Loading...
HomeMy WebLinkAbout04-04-2022 packeti I E T O" I O F WESTLAKE TOWN OF WESTLAKE TOWN COUNCIL EXECUTIVE SESSION MEETING AGENDA 1500 SOLANA BLVD, BUILDING 7, SUITE 7100, COUNCIL CHAMBER WESTLAKE, TX 76262 APRIL 4, 2022 4:00 P.M. Vision Statement An oasis of natural beauty that maintains our open spaces in balance with distinctive development, trails, and quality of life amenities amidst an ever-expanding urban landscape. Executive Session 1. CALL TO ORDER 2. EXECUTIVE SESSION The Town Council will conduct a closed session pursuant to Texas Government Code, annotated, Chapter 551, Subchapter D for the following: a. Section 551.071(2) — Consultation with Attorney — to seek advice of counsel on matters in which the duty of the Town Attorney under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with Chapter 551 of the Texas Government Code - FM 1938 access for proposed Southlake development. b. Section 551.071(2) - Consultation with Attorney — to seek advice of counsel on matters of bankruptcy proceedings by the Texas Student Housing Authority. TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. 3. ADJOURNMENT ANY ITEM ON THIS POSTED AGENDA COULD BE DISCUSSED IN EXECUTIVE SESSION AS LONG AS IT IS WITHIN ONE OF THE PERMITTED CATEGORIES UNDER SECTIONS 551.07187 THROUGH 551.076 AND SECTION 551.087 OF THE TEXAS GOVERNMENT CODE. CERTIFICATION I certify that the above notice was posted at the Town Hall of the Town of Westlake, 1500 Solana Blvd., Building 7, Suite 7100, Westlake, TX 76262, April 1, 2022, by 4:00 p.m. under the Open Meetings Act, Chapter 551 of the Texas Government Code. alwavl�t� Mary J. Kai s �r nterim T,wn Secretary TC Executive Session Agenda — 4/4/22 Page 1 of 1 4 T H r T O W N O F WESTLAKE TOWN COUNCIL AGENDA TOWN COUNCIL & WESTLAKE ACADEMY 1500 SOLANA BLVD, BUILDING 7, SUITE 7100, COUNCIL CHAMBER WESTLAKE, TX 76262 APRIL 4, 2022 5:00 P.M. REGULAR MEETING The Town Council of the Town of Westlake serves as the governing Board for Westlake Academy. This agenda may contain both municipal and Westlake Academy items, which will be clearly identified. The open portion of the meeting will begin at 5:00 p.m. on Monday, April 4, 2022. In order to advance the public health goal of promoting "social distancing" to slow the spread of the Coronavirus (COVID-19), there will be limited public access to the physical location described above. A recording of this meeting will be made and will be available to the public in accordance with the Open Meetings Act. Vision Statement An oasis of natural beauty that maintains our open spaces in balance with distinctive development, trails, and quality of life amenities amidst an ever-expanding urban landscape. Mission Statement Westlake is a unique community blending preservation of our natural environment and viewscapes, while serving our residents with superior municipal and academic services that are accessible, efficient, cost-effective, and transparent. 1. CALL TO ORDER 2. PLEDGE OF ALLEGIANCE 3. CITIZEN/PARENT COMMENTS: This is an opportunity for citizens to address the Town Council or Board of Trustees on any matter, whether or not it is posted on the agenda. Individual citizen comments are normally limited to three (3) minutes; however, time limits can be adjusted by the presiding officer. The presiding officer may ask the citizen to hold their comment on an agenda item if the item is posted as a Public Hearing. The Town Council and Board of Trustees cannot by law take action nor have any discussion or deliberations on any presentation made at this time concerning an item not listed on the agenda. The Town Council and Board of Trustees will receive the information, ask staff to review the matter, or an item may be noticed on a future agenda for deliberation or action. 4. ITEMS OF COMMUNITY INTEREST: Mayor and Council Reports on Items of Community Interest pursuant to Texas Government Code Section 551.0415 the Town Council may report on the following items: (1) expression of thanks, congratulations, or condolences; (2) information about holiday schedules; (3) recognition of individuals; (4) reminders about upcoming Town Council events; (5) information about community events; and (6) announcements involving imminent threat to public health and safety. TC/BOT Agenda - 04/04/2022 Page 1 of 4 S. CONSENT AGENDA: All items listed below are considered routine by the Town Council and/or Board of Trustees and will be enacted with one motion. There will be no separate discussion of items unless a Council/Board Member or citizen so requests, in which event the item will be removed from the general order of business and considered in its normal sequence. a. Consider approval of the Joint Town Council/Board of Trustees meeting minutes from February 28, 2022. b. Consider approval of the Joint Town Council/Board of Trustees meeting minutes from March 28, 2022. c. Municipal Services: Consider approval of Resolution 22-16 authorizing the Town Manager to execute an agreement with Bennet Partners to provide Town Architectural services. d. Municipal Services: Consider approval of Resolution 22-17 authorizing the Town Manager/Superintendent-CEO to execute an agreement with Zachry Construction Corporation for the construction of Parish Lane from Roanoke Road to SH 170. e. Municipal Services: Consider approval of Resolution 22-18 authorizing the Town Manager to enter into a lease agreement with CSI Leasing, Inc. 6. REPORTS: Reports are prepared for informational purposes and will be accepted as presented. (there will be no presentations associated with the report items) There will be no separate discussion unless a Town Council Member requests that report be removed and considered separately. a. No reports are scheduled for this meeting. MUNICIPAL SERVICES 7. DISCUSSION REGARDING A COST RECOVERY AND FISCAL IMPACT TOOL TO BE UTILIZED FOR THE REVIEW OF PROPOSED DEVELOPMENT REQUESTS. 8. PRESENTATION/DISCUSSION OF WESTLAKE ACADEMY EXPANSION OF THE SAM & MARGARETE LEE ARTS AND SCIENCES CENTER. WESTLAKE ACADEMY 9. PRESENTATION AND DISCUSSION OF FRENCH LANGUAGE IMMERSION TRIP TO CANADA. 10. PRESENTATION AND DISCUSSION OF INTERNATIONAL CULTURAL AND LANGUAGE IMMERSION PROGRAMS. TC/BOT Agenda — 04/04/2022 Page 2 of 4 11. EXECUTIVE SESSION: The Town Council will conduct a closed session pursuant to Texas Government Code, annotated, Chapter 551, Subchapter D for the following: a. Section 551.071(2) — Consultation with Attorney — to seek advice of counsel on matters in which the duty of the Town Attorney under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with Chapter 551 of the Texas Government Code - FM 1938 access for proposed Southlake development. b. Section 551.071(2) - Consultation with Attorney — to seek advice of counsel on matters of bankruptcy proceedings by the Texas Student Housing Authority. 12. RECONVENE MEETING. 13. TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. 14. COUNCIL RECAP/STAFF DIRECTION. 15. FUTURE AGENDA ITEMS: These items have been discussed by Town Council and scheduled to be placed on future Council Agendas allowing for adequate time for staff preparation on the agenda item. Future Agenda Items to be discussed: a. No items are scheduled for this meeting Future Agenda Items Already Discussed and Scheduled: a. Historical Designations for various properties in Westlake. (Mayor Wheat 5/24/20) ➢ Scheduled for April 2022 agenda b. Social media policy as it relates to bullying. (Wheat 11/15/21) ➢ Scheduled for Fall of 2022 c. Social media education policy for K-12. (Wheat 11/15/21) ➢ Scheduled for April 2022 agenda d. Council discuss and consider extending our lease at Solana, as current market conditions make this an attractive option. (White 12/13/21) ➢ Scheduled for May 2022 agenda e. Council discuss and consider amending our Town Ordinances to establish term limits for both Mayor and Council seats. For ex. 4 year or 6 year limits. (White 12/13/21) ➢ Scheduled for April 2022 agenda f. Council discuss and consider requiring developers to post a Development/Performance Bond on large projects moving forward. (White 12/13/21). ➢ Scheduled for August 2022 agenda g. Community engagement opportunities for Town Boards and Committees. (Dasgupta 1/19/22) ➢ Scheduled for April 2022 agenda TC/BOT Agenda — 04/04/2022 Page 3 of 4 16. ADJOURNMENT ANY ITEM ON THIS POSTED AGENDA COULD BE DISCUSSED IN EXECUTIVE SESSION AS LONG AS IT IS WITHIN ONE OF THE PERMITTED CATEGORIES UNDER SECTIONS 551.07187 THROUGH 551.076 AND SECTION 551.087 OF THE TEXAS GOVERNMENT CODE. CERTIFICATION I certify that the above notice was posted at the Town Hall of the Town of Westlake, 1500 Solana Blvd., Building 7, Suite 7100, Westlake, TX 76262, April 1, 2022, by 5:00 p.m. under the Open Meetings Act, Chapter 551 of the Texas Government Code. Mary Kayse rim Towk Secretary If you plan to attend this public meeting and have a disability that requires special needs, please advise the Town Secretary's Office 48 hours in advance at 817-490-5711 and reasonable accommodations will be made to assist you. TC/BOT Agenda — 04/04/2022 Page 4of4 Town Council/Board of Trustees Item # 2 — Pledge of Allegiance United States Pledge 'I pledge allegiance to the flag of the United States of America, and to the republic for which it stands, one nation under God, indivisible, with liberty and justice for all. " Texas Pledge "Honor the Texas flag; I pledge allegiance to the, Texas, one state under God, one and indivisible. " Town Council/Board of Trustees Item #3 — Citizen Comments CITIZEN COMMENTS: This is an opportunity for citizens to address the Town Council or Board of Trustees on any matter, whether or not it is posted on the agenda. Individual citizen comments are normally limited to three (3) minutes; however, time limits can be adjusted by the presiding officer. The presiding officer may ask the citizen to hold their comment on an agenda item if the item is posted as a Public Hearing. The Town Council or Board of Trustees cannot by law take action nor have any discussion or deliberations on any presentation made at this time concerning an item not listed on the agenda. The Town Council or Board of Trustees will receive the information, ask staff to review the matter, or an item may be noticed on a future agenda for deliberation or action. ITEMS OF COMMUNITY INTEREST: Town Council/Board of Trustees Reports on Items of Community Interest, pursuant to Texas Government Code Section 551.0415, the Town Council/ Board of Trustees may report on the following items: (1) expression of thanks, congratulations or condolences; (2) information about holiday schedules; (3) recognition of individuals; (4) reminders about upcoming Town Council events; (5) information about community events; and (6) announcements involving imminent threat to public health and safety. Calendar of Meetings/Events: Town Council Meeting* Monday, April 4, 2022; 5:00 pm Westlake Town Hall, Solana Terrace-Bldg.7, Suite 7100 Planning & Zoning Meeting* Monday, April 11, 2022; 5:00 pm Westlake Town Hall, Solana Terrace-Bldg.7, Suite 7100 State of the Community Wednesday, April 13, 2022; 11:00-1:00 pm The Speedway Club at Texas Motor Speedway Town Council/Board of Trustees Item # 4 — Items of Community Interest Town Hall, Municipal Court, and Westlake Academy CLOSED to observe Good Friday Friday, April 15, 2022 Entrada Open House Thursday, April 21, 2022; 5-8 pm (parking on the first floor garage) Town Council Meeting* Monday, April 25, 2022; 5:00 pm Westlake Town Hall, Solana Terrace-Bldg.7, Suite 7100 Gallery Night Saturday, April 30, 2022; 6 pm Ranch House at the Vaquero Club Benefit Auction with Dueling Pianos, Armadillo Racing & more Election Day May 7, 2022 *Reminder. Agendas for all municipal/academic meetings are posted a minim um of72 hours before the meeting begins and can be found on our Town'; website under the tab "Government/Agendas & Minutes. " **For meeting a e4 ndas and details on WA calendar events or Municipal calendar events, please visit the Westlake Academy website or the Town of Westlake website for further assistance. Town Council/Board of Trustees Item # 5 — Consent Agenda CONSENT AGENDA: All items listed below are considered routine by the Town Council and will be enacted with one motion. There will be no separate discussion of items unless a Council Member or citizen so requests, in which event the item will be removed from the general order of business and considered in its normal sequence. a. Consider approval of the Joint Town Council/Board of Trustees meeting minutes from February 28, 2022. b. b. Consider approval of the Joint Town Council/Board of Trustees meeting minutes from March 28, 2022. c. Municipal Services: Consider approval of Resolution 22-16 authorizing the Town Manager to execute an agreement with Bennet Partners to provide Town Architectural services. d. Municipal Services: Consider approval of Resolution 22-17 authorizing the Town Manager/Superintendent-CEO to execute an agreement with Zachry Construction Corporation for the construction of Parish Lane from Roanoke Road to SH 170. e. Municipal Services: Consider approval of Resolution 22-18 authorizing the Town Manager to enter into a lease agreement with CSI Leasing, Inc. T H E T O W N 0 i WESTLAKE MINUTES OF THE JOINT TOWN OF WESTLAKE TOWN COUNCIL AND WESTLAKE ACADEMY BOARD OF TRUSTEES MEETING FEBRUARY 28, 2022 PRESENT: Mayor/President Laura Wheat and Council/Board of Trustee Members Carol Langdon, Rajiv Trivedi, Chandrika Dasgupta, Alesa Belvedere, and Anna White. ABSENT: None OTHERS PRESENT: Town Manager/Superintendent Amanda DeGan, Assistant Town Manager Jarrod Greenwood, Town Secretary Todd Wood, Executive Director Dr. Mechelle Bryson, and Matthew Butler, Town Attorney 12. RECONVENE MEETING. — Mayor/President Laura Wheat reconvened the Council into Open Session from Executive Session at 6:50 p.m. 13. TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. Motion was made and seconded to defer any action from Executive Session to the next regularly scheduled Town Council meeting. Motion passed 5-0 1. CALL TO ORDER With a quorum of the Town Council Members present, Mayor/President Laura Wheat called the Regular Session of the Westlake Town Council to order 6:52 p.m. on Monday, February 28, 2022, in the Council Chamber of the Westlake Town Hall, 1500 Solana Blvd., Building 7, Suite 7100, Westlake, Texas. 2. PLEDGE OF ALLEGIANCE 3. CITIZEN/PARENT COMMENTS: Mark Novacheck addressed the Council regarding disabled students. TC/BOT Minutes — 3/07/2022 Page 1 of 6 4. ITEMS OF COMMUNITY INTEREST: Jon Sasser, Director of Community Engagement provided the update. Town Council Meeting March 7, March 28, April 4, and April 25, 2022 Cocktails and Conversation March 8, 2022, at Terra Planning and Zoning Meeting March 14, 2022, and April 11, 2022 Spring Break March 14 — 18, 2022 Town Hall, Municipal Court, and Westlake Academy Closed for Good Friday April 15, 2022 Gallery Night, April 30, 2022, at the Vaquero Club Town Survey in progress Alliance Development Forum April 4, 2022 Other community interest items S. CONSENT AGENDA: All items listed below are considered routine by the Town Council and/or Board of Trustees and will be enacted with one motion. There will be no separate discussion of items unless a Council/Board Member or citizen so requests, in which event the item will be removed from the general order of business and considered in its normal sequence. Motion was made by Council Member Carol Langdon and seconded by Council Member Anna White to approve Consent Agenda items 5a-5k. Motion passed 5-0. a. Consider approval of the Town Council minutes from the Joint meeting on September 13, 2021. b. Consider approval of the Town Council minutes from the Joint meeting on September 27, 2021. c. Consider approval of the Town Council minutes from the Joint meeting on October 4, 2021. d. Consider approval of the Town Council minutes from the Joint meeting on October 25, 2021. e. Consider approval of the Town Council minutes from the Joint meeting on November 1, 2021. f. Consider approval of the Town Council minutes from the Joint meeting on November 15, 2021. g. Consider approval of Resolution 22-06, authorizing continued participation with the Atmos Cities Steering Committee and authorizing payment of five cents per capita to the Atmos Cities Steering Committee to fund regulatory and related activities related to Atmos Energy Corporation. h. Consider approval of Resolution 22-07, authorizing the Town to enter into Joint Election Agreements with Tarrant and Denton Counties to conduct the General Election to be held on May 7, 2022. i. Consider approval of Resolution 22-08, approving a development and economic development agreement between JW Waterside, LP and Texas Land Management LLC, and The Town of Westlake. j. Consider Approval of Resolution WA 22-02, Amending the 21-22 SY Budget to Allow for the Use of Fund Balance for Retention Pay and Partnering with the Westlake Academy Foundation for an additional funding grant. k. Consider Approval of Resolution 22-09, authorizing the Town Manager to execute a lease with Southwestern Bell Telephone Company d/b/a AT&T Texas, to utilize Town owned telecommunications conduit (ductbank) along Ottinger and Dove Roads. TC/BOT Minutes — 3/07/2022 Page 2 of 6 6. REPORTS: a. There were no reports At this time Item 10 was brought forward for action at this time. 10. CONSIDER APPROVAL OF ORDINANCE 945, AUTHORIZING THE ISSUANCE OF TOWN OF WESTLAKE, TEXAS, GENERAL OBLIGATION REFUNDING BONDS, SERIES 2022; AWARDING THE SALE THEREOF; LEVYING A TAX, AND PROVIDING FOR THE SECURITY FOR AND PAYMENT OF SAID BONDS; AUTHORIZING THE EXECUTION AND DELIVERY OF A PAYING AGENT/REGISTRAR AGREEMENT; APPROVING THE OFFICIAL STATEMENT; ENACTING OTHER PROVISIONS RELATING TO THE SUBJECT; AND DECLARING AN EFFECTIVE DATE Motion was made by Council Member Carol Langdon and second by Council Member Anna White to approve Ordinance 945, authorizing the issuance of Town of Westlake, Texas, General Obligation Refunding Bonds, Series 2022, awarding the sale thereof; levying a tax, and providing for the security for and payment of said bonds; authorizing the execution and delivery of a paying agent/registrar agreement; approving the official statement; enacting other provisions relating to the subject; and declaring an effective date. Motion passed 5-0 WORKSHOP ITEMS Workshop items are for discussion only. No action may be taken on items listed under this portion of the agenda, other than to provide general direction to staff or to direct staff to place such items on a future agenda for action. 7. COUNCIL AGENDA ITEM REQUESTS: Items listed under this section have been approved by Town Council to be placed on the Workshop for further discussion and potential direction to staff. a. Amend the Town Ordinance(s) such that the Executive Director of Westlake Academy is selected by a final approval by the Westlake Academy Board of Trustees. (White 11/15/21) On hold, date uncertain b. Amend the Town Ordinance(s) such that we require the Superintendent of Westlake Academy hold a minimum level of credentials as noted below. (White 11/15/21): 1. Hold a Master's degree or higher in Education. 2. Be enrolled in or have graduated from a Superintendent Certification Program. On hold, date uncertain c. Amend the Town Ordinance(s) to separate the positions of Town Manager and Superintendent. (White 11/15/21) On hold, date uncertain TC/BOT Minutes — 3/07/2022 Page 3 of 6 MUNICIPAL SERVICES S. PRESENTATION AND DISCUSSION OF WESTLAKE ACADEMY FACILITIES WHICH INCLUDES THE EXPANSION OF THE SAM & MARGARETTE LEE ARTS AND SCIENCES CENTER AND SPORTS PACKAGE UPGRADES. Troy Meyer, Facilities and Public Works Director provided an update on the facilities analysis to date and presented options for Council consideration and direction. • Facility capacity analysis • Options to add to existing buildings • Options to remove and/or replace older portable with classrooms, storage, and flex space • Arts & Science Expansion and the potential impact on portable buildings • Enrollment numbers for students Sports Package • Updating the Gym and Fieldhouse • Updating sports fields • Funded by donor Funding sources for these projects include the following: • WA capital improvement fund • A&S restricted fund • Opportunity for the Westlake Academy Foundation to create a capital campaign • Private donors • Bond issuance that would require voter approval At this time the Council took a 10-minute break. WESTLAKE ACADEMY No items were scheduled. GOVERNANCE/POLICY ACTION ITEMS Governance/Policy Action Items are items that require formal Town Council action (approving Ordinances, Resolutions, Contracts, Purchases, etc.). MUNICIPAL SERVICES 9. CONSIDER APPROVAL OF RESOLUTION 22-10, AUTHORIZING THE TOWN MANAGER TO EXECUTE AN AGREEMENT WITH LOGICAL SOLUTIONS, INC. TO UPDATE THE WESTLAKE ACADEMY BUILDING AUTOMATION SYSTEM AND AUTHORIZE THE TOWN MANAGER TO MAKE FUNDING CHANGES NOT TO EXCEED $25,000 ON THIS PROJECT. Motion was made by Council Member Langdon and second by Council Member Trivedi to approve Resolution 22-10, authorizing the Town Manager to execute an agreement with Logical Solutions, Inc. to update the Westlake Academy building automation system and authorize the Town Manager to make funding changes not to exceed $25,000 on this project. Motion passed 5-0. TC/BOT Minutes — 3/07/2022 Page 4of6 WESTLAKE ACADEMY NO ITEMS WERE SCHEDULED 11. EXECUTIVE SESSION: There was no need for an Executive Session. 12. RECONVENE MEETING. — Not needed 13. TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. Not needed 14. COUNCIL RECAP/STAFF DIRECTION. Additional follow up on the Facilities discussion will be brought back in 60 days. Live streaming the meetings will be added back to the future agenda items 15. FUTURE AGENDA ITEMS: These items have been discussed by Town Council and scheduled to be placed on future Council Agendas allowing for adequate time for staff preparation on the agenda item. Future Agenda Items to be Discussed: a. Discussion of video communication that was published on or about the 17' of February and subsequently viewed by staff and residents and commented on by an academy staff member. What response should Council take to address staff and resident concerns? This will be added to the March 28, 2022, Agenda for discussion. Future Agenda Items Already Discussed and Scheduled: a. Historical Designations for various properties in Westlake. (Mayor Wheat 5/24/20) ➢ Scheduled to be placed on agenda in April (1119122) b. Quarterly HOA Board Meeting Discussions. (Dasgupta 8/23/21) ➢ Scheduled to be placed on agenda in April (1124122) c. Explore finance options regarding building permanent buildings to replace the portables at Westlake Academy: options to build partnerships with Town's biggest stakeholders, so that the expense does not fall entirely on taxpayers. (White 11/15/21) ➢ Scheduled to provide update in February (1124122) d. Discussion regarding governance enrichment as a follow up to our Council retreat on May 24t" with Mike Condiff. (Wheat 11/15/21) ➢ Half day governance retreats scheduled to be placed on TC meeting dates in February -April as necessary (1124122) e. Social media policy as it relates to bullying. (Wheat 11/15/21) ➢ Scheduled to be placed on agenda in Fall of 2022 (1124122) f. Social media education policy for K-12. (Wheat 11/15/21) ➢ Scheduled to be placed on agenda in April (1124122) g. Council discuss and consider live -streaming Council meetings. (White 12/13/21) TC/BOT Minutes — 3/07/2022 Page 5 of 6 ➢ Cooksey Communication Report will be placed on the Agenda as a Standing Item that will include live streaming of Council Meetings, among other items (1124122) h. Council discuss and consider extending our lease at Solana, as current market conditions make this an attractive option. (White 12/13/21) ➢ Scheduled to be placed on agenda in May (1119122) i. Council discuss and consider amending our Town Ordinances to establish term limits for both Mayor and Council seats. For ex. 4 year or 6 year limits. (White 12/13/21) ➢ Scheduled to be placed on agenda no later than April (1119122) j. Council discuss and consider requiring developers to post a Development/Performance Bond on large projects moving forward. (White 12/13/21). ➢ Scheduled to be placed on agenda in August (1124122) k. Structural safety audit of the portables. (Dasgupta 1/19/22) ➢ Report from staff scheduled to be placed on agenda in February (1119122) I. Community engagement opportunities for Town Boards and Committees. (Dasgupta 1/19/22) ➢ Scheduled to be placed on agenda in April (1124122) m. Review of the Town's Annual budget process. (White 1/19/22). ➢ Scheduled to be placed on agenda in February (1/19/22) 16. ADJOURNMENT Motion was made and seconded that the meeting be adjourned. Motion passed 5-0. Mayor Wheat adjourned the meeting at 9:30 p.m. APPROVED BY THE TOWN COUNCIL ON April 4, 2022. ATTEST: Laura Wheat, Mayor Mary 1. Kayser, Interim Town Secretary TC/BOT Minutes — 3/07/2022 Page 6 of 6 T H E I O W H 0 r WESTLAKE MINUTES OF THE JOINT TOWN OF WESTLAKE TOWN COUNCIL AND WESTLAKE ACADEMY BOARD OF TRUSTEES MEETING MARCH 28, 2022 PRESENT: Mayor/President Laura Wheat and Council/Board of Trustee Members Carol Langdon, Rajiv Trivedi, Chandrika Dasgupta, Alesa Belvedere, and Anna White. ABSENT: None OTHERS PRESENT: Town Manager/Superintendent Amanda DeGan, Assistant Town Manager Jarrod Greenwood, Town Attorney Stan Lowry (video), Interim Town Secretary Mary J. Kayser, Executive Director Dr. Mechelle Bryson Regular Session 1. CALL TO ORDER The meeting was called to order at 5:16 by Mayor/President Laura Wheat. 2. PLEDGE OF ALLEGIANCE 3. CITIZEN/PARENT COMMENTS: This is an opportunity for citizens to address the Town Council or Board of Trustees on any matter, whether or not it is posted on the agenda. Individual citizen comments are normally limited to three (3) minutes; however, time limits can be adjusted by the presiding officer. The presiding officer may ask the citizen to hold their comment on an agenda item if the item is posted as a Public Hearing. The Town Council and Board of Trustees cannot by law take action nor have any discussion or deliberations on any presentation made at this time concerning an item not listed on the agenda. The Town Council and Board of Trustees will receive the information, ask staff to review the matter, or an item may be noticed on a future agenda for deliberation or action. Rick Rennhack — need for openness, transparency, and communication in Westlake Kim Greaves — Westlake Academy athletics David Quint — attrition rates at Westlake Academy and commercial development Dyan Colby - Westlake Academy Executive Director hiring TC/BOT Agenda — 03/28/2022 Page 1 of 6 Sean Kilbride — Westlake Academy Executive Director hire, data, athletics, Entrada Wayne Stoltenberg — Westlake Academy Executive Director hire 4. ITEMS OF COMMUNITY INTEREST: Mayor and Council Reports on Items of Community Interest pursuant to Texas Government Code Section 551.0415 the Town Council may report on the following items: (1) expression of thanks, congratulations, or condolences; (2) information about holiday schedules; (3) recognition of individuals; (4) reminders about upcoming Town Council events; (5) information about community events; and (6) announcements involving imminent threat to public health and safety. Director of Communications, Jon Sasser provided an update on upcoming and recent events and activities in Westlake. S. CONSENT AGENDA: All items listed below are considered routine by the Town Council and/or Board of Trustees and will be enacted with one motion. There will be no separate discussion of items unless a Council/Board Member or citizen so requests, in which event the item will be removed from the general order of business and considered in its normal sequence. Council Member White requested that Item 5c be removed from the Consent Agenda for individual consideration. Motion was made by Council Member Shite and second by Council Member Dasgupta to approve Consent Agenda items 5a, 5b. and 5d. Motion passed 5-0. a. Consider approval of the Joint Town Council/Board of Trustees meeting minutes from March 7, 2022. b. Municipal Services: Consider approval of Resolution 22-11, ratifying an agreement with City Hall Essential and naming an Interim Town Secretary d. Municipal Services: Consider approval of Resolution 22-13 authorizing the Town Manager to purchase the equipment and licensing necessary to live stream public meetings and amending the adopted budget to allocate the necessary funding c. Municipal Services: Consider approval of Resolution 22-12, authorizing the Town Manager to hire an Administrative Assistant for the immediate needs of the Town Manager's Office and amending the adopted to allocate funding for the position. Motion was made by Council Member Langdon and second by Council Member Dasgupta to approve Resolution 22-12, authorizing the Town Manager to hire an Administrative Assistant for the immediate needs of the Town Manager's Office and amending the adopted to allocate funding for the position. Motion passed 5-0 6. REPORTS: Reports are prepared for informational purposes and will be accepted as presented. (there will be no presentations associated with the report items) There will be no separate discussion unless a Town Council Member requests that report be removed and considered separately. a. Academic Quarterly Financial Report for 2nd quarter ending February 28, 2022. TC/BOT Agenda — 03/28/2022 Page 2 of 6 WORKSHOP ITEMS Workshop items are for discussion only. No action may be taken on items listed under this portion of the agenda, other than to provide general direction to staff or to direct staff to place such items on a future agenda for action. 7. COUNCIL AGENDA ITEM REQUESTS Items listed under this section have been approved by Town Council to be placed on the Workshop for further discussion and potential direction to staff. a. Discussion of video communication that was published on or about the 17th of February and subsequently viewed by staff and residents and commented on by an academy staff member. What response should Council take to address staff and resident concerns? (Wheat 2/28) Scheduled to be placed on agenda on 3128 Staff provide information on staff turnover and student attrition as well as the culture of the academy based on recent surveys. Based on the Council discussion staff will bring back more information on the student attrition and substitute teachers. MUNICIPAL SERVICES 8. DISCUSSION OF THE TOWN STAFF LEVEL OF ENGAGEMENT WITH THE HOMEOWNER ASSOCIATIONS PROVIDERS. Director of Facilities and Public Works, Troy Meyer proposed 2 meetings a year related to the Homeowners associations. The first would be with all of the Property Managers and Town Staff and the second would be with the HOA Board members and Town Staff. 9. DISCUSSION REGARDING A COST RECOVERY AND FISCAL IMPACT TOOL TO BE UTILIZED FOR THE REVIEW OF PROPOSED DEVELOPMENT REQUESTS. This item will be brought to the April 4, 2022, meeting. 10. PRESENTATION AND DISCUSSION REGARDING THE ANNUAL REPORT FROM THE KELLER POLICE DEPARTMENT RELATIVE TO POLICE SERVICES AND THE RACIAL PROFILING REPORT FOR THE TOWN OF WESTLAKE. Keller Police Chief, Bradley G. Fortune provided the presentation and update. 11. UPDATE AND DISCUSSION OF COOKSEY COMMUNICATIONS' AUDIT AND CONSIDERATION OF LIVE -STREAMING MEETINGS. Council approved the agreement with Swagit for live streaming of Town Council meetings. WESTLAKE ACADEMY 12. DISCUSSION OF STAFFING UPDATE a. Executive Director hiring update b. MYP Principal position update Town Manager provided a recap of the Executive Hiring process. Sean Wilson has been TC/BOT Agenda — 03/28/2022 Page 3 of 6 hired as the Executive Director and will start June 2022. Maxwell Ituah will be the Interim MYP Principal. REGULAR SESSION MUNICIPAL SERVICES 13. CONDUCT A PUBLIC HEARING AND CONSIDER APPROVAL OF RESOLUTION 22-14 APPROVING A REPLAT OF BLOCK H, LOT 1, WESTLAKE ENTRADA ADDITION 14. CONDUCT A PUBLIC HEARING AND CONSIDER APPROVAL OF RESOLUTION 22-15 APPROVING A REPLAT OF BLOCK M, LOT 1, WESTLAKE ENTRADA ADDITION .... Ron Ruthven, Director of Planning and Development, presented items 13 and 14 Mayor Wheat opened the public hearing for both item 13 and item 14 at 9:15 p.m. There being no one to be heard on these items Mayor Wheat closed the public hearing at 9:16 p.m. Motion was made by Council Member Belvedere and second by Councilmember Dasgupta to approve Resolution 22-14 approving a replat of Block H, lot 1, Westlake Entrada Addition. Motion passed 5-0 Motion was made by Council Member Langdon and second by Council Member Trivedi to approve Resolution 22-15 approving a replat of Block M, Lot 1, Westlake Entrada Addition. Motion passed 5-0. WESTLAKE ACADEMY No items scheduled for this meeting 15. EXECUTIVE SESSION: There was no need for an Executive Session at this time. 16. RECONVENE MEETING. — Not needed 17. TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. Not needed 18. COUNCIL RECAP/STAFF DIRECTION. More information on teaching staff attrition Anonymous 3rd party software for exit interviews Information on substitute teachers Move forward with setting up the meetings with the Property Management companies for the HOA's 19. FUTURE AGENDA ITEMS: These items have been discussed by Town Council and scheduled to be placed on future Council Agendas allowing for adequate time for staff preparation on the agenda item. TC/BOT Agenda — 03/28/2022 Page 4 of 6 Future Agenda Items to be discussed: a. No items are scheduled for this meeting Future Agenda Items Already Discussed and Scheduled: a. Historical Designations for various properties in Westlake. (Mayor Wheat 5/24/20) ➢ Scheduled to be placed on agenda in April (1119122) b. Quarterly HOA Board Meeting Discussions. (Dasgupta 8/23/21) ➢ Scheduled to be placed on agenda in April (1124122) c. Explore finance options regarding building permanent buildings to replace the portables at Westlake Academy: options to build partnerships with Town's biggest stakeholders, so that the expense does not fall entirely on taxpayers. (White 11/15/21) ➢ Scheduled to provide update in February (1124122) d. Discussion regarding governance enrichment as a follow up to our Council retreat on May 24th with Mike Condiff. (Wheat 11/15/21) ➢ Half day governance retreats scheduled to be placed on TC meeting dates in February -April as necessary (1124122) e. Social media policy as it relates to bullying. (Wheat 11/15/21) ➢ Scheduled to be placed on agenda in Fall of 2022 (1124122) f. Social media education policy for K-12. (Wheat 11/15/21) ➢ Scheduled to be placed on agenda in April (1124122) g. Council discuss and consider live -streaming Council meetings. (White 12/13/21) ➢ Cooksey Communication Report will be placed on the Agenda as a Standing Item that will include live streaming of Council Meetings, among other items (1124122) h. Council discuss and consider extending our lease at Solana, as current market conditions make this an attractive option. (White 12/13/21) ➢ Scheduled to be placed on agenda in May (1119122) i. Council discuss and consider amending our Town Ordinances to establish term limits for both Mayor and Council seats. For ex. 4 year or 6-year limits. (White 12/13/21) ➢ Scheduled to be placed on agenda no later than April (1119122) j. Council discuss and consider requiring developers to post a Development/Performance Bond on large projects moving forward. (White 12/13/21). ➢ Scheduled to be placed on agenda in August (1124122) k. Structural safety audit of the portables. (Dasgupta 1/19/22) ➢ Report from staff scheduled to be placed on agenda in February (1119122) I. Community engagement opportunities for Town Boards and Committees. (Dasgupta 1/19/22) ➢ Scheduled to be placed on agenda in April (1124122) m. Review of the Town's Annual budget process. (White 1/19/22). 1. Scheduled to be placed on agenda in February (1119122) n. Discussion of video communication that was published on or about the 17th of February and subsequently viewed by staff and residents and commented on by an academy staff member. What response should Council take to address staff and resident concerns? (Wheat 2/28) ➢ Scheduled to be placed on agenda on 3128 TC/BOT Agenda — 03/28/2022 Page 5 of 6 20. ADJOURNMENT Motion was made by Council Member Langdon and seconded by Council Member Dagupta that the meeting be adjourned. Motion passed 5-0. Mayor Wheat adjourned the meeting at 9:20 p.m. APPROVED BY THE TOWN COUNCIL ON April 4, 2022. ATTEST: Laura Wheat, Mayor Mary J. Kayser, Interim Town Secretary TC/BOT Agenda — 03/28/2022 Page 6 of 6 4 T H E T 0 W N O F WESTLAKE DISTINCTIVE BY DESIGN TOWN COUNCIL AGENDA ITEM Regular Meeting - Consent Monday, April 04, 2022 TOPIC: Consider a Resolution authorizing the Town Manager to execute an agreement with Bennet Partners to provide Town architect services. STAFF: Troy Meyer, Facilities and Public Works Director STRATEGIC ALIGNMENT High Quality Planning, Design & Planned / Responsible People, Facilities, & Development - We are a desirable Optimize Planning & Development Technology Well planned, high -quality Development community that is distinguished by Capabilities exemplary design standards. SUMMARY In 2013 Robin McCaffery with Mesa Planning was hired to develop an updated Comprehensive Plan (Comp Plan). Robin and his team created a Comp Plan Steering Committee which was made up of Residents, P&Z and Town Council members, corporate stakeholders and business leaders. The Town's new Comprehensive Plan was adopted by Town Council in March of 2015. Robin McCaffery was then hired as the Town architect to ensure the adopted Comp Plan was implemented with new developments that where on the horizon in Westlake. He became a key player in reviewing plans for both residential and commercial development coming into the Town. After 9 years of working with Town staff, Robin made the decision to retire and spend more time with his family. In 2022 Robin and Town staff are looking to fill the town architect role and agree that Micheal Bennet with Bennet Partners (BP) firm is the best fit to fill the role as the Town Architect and has been highly recommended by Robin. Micheal was one of the architects with a local architect firm, Gideon Toal, who was hired by Hart Howerton to design the Westlake Academy campus in 2003. Michael's firm created the first Westlake Academy Master plan in 2012. Bennet Partners also designed the Sam & Margert Lee Arts and Sciences Center and Phase I expansion which included the field house, MPH and secondary building. Town Staff and Robin, recommend Micheal and his firm continue to do the work that Robin has Page 1 of 2 done over the past 9 years implementing the Comp Plan and ensuring that high building standards are met. The proposed agreement with Bennet Partners is an hourly fees -based agreement. As Town of Westlake Architect, BP will support the Town Council with architectural reviews of new development within the Town, in accordance with the Town's design standards and within the precedent that has been established in prior reviews. In this role, BP will work with developers/applicants as needed to review and comment on their plans at points appropriate to their development. BP will also work with Town staff to advise and to provide clarification, and to participate in development review meetings The proposed agreement is budgeted in the approved 21-22 FY General Fund. COUNCIL ACTION/OPTIONS • Approve the proposed Resolution • Reject the proposed Resolution STAFF RECOMMENDATION Staff recommends approval. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: $85,000 Funding Source: General Fund Contract: Yes Forms: Forms 1295 & 2270 Service Levels: The proposed Resolution provides for architectural reviews of new development within the Town and to ensure development meets the Town's design standards. DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: The proposed would be beneficial to all expansion project at the Academy. Comprehensive Plan: The proposed agreement ensures we are meeting the goals of the Comp Plan Cost Recovery Analysis: The proposed agreement is not evaluated through the Cost Recovery Analysis Tool. Traffic Impact: The proposed agreement does not have any significant impact on traffic. ATTACHMENTS 1. Resolution 2. Exhibit "A" Proposed BP agreement. Page 2 of 2 TOWN OF WESTLAKE RESOLUTION NO. 22-16 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS, AUTHORIZING THE TOWN MANAGER TO EXECUTE AN AGREEMENT WITH BENNET PARTNERS TO PROVIDE TOWN ARCHITECT SERVICES. WHEREAS, the Westlake Town Council desires to utilize the services of a professional architect services firm to provide Town architect services and support the Town with architectural reviews of new development within the Town, in accordance with the Town's design standards; and, WHEREAS, the Town Council has budgeted funding in the FY 21-22 Budget for this agreement; and WHEREAS, the Town Council authorize the Town Manager to execute this agreement on behalf of the Town of Westlake; and WHEREAS, the Town Council finds that the passage of this Resolution is in the best interest of the citizens of Westlake NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS: SECTION 1: All matters stated in the Recitals above are found to be true and correct and are incorporated herein by reference as if copied in their entirety. SECTION 2: The Town Council of the Town of Westlake hereby approves the agreement with Bennet Partners related to providing Town architect services, attached as Exhibit "A", and further authorizes the Town Manager to execute the agreement on behalf of the Town of Westlake, Texas. SECTION 3: If any portion of this Resolution shall, for any reason, be declared invalid by any court of competent jurisdiction, such invalidity shall not affect the remaining provisions hereof and the Council hereby determines that it would have adopted this Resolution without the invalid provision. SECTION 4: That this resolution shall become effective from and after its date of passage. Resolution 22-16 Page 1 of 2 PASSED AND APPROVED ON THIS 4th DAY OF April 2022. Laura Wheat, Mayor ATTEST: Mary Kayser, Interim Town Secretary Amanda DeGan, Town Manager APPROVED AS TO FORM: L. Stanton Lowry, Town Attorney Resolution 22-16 Page 2 of 2 bennett partners 05 October 2021 25 January 2022 - revised Mr. Jarrod Greenwood Assistant Town Manager Town of Westlake 1500 Solana Blvd Building 7 Suite 7200 Westlake, Texas 76262 jgreenwood@westlake-tx.org RE: Proposal for Professional Services Westlake Town Architect Westlake, Texas Dear Jarrod, Michael J. Bennett AIA Principal I Chief Executive Officer I am pleased to provide this professional services proposal for to assist the Town of Westlake as the Town Architect. We appreciate the working relationship our firm has with the Town of Westlake and look forward to continuing that relationship. The following attachments include the details of our fee proposal. Again, we are pleased to have the opportunity to submit this proposal to you. If we have misunderstood your requirements or if you need us to make revisions or clarifications to our proposal, please let me know. If this agreement meets with your approval, please sign and return one executed copy to our office. Best Regards, �*Wo-k Michael J. Bennett AIA Principal and Chief Executive Officer 640 Taylor Street, Suite 2323 1 Fort Worth, Texas 76102 817.335.4991 I www.bbptx.com ■ Fee Proposal PROJECT DESCRIPTION As Town of Architect we will support the Mayor and Council with architectural reviews of new development within the town, in accordance with the Town's design standards and within the precedent that has been established in prior reviews. In this role we will work with the developer/applicants as needed to review and comment on their plans at points appropriate to their development. We will also work with Town Staff to advise and to provide clarification, and to participate in development review meetings. We will report out to the Mayor and Council on design reviews, as requested. Additionally, our services could include: • Meeting with applicants to review proposals for new structures, modifications to existing structures, demolition requests, and signage within various zoning districts ■ Site visits to verify compliance with approved designs ■ Act as the liaison for review and for departmental and Town preservation and design issues • Administer preservation and design review provisions of the Town ■ Represent the Town at meetings with community groups, committees, and boards ■ Verify that designs are developed in support of Town projects • Develop design, phasing, and construction time schedules • Conduct presentations for large and small groups ■ Coordinate and provide leadership on special projects as assigned • Attend and make presentations to staff review committee, Planning Commission, and Town Council meetings • Assist developers and contractors with technical questions or interpretations regarding the Town's landscape standards ■ Respond to citizen inquiries and complaints regarding street trees and landscape requirements ■ Recommend and assist in the implementation of goals and objectives and implement approved policies and procedures related to the development permitting system. ■ Provide technical assistance to architects on the preparation and review of architectural plans and drawings ■ Review completed design plans of staff and private consultants to verify compliance with project specifications, space and usage requirements, building and zoning codes, and funding guidelines ■ Conduct visits of field sites to monitor work in progress and to verify compliance with project schedules, contract specifications, and budget guidelines ■ Review project change orders for appropriateness and recommends approval according to adherence to established policies and procedures • Interpret architectural plans to consultants and provide technical assistance to subordinate staff in resolving complex architectural design problems ■ Coordinate and participate in construction design and progress meetings • Assist in the preparation of administrative and technical reports and generate comprehensive summaries of current and completed projects ■ Review plans and specification prepared by private architects to determine compliance with program requirements and County architectural standards • Prepare and participate in the preparation of feasibility studies and reports ■ Review shop drawings submitted by contractors to determine if program requirements and architectural standards have been met ■ Observe construction operations and materials to maintain design control In addition to the services outlined above, will also be available to assist the Town with the development of design documents for various small projects that might arise from time to time. www.bbptx.com 2 If needed, outside consulting/engineering services will be handled as a mutually agreed reimbursable expense. We have not anticipated the need for other consultants at this stage but we will work with you if we jointly decide other expertise is needed for specific projects. COMPENSATION AND PAYMENT To perform the scope of work as outlined in this proposal, we propose the following hourly fees: hourly, as requested The fees outlined above exclude reimbursable expenses outlined below. We will invoice for our services on a monthly basis, based on the attached Hourly Rate Schedule. REIMBURSABLE EXPENSES All out-of-pocket expenses incurred on behalf of a client for items such as travel, teleconferences, printing and graphics, postage and delivery, photography, scale models, permit fees, and outside consulting services will be billed at cost plus ten percent (10%). Reasonable backup will be available upon request but limited to items over $150 each. AGREEMENT Bennett Benner Partners agrees to perform the services described above and in accordance with the standard Terms and Conditions attached. Michael J. Bennett AIA Principal and Chief Executive Officer Bennett Benner Partners 0 1 prefer to receive invoices via US mail at the following address: 0 1 prefer to receive invoices via email at the following address: Jarrod Greenwood Assistant Town Manager Town of Westlake Fee Proposal continued www.bbptx.com 3 ■ Hourly Rate Schedule CLASSIFICATION HOURLY BILLING RATE Principal $300.00 Senior Project Manager $180.00 Project Manager $170.00 Project Architect 1 $160.00 Project Architect 11 $140.00 Landscape Architect 1 $150.00 Landscape Intern $100.00 Project Coordinator I $125.00 Project Coordinator 11 $110.00 Interior Designer $150.00 Interior Designer 1 $130.00 Interior Designer 11 $110.00 Interior Design Intern $80.00 Construction Administrator $140.00 Technician 1 $120.00 Technician II $90.00 Sr. Administrative $120.00 Administrative $110.00 Planner $120.00 Urban Planner $150.00 Development Analyst / Planner $120.00 Planning Intern $100.00 IT Management $110.00 These rates apply for the current calendar year and are subject to revision on January 1, when they may be revised to reflect changes in staff salaries over the preceding year. Hourly rates for principals' attendance at public hearings and similar public presentations are 1.S times the regular rates shown in the attachment. Hourly rates are all inclusive; employees' base salaries are marked up for employee benefits (vacation, holidays, sick leave, payroll taxes and employee insurances) then the overhead factor is applied. To this total the remaining profit percentage is added. Effective January 2018 www.bbptx.com 4 ■ Terms and Conditions 1 ARCHITECT'S RESPONSIBILITIES 1.1 Bennett Benner Partners shall perform its services consistent with the professional skill and care ordinarily provided by architects practicing in the same or similar locality under the same or similar circumstances. 1.2 Bennett Benner Partners shall maintain insurance coverage for the duration of this Agreement. If any of the requirements exceed the types and limits Bennett Benner Partners normally maintains, the Client shall reimburse Bennett Benner Partners for any additional cost. 2 CLIENT'S RESPONSIBILITIES 2.1 The Client or his consultants shall furnish Bennett Benner Partners with complete information about the Project including, but not limited to, site plan, accurate drawings of existing and proposed buildings, programming information and budgets. 2.2 The Client shall furnish surveys to describe the physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. 2.3 The Client shall furnish services of geotechnical engineers, which may include test borings, determinations of soil bearing values and percolation tests with written reports and appropriate recommendations. 2.4 Bennett Benner Partners' work will be based on information regarding existing conditions provided by the Client and his consultants, and shall be entitled to rely on the accuracy and completeness of this information. 2.5 The Client shall review promptly and thoroughly all documentation submitted for approval. Decisions and information to be provided by the Client shall be furnished in an expeditious manner in the interest of the timely progress of the design services. 2.6 The Client shall designate a Representative who shall have the authority to provide day to day decisions and to act on the Client's behalf. 2.7 The Project cost budgets, monitoring and construction scheduling shall be the Client's exclusive responsibility. 2.8 Obtaining necessary planning and building permits are not included in the scope of this proposal. 3 TERMINATION OR SUSPENSION 3.1 The Project shall be considered suspended if work stops for sixty (60) days or if Client suspends the performance of services by Bennett Benner Partners for convenience. Upon suspension the Architect shall cease work and incur no further fees and shall be compensated for all basic and additional services performed to the date of suspension based on the percentage of completion times the fee along with any reimbursable expenses incurred to the date of the notice of suspension. Upon resumption of services the fee for the remaining services shall then be equitably adjusted to reflect the actual impact of the suspension of the work. 3.2 If services are terminated for any reason, Bennett Benner Partners shall be compensated for all basic and additional services performed to the date of the notice of termination based on the percentage of completion to date along with any reimbursable expenses, as well as an amount equal to 10% of the total compensation for all services remaining under this Agreement as compensation for future lost profits. 4 NON-PAYMENT 4.1 Bennett Benner Partners shall have no obligation to work on the Project and render services if the Client fails to pay Architect's statements for services rendered within sixty (60) days from the date of such statements. In the event that more than sixty (60) days passes from Bennett Benner www.bbptx.com 5 Partners delivery of its statement and the Client has failed to pay the amount set forth therein, Bennett Benner Partners shall give written notice to the Client of its intent to stop work. Unless the Client makes arrangements acceptable to Bennett Benner Partners within ten (10) business days from its receipt of that notice to provide for payment of the delinquent fee, the Architect shall stop work and shall have no liability for any damages which result to the Client as a result of such work stoppage. S CHANGES OF SCOPE S.1 If any change to the Project Description, Scope of Services or Schedule occurs, then Bennett Benner Partners shall perform services affected by these changes only after a mutual and final written agreement of any scope change and compensation for Additional Services. 6 CLAIMS AND DISPUTES 6.1 In an effort to resolve any conflicts that arise during the design and construction of the Project or following the completion of the Project, the Client and the Bennett Benner Partners agree that all disputes between them arising out of or relating to this Agreement or the Project shall be submitted to non -binding mediation. 6.2 The Client and Bennett Benner Partners further agree to include a similar mediation provision in all agreements with independent contractors and consultants retained for the Project and to require all independent contractors and consultants also to include a similar mediation provision in all agreements with their subcontractors, sub -consultants, suppliers and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. 6.3 If a dispute arises from matters related to the services provided under this Agreement and that dispute requires litigation instead of mediation as provided above, then the prevailing party shall be entitled to recovery of all reasonable attorney's fees, costs, charges, and expenses expended or incurred. 7 COPYRIGHTS AND LICENSES 7.1 Drawings and Specifications for the Project are and shall remain the property of the Bennett Benner Partners who shall retain ownership of the drawings and the copyrights, whether the Project for which they are made is executed or not. They may not be used, sold, or transferred by the Client, nor may they be utilized on other projects or extensions to the Project, except by agreement in writing and with appropriate compensation to Bennett Benner Partners. 7.2 Bennett Benner Partners grants, subject to payment of all outstanding fees, to the Client a non- exclusive limited license to use and reproduce Drawings or Specifications for the Project for all purposes relating to the Project. 8 THIRD -PARTY BENEFICIARIES 8.1 Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the Client or the Consultant. The Consultant's services under this Agreement are being performed solely for the Client's benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. The Client and Consultant agree to require a similar provision in all contracts with contractors, subcontractors, sub -consultants, vendors and other entities involved in this Project to carry out the intent of this provision. Terms and Conditions continued www.bbptx.com 6 VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE SECTION 2274.002 By signing below, the signatory hereby verifies that the firm it represents: Does not boycott energy companies; and, 2. Will not boycott energy companies during the term of the contract. PSIGNED BY: PRINT NAME AND TITLE: FIRM NAME: DATE SIGNED: The following definitions apply to this state statute: (1) 'Boycott energy company" means without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A); and (2) "Company" means a for -profit organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a. wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or association's status as a firearm entity or firearm trade association; (4) "Firearm" means a weapon that expels a projectile by the action of explosive or expanding gases; (5) "Firearm accessory" means a device specifically designed or adapted to enable an individual to wear, carry, store, or mount a firearm on the individual or on a conveyance and an item used in conjunction with or mounted on a firearm that is not essential to the basic function of the firearm. The term includes a detachable firearm magazine; (6) "Firearm entity" means: (A) a firearm, firearm accessory, or ammunition manufacturer, distributor, wholesaler, supplier, or retailer; and (B) a sport shooting range as defined by Section 250.001, Local Government Code; (7) "Firearm trade association" means any person, corporation, unincorporated association, federation, business league, or business organization that: (A) is not organized or operated for profit and for which none of its net earnings inures to the benefit of any private shareholder or individual; (B) has two or more firearm entities as members; and (C) is exempt from federal income taxation under Section 501(a), Internal Revenue Code of 1986, as an organization described by Section 501(c) of that code. VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE SECTION 2274.002 By signing below, the signatory hereby verifies that the firm it represents: Does not have a practice, policy, guidance, or directive that. discriminates against a firearm entity or firearm trade association; and; 2. Will not discriminate during the term of the contract against a firearm entity or firearm trade associati SIGNED BY: PRINT NA1\1E & ' 1TLE: FIRM NAME: DATE SIGNED: �_ mom- zz The following definitions apply to this state statute: (1) "AnimuniLion" means a loaded cartridge case, primer, bullet; or propellantpowder with or without a projccdle; (2) "Company" means a for -profit organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit.; (3) "Discriminate against a firearm entity or firearm trade association": (A) means; with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain frorn continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a fireanm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive Form a GC 2270 VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE CHAPTER 2270 2022-02 Contract identifier: Department: Bennett Partners Architecture Interiors Planning By signing below, Company herby verifies the following: 1. Company does not boycott Israel; and 2. Company will not boycott. Israel during the term of the contract. SIGNED BY: 6 Ail A�'' V VVVY ' V Print Name of Person: Michael J. Benn t Signing, Title, and Company Principle and CEO Date signed: 25 March, 2022 STATE OF TEXAS COUNTY OF T-a1^Irar�� BEFORE ME, the undersigned Notary Public on this day personally appeared MIGJ"JLCfJ_ 41en ame), on behalf of (�Q�T(CYrE5 (Company) who being duly sworn, stated under oath that he/she has read the foregoing verification required by Texas Government Code Section 2270.002 and said statements contained therein are true and correct.. SWORN AND SUBSCRIBED TO before me, this i;�5 day of lQY 20 oy. EE�'o KELLI POEy Public, State of Texasm. Expires 05-26-2024 tary ID 130679513 D�42 1A D ✓: ,/ik�- (ice=.- -�' NOTARY OF PUBLIC, FOR THE STATE OF TEXAS Government Code § 2270.002. Provision Required in Contract Effective: September 1, 2017 A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The following definitions apply: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. (2) "Company" means a for -profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. (3) "Governmental entity" means a state agency or political subdivision of this state. State law requires verification from a Company for contracts involving goods or services (regardless of the amount) before the City can enter into the contract. CERTIFICATE OF INTERESTED PARTIES FORM ZZ9rJ 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-865133 Bennett Benner Partners Fort Worth, TX United States Date Filed: 03/25/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. The Town of West Lake Date Acknowledged: 03/30/2022 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 2022-02 Architectural services 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Bennett, Michael J Fort Worth, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc _V T N[ T 0 w M IT E WESTLAKE DISTINCTIVE BY DESIGN TOWN COUNCIL AGENDA ITEM Regular Meeting - Consent Monday, April 04, 2022 TOPIC: Consider a resolution authorizing the Town Manager to execute an Agreement with Zachry Construction Corporation for the construction of Parish Lane from Roanoke Road to SH 170. STAFF: Troy Meyer, Facilities and Public Works Director STRATEGIC ALIGNMENT Vision, ValueMission Perspective Obiectiv High Quality Planning, Design & Planned / Responsible People, Facilities, & Development - We are a desirable Improve Technology, Development Technology Well planned, high -quality Facilities & community that is distinguished by Equipment exemplary design standards. SUMMARY Due to the unprecedented growth within the Alliance Texas SH 170/114 corridor, significant regional mobility improvements are needed to reduce traffic congestion, maintain quality of life, and advance economic development in Westlake and along the corridor. In order to maintain and enhance these mobility goals, regional leadership advanced the delivery of SH170 main lanes from I-35 to SH 114, the addition of "Texas U-Turns" at key intersections, and ultimately a Parish Lane North connector to replace the existing Roanoke Road/SH 170 crossing and provide direct access to/from the Charles Schwab global headquarters to the northern area of the Town of Westlake and to Roanoke. Through a partnership between Westlake, Denton County and Hillwood, Westlake will be the sponsoring agency, as outlined in the Inter Local Agreement with Denton County approved by the Town Council on May 24, 2021.On November 15, 2022, Town approved the project management and land dedication Agreement with Hillwood for the performance of Westlake's obligations contained within the Inter Local Agreement. On January 18, 2022, Denton County Commissioners Court approved the Interlocal Cooperation Agreement with Denton County funding up to $4.5M for the project. On February 18 & 22, 2022 the Parish Lane Road was posted for public bid in the Star -Telegram. The Prebid conference was held on March 2, 2022, with two contractors in attendance. The sealed proposals were due back and opened on March 16, 2022. Page 1 of 2 Zachry Construction Corporation was the only contractor who had submitted a bid for the Parish Lane project. The total submitted bid amount was $3,717,422.50 Town staff has reviewed all bid documents for the Parish Lane project and recommend Zachry Construction Corporation for approval. The project estimated completion is Fall of 2022. COUNCIL ACTION/OPTIONS Council may approve or reject the agreement with Zachry Construction Corporation to construct the Parish Lane Road. STAFF RECOMMENDATION Staff recommends approval. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: $3,717,422.50 Funding Source: Contributions/Grants Contract: Yes Forms: Forms 1295 & 2270 DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: N/A Comprehensive Plan: The proposed Agreement aligns with the Master Thoroughfare Plan, and is a critical arterial connection to the other regional improvements that are under construction, including SH 170, the Texas U-Turn's at US 377 and Schwab Way. Cost Recovery Analysis: N/A Traffic Impact: Traffic and pedestrian conditions would be improved through improved aesthetic and safety lighting of the recently accepted roadway. ATTACHMENTS Resolution Exhibit "A" —Bid Tab and Executed Contract Documents Exhibit `B" — Bid package Page 2 of 2 TOWN OF WESTLAKE RESOLUTION NO. 21-17 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS, APPROVING AN AGREEMENT WITH ZACHRY CONSTRUCTION CORPORATION FOR THE CONSTRUCTION OF PARISH LANE FROM ROANOKE ROAD TO SH 170. WHEREAS, Westlake desires to provide residents and commuters safe and aesthetically pleasing streets to travel; and, WHEREAS, the Town Council finds that the construction of Parish Lane Road from Roanoke Road to SH 170 improvements benefit the public; and, WHEREAS, the Zachry Construction Corporation will provide all material and labor to complete the Parish Lane Road improvements outlined in the bid documents; and WHEREAS, the Town Council finds that the passage of this Resolution is in the best interest of the citizens of Westlake NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS: SECTION 1: All matters stated in the Recitals above are found to be true and correct and are incorporated herein by reference as if copied in their entirety. SECTION 2: The Town Council of the Town of Westlake hereby approves the Agreement with Zachry Construction Corporation for construction of Parish Lane Road from Roanoke Road to SH 170 attached as Exhibit "A", and further authorizes the Town Manager to execute the agreement on behalf of the Town of Westlake, Texas. SECTION 3: If any portion of this Resolution shall, for any reason, be declared invalid by any court of competent jurisdiction, such invalidity shall not affect the remaining provisions hereof and the Council hereby determines that it would have adopted this Resolution without the invalid provision. SECTION 4: That this resolution shall become effective from and after its date of passage. Resolution 21-17 Page 1 of 2 PASSED AND APPROVED ON THIS 41h DAY OF APRIL 2022. Laura Wheat, Mayor ATTEST: Mary Kayser, Interim Town Secretary Amanda DeGan, Town Manager APPROVED AS TO FORM: L. Stanton Lowry, Town Attorney Resolution 21-17 Page 2 of 2 PROPOSAL To: Town of Westlake For: CTR Westlake — Parish Lane from SH 170 Frontage Road to Roanoke Road The undersigned Bidder having thoroughly examined the contract documents, including specifications, the site of the project and understanding the amount of work to be done and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment, and material, except as specified to be furnished by the Town, which is necessary to fully complete all of the work as provided in the contract documents and subject to the inspection and approval of the Town of Westlake, Texas, and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, and such other bonds, if any, as may be required by the contract documents for the performing and completing of said work. Contractor proposes to do the work within the time stated and for the following sum: PROPOSAL SECTIONI- GENERAL Project Item Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Project Sign EA 1 015813 2 Mobilization (5% Max Over $500,000; 10 % Max Under $500,000) LS 1 017113 3 Site Prep (5% Max Over $500,000; 10% Max Under $500,000) LS 1 024100 4 Barricades, Signs, and Traffic Handling MO 8 347113 TOTAL GENERAL SECTION II - EARTHWORK IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Unclassified Excavation (by Plan Quantity) CY 3,176 312316 2 SWPPP LS 1 312500 TOTAL EARTHWORK IMPROVEMENTS Section 2 — Contract Requirements P-1 Proposal SECTION III - PAVING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Remove Wood Fence LF 114 024100 2 Remove Guard Rail LF 63 024100 3 Remove Conc Curb&Gutter LF 26 024100 4 Remove Conc Pvmt SY 8 024100 5 18"-24" Tree Removal EA 1 024100 6 6" CONDT PVC SCH 40 (T) LF 1,362 270500 7 2" CONDT PVC SCH 40 (T) LF 1,596 270500 8 4" CONDT PVC SCH 40 (T) LF 1,596 270500 9 24" CONDT PVC SCH 40 (T) LF 141 270500 10 8" Lime Treatment SY 11,084 321113 11 Hydrated Lime (8 % @ 48 Ibs/sy) TN 233 321113 12 8" Conc Pvmt SY 10,320 321313 13 TxDOT Directional Ramp (TY 7) EA 2 TxDOT 531 14 Install Street Header LF 56 321665 15 6" Topsoil CY 122 329119 16 Seeding, Hydromulch SY 730 329223 17 Brick Pavers (Venetian Ashlar Patter Mlsap Color) SY 33 TxDOT 528 18 5" Color CONC Sidewalk (Color Hardener Matching) SY 48 TxDOT 528 19 5" Color CONC Accent Band (Color Hardener Matching) SY 15 TxDOT 528 TOTAL PAVING IMPROVEMENTS SECTION IV -STORM DRAIN IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Trench Safety LF 1,521 330510 2 21" RCP, Class III LF 176 334113 3 24" RCP, Class III LF 795 334113 4 54" RCP, Class III LF 11 334113 5 5x3 Box Culvert LF 539 334113 6 4' Storm Junction Box EA 1 334913 7 6' Storm Junction Box EA 2 334913 8 10' Curb Inlet EA 2 334920 9 15' Curb Inlet EA 4 334920 10 3'xT Grate Inlet (Precast) EA 1 334920 TOTAL STORM DRAIN IMPROVEMENTS I Section 2 — Contract Requirements P-2 Proposal SECTION V- PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 4" BRK Pvmt Marking HAS (W) LF 864 321723 2 8" SLID Pvmt Marking HAS (W) LF 458 321723 3 24" SLID Pvmt Marking HAE (W) LF 83 321723 4 REFL Raised Marker TY I-C EA 87 321723 5 REFL Raised Marker lY II-C-R EA 23 321723 6 Install Alum Sign Ground Mount EA 8 344150 7 Street Names Signs Attached to Stop Sign Mount EA 3 344150 TOTAL PAVEMENT MARKING & SIGNAGE IMPROVEMENTSI SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Permanent Automatic Irrigation System SF 105,000 328000 2 Pale Leaf Yucca - 5Gal EA 225 329300 3 Dwarf Texas Sage - 5Gal EA 42 329300 4 Autumn Sage - 5Gal EA 38 329300 5 Gulf Muhly - 5Gal EA 660 329300 6 Bermuda Sod SF 102,800 329300 7 Texas Red Oak - 4" cal. EA 7 329300 8 Live Oak - 4" cal. EA 8 329300 9 Post Oak - 4" cal. EA 6 329300 10 Century Root Barrier Panel - 48" x 15' LF 60 329300 11 Steel Edge - 3/16" x 4" LF 575 329300 12 Fine Grade SF 105,000 329300 13 Compost Mix CY 45 329300 14 Hardwood Mulch CY 30 329300 TOTAL LANDSCAPE & IRRIGATION IMPROVEMENTSI Section 2 — Contract Requirements P-3 Proposal SECTION VII -STREET LIGHTING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 24" x 72" Foundation EA 33 033101 2 #2 THWN Copper Wire LF 90 260500 3 #10 THW N Copper Wire LF 6,020 260500 4 #10 Insulated Ground Wire LF 3,010 265000 5 Service Points w/ Meter (240/480V) EA 1 260501 6 Decorative Street Lights (Luminar Pole) EA 33 265619 7 Decorative Street Lights (Fixture) with 7-Pin Receptacle & Twist Lock Lighting Controller EA 33 265620 8 1" Conduit (Trench) LF 2,930 270500 9 2" Conduit (Trench) - Street Light Electrical LF 30 270500 10 2-2" Conduit (Trench) LF 215 270500 11 2" Conduit (Trench) - Parkway Electrical LF 4,370 270500 12 11" x 17" Composite Ground Boxes EA 39 344135 13 SYNAPSE Lighting Control (Central Base Station) and Commissioning LS 1 Manufacturer Spec. TOTAL STREET LIGHT IMPROVEMENTSI SECTION VIII - SANITARY SEWER IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Past -CCTV Inspection LF 287 330132 2 Trench Safety LF 287 330510 3 10" Sewer Pipe LF 287 333110 4 10" SS Cleanout EA 2 333110 TOTAL SANITARY SEWER IMPROVEMENTSI I Section 2 — Contract Requirements P-4 Proposal SECTION IX -TxDOT IMPROVEMENTS Project Item Information Bidder's Proposal TxDOT Specification / Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Remove Alum Sign and Ground Mount EA 2 100 2 Salvage and Relocate Alum Sign and Ground Mount EA 1 100 3 Remove Conc Curb&Gutter LF 741 104 4 Remove Existing Curb Inlet EA 2 104 5 Unclassified Excavation by Plan CY 347 110 6 10" Lime Treatment SY 1,303 340 7 Hydrated Lime (8% @48lbs/sy) TN 27 340 8 Conc Pvmt (Cont Reinf. CRCP) (10") SY 1,039 360 9 4" Hot -mixed Asphaltic Conc. Pav (Type D) SY 1,039 360 10 18" RCP, Class III LF 14 464 11 Trench Safety LF 14 464 12 10' Std. TxDOT Curb Inlet Under Roadway EA 2 465 13 Brick Pavers (Venetian Ashlar Patter Mlsap Color) SY 59 528 14 5" Color CONC Sidewalk (Color Hardener Matching) SY 91 528 15 5" Color CONC Accent Band (Color Hardener Matching) SY 42 528 16 Conc Curb (Mona) (TY II) LF 940 529 17 Curb Ramp at Median Island (TY 20) EA 4 531 18 Combination Island Ramp (TY21) EA 1 531 19 Combination Island Ramp (TY22) EA 2 531 20 Install TxDOT Small Assembly Sign EA 1 644 21 4" SLD Pvmt Marking HAS (W) LF 466 666 22 8" SLID Pvmt Marking HAS (W) LF 441 666 23 24" SLID Pvmt Marking HAE (W) LF 76 666 24 Right Turn Arrow Pvmt Marking EA 2 666 25 "ONLY" Pvmt Marking EA 2 666 26 Remove Pvmt Markings LF 121 677 TOTAL TxDOT IMPROVEMENTS Section 2 — Contract Requirements P-5 Proposal SECTION X - TRAFFIC SIGNAL IMPROVEMENTS Project Item Information Bidders Proposal TxDOT specification / Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Drill Shaft (Trf Sig Pole) (36 in) LF 39 4166032 2 Drill Shaft (Tr( Sig Pole) (48 in) LF 66 4166034 3 Mobilization LS 1 5006001 4 Condt (PVC) (SCH 40) (2") LF 120 6186023 5 Condit (PVC) (SCH 40) (2") (Bore) LF 125 6186024 6 Condt (PVC) (SCH 40) (3") LF 305 6186029 7 Condt (PVC) (SCH 40) (3") (Bore) LF 195 6186030 8 Condt (PVC) (SCH 40) (4") LF 285 6186033 9 Condit (PVC) (SCH 40) (4") (Bore) LF 190 6186034 10 Condt (PVC) (SCH 80) (2") LF 50 6186046 11 Elec Condr (No. 12) Insulated LF 480 6206004 12 Elec Condr (No. 8) Insulated LF 2,020 6206008 13 Elec Condr (No. 6) Bare LF 965 6206009 14 Elec Condr (No. 6) Insulated LF 330 6206010 15 Tray Cable (3 Condr) (12 AWG) LF 2,560 621 6002 16 Ground Box TY A (122311) EA 10 6246001 17 Ground Box TY C (162911) EA 10 6246007 18 ELC SRV TY D 120/240 070(NS)SS(E)PS(U) EA 1 6286187 19 Install HWYTRF SIG (Isolated) EA 1 6806002 20 VEH SIG SEC (12")LED(GRN) EA 16 6826001 21 VEH SIG SEC (12")LED(GRN ARW) EA 2 6826002 22 VEH SIG SEC (12")LED(YEL) EA 16 6826003 23 VEH SIG SEC (12")LED(YEL ARW) EA 4 6826004 24 VEH SIG SEC (12")LED(RED) EA 16 6826005 25 VEH SIG SEC (12")LED(RED ARW) EA 4 6826006 26 Back Plate (12")(3 SEC)(Vented)Alum EA 18 6826035 27 Back Plate (12")(5 SEC)(Vented)Alum EA 2 6826037 28 TRF SIG CBL (TY A)(14 AWG)(5 CONDR) LF 780 684 6031 29 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 140 684 6033 30 TRF SIG CBL (TYA)(14 AWG)(12 CONDR) LF 1,200 684 6038 31 TRF SIG CBL (TYA)(14 AWG)(20 CONDR) LF 595 6846046 32 INS TRF SIG PL AM(S)1 ARM(40')LUMMLSN EA 1 6866044 33 INS TRF SIG PL AM(S)l ARM(44')LUM&ILSN EA 1 6866048 34 INS TRF SIG PL AM(S)l ARM(48')LUMSILSN EA 1 686 6052 35 INS TRF SIG PL AM(S)l ARM(55')LUM&ILSN EA 3 686 6060 36 RVDS (Presence Detection Only) EA 6 6292 6001 37 Radar Presence Detector Comm Cable LF 1,935 6292 38 RVDS (Advanced Detection Only) EA 2 6292 6003 39 Radar Communication Cable LF 655 6292 40 Infrared Pre-emption Detector EA 6 41 Infrared Pre-emption Cable LF 2,200 42 GPS Pre-emption Detector EA 2 43 GPS Pre-emption Cable LF 701 TOTAL TRAFFIC SIGNAL IMPROVEMENTS Section 2 — Contract Requirements P-6 Proposal PROPOSAL FORM UNIT PRICE BID Bidder's Application PARISH NORTH - SEWER, PAVING, DRAINAGE, & STREET LIGHTS SECTION 1- GENERAL Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Project Sin EA 1 $1,000.00 $1,000.00 015813 2 Mobilization (5% Max Over $500,000; 10 % Max Under $500,000) LS 1 $185,000.00 $185,000.00 017113 3 Site Pre 5% Max Over $500,000; 10% Max Under $500,000 LS 1 1 $185,000.00 $185,000.001 024100 4 Barricades Signs, and Traffic Handling MO 6 1 $5.000.00 $40,000.001 347113 TOTAL GENERALI $411,000.001 SECTION II - EARTHWORK IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Unclassified Excavation (by Plan Quantity) CY 3,176 $15.00 $47,640.00 312316 2 SWPPP LS 1 1 $30,000.00 $30,000.00 312500 TOTAL EARTHWORK IMPROVEMENTS1 $77,640.00� SECTION III - PAVING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Remove Wood Fence LF 114 $12.00 $1,368.00 024100 2 Remove Guard Rail LF 63 $25.00 $1,575.00 024100 3 Remove Conc Curb&Gutter LF 26 $55.00 $1.430.00 024100 4 Remove Conc Pvmt SY 8 $75.00 $600.00 024100 5 18"-24" Tree Removal FA 1 $400.00 $400.00 024100 6 6" CONDT PVC SCH 40 T LF 1,362 532.00 $43,584.00 270500 7 2" CONDT PVC SCH 40 T LF 1,596 $25.00 $39,900.00 270500 8 4" CONDT PVC SCH 40 T LF 1,596 $28.00 $44,688.00 270500 9 24" CONDT PVC SCH 40 T LF 141 $100.00 $14,100.00 270500 10 6" Lime Treatment SY 11,084 $8.00 $88,672.00 321113 11 Hydrated Lime 8% P 48 bs/s TN 233 $200.00 $46,600.00 321113 12 8" Conc Pvmt SY 10,320 $65.30 $673,896.00 321313 13 TxDOT Directional Ram TY 7 EA 1 2 $3.500.00 1 $7,000.00 TxDOT 531 14 Install Street Header LF 56 510.00 $560.00 321665 15 6" Topsoil CY 122 $25.00 $3,050.00 329119 16 Seeding, H dromulch SY 730 $2.75 $2,007.50 329223 17 Brick Pavers Venetian Ashlar Palter Milsap Color SY 33 $230.00 $7,590,001 TxDOT 528 18 5" Color CONC Sidewalk Color Hardener Matching) SY 48 $150.00 $7,200.001 TxDOT 528 19 5" Color CONC Accent Band Color Hardener Matching) SY 15 $300:00 S4,500.001 TxDOT 528 TOTAL PAVING IMPROVEMENTS1 $988,720.501 Comments This column is used for the "Unit Price" in words - as required in One Thousand Dollars and No Cents One Hundred Eighty Five Thousand Dollars and No Cents One Hundred Eighty Five Thousand Dollars and No Cents Five Thousand Dollars and No Cents Fifteen Dollars and No Cents Thirty Thousand Dollars and No Cents Twelve Dollars and No Cents Twenty Five Dollars and No Cents Fifty Five Dollars and No Cents Seventy Five Dollars and No Cents Four Hundred Dollars and No Cents Thirty Two Dollars and No Cents Twenty Five Dollars and No Cents Twenty Eight Dollars and No Cents One Hundred Dollars and No Cents Eight Dollars and No Cents Two Hundred Dollars and No Cents Sixty Five Dollars and Thirty Cents Three Thousand Five Hundred Dollars and No Cents Ten Dollars and No Cents Twenty Five Dollars and No Cents Two Dollars and Seventy Five Cents Two Hundred Thirty Dollars and No Cents One Hundred Fifty Dollars and No Cents Three Hundred Dollars and No Cents SECTION IV - STORM DRAIN IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Trench Safety LF 1.521 $3.00 $4,563.00 330510 2 21" RCP, Class III LF 176 $160.00 $28,160.00 334113 3 24" RCP, Class III LF 795 $200.00 $159,000.00 334113 4 54" RCP, Class III LF 11 $1,000.00 $11,000.00 334113 5 5x3 Box Culvert LF 539 $450.00 $242,550.00 334113 6 4' Storm Junction Box EA 1 1 $5,500.00 55,500.00 334913 7 6' Storm Junction Box EA 2 0.00 $16,000.00 334913 8 10' Curb Inlet EA 2 0.00 $16,000.00 334920 9 15' Curb Inlet EA 4 0.00 4S6.000.00 $40,000.00 334920 10 3'x3' Grate Inlet Precast EA 1 $6.000.00 334920 TOTAL STORM DRAIN IMPROVEMENTS1 $528,773.001 SECTION V - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 4" BRK Pvmt Markin HAS W LF 864 $2.20 $1,900.80 321723 2 8" SLD Pvmt Markin HAS W LF 458 $4.00 $1,832.00 321723 3 24" SLD Pvmt Markin HAE W LF 83 $13.00 $1,079.00 321723 4 REFL Raised Marker TY I-C EA 87 $12.00 $1,044.00 321723 5 REFL Raised Marker TY 11-C-R EA 23 $12.00 $276.00 321723 6 Install Alum Si n Ground Mount EA 8 $1,050.00 $8,400.00 344150 7 Street Names Signs Attached to Stop Sign Mount EA 3 $450.00 $1,350.00 344150 TOTAL PAVEMENT MARKING & SIGNAGE IMPROVEMENTS $15,881.80 SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS Project Item Information Bidders Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Permanent Automatic Irrigation System SF 105,000 $1.00 $105,000.00 328000 2 Pale Leaf Yucca - 5Gal EA 225 $51.00 $11,475.00 329300 3 Dwarf Texas Sage - 5Gal EA 42 $51.00 $2,142.00 329300 4 Autumn Sage - 5Gal EA 38 $51.00 $1,93&00 329300 5 Gulf Muhl - 5Gal EA 660 $51.00 $33,660.00 329300 6 lBermuda Sod SF 1 102,800 $0.50 $51,400.00 329300 7 Texas Red Oak -4"cal. EA 7 $1,502.00 $10,514.00 329300 8 Live Oak -4"cal. EA 8 $1,502.00 $12,016.00 329300 9 Post Oak - 4" cal. EA 6 $1,502.00 $9,012.00 329300 10 Century Root Barrier Panel - 48" x 15' LF 60 $75.00 $4,500.00 329300 11 Steel Edge - 3/16" x 4" LF 575 $20.00 $11,500.00 329300 12 Fine Grade SF 105,000 $0.10 $10,500.00 329300 13 Compost Mix CY 45 $84.00 $3,780.00 329300 14 1 Hardwood Mulch CY 30 $99.00 $2,970.00 329300 TOTAL LANDSCAPE & IRRIGATION IMPROVEMENTS $270,407.00 Three Dollars and No Cents One Hundred Sixty Dollars and No Cents Two Hundred Dollars and No Cents One Thousand Dollars and No Cents Four Hundred Fifty Dollars and No Cents Five Thousand Five Hundred Dollars and No Cents Eight Thousand Dollars and No Cents Eight Thousand Dollars and No Cents Ten Thousand Dollars and No Cents Six Thousand Dollars and No Cents Two Dollars. and Twenty Cents Four Dollars and No Cents Thirteen Dollars and No Cents Twelve Dollars and No Cents Twelve Dollars and No Cents One Thousand Fifty Dollars and No Cents Four Hundred Fifty Dollars and No Cents One Dollar and No Cents Fifty One Dollars and No Cents Fifty One Dollars and No Cents Fifty One Dollars and No Cents Fifty One Dollars and No Cents No Dollars and Fifty Cents One Thousand Five Hundred Two Dollars and No Cents One Thousand Five Hundred Two Dollars and No Cents One Thousand Five Hundred Two Dollars and No Cents Seventy Five Dollars and No Cents Twenty Dollars and No Cents No Dollars and Ten Cents Eighty Four Dollars and No Cents Ninety Nine Dollars and No Cents SECTION VII - STREET LIGHTING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 24" x 72" Foundation EA 33 $1,565.00 $51,645.00 033101 2 #2 THWN Copper Wire LF 90 $5.00 $450.00 260500 3 #10THWN Copper Wire LF 6,020 $1.50 $9,030.00 260500 4 #10 Insulated Ground Wire LF 3,010 $1.50 $4,515.00 265000 5 Service Points w/ Meter (240/480V) EA 1 $15,625.00 $15,625.00 260501 6 Decorative Street Lights Luminar Pole) EA 33 $3,260.00 $107,580.00 265619 7 Decorative Street Lights (Fixture) with 7-Pin Receptacle & Twist Lock Lighting Controller EA 33 $2,385.00 $78,705.00 265620 6 1" Conduit (Trench) LF 2,930 $6.75 $25,637.50 270500 9 2" Conduit Trench - Street Light Electrical LF 30 S23.00 $690.00 270500 10 2-2" Conduit (Trench) LF 215 $25.50 $5,482.50 270500 11 2" Conduit (Trench) - Parkway Electrical LF 4,370 $16.00 $69,920.00 270500 12 111" x 17" Composite Ground Boxes EA 39 S1,285.00 $50,115.00 344135 13 SYNAPSE Lighting Control (Central Base Station) and CommissioningSec. LS 1 $20,000.00 $20,000.00 Manufacturer IUTALJIKttI Lit ril IMt-KUVCMCNIDI y437,JUD.VU SECTION VIII - SANITARY SEWER IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Post -CCTV Inspection LF 287 $5.00 $1,435,00 330132 2 Trench Safety LF 287 $5.00 $1,435.00 330510 3 10" Sewer Pie LF 287 $100.00 $28,700.00 333110 4 10" SS Cleanout EA 2 $1,500.00 $3,000.00 333110 TOTAL SANITARY StWtK IMHKUVtMtN IJ$34,511JI.UUI One Thousand Five Hundred Sixty Five Dollars and No Cents Five Dollars and No Cents One Dollar and Fifty Cents One Dollar and Fifty Cents Fifteen Thousand Six Hundred Twenty Five Dollars and No Cents Three Thousand Two Hundred Sixty Dollars and No Cents Two Thousand Three Hundred Eighty Five Dollars and No Cents Eight Dollars and Seventy Five Cents Twenty Three Dollars and No Cents Twenty Five Dollars and Fifty Cents Sixteen Dollars and No Cents One Thousand Two Hundred Eighty Five Dollars and No Cents Twenty Thousand Dollars and No Cents Five Dollars and No Cents Five Dollars and No Cents One Hundred Dollars and No Cents One Thousand Five Hundred Dollars and No Cents SECTION IX - TxDOTIMPROVEMENTS Project Item Information Bidder's Proposal TxDOT Specification / Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Remove Alum Sign and Ground Mount EA 2 $300.00 S600.00 100 2 Salvage and Relocate Alum Sign and Ground Mount EA 1 $400.00 $400.00 100 3 Remove Conc CurbBGutter LF 741 $12.00 $8,892.00 104 4 Remove Existing Curb Inlet EA 2 $1,500.00 $3,000.00 104 5 Unclassified Excavation by Plan CY 347 $20.00 $6,940.00 110 6 10" Lime Treatment SY 1,303 $10.00 $13,030.00 340 7 Hydrated Lime 8% @ 48 Ibs/s TN 27 $200.00 $5,400.00 340 B Conc Pvmt Cont Reinf. CRCP 10" SY 1,039 $100.00 S103,900.00 360 9 4" Hot -mixed Asphaltic Conc. Pav (Type D SY 1,039 $30.00 S31,170.00 360 10 18" RCP, Class III LF 14 $250.00 S3,500.00 464 11 Trench Safety LF 14 $25.00 $350.00 464 12 10' Std. TxDOT Curb Inlet Under Roadway EA 2 $12,000.00 $24,000.00 465 13 Brick Pavers Venetian Ashlar Patter Milsap Color SY 59 $230.00 $13,570.00 526 14 5" Color CONC Sidewalk Color Hardener Matching) SY 1 91 $130.00 $11,830.00 528 15 5" Color CONC Accent Band Color Hardener Matching) SY 1 42 $300.00 $12,600.00 528 16 Conc Curb Mono TY II LF 940 $5.00 $4,700.00 529 17 Curb Ramp at Median Island (TY 20) EA 4 S3,500.00 $14,000.00 531 18 Combination Island Ram (TY 21) EA 1 $4,200.00 $4,200.00 531 19 Combination Island Ram (TY 22) EA 2 1 $4,500:00 $9,000.00 531 20 Install TxDOT Small Assembly Sin EA 1 $1,200.00 $1,200.00 644 21 4" SLD Pvmt Markin HAS W LF 466 $2.00 $932.00 666 22 B" SLD Pvmt Markin HAS W IF 441 $4.00 $1,764.00 666 23 24" SLD Pvmt Markin HAE W LF 76 $13.00 $988.00 666 24 Right Turn Arrow Pvmt Markin EA 2 $350.00 $700.02 666 25 "ONLY" Pvmt Markin EA 2 $450.00 $900.00 666 26 Remove Pvmt Markings LF 1 121 $25.00 $3,025.001 677 TOTAL IxUUI IMVKUVtMtNIJI BYSU,Sulmul SECTION X - TRAFFIC SIGNAL IMPROVEMENTS Project Item Information Bidder's Proposal TxDOT Specification / Bidlisl Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Drill Shaft (Trf Sig Pole) (36 in) LF 39 $510.00 $19,890.00 4166032 2 Drill Shaft Trf Sig Pole) 48 in) LF 66 $600.00 S39,600.00 4166034 3 Mobilization LS 1 $5 000.00 $5,000.00 5006001 4 Condt (PVC) SCH 40) (2") LF 120 $23.00 $2,760.00 6186023 5 Condt (PVC) SCH 40 2") (Bore) LF 125 $30.00 $3.750.00 6186024 6 Condt (PVC) SCH 40) 3") LF 305 $26.00 $7,930.00 6186029 7 Condt PVC SCH 40 (3") (Bore) LF 195 $38.00 $7,410.00 6186030 8 Condt PVC (SCH 40) 4" LF 285 $29.00 $8,265.00 6186033 9 Condt PVC (SCH 40) (4") (Bore) LF 190 $43.00 $8,170.00 6186034 10 Condt (PVC) SCH 80) (2") LF 50 S20.00 $1,000.00 6186046 11 Elec Condr No. 12 Insulated LF 480 $1.50 $720.00 6206004 12 Elec Condr (No. 8) Insulated LF 2,020 1 $2.10 $4,242.00 6206008 13 Elec Condr No. 6 Bare LF 965 $2.30 $2,219.50 620 6009 14 Elec Condr (No. 6) Insulated LF 330 $2.60 $858.00 6206010 15 Tray Cable 3 Condr) (12 AWG) LF 2,560 $3.65 $9,856.00 6216002 16 Ground Box TYA 122311) EA 10 $1,200.00 $12,000,001 6246001 17 Ground Box TY C (162911) EA 10 $1,280.00 $12,800.00 6246007 18 ELC SRV TY D 120/240 070(NS)SS E PS(U) EA 1 $8,900.00 $8,900.00 6286187 19 Install HWY TRF SIG (Isolated) EA 1 $115 800.00 $115,800.00 6806002 20 VEH SIG SEC 12")LED(GRN) EA 16 $325.00 $5,200.00 6826001 21 VEH SIG SEC (12")LED(GRN ARW) EA 2 $325.00 $650.00 6826002 22 VEH SIG SEC 12" LED YEL EA 16 $325.00 $5,200.00 6826003 23 VEH SIG SEC 12")LED YEL ARW EA 4 $325.03 $1,300.00 6826004 24 VEH SIG SEC (12")LED(RED) EA 16 $325.00 $5,200.00 6626005 Three Hundred Dollars and No Cents Four Hundred Dollars and No Cents Twelve Dollars and No Cents One Thousand Five Hundred Dollars and No Cents Twenty Dollars and No Cents Ten Dollars and No Cents Two Hundred Dollars and No Cents One Hundred Dollars and No Cents Thirty Dollars and No Cents Two Hundred Fifty Dollars and No Cents Twenty Five Dollars and No Cents Twelve Thousand Dollars and No Cents Two Hundred Thirty Dollars and No Cents One Hundred Thirty Dollars and No Cents Three Hundred Dollars and No Cents Five Dollars and No Cents Three Thousand Five Hundred Dollars and No Cents Four Thousand Two Hundred Dollars and No Cents Four Thousand Five Hundred Dollars and No Cents One Thousand Two Hundred Dollars and No Cents Two Dollars and No Cents Four Dollars and No Cents Thirteen Dollars and No Cents Three Hundred Fifty Dollars and No Cents Four Hundred Fifty Dollars and No Cents Twenty Five Dollars and No Cents Five Hundred Ten Dollars and No Cents Six Hundred Dollars and No Cents Five Thousand Dollars and No Cents Twenty Three Dollars and No Cents Thirty Dollars and No Cents Twenty Six Dollars and No Cents Thirty Eight Dollars and No Cents Twenty Nine Dollars and No Cents Forty Three Dollars and No Cents Twenty Dollars and No Cents One Dollar and Fifty Cents Two Dollars and Ten Cents Two Dollars and Thirty Cents Two Dollars and Sixty Cents Three Dollars and Eighty Five Cents One Thousand Two Hundred Dollars and No Cents One Thousand Two Hundred Eighty Dollars and No Cents Eight Thousand Nine Hundred Dollars and No Cents One Hundred Fifteen Thousand Eight Hundred Dollars and No Cents Three Hundred Twenty Five Dollars and No Cents Three Hundred Twenty Five Dollars and No Cents Three Hundred Twenty Five Dollars and No Cents Three Hundred Twenty Five Dollars and No Cents Three Hundred Twenty Five Dollars and No Cents 25 VEH SIG SEC (12")LED RED ARW EA 4 $325.00 $1,300.00 6826006 26 Back Plate 12")(3 SEC)(Vented)Alum EA 18 $140.00 $2,520.00 6826035 27 Back Plate (12")(5 SEC)(Vented)Alum EA 2 $190.00 $380.00 6826037 28 TRF SIG CBL TY A)(14 AWG)(5 CONDR) LF 780 $2.40 $1,872.00 6846031 29 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 140 $2.90 $406.00 6846033 30 TRF SIG CBL (TY A)(14 AWG)(12 CONDR) LF 1,200 $4.65 $5,580.00 6846038 31 TRF SIG CBL TY A)(14 AWG)(20 CONDR) LF 595 $7.50 $4,462.50 6846046 32 INS TRF SIG PL AM(S)1 ARM 40' LUM&ILSN EA 1 $25,900.00 $25,900.00 6866044 33 INS TRF SIG PL AM(S)l ARM(44')LUM&ILSN EA 1 $26,500.00 $26,500.00 6866048 34 INS TRF SIG PL AM(S)l ARM(48')LUM&ILSN EA 1 $29,200.00 $29,200.00 6866092 35 INS TRF SIG PL AM(S)l ARM(55')LUM&ILSN EA 3 $55,250.00 $165,750.00 6866060 36 RVDS (Presence Detection Only) EA 6 $9,500,00 $57,000.00 6292 6001 37 Radar Presence Detector Comm Cable LF 1,935 $3.00 $5,805.00 6292 38 RVDS Advanced Detection Only EA 2 $9,800.00 $19,600.00 6292 6003 39 Radar Communication Cable LF 655 $3.00 S1,965.00 6292 40 Infrared Pre-emption Detector EA 6 $2,740.00 S16,440.00 41 Infrared Pre-emption Cable LF 2,200 $2.50 S5,500.00 42 GPS Pre-emption Detector EA 2 $4,650.00 $9,300.00 43 GPS Pre-emption Cable LF 701 $3.20 $2,243.20 TOTAL TRAFFIC SIGNAL IMPROVEMENTS $670,444.20 Three Hundred Twenty Five Dollars and No Cents One Hundred Forty Dollars and No Cents One Hundred Ninety Dollars and No Cents Two Dollars and Forty Cents Two Dollars and Ninety Cents Four Dollars and Sixty Five Cents Seven Dollars and Fifty Cents Twenty Five Thousand Nine Hundred Dollars and No Cents Twenty Six Thousand Five Hundred Dollars and No Cents Twenty Nine Thousand Two Hundred Dollars and No Cents Fifty Five Thousand Two Hundred Fifty Dollars and No Cents Nine Thousand Five Hundred Dollars and No Cents Three Dollars and No Cents Nine Thousand Eight Hundred Dollars and No Cents Three Dollars and No Cents Two Thousand Seven Hundred Forty Dollars and No Cents Two Dollars and Fifty Cents Four Thousand Six Hundred Fifty Dollars and No Cents Three Dollars and Twenty Cents Bid Summary SECTION I - GENERAL $411,000.00 SECTION II - EARTHWORK IMPROVEMENTS $77,640.00 SECTION III - PAVING IMPROVEMENTS $988,720.50 SECTION IV - STORM DRAIN IMPROVEMENTS $526,773.00 SECTION V - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS $15.881.80 SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS $270,407.00 SECTION VII - STREET LIGHTING IMPROVEMENTS $439,395,00 SECTION VIII -SANITARY SEWER IMPROVEMENTS $34,570.00 SECTION IX - TxDOT IMPROVEMENTS $280,591.00 SECTION X - TRAFFIC SIGNAL IMPROVEMENTS $670,444.20 TOTAL CONSTRUCTION BID 1 $3,717,422.50 Bid Summary SECTION I - GENERAL y 000. 00 SECTION 11- EARTHWORK IMPROVEMENTS O SECTION III - PAVING IMPROVEMENTS 4 9 99. l .. SECTION IV - STORM DRAIN IMPROVEMENTS $ --11 00 SECTION V - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS I , $� SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS Lto-I . 6 SECTION VII - STREET LIGHTING IMPROVEMENTS Ll 3 355. 60 SECTION VIII - SANITARY SEWER IMPROVEMENTS S 10.00 SECTION IX -TxDOT IMPROVEMENTS a$ S9l SECTION X- TRAFFIC SIGNAL IMPROVEMENTS GAO 44 4. TOTAL CONSTRUCTION BIDIS 3 10, $' PROPOSAL SUMMARY: TOTAL BID FOR PARISH LANE $ , -I, *TOTAL PROJECT $ 3) 1 1 IJ 4ad. 5RD *Total Project Cost includes bonds, traffic control and other incidentals necessary to complete the work scope of this contract. This total must agree with the total amount bid. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no more than the invoice price for such material to the Contractor. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the Owner in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against. The bidder agrees to begin construction within ten (10) calendar days after the issuance of the Notice to Proceed with Construction (Work Order), and to complete the contract within Ci calendar days after receipt of said notice. Section 2 — Contract Requirements P-7 Proposal Receipt is acknowledged of the following addenda: Addendum No. 1 vs,-X(A Addendum No. 2 Addendum No. 3 Respectfully submitted Company: Zachry Construction Corporation Name: Garry Doty Title: Vice President (Seal) if bidder Corporation Signature: Corporate: P.O. Box 33240 San Antonio, TX 78265 Address: Regional: P.O. Box 531558, Grand Prairie, TX 75053 City, State, Zip: Phone: 972.400.4312 Fax: 972.264.5597 Section 2 — Contract Requirements P-8 Proposal Surety O + 908.903-3485 202B Halls Mill Road, PO Box 1650 F + 9o8.903.3656 Whitehouse Station, NJ o8889-1650 Pacific Indemnity Company Bond No. N/A Know All Men By These Presents, Thatwe, Zachry Construction Corporation Amount $ 5% 14410 Wurzbach Parkway, Suite 120, San Antonio, TX 78265 (hereinafter called the Principal), as Principal, and PACIFIC INDEMNITY COMPANY, a corporation duly organized under the laws of the State of Wisconsin, (hereinafter called the Surety), as Surety, are held and firmly bound unto Town of Westlake (hereinafter called the Obligee), in the sum of Five Percent Of The Total Amount Of Bid Submitted Dollars ($ 5% ), for the payment of which we, the said Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 16th day of March, 2022 WHEREAS, the Principal has submitted a bid, dated March 16, 2022 for Build and Construct the CTR Westlake - Parish Lane Improvements from SH 170 Frontage Road to Roanoke Road NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the difference, not to exceed the penalty hereof, between the amount specified in said bid and the amount for which the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect. Zachry Construction Corporation Principal By: / V t u-G vrt_z) IC]Cr) l ,,,,Cacific Indemnity Company By: _ Deborah L. J g, tto -In-Fact Chubb. Insured.'' Form 15-02-0002-PI (Rev. 4/17) POLICYHOLDER INFORMATION NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may send information to Chubb at: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Support Phone:800-252-4670 Fax: 800-664-5358 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. AWSO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de tel6fono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Usted puede enviar informacion a Chubb en: Eastern Claim Service Center 600 Independence Parkway Chesapeake, VA 23320 Attn: Surety Support Phone:800-252-467o Fax: 800-664-5358 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de compai5ias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 490-1007 Sitio Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa relacionada con su prima de seguro o con una reclamaci6n, usted debe comunicarse con(el agente) (la compaiiia)(el agente o la compania) primero. Si la disputa no es resuelta, usted puede comunicarse con el Departmento de Seguros de Texas. VIVA ESTE AVISO A SU POLKA: This notice is for information only and does not become Este aviso es solo para prop6sito de informacion y no se a part or condition of the attached document. convierte en parte o condicion del documento adjunto. Form 15-10-0347 (Rev. 7-19) CHUBS° Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Deborah L. Jung, Catherine M. Martinez, Donald E. Miller Jr., Michael N. Venson, S. West Warren and Thomas E. Whitney of San Antonio, Texas------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 71 day of January, 2020. B\-U� A-t A,-� Dawn %).tall(>r(b.Secretary STATE OF NEW JERSEY County of Hunterdon Stephen M. Ikincy. Vice III-L idem On this 7" day of January, 2020 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney, being by me duly swom, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal 4p OTARy KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY �%t/8Lt0 JERg� No.2318585 Cotnmi48ion Expires July 16, 2024 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertaldngs, recognirances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf ofthe Company,. under the seal of the Company or otherwise. (2) Each drily appointed attomey-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such persons written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writingto any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power ofAttomey is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this March 16, 2022 T�llu-A-+� 1�i. � �Ayslll.C3� lCr;;n 11. Chlr>r;n.:\s�isi:nu IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MAT71'ER, PLEASE CONTACT US AT: Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CTR WESTLAKE - PARISH LANE SH 170 Frontage Road to Roanoke Road FEBRUARY 2022 TOWN OF WESTLAKE LAURA WHEAT MAYOR TOWN COUNCIL ALESA BELVEDERE ANNA WHITE CHANDRIKA DASGUPTA RAJIV TRIVEDI CAROL LANGDON AMANDA DEGAN TOWN MANAGER MIKE PETERSON, P.E. TOWN ENGINEER . PELOTON iI I ( LAND SOLUTIONS Peloton Land Solutions, Inc. 9800 Hillwood Parkway, Suite 250 Fort Worth, Tx 76177 (817) 562-3350 TABLE OF CONTENTS SECTION 1 BID REQUIREMENTS PAGE(S) Project Location Map M-1 Notice to Bidders NB-1 Instructions to Bidders IB-1 — IB-6 SECTION 2 CONTRACT REQUIREMENTS Proposal (Contract Amount) P-1 — P-8 Maintenance Bond MB-1 — MB-3 Performance Bond PB-1 — PB-2 Payment Bond PY-1 — PY-2 Standard Form of Agreement SF-1 — SF-4 Certificate of Insurance I-1 General Conditions GC-1 — GC-45 Special Conditions SC-1 — SC-4 Special Provisions SP-1 — SP-22 SECTION 3 TECHNICAL SPECIFICATIONS The technical specifications reference the following documents: • Project Specifications (Available from engineer if not included in contract documents.) • 2014 TxDOT Standard Specification for Construction and Maintenance of Highways, Streets, and Bridges (Not all specifications are provided in contract documents. Contractor responsible for obtain standard specifications from TxDOT.) • 5th Edition of the Public Works Construction Standards from the North Central Texas Council of Governments (Not all specifications are provided in contract documents. Contractor responsible for obtain standard specifications from NCTCOG.) • Product Specifications (Available from engineer if not included in contract documents) 013233 Video and Photographic Documentation 015813 Project Sign 017113 Mobilization 017416 Dust Control 024100 General Site Preparation 032100 Reinforcing Steel 032200 Wire Fabric 033100 Concrete Structures — Cast -In -Place 033101 Drilled Shaft Foundation 033105 Concrete Structures — Cast -In -Place (TxDOT) 033106 Concrete Retaining Walls (TxDOT) 034100 Concrete Structures — Precast (Town) 034105 Concrete Structures — Precast (TxDOT) 260500 Electric Conductor TOC-1 Table of Contents 260501 Electric Service 265619 Luminaire Pole 265620 Luminaire Fixture 270500 Conduit 312316 Unclassified Excavation 312413 Embankment 312500 Temporary Erosion, Sedimentation and Water Pollution Prevention and Control 321113 Lime Treatment 321123 Sand Bedding 321313 Concrete Pavement 321314 Rolling 321373 Joint Sealant 321665 Reinforced Concrete Header 321723 Pavement Markers and Markings 328000 Irrigation System 329113 Fertilizer 329119 Topsoil 329223 Turfgrass Planting 329300 Tree, Shrub, and Ground Cover Planting 330131 Wastewater and Manhole Testing 330132 Television Inspection for Wastewater Mains 330510 Trenching, Backfilling, and Compaction 333110 PVC Pipe for Gravity Wastewater Mains 334113 Reinforced Concrete Pipe 334913 Storm Sewer Manholes 334920 Standard and Recessed Curb Inlets and Other Inlets 344135 Ground Box 344150 Small Roadside Sign Supports and Assemblies 347113 Barricades, Signs, and Traffic Handling TxDOT 100 Preparing Right -of -Way 104 Removing Concrete 110 Excavation 340 Dense -Graded Hot -Mix Asphalt (Small Quantity) 360 Concrete Pavement 416 Drilled Shaft Foundations 421 Hydraulic Cement Concrete 464 Reinforced Concrete Pipe 465 Junction Boxes, Manholes, and Inlets 500 Mobilization 528 Colored Textured Concrete and Landscape Pavers 529 Concrete Curb, Gutter, and Combined Curb and Gutter 531 Sidewalks 618 Conduit TOC-2 Table of Contents 620 Electrical Conductors 621 Tray Cable 624 Ground Boxes 628 Electrical Services 644 Small Roadside Sign Assemblies 666 Retroreflectorized Pavement Markings 677 Eliminating Existing Pavement Markings and Markers 680 Highway Traffic Signals 682 Vehicle and Pedestrian Signal Heads 684 Traffic Signal Cables 686 Traffic Signal Pole Assemblies (Steel) 6292 Radar Vehicle Detection System for Signalized Intersection Control Product Specifications TL7-B2 Synapse Twist Lock Lighting Controller CBSSW-450-002 Synapse Central Base Station SECTION 4 APPENDICIES Geotechnical Investigation TxDOT Driveway Permit Denton County Project Sign Detail Addendums TOC-3 Table of Contents SECTION 1 - BID REQUIREMENTS 37 PARI$�I WAY 14 + LANE O _LAKE - 174 SITE WESTLAKL r f DOVE RD a y 1 MAPSCO NO. 9H LOCATION MAP WELOTON CTR WE TLAKE - PARISH LAVE NOT TQ SCALE SUIT£ 250 UATE %kyMf FROM SH 17D FRONTAGE ROAD TO ROANO E ROAD `E°aTM'.-i3�7 Section 1 Bid Requirements M-1 Project Location Map NOTICE TO BIDDERS CTR Westlake — Parish Lane from SH 170 Frontage Road to Roanoke Road, paving, drainage, sewer, landscape, irrigation, street lights, and traffic signals and more specifically: Sealed proposals for the above referenced project will be received at the Town Hall, Town of Westlake, 1500 Solana Blvd., Bldg. 7, Suite 7200, Westlake, Texas, 76262 until 1:30p.m. (C.S.T.) on March 16, 2022. Each bidder shall identify his sealed proposal by typing on the outside of the envelope: Town of Westlake CTR Westlake — Parish Lane Attn: Troy J. Meyer 1500 Solana Blvd., Bldg. 7, Suite 7200 Westlake, Texas 76262 The Town shall receive, publicly open, and read aloud the names of the bidders and the amounts bid. A pre -bid conference will be held at 1:30 p.m., March 2, 2022, at the Town of Westlake, 1500 Solana Blvd., Bldg. 7, Suite 7200, Westlake, Texas 76262. All prospective bidders are required to have a representative from your firm attend this pre -bid conference. Should you have any questions or comments pertaining to this project, contact Tanya Warbritton, P.E. at Peloton Land Solutions, Inc. at (817) 562-3350, tanya.warbritton@pelotonland.com or Troy Meyer, Town of Westlake Director of Facilities and Public Works at (817) 490-5735, tmeyer@westlake-tx.org. Bid Documents will be furnished without charge to any general contractor desiring to submit a bid for this project and may be picked up in person at the Town Hall of Westlake, Texas beginning Tuesday, February 22, 2022. The Town of Westlake reserves the right to reject any or all bids, and to waive any formalities. The Town of Westlake is committed to the ideals of equal opportunity, and strongly encourages participation by HUB/MBE/WBE business enterprises. Section 1 — Bid Requirements NB-1 Notice to Bidders INSTRUCTIONS TO BIDDERS COMPETITIVE BID LAW The Town of Westlake, as well as all other cities in the State of Texas, are governed by the state competitive bid law. The purpose and intent for the competitive bidding process is to help cities obtain the best products/projects at the lowest practical prices by stimulating competition. Weslake is committed to fair and equal competition among all vendors. In addition, the state competitive bid law does not allow favoritism to be shown to any vendor. HOW TO SUBMIT OFFICIAL COMPETITIVE BIDS Each invitation to bid that is posted contains all the following elements: 1. DATE, TIME, AND PLACE BID IS TO BE OPENED It is absolutely marndatory that all bids be delivered in accordance with those instructions. Bids that are received late may not be accepted. All bids must be delivered to the Town of Westlake unless otherwise stated by the date and time specifie in the bid document for the bid to be considered. All bids must be saled when presented to the Town representative. Faxed bids or emailed bids are not acceptable unless otherwise specified in the original soliciataion document. 2. DETAILED SPECIFICATIONS Many times brand names and model numbers are utilized in the bid specifications as a way of communicating minimum reqwuirements of the town. This in no way prevents a company from bidding alternatives as the Town of Westlake will always consider brand names and model numbers that are equial to the original minimum specifications. However, all deviations must be stated in the bid document, or the bidder will be required to supply the item completely as specified. All alternates must meet or exceed the specifications to be considered. Bids shall be considered on all other brands submitted and on the ewwqual quality proeduct of other manufacturers. On all such bids, the Bidder shall clearly indicate the product on which it is bidding, and shall supply sufficient data, on its own letterhead, to eanable an intelligent comparison to be made with the particular brand or manufacturer specified. 3. GENERAL STIPULATIONS/CONDITIONS Bidder is to fill out the Conflict of Interest Form and Felony Conviction Forms located in the appendix of contract documents. 4. PRE -BID MEETINGS A pre -bid conference will be required for this project. See the notice to bidders for location, date, and time. These meetings ar an opportunity for bidders and Town of Westlake Staff to meet, discuss athe bid specifications and ask questions necessary to enable the supplier to prepare their bid response. Contact between solicited vendors and the town user departments during the request for sealed bid or proposal process outside of the pre-bid/pre-proposal m eeting is available, however, the response is in writing and provided to all plan holders as an addendum to the bid. Section 1 Bid Requirements IB-I Instructions to Bidders 5. BID ADVERTISEMENTS By state law, notice of the time, date and location of bid openings are published in a newspaper in accordance with state bid law requirements (Two consecutive weeks in accordance with Texas Local Government Code). Any company or individual interested in obtaining a bid specification package may contact the Town of Westlake to request a copy. 6. BID OPENING PROCEDURES All bids are opened publicly and promptly on the date and at the time stated in the bid solicitation. All interested vendors are welcome to attend. Bid tabulations are available to all plan holders after final approval of award. Once bids are opened, no changes can be made or will be accepted. 7. BID EVALUATIONS It is the intent of the Town of Westlake to obtain the best quality materials/projects at the lowest prices possible. The bid evaluation process will begin at the lowest bid price. If that bid meets all requirements and specifications an award will be recommended. If the lowest bid price does not meet all requirements and specifications, the next lowest bidder will be considered until a valid and acceptable bid is found that meets all requirements. 8. BID AWARD NOTIFICATION The Town of Westlake representative will issue all official bid award notifications following Town of Westlake Council approval. Award notifications from any other department or staff member of the town prior to formal Council approval which occurs monthly may not be valid information. 9. SCOPE OF WORK The scope of work for this project consists of furnishing all labor, materials, equipment, and incidentals for the repair of Pavement Improvements located in the Town of Westlake, including TxDOT Right -of -Way. The items of work include pavement removal, subgrade preparation, doweling, placement of reinforced concrete pavement, and routing/sealing of cracks in existing pavement. 10. PREPARATION AND SUBMISSION OF PROPOSAL In the bid proposal, the bidder shall fill in the blanks for the "Unit Price" in words and numerals and the "Total Amount." See Section 2 (Contract Requirements), Proposal Page P-1 for proposal requirements and conditions. 11. INTERPRETATION OF QUOTED PRICES In case of difference between the written words and any figure in a proposal, the amount stated in writing will be considered as the bid. The contract method will be unit pricing based on actual quantities of work installed. 12. DISCREPANCIES IN BIDS Section 1 Bid Requirements I13-2 Instructions to Bidders In case of lack of clearness of a proposal, the owner will adopt the most advantageous construction thereof or reject the bid. 13. UNBALANCED BIDS Unreasonable or unbalanced unit prices will be cause for rejection of any bids. 14. INTERPRETATION OF SPECIFICATIONS Any questions as to the meaning of any specifications will be answered by addendum which will be sent to all who have been furnished with contract documents and plans. 15. LOCAL LABOR The Contractor, in so far as is practicable, will be expected to give preference to employment of local citizens. 16. MATERIALS FURNISHED BY CONTRACTOR The Contractor shall furnish all materials, regardless of their nature except as noted in the special provisions and/or plans. 17. MANUFACTURER'S CERTIFICATE The Contractor shall furnish, if the owner so requests, a certificate from each of the manufacturers whose materials are used on this project stating that the materials and supplies fulfill or exceed the requirements set out in these specifications. All materials must be certified domestic materials. 18. AFFIDAVIT OF BILLS PAID Prior to final acceptance of this project by the owner, the contractor shall execute an affidavit that all bills for labor, material, rental, subcontractor's work and any other incidentals have been paid in full and there are no claims pending of which he has been notified. 19. PLANS TO CONTRACTOR The successful contractor will be furnished with three (3) sets of contract documents and specifications. Should the contractor desire more than three (3) sets, the contractor may buy them for $500.00 per complete set. 20. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE Attention is called to the fact that a minimum scale of wages to be paid to employees engaged in the work under this contract does not release the contractor from compliance with any state wage law that may be applicable. The contractor shall abide by the wage and hour laws of the state and must not pay less than the rates prescribed. 21. TIME ALLOWED FOR CONSTRUCTION The contractor shall commence work in not more than (refer to Section 2: Contract Requirements - Proposal) calendar days after the work order has been issued and shall be complete within (refer to Section 2: Contract Requirements - Proposal) calendar days Section 1 Bid Requirements 113-3 Instructions to Bidders of issuance of the work order. Liquidated damages shall be charged per the NCTCOG Schedule for liquidated damages under Item 108.8.1 as shown below: Schedule 108.8.1. (a) Liquidated Damages Amount of Contract ($] Amount of Liquidated Damages ($] Less than 25,000.00 200.00 Per Day 25,000.00 to 99,999.99 350.00 Per Day 100,000.00 to 999,999.99 500.00 Per Day More than 1,000,000.00 1000.00 Per Day The days charged shall begin at the earlier of the date the contractor proceeds with construction or 10 working days after the work order has been issued by the Town of Westlake. The Contractor may bid a shorter time of completion. which will be considered by the Town in evaluation of the bids. The bid proposal has a place for the bidder to reflect the construction time. 22. SPECIAL INFORMATION - SALES TAX The Owner qualifies as an tax-exempt agency as defined by the statutes of the State of Texas. The Contractor shall comply with all statutes and rulings of the State Comptroller. The Contractor may purchase materials for incorporation into this project by issuing his supplier a tax exemption certificate. However, materials purchased, but not incorpoarated into the project, such as form materials, equipment rental, etc., are not exempt from sales taxes. 23. INSURANCE Refer to General Conditions for insurance requirements. The Contractor shall furnish and maintain during the life of the contract adequate Worker's Compensation and Commercial General Liability (Public) Insurance in such amounts as follows: Type of Insurance Worker's Compensation 2. Commercial General Liability (Public) Amount As set forth in the Worker's Compensation Act. Each Occurrence $500,000 General Aggregate $1,000,000 Products Comp/Ops Agg. $1,000,000 The Town of Westlake shall be named as an additional insured on the Commercial General Liability (Public) Insurance Policy furnished by the Contractor. Each insurance policy shall contain a provision requiring that thirty (30) days prior to expiration, cancellation, non -renewal or any material change in coverage, a notice thereof shall be given by certified mail to the Town of Westlake, 1500 Solana Blvd., Bldg. 7, Suite 7200 , Westlake, Texas 76262. Companies issuing the insurance policies shall have no recourse against the Town for payment of any premiums or assessments for any deductibles which are at the sole responsibility and risk of the Contractor. Section 1 Bid Requirements I13-4 Instructions to Bidders A Certificate of Insurance indicating that the insurance is in force shall be furnished to the Town. The coverages provided herein shall be primary and noncontributory with any other insurance maintained by the Town of Westlake, Texas, for its benefit, including self insurance. In the event any insurance policy shown on the Certificate of Insurance has an expiration date that is prior to the completion and final acceptance of the project by the Town of Westlake, the Contractor shall furnish the Town proof of identical continued coverage no later than thirty (30) days prior to the expiration date shown on the Certificate of Insurance. The Contractor shall not commence work on any Contract in the Town of Westlake until the Contractor has obtained all the insurance required under this paragraph and such insurance has been approved by the Town. 24. BONDS A bid bond in the form of a cashier's check, a certified check, or an acceptable bidder's bond made payable without conditions to the "Town of Westlake" in the amount not less than five percent (5%) of the total amount of bid submitted, must accompany each bid as a guarantee that if awarded the contract, the bidder will promptly enter into a contract and execute such bonds as required. Refer to General Conditions for bond requirements. The bond amounts are summarized below: Type of Bond 2. Maintenance Bond 3. Performance Bond 4. Payment Bond Other procurement procedures utilized: 1. QUOTES (Written And Verbal) Amount 5% of Total Bid Amount 20% of Total Contract Price 100% of Total Contract Price 100% of Total Contract Price Written and verbal quotes may be utilized for categories that will not reach the bid limit and at times when a particular bid agreement possesses a roster of providers who have been awarded for same or similar goods/services. 2. RFQ (Request for Qualifications) and RFP (Request for Proposals) These processes are primarly utilized for the procurement of goods and services that are not considered straight forward but more specialized and/or particular needs (i.e. — financial consultant, technology programmer or consultant, etc.). 3. TAX EXEMPTION The Town of Wetlake is State tax-exempt on the basis that it is a governmental entity — municipality Section 1 Bid Requirements I13-5 Instructions to Bidders 4. DISCRIMINATION Vendors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, or national origin. A bidder must certify that their company complies with Executive Order 11246, entirled Equal Employment Opportunity, as amended by Execuitve Order 11375, and as supplemented in the Department of Labor Regulations. Section 1 Bid Requirements 113-6 Instructions to Bidders SECTION 2 - CONTRACT REQUIREMENTS PROPOSAL To: Town of Westlake For: CTR Westlake — Parish Lane from SH 170 Frontage Road to Roanoke Road The undersigned Bidder having thoroughly examined the contract documents, including specifications, the site of the project and understanding the amount of work to be done and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment, and material, except as specified to be furnished by the Town, which is necessary to fully complete all of the work as provided in the contract documents and subject to the inspection and approval of the Town of Westlake, Texas, and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, and such other bonds, if any, as may be required by the contract documents for the performing and completing of said work. Contractor proposes to do the work within the time stated and for the following sum: PROPOSAL SECTIONI- GENERAL Project Rem Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Project Sign EA 1 015813 2 Mobilization (5% Max Over $500,000; 10% Max Under $500,000) LS 1 017113 3 Site Prep (5% Max Over $500,000; 10% Max Under $500,000) LS 1 024100 4 Barricades, Signs, and Traffic Handling MO 8 347113 TOTAL GENERAL SECTION II - EARTHWORK IMPROVEMENTS Project Rem Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Unclassified Excavation (by Plan Quantity) CY 3,176 312316 2 SWPPP LS 1 312500 TOTAL EARTHWORK IMPROVEMENTS Section 2 — Contract Requirements P-1 Proposal SECTION III - PAVING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Remove Wood Fence LF 114 024100 2 Remove Guard Rail LF 63 024100 3 Remove Conc Curb&Gutter LF 26 024100 4 Remove Conc Pvmt SY 8 024100 5 18"-24" Tree Removal EA 1 024100 6 6" CONDT PVC SCH 40 (T) LF 1,362 270500 7 2" CONDT PVC SCH 40 (T) LF 1,596 270500 8 4" CONDT PVC SCH 40 (T) LF 1,596 270500 9 24" CONDT PVC SCH 40 (T) LF 141 270500 10 8" Lime Treatment SY 11,084 321113 11 Hydrated Lime (8%" @ 48 Ibs/sy) TN 233 321113 12 8" Conc Pvmt SY 10,320 321313 13 TxDOT Directional Ramp (TY 7) EA 2 TxDOT 531 14 Install Street Header LF 56 321665 15 6" Topsoil CY 122 329119 16 Seeding, Hydromulch SY 730 329223 17 Brick Pavers (Venetian Ashlar Patter Milsap Color) SY 33 TxDOT 528 18 5" Color CONC Sidewalk (Color Hardener Matching) SY 48 TxDOT 528 19 5" Color CONC Accent Band (Color Hardener Matching) SY 15 TxDOT 528 TOTAL PAVING IMPROVEMENTSI SECTION IV -STORM DRAIN IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Trench Safety LF 1,521 330510 2 21" RCP, Class III LF 176 334113 3 24" RCP, Class III LF 795 334113 4 54" RCP, Class III LF 11 334113 5 5x3 Box Culvert LF 539 334113 6 4' Storm Junction Box EA 1 334913 7 6' Storm Junction Box EA 2 334913 8 10' Curb Inlet EA 2 334920 9 15' Curb Inlet EA 4 334920 10 3'xT Grate Inlet (Precast) EA j 1 j 334920 AL STORM DRAIN IMPROVEMENT Section 2 — Contract Requirements P-2 Proposal SECTION V - PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Project Rem Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 4" BRK Pvmt Marking HAS (W) LF 864 321723 2 8" SLID Pvmt Marking HAS (W) LF 458 321723 3 24" SLD Pvmt Marking HAE (W) LF 83 321723 4 REFL Raised Marker TY I-C EA 87 321723 5 REFL Raised Marker TY II-C-R EA 23 321723 6 Install Alum Sign Ground Mount EA 8 344150 7 Street Names Signs Attached to Stop Sign Mount EA 3 344150 TOTAL PAVEMENT MARKING & SIGNAGE IMPROVEMENTS SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS Project Rem Information Bidder's Proposal Technical Bidlist Rem No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Permanent Automatic Irrigation System SF 105,000 328000 2 Pale Leaf Yucca - 5Gal EA 225 329300 3 Dwarf Texas Sage - 5Gal EA 42 329300 4 Autumn Sage - 5Gal EA 38 329300 5 Gulf Muhly - 5Gal EA 660 329300 6 Bermuda Sod SF 102,800 329300 7 Texas Red Oak - 4" cal. EA 7 329300 8 Live Oak - 4" cal. EA 8 329300 9 Post Oak - 4" cal. EA 6 329300 10 Century Root Barrier Panel - 48" x 15' LF 60 329300 11 Steel Edge - 3/16" x 4" LF 575 329300 12 Fine Grade SF 105,000 329300 13 Compost Nix CY 45 329300 14 Hardwood Mulch CY 30 329300 TOTAL LANDSCAPE & IRRIGATION IMPROVEMENTSI Section 2 — Contract Requirements P-3 Proposal SECTION VII -STREET LIGHTING IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 24" x 72" Foundation EA 33 033101 2 #2 THW N Copper Wire LF 90 260500 3 #10 THWN Copper Wire LF 6,020 260500 4 #10 Insulated Ground Wire LF 3,010 265000 5 Service Points w/ Meter (240/480V) EA 1 260501 6 Decorative Street Lights (Luminar Pole) EA 33 265619 7 Decorative Street Lights (Fixture) with 7-Pin Receptacle & Twist Lock Lighting Controller EA 33 265620 8 1" Conduit (Trench) LF 2,930 270500 9 2" Conduit (Trench) - Street Light Electrical LF 30 270500 10 2-2" Conduit (Trench) LF 215 270500 11 2" Conduit (Trench) - Parkway Electrical LF 4,370 270500 12 11" x 17" Composite Ground Boxes EA 39 344135 13 SYNAPSE Lighting Control (Central Base Station) and Commissioning LS 1 Manufacturer Spec. i TOTAL STREET LIGHT IMPROVEMENTS SECTION Vill - SANITARY SEWER IMPROVEMENTS Project Item Information Bidder's Proposal Technical Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Specifications 1 Post -CCTV Inspection LF 287 330132 2 Trench Safety LF 287 330510 3 10" Sewer Pipe LF 287 333110 4 10" SS Cleanout EA 2 333110 TOTAL SANITARY SEWER IMPROVEMENTSI Section 2 — Contract Requirements P-4 Proposal SECTION IX -TxDOT IMPROVEMENTS Project Item Information Bidder's Proposal TxDOT Specification / Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Remove Alum Sign and Ground Mount EA 2 100 2 Salvage and Relocate Alum Sign and Ground Mount EA 1 100 3 Remove Conc Curb&Gutter LF 741 104 4 Remove Existing Curb Inlet EA 2 104 5 Unclassified Excavation by Plan CY 347 110 6 10" Lime Treatment SY 1,303 340 7 Hydrated Lime (8% @ 48 Ibs/sy) TN 27 340 8 Conc Pvmt (Cont Reinf. CRCP) (10") SY 1,039 360 9 4" Hot -mixed Asphaltic Conc. Pav (Type D) SY 1,039 360 10 18" RCP, Class III LF 14 464 11 Trench Safety LF 14 464 12 10' Std. TxDOT Curb Inlet Under Roadway EA 2 465 13 Brick Pavers (Venetian Ashlar Patter Milsap Color) SY 59 528 14 5" Color CONC Sidewalk (Color Hardener Matching) SY 91 528 15 5" Color CONC Accent Band (Color Hardener Matching) SY 42 528 16 Conc Curb (Mono) (TY ll) LF 940 529 17 Curb Ramp at Median Island (TY 20) EA 4 531 18 Combination Island Ramp (TY21) EA 1 531 19 Combination Island Ramp (TY 22) EA 2 531 20 Install TxDOT Small Assembly Sign EA 1 644 21 4" SLID Pvmt Marking HAS (W) LF 466 666 22 8" SLID Pvmt Marking HAS (W) LF 441 666 23 24" SLID Pvmt Marking HAE (W) LF 76 666 24 Right Turn Arrow Pvmt Marking EA 2 666 25 "ONLY" Pvmt Marking EA 2 666 26 Remove Pvmt Markings LF 121 677 TOTAL TxDOT IM PROVEM ENTS I Section 2 — Contract Requirements P-5 Proposal SECTION X - TRAFFIC SIGNAL IMPROVEMENTS Project Item Information Bidder's Proposal TxDOT Specification / Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Description Code 1 Drill Shaft (Trf Sig Pale) (36 in) LF 39 4166032 2 Drill Shaft (Trf Sig Pole) (48 in) LF 66 4166034 3 Mobilization LS 1 5006001 4 Condt (PVC) (SCH 40) (2") LF 120 6186023 5 Condt (PVC) (SCH 40) (2") (Bore) LF 125 6186024 6 Condt (PVC) (SCH 40) (3") LF 305 6186029 7 Condt (PVC) (SCH 40) (3") (Bore) LF 195 6186030 8 Condt (PVC) (SCH 40) (4") LF 285 6186033 9 Condt (PVC) (SCH 40) (4") (Bore) LF 190 6186034 10 Condt (PVC) (SCH 80) (2") LF 50 6186046 11 Elec Condr (No. 12) Insulated LF 480 6206004 12 Elec Condr (No. 8) Insulated LF 2,020 6206008 13 Elec Condr (No. 6) Bare LF 965 6206009 14 Elec Condr (No. 6) Insulated LF 330 6206010 15 Tray Cable (3 Condr) (12 AWG) LF 2,560 621 6002 16 Ground Box TY A (122311) EA 10 6246001 17 Ground Box TY C (162911) EA 10 6246007 18 ELC SRV TY D 120/240 070(NS)SS(E)PS(U) EA 1 6286187 19 Install HWY TRF SIG (Isolated) EA 1 6806002 20 VEH SIG SEC (12")LED(GRN) EA 16 6826001 21 VEH SIG SEC (12")LED(GRN ARW) EA 2 6826002 22 VEH SIG SEC (12")LED(YEL) EA 16 6826003 23 VEH SIG SEC (12")LED(YEL ARW) EA 4 6826004 24 VEH SIG SEC (12")LED(RED) EA 16 6826005 25 VEH SIG SEC (12")LED(RED ARW) EA 4 6826006 26 Back Plate (12")(3 SEC)(Vented)Alum EA 18 6826035 27 Back Plate (12")(5 SEC)(Vented)Alum EA 2 6826037 28 TRF SIG CBL (TY A)(14 AWG)(5 CONDR) LF 780 6846031 29 TRF SIG CBL (TY A)(14 AWG)(7 CONDR) LF 140 6846033 30 TRF SIG CBL (TY A)(14 AWG)(12 CONDR) LF 1,200 6846038 31 TRF SIG CBL (TY A)(14 AW G)(20 CONDR) LF 595 6846046 32 INS TRF SIG PL AM(S)1 ARM(40')LUM&ILSN EA 1 6866044 33 INS TRF SIG PL AM(S)1 ARM(44')LUM&ILSN EA 1 6866048 34 INS TRF SIG PL AM(S)1 ARM(48')LUM&ILSN EA 1 6866052 35 INS TRF SIG PL AM(S)1 ARM(55')LUM&ILSN EA 3 6866060 36 RVDS (Presence Detection Only) EA 6 6292 6001 37 Radar Presence Detector Comm Cable LF 1,935 6292 38 RVDS (Advanced Detection Only) EA 2 6292 6003 39 Radar Communication Cable LF 655 6292 40 Infrared Pre-emption Detector EA 6 41 Infrared Pre-emption Cable LF 2,200 42 GPS Pre-emption Detector EA 2 43 GPS Pre-emption Cable LF 701 TOTAL TRAFFIC SIGNAL IMPROVEMENTS Section 2 — Contract Requirements P-6 Proposal Bid Summary SECTION I - GENERAL SECTION 11- EARTHWORK IMPROVEMENTS SECTION III - PAVING IMPROVEMENTS SECTION IV - STORM DRAIN IMPROVEMENTS SECTION V- PAVEMENT MARKING & SIGNAGE IMPROVEMENTS SECTION VI - LANDSCAPE & IRRIGATION IMPROVEMENTS SECTION VII - STREET LIGHTING IMPROVEMENTS SECTION VIII - SANITARY SEWER IMPROVEMENTS SECTION IX-TxDOT IMPROVEMENTS SECTION X-TRAFFIC SIGNAL IMPROVEMENTS TOTAL CONSTRUCTION BID PROPOSAL SUMMARY: TOTAL BID FOR PARISH LANE $ *TOTAL PROJECT $ *Total Project Cost includes bonds, traffic control and other incidentals necessary to complete the work scope of this contract. This total must agree with the total amount bid. For purposes of complying with the Texas Tax Code, the Contractor agrees that the charges for any material incorporated into the project in excess of the estimated quantity provided for herein will be no more than the invoice price for such material to the Contractor. Within ten (10) days after acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the Owner in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against. The bidder agrees to begin construction within ten (10) calendar days after the issuance of the Notice to Proceed with Construction (Work Order), and to complete the contract within calendar days after receipt of said notice. Section 2 — Contract Requirements P-7 Proposal Receipt is acknowledged of the following addenda: Addendum No. 1 Addendum No. 2 Addendum No. 3 Respectfully submitted Company: Name: Title: Address: City, State, Zip: Phone: Fax: (Seal) if bidder Corporation Signature: Section 2 — Contract Requirements P-8 Proposal TWO YEAR / TWENTY PERCENT WESTLAKE MAINTENANCE BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That AS PRINCIPAL, AND (NAME OF SURETY) a corporation organized under the laws of and as sureties, do hereby expressly acknowledge themselves to be held and bound to pay unto the Westlake (NAME OF OWNER) a municipal corporation, the sum of (AMOUNT DETERMINED BY 20% OF TOTAL CONTRACT PRICE) Dollars ($ ) for the payment of which sum will and truly to be made unto said Town of Westlake (NAME OF OWNER) and its successors, said principal and sureties do hereby bind themselves their assigns, and successors jointly and severally. This obligation is conditioned, however, that, whereas said (NAME OF CONTRACTOR) has this day entered into a written contract with said Town of Westlake (NAME OF OWNER) to build and construct the CTR Westlake — Parish Lane from SH 170 Frontage Road to Roanoke Road (DESCRIPTION OF PROJECT AS IT APPEARS ON COVER OF CONTRACT DOCUMENTS) which contract and the plans and specifications therein mentioned and adopted by the Town of Westlake are hereby expressly made a part thereof as though the same were written and embodied herein. Section 2 — Contract Requirements MB-1 Maintenance Bond WHEREAS, under the specifications and contract, it is provided that the Contractor shall maintain and keep in good repair the work constructed and/or equipment furnished by him as contemplated by the plans, specifications, drawings, etc., and perform for a period of Two 2 year(s). The period shall be one (2) years from the date of acceptance as shown on the "Certificate of Completion" as issued by the Engineer, or the date of final payment by the Owner, whichever bears the later date, all necessary repairs, reconstruction and renewal of any part of said construction, and to furnish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance or the improper function of any part of the construction work. The Contractor shall reimburse the Owner for the costs of all Engineering and special services required to be furnished by the Owner which are directly attributable to the restoration of the constructed work. Said maintenance contemplates the complete restoration of the constructed work to a functional use during the said period as set forth above. It is being understood that the purpose of this section is to require the correction of all defective conditions resulting from materials furnished or work and labor performed by the said Contractor under the conditions prescribed by the plans and specifications; and in case the said Contractor shall fail or refuse to perform as provided within ten (10) days after proper written notifications have been furnished to him by the Owner, it is agreed that the Owner may do said work and supply such materials and the said Contractor and Sureties herein shall be subject to the liquidated damages mentioned in said Contract for each calendar day's failure on its part to comply with the terms of the said provision of said Contract of this Maintenance Bond. NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in good repair for the said maintenance period as provided above, then these presents shall be null and void and have no further effect, but if default shall be made by the said Contractor in the performance of its contract to do so maintain and repair damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon, and that successive recoveries may be had hereon for successive breaches until the amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any clause during said time. Section 2 — Contract Requirements MB-2 Maintenance Bond IN WITNESS WHEREOF, the said (NAME OF CONTRACTOR) has caused these presents to be executed by (NAME OF CONTRACTOR'S AUTHORIZED SIGNER) and the said (NAME OF SURETY) has caused these presents to be executed by its and the said (ATTORNEY -IN -FACT OR OFFICIAL) (ATTORNEY -IN -FACT OR OFFICIAL) has hereto set his hand this the day of 92022. SURETY PRINCIPAL By: ATTEST: ATTEST: 1.2 SURETY NOTE: Date of Maintenance Bond must not be prior to date of contract. Power of Attorney must be attached. SECRETARY Section 2 — Contract Requirements MB-3 Maintenance Bond PERFORMANCE BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto Town of Westlake (Owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of 2022, to Build and Construct the CTR Westlake — Parish Lane Improvements from SH 170 Frontage Road to Roanoke Road which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of (Article 5160 for Public Work) (Article 5472d for Private Work)* of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein." Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder Section 2 — Contract Requirements PB-1 Performance Bond *Not applicable for federal work. See "The Miller Act," 40 U.S.C. 5270. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 2022. PRINCIPAL Title: Address: SURETY By: Title: Address: The name and address of the Resident Agent of Surety is: Section 2 — Contract Requirements PB-2 Performance Bond PAYMENT BOND STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That of the City of , County of , and State of , as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto Town of Westlake (Owner), in the penal sum of Dollars ($ ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: Build and Construct the CTR Westlake — Parish Lane Improvements from SH 170 Frontage Road to Roanoke Road WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 2022, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; "PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein." Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Section 2 — Contract Requirements PY-1 Payment Bond IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 2022. PRINCIPAL By: By: - Title: Title: Address: SURETY Address: The name and address of the Resident Agent of Surety is: Section 2 — Contract Requirements PY-2 Payment Bond STANDARD FORM OF AGREEMENT BETWEEN TOWN AND CONTRACTOR THIS AGREEMENT is dated as of the between the Town of Westlake, _ day of in the year 2022, by and Texas (hereinafter called OWNER) and _ (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: CTR Westlake — Parish Lane from SH 170 Frontage Road to Roanoke Road The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Town of Westlake Article 2. ENGINEER. The Town Engineer who is hereinafter called ENGINEER and who is to act as OWNER'S representative, assumes all duties and responsibilities and has the rights and authority assigned to ENGINEER by the OWNER in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIME. 3.1. CONTRACTOR agrees to commence work within ten (10) calendar days after the date of written notice to commence work, and to complete the work on which he has bid within (refer to Section 2: Contract Requirements - Proposal) calendar days as provided in the General Conditions. Article 4. CONTRACT PRICE. 4.1. OWNER shall pay CONTRACTOR for completion of the Work on a Unit Price Work Basis in accordance with the Contract Documents in current funds based on the measured quantities and the unit prices stated in the Proposal. Article 5. PAYMENT PROCEDURES. CONTRACTOR shall submit Applications for Payment on work completed during the previous month on the first day of the month. CONTRACTOR shall present only one Application for Payment each month. Applications for Payment will be processed by ENGINEER and OWNER shall make payment to CONTRACTOR within forty-five (45) Section 2 Contract Requirements SF-1 Standard Form of Agreement days of the date of the invoice. The Town of Westlake shall retain 10% of each pay application until the work has been completed by the Contractor. Article 6. INTEREST. All moneys not paid when due shall bear interest at the maximum rate allowed by law at the place of the Project. Article 7. CONTRACTOR'S REPRESENTIONS. In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2. CONTRACTOR binds itself to use such materials and so construct the work that it will remain in good repair and condition for and during the period of two (2) years from the date of the repair and to maintain said work in good repair and condition for said term of two (2) years. CONTRACTOR binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the ENGINEER, it be necessary. 7.3. To the fullest extent permitted by laws and Regulations, CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting there from and (b) is caused in whole or in part by any negligent act or omission of CONTRACTOR, and Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. 7.4. In any and all claims against OWNER or ENGINEER or any of their consultants, agents or employees by any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 7.3 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. Section 2 Contract Requirements SF-2 Standard Form of Agreement Article 8. Contract Documents The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work consist of the following: 1. SECTION 1 BID REQUIREMENTS 2. SECTION 2 CONTRACT REQUIREMENTS 3. SECTION 3 TECHNICAL SPECIFICATIONS 4. SECTION 4 APPENDICES Refer to General Conditions for "Precedence of Contract Documents." Article 9. TERMINATION. OWNER may terminate contract if CONTRACTOR persistently fails to perform the work in accordance with the Contract Documents including, but not limited to, failure to supply sufficient skilled workers, or suitable materials or equipment, or otherwise violates in any substantial way any provisions of the Contract Documents. OWNER may, after giving CONTRACTOR seven (7) days written notice and to the extent permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work. Article 10. MISCELLANEOUS. 10.1. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound, and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.2. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. (THIS SPACE INTENTIONALLY LEFT BLANK) Section 2 Contract Requirements SF-3 Standard Form of Agreement IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five (5) copies of the Agreement. Two counterparts each have been delivered to OWNER and CONTRACTOR, and one counterpart has been delivered to ENGINEER. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This agreement will be effective on the day of OWNER: Town of Westlake, Texas Amanda DeGan, Town Manager ATTEST: Todd Wood, Town Secretary Address for giving notices: 1500 Solana Blvd., Bldg. 7, Suite 7200 Westlake, Texas 76262 (If OWNER is a public body, attach resolution authorizing execution of Agreement. ) CONTRACTOR: By: ATTEST: Address for giving notices: , 2022. List name of person to whose attention notices are to be sent: (If CONTRACTOR is a Corporation, attach evidence of authority to sign.) Section 2 Contract Requirements SF-4 Standard Form of Agreement Town of Westlake CERTIFICATE OF INSURANCE DATE(MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO ADDITIONAL RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURED COMPANIES AFFORDING COVERAGE COMPANY A COMPANY B COMPANY C COMPANY D COVERAGES THIS IS TO CERTIFY TO THE DIRECTOR OF PUBLIC WORKS THAT THE FOLLOWING POLICIES OF INSURANCE, SUBJECT TO THEIR TERMS, CONDITIONS AND EXCLUSIONS, HAVE BEEN ISSUED BY THE COMPANIES COVERING THE INSURED NAMED BELOW FOR THE TYPES OF OPERATIONS AND AT THE LOCATIONS DESCRIBED HEREIN. IT IS UNDERSTOOD AND AGREED THAT NONE OF THE POLICES REFERENCED HEREIN WILL BE CANCELED, CHANGED, REDUCED IN COVERAGE, OR ALLOWED TO EXPIRED WITHOUT AT LEAST THIRTY (30) DAYS ADVANCE WRITTEN NOTICE BY CERTIFIED MAIL TO THE DIRECTOR OF PUBLIC WORKS AT THE ADDRESS LISTED UNDER CERTIFICATE HOLDER BELOW. TYPE OF LIABILITY POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS GENERAL LIABILITY COMM GEN LIABILITY CLAIMS MADE CITY ADDITIONAL INSURED GENERAL AGGREGATE $ PRODUCTS-COMP/OP AGG $ PERSONAL &ADV INJURY $ EACH OCCURRENCE $ FIRE DAMAGE(any one fire) $ MED EXP (any one person) $ AUTOMOBILE LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CITY ADDITIONAL INSURED COMBINED SINGLE LIMIT $ BODILY INJURY (per person) $ BODILY INJURY (per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY ANYAUTO CITY ADDITIONAL INSURED AUTO ONLY -EA ACCIDENT $ OTHER THAN AUTO ONLY: $ EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBR CITY ADDITIONAL INSURED EACH OCCURRENCE $ AGGREGATE $ _P WORKERS' COMPENSATION EMPLOYER LIABILITY PROPRIETOR/PARTNERS/ INCLUDED EXECUTIVE OFFICER ARE: STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT $ INCL I EXCL DISEASE -EACH EMPLOYEE $ All Risk Builder's Risk CITY NAMED INSURED OTHER ENDORSEMENTS: PLEASE CHECK MARK WHICH ENDORSEMENTS HAVE BEEN ATTACHED TO THESE POLICIES I Premises/Operations Products/Compl. Operations CG 2503 "Amended Aggregate Limit of Insurance per Project' Independent Contractor Blank Cont/Hold Harmless I Owner/Contractor/ Protective I Explosion, Collapse & Underground Damage (XCU) I OCCURRENCE POLICY Li Li Extended Bodily Injury I Broad Form PD I Personal Injury, with employment exclusion deleted ADDITIONAL INSURED CERTIFICATE HOLDER CANCELLATION THE TOWN OF WESTLAKE has been named an additional insured by an endorsement to the coverages, other than Workers' Compensation and Employers' Liability, listed herein with regard to the Insured's activities under this project and all premiums arising from the coverages herein shall be the responsibility of the Insured. Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail at least thirty (30) days advance written notice to the certificate holder by certified mail. CONTRACTUAL LIABILITY SIGNATURE I Subject to policy terms, conditions and exclusions, specific Contractual Liability coverage is provided as follows: ❑ Only for liability assumed by the Insured under its Contract with the Town of Westlake for the operations described herein. ❑ All Contracts between the Insured and the Town of Westlake Authorized Representative ACKNOWLEDGEMENT I On this day of , 199_ personally appeared an authorized representative of (name of producer) known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purpose of proving that the Insured is covered by the policies of insurance indicated above. [SEAL] Notary Public in and for the State of My Commission Expires Note: Similar form may be used. Section 2 — Contract Requirements I -I Certificate of Insurance GENERAL CONDITIONS 1. DEFINITIONS: Wherever used in the Contract Documents, the following terms shall have the meanings indicated which shall be applicable to both the singular and plural thereof. 1.1 Acceptance, Final Acceptance: The formal action by the Town in accepting the Work as being complete. 1.2 Addenda: Written or graphic supplemental documents issued prior to the opening of bids that modify or interpret the Contract Documents, by additions, deletions, clarifications, or corrections. 1.3 Bid: The offer or proposal of the Bidder submitted on the prescribed form setting forth the prices for the work to be performed. 1.4 Bidder: Any individual, partnership, corporation, or combination thereof submitting a proposal for the Work contemplated, acting directly or through an authorized representative. 1.5 Bonds: Bid, performance, payment and/or maintenance bonds and other instruments or security, furnished by the Contractor and his surety in accordance with the Contract Documents. 1.6 Change Order: A document recommended by the Engineer which is signed by the Contractor and Town and authorizes an addition, deletion, or revision in the Work, which may include an adjustment in the Contract Price and/or the Contract Time, issued on or after the Effective Date of the Construction Agreement (Agreement"). 1.7 Claim: A demand or assertion by Town or Contractor seeking an adjustment in Contract Price or Contract Time or both, or other relief with respect to the terms of the Agreement. A demand for money or services by a third party is not a claim. 1.8 Contractor: The individual, partnership, corporation, or combination thereof that has entered into the Agreement with the Town for the performance of the Work called for in the Contract Documents. 1.9 Construction Agreement: The written instrument between the Town and Contractor covering the work to be performed. The Agreement supersedes prior negotiations,representations, or agreements, whether written or oral. 1.10 Contract Documents: Construction Agreement; Properly executed Change Orders and Field Orders in writing and executed by the Town, the last in time being first in precedence; Any listed and numbered addenda; Special Provisions; Supplementary Conditions; Construction Drawings or Plans; Technical Specifications; Occupational Safety and Health Standards — Excavation, 20 CFR Section 2 — Contract Requirements GC-1 General Conditions Part 1926 (by reference); Texas Manual on Uniform Traffic Control Devices (TMUTCD) (by reference); The General Conditions; The most current edition of the Public Works Construction Standards North Central Texas (by reference); Notice to Bidders; Instructions to Bidders; The Town's written notice to proceed to Contractor; The Contractor's Bid Proposal; The Performance Bond, Payment Bond and Maintenance Bond; and Bid materials distributed by the Town that relate to the Project are each and all included in this Agreement and the Work shall be done in accordance therewith. 1.11 Contract Price: The total monies payable to the Contractor under the terms and conditions of the Contract Documents. 1.12 Contract Time: The time set forth in the Agreement for the performance and completion of the Work contracted for. The time may be expressed as calendar days, Working Days or a specific date. The term day as used in the Contract Documents shall mean calendar day unless specifically designated otherwise. Calendar Day: Any successive days of the week or month, no days being excepted. Working Day: A working day is defined as a calendar day not including Saturdays, Sundays or those legal holidays celebrated by the Town of Westlake, in which weather or other conditions not under control of the Contractor shall permit the performance of the principal units of work underway for a continuous period of not less than seven hours between 7 a.m. and 7 p.m.. A principal unit of work shall be that unit which controls the completion time of the Agreement. Nothing shall be construed as prohibiting the Contractor from working on Saturdays if he so desires and permission of the Owner has been granted. Work on Sundays or legal holidays, as specified by the Owner, shall not be permitted except in cases of extreme emergency and then only with the written permission of the Owner. If Saturday or Sunday work is permitted, working time shall be charged on the same basis as week days. Where the working time is expressed as calendar days or a specific date, the concept of Working Days shall no longer apply. 1.13 Effective Date of the Agreement: The date indicated in the Notice to Proceed as the date to proceed with the Work, the date from which Contract Time is measured. 1.14 Engineer: The individual or firm designated, appointed, or otherwise employed or delegated by the Town for the Work, or their duly authorized agents, such agents acting within the scope of the particular duties entrusted to them in each case. The Supplementary Conditions shall specify if the Consulting Engineer or the Town Project Engineer will be the Engineer for the contract. Section 2 — Contract Requirements GC-2 General Conditions Town Project Engineer or Project Engineer: The Town's duly authorized representative overseeing the Town's administration of the Agreement and the Contractor's performance thereunder. Unless specifically provided otherwise in the Contract Documents, the Project Engineer is an employee of the Town of Bridgeport and is not the Consulting Engineer. Consulting En ig n� The person, firm or entity hired as an independent Consultant by the Town to design the Project and represent the Town in the administration of the Agreement in whatever capacity the Town designates. The Town may, at its sole option, designate the Consulting Engineer to be the Project Engineer for the purposes of administration of the Agreement. The Consulting Engineer shall be understood to be the Consulting Engineer of the Town, and nothing contained in the Contract Documents shall be construed to make the Consulting Engineer an employee of the Town, nor shall they be construed to create any contractual or agency relationship between the Consulting Engineer and the Contractor. The term includes the officers, associates, agents, and sub - consultants of Consulting Engineer, if any. 1.15 Field Order: A written order issued by the Engineer that orders minor changes in the Work but which does not involve a change in the Contract Price or the Contract Time. 1.16 Final Completion: For the purpose of tracking time, issuing payment of retainage or bonuses and assessing liquidated damages, Final Completion shall be defined as the date upon which all items identified during the walk-through as being incomplete or not functioning as designed (the punch list) have been completed or corrected and the Contractor has requested final acceptance of the Project. 1.17 Laws and Regulations: Any and all applicable laws, rules, regulations, statutes, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 1.18 Liens: Charges, security interests, or encumbrances upon real property, or personal property. 1.19 Maintenance Bond: The approved form of security furnished by the contractor and his sureties conditioned upon the repair and maintenance of any defect arising in any part of the construction of said improvements, and to take all steps necessary to provide the Town with a product and/or installation equal to that required by the Contract Documents for such construction for a period as specified in the referenced contract, but not less than two (2) years, following the date of final acceptance. 1.20 Milestone: A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. Section 2 — Contract Requirements GC-3 General Conditions 1.21 Notice of Award: The written notice of the acceptance of the bid from the Town to the successful Bidder. 1.22 Notice to Proceed: Written communication issued by the Town to the Contractor authorizing him to proceed with the Work and establishing the date of commencement of the Work, also referred to as the Effective Date, or Effective Start Date of the Agreement. 1.23 Owner: The Town of Westlake, Texas. The term Owner means the Owner or its authorized representative. 1.24 Partial Utilization: Use by the Town of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.25 Payment Bond: The approved form of security furnished by the Contractor and his sureties for the protection of all claimants supplying labor and materials in the prosecution of the Work. 1.26 Performance Bond: The approved form of security furnished by the Contractor and his sureties conditioned upon faithful performance of the Work in strict accordance with the plans, specifications, and contract documents. 1.27 Plans: The part of the Contract Documents that show the locations, characteristics, dimensions, and details of the Work to be performed and which have been prepared or approved by the Engineer. 1.28 Proposal: The offer or proposal of the Bidder submitted on the prescribed form bound herein, setting forth the prices for the elements of the Work to be performed. 1.29 Resident Project Representative or Inspector: The authorized representative of the Engineer who is assigned to the site or any part thereof. 1.30 Samples: Physical examples, which illustrate materials, equipment or workmanship, and establish standards by which the Work will be judged. 1.31 Shop Drawings: All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for the Contractor to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a Supplier and submitted by the Contractor to illustrate material or equipment for some portion of the Work. Section 2 — Contract Requirements GC-4 General Conditions 1.32 Site: Land or areas indicated in the Contract Documents as being furnished by the Town upon which the Work is to be performed, including rights -of -way, and easements for access thereto, and such other lands furnished by the Town which aredesignated for use by the Contractor. 1.33 Specifications: Those portions of the Contract Documents consisting of written technical descriptions of material, equipment, construction systems, standards and workmanship as applied to the Work and certain administrative details applicable thereto, including these General Conditions and the Supplementary Conditions. 1.34 Subcontractor: An individual, firm or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 1.35 Substantial Completion: The Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended. 1.36 Superintendent: The employee of the Contractor at the Site who shall have sole responsibility and authority for supervision of the Contractor's forces and construction operations on the Project. The superintendent shall have authority to act on behalf of the Contractor. All communications given to the Superintendent shall be as binding as if given to the Contractor. 1.37 Supplementary Conditions: The part of the Contract Documents, which amends or supplements these General Conditions. 1.38 Supplier: A manufacturer, fabricator, supplier, distributor, material man or vendor. 1.39 Town: The Town of Westlake, Texas with whom the Contractor has entered into the Agreement and for whom the Work is to be provided. 1.40 Underground Facilities: All pipes, pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems or water. 1.41 Work: The entire completed construction of the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such Project, and furnishing, installing, and Section 2 — Contract Requirements GC-5 General Conditions incorporating all materials and equipment into such Project effect all as required in the Contract Documents. 2. TERMINOLOGY: 2.1 Whenever in these Contract Documents the words "as ordered", "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood that the order, directions, requirements, permission or allowance of the Town and Engineer is intended. 2.2 Similarly the words "approved", "reasonable", "suitable", "acceptable", "properly", "satisfactory", or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper or satisfactory in the judgment of the Town and Engineer. 2.3 Whenever any statement is made in the Contract Documents containing the expression "it is understood and agreed", or an expression of like import, such expression means the mutual understanding and agreement of the parties executing the Agreement of which these General Conditions are a part. 2.4 The word "defective" when modifying the word "Work" refers to Work that is unsatisfactory, faulty, or deficient in any manner and not conforming to the Contract Documents, or failure to meet the requirements of any inspection, reference, standard, test, or approval referred to in the Contract Documents, or has been damaged prior to Engineer's recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion). 2.5 The word "furnish" when used in connection with services, materials or equipment shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. The word "install" when used in connection with services, materials or equipment shall mean to put into use - or place in final position - said services, materials or equipment and ready for their intended use. The words "perform" or "provide" when used in connection with services, materials or equipment shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. When "furnish", "install", "perform", or "provide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. 2.6 Unless stated otherwise in the Contract Documents, words or phrases, which have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 3. ABBREVIATIONS Section 2 — Contract Requirements GC-6 General Conditions When references are made to the following abbreviations, they refer to the specifications, standards, or methods of the respective national association. All references to such specifications, standards, or methods shall, in each instance, be understood to refer to the latest issue in effect (including all amendments). AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ADA Americans with Disabilities Act Al The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute ANSI American National Standards Institute APWA American Public Works Association, Inc. AREMA The American Railway Engineering and Maintenance -of -Way Association ASTM ASTM International (Succeeding American Society for Testing Materials) AWS American Welding Society AWWA American Water Works Association, Inc. CRSI Concrete Reinforcing Steel Institute FED SPEC Federal Specifications IBC International Building Code NBFU National Board of Fire Underwriters NEC National Electric Code NEMA National Electrical Manufacturers Association NCTCOG North Central Texas Council of Governments NESC National Electric Safety Code NFPA National Fire Protection Association OSHA Occupational Safety and Health Act of 1970 PCA Portland Cement Association SSPC The Society for Protective Coatings TCEQ Texas Commission on Environmental Quality TDLR Texas Department of Licensing and Regulation TWCC Texas Workers' Compensation Commission UL Underwriters Laboratories, Inc. When references are made to the following abbreviations, the intent and meaning shall be as follows: Ave. Avenue Min. Minimum Blvd. Boulevard No. Number Cl Cast Iron % Percent CL Center Line PI Plasticity Index CO Cleanout psi Pounds per Square Inch Conc. Concrete R Radius Cond. Conduit Rein£ Reinforced Section 2 — Contract Requirements GC-7 General Conditions Corr. Corrugated Rem. Remove Cu. Cubic Rep. Replace Culv. Culvert R/W CY Cubic Yard R of W Dia. Diameter ROW Right-of-way Dr. Driveway Sani., San. Sanitary Elev. Elevation Std. Standard Ft. or ' Foot or Feet Str. Strength Gal. Gallon SY Square Yard Hr. Hour Vert. Vertical In. or " Inch or Inches Vol. Volume Lb. Pound or Pounds Yd. Yard LF. Linear foot or feet Max. Maximum MH Manhole 4. VERBAL STATEMENTS NOT BINDING: It is specifically understood and agreed that the written provisions, specifications, and quantities under this Agreement shall supersede all prior and contemporaneous verbal statements of any and every official and/or other representative of the Town, and such statements shall not be effective or be construed as entering into, or forming part of, or altering in any way whatsoever, the written Agreement. 5. INTENT OF CONTRACT DOCUMENTS: The intent of the Contract Documents is that the Contractor shall furnish all labor, materials, tools, equipment, and transportation necessary for the proper execution of the Work in accordance with the Contract Documents. The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. 6. INTENT OF PLANS AND SPECIFICATIONS: Plans prepared by the Engineer on behalf of the Town and elsewhere described and named accompany and supplement these Specifications and constitute a part of the Contract Documents. Such Plans are agreed to be constructively attached to these Specifications for all purposes although convenience may prevent physical attachment. 6.1 Modifications or Additions to Plans: The Town shall have the right to modify minor details of these Plans, to provide final or checked plans in lieu of any preliminary or unchecked plans, to supplement these Plans with additional plans or with additional information as the Work proceeds, all of which shall be considered as Plans accompanying these Specifications. 6.2 Organization of Specifications: The organization of the Specifications into divisions, sections, and articles, and the arrangement of Plans shall not control the Contractor in dividing the Work among subcontractors or in establishing the extent of Work to be performed by any trade. Section 2 — Contract Requirements GC-8 General Conditions 7. PRECEDENCE OF CONTRACT DOCUMENTS: In case of conflict between the Contract Documents, the following order of precedence shall govern: 1. Construction Agreement; 2. Properly executed Change Orders and Field Orders in writing and executed by the Town, the last in time being first in precedence; 3. Any listed and numbered addenda; 4. Special Provisions; 5. Supplementary Conditions; 6. Construction Drawings or Plans; 7. Technical Specifications; 8. Occupational Safety and Health Standards — Excavation, 20 CFR Part 1926 (by reference); 9. Texas Manual on Uniform Traffic Control Devices (TMUTCD) (by reference) 10. The General Conditions; 11. The most current edition of the Public Works Construction Standards - North Central Texas (by reference); 12. The most current edition of the Standard Specifications for Construction Maintenance of Highway, Streets, and Bridges — Texas Department of Transportation (by reference); 13. Notice to Bidders; 14. Instructions to Bidders; 15. The Town's written notice to proceed to Contractor; 16. The Contractor's Bid Proposal; 17. The Performance Bond, Payment Bond and Maintenance Bond; and 18. Bid materials distributed by the Town that relate to the Project. Figure dimensions of Plans shall govern over scale dimensions, and detailed drawings shall govern over general drawings. In all cases, where a conflict is cited, the Engineer shall be duly informed. 8. DISCREPANCIES, ERRORS, AND OMISSIONS: Any discrepancies, errors, omissions, or ambiguities found in the Contract Documents shall be promptly reported to the Engineer. The Engineer shall clarify such discrepancies or omissions, in writing within a reasonable amount of time. Work done by the Contractor after his discovery of such discrepancies, inconsistencies, or ambiguities shall be at Contractor's own risk in that subsequent corrective measures may be required. 9. REUSE OF DOCUMENTS: Neither the Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the Town shall have or acquire any title to or ownership rights in any of the Plans, Specifications or other documents (or copies of any thereof) prepared by or bearing, the seal of the Engineer; and they shall not reuse any of said documents on extensions of the Project or any other project without prior written consent of the Town. 10. PRECONSTRUCTION CONFERENCE: Before the Contractor starts work at the Site, a conference attended by the Contractor, Superintendant, Engineer and others as Section 2 — Contract Requirements GC-9 General Conditions appropriate will be held to discuss the procedures for handling Shop Drawings and other submittals and for processing Payment Estimates, and to establish a working understanding among the parties as to the Work. 11. SHOP DRAWINGS: Where called for in the Contract Documents, the Contractor shall submit to the Engineer for review, six (6) prints of each Shop Drawing. Shop Drawings shall be understood to include detailed calculations, reinforcement bar bending diagrams, fabrication, erection and installation drawings, parts lists, graphs, wiring diagrams, operation instructions, etc. Drawings shall be submitted in sufficient time to allow the Engineer not less than ten (10) working days for review of such drawings, and to accommodate the rate of construction progress required under the Agreement. The review of Shop Drawings by the Engineer will be limited to checking for general agreement with the Contract Documents and shall in no way relieve the Contractor of responsibility for errors or omissions contained in the Shop Drawings. Fabricating dimensions, quantities of material, applicable code requirements, and other Contract requirements shall be the Contractor's responsibility. When the Shop Drawings have been reviewed by the Engineer, four (4) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the Shop Drawings may be rejected and one (1) set will be returned to the Contractor with the required changes or corrections indicated, and the Contractor shall promptly make the required changes or corrections. The Contractor shall make a complete and acceptable second submittal to the Engineer. Revisions to the Shop Drawings shall be limited to changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis of claims for extra work. The Contractor shall have no claims for extra work. The Contractor shall have no claims for damages or extension of time due to any delay resulting from the Contractor's having to make the required revisions. Portions of the Work requiring a Shop Drawing or sample submission shall not begin until the Shop Drawing or sample has been reviewed and stamped approved by the Engineer. 12. WORK DONE WITHOUT LINES OR GRADES: Any work done without being properly located and work established by base lines, offset stakes, benchmarks, or other basic reference points not properly and correctly located, established, or checked by the Engineer, may be ordered removed and replaced at the Contractor's sole cost and expense. 13. PRESERVATION OF MONUMENTS AND STAKES: The Contractor shall carefully preserve all monuments, benchmarks, reference points and stakes, and in case of willful or careless destruction of the same will be charged with the resulting expense of replacement, and shall be responsible for any mistake or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and the destruction of those stakes and marks cause a delay in the Work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or benchmarks which must of necessity be removed or disturbed in the Section 2 — Contract Requirements GC-10 General Conditions construction of the Work, the Contractor shall carefully protect and preserve the same until they can be properly referenced for relocation. The Contractor shall furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or benchmarks that have been removed or destroyed. 14. UNDERGROUND FACILITIES: 14.1 Shown or Indicated: the information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on the information and data furnished to the Town by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: The Town shall not be responsible for the accuracy or completeness of any such information or data; and, The Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. This shall include any utilities owned by the Town. 14.2 Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which the Contractor could not reasonably have been expected to be aware of, the Contractor shall, promptly after becoming aware thereof and before performing any work affected thereby (except in an emergency) identify the owner of such Underground Facility and give written notice thereof to that owner and to the Engineer. The Engineer will promptly review Contractor's information and/or the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility. During such time, the Contractor shall be responsible for the safety and protection of such Underground Facility. 14.3 Not withstanding anything to the contrary set forth herein -above in this provision, the Contractor shall be responsible for contacting all private and public utilities for determining the location of existing facilities and compliance with the State of Texas' "Call Before You Dig" program mandated by Texas Utility Code Chapter 251 prior to any digging or excavation. 15. DIFFERING SITE CONDITIONS: If the Contractor believes that any subsurface or physical condition at or contiguous to the Site that is uncovered or revealed is of such a nature as to establish that any "technical data" on which the Contractor is entitled to rely Section 2 — Contract Requirements GC-11 General Conditions is materially inaccurate, or is of such nature as to require a change in the Contract Documents, or differs materially from that shown or indicated on the Plans, or is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in Work of the character provided for in the Contract Documents; then the Contractor shall promptly, after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in the case of emergency), notify the Town in writing about such condition. The Engineer will promptly review the information submitted by the Contractor regarding the subsurface or physical condition to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the subsurface or physical condition, and the Contract Documents will be amended or supplemented to the extent necessary. 16. TOWN'S RESPONSIBILITIES: 16.1 Communications: The Town shall issue all communications to the Contractor through the Engineer. 16.2 Payments: The Town shall make monthly payments to the Contractor within thirty (30) days of receipt of submittal of the Contractor's invoice and Quantity Verifications (see Section 17.5, herein below), agreed to by the Contractor and the Engineer. The Town shall retain the right to withhold payments in the event that the Engineer disputes the Contractor's invoice and/or Quantity Verifications. The Town shall make final payment to the Contractor after the Engineer determines final completion has been achieved and approval by the Town Council and signature by the Town Mayor. 16.3 Land, Easements and Rights -of -Wad Prior to issuance of the Notice to Proceed, the Town will obtain all land and rights -of -way necessary for carrying out and for the completion of the Work to be performed pursuant to the Contract Documents, unless otherwise mutually agreed. Nothing contained in the Plans or Specifications shall be interpreted as giving the Contractor exclusive occupancy of the land or rights -of -way provided. Land owned and easements and rights -of - way acquired by the Town are shown on the Plans and the Contractor shall comply with any and all encumbrances, restrictions, or special conditions related thereto. The Contractor shall provide for all additional lands and access thereto that maybe required for temporary construction facilities, stockpiling, disposal, or storage of materials and equipment. The Contractor shall furnish the Engineer with a copy of the agreement made with any property owner(s) for the temporary use of their property to include a description of the activities allowed and the condition in which the property is to be left when the property is no longer required. 16.5 Encroachments: The Town will secure, from the agencies having jurisdiction, the necessary permits to create obstructions, to make excavations if required under the Agreement, and to otherwise encroach upon rights -of -way. Section 2 — Contract Requirements GC-12 General Conditions 16.6 Town's Right to Retain Imperfect Work: The Town shall never be obligated to accept any Work that is determined to be defective or imperfect. If, however, any part or portion of the Work done or material furnished under this Agreement shall prove defective and not in accordance with the Contract Documents, and if the imperfection in the same, in the opinion of the Engineer, shall not be of sufficient magnitude or importance to make the Work dangerous or undesirable, the Town shall have the authority to retain such Work but shall make such deductions in the final payment therefore as may be just and reasonable. If the parties are unable to agree as to the amount of the deduction, the Town may order the defective part or portion of the Work removed and completed in compliance with the Contract Documents. 16.7 Temporary Suspension of Work: The Town may suspend the Work or any portion thereof by written notice to the Contractor for a period of not more than sixty (60) days or such further time as agreed upon by the Contractor due to financing delays, unsuitable weather and/or other unfavorable conditions for prosecution of the Work, delay in delivery of Town -furnished equipment or materials, due to government or judicial controls or orders which make performance of this Agreement temporarily impossible or illegal, failure of utilities to be removed or relocated in a timely manner by the Town or others, or failure of the Contractor to carry out provisions of the Agreement or to provide materials and workmanship meeting the requirements of the Specifications. No additional compensation shall be paid to the Contractor for such suspension where same is caused by the fault of the Contractor. When such temporary suspension is not due to the fault of the Contractor, he shall be entitled to: (a) An equitable extension of working time for completion of the Work not to exceed the delay caused by such temporary suspension, as determined by the Town; and (b) The actual and necessary cost of properly protecting the finished and partially finished Work, unused materials and uninstalled equipment during the period of the ordered suspension, as determined by the Town, as being beyond the Agreement requirements. (c) With the permission of the Town, where the Contractor elects to move equipment from the job Site and then return it to the Site when the Work is ordered resumed, the actual and necessary costs of these moves, in the amount determined by the Town. The Contractor shall document all costs. 16.8 Termination of Agreement Contractor Not at Faulty The Town may, without cause and without prejudice to any other right or remedy, elect to abandon the Project and terminate the Agreement provided that such termination is in the best interest of the Town. Any such termination shall be effected by delivery to the Contractor and his surety of a Notice of Termination specifying the extent to Section 2 — Contract Requirements GC-13 General Conditions which termination becomes effective. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof of just cause in any claim, demand or suit will be required of the Town regarding such discretionary action. 16.8.1 After receipt of the Notice of Termination, and except as otherwise directed by the Engineer, the Contractor shall: (a) stop work under the Agreement on the date and to the extent specified in the Notice of Termination. (b) place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Agreement as is not terminated. (c) terminate all orders or subcontracts to the extent they relate to the performance of Work terminated by the Notice of Termination. (d) transfer title to the Town and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: (1) the fabricated or non -fabricated parts, work in progress, completed work, supplies and materials produced as a part of, or acquired in connection with the performance of, the Work terminated by the Notice of Termination; and (2) the completed or partially completed plans, drawings, information and other property which, if the Agreement had been completed, would have been required to be furnished to the Town. (e) complete performance of such part of the Work as shall not have been terminated by the Notice of Termination, and (f) take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its Agreement, which is in the possession of the Contractor, and in which the Town has or may acquire an interest. 16.8.2 Within 60 days after the Notice of Termination, the Contractor shall submit his termination Claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Engineer upon request by the Contractor, within such 60-day period or authorized extension thereof, any and all Claims arising from termination shall be conclusively deemed waived. Section 2 — Contract Requirements GC-14 General Conditions 16.8.3 Subject to the provisions of 16.8.2. the Contractor and Town may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the Work pursuant hereto, provided that such agreed amount shall never exceed the total Contract price as reduced by the amount of payments otherwise made and further reduced by the Contract price of Work not terminated. No amount shall be due for lost or anticipated profit. 16.8.4 Nothing shall limit or alter the rights, which the Town may have for the termination of this Agreement, or any other right, which Town may have fordefault or breach of contract by the Contractor. 16.9 Termination of Agreement (Contractor at Fault: The Town may, without prejudice to any other right or remedy, terminate the Agreement after ten (10) days from delivery of a written notice to the Contractor and his surety in the event of breach of the Agreement or of any default by the Contractor. It shall be considered a default by the Contractor whenever the Contractor shall: (a) declare bankruptcy, become insolvent, or assign his assets for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or applicable laws; (b) repeatedly fail to provide a qualified Superintendent, sufficiently skilled workmen, suitable materials or equipment; (c) repeatedly fail to make prompt payments to Subcontractors or for labor, materials, or equipment delivered; (d) disregard laws, ordinances, rules, regulations, or orders of any public body having jurisdiction over the Work or if he disregards the authority of the Engineer; (e) substantially violate any provision of the Contract Documents; or (f) repeatedly fail to prosecute Work according to the approved progress schedule. 16.9.1 The Town may take possession of the Project and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor, and finish the Work by whatever method it may deem expedient. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. 16.9.2 If the unpaid balance of the Contract Price exceeds the direct and indirect cost of completing the Project, including compensation for additional Section 2 — Contract Requirements GC-15 General Conditions professional services arising from Termination, such excess will be paid to the Contractor. If such costs exceed the unpaid balance of the Contract Price for the Work performed, the Contractor shall pay the difference to the Town. Such costs incurred by the Town will be determined by the Engineer and incorporated in a Change Order. 16.9.3 Where the Contractor's services have been terminated by the Town, said termination shall not affect any right of the Town against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Town due the Contractor will not release the Contractor fromcompliance with the Contract Documents. 17. ENGINEER'S AUTHORITY: The Engineer will be the Town's representative during the construction period. The Engineer will be designated the Town's representative in the Supplementary Conditions. 17.1 Project Representation: The Engineer will be either the Town's Project Engineer or Consultant Engineer. The Town, at its option, may furnish a Resident Project Representative to assist the Engineer in observing the performance of the Work. The duties, responsibilities and limitations of authority of any such Resident Project Representative will be as provided in the Supplementary Conditions. 17.2 Clarifications and Interpretations: The Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as the Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If the Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time, and the parties are unable to agree to the amount or extent thereof, the Contractor may make a Claim on the Agreement. 17.3 Authorized Variations in Work: The Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents. These minor variations may be accomplished by a Field Order and will be binding on the Town, and also on the Contractor who shall perform the Work involved promptly. If the Contractor believes that a Field Order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, the Contractor may make a Claim on the Agreement. 17.4 Rejecting Defective Work: The Engineer will have authority to disapprove or reject Work which the Engineer believes to be defective, and will also have the authority to require special inspection or testing of the Work, whether or not the Work is fabricated, installed or completed. Section 2 — Contract Requirements GC-16 General Conditions 17.5 Determinations for Payment: The Engineer, or his representative, and the Contractor will determine the actual Work performed by the Contractor. This Work shall be posted on a Town prepared form titled "Quantity Verification" and signed by both parties. The completed "Quantity Verification" form will be forwarded to the Town's Capital Projects Manager to be used to prepare the estimate for payment to the Contractor. In case of a disagreement of the quantities of Work performed, the Engineer's decision will be final and binding upon the Town and the Contractor unless, within ten days after the date of such decision, the Contractor delivers to the Town written notice of the intention to appeal such decision. If the Contractor files an appeal, except for the Final Pay Estimate, the Pay Estimate will be processed for payment based on the information furnished by the Engineer. The Engineer shall respond to the appeal within fifteen working days of receipt. If the Engineer agrees with all or any part of the appeal, the corrected quantities will be reflected on the next scheduled Pay Estimate. If the Contractor does not agree with the Engineer's response, he may file a Claim on the Agreement. 17.6 Means and Methods of Construction: The Engineer will not be responsible for the Contractor's means, methods, techniques, procedures of construction, or the safety precautions and program incident thereto, and the Engineer will not be responsible for the Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. The Engineer will not be responsible for the acts or omissions of the Contractor, of any Subcontractor, or any Supplier, or of any other person or organization performing or furnishing any of the Work. 18. CONTRACTOR'S RESPONSIBILTY: By executing the Agreement, the Contractor represents that he has visited the Site, familiarized himself with the local conditions under which the Work is to be performed, and correlated his observations with the requirements of the Contract Documents. 18.1 Insurance Requirements: All contracts entered into by the Town for construction purposes require the contractor to carry insurance coverage covering both himself and any subcontractors as outlined in Section 21, hereof, entitled "Bonds and Insurance." 18.2 Supervision: The Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. The Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of Construction, but the Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence or procedure of construction which is indicated in and required by the Contract Documents. The Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Section 2 — Contract Requirements GC-17 General Conditions 18.3 Superintendence of Work: The Contractor shall provide and maintain, continually on the Site of the Work during its progress, adequate and competent superintendence of all operations for and in connection with the Work being performed under this Agreement, either personally or by a duly authorized Superintendent or representative having the skill and authority of a Superintendant ("Representative"). 18.3.1 The Superintendent or other Representative of the Contractor on the Work or at the Site shall have authority to act for the Contractor and to receive orders given by the Engineer for the proper prosecution of the Work, and/or notices in connection therewith. 18.3.2 The Superintendent shall be a person having considerable experience on similar projects. The Contractor shall submit the name of the proposed Superintendent to the Town together with a list of projects on which the proposed individual has served as superintendent. Such list shall detail the size and complexity of projects and shall include references for each such engagement. The Engineer shall review the submitted qualifications. No person shall serve as Superintendent without approval of the Town. The Town's approval shall not unreasonably be withheld. 18.4 Working Hours: Except in connection with the safety or protection of persons or the Work or property at the Site and adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during standard daylight hours which shall be defined as the hours between 7:00 a.m. to 7:00 p.m. Monday through Friday and 9:00 a.m. to 5:00 p.m. Saturday. The Contractor must notify the Engineer not later than Thursday of the week for work on Saturday or Sunday. A request to work on Sunday must be in writing and the approval/disapproval by the Town must be in writing. No construction equipment or machinery shall be operated before or after standard daylight hours within one thousand feet (1,000') of any residence. Work on Sundays, legal holidays, or before or after standard daylight hours, shall not be done without the written consent of the Town Engineer except for work done in connection with the care, maintenance or protection of equipment or already completed Work or to correct conditions that are unsafe to the public. 18.4.1 Concrete placement Work shall be scheduled so that all pouring and finishing shall be completed during standard daylight hours, except as approved in advance by the Town Engineer. When working under emergency conditions, or when Work must be concluded under artificial lighting, lighting shall be erected and directed so that it shall not shine upon any residence or create a visual traffic hazard. 18.4.2 Certain traffic congestion areas will require that modified standard work hours be enforced where street blockage, traffic flow, channelization, Section 2 — Contract Requirements GC-18 General Conditions and/or flagmen are required. These areas will be identified in the Supplementary Conditions. 18.4.3 The following holidays are to be observed and construction is not to be undertaken unless Contractor submits a written request and prior written approval is received from the Town Engineer: New Year's Day Martin Luther King Day Good Friday Memorial Day Independence Day Labor Day Thanksgiving Day and the following Friday Christmas Eve Day and Christmas Day 18.5 Commencement of Work and Progress: The Contractor shall, within ten (10) days after the effective start date as shown in the notice to Proceed, commence the Work to be done under this Agreement; and the rate of progress shall be such that the Work shall be completed in accordance with the terms of the Agreement on or before the termination of the Contract Time stated in the Proposal, subject to any extension or extensions of such time made as hereinafter provided. 18.5.1 A minimum of two (2) working days prior to the Pre -Construction conference, the Contractor shall submit to the Engineer for approval an estimated progress schedule and a written program of construction outlining the proposed operations and the order of completion of the various parts in sufficient detail to demonstrate to the Engineer the adequacy of the progress to complete the Work within the time provided. No payment shall be made to the Contractor on any Payment Estimate until such progress schedule and program shall have been submitted and approved. 18.5.2 Should it become evident at any time during construction that construction operations will or may fall behind the schedule of this first program of construction the Contractor shall, upon request, promptly submit revised written schedules setting out operations, methods and equipment, added amounts of labor, or of working shifts, night work, etc., by which lost time shall be made up and shall confer with the Engineer until an approved modification of the original program and schedule have been provided by the Contractor. Execution of the Work according to the accepted program of construction, or approved modifications thereof, shall be an obligation of the Contractor. 18.5.3 Should the Contractor fail to complete the Work within the Contract Time as stipulated in the Proposal or within such extra time as may have been Section 2 — Contract Requirements GC-19 General Conditions allowed by extension through a properly approved and executed Change Order, the Town will deduct from any moneys due or coming due to the Contractor, the amount indicated in the Proposal for each calendar day the Work shall remain uncompleted. This sum shall be considered and treated not as a penalty but as fixed, agreed and liquidated damages due the Town from the Contractor by reason of interference with business, inconvenience to the public, added cost of engineering, administration, inspection, maintenance of detours and temporary facilities, and other items which have caused or may cause an expenditure of funds resulting from Contractor's failure to complete the Work within the Contract Time. 18.5.4 Permitting the Contractor to continue and finish the Work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, shall in no way operate as a waiver on the part of the Town of any of its rights under the Agreement. 18.5.5 Neither by the act of taking over the Work nor by the annulment of the Agreement nor by requiring the surety to complete the Agreement shall the Town forfeit the right to recover liquidated damages from the Contractor or his surety for failure to complete the Agreement within the specified Contract Time. 18.6 Principal Material Orders: The Contractor shall place orders for all principal materials to be needed in the Work within ten days after award of the Agreement and delivery dates shall be obtained, in writing, from the suppliers of each of the materials. One copy of each order for the primary materials in the Agreement together with one copy of the supplier's reply stating the date of delivery shall be furnished to the Engineer prior to the payment of the first partial monthly payment estimate. 18.7 Extensions of Time: Should special conditions arise from war, strikes, fires, floods, epidemics, quarantine restrictions, freight embargos, unusually severe weather conditions or other national emergencies wherein restrictions may prevent or delay the acquirement, delivery or use of materials and be the direct cause of specific delays, extensions of time will be granted. In such event, the Contractor shall file with the Engineer, copies of documentary evidence to substantiate the causes and extent of resultant delays at the time they are occurred. This evidence together with the original orders and written delivery dates will be used by the Engineer to determine the amount of any extension of time to be made on account of such delays. In determining extensions of time, revised delivery dates for primary materials will be computed by extending the original Contract Time by the actual number of days, which elapses during any emergency. 18.7.1 The Contractor is requested to bring to the attention of the Engineer, by letter, during the progress of the Work, the occurrence of events, which Section 2 — Contract Requirements GC-20 General Conditions the Contractor considers, may warrant extensions of time under the conditions of the Agreement. If the Agreement is not completed within the Contract Time, the Contractor shall, at the conclusion of the Work, at his option, present to the Engineer a written statement presenting his view upon all matters of time extensions. 18.7.2 The amount of all extensions of time, for whatever reason granted, shall be determined by the Engineer with due consideration given to working seasons and working conditions. In general, only actual and not constructive or hypothetical days of delay will be considered. The Town shall have the authority to grant additional extensions of time as the Town may deem advisable and justifiable. 18.7.3 No extension of time shall be recognized by the Town unless it is specifically identified in and approved through a properly executed Change Order. 18.8 Substitutes or "Or -Equal" Items: Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other Suppliers may be accepted by the Engineer to determine that the material or equipment proposed is equivalent or equal to that named. If the Contractor proposes using a substitute item of material or equipment, the Contractor shall make written application to the Engineer for acceptance thereof, certifying that the proposed substitute will perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice the Contractor's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with the Town for Work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and Claims of other contractors affected by the resulting change, all of which shall be considered by the Engineer in evaluating the proposed substitute. The Engineer may require the Contractor to furnish, at the Contractor's expense, additional data about the proposed substitute. Section 2 — Contract Requirements GC-21 General Conditions 18.8.1 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, the Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Engineer, if the Contractor submits sufficient information to allow the Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. 18.8.2 The Engineer will be allowed a reasonable time within which to evaluate each proposed substitute. The Engineer will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized without the Engineer's prior written acceptance, which will be evidenced by a Change Order or an approved Shop Drawing. The Town may require the Contractor to furnish, at the Contractor's expense, a special performance guarantee or other surety with respect to any substitute. 18.9 Subcontractors and Suppliers: The Contractor shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the Town may have a reasonable objection. The Contractor shall not be required to employ any Subcontractor, Supplier or other person or organization to furnish or perform any of the Work against whom the Contractor has reasonable objection. 18.9.1 If the Supplementary Conditions require the identification of certain Subcontractors, Suppliers or other persons or organizations (including those who are to furnish the principal items of materials and equipment) be submitted to the Town for acceptance by the Town and if the Contractor has submitted a list thereof in accordance with the Supplementary Conditions, the Town 's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the bidding documents or the Contract Documents) of any such Subcontractor, Supplier or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case the Contractor shall submit an acceptable substitute. No acceptance by the Town of any such Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of the Town to reject defective Work. 18.9.2 The Contractor shall be fully responsible to the Town for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the Contractor as if such acts or omissions were the Contractor's own acts and omissions. Nothing in the Contract Documents Section 2 — Contract Requirements GC-22 General Conditions shall create any contractual relationship between the Town and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the Town to compensate or provide any moneys due any such Subcontractor, Supplier or other person or organizations, except as may otherwise be required by other applicable laws and regulations, or by separate written agreements. 18.9.3 All Work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor, which agreement shall specifically bind the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the Town. The Contractor shall pay each Subcontractor a just share of any insurance moneys received by the Contractor on account of losses under policies issued. The Contractor shall provide reasonable assurances if requested by the Town that subcontractor payments have been made prior to the Town's payment of Contractor invoices. 18.10 Patent Fees and Royalties: The Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product or device is specified in the Contract Documents for use in the performance of the Work and, if to the actual knowledge of the Town its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the Town in the Contract Documents. The Contractor shall indemnify and hold harmless the Town and anyone directly or indirectly employed by the Town from and against any and all claims, damages, losses and expenses (including attorney's fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use of such patented or copyrighted items, designs or processes in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, produce or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 18.11 Permits: Unless otherwise provided in the Supplementary Conditions, the Contractor shall obtain and pay for all construction permits and licenses. The Town shall assist the Contractor, when necessary, in obtaining such permits and licenses. The Contractor shall pay all charges of utility owners for connections to the Work, and the Town shall pay all charges of such utility owners for capitalcosts related thereto such as plant investment fees. Section 2 — Contract Requirements GC-23 General Conditions 18.12 Laws and Regulations: The Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Town shall not be responsible for monitoring the Contractor's compliance with any Laws or Regulations. If the Contractor observes that the Plans and Specifications are at variance with any Laws or Regulations, the Contractor shall give the Engineer prompt written notice thereof, and any necessary changes will be authorized by the Town. If the Contractor knowingly performs any Work contrary to such Laws or Regulations, and without such notice to the Engineer, the Contractor shall bear all costs arising therefrom; however, it shall not be the Contractor's primary responsibility to make certain that the Plans and Specifications are in accordance with such Laws and Regulations. 18.13 Use of Premises: The Contractor shall be responsible for the Project Site during the performance of the Work. The Contractor shall confine construction equipment, the storage of materials and equipment and the operations of workers to the Project Site and land and areas identified in and permitted by Laws and Regulations, rights -of -way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against the Town by any such owner or occupant because of the performance of the Work, the Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at law. The Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold the Town harmless from and against any and all claims, damages, losses and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any party against the Town to the extent based on a claim arising out of the Contractor's performance of the Work. 18.13.1 Where the space within the Project Site, right-of-way or easements is not available for a construction plant, the Contractor shall provide at his own expense any work area he requires, shall construct and maintain any roadway or other facilities required for this purpose and the cost thereof shall be included in the prices bid for the various items scheduled in the Proposal. 18.13.2 During the progress of the Work, the Contractor shall keep the Site free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the Contractor Section 2 — Contract Requirements GC-24 General Conditions shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by the Town. The Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. 18.13.3 The Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 18.14 Record Documents: The Contractor shall maintain in a safe place at the Site one record copy of all Plans, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications, NCTCOG Specifications, Town of Westlake Design Criteria and Construction Standards in good order annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to the Engineer for reference. 18.15 Safety and Protection: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. 18.15.1 The Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to any property referred to in these paragraphs caused, directly or indirectly, in whole or in part, by the Contractor, any Subcontractor, Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the Contractor. The Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the Engineer has issued a notice to the Contractor that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). Section 2 — Contract Requirements GC-25 General Conditions 18.15.2 The Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be the Contractor's Superintendent unless otherwise designated in writing by the Contractor to the Town. 18.15.3 Where the Work is carried on, in or adjacent to any street, alley, sidewalk, public right-of-way or public place, the Contractor shall at his own cost and expense provide such flagmen and watchmen and furnish, erect and maintain such warning devices, barricades, lights, signs, and other precautionary measures for the protection of persons or property as are required by Laws and Regulations. The Contractor's responsibility for providing and maintaining flagmen, watchmen, warning devices, barricades, signs, and lights and other precautionary measures shall not cease until the Work is accepted by the Town. In addition, the Contractor will be liable for all damage to the Work and other public or private property due to the failure of warning devices, barricades, lights, signs or other precautionary measures in protecting said property, and whatever evidence is found of such damage, the Engineer may order the damaged portion immediately removed and replaced by and at the cost and expense of the Contractor. 18.15.4 Minimum standards for safeguarding pedestrian and vehicular traffic are contained in the most current version of the "TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES", as amended, Texas Department of Transportation. Signage, barricades and other traffic control devices for detouring and maintenance of traffic on this Contract shall be as provided in the above -mentioned manual and as directed by the Engineer. Costs associated with the acquisition, installation, maintenance and removal of required traffic control devices shall be considered incidental to and included in this Work. 18.15.5 If an excavation is required in the Work, the Contractor shall install a trench safety system in accordance with the Occupational Safety and Health Administration Standards 1926.652 "Requirements for Protective Systems." The regulation requires that a competent person make a daily inspection of the excavation prior to start of work and as needed throughout the shift. The Contractor will notify the Engineer, in writing, of the name of the "competent person". The regulation also states "In order to be a `competent person' for the purposes of this standard one must have had specific training in, and be knowledgeable about, soil analysis, the use of protective systems, and requirements of this standard." Section 2 — Contract Requirements GC-26 General Conditions 18.16 Emergencies: In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, the Contractor, without special instruction or authorization from the Engineer, is obligated to act to prevent threatened damage, injury or loss. The Contractor shall give the Engineer prompt written notice if the Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. 18.17 Losses From Natural Causes: All loss or damage arising out of the nature of the Work, to be done, or from the action of the elements, or from floods or overflows, or from groundwater, or from any unusual obstruction or difficulty, or any other natural or existing circumstances either known or unforeseen, which may be encountered in the prosecution of the Work shall be sustained and borne by the Contractor at Contractor's own cost and expense. 18.18 Continuing the Work: The Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the Town. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the Contractor and Town may otherwise agree in writing. 18.19 INDEMNIFICATION: CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, LOSSES, DAMAGES, SUITS, DEMANDS OR CAUSES OF ACTION INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, HIS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, INVITEES OR ANY OTHER PERSONS, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES, DAMAGES, SUITS, DEMANDS OR CAUSES OF ACTION, AND LIABILITY OF EVERY HIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT. SUCH INDEMNITY SHALL APPLY WHETHER THE CLAIMS, LOSSES, DAMAGES, Section 2 — Contract Requirements GC-27 General Conditions SUITS, DEMANDS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN, ITS OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN FROM THE CONSEQUENCES OF TOWN'S OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB- CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB -CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. 19. OTHER WORK: The Town may perform other work related to the Project at the Site by the Town's own forces, have other work performed by utility owners or let other direct contracts therefore which shall contain General Conditions similar to these provisions. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to the Contractor prior to starting any such other work; and, if the Contractor believes that such performance will involve additional expense to the Contractor or require additional time and the parties are unable to agree as to the extent thereof, the Contractor may make a Claim therefore. 19.1 The Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or the Town, if the Town is performing the additional work with the Town 's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and shall properly connect and coordinate the Work with theirs. The Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Engineer and the others whose work will be affected. The duties and responsibilities of the Contractor under this paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of the Contractor in said direct contracts between the Town and such utility owners and other contractors. 19.2 If any part of the Contractor's Work depends on proper execution of or relies upon the work of any such other contractor or utility owner (or the Town), the Contractor shall inspect and promptly report to the Engineer, in writing, any Section 2 — Contract Requirements GC-28 General Conditions delays, defects or deficiencies in such work that render it unavailable or unsuitable for such proper execution and reliance. The Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with the Contractor's Work except for latent or non -apparent defects or deficiencies in the other work. 19.3 Coordination: If the Town contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the Supplementary Conditions, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided, in the Supplementary Conditions. Unless otherwise provided in the Supplementary Conditions, the Town shall not have any responsibility or liability resulting from any failure to coordinate the Work and any other work. 20. MISCELLANEOUS PROVISIONS: 20.1 Legal Address: The business address of the Contractor given in the Proposal upon which this Agreement is founded is hereby designated as the place to which all notices, letters and other communications to the Contractor may be mailed or delivered. The business address of the Town appearing in the Agreement is hereby designated as the place to which all notices, letters and other communications to the Town may be mailed or delivered. The delivery by one party to the other party at an address so designated, or the depositing in any mail box regularly maintained by the post office, of any notice, letter or other communication addressed to such address, postage prepaid, registered or certified mail, with return receipt requested, shall be deemed sufficient service thereof, and the date of said service shall be the date of such delivery or mailing. Either party may change the said address or addresses at any time by an instrument in writing delivered to the other party. Nothing herein contained shall be deemed to preclude or render inoperative the service of any notice, letter or communication upon either party personally. 20.2 Independent Contractor: The right of general supervision by the Town shall not make the Contractor an agent of the Town, and the liability of the Contractor for all damages to persons, firms and corporations, arising from the Contractor's execution and performance of the Work, shall not be lessened because of such general supervision; but as to all such persons, firms and corporations and the damages, if any, to them or their property, the Contractor herein is an independent contractor in respect to the Work. Section 2 — Contract Requirements GC-29 General Conditions 20.3 Suggestions to Contractor Adopted at his Own Risk: Any plan or method of work suggested by the Town, the Engineer, or their representatives, to the Contractor, but not specified, or required, if adopted or followed by the Contractor in whole or in part, shall be used at the sole risk and responsibility of the Contractor, and the Town assumes no resulting liability therefor, if any. 20.4 Hindrances and Delays: In executing the Agreement, the Contractor expressly covenants and agrees that, in undertaking to complete the Work within the time therein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such Work, whether growing out of delays in securing materials or workmen or otherwise. No charge shall be made by the Contractor for hindrances or delays from any cause during the progress of the Work, or any portion thereof, embraced in this Agreement, except as provided by the Town's right to suspend the Work. 20.5 Provision for Emergencies: Whenever, in the opinion of the Engineer, the Contractor has not taken sufficient precaution for the safety of the public or the protection of the Work to be constructed under this Agreement or of adjacent structures or property which may be injured by processes of construction on account of such neglect, and whenever, in the opinion of the Engineer, an emergency shall arise and immediate action shall be considered necessary in order to protect public or private personal property interests, then the Engineer, with or without notice to the Contractor, may provide (but does not have a corresponding duty to so provide) suitable protection to the said interests by causing such work to be done and material to be furnished and placed as the Engineer may consider necessary and adequate. The cost and expense of such work and material so furnished shall be borne by the Contractor, and, if the same shall not be paid on presentation of the bills therefore, such costs shall be deducted from any amounts due or to become due the Contractor. The performance of such emergency work under the direction of the Engineer shall in no way relieve the Contractor of responsibility for damages which may occur during or after such precaution has been duly taken by the Engineer. 20.6 Assignment or Dele ate The Contractor shall not assign or delegate the Work, or any part thereof, without the previous written consent of the Town, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Agreement unless by and with the like consent of the Town to be signified in like manner. No right under this Agreement, nor to any money due or to become due hereunder, shall be asserted in any manner against said Town, or persons acting for the Town, by reason of any so-called assignment or delegation of this Contract or any part thereof, unless such assignment shall have been authorized by the prior written consent of the Town. In case the Contractor assigns all, or any part of, any moneys due or to become due under this Agreement, the instrument of assignment Section 2 — Contract Requirements GC-30 General Conditions shall contain a right of the assignee in and to any moneys due or to become due under this Agreement, and the Contractor and its assignee shall be subject to all prior liens of all persons, firms and corporations for services rendered or materials supplied for the performance of the Work called for in this Agreement. 20.7 Protests: If the Contractor considers any work demanded of him to be outside the requirements of the Agreement, or if he considers any order, instruction, or decision of the Engineer to be unreasonable, the Contractor shall, immediately upon receipt of such order, instruction, or decision, ask for a written confirmation of the same, whereupon he shall proceed without delay to perform the Work or to conform to the order, instruction, or decision; but if the Contractor finds such written order, instruction, or decision unsatisfactory, he shall, within ten (10) calendar days after receipt of same, file a written protest and Claim with the Town, stating clearly and in detail Contractor's objections and the reasons therefore. Except for such protests or objections to the orders, instructions, or decisions of the Engineer, Contractor hereby agrees that as to all matters not included in such protest, the orders, instructions, and decisions of the Engineer shall be considered final and binding. All orders, instructions, and decisions of the Engineer will be limited to matters properly falling within the Engineer's authority. 21. BONDS AND INSURANCE 21.1 Bonds: The Contractor shall furnish surety as follows: 21.1.1 Performance Bond: A good and sufficient bond in an amount not less than one hundred percent (100%) of the total amount of the Agreement, as evidenced by the proposal tabulation, guaranteeing the full and faithful execution of the Work and performance of the Agreement in accordance with the Plans, Specifications and Contract Documents, including any extensions thereof, for the protection of the Town. The bond shall provide for the repair and/or replacement of all defects due to faulty materials and workmanship within a period of one (1) year from the date of final acceptance of the Project by the Town of Westlake Town Council and signature of the Town Mayor. 21.1.2 Payment Bond: A good and sufficient bond in an amount not less than one hundred percent (100%) of the total amount of the Agreement, as evidenced by the proposal tabulation, guaranteeing the full and proper protection of all claimants supplying labor and materials in prosecution of the work provided for in said Agreement and for the use of each claimant. 21.1.3 Maintenance Bond: A good and sufficient bond in an amount not less than one hundred percent (20%) of the total amount of the Agreement, as Section 2 — Contract Requirements GC-31 General Conditions evidenced by the proposal tabulation, guaranteeing that the materials and workmanship used in the Work are of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Town the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during which two (2) year period following the date of final acceptance of the Work by Town, the Contractor binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Engineer shall determine to be necessary for the preservation of the public health, safety or welfare. 21.1.4 No sureties shall be accepted by the Town who are now in default or delinquent on any bonds or who are interested in any litigation against the Town. All bonds shall be made on forms furnished in these Contract Documents and shall be issued by a corporate surety authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code, and acceptable to and approved by the Town. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety's name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety's or reinsurer's name in the current U.S. Treasury Department Circular 570. Each surety shall designate an agent resident in the Town's jurisdictional area acceptable to the Town to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. The Town reserves the right to reject any and all sureties. Attorneys -in -fact who sign the bonds must file with each bond a certified and effective dated copy of their power of attorney. 21.2 Insurance: Contractor shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in the contractor's bid. A certificate of insurance Section 2 — Contract Requirements GC-32 General Conditions meeting all requirements and provisions outlined herein shall be provided to the Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. 21.2.1 Minimum Scope of Insurance. Coverage shall be at least as broad as: 21.2.1.1 ISO Form Number GL 00 01 (or similar form) covering Comprehensive General Liability. "Occurrence" form only, "claims made" forms are unacceptable. 21.2.1.2 Workers Compensation insurance as required by the Labor Code of the State of Texas, including Employers' Liability Insurance. 21.2.1.3 Automobile Liability as required by the State of Texas, covering all owned, hired, or non -owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. 21.2.2 Minimum Limits of Insurance. Contractor shall maintain throughout contract limits not less than: 21.2.2.1 Commercial General Liability: $500,000 per occurrence / $1,000,000 in the aggregate for third party bodily injury, personal injury and property damage. Policy will include coverage for: 21.2.2.1.1 Premises / Operations 21.2.2.1.2 Broad Form Contractual Liability 21.2.2.1.3 Products and Completed Operations 21.2.2.1.4 Personal Injury 21.2.2.1.5 Broad Form Property Damage 21.2.2.1.6 Explosion Collapse and Underground (XCU) Coverage. 21.2.2.2 Workers Compensation and Employer's Liability: Workers Compensation limits as required by the Labor Code of the State of Texas and Statutory Employer's Liability minimum limits of Section 2 — Contract Requirements GC-33 General Conditions $100,000 per injury, $300,000 per occurrence, and $100,000 per occupational disease. 21.2.2.3 Automobile Liability: $1,000,000 Combined Single Limit. Limits can only be reduced if approved by the Town. Automobile liability shall apply to all owned, hired and non - owned autos. 21.2.2.4 Builders' Risk Insurance: Completed value form, insurance carried must be equal to the completed value of the structure. Town shall be listed as Loss Payee. 21.2.2.5 $19000,000 Umbrella Liability Limit that follows form over underlying Automobile Liability, General Liability, and Employers Liability coverages. 21.2.3 Deductibles and Self -Insured Retentions: Any deductible or self -insured retentions in excess of $10,000 must be declared to and approved by the Town. 21.2.4 Other Insurance Provisions. The policies are to contain, or be endorsed to contain the following provisions: 21.2.4.1 General Liability and Automobile Liability Coverages: 21.2.4.1.1 The Town, its officers, officials, employees, boards and commissions and volunteers are to be added as "Additional Insured's" relative to liability arising out of activities performed by or on behalf of the contractor, products and completed operations of the contractor, premises owned, occupied or used by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the Town, its officers, officials, employees or volunteers. 21.2.4.1.2 The contractor's insurance coverage shall be primary insurance as respects to the Town, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the Town, its officers, officials, employees or volunteers shall be in excess Section 2 — Contract Requirements GC-34 General Conditions of the contractor's insurance and shall not contribute with it. 21.2.4.1.3 Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the Town, its officers, officials, employees, boards and commissions or volunteers. 21.2.4.1.4 The contractor's insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the limits of the insured's limits of liability. 21.2.4.2 Workers Compensation and Employer's Liability Coverage: The insurer shall agree to waive all rights of subrogation against the Town, its officers, officials, employees and volunteers for losses arising from work performed by the contractor for the Town. 21.2.2.3 All Coverages: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non -renewed by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given the Town. 21.2.5 Acceptability of Insurers: The Town prefers that Insurance be placed with insurers with an A.M. Best's rating of no less than A- VI, or better. 21.2.6 Verification of Coverage: Contractor shall provide the Town with certificates of insurance indicating coverage's required. The certificates are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance similar to the ACORD Form are acceptable. Town will not accept Memorandums of Insurance or Binders as proof of insurance. The Town reserves the right to require complete, certified copies of all required insurance policies at any time. 22. TESTS AND INSPECTIONS; DEFECTIVE WORK: 22.1 Warranty and Guarantee: The Contractor warrants, guarantees, and represents to the Town that all Work will be in strict compliance with the Contract Documents Section 2 — Contract Requirements GC-35 General Conditions and will not be defective. All defective Work, whether or not in place, may be rejected, corrected or accepted as provided in this Article. 22.2 Access to Work: The Engineer or other representatives of the Town, testing agencies and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting and testing. The Contractor shall provide proper and safe conditions for such access. 22.3 Tests and Inspections: Unless otherwise stipulated in the Supplementary Conditions, initial testing of all materials, construction items or products incorporated in the Work shall be performed at the direction of the Town. The Contractor is responsible for the cost of all tests, to satisfy the minimum requirements of the Contract Documents. In the event materials, construction items or products incorporated in the Work fail to satisfy the minimum requirements of the initial test, appropriate prove -out tests shall be made as directed by the Engineer to determine the extent of the failure and to verify that the corrective measures have brought the item up to specification requirements. The cost of all testing necessary to determine the extent of the failure and the adequacy of the corrective measures shall be the responsibility of the Contractor. Tests, unless otherwise specified, shall be made in accordance with the latest methods of the American Society for Testing and Materials. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not use the materials represented by the samples until tests have been made. The Contractor shall furnish adequate samples without charge. 22.3.1 All inspections, tests or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to the Town. 22.3.2 If any Work (including the work of others) that is to be inspected, tested or approved is covered without written concurrence of the Engineer, it must, if requested by the Engineer, be uncovered for observation. Such uncovering shall be at the Contractor's expense unless the Contractor has given the Engineer timely notice of the Contractor's intention to cover the same, and the Engineer has not acted with reasonable promptness in response to such notice. 22.3.3 Neither observations by the Engineer nor inspections, tests or approvals by others shall relieve the Contractor from the Contractor's obligations to perform the Work in accordance with the Contract Documents. Section 2 — Contract Requirements GC-36 General Conditions 22.4 Uncovering Work: If any portion of the Work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer, be uncovered for the Engineer's observation and replaced at the Contractor's expense. If the Engineer considers it necessary or advisable that covered Work not contrary to Engineer's request or previously approved must be observed by the Engineer or inspected or tested by others, the Contractor, at the Engineer's request, shall uncover, expose or otherwise make available for observation, inspection or testing as the Engineer may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction, (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and the Town shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, they may make a Claim therefore. If, however, such Work is not found to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, the Contractor may make a Claim therefore. 22.5 Two Year Correction Period: If within two years after the date of acceptance of the Work and authorization to make final payment by the Town Council or such longer time as may be prescribed by Law or Regulations or by the term of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the Contractor shall promptly, without cost to the Town and in accordance with the Town's written instructions, either correct such defective Work, or, if it has been rejected by the Town, remove it from the Site and replace it with non - defective Work. If the Contractor does not promptly comply with the terms of such instructions, or in any emergency where delay could cause serious risk of loss or damage, the Town may have the defective Work corrected by others and the Contractor shall reimburse the Town its actual costs for such corrections (such costs to include but not limited to fees and charges of engineers, architects, attorneys and other professionals). 22.6 Town May Correct Defective Work: If the Contractor fails within a reasonable time, after written notice of the Engineer, to correct defective Work or to remove and replace rejected Work as required by the Engineer, or if the Contractor fails to perform the Work in accordance with the Contract Documents, or if the Contractor fails to comply with any other provisions of the Contract Documents, the Town may, after seven (7) days written notice to the Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Section 2 — Contract Requirements GC-37 General Conditions paragraph, the Town shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, the Town may exclude the Contractor from all or part of the Site, take possession of all or part of the Work, and suspend the Contractor's services related thereto, take possession of the Contractor's tools, appliances, construction equipment and machinery at the Site and incorporate in the Work all materials and equipment stored at the Site or for which the Town has paid the Contractor but which are stored elsewhere. The Contractor shall allow the Town, the Town 's representatives, agents and employees such access to the Site as may be necessary to enable the Town to exercise the rights and remedies under this paragraph. All direct, indirect and consequential cost to the Town in exercising such rights and remedies will be charged against the Contractor in an amount determined by the Engineer, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the Town shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the Town may make a Claim therefore. Such direct, indirect and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs and all costs of repair and replacement of Work destroyed or damaged by correction, removal or replacement of the Contractor's defective Work. The Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by the Town of the Town 's rights and remedies hereunder. 23. CHANGES IN THE WORK: 23.1 Modifications and Alterations: The Contractor agrees that the Town shall have the right to make modifications, changes and alterations in the arrangement or extent of the Work, without affecting the validity of the Agreement and the Bonds thereunder. 23.1.1 If the modification or alteration increases the amount of Work to be done, and the added Work or any part thereof is of a type and character which can be properly and fairly classified under one or more unit price items of the Proposal, then such added Work or part thereof shall be paid for according to the amount actually done and at the applicable unit price or prices therefore. Otherwise, such Work shall be paid for as herein provided under "Extra Work". 23.1.2 If the modification or alteration decreases the amount of Work to be done, such decrease shall not constitute the basis for a Claim for damages or anticipated profits on Work affected by such decrease. Where the value of Section 2 — Contract Requirements GC-38 General Conditions omitted Work is not covered by applicable unit prices, the Engineer shall determine, on an equitable basis, the amount of: (a) credit due the Town for Contract Work not done as a result of anauthorized change, (b) allowance to the Contractor for any actual loss incurred in connection with the purchase, delivery and subsequent disposal of materials or equipment required for use on the Work as planned and which could not be used in any part of the Work as actually built; and (c) any other adjustment of the Contract Price where the method to be used in making such adjustment is not clearly defined in the Contract Documents. 23.1.3 Except for minor changes or adjustments which involve no adjustment in the Contract Price or other monetary consideration, and with the exception of adjustments of estimated quantities for unit price work or materials to conform to actual pay quantities therefore as hereinafter provided under "Estimated Quantities," all changes and alterations in the terms or scope of the Agreement shall be made under the authority of duly executed Change Orders issued and signed by the Town and accepted and signed by the Contractor. 23.1.4 It is specifically understood and agreed that the Contractor by submission of a Bid Proposal and the execution of the Agreement is deemed to consent to the Town's right to reduce the total original Agreement amount by up to 25 percent. However, when the quantity of work to be done or of materials to be furnished under any major item of the Agreement is less than 75 percent of the quantity stated in the Agreement and the reduction in the major item of the Agreement results in the total original Agreement amount being reduced by more than 25 percent, then either party to the Agreement, upon demand, may negotiate for revised consideration on the work performed for such major item of the Agreement. Any increase in compensation related to a greater than 25 percent decrease in the performance of any major item of the Agreement shall be limited to the lesser of (a) the original bid for the major item of the Agreement or (b) that amount necessary to restore the value of the Agreement to an amount equal to 75 percent of the total original Agreement amount. In no event shall the Contractor be entitled to such compensation for decreased work or materials if the Contractor is then in default or the Agreement has been terminated. Section 2 — Contract Requirements GC-39 General Conditions When a major item of the Agreement is reduced to less than 75% of the original quantity and an adjusted unit price cannot be agreed upon the revised unit price for such major item of work shall be determined by multiplying the Agreement unit price by one of the following factors depending on the percentage of reduction in that item: Multiplier Percentage of Original Quantity 1.05 > 50% and < 75%; 1.15 > 25% and < 50%; 1.25 < 25%. 23.2 Extra Work: The term "Extra Work", as used in this Agreement, shall be understood to mean and include all Work that may be required by the Town to be done by the Contractor to accomplish any change or alteration in or addition to the Work shown by the Plans or reasonably implied by the Specifications and not covered by items, and which is not otherwise provided under "Modifications and Alterations". This is Work done under Change Order as approved by the Town Council. 23.2.1 It is agreed that the Contractor shall perform all extra Work under the direction of the Engineer when and as so ordered in writing by the Town. It is further agreed that the compensation to be paid the Contractor for performing extra Work shall be determined by one or more of the following methods: Method A: By agreed unit prices, or Method B: By agreed lump sum, or Method C: If neither Method A nor Method B can be agreed upon before the extra Work is started, the Contractor shall be paid his actual field cost of the Work plus fifteen percent (15%) for the Work which he performs with his own forces and/or the Contractor shall be paid the subcontractor's actual field cost of the Work plus twenty percent (20%) for Work which is performed by his subcontractor or subcontractors. 23.2.2 Where extra Work is performed under Method C, the actual field cost of such extra Work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foremen, mechanics, craftsmen, laborers; Section 2 — Contract Requirements GC-40 General Conditions (b) the cost of all materials and supplies not furnished by the Town; (c) rental for all power -driven equipment at agreed -upon rates for the time actually employed or used in the performance of extra Work; (d) transportation charges necessarily incurred in connection with any equipment authorized by the Engineer for use on said extra Work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expenses; (f) all incidental expenses incurred as a direct result of such extra Work, including sales or use taxes on materials, payroll taxes, and the additional premiums for construction bonds, workmen's compensation, public liability and property damages, and other insurance required by the Agreement where the premiums therefore are based on payroll and materials costs. 23.2.3 The Engineer may direct the form in which the actual field cost shall be kept, and may also specify in writing before the extra Work commences, the method of doing the Work and the type and kind of machinery and equipment, if required, which shall be used in the performance of extra Work under Method C. If machinery or heavy construction equipment is required for extra Work, the authorization and basis for the use thereof shall be stipulated in the written extra Work Change Order. The applicable "plus" percentage (15% or 20%) of the actual field cost to be allowed and paid to the Contractor shall constitute full compensation for profit, overhead, superintendence, field office expense, and all other elements of cost not embraced within the actual field cost as herein defined. 23.2.4 No claim for extra Work of any kind will be allowed unless ordered in writing by the Town through a properly authorized and executed Change Order prior to commencement of said extra Work. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra Work for which he should receive compensation, he shall make a written request to the Town for a Change Order authorizing such extra Work. Should a difference of opinion arise as to what does or does not constitute extra Work, or concerning the payment thereof, and the Engineer insists on its performance, the Contractor shall proceed with the Work after making a written request for a written extra Work Change Order and shall keep an accurate account of the actual field cost thereof as provided for Method C in the foregoing paragraph. Section 2 — Contract Requirements GC-41 General Conditions 23.3 Extra Work a Part of Agreement: If extra Work is performed in accordance with the provisions of this Agreement, such extra Work shall be considered a part hereof and subject to each and all terms and conditions of said Agreement. 24. PAYMENTS TO CONTRACTOR AND COMPLETION: 24.1 Estimated Quantities: Any and all estimated quantities stipulated in the Proposal under unit price items are approximate and are to be used only: (a) as a basis for estimating the probable cost of the Work, and (b) for the purpose of comparing the Proposals submitted for the Work, it is understood and agreed that the actual amounts of Work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such Work and materials shall be the actual amount of Work done and materials furnished in each case. The Contractor agrees that he will make no Claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of Work actually performed and materials actually furnished and the amounts estimated therefore in the Proposal or other Contract Documents. 24.2 Monthly Estimates and Payments: The Contract Documents will specify the manner in which payment is to be made. If the Contract Documents state payment shall be by unit bid price, the measurement for payment shall be made based on the units outlined in the Proposal. If an item is not listed, but is required to complete the Work, the cost of furnishing, installing or constructing the Work shall be subsidiary to the various bid items and will not be eligible for payment as a separate or new item. If the Contract Documents state payment shall be lump sum, the Contractor shall submit a Schedule of Values for the cost of the major items of Work for approval by the Engineer. For purposes of this Section 24.2 Schedule of Values shall refer to the itemizations of costs or payment. The Engineer will review the itemized breakdown and if he agrees with the breakdown, partial payments will be made accordingly. If the Engineer does not agree with the breakdown for any reason whatsoever and the Contractor refuses to make changes to the breakdown, no partial payment shall be made for such lump sum items. Payments shall be made based on the approved schedule of values. The total of all Work shown on the schedule of values must exactly equal the total Lump Sum bid in the Proposal. 24.3 Monthly, on or about the day specified in the Special Provisions, a representative of the Contractor and the Town's Resident Project Representative (hereinafter referred to collectively as "Resident Project Representative") will meet on the job site and list the items of work completed during the estimate period. This Section 2 — Contract Requirements GC-42 General Conditions information shall be posted on two identical Town prepared Quantity Verification worksheets. The Quantity Verification worksheets will show all the individual unit bid items or schedule of values items as applicable and the quantity measured and paid on all previous estimates. Partial payment shall in general include only completed units. The representative of the Contractor and the Resident Project Representative will sign both Quantity Verification worksheet forms. The representative of the Contractor will retain one copy of the form. The Resident Project Representative shall submit the other copy of the form to the Engineer for review. If the Engineer has any comments or corrections, the form will be returned to the representative of the Contractor and the Resident Project Representative for correction. In a case where the representative of the Contractor and the Resident Project Representative do not agree on the quantities to be reported, a note to this effect shall be shown on the form. The Engineer shall determine the quantity or quantities to be used for preparation of the estimate. A copy of his determination shall be furnished to the representative of the Contractor and the Resident Project Representative. If the Contractor does not agree with the determination of the Engineer, he may submit a written appeal to the Town. The Town will respond to the appeal within fifteen working days. If the Town agrees with all or part of the appeal, an adjustment shall be made on the following estimate. If the Contractor does not agree with the Town's response to his appeal, he may file a Claim. Final payment will not be made to the Contractor until the Claim is resolved; however, the Town may make payment to the Contractor for all items completed and accepted by the Engineer, except the retainage. The Town may reduce the retainage if the Town determines it is in its bestinterest. During the same time period when the Quantity Verification worksheets are prepared, a representative of the Contractor and the Resident Project Representative will inventory non-perishable material on the site or in a bonded warehouse approved by the Engineer, which will be incorporated in the Work that is eligible for payment. The Contractor shall bear all costs of storage, handling, security, transportation, and other expenses related to materials stored on or off Site. It shall be understood that payments made by the Town for materials stored on the Site shall be based only upon the actual cost of materials to the Contractor, and shall not include any overhead or profit to the Contractor. The Contractor must furnish the Resident Project Representative invoices reflecting the cost of the materials. If an invoice was previously submitted reflecting the unit price for a particular item, another invoice is not required unless the unit price has changed. All material on hand must be counted regardless of whether it was listed on a previous estimate or not. The inventory of materials shall be posted on two identical Town prepared Material on Hand worksheets. The representative of the Contractor will retain one copy of the form. The Resident Project Representative shall submit the other copy of the form to the Engineer for review. If the Engineer has any comments or corrections, the form will be returned to the Section 2 — Contract Requirements GC-43 General Conditions representative of the Contractor and the Resident Project Representative for correction. In a case where the representative of the Contractor and the Resident Project Representative do not agree on the quantities to be reported, a note to this effect shall be shown on the form. The Engineer shall determine the quantity or quantities to be used for preparation of the estimate. A copy of his determination shall be furnished to the representative of the Contractor and the Resident Project Representative. Also, the Contractor must furnish proof of payment for Material on Hand listed on the previous estimate payment. If this proof is not furnished, that specific item cannot be listed again on the estimate for payment. The Contractor is totally responsible for protection and safeguarding of material stored on the Site. Payment for Material on Hand in no way whatsoever is acceptance of the materials by the Town. The materials will only be accepted for payment when they are incorporated in the Work. The Town accepts no responsibility whatsoever for any stored material damaged, stolen, missing, or in any way altered or moved so as to make it not useable for incorporation into the Work. The monthly and final estimates will be prepared by the Town based on information shown on the Quantity Verification worksheet and the Material on Hand form approved by the Engineer. Payment will be made by the Town to the Contractor within thirty days of the Engineer's approval of the Quantity Verification worksheet and the Material on Hand forms. The Town will forward a copy of the prepared estimate to the Contractor for signature prior to processing the estimate for payment. 24.4 Placing Work in Service: If desired by the Town, portions of the Work may be placed in service when completed and the Contractor shall give proper access to the Work for this purpose; but such use and operation shall not constitute an acceptance of the Work, and the Contractor shall be liable for defects due to faulty construction until the entire Work under this Agreement is finally accepted and for two years thereafter as stipulated under the Paragraphs hereinbefore which address defective work. 24.5 Completion and Acceptance of Work: On completion of the Work, the Engineer shall: (a) satisfy himself, by examination and tests, that the Work has been fully and finally completed in accordance with the Plans, Specifications and Contract Documents, and (b) report such completion to the Town Council. Before Final Acceptance by the Town of the Work, the Contractor shall submit to the Town a notarized affidavit, in duplicate, stating under oath that all subcontractors, vendors and other persons or firms who have furnished or performed labor or furnished materials for the Work have been fully paid or Section 2 — Contract Requirements GC-44 General Conditions satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the surety company who provided the Performance and Payment bonds for the Work, to the effect that said surety company consents to final payment to the Contractor being made by the Town. 24.6 No Waiver of Rights: Neither the inspection by any of the Town 's officials, employees, or agents, nor any order by the Town for payment of money, or any payment for, or acceptance of, the whole or any part of the Work by the Town, nor any extension of time, nor any possession taken by the Town or its employees, shall operate as a waiver of any provisions of this Agreement, or of any power herein reserved to the Town or any right to damages herein provided, nor shall any waiver of any breach in this Agreement be held to be a waiver of any other or subsequent breach. 24.7 Final Estimate and Payment: After official approval and acceptance of the Work by the Town the Town shall prepare a final estimate of the Work done under this Agreement and the value thereof. The Town shall prepare a Final Change Order adjusting all quantities from the original bid quantity to the quantities actually incorporated in the Project. The Contractor shall sign the Change Order indicating agreement with the final payment. In the event the Contractor does not agree with the final quantities, the Contractor shall state, in writing to the Engineer, the reason and provide documentation for the change to the final quantity. If the Engineer does not agree to adjust the quantities, the Contractor may file a Claim. Such final estimate and Final Change Order shall be submitted to the Town Council for approval. After approval as aforesaid; the Town shall pay the entire sum so found to be due hereunder, after deducting all amounts to be kept and retained under any provision of this Agreement. All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Town, shall be conclusive evidence of the work done and materialsfurnished. 24.8 Release of Liability: The acceptance by the Contractor of the last or final payment shall operate as, and shall be, a release to the Town and every officer and agent thereof, from any and all Claims and liability hereunder for anything done or furnished for, or relating to the Work, or for any act or neglect of the Town or of any person relating to or affecting the Work. Section 2 — Contract Requirements GC-45 General Conditions SPECIAL CONDITIONS 1. Owner: The Owner as referred to in these documents (also known as the Town) is: Town of Westlake 1500 Solana Blvd., Bldg. 7, Suite 7200 Westlake, Texas 76262 THE OWNER may elect to use any combination of bid items in this proposal. The Standard Specifications for Public Works Construction as published by the North Central Texas Council of Governments will be a part of these specifications as if they were bound within. The Contractor will be required to be familiar with these specifications that may be purchased through: North Central Texas Council of Governments, P.O. Drawer COG, Arlington, Texas 76005-3300 Phone (817) 640-3300. THE CONTRACTOR will then have full responsibility for proper construction as required to obtain final Certificate of Acceptance from the Town Engineer. The successful bidder shall enter in to a contract with the Owner to perform the specified work. 2. The Engineer: Peloton Land Solutions, LLC, 9800 Hillwood Pkwy, Suite 250, Fort Worth, TX 76177, has been retained by the Town to prepare the Specifications, and Contract Documents for the CTR Westlake — Parish Lane Project. They are responsible also for final measurements, approving final and partial pay estimates, and for the general administration of the project during the construction. They are the "Engineer" referred to in the "General Conditions of Agreement" contained in these Contract Documents. However, they are not responsible for on -site inspections and laboratory testing, which are provided for elsewhere by the Owner. 3. Inspections: All work shall be subject to approval by the Town Inspector. The Town Inspector has the authority to inspect and perform any tests he deems necessary. The Contractor shall notify the Town Inspector 24 hours prior to beginning construction. The Contractor shall notify the Town Inspector 72 hours prior to any construction on weekends or holidays. Section 2 — Contract Requirements SC-1 Special Conditions 4. Insurance: The Contractor will carry Workmen's Compensation Insurance, Public Liability and Property Damage Insurance, and Automobile Insurance sufficient to provide adequate protection against damage claims which may arise from operations under this Contract in compliance with the following: 14-1 5. Traffic Control Plan The Contractor shall be responsible for developing and maintaining a traffic control plan for this project. This plan shall accommodate one thru lane of traffic during normal construction hours (7:00 a.m. to 6:00 p.m.) and two lanes during non -construction hours (6:00 p.m. to 7:00 a.m.) and all day on weekends. There shall also be two lanes maintained during school days (7:00 a.m. to 8:30 a.m. and 2:30 p.m. to 6:00 p.m.). All cost associated with the implementation of this plan including all required materials and labor (i.e., crushed stone base material for temporary roadway, flagmen, etc.) shall be included under the bid item for traffic control plan in the proposal. All traffic control shall be in accordance with the 1980 Texas Manual of Uniform Traffic Control Devices. 6. Storm Water Pollution Prevention Plan The Contractor shall be responsible for the preparation of a "Storm Water Pollution Prevention Plan" and Notice of Intent in accordance with the Environmental Protection Agency (EPA), National Pollutant Discharge Elimination System (NPDES) General Permit Requirements. The Contractor shall provide copies of the Storm Water Pollution Prevention Plan, N.O.I., and Inspection Reports, and N.O.T. to the Engineer. All costs associated with the preparation and implementation of this plan, including all required materials, labor, supervision, etc. shall be included under the bid item for "Erosion Control Plan" in the proposal. 7. Water The contractor shall be responsible for providing all construction water. 8. Project Sign The Contractor shall be responsible for the materials, labor, construction, installation and maintenance of a project sign for each roadway. Each project sign shall be per the detail included in these documents. Placement location shall be coordinated with the Town. The sign shall be in place a minimum of fourteen (14) calendar days prior to commencing construction and be maintained until final acceptance of the improvements. Contractor shall also be responsible for the disposal of the sign at the completion of the project. All costs associated shall be included under the bid item for project sign in the proposal. Section 2 — Contract Requirements SC-2 Special Conditions 9. Summary of Work The work to be performed under this contract consists of furnishing all labor materials, equipment and incidentals necessary for the rehabilitation of the paving for Solana Boulevard in the Town of Westlake as shown on the location map and detailed in the Proposal section provided herein. 10. Job Conditions The Contractor shall confine his operations to the limits of existing rights -of -way and easements. The Contractor shall use extreme caution when working adjacent to the yards of property owners to minimize the inconvenience to the public caused by the work herein. When there is doubt on the part of the Contractor as to the right-of-way or alignment, the Contractor will request and follow direction of the Engineer. Any property corner or right-of-way marker removed or destroyed shall be replaced at the Contractor's expense. The Contractor shall be responsible for determining the location of existing utilities prior to construction. The Contractor shall be responsible for any damage to existing utilities. The Contractor shall be responsible for visiting the site and determining site conditions that may affect the project. Contractor shall perform video and photographic documentation of the pre - construction, mid -construction, and post -construction conditions of the project site. See Technical Specification 013233 for more details. 11. Explosives The use of explosives will not be permitted on this project. 12. Property Preservation The Contractor shall be responsible for the preservation and protection of all trees, shrubs, sprinkler systems, fences, mailboxes, and other property owner or business improvements located within the limits of construction. The destruction or damage of said property owner or business improvements, by the Contractor, designated for preservation shall be replaced or repaired at the Contractor's expense. 13. Traffic Control Roadways in this project cannot be closed during construction. Upon award of contract, the contractor shall submit a schedule for lane closures for the project roadways, subject to the Section 2 — Contract Requirements SC-3 Special Conditions approval of the Town of Westlake. The Contractor shall furnish and install and remove upon completion the barricades, signage, and warning devices necessary for the rehabilitation work in accordance with "Texas Manual on Uniform Traffic Control Devices, for Streets and Highways" as published by the Texas Department of Transportation. 14. Flaggmen The Contractor shall provide and maintain flagmen at such points and for such periods of time as may be required to provide for the safety and convenience of public traffic and the Contractor's personnel, and as directed by the Engineer. Flagmen shall be English speaking, courteous, well informed, physically and mentally able to effectively perform their duties in safeguarding and directing traffic and protecting the work and shall be neatly attired and groomed at all times when on duty. Flagmen, when directing traffic, shall use the standard signs and signals in accordance with the "TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS", a publication of the Texas Department of Transportation, Austin, Texas. No separate payment will be made for traffic control. 15. Reference Specifications The applicable provisions of the following shall apply to this project. A. Engineering Standards for the Town of Westlake B. Standard Specifications for Public Works Construction, latest revision, as Published by the North Central Texas Council of Governments. C. Texas Department of Transportation 2014 Standard Specifications for Construction of Highways, Streets and Bridges as adopted by the Texas Department of Transportation, November 1, 2014. D. The Texas Manual on Uniform Traffic Control Devices, October 2014 edition as amended. 16. Time Of Completion The road cannot be closed. One lane of traffic must be left open at all times. The project shall be completed within the time frame listed in Section 2 (Contract Documents) of the proposal. Liquidated damages shall be per NCTCOG. If inclement weather impairs the progress of the project, the schedule may be adjusted by the Town. Section 2 — Contract Requirements SC-4 Special Conditions SPECIAL PROVISIONS Any and all work specially called for in the Contract Document or which is required for proper construction of items called for in the Contract Documents is to be performed by the CONTRACTOR unless specifically noted otherwise. The cost of all work for which there is no separate pay item in the Bid Form shall be included in the price for a related pay item that Work called for or required by the Contract Documents will be constructed for the Contract Price. Unless indicated otherwise, there is no separate pay for any item not included that may be required to perform the work. Those items include, but are not limited to: mobilization, general site preparation. Removals, barricades, signs, traffic handling, temporary pavement, mobile message boards, project signs, SWPPP, paving items, storm system items, utility system items, etc. The following descriptions are intended to clarify the nature of the Work required for this project. The provisions of the standard technical specifications shall apply, except as otherwise noted herein: Section 2 Contract Requirements SP-1 Special Provisions SECTION I —GENERAL Pay Item No. 1-1— Project Sign The provisions of Technical Specification 015813 (Project Sign), shall apply except as modified or clarified below: A. See project sign detail for size, layout, colors, and other pertinent information. Pay Item No. 1-2 — Mobilization The provisions of Technical Specification 017113 (Mobilization), shall apply except as modified or clarified below: A. The maximum bid amount for this Item shall be 5% of the total amount bid for the project. B. No separate pay item for remobilization(s). Pay Item No. 1-3 — Site Preparation The provisions of Technical Specification 024100 (General Site Preparation), shall apply except as modified or clarified below: A. Unless indicated otherwise with a specific pay item, all removals of any item within the limits of the project that are not specifically called out to remain will be considered subsidiary to this item. Subsidiary items include, but are not limited to: trees, fences, gates, pavement markers and markings (existing, and temporary), signage, asphalt, gravel, rip rap, base, headwalls, wingwalls, walls, junction boxes, flumes, manholes, inlets, storm drain culverts and pipes, bollards, pavers, any concrete under pavers in the median, any concrete within the medians, handrails, metal beam guard fence, traffic barriers, mow strips, landscaping, entry features, gutter drains, poles, foundations, fire hydrants and associated piping, blocking and valves, lighting poles/fixtures/foundations, conduit (lighting and signal), irrigation facilities, franchise utility markers and/or abandoned franchise utilities, etc. B. The property owner adjacent to the proposed North Parish Lane Improvements, 170 Retail Associates, LTD (property owner), has agreed to allow construction staging, storage of material, and equipment in a designated area for the North Parish Lane Project. The property owner will require a 6-ft chain link perimeter fence around material and equipment and for property to be restored to pre -construction condition. Pay Items No. 1-4— Barricades, Signs, and Traffic Handling The provisions of Technical Specification 347113 (Barricades, Signs, and Traffic Handling), shall apply except as modified or clarified below: A. This Item shall be measured on a Monthly (MO) basis as indicated in the Contract Documents. B. Unused months shall not be paid to the contractor. Section 2 Contract Requirements SP-2 Special Provisions SECTION II — EARTHWORK IMPROVEMENTS Pay Item No. II-1— Unclassified Excavation (by Plan Quantity) The provisions of Technical Specification 312316 (Unclassified Excavation), shall apply except as modified or clarified below: A. The calculated volume of Embankment is approximately 1,700 cubic yards. The provided volume for Embankment is for bidding purposes only. There will be no additional compensation for the removal of excess material greater than the calculated volume. B. Embankment shall be subsidiary to this bid item. C. It assumed the unclassified excavation material is suitable for Embankment. D. Borrow is not required for this project. E. Unclassified excavated material in excess of that needed for construction or deemed unsuitable shall be known as "waste" and, unless specified otherwise, shall become the property of the CONTRACTOR to be disposed of outside the limits of the project in accordance with federal, state, and local requirements. There will be no additional compensation for disposal of waste material. F. The calculated volume of the excess unclassified excavated material (waste) is approximately 1,476 cubic yards. The provided volume for excess Unclassified Excavated material for bidding purposes only. There will be no additional compensation for the removal of excess material greater than the calculated volume. G. The property owner adjacent to the proposed North Parish Lane Improvements, 170 Retail Associates, LTD (property owner), has agreed to accept excess excavated material (waste) from the North Parish Lane Project. The property owner has the right to reject portions or all of the excess excavated material. H. Work performed for finishing of parkways and medians shall not be measured directly but shall be considered subsidiary to unclassified excavation. Pay Item No. II-2 — SWPPP The provisions of Technical Specification 312500 (Temporary Erosion, Sedimentation, And Water Pollution Prevention and Control), shall apply except as modified or clarified below: A. Contractor shall provide a separate Storm Water Pollution Prevention Plan (SW3P). B. The estimated disturbed area for the project is approximately 5.2 Acres. The contractor is responsible for determining the total disturbed area and following the requirements outlined by the TCEQ. Section 2 Contract Requirements SP-3 Special Provisions SECTION III — PAVING IMPROVEMENTS Pay Items No. III-1— III-5 — Removal The provisions of Technical Specification 024100 (General Site Preparation), shall apply except as modified or clarified below: A. No modifications. Pay Items No. III-6 — III-9 — Conduit The provisions of Technical Specification 270500 (Conduit), shall apply except as modified or clarified below: A. No modifications. Pay Items No. III-10 — III-11— Lime Treatment The provisions of Technical Specification 321113 (Lime Treatment), shall apply except as modified or clarified below: A. Hydrated lime slurry shall be used. Dry lime is not allowed. B. The application rate for lime treatment shall be 8% or 42 Ibs/sy. Pay Items No. III-12 — 8" Concrete Pavement The provisions of Technical Specification 321313 (Concrete Pavement), shall apply except as modified or clarified below: A. Machine finished concrete shall be Class P1 (4,000 PSI). B. Hand finished concrete shall be Class P2 (4,500 PSI). Pay Items No. III-13 — Barrier Free Ramps The provisions of Technical Specification 321655 (Barrier Free Ramp), shall apply except as modified or clarified below: A. Barrier free ramps shall be Class A (3,000 PSI) concrete. Pay Items No. III-14— Install Street Header The provisions of Technical Specification 321665 (Reinforced Concrete Header), shall apply except as modified or clarified below: A. No modifications. Section 2 Contract Requirements SP-4 Special Provisions Pay Items No. III-15 —Topsoil (6") The provisions of Technical Specification 329119 (Topsoil), shall apply except as modified or clarified below: A. This Item shall be measured on a per Cubic Yard (CY) basis in its original position and based on plan quantities. The plan quantity will be determined through calculations and will be used for determining final quantity amounts for payment purposes. Pay Items No. III-16—Seeding, Hydromulch The provisions of Technical Specification 329223 (Turfgrass Planting), shall apply except as modified or clarified below: A. Turfgrass hydromulch shall be Common Bermudagrass. Pay Items No. III-17 — Brick Pavers The provisions of TOOT Specification 528 (Concrete Pavers), shall apply except as modified or clarified below: A. Refer to plans and construction details for color, pattern, and other information. Pay Items No. III-18 — 5" Color CONC Sidewalk. The provisions of TOOT Specification 528 (Colored Textured Concrete and Landscape Pavers), shall apply except as modified or clarified below: A. Contractor shall prepare a 9 sq. ft., 3-inc. thick specimen (sample) for each color, pattern, and texture before beginning work. B. Refer to plans and construction details for color, pattern, and other information. Pay Items No. III-19 — 5" Color CONC Accent Brand The provisions of TOOT Specification 528 (Colored Textured Concrete and Landscape Pavers), shall apply except as modified or clarified below: A. Contractor shall prepare a 9 sq. ft., 3-inc. thick specimen (sample) for each color, pattern, and texture before beginning work. B. Refer to plans and construction details for color, pattern, and other information. Section 2 Contract Requirements SP-5 Special Provisions SECTION IV —STORM DRAIN IMPROVEMENTS Pay Items No. IV-1— Trench Safety The provisions of Technical Specification 330510 (Trenching, Backfilling and Compaction), shall apply except as modified or clarified below: A. Refer to the project geotechnical report for additional information. Pay Items IV-2 thru IV-4 — Reinforced Concrete Pipe (Various Sizes) The provisions of Technical Specification 334113 (Reinforced Concrete Pipe), shall apply except as modified or clarified below: A. Reinforced concrete pipe shall be Class III unless noted otherwise in the plans. B. All proposed storm sewer connections shall be prefabricated. Field connections can be used for connections to existing storm drain manholes or junction boxes only. Pay Items IV-S — S'x3' Box Culvert The provisions of Technical Specification 334200 (Reinforced Box Culvert), shall apply except as modified or clarified below: A. Reinforced box culvert shall conform to ASTM C1577. Pay Items IV-6 — 4' Storm Junction Box The provisions of Technical Specification 334913 (Storm Sewer Manhole), shall apply except as modified or clarified below: A. No Modifications. Pay Items IV-7 — 6' Storm Junction Box The provisions of Technical Specification 334913 (Storm Sewer Manhole), shall apply except as modified or clarified below: A. No Modifications. Pay Items IV-8 thru IV-9 — Curb Inlets (Various Sizes) The provisions of Technical Specification 334920 (Standard and Recessed Curb Inlets and Other Inlets), shall apply except as modified or clarified below: A. No Modifications. Pay Items IV-10 — 3'x3' Grate Inlet (Precast) The provisions of Technical Specification 334920 (Standard and Recessed Curb Inlets and Other Inlets), shall apply except as modified or clarified below: A. Grate Inlet shall be pre -cast; no cast -in -place inlets. Section 2 Contract Requirements SP-6 Special Provisions SECTION V — PAVEMENT MARKING & SIGNAGE IMPROVEMENTS Pay Items V-1— 4" BRK Pvmt Marking (HAS) The provisions of Technical Specification 321723 (Pavement Markers and Markings), shall apply except as modified or clarified below: A. Pavements marking shall be Type I, "Hot Applied Thermoplastic". B. Pavement markings shall be hot applied with by spray (HAS). Pay Items V-2 — 8" SLD Pvmt Marking (HAS) The provisions of Technical Specification 321723 (Pavement Markers and Markings), shall apply except as modified or clarified below: A. Pavements marking shall be Type I, "Hot Applied Thermoplastic". B. Pavement markings shall be hot applied by spray (HAS). Pay Items V-3 — 24" SLID Pvmt Marking (HAE) The provisions of Technical Specification 321723 (Pavement Markers and Markings), shall apply except as modified or clarified below: A. Pavements marking shall be Type I, "Hot Applied Thermoplastic". B. Pavement markings shall be hot applied, extruded (HAE). Pay Items V-4 thru V-5 — Raised pavement markers (various types) The provisions of Technical Specification 321723 (Pavement Markers and Markings), shall apply except as modified or clarified below: A. No Modifications. Pay Items V-6 — Install Alum Sign Ground Mount The provisions of Technical Specification 344150 (Small Road Sign Supports and Assemblies), shall apply except as modified or clarified below: A. No Modifications. Pay Items V-7 — Street Names Signs Attached to Stop Sign Mount The provisions of Technical Specification 344150 (Small Road Sign Supports and Assemblies), shall apply except as modified or clarified below: A. No Modifications. Section 2 Contract Requirements SP-7 Special Provisions SECTION VI — LANDSCAPE & IRRIGATION IMPROVEMENTS Pay Items VI-1— Permanent Automatic Irrigation System The provisions of Technical Specification 328000 (Irrigation System), shall apply except as modified or clarified below: A. Refer to plans and details for specifications. B. Irrigation controller enclosure pedestal shall be green in color to match Westlake green on other city equipment. Pay Items VI-2 — Pale Leaf Yucca (5 Gal) The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-3 — Dwarf Texas Sage (5 Gal) The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-4 — Autumn Sage (5 Gal) The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-5 — Gulf Muhly (5 Gal) The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-6 — Bermuda Sod The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-7 thru VI-9 — Trees (various species and calipers) The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-10 — Century Root Barrier Panel (48' x 15') Section 2 Contract Requirements SP-8 Special Provisions The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-11— Steel Edge (3/16" x 4") The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-12 — Fine Grade The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-13 — Compost Mix The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications. Pay Items VI-14— Hardwood Mulch The provisions of Technical Specification 329300 (Tree, Shrub, and Groundcover Planting), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-9 Special Provisions SECTION VII — STREET LIGHTING IMPROVEMENTS Pay Items VII-1— 24" x 72" Foundation The provisions of Technical Specification 033101 (Drilled Shaft Foundation), shall apply except as modified or clarified below: A. No Modifications Pay Items VII-2 thru VII-4 — Electric Conductors (Various types and sizes) The provisions of Technical Specification 260500 (Electric Conductor), shall apply except as modified or clarified below: A. No Modifications Pay Items VII-5 — Service Points w/Meter The provisions of Technical Specification 260501 (Electrical Service), shall apply except as modified or clarified below: A. No Modifications Pay Items VII-6 — Decorative Street Lights The provisions of Technical Specification 265619 (Luminaire Pole), shall apply except as modified or clarified below: A. The decorative street light pole and associated brackets and fittings shall be powder coated bronze in color. Pay Items VII-7 — Decorative Street Lights (Fixture) with 7-Pin Receptacle & Twist Lock Lighting Controller The provisions of Technical Specification 265620 (Luminaire Fixture), shall apply except as modified or clarified below: A. The decorative street light fixture and associated brackets and fittings shall be powder coated bronze in color. Pay Items VII-8 thru VII-11— Conduits (various sizes and types) The provisions of Technical Specification 270500 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items VII-12 —11 x 17 Composite Ground Boxes The provisions of Technical Specification 344135 (Ground Box), shall apply except as modified or clarified below: A. No Modifications Pay Items VII-13 — SYNAPSE Lighting Control (Central Base Station) and Commissioning The provisions of the manufacturer specifications, shall apply except as modified or clarified below: Section 2 Contract Requirements SP-10 Special Provisions A. No Modifications Section 2 Contract Requirements SP-11 Special Provisions SECTION VIII — SANITARY SEWER IMPROVEMENTS Pay Items VIII-1— Post CCTV Inspection The provisions of Technical Specification 330132 (Television Inspection for Wastewater Mains), shall apply except as modified or clarified below: A. No Modifications Pay Items VIII-2 — Trench Safety The provisions of Technical Specification 330510 (Trenching, Backfilling and Compaction), shall apply except as modified or clarified below: A. No Modifications Pay Items VIII-3 —10" Sewer Pipe The provisions of Technical Specification 333110 (PVC Pipe for Gravity Wastewater Mains), shall apply except as modified or clarified below: A. No Modifications Pay Items VIII-4 —10" SS Cleanout The provisions of Technical Specification 333110 (PVC Pipe for Gravity Wastewater Mains), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-12 Special Provisions SECTION IX — TxDOT IMPROVEMENTS Pay Items IX-1— Remove Alum Sign and Ground Mount The provisions of TxDOT Specification 100 (Preparing Right of Way), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-2 — Salvage and Relocate Alum Sign and Ground Mount The provisions of TxDOT Specification 100 (Preparing Right of Way), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-3 — Remove Conc Curb & Gutter The provisions of TxDOT Specification 104 (Removing Concrete), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-4 — Remove Existing Curb Inlet The provisions of TxDOT Specification 104 (Removing Concrete), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-5 — Unclassified Excavation by Plan The provisions of TxDOT Specification 110 (Excavation), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-6 — 10" Lime Treatment The provisions of TxDOT Specification 340 (Dense -Graded Hot -Mix Asphalt (Small Quantity)), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-7 — Hydrated Lime (8% @ 48 Ib/sy) The provisions of TxDOT Specification 340 (Dense -Graded Hot -Mix Asphalt (Small Quantity)), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-8 — Conc Pvmt (Cont Reinf CRCP) 10" Section 2 Contract Requirements SP-13 Special Provisions The provisions of TxDOTSpecification 360 (Concrete Pavement), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-9 — 4" Hot mixed Asphaltic Conc Pav (Type D) The provisions of TOOT Specification 360 (Concrete Pavement), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-10 —18" RCP. Class I II The provisions of TOOT Specification 464 (Reinforced Concrete Pipe), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-11— Trench Safety The provisions of TxDOT Specification 464 (Reinforced Concrete Pipe), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-12 — 10' Std TxDOT Curb Inlet Under Roadway The provisions of TOOT Specification 465 (Junction Boxes, Manholes, and Inlets), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-13 — Brick Pavers (Venetian Ashlar Patter Milsap Color) The provisions of TOOT Specification 528 (Colored Textured Concrete and Landscape Pavers), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-14 — 5" Color CONC Sidewalk (Color Hardener Matching) The provisions of TOOT Specification 528 (Colored Textured Concrete and Landscape Pavers), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-15 — 5" Color CONC Accent Band (Color Hardener Matching) The provisions of TOOT Specification 528 (Colored Textured Concrete and Landscape Pavers), shall apply except as modified or clarified below: Section 2 Contract Requirements SP-14 Special Provisions A. No Modifications Pay Items IX-16 — Conc Curb (Mono) TY II) The provisions of TOOT Specification 529 (Concrete Curb, Gutter, and Combined Curb and Gutter), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-17 — Curb Ramp at Median Island (TY 20) The provisions of TOOT Specification 531 (Sidewalks), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-18 — Combination Island Ramp (TY 21) The provisions of TOOT Specification 531 (Sidewalks), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-19 — Combination Island Ramp (TY 22) The provisions of TOOT Specification 531 (Sidewalks), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-20 — Install TxDOT Small Assembly Sign The provisions of TxDOT Specification 644 (Small Roadside Sign Assemblies), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-21— 4" SLD Pvmt Marking HAS (W) The provisions of TOOT Specification 666 (Retroreflectorized Pavement Markings), shall apply except as modified or clarified below: A. Pavement marking to be thermoplastic, hot -applied spray (HAS). Pay Items IX-22 — 8" SLD Pvmt Marking HAS (W) The provisions of TOOT Specification 666 (Retroreflectorized Pavement Markings), shall apply except as modified or clarified below: A. Pavement marking to be thermoplastic, hot -applied spray (HAS). Pay Items IX-23 — 24" SLD Pvmt Marking HAE (W) Section 2 Contract Requirements SP-15 Special Provisions The provisions of TxDOT Specification 666 (Retroreflectorized Pavement Markings), shall apply except as modified or clarified below: A. Pavement marking to be thermoplastic, hot -applied, extruded (HAE). Pay Items IX-24 — Right Turn Arrow Pvmt Marking The provisions of TxDOT Specification 666 (Retroreflectorized Pavement Markings), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-25 — "ONLY" Pvmt Marking The provisions of TxDOT Specification 666 (Retroreflectorized Pavement Markings), shall apply except as modified or clarified below: A. No Modifications Pay Items IX-26 — Remove Pvmt Marking The provisions of TxDOT Specification 677 (Eliminating Existing Pavement Markings and Markers), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-16 Special Provisions SECTION X—TRAFFIC SIGNAL IMPROVEMENTS Pay Items X-1— Drill Shaft (Traffic Sig Pole) 36 in The provisions of TOOT Specification 416 6032 (Drilled Shaft Foundations), shall apply except as modified or clarified below: A. No Modifications Pay Items X-2 — Drill Shaft (Traffic Sig Pole) 48 in The provisions of TOOT Specification 416 6034 (Drilled Shaft Foundations), shall apply except as modified or clarified below: A. No Modifications Pay Items X-3 — Mobilization The provisions of TOOT Specification 500 6001 (Mobilization), shall apply except as modified or clarified below: A. No Modifications Pay Items X-4 — Condt (PVC) (SCH 40) 2" The provisions of TOOT Specification 618 6023 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-5 — Condt (PVC) (SCH 40) 2" Bore The provisions of TOOT Specification 618 6024 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-6 — Condt (PVC) (SCH 40) 3" The provisions of TOOT Specification 618 6029 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-7 — Condt (PVC) (SCH 40) 3" Bore The provisions of TOOT Specification 618 6030 (Conduit), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-17 Special Provisions Pay Items X-8 — Condt (PVC) (SCH 40) 4" The provisions of TOOT Specification 618 6030 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-9 — Condt (PVC) (SCH 40) 4" Bore The provisions of TOOT Specification 618 6034 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-10 — Condt (PVC) (SCH 80) 2" The provisions of TOOT Specification 618 6046 (Conduit), shall apply except as modified or clarified below: A. No Modifications Pay Items X-11— Elec Condr (No. 12) Insulated The provisions of TOOT Specification 620 6004 (Electrical Conductors), shall apply except as modified or clarified below: A. No Modifications Pay Items X-12 — Elec Condr (No. 8) Insulated The provisions of TOOT Specification 620 6008 (Electrical Conductors), shall apply except as modified or clarified below: A. No Modifications Pay Items X-13 — Elec Condr (No. 6) Bare The provisions of TOOT Specification 620 6009 (Electrical Conductors), shall apply except as modified or clarified below: A. No Modifications Pay Items X-14— Elec Condr (No. 6) Insulated The provisions of TOOT Specification 620 6010 (Electrical Conductors), shall apply except as modified or clarified below: A. No Modifications Pay Items X-15 — Tray Cable (3 Condr) 12 AWG Section 2 Contract Requirements SP-18 Special Provisions The provisions of TOOT Specification 6216002 (Tray Cable), shall apply except as modified or clarified below: A. No Modifications Pay Items X-16 — Ground Box TY A (122311) The provisions of TOOT Specification 624 6001 (Ground Boxes), shall apply except as modified or clarified below: A. No Modifications Pay Items X-17 — Ground Box TY C (162911) The provisions of TxDOT Specification 624 6007 (Ground Boxes), shall apply except as modified or clarified below: A. No Modifications Pay Items X-18 — ELC SRV TY D 120/240 070(NS) SS (E) PS (U) The provisions of TOOT Specification 628 6187 (Electrical Services), shall apply except as modified or clarified below: A. The Electrical Service and associated fittings shall be powder coated Corten in color. Pay Items X-19 — Install HWY TRF SIG (Isolated) The provisions of TxDOT Specification 680 6002 (Highway Traffic Signals), shall apply except as modified or clarified below: A. All traffic signal poles, cabinets, fittings and brackets shall be powder coated Corten in color. Pay Items X-20 — VEH SIG SEC (12" LED (GRN) The provisions of TOOT Specification 682 6001 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-21— VEH SIG SEC (12" LED (GRN ARW) The provisions of TOOT Specification 682 6002 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-22 — VEH SIG (12") LED (YEL) The provisions of TxDOT Specification 682 6003 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: Section 2 Contract Requirements SP-19 Special Provisions A. All signal heads shall be black. Pay Items X-23 — VEH SIG (12") LED (YEL ARW) The provisions of TOOT Specification 682 6004 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-24 — VEH SIG (12") LED (RED) The provisions of TOOT Specification 682 6005 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-25 — VEH SIG (12") LED (RED ARW) The provisions of TxDOT Specification 682 6006 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-26 — Back Plate (12") (3 SEC ) (Vented) Alum The provisions of TxDOT Specification 682 6035 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-27 — Back Plate (12") (5 SEC ) (Vented) Alum The provisions of TOOT Specification 682 6037 (Vehicle and Pedestrian Signal Heads), shall apply except as modified or clarified below: A. All signal heads shall be black. Pay Items X-28 — TRF SIG CBL (TY A) (14 AWG) (5 CONDR) The provisions of TOOT Specification 684 6031 (Traffic Signal Cables), shall apply except as modified or clarified below: A. No Modifications Pay Items X-29 — TRF SIG CBL (TY A) (14 AWG) (7 CONDR) The provisions of TOOT Specification 684 6033 (Traffic Signal Cables), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-20 Special Provisions Pay Items X-30 — TRF SIG CBL (TY A) (14 AWG) (12 CONDR) The provisions of TOOT Specification 684 6038 (Traffic Signal Cables), shall apply except as modified or clarified below: A. No Modifications Pay Items X-31— TRF SIG CBL (TY A) (14 AWG) (20 CONDR) The provisions of TOOT Specification 684 6046 (Traffic Signal Cables), shall apply except as modified or clarified below: A. No Modifications Pay Items X-32 — INS TRF SIG PL AM (S) 1 ARM (40') LUM &ILSN The provisions of TOOT Specification 686 6044 (Traffic Signal Pole Assemblies (Steel)), shall apply except as modified or clarified below: A. The Traffic Signal Pole Assemblies (Steel), and associated brackets and fittings shall be powder coated Corten in color. B. Street name signs on traffic signal poles shall be Westlake standard illuminated signs with logo. C. Luminaires shall be Kim Lighting Fixture Model KIM-WP9L3E35-120L3K-FR. Pay Items X-33 — INS TRF SIG PL AM (S) 1 ARM (44') LUM &ILSN The provisions of TOOT Specification 686 6044 (Traffic Signal Pole Assemblies (Steel)), shall apply except as modified or clarified below: A. The Traffic Signal Pole Assemblies (Steel), and associated brackets and fittings shall be powder coated Corten in color. B. Street name signs on traffic signal poles shall be Westlake standard illuminated signs with logo. C. Luminaires shall be Kim Lighting Fixture Model KIM-WP9L3E35-120L3K-FR. Pay Items X-34 — INS TRF SIG PL AM (S) 1 ARM (48') LUM &ILSN The provisions of TOOT Specification 686 6052 (Traffic Signal Pole Assemblies (Steel)), shall apply except as modified or clarified below: A. The Traffic Signal Pole Assemblies (Steel), and associated brackets and fittings shall be powder coated Corten in color. B. Street name signs on traffic signal poles shall be Westlake standard illuminated signs with logo. C. Luminaires shall be Kim Lighting Fixture Model KIM-WP9L3E35-120L3K-FR. Pay Items X-35 — INS TRF SIG PL AM (S) 1 ARM (55') LUM &ILSN The provisions of TOOT Specification 686 6060 (Traffic Signal Pole Assemblies (Steel)), shall apply except as modified or clarified below: Section 2 Contract Requirements SP-21 Special Provisions A. The Traffic Signal Pole Assemblies (Steel), and associated brackets and fittings shall be powder coated Corten in color. B. Street name signs on traffic signal poles shall be Westlake standard illuminated signs with logo. C. Luminaires shall be Kim Lighting Fixture Model KIM-WP9L3E35-120L3K-FR. Pay Items X-36 — RVDS (Presence Detection Only) The provisions of TxDOT Specification 6292 6001 (Radar Vehicle Detection System for Signalized Intersection Control), shall apply except as modified or clarified below: A. No Modifications Pay Items X-37 — Radar Presence Detector Comm Cable The provisions of TxDOT Specification 6292 (Radar Vehicle Detection System for Signalized Intersection Control), shall apply except as modified or clarified below: A. No Modifications Pay Items X-38 — RVDS (Advanced Detection Only) The provisions of TxDOT Specification 6292 6003 (Radar Vehicle Detection System for Signalized Intersection Control), shall apply except as modified or clarified below: A. No Modifications Pay Items X-39 — Radar Communication Cable The provisions of TxDOT Specification 6292 (Radar Vehicle Detection System for Signalized Intersection Control), shall apply except as modified or clarified below: A. No Modifications Section 2 Contract Requirements SP-22 Special Provisions SECTION 3 - TECHNICAL SPECIFICATIONS SECTION 013233 VIDEO AND PHOTOGRAPHIC DOCUMENTATION PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools, and superintendence necessary to take and provide video and photographic documentation of pre -construction, mid -construction, and post - construction conditions to the City. 1.02 SUBMITTALS A. Submit pre -construction, mid -construction, and post -construction digital videos and photographs as record data in accordance with General Condition 4.3 B. Submit all pre -construction videos and photographs of the entire construction area as one submittal at the beginning of the project. Sections submitted separately will not be accepted. C. Submit all mid -construction videos and photographs as separate submittals at six-month intervals upon completion of the pre -construction videos and photographs. D. Submit all post -construction videos and photographs as one submittal at the end of the project. E. All videos and photographs are to become the property of the City. Videos and photographs may not be used for publication, or public or private display without the written consent of the City. PART 2 - PRODUCTS 2.01 VIDEOS A. Videos shall be in a digital format with a minimum resolution of 1080p that can be viewed with Windows Media Player. B. The quality of the video must be sufficient to determine the existing conditions of the construction area. C. Camera panning must be performed while at rest. Do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. 2.02 PHOTOGRAPHS A. Photographs shall be in a digital format with a minimum resolution of 1280 x 960. PART 3 - EXECUTION 3.01 WORK INCLUDED Standard Technical Specifications August 2020 Video and Photographic Documentation 013233-1 A. Pre -Construction & Mid -Construction 1. Provide digital videos and photographs of the project site: a. Prior to the beginning of construction when construction staking is complete, but prior to any clearing, and at six-month intervals thereafter. b. Label videos and photographs by project name, date, stationing, offset, and left or right. c. Pipeline projects should be recorded linearly from beginning to end. d. Provide additional imaging as directed by the City if the videos or photographs provided are not considered suitable for documenting pre-existing conditions. e. Record the condition of all existing facilities in or abutting the construction area, right-of-way, and easements. This should include, but not be limited to streets, curb and gutter, utilities, driveways, fencing, walls, landscaping, etc. B. Post -Construction Provide digital videos and photographs of the project site to clearly depict the completed Project. a. Capture all significant areas of completed construction. b. Completion videos and photographs are not to be taken until all construction trailers, excess materials, trash and debris have been removed. c. Label videos and photographs by project name, date, stationing, offset, and left or right. d. Provide additional imaging as directed by the City of the videos or photographs provided are not considered suitable for documenting post -construction conditions. e. Record the final condition of all facilities in or abutting the construction area, right- of-way, and easements. This should include, but not be limited to streets, curb and gutter, utilities, driveways, fencing, walls, landscaping, etc. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract item. 4.02 PAYMENT A. The work performed and materials furnished in accordance this Item will not be paid for directly but will be subsidiary to the pertinent Items. END OF SECTION Standard Technical Specification August 2020 Video and Photographic Documentation 013233-2 SECTION 015813 PROJECT SIGN PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish, install, and maintain Project Sign. 1.02 REFERENCES A. Standard Detail for Project Sign. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 INSTALLATION A. The Contractor shall coordinate with the Town regarding the location prior to installation. The Town shall provide on -site inspection of the installation. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item will be measured on a per Each (EA) basis. L1 IPANE 7_VAUVMC1011 A. All work performed and materials furnished in accordance with this Item and measured as provided under MEASUREMENT will be paid for at the unit bid price for "Project Sign" in accordance with the Standard Detail for Project Sign. This price is full compensation for all material, labor, equipment, tools and superintendence necessary to furnish and install Project Sign. END OF SECTION Standard Technical Specification September 2019 Project Sign 015813-1 SECTION 017113 MOBILIZATION PART 1 - GENERAL 1.01 DESCRIPTION The work under this section of the specification shall include the establishment of offices and other facilities on the project site and the movement of personnel, construction equipment, and supplies to the project site or to the vicinity of the project site to enable the Contractor to begin work on the other contract items that will be performed by the Contractor. This Item also includes all costs associated with bonding and insurance. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item will be measured on a Lump Sum (LS) basis as the work progresses. B. The maximum bid amount for this Item shall be 5% of the total amount bid $500,000 and over and 10% of the total amount bid less than $500,000. [A"I ► VNIVJuI;3011 Partial payments of the bid for Mobilization will be as follows. The adjusted contract amount for construction items as used below is defined as the total contract amount less the bid for Mobilization. A. When 5% of the adjusted contract amount for construction items is earned, 50% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. B. When 10% of the adjusted contract amount for construction items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. C. When 50% of the adjusted contract amount for construction items is earned, 100% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount. END OF SECTION Standard Technical Specification September 2019 Mobilization 017113-1 SECTION 017416 DUST CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for Dust Control in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.6. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5 h Edition, Item 203.6 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.6. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.6. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract Item. 4.02 PAYMENT A. The work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Dust Control 017416-1 SECTION 024100 GENERAL SITE PREPARATION PART 1 - GENERAL 1.01 DESCRIPTION A. All materials, labor, equipment, tools and superintendence necessary for the preparation of the project site not covered elsewhere in accordance with Public Works Construction Standards, NCTCOG, 5t' Edition, Item 203. B. This Section also includes: 1. Protecting existing vegetation to remain. 2. Removing existing vegetation. 3. Clearing and grubbing. 4. Demolition. 5. Removal of all items within the limits of construction not specifically noted to remain. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 203.1, 203.2, and 203.3. 1.03 PROJECT CONDITIONS A. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site -clearing operations. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Town and authorities having jurisdiction. 2. Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B. Salvaged materials: Carefully remove items indicated to be salvaged and store as directed by the Town. C. Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. 1. Call Texas8l l at 1-800-344-8377 2. Contact the Town's Public Works Department for water and wastewater locates. D. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. Standard Technical Specification September 2019 General Site Preparation 024100-1 PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 51' Edition, Item 203.1, 203.2 and 203.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Lump Sum (LS) basis, unless indicated otherwise and shall include the removal of all items within the limits of construction not specifically called out to remain. B. The maximum bid amount for this Item shall be 5% of the total amount bid $500,000 and over and 10% of the total amount bid less than $500,000. C. Removal of existing pavement will be measured separately and paid for by the square yard (SY), regardless of thickness and type. Concrete curb and gutter removal will not be measured separately and is considered subsidiary to this item. D. Removal of existing pipe, inlets, headwalls, manholes, etc. will not be measured separately and is considered subsidiary to this item. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price. This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 General Site Preparation 024100-2 SECTION 032100 REINFORCING STEEL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Reinforcing Steel in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.9. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.9 and 303.2.11. 1.03 RELATED SECTIONS A. Section 321313 — Concrete Pavement PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.9 and 303.2.11. B. Specified reinforcing steel (#4 bars and larger) shall conform to the requirements of ASTM A615, Grade 60. C. Grade 40 reinforcing steel (#3 bars) will only be allowed in sidewalks or with approval of the Public Works Department. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.9 and 303.2.11. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item will not be measured separately. 4.02 PAYMENT A. This Item will not be paid separately but considered subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Reinforcing Steel 032100-1 SECTION 032200 WELDED WIRE FABRIC PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Welded Wire Fabric in accordance with Public Works Construction Standards, NCTCOG, 5thEdition, Item 303.2.10. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5`h Edition, Item 303.2.10. 1.03 RELATED SECTIONS A. Section 313700 — Riprap PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 303.2.10. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 303.2.10. B. Welded Wire Fabric is acceptable as reinforcement for concrete riprap of bridge abutments only. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item will not be measured separately. 4.02 PAYMENT A. This Item will not be paid separately but considered subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Welded Wire Fabric 032200-1 SECTION 033100 CONCRETE STRUCTURES — CAST -IN -PLACE (TOWN) PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools, and superintendence necessary to furnish and install Concrete Structures — Cast -in -Place (Town) in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 702. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 701.2 and 702 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2 and 303.3. B. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 701.2 and 702. C. All concrete shall be sulfate resistant mixes. Mix Design must be submitted and approved by the Town at least 7 days prior to scheduled pour. The Contractor will be required to provide tickets for all concrete drivers. D. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2.2 is hereby modified to allow only Type I/II Portland Cement. E. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2.4 is hereby modified to allow only Class F flyash. F. Provide Class F or Class M concrete. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 701.2 and 702. i .3 R 1E, Ed I DIR1117 04u 104�§ Kle1137r'Iu 104el i 4.01 MEASUREMENT AND PAYMENT A. Measurement and Payment shall be specified in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Concrete Structures — Cast -in -Place (Town) 033100-1 SECTION 033101 DRILLED SHAFT FOUNDATION PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools, and superintendence necessary to furnish and install Drilled Shaft Foundations (including Traffic Signal Poles or Street Light Poles). 1.02 REFERENCES A. TxDOT Items 416, 420, 421, 440, and 448 B. TxDOT Standard Details included in the plans. C. Traffic Signal and/or Street Lighting Plans and Details. 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signal. B. Section 265619 — Luminaire Pole PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 416. B. Type `A' concrete (3,000 PSI) shall be used for non -reinforced foundations. Type `C' concrete (3,600 PSI) shall be used for reinforced foundations. C. All concrete shall be sulfate resistant mixes. Mix design must be submitted and approved by the Town at least 7 days prior to scheduled pour. The Contractor will be required to provide tickets for all concrete deliveries. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 416. B. A 3/4-inch chamfer (beveled) shall be formed on the top edge of each pole foundation. C. The Contractor shall probe before drilling foundations to determine the location of utilities and structures. Foundations shall be paid for once regardless of extra work caused by obstructions. Foundations shall not be placed within 3-feet of a water line or fire hydrant and must be a minimum of 25-feet from all tree trunks unless otherwise directed by the Town. If any Town or any other water utility is near a proposed pole foundation (within 3 feet), then the Contractor will hand dig to uncover the water line and verify that the proposed pole foundation location is satisfactory. The Contractor shall be liable for all damages done, and restoration to utilities Standard Technical Specification September 2019 Drilled Shaft Foundation 033101-2 because of their operations. D. Contractor shall contact the Town for inspection prior to pouring any concrete foundation and digging for conduit runs at least 48 hours in advance (between 8 am — 5pm). E. No poles shall be placed on foundations prior to 7 days following pouring of concrete. F. Contractor shall clean up and remove all loose material resulting from construction operations. G. Top of foundation shall be 3 inches above the finished grade unless otherwise shown on the plans and shall be formed or provided a smooth finish satisfactory to the Town. Foundation piers shall be drilled plum, the top of foundation poured level, and the top 3 inches of the exposed foundation above finished grade shall have the sonotube removed. H. Anchor bolts shall extend above the top of the foundation concrete as shown on anchor bolt detail. Refer to manufacturer's specifications for bolt circle dimensions and anchor bolt specifications. I. Anchor bolts, ground rod, all reinforcing, and conduit shall be in place before pouring concrete pier foundations. Foundations shall have one continuous concrete pour. J. Contractor shall keep a record set of plans and mark any differences between the locations shown in the plans and the as -built locations. This record set shall be provided to the Town time of acceptance of the work. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Item 416. 4.02 PAYMENT A. Refer to TxDOT Item 416. B. Foundations shall be paid for once regardless of extra work caused by obstructions. END OF SECTION Standard Technical Specification September 2019 Drilled Shaft Foundation 033101-2 SECTION 033105 CONCRETE STRUCTURES — CAST -IN -PLACE (TxDOT) PART 1- GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Structures - Cast -In -Place (TxDOT) in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 420. 1.02 REFERENCES A. TxDOT Item 420 B. TxDOT and Town Standard details, included in the plans. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 420.2. B. All concrete shall be sulfate resistant mixes. Mix design must be submitted and approved by the Town at least 7 days prior to scheduled pour. The Contractor will be required to provide tickets for all concrete deliveries. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 420.3 and 420.4. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 420.5 or as indicated in the Contract Documents. 4.02 PAYMENT A. Refer to TxDOT 420.6 or as indicated in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Concrete Structures — Cast -In -Place (TxDot) 033105-1 SECTION 033106 CONCRETE RETAINING WALLS (TxDOT) PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Retaining Walls (TxDOT) in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 423. 1.02 REFERENCES A. TxDOT Item 423 B. TxDOT Standard Details included in the plans. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 423. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 423. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 423 or as indicated in the Contract Documents. 4.02 PAYMENT A. Refer to TxDOT 423 or as indicated in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Concrete Retaining Walls (TxDot) 033106-1 SECTION 034100 CONCRETE STRUCTURES — PRECAST (TOWN) PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Structures — Precast (Town) in accordance with Public Works Construction Standards, NCTCOG, 5"' Edition, Item 702. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5t' Edition, Items 701.2 and 702 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5 h Edition, Items 701.2 and 702. B. All concrete shall be sulfate resistant. C. Provide Class F or Class M concrete. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5f' Edition, Items 701.2 and 702. PART 4 —MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Measurement and Payment shall be specified in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Concrete Structures — Precast (Town) 034100-1 SECTION 034105 CONCRETE STRUCTURES — PRECAST (TxDOT) PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Structures — Precast (TxDOT) in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 424. 1.02 REFERENCES A. TxDOT Item 424 B. TxDOT Item 425 C. TxDOT Standard Details included in the plans. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 424. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT Item 424. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Item 424 or as indicated in the Contract Documents. 4.02 PAYMENT A. Refer to TxDOT Item 424 or as indicated in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Concrete Structures — Precast (Town) 034105-1 SECTION 260500 ELECTRIC CONDUCTOR PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Electric Conductors for Traffic Signals and/or Street Lighting. 1.02 REFERENCES A. TxDOT Item 620 B. TxDOT Standard Details included in the plans. C. Traffic Signal and/or Street Lighting Plans and Details 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signal B. Section 270500 — Conduit PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 620. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 620. B. Where two or more conductors are present in one conduit or enclosure, the conductors shall be identified as shown in the electrical details. If the identification tag with two plastic straps is too large for the referenced conductors, a tag with a single plastic strap may be used if approved by the Town. In any case, each tag shall indicate circuit number, letter, or other identification as Standard Technical Specification September 2019 Electric Conductor 260500-1 shown in the plans. C. Grounding conductors that share the same conduit, junction box, ground box or structure shallbe bonded together at every accessible point in accordance with the current edition of the National Electric Code. D. Electrical work performed by non -certified persons is not in accordance with the requirements of the contract and may be rejected as unsuitable for use due to poor workmanship. The required electrical certification course is available and is scheduled periodically by TEEX. Alternatively, the Contractor may purchase an entire course for their personnel to be held at a time and location of their choice as negotiated through TEEX. For more information, contact: TEXAS ENGINEERING EXTENSION SERVICE (TEEX), TxDOT ELECTRICAL SYSTEM COURSE, (979) 845-6563 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Linear Foot (LF) basis for each single conductor, complete in place. The length is the straight-line distance between the ground boxes, foundations, or pads. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Electric Conductor." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. B. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the Bid Form. END OF SECTION Standard Technical Specification September 2019 Electric Conductor 260500-2 SECTION 260501 ELECTRICAL SERVICE PART 1 - GENERAL 1.01 DESCRIPTION A. All electrical service conductors, labor, equipment, tools and superintendence necessary to furnish and install Electric Service. 1.02 REFERENCES A. TxDOT Items 620 and 628 B. TxDOT Standard Details included in the plans. C. Traffic Signal Plans and/or Street Lighting Plans. D. Street Lighting, Traffic Signal, and Irrigation Plans. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Items 620 and 628. B. The electrical service enclosure per construction details in plans. C. Contractor shall provide and install electrical services for Street Lighting, Traffic Signals, and Irrigation. PART 3 - EXECUTION 3.01 INSTALLATION A. All enclosure -mounted components shall be installed in the main service enclosure including all lighting components and the main disconnect as required by the plans. The main disconnect shall not be accessible from outside the main service enclosure. B. All neutral wire shall be white insulated wire only. C. The address for electrical service shall be obtained from the Town. The electrical service for utilities in public right-of-way shall be billed in the name of Town. D. If the Contractor is required to provide the service, the Contractor shall submit for approval four (4) copies of catalog cut sheets for each of the following items: Electrical Service Enclosure, Breakers, Lighting Contractor, Fuses, Terminal Blocks, Photocell and Socket, and Lighting Arrestor. E. The service enclosure shall be manufactured in a UL listed shop. It shall have a continuous piano hinge with stainless steel pin along the side. An enclosure with the hinge along the top Standard Technical Specification September 2019 Electrical Service 260501-1 of the box will not be acceptable. Service enclosures shall have no more than two (2) pieces of dead front trim. All conduits entering the service enclosure shall be through the bottom of the services enclosure. F. For traffic signal installations with luminaries and illuminated street name signs (ILSN), separate photocell and lighting contactor will be required for luminaries and ILSN (Total two photocells and two lighting contactor). G. Install in line fuses at all service connections. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) electrical service installed or removed. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for as provided under measurement for "Electrical Service" in accordance with TxDOT Item 628. This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Electrical Service 260501-2 SECTION 265619 LUMINAIRE POLE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Luminaire Poles for Town's standard street lighting. 1.02 REFERENCES A. Manufacturer's Standard Details and Specifications for Luminaire Pole. B. Construction plans and details. C. Town Standard Street Lighting. 1.03 RELATED SECTIONS A. Section 033101 —Drilled Shaft Foundation B. Section 265620 — Luminaire Fixture C. Section 260500 — Electric Conductor D. Section 260501— Electrical Service E. Section 344135 — Ground Box F. Section 347113— Barricades, Signs, and Traffic Handling 1.04 SUBMITTALS A. Manufacturer's Standard Details and Specifications. B. The Contractor shall furnish four (4) sets of submittals of the pole to the Town. Thesesubmittals shall be approved by the Town before the Contractor begins work. C. Prior to beginning fabrication, two (2) copies of the completed material identification form shall be furnished to the Town. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials furnished by the Contractor shall be new, UL-listed, meet NEMA, NEC,AASHTO, and the Electrical Detail standard sheet requirements. B. Refer to Lighting Fixture Schedule in the plans. Standard Technical Specification September 2019 Luminaire Pole 265619-1 PART 3 - EXECUTION 3.01 PREPARATION A. The Contractor shall notify the Public Works Department at least 7 business days prior to any work on this project and provide a construction schedule with weekly progress reports. B. The Contractor shall clean up and remove all loose material resulting from construction operations. C. All electrical work shall be in accordance with the most current National Electrical Code, Town and TxDOT specifications and standards. D. The Contractor shall coordinate electrical services with the electric franchise utility representatives (according to their respective area). E. Proposed streetlight pole foundations shall be staked by the Contractor and approved by the Town prior to installation. F. Erection of poles, luminaries and structures located near any overhead or underground utilities shall be accomplished using established industry and utility safety practices. The Contractor shall consult with the appropriate utility company and TxDOT prior to beginning such work. G. All shop drawings, working drawings or other documents which require review by the Town and shall be submitted by the Contractor sufficiently in advance of scheduled construction to allow no less than 14 calendar days for review and response by the Town. H. If any overhead or underground power lines need to be de -energized, the Contractor shall callthe electric company to do this work. Any cost associated with de -energizing the power line and/or any other protective measures required shall be at the Contractor's expense. I. All lighting poles, fixtures, and arms which are removed with this project shall be: 1) delivered to the Town by the Contractor or 2) disposed of properly. Coordinate with the Town Inspector. Texas State Law, Article 1436C, makes unlawful the operation of equipment or machines within 10-feet of any overhead electrical lines under danger against contact with high voltage overhead lines has been effectively guarded against pursuant to the provisions of the article. When construction operations require working near an overhead electrical line, the Contractor shall contact the owner/operator of the overhead electrical line to make adequate arrangements and to take necessary safety precautions to ensure that all laws, electrical line owner/operator requirements and standard industry safety practices are met. K. All materials and construction methods shall be in accordance with the details shown on the plans, the requirements of this Item and the pertinent requirements of the following items: a. TxDOT Item 616 "Performance Testing of Lighting Systems" b. TxDOT Item 620 "Electrical Conductors" PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) basis, complete in place. Standard Technical Specification September 2019 Luminaire Pole 265619-2 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Luminaire Pole." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. B. Foundations shall be paid for once regardless of extra work caused by obstructions. END OF SECTION Standard Technical Specification September 2019 Luminaire Pole 265619-3 SECTION 265620 LUMINAIRE FIXTURE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install or install Town -supplied Luminaire Fixtures for the Town's standard street lighting. 1.02 REFERENCES A. Manufacturer's Standard Details and Specifications for Luminaire Fixture. 1.03 RELATED SECTIONS A. Section 265619 — Luminaire Pole B. Section 033101 —Drilled Shaft Foundation C. Section 347113 — Barricades, Signs, and Traffic Handling D. Section 260500 — Electric Conductor E. Section 344135 —Ground Box F. Section 260501— Electrical Service 1.04 SUBMITTALS A. Manufacturer's Standard Details and Specifications. B. If the Luminaire Fixtures are to be supplied by the Contractor, the Contractor shall furnish four (4) sets of submittals of the fixture to the Town. These submittals shall be approved by the Town before the Contractor begins work. Prior to beginning fabrication, two (2) copies of the completed material identification form shall be furnished to the Town. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials furnished by the Contractor shall be new, UL-listed, meet NEMA, NEC,AASHTO, and the Electrical Detail standard sheet requirements. B. Refer to Lighting Fixture Schedule in the plans. PART 3 - EXECUTION A. Refer to Town's General Notes for Traffic Signals and Street Lighting. Standard Technical Specification September 2019 Luminaire Fixture 265620-1 B. All materials and construction methods shall be in accordance with the details shown on the plans, the requirements of this Item and the pertinent requirements of the following items: a. TxDOT Item 616 "Performance Testing of Lighting Systems" b. TxDOT Item 620 "Electrical Conductors" PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) basis, complete in place. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Luminaire Fixture (install Town -supplied)" or "Luminaire Fixture (furnish and install)." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Luminaire Fixture 265620-2 SECTION 270500 CONDUIT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Conduit for Traffic Signals, Street Lighting, or Irrigation. 1.02 REFERENCES A. TxDOT Item 618 B. TxDOT Standard Details included in the plans. C. Traffic Signal Plans and/or Street Lighting Plans. D. Irrigation Plans. 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signals B. Section 260500 — Electric Conductor PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 618. B. All conduit underground for signals and street lighting shall be Schedule 80 gray PVC unless indicated otherwise. Conduit size shall be as shown in the plans. C. Conduit above ground shall be 2-inch rigid metal, unless otherwise directed by the Town. Conduit size shall be as shown in the plans. PART 3 - EXECUTION 3.01 INSTALLATION A. Contractor shall secure permission from the proper authority and the approval of the Town prior to cutting into or removing any sidewalks or curbs, which may be required for installation. B. The locations of conduit and ground boxes are diagrammatic only and may be shifted with Town approval to accommodate field conditions. C. A colored cleaner primer shall be used on all PVC to PVC joints before application of PVC cement. Standard Technical Specification September 2019 Conduit 270500-1 D. Conduit shall be placed under existing pavement by an approved boring method unless otherwise directed by the Town. Pits for boring shall not be closer than 2 feet from the edge of the pavement unless otherwise directed by the Town. E. Water jetting will not be permitted. F. When boring is used under pavement conduit installations, the maximum allowable over -cut shall be 1 inch in diameter. G. When conduits are bored, the vertical and horizontal tolerances shall not exceed 18" as measured from the intended target point. H. All conduit shall be installed at a minimum depth of 36" below grade measured from the bottom of the concrete slab. I. The use of pneumatically driven device for punching holes beneath the pavement (commonly known as a "missile") will not be permitted. J. The Contractor shall install a non-metallic pull rope in conduit runs in excess of 50 feet. K. When rigid metal conduit is exposed at any point and where rigid metal conduit extends into ground boxes, the metal conduit shall be bonded to the grounding conductor with grounding type bushings or by other UL listed grounding connectors approved by the Town. L. PVC conduit systems that snap or lock together without glue that are designed and UL listed to be used for bored PVC electrical conduit applications will be allowed for bored PVC schedule 40. No additional compensation will be paid to the Contractor when these specific purpose conduit systems are substituted for this purpose. M. Liquid -tight flexible metal (LTFM) conduit shall be used where the plans refer to flexible metal conduit. Flexible metal shall not be permitted. N. Contractor shall place duct seal at the ends of all conduits where conductors and/or cables are present with a permanently soft, non -toxic duct seal that does not adversely affect other plastic materials or corrode metals. O. The conduit shall be installed in a trench free of rocks that would damage the conduit and first2 inches of backfill shall be free of rock. P. All conduit shall start and end in a ground box, foundation, or at a transformer pad along with a 1/4 inch polyline (pullstring) with a break strength of 500 pounds or greater. Q. Each change of direction in the conduit run requires a ground box (pull box) unless it is less than 20 feet to the end of the run or unless otherwise directed by the Town. R. Conduit shall be placed within an easement or street ROW. When placed in easements, the location of the conduit shall be 30 inches off the lot lines to avoid being damaged by fence post placement. Standard Technical Specification September 2019 Conduit 270500-2 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Linear Foot (LF) basis for each Conduit type and size, complete in place. The length is the straight-line distance between the ground boxes, foundations, or pads. B. The plan quantity will be determined through calculations and will be used for determining final quantity amounts for payment purposes. Contract adjustments may be made if the actual measured quantity varies by more or less than 5% of the total estimated plan quantity amount. Either the Town or the Contractor may initiate this adjustment. If the adjustment is requested by the Contractor, the Contractor must obtain field measurements and calculations justifying the revised quantity. If the adjustment is made by the Town, the revised quantity will constitute the final quantity which payment will be made. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Conduit," of the size and type specified. This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. B. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. C. Rigid metallic conduit elbows V and larger that are required to be installed on conduit systems will not be paid for directly but will be subsidiary to pertinent Items. D. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the Bid Form. END OF SECTION Standard Technical Specification September 2019 Conduit 270500-3 SECTION 312316 UNCLASSIFIED EXCAVATION PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Unclassified Excavation in accordance with Public Works Construction Standards, NCTCOG, 5ch Edition, Item 203.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 203 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 203.2. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5 h Edition, Item 203.2. B. All excavation shall be unclassified, and shall include the removal of all materials encountered, regardless of their nature or the manner in which they are removed. C. Unclassified excavated material in excess of that needed for construction or deemed unsuitable shall be known as "waste" and, unless specified otherwise, shall become the property of the CONTRACTOR to be disposed of outside the limits of the project in accordance with federal, state, and local requirements. There will be no additional compensation for disposal of waste material. D. Desirable topsoil, sod, etc. shall be carefully removed and piled separately adjacent to the work site when required. Suitable excavated materials to be utilized for the project may be temporarily stockpiled adjacent to the work provided appropriate BMPs are installed. E. Topsoil that is used from on -site excavated material that is salvaged, stockpiled, and replaced in the road right-of-way shall be known as "Replaced Topsoil". Topsoil from an off -site borrow site shall be referred to as "Borrow Topsoil". F. Work performed for finishing of parkways and medians shall not be measured directly but shall be considered subsidiary to unclassified excavation. G. See Figure 1 on the following page for cross section showing limits for excavation, embankment, subgrade, and topsoil. Standard Technical Specification September 2019 Unclassified Excavation 312316-1 Excavation to be paid for under the pertinent excavation Item — Topsoil to be salvaged CUT bgrade Replaced or Borrow Topsoil Embankment to be paid for under Unclassified Excavation upgrade Replaced or Borrow Topsoil FILL opsed to be salvaq mba*kme nt n i s51. Pau or irec yl Figure 1 Roadway cross sections shossing pa,, men# for excavation and embankment. Standard Technical Specification September 2019 Unclassified Excavation 312316-2 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 203.2. B. This Item shall be measured on a per Cubic Yard (CY) basis in its original position and based on plan quantities. The plan quantity will be determined through calculations and will be used for determining final quantity amounts for payment purposes. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.2. B. Embankment shall be subsidiary to this bid item. C. Replaced topsoil from on -site excavated material that is salvaged, stockpiled, and replaced in the road right-of-way shall be paid for under this bid item. Borrow topsoil from an off -site borrow source shall be paid by separate bid item. END OF SECTION Standard Technical Specification September 2019 Unclassified Excavation 312316-3 SECTION 312323 BORROW PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Unclassified Excavation in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.4. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 203 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.4. B. All excavation shall be unclassified, and shall include the removal of all materials encountered, regardless of their nature or the manner in which they are removed. C. Refer to geotechnical report for specifications on borrow materials. Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or form sources outside the right of way. Materials need to meet the minimum requirements of Type A materials described in TxDOT Item 132.2 (see testing requirements for Type A materials). Tame 1 Tasting Requirements Propaq Test Melttod Specification Limit Liquid limit Tax-1 04-E 545 Plasticity,Grx PI Tex-106-E 16 Bar linear shrink Tex-107-E= ? 2 PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.4. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.4. B. This Item shall be measured on a per Cubic Yard (CY) basis in a compacted condition in its final position and based on plan quantities. The plan quantity will be determined through calculations Standard Technical Specification September 2019 Borrow 312323-1 and will be used for determining final quantity amounts for payment purposes. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.4. END OF SECTION Standard Technical Specification September 2019 Borrow 312323-2 SECTION 312413 EMBANKMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Embankment in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.5. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 203. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 203.2 and 203.4, and as specified in the Contract Documents. PART 3 - EXECUTION 3.01 PREPARATION A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 203.5. PART 4 - MEASUREMENT AND PAYMENT EA go] �UIDEVY81:791u191►111 A. This item shall not be measured as a separate contract item. 4.02 PAYMENT A. Embankment shall not be measured or paid for as a separate contract pay item, but the cost of construction of the embankment complete in place shall be included in contract pay items for Unclassified Excavation or Borrow & Spoil. The contract pay items provided shall be full compensation for the furnishing of all labor, material, tools, equipment and incidentals necessary to complete the embankment, including cost of water, sprinkling or wetting, rolling, compaction, etc., in accordance with the plans and specifications. END OF SECTION Standard Technical Specification September 2019 Embankment 312413-1 SECTION 312500 TEMPORARY EROSION, SEDIMENTATION, AND WATER POLLUTION PREVENTION AND CONTROL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish, install, maintain and remove Temporary Erosion, Sedimentation, and Water Pollution Prevention and Control in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 202 1.03 SUBMITTALS A. The Contractor must provide a separate Storm Water Pollution Prevention Plan (SW3P) before the Notice to Proceed will be issued. The Erosion Control Plans included in the plans will not be considered a SW3P. The SW3P shall comply with the regulations established by the Texas Commission on Environmental Quality (TCEQ). B. The Contractor is required to submit all appropriate forms and pay all fees, including the Notice of Intent (NOI) and Notice of Termination (NOT), as well as producing and submitting all inspection reports through the duration, as required, to the TCEQ and the Town. The Contractor will be responsible for submitting all required forms and fees on behalf of the Town and shall submit two (2) copies of all NOIs and proof of payment to the Town prior to Notice to Proceed is issued. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. 2.02 EQUIPMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. PART 3 - EXECUTION 1;jllj � 12 611 l l:� 0 W.1110 to] 21 A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. 4.02 PAYMENT Standard Technical Specification Temporary Erosion, Sedimentation, and September 2019 Water Pollution Prevention and Control 312500-1 A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 202. B. Payment for the preparation of a Storm Water Pollution Prevention Plan shall be paid under the line item — "Storm Water Pollution Prevention Plan." END OF SECTION Standard Technical Specification Temporary Erosion, Sedimentation, and September 2019 Water Pollution Prevention and Control 312500-2 SECTION 313419 GEOTEXTILE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to install Geotextile in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 301.6 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 301.6 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 301.6. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 301.6. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract Item. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Geotextile". This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Geotextile 313419-1 SECTION 313600 GABIONS AND GABION MATTRESSES PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Gabions and Gabion Mattresses in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges -Item 459. 1.02 REFERENCES A. TxDOT Item 459 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 459.2. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 459.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 459.4. 4.02 PAYMENT A. Refer to TxDOT 459.5. A21061 W3 000to] ►1 Standard Technical Specification September 2019 Gabions and Gabion Mattresses 313600-1 SECTION 313700 RIPRAP PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Riprap in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges -Item 432. 1.02 REFERENCES A. TxDOT Items 247, 420, 421, 431, 432, and 440. B. TxDOT Standard Details included in the plans. 1.03 RELATED SECTIONS A. Section 312316 — Unclassified Excavation PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 432.2. Riprap type (dry, grout, mortar) shall be specified in the plans. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 432.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 432.4. Replace the first sentence of TxDOT 432.4 with the following: "This Item shall be measured by the square yard (SY) of material complete in place." 4.02 PAYMENT A. Refer to TxDOT 432.5. END OF SECTION Standard Technical Specification September 2020 Riprap 313700-1 SECTION 321113 LIME TREATMENT PART 1 - GENERAL 1.01 DESCRIPTION A. This Item shall govern stabilization of the new or existing subgrade and shall consist of all labor, equipment and material necessary to pulverize the subgrade clays or existing pavements, add the specified percentage of hydrated lime, mix, mellow, remix and compact the mixture as specified in this Item. The Contractor shall be responsible for making allowances for subgrade bulking during stabilization to achieve design finished subgrade elevation and meeting specified thickness. The finished Item shall be a compacted and finished subgrade meeting the grades, thicknesses, lines and typical cross sections shown on the plans and specifications. 1.02 REFERENCES A. Project's Geotechnical Report 1.03 RELATED SECTIONS A. Section 312316 —Unclassified Excavation 1.04 SUBMITTALS A. At least 30 days prior to beginning lime stabilization work, the Contractor shall furnish the Town the following: 1. The proposed source and supplier of lime. 2. Description of the proposed construction equipment, construction methods, expected production rates and planned sequence of lime stabilization of subgrade. 3. A lime/on-site soil mix design in accordance with Eades-Grim Method. Design shall comply with the following requirements: a. pH = 12.4 (or maximum pH) after mellowing (ASTM D 2976) b. Swell Potential: < 1.0 percent under 200 psf stress test (ASTM D 4546) B. The approval of the lime -soil mix design shall be at the discretion of the Town. Once the design is approved in writing, the mix design shall be incorporated into these specifications by reference. C. During lime stabilization work, the Contractor shall furnish the following information to the Town at the end of each day: Standard Technical Specification September 2019 Lime Treatment 321113-1 1. Certified truck weight tickets of lime, delivered to or used at the site. 2. A summary of the amount of lime used each day, areas stabilized with lime and first mixed, areas second mixed, completed, and areas with curing completed PART 2 - PRODUCTS 2.01 MATERIALS All materials used in the construction shall meet the following requirements. In the event the Contractor wishes to use materials not listed in this section, the Contractor shall submit to the Town a mix design data and proof of performance data as required by the Town who shall review the submittal and determine whether the materials will meet the design intent. No other materials shall be used without the written permission of the Town. A. Hydrated lime slurry shall be used. Dry lime is not allowed. B. Lime - The lime shall meet the requirements of ASTM C977 / AASHTO M 216; contain at least 92 percent calcium and magnesium oxide, and the rate of slaking test for moderate reactivity per ASTM C110 / AASHTO T 232. All lime shall come from a single source, shall be the same source as used in the design, and shall be subject to periodic testing to confirm properties. Each shipment of lime shall be accompanied by a Certificate of Compliance stating the conformance of the product to these specifications. Certificates shall be provided to the Town. In the event the Contractor changes lime sources, no work shall be done until the Town accepts, in writing, a new lime -soil mix design using the new lime source. C. Water - Water used for slaking, mixing or curing shall be free of oil, salts, acid, alkali, sugar, vegetable, or other deleterious substances which may cause damage to the finished product. All water shall meet the material requirements AASHTO T 26. Known potable water may be used without testing. D. Soil - Subgrade soils used in the stabilization shall be of the same AASHTO or ASTM classification and Plasticity Index range as used in the approved mix design. All organics, roots and deleterious materials shall be removed from the area to be stabilized and shall be wasted. The condition of the subgrade soils must be approved by the Town prior to beginning work. E. Asphalt - Asphalt used to seal the surface of the lime stabilized Subgrade shall be CSSIh or other approved asphalt as approved by the Town and shall conform to the requirements of TxDOT Item 300, "Asphalts, Oils and Emulsions". Each shipment shall be accompanied by a Certificate of Compliance stating the conformance of the product to these specifications which shall be provided to the Town. Standard Technical Specification September 2019 Lime Treatment 321113-2 PART 3 - EXECUTION 3.01 EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work on this Item shall be on the project and approved by the Town prior to beginning this Item. All machinery, tools and equipment used shall be maintained in a satisfactory working condition. A. Lime Storage - Lime shall be suitably stored in closed, weatherproof containers until immediately before use. Storage bins, when used, shall be completely enclosed. B. Lime Weight Verification - When lime is furnished in trucks, the weight of lime shall be determined on certified scales or the Contractor shall provide a set of standard platform truck scales at a location approved by the Town. Scales shall conform to the requirements of TxDOT Item 520, "Weighing and Measuring Equipment". C. Slurry Equipment - Quick lime used to manufacture slurry on the project, or other location approved by the Town shall be slurried in agitated slurry tanks. The slurrying of Quick lime must be handled in such a way as to not generate any dust hazardous to job personnel or to the publicor be potentially damaging to any adjacent property. D. Distributor Trucks - The distributor truck used for slurry placing shall be equipped with an agitator and a calibrated measuring device or as approved by the Town and shall be in good working order. The Contractor shall provide to the Town the spread rate calibration (or other acceptable means to calculate the spread rate) prior to use of the equipment. E. Mixers - Mixers shall be of appropriate size and capacity so as not to delay the project and shall be capable of pulverization to these specifications and mixing of the product. F. Compaction Equipment - Finishing equipment shall consist of smooth steel wheel vibratory compactors or pneumatic tired roller compactors having a minimum tire pressure of 90 psi. Other types of compaction equipment may be approved at the sole discretion of the Town. 3.02 CONSTRUCTION The completed course shall be uniformly stabilized, free from cracks, loose or segregated areas, of uniform density and moisture content, well bound for its full depth and shall have a smooth surface. A. Preparation of Subgrade - Prior to stabilization the subgrade shall be compacted and shaped to conform to the typical sections, as shown on the plans with allowances made for bulking of the subgrade. The subgrade shall be moisture treated to the lines and grades shown on the plans and as provided for in the pavement design report. The minimum moisture content shall be 3 percentage points above standard Proctor optimum (ASTM D698) with compaction to at least 95%. If the Contractor elects to use a cutting and pulverizing machine that will process the material to the plan depth, the Contractor will not be required to excavate to the secondary grade orwindrow the material. This method will be permitted only if a machine is provided which will insure that the material is cut uniformly to the proper depth and which has cutters that will plane the secondary grade to a uniform surface over the entire width of the cut. The machine shall provide a visible indication of the depth of cut at all times. B. In lieu of using the cutting and pulverizing machine, the Contractor shall excavate and windrow the material to expose the secondary grade to the typical sections, lines and grades as shown onthe plans and as established by the Town. Standard Technical Specification September 2019 Lime Treatment 321113-3 C. Pulverization -The existing pavement or base material shall be pulverized or scarified so that 100 percent shall pass the one (1) inch sieve. D. Application - The design percentage by weight or pounds per square yard of lime to be added will be as shown on the plans and may be varied by the Town if conditions warrant. Only two application methods are acceptable; dry application of pebble quick lime or slurried hydrate or quick lime. The rate of application shall be verified using the methods provided in ASTM D 3155. E. Dry quick lime shall be spread only on that area where the mixing operations can be completed during the same working day. Slurried quick lime shall be spread and mixed within 1 hour. Slurry exposed to the air for over 1 hour shall not be accepted. F. Unless otherwise approved by the Town, the lime operation shall not be started when the air temperature is below 40' F and falling, but may be started when the air temperature is above 350 F and rising. The temperature will be taken in the shade and away from artificial heat. Lime shall not be placed during periods of rain or when weather conditions in the opinion of the Town are not suitable. CAUTION: Use of quick lime can be dangerous. Users should be informed of the recommended precautions in handling, storage and use of quick lime. G. Double Application Method - When required, lime shall be applied using the double application method. All other requirements and methods shall remain in force except as follows. One-half the specified quantity of lime shall be applied, mixed and mellowed for at least 3 days or longer as required by the approved mix design. The remaining lime shall be applied, mixed, and mellowed for at least 3 days or longer as required by the approved mix design. H. Dry Placement - Pebble quick lime shall be distributed by a spreader approved by the Town. The lime shall be distributed at a uniform rate to achieve the mix design lime content and in such a manner as to reduce the scattering of lime by wind. Lime shall not be applied when wind conditions, in the opinion of the Town, are such that blowing lime becomes objectionable to adjacent property owners or dangerous to traffic. The material shall be sprinkled as approved by the Town. I. Slurry Placement - Lime Slurry shall be delivered to the project in slurry form at or above the minimum lime concentration as listed in the approved mix design. The residue or "stones" remaining in the tank from the slurry procedure shall be spread uniformly over the length of the roadway currently being processed, or wasted, unless otherwise approved by the Town. Slurry shall be of such consistency that it can be applied uniformly without difficulty. Initial Mixing - The mixing procedure shall be the same for "Dry Placement" or "Slurry Placement" as herein described. The soil and lime shall be thoroughly mixed by equipment approved by the Town. A minimum of 4 passes of the mixer is required. The soil and lime mixture shall be brought to a moisture content at least four (4) percentage points above the design optimum moisture content and shall be left to mellow for three (3) days or longer as required by the approved mix design. The mixing shall continue until a homogeneous friable mixture of material and lime is obtained. The mixture shall have a minimum pH 12.4(additional lime shall be required to meet this specification). Minimum passing 3/4" sieve: 100 percent Minimum passing No. 4 sieve: 60 percent The mixture shall be sprinkled and mixed during the mellowing process as required to assistin the chemical reaction. Moisture contents shall remain above optimum for the entire mellowing period. Standard Technical Specification September 2019 Lime Treatment 321113-4 Where measured sulfate level exceeds 0.6 percent (6000 ppm) a double lime application is required. The mellowing period shall be extended for at least 5 days or as indicated in the mix design, whichever is longer. K. Final Lime Mixing - After the required mellowing period the second lime application, if required, shall be made. Upon approval by Town, the material shall be uniformly mixed by the approved methods. If the mixture contains clods, they shall be reduced in size by approved pulverizing methods so that the remainder of the clods shall meet the following requirements (visual observation, not testing, required): Minimum passing 1" sieve: 100 percent Minimum passing No. 4 sieve: 60 percent At final mixing, the lime, water content and pH for each course of subgrade stabilization shall conform to the following: Lime: +1 percent above design percentage based on dry unit weight of soil Water: +2 percentage points above optimum moisture content pH: 12.4 Samples shall be taken at random locations by a qualified geotechnical testing laboratory selected by the Contractor and approved by the Town per the Town -required testing schedule. L. Compaction Methods - Compaction of the mixture shall begin immediately after the requirements listed above are met. NOTE: Where double mixing is required by the mix design, the required additional lime shall be added and the mixture shall be moisture conditioned and pulverized. Compaction shall continue until the entire depth of the mixture is uniformly compacted to a minimum of 95 percent of standard Proctor density (ASTM D698) at a minimum of 2 percentage points above optimum moisture content. All irregularities, depressions, or weak spots which develop as determined by the Town shall be corrected immediately by scarifying the areas affected, adding or removing materials as required, and reshaping and recompacting by moisture conditioning and rolling. The surface of the course shall be maintained in a moist, smooth condition, free from undulations, ruts and cracking, until other work is placed thereon or the work is accepted. In addition to the requirements specified for density, the full depth of the material shown on the drawings shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests will be made by the geotechnical testing laboratory and submitted to the Town. If the material fails to meet the density requirements, it shall be reworked to meet the requirements. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and shall conform with the typical section shown on the drawings and to the established lines and grades. Should the material, due to any reason or cause, lose the required stability, density, and finish before the next course or pavement is placed, it shall be recompacted and refinished at the entire expense of the Contractor. When shown on the plans or approved by the Town, multiple lifts will be permitted. M. Finishing and Curing - After the final layer or course of lime -stabilized subgrade has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. The completed section shall then be finished by rolling with a pneumatic or other suitable roller sufficiently light to prevent hair line cracking. The finished surface shall not deviate Standard Technical Specification September 2019 Lime Treatment 321113-5 by more than 0.04 feet (0.5 inch) from the actual finish grade. Any variations in excess of this tolerance shall be corrected by the Contractor, at the Contractor's entire expense immediately prior to placement of the next paving course, in a manner satisfactory to the Town. The completed section shall be moist -cured until a non -yielding surface is obtained to support construction traffic and the next layer of the pavement is constructed, as approved by the Town. In the event the surface cannot be covered by the next layer of pavement or be kept moist, an asphalt membrane shall be applied at the rate of 0.25 gallons per square yard. The Contractor shall protect the membrane from traffic and contamination until the next layer of the pavement system is placed. Additional testing may be required to verify moisture content as determined by the Town. N. Reworking a Section - When a section is reworked within 72 hours after completion of compaction, the Contractor shall rework the section to provide the required compaction. When a section is reworked more than 72 hours after completion of compaction, the Contractor shall add 25 percent of the specified percentage of lime. O. Stormwater Control- Lime (concentrated or diluted) shall not be allowed to enter a storm drain system or natural waterway. The lime shall be applied in a manner that prevents puddling or runoff. Runoff will be considered a spill. Spills shall be immediately reported to The Town's Inspector during Town working hours or to the Fire Department dispatcher during evening s and weekends. The spill site shall be neutralized, cleaned up, and removed from the site. Washing down the spill is not allowed. This is subsidiary to the Lime Treatment item, and no additional payment shall be made. 3.03 TOLERANCES The following requirements shall apply to the finished lime stabilized subgrade: A. Tolerance in Thickness - One measurement shall be taken at random locations by the geotechnical testing laboratory on center of roadway at 300 feet spacing along each roadway direction. When the measurement is not deficient by more than 0.5 inch from the plan thickness, full payment will be made. When such measurement is deficient more than 0.5 inch and not more than 1.0 inch from the plan thickness, two additional measurements shall be taken at random (typically, 25 feet either side of the deficient measurement) and used in determining the average thickness. When the average of the 3 measurements is not deficient by more than 0.5 inch from the plan thickness, full payment will be made. When the average thickness is deficient by more than 0.5 inch, the entire area shall be reprocessed at the Contractor's entire expense. Standard Technical Specification September 2019 Lime Treatment 321113-6 3.04 QUALITY CONTROL A. The Town may periodically require tests by the geotechnical testing laboratory to assist him or her in evaluating the quality of work and Contractor performance. The Contractor shall assist the Town by excavating and backfilling shallow areas as necessary to take density tests. B. Any constructed course which does not meet specification requirements shall be reworked, at the Contractor's entire expense, to bring that work within specification requirements. The Town's test shall be used in evaluating whether project meets specification requirements. The following table provides minimum testing requirements: TEST TEST TYPE STANDARD MINIMUM FREQUENCY OF TESTS ASTM D 698 ASTM D 1556 In -Place Soil Density ASTM D 2167 One test for every 300 feet spacing or less along each and Moisture Content ASTM D 2922 roadway direction, but no less than one test per day for ASTM D 2216 each roadway subgrade ASTM D 3017 Eades and Grim One test per 600 feet spacing or less along each pH procedures roadway direction, but no less than test per day for each ASTM D 2976 roadway subgrade One test for 300 feet spacing or less along each roadway Thickness direction, but no less than one test per day for each roadway subgrade (a) One test for 900 feet spacing or less along each ASTM D 558 roadway direction, but no less than one test per day for Compressive Strength ASTM D 1633 each roadway subgrade, sealed and cured at 100 degrees ASTM D 2166 F for 5 days (b) Strength not corrected for length/diameter. One test for every 600 feet spacing or less along each Pulverization Testing Tx-101-E, Part roadway direction, but no less than one test per day for each roadway subgrade One test for every 900 feet spacing or less along each Swell Potential ASTM D 4546 roadway direction, but no less than one test per day for each roadway subgrade Note: The Town may test any other property of the materials or lime -soil mixture in this Item at intervals or occasions of his/her choosing. PART 4 - MEASUREMENT AND PAYMENT C911�UIZYM4Y8170u1Q 2111 A. The Lime Stabilized Subgrade shall be measured by the Square Yard (SY) complete in place and accepted for the thickness shown in the Contract Documents. B. The Lime shall be measured by the Ton (TN) complete in place at rate shown in the Contract Documents. 4.02 PAYMENT A. The Lime Stabilized Subgrade shall be paid for at the unit contract price and shall be total Standard Technical Specification September 2019 Lime Treatment 321113-7 compensation for preparing the roadbed, for loosening, pulverizing, application of lime, water content in the slurry mixture and mixing water; mixing, shaping, sprinkling, compacting, finishing, curing and maintaining; for manipulations required; and for all labor, equipment, fuels, tool, and incidentals necessary to complete the work, all in accordance with the plans and specifications. B. The Lime material shall be paid for at the unit contract price bid for Lime which price shall be full compensation for furnishing the material; for all freight involved; for all unloading, storing and handling; and for all labor, equipment, fuels, tools, and incidentals necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Lime Treatment 321113-8 SECTION 321116 FLEXIBLE BASE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Flexible Base in accordance with Texas Department of Transportation (TxDOT) Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item247. 1.02 REFERENCES A. TxDOT Item 427 B. TxDOT Special Specification 5001 C. Project's Geotechnical Report PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 427.2 B. All flexible base shall be Type D, Grade 1 or 2. C. Geogrid Base Reinforcement shall be placed under flexible base (Triax TX 140 or approved equal). PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT Item 427.3 and 427.4 B. All flexible base shall be compacted per recommendations in Geotechnical Report. C. Geogrid shall be installed per manufacturers specifications and requirements. PART 4 - MEASUREMENT AND PAYMENT 5� UVIZERO) 7g0UVI 2111 A. Flexible base will be measured Complete in Place by either the Square Yard or Ton in accordance with TxDOT Item 247.5 or as indicated in the Contract Documents. 4.02 PAYMENT A. Flexible base will be paid Complete in Place in accordance with TxDOT Item 247.6 or as indicated in the Contract Documents. Standard Technical Specification September 2019 Flexible Base 321116-1 B. Geogrid Base Reinforcement will be measured and paid in accordance with TxDOT Special Specification 5001. END OF SECTION Standard Technical Specification September 2019 Flexible Base 321116-2 SECTION 321123 SAND BEDDING PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to install Sand Bedding inaccordance with Public Works Construction Standards, NCTCOG, 5 b Edition, Item 504. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5ch Edition, Item 504 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 504. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 504. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract Item unless otherwise noted. 4.02 PAYMENT A. The work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Sand Bedding 321123-1 SECTION 321126 ASPHALT BASE COURSE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Asphalt Base Course in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.8. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 302.3, 302.7, 302.8, 302.9, and 302.10 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.8. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.8. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.10. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.10. END OF SECTION Standard Technical Specification September 2019 Asphalt Base Course 321126-1 SECTION 321133 PORTLAND CEMENT TREATMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Portland Cement Treatment in accordance with Public Works Construction Standards, NCTCOG, 5ch Edition, Item 301.1 and 301.3. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5"' Edition, Item 301.1 and 301.3 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 301.1 and 301.3. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5f'Edition, Item 301.1 and 301.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5' Edition, Item 301.1 and 301.3. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 301.1 and 301.3. END OF SECTION Standard Technical Specification September 2019 Portland Cement Treatment 321133-1 SECTION 321216 HOT MIX ASPHALT PAVEMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Hot Mix Asphalt Pavement in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.9. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 302.2, 302.3, 302.7, and 302.10 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 302.9. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.9. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.10. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 302.10. END OF SECTION Standard Technical Specification September 2019 Hot Mix Asphalt Pavement 321216-1 SECTION 321313 CONCRETE PAVEMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Pavement in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 303. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 303 B. Standard Construction Plan Details C. TxDOT Item 545 1.03 SUBMITTALS A. Submit mix design for each class of concrete. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2 and 303.3. B. All concrete shall be sulfate resistant mix design. C. Specified reinforcing steel (#4 bars and larger) shall be of domestic manufacture and shall conform to the requirements of ASTM A615, Grade 60. D. Grade 40 reinforcing steel (#3 bars) will only be allowed in sidewalks or with approval of the Town Engineer. E. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2.2 is hereby modified to allow only Type I/II Portland Cement. F. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303.2.4 is hereby modified to allow only Class F fly ash. G. Expansion joints in paving shall be redwood boards only. 2.02 EQUIPMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.4. B. Refer to TxDOT Item 585.2. Standard Technical Specification September 2019 Concrete Pavement 321313-1 PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Items 303.5. and 303.8. Samples of all materials for testing shall be solely the responsibility and expense of the Contractor. B. Conform to Standard Details for Concrete Pavement. C. Slip form pavement method shall be used for all public streets and alleys unless otherwise approved by the Public Works Department. Hand formed pavement method may be used for turn lanes, deceleration lanes, driveway approach, or replacing a panel of public street or alley pavement. D. Curb shall be cast integral with paving unless otherwise approved by the Town. D. Pavement shall be tested and shall conform to the tolerance limits as described by Public Works Construction Standards, NCTCOG, 5`h Edition, Item 303.5.6. Corrective action shall be in accordance with the provisions of Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.5.6 or TxDOT Item 585.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5`h Edition, Item 303.9. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.9. B. Monolithic curb shall be considered incidental to the work performed and materials furnished in accordance with this Item and will not be paid for directly but will be subsidiary to Concrete Pavement unless otherwise specified in the plans and in the bid proposal. C. The work performed, materials furnished, certification and recertification, traffic control for all testing, materials and work needed for corrective action, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Concrete Pavement 321313-2 SECTION 321314 ROLLING PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for Rolling in accordance with Public Works Construction Standards, NCTCOG, 5" Edition, Item 301.1.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5 h Edition, Item 301.1.2 PART 2 - PRODUCTS 2.01 MATERIALS A. TAMPING ROLLER Tamping rollers shall consist of two (2) metal rollers, drums or shells of not less than forty inches (40") in diameter, each not less than forty-two inches (42") in length and unit mounted in a rigid frame in such a manner that each roller may oscillate independently of another. Each roller, drum or shell shall be surmounted by metal studs with tamping feet projecting not less than seven inches (7) from the surface and spaced not less than six inches (6") nor more than 10 inches (10") measured diagonally center to center; and the cross - sectional area of each tamping foot measured perpendicular to the axis of the stud, shall be not less than five square inches (5") nor more than eight square inches (8"). The roller shall be of the type that by ballast loading, the load on each tamping foot may be varied uniformly from 125 p.s.i. of cross -sectional area. The load per tamping foot will be determined by dividing the total weight of the roller by the number of tamping feet in one row parallel to or approximately parallel to the axis of the roller. The tamping roller shall be drawn by approved equipment of adequate tractive effort. Power equipment used in embankment construction shall be the crawler type tractor. Two (2) tamping rollers conforming to the above requirements, drawn by approved equipment, shall be considered a roller unit. B. TIRE ROLLER Tire rollers shall consist of not less than nine (9) pneumatic -tired wheels, running on axles in such a manner that the rear group of tires will not follow in the tracks of the forward group of wheels, and mounted in a rigid frame, and shall be of a type suitable for ballast loading. The distance between the front and rear axles shall be not less than five feet (5') no more than 10 feet (10'). The front axle shall be attached to the frame in such a manner that the roller may be turned in a minimum circle. The pneumatic tire roller shall have an effective rolling width of approximately sixty inches (60") and shall be ballast loaded so that the load may be varied uniformly from not less than 100 p.s.i. of width of tire tread to 325 pounds per inch of tire tread. The roller, under working conditions, shall provide a uniform compression under all wheels. The total combined width of effective tire tread shall be not less than eighty-five percent (85%) of the effective rolling width. The pneumatic tire roller shall be drawn by either an approved crawler type, a pneumatic tread tractor, or a truck of adequate tractive effort; Standard Technical Specification September 2019 Rolling 321314-1 and the roller when drawn by either type of equipment shall be considered a pneumatic tire roller unit. Power equipment for rolling on asphalt shall be equipped with pneumatic tires. PART 3 - EXECUTION 3.01 PREPARATION A. The embankment or base course shall start longitudinally at the sides and proceed toward the center, overlapping on successive trips at least one-half (1/2) of the width of the pneumatic tire roller unit. Alternate trips of the roller unit shall begin at the low sides and progress toward the high sides. B. The speed of the power roller and the tamping roller unit, unless otherwise directed by the Town, shall be between two (2) and three (3) miles per hour. The speed of the pneumatic tire unit, unless otherwise directed by the Town, shall be between four (4) and twelve (12) miles per hour for asphalt surfacing work and between two (2) and six (6) miles per hour for all other compaction work. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract Item. 4.02 PAYMENT A. The work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Rolling 321314-2 SECTION 321373 JOINT SEALANT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for Joint Sealant in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.14 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2 and 303.5 B. DMS-6310, Joint Sealants and Seals, TxDOT Department Material Specifications PART 2 - PRODUCTS 2.01 MATERIALS A. Hot Poured Polymer - CRAFCO RoadSaver 221 or approved equal. B. Silicone — CRAFCO RoadSaver Silicone 34902 or approved equal. C. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.2.14.1.1. Hot Poured Polymer D. Refer to DMS-6310, Joint Sealants and Seals, TxDOT Department Material Specifications, Class 4. Low Modulus Silicone, Non -sag or Class 5. Low Modulus Silicone or Polyurethane, Self - Leveling. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303.5.2 and manufacturers' recommendations. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall not be measured as a separate contract Item. 4.02 PAYMENT A. The work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Joint Sealant 321373-1 SECTION 321400 CONCRETE PAVERS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for Paving Units in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 304. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 304 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 304. B. Colors for use are typically dark red or approved equivalent. See plans or specifications formore color details. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 304. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Item shall be measured complete in place per square -foot (SF) and in accordance with the Contract Documents. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 304. END OF SECTION Standard Technical Specification September 2019 Concrete Pavers 321400-1 SECTION 321613 CONCRETE CURB AND GUTTER PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Curb and Gutter in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.1. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 203.4, 303 and 305.1 B. Standard Detail for Concrete Curb and Gutter. 1.03 RELATED SECTIONS A. Section 321313 — Concrete Pavement PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 303. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 203.4 and 305.1. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Concrete Curb and Gutter will not be measured separately unless indicated otherwise. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Concrete Curb and Gutter". This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Concrete Curb and Gutter 321613-1 SECTION 321645 DRIVEWAY APPROACH PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Driveway Approach in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items, 303, 305.1 and 305.2 B. Standard Details for Driveway Approaches 1.03 RELATED SECTIONS A. Section 032100 —Reinforcing Steel B. Section 321313 — Concrete Pavement PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 303 and 305.1. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items and 305.2. 16.3 kR 1[0u I DKV'tU;i 04UV 1041 I WRe11] J%•/u 104eI I 4.01 MEASUREMENT A. This Item shall be measured on a per Square Yard (SY) basis, specified by type (Commercial, Residential), complete in place. Measurement shall start at the back of the curb and shall include the area of the curb radii as indicated in the Standard Details. Curbs on driveways shall not be measured separately but shall be included as a part of the driveway concrete. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Driveway Approach." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Driveway Approach 321645-1 SECTION 321650 REINFORCED CONCRETE SIDEWALK PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Reinforced Concrete Sidewalk in accordance with Public Works Construction Standards, NCTCOG, 5"' Edition, Item 305.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303, 305.1 and 305.2 B. TxDOT current Standard Details for Pedestrian Facilities C. Current Texas Department of Licensing and Regulation (TDLR) and Americans with Disabilities Act (ADA) requirements. D. Construction plans and details. 1.03 RELATED SECTIONS A. Section 032100 —Reinforcing Steel B. Section 321123 — Sand Bedding C. Section 321313 — Concrete Pavement D. Section 321655 —Barrier Free Ramp PART 2-PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 303 and 305.1. B. Welded Wire Fabric is not acceptable as reinforcement. 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Items and 305.2. B. All Reinforced Concrete Sidewalk must be approved by TDLR prior to acceptance. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT Standard Technical Specification September 2019 Reinforced Concrete Sidewalk 321650-1 A. This Item shall be measured on a Square Yard (SY) basis complete in place. Standard Technical Specification September 2019 Reinforced Concrete Sidewalk 321650-2 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Reinforced Concrete Sidewalk." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. B. Barrier Free Ramps shall be measured and paid for separately in accordance with Section 321655 — Barrier Free Ramp. END OF SECTION Standard Technical Specification September 2019 Reinforced Concrete Sidewalk 321650-3 SECTION 321655 BARRIER FREE RAMP PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Barrier Free Ramps in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 303, 305.1 and 305.2. B. TxDOT and Town Standard Details for Pedestrian Facilities. C. Current Texas Department of Licensing and Regulation (TDLR) and Americans with Disabilities Act (ADA) requirements. 1.03 RELATED SECTIONS A. Section 032100 —Reinforcing Steel B. Section 311313 —Portland Cement Concrete C. Section 321650 — Reinforced Concrete Sidewalk PART 2 - PRODUCTS P4111 ONRN091.11 V A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 303 and 305.1. PART 3 - EXECUTION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.2. B. All Barrier Free Ramps must be approved by TDLR prior to acceptance. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) basis, specified by type, complete in place. Standard Technical Specification September 2019 Barrier Free Ramp 321655-1 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Barrier Free Ramp." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Barrier Free Ramp 321655-2 SECTION 321660 CONCRETE MEDIAN NOSE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Concrete Median Noses in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.3. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 305.1, and 305.3. B. Standard Detail for Monolithic Median Nose 1.03 RELATED SECTIONS A. Section 032100 —Reinforcing Steel B. Section 311313 — Concrete Pavement PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.3. B. All median noses shall be monolithic in accordance with the Standard Detail for Concrete Median Nose. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 305.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) basis, specified by Type, complete in place. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Concrete Median Nose." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. Concrete Pavers within the medians shall be paid for separately. END OF SECTION Standard Technical Specification September 2019 Concrete Median Nose 321660-1 SECTION 321665 REINFORCED CONCRETE HEADER PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Reinforced Concrete Headers in accordance with Public Works Construction Standards, NCTCOG, 5"' Edition, Item 305.4. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5t1iEdition, Items 303 and 305.4. B. Standard Detail for Concrete Header 1.03 RELATED SECTIONS A. Section 032100 —Reinforcing Steel B. Section 321313 —Concrete Pavement PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 51' Edition, Item 303. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 51' Edition, Item 303. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Linear Foot (LF) basis complete in place. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Reinforced Concrete Header." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Reinforced Concrete Header 321665-1 SECTION 321723 PAVEMENT MARKERS AND MARKINGS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and Pavement Markers and Markings in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. B. All material, labor, equipment, tools and superintendence necessary to furnish and install. 1.02 REFERENCES A. TxDOT Items 666, 672, 677, and 678 B. Standard Details for Pavement Markers and Markings. C. TxDOT Standard Details included in the plans. 1.03 RELATED SECTIONS A. Section 347113 — Barricades, Signs, and Traffic Handling PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 666, 672, 677, and 678. B. Refer to the Standard Details for Pavement Markers and Markings. PART 3 - EXECUTION kxlj 1►f'IW."IaW." 1016M A. Refer to TxDOT Item 666, 672, 677, and 678. B. Each class of raised pavement marker shall be from the same manufacturer. C. Contact Town for approval of pavement marking layouts prior to installation. D. Surface to which markers are to be attached by an adhesive shall be prepared by any method approved by the Town to ensure that the surface is free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings and any other material which would adversely affect the adhesive bond. E. All pavement markings shall be thermoplastic (Type I) markings with a Type II marking as the sealer unless otherwise noted in the plans. F. Guides to mark the lateral location of pavement markings shall be established as shown onthe Standard Technical Specification September 2019 Pavement Markers and Markings 321723-1 plans. The Contractor shall establish the pavement marking guides and the Town will verify the location of the guides. G. The pavement markers shall be placed in proper alignment with the guides. The deviation rate in alignment shall not exceed one (1) inch per 200 feet of roadway. The maximum deviation shall not exceed two (2) inches nor shall any deviation be abrupt. H. Markers placed that are not in alignment of sequence, as shown on the plans or as stated in this specification, shall be removed by the Contractor at the Contractor's expense. Removal shall be in accordance with TxDOT Item 677 "Eliminating Existing Pavement Markings and Marker", except for measurement and payment. Guides placed on the roadway for alignment purposes shall not establish a permanent marking on the roadway. I. Unless otherwise shown on the plans, the Contractor shall use the following adhesive materials for placement of markers: 1. Epoxy adhesive for Class E markers. 2. Bituminous adhesive for Classes A, B, C, and D markers on bituminous pavements. 3. Epoxy adhesive for Class A, B, C, and D markers on Portland cement concrete pavements. J. Adhesive shall be applied in sufficient quantity to ensure that 100 percent of the bonding areaof the raised pavement markers shall be in contact with the adhesive. K. Raised pavement markers, except Class E, shall be in contact with the pavement surface but shall be seated on a continuous layer of adhesive. L. Unless otherwise noted, adhesives shall be applied in accordance with the manufacturer's recommendations. M. When bituminous adhesive is used, pavement and raised pavement marker temperature shall be at least 40 degree F. The bituminous adhesive shall not be heated above 400 degree F. The bituminous adhesive shall be agitated intermittently to ensure even heat distribution. N. Epoxy adhesive shall be machine mixed. O. Raised pavement markers shall be free of rust, scale, dirt, oil, grease, moisture, or contaminants which may adversely affect the adhesive bond. P. Raised pavement markers shall be placed immediately after the adhesive is applied and shall be firmly bonded to the pavement. Adhesive or any other material that impairs functional reflectivity will not be acceptable. Q. The roadway to be marked will remain open to traffic and the Contractor shall provide all necessary warning and barricading to insure the safety of the workmen and traffic, and the Contractor must insure proper maintenance of all warning and barricading devices at all times. Construction, signing, channelizing devices, and markings shall conform to the current Texas Manual on Uniform Traffic Control Devices (TMUTCD) at all times. R. A minimum of one lane in each direction shall remain open to through traffic at all times. S. The Contractor shall conduct the installation so as to minimize the duration of restricted traffic movements. Standard Technical Specification September 2019 Pavement Markers and Markings 321723-2 T. The Contractor shall apply pavement markers and markings during off-peak traffic hours (9:00 am — 3:30 pm) or as directed by the Town. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Lump Sum (LS) basis complete in place or by Each (EA) and Linear Foot (LF) as indicated in the plans. B. The plan quantity will be determined through calculations and will be used for determining final quantity amounts for payment purposes. Contract adjustments may be made if the actual measured quantity varies by more or less than 5% of the total estimated plan quantity amount. Either the Town or the Contractor may initiate this adjustment. If the adjustment is requested by the Contractor, the Contractor must obtain field measurements and calculations justifying the revised quantity. If the adjustment is made by the Town, the revised quantity will constitute the final quantity which payment will be made. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Pavement Markers and Markings." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. Surface Preparation and Type II marking sealer will not be paid for directly but considered subsidiary to this Item. END OF SECTION Standard Technical Specification September 2019 Pavement Markers and Markings 321723-3 SECTION 321725 PREFABRICATED PAVEMENT MARKINGS (WITH WARRANTY) PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Prefabricated Pavement Markings as indicated in the plans with a manufacturer's warranty bond for a 6 year period. The Town will allow a Contractor provided warranty bond in lieu of the manufacturer's bond if all conditions of the manufacturer's warranty including the requirements of this Item are met. In such case, the Contractor is responsible for meeting the warranty requirements. Use the form provided by the Town. The Town will allow substitution of a contractor's bond with a manufacturer's bond after execution of the Contract prior to final acceptance. B. All material, labor, equipment, tools and superintendence necessary to furnish and Pavement Markers and Markings in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.02 REFERENCES A. Standard Details for Pavement Markers and Markings. 1.03 RELATED SECTIONS A. Section 347113 — Barricades, Signs, and Traffic Handling. PART 2 - PRODUCTS Pail �ulrtl9l:11F."I y A. Contractor shall use 3M 270 Tape (or approved equal) for all directional arrows and messages, and 3M 380 Tape for all longitudinal pavement markings and 12" channelization lines as indicated in the plan. Approved equal pavement markings must meet the TxDOT requirements of Type B markings in DMS-8240. 2.02 EQUIPMENT A. Provide equipment as required or directed according to the following (The provider of the warranty bond is responsible for providing equipment during the warranty period unless otherwise shown on the plans.): Preparation and Application. Use equipment designed for the pavement preparation and application of the type of pavement marking material selected. 2. Colorimeter. Provide a colorimeter using 45'/0' geometry CIE, D65 Illuminant, 2° standard observation angle meeting the requirements of ASTM E 1347, E 1348, or E 1349. 3. Retroreflectometer. Unless otherwise shown on the plans, provide a portable or mobile retroreflectometer meeting the following requirements. Standard Technical Specification Prefabricated Pavement Markings September 2019 (With Warranty) 321725-1 a. Portable Retroreflectometer. Provide a portable retroreflectometer that meets the requirements of ASTM E 1710 b. Mobile Retroreflectometer. Provide a mobile retroreflectometer that: (1) is approved by the Town and certified by the Texas Transportation Institute Mobile Retroreflectomter Certification Program for project evaluation of retroreflectivity (2) is calibrated daily, before measuring retroreflectivity on any pavement stripe, with a portable retroreflectometer meeting the following requirements: ASTM E 1710, entrance angle of 88.76°, observation angle of 1.05°, and an accuracy of ±15%; (3) requires no traffic control when retroreflectivity measurements are taken and is capable of taking continuous readings at or near posted speed. PART 3 - EXECUTION 3.01 INSTALLATION A. Contractor to ensure a manufacturer's representative is present during installation of all pavement markings. B. Prepare the pavement surface using controlled techniques that minimize pavement damage and hazards to the traveling public. Apply the materials, according to the manufacturer's recommendations, using widths, colors, shapes, and at locations as shown on the plans. C. Obtain approval for the sequence of work and estimated daily production. Use traffic control as shown on the plans or as approved. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings in alignment with the guides and without deviating for the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum. D. Remove all applied markings that are not in alignment or sequence as stated in the plans or as stated in the specifications at the Contractor's expense and in accordance with TxDOT Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. E. The Town will conduct visual performance evaluations of the markings. For markings that do not meet the Town's visual performance evaluation, the Contractor may present test results for color (using a colorimeter), retroreflectivity (using a retroreflectometer), and durability (in accordance with ASTM D 913) for the Town's use in making acceptance or rejection decisions. For pavement markings not meeting performance requirements, repair or replace until reevaluation shows the Pavement Markers and Markings meet the performance requirements as approved by the Town. F. Written Acceptance. The Town will provide written acceptance after the Contractor meets the initial performance requirements. This written acceptance (see attached sample form) will include the date, location, length, and type of pavement markings. 3.02 PERFORMANCE REQUIREMENTS A. Color. Provide pavement markings consisting of pigments blended to provide color conforming to highway colors as shown in Table 1. Standard Technical Specification Prefabricated Pavement Markings September 2019 (With Warranty) 321725-2 Table 1 Color Requirements Federal 595 Color Chromaticity Coordinates Brightnes s (Y) 1 2 3 4 x y x y X y x y White 17855 .290 .315 .310 .295 .350 .340 .330 .360 60 min Yellow 33538 .470 .455 .510 .489 .490 .432 .537 .462 30 min Black 5 max B. Retroreflectivity. Provide pavement markings for longitudinal markings meeting the minimum retroreflectivity values listed in Table 2. Table 2 Minimum Retroreflectivitv Requirements Color Retroreflectivity, mcd/m2/lx, Min White 120 Yellow 120 C. Durability. Provide pavement markings that do not lose more than 5% of the striping material in a 1,000- ft. section of continuous stripe or broken stripe (25 broken stripes). Pavement markings must remain in the proper alignment and location. D. Performance Evaluation Procedures. Provide traffic control and conduct evaluations of color, retroreflectivity, and durability as required or directed by the Town. 1. Color. Measure color using 45'/0' geometry CIE, D65 Illuminant, 2° standard observation angle in accordance with ASTM E 1347, E 1348, or E 1349. Retroreflectivity. Unless otherwise shown on the plans, conduct retroreflectivity evaluations of pavement markings with either a portable or mobile retroreflectometer. Make all measurements in the direction of traffic flow, except for broken centerline on 2- way roadways, where measurements will be made in both directions. If using a portable retroreflectometer, take a minimum of 1 measurement every mile on each series of markings (i.e., edgeline, center skipline, each line of a double line, etc.), at locations approved by the Town. If more than 1 measurement is taken, average the measurements. For all markings measured in both directions, take a minimum of Imeasurement in each direction. If the measurement taken on a specific series of markings within each mile segment falls below the minimum retroreflectivity values, take a minimum of 5 more measurements at locations determined by the Town within that mile segment for that series of marking. If the average of these 5 measurements falls below the minimum retroreflectivity requirements, that mile segment of the applied markings does not meet the performance requirement. If using a mobile retroreflectometer, review the results to determine deficient sections and deficient areas of interest. These areas do not meet the performance requirements. Durability. Measure loss and visual inspe approvedby the Town. durability in accordance with ASTM D 913 for marking material ction for alignment and location. Conduct evaluations at locations Standard Technical Specification Prefabricated Pavement Markings September 2019 (With Warranty) 321725-3 3.03 WARRANTY REQUIREMENTS A. Each warranty period is for 6 yr. and starts the day after written acceptance. B. The marking warrantor is responsible for meeting the Performance Requirements for the duration of the warranty period. C. During the warranty period, the Town will conduct periodic visual performance evaluations of the pavement markings. For retroreflectivity the Town will use Tex-828-13, "Determining Functional Characteristics of Pavement Markings." The warrantor may be present during these evaluations. For areas, which, in the opinion of the Town have a questionable visual evaluation, the warrantor may replace the pavement markings or may conduct a performance evaluation for the performance requirement in question, conduct retroreflectivity evaluations using either portable or mobile retroreflectometer unless otherwise indicated in the Contract Documents. The warrantor is responsible for traffic control when conducting performance evaluations. D. The warrantor will replace pavement markings that fail to meet the color, retroreflectivity, or durability performance requirements during the warranty period, and must replace the pavement markings that fail to meet the performance requirements within 30 days of notification. E. All replacement pavement markings must meet the materials and performance requirements of this specification. F. The end of the warranty period does not relieve the warrantor from the performance deficiencies requiring corrective action identified during the warranty period. G. The Town may exclude pavement markings from the replacement provisions of the warranty period, provided the Town determines that the failure is a result of outside causes rather than defective material. Examples of outside causes are extreme wear at intersections, damage by snow or ice removal, and premature pavement failure. H. Provide a contact person, address and telephone number for notification of needed pavement markings replacement. I. Each class of raised pavement marker shall be from the same manufacturer. J. The pavement markers shall be placed in proper alignment with the guides. The deviation rate in alignment shall not exceed one (1) inch per 200 feet of roadway. The maximum deviation shall not exceed two (2) inches nor shall any deviation be abrupt. K. Unless otherwise noted, adhesives shall be applied in accordance with the manufacturer's recommendations. L. The roadway to be marked will remain open to traffic and the Contractor shall provide all necessary warning and barricading to insure the safety of the workmen and traffic, and the Contractor must insure proper maintenance of all warning and barricading devices at all times. Construction, signing, channelizing devices, and markings shall conform to the current Texas Manual on Uniform Traffic Control Devices (TMUTCD) at all times. M. A minimum of one lane in each direction shall remain open to through traffic at all times. Standard Technical Specification Prefabricated Pavement Markings September 2019 (With Warranty) 321725-4 N. The Contractor shall conduct the installation so as to minimize the duration of restricted traffic movements. O. The Contractor shall apply pavement markers and markings during off-peak traffic hours (9:00 am — 3:30 pm) or as directed by the Town. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Lump Sum (LS) basis complete in place or by Each (EA) and Linear Foot (LF) as indicated in the plans. B. The plan quantity will be determined through calculations and will be used for determining final quantity amounts for payment purposes. Contract adjustments may be made if the actual measured quantity varies by more or less than 5% of the total estimated plan quantity amount. Either the Town or the Contractor may initiate this adjustment. If the adjustment is requested by the Contractor, the Contractor must obtain field measurements and calculations justifying the revised quantity. If the adjustment is made by the Town, the revised quantity will constitute the final quantity which payment will be made. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Prefabricated Pavement Marking" of the color, shape, and width This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work. Surface Preparation will not be paid for directly, but considered subsidiary to this Item. END OF SECTION Standard Technical Specification Prefabricated Pavement Markings September 2019 (With Warranty) 321725-5 SECTION 328000 IRRIGATION SYSTEM PART1-GENERAL 1.01 DESCRIPTION A. Provide complete Irrigation System as shown on plans as described herein. 1.02 REFERENCES A. Construction plans and details. 1.03 RELATED SECTIONS A. Section 329223 - Turfgrass Planting B. Section 329300 - Tree, Shrub, and Groundcover Planting 1.04 QUALITY ASSURANCE A. Substitutions: 1. Time: Submit substitution request in writing seven (7) days prior to bid opening. 2. Required Submittal Material: a. Sample proposed substitute sprinkler. b. Manufacturer's data of sprinkler, discharge rates (GPM), minimum allowable operating pressure, maximum allowable spacing and distance of throw. c. Detailed pressure loss computations if proposed differ from those specified. d. If proposed substitute require a change in head and piping layout as designed, submit detailed drawings showing design changes and proposed layout. 3. Approval: Approval of proposed substitute will not relieve responsibility for providing a system that will operate according to intent of originally designed system. B. Installer: 1. Irrigator licensed in State with 5 years minimum continuous experience installing systems of this size and complexity must supervise installation. 2. Complete mainline installation with personnel that have successfully installed equipment and materials as specified on at least three other projects equal in scope. C. Testing: Perform required testing under observations of Owner. Give 48 hours' notice that such tests are to be conducted. D. Assembly Procedures: 1. Do not alter design hydraulics by installing additional tees or elbows unless approved by Owner. 2. Prior to start of construction; confirm the static water pressure in writing to Owner. If static pressure differs from pressure shown on drawings, do not start work until notifiedto do so, in writing, by the Owner. August 2020 Standard Technical Specification Irrigation System 328000-1 1.05 REFERENCES: The following ASTM designations apply: A536 Ductile Iron Fittings D2241 Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) D2672 Bell -End Poly (Vinyl Chloride) (PVC) Pipe D2464 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Threaded, Schedule 80 D2466 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Socket Type, Schedule 40 D2467 Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Socket Type, Schedule 80 D2564 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings D2287 Flexible Poly Vinyl Chloride (PVC) Plastic Pipe F656 Poly Vinyl Chloride (PVC) Solvent Weld Primer C213 AWWA Dual Compression Gasket Seal Fittings D2855 Making Solvent - Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings F477 Ductile Iron Fitting Gaskets 1.06 SUBMITTALS A. Prior to preparation of a Submittal it is highly encouraged to coordinate with Town Staff or Maintenance Team for the project on preferred equipment to be used. B. Product Data: Submit five (5) copies of manufacturer's specifications and literature for all specified materials or a digital submittal is acceptable. C. Project Record Documents: 1. Comply with Contract Documents and requirements. 2. Locate by written dimension, routing of mainline piping, remote control valves and quick coupling valves. Locate mainlines by single dimensions from permanent site features provided they run parallel to these elements. Locate valves, intermediate electrical connections, and quick couplers by two dimensions at approximately 70 degrees to each other provided they are within 50 feet of a permanent site feature. Valves, electrical connections and quick couplers beyond 50 feet must be located by triangulation using three dimensions from building corners, walk intersections or similar junctures. 3. When dimensioning is complete, transpose work to mylar reproducible tracings. Owner will provide tracings. 4. Submit completed tracings prior to final acceptance. Mark tracings "Record Prints Showing Significant Changes". Date and sign plans. 5. Provide three complete operation manuals and equipment brochures neatly bound in a hard back three-ring binder. Include any warranties and guarantees extended to the Contractor by the manufacturer of all equipment. Include seven (5) executed copies of "Guarantee for Landscape Irrigation System". August 2020 Standard Technical Specification Irrigation System 328000-2 GUARANTEE FOR LANDSCAPE IRRIGATION SYSTEM We hereby guarantee that the landscape irrigation system we have furnished and installed is free from defects in materials and workmanship, and the work has been completed in accordance with the plans and specifications, ordinary wear and tear and unusual abuse or neglect expected. We agree to repair or replace any defects in material or workmanship, which may develop, and to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the Owner. We shall make such repairs or replacements within a reasonable time, as determined by the Owner, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the Owner, we authorize the Owner to proceed to have said repairs or replacements made at our expense. We will pay the costs and charges therefore upon demand. This guarantee shall remain in effect for a period of two (2) years from the date of Final Completion, as determined by the Owner or the Owner's Representative. PROJECT: LOCATION: SIGNED: COMPANY: F.11101k9l W0 PHONE: DATE OF ACCEPTANCE: / / August 2020 Standard Technical Specification Irrigation System 328000-3 1.07 COORDINATION A. Complete sleeve installation (not otherwise provided) in coordination with paving and other concrete pours. B. Coordinate to ensure that electrical power source is in place. C. Coordinate system installation with work specified in other Sections and coordinate with landscape installer to ensure plant material is uniformly watered in accordance with intent shown on Plans. 1.08 WARRANTY AND MAINTENANCE A. Extend to Owner any warranties and guarantees provided by manufacturer of equipment used. B. Warranty materials and workmanship for a minimum of two years after final acceptance. C. Include repair of backfill settlement, packing the earth firmly around the heads, quick couplers, and valve boxes. D. Limit warranty to repair and replacement of defective materials or workmanship, including repair of backfill settlement. 1.09 CONNECTION TO DOMESTIC WATER SUPPLY A. Complete connection to water supply in accordance with governing codes and regulations. B. Provide and pay for any required permits. PART 2 - PRODUCTS 2.01 DEFINITIONS A. Sprinkler Mains: Piping from water source to operating valves. Hydrant lines and quick coupling valves (QCV) are considered sprinkler mains. B. Lateral Piping: Piping from operating valves to sprinkler heads. 2.02 Refer to construction plans and details. 17R664IBM W411D1418Y[$010 3.01 INSPECTION: A. Examine areas and conditions under which irrigation sprinkler system is to be installed. B. Verify that interfacing work specified elsewhere is complete. C. Notify Owner in writing of conditions detrimental to proper and timely completion of Work. D. Do not proceed until conditions are satisfactory. City of Frisco August 2020 Standard Technical Specification Vertical Turbine Pumps 444256.03-4 3.02 INSTALLATION: A. General: 1. Compliance: Complete installation in strict accordance with manufacturer's recommendation, which shall be considered a part of these specifications. 2. Stake location of each sprinkler for approval of Owner before proceeding. Do not exceed manufacturer's maximum spacing limits. 3. Piping Layout: Piping layout is diagrammatic. Route piping around trees and shrubs to avoid damage to plantings. Do not dig within balls of newly planted trees and shrubs. 4. Discrepancies: a. Point out any discrepancy between the plans and the field conditions that may affect uniform coverage. Do not proceed until any design change made necessary by such discrepancy is approved by Owner. b. Should such changes create extra cost, approval for extra compensation shall be obtained in writing by Owner before commencing work. c. Should such changes create savings in cost, a written reduction in the contract price shall be approved in writing by Owner before commencing work. B. Excavations: Excavations are unclassified and include earth, loose rock, or combinations, in wet or dry state. Backfill trenches with material removed except if rock is encountered haul this material off site, and backfill to ensure a minimum of 3 inches of rock free soil surrounding pipe. C. Water Meter and Backflow Prevention: Refer to plans. 3.03 PIPE INSTALLATION: A. General: Width of trenches to be approximately twice as large as the pipe diameter. B. Mainline and Lateral Piping: Install with 12 inches of soil cover over laterals and 24"coverage over 8" mainline and 18" coverage over 6" and small mainline. C. Trenching: Provide firm, uniform bearing for entire length of pipe to prevent uneven settlement. Wedging or blocking of pipe is not permitted. Remove foreign matter from inside of pipes before assembly. Keep inside of piping clean during and after layout of pipes. D. Backfill: Water jet and compact to 90% to prevent after -settling. Hand rake trenches and adjoining areas to leave grade in condition equal to before installation. 3.04 PVC PIPE AND FITTINGS ASSEMBLY: A. Solvent: Use solvent and procedures recommended by manufacturer to make solvent -welded joints. Thoroughly clean pipe and fittings before applying solvent. B. PVC to Metal Connections: Use Teflon tape. C. Threaded PVC Connections: Use threaded PVC adapters into which pipe may be welded. Use Teflon tape on threads. 3.05 ELECTRICAL VALVES: A. Provide valves in accordance with materials list and size according to plans. City of Frisco August 2020 Standard Technical Specification Vertical Turbine Pumps 444256.03-5 B. Install valves in a level position in accordance with manufacturer's specifications. C. Provide plastic valve box, centered over valve, flush with fmish grade. Provide valve box extensions as required. D. Install 0.5 cubic feet washed pea gravel in bottom of valve box. 3.06 SPRINKLERS: A. General: Provide in accordance with materials list with nozzle in accordance with plans. Change nozzle degree and trajectory if wind conditions affect coverage. Receive approval from the Owner prior to any change. Install heads adjacent to walks and curbs 2 inches clear of paving. B. Lawn Heads: Attach sprinklers to lateral piping with flex PVC pipe. Firmly tamp soil around base plate and leave head plumb. Underside of flange shall be set flush to 1/4" above finish grade in hydro seeded areas and 1" above finish grade in solid sodded areas. C. Rotary Heads: Install as detailed on the plans on swing joints. Follow manufacturer'sassembly and installation procedure. Set heads flush with finish grade or sod. 3.07 QUICK COUPLING VALVES (QCV): Provide in accordance with materials list and as detailed on plans. 3.08 WIRING: A. Sprinkler Controls to Valves: 1. Conduit is not required for U.F. wire unless otherwise noted on plans. Tuck wire under piping. 2. Make wire connections with waterproof connectors according to manufacturer's recommendations. 3. Provide a separate wire from controller to each electric valve. Provide a common neutral wire from controller to valves served by a particular controller. 4. Provide a 24 inch long wire coils at valves. 5. An expansion coil shall be provided every 200 feet, which consists of 10 wraps around a 1" PVC pipe or some other method approved by the Owner. 6. All valve wires from the same controller shall be bundled together every 10 feet with plastic electrical tape. B. Wire Testing: 1. Before any backfills are placed over the communication cable, test the wires with a megger for wire installation resistance. Minimum insulation resistance to ground shall be 100K OHMS to ground. Any conductor not meeting this requirement hall be replaced and retested. 2. After backfill is completed, retest the wires with a megger. The minimum acceptable insulation resistance to ground on this test shall be 100K OHMS to ground. Replace and retest any conductor not meeting this requirement. 3.09 TESTING: A. Notify Owner to review work 48 hours prior to testing pipe and fittings for leaks. B. Test mains for a period of four hours under static pressure. If leaks (or pressure drops) occur, City of Frisco August 2020 Standard Technical Specification Vertical Turbine Pumps 444256.03-6 correct defect and repeat test. 3.10 FINAL ADJUSTMENT: A. Make final adjustments of sprinkler system prior to Owner's final inspection. B. Flush system by removing nozzles from heads on ends of lines and operating system. C. Adjust sprinklers for proper operation and proper alignment for direction of throw. D. Adjust each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve. Correct operating pressure at last head of each section - 50 psi for rotary heads and 20 to 25 psi for spray heads. E. Adjust nuzzling for proper coverage. Prevailing wind conditions or slopes may indicate that arc of angle or trajectory of spray should be other than as shown on plans. Change nozzles to provide correct coverage. 3.11 CLEANUP: Keep premises clean and neat. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Measurement and Payment shall be specified in the Contract Documents. END OF SECTION City of Frisco August 2020 Standard Technical Specification Vertical Turbine Pumps 444256.03-7 SECTION 329113 FERTILIZER PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Fertilizer in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.4. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.4 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.4. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.4. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. The work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. END OF SECTION Standard Technical Specification September 2019 Fertilizer 329113-1 SECTION 329119 TOPSOIL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Topsoil in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.2 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.2. B. All excavated material which is suitable for topsoil shall be used before any topsoil is obtained from a borrow source. Topsoil shall be secured from borrow sources as required to supplement suitable material secured from project excavation. Topsoil material secured from excavations shall be stockpiled at locations approved by OWNER. C. The OWNER shall determine if excavated material is suitable for topsoil. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.2. PART 4 - MEASUREMENT AND PAYMENT [A go] �ul9l:RYs1:791UIglob I A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 204.2 unless otherwise specified in the Contract Documents. B. Topsoil secured from borrow sources shall be measured by the square yard in place on the project site. Measurement for payment shall be made only on topsoil secured from borrow sources. A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.2 unless otherwise specified in the Contract Documents. B. There shall be no compensation under this bid item (Topsoil) for salvaged topsoil from excavated material. All labor, equipment, tools and incidentals necessary to place salvaged topsoil from excavated material as specified shall be included in the price bid for Item 203.2. Unclassified Excavation. END OF SECTION Standard Technical Specification September 2019 Topsoil 329119-1 SECTION 329223 TURFGRASS PLANTING PART 1 - GENERAL 1.01 DESCRIPTION A. This work includes all labor, materials, and equipment for soil preparation, fertilization, planting, and other requirements regarding Turfgrass Planting areas shown on the plans. 1.02 RELATED SECTIONS A. Section 024100 -General Site Preparation B. Section 328000 - Irrigation System C. Section 329113 — Fertilizer D. Section 329119 - Topsoil 1.03 SUBMITTALS A. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials usedfor this work shall be subject to checking by the Owner and shall be subsequently delivered to the office of the Owner. B. Samples and Producers' Specifications: Various samples, certificates, and specifications of seed, fertilizer, sand, compost, other soil amendments, and other materials shall be submitted for approval as required by subsequent sections of this specification. PART 2 - PRODUCTS 2.01 TURFGRASS A. Bermudagrass Seed: Turfgrass seed shall be "Cynodon dactylon" (Common Bermudagrass). The seed shall be harvested within one (1) year prior to planting, free of Johnsongrass, field bind weed, dodder seed, and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will produce, after allowance for Federal Seed Act tolerances, a pure live seed content of not less than 85% using the formula: purity % times (germination % times plus hard or sound seed . Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations. 1. Certificate Submittal: Prior to planting, provide the Owner or his representative with the State Certificate stating analysis of purity and germination of seed. B. Sod: Turfgrass sod shall be "Cynodon dactylon" (Common Bermudagrass). Sod shall consist of stolons, leaf blades, rhizomes, and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than three-quarters (3/4") inch. Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses. The grass shall have been mowed prior to sod cutting so that the height of the Standard Technical Specification September 2019 Turfgrass Planting 329223-1 grass shall not exceed two (2") inches. Sod shall have been produced on growing beds of clay or clay -loam topsoil. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots -to - roots and grass -to -grass. 1. Dimensions: All sod shall have been machine cut to uniform soil thickness of one (1") inch plus or minus one -quarter (1/4") inch. All sod shall be of the same thickness. Rectangular sections of sod may vary in length, but all shall be of equal width and of a size that permits the sod to be lifted, handled, and rolled without breaking. Broken pads and torn, uneven ends will be unacceptable. 2.02 FERTILIZER A. General: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment, Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture has become caked or otherwise damaged making it unsuitable for use will not be acceptable. B. Initial Planting Application: Fertilizer for the initial planting application shall be of an organic base containing by weight the following (or other approved) percentages of nutrients: 15-15-15 (N-P-K), also containing 10-15% sulphate and traces of iron and zinc as required and approved by the Owner. At least 50% of the nitrogen component must be of a slow- release formulation such as area -based and plastic resin -coated fertilizers. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. C. Post Planting Application: Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0 (N-P-K) ammonium sulphate or the nitrogen equivalent of 33-0-0 ammonium nitrate. 1. Specification Submittal: Submit a sample label or specification of the fertilizer proposed to be used for the Owner's approval. 2.03 HYDRAULIC -MULCH MATERIALS A. Refer to the Public Works Construction Standards, NCTCOG 5th Edition, Item 204.6.4.4. B. Public Works Construction Standards, NCTCOG 5th Edition, Item 204.6.4.4 is hereby modified by excluding the compliance with NCTCOG Item 204.4 Fertilizer. C. Fertilizer for hydraulic mulching will comply with requirements of this specification. 2.04 SOIL AMENDMENTS (Not required.) Standard Technical Specification September 2019 Turfgrass Planting 329223-2 PART 3 - EXECUTION 3.01 GENERAL A. All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.02 SOIL PREPARATION A. Contractor shall kill all vegetation prior to soil preparation. B. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable seed/sprig/sod bed. All areas shall be tilled with a heavy duty disc or a chisel -type breaking plow, chisels set not more than ten (10") inches apart. Initial tillage shall be done in a crossing pattern for double coverage, followed by a disc harrow. Depth of tillage shall be five (5") inches. A heavy duty rototiller may be used for areas to be planted with sod. C. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds, and stones larger than three-quarters inch ( 3/4") diameter. D. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination ofruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. E. Rock Removal: During the soil preparation process, a "Rock Pick" or other approved piece of machinery shall be used to gather surface stones as small as three-quarter (3/4") inch in diameter. The Contractor shall be responsible for the disposal of collected materials as waste per "Clean Up" Paragraph 3.10. 3.03 FERTILIZING A. Initial Planting Application: The specified fertilizer shall applied at the rate of (18) pounds perone thousand (1,000) square feet (800 pounds per acre). 1. Timing: The initial planting application of fertilizer for seeded/sprigged areas shall be applied after the soil preparation, but not more than two (2) days prior to turfgrass planting. (Fertilizer shall be applied over sodded areas after planting, but not more than two (2) days later.) B. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive an application of 21-0-0 or 33-0-0 fertilizer at the rate of nine (9) pounds per one thousand (1,000) square feet (400 pounds per acre). 1. Timing: The Owner or his representative will determine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application may become a credit due to the Owner. 2. Post Planting Maintenance: See Paragraph 3.07. Areas without a uniform stand (complete coverage) that must be maintained later than thirty (30) days after the initial planting shall receive subsequent applications of fertilizer, as described above, every thirty (30) days until a uniform stand is achieved. Standard Technical Specification September 2019 Turfgrass Planting 329223-3 3.04 PLANTING: A. Seeding: Following soil preparation and initial fertilizing, apply Bermudagrass seed at the rate of two (2) / three (3) pounds per one thousand (1,000) square feet (90/130 pounds per acre) or ryegrass seed at the rate of eight (8) pounds per one thousand (1,000) square feet(350 pounds per acre). Seed shall be uniformly placed with a Brillion seeder-cultipacker, or the seed shall be broadcast uniformly, followed by rolling with a weighted lawn roller. 1. Timing: Bermudagrass shall not be seeded in planting periods other than the following unless special permission is granted by the Owner: April 15 to June 15, and August 15 to September 15. 2. Hydraulic Mulch (where required): Refer to Public Works Construction Standards,NCTCOG 5tb Edition, Item 204.6.4.4. B. Solid Sodding: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four (4") inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into contact with the sod bed by rolling or by hand tamping with an approved tamper so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, fine screened soil of good quality shall be used to fill all cracks between sods. Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 3.05 PROTECTION: No heavy equipment shall be moved over the planted lawn area unless the soil is again prepared, graded, leveled, and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage. Any damages shall be repaired or replaced at no cost to the Owner. This Contractor will also locate and stake all irrigation heads, valve risers, etc., prior to beginning any soil preparation work. 3.06 ESTABLISHMENT AND ACCEPTANCE: Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turfgrass. 3.07 POST -PLANTING MAINTENANCE: Contractor shall begin maintenance immediately after each portion of grass area is planted. All planted areas will be protected and maintained by watering, weed control, and replanting as necessary for at least thirty (30) days after initial planting and for as much longer as necessary to establish a UNIFORM STAND WITH COMPLETE COVERAGE OF THE SPECIFIED GRASS. It is anticipated that a minimum of one (1) mowing will occur before the grass areas are acceptable to the Owner. Only those areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted and maintained by the Contractor until complete coverage and acceptable results are achieved. The automatic irrigation system will be available for the Contractor's use. Any other water equipment deemed necessary by the Contractor will be provided by the Contractor at his expense. Standard Technical Specification September 2019 Turfgrass Planting 329223-4 A. Watering: Use the automatic irrigation system to apply at least one-half (1/2") inch of water over the entire planted area every three (3) days. Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. B. Mowing: Once grass is established the planted area shall be mowed at least once a week during the growing season. Grass shall be mowed to a height of one (1") inch and shall not exceed four inches (4") in height. Mowing during dormant season will be done as necessary. C. Weed Control: No sooner than 45 days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application. MSMA will only be used during the growing season. All weed growth during the dormant season will be controlled with spot applications of "Round -Up." "Round- Up" will not be used until the grass is totally dormant. 3.08 GRADING: All grading and placing of topsoil on any given area will be done prior to the beginning of this work. It will be the Contractor's responsibility to maintain the existing grades and leave them in a true and even condition after planting turfgrass. Finish condition of turfgrass will be such that sod sits flush with paving (topsoil 1" below paving) and such that drainage grades and swales function and to not trap drainage on the paving. 3.09 EROSION CONTROL: Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achieved. 3.10 CLEAN UP: This Contractor shall remove any excess material or debris brought onto the site or unearthed as a result of his turfgrass operations. 3.11 GUARANTEE: This Contractor shall guarantee all materials used for this work to be the type, quality, and quantity specified. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Measurement and Payment shall be specified in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Turfgrass Planting 329223-5 SECTION 329300 TREE, SHRUB, AND GROUND COVER PLANTING PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for removal, protection and replacement of trees, shrubbery, plants, sod and other vegetation in accordance with Public Works Construction Standards, NCTCOG, 5 h Edition, Item 204. B. This work includes all final fine grading and minor leveling of planting areas, soil preparation, and planting. Furnish all labor, materials, equipment and services required as herein specified and indicated on the drawings. Refer to planting details on plans. NOTE: Plant beds to be left 1" below adjacent paving and slabs after settling. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5"' Edition, Item 204. 1.03 RELATED SECTIONS A. Section 024100 -General Site Preparation B. Section 328000 - Irrigation System C. Section 329113 - Fertilizer PART 2 - PRODUCTS 2.01 TOPSOIL A. All planting bed topsoil shall be soil/compost mix as produced by a local company (located in Tarrant, Denton, or Dallas County). B. Submittal: Submit 1 gallon samples to Owner for Approval. C. Existing topsoil may be used or amended if it meets the requirements for imported soil and is approved by the landscape architect. Provide a minimum of one soil sample with accompanying soil test report for each topsoil type found on the site. 2.02 COMMERCIAL FERTILIZER A. Shall be organic base fertilizer containing the following minimum percentages of available plant nourishment, by weight 5-10-5 (N-P-K), mixed nitrogen, not less than fifty (50%) percent from an organic source and trace elements, Wacco brand or approved equal. Any fertilizer which becomes caked or otherwise damaged, making it unsuitable for use, will not be accepted. B. Commercial fertilizer shall be a complete organic fertilizer, part of the element of which is derived from organic sources. It shall be the type percentages and applied at the rate specified in the soil analysis. Fertilizer shall be delivered mixed as specified in standard size bags, showing Standard Technical Specification September 2019 Tree, Shrub, and Groundcover Planting 329300-1 weight, analysis, and name of manufacturer, and shall be stored in a weatherproof storage place, and in such a manner that it will be kept dry and its effectiveness will not be impaired. C. Submittal: Submit labels to Owner for Approval. 2.03 SOIL AMENDMENTS (None required.) 2.04 MULCH A. Shall be shredded cypress bark mulch. B. Submittal: Submit a one (1) quart sample of proposed mulch for Owner approval. 2.05 ROOT ACTIVATOR (Not required.) 2.06 WATER: Water shall be available at the site via irrigation system. Water required in connection with planting will be furnished and paid for by the Owner provided it is not used in a wasteful manner. Any hose or other watering equipment shall be provided by the Landscape Contractor to water planting areas until the job is accepted by the Owner. 2.07 PLANT MATERIALS A. Plant Name and Location: The names and locations of all plants are noted on the drawings. The nomenclature of all plant materials is per Standardized Plant Names, 1942 edition and Manual of Cultivated Plants by L. H. Bailey. Plant materials not conforming to these two references will be rejected by the Owner. B. Quality and Size: All plant materials shall be first class representatives of their normal species or variety unless otherwise specified. They shall have a habit of growth that is normal for the species and shall be healthy, shapely, well -rooted, and vigorous. All plant materials shall be free from insect pests, plant diseases, and injuries. The containers and balls of all plants delivered to the site shall be free from any weeds or grasses which could be considered noxious or objectionable; i.e., nutgrass or Johnsongrass. ALL PLANT MATERIALS SHALL BE EQUAL TO OR EXCEED THE MEASUREMENTS SPECIFIED ON THE PLANTING PLAN WHICH ARE THE MINIMUM ACCEPTABLE SIZES. They shall be measured after pruning with the branches in normal position. The requirements for measurement, branching, grading, quality, balling and burlapping of plants specified generally follow the code of the standards currently recommended by the American Nursery and Landscape Association, in the American Standards for Nursery Stock. a. Trees shall not be headed back in the nursery or on site. Trees with multiple leaders, unless specified, will be rejected. Trees with damaged or crooked leader, bark abrasions, sunscald, disfiguring knots, insect damage, or cuts of limbs over 20 mm (3/4 in.) in diameter that are not completely closed will be rejected. The root flare shall be visible. Trees with girdling roots will be rejected. C. Packaging: 1. Container Grown Plants: Plants designated as "container grown" on the plans shall be full or heavy grade and shall have been growing in the specified size container for one full season prior to delivery to the site. 2. Balled and Burlapped Plants (B&B): Plants designated "B&B" on the plans shall be balled and burlapped. They shall be dug with firm, natural balls of earth of sufficient diameter and Standard Technical Specification September 2019 Tree, Shrub, and Groundcover Planting 329300-2 depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Balls shall be firmly wrapped with burlap or similar materials and bound with twine, cord, or wire mesh. Where necessary, to prevent breaking or cracking of the ball during the process of planting, the ball may be secured to a platform. Alternate to B&B: Plants grown in containers may be accepted as B&B provided that the plant has been growing in the container for one full growing season prior to delivery. Alternate must be approved by Owner. D. Substitutions: Substitutions will be permitted only upon submission of proof that any plant is not obtainable and authorization by the Owner or his representative by a Change Order providing for the use of the nearest equivalent obtainable size or variety of plant having the same essential characteristics with an equitable adjustment of contract price. E. Bio stimulants: shall contain soil conditioners, VAM, and endomycorrhizal and etomycorrhizal fungi spores and soil bacteria appropriate for existing soil conditions. Submit manufacturer literature for approval. 2.08 SOIL STERILANT: (Not required.) 2.09 WEED CONTROLLER: Shall be "Round -Up" as manufactured by Monsanto, Inc or approved equal. PART 3 - EXECUTION 3.01 LAYOUT Location and spacing for plants and outline of areas to be planted shall be as denoted by stem location or by notations on the plan. All tree and shrub planting locations shall be staked by the Landscape Contractor and shall be approved by the Owner prior to digging the planting pits. 3.02 SCARIFICATION A. All bed areas to receive planting shall be scarified to a depth of twelve (12") inches and all debris, stone, rubbish, and weeds shall be removed from the site. B. Weed Control: Prior to scarification the Contractor shall apply "Round -Up" herbicide to all bed areas. Follow manufacturer's directions as to timing requirements for effective weed control. 3.03 BED PREPARATION A. Planting areas shall be dug and soil fully prepared, graded, and made ready to receive the plants before delivery of plant materials. After planting, all beds shall be one (1") inch above finished grade to allow for settling. B. Groundcover and Vine Planting Areas: Commercial Soil Mix: All planting beds shall be excavated to twelve (12") inches below finished grade by Landscape/General Contractor, and all debris, stone, rubbish, weeds, and topsoil shall be removed from the site. The subgrade shall then be tilled to a depth of six (6") inches and the planting bed shall be backfilled with soil compost mix as available from a local company (located in Denton, Tarrant, or Dallas County), or approved equal. Upon replacement of topsoil with mix and after watering in, the bed should be at the specified level. Standard Technical Specification September 2019 Tree, Shrub, and Groundcover Planting 329300-3 C. Tree and Shrub Planting Pits: Planting Pits: After scarifying, the planting pits shall be excavated. All shrub pits shall be a minimum of six (6") inches larger in diameter and three (3") inches deeper than the shrub ball or root spread. All tree pits shall be a minimum of twelve (12") inches larger in diameter and 2-3 inches less deep than the root ball. All tree pits shall be tested for percolation. If water does not drain withing 24 hours, drainage or a more suitable species or location shall be provided. sp. Soil Mix: Soil mix for backfilling the tree and shrub planting pits shall be soil/compost mixas specified for Groundcover and Vine Planting Areas. D. Raised Planters: 1. Backfilling: Planters shall be backfilled with specified commercial soil mix. 3.04 DELIVERY OF PLANT MATERIALS Plants shall be packed and protected during delivery and after arrival at the site, against climatic, seasonal, wind damage, or other injuries, and at no time shall be allowed to dry out. 3.05 PROTECTION OF PLANT MATERIALS All plants shall be handled so that roots are adequately protected at all times from drying out and from other injury. The balls of balled plants which cannot be planted immediately on delivery shall be "heeled in" for protection with soil mulch, straw, or other acceptable material. 3.06 SETTING THE PLANTS All plants shall be planted in pits, centered, and set to touch such depth that the finished grade level at the plant after settlement will be the same as that at which the plant was grown. Each plant shall be planted upright and faced to give the best appearance or relationship to adjacent plants or structures. No burlap shall be pulled out from under balls or balls broken when taken from containers. All broken or frayed roots shall be cut off cleanly. Prepared soil shall be placed and compacted carefully to avoid injury to roots and to fill all voids. When the hole is nearly filled, add water and root activator, mixed per manufacturer's recommendations, and allow it to soak away. Fill the hole to finished grade and form a shallow saucer around each tree or shrub by placing a ridge of topsoil around the edge of each pit after planting. kxl UV NJ114ial►[oil All plants will be mulched after planting with a three inch (3") deep layer of mulch material entirely covering the area around each plant except as noted. The root flare of trees shall not be covered with much. In the groundcover and massed shrub areas, the entire area between the plants is to be so treated, regardless of plant spacing. 3.08 GRADING The surface of all planting areas shall slope as shown on the plans. Unless otherwise shown, slope one -quarter (1/4") inch per foot (two (2%) percent gradient) away from foundations and walk. 3.09 CLEANUP All excess soil, soil preparation materials, fertilizer, or plant containers shall be removed from the site Standard Technical Specification September 2019 Tree, Shrub, and Groundcover Planting 329300-4 upon completion of the work. 3.10 PRUNING AND SPRAYING Each tree will be pruned to preserve the natural shape and character of the plant. All pruning will be done after delivery to the site, under supervision of the Owner. All soft wood or sucker growth and all broken or badly bruised branches shall be removed. All pruning diameter will be painted with tree surgery paint, applied on all cambium and other living tissues immediately after cuts are made. Immediately after planting and staking, all plant material except coniferous evergreens must be sprayed with an antidesiccant, if required, using an approved power sprayer for applying an adequate film over trunks, branches, and foliage. Antidesiccants and surgery paint shall be delivered in manufacturer's sealed containers and used in accordance with their recommendations. 3.11 MAINTENANCE The Landscape Contractor is responsible for watering, cultivating, and other necessary maintenance (including regular mowing) until the completion and acceptance of the project. 3.12 INSPECTION FOR ACCEPTANCE A. Inspections: Inspection of work and planting to determine completion of the work, exclusive of possible warranty plant replacement, will be made by the Owner upon notice by the Landscape Contractor. The Owner needs not less than two (2) days notice prior to the anticipated date, enabling him to schedule the inspection. B. Acceptance: Acceptance of all work and planting, exclusive of possible plant replacements subject to guarantee, will be granted to the Landscape Contractor, provided there are no deficiencies at inspection time. After inspection, the Landscape Contractor will be notified by a letter of acceptance of work by the Owner. All plants must be healthy (not dry or wilted) to be accepted. 3.13 GUARANTEE A. Terms: All shrubs and groundcover shall be guaranteed for a minimum of one (1) year and all trees for one (1) year or in accordance with the Contract Documents, whichever is greater. Guarantee begins upon Final Acceptance of project by Town. B. Plant Replacement: At the end of each guarantee period, inspection will be made by the Owner and the Landscape Contractor. Any plant material required under this contract that is dead or not in satisfactory growth condition shall be removed and replaced with the same size and kind of plant specified, at no cost to the Owner. 3.14 MAINTENANCE GUIDE The Landscape Contractor, upon delivery of the plant materials, shall deliver to the Owner a brief, written maintenance guide. This guide should describe recommended planting maintenance procedures, methods, products, quantities, timing, etc. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT AND PAYMENT A. Measurement and Payment shall be specified in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Tree, Shrub, and Groundcover Planting 329300-5 SECTION 329600 REMOVAL, PROTECTION AND REPLACEMENT OF TREES, SHRUBBERY, PLANTS, SOD, AND OTHER VEGETATION PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary for removal, protection and replacement of trees, shrubbery, plants, sod and other vegetation in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1 B. ANSI A300, Pruning Standards C. Town's Preservation Ordinance D. Tree Protection Standard Details 1.03 RELATED SECTIONS A. Section 024100 -General Site Preparation PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1. 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1. B. Unless otherwise specified on the plans, trees and shrubs with calipers greater than three (3") inches shall not be cleared (removed) provided that both of the following conditions are met: 1. The vegetation exists in an area that is not proposed for pavement, a structure, or the playing bounds of an athletic field. 2. The vegetation is in an area where the cut or fill does not exceed six inches (6"). Standard TechnicalSpecification September 2019 Removal, Protection, and Replacement of Trees, 329600-1 Shrubbery, Plants, Sod, and Other Vegetation C. The Owner will assist the Contractor in identifying trees that are to be saved from clearing if not specified in the plans. The Contractor will protect such trees from construction damage such as trunk impacts and scrapes, limb breakage, compaction of soil within the drip line, and other injurious construction activities. If necessary, the Owner may direct the Contractor, at the Contractor's expense, to erect protective stockades along the drip lines of trees that the Owner considers vulnerable to damage. Such stockades shall be of eight foot (8') long x six inch (6") diameter posts vertically buried three feet (3') deep at six foot (6') intervals along the drip line. D. Where grading or clearing and grubbing operations are to occur between trees that are to be preserved and protected, the Contractor will prune the lower branches of these trees as necessary to prevent their breakage and to permit access by construction machinery. Brancheswill be cut off to the trunk or major limb pursuant to ANSI A300. The Owner may direct that the Contractor remove additional branches in such a manner that the tree presents a balanced appearance. Scars will be treated with a heavy coat of an approved tree sealant. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1 unless otherwise specified in the Contract Documents. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 204.1 unless otherwise specified in the Contract Documents. END OF SECTION Standard TechnicalSpecification September 2019 Removal, Protection, and Replacement of Trees, 329600-2 Shrubbery, Plants, Sod, and Other Vegetation SECTION 330131 WASTEWATER AND MANHOLE TESTING PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to test wastewater mains and manholes in accordance with Public Works Construction Standards, NCTCOG, 5ch Edition, Items 502.1.5 and 507.5. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5t1i Edition, Items 502.1.5 and 507.5. 1.03 SUBMITTALS A. Copies of all test reports. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 WASTEWATER MAIN TESTING The Contractor shall complete each of the following tests on all wastewater mains. A. Low pressure air testing in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 507.5.1.3. B. Deflection testing of flexible wastewater mains in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 507.5.1.4. Deflection testing shall not begin until 30 days after trench is backfilled. K�17►•SL%�.ylYXhd/:V4121 iul:I►1:to] aa 1*11112[� The Contractor shall complete one of the following tests on all wastewater manholes. A. Exfiltration testing in accordance with Public Works Construction Standards, NCTCOG, 51h Edition, Item 502.1.5.1. B. Vacuum testing in accordance with Public Works Construction Standards, NCTCOG, 51h Edition, Item 502.1.5.2. Standard Technical Specification August 2020 Wastewater and Manhole Testing 330131-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 51 Edition, Item 502.1.6. 4.02 PAYMENT A. Wastewater and manhole testing shall be subsidiary to the wastewater main and manhole bid items. No separate pay item for wastewater and manhole testing. END OF SECTION Standard Technical Specification August 2020 Wastewater and Manhole Testing 330131-2 SECTION 330132 TELEVISION INSPECTION FOR WASTEWATER MAINS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to perform television inspection of wastewater mains in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 507.5.2. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5t1i Edition, Item 507.5.2 1.03 SUBMITTALS A. DVD or USB Flash Drive with wastewater main television inspection videos and data log summary sheets. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 507.5.2. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 507.6.1. ffgl ' 'VJUVI;3011 A. Television inspection of wastewater mains shall be subsidiary to the wastewater main bid items. No separate pay item for television inspection of wastewater mains. END OF SECTION Standard Technical Specification August 2020 Television Inspection for Wastewater Mains 330132-1 SECTION 330510 TRENCHING, BACKFILLING AND COMPACTION PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to perform Trenching, Backfilling and Compaction operations for utility construction in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Items 107.20.3, 203 and 504. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Items 107.20.3, 203 and 504 B. Geotechnical report for the referenced project. 1.03 SUBMITTALS A. Trench safety plan in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 107.20.3.3. PART 2 - PRODUCTS Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 504.2. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 107.20.3, 203 and 504. B. Trenches shall be excavated by a trenching machine, backhoe or dragline, except in locations where hand trenching is required. The banks of trenches shall be vertical, to a point one foot (1') above the top of pipe. C. The excavation shall not advance more than three hundred feet (300') ahead of the completed and backfilled line. Pipe shall be laid in all trenches that have been opened before the end of each day's work, unless the Contractor secures written permission to do otherwise from the Inspector. D. The final backfill shall be moisture treated to a minimum of 3 percentage points above optimum moisture content at a minimum of 95 percent standard Proctor (ASTM D 698). 1 .3 R 1E, 001 DEVIS1 i 04Uf I D1►Y Kle1137V/u 1 D1►l I 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 504.7 for measurement of backfill. B. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 107.20.3.6 for measurement of trench safety. Standard Technical Specification September 2019 Trenching, Backfilling and Compaction 330510-1 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 504.7 for payment of backfill. B. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 107.20.3.6 for payment of trench safety. C. All excavation for utility installation shall be considered subsidiary to the utility bid item. No separate pay item for excavation, backfill and/or trenching, unless otherwise noted. END OF SECTION Standard Technical Specification September 2019 Trenching, Backfilling and Compaction 330510-2 SECTION 330523 TRENCHLESS UTILITY INSTALLATION PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install utility lines using trenchless installation methods in accordance with Public Works Construction Standards, NCTCOG, 5"' Edition, Item 503. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 5th Edition, Item 503 B. Standard Details included in the plans. 1.03 QUALITY ASSURANCE A. DESIGN CRITERIA The pipe casing (or carrier pipe on uncased bores) shall be designed by a Licensed Professional Engineer for the following loading conditions and applicable combinations thereof 1. Cooper's E-80 Railway loading or AASHTO HL93 loading as applicable 2. Earth loading with the height of fill above the casing as shown on the plans 3. Loads applied during jacking, including axial load from jacking 4. All other applicable loading conditions, including loads applied during transportation and handling. B. INSTALLER'S QUALIFICATIONS Installation shall be by a competent, experienced contractor or sub -contractor. The installation contractor shall have a satisfactory experience record of at least three (3) years engaged in similar work of equal scope. All welding shall be performed by a certified welder in the state of Texas. C. PERFORMANCE REQUIREMENTS Lateral or vertical variation in the final position of the pipe casing (or carrier pipe on uncased bores) from the line and grade established by the ENGINEER shall be permitted only to the extent of 1" in 10' feet, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.04 SUBMITTALS Submittals shall include: A. Shop drawings of the casing pipe (or carrier pipe for uncased bores) from the manufacturer. Shop drawings shall include calculations for the design of the casing pipe (or carrier pipe for uncased bores) by a Licensed Professional Engineer. Standard Technical Specification September 2019 Trenchless Utility Installation 330523-1 B. Provide Certificate of Adequacy of Design of casing and/or carrier pipe. C. Provide record data of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. D. Provide Pressure Grout material and method. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 503.2. B. High Density Polyethylene casing spacers are required unless otherwise specified. C. Steel casing pipe shall be new (or used if approved by the OWNER) and suitable for the purpose intended and shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A-36, ASTM A-570, ASTM A-135, ASTM A-139, or approved equal. D. Casing pipe shall be coated and lined with coal tar epoxy (15 mils min.) in accordance with AWWA C-210. Pipe joints shall be welded in accordance with AWWA C-206. After pipe is welded, coating shall be repaired. PART 3 - EXECUTION 3.01 GENERAL A. Refer to Public Works Construction Standards, NCTCOG, 5a' Edition, Item 503.3. B. All casing pipe joints shall be watertight with no water entering the casing from any sources prior to carrier pipe installation. C. The carrier pipe shall be installed within the casing between the limits indicated on the Plans to the specified lines and grades, and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities, and the public. D. Furnish all necessary equipment, power, water, and utilities for carrier pipe installation, insulator runner lubricant, grouting, and other associated Work required for the Contractor's methods of construction. E. Conduct all operations such that trucks and other vehicles do not interfere with traffic or create a dust or noise nuisance in the streets and to adjacent properties. Promptly clean up, remove, and dispose of spoils and slurry spillage and any slurry discharges. F. All Work shall be done so as not to disturb roadways, adjacent structures, landscaped areas, or existing utilities. Any damage shall be immediately repaired to original or better condition and to the satisfaction of Engineer. 3.02 INSTALLATION OF CARRIER PIPE A. Pipe Installation: Carrier pipe shall meet the requirements of the applicable Specification section. Remove all loose soil from casing. Grind smooth all rough welds at casing joints. Standard Technical Specification September 2019 Trenchless Utility Installation 330523-2 Provide casing spacers, or insulators, or other approved devices, as required, to prevent flotation, movement, or damage to the pipe during installation and annular space grout placement. Every individual pipe section should be supported by spacers as shown in the Town's Standard Details. Carrier pipe shall be installed without sliding or dragging it on the ground or in the casing in a manner that could damage the pipe. Coat the casing spacer runners with a non- corrosive/environmentally safe lubricant to minimize friction when installing the carrier pipe. B. Testing of Carrier Pipe: Testing of the carrier pipe joints shall be completed prior to the filling of the annular space between the casing and carrier pipe with grout. Pressure testing shall be performed in accordance with the specification for the selected pipe material. Any leakage found during this inspection shall be corrected. C. Backfill Annular Space with Grout: After the installation of the carrier pipe, the annular space (all voids) between the casing and the carrier shall be filled with grout so all remaining surfaces of the exterior carrier pipe wall and casing interior are in contact with the grout. Furnish the necessary grout, equipment, hoses, valves, and fittings for the backfilling operation. Grout shall be pumped through a pipe or hose. Use grout pipes, or other appropriate materials to avoid damage to carrier pipe during grouting. The grout shall be proportioned to flow and to completely fill all voids between the carrier pipe and the casing. The Contractor shall provide end seals, as approved by the Engineer at each end of the casing to contain the grout backfill. The end seals shall be designed to withstand the anticipated grouting pressure and be watertight to prevent groundwater from entering the casing. Block the carrier pipe during grouting to prevent flotation during grout installation. The Contractor shall also protect and preserve the interior surfaces of the casing from damage. It is the responsibility of the Contractor to submit to the Engineer sufficient information indicating all proposed equipment, materials, and the method for filling this void. 3.03 SAFETY A. The Contractor is responsible for safety on the job site. Perform all Work in accordance with the current applicable regulations of the Federal, State, and local agencies. In the event of conflict, comply with the more restrictive applicable requirement. B. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. Diesel, electrical, hydraulic, and air powered equipment is acceptable, subject to applicable local, state, and federal regulations. C. Methods of construction shall be such as to ensure the safety of the Work, Contractor's and other employees on site, and the public. D. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. Perform all required air and gas monitoring. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of toxic or flammable gasses in all underground work areas. E. Perform all Work in accordance with all current applicable regulations and safety requirements of the Federal, State, and local agencies. Comply with all applicable provisions of 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations, by OSHA. In the event of conflict, comply with the more stringent requirements. Standard Technical Specification September 2019 Trenchless Utility Installation 330523-3 F. The Contractor shall develop an emergency response underground in a shaft excavation or pipe. Keep on -site response in accordance with the agency having jurisdiction. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT plan for rescuing personnel trapped all equipment required for emergency A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 503.4. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 51h Edition, Item 503.4. END OF SECTION Standard Technical Specification September 2019 Trenchless Utility Installation 330523-4 SECTION 331113 DUCTILE IRON PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Ductile Iron Pipe and Fittings in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 501.7. and Item 506. 1.02 REFERENCES A. ANSI/AWWA C104/A21.4 - American National Standard for Cement - Mortar Lining for Ductile -Iron Pipe and Fittings for Water, Latest Revision. B. ANSI/AWWA C105/A21.5 - American National Standard for Polyethylene Encasement, Latest Revision. C. ANSI/AWWA C110/A21.10, AWWA Standard for Ductile -Iron and Gray -Iron Fittings, Latest Revision. D. ANSI/AWWA C111/A21.11, AWWA Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings, Latest Revision. E. ANSI/AWWA CI15/A21.15, AWWA Standard for Flanged Ductile -Iron Pipe with Ductile - Iron or Gray -Iron Threaded Flanges, Latest Revision. F. ANSI/AWWA C150/A21.50,8 American National Standard for the Thickness Design of Ductile -Iron Pipe, Latest Revision. G. ANSI/AWWA C151/A21.51, AWWA Standard for Ductile Iron Pipe, Centrifugally Cast, Latest Revision. H. ANSI/AWWA C153/A21.53, AWWA Standard for Ductile -Iron Compact Fittings for Water Service, Latest Revision. I. AWWA C600, Installation of Ductile -Iron Water Mains and Their Appurtenances, Latest Revision. J. AWWA C651, AWWA Standard for Disinfecting Water Mains, Latest Revision. K. AWWA Manual of Practice M41 Ductile -Iron Pipe and Fittings, Latest Revision. L. Public Works Construction Standards, NCTCOG, 4t' Edition, Items 501.7 and 506. 1.03 RELATED SECTIONS A. Section 330510 —Trenching, Backfilling and Compaction B. Section 331240 —Polyethylene Encasement Standard Technical Specification August 2020 Ductile Iron Pipe and Fittings 331113-1 C. Section 331245 —Tapping Sleeves for PVC and Ductile Iron Pipe D. Section 331260 —Mechanical Restraint for Ductile Iron Pipe 1.04 SUBMITTALS: Submittals shall be in accordance with the General Conditions and shall include the following: A. Submittals required prior to fabrication 1. Pipe design calculations sealed by a Licensed Engineer in the State of Texas. 2. Pipe layout drawings including horizontal stations and locations and vertical elevations sealed by a Licensed Engineer in the State of Texas. 3. Thrust restraint calculations sealed by a Licensed Engineer in the State of Texas. 4. Certification with full compliance with the specifications 5. Complete materials specification for each part to be furnished. 6. Technical Bulletins and Brochures 7. Statement of Warranty. 8. An estimated delivery date for the equipment (which shall be stated in calendar days after the releases date to the manufacturer). 9. Name, address, phone number, and fax number of manufacturer's representative. 10. Test to be run during manufacturing process B. Submittals required prior to Shipping 1. Certified copies of all test. 2. Lifting instructions 1.05 QUALITY ASSURANCE A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. 1.06 DELIVERY AND STORAGE A. Delivery and Storage shall be in accordance with AWWA C600 and AWWA Manual of Practice M41. PART 2 - PRODUCTS 2.01 DUCTILE IRON PIPE A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 501.7. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. Buried ductile iron pipe maybe mechanical joint, push -on joint, or restrained push -on joint. D. All ductile iron pipe shall be cement mortar lined in accordance with AWWA C104. E. All buried pipe shall be polyethylene encased in accordance with AWWA C105. Standard Technical Specification August 2020 Ductile Iron Pipe and Fittings 331113-2 F. The pressure rating, thickness class, net weight of pipe without lining, length of pipe and name of manufacturer shall be clearly marked on each pipe. 2.02 DUCTILE IRON FITTINGS A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 501.7. B. Mechanical joints shall be furnished complete with accessories. Bolts and nuts shall be Cor- Ten or stainless steel. C. Fittings shall be provided with bituminous exterior coating and cement -mortar lining inside with seal coat in accordance with AWWA C104. D. All buried fittings shall be polyethylene encased in accordance with AWWA C105. E. Unless otherwise specified, all fittings shall be of the mechanical joint type with a minimum pressure rating of 250 psi. PART 3-EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 4rh Edition, Item 505.1. and 502.4. 3.02 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 506. B. Jointing Push -On Pipe 1. Remove any foreign matter in the gasket seat of the socket, wipe gasket clean, flex gasket and place in socket with the large round end or bulb end entering first. 2. Seat gasket evenly around the inside of the socket with the groove fitted over the bead. Remove any bulges. 3. Apply a thin film of lubricant furnished by the pipe manufacturer to the inside surface of the gasket. No lubricant other than that furnished with the pipe by the pipe manufacturer will be allowed to be used. 4. Wipe plain end of pipe, to be entered; clean and place in approximate alignment with the bell of the pipe to which it is to be jointed. 5. Apply a thin film of the lubricant to the outside of the plain end about 1" back from the end. 6. Align the pipe and carefully enter the plain end into the socket until it just makes contact with the gasket. 7. Complete joint assembly by forcing the plain end of the entering pipe past the gasket until it makes contact with the bottom of the socket. 8. The maximum deflection at each joint shall not exceed 80% of manufacturer's recommendation. C. Jointing Mechanical Joint Pipe 1. After carefully cleaning both spigot and bell and after slipping the following ring and the gasket over the spigot end, the spigot shall be slipped into the bell. 2. A lubricant shall be applied to the spigot end to assist in the assembly as directed by the Inspector. Standard Technical Specification August 2020 Ductile Iron Pipe and Fittings 331113-3 3. The gasket shall be carefully seated by hand so as to be even in the bell at all points. 4. After drawing up the follower ring to uniform bearing against the gasket the bolts shall be inserted and tightened by hand in pairs using bolts opposite each other. 5. The nuts are to be tightened to hold the required pressure. Extension wrenches or pipes over wrench handles will not be permitted. Ten -inch (10") ratchet wrenches with a tension setting control shall be used to tighten the nuts unless other types of wrenches are approved by the Inspector. 6. The finished joint shall be neat and uniform and shall be watertight. D. Concrete thrust blocks and mechanically restrained joints shall be required to resist thrust forces at all horizontal and vertical bends, tees and other fittings. E. Water mains twelve inches (12") and smaller in the right-of-way near storm inlets shall be constructed behind the inlet by pulling the pipe using longitudinal bending in accordance with the manufacturer's requirements. F. The maximum deflection angle of pipe joints shall be restricted to 80% of the manufacturers' recommendation. Otherwise, horizontal bends will be required. G. Potable water mains and wastewater mains must be installed in separate trenches. H. New tracer wire shall be installed in the trench with all water mains with a terminal box located in each water main valve pad. 3.03 HYDROSTATIC TEST A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.5 alternative 2-hour testing in accordance with AWWA C600. B. The pump, pipe connection, and all necessary apparatus including gauges and meters shall be furnished by the Contractor. The City will furnish water for filling lines and making tests through existing mains. C. The test pressure shall be measured at the point of lowest elevation. D. Before applying the specified test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at the points of highest elevation and afterwards tightly plugged. E. At intervals during the test the entire route of the pipe line shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided, and the test shall be repeated until satisfactory results are obtained. 3.04 PURGING AND DISINFECTION A. Refer to Public Works Construction Standards, NCTCOG, 4" Edition, Item 506.7. B. The contractor is solely responsible for injecting the chlorine disinfectant into the conduit, monitoring the solution, collecting samples, and performing the water analysis by an approved laboratory. Standard Technical Specification August 2020 Ductile Iron Pipe and Fittings 331113-4 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 506.9.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 506.9.2. END OF SECTION Standard Technical Specification August 2020 Ductile Iron Pipe and Fittings 331113-5 SECTION 331114 PVC PIPE FOR WATER DISTRIBUTION PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Polyvinyl Chloride (PVC) Water Pipe For Water Distribution in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 501.14. 1.02 REFERENCES A. AWWA C900, AWWA Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 60 in. (100 mm through 1,500 mm) for Water Distribution or latest edition. B. Public Works Construction Standards, NCTCOG, 4' Edition, Item 501.14, 502.4.2, and 502.5 1.03 RELATED SECTIONS A. Section 330510 —Trenching, Backfilling and Compaction B. Section 331245 —Tapping Sleeves for PVC and Ductile Iron Pipe C. Section 331260 —Mechanical Restraint for PVC and Ductile Iron Pipe PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 501.14. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. Pipe shall be manufactured in the United States of America and shall be blue in color. WAR RIBM W4010181DWI 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 505. Land 502.4. 3.02 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4t<' Edition, Items 502.4 and 506. B. Concrete thrust blocks and mechanically restrained joints shall be required to resist thrust forces at all horizontal and vertical bends, tees and other fittings. C. Water mains twelve inches (12") and smaller in the right-of-way near storm inlets shall be constructed behind the inlet by pulling the pipe using longitudinal bending in accordance with the manufacturer's requirements. Standard Technical Specification August 2020 PVC Pipe for Water Distribution 331114-1 D. The maximum deflection angle of pipe joints shall be restricted to 80% of the manufacturers' recommendation. Otherwise, horizontal bends will be required. E. Potable water mains and wastewater mains must be installed in separate trenches. 3.03 HYDROSTATIC TEST A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 506.5 alternative 3-hour testing in accordance with AWWA C605. Testing pressure is 200 psi. B. After the pipe has been laid and backfilled, but prior to replacement of pavement, each valved section of newly laid pipe shall be subjected to a hydrostatic pressure test. C. Each valved section of pipe shall be slowly filled with water by means of a pump connected to the pipe in a satisfactory manner. D. The pump, pipe connection, and all necessary apparatus including gauges and meters shall be furnished by the Contractor. The City will furnish water for filling lines and making tests through existing mains. E. The test pressure shall be measured at the point of lowest elevation. F. Before applying the specified test pressure, all air shall be expelled from the pipe. To accomplish this, taps shall be made, if necessary, at the points of highest elevation and afterwards tightly plugged. G. At intervals during the test the entire route of the pipe line shall be inspected to locate any leaks or breaks. Any defective joints, cracked or defective pipe, fittings or valves discovered in consequence of this pressure test shall be removed and replaced with sound material in the manner provided, and the test shall be repeated until satisfactory results are obtained. 3.04 PURGING AND DISINFECTION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.7. B. The contractor is solely responsible for injecting the chlorine disinfectant into the conduit, monitoring the solution, collecting samples, and performing the water analysis by an approved laboratory. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.9.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 4t<' Edition, Item 506.9.2. END OF SECTION Standard Technical Specification August 2020 PVC Pipe for Water Distribution 331114-2 SECTION 331213 WATER SERVICE CONNECTIONS PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Water Service Connections in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.10. 1.02 REFERENCES A. AWWA C800, AWWA Standard for Underground Service Line Valves and Fittings B. AWWA C901, Polyethylene Pressure Pipe and Tubing, 1 in. Through 3 in. for Water Service, Latest Revision. C. Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.10 D. City of Frisco Standard Detail for Typical Service Connection. PART 2 - PRODUCTS A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Items 501.10 and 501.21. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. Water service pipe shall be polyethylene tubing with detectable tracing wire. D. Tracing wire shall be 10 AWG Standard with HDPE coating. E. Tape for the tracing wire shall be polypropylene. F. Service couplings, meter valves and corporation stops shall be "no -lead brass" fittings. 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.10.3. B. Tracer wire shall be attached to the polyethylene tubing with two independent, continuous, spiral -wound polypropylene tape layers. C. Bullhead services that branch at the end of a service line to serve two or more customers will not be allowed. 3.02 CONSTRUCTION A. Service taps shall be made after the mains have been laid. Standard Technical Specification August 2020 Water Service Connections 331213-1 B. A tapping saddle shall be used to connect service lines to pipe mains. C. The service pipe shall be placed at a minimum depth of twenty-four inches (24") under the finished grade except where the service pipe shall pass under the curb. At this point the service pipe shall be a minimum of twenty-four inches (24") under the top of curb or a minimum of six inches (6") under the bottom of the curb and gutter section, or lime stabilized subgrade whichever is greater. D. Excessive bending of the service pipe, which will injure or reduce the cross sectional area of the pipe, will not be permitted. E. The length of the service pipe shall extend from the main to a point two feet (2') back of the street curb or to the property line if no curb exists, unless shown otherwise on the plans. F. The service pipe shall be continuous with no fittings under paving. G. If there is a curb, the curb shall be sawcut with "I" and marked with good quality blue paint at the point where the service pipe passes the curb. H. Sand embedment shall be required two feet (2') on either side of the service saddle all the way around the water main. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.10.3.2.2. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.10.3.2.2. END OF SECTION Standard Technical Specification August 2020 Water Service Connections 331213-2 SECTION 331216 AIR RELEASE VALVES FOR POTABLE WATER SYSTEMS AND WASTEWATER FORCE MAINS PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Air Release Valves For Potable Water Systems in accordance with Public Works Construction Standards, NCTCOG, 4r' Edition, Item 502.6.3. 1.02 REFERENCES A. AWWA C512, AWWA Standard for Air Release, Air/Vacuum, and Combination Air Valves for Water and Wastewater Service, Latest Revision. B. Public Works Construction Standards, NCTCOG, 4'' Edition, Item 502.6.3 C. City of Frisco's Standard Details for Combination Air Vacuum Valves. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.6.3. B. Refer to City of Frisco Approved Materials List, Latest Edition. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 41h Edition, Item 502.6.6.2. PART 4 - MEASUREMENT AND PAYMENT !911�uI9LRis) R91UIglob I A. Refer to Public Works Construction Standards, NCTCOG, 4t'' Edition, Item 502.6.8. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 4tn Edition, Item 502.6.8. END OF SECTION Standard Technical Specification August 2020 331216-1 Air Release Valves for Potable Water Systems and Wastewater Force Mains SECTION 331217 RESILIENT SEATED GATE VALVES PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Resilient Seated Gate Valves for potable water systems in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.6.2. 1.02 REFERENCES A. AWWA C509, AWWA Standard for Resilient Seated Gate Valves for Water Supply Service, Latest Revision. B. AWWA C515, AWWA Standard for Reduced Wall, Resilient Seated Gate Valves for Water Supply Service, Latest Revision. C. Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.6.2 D. City of Frisco's Standard Detail for Gate Valves. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.6.2. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. Valve boxes shall be three (3) piece screw type cast iron of the extension type. The three (3) pieces shall consist of the top section, bottom section and cover. PART 3-EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.6.6.1. B. All valve locations shall be marked with a "V" sawcut on the curb or pavement. The "V" shall point to the location of the valve as follows: Valve in pavement Upright "V" Valve outside pavement Upside Down "V" C. Valve boxes over four feet (4') deep shall require extensions. Valve box extensions shall be cast iron. PVC pipe is not allowed. 3.02 HYDROSTATIC TEST Standard Technical Specification August 2020 Resilient Seated Gate Valves 331217-1 A. Gate valves shall be tested at a hydrostatic test pressure of 400 psi and shall be guaranteed for 200 psi working pressure. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.6.8. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.6.8. END OF SECTION Standard Technical Specification August 2020 Resilient Seated Gate Valves 331217-2 SECTION 331218 BUTTERFLY VALVES PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Butterfly Valves For Potable Water Systems in accordance with Public Works Construction Standards, NCTCOG, 4r' Edition, Item 502.6.5. 1.02 REFERENCES A. AWWA C504, AWWA Standard for Rubber -Seated Butterfly Valves, Latest Revision B. Public Works Construction Standards, NCTCOG, 4'' Edition, Item 502.6.5 C. City of Frisco's Standard Detail for Butterfly Valves. PART2-PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.6.5. B. Refer to City of Frisco's Approved Material List, Latest Edition. C. Butterfly valves shall be Mueller Model Series 3211 or M&H Model Series 4500/1450 or approved equal. Valves shall be Class 250. D. Valve boxes shall be three (3) piece screw type cast iron of the extension type. The three (3) pieces shall consist of the top section, bottom section and cover. PART 3-EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.6.6. B. All valve locations shall be marked with a "V" sawcut on the curb or pavement. The "V" shall point to the location of the valve as follows: Valve in pavement Upright "V" Valve outside pavement Upside Down "V" C. The butterfly valve operator shall face away from the curb line on all installations. D. Valve boxes over four feet (4') deep shall require extensions. Valve box extensions shall be cast iron. PVC pipe is not allowed. Standard Technical Specification August 2020 Butterfly Valves 331218-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4t1i Edition, Item 502.6.8. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.6.8. END OF SECTION Standard Technical Specification August 2020 Butterfly Valves 331218-2 SECTION 331219 FIRE HYDRANTS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Fire Hydrants in accordance with Public Works Construction Standards, NCTCOG, 5th Edition, Item 502.3. 1.02 REFERENCES A. AWWA C502, AWWA Standard for Dry -Barrel Fire Hydrants, Latest Revision B. Public Works Construction Standards, NCTCOG, 5`h Edition, Item 502.3 C. Standard Details for Fire Hydrants. D. Town's Fire Department requirements. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5`' Edition, Item 502.3. B. Hydrant barrel inside diameter shall not be less than 7 1/4". C. All hydrants shall be equipped with two (2) hose nozzles and one (1) steamer nozzle. The hose nozzles shall be two and one-half inches (2 '/2") nominal I.D. National Standard Thread. Pumper nozzle shall be four inches (4") nominal I.D. National Standard Thread. All nozzles shall be mechanically attached. D. All fire hydrants shall open by turning to the left (counter -clockwise). E. All hydrants shall be of the breakable type. F. All hydrants shall have a 4 mil epoxy coating on the interior of the shoe. PART 3 - EXECUTION A. Refer to Public Works Construction Standards, NCTCOG, 5'h Edition, Item 502.3.2. B. Fire hydrants shall be installed so the breakaway point will be no less than four inches (4") and no greater than eight inches (8") above the final grade elevation. If grade adjustments aremade during residential or commercial construction, the fire hydrant shall be adjusted by builder to meet breakaway requirements listed previously before obtaining certificate ofoccupancy. Standard Technical Specification September 2019 Fire Hydrants 331219-1 C. Fire hydrants shall be located a minimum of two feet (2') and a maximum of six feet (6') from the fire lane or public roadway, based on the location of the sidewalk. The fire hydrant shall not be located in the sidewalk. D. All fire hydrants shall be installed so that the steamer connection will face the fire lane or public roadway. E. Fire hydrants shall be located no closer than ten feet (10') from the curb return at street or firelane intersections. F. A blue reflector shall be placed just off center of the street or fire lane opposite fire hydrants. At intersections, reflectors shall be placed on both roadways opposite fire hydrant. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 502.3.3. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 502.3.3. END OF SECTION Standard Technical Specification September 2019 Fire Hydrants 331219-2 SECTION 331240 POLYETHYLENE ENCASEMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install polyethylene encasement around metal pipe and fittings in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.8. 1.02 REFERENCES A. AWWA C 105, AWWA Standard for Polyethylene Encasement for Ductile Iron Pipe Systems. B. Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.8 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.8.1. B. Refer to City of Frisco Approved Materials List, latest Edition. C. The polyethylene encasement may be in tube or sheet form and shall have a minimum thickness of 8 mils. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4t'' Edition, Item 502.8.2. B. The polyethylene seams and overlaps shall be wrapped and held in place by 2" wide plastic backed adhesive tape with 2 foot wide overlaps. C. The wrap on the barrel of the pipe shall be loose enough to allow the polyethylene encasement to shift with the soil. D. The polyethylene encasement shall be installed without breaks, tears or holes. WAR R 1[005 1 KVIN -*9 04u 104►h Kle17 7r'/u I Nel 1 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.8.4. !104110 7_ ►�i AMLITI A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.8.4. END OF SECTION Standard Technical Specification August 2020 Polyethylene Encasement 331240-1 SECTION 331245 TAPPING SLEEVES FOR PVC AND DUCTILE IRON PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install tapping sleeves for polyvinyl chloride (PVC) and ductile iron water pipe in accordance with Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.6. 1.02 REFERENCES A. ANSI/AWWA C110/A21.10, AWWA Standard for Ductile -Iron and Gray -Iron Fittings, Latest Revision. B. ANSI/AWWA C111/A21.11, AWWA Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings, Latest Revision. C. Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.6 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.10.2.3. B. Refer to City of Frisco Approved Materials List, Latest Edition. PART 3 - EXECUTION wll�IM11r:IaW.111016121 A. Tapping shall only be allowed if cutting in a tee to the main line is not an option. B. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 506.6. C. Size on size taps for twelve inches and smaller will be allowed and shall be installed per all the manufactures recommendations. D. Taps must be at least one nominal size smaller than the water main being tapped for connections to water mains larger than twelve inches (12") in diameter. E. The minimum size tap allowed on water mains twenty inches (20") and larger shall be six inch (6"). F. No tapping sleeves allowed on asbestos cement water mains. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT Standard Technical Specification August 2020 Tapping Sleeves for PVC and Ductile Iron Pipe 331245-1 A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 506.9.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 506.9.2. END OF SECTION Standard Technical Specification August 2020 Tapping Sleeves for PVC and Ductile Iron Pipe 331245-2 SECTION 331260 MECHANICAL RESTRAINT FOR PVC AND DUCTILE IRON PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install thrust restraint for polyvinyl chloride (PVC) and ductile iron water pipe in accordance with Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.4.2. 1.02 REFERENCES A. ANSI/AWWA C110/A21.10, AWWA Standard for Ductile -Iron and Gray -Iron Fittings, Latest Revision. B. ANSI/AWWA C111/A21.11, AWWA Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings, Latest Revision. C. Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.4.2 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.4. B. Refer to City of Frisco Approved Materials List, Latest Edition. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.4. B. Concrete thrust blocks and mechanically restrained joints shall be required to resist thrust forces at all horizontal and vertical bends, tees and other fittings. C. Concrete thrust blocking shall be poured against undisturbed earth and will not bear against the backfill or bedding of another utility. PART 4 - MEASUREMENT AND PAYMENT ! III] �:L`i1170UIQ211 A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.4.4. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.4.4. END OF SECTION Standard Technical Specification August 2020 Mechanical Restraint for PVC and Ductile Iron Pipe 331260-1 SECTION 333109 WASTEWATER LATERAL CONNECTIONS PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Wastewater Lateral Connections in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.10.4. 1.02 REFERENCES A. ASTM D3034 Standard Specification for Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings, Latest Revision B. Public Works Construction Standards, NCTCOG, 4t1i Edition, Item 502.10.4 C. City of Frisco Standard Details for Wastewater Laterals. PART2-PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 501.18. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. Wastewater laterals shall be PVC SDR 35 in accordance with ASTM D3034 or PVC SDR 26 in accordance with ASTM D2241. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.10.4. B. The wastewater lateral shall extend from the wastewater main to the customer's property line. The elevation of the wastewater lateral at the property line shall be at such a depth that will provide for a lateral from the proposed building site with a minimum grade of one percent (1%) and a maximum grade of one and one-half percent (1.5%) from the building site to the property line. A depth in excess of six feet (6') at the property line is not approved. C. If there is a curb, the curb shall be sawcut with "II" and marked with good quality green paint at the point where the wastewater lateral passes under the curb. D. A standard wastewater lateral connection shall consist of the service wye or tee and necessary fittings. E. All residential wastewater laterals shall be extended to a point ten feet (10') from the back of the property line at a maximum depth of four feet (4'). The lateral shall then be extended at a forty-five degree angle to four feet (4') above the finished grade and capped. Standard Technical Specification August 2020 Wastewater Lateral Connections 333109-1 F. Fittings are not permitted on wastewater service laterals between the wye and the property line. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.10.4.3. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.10.4.3. END OF SECTION Standard Technical Specification August 2020 Wastewater Lateral Connections 333109-2 SECTION 333110 PVC PIPE FOR GRAVITY WASTEWATER MAINS PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Polyvinyl Chloride (PVC) Pipe for Gravity Wastewater Mains in accordance with Public Works Construction Standards, NCTCOG, 5h Edition, Items 501.17, 505 and 507. 1.02 REFERENCES A. ASTM D3034 Standard Specification for Type PSM Polyvinyl Chloride (PVC) Sewer Pipe and Fittings, Latest Revision B. ASTM F679 Standard Specification for Polyvinyl Chloride (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings, Latest Revision C. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications D. Public Works Construction Standards, NCTCOG, 4t' Edition, Items 501.17, 505 and 507 1.03 RELATED SECTIONS A. Section 330510 —Trenching, Backfilling and Compaction B. Section 330131 — Wastewater and Manhole Testing C. Section 330132 —Television Inspection for Wastewater Mains 173:71w409:Z171111"K 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Items 501.17. B. All gravity PVC wastewater pipe shall be green in color. PART 3-EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 5t' Edition, Items 505 and 507. B. The construction of all wastewater mains shall begin at the outlet or lower end, unless otherwise directed by the Inspector. C. Appurtenances shall be constructed as soon as the wastewater main of which they are a part is constructed to their locations. Upon request by the Contractor, the Inspector may permit Standard Technical Specification August 2020 PVC Pipe for Gravity Wastewater Mains 333110-1 postponement of the construction of manholes on wastewater mains, and the Contractor shall, without additional cost to the Owner, lay the pipe continuously through the manhole location. D. The construction of appurtenances in advance of construction of the wastewater line will not be permitted. E. No connecting wastewater main shall project beyond the inside surface of the wastewater mains or appurtenances. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 51 Edition, Item 507.6.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5th Edition, Item 507.6.2. END OF SECTION Standard Technical Specification August 2020 PVC Pipe for Gravity Wastewater Mains 333110-2 SECTION 333115 PRESSURE RATED PVC PIPE FOR GRAVITY WASTEWATER MAINS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Pressure Rated Polyvinyl Chloride (PVC) Pipe For Gravity Wastewater Mains in accordance with Public Works Construction Standards, NCTCOG, 5' Edition, Items 501.15, 505 and 507. 1.02 REFERENCES A. ASTM D2241 Standard Specification for Polyvinyl Chloride (PVC) Pressure Rated Pipe (SDR Series), Latest Revision B. ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals, Latest Revision C. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity Flow Applications D. Public Works Construction Standards, NCTCOG, 5' Edition, Items 501.15 1.03 RELATED SECTIONS A. Section 330510 —Trenching, Backfilling and Compaction B. Section 330131 — Wastewater and Manhole Testing C. Section 330132 —Television Inspection for Wastewater Mains PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 5' Edition, Items 501.15. B. Refer to City of Frisco Approved Materials List, Latest Edition. PART 3-EXECUTION 9111j�K/1►P*vY %Ir*]016121 A. Refer to Public Works Construction Standards, NCTCOG, 5tn Edition, Items 505 and 507. B. The construction of all wastewater mains shall begin at the outlet or lower end, unless otherwise directed by the Inspector. Standard Technical Specification Pressure Rated PVC Pipe August 2020 for Gravity Wastewater Mains 333115-1 C. Appurtenances shall be constructed as soon as the wastewater main of which they are a part is constructed to their locations. Upon request by the Contractor, the Inspector may permit postponement of the construction of manholes on wastewater mains, and the Contractor shall, without additional cost to the Owner, lay the pipe continuously through the manhole location. D. The construction of appurtenances in advance of construction of the wastewater line will not be permitted. E. No connecting wastewater main shall project beyond the inside surface of the wastewater mains or appurtenances. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 51 Edition, Item 507.6.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 5' Edition, Item 507.6.2. END OF SECTION Standard Technical Specification Pressure Rated PVC Pipe August 2020 For Gravity Wastewater Mains 333115-2 SECTION 333130 CENTRIFUGALLY CAST FIBERGLASS REINFORCED PIPE FOR GRAVITY WASTEWATER MAINS PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Centrifugally Cast Fiberglass Reinforced Pipe For Gravity Wastewater Mains in accordance with Public Works Construction Standards, NCTCOG, 51 Edition, Items 501.24, 505 and 507. 1.02 REFERENCES A. ASTM D3262 Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting Resin) Sewer Pipe, Latest Revision B. ASTM D4161 Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric Seals, Latest Revision C. ASTM D3840 Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Fittings for Non pressure Applications D. Public Works Construction Standards, NCTCOG, 4t1i Edition, Items 501.24, 505 and 507 PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 41' Edition, Item 501.24. B. Refer to City of Frisco Approved Materials List, Latest Edition. PART 3-EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Items 505 and 507. B. The construction of all wastewater mains shall begin at the outlet or lower end, unless otherwise directed by the Inspector. C. Appurtenances shall be constructed as soon as the wastewater main of which they are a part is constructed to their locations. Upon request by the Contractor, the Inspector may permit postponement of the construction of manholes on wastewater mains, and the Contractor shall, without additional cost to the Owner, lay the pipe continuously through the manhole location. D. The construction of appurtenances in advance of construction of the wastewater line will not be permitted. E. No connecting wastewater main shall project beyond the inside surface of the wastewater mains or appurtenances. Standard Technical Specification Centrifugally Cast Fiberglass Reinforced Pipe August 2020 for Gravity Wastewater Mains 333130-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 507.6.1. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 507.6.2. END OF SECTION Standard Technical Specification August 2020 Centrifugally Cast Fiberglass Reinforced Pipe 333130-2 for Gravity Wastewater Mains SECTION 333913 WASTEWATER MANHOLE FRAMES AND COVERS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Wastewater Manhole Frames and Covers in accordance with Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.1.3. 1.02 REFERENCES A. ASTM A48 Standard Specification for Gray Iron Castings, Latest Revision B. Public Works Construction Standards, NCTCOG, 4'' Edition, Item 502.1.3 C. City of Frisco Standard Details for Manhole Lid and Frame 1.03 RELATED SECTIONS A. Section 333914 — Cast -in -Place Concrete Manholes B. Section 333915 —Precast Concrete Manholes PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.1.3. B. Refer to City of Frisco's Approved Material List, Latest Edition. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.4. B. For sanitary sewers with diameter less than 27 inches, all wastewater manhole frame and covers shall be installed with inflow protection inserts. WAR R 1K, 001 W.V'U17 BMu I B1►Y Kle17 7M•/03 1 D1►Y Y 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4tn Edition, Item 502.1.6. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1.6. END OF SECTION Standard Technical Specifications August 2020 Wastewater Manhole Frames and Covers 333913-1 SECTION 333914 CAST -IN -PLACE CONCRETE MANHOLES PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Cast - In -Place Concrete Manholes in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 4t' Edition, Item 502.1 1.03 RELATED SECTIONS A. Section 333913 —Wastewater Manhole Frames and Covers B. Section 330131 —Wastewater and Manhole Testing PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.4.1.1. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. A manhole -pipe connection must use water tight, size on size resilient connectors that allow for differential settlement and must conform to ASTM C923. D. A manhole located in a roadway or other paved area subject to vehicular traffic must meet or exceed the American Association of State Highways and Transportation Officials standard M- 306 for load bearing. PART 3-EXECUTION 4111l 41610f.91I RON I M e I A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.4. B. For fifteen inch (15") to twenty-seven inch (27") wastewater mains, the manhole shall have a minimum diameter of five feet (5'). C. For wastewater mains larger than twenty-seven inches (27"), the manhole shall have a minimum diameter of six feet (6'). D. Manholes deeper that fifteen feet (15') shall have a minimum diameter of five feet (5'). Standard Technical Specification August 2020 Cast -In -Place Concrete Manholes 333914-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1.6. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1.6. END OF SECTION Standard Technical Specification August 2020 Cast -In -Place Concrete Manholes 333914-2 SECTION 333915 PRECAST CONCRETE MANHOLES PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Precast Concrete Manholes in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1. 1.02 REFERENCES A. ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections, Latest Revision B. Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.1 1.03 RELATED SECTIONS A. Section 333913 —Wastewater Manhole Frames and Covers B. Section 330131 —Wastewater and Manhole Testing PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.1.1. B. Refer to City of Frisco Approved Materials List, Latest Edition. C. A manhole -pipe connection must use water tight, size on size resilient connectors that allow for differential settlement and must conform to ASTM C923. D. A manhole located in a roadway or other paved area subject to vehicular traffic must meet or exceed the American Association of State Highways and Transportation Officials standard M-306 for load bearing. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.4. B. For fifteen inch (15") to twenty-seven inch (27") wastewater mains, the manhole shall have a minimum diameter of five feet (5'). C. For wastewater mains larger than twenty-seven inches (27"), the manhole shall have a minimum diameter of six feet (6'). D. Manholes deeper that fifteen feet (15') shall have a minimum diameter of five feet (5'). E. The exterior of all concrete manholes shall be coated with bituminous waterproofing material. Standard Technical Specification August 2020 Precast Concrete Manholes 333915-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.1.6. 4.02 PAYMENT A. Refer to Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1.6. END OF SECTION Standard Technical Specification August 2020 Precast Concrete Manholes 333915-2 SECTION 333916 FIBERGLASS MANHOLES PART 1-GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Fiberglass Manholes in accordance with Public Works Construction Standards, NCTCOG, 41 Edition, Item 502.1. 1.02 REFERENCES A. Public Works Construction Standards, NCTCOG, 4t1i Edition, Item 502.1 B. City of Frisco's Standard Details for Fiberglass Manholes. PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to Public Works Construction Standards, NCTCOG, 4' Edition, Item 502.1.1.2. B. Requirements to Item 502.1.1.2.1 are to manufacture the fiberglass manholes as a one piece unit that includes a fiberglass bottom. C. Requirements to Item 502.1.1.2.1 are to manufacture the fiberglass manholes with the stub - outs installed at the manufacturing plant. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.4. B. Meet all requirements of TCEQ §217.55 Manholes and Related Structures. 1J�:711[Sulal:�.Y1�;7�Mu1�1►Y1I:��1�7J�•/u1�1►Y1 4.01 MEASUREMENT A. Refer to Public Works Construction Standards, NCTCOG, 4th Edition, Item 502.1.6. [A90.p VIVAu191aII A. Refer to Public Works Construction Standards, NCTCOG, 4tb Edition, Item 502.1.6. END OF SECTION Standard Technical Specification August 2020 Fiberglass Manholes 333916-1 SECTION 334113 REINFORCED CONCRETE PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Reinforced Concrete Pipe in accordance Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 464. 1.02 REFERENCES A. TxDOT Items 400, 402, 403, 420, 464, 467, and 473 B. Section 330510 Trenching, Backfilling and Compaction C. Standard Detail for Storm Drain Embedment and Backfill. D. TxDOT standard details included in the plans. PART2-PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 464.2. PART 3 - EXECUTION 3.01 PREPARATION AND INSTALLATION A. Refer to TxDOT Item 464.3. The Excavation, Shaping, Bedding, and Backjill section references TxDOT Item 400. 3.02 INSPECTION A. After compaction and subgrade preparation but prior to paving, television inspections tests are required on all storm sewer mains laterals and culverts as identified on the construction plans. The minimum information to be provided to the Owner and Town's inspectors, in both text and video form, are line designation, length, slope, and joints. Any line or lines found to be defective will be corrected and another television inspection shall be performed at the contractor's expense PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 464.4. Standard Technical Specification September 2019 Reinforced Concrete Pipe 334113-1 4.02 PAYMENT A. Refer to TxDOT 464.5. END OF SECTION Standard Technical Specification September 2019 Reinforced Concrete Pipe 334113-2 SECTION 334114 THERMOPLASTIC STORM WATER PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Thermoplastic Storm Water Pipe and Fittings in accordance Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Special Specification 4122 and Public Works Construction Standards, NCTCOG, 5th Edition, Item 501.23. 1.02 REFERENCES A. TxDOT Special Specification 4122 B. Public Works Construction Standards, NCTCOG, 5th Edition, Item 501.23 PART 2 - PRODUCTS 2.01 PIPE A. Refer to Public Works Construction Standards, NCTCOG, 5 h Edition, Items 501.23.2 Materials, 501.23.3 Stiffness, and 501.23.4 Joints. 2.02 END SECTIONS A. Refer to TxDOT Special Specification 4122.3. PART 3 - EXECUTION 3.01 PREPARATION AND INSTALLATION A. Refer to TxDOT Special Specification 4122.4. For installation of thermoplastic storm water pipe, requirements of this section take precedence over requirements of the Technical Specification 330510 and Standard Detail on Embedment `B" (Storm). B. For pipe installations beneath and adjacent to roadways, provide safety end treatments in accordance with TxDOT Special Specification 4122.3. 3.02 INSPECTION A. After compaction and subgrade preparation but prior to paving, television inspections testsare required on all storm sewer mains, laterals and culverts as identified on the construction plans. The minimum information to be provided to the Owner and Town's inspectors, in both text and video form, are line designation, length, slope, and joints. Any line or lines found to be defective will be corrected and another television inspection shall be performed at the contractor's expense. Standard Technical Specification September 2019 Thermoplastic Storm Water Pipe 334114-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Special Specification 4122.5. 4.02 PAYMENT A. Refer to TxDOT Special Specification 4122.6. END OF SECTION Standard Technical Specification September 2019 Thermoplastic Storm Water Pipe 334114-2 SECTION 334200 REINFORCED BOX CULVERT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Reinforced Box Culverts in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 462. 1.02 REFERENCES A. TxDOT Items 400, 402, 403, 420, 421, 440, 462, 464, 466, 467 and 473 B. TxDOT Standard Details 1.03 RELATED SECTIONS A. Section 033105 —Concrete Structures —Cast-in-Place (TxDOT) PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 462.2 PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 462.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 462.4. 4.02 PAYMENT A. Refer to TxDOT 462.5. END OF SECTION Standard Technical Specification September 2019 Reinforced Box Culvert 334200-1 SECTION 334913 STORM SEWER MANHOLES PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Storm Sewer Manholes in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 465 (TxDOT Details) and Public Works Construction Standards, NCTCOG, 5th Edition, Item 502 (NCTCOG Details). 1.02 REFERENCES A. For TxDOT Standard Details: TxDOT Items 421, 440, 465, and 471 B. TxDOT Standard Details. C. For NCTCOG Standard Details: NCTCOG Items 502, 504, and 702 D. NCTCOG Standard Details. 1.03 RELATED SECTIONS A. Section 033100 —Concrete Structures —Cast-in-Place (Town) B. Section 033105 —Concrete Structures —Cast-in-Place (TxDOT) C. Section 034100 —Concrete Structures —Precast (Town) D. Section 034105 — Concrete Structures — Precast (TxDOT) PART 2-PRODUCTS Pffll�ulrtl9l:11F."I y A. Refer to TxDOT 465.2. B. Refer to NCTCOG 502 and 504. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 465.3. B. Refer to NCTCOG 502.1 and 504. PART 4 - MEASUREMENT AND PAYMENT Standard Technical Specification September 2019 Storm Sewer Manholes 334913-1 4.01 MEASUREMENT A. Refer to TxDOT 465.4. B. Refer to NCTCOG 502.1. 4.02 PAYMENT A. Refer to TxDOT 465.5. B. Refer to NCTCOG 502.1. END OF SECTION Standard Technical Specification September 2019 Storm Sewer Manholes 334913-2 SECTION 334914 HEADWALLS AND WINGWALLS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Headwalls and Wingwalls in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges-TxDOT Item 466. 1.02 REFERENCES A. TxDOT Items 420, 421, 430, 432, 440, 464, and 466 C. TxDOT Standard Details included in the plans. 1.03 RELATED SECTIONS A. Section 033105 —Concrete Structures —Cast-in-Place (TxDOT) PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 466.2. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 466.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 466.4. 4.02 PAYMENT A. Refer to TxDOT 466.5. END OF SECTION Standard Technical Specification September 2019 Headwalls and Wingwalls 334914-1 SECTION 334915 SAFETY END TREATMENT PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Safety End Treatment in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges -Item 467. 1.02 REFERENCES A. TxDOT 400, 420, 421, 432, 440, 442, 445, 460, 464, and 467 B. TxDOT Standard Details included in the plans. 1.03 RELATED SECTIONS A. Section 033105 —Concrete Structures — Cast -in -Place (TxDOT) PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT 467.2. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 467.3. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 467.4. 4.02 PAYMENT A. Refer to TxDOT 467.5. END OF SECTION Standard Technical Specification September 2019 Safety End Treatment 334915-1 SECTION 334920 STANDARD AND RECESSED CURB INLETS AND OTHER INLETS PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Standard and Recessed Curb Inlets and Other Inlets in accordance with Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges Item 465 (TxDOT Details) or Public Works Construction Standards, NCTCOG, 51 Edition, Item 702 (NCTCOG Detail). 1.02 REFERENCES A. TxDOT Items 400, 402, 420, 424, 464, 467, and 467 (TxDOT Details) B. NCTCOG Item 702 (NCTCOG Detail) B. Standard Detail for Standard Storm Drain Embedment and Backfill. C. NCTCOG or TxDOT standard details included in the plans. 1.03 RELATED SECTIONS A. Section 034105 — Concrete Structures — Precast (TxDOT) B. Section 033100 —Concrete Structures — Cast -In -Place (Town) PART 2 - PRODUCTS P01I ulrtl9l:11F."I y A. Refer to TxDOT 465.2. B. Refer to NCTCOG 702. PART 3 - EXECUTION 3.01 PREPARATION A. Refer to TxDOT 465.3. B. Refer to NCTCOG 702. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT 465.4. Standard Technical Specification September 2019 Standard and Recessed Curb Inlets and Other Inlets 334920-1 B. Refer to NCTCOG Item 702. 4.02 PAYMENT A. Refer to TxDOT 465.5. B. Refer to NCTCOG Item 702. END OF SECTION Standard Technical Specification September 2019 Standard and Recessed Curb Inlets and Other Inlets 334920-2 SECTION 344113 INSTALLATION OF HIGHWAY TRAFFIC SIGNAL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install a Traffic Signal in accordance with TxDOT Item 680. 1.02 REFERENCES A. TxDOT Items 502, 610, 636, 656, 680, 684, 686, 687, 688, 6006, and 6266 C. TxDOT's Standard Details included in the plans. D. Traffic Signal Plans 1.03 RELATED SECTIONS A. Section 260500 — Electric Conductor B. Section 260501 — Electric Service C. Section 270500 — Conduit D. Section 033101 —Drilled Shaft Foundation E. Section 344125 — Vehicle and Pedestrian Signal Heads F. Section 344130 — Traffic Signal Cable G. Section 344135 — Ground Box H. Section 347113 — Barricade, Signs, and Traffic Handling 1.04 SUBMITTALS A. Shop Drawings for all traffic signal equipment as required by the Town (5 copies). B. Shop Drawings for street signs (except illuminated signage) (5 copies). PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Items 502, 610, 636, 656, 680, 684, 686, 687, 688, 6006, and 6266. B. The Contractor shall furnish and install the pedestal pole and push button station pole assembly. Standard Technical Specification September 2019 Installation of Highway Traffic Signal 344113-1 C. The contractor shall furnish and install the APS push button assemblies and signs. D. All traffic signal mast arm poles, pedestal poles, push button station poles, and APS push button assemblies shall be powder coated. The powder coat paint shall be RAL9017 (TRAFFIC BLACK) or Town approved equal. All assemblies that are to be powder coated shall be hot dipped galvanized to ASTM 123 and 153 specifications. Once galvanizing is completed, all exposed surfaces shall be mechanically etched by blast cleaning to remove mill scale, impurities and non-metallic foreign materials. All surfaces visually exposed are to be coated with a urethane or Triglycidyl (TGIC) Polyester Powder to a minimum film thickness of 2.0 mils. The coating shall be electrostatically applied and cured in a gas fired convention oven by heating the steel substrate to between 350 and 400 degrees Fahrenheit. E. Roadway Illumination Assemblies (TxDOT Item 610): Luminaire ballasts shall be rated for operation at 240 volts. Luminaire lamps for this project shall be LED. The luminaire housings shall be powder coated using RAL 9017 (traffic black) paint or Town approved equal. The covers for the luminaries shall be a clear flat -glass insert. When luminaires are to be installed on steel mast arm poles, a separate terminal strip in the signal pole access compartment shall be provided. The terminal strip shall be 4 circuit Buchanan Type 104SN or Kulka Type 985-GP-4 CU or equivalent. Sections of TxDOT standards RID (LUM1) and RID (LUM2) that pertain to High- Pressure Sodium (BPS) specifications are not applicable to this project. The conductors from the service pole to the terminal strip shall be No. 8 XHHW wires. The conductors from the terminal strip to the luminaire shall be No. 12 XHHW wires. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Items 502, 610, 636, 656, 680, 684, 686, 687, 688, 6006, and 6266. B. This project shall consist of furnishing and installing all materials and equipment necessary for a complete signal system at the proposed location. In addition to these Items, the contractor shall be responsible for the following: Standard Technical Specification September 2019 Installation of Highway Traffic Signal 344113-2 1. Furnishing and installing all signs for mounting on signal mast arms, pedestal poles, push button station poles, and existing sign posts. These signs shall be furnished in accordance with TxDOT Item 636 (subsidiary). Signs shall be mounted with ASTRO-SIGN BRAC or SIGNFIX Aluminum Channel or Town approved equal. The standard street name signs shall have 12" upper case and 12" lower case lettering with clearview hwy 3w font (unless otherwise shown on the plans). Illuminated street name signs (ILSN) and mounting hardware will be provided by the Town. The Contractor shall be responsible for installation of ILSN. 2. During the 30-day test period, the Contractor shall utilize qualified personnel to respond to and diagnose all trouble calls. The Contractor shall repair any malfunctions to signal equipment supplied on the project. A local telephone number (not subject to frequent changes) where trouble calls are to be received on a 24-hour basis shall be provided to the Town by the Contractor. The Contractor's response time to reported calls shall be within a reasonable travel time from a Dallas address, but not more than two (2) hours maximum. Appropriate repairs shall be made within 24 hours. The contractor shall keep a record of each trouble call reported in the logbook provided by the Town. The Contractor shall notify the Town of each trouble call. The error log in the malfunction management unit (MMU) shall not be cleared during the 30-day test period without the approval of the Town. 3. The existing "stop" signs, shall be removed after the traffic signals are in operation and returned to the Town as noted. 4. The contractor shall connect all field wiring to the controller assembly. The Town will assist in determining how the detector loop lead-in cables are to be connected (i.e., series or parallel). The Town will program the controller for operation, hook up the conflict monitor, detector units, and other equipment in the controller cabinet and turn on the controller. When using Town supplied controllers, the contractor shall have a qualified technician on the project site to place the traffic signals in operation. 5. All detection equipment including cameras, processor system, set-up system, and detection cable will be provided by the Town. The contractor shall be responsible for installing and making the detection operational. The Town will set-up detection zones with Contractor's assistance in aiming cameras and radar units. 6. The Contractor shall provide at least 48 hours of notice to the Town for pick-up of the Town supplied equipment. 7. All nuts installed on the anchor bolts for traffic signal pole assemblies need to be installed using an air impact wrench followed by two impacts from a striker wrench. 8. The Contractor shall install the traffic signal pole and mast arm assemblies furnished by the Town. 9. Erection of poles, luminaries and structures located near any overhead or underground utilities shall be accomplished using established industry and utility safety practices. The Contractor shall consult with the appropriate utility company and the Town prior to beginning such work. 10. No extra compensation will be allowed for fulfilling the requirements stated above. Standard Technical Specification September 2019 Installation of Highway Traffic Signal 344113-3 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item will be measured on a Lump Sum (LS) basis. B. Contractor shall submit a Schedule of Values prior to beginning any work on this project. 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit price for "Installation of Highway Traffic Signal." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete this work. END OF SECTION Standard Technical Specification September 2019 Installation of Highway Traffic Signal 344113-4 SECTION 344125 VEHICLE AND PEDESTRIAN SIGNAL HEADS PART 1 - GENERAL 1.01 DESCRIPTION A. All labor, equipment, tools and superintendence necessary to furnish and install Vehicle and Pedestrian Signal Heads. 1.02 REFERENCES A. TxDOT Item 682 B. TxDOT's Standard Details included in the plans. C. Traffic Signal Plans 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signals PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 682. B. Contractor shall supply the vehicle and pedestrian signal heads, LEDs backplates, and mounting hardware. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 682. B. The Contractor shall install all vehicle and pedestrian signal heads, LEDs, and backplates. C. No exposed cable or wiring will be permitted. D. Signal heads mounted on poles and mast arms shall be level and plumb and aimed as directed bythe Town. E. The signal head to mast arm connection must allow for adjustment about the horizontal and vertical axis F. All mast arm mounted signal heads shall be turned down and all other signal heads shall be covered with burlap or other material approved by the Town until placed into operation. Standard Technical Specification September 2019 Vehicle and Pedestrian Signal Heads 344125-1 PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Item 682. 4.02 PAYMENT A. All work performed in accordance with this Item will be paid for at the unit bid price for "Vehicle And Pedestrian Signal Heads," at the size and type specified. This price is full compensation for all labor, equipment, tools, and superintendence necessary to complete the work. END OF SECTION Standard Technical Specification September 2019 Vehicle and Pedestrian Signal Heads 344125-2 SECTION 344130 TRAFFIC SIGNAL CABLE PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install a Traffic Signal Cable. 1.02 REFERENCES A. TxDOT Item 684 B. TxDOT's Standard Details included in the plans. C. Traffic Signal Plans 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signal PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 684. B. Individual conductors shall be No. 14 AWG. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 684. B. The conductors in the Traffic Signal Cable shall be stranded. C. Each cable shall be identified as shown on the plans (CABLE 1, etc.) With permanent marking labels (PANDUIT TYPE PLM STANDARD SINGLE MARKER TIE, THOMAS & BETTS TYPE 5512M or equivalent) at each ground box and controller PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Item 684. Standard Technical Specification September 2019 Traffic Signal Cable 344130-1 4.02 PAYMENT A. Refer to TxDOT Item 684. END OF SECTION Standard Technical Specification September 2019 Traffic Signal Cable 344130-2 SECTION 344135 GROUND BOX PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Ground Boxes for Traffic Signals and/or Street Lighting. 1.02 REFERENCES A. TxDOT Items 421, 440 and 624 B. TxDOT's Standard Details included in the plans. C. Traffic Signal Plans and/or Street Lighting Plans. 1.03 RELATED SECTIONS A. Section 344113 — Installation of Highway Traffic Signal PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 624. B. All ground boxes used for lighting shall have "LIGHTING" and "DANGER -HIGH VOLTAGE" imprinted on the cover. C. All ground boxes used for signals shall have "SIGNALS" and "DANGER-HIGHVOLTAGE" imprinted on the cover. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 624. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a per Each (EA) basis for each Ground Box, complete in place. Standard Technical Specification September 2019 Ground Box 344135-1 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Ground Box," of the size and type specified. This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete the work, including installing the ground box and concrete apron. END OF SECTION Standard Technical Specification September 2019 Ground Box 344135-2 SECTION 344140 TEMPORARY TRAFFIC SIGNAL PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish, install,operate, maintain, reconfigure, and remove a Temporary Traffic Signal. 1.02 REFERENCES A. TxDOT Items 625, 627, and 681 B. TxDOT's Standard Details included in the plans. C. Traffic Signal Plans PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Items 625, 627, and 681. PART 3 - EXECUTION 3.01 INSTALLATION A. Refer to TxDOT Item 625, 627, and 681. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. Refer to TxDOT Item 681. 4.02 PAYMENT A. Refer to TxDOT Item 681. END OF SECTION Standard Technical Specification September 2019 Temporary Traffic Signal 344140-1 SECTION 344150 SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Small Roadside Sign Supports and Assemblies. 1.02 REFERENCES A. TxDOT Items 421, 440, 441, 442, 445, 634, 636, 643, 644, and 656 B. Standard Details included in the plans. C. Signing Plans PART 2 - PRODUCTS 2.01 MATERIALS A. Refer to TxDOT Item 644. B. The Contractor shall provide field galvanizing and metalizing equipment, per TxDOT Item 445, at all times and shall make repairs to galvanized surfaces according to these specifications at intervals as directed by the Town. C. Any signs required that on not detailed on the plan sheets shall be in conformance with the most recent Texas MUTCD and the "Standard Highway Sign Designs for Texas." D. Individual units requiring cleaning shall be washed with an approved cleaning solution to remove all grease, oil, dirt, smears, streaks, debris, and other foreign particles. PART 3 - EXECUTION tjto]� 1►6111GI N A:110 to] ►I A. Refer to TxDOT Item 644. PART 4 - MEASUREMENT AND PAYMENT �Wv 1 ZERO) 7 0 u 1:12111 A. Refer to TxDOT Item 644 and as indicated in the Contract Documents. Standard Technical Specification September 2019 Small Roadside Supports and Assemblies 344150-1 4.02 PAYMENT A. Refer to TxDOT Item 644 and as indicated in the Contract Documents. END OF SECTION Standard Technical Specification September 2019 Small Roadside Supports and Assemblies 344150-2 SECTION 347113 BARRICADES, SIGNS, AND TRAFFIC HANDLING PART 1 - GENERAL 1.01 DESCRIPTION A. All material, labor, equipment, tools and superintendence necessary to furnish and install Barricades, Signs, and Traffic Handling in accordance with the Contract Documents. 1.02 REFERENCES A. TxDOT Item 502. B. TxDOT's Standard Details C. Construction Plans and Details PART 2 - PRODUCTS 2.01 MATERIALS A. All traffic control devices requiring reflective sheeting shall have Type C -high specific intensity sheeting for signs with white backgrounds and Type E -fluorescent prismatic sheeting for signs with orange backgrounds. PART 3 - EXECUTION 3.01 IMPLEMENTATION A. Refer to TxDOT Item 502. B. The Traffic Control Plan (TCP) shall be in accordance with the standard plan sheets WZ(BTS-1) & WZ(BTS-2) for signals, and as provided for in the latest edition of Texas Manual on Uniform Traffic Control Devices for Streets and Highways (TMUTCD). C. Barricades and warning signs, as appropriate, shall be placed at stockpiles to adequately warn motorists. At all stockpile sites that are less than 30 feet from the edge of any traveled lane, a Type III barricade shall be erected immediately in front of or at each end if required by the Town. When a stockpile site equals or exceeds 100 feet in length, one object marker (OM- 2HP) per 100 feet shall be placed alongside the stockpile. D. All traffic control signs shall be clean and legible, and maintained clean and legible throughout the construction phases. E. The Contractor shall plan his or her work sequence in a manner that will cause the minimum interference with traffic during construction operations. Before beginning work, the Contractor shall submit, for approval by the Town, a plan of construction operations outlining in detail a sequence of work to be followed, setting out the method of handling traffic along, across, and adjacent to work. Standard Technical Specification September 2019 Barricades, Signs, and Traffic Handling 347113-1 F. If, at any time during construction, the Contractor's proposed plan of operation for handling traffic does not provide for safe, comfortable movement, the Contractor shall immediately change its operations to correct the unsatisfactory condition. G. Subject to the approval of the Town and in accordance with the plans, portions of this project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. H. During construction, the Contractor shall furnish, place, and maintain vertical panels or drums as indicated in the plans along the edge of pavements and fills in accordance with the latest edition of TMUTCD. The vertical panels shall be supplemented with lights as directed by Town. I. The contractor will be responsible for all traffic control devices necessary (regardless of if in plans and\or details or not) to safely move traffic and be compliant with TxDOT and Texas MUTCD standards. This includes vertical panels, barrels, signs, mobile message signs, etc. J. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. The designs of these supports shall be in compliance with current TxDOT and Texas MUTCD standards and are subject to the approval of the Town. K. The Contractor shall provide and maintain flaggers at such points and for such periods of timeas may be required to provide for the safety and convenience of public travel and contractor's personnel, and as shown on the plans or as directed by the Town. These flaggers shall be located at each end of the lane closure and shall be properly attired. The two flaggers shall be in two-way radio contact with each other at all times. L. The Contractor will not be permitted to commence work on the road before sunrise and shall arrange his work so that no machinery or equipment shall be closer than 30 feet to the traveled roadway after sunset except as authorized by the Town. The Contractor must comply with the Town's Noise Ordinance at all times. M. The Contractor shall keep traveled surfaces used in his hauling operation clear and free of dirt or other material. N. The use of rubber -tired equipment, licensed for operation on public highways, will be required for moving dirt and other materials along or across paved surfaces. O. Where the Contractor desires to move any equipment not licensed for operation on public highways on or across any pavement, the Contractor shall protect the pavement from all damage as directed by the Town. P. No lane closures will be allowed prior to 9:00 a.m. or after 3:30 p.m., Monday through Friday unless otherwise directed by the Town. PART 4 - MEASUREMENT AND PAYMENT 4.01 MEASUREMENT A. This Item shall be measured on a Lump Sum (LS) basis or on a Monthly (MO) basis as indicated in the Contract Documents. Standard Technical Specification September 2019 Barricades, Signs, and Traffic Handling 347113-2 4.02 PAYMENT A. All work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for `Barricades, Signs, and Traffic Handling." This price is full compensation for all material, labor, equipment, tools and superintendence necessary to complete all work including, but not limited to, signage, barricades, flagmen, temporary pavement markers and markings, detours, and temporary pavement. END OF SECTION Standard Technical Specification September 2019 Barricades, Signs, and Traffic Handling 347113-3 100 Item 100 Preparing Right of Way 1. DESCRIPTION Texas Qepa of Transnmentponafron Prepare the right of way and designated easements for construction operations by removing and disposing of all obstructions when removal of such obstructions is not specifically shown on the plans to be paid by other Items. 2. CONSTRUCTION Protect designated features on the right of way and prune trees and shrubs as directed. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. Treat cuts on trees with an approved tree wound dressing within 20 min. of making a pruning cut or otherwise causing damage to the tree when shown on the plans. Follow all local and state regulations when burning. Pile and burn brush at approved locations as directed. Coordinate work with state and federal authorities when working in state or national forests or parks. Test, remove, and dispose of hazardous materials in accordance with Article 6.10., "Hazardous Materials." Clear areas shown on the plans of all obstructions, except those landscape features that are to be preserved. Such obstructions include remains of houses and other structures, foundations, floor slabs, concrete, brick, lumber, plaster, septic tank drain fields, basements, abandoned utility pipes or conduits, equipment, fences, retaining walls, and other items as specified on the plans. Remove vegetation and other landscape features not designated for preservation, curb and gutter, driveways, paved parking areas, miscellaneous stone, sidewalks, drainage structures, manholes, inlets, abandoned railroad tracks, scrap iron, and debris, whether above or below ground. Removal of live utility facilities is not included in this Item. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage. Notify the Engineer in writing when items not shown on the plans and not reasonably detectable (buried with no obvious indication of presence) are encountered and required to be removed. These items will be handled in accordance with Article 4.5., "Differing Site Conditions." Remove obstructions not designated for preservation to 2 ft. below natural ground in areas receiving embankment. Remove obstructions to 2 ft. below the excavation level in areas to be excavated. Remove obstructions to 1 ft. below natural ground in all other areas. Cut trees and stumps off to ground level when allowed by the plans or directed. Plug the remaining ends of abandoned underground structures over 3 in. in diameter with concrete to form a tight closure. Backfill, compact, and restore areas where obstructions have been removed unless otherwise directed. Use approved material for backfilling. Dispose of wells in accordance with Item 103, "Disposal of Wells." Accept ownership, unless otherwise directed, and dispose of removed materials and debris at locations off the right of way in accordance with local, state, and federal requirements. 3. MEASUREMENT This Item will be measured by the acre; by the 100-ft. station, regardless of the width of the right of way; or by each tree removed. 100 4. PAYMENT For "acre" and "station" measurement, the work performed in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Preparing Right of Way." For "each" measurement, the work performed in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Preparing Right of Way (Tree)" of the diameter specified. This price is full compensation for pruning of designated trees and shrubs; removal and disposal of structures and obstructions; backfilling of holes; furnishing and placing concrete for plugs; and equipment, labor, tools, and incidentals. Total payment of this Item will not exceed 10% of the original contract amount until final acceptance. The remainder will be paid on the estimate after the final acceptance under Article 5.12., "Final Acceptance." 104 Item 104 Texas Removing Concrete �p�E of Transporfatron 1. DESCRIPTION Break, remove, and salvage or dispose of existing hydraulic cement concrete. 2. CONSTRUCTION Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw -cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations unless otherwise shown on the plans. 3. MEASUREMENT Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 4. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Removing Concrete" of the type specified. This price is full compensation for breaking the concrete; loading, hauling, and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing retaining wall footings will not be paid for directly but will be considered subsidiary to this Item. 110 Item 110 e�xaE aExcavation � ofapTnsporon 1. DESCRIPTION Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross -sections. 2. CONSTRUCTION Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section. Correct any damage to the subgrade caused by weather at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. 2.1. Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods," unless excavation is to clean homogenous rock at finish subgrade elevation. Use approved embankment material compacted in accordance with Section 132.3.4., "Compaction Methods," to replace undercut material at no additional cost if excavation extends below finish subgrade. 2.2. Earth Cuts. Excavate to finish subgrade. Scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation in areas where base or pavement structure will be placed on subgrade. Manipulate and compact subgrade in accordance with Section 132.3.4., "Compaction Methods." Take corrective measures as directed if unsuitable material is encountered below subgrade elevations. 2.3. Subgrade Tolerances. Excavate to within 1/2 in. in cross-section and 1/2 in. in 16 ft. measured longitudinally for turnkey construction. Excavate to within 0.1 ft. in cross-section and 0.1 ft. in 16 ft. measured longitudinally for staged construction. 3. MEASUREMENT This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Limits of measurement for excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. C ;7_Vlivil4ZIII l The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation (Roadway)," "Excavation (Channel)," "Excavation (Special)," or "Excavation (Roadway and Channel)." This price is full compensation for 110 authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. Drying required deeper than 6 in. below subgrade elevation will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, "Embankment," is not included in the Contract, payment for replacement of unsuitable material will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." When a slide not due to the Contractor's negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Excavation in backfill areas of retaining walls will not be measured or paid for directly but will be subsidiary to pertinent Items. 106 340 Item 340 im* 0 Texas Dense -Graded Hot -Mix Asphalt (Small Quantity) Oepartmenf of Transporfafion 1. DESCRIPTION Construct a hot -mix asphalt (HMA) pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. This specification is intended for small quantity (SQ) HMA projects, typically under 5,000 tons total production. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources and before changing any material source or formulation. The Engineer will verify that the specification requirements are met when the Contractor makes a source or formulation change, and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6, "Control of Materials." 2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate, or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex-100-E for crushed gravel or crushed stone. The Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project. The Engineer will establish the Surface Aggregate Classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex-200-F, Part II. 2.1.1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC) are preapproved for use. Use only the rated values for hot -mix listed in the BRSQC. Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in hot -mix asphalt. For sources not listed on the Department's BRSQC: ■ build an individual stockpile for each material; ■ request the Department test the stockpile for specification compliance; and ■ once approved, do not add material to the stockpile unless otherwise approved. Provide aggregate from non -listed sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements only apply to aggregates used on the surface of travel lanes. SAC requirements apply to aggregates used on surfaces other than travel lanes when shown on the plans. The SAC for sources on the Department's Aggregate Quality Monitoring Program (AQMP) (Tex-499-A) is listed in the BRSQC. 340 2.1.1.1. Blending Class A and Class B Aggregates. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source when blending Class A and B aggregates to meet a Class A requirement. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. Coarse aggregate from RAP and Recycled Asphalt Shingles (RAS) will be considered as Class B aggregate for blending purposes. The Engineer may perform tests at any time during production, when the Contractor blends Class A and B aggregates to meet a Class A requirement, to ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source. The Engineer will use the Department's mix design template, when electing to verify conformance, to calculate the percent of Class A aggregate retained on the No. 4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production. The Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles. The Engineer may perform spot checks using the gradations supplied by the Contractor on the mixture design report as an input for the template; however, a failing spot check will require confirmation with a stockpile gradation determined by the Engineer. 2.1.2. Intermediate Aggregate. Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate. Supply intermediate aggregates, when used that are free from organic impurities. The Engineer may test the intermediate aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. Supply intermediate aggregate from coarse aggregate sources, when used that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). 2.1.3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. No more than 15% of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate, with the exception of field sand, from coarse aggregate sources that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex-460-A) and flat and elongated particles (Tex-280-F). 340 Table 1 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC Tex-499-A AQMP As shown on the plans Deleterious material, %, Max Tex-217-F, Part 1 1.5 Decantation, %, Max Tex-217-F, Part 11 1.5 Micro-Deval abrasion, % Tex-461-A Note 1 Los Angeles abrasion, %, Max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, %, Max Tex-411-A 30 Crushed face count,z %, Min Tex-460-A, Part 1 85 Flat and elongated particles @ 5:1, %, Max Tex-280-F 10 Fine Aggregate Linear shrinkage, %, Max Tex-107-E 3 Combined Aggregate3 Sand equivalent, %, Min Tex-203-F 45 1. Not used for acceptance purposes. Optional test used by the Engineer as an indicator of the need for further investigation. 2. Only applies to crushed gravel. 3. Aggregates, without mineral filler, RAP, RAS, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2.2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash unless otherwise shown on the plans. Use no more than 1 % hydrated lime if a substitute binder is used unless otherwise shown on the plans or allowed. Test all mineral fillers except hydrated lime and fly ash in accordance with Tex-107-E to ensure specification compliance. The plans may require or disallow specific mineral fillers. Provide mineral filler, when used, that: ■ is sufficiently dry, free -flowing, and free from clumps and foreign matter as determined by the Engineer; ■ does not exceed 3% linear shrinkage when tested in accordance with Tex-107-E; and ■ meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 2.3. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. 2.4. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt specified on the plans. 2.5. Tack Coat. Furnish CSS-1 H, SS-1 H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Specialized or preferred tack coat materials may be allowed or required when shown on the plans. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. The Engineer will obtain at least one sample of the tack coat binder per project in accordance with Tex-500-C, Part III, and test it to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain the sample from the asphalt distributor immediately before use. 340 2.6. Additives. Use the type and rate of additive specified when shown on the plans. Additives that facilitate mixing, compaction, or improve the quality of the mixture are allowed when approved. Provide the Engineer with documentation, such as the bill of lading, showing the quantity of additives used in the project unless otherwise directed. 2.6.1. Lime and Liquid Antistripping Agent. When lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 2.6.2. Warm Mix Asphalt (WMA). Warm Mix Asphalt (WMA) is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the Department's MPL. WMA is allowed for use on all projects and is required when shown on the plans. When WMA is required, the maximum placement or target discharge temperature for WMA will be set at a value below 275°F. Department -approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 275°F; however, such mixtures will not be defined as WMA. 2.7. Recycled Materials. Use of RAP and RAS is permitted unless otherwise shown on the plans. Do not exceed the maximum allowable percentages of RAP and RAS shown in Table 4. The allowable percentages shown in Table 4 may be decreased or increased when shown on the plans. Determine asphalt binder content and gradation of the RAP and RAS stockpiles for mixture design purposes in accordance with Tex-236-F. The Engineer may verify the asphalt binder content of the stockpiles at any time during production. Perform other tests on RAP and RAS when shown on the plans. Asphalt binder from RAP and RAS is designated as recycled asphalt binder. Calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 5 during mixture design and HMA production when RAP or RAS is used. Use a separate cold feed bin for each stockpile of RAP and RAS during HMA production. Surface, intermediate, and base mixes referenced in Tables 4 and 5 are defined as follows: ■ Surface. The final HMA lift placed at or near the top of the pavement structure; ■ Intermediate. Mixtures placed below an HMA surface mix and less than or equal to 8.0 in. from the riding surface; and ■ Base. Mixtures placed greater than 8.0 in. from the riding surface. 2.7.1. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2 in. sieve. Fractionated RAP is defined as 2 or more RAP stockpiles, divided into coarse and fine fractions. Use of Contractor -owned RAP, including HMA plant waste, is permitted unless otherwise shown on the plans. Department -owned RAP stockpiles are available for the Contractor's use when the stockpile locations are shown on the plans. If Department -owned RAP is available for the Contractor's use, the Contractor may use Contractor -owned fractionated RAP and replace it with an equal quantity of Department -owned RAP. This allowance does not apply to a Contractor using unfractionated RAP. Department -owned RAP generated through required work on the Contract is available for the Contractor's use when shown on the plans. Perform any necessary tests to ensure Contractor- or Department -owned RAP is appropriate for use. The Department will not perform any tests or assume any liability for the quality of the Department -owned RAP unless otherwise shown on the plans. The Contractor will retain ownership of RAP generated on the project when shown on the plans. The coarse RAP stockpile will contain only material retained by processing over a 3/8-in. or 1/2-in. screen unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8-in. or 1/2-in. screen unless otherwise approved. The Engineer may allow the Contractor to use an alternate to the 3/8-in. 340 or 1/2-in. screen to fractionate the RAP. The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Do not use Department- or Contractor -owned RAP contaminated with dirt or other objectionable materials. Do not use Department- or Contractor -owned RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with Tex-406-A, Part I. Determine the plasticity index in accordance with Tex-106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction or ignition. Do not intermingle Contractor -owned RAP stockpiles with Department -owned RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Department -owned RAP to the designated stockpile location. Table 4 Maximum Allowable Amounts of RAP' Maximum Allowable Fractionated RAP z % Maximum Allowable Unfractionated RAPS Surface Intermediate Base Surface intermediate Base 20.0 30.0 40.0 10.0 10.0 10.0 1. Must also meet the recycled binder to total binder ratio shown in Table 5. 2. Up to 5% RAS may be used separately or as a replacement for fractionated RAP. 3. Unfractionated RAP may not be combined with fractionated RAP or RAS. 2.7.2. RAS. Use of post -manufactured RAS or post -consumer RAS (tear -offs) is permitted unless otherwise shown on the plans. Up to 5% RAS may be used separately or as a replacement for fractionated RAP in accordance with Table 4 and Table 5. RAS is defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re -roofing residential structures. Post -manufactured RAS is processed manufacturer's shingle scrap by-product. Post -consumer RAS is processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the TCEQ. RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 3/8 in. sieve when tested in accordance with Tex-200-F, Part I. Perform a sieve analysis on processed RAS material before extraction (or ignition) of the asphalt binder. Add sand meeting the requirements of Table 1 and Table 2 or fine RAP to RAS stockpiles if needed to keep the processed material workable. Any stockpile that contains RAS will be considered a RAS stockpile and be limited to no more than 5.0% of the HMA mixture in accordance with Table 4. Certify compliance of the RAS with DMS-11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines." Treat RAS as an established nonhazardous recyclable material if it has not come into contact with any hazardous materials. Use RAS from shingle sources on the Department's MPL. Remove substantially all materials before use that are not part of the shingle, such as wood, paper, metal, plastic, and felt paper. Determine the deleterious content of RAS material for mixture design purposes in accordance with Tex-217-F, Part III. Do not use RAS if deleterious materials are more than 0.5% of the stockpiled RAS unless otherwise approved. Submit a sample for approval before submitting the mixture design. The Department will perform the testing for deleterious material of RAS to determine specification compliance. 2.8. Substitute Binders. Unless otherwise shown on the plans, the Contractor may use a substitute PG binder listed in Table 5 instead of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: ■ the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.10., "Performance -Graded Binders;" and ■ the mixture has less than 10.0 mm of rutting on the Hamburg Wheel test (Tex-242-F) after the number of passes required for the originally specified binder. Use of substitute PG binders may only be allowed at the discretion of the Engineer if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. 340 Table 5 Allowable Substitute PG Binders and Maximum Recycled Binder Ratios Originally Specified PG Binder Allowable Substitute PG Binder Maximum Ratio of Recycled Binder' to Total Binder /o Surface Intermediate Base HMA 76 222 64-22 20.0 20.0 20.0 �_M-2:22or 70-28 or 64-28 30.0 35.0 40.0 70-222 64-22 20.0 20.0 20.0 64-28 or 58-28 30.0 35.0 40.0 64-222 58-28 30.0 35.0 40.0 76-282 70-28 or 64-28 20.0 20.0 20.0 64-34 30.0 35.0 40.0 70-282 64-28 or 58-28 20.0 20.0 20.0 64-34 or 58-34 30.0 35.0 40.0 64-282 58-28 20.0 20.0 20.0 58-34 30.0 35.0 40.0 WMA3 76-222 70-22 or 64-22 30.0 35.0 40.0 70-222 64-22 or 58-28 30.0 35.0 40.0 64-224 58-28 30.0 35.0 40.0 76-282 70-28 or 64-28 30.0 35.0 40.0 70-282 64-28 or 58-28 30.0 35.0 40.0 64-284 58-28 1 30.0 35.0 40.0 1. Combined recycled binder from RAP and RAS. 2. Use no more than 20.0% recycled binder when using this originally specified PG binder. 3. WMA as defined in Section 340.2.6.2., "Warm Mix Asphalt (WMA)." 4. When used with WMA, this originally specified PG binder is allowed for use at the maximum recycled binder ratios shown in this table. 3. EQUIPMENT Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 4. CONSTRUCTION Produce, haul, place, and compact the specified paving mixture. In addition to tests required by the specification, Contractors may perform other QC tests as deemed necessary. At any time during the project, the Engineer may perform production and placement tests as deemed necessary in accordance with Item 5, "Control of the Work." Schedule and participate in a pre -paving meeting with the Engineer on or before the first day of paving unless otherwise directed. 4.1. Certification. Personnel certified by the Department -approved hot -mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 6. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2 certified specialist. 340 Table 6 Test Methods. Test Resoonsibilitv. and Minimum Certification Levels Test Description I Test Method Contractor Engineer Level' 1. Aggregate and Recycled Material Testin Sampling Tex-221-F ✓ ✓ 1A Dry sieve Tex-200-F, Part I ✓ ✓ 1A Washed sieve Tex-200-F, Part II ✓ ✓ 1A Deleterious material Tex-217-F, Parts I & III ✓ ✓ 1A Decantation Tex-217-F, Part II ✓ ✓ 1A Los Angeles abrasion Tex-410-A ✓ TOOT Magnesium sulfate soundness Tex-411-A ✓ TOOT Micro-Deval abrasion Tex-461-A ✓ 2 Crushed face count Tex-460-A ✓ ✓ 2 Flat and elongated particles Tex-280-F ✓ ✓ 2 Linear shrinkage Tex-107-E ✓ ✓ 2 Sand equivalent Tex-203-F ✓ ✓ 2 Organic impurities Tex-408-A ✓ ✓ 2 2. Asphalt Binder & Tack Coat Sampling Asphalt binder sampling Tex-500-C, Part II ✓ ✓ 1AI1B Tack coat sampling Tex-500-C, Part III ✓ ✓ 1A/1 B 3. Mix Design & Verification Design and JMF changes Tex-204-F ✓ ✓ 2 Mixing Tex-205-F ✓ ✓ 2 Molding TGC Tex-206-F ✓ ✓ 1A Molding SGC Tex-241-F ✓ ✓ 1A Laboratory -molded density Tex-207-F ✓ ✓ 1A VMAZ calculation only) Tex-204-F ✓ ✓ 2 Rice gravity Tex-227-F ✓ ✓ 1A Ignition oven correction factors3 Tex-236-F ✓ ✓ 2 Indirect tensile strength Tex-226-F ✓ ✓ 2 Hamburg Wheel test Tex-242-F ✓ ✓ 2 Boil test Tex-530-C ✓ ✓ 1A 4. Production Testing Mixture sampling Tex-222-F ✓ ✓ 1A Molding TGC Tex-206-F ✓ 1A Molding SGC Tex-241-F ✓ 1A Laboratory -molded density Tex-207-F ✓ 1A VMAz calculation only) Tex-204-F ✓ 1A Rice gravity Tex-227-F ✓ 1A Gradation & asphalt binder content3 Tex-236-F Tex-212-F ✓ 1A Moisture content ✓ 1A Hamburg Wheel test Tex-242-F ✓ 2 Boil test Tex-530-C ✓ 1A 5. Placement Testing Trimming roadway cores Tex-207-F ✓ ✓ 1A/113 In lace air voids Tex-207-F ✓ 1A/113 Establish rolling pattern Tex-207-F ✓ 1 B Ride quality measurement Tex-1001-S ✓ ✓ Note 4 1. Level 1 A, 1 B, and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Voids in mineral aggregates. 3. Refer to Section 340.4.8.3., "Production Testing," for exceptions to using an ignition oven. 4. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when Surface Test Type B is specified. 4.2. Reporting, Testing, and Responsibilities. Use Department -provided templates to record and calculate all test data pertaining to the mixture design. The Engineer will use Department templates for any production and placement testing. Obtain the current version of the templates at http://www.txdot.gov/inside-txdoUforms- publications/consultants-contractors/forms/site-manager.html or from the Engineer. 340 The maximum allowable time for the Engineer to exchange test data with the Contractor is as given in Table 7 unless otherwise approved. The Engineer will immediately report to the Contractor any test result that requires suspension of production or placement or that fails to meet the specification requirements. Subsequent mix placed after test results are available to the Contractor, which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3., "Conformity with Plans, Specifications, and Special Provisions." Table 7 Reporting Schedule Descri tion Reported By Reported To To Be Reported Within Production Testing Gradation Engineer Contractor 1 working day of completion of the test Asphalt binder content Laboratory -molded density VMA calculation HamburgWheel test Moisture content Boil test Binder tests Placement Testing In -place air voids Engineer Contractor 1 working day of completion of the test' 1. 2 days are allowed if cores cannot be dried to constant weight within 1 day. 4.3. Mixture Design. 4.3.1. Design Requirements. The Contractor may design the mixture using a Texas Gyratory Compactor (TGC) or a Superpave Gyratory Compactor (SGC) unless otherwise shown on the plans. Use the dense -graded design procedure provided in Tex-204-F. Design the mixture to meet the requirements listed in Tables 1, 2, 3, 4, 5, 8, 9, and 10. 4.3.1.1. Target Laboratory -Molded Density When The TGC Is Used. Design the mixture at a 96.5% target laboratory -molded density. Increase the target laboratory -molded density to 97.0% or 97.5% at the Contractor's discretion or when shown on the plans or specification. 4.3.1.2. Design Number of Gyrations (Ndesign) When The SGC Is Used. Design the mixture at 50 gyrations (Ndesign). Use a target laboratory -molded density of 96.0% to design the mixture; however, adjustments can be made to the Ndesign value as noted in Table 9. The Ndesign level may be reduced to no less than 35 gyrations at the Contractor's discretion. Use an approved laboratory from the Department's MPL to perform the Hamburg Wheel test in accordance with Tex-242-F, and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. The Engineer will provide the mixture design when shown on the plans. The Contractor may submit a new mixture design at any time during the project. The Engineer will verify and approve all mixture designs (JMF1) before the Contractor can begin production. Provide the Engineer with a mixture design report using the Department -provided template. Include the following items in the report: ■ the combined aggregate gradation, source, specific gravity, and percent of each material used; ■ asphalt binder content and aggregate gradation of RAP and RAS stockpiles; ■ the target laboratory -molded density (or Ndesign level when using the SGC); ■ results of all applicable tests; 340 ■ the mixing and molding temperatures; ■ the signature of the Level 2 person or persons that performed the design; ■ the date the mixture design was performed; and ■ a unique identification number for the mixture design. Table 8 Master Gradation Limits % Passing by Weight or Volume and VMA Requirements Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 2" 100.0' — — — — 1-1/2" 98.0-100.0 100.0' — — — V 78.0-94.0 98.0-100.0 100.0' — — 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 100.0' — 1/2" 50.0-70.0 — — 98.0-100.0 100.0' 3/8" — 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 22.0-36.0 29.043.0 32.0-44.0 35.046.0 38.048.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA, % Minimum 13.0 1 14.0 15.0 16.0 Production Plant -Produced VMA, % Minimum 7 12.5 1 13.5 1 14.5 15.5 1. Defined as maximum sieve size. No tolerance allowed. Table 9 Laboratory Mixture Design Properties Mixture Property Test Method Requirement Target laboratory -molded density, %TGC Tex-207-F 96.5' Design gyrations (Ndesign for SGC Tex-241-F 502 Indirect tensile strength (dry), psi Tex-226-F 85-2003 Boil testa Tex-530-C — 1. Increase to 97.0% or 97.5% at the Contractor's discretion or when shown on the plans or specification. 2. Adjust within a range of 35-100 gyrations when shown on the plans or specification or when mutually agreed between the Engineer and Contractor. 3. The Engineer may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 mm. 4. Used to establish baseline for comparison to production results. May be waived when approved. Table 10 Hamburg Wheel Test Requirements High -Temperature Binder Grade Test Method Minimum # of Passes @ 12.5 mm' Rut Depth, Tested @ 50°C PG 64 or lower Tex-242-F 10,0002 PG 70 15,0003 PG 76 or higher 20,000 1. When the rut depth at the required minimum number of passes is less than 3 mm, the Engineer may require the Contractor to increase the target laboratory -molded density (TGC) by 0.5% to no more than 97.5% or lower the Ndesign level (SGC) to no less than 35 gyrations. 2. May be decreased to no less than 5,000 passes when shown on the plans. 3. May be decreased to no less than 10,000 passes when shown on the plans. 4.3.2. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation, target laboratory -molded density (or Ndesign level), and target asphalt percentage used to establish target values for hot -mix production. JMF1 is the original laboratory mixture design used to produce the trial batch. When 340 WMA is used, JMF1 may be designed and submitted to the Engineer without including the WMA additive. When WMA is used, document the additive or process used and recommended rate on the JMF1 submittal. Furnish a mix design report (JMF1) with representative samples of all component materials and request approval to produce the trial batch. Provide approximately 10,000 g of the design mixture and request that the Department perform the Hamburg Wheel test if opting to have the Department perform the test. The Engineer will verify JMF1 based on plant -produced mixture from the trial batch unless otherwise determined. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. Provide split samples of the mixtures and blank samples used to determine the ignition oven correction factors. The Engineer will determine the aggregate and asphalt correction factors from the ignition oven used for production testing in accordance with Tex-236-F. The Engineer will use a TGC calibrated in accordance with Tex-914-K in molding production samples. Provide an SGC at the Engineer's field laboratory for use in molding production samples if the SGC is used to design the mix. The Engineer may perform Tex-530-C and retain the tested sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. 4.3.3. JMF Adjustments. If JMF adjustments are necessary to achieve the specified requirements, the adjusted JMF must: ■ be provided to the Engineer in writing before the start of a new lot; ■ be numbered in sequence to the previous JMF; ■ meet the mixture requirements in Table 4 and Table 5; ■ meet the master gradation limits shown in Table 8; and ■ be within the operational tolerances of the current JMF listed in Table 11. The Engineer may adjust the asphalt binder content to maintain desirable laboratory density near the optimum value while achieving other mix requirements. Table 11 Operational Tolerances Description Test Method Allowable Difference Between Allowable Difference from Trial Batch and JMF1 Target Current JMF Target Individual % retained for #8 sieve and ±5.01,2 larger Tex-200-F Must be within master grading limits ±3.01,2 Individual % retained for sieves smaller or than #8 and larger than #200 Tex-236-F in Table 8 % passing the #200 sieve ±2.01,2 Asphalt binder content, % Tex-236-F ±0.5 ±0.32 Laboratory -molded density, % Tex-207-F ±1.0 ±1.0 VMA, %, min Tex-204-F Note 3 Note 3 1. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the % passing the #200 will be considered out of tolerance when outside the master grading limits. 2. Only applies to mixture produced for Lot 1 and higher. 3. Mixture is required to meet Table 8 requirements. 4.4. Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance to the specification. Submit a new mix design and perform a new trial batch when the asphalt binder content of: ■ any RAP stockpile used in the mix is more than 0.5% higher than the value shown on the mixture design report; or ■ RAS stockpile used in the mix is more than 2.0% higher than the value shown on the mixture design report. 4.4.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions," or outside the manufacturer's recommended values. Provide the Engineer with daily records of asphalt binder and hot -mix asphalt discharge temperatures (in legible and discernible increments) in accordance with Item 320, "Equipment for Asphalt Concrete Pavement," unless 10 340 otherwise directed. Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. unless otherwise approved. 4.4.2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 3507 (or 275°F for WMA) and is not lower than 215°F. The Department will not pay for or allow placement of any mixture produced above 350°F. Produce WMA within the target discharge temperature range of 2157 and 275°F when WMA is required. Take corrective action any time the discharge temperature of the WMA exceeds the target discharge range. The Engineer may suspend production operations if the Contractor's corrective action is not successful at controlling the production temperature within the target discharge range. Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. The Engineer may determine the moisture content by oven -drying in accordance with Tex-212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. The Engineer will obtain the sample immediately after discharging the mixture into the truck, and will perform the test promptly. 4.5. Hauling Operations. Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent shown on the Department's MPL to coat the inside bed of the truck when necessary. Use equipment for hauling as defined in Section 340.4.6.3.2., "Hauling Equipment." Use other hauling equipment only when allowed. 4.6. Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour, or as directed. Use a hand-held thermal camera or infrared thermometer to measure and record the internal temperature of the mixture as discharged from the truck or Material Transfer Device (MTD) before or as the mix enters the paver and an approximate station number or GPS coordinates on each ticket unless otherwise directed. Calculate the daily yield and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day unless otherwise directed. The Engineer may suspend production if the Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot -mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans. The Engineer will use the guidelines in Table 12 to determine the compacted lift thickness of each layer when multiple lifts are required. The thickness determined is based on the rate of 110 lb./sq. yd. for each inch of pavement unless otherwise shown on the plans. 11 340 Table 12 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Guidelines Minimum Untrimmed Core Height (in.) Eligible for Testing Minimum (in.) Maximum (in.) A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 4.6.1. Weather Conditions. Place mixture when the roadway surface temperature is at or above 60°F unless otherwise approved. Measure the roadway surface temperature with a hand-held thermal camera or infrared thermometer. The Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr. of beginning placement operations. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by the Engineer. The Engineer may restrict the Contractor from paving if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. 4.6.2. Tack Coat. Clean the surface before placing the tack coat. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a uniform tack coat at the specified rate unless otherwise directed. Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic -tire roller to remove streaks and other irregular patterns when directed. 4.6.3. Lay -Down Operations. 4.6.3.1. Windrow Operations. Operate windrow pickup equipment so that when hot -mix is placed in windrows substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 4.6.3.2. Hauling Equipment. Use belly dumps, live bottom, or end dump trucks to haul and transfer mixture; however, with exception of paving miscellaneous areas, end dump trucks are only allowed when used in conjunction with an MTD with remixing capability unless otherwise allowed. 4.6.3.3. Screed Heaters. Turn off screed heaters, to prevent overheating of the mat, if the paver stops for more than 5 min. 4.7. Compaction. Compact the pavement uniformly to contain between 3.8% and 8.5% in -place air voids. Furnish the type, size, and number of rollers required for compaction as approved. Use a pneumatic -tire roller to seal the surface unless excessive pickup of fines occurs. Use additional rollers as required to remove any roller marks. Use only water or an approved release agent on rollers, tamps, and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex-207-F, Part IV, on the first day of production to establish the rolling pattern that will produce the desired in -place air voids unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Complete all compaction operations before the pavement temperature drops below 160°F unless otherwise allowed. The Engineer may allow compaction with a light finish roller operated in static mode for pavement temperatures below 1607. 12 340 Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. Sprinkle the finished mat with water or limewater, when directed, to expedite opening the roadway to traffic. 4.8. Production Acceptance. 4.8.1. Production Lot. Each day of production is defined as a production lot. Lots will be sequentially numbered and correspond to each new day of production. Note that lots are not subdivided into sublots for this specification. 4.8.2. Production Sampling. 4.8.2.1. Mixture Sampling. The Engineer may obtain mixture samples in accordance with Tex-222-F at any time during production. 4.8.2.2. Asphalt Binder Sampling. The Engineer may obtain or require the Contractor to obtain 1 qt. samples of the asphalt binder at any time during production from a port located immediately upstream from the mixing drum or pug mill in accordance with Tex-500-C, Part II. The Engineer may test any of the asphalt binder samples to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." 4.8.3. Production Testing. The Engineer will test at the frequency listed in the Department's Guide Schedule of Sampling and Testing and this specification. The Engineer may suspend production if production tests do not meet specifications or are not within operational tolerances listed in Table 11. Take immediate corrective action if the Engineer's laboratory -molded density on any sample is less than 95.0% or greater than 98.0%, to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. The Engineer may use alternate methods for determining the asphalt binder content and aggregate gradation if the aggregate mineralogy is such that Tex-236-F does not yield reliable results. Use the applicable test procedure if an alternate test method is selected. Table 13 Production and Placement Testing Description Test Method Individual % retained for #8 sieve and larger Tex-200-F or Tex-236-F Individual % retained for sieves smaller than #8 and larger than #200 % passing the #200 sieve Laboratory -molded density Tex-207-F Laboratory -molded bulk specific gravity In -Place air voids VMA Tex-204-F Moisture content Tex-212-F, Part II Theoretical maximum specific Ricegravity Tex-227-F Asphalt binder content Tex-236-F Hamburg Wheel test Tex-242-F Recycled Asphalt Shingles (RAS)' Tex-217-F, Part III Asphalt binder sampling and testing Tex-500-C Tack coat sampling and testing Tex-500-C, Part III Boil test Tex-530-C 1. Testing performed by the Construction Division or designated laboratory. 4.8.3.1. Voids in Mineral Aggregates (VMA). The Engineer may determine the VMA for any production lot. Take immediate corrective action if the VMA value for any lot is less than the minimum VMA requirement for production listed in Table 8. Suspend production and shipment of the mixture if the Engineer's VMA result is more than 0.5% below the minimum VMA requirement for production listed in Table 8. In addition to suspending production, the Engineer may require removal and replacement or may allow the lot to be left in place without payment. 13 340 4.8.3.2. Hamburg Wheel Test. The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. Suspend production until further Hamburg Wheel tests meet the specified values when the production or core samples fail the Hamburg Wheel test criteria in Table 10. Core samples, if taken, will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. The Engineer may require up to the entire lot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. If the Department's or Department -approved laboratory's Hamburg Wheel test results in a "remove and replace" condition, the Contractor may request that the Department confirm the results by re -testing the failing material. The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department's test results. 4.8.4. Individual Loads of Hot -Mix. The Engineer can reject individual truckloads of hot -mix. When a load of hot - mix is rejected for reasons other than temperature, contamination, or excessive uncoated particles, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 4.9. Placement Acceptance. 4.9.1. Placement Lot. A placement lot is defined as the area placed during a production lot (one day's production). Placement lot numbers will correspond with production lot numbers. 4.9.2. Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level -up areas, and other similar areas. Miscellaneous areas also include level -ups and thin overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height eligible for testing shown in Table 12. The specified layer thickness is based on the rate of 110 lb./sq. yd. for each inch of pavement unless another rate is shown on the plans. Compact miscellaneous areas in accordance with Section 340.4.7., "Compaction." Miscellaneous areas are not subject to in -place air void determination except for temporary detours when shown on the plans. 4.9.3. Placement Sampling. Provide the equipment and means to obtain and trim roadway cores on site. On site is defined as in close proximity to where the cores are taken. Obtain the cores within one working day of the time the placement lot is completed unless otherwise approved. Obtain two 6-in. diameter cores side -by -side at each location selected by the Engineer for in -place air void determination unless otherwise shown on the plans. For Type D and Type F mixtures, 4-in. diameter cores are allowed. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to the Engineer. The Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Trim the cores immediately after obtaining the cores from the roadway in accordance with Tex-207-F if the core heights meet the minimum untrimmed value listed in Table 12. Trim the cores on site in the presence of the Engineer. Use a permanent marker or paint pen to record the date and lot number on each core as well as the designation as Core A or B. The Engineer may require additional information to be marked on the core and may choose to sign or initial the core. The Engineer will take custody of the cores immediately after they are trimmed and will retain custody of the cores until the Department's testing is completed. Before turning the trimmed cores over to the Engineer, the Contractor may wrap the trimmed cores or secure them in a manner that will reduce the risk of possible damage occurring during transport by the Engineer. After testing, the Engineer will return the cores to the Contractor. 14 340 The Engineer may have the cores transported back to the Department's laboratory at the HMA plant via the Contractor's haul truck or other designated vehicle. In such cases where the cores will be out of the Engineer's possession during transport, the Engineer will use Department -provided security bags and the Roadway Core Custody protocol located at http://www.txdot.gov/business/specifications.htm to provide a secure means and process that protects the integrity of the cores during transport. Instead of the Contractor trimming the cores on site immediately after coring, the Engineer and the Contractor may mutually agree to have the trimming operations performed at an alternate location such as a field laboratory or other similar location. In such cases, the Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. Either the Department or Contractor representative may perform trimming of the cores. The Engineer will witness all trimming operations in cases where the Contractor representative performs the trimming operation. Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. 4.9.4. Placement Testing. The Engineer may measure in -place air voids at any time during the project to verify specification compliance. 4.9.4.1. In -Place Air Voids. The Engineer will measure in -place air voids in accordance with Tex-207-F and Tex-227-F. Cores not meeting the height requirements in Table 12 will not be tested. Before drying to a constant weight, cores may be pre -dried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will use the corresponding theoretical maximum specific gravity to determine the air void content of each core. The Engineer will use the average air void content of the 2 cores to determine the in -place air voids at the selected location. The Engineer will use the vacuum method to seal the core if required by Tex-207-F. The Engineer will use the test results from the unsealed core if the sealed core yields a higher specific gravity than the unsealed core. After determining the in -place air void content, the Engineer will return the cores and provide test results to the Contractor. Take immediate corrective action when the in -place air voids exceed the range of 3.8% and 8.5% to bring the operation within these tolerances. The Engineer may suspend operations or require removal and replacement if the in -place air voids are less than 2.7% or greater than 9.9%. The Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8% and 8.5% in -place air voids. Areas defined in Section 340.9.2., "Miscellaneous Areas," are not subject to in -place air void determination. 4.9.5. Irregularities. Identify and correct irregularities including segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases, the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance, the Engineer may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected, the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than one day while the Contractor is taking appropriate corrective action. 4.9.6. Ride Quality. Use Surface Test Type A to evaluate ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT Hot mix will be measured by the ton of composite hot -mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 15 340 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Article 340.5., "Measurement," will be paid for at the unit bid price for "Dense Graded Hot -Mix Asphalt (SQ)" of the mixture type, SAC, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Trial batches will not be paid for unless they are included in pavement work approved by the Department. Payment adjustment for ride quality, if applicable, will be determined in accordance with Item 585, 'Ride Quality for Pavement Surfaces." 16 360 Item 360 Concrete Pavement Texas Oepartmenf of Transporfafion 1. DESCRIPTION Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 2. MATERIALS 2.1. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, "Hydraulic Cement Concrete." Use compressive strength testing unless otherwise shown on the plans. Provide Class P concrete designed to meet a minimum average compressive strength of 3,200 psi or a minimum average flexural strength of 450 psi at 7 days or a minimum average compressive strength of 4,000 psi or a minimum average flexural strength of 570 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. Obtain written approval if the concrete mix design exceeds 520 lb. per cubic yard of cementitious material. Use coarse aggregates for continuously reinforced concrete pavements to produce concrete with a coefficient of thermal expansion not more than 5.5 X 10-6 in.lin.l°F. Provide satisfactory Tex-428-A test data from an approved testing laboratory if the coarse aggregate coefficient of thermal expansion listed on the Department's Concrete Rated Source Quality Catalog is not equal to or less than 5.5 x 10-6 in.lin.l°F. Provide Class HES concrete for very early opening of small pavement areas or leave -outs to traffic when shown on the plans or allowed. Design Class HES to meet the requirements of Class P and a minimum average compressive strength of 3,200 psi or a minimum average flexural strength of 450 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed. Use Class A or P concrete meeting the requirements of Item 421, "Hydrualic Cement Concrete," and this Item for curbs that are placed separately from the pavement. 2.2. Reinforcing Steel. Provide Grade 60 or above, deformed steel for bar reinforcement in accordance with Item 440, "Reinforcement for Concrete." Provide positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 2.2.1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements of Item 440, "Reinforcement for Concrete." Coat dowels with a thin film of grease, wax, silicone or other approved de -bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2.2.2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple -piece tie bars or single -piece tie bars as shown on the plans. Furnish multiple piece tie bar assemblies from the list of approved multiple -piece tie bars that have been prequalified in accordance with DMS-4515, "Multiple Piece Tie Bars for Concrete Pavements," when used. Multiple -piece tie bars used on individual projects must be sampled in accordance with Tex-711-I, and tested in accordance with DMS-4515 "Multiple Piece Tie Bars for Concrete Pavements." 2.3. Alternative Reinforcing Materials. Provide reinforcement materials of the dimensions and with the physical properties specified when allowed or required by the plans. Provide manufacturer's certification of required material properties. 360 2.4. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS-1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlaid with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 422, "Concrete Superstructures." Provide insulating blankets for curing fast track concrete pavement with a minimum thermal resistance (R) rating of 0.5 hour -square foot F/BTU. Use insulating blankets that are free from tears and are in good condition. 2.5. Epoxy. Provide Type III, Class C epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled -in reinforcing steel. Submit a work plan and request approval for the use of epoxy types other than Type III, Class C. 2.6. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." 2.7. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint -sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 3. EQUIPMENT Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Obtain approval for other equipment used. 3.1. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine -finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip -forming equipment. Provide approved mechanically -operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. When string -less paving equipment is used, use Section 5.9.3, "Method C," and establish control points at maximum intervals of 500 ft. Use these control points as reference to perform the work. Provide mechanically -operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at all joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. 3.2. Forming Equipment. 3.2.1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 3.2.2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 360 3.3. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details when approved. 3.4. Texturing Equipment. 3.4.1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a manual moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. 3.4.2. Tining Equipment. Provide a self-propelled metal tine device equipped with steel tines with cross-section approximately 1/32 in. thick X 1/12 in. wide. Provide tines for transverse tining equipment spaced at approximately 1 in., center -to -center, or provide tines for longitudinal tining equipment spaced at approximately 3/4 in., center -to -center. Manual methods that produce an equivalent texture may be used when it is impractical to use self-propelled equipment, such as for small areas, narrow width sections, and in emergencies due to equipment breakdown. 3.5. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically -pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when required to meet the requirements of Section 360.4.9., "Curing." Hand -operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas, narrow width sections, or in emergencies due to equipment breakdown. 3.6. Sawing Equipment. Provide power -driven concrete saws to saw the joints shown on the plans. Provide standby power -driven concrete saws during concrete sawing operations. 3.7. Grinding Equipment. Provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades when required. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 3.8. Testing Equipment. Provide testing equipment regardless of job -control testing responsibilities in accordance with Item 421, "Hydraulic Cement Concrete," unless otherwise shown on the plans or specified. 3.9. Coring Equipment. Provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A when required. 3.10. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long -handled, standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. 4. CONSTRUCTION Obtain approval for adjustments to plan grade -line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water before placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. 4.1. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including methods to construct transverse joints, methods to consolidate concrete at joints, longitudinal construction 360 joint layout, sequencing, curing, lighting, early opening, leave -outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. 4.2. Job -Control Testing. Perform all fresh and hardened concrete job -control testing at the specified frequency unless otherwise shown on the plans. Provide job -control testing personnel meeting the requirements of Item 421, "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength -testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump and temperature to verify concrete conformance and consistency on start-up production days. Sample and prepare strength -test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength - test specimens for each production day. Perform slump and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job -control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. The Engineer will perform job -control testing when the testing by the Contractor is waived by the plans; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 4.2.1. Job -Control Strength. Use 7-day job -control concrete strength testing in accordance with Tex-448-A or Tex-418-A unless otherwise shown on the plans or permitted. Use a compressive strength of 3,200 psi or a lower job -control strength value proven to meet a 28-day compressive strength of 4,000 psi as correlated in accordance with Tex-427-A for 7-day job -control by compressive strength. Use a flexural strength of 450 psi or a lower job -control strength value proven to meet a 28-day flexural strength of 570 psi as correlated in accordance with Tex-427-A for 7-day job -control by flexural strength. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job -control strength of Class HES concrete is based on the required strength and time. Investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause when a job -control concrete strength test value is more than 10% below the required job -control strength or when 3 consecutive job -control strength values fall below the required job -control strength. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low -strength test values in a timely manner. The Engineer will evaluate the structural adequacy of the pavements if any job -control strength is more than 15% below the required job -control strength. Remove and replace pavements found to be structurally inadequate at no additional cost when directed. 4.2.2. Split -Sample Verification Testing. Perform split -sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job -control samples. The Engineer will evaluate the results of split -sample verification testing. Immediately investigate and take corrective action as approved when results of split -sample verification testing differ more than the allowable differences shown in Table 1, or the average of 10 job -control strength results and the Engineer's split -sample strength result differ by more than 10%. 360 Table 1 Verification Testing Limits Test Method Allowable Differences Temperature, Tex-422-A 2°F Flexural strength, Tex-448-A 19% Compressive strength, Tex-418-A 10% 4.3. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid -depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the lap locations so that no more than 1/3 of the longitudinal steel is spliced in any given 12-ft. width and 2-ft. length of the pavement. Use multiple -piece tie bars, drill and epoxy grout tie bars, or, if approved, mechanically -inserted single -piece tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied or mechanically inserted into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. Perform corrective measures to provide equivalent pullout resistance if any of the test results do not meet the required minimum pullout strength. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 4.3.1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 4.3.2. Mechanical Placement. Complete the work using manual placement methods described above if mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies. 4.4. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. Install a rigid transverse bulkhead, for the reinforcing steel, and shaped accurately to the cross-section of the pavement when placing of concrete is stopped. 4.4.1. Placing Reinforcement at Joints. Complete and place the assembly of parts at pavement joints at the required location and elevation, with all parts rigidly secured in the required position, when shown on the plans. 4.4.2. Transverse Construction Joints. 4.4.2.1. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. 4.4.2.2. Concrete Pavement Contraction Design (CPCD). Install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location when the placing of concrete is intentionally stopped. Install a transverse construction joint either at a planned transverse contraction joint location or mid - slab between planned transverse contraction joints when the placing of concrete is unintentionally stopped. Install tie bars of the size and spacing used in the longitudinal joints for mid -slab construction joints. 4.4.2.3. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. Place reinforcing steel into the plastic concrete pavement for non -monolithic curbs as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." 360 4.5. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Promptly apply membrane curing compound to the edge of the concrete pavement when forms are removed before 72 hr. after concrete placement. Forms that are not the same depth as the pavement, but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. 4.6. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Begin the discharge of concrete delivered in agitated delivery equipment conforming to the requirements of Item 421, "Hydraulic Cement Concrete." Place non -agitated concrete within 45 min. after batching. Reduce times as directed when hot weather or other conditions cause quick setting of the concrete. 4.7. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 112 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Distribute concrete using shovels where hand spreading is necessary. Do not use rakes or vibrators to distribute concrete. 4.7.1. Consolidation. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion -type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand -operated vibrators to consolidate concrete along forms, at all joints and in areas not accessible to the machine - mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 4.7.2. Curbs. Conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter" where curbs are placed separately. 4.7.3. Temperature Restrictions. Place concrete that is between 40oF and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. Protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period when temperatures warrant protection against freezing. Submit for approval 360 proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. 4.8. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power -driven spreaders, power -driven vibrators, power -driven strike -off, screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike -off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 4.8.1. Finished Surface. Perform sufficient checks with long -handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure the final surface is within the tolerances specified in Surface Test A in Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 4.8.2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system by means that may include water fogging, the use of wind screens, and the use of evaporation retardants. Apply evaporation retardant at the manufacturer's recommended rate. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shutdown of pavement operations. 4.8.3. Surface Texturing. Complete final texturing before the concrete has attained its initial set. Drag the carpet longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Prevent the carpet from getting plugged with grout. Do not perform carpet dragging operations while there is excessive bleed water. A metal -tine texture finish is required unless otherwise shown on the plans. Provide transverse tining unless otherwise shown on the plans. Immediately following the carpet drag, apply a single coat of evaporation retardant, if needed, at the rate recommended by the manufacturer. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods to achieve similar results on ramps, small or irregular areas, and narrow width sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid or that is scheduled for blanket diamond grinding or shot blasting. Target a carpet drag texture of 0.04 in., as measured by Tex-436-A, when carpet drag is the only surface texture required on the plans. Ensure adequate and consistent macro -texture is achieved by applying enough weight to the carpet and by keeping the carpet from getting plugged with grout. Correct any location with a texture less than 0.03 in. by diamond grinding or shot blasting. The Engineer will determine the test locations at points located transversely to the direction of traffic in the outside wheel path. 4.8.4. Small, Irregular Area, or Narrow Width Placements. Use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade where machine placements and finishing of concrete pavement are not practical. 4.8.5. Emergency Procedures. Use hand -operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. 4.9. Curing. Keep the concrete pavement surface from drying as described in Section 360.4.8.2., "Maintenance of Surface Moisture," until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50OF for at least 19 hr. or the surface temperature of the concrete is maintained above 40OF for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound 360 is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 422, "Concrete Superstructures," may be used when specified or approved. 4.9.1. Membrane Curing. Spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of no more than 180 sq. ft. per gallon. Apply the curing compound before allowing the concrete surface to dry. Manage finishing and texturing operations to ensure placement of curing compound on a moist concrete surface, relatively free of bleed water, to prevent any plastic shrinkage cracking. Time the application of curing compound to prevent plastic shrinkage cracking. Maintain curing compounds in a uniformly agitated condition, free of settlement before and during application. Do not thin or dilute the curing compound. Apply additional compound at the same rate of coverage to correct damage where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage. Ensure that the curing compound coats the sides of the tining grooves. 4.9.2. Asphalt Curing. Apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon when an asphaltic concrete overlay is required. Apply curing immediately after texturing and once the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 4.9.3. Curing Class HES Concrete. Provide membrane curing in accordance with Section 360.4.9.1., "Membrane Curing," for all Class HES concrete pavement. Promptly follow by wet mat curing in accordance with Section 422.4.8., "Final Curing," until opening strength is achieved but not less than 24 hr. 4.9.4. Curing Fast -Track Concrete Pavement. Provide wet mat curing unless otherwise shown on the plans or as directed. Cure in accordance with Section 422.4.8., "Final Curing." Apply a Type 1-D or Type 2 membrane cure instead of wet mat curing if the air temperature is below 65°F and insulating blankets are used. 4.10. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw - cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. 4.11. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwise shown on the plans or as directed. Testing result interpretation for opening to traffic is subject to approval. 4.11.1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Protect the pavement from damage due to crossings using approved methods before opening to traffic. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 4.11.2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work before opening to traffic. 360 4.11.3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.11.4., "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4.11.4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 3,200 psi, except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. 4.11.4.1. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. 4.11.4.2. Maturity Method. Use the maturity method, Tex-426-A, to estimate concrete strength for early opening pavement to traffic unless otherwise shown on the plans. Install at least 2 maturity sensors for each day's placement in areas where the maturity method will be used for early opening. Maturity sensors, when used, will be installed near the day's final placement for areas being evaluated for early opening. Use test specimens to verify the strength —maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. Verify the strength —maturity relationship at least every 10 days of production after the first day. Establish a new strength —maturity relationship when the strength specimens deviate more than 10% from the maturity - estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength —maturity relationship deviates by more than 10% until a new strength —maturity relationship is established. The Engineer will determine the frequency of verification when the maturity method is used intermittently or for only specific areas. 4.11.5. Fast Track Concrete Pavement. Open the pavement after the concrete has been cured for at least 8 hr. and attained a minimum compressive strength of 1,800 psi or a minimum flexural strength of 255 psi when tested in accordance with Section 360.4.11.4.1., "Strength Testing," or Section 360.4.11.4.2., "Maturity Method," unless otherwise directed. Cover the pavement with insulating blankets when the air temperature is below 65°F until the pavement is opened to traffic. 4.11.6. Emergency Opening to Traffic. Open the pavement to traffic under emergency conditions, when the pavement is at least 72 hr. old when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. 4.12. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of the paving equipment every 500 ft. or fraction thereof. Core where directed, in accordance with Tex-424-A, to verify deficiencies of more than 0.2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness. Fill core holes using an approved concrete mixture and method. 4.12.1. Thickness Deficiencies Greater than 0.2 in. Take one 4-in. diameter core at that location to verify the measurement when any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness. Take 2 additional cores from the unit (as defined in Section 360.4.12.3., "Pavement Units for Payment Adjustment" at intervals of at least 150 ft. and at selected locations if the core is deficient by more than 0.2 in., but not by more than 0.75 in. from the plan thickness, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit 360 of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0.2 in. 4.12.2. Thickness Deficiencies Greater than 0.75 in. Take additional cores at 10-ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area if a core is deficient by more than 0.75 in. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in., but not more than 1 in. Remove and replace the deficient areas without additional compensation or retain deficient areas without compensation, as directed. Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additional compensation. 4.12.3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0.75 in. are 500 ft. of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10-ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 ft. in length. Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. 4.13. Ride Quality. Measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT This Item will be measured as follows: 5.1. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. 5.2. Curb. Curb on concrete pavement will be measured by the foot in place. 6. PAYMENT These prices are full compensation for materials, equipment, labor, tools, and incidentals. 6.1. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the adjusted unit price bid for "Concrete Pavement' of the type and depth specified as adjusted in accordance with Section 360.6.2., "Deficient Thickness Adjustment." 6.2. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.12.3., "Pavement Units for Payment Adjustment." 10 360 Table 2 Deficient Thickness Price Adiustment Factor Deficiency in Thickness Determined by Cores in. Proportional Part of Contract Price Allowed Adjustment Factor Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 6.3. Curb. Work performed and furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Curb" of the type specified. 416 Item 416 im* 0 Texas Drilled Shaft Foundations Department of Transportation 1. DESCRIPTION Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 448, "Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS-4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex-415-A. Table 2 Slump Reauirements Placement Minimum Acceptable Recommended Design Maximum Acceptable Type Placement Slump, and Placement Slump, Placement Slump, in. 5-1/2 in. 6-1/2 in. 7-1/2 Dry Underwater and 7 8 9 under slurry Perform a slump loss test in accordance with Tex-430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex-130-E. Determine pH of slurry by Tex-128-E or pH paper strips. 416 Table 3 Mineral Slurry Requirements Before Introduction Sampled from the Bottom of the into the Excavation Excavation before Concreting Specific Sand p H Specific Viscosity Sand Gravity Content Gravity (sec.) Content <— 1.10 51 % 8-11 151.15 <— 45 <— 4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral -polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex-130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: ■ Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. ■ List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. ■ Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. ■ Details of shaft excavation methods. ■ When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. ■ Details of methods to clean the shaft excavation. ■ Details of reinforcement placement, including support and centralization methods. ■ Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. ■ Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: ■ Vertical plumbness-1 in. per 10 feet of depth. ■ Center of shaft located under column-1 in. of horizontal plan position. ■ Center of shaft located under footing-3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, 'Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. 416 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre -mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. 416 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re -process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., "Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. ■ Extend the cage to the bottom for shafts supporting structures other than bridges. ■ Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft. ■ Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length. ■ Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved 'roller" type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent -shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. 416 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Table 4 Maximum Concrete Placing Temperature Shaft Size Mix Design Options 1-5 Mix Design Options 6-8 Diameter < 5 ft. 95°F 95°F 5 ft.<_ Diameters 7 ft. 95°F 857 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near 416 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, "Foundation Load Test." 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. 4. MEASUREMENT 4.1. Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. 4.1.1. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top -of -shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non -Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5. PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid for "Drilled Shaft," "Drilled Shaft (Non -reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., "Overrun." 416 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: ■ For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. ■ For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. ■ For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. ■ For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. ■ For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. ■ For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. 421 Item 421 im* 0 Texas Hydraulic Cement Concrete Department of Transportation 1. DESCRIPTION Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 2. MATERIALS Use materials from prequalified sources listed on the Department website. Provide coarse and fine aggregates from sources listed in the Department's Concrete Rated Source Quality Catalog (CRSQC). Use materials from non -listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Do not combine approved material with unapproved material. 2.1. Cement. Furnish cement conforming to DMS-4600, "Hydraulic Cement." 2.2. Supplementary Cementing Materials (SCM). ■ Fly Ash. Furnish fly ash, ultra -fine fly ash (UFFA), and modified Class F fly ash (MFFA) conforming to DMS-4610, "Fly Ash." ■ Slag Cement. Furnish Slag Cement conforming to DMS-4620, "Slag Cement." ■ Silica Fume. Furnish silica fume conforming to DMS-4630, "Silica Fume." ■ Metakaolin. Furnish metakaolin conforming to DMS-4635, "Metakaolin." 2.3. Cementitious Material. Cementitious materials are the cement and supplementary cementing materials used in concrete. 2.4. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, "Chemical Admixtures for Concrete." 2.5. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. Provide test reports showing compliance with Table 1 before use when using water from other sources. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. 421 Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration ppm or m IL Chloride (CI) ASTM C114 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate SO4 ASTM C114 2,000 Alkalies Na2O + 0.658K2O ASTM C114 600 Total solids ASTM C1603 50,000 Table 2 Acceptance Criteria for Questionable Water Supplies Property Test Method Limits Compressive strength, min % control at 7 days STM C31, ASTM C391,2 90 Time of set, deviation from control, h:min.::ASTM C403 From 1:00 early to 1:30 later 1. Base comparisons on fixed proportions and the same volume of test water compared to the control mix using 100% potable water or distilled water. 2. Base comparisons on sets consisting of at least 2 standard specimens made from a composite sample. Do not use mix water that has an adverse effect on the air -entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. Use mixing and curing water free of iron and other impurities that may cause staining or discoloration when using white hydraulic cement. 2.6. Aggregate. 2.6.1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations which are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate with the requirements listed in Table 3 unless otherwise shown on the plans. Table 3 Coarse Aggregate Requirements Descri tion Weight of Clay Lumps, % Max Test Method Limit Tex-413-A 0.25 Weight of Shale, % Max 1.0 Weight of Laminate and Friable Particle, % Max 5.0 L.A. Abrasion Wear, % Max Tex-410-A 40 5-Cycle Magnesium Sulfate Soundness,1,2 non -air -entrained concrete, % Max Tex-411-A 25 5-Cycle Magnesium Sulfate Soundness,1,3 air -entrained concrete, % Max 18 Loss by Decantation, % Max Tex-406-A 1.5 1. Recycled crushed hydraulic cement concrete is not subject to 5-cycle magnesium sulfate soundness requirements 2. Allowed when air -entrained concrete is used at the Contractor's option. 3. Only when air -entrained concrete is required by the plans. Increase the loss by decantation limit to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex-406-A, Part III, in the case of coarse aggregates made primarily from crushing stone unless otherwise shown on the plans. Provide test results upon request. Provide coarse aggregate or combination of aggregates conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. 421 Table 4 Coarse Aggregate Gradation Chart Aggregate Grade No.' Maximum Nominal Size Percent Passing on Each Sieve 2-1/2" 2" 1-1/2" 1" 3/4" 1/2" 3/8" #4 #8 1 2" 100 80-100 50-85 2040 0-10 2 1-1/2" 100 95-100 35-70 10-30 0-10 3 1-1/2" 100 95-100 60-90 25-60 0-10 4 57 1" 100 95-100 25-60 0-10 0-5 5 67 3/4" 100 90-100 20-55 0-10 0-5 6 7 1/2" 100 90-100 40-70 0-15 0-5 7 3/8" 100 70-95 0-25 8 3/8" 100 95-100 20-65 0-10 1. Corresponding ASTM C33 gradation shown in parentheses. 2.6.2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural, manufactured sand, recycled crushed hydraulic cement concrete, slag, lightweight aggregate, or a combination thereof. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material. Provide fine aggregates with the requirements in Table 5 unless otherwise shown on the plans. Table 5 Fine Aggregate Requirements Description Test Method Limit Weight of Clay Lumps, % Max Tex-413-A 0.50 Organic Impurities' Tex-408-A Color not darker than standard Sand Equivalent Tex-203-F 80 Fineness Modulus Tex-402-A 2.3 to 3.1 1. Only when air -entrained concrete is specified. Provide fine aggregate or combinations of aggregates conforming to the gradation requirements shown in Table 6 when tested in accordance with Tex-401-A unless otherwise specified. Table 6 Fine Aggregate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8" 100 #4 95-100 #8 80-100 #16 50-85 #30 25-65 #50 10-35' #100 0-10 #200 0-32 1. 6-35 when sand equivalent value is greater than 85. 2. 0-6 for manufactured sand. 2.6.3. Intermediate Aggregate. Provide intermediate aggregate consisting of clean, hard, durable particles of natural, manufactured sand, slag, recycled crushed hydraulic cement concrete, lightweight aggregate, or a combination thereof when optimized aggregate gradation (OAG) concrete is specified or when used at the Contractor's option. Provide intermediate aggregate free from frozen material and injurious amounts of salt, alkali, vegetable matter, or other objectionable material. Provide intermediate aggregate with the requirements in Table 7. 421 Table 7 Intermediate Aggregate Requirements Description Test Method Limit Weight of Clay Lumps, % Max Tex-413-A 0.50 L.A. Abrasion Wear,' % Max Tex-410-A 40 5-Cycle Magnesium Sulfate Soundness,1,2,3 non -air -entrained concrete, % Max Tex-411-A 25 5-Cycle Magnesium Sulfate Soundness,1,2,4 air -entrained concrete, % Max 18 Organic Impurities5 Tex-408-A Color not darker than standard Loss by Decantation,' % Max Tex-406-A 1.5 Only applies to the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve. Recycled crushed hydraulic cement concrete is not subject to 5-cycle magnesium sulfate soundness requirements. Allowed when air -entrained concrete is used at the Contractor's option. Only when air -entrained concrete is required by the plans. Only applies to the portion passing the 318 in. sieve, if more than 30% of the intermediate aggregate is passing the 3/8 in. sieve. For the portion retained on the No. 4 sieve, if more than 30% of the intermediate aggregate is retained on the No. 4 sieve, and in the case of aggregates made primarily from crushing stone, unless otherwise shown on the plans, the loss by decantation may be increased to 3.0% for all classes of concrete and 5.0% for Class A, B, and P if the material finer than the No. 200 sieve is determined to be at least 85% calcium carbonate in accordance with Tex-406-A, Part III. Provide test results upon request. 2.7. Mortar and Grout. Furnish pre -packaged grouts conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications," when specified for applications other than post -tension grouting. Section 421.4.2.6., "Mix Design Options," does not apply for mortar and grout. 2.8. Storage of Materials. 2.8.1. Cement and Supplementary Cementing Materials. Store all cement and supplementary cementing materials in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of packaged cementitious material may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hr. 2.8.2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. Clear and level the sites for the stockpiles of all vegetation if the aggregates are stored on the ground and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. Maintain separate stockpiles and prevent intermixing when conditions require the use of 2 or more grades of coarse aggregates. Separate the stockpiles using physical barriers where space is limited. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre -blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 2.8.3. Chemical Admixtures. Store admixtures in accordance with manufacturer's recommendations and prevent admixtures from freezing. 3. EQUIPMENT 3.1. Concrete Plants and Mixing Equipment. Except for volumetric stationary plant or truck (auger) mixers, each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C94. A new 421 certification or signed and sealed report is required every time a plant is moved. Plants with a licensed professional engineer's inspection require re -inspection every 2 yr. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. Remove equipment or facilities from service until corrected when they fail to meet specification requirements. When allowed on the plans or by the Engineer, for concrete classes not identified as structural concrete in Table 8 or for Class C concrete not used for bridge -class structures, the Engineer may inspect and approve all plants and trucks instead of the NRMCA or non -Department engineer -sealed certifications. The criteria and frequency of Engineer approval of plants and trucks is the same used for NRMCA certification. Inspect and furnish inspection reports on the condition of blades and fins and their percent wear from the original manufacturer's design for truck mixers and agitators annually. Repair mixing equipment exhibiting 10% or more wear before use. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. 3.1.1. Scales. Check all scales before beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C94 requirements. Check batching accuracy of volumetric water batching devices at least every 90 days. Check batching accuracy of chemical admixture dispensing devices at least every 6 mo. Perform daily checks as necessary to ensure measuring accuracy. 3.1.2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric mixers that comply with ASTM C685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. Unless allowed on the plans or by the Engineer, volumetric truck (auger) mixers may not supply classes of concrete identified as structural concrete in Table 8. 3.1.3. Agitators and Truck and Stationary Mixers. Provide stationary and truck mixers capable of combining the ingredients of the concrete into a thoroughly mixed and uniform mass and capable of discharging the concrete so at least 5 of the 6 requirements of Tex-472-A are met. Perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A as directed, to resolve issues of mix uniformity and mixer performance. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment. Remove all equipment that fails the uniformity test from service. Inspect and maintain mixers and agitators. Keep them free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer's recommended operating speed and rated capacity for mixing and agitating. 3.2. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass, and discharging the concrete with a satisfactory degree of uniformity. Provide equipment with smooth, mortar -tight metal containers equipped with gates that prevent accidental discharge of the concrete when using non -agitating equipment for transporting concrete. Maintain hauling equipment clean and free of built-up concrete. 3.3. Testing Equipment. Furnish and maintain the following in accordance with the pertinent test procedure unless otherwise shown on the plans or specified: 421 ■ sieves necessary to perform aggregate gradation analysis when optimized aggregate gradation is specified, ■ equipment necessary to perform Tex-415-A and Tex-422-A, ■ equipment necessary to perform Tex-409-A or Tex-425-A, ■ test molds, ■ curing facilities, ■ maturity meters if used, and ■ wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength -testing equipment when required in accordance with the Contract -controlling test unless shown otherwise. 4. CONSTRUCTION 4.1. Classification of Concrete Mix Designs. Provide classes of concrete meeting the requirements shown in Table 8. A higher -strength class of concrete with equal or lower water-to-cementitious material (w/cm) ratio may be substituted for the specified class of concrete when approved. 4.2. Mix Design Proportioning. Furnish mix designs using ACI 211, Tex-470-A, or other approved procedures for the classes of concrete listed in Table 8 unless a design method is indicated on the plans. Perform mix design proportioning by absolute volume method unless otherwise approved. Perform cement replacement using equivalent weight method unless otherwise approved. Do not exceed the maximum w/cm ratio listed in Table 8 when designing the mixture. 4.2.1. Cementitious Materials. Do not exceed 700 lb. of cementitious material per cubic yard of concrete unless otherwise specified or approved. ■ Use cement of the same type and from the same source for monolithic placements. ■ Do not use supplementary cementing materials when white hydraulic cement is specified. Table 8 Concrete Classes Class of Design Strength ,l Max w/cm Coarse Aggregate Cement Mix Design Exceptions to General Usage s Concrete Min f'� Ratio Grades""'Yp Types Options Mix Design Options g p (psi) When the cementitious material Curb, gutter, curb & gutter, content does not exceed conc. retards, sidewalks, A 3,000 0.60 1-4, 8 520 lb./cu. yd., Class C fly ash driveways, back-up walls, I'll, 1/11, 1, 2, 4, & may be used instead of Class F fly ash. anchors, non -reinforced drilled IL, IP, IS, IT, V 7 shafts Riprap, traffic signal controller B 2,000 0.60 2-7 foundations, small roadside signs, and anchors Drilled shafts, bridge substructure, bridge railing, I'll, 1/11, culverts except top slab of C6 3,600 0.45 1-6 IP, IS, 1-8 direct traffic culverts, IT,7 V headwalls, wing walls, inlets, manholes, concrete traffic barrier (cast -in -place) When the cementitious material Seal concrete I, II, Illl, content does not exceed 520 E 3,000 0.50 2-5 IL, IP, IS, 1-8 lb./cu. yd., Class C fly ash may IT,7 V be used instead of Class F fly ash. Table 8 (continued) 421 Design qLoncreie uasses Class of Strength ,l Max w/cm Coarse Aggregate Cement Mix Exceptions to Design General Usage s Concrete Min f, Ratio Grades2'3'4 es Types Options Mix Design Options (psi) I, II, Illl, Railroad structures; F6 Note 8 0.45 2-5 IP, IS, occasionally for bridge piers, IT,7V columns, or bents Do not use Type III cement in Precast concrete, post -tension I'll, 1/11, mass placement concrete. members H6 Note 8 0.45 3-6 111, IP, IS, 1-5 Up to 20% of blended cement IT,7 V may be replaced with listed SCMs when Option 4 is used for recast concrete. I, II, Illl, Bridge slabs, top slabs of direct S6 4,000 0.45 2-5 IP, IS, 1-8 traffic culverts, approach slabs IT,7V See When the cementitious material Concrete pavement Item 360, I'll, 1/11, content does not exceed 520 P "Concrete 0.50 2-3 IL, IP, IS, 1-8 lb./cu. yd., Class C fly ash may Pavement." IT, V be used instead of Class F fly ash. COs 4,600 0.40 6 III, Illl, 1-8 Bridge deck concrete overlay LMC6 4,000 0.40 6-8 Latex -modified concrete IP,IS, IT,7 V overlay Use a minimum cementitious Slurry displacement shafts, SS6 3,600 0.45 4-6 material content of 658 lb./cu. underwater drilled shafts d. of concrete. I'll, 1/II, Note 8 K6 Note 8 0.40 Note 8 III IP, IS, IT,7 V Mix design options do not apply. Concrete pavement, concrete HES Note 8 0.45 Note 8 I IL, 11, 700 lb. of cementitious material pavement repair IIII, 111 per cubic yard limit does not apply. Maximum fly ash replacement for Options 1 and 3 may be increased to 45%. (HPC) Note 11 0.45 Note 11 III IP, IS, 1-51 & 8 Up to 20% of a blended cement 6,9,10 IT,7 V may be replaced with listed SCMs for Option 4. Do not use Option 8 for precast concrete. Do not use Class C Fly Ash Type III -MS may be used where allowed. Type I and Type III cements may „X„ be used with Options 1-3, with a (SRC) Note 11 0.45 Note 11 I/11, 11, IP, 1-4 , & 7 maximum w/cm of 0.40. 6,s,1o) IS, IT,7 V Up to 20% of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Do not use Option 7 for precast concrete. 421 Design Max Coarse Mix Class of StrengthCement Exceptions to s w/cm Aggregate Design General Usage Concrete Min f' Ratio Grades 2'3'4 Types Options Mix Design Options (psi) 3. Design strength must be attained within 56 days. 4. Do not use Grade 1 coarse aggregate except in massive foundations with 4 in. minimum clear spacing between reinforcing steel bars, unless otherwise permitted. Do not use Grade 1 aggregate in drilled shafts. 5. Use Grade 8 aggregate in extruded curbs unless otherwise approved. 6. Other grades of coarse aggregate maybe used in non-structural concrete classes when allowed by the Engineer. 7. For information only. 8. Structural concrete classes. 9. Do not use Type IT cements containing > 5% limestone. 10. As shown on the plans or specified. 11. 'X' denotes class of concrete shown on the plans or specified. 12. (HPC): High Performance Concrete, (SRC): Sulfate Resistant Concrete. 13. Same as class of concrete shown on the plans. 4.2.2. Aggregates. Recycled crushed hydraulic cement concrete may be used as a coarse or fine aggregate in Class A, B, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. Use light-colored aggregates when white hydraulic cement is specified. Use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-612-J in all concrete subject to direct traffic. Use the following equation to determine if the aggregate combination meets the acid insoluble residue requirement when blending fine aggregate or using an intermediate aggregate: (A- x P)+ (A2 x Pz)+(Al x Pa) >_ 60% 100 where: Al = acid insoluble (%) of fine aggregate 1 A2 = acid insoluble (%) of fine aggregate 2 Ala = acid insoluble (%) of intermediate aggregate passing the 3/8 in. sieve Pi = percent by weight of fine aggregate 1 of the fine aggregate blend P2 = percent by weight of fine aggregate 2 of the fine aggregate blend Pia = percent by weight of intermediate aggregate passing the 3/8 in. sieve Alternatively to the above equation, blend fine aggregate with a micro-deval loss of less than 12%, when tested in accordance with Tex-461-A, with at least 40% of a fine aggregate with an acid insoluble residue of at least 60%. 4.2.3. Chemical Admixtures. Do not use Type C, Type E, Type F, or Type G admixtures in Class S bridge deck concrete. Do not use chemical admixtures containing calcium chloride in any concrete. Use a 30% calcium nitrite solution when a corrosion -inhibiting admixture is required. The corrosion -inhibiting admixture must be set neutral unless otherwise approved. Dose the admixture at the rate of gallons of admixture per cubic yard of concrete shown on the plans. 4.2.4. Air Entrainment. Use an approved air -entraining admixture when air -entrained concrete is specified, or when an air -entraining admixture is used at the Contractor's option, and do not exceed the manufacturer's recommended dosage. Ensure the minimum entrained air content is at least 3.0% for all classes of concrete except Class P when air -entrained concrete is specified, during trial batch, or when providing previous field data. 421 4.2.5. Slump. Provide concrete with a slump in accordance with Table 9 unless otherwise specified. When approved, the slump of a given concrete mix may be increased above the values shown in Table 9 using chemical admixtures, provided the admixture -treated concrete has the same or lower water-to-cementitious material ratio and does not exhibit segregation or excessive bleeding. Request approval to exceed the slump limits in Table 9 sufficiently in advance for proper evaluation by the Engineer. Perform job -control testing of slump in accordance with Section 421.4.8.3.1., "Job -Control Testing." Table 9 Placement Slump Requirements General Usage' Placement Slump Ran e,Zin. Walls over 9 in. thick), caps, columns, piers, approach slabs, concrete overlays 3 to 5 Bridge slabs, top slabs of direct traffic culverts, latex -modified concrete for bridge deck 3 to 5-1/2 overlays Inlets, manholes, walls (less than 9 in. thick), bridge railing, culverts, concrete traffic barrier, 4 to 5-1/2 concrete pavement (formed), seal concrete Precast concrete 4 to 9 Underwater concrete placements 6 to 8-1/2 See Item 416, Drilled shafts, slurry displaced and underwater drilled shafts "Drilled Shaft Foundations." Curb, gutter, curb and gutter, concrete retards, sidewalk, driveways, anchors, riprap, small As approved roadside sign foundations, concrete pavement repair, concrete repair 1. For information only. 2. For fiber reinforced concrete, perform slump before addition of fibers. 4.2.6. Mix Design Options. 4.2.6.1. Option 1. Replace 20% to 35% of the cement with Class F fly ash. 4.2.6.2. Option 2. Replace 35% to 50% of the cement with slag cement or MFFA. 4.2.6.3. Option 3. Replace 35% to 50% of the cement with a combination of Class F fly ash, slag cement, MFFA, UFFA, metakaolin, or silica fume; however, no more than 35% may be fly ash, and no more than 10% may be silica fume. 4.2.6.4. Option 4. Use Type IP, Type IS, or Type IT cement as allowed in Table 5 for each class of concrete. Up to 10% of a Type IP, Type IS, or Type IT cement may be replaced with Class F fly ash, slag cement, or silica fume. Use no more than 10% silica fume in the final cementitious material mixture if the Type IT cement contains silica fume, and silica fume is used to replace the cement. 4.2.6.5. Option 5. Replace 35% to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. 4.2.6.6. Option 6. Use a lithium nitrate admixture at a minimum dosage determined by testing conducted in accordance with Tex-471-A. Before use of the mix, provide an annual certified test report signed and sealed by a licensed professional engineer, from a laboratory on the Department's MPL, certified by the Construction Division as being capable of testing according to Tex-471-A. 4.2.6.7. Option 7. Ensure the total alkali contribution from the cement in the concrete does not exceed 3.5 lb. per cubic yard of concrete when using hydraulic cement not containing SCMs calculated as follows: lb. alkali per cu. yd. = (lb. cement per cu. yd.) x (% Na20 equivalent in cement 100 In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. 421 4.2.6.8. Option 8. Perform annual testing as required for any deviations from Options 1-5 or use mix design options listed in Table 10. Laboratories performing ASTM C1260, ASTM C1567, and ASTM C1293 testing must be listed on the Department's MPL. Before use of the mix, provide a certified test report signed and sealed by a licensed professional engineer demonstrating the proposed mixture conforms to the requirements of Table 10. Provide a certified test report signed and sealed by a licensed professional engineer, when HPC is required, and less than 20% of the cement is replaced with SCMs, demonstrating ASTM C1202 test results indicate the permeability of the concrete is less than 1,500 coulombs tested immediately after either of the following curing schedules: ■ Moisture cure specimens 56 days at 73°F. ■ Moisture cure specimens 7 days at 73°F followed by 21 days at 100°F. Table 10 Option 8 Testing and Mix Design Requirements ASTM C1260 Result Testing Requirements for Mix Design Materials or Prescriptive Mix Design Options' Mix Design Mix Design Fine Aggregate Coarse Aggregate Determine the dosage of SCMs needed to limit the 14-day expansion of each aggregate2 to 0.08% when tested individually in accordance with A > 0.10% > 0.10% ASTM C1567; or Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%. Use a minimum of 40% Class C fly ash with a maximum Ca03 content <— 0.10% <— 0.10% of 25%; or B Use any ternary combination which replaces 35% to 50% of cement. <_ 0.10% ASTM C1293 1 yr. Use a minimum of 20% of any Class C fly ash; or Expansion <— 0.04% Use any ternary combination which replaces 35% to 50% of cement. Determine the dosage of SCMs needed to limit the 14-day expansion of coarse and intermediate2 aggregate to 0.08% when tested individually C <— 0.10% > 0.10% in accordance with ASTM C1567; or Use a minimum of 40% Class C fly ash with a maximum Ca03 content of 25%. Use a minimum of 40% Class C fly ash with a maximum Ca03 content > 0.10% <_ 0.10% of 25%; or D Use any ternary combination which replaces 35% to 50% of cement. > 0.10% ASTM C12931 yr. Determine the dosage of SCMs needed to limit the 14-day expansion of Expansion <_ 0.04% fine aggregate to 0.08% when tested in accordance with ASTM C1567. 1. Do not use Class C fly ash if the ASTM C1260 value of the fine, intermediate, or coarse aggregate is 0.30% or greater, unless the fly ash is used as part of a ternary system. 2. Intermediate size aggregates will fall under the requirements of mix design coarse aggregate. 3. Average the CaO content from the previous ten values as listed on the mill certificate. 4.2.7. Optimized Aggregate Gradation (OAG) Concrete. The gradation requirements in Table 3 and Table 4 do not apply when OAG concrete is specified or used by the Contractor unless otherwise shown on the plans. Use Tex-470-A to establish the optimized aggregate gradation. Use at least 420 lb. per cubic yard of cementitious material when OAG concrete is used unless otherwise approved. Use a coarse aggregate with a maximum nominal size of 1-1/2 in. for Class P concrete. Use a coarse aggregate for all other classes of concrete with a maximum nominal size not larger than: ■ 1/5 the narrowest dimension between sides of forms, or ■ 1/3 the depth of slabs, or ■ 3/4 the minimum clear spacing between individual reinforcing bars or wires, bundles of bars, individual tendons, bundled tendons, or ducts. Make necessary adjustments to individual aggregate stockpile proportions during OAG concrete production when the gradation deviates from the optimized gradation requirements. 10 421 4.2.8. Self -Consolidating Concrete (SCC). Provide SCC meeting the following requirements shown in Table 11 when approved for use in precast concrete. Use concrete with a slump flow that can be placed without vibration and will not segregate or excessively bleed. Request approval to exceed the slump flow limits sufficiently in advance for proper evaluation by the Engineer. Table 11 Mix Design Requirements for SCC Tests Test Method Acceptable Limits Slump Flow for Precast Concrete ASTM C1611 22 to 27' Tso, sec ASTM C1611 2 to 7 VSI Rating ASTM C1611 0 or 1 Passing Ability, in. ASTM C1621 <_ 2 Segregation Column, % ASTM C1610 <_ 10 Bleeding, % ASTM C232 <_ 2.5 1. These slump flow limits are generally acceptable for most applications. However, slump flow limits may be adjusted during mix design approval process and when approved by the Engineer. 4.3. Concrete Trial Batches. Perform preliminary and final trial batches when required by the plans, or when previous satisfactory field data is not available. Submit previous satisfactory field data to the Engineer showing the proposed mix design conforms to specification requirements when trial batches are not required and before concrete is placed. Perform preliminary and final trial batches for all self -consolidating concrete mix designs. 4.3.1. Preliminary Trial Batches. Perform all necessary preliminary trial batch testing when required, and provide documentation including mix design, material proportions, and test results substantiating the mix design conforms to specification requirements. 4.3.2. Final Trial batches. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job when required. Make the batch size at least 50% of the mixer's rated capacity. Perform fresh concrete tests for air content and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least one set of design strength specimens, consisting of 2 specimens per set, at 7-day, 28-day, and at least one additional age unless otherwise directed. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Conduct all testing listed in Table 11 when performing trial batches for self -consolidating concrete. Make an additional mixture with 3% more water than the preliminary trial batch. Make necessary adjustments to the mix design if this additional mixture does not meet requirements of Table 11. Cast and evaluate mock-ups for precast concrete that are representative of the actual product as directed. Provide the Engineer the option of witnessing final trial batches, including the testing of the concrete and the casting of the mock-ups before placement. If not provided this option, the Engineer may require additional trial batches, including testing and mock-ups, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each Class A, B, and E concrete mix designs to be used: Targetvalue=Minimum designstrengthx 7-dayavg.trialbatch strength 28 - dayavg.trial batch strength Submit previous satisfactory field data, data from a new trial batch, or other evidence showing the change will not adversely affect the relevant properties of the concrete when changes are made to the type, brand, or source of aggregates, cement, SCM, water, or chemical admixtures. Submit the data for approval before making changes to the mix design. A change in vendor does not necessarily constitute a change in materials 421 or source. The Engineer may waive new trial batches when there is a prior record of satisfactory performance with the ingredients. During concrete production, dosage changes of chemical admixtures used in the trial batches will not require a re-evaluation of the mix design. The Contractor has the option of performing trial batches in conjunction with concrete placements except for SCC mixtures, when new trial batches are required during the course of the project. If the concrete fails to meet any requirement, the Engineer will determine acceptability and payment adjustments. Establish the strength —maturity relationship in accordance with Tex-426-A when the maturity method is specified or permitted. When using the maturity method, any changes in any of the ingredients, including changes in proportions, will require the development of a new strength —maturity relationship for the mix. 4.3.3. Mix Design of Record. Once a trial batch or previously satisfactory field data substantiates the mix design, the proportions and mixing methods used become the mix design of record. Do not exceed mix design water- to-cementitious material ratio. 4.4. Production Testing. 4.4.1. Aggregate Moisture Testing. Determine moisture content per Tex-409-A or Tex-425-A for coarse, intermediate, and fine aggregates at least twice a week, when there is an apparent change, or for new shipments of aggregate. When aggregate hoppers or storage bins are equipped with properly maintained electronic moisture probes for continuous moisture determination, moisture tests per Tex-409-A or Tex-425-A are not required. Electronic moisture probes, however, must be verified at least every 90 days against Tex-409-A and be accurate to within 1.0% of the actual moisture content. When producing SCC, and when aggregate hoppers or storage bins are not equipped with electric moisture probes, determine the moisture content of the aggregates before producing the first concrete batch each day. Thereafter, determine the moisture content every 4 hr. or when there is an apparent change while SCC is being produced. 4.4.2. Aggregate Gradation Testing. Perform a sieve analysis in accordance with Tex-401-A on each stockpile used in the blend at least one day before producing OAG concrete when producing optimized aggregate gradation concrete. Perform sieve analysis on each stockpile after every 10,000 cubic yards of OAG concrete produced. Provide sieve analysis data to the Engineer. 4.5. Measurement of Materials. 4.5.1. Non -Volumetric Mixers. Measure aggregates by weight. Correct batch weight measurements for aggregate moisture content. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure concrete chemical admixtures by weight or volume. Measure batch materials within the tolerances of Table 12. 12 421 Table 12 Mix Design Batching Tolerances —Non -Volumetric Mixers Material Tolerance Cement, wt. -1 to +3 SCM, wt. -1 to +3 Cement + SCM cumulative weighing), wt. -1 to +3 Water, wt. or volume ±3' Fine aggregate, wt. ±2 Coarse aggregate, wt. ±2 Fine + coarse aggregate cumulative weighing), wt. ±1 Chemical admixtures, wt. or volume ±3 1. Allowable deviation from target weight not including water withheld or moisture in the aggregate. The Engineer will verify the water-to-cementitious material ratio is within specified limits. Ensure the quantity measured, when measuring cementitious materials at less than 30% of scale capacity, is accurate to not less than the required amount and not more than 4% in excess. Ensure the cumulative quantity, when measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, is measured accurate to ±0.3% of scale capacity or ±3% of the required cumulative weight, whichever is less. Measure cement in number of bags under special circumstances when approved. Use the weights listed on the packaging. Weighing bags of cement is not required. Ensure fractional bags are not used except for small hand -mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. 4.5.2. Volumetric Mixers. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. Base tolerances on volume —weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 13. Correct batch measurements for aggregate moisture content. Table 13 Mix Design Batching Tolerances —Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % ±2 Coarse aggregate, wt. % ±2 Admixtures, wt. or volume % ±3 Water, wt. or volume % ±1 4.6. Mixing and Delivering Concrete. 4.6.1. Mixing Concrete. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. Provide concrete in a thoroughly mixed and uniform mass with a satisfactory degree of uniformity when tested in accordance with Tex-472-A_ Do not top -load new concrete onto returned concrete. Adjust mixing times and batching operations as necessary when the concrete contains silica fume to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. Make necessary changes to the batching operations, if uniform dispersion is not achieved, until uniform and complete dispersion of the silica fume is achieved. Mix concrete by hand methods or in a small motor -driven mixer when permitted, for small placements of less than 2 cu. yd. For such placements, proportion the mix by volume or weight. 13 421 4.6.2. Delivering Concrete. Deliver concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Conduct testing in accordance with Tex-472-A when there is a reason to suspect the uniformity of concrete and as directed. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Adding chemical admixtures or the portion of water withheld is only permitted at the jobsite, under the supervision of the Engineer, to adjust the slump or slump flow of the concrete. Do not add water or chemical admixtures to the batch after more than an amount needed to conduct slump testing has been discharged. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. When this water is added, do not exceed the approved mix design water-to- cementitious material ratio. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, "Concrete Batch Ticket." The Engineer will verify all required information is provided on the delivery tickets. The Engineer may suspend concrete operations until the corrective actions are implemented if delivery tickets do not provide the required information. The Engineer will verify the design water-to-cementitious material ratio is not exceeded. Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14. Concrete may be discharged after these times provided the concrete temperature and slump meet the requirements listed in this Item and other pertinent Items. Perform these tests with certified testing personnel per Section 421.4.8.1., "Certification of Testing Personnel." Provide the Engineer the option of witnessing testing of the concrete. If not provided this option, the Engineer may require additional testing before the concrete is placed. Table 14 Concrete Discharge Times Fresh Concrete Max Time After Batching for Max Time After Batching for Temperature, °F Concrete Not Containing Concrete Containing Type B or D Admixtures, min. Type B or D Admixtures, min. 90 and above 45 75 755T<90 60 90 T < 75 90 120 1. Concrete must contain at least the minimum manufacturer's recommended dosage of Type B or D admixture. 4.7. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. 4.8. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 4.8.1. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certified or qualified by a Department -recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted at the Contractor's option. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 4.8.2. Fresh Concrete. Provide safe access and assistance to the Engineer during sampling. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. 4.8.3. Testing of Fresh Concrete. Test for the fresh properties listed in Table 15. 14 421 Table 15 Fresh Concrete Tests Tests Test Methods Slump' Tex-415-A Temperature' Tex-422-A Air Content' 2 Tex-414-A, Tex-416-A, or ASTM C457 1. Job -control testing performed by the Contractor. 2. Only required when air -entrained concrete is specified on the plans. Concrete with a slump lower than the minimum placement slump in Table 9 after the addition of all water withheld, or concrete exhibiting segregation and excessive bleeding will be rejected. 4.8.3.1. Job -Control Testing. Perform job -control testing as specified in Table 16 unless otherwise specified. Provide the Engineer the opportunity to witness the testing. The Engineer may require a retest if not given the opportunity to witness. Immediately notify the Engineer of any nonconformity issues. Furnish a copy of all test results to the Engineer daily. Table 16 Job -Control Testing Frequencies Concrete Placements Frequent Bridge Deck Placements Test the first few loads, then every 60 cu. d. or fraction thereof. All Other Structural Class Concrete Placements One test every 60 cu. yd. or fraction thereof per class per day. Non -Structural Class Concrete Placements One test every 180 cu. yd. or fraction thereof. Immediately resample and retest the concrete slump when the concrete exceeds the slump range at time of placement. If the concrete exceeds the slump range after the retest, and is used at the Contractor's option, the Engineer will make strength specimens as specified in Article 421.5., "Acceptance of Concrete." 4.8.3.2. Strength Specimen Handling. Remove specimens from their molds and deliver Department test specimens to curing facilities within 24 to 48 hr. after molding, in accordance with pertinent test procedures unless otherwise shown on the plans or directed. Clean and prepare molds for reuse if necessary. 5. ACCEPTANCE OF CONCRETE The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. Investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause for any concrete that fails to meet the required strengths as outlined below. Take necessary actions to correct the problem including redesign of the concrete mix. The Engineer may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. Concrete failing to meet the required strength as outlined below will be evaluated using the procedures listed in Article 421.6., "Measurement and Payment." 5.1. Structural Class of Concrete. For concrete classes identified as structural concrete in Table 8, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on attaining the design strength given in Table 8. 5.2. Class P and Class HES. The Engineer will base acceptance in accordance with Item 360, "Concrete Pavement," and Item 361, `Repair of Concrete Pavement." 5.3. All Other Classes of Concrete. For concrete classes not identified as structural concrete in Table 8, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.3., "Concrete Trial Batches." 15 421 6. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. The following procedure will be used to evaluate concrete where one or more project acceptance test specimens fail to meet the required design strength specified in this Item or on the plans: ■ The concrete for a given placement will be considered structurally adequate and accepted at full price if the average of all test results for specimens made at the time of placement meets the required design strength provided no single test result is less than 85% of the required design strength. ■ The Engineer will perform a structural review of the concrete to determine its adequacy to remain in service if the average of all test results for specimens made at the time of placement is less than the required design strength or if any test results are less than 85% of the required design strength. If the in - situ concrete strength is needed for the structural review, take cores at locations designated by the Engineer in accordance with Tex-424-A. The Engineer will test the cores. The coring and testing will be at the Contractor's expense. ■ If all of the tested cores meet the required design strength, the concrete will be paid for at full price. ■ If any of the tested cores do not meet the required design strength, but the average strength attained is determined to be structurally adequate, the Engineer will determine the limits of the payment adjustment using the following formula: A=BP5.37 Sa +11.69 Sa ——5.32J CS'� Cs,� J where: A = Amount to be paid per unit of measure for the entire placement in question Sa = Actual average strength from cylinders or cores. Use values from cores, if taken. SS = Minimum required strength (specified) Bp = Unit Bid Price ■ If the structural review determines the concrete is not adequate to remain in service, the Engineer will determine the limits of the concrete to be removed. ■ The decision to reject structurally inadequate concrete or to apply the payment adjustment factor will be made no later than 56 days after placement. 16 464 Item 464 Reinforced Concrete Pipe Texas Department of Transportation 1. DESCRIPTION Furnish and install reinforced concrete pipe, materials for precast concrete pipe culverts, or precast concrete storm drain mains, laterals, stubs, and inlet leads. 2. MATERIALS 2.1. Fabrication. Fabrication plants must be approved by the Construction Division in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," before furnishing precast reinforced concrete pipe for Department projects. The Department's MPL has a list of approved reinforced concrete pipe plants. Furnish material and fabricate reinforced concrete pipe in accordance with DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.2. Design. 2.2.1. General. The class and D-load equivalents are shown in Table 1. Furnish arch pipe in accordance with ASTM C506 and the dimensions shown in Table 2. Furnish horizontal elliptical pipe in accordance with ASTM C507 and the dimensions shown in Table 3. For arch pipe and horizontal elliptical pipe the minimum height of cover required is 1 ft. Table 1 Circular Pipe ASTM C76 & ASTM C655 Class I D-Load 800 1,000 II III 1,350 IV 2,000 V 3,000 Table 2 Arch Pipe Design Size Equivalent Diameter in. Rise in. Span in. 1 18 13-1/2 22 2 21 15-1/2 26 3 24 18 28-1/2 4 30 22-1/2 36-1/4 5 36 26-5/8 43-3/4 6 42 31-5/16 51-1/8 7 48 36 58-1/2 8 54 40 65 9 60 45 73 10 72 54 88 464 Table 3 Horizontal Elliptical Pipe Design Size Equivalent Diameter in. Rise in. Span in. 1 18 14 23 2 24 19 30 3 27 22 34 4 30 24 38 5 33 27 42 6 36 29 45 7 39 32 49 8 42 34 53 9 48 38 60 10 54 43 68 2.2.2. Jacking, Boring, or Tunneling. Design pipe for jacking, boring, or tunneling considering the specific installation conditions such as the soil conditions, installation methods, anticipated deflection angles, and jacking stresses. Provide design notes and drawings signed and sealed by a Texas licensed professional engineer when requested. 2.3. Marking. Furnish each section of reinforced concrete pipe marked with the following information specified in DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." ■ class or D-load of pipe, ■ ASTM designation, ■ date of manufacture, ■ pipe size, ■ name or trademark of fabricator and plant location, ■ designated fabricator's approval stamp, ■ pipe to be used for jacking and boring (when applicable), and ■ designation "SR" for pipe meeting sulfate -resistant concrete plan requirements (when applicable). Clearly mark 1 end of each section during the process of manufacture or immediately thereafter for pipe with elliptical reinforcement. Mark the pipe on the inside and outside of opposite walls to show the location of the top or bottom of the pipe as it should be installed unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Mark the pipe section by indenting or painting with waterproof paint. 2.4. Inspection. Provide access for inspection of the finished pipe at the project site before and during installation. 2.5. Causes for Rejection. Individual section of pipe may be rejected for any of the conditions stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.6. Repairs. Make repairs if necessary as stated in the Annex of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." 2.7. Jointing Materials. Use any of the following materials for the making of joints unless otherwise shown on the plans. Furnish a manufacturer's certificate of compliance for all jointing materials except mortar. 2.7.1. Mortar. Provide mortar for joints that meets the requirements of Section 464.3.3., "Jointing." 2.7.2. Cold -Applied, Plastic Asphalt Sewer Joint Compound. Provide a material that consists of natural or processed asphalt base, suitable volatile solvents, and inert filler. Ensure the consistency is such that the ends of the pipe can be coated with a layer of the compound up to 112 in. thick by means of a trowel. Provide 464 a joint compound that cures to a firm, stiff plastic condition after application. Provide a material of a uniform mixture. Stir any small separation found in the container into a uniform mix before using. Provide a material that meets the requirements of Table 4 when tested in accordance with Tex-526-C. Table 4 Cold -Applied, Plastic Asphalt Sewer Joint Compound Material Requirements Composition Analysis Asphalt base, 100%—% volatiles—% ash, % by weight 28-45 Volatiles, 212°F evaporation, 24 hr., % by weight 10-26 Mineral matter, determined as ash, % by weight 30-55 Consistency, cone penetration, 150 q, 5 sec., 777 150-275 2.7.3. Rubber Gaskets. Provide gaskets that conform to ASTM C1619 Class A or C. Meet the requirements of ASTM C443 for design of the pipe joints and permissible variations in dimensions. 2.7.4. Pre -Formed Flexible Joint Sealants. Pre -formed flexible joint sealants may be used for sealing joints of tongue -and -groove concrete pipe. Provide flexible joint sealants that meet the requirements of ASTM C990. Use flexible joint sealants that do not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength. Supply in extruded rope form of suitable cross-section. Provide a size of the pre -formed flexible joint sealant in accordance with the manufacturer's recommendations and large enough to properly seal the joint. Protect flexible joint sealants with a suitable wrapper able to maintain the integrity of the jointing material when the wrapper is removed. 3. CONSTRUCTION 3.1. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures," except where jacking, boring, or tunneling methods are permitted. Jack, bore, or tunnel the pipe in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Immediate backfilling is permitted if joints consist of materials other than mortar. Take special precautions in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. Do not use heavy earth -moving equipment to haul over the structure until a minimum of 4 ft. of permanent or temporary compacted fill has been placed over the structure unless otherwise shown on the plans or permitted in writing. Remove and replace pipe damaged by the Contractor at no expense to the Department. 3.2. Laying Pipe. Start the laying of pipe on the bedding at the outlet end with the spigot or tongue end pointing downstream, and proceed toward the inlet end with the abutting sections properly matched, true to the established lines and grades unless otherwise authorized. Fit, match, and lay the pipe to form a smooth, uniform conduit. Cut cross trenches in the foundation to allow the barrel of the pipe to rest firmly upon the bedding where bell -and -spigot pipe is used. Cut cross trenches no more than 2 in. larger than the bell ends of the pipe. Lower sections of pipe into the trench without damaging the pipe or disturbing the bedding and the sides of the trench. Carefully clean the ends of the pipe before the pipe is placed. Prevent the earth or bedding material from entering the pipe as it is laid. Lay the pipe in the trench, when elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, so the markings for the top or bottom are not more than 5° from the vertical plane through the longitudinal axis of the pipe. Remove and re -lay, without extra compensation, pipe that is not in alignment or shows excessive settlement after laying. Lay multiple lines of reinforced concrete pipe with the centerlines of the individual barrels parallel. Use the clear distances between outer surfaces of adjacent pipes shown in Table 5 unless otherwise shown on the plans. Use the equivalent diameter from Table 2 or Table 3 for arch pipe or horizontal elliptical pipe to determine the clear distance requirement in Table 5. 464 Table 5 Minimum Clear Distance between Pipes Equivalent Diameter Min Clear Distance 18 in. 9 in. 24 in. 11 in. 30 in. 1 ft. 1 in. 36 in. 1 ft. 3 in. 42 in. 1 ft. 5 in. 48 in. 1 ft. 7 in. 54 in. 1 ft. 11 in. 60 to 84 in. 2 ft. 3.3. Jointing. Make available an appropriate rolling device similar to an automobile mechanic's "creeper" for conveyance through small -size pipe structures. 3.3.1. Joints Sealed with Hydraulic Cement Mortar. Use Type S mortar meeting the requirements of ASTM C270. Clean and wet the pipe ends before making the joint. Plaster the lower half of the bell or groove and the upper half of the tongue or spigot with mortar. Pack mortar into the joint from both inside and outside the pipe after the pipes are tightly jointed. Finish the inside smooth and flush with adjacent joints of pipe. Form a bead of semicircular cross-section over tongue -and -groove joints outside the pipe, extending at least 1 in. on each side of the joint. Form the mortar for bell -and -spigot joints to a 45' fillet between the outer edge of the bell and the spigot. Cure mortar joints by keeping the joints wet for at least 48 hr. or until the backfill has been completed, whichever comes first. Place fill or backfill once the mortar jointing material has cured for at least 6 hr. Conduct jointing only when the atmospheric temperature is above 40T. Protect mortared joints against freezing by backfilling or other approved methods for at least 24 hr. Driveway culverts do not require mortar banding on the outside of the pipe. Furnish pipes, with approval, that are large enough for a person to enter with the groove between 1/2 in. and 3/4 in. longer than the tongue. Such pipe may be laid and backfilled without mortar joints. Clean the space on the interior of the pipe between the end of the tongue and the groove of all foreign material, thoroughly wet and fill with mortar around the entire circumference of the pipe, and finish flush after the backfilling has been completed. 3.3.2. Joints Using Cold -Applied, Plastic Asphalt Sewer Joint Compound. Ensure both ends of the pipes are clean and dry. Trowel or otherwise place a 1/2—in. thick layer of the compound in the groove end of the pipe covering at least 2/3 of the joint face around the entire circumference. Shove home the tongue end of the next pipe with enough pressure to make a tight joint. Remove any excess mastic projecting into the pipe after the joint is made. Backfill after the joint has been inspected and approved. 3.3.3. Joints Using Rubber Gaskets. Make the joint assembly according to the recommendations of the gasket manufacturer. Make joints watertight when using rubber gaskets. Backfill after the joint has been inspected and approved. 3.3.4. Joints Using Pre -Formed Flexible Joint Sealants. Install pre -formed flexible joint sealants in accordance with the manufacturer's recommendations. Place the joint sealer so no dirt or other deleterious materials come in contact with the joint sealing material. Pull or push home the pipe with enough force to properly seal the joint. Remove any joint material pushed out into the interior of the pipe that would tend to obstruct the flow. Store pre -formed flexible joint sealants in an area warmed naturally or artificially to above 70T in an approved manner when the atmospheric temperature is below 60T. Apply flexible joint sealants to pipe joints immediately before placing pipe in trench, and connect pipe to previously laid pipe. Backfill after the joint has been inspected and approved. 3.4. Connections and Stub Ends. Make connections of concrete pipe to existing pipes, pipe storm drains, or storm drain appurtenances as shown on the plans. Mortar or concrete the bottom of existing structures if necessary to eliminate any drainage pockets created by the connections. Repair any damage to the existing structure resulting from making the connections. 464 Make connections between concrete pipe and corrugated metal pipe with a suitable concrete collar and a minimum thickness of 4 in. unless otherwise shown on the plans. Finish stub ends for connections to future work not shown on the plans by installing watertight plugs into the free end of the pipe. Fill lift holes with concrete, mortar, or precast concrete plugs after the pipe is in place. 4. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line, not including safety end treatments. Safety end treatments will be measured in accordance with Item 467, "Safety End Treatment." Pipe that will be jacked, bored, or tunneled will be measured in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Measurement of spurs, branches, or new connecting pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, the length of pipe tying into the structure wall will be included for measurement, but no other portion of the structure length or width will be included. For multiple pipes, the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reinforced Concrete Pipe," "Reinforced Concrete Pipe (Arch)," or "Reinforced Concrete Pipe (Elliptical)" of the size and D-load specified or of the size and class specified. This price is full compensation for constructing, furnishing, transporting, placing, and joining pipes; shaping the bed; cutting pipes on skew or slope; connecting to new or existing structures; breaking back, removing, and disposing of portions of the existing structure; replacing portions of the existing structure; cutting pipe ends on skew or slope; and equipment, labor, tools, and incidentals. Protection methods for excavations greater than 5 ft. deep will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Excavation, shaping, bedding, and backfill will be paid for in accordance with Item 400, "Excavation and Backfill for Structures." When jacking, boring, or tunneling is used at the Contractor's option, payment will be made under this Item. When jacking, boring or tunneling is required, payment will be made under Item 476, "Jacking, Boring or Tunneling Pipe or Box." 465 Item 465 im* 0 Texas Junction Boxes, Manholes, and Inlets Oepartmenf of Transporfafion 1. DESCRIPTION Construct junction boxes, manholes, and inlets, complete in place or to the stage detailed, including furnishing and installing frames, grates, rings, and covers. 2. MATERIALS Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures," ■ Item 421, "Hydraulic Cement Concrete," ■ Item 440, "Reinforcement for Concrete," and ■ Item 471, "Frames, Grates, Rings, and Covers." Cast -in -place junction boxes, manholes, inlets, risers, and appurtenances are acceptable unless otherwise shown. Alternate designs for cast -in -place items must be acceptable to the Engineer and must conform to functional dimensions and design loading. Alternate designs must be designed and sealed by a licensed professional engineer. 2.1. Concrete. Furnish Class H concrete as referenced in Item 421 "Hydraulic Cement Concrete," except that Mix Design Options 1-8 will be allowed for formed precast junction boxes, manholes, and inlets. Furnish concrete per DMS-7310, `Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification," for machine -made precast junctions boxes, manholes, and inlets. Furnish Class C concrete for cast -in -place manholes and inlets unless otherwise shown on the plans. 2.2. Mortar. Furnish mortar conforming to DMS-4675, "Cementitious Grouts and Mortars for Miscellaneous Applications." 2.3. Timber. Provide sound timber that is a minimum of 3 in. nominal thickness and reasonably free of knots and warps for temporary covers when used with Stage I construction (see Article 465.3., "Construction"). 2.4. Other Materials. Use commercial -type hardware as approved. 3. CONSTRUCTION Construct all types of junction boxes, manholes, and inlets either complete or in 2 stages, described as Stage I and Stage 11. Construct the Stage I portion of junction boxes, manholes, and inlets as shown on the plans or as specified in this Item. Furnish and install a temporary cover as approved. Furnish and install the storm drain pipe and a temporary plug for the exposed end of the storm drain pipe from the storm drain to a point below the top of curb indicated on the plans for Stage I construction of cast iron or steel inlet units. Construct Stage II after the pavement structure is substantially complete unless otherwise approved. Construct the remaining wall height and top of junction box, manhole, or inlet for Stage II, and furnish and install any frames, grates, rings and covers, curb beams, or collecting basins required. 465 Construct cast -in -place junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures." Forms will be required for all concrete walls. Outside wall forms for cast -in -place concrete may be omitted with approval if the surrounding material can be trimmed to a smooth vertical face. 3.1. Precast Junction Boxes, Manholes, and Inlets. Construct formed precast junction boxes, manholes, and inlets in accordance with Item 420, "Concrete Substructures," except as otherwise noted in this Item. Construct machine -made precast junction boxes, manholes, and inlets in accordance with ASTM C478 except as otherwise noted in this Item. Mix and place concrete for machine -made junction boxes, manholes, and inlets per the requirements of DMS-7310, "Reinforced Concrete Pipe and Machine -Made Precast Concrete Box Culvert Fabrication and Plant Qualification." Conform to the product permissible variations and rejection criteria stated in ASTM C478 for machine -made precast junction boxes, manholes, and inlets. Cure all precast units in accordance with Item 424, "Precast Concrete Structural Members (Fabrication)." Multi -project fabrication plants as defined in Item 424 "Precast Concrete Structural Members (Fabrication)," that produce manholes and inlets will be approved by the Construction Division in accordance with DMS-7340, "Qualification Procedure for Multi -Project Fabrication Plants of Precast Concrete Junction Boxes, Manholes and Inlets." The Department's MPL has a list of approved multi -project plants. 3.1.1. Lifting Holes. Provide no more than 4 lifting holes in each section for precast units. Lifting holes may be cast, cut into fresh concrete after form removal, or drilled. Provide lifting holes large enough for adequate lifting devices based on the size and weight of the section. The maximum hole diameter is 3 in. at the inside surface of the wall and 4 in. at the outside surface. Cut no more than 5 in. in any direction of reinforcement per layer for lifting holes. Repair spalled areas around lifting holes. 3.1.2. Marking. Clearly mark each precast junction box, manhole, and inlet unit with the following information: ■ name or trademark of fabricator and plant location; ■ product designation; ■ ASTM designation (if applicable); ■ date of manufacture; ■ designated fabricator's approval stamp; and ■ designation "SR" for product meeting sulfate -resistant concrete plan requirements (when applicable). 3.1.3. Storage and Shipment. Store precast units on a level surface. Do not ship units until design strength requirements have been met. 3.2. Excavation, Shaping, Bedding, and Backfill. Excavate, shape, bed, and backfill in accordance with Item 400, "Excavation and Backfill for Structures." Immediate backfilling is permitted for all junction box, manhole, and inlet structures where joints consist of rubber boots, rubber gaskets, or bulk or preformed joint sealant. Take precautions in placing and compacting the backfill to avoid any movement of junction boxes, manholes, and inlets. Remove and replace junction boxes, manholes, and inlets damaged by the Contractor at no expense to the Department. 3.3. Junction Boxes, Manholes, and Inlets for Precast Concrete Pipe Storm Drains. Construct junction boxes, manholes, and inlets for precast concrete pipe storm drains before completion of storm drain lines into or through the junction box, manhole, or inlet. Neatly cut all storm drains at the inside face of the walls of the junction box, manhole, or inlet. 3.4. Junction Boxes, Manholes, and Inlets for Box Storm Drains. Place bases or risers of junction boxes, manholes, and inlets for box storm drains before or in conjunction with placement of the storm drain. Backfill the junction box, manhole, or inlet and storm drain as a whole. 3.5. Inverts. Shape and route floor inverts passing out or through the junction box, manhole, or inlet as shown on the plans. Shape by adding and shaping mortar or concrete after the base is placed or by placing the required additional material with the base. 465 3.6. Finishing Complete Junction Boxes, Manholes, and Inlets. Complete junction boxes, manholes, and inlets in accordance with the plans. Backfill to original ground elevation in accordance with Item 400, "Excavation and Backfill for Structures." 3.7. Finishing Stage I Construction. Complete Stage I construction by constructing the walls to the elevations shown on the plans and backfilling to required elevations in accordance with Item 400, "Excavation and Backfill for Structures." 3.8. Stage II Construction. Construct subgrade and base course or concrete pavement construction over Stage I junction box, manhole, or inlet construction unless otherwise approved. Excavate to expose the top of Stage I construction and complete the junction box, manhole or inlet in accordance with the plans and these Specifications, including backfill and cleaning of all debris from the bottom of the junction box, manhole, or inlet. 3.9. Inlet Units. Install cast iron or steel inlet units in conjunction with the construction of concrete curb and gutter. Set the inlet units securely in position before placing concrete for curb and gutter. Form openings for the inlets and recesses in curb and gutter as shown on the plans. Place and thoroughly consolidate concrete for curb and gutter adjacent to inlets and around the inlet castings and formed openings and recesses without displacing the inlet units. 4. MEASUREMENT All junction boxes, manholes, and inlets satisfactorily completed in accordance with the plans and specifications will be measured by each junction box, manhole, or inlet, complete, or by each junction box, manhole, or inlet completed to the stage of construction required by the plans. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for as follows: 5.1. Complete Manholes. Payment for complete manholes will be made at the unit price bid for "Manhole (Complete)" of the type specified. 5.2. Complete Inlets. Payment for inlets will be made at the unit price bid for "Inlet (Complete)," of the type specified. 5.3. Complete Junction Boxes. Payment for junction boxes will be made at the unit price bid for "Junction Box (Complete)" of the type specified. 5.4. Manholes Stage I. Payment for Manholes, Stage I, will be made at the unit price bid for each "Manhole (Stage 1)" of the type specified. 5.5. Manholes Stage II. Payment for Manholes, Stage 11, will be made at the unit price bid for each "Manhole (Stage 11)" of the type specified. 5.6. Inlets Stage I. Payment for Inlets, Stage 1, will be made at the unit price bid for each "Inlet (Stage 1)" of the type specified. 5.7. Inlets Stage II. Payment for Inlets, Stage 11, will be made at the unit price bid for each "Inlet (Stage 11)" of the type specified. 5.8. Junction Boxes Stage I. Payment for Junction Boxes, Stage 1, will be made at the unit price bid for each "Junction Box (Stage 1)" of the type specified. 465 5.9. Junction Boxes Stage II. Payment for Junction Boxes, Stage II, will be made at the unit price bid for each "Junction Box (Stage ll)" of the type specified. This price is full compensation for concrete, reinforcing steel, mortar, frames, grates, rings and covers, excavation, and backfill and for all other materials, tools, equipment, labor, and incidentals 500 Item 500 Mobilization DESCRIPTION Texas Oepartmenf of Transporfafion Establish and remove offices, plants, and facilities. Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. Bonds and insurance are required for performing mobilization. For Contracts with emergency mobilization, provide a person and method of contact available 24 hrs. a day, 7 days a week unless otherwise shown on the plans. The time of notice will be the transmission time of the written notice or notice provided orally by the Department's representative. 2. MEASUREMENT This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 3. PAYMENT For this Item, the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Except for Contracts with callout or emergency work, mobilization will be paid in partial payments as follows: ■ Payment will be made upon presentation of a paid invoice for the payment or performance bonds and required insurance, ■ Payment will be made upon verification of documented expenditures for plant and facility setup. The combined amount for all these facilities will be no more than 10% of the mobilization lump sum or 1 % of the total Contract amount, whichever is less, ■ When 1 % of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid or 5% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount, ■ When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under the Item will be deducted from this amount, ■ When 10% of the adjusted Contract amount for construction Items is earned, 90% of the mobilization lump sum bid or 10% of the total Contract amount, whichever is less, will be paid. Previous payments under this Item will be deducted from this amount, ■ Upon final acceptance, 97% of the mobilization lump sum bid will be paid. Previous payments under this Item will be deducted from this amount, and ■ Payment for the remainder of the lump sum bid for "Mobilization" will be made after all submittals are received, final quantities have been determined and when any separate vegetative establishment and maintenance, test, and performance periods provided for in the Contract have been successfully completed. For projects with extended maintenance or performance periods, payment for the remainder of the lump sum bid for "Mobilization" will be made 6 months after final acceptance. 500 For Contracts with callout or emergency work, "Mobilization," will be paid as follows: ■ Payment will be made upon presentation of a paid invoice for the payment of performance bonds and required insurance, ■ Mobilization for callout work will be paid for each callout work request, and ■ Mobilization for emergency work will be paid for each emergency work request. 528 Item 528 Colored Textured Concrete and Landscape Pavers 1. DESCRIPTION 1.1. Colored Textured Concrete. Furnish and place colored textured concrete. 1.2. Landscape Pavers. Furnish and install landscape pavers. Texas Oepartmenf of Transporfafion 1.3. Landscape Pavers (Furnished). Landscape pavers will be furnished by the Department. Load and transport from the location shown on the plans to the project, and install. 1.4. Remove, Store, and Relay Landscape Pavers. Remove, store, and relay landscape pavers as shown on the plans or as directed. Furnish and lay replacement pavers. 2. MATERIALS 2.1. Colored Textured Concrete. Furnish materials in accordance with the following: ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 440, "Reinforcement for Concrete" Use Class A concrete unless otherwise shown on the plans. When approved, use fibers listed on the Department's MPL or fibers meeting the requirements of DMS-4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete. Use approved dry -shake color hardener or integral concrete colorant shown on the plans. Provide colored wax as a curing membrane meeting the requirements of ASTM C309 or as shown on the plans. 2.2. Landscape Pavers. Furnish materials in accordance with the details shown on the plans and the following: ■ Item 132, "Embankment" ■ Item 247, "Flexible Base" ■ Item 275, "Cement Treatment (Road -Mixed)" ■ Item 401, "Flowable Backfill" ■ Item 421, "Hydraulic Cement Concrete" 2.2.1. Pavers. Furnish pavers meeting the requirements of ASTM C936; made using normal -weight aggregates conforming to ASTM C33; and conforming to the shape, color, laying pattern, and dimensions shown on the plans. Furnish certification from the manufacturer stating that the interlocking paving units have been tested and meet all the requirements of ASTM C936. Furnish additional paving units when required for testing by the Department. 2.2.2. Bedding Sand. Furnish fine aggregate as specified in Item 421, "Hydraulic Cement Concrete," with the gradation given in Table 1. Table 1 Beddina Sand Gradation Sieve Size Percent Passing 3/8" 100 #4 85-100 #100 10-30 528 Spread the sand at a uniform moisture content of 3% to 7%. Protect the sand against rain if it is stockpiled on -site before spreading. 2.2.3. Joint -Filling Sand. Meet the requirements for bedding sand, except with the gradation given in Table 2. Table 2 Joint -Filling Sand Gradation Sieve Size Percent Passing #4 100 #8 90-100 #16 60-100 #30 25-70 #50 10-30 #100 2-15 #200 Less than 10 3. CONSTRUCTION 3.1. Colored Textured Concrete. Prepare for approval a 9-sq. ft., 3-in. thick specimen for each color, pattern, and texture required before beginning work. Prepare the subgrade, base, or both in accordance with the plans and pertinent Items. Place and screed concrete to the proper grade and wood -float to a uniform surface, in accordance with Item 420, "Concrete Substructures." Apply colorant in accordance with the manufacturer's recommendations. Apply dry -shake color hardener, if used, evenly to the plastic surface, following the manufacturer's directions. Use at least 65 lb. per 12 square yard. Apply in 2 separate applications and wood -float after each application. Trowel only after the final floating. Place dies with a repetitive pattern on the concrete surface and hand -tamp to create the required texture or imprint shown on the plans. Use a brick pattern if no texture is specified. Apply colored curing and finishing compound in accordance with the manufacturer's directions. 3.2. Landscape Pavers. 3.2.1. Removing and Relaying Existing Pavers. Exercise care when removing existing pavers, making an effort to remove the pavers with minimal damage. Removal by mechanical means is allowed unless otherwise shown on the plans. Ensure that any removed pavers remain in good, reusable condition. Dispose of stained or damaged pavers. Palletize reusable pavers and completely wrap the pavers and pallets with plastic to protect during storage. Safeguard the pavers from theft and/or vandalism while the Contract is in progress. Deliver salvageable excess pavers to a stockpile location on the project unless otherwise shown on the plans. Dispose of unsalvageable pavers in accordance with federal, state, and local regulations. Replace any pavers deemed unusable with new materials as necessary and as directed. Remove paver units damaged during compaction and replace with pavers of equivalent size, shape, and color. 3.2.2. Base Installation. Perform excavation and embankment work for the subgrade. Replace unsuitable material encountered in the subgrade and compact to a uniform grade. Stabilize subgrade if specified. Place and compact the base to ordinary compaction requirements in accordance with the pertinent Item, and to the depth specified on the plans. Grade the base surface so that the finished grade of the pavers meets the requirements shown on the plans. 3.2.3. Bedding Sand Installation. Screed a layer of uncompacted sand to a depth of 1 to 1-1/2 in. over the compacted base. Do not use bedding sand for leveling. Maintain the spread sand in a loose condition and protect against precompaction before and after screeding. Protect screeded sand against accidental precompaction, including compaction by rain or dew. Loosen precompacted sand or screeded sand in advance of the laying face only to an extent to which paving will be 528 completed that day. Lightly screed the sand in a loose condition to the predetermined depth slightly ahead of laying the paving units. 3.2.4. Paver Installation. Place paving units on an uncompacted, screeded sand bed to the required laying pattern shown on the plans. Align all joints and provide nominal 1/8-in. gaps between adjacent units. Place the first row to abut an edge restraint with a gap of 1/8 in. Place at a suitable angle to the edge restraint to achieve the required visual orientation of paving units in the completed pavement. Lay full-size units in each row first, followed by closure units consisting of at least 25% of a full unit. Cut units using a power saw. To fill smaller edge spaces, use a grout mix matching the color of the pavers that consists of 1 part hydraulic cement to 2 parts concrete sand. Use cement and sand that meet Item 421, "Hydraulic Cement Concrete." Do not allow construction traffic on pavers during installation and compaction. 3.2.5. Paver Compaction. Provide a high -frequency, low -amplitude mechanical flat plate vibrator compactor with a plate area large enough to cover at least 12 paving units and that can deliver a 3,500- to 5,000-lb. centrifugal compaction force. Compact paving units immediately after placement to achieve consolidation of the sand bedding before any traffic is allowed. Bring to design levels and profiles by at least 2 passes of the plate compactor. Do not compact within 3 ft. of the laying face. Continue compaction until lipping has been eliminated between the adjoining units. Compact all work to within 3 ft. of the laying face at the completion of each work day. Spread joint -filling sand as soon as practical after compaction but in all cases before the termination of each work day, before acceptance of the day's work, and before permitting construction traffic. Allow joint -filling sand to dry, and then sweep to fill the joints. Compact the pavers and joint -filling sand with a single pass of the compactor. 4. MEASUREMENT This Item will be measured by the square yard. Removed pavers to be relayed, salvaged, or disposed of will be measured by the square yard in their original position. Replacement pavers will be measured by the square yard in the final position of replacement pavers. 5. PAYMENT Excavation and embankment will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. 5.1. Colored Textured Concrete. The work performed and measured as provided under "Measurement" will be paid for at the unit price bid for "Colored Textured Concrete" of the thickness specified. This price is full compensation for surface preparation of subgrade and base; furnishing, placing, finishing, and curing colored, textured concrete; and equipment, labor, materials, tools, and incidentals. Preparation of approval specimens will not be paid for directly but will be considered subsidiary to this Item. Base under colored textured concrete will be paid for under pertinent Items unless otherwise shown on the plans. 5.2. Landscape Pavers. The work performed and measured as provided under "Measurement" will be paid for at the unit price bid for "Landscape Pavers." This price is full compensation for furnishing, placing, and compacting pavers; bedding and joint -filling sand; and equipment, labor, materials, tools, and incidentals. Paver units damaged during compaction will be replaced at the Contractor's expense. Base required for landscape pavers will not be paid for directly but will be subsidiary to this Item. 528 5.3. Landscape Pavers (Furnished). The work performed and measured as provided under "Measurement" will be paid for at the unit price bid for "Landscape Pavers (Furnished)." This price is full compensation for loading and transporting, placing, and compacting pavers; bedding and joint -filling sand; and equipment, labor, materials, tools, and incidentals. Paver units damaged during loading, transport, or compaction will be replaced at the Contractor's expense. Base required for landscape pavers will not be paid for directly but will be subsidiary to this Item. 5.4. Removing and Relaying Existing Pavers. The work performed and measured as provided under "Measurement" will be paid for at the unit price bid for in accordance with "Remove and Relay Pavers" and "Replacement Pavers." Base required for landscape pavers will not be paid for directly but will be subsidiary to this Item. Paver units damaged during removal, loading, transport, or compaction will be replaced at the Contractor's expense. 5.4.1. Remove and Relay Pavers. Removing and relaying pavers will be paid for at the unit price for "Remove and Relay Landscape Pavers." This price is full compensation for removing and storing pavers; placing and compacting salvaged pavers; preparing bedding; bedding and joint -filling sand; stockpiling salvaged pavers; disposing of pavers; and equipment, labor, materials, tools, and incidentals. 5.4.2. Replacement Pavers. Furnishing and placement of replacement pavers will be paid for at the unit price bid for "Replacement Pavers." This price is full compensation for furnishing replacement pavers; placing and compacting pavers; preparing bedding; bedding and joint -filling sand; and equipment, labor, materials, tools, and incidentals. 529 Item 529 Concrete Curb, Gutter, and DeTertment Combined Curb and Gutter of Transportation 1. DESCRIPTION Construct hydraulic cement concrete curb, gutter, and combined curb and gutter. 2. MATERIALS Furnish materials conforming to: ■ Item 360, "Concrete Pavement" ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 440, "Reinforcement for Concrete" Use Class A concrete or material specified on the plans. Use Grade 8 coarse aggregate for extruded Class A concrete. Use other grades if approved. When approved, use fibers meeting the requirements of DMS-4550, "Fibers for Concrete," to replace reinforcing steel in Class A concrete. Dose fibers in accordance with the Department's MPL of pre -qualified fibers for concrete. 3. CONSTRUCTION Provide finished work with a well -compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Mix, place, and cure concrete in accordance with Item 420, "Concrete Substructures." Construct joints at locations shown on the plans. Cure for at least 72 hr. Furnish and place reinforcing steel in accordance with Item 440, "Reinforcement for Concrete." Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any 2 contacts on a 10-ft. straightedge. 3.1. Conventionally Formed Concrete. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture. Place curbs, gutters, and combined curb and gutters in 50-ft. maximum sections unless otherwise approved. 3.2. Extruded or Slipformed Concrete. Hand -tamp and sprinkle subgrade or foundation material before concrete placement. Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self-propelled equipment. 529 The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. Other methods may be used when approved. Finish surfaces immediately after extrusion or slipforming. 4. MEASUREMENT This Item will be measured by the foot. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Curb," "Concrete Curb (Mono)," or "Concrete Curb and Gutter" of the type specified. This price is full compensation for surface preparation of curb foundation, equipment, labor, materials, tools, and incidentals. 531 Item 531 Sidewalks Texas Oepartmenf of Transporfafion DESCRIPTION Construct hydraulic cement concrete sidewalks. 2. MATERIALS Furnish materials conforming to the following: ■ Item 360, "Concrete Pavement" ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 440, 'Reinforcement for Concrete" Use Class A concrete unless otherwise shown on the plans. Use Grade 8 course aggregate for extruded Class A concrete. Use other grades if approved. 3. CONSTRUCTION Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand - tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete in accordance with Item 104, `Removing Concrete." Provide a clean surface for concrete placement directly on the surface material or pavement. Mix and place concrete in accordance with the pertinent Items. Hand -finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 114 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross -sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well -compacted mass, a surface free from voids and honeycomb, and the required true -to -line shape and grade. Cure for at least 72 hr. in accordance with Item 420, "Concrete Substructures." 3.1. Conventionally Formed Concrete. Provide pre -molded or board expansion joints of the thickness shown on the plans for sidewalk section lengths greater than 8 ft. but less than 40 ft., unless otherwise directed. Terminate workday production at an expansion joint. 3.2. Extruded or Slipformed Concrete. Provide any additional surface finishing immediately after extrusion or slipforming as required on the plans. Construct joints at locations as shown on the plans or as directed. 4. MEASUREMENT Sidewalks will be measured by the square yard of surface area. Curb ramps will be measured by the square yard of surface area or by each. A curb ramp consists of the ramp, landing, adjacent flares or side curb, and detectable warning surface as shown on the plans. 531 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Concrete Sidewalks" of the depth specified and "Curb Ramps" of the type specified. This price is full compensation for surface preparation of sidewalk foundation; materials; removal and disposal of existing concrete; excavation, hauling and disposal of excavated material; drilling and doweling into existing concrete curb, sidewalk, and pavement; repair of adjacent street or pavement structure damaged by these operations; and equipment, labor, materials, tools, and incidentals. Sidewalks that cross and connect to concrete driveways or turnouts will be measured and paid for in accordance with Item 530, "Intersections, Driveways, and Turnouts." 618 Item 618 Conduit DESCRIPTION Furnish and install conduit. 2. MATERIALS Texas Department of Transportation Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 400, "Excavation and Backfill for Structures" ■ Item 476, "Jacking, Boring, or Tunneling Pipe or Box" When specified on the plans, provide: ■ rigid metal conduit (RMC); ■ intermediate metal conduit (IMC); ■ electrical metallic tubing (EMT); ■ polyvinyl chloride (PVC) conduit; ■ high density polyethylene (HDPE) conduit; ■ liquidtight flexible metal conduit (LFMC); or ■ liquidtight flexible nonmetallic conduit (LFNC). Furnish conduit from new materials in accordance with DMS-11030, "Conduit." Provide prequalified conduit from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other types of conduit not on the MPL that comply with the details shown on the plans and the NEC. Fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit, unless otherwise shown on the plans. Use watertight fittings. Do not use set screw and pressure -cast fittings. Steel compression fittings are permissible. When using HDPE conduit, provide fittings that are UL-listed as electrical conduit connectors or thermally fused using an electrically heated wound wire resistance welding method. Use red 3-in. 4-mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing conduit located near underground utilities. Consult with the appropriate utility company before beginning work. Install conduit a minimum of 18 in. deep below finished grade unless otherwise shown on the plans. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. 618 Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4-in. taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or as directed. Fasten conduit within 3 ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2-hole type clamps for 2-in. diameter or larger conduit. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Before installation of conductors or final acceptance, pull a properly sized mandrel or piston through the conduit to ensure that it is free from obstruction. Cap or plug empty conduit placed for future use. Perform trench excavation and backfilling as shown on the plans or as directed, and in accordance with Item 400, "Excavation and Backfill for Structures." Excavation and backfilling will be subsidiary to the installation of the conduit. Jack and bore as shown on the plans or as directed, and in accordance with Item 476, "Jacking, Boring, or Tunneling Pipe or Box." Place warning tape approximately 10 in. above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by replacing any removed surfacing, such as asphalt pavement or concrete riprap, with like material to equivalent condition. Mark conduit locations as directed. 4. MEASUREMENT This Item will be measured by the foot of conduit. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Conduit" of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, trenching, and furnishing and placing backfill; encasing in steel or concrete; replacing pavement structure, sod, riprap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes, and expansion joints; and materials, equipment, labor, tools, and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundations. 620 Item 620 im* 0 Texas Electrical Conductors Department of Transportation 1. DESCRIPTION Furnish and install electrical conductors, except conductors specifically covered by other Items. 2. MATERIALS Provide new materials that comply with the details shown on the plans and the requirements of this Item. Use stranded insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC, and CSA requirements. Furnish electrical conductors in accordance with DMS-11040, "Electrical Conductors." Provide prequalified electrical conductors from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Ensure all grounding conductors size 8 AWG and larger are stranded, except for the grounding electrode conductor at the electrical service, which will be a solid conductor. Use white insulation for grounded (neutral) conductors, except grounded conductors size 4 AWG and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure insulated grounding conductors are green except insulated grounding conductors size 4 AWG and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Splice conductors only in junction boxes, ground boxes, and transformer bases, and in poles and structures at the handholes. Splice as shown on the plans. Do not exceed the manufacturer's recommended pulling tension. Use lubricant as recommended by the manufacturer. Install conductors in accordance with the NEC. Make insulation resistance tests on the conductors before making final connections, and ensure each continuous run of insulated conductor has a minimum DC resistance of 5 megohms when tested at 1,000 volts DC. The Engineer may require verification testing of all or part of the conductor system. The Engineer will witness these verification tests. Replace conductors exhibiting an insulation resistance of less than 5 megohms at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 620 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Conductors" of the types and sizes specified. This price is full compensation for furnishing, installing, and testing electrical conductors; furnishing and installing breakaway connectors; and for materials, equipment, labor, tools, and incidentals, except: ■ conductors used in connecting the components of electrical services will be paid for under Item 628, "Electrical Services"; ■ conductors inside roadway illumination assemblies will be paid for under Item 610, "Roadway Illumination Assemblies"; ■ conductors inside of traffic signal pole assemblies will be paid for under this Item; and ■ conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 621 Item 621 Tray Cable Texas Department of Transportation 1. DESCRIPTION Furnish and install tray cable. 2. MATERIALS Provide new materials that comply with the details shown on the plans and meet the requirements of Item 620, "Electrical Conductors." Furnish tray cable from new materials in accordance with DMS-11050, "Tray Cable." Provide prequalified tray cable from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Provide an additional 5 ft. of cable coiled in each ground box when installing cable in underground conduit. Splice tray cable conductors only at locations shown on the plans. Obtain the Engineer's written approval for each splice. Ensure allowed splices are watertight. Test the cable's conductors after installation and before any connection. Remove and replace tray cable exhibiting a DC insulation resistance of less than 5 megohms at 1,000 volts DC at no additional cost to the Department. 4. MEASUREMENT This Item will be measured by the foot of tray cable. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Tray Cable" of the types and sizes specified. This price is full compensation for furnishing and installing materials and for equipment, labor, tools, and incidentals. 624 Item 624 Ground Boxes DESCRIPTION ■ Installation. Construct, furnish, and install ground boxes complete with lids. ■ Removal. Remove existing ground boxes. 2. MATERIALS Texas Department of Transportation Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following items: ■ Item 420, "Concrete Substructures" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 432, "Riprap" ■ Item 440, "Reinforcement for Concrete" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" Provide fabricated precast polymer concrete ground boxes in accordance with DMS-11070, "Ground Boxes." Provide prequalified ground boxes from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. Provide other precast or cast -in -place ground boxes that comply with the details shown on the plans. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing or removing ground boxes located near underground utilities. Consult with the appropriate utility company before beginning work. 3.1. Installation. Fabricate and install ground boxes in accordance with the details, dimensions, and requirements shown on the plans. Install ground box to approved line and grade. Construct precast and cast -in -place concrete ground boxes in accordance with Item 420, "Concrete Substructures," and Item 440, "Reinforcement for Concrete." Construct concrete aprons as shown on the plans and in accordance with Item 432, "Riprap," and Item 440, "Reinforcement for Concrete." 3.2. Removal. Remove existing ground boxes and concrete aprons to at least 6 in. below the conduit level. Uncover conduit to a sufficient distance so that 90 degree bends can be removed and conduit reconnected. Clean the conduit in accordance with Item 618, "Conduit." Replace conduit within 5 ft. of the ground box. Remove old conductors and install new conductors as shown on the plans. Backfill area with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 624 4. MEASUREMENT This Item will be measured by each ground box installed complete in place or each ground box removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Ground Box" of the types and sizes specified and for "Remove Ground Box." 5.1. Installation. This price is full compensation for excavating and backfilling; constructing, furnishing, and installing ground boxes and concrete aprons; and material, equipment, labor, tools, and incidentals. All wiring connections required inside the ground box will be considered subsidiary to this bid item. Conduit will be paid for under Item 618, "Conduit." Electrical conductors will be paid for under Item 620, "Electrical Conductors." 5.2. Removal. This price is full compensation for removing and disassembling ground boxes and concrete aprons; excavating, backfilling, and surface placement; removing old conductors; disposal of unsalvageable materials; and materials, equipment, labor, tools, and incidentals. Cleaning of conduit is subsidiary to this Item. Conduit replaced within 5 ft. of the ground box will be subsidiary to this Item. Additional conduit will be paid for under Item 618, "Conduit." Installation of conductors will be paid for under Item 620, "Electrical Conductors." 628 Item 628 Electrical Services 1. DESCRIPTION ■ Installation. Furnish and install electrical services. ■ Relocation. Relocate existing electrical services. ■ Removal. Remove existing electrical services. 2. MATERIALS Texas Department of Transportation Provide materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 441, "Steel Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" ■ Item 618, "Conduit" ■ Item 620, "Electrical Conductors" ■ Item 627, "Treated Timber Poles" ■ Item 656, "Foundations for Traffic Control Devices" For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and are in accordance with DMS-11080, "Electrical Services." Provide prequalified electrical services prequalified from the Department's MPL. When required by the Engineer, notify the Department in writing of selected materials from the MPL intended for use on each project. 3. CONSTRUCTION Perform work in accordance with the details shown on the plans and the requirements of this Item. Use established industry and utility safety practices when installing, relocating, or removing electrical services located near overhead or underground utilities. Consult with the appropriate utility company before beginning work. 3.1. Installation. Furnish and install electrical service equipment. Ensure components of the electrical service meet the requirements of the Electrical Detail Standards. Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate the utility companies' work for providing service. 3.2. Relocation. Coordinate relocation with the appropriate utility company before beginning work. Remove existing electrical service according to "Removal" under this Item. Reinstall existing electrical service according to "Installation" of this Item. Replace or add circuit breakers as noted on the plans. 3.3. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirements. Remove existing electrical service support a minimum of 2 ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the 628 surrounding area. Replace any surfacing such as asphalt pavement or concrete riprap with like material to equivalent condition. Disconnect conductors and remove them from the conduit. Cut off all protruding conduit 6 in. below finished grade. Abandoned conduit need not be removed unless shown on the plans. Reconnect conductors and conduit to be reused when shown on the plans. Make all splices in ground boxes unless otherwise shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each electrical service installed, relocated, or removed. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Electrical Services" of the types specified, 'Relocate Electrical Services," or "Remove Electrical Services." 5.1. Installation. This price is full compensation for paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, service conduit (from the service equipment including the elbow below ground), fittings, service conductors (from the service equipment including the elbow below ground), brackets, bolts, hangers, hardware; and materials, equipment, labor, tools, and incidentals. Costs for utility -owned power line extensions, connection charges, meter charges, consumption charges, and other charges will be paid for by the Department. The Department will reimburse the Contractor the amount billed by the utility plus an additional 5% of the invoice cost will be paid for labor, equipment, administrative costs, superintendence, and profit. 5.2. Relocation. This price is full compensation for disconnecting and isolating the existing electrical service; relocating the service supports; new service support foundation; backfilling holes; paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; removing, disconnecting, installing, and connecting all components including poles, service supports, foundations, anchor bolts, riprap, enclosures, switches, breakers, service conduit (from the service equipment including the elbow below ground), fittings, service conductors (from the service equipment including the elbow below ground), brackets, bolts, hangers, hardware; and materials, equipment, labor, tools, and incidentals. Costs for utility -owned power line extensions, connection charges, meter charges, consumption charges, and other charges will be paid for by the Department. The Department will reimburse the Contractor the amount billed by the utility plus an additional 5% of the invoice cost will be paid for labor, equipment, administrative costs, superintendence, and profit. 5.3. Removal. This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and materials, equipment, labor, tools, and incidentals. 644 Item 644 Texas Small Roadside Sign Assemblies Oepartmenf of Transporfafion 1. DESCRIPTION ■ Installation. Furnish, fabricate, and erect small roadside sign assemblies or bridge mounted clearance sign assemblies consisting of the signs, sign supports, foundations (when required), and associated mounting hardware. ■ Relocation. Relocate existing small roadside sign assemblies or bridge mounted clearance sign assemblies, and furnish and fabricate material as required. ■ Removal. Remove existing small roadside sign assemblies or bridge mounted clearance sign assemblies. 2. MATERIALS Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials that comply with the following Items and details shown on the plans: ■ Item 421, "Hydraulic Cement Concrete" ■ Item 440, "Reinforcement for Concrete" ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 636, "Signs" ■ Item 643, "Sign Identification Decals" ■ Item 656, "Foundations for Traffic Control Devices" Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate metals to prevent corrosion. 3. CONSTRUCTION Construct foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. 3.1. Fabrication. Fabricate sign supports in accordance with Item 441, "Steel Structures." Ensure all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign -mounting heights shown on the plans. Hot -dip galvanize fabricated parts in accordance with Item 445, "Galvanizing." Punch or drill any holes in steel parts or members before galvanizing. Repair galvanizing for any steel part or member damaged during assembly, transit, erection; or for any steel part or member welded, when permitted, after galvanizing. Perform all galvanizing repairs in accordance with Section 445.3.5., 'Repairs." 644 3.2. Installation. Locate and install sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or avoid conflict with utilities and underground appurtenances. Stake sign support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor's expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to supports in accordance with the plans and pertinent Items. 3.3. Relocation. Reuse the existing signs as required unless otherwise shown on the plans. Furnish and install new stub posts in new foundations for relocated sign assemblies. Erect the new supports on the new stub posts, and attach the existing signs to the supports in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.4., "Removal." 3.4. Removal. Remove abandoned concrete foundations to 2 ft. below finish grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. 3.5. Handling and Storage. Handle and store existing signs or portions of signs removed so they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 3.6. Cleaning. Wash the entire sign after installation with a biodegradable cleaning solution acceptable to the sign face materials manufacturer to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. 4. MEASUREMENT This Item will be measured as each small roadside assembly or bridge mounted clearance sign assembly installed, removed, or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Small Roadside Sign Assemblies" of the type specified, "Install Bridge Mounted Clearance Sign Assemblies" of the type specified, `Relocate Small Roadside Sign Assemblies" of the type specified, "Relocate Bridge Mounted Clearance Sign Assemblies" of the type specified, "Remove Small Roadside Sign Assemblies," or "Remove Bridge Mounted Clearance Sign Assemblies." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, and erecting the supports; constructing foundations including concrete (when required); furnishing complete signs including sign connections and all hardware; attaching the signs to the supports; preparing and cleaning the signs; and materials, equipment, labor, tools, and incidentals. 5.2. Relocation. This price is full compensation for removing existing sign assemblies and related materials; furnishing and installing new stub posts and new sign supports; constructing foundations including concrete 644 (when required); and new hardware; reinstallation of signs; preparing and cleaning the signs; salvaging; disposal of unsalvageable materials; removing existing foundations, backfilling, and surface placement; and materials, equipment, labor, tools, and incidentals. 5.3. Removal. This price is full compensation for removing existing sign assemblies and related materials; salvaging; disposal of unsalvageable materials; removing existing foundations, backfilling, and surface placement; and materials, equipment, labor, tools, and incidentals. 666 Item 666 im* 0 Texas Retroreflectorized Pavement Markings Department of Transportation 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS-8220, "Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS-8220, "Hot Applied Thermoplastic." 2.2. Type II Marking Materials. Furnish in accordance with DMS-8200, "Traffic Paint." 2.3. Glass Traffic Beads. Furnish drop -on glass beads in accordance with DMS-8290, "Glass Traffic Beads" or as approved. Furnish a double -drop of Type II and Type III drop -on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type III beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that: ■ is maintained in satisfactory condition, ■ meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, ■ applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, ■ has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, ■ is capable of producing the types and shapes of profiles specified, and ■ can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: ■ Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. ■ Use a portable retroreflectometer that: • uses 30-meter geometry and meets the requirements described in ASTM E1710; 666 has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: ■ at least 40,000 ft. of 4-in. solid or broken non -profile markings per working day at the specified thickness; ■ at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; ■ linear non -profile markings up to 8 in. wide in a single pass; ■ non -profile pavement markings other than solid or broken lines at an approved production rate; ■ a centerline and no -passing barrier -line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non -profile pavement markings shown on the plans; ■ solid and broken lines simultaneously; ■ white line from both sides; ■ lines with clean edges, uniform cross-section with a tolerance of ±1/8 in. per 4 in. width, uniform thickness, and reasonably square ends; ■ skip lines between 10 and 10-1/2 ft., a stripe -to -gap ratio of 10 to 30, and a stripe -gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; ■ beads uniformly and almost instantly on the marking as the marking is being applied; ■ beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and ■ double -drop bead applications using both Type II and Type III beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: ■ Type I Marking Application —Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. ■ Type 11 Marking Application —Place a 1-sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. 666 Apply markings: ■ that meet the requirements of Tex-828-13, ■ that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), ■ using widths and colors shown on the plans, ■ at locations shown on the plans, ■ in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, ■ without abrupt deviations, ■ free of blisters and with no more than 5% by area of holes or voids, ■ with uniform cross-section, density and thickness, ■ with clean and reasonably square ends, ■ that are retroreflectorized with drop -on glass beads, and ■ using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., "General," and with a surface temperature above 50°F when measured in accordance with Tex-829-B. 666 4.3.1.1. Non -Profile Pavement Markings. Apply Type I non -profile markings with a minimum thickness of: ■ 0.100 in. (100 mils) for new markings and retracing water -based markings on surface treatments involving Item 316, "Seal Coat," ■ 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or ■ 0.090 in. (90 mils) for all other Type I markings. The maximum thickness for Type I non -profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex-854-13 using the tape method. 4.3.1.2. Profile Pavement Markings. Apply Type I profile markings with a minimum thickness of: ■ 0.060 in. (60 mil) for edgeline markings, or ■ 0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4-in. line. Adjust application rates proportionally for other widths. When Type II markings are used as a sealer for Type I markings, apply at least 15 gal. per mile using Type II drop -on beads. 4.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type I and Type II markings, with 40% to 60% bead embedment. 4.4. Retroreflectivity Requirements. When specified on the plans, Type I markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application: ■ White markings: 250 millicandelas per square meter per lux (mcdlmzllx) ■ Yellow markings: 175 mcdlmzllx 4.5. Retroreflectivity Measurements. Use a mobile retro reflecto meter for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retro refl ecto meters may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. 666 A marking meets the retroreflectivity requirements if: ■ the combined average retroreflectivity measurement for a one -mile segment meets the minimum retroreflectivity values specified, and ■ no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one -mile segment. The Engineer may accept failing one -mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one -mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroref lectometer Measurements. Take a minimum of 20 measurements for each 1-mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type I marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, "Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs, and Traffic Handling." Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 666 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type II markings when used as a sealer for Type I markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Sealer" of the size specified, "Retroreflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, "Retroreflectorized Pavement Markings with Retroreflective Requirements" of the types, colors, sizes, widths, and thicknesses specified or "Retroreflectorized Profile Pavement Markings" of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, "Pavement Surface Preparation for Markings." Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type II, paint and beads) used as a sealer for Type I markings (thermoplastic) will be paid for under Item 662, "Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 677 Item 677 im* Texas Eliminating Existing Pavement Markings and Markers ofTru�sportafion 1. DESCRIPTION Eliminate existing pavement markings and raised pavement markers (RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items ■ Item 300, "Asphalts, Oils, and Emulsions" ■ Item 302, "Aggregates for Surface Treatments" ■ Item 316, "Seal Coat" Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 in. deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal, state, and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface Treatment Method. Apply surface treatment material at rates shown on the plans, or as directed. Place a surface treatment a minimum of 2 ft. wide to cover the existing marking. Place a surface treatment, thin overlay, or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method. Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat, avoid spalling pavement surfaces. Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method. Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method. 677 4.4. Mechanical Method. Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 5. MEASUREMENT This Item will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; or by any other unit shown on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Eliminating Existing Pavement Markings and Markers" of the type and width as applicable. This price is full compensation for the elimination method used and materials, equipment, tools, labor, and incidentals. Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. 680 Item 680 Highway Traffic Signals 1. DESCRIPTION ■ Installation. Install highway traffic signals. ■ Removal. Remove, store, and salvage traffic signals. 2. MATERIALS Texas Department of Transportation Ensure electrical materials and construction methods conform to the current NEC and additional local utility requirements. Furnish new materials. Ensure all materials and construction methods conform to the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 610, "Roadway Illumination Assemblies" ■ Item 625, "Zinc -Coated Steel Wire Strand" ■ Item 627, "Treated Timber Poles" ■ Item 636, "Signs" ■ Item 656, "Foundations for Traffic Control Devices" Provide controller assemblies that meet the requirements of DMS-11170, "Fully Actuated, Solid -State Traffic Signal Controller Assembly," and the details shown on the plans. Provide prequalified controller assemblies from the Department's MPL. Provide flasher assemblies that meet the requirements of DMS-11160, "Flasher Controller Assembly," and the details shown on the plans. Provide prequalified flasher assemblies from the Department's MPL. Sampling and testing of traffic signal controller assemblies will be done in accordance with Tex-1170-T. 3. CONSTRUCTION 3.1. Installation. Install traffic signal controller foundations in accordance with Item 656, "Foundations for Traffic Control Devices." 3.1.1. Electrical Requirements. 3.1.1.1. Electrical Services. Make arrangements for electrical services and install and supply materials not provided by the utility company as shown on the plans. Install 120-volt, single-phase, 60-Hz AC electrical service unless otherwise shown on the plans. 3.1.1.2. Conduit. Install conduit and fittings of the sizes and types shown on the plans. Conduit of larger diameter size than that shown on the plans may be used with no additional compensation, providing the same diameter size is used for the entire length of the conduit run. Extend conduit in concrete foundations 2 to 3 in. above the concrete. Seal the ends of each conduit with silicone caulking, or other approved sealant, after all cables and conductors are installed. 680 3.1.1.3. Wiring. Furnish stranded No. 12 AWG XHHW conductors. Install above -ground cables and conductors in rigid metal conduit, except for span wire suspended cables and conductors, drip loops, and electrical wiring inside signal poles unless otherwise shown on the plans. Make power entrances to ground -mounted controllers through underground conduit. Wire each signal installation to operate as shown on the plans. Attach ends of wires to properly sized self -insulated solderless terminals. Attach terminals to the wires with a ratchet -type compression crimping tool properly sized to the wire. Place pre -numbered identification tags of plastic or tape around each wire adjacent to wire ends in the controller and signal pole terminal blocks. Splices will not be permitted except as shown on the plans, unless each individual splice is approved in writing. Make all allowed splices watertight. 3.1.1.4. Grounding and Bonding. Ground and bond conductors in accordance with the NEC. Ensure the resistance from the grounded point of any equipment to the nearest ground rod is less than 1 ohm. Install a continuous bare or green insulated copper wire (equipment ground) throughout the electrical system that is the same size as the neutral conductor, but a minimum No. 8 AWG. Connect the equipment ground to all metal conduit, signal poles, controller housing, electrical service ground, ground rods, and all other metal enclosures and raceways. Provide copper wire bonding jumpers that are a minimum No. 8 AWG. 3.1.2. Controller Assemblies. Construct controller foundations in accordance with Item 656, "Foundations for Traffic Control Devices." Immediately before mounting the controller assembly on the foundation, apply a bead of silicone caulk to seal the cabinet base. Seal any space between conduit entering the controller and the foundation with silicone caulk. Deliver the keys for the controller cabinets to the Engineer when the Contract is complete. Place the instruction manual and wiring diagrams for all equipment in the controller cabinet, inside the controller cabinet. 3.1.3. Timber Poles. Furnish ANSI Class 2 timber poles other than for electrical services in accordance with details shown on the plans. 3.1.4. Preservation of Sod, Shrubbery, and Trees. Replace sod, shrubbery, and trees damaged during the Contract. 3.1.5. Removal and Replacement of Curbs and Walks. Obtain approval before cutting into or removing walks or curbs not shown on the plans to be removed or replaced. Restore any curbs or walks removed equivalent to original condition after work is completed, to the satisfaction of the Engineer. 3.1.6. Intersection Illumination. Install luminaires on signal poles as shown on the plans. 3.1.7. Signal Timing Plan. The traffic signal timing plan will be provided by the Department or local entity. 3.1.8. Test Period. Operate completed traffic signal installations continuously for at least 30 days in a satisfactory manner. If any Contractor -furnished equipment fails during the 30-day test period, repair or replace that equipment. This repair or replacement, except lamp replacement, will start a new 30-day test period. Replace materials that are damaged or have failed before acceptance. Replace failed or damaged existing signal system components when caused by the Contractor. The Department will relieve the Contractor of maintenance responsibilities upon passing a 30-day performance test of the signal system and acceptance of the Contract. 680 3.2. Removal. Remove existing electrical services, pedestal poles, strain poles, mast arm pole assemblies, luminaires, signal heads, vehicle detector equipment, controllers, cables, and other accessories. Remove materials so damage does not occur. Remove and store items designated for reuse or salvage at locations shown on the plans or as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade. Backfill holes with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Accept ownership and dispose of unsalvageable materials in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured as each traffic signal installed or removed. A traffic signal is a signalized intersection controlled by a single traffic signal controller. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Installation of Highway Traffic Signals" of the type (isolated, system, or flashing beacon) specified, or "Removing Traffic Signals." 5.1. Installation. This price is full compensation for furnishing, installing, and testing the completed installation, controller and associated equipment, controller foundations, luminaires, signs mounted on signal equipment, damping plates, timber poles, mounting hardware and steel wire strand; preservation and replacement of damaged sod, shrubbery and trees; removal and replacement of curbs and walks; and materials, equipment, labor, tools, and incidentals. The Department will pay for electrical energy consumed by the traffic signal. New drilled shaft foundations for traffic signal poles will be paid for under Item 416, "Drilled Shaft Foundations." New conduit will be paid for under Item 618, "Conduit." New electrical conductors will be paid for under Item 620, "Electrical Conductors." New ground boxes will be paid for under Item 624, "Ground Boxes." New electrical services will be paid for under Item 628, "Electrical Services." New vehicle and pedestrian signal heads will be paid for under Item 682, "Vehicle and Pedestrian Signal Heads." New traffic signal cables will be paid for under Item 684, "Traffic Signal Cables." New traffic signal pole assemblies will be paid for under Item 686, "Traffic Signal Pole Assemblies (Steel)." New traffic signal detectors will be paid for under Item 688, `Pedestrian Detectors and Vehicle Loop Detectors." 5.2. Removal. This price is full compensation for removing the various traffic signal components; removing the foundations; disposal of unsalvageable materials; hauling; and materials, equipment, labor, tools, and incidentals. 682 Item 682 Texas Vehicle and Pedestrian Signal Heads Oepartmenf of Transporfafion 1. DESCRIPTION Furnish and install vehicle and pedestrian signal heads. 2. MATERIALS Furnish only new materials. 2.1. Definitions. ■ Back Plate. A thin strip of material extending outward from all sides of a signal head. ■ LED Optical Unit. The LED lens and associated supporting parts in a signal section. ■ Louver. A device mounted to the visor restricting signal face visibility. ■ Signal Section. One housing case, housing door, visor, and optical unit. ■ Signal Face. One section or an assembly of 2 or more sections facing one direction. ■ Signal Head. A unidirectional face or a multidirectional assembly of faces, including back plates and louvers when required, attached at a common location on a support. 2.2. General. Provide vehicle signal heads in accordance with DMS-11121, "Twelve -Inch LED Traffic Signal Lamp Unit." Provide prequalified vehicle signal heads from the Department's MPL. Provide pedestrian signal heads in accordance with DMS-11131, "Pedestrian LED Countdown Signal Modules." Provide prequalified pedestrian signal heads from the Department's MPL. Supply either aluminum or polycarbonate signal head components of the same material and manufacturer for any one project. Use galvanized steel, stainless steel, or dichromate sealed aluminum bolts, nuts, washers, lock washers, screws, and other assembly hardware. When dissimilar metals are used, ensure the metals are selected or insulated to prevent corrosion. Use closed -cell silicone or closed -cell neoprene gaskets. 3. CONSTRUCTION 3.1. Assembly. Assemble individual signal sections in multi -section faces in accordance with the manufacturer's recommendations to form a rigid signal face. Assemble and mount signal heads as shown on the plans. Install louvers and back plates in accordance with the manufacturer's recommendations. Close any openings in an assembled signal head with a plug of the same material and color as the head. Remove only the existing lens, reflector, and incandescent lamp when installing a retrofit replacement LED traffic signal or pedestrian signal lamp unit into an existing signal housing; fit the new unit securely in the housing door; and connect the new housing unit to the existing electrical wiring or terminal block by means of simple connectors. 3.2. Wiring. Wire each optical unit to the terminal block located in that signal section by means of solderless wire connectors or binding screws and spade lugs. Wire all sections of a multi -section signal face to the section 682 terminal blocks in which the traffic signal cable is terminated. Maintain the color coding on leads from the individual optical units throughout the signal head, except for the traffic signal cable. Use solderless wire connectors or binding screws and spade lugs for connections to terminal blocks. Use binding screws and spade lugs for field wiring. 4. MEASUREMENT This Item will be measured by each vehicle signal section, pedestrian signal section, back plate, or louver. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pedestrian Signal Section," "Vehicle Signal Section," "Back Plate," or "Louver," of the types and sizes specified. This price is full compensation for furnishing, assembling, and installing the signal sections, back plates and louvers, and lenses and optics; mounting attachments; and materials, equipment, labor, tools, and incidentals. 684 Item 684 Traffic Signal Cables 1. DESCRIPTION Furnish and install traffic signal cables. 2. MATERIALS Texas Department of Transportation Provide polyethylene -jacketed multi -conductor cables in accordance with details shown on the plans. Individual conductors must be copper with polyethylene insulation rated for 600 volts. Furnish new materials. Provide traffic signal cables in accordance with DMS-11110, "Traffic Signal Cable." 2.1. Type A Cables. Use Type A cables meeting the requirements of IMSA 20-1 for underground conduit installation or aerial cable supported by a messenger. 2.2. Type B Cables. Use Type B cables meeting the requirements of IMSA 20-3 as the integral messenger cable for aerial installations. 2.3. Type C Cables. Use Type C cables meeting the requirements of IMSA 50-2 for loop detector lead-in installations consisting of 2 conductor shielded cable. 2.4. Types A and B Cable Materials. Provide the following materials for Type A and B cables: ■ Use the size and number of conductors shown on the plans. Unless otherwise shown on the plans, use conductors consisting of 7 copper strands. ■ Ensure color coding of conductors and sequence for cables are in compliance with Table 1. Base color is the insulation color. Tracer color is the colored stripe that is part of or firmly adhered to the insulation surface for the full length of the conductor. ■ Ensure 2-conductor cable is of the round twisted type with fillers used where necessary to form a round cable. ■ For cables with more than 2 conductors, ensure individual conductors are laid up symmetrically in layers with fillers used when necessary, to produce a uniform assembly of conductors with a firm, compact cylindrical core. ■ Ensure fillers are a non-metallic, moisture -resistant, non -wicking material. ■ Supply conductor assemblies covered with a wrapping of a moisture -resistant tape applied to overlap at least 10% of the tape width. ■ Ensure the taped conductor assembly is covered with a tightly fitting black polyethylene jacket that is smooth and free from holes, splits, blisters, and any other imperfections. ■ Supply cables that clearly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals to the outer surface of the jacket by indent printing. 684 Table 1 Conductor Color and Sequence for Cables Conductor No. Base Color Tracer Color 1 Black 2 White 3 Red 4 Green 5 Orange 6 Blue 7 White Black 8 Red Black 9 Green Black 10 Orange Black 11 Blue Black 12 Black White 13 Red White 14 Green White 15 Blue White 16 Black Red 17 White Red 18 Orange Red 19 Blue Red 20 Red Green 21 Orange Green 2.5. Additional Requirements for Type B Cable Materials. Additional material requirements particular to Type B cable are as follows: ■ Ensure cables consisting of 5 or more conductors have a 0.25-in. nominal diameter messenger. For the messenger, use Class A galvanized Extra High Strength Steel Strand with 3 or 7 wires. ■ A solid strand messenger with 0.134-in. diameter may be used for cables with less than 5 conductors. ■ To provide corrosion protection, ensure the messenger strand is coated and the interstices are flooded with a rubber asphalt compound or equivalent. ■ Ensure the integral messenger and conductors are enclosed in the jacket forming a cross-section similar to a figure 8. 2.6. Type C Cable Materials. Use the following materials for Type C cables: ■ Unless otherwise shown on the plans, use No. 14 AWG insulated conductors with concentric stranding with black insulation on 1 of the 2 conductors and clear insulation on the other conductor. Ensure conductors have a minimum of 2 twists per foot within the cable. ■ Use cables that have 100% shield coverage using aluminum bonded to a Mylar film. Ensure the drain wire is stranded tinned copper, 2 AWG sizes less than the conductor, and in continuous contact with the aluminum side of the shield material. ■ Ensure the jacket is black polyethylene. ■ Use cables that legibly show the name of the manufacturer and the IMSA specification number applied at approximate 2-ft. intervals on a tape under the outer jacket. 2.7. Sampling. The Engineer may take samples from each roll of each size of cable for establishing conformity to IMSA. The samples will be at least 3 ft. long. Replace any cable failing to meet IMSA requirements. 3. CONSTRUCTION For each cable run in underground conduit, coil an extra 5 ft. of cable in each ground box. 684 Splices are not permitted in Type A and B cables unless shown on the plans, or approved in writing. Ensure splices are watertight. Make splices between Type C cable and loop detector wires only in the ground box near the loop the cable is servicing. Use non -corrosive solder for splices. Ground the drain wire of Type C cable to earth ground only at the controller or detector cabinet. Ensure the resistance from the drain wire to the ground rod is less than 1 ohm. Test the cables after installation and before any connection to the cables. Cables testing less than 50 megohms insulation resistance at 500 volts will be rejected. 4. MEASUREMENT This Item will be measured by the foot of traffic signal cables. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Traffic Signal Cables" of the types and sizes specified. This price is full compensation for furnishing and installing materials, and for equipment, labor, tools, and incidentals, except as shown below. Cables inside traffic signal pole assemblies will be paid for under this Item. Cables used for inside signal heads and controllers or coils in ground boxes, pole bases, and on span wires will not be paid for directly but will be subsidiary to pertinent Items. 686 Item 686 Texas Traffic Signal Pole Assemblies (Steel) Oepartmenf of Transporfafion 1. DESCRIPTION ■ Installation. Fabricate, furnish, and install steel traffic signal pole assemblies. ■ Relocation. Remove and relocate existing steel traffic signal pole assemblies. 2. MATERIALS Provide new materials that comply with the details shown on the plans, the requirements of this Item, and the pertinent requirements of the following Items: ■ Item 416, "Drilled Shaft Foundations" ■ Item 421, "Hydraulic Cement Concrete" ■ Item 441, "Steel Structures" ■ Item 442, "Metal for Structures" ■ Item 445, "Galvanizing" ■ Item 449, "Anchor Bolts" Furnish alloy steel or medium -strength mild steel anchor bolts in accordance with Section 449.2.1., 'Bolts and Nuts," unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. Standard Design. Fabricate poles assemblies in accordance with this Item to the designs shown on the plans. Alternate designs are not acceptable. Deviations that affect the basic structural behavior of the pole are considered to be alternate designs. For deviations that do not affect the basic structural behavior of the pole, electronically submit shop drawings in accordance with Item 441, "Steel Structures," to the Bridge Division for approval. 3.2. Fabrication. Fabricate and weld in accordance with Item 441, "Steel Structures," AWS D1.1, Structural Welding Code —Steel; and the requirements of this Item. Fabrication tolerances are given in Table 1. 686 Table 1 Fabrication Tolerances Part Dimension Tolerance in. Pole and mast arm shaft Length ±1 Thickness +0.12, —0.02 Difference between flats or diameter ±3/16 Straightness 1/8 in 10 ft. Attachment locations ±1 Base and mast arm mounting plates Overall ±3/16 Thickness +1/4, —0 Deviations from flat 3/16 in 24 in. Spacing between holes ±1/8 Bolt hole size ±1/16 Anchor bolts Length ±1/2 Threaded Length ±1/2 Galvanized Length —1/4 Assembled shafts Angular Orientation 1/16 in 12 in.' Centering ±3/16 Twist Yin 50 ft. 1. 1/8 in 12 in. between mounting plates and between mounting plates and base plates. Fabrication plants that produce steel traffic signal pole assemblies must be approved in accordance with DMS-7380, "Steel Non -Bridge Member Fabrication Plant Qualification." The Department maintains an MPL of approved traffic signal pole assembly fabrication plants. Provide properly fitting components. Provide round or octagonal shafts for poles and mast arms tapered as shown on the plans. Fabricate mast arms straight in the unloaded condition unless otherwise shown on the plans. The Department will accept bolted slip joints overlapping by at least 1.5 diameters in mast arms 40 ft. and longer. Provide circumferential welds only at the ends of the shafts. Provide no more than 2 longitudinal seam welds in shaft sections. Grind or smooth the exterior of longitudinal seam welds to the same appearance as other shaft surfaces. Ensure 100% penetration within 6 in. of circumferential base welds and 60% minimum penetration at other locations along the longitudinal seam welds. Use a welding technique that minimizes acid entrapment during later galvanizing. Hot -dip galvanize all fabricated parts in accordance with Item 445, "Galvanizing." Treat welds with Ultrasonic Impact Treatment when shown on the plans after galvanization and with the dead load (actual or simulated) applied. Repair damaged galvanizing in accordance with Section 445.3.5., "Repairs." Connect the luminaire arm to the pole with simplex fittings. Ensure the fittings have no defects affecting strength or appearance. Permanently mark, at a visible location when erected, pole base plates and mast arm mounting plates with the design wind speed. Permanently mark, at a visible location when erected, pole base plates and fixed mast arm mounting plates with the fabrication plant's insignia or trademark. Place the mark on the pole base plate adjacent to the hand - hole access compartment. Deliver each traffic signal pole assembly with fittings and hardware either installed or packaged with its associated components. Ship all components with a weatherproof tag identifying the manufacturer, Contract number, date, and destination of shipment. 686 3.3. Installation. Locate traffic signal pole assemblies as shown on the plans unless otherwise directed to secure a more desirable location or avoid conflict with utilities. Stake the traffic signal pole assembly locations for verification by the Engineer. Use established industry and utility safety practices when working near overhead or underground utilities. Consult with the appropriate utility before beginning work. Construct foundations for new traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Orient anchor bolts as shown on the plans. Erect structures after foundation concrete has attained its design strength as required on the plans and Item 421, "Hydraulic Cement Concrete." Coat anchor bolt threads and tighten anchor bolts in accordance with Item 449, "Anchor Bolts." After the traffic signal pole assembly is plumb and all nuts are tight, tack weld each anchor bolt nut in 2 places to its washer. Tack weld each washer to the base plate in 2 places. Never weld components to the bolt. Tack weld in accordance with Item 441, "Steel Structures." After tack welding, repair galvanizing damage on bolts, nuts, and washers in accordance with Section 445.3.5., "Repairs." Do not grout between the base plate and the foundation 3.4. Relocation. Disconnect and isolate traffic signal cables before removing the pole. Remove existing traffic signal pole assemblies as directed. Ensure the poles or attached components suffer no undue stress or damage. Signs, signal heads, mounting brackets, luminaires, etc., may be left on the poles. Repair or replace damaged components as directed. Remove abandoned concrete foundations, including steel, to a point 2 ft. below final grade unless otherwise shown on the plans. Cut off and remove steel protruding from the remaining concrete. Backfill the hole with materials equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. Move existing pole assemblies to locations shown on the plans, or as directed. Construct foundations for relocated traffic signal pole assemblies in accordance with Item 416, "Drilled Shaft Foundations," and the details shown on the plans. Install existing pole assemblies on new foundations in accordance with Section 686.3.3., "Installation." Accept ownership of unsalvageable materials and dispose of in accordance with federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by each traffic signal pole assembly installed or relocated. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Install Traffic Signal Pole Assemblies (Steel)" of the types and sizes specified or "Relocate Traffic Signal Pole Assemblies (Steel)" of the types specified. New drilled shaft foundations will be paid for under Item 416, "Drilled Shaft Foundations." 5.1. Installation. This price is full compensation for furnishing, fabricating, galvanizing, assembling, and erecting the pole upon a foundation; furnishing and erecting required mast arms and luminaire arms; furnishing and placing anchor bolts, nuts, washers, and templates; and materials, equipment, labor, tools, and incidentals. 686 5.2. Relocation. This price is full compensation for removing traffic signal pole assemblies; removing existing foundations; backfilling and surface placement; storing the components to be reused or salvaged; furnishing, fabricating, and installing required new components including anchor bolts, nuts, washers, and templates; placing and securing traffic signal pole assemblies on new foundations; furnishing and placing conduit, ground rods, and wiring; disposal of unsalvageable materials; loading and hauling; and materials, equipment, labor, tools, and incidentals. 6292 Special Specification 6292 Texas Radar Vehicle Detection System for Signalized Oepartmerrt of Transportation Intersection Control 1. DESCRIPTION Furnish, install, relocate, or remove radar vehicle detection systems (RVDS) of the specified devices at signalized intersections to provide the required zones of detection as shown on the plans, or as directed. 2. MATERIALS 2.1. General. Except as allowed for relocation of RVDS equipment, ensure all equipment and component parts are new in accordance with Section 1.0 through Section 6.0 of Division Specification TO-8000, "Radar Vehicle Detection System." and in an operable condition at time of delivery and installation. The Traffic Management Section of the Traffic Operations Division (TRF-TM) maintains the Prequalified Products Master List (QPL) of all RVDS conforming to the requirements of this Specification. New materials appearing on the QPL for TO-8000 require no further sampling and testing before use unless deemed necessary by the Project Engineer or TRF-TM. Provide prequalified RVDSs from the Division's QPL. Ensure all RVDS serving the same detection purpose within the project are from the same manufacturer. RVDS devices are classified by their functional requirements. The functional requirements are for radar presence detection devices (RPDD) and radar advance detection devices (RADD). The RVDS system classifications are RVDS (RPDD Only), RVDS (RADD Only)" and 'RVDS (RPDD and RADD). Provide each RVDS sensor with a mounting bracket designed to mount directly to a pole, mast -arm, or other structure. Ensure bracket is designed such that the sensor can be tilted both vertically and horizontally for alignment and then locked into place after proper alignment is achieved. All hardware must be designed to support the load of the RVDS sensor and mounting bracket. 2.2. Configuration. Ensure the RVDS will provide vehicle detection as required on the plans, or as directed. Ensure the RVDS does not require tuning or recalibration to maintain performance once initial calibration and configuration is complete. RVDS must not require cleaning or adjustment to maintain performance. RVDS must self -recover from power failure once power is restored. 2.3. Cabling. Provide appropriate length of all cables necessary to complete the work (of making the RVDS fully operational) at each installation site. 2.4. Software. Ensure the RVDS manufacturer includes all software required to configure and monitor operation of RVDS field equipment locally and remotely. RVDS software must be a stable production release. Software must allow the user to configure, operate, exercise, diagnose, and read current status of all RVDS features and functions using a laptop computer. Software must include the ability to save a local copy of RVDS field device configurations, and load saved configurations to RVDS field devices. Ensure all licenses required for operation and use of software are included at no additional cost. 1 - 6 10-18 Statewide 6292 Software updates must be provided at no additional cost during the warranty period. 2.5. Electrical. All conductors supplying the equipment must meet National Electrical Code® (NEC) requirements. Ensure equipment is designed to protect personnel from exposure to high voltage during installation, operation, and maintenance. 2.6. Mechanical. Ensure that all parts are fabricated from corrosion resistant materials, such as plastic, stainless steel, aluminum, or brass. Ensure that all screws, nuts, and locking washers are corrosion resistant. Do not use self -tapping screws. Ensure equipment is clearly and permanently marked with manufacturer name or trademark, part number, date of manufacture, and serial number. Ensure RVDS is modular in design for ease of field replacement and maintenance. Provide a sensor that will minimize weight and wind loading when mounted on a traffic signal pole or mast arm. All printed circuit boards (PCB) must have conformal coating. 2.7. Environmental. RVDS sensor must be able to withstand the maximum wind load based on the Department's basic wind velocity zone map standard without any damage or loosening from structure. The RVDS enclosure must conform to criteria set forth in the NEMA 250 Standard for Type 4X enclosures. The RVDS must meet all NEMA TS2 environmental requirements for temperature, humidity, transients, vibration, and shock. 2.8. Connectors and Harnesses. Ensure all conductors are properly color coded and identified. Ensure cable connector design prohibits improper connections. Cable connector pins are plated to improve conductivity and resist corrosion. Connections for both data and power must be made to the RVDS sensor using waterproof, quick disconnect connectors. Pigtails from the sensor to a waterproof junction box (NEMA 4) or an approved waterproof connector must be allowed for splicing. The pigtails must not be shorter than 3 ft. unless otherwise shown on the plans. 3. CONSTRUCTION 3.1. System Installation. Install RVDS system devices according to the manufacturer's recommendations to provide properly functioning detection as required. This will include the installation of sensors on signal poles or mast -arms, controller interface modules, power and surge protection panels, cabling and all associated equipment, software, serial and Ethernet communication ports, connectors and hardware required to setup and operate. Ensure that the supplier of the RVDS provides competent on -site support representative during installation to supervise installation and testing of the RVDS. Ensure the radar sensor locations are optimal for system operation and operate as required. Maintain safe construction practices during equipment installation. Ensure installation and configuration of software on Department computers is included with the RVDS. Use care to prevent damage to any support structures. Any equipment or structure damaged or lost must be replaced by the Contractor (with items approved by the Engineer) at no cost to the Department. 2-6 10-18 Statewide 6292 3.2. Mechanical Components. Ensure that all fasteners, including bolts, nuts, and washers with a diameter less than 5/8 in. are Type 316 or 304 stainless steel and meet the requirements of ASTM F593 and ASTM F594 for corrosion resistance. Ensure that all bolts and nuts 5/8 in. and over in diameter are galvanized and meet the requirements of ASTM A307. Separate dissimilar metals with an inert dielectric material. 3.3. Wiring. Install all wiring and electrical work supplying power to the equipment in a neat workmanlike manner. Supply and install all wiring necessary to interconnect RVDS sensors to the traffic signal cabinet and incidentals necessary to complete the work. Furnish and install any additional required wiring at no additional cost to the Department. Wiring must be cut to proper length prior to installation. Provide cable slack for ease of removal and replacement. All cable slack must be neatly laced with lacing or straps in the bottom of the cabinet. Ensure cables are secured with clamps. 3.4. Grounding. Ensure all RVDS components, cabinets, and supports are grounded in accordance with the NEC and manufacturer recommendations. 3.5. Relocation of RVDS Field Equipment. Perform the relocation in strict conformance with the requirements herein and as shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during relocation. Inspect the existing RVDS field equipment with a representative from the Department and document any evidence of damage prior to removal. Conduct a pre -removal test in accordance with the testing requirements contained in this Item to document operational functionality. Remove and deliver equipment that fails inspection to the Department. Prior to removal of existing RVDS field equipment, disconnect and isolate the power cables from the electric power supply and disconnect all communication cabling from the equipment located inside the cabinet. Coil and store power and communication cabling inside the cabinet until relocation. Remove existing RVDS field equipment as shown on the plans only when authorized by the Engineer. Use care to prevent damage to any support structures. Any equipment or structure damaged or lost must be replaced by the Contractor (with items approved by the Engineer) at no cost to the Department. Make all arrangements for connection to the power supply and communication source including any permits required for the work to be done under the Contract. Provide wire for the power connection at least the minimum size indicated on the plans and insulated for 600 V. Meet the requirements of the NEC, latest edition. 3.6. Removal of RVDS Field Equipment. Perform the removal in strict conformance with the requirements herein and as shown on the plans. Completion of the work will present a neat, workmanlike, and finished appearance. Maintain safe construction practices during removal. Disconnect and isolate any existing electrical supply prior to removal of existing field equipment. Use care to prevent damage to any support structures. Any equipment or structure damaged or lost must be replaced by the Contractor (with items approved by the Engineer) at no cost to the Department. All materials not designated for reuse or retention by the Department will become the property of the Contractor and be removed from the project site at the Contractor's expense. Deliver items to be retained by the Department to a location shown on the plans or general notes. The Contractor is fully responsible for any removed equipment until released by the Engineer. 3.7. Documentation. Provide electronic copy operation and maintenance manuals, along with a copy of all product documentation on electronic media. Include the following documentation: ■ Complete and accurate schematic diagrams, 3-6 10-18 Statewide 6292 ■ Complete installation procedures, ■ Manufacturer's specifications (functional, electrical, mechanical, and environmental), ■ Complete maintenance and trouble -shooting procedures, and ■ Explanation of product operation. ■ Warranty as specified in Section 3.8. The RVDS must pass testing to ensure functionality and reliability prior to delivery. These include functional tests for internal subassemblies, a 24 hr. minimum unit level burn -in test, and a unit functionality test. Provide test results and supporting documentation, including serial number tested, must be submitted for each RVDS. If requested, manufacturing data per serial number must be provided for each RVDS. Unless deemed unnecessary by the Project Engineer or TRF-TM, Provide certification from an independent laboratory demonstrating compliance with NEMA TS2 environmental requirements for temperature, humidity, transients, vibration, and shock. Unless deemed unnecessary by the Project Engineer or TRF-TM, Provide third party enclosure test results demonstrating the sensor enclosure meets Type 4X criteria. Unless deemed unnecessary by the Project Engineer or TRF-TM, Provide evidence of RVDS manufacturer's quality assurance program, including proof that the manufacturer of the RVDS is either ISO 9001 certified or other quality management system programs for manufacturing RVDS. 3.8. Warranty. Ensure that the detection system has a manufacturer's warranty covering defects for a minimum of 5 years from the date of final acceptance. In addition to the terms required by Article 8 of TO-8000, Ensure the warranty includes providing replacements, within 10 calendar days of notification, for defective parts and equipment during the warranty period at no cost to the Department. 3.9. Training and Support. Provide manufacturer approved end user training to the Department and their representatives. Training must include instruction on system configuration, operation, and maintenance. Provide training for a minimum of 10 Department -designated representatives up to 8 hs., including both class and field training. Ensure that the detection system manufacturer will provide product support for a minimum of 5 years from the date of final acceptance. 4. TESTING Perform the following tests on equipment and systems unless otherwise shown on the plans. The Department may witness all the tests. 4.1. Stand -Alone Test. Conduct a Stand -Alone Test for each unit after installation. The test must exercise all stand-alone (non -network) functional operations and verify that RVDS is placing detector contact closure to assigned detector channels in the traffic signal controller assembly. Notify the Engineer 5 working days before conducting this test. 4.2. Consequences of Test Failure. If a unit fails a test, provide a new unit and then repeat the test until successfully completed. 4.3. Final Acceptance Test. Conduct a Final Acceptance Test on the complete functional system. Demonstrate all control, monitoring, and communication requirements and operate the system for 30 days. The Engineer will furnish a Letter of Approval stating the first day of the Final Acceptance Test. 4.4. Consequences of Final Acceptance Test Failure. If a defect within the system is detected during the Final Acceptance Test, document and correct the source of failure. Once corrective measures are taken, monitor the point of failure until a consecutive 30 day period free of defects is achieved. 4-6 10-18 Statewide 6292 4.5. Relocation 4.5.1. Pre -Test. Provide 5 copies of the test procedures to include tests of the basic functionality of the unit and blank data forms to the Engineer for review and comment as part of material documentation requirements. Functionality tests may include, but are not limited to, physical inspection of the unit and cable assemblies. Include the sequence of the tests in the procedures along with acceptance thresholds. The Engineer will comment, approve, or reject test procedures within 30 days after Contractor submittal of test procedures. Rejected test procedures must be resubmitted within 10 days. Review time is calendar days. Conduct all tests in accordance with the approved test procedures. Conduct basic functionality testing prior to removal of RVDS field equipment. Test all functional operations of the equipment in the presence of representatives of the Contractor and the Department. Ensure that both representatives sign the test report indicating that the equipment has passed or failed each function. Once removed, the equipment becomes the responsibility of the Contractor until accepted by the Department. Compare test data prior to removal and after installation. The performance test results after relocation must be equal to or better than the test results prior to removal. Repair or replace those components within the system that failed after relocation but passed prior to removal. 4.5.2. Post -Test. Testing of the RVDS field equipment is to relieve the Contractor of system maintenance. The Contractor will be relieved of the responsibility for system maintenance in accordance with Item 7, "Legal Relations and Responsibilities" after a successful test period. The Contractor will not be required to pay for electrical energy consumed by the system. After all existing RVDS field equipment has been installed, conduct approved continuity, stand alone, and performance tests. Furnish test data forms containing the sequence of tests including all the data taken as well as quantitative results for all tests. Submit the test data forms to the Engineer at least 30 days prior to the day the tests are to begin. Obtain Engineer's approval of test procedures prior to submission of equipment for tests. Send at least 1 copy of the data forms to the Engineer. Conduct an approved stand-alone test of the equipment installation at the field sites. At a minimum, exercise all stand-alone (non -network) functional operations of the field equipment with all the equipment installed per the plans as directed by the Engineer. Complete the approved data forms with test results and turn over to the Engineer for review and either acceptance or rejection of equipment. Give at least 30 working days' notice prior to all tests to permit the Engineer or his representative to observe each test. The Department will conduct approved RVDS field equipment system tests on the field equipment with the central equipment. The tests will, as a minimum, exercise all remote control functions and display the return status codes from the controller. If any unit fails to pass a test, prepare and deliver a report to the Engineer. Describe the nature of the failure and the corrective action needed. If the failure is the result of improper installation or damage during reinstallation, reinstall or replace the unit and repeat the test until the unit passes successfully, at no additional cost to the Department or extension of the Contract period. 5. MEASUREMENT New RVDS furnished and installed by the Contractor will be measured by each approach to the signalized intersection. RVDS furnished by the Department for the Contractor to install only will be measured by each approach to the signalized intersection. Existing RVDS to be relocated or removed will be measured by each sensor relocated or removed. 5-6 10-18 Statewide 6292 6. PAYMENT 6.1. Furnish and Install. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit bid price for "RVDS (Presence Detection Only)", 'RVDS (Advance Detection Only)" and `RVDS (Presence and Advance Detection)." This price is full compensation for furnishing, installing, configuring, integrating, and testing the completed installation including RVDS equipment, voltage converters or injectors, cables, connectors, associated equipment, and mounting hardware; and for all labor, tools, equipment, any required equipment modifications for electrical service, documentation, testing, training, software, warranty and incidentals necessary to complete the work. 6.2. Install Only. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for `RVDS (Presence Detection Only) (Install Only)", "RVDS (Advance Detection Only) (Install Only)" and 'RVDS (Presence and Advance Detection) (Install Only)." This price is full compensation for making fully operational a radar vehicle detection system furnished by the Department; installing, configuring, integrating, and testing the completed installation including RVDS equipment, voltage converters or injectors, cables, connectors, associated equipment, and mounting hardware; and for all labor, tools, equipment, any required equipment modifications for electrical service, documentation, testing, training, software, and incidentals necessary to complete the work. 6.3. Relocate. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Relocate RVDS." This price is full compensation for relocating and making fully operational existing RVDS field equipment; furnishing and installing additional cables or connectors; for testing, delivery and storage of components designated for salvage or reuse; and all testing, training, software, equipment, any required equipment modifications for electrical service, labor, materials, tools, and incidentals necessary to complete the work. 6.4. Remove. The work performed and materials furnished in accordance with this Item will be paid for at the unit bid price for "Remove RVDS." This price is full compensation for removing existing RVDS equipment; removal of cables and connectors; for testing, delivery and storage of components designated for salvage; and all testing training, software, equipment, labor, materials, tools, and incidentals necessary to complete the work. 6.5. Communication Cable. All communication cables necessary to make the RVDS fully operational will be subsidiary to this Item. 6-6 10-18 Statewide 4rZ� o s na se Specification Job Name Type Catalog # Comments Product Overview The TL7-132 is an intelligent wireless lighting controller with exceptional fault tolerance and a multitude of features. Each T1_7-132 provides intelligent On/Off switching, dimming, highly accurate power metering, digital sensor input, and status monitoring of lighting fixtures. Key Features: • Integrated Photocell • NEMA/ANSI C136.41 7-pin Dimming Receptacle Support • Utility grade power monitoring • Remote control and scheduling • Flexible Dimming Controls • Secure, over -the -air upgrades to support future enhancements • Seamless integration into the SimplySNAP lighting control system • Digital sensor input for motion sensing • 24V DC Power for Motion Sensors 'r4\C Qp� o L ST i TL7-B2 Twist Lock Lighting Controller Includes Photocell, Power Monitoring, and External Sensor Input ProductDescription TL7-B2 Low Voltage Twist -lock Wireless Lighting Control with Built in Photocell 3.5" W x 3.86" H (88.6 mm W x 98 mm H) 110-277VAC +/- 10% (Max 305V), • • 60Hz • • -40'C to +70'C; 0% to 90% RH - non -condensing; IP66 • Default ON 5A @ 110-277VAC (+/- 10%) • 6kV 0-10 V with short circuit protection 0-10V, 20mA SNAP 2.4GHz; 802.15.4 - . • +20dBm Transmit power -104dBm Receive Sensitivity - 0-24V Digital Input - • • - 24V, 20mA - • Utility Grade - 2% Accuracy Voltage, Watts • FCC, IC, cULus, DLC 5 Years TL7-B2 Wiring Diagrams NEUTRAL r AC LOAD m 0 z DIM - C136-41 SOCKET SURGE PROTECTION 10`KV AC LINE m 3 12ZAC TO 277VAC NEUTRAL AC LOAD COMMON I MOTION SENSOR I LUMINAIRE BODY a NEUTRAL p WHITE WIRE z N n DIM - /COMMON GREY WIRE NORTH INDICATO 24V SI BROWN WIRE LOAD RED WIRE DIM + VIOLET WIRE LINE BLACK WIRE SENSOR CONTROL )RANGE WIRE LED Color Blue Status Not yet added to SimplySNAP Green Normal Operation Red Communication Lost Compliant with: ANSI C136-41 (7& 5 pin) twist -lock receptacles. Receptacle not included. /^_ O s na se Specification Data Job Name Type Catalog # Comments Product Overview The Central Base Station site controller serves as the heart of your SimpIySNAP solution. This network edge appliance provides quick browser -based access and local control of smaller systems with hundreds of devices. Each SimpIySNAP system includes a variety of Synapse -enabled devices that communicate with each other and the CBS to form a local mesh network. The CBS monitors, controls, and automates critical devices to save energy across different types of systems. For managing larger sites or multiple locations, SimpIySNAP cloud applications' are available to consolidate multiple site controllers into a single user interface for integrated management across installations with thousands of devices. Features • IP65 rated with built in surge protection • Programmable push buttons for manual control • Multiple Zones, Behaviors, Events, and Schedules • Built in Wi-Fi for local wireless access • Ethernet port and cellular for network connectivity • AES 128-bit encryption • Optional Cloud and Remote Access services available' • BMS and other system integration options • Energy saving features to help meet regulations and qualify for rebates • Energy management cloud applications' gather data from site controllers to generate energy reports about your facility and equipment Central Base Station ProductDescription CBSSW-450-002 SS450-based Model w/ F5-button switch 12.6" x 10.6" x 7.6" (320 x 270 x 193 mm) Outdoor rated power supply • ' • 110-277VAC; 11W max, 6kV surge protection • Outdoor rated at -40'C to +54°C, • IP65 (when latched) Verizon 4G LTE 802.11 b/g/n SNAP 2.4GHz 802.15.4 - • Wi-Fi 2.4Ghz 802.11 b/g/n FCC/IC U L 60730-1 CSA E60730-1 ROHS 3:2011/65/EU(2015/863) 5 Years 1. Cloud access and other applications sold separately, contact sales for details. 2. See www.synapsewireless.com/warranty for warranty terms Central Base Station - Hardware and Software Options • External Antenna Kits- 20, 30, and 50 foot options • Dynamic Behaviors- Software license for sports lighting applications Please contact Sales for more details. Supported Synapse Devices: • Embedded Lighting Controllers • External Lighting Controllers • Wireless Sensors - Photocell, Motion, and Environmental • Wireless Network Repeaters • Hardware interface devices for control of HVAC systems and other equipment • Sensor interface devices for measurment from 4-20mA Sensors System Diagrams: Browser Based Central Baser Station SimpIySNAP Mesh User Interface Site Controller 8 �. . 7 )1W, 11 0 Multiple Central Browser Based SimpIySNAP ` ' • 8 • S to Cont Controllers User Interface Cloud All 8 • •Encrypted LAN/WAN Network • • • • • �• • • • • • ►Encrypted SNAP Network SECTION 4 - APPENDICIES Irerracon GeoReport Geotechnical Engineering Report Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 Prepared for: Hillwood Alliance Services LLC Fort Worth, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas November 12, 2019 Hillwood Alliance Services LLC 9800 Hillwood Pkwy, Ste 300 Fort Worth, Texas 76177 Attn: Mr. Joe Schneider P: (817) 224 6054 E: joe.schneider@hillwood.com Re: Geotechnical Engineering Report Parish Lane Extension East of the Intersection of Roanoke Road and Parish Lane Town of Westlake, Denton County, Texas Terracon Project No. 95195169 Dear Mr. Schneider: 1rerracon GeoReport We have completed the Geotechnical Engineering services for the above referenced project. This study was performed in general accordance with Terracon Proposal No. P95195169 dated October 7, 2019. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork and pavement thickness for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us. Sincerely, Terracon Consultants, In r tQ�E �OF * .............I ......................... CHERYL C. PEDRAZA �,:........104754......::(v '9. V /ONAL Cheryl C. Pedraza, P.E. Senior Geotechnical Engineer regory S. Fagan, P.E. Geotechnical Department Manager Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272 P [817] 268 8600 F [817] 268 8602 terracon.com/offices/fort-worth REPORT TOPICS INTRODUCTION.............................................................................................................1 SITE CONDITIONS.........................................................................................................1 PROJECT DESCRIPTION..............................................................................................2 GEOTECHNICAL CHARACTERIZATION...................................................................... 2 ENGINEERING RECOMMENDATION........................................................................... 3 GENERALCOMMENTS................................................................................................. 7 FIGURES........................................................................................................................ 9 Note: This report was originally delivered in a web -based format. Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at cl ient.terracon.com. ATTACHMENTS EXPLORATION AND TESTING PROCEDURES PHOTOGRAPHY LOG SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Parish Lane Extension East of the Intersection of Roanoke Road and Parish Lane Town of Westlake, Denton County, Texas Terracon Project No. 95195169 November 12, 2019 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed North Beach Street Phase 2 to be located East of the Intersection of Roanoke Road and Parish Lane in Town of Westlake, Denton County, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: Subsurface soil (and rock) conditions Site preparation and earthwork Groundwater conditions Pavement thickness and construction The geotechnical engineering Scope of Services for this project included the advancement of six test borings to depths of approximately 10 feet below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on soil samples obtained from the site during the field exploration are included on the boring logs and as separate graphs in the Exploration Results section. SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description The project is located East of the Intersection of Roanoke Road and Parish Lane in Town of Westlake, Denton County, Texas. Parcel Information 32.993130N, 97.22792°W (approximate) See Site Location Existing None Improvements Current Ground Grass and bare earth with scattered trees Cover Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeORepOPt Item I Description Based on elevations provided by Peloton Land Solutions, the site generally Existing Topography slopes downwards from the west to the east. Ground surface elevations vary from El: ±633 to ±640. PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and no comments have been made by the design group/client and our final understanding of the project conditions is as follows: Item Description It is planned to extend Parish Lane east/southeast approximately 1,600 linear feet to connect to SH 170. Project Description The road will have similar traffic as a collector street classification by the City of Fort Worth. Pavements The planned roadway will be Portland cement concrete paving. Traffic Annual ESALs: 100,000 Total ESALs: 3,000,000 GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization, termed GeoModel, forms the basis of our geotechnical calculations and evaluation of site preparation and foundation options. Conditions encountered at each exploration point are indicated on the individual logs. The individual logs can be found in the Exploration Result section and the GeoModel can be found in the Figure section of this report. As part of our analyses, we identified the following model layers within the subsurface profile. For a more detailed view of the model layer depths at each boring location, refer to the GeoModel. Model Layer I Layer Name General Description 1 Fill Lean clay, trace gravel 2 Clay I Fat clay 3 Clay Lean clay and sandy lean clay 4 Weathered Tan limestone with clay seams Bedrock Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeoReport. Groundwater Conditions The boreholes were observed while drilling and after completion for the presence and level of groundwater. Groundwater was not observed in the borings while drilling, or for the short duration the borings could remain open. However, this does not necessarily mean the borings terminated above groundwater, or the water levels summarized above are stable groundwater levels. Due to the low permeability of the soils encountered in the borings, a relatively long period may be necessary for a groundwater level to develop and stabilize in a borehole. Long term observations in piezometers or observation wells sealed from the influence of surface water are often required to define groundwater levels in materials of this type. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the borings were performed. Therefore, groundwater levels during construction or at other times in the life of the structure may be higher or lower than the levels indicated on the boring logs. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. ENGINEERING RECOMMENDATION It is planned to extend Parish Lane east/southeast approximately 1,600 linear feet to connect to SH 170. Six borings were extended to a depth of about 10 feet for the planned roadway construction. General Site Grading A grading plan was not provided for the roadway alignment. We expect several feet of cuts and fills to be necessary to achieve final grades. Based on the conditions encountered in the borings, excavations will encounter fat and lean clays, and possibly tan limestone. It is anticipated that most of the excavations in the upper soils for the proposed construction can be accomplished with conventional earthmoving equipment. Deeper excavations will likely encounter tan limestone. The limestone varies in hardness and may be difficult to excavate. Excavations extending into the limestone may require breaker hoes, trenchers and milling machines equipped with rock teeth. Line drilling can be used to control over break at the limits of the excavation. The limestone may be very difficult to break down for use as suitable fill in paving areas and may have to be wasted. During excavations, applicable OSHA standards should be followed based on soil types and noted consistencies. The soils will need to be sloped or braced during construction. A fill against excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes Responsive ■ Resourceful ■ Reliable 3 Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeORepOPt that are steeper than about 6H:1V, the fill should be benched into the slope. This breaks up potential slide planes and permits relatively horizontal lift placement. Any lift that becomes desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift. The on -site soils free of rock greater than 4 inches in maximum dimension are suitable for use in general site grading. Imported material should be a clean clay soil (free of deleterious materials and debris) with a liquid limit less than 60 percent and no rock greater than 4 inches in maximum dimension. Prior to placing any fill, the areas to receive fill will need to be stripped and grubbed. The subgrade should then be proofrolled. Any soft or pumping areas should be excavated to firm ground and properly backfilled. The subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted as discussed in section Compaction Reauirements The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches in thickness, and uniformly compacted to the same criteria. If filling is suspended and the subgrade becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift. Compaction Requirement Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. ITEM DESCRIPTION Subgrade preparation to receive fill Surface scarified to a minimum depth of 8 inches Maximum lift thickness 9 inches or less loose lift thickness General site fills and lime treated A minimum of 95% maximum standard Proctor dry density subgrades (ASTM D698) in the range of -1 to +4 percentage points of optimum moisture content Lime/Sulfate Induced Heave Sulfate tests performed at the time of our investigation indicated sulfates in the range of <100 to 480 ppm. When the sulfate concentrations are less than 3,000 ppm, the subgrade soils are considered to be suitable for lime treatment in the conventional manner using a single lime application. The surface soils should be tested for sulfates after final grading is complete. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeoReport Imported fill material should be tested for soluble sulfate to evaluate the suitability of soils for lime stabilization. Pavement Subgrade Preparation Subgrade materials encountered consisted of clay soils. These soils are subject to loss of support with the moisture increases that can occur beneath paving. The clay soils react with hydrated lime, which serves to improve and maintain their support value. Lime treatment is recommended beneath pavement sections. Based on our laboratory tests, we recommend that a minimum of 8 percent lime by dry weight be used to treat the subgrade soils at this site. The lime should be thoroughly mixed and blended with the top 8 inches of the subgrade (TxDOT Item 260). The lime modified subgrade should be uniformly compacted as discussed in section Compaction Requirements. Pavement subgrades should be protected from traffic or ponding water. They should be moist cured until the pavement is placed. Site grading is generally accomplished early in the construction phase. However, as construction proceeds, the subgrade may be disturbed due to utility excavations, construction traffic, desiccation, or rainfall. As a result, the pavement subgrade may not be suitable for pavement construction and corrective action will be required. The subgrade should be carefully evaluated at the time of pavement construction for signs of disturbance or excessive rutting. If disturbance has occurred, pavement subgrade areas should be reworked, moisture conditioned, and properly compacted to the recommendations in this report immediately prior to paving. Support characteristics of subgrade for pavement design do not account for shrink/swell movements of an expansive clay subgrade, such as soils encountered on this project. Thus, the pavement may be adequate from a structural standpoint, yet still experience cracking and deformation due to shrink/swell related movement of the subgrade. At the time of our field operations on October 16, 2019, the overburden soils were at an average to dry state. Our laboratory absorption swell test results were as high as 8.8% for samples tested. Based on the Plasticity Index (PI) of the soils, the potential vertical rise (PVR) of the site soils is estimated to be in the range of order of 2 to 5 inches. The PVR is estimated utilizing or laboratory tests and the TxDOT method TEX-124-E and based on dry soil conditions. Pavement Design Parameters Pavement design for this project is based on procedures outlined by AASHTO for concrete paved roads. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeORepOPt The following input parameters were used in the pavement section analysis. Input Parameters :F Annual ESALs / Total ESALs Growth factor Design life Value 100,000 / 3,000,000 1.5% 25 years Initial serviceability, PO 4.5 Terminal serviceability, Pt 2.25 Reliability, R 85% Overall standard deviation, SO 0.39 Load transfer ("J" factor) 3.0 Drainage coefficient 1.0 Modulus of elasticity of concrete 4,000 ksi Modulus of rupture of concrete 620 psi Modulus of reaction of subgrade soil 200 pci If the pavements are subject to heavier loading and higher traffic counts than the assumed values, this office should be notified and provided with the information, so that we may review these pavement sections and make revisions if necessary. Roadway Pavement Sections Pavement sections were calculated using the AASHTO 1993 design method for the assumptions and design parameters discussed above. A pavement section is presented for a road that consists of Portland cement concrete supported on a lime modified subgrade. Planned Parish Lane Extension Pavement section Portland cement concrete Lime modified subgrade, TxDOT Item 260 Total pavement thickness Thickness (inch) 8 8 16 The concrete should have a minimum 28-day compressive strength of 4,000 psi and a modulus of rupture of 620 psi. It should contain a minimum of 4.5 ± 1.5 percent entrained air. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeORepOPt Pavement Joints The following is recommended for the concrete pavement section provided in the report. Refer to ACI 330 for additional information. Design Parameter I Recommendation Maximum Joint Spacing 1 Distributed (Thermal) Steel Minimum Dowel size Dowel Spacing Dowel Length 15 feet each way N° 3, Grade 60 reinforcing steel bars at 18 inches on -center -each -way It is imperative that the distributed steel be positioned accurately in the pavement cross section. In accordance with the latest City Pavement Detail Sheets 1. In general accordance with ACI 330, Table 3.5 Spacing Between joints. 2. In general accordance with the City of Fort Worth's Pavement Design Manual dated January 29, 2015, Table 4.1 Pavement Reinforcement. Dowel bars should be provided across all joints. All joints should be constructed per ACI or city specifications. The pavement joints should be properly maintained throughout the life of the pavement. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeoReport Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third -party beneficiaries intended. Any third -party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing. Responsive ■ Resourceful ■ Reliable 8 FIGURES Contents: GeoModel Lime Series Proctor —Lime Modified CBR — Lime Modified Responsive ■ Resourceful ■ Reliable GEOMODEL Parish Lane Extension Westlake, TX Terracon Project No. 95195169 642 640 636 N N 634 J rn Z 632 O H > 630 W J W 628 626 624 622 Irerracon GeoReport B-2 B-1 ....... ............... ................ B-3 ..................................................................................................... ....... ............... 2 ................ 2 ..................................................................................................... 2 4 3 B-4 ....... ............... 3 ..,................. 3 .. ............... .............................................................................. 6 5 2 B-5 ....... 6.............. ............................... ................. ...................................................... ....... 3 ............... 4 ................41 ............... 4 .............. 2 ............... B-s 6 .............................. 10 2 ?v.....................................?o............. 3 ................... ............... 2 ............................. 6 4 10 3 .......................................................................................0............. ............... 3 . ............................... 10 10 This is not a cross section. This is intended to display the Geotechnical Model only. See individual logs for more detailed conditions. Model Layer Layer Name General Description 1 Fill Lean clay, trace gravel 2 Clay Fat clay 3 Clay Lean clay and sandy lean clay 4 Weathered Bedrock fan limestone with clay seams ® Fat Clay Lean Clay ®Highly Weathered Limestone Sandy Lean Clay LEGEND NOTES: Layering shown on this figure has been developed by the geotechnical engineer for purposes of modeling the subsurface conditions as required for the subsequent geotechnical engineering for this project. Numbers adjacent to soil column indicate depth below ground surface. 15. W 14.00 13.00 1200 a 11.00 10.00 9.00 8.00 7.00 0 LIME SERIES 2 4 6 8 10 12 Lime Content I%} Sample: Bulk sample near B-3 Soil Description: Brawn fat clay with sand and organics Liquid Limit: 53 % Plastic Limit: 21 % Plasticity Index: 32 Passing No_ 200: 75 % Optimum Lime Application Rate: 8% Lime Content (%) pH 0.0 7.02 4.0 12.11 6.0 12.29 8.0 12.41 10.0 12.43 Responsive ■ Resourceful ■ Reliable PROCTOR - LIME MODIFIED 90 1 89 88 H 2 {j 5 H Z 87 7 F� IO 86 85 23 24 25 26 27 28 29 30 39 32 MOISTURE CONTENT(%) * MAX. DRY UNIT WEIGHTYOPrIMUM MOI ST U RE CONT ENT a DATA POINTS----ZEROAIR VOIDS BORING: Bulk sample near EL3 DEPTH: 0 to 2 feet SAMPLE DE SCRIPTION: Brown fat clay With sand and organics with 8% lime STANDARD PROCTOR RESULTS LABORATORY PROP E RTI E 5 4ptimiurn Moisture Content: 26.2 96 Liquid Limit: 37 °{¢ Plastic Limit: 32 % Maximum Dry Density: 89.9 pcf Plasticity Index: 5 Test Method: ASTM ❑-698, Method A Zero air voids for specific gravity of2.65 Responsive ■ Resourceful ■ Reliable 1000 9 00 8 00 T00 6 00 N n fA 500 W W H Cn 400 300 200 100 CBR - LIME MODIFIED —0—❑ry Density = 76.0 pcf a❑ry Density = 86.4 pcf —a—❑ry ❑ensity = 93.0 pcf 0 0.000 0.050 0.100 0.150 PENETRATION (in) TEST INFORMATION BORING: Bulk sample near B-3 DEPTH: 0 to 2 feet SAMPLE DESCRIPTION: Brown fat clay wf sand & organics with 8% lime TRIAL: Composite Curve Surcharge Load: 10 Ibs LABORATORY PROPERTIES Liquid Limit- 37 % Plastic Limit- 32 % Plasticity Index- 5 Test Method ASTM a 1883-99 1 CBR RESULTS Sample molded at 76 pcf (dry density)"0 Sample molded at 86.4 pcf 186 (dry density) Sample molded at 93 pcf (dry 38.2 density) Estimated CBR for 95% of 17 standard proctor dry density Responsive ■ Resourceful ■ Reliable ATTACHMENTS Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 EXPLORATION AND TESTING PROCEDURES Field Exploration Number of Borings Boring Depth (feet) 6 10 feet lrerracon GeoReport Location Planned roadway extension Boring Layout and Elevations: Peloton Land Solutions (Peloton) provided the boring layout. Coordinates and elevations were provided by Peloton Land Solutions. Subsurface Exploration Procedures: We advance the borings with a truck -mounted, rotary drill rig using continuous flight augers (solid stem and/or hollow stem as necessary depending on soil conditions). Five samples are obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the thin -walled tube sampling procedure, a thin -walled tube is pushed hydraulically into the soil to obtain a relatively undisturbed sample. In the split -barrel sampling procedure, a split -barrel sampling spoon is driven into the ground. The load -carrying capacity of bedrock is evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test. The samples were placed in appropriate container, taken to our laboratory for testing, and classified under the direction of a geotechnical engineer. In addition, we observe and record groundwater levels during drilling and sampling. For safety purposes, all borings are backfilled with auger cuttings after their completion. Our exploration team prepares field boring logs as part of the standard drilling operations. These field logs include visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs are prepared from the field logs. The final boring logs represent the geotechnical engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil and rock strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. Water (Moisture) Content of Soil Liquid Limit, Plastic Limit, and Plasticity Index of Soils Material Finer than 75-pm (No. 200) Sieve ■ Absorption Swell Tests Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 Soil Lime Testing Moisture Density Relationship California Bearing Ratio Soluble Sulfates lrerracon GeoReport Absorption swell tests are performed on selected samples. These tests are used to quantitatively evaluate volume change potential at in -situ moisture levels. Selected samples are also tested for soluble sulfates. The results of these tests are presented in the tables below. SWELL TEST RESULTS Liquid Plasticity Initial Final Boring Depth Surcharge Swell No. (feet) Limit Index Moisture Moisture (psfl (%) B-1 4-6 1 /01 1 /01 1 /O/ 20.1 1 /01 360 8.8 66 43 26.3 B-3 2-4 35 19 7.9 18.4 360 2.0 B-5 4-6 54 34 20.2 24.2 600 3.6 B-6 8-10 34 19 15.1 16.3 1,080 0.2 SUMMARY OF SOLUBLE SULFATES TESTS Boring No. B-1 B-3 B-5 B-6 Depth (ft) Soluble Sulfates (ppm) 2-4 <100 0-2 200 6-8 480 6-8 <100 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 SITE LOCATION AND EXPLORATION PLANS Contents: Site Location Plan Exploration Plan Note: All attachments are one page unless noted above. Responsive ■ Resourceful ■ Reliable Mhd20K.7wwrr 1. Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 lrerracon GeoReport EXPLORATION PLAN lrerracon Parish Lane Extension Town of Westlake, Denton County, Texas November 12, 2019 Terracon Project No. 95195169 GeoReport EXPLORATION RESULTS Contents: Boring Logs (B-1 through B-6) Note: All attachments are one page unless noted above. 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-1 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude: 32.993103° Longitude:-97.227784' LL Q F F J w Z a Z F Wa to F o_ o- w F w d W w w y z Lu z � W LL-PL-PI Approximate Surface Elev.: 640 (Ft.) +/- o m Q Of w 2 F O DEPTH ELEVATION(Ft.)O ~ N N FAT CLAY (CH), dark gray, hard to stiff 4.5+ (HP) 4.5+ (HP) 20 66-23-43 5 2.5 ( HP) 6.0 634+/- LEAN CLAY (CL), with calcareous nodules, trace gravel, brown, stiff 2.5 (HP) 9 49-18-31 2.0 (HP) 10.0 630+/- 1 Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A-1 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-2 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude: 32.993098' Longitude:-97.226968' LL Q F F J w Z a Z F Wa to F o_ o- w F w d W wLu w y z z � W LL-PL-PI Approximate Surface Elev.: 641 (Ft.) +/- o m Q Of w 2 F O DEPTH ELEVATION(Ft.)O ~ N N FAT CLAY (CH), trace calcareous nodules, very stiff 4.5 (HP) 12 48-17-31 2.0 639+/- FAT CLAY (CH), with gravel, brown, hard 15-50/4" 4.0 637+/- LEAN CLAY (CL), with limestone fragments, tan, 6-10-9 very stiff 5 N=19 6.0 635+/- 1 LIMESTONE, with clay seams, tan 10.0 631+/- 86/10.75" 100/1.5�� Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A-2 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-3 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude:32.99307° Longitude:-97.226155' LL Q F F J w Z a Z F Wa to F o_ a. w F w d W w w y z z � W LL-PL-PI Approximate Surface Elev.: 640 (Ft.) +/- o m Q Of w 2 F O ELEVATION(Ft.)O ~ N N FAT CLAY (CH), trace calcareous nodules, dark NDEPTH brown, hard 4.5+ (HP) 13 3.0 637+/- 4.5+ (HP) 8 35-16-19 LEAN CLAY (CL), with calcareous nodules, tan, 15.0 hard 635+1- 5 1 LIMESTONE, with clay seams, tan 100/7.75" 110.0 Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon Completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A-3 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-4 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude: 32.992896° Longitude:-97.225368° LL Q � F F J w Z CL F a to F o o w F w d W w X w y z z W LL-PL-PI Approximate Surface Elev.: 637 (Ft.) +/- o m Q w 2 F O DEPTH ELEVATION(Ft.)O ~ N N FAT CLAY (CH), dark gray, hard 4.5+ (HP) 16 50-18-32 4.5+ (HP) 4.0 633+/- LEAN CLAY (CL), brown, hard 5 4.5+ (HP) 6.0 631 +/- LEAN CLAY (CL), with limestone fragments, brown to tan, hard 4.5+ (HP) 17 47-19-28 4.5+ (HP) 10.0 627+/- 1 Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon Completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A4 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-5 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude: 32.992572° Longitude:-97.224651 ° LL Q LU LU F F J w z a Z F Wa � F o a w F w d W W w y z z W LL-PL-PI Approximate Surface Elev.: 635 (Ft.) +/- o m Q Of w 2 F O DEPTH ELEVATION(Ft.)O ~ N N FAT CLAY (CH), trace calcareous nodules, dark brown, hard 4.5+ (HP) 4.5+ (HP) 4.0 631 +/- FAT CLAY (CH), trace sand, brown, hard 5 4.5+ (HP) 20 54-20-34 6.0 629+/- LEAN CLAY (CL), with limestone fragments, tan, very stiff to hard 3.0 (HP) 20 4.5+ (HP) 10.0 625+/- 1 Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon Completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A-5 'a C7 z w w z Q J Q a rn rn u� rn J J W O Z 0 O J H Q 0 W 0 BORING LOG NO. B-6 Page 1 of 1 PROJECT: Parish Lane Extension CLIENT: Hillwood Alliance Services LLC Fort Worth, TX SITE: Parish Lane North of SH 170 Westlake, TX LOCATION See Exhibit A-2 w Z LU STRENGTH TEST o ATTERBERG LIMITS U Latitude: 32.992152° Longitude:-97.224005' LL Q LU LU F F J w z CL Z F Wa � F o a w F w d W W w y z z W LL-PL-PI Approximate Surface Elev.: 633 (Ft.) +/- o m Q Of w 2 F O DEPTH ELEVATION(Ft.)O ~ N N FILL - LEAN CLAY (CL), trace gravel, brown and tan, hard 4.5+ (HP) 2.0 631 +/- FAT CLAY (CH), trace gravel, trace calcareous nodules, dark brown, hard 4.5+ (HP) 14 50-18-32 4.0 629+/- LEAN CLAY (CL), trace calcareous nodules, dark brown to brown, hard 5 3.0 (HP) 2.0 (HP) 18 9.0 624+/- 4.5+ (HP) 15 34-15-19 SANDY LEAN CLAY (CL), brown, hard . . 10.0 623+/- 1 Boring Terminated at 10 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic Advancement Method: See Exhibit A-3 for description of field Notes: Dry Auger procedures. Ground surfave elevation provided by Peloton Land Solutions See Appendix B for description of laboratory procedures and additional data (if any). See Appendix C for explanation of symbols and Abandonment Method: Boring backfilled with auger cuttings upon completion. abbreviations. WATER LEVEL OBSERVATIONS Irerracon Boring Started: 10-16-2019 Boring Completed: 10-16-2019 No Water during Drilling Dry upon Completion Drill Rig: Driller: StrataBore 2501 E Loop 820 N Fort Worth, TX Project No.: 95195169 Exhibit: A-6 SUPPORTING INFORMATION Contents: Unified Soil Classification System General Notes to Log Terms Note: All attachments are one page unless noted above. UNIFIED SOIL CLASSIFICATION SYSTEM 1 rerracon GeoReport. Soil Classification Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Group Group Name B Symbol Coarse -Grained Soils: More than 50% retained on No. 200 sieve Fine -Grained Soils: 50% or more passes the No. 200 sieve Clean Gravels: Gravels: Less than 5% fines c More than 50% of f t' Cu>_4and 1<_Cc<3E I GW F Cu < 4 and/or [Cc<1 or Cc>3.0] E GP Poorly graded gravel F I-. rac ion Fines classify as ML or MH GM Silt ravel retained on No. 4 sieve Gravels with Fines: F, c, H More than 12% fines c Fines classify as CL or CH GC Clayey gravel F, G, H Sands: 50% or more of coarse fraction passes No. 4 sieve Cu >_ 6 and 1 <_ Cc < 3 Cu < 6 and/or [Cc<1 or Cc>3.0] Clean Sands: Less than 5% fines o SW Well -graded sand SP Poorly graded sand Sands with Fines: More than 12% fines o Fines classify as ML or MH SM Silty sand G, H, Fines classify as CL or CH SC Clayey sand c, H, i Inorganic: PI > 7 and plots on or above "A" CL Lean clay K, L, M Silts and Clays: I PI < 4 or plots below "A" line J ML Silt K, L, M Liquid limit less than 50 Organic: Liquid limit - oven dried < 0.75 OL Organic clay K, L, m, N Silts and Clays: Liquid limit 50 or more Liquid limit - not dried I Organic silt K, L, M, o PI plots on or above "A" line CH Fat clayK, L, M Inorganic: PI plots below "A" line MH Elastic Silt K, L, M Liquid limit - oven dried Organic clayK, L, m, P Organic: < 0.75 OH Liquid limit - not dried Organic silt K, L, M, o Highly organic soils: I Primarily organic matter, dark in color, and organic odor PT Peat A Based on the material passing the 3-inch (75-mm) sieve. H If fines are organic, add "with organic fines" to group name. B If field sample contained cobbles or boulders, or both, add "with cobbles I If soil contains >_ 15% gravel, add "with gravel" to group name. or boulders, or both" to group name. J If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. c Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly gravel," whichever is predominant. graded gravel with silt, GP -GC poorly graded gravel with clay. If soil contains >_ 3 o Sands with 5 to 12% fines require dual symbols: SW-SM well -graded am plus No. 200 predominantly sand, add sandy" to group name. sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded " sand with silt, SP-SC poorly graded sand with clay. MY soil contains >_ 30% plus No. 200, predominantly gravel, add 2 "gravelly" to group name. (D30) N PI >_ 4 and plots on or above "A" line. E Cu = D60010 Cc = o PI < 4 or plots below "A" line. D10 X D60 P PI plots on or above "A" line. F If soil contains >_ 15% sand, add "with sand" to group name. o PI plots below "A" line. G If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. 60 50 CL W 40 Z H 30 U Q 20 J IL For classification of fine-grained ' soils and fine-grained fraction of coarse -grained soils Equation of "A" - line Horizontal at PI=4 to LL=25.5. then PI=0.73 (LL-20) Equation of "Ll" - line Vertical at LL=16 to Pl= then PI=0.9 O MH or OH CL - ML ML or OL 10 16 20 30 40 50 60 70 80 90 100 GENERAI MOTES TO LOG TERMS 1 rerracon GeoReport. SAMPLING WATER LEVEL FIELD TESTS Water Initially N Standard Penetration Test Auger Pnck Core Encountered Resistance (Blows/Ft) Cuftirig6 IF Water Level After a (HP) Hand Penetrometer Specified Period of Time Crea Shelby V Water Level After (T ) Torvane Sample Tube Specified Period Time a of (DCP) Dynamic Cone Penetrometer ®,.tE�I-d Water levels indicated on the soil boring logs are the levels Penetration WT. measured in the borehole at the times indicated. UC Unconfined Compressive Strength urne4 Testnetrorneter Groundwater level variations will occur over time. In low permeability soils, accurate determination for groundwater (PID) Photo -Ionization Detector levels is not possible with short term water level observations. (OVA) Organic Vapor Analyzer DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel, or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse - grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. VOCATION AND ELEVATION NOTE Unless otherwise noted, Latitude and Longitude are approximately determined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. STRENGTH TERMS RELATIVE DENSITY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (50% or more passing the No. 200 sieve.) (More than 50% retained on No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual Density determined by Standard Penetration Resistance procedures or standard penetration resistance Standard Penetration or Standard Penetration or Descriptive Term Descriptive Term Unconfined Compressive Strength N-value N-value (Density) (Consistency) Qu, (tsf) Blows/Ft. Blows/Ft. Very Loose 0-3 Very Soft Less than 0.25 0-1 Loose 4-9 Soft 0.25 to 0.5 2-4 Medium Dense 10 — 29 Medium Stiff 0.5 to 1.00 4-8 Dense 30 — 50 Stiff 1.00 to 2.00 8 — 15 Very Dense >50 Very Stiff 1 2.00 to 4.00 15 — 30 Hard >4.00 >30 RELATIVE PROPORTIONS OF SAND AND GRAVEL RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of Percent of IML Descriptive Term(s) of Percent of other constituents Dry Welight other constituents Dry Weight Trace <15 Trace <5 With 15 — 29 With 5-12 Modifier >30 Modifier >12 GRAIN SIZE TERMINOLOGY JK PLASTICITY DESCRIPTION Major Component of Sample L Particle Siz Term Plasticity Index AN Boulders Over 12 in. 300 mm Non -plastic 0 Cobbles 12 in. to 3 in. 300 mm to 75 mm Low 1 — 10 Gravel 3 in. to #4 sieve 75mm to 4.75mm Medium 11 — 30 Sand #4 to #200 sieve 4.75mm to 0.075mm High >30 Silt or Clay I Passing #200 sieve (0.075mm) PERMIT NUMBER: 2 _-1 GPS" ROADWAY REQUESTOR I LATITUDE, LONGITUDE HWY NAME I SH 170 T 32-9920906,-97.2238803 FOR TxDOT's USE NAME Tanya Warbritton CONTROL 5 SECTION MAILING ADDRESS 9800 Hillwood Parkway, Suite 250 CITY, STATE, ZIP Fort Worth, TX 76177 PHONE NUMBER 817-562-3350 'GLOBAL POSITIONING SYSTEM COORDINATES AT INTERSECTION OF DRIVEWAY CENTERLINE WITH ABUTTING ROADWAY The Texas Department of Transportation, hereinafter called the State, hereby authorizes Hillwood Alliance Services hereinafter called the Permittee, to 0 construct / � reconstruct a commerical (residential, convenience store, retail mall, farm, etc.) access driveway on the highway right of way abutting highway number SH 170 in Denton County, located 1764'southeast of J. T. Ottinger Road connecting to SH 170 westbound frontage road USE ADDITIONAL SHEETS AS NEEDED Subject to the Access Driveway Policy described on page 2 and the following: 1. The undersigned hereby agrees to comply with the terms and conditions set forth in this permit for construction and maintenance of an access driveway on the state highway right of way. 2 Design of facilities shall be as follows and/or as shown on sketch on page 2 and is subject to conditions stated below All construction of materials shall be subject to inspection and approval by the State, 3. Maintenance of facilities constructed hereunder shall be the responsiblilty of the Permlttee, and the State reserves the right to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on or adjacent to the highway. Changes in design will be made only with approval of the State 4. The Permittee shall hold harmless the State and its duly appo.nted agents and employees against any action for personal injury or property damage sustained by reason of the exercise of this permit 5 Except for regu-atory and guide signs at county roads and city streets, the Permittee shall not erect any sign on or extending over any portion of the highway right of way, and vehicle service fixtures such as fuel pumps, vendor stands. or tanks and shall be located at least 12 feet from the right of way line to ensure that any vehicle services from these fixtures w 11 be off the highway right of way 6. The State reserves the right to require a new access driveway permit in the event of a material change in land use or change in driveway traffic volume or vehicle types. 7 This permit will become null and void if the above -referenced driveway facilities are not constructed within six (6, months from the issuance date of th`s permit. , l 8. The Permittee wily contact the State's representative Ketvii telephone, (940 ) 268-8211-? at least twenty-four (24) hours prior to beginning the work authorized by th-s permit. 9 The requesting Permittee will be provided instructions on the appeal process If this permit request is defied by the State. Date of Issuance State Authorized Representative The undersigned hereby agrees to comply with the terms and conditions set forth in this permit for construction and maintenance of an access driveway on the highway right of way Date 06/07/2021 Signed _ (Pn5perty owner or owner's representative) Access Driveway Policy Title 43 Texas Administrative Code (Transportation), Chapter 11 (Design) Subchapter C (Access Connections To State Highways) and the "Access Management Manual' establish policy for the granting of access and the design materials. and construction of driveways connecting to state highways All driveway facilities must follow this policy. TxDOT Driveway Permit Request Contact For a local contact for your TxDOT Driveway Permit Request visit: httollwww.lxdot govrinside-txd"ssy .4Pj'n . You can click on the section of the map closest to your location to find the local TxDOT office. You can also click on the drop down box below the map to find the district for your county Sketch of Installation (Use additional sheets as needed) 4''0" THANK YOU DENTON COUNTY, ,,. COMMISSIONER PCT 4 p DIANNE EDMONDSON 4» 1 1/2" CHINN CHAPEL ROAD PROJECT 4 Contractor: XXXXXXXXXX Estimated Cost: $XXX,XXX.XX " Estimated Completion: XXXXX 202X 1» Funding Source: YOUR COUNTY TAX DOLLARS 1" For More Information Call Copper Canyon @ 940-241-2677 N PROJECT SIGN DETAIL NOTES: 1. A PROJECT SIGNAGE SUBMITTAL SHALL BE REQUIRED FOR PROJECT ENGINEER APPROVAL PRIOR TO INSTALLATION. 2. BOARD SHALL BE %4" EXTERIOR OR MARINE GRADE PLYWOOD OR APPROVED EQUAL PAINTED WHITE. 3. DENTON COUNTY LOGO SHALL BE BLACK AND SIZED AS SPECIFIED IN DETAIL. 4. BLOCK LETTERING SHALL BE BLACK AND SIZED AS SPECIFIED IN DETAIL. 5. NEW SIGNS SHALL BE REQUIRED FOR EACH PROJECT. ALL SIGNAGE SHALL BE MOUNTED IN THE GROUND AND STABILIZED WITH A MINIMUM OF 2' BURIED FOR STABILIZATION. IF PROJECT SIGNS WILL HAVE T-FOOTING TO ALLOW SIGNAGE RELOCATION THROUGHOUT THE PROJECT (USE SANDBAG STABILIZATION FOR T-FOOTING SIGNAGE). BROKEN AND TORN SANDBAGS DEEMED BY COUNTY TO SPILL SAND ARE CONSIDERED HAZARDOUS AND MUST BE REPLACED IMMEDIATELY. 6. FRAME AND BRACING SHALL BE 2" x 4" STOCK AND PAINTED. CONTRACTOR IS RESPONSIBLE FOR THE MAINTENANCE AND SECURITY OF THE SIGN. 7. PROJECT NAME, CONSTRUCTION COST, AND FUNDING SOURCE WILL BE PROVIDED FOR EACH PROJECT BY DENTON COUNTY. 8. CONTRACTOR MAY REQUEST A DIGITAL COPY OF DENTON COUNTY LOGO IN JPEG OR TIFF FORMAT. VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE SECTION 2274.002 By signing below, the signatory hereby verifies that the firm it represents: Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and, 2. Will not discriminate during the term of the contract against a firearm entity or firearm trade associati SIGNED BY: PRINT NAME & TITLE: 0_ 1_ � UrW ilz"A� FIRM NAME:�Qd.�_ DATE SIGNED:1p�?�d1 The following definitions apply to this state statute: (t) "Ammunition" means a loaded cartridge case, primer, bullet, or propellant powder with or without a projectile; (2) "Company" means a for -profit organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit; (3) "Discriminate against a firearm entity or firearm trade association": (A) means, with respect to the entity or association, to: (i) refuse to engage in the trade of any goods or services with the entity or association based solely on its status as a firearm entity or firearm trade association; (ii) refrain from continuing an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; or (iii) terminate an existing business relationship with the entity or association based solely on its status as a firearm entity or firearm trade association; and (B) does not include: (i) the established policies of a merchant, retail seller, or platform that restrict or prohibit the listing or selling of ammunition, firearms, or firearm accessories; and (ii) a company's refusal to engage in the trade of any goods or services, decision to refrain from continuing an existing business relationship, or decision to terminate an existing business relationship: (aa) to comply with federal, state, or local law, policy, or regulations or a directive by a regulatory agency; or (bb) for any traditional business reason that is specific to the customer or potential customer and not based solely on an entity's or association's status as a firearm entity or firearm trade association; (4) "Firearm" means a weapon that expels a projectile by the action of explosive or expanding gases; (5) "Firearm accessory" means a device specifically designed or adapted to enable an individual to wear, carry, store, or mount a firearm on the individual or on a conveyance and an item used in conjunction with or mounted on a firearm that is not essential to the basic function of the firearm. The term includes a detachable firearm magazine; (6) "Firearm entity" means: (A) a firearm, firearm accessory, or ammunition manufacturer, distributor, wholesaler, supplier, or retailer; and (B) a sport shooting range as defined by Section 250.001, Local Government Code; (7) "Firearm trade association" means any person, corporation, unincorporated association, federation, business league, or business organization that: (A) is not organized or operated for profit and for which none of its net earnings inures to the benefit of any private shareholder or individual; (B) has two or more firearm entities as members; and (C) is exempt from federal income taxation under Section 501(a), Internal Revenue Code of 1996, as an organization described by Section 501(c) of that code. VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE SECTION 2274.002 By signing below, the signatory hereby verifies that the firm it represents: Does not boycott energy companies; and, 2. Will not boycott energy companies during the term of the contract. PSIGNED BY: PRINT NAME AND TITLE: ytGG >t'dESrjG�G FIRM NAME:��y° DATE SIGNED: z The following definitions apply to this state statute: (1) "Boycott energy company" means without an ordinary business purpose, refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with a company because the company: (A) engages in the exploration, production, utilization, transportation, sale, or manufacturing of fossil fuel -based energy and does not commit or pledge to meet environmental standards beyond applicable federal and state law; or (B) does business with a company described by Paragraph (A); and (2) "Company" means a for -profit organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. Form TGC 2270 VERIFICATION REQUIRED BY TEXAS GOVERNMENT CODE CHAPTER 2270 Contract identifier: Q � © t 0 S Department: By signing below, Company herby verifies the following: 1. Company does not boycott Israel; and 2. Company will nod boycott Israel during the term of the contract. SIGNED BY: Print Name of Person: J U ILi6'&Vt Signing, Title, and r� Companydc4-' (.y Date signed:�s2� STATE OF TEXAS COUNTY OF 0(31A6L -) BEFORE ME, the undersigned Notary Public on this day personally appeared Gaaq pofU _ (Name), on behalf of �,aGav 9 lffn�-V[(7(.�[ ompany) who being duly sworn, stated under oath that he/she has read the foregoing verification required by Texas Government Code Section 2270,002 and said statements contained therein are true and correct.. SWORN AND SUBSCRIBED TO before me, this 'day of 20 2Z-. EORRIE L. SMITHERS Notary Public, State of Texas ?� r Comm. Expires 09-28.2025 AR Y OF PUBLIC, Notary iD 1208397-9 FOR THE STATE OF TEXAS nq f 2� -- 202-5 Government Code § 2270.002. Provision Required in Contract Effective: September 1, 2017 A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The following definitions apply: (1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. (2) "Company" means a for -profit sole proprietorship, organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority -owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. (3) "Governmental entity" means a state agency or political subdivision of this state. State law requires verification from a Company for contracts involving goods or services (regardless of the amount) before the City can enter into the contract. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2022-864662 Zachry Construction Corporation San Antonio , TX United States Date Filed: 03/24/2022 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Westlake Date Acknowledged: 03/24/2022 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 2022-01 CTR Westlake - Parish Lane from SH 170 Frontage Road to Roanoke Road Nature of interest 4 Name of Interested Party City, State, Country (place of business) (check applicable) Controlling Intermediary Mross, Travis San Antonio , TX United States X Zachry, David S. San Antonio , TX United States X Golla, Bryan San Antonio, TX United States X Hale, Greg San Antonio , TX United States X Webb, Thomas C. San Antonio , TX United States X Doty, Gary Dallas, TX United States X H. B. Zachry Company, LLC San Antonio, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc _V T N[ T 0 w M IT E WESTLAKE DISTINCTIVE BY DESIGN TOWN COUNCIL AGENDA ITEM Regular Meeting - Action Item Monday, April 04, 2022 TOPIC: Consider Approval of Resolution 22-18, authorizing the Town Manager/CEO - Superintendent to enter into a lease agreement with CSI Leasing, Inc. STAFF: Jason Power, IT Director STRATEGIC ALIGNMENT Vision,E I PerspectiveStrategic; Results Outcome Exemplary Education - Westlake is Improve Technology, Educational Leaders People, Facilities, & an international educational leader Facilities & Technology where each individual's potential is Equipment maximized. �UMMARV The 1-to-1 technology device initiative began in the 2013-2014 school year in grades 4-6, with a purchase of 170 Apple iPad mini tablets for students and faculty. In the 2014-2015 school year, we procured an additional 640 Apple iPad mini tablets, network hardware, software, and equipment management resources to extend the program to all students in Grades I through 12. In 2016, we replaced the Apple iPad mini tablets with 1020 Apple iPad Air 2 tablets and purchased new laptops for Westlake Academy Staff. In 2019, we leased 1050 iPad 6th generation tablets with keyboard cases, as well as 125 MacBook Air laptops for staff. This three-year lease ends in September 2022. In February 2022, Staff contacted Apple, Inc. to discuss options and budgetary numbers for leasing 1100 iPads with keyboard cases, and 120 staff laptops. Apple representatives informed Staff of a nine -to -twelve -week delivery time for most hardware and recommended ordering as soon as possible to avoid further delays caused by the recent supply chain and chip shortage issues. In the past, the Council has approved the leases in May or June with hardware ordered and delivered within two to four weeks. With this longer delivery delay, we are seeking approval to move forward with a new lease sooner to be sure the hardware arrives before the start of the next school year with sufficient time for setup and deployment by IT Staff. Staff contacted CSI Leasing, Inc., and Apple, Inc. for leasing options, and a more desirable option was offered by CSI Leasing, Inc. Final amounts will not be available until the lease is Page 1 of 2 signed and the interest rates are locked in. The proposed three-year lease is for an estimated total of $676,464.78. The lease with CSI will be monthly payments of approximately $15,313.00 per month. The first of the quarterly lease payments would not be due until after September 1, 2022. COUNCIL ACTION/OPTIONS Council may approve or deny approval to authorize the Town Manager/CEO - Superintendent to enter into a lease agreement with CSI Leasing, Inc. STAFF RECOMMENDATION Staff recommends that our financial resources be used for the lease program in support of the I- to 1 technology device initiative. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: est. $676,464.78 Funding Source: General Fund Contract: Yes Forms: N/A DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: N/A Comprehensive Plan: N/A Cost Recovery Analysis: N/A Traffic Impact: N/A ATTACHMENTS Resolution CSI Leasing, Inc. Proposal CSI Leasing, Inc. Lease Schedule Apple Inc. Education Price Quotes Page 2 of 2 TOWN OF WESTLAKE RESOLUTION NO.22-18 A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, AUTHORIZING THE TOWN MANAGER/CEO - SUPERINTENDENT TO ENTER INTO A LEASE AGREEMENT WITH CSI LEASING, INC., FOR THE PURCHASE OF TECHNOLOGY AT WESTLAKE ACADEMY FOR A ONE-TO-ONE DEVICE INITIATIVE WHEREAS, Staff have assessed current technology needs and identified a three-year technology lease supportive of the one-to-one device initiative at Westlake Academy for faculty and students in Grades K-12; and, WHEREAS, this lease would allow the immediate procurement of needed technology resources to support the educational initiatives at Westlake Academy; and, WHEREAS, the Town Council finds that the passage of this Resolution is in the best interest of the citizens of Westlake as well as the students, their parents, and faculty of Westlake Academy. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF WESTLAKE, TEXAS: SECTION 1: That, all matters stated in the recitals hereinabove are found to be true and correct and are incorporated herein by reference as if copied in their entirety. SECTION 2: If any portion of this Resolution shall, for any reason, be declared invalid by any court of competent jurisdiction, such invalidity shall not affect the remaining provisions hereof and the Council hereby determines that it would have adopted this Resolution without the invalid provision. SECTION 3: That, the Town Council of the Town of Westlake, hereby approves and authorizes the Town Manager/CEO - Superintendent to enter inter a lease agreement with CSI Leasing, Inc. SECTION 4: That this resolution shall become effective from and after its date of passage. Resolution 22-18 Page 1 of 2 PASSED AND APPROVED ON THIS 4th DAY OF April 2022. ATTEST: Laura Wheat, Mayor Mary Kayser, Interim Town Secretary Amanda DeGan, Town Manager APPROVED AS TO FORM: L. Stanton Lowry, Town Attorney Resolution 22-18 Page 2 of 2 CCSI LEASING Investing in Your Growth LI FECYCLE & LEASE SOLUTIONS PROPOSAL PRESENTED BY Chris Black 972-333-4628 Chris. Black@csileasing.com PREPARED FOR CREATED March 8, 2022 Adapting to Your IT Environment 0 Organizations turn to CSI when they want a simple way to stay ahead of the technology curve. We make managing an innovative and efficient IT platform easy. We are your resource, not only for financial solutions, but for help with asset management, end of life data security, disposal and more — all on a global scale. CSI has been investing in our customers' technology solutions for nearly five decades. Investing in You Hundreds of our customers have worked with us for more than a decade. When we ask them why, we often hear, "Because I can rely on you." Our customers choose us because we take the time to get to know them, to understand their pains and to help them grow. We listen, we care and we are here for you now and in the future. "My #1 goal is to make your leasing experience as easy and efficient as possible. I work closely with the rest of your team at CSI to make sure you have everything you need, exactly when you need it." According to the Experts Technology research analyst IDC says, "Collaborating with a sophisticated, experienced leasing company that can share in the risk created by life -cycle shifts and unforeseen equipment introductions is integral to a more productive and efficient IT investment strategy." * Discover why CSI is your solution. *IDCAnalyst Connection, What to Look for in a Leasing Company, May 2018, sponsored by C51 Leasing Investing in Your Growth 1 2 Lean on Your CSI Account Team The team at your leasing company should complement your own purchasing, finance and IT teams -placing orders, managing payments to vendors, working within your budget and providing proper disposal. That's where we stand out. Our customer support is in-house and with you every step of the way. Led by your account manager, your CSI team will work with you one-on-one to handle the details, learn your preferences, and answer the phone when you call. Change Your Mind at Any Time Deciding on the perfect IT solution can be a challenge. Installing a new data center or rolling out a PC refresh can seem like a long-term commitment that could haunt you down the road. Financing your IT platform with CSI means you can change your mind at any time. Need to upgrade mid-term? Unexpected budget issues pop up? We are here to help. During a typical lease, you will have the option to extend, restructure, buy out or return the equipment at any time. a000 7� 000 aoo Extend Restructure Buy Out Return Streamline and Consolidate Most IT platforms encompass a wide variety of equipment brands, from servers and PCs to printers and copiers - all made by different manufacturers. CSI can help you streamline and consolidate vendors by financing everything you need. We can mix and match any equipment type or any brand on one contract. Most of our customers lease equipment in large volumes. Our SmartTracksm quarterly lease program provides an efficient way to manage these large acquisitions, taking much of the work off your plate. With SmartTrack, all equipment acquired in one quarter, regardless of manufacturer or vendor, can be combined on one lease schedule. moon■ E=1llI, 00 Ono NOON Installation quarter Open line of credit Equipment ordered commences established either by you or CSI Quarter ends, Everything is on one CSI reviews invoices process repeats lease schedule to ensure they match the PO Investing in Your Growth 1 3 Our SmartTracksm program is ideal for extended rollout periods and large quantities of assets from multiple manufacturers and vendors. You have a 90-day window each quarter to order any type of equipment you need. At the end of the quarter, it's all conveniently placed onto one lease schedule. SmartTrack Example Networking Dell I Storage HP I Cisco I Servers Lenovo I Cisco I HP I Services Software Software Services Services• Inst. Period Q IV Inst. Period Q III Lease tE Inst. Period Q II Lease term TBD AL Jan — March April —June July —Sept. Oct. — Dec. r:AW Invoicing Invoices can be customized to fit your needs in various ways. For example, each individual asset can be assigned a unique customer reference field that is up to 18 digits. Customers often use this for PO, location codes, general ledger codes, cost centers, etc., allowing them to easily chargeback departments or assign assets within their system. Assets on the same schedule are summarized by customer reference, allowing you to quickly organize and review. Move a printer, reassign a laptop orjust change your mind? No problem. You can update the customer reference or equipment location at any time. Your accounts receivable specialist will work closely with you to get to know your invoice preferences. For instance, separate invoices can be generated for specific schedules, and schedules can be invoiced to different individuals if needed. Depending on your lease contract, you can be billed monthly or quarterly, in advance or arrears. Invoices can be delivered electronically or by mail and are generated approximately 35 days in advance, giving you plenty of time to approve and pay. Additionally, invoice information, including PDF copies and line item detail, is available in MyCSL Investing in Your Growth 14 MYCSISM — An Asset Tool to Simplify Your Life An asset system is only useful if it saves you time, keeps you organized and gives you access to everything you need. MyCSI does all of the above and more. It's the perfect tool for organizations with a large amount of assets, users and locations — helping you streamline, simplify and organize your IT environment. Benefits of MyCSI include: • Unlimited customer users, unlimited levels of permission. We designed MyCSI with your security in mind. You have the power to give as much or as little access to as many people as you like. This is especially helpful for organizations with multiple locations. Give facility managers access only to what pertains to them, while the CIO sees everything — customize access to best fit your workflow. • Custom reports, defined by you. Our reporting tools are easy to use and highly customizable. You can create and schedule recurring reports to be delivered right to your team's inbox. Also, view invoice detail and download PDF copies for your records. • Two-way API. MyCSI is equipped with a two-way application programming interface (API). Simply put, your systems can communicate with MyCSI, and MyCSI can reciprocate. Customers using our API have told us it's helped them consolidate their reporting and saved them numerous hours of duplicate data entry. • Return, buy out, extend. MyCSI makes it easy to manage your assets on an individual or group level. You can request buy outs or extensions, schedule returns, even transfer assets to another cost center, right within the system. • Access assets globally. Multi -national organizations lean on MyCSI to help them keep a pulse on what's going on with their IT environment globally. View everything at once or one country at a time, in English or in another language — it's all up to you. • Add non -leased assets. We understand you may have additional non-CSI leased assets. That's why we made it easy for you to add information about those assets to MyCSI. Sort and filter data by CSI-leased or non - leased — housing everything in one place is simple. • Download proof of sanitization. When you send equipment back at the end of the lease, log on to MyCSI for information about what we received, and when and where we received it. Download proof of data sanitization by asset, along with sustainability reports to see how much e-waste you kept from going to a landfill by choosing CSI. Sample screen shots of MyCSI are available in Attachment A. Investing in Your Growth 1 5 End of Lease 9 Customers repeatedly tell us that our returns process is the best in the business. We invest a tremendous amount of time and resources into making sure that your experience at the end of the lease term is smooth. We work hard to understand what keeps you up at night and to provide services that make your life easier. What do we do that's so special? We give you options When your lease is coming to an end, you can choose to return, purchase or extend the lease on an asset -by -asset basis. We also allow you to substitute laptop and PC equipment during the returns process. CSI's general policy regarding substitution is to accept like -for -like as long as the substituted equipment is of equal or greater value and not part of another lease. We are fair and flexible If you have leased before, chances are you may have felt nickel and dimed at the end of the term. So many of our competitors use punitive end of lease policies to make a profit. NOT CSI. We see having a fair returns process as a way to gain repeat business. Keyboards break, mice disappear and manuals are often tossed. We understand. Total and complete control We own numerous return facilities strategically located throughout the Americas and Europe, and - also have an extensive network of vetted equipment processors worldwide. This gives us control of our customer experience from v beginning to end. Having multiple locations also means your equipment never travels far. Simply o put, your shipping costs are kept to a minimum. R Guidance every step of the way We make the returns process easy and straight -forward v. from the start. When you are ready to send us your retired equipment, your CSI asset return manager will contact you to explain what needs to be returned when it is due and where to ship. If you ever have a question, we are always Q Company Owned Returns Processing Facilities Q Vendor Processing Facilities here to help. Your data is safe with us Our data sanitization process follows the National Institute of Standards and Technology (NIST 800-88) and is certified by the National Association for Information Destruction (NAID). We provide online reports detailing which assets were cleansed. Any hard drive or storage device that cannot be wiped is destroyed. Investing in Your Growth 1 6 And so is the environment After your data is erased, we first try to give your used technology a new life in the secondary market. Anything that cannot be resold, will be properly disassembled and recycled. As e-Stewards, all end -of -life IT assets are disposed according to local environmental laws. Return Process aaNO Within 90 days of expiration, we ask that you give us notice that you plan to terminate the lease. ;;;;• You can then return, extend, restructure or purchase the equipment until the last day of the term. O For equipment returns, your CSI asset return manager will contact you several weeks prior to lease expiration and coordinate shipping options. go You uninstall equipment and ship to CSI. Upon arrival at CSI, returned equipment is moved directly into a secure environment with limited 0 access. Within 72 hours after your shipment has arrived, you can log on to MyCSI to see exactly what we received. Equipment is sanitized according to the National Institute of Standards and Technology. Any hard drives that can't be sanitized are destroyed. Within 30 days, you will receive a list of missing or damaged items, if applicable, with time to return or replace those items. After sanitization, equipment is remarketed. As e-Stewards, all end -of -life assets are properly eo� recycled according to local environmental laws. RLog on to MyCSI to download certificates of sanitization and sustainability reports. Investing in Your Growth 17 Lease Rates Apple 10.2" iPads: Apple 13" MacBook Air: Apple TV: Subscription/Deployment (Soft) Costs: Estimated Monthly Payment: Lease Program: Estimated Cost: Installation Period: Payments: 36 mos .02401 .02401 .02777 .02921 $15,313.00 SmartTracksm quarterly installation $676,464.78 September 2022 thru November 2022 Monthly in advance. Daily Rent: Daily rent for the usage period before the lease starts is calculated as one - thirtieth of the monthly rental and is payable for each day from the acceptance date to, but not including, the first day of the initial term. Valid Through: Rates are valid for 14 days from date of proposal. Contingencies: This proposal is contingent upon final credit approval by CSI. Personal Property Tax billed separately. Rate Protection: The lease rates specified in this proposal are based on the like -term Interest Rate Swap (the "SWAP Yield") as of the date of this proposal as set forth in the Intercontinental Exchange Report Center. The lease rates are subject to a one-time increase based on the SWAP Yield in effect at the start of the lease term. Confidential Information The information contained within this proposal is confidential and proprietary and is for information and evaluation purposes only. This proposal is prepared solely for the company listed above (the "Customer") and is not be disclosed to any parties other than Customer, its employees, officers or directors with a need to know the information contained herein, unless CSI otherwise agrees in writing. Unless and until a written contract has been duly executed, neither Customer nor CSI Leasing, Inc. will have any obligation to the other with respect to any proposed transaction, with respect to the procedures employed in connection therewith, or with respect to any representations made by either party. The terms and conditions contained within a final signed contract between Customer and CSI Leasing will supersede those within this document. Investing in Your Growth 18 Attachment A — MyCSI Type Value Serial No. Type Status Date SrhedA DEMO-195 220HI Buyout Set Terms 3QO2019 Invoice RTOOODEMO 3DSZ3L01 Buyout Set Terms 3202019 Srhedule DEMO-022 1831153A Buyout Set Terms 3/202019 Srhedule Asset DEMO-030 01910T822 Dlsplaym9 3 e13 Show More Asset Asset 1831153A 22CH2J01 Asset 183118013 Asset 16981741 — Choose Action For Selected - Upload CDFs 0+ Excel Q Col= Eon — _ Lease Nolschedule - Lessee Lessor Country Term Start Cate Term Term Expiration Date Billed Currency Total Rend Total T Comments i] DEMO -022 DRESSEL ENGINEERING SYSTE-. USA 05101/2013 48 Months ON302017 MonthlylAdvance USD $18.11646 $14M61 Clem NetwoD L7 DEMO -030 DRESSEL ENGINEERING SYSTE _. USA 071012017 30 Months 12aV2019 Monthly/Advance USD $9,67276 $707. 17 Operations i] DEMO -062 DRESSEL ENGINEERING SYSTE-. USA 071012014 36 Months 061 N2017 MonthlylAdvance USD SLI 939.13 $1, 185.43 IBM Tape i] DEMO -195 DRESSEL ENGINEERING SYSTE _. USA 03N12017 30 M.— 08I3112019 MnnrhlylAd-- USD $4, 638.16 $2%35 PON123455 0 4 Results Items per Page: 10 50 Lease No. Lesson A —Punt Ex —I DEMO DRESSEL ENGINEERING SYSTEMS AJ SmM Schedule Lessor Country ALE Erred U22 USA alsmiltlt— e-9 rmr Edl CernClelNS j .` OOCUrre111$ Comments �— Cisco Networking View Invoices ®ugs�CDEs Schedule Detail --chDDSDr1�BDn_ Sedel No.. Manufacturer Model J 0191C7822 Cisco WS-X5010 SWITCH J 022700239 Cisco WS.X5010 C5000 ESM 022700353 CISCO WS-X5010 C5000 ESM Customer Reference Address State 934-CPR MEADS 11845 OLIVE BL MO 934.CPR SURGERY 11845 OLIVE BL MO 934-CPR SURGERY 10845 OLIVE EL MO 934,CPRSURGERY ICB45 OLIVE BL MO 934-CPR HEMIONC 18845 OLIVE BL NO 934-25TRAINING VISAS CLIVE BL MO 934CPR MEADS 10845 OLIVE 91 MO Tenn Start Date Total Rent 511/2013 Si S.11646 Term Expiration Date Total Tax 413W2017 51 42481 Term Need 46 MI ManthyAlvance Rem Tax Cammen End User Cost Center Del $7953 S000 RMAAseet A_". sees S� 61GS73 $0.00 RMAAseet G. Vega 6100 200 1159.73 5000 RMAAeset ❑.Nguyen 5160 300 $16973 $000 M. D-is 5200 400 $159 73 4000 N. Glover 6250 500 $15573 $000 AHogar 5300 Goo s79.83 $0.00 T Alvarez 5360 700 Investing in Your Growth 19 Asset Schedule Lessor Courdry Comments Type Status Submitted User Submitted User Company Submit Date Submitted Approval User Submit Approval Cate Terms Set By Terms Set Date Te 22GH2J01 030 USA sWlen equ Buyout Set Terms Demo Admin DRESSEL ENGINEERING SYSTEMS 0320/2019 Demo Admin 112112011 1831153A 030 USA sWlen equ._ Buyout Set Terms Demo Admin DRESSELENGINEERINS SYSTEMS 03OD12019 Demo Admin 0300/2019 I 3-23L01 030 USA sWlen equ Buyout set Terms Demo Atlmin DRESSEL ENGINEERING SYSTEMS 03-019 Demo Atlmin 03-019 0 Ed Results Items per Page: 10 6o t t Raeelyrld P.Jeer N. Pickup Location None 174085 EPC None t60093 DE MO LOCATION 10'27:2018 52M DEMO LOCATION This option will search for a shipment based an a prolect number, pickup location, or part of the .dd—. I� 5earen IRT..Li� Customer DEMO LOCATION Project No. 5200 Address DEMO LOCATION 3941 HARRY S TRUMAN BLVO ST CHARLES, MID 63301 Unil States Total Hard Dine 8 Manitor Manilor - LED Monitor - Plasma 2 3 PC -Notebook 8 PC -System 44 PC - WoA—flon 1 This option Will display a Summery at all your Shipments. From thus list, you Oar - further information about each shipment, Including a list of all items on that shipment, or export the list to excel. \ waw sanlrray Search far Items by Serial Nonni Asset Tag, fNanufacturer, Model etc. ICSearch ) austainability: lean, ished Equipment A reporl showing the environmental sustaDablity of your refurbished equipment wew Report Date I Cry712016 Carver EPC TRUCK Lease No, Third Parry Items Received 100 Received At EPC - LaS Vegas, NV Demo PSR.pdf Receiver It— pdf Se[ureTra 1[ RepM Investing in Your Growth 1 10 5ecureTrack Report Data Erasure Confirmation The data on the hard disks) Identified below Is/are overwritten pursuant to software verlficatlon of the overwriting methods and instructions referenced herein. Data Overwriting Report Erasure information Disk 1: product: 'Seagate ST9160412ASG', serial:'5VGSAPJZ', bus: 'SATA', size: 150.041885596 GB Status- Cleansed Erasure method: NIST 800-8B Purge - ATA Erasure rounds: 2 Erased sectors: 312581808 Bad sectors: 0 l Iardware information Cleanse Date: 11/11/2016 PC Brand: DELL PC Model, LA71TUDE E5400 PP32LA C2b10EL 2.0-2.8, 14.1 - 15.4" Asset Tag: No Asset Information Serial Number: HSZ713141 Investing in Your Growth 1 11 Apple Inc. Education Price Quote Customer: Jason Power Apple Inc: Erica Daniels WESTLAKE ACADEMY 5505 W Parmer Lane Phone: 8174905750 Bldg 7 email: Jpower@westlakeacademy.org Austin, TX 78727 Phone:+1-512-6746553 email: ericadaniels@apple.com Apple Quote: 2210966223 Quote Date: Tuesday, March 01, 2022 Quote Valid Until: Thursday, March 31, 2022 Quote Comments: Please reference Apple Quote number on your Purchase Order State of Texas (DIR) State Contract Number: DIR-TSO-3789 Unit Discount Unit Extended Product Description7r List Price per Unit Discounted Discounted Price Price 1 10.2-inch iPad Wi-Fi 64GB-Space 110 $4,429.50 $0.00 $442.95 $487,245.00 Gray (Packaged in a 10-pack), Logitech Rugged Combo 3 case, w/ 3YR AppleCare+ for Schools (no service fees) Part Number BSPD2LL/A 10.2-inch iPad Wi-Fi 64GB - Space Gray (Packaged in a 10-pack) Part Number: MK2Y3LL/A Quantity: 1,100 3-Year AppleCare+ for Schools - iPad 9th Gen. no service fees Part Number: 57831LL/A Quantity: 1,100 Logitech Rugged Combo 3 Case with Integrated Smart Connector Keyboard for 10.2-inch iPad (7th, 8th & 9th generation) - Blue Part Number: HNMA2ZM/A Quantity: 1,100 2 Jamf Pro iOS/tvOS (EDU) 1,100 $18.00 $0.00 $18.00 $19,800.00 Subscription License (3 Year) ( > 10K licenses ) Part Number HLX02LL/A 3 APS CUSTOM IPAD DEPLOY 1,100 $23.50 $3.06 $20.45 $22,489.50 OFFSITE SVCS-USA Part Number D6160LL/A Extended EDU List Price Total $532,895.00 Total Discount $3,360.50 Extended Discounted Price Subtotal $529,534.50 - Additional Tax $0.00 - Estimated Tax $0.00 Extended Discounted Total Price* $529,534.50 *In most cases Extended discounted Total price does not include Sales Tax *If applicable, eWaste/Recycling Fees are included. Standard shipping is complimentary Complete your order by one of the following: • This document has been created for you as Apple Quote ID 2210966223. Please contact your institution's Authorized Purchaser to submit the above quote online. For account access or new account registration, go to https://ecommerce.apple.com. Simply go to the Quote area of your Apple Education Online Store, click on it and convert to an order. o For registration assistance, call 1.800.800.2775 • If you are unable to submit your order online, please send a copy of this Quote with your Purchase Order via email to institutionorders@apple.com. Be sure to reference the Apple Quote number on the PO to ensure expedited processing of your order. o For more information, go to provision C below, for details. THIS IS A QUOTE FOR THE SALE OF PRODUCTS OR SERVICES. YOUR USE OF THIS QUOTE IS SUBJECT TO THE FOLLOWING PROVISIONS WHICH CAN CHANGE ON SUBSEQUENT QUOTES: A. A. ANY ORDER THAT YOU PLACE IN RESPONSE TO THIS QUOTE WILL BE GOVERNED BY (1) ANY CONTRACT IN EFFECT BETWEEN APPLE INC. ("APPLE") AND YOU AT THE TIME YOU PLACE THE ORDER OR (2), IF YOU DO NOT HAVE A CONTRACT IN EFFECT WITH APPLE, CONTACT contracts@apple.com. B. B. ALL SALES ARE FINAL. PLEASE REVIEW RETURN POLICY BELOW IF YOU HAVE ANY QUESTIONS. IF YOU USE YOUR INSTITUTION'S PURCHASE ORDER FORM TO PLACE AN ORDER IN RESPONSE TO THIS QUOTE, APPLE REJECTS ANY TERMS SET OUT ON THE PURCHASE ORDER THAT ARE INCONSISTENT WITH OR IN ADDITION TO THE TERMS OF YOUR AGREEMENT WITH APPLE. C. C. YOUR ORDER MUST REFER SPECIFICALLY TO THIS QUOTE AND IS SUBJECT TO APPLE'S ACCEPTANCE. ALL FORMAL PURCHASE ORDERS SUBMITTED BY EMAIL MUST SHOW THE INFORMATION BELOW: • APPLE INC. AS THE VENDOR • BILL -TO NAME AND ADDRESS FOR YOUR APPLE ACCOUNT • PHYSICAL SHIP -TO NAME AND ADDRESS (NO PO BOXES) • PURCHASE ORDER NUMBER • VALID SIGNATURE OF AN AUTHORIZED PURCHASER • APPLE PART NUMBER AND/OR DESCRIPTION OF PRODUCT AND QUANTITY o TOTAL DOLLAR AMOUNT AUTHORIZED OR UNIT PRICE AND EXTENDED PRICE ON ALL LINE ITEMS o CONTACT INFORMATION: NAME, PHONE NUMBER AND EMAIL D. UNLESS THIS QUOTE SPECIFIES OTHERWISE, IT REMAINS IN EFFECT UNTIL Thursday, March 31, 2022 UNLESS APPLE WITHDRAWS IT BEFORE YOU PLACE AN ORDER, BY SENDING NOTICE OF ITS INTENTION TO WITHDRAW THE QUOTE TO YOUR ADDRESS SET OUT IN THE QUOTE. o APPLE MAY MODIFY OR CANCEL ANY PROVISION OF THIS QUOTE, OR CANCEL ANY ORDER YOU PLACE PURSUANT TO THIS QUOTE, IF IT CONTAINS A TYPOGRAPHIC OR OTHER ERROR. E. THE AMOUNT OF THE VOLUME PURCHASE PROGRAM (VPP) CREDIT SHOWN ON THIS QUOTE WILL ALWAYS BEAT UNIT LIST PRICE VALUE DURING REDEMPTION ON THE VPP STORE. F. UNLESS SPECIFIED ABOVE, APPLE'S STANDARD SHIPPING IS INCLUDED IN THE TOTAL PRICE. Opportunity ID: 18000007156632 https://ecommerce.apple.com Fax: Terms & Use I Privacy Policy_ Return Policy_ Copyright © 2016 Apple Inc. All rights reserved. Document rev 10.6.1 Date of last revision -June 20th, 2016 Apple Inc. Education Price Quote Customer: Jason Power Apple Inc: Erica Daniels WESTLAKE ACADEMY 5505 W Parmer Lane Phone: 8174905750 Bldg 7 email: Jpower@westlakeacademy.org Austin, TX 78727 Phone:+1-512-6746553 email: ericadaniels@apple.com Apple Quote: 2210966228 Quote Date: Tuesday, March 01, 2022 Quote Valid Until: Thursday, March 31, 2022 Quote Comments: Please reference Apple Quote number on your Purchase Order. State of Texas (DIR) State Contract Number: DIR-TSO-3789 Product Description Qty Unit Discount Unit Extended Discounted List Price per Unit Discounted Price Price 1 13-inch MacBook Air: Apple M1 ?4 $5,140.00 $0.00 $1,028.00 $123,360.00 chip with 8-core CPU and 7-core GPU, 256GB - Space Gray with 3- Year AppleCare+ for Schools (Packaged in a 5-pack) (No Service Fee) Part Number BSG32LL/A 13-inch MacBook Air: Apple M1 chip with 8-core CPU and 7-core GPU, 256GB - Space Gray (Packaged in a 5-pack) Part Number: MGNG3LL/A Quantity: 120 3-Year AppleCare+ for Schools - MacBook Air (no service fees) Part Number: 58244LL/A Quantity: 120 2 Jamf Pro macOS (EDU) 120 $36.00 $0.00 $36.00 $4,320.00 Subscription License (3 Year) ( > 10K licenses ) Part Number HLX22LL/A 3 APS CUSTOM MAC DEPLOY 120 $28.00 $2.80 $25.20 $3,024.00 OFFSITE SVCS-USA Part Number D6156LL/A 4 Apple TV 4K 32GB 75 $179.00 $0.00 $179.00 $13,425.00 Part Number MXGY2LL/A 5 Jamf Pro iOS/tvOS (EDU) Subscription License (3 Year) ( > 10K licenses ) Part Number HLX02LL/A 6 APS CUSTOM APPLETV DEPLOY OFF SVCS-USA Part Number D7635LL/A 75 $18.00 $0.00 $18.00 $1,350.00 75 $21.50 $2.15 $19.35 $1,451.25 Extended EDU List Price Total $147,427.50 Total Discount $497.25 Extended Discounted Price Subtotal $146,930.25 - Additional Tax $0.00 - Estimated Tax $0.00 Extended Discounted Total Price* $146,930.25 *In most cases Extended discounted Total price does not include Sales Tax *If applicable, eWaste/Recycling Fees are included. Standard shipping is complimentary Complete your order by one of the following: • This document has been created for you as Apple Quote ID 2210966228. Please contact your institution's Authorized Purchaser to submit the above quote online. For account access or new account registration, go to https://ecommerce.apple.com. Simply go to the Quote area of your Apple Education Online Store, click on it and convert to an order. o For registration assistance, call 1.800.800.2775 • If you are unable to submit your order online, please send a copy of this Quote with your Purchase Order via email to institutionorders@apple.com. Be sure to reference the Apple Quote number on the PO to ensure expedited processing of your order. o For more information, go to provision C below, for details. THIS IS A QUOTE FOR THE SALE OF PRODUCTS OR SERVICES. YOUR USE OF THIS QUOTE IS SUBJECT TO THE FOLLOWING PROVISIONS WHICH CAN CHANGE ON SUBSEQUENT QUOTES: A. A. ANY ORDER THAT YOU PLACE IN RESPONSE TO THIS QUOTE WILL BE GOVERNED BY (1) ANY CONTRACT IN EFFECT BETWEEN APPLE INC. ("APPLE") AND YOU AT THE TIME YOU PLACE THE ORDER OR (2), IF YOU DO NOT HAVE A CONTRACT IN EFFECT WITH APPLE, CONTACT g�ontractsna apple.com. B. B. ALL SALES ARE FINAL. PLEASE REVIEW RETURN POLICY BELOW IF YOU HAVE ANY QUESTIONS. IF YOU USE YOUR INSTITUTION'S PURCHASE ORDER FORM TO PLACE AN ORDER IN RESPONSE TO THIS QUOTE, APPLE REJECTS ANY TERMS SET OUT ON THE PURCHASE ORDER THAT ARE INCONSISTENT WITH OR IN ADDITION TO THE TERMS OF YOUR AGREEMENT WITH APPLE. C. C. YOUR ORDER MUST REFER SPECIFICALLY TO THIS QUOTE AND IS SUBJECT TO APPLE'S ACCEPTANCE. ALL FORMAL PURCHASE ORDERS SUBMITTED BY EMAIL MUST SHOW THE INFORMATION BELOW: • APPLE INC. AS THE VENDOR • BILL -TO NAME AND ADDRESS FOR YOUR APPLE ACCOUNT • PHYSICAL SHIP -TO NAME AND ADDRESS (NO PO BOXES) • PURCHASE ORDER NUMBER • VALID SIGNATURE OF AN AUTHORIZED PURCHASER • APPLE PART NUMBER AND/OR DESCRIPTION OF PRODUCT AND QUANTITY • TOTAL DOLLAR AMOUNT AUTHORIZED OR UNIT PRICE AND EXTENDED PRICE ON ALL LINE ITEMS o CONTACT INFORMATION: NAME, PHONE NUMBER AND EMAIL D. UNLESS THIS QUOTE SPECIFIES OTHERWISE, IT REMAINS IN EFFECT UNTIL Thursday, March 31, 2022 UNLESS APPLE WITHDRAWS IT BEFORE YOU PLACE AN ORDER, BY SENDING NOTICE OF ITS INTENTION TO WITHDRAW THE QUOTE TO YOUR ADDRESS SET OUT IN THE QUOTE. o APPLE MAY MODIFY OR CANCEL ANY PROVISION OF THIS QUOTE, OR CANCEL ANY ORDER YOU PLACE PURSUANT TO THIS QUOTE, IF IT CONTAINS A TYPOGRAPHIC OR OTHER ERROR. E. THE AMOUNT OF THE VOLUME PURCHASE PROGRAM (VPP) CREDIT SHOWN ON THIS QUOTE WILL ALWAYS BEAT UNIT LIST PRICE VALUE DURING REDEMPTION ON THE VPP STORE. F. UNLESS SPECIFIED ABOVE, APPLE'S STANDARD SHIPPING IS INCLUDED IN THE TOTAL PRICE. Opportunity ID: 18000007156632 httpt://ecommerce.apple.com Fax: Terms & Use I Privacy Policy_ Return Policy_ Copyright © 2016 Apple Inc. All rights reserved. Document rev 10.6.1 Date of last revision - June 20th, 2016 C CSI LEASING the power of experience SMARTTRACK SCHEDULE NO. 2 dated as of March 30, 2022 LESSOR: CSI LEASING, INC. ORIGINAL LESSEE: WESTLAKE ACADEMY 2600 J T Ottinger Road Westlake, Texas 76262 Lessor and Lessee agree that, except as modified or superseded by this SmartTrack Schedule, all of the terms and conditions of the Master Lease Agreement No. 300907 dated April 25, 2019 between Lessor and Town of Westlake are hereby incorporated herein and made a part hereof. With respect to Equipment Schedules with Westlake Academy, the Master Lease may be referenced in Lessor's systems and communications with the letter "A" at the end ("300907A") in order to distinguish the leases entered into by Westlake Academy. Initial Term: The Initial Term is 36 months, starting on July 1, 2022 and expiring on June 30, 2025. Equipment Location: To be provided by Lessee on installation. Equipment: DESCRIPTION MONTHLY LEASE RATE The Equipment must be new and current technology.) FACTOR PER UNIT Aruba or Juniper Networking Equipment; .0256 times Unit cost Cisco IP Telephony Equipment; Large Servers, including hyperconverged infrastructure units, (Dell, IBM, HP and Lenovo, with a cost greater than $50,000 per Unit); POS Terminals Apple MacBooks .02401 times Unit cost Apple TV .02777 times Unit cost Notebook PCs and Tablets (Dell, HP, Lenovo, Samsung and Microsoft, with a cost less than $3,500 per Unit); .02574 times Unit cost Desktop PCs (Dell, HP and Lenovo, with a cost less than $2,500 per Unit); Monitors and All -In -One PCs Pure Storage; .02603 times Unit cost Disk Storage (IBM, Network Appliance and HP); Small Servers, Blade Servers (Cisco, Cisco UCS, Dell, HP, Lenovo with a cost of $2,500 to $50,000 per Unit); Cisco Networking; Networking Equipment (Riverbed, Foundry, F5 and Arista); Handheld Scanners (Zebra and Honeywell/Intermec); Video Conferencing Equipment (Cisco (Spark, Telepresence, and standalone telepresence), Polycom, Microsoft and Goo le Workstations and Desktop PCs (Dell, HP and Lenovo, with a cost of $2,500 to $50,000 per Unit); .02719 times Unit cost Notebook PCs and Tablets (Dell, HP, Lenovo, Samsung and Microsoft, with a cost of $3,500 to $50,000 per Unit); Desktop PCs and Notebooks (Panasonic, Toshiba, Acer, Asus, LG); Ruggedized PCs; Chromebooks; Disk Storage (Dell/EMC, HDS, Nimble, Oracle, and Fujitsu); Network Security/Cloud Products (Cisco, Meraki, Juniper or other approved manufacturers); Standalone Wireless Access Points Printers, Multifunction Printers, and Copiers; .02777 times Unit cost Desktop PCs and Notebooks (Fujitsu and other approved manufacturers); Thin Client PCs and Virtual PCs (Dell Wyse); Disk Storage (Nutanix, Rubrik, Lenovo and other approved manufacturers); C1oudGenix SD -WAN; Miscellaneous standalone hardware with its own serial number, e.g. scanners, testing and measurement Equipment Miscellaneous hardware without its own serial number or a relation to other Units on this Lease (e.g. Cards, .02921 times Unit cost Memory, Modems 300907-002(ka).docx Page 1 of 3 12842744 CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or 314-997-7010 Fax: 314-997-7844 www.csileasing.com ORIGINAL Installation Date: May 1, 2022 through July 1, 2022, inclusive. Total Cost of the SmartTrack Schedule: The Total Cost of the SmartTrack Schedule is not to exceed $680,000.00 6. Daily Rental: Lessee shall pay to Lessor Daily Rental equal to one -thirtieth of the Monthly Rental for each Unit of Equipment (including any additional rental for soft costs as specified in paragraph 7 below) for each day from, and including, its Commencement Date through, but not including, July 1, 2022. Daily Rental will be payable over the term of the Lease, instead of in a lump sum, and will be calculated as follows. The "lump sum" Daily Rental will be calculated on July 1, 2022, or as soon thereafter as is reasonably practicable. The Soft Cost Factor (defined in paragraph 7 below) will be multiplied by the "lump sum" Daily Rental and the result will be the monthly payment for Daily Rental. The resulting monthly payment amount shall then be assigned to Units of Equipment and will be treated as additional rental for the lease of the Equipment. 7. Software License Fees and Other Costs: The Soft Cost Factor is .02921. The total amount of software license fees and other costs will not exceed 15% of the Total Cost of the SmartTrack Schedule, without Lessor's prior written consent. 8. Interest Rate Contingency: The Lease Rate and Soft Cost Factors (the "Rate Factors") specified herein are based upon a three-year year interest rate swap of 1.77% which was published on March 8, 2022. Lessor intends to obtain a fixed-rate, non - recourse loan, using only the Equipment and the Lease as collateral (the "Loan"). If, at the time the Loan is closed, the three year interest rate swap set forth in the Intercontinental Exchange Report Center, htips://www.theice.com/marketdata/reports/180, Series/Run USD Rates 1100 exceeds 1.77%, then the Rate Factors shall be increased by .0001 for each 25 basis points by which the then current three year interest rate swap exceeds 1.77%. (If the three year interest rate swap is not reported on the Intercontinental Exchange Report Center, Lessor will use the three year interest rate swap set forth in Barchart, https://www.barchart.com/economy/interest-rates. If a three year interest rate swap is not set forth in Barchart, the three year interest rate swap will be determined by interpolating between the rate swaps for the two tenors set forth in Barchart that are immediately longer and shorter than a three year tenor.) 9. Extension Ootion: Provided that Lessee is not then in default under the Lease, at the expiration of the Initial Term and upon no less than 90 days prior written notice to Lessor, Lessee shall have a one-time option to extend the Lease for a mutually agreed upon term, with respect to all or part of the Equipment, at the then current fair market rental rate. Lessee shall state in its notice what units of Equipment it will extend. The provisions of paragraph 1 above control with respect to the units not listed in Lessee's notice. In the event Lessor and Lessee cannot agree on the fair market rental rate, then such rate shall equal the average of three appraisals obtained from three members of the Association of Service and Computer Dealers International, one member to be chosen by Lessor, the second member to be chosen by Lessee, and the third member to be chosen by the first two members. If Lessee fails to exercise this option, then the provisions of paragraph 1 above control. 10. Early Termination: Provided that Lessee is not in default under the Lease, Lessee shall have the option, exercisable by written notice given at least 90 days in advance, to terminate the Lease as to all, but not less than all, of the Equipment pursuant to the following conditions: 10.1 At least twelve months of the Initial Term shall have elapsed; 10.2 Any such termination shall be effective on the last day of a month ("Early Termination Date") and Lessee's notice shall specify the Early Termination Date; 10.3 Lessee shall pay to Lessor on the Early Termination Date an amount equal to the present value of the remaining rental payments due under the Initial Term, discounted at the lower of the following interest rates: (i) the rate at which Lessor has non - recourse financing for the Lease, or (ii) an interest rate equal to the yield to maturity of the "Applicable Treasury Bond Obligation" as hereinafter defined. The "Applicable Treasury Bond Obligation" shall mean that debt obligation of the U.S. Treasury having a maturity date nearest in time to the last day of the Initial Term and the maturity date and yield to maturity of such "Applicable Treasury Bond Obligation" shall be determined on the basis of quotations published in the Wall Street Journal on the Early Termination Date. 300907-002(ka).docx Page 2 of 3 12842744 CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or314-997-7010 Fax: 314-997-7844 www.csileasing.com ORIGINAL 11. Technological Upgrade: If Lessee is not in default under the Lease at such time as Lessee desires to upgrade the Equipment, Lessee may notify Lessor of its desire to upgrade the Equipment with technologically more advanced equipment ("Upgrade Equipment"). In the event Lessor receives such notice, it agrees to negotiate in good faith to enter into a new lease or leases for the Upgrade Equipment upon mutually agreeable terms and conditions, and to terminate the rental obligations of the Equipment upon the Commencement Date of the lease or leases for the Upgrade Equipment, provided that the termination of rental obligations shall not be effective unless the Secured Party and Assignee, if any, gives its written consent thereto. Lessee understands, however, that a breach by Lessor under this paragraph shall in no way release the Lessee from or affect the Lessee's obligations to continue making rental payments to any Secured Party or Assignee. 12. Personal Property Tax: Pursuant to Section 6 of the Master Lease, Lessee is liable for all Impositions, including but not limited to personal property tax assessed on the Equipment. Lessee will reimburse Lessor for any Impositions paid by Lessor under this Lease. 13. EPC Services: If requested by Lessee, Lessor's subsidiary, Executive Personal Computers, Inc. ("EPC") will perform certain services for the Apple iPads leased hereunder. EPC's charge for such services will be treated as a soft cost under this Lease. 14. Essential Use: Lessee confirms and affirms that the Equipment leased hereunder is essential to the governmental functions of Westlake Academy. The Equipment will be used by Lessee for the purpose of performing one or more of Lessee's governmental functions consistent with the permissible scope of Lessee's authority and not in any trade or business carried on by any person other than Lessee. Lessee shall provide an Essential Use/Source of Funds letter in a form and substance acceptable to Lessor. 15. Opinion of Counsel: Lessor's performance hereunder is conditioned on receipt of an opinion of counsel for Lessee in a form and substance acceptable to Lessor. 16. Financing Statement: A photocopy of this SmartTrack Schedule, and any exhibits or addenda hereto, may be filed as a precautionary Uniform Commercial Code Financing Statement to evidence Lessor's interest in the Equipment. AT LESSOR'S OPTION, THIS SMARTTRACK SCHEDULE SHALL NOT BE EFFECTIVE UNLESS SIGNED BY LESSEE AND RETURNED TO LESSOR ON OR BEFORE APRIL 6, 2022. CSI Leasing, Inc. Westlake Academy Signature: Printed Name: Title: Date: CBB/DALL 300907-002(ka).docx Page 3 of 3 12842744 Signature: Printed Name: Title: Date: CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or 314-997-7010 Fax: 314-997-7844 www.csileasing.com C CSI LEASING the power of experience SMARTTRACK SCHEDULE NO. 2 dated as of March 30, 2022 LESSOR: CSI LEASING, INC. NON -ORIGINAL No security interest in an Equipment Schedule may be created or perfected by possession of this copy. LESSEE: WESTLAKE ACADEMY 2600 J T Ottinger Road Westlake, Texas 76262 Lessor and Lessee agree that, except as modified or superseded by this SmartTrack Schedule, all of the terms and conditions of the Master Lease Agreement No. 300907 dated April 25, 2019 between Lessor and Town of Westlake are hereby incorporated herein and made a part hereof. With respect to Equipment Schedules with Westlake Academy, the Master Lease may be referenced in Lessor's systems and communications with the letter "A" at the end ("300907A") in order to distinguish the leases entered into by Westlake Academy. Initial Term: The Initial Term is 36 months, starting on July 1, 2022 and expiring on June 30, 2025. Equipment Location: To be provided by Lessee on installation. Equipment: DESCRIPTION MONTHLY LEASE RATE The Equipment must be new and current technology.) FACTOR PER UNIT Aruba or Juniper Networking Equipment; .0256 times Unit cost Cisco IP Telephony Equipment; Large Servers, including hyperconverged infrastructure units, (Dell, IBM, HP and Lenovo, with a cost greater than $50,000 per Unit); POS Terminals Apple MacBooks .02401 times Unit cost Apple TV .02777 times Unit cost Notebook PCs and Tablets (Dell, HP, Lenovo, Samsung and Microsoft, with a cost less than $3,500 per Unit); .02574 times Unit cost Desktop PCs (Dell, HP and Lenovo, with a cost less than $2,500 per Unit); Monitors and All -In -One PCs Pure Storage; .02603 times Unit cost Disk Storage (IBM, Network Appliance and HP); Small Servers, Blade Servers (Cisco, Cisco UCS, Dell, HP, Lenovo with a cost of $2,500 to $50,000 per Unit); Cisco Networking; Networking Equipment (Riverbed, Foundry, F5 and Arista); Handheld Scanners (Zebra and Honeywell/Intermec); Video Conferencing Equipment (Cisco (Spark, Telepresence, and standalone telepresence), Polycom, Microsoft and Goo le Workstations and Desktop PCs (Dell, HP and Lenovo, with a cost of $2,500 to $50,000 per Unit); .02719 times Unit cost Notebook PCs and Tablets (Dell, HP, Lenovo, Samsung and Microsoft, with a cost of $3,500 to $50,000 per Unit); Desktop PCs and Notebooks (Panasonic, Toshiba, Acer, Asus, LG); Ruggedized PCs; Chromebooks; Disk Storage (Dell/EMC, HDS, Nimble, Oracle, and Fujitsu); Network Security/Cloud Products (Cisco, Meraki, Juniper or other approved manufacturers); Standalone Wireless Access Points Printers, Multifunction Printers, and Copiers; .02777 times Unit cost Desktop PCs and Notebooks (Fujitsu and other approved manufacturers); Thin Client PCs and Virtual PCs (Dell Wyse); Disk Storage (Nutanix, Rubrik, Lenovo and other approved manufacturers); C1oudGenix SD -WAN; Miscellaneous standalone hardware with its own serial number, e.g. scanners, testing and measurement Equipment Miscellaneous hardware without its own serial number or a relation to other Units on this Lease (e.g. Cards, .02921 times Unit cost Memory, Modems 300907-002(ka).docx Page 1 of 3 12842744 CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or 314-997-7010 Fax: 314-997-7844 www.csileasing.com NON -ORIGINAL No security interest in an Equipment Schedule may be created or perfected by possession of this copy. Installation Date: May 1, 2022 through July 1, 2022, inclusive. Total Cost of the SmartTrack Schedule: The Total Cost of the SmartTrack Schedule is not to exceed $680,000.00 6. Daily Rental: Lessee shall pay to Lessor Daily Rental equal to one -thirtieth of the Monthly Rental for each Unit of Equipment (including any additional rental for soft costs as specified in paragraph 7 below) for each day from, and including, its Commencement Date through, but not including, July 1, 2022. Daily Rental will be payable over the term of the Lease, instead of in a lump sum, and will be calculated as follows. The "lump sum" Daily Rental will be calculated on July 1, 2022, or as soon thereafter as is reasonably practicable. The Soft Cost Factor (defined in paragraph 7 below) will be multiplied by the "lump sum" Daily Rental and the result will be the monthly payment for Daily Rental. The resulting monthly payment amount shall then be assigned to Units of Equipment and will be treated as additional rental for the lease of the Equipment. 7. Software License Fees and Other Costs: The Soft Cost Factor is .02921. The total amount of software license fees and other costs will not exceed 15% of the Total Cost of the SmartTrack Schedule, without Lessor's prior written consent. 8. Interest Rate Contingency: The Lease Rate and Soft Cost Factors (the "Rate Factors") specified herein are based upon a three-year year interest rate swap of 1.77% which was published on March 8, 2022. Lessor intends to obtain a fixed-rate, non - recourse loan, using only the Equipment and the Lease as collateral (the "Loan"). If, at the time the Loan is closed, the three year interest rate swap set forth in the Intercontinental Exchange Report Center, https://www.theice.com/marketdata/reports/180, Series/Run USD Rates 1100 exceeds 1.77%, then the Rate Factors shall be increased by .0001 for each 25 basis points by which the then current three year interest rate swap exceeds 1.77%. (If the three year interest rate swap is not reported on the Intercontinental Exchange Report Center, Lessor will use the three year interest rate swap set forth in Barchart, https://www.barchart.com/economy/interest-rates. If a three year interest rate swap is not set forth in Barchart, the three year interest rate swap will be determined by interpolating between the rate swaps for the two tenors set forth in Barchart that are immediately longer and shorter than a three year tenor.) 9. Extension Ootion: Provided that Lessee is not then in default under the Lease, at the expiration of the Initial Term and upon no less than 90 days prior written notice to Lessor, Lessee shall have a one-time option to extend the Lease for a mutually agreed upon term, with respect to all or part of the Equipment, at the then current fair market rental rate. Lessee shall state in its notice what units of Equipment it will extend. The provisions of paragraph 1 above control with respect to the units not listed in Lessee's notice. In the event Lessor and Lessee cannot agree on the fair market rental rate, then such rate shall equal the average of three appraisals obtained from three members of the Association of Service and Computer Dealers International, one member to be chosen by Lessor, the second member to be chosen by Lessee, and the third member to be chosen by the first two members. If Lessee fails to exercise this option, then the provisions of paragraph 1 above control. 10. Early Termination: Provided that Lessee is not in default under the Lease, Lessee shall have the option, exercisable by written notice given at least 90 days in advance, to terminate the Lease as to all, but not less than all, of the Equipment pursuant to the following conditions: 10.1 At least twelve months of the Initial Term shall have elapsed; 10.2 Any such termination shall be effective on the last day of a month ("Early Termination Date") and Lessee's notice shall specify the Early Termination Date; 10.3 Lessee shall pay to Lessor on the Early Termination Date an amount equal to the present value of the remaining rental payments due under the Initial Term, discounted at the lower of the following interest rates: (i) the rate at which Lessor has non - recourse financing for the Lease, or (ii) an interest rate equal to the yield to maturity of the "Applicable Treasury Bond Obligation" as hereinafter defined. The "Applicable Treasury Bond Obligation" shall mean that debt obligation of the U.S. Treasury having a maturity date nearest in time to the last day of the Initial Term and the maturity date and yield to maturity of such "Applicable Treasury Bond Obligation" shall be determined on the basis of quotations published in the Wall Street Journal on the Early Termination Date. 300907-002(ka).docx Page 2 of 3 12842744 CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or 314-997-7010 Fax: 314-997-7844 www.csileasing.com NON -ORIGINAL No security interest in an Equipment Schedule may be created or perfected by possession of this copy. 11. Technological Upgrade: If Lessee is not in default under the Lease at such time as Lessee desires to upgrade the Equipment, Lessee may notify Lessor of its desire to upgrade the Equipment with technologically more advanced equipment ("Upgrade Equipment"). In the event Lessor receives such notice, it agrees to negotiate in good faith to enter into a new lease or leases for the Upgrade Equipment upon mutually agreeable terms and conditions, and to terminate the rental obligations of the Equipment upon the Commencement Date of the lease or leases for the Upgrade Equipment, provided that the termination of rental obligations shall not be effective unless the Secured Party and Assignee, if any, gives its written consent thereto. Lessee understands, however, that a breach by Lessor under this paragraph shall in no way release the Lessee from or affect the Lessee's obligations to continue making rental payments to any Secured Party or Assignee. 12. Personal Property Tax: Pursuant to Section 6 of the Master Lease, Lessee is liable for all Impositions, including but not limited to personal property tax assessed on the Equipment. Lessee will reimburse Lessor for any Impositions paid by Lessor under this Lease. 13. EPC Services: If requested by Lessee, Lessor's subsidiary, Executive Personal Computers, Inc. ("EPC") will perform certain services for the Apple iPads leased hereunder. EPC's charge for such services will be treated as a soft cost under this Lease. 14. Essential Use: Lessee confirms and affirms that the Equipment leased hereunder is essential to the governmental functions of Westlake Academy. The Equipment will be used by Lessee for the purpose of performing one or more of Lessee's governmental functions consistent with the permissible scope of Lessee's authority and not in any trade or business carried on by any person other than Lessee. Lessee shall provide an Essential Use/Source of Funds letter in a form and substance acceptable to Lessor. 15. Opinion of Counsel: Lessor's performance hereunder is conditioned on receipt of an opinion of counsel for Lessee in a form and substance acceptable to Lessor. 16. Financing Statement: A photocopy of this SmartTrack Schedule, and any exhibits or addenda hereto, may be filed as a precautionary Uniform Commercial Code Financing Statement to evidence Lessor's interest in the Equipment. AT LESSOR'S OPTION, THIS SMARTTRACK SCHEDULE SHALL NOT BE EFFECTIVE UNLESS SIGNED BY LESSEE AND RETURNED TO LESSOR ON OR BEFORE APRIL 6, 2022. CSI Leasing, Inc. Westlake Academy Signature: Printed Name: Title: Date: CBB/DALL 300907-002(ka).docx Page 3 of 3 12842744 Signature: Printed Name: Title: Date: CSI LEASING, INC. 9990 Old Olive Street Road, Suite 101 Saint Louis, Missouri 63141 Tel: 1-800-955-0960 or 314-997-7010 Fax: 314-997-7844 www.csileasing.com ESSENTIAL USE/SOURCE OF FUNDS LETTER RE: SmartTrack Schedule Number 2 to Master Lease Agreement Number 300907, dated March 30, 2022 (collectively, hereinafter the "Lease") by and between CSI LEASING, INC. ("Lessor") and WESTLAKE ACADEMY ("Lessee") Ladies and Gentlemen: This letter confirms and affirms that the Equipment described in the Lease is essential to the function of the undersigned or to the service we provide to our citizens. Further, we have an immediate need for, and expect to make immediate use of, substantially all such Equipment, which need is not temporary or expected to diminish in the foreseeable future. Such Equipment will be used by us only for the purpose of performing one or more of our governmental or proprietary functions consistent with the permissible scope of our authority. Specifically, such Equipment was selected by us to be used as follows (please include any specific department that may be its primary user): Is the equipment replacement, upgrade, additional or new to the department? If replacement, how old is the existing equipment? The estimated useful life of such Equipment based upon manufacturer's representations and our projected needs is years. Our source of funds for payments of the rent due under the Lease for the current fiscal year is We expect and anticipate adequate funds to be available for all future payments of rent due after the current fiscal year for the following reasons: Have you or do you intend to issue more than $10 million in tax-exempt debt during the current year? Are you self insured [Yes/No] If "Yes" please provide details of your self-insurance program including a copy of the authorizing statute. LESSEE: Westlake Academy By: X Name: Title: Date: FEIN: 300907-002 Essen(ka).docx FORM OF OPINION OF LESSEE'S COUNSEL (To be prepared on letterhead of Lessee's counsel) , 20 CSI Leasing, Inc. 9990 Old Olive Street Road, Suite 101 St. Louis, Missouri 63141 (314)997-7010 Gentlemen: As counsel for Westlake Academy ("Lessee"), we have examined a duly executed original of Equipment Schedule No. 2 to Master Lease Agreement No. 300907 (the "Agreement"), between Lessee and CSI Leasing, Inc. ("Lessor"), and the proceedings taken by Lessee to authorize and execute the Agreement (the "Approval"). Based upon such examination of law and facts as we have deemed necessary or appropriate for purposes of the opinions set forth below, we are of the opinion that: 1. Lessee is a duly created and validly existing state or fully constituted political subdivision or agency of the State of Texas and has the power and authority to enter into the Agreement and carry out the terms thereof. 2. The Agreement has been duly authorized, executed and delivered by Lessee pursuant to Constitutional, statutory and/or home rule provision and the Approval. 3. The Agreement is a legal, valid and binding obligation of Lessee, enforceable against Lessee in accordance with its terms. In the event Lessor obtains a judgment against Lessee in money damages as a result of an event of default under the Agreement, Lessee will be obligated to pay such judgment. 4. Lessee's name indicated above is its true, correct, and complete legal name. 5. Any applicable public bidding requirements have been met. 6. There are no pending actions or proceedings to which Lessee is a party, and there are no other pending or threatened actions or proceedings of which Lessee has knowledge, before any public body, court, arbitrator or administrative agency, which, either individually or in the aggregate, would materially adversely affect the transactions completed by the Agreement or the ability of Lessee to perform its obligations under the Agreement, or question the validity of the Approval. Further, Lessee is not in default under any material obligation for the payment of borrowed money, for the deferred purchase price of property or for the payment of any rent under any lease agreement which, either individually or in the aggregate, would have the same such effect. 7. The signatures of the officers of Lessee which appear on the Agreement are true and genuine, we know said officers and know them to hold the offices set forth below their names, and they have been duly authorized by the Approval to execute and deliver the Agreement. 8. The Equipment leased pursuant to the Agreement constitutes personal property and when subjected to use by Lessee will not be or become fixtures under applicable law. 9. The Agreement is in full conformity with all laws relating to usury applicable thereto. 10. The Uniform Commercial Code, as adopted in Texas, will govern the method of perfecting Lessor's security interest in the Equipment This opinion is for the sole benefit of, and may be relied upon by, you and any assignee of Lessor under the Agreement, provided that we understand and agree that this opinion may be relied upon by special tax counsel if one is retained to render an opinion as to the exemption from federal income taxation of the interest component of payments to be made by Lessee pursuant to the Agreement. Sincerely yours, 300907-002 Opinion(ka).docx Town Council/Board of Trustees Item # 6 — Reports WORKSHOP ITEM 6. REPORTS: Reports are prepared for informational purposes and will be accepted as presented. (there will be no presentations associated with the report items) there will be no separate discussion unless a Town Council member requests that report be removed and considered separately. a. No reports have been scheduled for this meeting. Town Council/Board of Trustees Item # 7 — Discussion 7. DISCUSSION REGARDING A COST RECOVERY AND FISCAL IMPACT TOOL TO BE UTILIZED FOR THE REVIEW OF PROPOSED DEVELOPMENT REQUESTS. 4 T H E T 0 W N O F WESTLAKE DISTINCTIVE BY DESIGN TOWN COUNCIL AGENDA ITEM Workshop - Discussion Item Monday, March 28, 2022 TOPIC: Update and discussion regarding a Cost Recovery and Fiscal Impact Tool to be utilizied for the review of proposed development requests STAFF: Ron Ruthven, Planning and Development Director STRATEGIC ALIGNMENT Vision,E I PerspectiveStrategic; Results Outcome High Quality Planning, Design & Planned / Responsible Development - We are a desirable Optimize Planning & Development Fiscal Stewardship well planned, high -quality Development community that is distinguished by Capabilities exemplary design standards. SUMMARY The purpose of this item is to provide an update to the Town Council regarding the implementation of cost recovery tool to be utilized as part of staff s analysis of new development requests. On November 30, 2020, MESA Planning provided a presentation to the Town Council regarding the tool and has since been developing the tool such that it can be utilized for new development requests. COUNCIL ACTION/OPTIONS • Provide direction to staff regarding the implementation of the cost recovery tool. STAFF RECOMMENDATION N/A FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: N/A Funding Source: General Fund Contract: No Forms: N/A Service Levels: N/A Page 1 of 2 DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: N/A. Comprehensive Plan: N/A. Cost Recovery Analysis: N/A. Traffic Impact: N/A. Page 2 of 2 Town Council/Board of Trustees Item # 8 — Presentation and Discussion 8. PRESENTATION/DISCUSSION OF WESTLAKE ACADEMY EXPANSION OF THE SAM & MARGARETE LEE ARTS AND SCIENCES CENTER. 4 T H E T 0 W N O F WESTLAKE DISTINCTIVE BY DESIGN TOWN COUNCIL AGENDA ITEM Workshop - Discussion Item Monday, April 04, 2022 TOPIC: Presentation and Discussion of Westlake Academy expansion of the Sam & Margarete Lee Arts and Sciences Center. STAFF: Troy Meyer, Facilities and Public Works Director STRATEGIC ALIGNMENT Exemplary Education - Westlake is Informed & Engaged Improve Technology, Citizens / Sense of People, Facilities, & an international educational leader Facilities & Community Technology where each individual's potential is Equipment maximized. SUMMARY The Westlake Academy campus opened in 2003 with 55,000 sq. ft. in three buildings on 21 acres. The Sam & Margarete Lee Arts and Sciences Center was the first expansion project completed in 2010 which added 8,500 sq. ft. with two labs, one art room, office space and meeting space. In 2011, three portable buildings (4,200 sq. ft.) with 6 classrooms were added to the campus. In 2012 Bennett Partners was hired to create a Facilities Master Plan for the Westlake Academy that would look at growth options within the 24 acres campus and off -site properties. This final plan was approved by Town Council in December 2012. In 2013, the Town Council approved the Westlake Academy Expansion Phase One of the approved master plan which included the Fieldhouse, Secondary Building, and Multi -Purpose Hall. This Phase One project was completed in 2014 and added 38,000 sq. ft. Also, in 2013 three additional portables were added to the campus totaling six portable buildings with 12 classrooms and 8,400 sq. ft. The WA Campus Facility Master Plan was discussed as to the possibility of funding an update to this Plan at the Budget Retreat with Council during preparation of the FYI 7-18 Budget. No funding was included in the FY 17-18 Budget to retain professional services to update this six - year -old plan. Further discussion was held at the Board of Trustee's May 7, 2018 workshop. At this May 7th BOT workshop, staff presented a memorandum which contained recommendations for moving forward on capital improvement planning. Page 1 of 4 Representatives from Stantec met with the Town Council at their September 24, 2018 workshop to share their thoughts on recommended steps to move our process forward as well as services they provide to clients to that end. In October of 2018, Town Council approved an agreement with Stantec to move forward with a Capital Improvement Plan that would include the following: • Define "immediate need" to identify WA capital project(s) that might be recommended to address that immediate need. • Begin to address medium and long-range projects via a process that considers medium and long-range facility planning within the context of both reviewing the existing Campus Facility Master Plan and any effort to re -visit and update that Plan. • Create an intersection and reconciliation of any identified immediate need capital project with the Campus Facility Plan, either in its current form or as it may be revised through an update process. Stantec proposed over $48M in improvements to the campus and structure parking. Due to Stantec staff turnover and lack of understanding of Town financial goals and enrollment predictions for primary boundary residents, the Stantec Master Plan recommendations were not approved. In 2019, Staff hired Bennett Partners, the original architect on the project, to provide architectural services to complete a facility analysis of the WA Campus which include the following: • Space utilization in all buildings • Future building and sports field locations • Arts & Sciences Center Expansion • Parking At the June 2021 Town Council retreat, Bennet Partners and Town Staff presented on in depth analysis of the following: • Growth of Westlake Academy • Facility Analysis by Bennett Partners • Two options for the A&S Expansion • Cost summary- two options for the A& S expansion, three story Secondary School and PYP addition • Data Review for enrollment by neighborhood and Primary and Secondary Programmers at the Academy • A brief Vision/Mission review and a presentation on the tenants of an IB Education At the February 28, 2022, Town Council meeting the staff presented the following options: • Facility capacity analysis • Options to add to existing buildings • Options to remove and/or replace older portables with classrooms, storage, and flex space • Arts & Sciences expansion and the potential impact on portable buildings • Enrollment numbers for students Sports Package Page 2 of 4 • Updating the gym and fieldhouse • Updating sports fields • Funded by donor Funding sources for these projects include the following: • WA capital improvement fund • A&S restricted fund • Opportunity for the Westlake Academy Foundation to create a capital campaign • Private donors • Bond issuance that would require voter approval Town Council direction from the February 28, 2022, included the following which will be presented at April 4, 2022 Council meeting: • Building cost estimate and renderings for a three-story addition to the Arts & Sciences building • Building cost estimate and renderings for a two-story addition with a total of 10 general use classrooms, two arts, three science labs and administration offices to the Arts & Sciences building • Move forward with the remodeling of the gym and fieldhouse project 100% funded by the Colby Family • Resolution to accept the Colby Family phase I donation of $500,000 to be used exclusively for the Westlake Academy sports facilities improvement. Phase one cost estimate and renderings will be presented at the April 4, 2022 Town Council meeting. COUNCIL ACTION/OPTIONS • Discussion and direction to Staff on which building options to move to the next steps o Program o Fund analysis STAFF RECOMMENDATION Staff recommends the two-story A&S expansion with the 10 general use classrooms two arts, three science labs and administration offices to the Arts & Science building funded from the WA capital improvement fund and the A&S restricted funds. In addition, Staff would recommend that we partner with the WA Foundation Board to discuss opportunities for a capital campaign to raise funds for the project. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: N/A Funding Source: Contributions/Grants Contract: No Forms: N/A Service Levels: DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Town of Westlake: N/A. Page 3 of 4 Comprehensive Plan: N/A. Cost Recovery Analysis: N/A. Traffic Impact: N/A. ATTACHMENTS Page 4 of 4 Town Council/Board of Trustees Item # 9 — Presentation and Discussion 9. PRESENTATION AND DISCUSSION OF FRENCH LANGUAGE IMMERSION TRIP TO CANADA. BOARD OF TRUSTEES AGENDA ITEM Regular Meeting - Discussion Item Monday, April 04, 2022 TOPIC: Presentation and Discussion of French Language Immersion Trip to Canada STAFF: Dr. Mechelle Bryson, Executive Director STRATEGIC ALIGNMENT Academic Excellence Academic MYP / DP Optimize Student Operations Potential SUMMARY The world in which our students work, live and post require them to effectively communicate with others around the world, to partner with them to collectively solve problems and to execute these solutions in a way that demonstrates intercultural understanding and consideration of different perspectives. In preparing our students for success in developing these skills, the International Baccalaureate Organization has placed international mindedness as the cornerstone of the IBO mission. Over the past eight years, the Academy has placed an increased emphasis on strengthening the international mindedness of our students by creating partnerships with international schools and providing Academy students language immersion learning experiences. Currently, we do not have language immersion learning experiences for Westlake Academy's French learning students. Page 1 of 2 Prior to COVID, the Academy Administrative team in collaboration with the Academy's French Teachers presented and requested approval for a trip to Quebec, Canada. This was approved by the Board of Trustees. In accordance with Westlake Academy board policy 6.02, Board Parameters for School Sanctioned Trips, "all international trips must adhere to all Westlake Academy Board Policies and administrative procedures for school sanctioned trips. These school sanctioned trips may be offered at various times throughout the year upon the recommendation of the Executive Director and approval by the Board of Trustees". The purpose of this presentation and discussion is to determine the comfort level of the Board of Trustees in resuming international travel at the Academy. Our French Teachers are interested in planning an international French immersion experience for students to travel to Quebec for Carnaval 2023. COUNCIL ACTION/OPTIONS Board of Trustee action options are to give their support of Academy students resuming international travel or to delay support. STAFF RECOMMENDATION The Academy is seeking support of resuming international student travel. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: $6,000 Funding Source: N/A Contract: No Forms: N/A Service Levels: N/A DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: N/A Comprehensive Plan: N/A Cost Recovery Analysis: N/A Traffic Impact: N/A ATTACHMENTS None Page 2 of 2 Town Council/Board of Trustees Item # 10 — Presentation and Discussion 10. PRESENTATION AND DISCUSSION OF INTERNATIONAL CULTURAL AND LANGUAGE IMMERSION PROGRAMS. BOARD OF TRUSTEES AGENDA ITEM Regular Meeting - Discussion Item Monday, April 04, 2022 TOPIC: Presentation and Discussion of International Cultural and Language Immersion Experiences STAFF: Dr. Mechelle Bryson, Executive Director STRATEGIC ALIGNMENT Academic Excellence Academic MYP / DP Optimize Student Operations Potential SUMMARY One of the cornerstones of the International Baccalaureate Mission is international mindedness. As an IB World School, our goal is to create opportunities that expand our students' perspectives while extending learning beyond the classroom walls. In addition, global collaboration is a critical component in preparing our students to successfully compete in a global marketplace. Over the past eight years, the Academy has placed an increased emphasis on strengthening the international mindedness of our students by creating partnerships with international schools and organization in order to provide Academy students language immersion learning experiences. Prior to COVID, the Academy had a menu of international experiences for our students. These experiences ranged from student exchange programs with schools in Costa Rica, Mexico, and Argentina as well as with the Southlake and Fort Worth Sister Cities programs. These experiences were approved by the Board of Trustees. Page 1 of 2 In accordance with Westlake Academy board policy 6.02, Board Parameters for School Sanctioned Trips, "all international trips must adhere to all Westlake Academy Board Policies and administrative procedures for school sanctioned trips. These school sanctioned trips may be offered at various times throughout the year upon the recommendation of the Executive Director and approval by the Board of Trustees". The purpose of this presentation and discussion is to determine the comfort level of the Board of Trustees in resuming our exchange programs. As well as give an update on our current planning status with these schools and organization. COUNCIL ACTION/OPTIONS Board of Trustee action options are to give their support of Academy students resuming international travel or to delay support. STAFF RECOMMENDATION The Academy is seeking support of resuming international student travel. FISCAL/SERVICE LEVEL IMPACT TO COMMUNITY Project Cost/Funding Amount: $6,000 Funding Source: N/A Contract: No Forms: N/A Service Levels: N/A DEVELOPMENT/MOBILITY IMPACT TO COMMUNITY Westlake Academy: N/A Comprehensive Plan: N/A Cost Recovery Analysis: N/A Traffic Impact: N/A ATTACHMENTS None Page 2 of 2 Town Council Item# 11 — Executive Session The Town Council will conduct a closed session pursuant to Texas Government Code annotated, Chapter 551, Subchapter D for the following: a. Section 551.071(2) — Consultation with Attorney — to seek advice of counsel on matters in which the duty of the Town Attorney under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas clearly conflicts with Chapter 551 of the Texas Government Code - FM 1938 access for proposed Southlake development. b. Section 551.071(2) - Consultation with Attorney — to seek advice of counsel on matters of bankruptcy proceedings by the Texas Student Housing Authority. Town Council/Board of Trustees Item # 12 — Reconvene Town Council Meeting Town Council/ Board of Trustees Item # 13 — Necessary Action TAKE ANY ACTION, IF NEEDED, FROM EXECUTIVE SESSION ITEMS. Town Council/Board of Trustees Item # 14 — Recap and Staff Direction Town Council/ Board of Trustees Item # 15 — Future Agenda Items Any Town Councilmember may request at a workshop and or Town Council meeting, under "Future Agenda Item Requests", an agenda item for a future Town Council meeting. The Town Councilmember making the request will contact the Town Manager/Superintendent with the requested item and the Town Manager/Superintendent will list it on the agenda. At the meeting, the requesting Town Councilmember will explain the item, the need for Town Council discussion of the item, the item's relationship to the Town Council strategic priorities, and the amount of estimated staff time necessary to prepare for Town Council discussion. If the requesting Town Councilmember receives a second, the Town Manager/Superintendent will place the item on the Town Council agenda calendar allowing for adequate time for staff preparation on the agenda item. Future Agenda Items Scheduled: a. Historical Designations for various properties in Westlake. (Mayor Wheat 5/24/20) ➢ Scheduled for April 2022 agenda b. Social media policy as it relates to bullying. (Wheat 11/15/21) ➢ Scheduled for Fall of 2022 c. Social media education policy for K-12. (Wheat 11/15/21) ➢ Scheduled for April 2022 agenda d. Council discuss and consider extending our lease at Solana, as current market conditions make this an attractive option. (White 12/13/21) ➢ Scheduled for May 2022 agenda e. Council discuss and consider amending our Town Ordinances to establish term limits for both Mayor and Council seats. For ex. 4 year or 6 year limits. (White 12/13/21) ➢ Scheduled for April 2022 agenda £ Council discuss and consider requiring developers to post a Development/Performance Bond on large projects moving forward. (White 12/13/21). ➢ Scheduled for August 2022 agenda g. Community engagement opportunities for Town Boards and Committees. (Dasgupta 1/19/22) ➢ Scheduled for April 2022 agenda Town Council/ Board of Trustees Item # 16 — Adjournment