I i I l, c} .􀁾, 􀀠 -< :..;.. (l) Vl I'D ."o.. .· .::>, "􀁾"􀀠 I'D ro 3 ro .:.:>.. '"0" ,;.;..; .... 􀁾􀀠 0> "C ., ::r 0 :0 0 '0" .t· . _______________________________________ _ Public Works I Engineering DATE /J.-1J-1! IJOBND. ATTENTION RE: 􀀱􀁬􀁾􀁃􀁴􀀮􀁨􀁾􀀠􀀻􀁥􀁾􀀠 16801 Wasfgrove • P.O. Box 144 I Addison, Texos 75001 ,i Telephone: 1214) 450·2871 • Fox: 1214)931-6643 I I GENTLEMAN: I WE ARE SENDING YOU J«Attached o Under separate cover via _____the following items: o Shop Drawings o Prints o Plans 0 Samples 0 Specifications i o Copy of letter o Change order 0 ________________ I COPIES DATE NO. DESCRIPTION J /Jr/qlnlLl 􀁾􀁦􀁰􀀵􀀠/,J!/.ddIStYY/:J.flf.pdoca.-/Mrel,rl1t'nt-I v I ( THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted D Resubmit _____ copies for approval D For your use D Approved as noted o Submit copies for distribution D As requested D Returned for corrections D Return corrected prints D For review and comment 0 D FOR BIDS DUE D PRINTS RETURNED AFTER LOAN TO US 􀁒􀁅􀁍􀁁􀁒􀁋􀁓􀁾􀁾􀁈􀁟􀁟􀀢􀁟􀁟􀁟􀀧􀁟􀀹􀁦􀁴􀀡􀀰􀁾􀀭􀁁􀀭 􀀭􀀮--P -r=COPVTO _________________ SIGNED: 􀀭􀀭􀀭􀀺􀁾􀁾􀁾􀀺􀀺􀀺􀀮􀀮􀀮􀁊􀁾􀁾􀀧􀀺􀀺􀀺􀁓􀁾􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please no .ty '""." STATE OF TEXAS § § COUNTY OF DALLAS § DALLAS/ADDISON INIERLOCAL AGREEMENT WHEREAS, the City of Dallas; Texas (hereinafter called "Dallas") and the Town of Addison (hereinafter called "Addison"), both Texas municipal corporations, want to enter into an agreement for the construction of geometric and traffic signal hardware improvements at the intersection of Dallas North Tollway and Arapaho Road (hereinafter called the ''Project''); and WHEREAS, Chapter 791 of the Texas Government Code provides authorization for any local government to contract with one or more local governments to perform governmental functions and services under the terms of the Act. Now, Therefore, this Agreement is hereby made and entered into by Dallas and Addison, in consideration of the mutual promises and covenants contained herein. WITNESSETH: 1. Dallas and Addison agree that the Project improvements currently proposed to be constructed by Addison are interim measures only. Dallas and Addison also agree that the final phase of of improvements shall be designed and constructed once the southbound to northbound U-turn movement reaches 90 vehicles per hour during anyone hour period in a twenty-four hour day. For purposes of determining whether the above-mentioned 90 vehicle per hour criteria has been reached, the traffic count will be performed by a qualified professional individual or firm mutually agreed upon by Dallas and Addison. Addison will also assume the lead role in procuring funding for the final improvements. The design of the final improvements shall be approved by Dallas prior to construction. The final improvements shall be constructed in accordance with this Agreement, except that if any additional terms or conditions become necessary in connection with the final improvements, such additional terms or conditions shall be agreed upon by a duly authorized supplemental agreement to this Agreement. fntllClocal Agreement. Otyot Dallas/Town of Add.iscti. 􀁁􀁾􀁴􀀠 1 2. Dallas agrees to perform the following obligations in connection with the Project: A. To make a detailed review of Project plans, specifications and construction documents. Any subsequent modifications to any approved plans, specifications and construction documents for the Project.shall also be submitted to Dallas for its review and approval. B. To inspect all Project construction activity for conformity with the approved plans, specifications and construction documents. . C. To resume responsibility for maintenance of the Project upon final completion by Addison and acceptance by Dallas. Dallas will maintain existing control of the signal timing for the intersection of Arapaho Road and Dallas North Tollway both during and after Project construction. D. To require all contractors to secure all necessary permits required by Dallas for any work performed within the city limits of Dallas in the course of the Project. 3. .Addison agrees to perform the following obligations in connection with the Project: A. A. Addison will design and construct, or cause design and construction of, all interim Project improvements in accordance with all Dallasapproved design criteria, plans, specifications and construction documents. Addison agrees that if it uses outside entities to perform design and construction work, it will require any consulting engineer or construction contractor used to defend, indemnify and hold Dallas and Addison harmless from any claimed personal injury (including death), property damage or other loss for which recovery of damages is allowed that arises out of or is occasioned by any breach of the contract or any negligent or strictly liable act or omission of the consulting engineer or construction contractor in the performance of any Project work. The form of indemnity to be used is as shown in Exhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% of any local matching share if funding from state or federal sources is utilized) of interim interim Project construction, including but not limited to design, rightof-way acquisition and construction. Addison agrees to reimburse 2 Dallas for the labor, equipment and material costs associated with the installation of temporary and permanent signals as well as signal timing adjustments for the intersection during Project construction as required in Paragraph 2.C above. The estimated costs of these items are shown in ExhibitB, attached to and made a part of this Agreement. C. Addison shall also submit a Traffic Control Plan, to be reviewed and approved by Dallas, as part of the overall Project design. D. Existing landscaping at the intersection belonging to both Dallas and Addison that is removed or torn up for purposes of Project construction shall be restored by Addison to its original condition, or better, prior to final completion of all Project work. 4. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. This Agreement shall be performed in Dallas County, Texas, and exclusive venue for any legal action required to enforce or construe this Interlocal Agreement shall be in Dallas County. 5. This Agreement embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters contained herein; and, except as otherwise provided in this Agreement, cannot be modified without a written duly authorized supplemental agreement of the parties. Executed this 4 day of DeamDfJ:. ,1998 by Addison, pursuant to aty of Addison Council Minutes dated 􀁃􀁊􀁣􀁲􀁾􀁂􀂣􀁉􀀿􀁡􀀮􀀱􀁲􀀠1998, and by Dallas, pursuant to City Council Resolution 98-IS-fat r dated mAY 27 .1998. CITY OF DALLAS TOWN OF ADDISON TEODORO J. BENAVIDES, City Manager 􀁾By: J<-l.J L:tto:=) By: 􀁾􀁾 ->\ . [" . ASSStant City Manager City Manager 􀁾􀀠 3 APPROVED AS 10 FORM: APPROVED AS TO FORM: ANGELA K. WASHINGTON Interim City Attorney Assistant aty Attorney SJiljmitted 10 􀁃􀁩􀁴􀁏􀁬􀁴􀁴􀁯􀁾􀀱􀁬􀀹􀂥􀀠 4 EXfUBlT A -INDEMNITY FORM Contractor agrees to defend, indemnify and hold Addison, its officers, agents and employees, and the City of Dallas, its officers, agents and employees, harmless against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is.sought, suffered by any person or persons, that may arise out of or be occasioned by Contractor's breach of any of the terms or prOvisions of this Contract, or by any negligent or strictly liable act or omission of Contractor, its officers, agents, employees or subcontractors, in the performance of this Contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of Addison, its officers, agents or employees, or the sole negligence or fault of Dallas, its officers, agents or employees, and in the event of joint and concurring negligence or fault of Contractor, Addison and Dallas, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, without waiving any governmental immunity available to Addison or the City of Dallas under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Exhibit A -Page 1 of 1 EXHIBIT B -Temporary and Permanent Signal Cost Estimate Arapaho at Dallas Parkway LABOR WORKSHEET 􀀺􀀬􀁾􀀺􀁲􀁾􀀺􀀻􀀺􀀠 . -.HRS .. TOTAL . 􀁇􀁾􀁧􀁾􀁾􀀮􀀺􀁴􀁾􀁩􀀻􀁾􀁾􀁧􀁾􀁾􀀻􀀻􀁾􀁬􀁩􀁾􀁾􀁾􀁾􀁾􀀩􀁻􀁾􀂷� �􀁾􀀢􀀺􀀠 _: .:·,:c:,,!,,'-· 􀀺􀀮􀀺􀀺􀀮􀁾􀀺􀀮􀀺􀀢􀁦􀁩􀀺􀀬􀀺􀀻􀀻􀀧􀁟􀁬􀀮􀁊􀁯􀀺􀀮􀀭􀁾􀀢􀀺􀀮􀂷􀀠 .. .", 􀀺􀀮􀀢􀀧􀁾􀀻􀁾􀁾 Electrician Master 114 $24.94 40 $997.eo Electrician Supv. 49 $21.63 120 $2,595.60 Electrician Journeyman 48 $19.67 120 $2,360.40 Electrician Journeyman 48 $19.67 120 $2,360.40 Electrician 48 $15.36 120 $1,843.20 Electrician 46 $15.36 120 $1.843.20 Engineer 57 $31.45 16 $503.20 Inspector 49 $19.55 8 $156.40 SUBTOTAL $12.660.00 +22%OH 􀁾􀀬􀀷􀀡􀀡􀂧􀀮􀀲􀁑􀀠 J TOTAL $15.445.20 Explanation of labor costs: { E1ectrldans; Will construd and maintaio the tempor.ary frame Ifgnals during the construction. The estimates assume three Signal adjustments wUI be need throughout the cons!nleUon due to trarrtc switches. engineer: Will perform .Ignal timing Changes fOr the temporary and pennanenilramc "gnals. Inspector. Will handle COOfdInatfon ot delivery of au required signal hardWare and will Inspect the Instalfatron of pull boxes and conduiL EQUIPMENT WORKSHEET EQUIPMENT Bucket Truck' . $50.00 15 SO.OO Pole Cat $75.00 5 $375.00 Pick U Truck $20.00 5 $100.00 TOTAL $1.225.00 Explanation of equipment costs: .. Equipment leased through current competitfvely bid price agreement contract. MATERIAL WORKSHEET $590.90 $129.00 $298.00 $42.60 $3.357.48 $672.90 $168.00 $1.181.80 $29.32 • Explanation of material costs: " The CATV cable drop usedJor!:he temporary traffic signal will be reused for the permanent traffic signal if it it still in good worliing condition. GRAND TOTAL $24,285.32 Exhibit B -Page I of I /0 WHEREAS, the Town of Addison desires to make intersection improvements to the intersection on Arapaho Road at Dallas Parkway, which lies partially within both Addison and Dallas city limits; and. WHEREAS, the proposed intersection improvements will require relocating the' existing traffic signals both during and after construction; and, WHEREAS, the traffic signals at this location are currently operated and maintained by the City of Dallas and will be relocated during the project by City forces; and, WHEREAS, the Town of Addison has agreed to pay for the total cost to relocate the traffic signals during and after construction of the project and install signal upgrades as required; and, • WHEREAS, an Interlocal Agreement is required in order for the City to participate with the Town of Addison in this proposed intersection improvement project. Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DALLAS: Section 1. That the City Manager is hereby authorized to enter into' an Interlocal Agreement with the Town of Addison for intersection improvements on Arapaho Road at Dallas Parkway. Section 2. That the City Manager is hereby authorized to execute the Interlocal Agreement after it has been approved as to form by the City Attorney. Section 3. That the City Controller is hereby authorized to disburse funds in an amount not to exceed $24,285.32 from Fund 0522, Agency PBW, Org. 8891, Object 4820. Section 4. That the City Controller is hereby aut!'lOrized to deposit all funds received from the Town of Addison pertaining to this project in the amount of $24,285.32 into Fund 0522, Agency PBW, Org. 8891, Object 4820. Section 5. That this resolution shall take effect immediately from and after its passage in accordance with the provisions of the Charter of the City .RPPRatUEb 􀁾􀁴􀁹􀁤􀀠 it is accordingly so resolved. CITY COUNCIL Distribution: Public Worlls and,Transportation. Sandra Williams. Room 101. 320 E. Jefferson City Attorney City Controller MAY 2 7 1996 Budget and Management Services 􀀧􀀠 '􀁾 􀁾􀁾􀁶􀀧􀀠 􀁾􀀹􀁾􀀭􀀭􀀭􀀬 􀁾􀀠 􀁾CityStmIirY " A"IOVIO 􀁾􀀠Am:O\'t. 􀁾􀀮􀀠 A".O........ iLj)..... /') ,C,:.--> :":::, H DltAlTH1N un. CrTY 􀁾􀁇􀁕􀀠.. '" I ) . 􀁾􀀭􀀧􀀭 ,-..: fJ , TOWN OF ADDIsoN PUBLIC WORKS To: JDe 1 􀁾􀀮􀁥􀁖􀁬􀁡􀁵􀁩􀀡􀀮􀀮􀀠 From: James C. Pierce,Jr.,P.E.,DEE Assistant City Engineer Company: VPo,.lla.s ptJ4TrnVlS Phone:'972/450-2879 FAX: 9721450-2837 FAX#: ilt1-c;'7D-3f?OO 16801 Westgrove Date: I'). -/0-'1'8: P.O. Box 9010 Addison, TX 75001-9010 # of pages (including cover): 5 !4t1l-pttt?r.l'2Je Re: I4AJ.ISoYl􀀯􀁊􀀩􀁾􀁌 {a.s Tnfer-IDed. 􀀴􀀺􀁊􀁲􀁥􀁦􀁾􀀠--r'cL[ 􀁾􀀠 { o Original in mail ji:Per your request o FYI o Call me ( OFFICIAL ACTIONS OF THE ADDISON CITY COUNCIL \. October 27, 1998 7:30 p.m. -Council Chambers 5300 Belt Line Road Present: Mayor Beckert. Councilmembers Halpern. Klein. Mallory, Watson, Wheeler Absent: Dolan Item #R1 -Consideration of Old Business. The following employees were introduced to the Council: Will Hamilton (Fire :--.-," Department) and Don Greene (Building and Fleet Servivces). Police Chief Don Franklin updated the Council on the condition of Officer Kyle Wheatley, who was injured in an incident at Nations Bank on October 26. 1998. Item #R2 -Consent Agenda. #2a -Approval of the Minutes for the October 13. 1998, Council Meeting. (Approved) #2b -Consideration of a Resolution approving an entertainment expenditure. (R98-085) #2c -Award a contract in the amount of $17.500 to Fitness Intervention Technologies for consulting services to assist in the development and validation of fitness tests and standards for police officers and firefighters. (Approved) #2d -Consideration of a Resolution authorizing the City Manager to enter into an interlocal agreement between the Town of Addison and the City of Dallas for the construction of geometric and traffic signal hardware improvements at the intersection of the Dallas North Tollway and Arapaho Road. (R98-086) Councilmember Halpern moved to approve the above listed items. Councilmember Klein seconded. The motion carried. Voting Aye: Beckert, Halpern, Klein, Mallory, Watson, Wheeler Voting Nay: None Absent: Dolan Item #R3 -Recognition of Sandra Goforth for being awarded the Certified Municipal Finance Administrator (CMFA) credential. OFFICE OF THE CITY SECRETARY 10-27-98 No action was required on this item. Item #R4 -Application for meritorious exception to the Addison Sign Ordinance, Section 14-33. (5), for Lawry's The Prime Rib, 14655 Dallas Parkway, Addison, Texas. Council approved the meritorious exception as requested by the applicant. Voting Aye: Beckert, Halpern, Klein, Mallory, Watson. Wheeler Voting Nay: None Absent: Dolan Hem #R5 -Consideration of a Resolution authorizing the City Manager to enter into an agreement with Post Properties, Inc., amending that portion of the Addison Circle Master Facilities Plan regarding fundi ng for the Rond Point Art Piece. Council member Mallory moved to duly pass Resolution No. R98-087 authorizing the City Manager to enter into an agreement with Post Properties, Inc., amending that portion of the Addison Circle Master Facilities Plan regarding funding for the Rond Point Art Piece. Councilmember Klein seconded. The motion carried. Voting Aye: Beckert, Halpem, Klein, Mallory. Watson, Wheeler Voting Nay: None Absent: Dolan Item #R6 -. Consideration of a Resolution authorizing the City Manager to enter into an agreement with Post Properties, Inc., supplementing the Addison Circle Master Facilities Plan to include provisions and rights-of-way for the extension of Spectrum Drive. Councilmember Halpern moved to duly pass Resolution No. ROO-088 authorizing the City Manager to enter into an agreement with Post Properties, Inc., supplementing the Addison Circle Master Facilities Plan to include provisions and rights-of-way for the extension of Spectrum Drive. Councilmember Mallory seconded. The motion carried. Voting Aye: Beckert, Halpern, Klein, Mallory, Watson, Wheeler Voting Nay: None Absent: Dolan EXECUTIVE SESSION At7:51 p.m. the Mayor announced that the Council·. would go into Executive Session to discuss the following items: OFFICE OF THE CITY SECRETARY 10-27-98 Item #ES1 -Pursuant to Section 551.072 of the Texas Government Code, discussion of the need to authorize eminent domain for acquisition of a tract of land on Dooley Road, Lot 1, Block A, Airport Addition, containing approximately 0.5284 acres of land, said land owned by Daniel P. Kondos and Kondos Children's Trust, George Markos, Trustee. Item #ES2 -Pursuant to Section 551.072 of the Texas Government Code, discussion with City Attorney regarding the final settlement and disposition of Cause No. CC-97-00352, DART and Addison v. ABP Investments III, et ai, and ABP INVESTMENT III, et al v. DART and Addison. The Council came out of Executive Session at 8:01 p.m. Item #R7 -Consideration of a Resolution determining the public necessity for the acquisition of approximately 0.5284 acres of land from Daniel P. Kondos and Kondos Children's Trust, George Markos, Trustee, land to be used for Airport purposes and a control tower. Attorney authorized to commence an eminent domain case for said acquisition. Council member member Halpern moved to duly pass Resolution No. R98-089 determining the public necessity for the acquisition of approximately 0.5284 acres of land from Daniel P. Kondos and Kondos Children's Trust, George Markos, Trustee, land to be used for Airport purposes and a control tower. Attorney authorized to commence an eminent domain case for said acquisition. Council member Watson seconded. The motion carried. Voting Aye: Beckert, Halpern, Klein, Mallory, Watson, Wheeler Voting Nay: None Absent: Dolan Item #R8 -Consideration of a Resolution authorizing the City to settle its Interest in the two following cases for an additional amount not to exceed $47,748.00: Case No. CC-97-00352, DART and Addison v. ABP Investments III, et al and ABP INVESTMENT III, et al v. DART and Addison. Council member Halpern moved.to duly pass Resolution No. R98-090 authorizing the City to settle its Interest in the two following cases for an additional amount not to exceed $47,748.00: Case No. CC-97-00352, DART and Addison v. ABP Investments III, et al and ASP INVESTMENT III, et al v. DART and Addison. Council member Klein seconded. The motion carried. Voting Aye: Beckert, Halpern, Klein, Mallory, Watson, Wheeler Voting Nay: None Absent: Dolan OFFICE OF THE CITY SECRETARY 10-27-98 Attest: City Secretary OFFICE OF THE CITY SECRETARY 10-27-98 **_-coMM.JOURNAL-******************** DATE 12-Hl-1998 ****** TII'E 09:33A11 ** P.l MODE = TRANSMISSION END=12-10 09:33AM NO. COM SPEED NO STATIOI, NAME/PAGES TELEPHONE NO. 001 OK I< 9214671113800 -Addison Svc Ctr -upstairs____'**______'**_**'.l<********c FAX-200 1,)2.17)*972 450 2834-**'.!<********* .(1W.I. BILL SHIPP (972) 450-7017 (972) 450-7043 FAX bshipp@ci.addisoo.tx.us E-mail Town of Addison 5300 Belt Lin. Road P.O. Box 9010, Addison, Texas 15001-9010 }2-7 􀁾􀁊􀀠 􀁓􀁾􀁾􀁾􀀠 , 􀁾􀁾􀀨􀀡􀁊􀁢􀁾􀁾􀀧 I I 􀀨􀀶􀁾􀀠 , , . ; , _________________________ _ JOL ADDIsoN Public Works /Engineering 16801 Weslgrove· P.O. Box 144 Addison, Texas 75001 Telephone: (214) 450-2871 • Fax: (214) 931-6643 DATE /J. JOB NO ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU !!!::ttached o Under separate cover via ______the following items: o Shop Drawings o Prints o Plans 0 Samples 0 Specifications o Copy of letter o Change order 0 ____________________________ COPIES DATE NO. DESCRIPTION •I THESE ARE TRANSMITTED as checked below: o For approval o Approved as submitted o Resubmit ______ copies for approval o For your use o Approved as noted o Submit copies for distribution o As req uested o Returned for corrections o Return corrected prints o For review and comment 0 o FOR BIDS DUE ____________________ 1 g _ o PRINTS RETURNED AFTER LOAN TO US COpy TO __________________________________ 􀁓􀁉􀁇􀁎􀁅􀁄􀀺􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please ____________ _ o [1 'IT'ITrn 􀁾􀁱􀁛􀀿􀀠􀀧􀁉􀁔􀁾􀀦􀁾􀁧􀁳􀁵􀁷􀁏􀀧􀁉􀁔􀀧􀁉􀁔&[1 Telephone: 1214)450-2871 • Fax: (214)931·6643 TO Public Works /Engineering 16801 Wes!grove. P.O. Box 144 ' Addison, Texas 75001 DATE 1(;),_ JOB NO. ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU It!:ttached o Under separate cover via ______the following items: o Shop Drawings o Prints o Plans 0 Samples 0 Specifications o Copy of letter o Change order 0 __________________________ COPIES DATE NO. DESCRIPTION /1," /'.hI/-1J ___ i1 d /_ 􀁾 fA. A r//.. /./' L .. i I/,1/i"JuA ./1../, /CJ-I 2.. 7-9tf"1 1''' , : " THESE ARE TRANSMITTEI) as checked below: o For approval 0 Approved as submitted o Resubmit _____ copies for approval o For your use o Approved as noted o Submit copies for distribution o As requested o Returned for corrections o Return corrected prints o For review and comment 0 o FOR BIDS DUE __________________ 19,___ 0 PRINTS RETURNED AFTER LOAN TO US REMARKS COPYTO ____􀁾________􀁾___________􀁾___ ( SIGNED: 􀁟􀁾􀁾􀁾􀀺􀀺􀀺􀀮􀀮􀁉􀁾􀁾􀁾􀁾􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 If enclosures are not as noted, please Af7J _________________________ _ JOBNa. Public Works I Engineering 16801 Westgrove. P.O. Box 144 Addison, Texas 75001 Telephone: (214) 450-2871. Fox: (214) 931-6643 DATE ATTENTfON RE: GENTLEMAN: 􀁾􀀠 WE ARE SENDING YOU 􀁾 Attached o Under separate cover via ______the following items: o Shop Drawings 0 Prints o Plans 0 Samples 0 Specifications o Copy of letter 0 Change order 0 ___________________________ COPIES DATE NO. D;;SCRIPTION J-L.),d/h.<; /bL./",j-lA rn... Xht h A./I" ..vi 􀁌􀀱􀀧􀁾􀁤􀁾􀀠 Af (/THESE ARE TRANSMITTED as checked below: o For approval 0 Approved as submitted o Resubmit ____copies for approval .0 For your use o Approved as noted o Submit copies for distribution o As requested o Returned for corrections o Return corrected prints o For review and comment 0 o FOR BIDS DUE __________________ 19,__ o PRINTS RETURNED AFTER LOAN TO US COpy TO _________________________________ 􀁾􀁾 SIGNED: If enclosures are not as noted, please 􀁮􀁾􀀠 PUBLIC WORKS DEPARTMENT (972) 450-2871 􀀻􀀻􀀬􀀬􀁾􀁾􀀺􀀮􀀺􀀻􀀮􀀻􀀺􀀻􀀺􀀮􀀻􀁾􀁾􀀺􀀮􀂮􀀠 Pest Office Box 9010 Addison. TeXlL'!l 75001·9010 16801 Wet'ltgrove October 20, 1998 MEMORANDUM To: Ron Whitehead, City Manager From: Jim Pierce, Assistant City Engineer 􀁾􀀠 Subject: Arapaho Road/Toll Road Intersection The widening of Arapaho Road impacts the Arapaho Road Bridge over the Toll Road in two ways: 1. Traffic flow shifts will have to be made over the bridge as work proceeds to facilitate the construction effort. This requires adjustments to the traffic signals (that belong to Dallas) during construction. 2. The existing access road southbound to northbound u-turn over the bridge will be eliminated to provide room for the widened Arapaho roadway. This u-turn capability must be restored when traffic demand reaches an established level. This in turn will require a future expansion of the bridge. To contend with these issues, Addison and Dallas staff have been working on an interlocal agreement that sets forth responsibilities for both parties. The agreement (copy attached) requires Addison to design and construct the interim improvements (current project), and to reimburse Dallas for the cost of making the traffic sil5Il:al adjustments during construction (estimated to be $24,300). Addison will also design the bridge expansion, when needed, and assume the lead role in the procuring funding for the bridge expansion. Dallas will provide design review and approval, inspection, labor and materials for the traffic signal switches, and maintenance of the intersection. Staff recommends the City Manager be authorized to sign the attached Dallas/Addison Interlocal Agreement. ., Cc: John Baumgartner, Director of Public Works AGENDA REGULAR MEETING OF THE CITY COUNCIL OCTOBER 27, 1998 7:30 P.M. COUNCIL CHAMBERS 5300 BELT LINE ROAD REGULAR SESSION Item #R1 -Consideration of Old Business. Item#R2 -Consent Agenda. City Council Agenda 10-27-98 CONSENT AGENDA #2a -Approval of the Minutes for the October 13, 1998, Council Meeting. #2b -Consideration of a Resolution approving an entertainment expenditure. #2c -Award a contract in the amount of $17,500 to Fitness Intervention Technologies for consulting services to assist in the development and validation of fitness tests and standards for police officers and firefighters. ------------...􀀭􀀭􀁾􀀭􀀮􀀭􀀭􀀮􀀭􀀭􀀭􀀭 ..----#2d -Consideration of a Resolution authorizing the City Manager to enter into an interlocel agreement between the Town of Addison and the City of Dallas for the construction of geometric and traffic signal hardware improvements at the intersection of the Dallas North Tollway and Arapaho Road. City Council Agenda 10-27-98 EXHIBIT B -Temporary and Permanent Signal Cost Estimate Arapaho at Dallas Parkway LABOR WORKSHEET Electrician Supv. 49 Electrician Journeyman 46 􀁬􀁩􀁬􀀺􀁾􀁾􀀺􀀺􀁾􀀺􀁭􀁥􀁹􀁭􀁡􀁮􀀠46 IE""ineer 57 49 $21.63 $19.67 $19.67 $15.36 $15.36 $31.45 i SUBTOTAL +22%OH TOTAL Explanation of labor costs: ,I Eledridans; Will constroct and maintaIn the temporruy lrafnc.slgnals durtng the constn.rct1on. The estimates assume three sIgnal adjustments will be need throughout the construction due to traffic switdles. Engineer. 'Mil perfotrn signal timing changes forthe temporary and permanent traffic signals. Inspector: Will handle coordination or delivery orall requmw signal haniware and wlllinspect the installation of pull boxes and conduit. EQUIPMENT WORKSHEET II:IJUIPMENT, . ..". , " ,,' 􀀬􀀬􀁾􀁾􀁲􀀠 # DAYS .. " " 􀀬􀁔􀁏􀁔􀁾􀁾•.: Bucket Truck' $50.00 15 $750.00 Pole Cat $75.00 5 $375.00 Pick Up Truck $20.00 5 $100.00 TOTAL . $1,225.00 Explanation of equipment costs: • equlpment leased through current competitively bid price price agreement contract MATERIAL WORKSHEET DESCRIPTION "'" . Soit. EyelThrough Cable 4 Cond. Cable. Signal Clamp, 3 Bolt Head. V3 or H3 Head, V5 or H5 Messenger. 1/4" (RL) Pole. Steel 35' Sft. Misc. Material (0.5% of subtotal) CATV cable Network Hardware/Activation' UNIT .. COST j "', 􀁾􀀬􀀮􀀠 ,.,,". $2.37 $0.43 $1.49 $3.55 $239.82 $336.45 $64.00 $590.90 $1,500.00 REQUIRED 􀁾􀁑􀁔􀁙􀀠. • • ,_ J'6 300 200 12 14 2 2 2 1 , TO.T AL ·.c'.' $14.22 $129.00 $298.00 $42.60 $3.357.46 $672.90 $168.00 $1,181.00 $29.32 $1500.00 SUBTOTAL 3%MATHANC TOTAL $7,393.32 $22180 $7,615.12 Explanation of material costs: .. the CATV c:abk! drop used.for the temporary traffic signal win be reused for the permanent traffic signal if it is still in good working eondffion. GRAND TOTAL $24,285.32 Exhibit B • Page 1of! : 􀁾 qvk.J.f -q i 􀁪􀀩􀁾􀁴􀂣􀀮􀀺􀀱􀀠-􀁚􀀯􀀧􀁉􀀭􀁾􀀠7c1-Lf-26Z , 􀁾􀀮􀀠4 Tt1i'6 􀁾 JU-J:fJ..NL 􀀢􀁾􀁌􀁾􀀷􀀿􀀬􀀠 i 􀁾􀀯􀁾 i 􀀨􀁩􀁊􀁊􀀭􀁾􀁾􀀠􀁾􀀧􀀴􀀭􀀺􀀭 􀁾􀁾􀀠 I! 1 􀁾 􀁡􀀻􀁴􀁦􀁾􀁦􀀲􀁾􀀮􀀠􀁾􀀠 (1"")\,' 􀁾􀁾􀀮􀀠􀁃􀁌􀁾􀁾􀀠:> l flo'I, CUtiAI 􀁴􀁴􀁆􀁬􀁾􀀠E wrbt. 􀁾􀁾􀀠 !' 􀁾􀀮􀀠􀁾 K-a--I-r , FYI NORTH TEXAS TOLLWAY AUTHORITY 3015 RAlEIGH STREET P.O. BOX 190369 DALLAS. TEXAS 75.19 PHONE 21415<2·5.00 FAX 2'4152.....825 November 20, 1997 􀀮􀀬􀀮􀀬􀂫􀁻􀀻􀀻􀀺􀁾􀁜􀀠 1Lw' 􀁾􀁊 􀁾􀁾􀀠-Mateo Consulting Enginee(s;lnc. 1).-<;...£('1-flfIt.M-b 􀁾􀀸􀁊􀁈􀀧􀀯􀁖􀁻􀀮􀀠 5580 Peterson Lane,Sulie255 Jb V'" r 0'<' I .L I Dallas, Texas 75240 . d -th IfI0-. lMkWll\ .,,:<:' " [,J1I"'v-(L 􀁌􀀮􀁾􀁜􀁾 􀁾􀀰􀁃􀀮􀁥􀀺􀀠 /Pi r" 􀁁􀁴􀁾􀁾􀀺􀀮􀀬􀀬􀀯􀀮􀁍􀀮􀁲􀀮􀁓􀁴􀁥􀁲􀁬􀁩􀁮􀁧􀀠Forsythe 􀁾􀁖􀁬J􀁾􀀠 ,-fl' 􀁾􀀮􀀼􀀭􀁴 Wt& M:" DNT 255 Section Engineering Services 􀁾 -􀁾􀀠 􀁣􀀮􀁾􀀢􀀧􀀮􀀮􀁥􀀮􀀮..... //)/Dallas North Tollway System 􀁾,t:-.('tl rvtc.£ {r-􀁾􀁖􀀴􀁥􀀠 Ladies and Gentlemen: 􀁻􀁾􀁾􀁾 --l-,l..a 􀁾􀀠I .A-I-,.I v r 1 􀁾􀁾􀀠 I }.II 􀁾􀀠.eM....." l ptl;,lrt ( Your firm currently is providing design services for the NTTA related to the addition of a northbound free right tum lane from northbound Dallas Parkway to eastbound Keller Springs Road. Addison has prepared a number of modi fications to the Keller Springs Road/DNT intersection intersection area at reflected in drawing No. P-19, enclosed. NTTA staff cursory review indicates that the southeast quadrant of the intersections may be the single area we jointly should evaluate further. Please review the compatibility of the design proposed by Addison in the southeast quadrant with the design you are preparing. Please pursue coordination discussion directly with James Pierce and Jack Antebi and keep us advised. Any agreed upon design that requires additional right-of-way andlor utility relocations will warrant further discussions, for the NTT A has not agreed to acquire additional right-of-way or perfonn utility adjustments in the southeast quadrant. -􀁾C.P ,;r;Y\J \Y"fAI' '\ () --:-"'" v..{'" \3'1' \'10/􀁾􀀠 (J 􀁴􀀡􀀧􀁾􀀭 \ \ VI{ 0}4') \ J 􀁾􀁄􀀠􀀮􀁾􀀠/\\) r-􀁾􀀠 xecutive Director JWG/mp '. /ery truly yours, WJ . cc: JERE W. THOMPSON. JR., CHAIRMAN....OONNA R. PARKER, VlCE CHAIRMAN DAVlD D. BlAIR, JR,.DONALD D. DILLARD.THE HONORABLE RON HARRIS.THE HONORABLE lEE JACKSON A. DAVlDJIMENEZ.IJr-du...;,1-i. ;: . HUITI·ZOLLARS, INL. 3131 McKinney Avenue, Suite 600 DALLAS, TEXAS 75204 (214) 871·3311 TO ""7/?WA 0 £ AaIJi.J'¥--I?.t t·,. L...A:v4t "9;01 WLJJ.j""fI,L AiM":>",, ..n 7£:OQ!oL!..I______ _ WE ARE SENDING yOU fjI. Attached 0 Under separate cover via IYI tit; I the following items: o Shop d rawinss 􀁾Prints 0 Plans 0 Samples 0 Specifications o Copy of letter 0 Change order 0 _____________________ COPIES DATE NO. DESCRIPTION i 4 􀀱􀁉􀀬􀀱􀀱􀁾􀀱􀀱􀀠 1-1'1 tfrI'-41.0< 􀁾􀁡􀀠 􀁾􀀠, /'1.t:J;-'&'.a 􀁉􀀺􀁬􀁾 $: i i I THESE ARE TRANSMITTED as checked below: o For approval o For your use 􀁾􀁳 requested o Approved as submitted o Approved as noted o Returned for corrections 0 0 0 Resubmit__copies for approval Submit __coples for distribution Retum_comJC!ed prints 0 ______________________________ o For review and comment o FOR BIOS OUE _____________19 0 PRINTS RET\.IRNEO AFTER LOAN TO US REMARKS I COpy TO,______________________ " an<:loo,.••,. not •• notft1. Irlndl, notify ve at 􀁾􀀮􀀠 STATE OF TEXAS § § COUNTY OF DALLAS § DALLAS/ADDISON INTERLOCAL AGREEMENT WHEREAS, the City of Dallas, Texas (hereinafter called "Dallas") and the Town of Addison (hereinafter called "Addison"), both Texas municipal corporations, want to enter into an agreement for the construction of geometric and traffic signal hardware improvements at the intersection of Dallas North Tollway and Arapaho Road (hereinafter called the "Project"); and WHEREAS, Chapter 791 of the Texas Government Code provides authorization for any local government to contract with one or more local governments to perform governmental functions and services under the terms of the Act. Now, Therefore, this Agreement is hereby made and entered into by Dallas and Addison, in consideration of the mutual promises and covenants contained herein. WITNESSETH: 1. Dallas and Addison agree that the Project improvements currently proposed to be constructed by Addison are interim measures only. Dallas and Addison also agree that the final phase of improvements shall be designed and constructed ori.ce the southbound to northbound U-turn movement reaches 90 vehicles per hour during anyone hour period in a twenty-four hour day. For purposes of determining whether the above-mentioned 90 vehicle per hour criteria has been reached, the traffic count will be performed by a qualified professional individual or firm mutually agreed upon by Dallas and Addison. Addison will also assume the lead role in procuring funding for the final improvements. The design of the final improvements shall be approved by Dallas prior to construction. The final improvements shall be constructed in accordance with this Agreement, except that if any additional terms or conditions become necessary in connection with the final improvements, such additional terms or conditions shall be agreed upon by a duly authorized supplemental agreement to this Agreement. lnterlocal Agreemenl . City of Dallas/Tov.rn oC Addison Agreemmt 1 2. Dallas agrees to perform the following obligations in connection with the Project: A. To make a detailed review of Project plans, specifications and construction documents. Any subsequent modifications to any approved plans, specifications and construction documents for the Project shall also be submitted to Dallas for its review and approval. B. To inspect all Project construction activity for conformity with the approved plans, specifications and construction documents. C. To resume responsibility for maintenance of the Project upon final completion by Addison and acceptance by Dallas. Dallas will maintain existing control of the signal timing for the intersection of Arapaho Road and Dallas North Tollway both during and after Project construction. D. To require all contractors to secure all necessary permits required by Dallas for any work performed within the city limits of Dallas in the course of the Project. 3. .Addison agrees to perform the following obligations in connection with the Project: A. Addison will design and construct, or cause design and construction of, all interim Project improvements in accordance with all Dallasapproved design criteria, plans, specifications and construction documents. Addison agrees that if it uses outside entities to perform design and construction work, it will require any consulting engineer or construction contractor used to defend, indemnify and hold Dallas and Addison harmless from any claimed personal injury (induding death), property damage or other loss for which recovery of damages is allowed that arises out of or is occasioned by any breach of the contract or any negligent or strictly Hable act or omission of the consulting engineer or construction contractor in the performance of any Project work. The form of indemnity to be used is as shown in Exhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% of any local matching share if funding from state or federal sources is utilized) of interim Project construction, including but not limited to design, rightof-way acquisition and construction. Addison agrees to reimburse lnlerloca.l Agreement •City of Dallas/Tmm o( Addison Agr«tnre1lt 2 Dallas for the labor, equipment and material costs associated with the installation of temporary and permanent signals as well as signal timing adjustments for the intersection during Project construction as required in Paragraph 2.C above. The estimated costs of these items are shown in Exhibit B, attached to and made a part of this Agreement. C. Addison shall also submit a Traffic Control Plan, to be reviewed .and approved by Dallas, as part of the overall Project design. D; Existing landscaping at the intersection belonging to both Dallas and Addison that is removed or torn up for purposes of Project construction shall be restored by Addison to its original condition, or better, prior to final completion of all Project work. 4. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. This Agreement shall be performed in Dallas County, Texas, and exclusive venue for any legal action required to enforce or construe this Interlocal Agreement shall be in Dallas County. . 5. This Agreement embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters contained herein; and, except as otherwise provided in this Agreement, cannot be modified without a written duly authorized supplemental agreement of the parties. Executed this day of --,-_____' 1998 by Addison, pursuant to City of Addison Council Minutes dated . 1998, and by Dallas, pursuant to City Council Resolution 98-. dated . 1998. CITY OF DALLAS TOWN OF ADDISON TEODORO J. BENAVIDES, City Manager By:___________ By:___________ Assistant City Manager Mayor Interlocal Agreement· City of DalIas/Town of Addison Agreerrent 3 APPROVED AS TO FORM: ANGELA K. WASHINGTON Interim City Attorney By:,___________ Assistant City Attorney SD&niIted 10 􀁣􀁾􀀠 APPROVED AS TO FORM: By:___________ City Attorney , . Interlocal Agreement. City of DaUas/Tcwn or Addison Agreement 4 EXHIBIT A -INDEMNITY FORM Contractor agrees to defend, indemnify and hold Addison, its officers, agents and employees, and the City of Dallas, its officers, agents and employees, harmless against any and all claims, lawsuits, judgments, costs and expenses for personal injury (including death), property damage or other harm for which recovery of damages is .sought, suffered by any person or persons, that may arise out of or be occasioned by Contractor's breach of any of the terms or provisions of this Contract, or by any negligent or strictly liable act or omission of Contractor, its officers, agents, employees or subcontractors, in the performance of this Contract; except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence or fault of Addison, its officers, agents or employees, or the sole negligence or fault of Dallas, its officers, agents or employees, and in the event of joint and concurring negligence or fault of Contractor, Addison and Dallas, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, without waiving any governmental immunity available to Addison or the City of Dallas under Texas law and without waiving any defenses of the parties under Texas law. The provisions of this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. : : Exhibit A -Page 1 of 1 EXIllBIT B -Temporary and Permanent Signal Cost Estimate Arapaho at Dallas Parkway Electrician Master 54 Electrician Supv. 49 Electrician Joumeyman 48 Electrician Joumeyman 48 Electrician 48 Electrician 48 Engineer 57 Inspector 49 􀀬􀁾􀁾􀀢􀁔􀁾􀀻􀀻􀀻􀀠 $24.94 $21.63 $19.67 $19.67 $15.36 $15.36 $31.45 $19.55 "HRS 􀁾􀀭􀀭􀀺􀀻􀀭􀀭􀀭 ..:..:'. 40 120 120 120 120 120 16 8 SUBTOTAL +22%OH TOTAL 􀁔􀁏􀁔􀁁􀁾􀀬􀀺􀀠 $997.60 $2,595.60 $2,360.40 $2,360.40 $1,843.20 $1,843.20 $503.20 $156.40 $12,660.00 12,785,20 $15.445.20 Explanation of labor costs: I, E1ectridans: Will construd and maintain the temporary traffic signals during the construction. The estimates assume three signal adjustments will be need throughout the construct/on due to traffic switches. Engineer. Will perform Signal timing changes for the temporary and permanent traffic signals. Inspector. Will handle coordination of delivery of all required signal hardware and wlllinspeet the Installation of pull boxes and conduit EQUIPMENT WORKSHEET EQUIPMENT ,RATE,: "',," , # pAYS " " , .. TOTAl-,' ,-:: ,'" Bucket Truck • $50.00 15 $750.00 Pole Cat $75.00 5 $375.00 Pick Up Truck $20.00 5 $100.00 TOTAL $1,225.00 Explanation of equipment costs: • Equipment leased through current competitively bid price agreement contract MATERiAL WORKSHEET DESCRIPTION .' Bolt, Eyerrhrough -, Cabie 4 Condo Cable, Signal Clamp, 3 Bolt Head, V3 or H3 Head, V5 or H5 Messenger, 1/4" (Rl) Pole, Steel 35' Sir. Misc. Material (0.5% of subtotal) CATV Cable Network Hardware/Activation· UNIT COST' $2.37 $0.43 $1.49 $3.55 $239.82 $336.45 $84.00 $590.90 $1,500.00 'REQUIRED -,QTY, , -, 6 300 200 12 14 2 2 2 1 TOTAL ',' $'14.22 $129.00 $298.00 $42.60 $3,357.48 $672.90 $168.00 $1,181.80 $29.32 $1,500.00 SUBTOTAL 3% MAT HAND TOTAL $7,393.32 1221.80 $7,615.12 Explanation of maierfal costs: .. The CATV cable drop usedJor the temporary traffic signal will be reused for the permanent traffic signal if it is still in good wor1ting condition. GRAND TOTAL $24,285.32 Exhibit B -Page I of t 1EV12/98 12:49 P.W.&T.-IN1ERAGEN(.'Y .. 􀀡􀀻􀁲􀀨􀁾􀀠 􀀴􀁾􀀠􀁾􀀸􀀳􀀴􀀠 City of Dallas Department of Public Works and Transportation FACSIMILE COVER PAGE DATE: $/Wl1fb PLEASE DELIVER TO: 􀀭􀀬􀀬􀀽􀁊􀁵􀁬􀀧􀀭􀀡􀀡􀁭􀀮􀀡􀀮􀀭􀁬􀀭􀁰􀀮􀀮􀀮􀀡􀀮􀀮􀁬􀁬􀀱􀀻􀁾􀀯􀁕􀂣􀁾􀀭__________ 171DESTINATION FAX PHONE: 􀀱􀁾􀁯 -2.. 􀁾􀁪􀀧􀀴􀀠 DESTINATION VOICE PHONE: ______ SENT BY: ",btl 􀁒􀀢􀀬􀁾􀀠 SENDER'S VOICE PHONE: _______ TOTAL PAGES (Including Cover Page): -----111---COMMENTS: DR-1bJ/rJ/}t.S 􀁉􀁊􀁾􀀠IN ;11.( 􀀯􀁙􀁬􀁁􀁉􀁊􀀭􀁾􀀠 . 􀁙􀀺􀀬􀁜􀀼􀀢􀁾􀀠 􀀻􀁦􀁾􀀮􀀫􀁴􀀠}o Interagency Coordination FAX Phone Number: (214) 61Q..38QO If you have questions or problems receiving this fax please call t (214) 670-4147. I 1, 10/12/99 12:49 P. W. &T • -INTERAGENCY .. 972 45e 2834 NO. 253 G'l'l2 STATE OF TEXAS § § COUNTY OF DALLAS § WHEREAS, the City of DaDas, Te)(&II (hereinafter called "Dallas") !IlIld the Town of Addison (hereinaEt/ff called IIAddison"), both Texas mlmiclpal corporations. want to enll:tr into an agreement lor the construction of geomt;{tJic and traffic signal hardware improvements at the int&5ection of Dallas North !raHway and Arapaho Road (.hereinafter called the NProject"); and WHEREAS, Chapter 191 of the Texas Government Code provides authorization for any local government to contract with one or motE! local governments to perform governmental .functions and services under the terms of the Act Now, Therefoft!, this Agreement is :hereby made and entered into by Dallas and Addison, in OOl:ISideration of the mutual PI:omises and covenants contained herein. WITNESSETH: 1. Dallas and Addison agree that the Project improvements cmrently ptopo.sed to be comtructeci by Addison are interim measures only. Dallas and Addison also agree that the final phasE! of improvements shall be designed and constructed onca the $Outhbound to northbound Uoolmn movemenn'eacl:tes 90 vehicles per hour during any one hout period in a twenl:y-fom hour day. For pmposes of detennining whether the above-mentioned 90 vehicle per hour criteria has been reached, the traffl,C count will be 􀁰􀁥􀁲􀁦􀁯􀁾􀁤􀀠by a qualified professional individual or firm mutually agreed upon by Dallas and AddblPn. Addl.!lon will also AMUIDe the lead role in PIlX:urli:1g 􀁦􀁵􀁮􀁾 for the (mal improvemenl:ll. The design 01 the IinaI impr()vements shall be a1.Foved by Dallas prior to OOllitructiOn. 'l'hefinal improvements shaU be con$b::'Ucted in accord.ance with thil.l Agreement, except thllt if any additional t¢nns or conditIoru; become necessary in connection with the final lmprowments, such additlonallenrul or conditiom. shall be agreed upon by a duly authorized supplemental agreement to this Agreement. 1 10/12/98 12:49 P. W. &T. -INlERAGENCY -> 972 451:l 2834 2. Dallas agrees to perform the following obligations in connection with tile Project: A. To make a detailed review of Project plans, specifications and construction documents. Any 􀁳􀁵􀁢􀁾􀁱􀁵􀁥􀁮􀁴􀀠modifications to lilly approved plans, speciftcations and oonstruction documents for the project shall also be submitted to Dallas far its review and apprcwal. B. To inspect all Project ccmstruction activity for conformity with the ilpproved plan&, specification& and. construction dOC1JJll.l'!J\ts. ' C. To res1.Ulte responsl.bllity for maintenance of the Project uppn final completion by Addison and acceptance by Dallas. Dallas will qtaintain existing control of the signal timing for the intersection of .i\rapaho Road and Dalll\.S North Tollway both du.ring and aftet Project construction. D. To require all contractors to sec:u.re all necessary permits reqqired by Dallas for any work performed within the city limits of Dallap in the course of the Project. 3. . Addison agrees to perform the following obligations in connection with the Project: A. AddiSon will design ilnd construct, or cause design and construc:tion of, all interim Project improvements in accordance with aU Dalla8approved design criteria, plans, specifications and construction documents. Addison agrees that if it uses outside entities to perform design and construction work" it will flllqui:fe any consulting 􀁾􀁩􀀮􀁲􀁴􀁥􀁥􀁲􀀠 or construction contractor used to defend, indemnify and hol4 Dallas and Addison harmless from any claimed personal injruy (irlcluding death). property damage or other loss for which reCDVety of 􀁾􀁥􀁳 is allowed that lIlises out of or is occasiOned by any 􀁢􀁲􀁥􀁾􀁨 of the tontract or ilny negligent or strictly liable act or omiSaion of the coftsulting engineer or construction contractor In the performance of MY. Project work. The form oE indeItUlity to be used is as shown in Il$'bit A, ai:tadted to and made II part of thiS Agreement. B. Addison agroos to pay 100% of the total cost (or 100% of 􀁾􀁹􀀠local matclUng share if funding from Hate or federal sourc:es is utiliZed} of interim Project constrw:tion, including but not limited to desigJ!!, rightof-WilY acquisition ilnd construction. Addison agrees to reilmbu.rse 2 P. W. &T• -INTERAGENCY .. 972 450 2834 DaUu for the labOf, equipment and material costs associab!d with the installation of temporary and permanent signals as well as signal timing adjustments iDr the Jnter&ection during Project constn1c:tiDn as requb:ed in Paragraph 2.C above. The estimated costs of these items are shown in Exhibit B, attached to and made a part of this Agreemtnt. c. Addison Iihall also submit a Traffic Control Plan, to be reviewed and approved by DaUas, as part of the overall Project design. D. Existing landscaping at the interSflCtion belonging to both DatI" and Addison that is removed or tom up lOf purposes of" Project construction sluUl be restored by Addison to 11:1.1 original co:ncUtion, or better, ptior to final completion of all Project work. 4.. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. This Agreement shall be petfotmed in Dallas County, Texas, and exclusive venue for any legal action requited to erfmce erfmce or COIl5true this lnter1oca1 Agreement shall be in Dallas County. 5. This Agreement embodies the complete agreement of the parties hereto, superseditlg aU oral or written previous and contemporary agreements bet\yeen the parties relating to matters contained heJ:ein; and, except as otherwise proVided in this Agreement, cannot be modified without a written duly authorized supplementDl agreement of the parties. " EX«:11ted this day of -:-___-." 1998 by Addison, pursuant tq City of Addison Council Minutes dated • 1998, and by Dallas, pursuant to City Council Resolution 98-. dated • 1998. CITY .oF DALLAS T.oWN .oF ADDISON TEODORD J. DENAVIDliS, City Manager 􀁂􀁾􀀬________________􀁾􀁾􀀬___ Assistant City Manager MayOr 􀁂􀁾􀁾______􀁾􀀺___________ 12:49 P. W. & r • -INTERAGENCY 􀁾􀀠972 458 APPI«>VED AS TO FORM: ANGELA K. WASHINGTON Interim City Attorney By:__________􀁾________ Assistant Oly Attomsy . 91ftn1l#d 10 􀁾􀀠2834 APPI«>VED AS TO FORM: 􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀬􀀭􀀭 City AI:ton'1ey 4 EXHI8lT A -INDEMNITY FORM Contractor agrees to defend, indemnify and hold Addison" its officers, 􀁡􀁾 and employees, and the City of 􀁄􀁡􀁬􀁬􀁬􀁬􀁾􀀠its officers, agents and employees, harmless against any and IIIl claims, lawsuitll, judgments, COlts and expeNeS for 􀁾􀁳􀁯􀁮􀁡􀀱􀀠 injury (including death), property da.m.age or other harm for which reclllvery of damages iuought, suffered by any person or petllQtlS, that may arise out jOt or be occasioned by Contractor's breach of any of the terms or provisiOtlS of this ¢ontract, or by any negUgent or &trictly liable act or omission of Contractor, itt. 􀁯􀁦􀁉􀁩􀁣􀁾􀀠􀁡􀁧􀁥􀁮􀁾􀀠 employees or subc.onttacton, in the performance of this Contract; except .that the indemnity provided for in thIs paragra.ph shall not Ilpply to any liability te&u1ting teom the sole negIigeru:.e or fault of Addison., its officets, agents or employees, or the sole t1egligence or fault of Dallas, its officers,. agents or employees, amd in me event of joint and CH 􀁾􀁾􀀠Rdd130n SOc Ctr -upstairs TO ://JJJ(S(m 􀁛􀁾􀀭􀁥􀀵􀀠 Dallas agrees to perform the following obligatiollS in oonnection wHh the Project: . . A. To make II detailed review of Project plans, speclEicatiollS and coru;1:ruction 􀁤􀁯􀁃􀁵􀁾􀁴􀁳􀀮􀀠Any s.ubsequent modificatlofl& 􀁾􀁯􀀠 any IIpproved plaru;, specifications and. I;OJ'l.Struction docwnerus lor the Projid: IIhall r.!ao Oe submitted to Dallas. for its review and apprmal. ' B. To impect all Project COilStruction activity for conformity with the . approVed plaI'LS, specifications IIl1d Q)rUJtruction documents. C. To resume responsibility' for maintenance of the Project upt»l final completion by AdcUson and aca!ptance by Da1l!ls. Da1las will maintain existing control of the signal tim.ing fot the intersection of Arapaho Road and Dallas North Tollway both during and after PrOject construction. D. To ;requIre aD contractors to secure all necessary permits requited by DI!llas fot any work performed within the city J.i.mit& of Pallllll in the course of the l'rojE!l:t.. . S. Addison agrees to perform the following obUgatians in connection wlith the Project: 11\+er1"'1 A. A '<1\ will design and c:onstt1.ld;, or cause design and construction of, ant::ject improvements, l ;Ifill _au &itl imd; in aecordan<:e wIth all Dallas-approved design criteria, plans. 􀁳􀁰􀁥􀁣􀁩􀁦􀁩􀁣􀁡􀁴􀁩􀁯􀁮􀁾􀀠 a1\d construction documents. Addison agrefl!i that if it use!! outside tmtitles to perfom'l design and construction work. it will require any co.n.$ultlng engineer or construction contractor used to defend, indemnil'y and hold Dallas and Addison harmless from any claimed personal.injury (including death), property damage ()I: other Joos for which recoVery of damages is allowed that arises oul of or is (H;Casiooed by any breach of the C{)nttact or any negUgent or strictly liable act or omission 'of the consulting engin.e$r or construction contractor in the 􀁰􀁥􀁲􀁦􀁦􀁯􀁲􀁭􀁾􀀠of any Project work. The -form of indemnity to be used is as shawn in Bxhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cos! (or 100% of an; Jocal matdUng srun:e if funding from state or federal sources i$ utWzed) of 􀁾􀁮􀁦􀀭􀁥􀁙􀀧􀁾􀀠Project construction. including but l'\OI: limitecf to design. rlsht-of-way aCquisition and conshuctiOt\. Addison agrees to reimb\u'se Dallas IQr :2 TOTAL P.1a2 TOWN OF ADDIsoN To: 􀁾􀁯􂂬􀀮􀀱􀀠 j2N)tLul Company:1AIl4-s PLJ 􀁾􀁔􀁙􀁬􀁉􀀮􀁬􀀧􀀱􀁳􀀠 3800 FAX#: J.lt+-107c9 "0,;7'1:1 Date:__Cf.:..........:.I..:;.S"_.-.9......?....'._ ·___ # of pages (including cover): ;;;Z PUBLIC WORKS· From: James C. Pierce,Jr.,P.E.,DEE Assistant City Engineer Phone: 972/450-2879 FAX: 972/450-2837 16801 Westgrove P.O. Box 9010 Addison, TX 75001-9010 Re: :Da.. 11tts /ftcJJ\,56v1 Tn±-er(OLal Aj tUyrten+I D Original in mail 􀁾􀁲 yonr reqnest D FYI D Call me 􀁣􀁯􀁭􀁥􀁮􀁴􀁳􀀺􀁟􀀮􀀺􀀮􀀺􀁾􀀽􀀭􀀽􀀭􀀢􀀭􀀭􀀭􀀽􀀭􀀽􀀭􀀺􀀽􀀢􀀭􀀧􀁴􀀮􀁉􀀯􀁌􀁴􀀽􀀭􀀺􀀢􀀧􀀭􀀭􀀭􀀢 􀀭􀀧􀀭􀀭􀀭􀀬􀀴􀁲􀀧􀀱􀀧􀀽􀀺􀀺􀀺􀀮􀀡􀀮􀀮􀀺􀀺􀀽􀀮􀀬􀀭􀀭􀀡􀀺􀀽􀀧􀀭􀀽􀀭􀀧􀀭􀁲􀁊􀁾􀀮􀁌􀀭􀁟􀀠 ;//'.//2. Dallas agrees to perform the following obligations in connection with the Project: . A. To make a detailed review of Project plans, specifications and construction documents. Any subsequent modifications to any approved plans, specifications and construction documents for the Project shall also be submitted to Dallas for its review and approval. B. To inspect all Project construction activity for conformity with the approved plans, specifications and construction documents. C. To resume responsibility for maintenance of the Project upon final completion by Addison and acceptance by Dallas. Dallas will maintain existing control of the signal timing for the intersection of Arapaho Road and Dallas North Tollway both during and after Project construction. D. To require all contractors to secure all necessary permits required by Dallas for any work performed within the city limits of Dallas in the course of the Project. 3. Addison agrees to perform the following obligations in connection with the Project: h'lt-erI1'l1 A. A '<:n will design and construct, or cause design and construction of, 􀁡􀁬􀀪􀀺􀁾􀁪􀁥􀁣􀁴􀀠improvements, 1;'O!:h ititsrtlll .nd filisl, in accordance with all Dallas-approved design criteria, plans, specifications and construction documents. Addison agrees that if it uses outside entities to perform design and construction work, it will require any consulting engineer or construction contractor used to defend, indemnify and hold Dallas and Addison harmless from any claimed personal injury (including death), property damage or other loss for which recovery of damages is allowed that arises out of or is occasioned by any breach of the contract or any negligent or strictly liable act or omission of the consulting engineer or construction contractor in the performance of any Project work. The form of indemnity to be used is as shown in Exhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% of any local matching share if funding from state or federal sources is utilized) of ln1-eV'Vnt Project construction, including but not limited'to design, right-Of-way acquisition and construction. Addison agrees to reimburse Dallas for lJ:ltedocd Agreement 􀁾􀁃􀁩􀁴􀁹􀀠ofDallas/Town 0( Addioon Agn!t!ment 2 "'*******"'" -aJMM.JOURNAL-_ DATE 09-15-1998 **"*"'* TIME 133:20PM "'* P.1 MODE = TRANSMISSION START=09-15B3:18PM NO. aJM SPEED NO STATION NAME/PAGES TELEPHONE NO. 001 OK a 92145703800 13132 -Addison Svc Ctr -Upstairs972 4513 2834-**********"'* ,; .' q)1 4i 􀀢􀁜􀁾􀁾􀀠'r 􀁉􀁌􀁾􀀧􀀠􀁾􀀠 'I' 􀁾􀀠(f -􀁾􀁾􀀠 STATE Of TEXAS 􀁬􀀧􀁲􀁾􀀠 . r􀁾􀀠 COUNTY OF PALLAS 􀁬􀀺􀁦􀁾􀀮􀀠 l.--------' DALLAS/ADDISON INJ'ERLOCAL AGREEMENT WHEREAS, the City of Dilllas, Texas (he!eliuUter called "Dallas") and the Town of Addison (hereinafter called "Addison"), both Texas mllnicipal corporations" want to enter into an agreement for the construction of geom.me and traffic signal hatdware improvements at the intersection of Dallas North lTollway and. Arapaho Road (hereinafter called, the "PEOjeet"); and , WHEREAS, Chapter 791 of the Texas Government Code provides authorization for any local government to contract with one or mOire local governments to perform governmental functions and services under the terms of the Act. Now. Therefore, this Agreement:is hereby made and entered into 􀁢􀁾􀀠DaDas and Addison, in consideration of the mutual promises and covenants amtained herein. ' WITNESSETH; 1. Dallas and Addison agree that the Project improvements currently proposed to be constructed by Addison ilIa interim measures only. Dallas and Addison also agree that the final phase of improvements shall be desig:thed and constructed once the southbound to northbound U-tutn movement reaches 90 vehicles per hour during anyone hou£ period in Ii twenty-four hbUf day. iLlr purposes of determining whether the above-mentioned 90 vellide per hour criteria has been reached, the traffic count will be performed by a qualified professional individual or finn mutually agreed upon by Di/llas and. Addison. Addison will also assume the lead role in procuring fundin$ for the final improvements. The design of the final improvements shall be al?p.toved by Dallas prior to COll5trUCtion. The fmal improvements shall be COllStructed in accordance with this Agreement, except that if any additional !!erms or conditions become necessary in connection with the final improvements, such additional terms or conditions shall be agrE!lii!d upon by II duly authorized supplemental agreement to this 'Agreement. 1 2_ Dallas agrees to perform the following obligations in connection With the Project: A. To make a detailed J'eview of Project plans, spacificatit)ns and construction documents. Any subsequent modifications to any approved plans, specifications and construction documents-for the Project shall also be submitted to Dallas for its review and apprbval. B. To inspect all Project construction activity fot conformi.ty with the approved plans, specifiCations and construction documents. C. To resume responsibility foJ' maintenance of the l'roject upi:m fmal completion by Addison and acceptance by Dallas. Dallas will Utalntain existing control of the signal timing rOt the intersec:tion of Arapaho Road and Dallas North Tollway both during and after Project construction. D. To require all contractors to secure all necessary permits 􀁲􀁥􀁱􀁾􀁲􀁥􀁤􀀠by Dallas for any work performed within the city limits of 􀁾in the course of the Project. 3. Addison agrees to perform the following obligations In connection With the Project: ,n%--!Ylt"'\ A. AdLson will design and construct, or cause design and constrUl:lion of, ali1P:Oject impl"overnents,'t;ulil 111101. Mid 8M1. in ac-cordartce with aU Dalias.approved design criteria, plans, specifications and construction documents. Addison agrees that if it uses oul:!!ide entities to perform design and construction work, it will tequire any cq:,sulting engineer or construction contractor used to defend, indelIlljtily and hold Dallas and Addison harmless from any claimed 􀁰􀁥􀁲􀁳􀁯􀁮􀁾􀀠injury (including death), property dar:nllge or other loss for whkh recjlvery of damages is allowed that arises out of or is occasioned by any breacl:t of the contract or any negligent or strictly liable act or omission of the consulting engineer or construction contractor in the 􀁰􀁥􀁲􀁦􀁯􀁲􀁾􀁡􀁮􀁣􀀺􀁥􀀠of any Project work. The (arm of indemnity to be used is all sl!town in Exhibit A, attached to and. made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% of ap.y local • matching share it funding' from state or federal sources is utilized) of \Y\.-H.r\ 􀁾 Project construction, including but not Umited to design, right-of-way acquisition and construction. Addison. agrees to reimburse DIlIJas for 􀁾􀀠 . 2 , ' the labor, equipment and material costs associated with the inStallation of temporary and permanent' signals IlS well as signal timing adjustments for the intersection duting Project constru4tion as required in Paragraph 2.C above. The estimated costll of these items are shown in Exhibit B, atl:ached to and made a pan of this Agreement. C. Addison shall also submit a Traffic Control Plan, to be revieWed and approved by Dallas, as part of the overall Project design. D. Existing landscaping at the intersacl:ion belonging to both Daillas and Addlllon thllt it; removed or torn up for purposes of' Project construction shall be restored by Addison to its original condition; or better, prlor to final completion of aU Project work. 4. This Agreement shall be governed by and construed in accordance With the laws and court decisions of the State of Texas. This Agreement shall be perfo!'Jl:14d in Dalllls County, Texas, and exclusive venue fur any legal action required to enforce or construe this Interlocal Agreement shall be in Dallas County. 5. This Agreement embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements betWeen the parties relating to matters contained herein; and, except as otherwise provided in this Agreement, cannot be modified without a written duly authorized supplemental agreement of the partie!>. Executed this day of -:-___---:' 1998 by Addison, pursuant tj) City; of Addison Council Minutes dated , 1998, and by Dallas, pursuant to City Council Resolution 98-, dated , 1998. CITY OF DALLAS TOWN OF ADDISON JOHN 1. WARE, City Manager 􀁂􀁙􀀺􀁾􀁾􀁾􀀮􀀮􀀮􀀸􀁾􀀮􀁾􀁉􀀱􀀺􀀰􀀰􀀮􀀮� �􀀮􀀱􀀱􀀺􀀺􀀺􀀺􀀢􀀢􀀢􀀧􀁟􀀠 􀁂􀁾􀁾􀀧____________􀁾􀁾􀀺􀀭􀀭􀀭 istant City Manager Mayor 3 APPROVED AS TO FORM: APPROVED AS TO FORM: SAM A. LINDSAY, City Attorney 8y:__________ Assistant City I\.tlomey 􀁂􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀮___ City Altm:IUly Il'I.IIII1IIe6 to 􀁃􀁩􀁾􀀠4 ·. EXHIBIT A -INDEMNITY FORM Contractor agrees to defend, indemnify and hold Addison, its olficers, agents and employees, and the City of Dallas, its officers, agents and employees, llannless against any and all cl(.lin'ts, lawsuits, judgments, costs and expenses fOl 􀁾􀁲􀁳􀁯􀁮􀁡􀁬􀀠 injury (including death), property qamage or other harm for which rec4>very of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by Contractor's breach of any of the terms or provisions of this <;:Ontract, or by any negligent or strictly Jiable act or omission of Contractor, its 􀁯􀁦􀁦􀁩􀁣􀁥􀁲􀁾􀀠agents, employees at subcontractors. in the perlormance of tNt) Contractj eKCept ;that the indemnity provided for in this paragraph shall not apply to any liability tesulting from the sole negligence or fault of Addison, its officers, agents or ampJoyeflS, or the sole l'I.I!gligence or fault of Dallas, its officers, agents or employees, and in the event of joint md concurring negligence or £at,at,ilt of Contractor, Addison and Dallas, responsibility aad indemnity, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, Without waiving my govetll'Unentlll immunity available to Addison or h City of Dallas under Texas law md without waiving any defenses of the parties under Texas law. The provision!' of this paragraph are solely for the benefit ol the partiea hereto and not intended to create or grant (.Iny rights, contractual or otherwise, to any other person or entity. Eldubit A -Page 1 of 1 J!;XlllBlT B -Temporary and l'ermalfent Sign .. l eo.t Estimate Arapabo at Dallas Parkwa)' LABOR WORKSHEET El!IdtIl:ian Master "" Ebt:lril:iiln SUjlV. 49 ele.ctrician Journeyman 46 EIooc!r1clall JQulnayman 48 cleCltlclan 46 EleI:1!ldan .48 Englneet 57 lnepeclor 49 􀁾􀁾􀀹􀀴􀀠 􀁾􀀢􀀠 $21.63 120 $111.67 120 $1U7 12B $15.35 1ZD $'15.36 12D $31.45 1B $19.55 6 SUBTOTAl. +22%OH TOTAL 􀀭􀁾􀁾􀁾􀀮􀀢􀀢 $2.,595.60 $2,360.40 $2,360.40 $1,&43.20 $1,843.:/0 $5[)3.20 S156.40 $12,6eIl.ao §6 za52l1 $15445.20 ExplanatlQII of labot cosls! elo0 ."""_1110..,,,._",,,,'"􀁾........ . e..... Win perflllm algnal lfcrlna """"g" r.r ... _ ..«PI"""...., IA1l11cslg..... In.''''''''''' IM1l handl. "",1111"",,, ':"... 􀀭􀀻􀀧􀁾􀀠 -'. .. -.. MTE:" .. ':: 􀀭􀀺􀁾􀀬􀀻􀀮􀀭􀀽􀀮􀀠 >,'Ci:!i ' , . 􀀺􀁜􀀮􀀺􀁾􀀠􀁾􀀱􀀱􀀧􀀠 "1,1'':'',,''';' '. , ::"'.' BudU!tTruCK' . pQJe ClII 􀁐􀁩􀁯􀁾􀁕􀁰􀁔􀁍􀀺􀁫􀀠 $50.00 '75.00 $20.llO 15 5 S 􀀡􀁾􀁾􀁾􀀮􀁏􀁏􀀠 $315.00 S100.CO TerrAL $1.225.110 explanation of equipment c091s: " equipment 􀁴􀁥􀁾 lI'U'DUgh 􀁡􀀮􀁬􀁭􀁭􀁾􀀠Cm'I):IetItI"ery bij price Biraemenr contnttt MATr:RIAL WORKSHEET . . , ,UNIT·.... ; 􀁒􀁾􀀡􀀽􀁉􀁕􀁉􀁒􀁅􀁄􀀠 􀁏􀁅􀁓􀁇􀁒􀁉􀁐􀁬􀁬􀁏􀁎􀁾'􀀬" 􀀠􀁾􀀺􀀺􀀠..􀁾􀀧􀀢􀀠 :. ';:.. , COST· . TOTAl. " "'.(;\\'f,:;O';'".:, .. -􀁾􀀭 􀁾􀁤􀀺􀀺􀀧􀀬􀁾􀀧􀁩􀀧􀀠 􀂷􀀨􀁁􀁾􀁲􀁲􀀮􀀻􀁾􀂷􀀠' BeR. 􀁅􀁙􀀢􀁭􀀢􀀢􀀬􀁾􀁨􀀠 $2,37 6 $14:2i 0abIe4Cond. $0.43 300 $129.00 Coble. Sign.1 $1.49 :lOll $298.00 Clamp. 3 Bolt $3.55 12 S4l!.SO H...d, \l3orH3 S23.UI2 14 $3,357.48 Head, VSQrH5 $338.45 :l $G12JlO Me$Sen(!er. 114"/RL) $MOO 2 $168.00 Pole, l;!ee135' Ste, $590.110 :< $1.181.811 MioIe. MalaflBI (0.5% ofsubtotal) $29.32 CAW Cordinaoon O'f de!!vel'Y or all required signal hardware and wlllinspect the installalfon O'f pull boxes and conduit. EQUIPMENT WORKSHEET EQUIPMENT .'..." RATE I # DAYS , ·,O,AL. Bucket Truck' Pole Cat Pick Up Truck $50.001 15 $75.00 5 $20.00 5 $750.00 $375.00 $100.00 TOTAL $1,225.00 Explanation of equipment cosls: • Equipmenlleased through current competitively bid price agreement contract MATERIAL WORKSHEET DESCRIPTION Bolt, EySIThrough Cable 4 Condo Cable, Signal Clamp, 3 Bolt Head, va or H3 Head, V5 or H5 Messenger, 114" (RL) Pole, Steel 35' Str. Misc. Material (0.5% of subtotal) CATV Cable Network Hardware/Activation' UNIT COST ., .. $2.37 $0.43 $1,49 $3.55 $239.82 $336.45 $84.00 $590.90 $1,500.00 . REQUIRED :QTY 6 300 200 12 14 2 2 2 1 TOTAL $'14:22 $129.00 $298.00 $42.60 $3,357.48 $672.90 $168.00 $1,181.80 $29.32 $1,500.00 SUB TOTAL 3%MATHANC TOTAL $7,393.32 $221.80 $7,615.12 Explanation of material costs: • The CATV 􀀨􀀺􀁩􀁩􀁾􀀠drop used for the temporary traffic sl9nal will be ceused fot the permanent t.affic signal if ais stil! in good wortOng conditiOfl. GRAND TOTAL $24,285.32 Exhibit B -Page I of I /D WHEREAS, the Town of Addison desires to make intersection improvements to the intersection on Arapaho Road at Dallas Parkway, which lies partially within both Addison and Dallas city limits; and, WHEREAS, the proposed intersection improvements will require relocating the' existing traffic Signals both during and after construction; and, WHEREAS, the traffic Signals at this location are currently operated and maintained by the City of Dallas and will be relocated during the project by City forces; and, ' WHEREAS, the Town of Addison has agreed to pay for the total cost to relocate the traffic signals during and after construction of the project and install signal upgrades as required; and, • WHEREAS, an Interlocal Agreement is required in order for the City to participate with the Town of Addison in this proposed intersection improvement project. Now, Therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DALLAS: Section 1. That the City Manager is hereby authorized to enter into an Interlocal Agreement with the Town of Addison for intersection improvements on Arapaho Road at Dallas Parkway. Section 2. That the City Manager is hereby authorized to execute the Interlocal Agreement after it has been approved as to form by the City Attomey. Section 3. That the City Controller is hereby authorized to disburse funds in an amount not to exceed $24,285.32 from Fund 0522, Agency PBW, Org. 8891, Object 4820. Section 4. That the City Controller is hereby authorized to deposit all funds received from the Town of Addison pertaining to this project in the amount of $24,285.32 into Fund 0522, Agency PBW, Org. 8891. Object 4820. Section 5. That this resolution shall take effect immediately from and after its passage in accordance with the provisions of the Charter of the City 􀁳􀁰􀁦􀁬􀁡􀁾 iifd it is accordingly so resolved. CITY COUNCIL Distribution: Public Wor1 :IDS. Co • 10/31 10/31/97 10/31/9 • 􀀱􀀰􀀯􀀳􀀱􀀯􀁓􀁉􀁾􀀧􀀠 101 10/31/9;' 􀀱􀀰􀀯􀀳􀀱􀀮􀀯􀀬􀀬􀀬􀀮􀁾􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀬􀀠 P'1t\1SSS1c;"lIrg?8 '8 P'qoop&·1-:. 􀁏􀁾􀁕􀀺􀁉􀀠tII,,1.. P.£/Q'ItIJPH 1. Dallas and Addison agree that the PRlject improvements currently proposed to be constructed by Addison are interim measures only. D8l1as and AdalSOn alSlt agree that any final designs and Improvements necessary shall be performed sod constructed byAddison, at Addison's sale cost, once the southbound to nortlilbound U-tum movement reaches 90 vehicles per hour during anyone hour periOd in a twenty-four hour day. For purposes of determining whether the 􀁡􀁢􀁯􀁶􀁥􀀭􀁭􀁥􀁾􀁴􀁩􀁯􀁮􀁥􀁤􀀠 90 vetricle per hour criteria has been reached, the traffic count win be performed by a qualified professional individual or firm mutually agreed upon by Dallfis and Addison. The design of the final improvements shall be constructed in accordance with this Agreement. except that If any additional terms or conditions become necessary In connection with the final improvements. such additional terms or conditions shall be agreed upon by a duly authorized supplemental agreement to this Agreement. Proposed Revision: 1. Dallas and Addison agree that the Project improvements currently proposed to be constructed by Addison are interim measures only. Dallas and Addison also flgf98 that the tinal phase ofimprovements shall be designed and constnJcted once the southbound to northbound U-turn mOV8fn8nt reaches 90 Vf:lhicles per hour during anyone hour period in iii twenty-four hour day. For purposes of deteltnining whether the above-mentioned 90 vehicle per hour criteria has been reaci1li1d. the traffIC count wDl be performed by a qualified professional individual or firm mutually agreed upon by DaUas and Addison. Addison wiJla/so essume the lead-role in procuring funding tbrthe finsl Improvemenfs. The design ofthe final impro\l¢menls shall be constructed in accordance with this Agreement, exceptthat If any additional terms or conditions become necessary in connection with the final improve;ments. such additional terms or conditions shall be agreed upon by a duly aut"orized supplemental agreement to this Agreement. ,b& _d Ihtlice "'!J1'em.nt co_d. MATERIAL WORKSHEET ."., il!Jl\lfl1:"" 􀁆􀀱􀁾􀀬􀁾􀀥􀀢􀁥􀁯􀀠 TOTA 􀁮􀁅􀀤􀁃􀁒􀁩􀁾􀀱􀁬􀁾􀁎􀁦􀀧􀁕􀀧􀀮􀀱􀀻􀀬􀀱􀀺􀀻􀀺􀀺􀀺􀀮􀁾􀀲􀂷'm;i;'«, 􀁾􀁥􀁾􀁴􀁾􀁾􀀺􀀱􀀺 􀀺􀀭􀁾􀁾􀁨􀂷.. 􀁾􀂷􀁴􀁾􀀺􀀮􀀺􀀠. Bolt. Eyeffhrough $2.37 6 $ 4.22 Cable 4 Cando $0.43 300 $1 9.00 Cable. Signal $1.4e 20D $2 a.oo Clamp. 3 Bolt $3.55 12 $ 2.60 Head, V3 or H3 $239.82 14 $3.3j 7.46 Head, V5 or H5 $336.45 2 $6 2.90 Messenger, 114" (Rl) $84.00 :2 $1 B.OO Pole, St:ael 36' SIr. $590.90 2 $1,1 taO MIsc. Material (O.S% at sublOlal) '$: 9.32 CATV Cable Natwall<. 􀁈􀁡􀁲􀁑􀁷􀁡􀁲􀁥􀁬􀁁􀁣􀁬􀁬􀁾􀁡􀁬􀁩􀁯􀁮􀀧􀀠 $1.500.00 1 $1,54 0.00 -SUBTOTAL 􀀤􀀷􀁾􀀺 3.32 3% MAT HAND !t.RO TOTAL $76 5.12 􀁾􀀱􀁡􀁮􀁡􀁬􀁫􀁫􀁭 ofmatarlal cDfllll: • The CAW _ drop uaed lor thawmpoAlIY Imflio .IGna' will 1>& "",",,6 for Ihe """".nentrraffi<: .Ig••' HH'" ltilln good "",11<"'9 CQi\roject construction. D. To require all contractors to secure all necessary permits 􀁲􀁥􀁱􀁵􀁾􀁥􀁤􀀠by Dallas for any work performed within the city limits of Dallas in the course of the Project. 3. Addison agrees to perform the following obligations in connection With the Project: 􀁾"'" . A. A-,C"Will design and construct, or cause design and construchon of, altrP;ject improvements, 􀁾􀀶􀁕􀁴􀀠iftleRiR &n4 SHill, in accordancje with all Dallas-approved design criteria, plans, specificatiolllS and construction documents. Addison agrees that if it uses outside l!ntities to perform design and construction work, it will require any 􀁣􀁯􀁾􀁵􀁬􀁴􀁩􀁮􀁧􀀠 engineer or construction contractor used to defend, indemniJy and hold Dallas and Addison harmless from any claimed personal. injury (including death), property damage or other loss for which recovery of damages is alJowed that arises out of or is occasioned by any breach of the contract or any negligent or strictly liable act or omission of the consulting engineer or construction contractor in the performance of any Project work. The form of indemnity to be used is as 􀁳􀁨􀁾􀁷􀁮􀀠in Exhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% ofaXW local matching share if funding from state or federal sources is utilit:ed) of I wk1-\Il'\Project 􀁣􀀨􀀩􀁉􀀱􀁓􀁴􀁸􀀺􀁾􀁴􀁩􀁯􀁮􀀬􀀠including but not limited to temporary ,ignals, 􀁾􀁩􀀧􀀮􀁥􀁭􀁩􀁬􀁴􀁅􀁥􀁮􀁴􀁾􀁓􀀩􀁡􀁮􀁤􀀠 '7 􀁾􀀠Addison also agrees to rteeimmbpuorrsaery D aanllda sl 'feo_r ltHhtee cttorstlti gofn as lla nsdig nmaal rtkiminignsg. . 􀁾 􀁾􀀠 adjustments made by Dallas at the intersection during Project i-""'-. construction as required in l'laragi'llph 2.e lIeeve. 􀁾􀁾􀀠 􀁦􀀾􀁾􀀮􀀠 Intettoeat Agmtmtnt. City of O.Uas/Oty of Mditon Agrtem.mt 2 12:30 C Addison shall also submit II Traffic Control Plan, to be reviewtd. and approved by Dallas, as part of the overall Project design. D. Existing landscaping at the intersection belonging to both DalllIs and Addison that is removed or torn up for purposes of !'roject construction shall be restored by Addison to its original conditlion, or better, prior to final completion of all Project work. 4. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. This Agreement shall be perforiI\ed in Dallas County, Texas, and exclusive venue for any legal action required to enfbrce or construe this Interlocal Agreement shall be in Dallas County. 5. This Agreement embodies the complete agreement of the parties hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters contained herein; and, except as otherwise provided in this Agreement, cannot be modified without a written duly authbrized supplemental agreement of the parties. Executed this day of -;-___--:' 1998 by Addison. pursuant to ICity of Addison Council Minutes dated . 1998, and by Dallas, pursuant to City Council Resolution 98-, dated . 1998. CllY OF DALLAS CIlY OF ADDISON JOHN L. WARE, City Manager By:____________ By;______________, __ Assistant City Manager 􀁾􀁾􀀠 APPROVED AS TO FORM: APPROVED AS TO FORM: SAM A. LINDSAY, City Attorney 􀁂􀁾􀀬􀁟􀁾􀁾__􀀽􀁟􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀠 By:._______􀁾􀁟􀁟􀀺􀁟􀁟􀀺􀀭􀁾􀀬__ Assistant City 􀁾􀁾􀁹􀀠 City Attorney _.,.....􀁬􀁯􀁃􀁾􀀠3 CITY OF DALLAS April 30, 1998 Mr, James C. Pierce, Jr., P.E. Assistant City Engineer Town of Addison 16801 Westgrove Drive Addison, TX 75001-0144 Re: Arapaho at Dallas Parkway Dear Mr. Pierce: Thank you for the opportunity to review the plans for the proposed improvements at Arapaho and Dallas Parkway. As you have discussed with our staff, our city forces will be handling all traffic signal hardware relocations and signal timing adjustments during and after construction. Due to the structure of our traffic signal budget, we are requesting that the Town of Addison reimburse us prior to performing any work at the intersection, The check should be made payable to the City of Dallas and sent to the following address: Mr, Sam L. Wilson, P.E. Assistant Director, Public Works and Transportation City Hall, Room L18N Dallas, TX 75201 We have developed a cost estimate (see attachment) for all labor and materials involved in relocating the signals for this project. The cost estimate is based on the assumptions that the signals will need to be physically relocated twice during construction, once at the end of the project,and signal timing adjustments will need to be made for each relocation. The cost estimate also includes upgrading some of the existing hardware at the intersection. If the actual costs are less than the cost estimate, we will pay back the difference once the project is complete, Also, because this project is to be an interim improvement, the signal hardware will remain as a spanwire intersection. However, the current 'Z' spanwire configuration will be reconfigured as a box span, which is our current standard for spanwire intersections. PU8UC WORKS AND TRANSPORTAnON CITY HAU. DALlAS. TEXAS 75201 TELEPHONE 214/670-4147 Mr. James C. Pierce, Jr., P.E. April 30, 1998 Page 2 If you have any questions or concerns, please contact Mr. Joel Renaud at (214) 670-7019. We look folWard to working with Addison on a project we consider to be a vital link between the two cities. 􀁾􀁾􀁾􀀠 iAt'li!!rAly, Sam L. Wilson, P.E. Assistant Director Public Works and Transportation SLW/JDRJ29000 Attachment c: Alan Hendrix, P.E., Program Manager, Public Works and Transportation A",paho at Dallas Parkwr . Tempor..ry and Permanent Signal Cost Estimate LABOR WORKSHEET GRADE RATE HRS TOTAL Electrician Master 54 $24.94 40 $997:60 Electrician Supv. 49 $21.63 120 $2,595.60 Electrician Journeyman 48 $19.67 120 $2,360.40 Electrician Journeyman 48 $19.67 120 $2,360.40 Electrician 46 $15.36 120 $1,843.20 Electrician 46 $15.36 120 $1,843.20 Engineer 57 $31.45 16 $503.20 Inspector 49 $19.55 8 $156.40 SUBTOTAL $12,860.00 +22%OH §2,785.20 TOTAL $15,445.20 Explanation of labor costs: Electricians: Will construct and maintain the temporary traffic signals during the construction. The estimates assume three signal adjustments will be need throughout the construction due to traffic switches. Engineer: Will perform signal timing changes for the temporary and permanent traffic signals. [nspector: Will handle coordination of delivery of all required signal hardware and will inspect the installation of pull boxes and conduit EQUIPMENT WORKSHEET EQUIPMENT RATE # DAYS TOTAL Bucket Truck· $50.00. 15, $750.00 Pole Cat $75.00 5 $375.00 Pick Up Truck $20.00 5 $100.00 TOTAL I $1,225.00 Explanation of equipment costs: .. Equipment Jeased through current competitively bid price agreement contract. MATERIAL WORKSHEET . DESCRIPTION Bolt, EyelThrough Cable 4 Condo Cable, Signal Clamp, 3 Bolt Head, V3 or H3 Head, V5 or H5 Messenger, 114" (RL) Pole, Steel 35' Str. Misc. Material (0.5% of subtotal) CATV Cable Network Hardware/Activation' UNIT COST $2.37 $0.43 $1.49 $3.55 $239.82 $336.45 $84.00 $590.90 $1,500.00 REQUIRED QTY 6 300 200 12 14 2 2 2 1 TOTAL $14.22 $129.00 $298.00 $42.60 $3,357.48 $672.90 $168.00 $1,181.80 $29.32 $1,500.00 SUBTOTAL 3% MAT HAND TOTAL $7,393.32 $221.80 $7,615.12 Explanation of material costs: .., The CATV cable drop used for the temporary traffic signal wI!! be reused for the permanent traffic signal if it is still in good working condition. GRAND TOTAL $24,285.32 04/17/98 P.W.&T. -IN1ERAGENCY -t 972 450 283'7 NIJ.260 􀁾􀀱􀀠 facsimile TRANSM TTAL To: Jim Pierce, Jr., P.E. Of: Town of Addison Fax: 972.450.2834 Pages: q,ii, including this cover sheet. Date: April 17, 1998 Jim, Here is a DRAFT copy ofthe inrerlocal agreement. Please nore that this draft does not reference the attached estimate for the signal work. Also attached is a copy ofthe conduit and pull boxes (with the City of Dallas spccifications) we would like to see installed at the inrersection. I will also send a copy ofthis drawing to Kim Roberts at Huitt-Zollars. If you have any quciltions, please call me. From thp desk of... :itIR"n8ud En A••llllan! 01 Dall•• (21 . 6711-7019 04/17/98 12:30 P.W.&T.-INTERAGENCY 􀁾􀀠972 450 2837 NO. 260 r.02 STATE OF TEXAS § § COUNTY OF DALLAS § DALLAS/APDISON INIERLOCAL AGREEMENT T"",A) Cf ADo/Spill WHEREAS, the City of Dallas, Texas (hereinafter called "Dallas") and the Cit, ;;Rrl sf 􀁍􀁥􀁂􀁬􀁊􀁬􀀺􀁬􀁩􀁾􀁥􀀠 (hereinafter called "Addison"), both Texas municipal corpo.ations, want to enter into an agreement for the construction of and traffic' signal improvements at the intersection of Dallas Northllway and Atapaho Roa (hereinafter called the "Project"); and chASo"" WHEREAS, Chapter 791 of the Texas Government Code provides authorization for any local government to contract with one or more local governments to perform governmental functions and services under the terms of the Act. . Now, Therefore, this Agreement is hereby made and entered into by Dallas and Addison, in consideration of the mutual promises and covenants contained herein. WITNESSETH: 1. Dallas and Addison agree that the Project improvements currently prbposed to be constructed by Addison are interim measures only, and that any final designs and improvements necessary shall be approved by Dallas, and performed and constructed by Addison once the southbound to northbound U-turn movement reaches 90 vehicles per hour during anyone hour:period in a twenty-four hour day. The final improvements shall be construtted in accordance with this Agreement, except that if any additional terms or conditions become necessary in connection with the final improvements, such additional terms or conditions shall be agreed upon by a duly authorized supplemental agreement to this Agreement. 2. Dallas agrees to perform the following obligations in connection with the Project: A. To make a detailed review of Project plans, specifications and construction documents. Any subsequent modifications to any InteriCICAI Agteemmt. City of Dalltul./City of AddiISDn Agreement 1 12:30 P. W. &T. -INTERAGENCY + 972 450 2837 NO.2612l 003 approved plans, specifications and construction documents for the Project shall also be submitted to Dallas for i$ review and approvaL B. To inspect all Project construction activity for conformity with the approved plans, specifications and construction documents. C. To resume responsibility for maintenance of the Project upott fmal completion by Addison and acceptance by Dallas. Dallas will maintain existing control of the signal timing for the intersection of Arapaho Road and Dallas North Tollway both during and after Project construction. D. To require all contractors to secure all necessary permits required by Dallas for any work performed within the city limits of Dallas' in the course of the Project. 3. Addison agrees to perform the following obligations in connection With the Project; A. Addison will design and construct or cause design and construction of, all Project improvements, both interim and final, in accordanqe with all Dallas-approved design criteria, plans, specificatiolllS and construction documents. Addison agrees that if it uses outside entities to perform design and construction work, it will require any 􀁣􀁯􀁾􀁵􀁬􀁴􀁩􀁮􀁧􀀠 engineer or construction contractor used to defend, indemnilfy and hold Dallas and Addison harmless from any claimed personal injury (including death), property damage or other loss for which recovery of damages is allowed that arises out of or is occasioned by any breach of the contract or any negligent or strictly liable act or omission of the consulting engineer or construction contractor in the perform.nce of any Project work. The form of indemnity to be used is as sh¢lwn in Exhibit A, attached to and made a part of this Agreement. B. Addison agrees to pay 100% of the total cost (or 100% of aDlY local matching share if funding from state or federal sources is utilU!ed) of Project construction, including but not limited to temporary $ignals, --permanent signals, and temporary and permanent signs and 􀁾􀁫􀁩􀁮􀁧􀁳􀀮􀀠 Addison also agrees to reimburse Dallas for the cost of all signal timing adjustments made by Dallas at the intersection during Project construction as required in Paragraph 2.C above. _aalApom.,,, .O.yofO.n..ICJtyofAAd.... 􀁾•• 2 12:30 P. W. 8.T •-INTERAGENCY .. «fl2 450 2837 ND.260 004 C. Addison shall also submit a Traffic Control Plan, to be review$d and approved by Dallas, as part of the overall Project design. D. Existing landscaping at the intersection belonging to bothDalUls and Addison that is removed or torn up for purposes of -rroject construction shall be restored by Addison to its original condition, or better, prior to final completion of all Project work. 4. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. This Agreement shall be perfortned in Dallas County, Texas, and exclusive venue for any legal action required to enforce or construe this lnterlocal Agreement shall be in Dallas County. 5. This Agreement embodies the complete agreement of the pames hereto, superseding all oral or written previous and contemporary agreements between the parties relating to matters contained herein; and, except as otherwise provided in this Agreement, cannot be modified without a written duly authbrized supplemental agreement of the pames. Executed this day of ...,-____, 1998 by Addison, pursuant to City of Addison Council Minutes dated . 1998, and by Dallas, pursuant to City CounciI Resolution 98-, dated . 1998. CITY OF DALLAS CITY OF ADDISON JOHN L. WARE, City Manager 􀁂􀁾􀁟􀁾􀁾__􀁾􀁾_______ 􀁂􀁾􀀬___________􀁾􀁾􀁟􀀬__ Assistant City Manager 􀁾􀁾􀀠 APPROVED AS TO FORM: APPROVED AS TO FORM: SAM A. UNDSAY, City Attorney 􀁂􀁹􀀺􀁾􀁾􀁾􀁾􀁾􀁾______ By:,__________􀀭􀀽􀁾􀁾􀀭􀀭􀁾􀀬__ Assistant City Attorney City Attorney SIItimIItad10 􀁃􀁩􀁾􀀠3 04/17/98 12:30 􀁐􀀮􀁗􀀮􀀦􀁔􀀮􀀭􀁉􀁾􀀠􀁾􀀠9724502837 NO. 260 = EXl:ImlT A • INDEMNITY FORM Contractor agrees to defend, indemnify and hold Addison, its officers, agents and employees, and the City of Dallas, its officers, agents and employees, hlllrmiess against any and aU claims, lawsuits, judgments, costs and expenses for personal injury (includir/g death), property damage or other harm for which recovery of damages is sought, suffered by any person or persons, that may arise out of or be occasioned by Contractor's breach of any of the terms or provisions of this Contract, or by any negligent or strictly liable act or omission of Contractor, its officers, "gents, employees or subcontractors, in the performance oE this Contractj except tlat the indemnity provided for in this paragraph shan not apply to any liability reSulting . from the sole negligence or fault of Addison, its officers, agents or employees; or the sole negligence or fault of Dallas, its officers, agents or employees, and in the event of joint and concurring negligence or fault of Contractor, Addison and Dallas, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the law of the State of Texas, without waiving any governmental immunity available to Addison or the City of Dallas under Texas law and without waiving any defenses of the parties under Texas law. The provisions bf this paragraph are solely for the benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity. Exhibit A • Page 1 of 1 04/17/98 12:30 P.W.&T.-INTERAGENCY 7 972 450 2837 ND.260 GJ06 􀁁􀁲􀁾􀀠.Jaho at Dallas Parkway Temporary and Permanent Signal Coat Estimate LABOR WORKSHEET Imtiitcll,. ['",c;:'/;:",,7:';7'::77;},7:"7, ,-":"".?,,'":'"":"=7T'.'l􀁾'􀁾 􀁲􀀺􀁉􀀠􀁲􀁅􀀧􀀺"􀁾:􀀮,'􀁳,'􀀠;IT'!;􀀺p􀀹,􀁩 􀁬􀀺􀁥􀁈􀁲􀁯􀁒􀁾􀁲􀀮 􀀮􀁾􀀮􀁲􀀺􀀭􀀻􀁔􀁾11􀁏,􀁉􀀠􀁉􀁉􀀭􀁾 Electrician Mas"'te""r'"'5'i"'''4 ':c.':-"􀀭􀀭􀀬􀀭􀁾􀀬__ 􀀺􀀺􀁟􀁩􀁾􀁾􀀧􀀮􀀲􀁾􀀠 􀀭􀀻􀀺􀀺􀀢􀀤􀀻􀁾􀀮􀀧􀀹􀀺􀀮􀁦􀀺􀀬􀀺􀀺􀁪􀀠 f"J Co" 40 ---f 97.6'0 Electrician Supv. 49 $21.63 120 $2, 95.60 Electrician Journeyman 48 $19.67 120 $2, 60.40 Electrician Joumeyman 46 $19.67 120 $2, 60.40 Electrician 46 $15.36 120 $1, 43.20 Electrician 46 $15.36 120 $1, 43.20 Engineer 57 $31.45 16 $ 03.20 Inspector 49 $19.55 8 $ 56.40 SUB TOTAL 􀀤􀀡􀁾􀀬􀀮􀀻􀁾􀁾􀀧􀁾􀁾 +22% OH 􀀺􀁏􀀻􀁾􀀮􀀠􀀧􀁾􀁢􀀮􀁾􀁕 DRAFT TOTAL $15,¥5.2D Explanatton of labor costs: Electricians: Will conatruct and maintain tha tam""rary trafflo Blgnal. during tM construction. Ttu! esttmatas a..ume Ch_ BlgnaladJuBtmenl. wHI b. nood Ihroughout tho con.tructlon dua 10 traflle 􀁡􀁷􀁾􀁣􀁨􀁡•. Englne.r. Will perform Blgnal Hmtng changes for tha temporary and permanent traftie Blgnols. Inspector. Will handle coordination of doll.ory of all requlrad .Ignal hardware and wllllnBpecl tll. inBtallatlon of pull 􀁾􀁯􀁸􀁥􀀮􀀠 and condull. EQUIPMENT WORKSHEET N . :.':;'j .;,TL:';', : ;',. ;,' BUckBtTrUCk.·m " ' ..,;,...L'􀀺􀁣􀀮􀀺􀁣􀀮􀁾􀀧􀁾􀀧􀁟􀀢I-􀀮􀁾􀁬􀁩􀀭􀁜􀁾􀀮􀁾􀁐􀀧􀀡􀁯􀀺􀀭􀁜􀀧􀀡icc;;","""'""'-"-'-.15..+---·............􀁾 • Pole Cat $75.00 5 Pick U Truck $20.00 5 TOTAL Explanatton ofequIpment coata: • Equipmenl Ioa.od through currenl.oompalttl.ely bid price agraament contract. MATERIAL WORKSHEET . . .' "" ., .'. UNIT:;; ; ;. ;RElQlJIRED DESCRIPTION;; : .. :.: .. TOTA . "! ! 􀁾􀀺􀀮􀁾􀀠 '.;.: . ..,' ... . 􀁑􀁑􀁾-􀀱􀀧􀀮􀀡􀀧􀀠,><:rl'Y .. I",':'-'Bolt, 􀁅􀁹􀁥􀁩􀁲􀁨􀁲􀁡􀁾􀁧􀀻􀀧􀀠 . $2.37 II S14.22 Ceble 4 Condo $0.43 300 $129.00 Cable, Signal $1.49 200 􀀤􀁾􀁾􀀸􀀮􀀰􀀰 Clamp, 3 Boll $3.55 12 *2.60 Head, V3 or H3 $239.82 14 􀀤􀀳􀀮􀀲􀁾􀀮􀀴􀀸 Head, V5 or H5 $336.45 2 Ei72.90 Meaaenger, 1/4' (RL) $84.00 2 $t·OD Pole, Steel 35' Sir. $590.90 2 $1,1 1.80 Misc. Material (0.5% of subtotal) 􀁾􀀹􀀮􀀳􀀲 CA1V Cabte Network Hardware/Activation' $1,500.00 1 $1,$0.00 SUBTOTAL 􀀤􀀷􀁾􀁾􀀺􀀳􀀲􀀠 3%MATHANC .8D TOTAL 􀀤􀀷􀀬􀁾􀀵􀀮􀀱􀀲 Explanatton of matatlal costs: • Th. CATV cable drop uBOd for tho tamponlry traffie Blgn.1 will bo ,"ulod forth. parma"enl traffle Blgnll! H H 18 01111 In good working condlHan. GRAND TOTAL 􀀤􀀲􀀳􀀬􀀰􀀹􀁾􀀮􀀳􀀲􀀠 .... I\W ---I OPENING: F'OR IDRAINAGE I i '. S" DIA. TWO-WAV ---..w;::...􀁾􀀭􀂷􀀭􀀯􀁄􀁕􀁁􀁌􀀠REFLECTIVE i 􀁐􀁁􀁖􂂬􀁾􀁎􀁲􀀠􀁍􀁁􀁒􀁋􀁴􀁾􀀠 . 􀀱i􀀲.. 􀀢􀁾􀂣􀁅􀁎􀁾􀀠WELLjOWl 􀁾􀁾􀂷􀁾􀁪􀁦􀀮􀁾􀁾􀁾􀀺􀀬􀀭􀀮� �-􀁾􀀠;.... 􀀺􀁾􀁾􀀮􀁾􀁾􀁾􀀠_...:::_:l'" 411 􀂷􀀧􀀻􀀻􀀼􀀢􀀺􀁾􀀮􀀺􀀺􀀺􀀺􀀮􀀧􀂷􀀺􀁉􀀺􀀢􀂷􀂷􀂷􀀧􀀺􀀺􀀻􀀻􀁾􀀧􀂷􀂷􀀧􀀺􀀺􀀺􀀺􀀺􀀠 ....􀁾....,,;..........􀁴􀁚􀁲􀁬􀁬􀁩􀀮􀀺􀀺􀀺􀀮􀁾􀀺􀁾􀀺􀀺􀀺􀀻􀁾􀁾􀀺􀀿􀂷􀀮􀀺􀂷 􀀽􀀺􀂷􀀺􀂷􀀺􀁴􀀭􀀬􀁾􀁾􀀻..J:::;.-;: ...􀂷􀁾􀁯􀁾􀂷􀁾􀂷􀂷􀂷􀂷􀂷􀀧􀁏􀀮􀀬􀂷􀀮􀂷􀁾􀀠 􀁾􀁾􀁾􀁾􀀮􀁾􀀮􀀠 10' TURI\i LANE ......... j .. , ..... :9;1..... , ::.7-.. PP;. 􀁜􀀠 􀀭􀁾􀀠 «. \ . • .. \' . . 􀀮􀀭􀁾.." ( , S :i'J" r 􀁾􀀠 •.;> 􀁾􀀠 􀀮􀁾􀀠";; ""\I' .' .,. ,., .( ;ii I'. i .! '/fIJ 3-IO'UNES ,•.􀁾􀀢􀀮􀀢􀀢􀀢􀀽􀁾􀀬􀀮􀀠 􀀢􀀧􀀧􀀧􀀧􀀧􀁾􀀽􀀧􀀧􀀧􀀧􀀧􀀠 LANE STRIPES em BRIDGE TY Iw-e ON !'i'CENTERS ).. f ...J !...J 10 i ...... i I:r: i '-I : 0::: I ,i O . "";.:0 􀁾􀀭􀀬􀀠 --_' .,.-_"" 􀀢􀁾􀀠==:...,., " <: flO ..... .!. --;:f:..·;;:--·....;r····..--..􀁛􀁾􀀺􀀠 􀁾··..􀁾􀂷􀂷..􀁾􀁾􀁾􀀬....,..·....··d9·..·..HI.....:--...􀁾􀀠 􀁾􀀠 c:::> '" :;, '" • 􀁾􀀠 􀁾􀀠 􀁾􀀠 '" 􀀢􀀮􀀭􀀭􀁾.... ., " ..", '*􀁾􀀠..􀁾􀀠 /.r .:, PO IP K' 􀁾􀀠 § ",', 􀀧􀀭􀀭􀀽􀁾􀀠 --------f:i;tii;Y".... 􀁾􀀠􀀻􀀮􀀢􀁾􀀠"􀁾􀀠 􀁾••. •.'.-1_' -----___ .". ............."" , ...... , ...􀀧􀁬􀀬􀁾􀀠 􀁾􀀭•• '" ... .: *: ....' !_--.,. '." CITY OF PAlLAS tli!"PAIi'11tfENT OF PlI8UC IIIiKIi:S' lIND IlI'ANSPCWJ;4 m:w 􀁾􀀠 􀁾􀀠 PULL BO% INSTALLATlON IJETAILS 􀁾􀀠 DETAILS OF SMALL PULL BOX DETAILS OF LARGE PULL BOX 6-􀀨􀁾􀁁􀁬􀀩􀀠 Y (TYPICAl) 􀁾§􀀱􀁟􀀱􀁾􀁾􀀱􀀨􀂷􀁾􀁾􀁾􀁩􀁾� �􀀻􀀺􀁾􀀺􀁾􀀻􀁾􀁜􀁾􀂷􀁦􀁾􀀻􀁾􀁽􀀠 .." mac CIlIICRElE CONaIETE C. ;.;,.,'.. " "'Arne SIGNAL PW. eo. '" ." •.' 􀁐􀁍􀁾􀁴􀀬􀀮􀀮􀀻􀂷􀀻􀀺􀀬􀀻􀀬􀂷􀀮􀁾􀀠 􀀨􀀱􀀢􀁾􀁘􀀲􀀴􀀢􀁘􀀱􀀲􀀧􀀢􀀩􀀠 t, .L''f'-: 1􀀻􀁬􀁾􀀬􀀠􀀮􀁽􀁾􀀬􀀠􀁾􀀧􀀺􀀠􀁾􀀺􀀻􀀬􀀠􀀫􀁨􀀻􀁻􀀺􀁾􀀮􀀢􀀮􀀠􀀺􀁉􀀧􀀢􀀧􀁾􀀠􀀻􀁾􀁾􀀠; NO. ,3 REBAR (nPICAL) NO. 􀁾􀁾􀀮􀀱􀀱􀀠 􀂧􀁻􀁲􀀻􀀺􀀺􀁦􀀻􀀻􀁾􀁪􀀻􀁾􀁾􀀺􀁾􀁾􀀻􀀻􀁾􀁾􀂷􀁴􀁾􀀻􀁾􀁾􀀺􀀮􀁾􀀠􀁬􀀻􀀻􀀺􀁾􀀠 􀁾 􀀧􀁴􀁾􀀠􀁾􀁾􀀺􀀬􀀻􀀺􀀧􀀠􀀡􀀧􀁾􀁾􀀧􀀠 􀁾􀀠 raP "EW NO. 3 I 􀁾.. 􀀠 􀁾􀁴􀁷􀁮􀀮􀀠 􀁾􀁾􀁾􀁾􀁾􀁐􀁗􀀮􀁾􀁟􀁾􀁾􀁾􀁾􀁾􀀠 , 24' -"J "'N. -I \;0 :3 -0.: ,.,'" 'I" -: .. • -t>" t: .. II ..... I .... t. II • flO' .. 􀁾􀀠 ... .. " .. ;,.,'; 􀁾􀀠 CQAASE C( 􀀢􀀬􀁾 ...,r· ;. ,:,' :':H3' (nPlCALl 􀁾􀀮􀁾􀀠 􀁾􀀺􀁾􀀮􀀺􀀮􀀠􀀾􀁾􀁾􀀻􀀺􀁪􀀯􀁾􀁾􀀢􀀺􀀺􀁾􀁾􀁾􀁲􀀻􀁲􀀺􀀩􀁓􀁦􀀺􀀠􀁾􀁽􀁾􀁾􀁾􀁾􀀺􀀠....􀁾􀀠 􀀢􀀧􀁾􀁦􀀠 􀁾􀀺􀀧􀀠􀀮􀁾􀀺􀁟􀀺􀀠 -:< 􀁾􀁾􀀺􀀠 ":*.::,::; 􀀭􀀻􀁾􀀮􀀠 '.: 􀀢􀀪􀀭􀁾􀁾􀁭􀀬􀀨􀁾􀁬 : 􀁾􀀮􀀠 ;':. _::-,. ," L.:" .; J----PAIl -:-.. REBAR ..' ....r 'T"'I.....·'" ,...,., t',:." . i . 􀁾􀁩􀁬􀀠 I: ,.,. ..".".'.. ..􀁾.\􀀠 \.;.". .., "i :.:..I{q "-" :..􀁾􀀺􀀮􀀮􀀮􀀺... :-. GROUND LEVEL 04/17/ss 12:3\3 P.W.&T.-INTERABENCY .. 972 450 2837 NO.260 &09 I ii i HUllT--ZOLlARS Hul!t-Zollars, Inc./3131 McKinney Avenue I Suite 600 I LB 105/Oallss. Texas 􀀷􀁓􀀲􀀰􀀴􀁾􀀲􀀴􀀸􀀹􀀯􀀲􀁩􀀴􀀯􀀸􀀷􀀱􀀭􀀳􀀳􀀱􀀱􀀠JFAX 2141871·0757 March 13, 1998 Mr. Joel Renaud" Engineering Assistant City ofDallas Public Works & Transportation City Hall 1500 Marilla, room Ll-BN Dallas, IX 75201 RE: Arapaho Road Reconstruction -Addison, Texas Dear Mr. Renaud: At the request ofJim Pierce ofthe Town of Addison, I am submitting two copies ofSheets P-8, P13, P-18 & P-19 of our final construction drawings for the reconstruction of Arapaho Road from Addison Road to Dallas North Tollway for your use in preparing the interlocal agreement between the City of Dallas and the Town ofAddison. The three drawings depict the paving improvements, lane reconfiguration and re-striping of the lanes at the intersection of Arapaho Road and Dallas North Tollway. Please give me a call ifyou should have any questions. Sincerely, Huitt-Zollars, Inc. Kenneth A. Roberts, P .E. Vice President Copy: Jim Pierce, P.E. -Town ofAddison H:IPROJ\OlI77201IDALLASl.OOC Dallas I Fort Worth! Houston I EI Paso I Phoenix I Tustin I Ontario I Albuquerque ! ]..-27-98-r , . . . i. l: 􀁾􀀠 ,. :. 􀁃􀀼􀀯􀁉􀁾􀀭􀁏􀀠􀁾 􀁾􀁾􀀠 􀁌􀁊􀁌􀁾􀁾􀀠dir -• ""/'--<1" u!LF;.L-.... ...= '21'1'070 -;)..4-7Ci 􀀨􀁽􀁊􀀩􀁾􀀿􀁇􀀯􀀠? ;. CITY OF DALLAS December 5,1997 Mr. James C. Pierce, P.E. Town of Addison Public Works Department P.O. Box 144 Addison, Texas 75001 Re: Arapaho Road at the Dallas North Tollway Dear Mr. Pierce: We received your letter dated November 14, 1997, and the plan sheet for the modifications proposed for the subject intersection. We are in agreement with the concept shown for this location; however, City of Dallas approval of the construction will be contingent on the following items: • Execution of an interlocal agreement which outlines each City's current and future responsibilities concerning the construction of this project • City of Dallas review of the entire set of construction plans including the sequence of construction and traffic control plan Please forward a copy of the construction plans and a draft copy of the proposed interlocal agreement for review by our technical and legal staff. If you have questions or need additional information, please contact Alan Hendrix, P.E. at (214)670-4262. 􀀼􀁾􀁾􀀠 Sam Sam L. Wilson, P.E. Assistant Director Public Works and Transportation SLW/AH/pnwp.3982 cc: David C. Dybala, P.E., Director, Public Works and Transportation Alan Hendrix, P.E., Public Works and Transportation PUBUC WORKS AND TRANSPORTATION CITY HALL DAllAS, TEXAS 75201 TELEPHONE 􀀲􀀱􀀴􀀡􀀶􀁾􀀠 􀀺􀀭􀀭 \ --I _'\ ----􀁾􀀠 􀁾􀀠 (972) 450-2871 ADDIsoN PUBlJC WORKS DEPARTMF.NT 􀁾􀀺􀁩􀀮􀁜􀀺􀀻􀀺􀀮􀀬􀀮􀀦􀁨􀂧􀀧􀁴􀁹􀁮􀀩􀀫􀀿􀀺􀀺􀀿􀀭􀀭􀀵􀀡􀁜􀁦􀁊􀀢􀀧􀀠 J PostOfficcBoxl44 Addison,Texas 15001 16801 Westgrove November 14, 1997 Mr. Jack Antebi, P,R Dallas Public Works & Transportation Department 1500 Marilla Street, Room Ll-B-N Dallas, Texas 75201 Re: Arapaho Road/Tollway Bridge Lane Modification Dear Jack: First let me thank you for your advice and assistance in our efforts to improve traffic flow through the Arapaho Road/Tollway intersection, Please find enclosed 2 prints showing the fmal design of the lane modifications we propose for the Arapaho RoadlTollway intersection. We have incorporated your comments and are now ready to issue these plans for bids to be received on November 26, 1997. Please let us bave your approval for our records. Your attention to this matter will be most appreciated. Please call me at 972-450-2879 if you bave any questions or require additional information. Very truly yours, Town Of Addison es C. Pierce, Jr., P.R, DEE Assistant City Engineer cc; John Baumgartner, Director of Public Works Ken Roberts, Huitt-Zollars Attachment ....,If HUITT-ZOLLARS, INL i 3131 McKinney Avenue, Suite 600 DALLAS, TEXAS 75204 (214) 871·3311 TO /0,,,,.. cof AJJ..;,,,,,,,-e." l... L..Lvt.J ea. ,106 144 .... N,􀁏􀁾􀀮􀀠 t,I I q e1J 1 IJOO ;'0; -J'712. • .:>J ATTENTION J. ""'􀁾􀀺􀁴􀀮􀁲 ....... R1t, Ll. A. L r£/. I I i 􀀭􀀭􀁾􀀠 WE ARE SENDING YOU I§tAttached D Under separate cover 􀁶􀁩􀁡􀁟􀀭􀁌􀀦􀀺...􀁾.·.+ I____the following Items; D Shop drawings D Prints 􀁾􀁐􀁬􀁡􀁮􀁳􀀠 D Samples D Specifications D Copy of letter D Change order D__________________􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 I DATE NO. OESCRIPTrON COPIES I BriL,L L", M I.L.• 􀀮􀁌􀁾􀀠 • THESE ARE TRANSMITTED as checked below: 􀁾􀁲 approval D Approved as submitted D Resubmit____CDPill$ for approval D For your use D Approved as noted D Submit __CDPies for distribution D As requested D Returned for corrections o Retum __corrected prints 􀁾􀁲 review and comment 0 ______________________ o FOR BIDS DUE ________19___ 0 P.RINTS RETURNED AFTER LOAN TO US REMARKS __________________________􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 COPY 􀁔􀁏􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁓􀁉􀁇􀁎􀁅􀁄􀀺􀁾􀀬􀁦..􀁊....􀁌.􀀭􀀭􀀭􀀭􀁧􀁾􀁾􀁾􀁾􀁓􀁬􀀭􀀭􀀭􀀭 􀀭􀀭􀀭 If .nefOaUra .,.. not .. not.d. Idndf, notHy v••t onn, i CITY OF DALLAS October 21, 1997 Mr. James C. Pierce, Jr., P.E., DEE Addison Public Works Department P. O. Box 144 Addison, TX 75001 Re: Arapaho RoadfToliway Bridge Lane Modification Dear Mr. Pierce: We received the set of prints you sent to us showing the proposed improvements for Arapaho Road at the Dallas North Tollway and have the following comments. As an interim mitigation measure for this interchange, the City of Dallas concurs with these proposed improvements (along with a few minor changes mentioned below). However, we would like to see the final design improvements implemented (Le. open the SB to NB free U-turn) when the peak hourly volume for the SB to NB U-turn movement reaches 90 vehicles per hour during any peak hour in order to prevent degradation in the level of service. As far as specific comments are concerned, we propose maintaining the existing width (8 feet) of the median between the NB to SB U-turn and the EB through movement since this median experiences most of the pedestrian traffic for this interchange. This requires shifting the EBIWB movements two feet north. Also, we ask that the islands be made as large as possible to accommodate traffic signal hardware. These modifications can also be seen on the enclosed drawing. Thank you for the opportunity to review these plans. If you have any questions, please contact Jack Antebi, P.E., at (214)670-3267. Sincerely, 􀁾􀁾􀁶􀁊􀁾􀀠 Sam L. Wilson Assistant Director Public Works and Transportation SLW/JDR/pnwp.3824 Attachment PUBLiC WOfII<$ AND TRANSPORTAlION CITY HALL OAlLAS, TEXAS 75201 TELEPHONE 214/670-3260 /O-/o--P7 I O)7tv'P>( I' I (972) 450·2871 16801 Westgro\"t! PUBLIC WORKS DEPARTMENT September 25, 1997 Mr. Jack Antebi, P.E. Dallas Public Works & Transportation Department 1500 Marilla Street, Room Ll-B-N Dallas, Texas 75201 Re: Arapabo Road/Tollway Bridge Lane Modification Dear Jack: Please find enclosed 2 prints showing the lane modifications we propose for the Arapabo Road/Tollway intersection. I have also enclosed recent traffic counts for the u-turns at this intersection. Please let us have your comments/approval as we wish to finalize the lane moditication design as soon as possible. We are scheduled to receive bids on Arapabo Road on November 18, 1997. Your attention to this matter will be most appreciated. Please call me at 972-450-2879 if you have any questions or require additional information. Ver:y truly yours, Town Of Addison 􀁾􀁉􀁃􀀢􀀬􀁪􀀧.-p-ie-r-ce-, Jr., P.E., DEE Assistant City Engineer cc: John Baumgartner, Director of Public Works -,,-ADDIsoN Public Works I Engineering 16801 Westgrove. P.O. Box 144 Addison, Texas 75001 Telephone: (214)450-2871 • Fax: (214)931·6643 DATE ATTENTION RE: GENTLEMAN: WE ARE SENDING YOU D Attached D Under separate cover via ______the following items: D Shop Drawings D Prints D Plans D Samples D Specifications D Copy of letter D Change order D________________ COPIES DATE NO. DESCRIPTION I tJoItPns /􀁾􀁌􀁬􀀠 lj.. ..for -hdU/L tllAr illy-ass lu,'J" I Th-/ffL UP' L f"y 􀁕􀀫􀁕􀁾􀁖􀁉􀀧􀀢􀀠 􀁉􀁔􀁾􀀠 . , THESE ARE TRANSMITTED as checked below: D For approval D Approved as submitted D Resubmit ____copies for approval /J(For your use D App roved as noted D Submit copies for distribution D As requested D Returned for corrections D Return corrected prints D For review and comment D _________________________ D FOR BIDS DUE __________ 19,__ D PRINTS RETURNED AFTER LOAN TO US COPYTO 􀁾􀀠 -SIGNED: If enclosures are not as noted, please 􀁮􀁯􀁴􀁩􀁾􀁣􀁥􀀮 8!:. SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 ROSS L. JACOBS. P.E. RONALD V. CONWAY, P.E. JOHN W. BIRKHOFF. P.E. JOE R. CARTER, P.E. August 7, 1997 GARY C. HENDRICKS. P.E. I. C. FINKLEA. P.E. Mr. Jim Pierce, P.E. Asst. Director of Public Works Town ofAddison Post Office Box 144 Addison, Texas 75001-0144 Re: Arapaho Road Bridge Dallas North Tollway Conceptual Plan Dear Mr. Pierce: We are enclosing six copies of the conceptual plan for adding additional lanes across the Arapaho Bridge at the Dallas North Tollway. Please review these copies to insure that it is the option you desire to share with the City of Dallas. After your meeting with Dallas, we are prepared to make the necessary modifications to the plan prior to your meeting with the Tollway Authority. We are available at your convenience to discuss any questions you may have with the enclosed plan. Sincerely, 􀀹􀁾􀁗􀁾􀀠 John W. Birkhoff, P.E. Enclosures J:\Addison\97140\L\corres\concep,doc SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Fax (214) 361--0204 Phone (214) 361-7900 ROSS L, JACOBS, P.E. RONALD V, CONWAY.P.E. JOHN W. BIRKHOFF, P.E. JOE R. CARTER, P.E. May 23,1997 GARY C. HENDRICKS, P.E. I. C. FINKLEA, P.B. Mr. Jeff Markiewicz Post Office Box 144 Addison, Texas 75001-0144 Re: Arapaho Road Bridge @Dallas North Tollway Conceptual Marking Plan Dear Mr. Markiewicz: We are enclosing two copies of conceptual plans to convert the Arapaho Bridge over the Dallas North Tollway from four-lanes ofthrough traffic to six-lanes ofthrough traffic. Two alternatives are included, one which separates opposing traffic with a concrete jersey barrier and one that separates opposing traffic with jiggle bars. In both alternatives the width ofthe Texas U-turn is reduced to 12-feet along with the width of the barrier island being reduced. The noses ofthe islands have been pulled back as not to interfere with through traffic on the Tollway Service Roads. Roads. It is our understanding that enclosed conceptual plans will be discussed with the Texas Turnpike Authority and the City ofDallas. Prior to those meetings, you may desire to overlay your proposed Arapaho Road pavement section on these alternatives, If so, please provide that section and we will incorporate it in our drawing. It would expedite the completion ofthe exhibit, ifyou have that section or plan view in electronic furmat for AutoCADD RI3 to read. We are available at your convenience to discuss any questions you may have with the conceptual plans, or to accompany you during your meetings with the Texas Turnpike Authority and the City of Dallas. Sincerely, 􀁹􀁡􀂣􀀹􀁶􀀸􀁾􀀠 John W. Birkhoff, P.E. Enclosure 06f30f1997 16:33 214-361-0204 SHIMEK.JACOBS&FINKLE PAGE 61103 􀀯􀁫􀀴􀀭􀁾􀁾􀁾􀀮􀀠 SIDMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS n33 Douglas Avcnu<, #820 Dallas, r.,.." 75225-5816 Fax (214) 361·0204 Phone (214) 361·7900 FAX TRANSMISSION COVER SHEET Fax Number: 972450-2837 From: John W. Birkhoff, P.E. Number of Pages Transmitted (including this one) Date, June 30, 1997 W To: Mr. Jeff Markiewicz Copy ofagreement for Arapho Road Bridge at the Dallas North Tollway Study. 66/30/1997 15:33 214-361-0204 SHIMEK,JACOBS&FINKLE PAGE El2/El3 j e,r. 􀁌􀁾􀁾􀀯􀀻􀀧􀁾􀀧􀀧􀀧􀀧􀀢􀁻􀀠 􀀯􀁊􀁤􀁤􀀬􀀧􀁳􀀼􀀡􀁬􀁾􀀠 SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Dougl.. A.tnue, #820 ,?oll.., T.... 7'225-5816 FiX (214) 361-0204 Phone (ZI4) 361·7900 aass L, '''COlIS. P.B. aONAW v. CONWAY. p.E. IOIIN w. BIRKHOI'f. P ••• 􀁉􀁏􀁾 R. CAIITEI\. PoE. April 21, 1997 GARY C.IlliNl1JUCItS. P.E. 􀁉􀀮􀁃􀀮􀁾􀁐􀀮􀁉􀀡􀀮􀀠 Mr. David C. 􀁎􀁩􀁾􀁲􀀬 P.E. Town ofAddison Post Office Box 144 Addison, Texas 7500\·0144 Re: Arapaho Road Bridge at Tollway Engineering Services Agteemen1 Dear Mr. Nighswonger: In aooonlanee with your tequest, we propose to provide engineering services for the prepamion ofa 􀁣􀁯􀁮􀁾􀁥􀁰􀁴􀁵􀁡􀁉􀀠plan for the addition one lane 􀁾􀁲􀁯􀁓􀀵 the Arapaho Road Bridge \ll'ossing the Oallas Nortb Tollway (ONT). Our services will include the following: 1. Field Surveys ofthe Bridge and the existing roadway sections east and west ofthe bridge. 2. Attempt to obtain record drawings ofthe bridge plan IIIld marking plan from the ONT. 3. Prepare the 􀁣􀁯􀁮􀁾􀁴􀁵􀁡􀁬 plan for adding 8.1_ by making the proposed lIIIles narrower and removing existing barriers. The com:eptual plan will show proposed PlIvement markings 10 accomplish the addition ofthe one lane. The pllUl will be in color to easily distinguish the proposed improvements from the existing layout. 4. At the tequest ofthe Town meet with the City of Dallas and/or the ONT. 5. Make revisions in the conceptual plan besed 011 input from the Town's meetings. 6. Prepare an opinion of probable OOlISIrUction cost on the final COllCeptual plan accepted by the Town ofAddison, City omallas and the ONT. We propose to be compensate for Ollt services on a salary cost times a multiplier of2.3 basis, with 􀁥􀁸􀁰􀁥􀁮􀁳􀁥􀁾􀀠 being at invoice cost times 1.15. Field survey crews will be billed at $85.00 perbour. We anticipate 51 hours beillg required for tbisprojeet. Accordingly, we recommend a budget of $4,000.00 be mablished. We are available at your convenience convenience to discuss any questions YOII may have with our proposal. 06/30/1997 16:33 21 􀁾􀀭􀀳􀀦􀀱􀀭􀀱􀀧􀁬􀀲􀀰􀁾􀀠 SHlMEK.JACOBS&FINKLE PAGE 1'l3/1'l3 '. Mr. David C. Nighswonger.llIi. 4121197 ., • Page No.2 Ifyou ate in agI1!eIIlent with our poposal, please haw one copy ofthis letter agreement executed by the Town ofAddison and return it to our office. Sincerely. C)Jf!v!3JZf1/Jolm W. Birichoff, P.E. APPROVED FOR THE TOWN OF ADDISON By: R;;r=== I. ) t::ta .0 Date: 4 -£"'3-«4=1 Arapaho Roaclffollway Interchange Capital Project SlImmary Hay 23,1997 Project SUll11nary: This project is intended to fully utilize the existillg bridge by adding an additional eastbound and westbound lane. Tbs shmJd increase the capacity of the intersection 25 to 35% when the west leg of Arapaho Road is widened. Tliis project is estimated to cost $250,000 and is eligihle for funJing as a DARTLAP project. Hurdles: 1. Coordination approvaf bfhhe other «Heeled jurisdiction -City of Dallas and the Texas T 􀁵􀁾􀀬􀁰􀁩􀁫􀁥􀀠AuthOrity. 2. Obtaining hmding front other sources. Schedule: 1. Approval of schematics by the City of Dallas and the Texas Turnpike Authority -October 1997. 2. Complete design -January 1998 3. Complete InterIoe.l Agreement -March 1998 4. Start construction -Juno 1998 5. Complete Construction September 1998 Design Engineers: H uiH Zollars Contractor: N one at this time. Project Manager: Jeff Markiewicz SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225·5816 Fax (214) 361·0204 Phone (214) 361·7900 ROSS L. JACOBS. P.E. RONALD V. CONWAY I P.E. JOHN W. BIRKHOFF, P.E. JOE R. CARTER, P.E. April 21, 1997 GARY C. HENDRICKS. P.E. I. C. FINKLEA. P.E. Mr. David C. Nighswonger, P.E. Town of Addison Post Office Box 144 Addison, Texas 75001-0144 Re: Arapaho Road Bridge at Tollway Engineering Services Agreement Dear Mr. Nighswonger: In accordance with your request, we propose to provide engineering services for the preparation of a conceptual plan for the addition one lane across the Arapaho Road Bridge crossing the Dallas North Tollway (DNT). Our services will include the following: I. Field Surveys ofthe Bridge and the existing roadway sections east and west ofthe bridge. 2. Attempt to obtain record drawings ofthe bridge plan and marking plan from the DNT. 3. Prepare the conceptual plan for adding a lane by making the proposed lanes narrower and removing existing barriers. The conceptual plan will show proposed pavement markings to accomplish the addition ofthe one lane. The plan will be in color to easily distinguish the proposed improvements from the existing layout. 4. At the request ofthe Town meet with the City of Dallas andlorthe DNT. 5. Make revisions in the conceptual plan based on input from the Town's meetings. 6. Prepare an opinion of probable construction cost on the final conceptual plan accepted by the Town of Addison, City ofDallas and the DNT. We propose to be compensate for our services on a salary cost times a multiplier of 2.3 basis, with expenses being at invoice cost times 1.15. Field survey crews will be bi lied at $85.00 per hour. We anticipate 51 hO\lrs being required for this project. Accordingly, we recommend a budget of $4,000.00 be established. We are available at your convenience to discuss any questions you may have with our proposal. J:\Addison\S IS\L\an!.paho,doc Mr. David C. Nighswonger,· "C. 4/21197 Page No.2 Ifyou are in agreement with our proposal, please have one copy of this letter agreement executed by the Town ofAddison and return it to our office. Sincerely, 􀁃􀁽􀁊􀀱􀁶􀁴􀀳􀁾􀀠 John W. Birkhoff, P.E. APj'ROVED FOR THE TOWN qF 􀁁􀁄􀁄􀁉􀁓􀁾􀀠 By: 􀁬􀁾􀁥􀀠 \ t.J\l. Q: 􀀭􀁾􀁪􀀠 Date: L\ --"'2.. 3. -9 7 :', . J:\Addison\S IS\L\arapaho.doe