RESOLUTION NO. R01-026 A RESOLUTION BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, AUTHORIZING THE CITY MANAGER TO SUBMIT APPLICATIONS FOR FOUR PUBLIC WORKS PROJECTS FOR FUNDING THROUGH THE DALLAS· COUNTY MAJOR CAPITAL IMPROVEMENT THOROUGHFARE PROGRAM: WHEREAS, Dallas County Public Works has solicited nominations from cities for projects to be funded through the Dallas County Major Capital Improvement Fund Thoroughfare Program; and WHEREAS, Dallas County has created the Major Capital Improvement Fund, a "pay-as-you-go" funding mechanism for financing infrastructure improvements; and WHEREAS, with this program, approximately $15 million will be available in both FY 2004 and FY 2005, with $20 million being available annually in FY 2006 and beyond; and WHEREAS, the County is currently seeking nominations for projects to be funded for construction in FY 2005; and WHEREAS, $3.75 million will be available for funding in our District in FY 2005; and 5-1-0\ OFFICE OF THE CITY SECRl ..... . .w.-026 WHEREAS, the Town intends to nominate the following four projects: • Belt Line RoadlDallas Parkway Single Point Urban Interchange Town Share -$2,000,000 County Share -$500,000 • Southbound to Northbound U-turn on Dallas Parkway at Arapaho Road Town Share -$600,000 County Share -$150,000 • Signals Upgrade and Re-timing, Belt Line Rd. from Quorum Dr. to Marsh L8ne Town Share -$560,000 County Share -$140,000 • Keller Springs/Addison Road Intersection Town Share -$198,400 County Share -$49,600 now, therefore, BE IT RESOLVED BY THE CITY COUNCil OF THE TOWN OF ADDISON, TEXAS: THAT, the City Council does hereby, authorize the City Manager to submit applications for four public works projects for funding through the Dallas County Major Capital Improvement Thoroughfare Program. DULY PASSED BY THE CITY COUNCil OF THE TOWN OF ADDISON, TEXAS, this the 24th day of April, 2001. Mayor ATTEST: 􀁃􀀻􀁉􀁬􀁾􀁾 City Se ry \ OFFICE OF THE CITY SECRETARY R01-026 April 25, 2001 Mr. Donald L Holzwarth, P.E. Dallas County Director of Public Works 411 Elm Street, 4th Floor Dallas, TX 75202 Re: 2001 Call For Projects Dear Mr. Holzwarth: The Town of Addison is pleased to submit the following Application Infurmation for five projects, in response to your 2001 Call For Projects. Belt Line RoadlDallas Parkway Single Point Urban Interchange Southbound to Northbound U-turn on Dallas Parkway at Arapaho Road Keller Springs!Addison Road Intersection Signals Upgrade and Re-timing, Belt Line Rd. from Quorum Dr. to Marsh Lane The Town Council passed a resolution authorizing filing the applications at their meeting on April 25, 2001. A copy of the resolution will be forwarded as soon as it is signed by the Mayor. We appreciate the opportunity to submit these applications. Ifyou have any questions, please contact Jim Pierce, P.E., Assistant City Engineer at 972-450-2879. Very truly yours, Michael E. Murphy, P.E. Acting Director of Public Works Cc: Chris Terry, Assistant City Manager Jim Pierce, P .E., Assistant City Engineer AttacIunents April 12,2001 MEMORANDUM To: Chris Terry, Assistant City Manager Through: Michael Murphy, P,E., Acting Director ofPublic Works From: Jim Pierce, P ,E" Assistant City Engineer Subject: 2001 Dallas County Call For Projects DaUas County Public Works is soliciting nominations from cities for projects to be funded through the Dallas County Major Capital Improvement Fund Thoroughfare Program. In lieu of a traditional bond program, Dallas County has created the Major Capital Improvement Fund, a "pay-as-you-go" funding mechanism for financing infrastructure improvements. The County anticipates an annual caII for projects. Under this new funding mechanism, approximately $15 miIIion dollars will be available in both FY 2004 and 2005, with $20 million being available annually in FY 2006 and beyond. The County is currently seeking nominations for projects to be funded for construction in FY 2005, $3,75 million will be available for funding in our District in 2005, Applications are due at Dallas County for this caII on April 27, 2001. Each project's score is multiplied by a factor that gives credit to local cost participation. For example, if an applicant pledges a local match of 50%, the multiplier is 1.50, An 80% local match gives the project the highest multiplier possible. The Town was successful in receiving grants for two projects last year -Belt Line RoadlDallas Parkway Single Point Urban Interchange (SPUI), and Signals Upgrade and Re-Timing, Midway Road from Spring VaHey to Dooley Road, Staff has selected four projects to be submitted to the County under this program this year. Three of the four projects were submitted last year and are being resubmitted this year. The new project being submitted this year is the Keller Springs! Addison Road Intersection, AIl projects are being submitted with an 80% local share as follows: Belt Line RoadIDailas Parkway Single Point Urban Interchange Town Share -$2,000,000 County Share -$500,000 Southbound to Northbound U-turn on Dallas Parkway at Arapaho Road Town Share -$600,000 County Share -$150,000 Signals Upgrade and Re-timing, Belt Line Rd. from Quorum Dr. to Marsh Lane Town Share -$560,000 County Share -$140,000 Keller Springs/Addison Road Intersection Town Share -$198,400 County Share -$49,600 Staff recommends Council authorize the City Manager to submit applications for the projects listed above to Dallas County for their 2001 Call for Projects. RESOLUTION NO. R A RESOLUTION BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, AUTHORIZING THE CITY MANAGER TO SUBMIT APPLICATIONS FOR FOUR PUBLIC WORKS PROJECTS FOR FUNDING THROUGH THE DALLAS COUNTY MAJOR CAPITAL IMPROVEMENT THOROUGHFARE PROGRAM. WHEREAS, Dallas County Public Works has solicited nominations from cities for projects to be funded through the Dallas County Major Capital Improvement Fund Thoroughfare Program; and WHEREAS, Dallas County has created the Major Capital Improvement Fund, a "pay-as-you-go" funding mechanism for financing infrastructure improvements; and WHEREAS, with this program, approximately $15 million will be available in both FY 2004 and FY 2005 with $20 million being available annually in FY 2006 and beyond; and WHEREAS, the County is currently seeking nominations for projects to be funded for construction in FY 2005; and WHEREAS, $3.75 million will be available for funding in our District in FY 2004; and WHEREAS, the TOWN intends to nominate the following four projects: • Belt Line RoadJDallas Parkway Single Point Urban Interchange Town Share -$2,000,000 County Share -$500,000 • Southbound to Northbound U-turn on Dallas Parkway at Arapaho Road Town Share -$600,000 County Share -$150,000 • Signals Upgrade and Retiming, Belt Line Road from Quorum Drive to Marsh Lane Town Share· $560,000 County Share· $140,000 • Keller Springs Road Intersection Town Share -$198,400 County Share -$49,600 BE IT RESOLVED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS: That the City Council does hereby, authorize the City Manager to submit applications for the above four public works projects for funding through the Dallas County Major Capital Improvement Thoroughfare program. DULY PASSED BY THE CITY COUNCIL OF THE TOWN OF ADDISON, TEXAS, this the day of ,2001. Mayor ATTEST: City Secretary April 12, 2001 MEMORANDUM To: Chris Terry, Assistant City Manager Through: Michael Murphy, P.E., Acting Director ofPublic Works From: Jim Pierce, P.E., Assistant City Engineer Subject: 2001 Dallas County Call For Projects Dallas County Public Works is soliciting nominations from cities for projects to be funded through the Dallas County Major Capital Improvement Fund Thoroughfure Program. In lieu of a traditional bond program, Dallas County has created the Major Capital Improvement Fund, a "pay-as-you-go" funding mechanism for financing infrastructure improvements. The County anticipates an annual call for projects. Under this new funding mechanism, approximately $15 million dollars will be available in both FY 2004 and 2005, with $20 million being available annually in FY 2006 and beyond. The County is currently seeking nominations for projects to be funded for construction in FY 2005. $3.75 million will be avaiJable for illOding in our District in 2005. Applications are due at Dallas County for this call on April 27, 2001. Each project's score is multiplied by a factor that gives credit to local cost participation. For example, if an applicant pledges a local match of 50%, the multiplier is 1.50. An 80% local match gives the project the highest multiplier possible. The Town was successful in receiving grants for two projects last year -Belt Line RoadlDallas Parkway Single Point Urban Interchange (SPUl), and Signals Upgrade and Re-Timing, Midway Road from Spring Valley to Dooley Road. Staff has selected four projects to be submitted to the County under this program this year. Three of the four projects were submitted last year and are being resubmitted this year. The new project being submitted this year is the Keller Springs! Addison Road Intersection. All projects are being submitted with an 80% local share as follows: Belt Line RoadIDaIlas Parkway Single Point Urban Interchange Town Share -$2,000,000 County Share -$500,000 Southbound to Northbound U-turn on Dallas Parkway at Arapaho Road Town Share -$600,000 County Share -$150,000 Signals Upgrade and Re-timing, Belt Line Rd. from Quorum Dr. to Marsh Lane Town Share -$560,000 County Share -$140,000 Keller Springs! Addison Road Intersection Town Share -$198,400 County Share -$49,600 Staff recommends Council authorize the City Manager to submit applications for the projects listed above to Dallas County for their 2001 Call for Projects. STATE OF TEXAS § COUNTY OF DALLAS § MASTER AGREEMENT GOVERNING TRANSPORTATION MAJOR CAPITAL IMPROVEMENT PROJECTS THIS MASTER AGREEMENT is made by and between the City Texas, hereinafter called "CITY", and the County of Dallas, Texas, hereinafter called "COUNTY", acting by and througb its duly authorized officials, which desire to enter into an Interlocal Agreement, hereinafter called MASTER AGREEMENT, for the purpose of Transportation Improvements on roads inside Dallas County that are on the North Central Texas Council of Government's Regional Thorougbfare Plan. WITNESSETH WHEREAS, pursuant to Court Order 2000-2117, dated October 17, 2000, County Comroissioners Court approved participation in Transportation Major Capital Improvement Projects for the Program Years 2004, 2005, and a portion of2006 within the cities inside Dallas County; and WHEREAS, the approved project lists may be modified, updated or approved by the Commissioners Court on a periodic, as-needed basis; and WHEREAS, Chapter 791 ofthe Texas Government Code, as amended, provides authoriiation for local governments to enter into interlocal agreements; and NOW THEREFORE, THIS AGREEMENT, is hereby made and entered into by CITY and COUNTY for the mutual consideration stated herein: AGREEMENT Article 1 DEFINITIONS: The following definitions are incorporated into this agreement for all purposes. a) AMENDMENT shall mean a written document executed by all parties detailing changes, additions or deletions in the MASTER AGREEMENT. b) CITY shall mean the City County ofDallas, State of Texas. c) COUNTY shall mean the County ofDallas, State ofTexas. d) DIRECT PROJECT & PROGRAM COSTS shall mean those costs that can be identified specifically with a particular project or program cost objective. These costs generally include MASTER AGREEMENT -11/10/00 1 compensation of employees for the time devoted and identified specifically to the perfonnance of the project or program, cost of materials acquired, consumed or expended specifically for the purpose of the project or program; equipment changes; damage claims and other approved capital expenditures; change orders; damage claims; travel expenses incurred specifically to carry out the project including, but not limited to, design, right-of-way, road or street drainage, utility relocation and adjustment and construction. Direct Cost does not include either CITY or COUNTY general overhead. e) EFFECTIVE DATE shall mean the date of the signature of the last person necessary for this MASTER AGREEMENT to become effective. 1) INDIRECT COSTS shall mean those costs which have been incurred for cornmon or joint purposes. These costs benefit more than one cost objective and cannot be readily identified with a particular final project or program cost objective without effort disproportionate to the results achieved. g) INTERLOCAL AGREEMENTS shall mean contracts or agreements entered into between CITY and COUNTY in accordance with Texas Government Code Chapter 791 . h) LEAD AGENCY shall mean that entity responsible for project management, including, but not limited to planning, design, right-of-way acquisition, approved utility relocation or adjustment and construction. i) MASTER AGREEMENT shall mean this document including all incorporated documents, attachments, and exhibits. j) MEMORANDUM OF AGREEMENT (MOA) shall mean a written document which incorporates the results of the PREDESIGN CHARRETTE. Said MOA shall at a minimum identify the overall funding scheme, and basic scope ofthe PROJECT. k) PARCEL OR PARCELS shall mean those tracts of land and improvements located either wholly or partially thereon, identified by COUNTY, CITY or other STAKEHOLDER as required for right-of-way requirements of the PROJECT. Such Right-of-way shall include both the existing street, road, drainage or other CITY or COUNTY real property ownership ownership and all additional real property to be utilized for the PROJECT. I) PREDESIGN CHARRETTE shall mean a meeting of decision making STAKEHOLDERS and other members of the PROJECT TEAM for the purpose of entering into a MEMORANDUM OF AGREEMENT for the overall funding, alignment and scope of the PROJECT. m) PROJECT MANAGER shall mean the person appointed by the Lead Agency who is assigned the primary duty for assuring Project Team coordination and timely project delivery. There will be only one PROJECT MANAGER assigned to a PROJECT. n) PROJECT TEAM shall mean representatives from COUNTY, CITY, and other STAKEHOLDERS as may be mutually agreed upon by COUNTY, CITY and STAKEHOLDER or otherwise with responsibility for delivering the completed PROJECT. 0) PROJECT(S) shall mean the road improvements approved by the COUNTY for inclusion in the Transportation Major Capital Improvements Program approved by the Commissioners Court and approved by the CITY and/or other applicable STAKEHOLDERS. p) ROAD or STREET AMENITY shall mean PROJECT features not included in the STANDARD BASIC PROJECT DESIGN including but not limited to street pavers, colored concrete, planters, irrigation, decorative lighting, special signage, or any other feature above and beyond the MASTER AGREEMENT -11/10/00 2 STANDARD BASIC PROJECT DESIGN or any increase in capacity in excess of COUNTY determined requirements based on anticipated future traffic flow. q) RIGHT OF WAY (ROW) shall mean that real property, (either existing, or required in fee and} or easement) identified by COUNTY, CITY, or other project STAKEHOLDER as necessary for the construction of the PROJECT. Such Right-of-way shall include both the existing street, road, drainage or other CITY or COUNTY real property ownership and all additional real property to be utilized for the PROJECT. (r) STANDARD BASIC PROJECT DESIGN shall mean the standard COUNTY-approved CITY criteria for paving, bridges, drainage and appurtenances, traffic control items including pavement marking, warranted uniform signals, street light foundations, pull boxes, conduit, sidewalks, medians, storage/turn lanes, access, required structural retaining walls and standard driveways excluding ROAD OR STREET AMENITmS, or such design criteria as may be mutually agreed upon in a project specific SUPPLEMENTAL AGREEMENT. (8) SUPPLEMENTAL AGREEMENT shall mean an agreement subsequent to this document which is entered into to establish the contractual rights and responsibilities of the CITY and COUNTY as it relates to the PROJECT. (t) STAKEHOLDER shall mean any governmental or quasi-governmental entity making a financial contribution to the PROJECT. (u) TxDOT shall mean the Texas Department of Transportation. (v) UTILITIES shall mean each City Utility, public utility, common carrier, governmental or quasigovernmental facility, fiber optic facility, or other facility located within the limits ofthe Project by virtue of Texas or Federal Law or agreement between the entity and the CITY, COUNTY, or STATE OF TEXAS. (w)CITY UTILITY shall mean those owned or operated by CITY which require relocation or adjustment for the purpose of the construction ofthe PROJECT as identified by PROJECT plans. (x) UTILITY IN PUBLIC RIGHT-OF-WAY shall mean all UTILITIES located within the limits of the PROJECT by virtue of Texas or Federal Law or agreement between the entity and the CITY. (y) UTILITY IN PRIVATELY OWNED RIGHT-OF-WAY shall mean all UTILITIES, excluding CITY UTILITIES, whose facilities are located within the limits of the PROJECT by virtue ofsatisfactorily documented pre-existing real property ownership. 1&1 UTILITY BETTERMENT shall mean any increase in the capacity of any UTILITY'S Facility adjusted or relocated as a part of the PROJECT as compared to the existing Facility, or any upgrading ofthe UTILITY'S Facility above the 􀁳􀁴􀁡􀁮􀁤􀁡􀁲􀁾􀀠practices, devices or materials, specified by the UTILITY and customarily used by CITY or UTILITY on projects solely financed by CITY or UTILITY. Provided, however, that any upgrading necessary to successfully accomplish the PROJECT shall not be considered a Betterment, and further, that any increase in the capacity of the Utility Facility resulting solely from the replacement of devices or materials no longer regularly manufactured, processed or installed shall not be considered a Betterment, provided that such replacement shall be only to the standard devices or materials currently used on other projects financed solely by CITY or UTILITY. This meaning shall apply to utilities that are part of the project as well as the standard basic street components (See "STANDARD BASIC PROJECT DESIGN"). MASTER AGREEMENT -11110/00 3 Article n. PERIOD OF THE AGREEMENT This MASTER AGREEMENT becomes effective when signed by the last party whose signing makes the respective agreement fully executed (The "Effective Date''). This MASTER AGREEMENT shall be an annual agreement and shan automatically renew without further action by either party unless or until terminated as provided in Article N (Termination) or the expiration often (10) years, whichever shan first occur. Article III. AMENDMENTS This Master Agreement may be amended with the mutual consent of the CITY and COUNTY. Any amendment must be in writing and approved by the parties' respective governing bodies. ArticleN. TERMINATION, DEFAULT, TIME OF THE ESSENCE AND FORCE MAJEURE 1. TERMINATION A. This MASTER AGREEMENT may be terminated by any ofthe following conditions: (1) By expiration ofterm of the agreement. (2) By mutual written consent and agreement of COUNTY and CITY. (3) By either party, by notice in writing establishing the effective date of termination to the other party as consequence of the party being in default of the provisions of this Agreement or any SUPPLEMENTAL AGREEMENT or failure to timely provide funding, with proper allowances being made for circumstances beyond the control ofthe defaulting party. (4) By either party with ninety days written notice to the other party. B. Should either party terminate this MASTER AGREEMENT as herein provided, all existing, fully executed SUPPLEMENTAL AGREEMENT made under this MASTER AGREEMENT shall not be terminated and shall automatically incorporate all the provisions ofthis MASTER AGREEMENT. C. In the event that any SUPPLEMENTAL AGREEMENT is terminated prior to completion of the PROJECT, no additional Costs shall be incurred other than Costs due and payable at the time oftermination for services actually performed or that shall become due and payable due to such termination. The LEAD AGENCY, to the extent permitted, may terminate all project contracts, unless written notice is given by either party to the other of its intent to complete the PROJECT, and prepare a final accounting for the PROJECT. D. Ifthe PROJECT is terminated by the CITY prior to the award of any construction contract and the PROJECT is located within the CITY limits, CITY shall pay to COUNTY the full amount expended by COUNTY on the project and COUNTY shall transfer to CITY its rights and all deliverables that it may be entitled to receive under the existing professional services or other project contracts or agreements. Such amount shall be included in the final accounting for the PROJECT. Such amount shall be due and payable in full ninety MASTER AGREEMENT -11110/00 4 (90) days subsequent to the termination, or thirty days subsequent to delivery of final accounting. E. Once the construction contract has been let, with the approval of the other party, the SUPPLEMENTAL AGREEMENT for that PROJECT cannot be terminated until completion ofthe construction. F. In the event that a PROJECT is terminated either party may, upon written notice, take over the project and prosecute the work to completion by contract or otherwise at their sole cost and expense. In the event that the party completing the work is not the LEAD AGENCY, it is agreed that the PROJECT MANAGER will furnish to the completing party a listing of current records pertaining to any outstanding obligations or other records or information required by any project contract, including any Work Order, or requested in writing by completing party in either printed or electronic format or both. The LEAD AGENCY agrees to cooperate with the completing party. The LEAD AGENCY will use its best efforts to transfer to the completing party all contracts. Obligations under such contracts shall become the sole obligation of the completing party upon transfer. Completing party agrees to timely pay all future obligations under such contract as they become due and payable. Completing party hereby releases the LEAD AGENCY from any and aU liability under such assigned contracts subsequent to date of transfer, effective upon the transfer date. LEAD AGENCY shall exercise its best effurts to insure a transition of services without interruption G. Either party shall have the right to retain copies of all data, information, engineering, studies, or other items produced to the date oftermination. H. Provisions B through G will survive the termination of this MASTER AGREEMENT and any SUPPLEMENTAL AGREEMENT and shall be a continuing obligation until the transition of services, all payments made and the PROJECTS are complete. All items listed or required in this provision shall be furnished by LEAD AGENCY to completing party without additional cost or expense to completing party. 2. FORCE MAJEURE: Neither COUNTY nor CITY shall be deemed in violation of this Contract if it is prevented from performing any of its obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, fire, flood, invasion, insurrection, accident, order of court, judge or civil authority, an act of God, or any cause reasonably beyond the party's control and not attributable to its neglect. In the event of such an occurrence the time for performance of such obligations or duty shall be suspended until such time that such inability to perform, shall be removed. The party claiming the suspension shall give notice of such impediment or delay in performance to the other party within ten (10) days ofthe knowledge ofsuch occurrence. Each party shall make all reasonable effurts to mitigate the effects ofany suspension. Article V. INDEMNIFICATION COUNTY and CITY agree that both COUNTY and CITY shall each be responsible for their own negligent acts or omissions or other other tortious conduct in the course ofperformance ofthis MASTER AGREEMENT, without waiving any sovereign or goverurnental immunity available to either COUNTY or CITY under Texas law and without waiving any available defenses under Texas law. Nothing in this paragraph shall be construed to create or grant any rights, contractual or otherwise, in or to any third persons or entities. MASTER AGREEMENT -11110100 5 Article VI. NOTIFICATION A. When notice is permitted or required by this MASTER AGREEMENT, it shall be in writing and shall be presumed delivered when delivered in person or three (3) days subsequent to the date placed, postage prepaid, in the U. S. Mail, Certified or Registered, Return Receipt Requested and addressed to the parties at the following address. B. All notices and correspondence to County by City shall be mailed or delivered by hand as follows: Dallas County Public Works Donald R. Holzwarth, P.E., Director 411 Elm Street, Suite 400 Dallas, Texas 75202-3389 C. All notices and correspondence from County to City shall be mailed or delivered by hand as follows: [Title of Appropriate City Official] City, Texas D. Either party hereto may from time to time designate another and different address for receipt of notice by giving written notice ofsuch change ofaddress to the other party. Article VII. CI1Y COVENANTS AND AGREES AS FOLLOWS: A. To execute the necessary agreements for the implementation ofdesign and construction of the PROJECTS mutna1ly agreed upon and incorporated herein by SUPPLEMENTAL AGREEMENT. B. Provide City Council Resolution adopting approved preferred alignment, proposed estimated budget, and commitment to meet PROJECT funding for each milestone as specified herein or in a SUPPLEMENTAL AGREEMENT. C. CITY agrees to share the funding of each PROJECT with COUNTY on an equal share basis (50%/50%), or as otherwise agreed upon cost sharing arrangement as specified in a SUPPLEMENTAL AGREEMENT with the following exclusions: CI1Y shall bear the entire cost of: 1. CITY owned utilities relocation or adjustment such as water and sanitary sewer facilities, except utility adjustments directly attributable to storm sewer improvement conflicts; 2. ROAD or STREET AMENITIES including but not limited to street pavers, colored concrete, planters, decorative lighting, special signage, or any other feature over the STANDARD BASIC PROJECT DESIGN; MASTER AGREEMENT -11110/00 6 3. UTILITY BETTERMENTS and ROAD or STREET AMENITIES, 4. CITY PROJECT TEAM participation or project management (if the CITY has LEAD AGENCY Responsibility) Direct Costs which are not supported by a detailed hourly accounting system; 5. CITY Indirect Costs. When mutual written agreement has been reached as to PROJECT limits by COUNTY and CITY at the Predesign Charrette, City agrees to acquire right-of-way required for designated projects by voluntary dedication, the subdivision platting process and/or other legal means, to the maximum extent possible, and to ensure through the building permitting process that setback requirements are imposed to limit encroachment upon the required right of way. CITY agrees to fund ROW not acquired but reasonably expected to be. CITY also agrees to fund the removal ofimprovements that are encroachments within existing or proposed right of way areas. In the event of any proposed use of the PROJECT right-of-way that will conflict with the proposed PROJECT and CITY is unable to obtain such right-of-way as described above, CITY shall notify COUNTY of such conflict. COUNTY and CITY shall determine if the acquisition of the conflicting parcel would be in the best interest of the PROJECT. In the event that agreement is reached and the parcel is acquired such cost shall be included in the pro rated cost ofthe project in the agreed upon proportions. CITY hereby grants the COUNTY authority to enter into eminent domain proceedings within the city limits on each specific right of way alignment as approved by the CITY and COUNTY. D. To require all Utilities located within or using the present public right of way on all designated transportation projects within CITY's municipal limits to adjust and/or relocate said Utilities as required by the proposed improvement of the designated transportation Project. CITY Utilities shall be relocated or adjusted at no cost to COUNTY except as may be specifically set forth in this MASTER AGREEMENT. E. CITY agrees to be cooperative on issues relating to billboards, advertising signs, nonconforming uses, zoning and similar restrictions and to exercise its best efforts to provide variances when possible to minimize cost and delay of PROJECT. Additional PROJECT cost caused or contributed to by CITY ordinance, zoning, non-conforming use determination or other requirement shall be paid in full by CITY. F. _CITY shall require the adjustment and/or relocation ofUTILITIES to be accomplished and fina1ized, as expeditiously as possible after approval of final plans to prevent PROJECT schedule delays. Notwithstanding anything contained herein to the contrary, all UTILITIES shall be adjusted or relocated and the right-of-way clear for construction not later than thirty (30) days prior to the award of the construction contract. CITY will notify the COUNTY and other STAKEHOLDERS when utility conflicts would impact progress of the project completion. COUNTY and CITY agree to work in partnership and with all STAKEHOLDERS to solve the problem to include helping to engage elected officials in the problem resolution with the goal to prevent delays in the commencement or prosecution ofconstruction on the PROJECT. MASTER AGREEMENT -11/10/00 7 G. Where new storm drainage facilities are in conflict with CITY owned water and sanitary sewer systems, and the storm sewer design cannot be modified, after submission of an acceptable schedule ofwork and cost estimate by the CITY to the COUNTY and COUNTY approval, the actual costs of the necessary adjustment of CITY water and sewer utilities shall be pro rated at the overall percentage agreed to by CITY and COUNTY fur cost sharing. CITY shall be responsible for funding one hundred percent (100%) of any BETTERMENTS. Except as provided herein, all costs for adjustment and/or relocation of utilities in the public right of way shall be the responsibility of the Utility Owner or of the CITY UTILITY. Any PROJECT delay or other damages caused by CITY UTILITY'S failure to timely relocate or adjust the facility shall be at the entire cost of CITY. H. To provide for continuing surveillance and control of right of way to prevent the construction, placement, storage or encroachment of any signs, personal property or other appurtenances in the right ofway. In the event that the aforementioned features are allowed by CITY to encroach on necessary ROW during the duration ofthe project, CITY shall bear the entire cost ofremoval or relocation ofsaid encroachment. I. To provide to COUNTY for COUNTY'S or COUNTY'S designee use, at no cost, adequate copies of all construction standards, codes, (specifically including zoning and development codes), plats, specifications, guidelines, standards or any other pertinent information as determined by COUNTY to be required for the completion of the PROJECT. Additionally, CITY shall furnish COUNTY, at no cost, such documents as necessary to keep all items previously furnished to County current. J. Actively participate and provide authorized representation with decision making power at PREDESIGN CHARRETTE, preconstruction meeting, partnering meetings and project team meetings which are necessary to project development/completion and fiduciary relationships. K. CITY agrees to provide timely timely review of interim submittals. "Timely review" will be agreed upon during the PREDESIGN CHARRETTE as a part of the PROJECT schedule. City further agrees that ifno review notes are submitted by CITY in writing to COUNTY on a timely basis, plans are approved as submitted. L. City agrees that it will pay all additional project cost for any CITY requested discretionary change, including, but not limited to STREET AMENITIES AND UTILITY BETTERMENTS, in or addition to the design or construction of the project subsequent to the City opportunity to review the sixty five percent (65%) design plans. M. Provide at CITY's cost for the continuing maintenance of all PROJECT ROW, such as mowing, drainage, trash removal, etc., during the period between acquisition and construction. MASTERAGREEMENT-I1110/00 8 N. Subsequent to the completion of a PROJECT, that the CITY will be responsible for all future maintenance, operation and control of the PROJECT, without cost or contribution from the COUNTY. O. Bear the entire cost of design, construction and administration for landscaping, streetscaping, streetlighting, as such items are not included in the STANDARD BASIC PROJECT DESIGN and other ROAD OR STREET AMENITIES specified or requested by CITY in excess ofSTANDARD BASIC PROJECT DESIGN. P. It is the intent of this MASTER AGREEMENT that the COUNTY will be the LEAD AGENCY. In the event that the CITY and COUNTY agree in writing that CITY will manage and administer one or more PROJECTS, CITY and COUNTY will enter into a SUPPLEMENTAL AGREEMENT as to that project(s). In such instance, CITY agrees to assume all LEAD AGENCY responsibilities except as may be set forth in the SUPPLEMENTAL AGREEMENT as detennined by mutual consent. Article VIll. UTILITY IMPACTS. A. In cases where a UTILITY IS LOCATED IN A PRIVATELY OWNED RIGHT-OFWAY, and it is necessary to relocate the facility or make adjustments by reason of the widening or improvement of the designated project, the COUNTY (or CITY if acting as the LEAD AGENCy) will, after submission by utility company of right of way documentation and cost estimates acceptable to the CITY, COUNTY and other STAKEHOLDERS, assign the actual costs for the relocation and/or adjustment of said utility to the PROJECT. B. In cases where a UTILITY IN PUBLIC RIGHT-OF-WAY, excluding CITY UTILITIES, occupies any portion of the PROJECT RIGHT -OF-WA Y by Texas or Federal Law or by agreement with the CITY that allows or permits the CITY to cause the relocation of the utility for the construction of the project, the CITY shall timely require and enforce the relocation or adjustment requirement at no cost to the project. In the event that the CITY has no legal or contractual right to cause the relocation, the relocation or adjustment shall be relocated or adjusted and all cost shall be a Project Cost. CITY shall take all steps necessary to insure that such relocation or adjustment shall not conflict with or delay the PROJECT schedule. Article IX. COUNTY AGREES AS FOLLOWS: A. To provide as a PROJECT Cost preliminary engineering which will define project details, e.g., location, scope of work and specific right of way alignment for each improvement. Such preliminary engineering shall be submitted to the CITY for approval, prior to proceeding with the final design and any right ofway acquisition. B. To provide as a PROJECT Cost for the construction of transportation improvements based upon design criteria conforming to STANDARD BASIC PROJECT DESIGN in conformity with applicable CITY ordinances and standards, to the extent of Commissioners Court approved program funding. Scope of work shall include the agreed MASTERAGREEMENT-ll/lO/OO 9 upon design standards as the basis for improvement criteria. Deviations from mutually agreed upon application of CITY standards and/or design criteria shall require prior approval of CITY. Where CITY standards do not exist, TxDOT standards as of the EFFECTIVE DATE of this MASTER AGREEMENT shall be utilized unless otherwise mutually agreed by SUPPLEMENTAL AGREEMENT. C. To actively participate and provide authorized representation at PREDESIGN CHARRETTE , preconstrUction meeting, partnering meetings and project team meetings which are necessary to project development and completion and fiduciary relationships. D. To provide project management of each Project where County is LEAD AGENCY from commencement to completion of construction. CITY and COUNTY may further agree by mutual consent to redefine project management roles as beneficial to the PROJECT as defined in the MOA and SUPPLEMENTAL AGREEMENTS. E. Upon receipt of written request detailing the information requested, to provide information related to the PROJECT to CITY or CITY'S designee at no cost to the CITY. F. COUNTY agrees to provide timely review of interim submittals and hereby agrees that if no review notes are submitted by COUNTY (if CITY is filling the role as PROJECT MANAGER) in writing to CITY, plans are approved as submitted. "Timely review" will be agreed upon during the PREDESIGN CHARRETTE, as part of the project schedule. G. To submit final engineering plans for review and written approval by CITY at least thirty (30) days prior to advertising for construction. H. To provide for the acquisition, including acquisition by Eminent Domain, of the necessary additional right of way, on designated projects, in accordance with minimum standard requirements and utilizing existing public right of way to the maximum extent possible as a PROJECT cost. I. To require all contractors to secure all necessary permits required by CITY on said construction projects. J. To furnish record drawings ofconstruction plans for the permanent records of CITY within twelve (12) months upon completion and acceptance of the transportation improvement PROJECT. K. In and for Ten Dollars ($10.00) and other good and valuable consideration, including the future obligation of maintenance, operation, control and acceptance of liability therefor to transfer, by Quit Claim Deed, all PROJECT related easements acquired by COUNTY to CITY. L. In the event COUNTY and CITY agree in writing that CITY will be the LEAD AGENCY for the agreed upon PROJECT, COUNTY will reimburse CITY for agreed costs as detailed in Article XI (FUNDING) in an amount not to exceed the PROJECT cost as approved by Dallas County Commissioners Court and incorporated in the SUPPLEMENTAL AGREEMENT. All COUNTY payments shall be in accordance with COUNTY Policies and Procedures or as may be mutually agreed between the parties and incorporated in a SUPPLEMENTAL AGREEMENT. MASTER AGREEMENT -11/10/00 10 Article X. PREDESIGN CHARRETTE A. CITY and COUNTY, as specified in Articles VII and IX, respectively, will designate officials or representatives to participate in a Predesign Charrette to be conducted on a mutually agreeable date and location. At least part of this meeting will be conducted on the PROJECT site. B. Results from Predesign Charrette will identifY the general project scope and the general preferred alignment of the project, and project administration and management roles, to include the PROJECT MANAGER. Additionally, key project team participants shall be identified at the Predesign Charrette . C. At the conclusion of the Predesign Charrette a SUPPLEMENTAL AGREEMENT shall be produced which outlines the identified roles and scope for the Project. Article XI. FUNDING A. CITY and COUNTY mutually agree to proportionately fund the DIRECT PROJECT & PROGRAM costs as agreed by the parties in a SUPPLEMENTAL AGREEMENT. Unless otherwise specified in the SUPPLEMENTAL AGREEMENT, COUNTY shall bear fifty percent (50%) of the total DIRECT PROJECT & PROGRAM costs excluding the ROAD OR STREET AMENITIES, relocation or adjustment of CITY UTILITIES, UTILITY BETTERMENT, INDIRECT COST, DIRECT COST not supported by detailed hourly accounting system and other items as specified in this MASTER AGREEMENT or any SUPPLEMENTAL AGREEMENT. COUNTY shall not be responsible for any amount of funding in excess of the PROJECT not-to-exceed amount as shown in the PROJECT SUPPLEMENTAL AGREEMENT. Unless otherwise specified in the SUPPLEMENTAL AGREEMENT, CITY shall bear fifty percentage (50%) of all DIRECT PROJECT AND PROGRAM costs. In addition City agrees to fund all other City cost as provided herein, including, but not limited to, ROAD OR STREET AMENITIES, relocation or adjustment of CITY UTILlTIES, UTILITY BETTERMENT, INDIRECT COST, DIRECT COST not supported by detailed hourly accounting system and other items as specified in this MASTER AGREEMENT or any SUPPLEMENTAL AGREEMENT. B. Unless otherwise stated in a SUPPLEMENTAL AGREEMENT, AGREEMENT, the milestones for each project shall be (1) preliminary and primary design (2) right-of-way acquisition and utility relocation or adjustment and (3) construction. The LEAD AGENCY shall prepare an estimated cost Jor each milestone. Upon approval ofthe cost by the other party, each party shall fund its share of the respective milestones by placing that amount of money in an escrow account or otherwise encumber the funds to insure that the LEAD AGENCY will have sufficient funding available from current revenue for the timely payment of PROJECT milestone costs. The LEAD AGENCY may bill the other party for periodic payments for the actual amount of work completed toward the completion ofthe milestone. Upon completion ofthe milestone, the nonmanagement party will be furnished a notice that such work has been completed and the amount of funding that may be utilized to pay subsequent milestone Project cost. Notwithstanding any other term or condition contained herein or in any SUPPLEMENT AGREEMENT, neither party will be required to award any contract until written certification has been received that funding has been placed in escrow or encumbered for the payment of the non-awarding party's portion ofthe PROJECT cost. MASTER AGREEMENT-11110/00 11 C. In the event that the cost of the PROJECT shall exceed the not-to-exceed amount, CITY and COUNTY agree to either reduce the scope of construction or seek additional funding to complete the PROJECT at the agreed upon cost share percentages. At the tennination of the PROJECT, the LEAD AGENCY will do a final cost accounting of the PROJECT. In the event that the amount paid by either party exceeds its portion ofthe actual cost, the difference will be remitted to such party. In the event that additional funds are due, the LEAD AGENCY will bill the other party who agrees to pay such funds within thirty (30) days ofreceipt ofsuch billing. D. If CITY elects to manage PROJECT, COUNTY will reimburse CITY based on invoices for actual costs expended in accordance with COUNTY invoicing policy. E. Upon execution of a SUPPLEMENTAL AGREEMENT, CITY shall escrow an amount adequate for initial project costs which COUNTY may use to pay for initial professional services required for seoping, preliminary, and primary design. Article XII. NO THIRD-PARTY BENEFICIARY ENFORCEMENT. It is expressly understood and agreed that enforcement of the terms and conditions of this Agreement and all right of action relating to such enforcement shall be strictly reserved to CITY and COUNTY and nothing contained in this Agreement shall give or allow any claim or right of action whatsoever by any other person on this Agreement. It is the express intention of CITY and the COUNTY that any entity other than CITY or the COUNTY receiving services or benefits under this agreement shall be deemed an incidental beneficiary only. This Agreement is intended only to set forth the contractual right and responsibilities of the agreement parties. Article XII. RIGHT OF ENTRY The CITY agrees that COUNTY shall have the right to enter upon the PROJECT area for the time period necessary for the completion of the Project. CITY agrees to furnish such police or other CITY personnel as requested BY COUNTY for traffic control or other public safety matters at no cost to the PROJECTor COUNTY. Article XIV. LIST OF PROJECTS CITY agrees that it has been furnished with a list ofthe potential PROJECTS as approved by the Dallas County Commissioners Courts, subject to the agreement between the parties of a SUPPLEMENTAL AGREEMENT. CITY stipulates and agrees that the Commissioners Court Order approving the projects identifies the potential PROJECT location and describes the type of project in sufficient detail that the CITY is fully aware of the location and type of projects being considered. Article XV. MISCELLANEOUS GENERAL PROVISIONS A. Applicable Law. This Agreement and all matters pertinent thereto shall be construed and enforced in accordance with the laws ofthe State ofTexas and exclusive venue shall be in Dallas County, Texas. Notwithstanding anything herein to the contrary, this Agreement is MASTERAGREEMENT-llIlO/OO 12 expressly made subject to County's Sovereign Immunity, Title 5 ofTexas Civil Practice and Remedies Code, and all applicable State ofTexas and Federal laws. B. Entire Agreement. This Agreement, constitutes the entire agreement between the parties hereto and may not be modified except by an instrument in writing executed by the parties hereto as herein provided. C. Severability. Ifany provision ofthis Agreement shall be held invalid, void or unenforceable, the remaining provisions hereofshall not be affected or impaired, and such remaining provisions shall remain in full force and effect. D. DefaultlWaiverlMitigation. It is not a waiver ofdefault if the non-defaulting party fails to declare immediately a default or delays in taking any action. Pursuit ofany remedies set forth in this Agreement does not preclude pursuit ofother remedies in this Agreement or provided by law. E. Federal or State ofTens Funding. In the event that any work or part thereof is funded by State ofTexas or U. S. Goverrunent funding and and any statute, rule, regulation, grant, contract provision or other State ofTexas or U. S. Goverrunent law, rule, regulation or other provision imposes additional or greater requirement(s) than stated herein, City agrees to timely comply therewith without additional cost or expense to County. F. Headings. The titles which are used following the number ofeach paragraph are only for convenience in locating various provisions ofthis AGREEMENT and shall not be deemed to affect the interpretation or construction ofsuch provision. G. Number and Gender. Words ofany gender used in this AGREEMENT shall be held and construed to include any other gender; and words in the singular shall include the plural and vice versa, lIDless the text clearly requires otherwise. H. Counterparts. This AGREEMENT may be executed in multiple cOlIDterparts, each ofwhich shall be deemed an original, but all ofwhich shall constitute one and the same instrument. MASTER AGREEMENT -11110/00 13 The City of_____--.J. State ofTexas. has executed the Agreement pursuant to duly authorized City Council Resolution ____􀁾􀀬 Minutes,______--'Dated the The County of Dallas, State ofTexas, has executed this agreement pursuant to Commissioners Court Order Number_____and passed on the _day of___􀁾􀀮􀀠 CrrYOF________________ COUNTY OFDALLAS BY____--__􀁾􀁾􀀭􀀭􀀭􀀭􀁾__􀁾􀀠 BY__􀁾􀁾􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭 TITLE LEE JACKSON, COUNTY JUDGE ATTEST APPROVED AS TO FORM: 􀁃􀁬􀀢􀀢􀀧􀁬􀀧􀁾􀁙􀀺􀀭􀀺􀁓􀀢􀀢􀁅􀀭􀀭􀀽􀁃􀁒􀁅􀀽􀀭􀁔􀁁􀁒􀀭􀀭􀀺􀁙􀀭􀁜A:-n-O-RNE--Y John Dahill, A visoty Chief ivil Section Dallas County District Attorney MASTERAGREEMENT-l1110/00 14 _____ Dallas County--Public Works .Lajor Capital Improvement Program (Me Kick -OffMeetl.L.Lb with City ofAddison December 11, 2000 Public Works MCIP City of Addison Agenda • Overview ofMCIP • Status ofMCIP • MasterILA • Implementation and Proposed Schedule ofMCIP • Summary -Initial Identification ofLeadAgency and Project Team Public Works MCIP Status ofthe • Callfor Projects-PY 04 and PY05 • Five Phase Delivery Process -Spring 00 • City Partnering Meeting -Oct 13 • Approval ofMCIP Project by Comm. Court -Oct 17 • MCIP ILA Approval by Comm. Court -Nov 14 • Submittal ofMCIP lLA to Cities -Nov 16 • A&E Policy and Procedures Approval -Dec 00 • City Approval ofMCIP lLA -Jan 01 Public Works MCIP MasterILA • LeadAgency •Predesign Charette Meeting MEMORANDUM OFAGREEMENT (MOA) /PROJECTSPECIFICAGREEMENT ·Project Manager "I 􀀺􀁾􀀼􀁦􀀱􀀢􀀢􀀮􀀠/Public Works -MCIP Implementation and • Execution ofthe MCIP ILA by Ci • Consultant Selections -Jan 01 • Schedule Pre-design Charrette Meeting/MOA ,-Jan !Feb 01 • Project Specific Agreements -Feb/Apr 01 • Commence Preliminary Designs -Jan !May 01 Public Works MCIP -Selection of Lead -Establish Project Team -Designate Project Manager Midway Road Project #44 of Addison Dallas County Major Capital Improvement Plan N W*E S Map By: Kevin 5, Burns Chlef Cartographer Dallas County Public Wof1(s Belt Line Road Project #45 City of Addison Dallas County Major Capital Improvement Plan N W*E S Map By: Kevin $, Burns Chief Cartographer Dallas. County Public Wo\1(s Arapaho Road Project #46 City of Addison Dallas County Major Capital Improvement Plan . N W*E S Mop By: KevIn S. Bums Ollef Cartographer Dallas County Public Works Dallas Parkway Project #47 of Addison Dallas County Major Capital Improvement Plan N W*E S Dallas County Public. Wad<$ Map By: Kevin S. Burns Cl'lief Cet10grnpher Belt Line Road Project #48 of Addison Dallas County Major Capital Improvement Plan N W*E S Map By: Kevin S, Burns ChiefCartogr:apher DallllS County PubJk: Works ".-:: DEPARTMENT OF PUBLIC WORKS 411 ELM STREET, 4TH FlOOR DALLAS, TEXAS 75202 NOAH E. NEW, JR.. P.E. FINANCIAL PROGRAM MANAGER PHONE: (214) 653-7153 EMAIL: nnaw@daJlascounly.org FAX: (214) 653-6445 --'. _;"', 􀀢􀁾􀀧􀀮 􀁟􀀭􀀺􀁾􀀧􀁟􀀢􀁽􀀧􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁟􀀻􀀢􀁾 􀀮􀀺􀁾􀀺􀁟..􀁾􀀮;;"'.. _.' ."_;"_'" . _.. -.".:..,::; 􀂷􀁣􀀬􀀧􀁾􀀧􀀺􀀧􀀺􀀭􀀺􀀬􀀭􀀮 _ ........ .. -.;,;.􀀧􀁌􀀧􀀺􀁾􀀮􀀧􀁖􀀧 􀀻􀀺􀀭􀀺􀁬􀀼􀀻􀀻􀀧􀀺􀀮􀁾􀀻􀁦􀁃􀀧􀀻􀀡􀀻􀀺􀂷􀀧 •,,;.; .. :,;:£:<'_ Ci';."\ 􀀬􀀻􀀻􀀬􀀼􀀻􀁾􀀻􀀢 .. -. --.', '. , "DEPARTMENT OF PUBLIC WORKS 411 ELM STREET. 4TH FLOOR DALLAS, TEXAS 75202 JACK D. HEDGE, P.E. PHONE: (214) 653-7153 SENIOR DESIGN CIVIL ENGINEER FAX: (214) 653-6445 EMAIL: jhedgeOdallascounly.org Celi.: (214) 435-38a3 ',' '-', ':􀁾 -', 􀁾 Dallas County Capital Development Fund 􀁾 Description of Funding Sources & Programs 􀁾 Approved Project Lists 􀁾 T-21 Endorsement Projects 􀁾 Thoroughfare Partnership Projects 􀁾 Current County Thoroughfare Projects in Construction, by District 􀁾 Future Projects to be advertised for construction 􀁾􀁔􀁨􀁯􀁲􀁯􀁵􀁧􀁨􀁦􀁡􀁲􀁥 Projects 􀁾􀁃􀁍􀁁􀁑 Projects 􀁃􀁏􀁝􀁾􀁔􀁁􀁃􀁔 INFORMATION: Alberta Blair-Robinson, 214-653-7151 Don Holzwarth, 214-653-7151 PART IT: Major Capital 􀁄􀁥􀁶􀁥􀁬􀁯􀁰􀁭􀁾􀁮􀁴Fund The Major Capital Development Fund (lvICDF) is a segregated fimding source that is used"to fund large capital projects similar in nature to projects formerly funded by Dallas County through bonds. It is the key conipo1l:ent of moving the County 'away from issuing new debt and funding capital proj 􀁾􀁣􀁴􀁓 on it 􀁣􀁡􀁳􀁾 basis. . Sources of-Funding -Each; year, revenue 􀁧􀁥􀁮􀁥􀁲􀁡􀁴􀁾􀁤􀀧􀁦􀁲􀁯􀁭4.5 'ce-nts"orthe 􀁃􀁯􀁾􀁴􀁙 tax 􀁲􀁾􀁴􀁥􀁴􀁨􀁡􀁴is'not . required for debt service is transferred to the MCDF. Additionally, a portion of the $10 motor vehicle license fee surplus funds is transferred to the MCDF. The license fee funds the operations of the four Road and Bridge districts and reimburses the General Fund for transportation-related activities. After these needs are satisfied, any additional funds are transferred to the MCDF. The :ijglire below shows the general flow offunding into the MCDF. 4.5 cent $10 PROPERTY liCENSE TAX FEE ,resi al "DEBT MAJOR ROAD . GENERAL SERVICE CAPITAL DISTRICTS FUND' FUND DEVELOP. 1.2,3.4 TRANSFUND PORTATION All interest earned on monies in the Major Capital Development Fund are retained in the fund to be allocated to approved projects. In the event that a project is completed using less than the allocated amount, the remaining balance will remain in the fund to be allocated to future projects. General 􀁎􀁾􀀧􀁾􀁾􀁲􀁥 􀁾􀁴􀁐􀁾􀁯􀁪􀁥􀁾􀁴􀁳 -The 􀁍􀁃􀁾􀁾􀂷􀁦􀁵􀁄􀀮􀁤􀁾 􀁴􀁨􀁮􀁾􀁾 􀁣􀁡􀁴􀁥􀁧􀀶􀁲􀁩􀁥􀁾 􀁾􀁦􀁰􀁲􀁾􀁪􀁥􀁣􀁴􀁳􀀻􀀮􀀧􀂷 Ol)􀀭􀁴􀁩􀁡􀁄􀀮􀁾􀁾􀁲􀁴􀁡􀁾􀁩􀁾􀁮􀀬 (b)". "" parks and "open sPace, and (c) buildings.' Transportation projects include thoroughfare projects; TEA-21 transportation projects, and major impact projects. Parks and open 'space projects focus primarily on the construction of a County-wide trail system, but some acquisition of new open space is included. The building category includes major upgrades and construction of County facilities with widely varying uses in support ofthe County's mission. DALLAS COUNTY FY2003 BUDGET Allocation Process for Funds -Each year as part of the annual budget processJ the Office of Budget and Evaluation distributes a request for all County departments to submit their long-term capital needs for the next budget year and up to four (4) years following the next fiscal year. When these requests are received by the Office' of Budget and Evaluation, those that meet the eligibilitY for funding under the Major Capital Developqlent Fund are summarized and referred to the Major Capital Development Committee composed of the Budget Officer, County Treasurer, and .Commissioners Court Administrator. The Major. Capital. 􀁄􀁥􀁶􀁥􀁬􀁯􀁰􀁭􀁥􀁮􀁾 Committee reviews each request to insure that it is an eligible project, that it is, consistent with 􀀮􀁣􀁾􀁥􀁮􀁴 County priorities, that :.' the proposed funding schedule seems appropriate, and that. the need for the project is 'clearly justified. The Committee then prioritizes each project with all other requests. Once the Major' Capital Development Committee has completed its review process, all requests for funding, along with the Committee's recommended priority listing, are submitted to Commissioners Court for approval during the budget workshops. Once funding is approved, each department receiving funding provides the County Treasurer with a draw-down schedule of when funds will be spent to ensure maximum investment returns on unspent balances. Distribution of Funding Among Districts -With regard to Thoroughfare, TEA-21 and Major Impact programs, an equal amount of funding will be allocated to each Road and Bridge 􀁾district. Each district is eligible for additional thoroughfare funding under the District Thoroughfare Equalization (DTE) program. Under this program, a district may receive the difference between the Auditor's license fee revenue estimate and the actual revenue received to go toward thoroughfare projects up to the maximum amount of general County road maintenance funding received by any one district. This allocation is made "after the fact" once the books have closed on the previous year's, revenues. Appendix C of this document contains the full policy related to transportation funding. -The Major Capital Development FWld maintains 'by policy a "reserve equ'al to 10% of the expenditures in a given year. This is intended to be an emergency reserve and will only be allocated to projects upon a 4/SthJs vote of Commissioners Court. , Chart 1 summarizes the MCDF projects included in the Capital Improvement Plan and includes planned expenditures beyond FY2007 to show the magnitude of the fund. Transportation Program Background -Dallas County has historically utilized a combination of long-term bond funds, state . payments, 􀁣􀁡􀁳􀁨􀁾􀁯􀁮􀀭􀁨􀁡􀁮􀁤􀁊 and 􀁾􀁴􀁥􀁲􀁬􀁯􀁣􀁡􀁬 agreements to operate a 􀁔􀁲􀁡􀁮􀁳􀁰􀁯􀁾􀁡􀁴􀁩􀁯􀁮􀀮 Prograrp.. rhe 􀁧􀁯􀁾􀁬􀀧􀀻􀀧􀀺􀀺 <", of this program is to maintam the'"cross,,:coUnty floY' of traffic in an 􀁾􀁦􀁦􀁩􀁣􀁩􀁥􀁮􀁴􀀬􀁩􀁰􀁾􀁥􀁲...The 􀁰􀁾􀁯􀁧􀁲􀁡􀁮􀁩􀀧 . is managed by the Public Works Department, which serves as a planning and and contracting agency rather than actually performing the roadwork. Beginning after the completion of the projects approved in a 1991 bond election, the Commissioners· Court has directed that cash finance .will replace the traditional debt finance technique for transportation projects. A description of the three major types of transportation projects follows: ' DALLAS COUNTY FY2003 BUDGET l'tlajor Impact Projects -􀁄􀁡􀁬􀁬􀁾 􀁃􀁯􀁾􀁴􀁹 has chosen to take on a leadership role in 'the transportation issues of the region. As such, the County has considered funding several major impact projects. Examples of major projects include restructuring of a highway interqhange or construction ofa new transportation corridor. Projects must be classified as Arterial Thoroughfares as approved by the Regional Transportation CoUncil and approved by a minimum of4 members of Commissioners Court. These projects will cost several million dollars each to implement and no projects are scheduled to begin prior to FX2004. -. .,' , .. Transportation Equity 􀁁􀁾􀁴 -21st Century CTEA-21l 􀁐􀁡􀁲􀁴􀁩􀁤􀁰􀁾􀁴􀁩􀁯􀁄 --Dallas County 􀁰􀁡􀁲􀁴􀁩􀁾􀁩􀁰􀁡􀁴􀁥􀁳􀂭 \vith local cities in projects utilizing federal funding under the North Central Texas Council of Government (NCTCOG) TEA-21 Program. Projects are reGommended by NCTCOG to the federal government based on a variety of criteria including, environmental benefit, economic impact, and. level of local matching funds. The County has pledged funding to several of these City-based projects in order to ensure matching federal funds. The County will be asked to fulfill its ftuiding commitment as the project begins. Thoroughfare Projects -The County's Road and Bridge policy and a court-approved methodology for assesstng thoroughfare 􀁩􀀮􀁲􀁮􀁰􀁲􀁯􀁶􀁾􀁭􀁥􀁮􀁴 guides the Public Works Department in on-going planning for transportation system 'improvement. In partJ this includes maintaining a current County Road List of approximately 1,500 miles of designated roadways, which is used in the development of a Regional Thoroughfare Plan (RTP). The planning mechanism for transportation system improvements depends heavily on the RTP, which is assembled by the North 􀁾􀁥􀁮􀁴􀁲􀁡􀁬 Texas Council ,of Governments {NCTCOG) _on behalf of all cities and 􀁣􀁯􀁵􀁮􀁾􀁥􀁳 in the Dallas/Ft. Worth. metropolitan area. The Regional 􀁔􀁲􀁡􀁮􀁳􀁰􀁯􀁲􀁴􀁡􀁴􀁩􀁯􀁾 Council.(RTC) then approves this plan. The_'__ . . County participates in NCTCOG technical committees' 'and the RTC, along' With, repres-entativc) from other jurisdictions, the Texas Department of Transportation, and major public transportation agencies. NCTCOG periodically produces a--"needs analysis" which prioritizes all thoroughfares based on traffic volume) accidents, costlbenefit ratio for .improvements, and other factors important to transportation mobility. With this list, and input from city staff members on local preferences though a Call for Projects, the County's Public Works Department prepares a recommendation to Commissioners Court. This reconunendation includes information on other funding sources (e.g., cities, state, federal, turnpike authority) which may be available.' Commissioners Court then balances, the needs, the intergovernmental inputs, and the overall affordability of the proj ects to arrive at the fmallist of approved projects. The 'foilowing-􀁰􀁡􀁧􀁥􀁾 􀁰􀁲􀁾􀁶􀁩􀁤􀁥 additional 􀁤􀁥􀁴􀁾􀁩􀁬 􀁯􀁾 the funding pro] ections for' the three' major categories oftransportation projects. J ' DALLAS COUNTY FY2003 BUDGET I Chart 1 Sources and Uses of Funds -Major Capital Development Fund Approved Five Year Capital Pla'n mOOJ FY2004 FY2005 FY2006 FY2007 I FY2008 FY2009 FY2010 TOTAl. fl..venull 0llYlnnln" Delonco 7,103,-446 4,010.666 435,587 323,451 78,651 18,822 153,751 292,635 NJA 110vonUD • Property T81t 18,101,8T8 20.608,000 25,.200.000 32.009.000 40.170.000 40.857.000 : ,53.543;000 58,428,000 294,928.618 'ROYOnuD. LkClnse Fee 3.083,000 4,062.000 4.089.000 ....118.000 ....110.000 ",101,000 .' . 4,090,000 4,018.000 31,731,000 Inlonu( Earnings .525,000 709,987 833,708 816,993· 8104,089 647.552·... 831,650 841.002 8,225.981 IRepaymonllrom the 61h Floor MUll. ,175,043 110,098 -185;162 160,207 155,262 15O,31a . . 145,311 140.0425 1,281,8T04 Por.lmpruvement Fund 500,000 500.000 500.000 500,000 500,000 600.000 .' 500.000 0 3.500,000 Isalo of Horry Hines'Property 1.750.000 0 0 0 0 0 1,760,000 􀁾􀀢􀀧􀁉􀁃􀁯􀁷􀁬 Fling Fe. 1.000.000 1,200.000 1,200,000 1,200,000 1,200.00°0 ° ohlcle 􀁐􀁡􀁹􀁢􀁡􀁾 0 1.:l61.5OO 0 0 0 ap Flnanclng 0 3.000,000 4.500.000 6.850,900 0 rOTAL 32,2311,181 􀀳􀁾􀀬􀀶􀀲􀀸􀀬􀀲􀀵􀀳 3B.V2U.C47 45,977.651 47,032,002 R.f. Actual... PriorYeara elpendltur.. Pag. Encumbranc.. Available FY20D3 FY20D4 FY20D.5 FY.tOOB FY2GD1 TllIn,por1.BUorIlmpad ProJeda 9 0 0 8,668,000 6.668.000 6,56B.000 6.668,000 fEA-21 ParUdpalb1 Progl'Bm 10 0 0 8,908,6-42 0 5.000.000 5,000,000 rhoroughf.re Program 11 2,057.910 3,000,000 6,091,358 .15,000,000 . 20.000.000 20,000,000 􀁾􀁰􀁯􀁮 SpIce TraU. 14 ' 1.07".64B 635.000 135,000 835,000 U35,OOO 1,341,180 Pllrb Signa end AmenIlies 16 10,000 200,000 0 0 0 0 rrlnlty RIver Acqulll"lons 16 0 ° 50.000 250,000 0 0 􀁲􀁡􀁤􀁃􀁷􀁾 18· 5,160,415 5,764,569 11.000.000 10.000.000 9.05-4,990 0 0 Ion ClvR Court Shell Spaco 18 0 0 0 0 0 0 0 Ion Reoovellon -18. 0 0 0 0 1,000,000 1,000,000 1,000.000 Rocarda CIvi CouI1a 16 1.411.602 0 0 0 0 3,000,000 4.000.000 InaUlule of Foreneko ScIences 22 0 3,660.000 0 0 4,000,000 9,000.000 9.000,000 􀁾􀀮􀀢􀀬􀁥 10 : 2,663.001 6.870.328 10.024,999 􀀳􀀬􀁾􀀱􀀬􀀶􀀶􀀶 0 0 0 0.1en'" Co.nI" herm Acadomy O' 150.000 0 0 0 0 0 )'S Jail Rep/Bcsmonl 296,209 1,BOJ,791 0 0 0 0 0 Id Red Cour1houlO Phll181 3,096,906 1,503.094 0 0 0 0 0 􀁾􀁬􀁤 Red Coul1house Pha5e II 20" 5,215,108 2,484,892 2,000.000 0 0 0 0 NOf1h Eaa' Govemmenl Center 748,134 2,314,191 0 0 0 0 0 FUllllng Slallon 18.125 233,875 0 0 0 0 0 InvDllmonl BuDding .: 251.495 246,505 0 0 0 0 0 􀁾􀀧􀁨􀁬􀁤􀀢 '21 1,361.500 0 0 0 0 : ep Financing Paymenl 0 0 0 0 0 rOTAL 27,1115,721 28,221,4911 35.1112,668 36,605,908 "'5.901,000 41,013,180 ENDING BALANCE 4,018,668 435,581 . 323.451 􀀷􀀶􀀬􀀶􀁾􀀱 18,822 Reserve ('9% of Expenditures) 2.822.150 3,519,257 3.660.600 4,590.100 4.701.316 Ending DallulCiO lOll ROIIIIIV8 1.194,518 13,03.,1,f)RO) , (J.JJ7,149) (4.513.449) (4.flA2.49G. 1,200.000 :... 1,200.000 1,200.000 9.400.000 o ' 0 0 1,301,500 4.500,000 • , 0 0 18,8SO,ooo 58.174,8110 6O,4G9,778 64,flSO,06Z 369,OOQ,033 FY20D8 Fy2009 FY201D Prolact Budglll 6.6G6.ooo " 6,666.000 6.666.000 5,000,000 5,000.000 5.000,000 20,000,000 " .' 20,000.000 20.000.000 2,176,595 2,176,595 2,111,143 2.711.143 0 0 0 210,000 0 0 0 300,000 0 0 0 41,000,000 0' 0 0 0 1.000,000 0 0 4,000,000 6.528.338 0 0 15,000,000 4.500,000 0 0 30,160.000 0 0 0 21,700,998 1,350.000 0 0 1.500,000 10,800,000 10,800.000 0 23,700,000 . ., 0 0 0 4,600,000 0 0 0 9,700.000 0 0 0 3,062,375 0 0 0 250,000 0 0 0 500.000 0 0 0 1,361.soo 0 15,000,000 7,400,000 22.400.000 58,020,1133 60,177,143 41,777,143 153.757 292,835 23,202,919 ,. 5,802.093, 6,017.114 417.711 (5.648.33G) (5.725,079) 22,765.148 TABLE I DALLAS COUNTY FY2003 ADOPTED BUDGET Major Capital Development Fund (Fund 196) Thoroughfare Program Design Open Space Trail Acquisition and Improvements . Civil Courts Renovation-" . Juvenile Detention Center Old Red Courthouse Phase II Vehicles TOTAL Major Technology Fund (Fund "195) Child Support Upgrade Civil Courts System Replacement Conference of Urban Counties District Clerk Touch Screen CSCD System Public Works 911 I GIS TB Tracking County Records Institute Case Billing _ Computer Replacement EqUipment TOTAL Permanent Improvement Fund (Fund 126) , Building project (s) County-wide North Tower Upgrade intercom system Frank Crowley Replace building carpet I building autO! Admin Building Roof Replacement Henry Wade Upgrade electical system Maint.1 Repair under $50,000 Miscellaneous Civil Courts Transfer to MCDF TOTAL Amount 3,000,000 835.000 11,000,000 " 10,024,999 2,000,000 1,361.500 28,221,499 288.000 4,294.730· 92,733 350,000 138,000 57.000 115.000 173,000 230,000 200.000 5,938,463 ,I ) 6.32.500 160.000 300,000 60,000 200.000 634.296 500,000 2,486,796 DALLAS COUNTY FY2003 BUDGET PROGRAM: Transportation PROJECT: Major Impact Projects PROJECf DESCRIPTION As part 'of the. Capital llJ?provement PhUi (CIP), Dallas County win consider funding for major. impact projects... These projects are transportation'impr9veinents haVirig significant' regio:p.al· or :. wide-area benefits where participation by the County would advance construction by several year·s. The Public Works Department has corresponded with the major transportation agencies (TXDOT, NTTA, and DART) requesting nominations for, this category of projects. Public Works will do an intensive analysis of the possible projects, perhaps using a consultant as well as a multi-discipline team from the County. Recommendations will be made, coordinated with each applicable Conunissioner and the County Judge, and then presented for discussion and approval by the entire Commissioners Court. All the details of County partnerships with participating agencies will be explicitly stated in Interlocal Agreements. FUNDING SUMlVIARY. FY2003 FY2004 FY2005 FY2006 FY2007 Total PlanrUngfProgranur.Ung 6,666,000 6,666,000 Preliminary Design Primary Design . '. Design CompV ROW ", ' ROWfUtilities Construction 6,666,000 6,666,000 6,666,000 19,998,000 Total 6,666,000 6,666,000 6,666,000 6,666,000 26,664,000 OPERATING BUDGET IMPACT None REVENUE OR EFFICENCY OFFSET These infrastructure inl{estments will impact 􀁴􀁲􀁡􀁮􀁳􀁰􀀹􀁲􀁴􀁡􀁴􀁾􀁯􀁮 􀁾􀁶􀁥􀁳􀁴􀁭􀁥􀁮􀁴􀁳 for criti,caIly needed ' , unprovements'by accelerating the time 􀁩􀁾 takes to. get the projects ·completed and reapmg 􀁩􀁨􀁴􀁥􀁾􀁤􀁥􀁤 benefits. .., . -' , ALTERNATIVE TO CAPITAL OUTLAY Without these impact projects, the County will experience deterioration of transportation infrastructure. Commuter delays will increase directly attributable to roads and bridges that have exceeded their design capacity. Rather than funding these projects, the County may allow any impact projects to be fully funded by state, federal, or other local a,gencies when those agencies believe the expenditure is warranted. DALLAS COUNTY FY2003 BUDGET PROGRAM: Transportation PROJECT: Transportation Equity Act-21st Century (TEA-21) Participation PROJECT DESCRIPTION Dallas C<:>unty· J:larticipates with local cities and other entities to' 􀁩􀁮􀁣􀁲􀁾􀁡􀁳􀁥 local 􀁳􀁨􀁾􀁥:of 􀁰􀁲􀁯􀁪􀁾􀁴􀁳 submitted under the NCTCOG TEA-21 Call for Projects.' .The Court approved a final slate or" projects to which Dallas County committed its p·articipation. These projects are listed in AppendixF. FUNDING SUMM"ARY F1l2003 􀁾􀀲􀀰􀀰􀀴 FY2005 FY2006 FY2007 Total Planning/Programming 8,908)642 8)908)642 Preliminary Design Primary Design Design Compll ROW ROWlUtilities Construction 5)000)000 5,000,000 10,000)000 Funding Participation .. Total 8,908,642 5,000,000 5)090)000 .. .18,908)642 I OPERATING BUDGET IMPACT Funding forTEA-21 projects will not be appropriated until FY2004 based on projected construction schedules. REVENUE OR EFfiCIENCY OFFSET These infrastructure investments will leverage federal transportation dollars for critically needed improvements to the County regional thoroughfares. ALTERNATIVESTOCAPITALOUTLAY . ., Without'· this .outlay,-the. county.. will experien.ce 'continued, deterioratiop. 􀁾􀁦 transportation infrastructure and an increase in commuter· delays'· associated with roads that have exceeded their design capacity. DALLAS COUNTY FY2003 BUDGET PROGRAM: Transportation PROJECT: 􀁔􀁨􀁯􀁾􀁯􀁵􀁧􀁨􀁦􀁡􀁲􀁥Projects PROJECT DESCRIPTION, , ' '" ' ., Dallas County participates with local cities and 'entities to' 􀁩􀁉􀁮􀁰􀁲􀁯􀁶􀁾􀀬 􀀭􀁲􀁥􀁧􀁩􀁯􀁾􀁡􀁬 􀁃􀁯􀁾􀁴􀁙 􀀬􀁴􀁨􀁯􀁲􀁯􀁴􀁩􀁧􀁨􀁴􀁡􀁲􀁾􀁾􀀧 Improvement projects on' routes classified as a ininor arterial route Of higher on 'the mos(recent NCTCOG Regional Thoroughfare Plan and County's unincorporated roadways are included in the program. Commissioners Court will approve projects using a Program Year concept, with the Program Year (PY) being the year of construction contract award. The first PY selected will be 2004, \vith the amount programmed depending upon projected cash flows. The remaining PY projects will be slated for the next 10 years if enough projects are submitted. Due to, cashflow considerations, Public Works assumes that FY's 2005 and 2006 will have projects with mostly completed designs from the 1991 Bond Program. The details of County partnerships with participating cities will be explicitly stated in Interlocal Agreements. Public Works will also ensure that only high-priority improvements that can be executed in an efficient manner and have the full backing of all the stakeholders are recommended for funding. Projects that can be expedited will be given a higher priority. A list ofapproved Thoroughfare Projects is included in Appendix G. FUNDING SUMMARY FY2003 FY2004 FY2005 FY2006 FY2007 Total PlanningIPIelim Design 3,000,000 .. 3,000,000 Primary'Design " Design Campi I RO\V Row I Utilities Constnlction 6,091,358 15,000,000 20,000,000 20,OOOtOOO 61,091,358 Total 3,000,000 6t091,3S8 15,000,000 20,000,000 20,000,000 64,091,358 OPERATING BUDGET IMPACT The fIrst construction funding has been scheduled to begin in 2004, as the 1991 Bond Program .Expenditures run' out. $,15,000,000: '.' Will. be 􀁡􀁶􀁾􀁩􀀱􀁡􀁢􀁬􀁥􀀧 in FY200S', an.d, $20,OOO,'OOQ per year is prograzPmed for construction iri .succeeding years. ,The exact amo'unt used for 􀁥􀁡􀁣􀁾 activity will depend on the number and complexity of the projects, but initially Public Works assumes that FY2004 projects will use designs completed through the 1991 Bond Program. REVENUE OR EFFICIENCY OFFSET There are no direct offsets to the County as a result of this investment. Ho\vever, these infrastructure investments will leverage local transportation dollars for critically needed, improvements to the County regional 􀁴􀁨􀁯􀁲􀁯􀁵􀁧􀁨􀁦􀁡􀁲􀁾􀁳􀀮 DALLAS COUNTY FY2003 BUDGET ALTERNATIVES TO CAPITAL'OUTLAY Without this outlay, the County will experience continued deterioration of 􀁴􀁲􀁡􀁮􀁳􀁰􀁯􀁾􀁡􀁴􀁩􀁯􀁮 infrastructure and 􀁾 jncrease in 􀁣􀁾􀁭􀁭􀁵􀁴􀁥􀁲delays. PRIOR YEARS ALLOCATION AVAILABLE $2,057,916 ) DALLAS COUNTY FY2003 BUDGET APPROVED TEA-21 PROJECTSAND ESTIMATED· COUNTYPARTICIPATION COST .AS OF OCTOBER 7, 2002 DISTRICT 1 COUNTY SHARE TOTAL PROJECT Belt Line Road -SH 289IPreston Road to Dallas Parkway $ 547,448 $2,737,235 Inwood Road at Lovers Lane $ 75,713 $378,560 Valley View Lane -Nicholson to IH 635 $ 520,001 􀀤􀀲􀁾􀀶􀀰􀀰􀀬􀀰􀀰􀀰 Campbell Road -Jay Ell Road to US 75 $ 3,519,700 $23,464,663 * Belt Line Road -Maryland to Denton Drive (pOTENTIAL PROJECn $4,000,000 $20,000,000 DISTRICT 2 COUNTY SHARE TOTAL PROJECT IH 635 Freeway Frontage Roads -Kingsley to LaPrada $ 0 $5,909,283 IH 635 Corridor Video Surveillance $ 550,000 $1,100,000 Winters Park/Spring Creek Greenbelt $ 􀀳􀀶􀀴􀁾􀀳􀀲􀀱 $1,453,210 Lake Ray Hubbard Transit Center $ 487,536 $2,472,774 *IH 635 -Northwest Highway to Ferguson Road (POTENTIAL PROJECT)· -$1,058,93? $5,294,693 *Miller Road Bridge over East Fork (pOTENTIAL PROmeD $3,000,000 $15,000,000 *Pleasant Valley -Northeast Parkway to Merritt Road (pOTENTIAL PROJECT) $4,300,000 $43,000,000 DISTRICT 3 COUNTY SHARE TOTAL PROJECT Beckley Avenue at Commerce Street and Colorado Blvd. Buckner Boulevard at Scyene Road Camp Wisdom Road at Houston School Road and Polk Street Colorado Boulevard at Jefferson Boulevard Gaston Avenue at Munger Avenue Gaston Avenue at Washington Avenue Red Bird Lane at Hampton Road and Polk Street IH 301R.L. Thornton Freeway -Munger Avenue to Carroll Avenue Inwood Road -Lenunon Avenue to Harry Hines Boulevard Loop 12IBuckner Boulevard -Lane June Road to US 175 Harry Hines Boulevard -Motor Street to Oaklawn Oak Lawn Avenue at IH 35E $ 59,489 $ 3t651 $ 59,489 $ 43,265 $ 48,673 $ 54,081 $ 58,407 $ 263,804 $ 1,321,648 $ 268,293 $ 132,237 $ 40,953 $297,440 $243,468 $297,440 $216,320 $243,360 $270,400 $292,032 $2,029,255 $6,608,239 $2,063,788 $661,182 $315,016 Olive Street at Woodall Rodgers Expressway $ 28,122 $216,320 I Pearl Street at Woodall Rodgers Expressway $ 42,183 $324,480 I DISTRICT 4 Yarmouth Street at Zang Boulevard IH 30 Service Roads -MacArthur Boulevard to TRA Railroad Spur *Cockrell Hill Road -Moler Street to West Davis Avenue (pOTENTIAL PROJEC1) *MacArthur Boulevard -Bear Creek to III 30 (POTENTIAL PROJECn COUNTY SHARE TOTAL PROJECT $ 48,673 $ 494,000 $ 1,825,000 $ 3,162,622 $243,360 $7,300,000 $9,125,000 $21,084,147 * To be submitted/or NCTCOG participation, ifthere is a callfor projects APPROVED THOROUGHFARE PROJECTS AND ESTIMATED COUNTYPARTICIPATIONCOST AS OF OCTOBER 7, 2002 DISTRICT 1 COUNTY SHARE TOTAL PROJECT Midway Road -Spring Valley Road to Dooley Street $ 196,600 $392,000 Arapaho road -Addison Road to Surveyor $ 1,432,812 $14,328,120 Old Denton Road -Whitlock Road to Trinity Mills Road $2,500,000 $5,000,000 ill 35E /Spur 348 -Northwest Highway to Spur 482/StoryRoad $ 899,000 $3,100,000 Hillcrest Road -Loop 12INorthwest Highway to Royal Lane $ 737,500 $1,475,000 Collins Road at Plano Road $ 175,000 $350,000 Spring Valley Road at Weatherred I Goldmark $ 475,000 $950,000 Belt Line Road -Plano Road to Jupiter Road $ 333,200 $680,000 Main Street -Interurban to US 75 $ 200,000 $400,000 *Belt Line Road at Dallas Parkway $ 838,174 $4,190,875 Preston Road -Mimosa Street to North ofRoyal Lane $2,363,130 $4,726,260 -Royal Lane -Webb Chapel to Marquis Lane $1,216,116 $2,432,232 Mockingbird Lane -Hillcrest Road to West of Dallas North Tollway $2,145,293 $4,767,319 II...-C_a_m-...,!".p_b_el_lR_o_a_d_at_P_I_an_o_R_o_a_d 1 $ 267,395 $534,790 I DISTRICT 2 COUNTY SHARE TOTAL PROJECT Mockingbird Lane -West Lawther to East Lawther $ 710,000 $1,420,000 Northwest Highway -CeJ?terville Road to La Prada $ 722,500 $1,445,000 Miller Road -Centerville Road to Garland City Limits $ 458,000 $916,000 Military Parkway -ill 635 to Cannack Street $1,855,000 $3,710,000 Collins Road -Tripp Road to US 80 $1,157,500 $2,315,000 Pioneer Road -Bruton Road to Belt Line Road $4,100,000 $8,200,000 Country Club Drive -Walnut Street to Commerce Street $2,112,500 $4,225,000 Skillman road!Audelia Road -Whitehurst Avenue to Adleta Street $ 885,000 $1,770,000 La Prada Road -Larry Street to Millmar Avenue $ 849,420 $1,698,840 Shiloh Road -IH 635 to Kingsley Avenue $2,095,639 $4,191,278 Lawson Road -Milam Road to Clay Mathis Road $5,086,750 $10,173,500 Miller Road -Dalrock Road to Chiesa Road $2,327,228 $4,654,456 Murphy Road at Blackburn Road $ 804,150 $1,608,300 DISTRICT 3 COUNTY SHARE TOTAL PROJECT IH IH 635 Service Road -Lake June Road to Quail Drive $ 796,666 $5,475,000 Cockrell Hill Road -Wintergreen Road to Pleasant Run Road $ 2,737,500 $1,256,666 Fair Park Link -Exposition Plaza to Hall Street $ 1,475,000 $9,153,500 Linfield Road -SH 310 to Illinois Avenue $ 716,000 $1,432,000 Routh Street -Ross Avenue to US 75 Southbound Service Road $ 1,050,000 $2,100,000 Jim Miller Road -Elam Road to Loop 12 $ 1,180,000 $2,360,000 Dolphin Road -Haskell Road to ill 30 $ 1,055,604 $2,111,208 Cockrell Hill Road -IH 30 to LaReunion Street $ 1,120,000 $5,714,280 Hampton Road at Bear Creek $ 638,333 $1,617,210 Houston School Road -Wheatland Road to Belt Line Road (Lancaster) $3,495,485 $4,032,412 Industrial Boulevard -North ofCommerce Street to South ofIH 30 $2,857,140 $4,747,248 Martin Luther King Avenue -North ofTrinity River to Gould Street $ 808,605 $3,920,000 Live Oak Avenue -Liberty Avenue to Peak Street $2,016,206 $10,564,195 Singleton Boulevard -Chalk Hill Road to east of Peoria Street $2,373,624 $1,449,280 Cockrell Hill Road -Pleasant Run Road to PM 1382 $1,960,000 $3,920,000 Wintergreen Road -IH 35 E to Houston School Road $5,282,097 $10,564,195 Elm Street/Commerce Street Resurfacing $ 500,000 $1,449,280 DISTRICT 4 COUNlY SHARE TOTAL PROJECT Clark Road (City ofDallas) $ 934,133 $1,868,266 Clark Road (City of Duncanville) $ 436,664 $873,328 Clark Road (City ofCedar Hill) $ 529,203 $1,058,406 ill 30 Westbound Frontage Road $ 384,000 $1,920,000 IH 30 Eastbound Frontage Road $ 652,000 $3,260,000 Las Colinas Boulevard -Colwell Street to Lake Carolyn Parkway $ 2,000,000 $10,000,000 SH 121 Bypass -County Line to Denton Tap Road $ 300,000 $1,800,000 Sandy Lake Road -Denton Tap Road to SH 121 $ 1,300,000 $8,275,000 Belt Line Road -Fire Station to Cedar Hill City Limit $ 3,057,006 $20,380,040 Ledbetter Road -Merrifield Road to Mountain Creek Parkway $ 2,978,304 $5,956,608 East Wintergreen -South Cockrell Hill Road to East Duncanville CIL $ 1,159,697 $2,318,493 SH 161 Conidor SH 183 South Frontage Road to Conflans Street $ 1,571,589 $4,762,390 Hunter Ferrell Road -Belt Line Road to Story Road $ 3,780,000 $7,560,000 , ) DALLAS COUNTY PUBLIC WORKS THOROUGHFARE PROJECTS CURRENT COUNTY CONSTRUCTION PROJECTS PROJECT NAME LIMITS CONTRACTOR CONTRACT AMOUNT Blackburn Road (Holford to Water Oak Dr.) * Tiseo Paving Clay Road (East Glen to SH 352) *Ed Bell Construction Jefferson Blvd ( @Idlewild Intersection) *Rebcon Construction Military Parkway ( Elva Rd. to Jim Miller Rd.) *Ed Bell Construction Miller Rd. (First 81. to Dallas elL-Garland) * Site Concrete $7,620,918 Miller Rd. (Kirby to Skyline) * Site Concrete $3,411,824 Regal Row (TxDOT) (CRT & PRR to IH-35E) * Architectural Utilities _$15,035,913 Roy Orr Trails Desoto Project currently bidding Bids due 2/20/03 DALLAS COUNTY PUBLIC WORKS ESTIMATED PROJECT NAME LOCATION LIMITS LETTING SCHEDULE I Construction Under $2.0 million I CMAQ By County Garland Road Garland Right Turn Lanes on Gart Rd @State & @Walnut in Garland Summer, 2003 CMAQ By County Alpha Road Farmers Right Turn Lanes for intersections @Midway & WeJch Fall, 2003 Branch in Farmers Branch CMAQ By County Spring Valley Farmers Right Turn Lane for intersection @Inwood Rd. Fall, 2003 Branch in Farmers Branch I Construction $2.0 -4.0 million I Abrams Road Richardson Spring Valley Rd. to S. City Limits , 200 (construction to be administered by the city) DALLAS COUNTY PUBLIC WORKS ESTIMATED PROJECT NAME LOCATION LIMITS LETTING SCHEDULE IConstruction $4.0 -$6.0 million I Belt Line Road Balch Springs/County Mercury Rd. to Lake June Rd. Spring, 2003 Unincorporated Miller Road Dallas, Rowlett Garland City Limits to Rowlett Rd. Fall, 2003 IConstruction $6.0 -$15.0 million I Singleton Boulevard Dallas Hampton Rd. to Canada Drive Fall, 2003 Meyer Rd.lMacArthur Blvd. Irving/County Unincorporated Oakdale to Bear Creek Bridge Fall, 2003 IOpen Space & CDBG Under $1.0 million I Cockrell Hill-Water Main Phase 2 Spring, 2003 Seagoville Fran Street Summer, 2003 DALLAS COUNTY PUBLIC WORKS CMAQI TxDOT Lettinf! Proiect PROJECT NAME. ESTIMATED CONSTRUCTION LETTING POI LOCATION IH 35 E at Valley View Project Let Fall 2001) 100% Complete P02 IH 35 E at Valwood Camp Wisdom at Cockrell Hill . Project Let Fall 2002, 5.5% Big Stone at Cedar Ridge 9 Intersections In Duncanville Cedar Ridge at Wheatland Complete Cockrell Hill at US 67 Danieldale at Main Street Cockrell Hll at Wheatland Santa Fe Trail at Wheatland Camp Wisdom at Cedar Ridge Cedar Hill at Danieldale P03 North Garland at State Estimated Letting By Dallas North Garland at Walnut 2 Intersections in Garland County for June, 2003 P04A US 67 at Camp Wisdom Loop 12 at Exchange Project Let Fall 2001, 1000/0 Complete P06A Davis Drive -Hampton to Westmoreland Plymouth at Davis Project Let Spring 2002, Gilpin at SH 180 99..9% Complete P07B SW 19 th at Jefferson to SH 180 Estimated Letting Scheduled Great SWat SH 303 9 Intersections in Grand Prairie SW 23rd at Jefferson for July) 2003 Carrier at IH 20 SE 14 th at SH 303 Carrier at Roy Orr SW 14th at Jefferson SH 303 at SE 8th Se 14th at Jefferson P07C 1 Intersection in Grand Prairie Freetown at 3RD Street Estimated Letting by TxDOT Scheduled for September, 2003 P13 3 Intersections in Farmers Branch Alpha at Midway Estimated Letting By Dallas Alpha at Welch County for August, 2003 Spring Valley at Inwood P14A II-I 635 at Josey IH 635 at Marsh Project Let November, 2002 IH 635 at Midway IH 635 at Preston Construction Began Jan., 2003 P17 4 Intersections in Dallas Churchill at Coit Estimated Letting By TxDOr Forest at Park Central for September, 2003 Forest at Skillman First at SH978) Lavon P24A 3 Intersections in Dallas Mockingbird at Yosemite Project Let Fall 2002, 29.2% 􀁍􀁾􀁾􀁾􀁩􀁮􀁧􀁢􀁩􀁲􀁤 at Rockaway Complete a· ·ville at Milton '. I DALLAS COUNTY PUBLIC WORKS Dallas C M Ca.Ditol fA . p. &I ESTIMATED CONSTRUCTION LETTING PROJECT NAME City Dallas FY04 Under $2.0 million! Constructionl Linfield -Illinois to SH 310 Jim Miller -Loop 12 to Elam . Dallas FY04 Mockingbird Pedestrian Bridge Dallas FY04 Hillcrest -Loop 12 to Royal Dallas FY05 Collins Rd -Tripp Rd to US 80 Sunnyvale FY05 Glenn Heights FY05 Construction $2.0 Hampton Rd@Bear Creek Rd Mesquite FY04 -4.0 million Military Parkway -IH 635 to Carmack Clark Rd -Couch to Danieldale Dallas,Duncanville,Cedar Hill FY04 Cockrell HiII-Wintergreen to Pleasant Desoto FY05 Run Construction FY04 $6.0 ....$15.0 Mountain Creek Parkway -IH 20 to Dallas Spur40B million DALLAS COUNTY PUBLIC WORKS CMAQI TxDOT LettinQ: Proiect PROJECT NAME LOCATION ESTIMATED CONSTRUCTION LETTING POI IH 35 Eat Valwood IH 35 E at Valley View Project Let Fall 2001, 100% Complete P02 9 Intersections In Duncanville Camp Wisdom at Cockrell Hill Project Let Fall 2002, 5.5% Big Stone at Cedar Ridge Cedar Ridge at Wheatland Complete Cockrell Hill at US 67 Danieldale at Main Street Cockrell Hll at Wheatland Santa Fe Trail at Wheatland Camp Wisdom at Cedar Ridge Cedar Hill at Danieldale P03 2 Intersections in Garland North Garland at State Estimated Letting By Dallas North Garland at Walnut County for June, 2003 P04A US 67 at Camp Wisdom Loop 12 at Exchange Project Let Fall 2001, 1000/0 Complete P06A Davis Drive -Hampton to Westmoreland Plymouth at Davis Project Let Spring 2002, Gilpin at SH 180 99..90/0 Complete P07B 9 Intersections in Grand Prairie SW 19 th at Jefferson to SH 180 Estimated Letting Scheduled Great SWat SH 303 SW 23rd at Jefferson for July, 2003 Carrier at IH 20 SE 14 th at SH 303 Carrier at Roy Orr SW 14th at Jefferson SH 303 at SE 8th Se 14th at Jefferson P07C 1 Intersection in Grand Prairie Freetown at 3RD Street Estimated Letting by TxDOT Scheduled for September, 2003 PI3 3 Intersections in Fanners Branch Alpha at Midway Estimated Letting By Dallas Alpha at Welch County for August, 2003 􀁓􀁰􀁲􀁪􀁮􀁾 Valley at Inwood P14A IH 635 at Josey II-I 635 at Marsh Project Let November, 2002 IH 635 at Midway IH 635 at Preston Construction Began Jan., 2003 Pi7 4 Intersections in Dallas Churchill at Coit Estimated Letting By TxDOT Forest at Park Central for September, 2003 Forest at Skillman First at SH978) Lavon P24A 3 Intersections in Dallas Mockingbird at Yosemite Project Let Fall 2002, 29.2% 􀁍􀁯􀁾􀁾􀁩􀁮􀁧􀁢􀁩􀁲􀁤 􀁾􀁴 Rockaway Complete G, /ille at Milton 􀀮􀀬􀀭􀀮􀀮􀀬􀀮􀀮􀀬􀁾 Dallas County Public}J(prks ......... 􀀢􀀢􀀢􀀢􀀢􀀻􀀻􀀧􀀺􀀧􀀧􀀧􀀧􀁩􀁬􀁬􀁴􀁩􀁾 MCIP Partnering Meetirig-·· January 31, 2003 Agenda .􀀸􀀺􀀳􀀰􀁷􀁮􀁾􀁾􀀻􀁾􀁾􀀺􀁾􀁾􀀺􀀽􀀻􀁾􀀺􀀻􀀢􀁩􀁩􀁬􀀻􀀻􀀮 • 􀀹􀁾􀁏􀁏􀁡􀁭 Welcome and Introductions ... • 9:20am Presentations • MCI? History & Lessons Learned (Don) • 2003 Call-for-Projects (Edith& bela) • Consultant Selection Process (Alberta) • 12:00 Complimentary Lunch • 1:00pm Workshop Sessions • 2:00pm Adjourn! • Public Works Mission & Vision • Purpose of Partnering workshop • Program History M IP Program History Major Impact & 􀁔􀁨􀁯􀁲􀁦􀀿􀁬􀁦􀀮􀁧􀁾􀁪􀁬􀀡􀀮􀁛􀁾 2000'" 􀀢􀀭􀀢􀀧􀀧􀀧􀀧􀀢􀀧􀀧􀀧􀀧􀀭􀁾􀀱􀁦􀁉􀀯􀁉􀁉􀀥 • 87 projects submitted • 61 projects submitted • 28 (47%) Approved -21 reconstruclion/widening • 38 (43%) Approved -21 reeonslruction/widening -1 intersection -4 interseclion -9 new roads -3 new roads -1 enhancemenl -0 enhancement • TPC =$ 116.8M • TPC=S1l3.2M • Coun Share = $ 41.8M • County Share = $ 46.1M ·􀁔􀁾􀁾􀁾􀁹􀁾􀁾􀁾􀀻􀀻􀀻􀀻􀀻􀁾􀁾􀁾􀀺􀁾􀁩􀀺􀀺􀀬􀀬􀀻 • Program Year (PY) concept • Flexibility of twice annual MCIP updates • Provide feedback today on needed changes • Five-phase project delivery system • Design partnering • Prelim.design chanettes + public workshops • S. u'E. + Utility parmering • Enhanced constructibility review • Total stakeholder involvement ·􀀽􀀺􀁾􀀵􀁩􀁾􀁾􀁦􀀵􀁅􀁾􀁾􀁾 for continuous process improvements • Partnering during construction • Partnering with TXDOT • Simplified, but effective Financial Mgmt • MCIP lessons learned applied to remaining bond projects 1 2003 􀁃􀁡􀁬􀁬􀀭􀁦􀁯􀁲􀀭􀁐􀁲􀁯􀁪􀁾􀁱􀀮􀀡􀀮􀀮􀁊􀀮􀀯􀁾􀁾􀀿􀁦􀀢􀀺􀁾􀀺􀁳􀀺􀀺􀀧􀀮􀀬􀀬􀁾􀀬􀁾􀀬 .........'······,''''",<0"'",'''::1. • Program Cycle and Deadlines (Edith)·" .'. '" • New MCIP Application Fonn (Isela) • Project Evaluation Methodology (Edith) • Cost Estimate Methodology (Jack) 􀁁􀁐􀁾􀀻􀁩􀁾􀀺􀁾􀀺􀀺􀀺􀀽􀁩􀀽􀁴􀀬􀁡􀀽􀀺 • Application Submittal -Email -Snail Mail -Facsimile New Application Form -Separate Instructions Sheet -Phone Support 2003 MCl? Application ..... .. 􀂷􀂷􀀢􀂷􀀬􀀬􀀺􀁾􀀬􀀽􀀬􀀬􀀻􀀬􀀬􀁬􀁬􀀡􀀡􀀢􀂷􀀺􀀻 New Application Form Ulilizing'NjS:'A'kFess™ 97 • Built to help clearly defIne project • Team Work recommended in filling the applications out -ROW Agents -Design! Engineers -Planners " Program Cycle & 􀁄􀀮􀁾􀁦􀀡􀀯􀁪􀁬􀁴􀁬􀁊􀁩􀁽􀂧􀀴􀀺􀁾􀀢􀀬􀀢 • 􀁐􀁾􀀺􀁴􀁲􀀮􀀺􀁾􀁾􀁧􀀻􀀺􀁗􀁾􀁾􀁨􀀶􀀺􀁧􀁾􀀺􀀺􀀺􀀺􀀺􀀻􀀺􀀺􀀻􀀺􀀺􀀺􀀻􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀮􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀺􀀻􀀺􀀺􀀻􀀺􀀺􀀺􀀺􀀻􀀻􀀺􀁾􀁩􀀻􀀺􀁾􀁲􀁾􀀺􀁾􀁾􀁪􀀮􀀣􀁾 • MCIP Application Workshop ":Fd5fu:iit¥28 • MCIP Applications Due May 30 • Preliminary Evaluation Evaluation Results September 15 • Cities' Deadline to Respond September 30 • Final Evaluation Results October 7 • Staff Recommendations October 7 • Commissioners Selection January 15 • Cities' Notification January 31 2001 Mel? Application 􀁾 , , 􀁾 2001 91111. CDunty ean 􀁆􀁏􀀢􀁐􀁾􀀺􀀧􀀺􀀺􀁾􀀺􀀺􀀻􀁾􀀺􀀺􀀭􀀺􀂷� �􀂷􀀺􀂷􀂷􀂷􀂷􀀢􀀭 􀁾􀀻􀀿􀁾􀁾􀀺􀀺􀀺􀀺􀀭􀀺􀀺􀀺􀀫􀀺􀀺􀀺􀀮􀀺􀀺􀁾􀁾􀁲􀁾􀁾􀀮􀁾􀀺􀁟􀀺􀀺􀀺􀀺􀀭􀂷􀀺􀀭􀀺􀁟􀀺􀁟􀁾􀀺􀁾􀀺􀀺􀀺􀀺􀀺􀁊 􀁾􀁾􀀺􀀺: :.-:::􀀮􀁾􀀺􀀮􀁾..:::.􀁾􀀺􀀺􀁾􀀮􀀺􀀮􀀧􀁾􀀮:.􀁾􀀺􀀮􀁾􀀺:: ,.:.':.􀁾􀀮􀁾􀀺􀀺􀀮􀁾 􀁾􀀺􀀺􀁾..􀁾􀀮􀀧􀀮􀁾􀀺􀁾.:..􀀺􀁾􀀮􀀬􀁾􀁾􀀧 􀀮􀁾􀀺:.'.􀀧􀀺􀀺􀁾.f*.:,.::..:::􀀮􀁾􀀮􀀧􀀺.A:􀀮􀁾􀁾􀀮􀁾 . 􀁾􀀡􀁾􀁬􀀬􀁾􀁾􀁾􀁟􀁾􀁾􀁾􀀮􀁲􀀻 ..... __ 􀁾 .... , , __ ..... 􀀬􀁾 􀀬􀁟􀁾􀁾􀁾􀁾􀁾􀀬􀀭􀀻􀀭􀁾􀁉􀀬􀀴􀁉􀀧􀁾􀁾􀀢􀁟􀁾􀁟􀁲􀀺􀀬 .'.". 􀁾􀁾􀁾􀀡􀁬􀀺􀀡􀂷􀁾􀁾􀁾􀁾􀂷􀁾􀂷􀂷􀂷􀁾􀁾􀂷􀀺􀁾􀂷􀀺􀀺􀂷􀂷􀂷􀁾􀂷􀂷􀂷􀁾􀁾􀁾􀁲􀀺􀀺􀀺􀀺􀁾􀀧􀂷􀂷􀂷􀂷􀂷􀂷􀀺􀀺􀂷􀁾􀀺􀂷􀀺􀀺􀂷􀀧􀂷􀀱􀀮􀂷􀁲􀀺􀀺􀀺􀀺� �􀂷􀀺􀁾􀂷􀁾􀂷􀀮􀀧􀀺􀀺􀀺􀀺􀀺􀂷􀂷􀁾􀂷􀂷􀂷􀀺􀀺􀁾􀂷􀀺􀂷􀂷􀀺􀀺􀀺􀁾􀀺􀂷􀀺􀀺􀀺􀀺􀀺􀀺..􀀺..:::. 􀁌􀁾􀁾􀂷􀁾􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀁴􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀀮􀀺� �� �􀀮􀀺􀀮􀁾􀀮􀁴􀀮􀁴􀀺􀀮􀀺􀀻􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮 􀀱􀀺􀀻􀀺􀁾􀂷􀁾􀂷􀁾􀂷􀀺􀁾􀁾􀁾􀂷􀀺􀂷􀀺􀂷􀀱􀂷􀀺􀂷􀀺􀂷􀀺� �􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀁴􀂷􀀺􀂷􀁪􀁬􀁧􀁾􀁩􀁾􀂷􀁾􀂷􀀺􀂷􀀺􀂷􀀺􀂷􀀺􀀺􀀺􀀬􀀺􀀺􀀺􀀺􀀬􀂷􀀻 􀁾􀁷􀀮􀀧􀀧􀀧􀁁􀁉􀁴􀁉􀀻􀀧􀀮􀁉􀁉􀁴􀁉􀀺􀀻 􀁾 :TnllcV..... S.unlll( "" 􀁾􀁀􀁾􀁾􀂷􀁜􀁜􀁌...􀀽􀁪􀁔􀀻􀁾􀁾􀂷􀁾􀂷􀀺􀁾􀀺􀀭􀀺􀀺􀁵􀀻􀀻􀀺􀀻􀀻􀀺􀀺􀀮􀀺􀀺􀁾􀀬􀀻􀀺 2003 MClP Application DRAFT__ c 􀁾􀁢􀁾 : 􀀢􀀺􀀺􀀺􀁌􀁾􀀺􀁦􀁾􀀺􀀺􀀺􀁾􀁾􀀺􀁾􀁾􀁾􀁾􀀺􀀺􀀺􀀺􀁾􀀺􀀺􀀽􀁾 -'--il,vr::::---"'" FRH!(i;:iJ _ ......_ ..""-Y.::.: 5·.. 􀂷􀂷:􀂷􀂷􀂷 􀂷􀁆􀁟􀀭􀁟􀁟􀂷􀁟􀀺􀂷􀂷􀁾􀂷􀂷􀁾􀂷􀂷􀀮􀁾􀁺􀁾􀀺􀁾􀀽􀀻􀀬􀀽􀀻􀀻..􀀬.􀁩􀁩 􀁵􀁴 􀀮....􀁮...􀂷􀀽􀁾􀀺􀀮􀀽􀁾􀀮􀁟􀁾􀂷􀀽􀂷􀀮􀂷􀀽􀂷􀁾􀂷􀀮􀂷􀁾􀂷􀂷􀀽􀂷􀀮􀂷􀁬􀂷 􀁾􀀬􀁾 p.'r:'.@.__ •.•...•.•. _._ ••••.•.._ 􀁾􀀮􀁟􀀮􀁟••. : 􀁾.........􀁾 􀁾.........􀁾 􀁁􀁁􀂥􀀿􀁾􀁾􀁩􀀺􀁡􀀺􀀿􀀢􀀮􀁩•.•..... : ::::::., _ 􀁾􀁾􀀭􀁴􀁾􀁾􀁾 􀁾􀀮􀁴􀁾􀀮􀂷􀀮􀂷􀀮􀀭􀁾􀀮􀀭􀁾...·.·( -'.' -r=::t/:;:-iZT"" . ........􀁾􀁲 􀁾􀁾••􀁾􀁣􀀻􀀧 •••• 􀁾􀀡 􀁦􀁬􀁾􀁾􀀺􀁲.􀀧.􀀺:..:.. :..􀁾...:;.:.􀁾􀀧􀀳􀀧􀀮􀀡 ........ wo. •..... .. .. 􀁾􀀮􀁾􀀮 R L m ; 2 Project Cost Estimate ·􀁌􀀮􀁾􀀻􀁾􀁾􀁬􀁟􀀻􀁾􀀺􀀺􀁦􀀺􀀺􀁾􀁾􀁾􀀡􀀡􀀻􀀺􀀱􀀺􀁦􀁬􀀺􀀬􀁾􀀬􀀻 -insufficient infonnation about project scope -gross underestimation of project costs • Changes in process and methodology -field inspection of all projects -team review of project cost estimates • New Methodology Accident Rate Air Quality Energy Conserv. Sustain Inter/-able nmlti-Dev. modal Project Evaluation Methodology 10 factors (10 points each) Benefit! Cost Analysis Functional Txaffic Traffic Class Volmre Volmre Delay Growth u Project Evaluation 􀁍􀁥􀁴􀁾􀁥􀁤􀁯􀁬􀁯􀁧􀁹 Project Evaluation Methodology • I. 􀁆􀀺􀁾􀁾􀁾􀀺􀁾􀀻􀀺􀀺􀀺􀀧􀀧􀀢􀀧􀁾􀀭􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀀧􀁾􀁬􀁾􀀺􀀺􀀩 • 2. Traffic Volume • On the Regional Thoroughfare Plan FuncUonal CluslOcaUan Score' 􀁍􀁡􀁪􀁯􀁲􀁾􀁲􀁩􀁡􀁬 10 paints Frecwuy 1 poinu MinorArtmai 3poinll Not on Regiollll1 opoinll Thornuil.h(are Plan • Magnitude of expected traffic-flow improvement • Difference between "build" and uno-build" forecast year (2030) traffic volumes. 1S Project Evaluation Methodology ............ ,.'"",'>'"""";,.,,,,,,,,,,=.'-",,,,,,,,Il!I::::. • 3. Traffic Volume Growth • Difference between the "no·buildft base year and the "build" forecast year vOlwnes • The larger the % change. the higher the score t1 Project Evaluation Methodology . 􀁭􀀮􀀧􀀮􀀢􀀮􀀧􀀮􀀬􀀭􀀽􀀻􀀬􀁬􀁩 􀁾􀁉􀁃􀀺􀁾􀀣 • 4. Speed Delay • Based on Degree ofCongcstion (DOC) • DOC =Delay Rate. 0.410· • Delay Rate= Posted Speed -Operational Speed Project Length 18 3 Project Evaluation Methodology ··,·""""'-,,,,1R:;:t • 5. Travel Desire • Assuming no congestion. what is the most desirable route for travelers? • % Difference between the "Build CapacityConslrained" volume.s and the ..AII.or-nothing" volumes. 10.01 Or 10 J.OI-IO.OO J.DI-S.CO 101-].00 1.J1-1.oo I.Z6-I.JO 1.01-1.2.1 • Ratio of benefits to cost • Benefits (increase in capacity &. speed) • Cost (Iotal project cosl) BlC Rollo D-D.lD D.Jl-D.n Project Evaluation 􀁍􀁥􀁴􀁾􀁯􀁤􀁯􀁬􀁯􀁧􀁹 􀁂􀁥􀁮􀁥􀁦􀁩􀀺􀁾􀀺􀀺􀀺􀀧􀀺􀀺􀀻􀀺􀀧􀀽􀀧􀀧􀀧􀀧􀁦􀀺􀁩􀁲􀀺􀀺􀀭􀀩 • 6. Project Evaluation Methodology Project Evaluation Methodology 􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀂷􀀬􀀢􀀬􀁀􀀬􀀬􀀬􀀬􀀽􀀴􀁦􀁬􀀺􀁾􀀧􀀻􀀻 ······_·;,%_,..􀀬􀀮􀀻􀂷􀂷􀂷􀀬􀀬􀀬􀁾􀁾􀁬􀀺􀁾􀀩 • 7. Sustainable Development • 8. Inter-modal /Multi-modal • Wrastructure Investment Project (10 pts) • Project's potenliallO encourage sustainable development • Social Mobility project (10 pts) • Multi-Modal I Inter-Modal Project. -"dillrc..􀁥􀁤􀀢􀁾 • Located in census blocks classified as: -Tr3JUit (IOplJ) -Olund eru􀁴􀁩􀁴􀁩􀁺􀁥􀁤􀀢􀁾 -School BUll (J pm) -􀁂􀁩􀁣􀁹􀁾􀁬􀁾 PalhJ (5 plJ) -SidcwlllkJ (3 pili) Z2 " Project Evaluation Methodology Project Evaluation Methodology .􀁟􀀮􀀮􀀮􀀮􀀮􀀬􀀬􀀢􀀧􀀬􀀮􀁟􀀭􀀻􀀬􀁾􀀡􀁾􀀺􀀺 • 9. Air Quality /Energy Conservation • 10. Accident Rate • Cost of improving air quality calculated from imn..Y.!! • Based on raw accident rale per million vehicle miles S/Lb of NoX Reductions Scoring Range > 100.0 opoints 3 points 5 points 700ints 10 paints 􀁾􀀮 50.0 -99.99 10.00 49.99 5.00-9.99 <: 4.99 • Cities submit 3 years worth of accident data • Projects with higher accident rate receive higher rating 4 Project Evaluation Methodology 􀀮􀀧􀀮􀀧􀀮􀀢􀀢􀀢􀀮􀀢􀀧􀀧􀁩􀀧􀀧􀁾􀀧􀀧􀀢􀀧􀀧􀀧􀀧􀀧􀀽􀀧􀁟􀀮 • Compensation for Inherent biases in Methodology -Bonus points -Special cases • #l··for new roadway projects • 1#2··for projects that show no benefits • #3··for criteria thal use % change as basis for scoring Consultant Selection Process 􀁔􀁷􀁾􀀻􀁾􀁾􀀬􀁾􀁲􀁾􀁾􀀺􀁾􀀻􀀧􀀬􀀢􀀪􀀧􀀻􀀢􀁓􀁬􀁬􀀢 • Interviews . • Cities' participation encouraged • Major lime involvement • Review A&E process with Commissioners • Advertisement Schedule • Begin Feb 03 • Complete June 03 • Provide feedback today on process Workshop Sessions 􀂷􀂷􀀬􀂷􀀬􀂷􀀢􀀧􀂷􀀢􀂷􀀢􀀢􀀢􀀻􀀢􀀧􀀽􀀧􀁭􀁬􀁾􀁉􀀺􀀺􀀢 • Session l--Lessons Leamed (Don H.) • Session 2-·Call-for-Projects (Edith) • Session 3--Consultant Selection 􀀨􀁁􀁬􀁢􀁥􀁾􀁡􀀩 2' Air Quality /Energy Conservation Formula: ......... 􀀧􀀮􀀢􀀢􀀢􀀢􀂷􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀢􀀭􀀢􀀢􀀢􀀢􀀻􀀢􀀢􀀧􀀡􀁉􀁾􀁉􀁾􀁾 ., Adjourn! .,.,.,,,;,,;, ''''''''"''';;ll!1II» • Thank You! 􀁾􀁬􀁉􀀧􀁃􀁤􀁉􀁉􀁭􀀮􀀮􀁵􀁮􀀮􀁴􀁉􀁩􀁉􀁉􀁬􀁮􀁾􀁾􀀿􀁬 8Tisskn fldal...t.., 􀁾􀁡􀁣􀁭􀁾􀀲􀁧􀁂􀀱􀀡􀀱􀀱􀁔􀁖􀀩 􀁒􀁱􀁳􀀺􀁬􀁌􀁱􀀱􀁬􀁾 􀁾􀁭􀁤􀁩􀁬􀁬􀁬􀁬􀁉􀀮􀀮􀁵􀁮􀀮􀀮􀁾􀁖􀁮􀁴􀁦 􀁬􀀺􀁉􀁾 6'risl/cn 􀁲􀁯􀁣􀁡􀁴􀁳􀀮􀀺􀁬􀁣􀁮􀁾􀁨􀁲􀁮􀁊􀁮􀁦􀁴􀁬􀁩􀁬􀁬􀁾 􀁔􀁬􀁄􀁉􀁾􀁃􀁏􀁬􀁉􀀨􀀤􀁬 QCE&lS, CIpbI 􀁾􀁆􀁡􀀺􀁲 (oOl"I@&Jl 􀀴􀀯􀁩􀁉􀁬􀁧􀀱􀁬􀁔􀁬􀁬􀁾 pard(o:r.na>rllla.gallUolJ1l1ij D:t... 􀁾􀁰􀁡􀁲􀁤􀁤􀁬􀁏􀁬a'Tl1i_rCdaa 5 •• • 􀁾 • --􀁾 p 􀀬􀁾 􀁾 ---. 􀁾 -' --• -Jan-12-04 05:21P . .-.... .--􀁾 , 􀁾 -. -􀁾 -, --DALLAS COUNTY PUBLIC WORKS ve-e r { rz4-􀁴􀁶􀁾 f tVcf \ 􀁓􀁦􀁴􀀧􀁾 (-TO Dallas Ct)unly Cities FROM: Edith 9. Ngwa. Ph.D SUBJECT: Major Capitallmpnlvement. Program (MCTP) 􀁃􀁡􀀮􀁬􀁬􀀭􀁦􀁯􀁲􀀭􀁐􀁲􀁮􀀮􀁩􀁾􀁣􀁴􀁳􀀺 Preliminary Evaluation Results DATR: January 12) 2004. Find attached 1hc preliminary evaluation results of the 3rd Call for Projects. A11 projects sublnitted for this Cflll were rated based on 10 evaluation criteria worth a maximull1 of 10 p(lints each. The SCl)re J(lf euch criterion a!i wt::l1 a'\ the overall project 􀁾􀁣􀁯􀁲􀁥􀁳 arc 􀁵􀁩􀁾􀁰􀁬􀁡􀁹􀁥􀁤 on the attached score shect(s). 􀁎􀁯􀁴􀁾 that the project cost esti,nate 011 the 􀁳􀁾􀀨􀀩􀁲􀁥 shed may he different from that originally submitted by your city. All pruject cost estimates were reviewed by Dallas County Puhlic Works for 'lccuracy. Where a 100ItJ or above tl;fference existed 􀁨􀁾􀁬􀁷􀁥􀁥􀁮 the project cosl sublnittcd by the City and that 􀁤􀁥􀁲􀁩􀁶􀁾􀁤 by Dallas County, the cost was revised to reneet an agreed-upon 􀁴􀁬􀁧􀁜􀁬􀁲􀁾􀀮 Plea5e review lhe 􀁲􀁾􀁳􀁵 Its carcfuHy and contact J􀁾􀁣􀁫 Hedge.. P.E. (214-653-6420) for questions regarding. revised cost 􀁣􀁳􀁴􀁩􀁭􀁡􀁴􀁥􀁾 and Dr. Edith NgWll (214-653-6522) Ic.lr questions nn lhe evaluatiun 􀁲􀁥􀁾􀁵􀁬􀁴􀁳􀀬 by 􀁊􀁡􀁨􀁵􀁾􀁲􀁹 􀀲􀀲􀁾 20U4. If you uo not respond by the January 22,2004 􀁤􀁣􀁡􀁤􀁈􀁮􀁾.. we will 􀁡􀁳􀁳􀁵􀁮􀁾􀁣 that you ugree with our prdinlinary evaluation results and therefore proceed with our final evaluation and 􀁳􀁣􀁫􀁣􀀧􀁩􀁾􀀩􀁮 process. cc: SHm Wilson, P.E A(Lachment Moc. 􀁾􀀮 .: :i" ".;. 􀀺􀀺􀀮􀁾 . 􀁾 '" .-: ,_ 􀁉􀁾 􀁾􀀮􀀮 􀀱􀁾 􀀺􀀮􀀺􀀺􀁾􀁾 .. 􀀮􀁾􀀮 ": ... :1, ...􀁪􀀺􀁾􀁾 ..􀁾􀀮􀀮 􀀺􀀮􀁾􀁴􀁬􀁾 . 􀀺􀀺􀀺􀁬􀁾 􀁾􀀮 􀂷􀁾􀀺􀁩􀀢􀀮􀀺􀀺􀀮 :-. :.:•..􀁪􀀻􀁾􀀻􀁾􀁾􀀮􀀧􀀺􀁾� �􀁾􀁾 A. 􀁩􀀺􀀡􀀺􀁾􀀺􀁾 -. 􀀺􀀮􀁾􀀺􀁾􀁾 􀀮􀀺􀂷􀁉􀁾􀁾􀀮 􀁾􀀡􀁩􀁬􀀺 .,:_= .! 􀀺􀀺􀁩􀀮􀁾􀁾 .: ,.:... 􀀺􀀨􀁾􀁾 ....__ '..;:' Major Capital Improvement Project Ranking by District and by City • • 􀀮􀁉􀁾􀁉􀁾􀁉􀀺 􀀮􀁾􀀮􀁾 • ••••• • 11••-: .... :.;1..... r 1 ...hr•• 1",1.1 􀁾􀀧􀁉􀂷􀀺􀂷 􀁮􀁩􀀮􀁾 • ' •••••·.·1·. ... . • ill." , ... :.. : 􀀻􀀢􀁾􀀮 :-􀁾􀁉 .:.-,:. .:..':::::-.. 􀀮􀁲􀀺􀀱􀁾􀂷􀀺 .•i.; .1•••r.,.. I:.. -a:.-.-I. II' •• ••:.:1·. 􀀮􀁾􀁾 ••1..1' ••􀁾􀀺􀁾􀀺􀀺􀀮 '::,,:1: . ,".=.: . :-', : .'"'; I 􀁜􀁾􀁉􀁟􀀮􀁉 _ 􀀧􀁾􀁉􀂷 1.1:.1-. • '"'-, 􀁾􀀭􀀡􀀮􀁉􀀻 • ".."." •••• ", .: .' 1/rn City Type Di!l( Projf:ct Loc.atioD BeginningFUI/rtlAltal 􀀮􀀧􀁰􀁾􀀬􀁊􀁉 ("Jars De/a.)' Length Project Cit)" Percent Project (Miles) Cost Fundiug I\htch Descrip1ioD Ending r/rrjJic TruDie rlVl'rJ BI!M"flJ AuioHlIll -ii' JM.'·M SOli' I/dlJ,_ J"CllIO'" ,Hulr"'"it!' Total 􀀮􀁾􀁣􀀱􀁪􀀧􀁣􀀱 lc:.f IkJrr usl Rau Q,,4l4; 􀁃􀁲􀁯􀀧􀀴􀂷􀀯􀁾 '0 1 RecontiotruC1ion 01 Beltline Road 2 $13,150,060 $7,495.534-0.57 COIf1p1ete recon,trudi0f7 of Beltb'ne Roa4 !rrJm 􀁄􀁡􀁬􀀯􀁾􀀳 PiUkw8Y rEI Marsh Lane. including ...·Sler and $f!wer urilltl Addison DBllas Parlf.way Marsh Lane repfacemel1t relaeatitJIJ 01 DYerlJead r.JtjJifjes. 2Dd streel.scape ;m;Jt'UVf!I1U!J'/s REC P"'jecl S""e: 10 8 2 10 () Q 8 a fO 0 1.57 75 " [] 􀁾􀀭 Q. r-1 N.. Lll o􀁾 o1 Nr-I IC 10 r") .... ," Monday., JanufJ'J' Jl, 2004 .',"" 􀁾􀀮􀀺.. ...... , ••••1 .-."_. Jan-12-04 05:21P FACSIMILE TRANSMISSION COVER SHEET PaDl DATE: SENT BY: TO: COMPANY: January 12.2004 lsela Rodriguez, Transportation Planner OALLAS COlJNTY PUBL1C WORKS DEPARTMENT· 411 ELM STREETt 4"1'11 FLOOR DALLAS, TEXAS 75202 Phone: 214·653·6417 Fax: 􀀲􀀱􀀴􀁾􀀶􀀵􀀳􀀭􀀶􀀴􀀱􀀶 Steve Chutchian, Assistant City En!ineer Addison FAX NUMBER: 972-450-2837 PHONE NO.: 972...450-2886 NO. OF PAGES (Inc. Cover Sheet): COMMENTS: 3 Please call 214-653-6417 if there are any difficultie5 or problems in the translnission of this fax. H;\PlllilLll30000I\spea\OP.doc SECTIONGP GENERAL PROVISIONS • GENERAL PROVISIONS 1. The General Provisions of the Contract shall be as stated in the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (1983), under Part I, "General Provisions," Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions. H:\Pmj\OIJOOOOluptC3\GP,doc: 􀁋􀀺􀁜􀁐􀁲􀁯􀁪􀁾130000I\spea1S P.cIoc SECTION SP SPECIAL PROVISIONS 1. SECTION SP SPECIAL PROVISIONS OWNER The Town of Addison, herein referred to as Owner, party of the First Part of these Contract Documents, or as may be otherwise established through assignment of the contract. 2. ENGINEER Huitt-Zollars, Inc., Engineer of the Owner, or other representative as may be authorized by said Owner to -act in any particular position. 3. FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract, Bonds and Plans may be obtained from the office of Mr. Clyde lohnson, Purchasing Agent, Finance Building, 5350 Belt Line Road, Addison, Texas. 4. COPIES OF PLANS FURNISHED Ten (l0) sets of Plans shall be furnished to the Contractor, at no charge, for construction purposes. Additional copies may be obtained at cost of reproduction upon request. 5. PRODUcr RECORD DOCUMENTS Maintenance of Documents. The Contractor shall maintain at the job site one record copy of the Contract Drawings, Specifications, Shop Drawings, Change Orders, other modification to the Contract, field test records and other documents submitted by Contractor in compliance with specification requirements. These documents shall be maintained at the job site apart from documents useq for construction. These documents are not to be used for construction purposes. The documents shall be maintained in clean, legible condition. The documents shall be made available at all times for inspection by the Owner. Recording. Each document shall be labeled Project Record Copy in 2-inch high printed letters. The record documents shall be kept current. No work shall be covered until required information has been recorded. Contract Drawings. The appropriate drawing shall be legibly marked to record, where applicable: a. Horizontal and vertical location of underground utilities and appurtenances referenced to permanent surface improvements. b. Field changes of dimension and detail made during construction process. c. Changes made by Change Order or Supplemental Agreement. d. Details not on original Contract Drawings. e. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. f. Changes made by Change Order or Supplemental Agreement. g. Other matters not originally specified. H:IPmj'il1 JOOOOl\spta\SP.doc ShOD Drawings. The Conlractor shall maintain the Shop Drawings as record drawings and legibly annotate shop drawings to record changes made after review. A red felt-tip marking pen shall be used for all recording. Submittal. At the completion of the project, the Contractor shall deliver record drawings to the Owner. The transmittal letter shall be accompanied, in duplicate, with: a. Date, project title and number. b. Contractor's name and address. c. Title and number of each record document. d. Certification that each document as submitted is complete and accurate. e. Signature of Contractor or his authorized representative. 6. HORIZONTAL AND VERTICAL SURVEY CONTROL The Contractor will be responsible for horizontal and vertical survey control for this project. Benchmarks and alignment centerline coordinates are provided on the plans. 7. PERMITS, LICENSES. AND REGULATIONS Pennits and licenses of a temporary nature necessary for the prosecution of the Work shall be secured and paid for by the Contractor. Pennits, licenses and easements for permanent scructures or pennanent changes in existing facilities shall be secured and paid for by the Owner, unless otherwise specified. If the Contractor observes that the Drawings and Specifications are at variance therewith, he shall promptly notify the Engirl'eer in writing, and any necessary changes shall be adjusted as provided in the Contract for changes in Work. The Contractor shall comply with all federal, state and local laws, rules and regulations of every kind and nature applicable to the performance of its Work hereunder, and shall hold the Owner harmless therefrom. 8. REFERENCE SPECIFICATIONS Where reference is made to specifications compiled by others, such are hereby made a part of these Specifications. 9. REVIEW OF WORK The Owner and his representatives shall have the right to review the Work while such Work is in progress to ascertain that the Work is being accomplished in compliance with the standards and requirements set forth in the Contract Documents. It is also contemplated that similar review will be conducted by governmental inspectors. Notwithstanding such review, the Contractor will be held responsible for the finished Work, and any acceptance of the Work by the Owner or governmental agencies will not relieve the Contractor from responsibility for the Work. The Owner reserves the right to place full-time conscruction observers at the site of the Work. The Owner and his representatives shall at all times have access to the Work whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access, and for review. If the Specifications, the Owner's instructions, laws, ordinances, or any public authority require any Work to be specially tested, the Contractor shall give the Owner timely notice of its readiness for testing, H:\ProjlO1:lOOOO1\>peaISP.doc and if the testing is by an authority other than the Owner, of the date fixed for stich testing. Tests by the Owner shall be made promptly, and where practicable at the source of supply. Re-examination of any Work may be ordered by the Owner, and, if so ordered, the Work must be uncovered by the Contractor. If such Work is found to be in accordance with the Contract Documents, the Owner shall pay the cost of re-examination and replacement. If such Work is not in accordance with the Contract Documents, the Contractor shall pay such cost. 10. INSPECTION Notwithstanding the foregoing, the Town of Addison reserves the right to inspect, test, measure or verify the construction work for this project as the Town deems necessary. 11. SCOPE OF WORK The Work for this Project consists of furnishing all materials, labor, equipment, tools and incidentals necessary to conslruct, in accordance with the Plans and Specifications, the proposed improvements for Morris Avenue Extension. 12. PROPERTY LINES AND MONUMENTS All property corners, control monumentations, construction and survey stakes and marks shall be carefully preserved by the Contractor, and in case of careless destruction or removal by Contractor or his employees, such stakes or marks shall be replaced at the Contractor's expense as required by the Owner. 13. DISCREPANCIES If the Contractor, in the course of the Wark, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors or omissions in drawings or in the layout as given by survey points an'd instructions, or if it appears that any Plan, Specification or other Contract Document is or may be not in compliance with any building code or other requirement of any governmental body, he shall immediately inform the Owner in writing, and the Owner shall promptly verify the same. Any Work done after such discovery, until authorized, will be done at the Contractor's risk. 14. TIME ALLOTTED FOR COMPLETION All items of Work included under these contracts shall be completed within the time stipulated in the Proposal. The time shall commence on the date specified in the Notice to Proceed. The Notice to Proceed shall consist of a written request by the Owner for the Contractor to proceed with construction of the Project. 15. EXISTING STRUCTURES The Plans show the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation or extra work or for increasing the pay quantities in any manner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the Plans and Proposal, in which case the provisions in these Specifications for extra work shall apply. 16. EXISTING UTllJTIES AND SERVICE LINES The Contractor shall contact aU the utility companies which have facilities in the vicinity of the proposed improvements to confirm the horizontal and vertical locations of their respective facilities prior to 􀁈􀀻􀁜􀁐􀁲􀁧􀁪􀁉􀀰􀀱􀀳􀀰􀀰􀀰􀀰􀀱􀁾􀁜􀁓􀁐􀀬􀁤􀁯􀁣􀀺 commencing work. Where a conflict with the proposed improvements is encountered, the Contractor shall notify the Engineer immediately prior to proceeding with the work. The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operation. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better. at his own cost and expense. All replacement, backfill and compaction shall be accomplished in strict accordance with the requirements of the owner of the utility or service line. 17. PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company and approved by the Owner. The right is reserved to the owner of public utilities to enter upon the limits of the Project for the purpose of making such changes or repairs of this contract. 18. LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper execution of the Work. 19. PERMITS AND RIGHTS-OF-WAY The Owner will provide rights-of-way for the purpose of construction without cost to the Contractor by securing permits in areas of public dedication or by obtaining easements across privately-owned property_ It shall be the responsibility of the Contractor, prior to the initiation of construction on easements through private property, to infonn the property owner of his intent to begin construction. Before beginning construction in areas of public dedication, the Contractor shaH inform the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the Work. The Contractor shall obtain a 􀁲􀁩􀁧􀁨􀁴􀀭􀁯􀁦􀁾􀁷􀁡􀁹 pennit from the Town of Addison. 20. PRECONSTRUCfrON CONFERENCE The successful Contractor(s) and Owner shall meet at the call of the Owner on this Project. Prior to the meeting, the Contractor(s) shall prepare schedules showing the sequencing and progress of their work and its effect on others. These schedules shall be delivered to the Owner in advance of the meeting for his review. The general nature of the work, materials used, and methods of construction as well as the schedules will be discussed at the meeting. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction. 21. ADDENDA Bidders desiring further infonnation, or interpretation of the Plans and Specifications, must make written request for such information to the Engineer (not later than seven (7) calendar days prior to the date set for the Bid opening). Answers to all such requests wiH be given in writing to all Bidders in addendum form and all addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in, or omissions from, the Plans, Specifications or Contract Documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer in writing in order that a written addendum may be sent to all Bidders. H:lProj'il130000IUp"a\SP,da: 22. WATER FOR CONSTRUCTION The Contractor shall acquire a meter and make the necessary arrangements with the Town of Addison for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing or flushing. Water required for construction shall be paid for by the Contractor at the Town of Addison prevailing rates. There will be no separate pay item for connection into the existing water system and quantity of water required for construction purposes. 23. EXCAVATION The Contractor shall exercise precautions to insure that drainage from adjacent properties is not blocked by his excavations. 24. CONTRACTOR's BID The Contractor's Bid shall be on a Unit Price basis for construction of the Project as shown on the Plans and described in the Specifications. 25. OWNER'S STATUS The Owner shall perfonn technical review of the Work. He shall also have authority to reject all Work and materials which do not conform to the Contract and to decide questions which arise in the execution ofLhe Work. 26. OWNER'S DECISIONS The Owner shall, within a reasonable time after their presentation to him, make decisions in writing on all claims of the Contractor and on all other maUers relating to the execution and progress of the Work or the interpretation of the Contract Documents. I 27. LANDS FOR WORK The Owner shall provide as indicated on the Plans for this Project, the lands upon which the Work under this Contract is to be done, right-of-way for access to same, and such other lands which are designated on the Plans or in the Specifications for the use of the Contractor. Such lands and rights-of-way shaH be adequate for the performance of the Contract. Should the Contractor be delayed as the result of lack of access, this shall be cause for an extension of time but not for additional cost. The Contractor shall provide at his own expense and without liability to the Owner any additional land and access thereto that may be required for temporary construction facilities. 28. CLEANING UP The Contractor shall remove at his own expense all temporary structures, rubbish and waste materials resulting from his operations. These requirements shall not apply to property used for pennanent disposal of rubbish or waste materials in accordance with permission of such disposal granted to the Contractor by the Owner thereof. 29. LIQUIDATED DAMAGES FOR DELAY BY CONTRACfOR The time of completion is of the essence in this contract. For each calendar day that any Work shall remain uncompleted after the time specified the contract, liquidated damages shall be deducted from the monies due the Contractor in the amount of $500.00 per day. H:\J>rt>jlO130000I\Ipea\S P.doc . 30. USE OF EXPLOSIVES Use of explosives will not be allowed. 31. PROJECT MAINTENANCE The Contractor shall maintain, and keep in good repair, the improvements covered by these Plans and Specifications during the life of his contract. 32. DISPOSAL OF WASTE AND SURPLUS EXCAVAnON All asphalt, concrete, rock or excavated material, or other debris shall be removed from the property and the Town of Addison. Any required disposal pennits shall be the sole responsibility of the Contractor. 33. REMOVALS, ADJUSTMENTS AND REPLACEMENTS Existing pavements, driveways, curbs, gutters, sidewalks, etc., to be removed to facilitate the construction of the improvements shall be broken up and disposed of. Care shall be exercised to leave a neat, unifonn edge or joint at the excavation limits or sections removed where only portions are to be removed. The Owner will designate the limits to be removed. Where pavements, driveways, curbs, gutters, sidewalks, etc., shall be replaced, then said replacements shall be to the standard of of the previously removed portion or better. Existing structures such as manholes, inlets, c1eanouts, valve boxes, etc. which are not the property of a private firm or company, or an individual required to move their own property, shall be adjusted, altered or reset to the required elevation and alignment. New materials and workmanship necessary shall conform to the requirements of these Specifications covering the particular Work. Salvaged materials in good condition may be used in rebuilding such structures, provided the materials are thoroughly cleaned before their use. All private obstructions which are indicated on the Plans to be moved, will be removed and replaced, or moved to new permanent locations by the Contractor, without additional payment to the Contractor. Any such additional item which the Contractor moves or causes to be moved for his own convenience shall be at his own expense. 34. TOWN OF ADDISON APPROVAL This project is subject to final approval and acceptance by Town of Addison. 35. TRAFFIC CONTROL The Contractor shall be responsible for providing traffic control during the construction of this Project consistent with the provisions set forth in the latest edition of the "Texas Manual on Unifonn Traffic Control Devices for Streets and Highways" issued under the authority of Sections 542.202,544.001 and 544.002 of the Texas Transportation Code. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Town of Addison to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual, and such a temporary sign must be installed prior to the removal of the existing sign. The Contractor shall submit a Traffic Control Plan at least five (5) calendar days prior to commencing work for review and and approval by the Town of Addison. H:\PmjlO13lXXX11\OSl' flr-lF. DIU l·LF:ft ort.AA'I'OR WAC:OH··I\llll,L. IIOIHllll ttAClilNI: REI 􀁎􀁆􀁏􀁾􀁃􀁊nco &Tt.f.I. SF.\1'£R N\VUIG It£lIU'OAClIIC sn;lU. S[.TrER STnUerunes . RJiJrlFonCIKI; !'1'r.tL BETTER tU:.t.PCR 􀁓􀁔􀁙􀀮􀁴􀁾􀁬􀀮 WORJ.\T-R-S'l'RUC'TUllAt. s 10" t:IU:CToll SIGH rHECtOR IIELrn, SPRE"UI:R DOX OrCRA1'OR BItt'IUCI'oDC SJ:RvrCER 7.0WF. HonK HOUN'UO SIGH 􀁊􀁾􀁉􀁈􀀧􀁕􀀮􀀬􀀧􀀬􀁌􀁲􀀮􀁁 Vl::RHAtlU'T GltllUtiO ·rtIUC k DIU 􀁙􀁾􀁒􀀭􀀡􀀻 ,"(1 LE "1(1.': 1.1cllr f'Ntfl:M hlttV.:R-!\JN,:.I.E AIL! 􀁉􀁉􀁛􀁁􀁖􀁾 1n'JCI( 1l1l) 􀁙􀁉􀀺􀁦􀁬􀂷􀀬􀁔􀁁􀁴􀁦􀁦􀀩􀀧􀀬􀁾 "X I.f: setu TIlAIII:Il 1,BU 't1tt)cK onlVI:R-IAltlhoY/'lnA1' '.652-'fRrtCr. OnlVi:P'-'1'Jt1ltIS'T "IX 1. "0' Tnue:K f)RJY£R-fllt'ell .,.. •. a. IOU II r Ult A:W" ol'r,RA􀁔􀁏􀁉􀁾 1 • DOO WBlot« 􀁉􀁾 .• 􀁾􀀧 'IK'.m:M ItCM'r-1i 􀁾 .0':10 __•• c-_ -.. __ ..__ • • _ ... ----..... --..... --_ _ .. 􀁾 •••t _ _ ---.. -•• _-----_ -----9.'U B. JOJ '!I. )e.o 8.31) , 􀀮􀀱􀁾􀀱 •• 5(\0 ',041 1.3!O 1.I"Hi ,.no ,.1!'iD '.0(\0 􀀹􀀮􀁾􀁄􀁏 8,4.0 I.U' ., 􀁾􀀷􀀩 7.1)S 7.615 &. 􀁬􀁁􀁾 1.'61 ".40.l 1.1)' 8.l05 '1_ II)] I. U9 ID.Hl 􀁾 11. I )1' I.U) ,. JJl t. tl1 ., no '.ono ",u 􀀧􀀬􀀧􀁾 􀁾􀁮􀁄􀀧 .• ', 10. H' , •• !'! 6.401. ',500 12.000 IO.Onn BUI.J.noZER. 150 II .. " LP.99 8U1.t.DOZER. t'VER' l 􀁾􀁯 UP CONClU:.TE PILVltfC C1IRIUC trl\ClIlJlE CONCRl.......e PAYI Ne FINIS",'10 HAell J NI: COflCJU:l't: I'AVlI.Q FoRH ORAO£R. CONCIUlTt rAVIne .7o.urr 1"'(lIl,IE 􀁥􀁏􀁎􀁃􀁒􀁾􀁴􀁬􀀺 PAVING 301)11' SEAI,t.R. 􀁃􀁏􀁋􀁃􀁾􀁅 PAIVNQ rlDAT COHCRr.-rr, PIWIIiG SAW COHeRE"! PAVU'c; srnr.A.nr.R 􀁰􀁾􀁖􀁊􀁎􀁡 SUD-GHAD!R SI..I.F01Ut 􀁾􀁃􀀱􀁮􀁎􀀢 OPI.:AATOR CR"NF.. croAKSIlr.Lf.. ttAClCllot, DERRICk, 􀁮􀀢􀁾􀁇􀁉􀀮􀀱􀁎􀀢􀀬 IiHoVt:l.. Ltss TIIM 1 1/2 C.Y. CRImE. CIJ.H!:III1.I., BlCIaIOE. DEPRJCK, 􀀱􀀧􀁊􀁉􀀧􀀬􀁾􀀮􀁇􀁛􀀬􀁬􀁴􀀱􀁐􀀮􀀺􀀬 GII(IVr.I. 1 1/2 C.V. , OVGR 􀁃􀁾􀁬􀁉􀁓􀁮􀁅􀀢 OR SCREE"INO ".AUf OrEnA'fOn fONt toADEn 􀁲􀁏􀁕􀁎􀁏􀁁􀁾􀁉􀁏􀁾 DRtLL Orp.nAroR CUWr.Eft KOUJITto 􀁲􀁏􀁉􀀩􀁉􀁉􀁉􀁜􀁁􀁔􀁬􀁮􀁾 Inn I,'. orr.IIMn" , nlll:tl "Io'lltrcp ,oUIID1\TIO:f bRILl, OPIlAATOft IIELPEA-1'I4UCIC, CRAWI.ER PAOUT rHO t.ollDER 2 • /2 . c. Y. .. I.r."s "RONT HMO 􀁉􀁮􀁾􀁮􀁆􀀮􀁒 􀁏􀀢􀁾􀁒 􀁾 'i/-.J C.Y. HOIS'r -DOUBtt. bnU" H1LLU'a HACHlttE Ol'P.RATOR. H1Xr.R 􀁃􀁾􀁖􀁅􀁮 1& r..F.) HIX£1t Cue. r ... 1.1&&) 􀁋􀁬􀁾􀁴􀁒 -CONCRETE PAVING KOT'On OIU.,DZJ\ OJ'r.RATOR fIN. O)tAr:m KOTOR GRADE opeRATOR f>/WP.HP.HT tlMUn NG rtACIIINr. nOI.I.r.R. STEEl.-WIIEEL P'l.J\It'T-H II 1'J\V[ltEfiTS ROl.LER.. STf&L WUJ:&L O1'II&Jt rt,ATWIIEr.r. OR T"Hrn,r: 11U1:U:M, PNEUtlATlC. SF:I.f-rnl)""u,p.D 􀁓􀁃􀁒􀁁􀁐􀁾􀁐􀀭􀀭􀀱􀀷 C.1. , LE$$ SCRAvtR-OYf.R 17 c.r. SIDE ADOH TJlAr.roR-􀁃􀁉􀁾􀀢􀀧􀁉􀀮􀁅􀁮 TY rt: 1SO " .. , Ll:SS 1'RAC·TQP.-CIU,W Ltll TY Pt: OVEtt lSO Ifl' T'PACTOR-rtrEuHA'J'le TAAVr.tUIQ ttl KtR TR£tlClI:HC 􀀢􀁾􀁲􀀮􀁈􀁉􀁉􀁉􀁲􀀮􀀢􀁉􀀮􀀧􀁇􀁉􀁩􀁔 , -) 􀀮􀁾􀀩 I' TIl.'U?O., , J 􀀢􀁬􀀨􀀧􀁝􀁏􀁍􀁾 .. " i; H:\Proj\O I30000IUp=\T.doc SECTIONT 1ECHNICAL SPECIFICAnONS SECTIONT TECHNICAL SPECIFICAnONS 1. GENERAL All materials and construction methods for this project shall be in conformance with Town of Addison standards and specifications and the North Central Texas Council of Governments "Standard Specifications for Public Works Construction" (1983), as amended or supplemented. Where conflicts exist, Town of Addison standards and specifications shall govern. II. SUPPLEMENTAL STANDARDS Amendments to the North Central Texas Council of Governments Standard Specifications for Public Works Construction. lli. MOBILIZATION IV. DEMOLmON V. EARTHWORK VI. SUPPLEMENTAL LANDSCAPE AND IRRIGATION SPECIFICATIONS A. Tree Protection B. Lawns and Grasses VII. NPDES -STORM WATER POLLUTION PREVENTION PLAN vm. BRICK PAVER INSTALLAnON IN VEHICULAR AREAS IX. MISCELLANEOUS DETAILS H;\Pmj\O13OlXXI1upca\T.doc II. H:\PrvjIO IlOOOOl\5pCQ\T.doc II. SUPPLErvrnNTAL STANDARDS AMENDMENTS TO NORTH CENTRAL TEXAS COUNCil.. OF GOVERNMENTS STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1.22-CONTRACTOR'S RESPONSffiILITIES, 1.22.2-INDEMNIFICAnON: Delete the two paragraphs comprising the section and replace with the following: liThe Contractor and sureties shall indemnify the Town of Addison, Texas, Post Properties, Inc., and Gaylord 􀁐􀁲􀁯􀁰􀁥􀁲􀁴􀁩􀁥􀁳 􀀬􀁾􀁉􀁮􀁣􀀮 (for purposes of this indemnification herein referred to together as the Owner), their officials, officers, employees and agents against, and hold the Owner. their officials, officers, employees and agents harmless from, any and all liability, actions, causes of action, lawsuits, judgements, claims, damages, costs or fees, including attorney's fees, for any injury to or death of any person, or damage to or destruction of any property, resulting from or based upon, in whole or in part, any act or _ omission of the Contractor (including. but not limited to, the failure to provide any necessary banicades. warning lights or signs), its officers, employees agents, or subcontractors under, in connection with, or in the performance of this construction contract for the Addison Circle Phase II-B project. The provisions of this paragraph shall survive the termination of this construction contract." 1.24 PROTECTION OFWORK AND OF PERSONS & PROPERTY 1.24.3 Add the following to this section: (a) Description: This section covers excavation and supporting systems for trenches to protect the safety of workers and property adjacent to the site. This specification shall govern for construction of all types of trenches and excavations less than 15 feet in width. These specifications were developed in general conformance with the Occupational Safety and Health Administration (OSHA) standards as contained in Subpart P, Part 1926 of the Code of Federal Regulations. Other OSHA construction standards shall be followed where applicable. (b) . Products: The CONTRACTOR shall submit to the OWNER prior to the beginning of any trench excavation, for approval, design calculations and fabrication drawings for the proposed trench shoring system to be used on the project certified by an engineer registered in the State of Texas. (c) Execution: (1) General: These specifications apply to any trench excavation which is over five (5) feet in depth from the ground surface, or trench excavations that are less than five feet in depth located in areas where unstable soil conditions are present. (Ref. OSHA. Safety and Health Regulations. Part 1926, Subpart P, Paragraph 1926.652, Subparagraph (b). "Unstable" soil conditions refers to soils w'hich will slough or move under load or vibration.) These specifications also apply to shored trenches and excavations less than 15 feet in width. (2) CONTRACTOR'S Responsibility: H:\ProlI01300001 \specs\AMENDMTS.COG.doc (A) These specifications address the safety of workers in a trench excavation and it, in no way, relieves the CONTRACTOR of his responsibility and liability to insure the safety of the project and workers. (B) The CONTRACTOR must identify a qualified person in the CONTRACTOR's finn responsible for performing adequate inspections of the trench excavations to assure that conditions have not changed that may make the trench excavation or bracing less safe. (C) It is the CONTRACTOR's responsibility to insure that all excavation work and site conditions are within the regulations as established by OSHA. Any property damage or bodily injury (including death) that arises from use of the trench shoring system, from CONTRACTOR's negligence in performance of contract work, or from the OWNER's failure to note exceptions to the trench safety system shall remain the sole responsibility and liability of the CONTRACTOR. (D) The CONTRACTOR must notify the OWNER verbally immediately and in writing within three (3) working days of discrepancies in the soil conditions encountered during the excavation from those denoted on drawings. The OWNER or OWNER's representative will evaluate the soil conditions to detennine if changed conditions warrant modification to the scope of contract. It is the CONTRACTOR's responsibility to take immediate action to assure the safety of the workers and adjacent property. (3) Trench Design: (A) The CONTRACTOR's registered professional engineer shall design the trench shoring system to accommodate any anticipated live load surcharge. (B) All trenches over five (5) feet deep shall be sloped, shored, sheeted, braced or otherwise supported. Trenches less than five (5) feet deep located in areas of hazardous ground movement, shall be effectively protected. If soil conditions warrant in deep excavations, the sides of the trench above a 5-foot level may be sloped to preclude collapse. In trenches wider than six (6) feet, a minimum bench four (4) feet wide shall be provided on both sides of the excavation at the toe of the sloped portion. (C) Alternate designs for use of steeper slopes or the use of supporting systems; i.e., piling, cribbing, shoring, sliding trench box etc., may be submitted in drawing fonn, designed and sealed by a professional engineer registered in the State of Texas to the OWNER for review. The OWNER will review for general compliance to the requirements set forth by House Bills 662 and 665. OWNER's review does not constitute acceptance, and the sole liability for the design rests with H:\Proj\OIJOOOOI\spec:s\AMENDMTS.C OG.doc the CONTRACTOR and CONTRACTOR's engineer. These drawings must meet accepted engineering requirements and standards as well as all applicable OSHA standards and regulations. (4) Inspection: (A) OWNER: If questions arise concerning interpretation of subsurface conditions, test excavations may be perlormed to familiarize the CONTRACTOR andJor his representative with soil types and stratification. (B) Contractor: (l) The CONTRACTOR is responsible for familiarizing on-site personnel with soil conditions shown so that changed conditions can be identified. (2) The designated on-site safety person (as identified in Section 3.02B) must perform daily inspections of the trench faces and bottom andJor any structural systems utilized for supporting the trench walls prior to personnel entering into the excavation. (3) Any variations in soil or groundwater conditions must be reported verbally immediately to the OWNER and in writing within three (3) working days. The OWNER or his representative will review the conditions with the CONTRACTOR for the purpose of eValuating changed conditions with respect to contract. (5) Trench Excavation Requirements: (A) Prior to Trench Excavation: Known underground installations are shown on the plans. It is the CONTRACTOR's responsibility to verify locations in the field. (B) During Excavation (1) During excavation, the exact location of eXIstmg underground installations shall be determined by the CONTRACTOR and when uncovered, proper precautions and supports provided so as not to interrupt existing service. (2) Before any individual enters the bottom of the trench excavation, the trench will be inspected by the CONTRACTOR's on-site safety person as identified in Section 3.02B. to assure that trench excavationhas been performed according to the design standard and OSHA Regulations and that no anomalies are observed that may affect the safety of the trench or project. (3) Adequate inspections of excavation shall be made and an inspection log prepared by the CONTRACTOR's designated safety person as identified in Section 3.02B. If there is evidence of soil movement H:\ProJ"\01300001\specs\AMENDMTS.COG.doc H:\ProJ"\01300001\spets\AMENDMTS.COG.doc creating the possibility of cave-ins or slides, all work in the excavation shall cease until the necessary precautions have been taken to assure the safety of the trench. Inspection of shoring, bracing, underpinning or other trench shoring systems shall include checking all shim plates, braces and stringers for tightness. (4) Excavations shall be inspected by the CONTRACTOR's designated safety person after every rainstonn or other hazard-increasing occurrence to assure the safety of the trench. Protection against slides and cave-ins shall be increased as necessary to protect against changed conditions. (5) Excavated material shall be stockpiled a distance away from the trench so as not to affect the trench stability. The CONTRACTOR's registered professional engineer shall determine the allowable surcharge. As a minimum to protect workers from falling debris, the toe of the stockpiled soil shall not be closer than five (5) feet to the top of the excavation. (6) All precautions must be made to prevent surface water from entering the trench excavation. Adequate drainage must be provided in the area adjacent to the excavation. (7) Operation of heavy equipment adjacent to the edge of the trench excavation may cause instability. The CONTRACTOR is responsible for the means and methods of excavation, and therefore, for loads imposed on the trench excavation and for shoring design to contain imposed live loads or surcharge. (8) When mobile equipment is utilized or allowed adjacent to excavations, substantial stop logs or barricades shall be installed. If possible, the grade shall be away from the excavation. (9) The CONTRACTOR must take precautions to protect the face of the excavation from exposure to excessive drying, water, or freezing when' excavations are to remain open for more than two (2) calendar weeks. (10) Materials used for sheeting, sheet piling, cribbing, bracing, shoring, and underpinning shall be in good serviceable condition and of adequate dimensions. Timbers shall be sound and free of large or loose knots. (11) When installing a support system, shoring will be applied by starting from the top of the trench excavation and working down. All cross beams or trench jacks will be placed in true horizontal positions. (12) If shoring is utilized in trench excavations, installation will closely follow the excavation work. Trenches will not be left unsupported for a period longer than two (2) calendar days. (13) When employees are required to be in trenches four (4) feet deep or more, an adequate means of exit such as a ladder or steps, shall be provided and located so as to require no more than 25 feet of lateral travel. (14) Adequate physical barrier protection, such as guardrails, fences, or barricades shall be provided at all locations where animal or human life may inadvertently enter the trench excavation. In addition, warning lights shall be maintained from sunset to sunrise to further provide protection from the dangers of the open trench. (15) Walkways or bridges with guardrails shall be provided where people or equipment are required or permitted to cross over trench excavations. (6) Special Considerations: (A) Precautions shall be taken by decreasing the slope or increased shoring of the sides of trench excavations adjacent to a previously backfilled excavation or fill area. This includes areas where the separation between the fill and the excavation is less than the depth of the excavation. (B) If groundwater is encountered, it shall be adequately controlled to a point such that no water seepage occurs on the excavation slopes or bottom. The use of tight sheeting, pumping, drainage or similar control measures shall be planned and directed by the CONTRACTOR. Consideration shall be given by the CONTRACTOR to the existing moisture balances in surrounding soils and the effects on foundations and structures if it is disturbed. (C) In rock excavations, the face and slope of the excavation shall be inspected by the CONTRACTOR's safety person for joints and seams or other discontinuities that may cause block failures .. Vertical slopes (90°), without bracing or use of a trench box, will not be allowed in any rock material except as shown. (7) Definitions: Reference: OSHA Safety and Health Regulations, Part 1926, Subpart P, Paragraph 1926.653.) "Braces" -The horizontal members of the shoring system whose ends bear against the uprights or stringers. "Changed conditions" -Where soil conditions such as moisture content, groundwater, development of desiccation cracks or joints, or soil stratigraphy change from those originally designated in the boring logs or following initial excavation. "Dewatering System" -A mechanical system which artificially lowers the static groundwater to a level which prevents groundwater seepage into the excavation. These H:\Proj\01300001 \specs\AMENDMTS.COG .doc include well-points, sumps, pumping wells, or cut-off walls. "Groundwater" -Water that is present in the soil in sufficient quantities that it will flow and collect at a point. This includes a natural aquifer water level or a perched groundwater on top of an impervious layer. "Lagging" -Horizontal boards supported by the flanges of two H-piles that are used to separate the natural soil from the excavation. "Rock" -A mass of soil particles that cannot be excavated by hand. This includes any weathered rock that contains soil seams. Shale is to be considered a rock material. "Running Soil" -Soils that possess a fluid behavior generally brought about by excess moisture or imbalanced hydrostatic (water) conditions. "Sheet Pile" -A pile or sheeting that may form one of a continuous interlocking line, or a row of timber, concrete, or steel pile, driven in close contact to provide a tight wall to resist the lateral pressure of water, adjacent earth or other materials. "Sides" -Also referred to as "Walls" or "Faces". The vertical or inclined earth surfaces formed as a result of excavation work. "Slope" -The angle with the horizontal at which a particular earth material will stand indefinitely without movement. "Stringers" -Also referred to as "Wales". The horizontal members of a shoring system whose sides bear against the uprights or earth. "Trench" -An Excavation made below the surface of the ground whereby the depth is greater than the width, but the width is less than 15 feet. A trench may consist of the void between unsupported earth and the wall of a structure if the wall is within 15 feet of the unsupported earth. "Trench Shield" -A shoring system composed of steel plates and bracing, welded or bolted together, which support the walls of a trench from the ground level to the trench bottom and which can be moved along the trench bottom as work progresses. "Uprights" -Vertical members of a shoring system. 1.26-INSURANCE: Add the following new paragraph: "ITEM 1.26.6-0WNER DEFINED: For purposes of this Item 1.26 'Owner' shall mean and include the Town of Addison, Texas, Post Properties, Inc., and Gaylord Properties, Inc. II 1.27-MATERIALS AND WORKMANSHIP; WARRANTIES AND GUARANTEES, 1.27.4-SPECIAL WARRANTY: Change the word "one" in the first sentence to the word "two". 􀀱􀀮􀀴􀀸􀁾􀁃􀁌􀁁􀁉􀁍􀀺􀁓 AGAINST OWNER AND ACTION THEREON: Amend the first line of the section to read as follows: "No claim against the Owner (including the Town of Addison, Texas) under the contract or for breach of H:\ProJ\O1300001\spccs\AMENDMTS,COG.doc: the ..." The remainder of the section remains unchanged. 1.49-0WNER'S OFFICERS, EMPLOYEES OR AGENTS, 1.49.1-CLAllvI AGAINST OFFICERS, EMPLOYEES OR AGENT OF THE OWNER: Delete the paragraph comprising the section and replace with the following: "No claim whatsoever shall be made by the Contractor against any officer, employee or agent of the Owner (including the Town of Addison, Texas) for, or on account of, anything done or omitted to be done in connection with this contract." l.SI-MONTHLY ESTIMATE, PARTIAL PAYMENTS, RETAINAGE, FINAL INSPECTION, ACCEPTANCE AND FINAL PAYtvlENT, 1.51.4-FINAL PAYMENT: Delete the second paragraph and replace with the following: liThe acceptance of the Contractor of the final payment as aforesaid shall operate as and shall be a release to the Owner (including the Town of Addison, Texas, its' officers, employees and agents) from all claims or liabilities under the contract, including all subcontractor claims, for anything done or furnished or relating to the work under the contract or for any act or neglect of said Owner relating to or connected with the contract." 2.2 PORTLAND CEMENT CONCRETE AND RELAlED MATERIALS 2.2.10 Replace this entire section with the following: (a) Description of Work: This item shall consist of providing and installing a resilient and ad hesive joint sealing filler capable of effectively sealing joints and cracks in pavements. (b) Products:' (1) Joint Sealers: The sealant shall have a minimum of 75 percent extensibility at a temperature range of minus 50 degrees F. to 200 degrees F. The sealants shall be Dow Coming 888 or DoW Coming 890-SL silicone highway joint sealant as manufactured by Dow Coming Corp., Midland, Michigan 48647. Before installation of either of these materials, the Contractor must supply certification by an independent testing laboratory that the material meets the requirements of Table l. (2) The backer rod shall be a joint filler stop of closed cell polyethylene foam of sufficient size to provide a tight seal. The backer rod shall be sized such that when installed in a saw cut joint it shall prevent the sealant from flowing to the bottom. The backer rod shall be compatible with the joint sealant to act as a bond breaker, and sized according to the manufacturer's recommendations. A bond breaking polyethylene tape will be required on top of all expansion joint fillers, cork or redwood to prevent the sealer from bonding to the expansion joint filler. The H:\ProJ.Q130000I\specs\AMENDMTS.COG.doc tape shall be of sufficient width to completely cover the expansion joint filler. The tape shall be compatible with the joint sealant to act as a bond breaker and installed per the manufacturer's recommendations. (3) Expansion joint filler shall be either cork meeting the requirements ofAASHTO MIS3, Type II or redwood boards meeting the requirements of NCTCOG. The filler for each joint shall be furnished in a single piece for full depth and width required for jointl unless otherwise specified by the City. When the use of more than one piece is authorized for ajoint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the City. Each lot or batch of sealing compound shall be delivered to the jobsite in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. (c) Execution (l) Time of Application: The joints shall be sealed immediately following the curing period of the concrete, weather permitting, and prior to opening to traffic. During application of joint sealant, the weather shall not be rainy or foggy and the temperature shall be above 40 degrees F. (2) Equipment: Equipment necessary for construction of this work shall be in first-class working condition and approved by the City prior to beginning work. The equipment shall be as recommended by the joint sealant manufacturer. The joint sealant equipment shall consist of power-driven apparatus capable of extruding the material at a continuous feed. The extruding nozzle tip of the machine shall be designed to fill the joint unifonnly. The equipment for cleaning joint openings shall consist of plows, powered brooms or wire brushes, air compressors, and joint cleaning and grooving machines necessary to produce a clean and dry joint. H:\Proj\01300001\specsIAMENDMrS. COG.doc: Test Method As Supplied MIL-S-8802 MJL-S-8802 Ma-S-8802 ASTMD 1475 Upon Complete Cure ASTMD2240 ASTM D 412, Die C' ASTMD412 ASTMD 35832 (Modified) Performance ASTMC719 ASTM C 793-75 􀁔􀁁􀁂􀁌􀁅􀁉􀀭􀁳􀁡􀁉􀁃􀁏􀁎􀁅􀁓􀁐􀁅􀁃􀁾􀁃􀁁􀁔􀁉􀁏􀁎􀁓 Flow. maximum, inches Extrusion Rate, grams per minute Tack-Free Time, minutes Specific Gravity Durometerl , Shore A Modulus, at 150% elongationI, psi maximum ElongationI. % minimum Adhesion to ConcreteI , minimum % elongation Movement, 10 cycles @+100/-50% Accelerated Weathering, at 5,000 hours Material Requirement 0.2 90 to 250 35 to 75 1.450 to 1.515 15 to 25 45 1200 500 No Failure No Cracks, Blisters or Bond Loss ISample cured 7 days at 25° +/-1° C(77°􀀫􀀯􀀭􀀲􀁾 and 50 +/-5% relative humidity. Proper joint design and proper joint preparation are necessary for maximum perfonnance. 2Joint design uses 1/2 inch x 1/2 inch x 2 inch configuration. H:\Proj\O 1300001\specs\AMENDMTS.COG.doc (3) Preparation of Joints: The cut faces of the joint shall be thoroughly cleaned of all foreign materials, as may be required for proper installation and bonding of the joint sealer or filler, including residue from water flushing operations, by sandblasting as required. The use of a portable hand saw will not be permitted for cleaning joint faces. After complete drying, the joint shall be sandblasted. The sandblaster nozzle shall be attached to a mechanical aiming device so as to direct the sandblast at approximately a 45 degree angle and at a maximum of two (2) inches form the faces of the joint. Both joint faces shall receive sandblasting. After sandblasting the joints shall be blown out using filtered, oil free and moisture free, air at a minimum of 90 psi and 120 cfrn. Blowing out of the joint shall be accomplished by using an approved blow tube which will fit into the joint. After blowing, the joint shall be checked for any residual dust or coating. If any is found, the sandblasting and blowing operations shall be repeated until the joint is cleaned. The cleaned joints shall be sealed the same day as cleaned. Joints left open overnight shall be recleaned prior to sealing. (4) Applicable Test Methods: ASTM D2240 Tests for Rubber Properties -Durometer Hardness ASlM D3583 Joint Sealant, Hot applied, Elastomeric Type, for Portland Cement Concrete Pavements or Joint Sealant, Hot Applied, Elastomeric, JetFuel-Resistant Type, for Portland Cement Concrete Pavements, Testing. ASTM C719 Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants under Cyclic Movement (Hockman cycle) ASTM D793 Test Method for Effects of Accelerated Weathering on Elastomeric Joint Sealants. 2.13 VALVES 2.13.1.(a) 2.13.1.(s) 4.2 ROLLING Add the following to the end of the second paragraph: Valves smaller than 3" shall be brass. Add the following to the end of this section: All 3"-12" valves shall have a minimum operating pressure of 175 psi. Valves greater than 12" shall have a minimum operating pressure of 150 psi. Gate valve connections shall conform to AWWA C] 11 and ANSI A21.1l. 4.2.1 Revise Section, Adding: H:\PfOj\01300001\specs\AMENDMTS.COG.doc Rolling shall continue until no further compression can be obtained and all roller marks are eliminated. The Contractor shall be required to use both a steel wheel roller conforming to Item 4.2.2 (NCTCOG Specs.) and a pneumatic tire roller conforming to Item 4.2.4 (NCTCOG Specs.). 4.2.2 Delete 1st and 2nd Sentences. Revise Section, Adding: Rolling shall be considered incidental work and shall not be paid for as a separate item. 4.9 PORTLAND CEMENT MODlFICAnON OF SUBGRADE SOILS 4.9.4.(f) Add the following section: Surface Tolerance: Subgrade surfaces after completion of lime stabilization operations shall be smooth and within the tolerance of plus .05 and minus 0.1 foot of grades and levels required from the construction shown. 4.9.4.(g) Add the following section: CONTRACTOR shall notify the OWNER'S representative for routine testing in conjunction with the work of this section. The compacted subgrade should be tested for in place density and moisture content at a frequency of one test per 5000 square feet within 48 hours prior to pavement construction. 5.8 PORTLAND CEMENT CONCRETE PAVEfvlENT 5.8.2.(g) Add the following to the beginning of this section: Remove impounded water and debris from spaces to be occupied by concrete, before depositing any concrete. Wet wood fonns with water. 5.8.3.(e) Add the following to the end of this section: Forms shall remain in, place at least 12 hours after the concrete has been placed. Remove forms without injuring concrete. Satisfactorily repair any concrete found defective after form removal. Curbs shall be backfilled within twelve (12) hours after the removal of forms. 5.8.6.(c) Revise "Item 5.8.7.(2)" in eighth paragraph to read "Item 5.8.6.(b)". 6.7 UNDERGROUND CONDUIT INSTALLATION 6.7.3.(c) Add the following to the end of the third paragraph: Valves shall be installed with the opening stem upright. Valve boxes shall be of sufficient length to provide an unobstructed vertical opening from the ground surface to the operating nut. The top of the valve box shall be installed installed at finish grade with a 12"x12t1x4" thick level concrete pad surrounding the top. 􀁈􀀺􀁜􀁐􀁲􀁯􀁪􀁜􀁏􀁉􀀳􀀰􀀰􀀰􀀰􀀱􀁾􀁰􀁣􀁣􀁳􀁜􀁁􀁍􀁅􀁎􀁄􀁍􀁔􀁓􀀮􀁃􀁏􀁇􀀮􀁤􀁯􀁣 6.7.3.(s).(B).(2).(i) Add the following to the end of this section: 6.7A.(b).(l) 6.7A.(b).(9) The flushing velocity in the water line shall be at least 2.5 feet per second. The water piping shall then be disinfected using a chlorine solution in water of at least 50 mgll available chlorine. The chlorinated water solution shall remain in the piping for at least 24 hours, and at the end of this period the chlorine concentration shall be at least 25 mg/I. Final flushing shall then be accomplished to remove chlorine concentrations greater then 2.0 mg/I. All requirements of AWWA Specifications C601 "Disinfecting Water Mains" shall apply. The requirements of this paragraph apply equally to new pipe and fittings, and to existirig pipe lines into which connections have been made, or which may have been otherwise disturbed to the extent that contamination may have occurred. Add the following to the end of this section: Provide two copies of materials certificates signed by the material producer and the CONTRACTOR certifying that each material item complies with, or exceeds, specified requirements. The certificates shall be provided at the site with delivery of the materials. Replace first paragraph with the following: Joints in Storm Sewers: Reinforced concrete pipe joints shall be tongue and groove with either cold applied preformed plastic gaskets or rubber gaskets in accordance with TxDOT Item 464. Gasket material shall be placed in the tongue and groove and compressed. 6.7.4.(c).(2).(C) Add the following section: Cleaning up and Repairing. The sewers shall be kept clean during the progress of the Work, and upon completion shall be thoroughly cleaned. All needed repairs shall be made before this final cleaning. The CONTRACTOR shall provide suitable tools and labor to clean the sewers at his own expense. Any excessive leakage of water into the sewers, or any deviation from proper grade alignment such as to make the work, in the opinion of the ENGINEER, not consistent with first class work, shall be promptly corrected by the CONTRACTOR at his own expense. After a section of line is installed and backfilled, restoration of affected property shall not be 􀁤􀁥􀁬􀁡􀁹􀁥􀁤􀁾 cleanup shall progress with the work. All materials, tools, temporary structures, and excess excavation shall be removed, cleaned, smoothed, graded, andior finished in a workmanlike manner at the completion of the work. 6.7 A.(t).(3) Add the following to the end of this section: Tops of junction boxes shall be set flush with finish grade. Joints in precast sections shall be watertight and sealed with an elastomeric or mastic sealant. Wall openings around pipes shall be sealed on the outside with a fillet of concrete or grout and on the inside with grout. Inverts shall be formed with grout or concrete to pennit a smooth flow through the structure and prevent deposition of solids or sediment. 6.7.4.(g).(2).(C) Add the following section: H:\Proj\O I30000I\specs\AMENO MTS.COG.doc Tops of manholes shall be set flush with finish grade. Joints in precast sections shall be watertight and sealed with an elastomeric or mastic sealant. Wall openings around pipes shall be sealed on the outside with a fillet of concrete or grout and on the inside with grout. Inverts shall be fonned with grout or concrete to permit a smooth flow through the structure and prevent deposition of solids or sediment. END OF SECTION 8.9 PAINTING 8.9.3.(a) Add the following to the beginning of this section: Detailed mixing, thinning and application instructions, minimum and maximum application temperature, and curing time and drying time between coats shall be furnished by the manufacturer and strictly followed by the CONTRACTOR. 8.9.3.(a) Add the following to the end of this section: Special Surface Preparation: (1) Ferrous Metal Surfaces: Rust and mill scale shall be removed by power tool cleaning, as specified by the Steel Structures Painting Council. (A) All weld fluxes shall be power tool cleaned as specified by the Steel Structures Painting Council and washed thoroughly with water to remove all weld flush spatters and alkali contaminants. (B) Shop primer coats that have been ruptured or marred shall be wire brushed to bare metal and reprimed with primer specified. (C) Surface preparation for submerged ferrous metal surfaces shall be a near white metal blast in accordance with Steel Structures Painting Council SSPC-10-63T. Metal surfaces in critical areas (non-submerged) shall be given a SSPC-8-6-63 commercial blast cleaning. (2) Concrete and Masonry Surfaces: Surfaces shall be allowed to dry at least 30 days before painting. Glaze, efflorescence, laitance, dirt, grease, oil, asphalt, surface deposits of free iron and other foreign matter shall be removed prior to paintings. 8.9.3.(m)Add the following section: Pavement markings consist of lane striping, stop bars and turn lane markings. Traffic lane striping shall be white extruded thermoplastic 10' long by 4" wide with 30' skip and white/red dual reflective Stimsonite reflectors at 80' centers. Tum lanes shall be marked with dual white ceramic reflectors at 36" centers for the entire length of storage. Stop bars shall be 18" wide crossing all traffic lanes and be located at all major intersections. H:\Proj\OI300001\specs\AMENDMTS.COG.doc H:\Proj\01300001\spccs\OIIOO.doc III. MOBILIZATION MOBILIZATION PART 1-GENERAL 1.01 Description of Work: A. The value allocated to mobilization will not be limited by a percentage of the total bid amount. B. Mobilization and preparatory work shall include assembly and delivery to the site equipment, materials, and supplies necessary for the prosecution of the Work; and clearing of and preparation of the Contractor's work area; the complete assembly in working order, of equipment necessary to perform the required Work; personnel services and equipment rental on work preparatory to commencing actual work; plus other preparatory work required to permit commencement of the actual work on construction items for which payment is provided under the terms of the Contract. C. The Contractor shall conduct his work in accordance with the requirements described in these Specifications. PART 2 -PRODUcrS (NOT APPLICABLE) PART 3 -EXECUTION (NOT APPLICABLE) PART 4 -METHOD OF MEASUREMENT 4.01 Measurement for Mobilization will be made on a lump sum basis wherein no measurement will be made. PART 5 -BASIS OF PAYMENT 5.01 Payment: A. The value allocated to mobilization will not be limited be a percentage of the Total bid amount. B. Payment for mobilization will be made in equal portions on the first three (3) progress payments, provided the Owner is satisfied the Contractor is making a reasonable effort to mobilize for construction in a timely manner. ***END OF SECTION*** H:\P10j\OIJOOOOI\specs\OIIOO.doc H:\Proj"ilI30000I\spccs\TECHl.doc IV. DEMOLITION DEMOLITION General 1. Description: Provide demolition, salvage and protection of existing structures and trees as shown on Drawings or specified. 2. Related Work specified elsewhere: A. Tree Protection B. Earthwork 3. Notification of Owners of Utility Lines and Equipment: Notify any corporation, company, individual or local authority owning conduits, wires, pipes or equipment on site affected by Demolition work. Cap lines in accordance with instructions of governing authorities. This is to include existing irrigation lines and related wiring. 4. Protections: Protect existing surfaces of building equipment or other materials scheduled to remain. Protect trees and other vegetation. 5. Examination of Site: Before submitting proposal, visit and examine site to ascertain actual nature and scope of demolition and salvage work. Claims for extra compensation on account of additional labor, materials or equipment required for difficulties encountered in demolition and salvage work will not be recognized. Execution 1. Demolition Operations: A. Prior to demolition operations, disconnect and cap off irrigation and utility service lines not required for new construction in accordance with requirements of governing authorities, applicable ordinances and regulations. If Owner deems necessary, ball and burlap predetennined plant material and relocate to Owner 􀁾􀁰􀁰􀁲􀁯􀁶􀁥􀁤 site. B. Erect necessary barricades and protective measures as required. Verify that tree protection devices are in place. C. Execute demolition of surfaces in a careful and orderly manner with least possible disturbance or damage to adjoining surfaces. D. Materials and debris resulting from demolition operations will be removed from the site. E. Remove pavements, structures, utilities, and the like to the depth of their structure. F. Leave construction areas clean and ready for other trades. G. Remove pavements sub-base to the depth of the base material. H. Do not remove or damage trees or other vegetation unless noted to be removed. H:\ProllO I30000 I\specs\TECH I.doc Salvage: Salvage items discussed in preconstruction meeting. Clean and deliver to Town of Addison. If Owner deems necessary. have predetermined plant material professionally balled and burlapped by reputable and Owner approved company and relocated to Owner approved site. Here these items are to be professionally planted, staked, mulched, and deep-watered. A written Letter of Guarantee of one year shall accompany all such material. Final Grading: Refer to Earthwork for final grading requirements. End of Section H:\Proj\0130000I\specs\TECHI.doc H:\ProJ\O I30000I\specs\TECH I.doc v. EARTHWORK EARTHWORK General 1. Description: Provide complete topsoil stripping and stockpiling, earth excavation, filling, grading, trenching, and backfilling. 2. Related Work Specified Elsewhere: A. Tree Protection B. Landscaping 3. Submittals: Submit adequate samples of each proposed backfill to the site for Owner's review and approval. 4. Job Conditions: A. Protections: 1. Protect reference points, bench marks and monuments from damage or discoloration. Replace or repair immediately points damaged, destroyed or dislocated. 2. Protect and maintain conduits, drains, inlets, sewers, pipes and wires that remain on property. 3. Do not leave temporary wood in concrete or fill. 4. Cover holes and trenches when work is not in progress. Fence or barricade changes of plane more than 45 degrees horizontally and more than 3 feet vertically. 5. Provide dewatering and drainage to keep excavations free of water. 6. Protect adjacent surfaces and improvements outside grading limits. Repair any damage immediately. B. Coordination: If applicable, coordinate backfill operations with installation of subsurface drainage systems. C. Soil Classification: Excavated materials are not classified as to type. Excavation includes all material encountered at site including rock rubble and debris. Materials 1. Select Fill: Cohesive fill with liquid limit of less than 35 percent and plasticity index ranging from 5 to 15. Select fill shall be free of any lumps or stones larger than 11/2 inches diameter. 2. Imported Topsoil: A. Friable, dark loamy soil. fertile, free from rubble, stones, clay lumps, extraneous material, plant roots and reasonably free of weeds. Topsoil containing Nutgrass or Dallisgrass will be rejected. B. Physical properties as follows: H:\Proj\Ot 30000 l\specs\TECHl.doc Clay -Between 7 -27 percent. Silt -Between 28 -50 percent. Sand -Less than 52 percent. 3. Site Topsoil: A. Suitable topsoil material is excavated from on site. B. Suitable soil is defined as" dark brown sandy clay loam or dark brown blackland topsoil free of rocks greater than I II in diameter, weeds, roots and other objectional materials. Suitable soil will be determined by the Engineer/Owner. 4. Subsoil Material: Soil excavated from construction areas free of rocks (larger than 21/2 inches) and construction debris. 5. Stock Piles: Topsoil and excess subsoil material cut from construction areas which is suitable for backfilling shall be stockpiled in separate piles as directed by Engineer/Owner. Location of stock piles shall be subject to approval of Owner. 6. Surplus Materials: Remove from site any excess materials and excavated materials unsuitable for use as fill and backfill. Materials containing rubbish or debris shall be inunediately removed and legally disposed of offsite. Execution 1. Preparation: A. Remove abandoned, inactive utilities to point not less than 3 feet below finish grade. Plug or cap remaining lines in manner acceptable to utility company. B. Report encounter of active utilities not indicated by the Contract Documents to Architect/Owner. Disposition shall be as directed with adjustment in Contract amount. Extra payment will not be authorized for work that could have been foreseen by careful examination of site. C. Notify respective utility companies of damage caused to active utilities and protect active utilities pending instruction for disposition. D. Strip and stockpile site topsoil and subsoil material for future use. E. If applicable. verify that drainage system is complete. F. Verify that waterproofing is complete. 2. Backfilling/Filling: A. General: 1. Before filling, clean area debris, large rocks, formwork and loose material. Area to be filled shall be approved by Architect/Owner before filling is started. 2. Prior to filling under pavements proof-roll subgrade with a rubber tired roller of sufficient weight. Weak areas or areas where excessive pumping is noted shall be removed and replaced with Select Fill. Once the subgrade is unifonnly stable, compact the area as noted herein. 3. Brace retaining walls and grade beams while placing fill or backfill material. H:\Proj\O1300001\specs\TECHI.doc B. Select Fill: 1. Place under pavements in a unifonn thickness. 2. Place in maximum 8" lift compacted to approximately 95% of Standard Proctory density between 0% and 3% of optimum moisture content. C. Backfill -Site: 1. Prior to placing backfill, scarify surface of ground to a depth of 4 inches. Moisture content of loosened material shall be such that first layer of fill will readily bond to surface. Do not place fill on subgrade that is muddy, frozen or contains frost. 2. Place in 8 inch maximum lift and compact to approximately 95 percent of Standard Proctor density. D. Backfill -Under Pavements: Follow procedures noted in C. above, except compact lifts to 95% of Standard Proctor density. 3. Finish Grading: A. Grade uniformly with rounded surfaces at tops and bottoms of abrupt changes in plane. Hand-grade steep slopes and areas that are inaccessible for machine work and areas around existing trees. DO NOT cut or fill around trees unless approved by the Architect and Owner. B. Protect graded areas from undue erosion. Repair and regrade if required. Refill and compact where settlement occurs. C. Grade areas to elevations and slopes indicated without depressions causing pocketing of surface water or humps, producing localized runoff and gullying. Ponding of water on-site is not allowed. Finish surfaces to be not more than 0.10 foot above or below established grade as follows: 1. Lawn Areas -Provide a minimum of 6" of Imported Topsoil or Site Topsoil over the lawn. If rock is encountered, overexcavate to a dept the one (1) foot and backfill with Topsoil. 2. In areas where fill will exceed 6" (except where Select Fill is called for). place Imported Topsoil or Site Topsoil to a minimum depth of two (2L feel. If more than two (2) feet of fill is required, Subsoil Material may be used to within two (2) feet of finish grade. 3. Planting Beds -Grade these areas to a subgrade of 6" below finish grade. Complete final backfill with prepared soil mix as provided in the landscaping section. 4. Cleanup: Remove excess materials from site promptly to prevent large accumulations. Store reusable material neatly in designation locations. Upon completion of the project any remaining surplus materials must be removed and legally disposed of off site. End of Section H:\Proj\OlJOOOO1\specs\TECH I.doc VI. SUPPLEMENTAL LANDSCAPE AND IRRIGATION SPECIFICATIONS SECTION 01532 • TREE PROTECTION PART 1 • GENERAL 1.01 SUMMARY A. Provide protection of existing trees scheduled to remain and furnish all supplementary items necessary to complete the protection barricade installation and root pruning. 1.02 SITE CONDITIONS A. Most of the existing trees are located on the drawings. Protect these trees and all other trees outside of the building footprint and roadway/parking area unless they are scheduled to be removed. 1.03 TREE TAGGING A. Identify trees to be preserved with permanent flagging tape. 1.04 PROTECTIONIROOT PRUNING A. Protect trees by barricading each tree or group of trees outlined on the drawings. B. Do not cut or fill within the line of the barricade or within the drip line of the trees. C. Complete root pruning prior to beginning parking area and building construction. 1.05 GUARANTEE A. Guarantee existing trees against damage until final acceptance of the project. Repair any damage which, in the opinion of the landscape architect, can be satisfactorily corrected. 1.06 DEFINITIONS '. A. Disturbance/Damage: Physical or visual change to the trees which, in the opinion of the landscape architect, is detrimental to the trees being protected. Such disturbance may be caused by equipment, material, or personnel. B. Violation: Damage to trees caused by any construction or delivery vehicle, 􀁣􀁯􀁮􀁳􀁴􀁲􀁵􀁣􀁴􀁾􀁯􀁮 material storage, or disposal of solid or liquid debris shall be considered a violation. PART 2 -PRODUCTS 2.01 BARRICADES A. Fence Material: 12'12 gao galv. stock fence, 4'-0" tall or Plastic Snow fence. B. Post: Steel T post, 6'-0" long. H:\Proj\O1300001\specs\O I532.ADD.doc 2.02 EQUIPMENT A. Complete root pruning with a "Ditch Witch" type trenching machine. PART 3· EXECUTION 3.01 TREE PROTECTION A. Install prior to any mobilization on the site. B. Barricade: Install barricades around trees at their drip line unless construction is scheduled to encroach closer to the trunk.. In this event, relocate the fence to within 4' of the trunk. Where construction comes closer than 4', protect the trunk by planking as detailed. 3.02 ROOT PRUNING A. If construction encroaches within the dripline, provide root pruning as described. 1. Cut trenches 2'-6" deep, 1'-0" behind the proposed back of curb or building perimeter line. 2. After trenching. carefully inspect exposed roots and saw cut any flared ends smooth. 3. After trenches are cut and reviewed by landscape architect, backfill with soil to the original grade and water backfill thoroughly. 4. Do not proceed with backfill until trenches are reviewed. 3.03 MAINTENANCE A. Maintain tree protection barricades in a newly installed condition through final acceptance or until construction has been completed in the area of the tree(s). B. Deep-water protected trees weekly during dry periods, and spray tree crowns periodically to reduce dust accumulation on the leaves. 3.04 PENALTY A. If any tree is damaged and, in the opinion of the landscape architect, cannot be satisfactorily repaired, then a fine of $100 per caliper inch will be assessed against the contractor. Caliper measurements will be taken as follows: up to and including 4" caliper. 6" above ground level; over 4", 4'-0" above ground level. B. If the landscape architect agrees that the damage can be satisfactorily repaired, then complete this work by a qualified arbonst to the satisfaction of the ownerllandscape architect. END OF SECTION H:\Proj\01 300001 \spccs\O1532.ADD.doc SECTION 02930 • LAWNS AND GRASS PART 1-GENERAL QUALITY ASSURANCE Deliver fertilizer to site in original, sealed containers bearing manufacturer's guaranteed statement of analysis. DESCRIPTION Complete grassing as described including common Bermudagrass solid sod and hydroseed. RELATED CONDITIONS Provisions established within the General Conditions of the Conlract are collectively applicable to this Section. SPECIAL GRASSING Water: Will be available on site. Provide necessary hoses and other watering equipment required to complete work. Refer to drawings for irrigation limits. Maintenance: Until substantial completion and until an approved stand of grass is achieved, maintain lawn areas by watering, mowing, weeding, spraying, cleaning and replacing as necessary to keep the turf in a vigorous, healthy condition. 1. Watering: As necessary to keep top 2 inches of soil moist. 2. Mowing: Mow newly planted grass areas weekly after initial growth reaches 2-V2 inches. 3. Weeding: Remove weeds and foreign grass over grass areas at least once a week. Herbicides may be used only when approved by Architect and as noted in 1.3, E below. C. Acceptance: The work will be accepted when a completed undamaged stand of grass is achieved as approved by Owner and Architect. D. Weed Eradication: 1. Spray areas to be seeded prior to seeding to eliminate broadleaf and grassy weeds. 2. Complete this work prior to cultivating the area during favorable weather conditions. 1.1 A. 1.2 A. 1.3 A. 1.4 A. B. 1.5 REFERENCED STANDARDS A. ASTM -􀁁􀁭􀁥􀁲􀁩􀁣􀁡􀁾 Standard Testing Material-sand. B. The Grasses of Texas, TAMU Press -Plant Nomenclature. 1.6 CONDITIONS OF SURFACES A. Lawn areas will be graded with topsoil. Provide fine grading as noted herein. 1.7 SCHEDULES A. Sodding: 1. Sodding operations can be perfonned year-round weather pennitting. Do not install sod on frozen ground or if forecast calls for freezing conditions. 2. Do not place sod without prior approval from Architect. B. Grass Seeding: 1. Common Bennudagrass: Complete seeding between May 1 and September 15, weather pennilting. PART 2 -MATERIALS 2.1 GRASS A. Sod: Common Bermudagrass (Cynodon dactylon) Free of foreign weeds and grasses. Cut sad with a full 3/4 inch heavy clay soil covering roots. Do not stack for more than 48 hours between time of cutting and planting. Any sod not planted with 24 hours after receipt on site shall be removed and not planted. H:\Proj\01300001\5pccs\02930.ADD.doc 02930-1 B. 2.2 A. 2.3 A. 2.4 A. Seed: Conunon Bennudagrass (Cynodon dacty!on) Min. 90% purity and min. 85% germination with no noxious weeds. MULCH FIBER Virgin wood cellulose fiber for hydromulch -Weyerhauser or Conweb with green color additive. TACKIFIER Natural, non-asphaltic vegetable gum with gelling and hardening agents. FERTILIZER Provide a complete fertilizer, part of elements of which are derived from organic sources and will include trace elements. Fillers to be sulphur and iron sulphate. 1. First Application: 10-10-10 or similar analysis with minimum 8% sulphur and 4% iron plus micronutrienls. 2. Second Application: 20-5-10 or similar analysis. Nitrogen source to be a minimum 50% slow release organic Nitrogen (SCU or UF) plus minimum 8% sulphur and 4% iron plus micronutrients. 2.5 SHARP SAND A. Clean washed sand (fine aggregate) ASTM C-33. PART 3 -EXECUTION 3.1 PREPARATION A. Grading: Verify that lawn areas have been graded as required. Note that some areas may be left undisturbed as shown on the grading grading drawings. Do not proceed with final grading until prior earthwork is in accordance with Contract Documents. FERTILIZING First Application: 1. Distribute 10-10-10 fertilizer unifonnly at rate of 15 pounds per 1,000 square feet and rake into seed bed prior to grassing. Second Application: 1. Repeat fertilization with 20-5-10 commercial fertilizer after first cutting at rate of 15 pounds per 1,000 square feet. Water: Immediately water fertilizer after each application. FINAL GRADING Loosen areas to be grassed with rototiller, or similar equipment and fine rake to break up lumps to produce a smooth, even grade free from unsightly variations, ridges or depressions. Leave grade next to walks and curbs 1 in. low. Remove and disppse of stones 1 inch or larger, sticks, roots, other debris and grass stubble exposed during this operation. . Do not vary final grades more than 0.1 foot from finish elevations. Receive approval of fine grading from Architect prior to grass planting. GRASS PLANTING Sad: 1. After final grading, place sod so edges are touching in neat even rolls. Lightly topdress with sharp sand to fill voids and grade smooth. Roll to eliminate undulations and to achieve a smooth even grade. Seeding: 1. At time of seeding, soil to be moist but not muddy and wind velocity shall not exceed 10 miles per hour. Add water if required to moisten soil. H:\Pmj\0130000I\specs\02930.ADD .doc 3.2 A. B. C. D. 3.3 A. B. C. 3.4 A. B. 02930-2 3.5 A. B. C. D. 3.6 A. B. 3.7 A. 3.8 A. 2. Lightly scarify the ground as necessary immediately before hydromulching seed to provide a smooth, even grade and friable seed bed. 3. Hydromulch seed evenly at the following rates with wood cellulose fiber at rate of fifty (50) pounds per 1,000 square feet. Hulled Common Bermudagrass: 2 Ibs/looo sq. ft. 4. Add tackifier to mix for slopes 4: 1 or steeper at rate of one pound per bag of mulch. PERFORMANCE Establish a dense coverage of permanent grasses, free from lumps and depressions. Regrass any area failing to show uniform cover. Such replacement shall continue until a dense cover is established. Scattered bare or dead spots will not be allowed. Mow and edge Bermuda areas a minimum of three times, each time after grass has reached a height of 2-V2 inches. Mow to a height of 2 inches returning clippings to the turf. Keep area weeded removing broadleaf and grassy weeds as required. GRADE MAINIENANCE AND EROSION DAMAGE Maintain original grades of lawn areas after commencement of planing and during maintenance period. Provide surface repair to ruts, ridges. tracks. Replant areas as required for final acceptance. ACCEPTANCE The work will be accepted when a dense, undamaged stand of grass is achieved as approved by the owner. CLEANUP Keep premises neat and orderly including organization of storage areas. Remove trash and debris resulting from lawn preparation from site daily as work progresses. Leave paved areas in a broom clean condition by sweeping or hosing. END OF SECTION H:\Proj\OIJOOOOI\spccs\02930.ADD.doc 02930-3 VB. NPDES -STORM WATER POLLUTION PREVENTION PLAN H:\ProJ\O130000I\specs\CoYcrs.doc STORM WATER POLLUTION PREVENTION PLAN FOR MORRIS AVENUE EXTENSION ADDISON, TEXAS I certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the infonnation submitted. Based on·my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the infonnation, the infonnation submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false infonnation, including the possibility of fine and imprisonment for knowing violations. Name: Company: H:\Proj\O130000I\specs\Swppi.doc STORM WATER POLLUTION PREVENTION PLAN TABLE OF CONTENTS 1. Site DescriptionlInformalion , , 1 A. Nature of Construction Activity B. Sequence ofMajor Activities C. Estimates of Total and Disturbed Areas D. Estimate of Post-construction Runoff Coefficient E. Existing Soils & Runoff Quality Data F. Site Map(s), Narrative G. Receiving Waters II. Controls , , 2 A. Erosion and Sediment Controls B. Storm Water Management C. Other Controls III. Maintenance 4 IV. Inspections 4 V. Non-Storm Water Discharges 5 VI. Notice Of Intent (NOI) , 5 VII. Certification of Contractors 5 VITI. Notice of Tennination (NOT) 5 IX. Maintenance of Records 5 X. Posting of Pennit Documents 5 XI. Plan RevisionsIModifications 6 Glossary 7 APPENDIX 8 Site Maps (See engineering plans) Erosion & Pollution Control Details (See engineering plans) Inspection Forms & Reports Notice Of Intent Fonns (Copies) Certification of Contractors Notice of Termination Forms (Copies) Record of major soil disturbing activities Record of RevisionsIModifications RevisionsIModifications H:\Proj\O130000I\specs\Swppi.doc: Storm Water Pollution Prevention Plan This plan has been prepared in accordance with the requirements of the Final NPDES General Permit for Stonn Water Discharges from Construction Sites, as published in the Federal Register on September 9, 1992. Should contract documents conflict with the minimum requirements of the General Permit, State or local requirements, the more stringent requirements shall apply. In accordance with the requirements of the NPDES General Permit for Storm Water Discharges from construction sites, all contractors and subcontractors shall at aU times take necessary measures to prevent the flow of sediment and other materials from the work site into the storm sewer system or to any receiving water. Such measures may include, but are not limited to, the placement of straw bale erosion checks and inlet protection, silt fence, riprap stabilization, grassing, sodding, etc. I. Site Description A. Nature of the Construction Activity. MORRIS AVENUE EXTENSION is a new multi-family mixed use development on 4.2 acres. The construction of this project involves fine grading, excavation, backfilling and installation of the water and paving. B. Sequence of Major Activities which disturb soil. (Descriptive) Major soil disturbing activities that will take place include: • Paving • Construction of underground utilities (public and franchise) • Fine grading The site drainage areas and grading are indicated on the drawings and maps found in the construction documents. C. Estimates of Total Area & Area to be Disturbed. The total area ofMORRIS AVENUE EXTENSION is 0.50 acres. Approximately 0.50 acres are expected to be disturbed ·by construction activity. D. Estimate of Post-Construction Runoff Coefficient. The overall estimated post-construction runoff coefficient for this construction site is based on Town of Addison Drainage Design Criteria. Runoff tabulations are given on the Drainage Area Map. E. Existing Data Giving Soils Information and Quality of any Discharge from the Site. A geotechnical report for the the surrounding recent development indicates surface soils found in the area typically consist of dark brown clay underlain by light brown calcareous clays underlain by tan weathered limestone and gray limestone. No data exists on storm water runoff quality from this project. F. Site Map Infonnation: The following infonnation can be found on the maps and plan sheets given in the construction documents: -Site drainage patterns -Approximate slopes after grading -Areas of soil disturbance -Outline of areas not to be disturbed (No areas indicated.) -Location of major structural & non-structural controls H:\ProJ"\O 1300001\specs\Swppi.doc G. Name of and Location of Discharges to Receiving Water(s) and Area of Wetland Acreage at the Site. All stonn water runoff from MORRIS AVENUE EXTENSION is received by an unnamed tributary of White Rock Creek. There are no designated wetlands within the Right-Of-Way of these projects. II. Controls In general, for this project the Contractor shall be responsible for the selection and implementation of erosion and sedimentation control and stabilization measures as necessary. Appropriate preventative and control measures shall be implemented prior to commencing any activity which disturbs the existing surface or could otherwise be considered a pollutant source. The Contractor shall take such measures as necessary to assure compliance with the requirements and intent of the NPDES General Permit for storm water discharges from this project. Such measures shall include, but are not limited to the installation and maintenance of the following: • Perimeter controls such as silt fence, straw bales, or equivalent to to prevent offsite sedimentation and/or to prevent run-on to the site. • Silt fence, straw bale. or equivalent erosion checks for ditch and inlet protection to eliminate soils, sediments, or other debris from entering the drainage systems or receiving waters. • Silt fence, straw bale, or equivalent sediment barrier around the perimeter of stockpiled soils. • Other controls, as warranted by field conditions and sequencing. • Final stabilization of the site shall be achieved by the Contractor prior to acceptance of the project by the Owner or the Town of Addison. At a minimum, the Contractor shall install the measures shown on the Erosion Control Plan. A. Erosion & Sediment Controls 1. Stabilization practices To reduce the erosion potential of disturbed areas, temporary seeding, permanent seeding, mulching or sod stabilization procedures, or their equivalent, must be initiated on all disturbed areas within 14 calendar days of last activity in that area as required by the General Permit. The owner's construction manager will keep a record of when major activities occur, temporarily or pennanently cease, and when stabilization measures are initiated. A copy of this record will be kept with this plan on-site. 2. Structural practices The disturbed surface areas for this project are comprised of relatively small drainage areas. Within these small areas, erosion and sedimentation can be effectively controlled using silt fences, straw bales, and sediment traps, as shown on the erosion control plan. During construction and until the site is adequately stabilized, ditches, curb inlets, and basin and drop inlets shall have stone siltation structures, straw bale erosion checks, straw bale dikes, or equivalent installed to significantly reduce the amount of soil and silt entering the underground drainage system . and/or receiving waters. All stockpiled soil will be surrounded by a straw bale dike, silt fence, or equivalent to properly control sediment runoff. At a minimum, silt fences will be used as sediment controls on the sideslope and downslope boundaries of the construction and staging areas. H:\Proj\01300001\spccs\S wppi.doc Offsite drainage will be controlled through the use of a diversion swale adjacent to the project site. This swale will also collect runoff from the construction area, therefore sedimentation dams will be placed at intervals along the swale as indicated on the erosion control plan. The Contractor is encouraged to limit the number of access points to the site as both a safety measure and a pollution prevention measure. The Contractor shall submit proposed locations of Stabilized Construction Entrances, if different from those shown on the plans, to the Engineer. The Contractor will at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur, the Contractor shall promptly remove any such material or debris. The proposed measures for erosion and sedimentation control during construction satisfy the intent of State and local requirements. The applicable erosion control drawings are given in the Appendix (Erosion Control Plan, Erosion Control Details). B. Stonn Water Management Pennanent erosion control and sedimentation control measures will be in place when construction is completed and prior to submittal of the Notice Of Tennination. Specific locations of these stabilization measures are not given in the drawings but consist generally of the following items. Permanent seeding, mulching or sod stabilization procedures, or their equivalent, shall be initiated on all disturbed areas within fourteen (14) calendar days oflast activity in that area. The proposed measures for erosion and sedimentation control after construction satisfy the intent of the State and local requirements. C. Other Controls The Contractor shall at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur, the Contractor shall promptly remove any such material or debris. The Contractor shall comply with all Federal, State, and local regulations regarding the collection, storage, and disposal of solid, sanitary, septic, or hazardous waste materials. The Contractor shall designate a maintenance area for his equipment and shall comply with all applicable federal, state, and local laws. codes, ordinances, and regulations (including the obtaining of licenses and pennits) regarding the storage, treatment, or disposal of any hazardous materials utilized on the construction site or construction staging areas. In the event of a spill of oil, fuel, or other hazardous material, the Contractor shall notify the appropriate agencies and shall immediately take action to control, contain, and clean up the spill. The Contractor is responsible for all costs, pennits. fines, or penalties associated with any spill and shall submit to the Owner copies of any associated paperwork. Should the Contractor delay in spill cleanup, the Owner reserves the right to have the cleanup perfonned by a licensed disposal contractor at the Contractor's expense. Indemnification: The Contractor shall defend, indenmify and hold harmless the Owner and the Engineer and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorney's fees and expenses, arising out of or resulting from non-compliance with this section or the Stonn Water Pollution Prevention Plan (SWPPP). Other Pennits No other discharge pennits exist for this site. m. Maintenance H:\ProJ\0130000I\specs\Swppi.doc The Contractor shall protect erosion and sediment control devices from damage and shall repair and replace dikes. erosion checks, sediment traps, silt fences, and overflow outlets when damaged by construction, natural, and other physical causes. All soil erosion and sediment control devices shall function as originally intended. All stock piled soil shall be surrounded by a straw bale dike, silt fence, or equivalent to properly control sediment runoff. Temporary seeding, permanent seeding, mulching or sod stabilization procedures, or their equivalent, must be initiated on all disturbed areas within fourteen (14) calendar days of last activity in that area. Stabilized Construction Entrances shall be top-dressed with additional stone as necessary to maintain their effectiveness. The Contractor will at all times take such measures as required to minimize off-site tracking of sediments and debris. Where offsite tracking does occur. the Contractor shall promptly remove any such material or debris. Accumulated sediment shall be removed and disposed of as required to keep the control measure functional. Excess accumulation of sediment at erosion control devices will not be pennitted. Inspection services provided by the owner or owner's representatives do not relieve the Contractor's responsibility for inspection and maintenance of the erosion control measures or his duty to comply with this plan and the conditions of the NPDES General Pennit. IV. Inspections The site will be inspected by a qualified representative of the CONTRACTOR at least once every seven calendar days and within 24 hours of the end of a rainfall event of 0.5 inches or greater. Where sites have been finally stabilized, inspection will be conducted at least once every month until a Notice of Tennination (NOT) is filed for this project. The inspections shall be for evidence of or the potential for pollutants entering the drainage system. In particular, inspection should be made of disturbed areas, storage areas, discharge locations, erosion and sediment control measures, and points of entrance and exit to the site. The inspector shall indicate in his report if rainfall has occurred since the last inspection. When possible, the date and volume of rainfall should also be recorded. A written inspection report will be kept and filed with thrs plan. Any modifications or revisions to the plan based on results of the inspections shall be made for timely implementation of any changes within seven days of the inspection. Reports shall identify any incidents of non-compliance with the SWPPP and the General Pennit and actions taken to ensure compliance. V. Non-Storm Water Discharges There are no anticipated non-storm water discharges, other than waterline tlushings, from this site. VI. Notice Of Intent (NOI) For this project, the contractor shall file a Notice Of Intent (NOl) with the EPA. A copy of the NOr submitted for this project will be posted at the construction site in a prominent place for public viewing. Copies are also included in the Appendix of this document. Under no circumstances will any construction activities identified as potential pollutant sources commence on this contract until 48 hours after submittal of the NOI. VII. Certification of Contractors Each contractor identified above shall provide the Owner with a list of their subcontractors. This list shall also identify the responsibilities of the subcontractor with regard to the implementation of and compliance with this plan and the NPDES Stonn Water Discharge Pennit. This list shall be kept in the Appendix. H:\Proj\0130000I\specs\Swppi.doc ,'," Each contractor and subcontractor perfonning work which will have an impact on the pollution potential of this project shall be identified herein. Subcontractor information will be provided by the general contractor. It is the responsibility of the General Contractor to obtain certification forms from his subcontractors prior to any work being performed by said subcontractor on this project. A brief description of the work to be performed will be included with the certification. Certification by the subcontractors does not relieve the Contractor's responsibility for inspection and maintenance of the erosion control measures or his duty to comply with this plan and the conditions of the General Pennit. The signed certification fonns will be submitted to the owner and will be included as part of this plan (File in the Appendix). An example certification form is given in the Appendix. Copies of this form may be used. Vill. Notice of Termination A Notice Of Termination (NOT) may be filed for each co-permittee after the portion of work for which said copermittee is responsible is finally stabilized and accepted by the Owner and the Town of Addison (where applicable). The Contractor shall not file an NOT without the prior approval and acceptance of the work by the owner and the Town of Addison. A copy of any NOT's filed in association with this project shall be submitted to the owner and filed with this plan. IX. Maintenance of Records This plan and the records required herein will be kept by the owner for a minimum period of three (3) years following the date of final stabilization in accordance with the requirements of the General Permit. X. Posting of permit documents A copy of any Notice Of Intent (NOI) fonns submitted for this project will be posted, along with a project description, in accordance with the NPDES General Permit requirements and regulations. Posting can be on the job-site bulletin board or work trailer. Copies of these fOnTIS are also contained in this document. XI. Plan RevisionsIModifications This plan shall be amended whenever there is a change in design, construction, operation, or maintenance, which has a significant effect on the potential for the discharge of pollutants to the waters of the United States and which has not otherwise been addressed in the plan or if the plan proves to be ineffective in eliminating or significantly minimizing pollutants or in otherwise achieving the general objectives of controlling pollutants in storm water discharges from the site. A record shall be kept of any revisions/modifications identifying the reason for the change, the date made, the date implemented, and the section revised. This record will be filed in the Appendix of this document. H:\Proj\01300001 \spccs\Swppi.doc GLOSSARY: NOTE: This glossary is to assist in defining the tenns and practices used in this plan. Should contract documents conflict with the minimum requirements of the EPA General Permit, the more stringent of the two shaJ I apply. Erosion and Sediment Controls: Structural controls include silt fences, earth dikes, drainage swales, sediment traps, check dams, subsurface drains, pipe slope drains, level spreaders, stonn drain inlet protection, rock outlet protection, reinforced soil retaining systems, gabions, and temporary or permanent sediment basins. Non-structural controls include wasle disposal, control of off-site vehicle tracking, and compliance with State and/or local solid, sanitary or septic waste disposal regulations. For common drainage areas> 10 disturbed acres, a sediment basin with a volume of 3,600 cubic feet per acre drained, or equivalent control measures, shall be provided until final stabilization of the site. Where a basin is not attainable, smaller basins and/or sediment traps should be used. At a minimum, silt fences or equivalent sediment controls are required for all sideslope and downslope boundaries of the construction area. These minimum controls shall also apply to drainage locations serving < 10 acres unless a sediment basin with a storage volume of 3,600 cubic feet per acre drained is provided. Stabilization Measures: Stabilization practices may include temporary seeding, permanent seeding, mulching, geotextiles, sod stabilization, vegetative buffer strips, protection of trees, preservation of mature vegetation, and other appropriate measures. Stabilization measures will be initiated as soon as practicable where construction activities have temporarily or pennanently ceased. The measures will be initiated no more than 14 days after activity has temporarily or permanently ceased except where construction activity will resume on that portion of the site within 21 days or initiation of stabilization measures is precluded by snow or seasonal arid conditions. Arid conditions may occur in areas where the average rainfall is less than 20 inches. Storm Water Management: Practices include wet ponds, retention structures, flow attenuation using vegetated swales and natural depressions, infiltration and sequential systems using one or more of these practices. H:\ProJ"\01300001\specs\Swppi.doc APPENDIX This appendix contains: • Inspection fOnTIS and reports • Notice of Intent Forms (copies) • Certification of Contractors (forms) • Notice of Tennination Forms (copies) • Record of major soil disturbing activities • Record of RevisionsIModifications H:\Prol..ol30000I\specs\SwppLdoc Storm Water Pollution Prevention Plan CONTRACTOR CERTIFICATION Construction Site: MORRIS AVENUE EXTENSION Addison, Texas 75001 Latitude: 32°5700"; Longitude: 96°5000" (As identified in the Stonn Water Pollution Prevention Plan and NOl.) The Storm Water Pollution Prevention Plan (SWPPP) for the referenced project identifies each pollution prevention measure and the contractor(s) responsible for the implementation and maintenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certification statement given below before conducting any professional service at the site identified in the SWPPP. Conlractor information: (Name, address, telephone no.) Description of responsibilities: "I certify under penalty of law that I understand the terms and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification." Name of Prime Contractor: (if applicable) Contractors Signature Date This certification is to be filed in the Storm Water Pollution Prevention Plan. Do not submit to EPA. H:\ProJ\O1300001\specs\Swppi.doc Stonn Water Pollution Prevention Plan CONTRACTOR CERTIFICATION Construction Site: MORRIS AVENUE EXTENSION Addison, Texas 75001 Latitude: 32°5700" Longitude: 96°5000" (As identified in the Storm Water Pollution Prevention Plan an.d NO!.) The Storm Water Pollution Prevention Plan (SWPPP) for the referenced project identifies each pollution prevention measure and the contractor(s) responsible for the implementation and maintenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certification statement given below before conducting any professional service at the site identified in the SWPPP. Contractor information: (Name, address, telephone no.) Description of responsibilities: "I certify under penalty of law that I understand the tenns and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification." Name of Prime Contractor: (if applicable) Contractors Signature Date This certification is to be filed in the Storm Water Pollution Prevention Plan. Do not submit to EPA. H;\Proj\O130000I\spccs\Swppi .doc Storm Water Pollution Prevention Plan CONTRACTOR CERTIFICATION Construction Site: MORRIS AVENUE EXTENSION Addison, Texas 75001 Latitude: 32°5700" Longitude: 96°5000" (As identified in the Storm Water Pollution Prevention Plan and NOI.) The Storm Water Pollution Prevention Plan (SWPPP) for the referenced project identifies each pollution prevention measure and the contractor(s) responsible for the implementation and maintenance of the measure. All contractors and subcontractors shall be identified in the SWPPP and must sign a copy of the certification statement given below before conducting any professional service at the site identified in the SWPPP. Contractor information: (Name, address, telephone no.) Description of responsibilities: Itl certify under penalty of law that I understand the tenns and conditions of the general National Pollutant Discharge Elimination System (NPDES) permit that authorizes the storm water discharges associated with industrial activity from the construction site identified as part of this certification.It Name of Prime Contractor: (if applicable) Contractor's Signature Date This certification is to be filed in the Storm Water Pollution Prevention Plan. Do not submit to EPA. H:\Proj\O 130000I\specs\SwppLdoe EROSION CONTROL & POLLUTION PREVENTION INSPECTION REPORT Project: MORRIS AVENUE EXTENSION Huitt-Zollars Project No.: 􀀮􀀮􀀮􀀮􀀮􀀺􀀺􀁏􀁾􀀱􀀭􀀭􀀧􀀭􀀱􀁾􀀸􀀽􀀲􀀧􀀭􀀽􀀭􀀲􀀭􀀮􀀮􀀺􀀺􀀺􀀵􀀮􀀮􀀺􀀺􀀺􀀰 _ Date: _ Time: amI pm Has rainfall occurred since the last inspection? _ Yes _ No; If yes, Volume = inches This inspection indicates compliance or noncompliance with the Stonn Water Pollution Prevention Plan for this project and identifies evidence of or the potential for pollutants entering the drainage system or waters of the United States. Inspection is to be made of disturbed areas, storage areas, discharge locations, erosion & sediment control measures, and points of entrance and exit to the site. Is this project in compliance with the SWPPP? _ Yes _ No If No, has a copy of this report been given to the Contractor requesting corrective actions? _ Yes _ No Summary of Inspection: (Include observations of any evidence of non-compliance or of pollutant sources not identified in the plan. Attach additional sheets if necessary.) Sununary of Corrective Actions Requested: (Attach additional sheets if necessary.) Will the results of this inspection require modification of the SWPPP? _ Yes _ No Inspector's Signature 􀁈􀀺􀁜􀁐􀁲􀁯􀁪􀁜􀀰􀀱􀀳􀀰􀁄􀀰􀀰􀁉􀁾􀁰􀁥􀁣􀁳􀁜􀁓􀁷􀁰􀁰􀁩􀀮􀁤􀁯􀁣 Date Project: MORRIS AVENUE EXTENSION Date: _ INSPECTION REPORT Erosion Control -Pollution Prevention Erosion Control Measures: General comments: pollutant sources not identified in the plan: evidence of non-compliance: H:\ProJ\O1300001 \specs\Swppi.doc Page_of_ Initials _ Project: MORRIS AVENUE EXTENSION Date: _ INSPECTION REPORT Erosion Control -Pollution Prevention Erosion Control Measures: General comments; pollutant sources not identified in the plan; evidence of non-compliance: H:\Proj\Ol 30000I\specs\swppi ,dex: Page_of_ Initials _ Revision No. Seclion(s) affected Storm Water Pollution Prevention Plan Record of RevisionslModifications Date Plan Modified Date Implemented Drawings Rev modified? .Qy H:\Proj\O 1300001\specs\Swppi.d oc Date: Activity: Stonn Water Pollution Prevention Plan Record of Major Soil Disturbing Activities H:\Proj\Ol 300001 \specs\Swppi.doc Vill. BRICK PAVER INSTALLATIONS IN VEHICULAR AREA 􀁈􀁾􀁜􀁐􀁲􀁯􀁊􀀧􀁜􀀰􀀱􀀳􀀰􀀰􀀰􀀰􀀱􀁜􀁳􀁰􀁥􀁣􀁳􀁜􀁃􀁄􀁶􀁣􀁾􀀮􀁤􀁯􀁣 BRICK PAVER INSTALLAnON IN VEHICULAR AREAS PART I -GENERAL 1.01 1.02 1.03 1.04 Confonnity Confonn to the requirements of the general conditions of the contract. Work Included 1. Supply and place bituminous setting bed. 2. Supply and install brick pavers in quality, shape, thickness and color as specified. 3. Supply and place all accessory items as required by the contract. Product Handling Brick pavers shall be delivered and unloaded at jobsite on pallets and bound in such a manner that no damage occurs to the product during handling, hauling and unloading. Project Conditions Environmental requirements: Ambient and surface temperatures: Minimum 35 degrees F for minimum 48 hours prior to and during construction. 1. Area to receive bituminous base must be dry. PART2-MATERIALS 2.01 2.02 2.03 g:lpojlOI182221\fimJ\p:l\'CI' Asphalt adhesive will consist of 2 percent neoprene (grade WM), oxidized asphalt 80 penetration. Joint and filler to be pigmented Portland Cement (ASTM C-50). Sand to confonn to ASTM C33. Mixes: a. Bituminous Setting Bed: The fine aggregate to be used in the bituminous setting bed shall be clean, hard sand with durable particles and free from adherent coatings. lumps of clay, alkali salts and organic matter. It shall be uniformly graded from "coarse" to "fine" and all passing the number 4 sieve and meet the gradation requirements when tested in accordance with the standard method of test for sieve or screen analysis for fine and course aggregates ASTM Designation C-36. The dried fine aggregate shall be combined with hot asphalt and cement, and the mix shall be heated to approximately 300 degrees F at an asphalt plant. The proportion of materials shall be seven (7) percent cement and ninety three (93) percent fine aggregate. Each ton shall be apportioned by weight in the approximate ratio, 45 pounds (lbs.) asphalt to 855 pounds (lbs.) sand. b. Neoprene: Modified Asphalt Adhesive: Consist of two (2) percent neoprene (grade WM) oxidized asphalt with a 55 degree softening point. (80 penetration) and ten (10) percent long fibers. PART 3 .. EXECUTION Solids (Base) Lbs/GaI Solvents Base Melting Point Penetration Ductility 75 +% 8 -8.5 lbs. Varsol (over 100 F flash) (2% neoprene. 0% fibers, 88% asphalt). ASTM D-36 .. 22 f Min. 77 F 100 gram load 5 second (.lmm) 23-27 ASTM D-3-44 @25 5 ems/per minute -.125 em minimum 3.01 Examine surfaces to receive Bituminous setting bed to assure that a. Surfaces are free from structural defects. b. Elevation is such that when setting bed and brick paver are placed, the top surface of the pavers will be the required finished grade. c. Paver surface shall be completed to established elevations without ridges, voids, or other . obstructions that would interfere with installation of brick pavers or asphalt. 3.02 Edge Restraint: a. Vehicular Paver: Pavers in vehicular areas will be restrained in all directions by the depression in street pavement provided by the paving contractor per details on plans, requiring no special work when pavers are installed. b. Check all restraint systems for proper location and elevation per plans and specifications. 3.03 Preparation: a. Prime concrete slab with rapid curing cut back asphalt (m-8]), at a rate of .1 gal/square yard. 3.04 Application: a. To install the setting bed over the base, place 3/4 inch deep control bars directly over the base. If grades must be adjusted, set wood chocks under depth control bars to proper grade. Set two bars parallel to other, approximately eleven (11) feet apart to serve as guides for the striking board (2 foot long, 2 inch by 6 inch board). The depth control bars must be set carefully, to bring the pavers, when laid, to proper grade. Place some bituminous bed between the parallel depth control bars. Pull this bed with the striking board over these bars several times. After each passage, low porous spots must be showered with fresh bituminous material to produce smooth, firm and even setting bed. As soon as this initial panel is completed. advance the first bar to the next position in readiness for striking the next panel. Carefully fill any depressions that remain after removing the depth control bars and wood chocks. The setting bed shall be rolled while hot with a power roller to nominal depth of 3/4 inch for vehicular areas. The elevation will be adjusted so that when the brick pavers are placed, the top surface of the pavers will be required fmished grade. b. A coating of two (2) percent neoprene -modified asphalt adhesive shall be applied by mopping or squeezing or toweling over the top surface of the bituminous setting bed so as to provide a bond under the pavers. If it is troweled, the trowel shall be serrated with serrations not to exceed one-sixteenth (1/16) of an inch. c. Installation of brick pavers shall begin when the modified asphalt adhesive is dry to the touch, carefully place pavers by hand in straight courses with hand tight joints and uniform top surface. Good alignment must be kept, and the pattern shall be that shown ont he drawings. d. If additional leveling of the pavers is required, and before sweeping in joint filler, roll with a power roller after sufficient hear has built up in the surface of the brick from several days of hot weather. e. Joint Treatment: Hand tight joints (shall read from 0 inch to maximum 1/4 inch). Sweep a dry mixture of one part colored portland cement to match color of brick pavers and three parts sand until joints are completely filled. Fog lightly with water. Cement stains that remain shall be cleaned with a 10 percent solution of muratic acid or mortar cleaner. 3.05 Protection a. Newly laid pavers must be protected at all times by panels of plywood on which the installer stands. These panels of plywood can be advanced as work progresses. However, the plywood protection must be kept in areas which will be subjected to continued movements of materials and equipment. These precautions must be taken in order to avoid depressions and protect paver alignment. ***END OF SECTION*** g:\prOj\OI1S2221\f lnal\p.11u 􀁾􀁾 Designation: C 1272 -94 Standard Specification for Heavy Vehicular Paving Brick1 J 􀁾 standard.is 􀁩􀀮􀁳􀁳􀁵􀁾 undO" tbe 􀀶􀀺􀀱􀁾 􀁾􀁯􀁡 C 1212; 􀁾 .number 􀁩􀁭􀀮􀁭􀁾􀁴􀁤􀁹 (oUowi..tIS the dcsigtwioa iDdicllcs tbc ye2t of anglDal adoption or. Ul the case of􀁾the ycu of WI. rcvtSIOD. A number 1D parmtbc:s= indic::z!eS the. ye2t ora 􀁾􀁙􀀲􀁌 A superscript epsilon (t) indiCllCS aD editorial dwI&c:siDcc tbc 1&U rcvUiOD or tappI"OvaL 1. Scope 1.1 This specification 􀁣􀁯􀁶􀁥􀁾 brick intended for use as a paving material in areas with a high volume of heavy vehicular traffic. The units are designed for use in such places as streets, commercial driveways. and aircraft taxiways. These units are Dot intended for applications covered by Specifications C 410 or C 902. 1.2 Units 􀁾􀁥 manufactured from clay, shale,' or similar naturally occurring earthy substances and subjected to a heat treatment at elevated temperatures (firing). The heat treat.. ment must develop sufficient fired bond between the partic.. ulate constituents to provide the strength and durability requirements of this specification (see firing, fired bond, and incipient fusion in Terminology C 43). 1.3 _Brick may be shaped during manufacture by exnuding, molding, or pressing. Brick may have spacing lugs. chamfered edges, or both. 1.4 The values stated in inch-pound units are to be regarded as the standard. The values given in parentheses are for information only. 2. Referenced Documents 2.1 ASTM Slandards: . II' C 43 Terminology of Structural Day Produets2 '... ( C 67 Test Methods for Sampling and Testing Brick and Structural Gay 􀁔􀁩􀁬􀁾 􀁾􀁾 C 88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfatel C 410 Specification for Industrial Floor Brick2 C 418 Test Method for Abrasion Resistance of Concrete by SandblastingJ . C 902 Specification for Pedesttian and Light Traffic: Paving Brick2 . E 303 Test Method for Measuring Swface Frictional Properties Using the British Pendulum Tester" 3. Terminology 3.1 De}7nitions-􀁔􀁥􀁲􀁲􀁭􀁾 used in this specification are de-fined in Tenninology C 43. , 4. Classification 4.1 1)pes-Heavy vehicular paving brick are classitied by type according to their intended installation: I This specification is under me jurisdiction of ASTM Commince C·IS OD Manufae:tumi Masoruy Units and is the direct responsibility of Subcommittee 􀁃􀁉􀁾􀀮􀀰􀀲 OD Oay Brick Ind Stnlc:nmJ Clay TLle. 􀁃􀁕􀁾􀁄􀁴 edition approved June IS. 1994. Published Aul(USt 1994. 2 AnnU4l Book ol...rr.\/Srandtlrds. Vol 04.0S. ".4.nnu.cU Boole ofASTJI SUJnaards. Vol 􀀨􀀩􀀧􀁴􀁏􀁾􀀮 • Annum Book 0/ASTM SuwJards. Vol 04.03. 817 4.1.1 Type R-Brick intended to be set in a monar sc:tting bed supported by an adequate concrete base; or an asphalt setting bed supported by an adequate asphalt or concrete base. 4.1.2 Type F-Brick intended to be set in a sand setting bed, with sand 􀁪􀁯􀁩􀁮􀁾 and supponed by an adequate base. 4.2 Applications-Heavy vehicular paving brick are classified by application according to their dimensional tolerances, 􀁤􀁩􀁳􀁴􀁯􀁲􀁴􀁩􀁯􀁾 and extent of chips. 4.2.1 Application PS-PaVeTS intended for general use. 4.2.2 Application PX-Pavm intended for use where dimensional tolctilIlces, warpage, and chippage are limited 4.2.3 Application PA-Pavers intended to produce characteristic architeetura1 effects resulting from nonunifonnity in size, color, and texture. . 5. Physical Requirements 5.1 Durability-The brick shall conform to the physical requ.irements for the type specified as prescnbed in Table 1. 5.1.1 Freezing and Thawing Alternate-The cold water absorption n:quirements specified in 5.1 shall not be required provided a sample of five briele, meeting all other requirements, passes the SO cycle freezing-and-thawing test in Test Methods C 67 with not greater than O.S %loss in dry 􀁷􀁾􀁩􀁧􀁨􀁴 of any individual uniL Non: I-The provisions orS.1.1 are 􀁾􀁣􀁤 only as an alternative wbc.n the sample docs Dot coaIorm to the requirements {or cold water 􀁡􀁢􀁳􀁯􀁲􀁰􀁴􀁩􀁯􀁮􀁾􀀢􀁢􀁣􀁤in Table 1. , . 5.1.2 Sulfate Soundness Test Alternate-The cold water absorption requirements specified in 5.1 shall not be required if a representative sample of five brick survives IS cycles of the ,sulfate soundness test in acxordance with Sections 4, 5. and 8 of Test Method C 88 with DO visible damage. Non 2-The sulfate soundness test is an OptiODal substitute test for the frec:z:ing-and-thawing test (5.1.1 􀁾 5.2 Performance-II information on the performance over time of similar units in a similar application with similar exposure and traffic is furnished by the manufacturer or the manufacrurer's agent and is found ap:eptable to the specifier of the pavement material or the specifier's agent. the physical requirements in 5.1 or the size 􀁲􀁥􀁱􀁾􀁲􀁥􀁭􀁥􀁮􀁴􀁳 iD 7.2 shall not be required. . 5.3 Abrasion Resistance-Each individual brick tested shall meet the requirements or either the Abrasion Index column or the Volume Abrasion Loss column of Table 2. 5..3.1 Abrasion Index-The abrasion index is calculated from the cold absorptioD in percent and the camprcssivc strength in pounds per square inch as follows: 4M1t C 1272 TABl£ 1 Physical Requirements Type RF Minimum Compoessjve StrengttI. Gross Area. psi (MPaI .. Avg. of 5 Bride IncfvCJaI 8000(55.2) 7000 (4a..3) 10 000 (69.0) 8 800 (60.7) MrWnun Mod\U of 􀁒􀁾􀀮 psi (MPa) Avg. cI 5 Bricll: lnctv'duaI 1 200 (8.3) 1 00Cl (6.9) 1 500 (10.j 1 275 (8.S) 􀁁􀁾􀀮 al S Bride 66 􀁾7 7 6. Emoresceoce 6.1 When specified., the units shall be tested for emoresccncc in accordance with Test Methods C 67. The units shall be sampled at the 􀁰􀀱􀁡􀁾 of manufacture. Appicaticn PS 􀁾PX AppIic:IIirtl PA 'II (3.2) 'I,. (1.&) no i7it :v•• (".7) Y.D (2.-') no IrTit 'h. (6.4) 􀀱􀁾 (3.2) no mt Dimension. n. (rMl) 3 (76) and l.nder Over 3 ED 5 (76 to 127) Ova" 5 to 8 (127 to 203) 8 (203) and l.I'ldet' Owr 8 (203) to 12 (305) ev. 12 (305) to 16 (C06) 􀁾􀁾􀀬 i1. (rmt) PerrrissibIe CisU'ttion. max. in. (nrn) App&:alia'l PS 􀁾PX 􀁾PIto 􀁾 (2.4) 'A. (1.6) no iITi1 '11 (3.2) 􀁾 (2.4) no 11M 􀁾 􀀨􀁾􀀮􀁏􀀩 'II (3.2) no Iirrit TASl..E 3 Tolerances on DimenSIon. TABLE -4 ToI8t'l1nces ext Ciatortion ..,.. Dimensioas and Permissible.Variations.. 7.1 The size of the brick shall be as specified by the purchaser. 7.2 The minimum thickness of the unit shall depend upon the classification: 7.2.1 Type R-21/.. in. (57.2 mm). 7.2.2 Type F-2'/8 in. (66.7 mm). 7.3 Wben 􀁣􀁨􀀮􀁡􀁭􀁦􀁾 arc specified by the purchaser, the dimensions required in 7.2 are exclusive of chamfers. When 􀁬􀁵􀁾 arc specified by the purch.asC'r, the size ofthe brick and its associated dimensional tolerances shalJ include the lugs.. The lugs shall project no greater than I/S in. (3.2 mm), 􀁵􀁮􀁬􀁾 otherwise specified. 7.4 In the sample of unitsJ no unit shall depart from the specified size by more than the individual tolerance for the application specified as prescribed in Table 3. Type F paving brick shall conform to Application PX only. ' 7.5 Tolerance; for distortion or warpage of surfaces or edges intended to be exposed in use from a plane surface and from a straight line, respectively, shall not exceed the maximum for the application specified as presaibed in Table 4. Type F paving brick shall conform to Application PX only. 8. VISual Inspection 8.1 Other than chips, the brick shall be .free of cracks or other imperfections dettacting from the appearance of a designated sample when viewed·from a distance of 20 ft (6 m). 8.2 The partS of the brick that will be cxposed in place TABLf 5 Maximum 􀁐􀁥􀁲􀁭􀁩􀁵􀁬􀁾􀀮 Extent of 􀁃􀁨􀁩􀁾􀁧􀀮 from Edge-__________lnd_CO_m.-.􀀭.. 􀀭􀀭􀀭􀁾􀀭􀀭􀁾􀀭 __AppIica.;.;._b.On_􀁟· 􀁾 􀁾􀀮􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀁾􀀮􀀮􀀺􀁟􀀺􀀮􀀮􀀺􀀮􀀧 􀁟􀁩􀁴􀀮􀀭􀀽􀀮􀀨􀁲􀁍􀀧􀁉􀀮􀀮􀀭􀀭􀀮􀀻􀀮􀀩􀁟􀁩􀀧􀁉􀁟􀁦􀁲� �􀁴􀁮􀁾􀁟􀀭􀀭􀀭􀀭 Edge CClrneI' __ PS and PX If•• (1.9) 'It (12.7) PA no liirM no mwt 􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀭􀀭􀀭􀀺􀀺􀀮􀀮􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀮􀀮􀀭􀀭 1.7 Type A. Sl1d F 0.11 .. See Sections 5.3.1 and 5.32 for adCitiCltIal infcnnalion. b '. . d 100 x absorption a l3.51on In ex = 􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀂭 compressive strength 5.3.1.1 The compressive strength shaD be determined on half-brick. which are the full height (no less than 2'1. in. (57 mmmm» and width of the 􀁵􀁮􀁩􀁾 and with a length equal to one half the full length of the unit (±Ih in. (:£6 mm) for each dimension). For abrasion index testing purposes, the brick shall be without core holes, frogs or other perforations. Other shaped specimcns may be used provided that a correlation is established with the results of the specified shape and the results are convened to be equivalent to those that would be obtained with the specified shape. 5.3.1.2 In those cases where the height requirements for determining compressive strength cannot be met. the abra... sian resistance should. be determined according to the volume abIaSioD' Joss method. . 5.3.2 Volume Abrasion Loss-The volume abrasion loss should be determined' in accordance with Test MethOd C 418. with the following changes in -procedure: 5.3.2.1 The sand shall be a .naturi1l silica sand from 􀁏􀁴􀁴􀁡􀁾 􀁉􀁾 graded to pass a.No. 50 (3()()..p.m) sieve and retained on a No. 100 (150iJ,m) sieve. S.3.2.2 The test shaIl be run on dry brick. 5.3.2.3. The duration of the test shall be 2 min. . 5.3.2.4 The rate of sand flow shall be 400 g/mfu.. . 5.3.2.5 The volume loss shall be determined by lilling the abraded depression with modeling clay, striking off level with the original surface of the brick, and removing and weighing the modeling clay. The volume loss shall be calculated from the bl11k density of the modeling clay. The bulk density should be detemiined on each lot of modeling clay. An altemative method of determining the weight ofclay used in filling the sandblast cavity is to determine the weight of the modeling clay sample before and after filling the cavity. 5,4 Skid Resistance-When specified. the units shall be tested for skid resistance in accordance with Test MethOd E301 5.5 Coring-The brick shall be without core holes or other perfOl7ltions. 5.6 Chips or CrQl'ks-The brick shall be free of chips or cracks larger than those listed in this specification that would significantly impair the performance of the system. 818 .p" " C1272 ail be free of chips that exceed the limits given in Table S. 1C cumulative length of chips on the exposed face of a Jg1e unit shan not exceed 10" of the perimeter of the :posed face of the brick. 8.3 Unlcss otherwise agreed upon in writing by the iX:chaser and the seller9 a delivery shaD contain Dot more than 5 " brick that do not meet the combined requirements of Tables 3, 4, and Sf including broken brick.. 9. Keywords . 9.1 brick; fired masonry units; pavement surfaces .' \:. . ::r:. :..--:--􀁾 ..-11". rn.. AmIrlc:M Sot:iIIty tot rating IItd􀁾􀀬􀀮􀀮noptJd Icn􀁉􀁾1MdiGIy d Mypart,....-mdnco."" witIt MY ..", tne1IJDned Mt fhilltaIXIn. u.. d tl* IIMtWd..􀁾a:MMJ tIIIt 􀁾􀀮􀁲􀁢􀁉d the wWIdIy d MY IUdJ 􀁾rIgID. a'fd ".. rlJJc r;I il1biQIii'" d I&ICh rlgI'8. ..nitwJy fIteir own􀁾􀀮 : 71Iia􀁾ia aubj«;t to twIsIan"." liMIIt'".􀁾rw:htW:6J IDJiI..lttII".. be􀁾...,tItIe)'MaMd JlIXIt fWiI«J. __tMppIf1'Ied aT wild..... Yeuea..,....Irrvnd...far rwiIicrr rJ/W8181'tdrn/aTffI MIJIJtJtwJI:tMdWdr and shtJuJd be a:a:kIJ 'to ASTM􀁾YCIW QMSlMiD wIIl'IC8W t:MfIId CIWi:t lion".....􀁴􀁉􀁉􀀬􀀮􀁾 􀁾c:cm,wtrM. wItIch )QI may .aena. 6'ftJIJ fw/thIt yaIco",.a ,.. -f'IJCtIlwtJ I,iii heriIg )QI1htIuJd mMt )Q' 􀁾Jtnorrrm to 11M ASTII􀁾tJII sr-Adso 1018 Ra:e sr..􀁾I'A fit03. oj. . !. I'. -, ,'. 819 \\HZDAll.AS2\disk2\Proj\OI30000I􀁜􀁳􀁰􀁣􀁣􀁳􀁜􀁃􀁯􀁹􀁣􀁾􀀮􀁤􀁯􀁣 IX. MISCELLANEOUS DETAn.s TOWN OF ADDISON 􀁾􀀮􀀮􀀮􀀮􀁳􀁔􀁉􀁎􀁇 REQOI:Re!ENIS '. 􀁔􀁲􀁥􀁮􀁣􀀺􀀮􀁾 5afetv Er.qineered tranc."'l safety plans required Sani.tarl Sewer Air Ce3t., 4 psi -no loss Pi;:e size six inches eight inc."1es ten 􀁩􀁮􀁣􀀮􀀮􀁾􀁥􀁳 􀁾􀀮􀁡􀁲􀀮􀁡􀁲􀁥􀁬􀁬 -Si 􀁭􀁡􀁸􀁾 deflecticn Time four 􀁭􀁩􀁮􀁾􀁴􀀺􀁥􀁳 six mint.."l:es eight mnm:es VES fcr::at Water 􀁈􀁹􀁤􀁲􀀽􀀮􀁳􀁴􀁡􀁾􀁩􀁣 -2eo =si f:;:: tom.-hccrs 􀁾􀁾􀁾􀁩􀁲􀁯􀁵􀁭 allowable icss = Diamecer pi=e X 25 X 􀁬􀁥􀁾􀀬 : 52S0 a Stcr:n Sever Vist1 ::l i only 􀁔􀁲􀁥􀁮􀁣􀁾 􀁃􀁣􀁾􀁣􀁾􀁾􀁯􀁮 Test:. ever:y three hcraea f=et. of 􀁴􀀺􀀽􀀽􀁮􀁣􀀮􀀮􀁾􀁊􀁬􀁩􀀽􀁴 (a" loose) co 95% ccr.;:.act:icn, 0 􀁴􀀺􀀺􀀮􀀫􀀳􀁾 rooisi:::ra 􀀨􀁏􀀧􀁐􀁔􀁉􀁬􀀭􀁜􀁕􀁾􀀩 􀁓􀁴􀀽􀁾􀁴 􀁃􀁣􀁾􀁣􀁾􀁾􀁯􀁮 Th=ee c:sc.s 􀁥􀀧􀁬􀁾􀀡􀀺􀀧􀀡 ::-""0 􀁾􀀢􀀧􀀺􀀮􀁣􀁴􀂷􀁾􀀺􀀺􀁬􀁲􀀮􀁤 􀁾􀁾􀁡 ya.r::S c: base area 􀁃􀁣􀁮􀁣􀀺􀀺􀀭􀁾􀀧􀁃􀁥 catc:-: design. reqt":: -ad and approved .by TC"'..'11 Three cylincers ;:er one hur.c....-se ct:bic: yards (3, 000 􀁾􀁩 in 􀁾􀀮􀀻􀁥􀁮􀁴􀀺􀀧􀂷􀁬􀀭􀁥􀁩􀁧􀁨􀁴􀀺 Cays) Pot=s cf less ::..-..a.P1 cne ncr.ncr.c:==d 􀁣􀁾􀁩􀁣 :ra:'::S way 􀁲􀁾􀀽􀁡 c!lir.ce.-rs -ac 􀁤􀁩􀀽􀀽􀁣􀁾􀁾􀁯􀁮 cf 􀀡􀁲􀁾􀁾􀁾􀀺􀀽 􀁓􀁬􀁾 􀁣􀀽􀁳􀁴􀀮􀁩􀁾􀁧 anC ai= ene--ain=enc ac 􀁣􀁩􀀽􀀽􀁣􀀽􀀺􀀽􀁾 oi 􀀡􀁾􀁥􀁣􀀽􀀽􀀽 Ceres co verify ca;:rc."1 -􀁾􀀭􀀮􀀮􀁲􀁥􀁥 ;:er :;.'-0 􀁾􀀭􀀺􀀽􀁣􀁳􀁡􀁲􀁸􀁩 Set.:e.ra yar=s Sealant:. Design 􀁡􀁾􀀹􀁲􀁣􀂷􀁯􀀯􀁥􀁤 cy ·rte T=·..n c: Ace" eon AS Scil:s :!t.:Sc' ::e cat:=d 􀁾􀀧􀀱􀁵􀁳t: ce sealed 􀁾􀀱􀁵􀀮􀁳􀀢􀁃 􀀮􀁳􀁣􀁡􀁾􀁥 IIas 􀁢􀁴􀀮􀀺􀀺􀀮􀁾􀀺II =:-"=;CC== sec II :-!cs'C ::e di."r.ensior.sci Al:c;t.:.St. 16, 􀀱􀀹􀁾􀀱 f ' Sample sign. Substms shaU be flat bltade (non-ednJded) .080 aluminum. L8UBring is fMt (5) indl F.H.W.A series e.g-upper and 10'Nef' case. Suffix and numbering is two and one-haJf (2112) inch F.H.W.A. series "8" UJ:lpef and fewer ease. Bac:Xgrcund shaH be 3-M High Intensity Blue. AU lettering and numbers shaU be 3-M High Intensity White. Length of sign shaJI be proportionate ta length of street name. Signs shaJl be mounted on UnitstrUt-Tefespar. Pole shaJl be one and 􀀱􀁴􀀱􀁾 (1 314) inches square by tweNe (12) feet in length. Pole base shaJl be construded 01 Unitsttut-TeJespar. PoJe base is two (2) inches squa·re by thirty six (:36) inches long and reinforced by a sleeve two and one-.quarter (21/4) incnes square by eighteen (18) in=es long. AJI Unistnlt-Telespar pole and base assemblies are composed of 12 ga gatvanized steel Regufatcty and warning signs shall be mounted with the bottom at the signs at a minimum height of seven (7) feet and shaJl be mounted using Unistrut..Telespar drive rivets. Street name signs shall be mounted using Unistrut...Telespar sign m9unting cap (Unistrut Part Number 850FL175C) and, where applicable, mounting e:oss street names shall be mounted with a cross piece (Unisttut Part Number 850Fl9OX). No borders of any kind are used. --􀁾􀀭􀀺􀀮􀀮􀁟􀀮􀀭__. 􀁾􀁟􀀮 ...... _ ........􀁾􀁉􀁟􀀮􀀭􀀭􀀺􀀮􀀮 ..;..... __ ._ 􀀮􀁵􀀮􀁬􀁾􀀮 I . 􀁾􀁟....._ • ...: _.. __􀁾 -__ . 􀁾􀁟􀀮 __ . -_ .. __._. 􀁟􀁾 I _ _ 􀁾 •• 􀁾 •• 􀁾 • _. _ ._•• _ • 􀁾􀀮􀁟DATE SUBMITTED: May 15, 2002 FOR COUNCIL MEETING: May 28, 2002 Council Agenda Item: _ SUMMARY: This item is to request Council approval to enter into a Master Interlocal Agreement with the County ofDallas, Texas for Transportation Improvements on roads that are on the Central Texas Council ofGovernment's Regional Thoroughfare Plan. FINANCIAL IMPACT: Approval ofthe Master Interlocal Agreement will allow the Town to receive certain grants from Dallas County through their Capital Improvement Program. BACKGROUND: In Fiscal Year 2000, the Dallas County Commissioners Court replaced its traditional bond financing approach to funding infrastructure improvements with a programmed Major Capital Improvement Program. This Program is implemented by issuing an annual countywide call for projects to identitY and fund needed needed roadway improvements within the County, with local governments submitting candidate projects for potential selection and funding. The Town ofAddison submitted a total ofsix projects. Pursuant to Court Order'2000-2117, dated October 17,2000, Dallas County Commissioners Court approved certain projects for inclusion in Program Years 2004, 2005, and 2006 ofthe Transportation Major Capital Improvement Program. County funding for a portion ofconstruction ofthe·following roadway related improvements in the Town ofAddison was established, as listed below: Project Amount Arapaho Road, Phase III (Addison Rd. to Surveyor Blvd.) Midway Rd. Signal Improvements (Spring Valley Rd. to Dooley) $1,432,812 196,000 Funds for Midway Rd. and Arapaho Rd. are available to the Town ofAddison in Fiscal . Years 2005 & 2007, respectively. The remaining cost for Midway Road signal upgrade will be funded from Street Capital Project funds. The remaining cost ofconstruction of the third phase ofArapaho Rd. will be funded from the Town's General Obligation Bond Program. ___'----'---". .:.---'􀁾􀁾􀁟􀀮􀁟􀀧-....._'_'􀁾􀀺􀀧􀀭􀀭􀀺􀀧􀁾􀁾􀀬􀀮􀀽􀀮􀀮􀀮􀀮􀀭􀀭􀀻􀀺􀀮􀀮􀀮 " 􀁟􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀺􀀮􀁾􀁟􀀮􀁉􀀮􀀺􀀺􀁟........ 􀁾􀁾􀁾__ 􀀭􀀺􀀧􀁾􀀧􀀺􀀢􀀢􀀧􀀭 􀁾__-9;';"'__􀀢􀀧􀀽 􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀢􀀺􀀧􀀻􀀧􀁊􀁟 ._..._. , ... _ , __ . A Master Agreement (copy attached) was prepared between the Town ofAddison and Dallas County, which provides the basis for cost participation ofthe approved roadway improvements. This agreement also establishes 􀁤􀁥􀁳􀁩􀁾 utility relocation, and constmction responsibilities ofeach party. Subsequent to approval ofthe Master Agreement by the Town and Dallas County Commissioners Court, a Supplemental Agreement for each project will be submitted to each party for approval that will set project specific design guidelines for each project. RECOMMENDATION: Staffrecommends Council authorize the City Manager to enter into a Master Agreement with the County ofDallas, Texas, for Transportation Improvements on roads that are on the North Central Texas COlIDcil ofGovemments ofGovemments Regional Thoroughfare PIan. 􀀺􀀺􀀮􀀺􀀮􀀺􀀮􀀺􀀮􀀮􀀺􀀺􀀮􀀮􀀮􀁾􀀭􀀺􀀭􀀭􀁟􀀭􀀭􀀮􀀮􀀺􀀮􀁾􀁾􀁾􀀭 .---'--􀁾􀀧􀀭􀁾􀀺􀀮􀀺􀀮􀀺􀀭􀀭􀀧 􀀮􀀧􀀭􀀭􀀽􀀭􀀭􀀽􀀭􀁾􀁾􀀻􀀮􀀺􀀺􀀺􀀺􀀮􀀺􀁾􀁾􀀺􀀺􀀮􀀮􀀺􀀭􀀮􀀮􀀺􀀮􀀺􀀺􀀺􀀮􀀮􀀺􀀮􀁾􀀭􀀮􀁾􀀭􀀺 􀀽􀀽􀁾􀀽􀀮􀀺􀀮􀀮􀀺 􀀺􀀺􀀺􀀺􀀮􀀮􀀮􀀭􀀭􀀽􀀽􀀽􀀽􀀮􀀽􀀮􀀮􀀺􀀮􀀭􀀽􀀽􀀭􀁾􀀭􀁾􀀺􀀺􀀮􀀮􀀮􀀺􀁾􀀮􀀮􀀺􀀮􀀮􀀮􀀮􀀺 􀀮􀀺􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀺􀀭􀀺􀀮􀀺􀀺􀀮􀁾 􀀽􀀽􀁾􀀽􀀮􀁟􀀭􀀭􀀽􀀭􀁾􀁾􀀮 􀁾 .......:..._._-􀁾􀁾 ....--.. ----_.... -... r STATE OF TEXAS COUNTY OF.DALLAS §§§ MASTER AGREEMENT GOVERNING TRANSPORTATION MAJOR CAPITAL IMPROVEMENT PROJECTS TillS MASTER AGREEMENT is made by and between the Town of Addison, Texas, hereinafter called "CITY", and the County of Dallas, TexasJ hereinafter called "COUNTY", acting by and through its duly authorized officials, which desire to enter into an Interlocal Agreement, hereinafter called MASTER AGREEMENT, for the purpose of 􀁔􀁲􀁾􀁳􀁰􀁯􀁲􀁴􀁡􀁴􀁩􀁯􀁮 Improvements on roads inside Dallas County that are on the North Central Texas Council of Government's Regional Thoroughfare Plan. WITNESSETH WHEREAS, pursuant to Court Order 2000-2117, dated October 17, 2000, COUNTY Commissioners Court approved participation in Transportation Major Capital Improvement Projects for the Progra.ril Years 2004, 2005, and a portion of2006 within the cities inside Dallas County; and WHEREAS, the approved project lists may be modified, updated or approved by the Commissioners Court on a periodic, as-needed basis; and ,WHEREAS" 􀁾􀁨􀁡􀁰􀁴􀁥􀁲 791· of the rexas Governnient Code, as 'amended, provides authorization for local governments to enter into interlocal agreements; ----NOW THEREFORE, TillS AGREEMENT, is hereby made and entered into by CITY and COUNTY for the mutual consideration stated herein: AGREEMENT ARTICLE I. DEFINITIONS: THE FOLLOWING DEFINITIONS ARE INCORPORATED -INT,O THIS AGREEMENT FOR ALL PURPOSES. 1' .' 􀀬􀁾 ./' a) AMENDMENT sha.ll mean, a written document executed by 􀁡􀁾􀁬 parties detailing changes, additions or deletions in the MASTER AGREEMENT. . b) . CITY shall mean the Town ofAddison, County ofDallas, State ofTexas. '. c) COUNTY shall mean the County ofDallas, State ofTexas. d) DIRECT PROJECT & PROGRAM COSTS shall mean those costs that can b.e identified . specifically with a particular project or program cost objective. These costs generally include compensation of employees for the time devoted and identified specifically to the performance ofthe project or program, cost ofmaterials acquired, consumed or expended specifically for the purpose of the project or program; equipment changes; damage claims and other. approved' capital expenditures; change orders; damage claims; travel expenses incurred specifically to 1 Document t: 930780 cany out the project including, but not limited to, design, right-of-way, road or street drainage, utility relocation and adjustment and construction. Direct Cost does not include either CITY or COUNTY general overhead. . e) EFFECTIVE DATE shall mean the date of the signature of the last person necessary for this MASTER AGREEMENT to become effective.. 1) INDIRECT COSTS shall mean those costs which have been incurred for common or joint purposes. These costs benefit more than one cost objective and cannot be readily identified with a particular fmal project or program cost objective without effort disproportionate to the results achieved. g) INTERLOCAL AGREEMENTS shall mean contracts or agreements entered into between CITY and COUNTY in accordance with Texas Government Code Chapter 791. h) LEAD AGENCY shall mean that entity responsible for project management, including, but not limited to planning, design, right-of-way acquisition, approved utility relocation or adjustment and construction. i) MASTER AGREEMENT shall mean this document including all incorporated documents, attachments, and exhibits. j) MEMORANDUM OF AGREEMENT (MOA) shall mean. a written document which 􀁩􀁮􀁣􀁾􀁲􀁰􀁯􀁲􀁡􀁴􀁥􀁳 the results. of the PREDESIGN 􀁃􀁾􀁔􀁔􀁅􀀮 Said MOA shall at a minimum identify the overall funding scheme, and basic scope ofthe PROJECT. k) PARCEL OR PARCELS shall mean those tracts ofland and improvements located either wholly or partially thereon, identified by COUNTY, CITY or other STAKEHOLDER as required for right-of-way requirements ofthe PROJECT. Such Right-of-way shall include both the existing street, road, drainage or other CITY or COUNTY real property ownership and all additional real property to be utilized for the PROJECT. I) PREDESIGN CHARRETTE shall mean a meeting of decision-making STAKEHOLDERS .and other members of the PROJECT TEAM for the purpose of entering into a :rvIEMORANDUM OF AGREE:MENT for the overall funding, alignment and scope of 􀁴􀁨􀁾 PROmCT. m) PROJECT MANAGER shall mean the person appointed by the Lead Agency who is assigned the primary duty for assuring Project Team coordination and timely project delivery. There will be only one PROJECT ¥ANAGER assigned to a PROJECT. ' . n) PROJECT TEAM shall mean representatives from COUNTY, CITY, and other STAKEHOLDERS as may be mutually agreed upon by COUNTY, CITY and STAKEHOLDER or otherwise with responsibility for delivering the completed PROJECT. 0) PROJECT(S) shall mean the road improvements approved by the COUNTY for inclusion in the Transportation Major Capital Improvements Program approved by the 􀁃􀁯􀁾􀁳􀁳􀁩􀁯􀁮􀁥􀁲􀁳 Court and approved by the CITY and/or other applicable STAKEHOLDERS. 2 Document ,,: 930780 p) 􀀮􀀢􀀢􀀢􀀢􀀢􀀭􀀭􀀮􀀭􀀺􀀺􀀮􀀭􀀽􀀽􀀭􀁟􀀭􀁟􀀢􀀢􀀢􀀧􀀭􀁟􀀢􀀧􀀭􀀭􀁟􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀬􀀭􀀭􀀭􀀭􀁾􀀭􀁾.. . .. ". 􀀮􀀮􀀮􀀺􀁾􀀭􀀭􀀺 􀀮􀀺􀀭􀁾 􀀮􀁾􀁾􀀧􀁾􀀭􀀺􀀭􀁾_􀁟􀀺􀁾􀀽􀁟􀀮􀁟􀁾􀁬􀁾 -:...:.. 􀁾􀀭􀀺􀁾􀁾􀁾􀀭􀁟􀁾 􀀭􀀭􀀭􀀺􀀮􀀻 􀀧􀁾􀁾􀁾􀀮􀀧􀁾􀀭􀁊􀁟􀀧􀀺 􀀭􀀬􀁾-􀁾􀁾􀀮􀁾􀀮􀀽􀀮􀀺􀁟􀀺􀀮􀁾􀁟..:_-__􀀭􀁾􀁾 _: -=--= 􀀮􀁾􀁾􀁾􀀺􀁾􀁟􀀭􀁾􀀭 􀁾􀁟􀁾􀁟􀁾 .. , , ROAD or STREET AMENITY shall mean PROJECT features not included in the STANDARD BASIC PROJECT DESIGN including but not limited to street pavers, colored concrete, planters, irrigation, decorative lighting, special signage, or any other feature above and beyond the STANDARD BASIC PROJECT DESIGN or any increase in capacity in excess ofCOUNTY determined requirements based on anticipated future traffic flow. -q) RIGHT OF WAY (ROW) shall" mean that real property, (either existing, or required in fee andJ or easement) identified by COUNTY, CITY, or other proJect STAKEHOLDER "as necessary for the construction of the PROJECT. Such Right-of-way shall include both the existing street, road, drainage or other CITY or COUNTY real property ownership and all additional real property to be utilizedfor the PROJECT. r) STANDARD BASIC PROJECT DESIGN shall mean the standard COUNTY-approved CITY criteria for paving, bridges, drainage and appurtenances, traffic control items including pavement marking, warranted unifonn signals, street light foundations, pull boxes, conduit, sidewalks, medians, storage/turn lanes, access, required structural retaining walls and standard driveways excluding ROAD OR STREET A1vfENITIES, or such design criteria as may be mutually agreed upon in a project specific 􀁓􀁕􀁐􀁐􀁌􀁾􀁍􀁅􀁎􀁔􀁁􀁌AGREEMENT. ' s) SUPPLEMENTAL AGREEMENT shall mean an agreement subsequent to this document which is entered into to establish the contractual rights and responsibilities of the CITY and COUNTY as it relates to the PROJECT. t) .STAKEHOLDER shall mean any governmental or quasi-governti1ental entity· making a. financial contribution to the PROJECT.: ". n) TxDOT shall mean the Texas Department ofTransportation. v) UTaITIES shall mean each City Utility, public utility, common carrier, governmental or quasi-governmental facility, fiber optic facility, or other facility located within the limits of the . Project by virtue of Texas or Federal Law or agreement between the entity and the CITY, COUNTY, or STATE OF TEXAS. w) CITY UTaITY shall mean those owned or operated by CITY which require relocation or adjustment for the purpose of the construction of the PROJECT as identified by PROJECT plans. , , . x) UTaITY iN PUBLIC RIGHT-OF-WAY shall mean all UTaITIES located'within.the limits of the PROJECT by virtue of Texas or Federal Law or agreement between the, entity and the CITY. . y) UTILITY IN PRIVATELY OWNED RIGHT-OF-WAY shall mean all UTILITffiS, excluding CITY UTILITIES, whose facilities are located within the limits of the PROJECT . by virtue ofsatisfactorily documented pre-existing real property ownership. z) UTILITY BETTERl\fENT shall mean any increase in the capacity of any UTILITY'S Facility adjusted or relocated as a part of the PROJECT as compared to the existing Facility, or any upgrading of the UTILITY'S Facility above the standard practices, devices or" materials, specified by the UTILITY and customarily used by CITY or UTILITY on projects solely 3 Docwnent II: 930780 financed by CITY or UTILITY. Provided, however, that any upgrading necessary. to successfully accomplish the PROJECT shall not be considered a Betterment, and further, that any increase in the capacity of the Utility Facility resulting solely from the replacement of devices or materials no longer regularly manufactured, processed or installed shall not be considered a Betterment, provided that such replacement shall be only to the standard devices or materials 􀁣􀁵􀁲􀁲􀁥􀁮􀁴􀁾􀁹 used on other -projects financed solely by 􀁾􀁉􀁔􀁙 or UTILITY. This meaning shall apply to utilities that are part of the project as well as' the standard basic -street components (See-"STANDARD BASIC'PROJECT DESIGN"). ARTICLE II. PERIOD OF THE AGREEMENT This MASTER AGREE:MENT becomes effective when signed by the last party whose signing makes the respective agreement fully executed (The "Effective Date"). This MASTER AGREE:MENT shall be an annual agreement and shall automatically renew without further action by either party unless unless or until tenninated as provided in Article IV (Termination) or the expiration often (10) years, whichever shall first occur. ARTICLE lli. AMENDMENTS lIDs Master Agreement may be amended with the mutual consent of the CITY and COUNTY. Any amendment must be in writing and approved by the parties' respective governing bodies. ARTICLE IV. TERMINATION, DEFAULT, TIME OF THE ESSENCE AND FORCE MAJEURE 1. TERMINATION A. This MASTERAGREEMENT may be terminated by any ofthe following conditions: (1) By expiration ofterm ofthe agreement. (2) By mutual written consent and agreement ofCOUNTY an,d CITY. (3) By either party, by notice in writing establishing the effective date oftermination to the other party as consequence of the party being in .default of the provisions of this Agreement or any SUPPLEMENTAL AGREEMENT or failure to timely provide funding, with proper allowances being 􀁭􀁡􀁤􀁾 for circumstances beyond the 􀁣􀁯􀁮􀁴􀁲􀁾􀁬 ofthe C:lefaulting party. , -(4) By 􀁾􀁩􀁴􀁨􀁥􀁲 party with ninety (90) 4ays written-􀁾􀁾􀁴􀁩􀁾􀁥 to the other party. B. Should either party terminate this MASTER AGREEMENT as herein provided, all existing, fully executed SUPPLEMENTAL AGREEMENTS made under this MASTER AGREEMENT shall not be terminated and shall automatically incorporate all the provisions ofthis MASTER AGREEMENT. C. In the event that any SUPPLEMENTAL AGREEMENT is terminated prior to completion of the PROJECT, no additional Costs shall be incurred other than Costs due and payable at the time of termination for services actually performed or that shall become due and payable due to such tennination. The LEAD AGENCY, to the extent permitted, may terminate all project contracts, unless written notice is given by either p-arty to the 4 Doeumc:nt II: 930780 other ·of its intent to complete the PROJECT, and prepare a [mal accounting for the PROJECT. D. If the PROJECT is tenninated by the CITY prior to the award of any construction contract and the PROJECT is located witl$ the CITY limits, CITY shall pay to COUNTY the ful.! amount expended by COUNTY on the PROJECT and COUNTY shall transfer to CITY its .rights and all deliveral'les t4at it may be entitled to 􀁲􀁥􀁣􀁾􀁩􀁶􀁥 under the existing professional services or other project contracts or agreements. Such amount shall be included in the fmal accounting for the PROJECT. Such amount shall be due and payable in full ninety (90) days subsequent to the termination, or thirty (30) days subsequent to delivery of final accounting. E. Once the construction contract has been let, with the approval of the other party, the SUPPLEMENTAL AGREEMENT for that PROJECT cannot be terminated until completion ofthe construction. F. In the event that a PROJECT is terminated either party may, upon written notice, take over the project and prosecute the work to completion by contract or otherwise at their sole cost and expense. In the event that the party completing the work is not the LEAD AGENCY, it is agreed that the PROJECT MANAGER will furnish to the completing party a listing of current records pertaining to any outstanding obligations or other records or information required by any project contract, including any Work Order, or requested in writing by completing party in either printed or electronic fonnat or both. The LEAD AGENCY agrees to cooperate with the completing party. The LEAD AGENCY will use its best efforts to transfer to the completing party all contracts. Obligations under such contracts shall become the sale obligation of the completing party upon transfer. Completing party agrees to timely pay·all future obligations under such contract as they become due and payable. Completing party hereby releases the LEAD AGENCY from any and all liability under such assigned contracts subsequent to date of transfer, effective upon the transfer date. LEAD AGENCY shall exercise its best efforts to insure a transition of services without ititerruption G. Either party shall have the right to retain copies of all data, infonnation, engineering, studies, or other items produced to the date oftefIl?ination. H. Provisions B through G will survive the termination ·of this MASTER AGREEMENT and any SUPPLEMENTAL AGREEMENT and shall be a continuing obligation until the transition of services, all payments made and the PROJECTS are, complete. All items . listed or required in this provision shall be' furnished by LEAD AGENCY to completing party without additional ,cost or expense to completing party. . ..-. ,._.. 2. FORCE MAJEURE: Neither COUNTY nor CITY shall be deemed in violation of this Contract if it is prevented from performing any of its obligations hereunder by reason of, for or through strikes, stoppage of labor, riot, fire, flood, invasion, insurrection, accidentt order of court, judge or civil authority, an act of God, or any cause reasonably beyond the party's control and not attributable to its neglect. In the event of such an occurrence the time for performance of such obligations or duty shall be suspended until such time that such inability to. perform, shall be removed. The party claiming the suspension shall give notice of such impediment or 5 Dccwnenl 1#: 930780 ... 􀀽􀀽􀀽􀀽􀀭􀀮􀀮􀀮􀀺􀀽􀀽􀀺􀀺􀀺􀀮􀀭􀀺􀀭􀀭􀀽􀀽􀀬􀁾􀀮􀀭􀀭􀀮􀀮􀀺􀀺􀀮􀀮􀀮􀀭􀀭􀀺􀁟􀀺􀀭􀁾 :-,􀁾􀁾􀁟􀀭􀀺􀀭􀀺􀀮􀀺􀀺􀀮􀀮􀀺􀀺􀀧􀀭􀁟􀀺􀀮􀀮􀀺􀁾 􀁾􀁟􀀺􀀭 :'::,,".::".0" --' .. . ...'--__ 􀀺􀀭􀁟􀀭􀀧􀀬􀁾􀀺􀀺􀀷􀀺􀀮 􀁾􀁟􀀭􀀮􀀢􀁟-= --':...􀀺􀀭􀁾􀀭􀁾􀀮􀀭􀁾􀀭􀀭􀀮􀀺􀀢􀁾􀁾􀀧􀀮􀀺􀁟􀀺􀀺􀀭􀀭􀀺􀀧􀀺􀀻􀀭􀀧􀀭 ... -.. -. delay in performance to the other party within ten (10) days .of the knowledge of such occurrence. Each party shall make all reasonable efforts to mitigate the effects of any suspension. ARTICLE V. INDEMNIFICATION-. COUNTY and CITY agree that both COUNTy and CITY shall each be responsible for their own negligent acts or omissions or other tortious conduct in the course of perfonriance· of this MASTER AGREEMENT, without waiving any sovereign or governmental immunity available to either COUNTY or CITY under Texas law and without waiving any available defenses under Texas law. Nothing in this paragraph shall be construed to create or grant any rights, contractual or otherwise, in or to any third persons or entities. ARTICLE VI. NOTIFICATION A. When notice is permitted or required by this master agreement, it shall be in writing and shall be presumed delivered when delivered in person or three (3) days subsequent to the date placed, postage prepaid, in the U.S. mail, certified or registered, return. receipt requested and addressed to the parties at the following address. B. All notices and correspondence to COUNTY by CITY shall be mailed or delivered by band as follows: DALLAS COUNTY PUBLIC WORKS Donald R. HolZwarth, P.E., Director 411 Elm Street, Suite 400 Dallas, Texas 75202-3389 C. All notices and correspondence from COUNTY to CITY shall be mailed or delivered by hand as follows: DIRECTOR OF PUBLIC WORKS TOWN OF ADDISON P.O. BOX 9010 ADDISON, TX 75001-9010 -', -----I _ • , D. Either party hereto may from time to time designate another and -different address for· .: .. -receipt ofnotice by givmg written notice ofsuch·change of address to the· other party. . . . . ARTICLE VII. CITY COVENANTS AND AGREES AS FOLLOWS: A. To execute the necessary agreements for the implementation of design and construction of the PROJECTS mutually agreed upon and incorporated herein by 􀁓􀁕􀁐􀁐􀁌􀁅􀁾􀁎􀁔􀁁􀁌 AGREEJv1ENT. 6 DocumentS: 930780 . . , ===:::-_--􀁟􀀭􀀮􀁾-__--􀀮􀁟􀀭􀁟􀁾􀀬􀀺􀀺􀀧􀀺􀀺􀀺􀀺􀀧􀀺􀀧􀀺􀁾 􀁾 􀁾􀀭􀀭􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀬􀀭􀀭􀀻􀀭􀁟􀀮􀀭􀀭􀀭􀀺􀀺􀀭􀀬􀁾􀁟 􀁟􀀭􀀭􀀭􀀭􀀭􀀺􀀭􀀮􀀬􀀺􀀬􀁾􀀺􀀺􀁾􀁾􀀭􀀺􀀭􀀺••-•--.:-􀀭􀀽􀀭􀀻􀀺􀀧􀁾􀀷􀀢􀁟 􀀢􀀺􀀺􀀺􀀺􀀢􀀺􀀢􀁾􀀮􀀭􀀮􀀺􀀮􀀺􀀮􀀮􀀺􀀮􀀮􀀺􀀺􀀺􀀭􀀮􀀺􀀺􀀺􀀺􀀭􀀺􀁟􀁾􀀭􀀻􀀺􀀧􀀭􀀡􀀧􀀺􀀧􀀮􀀭􀀭􀀬􀀭􀀻 --,' '", 􀁾􀁾􀀽􀀭􀁟􀀭􀀺􀀮 -=-..:' . -, -".' . 􀁾 --'---: -',,-: ---'....:.....:. -.. , B. Provide CITY Council Resolution adopting approved preferred 􀁡􀁬􀁩􀁧􀁮􀁭􀁥􀁮􀁴􀁾 proposed estimated budget, and commibnent to meet PROJECT funding for each milestone as specified herein or in a SUPPLEMENTAL AGREEMENT. C. CITY agrees to share the funding of each PROJECT with COUNTY on an equal share basis (50%/50%), or as otherwise agreed upon cost sharing arrangement as specified in a SUPPLE:MENTAL AGRE;HMENT with the following exclusions:-. CITY shaH bear the entire cost of: 1. CITY owned utilities relocation or adjustment such as water and sanitmy sewer facilities, except utility adjustments directly attributable to storm sewer improvement conflicts; 2. ROAD or STREET AMENITIES including but not limited to street pavers, colored concrete, planters, decorative lighting, special signage, or any other feature over the STANDARD BASIC PROJECT DESIGN; 3. UTILITY BETTERlvIENTS and ROAD or STREET AMENITIES. 4. CITY PROJECT TEAM participation or project management (if the CITY has LEAD AGENCY Responsibility) Direct Costs which are not supported by a detailed hourly accounting system; 5. CITY Indirect Costs. When mutual written 'agreement l;1as been reached as to PROJECT limits by COUNTY and CITY _at the. Predesign Charretle, CITY, agrees to acquire right-of-way reqUired' for , designated projects by voiuntary dedication, the subdivision platting process' and/or other legal means, to the maximum extent possible, and to ensure through the building permitting process that legally required setbacks are adhered to in order to limit encroachment upon the required right ofway. CITY agrees to fund ROW not acquired but reasonably expected to be. CITY' also' agrees to fund the removal of improvements that are encroachments within existing or proposed right ofway 􀁾􀁥􀁡􀁳􀀮 In the event of any proposed use of the PROJECT right-of-way that will conflict with the proposed PROJECT and CITY is unable to obtain such right-of-way as described above, CITY shall notify COUNTY of such conflict. COUNTY and CITY shall detennme if the acquisition of the conflicting parcel would be in the best interest of the PROJECT. In the event that agreement is reached and the parcel is acquired such cost shall be included in the pro rated cost ofthe project in the agreed upon 􀁰􀁲􀁯􀁰􀁯􀁲􀁴􀁩􀁯􀁾􀁳􀀮 CITY hereby grants COUNTY authoritY to enter into eminent domain proceedings' within the CITY limits on specific right-of-way alignments approved by both the .CITY and COUNTY where COUNTY is LEAD AGENCY or where COUNTY by mutual agreement between the parties has the responsibility to acquire the right-ofway for the PROmCT. D. To require all Utilities located within or using the present public right of way on all designated transportation projects within CITY's municipal limits to adjust and/or relocate said Utilities as required by the proposed improvement of the designated transportation Project. CITY Utilities shall be relocated or adjusted at no cost to COUNTY except as may be specifically set forth in this MASTER AGREE:MENT or. any SUPPLEMENTAL AGREE:MENT. 7 Doc:umcnt II: 930780 .1 _ __ . -. --􀀭􀁾 :..... ... .::-...-,.... _.. ------:--:: 􀁾􀀭 --.-:..:::' .... . ' .... -E. CITY agrees to fully cooperate on issues relating to billboards, advertising signs, nonconfonning uses, zoning and similar restrictions and to exercise its best efforts to provide variances when possible to minimize cost and delay ofPROJECT. Additional PROJECT cost caused' or contributed to by CITY ordinance, zoning, non-confoIming use detennination or other requirement shall be paid in full by CITY. Additional PROJECT costs caused or contributed to by 􀁡􀁾􀁯􀁰􀁴􀁩􀁯􀁮 of. or changes to ordinances or laws made ,by either party 'subsequent to execution of the SUPPLEivIENTAL AGREEMENT' for the. PROJECT shall be borne in full by the party making such adoption or change. . F. To the extent allowed by law, including, but not limited to, all contracts, franchise agreements, or other legal means, CITY shall require the adjustment and/or relocation of UTILITIES to be accomplished and finalized, as expeditiously as possible after approval of final plans to prevent PROJECT schedule delays. Notwithstanding anything contained herein to the contrary, all UTILITIES shall be adjusted or relocated and the right-of-way clear for construction not later than thirty (30) days prior to the award of the construction contract. CITY will notify the COUNTY and other STAKEHOLDERS when utility, conflicts would impact progress of the project completion. COUNTY and CITY agree to work in partnership and with all STAKEHOLDERS to solve the problem to include' helping to engage elected officials in the problem resolution wi.th the goal to prevent delays in the commencement or prosecution ofconstruction on the PROJECT. G. Where new storm drainage facilities are in conflict with CITY owned water and sanitaty sewer systems, and the storm sewer design cannot be modified, after submission of an acceptable schedule ofwork and cost estimate by the CITY to the COUNTY and COUNTY approval, the actual costs of the necessary adjustment of CITY water 'and sewer utilities shall be pro ·rated at the overall percentage agreed to by' CITY and COUNTY for cost sharing. CITY shall be responsible for funding one hundred percent (100%) of any BETTERMENTS. Except as provided herein, all costs for adjustment and/or relocation of utilities in the public right of way shall be the responsibility of the Utility Owner or of the CITY UTILITY. Any PROJECT delay or other damages caused by CITY UTILITY'S failure to timely relocate or 􀁾􀁤􀁪􀁵􀁳􀁴 the facility shall be at the entire cost ofCITY. , H. To provide for continuing surveillance and control of right of way to prevent the construction, placement, storage or encroachment of any signs, personal property or other appurtenances in'the right of way. In the event that the aforementioned features are allowed by CITY to encroach on necessary ROW during the duration ofthe project, CITY shall bear, the entire cost ofremoval or relocation ofsaid encroachment. , -􀁾 ..---_.-...-----, , -I. To provide to COUNTY for COUNTY'S or COUNTY'S designee use; at no cost, adequate . 􀀢􀀭􀀺􀀭􀀧􀀻􀁾􀀻􀁾􀀮􀀧 copies of all construction standards, codes, (specifically including zoning and dev:elopment codes), plats, specifications, guidelines, standards or any other pertinent information as detennined by COuNTy to be required for the completion of the PROJECT. Additionally, CITY shall furnish COUNTY, at no cost, such documents as necessaI)' to keep all items previously furnished to COUNTY current. J. Actively. participate and provide authorized representation with decision making power at PREDESIGN CHARRETTE, preconstruction meeting, partnering meetings and project team meetings which are necessary to project development/completion and .:fiduciary , relationships. 8 Docwnent 11: 930780 . r. K. CITY agrees to provide timely review of interim submittals. "Timely review" will be agreed upon during the PREDESIGN CHARRETTE as a part of the PROmeT schedule. CITY further agrees that ifno review notes are submitted by CITY in writing to COUNTY on a timely basis, plans are approved as submitted. L.' CITY agrees that it will pay' all addttional project cost for any CITY requested .discretionary change, including, but not limited to STREET AMENITIES AND UTllJTY BETTERMENTS, in or addition to the design or construction 􀁾􀁦 the project subsequent to the CITY opportunity to review the sixty five percent (65%) design plans. M. Provide at CITY's cost for the continuing maintenance of all PROJECT ROW, such as mowing, drainage, trash removal, etc., during the period between acquisition and construction. N. Subsequent to the completion of a PROJECT, that the CITY will be responsible for all future maintenance, operation and control of the PROmCr, without cost or contribution from the COUNTY. O. Bear the entire cost of design, construction and administration for landscaping, streetscaping, streetlighting, as such items are not included in the STANDARD BASIC PROJECT DESIGN and other ROAD OR STREET AMENITIES specified or requested by CITY in excess ofSTANDARD BASIC PROJECT DESIGN. P. ' It is the intent, of this MASTER AGREEMENT-that the' COUNTY'will be'the LEAD,. AGENCY. In the event that the CITY and COUNTY agree in writing that CITY will manage and administer one or more PROJECTS, CITY and COUNTY will enter into a ,SUPPLEMENTAL AGREEMENT as to that project(s). In such instance, CITY agrees to assume all LEAD AGENCY responsibilities except as may be set forth· in the SUPPLE:MENTAL AGREEMENT as determined by mutual consent. ARTICLE VIII. UTILITY IMPACTS A. In cases where a UTILITY IS LOCATED IN A PRIVATELY OWNED RIGHT-OFWAY, and it is necessary to relocate the facility or make adjustments by reason of the, widening or improvement of the designated project, the COUNTY (or CITY if acting as LEAD AGENCy) will, after submission by utility company ofright ofway documentation and cost estimates acceptable to the'CITY, COUNTY and other STAKEHOLDERS, assign the actual costs for the relocation and/or adjustment ofsaid utility to the PROJECT. , . B. In cases where a UTILITY IN PUBLIC RIGHT-OF-WAY, excluding CITY UTILITIES, occupies any portion of the PROJECT RIGHT-OF-WAY by Texas or Federal 'Law or by agreement with the CITY that allows or permits the CITY to cause the· relocation of the utility for the construction of the project, the CITY shall timely require and enforce the relocation or adjustment requirement at no cost to the project. In the event that the CITY has no legal or contractual right to cause the relocation, the relocation or adjustment shall be relocated or adjusted and all cost shall be a Project Cost. CITY and COUNTY shall use their best efforts and take all steps necessary to insure, that such relocation or adjustment shall not conflict with or delay the PROJECT schedule. 9 I>oeument II: 930780 􀀺􀀮􀀮􀀮􀀮􀀮􀀮􀀮􀀺􀀮􀀺􀀺􀀮􀀮􀀮􀀺􀀮􀀭􀀮􀀮􀀮􀁾􀀬􀁾􀀺􀀮􀀺􀀮􀀺􀀽􀀺􀀺􀀮􀀺􀀺􀀺􀀺􀀺􀀺􀀽􀀺􀀭􀀺􀀭􀀮􀀮􀀮􀀮􀀺􀀮􀀮􀀮....􀁾􀀭􀀽􀀺􀀭􀀽􀀭􀁾􀀺􀀺􀀺􀀺􀀮􀀭􀀺􀀺􀀮􀁟􀀺􀀭􀁾􀁟􀁾 _-:'.. 􀁾 _..-_;:-:-;-"', A' _ _ .' -...... "._ W•• 􀀻􀀢􀁾 __􀀭􀁾􀀢􀁾􀀭􀀮􀀭􀁾􀀮􀀭􀀭􀀭 __ ;-: .A. 􀀺􀀻􀀭􀁟􀀢􀁾􀀮􀀭􀀮􀀭 . (." ARTICLE IX. COUNTY AGREES AS FOLLOWS A. To provide as a PROJECT Cost preliminary engineering which will define project details,e.g., location, scope of work and specific right of way alignment for each improvement. Such preliminary engineering shall be submitted to the CITY for approval, prior to proceeding with the final design and any right ofway acquisition. B. To provide as a PROJECT Cost for the construction of transportation improvements based upon design criteria conforming to STANDARD BASIC PROJECT DESIGN in confonnity with applicable CITY ordinances and standards, to the extent of Commissioners Court approved program funding. Scope of work shall include the agreed upon design standards as the basis for improvement criteria. Deviations from mutually agreed upon application of CITY standards and/or design criteria shall require prior approval of CITY. Where CITY standards do not exist, TxDOT standards as of the EFFECTIVE DATE of this MASTER AGREEMENT shall be utilized unless otherwise mutually agreed by SUPPLE:MENTAL AGREEMENT. C. To actively participate and provide authorized representation at PREDESIGN CHARRETTE, preconstruction meeting, partnering meetings and project team meetings which are necessary to project development and completion and fiduciary relationships. D. To provide project management of each Project where COUNTY is LEAD AGENCY from commencement ·to completion of construction. .CITY·and COUNTY may further agree· by mutual consent -_ to redefine project management· roles as beneficial. to the PROJECT as defined in the MOA and SUPPLEMENTAL AGREEMENTS. E. Upon receipt ofwritten request detailing the information requested, to provide information related to the PRO.rECT to CITY or CITY'S designee at no cost to the CITY. F. 􀁾􀁏􀁕􀁎􀁔􀁙 agrees to .provide timely review of interim submittals and hereby agrees that if no review notes are submitted by COUNTY (if CITY is filling the role as PROJECT MANAGER) in writing to CITY, plans are approved as submitted. "Timely review" will be agreed upon during the PREDESIGN CHARRETTE, as part ofthe project schedule. H. To provide for the acquisition, including acquiSItion by Eminent Domain, of the necessary additional right of way, on designated projects, in accordance with minimum. -standard requirements and utilizing existing public right of way to the maximum extent possible as a PROJECT cost. . I. To require all contractors to secure all necessary permits required by CITY on said construction projects. J. To furnish record drawings ofconstruction plans for the pennanent records ofCITY within twelve (12) months upon completion and acceptance of the transportation improvement' PROJECT. 10 . Docwncnt I: 9]0780 _.. _ ,.,.,. --:. _ ..... 􀁾􀀮 ---.•􀀧􀁾􀀭􀁟􀀭􀁾􀁟􀀬􀁾􀀭􀁟a_'.-_ "' --.---------K. In and for Ten Dollars ($10.00) and other good and valuable consideration, including the future obligation of maintenance, operation, control and acceptance of liability therefore to transfer, by QuitClaim Deed, all PROJECT related easements acquired by COUNTY to CITY. L. In the event COUNTY and CITY agree in Writing that CITY will be the LEAD AGENCY for the agreed upon PROJECT, COUNTY .will reimburse CITY for agreed costs as detailed in Article XI (FUNDING) in an amount not to exceed the PROJECT cost as approved by Dallas County Commissioners Court and incorporated in the SUPPLEMENTAL AGREEMENT. All COUNTY payments shall be in accordance with COUNTY Policies and Procedures or as may be mutually agreed between the parties and incorporated in a SUPPLEMENTAL AGREE:MENT. ARTICLEX. 􀁾􀁒􀁅􀁄􀁅􀁓􀁉􀁇􀁎CHARRETTE A. CITY and COUNTY, as specified in Articles VII and IX, respectively, will designate officials or representatives to participate in a Predesign Charrette to be conducted on a" mutually agreeable date and location. At least part of this meeting will be conducted on the PROJECT site. B. Results from Predesign Charrette will identify the general project scope and the general preferred alignment of the 􀁰􀁲􀁯􀁪􀁥􀁣􀁾􀀬 and project administration and management roles, to "include the PROJECT MANAGER. Additionally," key project team participants shall 'be identified at the Predesign Charrette. ' . . c. At the conclusion of the Predesign Charrette a SUPPLEMENTAL AGREElVIENT shall be produced which outlines the identified roles and scope for the Project. ARTICLE XI. FUNDING A. CITY and COUNTY mutually agree to proportionately fund the DIRECT PROJECT & PROGRAM costs as agreed by the parties in a SUPPLEMENTAL AGREEIvlENT. Unless otherwise specified in the "SUPPLEMENTAL AGREEMENT, COUNTY shall bear fifty percent (50%) of the total DIRECT PROJECT & PROGRAM costs excluding the ROAD OR STREET AMENITIES, relocation or adjustment of CITY UTILITIES, UTILITY 􀁂􀁅􀁾􀁬􀁕􀁶􀁦􀁦􀁩􀁎􀁔􀀬 INDIRECT COST, 'DIRECT ·COST· not supported by "detailed 􀁨􀁯􀁾􀁬􀁹􀀮 accounting system and. other items as specified in tbis MASTER· AGREEMENT or.. any . SUPPLEMENTAL AGREEMENT. COUNTY shall not be responsible for any aJl?ount of funding in excess of the PROJECT not-to-exceed amount as shown in the PROJECT SUPPLEMENTAL AGREEMENT. Unless otherwise specified in the SUPPLEMENTAL AGREEMENT, CITY shall bear fifty percentage (50%) of all DIRECT PROJECT AND PROGRAM costs. In addition CITY agrees to fund all other CITY cost as provided herein, incJuding, but not limited to, ROAD OR STREET AMENITIES, relocation or adjustment of CITY UTllJTIES, UTILITY BETTERMENT, lNDIRECT COST, DIRECT COST not supported by detailed hourly accounting system and other items as specified in this MASTER AGREEMENT or any SUPPLEMENTAL AGREEIvIENT. 11 DocIDncnt N: 930180 􀀮􀁾 . . . -. . . -.. --􀀻􀀭􀀭􀀭􀁾􀁟􀀺 . -.. --.". --" B. Unless otherwise stated in a SUPPLEMENTAL 􀁁􀁇􀁒􀁅􀁅􀀱􀁶􀀮􀁉􀁅􀁎􀁔􀁾 the milestones for each project shall be (1) preliminary and primary design (2) right-of-way acquisition and utility relocation or adjustment and (3) construction. The LEAD AGENCY shall prepare an estimated cost for each milestone. Upon approval of the cost by the other party, each party shall fund its share of the respective milestones by placing that amount of money in an escrow account or otherwise encumber the funds to insure that the LEAD AGENCY will have 􀁳􀁵􀁦􀁦􀁩􀁣􀁾􀁥􀁮􀁴 funding available . from· current revenue for the timely payment of PROJECT milestone costs. The LEAD AGENCY may bill the other party for periodic· payments for the actual amount of work completed toward the completion ofthe milestone. Upon completion ofthe milestone, the nonmanagement party will be furnished a notice that such work has been completed and the amount of funding that may be utilized to pay subsequent milestone Project cost. Notwithstanding any other term or condition contained herein or in any SUPPLE:tv.IENT AGREEMENT, neither party will be required to award any contract until written certification has been received that funding has been placed in escrow or encumbered for the payment of the non-awarding party's portion ofthe PROJECT cost. 􀁟􀀮􀀬􀁾􀀮 I C. In the event that the cost of the PROJECT shall exceed the not-to-exceed amount, CITY and COUNTY agree to either reduce the scope of construction or seek additional funding to complete the PROJECT at the agreed upon cost share percentages. At the tennination of the PROJECT, the LEAD AGENCY will do a final cost accounting ofthe PROJECT. In the event that the amount paid by either party exceeds its portion ofthe actual cost, the difference will be remitted to such party. In the event that additional funds are due, the LEAD AGENCY will bill the other party who agrees to pay such funds within thirty (30) days ofreceipt of such billing. D. If CITY elects, to manage PROJECT, COUNTY Will reimb·urse CITY based on invoices for actual costs expended in accordance with·COUNTY invoicing policy. E. Upon execution of a SUPPLE1vfENTAL AGREEIv.IENT, CITY shall escrow an amount adequate for initial project costs which COUNTY may use to pay for initial professional services required for seoping, preliminary, and primary design. ARTICLE XII. NO THIRD-PARTY BENEFICIARY ENFORCEMENT It is expressly understood and agreed that enforcement of the tenns and conditi9DS of this Agreement and all right of action relating to such enforcement shall be strictly reserved to CITY and COUNTY and nothing contained in this Agreement shall give or allow any claim or right"of action whatsoever by any other person on this Agreement., It is the express intention o( . CITY and the COUNTY 􀁾􀁡􀁴 any entity other than CITY or the COUNTY receiving 􀁳􀁥􀁲􀁶􀁩􀁾􀁥􀁳 or" benefits ooder this agreement shall be deemed an incidental beneficiary only. This Agreement . is intended only to set forth the contractual right and responsibilities ofthe agreement parties. ARTICLE XIII. RIGHT OF ENTRY The CITY agrees that COUNTY shall have the right to enter upon the PROmCT area 'for the time period necessary for the completion of the Project. CITY agrees to furnish such police or other CITY personnel as requested BY COUNTY for traffic control or other 􀁰􀁵􀁢􀁾􀁩􀁣 safety". matters at no cost to the PROJECT or COUNTY. 12 Documcru II: 930780 -.' 􀁾 . , -􀁾 􀁾􀀮 . , 􀀭􀁾􀀮􀀭􀀽􀀭􀁾􀁟􀀺􀀧􀀧􀀭􀀺􀀺􀁟􀀺􀀧􀀧􀀺􀀧􀀻􀁾􀁾􀁾􀀧􀀧􀀺􀀧􀀺􀀺􀀧􀀧􀀭􀀧􀀺􀀧􀀧􀀧􀀧􀀺􀀧􀀮􀀭􀁾􀀭􀀧􀁾􀁾􀁟􀀧􀀺 •.• 􀁾􀀭􀀧􀀧􀀧􀀮􀀧􀀧􀀭􀀻􀀧􀀧􀀧 .• I ,.;;; 􀀺􀁾􀁟􀂷􀁾􀂷􀂷􀂷􀁾􀂷􀀭􀀮􀀮􀀮􀀮 􀀺__·.'·--: •• w· __ .. ••• _ 􀁾􀀮 _ .. Article XIV. LIST OF PROJECTS CITY agrees that it has been furnished with a list of the potential PROJECTS as approved by the Dallas County Commissioners Courts, subject to the agreement between the parties of a SUPPLEMENTAL AGREElvIENT. CITY stipulates and agrees that the Commissioners Court Order approving the projects identifies the potential PROJECT location and describes the type of project in sufficient detail that the CITY is fully aware of the location and type of projects being considered. ARTICLE XV. MISCELLANEOUS GENERAL PROVISIONS A. Applicable Law. This Agreement and all matters pertinent thereto shall be construed and enforced in accordance with the laws of the State of Texas and exclusive venue shall be in Dallas County, Texas. Notwithstanding anything herein to the contrary, this Agreement is expressly made subject to COUNTY's Sovereign Immunity, Title 5 of Texas Civil Practice and Remedies Code, and all applicable State of Texas and Federal laws. B. Entire Agreement. This Agreement constitutes the entire agreement between the parties hereto and may not be modified except by an instrument in writing executed by the parties hereto as herein 􀁰􀁲􀁯􀁶􀁩􀁤􀁾􀁤.. C." Severability•. If any provision of this Agreement shall be held invalid, void or unenforceable, . the remaiiring· provisions hereof shall not be affected or impaired, and such: remaining provisions shall 􀁲􀁥􀁭􀁾 in full force and effect. D. DefaultlWaiverlMitigation. It is not a waiver of default if the non-defaulting party fails to declare immediately a default or delays in taking any action. Pursuit of any remedies set forth in this Agreement does not preclude pursuit ofother remedies in this Agreement or provided by law. E. Federal or State of Texas Funding._ In the event that any work or part thereof is funded by State of Texas or U. S. Government funding and any statute, rule, regulation, grant, contract provision or other State of Texas or U. S. Government law, rule, regulation or other provision imposes additional or greater requirement(s) than stated herein, CITY agrees to timely comply therewith without additional cost or expense to.COlJNTY. . .. " F. Headings. The titles which are used following the number of each paragraph are only for convenience in locating various provisions of this AGREEMENT and shall not be deemed to affect the interpretation"or construction ofsuch provision. G. Number and Gender. Words of any gender used in this AGREEMENT shall be held and construed to include any other gender; and words in the singular shall include the plural and vice versa, unless the text clearly requires otherwise. H. Counterparts. This AGREEMENT may be executed in multiple counterparts, each of which shall be deemed an original, but all ofwhich shall constitute one and the same instrument. . 13 Dccumcnt H: 930780 • t The Town of Addison, State of Texas, has executed the Agreement pursuant to duly authorized CITY Council Resolution Minutes Dated the __day of ,200_. The County of Dallas, State of Texas, has executed this agreement pursuant to Commissioners.Court Order Number and passed on the __day of , 200__ TOWN OF ADDISON COUNTY OF DALLAS, TEXAS COUNTY OF DALLAS, TEXAS .BY: BY: RON WHITEHEAD, CITY MANAGER LEE JACKSON, COUNTY J1,JDGE DATE: --------ATTEST: BY: . ---------CITY SECRETARY APPROVED AS TO FORM: By: _ CITY ATTORNEY DocurncDt II; 930780 DATE: _ APPROVED AS TO FORM: By:_-_ Janet Ferguson, Deputy Chief, Civil Section Dallas County􀀮􀁄􀁩􀁳􀁴􀁲􀁩􀁾􀁴 Attorney's Office , .. ___& • _.-,.,.-14 FREESE • NICHOLS Engineers Architects Environmental Scientists 200' SMTWTFS 􀀧􀀲􀀳􀁾􀀵􀀶 7 a 0 10 II 12 '3 Il '5 \6 '7 '8 '9 ;n 2'1 '12 Zl :3l :s 31 ZI 3l 21 JJ :l1 2002 S"'TWTFS .I>ruwy , 2 3 • 6 7 a a 10 It 12 IJ Ii 15 16 f7 '8 '9 2l 2'l 22 Zl :II 2i :IS V :Il 21 :Jl 31 􀁾􀀯􀁏􀁬 Freese and Nichols, Inc. www.freese.com www.webs-unwoven.com a 9 '0 " 12 lJ .. t5 '6 '7 ,8 19 21 2'l 22 Zl :3l 25 :ill 27 :II 5 6 '2 IJ 5 6 1 10 It '7 18 00::Icbl:0" I 2 3 • 5 8 9 HI It 12 IS '6 '7 '8 '9 -.-\ 2 Jury 2 3 • AlJgul! 􀁾 , 2 3 • 5 7 'l ,.. 29 :II 1 9 .. 15 15 3 • 5 6 7 D 9 '0 " 12 '3 .. \5 '6 '7 '8 '9 ;0 2'1 22 ZI 24 25 ;J; 27 21 21 :II 􀁾 , 2 3 • 5 8 7 o 9 10 II '2 '3 ,. '5 '0 ,7 􀀬􀁾 19 Zl 21 22 Zl ... 2i ;)l 27 '111 21 :II 3' I 2 3 • 5 8 7 a 9 10 " 12 lJ ,.. 15 18 '7 18 '9 3J 2t 22 Zl 2ll 25 a; 27 :II 21 Jl :n :n , 345678 10 'I 12 Il Ii 15 15 '7 ,e ,9 31 21 22 ZI :;I 2i :Ii 27 2B 21 , 2 3 4 5 0 7 a 9 10 " '2 '3 ,.. '5 '8 17 ·'0 '9 :0 2t Z! ZI :II 25 3l 27 3l 21 :D J1 , 2 3 "56789'0 \I 12 IJ II IS 16 '7 18 ,9 ill 2'1 1 22 ZI '-" ;s 21 27 3l 2) 3l \ 2 3 4 5 6 7 8 9 '0 It 12 '3 '4 '5 '6 '7 18 '9 :D 2t 22 Zl 2J 2i al ZI 29 ZI :D J1 Augual , 2 3 • 56789101t t2 II \ol '5 16 17 '8 '9:D2'l22Z1:ll2; 31 27 31 21 :D :n Ju'y , 2 3 • 5 a 7 8 9 '0 It 12 IJ .. IS 16 17 18 '9 :D 21 22 2l '" 25 2i 27 3l 21 31 :n 2 3 4 5 6 7 9 10 1t 12 '3 .. '5 15 '7 '5 '9 ;n 2t 22 ZI :!I 2i a; ZI 3l :!l 3J \ 2 J Juno ""'"1 , 2 3 4 5 6 7 e 9 10 II t2 IJ 14 '5 HI '7 18 ,9 ;n 21 22 Zl :!l 2i 2i l'l 3l ZI 31 :n Ap'lI J 4 5 6 7 10 " t2 '3 .. '5 18 '7 '0 '9 :D 2t Z! 21 :!-l 2i 31 ZI :II -,g 31 , 2 3 • 5 6 7 e 􀁾 10 " '2 IJ 101 '5 III 17 18 '9 :D 2t 22 ZI :!I 2; 31 ZI 3l a 3J :n 4 5 G 7 a 9 10 " 12 IJ ,.. 15 18 '7 18 '9 2l 2< :!2 21 􀁾 2i OIl l'l '111 '-􀁾􀁾􀀧 􀀭􀀭􀁾 -' ,-_. -.--: . ----Freese and Nichols, Inc. www.freese.com www.webs-unwoven.com , 2 0 4 5 6 7 e 0 to \I 12 lJ \4 15 15 t7 IS 􀀱􀀹􀀳􀀱􀁾􀀲􀁬􀁚􀁊􀀺􀀼􀀮􀀧􀁉􀀻􀁓 2i 27 :II 21 :D :!1 2 3 . 5 6 7 9 \6 It 12 lJ \4 '5 15 t7 Ia 19 3l Z1 22 Zl :<.'I 25 :II 27 :II <9 :D t\cZbcr I 2 3 4 5 5 1 8 e 10 " 12 IJ \4 15 16 17 13 19 3l 21 21 Zl at .:os 31 'ZJ :II 21 :Il :n , 2 3 • 5 6 7 e 9 10 " t2 1:1 " \S 16 f7 18 /9 3l Z1 21 2J :!t 2i :II 27 :II 29 :II 3 4 5 6 1 e 10 " 12 '3 \4 IS 16 17 '0 '9 3l Z1 2l Zl at 2S :Ii 'Zl 31 21 :II ;n , 2 3 • 5 6 1 0 9 10 " 12 0 [.I IS III " 16 19 ::0 21 22 ZJ at 25 ;IS 27 31 21 :n :It 5opI