1. BELT LINE RD. INTERSECTIONS (MIDWAY & QUORUM) Project has been delayed due to utility relocations. Project will be complete by September I, 2000 contingent on TXU completing final utility relocations ASAP. Southwest comer has been redesigned by SJF according to Town criteria. Assistance during construction to follow this plan will be required by Town. Center banner pole will be relocated by Durable Specialties and banners rehung by a verbal agreement for $500 when the new median in Belt Line is done. Slade is getting the landscape restoration plans designed for the medians and adjacent properties. I have been getting quotes fur each property independently to restore irrigation ASAP after construction to minimize distress. Sidewalk of Belt Line Road east of the Olive Garden will be reconstructed at Town's request to "smooth out" transition from widened intersection to existing lanes oftraffic. There have been a number ofconstruction modifications worked out with TXDOT that will require reconciliation of quantities at the end ofthe project. These include Quorum redesign, sidewalk "smooth out", retaining walls, and driveways. Brian Shewski with Kimley Home is working on the timing plans for each intersection. State Farm has already paid $13,000 for the design report done by Kimley Home once the project has reached substantial completion you should contact Jamal Pullen of State Farm to request the $100,000 graot for the construction improvements. All the paperwork has already been completed, reviewed and approved. It was determined prior to construction that the EXXON on the northwest comer ofMidway and Belt Line was not constructed according to their approved site plan in 1996. As a result of this, their site improvements are well on the public right-of-way leaving no room for landscape restoration. Mike Maya, the site operator was contacted by writing and told to modify the site according to the approved site plan and restore his landscape to match the approved landscape plan. This means remove a portion of his parking lot. CONTACTS: Jeanne Hooker TXU Electric 972-888-1302 John Hicks TXDOT Inspector 817-825-1687 Pete Garza TXOOT Engineer 972479-9747 Jesse J.L. Steel 817-8194820 Jeff Bryan Durable Spec. 972-296-6324 Jamal Pullen State Farm 309-766-0540 Jenifer Jones DART 214-749-2938 J.R. (Manager) Magic Time 972-980-1903 Mike Maya EXXON Operator 972-248-4800 Wayne Simmons EXXON Corporate 972-579-3680 Shi Sui Susco Investments 972-931-6199 Greg Hilton \ Irving Service Cetlter ,, nu EI.aric& 􀁇􀁾􀀧􀀠 t015 HuttOn Delve Carrollton. Texas 75!)06 Te!:9723238913 e TXU Fax: 972 323 8925 greg.hUton@tXU.com Timothy Seidelman ManagcrEngineering Design @Southwestern Bell Southwestern Bell Telephone 215 N. Greenville A\'e. 2nd Floor Richardson, Texas 75081 Phone 972234-7085 />ZxD.llas Are. Rapid Transit p.o. Box 660163 1401 Pacific Avenue Dallas, T""., 75266-724B jennifer Jones 5(!rvice Planner 1II (214) 749·2938 Fax (214) 749*3662 GeneVivero Field Construction Coordinator hving Sefllice Omter nu Electric & Gas 10t5 Hutton Olive Carrollton. TX 75006 Tel: 972 323 8960 Fax: 972 323 8925 eTXU Pager. 214 4391t6it1 71.Z.3 Jodie Smith :-"":'JUEl£CTRI;:;;;--:"' 􀁾􀀠,g Lone star 􀁇􀁡􀁳􀁾􀀠 T.lII •• Utl,ltl •• CQmpanl •• 14400 Jorey Lane Farmers Branch, Texas 75234 Office: 972 8SS-1317 Fax: 972 888-1304 J:;;mLe'l -Hcr'€;,􀁾􀁾􀀯􀀴􀁁􀁊􀀠 SII6-tu:S?1 912 -7/0 -/.B4-/Jeanne Hooker Manager nu I£lectric 8: Gas 14400 Josey Lane Farmers Branch, TX 15234 Tel: 912 8881302 Fax:. 972 888 1304 TXU jhookerl@txu.(.Om 􀀢􀁦􀀮􀁾 e 2. MIDWAY ROAD CMAQ PROJECT This is the project to reconstruct 4 intersections along Midway Road. These intersections include Lindherg, Beltway, Proton and Spring Valley. Design is at 100% but there are still some outstanding concerns that have to be addressed by the designer (Carter & Burgess). Parsons Brincheroffwho is working fur Dallas County is administering the project design. The TOA has expressed interest in bidding and construction administration ofthe project in order to protect our community's interests. In addition, we took this opportunity to update our signal equipment to the video detection system. We will do this if we acquire all the equipment and tum it over to the contractor. The County will then reimburse us for the equipment. Tbis is required since the proposed equipment is beyond State standards. Project is currently in the rigllt-of-way acquisition phase by the County. Bidding, purchasing and construction should follow immediately. This project must be coordinated with the Midway Road Road reconstruction project. Ivan Nicodemus PB 214-747-6336 x-26 Jack Loggins PB 214-747-6336 x-28 Eric Starnaler Carter & Burgess 214-638-0145 Steve Taylor Carter & Burgess 214-638-0145 3. MIDWAY ROAD RECONSTRUCTION Currently in contract negotiation phase. Slade will coordinate landscape restoration with 3 projects. (CMAQ, Belt Line Intersections) Bruce Grantham GBW Engineers 972-840-1916 4. BROADWAY PAVING AND DRAINAGE Engineer is SJF. Engineering is underway. 1 believe that Mike has the contracts. Engineering Study $5,500 Engineering and Plan Prep. $ Estimated Construction Cost $191,000 No project number at this time. Waiting on Randy. 5. LINDBERG DRAINAGE Town had SJF design grading improvements and went out fur quotes. TRI-DAL was low quote but was unresponsive to actually perfoI1ll the work. Project was then bid with Slade's green belt grading and irrigation project. The low bidder was Riverway Contractors and Management Inc. for $ which was well over budget. At that time it was decided that additional money would be asked for in the new budget year to perform these improvements. Riverway Contractors agreed to wait until October and honor their bid. At the same time Explorer Pipeline indicated that they had concern about our improvements and that they already designed improvements that would relieve our flooding concerns and adequately protect their pipeline. Their proposed improvements were well beyond the scope ofours. We made a proposal to Explorer that the TOA will support their plans and potentially fund a portion of the improvements if they hire Ihe contractor and manage the project. We are still waiting for a response. Dick Hightower RIverway Contractors 214-352-5118 6. FIRE DEPT. WASH DRAIN This projeet is to install a drain system into the sanitary sewer syslem so that fire equipment can be washed onsite. Project has been awarded to Hencie International and they have failed to provide necessary eontraet material to date. Tammy said thaI she would issue notice 10 proceed today (719/00). They projecl schedule is 45 days. Project must be coordinaled with Chief Padden in order 10 not conflict with fire operations. Fire has requested that we try to get a 65 fuet of sidewalk installed around the building. Proposal has been unrealistic ($9,800) so they said that they would resubmit. Project contract is $49,993.70. Anwar or Sam HenGie IntI. 972-926-0034 Fax 972-926-0036 7. TUNNEL MONITOR EQUIPMENT This project is to install equipment in the police dispatch center that will tie into the existing video equipment that is in the toll tunneL I have been working directly with Lea Dunn and the police department. Contractor to install the equipment is SecureNet. The projeet will cost $13,975.66 but funding will be reimbursed by NTIA acoording to the interagency agreement. A notice to proceed letter has been released and equipment is currently on order. Police dept. eontaet is Iody Ramsey. Kelly Bell SecureNet 972-248-4949 Fax 972-248-2220 8. ART PIECE I have met with Cannen to let her handle any outstanding contract issues. Kelly J. Bell Business Development 3440 Sojourn, #240 Carrollton. Texas 75006 RO. Box 7007:17 Dallas, Texas 75370·0277 Hdqtrs: 972-248-4949 Fax: 972-248-2220 Ft. Worth: 817-491-2399 MobilelPager: 972-679-9999 KBell@SecureNetInc.com RMilrway COntractors " Management, Inc. Richard HIghtower P.O. Box 1855 Dallas, Texas 75209 (214) 352-5118 -----------...􀀭􀁾􀀭􀀭....-----􀀭􀀭􀁾􀀽􀀽􀀻􀀺􀀺􀁟􀁟􀀭􀀭􀁟􀀻􀀻􀀻􀀻􀀽􀀮􀁾􀀽􀀺􀀺􀁲􀀻􀀬􀀻􀀻􀀻􀀺􀀺􀀺􀀺􀁟􀀭􀀭 Parsons CMAQ Program Office Brinckerhoff . 1701 N. Markel Siteel Suite 410 Da/las, TX 75202 214-747-&36 Fax: 214-741-1937 E-mail: cl.T1aq@onramp.net August 17, 1998 Mr. Tom Simerly, P.E. Carter & Burgess, Inc. 7950 Elm Brook, Ste. 250 Dallas, TX 75247 VIA FAX Subject: Congestion Mitigation Air Quality (CMAQ) Program Clarification of Additional TxDOT Curb Ramp Requirements "Off·System" Intersections Dear Mr. Simerly: My letter of July 17, 1998 provided direction from TxDOT concerning the placement of curb ramps at intersections. We have been able to obtain clarification of those requirements. As stated in the attachment to this letter, "off-system" intersections may continue to use the "diagonal" ramp configuration. For your project, on which all intersections are "off-system", you may continue the design as it is current.IY presented. As the schematic has been approved by TxDOT -Austin, this will allow the Preliminary (65%) design notice to proceed meeting to be scheduled. If you have any questions about this issue, please call me at 214-747-6336 ext. 26 or James Allen at ext. 30. Sincerely, Ivan F. Nicodemus, P.E. Program Manager Attachment: TxDOT e-mail dated August 5, 1998 cc: Donald L. Cranford, P.E.,. Asst. Dir. Dallas County Public Works, Trans & Planning Moosa Saghian, P.E., TxDOT Sam Wilson, P.E. City of Dallas Jack Antebi, P.E. City of Dallas Tim Starr, P.E. City of Dallas Gave Davis, P.E. City of Farmers Branch Cissy Sylo, P.E. City of Carrollton John Baumgartner, P.E. Town of Addison (1,,111' If Century (If /EngIneering /Excellence F:IPROJECTSlP14CORRIP14-10UTIPI2-C&8\199B\013.DOC AUG-06-98 THU 11:44 AM SPECIAL PROJECTS oFC FAX NO. 2143204408 P. 01 IlILvi4 • there'll ..ot. :really allY "lack fo'l: 0 .. -&y&\:fIIlt rc&Cb.:a,y& UDl....... they hAve a. 􀁾􀁵􀁳􀁴􀀺􀀱􀁦􀁢􀁨􀁬􀀮􀀠enq inearing :rsa.son ""y parpGnilicular r...,ps _to P" p:rov1dGd /IIlId thC(I$pt10n_ For off -system roo.dways, they c:aI1. =nt:.inu.e to WHO 4l.e.gonal -... 1£ thQy "boOs", Wi_t II, di\lll """"pU.",., mlll. l\lll\ Cbanlles ara "liIal>te/1 p.l:'C!bibit11'1l1 tha dia\lOll6l %'IIDIP'" '1'l!r.t eoU14 ba IIIOIlUis or yaus. >_ llILv.id a....aup 08/05/98 OhUPII> >>> 'lila Bt:.ond 1Il.0l1A l!anual !IoU".. fa -4 re<;lll1raCl pBrPflI3clicuJ.ar cu:rb 'l:U1P" at intGrSROtiOM. a£feote4 jobs being "all p:ooj .. ots WlIi"" hAve not<, u of this Pl'OCI.. CU" allY slack en thia ...£Iq\Ur""""'t, for :lobs 􀁡􀀱􀁲􀁂􀁥􀁾􀀠far along in de$1Qn_ Th9y h!>..... _ CI!1t.Q intarsocticm :!mprov...",,"" :Iobsl /IIlId h<>.t:a:tB they go to II1Ocliflf.l.nq l.ot.. Of 4es1qns. t:hOl' want to qa" soma ....el.l.of.. or At le....t :know for sur" before thoy hallin. PleAIIlt adv.ia" "" we con _n/1 to th!im. _ you. CCI. ,\.1 .\i \1 Pollt-It" Fax NOlO C: Y(JOl1'T .....""'.-, !f-S" RISC 11: r-J"-O" H:()fl 11m )O/G1 10 BAlSE pt, Tt 􀀲􀀧􀁓􀁃􀁈􀀮􀂷􀂷􀀭􀁾􀁲􀂷􀂷􀀱􀀠 􀁌􀁾􀀠 -'),􀁟􀀧􀁓􀀯􀁬􀀽􀀮􀂷􀁾􀁩􀀷􀁾􀀨􀁉􀁬􀁁􀀭􀀲􀀠 (Nfl OF ARM PUN! NOT[J Of:s/GN£D IN ACCORD.ANCC .,1H 7tXAS 0.0. r. 􀁴􀁬􀀨􀁏􀁉􀁊􀁉􀁾􀁃􀁎􀁲􀁳􀀠 I 21' I./"./21>1< ......SIlJO 􀁾 /' 􀁾􀀺􀁳􀀨􀀲􀀩􀀧􀁟􀁏􀀧􀀠LOCK 􀁴􀁙􀀭􀁅􀁾􀀺􀀺􀀽􀀭􀀽􀁆􀁤􀀠 U.o«.OADFD (Pr.R CJ.(ART] $ <... > m.E5CQPJC afl P J)'Nr LONGltuDtHAt; 􀁳􀁴􀁾􀁕􀀠MlCl 4ivsr B( G'RJCHttO ""l'kIN l'H£: tOMlfR go' or »IE su:w,.u ARII REVISIONS "', = 0:, '<",c = ALSO REO'O 0 "'flY .KXNT \ (O'r1:RlAP +6") CP,sOrTtlll JlNO 􀀵􀁬􀀧􀁏􀂣􀁾􀀠 􀁦􀁒􀁈􀁦􀁴􀁃􀁁􀁒􀁕􀁾􀀠 mm:rc AfN 􀁾OAr4 W x y r Jr-!zJ1" " I" '''1 U 'ftl '" I' ¥<.1' Iftl "11 '" I p:. 􀀧􀀠 1'.13l"'V 􀁾􀀠 1/.... J/I$"I/$" 􀁾 TlIOO'U","" 􀁾􀀬􀁩􀁾􀀺􀁾􀁾􀀮􀀮􀀮􀁲􀀠 . 􀁾􀀠\.V 􀀧􀀭􀀮􀀱􀀮􀀩􀀺􀁊􀁾􀀻􀀠􀀧􀀯􀁾􀁓􀁬 Sc:t.1S AM) FtA --,l g AMp flQr :itfC!!H ARlLctWKCnGH' 􀁾􀁲􀁎􀁬􀀠 "MP Pi..-'1E. fO 􀁂􀂣􀀬􀁾􀀠 􀁒􀀨􀁴􀀮􀁉􀁏􀁾􀀠.AFItR BQ,.l$ 􀁾􀀠 i MC SE'r ----jrj;i.i2l 1,OfIl6" 1o:llO __ (of)..... eot. TS (SIZI PER -i '!H)-All) CHAA'T)iIII'J?,! (:)Hn -----:iflr t..=.....;.;;.; 􀀬􀁴􀀮􀀯􀁕􀀱􀀧􀁓􀀨􀀲􀁾TWAS'HERS SAlAHCl 01' 'IU8£ 0I(')L0CI<","'ER{'lHR'O. A7 1<1" Mlli' flf" ,...􀁾􀀠CALV.,CALV.,BOT1(W ""¥'}';'''-.:-;'lh,,,.rr!i>-[llftr 2 of 2 P-. 􀁾􀀠 "" == 􀁾􀀠 􀁾􀀠 􀁾􀀠 0> 􀁾􀀠 0> 􀁾􀀠 == "0"> 0> I'fVUI'{U .::tua;,j,. III\,IIVV'''Qi:, """,., ¥"I:-rtf< l..r.....,.} Klllr rl'l"-:;"-) Ii'('MQVABl,£ END CAP " C.ASl .ltW I'O' .l1l'i.\;0. 􀁕􀁬􀀺􀀻􀁾􀁕􀁦􀂥 POI.£ S[-11,00 If 462 .. f7"-O· 'IO:J1-'f2gJ I 1£-f,?$O If 10.,: I 11 17"-0" I :noJr.."'7 X-:2.OO It 9.6.1 It 􀀧􀁲􀀭􀁯􀁾 I 􀁮􀁏􀁊􀀷􀀭􀁾􀀯􀁊􀀠 X-I2. .s0 It rO.12 11 17'-P· 7U:U7-l'$9 X-I".OO lr 10.&2 if" 17'-0"" nror-Y294 I .3(-t3.00 .... 􀁲􀁯􀀮􀁾􀀲􀀠l'11'-tr "", = <0 I .,. '-'" == "'-'" == P-. -dO = 􀁾􀀠 = 􀁾􀀠 􀁾􀀠 = 􀁾􀀠 = c:::a = -6292 LUBBOCK. TX: 1806] 866-9426 PHOENIX. A2: 16021 257-4588 SECTION 02518 INTERLOCKING CONCRETE PAVERS PART 1 GENERAL 1.01 SECTION INCLUDES A Concrete paver units. [Concrete paver edge units.] B. Bedding and joint sand. 1.02 RELATED SECTIONS A Section: 1---__ j-Curbs and Drains. B. Section: [ __-__ I-Aggregate Base. C. Section: I-CementTreated Base. D. Section: -__ I-Asphalt Treated Base. E. Section: I-Pavements. Asphalt and Concrete. F. Section: [ __-__ I-Roofing Materials. G. Section: -__ I-Bitumen and Neoprene Setting Bed, Acrylic Fortified Mortar Setting Bed. H. Section: __ I-Geotextiles. 1.03 REFERENCES Street. industrial, port and airport pavement thicknesses should be designed in consultation with a qualified civil engineer, in accordance with established ftexibJe pavement design procedures, and in accordance with the ICPI Technical Bulletins. $ample construction detail drawings are available from the ICPI. A American Society ofTesting and Materials IASTM): 1 . C 33, Specification for Concrete Aggregates. 2. C 136, Method for Sieve Analysis for Rne and Coarse Aggregate. 3. C )40, Sampling and Testing Concrete Masonry Units. 4. C 144, Standard Specification for Aggregate for Masonry Mortar. 5. C 936, Specification for Solid InterlocKing Concrete Paving Units. 6. C 979, Specification for Pigments for Integrally Colored Concrete. 7. D 698, Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a 5.5-lb [2.49 kg) Rammer and 12 in. 1305 mm) drop. Section 02518 -Interlocking Concrete Pavers· Page I of (, 1/97 S. D 1557. Test Methods for Moisture Density Relations of Soil and Soil Aggregate Mixtures Using a IO-Ib (4.54 kg) Rammer and I Sin. (457 mm) drop. 9. D 2940. Graded Aggregate Material for Bases or Subbases for Highways or Airports. 1.04 QUAlITY ASSURANCE A Manufacturer: Company specializing In the manufacture of concrete interlOCking pavers for a minimum of three (3) years. B. Installation shall be by a contractor and crew with at least one (11 year of experience in placing interlocking concrete pavers on projects of similar nature or dollar cost. e. Installation Contractor shall conform to all local, statelprovinciallicensing and bonding requirements. 1.05 SUBMmAlS A. Submit product drawings and data. S. Submit full size sample sets of concrete 'paving units to indicate color and shape selections. Color will be selected by ArchitecVEngineer/Landscape Architect/Owner from manufacturer's available colors. e. Submit sieve analysis for grading of bedding and joint sand. D. Submit test results from an independent testing laboratory for compliance of paving unit requirements to ASTM C 936. E. Indicate layout. pattern. a,!'ld relationship of pavingjoints to fixtures and project formed details. F. Substitutions: Substitutions shall be submItted 10 days prior to bid opening for acceptance. 1.06 MOCK-UPS A Install a 7 ft. x 7 ft. (2 m x 2 m) paver area as described in Article 3.02. This area will be used to determine surcharge of the bedding sand layer. joint sizes. lines. laying pattern{s}. color(sl. and texture of the job. This area shall be the standard from which the work will be judged. ConsIderation shall be given with regard to differences in age of materials from time of mOCk-Up erection to time of actual product delivery. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver concrete pavers to the site in steel banded. plastic banded. or plastic wrapped cubes capable of transfer by fork lift or clamp lift. Unload pavers at job site in such a manner that no damage occurs to the product. B. Sand shall be covered with with waterproof covering to prevent exposure to rainfall or removal by wind. The covering shall be secured in place. e. COOrdinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 1.08 ENVIRONMENTAl CONDITIONS A Do not install sand or pavers during heavy rain or snowfall. B. Do not install sand and pavers over frozen base materials. e. Do not install frozen sand. Section 02518 -Interlocking Concrete Pavers -Page 2 of 6 1197 PART 2 PRODUCTS 2.01 CONCRETE PAVERS Concrete pavers may have spacer bars on each unit. These insure a minimum joint width between each unit into which sand is placed. Spacer bars help prevent contact of the edges with adjacent pavers and subsequent spalling. They are highly recommended for mechanically installed pavers. Manually installed pavers may be installed with or without spacer bars. A Concrete pavers shall be supplied by Pavestone Company. Austin. TX: 1512}346-7245 Cincinnati. OH: 15131474-3783 DallaS/Ft. Worth. TX: 18171481-5802 Denver. CO: 13031287-3700 Houston. TX: (281)391-7283 Kansas Ci\y. MO: (816)524-9900 Lafayette. LA: (318) 234-8312 Las Vegas. NV: (702) 456-6292 Lubbock. TX: (806) 866-9426 Phoenix, I'IZ.: 16021 257-4588 B. Product namels)/shapelsl. colorls). overall dimensions. and thickness of the paver{s) shall be: I in.lmm x in.lmm x in.lmm thick.] [ in.lmm x in.lmm x in.lmm thicK.1 I in.lmm x in.lmm x in.lmm thick.J C. Pavers shall meet the following requirements set forth in ASTM C 936, Standard Specification for Interlocking Concrete Paving Units: 1. Average compressive strength of 8.000 psi 155 MPal with no individual unit under 7,200 psi 150 MPal. 2. Average absorption of 5% with no unit greater than 7% when tested In accordance with ASTMC 140. 3. Resistance to 50 freeze-thaw cycles when tested in accordance with ASTM C 67. D. Pigment in concrete pavers shall conform to ASTM C 979. E. Material shall be manufactured in individual layers on production pallets. F. Materials shall be manufactured to produce a solid homogeneous matrix In the produced unit. 2.02 VISUAL INSPECTION A All units shall be sound and free of defects that would interfere with the proper placing of unit or impair the strength or permanence of.the construction. 8. Minor cracks incidental to the usual methods of manufacture. or chipping resulting from customary methods of handling in shipment and delivery. shall not be deemed grounds for rejection. 2.03 SAMPLING AND TESTING A Manufacturer shall provide access to lots ready for delivery to the OWner or his authorized representative for testing In accordance with ASTM 936-82 for sampling of material prior to commencement of paver placement. B. Manufacturer shall provide a minimum of three (3) years testing backup data showing manufactured products that meet and exceed ASTM 936-82 when tested in compliance with ASTM C-140. C. Sampling shall be random with a minimum of nine (9) specimens per 20.000 sq. ft. per product shape and size with repeated samples taken every additional 20,000 sq. ft. or a fraction thereof. D. Test units in accordance with ASTM for compressive strength. absorption and dimensional tolerance. A minimum of three 13) specimens per test required for an average value. Testing of full units is preferred. Section 02518 -Interlocking Concrete Pavers -Page 3 Of 6 1197 2.04 REJECTION A In the event the shipment fails to conform to the specified requirements. the manufacturer may sort it and new test units shall be selected at random by the Owner from the retained lot and tested at the expense of the manufacturer. If the second set of test units fails to conform to the specified requirBments. the entire lot shall be 􀁲􀁾􀁥􀁣􀁴􀁥􀁤􀀮􀀠 2.05 EXPENSE OF TESTS A The expense of inspection and testing shall be borne by the Owner. 2.06 BEDDING AND JOINT SAND The type of sand used for bedding is often called sand 􀁾􀁨􀁡􀁴􀀠is suitable for the manufacturing of concrete. Sands vary regionally. Screenings and stone dust can be unevenly graded and have an excess amount of material passing the No. 200 175 Hml sieve. Bedding sands with these characteristics should not be used. Contact paver contractors local to the project and confirm sandlsl successfully used in previous similar applications. Umestone sand should not be used for bedding sand. Mason sands are typically acceptable only for joint sand. provided they meet grading requirements as shoW!) in Table 2 of this section. A Bedding and joint sand shall be clean. non-plastic. free from deleterious or foreign matter. The sand shall be natural or manufactured from crushed rock. Umestone screenings or stone dust shall not be used. When concrete pavers are subject to vehicular traffic. the sands shall be as hard as practically available. B. Grading of sand samples for the bedding course and joints shall be done according to ASTM C 136. The bedding sand shall conform to the grading requirements of ASTM C 33 as shown in Table 1. Table 1 Grading Requirements for Bedding Sand ASTM C33 Sieve Size Percent Passing 3/8 in. 19.5 mml No.4 (4.75 mml NO.8 (2.36 mml No. 1611.18 mml No. 30 (600 J.lIT1I No. 50 (300 J.lIT11 No. 100 (150 J.l.ml 100 95 to 100 85 to 100 50 to 85 25 to 60 10 to 30 2 to 10 Bedding sand may be used for joint sand. However. extra effort in sweeping and compacting the pavers may be required in order to completely fill the joints. joints. If joint sand other than bedding sand is used, the gradations shown in Table 2 are recommended. Joint sand should never be used for bedding sand. Section 02518 • Interlocking Concrete Pavers· Page 4 of (, 1/97 C. The joint sand shall conform to the grading requirements ofASTM C 144 as shown in Table 2 below: Table 2 Grading for Joint Sand ASTM C 144 Natural Sand Sieve Size Percent Passing No.4 (4.75 mml NO.8 12.36 mm) No. 16 (1.18 mml No. 30 (600 J.U111 No. 50 (300 V.ml No. 100 1150 v.ml No. 200 175 v.ml 100 95 to 100 70 to 100 40 to 75 10 to 35 2 to 15 o PART 3 EXECUTION 3.01 EXAMINATION For installations on a compacted aggregate base and soil subgrade. the specifier should be aware that the top surface of the pavers may be 1/8 to 1/4 in. (3 to 6 mml above the final elevations after compaction. This difference in initial and final elevations is to compensate for possible minor settling. A. Verify that subgrade preparation, compacted density and elevations conform to the specifications. Compaction of the soil subgrade to at least 95% Standard Proctor Density per ASTM D 698 is recommended. Higher denSity, or compaction to ASTM D 1557 may be necessary for areas SUbject to corr tinual vehicular traffic. Stabilization of the subgrade andlor base material may be necessary with weak or saturated subgrade soils. The Architect/Engineer should inspect subgrade preparation, elevations, and conduct density tests for conformance to specifications. B. Verify that geotextlles. if applicable, have been placed according to specifications. C. Verify that aggregate base materials, thickness, compaction, surface tolerances, and elevations conform to the specifications. Local aggregate base materials typical to those used for flexible pavements or those conforming to ASTM D 2940 are recommended. Compaction to not less than 95% Proctor Density in accordance with ASTM D 698 is recommended for pedestrian areas. Compaction to not less than 98% Modified Proctor Density according to ASTM D 1557 is recommended for vehicular areas. The aggregate base should be spread and compacted in uniform layers not exceeding 6 in. (150 mml thickness. Recommended base surface tolerance should be plus or minus 3/8 in. (10 mml over a lOft. 13 ml straight edge. The ArcihitectlEngineer should inspect geotextile materials and placement [if applicablel. base preparation, surface tolerances, elevations. and conduct density tests for conformance to specifications. Mechanical tampers are recommended for compaction of soil subgrade and aggregate base around lamp starr dards, utility structures, building edges, curbs. tree wells and other protrusions. In areas not accessible to roller compaction equipment. compact to specified density with mechanical tampers. D. Verify location, type, installation and elevations of edge restraints around the perimeter area to be paved. E. Verify that base is dry, uniform, even, and ready to support sand, pavers, and imposed loads. Section 02518 -Interlocking Concrete Pavers -Page 5 of 6 1197 F. Beginning of bedding sand and paver installation means acceptance of base and edge restraints. 3.02 INSTAllATION A. Spread the sand evenly over the base course and screed 10 a nominal I in. 125 mm] thickness, not exceeding 1-1/2 in. 140 mm) thickness. The screeded sand should not be disturbed. Place sufficient sand to stay ahead of the laid pavers. Do not use the bedding sand to fill depressions in the base surface. B. Ensure that pavers are free of foreign materials before installation. c. Lay the pavers in the pattern!s) as shown on the drawings. Maintain straight pattern lines. D. Joints between the pavers on average shall be between 1/16 in. aJ")d 3/16 in. {2 mm to 5 mml wide. Some paver shapes require a larger jOint. Consult manufacturer for recommended joint widths. E. Fill gaps al the edges of the paved area with cut pavers or edge units. Units cut no smaller than one-third of a whole paver are recommended along edges subject to vehicular traffic. F. Cut pavers to be placed along the edge,with a double blade paver splitter or masonry saw. G. Use a low amplitude. high frequency plate vibrator to vibrate the pavers into the sand. Use Table 3 below to select size of compaction equipment: Table 3 Minimum Centrifugal Paver Thickness Compaction Force 60mm 3000 Ibs. (J3 I<:N] 80mm 5000 Ibs. 122 I<:N) H. Vibrate the pavers, sweeping dry joint sand into thejoints and vibrating until they are full. This will require at least two or three passes with the vibrator. Do not vibrate within 3 ft. II m) of the unrestrained edges of the paving units. I. All work to within 3 ft. II m) of the laying face must be left fully compacted with sand-filled joints at the completion of each day. J. Sweep off excess sand when the job is complete. K. The final surface elevations shall not deviate more than 3/8 in. II 0 mm) under a lOft. 13 m) long straightedge. The surface elevation of pavers shall be 1/8 In. to 1/4 in. (3 to 6 mml above adjacent drainage inlets, concrete collars or Channels. M. The resandlng as necessary of paver paver joints shall be accomplished by contractor for a period of 90 days after completion of work. 3.03 FIELD QUAlITY CONTROL A. Mer removal of excess sand. checl<: final elevations for conformance to the drawings. END OF SECTION Section 0251 B -Interlocking Concrete Pavers -Page (; of (; 1/97 L rEI(AS OEFAArMENT OF TRANSPORWlOll ( ) Dist. Engl'.•􀁟􀀮􀁾,',,-􀀮':!' .' OI'1T"'ICT NO. 1 B ; Ass!. Dis!. Eng. ..'J) . , . NOV 031997 I . ': ( ) Action '. ( I 􀁾􀀠Advise Dallas. Te.as T􀁾D/.,c ) Comment :. RECEIVED:. TransportatIon t-lANDLE . _--"'.":1.1 OIR. OF. CONSTR. COMM'"IIT ASST D.C. 􀀬􀁾􀁾􀀺􀀺􀁾􀁾􀁾􀁾􀁛􀀠f'(1.INIT.: L .. TO: Management T earn L-"D ENG.!) er ,I Ui''-' -," REtO ENGR4 ' FROM: Robert Cuellar, P.E. LWAYENGR.-----1_--. '0 SUBJECT: Guidelines for Local Agencies to Administer 􀁐􀁲􀁢􀁾􀁾􀁃􀁅 TECH 􀁾􀁾􀀺􀀡􀀮􀀮􀀢􀀢􀀬􀀵___ SCANNEr • ! '" ". \:) (. '5 Attached is a booklet entitled LocalAgency Guidelines for 􀁁􀁍􀁮􀁮􀁭􀁬􀀢􀀧􀁳􀁲􀁥􀁲􀀮􀀻􀁮􀀽􀁮􀁧􀁾􀀱􀀼􀁲􀀮􀁵􀁾􀁬􀁥􀁾􀀲􀀻􀀺􀀳􀀻􀀭􀁆􀁩􀁅􀁥􀀺􀁤􀁥􀁩􀀺􀀺􀀺􀀺􀁲􀁡􀀺􀀺􀁩􀁬􀀻􀀻􀀺􀀧􀁬􀁹􀀺􀀭� �􀀭􀂭 Funded 􀁐􀁲􀁯􀁪􀁥􀁣􀁾􀀠(It :or Not a Grant). This booklet was compiled by a team as follows: Mr. Robert Wilson (DES) (Chair) Ms. Ann Irwin (ENV) Mr. 101m Reed (ROW) Mr. Wayne Dennis (TPP) Mr. Doug Vonette (GSDIDES) Mr. Rondell Fagan (FTW) Mr. Robert Stuard (AUS) Mr. Pat O'Neil (FHWA) This booklet is intended to be a summary reference document that provides general gui!iance on the process and refers to other specific documents that provide detailed policies and procedures, Properly completing projects is ofthe ,utmost importance. Also attached is a copy ofa memorandum from the FHWA concerning "State Oversight ofLocally Administered Federal-Aid Projects . .. Note that a state may delegate it's "authority" to local public entities but can not delegate it's "responsibility" for the implementation ofFederally Funded Off-System projects. And, if authority is delegated: all federal regulations must be adhered to and it is the State's responsibility to see that they are, by an active monitoring and review program. This guide will assist in a uniform application ofsuch 􀁭􀁯􀁾􀁩􀁴􀁯􀁲􀁩􀁮􀁧􀀠by district personnel. ' As an example, the guide points out that TxDOT has adopted AASHTO standards as the minimum design 'standards to be used. This, and other points. are contained in the the Design section ofthe booklet. Even ifa local entity is given authority, Federal regulations require the State to remain "ill responsible charge oflhe project. .. This booklet helps to set up that basic outline to accomplish . the projects and fullill our responsibilities as the agent of the FHWA in the projects oJ, ,", .\,. ,􀀭􀀮􀁾􀀠 Managei:rlent T earn 2 October -30, 1997 Please provide this booklet to your persolUlei and to local entities who may wish to'seek approval to admiiUstef such an off-system federally funded project: Ifyou have any questions or comments concerning this guide. please contact the Design Div.ision_ Attachments ---. 􀁾􀁯􀁣􀁡􀁬􀀠Agency Guidelines for Adnlinistering Title 23 Federally-Funded Projects (It's Not a Grant) Table o[Corrterrts Table of Contents Introduction ............................................................................................................................i Section I Project Programming Introduction .................................................................. ; ................................................ ; ......... 1-1 Category 4B _Surface Transportation Program (STIP) Statewide Transportation Enhancement Program .................................................. : ................... 1-1. Category 4C -STP Metropolitan MobilitylRebabilitation Projects ............................................1-2 Category 4D -STP Urban MobilitylRehabilitation Projects ....................................................... 1-2 Category S -Congestion Mitigation and Air Quality Improvement (CMAQ) Projects ................ 1-3 .. . Category 6B 􀁾􀀠Off-System Bridge RehabilitationIReplacement Projects ..................... ................ 1-3 ; . Section II 'Project Agreement General Discussion Discussion .................................................................................................................. II·I Preparation Procedure· ............................................................................................................. II-I Funding Requirements and Reimbursement Procedures ............................................................II-2 Draft Project Agreement. .................................................................................................. .......II-4 Section III Environmental Considerations Regulations .........................................................................................................􀁾................. IIl·1 Environmental Document Preparation and Review Process.................................................... III-4 Project Classification .......................................................... ................. : ................................. IlI-S Procedures for Class I Projects .............................................................................................. 111·6 Procedures for Class II Projects .................................................................................. ; .•.....•.. IlI-8 Procedures for Class III Projects......................... ................................................................... 111-7 Important Considerations in Environmental Analysis................................................. : ............ III-8 Section IV Right otway Guidelines ............................................................................................................................. IV-I ucaJ ACelJc,J' Guidelines 10197 . ; 􀁔􀁡􀁢􀀯􀁾􀀠o(Contents Section" Design General Discussion •........•••.•....•.••...........•••••...•.••.•.•......•• : ........•..••.•.........•..•......••..•..•...•....••.... V-I Plan Preparation ......................................................................................................................V-2 Preparation by Consultants ••.........••..•...•....••.....•.•.... ...................•............•.........•.••••......•....•.... V-2 Design Standards ••..•.•••••••••••••...•.•..•.••.•••.•••••••••.•••...••.•••••....􀁾••..••........••••.••..•..••••......•••.•...... •....V·2 PS&E Requirements •.•.••••••••.••••••.••••.•...•.•••••.•••...••.•.•.••••••••.••.•......••.••....•.••••.•.••••••••••••. ; .•....••••. V-3 .Agreements ......................................... ........................... : •••••••.••.•••••.••••••••.••••••••••••••.•.•••••;..••.••V-6 Section VI Construction Contract Letting Process General Discussion •.•••••..•••.••••.•.••••••.•..•.•.••.•••• .•••.•••••••••..•...•.••..••...••.•..•..•.•.••••.•.....••••􀁾.........•• VI.I Federal Guidelipes •.••.•.•••••••.. 􀁾•.••••••.••...•.•••••...•.••••••.•••.•••.•.•..•...••••••••....••••••.••...•••••••.• •..••.•••.... VI-I SectioD vii'CODstruction Contract Administration General Discussion •.•.••••.•.••••.••••••.....•.•.•.•.....•••••••..•..•••.•••...•.•••.•..•...••.....•.....••.•••.••••••••••..•.••• VlI-l Pretonstruction Conference..................................................................................... ; •••...•••••. VU-2 Quality COntrol.. ••.•....•.•••••• ; •.••.•••.•••....•••••... ..•••••••.....•.•••••.•....•••••••...•..•.•••.••..••••••.•....••.••..••..• VlI-2 Progress P8(YIIlCnts............................................................􀁾••......••..••......•..••••.•..••..• .••.•...•..•••• VII·2 ;'hysical Completion ofConstruction .................................................................................... VIl-4 Changes and Extra Work••••...••••••••••.•..•••••.• ..•..•••.••...•.•.•••........•.•••......•.•••.••.....•••.•.•..•..••••••... VII-3 . ·dministrative Settlement Costs .................................... : .................................. , ................... VU-3 .. ompliance With Federal Contract Provisions ...................................................................... VII-4 References....................................... ................ : .................................................. : ................. VI 1-5 Section VIIl Glossary· Local Agency Guidelines 10197 I .. 􀁾􀀠 .'''.' Introduction Local Agency Gid4elines Introduction . This Local Agency Guideline is intended to serve as a general guidance document for local agencies that request to administer any or all phases ofa project that will utilize federaH'imds . provided by the Federal Highway Administration (FHWA) and the Texas Department of . Transportation (TxDOn. It is not intended to contain all the requirements. but is rather a summary. that will reference other documents that contain more detailed requireroents. .. This guideline will summarize such areas as project progranuning. prelimimuy engineering (design. environmental and public involvement), right ofway. advertising and letting, construction project administration, and the agreements needed 10 establish each agency's responsibilities in completing the "fork. The local agencies may only be approved to administer projects as outlined in these 􀁾􀁩􀁤􀁥􀁬􀁩􀁮􀁥􀁳􀀠 for projects that are offstate numbered highway routes or transportation enhancement.projects as approved by TxDOT. TxDOT win administer projects on state numbered highway routes. It is essential that all requirements of federal and state laws, rules and regulations be met during these projects. It is important to note that these project funds are not a grant process, as are many other programs local agencies deal with. Rather. funding administered through Title 23 of federal law is provided as reimbursement for work completed in accordance with all requirements. As such, payment is made to the contractor for work completed and billing is ·submitted for . reimbursement from TxDOT. Monitoring for compliance with all requirements will be continual and ongoing, and items found to not be in compliance will not be eligible for reimbursement. To accomplish compliance, it is essential that local agencies coordinate closely and continuously with their TxDOT district office during all phases through project completion. TxDOT district offiCes are available to assist local agencies, lind answers to questions, arid coordinate with other TxDOT and FHWA offices. Any or an ofthe duties and processes to accomplish the project may be delegated to the local governmcnt entities for execution as approved by TxDOT. However, TxDOT by federal regulation is the agent ofthe federal government for administering these programs and as such must remain "in responsible charge ofthe project" and guarantee compliance with all applicable fedcral regulations. . 1..11(,111 Agt"m:y 􀀨􀁲􀁾􀁲􀁬􀁩􀁴􀁦􀁾􀀯􀁩􀁬􀁬􀁩.􀀺.􀀮 􀀢􀂷􀀠 ; 10/97 􀀭􀀭􀁾􀀠 '}(-. , . . . ,. Section I Proj ect Programming .' PrO;«I Programming Sltcrion I Project Programming Introduction The Texas Transportation Commission (commission) must authorize a project before it can be developed at the local level by a consultant or TxDOT staff. Even those projects that do not . require a state match to federal-aid funding require commission authorization since contracts are paid out using state funds and reimbursed with federal funds. Projects are authorized by the commission through passage ofminute orders., .. Minute orders authorize projects individually or through programs. Federal-aid projects located inside metropolitan planning areas must also be included· in local Transportation Improvement Programs (TIP). In areas ofnon-attainment for air quality, all projects, regardless offunding source, must t>e included in the TIP. AU federal-aid projects must be included in the Statewide TranspOrtation Improvement Program (STlP) before a federal Letter ofAuthorization (LOA) can be issued: This section has been developed to help guide a local agency through project ' , programming. PLEASE NOTE: Expenses incurred prior to the date ofthe LOA will notbe eligiblefor reimbursement. Category 48 -Surface Transportation Program (STP) Statewide Transportation Enhancement Program . The TxDOT Design Division (DES) conducts program calls for transportation enhancement projects. Projects meeting the specified criteria are individually Selected by the commission as outlined in the Texas Administrative Code. Aflei-the project is authorized by the commission, the nominating governmental entity must include the project in a local TIP if the project isinside a metropolitan planning area. Ifthe project is outside a metropolitan planning area, the nominating govemmental entity should assure the project is included in the STIP by contacting the designated TxDOT district contact person, The project is authorized for the 'amount ofFederal furids not to exceed the amount approved in the program. This amounl does nol include the local match required by FHW A. Once selected by the commission. appropriate agreements must be developed between TxDOT and the appropriate governmental entity. After the agreement has been signed by both parties. a federal form PR-37 is completed by the Tx DOT Transponation Planning and Programming Division (TPP) and submiued to FHWA to initiate a LOA to begin plan development. After a signed LOA is received from FHWA. project development may begin. Expenses incurred prior to the date 1-//0197 Project Programmillfl Sectioni of the LOA will not be eligible,for reim,bursement. Local entities will be reil:nbursed for , expenditures in accordance,with the signed agreemeilL . Category 4C-STP Metropolitan Mobility/Rehabilitation Projects STP Metropolitan Mobility programs are available for metropolitan planning organizations (MPO) in areas with populations greater than 20,000 (Dallas-Fort Worth, Houston. S;ln Antonio, SI Paso, Austin, CoIJIUS Christi, McAllen-Pharr-Edinburg). Projects are selected by the MPO in 'consultation with TxDOT. Projects meeting the specified criteria lin!' authorized by the commission in a district bank balance program. Projects must be included in the TIP and STiP. The a,ctivities for which federal participation is desired must be determined by the iocal govemmen(and the MPO and shown in the TIP and STIP. Once a project is selected, appropriate agreements must be developed between TxDOT and the local govemment entity. After the agreement has been signed by both parties, a federal form PR37 is completed by TPP and submitted to FHWA to initiate a LOA to begin plan development. Aftera sigiled LOA is received from FHWA. project development may begin. Expenses 􀁩􀁮􀁣􀁵􀁾􀁥􀁤􀀠prior to the date of the LOA will not be eligible for reimbursement. Local entities will be reimbursed for expenditures in accordance with the signed agreemenL If 100 percent local funds are to be used for project development (preliminary engineering), a PR-37 and subsequent LOA will 00 issued only for construction andlor right ofway funding. Ifthe preliminary enginecring or construction project is contracted and managed by the lOcal , ;ovemment entity, TxDOT will reimburse the local govemment entity as outlined in the signed ,.greement. Category 40 -STP Urban Mobility/Rehabilitation Projects STP Urban Mobility programs are available for use in urbanized areas where populations are greater than 5,000 and less than 200.000. Projects are selected by the TxDOT district in consultation with the MPO or locally elected officials where an MPO does not exist. Projects meeting the specified criteria are authorized by trui commisSion in a district bank balance program. Projects must be included in the TIP (ifinside the jurisdiction ofan MPO) and STIP. The activities for which federal participation is pesired must be determined by the local government TxDOTand the MPO and shown in the TIP and STIP. Once an off-state highway system project is selected. appropriate agreement must be developed between TxDOT and the local government entity. Afier the agreement has been sIgned by both parties. a federal form PR-3iis completed by TPr and submitted to FHWA to, initiate a LOA to begin plan development. A fier a signed LOA is received from FHWA. project development may bell-in. . 1·2 10197 Projet:l ProgramminG . Sect;"" I . . Expenses incurred prior til tlie date cir: the LOA will not be eligible for reimbursement. Local entities will be reimburned for expendifures in aci:ordance with the signed agreement. If 100 Percent local funds are to be used for project development (preliminary engineering), a PR-37 and subsequent LOA will be issued only for conStruction and/or right ofway funding. I fthe preliminary engineering or construction project is contracted and managed by the local government entity, TxDOT will reimburse the local government entity as outlined in the signed agreement. Category 5 -Congestion Mitigation and Air Quality Improvement (CMAq) ProjeCts CMAQ programs are available for areas ofair quality non-attairunent (Dallas-Fort Worth, 􀁈􀁯􀁵􀁳􀁴􀁯􀁮􀁾 ·In Paso, Beaumont-Port Arthur). Projects are selected by the MPO in consultation with TxDOT ana approved FHW A and the Envirorunental Protection Agency (t;:PA). Projects meeting the specified criteria are authorized by the commission commission in a district bank balance program. Projects mus!.be included in the TIP and STIP. The activities for which federal participatipn is desired.muSt bedetennined by the local goverrunent and the MPO and shown in the TIP and STIP.. ,. Once a projectis selected, appropriate agreements must be developed between TxDOT and the local government entity. After the agreement has been siguedby both parties; a federal fonn PR37 is completed by TPP and submitted to FHWA to initiate a LOA to begin plan development. . After a signcd LOA is received from FHW A, project development may begin.· Expenses Incurred prior to tbe date ofthe LOA will not be eligible for reimbursement• . Local entities will be reimburned for expenditures as ouilined in the signed project agreement If 100 percent local funds are to be used for project development (preliminary engineering), a PR-37 and subsequent LOA will be issued only for construction andlor right ofway funds. If the preliminary engineering or construction project is contracted and nianaged by the local government entity. TxDOT will reimburne the local government entity as outlined in the signed agre.erw:nl. Category 6B -Off-Systein Bridge RebabilitationIReplacement Projects DES and TPP prepare programs for Off-System Bridge Projects in the annual updates of the i 0year Unified Transportation Pilin (UTP) .. Projects meeting the specified criteria are evaluated and prioritized statewide by need and authorized by the'commission for rebabiliiation or replacement . in a project specific fonnat. Ifa local government declines the offer to rehabilitate or replace·a bridge, the offer is made 10 the next qualifYing project in the statewide program. Projects must tie inclUded in the Tip if inside a metropolitan planning area, If th.e project is located outside a metropolitan planning area, the local govemmctit entity· should contact the T,,[)OT district and assure the project is included in the STIP. The activities for which federal 1-3 . 11JI'}7 ..... : S«tioni participation is desired must be detenninei:l by the local government and TxOOTand must be shOwn in the STIP and TIP. . . Once a projeci is selected, appropriate agreements must be developed between TxOOT and the local government entity. After the agreement has been signed by both parties, a federal fonn PR37 is completed by TPP and submitted to FHWA to initiate a LOA to begin plan development. After a signed LOA is received from FHWA, project development may begin. ' 'Expenses incurred prior to the date of the LOA willnot be eligibie for reimbursement. Local entities will be reimbursed for expenditures as outlined in the signed projectagreement. If 100 percent local funds are to be used for project development (preliminary engineering), a PR-37 and subsequent LOA will be issued only for construction funds. Ifthe preliminary engineering or construction project is contracted and managed by the local govemmententity, TxOOTwill reimburse the local government entity as outlined in the signed agreement. Lm:ol􀁁􀁋􀁾􀁉􀁬􀁃􀀧􀀢􀀠􀁇􀁵􀁩􀁤􀀻􀀨􀀡􀁬􀁩􀁬􀁬􀁾􀀡􀁩􀀠 14 􀁾􀀮􀀠 : ProjectAGreement Section II agency for execution. Action is required by the local agency's governing bpard to authorize exect,ttion ofthe agreement The local public agency returns the agreement to the district for TxDOT approval. The District Engineer will execute the agreement on behalfofthe department in accordance with the procedures established in the StandAlone Manual NOlice 95-4. The district will retain one fully executed counterpart and return the second counterpazt to the local agency for their records. The execution of the agreement does not constitute approval of the federal funds. No costs are eligible for federal aid reimbursement until authorized in writing by bDOT. TxDOT will process the "Letters ofAuthorization" with the Federal Highway Administration. NOTE: Federalauthori:anon Is requiredfor each type ofservice where federal reimbursement Is desired. The typeirofwork required for completion ofthe project may be fully delegated to the local agency. Delegating the development and construction offederal-aid projects does not relieve TxDOT of its agreement with FHWA to ensure compliance with applicable federal and state laws and regulations. The local agency shall comply with all federal and state laws and regulations in contracting types ofwark eligible for federal aid reimbursement Local Agency Force Account may be utilized for the direct performance ofconstruction work provided a "Finding ofCost Effectiveness' is approved by TxDOT. TxDOT will be responsible for performing review and oversight functions to ensure that the work is accomplished in accordance with the approved plans. Additionally. TxDOT will monitor the Local Agency Project Agreement to ensure that allterrns and conditions are met. TxDOT's administrative costs will be charged against the project. The local agency will be responsible for the non-federal participating costs associated with TxDOT's administrative costs. These funds will be made available to TxDOT prior. to the administrative costs being incurred. When required. TxDOT will coordinate contractual issues and approvals with FHW A. Funding Requirements and Reimbursement Procedures Local funding par1icipation is required in all federal-aid projects unless otherwise provided by federal regulations. The percentage of federal funding participation is established in the authorized STIP and should then be identified in the Local Ageney Project Agreement. When the local agency agrees 10 provide the project services. responsibility for payment of all l/-Z 10197 ·.£=.. . Pro;ect Agreement Section II costs falls on 􀁴􀁨􀁾􀀠local agency. TxDOT wiil reimburse the local agency the eligible federal funds provided adequate cost documentation is submitted to T-xDOT. Costs for items of work determined by TxDOT to be ineligible for federal reimbw:sement will be the responsibility ofthe local agency. 1."I1/:I1{ 􀁁􀁋􀁥􀁮􀁣􀀺􀁾􀁾􀀠􀁇􀁵􀁩􀁤􀁾􀀯􀁩􀁬􀁬􀁬􀀡􀀮� �􀀠 II-J 10/97 t S"t:tiOff II Smith County CSJ: 910-03-001 North Parle Hike and Bike Trail STATE OF TEXAS D*" COUN1Y OF TRA VI LOCAL PUBLIC AGENCY AGREEMENT THIS AGREEMENT. is made bReenthe State of Texas. acting by and through the Texas DeJ!8r1ment ofTransportation. hereinafter called the ·State" and the City ofJones. Texas. 􀁡􀁃􀁾􀁾􀁧􀀧􀁢􀁙􀀠and through its duly 􀁡􀁵􀁴􀁨􀁯􀁾􀁣􀁩􀁡􀁬􀁳􀀬 hereinafter called the ·City." 􀁗􀁉􀁔􀁾􀁔􀁈􀀠 WHEREAS. the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA). codified under Title 23 U.S.C. Section 101 et seq., establishes 􀁴􀀱􀁩􀁾􀁮􀁡􀁬􀁬􀁮􀁴􀁥􀁴􀁭􀁏􀁤􀁡􀁬􀀠Transportation System that is 􀁥􀁣􀁯􀁮􀁯􀁾􀁩􀁣􀁡􀁬􀁬􀁹􀀠efficient and 􀁥􀁮􀁶􀁩􀁲􀁯􀁮􀁭􀁥􀁮􀁴􀁡􀁉􀁬􀁁􀁵􀁾􀁤􀀮􀀠provides the foundation for the nation to compete in the global economy. and will move people and goods in an energy efficient manner; and I WHEREAS. Title 23 U.S.C. Section 133 estabIishes the Surface Tra ortation Program. to be implemented by the States' Transportation Agencies. including transportation enhancement activities; and WHEREAS. a transportation enhancement activity is desired by the City. specifically construction of the North Park Hike and Bike Trail. to be hereinafter idel\ti fied .as the "Project: as shown on the location map attached hereto and identified as "Exhibit A"; and 114 10197 􀀮􀀢􀁾 'ok "&; .' .Project Asrel!l1fent S«aumll WHEREA,S, Title 2:3 U.Sf.C. Siectio n 120 e'sta blishes that the federal share of funding for Surface . .. . Transportation Prog ,ill exceed eighty percent (80%) of the cost ofthe Project; and WHEREAS, the rules ures for the selection and administration ofthe Statewide Transportation Enhancemem Program are established in 43 TAC Chapter 11.200; and, "WHEREAS, the City has offered in the development and construction ofthe Project by providIng the non-federal fundinJ 􀀧􀁊􀁬􀁲􀁣􀁾􀁰􀀳􀀱􀁩􀁮􀁧􀀠the engineering plans, acquiring the necessary right ofway, letting and managing the construction contract and providing other necessary items required by the State; and A 􀀧􀁉􀁊􀁈􀁾􀁓􀀬Qn 􀁾􀁥􀀠1st day ofApril, 1995, 􀁴􀁨􀁥􀀱􀁾 Council passed Resolution No. 101; at'.ached hereto and identified as «Exhibit B,· authOrizingF,s participation in the development ofthe Project;,and ' . WHEREAS, the State will secure the federal cost share, perform review and oversight responsibilities. and provide other items as required; and ' 􀁾􀀠 .• '!-fEREAS, on 􀁾􀁥􀀧􀀱􀀸􀁴􀁨􀀠day ofApril, 1994, the Texas Transportation 􀁾􀁩􀁳􀁳􀁩􀁯􀁮􀀠passed , JiI4. ;••mute Order 103709, attached hereto and identified as "Exhibit c.. selecting the Project through the State Transportation Improvement Program and authorizing the State to enter into this agreement; AGREEMENT NOW. THEREFORE, in consideration ofthe premises and of the mutual covenants and agreements of the parties hereto. to be by them respectively kept and performed as hereinafter set forth. it is agreed as follows: II-.f 10197 .. 􀁾􀀠 .'1:; , , Section 11 . I. . Agreement.Period This agreement becOmes effective upon final execution by the State and shall tenninate upon completion ofthe Project or unless tenninated or modified as hereinafter provided. 2. &ope andnon of the Project ., :n:State avaE7ee that the scope ofthe Project shall be limited 􀁾􀁯􀀠the scope authorized by the Texas Transportation Commission under Minute Order No. 103709. 3. Acquisition of Right on . 'A:'. , 􀁟􀁾􀁥City shall ftnecessary requirements to acquire title in name ofCity, to the deSired right ofway required for construction ofthe Project, which title shall be acceptable to the A City shall acquire all right ofway free and clearofall improvements croachments. The City shall comply with all ...L . requirements ofTitle II and Title III ofthe Unifonn Relocation Assistance and Real Property Acquisition Policies 􀁁􀁃􀁾􀁾􀁾􀁏􀀮 Title 42 U.S.C.A. Section 460 I, et seq., including those provisions relatin incidental expenses incurred by the , ' property owners in conveying the right ofway 10 the City, and benefits applicable to Ihe relocation ofany displaced person as 􀁤􀁥􀁦􀁩􀁮􀁾􀁆􀁒 Part 24.2(g). Documentation to. support such compliance must be.lintained and must be made available to the State and its representatives for review and inspection. The City shall secure and provide easements over any other land in additional 10 nonnal right ofway as may be indicated 00 the approved 􀁲􀁩􀁧􀁨􀁴􀀭􀁯􀁦􀁾􀁷􀁡􀁹􀀠map: The City will be responsible for any additional right ofway required for complction of the LaNI Agcllc,," 􀁇􀁵􀁢􀁦􀀨􀀡􀁬􀁩􀁬􀁴􀁾􀀠 1/·6 10/97 I any ,. t;:: ": . ...:' ' : Sectwnil , 'ProjecL B. In the eventofway is donated' to the City after the date ofState's authorizatiUity will provide all documentation to the State regarding the value ofthe acquired.property. The State will review the City's appmisaJ ofthe donated property to 􀁾􀁄the fair mmet value. 'The fair market value of donated right of􀁷􀁡􀁹􀀮􀁊􀀭􀁾􀁩􀁴􀁥􀁤 toward the City's 􀁾􀁮􀁡􀁮􀁣􀁩􀁡􀁬􀀠􀁳􀁨􀁾􀁲􀁥􀀠toward the cost ofthe projecL The City shall comply with the property donation requirements . es, tablished in Title 23 U.s.C. Sect"o C' " The State will not reimburse the nds in the event the right ofway Was purchased before execution ofthis 􀁡􀁧􀁲􀁥􀁥􀁭􀁾􀁥 fair market value ofthe ,donated property exceeds the City's 􀁦􀁩􀁮􀁡􀁮􀁃􀁩􀁾􀁲 toward the projecL 4. Right-of-Way Description The City .shall prepare right-lbwiog """'..􀁾􀀠 (I) By mutual written agr . t and consent ofboth parties. -", , . " (2) By either pal'o/. upon failure of the other party to fulfill the obligation as set . forth herein. 􀁾􀀠 B. Tennination ofthis agreement shall extij,' all rights, duties. obligations and liabilities ofthe State and City under this agreement ffthe potentiallennination or this agreement is due to the failure ofthe City to tq1firrntraclual.obligations as set forth herein. the State will notify the City that 􀁰􀁬􀁩􀁢􀁬􀁾 breach of􀁣􀁯􀁮􀁾􀁣􀁴􀀠 has occurred. The City should make every effort to remedy the breach as outlined by the State within a period murually agreed upon by both parties, C. Violation or breach ofcontract terms shall be grounds for.tennination of the agreement. and any increased costs arising from the defaulting party. breach 0 r : 􀁐􀁲􀁯􀁪􀁥􀁾 Acuement Section II contract or violation ofagreement terms shall be paid by the defaulting party. 18. . Remedies This agreement shall not be considered as specifYing the exclusive remedy for any agreement default, but all remedies existing at law and in equity may be availec! ofby either party to this agreement and shall be cumulative. 19. 􀁁􀁃􀁫􀁮􀁏􀁗􀁬􀁥􀁤􀁧􀁭� �􀁮􀁾􀁯􀁮􀁓􀁩􀁢􀁬􀁬􀁩􀁴􀁩􀁥􀁳􀀠 . 􀁾􀁾 City acknowUtit is not an agent or servant of the State and is therefore resp0l!sib!e for its own acts and deeds and for those ofits agents, contractors or , 􀁾􀁭􀁰􀁬􀁯􀁾􀁥􀁥􀁳􀀠during performanBwort authorized in this agreement. 20. Amendments 􀁾􀀠 Any changes in the time frame, character, agieement provisions or obligations ofthe parties hereto shall be enacted by wrltte7tentexecuted by both the City and the State. . 21. Compliance with Laws "«''''''''''' The City shall comply with all federal, state and I .. ;statutes, ordinances, rules and regulations. and the orders and decreesofany cou . :.:.administrative bodies or tribunals in any manner affecting the performance ofthe agreement. When required, the City shall furnish the State with satisfactory proofofcompliance therewithT . :I! 22. Legal Construction· . . . In case one or more ofthe provisions contained in this agreement shall for any reason be held invalid. iUegal or unenforceable in any.respect, such invalidity. illegality or unenforceabilily shall not affect any otller provisions hereofand this agreement shall be IAtal Agcnq· GlliJelillc.... 1/-/6 /(1197 ,,0-..: ,L.: 􀀬􀀦􀁾􀀧􀀠 ... 􀁾􀀠ProjectAgrument SeC/ion II . construed as ifsuch invalid, illegal ,or unenforceable provision had never been conlained herein. 23. Notices . A" 􀀬􀀬􀁾􀀽􀁾by "'"."""""',...........􀀢􀁟􀁾,"" .."'...... personally or sent by certified or U.S. mail, postage prepaid, addressed to such party at the following respective addn . . : State:' T.ft..anment ofTransportation 2"'09 W. Front St. P.O. Box 2031 4 Tyler, TX 7ft.. Attn: Bill Douglas. P.E. -Project Engineer City: The City ofJones, Tx 101 Main St. F Jones, TX 75555 Attn: Sam Drucker, P.E. -City 􀁅􀁾􀁩􀀢􀀢􀁉􀁴􀀠 All notices shall be deemed given on the date so delivered 􀁯􀁾􀁉􀁤􀁥􀁰􀁯􀁳􀁩􀁴􀁥􀁤􀀠in the mail, unless otherwise provided herein. Either party hereto may change the above address by sending written notice ofsuch challge to the other in the manner provided herein. 24. Sole Agreement This agreement constilutes the sole and only agreement between the parties hereto and supersedes any prior understandings or written or oral agreemerits TCSp{:cting the within subject matter. LoCllIA.1(""C)' Ghiddi""" 1/-/7 /0197 Section II 25. Inspection of BOl!ks and R«ords The State will, for purpose .of temiination ofthe agreement prior to completion, examine the books and records ofthe City for the purpose ofchecking the amount of work performed by the time ofoonttact termination. The City shall maintain all books, doc'umc:ni accounting records and other documentation relating to cqsts . incurred under agreement, and shall make sucb materials available to the State, Federal Highway 􀁁􀁤􀁭􀁩􀁮􀁩􀁾A) or their duly authorized representatives for 􀁲􀁥􀁶􀁩􀁾􀁾􀀠􀁾􀁤 inspection at itsttng the oonttact period and for three (3) years from "t,h. e date of final acceptance of the work derIDed under this contract, or until pending ' II......' M ....􀁾__􀁾􀀧􀁾􀀢􀀮 ,,, 􀁓􀁾... FHWA"'" """" authorized representatives shall have . all recorda of the City which are directly . applicable to this agreement for the purpose ofmaking audits. examinations. excerpts and transcriptions. . . lI";i, 26. Procurement and Property Management 􀁓􀁴􀁡􀁮􀁤􀁴􀁾􀀠 The City shall adhere to the procurement standarda established in Title 49 CFR Part 18.36 and the property management standards established in Title 􀁾􀁲􀀧rt 18.32. '. 27. Civil Rigbts Compliance , . . -The City shall comply with the regulations ofthe Department ofTransportation as they relate to nondiscrimination, (49 CFR 21 and 23 CFR 710.405 (8)); also Execuiive Order , . 11246 titled "Equal Employment Opponunity: as amended by Executive Order 11375 and as supplemented in the Depanment or Labor regulations (41 CPR'6