",t>. " " 􀁾 .. ., ." -.. OFFICE OF THE CITY MANAGER . PosfOfjiceBox9(1l0: j\ddison, Texas 15001-9010': . " -, I ." ". ' January 24, 2000 (972) 4S0-7000 • FAX (972) 4S0-7043 , 5300 Belt Line Road. Ms. Monique Johnson Senior Public Affairs Specialist State Fann Insurance Companies North Texas Office 17301 Preston Road P.O. Box 799100 Dallas, TX 75379-9100 . Re: Belt Line Rmid and Midway Road. Intersection Dear Ms. Johnson: Please accept this letter as receipt ofyour check for Thirteen Thousand Eight Hundred and Noll 00 ($13,800.00) for the above-mentioned intersection Operations and Safety Study for the Town ofAddison.. As requested, enclosed please find the Acknowledgement and Contribution form. Thank you for your prompt response to this most important matter:' . .' Sincerely,.. ..' 􀁾􀁒􀁾􀁗􀁾 Ron Whitehead City Manager RW:mc Enclosure: Acknowledgement and Contribution form State Farm Insurance Companies ·,.' .. ) January 21,2000 City ofAddison ATTN: Ron Whitehead P.O. Box 144 Addison, TX 75001 Dear Ron: .,) ..J 􀁾􀁜􀁾􀁾􀁎􀁾􀀺 􀀺􀁏􀁏􀁾 􀁾 i· .. . CITY MANAGER STATI FARM -t&\ 􀁉􀁎􀁓􀁕􀁒􀁁􀁎􀁃􀁾 North Texas Office 17301 Preston Road P.O. Box 799100 . Dallas, Texas 75379-9100 Keith M. Androff, CW, ChFC, FlMI Regional Public Affairs Manager Phone: (972) 732-5445 Enclosed is a check for $13,800.00 for the Beltline and Midway Intersection Operational and Safety Study. We are pleased to support your efforts and wish you success with the study. In accordance with the 1993 Tax Act, we are required to have written confIrmation that our contribution was received. In addition, statement indicating· whether goods or services were provided to State Farm in consideration of this contribution is needed. Please complete and sign the . enclosed acknowledgment form and return it to us in the envelope provided by February 7, 2000. If you have additional questions, please fee free to call me at 972.732.4827. Thank you. Sincerely, 􀁉􀁖􀁌􀁾􀁾 Monique Johnson . Senior Public Affairs Specialist cc File HOME OFFICES: BLOOMINGTON, ILLINOIS 61710-0001 . , ,; I 1.: 1 1 • ; , •. ". ':';_ ..􀀺􀁾􀁾􀀧􀀻 --: •._ -.__• 0._. .. __._._...._._._ ... _..._..._._'._._. __ . L _ .."_._._. 􀁾􀀬􀁟􀀮__.._.__'.._._ ... 􀁟􀁾􀁟􀀬_ -..􀀬􀀮􀀧􀀺􀀧􀀺􀀺􀀧􀀺􀀺􀁾􀀭􀀺􀀺􀀧􀀧 􀀺􀀺􀀺􀀧􀀺􀀧􀀺􀀧􀀺􀀧􀀺􀀺􀀺􀀧􀀺􀀧􀀧􀀺􀀺􀀮􀀧􀀺􀀺 -: 􀁾...􀁾􀁟...-•... _. ., " ..... .._ ......,. "'..C" 􀀬􀀧􀁾􀀧􀀭􀀮􀀺􀀢 • ...... .c. '\.. :' y , ._.i_,· _ ..􀁾 .. : ":; 􀀮􀁉􀀮􀀮􀀮􀀭􀁟􀀮􀀺􀀮􀀺􀀮􀀮􀀮􀁟� �􀀮􀀮􀁾􀀮 -: ' " ; .", .,.. 􀀧􀀭􀀻􀀺􀁾 .:, j: 􀀺􀁮􀁾􀀭􀀷􀁾􀁾􀂷􀁬􀁲􀀺􀀡􀀮􀀬 I 􀁉􀁔􀀻􀀧􀀧􀀭􀀭􀁲􀀺􀁾􀁩􀀧 " Staterafm In'$ur.anpf!.Co.mpacrlieS:.J-1 I:; Company Ph((arilh.!ppy'.p,rogr.ipJZ§,cJ 􀀡􀀮􀁾􀁌􀀮 (309) 􀀷􀁾􀀶􀀭􀀲􀀡􀀶􀀱 􀁩􀁾􀀺􀀺􀀺􀀺􀀻􀁾􀁩􀂷􀂷􀁾􀀺 1 :!! 􀀺􀀺􀀮􀁾􀀺􀀺􀀡 􀁴􀂷􀀻􀁾􀂷􀂷􀂷􀂷􀀮􀂷􀀮􀁴􀁾􀀼􀀢􀁾􀂷􀂷􀀭􀀭􀀺􀀺􀀮􀁈􀀧􀀮 I 􀀺􀁾 􀁾 :': : 􀁾 !1.-􀁾 􀀭􀀭􀁾 . 􀁾􀀻 .􀁾􀀺􀀻 􀀡􀀭􀀮􀀺􀀮􀀻􀁾􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀁟􀁾􀀭􀀺􀀺􀀽􀀺􀂷􀀺􀁾􀀮􀁌􀀮 :. 􀁾􀁟􀀮 􀀺􀀺􀀺􀀺􀀺􀀻􀀻􀀮􀀢􀁾􀁟 􀁾 :L. 􀀺􀁾 ;:.-F-. ! ; :: r i L : 􀁌􀁾􀁌􀁟..􀁟􀀺􀁩􀀺􀁾􀀺􀁾􀀮􀁩 __. 􀁾􀀺􀀮 .: .... 􀁾􀁾􀀮􀀻 ,􀀧􀀺􀀷􀁓􀁦􀁩􀁲􀁩􀁾 􀁦􀁴􀁩􀁮􀁮 Insurance 􀁃􀀶􀁾􀁰􀁡􀁮􀁩􀁥􀁳􀀧 is" ., . ..: ,. I ..􀀧􀀽􀀺􀁲􀁾􀀻 ':-.;. F: ! i i : , i' : $uh'hort oifyour ljffortS";: ::: .. 'T' t 􀁾􀀺•.􀁾􀀮 . 􀁾􀀬􀁊􀀡 . -􀀭􀁾􀀮􀀻 􀀺􀀮􀀭􀀺􀀭􀂷􀁾􀂷􀂷􀀭􀂷� �􀁾􀁾􀂷 􀁾􀀮 􀁾 -; __ i-..-:---.... __􀀻􀀻􀀭􀀺􀀻􀀮􀁾 􀀿􀀺􀁶􀀮􀁙􀁾 i--h..-. ._ IJJl -) 􀁾 : i "11'::;:::-We 􀁩􀁴􀁩􀁫􀂷􀁾􀁴􀁨􀁡􀁩􀀮􀁡􀁮􀁹􀀮􀀺􀁡􀁢􀁫􀁮􀁤􀁷􀁬􀁾􀁤􀁧􀁥􀁭􀁥􀁮􀁩 􀁯􀁚􀁩􀁨􀁩􀁳􀀭􀁴􀁢􀁾􀁴􀁲􀀱􀁢� �􀁩􀁩􀁩􀁯􀁮 refer.to· State Farm, J 􀁾􀀡􀀩 : . 􀀺􀀱􀁮􀁳􀁕􀁲􀁡􀁬􀁊􀁣􀁾􀀹􀁯􀀮􀁭􀁰􀁱􀁾􀁩􀁾􀁳􀂷􀁡􀁳􀁩􀁨􀁥􀀬􀁳􀁯􀁕􀁬􀁣􀁬􀁊􀀮􀁾􀁻􀁊􀁦􀀻􀁦􀁨􀁥 grdtl:(. "'" '. . 􀁊􀀢􀁾 􀀯􀀺􀁴􀀭􀁾􀂷􀂷􀀺􀁴 ,';,.(. f .. :ir' ,. 􀀧􀀬􀁾 ", , .' .: 0, h􀂷􀁟􀂷􀁾􀀺􀀬􀀭􀀭􀀻􀁲􀀭 􀀧􀀭􀂷􀀭􀀡􀀧􀁬􀁟􀁌􀀬􀀮􀀮􀀺􀀮􀀮􀀮􀁌􀀺􀀧􀁯􀀬􀁾􀀬􀀬􀀺􀀬􀀧􀀺􀀲􀀮􀁾􀀻􀀧􀀽􀀺􀀺􀀺􀀢􀁾􀀺􀁟􀀩􀁟-􀀧􀀮􀁾􀀺􀀺􀀮􀁟􀀭􀁟􀀮􀁾􀀺..; .: 􀁲􀁾􀁾􀀭 -.-: --; :.. 􀀮􀀺􀀮􀁾􀀮􀁾􀁾􀁾􀁾􀀺􀀧􀀺 -... .. ""Il '0-'" ._.Best WzS.. e..s.Jor cQntznue success. ;;..􀁾􀀮􀀻􀀮􀀽􀀻􀀮􀁾􀀮􀀬􀀻􀀻􀀬􀀮 ,. 􀁾􀀮􀀮􀀮 .. ...__... ,.. STAH fARM " . . INIU ......CIt , . '''A:-.. STATE FARM MUTUAL AUTOMOBILE INSLIRANCE:COMPANY 􀁾 HOME OFFICE BLOOMINGTON, IL 61710 General Account 1 1 00 890060 A:: 56-1544/441 .. JANUARY 12 I 206b:: Pay To The Order of: CITY OF ADDISON .." •... $ 􀀻􀀧􀂥􀀧􀁾􀀪􀀭􀀧􀀪􀀭􀀧􀁩􀀳􀀸􀀰􀁤􀁪􀀭􀀨􀁮􀀩 􀁾􀁾􀀪􀀪􀀪􀀪􀁔􀁈􀁉􀁒􀁔􀁅􀁅􀁎 THOUSAND EIGHT HUNDRED AND NO/100 􀁄􀁏􀁌􀁌􀁁􀁒􀁓􀀪􀀪􀀪􀁾􀁾􀁴 t •.•• • ..... " "'\ ) ACKNOWLEDGMENT OF CONTRIBUTION Please complete ALL sections. ·PART·A. Internal Use Only: (public Mfairs) , . . "" . ." 􀁔􀁨􀁾 _,_:,_.__'l'OWN.=;.=.!!:.., 􀂷􀀺􀀡􀀮􀀮􀀮􀀮􀂷􀁾􀁏􀁆􀀽􀀮􀀮􀀮􀀮􀀮􀀮􀀮� �􀀮􀀡􀁩􀀧􀁁􀁄􀁾􀁄􀁾􀁉􀁓􀁾􀀶􀁎􀀰􀀸􀂷􀂷􀁌􀂷 _: 􀁡􀁣􀁫􀁲􀁩􀁯􀁾􀁬􀁥􀁣􀁩􀁧􀁥􀁳􀂷􀁴􀁨􀁥 (name oforganization as filed, no abbreviations) receipt of State Farm Mutual Automobile Insurance Company's charitable contribution of 􀀤􀀮􀀽􀀱􀀽􀀭􀀳􀁌􀀬􀀸􀀺􀀺􀀮􀀮􀀺􀀰􀀺􀀮􀀮􀀺􀀺•􀀰.􀁾.::.00.::.......__which was received on 01-24-00 (amount) (date) PARTB. Were any goods or services provided to State Farm in consideration ofthis contribution? x No __ Yes (if yes, on the line below, give a description and the value ofthe goods or services) $-'------PARTC. Please indicate whether your organization is qualified or non-qualified as described in IRC Section 501(c)(3). See note below. __ Qualified Non-Qualified _X_ N/A or Other: Specify Municipal Government Tax Exempt # . . 􀀱􀀷􀀵􀀱􀁾􀀳􀀳􀀵􀀵􀀵􀀸 Note: In general, an organization qualifies under section 50I(c)(3) if it is organized and operated exclusively for religIOus, charitable, scientific, literary or educational purposes, or to foster national or international amateur sports competition, or for the prevention ofcruelty to children or animals. An organization seeking recognition of exempt status under section 50 l(c)(3) must file Form 1023 with the district director for the IRS district in which the organization is located. PARTD. By signing below, I hereby agree that the' above 'statements are correct regarding the amoUnt arid receipt ofthe contribution, the value ofgoods or services provided, and the organization's status according to Section 501 (c)(3). . 􀀺􀁋􀀺􀁲􀀭􀀭􀁗􀁾 Signature City Manager Title 01-24-00 Date ·J,.. State Farm Insurant . "'l!panies North Texas Office /173ClI Presion Road P.O. Box 799100 Oanos, Texas 75379-9100 City ofAddison '. . . ATTN: Ron whitehead.' P.O. Box 144 Addison, TX 75001 lIul\'\1\ IIIII!\ \, 11111\ \ II1\1\' 1111\11\ ,\ II \ 1\ II \ ,.Ii!\ IIllll 􀁾􀁏􀀧􀁻 From .RoN W\hroh;-ro C \T'1 MPrtJA-6e ." • __ 2. To recommend a set of engineering countermeasure strategies that will address the the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits ofthe recommended countermeasures. 4. To recommend an immediate and long term action plan. for implementing the engineering countermeasures. ' Please see Attachment Afor acomplete description ofthe type of study eligible for such funding. Please provide the following information regarding a proposed study: APPLICANTINFORMATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: . 􀀧􀀮􀀭􀁾 ..... , Name Title, --'-----'--------.,....----'-,.......:--'------.,...-􀀭􀀭􀀬􀀭􀀭􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀮􀀬􀀮􀀮􀀮􀀮􀀭􀀭􀀧􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭 , Telephone N1.W1ber_' ----'-Facsimile Number _' ---'-__ 􀁾 Address (street, city, state, zip code): _ PROJECT DIRECTOR: Name 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀁲􀁩􀁴􀁬􀁥􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 , Telephone Number Facsimile Number _. _ Address (street, city, state, zip code): _ '';'" . :"'..... : ..•. PROJECTiNFORMATION .... . . Address of intersection identified by State Farm for possible eligibility for subject grant: Beltline and Midway . Amount of funding requested: Name of Consultant: Please attach a description of the proposed study fqr the above listed intersection. The description should contain sufficient detail to determine that the proposal meets the criteria described in Attachment A to this application. State Farm will release the funds upon its confirmation that the proposed study is consistent with the terms ofreference criteria described in Attachment A. .The awardofa grant shall be at the sole discretion of State Farm. Studies must be completedwithiri Sixmohths of approval ofthe grant proposal by State Farm.· -The City of Addison.·· .: .... 􀁾􀀭􀀺􀀧􀀧􀀭... :_-:."7 􀀧􀀭􀀢􀁾􀁡􀁧􀁲􀁥􀁥􀀧􀁳 that it shall provide a copy ofthe completed Intersection Operational and Safety Study report pursuant to this grant to be used for State Farm's research purposes. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance and management related to the Be1tline and 􀁍􀁩􀁤􀁷􀁡􀁉􀁮􀁴􀁥􀁲􀁳􀁥􀁣􀁴􀁩􀁯􀁮􀁾 The City of Addison agrees that its acceptance offunds from State Farin· 􀁷􀁾􀁬􀁬 indicate. its acceptanceto 􀁴􀁾􀁥􀂷 terins and 􀁣􀁯􀁮􀁤􀁩􀁴􀁩􀁯􀁾􀁳 {)fthe giant. ..... . . \ Chief Authorizing Officer Date , Please send completed form t,o: John Werner .Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: September 30, 1999 State Farm ,) Insurance Companies STAT( fARM i&) -􀁉􀁎􀁓􀁕􀁒􀁁􀁎􀁃􀁾 r-Rj: \}: I 􀀡􀁾􀁄􀀢􀀢􀀢 J , ...C... ,\,__ r------·-----, 􀁾􀀢􀀺􀁬􀀺 July 19, 1999 Ron Whitehead .:: P.O. Box 144 􀁜􀁾􀀼􀀱􀀮 Addison, TX 75001 Dear Ron: If JUL2 21999 ·1 L_· -J I CITv 􀁲􀁆􀁲􀂷􀁾􀀬􀀧􀀩􀂷􀀧􀀧􀀧􀀢􀁉􀀡􀀽􀀧􀁒 '.' ,I '1ii, I\/{"iu ... 1 North Texas Office 17301 Preston Road P.O. Box 799100 . Dallas;, Texas 75379-9100 Keith M. Androff, CLU, ChFC, FU,I Regional Public Affairs Manager Phone: (972) 732-5445 Enclosed is the State Farm grant application we discussed in our meeting for the intersection located at Belt1ine and Midway. Ifyou plan to apply for financial assistance, your application must be completed and returned to John Werner at the address listed on the application by September 30, 1999. The available funds are intended for an Intersection Operational arid Safety Study. We look forward to talking with you more abouttlUs project and stand ready to assist you or any of your staff regarding this grant applIcation. If you have any questions, please give me a call at 972-732-5445. Sincerely, , HOME OFFICES: BLOOMINGTON, ILLINOIS 61710-0001 National List-Phase 1 GRANT APPLICATION INTERSECTION SAFETY STUDY --nUE:Scptcmbcr 30, 1999 -For Internal use only: Date Application Received _ -Application Num,ber: --:----'--State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities up to $20,000 for Intersection Operational and Safety Studies for specific intersections identified by State Farm pursuant to its research. Following completion of the study, additional funds (up to $100,000) will be available under a separate grant for repair or improvements meeting the objectives of the Intersection Operational and Safety Study. Studies performed pursuant to this grant shall include the following objectives: 1. To identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection-." .__ 2. To recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits ofthe recommended countermeasures. 4. To recommend an immediate and long term action plan for implementing the engineering countermeasures. Please see Attachment Afor acomplete description ofthe type of study eligible fOfsuch funding. Please provide the following information regarding a proposed study: APPLICANTINFORMA TION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: ...􀀭􀁾􀀢 ... Name Title -􀀭􀀭􀀭􀀭􀀬􀀭􀀧􀀭􀁾􀀭􀀭􀀭􀀭􀀬􀀭􀀧􀀭􀀭􀀭􀀮􀀬􀀮􀀮􀀮􀀮􀀭􀀭� �􀀭􀀧􀀭􀀭􀀭􀀭􀀬􀀭􀀧􀀭􀀭􀀭􀀧􀀭􀀮􀀬􀀮􀀭􀀭 -,.,....----,-'---'------,-'-.,....---.,....--'--'-----'--Telephone Number_-----'-Facsimile Number _ -Address (street, city, state, zip code): _ PROJECT DIRECTOR: Name :ritle 􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 -----------, Telephone Number Facsimile Number _ Address (street, city, state, zip code): _ " " "", PRDJECTINFORMATION·"" Address of intersection identified by State Farm for possible eligibility for subject grant: Beltline and Midway Amount of funding requested: Name of Consultant: Please attach a description of the proposed study fqr the above listed intersection. The description should contain sufficient detail to determine that the proposal meets the criteria described in Attachment A to this application. State Farm will release the funds upon its confirmation that the proposed study is consistent with the terms of reference criteria described in Attachment A. "The award of a grant shall be at the sole discretion of State Farm. Studies must be completed within six" months of approval ofthe grant proposal by State Farm. The City of Addison-'agreesthat it shall provide a copy ofthe completed Intersection Operational and Safety Study report pursuant to this grant to be used for State Farm's research purposes. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance -and management related to the Beltline and 􀁍􀁩􀁤􀁷􀁡􀁉􀁮􀁴􀁥􀁲􀁳􀁥􀁣􀁴􀁩􀁯􀁮􀁾 The City of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the terms and conditionsofthe grant." " Chief Authorizing Officer Date , Please send completed form to: John Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: September 30, 1999 National List-Phase 2 for Internal use only: Date Application Received---GRANT APPLICATION INTERSECTION SAFETY IMPROVEMENTS Application Number: _ . . . DUJi::July 1, 20m)' .State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities controlling intersections specified by State Farm up to $100,000 for engineering counter measures that will mitigate high crash and injury risk. The Intersection Operational and Safety Studies completed under Phase One will have identified engineering countermeasures that can result in significant reduction in crashes. This grant is intended to provide funds for engineering improvements which are generally low cost and immediately available identified in the Intersection Operational and Safety Study for the intersection and proposed by the government entity. The study performed pursuant to Phase One ofthis grant should meet the following objectives: . . 1. Identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection 2. Recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 3. Conduct an economic evaluation that will identify the costs and benefits ofthe recommended cOlintermeasures. 4. Recommend an immediate and long term action plan for implementing the engineering countermeasures. Please provide the following information regarding the proposed intersection improvements: APPLICANTINFORMATIO N Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name Title􀀮􀀮􀀮􀀮􀀭􀀬􀀧􀀭􀀭􀀭􀀭􀀭􀀮􀀬􀀭􀀭􀀭􀀭􀀭􀀺􀀭􀀭􀀧􀀭􀀭􀀧􀀭􀀭􀁾􀀭􀀭􀀺􀀭􀀭􀀭􀀭􀀭 Telephone Number Facsimile Number _ Address (street, city, state, zip code): _ PROJECT DIRECTOR: Name Title ----------------------, Telephone Number Facsimile Number _ Address (street, city, state, zip code): _ PROJECT INFORMATION 􀁁􀁤􀁤􀁲􀁥􀁳􀁾 of intersection identified by State Farm for possible eligibility for subject giant: Beltline and Midway Amount of funding requested: Please attach a description ofthe proposed improvements for the above listed intersection. The description should contain sufficient detail to determine that the proposed improveoments are consistent with the findings ofthe report prepared pursuant to Phase One ofthis program. ° , The award of a grant shall be at the sole discretion of State Farm. State Farm will release the funds upon the certification ofa professional engineerthat the improvements to the intersection have been completed. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance and management related to the 􀁾􀁂􀀮􀀺􀀺􀀮􀁥􀀽􀀭􀁬􀁴􀀽􀁟􀀺􀁬􀁬􀀺􀀺􀀮􀀮􀀺􀀺􀁩􀀺􀀺􀀮􀀮􀀺􀁣􀁮􀀺􀀮􀀮􀀺􀀺􀁥􀁾􀁡􀁮􀀽􀁤􀀽􀁟􀁟􀁟􀀽􀁍􀀽􀁩􀀽􀁟􀀽􀁤􀀺􀀮􀀮􀀺􀀮􀀺􀁷􀁟􀀽􀁡􀁌􀁹 _ Intersection. The City of Addison agrees that its acceptance offundso1i:om State Farm will indicate its acceptance to the terms and conditions ofthe grant. ChiefAuthorizing Officer Date , Please send completed formto: JohnWerner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: July 1,2000 Attachment A TERMS OF REFERENCE FOR INTERSECTION OPERATIONAL AND SAFETY STUDIES StlldyObjectives: · 1.· To identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection. 2. To recommend a set of engineering countermeasure strategies .that will address the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits of the recommended countermeasures. 4. To recommend an immediate arid long term action plan for implementing the engineering countermeasures. Required Study Procedures: The study shall consist of the following Phases: Phase 1: Quantitative Intersection Analysis This phase shall consist of the following tasks: Task 1: Geometric Analysis Review the existing intersection geometry and check for any characteristics that may be contributing to a high crash risk. Include a check of sight distance, tum radii, horizontal and vertical alignment, signal visibility, pavement marking, clear zone, pedestrian and transit facilities, and any other relevant geometric features. Task 2: Crash Data Analysis .􀀧􀀮􀀭􀁾􀀭 .. Review police crash data and identify all relevant patterns, including spatial and temporal . characteristics, weather, pavement, and light conditions, crash types, contributing causes, .and any other crash characteristics. Analysis to include the last three years ofavailable 􀁤􀁾􀁡􀀮 . . . . . . . Task 3: Traffic Conflict Analysts Conduct a detailed traffic conflict survey. Observe, record, and analyze all conflicts using trained and qualified observers. The traffic conflict survey is to be conducted according to the Traffic Conflicts Procedures Manual, 2nd Edition (November 1996) prepared by Hamilton Associates for the Insurance Corporation ofBritish Columbia. A copy of the manual can be obtained from State Farm or from Hamilton Associates at 604-684-4488. Analyze the conflict data to determine the causes behind the conflicts, temporal and , spatial distributions, as well as the most severe and hazardous conflict types using a numerical scale. Relate the conflict findings to the crash data analysis. Task 4: Capacity Analysis Cohduct turning movement traffic counts for the morning, midday, and aftef!loon peak ··periods. Review the signal timing and phasing plan. Analyze the intersection capacity and levels of service per movement using the Highway Capacity Manual procedures. Include a review of bus and pedestrian operations. Review efficiency, delays and queuing, from a safety perspective to determine the interrelationship 1:?etween capacity operations and safety performance. Task 5: Human Factors Analysis Observe and analyze driver behavior at the Intersection, and the relationship between the existing geometric characteristics and driver perceptions of the intersection. Measure approach speeds, review the visual environment (including directional and regulatory . . > signing, landscaping, land use, and background distractions) from the perspective of the driver. Phase 2: Identification of Deficiencies .Using the results ofPhase 1, clearly identify the engineering characteristics ofthe Intersection that are contributing to a high crash risk. Clearly relate each identified deficiency with the measurable features that were analyzed in PhaseLAlUdentified . deficiencies shall be supported by the.quantitativeanalysis. ...--...P Phase 3: Development of Countermeasures Develop a set of engineering countermeasures that will mitigate the deficiencies Identified in Phase 2. Clearly relate each engineering countermeasure with the specific deficiency that will be addressed. Develop both low cost, readily implementable countermeasures as well as longer term, potentially more costly solutions. Clearly demonstrate the effectiveness ofthe countermeasures in addressing the identified deficiencies, by providing quantitative, empirical evidence of effectiveness. While engineering 􀁣􀁯􀁵􀁮􀁴􀁥􀁲􀁭􀁥􀁡􀁾􀁵􀁲􀁥􀁳􀂷􀁡􀁲􀁥 the focus ofthis study, enforcement efforts that that may be effective in reducing the crash risk should also be identified whenever possible. The need for additional enforcement should be supported by quantified driver behavior characteristics, such as speeding, red light running, and aggressive weaving /lane changing. Phase 4: Economic Evaluation Conduct an economic evaluation of the recommended engineering countermeasures by clearly quantifying the expected countermeasure effectiveness in terms of crash , \} Study Schedule The study is to be completed to the Draft Report stage within one month of authorization . being received to proceed. 􀁣􀁯􀁲􀁩􀁳􀁵􀁩􀁴􀁡􀁮􀁥􀁳􀁐􀁲􀁯􀁰􀁯􀁾􀁡􀁬􀀺 . Consultants who are interested in submitting a proposal to complete this study should clearly demonstrate their skill and experience in conducting similar 􀁳􀁾􀁤􀁩􀁥􀁳􀀮 The proposal should include: X The consultant's understanding ofthe study requirements (1 page or less). X The consultant's work plan, clearly indicating the procedures to be used to complete each of the identified phases and tasks. Indicate the key milestones, deliverables, and meetings with the stakeholders (5 to 10 pages). X The consultant's project team, clearly 􀁩􀁤􀁥􀁬􀀱􀁴􀁩􀁦􀁹􀁾􀁮􀁧 the Project Manager, and the relevant experience of the team members (2 to 3 pages). Generic resumes may be included in an Appendix. X The consultant's recent experience on similar projects, with project descriptions and reference names and telephone numbers (2 to 3 pages). Project sheets may be included in an Appendix. . X The consultant's schedule for completing the study (2 pages or less). X Summary ofthe advantages and special features offered by the consultant's proposal (1 page or less). After the Table of Contents, the consultant's proposal should not exceed 20 pages, including all diagrams, figures and tables. Appendices can be additional, but may not necessarily be reviewed. The proposals will be evaluated on the basis of:. X Understanding ofthe assignment (15%). X Thoroughness of the Work Plan (40%). X Composition of the Project Team,and experience on similar projects (20%) X . Quality and effortinherentin the proposal (15%). .. . X Innovation and value-added offered by the proposal (10%). , 12/18/00 MON 10:30 FAX 9722393820 ... 􀀬􀁾 /􀁾__n Kimrey-Horn IiIII..J U and Associates. Inc. Fax Transmittal DALLAS 12700 Park Cenlnll Suite 1800 Dallas, Texas 75251 TEL 972-710-1300 FAX 972· 􀀲􀀳􀀹􀀭􀀳􀁧􀁾􀀰 14l 001 Fax Na.: 411-150 􀁾􀀧􀀻􀀢􀀧􀁙􀀳 7 . Job No.: _ Date: i:J. .IF· Q.? ·0 If you have any problems, please caU 972-770-1300 and ask for. 􀁾􀁾 􀀢􀀧􀀷􀀢􀀢􀀧􀁴􀁾􀀮􀀮􀀺􀀻􀀮� �􀀺􀀺􀀺􀀺􀀺􀀻􀀮􀀽􀀭􀀽􀀭􀀭􀀺􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 Total number ofpages, including cover sheet: --3----Comments: Tllis/acsimile is intended/or Ihe addressee nallled herein and may comain information thal is confidential. Ifyou are 1I0t the ifltendl1d recipient or the employee or agent responsible/or delivery to the addressee, you are hereby notified that allY review, dissemination, disclosure. or copying oflhis cOn/municatio/. is strictly prohibited. Ifyou /rave received this/acsimile in e"or, please immediately notify us by telep/lone. and return the originalfacsimile to uS al the address above via the US. Postal Service. ThQllk you. ..,; PUBLIC WORKS DEPARTMENT lIItllIlal#iiIIifi#II!i! H*t_ii!!!!I HEM! ® Posl Office Box 9010 Addison, Texas 75001-9010 18 December 2000 Mr. John Werner Assistant Director State Farm Insurance Company One State Farm Plaza D-3 Bloomington, Illinois 61710 (972) 450-2871 16801 Weslgrove SUBJECT: Dear Mr. Werner: NOTICE OF PROJECT COMPLETION, BELT LINE ROAD AND MIDWAY ROAD INTERSECTION, ADDISON, TX Please accept this letter as "Notice of Project Completion" for the intersection of Belt Line Road and Midway Road in Addison, TX. Attached please find a copy of the original grant application (9/17/99), Summary of Work Completed in the form of a Safety Review Report prepared by Kimley-Horn and Associates, and a Notice of Completion from TXDoT. The Town of Addison is very pleased with the intersection improvements. We look forward to the successful acquisition of the $100,000 Grant from the State Farm Intersection Grant Program. . If there is any additional information required or, if you have any questions, please do not hesitate to contact me at (972) 450-2878. Sincerely, 􀀱􀀶􀁅􀁦􀁾􀀹 Director of Public Works cc: Ron Whitehead Chris Terry Attachments (As noted above) Kimley-Horn and Associates, Inc. December 18, 2000 Mr. Mike Murphy City Manager Town of Addison 16801 Westgrove Drive Addison, Texas 75001 RE: Safety Review for the Belt Line Road and "Midway Road Intersection Dear Mr. Murphy: Per State Farm Insurance requirements, we have reviewed the above referenced intersection with regards to the implementation of safety improvements. The necessary improvements, as shown in the construction documents with modifications from our March 7, 2000, technical memorandum have been implemented. •Suite 1800 12700 Park Central Drive Dallas, Texas 75251 The reconstruction of this intersection improved three areas -signalization, signing, and geometrics. The signalization improvements replaced all of the traffic signal hardware. The old median mounted traffic signal poles were removed and replaced with comer poles with longer mast arms. The removal of the median mounted poles resulted in two primary safety improvements. First, the potential for hitting the median mounted poles was eliminated thus reducing the number of accidents. Second, the target value ofthe left-turn signage (i.e., the ability to see the signs) was greatly improved by elevating this signage to the mast arm. Finally, the number ofleft-turn traffic signal heads per approach were increased from one to two which resulted in better visibility. The geometric improvements for this intersection consisted ofproperty access modifications, and capacity improvements. The total number of driveways near the intersection was reduced thus eliminating several points ofvehicle conflict. Driveway curb returns were increased from ten feet to at least fifteen feet. Overflow ofthe original left-turn lanes created rear-end vehicle conflicts between the left-turn vehicles queuing onto the through lanes and the through traffic. The additional storage ofthe 􀁤􀁵􀁡􀁬􀁬􀁥􀁦􀁴􀀭􀁾􀁲􀁮 lanes should reduce the number ofthese rear-end conflicts. Likewise, the right-turn traffic on three of the four approaches has been removed from the through traffic flow with the construction ofright-tum lanes. This improvement should also reduce the number of rear-end accidents. Other recommendations from our March 7, 2000 technical memorandum, which were implemented and are not already highlighted above, are as follows: •TEL 972 no 1300 FAX 972 239 3820 Kimley-Horn and Associates, Inc. Mr. Mike Murphy December 18,2000 • A portion of a raised curb island which obstructed southbound vehicles turning right into the driveway at 7+05 was removed to allow better access and traffic flow. • A curve in Belt Line Road was slightly straightened to facilitate smoother traffic flow. Straight tapers instead ofcurved tapers were not implemented for the left-tum lane transitions. The duration ofconstruction might have been reduced as the result of implementing the easier to construct straight tapers. However, the curved tapers will provide better long-term safety improvements. The curved tapers allow slightly more storage length. This additional length could make the difference between a left-tum vehicle being fully protected and a vehicle that encroaches on the through lanes. The result ofthese signalization, signing, and geometric improvements should be an increased level of safety and thus a reduction of accident percentages. . Ifyou have any questions or need additional information, please contact me at 972-7701341. Sincerely, r;;;ORN Brian K. Shewski, P.E., PTOE Kimley-Horn and Associates, Inc. December 18, 2000 Mr. Mike Murphy City Manager Town of Addison 16801 Westgrove Drive Addison, Texas 75001 RE: Safety Review for the Belt Line Road and Midway Road Intersection Dear Mr. Murphy: Per State Farm Insurance requirements, we have reviewed the above referenced intersection with regards to the implementation of safety improvements. The necessary improvements, as shown in the construction documents with modifications from our March 7, 2000, technical memorandum have been implemented. lI!I Suite 1800 12700 Park Central Drive Dallas, Texas 75251 The reconstruction of this intersection improved three areas -signalization, signing, and geometrics. The signalization improvements replaced all of the traffic signal hardware. The old median mounted traffic signal poles were removed and replaced with comer poles with longer mast arms. The removal of the median mounted poles resulted in two primary safety improvements. First, the potential for hitting the median mounted poles was eliminated thus reducing the number of accidents. Second, the target value of the left-turn signage (i.e., the ability to see the signs) was greatly improved by elevating this signage to the mast arm. Finally, the number ofleft-tum traffic signal heads per approach were increased from one to two which resulted in better visibility. The geometric improvements for this intersection consisted of property access modifications, and capacity improvements. The total number of driveways near the intersection was reduced thus eliminating several points of vehicle conflict. Driveway curb returns were increased from ten feet to at least fifteen feet. Overflow of the original left-turn lanes created rear-end vehicle conflicts between the left-tum vehicles queuing onto the through lanes and the through traffic. The additional storage of the dual left-tum lanes should reduce the number of these rear-end conflicts. Likewise, the right-turn traffic on three of the four approaches has been removed from the through traffic traffic flow with the construction of right-tum lanes. This improvement should also reduce the number of rear-end accidents. Other recommendations from our March 7, 2000 technical memorandum, which were implemented and are not already highlighted above, are as follows: II TEL 972 770 1300 FAX 972 239 3820 Kimley-Horn and Associates, Inc. Mr. Mike Murphy December 18, 2000 • A portion of a raised curb island which obstructed southbound vehicles turning right into the driveway at 7+05 was removed to allow better access and traffic flow. • A curve in Belt Line Road was slightly straightened to facilitate smoother traffic flow. Straight tapers instead of curved tapers were not implemented for the left-tum lane transitions. The duration of construction might have been reduced as the result of implementing the easier to construct straight tapers. However, the curved tapers will provide better long-term safety improvements. The curved tapers allow slightly more storage length. This additional length could make the difference between a left-tum vehicle being fully protected and a vehicle that encroaches on the through lanes. The result of these signalization, signing, and geometric improvements should be an increased level of safety and thus a reduction of accident percentages. If you have any questions or need additional information, please contact me at 972-7701341. Sincerely, Brian K. Shewski, P.E., PTOE 12/11/00 MON 08:47 FAX 9722393820 111""1-_n Kimley-Hom IIIIIill.J U and Associates, Inc. Fax Transmittal DALLAS 12700 Park Central Suite 1800 Dallas, Texas 75251 1lSL972-77Q-13oo FAX 972-239-3820 141 001 To:£1K.e tvllJC:EH-+--Y_FaxNo.: Cf72-tlJ!IJ-28s7 Firm/Location: 1§mAJ OEl1-DlJtSOtJ Job No.: _ From; ElJlW 􀀤􀁾􀀯􀀼􀀮􀀮􀁉􀁟􀂷__ Date: _ Original coming 􀁢􀁾􀁩􀁬􀀺 Yes: K No: 0 Ifyou have any problems, please ca11972-770-13oo and ask for: uittnJ 51-fF:.rAs/Cd' Total number ofpages, 􀁩􀁮􀁣􀁬􀁾􀁤􀁩􀁮􀁧 cover sheet: -...3,..L---Comments: This facsimile is intendedfor the addressee named herein and may contain information that is confidential. Ifyou are not the intended recipient or the employee or agent responsiblefor delivery to the addressee, you are hereby notified that any review, dissemination, disclosure, or copying ofthis communication is strictly prohibited. Ifyou have received this facsimile in error, please immediately notify us by telephone, and return the originalfacsimile to us at the address above above via the Us. Postal Service. Thank you. 􀀮􀁾 􀁾 State Farm Mutual Automobile Insurance Company September 5, 2000 Mr. Mike Murphy City of Addison PO Box 9010 Addison, TX 75001 Re: Intersection Grant Funds Dear Mr. Murphy: STATE FARM INSURANCE® Corporate Headquarters One State Farm Plaza Bloomington, Illinois 61710-0001 Please find the enclosed copy of the Phase II grant application for State Farm's Dangerous Intersections Project. A brief summary of the work completed to enhance the safety of the intersection should accompany the grant application. These safety improvements should have been outlined in the Safety Study completed by Kimley-Horn and Associates earlier this year. A licensed professional engineer on Kimley-Horn's staff should also author the summary if possible. If you have any questions, please feel free to contact me. Sincerely, 􀁾􀁾 James T. Kane, P.E. State Farm Insurance Facilities Management Services Jim.Kane.GHCU@StateFarm.com Phone: (309) 766-2343 Fax: (309) 766-0666 c: Deb Wozniak John Werner John Nepomuceno Mike CunninghamHOME OFFICE: BLOOMINGTON, ILLINOIS 61710-0001 12/11/00 MON 08:48 FAX 9722393820 October 17, 2000 Mr. Mike Murphy City Manager Town of Addison 16801 Westgrove Drive Addison, Texas 75001 DALLAS DRAFT 􀁾􀀰􀀰􀀲 RE: Safety Review for the Be".t Line Road and Midway Road Intersection Dear Mr. Murphy: Per State Farm Insurance requirements, we have reviewed the above referenced intersection with regards to the implementation of safety improvements. The necessary improvements, as shown in the construction documents with modifications from our March 7, 2000, technical memorandum have been implemented. The reconstruction ofthis intersection improved three areas -sigmilization, signing, and geometrics. The signalization improvements replaced all ofthe traffic signal hardware. The old median mounted traffic signal poles were removed and replaced with comer poles with longer mast anns. The removal ofthe median mounted poles resulted in two primary safety improvements. The potential for hitting the median mounted poles was eliminated thus reducing the number ofaccidents. The target value ofthe left-tum signage (i.e., the ability to see the signs) was greatly improved by elevating this signage to the mast arm. Finally, the number of 􀁬􀁥􀁦􀁴􀁾􀁴􀁵􀁲􀁮traffic signal heads per approach were increased from one to two which resulted in better visibility. The geometric improvements for this intersection consisted ofproperty access and capacity improvements. The total number of driveways near the intersection was reduced thus eliminating several points ofvehicle conflict. Driveway curb returns were increased from ten feet to at least fifteen feet. Overflow ofthe original left-turn lanes created rear-" " end vehicle conflicts between the left-tum vehicles queuing onto the through lanes and the through traffic. The dual left-turn lanes should reduce the number ofthese rear-end conflicts. Likewise, the right-turn traffic on three ofthe four approaches has been removed from the through traffic flow with the construction ofright-tum lanes. This improvement should also reduce the number ofrear-end accidents. Other recommendations from our March 7, 2000 technical memorandum, which were implemented and are not already highlighted above, are as follows: 12/11/00 MON 08:48 FAX 9722393820 DALLAS 141003 • A portion ofa raised curb island which obstructed southbound vehicles turning right into the driveway at 7+05 was removed to allow better access and traffic flow. • A curve in Belt Line Road was slightly straightened to facilitate smoother traffic flow. Straight tapers instead ofcurved tapers were not implemented for the left-tum lane transitions. The duration ofconstruction might have been reduced as the result of implementing the easier to construct straight tapers. However, the curved tapers will provide better long-tenn safety improvements. The curved tapers allow slightly more storage length. This additional length could make the difference between a left-tum vehicle being fully protected and a vehicle that encroaches on the through lanes. . The result ofthese signalization, signing, and geometric improvements should be an increased level of safety and thus a reduction of accident percentages. Ifyou have any questions or need additional information, please contact me at 972-7701341. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Brian K. Shewski, P.E., PTOE \ \1 ) National List-Phase 2 -Revised GRANT APPLICATION INTERSECTION SAFETY IMPROVEMENTS DUE: November 3, 2000 State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities controlling intersections specified by State Farm up to $100,000 for engineering counter measures that will mitigate high crash and injury risk. The Intersection Operational and Safety Studies completed under Phase One will have identified engineering countenneasures that can result in significant reduction in crashes. This grant is intended to provide funds for engineering improvements which are generally low cost and immediately available identified in the Intersection Operational and Safety Study for the intersection and proposed by the government entity. The study perfonned pursuant to Phase One of this grant should meet the following objectives: 1. Identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection 2. Recommend a set of engineering countenneasure strategies that will address the identified deficiencies. 3. . Conduct an economic evaluation that will identify the costs and benefits ofthe recommended countenneasures. 4. Recommend an immediate and long tenn action plan for implementing the engineering countenneasures. Please provide the following infonnation regarding the proposed intersection improvements: APPLICANTINFORMATION Local Government (Name) row OF ADDISON CIllEF AUTHORIZING OFFICIAL: Name Ron Wbi tehead Title----.:C::..::i;..:t:..Lv----=..:.:Ma::n;:::a:.g""e:::.:r=---_ Telephone Number 972-450-7027 Facsimile Number 972-450-7043 Address (street, city, state, zip code): 5300 Bel t Line Rd. Addison, IX 75240 PROJECT DIRECTOR: Name Michael E. MurphyP.E. Title Director of Public Works 1 Address (street, city, state, zip 􀁣􀁯􀁤􀁥􀀩􀀺􀁟􀁾􀀱􀁾􀀶􀁾􀀸􀀢􀀬􀀭􀀰􀀽􀀭􀁲􀀮􀀮􀀮􀀮􀀮􀀺􀁗􀁾􀁥􀀺􀀺􀀺􀀮􀀺􀀺􀁳􀀺􀀺􀀮􀀮􀀮􀀮􀀺􀁴􀀺􀀺􀀮􀁣􀁧􀀾􀀮􀀺􀁲􀁾􀁯􀀺􀀮􀀺􀀮􀀺􀀮􀁶􀀮􀀮􀀺􀀺􀀺􀁥􀀭􀀬􀁒􀀺􀀮􀀮􀀺􀀻􀁤􀀺􀀺􀀺􀀺􀀺� �􀀬􀀽-􀀭􀀮--,-"_"_"_':_!_,._., _ Telephone Number 972-450-2878 Facsimile Number 972-450-2837 Addison, TX 75001 PROJECTINFORMATION Address ofintersection identified by State Farm for possible eligibility for subject grant: Belt Line Road and Midway 􀁒􀁯􀁡􀁾􀀬 Addison TX . Amount of funding requested: _$'-1_0_0.;..,_0_00_._0_0 _ Please attach a description of the proposed improvements for the above listed intersection. The description should contain sufficient detail to determine that the proposed improvements are consistent with the findings of the report prepared pursuant to Phase One of this program. The award of a grant shall be at the sole discretion of State Farm. State Farm will release the funds upon the certificationofa"professi( )nai engineer that the improvements to the intersection have been completed. The Town of Addi son takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions which arise concerning the intersection design or performance, or concerning the construction, maintenance or management related to the repair or improvements to the Belt Line Rd. and Midway Rd. Intersection. The Town of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the terms and conditions of the grant. ChiefAuthorizing Officer Date i 􀁜􀁊􀁾􀁾􀀧 􀁾􀁾 . /k (Y. 􀁜􀁾􀁾􀁊􀂫􀀢 Please send comPl1 cj􀁜􀁾 '--\J􀁾\.􀁾 􀁾t OJ'-John Werner I ( " 􀀧􀀼􀀢􀀢􀀧􀁾 .. ..no Assistant 􀁄􀁩􀁲􀁥􀁣􀁴􀁯􀁾 \)'< 􀁾 t.#'\' State Farm Insur It,r 􀁾 One State Farm P lI\t'\ Bloomington lilin II 2 Cc... 8050-18-034 CM 97 (449) MH (Beltline RD) Dallas Control: Project: Highway: County: 􀁾􀀻􀀪 I Texas· Department of Transportation P.O. BOX 133067· DALLAS. TEXAS 75313-3607· (214) 320·6100 12000 N. Greenville Ave Dallas, Texas 75243 October 13, 2000 Ali Rabiee: Project Manager 1401 Pacific Avenue Dallas, Texas 75266-7212 Dear Mr. Rabiee: This letter is a written "Notification of Completion" for the above referenced project. The project was completed on October 13, 2000. The Contractor has been relieved of any further responsibilities. Therefore, as of the date of this letter, this roadway is removed from the State Highway System and will revert back to the jurisdiction of the responsible local entity which is the Town of Addison. Please forward this information to the Town of Addison so they are aware that they now assume responsibility for the maintenance of this completed facility. If you have any questions concerning this matter, please contact Pete Garza, P.E., at (972) 479-9747. Sincerely, 􀁾􀁯􀀭􀀿􀀿􀀿􀁃 Larry D. Tegtmeyer, P.E. Dallas County Northwest Area Engineer An Equal Opportunity Employer ) State Farm Insurance Companies August 29, 2000 City of Addison ATTN: Mike Murphy, Director of Public Works 16801 Westgrove Addison, Texas 75001 Dear Mike: S.TA•T,E F.ARM INSURANCE® North Texas Office 17301 Preston Road P.O. Box 799100 Dallas, Texas 75379-9100 Attached, please find the $100,000 grant application you requested. grant application is for the Intersection Safety Improvements for Beltline and Midway intersection. Please complete the application and it to our Corporate Headquarters in Bloomington, Illinois. This the send Good luck with your safety improvements! your efforts. Again, we are pleased to support Please feel free to call me at (972) 732-4827 if you have additional questions. Sincerely, 􀁾􀁾􀁾 Monique Johnson Sr. Public Affairs Specialist CC File HOME OFFICES: BLOOMINGTON, ILLINOIS 61710-0001 Belt LinelMidway .Jelt Line/Quorum Intersection 􀁉􀁭􀁰􀁲􀁾􀀮)ments 􀁊􀁾 􀁾􀁾 . Capital Project Summary May 2000 Project Summary: These projects are intended to 􀁩􀁮􀁣􀁲􀁥􀁾􀁥 the efficiency of the Belt LinelMidway and Belt Line/Quorum intersections by adding dual left turn lanes and free right turn lanes. This is a joint Addison, DART, and TX-DOT project. DART is administrating the design and r.o.w. phase. TX-DOT will be administering the bidding and construction phase. This project is funded with State, DART, and DART/LAP funds. The State and DART funding amounts are fixed. The Town is responsible for all cost in excess oftheir contributions. Funding: Project Estimate Engineering Road Construction Right-of-way Landscaping Total Project Cost $ 87,500 $2,000,000 $380,000 $ 80,000 $1,147,500 Funding Source DART TX-DOT, $500,000, Town (DART/LAP)$100,000 Town (DART/LAP) Town (DARTILAP) ·State Farm has committed to give the Town of Addison a grant for $100,000 to cover a portion ofAddison's share ofthe construction costs. Hurdles: 1. Land acquisition -DART initialized the eminent domain process in order to secure the necessary right-of-way. Addison has completed the process. 2. Relocation of the franchise utilities. On-going process has caused delay in construction progress. 3. Extensive traffic coordination and construction phasing. Schedule: DART's failure to acquire right-of-way has already delayed this project approximately one year. Construction started in January 2000 and has struggled to stay on schedule due to conflicts created by existing franchise utilities. The roadwork is scheduled to be complete in July 2000 pending franchise utility relocation. 1. Complete Intersection Construction: July 2000 2. Start landscape restoration desigri: May 2000 3. Start landscape restoration: july 2000 Design Engineers: Parsons Transportation Group, Inc. Contractor: J. L. Steel Project Manager: JeffMarkiewicz Project Number: None at this time. 15 Intersection Improvements on Belt Line Road at Midway and Quorum February 2, 2000 Summary: . . This project is intended to increase the efficiency of the Belt Line/Midway and . . Belt Line/Quorum intersections by adding dual left turn lanes and free right turn lanes. This project is a joint effort by Addison, DART, andTxDOT. DART has administrated the design and right-of-way phase. TxDOT is administering the bidding and construction phases ofthe project. Progress: Design of the project was performed by Parsons Transportation Group. The project was bid and awarded to J.L. Steel, Inc. for $1,901,500.19 in September 1999. Extensive franchise utility relocation has been underway for months and is nearing completion. IL. Steel has started construction in early January and is expected to be complete in July 2000. In order to minimize traffic disruptions and public conflict during construction the project has been split into two phases. Phase I: Started January 15 and is expected to be complete by March 31, 2000. Existing traffic lanes were re-channelized at each intersection to provide a protected work zone to widen the intersection. During Phase I construction there are no hines of traffic removed or obstructed on Belt Line Road. The only lanes of traffic that will be obstructed by construction is the existing dedicated right turn lane on northbound Midway Road and one of the northbound lanes of Quorum at Belt Line Road. During this phase drive entrances to businesses will be rebuilt to compensate for the paving improvements. Access to each business will be maintained at all times by alternating construction if they have multiple points of access or splitting driveway construction into 2 halves. Each business has been informed in writing of the intersection improvements and plan to maintain access. Phase II: During this phase of construction traffic will be channelized into the new outside lanes allowing medians and inside lanes to be reconstructed. Phase 2 is expected to start April 1, 2000 and be complete by July July 15, 2000. During Phase 2 there will be no lanes of traffic on Belt Line Road obstructed by .construction. ·1be only· lanes that will be revised from· existing .conditions by Phase 2 construction are on Quorum. Currently Quorum northbound has 2 lanes to handle all traffic. In Phase 2 construction there will also be 2 lanes, however one is a dedicated right turn lane. The second modification of existing lanes is Quorum southbound which is currently 3 lanes (a dedicated left and 2 straight). Phase 2 also has three lanes, but they are a dedicated right, straight, and dedicated left. The impact should be minimal. t Project Budget: In both phases of construction strict rules have been established to maintain traffic flow on Belt Line Road. In either phase the contractor will not remove any lanes of traffic and when work is required within Belt Line Road. Work can not be performed during the following hours: 6:00 a.m. through 10:00 p.m. Monday through Thursday 6:00 a.m. Friday through 3:00 a.m. Saturday 9:00 a.m. Saturday through 3:00 a.m. Sunday 9:00 a.m. Sunday through 10:00 p.m. Sunday In addition to letters, construction phasing and special work hours we have met with Metrocrest News to get information to the public about the improvements. The article will be printed February 4, 2000. Following intersection improvements Addison will start a project to restore irrigation and landscaping in medians. Staff is working with Slade Strickland to acquire the services of a landscape architect to design the proposed improvements. The project is being funded by TxDOT, DART and the Town of Addison. Contributions by TxDOT and DART are fixed amounts and Addison is responsible for all excess and any change orders. TxDOT has agreed to pay $1,500,000 for the construction improvements. DART will fund the majority of the engineering for the proje . n is using DART/LAP funds to finance our costs. We have dediCate $1,600,000 f DART/LAP funds to this project for right-of-way acquisition, cons ruc i n and landscape improvements. At this time we have programmed approximately $920,000 and have met all funding obligations to TxDOT and DART. In addition we have applied for a grant of $113,800 from State Farm Insurance. The grant has been approved and will be applied to a $13,800 safety audit and the construction/improvements for $100,000. Major Project Project Funding Addison Town of Addison Expenses Budget Source Budget Amt. paid to date Engineering • $87,500.00 ··DARTrrOA· $5003.09 $5003.09 Right-of-way $293,600.00 TOA $316,576.36 $316,576.36 Legal $23,543.86 TOA $23,543.86 $23,543.86 Signal Equipment $16,148.50 TOA $16,148.50 $16,148.50 Construction $1,901500.00 TxDOTrrOA $450,000.00 $450,000.00 Landscaping $100,000.00 TOA $100,000.00 $0.00 I, ...􀁾 ./TOWN OF ADDISON PAYMENT AUTHORIZATION MEMO DATE: Claim # Check $ JO, :3 50, &--t> /Vendor No. Vendor Name 􀁾􀀬􀁲􀁙􀁤􀁥􀁬􀀱􀀭􀀱􀀭􀁢rn__ tAssoc i (.L..'?J.j.(.L-J...... _ Address j:b]00 Por:k Cebtfc/J £ Dt,·VR .J Address 􀁾􀁜􀁬􀁪 Xv LKaD _ Address D 4 􀁊􀁊􀀮􀀮􀀮􀀮􀁬􀀽􀁃􀁌􀀼􀀲􀁾􀀭􀀫􀁬􀀭􀀭􀁊􀀩􀁾􀁾􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 Zip Code 􀀷􀀵􀁾􀀵􀀱 FUND DEPT OBJ PROJ SAC AMOUNT (00) (000) (00000) (00000) (000) ($000,000.00)00 TOTAL 􀁾 lO) 350.00 ,--0 EXPLANA1l0N Jf!!:!12 <-fE1} 􀁯􀁾􀁑􀀮 .e, .M!7 􀁾􀁴􀀱􀀮J:.£..a.J. -􀁙􀁨􀁊􀀨􀁕􀁾􀁁􀀮􀁦􀀧 (3g1& ."." ,􀁻􀀻􀁾􀀺i,:,',􀀺􀁾􀁴􀁬􀁡􀁣􀁨􀁾􀁥􀁾􀁾􀀺􀁾􀀩􀀺􀀬 •',,::.,.,:'􀀺􀀻􀀧􀁩􀁾􀁈􀀬􀂷􀀻􀁾􀀺􀀧􀀺􀀮􀀺􀀮􀀧􀀺􀀻􀀺� �􀁾􀀬􀁾􀀺􀂷􀁾􀀢􀀺􀀧􀁾 􀀮􀁜􀀬􀁾􀀻􀀾':::'i.::_-􀀺􀁾􀀢􀀮􀀧':'::',' •"., C';":, ',.' , . . :. . . .. ".' : .: TERMS OF REFERENCEFOR '. -. .:. .. ..INTERSECTiON 􀁏􀁐􀁅􀁾􀁔􀁩􀁏􀁎􀁁􀁌 AND 􀁓􀁾􀁔􀁙 STUDIES .. . . " 􀀮􀁾 . . ... . ." .' . ..".:.:.." "" .... 1. 2. 3. 4. To identify the road engineering.deficiencies that are contributing to a high crash risk at the subject intersection. . .' To recommend a set ofengineering countermeasure strategies that 􀁾􀁬􀁬 address the identified deficiencies.· . To conduct an economic evaluation that will identify the costs and benefits ofthe recommended countermeasures. . To recommend an immediate and long term action plan for implementing the engineering countermeasures. Required Study Procedure..,,.s: 􀁾􀀮 The study shall consist ofthe following Phases: ... Phase 1: Quantitative Intersection Analysis This 􀁰􀁨􀁡􀁳􀁥􀁳􀁾􀁡􀁬􀁬 consist ofthe folloWing tasks: Task 1: 􀁾􀁥􀁯􀁭􀁥􀁴􀁲􀁩􀁣 Analysis . Review the existing intersection geometry and check for any characteristics that may be contributing to a high crash risk. Include a check ofsight distance, turn radii, horizontal and vertical alignment, signal visibility, pavement marking, clear zone, pedestrian and transit facilities, and any 􀁯􀁴􀁨􀁾􀁲 relevant geometric features. Task 2: Crash Data Analysis' Review police crash data and identify all relevant patterns, including spatial and temporal characteristics, weather, pavement, and light conditions,. crash types, contributing causes, . and 􀁡􀁮􀁹􀀮􀁾􀁴􀁨􀁥􀁲 crash characteristics. Analysis to include the last three years of available . data. . Task 3: Traffic Conflict Analysis Conduct a detailed traffic conflict survey. Observe, 􀁲􀁥􀁣􀁯􀁲􀁾 and analyze all conflicts using trained and qualified observers. The traffic conflict survey is to be conducted according to the Traffic Conflicts Conflicts Procedures Manual, 2nd Edition (November 1996) prepared by Hamilton Associates for the Insurance Corporation ofBritish Columbia. A copy ofthe manual can be obtained from State Farm or from Hamilton Associates at 604-684-4488. Analyze the conflict data to determine the causes behind the conflicts, temporal and .. ......􀁾􀀢􀀬 " . -d .. .•.. . . .:. Nalion"ai 􀁌􀁩􀀮􀁾􀀯􀀮􀀺􀀮􀀧􀁰􀁪􀁬􀁡􀀮􀁜􀁾􀁥 i .. ". .-..... ." GRANT APPLICATION . INTERSECTION SAFETY STUDY . . DUE: SCl,tcmhcr30,1999 .. ..... For Infernal use'only:. -.. '.. 􀁄􀁡􀁴􀁥􀀮􀁁􀁰􀁰􀁬􀁩􀁣􀁡􀁴􀁩􀁯􀁮􀁾􀁥􀁣􀁥􀁩􀁶􀁥􀁤 _ .Application 􀁾􀀱􀁊􀁭􀀮􀁢􀁾􀁲􀀺􀀽 ..;....._._..:....,;._....:. State Farm Mutual Automobile 􀁩􀁮􀁳􀁾􀀢􀁲􀁾􀁮􀀧􀁾􀁥 Company (State Farm) is making available to governmental entities up ''to $20,000 for Intersection Operational and Safety Studies for specific intersections identified by State Farm pursuant to its research. Following completion of the study, additional funds (up to $100,000) will be available under a separate grant for repair or improvements meeting the objectives ofthe Intersection Operational and Safety Study. Studies performed pursuant to this grant shall include the following objectives: 1. To identify the road engineering deficiencies that are 􀁣􀁯􀁮􀁴􀁲􀁩􀁢􀁵􀁾􀁩􀁮􀁧to a high crash' -risk at the subject Intersection ._. ." __ a • 2. To recommend a &,et ofengineering countermeasure strategies that will address the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits ofthe recommended 􀁣􀁯􀁵􀁾􀁴􀁥􀁲􀁭􀁥􀁡􀁳􀁵􀁲􀁥􀁳􀀮 4, To recommend an immediate and long tenn action plan. for implementing the engineering countenneas.ures. . Please see Attachment A. for a complete description ofthe type ofstudy eligible for such funding. Please provide the following information regarding aproposed study: APPLICANTINFOR1l1ATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name Ron. Whj tehead 􀁔􀁩􀁴􀁬􀁥􀀧􀁟􀁾􀁃􀀮􀁊􀀮􀀮􀁩.J<.t: j..y_Ml:!1i:LaDu.􀁁􀀮􀁡􀁾􀁧􀁳􀀺􀀻􀀮􀁥􀀮􀀮􀁌􀀮􀀮􀁲__......--__" FacsimileNumber9721450-7043 5300 Belt Line Rd Address (street, city. state, zip code):, -------------TelephoneNumber 97 2 1450-7000 Addi son,-Texas 75240 PROJECT DIRECTOR: Name John Baumgartner :ritle Public Works Director I'.. . • 􀀬􀁾• " . . Address (streetJ citYJ·stateJ zip code):" 16801 Westgrove Dr. Addison. Texas 75001 .. '. ..: ': -,. 􀁾 .' ·PROJECI'iNFORMATIQN.. .' .. " Address ofintersection identified by State Farm for possible eligibility for subject want: Beltline and Midway . Amount offunding requested:.. :$13;,'80 O' . . Name ofConsultant: Kimley Horn 􀀦􀀮􀁁􀁾􀁳􀁯􀁣􀀢 ----_...• Please attach a description oJthe proposed study for the"above listed intersection.' The description should contain sufficient detail to determine that the proposal meets the criteria described in Attachment A to this application. State 􀁆􀁾 will release the 􀁦􀁵􀁮􀁤􀁾 upon its confirmation that 􀁾􀁨􀁥 proposed study is consistent with the terms ofreference criteria described in Attacmnent A The award of a grant shall be at the sole discretion ofState Farm. Studies must be completed within six months of approval ofthe grant proposal by State Farm. The City of Addison' agrees that it shall provide a copy ofthe completed Intersection Operational and Safety Study report pursuant to this grant to be used for State Farm's research purposes. The City of Addison take; full responsibility for and agrees to indemnify State Farm for any expenses for any and aU claims or actionsJwhich arise concerning the 􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁣􀁴􀁩􀁯􀁾 and subsequent highway usageJ maintenance and management related to the Beltline and Hidwarntersection: Please send completed form to: Jo1m Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Dlinois 61710 DUE: September 30J 1999 Date ' The City' of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the tenns and conditions ofthe gr.ant. . .􀁾 􀁋􀁥􀀭􀀭􀀭􀀭􀁬􀁾􀁾 Chief Authorizing Officer 9-/7-fJ7 .... • .' lJ . '. .' .." .":....􀀧􀀺􀁾􀀢􀀮 􀀢􀁾 . . . .: " '".' .' , . :, .. spatial 􀁤􀁩􀀧􀁾􀁴􀁲􀁩􀁢􀁵􀁴􀁩􀁯􀁮􀁳􀀬 as 􀁾􀁥􀁬􀁾 as 􀁴􀁨􀁾 􀁾􀁣􀁩􀁳􀁴 􀁾􀁥􀁶􀁥􀁲􀁾􀀧 and 􀁨􀁾􀁾􀁾􀁤􀁯􀁾􀁳 􀁾􀀧􀁮􀁦􀁬􀁩􀁾􀁴􀀧􀁩􀁹􀁰􀁥􀁳 􀁾􀁓􀁩􀁾􀁧􀀺􀀧􀁾􀁾􀀺􀀧􀁾􀀺 .,:" ..' 􀁮􀁵􀁾􀁥􀁲􀁩􀁣􀁡􀁬 scale. Relate the 􀁾􀁯􀁮􀁦􀁬􀁩􀁾􀁴 findings to the crasli data analysis. '" j':' ... .": ,:: ,,' . '. . . .. . " .. . ., , , '. Task 4: Capacity Analysis : " ' 􀁃􀁯􀁮􀁤􀁵􀁾􀁴 􀁴􀁴􀁩􀁭􀁩􀁾􀁾􀀺􀁾􀁯􀁶􀁥􀁩􀁮􀀧􀁥􀁮􀁴 tramc 􀁾􀁾􀀩􀁬􀁩􀁾􀁴􀁾􀀧 ior-th.e 􀀧􀁭􀁯􀁾􀁮􀁧􀁾 􀁾􀁤􀁤􀁡􀁹􀀬..􀁡􀁮􀁾 􀀧􀁡􀁦􀁴􀁥􀁲􀁮􀁯􀁾􀁾 􀁰􀁾 .. periods. Review the signal timing and phasing plan. Analyze the intersection capa"city and le,,:els ofservice per movement using the Highway Capacity Manual 􀁰􀁲􀁯􀁣􀁥􀁤􀁵􀁲􀁾􀀮 Include a review ofbus and pedestrian operations. Review efficiency, delays and " queuing, from a safety perspective to detennine the interrelationship between capacity operations and safety performance.'-, . . Task 5: Human Factors Analysis . ' ·Observe and analyze driver ·behavior at the 􀁉􀁮􀁴􀁥􀁲􀁳􀁾􀁣􀁴􀁩􀁯􀁮􀀬 and the relationship between the ' . existing geometric characteristics and driver perceptions ofthe intersection. Measure approach speeds, review 􀁴􀁨􀁾 visual environment (including directional and regulatory signing, landscaping, land lise, and backgrounct"distractions) from the perspective ofthe driver. . Phase 2: Identification ofDeficiencies , Using the results ofPhase 1, clearly identify the engineering characteristics ofthe Intersection that are contributing to a high' crash risk,. Clearly relate each identified deficiency with the measurable features that were analyzed in Phase 1. All identified deficiencies shall be supported by the quantitative analysis. Phase 3: Development of Countermeasures Develop a set of engineering countermeasures that will mitigate the deficiencies Identified in Phase 2. Clearly relate each engineering countermeasure with the specific· deficiency that will be addressed.. Develop both low 􀁣􀁯􀁾 readily implementable countermeasures as well as longer term, potentially more costly solutions. Clearly demonstrate the effectiveness ofthe countenneasures in addressing the identified deficiencies, by providing quantitative, empirical evidence ofeffectiveness. White engineering countermeasures' are the focus ofthis study, enforcement efforts that, may be effective in reducing the crash risk should also be identified whenever possiqJe. The need for additional enforcement should be supported by quantified driver behavior characteristics, such as speeding, red light running, and aggressive weaving nane changing. Phase 4: Economic Evaluation Conduct an economic evaluation ofthe recommended engineering countermeasures by clearly quantifying the expected countermeasure effectiveness in terms ofcrash · . 􀁲􀁥􀁤􀁵􀁣􀁴􀁩􀁯􀁾􀀻 the 􀁡􀁶􀁥􀁲􀁾􀁧􀁾 􀁾􀁯􀁾􀁩􀁥􀁴􀁾􀁩 and 􀁴􀁹􀁰􀁩􀁾􀁡􀁬􀂷􀁩􀁮􀁳􀁾􀁲􀁡􀀺􀁾􀁾􀁥 "claim 􀁶􀁡􀁬􀁵􀁾 ofthe 􀁳􀁡􀁶􀁾􀁤􀂷􀁣􀁾􀁨􀁾....--"':." and the countermeasure implementation cost Account for the estimated proje.et life of", . the engi.neering 􀁣􀁯􀁵􀁮􀁴􀁥􀁾􀁥􀁡􀁳􀁵􀁲􀁥􀁳􀀮 8!1d apply an appropriate discount rate in the. ,', calculation ofthe costs and benefits: Calculate.the safety benefit to cost ratio ofthe 􀁣􀁯􀁾􀁮􀁾􀁥􀁲􀁭􀁥􀁡􀁳􀁵􀁲􀁥􀁳􀀮 from 􀁢􀁯􀁴􀁾 􀁾􀁨􀁥 ·average.societal and typical insurance cos.t pe.rSpeetives... . Accoun.t.fC?r cra.sh severity in"this 􀀮􀁾􀁮􀁡􀀬􀁬􀁹􀁳􀁩􀁳􀀮 both in terms ofthe value ofthe anticipated crash reduction and the expected crash characteristics after implementation ofthe . .. countenneasures. In addition. determine and quantify whenever possible the non-safety impliCations ofthe engineering countermeasures, such as impacts on capacity, accessibility, and land use. Clearly identify the tradeoff's involved in implementing the engineering countermeasures. Phase 5: Action Plan .Using the results ofPhases 1 through 4, develop an Action Plan for the implementation of .. countenneasures at the intersection to reduce the crash risk. The Action Plan shaJl.c1early .' identify a set ofimmediatelyrimplementable countermeasures that are achievable at relatively low cost, as well as a set of longer-term countermeasures that may require capital cost programming. The associated benefits and costs at every stage ofthe Action Plan should be clearly 􀁳􀁵􀁭􀁩􀁮􀁾􀁩􀁺􀁥􀁤􀀮 . .. Phase 6: Documentation ADraft Report clearly documenting all the study procedures, assumptions, findings, calculations. and recommendations shall be prepared. The Draft Report shall be clearly organized according to the sequence ofPhases 1 to 5 as described above The Draft Report shall contain figures, tables, and photographs to succinctly summarize and support the key findings ofthe study. as well as an Executive Summary. The Draft Report contents shall be presented to the [City/County/governmental unit] at a fonnal project review meeting. Upon reviewing the contents ofthe Draft Report, the city will provide comments on the contents. AFinal Report incorporating the [City/County/governmental unit]'s comments shall then be prepared.. Stakeholder Consultation: The stakeholders that are to be consulted during the course ofthis study are the road .! agencies that have jurisdiction over the subject intersection, and the police force that has jurisdiction to enforce traffic and record crashes at the intersection. The road agencies are to be consulted and provided with project updates at least twice prior to the Submission ofthe Draft Report: early in Phase One. and at the end ofPhase Three. A· third meeting with the road agencies will occur at the presentation ofthe Draft Report. The police are to be consulted during Phase One ofthe study. . : .. ., -. -:. Study 􀁓􀁾􀁣􀁨􀁥􀁤􀁵􀁬􀁥 .. : -' The study is to be completed to the Draft Report stage within one month ofauthorization being receiyed to proceed.. .. . . . _ ..... 􀁾 .... . . . . .. .. . .' . " Consultant's Proposal: . ." .. .. Consultants who are interested in submitting a.proposal to complete this study sh6iild clearly demonstrate their skill and experience in conducting similar studies. The proposal shouldinclude:.· o' -. X The consultant's understanding ofthe study.requirements (1 page or less). X The consultant's work 􀁰􀁬􀁡􀁾 clearly indicating the procedures to be used to complete each ofthe identified phases and tasks. Indicate the key milestones, deliverables, and meetings with the stakeholaers (5 to 10 pages). X .The consultant's proJeqt team. clearly ideqtjfying the Project Manager, arid the relevant experience of'1he team members (2 to 3 pages).. Generic resumes may be included in an Appendix. . . X The consultant's recent-experience on similar projects, with project descriptions and reference names and felephone numbers (2 to 3 pages). Project sheets may be included in an Appendix. o X The consultant's schedule for completing the Study (2 pages or less). X Summary ofthe advantages and special features offered by the consultant's proposal (1 page or less).. '. After the. Table ofContents, the consultant's proposal should not exceed 20 pages, including aU diagrams. figures and tables. Appendices can be additional, but may not necessarily be reviewed. The proposals will be evaluated on the basis of: .X Understanding ofthe assignment (15%). X Thoroughness ofthe WorkPlan (40%). 0 X Composition ofthe Project Team. and 􀁥􀁸􀁰􀁥􀁲􀁩􀁥􀁾􀁣􀁥 on similar projects (20%) X Quality and effort inherent in the proposal (15%). . o. X Innovation and value-added offered by the proposal (10%). 10/13/99 20:05 FAX 817 430 0343 I JL STEEL PM 141 01 ( October 12, 1999 TO: Mr. Pete Garza, P.E. -TxDOT Fax 972-235-8667 Mr. Mike Tanner, P.E. -MICA Fax 817-847-6831 Mr. Mike Miller -Mica Fax 817-428-0577 Mr. JeffBryan-Durable-Fax 972-780-7411 Mr. JeffMarkiewicz -Town ofAddisson -Fax 972-450-2837 Mr. Robbie Robinson -JLSI From: Chuck Shive -JLSI RE: TillOr Dallas County Beltline Rd -CM 97 (449) Coordination ofSignalization We have scheduled a meeting to coordinate the installation ofthe Signals on this project. The time for the meeting is Thursday, October 14, 1999 at 10:00 a.m. The meeting is to be held at the Town of Addisson's conference room -16801 Westgrove (NE comer ofAddisson airport). For directions call 972-450-2871. If! can assist with anything, please contact me at 817-430-2410, extension 204 or mobile /817-819-4823. lllanks. Chuck Shive 􀁾􀁴􀀺 File Skill, Jllregricy &: Re!ipOnsibiliry P.Ol TxDOT SW AREA OFFICE '1"/". Fax :972-235-8667 Oct 5 1999 15:20 􂀢􀀭􀀭􀁉􀁉􀁉􀁉􀁉􀀡􀁉􀀡􀁉􀁉􀁉􀁉􀁾􀀭􀁾􀀮 "',-,----􀁾􀀮􀀧􀀬 􀀮􀁾􀀬􀁾 ). 􀀪􀁾􀁾􀁾􀁾􀁾􀁾􀀪􀀪􀀪􀀪􀀪􀀪􀁦􀁴􀀪􀀪􀀪􀀪􀀪􀁾􀀮􀀪􀀪􀀪􀀪􀀪􀁾􀀪􀀪􀀪 􀀪􀁾􀀪􀁾􀀪􀀪􀀪􀁾􀀪􀀮􀁾􀀪􀀪􀀪􀁾􀀪􀀪􀀪􀁾􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀀪􀁾􀁾􀀪􀀪􀀪􀁾􀀪􀁾􀀮􀁾•􀁾.􀀪􀁾 it.:' .*'.1... DIV.6 'Ir,T.E,. X'.A...S. * CH 97,(449) . • SsEE. T .• * 􀀪􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭 􀀭􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀁟􀀭􀀭􀁾􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀮 * 􀁾 .DALLAS COUNTY * HWY 􀁂􀁅􀁌􀁔􀁾 *eoNT 8050-18-34 * * 􀀪􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀁟􀀭􀀭􀀭􀀭􀀭 􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀁾􀁾􀁟􀀮 * 􀁾 * 􀁇􀁅􀁾􀁬􀁬􀁾 NOTES AND 􀁓􀁐􀁅􀁃􀁉􀁆􀁉􀁃􀁾􀁔􀁉􀁾􀀺􀁎 DATA-7 􀁾 , * 􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀻􀀭􀀭􀀭􀁾􀁾� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 􀀮􀁾 '* .: 􀀮􀁾 ... .1,c ITEM: ,680...L._c.oJ{TID .' . ;...􀁾􀁾􀀢􀁢 􀁾􀀺 " 􀀬􀁾􀀺􀀧􀀺 􀁾􀀧􀀮􀀢 ..•..: '!f 􀁾􀀮􀀺 '.i" ; 􀀮􀁾􀀮 􀁜􀁾􀀼􀀺 .'ii ;:.. .􀀧􀁊􀀮􀁾􀀺􀀺. ..􀁾􀀮:" . ,'If 􀁾 􀀧􀁾􀀧􀀮 ,.r' • .... . DARTITY· : '..,' 􀀧􀀮􀁾􀁾􀀺􀀧􀀺􀀧􀀺􀀧 ,..... 'I: ,... .. 􀀮􀁾􀁴􀀺 ... t·· if ' :*. .•.. 􀁦􀁩􀀱􀀮􀀺􀁾􀀨􀀺􀀺􀀺􀀺 􀀧􀀺􀀧􀁾 rz A 50-􀁾 􀁾 ::' . . , ..r,',...::',.:,•:•,i.,..;::·..:.:....':.·. .•;::,.·..•.:..:..:.:.􀀬􀀮􀁾􀀻.'.•...􀁩􀁴􀀻􀀮􀀧􀁾􀀺􀀬􀁾􀀻􀀮􀂷..:..0..·...􀀧􀀮 􀁾!?L;..􀁾􀀪..".... .\..􀁾􀀬􀀮􀀻 􀁾 t 􀁾...: . '.'" ," 􀀮􀀢􀁾 .!;": .\'. . •• ".. ",. '., ' " '. '.., • . .... To» • 􀁾 􀀮􀀬􀁾􀁾􀀬􀁾 .•!lIi."io •.􀀻􀁾􀀮􀀬....􀀬􀀮􀀺􀀮􀁴􀀮􀀡􀁊􀀬􀀻􀁬􀀮􀁾􀀮􀀧􀁪􀀮 1."""4' .h.JIl) ';' •.• ,••1. 􀀢􀀢􀁾􀀨􀁩􀁏􀁉 ,J:itUi.... t. ,I" ...... ,J;' ..,.' ·..1,. I ,.,p iif..,;..!1Q'{';' .t., ,. ".' .. 􀀧􀀻􀁉􀁦􀀺􀀺􀀧􀀧􀁾 􀀻􀁾􀀬 :::" 􀁾 􀁾 􀁓􀁒􀀳􀁾􀀬􀀮 u:.;. '" ":'.' , rr<.'" il'a<'" 'rr:' }." ..-(. ,.. ;.. ' ", " EA '.'. 􀁾􀀺􀀨􀀮􀁾􀀮􀀮􀁩􀀬􀀮􀁩 .' 􀁾 .ri·, 􀀢􀀧􀀺􀀮􀁾 :.;.:; . .. ;.r;.: '* I 1"""'•.0\ I ••' ...􀁾􀂷 " ."'''''iJ. '.", .': 􀁾􀁩􀁉􀀮􀀮 \f,... 􀀬􀀮􀁾.. '. .' " 􀀮􀁾􀁾.. ,,\o•• w.... 􀀮􀁾.. ;,.:::' ". :r,J'R ,'." :',,' ," . .,,. .' ..·.'t"':.}.;;., . ,." ol 􀁾􀂷􀁷 ..:; ";' ',:,r .; ',' . ':. ;' . : oJ • 􀀢􀁾􀁮 '", '" . r 11. . t··... '. 􀀻􀁾􀁜􀀺􀀮􀁾 􀁩􀁾􀀻􀂷􀁲􀀻􀁾􀁎􀀻􀀮􀁾􀁉􀀮 '.: .'.' i.. oj 􀁪􀁾 􀁾􀁾􀀻􀀧􀁩􀀮􀀻 􀁦􀂷􀁬􀁾􀁳􀂷􀁦􀀮 􀁾􀁆􀀱􀀱􀂷􀁈􀁁􀁦􀁅􀁒􀁴􀁵􀀮 .. ' '. .,'".,. ; ! 􀀮􀁾􀀮􀁾􀀬􀀮􀁾􀀺􀀮􀀺 , 􀁶􀁴􀁾􀁩􀀮􀀧 􀀬􀁾 .. ;􀁾􀁾􀀿.􀀺,...􀀮.􀀧.:􀁾::. 􀁾􀀬􀀮􀀺􀀻.. , 􀀻􀁾􀁩􀂷.􀁾 '. FURNISHED 􀁾􀀬􀀡􀀢􀀬􀀧􀀻 􀁭􀀮􀀨􀀮􀀬􀀻􀀮􀀺􀀮􀀬􀁾􀀮􀀺􀀮􀀺􀀮􀀧􀀮􀁾􀀮􀀺.􀀬􀀮.􀀬􀁾 '. .O.F 􀁾􀀬􀁾􀀮􀁾􀁾􀀬SON " ;p.•.:)., 􀁾 ·i·.:..􀁾􀀺􀂷􀂷􀂷􀁾􀂷􀀬􀀮􀁾 ",:.:.[)... ,:: ..:..'. t 􀁾 􀁾 􀁾􀁉 􀀮􀁲􀁾.. 􀁓􀁙􀀡􀀡􀁬􀁴􀁊􀁾􀂷􀀡 '..':.H.:" •...... . 1 . 'h.. 􀁾􀀮􀀺􀀮 '.. 􀀧􀂷􀁾􀁬􀁾􀀺􀀺 \ .t".l., ;;... ". ". . 0' 􀀮􀁾􀀮􀁾 \X .: 􀁾􀀧􀀮 , 􀀧􀁾􀁬􀁾 '!to,' ::. 􀁾􀁴􀀺􀁦􀀮􀀮 􀁾􀀮􀀮 " .... 􀁐􀀮􀁾􀁓􀁾􀁉􀁐􀀺􀁲􀁬􀁰􀁎 CC.'.''1i;;,:··.' 􀀬􀀺􀁾􀁉􀁔 􀀧􀀢􀀬􀁑􀁾􀁾􀁾􀁔􀁙􀀮 􀀢􀀧􀁾 :;.' . 􀀺􀀭􀀮􀁣􀀧􀁾 ..•. '. '. .., .*. . 􀁾􀀬􀀮 "-.f·· ,.:,.; 1" '. 1.!;.f';. ; 􀀧􀁾􀀢􀀮􀀧 ..•􀀭􀀺􀁾􀀮 .' '. " . . *.: . .􀀧􀁾 OPTICOH CABLE"")i:-: 􀀢􀀧􀁾 . ';. :: .' LF '. 􀀢􀁾􀁾􀀤􀀮􀁑􀀻􀀧􀀮􀁾􀀧 .... 􀁾 iF., 􀁾 􀁾 :.. dp'tlCOK 􀀺􀁄􀁅􀁔􀁅􀁣􀀺􀁲􀁏􀁩􀁾􀂷􀀺􀁷􀁩􀁈􀁏􀁕􀁎􀁴􀁴􀁎􀁇􀂷􀀧􀁪􀁾􀁃􀁋􀁅􀁾 􀁓 EA'8 iF 􀁾:r, * 􀁾􀁾􀀬 􀁏􀁐􀁔􀁦􀁾􀁏􀁈 HODllLS.S (2 CHANNEL)' EA'4 ,,'. " 􀁾􀀮􀀬􀀬􀀺􀀧􀀬 OPTICOM CARD lACK Arm HAJlNESS tA 2 . 1t:.. . . . ' 􀁾􀀺..:.:'.". 􀁾􀁅􀁩􀁴􀁾􀁴􀁩􀁅􀀧 􀁳􀁩􀁇􀁎􀁊􀀮􀀯􀁾􀁾􀁾􀁴� �􀁉􀁾􀁎􀀬 􀁤􀁾􀀻􀀧􀀮􀁉􀁾􀁾􀀻􀂷􀀧􀀻􀀢􀀧􀀺 '..... ' ,.. EA' .:. 􀁩􀀲􀀵􀀻􀀧􀁾􀁌 ...• * .':' . . 􀁂􀁾􀀴􀀡􀁾__ 􀀨􀀱􀀲􀀺􀀺􀁉􀁾􀁾􀀮􀀨􀁾􀀮􀁾􀁅􀁃􀁔􀁾􀁏􀁎􀁾􀀮􀀨􀀮 􀁓􀁈􀀢􀀻􀁾􀀺􀁉􀀺􀀧 .,': 􀀬􀀺􀀭􀁾􀁁 . 􀀬􀂷􀀺􀁾􀀢􀁴􀀨􀀻􀁾􀀺 'n::: 􀀺􀀧􀀺􀀺􀁾􀀺􀀧􀀢 is:-'sieuUTE (12:1j)'(4' 􀁓􀁅􀁤􀁩􀀨􀀩􀁾􀀩􀀧􀁮􀀺􀁾􀁾 􀀮􀁾􀁪􀁬􀀢􀀮􀁾􀀬􀀺 ... '. 􀁾􀀧 ""u '5.' .: .....;:. 􀀢􀁾􀁩􀀧􀀮 􀁾􀁾.•: '.. 􀁾􀀧 ..... '" 􀀢􀀮􀁾􀀻􀀧􀀮􀀧􀀻􀁬􀁬􀀮 , : .. ', . 􀀧􀁉􀁉􀁾􀁉􀀢􀀺􀀧􀀺􀁾􀀧􀁻􀀧􀀢 . • 'l:': '·:.. !:j··:S :.;;,' L 􀁾􀀻􀀻􀁾 􀁾􀁴􀁲􀁴􀀺􀀱􀁜􀀢􀁪􀀮􀀺􀀬􀁽􀀮 i:(! .. 􀁾􀀧.. ',:"::'.' 􀀬􀁾􀂷􀀬􀀺..p.EbES'i'RIANSiGNAL··SEC TrON.:··..􀂷􀁾􀀺􀀡􀁾􀀺􀀺􀀺􀂷..·.. \,·:... ;....􀂷􀀻􀂷􀀺􀀮􀀬􀁾􀀬􀂷􀂷􀀺􀀡􀁁 .,; .16." . *;'...... 􀁾 I!.,"'., ..i ..···, I' ". " ·.v ..􀁾􀀮􀀢􀁗􀁬 .... • • ..,:••• , .....,··: ..·1..1••••• . :•• ' .....􀀧􀀮􀁾 '., .' ".. 􀀧􀀮􀁾 ':,";:'.:' 􀁻􀀻􀁾 􀁴􀁏􀁎􀁉􀁩􀁏􀁌􀁌􀁩􀁩􀀧􀀬􀀮􀁁􀁾􀁾􀁾􀁾􀁌􀁹..􀂷􀁣􀁯􀁾􀁩􀁅􀁔􀁾􀁇􀀧􀁾􀁾􀁾􀁁􀁾􀀺􀀺 ,.>:.. :''';'. .....:;-EA" '.' 􀀺􀂷􀁙􀀻􀀧􀁾􀁩􀁾􀀮􀀺􀂷􀁦􀀮􀀨􀁽􀁾 t::.. .If ..:. 􀁾􀀧􀀺􀀺􀀮 '., '·· ..CABINET· AND" ACCEssoaiES ".' 􀀮􀁾􀀱􀀺 ' , ." .*.,-: " . ... '., j':' . . .' Y' " I'" ' . , ". 􀁾 \: 􀁾􀁬􀁗􀀧􀁐􀁉􀁃 SIGNAL.·.POLE ASSY 􀁗􀁉􀁔􀁾 .,ANCHOR .BOLTS .' EA 8 􀁾 . 􀀧􀀮􀁩􀁾􀀢􀁟• • ••••r:t:,:-􀁾􀀮 􀀺􀁾􀁐􀁅􀁄􀁅􀁓􀁔􀁬􀁬􀁉􀁁􀁎 PUSH "BUTTON/SIGN . EA 16. * :1.::.; '. • * .' 􀀩􀁾 CONTINUOUS BARE OR GREEN INSl1LATED, COPPER' WIRE' NO.8 OR LARGE.R: 􀁓􀁾􀁌 􀁾 􀁾.. INSTALLED IN; BYBRY PVC. 􀁒􀁍􀁾 ..􀁾 .􀁐􀁾􀁆􀁃 .'m.OUGHOU'l' THE 􀁅􀁾􀀡􀁃􀁴􀁬􀀺􀁬􀁾􀁾􀀺􀀺􀁩􀀤􀁬􀀧􀁓􀁔􀁅􀁋 * .-􀀮􀀧􀁁􀁃􀁃􀁏􀁒􀁄􀁁􀁎􀁃􀁾􀀺􀂷􀁗􀁬􀁔􀁈􀀻􀂷􀀮 THE 􀁅􀁌􀁅􀁃􀁔􀁾􀀺􀁾􀁾􀁾 .J;)ETAIL ..SHEE'l;'S. ANI> THE ·LATEST.. * ." . . . * 1'0' 􀁾􀁾 􀁓􀁐􀁅􀁃􀁉􀁆􀁉􀁾􀁔􀁉􀁏􀁎 DATA * 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀁾􀀭􀁾􀀭􀀬􀁾􀀭􀀭 *• 06/21 SHEET. V 􀁾 I • 􀁾􀁾􀁾􀁾􀀷 * 􀁾••*"'**.***.***••**iI****..r*****'ft*l'c*************'*•••*..........􀁾􀀮􀁌􀀺􀀦􀀺 ..............,.;.•.••••• ':l. ,-PUBLIC WORKS DEPARTMENT 􀁾􀁾􀁾􀁟􀁾􀁍􀁾􀁾􀁉􀁬􀁬􀁉􀁉􀁉􀁉􀁉􀁬􀁉􀁉􀁉􀁬􀀡􀁉􀀡􀁾􀁾􀂮 Post Office Box 9010 Addison, Texas 75001-9010 September 17, 1999 Mr. John Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington, Illinois 61710 Re: State Farm Grant Application Dear Mr. Werner: (972) 450-2871 16801 Westgrove The Town of Addison is pleased -to. be given an opportunity to participate in State Farm's Intersection Grant Program to make improvements at 􀁴􀁉􀁜􀁾 intersection of Midway Road and Belt Line Road. We have been working over the last few years to implement extensive improvements that are now only months away from starting.. We would like to apply the available grants from State Farm to the current project and produce an immediate return on your investment. . 􀁾􀀮 The Town of Addison in conjunction with the Texas Department of Transportation hired the services of a traffic consultant (Barton-Aschman Associates) to study the existing intersections of Midway Road at Belt Line Road and Quorum Drive at Belt Line Road. Based on the study completed in 1989, it was determined that the greatest improvements in capacity short of a grade separated intersection would be achieved by constructing additional tum lanes on Belt Line and Midway. The proposed improvements provide dual left tum lanes, three (3) through lanes and an exclusive right tum lane at each side of the intersection except west bound Belt Line which will have no exclusive right tum lane. I have included a copy of the study and proposed intersection plan from the current construction documents. These improvements will increase the intersection capacity, reduce delays, and improve factors that have contributed to accidents in the past. At this time, all design, right-of-way acquisition, and bidding has been completed. The construction cost for the intersection improvements determined by a competitive bid process is $1,901,500.19. In addition, an excess of $400,000 was invested in engineering and right-of-way acquisition. The costs for this project have nearly tripled during the last ten years. The Town of Addison believes that State Farm can have a productive role in implementing these improvements by applying all of the available grant monies towards the construction of these improvements. This grant would allow us to proceed with construction and eliminate any further delay. Attached is a completed grant application for $120,000 to be applied toward the construction of the needed intersection improvements. Thank you for your support of this project. Please feel free to call me at 972/450-2871 if you have any questions or need additional information. Sincerely, 􀀯􀁣􀁦􀁲􀀭􀁫􀁾􀁩􀀺 Jeff Markiewicz . Project Manager Attachment .. '. National List-Phase 2 For Internal 2Istf only: .. Date Application Received _ .GRANTAPPLICAnON INTERSECfION SAFElY IMPROVEMENTS . Application Number: DUE: July 1,2000 .. State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities controlling intersections specified by State Farm up to $100,000 for engineering counter measures that will mitigate high crash and injury risk. The Intersection Operational and Safety Studies completed under Phase One will have identified engineering 􀁣􀁯􀁵􀁮􀁴􀁾􀁲􀁭􀁥􀁡􀁳􀁵􀁲􀁥􀁳 that can result in significant reduction in crashes. This grant is intended to provide funds for engineering improvements which are generally low cost and immediately available identified in the Intersection Operational and Safety Study for the intersection and proposed by the government entity. The study performed 􀁰􀁵􀁲􀁳􀁵􀁾􀁮􀁴 to Phase One ofthis grant should meet the fonowing objectives: ) . 1. Identify the road engineering deficiencies that are contributing to a high crash risk at the subject 􀁩􀁮􀁴􀁥􀁲􀁳􀁾􀁣􀁴􀁩􀁯􀁮 2. .Recommend a set ofengineering countermeasure strategies that will address the identified deficiencies. 3. Conduct an economic evaluation that will identify the costs and benefits ofthe recommended countermeasures. . . . 4. Recommend an immediate and long term action plan for implementing the engineering countermeasures. Please provide the following information regarding the proposed intersection improvements: APPLICANTINFORMATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name Ron Whi tehead Title Ci ty Manager Telephone Number 9721 4 50-7000 Facsimile Number 9721450-7043 Address (street, city, state, zip code): 5300 Bel t Line Road Addison, Texas 75240 PROJECT DIRECTOR: NameJohn Baumgartner Title Publ ic Works Director • .' ') .". ".. . ., ." .. 􀁔􀁥􀁬􀁥􀁰􀁨􀁯􀁾􀁥 Number97214 50 -2 8 71Facsimile 􀁎􀁾􀁭􀁢􀁥􀁲 >.9721450 -2.8 37 . Address (street. city. state. zipcode): 16801 Westgrove Dr. Addison, Texas 75001PROJECTINFORMATION 􀁁􀁤􀁤􀁲􀁥􀁳􀁾 ofintersection identified by State Farm for possible eligibility for subject gIant: Beitline and Midway Amount offunping requested: $120,000 for construction. Please attach a description ofthe proposed improvements for the above listed intersection. The description should contain sufficient detail to determine that the . proposed improve'ments are,consistent with the findings ofthe report prepared pursuant to Phase One ofthis program. . . The award of a grant shall be at the sole discretion ofState Farm. . ." State Farm will release the funds upon the certification ofa professional engineer that the improvements to the intersection have been completed. The City of Addison takes full responsibility for and agrees to . indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance arid management related to the 􀀭􀀽􀁂􀀽􀀮􀁥􀁬􀀽􀀭􀁴􀀺􀀺􀀮􀀮􀀺􀁬􀀽􀀮􀀺􀀺􀁩􀀺􀀺􀀺􀁮􀀺􀀮􀀽􀁥􀀭􀀽􀁡􀁮􀀽􀁤􀀽􀀭􀀭􀀭􀀽􀀮􀁍􀀽􀁩􀀺􀀮􀀽􀁤􀁾􀁷􀀮􀀽􀀬􀁡􀁹􀁌􀀮􀀭 _ Intersection. The City of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the terms and conditions ofthe grant. .-Chief Authorizing Officer 9·/7-?? Date Please send completed form to: John Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: July 1,2000 ) . . , . o Attachmeni A '0···· .. -.-. . .,--.,-. . .., . .TERMS OF REFERENCE FOR .. INTERSECTION OPERATIONAL AND SAFETY STUDIES Study Objectives: 1. To identify the road engineering .deficiencies that are contributing to a high crash risk at the subject intersection. . 2. To recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 4 3. To conduct an economic evaluation that will identify the costs and benefits ofthe recommended countermeasures. . 4. To recommend an immediate and long term action plan for implementing the engineering countermeasures. Required Study 􀁐􀁲􀁯􀁣􀁥􀁤􀁵􀁲􀁾􀀬􀁳􀀺 t ..' The study shall consist ofihe following Phases: . 􀁾􀀮 Phase 1: Quantitative Intersection Analysis This phase shall consist ofthe following tasks: Task 1: Geometric Analysis . Review the existing intersection geometry and check for any characteristics that may be contributing to a high crash risk. Include a check ofsight distance. tum radii. horizontal and vertical alignment. signal visibility. pavement marking, clear zone. pedestrian and transit facilities. and any other relevant geometric features. Task 2: Crash Data Analysis Review police crash data and identify all relevant patterns. including spatial and temporal characteristics. weather. pavement. and light conditions. crash types. contributing causes. . and any other crash characteristics. Analysis to include the last three years of available· data. Task 3: Traffic Conflict Analysis Conduct a detailed traffic conflict survey. Observe, record, and analyze all conflicts using trained and qualified observers. The traffic conflict survey is to be conducted according to the Traffic Conflicts Procedures Manual, 2nd Edition (November 1996) prepared by Hamilton Associates for the Insurance Corporation ofBritish Columbia. A copy ofthe manual can be obtained from State Farm or from Hamilton Associates at 604-684-4488. Analyze the conflict data to determine the causes behind the conflicts. temporal and ...􀁾 : " ) ..-. . .. -.". National Lis/;'PJlt1se I ... GRANT APPLICATION INTERSECTION SAFETY STUDY DUE: Scptcmbcr 311, 1999 For Internal use only: ... Date Application Received _ Application Number:·_· _ 2. 4. State Farm Mutual Autor:nobile Insurance Company (State Farm) is making available to governmental entities up to $20,000 for Intersection Operational and Safety Studies for specific intersections identified by State Farm pursuant to its research. Following completion ofthe study, additional funds (up to $100,000) will be available under a separate grant for repair or improvements meeting the objectives of the Intersection Operational and Safety Study. Studies performed pursuant to this grant shall include the following objectives: 1. To identify the road engineering deficiencies that are contributing to a high crash' . risk at the subject intersection • To recommend a 􀁾􀁥􀁴 ofengineering countermeasure strategies that will address the identified deficiencies. To conduct an ecoI1omic evaluation that will identify the costs and benefits ofthe recommended countermeasures. To recommend an immediate and long term action plan. for implementing the engineering countermeasures. Please see Attachment A for a complete description ofthe type of study eligible for such funding. Please provide the following information regarding aproposed study: APPLICANTINFORMATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name Ron. Whi tehead TelephoneNumber 9721 4 50-7000 􀁔􀁩􀁴􀁬􀁥􀁟􀁾􀁃..i.-."t-1-Y--"!oM..a.....D.....a.."-Eg...e.....􀁲. 􀁾􀀭􀀭􀀭􀀭􀁟Facsimile Number 972 f450 -7 043 5300 Belt Line Rd Address (street, city, state, zip code): ---------Addison,.. Texas 75240 PROJECT DIRECTOR: Name John Baumgartner :ritle Publ i c Works Di rec tor t" .. l . . . . ..' . . Telephone Number 972 I450:'" 28 71 Facsimile Number •.9'7214 50 􀁾 fin 7 Address (street. city. state. zip code): 16801Wes tgrove Dr. Addison. Texas 75001PROJECTINFORMATION Address ofintersection identified by State Farm for possible eligibility for subject grant: Beltline and Midway Amount of funding requested: $120,000 for construction. Name ofConsultant: Intersection was studied by Barton-Ascbman in 1989. Please attach a description' qfthe proposed study for the'above listed intersection.· The description should contain sufficient detail to determine that the proposal meets the criteria described in Attachment A to this application. State Farm will release the funds upon its confirmation that the proposed study is consistent with the terms ofreference . criteria described in Attachment A. The award ofa grant shall be at the sole.discretion ofState Farm. Studies must be completed within six months of approval ofthe grant proposal by State Farm. The City of Addison agrees that it shall provide a copy ofthe completed Intersection Operational and Safety Study report pursuant to this grant to be used for State Farm's research purposes. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage. maintenance and management related to the Beltline and MidwaIntersection: Please send completed form to: John Werner . Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Dlinois 61710 DUE: September 30, 1999 Date ; The City of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the terms and conditions ofthe grant. 􀁂􀁾􀁬􀁾􀁣􀀺􀀺􀀾 Chief 􀁁􀁵􀁴􀁨􀁯􀁲􀁩􀁺􀁩􀁾􀁧 Officer C(-/7·9Y .. -) spatial distributions. as well as the most 􀁾􀁥􀁶􀁥􀁲􀁥 and hazardous confliciiypes using a numerical scale. Relate the conflict findings to the crash data analysis. ./-Task 4: Capacity Analysis Conduct turning movement traffic 60unts for the morning, midday. and afternoon peak periods. Review the signal timing and phasing plan. Analyze the intersection capacity and levels ofservice per movement using the Highway Capacity Manual 􀁰􀁲􀁯􀁣􀁥􀁤􀁵􀁲􀁥􀁾􀀮 Include a review of bus and pedestrian operations. Review efficiency. delays and queuing, from a safety perspective to determiIJe the interrelationship between capacity operations and safety performance. Task 5: Human Factors Analysis -Observe and analyze driver behavior at the 􀁉􀁮􀁴􀁥􀁲􀁳􀁾􀁣􀁴􀁩􀁯􀁮􀀬 and the relationship between the -_existing geometric characteristics and driver perceptions ofthe intersection. Measure approach speeds, review 􀁴􀁨􀁾 visual environment (including directional and regulatory signing, landscaping. land Use. and background-distractions) from the perspective ofthe driver. . 􀁾􀀮 Phase 2: Identification of Deficiencies . Using the results ofPhase 1, clearly identify the engineering characteristics ofthe Intersection that are contributing to a high crash risk. Clearly relate each identified deficiency with the measurable features that were analyzed in Phase 1. All identified deficiencies shall be supported by the quantitative analysis. Phase 3: Development of Countermeasures Develop a set of engineering countermeasures that will mitigate the deficiencies Identified in Phase 2. Clearly relate each engineering countermeasure with the specific deficiency that will be addressed.-Develop both low cost. readily implementable countermeasures as well as longer term. potentially more costly solutions. Clearly demonstrate the effectiveness ofthe countermeasures in addressing the identified deficiencies, by providing quantitative. empirical evidence ofeffectiveness. While engineering countermeasures are the focus ofthis study, enforcement enforcement efforts that may be effective in reducing the crash risk should also be identified whenever possiqle. The need for additional enforcement should be supported by quantified driver behavior characteristics. such as speeding, red light running, and aggressive weaving /lane changing. Phase 4: Economic Evaluation Conduct an economic evaluation ofthe recommended engineering countermeasures by clearly quantifying the expected countermeasure effectiveness in terms of crash .' . ) .. .. reduction; the average societal and typical·insurance claim values ofthe saved crashes; and the countermeasure implementation cost. Account for the estimated proje.ct life of the engineering countermeasures. and apply an appropriate discount rate in the calculation ofthe costs and benefits. Calculate.the safety benefit to cost ratio ofthe countermeasures. from both the averagesocietal and typical insurance cos.t perspectives. Account for crash severity in"this analysis. both in terms ofthe value ofthe anticipated crash reduction and the expected crash characteristics after implementation ofthe countermeasures. In addition. determine and quantify whenever possible the non-safety implications ofthe engineering countermeasures. such as impacts on capacity. accessibility, and land use. Clearly identify the tradeoffs involved in implementing the engineering countermeasures. Phase 5: Action Plan .Using the results ofPhases 1 through 4. develop an Action Plan for the implementation of .. countermeasures at the intersection to reduce the crash risk. The Action Plan shall clearly .' identify a set ofimmediatelyi'implementable countermeasures that are achievable at relatively low cost, as well 'as a set oflonger-term countermeasures that may require capital cost programming. T}le associated benefits and costs at every stage ofthe Action Plan should be clearly sumirtarized. . Phase 6: Documentation A Draft Report clearly documenting all the study procedures. assumptions. findings. calculations, and recommendations shall be prepared. The Draft Report shall be clearly organized according to the sequence ofPhases 1 to 5 as described above The Draft Report shall contain figures, tables. and photographs to succinctly summarize and support the key findings ofthe study, as well as an Executive Summary. The Draft Report contents shall be presented to the [City/County/governmental unit] at a formal project review meeting. Upon reviewing the contents ofthe Draft Report, the city will provide comments on the contents. A Final Report incorporating the [City/County/governmental unit]'s comments shall then be prepared. Stakeholder Consultation: The stakeholders that are to be consulted during the course ofthis study are the road agencies that have jurisdiction over the subject intersection, and the police force that has jurisdiction to enforce traffic and record crashes at the intersection. The road agencies are to be consulted and provided with project updates at least twice prior to the Submission ofthe Draft Report: early in Phase One. and at the end ofPhase Three. A· third meeting with the road agencies will occur at the presentation ofthe Draft Report. The police are to be consulted during Phase One ofthe study. Study Schedule The study is to be completed to the Draft Report stage within one month of authorization being receivedto proceed. Consultant's Proposal: Consultants who are interested in submitting a proposal to complete this study should clearly demonstrate their skill and experience !n conducting similar studies. The proposal should include: X The consultant's understanding ofthe study requirements (1 page or less). X The consultant's work plan, clearly indicating the procedures to be used to complete each ofthe identified phases and tasks. Indicate the key milestones, deliverables, and meetings with the stakeholders (5 to 10 pages). X .The consultant's projeqt team, clearly 􀁩􀁤􀁥􀁑􀁴􀁾􀁦􀁹􀁩􀁮􀁧 the Project Manager, arid the relevant experience of1the team members (2 to 3 pages).. Generic resumes may be included in an Appendix.. X The consultant's recent· experience on similar projects, with project descriptions and reference names and telephone numbers (2 to 3 pages). Project sheets may be included in an Appendix. X The consultant's schedule for completing the study (2 pages or less). X Summary ofthe advantages and special features offered by the consultant's proposal (1 page or less). After the. Table ofContents, the consultant's proposal should not exceed 20 pages, including all diagrams, figures and tables. Appendices can be additional, but may not necessarily be reviewed. The proposals will be evaluated on the basis of: .X Understanding ofthe assignment (15%). X Thoroughness ofthe Work Plan (40%). X Composition ofthe Project Team, and experience on similar projects (20%) X Quality and effort inherent in the proposal (15%). X Innovation and value-added offered by the proposal (10%). ---------------) [D -.D,> o:J 􀀬􀁾 f/) o:::r 3D> :J »f/) f/) oo-a;" CD 􀁾5" ..". »cc -(JJ oz OJ o--I --I rmzm (") A(JJ --I CC-< I 􀁾 IIIIIIIII .􀁾. IIIII INTRODUCTION Strategically located in northern Dallas County, the Town of Addison has experienced tremendous growth over the past several years. Unlike many of its neighboring cities, however, Addison's growth has been predominantly non-residential. Despite the best efforts of the Town's planner to look forward in time to forecast what transportation facilities would be needed to support the higher trip generation intensity of this non-residential growth, the Town of Addison experiences unacceptable conditions". on 􀁩􀁴􀀬􀂧􀀮􀁾 roadyvay system during the peak traffic hours. -. , .', The movements of people and goods into, out of, through and around the Town of Addison is largely dependent upon the automobile. Recognizing the need for an efficient and safe roadway system, the Town of Addison retained Barton-Aschman Associates, Inc. to . develop recommendations for maximizing the operational efficiency and safety of the town's 1 thoroughfare system. This report presents the procedures, findings and conclusions of the Addison Bottleneck Study. The report is divided into two sections. Section 1 of this report presents the methodology, analysis, recommendations and conclusions of the study to alleviate traffic congestion· and increase safety on Addison thoroughfares. Section 2. presents thoroughfare design guidelines and proposed thoroughfare plans to ensure that future growth in Addison can be accommodated. .,,; -'" .1 EXISTING CONDITIONS I location -Belt line/Midway Street Midway Midway Belt line Belt line I Intersection Approach Northbound Southbound Westbound Eastbound Bus Stop location None South leg (262') None None J Approach ADT 18,113 16,457 19,834 18,448 I Approach lanes ,/􀁾 left Turn 1 1 1 1 Through 3 3 3 3 I Right Turn 1 0 0 0 Peak Hour Approach Volumes AM MID PM AM MID PM AM MID PM AM MID PM I Left Turn 113 271 314 221 372 297 296 330 252 116 158 150 Througt'l 629 745 1391 1514 805 ,-936 1037 1102 1262 1242 1007 1330 Right Turn 200 418 392 67 202 117 240 242 236 296 178 143 I 􀀮􀁾􀀻􀀻 Operating Conditions .-" , Intersection AM MID PM I 8' VIC 1 .98 1.08 Average Delay 81.6 59.4 116.9 I ., 􀀢􀁾􀁾􀁾􀁾􀀱􀀺 " LOS '" F E F I Accident History 1987-90 Accident Rate/MV .76 Right Angle 13 Head On 0 AccidentsNear 20.3 Rear End 25 Pedestrian 0 I left Turn 15 Ran Off Road 0 Right Turn 0 Fixed Object 7 Sideswipe 1 Other 0 Total 61 36 I 4' Improve overell operetion end treffic flow, EIlPfCTED BENEfITS OR D...ITS: I RECoMMENDED IMPROVEMENTS: I EXJBTWCJ AND PROJECTED DEfICIENCES: Note: Preliminary Cost Estimates Do Not Include Landscaping. 37 Barton-Aschman Associates,lnc. PRELIMINARY CONSTRUCTION COST ESTIMATE WORKSHEET Location: BELTLINE AND MIDWAY Client: Town of Addison Proiect: Addison Bottleneck Study Job II: 1663.08.01 Date: 8/22190 ITEM NO. QUANTITY UNIT DESCRIPTION UNIT PRICE TOTAL 3255 S.Y. New Pavement (concrete) 24.00 78120.00 2752 S.Y. Rem. Exist. Pavement 8.00 22016.00 4363 L.F. New Curb & Gutter 8.00 34904.00 4027 L.F. Rem. Exist. Curb & Gutter 5.00 20135.00 50 0/0 Intersection Signalization 70000.00 35000.00 0 EA. ReI. Controller/Fndn. 1664.00 0.00 2 EA. ReI. Mastarm Pole/Fndn. 3803.00 7606.00 4 EA. ReI. Pedsll. Pole/Fndn. 992.00 3968.00 6 EA. ReI. Pullbox 177.00 1062.00 0 EA. Rem. PuJlbox 56.00 0.00 􀀮􀁾􀀻 0 EA. ReI. Drainage Inlet 2300.00 0.00 -"•' 3 EA. Rei. Ulil. Pole @Inters'n. 6000.00 18000.00 2 EA. ReI. Util. Pole 2000.00 4000.00 2 EA. ReI. Uti!. Vault 10000.00 20000.00 􀁾􀀮 1 EA. Rei. Fire Hydrant 755.00 755.00 1 EA. ReI. Water Meter 328.00 328.00 1 EA. Adjust Manhole 413.00 413.00 0 S.F, Add'i R-O-W (residential) 4.00 0.00 19346 S.F. Add'i R-O-W (comm./retail) 12.00 232152.00 Sub-Total 478459.00 L.S. Engineering/Contingency Fees 0.15 71768.85 TOTAL ESTIMATE 550000.00 ..􀀮􀀻􀁾 ...... " ;-29.2 26.3 47.3 .60 81.669.4 116.9 .76 Averege Deley (Iec/veh' Acc. Rete 'AM MID PM (Acc/MEV) Belt Line et Midwey Widen ellt epproechto provide duel left, two through, end e ehered right/through lene. Widen Bolt Line welt epproech to provide duel left tuml (76' ItorlQe', thlu through lenel Ind right tum lene (150' ltorlQe'. Improve le'ety. Widen Midwey epproechel to provide duel left tuml, (north epproech 160' storege end louth epproech 100' ltorege'. three through lenel, end e right tum lene lnorth epproech 175' Itorege end louth epproech 126' Itorage'. Mlxlmize Intersection cepecity for et·grlde Intersection. Clole ecce.1 drlveweyl clolest to intersection on northwelt end louthwelt corners. High frequency of eccidentl from vehiclel pUlhing, cleerenee inteNel. High left tum volumeI on ell epproechel. High right tum volumeI on ellt, louth. end welt epproechel, , Botter menegement of left end right tuml. LOCAnON: 2. I MEASURE Of EffEcnVENE8S: I Level of SeNice AM MID PM Exilting F E F I With Recommended ImprovementI 0 D E II 2. /-1. I 􀀳􀀺􀁾􀀮 I 4. I 3. I11• I 2. 3. I I . ,; CLOSE 0J!IVEWAVS :::.;:. , , I 􀁾􀁾 II I 􀁾􀁾 I I I 􀁾􀀡􀁾 􀁾 I 􀁾􀁩􀀡􀁩 I ..􀁾􀁾􀀻 1 I CD::J 0 ..... 1') 􀁾 11' 11' 􀁾:D􀀺lQ􀁾n ;t 􀁾 )1 [ _240/242/238 I I _ lil t" _1037/110211282 ..-III , ::i Bell line _208/3301252 North I I OX • "8111581150_ I 􀁾􀀺􀀻 • 12421100711330-"t( to l:!ffi 􀀲􀀱􀀱􀀶􀀯􀀧􀀷􀀸􀀱􀀱􀀴􀀳􀁾 I CD'" 11'· ;..:: LEGEMl 􀁾􀀮􀀮 --􀁾 .... VAULT 􀁾􀁾􀀺􀀻 rFftA.M....ak How 􀁾􀀻􀁧 IF:::':::How 􀁾 ...... XXX/XXXlXXX ---------..-a-'",,-'1: 􀁔􀀭􀀭􀁴􀀺􀁩􀁩􀀭􀀭􀀭􀀭􀁴􀀭􀀭􀀭􀁜􀀭􀀭􀀭􀀭􀀢􀁾􀁾􀁾􀀡􀀮􀀮􀀮􀀮􀁊􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁔􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 ..-=._..::_ _ ." UQ 􀁃􀁁􀁔􀁖􀁾 t-_ PROPO ED R.O.W, '__ W =if1 I, I rr-' "= /BELTLTNE RD. -􀁾􀁦 c: 4'MEDrAN 􀁾 􀁾 􀁾 -; STORAGE LENGTH -7V 􀁾􀁾 t-􀁾 o t-E--r 􀁾 􀁾􀁾 --􀁾 STORAoe LENGTH -􀁾􀀵􀀧 !" 4' MEDIAN ADDISON BOffiENECK SlUDY BELT LtE RD. & MIDWAY RD. ADDISON, TEXAS RECOMMENDED IMPROVEMENTS II'ItllSE:C1ION .... DAlt: MY, 1990 IMA" 1'1": lJM SHm fIl.[_ 􀁾 sc.ou: 1_'" 1"..40' KMG I OF B ...rton-Aschrn...n Associ... tes, Inc. 38 DALLAS DISTRICT STANDARDS 1 ..... .... DAlLAS ,....." All IOIID.UT .. CH 97 C449> -.. TEXAS DALLAS 􀁾􀁆􀂣􀁃􀁬􀁍􀂣􀁈􀁉􀁬􀁅􀁄􀀡􀀡􀁔􀁔􀀡􀀮􀀡􀁬􀁉􀁈􀁇􀀡􀁌􀁟􀁆􀁉􀁊􀁉 _....!::::======91 APl'IlIM:D rill LETTING I IL---=---:=c=---I 1----:-:-::::::===.,-PUYRIcr ENGII€ER PI A[CTtJl. DESI GIl DI VI SION 􀁓􀁕􀁾􀀮􀀡􀁩􀁬􀁬􀀢􀁉􀁙􀀡􀀡􀀱􀀮􀀮􀁲􀁴􀁉􀁬􀁟􀁆􀁉􀁊􀁉 _........!====91 APPlllIYElI FIJI LETTING rTTING I I 􀁌􀀮􀀮􀀮􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀺􀀺􀁎􀁉􀂣􀁁􀁾􀀭􀀺􀀺􀁅􀁈􀁇􀁉􀀽􀁉􂂬􀁅􀁒􀀽􀀽􀀭􀀭􀀭􀀭􀀭􀀭 pLI-IlEC-Y-IIl-.-YIWTt--c-IPERA--n-:IJlS-D-1Vl--S"""ION PI R. IF Y_. PLMlNI Nll • DE'IELlP>€NT CONTRACTOR NAME. DATE CoNTRACTOR BEGAN WORK , FINAL PLANS8050 18 034 BELT LI NE RD. 􀁾TlIVN IF AIIDI SOl DATE OF LETTING. TEXAS DEPARTMENT OF TRANSPORTATION DESIGN SPEED = 40 MPH CBELT LINE RD. L MIDWAY RD.) 30 MPH CQUORUM DR.) DATE WORK COMPLETED AND ACCEPTED. LIST OF APPROVED FIELD CHANGES' ___ NOTE: sPEClFlCAllONS ADOPTED BY THE TEXAS DEPARTI.IENT OF TRANSPORTATION, MARCH 1,·1993, AND THE CONTRACT PROVISIONS LISTED AND DATED AS FOLLOWS SHALL GOVERN ON THIS PROJECT I REQUIRED CONTRACT PROVISIONS FOR ALL FEDERAL-AID CONSTRUCTION CONTRACTS (FORM FHWA 1273, DECEMBER, 1993). . THE CONTRACTOR SHALL PROVIDE AND ERECT BARRICADES AND WARNING SIGNS IN ACCORDANCE WITH BCCI) THRU BCC9C)-I998 AT POINTS INDICATED AND AT OTHER POINTS AS DIRECTED BY THE ENGI NEER. THE CONTRACTOR SHALL HAKE HIS OWN INVESTIGATION-AND ARRANGEMENTS FOR RAIL DELIVERY POINTS AND TRACKAGE FACI LITI ES. \/PAVEMENTJ ,l.&tl SIGNS = 0.332 MI IMPROVEMENT TEXAS TRANSPORTATION AT MIDWAY ROAD AT QUORUM DRIVE BEG! N PROJECT STA 47+55.63 C@MIDWAY RD. ) STA 87+43. 34 C@QUORUM DR. ) CCSJ 8050-18-034) END PROJECT STA 56+81.18 C@MIDWAY RD.) STA 95+75. 73 C@QUORUM DR. ) CCSJ 8050-18-034) .-. C-OL-LIN CO. -1--oI. 􀁉􀁾.:<.i. :l' uca: NO EXCEPTI ONS NO EQUATI ONS NO RAILROAD CROSSINGS LI HI TS I BELT LINE ROAD DALLAS COUNTY 1999 By The 􀁔􀁥􀁸􀁾􀁳 􀁄􀁥􀁰􀁑􀁲􀁴􀁾􀁥􀁮􀁴 of TrQnsportQtlon (512) 416-2055 J All Rights Reserved CM 97 (449) FEDERAL AID PROJECT CSJ I 8050-18-034 NET LENGTH OF" PROJECT I ROADWAY =1757.94 F"T TYPE MISCELLANEOUS WORK OF: GRADINGJ DRAINAGEJ CONCRETE SIGNALS} PAVEMENT MARKINGS AND 􀁣􀁩􀁗􀀭􀁾􀁾􀀭􀀭􀁲􀁾􀀯􀀴􀁾 u +-.....􀀡􀁩􀁁􀁾􀁾􀀭􀀫􀀭􀀭􀀮􀀮􀀮􀀮􀀮􀀮􀁣􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀬􀁲� �􀀻􀀻􀀭􀀭􀀻􀁰􀁪 ... 􀁾􀀬 a: 􀁾 􀁴􀀭􀀫􀀭􀁀􀀩􀀭􀀫􀀭􀀭􀀭􀀭􀀬􀂣􀀮􀀮􀁾 ... 􀀭􀀭􀁾􀀭 .t .I, DALLAS COUNTY I &-..c' I , .lI 'IIlLD DALLAS 􀁄􀁛􀁓􀁔􀁒􀁛􀁃􀁾􀁾􀁟STATE OF DEPARTMENT-OF --=======::J) 0 (c=======--PLANS OF PROPOSED STATE HIGHWAY CONSISTING SI DEWALKJ (2) (2) (2) DATE , P. E. CPCD-94 JS-94 W(1), (2), (3)-95 RPMCl )-92 BCCl),C2),C3),C4),C5),C6),C7),C8),C9),C9A),C9B),C9C)-98 TCPCI-4)-98 ECCl)-93 EDCl )-98 ED(2)-98 ED(3)-98 ED(5)-98 TS-F"D-96 CMOD> TCP NOTES-98 SMDCI-5)-98 WZCBD)-97 WZCCD>-94 WZCBTS-l),CBTS-2)-98 MA-C-96 RI DCl )-98 RID(2)-98 RID(3)-98 RID(4)-98 RWCCB) TRAFF"IC SIGNAL HEAD IDENTIF"ICATION PEDESTRIAN SIGNAL HEAD IDENTIF"ICATION SERVICE POLE DETAILS LOOP DETECTOR DETAILS SIGNS PAVEMENT MARKING DETAILS MA-D-96 CDAD SMA-80Cl)-96 CDAL) SMA-80(2)-96 CDAL) DESCRIPTEON DESCRI PTI ON DESCRIPTION TITLE SHEET PROJECT LAYOUT (2) TYPICAL SECTIONS (4) SEQUENCE OF" CONSTRUCTI ON . TRAF"F"IC CONTROL PLAN -PHASE I TRAFF"IC CONTROL PLAN -PHASE II ESTIMATE AND QUANTITY SHEETS QUANTITY SUMMARY GENERAL NOTES AND SPECIF"ICATION DATA (4) PAVING AND DRAINAGE PLAN/PROFILESHEETS (8) MISCELLANEOUS DETAILS SHEETS (7) DRIVEWAY PROF"ILES (2) DRAINAGE AREA MAP, RUNOF"F" L INLET COMPUTATIONS MISCELLANEOUS DRAINAGE DETAIL SHEETS (2) REMOVAL PLAN SHEETS (2) PERMANENT PAVEMENT MARKINGS (2) ROADWAY ILLUMINATION PLAN (2) TRAF"F"I C SI GNAL PLANS C4) TRAF"F"IC SIGNAL L ILLUMINATION SUMMARY SHEET TRAF"F"IC SIGNAL DETAILS WATER APPURTENANCE ADJUSTMENT DETAILS (3) STANDARD SHEETS It CRAI G MI SER, P. E. THE STANDARD SHEETS SPECIFICALLY IDENTIFIED ABOVE HAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT. 50 51 52 53 54 55 55A S5B S5C 56 57 58-60 61 62-71B 72 73 74 75 76 77 78 79 80 81 82 83-84 85 86 87 88 89 90 12-3 4-7 89-10 11-12 13 -13A . 14 15 -15C 16-23 24,24A-29 30-31 32 33-34 35-36 37-38 39-40 41-44 45 46 47-49 INDEX OF SHEETS ., ,-,-;-. 􀀭􀀮􀀬􀀭􀁾 ' .. SHEET NO. SHEET NO. SHEET NO. » LEGEND: PGL PROFlLE GRADE UNE PC POINT OF CURVAlURE PT POINT OF TANGENCY PRC POINT OF REVERSE CURVE PCC POINT OF COMPOUND CURVE PCR POINT OF CURB RETURN EX EXISTING RT RIGHT LT LEFT Ill]] BARRIER FREE RAMP 􀁛􀀺􀀺􀂷􀀢􀀺􀀧􀀺􀀮􀀺􀀭􀀧􀀺􀂷􀀺􀀺􀀭􀀮􀀺􀁾􀀺􀀮􀀺􀀢􀀮􀁬 PROP. NEW PAVEMENT 􀁾􀀮􀁹􀀭 EX. SPOT GUTIER" ELEV. '0'7 CURVE TABLE IDELTA RADIUS LENGTH NO. DELTA RADIUS LENGTH 90' 14' 46-36.5' 57.49' 7 16' 15' 37-250.0' 70.95' 03' 49' 06-1126.25' 75.06' 8 03' 21' 06" 1450.0' 84.82' 03' 49' 06-1126.25' 75.06' 9 03' 20' 16" 1450.0' 84.47' 16' 15' 37" 250.0' 70.95' 10 02' 09' 32 1417.0 53.39 11 03' 26' 31-1483.0' 89.09' NOTES: 1. ALL DRIVEWAY RADII SHALL BE 15' UNLESS NOTED OTHERWISE. 2. BARRIER FREE RAMPS SHALL BE CONSTRUCTED AT ALL DRIVEWAYS AND STREET INTERSECTIONS. SEE PLANS FOR LOCATIONS. 3. SEE DRIVEWAY PROFlLE PLAN FOR DRIVEWAY PROFlLES. 4. FlNAL LOCATIONS OF DART SIGNS SHALL BE AS DIRECTED BY THE ENGINEER AND SHALL BE PAID FOR UNDER ITEM 649. 􀁾 It')-""."""." Nit') 00 I'il'i I 620 􀁾􀁡􀀮 . .-; Ox aa:.:1.L...I.. 􀀴􀁾􀀫􀀳􀀰 (1) 1 It') ct 􀀴􀁾􀀫􀀶􀀰 54 ( ) 4H28 (2) 48+ 6.54 (1) 􀁾 /TO OF WAL 17 -\ . .-49+ 9 (1 5 +18 (1)-h \r49+ 1 (2 5 +14 (2hll \ \ ,\TOP OF WAL /\ 􀁾􀁾􀀭􀁎 􀁅􀁘􀁉􀁾􀀺􀁲􀀮 NOfHH GL-7 iii 2.0 ,.. 625 620 1\ ,; V 615 E 1ST. PAVE ENT "01"--,: "+""-_-: ° 􀁾 :t)w 110' V.C. d In"-It') '" (J K -62 PVI ELE 􀁾 􀁾 62 .26 I'i 024 + 5 iii a. « 0 111 +:;:; SHE T 1 OF 8 􀁾 I"l ° en 1'-t:.:FI::iI. s;: 􀁾 > K 16 E _ -.09' 􀁾 􀁾 RE'oISlON 􀁄􀁁􀁔􀁅􀁾􀀮 􀁾 FEDERAl AID PRO,£CT 􀁎􀁏􀁾 W :> 􀁾 C'! 􀁾 "'! S UTH PGL I-a. r; V 6 CM 97 (449) 􀁉􀀯􀁾 􀁲􀀭􀀭􀁴􀀭􀀭􀀫􀀭􀀭􀀭􀁴􀀭􀀫􀀭􀀫􀀭􀀭􀀫􀀭􀀭􀁬􀀭􀀭􀁉􀀭􀀭􀀫􀀭􀁢􀁌􀁌􀁬􀁾􀁬􀁌􀁉􀁈􀀭􀀫􀀭􀀫􀀭􀀭􀀫􀀭􀀭􀁴􀀭􀀭􀀭􀀭􀀱􀁲􀀭� �􀁯􀀣􀀭􀁾􀁾􀀢􀀢􀀢􀁩􀁴􀀧􀁣􀁯􀁾􀀫􀀭􀀭􀁉􀁲􀀭􀀭􀀫􀀭􀀧􀀫􀀰􀀭􀀧􀀭􀁖􀀭􀀭􀀫􀁴􀀭􀀫􀀮􀀭􀀭􀁐􀀭􀀫􀁍􀀭􀁅􀀭􀁴􀁌􀀭􀀭􀀶􀁴􀀭􀀷􀀭􀀮􀀵􀀭􀁴􀀭􀀰􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀺􀁡􀀮􀀾􀁴􀀭􀀭􀁴􀀭􀀭􀀫􀀭􀀭􀁴􀀭􀀭􀀭􀀭􀀱􀁉􀀭􀀭􀀫􀀭􀀫􀀭 􀀭􀀭􀀭􀀫􀀭􀀫􀀭􀁈􀀭􀀭􀀫􀀭􀀭􀁴􀀭􀀭􀀭􀀭􀀬􀁉􀀭􀀭􀀫􀀭􀁾􀀮􀁦􀁈􀁜􀁦􀀮./. STATE 􀁾 COUNTY -J '" (J TEXAS DAllAS DALLAS Ci:. a. ii. 􀁾 􀁾 c::i" \I 􀁾 'Ii CONT. SECT. J08 I HIGHWAY No. 􀁲􀀭􀀭􀀫􀀭􀀫􀀭􀀭􀀭􀁦􀀭􀀭 􀀫􀀭􀀫􀀭􀀭􀀫􀀭􀀫􀀭􀁉􀀭􀀭􀀫􀁾􀁾􀀧 􀁾􀀧􀀭􀀻􀀡􀀭􀁦􀀭􀀫􀀭􀁴􀀭􀀭􀀭􀁴􀀭􀀭􀀫􀀭􀀭􀁦􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀫􀀭􀀭􀀭􀀭􀀫􀀭􀀭􀀭􀁬􀁾􀀧􀀷􀁜􀁩􀁩􀁬􀁘􀁬􀁴􀀭􀀮 􀀭􀀫􀀭􀀫􀀭􀀭􀀭􀁴􀀭􀀭􀀫􀀭􀀫􀀭􀀭􀀭􀀭􀀫􀀭􀀫􀀭􀁴􀀭􀀭􀀫􀀭􀁾 ;oltlHai;;ji-/-+-t--t--+--I--+-+----+---:/'osr-.°.-j-t--t--+--I--t--+,l..--t-" 􀁾􀁾􀀯􀀩􀁾􀂷􀁾􀀭􀁉􀁾􀁄􀁾􀁅􀁓􀁬􀂧􀁃􀁎􀁾􀁅􀁩􀁄􀁾􀁂􀀽􀁙􀀻􀀽􀀺􀁛􀁒􀁁􀁾􀁙􀂷􀁾􀀸􀁾􀀰􀁾􀀵􀀰􀁾􀁾􀀱􀀸􀁾􀁾􀁏􀁾􀀳􀁾􀀴􀀱􀀱􀁉􀁂􀁾􀁡􀁾 􀁔􀁾􀁕􀁾􀁎􀁾􀁅􀁾 RC o x cD I 􀁾 en 􀁾 􀁾 N ;: "1 DRA\\N BY; BAA g: 􀁾 co e coewe CHECKED BY: UI.P. SA FlLE NAloIE : 48+00 49+00 50+00 51+00 . 635 SHEE 2 OF 8 PT 56+81.18 4.63' IT .1I11 􀀢􀀢􀀢􀀻􀁾􀀩􀀺􀁉􀁉􀀧􀀧􀀧􀀧􀀧􀀢􀀢􀀬􀂷􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀁲􀀧􀀧􀂷􀂷􀀧􀀧􀀮􀀧􀀢􀀧􀀧􀀮􀀬􀀬􀀱 . .. ""rrn \ PT 􀀵􀀶􀀺􀀧􀀻􀁾􀀧􀀺􀁾􀀺􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀧􀁾􀀧 0.35' IT 39.06 IT PAVING AND DRAINAGE PLAN/PROFILE SHEET BELT LINE ROAD STA 51+13.67 TO STA 56+81.18 AODISON. TEXAS 6130 􀀮􀁾 to 630 E 0.20' 0 N III r<) ...... '" o III "'r<) en en 􀁴􀁏􀁾 625 '1_' r<)r<) >r<) 􀀼􀁄􀁾 a.", EXIST. "A"" I.>,IT • .-, 0I+II K 6 III III 􀁾 I£:! a.r<) Q. III III I 50' V.C. I In,ln" 􀁾􀀱􀀭􀀭􀁲􀀮􀁊􀁖􀀻􀀭􀀭􀁟􀀭􀁉􀁾􀀺􀀻􀀻􀁾􀀲􀀧􀂷-+----::E:I-=-􀁾􀁟􀀭􀁉􀀭􀁏􀀺􀀺􀀭􀀮􀀢􀀢􀀢􀀱􀀰􀀺􀀺􀀻􀀮􀀫 􀀭􀁦􀀾􀁖􀀭􀀧􀂷􀂷􀀭􀀫􀀢􀀧􀀻􀀭􀀭􀀱􀀰􀀻􀀻 LN RTH PGl + .!l"'" en eO N-E1􀁾􀁔􀀮􀁟􀁾􀁖􀂧􀀻 􀁾􀀭􀀲􀀮 --L'> 􀁉􀁁􀁾 in l--I-:> 􀁾 􀁷􀁬􀁾 r<) d W r-: -N ,-=," .n 􀁾 "'! cJCl 􀀺􀁏􀁾 􀁾 r-" EX. SPOT GUTTER ELEV. NOTES: 1. All DRIVEWAY RADII SHAll BE 15' UNLESS NOTED OTHERWISE. 2. BARRIER FREE RAMPS SHAll BE CONSTRUCTED AT All DRIVEWAYS AND STREET INTERSECTIONS. SEE PLANS FOR lOCATIONS. 3. SEE DRIVEWAY PROFILE PLAN FOR DRIVEWAY PROFILES. 4. FINAL LOCATIONS OF DART SIGNS SHAll BE AS DIRECTED BY THE ENGINEER AND SHAll BE PAID FOR UNDER ITEM 649. -' Cl a.. 635 􀁾 5 15 ll: III 5 􀁅􀁘􀁉􀁾 .-"-a.. a.. U X -a.. \!:! [ IW -'I'It.::> "'\;I \ Il'l j;) ..J 630 ·5 0 oi Il'l ..... 􀁉􀁾 .n I-630 < N 1\ I"l + + M5 h ;; 􀁾 35% .. .. f/􀀬􀁾􀁦􀁴􀂷􀁬... +0. I • 625 t:.J\. 􀁾 􀁾 \ . 􀁾 sf] 􀁁􀁾 􀁅􀁾 fVl (j 􀀧􀀱􀁾 1.7 625 􀁾􀁮􀀧 􀀡􀁶􀁾 -:>:> VI E I\-' ROP. 0 12 V.L PVI EL = 627 55 .. c:; a III􀁾􀁾􀁾 } v 􀁷􀁾 = "-PGl ;;; .. C'l >C'l 􀁣􀁯􀁾 -!': C'l wIII PLAN PROFILE SHEET 􀁾 /PVI EL = 627 101 ...... co 􀀺􀀻􀁲􀁾 RE'olSlON DATE F"ED. RQOO FEDERAl. AID PRo.£CT NOj 􀁾 + 􀁾􀁾 ON. No. w>w-, cO Il'l E 0.04 Il'l I"lp lIB + DIST. .-J Cl .. en a.. ai ' TEXAS OALlAS DAllAS a.. N 1m >N >C'l 'u;-co 􀁾 􀀮􀁾 a.. co r' a.. co ::: CONT. SECT. JOB I HICHWAY No. Q.1Il -co N r;:; I"l ... 􀁾􀁥􀁮 -..................... PCC 6+88.16 ......... \ I "', 􀁾 --􀀵􀁟􀀳􀁾􀁾􀁟􀁟 _\........... 􀁾􀀢􀁒􀁾􀀲􀁉􀀮􀀰􀂷􀁾􀁾􀁾􀂷􀂷􀁾􀀵􀀷􀂷􀁆􀁃C 􀀡􀀺􀀮􀁾􀀺􀀮􀀻􀀺􀀮􀁾􀀼􀀺􀀩 L::. ', ", ,',.:--, 􀂷􀂷􀂷􀀬􀂷􀁾􀁾􀁕 I 􀁾􀀧􀀢 􀁾 i I􀁾 ...... . '£9" . EXTEND SIDEWALK Z = E + . . :2,,;.::J.:g: :.:..:.: : :.: : 􀀯􀀫􀀺􀀺􀀺􀂷􀂷􀀮􀂷􀂷􀂷􀂷􀀮􀂷􀀺􀂷􀀮􀀧􀀮􀀢􀀷􀂷􀂷􀂷􀂷􀁾􀂷􀂷􀀮􀀺􀀺􀁬􀂷 ::.:.::.:. TYPE II TO EXIST, CONCRETE 3 , 􀁾 I 􀁾 CD 􀁾 􀁾 􀁲􀁫􀁜􀀺􀂷􀂷􀂷􀀺􀂷􀂷􀂷􀁹􀀺􀂷􀂷􀂷􀂷􀀺􀂷􀂷􀂷􀁾􀂷􀁾􀀭􀁴􀁾􀁾􀂷􀁾􀁾􀁦􀁾􀀺􀂷􀂷􀁾 MONO 􀁃􀁕􀁾􀁂 (DOWELED) 􀁅􀁾􀁾 􀀺􀁾􀀹 AND MATCH EDGt' I Ii 0 i', i 􀁾􀀺 􀁾􀀻􀁾􀀨􀀺􀁾􀀺􀀺􀁾􀀻􀁜􀁾􀀻􀀻􀁾� �􀀺􀁌􀀻􀀼􀁴􀁾􀁾􀁾􀁾􀀺􀁾􀁾􀀮􀁾__ 􀁾􀀧􀁉􀁘􀁉􀁓􀁔􀀮 :'O'r-Jl-i 􀁾􀁺 I III w \ \7 . 1 "''Y'__.. PR" 7+ '." '. '''''''.;;,.'h:::::;' i 1Iii Z /Mo.NO CURB REMOVE AND 4494' LT # ." """'.4,,"__ §,,,, .. .! WEi -;: RELOCATE FIRE' no'? I 􀁾􀁾􀁾 􀀻􀁾􀁾􀁾􀁟f·... ••••. () 􀁾 \. -...l 􀁉􀁾􀀺 HYDRANT ",'\0 P 8+07.50 􀁾 -TE:L....::::::-..􀁾..... ;􀀮' 􀀬􀁾􀀮􀀻" , -'" :c . PC STA PI STA 7+02.36 PT STA 4.17 LT '00/'\0 􀀭􀀭􀀭􀀭􀁾i􀁜... 􀀮-􀁜􀁾􀁩..;􀀨•."'-􀀬'<--.. \: . 􀁾 S 􀁾 6+.41:52l 􀁾 􀀷􀀫􀀰􀁾􀁩􀀧􀁬 11' 34' 50" 7+6j.79 􀁲􀀭􀁉􀁾􀁾􀁅􀁎􀁔 􀀢􀀧􀁾􀀮 ;;:.:':'::-.:::::::_....􀀺􀀺􀀺􀁾 􀀢􀀢􀀧􀀧􀀧􀀧􀀧􀀧 􀁾􀁳􀁳...􀁾􀁜 « 􀁾t-B SEUNCI 'C!I _ 7 􀁾􀁾􀁏􀁖􀁁􀁬 I "._.,. ',___ .. .. . N.."QO· 25 􀀮􀁟􀁾􀀶 -, PRC +51.44 PT 8+08.06 􀁾􀁅􀁘􀁉􀁓􀁔􀀮 CONC. -----.='=.<," RCp .....􀁾 ••,,:' __ 􀁾 -􀁾 ·7'!" ..􀀺􀂷􀁾􀁾􀀧􀀺􀀬􀂷􀁾􀀬􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀡􀂷􀀬􀁾􀂷􀁾􀀮􀀡􀀡􀀬 􀁾.., "..􀁾􀀮􀁾...." -􀁟􀀳􀀮􀀹􀁾􀁔 /I'V\ 5.37' LT /TY II AROUND EXIST. INLET 􀂷􀀭􀀭􀀭􀂷􀁬􀀮􀁬􀁲􀀻􀀺􀀺􀀺􀀻􀀻􀀺􀂱􀀺􀀺􀀺 􀀽􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀮􀁲􀁴􀁌􀁾􀂷􀀢 j 􀁾 '";. .. -•... 􀀺􀀺􀁚􀀮􀀢􀀮􀀧􀁾 ,. '-' ','f:2:" 􀀮􀁾..". !..nn" ". @! ,••􀁾 '.., 􀀭􀀭􀁾􀁾􀁆 :·.-:.􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀽􀀺􀀺􀀮􀀺􀁾 􀁾 􀁦􀀻􀁩􀀻􀀯􀂷􀂷􀀺􀀾􀁽􀂷􀂷􀂷􀁾􀂷􀂷􀁾􀀻􀂷􀁾􀁾􀁾 ..􀀻􀁦􀀱􀀡􀀺􀀻􀁒􀁾􀀺􀀿 .. CONC. BLOCK /,􀁾 r V:···· ;_.., _ _eeeeee ON 4.87-RETAINING WALL 􀁾 20' DRIVEWAY 'I r ...-r.... 20' RECESSED INLET LJ "". 􀁐􀁒􀁏􀁾•.9<.W. __I STA 7+65.28 is·::···· STA 8+21.59 .' 4 L.F. FLUME-.':" '.' ..;;;::::-:':':::=F=::::::::-=--.__--EX. CONC. .J"'-43.69' RT EXIST. .ON 2.0% ..􀁊􀁾..􀁾􀀺􀀺􀀺􀀮 ---PAVEMENT 􀁃􀁏􀁾􀁔􀁒􀁕􀁃􀁔 CONCRETE 􀁾􀁐􀁅􀁃􀁧􀁖􀀶􀀱􀀶􀀮􀀻􀁾􀀺􀀴 SIDEWALK ...􀀺􀀴􀁾􀀧􀁦􀀺􀀮􀀺􀀺􀀺􀂷􀂷 ------t.x"JtQ.!t. t. FLUME. PROVIDE 6· x 3'-4· ._.:+....::::-OPENING IN BACK OF INLET. .::::::"'S::::" , (SEE DRAINAGE DETAILS) STA 8+W:!1.:f;· 50.67 RT FLUME Ii:. #"621.18 8· CONe PAV BENCHMARK: ·0· CUT ON NORTHWEST CORNER OF PARKING LOT OF FlNA STATION AT SOUTHWEST CORNER OF MIDWAY AND BELT UNE ROAD. (BELT UNE STA 50+69, 60' RT) ELEV. 624.32 LEGEND: PI PGL PC PT PRC PCC . PCR EX RT LTIllJ] BARRIER ffiEE RAMP 􀁲􀀧􀀺􀀮􀀺􀂷􀀺􀀮􀀺􀂷􀀺􀁾􀀺􀀮􀀺􀂷􀀬􀀺􀂷􀀺􀀮􀀺􀂷􀀮􀀱 PROP. NEW PAVEMENT ""y EX. SPOT GUTTER ELEV. NOTES: 1. ALL DRIVEWAY RADII SHALL BE 15' UNLESS NOTED OTHERWISE. 2. BARRIER FREE RAMPS SHALL BE CONSTRUCTED AT ALL DRIVEWAYS AND STREET INTERSECTIONS. SEE PLANS FOR LOCATIONS. 3. SEE DRIVEWAY PROFILE PLAN FOR DRIVEWAY PROFILES. 4. FINAL LOCATIONS OF DART SIGNS SHALL BE AS DIRECTED BY THE ENGINEER AND SHALL BE PAID FOR UNDER ITEM 649. 630 CONT. SECT. JOB I HIGHWAY No. TEXAS DALlAS DALLAS 625 DESIGNED BY: RAY. 8050 18 034 􀁾􀁅􀁌􀁔 UNE RO 􀁄􀁒􀁁􀁾 BY: BAA. CHECKED BY: LM.P. BA ALE NAIoIE : r:.;rrTO?o;:::::;t I 􀁾 I RE'IISlON DATE fg!;. 􀁾 FEDERAL AID PRO£CT N0.1 􀁾􀀧 6 CM 97 (449) l/9 STATE 􀁾 COUNTY 9+00 <:S a. I-1Il x Ip2'I> -J: gi u 2.08\l'o + < I rl"L d COl 􀁾􀁰􀀱 􀁾 co 2.8 % 8+00 a.coaco co 􀁩􀁩􀀺􀁾􀀶􀀺􀁾 to 􀁩􀁌􀁾 ;!;Ol -=N 50' V.C. 7+00 50' V.C. 0:: Ua. r::: a. en 􀁾 1ST. l{) ST FGL-c+o +co to on v -N 00' .C. P EL 6 4.17 COon +v I VV --v. .... ;:-􀁣􀁯􀁾 􀁃􀀧􀁬􀁾 en > N on a. co "'N + 􀁾􀁣􀁯 :> a. a. J: 0 +88 g!,\ 0 􀁾 l{) 6 84 0 + + :::! -2. 4% I\J' -.187. C'l VI E 26.8P N "': in _. -on 1 en N 􀁾 '" 0 I,'!:N 􀁵􀁾 -I 0:( 􀁾 0 I · · 􀁾 · · 􀁾􀁾 ·· ··· · · 􀁾 1-1 􀁾􀀱 ---9 ,:: CENTURION WAY I ::-I .:.: /. , '. I d 17: :: to :. 􀁉􀁾 '. , . :: /: .. /---"-11 Ii \"d! ./iJ'• ./-r 10' ®'PUPPY TRACKS' 4" WHITE (BRK) TYPE I STRIPING 2' STRIPE 'MTH 2' BREAK ••• -.....d ••• ,...7. •..• @•.... ® .... 10' II ZQ:: 􀁾I-W lL.Z W< ..L ..J R.....􀁾 ....􀁾 ,... .... ...... -••.•• • ••• E •••• 􀂷􀂷􀂷􀁾􀁆 ...• • •• •••••• ••• 'fill, • • •••••••• '"I '"' .... Ij® 4" TYPE I-C REFLEC. MARKERS· I MARKING DETAILS TURN LANES TYPICAL LANE MARKINGS ____ --l...-----l...--_ __ _ II II 10' b 􀁾a.. •• • • <.J 15' 10' b a.; • TYP. • • • • 4' MIN. . . . 􀁾 ... I 2S'(TYP) I I I I 5' (TYP)ID· .... -􀁾 ,.,..JP "'-./••• W .... @•..• -----BELT UNE ROAD @4" TYPE WMARKERS © 12· WHITE (SOUD) CROSSWALK (TYP) @24" WHITE (SOUD) STOP BAR (TYP) ®6" JIGGLE BAR (TYPE I-C) o 10' O.C. LANE DROP MARKINGS 12' 􀀨􀁾􀁾 i:z􀁾􀁒􀁾􀁾􀁔􀁉􀁾􀀺􀀭􀀧􀀭 @4" TYPE W MARKERS (TYP) @4" TYPE I-C REFLEC. MARKERS (TYP) 􀁾􀁟􀀮􀁾􀀮􀁮􀀮􀀲MB 0 _333 MILKS LDnTS lIRCM Dt lIDDDlIlJ QIJ BBIaLDIB RD. AT MIDD.Y 1'l'O " AT QCCIUI 􀁾􀁟􀁾 . . TrP2 GRADDIG, IUISB. PA'vJlIuiDu &􀁾 TISEO PAVDIG CO . . 'Ii 2BIJliLAR BID83.33t 1,901.500.19 -1-LOW 2 1 218.830.45 -2 1,037,300 at 97(449)I1ALLAS COU1llTY B050-18-034 ADDUSS RQlUIfOKR, 'ric DIUaLAS,TX JWtmST 3, 􀀱􀁾􀀹􀀹 ,. BIDDER r-/3032.1.L. STSBL, DIC. ..-lo0..: O"l􀁾􀁉􀀧􀀧􀀭􀀭􀀧􀀧 .. ..-l'􀁾o..-l If)g'a: 􀁾l.D􀁾􀁾<;'J01􀁾Xrol.L. 􀁾 .. .! 􀁾􀀮 • wUI--l􀁾a:w􀁾a::3(j)Io􀁾I-.... 'rBB ABCJVB :INPOJIMATIOlI IS .CIftaY 1"EIE To'1'ArB OF 'BIB B!DB NJ RBCBIWD JIlQD DOIS. 5M' RBPRIlSBN'.l' 1'BM' A 00II1'RACT .DS BBBI OR. WILL DB AIfMDRD. is . jil MIS.DCS.7::iLOl jd CJVBIl /mmBll DOLLARS ,.. 156,453.10 659 2.597.64-91.96.00 36 3,024.00 210 10,084.50-606.070.29-44300.00-233.3.587.90-5040.00 192 4195.90 28 9,745.53 61 10,185.00 1010 1.,038.15-13· 510.15-.1.7364.00 173 73.918.03 15:l 101..115.040 56 25,l..57.58 253 1,362.50 15,266.00-161.,062.40 201 1,495.00 􀀵􀀮􀁾 1,890.00 "55 1,155.00-S8-80,710.00 86 22,400.00 80 656.25 53 34,767.00 100 458.10 221,2.30.63 1'16 30,811.85 56 968.00 26 75.00 13 91,UO.OO 267 500.00 100 12.00 2 22.135.00 !t5 9&.00-7 􀁾􀀶􀀰􀀮􀁓􀀰 25 7!t.20 40 7,254.00 82 53'1.00· 38 URI"l' Em 1ST 1,350.00 6.60 11.00 80.00 '7.50 12.49 33.00 6.00 13.00 8·.00' '7.00 7.50 2.00 3.00 75.00 19.05 25.20 1.10 20.00 27.00 330.00 55.00 3,360.00 2;000.00 94.290.00 4,000.00 10.00 lQ.OO 30.00 47.50 24.00 84.00 9.'75 5.25 6.25 16.20 20.00 4.55 .60 . .89 489.00 707.00 ROUIOD,:rx $50.000 􀁾􀁭􀁊􀁬􀁒􀁓􀁓 CllBCIt .AMDDRT 180,184..75 25,5176.40 735.00 4.464.00 􀀶􀀬􀀷􀁾􀀳􀀮􀀰􀀰 7, 139.!t0 1.,020.00 13.587.'0 &0.80 2,259.10 25.799.63 17,460.00 7,2&1.05 2,550.75 574.00 3.22,558.40 282,474.40 35,103.60 􀁾􀀬􀀴􀁦􀁩􀀲􀁾􀀵􀀰 81.'118.00 1,590.40 1.'"0.00 5,250.00 845.00 1'75.000.00 50,400.00 􀀱􀀮􀀧􀀰􀁾􀀮􀀲􀀵 􀀶􀀹􀀬􀀵􀁾􀀴􀀮􀀰􀀰 27,944.10 33,271.88 85,616.2.5 4,664.00 660.00 125,317.50 1,000.00 660.00 45.435.00 1.360.00 802.50 275.00 15,056.00 1.951.00 PAGE 1 mrr BIDDER JOB en DIV III 1 30.32 51 48 CCII'1'RAC1"Cl J.t. STRBL. nrc.06733 UIIIT IUD 10,250.000 . 6.000 15.000 248.000 3.000 '''.000 25.500 3.0ClO 38.000 10.250 11.250 18.000· 1.750 2.500 20S.000 j.l· 48.000 •• 39.250 6.000 . 292.500 22.750 994.000 354.000 S,2!10.000 845.000 175.000.000 7.200.000 15.250 20.000 30.S00 131.250 37.500 106.000 11.000 1!J.250 12.500 16.500 39.000 4.250 .750 1.250 892.000 :. 915.500 QIDBTJ:'n' 11.519 4,32'.400 .49.000 .18.000 2,241.000 1,105.700 ·40.000 4,529.300 J..600 220.400 􀀲􀀬􀀲􀀹􀁾􀀮􀀳􀀰􀀰 970.000 4.152.600 1.020.300 2.800 2.553.300 7,19&.800 5,850.600 5.000 3.592.000 1..600 5.000 1.000 1..000 1.000 7.000 125.000 3,476.700 916.200 253.500 2,283.100 44.000 60.000 6.S10.000 80.000 40.000 􀀱􀀬􀁾􀀶􀀵􀀮􀀰􀀰􀀰 320.000 1,070.000 \220.000 􀁾􀀸􀀮􀀰􀀰􀀰 2.0'00 '1'01" AT QUaRDM 1m TABlJ[M'I(Jf OP BIDS TBDS DUJlR'1MII1T aP 1'iWI9POR'rATImf, imsnR CDRTROL 􀀸􀀰􀁓􀀰􀀭􀁾􀀸􀀭􀀰􀀳􀀴 IaI1Gl'R 0.333 MILES 􀁾 08/03/1999 WIr.l' S'.rA fir sr aSY BY' sr LP n (CL 2)VAll. DB1t SY CI" cr Slr SY MG 'l'(B Sf LP 13 SF or LP DBA. .1aS I«) fI U1 S'l sr SlC sr J3 LF J.oIl' LP LP LF II LP -IA I'J'BM DBsc:EUPrlai OJOIITY DALtdlS PROOBC'1' or !t1 (449) TfPB SRA1>DJG. BASIl, PA'9EMBRT 􀁾􀁾 TDIB lOS 1IDRXDIO DAYS LJMITS PRaoJ.DI' JUlDUOW CIlI1' BBLn.Dm RD AT iaDlJIU i 􀁾 􀁾 AL iTlllill OlDB '1' nM nBS SP 100 􀀵􀀰􀁾 PREP ROW 104 501 RDJ[W CONe (PAV) 104 505 IlIlMDY' OOHC (MID) 104 508 RIlI40V CCIIC (pHD) 104 509 RI!Mm1 C01I1C (SDMLK) 104 511 RDOV cam= (DRVIfY) 104 5.1.6 RIlMOV a-c (RB'l'AIIf tGW:.) 104 521 RJlMDV 0ClIlC (CURB OR CIiG) 104 524 RBMOV CO!l1C (FLlDdB) 10S 504 RMV STB BS AJJIJ/oa.·ASS PAV 110 501 BXCAVATI' 618 511 alRDUZT (PVC) (saID 40) (2 ... ) 618513 OOHDDZT (PVC)(SCBD 40)(3 w) 618. 514 OOIIDUJ:T (PVC) (SCRD 40) {4 .} 618 535 CCIQIlIUIT (PVC) (sam 40) Col .) (BORB) 618 545 􀁃􀁏􀁒􀁄􀁕􀁉􀁾􀀮 (PVC)(SCBD 40) 􀀨􀁾􀀮􀀩 620 504 BLEc: COl'IUUC:1'OR (nO•. 6) BARB 620 510 ztaC CDl1Dt1craR (110. 6) IIISOLA.TJlD 62<1 503. GROt:IND BOX 'IT A (1223ll) W/AnQJ 624 503 GROURD BOX ft C (162!tll) ll/APMJIf' (j) 􀀨􀁪􀀩􀁲􀁾 01' ....-t-􀁾o...-t 􀁾􀁾 I"􀁾fLf) 􀁾XLtLo.______ §l a: Lf) 􀁾H􀁾 􀁾􀁾§􀁾 MIS.Des.7201 TASUlMIai OF BIDS TEXAS DBPM'fIIIIIIIJr OP 'l'DDSPOR'rA:l'ICBr, Al1STDt PAGK 2-IDlY BIDDBR JOB err DIY MB. 1 3032 57 48 t3 a.: COUR'n' IW.LJIS PROaBCr eM "(44') . TrJI8 ' 􀁇􀁬􀁗􀀾􀁄􀁇􀁾 DSB. PAVIMEI!r.r 􀁾 :im..Umum 'nJIJ3 lOS 1'RJR1UJIG JWrS I.IMn'S PRCM.m JlDDISOI as BBLTLDIB RD AT MlDIO.Y 􀁾􀁾 8050-18-034 􀁾 0.333 MILES DAm· 08/03/1999 TOI" AT QDCIRIJM KD :Id It. L 1TEl4 cam 1IlOT ontl I tllmER. <:0 "rnM DRS SP I'DlM DBSCRIP'l'IaR OBIT QUN!J'l"l'ft UNIT BID ANDmI'.l' El!I'G EST DOLLIRS ".3." 628 622 ELBC SBRV TfS(120/ZoIO) 000 [BSlas (B)SP{U) .R& 2.000 5.250.000 10.500.00 1.500.00 7,500.00 2•50 649 504 RBLOC SMALL RDSD SGIiI ASSMS .. 0 7.000 705.000 4.'35.00 365.00 .2,380.00 93 .-t 656 512 nID PQR 'l'ItAP BIG (36 Df D1UL SBF'J'.) II U2.000 253.000 28,335.00 140.00 12,656.00 81 656 518 TRAP SXG QI'l'RL no cr 2.200 2,787.840 6,133.25 900.00 4,LS3.25 210 0'1 662 511.003 HRlt ZN PAY JlDUt IUlHJIT (R) (24-) (9W) LF 280.000 1.7.000 4.760.00 10.Z0 􀀱􀀮􀁾􀀰􀀰􀀱􀀮􀀰􀀰 G7 0"("'--" 662 541003 WRX ZIf PAY MRr. RD«JV (CL B) TY I""A BlL 305.000 8.500 2,5!t2.50 3.00 1,677.50 183 (j\ 6&2 542003 􀁾 ZB PAY :: IUlNDV (CL B) '1Y I-C -.-t 627.000. 8.500 5,329.50 3.90 2,884.20.UB lI) 662 545003 WRIt ZIf PAV 1UlMDIf (CL C) TI''' BA 1.991·000 4.000 􀀷􀀬􀁾􀀸􀀸􀀮􀀰􀀰 2.25 3,494.75 78 662 546003 1UtK m PAY MIlK RDICW (eL C) rr y Ell 914.000 4.250 3,884.50 2.75 1.371.00 SS 0) ·666 502018 REPL PAY MIll: 1'1" I (tI) (4 8 ) (BU) IS 362.000 1.250 452.50 .42 300.46 1.98 :::s 666 50'018 􀁾 PAY MRK Tr I (tI) (lZ8 ) 􀀨􀁾􀀩􀀮 U! 1,658.000 6.500 10.777.00 2.50 6,632.00 160 a: li66 512018 RBFL PAY MRI[ T!' [ (W) (24") (sm) II 432.000 8.500' 3,672.00 5.60·· 1.252.80 52 666 513018 RBFL PAV MRX TlC I (11') (AR,BOW) • • 43.000 1.21.500 5.224.50 124.00 107.50-2-666 511018 REPL PAY IIRX rr I (If) (MCRD) -43.000 168.000 7.224.00 134.00 1.462.00 25 616 5]6018 RIIPL PAY IIRIC 7r Xl: (W) (411 ) (BRltl LP 362.000 2.000 724.00 .35 597.30 471 666 sn018 RSFL PAY MRJ( '1'Y IX no (12-) (SID) II 1,658.00-0 4.250 : 7,046.·50 2.00 􀁾􀀮􀀧􀀱􀀳􀁢􀀮􀀵􀀰 113 661i 544018 RBPL PAY MR1t 'l'i' II (W). (24ft ) . (SID) LF 432.000 '.500 2,808.00 2.50 1,"128.00 160 666 545018 BBPL PAV MRIt rr II. (tI) (AIlBOtI) -. 43.000 87.000. 3.'141.00 40.00 2,021.00 U8 '66 549018 RD'L 1>AV MRIt ft xx (w) {lICRD} EA. 43.000 116.000 4,988.00 37.50 3,375.50 209 I'-672 502012 BAlS PAV MAD CL A (JIGlJLB) Tr I-e: 1!A 284.000 17.000 4,828.00 12.50 1,278.00 3fi 􀁾 672 507012 DIS PAY MIlKIl a. B (REPL) ft 1:-C .. 574.000 5.750 3.300.50 4.00 1.004.50 +l 􀁾00 672 516012 RJUS PAY MRKR a. C· (TIlAP B'1it) 'IT·W -588.000 _4.500 2,646.00 4.50 I 677 506 BLlM JUT PAY MR1t "MRXK (24") II 290.000 1.750 507.50 3.15 406.00-44-lI) 1'0 617 518 BLIM BZ'l' PAV MRlt " MRIm (RAIS 􀁐􀁁􀁾 NRKR) BA 1,406.000 1.000 :. 1,406.00 1.00 '"I 6677B8 550041 PPAAVV. SSOURRPP' PPHDDP I􀁾't1R MMRaKSS.· ((l42-") ) LLPP 1.63S682..000000 .250jl 2.07920..5500 ..7905 􀀲8􀀳2􀀵9􀀮. 􀁾0􀀰􀀭 7672-'" 1.250 I'-678 506 PAY SURP PREP POR MRXS (24·) 􀁾 432.000 2.S00 1.080.00 2.10 172.80 1!J 0'1 678 507 PAV SOJlF PUP I'OR MUS (ADOlf) BA 43.000 24.000 1,032.00 14.00 430.00 71 X 678 508 PAV stJRIl' PRBP :mR MRKS (lIQRD) D 43.000 36.000 1.548.00 15.50 881.50 132 It! 680 502 DIBTAL OIl mrr '1'UF Sl:G {S'!B'J'IM} EA. 2.000 60,000.000 120.000.00 7,500.00 105,OOO.00.'l00 􀁉􀀮􀀮􀁌􀀮􀀮􀀬􀁾 684 520 TRAP SIG CBL (n A) (20 COIIlDR) (12 MIG) r..P 1.280.000 5.500 7,040.00 3.70 2.304.00 "9 6... 546 TRAP SIG CBL (n C) (2 CONDR) til MG) laP 5,695.000 1.000 5,695.00 .75 1,423.75 33 W 684 553 TRAP 8m CBL rn A} (S c:amR) (16 AWG) LF 1,945.000 1.000 1,9"5.00 1.15 29J..75-13-U '84 554 'mAP SIG CBL (n A) (7 camR) (16 JIIIfG) IR 50.000 1.000 50.00 1.20 10.00-1.7-H l.J... 688 511 VIllI DE'1"iCJ' (SMfa7l') LP 8,470.000 7.000 59,290.00 5.00 :16.940.00 4.0 aI..L.. 5007 SOl BU.BD RAT PCJl BROSH 􀁾 SBilft COB'l Do 32..000 20.250 648.00 15.50 152..00 :n 5007 502 III. BY POR BRSR 􀁾 SED carr (RMV & ·BDL) E& 32.000 1.8.750 600.00 12.10 212.80 5S fE 5007 503 DIi£D BU FOR ERCS1f & AD alIT (RDlCVJ U. 32.000 8.250 264.00 6.00 72.00 38 O! 5012 501 􀁾􀁾cnr:) (CL 1) . DR 10.00-0 43.250 0132.50 50.00 67.50-14-a: 5051 501 PAV S'I'OHBS Sf 74..500 31.250 2,328.13 36.00 353.87-13-::3 5249 501 'I"BMP SBIHr CONT PBRC'S LF 4,950.000 1.750 8,662.50 3.50 8.662.50-so-(/) 52.49 502 'l'IlMP SBIKr a»rJ:' FlilIfCB (IlJl:MOWK & 1lEPLAC) 11 4,950.000 ""': 2.500 1.2,375.00 2.50 fa-Qx f MIS.DeS.7201. .. TIBOLA"1"JPIII OF BIDS '1'RbS 'DBPARIIIIIII'l' or '1'lWIIBPCJmLTICIlI. MIftDf PAGE 3 IDlY. BIDDEP. JtB C'l'1 DIV MH X 3032 51 .8 iil 1DI1T CVBR /UIIDBR URlT QlIAH'nTr 1DIIT BID AJ«XDIT BI!ilG BBT DOLot.ARS , CR .,'50.000 .1.000 4,950.00 1.00 BA 1.000 5'6.000 566.00 290.00 216.00 95 SA. 3.000 457.250 1,371.75 290.00 501.'15 58 BA 6.000 2.300.000 13.BOO.00 900.00 8.400.00 lSI. D 11.000 33&.000 5.712.00 575.00 4,063.00-42--U. 16.000 300.000 4,800.00 95.00 3.280.00 2.16 2.000 1.0.450.000 20,900.00 2,SOO.Op 15.900.00 31• IR 3,530.000 5.500 19.415.00 2.50 10.590.00 120 OOR7ROL 8050-18-034 ImIm'H 0.333 MILlCS 􀁾 08/03/1999 '1'0:" AT COORDM RD CIClmI'1"r DALLAS ROOBCT at 97 (014.9) "l'YPB GRADDG, USB. PAVDIIlR'l' &: DRAIIINJB 􀁾 105 IKlR!tII!(Q nus LDa'l'S FROI::m ADDISCB (M BlIL'1'l.oDUI RD A:l' 1I1IIWAY J AL1'1'BM CODB T 1m DBS SP XTJ!M DBSCRIP'l"ICIJ 5249 SO] 1'DIP SEDIIl carr FIRCI (RIlMOV) .5509 501 UJ If&S'l'BDftR LA!l' a£JlIICDl' . 5509 502 .Am'􀁾MIURLDUI a.BARDCT . 5510 501. 􀁾 OP PIIIB IMlRAIIT 5511 Sal RBLOCATB BlaST MB'1'BJl 5. MB"1'BR BOlt . 5512 501 VBIC.' NJJ W'l'R VJWVB COVBR & 'VMoVB. STACK. 6010 501 SALV !'RAP' S%(Bm[B 6031 511 CCIIIClI.CABLB (6 PAIR.) (1.6 AJIG) (jl 􀁦􀁦􀁩􀀬􀀧􀁾􀀧 .-I (jl o""" .-I Lf) ;g 􀁾C1 ff " I'l,!) 􀁾I􀁾I􀁾 X10 lJ...,r--iii tJ I-l 􀁾􀁾􀁾􀁾 -: II 'I'O".rAL DID 1.,901.500.1.9 SUD( $ OlD 864,214.92 Bm 110. HD..:JOB DlV MO. Bl:IlDBRS rrJIMB NO. RO. 1. 2 !no 3032 48 MISC"".I.JIIBOlJS COST 1.000.00 TO'rA:L PROJBC'l' AT MIDIIAY RD TO : -" M QUORUM RD PREPARED MllY 􀁾􀀹􀀹􀀹 ROADWAY RET LBNGTR .333 MILBS I, i I"-OlOO 0502 PREP RON STA 17.579 $ 1.350.009 􀁾 23.731.65 I.D 0104 0501 RBMOV CONC (PAV) SY 4.329.400 6.600 28,574.04 I.D 0104 0505 R.BMOV COlfC (MIm) S'L 49._000 􀁾􀀱􀀮􀀰􀀰􀀰􀀮 539.00 00 I 0104 0508 RBMOV CONC (FRO) CY , 18.000 80.000 1.440.00 If) . f'<') 0104 0509 RBMCJV OOHC (som.x) SY 2.241.000 1.500 16,807.50 01 0104 0511 RBKOV CONC (DRVW!) SY 1.105.700 12.490 􀀱􀀳􀀬􀀸􀁾􀀰􀀮􀀱􀀹 I 0104 0516 REMOV CONC (RBTAI1f WALL) SY 40.000 33.000 1.;J20.00 01 I"-0104 􀀰􀀵􀀲􀁾 RBMaI1 CONe {cmm. OR C5.G) LF 4.529.300 6.000 27,175.80 0'\ Ol04 0524 REMOV CONC IP'LtJMB) -SY 1..600 13.000 . 20.80 X 0105 0504 RMV STB BS Mm/oa ASH PAY (CL 2)VAR DBP SY 220.400 8.000 1,763.20 ro . 0110 0501-EXCAVATION (RDWY) CY 2,293.300 1.000 16• .053.10 lL._/'T' 0132 0509 EMBANK '(DENS CON'r) eTY C) (CL 3) eX' 970.000 7.500 7,275.00 0160 0506 FtJRN AND PLAC TPSL (CL 2) (4 .) BY 4,1S2.60D 2.000 8.305.20 W 0162 0502 001 BLOCK SODDDfG Sy 1.020.300 3.000 3,060.90 U 0168 0501 VBGBTAT:rvB WATERING MG 2.800 75.000· :110.00 J-I tt: 0276 0624 CEM 'l'RT BS (STR-M) tTY A GR 􀁾􀀩 (CL 2) TON .' 2,553.300 1.9.050 48.640.37 0360 􀀰􀁾􀀲􀀴 028 CONC PAV. (CPCD) (8-) BY ill 7,196.900 25.200 181,:359.36 0 0360 0 26 026 MOlfO CDR8 {TY II) LF 5,850'.600 1.700 i 9,946.02 a: 0402 0501-TRlmCH nCAV PROTBCTION LP 5.000 20.000 100.00 W 0423 0505 RETAINING WALL (CONC BLOClt)· SF 3,592.000 3,592.000 27.000 96,984.00 01: a: 0432 0518 RIPRAP (CONe) (CI. B) (PLUMB) C'l 1.600 330.000 528.00 3-0464 Q505 003 RC PIPE (CL III) 􀀨􀁾􀀴 .) LV 5.000 55.000 275.00 (/) 0465 0914 IMBT (CONPL) (ClJRB) (20 F'r) (SPL) BA.... 1.000 3.360.000 3,360.00 I-0496 0502 RBMOV O;LIl STR ,(SMALL) SA • 1.000 2,000.000 2,000.00 0 0500 0501. MOBILlZATI<2\l . I.S 1.000 94,290.000 94,290.00 Q X 0502 osq1. 01.8 BARRICADBS, ,SIGfiS·.AND TKAP HAIilDLB NO 1.000 . 4,000.000 28,000.00 I-0529 0535. CONe CORB. (DOWKL) (n'. II) LP 125.000 10.000 1.:lS0.00 j Ii R I. ""': CONe CURB 10ND GU'l'TBR (TY II) LF DRV19YS (COIlC) (6 II) . frr COHCRBTB SIDBWALlt (WHB2LCBAIR 1UlKP) Sy CONCRBTB SIDBDLlC (4··)· SY CONe MBDDIf (KOHO· NOSE) (11M DBP'XH) , BY WRit ZN PAY MRK '!tBMOV (If) (24-) (81.0) LP WRK ZN' PAY MRIt RBMOIl (et. B) on I-A EA !'IRK ZN PAY MRX RBKOV (CL B) TY I-C EA MlUt ZN PAY MRK R8MOV (CL C) TY' w SA WRit ZN PAY Jm,K RBMOV (CL c) T!' y SA REF!'-PAY MR.K 􀁾 I· tV)· (4-) (BRX) LF RBPL. PAY MRX TY I ('ill) ('12") tSLD) LV RBFL PAY MRK '1Y I (W)" (24-) (SLD) LP RBPL PAY MRB: T!l I (It) (ARROW) EA REFL PAY WUt TY I (Ii) (WORD) BA RBFL PAY MRX '1Y II (it) (4-) (BRX) LF REPL PAY MRK TY II (W) (12-) (SLDf LF REFL PAY MRX TY II (11') (24-) (SID) LF RErr. PAY HRX TY II CW) (ARROW) SA REPL PAY MRK "n IX (iI) (NORD) RA . RAJ:S PAY MRlCR CL A (JIGGIoB) TY I-C EA RAYS PAV.HRltR CL :e (RBFLo) TY I-C EA RAIS PAY iMRKR CL.C (TRAF BTH) Tl/' " 1m SLIM BXT PAY MIX. '& MRKR (24W) LP BIoIM Err PAY MRK, & MRKR (RAIB PAY J1fRKR) SA PAY SUR.P' PREP POR JIlRltS (4 -) LF PAY SURF PREP' POll POll MRltS (12-) LP PAY SORP' PRPa> 'POR MRXS (24-) LP PAY SURF PRBP. PeR MRICS (ARRow) BA PAY SeRF PREP -lOR MRXS (NORD) Ell ULBD HAY FOR· BROSH & SBDHr OONT SA BL HAY POR BRSN Ii SBO CONT (RMV & REPL) SA BALED HAY POR BROSH & SED CONT (1U'lMOV) EA BKHOK troRX (EROSN CONT) (CL 1) DR INTRLOCK CONe PAY STONBS SY TEMP SBDHT COST LENGTH.333.333.333.000 ;\'G',7 􀁾 1,003,399.40207,042.491,000.00 's 1,211.,441.89 ilii 1,037,225.27173,216.62 V' 1,000.00 1,211.441.89 $ CM 97{449) ROADWAY $ 'l'RU'FIC AND ILLUMINATION $ <:oHTRAcrOR PORCH ACCOURT 􀁾􀀱􀁕􀁴 (PART) . $ . I .' TOTAL 8050-18-034 $ TOTAL BID rQMS . . . $ BNGINBBRING MD CONTDlGBRCIBS 'fO'.L'M, JIIlSCl«.LNmOUS COST TOTAL COST·. 8050-18-034 􀁾o..-fLf)0'10'1'---(J'\..-f, 'J bee. 􀀼􀀺􀁊􀁾 ) 􀂷􀁴􀁙􀁏􀁾􀀩􀀮􀁫􀀬􀁏􀁾 ,83 G,.;,,+ =4-2, 220,'0so.72... f. 1 I \ CJ 0 L 50a· ICJ 4-3"7, SOOo53 * ; . ill 4c-􀀫􀁾􀁯􀀮􀁊,-􀁾􀀭􀁴􀁑􀀭􀀧 􀁁􀁇􀀫􀁾􀁉 􀁚􀁾􀁤 , 􀁥􀁾 􀁾 Cevt.-t 􀁾􀀧􀁊􀀤􀀭􀁃 􀁣􀀡􀁾 .-nIff42-re.-"'-"c-􀁾 .J' 􀁾1-1tt:LJ􀁾t.Dt.D I-􀁾I-􀁾 iii M'IS .ocs.9701 iii TEXAS DEPnTMIIIIrr OF, TJUlNSPORTATION o...-i 0.: COMBINED BSTlMATB -00000000 DISTRICT, is COUNTY 57 OOHTROL 8050-10-034 LlNGTB 0.333 MILES ITBM DESC SPV DESCRIPTION tlNI'T QUANTZTY HIGBWM MR PlUCB CM 91 (449) 1IMOUNT 23.731.65 28.574.04 53!LOO 1.440. DO 16.807.50 13.810.19 1.320.00 27.175.BO :20. SO 1.763.20 1.6.053.10 7.275.00 8.305.20 3.060.90 210.00 48.640.3? 181.359.36 9.946.02 100. DO 96.984.00 528. DO I 275.00 3.360.00 ,2.000.00 94.290.00 28.000.00 1.250.00 I 34.767.00 27.486.00 12.04L25 54.794.40 3.696.00 585.00 34.'177.50 500.00 648.00 23.300.00 l,456.00 642.00 . 195.80 .S.802.00 1.414.00 3,000.00 . 2,555.00 􀀱􀀵􀁾􀀶􀁂􀁏􀁟􀀰􀀰 1.980.00 2,856.00 915.00 . 1,350.000 $ 6.600 1.1.000 BO.OOO 7.500 12.490, 33.000 6.000 13.000 8.000 7.000 7.500 2.000 3.000 75.000, 19.050 25.200 1.700 . 20.000 27.000 330.000 55.000 3.360.000' 2',000.000 94,290_000 4,000.000 10.000 10.000 30.000 41.500 24.000 84.000 9.750 5.250 6.250 16.200 20.000 4.550 0.600 0.890 489.000 , 707.000 1,500.000 365'-000 140.000 900.000 􀀱􀀰􀀧􀁾􀀲􀀰􀀰 " 3.000 17.579 $ 4.329.400 49. 000 18.000 2.241. 000 1.105.700 40.000 4.52!L300 1.600 220.400 2.293',300 970.000 4.152.600 1. o:io :300 2.800 2.553.300 7.US.BOO 5.850.600 5.000 3.592.000 . 􀁾􀀱􀀶􀀰􀀰 􀁾􀀮􀁯􀁯􀁯 1..000 • 1.QOO 1.000 7.000 125.000 3.476.700 916.200 253.500 2.283.100, 44.000 60.000 6.510.000 80.000 40.000 1.165.000 320.000 1.070.000 220.000 18 .000 2.000 2.000 7.000 112.• 000 2'.200 280.000 305.000 􀁾 STA SY 81' CY 91' 81' 8Y LP SY (CL 2)VAR DBP 9Y CY C! Sy . 8Y MG TON 81' LP LP SF CY LF BA BA LS MO LF LF BY BY SY SY LF LF LF LF LF LF LF LP SA SA SA SA r.F c:'l LF BA PRBP ROW RBMOV CONC (PAV) aprOV CONC (MBD) RkMoV CONC (PND) RDIOV CONC (SDWLK) REMOV CONe (DRVWY) REMOV CONe (U'l'AIN WALL) REMOV CONC (CURB OR C&G) REMOV COIllC (FLUME) . RMV Sft BS AND/OR. ASH .PAV gCAV7iI'IW (RDWY) . BIIBANK {DENS amT). (TY C) (eL 3) F1JR)l AND PLAC TPSL (CL 2) [4 -) BLOCK SODDING VEGBTATIVB WATBRmG CBM TaT BS (STR-H) (n .A GR 1) (CL 2) CONC PAY (CPCD) (8") MONO CURB en' II) TRENCH DCAV PROTBC'1"IOU RB'I'AINING IiALL (COlIC BLOCK) UFRAP (CORC) (CL B) (FLtJI4K) RC PIPB ·(CL iII:I) (24 -) INLft (COMPL) (CORB) (20 nl (SPL) REMOV OLD 5TH 􀀨􀁾􀀩 . JIOBILIZATION .. BARRICADES. SIGNS AHD TRAP HAHDLS CONC CURB (DOWBL) (T!" II) CONC CORB NID GO'lTU (TY II) DRVWYS (CONC)·(6 -) . . OoNCRB'.l"B SIDBWALK (IDiBBLCB1UR RAMP) CONCRB'l"K SIDEWALK (4 -) _ CONe MBD:IAB (MONO NOSB) 􀀨􀁾 DBP'l'R) CONDUIT (RN) (1 1/2-) CONDUIT (PVC) (scm 40) (2 -) CONDUIT (PVC) (SCRD 40) (3 -) CONDUJ:T (PVC) (scm 40) (4 -) CONDUIT lPVC)(SCHD 40) (4 -) (BORB) CONDUIT (PVC) (SCHD 40) 􀀨􀁾 -) BLSC CONDQC'l'OR (EO. 6) BMlB BLBC CONDUCTOR (EO. .6) INStJLATBD GRQURD BOX TY A (1.22311) fI/ItP'lWlf . GROUND BOX TY. c: [162'1.1), lllARRIJB BLBC SBRV TYS(120/240)OOO(NS)GS(I)SP( Ul RBLOC SMALL RDSD SGN MSMS . FND FOR·'l'RAP' SIG (36. III DRIIa SlIFT) TRAP' SIG anaL PRJ) .:.-' i, WRIt ZH PAY MRlt REMOV' (W) (24-) (SID) WRl( ZN .PAV MlUt RDJOV' (et. B) Tr I-A 100 0502 104 0501 104 0§05 􀁾􀀰􀀴 OSCIB 􀁾􀀰􀀴 0509 104' 0511 104 0516 104 0521 􀁾􀀰􀀴 0524 􀁾􀁏􀁓 0504 ' 􀁾􀀱􀀰 0501 􀁾􀀳􀀲 0509 :U>O 0506 162 0502 Oth 16B 0501 276 0624 360 0524 02B 360 0526 028 402 0501 423 0505 432 􀁑􀀵􀁾􀀸 464 0505'003 465 0914 496 0502 500 0501 502 0501 􀁏􀁾􀁂 529 0535 529 0554 530 0501 531 0503 531 0507 536 0511 618 0504 618 OSU 618 􀀰􀁾􀀺􀁬􀀮􀀳 6U 0514 618 0535 618 0545 620 0504 620 0510 624 0501 624 0503 628 0.622 649 0504 656 0512 656 0518 662 0511' 003 662·054'1 003 ' (0 􀁾th /'f) 01 􀁾I"0..\ Xro LLroIf) o...-i If) 􀁾 a: (J) KAY FOR BROSH • SEDMT C'O!IT SA 32.000 1.5.500 496.00 00I 5007 0502 BL HAY FOR USN 􀁾 8Im com (RMV 5. RBPL) SA • 32.000 12.100 387.20 If) 5007 0503 BALED KAY FOR. BROSH • sm a:mT (RBMOV) SA 32.000 6.000 192.00 f'i) ('I 􀀵􀀰􀁾􀀲 0501 BkIIOB WOIUC (BROSH.. COHT) (CL 1) BR 10.000 50.000 500.00 I 5051 0501 IN"1'RLOClt· CONe PAV. S"rONBS Sy 74.500 36.000 2,682.00 I ('I I'-5249 0501 TEMP SEDJI'!'· 0CIIl1" PBN'CB o 􀁾 LP 4,950.000 3.500 0·· 1.7,325.00 en 5249 0502 "l'BMP SBDJlJ'l" CONT PBNCB.· (RBMOYB lit: RBPLAC) LP 4.950.000 2'.500· 12,375.00 X 5249 0503 TEMP SJmlIIJ'.l' CONT FBHCE (RI!:MOV) LP 4.950.000 1.000 4,950.00 itl 5509 0501 ADJ WASTBDTBR LAT CLBJlH011I' SA 1.000 290.000 290.00 􀁬􀀮􀁊􀀮􀀮􀀮􀀯􀁾 5509 0502 }lDJ WASTBMATBR MAINLINE CLBMrollT BA 3.000 290.000 970.00 . 551.0 0501 ADJ OF FlU HYDRANT BA 6.000 900.000 5,400.00 w 5511 0501 RELOCATS BXISr METER " MBTBR BOX SA 17.. 000 575.000 9,775.00 u 5512 0501 VERT ADJ JITR 􀁖􀁁􀁌􀁾 COVER 􀁾 VALVE STACK SA 􀀱􀀱􀁾􀀧􀀰􀀰􀀰 95.000 􀁾􀀬􀁓􀀲􀀰􀀮􀀰􀀰 . I-i 6010 0501 SALV. TRAP SIGMLS BA 2.500.000 15,000.00 . l...L.. . 000 l...L.. 􀀶􀀰􀀳􀁾 0511 COMMlJlf CIUlLB (6 PAIR) (lEi AJiG) LP 3,530.000 2.500 8,825.00 . Cl a: SOB7O'1'M. . $ 1,037,225.27. w􀁾 a: BRGINDRING .AND CORTDlGBNCIES 173,216.62 3 (/) CONTRAC'l'OR roRCB ACCOUNT WORK (PART) .... I-TRANSPOO'ABLE CELLULAR TELBPH()HB LS 1.000 $ 1,000.00 Cl , Q rasCIILIaANBOus COST· $ 1,000.00 􀁾 1'O'1'AL ALL ITEMS . $ .1.,211.. 441.89 J• ... " ) ,------) 4453 ;􀀭􀀱􀁾􀁯􀀧􀀢􀀭 DAR-T-"\ 'i 'vV 􀁾􀁊􀀺􀁣 􀁾 "c" uf+? \ . b 􀁾􀁒􀀭􀁬 􀁐􀁯􀀮􀀮􀀭􀁖􀀢􀀢􀁨􀀼􀀺􀀭􀁌􀁾􀁥􀀭􀁶􀁴 '"'k: . EJ, w. f....-b-c.. 2 . 0 v.JL. L A.P $. ''::>eJ I er-e-0 Add,'3.-0Vl 4150,cs-ea D 􀁌􀀬􀀬􀁾􀀭􀀬􀀭 L.h? ( 􀁾􀁬􀁌􀁙􀁜􀀭􀁴􀀭􀀢􀀪􀁾 􀀺􀁄􀁁􀁾􀀭􀁔􀀩 .$. 􀁉􀁾􀁯􀀬􀁯􀀭􀁥􀁡 􀁾􀁦􀀽􀀾 􀀨􀁾􀀮􀁥􀀮 kLrr) {,/5M State ) Farm'lnsurance ) Companies STATE FARM INSURANCE@July 19, 1999 Ron Whitehead P.O. Box 144 Addison, TX 75001 Dear Ron: North Texas Office 17301 PrestonRoad P.O. Box 799100 Dallas, Texas 75379-9100 Keith M. Androff, CLU, ChFC, FLMI Regional Public Affairs Manager Phone: (972) 732-5445 Enclosed is the State Farm grant application we discussed in our meeting for the intersection located at Beltline and Midway. Ifyou plan to apply for financial assistance, your application must be completed and returned to John Werner at the address listed on the application by September 30, 1999. The available funds are intended for an Intersection Operational and Safety Study. We look forward to talking with you more about this project and stand ready to assist you or any of your staff regarding this grant application. If you have any questions, please give me a call at 972-732-5445. Sincerely, Keith I HOME OFFICES: BLOOMINGTON, ILLINOIS 61710-0001 ) ) National List-Phase 2 For Internal use only: Date Application Received _ GRANT APPLICATION INTERSECTION SAFETY IMPROVEMENTS Application Number: DUE: July 1,2000 State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities controlling intersections specified by State Farm up to $100,000 for engineering counter measures that will mitigate high crash and injury risk. The Intersection Operational and Safety Studies completed under Phase One will have identified engineering countermeasures that can result in significant reduction in crashes. This grant is intended to provide funds for engineering improvements which are generally low cost and immediately available identified in the Intersection Operational and Safety Study for the intersection and proposed by the government entity. The study performed pursuant to Phase One of this grant should meet the following objectives: 1. Identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection 2. Recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 3. Conduct an economic evaluation that will identify the costs and benefits of the recommended countermeasures. 4. Recommend an immediate and long term action plan for implementing the engineering countermeasures. Please provide the following information regarding the proposed intersection improvements: APPLICANTINFORMATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name Title--------------Telephone Number Facsimile Number---------Address (street, city, state, zip code): _ PROJECT DIRECTOR: Name-------------Title----------- Telephone Number Facsimile Number _ Address (street, city, state, zip code): _ PROJECT INFORMATION 􀁁􀁤􀁤􀁲􀁥􀁳􀁾 of intersection identified by State Farm for possible eligibility for subject giant: Beltline and Midway Amount of funding requested: Please attach a description ofthe proposed improvements for the above listed intersection. The description should contain sufficient detail to determine that the proposed improvements are consistent with the findings of the report prepared pursuant to Phase One of this program. The award of a grant shall be at the sole discretion of State Farm. State Farm will release the funds upon the certification of a professional engineer that the improvements to the intersection have been completed. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance and management related to the ---=B-=e.=.l.=tl=.:l=..:·􀁮􀀺􀀺􀀺􀀮􀀮􀀺􀁥􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀺􀁡􀀺􀀺􀀮􀀮􀀺􀀺􀀺􀁮􀀽􀀭􀀽􀁤􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀺􀀮􀀮􀀺􀀺􀁍􀀽􀁩􀀮􀀽 􀀮􀁤􀁷􀀢􀀭􀁡􀁾􀁹􀀧􀁟􀁟_ Intersection. The City of Addison agrees that its acceptance offunds from State Farm will indicate its acceptance to the terms and conditions of the grant. Chief Authorizing Officer Date Please send completed form to: John Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: July 1,2000 Attachment A TERMS OF REFERENCE FOR INTERSECTION OPERATIONAL AND SAFETY STUDIES Study Objectives: 1. To identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection. 2. To recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits of the . recommended countermeasures. 4. To recommend an immediate and long term action plan for implementing the engineering countermeasures. Required Study Procedures: The study shall consist of the following Phases: Phase 1: Quantitative Intersection Analysis This phase shall consist ofthe following tasks: Task 1: Geometric Analysis Review the existing intersection geometry and check for any characteristics that may be contributing to a high crash risk. Include a check of sight distance, turn radii, horizontal and vertical alignment, signal visibility, pavement marking, clear zone, pedestrian and transit transit facilities, and any other relevant geometric features. Task 2: Crash Data Analysis Review police crash data and identify all relevant patterns, including spatial and temporal characteristics, weather, pavement, and light conditions, crash types, contributing causes, and any other crash characteristics. Analysis to include the last three years of available data. Task 3: Traffic Conflict Analysis Conduct a detailed traffic conflict survey. Observe, record, and analyze all conflicts using trained and qualified observers. The traffic conflict survey is to be conducted according to the Traffic Conflicts Procedures Manual, 2nd Edition (November 1996) prepared by Hamilton Associates for the Insurance Corporation ofBritish Columbia. A copy ofthe manual can be obtained from State Farm or from Hamilton Associates at 604-684-4488. Analyze the conflict data to determine the causes behind the conflicts, temporal and ) spatial distributions, as well as the most severe and hazardous conflict types using a numerical scale. Relate the conflict findings to the crash data analysis. Task 4: Capacity Analysis Conduct turning movement traffic counts for the morning, midday, and afternoon peak periods. Review the signal timing and phasing plan. Analyze the intersection capacity and levels of service per movement using the Highway Capacity Manual procedures. Include a review of bus and pedestrian operations. Review efficiency, delays and queuing, from a safety perspective to determine the interrelationship between capacity operations and safety performance. Task 5: Human Factors Analysis Observe and analyze driver behavior at the Intersection, and the relationship between the existing geometric characteristics and driver perceptions of the intersection. Measure approach speeds, review the visual environment (including directional and regulatory signing, landscaping, land use, and background distractions) from the perspective of the driver. Phase 2: Identification of Deficiencies Using the results ofPhase 1, clearly identify the engineering characteristics of the Intersection that are contributing to a high crash risk. Clearly relate each identified deficiency with the measurable features that were analyzed in Phase 1. All identified deficiencies shall be supported by the quantitative analysis. Phase 3: Development of Countermeasures Develop a set of engineering countermeasures that will mitigate the deficiencies Identified in Phase 2. Clearly relate each engineering countermeasure with the specific deficiency that will be addressed. Develop both low cost, readily implementable countermeasures as well as longer term, potentially more costly solutions. Clearly demonstrate the effectiveness of the countermeasures in addressing the identified deficiencies, by providing quantitative, empirical evidence of effectiveness. While engineering countermeasures are the focus of this study, enforcement efforts that may be effective in reducing the crash risk should also be identified whenever possible. The need for additional enforcement should be supported by quantified driver behavior characteristics, such as speeding, red light running, and aggressive weaving /Iane changing. Phase 4: Economic Evaluation Conduct an economic evaluation ofthe recommended engineering countermeasures by clearly quantifying the expected countermeasure effectiveness in terms of crash reduction; the average societal and typical insurance claim values ofthe saved crashes; and the countermeasure implementation cost. Account for the estimated project life of the engineering countermeasures, and apply an appropriate discount rate in the calculation of the costs and benefits. Calculate the safety benefit to cost ratio ofthe countermeasures, from both the average societal and typical insurance cost perspectives. Account for crash severity in this analysis, both in terms ofthe value of the anticipated crash reduction and the expected crash characteristics after implementation of the countermeasures. In addition, determine and quantify whenever possible the non-safety implications ofthe engineering countermeasures, such as impacts on capacity, accessibility, and land use. Clearly identify the tradeoffs involved in implementing the engineering countermeasures. Phase 5: Action Plan Using the results ofPhases 1 through 4, develop an Action Plan for the implementation of countermeasures at the intersection to reduce the crash risk. The Action Plan shall clearly identify a set of immediately implementable countermeasures that are achievable at relatively low cost, as well as a set oflonger-term countermeasures that may require capital cost programming. The associated benefits and costs at every stage ofthe Action Plan should be clearly summarized. Phase 6: Documentation A Draft Report clearly documenting all the study procedures, assumptions, findings, calculations, and recommendations shall be prepared. The Draft Report shall be clearly organized according to the sequence ofPhases 1 to 5 as described above The Draft Report shall contain figures, tables, and photographs to succinctly summarize and support the key findings of the study, as well as an Executive Summary. The Draft Report contents shall be presented to the [City/County/government al unit] at a formal project review meeting. Upon reviewing the contents of the Draft Report, the city will provide comments on the contents. A Final Report incorporating the [City/County/governmenta l unit]'s comments shall then be prepared. Stakeholder Consultation: The stakeholders that are to be consulted during the course of this study are the road agencies that have jurisdiction over the subject intersection, and the police force that has jurisdiction to enforce traffic and record crashes at the intersection. The road agencies are to be consulted and provided with project updates at least twice prior to the Submission ofthe Draft Report: early in Phase One, and at the end ofPhase Three. A third meeting with the road agencies will occur at the presentation of the Draft Report. The police are to be consulted during Phase One of the study. Study Schedule The study is to be completed to the Draft Report stage within one month of authorization being received to proceed. Consultant's Proposal: Consultants who are interested in submitting a proposal to complete this study should clearly demonstrate their skill and experience in conducting similar studies. The proposal should include: X The consultant's understanding of the study requirements (1 page or less). X The consultant's work plan, clearly indicating the procedures to be used to complete each of the identified phases and tasks. Indicate the key milestones, deliverables, and meetings with the stakeholders (5 to 10 pages). X The consultant's project team, clearly ideI1tifying the Project Manager, and the relevant experience of the team members (2 to 3 pages). Generic resumes may be included in an Appendix. X The consultant's recent experience on similar projects, with project descriptions and reference names and telephone numbers (2 to 3 pages). Project sheets may be included in an Appendix. Appendix. X The consultant's schedule for completing the study (2 pages or less). X Summary ofthe advantages and special features offered by the consultant's proposal (1 page or less). After the Table of Contents, the consultant's proposal should not exceed 20 pages, including all diagrams, figures and tables. Appendices can be additional, but may not necessarily be reviewed. The proposals will be evaluated on the basis of: X Understanding of the assignment (15%). X Thoroughness of the Work Plan (40%). X Composition of the Project Team, and experience on similar projects (20%) X Quality and effort inherent in the proposal (15%). X Innovation and value-added offered by the proposal (10%). National List-Phase 1 GRANT APPLICATION INTERSECTION SAFETY STUDY DUE: September 30, 1999 For Internal use only: Date Application Received _ Application Number: _ State Farm Mutual Automobile Insurance Company (State Farm) is making available to governmental entities up to $20,000 for Intersection Operational and Safety Studies for specific intersections identified by State Farm pursuant to its research. Following completion of the study, additional funds (up to $100,000) will be available under a separate grant for repair or improvements meeting the objectives of the Intersection Operational and Safety Study. Studies performed pursuant to this grant shall include the following objectives: 1. To identify the road engineering deficiencies that are contributing to a high crash risk at the subject intersection 2. To recommend a set of engineering countermeasure strategies that will address the identified deficiencies. 3. To conduct an economic evaluation that will identify the costs and benefits of the recommended countermeasures. 4. To recommend an immediate and long term action plan for implementing the engineering countermeasures. Please see Attachment A for a complete description of the type of study eligible for such funding. Please provide the following information regarding a proposed study: APPLICANTINFORMATION Local Government (Name) City of Addison CHIEF AUTHORIZING OFFICIAL: Name-------------Title--------------Telephone Number---------Facsimile Number---------Address (street, city, state, zip code): _ PROJECT DIRECTOR: Name 􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁔􀁩􀁴􀁬􀁥􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 Telephone Number Facsimile Number _ Address (street, city, state, zip code): _ PROJECT INFORMATION Address of intersection identified by State Farm for possible eligibility for subject grant: Beltline and Midway Amount of funding requested: Name of Consultant: Please attach a description of the proposed study for the above listed intersection. The description should contain sufficient detail to determine that the proposal meets the criteria described in Attachment A to this application. State Farm will release the funds upon its confirmation that the proposed study is consistent with the terms of reference criteria described in Attachment A. The award of a grant shall be at the sole discretion of State Farm. Studies must be completed within six months of approval of the grant proposal by State Farm. The City of Addison agrees that it shall provide a copy ofthe completed Intersection Operational and Safety Study report pursuant to this grant to be used for State Farm's research purposes. The City of Addison takes full responsibility for and agrees to indemnify State Farm for any expenses for any and all claims or actions, which arise concerning the construction, and subsequent highway usage, maintenance and management related to the Beltline and 􀁍􀁩􀁤􀁷􀁡􀁉􀁮􀁴􀁥􀁲􀁳􀁥􀁣􀁴􀁩􀁯􀁮􀁾 The City of Addison agrees that its acceptance of funds from State Farm will indicate its acceptance to the terms and conditions of the grant. Chief Authorizing Officer Date Please send completed form to: John Werner Assistant Director State Farm Insurance Companies One State Farm Plaza D-3 Bloomington Illinois 61710 DUE: September 30, 1999