",".--,August 1, 2001 Steve, Here are some copies of the invitations for the opening of Broadway Street for your files. If you need any more please give us a call. Thanks! 3626 N. Hall Street 1625. Dallas. IX 75219.214-522-9942 FAX 214-522-9947 .. :-, ..,':" .' -. .': .'" ". '. :': Ribbon-;:utting and Reception lO'A.M., Tuesday, August 7,2001 To celebrate the renovation and re-opening of Broadway Street Please park in the Spe<:ial Events area just north 01 Broadway Street and enter from Julian Street. , -", I;ric StranghDner TalleyAssociiltes Planning Landscape Architecture I Urtlafl Design 1925 San Jacinto. Suile 40n I i Dallas, Texas 75201 T2144111-7900 f 214-811-1985 fuic@talfeyassociates.com I Jeske Construction Co. -to cu!"! 􀁾􀀠LvpJ1 4:\ 􀁾􀀠v ( pi April 27, 2001 Public Works Department Town of Addison, Texas Attn: Steve Chutchian Re: Paving & Drainage Improvements on Broadway St. Bid No. 01-12 Submitted for your approval are concrete mix designs, slotted drain specifications and water pipe and fitting specifications. P.O. Box 59025 • Dallas, Texas 75229 • 972/620-2248 • Fax 972/620-9852 facsimile TO: Jeske Constru iton Attn: Steve J ske 􀀹􀀷􀀲􀁾􀀶􀀲􀀰􀀭􀀹􀀸􀀵􀀲􀀠 I i 12 pages tota 􀁾􀀠.! I i , RE: Concrete Mix e$igns i ! . , i FROM: Janet Kinard i Qua7ity Cont,., 7i Lattimore Mat r'ta 7s Co. P,O. Box 556 ' MCKinney, Tex. si, 75070 Phone: 972-221 4646 Fax: 972-221 9647 I ! Ii I ' I I . I i c I I Date: 2MAar-Ol Client Jeske Consltuclion Project: Broadway Addison, Texas MatBrials: Cement: Flyash: C9arse Agg.: Fino AgI.: Admixtures: MIX No. Strength @28 Days Cement,lbs FIyAsh.lbs C.Agg.,1ba &ond.lbs Water,11Ie WIR, Oil AEA. cu: Total Weighl Unit Wt, #lC1' WIC Ratio, #J # Fly Ash, % Maximum Temp. deg. Stump. inchell Air, %ennined I I I ASTM lSP. Type I ASTM 􀀱􀁾􀀬􀀠ClassC ASTM , 1". 114 Crushed Stone ASTM 33l Concrete Sand ASTM si4, Type A or 0 ASTM 261,) I 1 Cliblc: Yard By Weight -SSD I, ,, 136 42 44 3000 4000 􀀴􀁾􀀰􀀰􀀠 'Air Air Air 470 564 611o I i 0 o 􀀱􀁾􀀵􀀰􀀠 , 1850 1850 11131 1332 1306 l!27 237 232 14.1 16.9 18.3 U 􀁾􀀠 I 􀀳􀁾􀁡􀀱􀀠 3983 3999 iI i ' 1141.55 147.52 148,11 I QA8 0.42 0.36 , : 0 o o I i 95 95 95 I :3-5 3.5 3.5 I is-5 3·5 3.5 I i I ' Latllmore Ready Mix gvarantees the 􀁡􀁌􀁾mix de';gn will adl!eWl the "pecllied IItnsIIgth when teated 8n4 􀁥􀁾􀁵􀁡􀁴􀁥􀁤 in ac:c:ordanC41 with ASTM C.'172, c-3f, C-3iI and C44 􀁡􀀢􀀧􀁤􀁊􀁾􀀡􀀢􀁮􀀠lIIe noc:ommended procedufOr placement and CIIr\ng oullineclin 1'1 􀁾􀀰􀀶 are followed. In accordanGe wiUI ASTM C·S4, Lalllmlre1 Materials Co. req_ts that coplea of all strength tests be forwardecl to our Qu 􀁉􀁉􀁾 Control Department. 􀁾􀀠 i ' I j i Lattimore Materials Company P.O. Box 556'McKinney, Texas 75070·0556 (972) 221.4646 -(972) 569·4646 I www.Jmct».com I I I MIX NO.: 3& DESIGN STRENGTH: 3000 Date Slum!! 1 02-Nov-oO 4.50 2 02-Nov-oO 5.00 3 15-Nov.(l0 5.15 4 15-Nov-OO 6.50 5 15-Nov-OO 6.50 6 15-Nov-oO 5.00 7 15-Nov-OO 4.75 8 22-Nov-OO 4.50 9 22-Nov-OO 5.50 10 22-NOV:OO 5.00 11 22-Nov-OO 5.00 12 22-NOII-OO 4.75 13 3(]..Nov.(IO 4.50 14 3G-Nov-00 4.00 15 3(]"NoV-OO 4.SO 16 3(]"NoV-OO 5.00 17 01-0ec-00 6.00 18 01-DecrOO 4.00 19 01-Oeo-OO 5.00 20 07..oco-OO 4.25 21 07-Deo-OO 5.25 22 07-Deo-OO 4.50 23 l5-DeO-OO 4.25 24 16-0eo-OO 3.25 25 15-000-00 5.00 26 15-0ec-OO 5.00 27 15-OeQoQO 5.00 28 15-Oe0-00 '-5.25 29 15-Deo-OO 5.50 30 15-Dec-oo 5.50 31 15-0eo-OO 5.00 32 19.[)ec.OO 4.50 33 19-0ec-00 5.00 34 19-Oeo.(lO 8.00 35 19-Dec-oo 5.25 36 19-0eo-OO 5.00 37 19-Oeo-00 5.25 38 19-Oec-00 5.50 39 2Q..0IK:.(IQ 4.75 40 20-0,0-00 4.00 41 􀀲􀁏􀀭􀁏􀁾􀀠 5.00 42 21-!)e1:;.OO 5.25 Alt 3.0 4.0 4.0 2.9 3.0 3.0 2.9 2.4 2.3 2.9 2.6 2.8 2.8 3.0 3.0 3.0 6.0 S.8 4.8 4.9 8.0 6.1 8.0 52 6.2 5.8 5.9 Tem 80 82 58 57 59 60 60 64 58 58 56 59 36 35 37 42 65 e7 53 56 57 55 53 54 ·58 56 85 52 58 58 60 60 68 84 58 . 59 58 59 55 56 57 54 56 7011 A . 3620 3540 3640 2800 2720 3080 3270 2930 2790 3380 2970 3210 3690 4560 4150 4360 4110 4200 4250 4640 4360 4530 4190 4870 4360 3740 34.20 3470 3410 3220 3350 3980 3880 3290 3380 4000 3750 3740 3140 3410 3350 3630 28 Dalt 4040 4020 4550 3870 3910 3990 4710 4170 3850 4080 3850 3960 4110 4660 5020 5230 4960 5040 4820 6140 4960 5280 5380 5710 4790 5050 4230 4620 4340 4260 4220 5260 4660 3940 4460 4500 4490 48S0 4340 4590 4300 4330 28 DaY 4030 4010 4580 3930 3870 4170 4660 4010 3880 3960 36110 4140 4441) 5190 5190 5270 4560 5140 4700 5170 4790 5080 . 5410 5950 4710 4790 4300 4660 • 4480 4230 4.290 4420 4750 -44l9O 3790 4660 4700 4670 4220 4540 4400 4060 􀁁􀁾􀀮􀀠 4035 4015 4585 3900 3890 4080 4685 4090 3855 4020 3770 4050 4275 5025 5105 5250 4755 5090 4850 5155 4875 5170 5385 5830 4750 4920 4265 4640 4410 4245 4255 ..640 4705 4016 4125 4680 4595 4775 4280 4565 4350 4195 AvgJ3 4205 4160 411.8 .3951 4218 4285 4213 3992 3885 31147 4032 4450 4802 5127 5037 5032 4835 4968 4897 5067 5143 5462 5322 5167 4845 4608 4436 4432 4303 4447 4600 4520 4282 4273 4467 4683 4550 4540 4398 4370 Ranll! 10 10 30 60 40 180 50 160 30 120 160 180 330 330 170 40 390 100 80 30 170 180 50 240 80 260 70 40 140 30 70 $40 90 150 670 360 210 210 120 50 100 270 7-28 Gain 1.11 1.13 1.25 1.39 1.43 1.32 1.43 1.40 1.39 1.19 1.21 1.26 1.18 1.10 1.23 1.20 1.16 1.21 1.10 1.11 1.11 1.14 1.29 1.20 1.09 1.32 1.25 1.34 1..29 1.32 1.27 1.22 1..21 1.22 1.23 1.17 1.23 1.28 1.36 1.34 1.30 1.11$ Lattimore Materials Company •i . p.o. Box S56'McKinney, Texas 7S07(]"05S6 (972) 221-4646'{!m) 􀁾􀀶􀀹􀀭􀀴􀁑􀀴􀀶􀀠 www.1mctl(.com LMC 􀁾􀀧􀁾􀂷􀀧􀁲􀁩􀀺􀀴􀀡􀀺􀁱􀁴􀁦􀂥􀀨􀀧􀀠 f,'IIXNO.: DESIGN STRENGTH: 3000 MIl 38 ,li AvoJ3 RangEl 7Qay Ava. 28 Dal! 28Dg Avg. Gain Date Slum Air Tern 130 1.20 43 21-Oec-00 5.00 6.0 GO 44 21.oeo-oO 5.00 2.0 56 45 21·0ec-OO 5.50 4.5 57 48 2.1-0eo-OO 5.00 4.5 56 47 22·Dec.(lO 6.00 4.0 5& .48 2Z.0eQ.00 6.00 3.5 58 49 22-Deo-OO 6.00 4.2. 58 60 O8-Jan-01 4.00 3.0 .42 61 . O!\-Jlln-Ol 4.50 3.5 46 52 08-Jan-01 5.00 3.8 45 5.02 4.0 51 STO.DEV. ACI 318-5.3.1.2 REQUIREMENTS: (5.1) fcr"'fc+ 1.34s (5.2) f« a fc'" 2.l3s· 5 Lattimore Mllterlals Company P.O. BOl( 556' MclGnney, Texas 75010-0:;56 (912) 221.4646-(972) 5611·'646 www.Imct1<·corn 3540 4300 4110 4236 4260 3460 4810 4920 4865 4432 110 1.41 3840 4960 481lO 4825 4642 270 1.26 20 1.32 3550 4100 -4680 4890 4193 3600 4870 4650 4810' 4705 80 1.28 3.220 4560 4420 4490 4597 140 1.39 3610 4580 4270 4430 4510 320 1.23 3600 4400 4190 4295 4405 2.10 1.19 2.09 2270 4860 4630 4745 4480 2.30 3000 3830 3770 3800 4280 60 1.27 3617 4622 163 1.27 451 3605 3552 􀁾􀁫􀀼􀀴 (,.*:oe..JC.. 􀁾􀀮􀀢􀀠 MIX NO.: 42 DESIGM STRENGTH: 4000 1-28 7Da /Ii. 2,Da 28Da A Av J3 Ran .. Gain Date Slum Ir Tem 3780 4450 4570 4510 120 1.19 1 27-Jul.oo 5.00 5.3 95 4115 230 1.28 2 I)4-Aug-OO 5.00 4.6 96 3220 4230 4000 3300 4120 4240 4180 4268 nO 1.21 3 04-Aug.oo 5.25 5.3 96 3950 4990 4600 4195 4363 390 121 4 09-AugoOO 5.00 5.2 96 4280 4250 4408 60 1.20 5 10-Aug.()O 5.25 4.9 95 3540 4220 6 22-Aug-OO 5.00 5.9 95 3850 4170 4290 4230 4425 120 1.16 4640 4372 10 1.16 7 2.5-Aug.OO 5.50 4.2 94 4010 4830 4835 97 3380 4(170 4500 4585 4483 170 1.38 8 29-Aug.oo 4.75 4.8 3760 4580 4520 4550 4590 60 121 9 06-Sep-OO 5.00 3.3 87 4590 4895 4810 210 1.26 10 l'-Sep.()O 5.50 8.3 91 7io 3720 4800 11 l100Sep-OO 5.00 5.0 92 􀁾􀀠 4020 4590 4650 4620 4622 60 1.15 620 3820 4520 4110 4345 4553 350 1.20 12 12-5ep-OO 5.00 4.6 93 4370 5050 5260 5155 4107 210 1.18 13 15-Sep-OO 5.00 5.2 91 370 3030 4960 4800 4787 200 1.60 14 20-sep-00 4.75 4.2 98 3030 4750 5.00 5.6 61 850 3850 4880 . 4790 4835 4950 90 1.26 15 25-Sep-OO 3670 4840 4850 4745 4613 190 1.29 16 25-Sep.()O 4.75 5.1 83 3610 17 284Sep-OO 5.00 52 77 2960 2980 4250 4430 4340 4640 180 1.46 18 O5-Oct-OO 6.50 5.1 65 3600 3600 4860 4680 4670 4652 20 1.35 3530 4670 4830 4680 60 1.37 19 06-0Gt-00 5.25 8.0 80 􀀳􀀵􀁾􀀰􀀠 4790 4450 100 127 20 l3-Oct.oo 5.00 2.2 15 3510 3510 4400 4500 4711 3460 3670 4110 4020 4433 300 1.16 21 13-Oct.oo 4.75 3.4 79 22 2Q.Oct,,()0 5.75 75 􀀺􀁴􀁾􀀠 3600 4710 4570 4640 4370 140 1.29 4445 4368 110 1.18 23 2O.QcI-OO 6.00 78 mO 3770 4500 4390 5.50 16 3100 3100 4460 4300 4360 4488 160 1.18 24 2O-OcI-OO 2910 2910 3900 4160 4030 4265 260 1.36 25 25-Oct-00 4.S0 2.5 82 . 4510 4555 1.23 26 26.QcI..()O 4.00 5.4 '15 3100 3700 4540 4322 30 4570 4385 260 1.12 27 03-Nov.oO 6.00 4.5 75 4010 4070 4100 4440 6.50 4.0 74 4450 4450 5060 5450 5265 4797 370 1.18 26 03-NoY-00 3880 4810 4850 4830 4Ss8 40 1.25 29 1Q.Nov.oo 5.28 3.4 63 􀀳􀀶􀁾􀀰􀀠 5740 5700 5285 60 1.20 30 22-Nov-OO 525 4.4 60 4150 4750 S860 31 22-Nov-OO 4.15 4.4 60 44VO 4470 5570 5630 5800 . 5377 60 125 61 􀀴􀀲􀁾􀁄􀀠 4250 5230 5170 5200 5500 60 1.22 32 22-Nov-OO 5.00 4.5 􀀴􀀱􀁾􀀰􀀠 4110 4190 4770 4780 5193 20 1.16 311 3O-Nov-OO 5.00 6.1 60 4350 5490 5420 5455 5145 10 1.25 34 07-Oeo-OO 5.00 6.1 60 4350 5150 5128 40 1.20 35 O1-Deo.OO 5.25 5.4 51 4Sp<> 4300 5130 5170 6.0 56 􀀳􀀴􀁾􀀰􀀠 3410 4490 4400 4445 5017 90 1.30 30 07·DeOO 4.50 3.5 56 􀀱􀀴􀁾􀀠 4340 5780 5347 41!a0 4190 5380 5470 5425 5328 90 129 41 15-Deo.OO 5.25 4.4 55 􀀴􀁾􀁏􀀠 4210 5140 5360 5250 6425 220 1.23 42 15-0e 75070-0556 (972) 221-4640'(972) 569·4646 www.lmctl<.com LMC 􀀧􀁴􀀢􀁾􀁾...;ysp.&:u. ;,,'iW*"-r' M!)tHO.: 42 DESIGN STRENGTH: 4000 D Slum 43 􀀱􀀹􀀭􀁾􀀰􀀠 5.00 <1<1 29-Oee>OO 5.00 45 􀀲􀀹􀀭􀁾􀁏􀀠 4.75 46 DS-Jan-01 5.25 4.3 47 O5.Jan-01 5.50 4.0 48 05-Jan'()1 5.50 4.1 49 05-Jan-C1 5.25 4.3 SO 05-Jan-01 5.00 4.2 $1 05-Jan-01 5.2$ 4.0 5.14 4.8 73 STO.DEV. ACI318-5.3.1.2 REQUIREMSNTS: (5.1) I'cr.. fo ... 1.3411 (5.2) fer" fo ... 2.33& -sao Lattimore Materials Company P.O. Box 556· McKinney, TWIS 75070-0556 (912) 􀀲􀁬􀀱􀁾􀀶􀀴􀀶􀀧􀀨􀀹􀀷􀀲􀀩􀀠569A646 www.lmctx.com Av. 4000 3850 4370 3010 3940 3240 4320 3960 4110 3834 2BDa 4550 5080 5360 4980 41110 4790 5500 5140 5100 7-28 A Av 3 Ra .. Gain 4795 5157 290 1.20 4890 4978 340 127 5195 4960 330 1.19 4985 5023 10 1.66 4675 495.2 270 1.19 4785 4815 10 1.48 5525 4995 50 1.28 5145 5152 10 1.29 5130 5267 50 1.25 481$ 153 128 433 4580 4508 LMC 􀁾􀀠 MIX NO.: 44 O,i:SIGN STRENGTH: 4500 7-28 oate 1I111m Al, Tem 7D 708 A 28 U Av. Ran. GaIn 4()20 4790 ' 5110 4950 320 1.23 1 21..Ju1..99 5.50 4.5 68 -9!l 5.50 86 24 07-Sep.99 5.50 87 4/110 4610 5470 5440 S455 5870 30 1.18 25 07-Sep-99 5.25 4.5 88 4430 04430 5850 5740 0696 5743 go 1.20 4(\70 4070 4980 5120 ISOSO 5400 140 1.24 28 0Q..Sep-99 5.50 4.6 72 27 08 Sep.S9 5.25 72 4430 4430 5320 5020 5170 5305 300 1.17 3i50 3850 6160 6360 9260 5493 200 1.63 28 QB.SepoIl9 5.00 4.8 73 29 􀁾􀀠 5360 5790 6060 5920 5783 280 1.10 􀁾􀁥􀁰􀀮􀀹􀀹􀀠 5.00 76 .30 OB-Sep.S9 5.50 78 4150 4650 5980 5780 5870 6017 220 1.21 5150 5150 5990 ao7o 6030 5940 60 1.17 31 31 􀁏􀁾􀁏􀁏􀀠 5.00 50 32 oa-sep.99 5.50 81 42.20 4220 '5320 5370 5345 5746 50 1.27 33 Q8..Sep-99 5.25 B4 4j70 4170 4930 5220 5075 5483 290 1.22 5\!10 5010 5760 9230 5995 5472 470 1.20 34 12-Sep-OO 6.60 4.5 79 :;IS 12-Sep.99 5.00 4.8 79 sEao 6260 8510 6400 6466 6842 110 1.23 36 12.$ep.99 5.50 5.0 92 5140 5140 8230 6150 1)205 5218 60 1.21 sa10 5310 6020 B220 6120 8260 200 1.15 37 12-Sep.99 5.50 4.7 82 sj;ao 5560 9250 6130 1)205 6177 150 1.12 3B 2o-sep..99 3.50 73 4527 S506 154 1.22 5.3l 4.5 82 I S,g STD.DEV. ""'M.W'.........""" 􀁾􀀧 5248 (5.1) rcr=fc+ 1.34$ j 5301 (5.2) fer" fc .. 2.338 -i , ,! Lattimore Materials Company ; P.O. Box 556' McKinney, Texas 1507().()556 (972) 221-4Q46'(912) 569-4646 www.l.mclx.com Hooper Engl CUENT: Lattimore Materials C PROJECT: General Use SAMPLES: . Submitted to Hooper by lattimore Material SUPPUER: Lattimore (Bridgeport) RETAINED ON SieVE SIZE 1-1/2" 1" 314" 112" 3/S" No.4 No',8 No. 16 No. 30 No. 50 No. 100 I. FINENESS MODULUS SPECIFIC GRAVITY FINER THAN NO. 200 SIEVE, % DRY RODDED WEIGHT, PCF ABSORPTION, TECHNICIAN; ROG DISTRIBUTION: 12) Lattimore Ieering Laboratories, Inc. ! 􀁴􀁾􀁵􀁣􀁴􀁬􀁯􀁮􀀠Materials' Testing TES DATE: 4 December 2000 ., !l.p. i liineering laboratories, In". 00 11/18/00 Cp.. loP. CRUSHED STONE ASTM C33, #57 1" -#4 REQUIREMENTS 0% 0 :2 0-5 19 57 40 -76 81 98 90 ·100 99 95 ·100 ' 6.97 ,2.68 0.2% 1.0% Max. 101.5 0.6% 􀀬􀁡􀁴􀁾􀁲􀁩􀁡􀁬􀁳􀀠Co., LP., Curtis Lee ! (214) 351-041' Fax (214) 351_$148 2870 walnut Hilt Lana i Hooper 􀁅􀁮􀁧􀁬􀁾􀀱􀁥􀁲􀁬􀁮􀁧􀀠Laboratories, hic. ! : . . 􀁃􀁯􀁮􀁦􀁴􀁾􀁣􀁴􀁩􀁯􀁮􀀠Materials Te.ting RE cueNT! Lattimore Materials C ., Lp. DATE: 4 December .2000 ! PROJECT: General Use SAMPLES: Submitted to Hooper ginee,ing Laboratories, Ino. on 1111 8/00 ·by Lattlmore Material cQ, ., L.P. . SUPPLIER: Lattimore IEnnis) NATURAL SAND ASTM C33 RETAINED ON REQUIREMENTS SIEVE SIZE 0-#4 1-1/2' I' 3/4' 1/2' 0 3/S' 0% 2 0-$ No.4 0·20 No.S 10 21 15 -50 No. 16 40·75 No. 30 45 79 70·95 No. 50. 90 ·100 No. 100 99 .2.56 2.3 to 3.1 FINENESS MODULUS SPECIFIC GRAVITY .2.63 0.5% Max. 5.0% FINER THAN NO. 200 SIEVE DRY ROODED w9GHT, PCF 101.3 ABSORPTION 1.3% I I I TECHNICIAN: RDG I . DISTRIBUTION: 121 Lattimore 1atJriais Co., LP., Curtis Lee , ' ; I ""1( (214) 351-15148 Dalla,. "jbxas 75229 (214) 35NM1' 2870 Walnut Hili La..... , . 1197 -'*i-EN,I.• ® DESCRIPTION Sik3 􀁁􀁅􀁁􀁾15 admixture is a liquid solution ofconcentrateCiorganic materials. a has been formulated and manufactured specifically 10 prov«:te staOle and predictable air contents in concrete. with uniform air bubble spacing throughout the concrete matrix. Sika AEA.15 meets the requirements Of ASTM C.260for alrenttajning actmlxtures andAASHTOM·,S4 APPUCATIONS . Sika 􀁁􀁅􀁁􀁾􀀱􀀵􀀠can be used Whenever 8Jr entrained concrete is deSired. Ready' mix. precast and block producers can aU achieve optimum "ntrained air 􀁣􀁯􀁮􀁾􀀠 􀁾􀁾􀁾􀁾􀀺􀀺􀀻􀁾􀁖􀀺􀀺􀀺􀁤􀁨􀀺􀁾􀁾􀁭􀀺􀀡􀁾 are used ADVANTAGES Air entrainment is recognized as the most effecthl& prevenUon agiUnet 􀁣􀁯􀁮􀁾􀀠 cretf,l !lcating in exposed 􀁾􀁶􀁩􀁲􀁯􀁮􀁭􀁥􀀡􀀬􀁴􀁳􀀮� � Air Qntrained concrete delivers pantcuIar bene/its in the form Of increased concrut,Q durability. This is important in colder climates where frost and kaezethawcyclo$ cat!: ctiU$e sCaJing and 􀁤􀁡􀁭􀁾􀀠 age to Ille concrete surface. Air entraining a.gents help to pl"svsm scaling by creaung millions Of micro. ;copic airvoios. aik:rNlngwater ITapped.n . Ihaconcretetoe""""dwllent neconCfele l'reez9S. \flus IlnMIntingcrack.seausedby natural e'Piltloron. Entrained 􀁡􀁾􀁖􀁏􀀡􀁤􀀮 in theconcrete..11 alsoincrease durability10 harsh Qnvironments where concrete is exposedtodeioingsa lts,marinesaltsand sulfates. Workability and placeabiUty are al60 imPfoved by the luMCQling actidn of the miCtoSCOpiO 􀁢􀁵􀁢􀁢􀁬􀁾􀀠in the concrete. Concrel8 will how bettor. and bleeding and 'hrinl\age will be reduced because leos waleri, needed100btainlIle 􀁤􀁥􀁓􀁬􀁲􀁥􀁾􀀠 workability. I , Sika® AEA..15 i AIrEntraining Admixture HOW TO USE lXiISAGE . MditionraIeSwillvatydependingon IhIl air Coment requited for a particular pfOjSCt. jrypicallyair contents willbespecifiedin the rang90f4roBpercentbyvOlume.Olher factors that mayaffect the amount of acr 􀁾􀁮􀁴􀁲􀁡􀁩􀁮􀁥􀁤IntOIt>.con creteinclude. bUl are notlimitedto. cetnentcontantandtype, sand 9radadon. temperature andwatercontent SikarecQmmend'SthattrialmlxeS betasred' 􀁾􀁨􀁡􀁮􀁥􀁖􀁅􀁬􀁲􀁭􀁡􀁴􀁥􀁲􀁦􀁡􀁬 or anyothet ct'iangas are made (I1at may affect lIle amount of 􀁾􀀨􀁜􀀨􀁲􀁡􀁩􀁮􀁥􀁤􀀠air. posaga rates lor Sik. AEA-15 will typiOallyfall between 1/4 and 1/1.0 ..1100100. t'6 • 6S mV'OO kg) of cement to antrain hetween 4 and 6 percent air. Higtler air bonlenrs may be obtained byincressing 􀁾􀁥 dosage rate. bomblnation with Olt'let admixtures. par.. \iCUlarlywst""reoucersanc:lretlll'ders, will 􀁾􀁇􀁴􀀾􀁤􀀡􀁯 increaseIheamoumof_ainedair In \I19miX. Alrcomenre shoul(lbGChecl·8 • iCHLORIDES" I <0.1 I I 1509000 􀁾􀁉􀁊􀀠® DIiSCIII1'1'ICN PfaS(ocr9tQ 161 is a 􀁰􀁯􀁬􀁹􀁭􀁡􀁲􀀭􀁴􀁹􀁰􀁥􀀢􀀢􀁡􀁴􀁥􀁴􀁾􀀠 reducing admixrure. PJastocrete 161 contains no chlorides. Plastoorete 161 meets the requirements of ASTMC494TypeAandAASHTOMl94 Type A, APPLICATIONS PlastocrstQ 161 is recommendedfor use in all 􀁡􀁰􀁰􀁬􀁩􀁣􀀸􀁾􀁏􀁮􀀤􀀠where nIgh Quality concrete with superior wOtkabiiity and normal setting times is reQuired. HOWIT WORKS Pla$wcrete 161 water reducing admix{ure provides an economical and highly errecli1le means of reducing tI1e amoul'lt of mixing water required 10 prodf,Jce 􀁣􀁯􀁮􀁾􀀠 crSle of • c9t1ain slump by acting as a dispersant for the cement particles in the mix. Through (hIS dIspersing aCfiol'l more of tM surface area otthe cement 􀁉􀁬􀁾􀁣􀁬􀁡􀁳􀀠 i. available for early hydradon. The more cement IWtlcles hydrated by OOI'Ilact with the mixing water, the greater the compressive stfengttt 01 the concrete. ADVANTAQES PlaslOcrete 161 is formulated as a Type A water red'ocer to allow 7 -10% water reducflOn ana m"';mize lile benefits of Increased hydration in bOth lIle hardened and plootio stat"". SENEI'ITS .. Reduced water content requ;",d to achieve desired slump, increases compressive and flexural $\fSngths ana allows the use of more economical mixes. .. Improved paste Quality rna"". concrete .asier to pump ana "nish. 161 1/97 Water Reducing Admixture (Type A) PlaslOcr.,. Hli ShOuld beslOredataoove 3S'F (2'C), If frozen, thaw and agitate Adm'""",..; IhoroughlylO return to normalstalellelore PACKAGING Plastocrete 161 is supplied in 55 galion (208 Iiler) drums andbUlk delivery. water ceme:,t (atios pro....ide STORAGIiiANDSHELRII'E ose. Shalf life when Slored in dry warehouse CondiUonsoetweenSO'F and /lO'F (I O'C· 27"C) is one year minimum, CAUTION Skinandeyeirritant avoidcont,act Thcuse of NIOSHlM$HA approved respirator. 􀁦􀀡􀁾􀁾􀀺􀀧􀁲􀁡􀁴􀁥􀁳 013 ·611. QZ,1100Ibs. (195 safelY goggles and rubber-9'0••s is recI kg) of cement are recom-ommef1oad. Avoid breathingproducl. Use ' with adequate ventilatton. Remove 􀁣􀁯􀁮􀁾􀁾􀀠 taminatedclolhing. RRSTAID Wash skin with soap and water . Incaseof is added at the concrete eyecontaCI. flush-..1thwaJer lor 15minute.: contactaphyslclan, WaShclOthingbefoc'e dispenser. into the re-use. 􀁾􀁾􀁾􀁾􀀺􀁾􀁾􀀺􀀺􀀮􀁉􀀺􀁰􀁥􀀬􀁲01' into lIl.water CLEANUP Containandcollecl-..1thaboarb.ntmaterial. DisPOS&otin accordanaa with locaf. state andfedetal reoulatiOns. 11111 ® OESCIIIPTlON PJastimenr is a 􀁴􀁜􀁬􀁡􀁬􀁥􀁲􀁾􀁲􀁥􀁤􀁵􀁣􀁩􀁮􀀹􀀠and few tarding 􀁡􀁣􀁴􀁭􀁩􀁾􀁵􀁴􀁥􀀬􀀠PlastiJTlem contains ftO calcium chloride O( any other 􀁩􀁮􀁴􀁥􀁮􀁾􀀠 tionally added Chlorides;. Plasriment meets the reQuirements 0' ASTMC-494TypesSandDandAASHTO M194 Type. e and D. APPUCATIONS 􀁾􀁴􀁴􀁭􀁥􀁮􀀡􀁩􀁳􀁲􀁥􀁣􀁯􀁭􀁭􀀶􀁏􀁤􀀮􀁤􀁴􀁯􀁲􀁵􀁳􀁥􀁷􀁴􀁊􀁡􀁮􀂭 ever high Quaifity concrete with prealctaDle and COnVolled set Hrnes is desired. Use in ftatwork BOd horizontaf or vertical sliptorm placements where a superiOr surface finish is reQuired. ADVANrAGES Ftastiment is highly effective in hot weather concreting to offset the accelh erating etreets ofhigh tlmbienttemperaMes by contrOlling the heat of hydration. Concrete workability is enhanced and a superior surface finish is Obtained. 1Y!NEl'TT$ .... In mass concrete pours Plastimen( controls temperature rise and 􀁲􀁾􀁤􀁵􀁣􀁥􀁳􀀠 the risk of Ihermal craCl(ing. ... Initial set times are delayed. allOwing "me for proper placement and finish· ing witIlout cold jOin18 in hOt wealher conaitions . .. Plaatltoont increases eoncl$te density and QaliVers increased early and ultimats. compressive anCl flexural Strengths. Water Reducing lind Retarding Admixture (TYpe. B & DJ for fJatwOfJ( applications Plastiment Acts as a finiShing ald. workability IS i",p'oveo. bleeding is controlled anda 􀁾􀁵􀁰􀁥􀁲􀁩􀁯􀁲 surface finish is Obtained. ; lower water 􀁣􀁾􀁭􀁥􀁮􀁴􀀠ratios provide i1ec(easeentmale· rial. Dispose olin accordance wilh local. sts,laand1ederal",gul8.fions. Yellow/Gre&n >8 <0.1 ----MAR 26 201iH 10: 32 FR FERGUSON ENT TO 81'75899155 P.84/09 ee'I'Mlon f(!'Slltal1e{l alue Sruv, I;: linanecteil by Ciectrolvt:c or utii'-'tlf'I'C CQ/"I'Q'Ston. or ,1'\'1 o«I1C\'o't\ lOll or w&10feondlii(!-l'\. V:tu Cltm t !':a'ri 10 worry 􀁾􀁴 tub.uCLmltlt'l1\ nr 􀁴􀁨􀁾􀀠rUiI.a fO' ece:uy Ilruft9. wtaClJ)ino. eeow'ICi Of eo.tneaie cn:nac.l!cn. OVtijty .;:{lntro' Wl{J'IOul{l(coj:)lIon. 􀁾􀁡􀁣􀀮􀀮􀀢􀀠lQI'\$(1\ ot PIPl! I' hydro:ifltticaJIy 􀁾􀁍􀁕􀀼􀁬􀀺􀀠ana aubiKt to insot'Ct1Q1'I by O\:t' 4u1Utv e!:l"Itrcf inSCieetOfs tfirOl..lQl"Iout .eveN 􀁓􀁵􀁾􀁯􀀠of tltv flI::Jnl1tacU1nl\!J :::n::u;:Q$i. 􀁾􀁉􀁑􀀢􀀢􀀠CIIQ1U:111t 􀁔􀁨􀁩􀁾􀀠P.IC ;vaIOt Oipe nall a lllTlOQtn mlliitlOr that II:tAylt 􀁊􀀻􀁭􀁾􀁶􀀡􀀠􀁾􀀱􀀮􀀺􀀹􀁴􀀠\Qf'\? 􀁙􀁒􀁲􀁾􀀠 ¢U,ervICEl Iftltt!. l'\Q 100:a In CiltTYlnq CaDl1C!t'(. lUi 􀁥􀀮􀀧􀁪􀁦􀀧􀀡􀀺􀁭􀀧􀀺􀀡􀁾􀁲􀀠,t.ll f'IJW 􀁾 C:;; 150 \He.Wl-1hQ 􀁑􀁥􀁾􀁡􀀠olYI:UtllDIC '" ;QmmCn IJ:H!t 􀁦􀁮􀁗􀁾􀀬􀂢􀁲􀀺􀁬􀀧􀀺􀁬􀁴􀁴􀁬􀁦􀁬􀀧􀀮􀀠T!111 ) o..:tUJ41:tlty pftf'!'l .;;lIc'..\I!C UlIlngt /f'\ OVinI1"" ¢.tt:, 416 Wt'U 􀁾 c .... lnql 01'1 N ll:te 01 C;;IOI! '.OlJIrlM. FIeld euu!l'lQ' 'trull"...an t;UC Blue iTuttl ••,Htn Q Q¢WOtCl1W ar on prdinaf'W ha.rn;:JHw. I; ellrrunall!S tM 􀁦􀁬􀁾 10 Irw.:Jt 11'1 o;cn,; ¢wmng 􀁾􀁬􀁬􀁬􀁰􀁭􀁏􀁦􀀧􀀾􀁴􀀠 􀁓􀀮􀁦􀁙􀁩􀁣􀁾􀀠􀁈􀁉􀁾􀀠 6ecflVN ,t iii 􀀢􀁏􀁍􀂷􀁕􀁾􀁉􀁁􀁉􀁾􀁃􀀮􀀠t"'o 􀁲􀀺􀁩􀁾􀀠eon :\nt lO!till ,.UtilJ')otn fJU9 U'\ Arthpt 􀁲􀁬􀁬􀀺􀁾􀁲􀀤􀁬􀁲􀀺􀀺􀁦􀀧􀁉􀀠 w::ttcr conoelt)/') Cf 􀀯􀀡􀀺􀁊􀁴􀁴􀁥􀁬􀁔􀁬􀁏􀁬􀀨􀁬􀀺􀁬􀁾􀀢􀀢􀁩􀁃􀀠o! S(lill;om.l'l!rlr.)u "'nU lis !.kos!UIl 􀀢􀀧􀁉􀀧􀀻􀁢􀁾􀀬􀀠 ::iurgc ilIIOMlnc:c 􀁾 s 2 tL/.:;cc. ;tQPQOI;t ulrkrw. fUni-Tlle :oint:lll with 􀀧􀁾􀁣􀁲􀁹􀀠tnltlllliod clOg. elUA AnrIA'1I. 􀁒􀁩􀀮􀁾􀀬􀀬􀀻􀂷􀁔􀁩􀁴􀁁􀀠,(u,\: \:arl Oli lIiUflH;lIGd CjU.c:tdy. s,::atQr::Iln.t cOOo 􀁾􀁲􀁯􀁑􀁹􀁴􀀺􀀺􀀮􀀠Ihe iMJ,.·ble> 􀁥􀁴􀁾􀁬􀁏􀁭􀁥􀁲􀁬􀁬􀀻􀀧􀀠r:f"II;I 􀁰􀁲􀁥􀁶􀁬􀁑􀁑􀁾􀀠a 􀁱􀁾􀁲􀀮􀁾􀀠".11 (1'I111t orOUltCtR tna Hne trom sno:x. \';bratlon. CMtI'l moveMDnl ane e:mOfJI'i(l9t01i 􀁴􀁾 􀁑􀁸􀁰􀁩􀁩􀁜􀁴􀁜􀁾􀁉􀁏􀀯􀀧􀀬􀀠 '1l'ld c:onlractio,. 01 oipC' 􀁉􀁣􀁮􀁱􀁴􀁮􀁾􀀠AJ')d 􀀱􀁨􀀴􀀧􀀮􀀢􀁾􀀠I'tl') lIt1d 􀁾􀁲􀁲􀁦􀁬􀀧􀁬􀁏􀀠QI" ::Ifll'lilt'.lltIM ofcement. If:.: 􀀤􀀮􀁬􀁉􀁔􀁉􀁰􀁬􀁾􀀠􀁴􀀩􀁾􀁨􀁾􀁉􀂢􀁾􀁏􀁬􀁲􀁩􀁊􀁥􀁲􀀠 :l.;dnllh¥;t (".It:llln::;: liQhl ulldr'lf 111'1 raIl<: OOCnltlng conC.lions, AlrlO.ntv jOmlwitn SpigOt PIOFI ends..are 1"1"9 proVlClVi 􀁦􀀬􀀮􀁵􀁴􀀩􀁴􀀧􀁕􀀻􀁾􀀢 t.iO..h,t. tlltxible: from tact ory 􀁷􀁩􀁴􀁨􀀡􀀮􀁬􀁾􀀧􀁊􀁉􀀺􀀮􀀧􀁉􀀤􀀮􀀠 􀁔􀁩􀀧􀁉􀁾􀀠Ofm is;tn Intf':qr .. : ;ttm 01 the 5)1C)e Icn(j:1'l ......th 􀁬􀁨􀁾􀀠.....mlt 'Jill:'''UI'' i 􀁴􀀻􀀦􀁴􀁡􀁬􀁬􀁾􀁴􀀬􀁏􀁬􀁬􀀠 􀀢􀀧􀁴􀁏􀁡􀁵􀁾􀁴􀀠t::O"lI:::!!ZE􀀼􀁬􀀧􀁴􀁓􀁴􀁉􀁕􀁾􀀠1(1 e::c:rr:ronoc w,f!'i "'M P.';::I-C:;:'lan ":'A-7 ttl" gr<1unn 􀁦􀀱􀁴􀁗􀁾􀁏􀀨􀁉􀁹􀀠-'''U' 􀀧􀀻􀀺􀁊􀁉􀁾􀁩􀁊􀀠Ot'\ 􀀧􀁮􀁾􀁮􀀺􀀱􀁉􀁦􀀮􀀱􀁬􀀱􀁊􀁯􀁮􀀠􀁣􀀨􀀡􀀭􀁾􀁴􀀺􀁩􀀠 􀀱􀀮􀀮􀀰􀁮􀁾􀀠loJVI"!;! ;Co"H:!;n::. " ::iI\'ilrlUi:lIC !1:!.'I1:'IIJ l'4l"'qm 􀁾􀁦􀀠Slue 5rutp. V\J;': 􀀮􀂷􀁾􀁍􀀦􀁲􀀧􀁏􀁉􀁃􀁾􀀠,,!. -".0 fl!!lI!It. r!'tal mtutns Y8 I.:;. .. , : ;.:. ::.:;.z. ').-1: , ::.:it J.G' W :ZO '0 􀁾􀀠1:) 􀁾􀀮􀁾􀁾􀀠 1.9 '2 1.11 .AI 1.7' 􀁾􀁏􀀡􀀠 4,$1 M. ;,52 􀁾􀀮􀁑􀀳􀀠 ' 􀀱􀀱􀀧􀁪􀁾􀀺􀁾􀀮􀀠 :.05 '),06 0,02 ?10 "'., 􀁾􀁟􀀳􀀮􀀵􀀠 􀁾􀀮􀀤􀁾􀀠 :114 􀁾􀀱􀀱􀁬􀁮􀀮􀁩􀁑􀁏􀀠lO R 141 G.ilflJ Min. ,66 200 Pipe 􀀮􀁯􀀧􀁾􀁬􀁬􀁴􀁈 • 4.071.0. 2.47 im ;,1.03 n.RA ., ".:'tll !"I.A6I.C. 014 • 􀀢􀁾􀁉􀀱􀁉􀀺􀀺􀀮􀀠 'n !l.421.0. '2 !1.20! 0, ....... 300 .on oW WO ,"U .00 ;.000 \.200 1:.400 1,!W4j MOO '."\J1n :1,000 􀁩􀀬􀁾􀁏􀀠 !'II\1'l 1.76 '! 'iI'tI 31>7 47' !I,se [,14_.:+:J o.sa 0.30 051 o.rr 1.0'1 lA3 􀁉􀀮􀁥􀁾􀀠 :t(!IJ 2.71 3.4$ ".S 4.86 S,$4 0."" :.OS ., . '..."... ' : . .!! :.ai :.49 ::.7':' :.30 Z.1e 􀀴􀀮􀀮􀁾􀀺􀀻􀀠 􀁾􀀤􀀤􀀠 4.aO •. 53 e.45 7.37 i.21 0.0. C.\": 0·14 O.IS 0,Z5 􀀰􀀮􀀳􀁾􀀠 M! 0.17 1,01 􀁴􀀮􀀲􀁾􀀠 .2.60 "26 :$.111 -.so 􀁾􀀬􀀲􀀱􀀠 􀁾􀀮􀁳􀀮􀀠 '$".1to7! J 0" ',08 0.1.2 􀁾􀀮􀁈􀀠 0.22 02. 0.43 (l.Se 0.92 􀁾􀀠 􀁣􀁾....􀀮􀀮􀀬􀀮􀀮􀀮􀁾􀀮􀀻􀀠2; 􀁾􀁍___......_., 􀁾􀀢􀁾􀁾􀁟􀀢􀀢􀀧___''''''__II'''_Ga_....􀁃􀀡􀁉􀀮􀁬􀁮􀀡􀁕􀀾� �􀁉􀁴􀀼􀁍􀁉􀁕􀁉􀁦􀁾􀁴􀁬􀁯􀁴􀁊􀁉􀀺􀁬􀁉􀀧􀁩.. ; .... 􀁪􀀢􀁾􀀠 a 􀁍􀁾􀀠26 2001 10' 33 FR FERGUSON EN! TO 81'75899155 P.06/09 ./"'. Otmf!l'tsioll'a laven!.1 Clan fOO fOR 251· Pip. OUltlc. -&l.z-tt f-in_.' . dia. tifl.l 􀂷􀁾􀀮􀀮􀁡􀁏􀀠 G i.gO Ni!N'nI, ill'U'" di,. lirl,'''· "",313 􀁩􀁪􀁾􀁾􀀠 T{min.1 ttuOk. [11'1.1 ,IS;: <7. 􀁾􀀠 (11m. {1ft., 4.75 􀁾􀁉􀀮􀁾􀁏􀀠 0. 604 B.8 AO:DrCI. WI, ",,·Ift. vIS 3.9 a 9.05 US 3&3 􀀶􀁾􀁓􀀠 , 1,4 •.7 'U • 􀁾􀀮􀀱􀀰􀀠 12 ·no 􀁃􀁊􀁾􀁥􀁅􀀺􀀧􀀠so leR' iw IO.lt5 !2.0e ...4 ••• T,Qo f,IO to.O 15.9 10.1 .....:6.4 /'e S 'to 5!..9u0 ..ue. 11.10 :'.23 V.O' j,'9,e, 􀁾􀀮􀀷􀁑􀀠 i.e.1 ,:83 !03 .617 􀀮􀁬􀀷􀁾􀀠 5.50 U! 1.QQ 􀀢􀀧􀀺􀁾􀀠 􀁾􀀮􀁏􀀠 11.5 14.\ '.0 ;S,;} U '3.9 . 􀁬􀁾􀀠 13.20 􀁃􀀮􀁉􀁯􀁩􀁉􀀡􀁉􀁾􀀠zoo /!)ft 1"1-'". 11,$! 􀁲􀀺􀁬􀀮􀁾􀀠 7M 'G.7 􀀧􀁾􀀮􀀿􀀠 ,-'"' 4•a '0 12 ..au <\.90 Mi 11.10 13,10 dSf 􀀵􀁾􀀮􀀠 Y.iV 9.012 11,20 343 .493 .546 􀀮􀀱􀀹􀁾􀀠 􀁾􀀰􀀱􀀳􀀠 A.it :;':;0 6.:1S 7.00 130 .,. ,,9,.--!4 '4.:3 1!'5,9 3.2 S.7 It" 1 T.t!: 25.1 􀀭􀁉􀀢􀀮􀀭􀁾 ;:---,.;-,. _._if 􀁾􀀰􀀱􀀰􀀠 ••.,.,.. _ _,_. 􀁾􀁊􀀭 ..r. __ ,_ ....􀁾􀁾􀀠 .----------:...,." n"'--r_ ___:..:.'•.:0.:,., S' or ,05' .::. 􀀲􀁾􀀠, I"TO. e--"::"'::':"":::"":::'::" -. I'm 2G 2001 10:30 FR FERGlSOH ENT TO 8175899155 P.02/39 5.6 IMueIIet teLl 1·1/2" &2" 􀁍􀁕􀁅􀁌􀁌􀁅􀁾 ORI-CORPW CORPORATION VALVES 􀁍􀀢􀁾􀀧􀀢􀀠 MUl:!w..J;K" OR! CORJ>.O MUBILBIt" ORl-CORP& Corpomrion \\\Ive COtponl100 vatve IIIk', AWWA tap o..Oet. MUELLER" Uti"' ConductiYt Com_ion H-15013 Ccnn::etionfo: CTSOD.1Ublni" H-15D23 lilli-I'" -I I"·"n-􀁬􀀺􀁺􀁾􀀧􀀢 MI.!ELLEn ORI-CUKl' MUBLLERORI-CORP t:orpollIlion valve Corporatkm V41yo 1111ct: AWW,i\ mper(MtJliu.ER Inlet: AWWA ll'.!bread "CC") tln'ead O.tlet: MlJELLERPlwk Joint • Qullet: MUELLeR I'&:klow CO!1lleotlon fur CTS O.D. S P-15013 c.m..:.:tluu r", ersOD. rubinz" P·15023 mblng+ IHI2' " Ir :J 􀀱􀀱􀁒􀁉􀁉􀀱􀁾􀀠 12'"" Ml.f1U.T.RR OlU-CORP MUELLER ORI-CORP C,C'tfTAmUion Valve Cotpor.uion V1I1''e ln1<1: AWWA !! I!iECTJON.P'Aae DATE ••• Tongue and Groove Pipe 1.1 􀁂􀀭􀁬􀁾􀁏􀀠 -O-Hanson r' .' " -... .􀁾.􀀠 I 􀁾􀀬􀀠 ----MAR 26 2001 10:32 FR FERGL60N ENT TO 81"5899155 P.04/\09 For usa in municipal water systems. IlrGlines and other ;ritical services. Strenath Clatt; tw. 1be.; .;nc: :;;00 WIUO 􀁾􀁲􀁵􀁬􀀰􀀠.....􀁾� �􀁯􀁴􀀠 Olce5 rtaye 101'';:'''1=1 In flj/\.JtU.:i.IOiItic Strl?llQtn IIl:;tt ma91 tl'\O CotrJIM¢l!"I1V 􀁬􀁉􀁉􀁾􀁥􀁯􀁴􀁥􀁑􀀠high 􀁾􀁴􀁾􀁴􀁹􀀠rcoultemen13 01 ITIUDIClD1U 􀁷􀀮􀁾􀀢􀁲􀀤􀁹􀁃􀀺􀁑􀁉􀀢􀁉􀀱􀀧� �􀀠Slue Sn.rlill 􀁣􀁯􀁬􀀢􀁪􀁴􀁯􀁲􀁭􀁾􀀠􀁾􀀨􀁊􀀠􀁾􀁴 Ifvn O.O.'b end 10 :.t'J,JlilH}I'; I". 􀀬􀁾􀀮􀀠0)-, 􀁾􀀬􀀮􀀮􀀮􀀠 , j,)" JI'IO 12" i:11o: 􀁭􀀧􀁃􀀺􀁾􀀠lOa. '50.;1'10::1200. MI:!:¥U" Ji..WWA egan Ul'\(Jerwnti;-rn 􀁌􀁾􀁏􀀼􀀺􀁩􀁴􀁾􀁴􀁏􀁉􀀧􀁉􀁣􀀭􀁴􀀠:;rto NSF Lhu4U. ",.";;(01';1 MUW....l Auprnvi?{'! JoM M"nui .. cwnna" RIIlR Anll'" l.:UICC 150 ant! ::mo PVC 􀁾􀁴􀁃􀁦􀀠􀁄􀁉􀁏􀁾􀀠 !'.ire listed for eflllt'.!d 1Il'o.-r HI ihMlltl..􀁾􀀠 :inc '!'Flfar m:!l::nt 3flO :lre I'-(M ::tpprcvC'd, OIU1!: Orote 􀁃􀁬􀁡􀁾􀁾􀀠100 ;) ,tlT<:nCtH.I Iv: 􀀧􀁎􀀮􀀤􀀧􀁾􀁲􀀠ft'I,'lII'l'i u;nfw.!ght i 20 toot lenQth or 􀁃􀁬􀀮􀁾􀀠1􀁾􀁏􀀮􀀠S" Slue 􀁾􀁾􀁊􀁴􀁥 waUH OJOE! welQns aotHOl;lm.alEIY 191 UQl,Im1:,. 􀁔􀁨􀁾􀁬􀀠m;H.C; It co.:,,, IQ 􀁬􀁯􀁾􀁤􀀮􀀠 ':'tI"JV to trc;n';PQrt Inet easy to I'Illnt:llll. Ir,:;t4;ulir$ Clreiet 't 􀁢􀁾􀁬􀁬􀁬􀁊􀁾􀀠jt (leeS into the gff'llJllfl 􀀱􀁬􀁾􀁉􀁉􀁃􀀢􀁬􀁹􀀠-I/'IIJS i;.\ltllrJlHC 􀁪􀁦􀁬􀁬􀁙􀁉􀁾􀀠􀁬􀁾􀁮􀁑􀁴􀁨􀀠of Blut! OfUH'!: VV:'; .'latar Cllitt'! '8 2Q iet'!t. rhal 􀁭􀀦􀁾􀁭􀀻􀀠 YIXi can COVflr 1I 10; of orcuno during In!!t;ltI;;'OOf\, At !nO 1:l1I1\O 􀁜􀁩􀁭􀁾􀀠you elil'Till"al:: t:te 􀁣􀁾􀁴􀀠of 􀁵􀁮􀁮􀁴􀀺􀁣􀀻􀁥􀀺􀁬􀁾􀁡􀁲􀁶􀀠101m$. .-.. C(lll'OrSlo1'\ 􀁲􀁮􀁳􀁬􀀧􀀹􀁴􀁡􀁮􀁥􀁾􀀠 elue erut" lIS vnaifecrea by 􀁾􀁴􀁴􀁃􀁴􀁲􀁯􀁍􀀺􀁬􀁣􀀠or t,JlSfvl$mo: C'orrO'ltOn, or "1'1,, oCl'IO\iI'II SClII 01 wttt:reonditiel'l. V'1oI don I !':ayo 10 .....01lY il.i.J.LJlJt (UCWU::ullIttnn (If l!'lli) n-'J:..o 1(1' C:OlOoy 1If1.11'l9. wt.10j:)lnQ,l:oQ.unc:l Ql" c:01l'1odie txOIIllGtton. O1l4l1it'1 cOntrQI Wltf'lOul 􀁏􀁾􀂢􀁏􀁐􀁴􀁉􀁏􀁬􀀧􀁬􀀮􀀠iiCl" :tngth at !:lIce 1& hydr09t1itlee:!ty 1!!liUtO ,U\(J eubiect to rnSOfC'(IOn by (jut OU:illiy l;::nl(OI 􀁪􀁮􀁡􀁴􀀾􀁴􀁥􀁥􀁴􀁏􀁬􀀧􀁾􀀠ftm;,uQ'nOl..lt e'/eN IEea ar Ihu 􀁭􀁾􀁮􀁬􀀩􀀡􀁡􀁃􀁬􀁜􀁊􀁲􀀧􀁲􀁴􀀧􀁜􀀹􀀠IZ:rOC:Q$$. jll'lryw <':'fla.env \hj:. PIJC "1It6r Olce nea 􀁾􀀠"mtlQth UIIWi IUr itUU J;t;oi/t: smCt)tn :::ovltr 1<1"9 yllarl otSer¥ICS YOld'l no 􀀧􀁏􀁾􀁇􀀠In c.;:!lTYIOQ CaoacltY. liS r .. 'Jl'elnr!:'!'nf 􀁾􀁦􀀠I't;lW r> C:; ! 􀁾􀀠 (HIm .... ltle 􀁑􀁥􀁾􀀠􀁾􀁶􀁡􀁉􀁦􀁁􀁏􀁉􀁃􀀠'" comm01'\ uml inw61cr 􀁾􀁹􀁬􀀩􀁴􀁴􀀺􀁭􀁬􀁬􀀬􀀠T:lill <.:l:IU4Citv aft!!'!" .;;110:.\..... ';;'\('I'I\;' II'\. 􀁏􀁷􀁴􀁬􀀢􀀧􀁬􀁃􀁤􀀧􀁾􀀹􀀠􀁃􀀡􀀩􀁴􀁾􀀱􀀠􀁉􀁩􀁾􀁷� �􀁬􀁬􀀠 􀁾􀁾􀁡􀁶􀁦􀀱􀁬􀀹􀀣􀀠Of\ tt'l6 fuze oi QIO= reoUI:et1. Ff&111 euttlt'l1f,J You 􀁾􀁮 ctJ! SIU4t in.ltQ' Wltl'l Q POYiQtEi:lW or o.n or(jino,t)' he,f"H.:aaw. n I:llmlnali.!l 1M 􀁦􀀱􀁾 to 1l"lMft In COIt1y CilolrtlfH; 􀁾􀁌􀁵􀁰􀁭􀁥􀁮􀁴􀀮􀀠 S4If"'iet! HIt! at¢.1lUM It it 􀀢􀀬􀁾􀁮􀁴􀁲􀁬􀁥􀀧􀁁􀁩􀁬􀁩􀁣􀁯􀀠lbe j)i" d'oea nnr lru::j:! AHot\!.ltn 11119 tn al1hpT pt'lfAh!F weter 􀁥􀁾􀁦􀁬􀁏􀁴􀁬􀁪􀀰􀀱􀀧􀁜􀀠􀀠or (:xl(:1'1'I:I1 g::MJ.!\ic cr SUiI r;utrtr.S/!.I'U Aftd lb 􀁾􀁜􀁊􀀱􀁬􀀠􀁵􀀬􀀮􀀧􀀻􀁨􀁾􀀠􀁾􀀠 􀁾􀁕􀁬􀀱􀁃 il!lOwcncc tor a 2 􀁴􀁌􀁾􀁣􀁣􀀮􀀠;aoor,lQ,;( utr.nw. fUnQ-TUe jointa with fHtOty II1tlUU6d tin9" Blu." Ar,dA,'''' Aillg·TIlI\ ItJlI''\: r:an oe 􀀬􀀱􀁅􀁬􀀺􀁡􀁭􀁾􀁑􀁤􀀠􀁱􀁕􀁉􀀼􀀺􀁫􀁬􀁹􀁾􀀠!iO:t.tlUi In 2. 􀁾􀁏􀁏􀁄􀀠 􀁑􀁮􀀺􀁉􀀺􀀺􀀺􀁬􀁬􀁬􀁾􀀠the Ilt:i.lble eloit.S1CllYlerll; r:nQ .l)f'O\I10G' 11 tUaJ'\t au! '";U GtQIQC1!i !na line from shocK. vlbtaUap. em1h n"lovr:mam ana ¢;OmQQf'l68'4!;a tor 􀁾􀁸􀁧􀀻􀁬􀀧􀁵􀁩􀁬􀁑􀁉􀀧􀁉􀀠 '1t1d contraction ot pipe 􀁬􀁥􀁾􀁴􀁬􀁜􀀦􀀮􀀠AI"IQ 􀁦􀁬􀀧􀁬􀀹􀀧􀁾􀀺􀁾􀀠1'41) 􀁬􀁉􀁾􀁤􀀠f'I'I.II:II'I:O or P'f\etlll"'''::\lIM of 􀁾􀁥􀁭􀁏􀁮􀂣􀀮􀀠Jt'I!..o !.IITtClfc 􀁃􀁉􀁾􀁴􀁈􀀨􀁉􀀡􀀻􀁃􀀡􀁍􀁲􀀠 JOlnllhal ft;'ll111dl1s tll;jh' H!lIJr:!! n(jlfH;..: oocrstlng condltlOM. RIf1Q:·nto j\)lntwi1n 􀁾􀁬􀁃􀁬􀁉􀁮􀁁􀀠 enda are nng: provlt;Utll 􀁾􀀨􀁬􀁰􀁬􀁩􀁾􀁬􀁬􀀠 tiQhL fhtxJble HomhlC'l\,)1'"J ,Oal with bte'vt:!l$. T'tI" nFH' I!\. I'Inlr,lp.gr", jllll1 (If Ihe I:)1j)¢; IMQln -.nth \hOjO N,HII., 'j\IIfIiUll! 􀁉􀁮􀀮􀁬􀁬􀁩􀁴􀁡􀁬􀁬􀁾􀁴􀁩􀁯􀁮􀀠 􀁾􀁲􀁃􀀺􀁊􀁵􀁥􀁴􀀠';1'I0lJ10 De Vl:nalled !11 :a1:OC>:!rI:lanc:::e W,I'" .M.A: F'1.:bllc:3tlOI"l TR-1(HB. 􀁾􀀡􀁊􀁬􀁵􀁥􀀠 I!'n;rq· I9Vr. 􀁲􀀺􀀮􀁡􀁾􀀠 ""let.:: !'!{'''' 􀀱􀁩􀀧􀁬􀀱􀁉􀀡􀀧􀁾􀀮􀀧􀀻􀀧􀁉􀁉􀀡􀀧􀁾􀀻􀁵􀀮􀀢􀀧􀀧􀀧􀀧􀀠 􀁮􀀢􀀢􀁾􀁴􀁦􀀧􀁬􀀮� �􀀠 TO 81'75899155 􀁐􀀮􀀰􀀵􀁾􀀠 Floweharactarlsttcli and d;men,,;ons FII»>' 􀁑􀀢􀁾􀀱􀀱􀀠 􀂢􀁬􀁡􀁮􀀱􀁴􀁪􀀶􀁦􀁏􀁒􀁾􀀢􀀱􀀠 '.h!ItCicuy Head IoU it/'ec. 􀀺􀀻􀀻􀁴􀁾􀀱􀀨􀀱􀀰􀀰􀀧􀀠 1J,,1a..r Pipe 􀁾􀁌􀁚􀁃􀀠Un.1 mm. • 4.!t 1.0. 100 £12 6.lt ,no ... 0.67 'l$IOQ\V 􀁪􀀬􀁴􀀮􀁬􀁁􀁾􀁃􀀮􀀠 􀁾􀀠 , f'lM "'D8C1lou p,,/100> 0."01.0. (Un VelOCIty "'."" J -.,0 lOSS ::'!I{1.C"O· 1 . .2ts r::. 'JeIOCI1; :tlt:ico. '0. H>::!ao1oJSs 1:)1:1/100' 10.1S 1.0.. 􀁊􀁾􀁴􀁙􀀠 v.... '2 """'''OICI!5$ OIII1U(" '2.081:). r· ZOO 0100 ;00 􀁾􀁯􀁯􀀠 700 AOO '.0"0"0. 􀀱􀀮􀁾􀁕􀀠 2.000 MM 3,000 3.500 a,35 S4. 1.21 2-0.7 3,0.7 .10 $..12 !\.15 '7.17 A.20 !.l,2:i 0.21 Ole '.53 􀁾􀀮􀀷􀀡􀀠 0.99 127 l.U !.3S i'-:nl '.!T '.\7 47ft ij.:i40 5.98 􀀢􀀧􀁾􀁬􀀠 ':' 􀀬􀀬􀁾􀀠 -:.Z: ;.3:7 􀁾􀁟􀀧􀀴􀀠 'J.":l 􀀺􀀭􀀮􀁓􀁾􀀠 • :':!i :1.38 "'.11 3.17 3.56 J.SG 􀁾􀀮􀀹􀀧􀀢􀀠 7.93 890 0.07 t1 ,. 0.'3 0.\6 0.19 0,41') 0,.9n9. 2..24 '.52 2.00 4tQ G,CO ""0 􀁾􀀢􀀴􀁜􀁬􀀠 9.90 0..05 0.07 J.OS :1.11 Ooll9 0.45 0.62 0.00 n.1\ .G..e.i.l lil "'" Piue: !OtLetinJ: • JI,23I,t.;). 2.2. ,,,a • 􀁾􀁧􀁧􀁉􀀮􀁄. B :-􀁾􀀸􀀠I.:,:. '0 \.1.1\)1.0. "2 􀁾􀁑􀀨􀁉􀀠 4,.$7 0.•9 􀁾􀀮􀁾􀁏􀀠 !).,! :lOr) '00 :!on ':lOO 􀀺􀁾􀁏􀀠 .00 aoo 1.000 I.!IOO >non 2.SOQ :\Mfl IHI:> 􀁾􀀮􀀱􀀳􀀠 "" 􀁾􀀴􀀸􀀠 :\.."(0 􀁾􀀠41 :": !$, ':I.t! 1 :.7'1 a,81 \1,91 􀁴􀀩􀀧􀁾􀀠 ?-42 ""4 :.liO 1,18 1.52 1.39 :ts? HI 3.ee 4."" S.t:i J.n tAl 9.G2 :;,:.!. :.:z. '.,11 -••0".1. ,J,el 􀁾􀀠30 ' , =" .;.=ti 1.Sf.I 3.41 ,l,Q4 .1.26 :j.39 􀀮􀁡􀀮􀁾􀀲􀀠 1"0 "'.loll:; 0.12 0.1. 0..9 0." 0.41) OM ,.11 lA' 􀁾􀀺􀀱􀀱􀀠 􀁾􀁡􀁬􀀠 -4,$1 JI,,02 7.52 t.os ;,05 M6 􀁾􀀮􀁯􀁥􀀠 ')10 ;)'2t ?-35 '.n '.74 􀂢􀁉􀁌􀁕􀁾􀀠a:OO lOR '41 t,Ult.t Mfr" Hili PiH:;.u lin., 4 4.01' 1.0. 2.1:' Mil 􀁾􀀠 !UaLO. A ... 􀁾􀁡􀀠I::. 'n 9.421.0. '2 􀁾􀁕􀁾􀁏􀀡􀀠c. 200 􀀢􀀮􀁧􀁾􀀠 􀁮􀀦􀁾􀀠 .2.3R Qt. 300 4llO ••• &()O 7.40 􀁾􀁍􀀠 '.76 􀁾􀀹􀀹􀀠 3.57 47" •.so 7.14 Q.3O OS! o.n 1.07 2.OG 2.1'1 3.<11 ':"1& :...0.8 • ft, ...4, :.l! :.30 l.78 0.015 􀁾􀀮􀀱􀀠􀁾􀀠 .,,-..... .00 aoo lJXm 1.:::00 • .l:i o.s::: 1.43 "53 .s.as $.$4 U3 :::.!;;;I : • .LQ 􀁾.. ':',:':' o.oe '.eo 5.53 Q.'£ 0.18 O.2!J a.il!)' l.28 2.60 :'1.26 ;UI1 JOt) :'>.oa 0'.12: '0.17 1,400 e.45 0.52 ·.1Ie 0.22 􀁴􀀮􀁾􀁑􀀠 7.37 0.17 􀁾􀀮􀀲􀀱􀀠 􀁮􀁾􀀠 ;.000 '.lVIn 􀁾􀀮􀀺􀀡􀀱􀀠 '.01 SSt IUd. iJ.43 􀁾􀀮􀁡􀁡􀀬􀀠 􀁾􀀠 '1-1100 c........... trI,""'>tC * 􀀱􀁾__􀁜􀀧􀁉􀁤􀁾􀀢􀀢􀀮􀀬􀀠 '-..􀁾􀁾 ....... 􀁾__IIGUIG" 􀁾􀀦􀀭􀀮•• '"'lOll allllWnlt.•"'at tilll.d.l>Of,lII>WfIII....IlIfWA""-=-I.. ; ....... I ,,_I, s.n 0.92 􀁾􀀠 TO 8175899155 P.B6/139 (llmen.ions lavera,SI 􀁣􀁲􀀡􀀡􀀱􀁾􀀠tOO 10;11251' I'lp' QuttlG. 􀁾􀁮􀁮􀀮􀀩􀀠 dia.lifI.i -4---' 􀂷􀁾􀁾􀀮􀁂􀁏 • 6.;0 • 9.05 lU "uo 12 !J.20 􀀯􀀧􀀡􀁾 ,'''';;:'. 6 5.90 9 i.t,1' 10 11.10 􀁎􀁾􀀮􀀠j""HIA 4i... /I".'·· 4.l39 Ii.:JU •.lIe 10.lIS 'Me ':.:l;J u.os j,g" e.n T {minw) 􀁴􀁦􀁕􀁾􀁫􀀮􀀠11".1 ,I9Z 􀁾􀀷􀀮􀀠 3153 ..44 ••• aT 􀀮􀁾􀀸􀀳􀀠 􀁾􀀰􀀳􀀠 .917 I! Qlm. Uft.1 4.7$ It:!SO e.26 1./10 /·10 􀀮􀀬􀁤􀁾􀀠 !i.S0 􀁕􀁾􀀠 7.00 C[4 8.8 11A l:::1.D '5.i 􀁾􀁾􀀠 􀀧􀁾􀀮􀁧 ".e '.4,1 Acunc-.Wt, Ig••Iff. •1.S,i •.1 10-1 14.4 1.0 􀀶􀀮􀁾􀀠 9.2 13.9 1i! 1;l.20 1\..$$ 􀁾􀀬􀀠 1.M 'G.? 􀀧􀁾􀀮􀀷􀀠 􀀬􀁾􀀠 (:1..5" iOO rOft 14,-n. • <4-.S0 • 􀁾􀀮􀁧􀀻􀁏􀀠 0 0.0' In 11.10 12 '3.20 4,07 5g" 7.i" 9.42 􀁴􀀱􀀮􀁾􀁏􀀠 .313 ...•.•.0. 􀀮􀀱􀁡􀁾 ..􀁾􀀠 "'.n 􀁾􀁏􀀠 U. 1.00 140 .... 􀀹􀀮􀁾􀀠 12.1 14.3 􀁉􀁬􀀧􀁴􀁾􀀠 3.2 "S..7 􀁬􀁲􀀬􀁾􀀠 ZS.1 --,-.-;r--, ,_-.....--; "'" ""'_,_ • '0, . TO 8175899155 P.02/e9 5.6 IMuelIer Co.I 1·1/2" &2" 􀁍􀁕􀁅􀁌􀁌􀁅􀁾 ORI·CORP" CORPORATION VALVES 􀁍􀁕􀁬􀀡􀁌􀁌􀁴􀀺􀁋􀁾􀀠OR! CORl"" COrpomtion Vol". Inkt' AWWA tliJ"'l'(MUBLI..!!!<. 􀀢􀁃􀁃􀀢􀀩􀁾􀀬􀀭􀁡􀀠 O.. Ue!.. 􀁍􀁕􀁬􀀡􀁌􀁌􀁉􀁬􀁒􀁾􀀠110" Conductiyt tMnP1'Q3$iQn H·15013 COI'JllCC1iQnfor crsOD.IIil!!\Il" "'1,"'''':0''------1:1,:-... J 􀀱􀁲􀀺􀀧􀀱􀂷􀀭􀀺􀀺􀀬􀀬􀀬􀀮􀁾􀀮􀀮􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀻􀀮􀀮􀀬􀀭� �􀀹􀁩􀀺.􀀧.􀀡􀀭􀀺􀀺􀀺􀂷􀂷􀁾􀀭􀀭􀀭􀀭􀀭􀀮􀀬􀀠 Ml.lI'.T.T.F.R OR[·(XllU' MOELLER.ORI-CORP (M:pomtion Ita[ye Cmpo",uon VAh. 1111<1, AWWA Illper(MU1iLLER Inlol: AWWA J.P. thread "CC") tbreod Outlet: MUELLERl'Iulk loint , Quill!!: MfJEI..Ll!!<. f'dCkJuinl Conneotlon lOr crs O.D. P-15013 C"""""tiou to( eta0.0. rubillJl" P·15023 lUblng+ '« I,· MUELLER QRl.CORl' MlJEILBR ORI·CORP CwpOI;llIOl' ""'1"" CO!jlOt:!.uon Valve Inlet: AWWA I.P. tbread (MUJ.I...LER 􀁷􀁥􀁥􀀢􀁾􀀩􀀠􀁾􀀠 Tnl.!: AWWA tlpCl Oudet: P.Ll'. Ih""..d Oullet: F.lR tbreod H·1110111 Ml!'F.f .I.F.R ORT-CORl' MUELLER ORI-(x)RP r"'fJ1""Ilion Valve Cotp<>mlon'Vll.1ve lnl.l: AWWA ttpcr 1Ill0l: AWWA LI'. tlm>ad (MUELLER "CC") t/>.read O"tle!: Ml.P. ,bread Ollllet: MI,P. llmoad H·9968 il.lJ::!1' 􀀱􀁬􀀭􀀱􀀯􀀱􀁾􀀠 me!,! !' .l'lI'lftdwi&!II'I 􀁾5.!H.13 b 􀁾􀀮􀁡􀁊􀁾􀀢􀁲􀀺􀁴􀁨􀀴􀁩􀀠􀁉􀁾 b¢ 􀁾􀁃􀀱􀁉 thtM 􀁃􀁑􀁮􀁦􀁉􀁾􀁭􀀮􀀠 '.F« 􀁬􀁍􀁜􀁬􀁃􀁬􀁉􀁬􀁜􀁓􀁏􀁉􀁬􀀮􀁗􀁾􀀧 􀁾􀁨􀁡􀁊􀁕􀀧􀀺􀁬􀁬􀀡􀁮􀀱􀀡􀀺 n'iFMd. t:R6qUlllClt !e'ntfImI «AmgQIl2rwt¥. '1HUtt bl:UEu,.m OJ;/l.',\l'JlAt 􀁾􀀮􀁎􀀺􀁣􀁉􀀠rM,'J'/t'lr mlntr. m r.n1N 􀁲􀁵􀁊􀀧􀁴􀀺􀁡􀀺􀁭􀁾 1L"lI1 􀁍􀁴􀀮􀁾􀂷􀀢􀁩􀀡􀁴􀁲􀀢􀀠 HOrE: SeGl'io'N11 􀁾􀁗􀁦􀁬􀁬􀀠􀁾􀁉􀀡􀀡􀁍􀀢􀀢􀀡 I'IOttitl!l.f N Inlltf1t14 OIAI tont«ll:nl. MUEi..LER" COlPOlirtion 􀁓􀁴􀁑􀁾 andViW.el.tn 􀁾􀁍􀁬􀁬􀀧􀁬􀁴􀁬􀁕􀁥􀁴􀁡􀁤 tllCW'fiaroc wtU1 A,.l{wAwt/A C8OIl. 􀀮􀀢􀀮􀁾􀀬􀀠 ,;....; 􀁾... u";-..:..u '" , ......1',....................... No.:n HI.D Conen.t..Covn 0.0,'8 and io 􀀲􀀧􀁊􀀮􀀺􀀻􀁕􀁉􀀲􀀰􀀱􀁾􀀠In A-, I!> ". S'" , 0" :It'lC! 12" 􀁴􀁴􀁬􀀰􀁾􀀠 11'1 􀁃􀀺􀁾􀀠100. "150, ',"10 200.. Mltlftli AWWA 􀁾􀀡􀀻􀁯􀁯􀁮􀀠 UrlCllJrwrlten; 􀁌􀀺􀀳􀁑􀀮􀁥􀀧􀁾􀁴􀁯􀁲􀀧􀁬􀀩􀀡􀀺􀀠:1:1"10 NSF U5[ea ........::tOI'y MUH10il1 􀁁􀁴􀁉􀀢􀁦􀁴􀁬􀁬􀁬􀁾􀀠 J'M M",nui.tI;.lcrml'll'io FlItIP iSflllP (,,'!UC 􀁬􀁾􀁏􀀠al'lt120a PVC w:lt(lrOtP¢:: !'Ire li:Ui!'d ft.;t c'!LlIt'::!1! 􀁵􀁾􀁴􀁜􀀧􀀠(II 􀁬􀀻􀁦􀁐􀀮􀁬􀁪􀁴􀁬􀀢􀀧􀁾􀀠 :ana '."I11tl' 􀁾􀁉􀁮􀀤 :tnt! Are 􀀩􀁯􀁻􀁾􀀠.:ltlprc'<'cC, tjlue QNte Ctau 100 I;' dy,cnCelJ f\ll 'k;lIItf'mJ1.t'\!;. UOMW.!Qnt 4 20 tOot :tnqlh 01 Cla.n 1 !30. e-Blue 􀁾􀀱􀁴􀀨􀁬 􀀧􀀢􀁬􀁡􀁕􀁾􀁦􀀠PlDe wqigns aoDfO);lfll;lery '91 CQund.,. ilUl( mCKn ltcU'Y tQ 1;40. '111'J,,' to' van!lpOfl and euy to "anal,. IniWJI""i 􀁬􀁊􀁾􀁥􀁲􀀮􀀬􀀠becaUH it qooa into the: ETf'\unn fll!lr,:ltJy -It\IJI ;;;l11"I1j 0,'" 􀁬􀀧􀁉􀁾􀁴􀁴􀀱􀁉􀁉􀁮􀀮􀁴􀁉􀁬􀀺􀁦􀁬􀀧􀁬 􀀠co::;t3, 􀁌􀀮􀁯􀁮􀁾􀀠I;)VU'lt; Icnqtn'l .\ 1),'.tllC1:fI..:! 11i'/I:"IfJ ft!r,Qth of Blue 􀁅􀀮􀁲􀁵􀁈􀁾􀀠 1-'\1;"; .·I:!.t9t tuOI'l: 􀀮􀁾􀀠20 telSt. r htn 􀁭􀁴􀀻􀁴􀀢􀁉􀀢􀀩􀁾􀀠 you tl:1 co.... , a lOt or <;Ire-una duriOQ InST.1lI::l110r!, Il.: tl'\O 􀁴􀀺􀀮􀀺􀀻􀀱􀀧􀀡􀁜􀁾􀀠111"", y¢v elinur.l1I: the co:st 01 unne::::eu.rv iol'liZ--'''_"_••' • CouO'Slot'l resmotaneo Blue aM" 􀁉􀁾􀀠Ilt'tcffectcc ::>y eH!''Clrotytic or IJw..:a...<; 􀁃􀁃􀀻􀁦􀁴􀁏􀁾􀁴􀁴􀀺􀁭􀀮􀀠or tJl\y otl"le'WfI Cod 0' 􀁷􀁾􀁴􀁥􀀨􀁥􀁾􀁴􀁩􀁣􀁮􀀮􀀠V;" QOl"! t "'&.'1.'$ 10 worry 􀁾􀁴 lubwfCU,#lUV\ or tt'tfll ""'ItO fQI COIUl'r' IIt\U'I9. wmCl)lnQ. CO:UIf'\J:: or e:c.tl'\odiC cro!l!ctlcn. QVtlity .Ontrol WlttlOu;1 􀁑􀁾􀁃􀀧􀁈􀀱􀀱􀀱􀀰􀀱􀁜􀀮􀀠QQ.¢!", 10"91n ot olpe 1"0 I'wrlroabilticeHy 􀀡􀁾􀁬􀁕􀁴􀁤􀀠&t'"1/100' 􀁾􀁴􀀮􀀯􀀺􀁩􀁥􀁣􀀻􀀮􀀠 􀀻􀀳􀁦􀀯􀁾􀁑􀁏􀂷􀀠 :t./Slto. 􀁯􀁾􀀢􀀧􀁏􀁑􀀧􀀠 􀁾􀀡􀁇􀁥􀁯􀀮􀀠 oellHliY tillls... Pip. 􀁉􀀽􀀺􀁾􀁴􀀠1In.1 It'IlM. • 4.:39LC. ": 0.::101.0• J 3,.20):. '0 10.161.0, 􀀮􀁾􀀠 '::t.oa i;,), "illlS 100 2.12 o,lIi ,nn ",. 􀁏􀀬􀁾􀀷􀀧􀀠 .'If")J'i n,1(') 300 􀁾􀀳􀀵􀀠 1.21 3,07 0.2' 311'l" 2.01 .. 10 n:'!J! 2.36 -: ''9 􀀻􀁾􀁏􀀠 !U2 j.!:J 􀁾􀀧􀁊􀁡􀀠 􀁾􀁏􀁏􀀠 􀁾􀁬􀀮􀀱􀀵􀀠 􀁾􀀮􀀷􀀠5 '.31 :',1: L36 :).07 700 i.17 O.G9 ',I? ;.27 ••T7 0.10 .00 UO 1.n 4 ,. 􀀬􀀧􀁩􀀮􀁾􀀴􀀠 3.17 1.13 2..2. 0.05 """ .. \l.01 1,000 5.96 􀁁􀁓􀁾􀀠 J,SO 0.'5 2-DO 􀁾􀀬􀁯􀁥􀀠 1.::00U ...􀁾􀀠 • ,:.;y 􀁏􀀬􀁾􀁑􀀠 4?O ,'.11 -. "'ii ".i'" 􀁾􀀡􀀮􀁴􀁬􀁏􀁏􀀠 M3 Me 0.60 OJl9 UM iH10 , o. 1./)1l 0,4$ 3,000 li.41,) 0,62 :!,!'!O'O uo 0.03 '$I' O,dllJ PiP'!!! SI!I:!' liN mill, 􀁾􀀠 􀀧􀀱􀀮􀁾􀀳􀀠U;t, $ 􀀶􀀮􀀰􀁾􀀠1,0. S ":';8 I.;':. '0 'J.IQ 1.1;:. •'2 • 1 􀁐􀁩􀁾􀀠: D. H,,, ;;.,. 0.1. 􀁾􀁏􀁏􀀠 A,57 :169 :;:,:;:0 0. \ 􀁾􀀠 10n RAli !4" '\.:'10 "'!"i !OO 􀁪􀀬􀁴􀁾􀀠 :?4$ ! .41 :1.42 􀁾􀀮􀀵􀀻􀁲􀀠 · 􀁾􀁏􀀨􀁪􀀠 􀁾􀀠:1:1 'H\4 '1.21 ' 1.1 "JC,r\ '<)U 􀀿􀀬􀁾􀀱􀀠 􀀻􀁊􀀮􀀧􀁾􀀠 J.BO :;,p. 􀀮􀀻􀀬􀁾􀁕􀀠 J,Q!; 700 :-:71 1.18 *.49 :.::!Z 2-98 Q,I! 2, " :;;,05 ij;OO i.11 \.52 S.'" :".41 z.-'n 􀁏􀀬􀁬􀁾􀀠 ,,4, '),06 900 'd.91 1.1),& 5.77 ...." , 0Jl4 0.,9 1.71 ,],oe 1.001.'.1 $,Ill 􀁊􀀬􀁾􀀱􀀠 .l..2E:i 0.23 :\,QI ,1<, U500 8.02 • :ZO .:1.39 0.41.1 ".51 ;t,.n 7nno 􀂷􀀧􀀮􀁾􀀲􀀠 nil? "'.02 􀀲􀀬􀁾􀀵􀀠 2.5OC '.52 􀁾􀀮􀁩􀀺􀁊􀀠 􀁾􀀮􀁍􀁮􀀠 l.ot! :).74. e:1"tlJiOQ1DR14! WI•• , PiDt.b'1:&tlnl Mir, 4 4,011 :J. .J !'tlllltO. • ... SA I :J, 'n !U21.0. '2 􀁾􀁕􀀡􀁃􀀡􀀠c:, 166 147 􀁏􀀬􀀲􀁾􀀠 '00 ...􀀡􀁬􀁾􀀠 rlAj 􀁾􀀬􀀳􀁁􀀠 0'4 300 7.40 1,76 3.57 0.30 "-OIl :::.08 411<\ 􀁾􀁉􀁜􀁥􀀠 ?9S 4 7t. MI '2.n e,QoOo 􀁾􀀮􀀮􀀹􀀰􀀠 0.77 Me ·_·"4', ':.JO e,,,o,! 714 tor ,,-,5 :.Z! ,2.78 ... ,) , ,W • .l:i 1,.{3 .{,Q& :.3a ,s,;ii:ij c.". t.28 ,I (lu BOO CJ.S:! "S3 5.$4-;.40 l.SS cUS 􀁾􀀮􀀶􀀰􀀠 􀁾􀀬􀁏􀁂 ,--, ' .O!)O U3 :::".:;: ,;l.ao 0,28 􀁾􀀮􀀲􀀶􀀠 0.12: '.200 􀁓􀀮􀀵􀁾􀀠 0,39 ;UIl 'J. 􀁾􀀠7 1,400 􀁡􀀮􀀴􀁾􀀠 0.5Z <,156 0.... 1,!:;lOt,! c,37 .::I,IT e,2t 029 :1.000 􀁾􀀮􀀲􀀱􀀠 1,01 6.S1 0.43 ','It'lO 11,14 Me 􀁾􀀬􀀷􀀷􀀠 o,Q2 "''''''' 􀀨􀀧􀁾􀀮􀁉􀁾􀁉􀁾􀀧􀁉􀀧􀀻􀀮􀁩􀁦􀀧􀀩􀀧􀀢􀀢􀀢􀀢􀁟􀀢􀀬􀀮􀁾􀀢􀀢􀀬􀀬􀀮􀀬􀀠 􀁙􀁾􀁾__"'.U"I"__􀀢􀀢􀀢􀁬􀁉􀀢􀀢􀀢􀀢􀀢􀀧􀁉􀀧􀀴􀀾􀁏􀁉􀁉􀁏􀀻􀁕􀁬􀁬􀁭􀀡􀁲􀀬� �􀀢􀀢􀀧􀁃􀁉􀁉􀀮􀁄􀁟􀀨􀁉􀁉􀁕􀁾􀀮􀁉􀀧􀁕􀀧􀁬􀀢􀀢􀀢􀁬􀁗􀁉􀁬􀁬􀁡􀁪􀂷􀀠tcrI..... j 􀀧􀁾􀁉 􀁾􀀠 • MfR 26 2001 10:33 FR FERGtJaON ENT TO 8175899155 011'1\&"••0"13: f3Vef3',lU Clan 100 lOR 2.51' "'p. Oua,la. .. !zeall,l c:li&. (tn.1 -4---' ".(ao 6 0.90 a 9.05 lU • 􀁾􀀮􀁬􀁏􀀠 12 '320 cGn uio lOR 1 il* N6n\. 􀁩􀀢􀁾􀁊􀁃􀁬􀁁􀀠 di•• (ill,'" 4.39 ti.JU 6.2e 􀁉􀁯􀀮􀁴􀁾􀀠 1z.oe 􀁔􀀨􀁭􀁩􀁮􀁾􀁊􀀠 t"lck.. 􀁴􀁬􀁬􀀱􀁾􀁬􀀠 .195 ,7" 3sa "". 􀁮􀁾􀀠 ! (11m. 􀀨􀁉􀁮􀁾􀀱􀀠 4.7S 􀀮􀂷􀀡􀀮􀁾􀁏􀀠 6.26 T.OO I.ISO 0. El.a 8,8 11.4 1::1.0 Hi.i AOQrox. wt. Ib'.rtf. 􀀱􀀳􀁾􀀠 U u 10.'1 ...2""'·4 /' B S 0􀁾.􀀧9􀁑0 ii.\I;' 􀀮􀁾􀀠;/3 a.o, i.g>! £,151 .:!83 '03 ..s:h 5.$0 U. 􀁾􀁾􀀠 i!',Q 11,a LO 􀀮􀁾􀀠 9,2 􀁾􀁏􀀠 􀀱􀀱􀀮􀀱􀁾􀀠 􀁾􀀬􀀷􀁑􀀠 .S17 7,00 '104,1 13.9 ,-.. 1:! 1'3.;«1) 􀀼􀀺􀁄􀁬􀀱􀁜􀀮􀁾􀀠ZOo-fOft t..t)""· 4 do • 􀁥􀀮􀁾􀁯􀀠 0 {j,Ci In 11,10 12 '3,20 I 􀁌􀁥􀀬􀁾􀀠 .:01 UA 7.lij', 9.42 ".40 􀀷􀀢􀀭􀁾􀀠 .343 ,490 ,646 􀀬􀀢􀁡􀁾􀀠 9d3 '.lIn 4,7& zliO US 7.00 􀁔􀁾􀁏􀀠 Bioi' ... 􀀹􀀮􀁾􀀠 ,"-! 􀀬􀀮􀁾􀀠 􀁌􀁦􀁴􀀮􀁾􀀠 􀀧􀁾􀀮􀀷􀀠 S.l &,7 "17,"15 Z5.1 -,-------::z:= ----... ....... -k n:., _._ ?O. SI or 1$' .:. 2-' ------!------ MI'f< 26 2ll\l1 110'310 FR FERGUSON ENT TO 8175899155 P.02/B9 5.6 􀁋􀁾􀀢􀀠1-41 IMualler Co.I 1·1{2" &2" 􀁍􀁕􀁅􀁬􀁬􀁅􀁾 ORI·CORpll> CORPORATION VALVES 􀁍􀁕􀀱􀀡􀁌􀀡􀁊􀀻􀁋􀁾􀀠0Rl CORP" Corporation 􀁖􀀮􀁎􀁾􀀠 Inkll: AVorWA ",!>,,"(MUELLER "CC"') 􀁾􀀬􀁲􀀽􀁩􀀠 0 ..11<1.. MUELLER"" 110'" H·1S013 C􀁾o􀁦nc􀁵iu􀁲ot􀁣l""􀁲 (;􀁳om􀁏p􀀮ro􀁄oo􀀮iotnW inI.I.", 1113 12 1 ' -.0 I"'IT M1.rm.T.F.ll ORH:ORl' 􀁾􀁏􀁬􀁬􀀢􀀧􀁡􀁬􀀧􀁴􀁏􀀠 fillet, hWWA Iaper(MUEUJiR "CC") Ihzead Oudl!!: MUELLIlRP'&:kJoinl ... , 􀁃􀁵􀁲􀁵􀁬􀁴􀀮􀀺􀁣􀁾􀁵􀁮􀀠c,,' CTS OD. robillS'" P·15013 .. P·15023 I,·,n· 111fZ" k .-l a .MUl!(LER oru·CORP 􀁃􀁑􀁲􀁰􀁴􀀮􀀧􀁴􀁉􀁾􀁉􀁪􀀩􀁮􀀠VAlve l"le!: ;"'WWA 􀁾􀀠 IrUJ;iLLER"e 'J tIu:cod ,,1Iet: 􀁅􀀧􀁾􀁐􀀮􀁬􀁨􀀽􀁤􀀠 H·1501S I',,,,,: 12." MUBLLER ORI-CORP C.(,rpor4tion Valvo Inle!; AW\vA LP.11lfaId Oullet: MUELLERl'Iwkloint CoOllee1 II,..IJJ" 1,.T7 • 􀁾􀁬􀀧􀁉􀁉􀀧􀁴􀁣􀁬􀁶􀁵􀁩􀀮􀁲􀁬􀀠Cll'llU¥II5.IOoS.1a u 􀁵􀁱􀀮􀁤􀁊􀀮􀁩􀁐􀁦􀀻􀁌􀀧􀁉􀀴􀀺􀁬􀁬􀁾􀁬􀁢􀁴􀀠!MdolithHt«lnnKOo n.. •• FO( UW II.\'" $.tNIeQ 􀁾􀀴 n.r4y.......r::rnrn hA ta:Irl!l"", nVlI'tIId. 􀁾􀁾􀁜􀁬􀁴􀁉􀀧􀁬􀁬􀁃􀀠Ir.tId'IIJ'II on\4Img Qual1l/l'f. CDI"IY.i. 􀁵􀀻􀁉􀀮􀁬􀁅􀁌􀀱􀀮􀁅􀁒􀁏􀁾􀁲􀁾􀁴􀀧􀀮􀁑􀀧􀁾􀁷􀀢􀁲 II\:nt1:1m rrMrl'l.l},'oI:nml."!i!tIiII 􀁾􀁘􀁩􀁉􀁴􀁹􀀮 NOT6: 􀁾􀁭􀁬􀁩􀁮􀁯􀁷􀁮􀀠o.1xN1I IQ?rfMclnominalfb:& otlnitli IIt\4 􀁾􀀱 fQIIIIClCIIOnI. lI.UEl..LEK;" COrporation 􀁓􀁴􀁯􀁾􀀠and 􀁖􀁾􀁓 are IMJ'IUfIlc:tvredend teetaClir1 accOtdetoc wtth A.·UifJA'Wt/A ceoo.. W.2 ** TOTAL PffiE.l3i *>1< --03/26/2031 08:27 972-26,6,-7456 HANSON PIPE PAGE 0t Reinforced Concrete Pipe 16 19 23 26 1/a 4-6-a 3 30 4-6-8 3 ". :l3 􀀬􀀬􀁾􀀠 4-6·8 3 '/z 37 4·6·8 3% 4() '/2 4·6·8 4 44 • 4 '/4 47'/2 4-6-8 4 "z 51 • 4 3h 54 '/2 4-6·8 5 58 " S"4 61 '12 4-6-a 5 'I. BS 4-6·8 6 72 4·6·6 6 '1. 79 4·6·8 7 86 .•. • • * " .".*. * .. .. " .. .. .". 􀁾􀀠 24 27 30 S3 36 39 42 45 48 51 54·' 60-66** 72 76 64 90 96 108 120 265 322 384 451 624 614 685 789 685 986 1,092 1,322 1,673 1,846 •.. 􀁾􀀠 .". .. N!a -HaScatl". Olm.nslons vary; contact manu1acturer. Aft 􀁤􀁬􀁲􀁲􀁵􀁭􀁳􀁬􀁯􀁮􀁾􀀠subjet t to allowable .",_. .... -Wall C available in some market areas. spodHcat!on tQIla!a,rtCliIljI:. 'm'" alCTIClUsr..Ol DATE Iii Tongue and Groove Pipe 1.1 8·1.00 -a-Hanson Steve Chutchian From: Bill Shipp Sent: Thursday, September 13, 200110:03 AM To: Chris Terry Cc: Steve Chutchian; Ron Lee Subject Fence behind Broadway Businesses I spoke with Ron this morning about the fence to be constructed north of the alley behind the businesses on Broadway. He said that he would like to notify them to move the dumpster (and anything else such as the utility trailer full of trash that was there this morning) and to further tell them that we will begin construction of the fence after Oktoberfest. So, you can plan on starting the project after Oktoberfest. The fence will be constructed adjacent to the pavement (setback any short distance that you see fit as Ron Lee had suggested). Thanks, Bill 1 Steve Chutchian From: Steve Chutchian Sent: Wednesday, September 05, 20011:41 PM To: Michael Murphy Subject: Broadway SI. Alley Drainage Estimate Mike -Listed below is an estimate for eliminating water ponding in the alley adjacent to Broadway St Remove and replace existing asphalt pavement 6" crushed stone base material Std. 18 ft. grate inlet 12" P.V.C. or R.C.P.• installed in place HeadwalllRip-rap Engineering/Surveying Sub-Total 10% Contingency Total 25 s.y. @$85/s.y. 25 s.y. @$30/s.y. 1 ea. @$4,0001 ea. 280 I.f. @$50/1.f. 1 ea. @$1.000/ea. L.S. @$2.200 $2.125.00 750.00 4,000.00 14.000.00 1,000.00 2,200.00 $24.075.00 2408.00 $26,483.00 1 Steve Chutchian To: Michael Murphy Subject: Broadway SI. Alley Drainage Estimate Mike -Listed below is an estimate for eliminating water ponding in the alley adjacent to Broadway St. Remove and replace existing asphalt pavement 6" crushed stone base material Std. 18 ft. grate inlet 15" P.V.C. or R.C.P., installed in place Manhole Headwall/Rip-rap Engineering/Surveying Sub-Total 10% Contingency Total 25 s.y. @$85/s.y. 25 s.y. @$30/s.y. 1 ea. @$4,000/ea. 2801.t. @$75f1.f. 1 ea. @$2,800/ea. 1 ea. @$1,000/ea. L.S. @$9,500 $ 2,125.00 750.00 4,000.00 21,000.00 2,800.00 1,000.00 9.500.00 $41,175.00 4,118.00 $45,293.00 1 TOWN OF ADDISON, TEXAS Paving and Drainage Improvements Broadway Street -Addison Road to Julian Street BID SUMMARY Bids Received Until 2:00 p.m., Tuesday, February 13,2001 Contractor 1. Jeske Construction Co. P. O. Box 59025 Dallas, Texas 75229 2. Ed A. Wilson, Inc. 13960 Hwy. 377 South Fort Worth, Texas 76126 3. Gibson & Associates, Inc. 11210 Ryliecrest Balch Springs, Texas 75180 4. Tiseo Paving Company P. O. Box 270040 Dallas, Texas 75227-0040 5. JDJ Construction Company P. O. Box 833187 Richardson, Texas 75083-3187 6. Tri-Con Services, Inc. P. O. Box 2867 Garland, Texas 75047 7. Texas Standard Construction P. O. Box 210768 Dallas, Texas 75211 Total Amount Bid $ 213,674.80 $ 222,983.50 $ 259,773.80 $ 273,097.00 $ 313,486.50 $ 323,884.00 $ 324,067.00 TABULATION OF BIDS 1 BID OF I ! BID OF BID OF BID Of Date: February 13, 2001 􀁾􀀠... 'roject: TOWN OF ADDISON, TEXAS SHIMEK, JACOBS & FINKLEA, L,L.P, Jeske Construction Co. Ed A. Wilson, inc. Gibson &, Associates, Inc. Tiseo Paving Company Paving and 􀁄􀁴􀁡􀁩􀁮􀁡􀁾􀁥􀀠Imefovements CONSULTIKG ENGINEERS "" P. O. Box 59025 13960 Hi'll'. 377 South 11210 Rylic<:rcst P. O. Box 270040 Broadway Sueet -Addison Road to Julian Sueet Dallas, Texas , ii Dallas. Texas 75229 Fort Worth, Texas 76126 Balch Springs, Texas 75180 Dallas, 􀁔􀁥􀁸􀁾􀀠 75227,0040 Hem ApprOXImate II UmtB.d I II Umt Bfd I II Unit Bid I I Unit tna No, Quantities Unit 􀁮􀁥􀁳􀁣􀁲􀀮􀁾􀁑􀁴􀁩􀁯􀁮􀀠 Price Extension Price Extension Price Exlension Price Extension I I 520 C.Y. Unclassified Excavation $11.00 $ 5,720.00 545.00 $ 23,400.00 i $66.00 $ 34,320.00 $55,00 I$ 28,600,00 2 2,285 S.Y, For Furnishing and Installing 􀀸􀁾􀁬􀁮􀁣􀁨􀀠Reinforced Concrete Pavement $41.00 $ 93,685.00 $44.50 $ 101,682.50 , $35.20 $ 80,432.00 $52.00 5 118,820.00 I 3 700 L.F. For Furnishing and Installing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Monolithic Curb $250 $ 1,750.00 53.50 $ 2,450.00 : $2.50 5 1,750.00 SI.OO $ 700.00 , i' 4 41 L.F. For Furnishing and Installing Undercut Street Header $7.00 $ 287.00 515.00 $ 615.00 $10.00 $ 410,00 510.00 $ 410.00 I 5 24 S.Y. For Furnishing and Installing 3MInch HMAC. Type "D" $18.00 $ 43200 $45.00 $ 1,080.00 $44.00 $ 1,056.00 , $25.00 $ 600.00,; , 6 27 S.Y, For Furnishing and InstaHing iO-Inch Crush Stone Base, Type A. Grade 2 $12.00 $ 324.00 $40.00 $ 1,080.00 : $30.00 $ 810.00 530.00 $ 810.00 I ! 7 2,317 S.Y. For Furnishing and 􀁉􀁮􀁳􀁴􀁡􀁈􀁩􀁮􀁾􀀠6-Inch Compacted Subgrade $1.20 5 2,780.40 $).00 $ 6,951.00,1 513,20 $ 30,584.40 , $2.00 $ 4,634.00 : 8 546 S.F. For Furnishing and Installing 􀀴􀁾􀁊􀁮􀁣􀁨􀀠Reinforced Concrete Sidewalk 53.90 $ 2,129.40 i $4.50 5 2,457,00 $3.50 $ 1,91 LOO .I $3.00 $ , 1,638.00 I 9 127 S,F. For Furnishing and Installing Reinforced Concrete Barrier Free Ramp $6.50 $ 825.50 56.50 $ 825.50 $4.00 $ 508.00 I $5,00 i $ 635.00 10 35 L.F. For Furnishing and Inslalling Guard Rail 522.00 S 770.00 i $25,00 $ 875.00 $38.50 $ 1,347.50 $50.00 $ 1,750.00 11 100 S.F. For Furnishing and Installing Sidewalk with Brick Pavers I 59.00 $ 900,00 $15.00 S 1,500.00 I $16.50 $ 1,650,00 $10,00 $ 1,000.00 : 12 608 S.F. Remove and Replace E.:"posed Aggregate SideWalk 􀁂􀁯􀁲􀁤􀁥􀁲􀁥􀁾..􀁾􀁾􀁴􀁨􀀠Brick Pavers $12.00 $ 7,296.00 $15.00 $ 9,120.00 $27.50 $ 16,720.00 $15.00 $ 9,120.00 13 22 L.F. For Removing Existing 24 Mlnch Rep /$1l.00 $ 242.00 I $25.00 $ 550.00 $22.00 $ 484.00 $30,00 5 660.00 14 46 L.F. for Removing Existing a-Inch PVC $8,00 $ 368.00 $20.00 $ 920.00 I $16.50 $ 759,00 $15.00 $ 690.00 I 15 34 LF. For Removing Existing 􀀱􀀲􀁾􀁬􀁮􀁣􀁨􀀠PVC i 524.00 $ 816.00 520.00 $ 680.00 $9.90 $ 336,60 520.00 $ 680.00 I, I 16 10 L,F, For Removing and Replacing existing Chain Link Fence $25.00 $ 250,00 $40.00 $ 400.00 $25.00 $ 250.00 I $50.00 $ 500.00 i I 17 21 LF. For Furnishing and Installing 21-lnch Slotted Drain Pipe without Slots I $105.00 5 2,205.00 540.00 $ 840.00 ii 588.00 $ 1,848.00 $45.00 $ 945.00 18 342 LF. For Furnishing and Installing 21M[nch Slotted Drain Pipe with Slots i $82,00 $ 28,044.00 $75,00 5 25,650,00, $78.10 $ 26,710.20 $72,00 $ 24,624.00 19 44 LF. For FumJshing and Installing 27-Inch Rep S110.00 5 4,840,00 , 575,00 $ 3,300.00 I 585.80 5 3,775.20 , 558.00 $ 2,552.00 I 20 42 L.F, For Furnishing and InstaUing 􀀲􀁉􀁾􀁉􀁮􀁣􀁨􀀠Rep , $105.00 $ 4,410.00 $65.00 $ 2,730.00 $71.50 $ 3,003.00 : $47.00 5 1,974,00 I 21 2 c.y, For Furnishing and Instailing Sloped Concrete Headwall for 􀀲􀀱􀁾􀁬􀁮􀁣􀁨􀀠RCP $320.00 S 640.00 $500.00 S 1.000.00 $825.00 5 1,650.00 5500.00 $ 1,000.00 􀁾􀀠 J:\A;i4ison\ZOOO! S1\F-2,xb Page I 0/4 L, . TABULATION OF BIDS BID OF BID OF BID OF BID OF Date: February 13,200 I I , Project: TOWN OF ADDISON, TEXAS 􀁓􀁈􀁉􀁾􀁉􀁅􀁋􀀬􀀠JACOBS & FI:-IKLEA, L.L.P. Jeske Construction Co. Ed A Wilson, Inc. Gibson & Associates, Inc. Tiseo Paving Company Paving and Drain!:'Z.e JmE:TOvements CONSULTING ENGINEERS p, O. Box 59025 13960 Hwy. 377 Soulh 11210 Ryliecrest P. O. Bux 270040 􀁂􀁲􀁯􀁡􀁤􀁷􀁡􀁾􀀠 Street 􀁾􀀠 Addison Road to Julian Street Dallas. Texas Dallas, Texas 75229 Fort Worth. Texas 76126 Balch Springs, Texas 75180 Dallas, Texas 75227·0040 i lIem ApprOXimate II Umt Bid I II Gmt BId I I un" lila I Unit Bid :\0. Quantities Unit Descrintion Price Extension Price Extension Price Extension Price I Extension I , 22 4 Ea. For Connecting to' Existing 􀀴􀀸􀁾􀁲􀁮􀁣􀁨􀀠Rep $2,400.00 $ 9,600.00 $200.00 $ 800.00 5825.00 $ 3,300.00 $500.00 $ 2,000.00 ! : 23 1 Ea. For Furnishing 􀁾􀁤 Installing 􀀳􀁾􀁆􀁯􀁯􀁴􀀠by 􀀳􀁾􀁆􀁯􀁯􀁴􀀠Drop Inlet $2,100.00 $ 2,100.00 52,500.00 $ 2,500.00 $2,090.00 5 2,090.00 $2,000.00 $ 2,000.00 24 8 Ea For Furnishing and Installing 4-lnch Bollard $150.00 5 1,200,00 $150,00 $ 1,200.00 $350.00 $ 2,800.00 $400,00 5 3,200.00 25 18 L,F, For Furnishing and Installing 8-Inch PVC Water Line $130,00 $ 2,340.00 ; $70.00 $ 1,26000 I! $71.50 $ 1,287,00 $40.00 $ 720.00 i : 26 3 L.F. For Fumishing and Installing 2-lnch PVC Water Line $87.00 $ 261.00 $50.00 S 150.00 ; S115.50 $ 346.50 I $50.00 $ 150.00 27 1 Eo. For Connecting to Existing 2-Inch Water Line $2,090,00 $ 2,090,00 $500.00 $ 500.00 ! $275.00 $ 275.00 $500.00 5 500.00 2& 1 Ea. For Connecting to Existing 8-Inch Water Line , $510.00 $ 510.00 $250.00 $ 250.00 5495.00 $ 495.00 ! $1,300.00 $ 1,300.00 29 670 L.F. For Furnishing and Installing Fire Lane Stripe $0.25 $ 167.50 $0.75 $ 502.50 SO,28 $ 187.60 52.00 5 1,340.00 30 1,110 L.F. For Furnishing and Installing 􀀴􀁾􀁲􀁮􀁣􀁨􀀠Wide White Stripe $0.20 $ 222.00 $0.50 5 555.00 $0.28 $ 310.80 : $1.00 $ 1,110.00 31 4 Ea. for Furnishing and Installing Handicap Symbol $25.00 $ 100,00 : $50.00 $ 200.00 $27.50 $ 110.00 $250.00 $ 1,000.00 32 2 Ea. For Furnishing and Installing Handicap 􀁾􀁾􀁰􀀠 $620.00 $ 1,240.00 5550.00 $ 1,100.00 ! $165.00 $ 330.00 5500.00 $ 1,000.00 d 33 42 Ea. For Furnishing and Instatting Wheel Stop $35.00 $ 1,470.00 $30.00 $ 1,260.00 $38.50 $ 1,617.00 $30.00 $ [,260.00 34 1 LS. For Providing Trench Safety System Design 5600.00 $ 600,00 , $600,00 5 600.00 $880.00 $ 880.00 $6.000,00 $ 6,000.0'0 35 100 L.F. For Furnishing and Installing Trench Safety System $1.00 S 100,00 ! $2.00 $ 200.00 $2.20 $ 220.00 i $2.25 $ 225,00 36 8 E .. Relocating Water Meter with New Meter Box $1,490.00 $ 11,920.00 $600.00 $ 4,800.00 $1,320.00 $ 10,560.00 $2,500.00 $ 20,000.00 For Constructing. Maintaining. Removal and Restoration ofTemporary Parking Lot, including I ! 37 700 S.Y. Four Direction 􀁾􀁩􀁧􀁮􀁳􀀠(Blue Background. 'lv'hite Letters, 6" TaU) $16.00 $ 11,200.00 $10.00 $ 7,000.00 $20.00 S 14.000.00 521.00 $ 14,700.00 : 38 150 Tons For Alley Rehabilitation with TxDOT. Type HO'I Hot Mix $62.00 $ 9,300.00 i $80.00 $ 12,000.00 ' $66.00 $ 9,900.00, $85.00 $ 12,750.00 39 3 Ea. For Adjustment of Waterline Valve Stack. including Debris Cap in Stack $180.00 $ 540.00 NO BID $ . $250.00 $ 750.00 : $500.00 $ 1,500.00 , TOTAL AMOUNT BID (lIem, I Through 39) S 213,674.80 S 222,983.50 S 259,773.80 S 273,097.00 II , , , I Pagel of 4 TABULATION OF BIDS II BID OF ! BID OF I BID OF Date: February 13, 2001 'roject: TOWN OF ADDISON, TEXAS SHIMEK, JACOBS & FINKLEA, L.L.P, IDJ Construction Company Tti-Con Services, lnc. Texas Standard Construction Pavins and Drainaae lmerovements. CONSULTING ENGINEERS :! P. O. Bo.,833187 P. O. Box 2867 P. O. Box 210768 Broadway Street -Addison Road to Julian Street Dallas. Texas Richardson, Texas 75083-3187 Garland. Texas 75047 Dallas. Texas 75211 : Item ApprOximate V.., Bid I Umt BId I II Umt Bid No. Quantities Unit DeseriDtion , Price Extension Prite Extension Prie:e I Extension I I 520 C,Y. Unclassified Excavation S50.00 $ 26,000.00 525.00 $ 13,000.00 $25.00 $ 13,000.00 : 2 2,285 S.Y. For Furnishing and Installing 􀀸􀁾􀁉􀁮􀁣􀁨􀀠Reinforced Concrete Pavement $55.00 $ 125,675.00 574.00 5 169,090.00 $41.00 $ 93,685.00 , : 3 700 L.F. For Furnisbing and Installing 􀀶􀁾􀁉􀁮􀁣􀁨􀀠Monotilhic Curb 53.00 $ 2,100.00 S3.00 1 2,100.00 I 510.00 $ 7,000.00 4 41 L.F. For Fumishing and Installing Undercut Street Header 512.00 5 492.00 $15.00 $ 615.00 520.00 5 820,00 5 24 S.Y. FOr Furnishing and Installing 􀀳􀁾􀀱􀁮􀁣􀁨􀀠HMAC, Type "D" $25.00 $ 600.00 $30.00 $ 720.00 5100.00 $ 2,400.00 6 27 S,Y. For Furnishing and Instaning IO-lnch Crush Stone Base, Type A.. Grade 2 525.00 $ 675.00 520.00 $ 540.00 ! $60,00 $ 1,620.00 ; 7 2,317 S.Y. For Furnishing and Installing 6-Inch Compacted Subgrade S5.00 $ 1l,58S.00 53,00 $ 6,951.00. $15.00 S 34,755.00 8 546 S.F. For Furnishing and Installing: 4-Jnch Reinforced 􀁾􀁟􀁑􀁮􀁣􀁲􀁥􀁴􀁥􀀠Sidewatk $4.00 $ 2,184.00 , 55.00 $ 2,730.00 SIO.00 $ 5,460.00 : 9 127 S.F. For Furnishing and Installing Reinforced Concrete Barrier Free Ramp $8.00 5 1,016.00 56.00 $ 762.00 $15.00 $ 1,905.00 10 35 L.F. for Fumi'Shing and Installing Guard Rail ! $50,00 5 1,750.00 $50.00 $ 1,750.00 5100.00 5 3,500.00 II 100 S.F. for Furnishing and Installing Sidewalk with Brick Payers 59.00 $ 900.00 S16.00 $ 1,600.00 $20.00 $ 2,000.00 12 608 S.F. Remove and Replace Exposed Aggregate Sidewalk Bo(dered with Brick Pavers I 515.00 $ 9,120.00 S17.00 S 10,336.00 520.00 S 12,160.00 ! " 13 22 L.F, For Removing Existing 24-Inch Rep 17.00 s 154.00 515.00 $ 330.00 550.00 S 1,100.00 14 46 L.F. For Removing Existing 􀀸􀁾􀁉􀁮􀁣􀁨􀀠PVC $7.00 $ 322.00 $5.00 5 230.00 530.00 $ 1,380.00 15 34 L.F. For Removing Existing 􀀱􀀲􀁾􀁉􀁮􀁣􀁨􀀠PVC $7.00 $ 238.00 i $6.00 $ 204.00 $45.00 $ 1,530.00 16 10 L.F. For Removing and Replacing Existing Cha.in Link Fence $40.00 $ 400.00 $30.00 $ 300.00 S50.00 $ 500.00 17 21 L.F. For Furnishing and Instal1ing 21-Inch Slotted Drain Pipe without Slots $15.00 $ 1,575,00 5100.00 $ 2,100.00 StaG.OO 5 2,100.00 : : 18 342 L.F. For Furnishing and Installing 21-lnch Slotted Drain Pipe with Slots $75.00 $ 25,650.00 $93.00 $ 31,806.00 $85.00 5 29,070.00 , 19 44 L.F. For Furnishing and Installing 􀀲􀀷􀁾􀁉􀁮􀁣􀁨􀀠Rep $65.00 $ 2,860.00 580.00 5 3,520,00 : $70.00 $ 3,080.00. 20 42 L.F. For Furnishing and Installing 2 I-Inch Rep ! $65.00 $ 2,730.00 $75.00 $ 3,150.00 568.00 $ 2,856.00 21 2 C.Y. For Furnishing and Installing Sloped Concrete HcadwaU for 2 I-Inch Rep S750.00 $ 1,500.00 5300.00 $ 600.00 $300.00 5 600.00 Page 3 of 4 TABULATION OF BIDS BID OF BID OF BID OF Dafe: February 13,2001 Project: TOWN OF ADDfSON, TEXAS SHIMEK, JACOBS & FINKLEA. L.L.P. JDJ Construction Company Tri-Con Services, Inc. Texas Standard Construction 􀁐􀁡􀁶􀁩􀁮􀁾􀀠and 􀁄􀁲􀁡􀁪􀁮􀁡􀁾􀁥􀀠imerovements CONSULTING ENGINEERS P.O.BoxIl33187 P. O. Box 2867 P. O. Box210768 . Broadway Street -􀁁􀁤􀁤􀁩􀁳􀁯􀁮􀁊􀁾􀀬􀁯􀁡􀁤􀀠to Julian Street Dallas> Texas Richardson, Texas 75083-3187 I Garland, Texas 75047 Dallas, Texas 75211 ,I Item IAppro:omate I Unit I Unit"," I UmtBld I I UmtBld , No. Quantities Descrlotion Price Extension Price Ex.tension Price I Extension I 22 4 Ea. for Connectina to Existin2 4S-lnch Rep $2,000.00 $ 8.000.00 $500.00 $ 2,000.00 S2,800.00 $ 11.200.00 23 1 Ea For Furnishing and Installing 3-Foot by 3-Foot Drop Inlet $5,500.00 $ 5500.00 i $3,000.00 $ 3,000.00 $2,900.00 $ 2,900.00 24 8 Ea. For Furnishing and lnstalling 4-Inch Bollard $1,000.00 $ 8,000.00 S100.00 $ 800.00 $175.00 $ 1,400.00 25 18 L.F. For Furnishing and Installing 􀀸􀁾􀁬􀁮􀁣􀁨􀀠PVC Water Line ! S100.00 $ 1,800.00 S2OO.00 S 3,600.00 $100.00 $ 1,800.00 26 3 L.F. For Furnishing and Installing 􀀲􀁾􀁊􀁮􀁣􀁨􀀠PVC Water Line $100.00 S 300.00 SIOO.OO $ 300.00 i Sloo.oo $ 300.00 I 27 1 Ea For Connecting to Existing 2-lncb WatJ:.r Line 52,500.00 $ 2,500.00 $500.00 $ 500.00 i $1,000.00 $ 1,000.00 i i 28 I Ea. For Connecting to Existing 8-Inch Water Line 52,500.00 S 2,500.00 ! SI,OOO.OO $ 1,000.00 S3,500.00 S 3,500.00 i 29 670 L.F. For Furnishing and Installing Fire Lane Stripe ii $0.20 S 134.00 SI.OO $ 670.00 • $2.00 $ 1,340.00 For Furnishing and Installing 4-Inch Wide White Stripe ! , 30 !,l10 L.F. SO.15 S 166.50 i $4.00 $ 4,440.00 • S1.00 S 1,110.00 .: 31 4 Ea. For furnishing and Installing Handicap Symbo1 $275.00 $ 1,100.00 $800.00 $ 3,200.00 Sloo.00 $ 400.00. 1 32 2 Eo. For Furnishing and Installing Handicap Ramp $750.00 $ 1,500.00 :i $1,500.00 $ 3,000.00 $650.00 $ 1,300.00 : :1 33 42 Ea. For Furnishing and. Installing Wheel Stop $30.00 $ 1,260.00 $20.00 S 840.00 $)0.00 $ 1,260.00 ! Ii . ,: 􀁾􀀠 34 1 L.S. For Providing Trench Safety System Design $400.00 $ 4{)0.00 $500.00 $ 500.00 SI,OOO.OO S 1,000.00 II 35 100 L.F. For Furnishing and Installing Trench Safety System $4.00 S 400.00 $1.00 $ 100.00 $20.00 $ 2,000.00 i Ii 36 8 Ea. Relocating Water Meter with New Meter Box i $200.00 $ 1.600.00 $1,000.00 S 8,000.00 • $1,264.00 S W,lt2.00 I: For Constructing, Maintaining, Removal and Restoration QfTemporary Parking Lot. including i ! : I 37 700 S.Y. Four Direction Signs (Blue Background, White Letters, 6" Tall) $65.00 s 45,500.00 $35.00 $ 24,500.00 Ii $68.00 s 47,600.00 I : i 38 150 Tons For Alley Rehabilitation with TxDOT. Type "D" Hot Mix $95.00 $ 14,250.00 $100.00 $ 15,000.00 : I $99.00 $ 14,850.00 39 3 Ea. For Adjustment ofWaterline Valve Stack, including Debris Cap in Stack $350.00 $ 1,050.00 NO BID $ -II $158.00 $ 474.00 i ! TOTAL AMOUNT BID (Items 1 Through 39) S 313,486.50 ; S 323,884.00 S 324,067.00 Page 4 of 4 (972) 450·7000 • FAX (972) 450·7043 ADDIsoN OFFICE OF THE CITY MANAGER "@Post Office Box 9010 Addison, Texas 75001-9010 5300 Belt Line Road August 30, 200 I Dear Property Owner: The Town of Addison has successfully completed the construction of paving and drainage improvements on Broadway Street and the adjacent alley located to the north. At this time, our staff is working on a plan to enhance the proposed Arts & Events District. These improvements will require construction activity in the future. As a step in this direction, we will attempt to define the southern boundary of the Town's property in relation to existing commercial properties on Broadway Street. We are scheduled to construct a new fence along the property line very soon. The fence will protect against incursion into the alleyway and damage to anyone's property. The fence will be a black, vinyl coated chain link fence that should blend discreetly into the surrounding area. Should you have any questions regarding the construction ofthis fence, fence, please feel free to contact the Town of Addison Parks & Recreation Department, at 972-450-2863. Your consideration is greatly appreciated. Sincerely, Ron Whitehead City Manager OFFICE OF TIlE CITY MANAGER (972) 45()-7000· FAX (972) 450-7043 􀀬􀀻􀀻􀀻􀀻􀀢􀀬􀁩􀁩􀁩􀁩􀁩􀁩􀁩􀁩􀁾􀁾􀀡􀀡􀀡􀁩􀁩􀁩􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀀡􀁩􀀡􀀠® Post Office Box 9010 Addison, Texas 75001-9010 5300 Belt Line Road August 8, 2001 Mr. Steve Jeske President Jeske Construction Co. P.O. Box 59025 Dallas, Texas 75229 Re: Broadway Street Paving & Drainage Improvements Dear Mr. Jeske: On behalf of the Town of Addison, please accept our acknowledgment and appreciation. of the outstanding level of service performed by your company during the construction of paving and drainage improvements on Broadway Street. Although this project was relatively small in size, the importance to the affected commercial property owners and the community as a whole was very high. The positive working relationship between your company and our staff provided an opportunity for the completion of the work in a timely manner and with minimal disruption to adjacent businesses. We thank you for your effort in construction of this project and look forward to working with you again in other similar endeavors. Sincerely, • Ron Whitehead City Manager SECTION BP CONTRACTOR'S AFFIDAVIT OF BILLS PAID STATE OF TEXAS COUNlY OF DALLAS Personally, before me the undersigned authority, on this day appeared S+ev /:..-:r"" '"\<, 􀁾􀀠 who, being duly sworn, on oath, says that he is a legal representative of Jeske Construction Company (full name ofeontractor as in contract) and that the contract for the construction ofthe project, designated as Bid Number 01-12 (paving & Drainage Improvements -Broadway Street, Addison Road to Julian Street) (project No.) has been satisfactorily completed and that all bills for materials, apparatus, ftxtures, machinery and labor used in connection with the construction ofthis project have, to the best ofmy knowledge and belief, been fully paid. Title Sworn to and subscribed before me this I B'l-II. day of f4 IJ &\1 􀁾 +-,2001. ®• • ;.> 0< Notary Publ/c. State 01 Texas DEBBIE J. WADE My Comml$$lon expIres 10-18-2002 County, Texas BP-2 It's a Celebration! The Town of Addison cordially invites you to join the Mayor and Addison City Council for a Ribbon-cutting and Reception 10 A.M., Tuesday, August 7,2001 To celebrate the renovation and re-opening of Broadway Street Please park in the Special Events area just north of Broadway Street and enter from Julian Street. ••• •• • •• 7-31-2001 1,51PM FROM LIZ OLIPHANT PR 214 5229942 P.4 􀁄􀁡􀁾􀁬􀁡􀁳􀀠Addison Catering 157"" -. Mo"". 14192 8-7-01. 1$ Oayo f>/ot 8-Ml ,;;-.. .,.....' """'" ,-,.,. T_ 01 AddlSOll Com., riI AddIaon &lIfoadway ... I. 11111 NO. QTY :so 􀁾􀁃􀁯􀁯􀁉􀁣􀀡􀁥􀁳􀀠 . !!O 19111.,,,.. Iwt, . 1!" ••• TCII'AI. 225 112.so1 0-75 37.!!O i 􀁾􀀠 ..... $\llIt$ 􀁾'!1!!1 '" lJ% oaehalll "I nee/)""i>e.._ at • .....-!:ltM\d.d lenin MIM,II'S ..,.'7647.7 ."..",_""""'_illlIII_"_OJa ,,,,,,,_,,, From:.___-++-':..:;.==-_.II 􀁾􀀯􀁾􀀧􀀠 Total number '____" including cover sheet. M_sage:________-____􀁾_____􀁾____ , 7-31-2001 1,49PM 07/30/2001 09:20 FAX 􀁾􀀠 DUCKY-BOB'S party & Tent Rentals FROM LIZ OLIPHANT PR 214 5229942 FAX TRANSMITTAL SHEET -1 s/􀁯􀁡􀁾􀀻____􀀭􀀭􀀮􀁾 1___􀁾􀁾􀁾􀁾______________ 􀁔􀁏􀀻􀀺􀁾􀁟􀁾􀀻􀀺􀀮􀀦􀀺􀀡􀁃􀀺􀀺􀀧􀀮􀁾􀁁􀀮􀀮􀀡􀀭􀁬􀀮􀁰􀀺􀀺􀀺􀀺􀀮􀁾􀀺􀀺 􀀺􀀺􀀭􀁟􀀭􀀻􀀻􀀻􀀺􀀭􀀭 Kaw you rtotf.C:.to\f...? is ournew. I./PdJIt4 Mm(J! www.duckybobs.com Your link to great parties. 􀀳􀁾􀁏􀁏􀀠Belmeade Drive, Suite '130 Carrollton, TX 15006·2552 912-381.eOOO. Fax '12.381-8001 .O.D..tI.f.4.I ft_III! .d' !Iitlo int. en_eled. t.II.\I.)'. to.r. .tI' Ie_ I/III t §f 'O'lC' 􀁬􀁾􀁩􀁙􀁩􀀢􀀧􀀢 gr wnCtr iI; Il0l .... _ ttdpitfll, Qr tit 􀀮􀀮􀀬􀀮􀁤􀁾􀀠or -agellt 􀁦􀁥􀁳􀁾􀁬􀁬􀀺􀀱􀀱􀁥􀀠Ib: __ Jl» .. 􀁾􀁟􀁾􀁴􀀮 pi _19 􀁾 ftQI:IieaI Nt M, 􀁯􀁩􀀦􀁨􀀧􀁭􀁬􀀧􀁾􀁏􀁦􀁜􀀠 􀁾􀁴􀀺􀀺􀁉􀁴􀀠F CCII'J!:p"" 􀁾 fl. 􀁾􀀱􀀰􀀰 w....lGIy protlWe4. If yOl,I *"""lh_ 􀁴􀀺􀀻􀁏􀁉􀁉􀀱􀀱􀁭􀁾 io.lYOt. pt..-I'I:OlM1 .1,,*; ed_I)' tI'r ektJI'KInf tit 1rz,.",..IQOO 􀀬􀀮􀁾􀀠ftU'ft " to II, .t 􀁾􀀮􀀠-... 1il'IId. TM"Ik)IQIU. • aSt6l1arc;ompany 7-31-20011,.19PM FROM LIZ OLIPHANT PR 21.1 5229942 P.3 07/30/2001 09:20 fAX i i 07/25/01 4: 15 PM Date: 07/25/01 Page: l Account: 0001347 Order, 001G1S1 i (972) !I'own Oi! Addison 450-7090 (972) Town Of Addison 450-7090 Attn: Accounts Payable ",.0. Sox 9010 4900 Block of Sroadway Addison TX 15001-9010 􀁾􀁤􀁤􀁩􀁳􀁯􀁮􀀠 TX 75001-9010 TO bhip: TUB 08/07/0l. PO Nu!t)b&r: 􀁥􀁮􀁴􀀺􀀠 TUE 06/07/01 Contact: ANN PIPER Pi -Up: 'rUE 08/07/01 Fax; lot􀁾thod: Delivery Timed/Pickup Timed 􀁓􀁡􀁬􀁾􀁳􀀠ID: Jan Maynard iDelle: lOAM Written Sy: JMA JMA I, **first am d&livery** i **pick up at 12;00-1 R FRAME10 100.00 100.00 Tent 10'X10' Whita-PraMe 1 R TABBQTG30 8.00 B.OO J Table, 6' x 30 1 R 10WHTtOR 9.95 9.95 10' White Cloth Fortex 1 R llmtTVEI.. 22.00 23,00 Skirt. White 11'Sp R /DELST 50.00 Delivery -Specific Time R /PU 20.00 Pick Up Only I I i I i J i I I order Amount: 209.95 Damage Waiver: 14.00 Sales Tax: .00 Net: O:rCler: 223.95 i I I ••• 7-31-2001 1,49PM FROM LIZ OLIPHANT PR 214 5229942 P,4 Dallas Addison Catering www.daliaecalVr••eat12;J.com InDlCE ••• " ... ••• 􀁾􀀺􀀺􀀠 IJJ,.. QTY I ••• ,.Matq 􀁉􀀮􀁴􀁸􀀡􀀼􀁾􀀠 LlI.£F 110. :';; TOTAl. 􀀡􀂷􀀧􀁾􀀲􀀠 􀀺􀁾􀁾􀀠 2,25 11-7:91, ij,15 􀁾􀀠 ,..,.' 􀀮􀁾􀀠 A.oPlp_ IS Oar. Nil! 8-Ml -"""on &1,.... 1/I\00l00 19"""" .. 􀁔􀀮􀀮􀀢􀁯􀁦􀁁􀁾􀀠 t filllS Co,""q!AddIson& 􀀸􀁾􀀠 SIa, _'l'I"tON ..., 􀁾􀁃􀀬 I1hL..r Lkri./(,1('"'0 <:) Ifn<: 􀁾􀁯􀀬􀀠 I §J.<.> S'k-. 􀁾􀀠I h1 r􀁾􀀠 2 ;S'O 1 Tr,'OQoJ "'" 􀀻􀁾􀁦􀁓􀀮􀀮 fe..v.flA 􀁾􀀠􀀡􀁾􀀱􀁩􀁉􀀠 /􀂷􀁾􀁘􀁌􀁴􀀺􀀮􀀮􀀠 "'" 􀁾e.. () c. k;'; J :5C1 f 􀀨􀀮􀁊􀁾􀀧􀁒􀀠1'C?Zc 􀁾􀁏􀁉􀁌􀀢􀀧􀀭􀁉􀀮􀀮􀁲􀀠<;;} Ie"""I C-!4vb.· 􀁴􀀺􀀾􀁾􀁰􀀢􀁨􀀠 ,. Oa....._..L?.=-..!.J..:..1__20; 0 I 􀁁􀁍􀁉􀁯􀀧􀀸􀀦􀀸􀀢􀁟􀀭􀀡􀀺􀁐􀁾•􀀮􀀡􀀮􀁏􀀯􀀮􀀮􀀮􀀮􀁊􀁩􀁾􀀺􀁬􀀡􀀨􀀡􀁩􀀡􀁬􀂥􀁌􀂷􀀭􀀽􀀹􀀰􀁬􀁑􀁬􀀡􀁉􀁏􀁌􀀮􀁌􀀭� �􀀮􀁊􀁁􀀡􀀺􀀡􀁉􀁤􀀡􀀮􀀡􀀡􀁁􀁩􀁕􀁜􀀵􀀲􀁬􀀧􀀻􀀧􀀲􀀡􀁉􀀮􀁶􀁌􀀭􀁾􀁬􀁬􀀧􀁉􀁃􀁌􀀮􀀭􀂷􀁾􀀷􀁓􀁩􀁌􀁊􀁑􀁑􀁬􀁤􀁌􀁬􀁪􀁌􀀭􀁾􀀠Phone Numbs' 9?& "SO ga,3' 􀀱􀁾􀀱􀁾____________________􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭_______ ___􀁾􀀵􀀲􀁾􀁾􀁾􀁹􀁳􀁾􀁯􀁾􀀦􀁾􀁥􀁾􀀡􀁵􀁹_____ TERMSAND'CONDmONS (_lll,.I.M""oerlrl. ..1I!"'1I1.q_...t"""1n ..._wllboaddot...􀁟􀀢􀁉􀁉􀁉􀀹􀀮􀀢􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀬􀁾􀁍􀁐􀁏􀀧􀀧􀀧􀀧􀀧􀁙􀁟􀀧􀁟􀀧􀀧􀀧􀀧􀀧􀁢 􀁯􀀧􀀧􀀧􀀧􀀧􀀧􀀮􀁢􀁯􀁤􀀮􀁹􀁾􀀢􀀬􀀨􀀳􀀩􀁏􀁉􀀾􀁡􀁟􀁯􀁉􀁯􀁶􀁶􀁯􀁴􀁹 1n ony_into0..-011119 "'nco _ lit _""""",...,p!lCllO_ng_ «) _ any dlang..bo made by ...._ aft,,,.,.i< .. 􀁟􀁡􀁟􀁷􀁉􀁉􀁬􀀮􀀧� �􀀬􀀢􀀧􀁾􀀢􀀢􀀧􀁟􀀰􀁉􀁟􀀢􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀁟􀁬􀁓􀀩􀁬􀀧􀀯􀁉􀁉􀁳􀁮􀀮􀀧􀁯􀁡􀁬..lo''''fIO''dad ..1I!."""''''''_",,y1oottimoond_'''ti'''.ncI_lOf_1O """f'IN""'lob 11110 be dlBlgod 10 lito """'_ (8) S_!lui """,.lIno18_ 10 ......__... _1umI"'_ F.,.. C""Y-""-'" 􀁾01 any 􀁵􀁮􀁤􀁾􀁟􀀮 pi....."".... __•.....,t1lone. _,..,lIIIIIt1lone oI.., __mlQlltltil__..... d_bY_....􀁮􀁯􀁥􀁃􀁾􀁉􀀡􀀩􀀭􀁩􀁉 􀀢􀀮􀀬􀀮􀀢􀀧􀀢􀀠 􀁟􀀢􀀢􀀢􀀢􀁟􀁾􀁟􀁾􀀢􀀢􀀢􀀧􀁟..........􀁾..gIIIOOdIu_or_"'''ghI"''''.......duolOgroundm''''''m.... (8)J>JJJodF''''''''Compony,.;n'''''......,.Urrb1l1y foflrlurioo '" PO""'!> Of p_d!rIIng ..._"',.."" .,_.",,,,,,,,,,,,,,,,,01 """'" In __"""__•city...r_ Of d.H _Cli.... '. ..' . SPECIFICATIONS· All &IZG& are nominal All poats 88t Inconmte foOtlng&,and spaced 10 foot on centers maximum. ., _ ...<...ib''---l'"'--, ,., ,, : : 'RIm" l c.r:.. 0.0. W,lk etahJ;t I ,, , , I: I 1!..J ; ; ; : ; , I I ' 􀁌􀁉􀁾􀁐􀁯􀁮􀀠 &. OD. n.tw o.u: toll , , , , , ',r,' , 􀀭􀀢􀀢􀀧􀁾􀀢􀀢􀀢􀀢􀀢􀀬􀀬􀀽􀀭􀀭􀀮􀀬􀂭 iT' I : I ! I I I : : . I 􀁾􀀮􀀠 􀁾􀀠 : i1 J I:: r'1 i :; 􀁾􀀠 :., 􀀺􀁾􀀡 _________________________ u , , , • I rJ -•r :: !• I i : ' • i i : i : r-:--rtl , I I !: . :::!::: , , , : I 1:',"::.: 11" 􀁾􀀺􀁩􀀻􀁉􀀧􀀠 ! I 1 I it""! II ! II , I!!! 1 : I , , , 􀁾____ tH-. , " , WOOD FENCE QU!WI'ITY , HeiGHT. , . , rh--t . , ''-H-l,'', .', l--l+i lVPF S1YIJ.I) TOP GATES I ; , • 􀀢􀁴􀀫􀁾􀀠t...-4 I I" I'D , , FM1kO.,.. 11 • ........ 2'!o/t:: III>. CnoV,._ IT I ' ,. , , I 'BonD1JIU;asJon:.__O.::j...... 􀁾􀁐􀁯􀁦􀁃􀀠 Or/. I I , I 1"(.(: LCK. ;)11' , , '. I+H-+ Ex".ptlonJ. 0.' Addltlons:...,..-r--.::::-__________-:_.....__ , :, , ," . I :roo\ilL Yt.:;' or Sierl< Jl./Liv Q..at.d , , , , ,, , , ! , : ,", : r I I : • -' ' , : n-H1 : ; I': I W. I I I I I: r : I : I ! I, I ; ! I : ...: I '.,...!.. _L'--!-l ,. I I ' '\1 ,T''oi' r!.j 􀁾􀀠 : : : : 􀀺􀁾􀀫􀀭􀁲􀁴􀀫􀀭􀀡􀀠 t I ;-.hlJ,..J: I .''''''''Up 0 􀁒􀁵􀁮􀀱􀁱􀁬􀁾􀀠 ,0 htonUne 0 4lD::3 Ohaln Unk Fence BarIl Up 0 _Confoor 0 Sit 1n.1de L.N 0 ""''''Up 0 R." Top 9tnt.I;1t1 0 $elMLHle 0 Chsln LJrJI< !,ence 􀁾􀁕􀁐􀀠-" 0 FoI.lOWCOtllo!.t . 0 kfnaldf·t.tn,', 0 4 End Comer end Gate Pilat .' • T.. lns (lOll•• *Aliled Fence NOT RESPONSIBLE far damage 10 unde,ground 11".8, sprInkler, g8s linea, waler lines and ek:.. D 􀁾􀀧􀁬􀀳􀀺􀀲􀀠􀁾􀀠 tHe JOB DESCElI6S)ABOve MAYSE RIGHT OF RESCISSION (J TOTALCASH PRICE $ PUACIiASED ONNN OI01l1E Vou. The aLly.r. ",oy cancellhl.1ranoactioo .1 «ny lime prior to mid· FOtLOWtNG PLANS AMOUNTOF nlghl of th, 'third business dey aller the dale 01 this tte"."c!iQn. TO DOWN PAYMENT $ O'ca8h 01'1 􀁾􀀮􀁤􀁯􀁮 ofJgtJ cancel: Slg"and d.tach bottom potllon of thi. contract and p",••nt to C \iI;o ctlice of ALUED FENCE withIn 3 bllSln••• day •• CASH PRICE C U.tletOhqe 1WJIN<:e S X ACCEPTED BY CUSTOMER AU.IED F"'CECC, ...DAUAtI X 􀁾􀀷􀀺􀁴􀁾 􀁾􀁕􀁌􀀭􀀲􀀵􀀭􀁥􀁬􀀠 11:51 AM LIBERTY FENCE 􀁃􀁏􀀮􀁾􀀠 􀁉􀁎􀁃􀁾􀀠 972 2139 6981 P.E.'I2 L1BERTY"FENCE COMPANY, Qualily Material Installed With The Finest Workmanship Phone: 972-285-4350 * FAX: 972-289-6981 2109 Peachlree * Bolch Springs, Texas 75180 􀁉􀁴􀁰􀁄􀁃􀁪􀁾􀀧􀁯􀁮􀀮􀁯􀁮􀁤􀀠􀁾􀁴􀁩􀁭􀁡􀁬􀁥􀀤􀀠for: -------------'--i-,.:.....;-t---J..;:.:2; propose to fumish labor ane! mot...ials . 􀁾􀀫􀁟􀀭􀀭􀁟􀀫􀀭􀀭􀀭􀀭􀀭􀀭􀀭__dallars 􀀱􀂥􀁟􀁾􀀺􀀮􀀮􀀮􀁺􀀺􀀮􀀮􀀮􀀬􀁑􀀮􀀬􀁊􀁊􀀮􀀮􀀮􀀮􀁾􀀮􀁊􀂷􀀠􀁾 􀁾􀁲􀁲􀁥􀁮􀁬􀁦􀁯􀀠 ioa 􀀮􀁩􀁉􀁲􀀾􀀧􀁾􀁾􀀬􀁾􀀧􀁒􀀧􀁪􀁉􀀮􀀠above specilica60ns involving exlTo cas!s, will be execute'! CitIc:lleIlJltMlimate. All agreement> contigoot upons'rikes, acciiden.".,J>.,deiayl..beJro 􀀮􀁾􀁾􀀺􀁴􀁾􀁾􀁩􀀺􀀺􀁮􀁩􀁷􀀺􀁉􀀧􀁴􀁉􀁉􀀺􀁉􀁃􀁥􀀺􀀮􀀠Our work." ore fully covered by w".rlcme.n 􀁃􀁬􀁮􀁬􀁾􀁾􀀨􀀩􀁦􀁬􀀡􀀠 􀁾􀀠 li_, sprinkler sy'''''''', .wimming PUC')'''''' lI'!JJ..'I"./M JUL-25-01 11:49 AM LIBERTV FENCE CO., INC. 972 269 6961 P.01 LIBERTY FENCE COMPANY: "Since 1949" Qpality Materia/Installed With The Finest Wommansh,p Phone: 972-285-4350 2109 Peachtree Balch Springs, Texas 75180 FAX 972-289-6981 FAX COVER SHEET NAME: ATTN: FAXI: , . +----------------'--'--_.. FROM: ,", i .' l ' .' 􀁾􀀠 -I, ,. , . ! .. DATE: PAGES (NOT INCLUDING COVER SHEET) , IF YOU QID NOT RECIEVE ALL PAGES, PLEASE CALL (972) 􀀲􀀸􀀵􀀭􀀴􀀳􀁾􀁏􀁾􀀠 ; COMMENTl:\: I , i 􀀭􀀭􀀭􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀁲􀁟􀁲􀁟􀀬􀀧􀀺. 􀀧, ,􀀠 --t------------r-;-..,..... !;' ". 􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁟􀁲􀁾􀀬􀀠; " --....;.:.--;..j---------------------------------- ----t-r-.."...}t· i; !;. j ... i 􀁾􀀠 .: ' /-18-2001 08:20 FROM LolUHLJ TY rl=NL.l= l.U. IU .. QUALITY FENCE COMPANY P.O. BOX 186 ADDISON. TX 75001 DATE: July 16. 2001 PURCHASER: TownolAddison 1'IlkcDttpt. 􀁁􀁉􀁴􀁮􀁾􀀠RcnLM PHONE: .r..,lj-ADDRESS: P.O.8ox9010 Md"...... Tx. 75IlO1-!1010 BUS. PHONE: 97204S().;z863 ,1<:1:. 97240-2834 . .. 4BS Ihiear feel ofti ft. 􀁢􀁬􀁡􀁣􀁫􀁾􀁬􀁯􀁮􀁹􀁳􀁴􀁥􀁭􀀠11 gauge Cl.irBIlI gauge finish chain line fence mounted on lin LCX framework of 1 S/fj" O. D. top and bottom rail with steel ties all2" O. C. and 2" O. O. line posts lit 10 ft. O. C. In 36" eoncrelefoolings. The ranee shall follow the ground conlourwith 3 lIZ' average ground clearance. Included; 5 -2 3/8" O. O. termlnaVs\ratch posts set in 36" concrete footings and cit)' permit. Sales tax not Included. 59.856.00 Total'"",,¢hans"". afterWOtlt: by the Company haB stalled at a ...... or reo determined to be f.lr ond r_bll by"'. Company. Any lost time by the Company. resul!ing from dElays occasioned by th. acts or ommicno of the Purohaser. OWner of the job site. conlraoloni or other 􀁟􀁾􀁉􀁟(other than Company). ,hal be <>hargeal>le t. tha Pure_ atthe rate ofaminimum 01$50.00 man perhouf. A111lUmS due Quality FIIIlCIl Company am payable at Md"oson. DaIlfi County. T_and all deunqIleIll ..mo boor inIArest at a maocImum interoot by low. It this confnlell$ pliCed In the honda .f any allnmey lor cclklcllcl! after del",,!!, Pun:IllSllr _ to pay eU prfnelpel and int..-...t then due, customary a'ttomey'. roes and CCU!t .... Undetgtound ObS!nlclionlr. Chargw lor po$Il\OIe& In I'O¢k. rcctt. aru£'cr _ 􀁾_oil$. able to be dus by nand Will be SIl.OO for ..... s.... . pCIII 1I0I0. WIlen II16CNnIcoI tools.Ol' requlnld. a ..... 'IIe of$100.00 per day pillS 􀁾􀀱􀀰􀀮􀀰􀀰􀀠per pod ""'" for labor will be made. Any ...... poolS to be sot ill lock ahaD be·..'.a minI..-01 fourteen and no! IIIOI'G than 􀁾""""'" dHp... .. . ... .. ... .. .. W. 􀁾􀁰􀁯􀁳􀁥􀀠to IMigrn III. WOtIt: roqUIrad by !his 􀁾wiII1In .A.l!I3!L 􀁾􀀮 clays Itom the dale upon wIIIch this con\1aGt Is . 􀁾by the. Compeny'&Credit Dtlpoutment, u_such Is 􀁰􀁲􀁶􀁶􀁥􀁮􀁴􀁥􀁤􀁢􀁹􀁤􀁅􀁬􀁡􀁹􀁾􀁮􀁥􀁤􀁢􀁹� �􀁵􀁮􀀺􀁨􀁡􀀤􀁏􀁬􀀧􀀮Pur_.asmt.sor 􀁲􀁥􀁾􀀮orby_.fwealher. maIotiatsllOl1age and any oIhercausube)ond IhedireC\conlllll 01111. Company. lIl.BIUTY: The Company IIS$Um"" norlability for any Injury resulting IIIIm misuse. sUCh as ellmt.'ng. _ling. underpessage. or other.CIlViIy ,"'"led to the lbo.. producls. Your and 0\11' Gignalllre$ to !his agreement CCNIItuIe& a Conlract belwHn Pu_ end the Company When accepted by the Compony'a Credit PURCHASER'S ACCEPTANCE: DejlIlJImetIt THIS QUOTA1l0N GOOD FOR 10 DAYS ONLY PlEASE SIGN AND RETURN I I ! "( /'(? ( ;t, $"""'I" . S;A' t? JIIe kath 4.e.;-SU..I;..&'s 'lit; 1z "s[ i; ..sO{/"-'f!J S/,JJ'"e-; 'of f' 6 P /v, P j}/A/'j.H v/" f" ct.-Ie 􀁾􀀠 6 :@􀁾􀁁􀀮􀀠fr7 1).:$ 'I Ii .1 -[).eut4e.. ;vpT7ce5 Sir f5 [!(f...-ecC1 'I ..fO 'fie (.) /rUy Iff' 􀁷􀁶􀀨􀁔􀀬􀁁􀀭􀀭􀁲􀀭􀁾􀀠. I I '. \ 􀁾􀀠 PUBLIC WORKS DEPARTMENT (972) 450..2871 16801 Westgrove July 25, 2001 Dear Property Owner: The Town ofAddison recently completed the construction ofpaving and drainage improvements on Broadway Street. As indicated in the attached invitation, we have scheduled a celebration ofthe opening ofthe new street. In accordance with the planned ribbon cutting and reception on Augnst 7, 2001, Broadway Street will be closed from approximately 6:30 a.ID. to 12:00. This will allow our staff to set up in the roadway fur the event. Please make provisions for parking north or south ofthe street during this period. Your consideration and attendance at our celebration event is appreciated. We look forward to seeing you there. Sincerely, 􀀯􀁾􀁅􀂷􀁾􀁲􀀠 Mike Murphy, P.E. Director ofPublic Works ./';"""1-..;.·... 􀁾􀀧􀀮􀀠 ·· ..·f. i"'r' 􀀬􀀾􀀬􀀮􀁏􀀡􀁾􀀻􀀬􀁯􀀻􀀺􀀺􀀧􀀻􀀧􀀢􀀬􀀮􀀮􀁪􀀮􀀻􀀮􀀻􀀮􀀻􀀮􀀮􀀮􀀮􀀧􀀠 't'lI'')'(! y'C;I';'::'.:::i'·' •... 􀁾__..􀁾...􀀬􀁾􀁾....􀁾􀀮􀀺􀀬􀀬􀀺􀀺􀀺􀀻􀀺􀀺􀁾􀀺􀀮􀀮􀀮 􀀺􀀺􀀮􀀺􀀺􀀮􀀮􀀺􀀮􀀺􀀮􀀢􀀧􀁟􀀢􀀻􀀺􀀻􀀺􀀺􀀺􀀺􀀻􀁾􀀺􀀡􀁾􀁾􀀧􀀻􀀡􀀺􀀧􀀮􀀮􀁷􀀾􀂷􀀭􀀮􀀮􀀻􀁮􀀮􀀠 􀀢􀀢􀀧􀀻􀀧􀀯􀁉􀁯􀀺􀀧􀀺􀀢􀀮􀀬􀀺􀀻􀀮􀀻􀀮􀁾􀀮􀀠 I'll _II' i>-"" I • ,", " 1 I' ../, if "j ;.; :l.: if "\ 􀁾􀀤􀀮􀀠 􀁾􀁩􀀠 ;": .' 􀁾􀁩􀀠 􀁴􀁾􀀠 "", il Fr" It's a Celebration! The Town of Addison cordially invites you to join the Mayor and Addison City Councll for a Rihbon-cutting and Reception 10 A.M., Tuesday, August 7, 2001 To celebrate the renovation and r&<:lpening of Broadway Street Please park in the Special Events area just north of Broadway Street and enter from Julian Street. 􀀮􀁾􀀠 I' , ),', c;;: .,'. ....... .,_ 􀀧􀀮􀀭􀀺􀀮􀀧􀁾􀀧􀀠 \" -! , " ....,.,',,:...􀀺􀀬􀁾􀁩􀀮􀀬􀀠 􀀬􀀺􀀬􀀬􀁾􀁾􀀻􀀬􀀠 ,/􀁾􀀠 ..• " y <".h ,'1: ')!. ,,':, 􀀬􀀺􀁾􀀢􀀠 'J'. -, , ". --' Steve Chutchian To: Ann Piper Subject: RE: Invitation list Ann -the DART and Contractor representatives are as follows: DART: Jay Klein{Project Manager) & Jan Seidner(Right-of-Way Management Representative} Dallas Area Rapid Transit P.O. Box 660163 1401 Pacific Avenue Dallas, Texas 75266-7212 Contractor: Ed JesKe & Steve JesKe (President) JesKe Construction Company P.O. Box 59025 Dallas, Texas 75229 If you need any additional information, please let me know. Thanks. Steve Chutchian -----Original Message----From: Ann Piper [mailto:hollyannpiper@hotmail.comj Sent: Friday, July 20, 2001 12:57 PM To: schutchian@ci.addison.tx.us Subject: Invitation List Steve Liz Oliphant and I are working on the invitation and list. Could you e-mail me the names, titles and mailing addresses for your contacts with DART and the contractor who completed the Broadway project? We'd like to mail the invitations on Monday, so if I could get the addresses this afternoon, I'd appreciate it. My e-mail addressishollyannpiper@hotmail.com Thanks, Ann 214/534-9396 Get your FREE download of MSN Explorer at http://explorer.msn.com/intl.asp 1 , A LEIGH COMPANY 8908 Ambassador Row' Dallas. Texas 75247-4510 (214) 63(1.9745 (Zl4) 630·9819 (fax) CONCRETE COMPRESSIVE STRENGTH TEST,' Cllent: Jeske Construction Company Ann: Mr. Steve Jeske 2546 Merrell Rd. PO Box 59025 Dallas TX 75229 "," Report No.: Project No.: Date of Service! Report Date:, 126849 014778 0611212001 07/1212001 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at the pl""ement locations, perform required field testing, cast compressive strength samples and bring samples b""k to the Jaboratoly for curing and resting in accordance with applicable standards. PROJECT DATA CONTRACTOR: Jeske Construction Co. MlXDESIGNLD,: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT DATE: 06/1212001 PLANT: 7 WEATHERCONDmONS: Stmny SPECIFICATION REQUIREMENTS TIME SAMPLED: 12:15pm BATCRTIME: STRENGTII: 4000 psi @28 Days TEMPERATIJBE(F)·AIR 91 F CONCRETE: 92 F TRUCK NO: 1042 TICKET NO: 7103122 AIR (%): 3-6 AIR CONTENT (%): NA UNITWEIGHT(pnstruction Company (I) Shimek, Jacobs & FwJclea, LLP (1) Town ofAddison (l)Town of Addison Concrete Compressive Cylinder 6" x 12" (area 28,27 sq. in,) MAXIMUM DATE TESTED 06/1912001 AGE (doys) 7 LOAD (lbs. force) 99015 07/1012001 07/1012001 r. 28 28 123935 125540 Average Hold gallons Started: 12:00pm Finished: 12:35pm COMPRESSIVE STRENGTH (psi) 3500 4380 4440 4410 FRACTURE TYPE Unbonded Cap Unbonded Cap Unbonded Cap UMlTA nONS: The Il:St resulls presented berein were prepared based upon !be specific samples provided for Il:Sting, We assume no responsibility for variation in qwility (composition. appearance, performallCe, etc.) etc.) or any other feature ofsUnilar subject matter provided by persons or Conditions over which we have no control, Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval ofRone Engineers, Inc. OlDl> Page 1 of 1 A LErGH COMPANY -8908 Amb....dor IlIlw DaItos, T"".. 75247-4510 (214) 630-9745 (214) 630-9819 (fax) . . CONCRETE COMPRESSIVE STRENGTH TEST' < • 􀁾􀀢􀀠 • , , .. ' ,-• 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀧􀀭􀁾� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀮􀀮􀀮􀀮􀀻􀀻􀀬􀀮􀀮􀀮􀀬􀀻􀀮􀀢􀀮􀀮􀀭􀀮􀀭􀀬􀀠 Client: Jeske Construction Company Report No.: 126848 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date of Service: 0611212001 PO Box 59025 Dallas TX 75229 Report Date: 0711212001 Project: Broadway ROad Improvements Towo of Addison Addison, TX Services: Obtain samples of fresh concrete at the placement locations, perform required field testing, cast comPI"ssive strength samples and bring samples back to the laboratOljl for curing and testing in accordaoce with applicable S!llndards. PROJECT DATA CONTRACTOR: Jeske Construction Co. MIX DESIGN LD.: 44 CONCRETE SUPPLIER: Lattimore PLACElIIENTLOCATlON: Paving strip 􀁾􀀠2nd strip SQUID iASTMC-31 ASTMC-143 ASTMC-231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: 15' south and 4' north of southwest ASTMC-39 comer of paving strip REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLlNDER MARKED SET NO. 1 1 r.1EASURED SLUMP (inches) 4.0 DATE TESTED 0612212001 AGE (days) 7 MAXIMUM LOAD Obs. force) 118075 COMPRESSIVE STRENGTH (psi) 4180 FRACTURE TYPE Unhanded Cap 1 1 2 3 4.0 4.0 0711312001 07/1312001 .< 28 28 151795 147350 Average 5370 5210 5290 Unhanded Cap Unhanded Cap 1 4 Hold LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume DO responsibility for variation in quality (composition. appearance, performance. etc.) or any other feature of similar suhject matter providedby pers-9145 (214) 630·9819 (lax) REPORT OF CYLINDER COLLECTION Client: Jeske Construction Company Report No.: 127855 Attn; Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date of Service: 0612612001 POBox 59025 Report Date: 0612912001 Dallas TX 75Zl9 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Cylinder Collection Report of Collection On this date a Rone Engineers J Inc. representative arrived on site to collect compressive strength specimens cast prior to this date. Page 1 of 1 .'S Technician: Anthony Maldonado Report Distribution: (1) Jeske Construction Company (I) Shimek, Jacobs &. Finkl"", LLP (I) Towu of Addison 0) Town of Addison LIM.ITATIONS: The test results: presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for vrui.ltion in quality (composition. appearance. performance, etc.) or any other feature of similar subject matter provided by peJSons or conditions over which we have no control Our Ietters and reports ate for the exclusive use of the clients to whom they are addressed and shalloot he reproduced except in full without the written approval ofRone Engineers, Inc. !l9JM Pa2e 1 of 1 RoneEngi A LEIGH COMPANY II 8"8 Ambassador Row Da1Ias, Texas 75247-451Q (214) 63()'9745 (214) 63().9819 (fax) REPORT OF CYLINDER COLLECTION Client: Jeske Construction Company Report No.: 126952 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date ofService: 0611312001 POBox 59025 Report Date: 06125/2001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison. TX Services: Cylinder Collection Report of Collection On this date, a Rone Engineers. Inc. representative arrived on site as scheduled to pick up compressive strength test specimens cast prior to this date. Technician Time; 2;OOpm 3;OOpm Page 1 of 1 Technician: Justin Terveen Report Distribution: (l) Jeske Construction Company (1) Shimek. J.cobs & Finkle•• LLP (1) Town of Addison (1) Town ofAddison .", LWlTATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appearance, performance> etc.) Or any other feature of similar subject matter provided by persons or conditions over which we bavc no control. Our letters and reports are for the exclusjve use of the clients to whom they are addressed and shall not be reproduced except in full without the written approY.ll of RODe Engineers, Inc. 99DK 􀁐􀁡􀁾􀁥􀀠1 of! 89D8 Ambassador Row Dallas, Texas 752474510 RoneEngineers (214) 6311-9745 (214) 630·9819 (fax) . A LEIGH COMPANY .. CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 125994 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date ofService: 05/3012001 PO Box 59025 Report Date: 0612912001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at dle placemenllocations, perform required field resting, cast compressive strength samples and bring samples back to the laboratory for curing and resting in accordance with applicable standards. PROJECT DATA CONTRACTOR: Jeske Construction CO. MIX DESIGN LO.: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT OATE: 05/301200 1 PLANT: 7 WEATHERCONOmoNS: Cloudy SPEClFICAnON REQUIREMENTS TIME SAMPLED: 1O:45am BATCHTfME: 1O:01am STRENGm: 4000 psi @28 Days TEMPEBATUlIE(Fj·AIR NA F CONCRETE: NA F SLUMP (in): 2" -􀀴􀀧􀁾􀀠 TRUCK NO: 1040 TICKET NO: 7102549 AIR (%): 3-6 AIR CONTENT (%): NA UNlT WEIGHT (pcf): NA TESTMEmOD: ASTMC-l72 OVERALL PLACEMENT LOCATION: .,ASTMC-31 Paving -eastbound Broadway . ASTMC-143 ASTMC-231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: Station 0+50 ASTMC-39 REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLINDER 􀁾􀁉􀁅􀁁􀁓􀁕􀁒􀁅􀁄􀀠 MAXlMUM COMPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGm FRACTUlIE SET NO. (inches) TESTED (days) (lbs. toree) (psi) TYPE 1 1 6.0 06/0612001 7 94605 3350 Unbonded Cap 1 2 6.0 06/27/2001 28 142220 5030 Unbonded Cap 1 3 6.0 0612712001 28 136940 4840 Unbonded Cap Average 4940 1 4 Hold Notified contractor of 6" slump. UMITAnONS: The test results presented herein were prepared based upon the specific samples provided for testing, We assume no responsibility for variation in quality (composition, appearance, performance. etc,) orany other feature of similar 􀁳􀁵􀁾􀁥􀁣􀁴􀀠matter provided by persons or conditions over which we have no control. Our letterS and reports are for the exclusive use of the clients to wbom they are addressed and shall Dot be reproduced except in full without the written approval afRone Engineers. Inc. OlDK Page 1 of 3 Report No.: 125994 Project No.: 014778 Client: Jeske Construction Company "'REVISED 6-25-01 to reflect correct compressive strength and slump requirement*** LIMITATIONS: The teSt results presented herein wete prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition. appeanmce, performance, etc.) or any other featuIe of similar subject matter provided by persons Of eonditions over which we have no control. Our leHers and reports are for the exclusive use of the clients to whom they are addressed and shaD not be reproduced except in full without the written approval of Rone Engineers, Inc. OlDK Page 2 of3 8908 Ambassador Row RoneEn,g. i neers Ilallas. Tex(a2s1 47)5 264370-·94754150 (ZI4) 630.9819 (Cax) A LEIGH COMPANY CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 125994 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date of Service: 05/30/2001 POBox 59025 Report Date: 06/29/2001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at the placeroent IOC.tiODS, perform required field testing, cast compressive streDgth samples and bring samples back to the laboratory for curing and testing in accordance with applicable standards. PROJECT DATA CON1'RACTOR: Jeske Construction Co. MIX DESIGN I.D.: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT DATE: 05130/2001 PLAl'IT: 7 WEATllER CONDITIONS: Cloudy SPECIFICATION REQUIREMENTS TIME SAMPLED: 1:45pm BATCH TIME: 12:59pm STRENGTH: 4000 psi @28 Days TEMPERATURE(F)·Affi NA F CONCRETE: NA F SLUMP (in): 2" _4" TRUCK NO: 1040 TICKET NO: 7102575 Affi(%): 3-6 Affi CONTENT (%): NA UNIT WEIGHT (pcl): NA TESTlI &: Finklea, LLP (I) Town ofAddison (1) Town of Addison .? RoneEngineers 8908 Ambassador Row DaDas, Texas 75247-4510 A LEIGH COMPANY (214) 630·9745 (214) 630-9819 (fax) • REPORT OF CYLINDER COLLECTION Client: Jeske Construction Company Report No.: 127667 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date orSenice: 06122/2001 POBox 59025 Report Date: 06/2612001 Dallas TIC 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Cylinder Collection Report of Collection On this date a Rone Engineers, Inc. representative arrived on site to collect compressive strength specimens cast prior to this date. page 1 of 1 Technician: Anthony Maldonado Report Distribution: (1) Jeske Construction Company (I) Shimek. Jacobs & FInkle.>. LLP (l) Town of Adm,an (1) Town of Addison LIMITATIONS: The lest results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality {composition. appearance, performance. etc.) or any other feature ofsimilar subject matter provided by pecsol1$ or cond.itioDS over wh1ch we have no control Our letters and reports are for the exclusive use of the clients to whom they are addressed and sball not be reproduced except in full without the written approval of ROlle Engineers. IDe. 99JM PaRe 1 oft A LEIGH COMPANY ,", . ." ..' 􀀬􀀧􀀻􀀬􀀯􀁴􀁲􀀺􀁾􀀻􀁩􀀧􀁾􀁎􀀻􀀻􀀭􀁾􀀧􀂷􀀠,,",t;i!.?· Jeske Construction Compan.y":f :; ;"t: Attn: Mr. Steve Jeske ..... ." 2.546 Merrell Rd. PO Box 59025 Dallas TX 75229 8908 AmbassadQr Row Dallas, Texas 7524704510 (214) 630-9745 (214) 630·9819 (fax) CONCRETE COMPRESSIVE STRENGTH TEST Client: Report No.: . 127757 Project No.: 014778 Dale of Service: 06125/2001 Report Dale: 07/0612001 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at the placement locatio.., perfonn required field testing. cast compressive strength samples and bring samples back to the laboratory for curing and testing in accordance with applicable standards. ___________􀁾􀁐􀁒􀁏􀀮􀁊􀁅􀁃� � P""A"'-T"'-'A"'---____________ CONTRACTOR: Jeske Construction Co. MIX DESIGN I-D.: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT DATE: 0612512001 PLANT: 7 WEATBERCONDnITONS: Sunny SPECIFICATION REQUIREMENTS TIME SAMPLED: 12:3Opm BATCH TIME: 1l:24am STRENGTH: 4000 psi @28 Days TEMPERATURE(Fj·Am 90 F CONCRETE: 90 F SLUMP (In): 2" -4" TRUCK NO: 959 TICKET NO: 7103816 Am (%): 3%-6% Am CONTENT (%): 3.0 UNTrWEIGHT(pcl): NA TEST IIIETHOD: ASTMC-l72 OVERALL PLACEMENT LOCATION: ,ASTMC-31 Broadway St, paving northeast side "'ASTM C-143 ASTMC-231 ASTMC-1064 ASTMC-138 SAMPLE LOCATION: Station 3+25 ASTMC-39 REPORT OF TESTS Concrete Compressive Cytinder 6" x 12" (area 28.27 sq. in.) CYLINDER !IIE.ASURED MAXIMUM COMPRESSrVE MARKED SLUMP DATE AGE LOAD STRENGTH FRACTURE SET NO. (!ncl!..) TESTED (days) Obs. f...te) (psi) TYPE 1 I 5.0 07/0212001 7 95400 3370 Unbonded Cap 1 2 5.0 07123/2001 28 Unbonded Cap 1 3 5.0 0712312001 28 Unbonded Cap r. I 4 Hold Water Added at Site: 10 gallons Technician: Fred Thornton Started: 1l;3Oam Finished: 1;30pm Report Distribution: (1) Jeske Construction Company (I) Sbimek. Jaooh< &: Finklea. lJ.,P (I) Town of Addison (1) Town of Addisou LIMITATIONS: The test results pre.seJlted herein were prepared based upon the specific samples provided for testing. We assume DO responsibility for variation in quality (composition. appearance, performance, etc.) or any other feature of similar subjectmattei' provided by peJSOnS or conditions over which we have no controL Our letters: and reports are for the exclusive use of the clients to. whom they are addressed and shall not be reproduced except in full without the written approval of Rone Engineers. Inc. omT{ Page 1 of 1 A LEIGH COMPANY 8!lO8 Ambassador Row DallaS, T .... 752474510 " c" ' (214) 630.9'145 􀀬􀀬􀁾􀀠 ':, (214) 630·9819 (ru) , "CONCRETE 'COMPRESSIVE STRENGTH TEST:;;: .. -. '-. "'." . ", • • f'--" .:;.; 􀀬􀁾􀀢􀀬􀀮􀁜􀀮􀀬􀀡􀀢􀀠 • 􀀾􀀬􀀮􀀬􀀻􀀢􀀧􀀢􀀬􀀻􀀬􀁾􀁉􀀢 . "',' ...... 􀀭􀀩􀂷􀀻􀁾􀁾􀁴􀁾􀀧􀀺􀀠 􀁾􀀠 . .. Client: Jeske ConstruCtion Company •••1' ; Repo,rt /110.: 127554 Attn: Mr. Steve Jeske .' Project No.: ' 014778 2546 Merrell Rd. Date of Service: 06/2112001 PO Box 59025 Dallas TX 75229 Report Date: ,07/0312001 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at the placenrentiocalions, perform required field testing, cast compressive strength samples and bring samples back to the latinratory for curing and testing in accordance with applicable standards, PROJECT DATA CONTRACTOR: Jeske Construction Co, MIX DESIGN 1.0,: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT DATE: 06/2112001 PLANT: 7 WEATBERCONDmONS: Partly cloudy SPEClliICAnON REQUIREMENTS TIME SAMPLED: 1:1:20pm BATCH TIME: 1l:56pm STRENGTII: 4000 psi @28 Days TEMPERATURE(F).AIR 92 F CONCRETE: 96 F SLUMP (in): 2" -4" TRUCK NO: 1045 nCKETNO: 7103676 AlR(%): 3%-6% AIRCONTENT(%): 3,0 UNlTWEIGHT(p<:l): NA TEST METHOD: ASTMC-l72 OVERALL PLACEMENT LOCAnON: Pavement 2 parallel parking spaces north side ASTMC-31 'l\STMC-143 ASTMC-231 ASTMC-1064 ASTMC-138 SAMPLE LOCATION: Station 3+50. northeast parking ASTMC-39 space REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.Z/sq, in,) CYLINDER MEASURED MAXIMUM: COMPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGTII FRACTURE SET NO. (incbes) TESTED (days) (Ibs. force) (psi) TYPE 1 1 2.5 0612812001 7 111835 3950 Unbonded Cap 1 2 2.5 07/19/2001 28 Unbonded Cap 1 3 2.5 07/1912001 28 Unbonded Cap .... 1 4 Hold Water Added at Site: 10 gallons Technician: Luis Ortiz Started: 12:0Opm Finished: 2:30pm Report Distribution: (1) Jeske ConslIUetion Company (1) Shimek. Jacobs & FInklea, UP (1) Town of Addison (I) Town of AddiSlPLE LOCATION: Station 0+75, north side parking ______________A_S_T_M_C_-_39 _____􀁒􀁾􀁅􀁾􀁐􀁾􀁏􀁾􀁒􀁾􀁔􀁏􀂣􀁆􀀭􀁔􀁾􀁅􀁾􀁓􀁾􀁔􀁾􀁾􀁾􀀭􀀭􀀭􀁴􀁩􀁮􀀭􀂷􀀭􀁾� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭__----Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLINDER MARKED SET NO. IVIEASURED SLUMP (Inches) DATE TESTED AGE (days) MAXIMl.IM LOAD (lbs. force) COMPRESSIVE STRENGTII (pSi) FRACTIlRE TYPE 1 1 4.5 0611912001 7 101260 3580 Unbonded Cap 1 1 2 3 4.5 4.5 07/10/2001 07/10/2001 28 28 Unbonded Cap Unbonded Cap 1 4 Hold Water Added at Bite: 10 gallons Technician: Anthony Maldonado Started: 8:00am Finished: 9:00am Report Distribution: (1) Jeske 􀁃􀁯􀁮􀁳􀁴􀁲􀁵􀁾􀁴􀁩􀁯􀁮􀀠Company (1) Shimek. Jacobs & Finklea, LLP (1) TOWTI of Addison (1) Town of Addison LIM1TATIONS: 'The test results presented herein were prepared based upon the specific samples provided for testing, We assume no responsibility for varl.ation in quality (composition. appearance, performance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no controL Our letters and reports are for the exclUSlve use of the clients to whom they are addressed and s1wl1 not be reproduced except in full without the written approval of Rone Engineers, Inc. IlDK Page 1 of! 8%8 Ambassador Row Dallas, Texas 752474510 RoneEngineers (214) 6.ro-9145 (214) 630-9819 (fax) A LEIGH COMPANY fIj CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 127128 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merre!! Rd. Date of Service: 06115/2001 PO Box 59025 Dallas TX 75229 Report Date: 0612512001 Project: Broadway Road hnprovements Town of Addison Addison, TX Services: Obtain samples of fresh concrete at the placement locations, perform required field testing, cast compressive strength samples and bring samples back to the laboratory for curing and testing in accoroance with applicable standards. PRO.JEeT DATA CONTRACTOR: Jeske Construction Co. MIX DESIGN I.D.: 44 CONCRETE SUPPLIER: Lattimore PLACEMENT DATE: 06/1512001 PLANT: 7 WEATHER CONDITTONS: Sunny SPECIFICATION REQUIREMENTS TIME SAMPLED: 10:40am BATCH TIME: 9:45am STRENGTII: 4000 psi @28 Days TEMPERATURE (F) • AIR 75 F CONCRETE: 88 F SLUMP (in): TRUCK NO: 1042 TICKET NO: 7lO3302 AIR (%): 3%-6% AIR CONTENT (%): 3.75 UNIT WEIGHT (Pcf): NA TEST METIIOD: ASTMC-172 OVERALL PLACEMENT LOCATION: Paving strip 2nd strip sputh ASTMC-31 ASTMC-143 ASTMC-231 ASTM C-1064 ASTMC-138 SAMPLE WCATION: 15' south and 4' north of southwest ASTMC·39 comer of paving strip REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLINDER MEASIIRED MAXIMUM COMPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGTII FRACTURE SET NO. (indIes) TESTED (days) (lb•• ron:e) (psi) TYPE 1 1 4.0 06122/2001 7 118075 4180 Unbonded Cap 1 2 4.0 0711312001 28 Unbonded Cap 1 3 4.0 07/13/2001 28 Unbonded Cap 1 4 Hold LIMITATrONS: The rest results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appearance, performance, ete.) or any olher feature of similar subject matter provided by persons or conditions over which we have no eontrol. Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in fujI without the written approval of Rone Engineers, Inc. llDK Page 1 of 2 8908 Ambassador Row Dallas, Te:!: 6Q' west and 4' north of southeast corner of payjng strip _____________􀁁􀁟􀁓􀁟􀁔􀁍􀁃􀁟􀀭􀁟􀀳􀀹􀁾􀀭􀀭􀁾􀁒􀁾􀁅􀁾􀀬􀁐􀁌 􀁏􀁾􀁒􀁵􀁔􀁌􀁌􀁏􀁵􀁆􀁾􀁔􀁌􀁆􀀮􀁾􀁲􀁴􀁾􀁓􀁾􀁔􀁾􀁓􀁾___________________________ Concrete Compressive Cylinder 6" x 12" (are. 28.27 sq. in.) CYLINDER MARKED SET NO. MEASURED SLUMP (inches) DATE TESTED AGE (days) MAXIMUM LOAD (lbs. force) COMPRESSIVE STItENGTH (psi) FRACTURE TYPE 2 1 4.25 06/22/2001 7 118200 4180 Unbonded Cap 2 2 2 3 4.25 4.25 07/13/2001 07/13/2001 28 28 Unbonded Cap Unbonded Cap 2 4 Hold Teclmlcian: Cody Carroll Started, 8: 30am Finished: 2:15pm Report Distribution: (1) Jeske COIlStruction Company (I) Shimek. Jacobs & Fiakle., lLP (1) Town of Addison (I) Town of Addison LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition, appearance, performance, etc.) or any other feature of similar subject matter provided by perrons or conditions over which we have no control Our letters and reports are fur the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval ofRone Engineers, Inc. llDK Page2of2 1 8908 Ambassador Row Dallas, T .... 752474510 RoneEngineers • (214) 630-9745 (214) 630-9819 (fax) A LEIGH COMPANY IN-PLACE DENSITY TESTING Client: Project: Services: Jeske Construction Company Attn: Mr. Steve Jeske 2546 Merrell Rd. PO Box 59025 Dallas TX 75229 Broadway Road Improvements Town of Addison Addison, TX Perform In-Place Density Test in accordance with ASTM Standards. Report No.: Project No.: Date of Service: Report Date: 126577 014778 0610712001 06f14/2oo1 PROJECT DATA CONTRACTOR: Jeske Construction Co. Standard Counts TeslMetbods: Gauge: Troxler 3430 Moisture Density ASTMD-2922 Gauge serial No: 24674 ASTMD·3017 Current: 691 Current: 2895 Test Mode: Dr PreviollS: NA Previous: NA MOISTURE DENSITY RELATIONS Maximum Proj«! Ilfqulremeots MJllNo. Descriptio n Moisture % Density pc! Moisture Density Dark brown clay and flexbase mix 22.0 102.0 Optimum +4 95 min FIELD DENSITY TESTS TEST PROBE MID MOISTURE WET DENSITY DRY DENSITY DENSITY NO TEST LOCATION DEPTH No. (%) (pcI') (pci') (% max) Paving subgrade 1 Broadway Street, Station 0+75, north side, 6" 1 22.4 124.6 101.8 100 westbound lane, fmal Paving subgrade 2 Broadway Street, Station 2+00, north side, 6" 1 22.1 125.2 102.5 100 westbound lane, fmal 3 Paving subgrade Broadway Street, Station 3+25, north side, 6" 1 23.0 123.1 100.1 98 westbound lane, final Test results on this report meet project specification. Technician: David Putman Started: lO;OOa Finished: 12:00p Report Distribution: (1) Jeske Construction Company (I) Sbilnsi:, Jaeobs &: Fmklca. LLP (I) Town ofAddison (I) Town of Addison LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility fur variation in quality (composition. appearnnce. perfoI1.l:laIlCe. etc.) or any other feature of similar subject matter provided by persons or conditions over which we have nO control. Our letters and reports are for the exclUSive use ofthe clients to whom they are addressed and shall not be reproduced except in full without the written approval ofRone EDgineers, Inc. OWl!: Page 1 on 8908 Ambassador Row Dallas, Texas 75247-1510 RoneEngineers 014) 630-9745 (214) 630·9819 (fa..) A LEIGH COMPANY .. CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 125994 Attn: Mr. Steve Jeske . Project No.: 014778 2546 Merrell Rd. Date of Ser1'ice: 05/3012001 PO BOJ{ 59025 Report Date: 06/11/2001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Sernces: Obtain samples of fresh concrete at the placement locations, perfonn required field testing, cast compressive strength samples and bring samples bock to the laboratory for cwing and testing in accordance with applicable Slandards. PROJECT DATA CONTRACTOR: Jeske Construction Co. MIX DESIGN W.: 44 CONCRETE SUPPLIER: Lattimore PLACEM:ENTDATE: 05/3012001 PLANT: 7 WEATHERCONDmONS: Cloudy SPECIFICATION REQUIRL\lENTS TIME SAMPLED: 1O:45am BATCH TIME: 10:01am STRENGTH: 4500 psi @28 Days TEMPERATURE (F) • AIR NA F CONCRETE: NA F SLUMP (in): 4" -5" TRUCK NO: 1040 TICKET NO: 7102549 AIR (%): NA AIR CONTENT CONTENT (%): NA UNTlWEIGHT(pc(): NA TEST METllOD: ASTMC-I72 OVERALL PLACEMENT LOCATION: Paving -eastbound Broadway ASTMC-31 ASTMC-143 ASTMC-231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: Station 0+50 ASTMC-39 REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (arca 28.27 sq. in.) CYLINDER !'ruM COMPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGTH FRACTURE SET NO. (inch",) TESTJ;;D (days) (Ibs. force) (psi) TYPE I 1 5.5 0610112001 7 98600 3490 Unbonded Cap 1 2 5.5 06122/2001 28 135470 4790 Unbanded Cap 1 3 5.5 0612212001 28 146020 5160 Unbonded Cap Average 4980 1 4 Hold Contractor notified of 5 1/2" slump. LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition. appearance; performance. etc.) or any oTher feature of similar subject matter provided by persons or conditions over which we have no controL Our Ietters and reports are for the exdusive use of the clients to whom they are addressed and shall not be reproduced e.xcept in full without the written approval of Rone Engineers. Ioc. DT( Pagelof2 􀁾􀁥􀁰􀁯􀁲􀁴􀀠No.: 125B02 >roject No.: 014778 Client: Ieske Construction Company -***REVISED 6-25-01 tcr reflect correct compressive strength and slump requirement*** Technician: Anthony Maldonado Sbrted: 9:30am Finished: W:ooam Report Distribution: (I) Jeske Construction Company (I) Sbimek, Jacobs &: Fl1IkIea. LLP (1) Town of Addison (I) Town of Addison LIMIT A nONS: The test results presented herein were prepared based upon the specIfic samples provided for testing. We assume no responsibility far variation in quality (composition. appearance, performance. etc,) or any other feature of similar subject matter provided by petSOnS or conditions over which we have no controL Our letters and reports are fur the exclll$ive use ofthe elients to whom they are addressed and shall not be reproduced except in full without the written approval ofRooe Engineers, Inc. DK Page ZoI'Z 8908 Amb....dor Row Dallas, Texas 75247-4510 RoneEngineers (214) 630-9745 (214) 630·9819 (fax) " '"II· ". A LEIGH 'COMPANY I!J CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 125835 Attn: Mr, Steve Jeske Project No.: 014778 2546 Merrell Rd. Date of Service: 05/25/2001 POBox 59025 Report Date: 0612512001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples of fresh conerete at the placement locations, perform required field testing, cast compressive strength samples and bring samples back to the laboratory for curing and testing in accordance with applicable standards. PROJECT DATA 􀁃􀁏􀁾􀁃􀁔􀁏􀁒􀀺􀀠 Jeske Construction Co. MIX DESIGN I.D.: 44 CO:'>!CRlITE SUPPLIRR: Lattimore 􀁐􀁌􀁁􀁃􀁅􀁍􀁅􀀱􀀼􀁔􀁄􀁁􀁾􀀺􀀠 05/2512001 PL'l.NT: 7 WEATHER CONDmONS: Sunny 5l'ECIFICATION REQUIREMENTS TlMESAMPLED: 12:54pm BATCHTlME: 12:08pm STRENGTH: 4000 psi @28 Days TEMPERATlIRE(F)·AIR NA F CONCRETE: NA F SLUMP (In): 2" -4" TRUCK NO: 1092 TICKET TICKET NO: 7102429 AIR (%): 3-6 AIRCONTENT(%): NA UNITWEIGHT(pcI): NA TEST METHOD: ASTMC-I72 OVERALL PLACEMENT LOCATION: Station 2+50, south side parking lot ASTMC-31 ASTMC-143 ASTMC-231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: Slanon 2+50, south side parldng lot ASTM C-39 REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLINDER MEASURED MAXIMUM COMPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGTH FRACTIJRE SET NO. (Inches) TESTED (days) (Ibs. Coree) (psi) TYPE 1 1 4.0 0610112001 7 111940 3960 Unbonded Cap 1 2 4.0 06/2212001 28 145640 5150 Unbonded Cap 1 3 4.0 0612212001 28 142190 5030 Unbonded Cap Average 5090 1 4 Hold Water Added at Site: 10 gallons U}..1IT A nONS: The test results presented herein were prepared based upon the specific samples provided for testing. We as$ume no responsibility for variation in quality (composition, i\ppearancc. performance, etc.) or any other feature of similar subject matter provided by persollS or coaditions over which we have no control. Our letters and reports are for the 􀁥􀁾􀁉􀁵􀁳􀁬􀁶􀁥􀀠use of the clients to wbom they are addressed and shall not be repzoduced except in full without the written approval of Rone Engineers. Inc. LDK Page 1 of2 Report No.: 125835 Project No.: 014778 Cllent: Jeske Construction Company ·**REVISED 6-25-01 tu reflect correct compressive strength and slump requirement*** TeclmIcian: Anthony Maldonado Started: 12:3Opm Finished: 2:31pm Report Distribution: (1) Jeske Constructio. Company (1) Shimek, Jacobs & Frnklea, LLP (1) Town ofAddison (1) TOWllof Addison LIMITA nONS: The test results presented herein were prepared based upon the specific samples provided fot testing. We assume DO responsibility for variation in quality (composition, appearonce. 'perform.a..aee, etc.) or any other feature of similar subject matter provided by persons or conditions over which we bave no controL Our letters and reports are for the exclusive use ofthe clients to whom they are addressed and shall not be reproduced except in fun without the written approval of Rone Engineers, Inc. IlDK Page 2 of 2 8908 Ambassador Row Dallas, Texas 75247-4510 RoneEngineers (214) 631).9745 (214) 630·9819 (fax) CONCRETE COMPRESSIVE STRENGm TEST If Client: Jeske Construction Company Report No.: 125994 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd. Date ofService: 05/3012001 PO Box 59Q25 Dallas TX 75229 Report Date: 06125/2001 Project: Broadway Road Improvements Town of Addison Addison. TX Services: Obtain samples of fresh concrete at the placement locations. perform required field testing. cast compressive strength samples and bring samples back to the laboratol)' for curing and testing in accordance with applicable standards. ___________􀁾􀁐􀁒􀁑􀀮􀁉􀁅􀁃􀁔􀁄􀁁􀁔􀁁􀀠 CONTRACTOR: Jeske Construction Co. MIX DESIGN I.D.: 44 CONCRETE SUPPLIER: Lattimore PLACEMEliTDATE, 05/30/2001 PL>lliT: 7 WEATHER CONDmONS: Cloudy SPECIFICATION REQUIREMENTS TlMESAMPLED: 1O:45am BATCHTlME: 1O:01am STRENGTII: 4000 psi @28 Days TEMPERATURE(F)·AIR NA F CONCRETE: NA F SLUMP (In): TRUCK NO: 1040 TICKET NO: 7102549 AIR (%): 3-6 AIRCONTENT(%): NA UNlTWEIGHT(pd): NA TEST MET!lOD: ASTMC-I72 OVERALL PLACEMENT LOCATION, Paving -eastbound Broat:tway ASTMC·31 ASTMC·143 ASTM C·231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: Station 0+50 ASTMC-39 REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28.27 sq. in.) CYLINDER !>IARKED SET NO. MEASURED SLUMP (Inches) DATE TESTED AGE (days) MAXIMUM LOAD (Ibs. force) COMPRESSIVE STRENGTII (psO FRACTURE TYPE 1 1 6.0 0610612001 7 94605 3350 Unhanded Cap 1 2 6.0 06127/2001 28 Unbonded Cap 1 3 6.0 0612712001 28 Unbonded Cap 1 4 Hold Notified contractor of 6" slump. "'REVISED 6-25-01 to reflect correct compressive strength and slump LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided fOT testing. We assume no responsibility fot variation in quality (composition, appearance, performance, etc.) or any other feature ofsimilar subject mauerprovided by perSOns or conditions over which we bave no conlrol Our letters and reports are for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval afRone Engineers. Inc. 10K Page 1 of3 teport No.: 125994 ineers 'roject No.: 014778 Client: Jeske Construction Company IIIIB/!II requirernent*** LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality (composition. appearnnce; performance, etc.) or any alher feature of similar subject matter provided by persons or conditions over which we have no COlltzol. Our letters and reports are for the exclusive use oftbe clients to whom they are addressed and shall not be reproduced except in full without the written approval of Roue Engiaeers, mc. . DK Page 2 ol3 8908 Ambassador Row RoneEn.g, i neers Dallas, Tex(2as1 41)5 623401·49511450 (214) 630-9819 (fax) A LEIGH COMPANY CONCRETE COMPRESSIVE STRENGTH TEST Client: Jeske Construction Company Report No.: 125994 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd, Date of Service: 05/3012001 POBox 59025 Report Date: 06125/2001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain samples offresh concrete at the placement locations, perform required field testing, cast compressive strength samples and bring samples back to the laboratory for curing and testing in accordance with applicable standards. PROJECT DATA CONTRACTOR: Jeske Construction Co. MIX DESIGN IJ),: 44 CONCRETE SUPPUER: Lattimore PLACEMENT DATE: 05/3012001 PLANT: 7 WEATHER CONDmONS. Cloudy SPECIFICATION REQUIREMENTS TIMESAMPLIID: 1:45pm BATCIITIME: 12:59pm STRENGTH: 4000 psi @28 Days TEMPERATURE(F)·AIR NA F CONCRETE. NA F SLUMP (In): 2" -4" TRUCK NO. 1040 TICKET NO. 7102575 AIR (%): 3-6 AIR CONTENT (%): NA UNIT WEIGlIT (pcl): NA TEST METHOD: ASTMC-I72 OVERALL PLACEMENT LOCATION: Paving 􀁾􀀠eastbound Broru;lway ASTMC-31 ASTMC-143 ASTMC-231 ASTMC-I064 ASTMC-138 SAMPLE LOCATION: Station 2+ 15 ASTMC-39 REPORT OF TESTS Concrete Compressive Cylinder 6" x 12" (area 28,27 sq. in.) CYLINDER l\IEASlIllED l\IAXIMUl\I COl\lPRESSIVE MARKED SLUMP DATE AGE LOAD STRENGTH FRACTURE SET NO. (inches) TESTED (days) (lbs. Coree) (psQ TYPE 2 1 5.0 06106/2001 7 101155 3580 Unhanded Cap 2 2 5.0 06127/2001 28 Unbonded Cap 2 3 5.0 06127/2001 28 Unbonded Cap 2 4 Hold -"REVISED 6-25-01 to reflect correct compressive strength and slump requirement*** Technician: Anthony Maldonado Started: 9:30am Finished: 3:30pm Report Distribution: (1) Je,ke Construction Crunpany (I) Shimek, Jacobs &: Fmklea. LLP (I) Town of AddiSices: Obtain samples of fresh concrete at the placement locations, perform required field testing, cast compressive strength samples and bring samples back to the laboratory for Curing and testing in accordance wilh applicable slandards. 􀁟􀁾_________-,P,-"RO.JECT DATA CONTRACTOR: Jeske Construction CO. MIX DESIGN I.D.: 44 CONCRETE SUI'PLIER: Lattimore I'LACEMENTDATE: 06115/2001 PLANT: 7 WEA 11IER CONDmONS: Sunny SPECIFICATION REQUIREMENTS TIME SAMPLED: 1:00pm BATCH TIME: 12:15pm STRENGTI!: 4000 psi @28 Days TEMPERATllRE (F) -AIR 85 F CONCRETE: 92 F SLUMP (in): 2" _411 TRUCK NO: 1042 TICKET NO: 7103321 AIR (91,): 3%-6% AmCONTENT(%): 4.25 UNITWEIGHT{pcl): NA TEST METIIOD: ASTMC-I72 OVERALL PLACEMENT LOCA TION: Paving strip 􀁾􀀠2nd strip south ASTMC-31 ASTMC-143 ASTMC-231 ASTMC-1064 ASTMC-138 SAMPLE LOCATION: 60' west and 4' north of southeast ASTMC-39 comer of paving strip REPORT OF TESTS CYLINDER MEASURED MARKED SLUMP SET NO. (lncbes) 2 4.25 2 2 4.25 2 3 4.25 2 4 Technician: Cody Carroll Report Distribution: (t) Jeske Conslruction Company (I) Shimek, iacobs & Finklea. LLP (1) Town of Addison (I) Town of Addison Concrete Compressive Cylinder 6" x 12" (are. 28.27 sq. in.) MAXIMUM COMPRESSIVE DATE AGE LOAD STRENGTI! FRACTURE TESTED (days) (lbs. force) (psi) TYPE 0612212001 7 118200 4180 Unbonded Cap 07/1312001 28 Unbonded Cap 07/13/2001 28 Unbonded Cap Hold Started: 8:30am Finished: 2: lSpm LIMITATIONS: TIle test results presented herein were prepared based upon the specifie samples provided for testing, We assume-no responsibility fot variation in quality (composition, appearanct:, performance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no control. OW' letters and reports are for the exclUSive use of the clients to whom they are addressed and shan not be reproduced except in fun without the written approval of Rone Engineers, loco IDK Page 2 of 2 PUBUC WORKS DEPARTMENT (972) 450-2871 􀁾􀁾􀁾􀁾􀁾􀁾􀁾® P.., Office Box 9010 Addison. T""", 75001-9010 16801 We,tgrove March 20, 2001 Mr. Steve Jeske President Jeske Construction Company P.O. Box: 59025 Dallas, Tex:as 75229 Re: NOTICE TO PROCEED PAVING AND DRAINAGE IMPROVEMENTS BROADWAY STREET From ADDISON ROAD TO JULIAN STREET BID NO. 01-12 Dear Mr. Jeske: Receipt ofthis document shall serve as your Notice to Proceed for the above referenced project, effective April 2, 2001. According to the terms and conditions ofthe contract, the proposed in!provements shall be completed within seventy (70) calendar days from the start ofconstruction, at the original contract price of$213,674.80. Please include the Project nanle and Bid No. 01-12 on all monthly invoices or other correspondence to the Town ofAddison. Should you have any questions, please contact my office at 972-450-2886. Sincerely, 􀁾􀀩􀁾􀀮􀀠 Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Chris Terry, Assistant City Manager Mike Murphy, Director ofPublic Works Jin! Pierce, Assistant Director ofPublic Works Bryan Langley, Assistant Director ofFinance Dave Wilde, Construction Inspector -" Engineering , P.O. Box 9010 101·9010 iO·2871 • Fox: (9721 45()'2837 ;NDING YOU lings ler fE NO. 􀁾􀁨􀁥􀁤􀀠 o Prints o Change order 􀁬􀀱􀁾􀁵􀁵􀁾 [f{ @[? u[f{&[J:::!])0O!MDuu&11 -/-0 JOB NO. ATTENTION OATE RE: o Under separate cover via ______the following items: o Plans 0 Samples 0 Specifications 0 _________________________ J •• DESCRIPTION :ANSMITTED as checked below: al 0 Approved as submitted o Resubmit ____copies for approval ;e o Approved as noted o Submit copies for distribution ed o Returned for corrections o Return corrected prints and comment 0 ___________________________ ... __________19__ o PRINTS RETURNED AFTER LOAN TO US If enclosures are not as noted, please oti BIRKHOFF, HENDRICKS & CONWAY, L.L.P. CONSULTING ENGINEERS 7502 Greenville Ave., 11220 Dallas, Texas 75231 . Fax (214)361·0204 Phone (214) 361·7900 JOHN w. BIRKHOFF. P.E. RONALD V. CONWAY, P.E. GARY C. HENDRICKS. P.E. JOE R. CARTER. P.E. PAUL A. CARLINE. P.E. MATT HICKEY. P.E. June 14,2001 ROSS 1.. JACOBS. P.E. 1. C. flNKLEA. P.E. Mr. James C. Pierce, Jr., P.E., DEE City Engineer Town of Addison posrOffice Box· 9010 Addison, Texas 75001-9010 Re: Amendment to Contrscts for Engineering Services Dear Mr. Pierce: The Town ofAddison entered into an agreement with Shimek, Jacobs & Finklea, L.L.P., to provide engineering services for the following projects: • Marsh Lane Water Line • Special Events District • Broadway Paving & Drainage • Townhall Waterfall • TNRCC Waiver • Addison RoadlBent Tree Plaza Pkwy. • Easement Park • Addison Road Paving & Drainage • Surveyor Ground Storage Reservoir Shimek, Jacobs & Finklea, L.L.P. changed its name to Birkhoff, Hendricks & Conway, L.L.P. on May 28, 2001, and changed its address to 7502 Greenville Ave., Suite 220, Dallas, Texas 75231. We hereby request that the existing contracts for Engineering Services for the above referenced projects be transferred to Birkhoff, Hendricks & Conway, L.L.P. If this request is agreeable to the Town ofAddison, 􀁰􀁬􀁥􀁡􀁾􀀠have one copy ofthis Letter Amendment executed for the Town ofAddison and returned to this office. Sincerely yours, 􀀨􀀩􀁤􀀧􀁩􀀿􀁦􀁶􀁾􀀠 John W. Birkhoff, P.E. Dat"",,'.-£-__6---.:/,-'1_<9-!-1_____ Steve Chutchian ow From: John Birkhoff [JBirkhoff@SJFE.NETJ Sent: Thursday, May 24, 2001 12:33 PM To: schulchian@ci.addison.tx.us Subject: Broadway We have completed the survey to determine earthwork quanities and find that the actual is 699 cubic yards. The bid schedule had 520 cubic yards set up. An additoinal 179 cubic yards is due the contractor. In talking with the technician, he did not do a earth work calculations every 25 feet and mare as is now done. He took the overall area and depth of pavement calculaiton. This was done at the last minute to get the bid schedule complete. He tells me he held off due to the changes that he thought were going to be made based on the meetings that we had. 1 8908 Ambassador Rmv Dallas, Texas 752474510 (214) 630-9745 RoneEngineers (214) 630-9819 (fax) ALEIGH COMPANY " IN-PLACE DENSITY TESTING Client: Jeske Construction Company Attn: Mr. Steve Jeske 2546 Merrell Rd. POBox 59025 DaJlas TX 75'2:29 Report No.: Project No.: Date of Service: Report Date: 125017 014778 05/15/2001 05/25/2001 Project: Services: Broadway Road Improvements Town of Addison Addison, TX Perform In-Place Density Test in accordance with ASTM Standards. PROJECT DATA CONTRACTOR, Jeske Construction Co. Standard Counts Gauge: Troxler 3401 Test M-elhods: ASTMD-2922 Moisture Density ASTMD-3017 Gauge Serial No: 4299 Current' 588 Current: 2025 Test Mode: DT Previous: NA Previous: NA MOISTURE DENSITY RELATIONS MID No. Moisture % Maximum Density pcf Project Requirements Moisture Density 1 Sandy Clay wls gravel & glass fragments, dark 18.0 107.0 NA 95 min brown FIELD DENSITV.L-llT...E..<..S...T....>wS'--___________ TEST PROBE MID MOISTURE WET DENSITY DRY DENSITY DENSITY NO TEST LOCATION DEPTH No. (%) (pcl) (pel) (% max) Storm Drain 1 21" eastbound Broadway. Station 4+35, l' 6" 1 21.4 126.9 104.5 98 below grade Storm Drain 2 21" westbound Broadway, Station 4+35, 2' 6" 1 19.2 125.9 105.6 99 below grade Storm Drain 3 27" at centerline Broadway, Station 3+49, 6" 1 20.6 125.8 104.3 97 -1' below grade Test results on this report meet project specification. Teclmlcian: David Putman Started: lO:OOa Finished: 1 :OOpm Report Distribution: (1) Jeske Construction Company (1) Slllmelc, Jacobs 8< finklea, LLP (1) Town of Addison (1) Town of Addison LIMITATIONS; The test results presented herein were prepared based upon the spceific samples provided for testing. We assume no responsibility for variation in quality (composition, appearance, perfonnance, etc.) or any other feature ofsimilar subject matter provided by persons or conditions over which we have no controi. Our letters and reports are for the exclusive use of the clients LO whom they are addressed and shall not be reproduced except in full without the written approval ofRone Engineers, InC. •7DK Page 1 ofl RoneEngineers A L.EIGH COMPANY 􀁾􀀠 8908 Ambassador Row Dallas, Texas 752474510 (214) 630·9745 (214) 630·9819 (fax) IN-PLACE DENSITY TESTING Client: Jeske Construction Company Attn: Mr. Steve Jeske 2546 Merrell Rd. POBox 59025 Dallas TX 75229 Report No.: Project No.: Date of Service: Report Date: 125531 014778 0512212001 05129/2001 Project: Services: Broadway Road Improvements Town of Addison Addison, TX Perfonn In·PI.ce Density Test in accordance with ASTM Standards. PROJECT DATA CONTRACTOR: Jeske Construction Co. Standard Counts Gauge: Troxler 3430 Test Methods: ASTMD·2922 Moisture Density ASTMD·3017 Gauge Serial No: 25250 Current: NA Current: NA Test Mode: DT Previous: NA Previous: NA MOISTURE DENSITY RELATIONS MiD No. Description 􀁍􀁯􀁩􀁳􀁴􀁵􀁲􀁾􀀠% Maximum Density pcf Project Requirements Moisture Density 1 Sandy Clay wls gravel & glass fragments, dark 18.0 107.0 Oplimum+4 95 min brown 2 Dark brown clay and flexbase mix 22.0 102.0 Optimum +4 95 min FIELD DENSITY TESTS TEST PROBE MiD MOISTURE WET DENSITY DRY DENSITY DENSITY NO TEST I.OC.4TrON DEPTII No. (%) (pc() (pel) (% llUIX) 1 Paving Broadway Street eastbound lane, Station 6" 1 21.1 121.3 100.2 94 * 2+75, final grade 2 Paving Broadway Street eastbound lane, Station 6" 1 22.1 * 125.6 102.9 96 1+75, final grade Paving 3 Broadway Street eastbound lane, Station 6" 2 31.4* U5.4 87.8 86* 0+75, final grade An asterisk (*) appears next to test results which do NOT meet the project specifications. Technician: Marshall Knox Started: 1:00pm Report Distribution: (I) Jeske Construction Company (I) Shimek. Jacobs & Finklea, LLP (J) Town of Addison (1) Town of Addison LIMITATIONS: The test results presented herein were prepared based upon the specifiC samples provided for testing. We assume no responsibility for variation in quality (composition. appearance, performance. etc,) or any other feature ofsirnilar subjeet matter provided by pcn;ons or conditions over which we have no oontrol. Our letters and reports are for the exclusive use of the clients to whom they are are addressed and shall not be reproduced except in full without the written approval ofRanc Engineers, inc. 17DK Page 1 of 1 8908 Ambassador Row Dallas, Texas 􀀷􀁓􀀲􀀴􀀷􀁾􀀴􀁓􀀱􀀰􀀠 RoneEngineers (214) 630·9745 (214) 630-9819 (fax) A LE1GH COMPANY .. MOISTURE DENSITY RELATIONS Client: Jeske Construction Company Report No.: 125295 Attn: Mr. Steve Jeske Project No.: 014778 2546 Merrell Rd: Date of Service: 0511812001 PO Box 59025 Report Date: 0512312001 Dallas TX 75229 Project: Broadway Road Improvements Town of Addison Addison, TX Services: Obtain a sample of material from the jobsite. bring the sample back to the laboratory and perform a moisture density relationship test in accordance with ASTM Standards. PROJECT DATA /CONTRACTOR: Jeske Construction CO. DATE SAMPLED: 05/18/2001 TEST FOR: Paving subgrade MATERIALPREPARATlON: Moist MATERIAL: Dark brown clay and flexbase mix RAMMER TYPE: Mechanical SAMPLED BY: Knox, Marshall CLASSIFICATION: Paving subgrade SAMPLE LOCATION: Broadway Street. paving station 1+00 TEST METHOD: ASTM 0·698 MethodC ASTMD·4318 REPORT OF TEST lIIIT: 52 109 Dry PLASTIC LI:>IIT: 19 Density (pc£) PLASTICITY INDEX: 33 107 105 103 25 \ i ......􀀭􀁾􀀭􀀮_.􀁾􀀮􀀭 ------\ , i /, \ 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀠 I \. \ ! /\ \ I . I : \ I \1 13 15 [7 19 21 23 MOISTURE CONTENT (%) ZerQ air v{>ids c rYe Sn&"fic Gravit no . \ \ . i \ Technician: Marshall Knox Report Distribution: (1) Jeske Construction Company (1) Shimek, Jacobs & Finklea, LLP (1) Town of Addison (I) Town of Addison LIMITAT[ONS: The test resulis presented herein were prepared based upon the specific samples provided for assume nO responsibility for variation in quality (composition, appenmnce. performance, etc.) or llny other feature of similar subject matter provided by persons or conditions over which we have no control. Our leuers and reporls are for the exclusive use of the clients to whom they are nddressed and shall not be reproduced except in full wilhout the written approval of Rone Engineers. Inc. 􀁾􀀠 􀁾􀁰􀁬􀁣􀁬􀁬􀀠 PUBLIC WORKS 􀁄􀁅􀁐􀁁􀁒􀁔􀁍􀁅􀀱􀁾􀁔􀀠 (972) 450-2871 􀁾􀁾􀁾􀁾􀁾􀀮􀁾􀀺􀁈􀀡􀁩􀀧􀁾􀁨􀁊􀁾􀁫􀀡􀁾􀀧􀀺􀁗® Post Office Box 9010 Addison, TexWl 75001-9010 16801 WeatgtOve March 20, 2001 Dear Property Owner: The Town ofAddison has selected a contractor, Jeske Construction Company, to perfonn paving and drainage improvements on Broadway Street. A notice to proceed has been issued to the contractor, effective April 2, 2001. We look for construction to begin the first week ofApril and be completed by the end ofJune 2001. During the initial stage of construction, the existing asphalt aUey, located north ofBroadway Street, will be leveled with asphalt and a crushed stone sur:tace will be provided adjacent to the aUey fur temporary parking and pedestrian access. Should you have any questions or concerns regarding the upcoming paving and drainage improvements on Broadway Street, please fuel free to contact Mr. Steve Chutchian, Assistant City Engineer, at 972-450-2886. Your attention and consideration ofthis matter is greatly appreciated. Sincerely, 4Lr.4£+ Michael E. Murphy, P.E. Director ofPublic Works Cc: Chris Terry, Assistant City Manager Jim Pierce, Assistant Director ofPublic Works Steve Chutchian, Assistant City Engineer SHIMEK, JACOBS & FINKLEA, L.L.P. Date: 3/20/01 CONSULTING ENGINEERS Time: 2:00p.m. Type of Client: Town ofAddison Meeting: __􀁾􀁐􀀢􀀬􀁲􀁥􀀽􀀭􀀭􀁃􀀢􀀬􀁯􀀽􀀭􀀽􀁮􀀽􀀭􀁣􀁳􀁴􀀽􀀭􀁲􀁵􀀽􀀮􀀻􀀻􀁣􀀮􀀮􀀺􀀮􀀺􀁴 􀁕􀁬􀀽􀀮􀂷0:c:n=-_ 􀀮􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭 Project: 􀁂􀁲􀁯􀁡􀁾􀁷􀁡􀁹􀀠Paving and Drainage ATTENDANCE SHEET Name Representing Phone Number Fax Number m 1. John W. Birkhoff Shimek, Jacobs & Finklea, L.L.P, (214)361-7900 (214) 361-0204 2. 􀁓􀁴􀁥􀁶􀁾􀁃􀁨􀁵􀁴􀁥􀁨􀁩􀁡􀁮􀀬􀀠 Town ofAddison (972)-450-2886 _(972)-450-2837 3. /fd ..Ie:;. Ks Cj72-t.202UiJ '172.. t.'ltJ 'US24. 􀀶􀁲􀀯􀁾􀁖􀁜􀀠 􀁾􀁨􀁣􀁲􀀠 ;).ILf bsD-3f'/'> ;;WI b5D-987'1 5. j).4V{:;WIL--P';:;: qn''DO -2.f5't7 􀁾􀀻􀀲􀀸􀀳􀀷􀀠 6. 7. 8. 9. ---.... 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. -----_. 20. SIDMEK, JACOBS & FINKLEA, L.L.P. Date: ____--'3:0..12::;0:;,.;/0,;.:1____ CONSULTING ENGINEERS Time: ____ 2:(){)-I" I UmtBld I II Unttlhd No. Quantities Descrintion I I , Price Extension Price Extension Price Extension , I 520 C.Y. Unclassified Excavation $50.00 $ 26,000.00 $25.00 ! , 13,000.00 $25.00 $ 13,000.00 2 2.285 S.Y. For Furnishing and Inslalling 8-Inch Reinforced Concrete Pavement $S5.00 $ 125,675.00 $74.00 $ 169,090.00 $41.00 $ 93,685.00 , 3 700 L.F. For Furnishing and Installing 6-Inch Monolithic Curb 53.00 $ 2,100.00 $3.00 5 2.100.00 SIO.OO $ 7,000.00 , :1 ! 4 41 L.F. For Furnishing and Installing Undercut Street Header , $12.00 $ 492.00 $15.00 $ 615.00 I: $20.00 $ 820.00 5 24 S.Y. For Furnishing and installing 􀀳􀁾􀁬􀁮􀁣􀁨􀀠HMAC, T)'Pe "0" $25.00 $ 600.00 $30.00 $ 720.00, SIOO.OO $ 2,400.00 i 6 27 S.Y. For Furnishing and Installing 10-Inch Crush Stone Base. Type A. Grade 2 $25.00 $ 675.00 , $20.00 $ 540.00 ! $60.00 $ 1,620.00 i , 7 2,317 S.Y. For Furnishing and Installing 6-Inch Compacted Subgraoe $5.00 $ 11,585.00 S3.00 $ 6,951.00 S15.00 $ 34.755.00 Is , 8 546 S.F. For Furnishing and Installing 4-Inch Reinforced Concrete 􀁓􀁩􀁤􀁥􀁾􀁫􀀠 54.00 2.184.00 , $5.00 $ 2,730.00 510.00 $ 5,460.00 ! I 9 127 S.F. for Furnishing and Installing Reinforced Concrete Barrier Free Ramp 88.00 $ 1,016.00 $6.00 $ 762.00 SI5.00 $ 1,905.00 10 35 L.F. For Furnishing and Installing Guard Rail , $50.00 $ 1,750.00 $;0.00 $ 1,750.00 I $100 00 $ 3,50000 , II 100 S.F. For Furnishing and installing Sidewalk with Brick Pavers ,9.00 $ 900.00 $16.00 $ 1.600.00 $20.00 $ 2,000.00 i , 12 608 S.F. Remove and Replace Exposed Aggregate Sidewa!k Bordered with Brick Pavers $15.00 $ 9,120.00 $17.00 $ 10,336.00 , $20.00 $ 12,160.00 13 22 L.F. For Removing 􀁅􀁸􀁩􀁳􀁴􀁩􀁮􀁾􀀮􀀳􀀴􀀭􀁬􀁮􀁣􀁨􀀠Rep . $7.00 $ 154.00 515.00 $ 330.00 $50.00 $ 1,100.00 14 46 L.F. For Remo.... ing Existing 8-Jnch PVC $7.00 $ 322.00 $5.00 $ 230.00 i $)0.00 $ 1,380.00 15 34 L.F. For Removing Existing 12-lnch PVC $7.00 $ 238.00 $6.00 $ 204.00 $45.00 $ 1,530.00 ! , 16 10 L.P. For Removing and Replacing Existing Chain Link Fence $40.00 $ 400.00 $30.00 $ 300.00 $50.00 $ 500.00 , 17 21 L.F. For FUrnishing and InstaUing21-Inch Slotted Drain Pipe without Slots I $75.00 $ 1,575.00 $100.00 $ 2.100.00 Sloo.OO $ 2,100.00 25,650.00 I I 18 342 L.F. For Furnishing and Installing 21-Inch Slotted Drain Pipe with Slots ,75.00 $ $93.00 $ 31,806.00 ' $85.00 $ 29,070.00 , 19 44 L.F. For Furnishing and Installing 27MInch Rep $65.00 $ 2,860.00 $80.00 $ 3,520.00 $70.00 1$ 3,080.00 20 42 L.F. For Furnishing and Installing 􀀲􀀱􀁾􀁉􀁮􀁣􀁨􀀠RCP i $65.00 $ 2,730.00 I $75.00 $ 3,150.00 $68.00 $ 2,856.00 21 2 C.Y. Y. For Furnishing and Installing Sloped Concrete Headwall for 21-Inch RCP $750.00 $ 1,500.00 5300.00 $ 600.00 $300.00 $ WO.OO Page 3 of 4 TABULATION OF BIDS BID OF 'Il Date: February 13, 200 I '.ojecl, TOWN OF ADDLSON, TEXAS SHIMEK, JACOBS & FINKLEA, L.L.P. 1DJ Construction Company Tri..con Services, Inc. Texas Standard Construction II Paving and Drainage Improvements CONSULTING ENGINEERS P. O. Box 833187 P. O. Box 2867 P. O. Box 210768 Broadway Street -Addison Road to Julian Street Dallas. Texas Richardson, Texas 75083-3187 Garland, Texas 75047 D.llas, Texas 75211 22 4 Ea. for Conneeting to Existin2 48-lnch Rep 52,000.00 S 8,000.00 . 5,00.00 5 2.000.00 52.800.00 $ 11.200.00 i 23 1 Ea. For Furnishing and lns.).'; 1flJ I bz;;tt"3 67«. FO 3.2-3 􀁔􀁾􀀧􀁦􀀠􀀬􀁾􀁹􀀠(. ---' u 1-S-q 􀀷􀀷􀁾􀀠 i? 'J-.1-A, 983, <;-() .... 7 I ! i , i I ( TOWN OF ADDISON, TEXAS Paving and Drainage Improvements Broadway Street -Addison Road to Julian Street BID SUMMARY Bids Received Until 2:00 p.m., Tuesday, February 13, 2001 Total Contractor Amount Bid 1. Jeske Construction Co. P. O. Box 59025 Dallas, Texas 75229 $ 213,674.80 2. Ed A. Wilson, Inc. 13960 Hwy. 377 South Fort Worth, Texas 76126 $ 222,983.50 3. Gibson & Associates, Inc. 11210 Ryliecrest Balch Springs, Texas 75180 $ 259,773.80 4. Tiseo Paving Company P. O. Box 270040 Dallas, Texas 75227-0040 $ 273,097.00 5. IDJ Construction Company P. O. Box 833187 Richardson, Texas 75083-3187 $ 313,486.50 6. Tri-Con Services, Inc. P. O. Box 2867 Garland, Texas 75047 $ 323,884.00 7. Texas Standard Construction P. O. Box 210768 Dallas, Texas 75211 $ 324,067.00 TOWN OF ADDISON, TEXAS Paving and Drainage Improvements Broadway Street -Addison Road to Julian Street BID SUMMARY Bids Received Until 2:00 p.m., Tuesday, February 13, 2001 Total Contractor Amount Bid I. Jeske Construction Co. P. O. Box 59025 Dallas, Texas 75229 213,674.80 2. Ed A. Wilson, Inc. 13960 Hwy. 377 South Fort Worth, Texas 76126 $ 222,983.50 3. Gibson & Associates, Inc. 11210 Ryliecrest Balch Springs, Texas 75180 $ 259,773.80 4. Tiseo Paving Company P. O. Box 270040 Dallas, Texas 75227-0040 $ 273,097.00 5. IDJ Construction Company P. O. Box 833187 Richardson, Texas 75083-3187 $ 313,486.50 6. Tri-Con Services, Inc. P. O. Box 2867 Garland, Texas 75047 $ 323,884.00 7. Texas Standard Construction P. O. Box 210768 Dallas, Texas 75211 $ 324,067.00 TABULATION OF BIDS 1>10 m' BID OF BID OF BID OF Dale: February 13, 2001 I Project: TOWN OF ADDISON, TEXAS SHIMEK, JACOBS & FINKLEA, L.L.P. Jeske Construction Co. Ed A. Wilson, Inc. 􀁾􀀭􀀮􀁾􀀮􀀧􀀧􀀧.. 􀁾􀀠 Tiseo Paving Company Paving and Drainage imero\o'cments CONSULTING ENGINEERS P. O. Box 59025 13960 Hwy. 377 South 11210 Ryliecrest P. O. Box 270040 Broadway Street -Addison Road to Julian Street Dallas, Texas I Dallas, Texas 75229 Fort Worth. Texas 76126 , Balch Springs, Texas 75180 Dallas, Texas 75227·0040 Item A.ppro:omlltc II Gmt Bid I I[Umt,Bld I II UmtBld I II Umt Bid No. Quantities Unit Des(riotion Price EXlension Pnce Extension Price Extension Price I Extension I 1 520 C,Y. Unclassified Excavation $11.00 $ 5,720.00 $45.00 $ 23,400.00 $66.00 $ 34,320,00 $55.00 $ 28.600.00 : i ! 2 2,285 S.Y. for Furnishing and Installing 8-Inch Reinforced Concrete Pavement $41.00 $ 93.685.00 $4450 $ 101,682.50 $35.20 $ 80,432.00 $52.00 $ 118,820.00 3 700 L.F. For Furnishing and Installing 􀀶􀁾􀁴􀁮􀁣􀁨􀀠Monolithic Curb Curb i 52.50 $ I,750.00 $3.50 $ 2,450.00 $2.50 $ 1,750.00 $1.00 $ 700.00 4 41 L.F. For Furnishing and Installing Undercut Street Header $7.00 $ 287.00 $15.00 $ 615.00 ! SIO.OO $ 410.00 510.00 $ 410.00 : 5 24 S,Y. For Furnishing and Installing 3-Ineh HMAC. Type "D" $18.00 $ 432.00 : $45.00 $ 1,080.00 ! $44.00 $ 1.056.00 ! $25.00 $ 600.00 • ! 6 27 S,Y, For Furnishing and Installing lO-Ineb Crusb Stone 􀁂􀁾􀀮 Type A. Grade 2 $12.00 $ 324,00 $40.00 $ 1,080.00 $30.00 $ 810.00 $30.00 $ 810.00 i : : ! 7 2,317 S.Y. For Furnishing and Installing 6·Ineh Compacted 􀁾􀀮􀁵􀁢􀁧􀁲􀁡􀁤􀁥􀀠 $1.20 $ 2,780.40 $3.00 $ 6,951.00 $13.20 $ 30,584.40 52,00 $ 4,634,00 g 546 S.F. For Furnishing and Installing 4-Inch Reinforced Concrete Sidewalk $3.90 $ 2,129.40 $4.50 5 2,457,00.! $3.50 s 1,911.00 $3.00 S 1,638.00 9 127 S.F, For Furnishing and Installing Reinforced Concrete Barrier Free Ramp : $6.50 $ 82550 56.50 $ 82550 $4.00 $ 508.00 :1 55.00 $ 635.00 ! : . 10 35 L.F. For Furnishing and Installing Guard Rail 522.00 $ 170,00 ! $25,00 25,00 $ 875.00 $38.50 $ 1,347.50 . $50.00 $ 1,750.00 : II 100 S,F, For Furnishing and Instal1ing Sidewalk witb Brick Pavers $9.00 $ 􀀹􀀰􀀰􀀮􀀰􀁾􀀠 $15.00 $ 1,500.00 $16.50 $ 1,650.00 S10.00 $ 1,000.00 !! i ! 12 608 S.F, Remove 􀁾􀁮􀁤􀀠Rep1ace Exposed Aggregate Sidewalk 􀁂􀁯􀁲􀁤􀁥􀁾􀀮􀁥􀁤􀀠with Brick Pavers $12.00 $ 7,296.00 S15.00 $ 9,120.00 $27,50 $ 16,720.00 : $15,00 $ 9,120.00 13 22 L.F. For Removing Existing 24-lnch Rep $11.00 S ii 242.00 I, 525.00 S 550.00 $22.00 $ 484,00 ! $30.00 $ 660.00 ...._--14 46 L.F. For Removing Existing 8-1nch PVC !! $8.00 $ 368.00 $20.00 $ 920.00 $16,50 $ 759.00 S15.00 $ 690.00 i 15 34 L.F For Removing Existing 12-lnch PVC , S24.00 $ 816.00 $20.00 $ 680.00 $9.90 $ 336.60 i 520.00 $ 680.00 1 :: 16 10 L.F, For Removing and Replacing Existing Cbain Link Fence $25.00 $ 250.00 540.00 $ 400.00 $25.00 $ 250.00.· 550.00 $ 500.00 17 21 L.F. For Fumjshing and Installing 21-Inch Slotted Drain Pipe without SlQts S105,00 $ 2,205.00 $40.00 $ 840.00 , 588.00 $ 1,848.00 : $45.00 $ 945.00 , : : " 18 342 L.F. For Furnishing and InstaUing 􀀲􀁜􀁾􀁬􀁮􀁥􀁨􀀠Slotted Drain Pipe with Slots 582.00 $ 28,044.00 $75.00 $ 25,650.00 : $78.10 S 26,710.20 $72.00 $ 24,624.00 , 19 44 L.F. For Furnishing and Installing 􀀲􀀷􀀭􀁟􀁾􀁣􀁨􀀠RCP $110.00 $ 4,840.00 S75.00 $ 3,300.00 , $85.80 $ 3,775.20 $58.00 $ 2,552.00 120 42 L.F. For Furnishing and Installing 21-Inch Rep S105.00 $ 4,410.00 $65.00 $ 2,730.00 $71.50 $ 3,003.00 $47.00 $ 1,974,00 21 2 C.Y. For furnishing and Installing Sloped Concrete Headwall for 2 I-Inch Rep $320.00 $ 640.00 $500.00 $ 1,000.00 $825.00 $ 1,650,00 $500.00 , $ 1,000.00 J:\Addis,onUOOO I S l\:Ipees\tteh\PF-2.xls Page J of 4 TABULATION OF BIDS .!illL.QE BID OF BID OF BID OF ! Date: Feb,",!!}, 13,2001 Project: TOWN OF ADDISON, TEXAS SlIlMEK, JACOBS & FINKLEA, L.L.P. Jeske Construction Co. Ed A. Wilson, Inc. I Gibson & Associates, Inc. Tiseo Paving Company 􀁐􀀺􀁡􀁶􀁩􀁮􀁾􀀠and 􀁄􀁲􀁡􀁩􀁮􀁾􀁥􀀠Imerovcments CONSULTING ENGINEERS P. O. Box 59025 13960 Hwy. 377 South II 11210 Ryliecrest P. O. Box 270040 Broadway Street -Addison 􀁒􀁾 to Julian Street Dallas, Texas Dallas, Texas 75229 Fort Worth. Texas 76126 Balch Springs, Texas 75180 i DaHas, Texas 75227-0040 Hem Appro:nmate II UnIt Bla I II UJlIt Bla I II UmtHld I I un" "'" No. Quantities Unl' 􀁄􀁥􀁾􀁦􀀧􀀺􀀮􀁲􀁩􀁑􀁴􀁩􀁯􀁮􀀠 Price Extension Price Extension Price Extension Price Extension 22 4 Ea. For Connecting tOo Existing 48-Inch Rep ! 52.400,00 $ 9,600.00 $200.00 $ SOo.oo II $825.00 $ 3,300.00 $500.00 $ 2,000.00 ! i 23 1 Ea, For Furnishing and Installing 3-Foot by 3-Foot Drop Inlet i $2,100.00 $ 2,100,00 52,500.00 $ 2,500.00 $2,090.00 $ 2,090.00 $2,000.00 $ 2,000.00, , 24 8 Ea. For Furnishing and Installing 4-Inch Bc:!lard , S150,00 $ 1,200.00 S150,00 $ 1,200.00 $350.00 $ 2,800.00 ! $400.00 $ 3,200.00 25 IS L.F. For FUrnishing and Installing &-Inch PVC Water Line $130.00 S 2,340,00 i $70.00 $ 1,260.00 ' $71.50 $ 1,287.00 $40.00 S 720.00 i 26 3 L.F, For furnishing and Installing 2-Inch PVC Water Line S87,00 $ 261.00 i S50,00 $ 150.00 S1l5.50 $ 346.50 S50.00 S 150.00 i i i 27 I Ea, For Cescrintion Price Extension Prite Extension Price I Edension 􀁾􀀮􀀠 22 4 Eo. For Conneclincr to Existing 􀀴􀀸􀁾􀁉􀁮􀁣􀁨􀀠ReP $2,000.00 $ 8,000.00 $500.00 $ 2,000.00 52,800.00 $ 11,200.00 I 23 I Ea. For Furnishing and Installing 3-Foot by 3-Foot Drop Inlet $5,500.00 $ 5,500.00 I $3,000.00 $ 3,000.00 S2,900.00 $ 2,900.00 i I . i 24 8 Eo. For Furnishing and Installing 4-Inch Bollard $1,000.00 $ 8,000.00 I SIOO.OO $ 800.00 . $175.00 $ 1,400.00 I 25 18 L.F. For Furnishing ar:td installing 8-Inch PVC Water Line SI00.00 $ 1,800.00 $200.00 $ 3,600.00 S100.00 $ 1,800.00 ! I '\ 26 3 L.F. For Furnish1ng and InstalUng 2-lnch PVC Water Lint S100.00 S 300.00 S100.00 $ 300.00 $100.00 $ 300.00 ! 27 I Ea For Connecting to Existing 2-1nch 􀁗􀁡􀁴􀁾􀁲􀀠Line , $2,500.00 $ 2,500.00 . $500.00 $ 500.00 • SI,OOO.OO $ 1,000.00 28 1 Ea. For Connecting to Existing 8-Inch Water Line $2,500.00 $ 2,500.00 $1,000.00 $ 1,000.00 $3,500.00 S 3,500.00 , , 29 670 L.F. For Fux:oishing and Installing Fire Lane Stripe ! $0.20 $ 134.00 $1.00 S 670.00 I $2.00 $ 1.340.00 30 1,110 L.F. For 􀁆􀁵􀁭􀁩􀁳􀁨􀁩􀁾􀁧􀀠and installing 􀀴􀁾􀁉􀁮􀁣􀁨􀀠Wide White Stripe II $0.15 $ 166.50 54.00 $ 4,440.00 i 51.00 $ 1,110.00 Ii I' 31 4 Ea. For Furnishing and Inslalling Handicap Symbol 5275.00 $ 1,100.00 S800.00 $ 3,200.00 . SIOO.OO $ 400.00 '1 II J2 2 Eo. For Furnishing and 􀁉􀁮􀁳􀁴􀁡􀁬􀁬􀁩􀁾􀁾􀀠Handicap Ramp $750.00 • S 1,500.00 " SI,500.00 $ 3,000.00 5650.00 $ 1,300.00 33 42 : Ea. For Furnishing and Installing Wheel Stop $30.00 S 1,260.00 i $20.00 $ 840.00 S30.00 $ 1,260.00 I 34 1 L.S. For Providing Trench Safety System Design $400.00 $ 400.00 $500.00 $ 500.00 $1,000.00 $ 1,000.00 35 100 L.F. For Furnishing and Installing Trench Safety System I $4.00 $ 400.00 $1.00 S 100.00 $20.00 $ 2,000.00 , I 36 8 Ea. Relocating Water Meter with New Meter Box 5200.00 $ 1,600.00 SI,OOO.OO $ 8,000.00 SI,264.00 $ 10,112.00 I For Constructing, Maintaining, Removal and Restoration ofTemp<)rary Parking Lot, including , i 37 700 S.Y. Four Direction Signs (Blue Background, White Letters, 6" Tall) $65.00 $ 45,500.00 $)5.00 $ 24.500.00 : $68.00 $ 41,600.00 , 38 150 Tons For Alley 􀁒􀁥􀁾􀁡􀁢􀁩􀁬􀁩􀁴􀁡􀁴􀁪􀁯􀁮􀀠with TxDOT, Type "0" Hot Mix $95.00 $ 14,250.00 ! $100.00 $ 15,000.00 $99.00 $ 14,850.00 I J 39 3 Ea. For Adjustment of Waterline Valve Stack, including Debris Cap in Slack i $350.00 $ 1,050.00 I NO BiD $ -$158.00 $ 414.00 i i 324,067,00 1/TOTAL AMOUNT BID (Item, I Through 39) $ 313,486.50 :' $ 323,884,00 i :S .II I .' Page 4 of 4 February 19,2001 MEMORANDUM To: Chris Terry, Assistant City Manager 1brough: Mike Murphy, P.E., Director ofPublic Works From: Steve Chutchian, P .E., Assistant City Engineer $z.<-Cc: Jim Pierce, P .E., Assistant Director ofPublic Works Subject: Broadway Street Paving & Drainage Improvements Contract Award Attached is the bid tabulation from the Public Works Department for the proposed Broadway Street Paving and Drainage Improvements project. This street will be reconstructed with 8" reinforced concrete pavement, from Addison Road to Julian Street, and will include the paving and striping ofhead-in parking on both sides ofthe roadway. In addition, modifications to existing drainage facilities will be constructed as part ofthe project. Funding for this project was established in the Five Year Capital Project Bond Program. Jeske Construction submitted the lowest responsive bid, in the amount of$213,674.80. The engineering estimate for these improvements was $212,000. The contractor has successfully completed construction ofrelated improvements fur other municipalities in the area. The quality ofwork was considered excellent and performed in a timely manner on each project. Staff recommends that Council authorize the City Manager to enter into a contract with Jeske Construction for the Broadway Street Paving and Drainage Improvements, from Addison Road to Julian Street, in the amount of$213,674.80. Paving and Drainage Improvements Broadway St Addison Rd to Julian St BID NO 01·12 DUE: February 13, 2001 .:.:2.V 􀁾 BIDDER VINGCO TX STANDARD CONSTRUCTION JESKE CONSTRUCTION TRI·CON SERVICES JDJ CONSTRUCTION CO GIBSON & ASSTS,INC SIGNED 0.../V V V L/I.,.../' TOTAL :i..{3 oct?::' 􀀷􀀮􀁬􀀭􀁾􀀠7]g I 0 ;'l..'"3 67 I I .'-V () i () S-.u ( • Paving and Drainage Improvements Broadway St Addison Rd to Julian St BID NO 01·12 DUE: February 13, 2001 BIDDER TISEO PAVING CO TX STANDARD CONSTRUCTION JESKE CONSTRUCTION TRI-CON SERVICES JDJ CONSTRUCTION CO GIBSON & ASSTS,INC to W/l/60JJ SIGNED Yf6 􀀱􀀦􀁾􀀠 Ylh 'fi:l;, '(Ph YG6 YEs r TOTAL 1.13.0Q1 3 zr;;, t1!:>! 'Z/?; IP7if.1. " ,. "-"v} 􀁾􀀮􀀩􀀢􀁌􀁾􀀠 􀀳􀁉􀁦􀁱􀁬􀀱􀂷􀁾 191 1'13· Ztt. 􀁱􀁾􀀮􀀠0 ::> eeJ SO . I: 􀁪􀁾􀁹􀀮􀁬􀀠d: 􀁾􀁲􀁮􀁤􀀼􀀠 Bryan Langley. Assistant Finance Dfrector Minok Suh, Purchasing Coordinator 972 450 7096; !'EB· i 2 ·01 4: i OPM; PAGE 2/2 TOWN OF ADDISON, TEXAS BROADWAY STREET PAVJNG &; DRAINAGE lMPROVEMEN'fS Bid No. 01·12 ADDENDUM NO.2 February 12, 2001 Plu"s and specifications fot the Broadway Street Paving & Drainage Improvements projecl, for the Town of Addison, Texas, on which bids arc 10 be received until 2:00 p.m" February 13, lOOt, w"c hereby modified lUI foIlOW$: I. Refer 10 the NCTCOO Standard specifications, Item 1.42.3 -Samples and Tests of Materials. Change the wording from the Owner paying for all testillg 10 the Contractor paying for oil testing of malerials. Testing shnll be subsidiary to Ihe cost of the reinforced concrete pavemenl, stonn sewer pipe and walerUne pipe. 2. Bidder. 􀁾􀁨􀁡􀁬􀁬􀀠acknowledge receipt of Addendum No.2 in the space provided in [he Proposal, 􀁾􀀠 QuWr envelope of their bid. SlUMEK, JACOBS &; nNKLEA, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS Addendum No, 1 SENT BY: FINANCE DEPARTMENT; 972 450 7096; FEB·12·01 4:09PM; PAGE 1/2 Date: ;1-1 't---0 I To: 􀁾􀁦􀁥􀀨􀀯􀁥􀀮􀁟􀀠 Fax: ) lJ 3"; . 01-/21f;... --:2.--. Page 1 of ::t.. From: f11. (i (",0 k. Town of Addison· Finance PO Box 9009 Addison, Texas 75001 5350 Belt line Road Addison, Texas 75240 Fax Number (972) 450-7096 , > TRANSMITTAL OF ADDENDUM •••••••***********************************************.************************ JNSTRUCTIONS: Acknowledge receipt of Addenda in Proposal, on outer envelope of bid . AND WITH THE FORM BELOW FAXED TO (214) 361-0204 upon receipt. ******************************************************************************* Addendum Acknowledgment FAX to (214) 361-0204 I Acknowledge the receipt ofAddendum No. 1 Town of: ______---"-'AD=D:.=I""SO=N"-,-"TE=XA=S'----______ Project Name: Broadway Street Paving & Drainage Improvements By Facsimile Transmission on this date: February 5, 2001 Contractor's Signature Company Name E-Mail Address: "PLEASE SIGN & FAX TillS PAGE BACK TO SJ&F" (as verification that you received this Fax) (214) 361-0204 Total Number ofFax Pages: .z], TOWN OF ADDISON, TEXAS BROADWAY STREET PAVING & DRAINAGE IMPROVEMENTS Bid No. 01-12 ADDENDUM NO.1 February 5, 2001 Plans and specifications for the Broadway Street Paving & Drainage Improvements project, for the Town of Addison, Texas, on which bids are to be received until 2:00 p.m., February 13, 2001, are hereby modified as follows: 1. Refer to the INSTRUCTION TO BIDDERS, Page ffi-5 of, Section X -Final Payment. Item (4). • Change the length ofthe Maintenance Bond from one (I) year to TWO (2) YEARS. 2. Refer to the PROPOSAL FORM: a. Page PF-6: Item 19 -Change the unit from Each to Linear Feet under the "Unit" Item and the "Description and Prices in Words". b. Page PF-9: Delete this page in its entirety and substitote the attached page PF-9A, which adds Item No. 39 (For Adjustment of Waterline Valve Stack, including Debris Cap in Stack). 3. Refer to the SPECIAL PROVISIONS: a. Page SP-3, Item SP.8 -Delete the second paragraph pertaining to Video. b. Page SP-12, Item SP.28 -Add the following: The Contractor shall set up one-way traffic on Broadway (east bound) for the duration of the project. In accordance with the phasing plan in the construction plans, one half ofthe road shall be constructed at a time, thus allowing one-way traffic and parking. Temporary parking signs shall be furnished and posted. Temporary parking is described in Items SP.36 and SP.37. 4. Bidders shall acknowledge receipt of Addendum No. I in the space provided in the Proposal, on the outer envelope of their bid. and by falling back the "Transmittal of Addeudum Acknowledgment Sheet" to Shimek. Jacobs & Finklea, L.L.P. at (214) 361-0204. SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS DALLAS, TEXAS _____!!!!!!!__􀁾􀂮􀀠 Post Office Box 9010 PUBLIC WORKS DEPARTMENT (972) 450-2871 Addison, Texas 75001-9010 16801 Westgrove January 31,2001 Mr. John Birkhoff, P.E. Shimek, Jacobs & Finklea 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Re: Addendum #1 Broadway Street Paving & Drainage Improvements Dear John: Upon review of the Specification & Contract documents for the Broadway Street Paving and Drainage Improvements, the following corrections were determined to be necessary in an addendum: a. Section IB-5 -Part X4 indicates a I-year maintenance bond requirement, while Section MB-3 calls out for a 2-year maintenance bond. b. Section PF -9 -Include an item for adjustment of water valve stacks and installation of a debris cap in the stack. c. Section SP-3 -Reference is made to a requirement for a VHS tape of existing conditions "outside of the lift station." This is not needed as part of the proposed project. d. Section SP-12 -Reference to traffic flow on city streets, during certain hours, should be further defined. e. Section PF-6 -Item #19 references a unit as "Each", instead of "l.f.." Please prepare an addendum to this project and forward it to Mr. Bryan Langley, Assistant Director of Finance for disposition. The scheduled bid opening date should remain the same. Should you have any questions, please let me know. Sincerely, 􀁦􀁴􀀭􀀭􀀯􀁾 Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Bryan Langley Jim Wilson........,. F( t.e. TOWN OF ADDIsoN PUBLIC WORKS To: Mr. Greg Hilton From: Steven Z. Chutchian, P.E. Assistant City Engineer Company: TXU Electric Phone: 972/450-2886 FAX: 972/450-2837 FAX #: 972-888-1304 schutchian@ci.addison.tx.us Date:_--'<.J=an""u"",a::.:ry..L..!:3,-,,0,,-,.2.0.""0,,,,1,,-16801 Westgrove Drive P.O.Box 9010 # of pages (including cover):_.:.2__ Addison, TX 75001-9010 Re: Broadway St. Notice -Saturday Shut Down o Original in mail o Per your request o FYI CaD me Comments: ('.-reg -Attached is the ieJter that we ham.! delivered to each affilcted property owner on Broadway. with their individual initial sign-om. Should you have any questions, please let me know. Thanks. Steve Chutchian PUBLIC WORKS DEPARTMENT (972) 450-2871 Post Office Box 9010 Addison, Texas 􀀷􀀵􀀰􀀰􀀱􀁾􀀹􀀰􀀱􀀰􀀠 16801 Westgrove January 29, 2001 Dear Property Owner: In advance of the upcoming paving and drainage improvements on Broadway St., the Town ofAddison entered into an agreement with an electrical contractor to perfunn certain individual service relocation improvements. In order for the contractor to complete the electrical service connections, it will be necessary for TXU Electric to temporarily tum offpower to your business on Saturday, February 3, 200 1, from 8:00 a.m. to approximately 1:00 p.m. The inconvenience and overall impact ofthis action to your business is very much appreciated_ Should you have any questions, please feel free to contact my office at 972-450-2886. Sincerely, 􀁾􀁊􀁾􀀠 Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Chris Terry, Assistant City Manager Mike Murphy, Director ofPublic Works Jim Pierce, Assistant Director ofPublic Works HP LaserJet 3100 SEND CONFIRMATION REPORT for Printer/Fax/Copier/Scanner TOWN OF ADDISON 9724502837 Jan-30-01 3:29PM Job Start Time Usage Phone Number or ID Type Pages Mode Status 570 1/30 3:28PM 0 1 33" 9728661304 Send, ......... ,,. 2/2 EC144 Completed ....... ..... ,', ..... .................. Total Pages Sent: 2 Pages 􀁐􀁲􀁾􀁮􀁴􀁥􀁤􀀺􀀠0 TOWNOY ADDISoN PUBLIC WORKS To: Mr. Greg HUtQn From I Stcvm Z. C'hutcllil1n, P.Fro AII.!iatlint City Engium Compall}'! TXU F.k:dric Phone: 972/4!111)..2886 FAX: 9711450-2837 FAX.: 97'.$88-1364 tIl'hlllc.hW.®d.IIddlw••tt.1 I1 Datr. J@DUIll'30,1001 16801 􀁗􀁾􀁴􀁧􀁲􀁯􀁶􀁥 Drive P.O.Box 9010 f# of pages (including conr):_2__ Addison, TX 7S001..WJ 10 Re: Broadway SL 􀁾􀁯􀁲􀁴􀁣􀁥 -S!turday Sbut DoWD koow Thanh PUBLIC WORKS DEPARTMENT (972) 450-2871 􀁾􀁾􀁾􀁾􀀡􀁩􀀡􀁾􀀡􀁩􀀡􀁩􀀡􀁾􀁾􀂮􀀠 Post' Office Box 9010 Addison, Texas 75001-9010 16801 Westgrove January 29, 2001 Dear Property Owner: , In advance ofthe upcoming paving and drainage improvements on Broadway St., the Town ofAddison entered into an agreement with an electrical contractor to perform certain individual service relocation improvements. In order for the contractor to complete the electrical service connections, it will be necessary for TXU Electric to temporarily turn offpower to your business on Saturday, February 3, 2001, from 8:00 a.m. to approximately 1:00 p.m. The inconvenience and overall impact ofthis action to your business is very much appreciated. Should you have any questions, please feel free to contact my office at 972-450-2886. Sincerely, fo/d4, Steven Z. Chutchian, P.E. Assistant City Engineer Cc: Chris Terry, Assistant City Manager Mike Murphy, Director ofPublic Works Jim Pierce, Assistant Director ofPublicWorks 􀁾􀀠FINANCE DEPARTMENT I PURCHASING DlVISI0N5350 Bel. Line Road (972) 450-7091 -Facsimile (972) 450-7096 PostOfliee Box 9010 Addison, Texas 75001 INVITATION TO BID The Town ofAddison is accepting bids from all interested parties for PAVING AND DRAINAGE IMPROVEMENTS BROADWAY STREET ADDISON ROAD TO JULIAN STREET: Bid No: 01-12 Bid Name: Paving and Drainage Improvements Broadway Street Addison Road to Julian Street Bids Opened: 2:00 p.m., Tuesday, February 13,2001 Office of the Purchasing Coordinator Addison Finance Building 5350 Belt Line Addison, Texas 75240 Since DemandStar_com maintains the vendor files for the Town ofAddison, bidders do not need to notilY the Town ifthey do not intend to bid on this project_ For vendors that would like to be removed from the bidder's list, please notilY the Town ofAddison in writing_ NOTE: The bid !?pecifications for this bid will not be available online or by fax_ Ifyou would like to obtain a free copy ofthe bid specifications, you may pick up one at the Purchasing Department, 5350 Belt Line Road, AddisorL Texas 75001 For questions concerning the bid process, contact Bryan Langley, Assistant Finance Director, at 9721450-7090_ For questions concerning the specifications or the work to be performed, contact Steve Chutcbian, P_E., Assistant City Engineer, Town of Addison 9721450-2871, or John BirkhofI, Shimek, Jacobs & Finklea, L.L.P. 2141361-7900. BROADWAY DRIVE IMPROVEMENTS BID FORM BID 01-12 PAGE 1 OF 1 _A_ r􀁁u􀁾J􀁄 􀁷INSoofN PUBLIC WORKS DEPARTlI'lENT (972) 450-2871 HE ® Post Office Box 9010 Addison, Texas 􀀷􀀵􀁏􀁏􀀱􀁾􀀹􀀰􀀱􀀰􀀠 16801 Westgrove January 24,2001 Dear Property Owner: The Town ofAddison recently initiated the bidding process regarding proposed paving and drainage improvements on Broadway Street. It is anticipated that construction will begin in mid-March, 2001. Each property owner will be notified prior to the start of actual on-site construction activity. At this time, a contractor, representing Southwestern Bell Telephone, is perfonning emergency repairs to existing lines at the intersection ofBroadway St. and Addison Road. This work is unrelated to the Town's scheduled street improvements but should be completed very soon. Our staffwill make every effort to provide continued access to your business. During construction ofthe paving and drainage improvements, the existing alley located north of Broadway St. will be leveled with asphalt and the adjacent parkway area will be layered with crushed stone to provide temporary parking and pedestrian accessibility. Should you have any questions regarding the upcoming improvements on Broadway St., please feel free to contact my office, at 972-450-2886. Sincerely, 􀀴􀁦􀀺􀁾􀁾􀀠 Mike Murphy, P.E. Director ofPublic Works Cc: Chris Terry, Assistant City Manager Jim Pierce, Assistant Director ofPublic Works Steve Chutchian, Assistant City Engineer SECTION AB ADVERTISEMENT FOR BIDS SECTION AB ADVERTISEMENT FOR BIDS 1. Sealed bids addressed to the Town of Addison, Texas, for Paving and Drainage Improvements to Broadway Stroot -Addison Road To Julian Street, in the Town of Addison, Texas, hereinafter called "City" in accordance with specifications and contract documents prepared by Shimek, Jacobs & Finklea, L.L.P. will be received at the office of Bryan Langley, Assistant Finance Director, Finance Building, 5350 Belt Line Road, Addison, Texas until 2:00 p.m. Oil February 13, 2001. Bids received by the appointed time will be opened and read aloud. Any bids received after closing time will be returned unopened. Unsigned bids will not be considered. 2. The Contractor shall identifY his bid on the outside of the envelope by writing the words PAVING AND DRAINAGE IMPROVEMENTS TO BROADWAY STREET -ADDISON ROAD TO JULIAN STREET, Bid No. 01-12. 3. 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%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a reliable surety company licensed by the State of Texas to act as a Surety and be listed on the current U.S. Treasury Listing of Approved Sureties, 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 ten (10) days after notice of award ofcontract to him. 4. Plans, specifications and bidding documents may be secured from Bryan Langley, Assistant Finance Director, Finance Building, 5350 Belt Line Road, Addison, Texas. There will be no fee or deposit for documents. 5. The right is reserved by the Mayor and the City Council as the interests ofthe City may require to r'liect any or all bids and to waive any informality in bids received. 6. The Bidder (Proposer) must supply all the information required by the Proposal Form. 7. A Performance Bond, Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100% of the total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety and be listed on the current U.S. Treasury Listing of Approved Sureties. 8. For information on bidding or to secure bid documents, contact Bryan Langley at (972) 450-7090. For information on the work to be performed, call Steve Chutchian, P.E., Assistant City Engineer, Town of Addison (972) 450-2871 or John Birkhoff, Shimek, Jacobs & Finklea, L.L.P. (214) 361-7900. 9. The project consists offumishing and installing perimeter fencing in accordance with the specifications. 10. Estimated quantities for major iterns include the following: Description Quantitv 8" Reinforced Concrete Pavement .......................... 2,160 S. Y. Slotted Drain Pipe ....................... ............................. 342 L.F. Sidewalk .................................................................. 700 S.F. II. N0 Pre-Bid Conference will be held. TOWN OF ADDISON, TEXAS SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225-5816 Filx (214) 361-0204 Phone (214) 361-7900 RONALDV. CONWAY, P.E. JOHN W. BIRKHOFF, P.E. JOE R. CARTER, P,E. GARY C. HENDRICKS, P.E. PAUL A. CARLINe, P.E, MATT HICKEY, PoE. January 15,2001 ROSS L, JACOBS, p.E. t C. FlNKI.F.A. P.E. Mr. Greg ilton TXU 1015 utton Drive Ca ollton, Texas 75006 Re: Town of Addison Broadway Street Dear Mr. Hilton: The Town of Addison is moving forward with advertising for construction the paving and drainage improvements to Broadway Street located just east ofAddison Road. We met in the field in December to discuss to possibility of removing a utility pole that is currently in the roadway/parking area. The Town has moved forward to have the electrical service relocated to the rear oftwo existing businesses, which are fed off ofthis utility pole. Accordingly, the Town of Addison requests that you proceed with the design and construction necessary to remove the electric service including pole from Broadway Street. We have attached a plan view of the proposed improvements. Bids will be received on February 9, 2001 with construction proceeding by March 1,2001. Ifyou have any questions, please call Steve Chutchian with the Town of Addison or myself. Sincerely, j John W. Birkhoff, P.E. Enclosure ce: Mr. Steven Z. Chutchian, P.E. I ',-v '-\UCHT """",'fI, ,S Ww!'" ; i 􀁾􀀠 􀁾􀀠 ! 􀁾􀀠 􀁾􀀠 2 I i f ! BROADWAY STREET PAVING &: DRAINAGE H.WAC. PAVING PLAN .1 1...-:"""" J " FROM ADDISON ROAD TO JUUAN STREET [0.PROP. 6-HJrUo.C. SHIMEl<, JACOBS '" flNKLEA,. LLP, ::! "-41-CONSULTJNG ENGINEERS 􀁾􀀠 {_EXIST, CURS J.w.a ' litIEEl No.. 􀁾􀀠 􀁾􀀺􀀠 2000-119 S 2 So J. &; F. DAn: 􀁾2.001 􀁾􀀠17 :!'.tI££'fS 􀁾􀀠\ I I I I I I " I 􀁾􀀠 -" LEGEND d INLff !1EFERWCE PO/!IT t2??/A1'l ,1' II.IIAC, w/IO' fl£X8ASE L-__--'I 8' IIBNF. CONe. PVfI[ EXISllNG STORM SEWER PIPE' !1f!.1OVAl 􀁾􀀠 TOWN OF ADDISON, TEXAS SHIMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820 Dallas, Texas 75225·5816 Fax (214) 361·0204 Phone (214)361-7900 RONALD v. CONWAY, P.E. JOHN W. BlRKHOFF, P.E. JOER CARTER, P.E. GARY C. HENDRlCKS. P.E. PAUL A. CARLINE, P,E. MATI HICKEY, P.E, January 15,2001 ROSS L JACOBS, P.E. 1. C FfI\'KLEA. P£ Mr. Roy Broussa Southwestern 11 Telephone 275 N. Ore ville Avenue Richard n, Texas 75081 Re: Town ofAddison Broadway Street Dear Mr. Broussard: The Town ofAddison is moving forward with advertising for construction the paving and drainage improvements to Broadway Street located just east of Addison Road. We met in the field in December to discuss to possibility of removing a utility pole that is currently in the roadway/parking area. The Town has moved forward to have the electrical service relocated to the rear oftwo existing businesses, which are fed off of this utility pole. Accordingly, the Town of Addison requests that you proceed with the design and construction necessary to remove and relocate the telephone service from pole located in Broadway Street. During the December meeting on site you stated that the service could be run underground and that you would run a new service from Addison Road to this location. We have attached a plan view of the proposed improvements. Bids will be received on February 9, 2001 with construction proceeding by March 1,2001. If you have any questions, please call Steve Chutchian with the Town of Addison or myself. Sincerely, John W. Birkhoff, P.E. Enclosure ) cc: Mr. Steven Z. Chutchian, P.E. LEGEND INLET REFERENCE POINT 􀁾 J'H.VAC. w/IO' fl£X8ASE 8' I/EJNF. CONe. PVID. CIJII8 REVOVAl SlOfIrAlK REVOVAl EXISTING STORM SEWff? PIPE REMOVAl NO!E:S.I. COJINtCl'!N(; mQtSTINC S10RJI SEWI:R .t I?fJI(JVAL OF lXIS1'JN(; SllJIIII S£HrR PIP£; INU'lS AND olH£H AI'PIlfIlfJWICES IS S1JlJSJt)IA/Iy TO PfItJI¥JS(D S!IJIIII , . /L....;stWFR==S>.:::S7EJI=.;JN!;=_==._____....J .... 􀀯􀁾􀁾􀁾􀁶􀀧/􀁾􀀠 .. 􀁾'kt'-..."" -f'"",""F.$../'􀁾, /" 􀀯􀂫􀀮􀀬􀀣􀀧􀁾􀀭􀀭􀀮􀁾􀀠I ,....._________________ /􀀯􀁾􀀬􀀮􀀮􀀬􀀺􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀭􀀭 , /' /..... TOWN OF ADDISON, TEXAS BROADWAY STREET PAVING & DRAINAGE PAVING PlAN FROM ADDISON ROAD TO JUUAN STREET LLP. SHIMEK, JACOBS & FINKLEA, L.L.P . . CONSULTING ENGINEERS 8333 Doug1as Avenue, 11820 Dallas, Texas 75225·5816 􀁆􀁡􀁸􀀨􀀲􀀱􀀴􀀩􀀳􀀶􀀱􀁾􀀰􀀴􀀠 Phone (214) 361·7900 RONALD V. CONWAY. Pl!. JOlIN W. BlRKHOFI'. Pl!. JOE R. CIIR'IER, Pl!. GARY C. HENDRICKS, P.E. /,I'A!' L. (. () PAULA. CARlJNE. P.E. 70 MATfHlCI. . , , 'L ; [ . t", .• 􀀧􀁾􀀮􀀠 􀀬􀁾􀀠 -, ·n-' .. 􀀮􀁾􀀮􀀠 , . I November 3,2000 Mr. Cline: I have attached a copy ofthe latest version ofour proposed Broadway Ave. Improvements. Should you have any questions, please call me at the number shown on the card. I look forward to hearing from you. Thank you. 􀁦􀁯􀀭􀁾􀀮􀀠 Steve Chutchian, P.E. Assistant City Engineer -,), 1\ I C -\. ! 􀀺􀀺􀀭􀀺􀀺􀀺􀀮􀁾􀀠 I \ \ I , «ty. ItO"... <>I" ""'_ """"""...b 10I ....I P'lt'MiU&d .ah",,' ..,;(1"" ""-""0.::'01:0" or $>lIme.... JOCs &: 􀀢􀀮􀀮􀀮􀀮􀀮􀀬􀁉􀀼􀀺􀁾􀀬􀀠 LI-I". CITY OF ADDISON, TEXAS BROADWAY STREET PAVING &: DRAINAGE PRaJMINARY LAYOUT FROM ADDISON ROAD TO JUUAN STREET SHIMEK. JACoeS &: FlNKLEA. LLP. CONSUl.'l1NG ENGINEERS 12/12/2666 19:39 9725791654 MCBRIDE ELECTRIC PAGE Ell t.,, ,l : Fax Cover Sheet Mission Statement McBride Electric and DataConnect is a national service network that exista to provide excellence in electrical service through skilled team members who are trained and personable. .. --. Date: 1P/1/t!?J To: L(YIa Chary//ee Company: 􀁤􀁾􀀬􀀠o£ 􀁉􀁊􀁲􀀭􀁊􀀴􀁾􀁍􀀠 Fax No.: (C(1::J.) '0.... onG ••Toled epecif!c,":ons ,/] ...r. , , P""PG'." for con"'nI"'I"" or Ii'll. opoeilic P,oJ",,1 on7_ R"".. Q' thue doeu..,,,n'. I. no. ponnille" .I.h..", ..rllt..... 􀁡􀁵􀁬􀁨􀁯􀁲􀁩􀀧􀁃􀁉􀀧􀁾� �􀀠 of Shimek, Jacobo /i &: 􀁆􀁏􀁮􀁾􀀧􀁥􀁯􀀮􀀠 L.L.P. \ i \ '-B.II. AR-J '0' CUT AT END OF RUAJNfNC WAlL NORTH Of' UHOBERGH OIl. Iff"Sr S1O£ Of' AOOISON NO. N 11792.4916, £ 9775.4.348 fl.£V, 6J5..J8 B.II. J 􀁾􀀶􀁏􀁤􀁾􀀠NAIL IN POWER POLE SOUTHEAST COHNEli Of' JULIAN Sf. Ii' 8li'a4WAY Sf. H 11822.828.J. £ lroJ)2.4O.J2 El£V. 6.12.50 nlESE OOCUIoIOOS ,Ii1£. FOR INTERn.. REVIEW AND A'!E NOT INlUIOED fOR CONSTRUCTION, BlDD!NG, OR PERWT PURPOSES. J()lH W. BlRKHOfF TOOS P.E. NO. 541J7 DAlE: 2 NO'wDIBER 2QOO CITY OF ADDISON, TEXAS BROADWAY STREET PAVING & DRAINAGE PRELIMINARY LAYOUT FROM ADDISON ROAD TO JULIAN STREET SHIMEK. JACOBS & FINKLEA. LLP. CONSULTING ENGINEERS Daile., Te.... DAlE: OCTOBER 2000 PROJECT: 2000-119 9lEET NO. 5 OF" 1& SHEETS OfSiCNED ey: 􀁟􀀭􀀬􀀭􀁊􀀮􀁾􀀧􀀮􀀧􀁾􀀮􀁟􀀠 ORAYIN BY: S. J. &-r. ------\J -;7 I ,􀀺 -􀀭"''􀁾', 􀀠􀁾􀀠 􀁾􀀠 I I \ I \ , 􀁾􀀠 I \ I [J ,/l'I.R.f£L• Wj'SJ&f' .. AlLSY r---I.... r I \ \ PHOTO SHOP \ I o Ii I. f /􀁾􀀮􀀠 􀁾􀀮􀀬􀀠 . ;) 􀁉􀁾􀀧􀀠 ----􀁾􀀠 ..... . 􀁾􀀠 􀁾􀀠 􀁾􀀠 􀁾 ... .... 􀁬􀀾􀁾􀀠... ,.";<, .. 􀁾 􀁾􀀺􀁉􀀠 ....... .' ..... ..:....-:---I I I .. ...•.. /I p i %! I 􀁾􀀠 V'/.' , i ! 􀀢􀁾􀁹.. \, \ I. , I. I I m I I 􀁾􀀠 I 􀁾􀁴 "II I I 8 I 􀁾􀀠 1 ,;; I I 􀁾􀀠 :' \ I I " s :1l!\ 1 I I 􀁾􀀠 I I I , , I 􀁾􀀠 \,,1 , I I \ I nee: OOCUJ,IOOS ME fOR !Kl£RIj,I Rrnar AN{) I8f NQT !HIEh'OOl RlR CONSff!OCl'Il)N 􀁾􀀬 OR P(F.iiIT PURf>OSEZ. JOHN W. 8lFJ(H(IFF 􀁾 p.E-NO. 54111 DAm 2 NO\tIII&R 2000 '" lmon 1'.''''• .,n<1 _m«ilki". .._ ..nop<>n04 ro, .......􀁾􀁉􀁬􀀢􀀧􀀢􀀠Ql t"" , I lP_";U" 􀁰􀀢􀀧􀀻􀁾􀁤􀀠 ""1'y. ,....u '" IlIu," ,/1 41>!;__• 41 "'>it ",",'''''';UOX! "U.WI ..ral",,, Qull'\Qfi;lollo:." <>1 __It. "".".1... /1 & F'lnId"u. LL_P CITY OF ADDISON, TEXAS BROADWAY STREET PAVING & DRAINAGE PREUMINARY LAYOUT FROM ADDISON ROAD TO JUUAN STREET SHIMEK. JACOBS & RNKl£A. LLP. CONSULllNG ENGINEERS 􀁛􀁉􀀨􀁓􀁉􀁾􀀠SY:; _",J.W"".'._ l"fi(),£cr, 201'XJ-1I9 SIf££T NO. 5 DRAWN tiT' 5. J. &: f. tIATE: OCTOBER toOO OF 16 SHEETS PUBLIC WORKS DEPARTMENT (972) 450-2871 􀁾􀁾􀁩􀁩􀁯􀀮􀁩􀁩􀁩􀁾􀁾􀀢􀀢􀀢􀀡􀁾􀀧􀁬􀀡􀀡􀁩􀀡􀂮􀀠 􀁐􀀻􀀻􀁾􀀮􀁂􀁏􀁘􀀹􀀰􀁾􀁫􀁴􀁷􀀬􀁯􀁮􀀮􀁾􀀢􀀻􀀺􀀺􀁉􀁏􀀠 􀁾􀀠 16801 Westgrove October 23, 2000 01-tu1;f} 􀁰􀁐􀁾􀀧􀀠 -􀁾􀀠 LqJJ1 u»􀁾􀁬􀁦􀀠/'􀁉􀁏􀁾􀀠 5 IJJ Mr. Greg Hilton t-() 0 /'t-') j2 /} I I _e,/r1'l101 il 􀁾􀁔􀁘􀁕 Electric y f-r ...-r IJ <. 􀀬􀀬􀁾􀀠 i! 1015 Hutton Dr. 1\,,\7//1 􀁹􀁬􀀧􀁜􀁊􀁬􀀭􀀷􀁄􀁛 􀀨􀁾 Carrollton, Texas 75006 ' .. 􀀭􀀧􀁻􀂢􀀻􀁦􀁬􀀮􀀭􀁾􀁉􀀯􀁾􀀠 . 􀁾􀁲􀁊􀀱􀀩􀀧􀀭􀁾􀀧􀁬􀀮􀀿, 􀁾􀀶􀀭 Re®O'adiJ 􀁓􀁾􀁡􀁶􀁩􀁮􀁧 Improvements 1 From arson Road to Julian Street Dear Mr. Hilton: Please accept this correspondence as a follow-up to our recent conversation regarding the viability ofTXU Electric providing underground service on the above mentioned improvement project. The attached preliminary drawing is highlighted to show the location ofexisting power poles within the project limits. A subsequent revision to this drawing will show the proposed pavement to extend generally to the northern property line. We would appreciate your evaluation as to the feasibility of eliminating the power poles and running your utility underground along Broadway Street. Your consideration in this matter is greatly appreciated. Sincerely, 􀁾􀁊􀁾􀀠 Steven Z. Chutchian P.E. Assistant City Engineer Cc: Jim Pierce, Assistant Director ofPublic Works • • • • I Sent By: TOWN OF ADDISON" To: se DOWN 'At: 2837 972 450 7065; Jul-14-00 1:32PMj Page 1/1 Town ofAddison Project Name (M:aximmu 30 eba=le.tS) Project Description Project Type: Operating/UDique Time to Complete efc mOllw) Located in Planning Sector: 1 2 3 4 Project Time Line P'itllse 􀀨􀁥􀁾􀁥􀁥􀁲􀀮􀁩􀁮􀁧􀀮􀀠ROW, N/A acqui5iCioD • con'lruCli,o n.elc.\, I I I • I s I I I I I I􀁾􀀠􀁅􀁊􀀧􀁬􀁾􀀬1'Ie.tr'" , IS S;SOO: I I f I I :;("r l 􀁴􀁬􀁾􀀠 ,S 􀀱􀀢􀀧􀁾􀁡􀁏􀁏􀀮􀀠WJ I I I I It4 , ,S I I :; I I , ,5 I I ; 10 , s , I I J I I "; , , J S I I .s =:I • • I I I r Con /) 9 1:: 15 18 ':11 21 􀁾􀀠 lc=t ft>.SOOPJ .... 􀁾􀁉􀁦􀀩􀁮􀀬􀁨􀁾􀀠 filJ:ln.e 􀁏􀀮􀁰􀁾􀁲􀁴􀁭􀀬􀀧􀁵􀀠U.e /o Project :I' ... SeqF••• PUBUC WORKS DEPARTMENT (972) 45().2871 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀂮􀀠Post Office Box 9010 Addis••, Te""" 75001-9010 ·16801 Westgrove April 9, 1999 Ms. Holly Mentler . Mentler Marketing Services 4819 Broadway St. Addison, Texas 75001 \ Re: Broadway Street Dear Ms. Mentler: Thank you for taking the tinIe to write us about your concerns regarding Broadway Street. The Town of Addison is very interested in making improvements in the "old town" area if that is what the property owners desire. Because Broadway is a local street principally serving only the adjacent property owners the Town would make improvements as part of a voluntary street assessment program. In a voluntary street assessment the property owners on both sides of the street would pay for 113 ofthe cost ofthe street based on their street frontage. The middle one-third would be paid for by the Town. If you and your neighbors want to pursue this project please call me at 9721450-2871 so we can work through the documents to establish the voluntary street assessment district. The estimated cost to reconstruct this roadway as a concrete street is $200,000. I am lOOking forward to working with you and your neighbors on this important infrastructure project. Sincerely, 􀁊􀁾􀁒􀁂􀀡􀀡􀀺􀀮􀁌􀁾􀀧􀀠 Director ofPublic Works cc: Jody Garcia Jim Pierce Ron Whitehead E N T L E R CR'-MARKETING SERVICES 4519 .S..R...O..A..D...W...A....Y.. AOOISON TEXAS 75001 MARCH 2::3, 1999 .JIM PIERCE ASSISTANT CITY ENGINEER P D BOX 9010 ADDISON, TX 75001 DEAR MR. PIERCE: AF"TER READINC3 THE RECENT ARTI'CLE ON "TRANSPORTATION MOVES FORWARD IN ADDISON" IN THE ADDI"ON ApORE...., IT ..TRUCK ME THAT I OWN PROPERTY ON THE WORST STREET IN ADDllilION. BROADWAY BARE:LY E:VE:N REaEMBLEB A BTREET -BUT RATHER A MISMATCHE:D COLLAGE OF' ASPHALT PATCHE:S. DVE:R THE LAST THREE YEARS, BROADWAY HAS CONTINUALLY BEEN ABUSED AND IC3NORED BY CITY PLANNERS. CONSIDER THE ABUSE THIS POOR STREET ENDURES ALMOaT DAILY: • HEAVY EQUIPMENT F'OR THE DART PROJECT. • TRAILERS OF' BUILDINC3 aUPPLIE:a F'OR ADDISON CIRCLE AND DART PROJE:CT. • SPE:EDINC3 TRUCKS AND CARS OF' CONSTRUCTION, CRE:Wa • PARADE:S OF' HEAVY E:QUIPMENT, TRASH TRUCKS, TENT TRUCKS, RE:F'RIC3ERATED VE:NDINC3 TRUCKS PRIOR, DURINC3 AND AF"TER EVE:RY SPECIAL EVE:NT. IN ADDITION, WE HAVE: ENDURED ALL THE DUST, MUD AND NOISE THAT PROC3RESS BRINC3S. My QUESTION TO yOU IS, WHEN WILL SOMETHINC3 BE DONE TO CORRECT THE SUB-STANDARD CONDITION OF' THIS PUBLIC STREET? LoOKINC3 F'ORWARD TO YOUR RE:PLY. ,. PC: MAYOR RICHARD N. BECKERT .JODY MAYES GARCIA 233-1414 mentler@aol.com SIDMEK, JACOBS & FINKLEA, L.L.P. CONSULTING ENGINEERS 8333 Douglas Avenue, #820, Dallas, Texas 75225-5816 Fax (214) 361-0204 Phone (214) 361-7900 RONALD V. CONWAY. P.E. JOHN W, BlRKHOFF, PJl. JOE l'l CARTER. P,E, GARY C, HENDRICKS, P,E, PAUL A, CARLINE, P,E, MATI HICKEY, P,E. March 20, 2000 ROSS L JACOBS, P.E. I. c. FINKLEA. P.E, Mr. Robin Jones Town of Addison Post Office Box 144 Addison, Texas 75001-0144 Re: Engineering Services Agreement Broadway Pavement Alternatives Dear Mr. Jones: In accordance with your request, we propose to furnish engineering services to review various pavement reconstruction alternates along Broadway from Addison Road to the bend in the roadway, Our services will include the following: I. Field surveys ofthe topography along Broadway. 2. Layout the various horizontal alignment ofthe alternates. 3. Formulation ofopinions ofprobable construction cost for each ofthose alternates. 4. Complete deed research to determine the right ofway along Broadway. 5. Provide a leiter report along with cost data for each alternative. 6. Provide the topography survey and each ofthe improvements for each alternate. We propose to be compensated for our services on the basis ofsalary cost times a multiplier of2.3, expenses times 1.15 and field survey crew at $100.00 per hour. We estimate that this project will require approximately 60 hours to complete and recommend a budget 0[$5500.00. Jfyou are in agreement, please have one copy of. this leiter agreement executed by the Town ofAddison and returned to our office. We will commence our services at your direction. We are available at your convenience to discuss any questions your may have with this proposal. 􀁏􀀺􀀺􀁒􀁾􀁦􀀶􀁊􀀡􀀯􀀱 John W. Birkhoff, P.E. APPROVED FOR THE TOWN OF ADDISON By: 􀀭􀀧􀀼􀀦􀀢􀀭􀁉􀀼􀀡􀁕􀀽􀀭􀀽􀁾􀀢􀀬􀀭􀀬􀀭􀀬􀁦􀀮􀀭􀀮􀀮􀀮􀀡􀀮􀁾􀁾􀁾􀀫􀀭􀀺􀀮􀀭􀁟􀀠 Date: 􀀭􀀭􀀭􀀭􀀧􀁊􀀺􀀫􀀯􀀭􀀽􀁕􀁊􀁾􀀯􀀭􀀽􀁵􀀻􀀻􀀻􀁔􀀽􀁾􀀭􀀭 Jeffrey Markiewicz From: Randy Moravec Sent: Wednesday, July 05, 2000 10:10 AM To: Jeffrey Markiewicz Cc: Michael Murphy Subject: Broadway Paving Project Jeff, Please send me a capital project request form for Broadway Paving. I need to assign a project number before I pay a Shimek, Jacobs bill. . THANKS!!I Kand,y 1 SHIMEK, JACOBS & FINKLEA, L.L.P. 􀁾􀀬􀀠 1 -CONSULTING ENGINEERS 8333 Douglas Avenue. #820 Dallas, Texas 75225·5816 Fax (214)361·0204 Phone (.2 􀁉14)􀁾 361·7900 ".," " 􀁒􀁏􀁎􀁁􀁌􀁄􀁖􀀮􀁃􀁏􀁎􀁗􀁁􀁙􀁾􀁐 􀀮􀁅􀀮􀀮􀀠 JOHN w, BIRKHOff. P.E. , JOE R. CAIlTER. P.E. GAIlY C. HENDRICKS. P,E. PAUL A. CARLINE. P,E. MATrHlCKEY. P.E. May 1,2000 ROSS l. JACOBS. P.E. L C. FINKLEA, P.E. Mr. Robin Jones Town ofAddison Post Office Box 144 Addison, Texas 75001·0144 Re: Broadway Street Pavement 'Improvement Dear Mr. Jones: We have reviewed two viable options for upgrading the paving along Broadway Street from Addison Road to 385 feet east ofAddison Road. Both optiOns include a slotted drain pipe to convey storm water from the pavement section and discharging it into the drainage channel in the DART right ofway located to the south. Also an underground storm sewer pipe is included in the improvements to be replaced. Our opinion of construction cost for the storm drainage improvements is approximately $31,000.00. Altllrnate one for for the pavement improvements includes removal ofapproximately eight inches of existing pavement and base, compaction of the subgrade and placing eight inches ofreinforced concrete pavement as shown on the attached exhibit. The second alternate removes two inches ofthe existing surface and mixes the remainder with hydrated lime with a two·inch asphalt surface. Both alternates will require a finished grade that conveys storm water to the south into the proposed slotted drain. Both alternates would be required to be constructed in sections in an attempt to maintain traffic for the local businesses along the street. It is our opinion that the concrete alternative would be less disruptive and could be constructed easily in sections. Mixing the existing base will require larger areas to be closed during construction so heavy construction equipment can be used. The concrete section in alternate one would require less maintenance than the two inches of asphalt over a ridge base. Our opinion ofprobable construction construction cost for the eight inches ofreinforced concrete pavement and drainage improvements is approximately $191,000.00. Our opinion for the asphalt section with the mixed base is approximately $86,000.00. We are available at your convenience to discuss any questions you may have with our review of two paving alternates for Broadway Street. Sincerely. yJlV(5J/1 John W. Birkhoff, P.E. Enclosure ALLEY PROPOSED SLOnED DRAIN W/HEADWALL OPTION A OPTION B OPINION OF CONSTRUCTION COST OPINION OF CONSTRUCTION COST 8" REINF. CONCRETE $150,000 MIX BASE WITH UME PLUS 2" ASPHALT $45,000 DRAINAGE PIPE & HEADWALL $10,000 DRAINAGE PIPE & HEADWALL $10,000 PROPOSED PIPE REPLACEMENT W/HEADWALL , , SLOTTED DRAIN & HEADWALL $31.000 SLOTTED DRAIN & HEADWALL $31.000 PAVE ALL ROADWAY AND PARKING AREAS WITHIN 70 FOOT RIGHT OF WAY. i TOWN OF ADDISON, TEXAS BROADWAY STREET PAVEMENT IMPROVEMENT STUDY 'II I, I\ f I I 􀁾􀀠 e \ I I lj 1L-______________________________􀁾􀀤􀀱􀁟􀀹� �􀀱􀀮􀁟􀀰􀀰􀁟􀀰􀁾__________________􀁾􀀤􀁾􀀸􀀶􀁾􀀧􀁏􀁏􀁾􀀰􀁾􀁾􀁾􀁾􀁾􀁾􀀠 t s PUBLIC WORKS DEPARTMENT (972) 450-2871 Post Office BO:Jl; 9010 Addison, Texas 75001-9010 16801 Westgrove October 23, 2000 Mr. Greg Hilton Dill Electric 1015 Hutton Dr. Carrollton, Texas 75006 Re: Broadway Street Paving bnprovements From Addison Road to Julian Street Dear Mr. Hilton: Please accept this correspondence as a follow-up to our recent conversation regarding tbe viability ofDill Electric providing underground service on tbe above mentioned improvement project. The attached preliminary drawing is highlighted to show tbe location ofexisting power poles within tbe project limits. A subsequent revision to this drawing will show tbe proposed pavement to extend generally to tbe nortbern property line. We would appreciate your evaluation as to tbe feasibility ofeliminating tbe power poles and running your utility underground along Broadway Street. Your consideration in this matter is greatly appreciated. Sincerely, 􀁾􀁊􀁾􀀠 Steven Z. Chutchian P.E. Assistant City Engineer Cc: Jim Pierce, Assistant Director of Public Works PUBLIC WORKS DEPARTMENT (972)45().2871 Post Office Bolt, 144 Addison, Texas 75001 16801 Weslgrove October 13, 2000 Dear Business Owner: We are pleased to report that the Town Council has approved funding for the reconstruction of Broadway Street. The Public Works Department has contracted with the firm ofShimek, Jacobs, arId Finklea for engineering services. Plalis and specifications are being fmalized We want to share with you our vision for making this a successful construction project by hosting a meeting at the stone cottage on Addison Circle, across from Julian Street, on October 30th from 4:00 p.m. to 6:00 p.rn. Representatives from Shimek, Jacobs, arId Finklea, the Public Works Department, and the City Managers Office will be present You are important to this process, so please plan on attending Monday, October 30th. Ifyou have any questions, please call me at (972) 450-2871. Sincerely, Mike Murphy Director ofPublic Works What is CONTECH Slotted Drain? The early removal of water from roadways and other prepared surfaces increases travel safety, provides erosion control, and helps inhibit surface deterioration. Many methods and systems are used to remove surface water, but none is growing in use quite like CONTECH Slotted Drain. CONTECH Slotted Drain is a practical, aesthetically pleasing inlet for the efficient removal of surface water on streets and highways. It also is widely used in parking lots and other similar locations, where it removes sheet flow without complex multiple grades or water channeling devices like asphalt dikes, berms, and curbs. Slotted drain is fabricated from CONTECH Corrugated Steel Pipe. The pipe is cut along a longitudinal axis, and a grate with trapezoidal or straightsided reinforcing spacer plates is welded in place to form a I ?:I-inch-wide slot opening. When the opening to the slot is installed flush to the surface, it collects runoff and channels it to the pipe below, from which it flows to the appropriate outlet. Slotted drain is fabricated at plants throughout the United States, ailowing fast delivery no matter where your project is located. CONTECH Slotted Drain has a variety of applications for removal of surface water: • Curb inlets. • Inlet system across driveway cuts. • Shoulder drains along median barriers. • Pedestrian thoroughfares, malls, and bicycle paths. • Replacements lor curbs and berms where those obstacles are undesirable for safety reasons. • Ground-level floors with drainage requirements. • Parking lots or other continuous paved surfaces. • Sidelines of playing fields in stadiums. • Airport aprons, taxiways, hangers, and deicing areas. Certain aspects of this product are proteeted by U. S. Patents 5,380, t21 and 5,564,857. The lropezoidal design ofthe slot plus slanted spacer plates improve the hydraulic efficiency ofCONTECH Slotted Drain, and provide for easier maintenance. Parallel side grate is still available and is used for variable·height grate, For variable height grate grate infonnalion, see Pages 4 and 9, 2 Why CONTECH Slotted Drain is better than other drain systems Improved drainage efficiency Astandard 20.foot length of slotted drain will intercept up to 50% more runoff than most standard 2' x 2' grate inlets. * With solid cross plate spacers tipped at 30°, runoff is directed into the open slot for more efficient interception. (The hydraulic information on Page 7 will help determine the lengths of slotted drain needed to meet your hydraulic requirements.) SlnIcturally sound CONTECH Slotted Drain is constructed of heavy grate and heavy spacer plates to resist deformation under heavy traffic loads and thermal expansion. "Source: Figure 15, Hydraulic Engineering Cjrcular No.12, U.S. Department of Transportation. March 19&4. This document is avaUable from the National Technicallnformalion Service. Springfield. VA2216L The design has been tested using truck loading parallel and perpendicUlar to the slot. Today the grate height of six inches is the most widely used height for standard AASHTO H20 loading. Better Safety Because slotted drain can be installed so that it extends only two inches from the curb, hazardous dips in grade are eliminated. And slotted drain minimizes hazards to twowheel vehicles. Fewer debris problems Debris is less likely to wedge in slotted drain's trapezoidal slots. Anything large enough to fit through the top of the slot opening will fall harmlessly through to the bottom of the drain. And because of its long length, slotted drain will retain its effectiveness even when a localized blockage occurs in one area. Under similar conditions, a conventional drain would be severely restricted. Easier to maintain No hardware or heavy grates to remove. No protrusions that can be damaged with snow plows. Cleaned by flushing with water from hoses. No unusual freezing When freezing occurs, slotted drain will handle ice, snow, and runoff equally as well as any conventional drainage system. Easier to instail Field experience indicates that instaUation of slotted drain is much easier than installation of conventional catch basis systems. LOAD·DEFLECTION RELATIONSHIPS EQUIVALENT SINGLE AXLE LOAD, KIPS 0-14 gage PIPe !:i-IS gage pipe A-BenkJem"n Beam measlJf(!rn$n!$ ill sttouldet area. 0' Road Il·S0·805·l.5n..3 D' o· . l_LocatKUi I 0.2S' AC o O£O' eTS 1.25'AS 2-localion 2 1 0.25' AC Truck perpendicular 10 skU 3-localion 3: 􀁾􀁾􀁾􀀱􀁳􀁓􀀠 ROad iI-$tNroS·17.1 I .: 1125' AC (A.C. Backfill) OAS' AS Vat. AS ROlld 07.0rn-S5 5 0.25' AC tGrout Back!il!) 0.50' AS N01e: " E)'Ulai used lor b;;.cldlH allocation 1. l & 32. localiGt! 2 hiXI a 6% cross slope. '00 AVERAGE DEFLECTION. MILS AVERAGE DEFLECTION. MILS Key for Load Table Symbols: AC-Asphaltic Concrete AB-Aggregate Base " 0' c' • 0' Truck plualle! 10 SI01 " 􀁾􀀮􀁧􀁲􀁥􀁧􀁡􀁴􀁥 Subbase CTB-Cement Trealed Base 3 Product details Pipe Slotted drain made from CONTECH Corrugated Steel Pipe with HUGGER JOints meets applicable portions of AASHTO Designation M36 and ASTM A 760. Pipe is fabricated from galvanized steel for excellent durability, or from Armco ALUMINIZED STEEL Type 2 when more corrosion resistance is required. Pipe is available in 12-inch through 36-inch diameters and in 14-gage and 16-gage. Thirty-and 36-inch-diameter pipe also is available in 12-gage. Grate The slotted drain concept was developed in the early 1960s in California. From the beginning, a need for certain structural requirements was recognized in the grating design and in its attachment to the pipe wall. The CONTECH grating system and design is the result of many years of experience and is the only product of its type that will meet the State of California Department of Transportation qualification tests. 􀀭􀀭􀀭􀁾􀀭􀂭 PIPE OlRfCTION t---II QFFlOW , GRATE WELDING tlETAlt SO•.:o WEe SPACI':A 􀁾􀀬􀀮􀀧􀀠THICK MOOU"IED HUGGER BAND BEARING BAR, TOP\IIEw 1,,-THICK La',." FOR 􀁬􀀧􀀬􀁾􀂭 '" OAlIT£ :to FOR 6" QF;ATE SECTION A·A StANOt.RC GRATE DETAIL , " to' OR 20' NO'JIN'AL 1'11'£ "'NOTH ---I g GRAlE; waOEO TO PIPE SEE GRATE WaCXNG OCTAl\..\ , N:!((: rll'il'kISlde 91011" 􀀡􀁉􀀧􀁾􀁯􀀠􀁬􀁉􀀧􀀴􀁬􀀬􀁴􀀱􀁬􀁉􀀻􀀩􀁬􀁾􀀠 TYPICAl. PIPE SECTION Joints and couplers Standard 20-foot lengths of slotted drain normally are joined with a modified version of the HUGGER Band. Because the grate is extended to within one inch of the end of the pipe (to provide a fully continuous slot), the band is trimmed back to accommodate the grating at the jOint. A single band bolt is provided for band tensioning. An alternate jointing system is the use of closure plates. The closure plate jointing system helps align the grates and gives a more finished appearance as desired in some applications. Heel guard When slotted d rain is installed in areas of heavy pedestrian tralfic, expanded wire mesh can be specified for installation across the top of the drain opening. This helps to prevent shoe heels from being caught in the open slot. One-half-inch (#13) standard galvanized expanded metal mesh is welded directly to the grating at the plant. As an alternative, paint wide, bright yellow warning stripes on the pavement adjacent to each side of the slot. fittings A complete line 01 standard corrugated steel pipe fittings is available to simplify installation of slotted drain under many conditions: On a curve, through a change in elevation, or through a change in pipe diameter. Fittings include 9O-degree tees, wyes, and elbows with annular ends for the HUGGER Band; stubs, special junctions, angle/tee combinations, and special end caps. These fittings do not have a grate. Pipe diameters can be changed with a plate reducer. Variable-height grate Variable-height grates* (straight-sided grate only) can be supplied for installation on flat grades. Generally, the grade built into variable-height grates is a maximum of I%. See CONTECH Drawing 1008732. Tolerances (2O-foot length) The design engineer should be able to work with the manufacturing tolerances 01 vertical bow B/8 inch, horizontal bow 15/8 inch, and twist GMtE ". thROUGH ". OIAJ.ltfk.R ±1/2 inch on a 6-inch grateo On spedal requirements, the engineer should call the local CONTECH Sales Engineer. kHeights up to 31 inches are available in special straightsided grates. Call your CONTECH Sales Engineer for details. 4 Wide acceptancee-used for more than 30 years CONTECH Slotted Drain has been used at many locations throughout the United States for more than 30 years...simply because it is the most effective answer to water removal problems. Time and again, slotted drain has been selected over other drainage methods because it provided advantages the other systems could not. Expanded wire mesh heelguard can be specified in areas of heavy pedestrian traffic. ; About 3,900 feet of 12-Inch, 16gage slotted drain on 1-70 In the Indianapolis, Indiana, area allows water to drain between fhe guide rail and the shoulder. Replacing curbs and drain bosins with continuous lengths ofslol1ed drain opens up an obstruction.frne roadside that greatly en/lOnces the effectiveness ofthe shoulder to help improve the safety on the highway Slol1ed drain Is widely used in parking areas and driveways, where its ability to provide efficient drainage without the need for hazardous dips in pavement is a safety asset 5 Slotted Drain On Grade Typical cross section ofcombination slot-on-grade and a slot·in-sag 2. Slot-in-sag Grate inlet hydraulics Slotted drain can be used to intercept runoff in anyone of the following ways: 1. Installed in a typical curJ:>. and-gutter as a slot-on-grade to intercept flow from streets and highways. 2. Installed in a typical curJ:>. and-gutter at a sag or low point in a grade to accommodate carryover from preceding slots on a grade and to intercept surface runoff sloped to the gutter. 3. Installed in wide. flat areas to intercept overland or sheet flow 􀀨􀁡􀁾􀀠on a parking lot). 1. S1ot-on-grade in typical curb and gutter For any given discharge. Q. cross slope. Sx. and longitudinal gutter slope, S, the required slotted drain length can be determined from the nomograph (Figure A) on Page 7. It is common practice in curb and gutter drainage design to carry over up to 35% 01 the total discharge. Qd. to the next inlet. See Figure B on Page 7 lor the carryover efficiency curve. When slotted drain is installed in a sag or at a low pOint in grade, the length 01 the slot is calculated from the formula: L=licf r Normally a safety lactor 01 two is used in a sag. Ls 2 x Ly. 3. Overland sheet flow Slotted drain is used effectively to intercept runoff from wide. flat areas such as parking lots, highway medians-even tennis courts and airport taxiways. In these installations, the drain is placed transverse to the direction 01 flow, so that the open slot acts as a weir intercepting all 01 the flow uniformly along the entire length of the drain. The water is not collected and channeled against a berm (curb). as required by slot-ongrade installations. Slotted drain has been tested for overland flow (sheet flow). These results are published in Report No. FHWA-RD-79-106 by the Federal Highway Administration. The test system was designed to supply at least 0.025 cis per foot, which corresponds to a rainstorm of 15 inches per hour over a 72-foot-wide roadway (six lanes). At the design discharge of 0.025 cis per foot. the total flow fell through the slot as a weir flow. The tests induded flows up to 0.040 cis per foot 01 slot. Slopes ranged from a longitudinal slope of 9% and a i"i of 16. to a longitudinal slope of 5% and ai"i of 48. The water ranged in depth from 0.38 inches to 0.56 inches. Velocity ranged from 1.263 It/sec to 0.857 It/sec. Even at the maximum discharge of 0.04 cfs per foot and maximum slopes. nearly all the flow passed through the slot. Only some water hitting the spacer plates and splashing over was not intercepted. Using: Q =CIA, then A = Q CI Where: Qgiven as 0.04 ft3/sec/lt 01 slotted drain C =0.80 to 0.95 for asphalt pavement After the engineer selects C and I (lt/sec). A can be calculated. Since Q is per loot of slot, A is 1t2/ft 01 slot. Since the units for A can be reduced to feet. the value 01 A is also the distance parallel to the flow intercepted by one loot 01 slot. Example: C =0.85 1= 10 in./hr or 0.0002315 It/sec A = 0.04 It3/sec/ft 0.85 x 0.0002315 ft/sec A =203.3 It2/ft Therefore. at the selected C and I, one loot of slot will intercept flow Irom 203.3 linear leet upstream of the slot. 6 EXAMPLE: Given: S = .01 ftlfi Z=24 Q =4.5 crs SOLUTION: 1. Connect points from Sand Z to tuming line. 2:. Connect point on turning 0.001 liootoQ. 3. Read Lr = 25 feet 4. Next use Figure 8. 48 40 E" 􀁾􀀠 (/) • c: 0 The nomograph for the slotted drain --' inlellenglh IS based on; 0.05 (n = 0.015) L, = (4.762) a .427 5 305 i! n #. .015, L,'" 􀁌􀀬􀀨􀁏􀀮􀁾􀀱􀀵􀀩􀁯􀀮􀁥􀀷􀀠 Z7ll6 0.09 Figure A: NOMOGRAPH-5LOTTED DRAIN ON GRADE IN CURB AND GUTTER -80% (> c: ------_._.􀁬􀀺􀁓􀁾􀀠 r H1GH SLUMP CONCRETE TO TOP OF FINISH FINISH COURSE 􀁾􀀠 COURSE ----\ _ROUGH SHAPED BED RECOMMENDED INSTALLATION PRACTICES Ask for CONTECH Drawing 1008607 ·-;F."'"o-r""in-s-:'ta-:l;;-la-tl""o-n:':'a=::ids, call your local CONfECH SalesE"ginee,,--' 8 ...<:!7( AND SLOPEAS REQtWlI;tlI Pm TABU: 2-112" OR II' STANONID STAAGHl s.o£o GRATE (Silt AND SlOPE AS REOIJIfIED) l'El.(;(IR ?lP£ m" THRU Jli' OIA.! Higb slump concrete After the slotted drain has been leveled to grade, it is important that a high slump concrete or lean grout (minimum 750 psi compressive strength) be used as backflll. The high slump concrete helps ensure a uniform foundation and side support, and transfers the live load to the surrounding earth. In non-live load areas, A-l-a AASHTO M145 backfill or cement stabilized sand is sufficient. Surfacing Once the slotted drain is backfilled with high slump concrete, cover the slotted opening before surfacing, and leave it covered until the paving operation is complete. Duct tape, metal strips, or lumber can be used to cover the slot. See Variable Height Grate Drawing 1008732 SlOPE 􀁾 REQUIRED A SIDEVJEW BH.cOR PIPE (12"T1iRVSO'w..; 􀁚􀀧􀁾􀁲􀀮􀀧􀀡􀀧􀀠ORb" STANDARV Sll'1A1C1iT $lOCO eMAIl: VARIES I 􀁾􀀠HlO" Gl'W 125 PSI'IRE Pfi"S$I.lIlE; ". 195 PSl1lR£rru:sstmE 9 Specification Designers and engineers installing walkways and promenades around sports stadiums, civic centers, shopping malls, parks, and other pedestrian·traveled surfaces have used slotted drain as an integral part of the landscape architecture, Slotted Drain Specification 1.0 General I.1 This specification covers slotted drain used for removal of water as shown on the plans, 1.2 The corrugated steel pipe used in the slotted drain shall meet the requirements of AASHTO M36/ASTM A 760, The CSP shall be made of ALUMINIZED STEEL Type 2 (AASHTO M274). The diameter and gage shall be as shown on the plans, 2, Connections 2,1 The CSP shall have a minimum of two rerolled annular ends. 2,2 The slotted drain bands shall be modified HUGGER Bands to secure the pipe and prevent infiltration of backfill. 2,3 When the slotted drain is banded together, the adjacent grates shall have a maximum 3-inch gap, 3, Grates 3.1 The grates shall be manufactured from ASTM A 570, Grade 36 or ASTM A 36 steel. The spacers and side plates shall be 3/16-inch material iO.OOS inches, The plate extenders are minimum 7 gage and made from ASTM A 761 or the above materials, 3.2 The spacer plates shall be on 6-inch centers and welded on both sides to each bearing plate (sides) with four 1 Y.. inch-long 3/16-inch fillet welds on each side of the bearing plate. 3,3 The engineer may call for tensile strength test on the grate if the grate is not in compliance with 3.1 and 3.2. If tensile strength tests are called lor, minimum results for an in-place spacer plate pulled perpendicular to the bearing plate shall be: T = 12,000 pounds lor 2 Y".,inch grate T = 15,000 pounds for 6-inch grate 3.4 The grates shall be trapezoidal with aiM-inch opening in the top and 30° slanted spacer plates unless shown otherwise on the plans. The grate shall be 2 Xl inches high or 6 inches high as shown on the plans. 4, Ga/vanizing 4.1 The grate shall be galvanized in accordance with ASTM A 123 except with a 2-{)unce galvanized coaling. 5. Grate Attached to CSP 5.1 The grate shall be fillet welded a minimum I-inch long to the CSP on each side of the grate at every other corrugation. 6. Tolerances-Finished Slotted Drain Grates20-{oat Lengths 6.1 Vertical bow is ±3/S inch, 6,2 Horizontal bow is ±5/8 inch. 6.3 Twist is ±1/2 inch. Note Forslotted drain installations with other than 2'/2" x 6"standard grate, and for all speciallooding condi· tions, contact your CONTECfI Sales Engineer. IO ./Slolled drain is often used at airports where relatively large, flat areas are necessary to accommodate airplanes moving in and out ofterminal areas, The municipal airport at Colorado Springs, Colorado, solued water ponding problems adjacent to the airport aprons with .'x<.'."-' slolled drain It intercepts sheet flow before ponding begins, For airport loading (tire pressure in excess of [25 psi), ask your CONIECHSales Engineer for Drawing #1008/36. II An answer to your site development problems In addition to slotted drain. there is a size and type of CONTECH product to help solve almost any civil engineering site development problem. You can use these products with complete confidence in their strength. durability, and economy. They have been tested and proven by a half-centuty of research and practical field experience. Discuss your requirements with your CONTECH Sales Engineer. or call a sales office shown below. CONI'ECH CONSfRucnON PROoocrs INC. P. O. Box SOO • Middletown, Ohio 45042 Regional Offices are in the following localioTls; Arl