HNTB Corporation 5910 VI Plano Parkway Telepl'lOne (972) 661·5626 THE HNTB COMPANIES Suite 200 Facsimile (972) 􀀶􀀶􀀱􀁾􀀶􀀱􀀴􀀠engineers Afcnitects Planr:ers Plano. TX 75093 www.hntb.com May 3, 2005 HNTB APAC -Texas, Inc. Texas Bitulithic Division 2121 Irving Boulevard Dallas, Texas 75207 Attention: Mr. Kirk Morris Area Manager Re: Belt Line Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Final Pay RequestlProject Acceptance Dear Mr. Morris: We have met with the Town of Addison staff and reviewed the latest punch list for the referenced project. The Town acknowledges that the punch list items have been satisfactorily completed and will submit this project to Town Council for acceptance upon receiving from APAC-Texas the following documents: 1 -Receipt of the Affidavit of Bills Paid 2 Receipt of the Surety Consent Form 3 -Agreed upon Final Payment Estimate You may submit to the Town for review and consideration, your final payment estimate for this project. As with any project, there needs to to be an agreement reached as to final quantities and the amount of the final pay estimate for the work performed. We are requesting that you provide us for review a final pay estimate that includes all currently approved change orders. Our records ind1cate the following: Original Contract: $ 730,766.00 Change Order No.1: $ 1,863.40 Change Order No.2: $ 1,900.00 Total: $ 734,529.40 The original contract time to complete the project was twenty-five (25) calendar days. Work began on October 17, 2004 and ended on December 14, 2004, a total of fifty-nine (59) days. There were two time extensions given during construction: Three (3) days for the delivery of new material, and one (1) day for Thanksgiving Day. This yields a total of fifty-five (55) days, an overage of thirty (30) calendar days beyond the allotted time in the original contract. As per the contract, there was a disincentive clause of $10,000 per day. The total disincentive for the thirty days overage is $300,000.00. The Town expects to see the disincentive built into the 􀀧􀀬􀀭􀁊􀁾􀀮􀀬􀀠t" ;,":;.' ".,./,,,"-"'' AlJD S!:'. ITP"'''' YOU. NOTice OF CQNFIDENTIALITY TIllS 􀁲􀁁􀁃􀁓􀁉􀁍􀁉􀁾􀁉􀁅􀀠MAY CONtAIN INFORMATION THAT IS PRIVlleGfn At-IO 􀁥􀁏􀁾􀁉􀁲􀀮􀁉􀁏􀁬􀀺􀀺􀁴􀁬􀁔􀁬􀀢􀀧􀁾􀀠",UDIOR e.XEMr' I 􀁾􀁒􀁏􀁍􀀠􀁯􀀧􀁾􀁃􀀬􀁑􀁓􀁕􀀢􀁴􀀠UNDER 􀁁􀁬􀀢􀁰􀁾􀁬􀁥􀁩􀁬􀁬􀁬􀁾􀁥􀀠 lAW. THIS TnANSMISSIONIS 11'111:1'101:0 SOlelY fOR tH\!. INDIVIDUAL OR EHTITY OESIGNATED ABOve, II'" VOU AR! NOT THE INtENDI'.D RECIPIENT, OR THE EMPl.OVEE OR AGENT RESPONSlstE fOR OEUVERING IT TO THI.lINTENOEO RECIPII!HT, vou SHOULOUNOERSTf:o,ND THAT ANY 01STR19U1101l. COPVING OR USE 01' THE INfORMATION CONTAINED IN THIS FACSIMilE BY ANYONE OTHER THAN THE DESIGNATED RECIPIENT IS UNAUTHORIZED AND STRICTl'l PROHIBITED. IF '1'01.) HAW 􀁒􀁅􀁃􀁅􀀧􀁉􀁉􀁾􀀮􀁄􀀠TI-I'$ FI\CSIMlLIi: Itt ERRQI'!. PLeASE IMMEOIATElv NOTIFY It-If. SENDER BY l£lEPHONE. .J\SHLAND. APAC-Texas, Inc. Asubsidlalycf _rttP'''n911Md Con'''''"'on, Inc,Kirk D. Morrl. T""•• 􀁂􀁾􀁜􀀡􀁉􀁬􀁨􀁬􀁥􀀠OIvI.lonNes Mal"l'IIAor P,O. Sox 224048. Dalla•• TX 􀀷􀁾􀀲􀀲􀀮􀀱􀀱􀀱􀁬􀀴􀀸􀀠T.I: 214 741·3531, Fax: 214 742-3540 Nov.:mber 11, 2004 Miclla.el W, EbeJi1l8 HNTB COl'p01'8tion 5910 W. Plano Parkway Sic. 200 Piano, TC:oI:as 75093 RE: HNTB LeU.,r Dateu November 5, 2004 Mr. Fiheline. In respollSe to your letter dated November 5, APAC -Texas, Inc. first reminds your firm that we boldly stated at the pre-construction meeting on October 14, 2004 that tbe pavprep product, and.ioint fab,des in general, do cause reflective bumps in the asphalt paving mat. We have never deviated from this stance. The manufacturer of this product even n.otes in its own literature that shadowing (a more delicate word for reflective bumps) can and may occur. Still, HNTB has chosen to force the follow tbrough of the use of this mnterifll to the point of requesting orally that APAC -Texas, Inc. .re-source the project witn a tbinner version of the pavprep joint fabric that ,still produces the same reflective bump results. 􀁒􀁥􀁰􀁲􀁥􀀮􀁾􀁥􀁮􀁴􀁬􀀡􀁬􀁩􀁶􀁥􀁳􀀠from both Pavprep and tbeir distributor Lone Star Products have been available aJld consistently providing feedback. As to whether installation was correct or incorrect, th,ese industry representatives have quickly pointed out tb.at APAC -Texas, Inc, bas correctly instll.l1p.d tbe fabric. APAC -Texas, Inc. has been available to try every suggestion provided by the manufacturer and HNTB. Given the statements above, APAC -Texas, Inc. would only be meddling with the approved design for tbis project in o.rde.t' to relllt:diattl Q. problem. Design for this project is and has always been the responsibility of the Town of Addison and assumably their contract manager, HNTB Corporation. APAC -Texas, Inc. is the contractor for the ToW'l'l, ofAddison. We only offer advice as to our previous experience I),ot that any particular experience has bearing on the current project. We seek to fulfill the speCifications !I$ they are contracted. We can only point our where we think desijlll has callRen confli('.t with. specifications such as our statements made at the October 14, 2004 meeting. Therefore, the designer sh.ould propose a solution on how best to resolve these cont1icts. Speaking speCifically to your letter's denial ofcost and time claims before they materialize, we find 􀁴􀁨􀁩􀀮􀁾􀀠issue to be disturoil)g and disheartening as to HNlB's and presum.ably the Town of Addison's unwillingness to partner together to find a best fit sol.ution. The willingnes3 to partner together in these 􀁩􀀡􀀺􀀮􀁾􀁉􀁬􀁦􀀡􀀮􀁾􀀠hIlS certainly been the attitude ofAPAC and we '1S9\U1led witb HNTB 􀁰􀁾􀁬􀀧􀀵􀁯􀁮􀁮􀁥􀁬􀀠􀁡􀁾􀁾􀁯􀁣􀁩􀁡􀁴􀁣􀁤􀀠with this project prior to the reeeipt ofthis letter referenced above. 11.1 .ASHLAND. APAC· TexIs, Inc. A._il,,01AsNand 􀁐􀁬􀁬􀀧􀁩􀁾􀀢􀀢􀀢􀀠COI1s1ruotl... In<.Klrtc D. Morrla T."". 􀁡􀁾􀀮􀁲􀁬􀁬􀁨􀁬􀁣􀀠OMolo.􀁁􀁲􀁎􀁍􀁍􀁁􀁾􀁥􀁲􀀠P.O. e"" 2241)118. ()all••• TX 􀀷􀁾􀀲􀀲􀀲􀀭􀀴􀀱􀀩􀀱􀀱􀀸􀀠Tt" 214 741.3531, F." 214742.3540 In addition, we IiTt: currently visidng with our 5ubcontrl!(:tor, Dustorl, Inc., about additional cost. ifany, and time. if any, tbat will be needed due Dustrol's needing to remobilize thc project to rework the butt joint at the railroad tracks due to the HNTB's representD.ttvc l'CVC11!ing his previous 􀁤􀁥􀁣􀁩􀁾􀁩􀁉􀀬􀀩� �􀁊􀀠U1I where to place the first butt joint at the railroad tlacks. Obviously. this is a very time sensitive project which requires close attention to matters where decision revernailltrecfs the ovemU critical path. Sincerely, Area Maoager Cc: M. Murphy, Town ofAddison R. Jones, Town ofAddison J. Pierce, Town ofAddison S. Chutcbian, Town ofAddison 1. Nicewander, Town ofAddison J. Holder, HNTB CO_TJ'Oration S, Forbes, HNTB Corporation 75093 ;9J(J W:Plmw itlrkllJllJ' I : I􀁾i i =JARCHITECTS ENGINEERS PLANNERS SUitt! J(}I) Pian/), Te."CUS (972) 661-5626NoveDlber 5, 2004 fjL'( (972) 661-56/4 WWUJ.blltb,corll APAC -Texas, Inc. Texas Bitulithic Division 2121 Irving Boulevard Dallas, Texas 75207 Attention: Mr. Kirk Moms Area Manager Re: Belt IJne Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Asphalt Pavement Rideability Issues Dear Mr. Moms, APAC-Texas, Inc. began work on the above referenced project on October 17,2004 and performed the first night's asphalt paving beginning on October 21, 2004, continuing into the morning of October 22, 2004. The limits of paving were Eastbound Lane 1 from approximately Station 11+20 to 52+00. The quality of rideability for this section of overlay is unacceptable due to the severity and frequency ofbumps in the new asphalt pavement. Please submit a proposed plan of corrective action for this section of new pavement. This plan must be reviewed and accepted by the Engineer and the proposed remedy completed by APAC-Texas, Inc. within the current 28 day project schedule. Any and all costs associated with this repair shall be bome solely by APAC· Texas, Inc. Claims for monetary damages and/or delays associated with this repair by APAC·Texas, Inc. will be rejected without consideration We are continuing to evaluate the remaining completed sections of asphalt overlay for acceptability. We will notifY you immediately ifwe conclude there are additional sections of new asphalt pavement which require repair procedures. Please do not hesitate to contact us ifyou have any questions. Yours truly, 􀁈􀁎􀁔􀀺􀁤􀀻􀀻􀀰􀁾􀀧􀁾􀁩W. Ebeling 􀁾􀀠Director of Construction Services Cc: M. Mutphy, Town ofAddison R.lones, Town of Addison Tbe lINTO ompanics J. Pierce, Town of Addison S. Chutcbian, Town of Addison J. Nicewander, Town of Addison J. Holder, HNTB Corporation S. Forbes, HNTB Corporation ..,. !􀁾􀁦􀁾􀀠􀁾-rJ.C5T 􀁾􀀩􀁻􀀻• ..L N 􀁫􀁐􀀯􀁾􀁊􀀺􀁬􀀻􀀮􀀠􀀨􀀷􀁖􀁲􀁾􀁦􀀿􀀠CcN>IT/ONS)71' ..5 􀀱􀁾􀀢􀀢􀀧􀁯􀀮􀀮􀁊􀀢􀀤􀀮􀀠-'Dr 􀁾.-"'v . .flo 􀁾􀁾􀁹􀀭􀀮􀀠􀁾􀁴􀀢􀀢􀁴􀀮􀀢􀀮􀀠􀁾􀁰􀀧􀁴􀁲􀁏􀁾􀁾􀀠November 4, 2004 Mr. Mike Murphy, P.E. Public Worlcs Director, Town ofAddison 16801 Westgrove Drive P.O. Box 9010 Addison, TX 75001·9010 Re: Beltline Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Dear Mr. Murphy: Attached please find three items: A letter from Kirk Morris, AC·Texas Area Manager, to Scott Forbes; A letter from Steve Waczak, Lone Star Products, ., to Kirk Morris; and an updated schedule ofthe referenced project. The letter from Mr_ Morris requests the three (3) ys to the original schedule due to 􀁾lh the change ofthe Pav·Prep joint filbric produ w, we have experienced a , "shadowing" problem on some ofthe paving sections. The owner ofthe manufucturer flew into :jj;'t;lfll\(t\.'7£ 􀁾last week to eKamine the problem. He offered to replace the 110 mil thick fubric with a . thinner version. We We all agreed that a thinner material should help the "shadowing" problem and agreed to ehange the material. This change ofmaterial caused APAC to not be able to pave or install fabric from the time our decision was made to the time the fabric was delivered to the site. Michael Ebeling, Scott Forbes, and I discussed the circumstances in detail with Mr. Morris and we agree that a three day exte ion io time is appropriate and Wr_ Mr. Morris has also requested to be reimbursed fur frei t charge to ship the 110 mil thick Pav-Prep back to the manufucturer. This . 1,9 we feel this is an appropriate cust request given the circumstances ofchan --ep product. APA C is absorbing a $650 fue to expedite the shipping and an ad .. $950 dling fee. The manufucturer of the Pav-Prep material has agreed to swap ont additional cust. In sumrnmy, we elieve a three y extension ofthe schedule and the reimbursement ofthe $1,900 freigbt' appropriate. W will put together a change order ifyou concur. Please call me withanyqu ·ons. Sincerely HNTB orporation "11' WN" wpe/'?/'.e... f/S(}pvc.T "IV l1te .> 􀀨􀁥􀀮􀁾􀁔􀀠e-e F fI'2e -4 PAC. t.VA> Ifl r WI -rn 11k HNTB Corporation e product at Cc: Steve Chutchian, P.E. -Town of Addison Robio Jones, P.E. -Town ofAddison Michael Ebeling, P-E. Scott Forbes, P.E. -HNTB Corporation APAC TEXAS INC PAGE 02/0211/18/2004 14:56 2147423540 .ASHLAND. APAC-Texas,lnc. A.ubsldlll}' of AoNtn<1rJ..·U11.J'I : I􀁾i i =1ARCHITECTS ENGINEERS PLANNERS ,\11111: 2{)'J I'lmw, 1i;;wl$ 7')093 ('FJ) (,{,f-56J6November 12, 2004 f:4X r9":J) 􀀨􀀩􀀨􀁊􀁊􀂷􀁾􀁍􀀧􀀱􀂷􀀠WU'U:/)JI//J.(; "/I!APAC -Texas, Inc. Texas Bitulithic Division 2121 Irving Boulevard Dallas, Texas 75207 Attention: Mr. K.iJ:k Morris Area Manager Re: Belt Line Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Letter of November 11, 2004 Remediation ofUnacceptable Asphalt Overlay Dear Mr. Morris, We have carefully reviewed the above referenced correspondence. We remind APACTexas, Inc. the spirit of partnering is an agreement, formal or otherwise, to mutually approach a resolution of project issues in a cooperative manner. Partnering does not extend to a requirement for the Owner or Engineer to accept a substandard quality of work. Specific issues which arise in your correspondence are addressed as follows: • "Shadowing" is an aestitic visual issue and is not another term for reflective bumps. • We strongly disagree with your assertion that statements made by APAC -Texas, Inc. at the preconstruction conference regarding bumps resulting from the use of pavement fabrics are a valid reason to disregard the quality requirements and thereby relieve the Contractor of his obligations under this contract. • The severity and frequency of the bumps in the affected asphalt overlay, noted in our previous correspondence are not the result of the project design but are instead the direct result of construction means and methods chosen by APAC -Texas, Inc. We point out APAC -Texas, Inc.'s failure to follow the fabric manufactnrer's specific direction regarding the amplitude and frequency of the asphalt compaction effort. We further note, in direct contrast to your correspondence, once the compaction amplitudes were adjusted to the manufacturer's recorntnendation, the severity of bumps was dramatically reduced. This is unrelated to the revision of the pavement fabric to a thinner material. A large percentage of the project was paved over the originally specified fabric and does not exhibit the same severity of bumps as the first night's pav-ing deemed unacceptable. Tho: 11;\'18 ComjittJlll!X '. ,1', ' I ;, . , 'I • We take issue to your statement that HNTB has been unwilling to partner together to find a best solution. On the contrary, we have worked diligentiy with all parties to find solutions to the initial paving problems. It was HNTB that contacted the PavePrep manufacturer and spearheaded meetings between tile parties involved in an effon to deliver a quality project to the Town of Addison. • Quality Control of the new asphalt overlay is the responsibility of the Contractor and as such we deny it is our obligation to propose a solution to this issue and reiterate our position that APAC -Texas, Inc. prepare an acceptable metilod of remediation and bear all costs associated with such implementation. • APAC Texas, Inc. states the time sensitive nature of this project and yet has failed to provide adequate resources to complete this project within tile specified contract duration. APAC -Texas, Inc. has failed to provide additional resources to compensate for plant and equipment breakdowns. The concrete milling operation originally scheduled for four days for completion has instead extended into the iliird week of the project. Additional paving crews were not utilized by APAC -Texas, Inc. even though it has been readily apparent the paving cannot be completed within the framework ofthe project schedule without such additional resources. APAC Texas, Inc. has repeatedly stated their desire to provide a quality product and to make repairs to the pavement in question to the satisfaction of the Town of Addison. We state again our request for a proposed plan to correct the unacceptable quality of the asphalt overlay in the area referred to in our November 5'" letter and again state this plan must be accepted by the Engineer and repairs made within the current project schedule. The issue of remobilization of your subcontractor Dustrol, Inc. for work at the railroad is an issue separate from the pavement quality issue and as such will be addressed under separate correspondence. In closing, we would like to resolve this issue as soon as possible due to the project schedule neating completion. Please contact us inlmediatcly ifyou have any questions. Sincerely, HNTB Corporation 􀁾􀀬􀁾􀁾􀀬􀁾􀀬􀁛􀁢􀁥􀀭􀀱􀀱􀁾􀀴􀁖􀁊􀁥􀀮􀀠 Director of Construction Services End: HNTB November 5'" Letter APAC November 11mLetter Cc: M. Murphy, Town of Addison R. Jones, Town of Addison J. Pierce, Town of Addison S. Chutchian, Town ofAddison J Nicewander, Town ofAddison J Holder, HNTB Corporation S. Forbes, HNTB Corporation 'i9}() II\'f'wllu PmitlUt(J'􀁾􀁩􀁊􀁪€] ARCHITECTS ENGINEERS PLANNERS Stlihf20{) PltmfJ, T.:,'(uS 75093 (972)66].5626November 5, 2004 "'.JoLt (972) 66].5614 APAC -Texas, Inc. Texas Bitulithic Division 2121 Irving Boulevard Dallas, Texas 75207 Attention: Mr. Kirk Morris Area Manager Re: Belt Line Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Asphalt Pavement Rideability Issues Dear Mr. Morns, APAC-Texas, Inc. began work on the 'above referenced project on October 17, 2004 and performed the first night's asphalt paving beginning on October 21,2004, continuing into the morning of October 22, 2004. The limits of paving were Eastbound Lane 1 from approximately Station 11 +20 to 52+00. The quality of rideahility for this section of overlay ('. is unacceptable due to the severity and frequency of bumps in the new asphalt pavement. Please submit a proposed plan of corrective action for this section of new pavement. This plan must be reviewed and accepted by the Engineer and the proposed remedy completed by APAC-Texas, Inc. within the C)JIrent 28 day project schedule. Any and all costs associated with this repair shall be borne solely by APAC-Texas, Inc. Claims for monetary damages and/or delays associated with this repair by APAC-Texas. Inc. will be rejected without consideration We are continuu1g to evaluate the remaining completed sections of asphalt overlay for '. acceptability. We will notify you immediately if we conclude there are additional sections of new asphalt pavement which require repair procedures. Please do not.hesitate to contact us if you have any questions. Yours truly, HNT::;:iZft4'􀁾􀁬W. Ebeling 􀁾􀀠Director of Construction Services Cc: M. Murphy, Town ofAddison R. Tones, Town of Addison The HNTS Companies '" .' , 1 .11,.:, '.1.' •.1,.' '1-,.",,' J. Pierce,Town ofAddison S. Chutchian, Town of Addison J. Nicewander, Town ofAddison J. Holder, HNTB Corporation S, Forbes, HNTB Corporation ( · 11111/2864 16:52 2147423546 !'PAC TEXAS INC ASHLAND. APAC-TexilS, Inc. A,ubsi whatevu coune we deem necessary to resolve the:;e isSIlCll. Sincerely, 1Jl[): Kirk D. Morris Area Manager Cc: S. Robertson, APAC -Texas, Inc. D. McEuen, AI'AC -Texas, Inc. R. Blackburn. MAC -Texas, Inc. M. Murphy, Town ofAddison, TX R. Jones, Town ofAddison, TX J. Pierce, Town ofAddison, TX S. Chutchian, Town ofAddison, 'IX 1. Nicewant'ler, Town ofAddison. 'IX 1. Holder. HNTB Col1Xlration S. Forbes, HNrB Corporation .ASHLAND. APAC· Texas, Inc. A subsidIary of Ashland Paving And Construction,lnc.KII1< D. Morris Texas Bltulithic Division Area Manager P.O. Box 224048, Dalias, TX 75222-4048 Tel: 214 741-3531, Fax: 214 742-3540 November 17, 2004 Michael W. Ebeling, P.E. HNTB Corporation 5910 W. Plano Parkway Ste. 200 Plano, TX 75093 RE: November 12, 2004 letter Dear Mr. Ebeling, APAC -Texas, Inc. acknowledges receipt of your letter dated November 12, 2004. We stilI disagree with many of the statements in your letter. Conflicting issues, such as the ones pointed out in your above referenced letter, need to be addressed in another forum. What is needed now, is to hear from HNTB, or the Town of Addison, in writing what will be the acceptable, and reasonable, extra work needed for the area defined by Eastbound Lane 1 approximately Station 11+20 to 52+007 We acknowledge our role as the contractor for the Town of Addison, and as such, we stand ready to perform at the direction of the Town of Addison, or its contract manager. Upon Upon completion of said work, APAC -Texas, Inc. will pursue whatever course we deem necessary to resolve these issues. Sincerely, Kirk D. Morris Area Manager Cc: S. Robertson, APAC -Texas, Inc. D. McEuen, APAC -Texas, Inc. R. Blackburn, APAC -Texas, Inc. 􀁾􀁹􀀮􀀬􀁦􀁯􀁦􀁯􀁷􀁮 ofAddison, TX R. Jones, Town ofAddison, TX 1. Pierce, Town ofAddison, TX S. Chutchian, Town ofAddison, TX J. Nicewander, Town of Addison, TX 1. Holder, HNTB Corporation S. Forbes, HNTB Corporation 2J_B HNTB 9726615614 11/23 '04 13:07 No.496 01/02 􀁉􀀺􀁬􀁾􀁩􀀠i:;1 Faxrh., 􀁈􀁎􀁾􀀧􀁉􀀡􀀠CfiJaponlt_f Ttansmittal To Mr. Mike Murphy, P.E. Dote November 23, 2004 Firm Town of Addison Total Pages 2 !Including this cover) Fox # (972) 450-2837 Job Number 40316·CN o High Resolulion From Jerry Holder 181 Urgent Please nOlllY sender at 972-661·5626 ifpages an;: missing or iffhere is any tmnsmissi.on difficulty. Message Mike, 1will call you about this in a few minutes. Jerry SPJO West Plano P(Jf/r:way. Sui/£ 200· Plano. TexaJ 7S093 Voice (972) 66I·S626 • Fax (972) 66H614 --FAX The HNTB Companies Transmittal To: Mr. Mike Mwphy Director oiPublic Works Town ofAddison Date: 11/23/2004 Fax No.: (972) 450-2837 Total 􀁐􀁾􀁧􀁥􀁳􀀺􀀠3 (Including this cover) Pbone No.: (972) 450-2878 Prom! Jeny Holder Pbone No.: (972) 661·5626 !8l Action Please notlJ)r sender at (972) 661.5626 ifpages are missing or ifthere is any uansmiaeion 1-ft.JIo #Ll" {,J'U, 􀁍􀀯􀀧􀁾􀀢􀁈NovMlber 23, 2004 lP'u'lI\!m/IM(m" APAC -Tex ••• Inc, Texas Blttilithic Division 2121 Irving Boulevard Dall.s. Tex.. 75207 Anemion: Mr. Kkk Morris Area Manager R in the following manner: I) Allow you to work during the dh)lS for !he rest of Ibis week (Wedn.esday uruI Friday). Due to lower traffic levels during litis holiday week. you do ROI huve to stop.COIIlIItuction between II ,00 Q,m. lUId 1:00 p.m. Z) 'fhunk,giving Day will nol cOUllt ... day in 10e schednJe cuJClllntions. 3) Allow you 10 work non-slOp from 􀁓􀁾􀁴􀁕􀁲􀁤􀁵􀁹morning 01 i :00 a.m. to Monday mornins at 6:00 a,m. The Town of Addison wants Ibis project to bo finished as soon.s 􀁰􀁯􀁳􀁳􀁩􀁢􀁬􀁾􀀮􀀠After you review this letter ond have made" decision lIS to your working .ohatlule, please contact me to 10' me lrnow whal days and ,imes you will be working. Sincerely, HNTB 􀁃􀁏􀁒􀁐􀁾􀀻􀁚􀁴􀀮􀀠.A;...,?Oirector 􀁯􀁦􀁍􀁴􀁉􀁬􀁉􀁩􀁾􀁩􀁰􀁡􀁬􀀠Services Enel: APAC November 23rd Lelt(!r c: g, ChUfChilUI. Town of Add/$On M, Ebeling. HNTB Corporation S, Forbes, HN'fB Corporation R. Jones, Town of Addison M. Murphy, Town of Addison I. Nic","uooer, Town of Addisoll J. Pierce. Town of Addison '1'('/0 JIN'fJ1 􀀨􀀬􀀧􀁴􀁬􀁭􀁰􀁕􀀬􀀮􀁦􀁾􀂷􀁊􀀠"o}1'(ll3" 􀀻􀁕􀀬􀀢􀀡􀀮􀀺􀀢􀀧􀁎􀀡􀀮􀁾􀁉􀁾􀀬􀀠"'II, 􀁍􀀡􀁾􀀢􀀧􀁾􀁬􀁌􀁊􀀱􀀢􀀬􀀠kll, A'lt.\NYA, ';M }.\!).'nf.l. 1"". 􀁉􀁉􀁍􀀮􀀼􀁦􀁉􀁉􀁉􀀡􀀡􀁊􀁬􀁉􀁯􀀧􀀬􀁾􀁾􀀠1-'\' lul:;tnlf. 1.f4: f4: 􀁪􀁊􀁬􀁾􀁜􀀩􀁾􀀻􀀺􀀬􀁭􀀢􀀮􀀠 􀀺􀀧􀁉􀁾􀀠1.11l\IIH,<\....., n; (;111':;.,.11, II" .:tl!"'tlAHh, 􀀨􀀯􀁉􀁉􀁾􀀠􀀮􀁾􀀮􀁬􀁬􀁉􀁾􀁭􀁬􀀱􀁩􀀮􀀠,m. IMUA n; IIl'J!lVr:II, 11), 11I'nw,r( 􀁍􀁉􀀧􀁉􀂷􀁾􀀧􀀨􀁉􀁎􀁓􀀬􀀠WVi I'/IIIIi'II'I1<, 1<;1: 1'"1". \01.11'111, TXl U>\II:I1'tmn. 􀀡􀁾􀁉􀀧􀁲􀀠'(0I.!>fi\/X. n;, 􀀡􀁎􀁬􀁤􀀢􀀧􀀧􀀧􀀧􀀧􀀧􀁉􀀧􀁉􀁾􀁊..;, IH: 􀁬􀁾􀁜􀀧􀁉􀁎􀁉􀁌􀀠,;.., KA"""" LSI'I'. /on" IiNo.,x;\'II,U:' '(Ii, 1.1I.N!i1'l1l, kt;.lJt{ ANf,i':IJ');, 'i"-j) III...Y,b..􀁾􀀠SY: MAil"":.'. \1(1. !>II,."" < ..1, 􀁕􀁉􀁾􀁷􀀬􀀮􀁪􀀡􀁴􀀾􀀱􀀡􀀱􀀱􀀢􀀠IYI, 􀁾􀀱􀁎􀀯􀀡􀀡􀁬􀁩􀁁􀁬􀀧􀁬􀁪􀁬􀁬􀁩􀀮􀀠􀁍􀁾􀀠􀁎􀁁􀁾􀁉􀁉􀁜􀁦􀁉􀁬􀁕􀀺􀀬􀀠"t'N, Nf'.'" Y"'1I'_. 􀀢􀁾􀁩􀀠1'.\''''.11'111 􀁈􀁕􀁦􀀧􀁐􀀢􀁾􀀺􀀧􀁉􀀧􀀪􀀻􀁾􀀮􀀬􀀼􀁦􀁪􀀨􀁦􀀩􀀬􀁾􀁾􀁉􀁾􀀠MI': 1''oIl'tI.II:dll.iif l, u,u,!t.:II. HI:' \'J: 􀁴􀁩􀀢􀀡􀁉􀁾..Wll/,AI,rI.I\.IW 1:11\', Itrl "cAN ..KldNh1. "Oh (AI-i IIIQINII.IIII,Nil,l:"'l l>,\/ol ,'1v.N,1;U •• 􀁬􀁾􀀬􀀠;'..I\toI.I)1:(If. 􀀡􀁾􀁾􀀬􀀠􀀬􀁾􀁉􀁜􀁁􀀧􀂷􀁉􀀱􀀮􀁉 􀁾􀀠Wh. 􀁾􀁍􀁈􀀧􀀮􀁴􀀮􀀠1'., 􀁾􀁬􀁉􀁊􀁊􀀬􀁉􀁉􀁉􀀩􀀬􀀠PII: w...);lj!ltml 010:, It 􀁉􀁾􀀠£0/20 􀁾􀁏􀁾􀀧􀁏􀁎􀀠􀀲􀂣􀀺􀁾􀁌􀀠vo, £2/LL vL9:;L992L6 SINH PAGE 02/021112312004 a9:57 2147423540 Pl'AC 􀁔􀁾􀀠INC APAC· Texu, Ine. NOVCUlbcr 23. 2004 November 17, 2004 Jm)' Holder, P.E. HNTB CoIporntion 5910 W. Plano Parkway Ste. 200 Plauo, 'IX 7509' 1m: Schedule devi ..fioo request DearMr. Holder, In order CO facilitate holiday traffic, APAC -Texas, Ina. would like to work November 24, 2004 during til" day weather permitting, to tie-in tile area around tile railroad track first and then COIItinulJ with laying 􀁬􀁣􀁦􀁴􀀮􀁴􀁾􀀠lanes and right tum lanes lIS time ana weather 􀁾􀁲􀁭􀁪􀁴􀀮􀀠Our schedule would be lIS folloW!!, lane cloiU1'eS would SO up at 8 A.M. and come down CIt 11 A.M. And. theo. SO b...:kup lit 1 P.M. wllil 4:30 P.M. decisions OD whether cast bound or west bound gets done first would be made in the field. Next, APAC -Texas. Inc. intendq to 􀁾􀁉􀁭􀁴􀀮􀀠dnWD. work on tlie project 􀁾􀁉Monda.y niljlht Nov..mbtr 29, 2004. Ifyou hAve any questions, please contact me at the Dallas Office. Sincerely, Cc S. Robert$oll, APAC -Texas,lno. D. MoEuen, APAC-Texas, Inc. R. Blackburn, loPAC -'l'axas, Ine. BINH􀀢􀁾􀀹􀀡􀀻􀁌􀀹􀀹􀁕􀀶􀀠 SIGN IN SHEET BELTLINE ROAD PAVEMENT REHABILITATION SEPTEMBER 21, 2004: 2:00p.M. NAME COMPANY PRONE # EMAIL AS41$y (1L-i3!,R-=-iJ""--------'{........ 􀁬􀁦􀀮􀁬􀀮􀁃􀀡􀀮􀀻􀀭􀀧􀁾_" 􀁾􀁓􀁾􀁾􀁌􀀭􀀬􀁾___ 􀀼􀀵􀁟􀁊􀀺􀁟􀀺􀀧􀀭􀀽􀁾o-,-Y-,-,4:....!..Q____ 􀀭􀀽􀁧􀁾􀁯􀁬􀁢􀁾􀀮􀀮􀁌􀁬􀁬􀀭􀀢􀀭􀀢􀀧􀁾􀁾􀀮􀀡􀀮􀀭􀁯􀁜􀀢􀀽􀀾􀀢􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭􀁾􀁾___--'c;1Z. 􀀢􀀧􀀸􀁓􀀱􀁾z.z.q 1 tnLKIf Oltti.n5 VIi'::L q 7>-􀁾􀀷-;y.2»./6111-141-4<..5:.8 '«Ih\-1\rh\so"Y\ HNl:£> 􀁾16,-􀁾􀀩􀀬􀁩􀀭􀁾􀁜􀁬􀀹􀀠􀀱􀁖􀁜􀀧􀁯􀁾􀀢􀁜􀁳􀁏􀀡􀁜􀁀'r.n-tb. .LC.YlL 􀁾􀁊􀀵􀀠AtR. L-!Y,,---o_b_J,.J_Jo:_o_",,_£_-"'_"__􀁁􀁟􀁴􀁊􀁟􀀯� �􀁟􀀯􀁟􀁓􀁟􀀨􀀩􀁉􀁖􀁟􀁾􀁟􀁾􀀧􀁬􀁾􀀱c2 'I$t) -,;zJ? ry 172... q-st> UJr:; I:I􀁾i i -1 The HNTB Comp(lnies Su!ul630, 14114 QatasPal'kway. Da'las Texas 15240 (214) 661-5626 Job No, SHOP DRAWING 403[6 TRANSMITTAL Dale October 19, 2004 i To: [M;., Kirk 􀁍􀁾􀁲􀁲􀁩􀁳􀀠"'" I Re: iArea Manager I, 􀁁􀁐􀁁􀁃-Texas, Inc. P,O. Box 224048 Dallas, T exas 75222-4048 ---_.______.._________"__􀁾-------------_-_,,1􀁾􀀠Pavement Rehabilitation Improvements Beltline Road Marsh Lane to Dallas North Tollway Shop Drawing Transmittal WE ARE FORWARDING TO YOU: NO,OF SUBMITTAL COPIES DATE DESCRIPTION 3 10112/2004 • p ! ! • 􀀬􀁾􀀬􀀮􀀮􀀬􀀬􀀭􀀭􀀬􀀬􀀭􀀢􀀭􀀢􀀧􀀭􀀬􀀮􀀭􀀭􀀬� �􀀭􀀢􀀢􀀧􀀧􀀧􀀭􀀧􀀧􀀭􀀭􀁾􀀭􀀭􀀬􀀬.. ----,-''''''---'''''-,---,-.._....." , -􀀭􀁾􀀬􀀭􀀭􀀢􀀢􀀭􀀧􀀧􀀧􀀭􀀭􀀭􀀬.. "",,,,"-------,,-"'---"----,_..,'---_.... '.' ,,--"" 􀀭􀀫􀀭􀁾􀁾􀀭􀀢􀀢􀀢􀀭..􀀭􀀭􀀬􀀭􀀭􀀭􀀭� �􀀭􀁾􀀢􀀢􀀢􀀧􀀭􀀭􀀬􀀭􀀭􀀭􀀢􀀭􀀧􀀢􀀭􀀭􀀧􀀧􀀧􀀭􀀭􀀧􀀧􀁾􀀧􀀧􀀭􀀬􀀬􀀬􀀭􀀬􀀬.. ''' THESE ARE TRANSMITTED: r8J Reviewed D Revise & Resubmit D Furnish as Corrected D Rejected PLEASE NOTE: Enlcosed are three copies ofthe reviewed shop drawing transmittal provided to us on October 12,2004, As indicated on the submittal, final acceptance ofthe Bituminous Mixture Design is subject to review ofthe Hamburg Wheel Test Results that AP AC -Texas, Inc. is working to provide, Ifyou have any questions on the enclosed infonnation, please contact me. COPY TO: 􀁔􀁯􀁷􀁮􀁯􀁦􀁁􀁤􀁾􀀠File Scott Forbes, P.E, tlt 􀁾􀁭􀁬􀀨􀁦􀀻􀁯􀀮􀀠BITUMINOUS MIXTURE DESIGN DESIGN SPECIAUSTS: David M. NO EXCEPTIONS TAKEN o MAKE: CORRETIONS ..,OTEO􀁾􀁒􀁅􀁖􀁉􀁅􀁗􀀠 AMENO ANO RESUBMIT o REJECTEO -SEE REMARKS o, Raviaw is cn!y for gene",1 oonformance with d«!1gn c:on<:$pl and Intent 01 Contract Oocuments. ConttacIDr is SOlely '""pOnsl!)!" for ""rilylng dlmen.iOns, !I:)r establishing fabrication prOUsses. means.lecl1niques. sequences '00 orocadUles 01 constraction and lor coordInation afwork of aU trades. Exception, laken and ooWd I!> inletonatioc. shown does not aulhortze WOtk resulting I. conwe!?t "'1'0ns unl..... so .tatAKlln SCPD"'''' le!lM '" Change OId.r. 'JI/􀀯􀁾􀀠􀁴􀀢􀀢􀁾􀀠 BY: . J􀁾􀁾􀁪􀀻􀀺􀀠II=J DATE: 􀀱􀁬􀀿􀀱􀀱􀁾I , ARCHffECTS ENGINEERS PLANNERS > 14 Galloping Road : Round Rock. TX 78681 512-744-9082 CSJ#: NA PROJECT: Belt Line Rd Pavement Rehab HIGHWAY: Marsh Lane to DNT ENGINEER: City of Addison COUNTY: Dallas DESIGN #: 43-TXD6-04 CONTRACTOR: APAC-TEXAS,INC. PRODUCER: APAC-TEXAS, INC. SPEC. hEM: . 340 TYPE MIX: D LAB No.: No.: 43-04 DATE: September 29, 2004 􀀡􀁍􀀣􀀯􀁐􀁴􀁬􀁻􀁬􀀮􀁾􀀠M1tiP 1Pr !U£uU"5 t6a.tM!L@/iJ1--fiNite 􀁉􀁦􀁣􀁣􀁬􀁦􀀯􀁲􀁤􀁾􀀠 COMBINED GRADATION District 18 CSJ#: NA Prnducer. APAC·T...... INC. COIl : Dallas n II: 43-TX06-04 .100:340 Hi hwa: Marsh Lane to ONT COlib acIxlr APAC-TEXAS, INC. T Mix: 0 ProJ<>ct B Line Rd Pavement Rehab. Engineer: City of Addison Lab No.: 43-04 Martin Manetta Martin Marletta Hanson TIOTypS'''D'' MC Screenings Sand Total % 0050445 0050433 Ferris, TXI Total I Total 100.0 Sieve Bin 111 Bin #2 Bin tI3 J Total Size 56.0 % 32.0 % 12.0 % -100.0 56.0 100.0 32.0 100.0 12.0 Bin #4 I Total 0.0 % 100.0 0.0 Bin #5 0.0 % 100.0 0.0 I Total Bin #8 I Total 0.0 % Cumulative Pass TxOOT Specs. IndMd. Cumu!. Ret Ret 100.0 0.0 100.0 · 0,0 0.0 -100.0 56.0 100.0 32.0 100,0 12.0 100,0 0.0 100.0 0.0 100.0 0.0 100.0 · 0.0 0.0 112" 100.0 56.0 100.0 32.0 100.0 12.0 100.0 0.0 100,0 0.0 100.0 0.0 100.0 98 • 100 0.0 0.0 SIl!" 92.9 52.0 100.0 32.0 100.0 12.0 100.0 0.0 100.0 0.0 100.0 0.0 96,0 85 • 100 4.0 4.0 #4 33.6 18.8 98.S 31.5 98.9 11.9 100,0 0.0 100.0 0.0 100,0 0.0 62.2 50 • 70 33.8 37,8 #8 3.1 1.7 83.5 26.7 97.1 11.7 100,0 0.0 100.0 0.0 100.0 0.0 40.1 35 -46 22.1 59.9! #30 1,0 0.6 40.7 lS.0 95,2 11.4 100.0 0.0 100.0 0.0 100.0 0.0 25.0 15 • 29 15,1 75.0 #50 0.9 0.5 27.0 8.6 58.1 7.0 100,0 0.0 100,0 0.0 100,0 0.0 16.1 7 · 20 8.9 83,9 #200 0.8 0.4 8.0 2.6 4.5 0.5 100,0 0,0 100.0 0,0 100.0 0.0 3.5 2 · 7 12.6 96.5 Pan ----3.5 100.0 Asphalt Conlant of RAP in Bin /I 1 (If Applicable) ; ? % IASphaIt SOl.lrce&Grada: Valero PG 76-22 􀁾􀀠NOTES: Mixing temperature: 325 degrees Ignition Oven Correction Factor: -0.08% Compection temperature: 300 degrees 'S Anti-Strip Agent and % used: Akzo Nobel Kling Beta 2550 HM @0.75% Weigh! used for a 2" specimen: 995 Lavel2 Tochniclan: Tx. DOT Certification #: 390 A:\43· TX06-04.xls Ver.2.0 Rev 􀀱􀁾􀀲􀀷􀁾􀀹􀀸􀀠11:07 AM Scpicmbar 29, 2004 I-SUMMARY 1 Distrtct: 16 Dallas Marsh Lane to ONT Belt Line Rd Pavement Rehab. CSJ#: NA Desl n #: 43-TX06-04 Contractor: APAC-TEXAS, INC. Engineer: City of Addison Producer: APAC-TEXAS, INC. S eC.ltem 340 T eMix: 0 Lab No.: 43-04 iStatic Cree Test Permsnen Slope of Sp.Grav. Density Creep Strain 55 CurveAsphalt Maximum Effective Theoretical Hveem x 1,000 Contenl of Specimen Sp.Grav. (From Gt) VMA Slability StiffnessGravity 􀁾􀁡􀁸􀀮􀀠Sp.G x 100,000,0001 (Psi) (In./ln.) (lo.lln.lSec.)Ga Gr Ge % %% Gt % 4.0 2.449 2.574 95.1 14.4 I 4.5 2.445 2-555 2.747 2.555 95.7 15.0 15.75.0 2.438 2.535 2.746 2.535 96.2 2.515 2.516 16.25.5 2.436 2.745 96.6 ,6.0 2.431 97.4 16.62.496 15.4InterpQlate'•• ••• • .􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 ,,., ,,. '" f I 􀁾􀀠eo ... '" ,I 1> 􀀱􀀭􀀻􀀺􀁾􀁾􀀺􀀻􀀻􀀻􀁾􀀽􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀱􀀧􀀧􀀧􀀧􀀠'001== ...'----5 j ..., •􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾________􀁾􀀮􀁯􀁯.. .. ...--... --....,. 1456 ..... ... .... , 1«0 .... 1 .... ...," :U,. '"""••• •• _........ .. •• -_ on ..._1OOOr------------------------,1015 􀁾􀁾􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾••• •• on e.•--... j-+-CarlD. 0IMirIII::n [.:::--t.... SpM.'r--I PAGE 32/02APAC TEXAS INC11/1B/2eaa 14:5G 2147423540 ASHLAND. APAC· Texas, Inc. Aoub5ldl11)' cIAcNIM Pawv And Con_loo. T..... BiI1JllIlIIe DM.!Cn P.O. Box 224048. Oalll.. fx 75222-41146 Tal: 214 741.3531. Fa" 214742-3540 Novemuer 17, 2004 Michllel W Fheling. P.lt HNTB Corporation 5910 W. Plano Parkway Ste. 200 Plano, TX75093 RE; November 12, 20041"tter nefll' Mr. Eheling" MAC -Texas, Inc. acknowledges receipt of your letter dated November 12, 2004. We !!till 􀁤􀁩􀀤􀀺􀁴􀁥􀁲􀁾􀀠witb many of the sllI.tements in your letter. Conflicting issues, suoh as 􀁴􀁾􀀠ones pointed out in your above referenced letter, need to be addressed in another forum. What is needed now, is to hear from HNTB, or the Town of AddIson, in writing wbat wiU be the acceptable, and reasonable, extra work needed for the area defined by Eastbound Lane 1 approximately SllI.tion 11+20 to 52+007 We acknowledge our :\'Ole liS the wontractor tor the TuwlI ufAddison, and as sucb, we SIlI.nd ready '10 perfonn at the direction ofthe Town ofAddison, or or its contract manager. Upon comptetio.1I ofsaid work, APAC -Texas, Inc. wiD pursue whll.tever course we deem neceSSl11j' to resolve these issues. Sincerely, Kirk D. Morris Area Manager Co: S. Robertson, APAC -Texas, Inc. D. McEuen, APAC -Texas, Inc. R. Blackburn,MAC -Texas, illo. M MUI])by, Town ofAddison, TX R. Jones, Town ofAddison, TX J. Pierce, Tuwn uf 􀁁􀁤􀁤􀁩􀁾􀀨􀀩􀁮􀀬􀀠TX S. Chutchian, T()WlI. ofAddison, TX J. NicElWancrer, Town ofAddison, TX J. Holder, HNTB Corpo.flIrion S. Forbes, HNTB Corporation --FAX The HNTB Companies Transmittal 1'0: Mr. Mike Mwphy Director ofl'ublic Works Town ofAddil;on Date: 11/23/2004 Fax No., (972) 􀀴􀁾􀀲􀀸􀀳􀀷􀀠Total Puges: 3 (lnc.\uding thi$ cover) Phone No.: (912) 􀀴􀁾􀀲􀀸􀀷􀀸􀀠Prom! JeayHolder Phone No.: (972) 661·5626 Please notil)' sender at ('Y12) 661.5626 iipages .... e 􀁭􀁩􀁾􀀢􀁩􀁮􀁧􀀠or iithere is any lI:ansminion difficulty. Mculige Mike, Please distrlbute to the JeSt ofyour team. Thanks. ]eay 5910 West Plano Poikway, Suite 200 .Plano, Texas 75093 Voice ('Y12) 661-5626 . Pax (972) 661·5614 ero /I ro croc •roN :>c: CI. 17/\. C711.1. +,L9t;L99U6 81NH f911J1II:'NII(m ""rk'll!ny SIJI,. JfllJ I : I􀁾, jI =) ARCHITECTS ENGINEERS PLANNERS 􀁩􀁬􀁊􀁬􀁬􀁉􀁪􀁴􀁾􀀠Jl!.WI 'tV;3" f97JiQ(;f·S'.'" Itt.'{ ('JU) M.HM1November 23, 2004 w{llmlmtp",out<1 Al'AC -T ex.s, Inc. Texas Bltlllilhic Division 21Z1 Irving Boulevard o.nus. Texas 75207 AUl>nlion: Mr. Kirk Morris Ar•• 􀁍􀁡􀁮􀀮􀁾􀀠 Re: Belt Line Rooo Puve-meat 􀁒􀁥􀁾􀁡􀁢􀁩􀁬􀁩􀁴􀁩􀁬􀁴􀁩􀁯􀁮􀀠 Marsh LllIle f<> Oillas North Tollwuy Letter dared November 23. 2004 Schedule D.vi&tion R"'IJreSt Dear Mr. Morris: We hllve forwarded the referenced loti'" 10 the Town of Addl$Qn fot their review. Given the eX'isl;ng schedule is Cuttently behind nt... (9) days, they cannot support YOut r<: chanae the ichtdule in the following manner: 1) Allow you 10 watk during tbe d.!!ys for Ibe test of this wook (WedllbSday IUld Friday). Due 10 lowe. INIffic levels during Uris holid.yweek, you do nol have 10 slop.construction betWeen 11,00 •. m. JJ.nd 1:00 p.m. 2) Tbonksg!vinll Day will nO'I COWlI as a dny in '!he s'1»<£ ,:.., "' ... 􀁾􀀢􀀧.. lilY, ,\ott" KNII).,\1IJ,1'. TN: 􀁕􀀮􀁾􀁉􀀢􀁦􀁉􀀬􀀠􀁫􀁾􀀮􀀧􀁉􀁁􀀮􀁳􀀠"''i'il:lJ''::. ',,,, 􀁉􀁊􀁬􀁕􀁌􀀧􀀧􀀧􀀧􀁤􀁾􀀢􀀮􀁾􀀠i\l'i Mhlir-> '!<. WL "'lAh.!, 􀀮􀁾􀀮􀀻􀀠JoIU,Wl\lhtm:, WI, 􀁾􀀱􀁎􀀧􀁎􀁦􀀢􀀢􀀢􀀱􀀠tr J,;, !of,,", 􀁦􀁯􀁉􀀧􀁜􀁾􀁉􀀢􀀧􀁮􀁊􀁊􀁜􀀬􀀠'1"/<1 􀁈􀁾􀀺􀁜􀁬􀁦􀀠,',/lit:, H.,., 11,.,1\.'",,,1>.. l:.v. 􀀧􀀮􀁷􀁾􀁉􀀧􀁉􀀢􀀧􀀬􀀱􀀱􀀮􀁯􀀧􀀮􀁉􀀧􀁉􀀱􀁕􀁁􀁍􀁉􀁉􀁗􀁨􀀧􀀬􀀠􀀢􀀱􀀴􀀱􀀧􀁾􀁴􀁪􀀴􀀱􀀱􀀱􀁬􀀱􀁪􀀠􀁍� �􀁲􀁬􀀾􀁬􀁩􀁾􀀠􀀱􀀧􀁾􀀺􀁦􀀧􀁏􀀨􀁴􀁜􀀨􀁜􀀱􀀢􀀢􀀢􀁉􀀢􀀠01-11:: 􀀱􀀱􀁾􀁲􀁮􀀮􀀧􀁬􀁾􀀱􀀬􀀮􀀡􀀠III. """,,Jill/I, 􀁈􀀧􀁾􀀠.:'1: V,ll1!., MIl: f.ll1.1·t.nlllE(:n ...•. Irf, ;«j'j .vn,)HII)" n:, 􀁾􀁁􀁦􀁯􀁉􀁬􀁬􀁦􀁱􀁬􀁬􀀧􀁬􀁬􀁜􀀮􀀢􀁉􀀧􀁉􀁍􀁉􀀮􀀠􀁴􀁾• • .􀁾􀁾􀁾l;H. f:r., 􀀬􀀺􀁲􀀮􀁪􀀧􀁪􀁽􀁉􀁉􀁾􀀧􀂷􀀬􀀠I;A, 􀁪􀀻􀀱􀁩􀀢􀁮􀁬􀀬􀁬􀁾􀀠wk 'P\",W... l'l.l'>llll(,II'1, Hil WA."iIlM>11 ''','' t_ VL9!iL992L6 SINH P&>GE 02/0211/23/2004 139:57 21474235413 APAC TEXAS INC ASHLAND. APAC· Texas, Ine. KIlt( D. MQrrlll Are. M«!ft&Q" November 17,2004 Jerry Holder, P.E. HNTB COIPOration 5910 W. Plano Parkway Sre. 200 PiIIuo, TX 75095 RE: Schedule tfevilltion req,le$1 DearMr. Holder, morder to tacilltete holiday traffic, I\PAC -Texas, Inc. would like to work November 24, 2004 during 11\", day weather permitting, to 􀁴􀁬􀁾􀁩􀁮the area around tile xai\road tt:lI.Ck first and then continue with laying left-turn ll1nesw right tum lanes us time ani:!. weather per.mlt. Our !l(.hedule would be /IS follows, lane clot/uta would so up at S A.M. 3nd come dOw1l ot 11 A.M. and. tJw;n SO backup at 1 P.M. wlnl 4;30 P.M decisions on whether east bound or wtlst bound gets done first would be made in the field. Next, APAC -Texas, Inc. intend.q to 􀁾􀁨􀁬􀁬􀁴􀀠tfnwn work on the ptoject until Monday nisht November 29, :3004. Ifyou bAve any questions, please contact me at the Dallas Office. 8incer.oly, Cc S. Robertson, APAC -Texas, Inc. D. MoEuen. APAC-Texas, Inc. R. B!ad>burn, APAC -Texas, Inc. SINH 75093 59JU1I\'Plmw l11rkWd)' I : I􀁾i i =JARCHITECTS ENGINEERS PLANNERS .!illlfr.J(J(J Pimto,. 1l:U.1/S (972) 661·5rS:J(; J..itX (972) 6f.iH614November 23, 2004 AP AC Texas, Inc. Texas Bitulithic Division 2121 Irving Boulevard Dallas, Texas 75207 Attention: Mr. Kirk Monis Area Manager Re: Belt Line Road Pavement Rehabilitation Marsh Lane to Dallas North Tollway Letter dated November 23, 2004 Schedule Deviation Request Dear Mr. Monis: We have forwarded the referenced letter to the Town of Addison for their review. Given the existing schedule is currently behind nine (9) days, they cannot support your request to halt the construction for four consecutive days. In an effort to facilitate the construction schedule, they are willing to change the schedule in the following manner: 1) Allow you to work during the days for the rest of this week (Wednesday and Friday). Due to lower traffic levels during this holiday week, you do not have to stop.construction between 11:00 a.m. and I :00 p.m. 2) Thanksgiving Day will will not count as a day in the schedule calculations. 3) Allow you to work non-stop from Saturday morning at 1:00 a.m. to Monday morning at 6:00 a.m. The Town of Addison wants this project to be finished as soon as possible. After you review this letter and have made a decision as to your working schedule, please contact me to let me know what days and times you will be working. Sincerely, HNTB CORP0;z;, 􀀧􀀡􀁌􀀠1?f. e . Holder, Jr., 􀁐􀀮􀁾􀁾Director of Muoicil',l Services EncJ: AP AC November 23rd Letter c: S. Chutchi,n, Town of Addison M. Ebeling, HNTB Corporation S, Forbes, HNTB Corporation R. Jones, Town of Addison M. Murphy, Town of Addison J. Nicewander, Town of Addison J. Pierce, Town of Addison M,1I0BS\40316·Beltlioe\COMMMTGSILEITERSIAPAC 112304 respoose lu03.doc Tbe HNTB COli/patties ASHLAND. APAC· Texas, Inc. Asubsl!l,a'Y of Aohi..... P'''nQ AM C¢nslrucllon, !ric. re"". 􀁂􀀡􀁴􀁵􀁬􀁾􀁨􀁩􀁥􀀠OM".n P.O. 8ox2Z404a D.II .... TX 15:222-4_ Tel: 2'14 741->531, Fax: 214 􀀷􀀴􀁾􀀭􀀪􀀴􀀰􀀠NQv=Iber 23,2004 November 17, 2004 Jerry Holder, P.E. HNTB CO:rpISMISSIDN IS INTENDEO SOLELY fOR THE INO!VIOUAI. OR ENTITY OESIGNj\TEO ABove. IF VOU ARE NOT THI; INTENDI!O REC!PIENT. OR Tt1E EMI'LOYt!!£ OR AGENT RESPOfl!;:!Dl.E 􀁾􀁏􀁒􀀠DI1.LIVER'NC IT ",0 TI-lll.INTI!.NQI!O RE<.:II'IEN1, VOU SHOULD UNDERSTAND Ttb>.T ANY OISTRIBUTION. COPYING Oil use ... 􀁾􀀬􀀠-, 􀀮􀁾􀀠THANK YOU. ... ,OF THE 􀁉􀁉􀁾􀁾􀁏􀁒􀁍􀁁􀁔􀁉􀁏􀁎CONTAINED IN THIS FACSIMII.E IIY ANYONE OTHER THAN 'n4e: DESIGNATED RECIPIENT IS UNIIUltlORI7.ED AND STRI\;Tlv PI\QHII!I1EO. IF YOU HAVI; 􀁒􀁅􀁃􀁾􀁬􀀯􀁬􀁩􀁏􀀠1111G FACGIMILI!.IN I!I'tROR.I'U:ASti IMMEOll>.TElY NOlifY THE SENDE.R BY lE.LEPHONE. " ,, : !, j f '; .., \D .... Act lD Description = REPAIR. CONCfl5TE ,. ----------=-============= ·······t-····i··-··.......--. -. .......... ....i··· ....... -..........................i·········1 􀁾􀀠gs C'I ..... C'I '" ..... .... ..... c:::JEorIy I>4It , c::::iP!og,..."'" APAC -TEXAS, INC. c:::JCdIIod ba, -S""'IUIY1>41.TOWN OF ADDISON o StJrt_Mp<>Int '11/29/20aQ 16:54 2147423549 ! ·, ,II ;,It I 􀁾􀁾􀀠· f·····+···Ilwllll · · · · , · ....).... .,......... 􀁾􀀡r. 0: o·"0: 0:m'iii: il 0:􀀡􀁾􀀠O· ...... · [.... .......... 􀁾􀁥E.!h • (/1oZ fzf" · · •i .......... · · ,· I ,•• : )•:"U 􀁬􀁾􀀠􀁪􀁾􀀠Ii'00 I[lOIJ . :2:....􀁴􀁾........·.. li g!!? FmJ 􀀧􀀲􀀮􀁾􀀠i :t 8' !. • 􀁾􀀠􀁾􀀠2 · i... 0 ! · !l .· I Hr MV 11.-1""-_ •.• '11/29/2004 1&:54 2147423546 ......;............... . . 􀁾: .............. · .......􀁾........ ·• .. ···.J-.l ·......................... · '" -' ..􀁾􀀺􀀧􀀧􀀧􀁾􀀧􀀠.. 􀁾􀀠_....􀁾􀀮􀀠􀁾􀀮􀀠 TOWN OF ADDISON CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS BELT LINE ROAD PAVEMENT REHABILITATION MARSH LANE TO DALLAS NORTH TOLLWAY HNTB Corporation 5910 W. Plano Parkway, Suite 200 Plano, TX 75093 September 10, 2004 THE SEAL ON THIS DOCUMENT WAS AUTHORIZED BY WM. SCOTT FORBES P.E. #87223 ON IO·SEP-2004 Section AB Section IE Section PF Section CA Section PrB Section PyB Section MB Section BP Section GP Section SP Section WOL Section T TABLE OF CONTENTS Advertisements for Bids Instruction to Bidders Proposal Fonn Contract Agreement Perfonnance Bond Payment Bond Maintenance Bond Contractor's Affidavit ofBills Paid General Provisions Special Provisions Waiver ofLien Technical Specifications TOC-J SECTIONAB ADVERTISEMENT FOR BIDS AB-J L SECTIONAB ADVERTISEMENT FOR BIDS Sealed bids addressed to tbe Town of Addison, Texas, for tbe Construction of Asphalt Paving and Striping for BELT lJNE ROAD PAVEMENT REHABILITATION FROM MARSH LANE TO THE DALLAS NORTH TOLLWAY, for the Town of Addison, Texas, hereinafter called "Town", in accordance witb the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Minok Sub, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. on Tuesday, the 28'· day of September, 2004. Bids received by tbe appointed time will be opened and read aloud. Any bids received after closing time will bc returned unopened. 2. The contractor shall identifY his bid on tbe outside of the envelope by writing the words BELTlJNE ROAD PAVEMENT REHABILITATION FROM MARSH LANE TO THE DALLAS NORTH TOLLWAY. 3. Bids shall be accompanied by a cashier's check or ccrtified check upon a national or state bank in an amount not less than five percent (5%) of tbe total maximum bid price payable without recourse to the Town of Addison, or a bid bond in tbe same amount from a surety company licensed by the State of Texas to act as a Surety, or a Binder of Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within two (2) business days after notice of award of contract to him. 4. Plans, specifications and bidding documents may be secured beginning at 9:00 a.m. on Friday, the 10th day of September, 2004 from Ms. Minok Sub, Purcbasing Coordinator; Finance Building, 5350 Belt Line Road, Addison, Texas. All bidding documents will be provided to the contractor in PDF format. 5. The right is reserved by the Mayor and tbe Town Council as the interest oftbe Town may require to reject any or all bids and to waive any informality in bids received. 6. The Bidder (proposer) must supply all tbe information required by the Proposal Form. 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the OWner; eacb Bond shall be in the amount of 100% of the total contract amount. Bonds sball be issued by a surety company licensed by the State of Texas to act as a Surety. The perfonnance and payment bonds shall name the Town of Addison as obligee (or sucb other entities as may be designated at the time a contract is executed). 8. For information on bidding or to secure bid documents, call Ms. Minok Suh, (972) 450-7091. For information On the work to be performed, call Mr. Steven Z. Chutchian, P.E., Assistant City Engineer, (972) 450-2886 or Mr. Scott Forbes, P.E., HNTB Corporation, (972) 661-5626. 9. This project consists of providing Asphalt Paving and Striping as sbown on the plans and in accordance with these specifications. 10. A Mandatory Pre-Bid Meeting will be held at 2:00 p.m. on Tuesday, the 21st day of September, 2004 at tbe Addison Service Center, 16801 Westgrove Drive, Addison, Texas 75001, 972-450-2871. All bidders are required to attend. Lack of attendance will be considered nOnresponsive and a bid will not be accepted from anyone not attending. AB-2 SECTIONIB INSTRUCTION TO BIDDERS IB-I SECTIONIB INSTRUCTIONS TO BIDDERS A. PROJECT: BELT LINE ROAD PAVEMENT REHABILITATION FROM MARSH LANE TO THE DALLAS NORlH TOLLWAY, in the Town ofAddison. B. PROJECT DESCRIPTION: This project consists of an asphalt overlay and striping as shown on the plans and in accordance with these specifications. C. PROPOSALS: Proposals must be in accordance with these instructions in order to receive consideration. D. DOCUMENTS: Documents include the Bidding Requirements, including the Advertisement for Bids, these Instructions to Bidders, Proposal Forms, Contract Agreement, Performance Bond, Payment Bond, Maintenance Bond, Contractor's Affidavit of Bills Paid, General Provisions, Special Provisions, Technical Specifications, Drawings, and Addenda which may be issued by the Consultant during the bidding period. Bidding Documents may be viewed andlor obtained under the terms and conditions set forth in the Advertisement for Bids, Section AB ofthis Project Manual. E. EXAMINATION OF DOCUMENTS AND SITE: Bidders shall carefully examine the Bidding Documents and the construction site to obtain first-hand knowledge of the scope and the conditions of the Work. Each Contractor, by submitting a proposal to perform any portion of the Work, represents and warrants that he has examined the Drawings, Specifications (Project Manual) and the site of the Work, and from his own investigation has satisfied himself as to the scope, accessibility, nature and location of the Work; the character of the equipment and other facilities needed for the performance of the Work; the character and extent of other work to be perfonned; the local conditions; labor availability, practices and jurisdictions and other circumstances that may affect the performance of the Work. No additional compensation will be allowed by the Owner for the failure of such Contractor, Subcontractor or Sub-subcontractor to inform himself as to conditions affecting the Work. A Mandatory Pre-Bid Meeting will be held at 2:00 p.m. on Tuesday, the 21st day of September, 2004 at the Addison Service Center, 16801 Westgrove Drive, Addison, Texas 75001, 972-450-2871. AU bidders are required to attend. Lack of attendance will be considered non-responsive and a bid will not be accepted from anyone not attending. F. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed ,Contract is in doubt as to the meaning of any part of the Drawings, Specifications (project Manual) or other proposed Contract Documents, he may submit to the Consultant, not later than seven (7) calendar days prior to the date set for opening bids, a written request for an interpretation or clarification. Bidders should act promptly and allow sufficient time for a reply to reach them hefore preparing their bids. Any interpretation or clarification will be in the form of an Addendum duly issued. No alleged verbal interpretation or ruling will be held binding upon the Owner. G. SUBSTITUTIONS: Conditions governing the submission of substitutions for specific materials, products, equipment and and processes are in the Special Provisions. Requests for substitutions must be received by the Consultant five (5) calendar days prior to the established bid date. lB-2 H. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the Documents during the bidding period will be issued in the form of Addenda and a copy of such Addenda will be mailed, faxed or delivered to each person who has been issued a set of the Bidding Documents. Addenda will be a part of the Bidding Documents and the Contract Documents, and receipt of them shall be acknowledged in the Bid Form. All such interpretations and supplemental instrnctions will be in the furm of written addenda to the contract documents which, if issued, will be sent by telegram, certified or registered mail, or hand delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be construed as though the receipt of such addenda had been acknowledged. I. COMPLETION TIME: The completion time of the project will be set through the bidding technique used in the Proposal Form. A more detailed explanation of the bidding technique is given in the Special Provisions. J. PREPARATION OF BIDS: Prices quoted shall include all items of cost, expense, taxes, fees and charges incurred by, or arising out of, the performance of the work to be performed under the Contract. Bids shall be submitted in duplicate and shall be signed in ink. Any bid on other than the required form will be considered informal and may be rejected. Erasures or other changes in a bid must be explained or noted over the initials of the bidder. Bids containing any conditions, omissions, unexplained erasures and alterations, or irregularities of any kind may be rejected as informal. The prices should be expressed in words and figures or they may be deemed informal and may be rejected. In case of discrepancy between the prices written in the bid and those given in the figures, the price in writing will be considered as the bid. In the case of a discrepancy between a unit price and its extension, the unit price will govern. Failure to submit all requested information will make a bid irregular and subject to rejection. Bids shall be signed with name typed or printed below signature, and, if a partnership, give full name ofall partners. Where bidder is a corporation, bids must be sigued with the legal name of the corporation followed by the name of the state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract. NOTE: A COMPUTER GENERATED PROPOSAL FORM MAY BE USED IN LIEU OF THE ENCLOSED FORMS. THE FORM SHALL BE 8 112" X 11" IN SIZE, AND WILL BE ATTACHED TO THE PROPOSAL IN THE PROPER SECTION, AND WILL BE MADE PART OF THE PROPOSAL AND CONTRACT DOCUMENTS. NOTE: THE ABOVE SPREADSHEET OPTION IS FOR THE CONVENIENCE OF THE BIDDER, NO WORDING IN THE SPREADSHEET SHALL MODIFY OR AMEND THE WORDING IN THE BID PROPOSAL OR PLANS. THE UNIT PRICE ON THE FORM SHALL BE THE PRICE OF THE ITEM, AND ERRORS THAT MAY BE PRESENT IN THE PRINTOUT WILL NOT BE RECOGNIZED AS AN OPPORTUNITY TO REVISE THE PROPOSAL THE SUMMARY SHEET INCLUDED IN TillS BID DOCUMENT SHALL BE USED FOR SUMMARlZING THE BID. IB-3 THE SPREAD SHEET SHALL PRESENT EACH ITEM IN THE ORDER AND NUMBER AS SHOWN IN THE CITY'S PROPOSAL AND BID SCHEDULE FOR THIS PROJECT. THE SPREAD SHEET SHALL BE IN A COLUMN FORMAT WITH THE FOLLOWING COLUMNS: 1. ITEM NUMBER 2. DESCRIPTION & UNIT PRICE IN WORDS 3. UNIT OF MEASURE 4. UNIT PRICE 2. ESTIMATED QUANTITY 3. AMOUNT BID K. SUBMITTAL OF BIDS: Sealed proposals will be received at the time, date and place stated in the Advertisement for Bids. Proposals shalJ be made on unaltered Proposal Forms furnished by the Consultant. Submit proposal in an opaque, sealed envelope addressed to the Owner and plainly mark on the outside of the envelope the project name, and the name and address of the bidder. The envelopes shall be marked with the following project names: BELT LINE ROAD PAVEMENT REHABILITA nON FROM MARSH LANE TO THE DALLAS NORTH TOLLWAY The Bid Bond must be completed and signed by each bidder and submitted with the bid. A separate bid must be submitted for each discipline that a contractor wishes to be awarded. Submit Bids by mail or in person prior to the time for receiving bids set forth in the Advertisement for Bids issued by the Town. L. MODIFICATION AND WITHDRAWAL OF BIDS: Prior to the time set for bid opening, bids may be withdrawn or modified. Bids may be modified onJy on the official bid form and must be signed by a person legally empowered to bind the bidder. No bidder shall modify, withdraw or cancel his bid or any part thereof for sixty (60) calendar days after the time agreed upon for the receipt ofbids. M. DISQUALIFICATION: The Owner reserves the right to disqualify proposals, before or after the opening, upon evidence of collusion with intent to defraud or other illegal practices relating to this proposal upon the part ofthe bidder. N. SUBMISSION OF POST-BID INFORMATION: Upon notification of acceptance, the selected bidder shall, within two (2) calendar days, submit the following: L A designation of the portions of the Work proposed to be performed by the bidder with his own force. 2. A list of of names of the subcontractors or other persons or organizations, including those who are to furnish materials and equipment fabricated to a special design proposed for such portions of the Work as may be designated in the Bidding Documents or as may be requested by the Consultant. The bidder will be required to establish to the satisfaction of the Owner and the Consultant the reliability and IB-4 responsibility ofthe proposed Subcontractors and suppliers to furnish and perform the Work. O. AWARD: The Owner reserves the right to accept any or to reject any bids without compensation to bidders and to waive irregularities and informalities. The Consultant, in making his recommendation, will consider the following elements: I. Whether the bidder is a contractor with experience in the type ofwork involved. 2. Whether the bidder has adequate plant, equipment and personnel to perform the work properly and expeditiously. 3. Whether the bidder has a suitable fmandal status and reputation for meeting obligations incident to work of the kind specified. 4. Whether the bidder has complied with the terms and conditions of the bidding requirements. Alternate items mayor may not be awarded. Addition or deletion ofother items or schedules will be governed by NCTCOG, Item 104.2 "Change or Modification ofContract". P. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter into a contract with the Owner at the Town Council meeting that the bid is approved. It is anticipated the contract will be approved at the Addison Town Council meeting scheduled for October 12. The contractor will have a representative at the Council meeting to sign the approved contract that evening, The Town will also sign the Contract at that time. Q. CONSTRUCTION SCHEDULE: It is the Owner's desire to have the project completed and operational in as short a time as possible. The number of calendar days for completion of the project will begin with the date specified in the Notice to Proceed. The Notice to Proceed will be issued in a manner to facilitate a smooth construction of the project. The following dates are the anticipated schedule for this project: • September 28,2004 -Open Bids. • October 4, 2004 -Recommend low bidder to Town. • October 12,2004 -Town Council Approval and Contract signed by both parties. • October 14,2004,2:00 p.m. -Pre-Construction meeting. • October 17,2004,10:00 p.m. Start Construction. \--'2E 􀁃􀀾􀁾􀀠􀁾􀁾of 􀁃􀀰􀀬􀀮􀀮􀀮􀀱􀀺􀀺􀁩􀀧􀀭􀁲􀁾􀀨􀀮􀀮􀁔􀀱􀁷 R. INCENTIVEfDISIN'CENTIVE BIDDING: The lime of completion is of the essence for this contract. Details of this procedure are located in the Special Provisions. Contractor shall make himlherself comfortable with the details prior to submitting a bid. S. FORM OF CONTRACT: The contract for the construction of the project will be drawn up by the Owner. A sample form of agreement is included in the Contract Agreement Section. T. BONDS: A Performance Bond, a Labor and Material Payment Bond and a Maintenance Bond will be required by the Owner. The performance and payment bonds shall name the Town of Addison, and others as directed by the Town, as joint obligees. Sample forms have been included in the Perfonnance Bond, Payment Bond and Maintenance Bond sections. (Contractor shall confirm the legal names ofobligees prior to execution of Bonds.) U. BID SECURITY: Bids shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent (5%) ofthe total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount IB-5 from a surety company licensed to do business in the State of Texas as a guarantee that the bidder will enter into a contract and execute a Performance Bond and Payment Bond within two (2) calendar day after notice of award of contract to him. Such checks or bid bonds will be returned to all except the three lowest bidders within three (3) days after the opening of bids, and the remaining checks or bid bonds will be returned promptly after the Owner has made an award of contract, or, if no award has been made within thirty (30) calendar days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. V. RESOLUTIONS: If the bidder is a corporation, a copy of the resolution empowering the person submitting the bid to bind the bidder must be included with the bid. W. CONSTRUCTION STAKING: Construction staking and re-staking will not be provided by the Owner. Any staking or re-staking that is required shall be the responsibility of the Contractor and shall be at no cost to the Owner, See Supplemental Provisions for more detail. X. FINAL P A YMEl\'T: The general provisions for Final Payment shall be as stated in Item 109.5.4 of the North Central Texas Standard Specifications for Public Works Construction (3rd Edition) including all Amendments and Additions. Prior to final payment the Contractor shall provide the Owner with the fullowing items: I, A complete set of record plans which indicate all construction variations from the original construction documents in accordance with Item 5 ofthe Special Provisions. 2, A two (2) year Maintena.nce Bond in accordance with Section ME. Y. PREVAILING WAGE RATES: Wage rates paid on this project shall not be less than specified in the schedule of general prevailing rates of per diem wages as attached in the Special Provisions. Z. PRIORITY OF CONTRACT DOCUMENTS: In case of conflict between contract documents, priority of interpretation shall be in the following order: signed agreement, agreement, performance and payment bonds, proposal, special provisions (or conditions), techaical specifications, general provisions, advertisement for bids, project drawings, Standard Specifications for Public Works Construction -North Central Texas; Standard Drawings, This priority list shall take precedence over item 105,1.1 of the NCTCOG standard specifications, (3rd Edition) 18-6 SECTIONPF PROPOSAL FORM PF-l "fS SECTION PF PROPOSAL FORM ____-',20_ TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents, and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perform labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: SignedBy: _____________ ACKNOWLEDGEMENT OF ADDENDA: The Bidder acknowledges receipt ofthe following addenda: Addendum No. I Dated: _________ Addendum No.2 Dated: _________ Addendum No.3 Dated: ________ Addendum No.4 Dated: ________ Addendum No.5 Dated: ________ Addendum No.6 Dated: ________ PF-2of8 PROPOSAL FORM Place ______________ Date ______________ Proposal a Corporation organized and existing under the laws ofthe State OR Proposal a partnership consisting and ______________________________ ________ OR Proposalof ________________________________􀁾􀀠an individual trading as __________________________ OR Proposal a Joint Venture consisting v.___________________________ and ______________________________________________________ TO: Town ofAddison, Texas Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving for BELT LINE ROAD PAVEMENT REHABILITATION FROM MARSH LANE TO TIlE DALLAS NORTH TOLLWAY for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corpcration, will be received at the office of Ms. Minok Sub, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. on Tuesday, the 28th day of September, 2004. Bids received by the appointed time will be opened and read aloud. Any bids received after stated time will be returned unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, Specifications, and other Contract Documents, including all Addenda, and being familiar with all of the conditions relating to the proposed project, hereby proposes to furnish all material, supplies, equipment, and appliances specified for the project and to furnish aU labor, tools, equipment and incidentals to complete the work in accordance with the Specifications, and other Contract Documents at and for the unit prices proposed herein: PF-30f8 The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening of the bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town ofAddison to reject any and all bids. Name ofBidder By: ________________________________________________________ (Signature) (print Name and Title) 􀁖􀁖􀁩􀁴􀁵􀁥􀁳􀁳􀀺􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭(Signature) (Office Address of Bidder) Bidder's Tax 1.D. No. or Employer No. SEAL (IfBidder is a Corporation) NOTES: Sign in ink. Do not detach. PF4of8 BELTUNE ROAD PAVEMENT REHABILITATION MARSH LANE TO DALLAS NORTH TOLLWAY ICompllete in Place, for the Sum of I___________________􀁾􀀬􀀬􀀬􀂷􀁹􀂷􀁯􀁡􀁮􀁤􀀠1__________________ Cents per unit I Compllele in Place, for the Sum of I___________________uv'.."'and 1_____________________ Cents per unit I Complle!e in Place, for the Sum of 1_________________________"Nm.,and 1_______________ Gents per unit ICompl!eteln Place, for the Sum of I_____________________􀁾􀀭􀁾􀁶􀀢􀀮􀀢􀀮􀁡􀁮􀁤􀀠1_______________________ Cents per unit ICc'mplele in Place, for the Sum of I______________________􀁾􀀭􀀢􀂷􀁾􀀢􀀬􀀬􀂷􀁡􀁮􀁤􀀠1__________________ Cents per unl! IComol!.""In Place, for the Sum of 1_________________________",V,,,,,,and 1_______________________ Cents per unit PF-5 of8 BEL TLiNE ROAD PAVEMENT REHABILITATION MARSH LANE TO DALLAS NORTH TOLLWAY I Complete in Place, for the Sum of 1_________________________UU"",,Oand 1______________ Cents per unit IComplle!e in Place, for the Sum of I______________v"".",and 1_____________ Cents per unit Complete in Place, for the Sum of ;______________-••􀀬􀀬􀁾􀀬􀀬􀁾􀁡􀁮􀁤􀀠1_____________ Cenls per unit IComplleteln Place, for the Sum of 1___________________􀁾􀁾􀀬􀁊􀁕􀀢􀀬􀀬􀀮􀁯􀁡􀁯􀁯􀀠1____________ Cents perunrt Complete In Place, for the Sum of i_______________􀀭􀀬􀁵􀀬􀀬􀀭􀀬􀁾􀁡􀁮􀁤􀀠1-:___________ Cents per unit ICompl!etein Place, for the Sum of !______________-,",,-,.and ____________ Cents per unit PF-6 of8 BELTUNE ROAD PAVEMENT REHABILITATION MARSH LANE TO DALLAS NORTH TOLLWAY lCt.ETE ASPHALT PAVING TO LIMITS r:F FULl1)EPTH REPAIR rF EXISTING CONCRETE PAV'Et-£NT.RAISED TRAfFIC MMKERS: PAVEKNT WEDGE MILLING OR INTERSECTfON MtLLING fOR THAT DAY OR pRaVIOf TEt-PMARY ASPHALT FILLET AT PAVEMENT WEDGE MILLING OR INTERSECTION 4. IT WILL BE THE RESPONSIBiliTY a: THE CONTRPCTOR TO PROTECT ALL PUBLIC UTILlTIESMILLING EDGE. THE COST Cf 􀁔􀁅􀁍􀁐􀁾􀁁􀁒􀁙􀀠FILLET IS SUBSIOIARY TO CONSTRUCTION.CONTRACTOR TO REMOVE ANf) REPLACE AlL RAiSEO TRAFFIC 􀁾􀁁􀁒􀁋􀁅􀁒􀁓􀀠ON THIS PROJECT. IN THE CONSTRUCTION OF THIS PROJECT. ALL MANHOlES. CLE»JOUTS. VALVE BOXES. ETC•• REMOVE EXISTING RAISED TRAFFIC MARKERS lN 􀁁􀁃􀁃􀁾􀁏􀁁􀁎􀁃􀁅􀀠WITH TXOOT STANDARD SPECIFICATION MJST 8E ADJUSTED TO PROPER LINE AND GRACE 8Y THE CONTR,tCTOR KTER THE PLACING2. SIGNS. BAARICAOES. FlAOOERS AND WARNING DEVICES, AS NECESSARY FOR CONSTRUCTION.ITEM 571 OR LATEST REVISION. COST OF REMOVAl IS SUaSlOlARY TO CONSTRUCTION. OF PERMANENT PAVING.SHALL SHALL CONFMM TO THE TEXAS MANUAL ON UNIFOOM TRAFFIC CONTROl OEVICES. REVIEW EXISTING RAISED TRAFFIC MARKER LOCATIONS WITH ENGINEER PRIOR TO REMOVAL. UNLESS 3. CONSTRUCTION SHOULO BE IN ACCORDANCE WITH ALL TOWN OF ADDISON CONSTRUCTIONOTHERWISE OIRECTEO BY ENGINEER. PROVIDE NEW RAISED TRAFFIC MARKERS TO MATCH PREVlOOSL Y SPECIFICATIONS. THE THIRD EDITION 􀁾􀀠THE NCTCOO STAHOARD SPECIFICATlOOS fM PUBLICREMOVED RAISED TRAFFIC MARKERS. WORKS CONSTRUCTION. AND AS DESCRIBED IN THE SPECIFICATIONS. PREPARE PAVEMENT SURFACE FOR NEW RAISED TRAFFIC MARKERS IN ACCOROANCE WITH TXOOT 4. THE CONTRACTOR SHALL KEEP OPEN. ALONG ENTIRE PRMCT. THE SAt-£' TRAFFIC LANE SOSTANOARD SPECIFICATION ITEM ene M LATEST REVISION. COST IS SUBSIDIARY TO CONSTRUCTION. f.S TO MAINTAIN TRAFFIC CONSISTENCY ,AND PREVENT MOTORISTS FROM HAVING TO SWITCH LANES AND WEAVE IN AN() OUT 􀁾􀁄􀀠AAaJND BARRELS OR 8ARRIC.'DES.CONTRACTOR TO USE NEW RAISED TRAFFIC HARKER PATTERN. SEE DETAIL ON PAGE 3 Cf' THIS , NO. DESCRIPTION QU..wrITY UNIT ! 1 REMOVE AND REPLACE 6" THICK REINFORCED CONCRETE PAVEMENT 35 S,Y. 2 HOT MIX ASPHAL. T􀁾􀀠TYPE o. 2''. (PG 76-221 100.300 􀁓􀀮􀁙􀁾􀀠I ; PRIME COAT 8.100 GAL I 4 PAVEt.-ENT' we:OOE MILl.ING 38.400 L.F. 5 PAVEf.£NT 8VTT JOINT AND INTERSECTION MILLING &.600 S.Y. I 6 REINFORCEO HIGH DENSITY STRESS RELlEF INT[RLAVER 59.250 L.F. : 7 ADJUST MmHOLE CASTINGS 15 EA. 8 AOJUST VAI..VE BOXES 64 EA. • TRAFFIC CONTRa.. 1 L.S. 10 TRAFFIC MARKERS (4" LEAD 􀁾􀁙􀁌􀁬􀁃􀀠REF'LECfORIZED) 950 Ell. r--!!-TRAFFIC MARKERS [4" ROOM) CERAMIC 􀁂􀁾􀀡􀁔􀁏􀁎􀁓􀁉􀀠1.650 Ell. 12 THERfoa'ilASTIC 􀁒􀂣􀁆􀁬􀁅􀁃􀁔􀁾􀀡􀁚􀁅􀁏􀀠STOP BARS !241> W.IDEI 1.755 L.F. 13 PAfNTED REf'lECTORIZED CROSSWALKS tS" WIDE) 2.960 L.F. 1. THERMOPLASTIC REFLECTORIZED puppy TRACKS 16·:..WIDEI 1,12.0 L.F. 1S THERMCPLASTIC RE:f'LECTORIZED WOODS I SYMBOls 31 Ell. 16 THEftMCpLASTlC REFLECTORIZE!) LEFT TURN MROWS 56 Ell. 17 THERMCPLASTIC REFLECTOOIZED RICHT TURN ARROWS 1S EA. 1& THERMOPLASTIC REFlECrrelZED STRAIGHT ARROWS 6 EA. 19 THERMOPLASTIC REFLECTCfilZED COMBINED RIGHT 3 EA. 20 PAvEto£NT MARKIN\; CONTINGENCy 1 L.S. 21 RAILROAD COORDINATION 1 L.S. SET Of PLM>& INSTALL RAISED TRAFfiC MARKERS IN ACCORDANCE WITH TXDOT SPECIFICATION 5. LIMIT COMPLETE ACCESS CLOSURE TO BUSINESSES L1MITEO TO AFTER HOORS OF OPERATION.ITEM 812 OR LATEST REVISION. INSTALL RAISED TRAFFIC MARKERS USING TRAFFIC MARKER .ADHESIVE, fin: SEAl. ON THIS ISCHEDULE WMI< AlONG a>£N BUSINESS LOCATIONS TO MINIMIZE ACCESS CLOSURE TIf-EFRAIo£S. 􀁯􀁯􀁣􀁵􀁾􀀠: PROVIDE ADDITIONAl FlAGG'ERS /lS NECESSARY. wAS AUTHCfHZEO BY ,NON-REf'LECTMtZEO MAAJ CEt>£NT® CONCRETE PAVEt>£NT Z" THICK A$F'HAI. TIC CEt>£NT® CONCRETE PAVEMENT. TYPE 0 © PAVEt€NT PLANING. VARIABLE DEPTH @EXISTING SIDEWAU< PAVEt-£t- R1GHT TURN LANES .... z􀀻􀀻􀁲􀁾􀀠-SEE SPECIF'ICAT IONS FOR NIGHT􀁾􀀠CONSTRUCTION HOURS OF OPERATION FOR EACH LANE, TYPICAL SECTION AT INTERSECTION NTS t MAX. 50' 􀁍􀀡􀁌􀁌􀁉􀁾􀀠LlMfT NOTE: COST FOR SAWCUT FOR BUTT JOINT IS SUBSIDIARY TO PAVEMENT MILLING. THE SEAl 00 THIS DOCUMENT \trAS AUn-«:AIZED BY WtoL SCOTT 􀁆􀁭􀁂􀁾BUTT JOINT PAVEMENT MILLING P.E•• 81223 ON vARIABLE DEPTH 0" TO 2" ID-SEP-2DO'I NTS I 6' MILLING LlMJTS I" I BELT LINE ROAD 􀁾􀁓􀁈􀀠LANE TO DALLAS NDRTH TOLL WAY􀁴􀀭􀀭􀀭􀀿􀀭􀀢􀁉􀀿􀀭􀀢􀁾􀀮􀁾2" I TYPICAL SECTIONS AND DETAILS TRAFFIC BUTTONS/MARKERS WEDGE MILLING ""TCH EXISTING LANE _ER SPACING UNLESS EXISTING CURe AND GUTTER OTHERW1SE DIRECTED BY OWNER OR ENGINEER (TYP} RliVI\liCH N'PROV. Q VARIABLE DEPTH 0" TO 2" WN OF ADDISON. TEXAS NTS u.,.i;n vsr h"" QffS !lAtE St....E f'ROUr lin. SIIfET Ha.b-'-l____________________________________________________N_TS______________________________ __________________________________________􀁾􀀺􀀺􀀺􀀺􀁾􀁾􀁾􀁾􀁾􀁾________________________􀁟􀀱􀁾􀁾􀁾􀁾􀁩􀁦􀁾􀁾􀁾􀁾􀁾􀁅􀀵􀁾􀁾􀁾􀁾􀁾􀁪􀁛􀀺􀁪1 OF 1 CMek,oo Cl\.eck YSF S!:Pl' 􀁡􀁾􀀠Imi 40]1& 3 ----o 50 100 150 zoo 􀁳􀁲􀁾􀁉􀁐􀀠CENTER PALM BEACH TAN CHIPOlTE CHICK -FIL 􀁾􀁁COFFEE HOUSE MCDONALD'S VACPNT '. ,.... .' I. __ 􀁾􀀮􀀠􀁟􀀮􀁾􀀯􀀠, .' _'_,.1::... , •.. 􀁾.... _._•. _.. " ••........••..• _•• 􀀮􀀺􀀭􀀮􀀻􀀺􀀺􀀮􀀮􀀮􀀭􀁾􀀮􀀼􀁾􀁾􀀮􀀺􀁾􀀬􀀮􀀮􀀻􀀬􀀮􀁾􀀺􀁾􀁾􀁾.."<, '\\ ,,"/_'::.:-........:..:..:...􀀺􀁾􀀮􀁟􀀬􀀮􀀻􀀮􀀬􀁟􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀻􀀭􀁯􀀺􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀮􀀻􀁟􀀠.;;, ..:...:.-:.__....:;.:... .;.,.,.:...,;,.;.,;.....:....:...:...:....,. ------"......-::..􀁾..􀁾􀁾􀁾􀀭􀀭􀀧􀀭􀀬􀀺􀀮􀀮􀀮􀀮􀀮􀀭􀀭􀀭􀁾􀁾􀀺􀀭􀀮􀀬􀀻􀀮􀀮􀀮􀀻􀀮􀀮􀁾􀀮BEGIN PROJECT I. . i . '. . .'. . .. '. . . . BELT LINE ROAD '.' ".'. ., ... __'-'-_____ 10<00 􀁾􀁟􀁊1'12.00""'0 . 􀀮􀀭􀁟􀀱􀀰􀁴􀁦􀀰􀀰􀀭􀀻􀀢􀀧􀀭􀀺􀀺􀀮􀁾􀁟􀁾􀀠• 1JPP"" 􀁟􀀮􀀭􀀺􀀻􀀺􀀺􀀺􀀺􀀺􀀾􀀽􀀽􀀽􀀺􀀮􀀮􀁾􀀭􀀺􀀺􀀺􀀽􀁾􀁾􀀮􀀮􀀬􀁊� �􀀢􀁬􀁬􀁬􀀮􀁟􀀻􀀮􀀮􀀮􀀮􀀮􀀠__ 􀁾􀀦􀀭􀀭􀀮􀀭􀁾􀀨􀁌􀀮____17<00 1-----......... ---",-' 􀁾􀁾􀀢􀁴􀀺􀀺􀀮􀀺􀀺􀀺􀀮􀀺􀂱􀁟􀁟􀀽􀀮􀀽􀁟􀀭􀀽􀀺􀀧􀀻􀀺􀀺􀀺􀀺􀀺􀀺􀀮􀀮􀀭􀀮􀀮􀀻􀀺􀀺􀂱􀀭􀀮􀀺􀀮􀀮􀁟􀀮􀀮􀀮􀀮􀀬􀀮􀀠􀁾􀀽􀀭􀀭􀀭� �􀁾􀀭􀀽􀀮􀀮􀀭􀀽􀀭􀁾􀁾􀀭-.--I is' 􀀭􀁉􀂷􀀭􀀭􀀭􀀭􀁥􀀭􀀭􀀭􀀽􀀭􀀽􀀺􀁡􀀺􀀻􀀺􀀭􀀮􀀽􀀺􀀺􀀮􀀮􀀭􀀺􀀮􀀮􀀮􀀭􀁾..􀁾􀁾.....􀁾􀀭􀀭􀂷􀀭􀀮􀁉􀀭􀀭􀀭.. _+_ .. -. 􀁾􀀷􀀢􀀭􀀭􀀮 -􀀮􀂷􀀰􀁬􀁾􀀮􀀺􀀮􀀮􀀮􀀮􀀮􀀬􀀮􀀮􀀺􀀽􀀭􀁾􀀽􀀭 􀀺􀀮􀀮􀀮􀀭􀀺􀀺􀀺􀀺􀀺􀀺􀀮􀀷􀀬􀀻􀀮􀀮􀀭􀀻􀀺􀀻􀀺􀀺􀀻􀁲􀀮􀀮􀀮􀀬􀀻􀀬􀀾􀁾􀁾􀀭􀀮􀀭􀀭􀁾􀀺􀀠􀁾􀀬...􀀮􀁉􀀺􀁾􀁟􀁔􀀺􀁟􀁾􀀺􀀮􀁾􀂷􀀺􀀻􀀺􀀺􀀠􀁾􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀁾􀁾􀀿􀁾􀁾􀀺􀀭􀁾􀁾􀀮􀀧􀀢􀀠􀀭􀀭􀂷􀀮􀁾􀁾􀁾􀁾􀀭􀁾􀀱􀀺􀀭􀀭􀁴􀁌 􀀨􀁾􀀻􀁾􀀭􀁾􀀺􀀭􀁾􀁾􀀺􀁾􀁾􀀭􀀻􀀺􀁾􀀭􀀮􀀭􀁣􀁾􀁾􀁾􀀭􀀺􀀭. :. CO WAAEHOUSE 􀁏􀁬􀁾􀀠" " HERRERA'S r.fExiCAN FOOD!" EXXON/WENDY'S STARBuCK.S '1 PAYLESS SHOES I 9LOCKBUSTER ,} , . MILL MEA SHOWN TO PROVIDE BUTT JOINT AT M/IRSH LANE. , . VARIABLE DEPTH 0" TO 2" AT MARSH LAN£:. , , SCAlE IN FEET LEClEN). 'WEDGE MILLING LIMITS ,................ MILll1'fG LIMITS 􀁾􀁐􀁈􀀮􀀴􀁌T L1MJl S Q PA\lEiENT REPAIRm 􀁾􀀠I") .... EXISTiNG MANHCli:N I-." EXISTING V14...VE SOX'"(I) W Z NOTE;::::; J: " CONTRACTOR TO ADJUST U MANHOLES AND "')LVE BOXES To PROPOSED PAVEM::NT LIMITS.􀁾􀀠THE SEAl ON TH1S DOCUMENT WAS AUTHORIZOl e'f WH. SCOfT f't'fl'SES PoE.*! 61223 OH 􀁬􀁬􀁬􀀭􀁓􀁅􀁐􀁾􀀲􀀰􀀰􀀴􀀠ASPHAlT AND MILLING PLAN STA 11+28 TO STA 36+00 ----o 50 100 150 200 SCALE IN FEET LEOENl: ----WEDGE MILLING LIMITS ..-.-.......... MILLING LIMITS ASPHM..T LIMITS m PAVEMENT REPAiR '... EXISTING MANHct.£ ·w EXISTING VAlVE eox NOTE: 1. CONTRACTOR: TO IoDJUST MANHtl.ES ,bJLVE eox NOTE: 1. CctffRACTOR TO ADJUST MANKQ.ES AND VfJJ..VE BOXES TO PRCf'OSED PAVEtoENT LIMITS. 'flit SEAL ON THIS OOCUNENT \lAS AU'fliaiIZED BY \<1M.. SCOTT FatBfS P.E._ 81ZZ1 ON IO-SEP-ZOO4 􀁾􀀠t 􀁾􀁾􀀠DELT LINE ROAD 􀀡􀁾􀀠MARSH LANE TO DAlLAS NC1lTH TQLWAY 􀁾􀁾􀀠ASPHAt.. T AND MILLING PLAN 􀁏􀁾􀀠:: STA 62+00 TO STA 88+00 wo 􀁾􀀭􀁾􀁶􀀠!.\II" vg' thnm (T$ o,o,.re SI:'!JL£ I"fKl.!:C-T NO. SlIEfT NO. :s OF <1 Chad. ..1111 C/'Itd< WllF stPT 􀁃􀁾􀀠1">60' 40116 6 􀀪􀁾􀁌________________________________________________________________________________________ ____________________________________􀀭􀀲􀁾􀁾􀁾􀁾􀁔􀁾􀁏􀁈􀁗􀁾􀁎􀁾􀁏􀁾􀁆􀁾􀁁􀁾􀁄􀁾􀁄􀁉􀁉􀁓􀁩􀁏􀁾􀁎􀁾􀀧􀁾􀁔􀁾􀁅􀁘􀁾􀁁􀁾􀁓􀁾􀁾􀀠 ADDISON IMIlROV 1. 􀁃􀁾􀁔􀁒􀁁􀁃􀁔􀁏􀁒􀀠TO .&DJlJST MANHtl.ES AND V/JLVE 80XES TO PROf'OSEO PAVE>ENT LIMITS. \;.......'"\. _ SEE NOTE 3 &. __ 8£NE01CT"S I PURDY'S HAMBURGERS . 􀁾􀀧􀁬􀀠. 􀁑􀁕􀁾􀁕􀁍􀀠11 2. LOCATION OF PAVEMENT PATCHES SHOWN ARE APPROX!M4TE ONLy.! I 􀁾􀀠, $ 0 MILL ENTIRE INTERSECTION Of FINAL LOCATION WILL 6E AS MILL-ENTIRE INTERSECTION l lS I MILL ENT1RE INTERSECTION OF 􀁾􀀠> 􀁌􀁁􀁎􀁄􀁍􀁾􀀠TO LIMITS SHOWN. DIRECTED BY OWNER'S TO ',,",MlTS SHOWN. DEPTH ' 􀁾􀀠INWOOD TO LIMITS SHOWN. Q m DEPTH 2: AND INCUJO£S BUTT REPRESENTATIVE. 2" At10 INCLUOES BUTT JOINT. . 􀁾􀀠DEPTH 2" AND INCLUDES BUTT 􀁾􀀠JOINT. \ 􀁾􀀠􀁾􀀠3. REMOVE AND DISPOSE OF EXISTING ASPHAlT TRANSITION NENi RAILROAD TRACKS. COST IS SUBSiDIARY TO CONSTRUCTION. 4. Mill MEA SHOWN TO PROVIOE SUTT JOINT AT RAILROAD TRACKS. VAR1ABLE DEPTH 0" TO Z" AT RAILROAD TRACKS. W 􀁾􀁍􀀮􀀠ON THIS IlOCIlH STRAIGHT AND LEFT I") TURN ARROW® "4 N « ® alJ TYP.ELONGATEO LETTERS I(I) I.IJ T¥P,ElQNGATEDIJJ XZ RR MARKINGS i ::; G III! @---PUppy TRACK LINES ®== CROSSWALK LINES @I-STOP LINES NOTES; 1. LOCATION OF" PAVEtoENT MARKINGS SHOWN AIlE PPPROXIMATE ONLY. FINAL LOCATla.5 WilL BE AS OIRECTED BY THE OWNER'S REPRESENTATIVE. CONTRACTOR TO Fa.LOW DESIGN CRITERIA S£T 􀁆􀁾􀁔􀁈􀀠IN TXDOT PAVEMENT MARKING AND THE TEXAS MANUAl rE UNIFORM iRAfFIC CONTRa. DEVICES. 􀀲􀁾􀁔􀁒􀁁􀁆􀁆􀁉􀁃􀀠BUTTONS/MARKERS NOT SHOWN. SEE SHEET SHEET :5 FOR STANDPRO DETAILS. BELT LINE ROAD MARSH LANE TO DALLAS NORTH TOlLWAY PAVEt£NT MARKING PLAN BEGIN TO STA 36+00 TOWN OF ADDI SON • TEXAS STRIP CENTER 3. CONTRACTOR SHAlL REPLACE AND MATCH EXISTING TRAfFIC MARKERS/BUTTONs AND STRIPES ON NEW PAVEMENT AREAS rE AlL SIDE STREETS AND DRIVES. USE IT£M PAVEMENT MARKING CONTINGENCY 􀁆􀀢􀁾􀀠PAVEM!NT. THE S£AL ON THIS OOOUM£NT wAS NJffiCfUZED BY WM. SCOTT FCfiBES PL_ 81223 ON IO-SEP-2004 ----o 50 100 150 200 SCALE IN FEET L£CEI[): DIRECTIONAL AAAOW(j) t RIGHT TURN ARROW® i' Q) "I LEFT Tl,JRN ARROW MINI sTORAGE JIFFY LuBE STRAIGHT AND RIGHT JASON'S DELI @r STRIP MALL PAPPAS PIZZA VACNiT BUILDING TURN ARROW BELT LINE ROAD STRAIGHT AND LEFT:::.. 􀀷􀁾􀀠J ® wi TURN ARROW." 􀁾􀀮􀀠􀁾􀀭. ® illY TYP.ELONGATEO LETTERS (j) XTYP. ELCHGATED RR MARKINGS I VAC!>NT eUIl.01NG RR @---puppy TRACK LINES( @== CROSS WALl< LINES @l-STOP LINES NOTES: 1. LOCATION Of PAVEKNT MARKINGS SHOWN ARE ,6PPROXIMATE ON!. Y. FiNAl lDCATIOOS wiLL Be: AS DIRECTED 8Y THE OWNER'S REPRESENTATIVE. CONTRACTOR: TO FOlLOW DESIGN CRITERIA SET 􀁆􀁾􀁔􀁈􀀠IN TXOOT PAVEMENT MAAKiNG AND THE TEXAS MANUAL r:F UNIFORM TRAFFIC CONTROl.. DEVICES. 2. TRAfFIC SUTIONS/MMKERS NOT SHOWN. SEE SHEET 3-FOR SfANDARO DETAilS. 3. CONTRACTOR SHALL REPLACE AND MATCH EXISTING TRAFFIC MARKERS/SUTTONS AND 􀁓􀁔􀁒􀁾􀁓􀀠oN NEW PAVEMENT AREAS Of ALL SIDE STREETS AND DRIVES. LISE ITEM PAVEMENT MARKING CONTINGENCY FOR PAvEt€NT. HOUDAY INN ;--..' 􀁾􀀠. -.. -, . -". : -. : . '. : -. -. -. -..... ":"":,: ••• 􀁾􀀪􀁟􀁷􀀠••••• /􀁁􀀮􀁾􀁏􀁉􀁁􀁍􀁏􀀠ITALIAN' RESTAURANT ',.. 􀁾􀀠􀁾􀀠. .-􀁾􀀮􀀺􀀠.",. . . CITGD FOR!.£R : M S£Al. 00 nHS , OOC\If\lEmBELT LINE ROM) , WAS AlJTHOFh2ED BY , WM,. scon FCRaES P..£." e122l ON lo--sep-:200"l "• -: 􀀮􀁾􀀮􀀠􀁾􀀮􀀭-.-'w' -.-'.' -.--􀁾"':" --.. --.􀁾􀀠.:;-.-/:: ..' ... -.-'-:-".-" --"• ,1 BAKER BROSI AMt:RICAN O£t I '"SAM$ CLUe F'INA GAS S1AllONDUKE'S ORIGINAL ROAD HOUSE BELT LINE ROAD MARSH LANE TO DALLAS NORTH TOlLWAY "" RtVrsu:wi i : 􀁾􀀠􀁾􀀮􀀠􀁾􀀮􀀲􀀠􀁖􀁾􀀠􀀺􀁾au PAVEMENT MARKING PLAN 􀁾􀂧􀀠STA 36-tOO TO STA 62-tOO 􀁾􀁡􀀠Dldf! VSf ,",lin Qf5 DAlE SCM e1' tIC!. S'H£I::T IC 2 OF.; 􀁾􀀬􀁑􀁉􀀠ChII<:k WSI" sur a. f'oM' 􀁾􀀧􀁭􀀧􀀠􀁾􀁾􀁬_________________________________________________________________________________________________________________________________􀀭􀁬􀁾􀁾􀁾􀁾􀁔􀁾􀁏􀁅􀁗􀁾􀁎􀁾􀁏􀁾􀁆􀁾 􀁁􀁾􀁄􀁄􀁾􀁉􀁅􀁓􀁾􀁏􀁾􀁎􀀳􀂷􀁾􀁔􀁅􀁾􀁘􀁾􀁁􀁦􀁓􀀵􀁛􀁾􀀠 9 ----o 50 100 150 zoo OLIVE GAROEN SCALE IN FEET il ,I ". LECEIC,'. i. " (j) t DIRECTIONAl... ARR"DW" (' RIGHT TURN ARROW® LEFT TURN ARROWQ) ... COBBlE STONE SHOE REPAIR' t DENNY'S HOMEWOOD SUITES STRAIGHT AND R1GHTMOTEL 6 @i TURN ARROW , MARKET fISH CRilL rr(. , CHNI.9ERL IN '_":...."-'---'--, ...-,I " STRAIGHT AND LErT'....... ® -4􀁾􀀬􀀠TURN ARROWBELT LINE ROAD < ® lilY TYP.ELONGATEo LETTERSI.m • . -• LIJ (j) X􀁔􀁙􀁐􀁾􀁅􀁌􀁣􀁴􀁦􀁇􀁁􀁔􀁅􀁏Z . vic:. 􀁾􀁾􀀮􀁾􀀠::; RR MARKINGS•• 􀀮􀁾􀀠􀁾􀀠:-􀁾􀀭􀀺􀀭􀀺􀀭􀀺􀀭􀁾􀁾􀀺􀀺􀀧􀀠􀀺􀀮􀁾􀁾􀀯􀁉􀁴􀁦" ,c: is l1liSAM'S BOAT CLAYON THE 􀁂􀁾􀁄􀁅􀁒􀀠 CHILI'SSEAFOOD RESTAURANT " t PUppy TRACK LINESPITfOGO DE CHAO TOKYO ONE i ®-®==. CROSSW.oLK LINES @I-STOP LINES NOTES: 1. LOCATION fS PAVEf'iENT MMKINGS SHOli/N ARE APPROXIMATE ONlY. FIN.oL LOCATIONS WILL BE AS DIRECTED BY THE OWNER'S REt>RESENTATIVE. CONTRACTCfi TO fOLLOW OESIGN CRlTERIA SET FCRTH IN Txoor PAVEMENT MARKING AND THE TEXAS MANUAl fS UNIFORM TRAFFIC CONTROL DEVICES. 2. TRNF'IC SUTTONS/MARKERS NOT SHOWN. SEE SHEET :5 FOR STANDARD OETAILS. 3. CONTRACTOR SHALL REPLACE AND MATCH EXISTING TRAFFIC MAAKERS/BUTTONS AND STR IPES ON NEW PAVEMENT AREAS OF ALL SIDE STREETS AND DRIVES. USE ITEM PAVEMENT MAAKING CONTINGENCY MACARON! GRILL BELTWOOO RESERVOIR SELTWooo RESERVOIR BELTWOOO RESERVOIR LONE ST AR BANK BELTWOOD RESERVOIR AND PUt-P STATION CENrENNI AI... BEER FOR PAVEfoENT,AND PUt-P STATION AND PUMP STAflON AND FUMP STATION .' __ 'R._ •• _.",,·.-:: .-􀀺􀁾􀀧..'-..:'../...􀁾... 􀁾..􀁾􀀠􀀮􀁾.. 􀁾􀁲􀀢􀀧􀀢􀀠'Il