭􀁁􀁤􀁤􀀡􀁳􀁯􀁮􀁜􀀱􀁾􀁥􀁣􀀮􀁜􀁳􀁥􀁣􀁬􀁬􀁯􀁮􀂷􀁬􀀮􀁾􀁴􀀧􀀮􀁩􀁣􀀠 ADVERTISEMENT FOR BIDS 1. Sealed bids addressed to the Town of Addison, Texas, for Westfield Court Water Service Replacement for the Town of Addison, Texas, hereinafter called ''Town'' in accordance with plans, specifications and contract documents prepared by GfNVIN, Inc.,herinafter called "the Consultanf', will be received at the office of Ms. Minok Suh, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 P.M. on Tuesday, September 14, 2004. Bids received by the appOinted time will be opened and read aloud. Any bids received after closing time will be returned unopened. 2. The Contractor shall identify his bid on the outside of the envelope by writing the words 'WESTFIELD COURT WATER SERVICE REPLACEMENT". 3. Bids shall be accompanied by a cashiers check or certified cheCk upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a surety or its authorized agent as a guarantee that the bidder will enter into a contracl and execute a Performance Bond within ten (10) days after notice of award ofcontract to him. . 4. Plans, specifications and bidding documents may be secured on a CD from the office of Ms. Minok Suh, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas. The first copy of the CD will be available at no charge and any edditional copies of the CD may be obtained for a non-refundable sum of $20.00 per CD. 5. The Mayor and the Town Council reserve the right as the interest of the Town may require to reject any or all bids and to waive any informality in bids received. 6. The Bidder (Proposer) must supply all the information required by the Proposal Form. 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100"... of tlie total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety. The performance and payment bonds shall name the Town of Addison as obligee (or such other enttties as may be designated at the time a contract is executed). 8. For information on bidding or to secure bid documents, call Ms. Minok Suh (972) 450-7091. For information on the work to be performed, call Steven Z. Chutchian, P.E., Assistant City Engineer, (972) 450-2886. 9. A Mandatory Pre-Bid meeting will be held at 2:00 P.M. on Tuesday, September 7, 2004 at the Addison Service Center, 16801 Westgrove, Addison, Texas, 75001, (972) 450-2871. All bidders are required to attend. Lack of attendance will be considered non-responsive and a bid will not be accepted from anyone not attending. 10. This project consists of abandoning existing "long" copper water service lines, by boring new long service lines with a polyethylene sleeve as shown on the plans and in accordance with the specifications. TOWN OF ADDISON, TEXAS SECTION A INSTRUCTION TO BIDDERS TABLE OF CONTENTS 1. PROJECT ........................................................................................................................................2 2. PROJECT DESCRIPTION ...............................................................................................................2 3. PROPOSALS................................................... ................................................................................2 4. DOCUMENTS......................................................................................................... .........................2 5. EXAMINATION OF DOCUMENTS AND SITE .................................................................................2 6. INTERPRETATION OF DOCUMENTS ..................... .......................................................................2 7. INSURANCE REQUIRMENTS ..................................................................................................... ....2 8. SUBSTITUTIONS .............................................................................................................................4 9. ADDENDA ...................................... .................................................................................................4 10. COMPLETION TIME ................................................................................ ........................................4 11. PREPARATION OF BIDS .................................................................................................................4 12. SUBMITTAL OF BIDS ........................................ : ............................................................................. 5 13. MODIFICATION AND WITHDRAWAL OF BIDS .............................................................................5 14. DISQUALIFICATION ................................................................................................... .....................5 15. SUBMISSION OF POST-BID INFORMATION .................................................................................5 16. AWARD ............................................ ...............................................................................................5 17. EXECUTION OF THE CONTRACT ........................................................................ .........................5 18. CONSTRUCTION SCHEDULE ........................................................................................................5 19. LIQUIDATED DAMAGES .................................................................................................................6 20. FORM OF CONTRACT ............................................................... .....................................................6 21. BONDS ...................................................................................................................................... ......6 22. BID SECURITY ................................................................................................................................6 23. RESOLUTIONS ............................ ...................................................................................................6 24. CONSTRUCTION STAKING ......................................................................... ...................................6 25. FINAL PAYMENT .............................................................................................................................6 26. PREVAILING WAGE RATES ...........................................................................................................6 \\Mothershi p1\e ngineering\1D3B-Addison\1036-002\spec\section-A .doc INSTRUCTIONS TO BIDDERS 1. pRo.IEer WESTFIEI D COl JRT WATER SERVICE REPI ACEMENT, in the Town of Addison. The bids will be evaluated as stated in this item 16 of the Instructions to Bidders. 􀀲􀁾􀀠 .pRQJECT DESCRIpTION This project consists of the installation of 23 water service lines "by other than open cut' (long service only) WITh associated appurtenances as shown on the plans and in accordance with the specifications. 3. PROPOSAlS Proposals must be in accordance with these instructions in order to receive consideration. 4. DOCUMENTS Documents include the Advertisement -for Bids, Instructions to Bidders, Proposal Forms, Contract Agreement, Performance Bond, Payment bond Maintenance Bond, General Provisions, Special Provisions, Technical Specifications, Drawings, and Addenda which may be issued during the bidding period. Bidding Documents may be viewed and/or obtained under the terms and conditions set forth in the Advertisement for Bids in Section A of this Specification Book. 5. EXAMINATION OF Doei IMENTS AND SITE Bidders shall carefully examine the Bidding Documents and the construction site to obtain first-hand knowledge of the scope and the conditions of the Work. Each Contractor, Subcontractor and Subsubcontractor, by submitting a proposal to perform any portion of the Work, represents and warrants that he has examined the Drawings, Specifications (Project Manual) and the site of the Work, and from his own investigation has satisfied himself as to the scope, accessibility, nature and location of the Work; the character of the equipment and other facilities needed for the performance of the Work; the character and extent of other work to be performed; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the Work. No additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractor or Sub-subcontractor to inform himself as to conditions affecting the Work. A Mandatnqr pre-Bid meeting will be be held at 2:00 P.M. on September 7, 2004 at the Addison Service Center, 16901 Westgrove, Addison, Texas, 75001, (972) 4502871. All bidders am required to attend. Lack of attendance will be considered non-responsive and a bid will not be accepted from anyone not attending. 6. INTERPRETATION OF DOCUMENTS If any person contemplating submitting a bid for the proposed Contract is in doubt as to the meaning of any part of the Drawings, Specifications (Project Manual) or other proposed Contract Documents, he may submit to the Consultant, not later than seven (7) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient lime for a reply to reach them before preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the Owner. 7. INSURANCE REQIIIRMENTS A. The Contractor shall agree to furnish and maintain, during the contract period, insurance coverage meeting the following requirements: 1. Commercial General Liabilily Insurance at minimum combined. single limits of $500,000 per occurrence and $1,000,000 general aggregate for Bodily Injury and Property Damage, which coverage shall indude Products/Completed Operations, and XCU Hazards. Contractual Liability must be maintained with respect to the Contractor's obligations 2 contained in the contract. The policy must be amended to provide a per-project general aggregate limit of insurance of $1,000,000 with respect to this contract. 2. Workers Compensation insurance at statutory limns. including employer's liability coverage at minimum limns of $500.000. 3. Commercial automobile liability insurance at minimum combined single IimHs of $500,000. Per occurrence for bodily injury and property damage. including owned. nonowned, and hired car coverage. B. Contractor shall provide the following endorsements: 1. Addnional insured wording which includes the Contractor and the Town of Addison with respect to general liability. and automobile liability. 2. AliliabUity policies shall contain cross liability and severability of interest clause. 3. A waiver of subrogation in favor of the Town of Addison with respect to the workers' compensation insurance. 4. The policy shall be endorsed to require the insured to immediately notify the Town of Addison of any material changes in the insurance coverage. 5. The certificate shall note the Project Name or Bid Number. 6. All certificates shall be mailed to Town of Addison, Purchasing Division, P.O. BOX 9010, ADDISON, TEXAS 75001. C. All insurance shall be purchased from an insurance company who meets the following requirements. 1. A Best financial rating acceptable to the Town. 2. Licensed and admitted to do business in the State of Texas. D. All insurance must be written on forms filed with and approved by the Texas State Board of Insurance. Certificates of insurance shall be prepared and executed by the insurance company or its authorized agent and shall contain provisions representing and warranting the following: 1. The company is licensed and admitted to do business in the State of Texas. 2. The company's forms have been approved by the Texas State Board of Insurance. 3. Sets forth all endorsements as required above. 4. The Town of Addison will receive at least thirty (30) days notice prior to cancellation or tenmination of the insurance. E. Upon Upon request, Contractor, shall furnish the Owner wfth certified copies of all insurance policies. The Contractor shall also file with the Owner valid Certificates of Insurance covering all subcontractors in accordance with the insurance requirements sat forth herein for Contractor. 3 8. SUBSTITUTIONS Conditions governing the submission of substitutions for specific materials, products, equipment and processes are in the Special Provisions. Requests for substitutions must be received by the Consultant seven (7) calendar days prior to the established bid date. 9. ADDENDA Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed. faxed or delivered to each person who has been issued a set of the Bidding Documents. Addenda will be a part of the Bidding Documents and the Contract Documents. and receipt of them shall be acknowledged in the Bid Fonm. All such interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent by telegram, certified or registered mail. or hand delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda in the space provided in the bid form. his bid will nevertheless be construed as though the receipt of such addenda had bean acknowledged. 10. COMPI ETION TIME See Special Provisions. 11. PREPARATION OF RIDS Prices quoted shall include all items of cost, expense. fees and charges incurred by. or ariSing out of, the performance of the work to be performed under the Contract. Bids submitted shall be Signed in ink. Any bid on other than the required form will be considered informal and may be rejected. Erasures or other changes in a bid must be explained or noted over With the initials of the bidder. Bids containing any conditions, omissions, unexplained erasures and alterations. or irregularities of any kind may be rejected as informal. The prices should be expressed in words and figures or they may be deemed informal and may be rejected. In case of discrepancy between the prices written in the bid and those given in the figures, the price in writing will be considered as the bid. Failure to submit all requested information will make a bid irregular and subject to rejection. Bids shall be signed with name typed or printed below signature, and, if a partnership, give full name of all partners. Where bidder is a corporation, bids must be signed with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. A computer generated proposal form may be used in lieu of the enclosed forms. The form shall be 8X. " x 11" in size, and shall be attached to the proposal in the proper section, and shall be make part of the proposal and contract documents. The spreadsheet option is for the convenience of the bidder. No wording in the spreadsheet shall modify or amend the wording in the bid proposal or plans. The unit price on the form shall be the price of the item, and errors that may be present in the printout will not be recognized as an opportunity to revise the proposal. The summary sheet included in this bid document shall be utilized for summarizing the bid. Te spreadsheet shall present each item in the order and number as shown in the city's proposal and bid schedule for this project. The spreadsheet shall be in a column format with the following columns: 1. Item Number 2. Quantity 3. Unit of Measure 4. Description 4 5, Unit Price 6. Extended Price 12. SIIBMIUAI OF BIDS Sealed proposals will be received at the lime, dale and place staled in the Advertisement for Bids. Proposals shall be completed on Proposal Forms fumished in this Specification book. Submit completed bid book in ifs entirety in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of the envelope the project name, and the name and address of the bidder. The envelopes shall be marked with the following project name: WESIFIEI 0 COIIRT WATER SERVICE REPLACEMENT The Bid Bond must be completed and signed by each bidder and submitted with the bid. Submit Bids by mail or in person prior to the time for receiving bids set forth in the Advertisement for Bids issued by the Town, 13. MOPIFICATION AND WITHDRAWAl OF BIPS Prior to the time set for bid opening, bids may be withdrawn or modified. Bids may be modified only on the official bid form and must be signed by a person legally empowered to bind the bidder. No bid may be withdrawn for for a period of 90 day after the scheduled closing time for receiving bids, The low bidder shall be prepared to submit such evidence as the Owner may require to establish his experience, possession of such equipment, qualification of personnel and financial responsibility necessary to perform the work on this project in an expeditious, safe and satisfactory manner. 14. DISQIIAI JFICATION The Owner reserves the right to disqualify proposals, before or after the opening, upon evidence of collusion With intent to defraud or other illegal practices relating to this proposal upon the part of the bidder. 15. SIIBMISSION OF POST-BID INFORMATION Upon notification of acceptance, the selected bidder shall, within five (5) calendar days. submit the following: A. A deSignation of the portions of the Work proposed to be performed by the bidder with his own force. B, A list of names of the subcontractors or other persons or organizations, including those who are to furnish materials and equipment fabricated to a special design proposed for such portions of the Work as may be designated in the Bidding Documents or as may be requested by the Consultant. C. The bidder will be required to establish to the satisfaction of the Owner and the Consultant the reliability and responsibility of the proposed Subcontractors and suppliers to furnish and perform the Work. Bidder to provide experience record, including contract references (names and telephone) and dollar size of project. 16. AWARD See Special Provisions. 17. EXFCIITION OF THE CONTRACT See Special Provisions. 18. CONSTRIICTION SCHEDIII E See Special Provisions. 5 19. IIQIIIDATED DAMAGES See Special Provisions. 20. FORM OF CONTRACT The contract for the construction of the project will be drawn up by the Owner. A sample form of agreement is included in the Contract Agreement Section. 21. BONDS A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond will be required by the Owner. The performance and payment bonds shall name the Town of Addison, and others as directed by the Town, as joint obligees. Sample forms have been included in the Performance Bond, ,Payment Bond and Maintenance Bond sections. (Contractor shall confirm the legal names of obligees prior to execution of Bonds.) 22. BID SECURITY Bids shall be accompanied by a cashier's check or certified check upon a national or stete bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surely company licensed to do business in the State of Texas as a guarantee that the bidder will enter into a contract and execute a Performance Bond and Payment Bond within ten (10) calendar days after notice of award of contract to him. Such checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds will be returned promptly after the Owner has made an award of contract, or, if no award has been made within thirty (30) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 23. RESot UTIONS If the bidder is a corporation, a copy of the resolution empowering the person submitting the bid to bind the bidder must be included with the bid. 24. CONSTRlICTION STAKING Construction staking will not be provided by the Owner. Benchmarks and Horizontel Control are shown on the plans. There is no separate bid item for staking, therefore, the contractor must include value for steking in the various bid items as subsidiary to the contract. 25. FINAl PAYMENT The general provisions for Final Payment shall be as stated in Item 1.51.4 of the North Central Texas Standard Specifications for Public Works Construction (1998 Edition). Prior to final payment the Contractor shall provide the Owner with the following items: 1. A Contractor's Affidavit of Bills Paid in accordance with Section D. 2. A Consent of Surely Company to Final Payment. 3. A complete set of record plans which indicate all construction variations from the Original construction documents in accordance with Item 5 of the Special Provisions. 4. A two(2) year Maintenance Bond in accordance with Section D. 26. PREVAil ING WAGE RATES ''Wage rates paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as attached in the Special Provisions. 6 SECTION B BID PROPOSAL FOR WESTFIELD COURT WATER SERVICE REPLACEMENT Addison, Texas Date: ,2004 PROPOSAL OF: ____-::::--:--:--:--_____ (Contractor) Check appropriate business entity. ____ A corporation organized and existing under the laws of the State of Texas. ____ A corporation organized and existing under the laws of the State of (If a non-Texas Corporation, please attach a copy of the corporation's Articles of Incorporation) ____ A partnership consisting ____ A sole proprietorship owned by ________, an individual. DO NOT REMOVE BID PROPOSAL FROM SPECIFICATION BOOK SPECIFICATION BOOK TO BE SUBMITTED IN IT'S ENTIRETY BPPage 1 of5 Receipt is acknowledged of the following addenda: Addendum #1 ___ Addendum #2.___ Addendum #3.____ Addendum #4.____ Respectfully Submitted. (Name of Contractor) By: (Authorized Signature) (Title) Address:_______________________ Slate: __________-'Zip: ____________ Telephone: _________􀀭􀀭􀀧􀀮􀁆􀀮􀀭􀀢􀁡􀀢􀀧􀀩􀀨􀀺􀁾____________ Seal if bidder is a corporation BPPage30f5 To; . THE TOWN OF ADDISON, TEXAS 5350 BEL TLiNE ROAD ADDISON, TEXAS 75001 The undersigned tlidder, pursuant to the foregoing advertisement for tlids, has carefully examined this proposal, the contract documents, special provisions, general provisions, special specifications, and the specifications and will provide all necessary labor, superintendence, machinery, equipment, tools, materials, services and other facilities and complete fully all the work as provided for in the specifications and contract documents; and binds himself upon formal acceptance of this proposal to execute a contract and bonds, according to the prescritled forms, for performing and completing the said work within the required time, It is understood that the following quantities of work to be done are approxima,l1i:only; and are intended principally to serve as a guide in figuring out the bids. It is further understood'ihat the quantities of work to be done and materials to be fumished may be increased or decreased as may be considered necessary, in the opinion of the engineer, to complete the work as fully planned and contemplated, and that all quantities of work whether increased or decreased, are to be performed at the unit prices set forth below except as provided for in the specifications. . Unit prices are to be shown in both words and figures, In case of a discrepancy, the amount shown in words will govern. The unit prices shall include all labor, materials, equipment, overhead, profit, insurance, etc" to cover the completed work of the several kinds called for. The work proposed to be done shall be accepted when fully completed and finished in accordance with the plans and specifications, to the satisfaction of the OWNER. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final, The undersigned bidder hereby declares that he has visited the site of the work. In the event of the award of a Contract to the Bidder, the Bidder will furnish Performance and Payment Bond for the full amount of the Contract, to secure proper compliance with the terms and provisions of the Contract, to insure and guarantee the work until final completion and acceptance, and to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the Contract BP Page 2 of5 BID SCHEDULE "A" BID PROPOSAL FOR WESTFIELD WATER SERVICE 􀁒􀁅􀁐􀁌􀁁􀁃􀁾􀁾􀁾􀁾􀁾􀀠1. 23 FURNISH & INSTALl3f4" TYPE 'K' COPPER WATER SERVICE BY OTHER THAN OPEN CUT, INCLUDING CONNECTING TO EXISTING WATERLINE AND WATER METER, REMOVE AND REPLACE WATER METER BOX, EA REMOVE & REPLACEMENT OF REINF. CONe. STREET, $ DRIVEWAY, SIDEWAlK AND CURB COMPlETE IN PLACE. ______________Dollars and Cents per EA $ TOTAL FOR WESTFIELD COURT WATER SERVICE $REPLACEMENT: (SCHEDULE "A") DO NOT REMOVE BID PROPOSAL FROM SPECIFICATION BOOK SPECIFICATION BOOK TO BE SUBMITTED IN IT'S ENTIRETY BP Page 4 ofS ______________ _ BID SCHEDULE SUMMARY WESTFIELD COURT WATER SERVICE REPLACEMENT 􀀢􀀬􀁂􀀢􀀬􀁩􀁤􀀬􀀭􀀬􀁓􀀢􀀬􀁣􀀢􀀭􀁨􀀢􀀬􀁥􀁤􀀢􀀢􀀢􀁵􀁬􀀢􀀬􀁥􀀭􀀢􀁳􀀢􀀬􀁮􀀢􀀬􀁤􀀭􀀢􀁄􀀢􀀬􀁥􀀢􀀢􀁳􀀢􀀬􀁣􀁲􀀢􀀬􀁩􀁰􀀢􀀬􀁴􀀢� �􀁩􀁯􀀬􀀬􀀬􀁮􀁾___________T"'o"'t""s....,1A",m=ou",n",t,",-!Msterials & Services Schedule "A" Water Service Replacement $-_.._-------TOTAL AMOUNT BID FOR SCHEDULE "An =TOTAl OF STANDARD BID (A) $__________ WRITTEN IN WORDS: _______________ TOTAl OF TIME BID: (Calendar Days) TOTAl OF CAlENDAR DAYS X $250.00 (B): 􀀤􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭WRITTEN IN WORDS: BASIS FOR COMPARISON OF BIDS: (Al + (B) = TOTAl BIDS: $----------------WRITTEN INWORDS: _______________ Notes: 1. All Hems, 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. event of discrepancy, the words shall control. In the 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated damages in the event a contract is awarded by the Owner based on this proposal within ninety (90) days calendar days after receiving bids and the undersigned fails to execute the contract and required bonds within seven (7) calendar days from the date the Contractor is notified and has received the conformed documents. After this peliod, if the contract has been executed and the required bonds have been submitted, the said Bid Surety shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of Schedule "A", (A), plus (B). Bidder's Tax !.D. No. or Employer No. ________ BP Page 5 of5 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this __day of 􀁾􀁟􀀮􀀠,2004. by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its Mayor, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and, of the City of , County State of , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to commence and complete construction of certain improvements as follows: WESTFIELD COURT WATER SERVICE REPLACEMENT and all extra work in connection therewith. under the terms as stated in the General and SpecifIC Provisions 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 Proposai 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 collectlvely 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, and to substantially complete the work within __calendar 􀁾after he commences work. subject to such extensions of time as are provided by the General Provisions. The OWNER agrees to pay the CONTRACTOR $ in 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. CAPage 1 of2 IN WITNESS WHEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written, TOWN OF ADDISON ATIEST: (OWNER) By: ___________ City Secretary Party of the Second Part (CONTRACTOR) ATIEST: By: __________ The rollowing to be executed if the CONTRACTOR is a corporation: I, ____________,_____" certify that I am the secretary of the corporation named as CONTRACTOR herein; that _________,____, who signed this Contract on behalf of the CONTRACTOR is the ___􀁾_________of said corporation; that said __________________..;I""o:uff i"'lc"'ia"-l."tit",le",} Contract was duly signed ror and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers, Signed: ___________ Corporate Seal CA Page2of2 SECTION D PERFORMANCE BOND..•.....•......•...........•••....•••••.•••............••.....•.•....••......•....••.....•....................••2 PAYMENT BOND .............................................. ............................................................................3 MAINTENENCE BOND....•••••.••••........•......•..•••..•••..........•••.....•••••..•.........•••.•••..••••••...........•••• .........4 CERTIFICATION OF INSURANCE...•••..............•........••••••...........•.•.......••••........................••...•......7 AFFIDAVIT OF CONTRACTOR .•............•••••..................•.. ...•.•............•......•...•.•..............•.•..•.•.......9 Page 1 of9 STATUTORY PERFORMANCE BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (pUBLIC WORKS) (penalty ofthis Bond must be 100% of Contract Amount) KNOW ALL MEN BY TIlESE PRESENTS, That (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety are held and firmly bound unto the Town of Addison (hereinafter called the Obligee), in the amount of __________________ Dollars ($ ________ ) 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 day of ,2004 to Westfield Court Water Service Replacement 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, TIlEREFORE, TIlE CONDmON OF TIllS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions ofChapter 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 day of , 2004. By: (Principal) (Surety) By: (Attomey-inFact) Page 2 of9 STATUTORY PAYMENT BOND PURSUANT TO CHAPTER 2253 OF THE TEXAS GOVERNMENT CODE (PUBLIC WORKS) (penalty ofthis Bond must be 100% ofContract Amount) KNOW ALL MEN BY THESE PRESENTS, That (hereinafter called the Principal), as Principal, and (hereinafter called the Surety), as Surety are held and firmly bound unto the Town ofAddison (hereinafter called the Obligee), in the amount of __ _________________ Dollars ($ _______ ) for the payment whereof the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and several1y, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the day of __..... ,2004 to Westfield Court Water Service Replacement which contract is hereby referred to and made a part hereof as ful1y and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBUGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution ofthe work provided for in said contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253 of the Texas Government Code and all liabilities on this bond shall be determined in accordance with the provisions, conditions and limitations ofsaid Chapter to the same extent as ifit were copied allength herein. IN WITNESS WHEREOF, the said Principal and Surety have signed this instrument this day of , 2004. (Principal) By: (Surety) By: (Attorney-ill-Fact) Page 3 of9 STATE OF TEXAS COUNTY OF DALLAS That _______ as principal and ______ ____________ ,a corporation organized under the laws of _____________ and as sureties, said sureties being authorized to do business in the State ofTexas, 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 ofthe State ofTexas, as Addison, Dallas County, Texas, the swn of .......__....._--------($,______-') for the payment ofwhich sum will and truly to be made unto said Town ofAddison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said has this day entered into a written contract with the said Town ofAddison to build and construct the Wesffield Court Water Service Replacement Page 4 of9 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 ofsaid contract; NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the performance 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 shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. Page 5 of9 -----------------lNWITNESS WHEREOF, the said ____..____.______ has eaused these presents to be executed by and the said has hereunto set his hand this the ___________ day of _____􀁾__ ' 20 ___ SURETY PRINCIPAL By: -----------------------By: Attorney in Fact ATTEST By: Surety Secretary Agency and Address NOTE: Date ofMainterumce· Bond must be same as date City acceptance. Page 60f9 ----------------------CERTIFICATION OF INSURANCE (Please Use This Form Or Approved Equal) TO: Owner Address Date: __􀁾􀁾_______􀁾􀀠____ Project No.: BID NO 04--34 Westfield Court Water Service Replace Type of Project: ___________ THIS IS TO CERTIFY_______􀀭􀀭􀀺􀁾􀀮􀀭􀀭􀀺􀁟􀁟􀀻􀀮􀀮􀀬􀁟􀀭􀀮􀀮􀀬􀀮􀀮􀀬􀀮􀀮􀀭􀁟􀀺􀀺􀁟􀀭􀀭􀀭􀀭􀀭􀀭􀀭. (Name and address of insured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the types of Insurance and In accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. !I DESCRIPTION I TYPE OF INSURANCE POLICY # EFFECTIVE i EXPIRES LIMITS OF LIABILITY I: i WORKER'S COMPENSATION 'PUBLIC LIABILITY ICONTINGENT LIABILITY iPROPERTY DAMAGE f--.!BUILDER'S RISK 􀁩􀁾􀂷􀀠. rUTOMOBILE IOTHER I i i ,I;1I· :1 Ii I The foregoing policies (do) (do not) cover all sub-contractors. Locations Covered: Descriptions Descriptions of Operations Covered:_. ..-..,____-;:-􀁾􀁟􀀭􀀭􀀻􀀭􀁟􀀭􀀺􀀭􀀺􀀭___􀀭􀀭􀀺􀀺􀀺􀀭􀁾􀀭􀀺􀀭􀀺􀀭 􀁟􀀻􀁟The above referenced policies may not be changed, cancelled, or reduced in coverage without at least thirty (30) days advance wriHen notice of such change or cancellation being given to the Owner. Where applicable local laws or regulations require more than thirty days actual notice of change or cancellation to the insured, the above policies contain such special requirements. either in the body thereof or by appropriate endorsement thereto attached. -N-am-e-o-tl'-n-su-r-e-r----------By: ________􀁾_____ Title Page 7 of9 CONTRACTOR'S AFFIDAVIT OF BILLS PAID STATE OF TEXAS COUNTY OF DALLAS Personally, before me the undersigned authority, on this day appeared ___􀁾􀀠___ 􀁾__ who, being duly sworn, on oath, says that he is a legal representative of (full name ofContrnctor as in ""ntract) and that the contract for the construction of the project, designated as Westfield Court Water Service 􀁒􀀢􀀬􀁥􀀢􀀬􀁰􀀺􀀺􀀺􀁬􀁡􀀢􀀬􀁣􀀺􀀺􀁥􀁾􀁭􀀬􀀬􀀬􀀬􀁥􀀬􀀬􀀬􀁮􀀺􀀺􀀺􀁴􀀬􀀭􀀭___􀁾___􀁾__ (project No.) has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery and labor used in connection with the construction of this project have, to the best of my knowledge and belief, been fully paid. Signature Title Sworn to and subscribed before me this ___.day of_______-', 2004. Notary Public in and for County, Texas Page 8 of9 Instrllctions: Ifthe contractor is an individual, he shall sign the affidavit. Ifthe contractor is a partoership, any partoer may sign the affidavit. Ifthe contractor is a corporation, a person authorized bythe by-laws or bythe Board of Directors shall sign the affidavit. Ifthe Contractor is a joint-venture of individuals, any ofthe individuals may sign the affidavit. If the Contractor is a joint-venture of partoerships, or of individuals and partoerships, the affidavit may be signed by the individual or any partoer of any partoership. If the contractor is a joint-ventore in which a corporation is a party, separate affidavits must be executed in the !lame of the joint-ventore: one by each corporation and one by each individual or partoership. Signatures for corporations should be by a duly authorized officer. If signature is by another, a showing of authority to sign must accompany tbe affidavit. Page 9 of9 SECTION E GENERAL PROVISIONS The General Provisions of the Contract shall be as stated in Ihe Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983), under Part I, "General Provisions," Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions. SECTION F SPECIAL PROVISIONS TABLE OF CONTENTS 1. OWNER ...........................................................................................................................................3 2. ENGINEER ......................................................................................................................................3 3. FORMS, PLANS AND SPECiFiCATIONS................. .......................................................................3 4. COPIES OF PLANS FURNiSHED ................................................................................................. ...3 5. PROJECT RECORD DOCUMENTS ................................................................................................3 6. HORIZONTAL AND VERTICAL SURVEY CONTROL .......................... ...........................................4 7. PERMITS, LICENSES, AND REGULATIONS..................................................................................4 8. REFERENCE SPECiFiCATIONS .....................................................................................................4 9. REVIEW OF WORK .............................................................................. ...........................................4 10. INSPECTION ...................................................................................................................................5 11. SCOPE OF WORK ...........................................................................................................................5 12. PROPERTY LINES AND MONUMENTS........................ ..................................................................5 13. D ISCREPANC IES................................................................................................................ .............5 14. TIME ALLOTTED FOR COMPLETION ............................................................................................5 15. EXISTING STRUCTURES ................................. ..............................................................................5 16. EXISTING UTILITIES AND SERVICE LINES .............................................................................. ....5 17. PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED .................................................5 18. LIGHTS AND POWER.................................................................... ..................................................6 19. PERMITS AND RIGHTS-OF-WAy...................................................................................................6 20. PRECONSTRUCTION CONFERENCE ...........................................................................................6 21. ADDENDA ............................................................... ........................................................................6 22. WATER FOR CONSTRUCTION .................................................................................................. ....6 23. EXCAVATION ..................................................................................................................................6 24. CONTRACTOR'S BID ......................... .............................................................................................6 25. OWNER'S STATUS ..................................................................................... .....................................6 26. OWNER'S DECISIONS ....................................................................................................................7 27. LANDS FOR WORK .........................................................................................................................7 28. CLEANING UP ............................................. ....................................................................................7 29. AWARD AND EXECUTION OF CONTRACL.............................................................................. ...7 30. AWARD AND EXECUTION OF CONTRACL.................................................................................7 31. USE OF EXPLOSIVES ...................................................... ...............................................................9 32. PROJECT MAINTENANCE .............................................................................................................. 9 33. DISPOSAL OF WASTE AND SURPLUS EXCAVATION .................................................................9 34. REMOVALS, ADJUSTMENTS AND REPLACEMENTS ............................................ ......................9 35. TOWN OF ADDISON APPROVAL ...................................................................................................9 36. TRAFFIC CONTROL ......................... ...............................................................................................9 37. CERTIFICATION .................................................................................... ........................................10 38. FINAL ACCEPTANCE OF WORK..................................................................................................10 39. WORK AREA .................................................................................................................................10 40. CONTRACTOR'S AFFIDAVIT OF BILLS PAID .......................... ....................................................10 41. PAY ITEMS .................................................................................................................................. ..10 42. SAMPLES AND TESTS OF MATERIALS ......................................................................................10 43. CONSTRUCTION STAKING ............................................. .............................................................10 44. COMPLIANCE WITH GENERAL RULES AND LAWS...................................................................11 45. COMPLIANCE WITH IMMIGRATION LAWS .................................................................................11 46. RESOLUTION OF DISPUTES .................................................................. .....................................11 47. GENERAL SEQUENCE OF CONSTRUCTION .............................................................................11 48. CONSTRUCTION STAKING ..........................................................................................................11 49. LANDSCAPE REPAIR ..................................................................... ...............................................11 50. IRRIGATION AND SPRINKLER REPAIR .......................................................................................ll 51. WORKERS' COMPENSATION INSURANCE COVERAGE ...........................................................11 52. PROJECT TRAILER ..................................................................................... ..................................14 53. PREVAILING WAGE RATES .........................................................................................................14 54. COORDINATION BETWEEN CONTRACTORS ............................................................................14 2 SPECIAL PROVISIONS 1. OWNER The Town of Addison, herein referred to as Owner, party of the First Part of these Contract Documents, or as may be otherwise established through assignment of the contract. 2. ENGINEER GSWW, Inc" Engineer of the Owner, or other representative as may be authorized by said Owner to act in any particular position. 3. FORMS. PLANS AND SPECIFICATIONS Forms of Proposal, Contract, Bonds and Plans may be obtained from the office of Ms. Minok Suh, Purchasing Agent, Finance Building, 5350 Belt Line Road, Addison, Texas, 972-450-7091. 4. COPIES OF PLANS FURNISHED A CD of the plans and specification shall be fumished to the Contractor, at no charge, for construction purposed. Additional copies may be obtained at a cost of $20 per each CD. 5. PROJECT RECORD DOCUMENTS Maintenance ofDocuments The Contractor shall maintain at the job sHe one record copy of the Contract Drawings, Specifications, Shop Drawings, Change Orders, other modification to the Contract, field last records and other documents submitted by Contractor in compliance wHh specification requirements, These documents shall be maintained at the job site apart from documents used for construction. These documents are not to be used for construction purposes. The documents shall be maintained in clean, legible condition. The documents shall be made available at all times for inspection by the Owner. Recording Each document shall be labeled Project Record Copy in 2-inch high printed letters. The record documents shall be kept current. No work shall be covered until required information has been recorded. Contract Drawings The appropriate drawing shall be legibly marked to record, where applicable: a. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. b. Reid changes of dimension and detail made during construction process. c. Changes made by Change Order or Supplemental Agreement. d, Details not on original Contract Drawings. e. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. f. Changes made by Change Order or Supplemental Agreement. g. Other mailers notoriginally specified. Shop Drawings The Contractor shall maintain the Shop Drawings as record drawings and legibly annotate shop drawings to record changes made atter review. A red felt-tip marking pen shall be used for all recording. 3 Submittal AI the completion of the project, the Contractor shall deliver record drawings to the Owner. The transmittal letter shall be accompanied, in duplicate, with: a. Date, project title and number. b. Contractor's name and address. c. Title and number of each record documert. d. Certification that each document as submitted is complete and accurate. e. Signature of Contractor or his authOrized representative. 6. HORIZONTAL AND VERTICAL SURVEY CONTROL The Contractor will be responsible for horizontal and vertical survey control for this project. No Benchmarks or alignment are provided on the plans. 7. PERMITS. UCENSES. AND REGULATIONS Permits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Permits, licenses and easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. If the Contractor observes that the Drawings and Specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be 􀁡􀁤􀁝􀁵􀁾as provided in the Contract for changes in Work. The Contractor shall comply with all federal, state and locel laws, rules and regulations of every kind and nature applicable to the performance of its Work hereunder, and shall hold the Owner harmless therefrom. 8. REFERENCE SPECIFICATIONS Where reference is made to specifICations compiled by others, such are hereby made a part of these Specifications. 9. REVIEW OF WORK The Owner and his representatives shall have the right to review the Work while such Work is in progress to ascertain that the Work is being accomplished in compliancewilh the standards and requirements set forth in the Contract Documents. It is also contemplated that similar review will be conducted by govemmental inspectors. Notwithstanding such review, the Contractor will be held responsible for the finished Work, and any acceptance of the Work by the Owner or govemmental agencies will not relieve the Contractor from responsibility for the Work. The Owner reserves the right to place full·time construction observers at the site of the Work. The Owner and his representatives shall at all times have access to the Work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for review. If the Specifications, the 􀁏􀁷􀁮􀁥􀁾􀁳􀀠instructions, laws, ordinances, or any public authority require any Work to be specially tested, the Contractor shall give the Owner timely notice of its readiness for testing, and if the testing is by an authority other than the Owner, of the date fixed for such testing. Tests by the Owner shall be made promptly, and where practicable at the source of supply. Re-examination of any Work may be ordered by the Owner, and, if so ordered, the Work must be uncovered by the Contractor. If such Work is found to be In accordance with the Contract Documents, the Owner shall pay the cost of 􀁲􀁥􀁾􀁸􀁡􀁭􀁬􀁮􀁡􀁴􀁩􀁩􀁯􀁮􀀠and replacement. If such Work is not in accordance with the Contract Documents, the Contractor shall pay such cost. 4 10. INSPECTION Notwithstanding the foregoing. the Town of Addison reserves the right to inspect. test, measure or verify the construction work for this project as the Town deems necessary. 11. 􀁾􀁃􀁏􀁐􀁅􀀠OF WORK The Work for this Project consists of furnishing all materials, labor. equipment. tools and incidentals necessary to construct. in accordance wfth the Plans and Specifications. the proposed improvements for Westfield Court Water Service Replacement. 12. PROPERTY LINES AND MONUMENTS All property comers. control monuments. construction and survey stakes and marks shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor or his employees, such stakes or marks shall be replaced at the Contractor's expense as required by the Owner. 13. DISCREPANCIES If the Contractor, in the course of the Work. finds any discrepancy between the Contract Documents and the physical conditions of the locality. or any errors or omissions in drawings or in the layout as given by survey points and instructions. or if IT appears that any Plan. Specification or other Contract Document is or may be not in compliance with any building code or other requirement of any governmental body. he shall immediately inform the Owner in writing, and the Owner shall prompttyverify the same. Any Work done after such discovery. until authorized, will be done at the Contractor's risk. 14. TIME ALLOTTED FOR COMPLETION All items of Work included under these contracts shall be completed within the time stipulated by the Bidder in the Proposal Form. The time shall commence on the date specified in the Notice to Proceed. The Notice to Proceed shall consist of a written order by the Owner for the Contractor to proceed with construction of the Project. 15. EXISTING STRUCTURES The Plans show the Iocalion of all known surface and subsurfece structures. However. the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation or exira work or for increasing the pay quantities in any manner whatsoever. unless the obstruction encountered is such as to necessitate changes in the lines or grades. or require the building of special work, provisions for which are not made in the Plans and Proposal. in which case the provisions in these Specifications for extra work shall apply. 16. EXISTING UTILITIES AND SERVICE LINES The Contractor shall contact all the utility companies which have facilities in the vicinity of the proposed improvements to confirm the horizontal and vertlcallocations of their respective facilities prior to commencing work. Where a conflict with the proposed improvements is encountered. the Contractor shall notify the Engineer immediately prior to proceeding with the work. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operation. Where existing utilities or service lines are cut, broken or damaged. the Contractor shall replace the utilities or service lines with the same type of original construction. or better, at his own cost and expense. All replacement. backfill and compaction shall be accomplished in strict accordance with the requirements of the owner of the utility or service line. 17. PYBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case His necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company and approved by the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the Project for the purpose of making such changes or repairs of this contract. 5 18. LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper execution of the Work. 19. PERMITS AND RIGHTS-OF·WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by securing permits in areas of public dedication or by obtaining easements across privately-owned property. It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to inform the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the Contractor shall inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the Work. The Contractor shall obtain a right- ins lO' m '50 '" 9R 2$ 1»199 IP '" ,no f25 IS' 􀀢􀀡􀁾􀁬􀀱􀁊􀁬􀀴􀂷􀁾􀀱􀀲􀀮􀀱􀀲􀀧􀀢􀀠2&1.0·301.0 .. 􀁾􀀠DR. 2 B 11041P" 075 '00 '" '" '" !:)R'lSllD4U' 075 "'" '25 150 "0 􀁾􀁾􀀭􀀱􀀴􀁾􀁾􀀧􀀪􀀧􀁾􀁾􀀠􀀮􀁾􀁾􀀭llR 2 B 1lI4 II' 015 ,no '" IS' '" BR2 S tll4 If' ,,,!' lUI> I12S '" ZOO 15.2i"·16.RII" JII6.6.4lg '" BR28 H7211> 01S '00 -15' '" Sal s 1)Z21 '15 IOU • '50 '" 17..32"·19.'19" -43'.II·4A7A , 16·' nR.· 2 B 1132 II' '" '00 . ". 'oo BR1Sl731IP '" "" I' 156 '" •A-C rir<;. 􀁤􀁾111).1OOp:J AST:M C'l95 I!II1d /l.WWA C400_u:tu:Jl 0.0. ofripebtiJlS 1I...."d t\'Il.fl rtU wiili.n 1he pipe OD.l1III!.\t' INed!n II'll! 􀁾􀀨􀁮􀀡􀁩􀁤􀁵􀁬􀁦􀁜􀁬􀀡􀀮􀀠C<:rnriftlplly 􀁾pipe. do,o::<::I<$(I..2.S0,.." AmV/l.WWACHl'lf All ,4;/l.NSifAWWA 􀁃􀁬􀁦􀁬􀀨􀀱􀁁􀀲􀁉􀀮􀀦􀀮􀁁􀀮􀁾􀁓􀁲􀁊􀁁􀁗􀁗􀁁CltWA2U1, lind r'l:dcmi 􀁾􀀰􀀱􀀱WW-1'-4l1" Dudil: iron Mw:. ellI.'!.-o;)!! SQ.5&fK.'I' ANSV/l.WWA Cl 􀁓􀁉􀁬􀁁􀀲􀀱􀀮􀀵􀁬􀁾􀀠C'll'it iran 0.0. PVC 􀁾􀁩􀁯􀀺plrel"tr AWW/!. C'9OO. 􀀫􀂷􀁔􀁨􀁥􀁗􀀱􀀡􀁬􀁉􀁤􀁥􀁤􀁬􀀺􀁬􀀡􀀨􀁬􀁥􀁉􀁲􀁣􀁑􀁲􀁁􀁃􀁲􀀮􀁩􀁰􀁥􀀧􀁾􀁉􀁴􀀧􀁲􀀡􀁲􀁴􀁉􀀽􀁾􀁭􀁮􀀧􀁬􀁩􀁬􀁬􀁬􀁬􀁬􀁲􀁩􀁬􀁃􀁮􀁬􀁴􀁕􀁾􀁉􀁑􀁴􀁮􀀺􀀮􀁫􀀻􀀺􀁯􀁣􀀮􀀧􀁲􀁴􀁯􀁩􀁮􀀩 􀀧􀁗􀁩􀁜􀁬􀀺􀁫􀁣􀁬􀁬􀁩􀀱􀁴􀁪􀀱􀁬􀁴􀁬􀁦􀀢􀁬􀀺􀁴􀁾􀀠I) De1enn;m:d:D 0.0. nf 􀁾􀁊􀁬􀁬􀁰􀀺IlIIhi:i poilll of􀁊􀁡􀀺􀀡􀁤􀁫􀁬􀁬􀁾􀁩􀀼􀁬􀁬􀁬􀀻􀀠 2JFtom dIe pipeOD. I'IJIlg:<:nhIlTm 􀁉􀁉􀁨􀁨􀁣􀁬􀁬􀁢􀁯􀁜􀁾􀀠£1 _ChDl 􀁾􀀮􀀠X . -518" I IX X X X X 3/4" 1X X 1" 􀁾􀀠X , -1_1/2" X X 􀁾􀀠j( -2" I , TO ORDER SPECIFY QUANTITY, OUTLET TAPPING SIZE AND CATALOG NUMBER IMueller to.) 1/2" -1" GROUND KEY DESIGN5.8 CORPORATION VALVES H-15008 Ground Key Corporation Valve Inlet: AWWA taper (MUELLER "CC") thread Outlet: MUELLER'" 110'" Conductive Compression Connection for CTS O.D.* tubing 1112" t Ground Key Corporation Valve Inlet: AWWA taper (MUELLER "CC") thread MUELLER 110 Conductive Compression Connection for CTS O.D. tubing H-15031 eighth bend connection Ground Key Corporation Valve Inlet: AWWALP. thread Outlet: MUELLER 110 Conductive Compression Connection for CTS O.D.· H-15028 tubing Illfl" H-15030 Ground Key Corporation Valve Inlet: A WWA taper (MUELLER "CC") thread Outlet: MUELLER 110 Conductive Compression Connection for CTS O.D. tubing quarter bend connection Ground Key Corporation Valve Ground Key Corporation Valve Inlet: AWWA l.P. thread Inlet: AWWA taper Outlet: MUELLER 110 (MUELLER "CC") thread Compression Connection for Outlet: MUELLER 110 IPS PE* pipe Compression Connection for H-15029H-15009 IPSPE* pipe Ground Key Corporation Valve Inlet: A WWA taper Ground Key Corporation Valve Inlet: AWWA LP. thread (MUELLER "CC") thread Outlet: MUELLER Pack Joint Outlet: MUELLER'" Pack Joint Connection for CTS O.D.* Connection for CTS O.D.* tubingP-15008 P·15028tubing II" ·Scc charts on pages 5.10-5.13 for tubing and pipe that may be used on these connections. t Rcquires rrunimum ordering quantity. Contact MUELLER Customer Service Center for minimum order requirements and aV4\i!abilily. NOTE: Sizes shown above represent nominal size ofinlet and oullet eonnections. When two sizes are given, the first is size ofinlet and the second is size ofoutlet. MUELLER®Corporation Valves are manufactured and tested In accordance with ANSI1AWWA CSOO. [Mueller Co.) ENGINEERING INFORMATION 16.8 Rev, 4-99 COPPER TUBING DATA Copper tubing. standard dimensions, weights and tolerances 1 Theoretical weight 􀀭􀀭􀁾􀀡􀀠I SQ. In.Inches Inch Inches Inch lnch Inch Inch Inches sq. In. lbO, per-I Ibs, psi psi pS11 per cent feet , 􀁾􀂷􀀧􀀭􀀭􀀭􀁾􀀧􀂷􀀭􀀭􀀭􀀭􀀱􀁾􀀭􀀫􀀭􀀭􀀭􀀬􀀲􀀭􀀵􀀰􀁾􀀭􀀬􀁾􀀰􀀰􀁾􀀲􀀭􀀫􀀧􀀭􀀭􀀭􀀭􀁾􀀮􀀭􀀭􀀭􀁾􀁾􀀳􀀭􀀰􀀫􀀭􀂷􀁾􀀮􀀰 􀁾􀀰􀀭􀀲􀀵􀁾􀀭􀀬􀁾􀀱􀀹􀁾􀀰􀀫􀀭􀁾􀀬􀀰􀁾􀀲􀁂􀁾􀁾􀀭􀀬􀀰􀁾􀀲􀁾􀀱􀀭􀀭􀀭􀀬􀀰􀁾􀀸􀁾􀀱􀀱􀀭􀀧􀀭􀀭􀀭􀁾􀀷􀁩􀁾􀀭􀁾􀀶􀀳􀁾􀀰􀀱􀀭􀀭􀁓􀁾􀀳􀀭􀀰􀀭􀀵􀁴􀀭􀀧􀀭􀁾􀀱􀀵􀀹􀀺􀁩􀀭􀀭􀁾􀀠fi------I.􀁣􀀮􀁟􀀭􀀭􀀬􀀳􀀱􀀭􀀽􀀸􀀫􀁟􀁾􀀭� �􀀺􀀺􀀬􀀳􀀭􀀺􀀭􀀷􀀵􀀺􀀫􀀭__,-::00:-:2:-t_ ,032 ,0025 ,311 􀁟􀀬􀀰􀀮􀁾􀀷􀀺􀀬􀀭􀀶􀀫􀀭􀀭􀁟􀀬􀀭􀀺􀀭􀀰􀀳􀁃􀀧􀀺􀀧􀀫􀀠,13' 7 1020 i 5995 1099t 749 I I-----..,-l._____1I2,.+__􀀬􀁣􀀬􀀵􀀮􀀺􀀬􀀰􀀰􀀫􀁟􀀬􀁾􀀰􀀰􀀺� �􀀺􀀲􀁟􀀫􀁾􀀭􀁾􀂷􀀭􀁟􀀫􀀭􀀭􀀭􀀺􀁏􀀺􀀭􀀺􀀳􀀧􀀺􀀧􀀲􀀢􀀭-=-,00"'2-5+--',-4'-:6+ ,:.:14c9:-L-",0..,4.,.7f----'-'1:.:6-,-2+-___􀀷􀁾􀀮􀀭􀀬􀀭􀀱􀀴􀀺􀀭􀀺􀀱􀀭􀀰􀀫􀀠4530 609 56<314, 314 1 2·35164 2·21132 314 1 • • Straight meter coupling -------.Straight meter coupling MIP x meter swivel nut" Tailpiece machined inside and outside. Other lengths are available -FIP x meter swivel nut* Tailpiece ribbed outside and cored inside -nut drilled for wire seal H-10890 contact MUELLER Customer H·14215Service Center for details Catalo2: size Meter size 􀁾􀁉􀁨􀀠Thteadsize 5/8,112 51S 2·318 112 51Sx314x3l4 518x314, 314 2·112 :3/4 1 I 2-5/8 1 􀁃􀁡􀁉􀁡􀁬􀀶􀁾􀁳􀁩􀁺􀁥􀀠􀁾􀁥􀁴􀁾􀁲􀁳􀁩􀁺􀁥􀀠,Thread size :5/Bx3/4 5/8 T3/4 5/B,3/4x3/4 SlSx3/4, 314 3/4 1 1 1 Straight meter coupling Straight meter coupling MIP x meter swivel nut" MIP x meter swivel nut" •Machined inside and outside Tailpiece ribbed outside and nut drilled for wire seal cored inside H-10896 H-10891 Cmaio sh·,.e 5J8}( 112 S/ih3/4x3/4 1."􀁍􀀬􀀡􀀬􀁥􀁾􀀢􀀬􀀡􀀡􀀮􀁲􀁳􀀡􀁉􀁩􀁺􀁥􀁾􀁟􀀭􀁉􀀵􀀱􀁂􀀠___􀀴􀀵􀁾􀀱􀀸􀁸􀀳􀀯􀀴􀀬􀀠314 Len lb 2-3/8 􀀲􀁾􀀱􀁊􀀲􀀠1 2·518 In 3/4 Cal.alo2siu 5/8,3/4x3/4 1 Meter size 5/8x3/4. 3/4 1 1-1/4 1-112 12 H/4 1·112 2 Len 􀁐􀁉􀁐􀁾􀁇􀀠StW.l f1f. CUT. c.AP1"!O NK) IlAAK£O AT TtE LIIoIITS or COHSmtJC:TlON. 􀁾􀁓􀁾􀁾􀁾􀀬􀁾􀁾􀁾􀁏􀁗􀀧􀁯􀁗􀀧􀁦􀀮􀁊􀀺􀁾􀁩􀁬􀁾􀁡􀀬􀁲􀁾􀁾􀀽􀁾􀀠􀁾􀁧􀀻􀀮􀁾􀁜􀂣􀁓􀁔􀀠􀀽􀁓􀁾􀁾􀀢􀀧􀁲􀁫􀁈􀁅􀁓􀁾􀁒􀁦􀁴􀀺􀁾􀁾􀁤􀁒􀀮􀁔􀁾􀀠TOWN Of" AOOiSOH'S f'U8tlC EJ AlL COST ASSOCIATED WITH SPfl.'lM(lER SYSTE4I REPAIR' IS SUSSlD/ARY TO THE""""""r, 6. COHTRACTOR SHAlL COWORif WITH THE "NORTH CENTRAL TEXAS STANDARD SPEClFlCAT10HS FOR PU9UC WORKS COHSTRuCflOlr CNCTSSPWC), INCL.IXJING AU, AUENDMeNTS, THE TOWW OF ADDiSOlf SPECIAL PROViSIONS TO NCTSSPwC, JIN!J MY TOWN OF ADDISON STANDARD CONSTRUCTIDN O£TAIL$. 7. THE CONTRACTOR SHAll. SU8U)T A TRlFFrc CONTROl. PLNl TO THE TOWW OF A.OD/SOH £HCwE£RrHG OEPARTW£NT FOR N'PROVN.. PRIOR To B!GNfiNC WORK. ONE LANE OF TRIFFfC WST BE' IUll(fJtlH£O DURING CONSTRUCTION. 8. 􀁾􀁩􀁈􀁓􀀡􀀮􀁆􀁡􀀱􀁫􀁳􀁁􀁬􀀮􀁾􀁙􀀧􀁉􀀸􀁾􀁃􀁾� �􀁬􀁈􀁗􀁾􀁫􀁓􀁾􀀻􀀢􀁹􀁾􀁌􀀠aE B-H::H.",ooo PSlCOWCRCT£ g, ALL PORTIONS OF' £XISTWG [)RjI/£WAY THAT ARE TO R£MNN SHALL B£: PROT£CT£O 8Y THE COHTRACTOR. m. ALL WATER SERVICE LINES SHALL BE DORm UNDfRHEAffl THE EXtSTWG PAVEMEHT. U. THE CONTRACTOR SHAlL CONNECT ALL HEW SE/VIICE LINES TO THE EXISTING WATER UCT£RS JIN!J EXISTING CORPORATION STOP ON THE EXISTING WAT£R lirE:. 12. All cONCRETE PA\fEUENT WITHIN THE AAO.1£CT LIMJTS SHALL BE SAWCOT. AlL SAWCUTS SHAiL BE' FULL DEPTH, 'IJ, NO TR££S SHAI.l. BE CUT DOWN OR TRMlfO WITHOUT PRroR WRrrT£N N'PROIIAI. FROu THE TOwH OF AOOISOH. MY lJORK DONE TO THE TRft OR WiTHIN' THE TREE 􀁾􀁾􀀱􀁾􀁅􀁾COh'OOCT£O IN THE PRESENCe OF THE TOWN OF .aDOISON M. THE CONTRACTOR SHAlL PROTECT AND SlJ'PORT ALI.. £XlSTING UTlLrTY POL£S. LICHT POlES. SIGNAlS, NiD GUY WlR£S. tHO SEPARATE PAY ITEU) 15. THE CONTRACTOR SHAlL 􀁾􀀮JNSTALL " IINNTNN All £ROSION CONTROL O£VICES AT ALL WU:rs. 16. THE cCHfACTOR SHAll IMIlBOlC£S SHALL aE I E»STfNG J.l.AILSOXE"S W IMIlBOXES AND lINt. S PRo.ECT. rHO SE'PARA' 17, AU BARRICADES AND S 􀁾􀁖􀁁􀁌􀀠PRIOR TO PI 18. TESTiNG IS TO 8£ ACe /IoDOiTiONAI.. CDWPEHSATI '19. STAGING Nlf) STORAGE OF IOOlSON PR!OR TO . 􀁦􀁴􀀱􀁇􀁈􀁔􀁾􀁏􀁦􀀧􀀭􀁗􀁁􀁙􀁙􀀠BE USED 20. ALL HEW OUMWY AND E 2L CONTRACTOR SHALL VI) CONSTRUCTION. 22.COHTRACTOR 􀁾􀀠S!lCllON SAWED DUMMY JOINT u.s. OOTE' 􀁾􀀲􀁾FNEd; WIlE wtsH j!"v:6__<_"'''''''''....􀀺􀀮􀀮􀀮􀀮􀀮􀁾􀀰􀀮􀀰􀀧􀀧􀀡􀀼􀀬􀀻􀀻􀀰􀁐􀁴􀁎􀁈􀁇􀀠wx.UUJ:.J 􀁩􀀮􀀺􀀮􀁇􀁦􀁏􀁐􀁥􀁴􀁊􀁲􀁾􀀠fX "'..---_ 1 VI" vc.1'£fi STOI£ !SOMEI'R!C l'L!\N ymw _ ""r Sf........ 􀁾􀁴􀁤􀁾􀀠;1'-elf' BETWEEN lOP OF STOI£ IH) TOP or tK.c !NUlT SECTION I 􀀥􀁾􀀠WIN. CLEJrIUHC£ EWI: STOP OOwtL $l.ttv£ ,0 mCURB INLEr PROTECI'ION OOWEL IH'J liE SEC\.fiEt) -Q.os[OOCI'"' ,.. 6' Ex. 8" f WITH METI : CONS'll!UC!'!ON JOINT PETAIL N.T.S. S!lCTION EXPANSION 10INT DErAIL ItT.S. 4" THICK:WAtK ·"O.C.E.W nyp) 􀁾􀁐􀁒􀁏􀁘􀀮􀀠-;1'1--5' METER APPROX. '''' EX. WATERV SfRVlCE INSTALL 1" EXPANSION, ,JOINT, 6. cowPACT BORE PIT TO 95t PROCTOR MO REPNR WORK ).EXIST. 6" CONDITJOHS.l' I. COKe. CURB, -i OF ADDISON, TEXAS GlNEERING _ARrMENr 􀁾􀁔􀁆􀁉􀁅􀁌􀁄􀀠COURT 􀁾􀁅􀁒􀁖􀁉􀁃􀁅􀀠REPlACEMENT 􀁾􀁅􀁎􀁅􀁒􀁁􀁌􀀠NOTES GSWW.INC.m7 IIW:IY TlWI. _ -.CII.IlI'lIt BL'YD.. IM.l..lA!.,T!IXJ\lI'l!Zl!I l'CM'1tI.'m"m.'I'X 1QJ7 􀀨􀁭􀀩􀁾􀀠􀀨􀁬􀁉􀀧 􀁬􀀩􀁾􀀠CML /BNVIRONMmTAL BNGINEERSREINF. CONC 􀁾____________________􀁾􀁏􀁏􀁾􀀬􀁏􀁾􀀧____________________􀁾􀀠􀁾_____􀁾􀀲􀁾􀀵􀀬􀁯􀁾􀀬______-4 11.5" 􀁾􀁾􀁾􀁾􀁾􀁾______􀁾􀁾􀁾􀁾________􀁾􀀧􀀬􀁏􀀧􀁾I 6" REINFORCED If-li-" tjCONCRETE PAVEMENT R£INF, 􀁃􀁏􀀭􀀧􀁎􀁬􀁬􀁃􀁩􀀭􀀭􀀭􀀽􀁴􀀽􀀭􀀭􀁾􀁾􀀺􀀽􀀹􀁩􀀽􀁾􀁾􀀽􀀽􀀺􀀺􀀽􀀽􀀽􀀽􀀽􀀽􀁲􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀧􀁦􀁾􀁾􀀬􀀡􀁾􀀧􀀵􀁾W/"'Z si: 1.5I EX. WATER ". 􀁴􀀦􀁡􀁾􀀢􀁬􀁪􀁾􀀧􀁃􀀭-,,'.' 􀀺􀁾􀀮􀀢􀀠. CURB POWEL DErAIl.'"s .-.. f.---'!:.",..,...,----1 LQNGrruD!NAL BtlU JOINT ''''''' ... 1. NO.:' SI*:lGT\I OO'«L eAR WAY BE usro If " H,);: IH) e N:H PAvtllENT 􀁾􀀠:t COW£\. BARS 5IW.L BE tIftl,u:tI mo PAvtloOlf tIlRaMTAI.L Y BY use: OF A 􀁾RIG. IlRlJ.HC ev HNoD IS NO; IoCCa"TASLE,I"I.lSHM:l COW£\. BARS I(fD m«N 􀁾􀁲􀁴IS OOT /rCCEPYIbLL 5' SlOCWALK OR: Ex. 6" DRIVEWAY DRIlL AND GROUT 24" LONG ·3 SMOOTH DOWELS 12" INTO EXISTING SIDEWAlK 4" THICK SIDEWALK W/·3 BARS D24"O.C.E.W {TIP) 􀀭􀁾􀀭􀁅􀁘􀀮WATER METER INTEGRAL CURB ..1$ SCALE' 2 OF 2 11 eLK A i LOT 1 14641 BlK A LOT 2 14637 , aLK A I LOT 3 14633 􀁾􀀭􀀫EXISTING S" SAN. SEWER w i I z <{ BlKA -' LOT 4 14629 I <:) f!. 1i" ! weLK A :c LOT 5 14625 ,eLK B LOT 1 BLKA LOT 25 14640 -..-----1, j iEXISl1NG S" BLK A LOT 24􀀬􀀭􀀭􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀁾􀁾􀀭􀁩􀁗􀀠SAN. SEWER 1------:---1 14636----i eLK a LOT 2 BLK B LOT 3 /EXISTING S" WATER BLK B LOT 4 eLK a LOT 5 BLK 8 LOT 6 BLK a LOT 7 aLK a LOT S 1 aLK A LOT 23 14632 BlKA Ii 14628􀀧􀀭􀁈􀁾􀁾􀀧􀁈􀁉􀀠LOT 22 11--------1 'r-REPlAC£ 3/4" w ,( $ER'IICE (TYP) eLK a LOT 13 -j VI aLK a LOT 12 EXISTING 􀁾􀀠S" WATER " BlK a I LOT 11 I 1J------ilt-tH II aLK B LOT 10 1J------II'f\rl/-H-I1 '" BlKA LOT 21 14624 BLK A LOT 20 14620 BLKA LOT 19 14616 BLKA LOT 18 14612 BlKA LOT 16 14604 314" -2" WATER SERVICE APPROVED MATERIALS and PROCEDURES 1. Usa exJSting saddle. 2. MusHer $ervl..seal'!M styf$ 502, 504, 506, 508; r mln.leng1h; Foro $lyle F$30a -ce, or equal (Submittal 10 Public: Works Dept for approval. 3, Reusa rudstlng corporatiOn -stop, Contractor &hall mplaee nut and gasi.et. 4. PIpe and mater 61ze shall be determIned by ownarwitllapPI'OV81 ofBWldil'tg 􀁪􀁮􀁾􀁯􀁮or Public WoruIEnglneeling Departments: PipIng shell be continuous type"K"" eopperfrom cotpOM6on 10 C1Jrt> stop end completely embedded in sand 6" around the pIpe 5. Notusod. 6. MeIer botes: shall be or suffldent size to aecommodal8 the a.!l'b stop. meter, snd ell canneak:!ns. They shell havea wverwllh mader lid, Ctmaete boXessflall be stacked to achi8V& sufficient depth (55"8&C· this 1.Itleet). 7. Notu&ed. B. Not used, 9. The tapping saddle and corporation stop must l1; poly-wrapped (8 mil)and hand bect;filled with sand Jo a deplll of 12". Addlllonal backfil may be dona by maet1lne. wtth material free of rocks and clods exceeding Uuu (3) Irtehes In diameter. CAUT10NfJ InspedJon must be called for and compSetad prior to backfill. ortap must be rMXpOsed by the contractor 80 that the Town'8 n!Pt$S(tnttlthl'G may f;()mptmtha inspectlon. LOCATION MAP ,u.s. WATER SERVICE Size. 3/4" -2" Contmctorsandlorptumbars are msPOrlslble for compliance with !he roIowing spe¢iliCalions; A. Th& Qwnar1Oev91ollElr, ortbalrcontractor, shall Stlpplywatermetam that oonfomi 10 Town specfficatlOllS es to make and type (See Gennral ReqtJlremenlB for watar SaMoo}, All melersshall be equtppCld Wilh aJactronk: enc:orto( reg!stersfoi' eonnedlon to tl:1I!dl-pad maders. ToootI-pads sholl be mounted el the dlmetlon orb l.ItiIiUes Superintendent e. MeIers shell be set wlthln the Utility easement ottd,oul of whlcutartmffie How and/or panting 􀁾􀀮Curb stops en; to be sat 6" 10 12" below finiShed grade. C. To pnwent the Inflow of mud or SIlt Into the box, 4" to 6"ofwaMed pea 􀁧􀁲􀁡􀁶􀁥􀁬􀁓􀁨􀁾􀁢􀁥􀁰􀁭􀁣􀁥􀁤􀀠undarthe meier Inside !he boX, allowing for 2" to 6" of open!.paCG below the meter. Meter box Shall be mlnlmum 1􀁥􀁾deep, (Sea FIguI'8 8M -1 ). D. MeterboXH and openings shall be: large enough to allow 8Cal88W, and operoliotl Ofall trteW nul6lflangeslboltS. and the eurb stop withOut obWudioo. E" 80)(86 unavoidably wlnereble to >mnleuler tmffic shall shall have load-bearing frames and lids destgned to withstand lha antidpated lOad. $ubmtttel and Cffyengneer approvallsroqulred. F. NdUYd. G. All compankm flanges ahell ba elliptical brass, and all bo!!s&mrta shaD be grade 318 stainless steel, 5J8-11 x 21fl" hex heed. H. Maim shall 1m set level in aU direction$. I. Notuced. J. Not u.sed. ClH BY OATE TOWN OF ADDISON, TEXAS l!NOlNEEIUNG OEPARTMENr WESTl'lELD COURT WATER SERVICE REPLACEMENT 1 OF 2 ADDISON OENERJIL CONSTRUCTION NOTES 2. 􀁾􀁾􀁦􀁢􀁾􀁗􀁇􀁴􀁊􀁔􀁾􀁔􀁁􀁉􀁈􀀠EXISTING stR'WCES NID EXISTING WATER IINNS 3. 􀁬􀁉􀁦􀁍􀀵􀁦􀁉􀁉􀁾􀁾􀁌􀀡􀁾􀁾􀁾􀁾£U£R'C£HCY \imCLE ACCESS TO FIRE. <4. THE CONTRACTOR SHAI..l MAINTAIN AT LUST ON£ DRNEwAY 0PENHi. F"OR INGR£SSIEGRESS Of' VEHICUlAR rIWl1C TO/fROi,I PRIVATE PROPERTY 1HI'WlIGIiOUT CONSTRUCTION. S. RRIOATION AfrO SPRINKLER SYSTEIi NOTES' 􀁾􀀠THE COHT'h,"'[tOR SHAl.L HIIU;' A ue£NSl:O IRfISGAtOR AS A SOOCooTRACTOR 􀁾􀁾􀁓􀀽􀀮􀁓􀁅􀁅􀀠ACTMT£S THAT iNPACT EXtSTlNG. OR PFiOPOSEO IFmlGATfOH CJ P:IPING SHALl 8! CUT. 􀁃􀁾NIl) UARX£D AT ll£ LNfrs OF' COHSTRUCTI(W. tn At TH£ COWPU;TIOH OF CONS'RUCTION", l)oi£ LIC£fG£O IRRIGATOR SHALL REST(IR£ NO TEST THE MVOATlON SYSTEU F'OA FfiOP£R f'Uo4CTlC»l. THE T£ST !'iHM.L BE CONI)UCTEO lI<4 t'H! Pft£S£HC£ OF' THE TOlffl Of' ADDISON'S PLeUC lfORt(S 􀁾􀁃􀁔􀁏􀁒􀀬􀀮􀁷􀁯􀀠TI«: S'fSTru OWNER. ,􀁾􀁃􀁔􀀺􀁏􀁓􀁔􀀠ASSOClATm WJTH 􀁾􀁒sYsfD,l REPAIR IS SUBS.ll':lfMY TO THE 6. CONTRJeTOR SHALL COHf'ORU WffH THE "I«)R'TH CENTRAl. TExAS STNiONUl SP£SP£OfICATIONS F"OR PWUC WORKS COHS1'RUC1'fON" (NCTSSPWCJllfCt.lDNG ALt NAEHDUENTS, Hff TOWN Of NlOISOH SP£OAL PROVtSlQNS: TO HC sspwc. /IH) Itt« TOWN Of' JDOISON STAHDNID CONSTRUCTiON DETA$. 1. THE CONTRACTOR sw.u. SUBt.II'T A 11UFFlC CONJIWL PiAN TO nil' TOWN OF 􀁾􀁏􀁎􀁾􀁇OEPMllENT FOR N'PROVAL PRIOR TO B£GHo'ING WORK. ON£: LANE OF TRNTlC UUST B£ VNHrIM£.O DUUfO CONSTRUCTJOo'ol, B. 􀁥􀀬􀁾􀁓􀀡􀁦􀁅􀁾􀀢􀀢􀁡􀁷􀀧􀁴􀁾􀀧􀁭􀁴􀀽􀀽􀁗􀁁􀁹􀁾􀁌􀀠8£ 8-NCH.<4aoO P5fCOHCR£TE 9. AU. PORTtOHS OF EXISTING DRIVEWAY THAT IRE TO RDlNH SHALL 8£ PR()'TECTEOBY TH£ CONTRACTOR. to. ALL WATER SERVI'C£ LINES SKN..L BE BORED 􀁾􀁁􀁔􀁈􀀠THE EXlSlWG PAVDlEHT. tf, THE CONTRACTOR SHALt CONNECT AU. HEW S£RYK;E tINES TO THE EXlSTI«> WATER METERS IHI) EmTI«> CORPORAT;oH STOP ON THE £XlSTWG WATER tINE. 12. AU. CONCRETC PAV£WENT WTTHN THE: PROJECT LIoOTS SHAlL SE SAWCUT. ALL SAWCUTS SHALL BE' FULL OEPTH. D. NO TR£ts SHALL BE CUT DOWN OR TIiBIMtO WfTHOUT PRfOR WRtTTrn IPPROVIL FROU Ttf! TOWN OF ADDISON. NlY WORK ClONE' TO THE TREE OR WtTfiIN THE TREEDfi'JPL. SHALL tIE COMXJCT£O Itt THE MESENct or Tf£ TOWN Of AODfSON REPRf:S£HTATIV£, 'H. Tf£ CONTRACTOR SHAlL PROTecT IN!) SlJPPORT ;LL £XISTJNG UT/UTY POL£S. LKmT POlES, SlClW.S. NfD GOY WIRES. {NO SEPARAl£ PAY fTEA., 15. Tf£ CONTRACTOR SMALL FIJRMSH.INSTIU & IIMlTNH ILL EROSION CONTROl !)£VlCES AT AU WlETS, 1{t. THE' COHfACTOR SHAlL PROT£CT ALL EXiSTIHG tIAIlBOl(£S, TE:iB"ORMY MNLBOX£S SHAU BE INSTILL£O BY THE COHTRAC:TOR AT ALL t.OCAnONS MiERE EXfST,NG JofAIlBOXES WLL BE TCt.lP()Ra y A£MOv£O DURiHG CONSmUCTIOH. UNLBOXES NID MAIl SERVICE SHALL BE WllNTAIN['O THR'OUGt«iUT TH£ PROJECT. tM') SEPMATE PAY mil. 'fl• ..u BARRfCADES AfrO SIGNS SHAll. B£ PlACED IifI11H Tf£ TOWN OF ADDISON'S APPROVAL PRIOR TO 􀁐􀁬􀁾􀁔􀀮􀀠f8. TESTiNG IS TO e£ ACCOWPtISHEO BY A TOWN OF N:lOGON APPRovm L*B. NO AOOfTIOHAL CO&F'£NSATION WILL 9£ ALLOWW fOR OtSINF'ECTION NCD T£STlHG. 'lSI. STAGING NID STORIG£' fOR TitS PROJECT SKAU. BE APPROVEO BY THE TOWN OF AOOISON PRfOR TO ANY CONSTRUCTION ACTMTY. AT NO TaIlr nl PUBUC fVOHT·or:-WAY BE USED FOR STAGING OR STORJa:. 20. ALL NEW OtM,ty NIt) EXPNISlON JOWTS SMALL WATCH EXlSTWG JOINT LOCATIONS 21. CONTRACTOR SHN.L VIDEO TAPE TH£ $J1£ IH IT'S CHTRE:TY PRIOR TO /IHYCQHSTRUCTIOH, 22. CONTRACTOR SHALL SlIPPLY ASeUL T orrAWlNGS TO THE: TOWN OF ADDISON, SlllEWALIC HAS BEEN DAMAGro BY COHTRACTOR'S COHTRA(:TOR SHALl. BE REPAIRED MIEOIATELY SURFACE OR A P£RVNI£NT CONCRETE SURFACE:. WALK SURFACE SHAlL IlEE'T ALL N)AANENT COHCRETE SlDfWAl.K IS COHSTRUGT£O 24. AS PART Of BID lUll NO. 1. THE CONTRACTOR" SHALL PROV1D( A NEW METER BOX RID LD t8ASS .. HAYS NO.:U StS f62 GIS FOR TRAfFIC NlEJIS, OR EOVAl. IN 􀁾WITH TH£ TOWN OF AIlf»SOH STANOMOS. 25, THE EXiSl'WG METER Boxes SHAU. BE REWOV£O AND OEUVERED TO THE TOWN OF ADOiSOH SERVICE CEnTER BY THE -CONTRACTOR, ••m, ;;.,􀀢􀁦􀁴􀀮􀀮􀁂􀁅􀀺􀁲􀁲􀁾􀀠f$ ,,,..._-_ 1y..-FLT£A STOf£ lSOMEl'!UC PLAN VIEW INUIT SECTION CURB INUIT PRO!1lCI1ON ." BASS 8t HAYS NO 34 8'S (62 Ens FOR TRAFFIC AREAS) OR EOUAL CG'lPOI!ATIOO STOP--cnFLttG NIT. HOTEl \ _AlP! stFl"o'tCES SIWJ. HOT BE COff£CTro TO ,. W'!'1lRNiT U£S. .lU IIIATEI'!1AI.S SUt.lL COWOR'U TO n£ STMI>NIt) SI"'!QflCATIDKS 􀁎􂂬􀁊􀀯􀁭􀁾􀁾􀀮􀀠􀁣􀁴􀁗􀁔􀀱􀁩􀁾􀀠TO 0!'t.M:1t tXlSaro WETER 8OX[S tl) nE TOW$I OF NJDISOM. TYPICAL SERVICE CQNNECIroN WITII MEl'ER BOX." ....SIDEWALK I\EPlACEMENT PIlTAIL "" FULL DEPTH PROP. WATER SERVICE EX. WATER V-SERVICE SAW CUT UYP.i , " r ..., SOC!'!ON 􀁾􀀮􀁄􀁕􀁍􀁍􀁙􀀠JOINT k.T.S. CURB DOWEL DIlTAIL... ; 10"· ;,;.' • 􀁾􀀠,,' . 􀁾􀀠􀀽􀀺􀀮􀁾􀀽􀁾􀁴􀀻􀀠I􀁓􀁴􀀮􀁾:t1lftiilH • !--" • .....1,􀁦􀁭􀁔􀁾􀀴􀀧􀀠• r' ,. . • .\' .. ., . . .,,_ ..... ' . 􀁾􀀠.. , . • . F1=-c2"-NON-l.lJfi:II:IeATEli St«)Ol'K )(I. 􀁾􀀠DOWfL 􀁾􀀠......_/,SOC!'!ON CONSTRUCTION JOINT PBl'AlL ..'-Ie 4 ' PAVtfG •• , 􀀬􀁾􀀠.• , f'; •• .''' .:._._ 􀁜􀀮􀁐􀁾􀀧􀀧􀀭􀀧􀀭􀀧􀀭... .:" •• :" •• ' A" • 􀁾􀀢􀀧􀀬􀀺.. 􀁲􀀭􀀭􀀧􀁾􀀧􀁾􀀧􀁾􀁈􀀹􀀬􀀠is $IJOO,"* 00WEl. r DOWEL",.,.. , . 􀁾􀀠. LONGm1[)INAL !!UTI JOINT JIflWT fLLet SOC!'!ON WANSiON lOINT DETAIL N.T.S. 250' 1f)lC$> ms t. HQ,. 􀁾􀀠$UO(ltH DOWtL 8IrII YAY BE I:,I$;N 1M l:l HOI IJH) llHCfl PAVOOIT 􀁾􀀠1. 1. oowa I\INI:$ ShAll. !IE Il!Uro wro PAvtW£'HT HOInlOONJ"Y 8Y l.ISE (J' A 􀁩􀁉􀂣􀁏􀁉􀁗􀁾􀀠RIG. CRIlLte BT tIIII(l S I«)T ACCEPTJBL£. 􀁾􀀠oom. 8AA:$ tlTO tlrullt COItefI£tE IS HOT 1ICCEfI1IRt. 50_0' 11.5'􀁉􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀁾􀀽􀁬􀀭􀀭27.0' 􀁾5.0'I 5& 􀁾r&" 6" REINFORCEDCONCRETE PAVEMENT 6"1i -, 4" THICK RElNF. 􀁃􀁏􀁎􀁃􀁦􀀭􀁟􀀭􀀽􀁴􀀺􀀺􀀮􀀮􀀮􀀮􀀭􀁾􀁾􀀽􀀺􀀽􀁾􀀽􀁾􀀻􀀬􀀽􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀽􀀽􀁾􀀽􀀺􀀺􀀺􀀺􀀽􀀽􀀽􀀽􀀽􀁦􀀺􀁾􀁣􀁾􀁾􀀧􀀻􀁩􀁾􀀭-SIDEWAlK W/-:5 􀀸􀁁􀁒􀁾􀀠, -Ii';: -' 4'a24"O,C.E.W (Typ) APPRO'X. 5' APPROX. REPLACE EX, WATER IItETER BOX MIL POL V Wfit/lP (TVPl 6' Ex. 6" WATER '-EX. 8" SAN,SEWER SEQUENCE OF CONSTRUCTION 1. LOCATE ILL £XISTlNG lI4D£RCROIJ'olD tm"fTlES 2. UNCOVER EXISTING S£RVIC£ TN' AT IIAIH TO 8ACJ( OF cum. J. aOft£ 2'" POL YETHYl.CNE H£.Xf TO E»sTlNG SERVICE. ... INSTAlL I£W 1.." COPPER SDMCf' LINE THIOl.IaH Tf£ SL££VC. PROP. 2" POLYETHYLENE BY BORE METHOD TYPICAL SElMCE BORING DETAIL "" INSTALL 1" EXPANSION J01NT So DtSCOtH:CT EXISTING WATER SEJMC£ AND COMECl NEW WATER SERVICE. /IH) WATER WATER lIET£R 8(]X.. EXiST. s" CONC.CURB 4" THICK RE!NF. CONe SlDEWALK W/-j BARS 024"O.C.E.W €TYP> 6. 􀁾􀀽􀀺􀀺􀁦􀀬􀁊􀁬􀀧􀁒􀁅􀀠PIT TO 95X PROCTOR AND RfPRi WORK MEA TO 0IifQNAL GENERAL NOTES .".-DRlLL AND GROUT 24" LD.'2G ·3 SMOOTH DOWELS 12" lNTO EXISTING SIDEWAlK 􀀭􀁾􀀭􀁅􀁘􀁟WATER METER 2 OF 2 Court 14641 Heritage 14637 Heritage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14633 Heritage 14629 Heritage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14613 Heritage 14609 Heritage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 4040 Old Town 4044 Old Town Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 4056 Old Town 14604 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14608 Vintage 14612 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the warer meter that is to be replaced. Westfield Court 14616 Vintage 14620 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14624 Vintage 14628 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14632 Vintage 14636 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Westfield Court 14640 Vintage Pictures are taken looking from water main side to the water meter. Orange object is on the water meter that is to be replaced. Jerry Davis From: Jennie Prince Sent: Friday, November 21,20031:10 PM To: Jerry Davis Subject: RE: 2004 Capital Budget The answer to your second question is the following account 61-716c 58310-00000 • and that is where the $72:,000 is budgeted at, and that is the Utility Fund -Capital Outlay Dept -WaterMains/Fire Hydrants Account 00000 (the lake forest water line project for $112,000 is also there) And I'm sending another note to Randy about the wiley post project, who is at TML this week but should be back next week. Thanks, Jennie ·····Ortgi""l Message-·From: Jerry Davis Sent: Tuesday, November 18, 2003 3:40 PM To: Jennie Prince Subject: 2004 Capital Budget Account # 61-716-58320-24600 Utility Plant-Water Wiley Post $96.600.00 -this is a sewer line rehabilitation project. Should itbe under 61-716-58410 ? Also as part of our Capital Projects we also have $72,000.00 Budgeted for Water Service Line Replacement Phase I. was curious what account is that in? Jerry Davis, Utilities Superintendent 972-661-1693 1 BACK· UP DATA Page .•2_. of._2. Town Of Addison Prelim 􀁍􀁡􀁾􀁾􀁳􀀠QGS Westfield Court Water Service Une Replacement Deleil X i :004 IDate: 􀁾􀀠ITS NO. OF DWGS ....'" ,fTASK -" 􀁾􀀬􀀮􀀠.. PRFI .. 􀀺􀁾􀀺􀁣􀀮􀀬􀀠0'" . ..4, 0 , . 0 0 " 􀁐􀁩􀀧􀁾􀀠" ... :il: ", , .. , , 0 ,.4 ... 8 0 , . . . . ' , , ... 'Plans · . ·.. · . Cover Sheet 0. . ... · . IPlan' 1 E.. · ., , 1 and? "" 1. , , . , , . , , , 􀀬􀀦􀁃􀁾􀀢􀀢􀀢􀀠!J , ..􀁾􀀠... 2 ,,0 ·.... , .... , , ... , !J 4" . 0 ,,?, , :il, , , , , .. . , , , , . . .. , ... , . , , .. · ..... , , . .. , , ... · .. · .. , . . .. . , , , .. , , ... ... ·.. , , , · . , , , 􀁾􀁦􀁾􀀠FINAL 􀁾􀁾􀁾􀁾􀁾􀀧􀀠, , ... , .. , ' ·.. , , , ·.. . . ·.. , , , , , .. , ..... . . , , , · .. · , . 􀁍􀁾􀀮􀁄􀁥􀁭􀁩􀁾􀀠...... ·.. , · . · . , ..... , , , ";2 · .. ; & 􀀹􀂰􀀡􀁬􀁾􀀠..... ' ...... , · . , . . .. :1 " , · . , , , , , , ....... · . , , , ·. , , , . · . , , , , IIIi.. E;lID .. , ... , o· .9 "0' " '0"" . . .. · . 􀀺􀀺􀁾􀁾􀁾􀁾􀀺BId' . : 􀀹􀀡􀁊􀀡􀀡􀁾􀂷􀀠,,9... 0 0 , .. , . . .. .. 􀁾􀁴􀁩􀀺􀀢􀀧􀂷􀂷􀀠􀀧􀀻􀀺􀁾􀁩􀁩􀁾􀁾􀀺􀀠., , . . . . . . · . , · , , · , , , · "". 􀀻􀀦􀁾􀁃􀀡􀁾􀀠.... , , .. , ... , · .... , . . . , , IIV: cQf.f) 􀁉􀁔􀁒􀁕􀁱􀁾􀁟􀁾􀁩􀁾􀁾􀁁􀁑􀁍􀁪􀁎􀀡􀁾􀀠. ·.. . , · 0 " 0 Attend O. . ... , . 0 0. . . 􀁾􀁰􀀮􀀠0 0 .0.... .. 􀁾􀀠􀁏􀁾􀁲􀀺􀁳􀀠0 ,0 ,9" . · :􀀬􀁾􀁾􀀠ViSits & Final I 0 0 0 0 , , !J , , I ir 0 0 !J 0 0... , , , , .. · , , .. , . , , , , . , , , ., . . ., , , . . . · . ., , , . . ... , ... . . · . . .. · . ., , ., . . ... , .. . .. · , , .... , · .. , .. Totel · " b 24 53 11.9 0 Total t ours 􀁢􀁙􀁾􀁾Toml DwgHours = 205 Owgs = IOIVIOI 􀁾􀀠-􀀱􀁾􀀷􀀹􀀠TOl '11. 1-11"1111:>;:0 TomlOwgs 0 11:\;": EXHIBIT "A" (Section 1) SCOPE OF ENGINEERING SERVICES FOR Westfield Court Water Service Line Replacement (25 Long Services) Along Vintage Ln., Old Town Rd., & Heritage Ln. PART IA: PROJECT DATA COLLECTION A. Obtain roadway, stonn sewer, water & sanitary sewer as-builts from the Town ofAddison. B. Review existing Town ofAddison standards, specifications and special requirements regarding street and waterline construction. C. Obtain available information on existing power, telephone, cable television, long distance comruunications and natural gas. D. Meet with Town of Addison personnel to determine the extent of utility replacement and any other items. E. Meet with Town ofAddison personnel to determine any special conditions that may affect project design and construction. PART m: PRELIMlNARY DESIGN A. Utilize As-Built drawings ofWestfield Court to use as a base drawing for existing conditions ofpaving, sidewalk, and water & sewer services. Sketch in mailboxes. (There will by no surveying fur this project. This includes no elevations.). Plotthe sketch ofexisting features on 8 '1:." by 11" sheets to scale. B. Prepare a plan sketch ofeach proposed 􀁾􀁉􀁯􀁮􀁧􀀢􀀠water service line reconstruction. C. Show approximate lot lines based upon As-Built plans ofWestfield Court. The exact lot comers will not be field verified or located by a surveyor. D. Submit three sets of preliminary construction specification booklets at 65% and 95% fur Town ofAddison staffreview and comruents. E. Prepare and submit any special condition requirements. F. Prepare opinion ofprobable cost based on preliminary design. G. Prepare and submit reports indicating work progress and any design issues that mayarise. R. Maintain contact with the Town of Addison personnel during the project design. GSWW,lnc. Page 1ors Dallas. Texas PART IC: FINAL DESIGN A Incorporate Town of Addison review comments into final design B. Prepare final quantity summary. Determine opinion ofprobable cost based on final design. C. Finalize any special conditions to the contract documents. D. Submit three sets ofpre-final construction specification booklets, quantities, opinion ofprobable cost and special conditions to Town ofAddison stafffur final review. E. Incorporate Town ofAddison review comments offinal design. F. Submit final plans, quantities, cost and special conditions to the Town of Addison PART II: BIDDING PHASE A Provide 15 sets of8 y," by 11" construction documents and specifications. The Town of Addison Finance Department will perfonn distribution ofthese documents. B. Provide a basic notice ofbid advertisement. The Town ofAddison will do advertisement. C. Open bid documents at the Town ofAddison Finance Department, checking bids for accuracy, performing reference checks ofthe low bidder, and recommending award ofcontract. D. Prepare any addenda. PART m: CONSTRUCTION PHASE A Attend preconstruction meeting and provide responses to requests fur information or clarification to the Town ofAddison or contractor. B. Prepare any necessary change orders during construction. PART IV: SPECIAL SERVICES A Survey for design (none provide for this contract) B. Printing documents and courier cost PART V: EXCLUSIONS A Roadway design B. Water main or sanitary sewer design C. Surveying D. SWPPP E. Profiling existing utilities (Sanitary Sewer, Stonn Drainage & Private Utilities etc.) F. Drainage Calculations or maps G. Traffic Control Plans H. Right-of-way parcel descriptions. L Detailed construction staking. GSWW,Inc. Page20fS Dalla&, Texas J. Full time construction inspection. K. Preparation ofeasement descriptions and exhibits. L. Internal inspection ofsanitary sewer lines. M. Field location (pot-holing) ofwater and sewer services or any other underground utility or service. N. Trench excavation safety plan. o. Sidewalk design. P. Utility Locate Service Q. Structural design of any kind R. FlEC IT & Hydraulic Studies S. Geotechnical reports (To be provided by the Contractor) Ron Whitehead Date Quinn G. Spann, Jr., P.E. Date City Manager Associate I Project Manager Town of Addison GSWW, Inc GSWW,Ine. Page 3 ofs Dan.., T .... (Section 2) PAYMENT SCHEDULE Payment for engineering services described under (Section 1) -Parts I, n, and III shall be on an hourly basis with the amount not to exceed Eighteen Thousand Seven Hundred Dollars and Zero Cents ($18,700.00). The not to exceed amount fur special services is $840.00. The maximum overall fee established herein shall not be exceeded without written authorization from the Town ofAddison, based on increased scope of services. The following is a summary ofthe estimated charges for the various elements of the proposed services: Part IA: Project Data Collection Part ill: Preliminary Design Part IC: Final Design Part n: Bid Phase Services Part Ill: Construction Phase Estimated Basic Services Subtotal: (Hourly) $17,860.00 Part IV: Special Services: a) Survey for Design (none) b) Printing & Courier $ 0.00 $ 840.00 Estimated Special Services Subtotal: $ 840.00 (Time and Materials Costs Not to Exceed) Total Maximum Fee Not to Exceed $18,700.00 GSWW, Inc. Page4of5 Dall.., T l i:.4 􀁐􀁁􀁌􀀮􀀮􀁾􀀯􀁕􀀻􀀧􀀠7':>( 􀁾􀁹􀁖􀁜􀀮􀁖􀁜􀀠Q.j-j 1/( , ',J 􀁦􀁨􀀬􀁾􀁾􀁫􀁜􀁾􀀠W()..I.3> ....., 􀁾􀀠7(x!rb6 t..f() Did 􀁾􀁥􀀱􀀽􀀼􀀧􀀼􀁴􀀠􀀡􀀲􀁓� �􀁦􀁾5163-57.50 􀁾􀀧􀀱􀀭963-56'li T 111/..$l.IdI/YIrt' 􀁾􀁦􀁦I 1'/d1.1 /.1Y.3􀁾􀁡􀁊􀁁􀁬bwkrblt(j 􀀮􀀮􀀮􀀬􀀮􀀮􀀮􀀮􀁾.. i'$019 i.,/1"'..zJ, 9#7 􀁾􀀮􀁲􀁴􀁬􀀡􀁊􀁤􀀤􀁲􀁐􀁜􀀠f'if) &)C '11»t) I f4.AJ (:'FlY"'! 􀀷􀁾􀁡􀀮􀀡I '11245cJ 􀁾􀀬􀀩􀀮􀁦􀁦􀀷􀀱􀀠4'72-<#it> -).r37 lG>ui.v,., 5PAN 0 >0 ! '111.- ?t'.ll 'J1Z. JV:b Z'8't)1􀀮􀁮􀁾􀀠/'.I.OO)WrJ 􀁾􀀧􀀢􀀠......l de r r \j /) j dav ,".s eu:arle6;....7K:w: .(9n&JeJ􀀬􀁏􀁴􀁴􀁩􀁴􀁾􀀬􀀭􀂫􀀥􀀠.lwlI\"""@􀁾􀀮􀀧􀀾􀁦􀁶􀀢􀀢􀀬􀀬􀂷􀀢􀀧􀀬􀀮􀀮􀁟􀁮􀀮􀀠'''<'', 04-34 Westfield Ct Water Service Replacement Pre Bid Meeting Company. KKWi U. },b-.'V q:;Ii(>1 lIi'IL I\J􀁜􀁉􀁜􀀮􀀺􀁾􀀠\lk {V• Z;& 􀁾􀁃􀁎􀂻􀀠􀁊􀀯􀁾􀀠􀁦􀁦􀁥􀁲􀁾􀀠-=v:::,,:,.IW .J:,v ''\h ,)!J. 􀁉􀀧􀁫􀀻􀁾􀀢􀁄􀁄􀁜􀀧􀀵􀁃􀁊􀁊􀀠􀀧􀁾􀁻􀁤􀀬􀀮􀁤􀁦􀀻􀁲􀁬􀁤􀀬􀀻􀁾􀀢􀀬􀀠lolll1 of 􀁍􀁊􀁩􀀵􀀮􀁾􀀠DAJ, 􀁾􀀠b", f:..,/J.,)A"1" ,,'" 􀁜􀀺􀁾􀀠C!(c.-7Y'<;, nt r.... 􀁾􀀮􀀠'! 􀀭􀀭􀀮􀁾􀁾􀀠.--.... Name Address Phone Fax go ",(J 􀁾􀁍􀁾􀁾􀀾12-t9/.-FA.lt)1M/97,:1 -Z .'/I-;2tf, ll:./97,$. •.z.,.I-.:u?:.1 i>A L. ,t.A..$.. 7';>\ 􀁾􀀱􀁖􀀱􀀮􀁶􀀢􀀠Q.j-r 1/( . '.1 { 􀁖􀀭􀀭􀁉􀁾􀁃0 -, I< {oS%'1-;;/:3-57.50th,ffi 􀀬􀁵􀀧􀀧􀀱􀁊􀁢􀁾􀀠b6'-/0 6 Ie! jMel'<'ct. 1!y_J'O-S6'ii I 􀀯􀀱􀀱􀀱􀁾􀁁􀀢􀁮􀀢􀀢􀀢􀀠􀁾􀁦􀁴􀁬􀁾􀁷􀁁􀁬􀁾􀁫􀁬􀀧􀁢􀁉􀁴􀁏􀀠-;::-..hM<> i'1>O"1y '7/+<;S􀀱􀀮􀀱􀁙􀁾􀀠14'/.y..u 9#7 􀁢􀀮􀁲􀁾􀀴􀀯􀁉􀁊􀁊􀁓􀁲􀁦􀁬􀁜􀀠PIf) &1' tjtJ JI.) I tU.J1'51P1 7Z7CJI tJ72 -£/3d 􀁾􀁊􀀮􀀮􀀸􀀢􀀷􀁦􀀠tj72-..go -J-S-37 !Qu;;'J/I1 "SPAN N bAI.(.oU' 75'7.&1 " ZO-ltlS'S" JII/7 'SlMJv 􀁾􀀻􀁴􀀮􀀠17 Z 17&' r;,zo-,*,Zt3 .)6-...\ "-'-"'A \. tPi. ,f>... r'o eo'" <;lO 􀁾i) q1t 411:> 􀀷􀁾􀀮􀀢􀀠'712-Jkb 􀁚􀁂􀁾􀁉􀀮􀀬􀁾􀀠􀁾􀁩􀀧􀀺􀁶􀀾􀀢􀁊'1\,Yi'i 􀁾􀀮􀀠(/er,.. l{ 041/;'II 1/􀁦􀀷􀀲􀀭􀁢􀀶􀀯􀀭� �􀀶􀁦􀁾􀀠972. 71/1 tJ,f3¥ 􀁾􀁍􀁢􀀠Ii I( 􀀥􀀭􀀧􀀶􀀧􀁦􀁲􀀧􀁬􀁾􀁱􀀠flt,]/7f[d-70C([, . 􀁾􀁰􀀮􀀬􀀬􀀾􀀬􀀬􀀬􀁜􀀬􀀠􀁗􀁾r. 'dIJ-i ' '"\ I 04-34 Westfield Ct Water Service Replacement Pre Bid Meeting ----.-"""." .__.. , -"""' ...... \: -.--.... Company R,/' a11,vV) , 􀁾􀀬􀀻􀀬􀀮􀀬􀀧􀁖􀀠1:!1(J1 􀁊􀁉􀁾􀀧􀀭I' IlJ\1\:ie\1.'(1.."V, .,,-z;;:, ;;;;:. HAl" C,.,.:i7 JIWl Reru -=-k::.c-,. 'w J:# <::... It.. ,)1>1 􀁦􀁪􀁬􀀷􀀧􀁜􀁦􀀩􀁄􀁉􀁓􀁃􀀧􀁬􀁜􀀮􀀮􀀮􀁾􀀠t;wr' R f ,4J),i.", 10It'tt Iff MJil(!Yl 􀁾􀁊􀀧􀀢􀀠(.." GAtlA1't "A 􀁓􀁾􀀠Cit'"", Name Address Phone Fax l-lo 1'fliJ (fM'Wly lA.>! 2-c9"i'.£1,JI}9,LA! 97/l -z. -'/1-::ZtJ, Jr./97.$ -z4/-.;u.-z.o/DA. /. L.A s:.. 7'/\ t:.. Y(;\.t' Q,j'-f 1/( , 'J 􀁴􀁨􀀬􀁩􀁦􀀮􀀢􀀧􀁌� �􀀢􀀢􀁢􀁾􀀠\iJI:)..C e I b fOr 􀀶􀁾􀁈􀁯􀀠() Id f',AelCtct. !2S'f-5J63-S7So 􀁾􀁟􀁧􀀧􀀳􀂷􀀵􀀶􀀧􀁪􀁩􀀠f 1/11..:fqA'/If'!1'7" I"kIE--II /-ZW""'Al kkl'O/(,,(j "'}:4.flAI"o 􀀻􀁔􀀡􀁊􀁏􀀢􀀧􀁾􀀠9'/.wJ/.1'1'.3 9/¥...u, 9#7 􀁾􀁾􀀴􀁍􀀴􀁪􀁖􀀿􀁜􀀠􀁾(() &x. 9t> It) f Iud1:ff""""'1'>T< ..􀁾􀀮􀀠Email -􀁨􀁾􀀣􀁁􀁲􀀴􀁖􀀼􀀢􀀢􀀢􀀠􀁌􀀢􀀢􀀢􀀧􀀴􀀱􀁽􀀮􀀯􀀮􀁾􀀠dawn fi) 􀁾􀀮􀁥􀀼􀀧􀁉􀁇􀀢􀀼􀁉􀁨􀁾􀀠j p,Rn;PNI,(/t. ''''''I 􀁊􀀬􀁊􀁩􀁣􀁩􀁗􀁾􀀠􀁾ct... J_ A£o;J'.l.. 1>liJJ Jdu'-' IS ed add/;,.. ;ix:w: 􀂣􀀮􀀧􀁦􀁤􀁾􀁥􀁩􀀬􀁲􀀻􀁊􀁩􀁴􀁾􀀮􀀪􀀭􀀥􀀠1eY erN> , 'A-I ' " 04-34 Westfield Ct Water Service Replacement Pre Bid Meeting _ ...... ,... ............... _ • • 1 -_ ...... ,-􀁾􀀮􀀭􀀭...... Company Rl1 j,/J./; 1 􀁜􀁊􀁾􀀴􀁥􀁜􀁌􀀮􀁾􀁾􀀧􀁖• 􀁾􀁾􀀠nAi eNS JIWI fferu:.. 􀁾􀀠/:L:', '/;1/􀁾c:... TN ,)i>l rn:-('>..()OIScrJ. 􀁾􀁖􀁍􀀠p/􀀻􀀯􀁊􀁤􀁴􀀻􀀬􀁾􀀬􀀮􀀠loll\1 ltf 􀁾􀀱􀀮􀁲􀁲􀁲􀁴􀀠I􀁾􀁁d, 􀁾􀀠( ... Ul.Jr...., ,,'" S:TEYE: C/lc.-------------Name Address Phone Fax HOIV1J 􀁾􀁾p?> 12--(7/"IF"pJ;9,L.A; 9ZA"Z'I)-::2& ;;:'1 97.? ...;?:."fl-.;u; z . .',/1'>A L,(.fi <;.. 7?C. 􀁾􀁹􀁾􀁹􀁜􀀠Q,J..r 1/( . '-' I WCl.-C C> -, 􀁾􀀠[OS" 􀀡􀀲􀁓􀀧􀁉􀁾5Jb3-S7Sc􀁾􀀬􀁤􀀱􀀠h "'1I!b\w16 b640 () Ie! 􀁾􀁥􀁾􀀧􀀼􀀺􀁴􀀠􀀧􀀱􀁁􀁟􀁾􀁏􀂷􀀵􀀶􀀧􀁪􀁦􀀠I //I/.$(M1t1?rr-􀁾􀁩􀁥􀁬1-ZW""'Al kkJ"'OJ(Q 7><-R'No 7$"01 &x 7'1> jt) I JlUj􀀱􀁾􀀱􀀧􀁦􀁲􀁬􀀠7;;;0.1/912 -r( r.a.V\ \l", I:>c.v 111 '1 lJI."J.,., I('I'. "'" T v: 2/<./r 733 -􀁲􀁶􀁾'( L,t( -733 􀀭􀀸􀀧􀀨􀁉􀀮􀀮􀁪􀁾􀀠Email 􀁨􀁾􀁴􀀧􀀯􀁁􀁬􀀭􀀻􀁴􀀯􀀻􀁴􀀯􀁾􀀮􀂣􀁁􀁅􀀮􀁉􀁊􀁊􀁾􀁾􀀠/1'I«!! ddbHI (jj) .&rwm<£o1 Cd'h$/S" 􀁣􀁔􀁾I'•j pIRff: