Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
05.14.19 Town Council Regular Meeting Packet
Page 1 of 5 ] Prosper is a place where everyone matters. 1. Call to Order/Roll Call. 2. Invocation, Pledge of Allegiance and Pledge to the Texas Flag. 3. Presentations. • Administration of Oaths-of -Office and Presentation of Certificates of Election (RB) • Present a Plaque of Appreciation to Councilmember Michael Korbuly. (RB) 4. Consider and act upon approving a resolution strongly supporting the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper and acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. (HW) 5. Conduct a Public Hearing and consider and act upon an ordinance amending the Thoroughfare Plan to designate US 380 from FM 1385 to FM 2478 (Custer Road) as a Controlled Access Highway, where typical right-of-way is 330 feet in width, and to identify intersections where a grade separation is intended. (CA19-0002). (AG) 6. Town Council Reception. (RB) The Town Council will take a brief recess for the reception and reconvene the Regular Meeting thereafter. 7. Announcements of recent and upcoming events. 8. Proclamations. • Presentation of a Proclamation declaring May 2019 as Prosper Bike Month, and the third week of May as Prosper Bike to Work Week. (RB) • Presentation of a Proclamation to members of the Prosper Police Department declaring May 12-18, 2019, as Police Week, and declaring May 15, 2019, as Peace Officers Memorial Day. (RB) AGENDA Regular Meeting of the Prosper Town Council Council Chambers Prosper Town Hall 200 S. Main Street, Prosper, Texas Tuesday, May 14, 2019 5:45 p.m. Page 2 of 5 9. CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non- controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda by the request of Council Members or staff. Zoning- related Public Hearing items on the Consent Agenda have received a unanimous recommendation for approval by the Planning & Zoning Commission, and no written opposition was received prior to the posting of this agenda. Those wishing to speak on a Public Hearing item on the Consent Agenda should complete a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. 9a. Consider and act upon minutes from the following Town Council meeting. (RB) • Regular Meeting – April 23, 2019 9b. Receive the February Financial Report (KN) 9c. Consider and act upon a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Whitley Place Trail (Power line Easement). (DR) 9d. Consider and act upon authorizing the Town Manager to execute an agreement between the North Central Texas Council of Governments (NCTCOG) and the Town of Prosper, Texas, concerning the Clean Fleets North Texas grant awarded to the town in March of 2019. (SB) 9e. Consider and act upon approving the purchase and installation of furniture for the Engineering Services Department, from Office Depot, Inc., through the National Intergovernmental Purchasing Alliance (National IPA) Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. (HW) 9f. Consider and act upon authorizing the Town Manager to execute an Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match between the Texas Department of Transportation, and the Town of Prosper, Texas, for the construction of additional turn lanes on FM 2478 between US 380 and FM 1461. (HW) 9g. Consider and act upon authorizing the Town Manager to execute an Escrow Agreement between Lowe’s Home Centers, LLC, and the Town of Prosper, Texas, concerning the design and construction of a Northbound Left Turn Lane on FM 2478 (Custer Road) to serve the Prosper Lowe’s Site. (HW) 9h. Consider and act upon an ordinance rezoning 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street. (Z19-0001). (AG) 9i. Consider and act upon authorizing the Town Manager to execute a Development Agreement between the Town of Prosper, Texas, and Goodwill Industries of Northeast Texas, related to onsite security personnel and unauthorized drop-offs of donated goods and materials. (AG) Page 3 of 5 9j. Consider and act upon an ordinance amending the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive. (CA19-0001). [Companion Case Z19-0002]. (AG ) 9k. Consider and act upon an ordinance rezoning 9.1± acres from Agricultural (A) to Office (O), located on the north side of Fishtrap Road, west of Legacy Drive. (Z19- 0002). [Companion Case CA19-0001] (AG) 9l. Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. (AG) 10. CITIZEN COMMENTS: The public is invited to address the Council on any topic. However, the Council is unable to discuss or take action on any topic not listed on this agenda. Please complete a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. REGULAR AGENDA: If you wish to address the Council during the regular agenda portion of the meeting, please fill out a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. Citizens wishing to address the Council for items listed as public hearings will be recognized by the Mayor. Those wishing to speak on a non-public hearing related item will be recognized on a case-by-case basis, at the discretion of the Mayor and Town Council. ITEMS FOR INDIVIDUAL CONSIDERATION: 11. Conduct a Public Hearing and consider and act upon an ordinance rezoning 10.6± acres from Planned Development-23-Single Family (PD-23-SF) and Agricultural (A) to Planned Development-66 (PD-66), generally to incorporate the property and modify the PD-66 development standards, located on the north side of First Street, west of the Dallas Parkway. (Z19-0004). (AG) 12. Consider and act upon a request for a Sign Waiver for the Windsong Ranch development, located on the northwest corner of Teel Parkway and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. (MD19-0005). 13. Consider and act upon a request for a Sign Waiver for the Windsong Ranch development, located on the southeast corner of Gee Road and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. (MD19-0004). (AG) 14. Consider and act upon amending Ordinance No. 18-71 (FY 2018-2019 Budget) and Capital Improvement Plan. (KN) Page 4 of 5 15.Consider and act upon a resolution directing publication of notice of intention to issue Combination Tax and Surplus Revenue Certificates of Obligation for the purpose of funding costs associated with the construction of street improvements, park improvements, design and construction of a public safety facility, water infrastructure, including water distribution lines, and elevated storage tank in the Town. (KN) 16.Consider and act upon awarding CSP No. 2019-37-B to North Rock Construction, LLC. related to construction services for the State Highway 289 Gateway Monument Project, and authorizing the Town Manager to execute a construction agreement for same. (DR) 17.Consider and act upon awarding Bid No. 2019-52-B to McKee Utility Contractors, Inc., related to construction services for the Lower Pressure Plane Water Line Phase 1B Project; and authorizing the Town Manager to execute a Construction Agreement for the same. (PA) 18.Consider and act upon authorizing the Town Manager to execute a Professional Services Agreement between Stantec Consultant Services, Inc., and the Town of Prosper, Texas, related to the design of a Traffic Signal at Teel Parkway and Fishtrap Road. (PA) 19.EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: 19a. Section 551.087 – To discuss and consider economic development incentives. 19b. Section 551.072 – To discuss and consider purchase, exchange, lease or value of real property for municipal purposes and all matters incident and related thereto. 20.Reconvene in Regular Session and take any action necessary as a result of the Closed Session. 21.Possibly direct Town staff to schedule topic(s) for discussion at a future meeting. 22.Adjourn. CERTIFICATION I, the undersigned authority, do hereby certify that this Notice of Meeting was posted at Prosper Town Hall, located at 200 S. Main Street, Prosper, Texas 75078, a place convenient and readily accessible to the general public at all times, and said Notice was posted by 6:30 p.m., on May 10, 2019, and remained so posted at least 72 hours before said meeting was convened. _______________________________ _________________________ Khara Sherrill, Administrative Assistant Date Notice Removed Pursuant to Section 551.071 of the Texas Government Code, the Town Council reserves the right to consult in closed session with its attorney and to receive legal advice regarding any item listed on this agenda. Page 5 of 5 NOTICE Pursuant to Town of Prosper Ordinance No. 13-63, all speakers other than Town of Prosper staff are limited to three (3) minutes per person, per item, which may be extended for an additional two (2) minutes with approval of a majority vote of the Town Council. NOTICE OF ASSISTANCE AT PUBLIC MEETINGS: The Prosper Town Council meetings are wheelchair accessible. For special services or assistance, please contact the Town Secretary’s Office at (972) 569- 1011 at least 48 hours prior to the meeting time. Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon approving a resolution strongly supporting the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper and acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. Description of Agenda Item: In 2015, the Texas Department of Transportation (TxDOT) began the feasibility study for U.S. Highway 380 in Collin County. In Spring 2017, TxDOT met with stakeholders to discuss alignment options for expanding U.S. Highway 380, in Collin County, to a Limited Access Roadway, or more commonly referred to by TxDOT as a Controlled Access Highway. Early in the process, the Town of Prosper agreed to support the efforts to expand U.S. Highway 380 within the corporate limits of the Town as long as the expansion occurred within the current alignment of U.S. Highway 380 within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. On April 26, 2018, TxDOT held its first round of public meetings and the bypass alignments shown did not impact the current alignment of U.S. Highway 380 within the Town’s corporate limits. However, on October 4, 2018, TxDOT held the second round of public meetings that included a new Red Alignment Option B alignment for a U.S. Highway 380 bypass that bisected the Town of Prosper west of Custer Road. At the March 28, 2019, Meeting with Affected Property Owners (MAPO) meeting, an additional Red Alignment Option E alignment for a U.S. Highway 380 bypass was presented running along Custer Road that still bisected the Town’s retail development at the northwest corner of U.S. Highway 380 and Custer Road. Most recently on May 6, 2019, TxDOT held a third round of public meetings to present the TxDOT Recommended Alignment. The TxDOT Recommended Alignment does not include any bypass alignments that impact the current alignment of U.S. Highway 380 within the Town’s corporate limits. Prosper is a place where everyone matters. ENGINEERING SERVICES Item 4 Page 2 of 2 The proposed resolution is in response to the TxDOT Recommended Alignment and states the following: • The Town Council supports U.S. Highway 380 being a Controlled Access Highway. • The Town Council expresses its appreciation to TxDOT and its representatives for all the hard work that went into the U.S. Highway 380 Feasibility Study. • The Town Council expresses its strong support for the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper, thereby acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. • The Town Council directs Town staff to coordinate with TxDOT or any other entity related to the preservation of right-of-way for the expansion of U.S. Highway 380 as a Controlled Access Highway consistent with the TxDOT Recommended Alignment. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the resolution as to form and legality. Attached Documents: 1. Resolution 2. TxDOT Recommended Alignment Exhibit 3. Proposed Thoroughfare Plan Amendment Town Staff Recommendation: Town staff recommends that the Town Council approve a resolution strongly supporting the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper and acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. Proposed Motion: I move to approve a resolution strongly supporting the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper and acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. Item 4 TOWN OF PROSPER, TEXAS RESOLUTION NO. 19-__ A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, SUPPORTING U.S. HIGHWAY 380 AS A CONTROLLED ACCESS HIGHWAY; SUPPORTING THE TXDOT RECOMMENDED ALIGNMENT AS PRESENTED ON MAY 6, 2019, FOR U.S. HIGHWAY 380 WITHIN THE CORPORATE LIMITS OF THE TOWN; ACKOWLEDGING THE ALIGNMENT OF THE FUTURE EXPANSION OF U.S. HIGHWAY 380 WILL REMAIN IN ITS CURRENT ALIGNMENT WITHIN THE CORPORATE LIMITS OF THE TOWN, CONSISTENT WITH THE TOWN’S THOROUGHFARE PLAN; MAKING FINDINGS; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Texas Department of Transportation (TxDOT) held three public meetings in October 2018 relative to a feasibility study of expanding U.S. Highway 380 in Collin County to a Limited Access Roadway, or more commonly referred to by TxDOT as a Controlled Access Highway; and WHEREAS, previous public meetings earlier in 2018 did not include a bypass option for U.S. Highway 380 within the Town’s corporate limits; and WHEREAS, the Town of Prosper has adopted three prior resolutions in support of the current alignment of U.S. Highway 380 expanding to a Limited Access Roadway (LAR) within the corporate limits of the Town; and WHEREAS, the Town’s Thoroughfare Plan, adopted after multiple public hearings and intensive citizen input, depicts U.S. Highway 380 along its current route; and WHEREAS, TxDOT presented the TxDOT Recommended Alignment for U.S. Highway 380 in Collin County at a public meeting on May 6, 2019; and WHEREAS, the TxDOT Recommended Alignment for U.S. Highway 380 in the Town is consistent with the current alignment of U.S. Highway 380 and the Town of Prosper’s Thoroughfare Plan. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 The findings set forth above are incorporated into the body of this Resolution as if fully set forth herein. SECTION 2 The Town Council supports U.S. Highway 380 being a Controlled Access Highway. Item 4 Resolution No. 19-XX, Page 2 SECTION 3 The Town Council of the Town of Prosper, Texas, hereby expresses its appreciation to TxDOT and its representatives for all the hard work that went into the U.S. Highway 380 Feasibility Study. SECTION 4 The Town Council of the Town of Prosper, Texas, hereby expresses its strong support for the TxDOT Recommended Alignment presented by TxDOT at the May 6, 2019, Public Meeting for U.S. Highway 380 within the corporate limits of the Town of Prosper, thereby acknowledging that the future expansion of U.S. Highway 380 will remain in its current alignment within the corporate limits of the Town, consistent with the Town’s Thoroughfare Plan. SECTION 5 The Town Council hereby directs Town staff to coordinate with TxDOT or any other entity related to the preservation of right-of-way for the expansion of U.S. Highway 380 as a Controlled Access Highway consistent with the TxDOT Recommended Alignment. SECTION 6 Any and all resolutions, rules, regulations, policies, or provisions in conflict with the provisions of this Resolution are hereby repealed and rescinded to the extent of any conflict herewith. SECTION 7 This Resolution shall be effective from and after its passage by the Town Council. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY, 2019. ___________________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 4 TxDOT Recommended Alignment Public Meeting May 6, 2019. Item 4 kj kj kj kj kj kj kj kj kj kj kj kj kjkj kj Parvin Rd.F.M. 1385GeeFish Trap Rd. U.S. 380 Dallas North TollwayProsper Trail First St.La Cima Blvd.Frontier Pkwy.Preston Rd.Coit Rd.F.M. 1461 F.M. 2478F.M. 2478Custer Rd.Teel Pkwy.Legacy Dr.BNSF RRS. ColemanN. ColemanLovers Ln Hays RdPrairie Dr.Shawnee Trl.Richland Blvd.Cook LnSafety Way Thoroughfare Plan Plate 3 May 2019 0 0.5 1 1.50.25 MilesZ Town of Prosper ETJ 100 Year FloodplainkjMinor Gateway Grade Separation RR Grade Separation Major GatewaykjThoroughfare Description Controlled Access Highway (330' ROW) Dallas North Tollway Major Thoroughfare (6 lane; 120' ROW) Minor Thoroughfare (1 lane; 90' ROW) Commercial Couplet (3 lane; 65' ROW) Commercial Collector (2 lane; 60' ROW) Old Town District (Section varies) Access Roads * Refer to Comprehensive Plan forInterim Development of Coit Road between Frontier Parkway and Prosper Trail. Item 4 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Conduct a Public Hearing and consider and act upon an ordinance amending the Thoroughfare Plan to designate US 380 from FM 1385 to FM 2478 (Custer Road) as a Controlled Access Highway, where typical right-of-way is 330 feet in width, and to identify intersections where a grade separation is intended. (CA19-0002). Description of Agenda Item: The Comprehensive Plan states, “Planning for the Town's future should be a continuous process, and this Plan is designed to be a dynamic tool that can be modified and periodically updated to keep it in tune with changing conditions and trends…Elements of the Town that were treated in terms of a general relationship to the overall area may, in the future, require more specific and detailed attention.” During the past several years, TxDOT has been conducting a feasibility study for US 380 and presenting various alignment options for US 380, as well as a potential bypass, which included alternatives with varying impacts on Prosper. On May 6, 2019, TxDOT held a public meeting to present the TxDOT Recommended Alignment which does not include any bypass alignments that impact the current alignment of US 380 within the Town’s corporate limits. Currently the Thoroughfare Plan depicts US 380 as a six-lane divided, Major Thoroughfare, where typical right-of-way is 120 feet in width, and grade separations identified at the Dallas North Tollway, BNSF Railroad, and Preston Road. As a result of the TxDOT Recommended Alignment, the Town is proposing an amendment to the Thoroughfare Plan depicting US 380 as a Controlled Access Highway, where typical right- of-way is 330 feet in width, and grade separations are located at the intersection of all Major Thoroughfares (with the exception of FM 1385) and at the BNSF Railroad, as shown below: Prosper is a place where everyone matters. PLANNING Item 5 Current Thoroughfare Plan Proposed Thoroughfare Plan Legal Obligations and Review: The Town Council is required to hold a Public Hearing prior to acting on an amendment to the Comprehensive Plan. Notification was provided in the newspaper; to date, no responses have been received. Town Attorney, Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard ordinance as to form and legality. Attached Documents: 1. Ordinance 2. Current Thoroughfare Plan 3. Proposed Thoroughfare Plan Planning & Zoning Commission Recommendation: At their May 7, 2019, meeting, the Planning & Zoning Commission recommended the Town Council approve the request, by a vote of 4-0. Town Staff Recommendation: Town staff recommends the Town Council approve the ordinance. Proposed Motion: I move to approve an ordinance amending the Thoroughfare Plan to designate US 380 from FM 1385 to FM 2478 (Custer Road) as a Controlled Access Highway, where typical right-of-way is 330 feet in width, and to identify intersections where a grade separation is intended. Item 5 TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, AMENDING THE THOROUGHFARE PLAN MAP OF THE TOWN OF PROSPER’S COMPREHENSIVE PLAN; PROVIDING FOR REPEALING, SAVING AND SEVERABILITY CLAUSES; AND PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE. WHEREAS, the Town Council of the Town of Prosper, Texas (“Town Council”), has investigated and determined that the Town of Prosper’s (“Prosper”) Comprehensive Plan, adopted by Ordinance No. 12-21, as amended, should be amended; and WHEREAS, Prosper has complied with all notices and public hearings as required by law; and WHEREAS, the Town Council finds that it will be advantageous, beneficial and in the best interests of the citizens of Prosper to amend a portion of the Comprehensive Plan as set forth below. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendment to Prosper’s Comprehensive Plan, Ordinance No. 12-21. The Town of Prosper's Comprehensive Plan, adopted by Ordinance No. 12-21, as amended, is hereby amended to revise the classification of US 380 as a Controlled Access Highway with Grade Separations, as depicted in Exhibit A, attached hereto and incorporated by reference. SECTION 3 Severability. Should any section, subsection, sentence, clause or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses and phrases be declared unconstitutional or invalid. SECTION 4 Savings/Repealing Clause. Prosper’s Comprehensive Plan, adopted by Ordinance 12- 21, shall remain in full force and effect, save and except as amended by this or any other Ordinance. All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict; but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the appeal prevent a prosecution from being commenced for Item 5 any violation if occurring prior to the repealing of the ordinance. Any remaining portions of said ordinances shall remain in full force and effect. SECTION 5 Effective Date. This Ordinance shall become effective from and after its adoption. DULY PASSED, APPROVED, AND ADOPTED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY , 2019. ______________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 5 kj kjkj kj kj kj kj kj kj kjkjkjkj kj kj First St Coit RdPreston RdUS Highway 380 Fish Trap Rd Legacy DrProsper Trl Craig RdParvin Rd R i c h l a n d BlvdFM 1385La Cima BlvdN. Coleman StFrontier Pkwy Mckinley StGee Rd S. Coleman StHays RdMahardPkwyBroadway StTeel PkwyCuster RdPrairie Dr Lovers LnShawnee TrlDallas North TollwayBNSF RRLegend Major Roads Minor Roads Proposed Roads Railroad Parcels ^_ 0 1,500 3,000750 Feet O1 inch = 1,500 feet Source: Town of Prosper, PlanningDate: September 11, 2018 Prosper Thoroughfare Plan Plate 3DISCLAIMER. The Town of Prosper has prepared this map or information for internal use only. It is made available under the Public Information Act. Any reliance on this map or information is AT YOUR OWN RISK. Prosper assumes no liability for any errors, omissions, or inaccuracies in the map or information regardless of the cause of such or for any decision made, action taken, or action not taken in reliance upon any maps or information provided herein. Prosper makes no warranty, representation, or guarantee of any kind regarding any maps or information provided herein or the sources of such maps or information and DISCLAIMS ALL REPRESENTATIONS AND WARRANTIES, EXPRESSED AND IMPLIED, including the implied warranties of merchantability and fitness for a particular purpose. Thoroughfare Plan Dallas North Tollway, Dedicated Truck Route Major Thoroughfare (6 lane; 120' ROW) Minor Thoroughfare (4 lane; 90' ROW) Commercial Couplet (3 lane; 65' ROW) Commercial Collector (2 lane; 60' ROW) Old Town District (Section Varies) Access Roads kj Major Gateway kj Minor Gateway Grade Separation RR Grade Separation Item 5 kj kj kj kj kj kj kj kj kj kj kj kj kjkj kj Parvin Rd.F.M. 1385GeeFish Trap Rd. U.S. 380 Dallas North TollwayProsper Trail First St.La Cima Blvd.Frontier Pkwy.Preston Rd.Coit Rd.F.M. 1461 F.M. 2478F.M. 2478Custer Rd.Teel Pkwy.Legacy Dr.BNSF RRS. ColemanN. Coleman Lovers Ln Hays RdPrairie Dr.Shawnee Trl.Richland Blvd.Cook LnSafety Way Thoroughfare Plan Plate 3 May 2019 0 0.5 1 1.50.25 MilesZ Town of Prosper ETJ 100 Year FloodplainkjMinor Gateway Grade Separation RR Grade Separation Major GatewaykjThoroughfare Description Controlled Access Highway (330' ROW) Dallas North Tollway Major Thoroughfare (6 lane; 120' ROW) Minor Thoroughfare (4 lane; 90' ROW) Commercial Couplet (3 lane; 65' ROW) Commercial Collector (2 lane; 60' ROW) Old Town District (Section varies) * Refer to Comprehensive Plan forInterim Development of Coit Road between Frontier Parkway and Prosper Trail. Item 5 Page 1 of 6 ] Prosper is a place where everyone matters. AGENDA BRIEFING 1.Call to Order/Roll Call. The meeting was called to order at 5:45 p.m. Council Members Present: Mayor Ray Smith Mayor Pro-Tem Curry Vogelsang, Jr. Councilmember Mike Korbuly Councilmember Craig Andres Councilmember Meigs Miller Councilmember Jeff Hodges Council Members Absent: Deputy Mayor Pro-Tem Jason Dixon Staff Members Present: Harlan Jefferson, Town Manager Terry Welch, Town Attorney Robyn Battle, Town Secretary/PIO Hulon Webb, Engineering Services Director John Webb, Development Services Director Alex Glushko, Planning Manager Megan Johnson, Health/Code Supervisor Pete Anaya, Assistant Director of Engineering Services – Capital Projects Dan Heischman, Assistant Director of Engineering Services – Development Tristan Cisco, Water Education Coordinator Chuck Springer, Executive Director of Administrative Services Kelly Neal, Finance Director Doug Kowalski, Police Chief 2.Questions about items listed on the Regular Meeting Agenda. Regarding Item 4e, the Council discussed restrictions on the Downtown Office zoning classification, and the proposed expansion of Coleman Road. Regarding Item 6, the Council questioned the intent of the owners of the Goodwill property regarding Tract B. The item will be discussed further during the Regular Meeting. Regarding Item 7, the Council questioned the Future Land Use Plan designation as it relates to the companion zoning item. Development Services Director John Webb MINUTES Agenda Briefing and Regular Meeting of the Prosper Town Council Prosper Town Hall Council Chambers 200 S. Main Street Prosper, TX 75078 Tuesday, April 23, 2019 Item 9a Page 2 of 6 explained that the Comprehensive Plan assigns land uses more broadly than the Town’s Zoning Map. 3. Discussion Items: • Discuss Proposed Amendment to the Texas Pool & Spa Code and Miscellaneous Amendments to the Health Code. (JW) John Webb, Development Services Director, briefed the Council on proposed amendments to the Code of Ordinances regarding maintenance of pools and spas, and various amendments to existing Health Code. A proposed ordinance will be brought forward for Council consideration at a future meeting. • Discuss Census Support Resolution and Membership of Complete Count Committee (AG) This item was discussed after Item 8 in the Regular Meeting. The Agenda Briefing was adjourned at 6:10 p.m. THE REGULAR TOWN COUNCIL MEETING WILL CONVENE IN COUNCIL CHAMBERS IMMEDIATELY FOLLOWING THE AGENDA BRIEFING, AT APPROXIMATELY 6:15 P.M. 1. Call to Order/Roll Call. The meeting was called to order at 6:14 p.m. 2. Invocation, Pledge of Allegiance and Pledge to the Texas Flag. Pastor Jason McConnell with Prosper United Methodist Church led the invocation. Councilmember Korbuly introduced Dunes Nielsen, a local boy scout who is finalizing his requirements to become an Eagle Scout. Dunes led the Pledge of Allegiance and the Pledge to the Texas Flag. 3. Announcements of recent and upcoming events. Councilmember Andres read the following announcements: Early voting for the May 4 General Election will continue through April 30. Collin County voters may vote in the Town Hall Community Room during early voting, and at the Prosper ISD Administration Building on Election Day. Denton County voters may vote at Prosper Fire Station 2 during early voting, and on Election Day. The Prosper Police and Fire Departments will host a Drug Take-Back Event on Saturday, April 27, from 10:00 a.m.-2:00 p.m. at Prosper Central Fire Station. Residents may drop off unused or unwanted prescription and over-the-counter drugs. The initiative provides a safe, responsible way for residents to help keep unused, expired, or unwanted drugs off the streets and out of our water supply. Item 9a Page 3 of 6 The Prosper Police Department Community Safety Initiative will be held on Saturday, May 18, from 10:00 a.m.-noon at Frontier Park. Join the Prosper Police Officers for a morning of family fun, food and educational activities as we celebrate Police Week. The Town of Prosper will host “Prosper Downtown Live!” on Friday, May 24, from 4:00- 11:30 p.m. in and around the grounds of Town Hall. The free event will feature live entertainment with local bands and musicians, followed by the Emerald City Band. The festival will include a kids activity zone and food and beverages for purchase. The Town Council invites everyone to come out and enjoy this celebration of our downtown area. More information is available at www.prosperdtlive.com 4. CONSENT AGENDA: Items placed on the Consent Agenda are considered routine in nature and non- controversial. The Consent Agenda can be acted upon in one motion. Items may be removed from the Consent Agenda by the request of Council Members or staff. Zoning-related Public Hearing items on the Consent Agenda have received a unanimous recommendation for approval by the Planning & Zoning Commission, and no written opposition was received prior to the posting of this agenda. Those wishing to speak on a Public Hearing item on the Consent Agenda should complete a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. 4a. Consider and act upon minutes from the following Town Council meeting. (RB) • Regular Meeting – April 9, 2019 4b. Receive the January Financial Report (KN) 4c. Consider and act upon Resolution No. 19-20 denying the Distribution Cost Recovery Factor (“DCRF”) application proposed by Oncor to increase distribution rates in their service area. (KN) 4d. Consider and act upon Ordinance No. 19-21 amending the title of Article 13.05, “Water Conservation and Water Resource and Emergency Management Plan,” of Chapter 13, “Utilities,” of the Code of Ordinances; amending Section 13.05.001, “Plan Adopted,” of Article 13.05, “Water Conservation and Water Resource and Emergency Management Plan,” of Chapter 13, “Utilities,” of the Code of Ordinances; amending Section XVII, “Water Conservation and Enforcement Fees,” of Appendix A, “Fee Schedule,” of the Code of Ordinances; and adopting a Water Conservation and Water Resource and Emergency Management Plan. (FJ) 4e. Conduct a Public Hearing, and consider and act upon Ordinance No. 19-22 rezoning 0.3± acre, from Single Family-15 (SF-15) to Downtown-Office (DTO), located at the northwest corner of Fifth Street and Coleman Street. (Z19- 0003). (AG) 4f. Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Item 9a Page 4 of 6 Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. (AG) Mayor Pro-Tem Vogelsang made a motion and Councilmember Korbuly seconded the motion to approve all items on the Consent Agenda. The motion was approved by a vote of 6-0. 5. CITIZEN COMMENTS: The public is invited to address the Council on any topic. However, the Council is unable to discuss or take action on any topic not listed on this agenda. Please complete a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. There were no Citizen Comments. REGULAR AGENDA: If you wish to address the Council during the regular agenda portion of the meeting, please fill out a “Public Meeting Appearance Card” and present it to the Town Secretary prior to the meeting. Citizens wishing to address the Council for items listed as public hearings will be recognized by the Mayor. Those wishing to speak on a non-public hearing related item will be recognized on a case-by-case basis, at the discretion of the Mayor and Town Council. ITEMS FOR INDIVIDUAL CONSIDERATION: 6. Conduct a Public Hearing, and consider and act upon a request to rezone 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street. (Z19-0001). (AG) Planning Manager Alex Glushko presented this item before the Town Council. The purpose of this request is to rezone 6.2± acres from Single Family-15 to Planned Development-Downtown Retail to allow for development of a Goodwill retail store and donation center. A Planned Development is necessary to allow for a deviation to the minimum front yard requirement of the Downtown Retail District. The proposed development consists of a single story, 16,361 square-foot building, including a retail store, donation receiving area, and screened and covered trailer parking. The proposed Goodwill is located on Tract A. Tract B is undeveloped and there are no plans f or development at this time. Goodwill is proposing enhanced landscaping in order to provide additional screening for the indoor trailer storage area. The applicant has indicated they will take several measures to prevent after-hour drop-off of donations. This includes signage, security cameras, and the employment of an after-hours security guard. Katrina Coffman, COO/VIP of Goodwill, spoke in favor of the request, noting that the company intends to provide after-hours security. Goodwill intends to sell the property in Tract B at some point in the future. John Gattis, the engineer for the project, spoke in favor of the request, noting that covered pickup trailers will come and go from McKinney to transport donations. Item 9a Page 5 of 6 After discussion, Councilmember Korbuly made a motion and Councilmember Hodges seconded the motion to approve the request to rezone 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street; further, the building to be constructed on Tract A, as referenced in Exhibit C, shall contain mortar to be of a buff pigment. The motion was approved by a vote of 6-0. 7. Conduct a Public Hearing, and consider and act upon a request to amend the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive. (CA19-0001). [Companion Case Z19-0002] (AG) 8. Conduct a Public Hearing, and consider and act upon a request to rezone 9.1± acres from Agricultural (A) to Office (O), located on the north side of Fishtrap Road, west of Legacy Drive. (Z19-0002). [Companion Case CA19-0001] (AG) Mayor Smith opened Items 7 and 8 concurrently. Planning Manager Alex Glushko presented Items 7 and 8 before the Town Council. Staff received a request to rezone 9.1± acres from Agricultural (A) to Office (O). The property is proposed to be redeveloped for office uses. Rezoning requests, which do not conform to the Future Land Use Plan, shall be accompanied by a request to amend the Future Land Use Plan. The applicant has provided a Request Letter and Exhibit which includes plans for development of a middle school, church campus, and elevated water storage tank, and is bound by floodplain to the north and east. Due to the proposed development on the subject property, the applicant believes residential development is unviable in this location. The purpose of the zoning request is to rezone the property to the Office District to allow for development in the future. At the time of an application for “straight” zoning, the applicant is not required to submit an exhibit depicting how the property will be specifically developed or elevations of the proposed building. Prior to development, the developer will be required to submit a Preliminary Site Plan and/or a Site Plan for review and approval by the Planning & Zoning Commission. The applicant has been advised of the standards necessary for development. Matt Moore of Claymoore Engineering, representing the applicant, spoke in favor of the request. Mayor Smith opened the Public Hearings for Item 7 and Item 8 concurrently. With no-one speaking, Mayor Smith closed the Public Hearings. After discussion, Mayor Pro-Tem Vogelsang made a motion and Councilmember Hodges seconded the motion to approve the request to amend the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive. The motion was approved by a vote of 6-0. Mayor Pro-Tem Vogelsang made a motion and Councilmember Miller seconded the motion to approve the request to rezone 9.1± acres from Agricultural (A) to Office (O), Item 9a Page 6 of 6 located on the north side of Fishtrap Road, west of Legacy Drive. The motion was approved by a vote of 6-0. Discuss Census Support Resolution and Membership of Complete Count Committee (AG) Planning Manager Alex Glushko continued this discussion from the Agenda Briefing. He briefed the Council on plans to prepare for the 2020 Census, including the establishment of a Complete Count Committee. Town staff requested the Council consider potential residents for nomination to the committee. 9. EXECUTIVE SESSION: Recess into Closed Session in compliance with Section 551.001 et seq. Texas Government Code, as authorized by the Texas Open Meetings Act, to deliberate regarding: 9a. Section 551.087 – To discuss and consider economic development incentives. 9b. Section 551.072 – To discuss and consider purchase, exchange, lease or value of real property for municipal purposes and all matters incident and related thereto. The Town Council recessed into Executive Session at 7:07 p.m. 10. Reconvene in Regular Session and take any action necessary as a result of the Closed Session. The Town Council reconvened the Regular Session at 8:19 p.m. No action was taken as a result of Executive Session. 11. Possibly direct Town staff to schedule topic(s) for discussion at a future meeting. This item was not discussed. 12. Adjourn. The meeting was adjourned at 8:20 p.m., on Tuesday, April 23, 2019. These minutes approved on the 14th day of May 2019. APPROVED: Ray Smith, Mayor ATTEST: Robyn Battle, Town Secretary Item 9a Prosper is a place where everyone matters. MONTHLY FINANCIAL REPORT as of February 28, 2019 Budgetary Basis Prepared by Finance Department May 14, 2019 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT FEBRUARY 2019 Table of Contents Dashboard Charts 1 - 3 General Fund 4 Water-Sewer Fund 5 Debt Service Fund 6 Crime Control and Prevention Special Purpose District 7 Fire Control, Prevention, and Emergency Medical Services Special Purpose District 8 Vehicle and Equipment Replacement Fund 9 Storm Drainage Utility Fund 10 Park Dedication and Improvement Fund 11 TIRZ #1 - Blue Star 12 TIRZ #2 - Matthews Southwest 13 Water Impact Fees Fund 14 Wastewater Impact Fees Fund 15 Thoroughfare Impact Fees Fund 16 Special Revenue Fund 17 Capital Projects Fund-General 18 Capital Projects Fund-Water/Sewer 19 Detail All Funds 20 Item 9b December sales tax was the first month Special Purpose Districts received the 0.50% sales tax that in previous years was reported in the General Fund. $- $500,000 $1,000,000 $1,500,000 $2,000,000 $2,500,000 $3,000,000 $3,500,000 $4,000,000 $4,500,000 Total Budget YTD Budget YTD Actual Building Permit Revenues 0 100,000 200,000 300,000 400,000 500,000 600,000 700,000 800,000 Oct Nov Dec Jan Feb Mar Apr May June July Aug Sept Town of Prosper, Texas Sales Tax Revenue by Month FY 14/15 FY15/16 FY 16/17 FY 17/18 FY 18/19 1 Item 9b $31.313 $13.047 $11.068 $27.877 $11.615 $19.759 $- $5 $10 $15 $20 $25 $30 $35 Total Budget YTD Budget YTD Actual In Millions General Fund Revenues and Expenditures Revenues Expenditures $20.754 $8.647 $8.374 $20.022 $8.343 $6.724 $- $5 $10 $15 $20 $25 Total Budget YTD Budget YTD Actual In Millions Water-Sewer Fund Revenues and Expenditures Revenues Expenditures 2 Item 9b Prosper is a place where everyone matters. GENERAL FUND AT A GLANCE %% Year Passed Resources 41.67% Revenues 70.88% Other Resources-Beginning Fund Balance 100.00% Uses 41.67% Expenditures 35.35% Ending Fund Balance 100.00% Resources Over (Under) Uses UTILITY FUNDS AT A GLANCE %% Year Passed Resources 41.67% Revenues 33.84% Other Resources-Beginning Fund Balance 100.00% Uses 41.67% Expenditures 40.33% Ending Fund Balance 100.00% Resources Over (Under) Uses OTHER MAJOR IMPACT FEE FUNDS AT A GLANCE %% Year Passed Resources 41.67% Revenues 35.59% Other Resources-Beginning Fund Balance 100.00% Uses 41.67% Expenditures 23.46% Ending Fund Balance 100.00% Resources Over (Under) Uses Category Budget YTD Actual $27,877,145 $8,139,265 $19,759,247 $8,139,265 $0 Category Budget YTD Actual $4,703,750$4,703,750 $11,067,821$31,312,660 $12,126,941 $20,606,853 $6,973,271 $8,513,935 $8,513,935 $21,010,686 $8,473,114 $8,110,102 $8,110,102 $0 -$1,096,011 Category Budget YTD Actual $10,234,000 $3,642,039 $10,238,944 $10,238,944 $0 $8,469,829 $19,679,519 $4,617,729 $793,425 $793,425 Town of Prosper Monthly Financial Report FY 2018/2019 Through the Month Ended February 2019 Unaudited -Intended for Management Purposes Only The following is a summary of the Town's financial results for operating funds. This information is summarized from financial statements for the monthly period that ended February 2019. 3 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% GENERAL FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actuals Encumbrances Budget Balance YTD Percent Note YTD Actuals Prior Year REVENUES Property Taxes 14,361,960$ -$ 14,361,960$ 14,326,637$ -$ 35,323$ 100%1 11,858,924$ 21% Sales Taxes 4,460,015 - 4,460,015 2,503,580 - 1,956,435 56%2,520,067 -1% Franchise Fees 1,425,650 - 1,425,650 472,384 - 953,266 33%2 379,240 25% Building Permits 4,200,000 - 4,200,000 1,129,521 - 3,070,479 27%3 1,583,533 -29% Other Licenses, Fees & Permits 1,199,159 - 1,199,159 352,367 - 846,792 29%2 650,453 -46% Charges for Services 345,615 - 345,615 158,333 - 187,282 46%157,245 1% Fines & Warrants 427,224 - 427,224 190,271 - 236,953 45%196,216 -3% Intergovernmental Revenue (Grants)- - - 4,556 - (4,556) 18,979 Investment Income 212,194 - 212,194 134,158 - 78,036 63%62,934 113% Transfers In 881,541 - 881,541 367,309 - 514,232 42%373,598 -2% Miscellaneous 103,887 - 103,887 85,975 - 17,912 83%67,717 27% Park Fees 259,900 - 259,900 34,156 - 225,744 13%2 49,244 -31% Total Revenues 27,877,145$ -$ 27,877,145$ 19,759,247$ -$ 8,117,898$ 71%17,918,149$ 10% EXPENDITURES Administration 6,122,012$ -$ 6,122,012$ 3,317,143$ 382,820$ 2,422,049$ 60%4 1,654,812$ 100% Police 4,742,276 51,690 4,793,966 1,440,308 403,608 2,950,050 38%1,820,939 -21% Fire/EMS 7,675,378 181,095 7,856,473 2,718,378 1,300,465 3,837,630 51%4 2,475,177 10% Public Works 3,698,019 110,411 3,808,430 941,003 337,822 2,529,605 34%1,182,792 -20% Community Services 3,951,808 163,000 4,114,808 1,227,268 205,205 2,682,336 35%1,328,026 -8% Development Services 3,028,688 69,524 3,098,212 1,039,749 284,273 1,774,190 43%4 866,583 20% Engineering 1,236,308 282,451 1,518,759 383,974 18,196 1,116,589 26%354,650 8% Total Expenses 30,454,489$ 858,171$ 31,312,660$ 11,067,821$ 2,932,390$ 17,312,449$ 45%9,682,978$ 14% REVENUE OVER (UNDER) EXPENDITURES (2,577,344)$ (858,171)$ (3,435,515)$ 8,691,426$ 8,235,171$ Beginning Fund Balance October 1-Unassigned/Unrestricted 8,139,265$ 8,139,265$ 11,852,142$ Ending Fund Balance 4,703,750$ 16,830,691$ 20,087,313$ Notes 1 2 Franchise fees and other various license and fees are paid quarterly or annually. Finance is seeing a reduction in Construction fees collected. Revenue is not tracking as strong as projected. Park fees are seasonal and the Town should see an uptick as the season changes. Finance will continue to monitor. 3 Buillding permits issued through February compared to this time last year is down by 29% which is reflected in collected revenue reported. Finance will continue to monitor. 4 For example: Fire encumbering for the ladder truck and Administration encumbering for audit and lobbyist services. BV services encumbered for entire budget. Departments encumber funds for contracts that usually reflect the entire budget. That is why we see budgets exceed 33.33% to date for encumbrances. Property taxes are billed in October and the majority of collections occur December through February. November 30, the Town received a large current property tax deposit. 4 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% WATER-SEWER FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Water Charges for Services 11,780,047$ -$ 11,780,047$ 3,224,590$ -$ 8,555,457$ 27%1 3,143,468$ 3% Sewer Charges for Services 6,271,457 - 6,271,457 2,655,566 - 3,615,891 42%1,938,529 37% Sanitation Charges for Services 1,627,947 - 1,627,947 471,315 - 1,156,632 29%1 449,655 5% Licenses, Fees & Permits 42,052 - 42,052 61,941 - (19,889) 147%46,501 33% Water Penalties 1,850 - 1,850 575 - 1,275 31%1 525 10% Utility Billing Penalties 99,225 - 99,225 60,088 - 39,137 61%44,505 35% Investment Income 98,752 - 98,752 69,695 - 29,057 71%31,401 122% Other 100,775 - 100,775 180,558 - (79,783) 179%681,628 -74% Total Revenues 20,022,105$ -$ 20,022,105$ 6,724,328$ -$ 13,297,777$ 34%6,336,212$ 6% EXPENDITURES Administration 2,121,521$ 143,274$ 2,264,795$ 952,319$ 21,635$ 1,290,840$ 43%2 665,361$ 43% Debt Service 3,493,726 - 3,493,726 1,768,385 1,724,741 600 100%2 1,440,141 Water Purchases 5,349,510 (25,000) 5,324,510 2,119,318 - 3,205,192$ 40%1,750,443 21% Public Works 9,586,605 84,250 9,670,855 3,533,829 224,250 5,912,776 39%3,141,984 12% Total Expenses 20,551,362$ 202,524$ 20,753,886$ 8,373,851$ 3,695,366$ 10,409,409$ 58%6,997,929$ 20% REVENUE OVER (UNDER) EXPENDITURES (529,257)$ (202,524)$ (731,781)$ (1,649,523)$ (661,717)$ Beginning Working Capital October 1 7,869,816 7,869,816 9,110,072 Ending Working Capital 7,138,035$ 6,220,293$ 8,448,355$ Notes 1 Rate increases are reflected. Revenue history has shown the average cumulative through February is at 31%. See new stats being tracked on rainfall below. Nov 15 through Feb 15 is wastewater averaging months. This is also why we are seeing less water revenue billed to date due to customers watching water usage that affects wastewater charge for the next year. 2 For example: Debt service payments have been encumbered for the year. Average Monthly Average Cumulative October 9.9%9.9% Feb-19 Feb-18 Growth % November 7.5%17.4% WATER SEWER WATER SEWER Change December 5.2%22.6% # of Accts Residential 7,952 7,275 7,110 6,439 12.38%January 4.4%27.0% # of Accts Commercial 327 244 288 218 12.85%February 4.4%31.4% Consumption-Residential 54,573,940 49,437,505 45,498,430 41,857,573 19.07%March 4.5%35.9% Consumption-Commercial 11,526,590 5,696,607 7,898,370 4,000,340 44.75%April 6.5%42.4% Average Residential Water Consumption 6,863 6,399 7.25%May 7.2%49.6% Billed ($) Residential $403,963.33 $321,104.23 June 8.6%58.2% Billed ($) Commercial $100,916.24 $65,520.36 July 12.6%70.8% Total Billed ($) $504,879.57 $492,067.10 $386,624.59 $364,615.31 32.71%August 15.4%86.3% September 13.7%100.0% Sep-18 12.69 Sep-17 0.47 Oct-18 15.66 Oct-17 2.12 Nov-18 0.86 Nov-17 0.81 Dec-18 4.55 Dec-17 4.56 Jan-19 1.58 Jan-18 0.85 Feb-19 1.29 Feb-18 11.31 2nd year rate change will be reflected in November, 2018 billing Average rainfall for February is 2.67 Departments encumber funds for contracts that usually reflect the entire budget. That is why we see budgets exceed 41% to date for encumbrances. Rainfall 5 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% DEBT SERVICE FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Property Taxes-Delinquent 168,392$ -$ 168,392$ 71,498$ -$ 96,894$ 42%1 16,485$ 334% Property Taxes-Current 5,725,328 - 5,725,328 5,861,587 - (136,259) 102%1 4,901,403 20% Taxes-Penalties 65,000 - 65,000 17,746 - 47,254 27%1 6,450 175% Interest Income 40,000 - 40,000 40,035 - (35) 100%16,165 148% Total Revenues 5,998,720$ -$ 5,998,720$ 5,990,866$ -$ 7,854$ 100%4,940,503$ 21% EXPENDITURES Professional Services 8,400$ -$ 8,400$ -$ -$ 8,400$ -$ 2008 CO Bond Payment - - - - - - 558,000 2010 Tax Note Payment - - - - - - - 2011 Refunding Bond Payment - - - - - - 117,000 2012 GO Bond Payment 185,000 - 185,000 185,000 - - 100%2 - 2012 0O Bond Payment 58,650 - 58,650 58,650 - - 100%2 2013 GO Refunding Bond 160,000 - 160,000 - 160,000 - 100%2 - Bond Administrative Fees 9,600 - 9,600 - - 9,600 0%800 -100% 2014 GO Bond Payment 265,000 - 265,000 - 265,000 - 100%2 - 2015 GO Bond Payment 175,000 - 175,000 175,000 - - 100%2 170,000 2015 CO Bond Payment 60,000 - 60,000 60,000 - - 100%2 60,000 2016 GO Debt Payment 946,800 - 946,800 946,800 - - 100%2 374,100 2016 CO Debt Payment 90,000 - 90,000 90,000 - - 100%2 115,000 2017 CO Debt Payment 355,000 - 355,000 355,000 - - 100%2 575,000 2017 GO Debt Payment 35,000 - 35,000 35,000 - - 100%2 - 2018 GO Debt Payment 115,000 - 115,000 115,000 - - 100%2 - 2018 CO Debt Payment 895,000 - 895,000 895,000 - - 100%2 - Bond Interest Expense 2,839,989 - 2,839,989 1,413,704 1,426,285 - 100%2 1,047,459 Total Expenditures 6,198,439$ -$ 6,198,439$ 4,329,154$ 1,851,285$ 18,000$ 100%3,017,359$ REVENUE OVER (UNDER) EXPENDITURES (199,719)$ -$ (199,719)$ 1,661,712$ 1,923,144$ Beginning Fund Balance October 1 2,558,230 2,558,230 2,147,248 Ending Fund Balance Current Month 2,358,511$ 4,219,942$ 4,070,392$ Notes 1 2 Property taxes are billed in October and the majority of collections occur December through February. On November 30, the Town recorded a large current property tax payment. The Town has encumbered the annual debt service payments that are paid in February and August. 6 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% CRIME CONTROL AND PREVENTION SPECIAL PURPOSE DISTRICT Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Sales Tax - Town 1,227,504$ -$ 1,227,504$ 304,237$ -$ 923,267$ 25%1 -$ Interest Income 5,000 - 5,000 - - 5,000$ 0%- Other - - - - - - - Total Revenue 1,232,504$ -$ 1,232,504$ 304,237$ -$ 928,267$ 25%-$ EXPENDITURES Personnel 1,149,504$ -$ 1,149,504$ 502,758$ -$ 646,746$ 44%2 -$ Other 83,000 - 83,000 16,362 7,261 59,378 28%2 - Total Expenditures 1,232,504$ -$ 1,232,504$ 519,120$ 7,261$ 706,123$ 43%-$ REVENUE OVER (UNDER) EXPENDITURES -$ -$ -$ (214,883)$ -$ Beginning Fund Balance October 1 - - - Ending Fund Balance Current Month -$ (214,883)$ -$ Notes 1 Both Special Purpose Districts have received two months of sales tax for the reported months of October and November. First sales tax receipt was received in December. 2 Finance will monitor expenditures as it relates to funds available. Personnel is high due to overtime expenses associated with the 12 sworn officers paid out of this district. 7 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% FIRE CONTROL, PREVENTION, AND EMERGENCY MEDICAL SERVICES SEPCIAL PURPOSE DISTRICT Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Sales Tax - Town 1,227,504$ -$ 1,227,504$ 303,792$ -$ 923,712$ 25%1 -$ Interest Income 5,000 - 5,000 - - 5,000$ 0%- Other - - - - - - - Total Revenue 1,232,504$ -$ 1,232,504$ 303,792$ -$ 928,712$ 25%-$ EXPENDITURES Personnel 1,160,004$ -$ 1,160,004$ 509,761$ 11,000$ 639,243$ 45%2 -$ Other 72,500 - 72,500 17,331 2,518 52,651 27%2 - Total Expenditures 1,232,504$ -$ 1,232,504$ 527,092$ 13,518$ 691,894$ 44%-$ REVENUE OVER (UNDER) EXPENDITURES -$ -$ -$ (223,300)$ -$ Beginning Fund Balance October 1 - - - Ending Fund Balance Current Month -$ (223,300)$ -$ Notes 1 Both Special Purpose Districts have received two months of sales tax for the reported months of October and November. First sales tax receipt was received in December. 2 Finance will monitor expenditures as it relates to funds available. Personnel is high due to overtime expenses associated with the 12 firefighters paid out of this district. A negative encumbrance is reflected for uniforms, due to the Department not requsting a PO until January for items purchased in Oct-Dec. 8 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% VEHICLE AND EQUIPMENT REPLACEMENT FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Charges for Services -$ -$ -$ -$ -$ -$ -$ Other Reimbursements 20,000 - 20,000 41,411 - (21,411) 207%1 - Interest Income 25,000 - 25,000 22,097 - 2,903 88%7,304 Transfers In 1,597,961 - 1,597,961 665,818 - 932,144 42%443,532 Total Revenue 1,642,961$ -$ 1,642,961$ 729,325$ -$ 913,636$ 44%450,836$ 62% EXPENDITURES Vehicle Replacement 532,339$ 2,775$ 535,114$ 18,902$ 569,023$ (52,811)$ 110%2 170,139$ Equipment Replacement 277,336 - 277,336 292,910 - (15,574) 106%2 9,425 Technology Replacement 85,870 - 85,870 44,424 38,317 3,128 96%3 - Total Expenditures 895,545$ 2,775$ 898,320$ 356,236$ 607,341$ (65,256)$ 107%179,563$ REVENUE OVER (UNDER) EXPENDITURES 747,416$ (2,775)$ 744,641$ 373,089$ 271,273$ Beginning Fund Balance October 1 2,337,780 2,337,780 1,710,537 Ending Fund Balance Current Month 3,082,421$ 2,710,869$ 1,981,810$ Notes 1 Auction revenues and insurance reimbursements are placed in the Other Reimbursements account as they occur. The revenue reflected is for last year's auction proceeds. 2 3 Funds have been expended or encumbered for this year's replacement vehicles, equipment, and technology. Refund from Amazon due to wrong model ordered - Per IT. 9 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% STORM DRAINAGE UTILITY FUND Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES 45-4001-10-00 Storm Drainage Utility Fee 577,248$ -$ 577,248$ 248,175$ -$ 329,073$ 43%189,926$ 31% 45-4610-10-00 Interest Income 7,500 - 7,500 767 - 6,733 10%1 1,684 -54% Other Revenue - - - - - - - Total Revenue 584,748$ -$ 584,748$ 248,942$ -$ 335,806$ 43%191,610$ 30% EXPENDITURES Personnel Services 162,360$ -$ 162,360$ 64,873$ -$ 97,487$ 40%33,698$ 93% Debt Service - - - - - - 0%217,388 45-7147-10-00 Operating Expenditures 20,700 - 20,700 3,665 - 17,035 18%5,045 -27% Transfers Out 73,740 - 73,740 30,725 - 43,015 42%54,762 -44% Total Expenses 256,800$ -$ 256,800$ 99,263$ -$ 157,537$ 39%310,892$ -68% REVENUE OVER (UNDER) EXPENDITURES 327,948$ -$ 327,948$ 149,680$ (119,282)$ Beginning Working Capital October 1 644,119 644,119 (79,275) Ending Working Capital Current Month 972,067$ 793,799$ (198,557)$ Note 1 Due to low fund balance, this impacts Stormwater Drainage's claim on cash and share of earned interest revenue. 10 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% PARK DEDICATION AND IMPROVEMENT FUNDS Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES 60-4045-60-00 Park Dedication-Fees 600,000$ -$ 600,000$ 156,126$ -$ 443,874$ 26%2 -$ 60-4055-60-00 Park Improvements 250,000 - 250,000 8,384 - 241,616 3%2 - Contributions/Grants - - - - - - - 60-4615-60-00 Interest-Park Dedication 10,000 - 10,000 7,049 - 2,951 70%8,229 -14% 60-4620-60-00 Interest-Park Improvements 8,000 - 8,000 9,317 - (1,317) 116%5,947 57% Total Revenue 868,000$ -$ 868,000$ 180,876$ -$ 687,124$ 21%14,176$ 1176% EXPENDITURES 60-5290-60-00 Miscellaneous Expense -$ -$ -$ -$ -$ -$ -$ Professional Services-Park Ded - - - - - - - 60-5411-60-00 Professional Services-Park Imp 30,000 - 30,000 - - 30,000 0%- Developer Reimbursement-Park Imp - - - - - - - 60-6001-60-00 Capital Exp-Park Imp 474,500 57,990 532,490 8,448 74,043 450,000 15%1 801,195 60-6002-60-00 Capital Exp-Park Ded - - - - - - 90,160 Transfers Out - - - - - - - Total Expenses 504,500$ 57,990$ 562,490$ 8,448$ 74,043$ 480,000$ 15%891,355$ REVENUE OVER (UNDER) EXPENDITURES 363,500$ (57,990)$ 305,510$ 172,429$ (877,179)$ Beginning Fund Balance October 1 1,857,785 1,857,785 3,683,495 Ending Fund Balance Current Month 2,163,295$ 2,030,214$ 2,806,317$ Notes 1 Encumbrance for contract at Cockrell Park Trail Connection and Hays Park. 2 Parks is working with developers to provide the Park Improvements/Development vs the Town collecting the Fees. 11 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% TIRZ #1 - BLUE STAR Original Budget Amended Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Budget Balance YTD Percent Note YTD Actual Prior Year REVENUES Impact Fee Revenue: Water Impact Fees 125,000$ -$ 125,000$ 12,226$ 112,774$ 10%-$ Wastewater Impact Fees 75,000 - 75,000 9,030 65,970$ 12%- East Thoroughfare Impact Fees 300,000 - 300,000 43,266 256,734$ 14%- Property Taxes - Town (Current)290,232 - 290,232 - 290,232$ 0%- Property Taxes - Town (Rollback)- - - - -$ - Property Taxes - County (Current)83,081 - 83,081 - 83,081$ 0%- Sales Taxes - Town 450,000 - 450,000 173,430 276,570$ 39%33,830 Sales Taxes - EDC 390,000 - 390,000 145,248 244,752$ 37%28,332 Investment Income 5,000 - 5,000 3,393 1,607$ 68%782 Transfer In - - - 1,449 (1,449)$ 1 Total Revenue 1,718,313$ -$ 1,718,313$ 388,042$ 1,330,271$ 23%62,944$ EXPENDITURES Professional Services -$ -$ -$ -$ -$ -$ Developer Rebate 1,718,313 - 1,718,313 - 1,718,313 0%- Transfers Out - - - - - Total Expenses 1,718,313$ -$ 1,718,313$ -$ 1,718,313$ 0%-$ REVENUE OVER (UNDER) EXPENDITURES -$ 388,042$ 62,944$ Beginning Fund Balance October 1 213,282 213,282 187,499 Ending Fund Balance Current Month 213,282$ 601,324$ 250,443$ Note 1 Sales Tax audit confirmed correcting sales tax reported in the prior year to the GF and EDC that should be TIRZ # 1 revenue. Transfer In reflects this amount. 12 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% TIRZ #2 - MATTHEWS SOUTHWEST Original Budget Amended Current Year Prior Year Change from Budget Adjustment Budget YTD Actual YTD Percent Note YTD Actual Prior Year REVENUES Impact Fee Revenue: West Thoroughfare Impact Fees 325,500$ -$ 325,500$ -$ 0%-$ 0% Property Taxes - Town (Current)15,053 - 15,053 - 0%- 0% Property Taxes - Town (Rollback)- - - - 0%- 0% Property Taxes - County (Current)4,308 - 4,308 - 0%- 0% Sales Taxes - Town 150 - 150 6 4%(7) 0% Sales Taxes - EDC 150 - 150 6 4%(7) 0% Investment Income 1,000 - 1,000 211 21%101 108% Total Revenue 346,161$ -$ 346,161$ 223$ 0%87$ 156% EXPENDITURES Professional Services -$ -$ -$ -$ -$ 0% Developer Rebate 346,161 - 346,161 - 0%- 0% Transfers Out - - - - - 0% Total Expenditures 346,161$ -$ 346,161$ -$ 0%-$ 0% REVENUE OVER (UNDER) EXPENDITURES -$ 223$ 87$ Beginning Fund Balance October 1 25,922 25,922 25,477 Ending Fund Balance Current Month 25,922$ 26,145$ 25,564$ 13 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% WATER IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Impact Fees Water 3,584,000$ -$ 3,584,000$ 1,117,078$ Interest - Water 40,000 - 40,000 26,706 Total Revenues 3,624,000$ -$ 3,624,000$ 1,143,784$ EXPENDITURES Developer Reimbursements TVG Westside Utility Developer Reimb 975,000$ 975,000$ -$ 975,000$ 157,990$ -$ 817,010$ 817,010$ Parks at Legacy Developer Reimb 25,000 25,000 - 25,000 - - 25,000 25,000 Prosper Partners Developer Reimb 129,750 129,750 - 129,750 111,540 - 18,210 18,210 Prosper Lakes Developer Reimb 97,500 97,500 - 97,500 - - 97,500 97,500 Star Trail Developer Reimb 292,500 292,500 - 292,500 - - 292,500 292,500 TVG Windsong Developer Reimb 100,000 100,000 - 100,000 66,300 - 33,700 33,700 Total Developer Reimbursements 1,619,750$ 1,619,750$ -$ 1,619,750$ 335,830$ -$ 1,283,920$ -$ 1,283,920$ Capital Expenditures Fishtrap Elevated Storage 3,468,700 2,525,348 446,805 2,972,153 2,855,661 93,813 22,679 522,129 (2,904) Construction: bid awarded 12/11/18 Notice to proceed 2/21/19 Water Supply Line Phase 1 and Easement Costs 2,686,850 2,116,540 (66,304) 2,050,236 88,327 207,579 1,754,330 652,949 1,737,995 Construction 95% complete; Phase 1B: Bidding construction start Spring 2019 Custer Road Pump Station Expansion 963,450 272,950 587,333 860,283 426,106 161,228 272,950 163,167 212,950 Construction 90% complete LLP Phase 2 Pipeline Easement Costs 1,487,150 1,487,150 (150,000) 1,337,150 - - 1,337,150 - 1,487,150 Total Projects 8,606,150$ 6,401,988$ 817,834$ 7,219,822$ 3,370,094$ 462,620$ 3,387,109$ 1,338,245$ 3,435,191$ Total Expenditures 10,225,900$ 8,021,738$ 817,834$ 8,839,572$ 3,705,924$ 462,620$ 4,671,029$ 1,338,245$ 4,719,111$ REVENUE OVER (UNDER) EXPENDITURES (5,215,572)$ (2,562,140)$ Beginning Fund Balance October 1 4,074,701 4,074,701 Ending Fund Balance Current Month (1,140,871)$ 1,512,561$ 14 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% WASTEWATER IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Impact Fees Wastewater 600,000$ -$ 600,000$ 289,081$ Interest - Wastewater 12,000 - 12,000 13,252 Upper Trinity Equity Fee 200,000 - 200,000 82,000 Total Revenues 812,000$ -$ 812,000$ 384,333$ EXPENDITURES Developer Reimbursements LaCima Developer Reimb 10,000$ 10,000$ -$ 10,000$ -$ -$ 10,000$ -$ 10,000$ TVG Westside Utility Developer Reimb 170,750 170,750 - 170,750 45,978 - 124,772 - 124,772 Prosper Partners Utility Developer Reimb 40,000 40,000 - 40,000 6,830 - 33,170 - 33,170 Frontier Estates Developer Reimb 51,225 51,225 - 51,225 5,644 - 45,581 - 45,581 Brookhollow Developer Reimb 5,000 5,000 - 5,000 - 5,000 - 5,000 TVG Windsong Developer Reimb 68,300 68,300 - 68,300 38,555 - 29,745 - 29,745 All Storage Developer Reimb 15,000 15,000 - 15,000 - - 15,000 - 15,000 Lagacy Garden Developer Reimb 100,000 100,000 - 100,000 - - 100,000 - 100,000 Total Developer Reimbursements 460,275$ 460,275$ -$ 460,275$ 97,007$ -$ 363,268$ -$ 363,268$ Capital Expenditures - - - - - - - - - Total Projects -$ -$ -$ -$ -$ -$ -$ -$ -$ Total Expenditures 460,275$ 460,275$ -$ 460,275$ 97,007$ -$ 363,268$ -$ 363,268$ REVENUE OVER (UNDER) EXPENDITURES 351,725$ 287,326$ Beginning Fund Balance October 1 1,256,837 1,256,837 Ending Fund Balance Current Month 1,608,562$ 1,544,163$ 15 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% THOROUGHFARE IMPACT FEES FUND Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES East Thoroughfare Impact Fees 2,825,000$ -$ 2,825,000$ 467,642$ West Thoroughfare Impact Fees 2,035,000 - 2,035,000 1,427,927 Interest-East Thoroughfare Impact Fees 50,000 - 50,000 14,762 Interest-West Thoroughfare Impact Fees 20,000 - 20,000 22,715 Total Revenues 4,930,000$ -$ 4,930,000$ 1,933,046$ EXPENDITURES East Developer Agreeement - PISD 350,000 350,000 - 350,000 - - 350,000 - 350,000 Prosper Trail (Kroger - Coit)3,282,000 2,982,000 - 2,982,000 - - 2,982,000 305,000 2,977,000 Construction 44% complete Prosper Trail (Coit - Custer)810,000 200,000 207,209 407,209 58,388 148,821 200,000 402,791 200,000 Design 70% complete-field survey 100% complete Coit Road (First - Frontier)1,289,900 600,000 689,900 1,289,900 138,864 617,709 533,328 533,328 - Design 60% complete First St. DNT-Coleman-EAST 585,000 96,000 - 96,000 (536) - 96,536 488,667 96,869 Design 70% complete FM2478 ROW (US380-FM1461)149,000 69,000 - 69,000 68,832 - 168 80,000 168 Agreement with TxDOT, TxDOT has acquired 94% of ROW, Design 95% complete First (DNT Intersection Improvements)1,250,000 1,250,000 - 1,250,000 427,382 - 822,618 - 822,618 Design 95% complete; construction start date: Fall 2019 Traffic Signal - Coit Rd & First Street 250,000 250,000 - 250,000 - - 250,000 - 250,000 Total East 7,965,900$ 5,797,000$ 897,109$ 6,694,109$ 692,930$ 766,529$ 5,234,650$ 1,809,786$ 4,696,655$ West TVG Developer Reimb 543,384 543,384 - 543,384 - - 543,384 - 543,384 Parks at Legacy Developer Reimb 250,000 250,000 - 250,000 - - 250,000 - 250,000 Star Trail Developer Reimb 400,000 400,000 - 400,000 - - 400,000 - 400,000 Legacy Garden Developer Reimb 250,000 250,000 - 250,000 - - 250,000 - 250,000 1,525,000 1,250,000 178,588 1,428,588 33,421 164,733 1,230,434 74,667 1,252,179 Notice to proceed issued 4/1/19, construction start date: Spring 2019 First St. DNT-Coleman-EAST 465,672 42,000 - 42,000 5,000 - 37,000 340,600$ 120,072 Design 70% complete Prosper Trail (DNT Intersection Improvements)75,000 75,000 - 75,000 75,000 - - - - Total West 3,509,056$ 2,810,384$ 178,588$ 2,988,972$ 113,421$ 164,733$ 2,710,818$ 415,267$ 2,815,635$ Total Expenditures 11,474,956$ 8,607,384$ 1,075,697$ 9,683,081$ 806,351$ 931,263$ 7,945,468$ 2,225,053$ 7,512,289$ REVENUE OVER (UNDER) EXPENDITURES (4,753,081)$ 1,126,695$ Beginning Fund Balance October 1 2,915,521 2,915,521 Ending Fund Balance Current Month (1,837,560)$ 4,042,216$ E-W Collector Cook Lane (First - End) 16 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 Expected Year to Date Percent 41.67% SPECIAL REVENUE FUNDS Original Budget Amended Current Year Current Year Current Remaining Prior Year Change from Budget Adjustment Budget YTD Actual Encumbrances Budget Balance YTD Percent Note YTD Obligated Prior Year Police Donation Revenue 15,000$ -$ 15,000$ 7,025$ -$ 7,975$ 47%7,598$ -8% Police Grant - - - - - - - Fire Donation Revenue 14,000 - 14,000 5,528 - 8,472 39%4,627 19% Child Safety Revenue 5,000 - 5,000 3,370 - 1,630 67%3,194 6% Court Security Revenue 7,700 - 7,700 3,602 - 4,098 47%3,736 -4% Court Technology Revenue 10,395 - 10,395 4,803 - 5,592 46%4,982 -4% LEOSE Revenue 4,000 - 4,000 2,739 - 1,261 2,718 Library Grant - - - - - - - Interest Income 2,765 - 2,765 2,934 - (169) 106%1,893 55% Tree Mitigation Revenue - - - - - - 27,475 -100% Cash Seizure/Forfeiture - - - 2,966 - (2,966) - Donations - ITTCC - - - - - - - Transfer In - - - - - - - Total Revenue 58,860$ -$ 58,860$ 32,968$ -$ 25,892$ 56%56,222$ -41% EXPENDITURES LEOSE Expenditure -$ -$ -$ -$ -$ -$ -$ Court Technology Expense 5,665 - 5,665 1,268 - 4,397 - Court Security Expense 12,996 - 12,996 4,312 - 8,684 33%- Police Donation Expense 20,000 (11,884) 8,116 575 - 7,541 7%2,800 Fire Donation Expense 5,000 - 5,000 (723) - 5,723 -14%1 30,230 Child Safety Expense 5,000 - 5,000 3,781 - 1,219 76%1,054 Tree Mitigation Expense 6,339 - 6,339 - - 6,339 0%- Library Grant Expense - - - - - - - Police Seizure Expense 5,000 11,884 16,884 8,960 8,817 (893) 105%3,400 Total Expenses 60,000$ -$ 60,000$ 18,174$ 8,817$ 33,010$ 30%37,484$ REVENUE OVER (UNDER) EXPENDITURES (1,140)$ -$ (1,140)$ 14,794$ 18,737$ Beginning Fund Balance October 1 1,755,882$ 1,755,882$ 1,681,040$ Ending Fund Balance Current Month 1,754,742$ 1,770,676$ 1,699,777$ Note 1 Sound equipment refund. 17 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 CAPITAL PROJECTS FUND-GENERAL Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Years Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT REVENUES Grants -$ -$ -$ -$ Contributions/Interlocal Revenue 1,000,000 - 1,000,000 - Bond Proceeds - (18,085,000) 18,085,000 - Interest - - - 104,010 Interest-2004 Bond - - Interest-2006 Bond - 985 Interest-2008 Bond - - Interest-2012 GO Bond - 199 Interest-2015 Bond - 15,923 Interest-2016 Bond - 38 Interest-2017 Bond 1,884 Transfers In-General Fund - 2,460,000 2,460,000 1,875,000 Transfers In-Impact Fee Funds - 75,000 75,000 80,000 Transfers In-Bond Funds - - - 2,213,845 Total Revenues 1,000,000$ (15,625,000)$ 21,620,000$ 4,291,884$ EXPENDITURES Frontier Parkway (BNSF Overpass)2,180,000 1,230,996 - 1,230,996 - - 1,230,996 - 2,180,000 E Thoro Fund paid 3,650,000 for interlocal payment. Collin County Project-construction Spring 2020 Downtown Enhancements 2,565,959 - 1,620,487 1,620,487 509,748 1,121,562 (10,823) 776,276 158,373 Construction 75% complete West Prosper Roads 15,881,000 3,100,000 4,468,603 7,568,603 771,697 3,366,001 3,430,904 8,069,266 3,674,035 Phase 1-Construction complete - - Phase 2-design complete; construction 35% complete Phase 3-design 90% complete; construction start date: Fall 2019 Prosper Trail (Kroger to Coit)4,762,308 - 3,827,689 3,827,689 794,106 3,036,710 (3,127) 906,515 24,977 Construction 44% complete First Street (DNT to Coleman)2,439,915 7,408 1,473,133 1,480,541 200,118 132,116 1,148,307 861,807 1,245,873 Design 70% complete Old Town Streets 2015 (Broadway,Fifth, McKinley)1,000,000 - 766,411 766,411 323,621 442,790 - 214,758 18,831 Construction 92% complete Eighth Street (Church-PISD)260,000 - 202,736 202,736 97,456 105,280 - 43,782 13,483 Construction 50% complete Field Street (First-Broadway)250,000 - 132,242 132,242 130,694 1,547 0 7,819 109,940 Project complete Town Hall Infrastructure Improvements 1,320,984 - - - 2,013 161 (2,174) 1,068,290 250,520 Project complete Windsong Ranch, Phase 2 & Phase 3 1,630,000 - 727,459 727,459 416,260 202,125 109,074 907,255 306,486 Phase 3 construction complete Fifth Street (Coleman - Church)375,000 - 20,166 20,166 17,655 2,512 - 240,690 114,144 Project complete Third Street (Main - Coleman)250,000 - 40,339 40,339 30,240 10,098 - 36,024 173,637 Project complete First Street (DNT Intersection Improvements)1,387,000 - 110,585 110,585 33,639 - 76,946 26,415 1,326,946 ROW acquisitions complete; design 95% complete; construction start: Fall 2019 Victory Way (Coleman-Frontier)2,500,000 2,250,000 247,600 2,497,600 - 247,600 2,250,000 - 2,252,400 Design 20% complete, construction start: Fall 2019 Fishtrap (Teel Intersection Improvements)150,000 - 44,973 44,973 14,388 30,585 - 5,027 100,000 Design 30% complete; construction start: Fall 2019 Coleman Street (Gorgeous-Prosper Trail)375,000 - 375,000 375,000 - - 375,000 - 375,000 Pre-design phase; construction start: Summer 2019 Prosper Trail/DNT Intersection Improvements 88,000 - 88,000 88,000 66,434 21,566 - - - Total Street Projects 37,415,166$ 6,588,404$ 14,145,422$ 20,733,826$ 3,408,070$ 8,720,654$ 8,605,102$ 13,163,923$ 12,324,645$ Decorative Monument Street Signs 150,000 - 22,709 22,709 22,709 - - 115,486 11,806 Project complete Total Traffic Projects 150,000$ -$ 22,709$ 22,709$ 22,709$ -$ -$ 115,486$ 11,806$ HWY 289 Gateway Monument 242,186$ -$ 174,520$ 174,520$ -$ 5,100$ 169,420$ -$ 237,086$ Design complete; rebidding phase; construction start date: Summer 2019 US 380 Median Design (Green Ribbon)809,250 - 17,459 17,459 4,872 12,588 - - 791,791 Design complete; construction start date: Summer 2019 Whitley Place H&B Trail Extension 500,000 500,000 - 500,000 - - 500,000 - 500,000 Grant funds from Texas Wildlife-meeting with grant on start date Total Park Projects 1,551,436$ 500,000$ 191,980$ 691,980$ 4,872$ 17,688$ 669,420$ -$ 1,528,877$ Town Hall Professional Services 2,248,580 - - - - - - 2,248,580 - Services completed Town Hall Multipurpose Facility 20,072,581 - 71,028 71,028 48,033 13,559 9,436 19,762,473 248,516 Finish of punch list continues Town Hall - FF&E 1,362,000 - 181,545 181,545 86,477 6,151 88,917 1,180,569 88,803 FFE still working on art and greenery for facility Public Safety Complex, Phase 1 1,444,696 385,000 950,827 1,335,827 315,864 659,272 360,690 273,730 195,829 schematic design 100% complete, final design 90% complete; construction start date: Summer 2019 Public Safety Complex, Phase 1-Dev Costs 550,000 850,000 (300,000) 550,000 - - 550,000 - 550,000 schematic design 100% complete, final design 90% complete; construction start date: Summer 2019 Public Safety Complex, Phase 1-Construction 11,400,000 10,765,000 635,000 11,400,000 - - 11,400,000 - 11,400,000 schematic design 100% complete, final design 90% complete; construction start date: Summer 2019 Public Safety Complex, Phase 1-FFE 1,165,000 - 1,165,000 1,165,000 - - 1,165,000 - 1,165,000 schematic design 100% complete, final design 90% complete; construction start date: Summer 2019 Parks and Public Works Complex 3,650,000 - 1,981,375 1,981,375 1,138,778 - 842,597 17,825 2,493,397 Land purchased Total Facility Projects 41,892,857$ 12,000,000$ 4,684,775$ 16,684,775$ 1,589,152$ 678,983$ 14,416,640$ 23,483,177$ 16,141,545$ Transfer Out -$ -$ -$ -$ 11,335$ -$ -$ -$ -$ Total Expenditures 81,009,459$ 19,088,404$ 19,044,886$ 38,133,290$ 5,036,138$ 9,417,324$ 23,691,163$ 36,762,586$ 30,006,872$ REVENUE OVER (UNDER) EXPENDITURES (16,513,290)$ (744,254)$ Beginning Fund Balance October 1 10,600,003 10,600,003 Ending Fund Balance Current Month (5,913,287)$ 9,855,749$ 18 Item 9b TOWN OF PROSPER, TEXAS MONTHLY FINANCIAL REPORT February 28, 2019 CAPITAL PROJECTS FUND-WATER/SEWER Current Year Current Year Current Year Project Project Original Budget Amended Current Year Current Year Current Remaining Prior Year Budget STATUS OF Budget Budget Adjustment Budget Actual Encumbrances Budget Balance Expenditure Balance PROJECT Note REVENUES Interest Income -$ -$ -$ 39,846$ Interest-2016 CO Bond - - - 1,614 Interest-2017 CO Bond - - - 4,102 Interest-2018 CO Bond - - - - Bond Proceeds - (8,750,000) 8,750,000 - Transfers In - Impact Fees - 2,842,553 2,842,553 2,842,553 Transfers In - - - 784,561 Transfers In-Bond Funds - - - 332,670 Total Revenues -$ (5,907,447)$ 11,592,553$ 4,005,346$ EXPENDITURES Lower Pressure Plane Pump Station Design 1,585,100 1,439,287 - 1,439,287 - - 1,439,287 145,813 1,439,287 Construction complete for Lovers Lane; design 90% complete Prosper Trail EST Construction 517,300 - 9,650 9,650 9,650 - - 481,669 25,981 Project complete FishTrap EST (South)5,758,000 - 5,757,553 5,757,553 - 5,758,000 (447) - - Design complete; construction awarded; Notice to proceed 2/21/19 Water Supply Line Phase 1 9,694,480 - 5,345,684 5,345,684 1,419,853 961,312 2,964,520 - 7,313,316 construction 95% complete Water Supply Line Phase 1 Easement Costs 1,941,500 - 1,941,500 1,941,500 883,469 - 1,058,031 - 1,058,031 construction 95% complete Glenbrooke Water Meter PRVs 407,200 - 150,000 150,000 79,500 70,500 - - 257,200 2012 CO Bonds Custer Rd Meter Station/Water Line Relocation 290,325 - 290,325 290,325 22,325 268,000 - - - Design 70% complete; construction start: Summer 2019 Church/Parvin WW Reconstruction 100,000 100,000 - 100,000 - - 100,000 - 100,000 Doe Branch WWTP 0.25 MGD Expansion 3,625,000 3,625,000 (3,625,000) - - - - - 3,625,000 Parks and Public Works Complex 2,000,000 - 1,448,825 1,448,825 1,133,173 - 315,652 375 866,452 E-W Collector (Cook-DNT)256,025 - 256,025 256,025 - - 256,025 - 256,025 Total Water & Wastewater Projects 26,174,930$ 5,164,287$ 11,574,562$ 16,738,849$ 3,547,970$ 7,057,811$ 6,133,068$ 627,857$ 14,941,292$ Old Town Drainage 500,000 460,000 8,800 468,800 236 29,800 438,764 42,400 427,564 Design 95% complete-construction start date: Summer 2019 Coleman Rd Drainage 308,479 290,979 - 290,979 - - 290,979 17,500 290,979 Old Town Land Drainage Land Acq 925,000 - 10,000 10,000 12,593 500 (3,093) 533,486 378,421 Old Town Drainage Broadway Design & Construction 791,149 550,000 101,250 651,250 - 62,750 588,500 73,250 655,149 Design 40% complete-construction start date: Summer 2019 Old Town Drainage Fifth Street Trunk Main 400,000 127,038 (115,909) 11,129 266,142 6,820 (261,833) 55,909 71,129 Total Drainage Projects 2,924,628$ 1,428,017$ 4,141$ 1,432,158$ 278,971$ 99,870$ 1,053,317$ 722,545$ 1,823,242$ Transfer out - Total Expenses 29,099,558$ 6,592,304$ 11,578,703$ 18,171,007$ 3,826,941$ 7,157,681$ 7,186,385$ 1,350,401$ 16,764,534$ (6,578,454)$ 178,405$ Beginning Working Capital October 1 19,377,844 19,377,844 Ending Working Capital Current Month 12,799,390$ 19,556,249$ 19 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-4035-10-00 3% Construction Fee - 500,000.00 - 500,000.00 - 61,498.55 - 4,887.51 12.30 - 438,501.45 100-4061-10-00 Notary Fees - 200.00 - 200.00 - 62.00 - 5.00 31.00 - 138.00 100-4105-10-00 Property Taxes -Delinquent - 106,985.00 - 106,985.00 - 158,263.42 - 21,700.53 147.93 51,278.42 100-4110-10-00 Property Taxes -Current - 14,202,898.00 - 14,202,898.00 - 14,125,445.40 - 1,766,773.20 99.46 - 77,452.60 100-4115-10-00 Taxes -Penalties - 52,077.00 - 52,077.00 - 42,928.03 - 18,647.03 82.43 - 9,148.97 100-4120-10-00 Sales Taxes - 4,460,015.00 - 4,460,015.00 - 2,503,580.00 - 500,301.79 56.13 - 1,956,435.00 100-4130-10-00 Sales Tax-Mixed Beverage - 40,437.00 - 40,437.00 - 14,516.20 35.90 - 25,920.80 100-4140-10-00 Franchise Taxes - Electric - 765,065.00 - 765,065.00 - 116,136.84 15.18 - 648,928.16 100-4150-10-00 Franchise Taxes - Telephone - 160,071.00 - 160,071.00 - 39,437.06 - 11,933.33 24.64 - 120,633.94 100-4160-10-00 Franchise Taxes - Gas - 121,800.00 - 121,800.00 - 165,277.13 - 165,277.13 135.70 43,477.13 100-4170-10-00 Franchise Taxes - Road Usage - 41,530.00 - 41,530.00 - 15,753.47 - 3,147.16 37.93 - 25,776.53 100-4185-10-00 Franchise Fee - W/S Fund - 295,298.00 - 295,298.00 - 123,040.85 - 24,608.17 41.67 - 172,257.15 100-4190-10-00 Franchise Fee-Cable - 41,886.00 - 41,886.00 - 12,739.10 30.41 - 29,146.90 100-4202-10-00 NTTA Tag Sales - 150.00 - 150.00 - 70.00 46.67 - 80.00 100-4203-10-00 Cell Tower Rent - 18,000.00 - 18,000.00 - 18,000.00 100-4218-10-00 Administrative Fees-EDC - 15,000.00 - 15,000.00 - 6,250.00 - 1,250.00 41.67 - 8,750.00 100-4230-10-00 Other Permits - 1,851.00 - 1,851.00 - 1,045.00 56.46 - 806.00 100-4610-10-00 Interest Income - 212,194.00 - 212,194.00 - 134,158.40 - 22,784.54 63.22 - 78,035.60 100-4910-10-00 Other Revenue - 15,000.00 - 15,000.00 - 9,719.59 - 587.18 64.80 - 5,280.41 100-4995-10-00 Transfer In/Out - 881,541.00 - 881,541.00 - 367,308.83 - 73,461.75 41.67 - 514,232.17 100-4060-10-07 NSF Fees - 25.00 25.00 100-4410-10-07 Court Fines - 427,224.00 - 427,224.00 - 190,270.82 - 45,183.87 44.54 - 236,953.18 100-4930-10-99 Insurance Proceeds - 21,641.94 - 3,690.00 21,641.94 100-4230-20-01 Other Permits - 2,650.00 - 2,650.00 - 600.00 - 250.00 22.64 - 2,050.00 100-4440-20-01 Accident Reports - 1,345.00 - 1,345.00 - 592.60 - 144.00 44.06 - 752.40 100-4450-20-01 Alarm Fee - 57,113.00 - 57,113.00 - 19,236.00 - 4,776.00 33.68 - 37,877.00 100-4510-20-01 Grants - 4,556.20 - 2,026.60 4,556.20 100-4910-20-01 Other Revenue - 5,000.00 - 5,000.00 - 1,807.50 - 172.50 36.15 - 3,192.50 100-4310-30-01 Charges for Services - 327,165.00 - 327,165.00 - 157,938.25 - 37,180.11 48.28 - 169,226.75 100-4411-30-01 CC Fire Assoc - 500.00 - 500.00 - 349.87 69.97 - 150.13 100-4315-30-05 Fire Review/Inspect Fees - 100,000.00 - 100,000.00 - 32,700.00 - 8,375.00 32.70 - 67,300.00 100-4017-40-01 Contractor Registration Fee - 100,000.00 - 100,000.00 - 41,100.00 - 10,300.00 41.10 - 58,900.00 100-4210-40-01 Building Permits - 4,200,000.00 - 4,200,000.00 - 1,129,521.38 - 296,433.53 26.89 - 3,070,478.62 100-4230-40-01 Other Permits - 200,000.00 - 200,000.00 - 74,810.50 - 15,571.50 37.41 - 125,189.50 100-4240-40-01 Plumb/Elect/Mech Permits - 45,000.00 - 45,000.00 - 16,776.00 - 2,310.00 37.28 - 28,224.00 100-4242-40-01 Re-inspection Fees - 60,000.00 - 60,000.00 - 31,175.00 - 5,800.00 51.96 - 28,825.00 100-4910-40-01 Other Revenue - 7,963.60 69,954.30 7,963.60 100-4211-40-02 Multi-Family Registration - 280.00 - 280.00 280.00 100-4245-40-02 Health Inspections - 41,200.00 - 41,200.00 - 21,740.00 - 2,750.00 52.77 - 19,460.00 100-4910-40-02 Other Revenue - 500.00 - 500.00 - 500.00 100-4207-40-03 Network Node Application Fee - 10,250.00 10,250.00 100-4220-40-03 Zoning Application Fees - 25,000.00 - 25,000.00 - 5,180.00 - 1,860.00 20.72 - 19,820.00 100-4225-40-03 Development Application Fees - 50,000.00 - 50,000.00 - 39,663.00 - 8,265.00 79.33 - 10,337.00 20 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-4910-40-03 Other Revenue - 6,000.00 - 6,000.00 - 2,410.00 - 200.00 40.17 - 3,590.00 100-4910-50-01 Other Revenue - 30,000.00 - 30,000.00 - 1,800.00 6.00 - 28,200.00 100-4056-60-00 Field Rental Fees - 90,000.00 - 90,000.00 - 5,337.50 - 90.00 5.93 - 84,662.50 100-4057-60-00 Pavilion User Fees - 4,000.00 - 4,000.00 - 1,262.50 - 155.00 31.56 - 2,737.50 100-4058-60-00 Park Program Fees - 150,400.00 - 150,400.00 - 9,576.06 - 3,590.00 6.37 - 140,823.94 100-4721-60-00 Prosper Christmas Donations - 15,500.00 - 15,500.00 - 17,980.00 116.00 2,480.00 100-4910-60-00 Other Revenue - 11,029.15 - 11,029.15 11,029.15 100-4063-60-05 Lost Fees - 200.00 - 200.00 - 673.93 - 70.51 336.97 473.93 100-4064-60-05 Printing/Copying Fees - 100.00 - 100.00 - 262.64 - 55.20 262.64 162.64 100-4065-60-05 Book Fines - 157.79 - 47.29 157.79 100-4066-60-05 Library Card Fees - 3,350.00 - 500.00 3,350.00 100-4910-60-05 Other Revenue - 6,250.00 - 6,250.00 - 6,250.00 100-5110-10-01 Salaries & Wages 161,710.00 161,710.00 60,384.60 12,076.92 37.34 101,325.40 100-5140-10-01 Salaries - Longevity Pay 45.00 45.00 45.00 100-5143-10-01 Cell Phone Allowance 1,020.00 1,020.00 425.00 85.00 41.67 595.00 100-5145-10-01 Social Security Expense 10,095.00 10,095.00 3,119.74 697.72 30.90 6,975.26 100-5150-10-01 Medicare Expense 2,361.00 2,361.00 810.52 163.17 34.33 1,550.48 100-5155-10-01 SUTA Expense 162.00 162.00 162.00 100.00 100-5160-10-01 Health Insurance 11,861.00 11,861.00 6,955.12 1,245.02 58.64 4,905.88 100-5165-10-01 Dental Insurance 491.00 491.00 204.50 40.90 41.65 286.50 100-5170-10-01 Life Insurance/AD&D 18.00 18.00 86.30 17.26 479.44 - 68.30 100-5175-10-01 Liability (TML)/Workers' Comp 310.00 310.00 114.90 23.04 37.07 195.10 100-5180-10-01 TMRS Expense 22,061.00 22,061.00 8,188.42 1,643.20 37.12 13,872.58 100-5185-10-01 Long/Short Term Disability 308.00 308.00 114.70 22.94 37.24 193.30 100-5186-10-01 WELLE-Wellness Prog Reimb Empl 600.00 600.00 100.00 50.00 16.67 500.00 100-5210-10-01 Office Supplies 1,200.00 1,200.00 198.84 53.04 16.57 1,001.16 100-5230-10-01 Dues,Fees,& Subscriptions 7,150.00 7,150.00 3,018.12 207.62 42.21 4,131.88 100-5240-10-01 Postage and Delivery 50.00 50.00 1.00 0.65 2.00 49.00 100-5250-10-01 Publications 400.00 400.00 400.00 100-5280-10-01 Printing and Reproduction 150.00 150.00 150.00 100-5290-10-01 Other Charges and Services 200.00 200.00 200.00 100-5330-10-01 Copier Expense 250.00 250.00 454.59 180.18 181.84 - 204.59 100-5410-10-01 Professional Services 300,780.00 300,780.00 127,623.17 44,561.88 173,156.83 42.43 100-5430-10-01 Legal Fees 72,450.00 72,450.00 40,325.50 14,413.81 55.66 32,124.50 100-5435-10-01 Legal Notices/Filings 30.20 - 30.20 100-5480-10-01 Contracted Services 70,360.00 70,360.00 14,120.00 14,000.00 56,000.00 20.07 240.00 100-5525-10-01 Electricity 1,111.13 360.25 - 1,111.13 100-5526-10-01 Data Network 725.00 725.00 113.97 15.72 611.03 100-5530-10-01 Travel 5,200.00 5,200.00 1,710.21 1,156.85 32.89 3,489.79 100-5533-10-01 Mileage Expense 200.00 200.00 59.95 29.98 140.05 100-5536-10-01 Training/Seminars 1,450.00 1,450.00 1,446.00 99.72 4.00 100-7145-10-01 Transfer to VERF 623.00 623.00 259.60 51.92 41.67 363.40 100-5110-10-02 Salaries & Wages 260,170.00 260,170.00 91,732.35 18,615.81 35.26 168,437.65 21 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5115-10-02 Salaries - Overtime 2,000.00 2,000.00 44.59 2.23 1,955.41 100-5140-10-02 Salaries - Longevity Pay 445.00 445.00 330.00 74.16 115.00 100-5143-10-02 Cell Phone Allowance 1,020.00 1,020.00 425.00 85.00 41.67 595.00 100-5145-10-02 Social Security Expense 16,352.00 16,352.00 5,646.34 1,142.58 34.53 10,705.66 100-5150-10-02 Medicare Expense 3,824.00 3,824.00 1,320.51 267.22 34.53 2,503.49 100-5155-10-02 SUTA Expense 648.00 648.00 628.84 207.26 97.04 19.16 100-5160-10-02 Health Insurance 12,797.00 12,797.00 8,451.04 1,578.44 66.04 4,345.96 100-5165-10-02 Dental Insurance 429.00 429.00 323.48 107.56 75.40 105.52 100-5170-10-02 Life Insurance/AD&D 577.00 577.00 196.20 40.14 34.00 380.80 100-5175-10-02 Liability (TML)/Workers' Comp 502.00 502.00 175.60 35.52 34.98 326.40 100-5180-10-02 TMRS Expense 35,737.00 35,737.00 12,511.00 2,533.06 35.01 23,226.00 100-5185-10-02 Long/Short Term Disability 494.00 494.00 155.90 35.38 31.56 338.10 100-5186-10-02 WELLE-Wellness Prog Reimb Empl 600.00 600.00 306.64 78.32 51.11 293.36 100-5193-10-02 Records Retention 1,500.00 1,500.00 1,500.00 100-5210-10-02 Office Supplies 2,500.00 2,500.00 1,048.97 154.62 41.96 1,451.03 100-5220-10-02 Office Equipment 1,500.00 1,500.00 3,911.96 260.80 - 2,411.96 100-5230-10-02 Dues,Fees,& Subscriptions 1,400.00 1,400.00 801.05 20.00 57.22 598.95 100-5240-10-02 Postage and Delivery 200.00 200.00 29.22 8.75 14.61 170.78 100-5280-10-02 Printing and Reproduction 200.00 200.00 214.90 149.00 107.45 - 14.90 100-5310-10-02 Rental Expense 8,000.00 8,000.00 3,401.76 546.00 42.52 4,598.24 100-5330-10-02 Copier Expense 3,600.00 3,600.00 458.71 180.57 12.74 3,141.29 100-5419-10-02 IT Licenses 10,000.00 10,000.00 4,000.00 6,000.00 100-5430-10-02 Legal Fees 31,500.00 31,500.00 10,378.13 3,610.56 32.95 21,121.87 100-5435-10-02 Legal Notices/Filings 8,800.00 8,800.00 3,640.00 664.00 41.36 5,160.00 100-5460-10-02 Election Expense 15,700.00 15,700.00 94.98 4,753.93 0.61 10,851.09 100-5480-10-02 Contracted Services 21,575.00 21,575.00 15,375.00 71.26 6,200.00 100-5520-10-02 Telephones 870.00 870.00 180.02 36.03 20.69 689.98 100-5526-10-02 Data Network 460.00 460.00 189.95 37.99 41.29 270.05 100-5530-10-02 Travel 6,100.00 6,100.00 1,038.15 17.02 5,061.85 100-5533-10-02 Mileage Expense 1,125.00 1,125.00 59.95 5.33 1,065.05 100-5536-10-02 Training/Seminars 7,100.00 7,100.00 1,390.00 19.58 5,710.00 100-5538-10-02 Council/Public Official Expnse 31,000.00 31,000.00 12,941.02 3,292.28 41.75 18,058.98 100-5600-10-02 Special Events 7,661.00 7,661.00 45.00 0.59 7,616.00 100-7145-10-02 Transfer to VERF 3,157.00 3,157.00 1,315.40 263.08 41.67 1,841.60 100-5110-10-03 Salaries & Wages 583,817.00 583,817.00 209,981.53 45,688.52 35.97 373,835.47 100-5115-10-03 Salaries - Overtime 20.86 - 20.86 100-5126-10-03 Salaries-Vacation Buy-Out 1,166.00 1,166.00 1,166.00 100-5140-10-03 Salaries - Longevity Pay 1,065.00 1,065.00 1,020.00 95.78 45.00 100-5145-10-03 Social Security Expense 36,339.00 36,339.00 12,407.85 2,666.31 34.15 23,931.15 100-5150-10-03 Medicare Expense 8,499.00 8,499.00 2,938.60 623.57 34.58 5,560.40 100-5155-10-03 SUTA Expense 1,296.00 1,296.00 1,255.09 383.67 96.84 40.91 100-5160-10-03 Health Insurance 57,598.00 57,598.00 25,698.54 6,598.92 44.62 31,899.46 100-5165-10-03 Dental Insurance 2,979.00 2,979.00 988.62 234.58 33.19 1,990.38 22 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5170-10-03 Life Insurance/AD&D 751.00 751.00 320.68 71.64 42.70 430.32 100-5175-10-03 Liability (TML)/Workers' Comp 1,122.00 1,122.00 405.70 87.17 36.16 716.30 100-5180-10-03 TMRS Expense 79,416.00 79,416.00 28,909.50 6,217.87 36.40 50,506.50 100-5185-10-03 Long/Short Term Disability 1,109.00 1,109.00 371.26 81.80 33.48 737.74 100-5186-10-03 WELLE-Wellness Prog Reimb Empl 2,850.00 2,850.00 967.48 200.00 33.95 1,882.52 100-5210-10-03 Office Supplies 4,250.00 4,250.00 2,114.54 937.52 49.75 2,135.46 100-5220-10-03 Office Equipment 2,985.00 2,985.00 1,712.11 1,841.11 57.36 1,272.89 100-5230-10-03 Dues,Fees,& Subscriptions 7,787.00 7,787.00 3,345.06 1,454.52 42.96 4,441.94 100-5240-10-03 Postage and Delivery 2,100.00 2,100.00 1,027.89 346.99 48.95 1,072.11 100-5280-10-03 Printing and Reproduction 2,000.00 2,000.00 2,064.42 103.22 - 64.42 100-5290-10-03 Other Charges and Services 900.00 900.00 900.00 100-5310-10-03 Rental Expense 12,860.00 2,500.00 15,360.00 16,936.95 110.27 - 1,576.95 100-5330-10-03 Copier Expense 2,000.00 2,000.00 462.89 164.17 23.15 1,537.11 100-5400-10-03 Uniform Expense 250.00 250.00 250.00 100-5410-10-03 Professional Services 11,000.00 11,000.00 1,000.00 9.09 10,000.00 100-5412-10-03 Audit Fees 47,500.00 47,500.00 43,625.00 625.00 1,500.00 91.84 2,375.00 100-5414-10-03 Appraisal/Tax Fees 137,789.00 137,789.00 72,520.78 28,556.75 52.63 65,268.22 100-5418-10-03 IT Fees 42,703.00 42,703.00 34,134.00 58.00 79.93 8,569.00 100-5419-10-03 IT Licenses 10,000.00 - 2,500.00 7,500.00 7,500.00 100.00 100-5430-10-03 Legal Fees 8,500.00 8,500.00 1,782.15 604.15 20.97 6,717.85 100-5435-10-03 Legal Notices/Filings 200.00 200.00 200.00 100-5480-10-03 Contracted Services 1,144.00 1,144.00 90.00 7.87 1,054.00 100-5520-10-03 Telephones 1,360.00 1,360.00 495.24 99.12 36.42 864.76 100-5525-10-03 Electricity 1,053.27 218.43 - 1,053.27 100-5530-10-03 Travel 14,600.00 14,600.00 2,148.28 71.35 14.71 12,451.72 100-5533-10-03 Mileage Expense 3,608.00 3,608.00 1,129.43 323.04 31.30 2,478.57 100-5536-10-03 Training/Seminars 8,840.00 8,840.00 3,931.47 895.47 44.47 4,908.53 100-7145-10-03 Transfer to VERF 1,819.00 1,819.00 757.90 151.58 41.67 1,061.10 100-5110-10-04 Salaries & Wages 245,305.00 245,305.00 91,070.44 18,470.00 37.13 154,234.56 100-5115-10-04 Salaries - Overtime 20.75 20.75 - 20.75 100-5140-10-04 Salaries - Longevity Pay 120.00 120.00 90.00 75.00 30.00 100-5143-10-04 Cell Phone Allowance 900.00 900.00 425.00 85.00 47.22 475.00 100-5145-10-04 Social Security Expense 15,275.00 15,275.00 5,600.60 1,131.25 36.67 9,674.40 100-5150-10-04 Medicare Expense 3,573.00 3,573.00 1,309.82 264.57 36.66 2,263.18 100-5155-10-04 SUTA Expense 486.00 486.00 593.20 128.58 122.06 - 107.20 100-5160-10-04 Health Insurance 19,774.00 19,774.00 6,528.80 1,059.52 33.02 13,245.20 100-5165-10-04 Dental Insurance 1,329.00 1,329.00 375.00 75.00 28.22 954.00 100-5170-10-04 Life Insurance/AD&D 364.00 364.00 169.60 33.92 46.59 194.40 100-5175-10-04 Liability (TML)/Workers' Comp 469.00 469.00 174.13 35.28 37.13 294.87 100-5180-10-04 TMRS Expense 33,381.00 33,381.00 12,352.41 2,516.10 37.00 21,028.59 100-5185-10-04 Long/Short Term Disability 467.00 467.00 172.25 35.08 36.88 294.75 100-5186-10-04 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 456.64 78.32 25.37 1,343.36 100-5191-10-04 Hiring Cost 20,000.00 - 375.00 19,625.00 12,581.50 2,099.40 64.11 7,043.50 23 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5210-10-04 Office Supplies 1,400.00 1,400.00 1,097.56 143.94 78.40 302.44 100-5220-10-04 Office Equipment 4,000.00 4,000.00 4,000.00 100-5230-10-04 Dues,Fees,& Subscriptions 3,500.00 3,500.00 1,630.00 401.50 46.57 1,870.00 100-5240-10-04 Postage and Delivery 150.00 150.00 119.04 1.00 79.36 30.96 100-5250-10-04 Publications 400.00 400.00 400.00 100-5280-10-04 Printing and Reproduction 1,000.00 1,000.00 171.95 17.20 828.05 100-5330-10-04 Copier Expense 2,000.00 2,000.00 654.24 163.90 32.71 1,345.76 100-5400-10-04 Uniform Expense 375.00 375.00 270.48 72.13 104.52 100-5410-10-04 Professional Services 35,000.00 35,000.00 2,000.00 2,000.00 23,000.00 5.71 10,000.00 100-5418-10-04 IT Fees 1,073.00 - 1,073.00 100-5430-10-04 Legal Fees 10,000.00 10,000.00 4,275.00 1,634.00 42.75 5,725.00 100-5435-10-04 Legal Notices/Filings 150.00 150.00 150.00 100-5480-10-04 Contracted Services 3,000.00 3,000.00 3,000.00 100-5526-10-04 Data Network 480.00 480.00 189.95 37.99 39.57 290.05 100-5530-10-04 Travel 5,500.00 5,500.00 51.00 0.93 5,449.00 100-5533-10-04 Mileage Expense 500.00 500.00 120.34 24.07 379.66 100-5536-10-04 Training/Seminars 15,000.00 15,000.00 408.00 38.00 2.72 14,592.00 100-5600-10-04 Special Events 10,000.00 10,000.00 1,708.07 17.08 8,291.93 100-7145-10-04 Transfer to VERF 731.00 731.00 304.60 60.92 41.67 426.40 100-5110-10-05 Salaries & Wages 246,847.00 246,847.00 77,812.41 16,659.46 31.52 169,034.59 100-5115-10-05 Salaries - Overtime 2,960.00 2,960.00 243.03 99.93 8.21 2,716.97 100-5140-10-05 Salaries - Longevity Pay 310.00 310.00 310.00 100.00 100-5143-10-05 Cell Phone Allowance 4,500.00 4,500.00 1,250.00 250.00 27.78 3,250.00 100-5145-10-05 Social Security Expense 15,796.00 15,796.00 4,402.73 939.26 27.87 11,393.27 100-5150-10-05 Medicare Expense 3,694.00 3,694.00 1,029.68 219.67 27.87 2,664.32 100-5155-10-05 SUTA Expense 486.00 486.00 339.09 83.10 69.77 146.91 100-5160-10-05 Health Insurance 33,511.00 33,511.00 13,202.80 2,040.56 39.40 20,308.20 100-5165-10-05 Dental Insurance 1,376.00 1,376.00 428.60 87.40 31.15 947.40 100-5170-10-05 Life Insurance/AD&D 325.00 325.00 121.10 24.22 37.26 203.90 100-5175-10-05 Liability (TML)/Workers' Comp 480.00 480.00 149.71 31.97 31.19 330.29 100-5180-10-05 TMRS Expense 34,513.00 34,513.00 10,676.99 2,284.46 30.94 23,836.01 100-5185-10-05 Long/Short Term Disability 474.00 474.00 146.24 30.06 30.85 327.76 100-5186-10-05 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 500.00 100.00 41.67 700.00 100-5191-10-05 Hiring Cost 500.00 500.00 500.00 100-5210-10-05 Office Supplies 450.00 450.00 591.73 131.50 - 141.73 100-5212-10-05 Building Supplies 500.00 500.00 568.38 113.68 - 68.38 100-5220-10-05 Office Equipment 3,280.00 3,280.00 3,170.06 2,546.18 - 2,546.18 96.65 2,656.12 100-5225-10-05 Computer Hardware 26,949.00 26,949.00 8,204.56 4,976.19 30.45 18,744.44 100-5230-10-05 Dues,Fees,& Subscriptions 350.00 350.00 375.00 107.14 - 25.00 100-5240-10-05 Postage and Delivery 200.00 200.00 44.81 23.70 22.41 155.19 100-5280-10-05 Printing and Reproduction 100.00 100.00 100.00 100-5290-10-05 Other Charges and Services 400.00 400.00 19.14 8.74 4.79 380.86 100-5330-10-05 Copier Expense 63,000.00 63,000.00 20,164.55 4,055.35 29,612.32 32.01 13,223.13 24 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5400-10-05 Uniform Expense 1,000.00 1,000.00 1,000.00 100-5418-10-05 IT Fees 29,090.00 29,090.00 18,424.72 488.99 10,360.00 63.34 305.28 100-5419-10-05 IT Licenses 98,900.00 98,900.00 16,177.77 - 13,060.00 16.36 95,782.23 100-5430-10-05 Legal Fees 1,000.00 1,000.00 247.00 57.00 24.70 753.00 100-5480-10-05 Contracted Services 56,828.00 56,828.00 17,631.00 305.00 6,588.00 31.03 32,609.00 100-5520-10-05 Telephones 25,325.00 25,325.00 15,194.47 2,757.47 60.00 10,130.53 100-5526-10-05 Data Network 41,236.00 41,236.00 14,149.11 1,657.33 34.31 27,086.89 100-5530-10-05 Travel 6,600.00 6,600.00 228.96 228.96 3.47 6,371.04 100-5533-10-05 Mileage Expense 1,500.00 1,500.00 1,500.00 100-5536-10-05 Training/Seminars 3,900.00 3,900.00 1,473.37 151.20 37.78 2,426.63 100-5620-10-05 Tools & Equipment 250.00 250.00 85.10 34.04 164.90 100-5630-10-05 Safety Equipment 150.00 150.00 150.00 100-6125-10-05 Capital Expense-Technology 41,000.00 41,000.00 41,000.00 100-7145-10-05 Transfer to VERF 16,884.00 16,884.00 7,035.00 1,407.00 41.67 9,849.00 100-5110-10-07 Salaries & Wages 195,170.00 195,170.00 58,613.75 13,633.75 30.03 136,556.25 100-5115-10-07 Salaries - Overtime 270.00 270.00 307.43 6.45 113.86 - 37.43 100-5126-10-07 Salaries-Vacation Buy-Out 1,812.96 - 1,812.96 100-5128-10-07 Language Pay 3,000.00 3,000.00 950.00 250.00 31.67 2,050.00 100-5140-10-07 Salaries - Longevity Pay 390.00 390.00 310.00 79.49 80.00 100-5145-10-07 Social Security Expense 12,143.00 12,143.00 3,511.47 744.53 28.92 8,631.53 100-5150-10-07 Medicare Expense 2,840.00 2,840.00 821.23 174.13 28.92 2,018.77 100-5155-10-07 SUTA Expense 648.00 648.00 452.11 129.97 69.77 195.89 100-5160-10-07 Health Insurance 21,101.00 21,101.00 8,719.72 2,505.72 41.32 12,381.28 100-5165-10-07 Dental Insurance 1,362.00 1,362.00 456.24 117.26 33.50 905.76 100-5170-10-07 Life Insurance/AD&D 348.00 348.00 112.56 28.14 32.35 235.44 100-5175-10-07 Liability (TML)/Workers' Comp 377.00 377.00 116.58 26.10 30.92 260.42 100-5180-10-07 TMRS Expense 26,497.00 26,497.00 8,318.43 1,861.79 31.39 18,178.57 100-5185-10-07 Long/Short Term Disability 325.00 325.00 108.02 25.92 33.24 216.98 100-5186-10-07 WELLE-Wellness Prog Reimb Empl 1,200.00 1,200.00 400.00 100.00 33.33 800.00 100-5210-10-07 Office Supplies 2,650.00 2,650.00 833.83 203.86 31.47 1,816.17 100-5215-10-07 Ammunition 30.00 30.00 30.00 100-5220-10-07 Office Equipment 1,815.00 1,815.00 960.97 931.22 2,685.58 52.95 - 1,831.55 100-5230-10-07 Dues,Fees,& Subscriptions 250.00 250.00 40.00 40.00 16.00 210.00 100-5240-10-07 Postage and Delivery 2,400.00 2,400.00 1,370.53 253.50 57.11 1,029.47 100-5250-10-07 Publications 100.00 100.00 347.19 8.49 347.19 - 247.19 100-5280-10-07 Printing and Reproduction 1,500.00 1,500.00 1,500.00 100-5290-10-07 Other Charges and Services 675.00 675.00 675.00 100-5310-10-07 Rental Expense 1,610.00 1,610.00 596.51 37.05 1,013.49 100-5320-10-07 Repairs & Maintenance 500.00 500.00 500.00 100-5330-10-07 Copier Expense 1,850.00 1,850.00 450.92 111.17 24.37 1,399.08 100-5350-10-07 VEHICLE EXPENSE 500.00 500.00 500.00 100-5352-10-07 FUEL 3,000.00 3,000.00 3,000.00 100-5353-10-07 OIL/GREASE/INSPECTIONS 300.00 300.00 300.00 25 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5400-10-07 Uniform Expense 1,804.00 1,804.00 1,804.00 100-5410-10-07 Professional Services 500.00 500.00 500.00 100-5418-10-07 IT Fees 6,100.00 6,100.00 3,471.53 56.91 2,628.47 100-5419-10-07 IT Licenses 8,500.00 8,500.00 2,013.00 23.68 6,487.00 100-5420-10-07 Municipal Court/Judge Fees 46,400.00 46,400.00 16,000.00 3,200.00 25,600.00 34.48 4,800.00 100-5425-10-07 State Fines Expense 2,000.00 2,000.00 1,700.46 661.29 85.02 299.54 100-5430-10-07 Legal Fees 39,000.00 39,000.00 20,033.00 7,788.00 51.37 18,967.00 100-5481-10-07 Cash Over/Short 1.00 - 1.00 100-5525-10-07 Electricity 41.41 8.29 - 41.41 100-5530-10-07 Travel 950.00 950.00 118.40 100.00 12.46 831.60 100-5533-10-07 Mileage Expense 750.00 750.00 49.70 6.63 700.30 100-5536-10-07 Training/Seminars 1,000.00 1,000.00 250.00 250.00 25.00 750.00 100-5630-10-07 Safety Equipment 8,037.00 8,037.00 8,037.00 100-7145-10-07 Transfer to VERF 6,738.00 6,738.00 2,807.50 561.50 41.67 3,930.50 100-5110-10-99 Salaries & Wages - 288,151.00 - 288,151.00 - 288,151.00 100-5176-10-99 TML Prop. & Liab. Insurance 131,000.00 131,000.00 198,301.53 151.38 - 67,301.53 100-5230-10-99 DUES,FEES,& SUBSCRIPTIONS 1,300.00 1,300.00 1,300.00 100-5305-10-99 Chapt 380 Program Grant Exp 502,735.00 502,735.00 56,295.79 51,754.94 11.20 446,439.21 100-5306-10-99 Developer Rollback Incentives 39,105.00 39,105.00 14,976.15 14,976.15 38.30 24,128.85 100-5350-10-99 Vehicle Expense 1,500.00 1,500.00 75.57 40.58 5.04 1,424.43 100-5352-10-99 Fuel 1,000.00 1,000.00 210.54 58.30 21.05 789.46 100-5353-10-99 Oil/Grease/Inspections 1,000.00 1,000.00 1,000.00 100-5410-10-99 Professional Services 85,625.00 85,625.00 15,059.87 3,000.00 15,000.00 17.59 55,565.13 100-5415-10-99 Tuition Reimbursement 93,208.00 93,208.00 22,467.06 2,625.00 24.10 70,740.94 100-5480-10-99 Contracted Services 45,000.00 45,000.00 12,000.00 3,000.00 24,000.00 26.67 9,000.00 100-5600-10-99 Special Events 10,000.00 10,000.00 8,221.41 82.21 1,778.59 100-5930-10-99 Damage Claims Expense 65,000.00 65,000.00 25,392.86 39.07 39,607.14 100-6610-10-99 Public Safety Complex FFE 1,500,000.00 - 1,500,000.00 100-7000-10-99 Contingency 50,000.00 50,000.00 12,530.00 3,250.00 22,170.00 25.06 15,300.00 100-7100-10-99 Operating Transfer Out 788.52 - 788.52 100-7144-10-99 Transfer to Bond Fund 1,500,000.00 1,500,000.00 1,500,000.00 100.00 100-7145-10-99 Transfer to VERF 3,167.00 3,167.00 1,319.60 263.92 41.67 1,847.40 100-5110-20-01 Salaries & Wages 1,736,482.00 1,736,482.00 473,942.78 95,294.13 27.29 1,262,539.22 100-5115-20-01 Salaries - Overtime 141,506.00 141,506.00 25,396.54 5,810.41 17.95 116,109.46 100-5126-20-01 Salaries-Vacation Buy-Out 6,367.00 6,367.00 6,367.00 100.00 100-5127-20-01 Salaries-Certification Pay 22,440.00 22,440.00 7,430.40 1,486.08 33.11 15,009.60 100-5140-20-01 Salaries - Longevity Pay 3,760.00 3,760.00 3,660.00 97.34 100.00 100-5143-20-01 Cell Phone Allowance 1,500.00 1,500.00 625.00 125.00 41.67 875.00 100-5145-20-01 Social Security Expense 118,799.00 118,799.00 29,358.04 6,146.29 24.71 89,440.96 100-5150-20-01 Medicare Expense 27,784.00 27,784.00 7,237.76 1,437.41 26.05 20,546.24 100-5155-20-01 SUTA Expense 3,888.00 3,888.00 2,517.69 667.95 64.76 1,370.31 100-5160-20-01 Health Insurance 157,362.00 157,362.00 55,103.64 8,817.00 35.02 102,258.36 100-5165-20-01 Dental Insurance 8,413.00 8,413.00 2,439.88 489.38 29.00 5,973.12 26 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5170-20-01 Life Insurance/AD&D 7,282.00 7,282.00 2,282.00 456.40 31.34 5,000.00 100-5175-20-01 Liability (TML)/Workers' Comp 32,662.00 32,662.00 8,727.56 1,733.26 26.72 23,934.44 100-5180-20-01 TMRS Expense 259,563.00 259,563.00 70,133.28 13,928.14 27.02 189,429.72 100-5185-20-01 Long/Short Term Disability 3,322.00 3,322.00 860.41 167.13 25.90 2,461.59 100-5186-20-01 WELLE-Wellness Prog Reimb Empl 5,700.00 5,700.00 650.00 200.00 11.40 5,050.00 100-5191-20-01 Hiring Cost 44.00 44.00 44.00 100-5192-20-01 Physical & Psychological 2,110.00 2,110.00 850.00 40.28 1,260.00 100-5210-20-01 Office Supplies 11,400.00 11,400.00 3,137.93 421.36 27.53 8,262.07 100-5212-20-01 Building Supplies 322.88 - 322.88 100-5214-20-01 Tactical Supplies 56,875.00 - 20,000.00 36,875.00 7,641.28 3,197.62 20.72 29,233.72 100-5215-20-01 Ammunition 59,879.00 - 9,000.00 50,879.00 39,015.29 28,841.03 6,640.83 76.68 5,222.88 100-5220-20-01 Office Equipment 2,500.00 2,500.00 2,604.89 2,547.82 - 182.95 104.20 78.06 100-5230-20-01 Dues,Fees,& Subscriptions 7,950.00 7,950.00 1,192.04 135.23 14.99 6,757.96 100-5240-20-01 Postage and Delivery 1,426.00 1,426.00 465.47 93.59 32.64 960.53 100-5250-20-01 Publications 151.00 151.00 151.00 100-5265-20-01 Promotional Expense 500.00 500.00 137.95 27.59 362.05 100-5280-20-01 Printing and Reproduction 800.00 800.00 800.00 100-5290-20-01 Other Charges and Services 16,500.00 - 16,500.00 42.74 - 42.74 100-5310-20-01 Rental Expense 4,410.00 4,410.00 6,970.10 1,303.30 158.05 - 2,560.10 100-5320-20-01 Repairs & Maintenance 1,000.00 1,000.00 89.50 8.95 910.50 100-5330-20-01 Copier Expense 2,100.00 2,100.00 588.08 145.88 28.00 1,511.92 100-5340-20-01 Building Repairs 1,000.00 1,000.00 1,312.33 131.23 - 312.33 100-5350-20-01 Vehicle Expense 82,618.00 82,618.00 20,875.12 3,239.61 25.27 61,742.88 100-5352-20-01 Fuel 78,484.00 78,484.00 23,405.95 4,505.61 29.82 55,078.05 100-5353-20-01 Oil/Grease/Inspections 4,700.00 4,700.00 251.73 119.99 5.36 4,448.27 100-5400-20-01 Uniform Expense 28,880.00 28,880.00 14,463.83 7,657.04 50.08 14,416.17 100-5410-20-01 Professional Services 2,260.00 2,260.00 4,195.00 185.62 - 1,935.00 100-5415-20-01 Tution Reimbursement 600.00 - 600.00 100-5418-20-01 IT Fees 19,090.00 19,090.00 6,015.70 2,042.50 31.51 13,074.30 100-5430-20-01 Legal Fees 14,400.00 14,400.00 8,275.28 4,698.85 57.47 6,124.72 100-5480-20-01 Contracted Services 37,345.00 37,345.00 31,224.12 2,300.00 - 3,500.00 83.61 9,620.88 100-5520-20-01 Telephones 7,116.00 7,116.00 1,350.52 270.30 18.98 5,765.48 100-5523-20-01 Water/Sewer Charges 1,500.00 1,500.00 492.62 60.30 32.84 1,007.38 100-5524-20-01 Gas 1,800.00 1,800.00 1,800.00 100-5525-20-01 Electricity 17,229.00 17,229.00 2,535.88 319.25 14.72 14,693.12 100-5526-20-01 Data Network 7,425.00 7,425.00 4,562.46 912.02 61.45 2,862.54 100-5530-20-01 Travel 3,250.00 3,250.00 2,356.13 1,081.73 72.50 893.87 100-5533-20-01 Mileage Expense 802.00 802.00 378.16 47.15 423.84 100-5536-20-01 Training/Seminars 36,302.00 36,302.00 11,658.43 2,720.00 32.12 24,643.57 100-5600-20-01 Special Events 5,000.00 5,000.00 120.73 2.42 4,879.27 100-5620-20-01 TOOLS & EQUIPMENT 9,314.00 9,314.00 9,028.71 739.33 96.94 285.29 100-5630-20-01 Safety Equipment 22,786.00 - 8,662.00 14,124.00 1,096.95 925.00 7.77 12,102.05 100-6110-20-01 Capital Expenditure 50,764.55 50,764.55 50,118.96 98.73 645.59 27 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-6140-20-01 Capital Expense-Equipment 177,642.00 45,500.00 223,142.00 24,395.00 188,115.65 10.93 10,631.35 100-6160-20-01 Capital Expense-Vehicles 225,829.00 9,587.00 235,416.00 212,907.88 22,508.12 100-7145-20-01 Transfer to VERF 315,759.00 315,759.00 131,566.25 26,313.25 41.67 184,192.75 100-5110-20-05 Salaries & Wages 524,563.00 524,563.00 140,233.26 28,299.20 26.73 384,329.74 100-5115-20-05 Salaries - Overtime 10,545.00 10,545.00 12,715.43 2,169.99 120.58 - 2,170.43 100-5126-20-05 Salaries-Vacation Buy-Out 1,285.00 1,285.00 1,284.80 99.98 0.20 100-5127-20-05 Salaries-Certification Pay 14,460.00 14,460.00 4,522.80 904.56 31.28 9,937.20 100-5140-20-05 Salaries - Longevity Pay 2,265.00 2,265.00 1,865.00 82.34 400.00 100-5145-20-05 Social Security Expense 34,347.00 34,347.00 9,670.97 1,870.07 28.16 24,676.03 100-5150-20-05 Medicare Expense 8,033.00 8,033.00 2,261.78 437.35 28.16 5,771.22 100-5155-20-05 SUTA Expense 1,782.00 1,782.00 1,026.56 467.83 57.61 755.44 100-5160-20-05 Health Insurance 69,261.00 69,261.00 21,504.70 3,550.94 31.05 47,756.30 100-5165-20-05 Dental Insurance 4,653.00 4,653.00 1,308.80 262.00 28.13 3,344.20 100-5170-20-05 Life Insurance/AD&D 1,115.00 1,115.00 328.30 65.66 29.44 786.70 100-5175-20-05 Liability (TML)/Workers' Comp 1,053.00 1,053.00 300.41 58.49 28.53 752.59 100-5180-20-05 TMRS Expense 75,052.00 75,052.00 21,978.25 4,268.53 29.28 53,073.75 100-5185-20-05 Long/Short Term Disability 998.00 998.00 259.82 52.31 26.03 738.18 100-5186-20-05 WELLE-Wellness Prog Reimb Empl 3,300.00 3,300.00 641.60 128.32 19.44 2,658.40 100-5210-20-05 Office Supplies 4,079.00 4,079.00 1,226.88 30.08 2,852.12 100-5212-20-05 Building Supplies 1,500.00 1,500.00 1,500.00 100-5220-20-05 Office Equipment 4,699.00 4,699.00 1,871.09 1,871.09 - 1,298.51 39.82 4,126.42 100-5230-20-05 Dues,Fees,& Subscriptions 3,520.00 3,520.00 299.21 50.00 8.50 3,220.79 100-5240-20-05 Postage and Delivery 100.00 100.00 100.00 100-5280-20-05 Printing and Reproduction 300.00 300.00 300.00 100-5330-20-05 Copier Expense 600.00 600.00 268.41 65.03 44.74 331.59 100-5340-20-05 Building Repairs 3,000.00 3,000.00 3,000.00 100-5400-20-05 Uniform Expense 1,619.00 1,619.00 1,619.00 100-5419-20-05 IT Licenses 68,791.00 68,791.00 68,090.83 98.98 700.17 100-5480-20-05 Contracted Services 79,994.00 79,994.00 35,572.00 44.47 44,422.00 100-5520-20-05 Telephones 1,200.00 1,200.00 675.26 135.15 56.27 524.74 100-5523-20-05 Water/Sewer Charges 500.00 500.00 500.00 100-5524-20-05 Gas 1,000.00 1,000.00 443.28 65.44 44.33 556.72 100-5526-20-05 Data Network 255.00 255.00 255.00 100-5530-20-05 Travel 5,000.00 5,000.00 5,000.00 100-5536-20-05 Training/Seminars 6,500.00 6,500.00 548.90 365.00 8.45 5,951.10 100-5600-20-05 Special Events 1,000.00 1,000.00 325.53 32.55 674.47 100-7145-20-05 Transfer to VERF 901.00 901.00 375.40 75.08 41.67 525.60 100-5110-30-01 Salaries & Wages 2,497,475.00 2,497,475.00 937,058.96 193,782.34 37.52 1,560,416.04 100-5115-30-01 Salaries - Overtime 449,699.00 449,699.00 188,940.31 29,493.44 42.02 260,758.69 100-5116-30-01 Salaries - FLSA Overtime 80,452.00 80,452.00 18,161.89 3,276.43 22.58 62,290.11 100-5126-30-01 Salaries-Vacation Buy-Out 5,372.00 5,372.00 2,793.00 51.99 2,579.00 100-5127-30-01 Salaries-Certification Pay 41,820.00 41,820.00 14,701.38 3,138.58 35.15 27,118.62 100-5140-30-01 Salaries - Longevity Pay 10,885.00 10,885.00 10,455.00 96.05 430.00 28 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5143-30-01 Cell Phone Allowance 6,345.00 6,345.00 2,410.00 550.00 37.98 3,935.00 100-5145-30-01 Social Security Expense 192,326.00 192,326.00 67,742.72 13,413.02 35.22 124,583.28 100-5150-30-01 Medicare Expense 44,980.00 44,980.00 16,139.59 3,136.93 35.88 28,840.41 100-5155-30-01 SUTA Expense 7,137.00 7,137.00 5,247.43 1,276.35 73.52 1,889.57 100-5160-30-01 Health Insurance 255,834.00 255,834.00 121,884.31 22,282.00 47.64 133,949.69 100-5165-30-01 Dental Insurance 12,430.00 12,430.00 5,150.31 1,082.90 41.44 7,279.69 100-5170-30-01 Life Insurance/AD&D 10,314.00 10,314.00 4,074.08 862.78 39.50 6,239.92 100-5171-30-01 Life Insurance-Supplemental 8,000.00 8,000.00 6,241.00 78.01 1,759.00 100-5175-30-01 Liability (TML)/Workers' Comp 36,192.00 36,192.00 15,155.52 3,004.47 41.88 21,036.48 100-5180-30-01 TMRS Expense 396,000.00 396,000.00 151,250.64 29,706.34 38.20 244,749.36 100-5185-30-01 Long/Short Term Disability 4,378.00 4,378.00 1,612.08 327.70 36.82 2,765.92 100-5186-30-01 WELLE-Wellness Prog Reimb Empl 9,000.00 9,000.00 2,594.04 445.80 28.82 6,405.96 100-5191-30-01 Hiring Cost 500.00 500.00 500.00 100-5194-30-01 FD Annual Phy & Screening 12,600.00 12,600.00 12,600.00 100-5210-30-01 Office Supplies 9,500.00 9,500.00 1,205.63 230.51 12.69 8,294.37 100-5212-30-01 Building Supplies 12,000.00 12,000.00 2,986.70 608.03 24.89 9,013.30 100-5220-30-01 Office Equipment 7,460.00 7,460.00 3,935.56 3,935.56 - 3,392.96 52.76 6,917.40 100-5230-30-01 Dues,Fees,& Subscriptions 10,850.00 10,850.00 5,471.24 483.87 50.43 5,378.76 100-5240-30-01 Postage and Delivery 350.00 350.00 215.06 77.49 61.45 134.94 100-5250-30-01 Publications 700.00 700.00 24.00 24.00 3.43 676.00 100-5280-30-01 Printing and Reproduction 1,900.00 1,900.00 206.56 10.87 1,693.44 100-5290-30-01 Other Charges and Services 4,030.00 4,030.00 2,342.84 705.78 58.14 1,687.16 100-5320-30-01 Repairs & Maintenance 20,000.00 20,000.00 3,428.22 708.71 17.14 16,571.78 100-5330-30-01 Copier Expense 3,613.00 3,613.00 932.69 320.31 25.82 2,680.31 100-5335-30-01 Radio/Video Equip. and Repairs 6,500.00 6,500.00 1,077.03 1,033.97 16.57 5,422.97 100-5340-30-01 Building Repairs 45,000.00 45,000.00 10,887.58 1,101.72 24.20 34,112.42 100-5350-30-01 Vehicle Expense 60,000.00 60,000.00 28,206.34 1,044.60 47.01 31,793.66 100-5352-30-01 Fuel 25,000.00 25,000.00 10,088.54 982.26 40.35 14,911.46 100-5353-30-01 Oil/Grease/Inspections 1,150.00 1,150.00 294.88 25.64 855.12 100-5400-30-01 Uniform Expense 22,500.00 22,500.00 18,339.40 5,822.50 3,451.35 81.51 709.25 100-5410-30-01 Professional Services 19,000.00 6,765.00 25,765.00 19,000.00 6,765.00 73.74 100-5419-30-01 IT Licenses 46,492.20 46,492.20 46,492.20 100-5430-30-01 Legal Fees 4,000.00 4,000.00 855.00 285.00 21.38 3,145.00 100-5435-30-01 Legal Notices/Filings 494.60 - 494.60 100-5440-30-01 EMS 97,000.00 97,000.00 49,603.32 5,970.54 24,923.11 51.14 22,473.57 100-5445-30-01 Emergency Management 15,000.00 - 6,765.00 8,235.00 4,245.63 39.72 51.56 3,989.37 100-5480-30-01 Contracted Services 5,742.00 5,742.00 6,664.75 140.00 116.07 - 922.75 100-5520-30-01 Telephones 2,292.00 2,292.00 981.07 191.22 42.80 1,310.93 100-5523-30-01 Water/Sewer Charges 15,800.00 15,800.00 3,982.19 727.13 25.20 11,817.81 100-5524-30-01 Gas 4,500.00 4,500.00 2,358.57 655.51 52.41 2,141.43 100-5525-30-01 Electricity 41,500.00 41,500.00 11,804.65 2,395.52 28.45 29,695.35 100-5526-30-01 Data Network 9,820.00 2,000.00 11,820.00 3,883.78 718.81 32.86 7,936.22 100-5530-30-01 Travel 9,778.00 9,778.00 5,477.49 581.00 56.02 4,300.51 29 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5533-30-01 Mileage Expense 1,905.00 1,905.00 1,905.00 100-5536-30-01 Training/Seminars 16,500.00 16,500.00 11,238.56 1,529.46 68.11 5,261.44 100-5610-30-01 Fire Fighting Equipment 10,500.00 10,500.00 860.00 8.19 9,640.00 100-5620-30-01 Tools & Equipment 500.00 500.00 16.00 16.00 3.20 484.00 100-5630-30-01 Safety Equipment 25,500.00 25,500.00 13,470.99 7,633.26 52.83 12,029.01 100-6110-30-01 Capital Expenditure 123,828.00 104,603.00 228,431.00 8,219.29 3,038.81 187,431.00 3.60 32,780.71 100-6140-30-01 Capital Expense-Equipment 27,750.00 27,750.00 27,115.63 97.71 634.37 100-6140-30-01 Aerial Ladder Truck - Equipmen 250,000.00 250,000.00 349.00 0.14 249,651.00 100-6160-30-01 Capital Expense-Vehicles 63,000.00 63,000.00 18.25 62,792.00 0.03 189.75 100-6160-30-01 Aerial Ladder Truck - Vehicle 1,400,000.00 1,400,000.00 416,647.72 980,083.13 29.76 3,269.15 100-6610-30-01 Capital Expense 28,000.00 28,000.00 28,000.00 100-7145-30-01 Transfer to VERF 749,246.00 749,246.00 312,185.75 62,437.15 41.67 437,060.25 100-5110-30-05 Salaries & Wages 235,840.00 235,840.00 83,365.61 19,263.60 35.35 152,474.39 100-5115-30-05 Salaries - Overtime 24,404.00 24,404.00 5,355.40 1,501.74 21.95 19,048.60 100-5140-30-05 Salaries - Longevity Pay 995.00 995.00 985.00 99.00 10.00 100-5143-30-05 Cell Phone Allowance 2,805.00 2,805.00 1,020.00 255.00 36.36 1,785.00 100-5145-30-05 Social Security Expense 16,350.00 16,350.00 5,202.19 1,201.68 31.82 11,147.81 100-5150-30-05 Medicare Expense 3,824.00 3,824.00 1,216.66 281.05 31.82 2,607.34 100-5155-30-05 SUTA Expense 486.00 486.00 441.39 144.42 90.82 44.61 100-5160-30-05 Health Insurance 22,198.00 22,198.00 7,851.56 1,958.28 35.37 14,346.44 100-5165-30-05 Dental Insurance 1,255.00 1,255.00 435.22 115.94 34.68 819.78 100-5170-30-05 Life Insurance/AD&D 810.00 810.00 343.86 93.78 42.45 466.14 100-5175-30-05 Liability (TML)/Workers' Comp 2,622.00 2,622.00 1,004.19 234.54 38.30 1,617.81 100-5180-30-05 TMRS Expense 35,720.00 35,720.00 12,189.52 2,813.71 34.13 23,530.48 100-5185-30-05 Long/Short Term Disability 451.00 451.00 154.22 36.59 34.20 296.78 100-5186-30-05 WELLE-Wellness Prog Reimb Empl 1,650.00 1,650.00 325.00 19.70 1,325.00 100-5193-30-05 Records Retention 250.00 250.00 250.00 100-5194-30-05 FD Annual Phy & Screening 1,678.00 1,678.00 1,678.00 100-5210-30-05 Office Supplies 350.00 350.00 37.79 10.80 312.21 100-5215-30-05 Ammunition 1,250.00 1,250.00 1,249.12 99.93 0.88 100-5220-30-05 Office Equipment 3,765.00 3,765.00 3,188.77 3,088.78 - 1,009.08 84.70 1,585.31 100-5230-30-05 Dues,Fees,& Subscriptions 750.00 750.00 145.69 25.00 19.43 604.31 100-5240-30-05 Postage and Delivery 100.00 100.00 55.24 27.60 55.24 44.76 100-5250-30-05 Publications 1,050.00 1,050.00 486.45 46.33 563.55 100-5280-30-05 Printing and Reproduction 500.00 500.00 284.25 173.78 56.85 215.75 100-5295-30-05 Public Education/Fire Prevent 4,000.00 4,000.00 2,823.16 - 16.04 70.58 1,176.84 100-5320-30-05 Repairs & Maintenance 41.19 41.19 - 41.19 100-5335-30-05 Radio/Video Equip. and Repairs 500.00 500.00 500.00 100-5350-30-05 Vehicle Expense 5,000.00 5,000.00 24.00 12.00 0.48 4,976.00 100-5352-30-05 Fuel 5,000.00 5,000.00 337.27 6.75 4,662.73 100-5353-30-05 Oil/Grease/Inspections 900.00 900.00 900.00 100-5400-30-05 Uniform Expense 3,550.00 3,550.00 1,611.16 182.28 45.39 1,938.84 100-5430-30-05 Legal Fees 2,500.00 2,500.00 1,425.00 57.00 1,075.00 30 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5480-30-05 Contracted Services 2,150.00 - 1,022.13 1,127.87 1,127.87 100-5526-30-05 Data Network 1,845.00 1,845.00 569.85 113.97 30.89 1,275.15 100-5530-30-05 Travel 2,924.00 2,924.00 2,949.24 832.00 100.86 - 25.24 100-5533-30-05 Mileage Expense 250.00 250.00 250.00 100-5536-30-05 Training/Seminars 5,700.00 5,700.00 1,825.00 32.02 3,875.00 100-5620-30-05 Tools & Equipment 700.00 700.00 99.95 14.28 600.05 100-5630-30-05 Safety Equipment 8,500.00 8,500.00 2,369.35 2,202.60 27.88 6,130.65 100-5640-30-05 Signs & Hardware 350.00 350.00 350.00 100-6140-30-05 Capital Expense-Equipment 5,000.00 1,022.13 6,022.13 6,022.13 100.00 100-6160-30-05 Capital Expense-Vehicles 46,000.00 46,000.00 5,569.82 39,421.68 12.11 1,008.50 100-7145-30-05 Transfer to VERF 15,953.00 15,953.00 6,647.10 1,329.42 41.67 9,305.90 100-5110-40-01 Salaries & Wages 973,958.00 973,958.00 349,582.17 69,664.51 35.89 624,375.83 100-5115-40-01 Salaries - Overtime 7,500.00 7,500.00 7,500.00 100-5140-40-01 Salaries - Longevity Pay 2,840.00 2,840.00 2,630.00 92.61 210.00 100-5143-40-01 Cell Phone Allowance 3,900.00 3,900.00 1,945.00 405.00 49.87 1,955.00 100-5145-40-01 Social Security Expense 61,295.00 61,295.00 20,015.00 3,947.49 32.65 41,280.00 100-5150-40-01 Medicare Expense 14,336.00 14,336.00 4,680.93 923.21 32.65 9,655.07 100-5155-40-01 SUTA Expense 2,592.00 2,592.00 2,249.53 939.44 86.79 342.47 100-5160-40-01 Health Insurance 128,249.00 128,249.00 52,882.84 9,107.60 41.24 75,366.16 100-5165-40-01 Dental Insurance 6,820.00 6,820.00 2,643.30 535.28 38.76 4,176.70 100-5170-40-01 Life Insurance/AD&D 1,776.00 1,776.00 684.74 140.70 38.56 1,091.26 100-5175-40-01 Liability (TML)/Workers' Comp 3,494.00 3,494.00 1,263.26 249.19 36.16 2,230.74 100-5180-40-01 TMRS Expense 133,952.00 133,952.00 47,746.69 9,455.46 35.65 86,205.31 100-5185-40-01 Long/Short Term Disability 1,851.00 1,851.00 664.40 132.39 35.89 1,186.60 100-5186-40-01 WELLE-Wellness Prog Reimb Empl 3,450.00 3,450.00 482.86 117.48 14.00 2,967.14 100-5210-40-01 Office Supplies 5,300.00 5,300.00 1,006.70 294.62 18.99 4,293.30 100-5220-40-01 Office Equipment 4,655.00 4,655.00 2,435.11 1,841.11 - 1,298.51 52.31 3,518.40 100-5230-40-01 Dues,Fees,& Subscriptions 1,700.00 1,700.00 2,026.00 264.00 119.18 - 326.00 100-5240-40-01 Postage and Delivery 50.00 50.00 1.39 0.50 2.78 48.61 100-5250-40-01 Publications 19,019.00 19,019.00 14,462.69 76.04 4,556.31 100-5280-40-01 Printing and Reproduction 1,000.00 1,000.00 288.41 116.30 28.84 711.59 100-5290-40-01 Other Charges and Services 277.00 - 277.00 100-5330-40-01 Copier Expense 2,000.00 2,000.00 902.96 230.15 45.15 1,097.04 100-5350-40-01 Vehicle Expense 5,545.00 5,545.00 1,524.30 970.29 27.49 4,020.70 100-5352-40-01 Fuel 9,700.00 9,700.00 1,498.34 15.45 8,201.66 100-5353-40-01 Oil/Grease/Inspections 1,485.00 1,485.00 458.54 10.25 30.88 1,026.46 100-5400-40-01 Uniform Expense 3,750.00 3,750.00 1,959.79 52.26 1,790.21 100-5410-40-01 Professional Services 474,500.00 474,500.00 10,258.80 10,258.80 239,241.20 2.16 225,000.00 100-5418-40-01 IT Fees 50,882.00 50,882.00 50,381.50 99.02 500.50 100-5419-40-01 IT Licenses 2,500.00 2,500.00 2,500.00 100-5430-40-01 Legal Fees 5,500.00 5,500.00 1,440.00 927.00 26.18 4,060.00 100-5465-40-01 Public Relations 500.00 500.00 105.00 21.00 395.00 100-5475-40-01 Credit Card Fees 5,232.26 1,170.30 - 5,232.26 31 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5480-40-01 Contracted Services 3,000.00 3,000.00 1,217.04 40.57 1,782.96 100-5525-40-01 Electricity 842.14 169.27 - 842.14 100-5526-40-01 Data Network 4,320.00 4,320.00 1,702.20 341.91 39.40 2,617.80 100-5530-40-01 Travel 9,746.00 9,746.00 9,746.00 100-5533-40-01 Mileage Expense 2,214.00 2,214.00 2,214.00 100-5536-40-01 Training/Seminars 16,020.00 16,020.00 859.21 106.67 5.36 15,160.79 100-5620-40-01 Tools & Equipment 1,450.00 1,450.00 47.88 3.30 1,402.12 100-5630-40-01 Safety Equipment 1,750.00 1,750.00 863.48 49.34 886.52 100-7145-40-01 Transfer to VERF 31,757.00 31,757.00 13,232.10 2,646.42 41.67 18,524.90 100-5110-40-02 Salaries & Wages 118,004.00 118,004.00 47,200.30 9,469.18 40.00 70,803.70 100-5115-40-02 Salaries - Overtime 400.00 400.00 400.00 100-5140-40-02 Salaries - Longevity Pay 510.00 510.00 505.00 99.02 5.00 100-5143-40-02 Cell Phone Allowance 900.00 900.00 900.00 100-5145-40-02 Social Security Expense 7,432.00 7,432.00 2,748.76 544.73 36.99 4,683.24 100-5150-40-02 Medicare Expense 1,739.00 1,739.00 642.85 127.39 36.97 1,096.15 100-5155-40-02 SUTA Expense 324.00 324.00 314.42 143.31 97.04 9.58 100-5160-40-02 Health Insurance 16,882.00 16,882.00 6,551.60 1,310.32 38.81 10,330.40 100-5165-40-02 Dental Insurance 884.00 884.00 370.10 74.02 41.87 513.90 100-5170-40-02 Life Insurance/AD&D 233.00 233.00 93.80 18.76 40.26 139.20 100-5175-40-02 Liability (TML)/Workers' Comp 504.00 504.00 201.39 39.98 39.96 302.61 100-5180-40-02 TMRS Expense 16,243.00 16,243.00 6,492.16 1,289.85 39.97 9,750.84 100-5185-40-02 Long/Short Term Disability 225.00 225.00 89.72 18.00 39.88 135.28 100-5186-40-02 WELLE-Wellness Prog Reimb Empl 600.00 600.00 250.00 50.00 41.67 350.00 100-5210-40-02 Office Supplies 500.00 500.00 17.99 3.60 482.01 100-5220-40-02 Office Equipment 200.00 200.00 200.00 100-5230-40-02 Dues,Fees,& Subscriptions 1,068.00 1,068.00 220.00 120.00 20.60 848.00 100-5240-40-02 Postage and Delivery 750.00 750.00 142.63 34.55 19.02 607.37 100-5280-40-02 Printing and Reproduction 400.00 400.00 125.41 31.35 274.59 100-5330-40-02 Copier Expense 10.38 4.23 - 10.38 100-5350-40-02 Vehicle Expense 2,150.00 2,150.00 24.00 12.00 1,494.00 1.12 632.00 100-5352-40-02 Fuel 1,440.00 1,440.00 256.52 17.81 1,183.48 100-5353-40-02 Oil/Grease/Inspections 340.00 340.00 34.69 10.20 305.31 100-5400-40-02 Uniform Expense 600.00 600.00 600.00 100-5418-40-02 IT Fees 440.00 - 440.00 100-5430-40-02 Legal Fees 2,250.00 2,250.00 589.00 570.00 26.18 1,661.00 100-5435-40-02 Legal Notices/Filings 250.00 250.00 250.00 100-5480-40-02 Contracted Services 109,200.00 109,200.00 45,253.50 42,318.50 - 30,828.50 41.44 94,775.00 100-5520-40-02 Telephones 510.00 510.00 378.56 75.78 74.23 131.44 100-5526-40-02 Data Network 912.00 912.00 370.46 76.04 40.62 541.54 100-5530-40-02 Travel 2,580.00 2,580.00 150.15 5.82 2,429.85 100-5533-40-02 Mileage Expense 350.00 350.00 459.24 131.21 - 109.24 100-5536-40-02 Training/Seminars 2,410.00 2,410.00 937.03 7.03 38.88 1,472.97 100-5600-40-02 Special Events 250.00 250.00 250.00 32 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5620-40-02 Tools & Equipment 400.00 400.00 400.00 100-5640-40-02 Signs & Hardware 500.00 500.00 284.45 56.89 215.55 100-7145-40-02 Transfer to VERF 8,619.00 8,619.00 3,591.25 718.25 41.67 5,027.75 100-5110-40-03 Salaries & Wages 401,827.00 401,827.00 144,150.71 28,906.57 35.87 257,676.29 100-5115-40-03 Salaries - Overtime 2,000.00 2,000.00 684.39 73.04 34.22 1,315.61 100-5126-40-03 Salaries-Vacation Buy-Out 3,662.00 3,662.00 2,743.60 74.92 918.40 100-5140-40-03 Salaries - Longevity Pay 1,370.00 1,370.00 1,365.00 99.64 5.00 100-5143-40-03 Cell Phone Allowance 2,460.00 2,460.00 1,150.00 230.00 46.75 1,310.00 100-5145-40-03 Social Security Expense 25,520.00 25,520.00 8,572.31 1,660.48 33.59 16,947.69 100-5150-40-03 Medicare Expense 5,969.00 5,969.00 2,004.80 388.32 33.59 3,964.20 100-5155-40-03 SUTA Expense 810.00 810.00 866.60 253.63 106.99 - 56.60 100-5160-40-03 Health Insurance 53,405.00 53,405.00 28,287.00 4,334.28 52.97 25,118.00 100-5165-40-03 Dental Insurance 2,333.00 2,333.00 986.10 201.54 42.27 1,346.90 100-5170-40-03 Life Insurance/AD&D 615.00 615.00 252.60 51.42 41.07 362.40 100-5175-40-03 Liability (TML)/Workers' Comp 1,072.00 1,072.00 392.35 77.36 36.60 679.65 100-5180-40-03 TMRS Expense 55,772.00 55,772.00 20,241.96 3,945.58 36.29 35,530.04 100-5185-40-03 Long/Short Term Disability 764.00 764.00 272.68 54.91 35.69 491.32 100-5186-40-03 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 578.32 139.16 32.13 1,221.68 100-5210-40-03 Office Supplies 6,100.00 6,100.00 1,672.77 453.33 27.42 4,427.23 100-5220-40-03 Office Equipment 1,420.00 1,420.00 976.22 68.75 443.78 100-5230-40-03 Dues,Fees,& Subscriptions 3,200.00 3,200.00 2,412.98 1,557.36 75.41 787.02 100-5240-40-03 Postage and Delivery 550.00 550.00 73.44 2.00 13.35 476.56 100-5280-40-03 Printing and Reproduction 2,000.00 2,000.00 2,000.00 100-5290-40-03 Other Charges and Services 93.16 - 93.16 100-5330-40-03 Copier Expense 3,000.00 3,000.00 727.67 179.63 24.26 2,272.33 100-5400-40-03 Uniform Expense 750.00 750.00 321.30 42.84 428.70 100-5410-40-03 Professional Services 109,500.00 69,524.00 179,024.00 84,793.00 40,689.00 75,664.86 47.36 18,566.14 100-5418-40-03 IT Fees 2,000.00 2,000.00 1,007.50 50.38 992.50 100-5419-40-03 IT Licenses 2,106.00 2,106.00 4,651.01 220.85 - 2,545.01 100-5430-40-03 Legal Fees 15,000.00 15,000.00 4,757.00 1,945.00 31.71 10,243.00 100-5435-40-03 Legal Notices/Filings 1,899.00 668.00 - 1,899.00 100-5480-40-03 Contracted Services 3,000.00 3,000.00 3,000.00 100-5520-40-03 Telephones 750.00 750.00 750.00 100-5526-40-03 Data Network 3,360.00 3,360.00 1,519.60 1,519.60 45.23 1,840.40 100-5530-40-03 Travel 5,000.00 5,000.00 825.61 1,019.11 16.51 4,174.39 100-5533-40-03 Mileage Expense 600.00 600.00 81.96 13.66 518.04 100-5536-40-03 Training/Seminars 4,730.00 4,730.00 1,595.78 1,207.03 33.74 3,134.22 100-7145-40-03 Transfer to VERF 1,328.00 1,328.00 553.35 110.67 41.67 774.65 100-5110-50-01 Salaries & Wages 276,167.00 276,167.00 84,542.29 18,665.65 30.61 191,624.71 100-5115-50-01 Salaries - Overtime 6,100.00 6,100.00 1,476.30 145.82 24.20 4,623.70 100-5140-50-01 Salaries - Longevity Pay 1,840.00 1,840.00 1,795.00 97.55 45.00 100-5145-50-01 Social Security Expense 17,625.00 17,625.00 4,925.04 1,064.55 27.94 12,699.96 100-5150-50-01 Medicare Expense 4,122.00 4,122.00 1,151.84 248.98 27.94 2,970.16 33 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5155-50-01 SUTA Expense 972.00 972.00 590.78 270.73 60.78 381.22 100-5160-50-01 Health Insurance 57,175.00 57,175.00 19,087.60 3,217.52 33.39 38,087.40 100-5165-50-01 Dental Insurance 2,640.00 2,640.00 813.82 189.66 30.83 1,826.18 100-5170-50-01 Life Insurance/AD&D 616.00 616.00 196.98 46.90 31.98 419.02 100-5175-50-01 Liability (TML)/Workers' Comp 9,780.00 9,780.00 3,140.32 694.81 32.11 6,639.68 100-5180-50-01 TMRS Expense 38,513.00 38,513.00 11,956.15 2,562.49 31.04 26,556.85 100-5185-50-01 Long/Short Term Disability 526.00 526.00 155.28 34.92 29.52 370.72 100-5186-50-01 WELLE-Wellness Prog Reimb Empl 1,650.00 1,650.00 500.00 100.00 30.30 1,150.00 100-5210-50-01 Office Supplies 1,000.00 1,000.00 1,000.00 100-5220-50-01 Office Equipment 3,142.00 3,142.00 3,142.00 100-5230-50-01 Dues,Fees,& Subscriptions 400.00 400.00 100.00 25.00 300.00 100-5310-50-01 Rental Expense 36,000.00 36,000.00 7,729.54 21.47 28,270.46 100-5320-50-01 Repairs & Maintenance 2,600.00 2,600.00 2,600.00 100-5321-50-01 Signal Light Repairs 15,000.00 15,000.00 9,865.78 5,729.28 5,508.00 65.77 - 373.78 100-5340-50-01 Building Repairs 2,500.00 2,500.00 1,488.96 59.56 1,011.04 100-5350-50-01 Vehicle Expense 14,000.00 14,000.00 7,716.74 72.48 55.12 6,283.26 100-5351-50-01 Equipment Expense/Repair 215.55 - 215.55 100-5352-50-01 Fuel 9,000.00 9,000.00 1,780.11 19.78 7,219.89 100-5353-50-01 Oil/Grease/Inspections 400.00 400.00 971.52 242.88 - 571.52 100-5400-50-01 Uniform Expense 4,800.00 4,800.00 1,960.44 719.88 40.84 2,839.56 100-5410-50-01 Coleman (Gorgeous-Prosper Trl) 375,000.00 - 375,000.00 100-5430-50-01 Legal Fees 11,627.00 11,627.00 38,388.98 32,369.66 330.17 - 26,761.98 100-5480-50-01 Contracted Services 1,277,625.00 110,411.00 1,388,036.00 133,736.56 6,737.50 110,320.00 9.64 1,143,979.44 100-5520-50-01 Telephones 1,788.00 1,788.00 607.66 121.62 33.99 1,180.34 100-5523-50-01 Water/Sewer Charges 300.00 300.00 116.91 26.03 38.97 183.09 100-5525-50-01 Electricity 3,000.00 3,000.00 1,250.00 250.00 41.67 1,750.00 100-5526-50-01 Data Network 100.00 100.00 90.75 22.90 90.75 9.25 100-5527-50-01 Electricity - Street Lights 184,300.00 184,300.00 91,557.27 21,427.14 49.68 92,742.73 100-5530-50-01 Travel 600.00 600.00 600.00 100-5536-50-01 Training/Seminars 2,400.00 2,400.00 3,141.00 130.88 - 741.00 100-5620-50-01 Tools & Equipment 7,700.00 7,700.00 3,106.24 240.42 40.34 4,593.76 100-5630-50-01 Safety Equipment 4,800.00 4,800.00 819.96 639.97 17.08 3,980.04 100-5640-50-01 Signs & Hardware 55,000.00 55,000.00 9,667.35 1,837.00 17.58 45,332.65 100-5650-50-01 Maintenance Materials 103,600.00 103,600.00 33,675.13 3,425.17 14,430.91 32.51 55,493.96 100-6110-50-01 Capital Expenditure 730,000.00 - 585,000.00 145,000.00 145,000.00 100-6110-50-01 FM2478 (US380-FM1461) 100,000.00 100,000.00 100,000.00 100-6110-50-01 US380 Median Lighting 485,000.00 485,000.00 485,000.00 100-6140-50-01 Capital Expense-Equipment 81,278.00 81,278.00 77,472.00 3,806.00 100-6160-50-01 Capital Expense-Vehicles 46,100.00 46,100.00 38,854.36 7,245.64 100-7144-50-01 Transfer to Bond Fund 375,000.00 375,000.00 375,000.00 100.00 100-7145-50-01 Transfer to VERF 33,608.00 33,608.00 14,003.35 2,800.67 41.67 19,604.65 100-5212-50-05 BUILDING SUPPLIES 13,425.00 13,425.00 319.45 2.38 13,105.55 100-5340-50-05 BUILDING REPAIRS 334.25 - 334.25 34 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5480-50-05 CONTRACTED SERVICES 130,000.00 130,000.00 38,763.17 91,236.83 29.82 100-5523-50-05 WATER/SEWER CHARGES 9,000.00 9,000.00 1,982.87 413.14 22.03 7,017.13 100-5524-50-05 GAS 200.00 200.00 200.00 100-5525-50-05 ELECTRICITY 120,000.00 120,000.00 32,282.06 6,909.34 26.90 87,717.94 100-5110-60-01 Salaries & Wages 315,866.00 315,866.00 107,521.95 20,372.28 34.04 208,344.05 100-5115-60-01 Salaries - Overtime 500.00 500.00 2,186.89 437.38 - 1,686.89 100-5140-60-01 Salaries - Longevity Pay 795.00 795.00 630.00 79.25 165.00 100-5143-60-01 Cell Phone Allowance 2,940.00 2,940.00 1,190.00 230.00 40.48 1,750.00 100-5145-60-01 Social Security Expense 19,854.00 19,854.00 6,370.85 1,184.54 32.09 13,483.15 100-5150-60-01 Medicare Expense 4,644.00 4,644.00 1,489.95 277.03 32.08 3,154.05 100-5155-60-01 SUTA Expense 648.00 648.00 472.91 124.29 72.98 175.09 100-5160-60-01 Health Insurance 34,464.00 34,464.00 16,601.60 2,570.32 48.17 17,862.40 100-5165-60-01 Dental Insurance 1,848.00 1,848.00 626.32 117.88 33.89 1,221.68 100-5170-60-01 Life Insurance/AD&D 465.00 465.00 138.26 20.26 29.73 326.74 100-5175-60-01 Liability (TML)/Workers' Comp 2,663.00 2,663.00 977.91 195.50 36.72 1,685.09 100-5180-60-01 TMRS Expense 43,392.00 43,392.00 14,997.31 2,772.54 34.56 28,394.69 100-5185-60-01 Long/Short Term Disability 600.00 600.00 196.41 38.72 32.74 403.59 100-5186-60-01 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 445.80 89.16 24.77 1,354.20 100-5210-60-01 Office Supplies 2,000.00 2,000.00 382.63 49.58 19.13 1,617.37 100-5212-60-01 Building Supplies 500.00 500.00 46.51 46.51 9.30 453.49 100-5220-60-01 Office Equipment 1,841.11 1,841.11 - 1,298.51 - 542.60 100-5230-60-01 Dues,Fees,& Subscriptions 2,500.00 2,500.00 55.00 2.20 2,445.00 100-5240-60-01 Postage and Delivery 50.00 50.00 7.73 15.46 42.27 100-5280-60-01 Printing and Reproduction 150.00 150.00 86.13 57.42 63.87 100-5330-60-01 Copier Expense 2,800.00 2,800.00 245.29 54.15 8.76 2,554.71 100-5340-60-01 Building Repairs 68,500.00 68,500.00 68,500.00 100-5400-60-01 Uniform Expense 400.00 400.00 400.00 100-5410-60-01 Professional Services 74,000.00 16,000.00 90,000.00 8,732.75 31,267.25 9.70 50,000.00 100-5419-60-01 IT Licenses 600.00 600.00 378.60 63.10 221.40 100-5430-60-01 Legal Fees 7,500.00 7,500.00 1,817.00 1,114.00 24.23 5,683.00 100-5435-60-01 Legal Notices/Filings 250.00 250.00 141.80 141.80 56.72 108.20 100-5480-60-01 Contracted Services 3,120.00 3,120.00 3,150.00 600.00 100.96 - 30.00 100-5520-60-01 Telephones 420.00 420.00 180.02 36.03 42.86 239.98 100-5523-60-01 Water/Sewer Charges 1,180.00 1,180.00 265.57 54.70 22.51 914.43 100-5524-60-01 GAS 2,275.00 2,275.00 391.46 89.87 17.21 1,883.54 100-5525-60-01 Electricity 6,570.00 6,570.00 6,570.00 100-5526-60-01 Data Network 6,000.00 6,000.00 596.56 137.89 9.94 5,403.44 100-5530-60-01 Travel 4,000.00 4,000.00 30.00 0.75 3,970.00 100-5533-60-01 Mileage Expense 2,000.00 2,000.00 401.56 20.08 1,598.44 100-5536-60-01 Training/Seminars 7,500.00 7,000.00 14,500.00 2,067.87 1,193.33 14.26 12,432.13 100-5600-60-01 Special Events 140,000.00 140,000.00 5,000.00 5,000.00 - 5,000.00 3.57 140,000.00 100-5601-60-01 Event - Prosper Christmas 79,300.00 79,300.00 78,018.53 72.52 - 1,970.00 98.38 3,251.47 100-7145-60-01 Transfer to VERF 1,979.00 1,979.00 824.60 164.92 41.67 1,154.40 35 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5110-60-02 Salaries & Wages 884,606.00 884,606.00 295,720.17 60,082.01 33.43 588,885.83 100-5115-60-02 Salaries - Overtime 16,117.00 16,117.00 6,531.93 274.97 40.53 9,585.07 100-5126-60-02 Salaries-Vacation Buy-Out 14,485.00 14,485.00 3,778.08 26.08 10,706.92 100-5140-60-02 Salaries - Longevity Pay 4,600.00 4,600.00 4,465.00 97.07 135.00 100-5143-60-02 Cell Phone Allowance 4,860.00 4,860.00 2,880.00 600.00 59.26 1,980.00 100-5145-60-02 Social Security Expense 57,567.00 57,567.00 17,582.29 3,409.60 30.54 39,984.71 100-5150-60-02 Medicare Expense 13,464.00 13,464.00 4,111.98 797.38 30.54 9,352.02 100-5155-60-02 SUTA Expense 3,240.00 3,240.00 2,158.30 939.47 66.61 1,081.70 100-5160-60-02 Health Insurance 176,901.00 176,901.00 89,938.84 13,382.84 50.84 86,962.16 100-5165-60-02 Dental Insurance 7,776.00 7,776.00 2,852.70 538.62 36.69 4,923.30 100-5170-60-02 Life Insurance/AD&D 2,078.00 2,078.00 787.92 150.08 37.92 1,290.08 100-5175-60-02 Liability (TML)/Workers' Comp 17,425.00 17,425.00 5,938.04 1,185.42 34.08 11,486.96 100-5180-60-02 TMRS Expense 120,597.00 120,597.00 42,260.88 8,228.18 35.04 78,336.12 100-5185-60-02 Long/Short Term Disability 1,691.00 1,691.00 556.45 113.08 32.91 1,134.55 100-5186-60-02 WELLE-Wellness Prog Reimb Empl 6,150.00 6,150.00 1,675.34 367.48 27.24 4,474.66 100-5210-60-02 Office Supplies 500.00 500.00 723.17 144.63 - 223.17 100-5212-60-02 Building Supplies 1,500.00 1,500.00 946.31 803.27 63.09 553.69 100-5213-60-02 Custodial Supplies 6,000.00 6,000.00 2,061.69 522.69 34.36 3,938.31 100-5220-60-02 Office Equipment 3,461.00 3,461.00 2,208.40 2,208.40 - 2,208.40 63.81 3,461.00 100-5230-60-02 Dues,Fees,& Subscriptions 1,238.00 1,238.00 1,692.40 75.00 136.70 - 454.40 100-5310-60-02 Rental Expense 41,000.00 41,000.00 19,073.00 4,805.00 16,830.00 46.52 5,097.00 100-5320-60-02 Repairs & Maintenance 69,410.00 - 21,000.00 48,410.00 16,288.27 5,669.60 33.65 32,121.73 100-5322-60-02 Irrigation Repairs 13,000.00 13,000.00 2,914.18 65.31 22.42 10,085.82 100-5323-60-02 Field Maintenance 54,150.00 54,150.00 10,266.42 3,232.89 18.96 43,883.58 100-5324-60-02 Landscape Maintenance 15,000.00 15,000.00 1,945.72 420.24 12.97 13,054.28 100-5330-60-02 Copier Expense 237.00 237.00 56.82 17.54 23.98 180.18 100-5350-60-02 Vehicle Expense 8,000.00 8,000.00 2,552.60 1,765.91 31.91 5,447.40 100-5351-60-02 Equipment Expense/Repair 1,075.77 - 1,075.77 100-5352-60-02 Fuel 15,470.00 15,470.00 3,047.46 19.70 12,422.54 100-5353-60-02 Oil/Grease/Inspections 1,500.00 1,500.00 1,254.29 10.25 83.62 245.71 100-5355-60-02 Chemicals/Fertilizer 136,510.00 136,510.00 9,797.99 3,460.05 7.18 126,712.01 100-5400-60-02 Uniform Expense 11,635.00 11,635.00 2,816.27 1,104.41 24.21 8,818.73 100-5480-60-02 Contracted Services 282,632.00 282,632.00 62,001.10 19,819.95 75,786.14 21.94 144,844.76 100-5520-60-02 Telephones 4,165.00 4,165.00 1,432.72 286.81 34.40 2,732.28 100-5523-60-02 Water/Sewer Charges 179,788.00 179,788.00 18,966.04 3,032.92 10.55 160,821.96 100-5525-60-02 Electricity 160,000.00 160,000.00 60,645.82 5,068.17 37.90 99,354.18 100-5526-60-02 Data Network 800.00 800.00 189.95 37.99 23.74 610.05 100-5530-60-02 Travel 4,305.00 4,305.00 2,267.47 238.87 52.67 2,037.53 100-5533-60-02 Mileage Expense 150.00 150.00 336.82 224.55 - 186.82 100-5536-60-02 Training/Seminars 4,170.00 4,170.00 925.00 22.18 3,245.00 100-5620-60-02 Tools & Equipment 4,350.00 4,350.00 871.98 383.81 20.05 3,478.02 100-5630-60-02 Safety Equipment 2,995.00 2,995.00 589.11 165.19 19.67 2,405.89 100-5640-60-02 Signs & Hardware 6,200.00 6,200.00 750.00 750.00 12.10 5,450.00 36 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-6140-60-02 Capital Expense-Equipment 65,000.00 - 2,500.00 62,500.00 2,100.00 2,100.00 31,636.00 3.36 28,764.00 100-6160-60-02 Capital Expense-Vehicles 66,600.00 2,500.00 69,100.00 18,442.00 18,442.00 49,844.24 26.69 813.76 100-7145-60-02 Transfer to VERF 73,415.00 73,415.00 30,589.60 6,117.92 41.67 42,825.40 100-5110-60-03 Salaries & Wages 99,567.00 99,567.00 17,619.70 3,523.94 17.70 81,947.30 100-5140-60-03 Salaries - Longevity Pay 290.00 290.00 290.00 100-5143-60-03 CELL PHONE ALLOWANCE 440.00 440.00 440.00 100-5145-60-03 Social Security Expense 6,192.00 6,192.00 1,074.72 214.96 17.36 5,117.28 100-5150-60-03 Medicare Expense 1,448.00 1,448.00 251.35 50.27 17.36 1,196.65 100-5155-60-03 SUTA Expense 324.00 324.00 209.62 63.47 64.70 114.38 100-5160-60-03 Health Insurance 5,522.00 5,522.00 3,344.60 518.92 60.57 2,177.40 100-5165-60-03 Dental Insurance 363.00 363.00 178.60 35.72 49.20 184.40 100-5170-60-03 Life Insurance/AD&D 159.00 159.00 46.90 9.38 29.50 112.10 100-5175-60-03 Liability (TML)/Workers' Comp 888.00 888.00 308.30 61.66 34.72 579.70 100-5180-60-03 TMRS Expense 13,523.00 13,523.00 2,385.35 477.50 17.64 11,137.65 100-5185-60-03 Long/Short Term Disability 190.00 190.00 33.50 6.70 17.63 156.50 100-5186-60-03 WELLE-Wellness Prog Reimb Empl 550.00 550.00 550.00 100-5210-60-03 Office Supplies 150.00 150.00 150.00 100-5220-60-03 Office Equipment 3,350.00 3,350.00 3,350.00 100-5230-60-03 Dues,Fees,& Subscriptions 85.00 85.00 85.00 100-5240-60-03 Postage and Delivery 4,330.00 4,330.00 64.39 1.49 4,265.61 100-5260-60-03 Advertising 2,000.00 2,000.00 2,000.00 100-5280-60-03 Printing and Reproduction 3,115.00 3,115.00 3,115.00 100-5475-60-03 Credit Card Fees 1,032.06 106.94 - 1,032.06 100-5520-60-03 Telephones 525.00 525.00 525.00 100-5533-60-03 Mileage Expense 23.14 23.14 - 23.14 100-5536-60-03 Training/Seminars 200.00 200.00 200.00 100-5600-60-03 Special Events 28,725.00 28,725.00 4,775.95 326.31 16.63 23,949.05 100-5995-60-03 Recreation Activities 59,500.00 59,500.00 8,769.50 5,339.45 14.74 50,730.50 100-5110-60-05 Salaries & Wages 296,805.00 296,805.00 94,810.33 20,724.32 31.94 201,994.67 100-5126-60-05 Salaries-Vacation Buy-Out 2,122.00 2,122.00 2,121.32 99.97 0.68 100-5140-60-05 Salaries - Longevity Pay 270.00 270.00 265.00 98.15 5.00 100-5145-60-05 Social Security Expense 18,555.00 18,555.00 5,880.98 1,252.49 31.70 12,674.02 100-5150-60-05 Medicare Expense 4,339.00 4,339.00 1,375.39 292.92 31.70 2,963.61 100-5155-60-05 SUTA Expense 1,296.00 1,296.00 818.34 220.40 63.14 477.66 100-5160-60-05 Health Insurance 27,909.00 27,909.00 7,068.62 1,038.02 25.33 20,840.38 100-5165-60-05 Dental Insurance 1,715.00 1,715.00 201.94 56.32 11.78 1,513.06 100-5170-60-05 Life Insurance/AD&D 580.00 580.00 86.67 15.57 14.94 493.33 100-5175-60-05 Liability (TML)/Workers' Comp 649.00 649.00 210.85 44.71 32.49 438.15 100-5180-60-05 TMRS Expense 32,961.00 32,961.00 7,984.99 1,702.42 24.23 24,976.01 100-5185-60-05 Long/Short Term Disability 458.00 458.00 107.53 23.87 23.48 350.47 100-5186-60-05 WELLE-Wellness Prog Reimb Empl 2,400.00 2,400.00 2,400.00 100-5210-60-05 Office Supplies 3,995.00 3,995.00 3,203.94 243.57 80.20 791.06 100-5212-60-05 Building Supplies 54.94 - 54.94 37 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5220-60-05 Office Equipment 9,200.00 9,200.00 3,191.62 19.99 34.69 6,008.38 100-5230-60-05 Dues,Fees,& Subscriptions 5,500.00 5,500.00 973.84 12.99 17.71 4,526.16 100-5240-60-05 Postage and Delivery 400.00 400.00 232.96 68.90 58.24 167.04 100-5280-60-05 Printing and Reproduction 400.00 400.00 554.97 138.74 - 154.97 100-5281-60-05 Book Purchases 28,000.00 28,000.00 24,670.81 5,373.62 10,317.84 88.11 - 6,988.65 100-5282-60-05 DVD Purchases 1,500.00 1,500.00 792.75 134.76 52.85 707.25 100-5283-60-05 Audiobook Purchases 1,700.00 1,700.00 247.29 16.18 14.55 1,452.71 100-5284-60-05 Other Collect. Item Purchases 6,617.00 6,617.00 3,112.15 333.93 47.03 3,504.85 100-5290-60-05 Other Charges and Services 2,000.00 2,000.00 829.36 41.47 1,170.64 100-5330-60-05 Copier Expense 900.00 900.00 541.85 195.09 60.21 358.15 100-5400-60-05 Uniform Expense 1,300.00 1,300.00 341.90 26.30 958.10 100-5430-60-05 Legal Fees 600.00 600.00 114.00 19.00 486.00 100-5480-60-05 Contracted Services 13,000.00 13,000.00 6,495.00 49.96 6,505.00 100-5520-60-05 Telephones 980.00 980.00 200.40 34.99 20.45 779.60 100-5526-60-05 Data Network 189.95 37.99 - 189.95 100-5530-60-05 Travel 2,000.00 2,000.00 1,244.10 1,189.06 62.21 755.90 100-5533-60-05 Mileage Expense 750.00 750.00 37.12 4.95 712.88 100-5536-60-05 Training/Seminars 1,000.00 1,000.00 125.44 12.54 874.56 100-5600-60-05 Special Events 2,000.00 2,000.00 215.36 29.98 10.77 1,784.64 100-7145-60-05 TRANSFER TO VERF 660.00 660.00 275.00 55.00 41.67 385.00 100-5110-98-01 Salaries & Wages 789,919.00 159,186.00 949,105.00 245,957.39 57,020.63 25.92 703,147.61 100-5115-98-01 Salaries - Overtime 700.00 700.00 203.83 29.12 496.17 100-5126-98-01 Salaries-Vacation Buy-Out 11,971.00 11,971.00 5,248.06 43.84 6,722.94 100-5140-98-01 Salaries - Longevity Pay 2,025.00 2,025.00 1,890.00 93.33 135.00 100-5145-98-01 Social Security Expense 49,914.00 49,914.00 12,766.55 3,307.73 25.58 37,147.45 100-5150-98-01 Medicare Expense 11,674.00 11,674.00 3,394.30 773.59 29.08 8,279.70 100-5155-98-01 SUTA Expense 1,296.00 1,296.00 1,095.11 294.68 84.50 200.89 100-5160-98-01 Health Insurance 85,883.00 85,883.00 34,147.30 5,395.58 39.76 51,735.70 100-5165-98-01 Dental Insurance 3,676.00 3,676.00 1,205.10 241.02 32.78 2,470.90 100-5170-98-01 Life Insurance/AD&D 933.00 933.00 349.90 70.88 37.50 583.10 100-5175-98-01 Liability (TML)/Workers' Comp 2,090.00 2,090.00 705.84 153.24 33.77 1,384.16 100-5180-98-01 TMRS Expense 109,072.00 109,072.00 32,761.46 6,452.58 30.04 76,310.54 100-5185-98-01 Long/Short Term Disability 1,501.00 1,501.00 444.45 90.12 29.61 1,056.55 100-5186-98-01 WELLE-Wellness Prog Reimb Empl 2,250.00 2,250.00 700.00 200.00 31.11 1,550.00 100-5191-98-01 Hiring Cost 357.40 - 357.40 100-5210-98-01 Office Supplies 2,500.00 20,515.00 23,015.00 709.70 343.14 3.08 22,305.30 100-5220-98-01 Office Equipment 5,245.00 25,250.00 30,495.00 5,532.98 5,246.34 - 4,703.74 18.14 29,665.76 100-5230-98-01 Dues,Fees,& Subscriptions 3,449.00 3,449.00 3,449.00 100-5240-98-01 Postage and Delivery 280.00 280.00 114.82 16.15 41.01 165.18 100-5250-98-01 Publications 346.00 346.00 346.00 100-5280-98-01 Printing and Reproduction 100.00 100.00 100.00 100-5290-98-01 Other Charges and Services 128.64 - 128.64 100-5330-98-01 Copier Expense 840.00 840.00 721.99 178.32 85.95 118.01 38 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 100-5400-98-01 Uniform Expense 700.00 700.00 334.46 47.78 365.54 100-5410-98-01 Professional Services 39,485.00 21,500.00 60,985.00 23,500.00 4,025.00 22,900.00 38.53 14,585.00 100-5410-98-01 First/BNSF RR Overpass 40,000.00 40,000.00 40,000.00 100-5410-98-01 Prosper Trl/BNSF RR Overpass 40,000.00 40,000.00 40,000.00 100-5419-98-01 IT Licenses 1,750.00 1,750.00 1,750.00 100-5430-98-01 Legal Fees 10,000.00 10,000.00 7,749.00 3,002.00 77.49 2,251.00 100-5435-98-01 Legal Notices/Filings 2,400.00 2,400.00 670.40 188.40 27.93 1,729.60 100-5480-98-01 Contracted Services 960.00 960.00 960.00 100-5520-98-01 Telephones 3,395.00 3,395.00 1,049.86 250.08 30.92 2,345.14 100-5525-98-01 Electricity - 1,215.68 100-5526-98-01 Data Network 480.00 480.00 480.00 100-5530-98-01 Travel 1,400.00 1,400.00 35.00 2.50 1,365.00 100-5533-98-01 Mileage Expense 4,025.00 4,025.00 426.53 10.60 3,598.47 100-5536-98-01 Training/Seminars 3,359.00 3,359.00 1,029.63 37.03 30.65 2,329.37 100-5620-98-01 Tools & Equipment 1,000.00 1,000.00 39.79 39.79 3.98 960.21 100-6160-98-01 Capital Expense - Vehicles 56,000.00 56,000.00 56,000.00 100-7145-98-01 Transfer to VERF 1,690.00 1,690.00 704.15 140.83 41.67 985.85 120-4120-20-01 Sales Taxes - 1,227,504.00 - 1,227,504.00 - 304,236.59 - 129,912.66 24.79 - 923,267.41 120-4610-20-01 Interest Income - 5,000.00 - 5,000.00 - 5,000.00 120-5110-20-01 Salaries & Wages 813,449.00 813,449.00 329,893.50 69,075.20 40.56 483,555.50 120-5115-20-01 Salaries - Overtime 3,695.00 3,695.00 22,659.01 3,459.35 613.23 - 18,964.01 120-5126-20-01 Salaries-Vacation Buy-Out 1,513.00 1,513.00 1,512.40 99.96 0.60 120-5127-20-01 Salaries-Certification Pay 15,900.00 15,900.00 7,661.00 1,532.20 48.18 8,239.00 120-5140-20-01 Salaries - Longevity Pay 2,410.00 2,410.00 2,400.00 99.59 10.00 120-5145-20-01 Social Security Expense 51,700.00 51,700.00 21,363.32 4,319.12 41.32 30,336.68 120-5150-20-01 Medicare Expense 12,091.00 12,091.00 4,996.26 1,010.11 41.32 7,094.74 120-5155-20-01 SUTA Expense 1,953.00 1,953.00 1,944.00 629.48 99.54 9.00 120-5160-20-01 Health Insurance 104,981.00 104,981.00 49,084.04 8,778.16 46.76 55,896.96 120-5165-20-01 Dental Insurance 5,146.00 5,146.00 2,218.14 465.30 43.10 2,927.86 120-5170-20-01 Life Insurance/AD&D 4,637.00 4,637.00 1,875.60 375.12 40.45 2,761.40 120-5175-20-01 Liability (TML) Workers' Comp 15,094.00 15,094.00 6,466.54 1,322.26 42.84 8,627.46 120-5180-20-01 TMRS Expense 112,989.00 112,989.00 49,389.79 10,054.90 43.71 63,599.21 120-5185-20-01 Long/Short Term Disability 1,546.00 1,546.00 598.74 127.09 38.73 947.26 120-5186-20-01 WELLE-Wellness Prog Reimb Empl 2,400.00 2,400.00 695.80 139.16 28.99 1,704.20 120-5215-20-01 Ammunition 8,881.00 8,881.00 8,881.00 120-5350-20-01 Vehicle Expense 3,137.40 3,137.40 3,137.40 120-5400-20-01 Uniforms 14,234.50 14,234.50 14,234.50 120-5536-20-01 Training/Seminars 4,697.80 4,697.80 4,697.80 120-5620-20-01 Tools and Equipment 52,049.30 52,049.30 16,361.50 6,713.50 7,260.90 31.44 28,426.90 130-4120-30-01 Sales Taxes - 1,227,504.00 - 1,227,504.00 - 303,791.54 - 129,737.22 24.75 - 923,712.46 130-4610-30-01 Interest Income - 5,000.00 - 5,000.00 - 5,000.00 130-5110-30-01 Salaries & Wages 805,179.00 805,179.00 309,088.66 61,804.32 38.39 496,090.34 130-5115-30-01 Salaries - Overtime 5,681.00 5,681.00 43,770.57 6,642.48 770.47 - 38,089.57 39 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 130-5116-30-01 Salaries - FLSA Overtime 2,000.00 2,000.00 6,724.63 1,073.71 336.23 - 4,724.63 130-5127-30-01 Salaries-Certification Pay 10,980.00 10,980.00 4,200.22 867.74 38.25 6,779.78 130-5140-30-01 Salaries - Longevity Pay 2,160.00 2,160.00 1,090.00 50.46 1,070.00 130-5145-30-01 Social Security Expense 49,282.00 49,282.00 21,386.90 4,048.72 43.40 27,895.10 130-5150-30-01 Medicare Expense 11,526.00 11,526.00 5,001.76 946.88 43.40 6,524.24 130-5155-30-01 SUTA Expense 1,944.00 1,944.00 2,132.31 666.46 109.69 - 188.31 130-5160-30-01 Health Insurance 123,024.00 123,024.00 56,476.26 9,573.10 45.91 66,547.74 130-5165-30-01 Dental Insurance 5,706.00 5,706.00 2,169.24 424.36 38.02 3,536.76 130-5170-30-01 Life Insurance/AD&D 4,637.00 4,637.00 1,813.08 375.12 39.10 2,823.92 130-5175-30-01 Liability (TML) Workers' Comp 12,118.00 12,118.00 5,264.02 1,011.61 43.44 6,853.98 130-5180-30-01 TMRS Expense 110,936.00 110,936.00 49,475.77 9,561.79 44.60 61,460.23 130-5185-30-01 Long/Short Term Disability 1,531.00 1,531.00 575.77 112.14 37.61 955.23 130-5186-30-01 WELLE-Wellness Prog Reimb Empl 1,800.00 1,800.00 591.60 178.32 32.87 1,208.40 130-5191-30-01 Hiring Cost 500.00 500.00 500.00 130-5194-30-01 FD Annual Phy & Screening 11,000.00 11,000.00 11,000.00 130-5400-30-01 Uniforms 19,000.00 19,000.00 16,481.86 4,331.78 2,518.14 86.75 130-5480-30-01 Contracted Services 5,000.00 5,000.00 5,000.00 130-5536-30-01 Training/Seminars 14,500.00 14,500.00 14,500.00 130-5610-30-01 Fire Fighting Equipment 9,500.00 9,500.00 480.30 5.06 9,019.70 130-5630-30-01 Safety Equipment 24,500.00 24,500.00 368.93 1.51 24,131.07 150-4015-10-00 Water Impact Fees - 125,000.00 - 125,000.00 - 12,226.00 9.78 - 112,774.00 150-4020-10-00 Wastewater Impact Fees - 75,000.00 - 75,000.00 - 9,030.00 12.04 - 65,970.00 150-4040-10-00 East Thoroughfare Impact Fees - 300,000.00 - 300,000.00 - 43,265.70 14.42 - 256,734.30 150-4110-10-00 Property Taxes (Town)- 290,232.00 - 290,232.00 - 290,232.00 150-4111-10-00 Property Taxes (County)- 83,081.00 - 83,081.00 - 83,081.00 150-4120-10-00 Sales Taxes (Town)- 450,000.00 - 450,000.00 - 173,430.10 - 52,024.52 38.54 - 276,569.90 150-4121-10-00 Sales Taxes (PEDC)- 390,000.00 - 390,000.00 - 145,247.69 - 43,570.53 37.24 - 244,752.31 150-4610-10-00 Interest Income - 5,000.00 - 5,000.00 - 3,393.38 - 588.99 67.87 - 1,606.62 150-4995-10-00 Transfer In - 1,448.91 1,448.91 150-5435-10-00 Legal Notices/Filings 74.00 74.00 - 74.00 150-5820-10-00 Town Ad Valorem Tax Rebate 1,718,313.00 1,718,313.00 1,718,313.00 160-4041-10-00 W Thoro Impact Fee - 325,500.00 - 325,500.00 - 325,500.00 160-4110-10-00 Property Taxes (Town)- 15,053.00 - 15,053.00 - 15,053.00 160-4111-10-00 Property Taxes (County)- 4,308.00 - 4,308.00 - 4,308.00 160-4120-10-00 Sales Taxes (Town)- 150.00 - 150.00 - 5.85 - 1.12 3.90 - 144.15 160-4121-10-00 Sales Taxes (PEDC)- 150.00 - 150.00 - 5.85 - 1.12 3.90 - 144.15 160-4610-10-00 Interest Income - 1,000.00 - 1,000.00 - 210.83 - 25.61 21.08 - 789.17 160-5810-10-00 W Thoro Impact Fee Rebate 346,161.00 346,161.00 346,161.00 200-4000-10-08 W/S Service Initiation - 80,000.00 - 80,000.00 - 33,875.00 - 5,200.00 42.34 - 46,125.00 200-4007-10-08 Sanitation - 1,377,830.00 - 1,377,830.00 - 471,314.77 - 98,602.56 34.21 - 906,515.23 200-4009-10-08 Late Fee-W/S - 99,225.00 - 99,225.00 - 60,088.28 - 9,121.81 60.56 - 39,136.72 200-4200-10-99 T-Mobile Fees - 69,210.00 - 69,210.00 - 14,449.65 - 2,914.65 20.88 - 54,760.35 200-4201-10-99 Tierone Converged Network - 18,000.00 - 18,000.00 - 7,500.00 - 1,500.00 41.67 - 10,500.00 40 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 200-4205-10-99 Rise Broadband - 31,482.00 - 31,482.00 - 10,585.94 - 2,167.70 33.63 - 20,896.06 200-4206-10-99 Verizon Antennae Lease - 32,200.00 - 32,200.00 - 32,200.00 100.00 200-4005-50-02 Water Revenue - 10,980,047.00 - 10,980,047.00 - 2,962,114.95 - 555,344.61 26.98 - 8,017,932.05 200-4010-50-02 Connection Tap & Construction - 800,000.00 - 800,000.00 - 262,475.00 - 54,950.00 32.81 - 537,525.00 200-4012-50-02 Saturday Inspection Fee - 2,500.00 - 2,500.00 - 3,750.00 - 2,100.00 150.00 1,250.00 200-4018-50-02 Internet Cr. Card Fees - 30,789.16 - 5,087.62 30,789.16 200-4019-50-02 Cr. Card Pmt Fees - 8,327.02 - 1,441.42 8,327.02 200-4060-50-02 NSF Fees - 1,850.00 - 1,850.00 - 575.00 - 150.00 31.08 - 1,275.00 200-4243-50-02 Backflow Prevention Inspection - 39,552.00 - 39,552.00 - 19,075.00 - 4,075.00 48.23 - 20,477.00 200-4610-50-02 Interest Income - 98,752.00 - 98,752.00 - 69,695.48 - 7,317.72 70.58 - 29,056.52 200-4910-50-02 Other Revenue - 120,000.00 - 120,000.00 - 81,923.20 - 15,852.77 68.27 - 38,076.80 200-4006-50-03 Sewer - 5,921,457.00 - 5,921,457.00 - 2,547,165.97 - 533,412.55 43.02 - 3,374,291.03 200-4010-50-03 Connection Tap & Construction - 350,000.00 - 350,000.00 - 108,400.00 - 18,200.00 30.97 - 241,600.00 200-4910-50-03 Other Revenue - 23.82 23.82 200-5110-10-08 Salaries & Wages 199,482.00 199,482.00 72,630.27 14,789.80 36.41 126,851.73 200-5115-10-08 Salaries - Overtime 3,500.00 3,500.00 3,500.00 200-5126-10-08 Salaries-Vacation Buy-Out 1,375.00 1,375.00 1,334.84 97.08 40.16 200-5140-10-08 Salaries - Longevity Pay 1,295.00 1,295.00 1,290.00 99.61 5.00 200-5145-10-08 Social Security Expense 12,760.00 12,760.00 4,460.81 880.47 34.96 8,299.19 200-5150-10-08 Medicare Expense 2,985.00 2,985.00 1,043.26 205.92 34.95 1,941.74 200-5155-10-08 SUTA Expense 648.00 648.00 531.63 230.55 82.04 116.37 200-5160-10-08 Health Insurance 28,078.00 28,078.00 12,574.00 2,214.80 44.78 15,504.00 200-5165-10-08 Dental Insurance 1,800.00 1,800.00 749.60 149.92 41.64 1,050.40 200-5170-10-08 Life Insurance/AD&D 465.00 465.00 187.60 37.52 40.34 277.40 200-5175-10-08 Liability (TML)/Workers' Comp 391.00 391.00 143.97 28.30 36.82 247.03 200-5180-10-08 TMRS Expense 27,886.00 27,886.00 10,255.59 2,017.57 36.78 17,630.41 200-5185-10-08 Long/Short Term Disability 379.00 379.00 138.01 28.12 36.41 240.99 200-5186-10-08 WELLE-Wellness Prog Reimb-Empl 1,800.00 1,800.00 500.00 100.00 27.78 1,300.00 200-5210-10-08 Office Supplies 2,440.00 2,440.00 1,345.96 166.73 55.16 1,094.04 200-5220-10-08 Office Equipment 1,400.00 1,400.00 355.00 25.36 1,045.00 200-5230-10-08 Dues,Fees,& Subscriptions 100.00 100.00 96.90 96.90 96.90 3.10 200-5240-10-08 Postage and Delivery 47,811.00 47,811.00 16,278.74 3,313.71 34.05 31,532.26 200-5270-10-08 Bank Charges 50,000.00 50,000.00 50,000.00 200-5280-10-08 Printing and Reproduction 4,330.00 4,330.00 2,939.96 1,389.26 67.90 1,390.04 200-5290-10-08 Other Charges and Services 600.00 600.00 600.00 200-5330-10-08 Copier Expense 1,386.00 1,386.00 965.73 199.51 69.68 420.27 200-5400-10-08 Uniform Expense 226.00 226.00 226.00 200-5418-10-08 IT Fees 6,725.00 6,725.00 4,675.50 69.52 2,049.50 200-5430-10-08 Legal Fees 3,150.00 3,150.00 57.00 1.81 3,093.00 200-5470-10-08 Trash Collection 1,287,692.00 1,287,692.00 443,322.24 91,722.63 34.43 844,369.76 200-5475-10-08 CREDIT CARD FEES 7,401.97 7,401.97 - 7,401.97 200-5479-10-08 Household Haz. Waste Disposal 7,800.00 7,800.00 2,460.00 500.00 31.54 5,340.00 200-5480-10-08 Contracted Services 10,800.00 10,800.00 3,973.93 839.17 36.80 6,826.07 41 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 200-5481-10-08 Cash Short/Over - 40.00 40.00 200-5520-10-08 Telephones 720.00 720.00 180.02 36.03 25.00 539.98 200-5530-10-08 Travel 1,400.00 1,400.00 1,400.00 200-5533-10-08 Mileage Expense 600.00 600.00 600.00 200-5536-10-08 Training/Seminars 1,050.00 1,050.00 8.49 8.49 0.81 1,041.51 200-5600-10-08 Special Events 900.00 900.00 125.00 13.89 775.00 200-7145-10-08 Transfer to VERF 887.00 887.00 369.60 73.92 41.67 517.40 200-7147-10-08 Transfer to GF 45,594.00 45,594.00 18,997.50 3,799.50 41.67 26,596.50 200-5110-10-99 Salaries & Wages - 49,272.00 - 49,272.00 - 49,272.00 200-5176-10-99 TML-Prop & Liab Insurance 55,000.00 55,000.00 66,100.51 120.18 - 11,100.51 200-5295-10-99 General Fund Franchise Fee 295,298.00 295,298.00 123,040.85 24,608.17 41.67 172,257.15 200-5415-10-99 Tuition Reimbursement 12,040.00 12,040.00 2,236.06 18.57 9,803.94 200-6186-10-99 2013 Bond Payment 220,000.00 220,000.00 220,000.00 200-6193-10-99 2012 CO Bond Payment 286,350.00 286,350.00 286,350.00 100.00 200-6200-10-99 Bond Issuance Costs 600.00 600.00 600.00 200-6201-10-99 2014 GO Bond Payment 375,000.00 375,000.00 375,000.00 200-6202-10-99 2014 CO Bond Payment 485,000.00 485,000.00 485,000.00 200-6205-10-99 2016 GO Bond Payment 413,200.00 413,200.00 413,200.00 100.00 200-6210-10-99 2018 CO Bond Payment 300,000.00 300,000.00 300,000.00 100.00 200-6299-10-99 Bond Interest Expense 1,413,576.00 1,413,576.00 768,835.45 644,740.55 54.39 200-6610-10-99 Old Town Streets - W/S Portion 143,273.93 143,273.93 141,888.44 24,469.48 1,385.49 99.03 200-7000-10-99 Contingency 50,000.00 50,000.00 9,700.00 3,250.00 20,250.00 19.40 20,050.00 200-5110-50-02 Salaries & Wages 1,184,475.00 1,184,475.00 419,377.77 89,573.52 35.41 765,097.23 200-5115-50-02 Salaries - Overtime 38,400.00 38,400.00 29,600.07 5,571.36 77.08 8,799.93 200-5126-50-02 Salaries-Vacation Buy-Out 4,272.00 4,272.00 1,631.60 38.19 2,640.40 200-5140-50-02 Salaries - Longevity Pay 5,055.00 5,055.00 4,200.00 83.09 855.00 200-5145-50-02 Social Security Expense 76,616.00 76,616.00 26,560.41 5,629.59 34.67 50,055.59 200-5150-50-02 Medicare Expense 17,918.00 17,918.00 6,272.85 1,316.65 35.01 11,645.15 200-5155-50-02 SUTA Expense 3,888.00 3,888.00 3,145.37 1,349.62 80.90 742.63 200-5160-50-02 Health Insurance 187,489.00 187,489.00 76,530.97 12,986.98 40.82 110,958.03 200-5165-50-02 Dental Insurance 8,970.00 8,970.00 3,286.82 637.24 36.64 5,683.18 200-5170-50-02 Life Insurance/AD&D 2,543.00 2,543.00 1,000.47 207.86 39.34 1,542.53 200-5175-50-02 Liability (TML)/Workers' Comp 25,040.00 25,040.00 8,788.40 1,806.55 35.10 16,251.60 200-5180-50-02 TMRS Expense 167,424.00 167,424.00 61,913.94 12,956.93 36.98 105,510.06 200-5185-50-02 Long/Short Term Disability 2,255.00 2,255.00 778.48 166.30 34.52 1,476.52 200-5186-50-02 WELLE-Wellness Prog Reimb-Empl 9,150.00 9,150.00 2,524.12 478.32 27.59 6,625.88 200-5210-50-02 Office Supplies 3,500.00 3,500.00 1,206.56 34.47 2,293.44 200-5212-50-02 Building Supplies 3,800.00 3,800.00 1,268.84 39.77 33.39 2,531.16 200-5220-50-02 Office Equipment 5,742.00 5,742.00 421.54 421.54 2,652.66 7.34 2,667.80 200-5230-50-02 Dues,Fees,& Subscriptions 13,144.00 13,144.00 19,952.84 793.99 151.80 - 6,808.84 200-5240-50-02 Postage and Delivery 2,900.00 2,900.00 571.54 12.50 19.71 2,328.46 200-5280-50-02 Printing and Reproduction 3,000.00 3,000.00 107.00 3.57 2,893.00 200-5310-50-02 Rental Expense 9,420.00 9,420.00 4,621.64 300.00 49.06 4,798.36 42 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 200-5320-50-02 Repairs & Maintenance 3,600.00 3,600.00 3,600.00 200-5330-50-02 Copier Expense 1,600.00 1,600.00 855.72 268.84 53.48 744.28 200-5340-50-02 Building Repairs 5,000.00 5,000.00 3,755.08 75.10 1,244.92 200-5350-50-02 Vehicle Expense 37,700.00 37,700.00 16,637.70 1,434.93 44.13 21,062.30 200-5351-50-02 Equipment Expense/Repair 521.10 - 521.10 200-5352-50-02 Fuel 31,500.00 31,500.00 8,480.13 448.11 26.92 23,019.87 200-5353-50-02 Oil/Grease/Inspections 2,600.00 2,600.00 595.05 20.50 22.89 2,004.95 200-5400-50-02 Uniform Expense 19,700.00 19,700.00 7,441.68 3,233.75 37.78 12,258.32 200-5410-50-02 Professional Services 18,400.00 18,400.00 18,400.00 200-5419-50-02 IT Licenses 30,080.00 30,080.00 30,080.00 200-5430-50-02 Legal Fees 1,000.00 1,000.00 76.00 38.00 7.60 924.00 200-5475-50-02 Credit Card Fees 38,504.40 364.74 - 38,504.40 200-5480-50-02 Contracted Services 63,118.00 - 10,400.00 52,718.00 45,776.97 9,030.30 27,625.00 86.83 - 20,683.97 200-5520-50-02 Telephones 10,726.00 10,726.00 3,405.80 634.57 31.75 7,320.20 200-5523-50-02 Water/Sewer Charges 11,000.00 11,000.00 2,505.21 471.85 22.78 8,494.79 200-5524-50-02 Gas 2,000.00 2,000.00 1,358.56 321.07 67.93 641.44 200-5525-50-02 Electricity 268,100.00 268,100.00 102,062.31 17,408.34 38.07 166,037.69 200-5526-50-02 Data Network 4,320.00 4,320.00 1,837.18 365.93 42.53 2,482.82 200-5530-50-02 Travel 2,300.00 2,300.00 70.93 58.93 3.08 2,229.07 200-5533-50-02 Mileage Expense 500.00 500.00 500.00 200-5536-50-02 Training/Seminars 15,000.00 15,000.00 6,569.35 1,046.31 43.80 8,430.65 200-5540-50-02 Water Testing 7,960.00 7,960.00 423.89 5.33 7,536.11 200-5545-50-02 Meter Purchases 409,900.00 409,900.00 160,501.05 - 2,544.48 32,260.00 39.16 217,138.95 200-5550-50-02 Water Purchases 5,349,510.00 5,349,510.00 2,119,317.57 423,864.00 39.62 3,230,192.43 200-5600-50-02 Special Events 10,000.00 10,000.00 1,107.57 11.08 8,892.43 200-5620-50-02 Tools & Equipment 20,000.00 20,000.00 6,441.93 1,165.23 32.21 13,558.07 200-5630-50-02 Safety Equipment 12,700.00 12,700.00 3,782.32 2,784.53 29.78 8,917.68 200-5640-50-02 Signs & Hardware 600.00 600.00 530.00 530.00 88.33 70.00 200-5650-50-02 Maintenance Materials 3,500.00 3,500.00 4,477.63 340.00 127.93 - 977.63 200-5660-50-02 Chemical Supplies 15,000.00 15,000.00 7,016.18 1,706.42 46.78 7,983.82 200-5670-50-02 System Improvements 137,300.00 137,300.00 60,139.27 6,821.46 43.80 77,160.73 200-6110-50-02 EW Collector (Cook-DNT) 250,000.00 250,000.00 250,000.00 200-6110-50-02 Custer Rd Meter Stat/WL Reloc 290,325.00 - 290,325.00 200-6125-50-02 CAPITAL EXPENSE-TECHNOLOGY 56,686.00 56,686.00 48,698.00 7,988.00 200-6140-50-02 Capital Expense-Equipment 9,742.00 9,750.00 19,492.00 22,628.81 9,750.00 116.09 - 3,136.81 200-6160-50-02 Capital Expense-Vehicles 46,385.00 46,385.00 43,670.30 2,714.70 200-7144-50-02 Transfer to Capital Projects 290,325.00 290,325.00 290,325.00 100.00 200-7145-50-02 Transfer to VERF 248,208.00 248,208.00 103,420.00 20,684.00 41.67 144,788.00 200-7147-50-02 Transfer to GF 601,725.00 601,725.00 250,718.43 50,143.67 41.67 351,006.57 200-5110-50-03 Salaries & Wages 465,161.00 465,161.00 138,543.43 24,890.84 29.78 326,617.57 200-5115-50-03 Salaries - Overtime 25,700.00 25,700.00 14,033.98 2,950.26 54.61 11,666.02 200-5126-50-03 Salaries-Vacation Buy-Out 2,189.00 2,189.00 1,062.40 48.53 1,126.60 200-5140-50-03 Salaries - Longevity Pay 1,990.00 1,990.00 1,370.00 68.84 620.00 43 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 200-5145-50-03 Social Security Expense 29,664.00 29,664.00 9,076.40 1,606.94 30.60 20,587.60 200-5150-50-03 Medicare Expense 8,398.00 8,398.00 2,122.69 375.79 25.28 6,275.31 200-5155-50-03 SUTA Expense 1,944.00 1,944.00 1,230.37 484.60 63.29 713.63 200-5160-50-03 Health Insurance 75,645.00 75,645.00 36,976.84 5,823.10 48.88 38,668.16 200-5165-50-03 Dental Insurance 4,432.00 4,432.00 1,228.84 266.48 27.73 3,203.16 200-5170-50-03 Life Insurance/AD&D 1,152.00 1,152.00 408.03 75.04 35.42 743.97 200-5175-50-03 Liability (TML)/Workers' Comp 11,033.00 11,033.00 3,463.82 672.79 31.40 7,569.18 200-5180-50-03 TMRS Expense 67,400.00 67,400.00 21,078.29 3,791.33 31.27 46,321.71 200-5185-50-03 Long/Short Term Disability 887.00 887.00 251.65 44.58 28.37 635.35 200-5186-50-03 WELLE-Wellness Prog Reimb-Empl 3,750.00 3,750.00 695.80 139.16 18.56 3,054.20 200-5210-50-03 Office Supplies 2,725.00 2,725.00 53.80 1.97 2,671.20 200-5212-50-03 Building Supplies 600.00 600.00 600.00 200-5220-50-03 Office Equipment 4,700.00 4,700.00 429.52 421.54 1,115.56 9.14 3,154.92 200-5230-50-03 Dues,Fees,& Subscriptions 19,755.00 19,755.00 13,484.97 172.00 68.26 6,270.03 200-5240-50-03 Postage and Delivery 1.88 - 1.88 200-5280-50-03 Printing and Reproduction 400.00 400.00 400.00 200-5310-50-03 Rental Expense 7,000.00 7,000.00 5,300.75 3,210.99 75.73 1,699.25 200-5320-50-03 Repairs & Maintenance 20,000.00 20,000.00 20,000.00 200-5335-50-03 Radio/Video Repairs 500.00 500.00 500.00 200-5340-50-03 Building Repairs 1,000.00 1,000.00 103.83 10.38 896.17 200-5350-50-03 Vehicle Expense 16,000.00 16,000.00 6,599.94 345.00 41.25 9,400.06 200-5351-50-03 Equipment Expense/Repair 510.00 - 510.00 200-5352-50-03 Fuel 10,700.00 10,700.00 6,542.55 142.93 61.15 4,157.45 200-5353-50-03 Oil/Grease/Inspections 1,200.00 1,200.00 453.66 10.25 37.81 746.34 200-5400-50-03 Uniform Expense 11,600.00 11,600.00 3,784.70 1,742.12 32.63 7,815.30 200-5419-50-03 IT Licenses 13,100.00 13,100.00 13,100.00 200-5430-50-03 Legal Fees 448.00 448.00 448.00 200-5480-50-03 Contracted Services 950,867.00 - 107,538.50 843,328.50 8,200.00 0.97 835,128.50 200-5520-50-03 Telephones 4,576.00 4,576.00 1,407.09 281.61 30.75 3,168.91 200-5523-50-03 Water/Sewer Charges 500.00 500.00 171.96 38.29 34.39 328.04 200-5524-50-03 Gas 500.00 500.00 500.00 200-5525-50-03 Electricity 48,400.00 48,400.00 19,321.83 3,823.32 39.92 29,078.17 200-5526-50-03 Data Network 800.00 800.00 437.57 87.55 54.70 362.43 200-5530-50-03 Travel 1,000.00 1,000.00 1,000.00 200-5533-50-03 Mileage Expense 200.00 200.00 200.00 200-5536-50-03 Training/Seminars 10,400.00 10,400.00 2,110.00 585.00 20.29 8,290.00 200-5560-50-03 Sewer Management Fees 2,921,983.00 2,921,983.00 1,218,918.24 218,682.08 41.72 1,703,064.76 200-5620-50-03 Tools & Equipment 9,000.00 9,000.00 425.80 4.73 8,574.20 200-5630-50-03 Safety Equipment 11,400.00 11,400.00 2,004.92 1,763.96 17.59 9,395.08 200-5640-50-03 Signs & Hardware 300.00 300.00 300.00 200-5650-50-03 Maintenance Materials 2,000.00 2,000.00 2,000.00 200-5660-50-03 Chemical Supplies 3,000.00 3,000.00 271.98 9.07 2,728.02 200-5670-50-03 System Improvements 32,000.00 32,000.00 6,951.77 2,259.68 21.72 25,048.23 44 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 200-5680-50-03 Lift Station Expense 20,000.00 20,000.00 8,217.24 2,425.36 41.09 11,782.76 200-6140-50-03 Capital Expense-Equipment 71,100.00 92,352.50 163,452.50 70,307.92 70,307.92 68,228.00 43.01 24,916.58 200-6610-50-03 Church/Parvin WW Reconstruct 100,000.00 100,000.00 100,000.00 200-7145-50-03 Transfer to VERF 74,905.00 74,905.00 31,210.40 6,242.08 41.67 43,694.60 200-7147-50-03 Transfer to GF 166,411.00 166,411.00 69,337.90 13,867.58 41.67 97,073.10 300-4105-10-00 Property Taxes -Delinquent - 168,392.00 - 168,392.00 - 71,498.43 - 9,890.73 42.46 - 96,893.57 300-4110-10-00 Property Taxes -Current - 5,725,328.00 - 5,725,328.00 - 5,861,586.74 - 733,152.07 102.38 136,258.74 300-4115-10-00 Taxes -Penalties - 65,000.00 - 65,000.00 - 17,745.67 - 6,884.33 27.30 - 47,254.33 300-4610-10-00 Interest Income - 40,000.00 - 40,000.00 - 40,035.31 - 4,571.17 100.09 35.31 300-5410-10-00 Professional Services 8,400.00 8,400.00 8,400.00 300-6186-10-00 2013 GO Ref Bond 160,000.00 160,000.00 160,000.00 300-6189-10-00 2012 GO TX Bond Payment 185,000.00 185,000.00 185,000.00 100.00 300-6194-10-00 2012 CO Bond Payment 58,650.00 58,650.00 58,650.00 100.00 300-6200-10-00 Bond Administrative Fees 9,600.00 9,600.00 9,600.00 300-6201-10-00 2014 GO Debt payment 265,000.00 265,000.00 265,000.00 300-6203-10-00 2015 GO Debt Payment 175,000.00 175,000.00 175,000.00 100.00 300-6204-10-00 2015 CO Debt Payment 60,000.00 60,000.00 60,000.00 100.00 300-6205-10-00 2016 GO Debt Payment 946,800.00 946,800.00 946,800.00 100.00 300-6206-10-00 2016 CO Debt Payment 90,000.00 90,000.00 90,000.00 100.00 300-6207-10-00 2017 CO Bond Payment 355,000.00 355,000.00 355,000.00 100.00 300-6208-10-00 2017 GO Bond Payment 35,000.00 35,000.00 35,000.00 100.00 300-6209-10-00 2018 GO Bond Payment 115,000.00 115,000.00 115,000.00 100.00 300-6210-10-00 2018 CO Bond Payment 895,000.00 895,000.00 895,000.00 100.00 300-6299-10-00 Bond Interest Expense 2,839,989.00 2,839,989.00 1,413,704.04 1,426,284.96 49.78 410-4610-10-99 Interest - 25,000.00 - 25,000.00 - 22,096.99 - 3,053.85 88.39 - 2,903.01 410-4910-10-99 Other Reimbursements - 20,000.00 - 20,000.00 - 41,410.60 207.05 21,410.60 410-4995-10-99 Transfer In - 1,597,961.00 - 1,597,961.00 - 665,817.50 - 133,163.50 41.67 - 932,143.50 410-5220-10-01 Office Equipment 630.00 630.00 421.54 421.54 - 421.54 66.91 630.00 410-6125-10-01 Capital-Equipment (Technology)- 41.41 41.41 410-5220-10-02 Office Equipment 4,410.00 4,410.00 4,410.00 410-5220-10-03 Office Equipment 630.00 630.00 1,264.62 1,264.62 - 1,264.62 200.73 630.00 410-5220-10-04 Office Equipment 421.54 421.54 - 421.54 410-5220-10-05 Office Equipment 30,000.00 30,000.00 30,000.00 410-5220-10-08 Office Equipment 1,264.62 1,264.62 - 1,264.62 410-5220-20-01 Office Equipment 17,400.00 17,400.00 15,130.50 15,130.50 - 13,593.40 86.96 15,862.90 410-6160-20-01 Capital-Vehicles 157,839.00 2,775.00 160,614.00 202,006.44 - 41,392.44 410-5220-20-05 Office Equipment 5,000.00 5,000.00 1,264.62 1,264.62 - 1,264.62 25.29 5,000.00 410-5220-30-01 Office Equipment 4,420.00 4,420.00 3,389.26 3,389.26 - 3,389.26 76.68 4,420.00 410-6160-30-01 Capital-Vehicles 291,000.00 291,000.00 18,901.84 18,330.90 272,867.00 6.50 - 768.84 410-5220-30-05 Office Equipment 630.00 630.00 630.00 410-5220-40-01 Office Equipment 4,430.00 4,430.00 4,509.44 4,509.44 - 2,972.34 101.79 2,892.90 410-5220-40-02 Office Equipment 630.00 630.00 421.54 421.54 - 421.54 66.91 630.00 410-6160-40-02 Capital-vehicles 21,500.00 21,500.00 21,250.00 250.00 45 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 410-5220-40-03 Office Equipment 1,900.00 1,900.00 3,876.64 3,876.64 - 3,876.64 204.03 1,900.00 410-6160-50-01 Capital-Vehicles 35,000.00 35,000.00 49,444.60 - 14,444.60 410-5220-50-02 Office Equipment 5,300.00 5,300.00 7,570.59 7,570.59 - 7,570.59 142.84 5,300.00 410-6140-50-02 Capital-Equipment 120,000.00 120,000.00 116,020.82 96.68 3,979.18 410-6160-50-03 Capital-Vehicles 27,000.00 27,000.00 23,455.00 3,545.00 410-5220-60-01 Office Equipment 1,900.00 1,900.00 1,686.16 1,686.16 - 149.06 88.75 362.90 410-5220-60-02 OFFICE EQUIPMENT 2,800.00 2,800.00 2,141.59 2,141.59 - 604.49 76.49 1,262.90 410-6140-60-02 CAPITAL EXPENSE-EQUIPMENT 157,336.00 157,336.00 176,888.73 112.43 - 19,552.73 410-5220-98-01 Office Equipment 5,790.00 5,790.00 1,103.23 1,103.23 - 1,103.23 19.05 5,790.00 450-4001-98-02 Storm Drainage Utility Fee - 577,248.00 - 577,248.00 - 248,174.93 - 50,047.96 42.99 - 329,073.07 450-4610-98-02 Interest Storm Utility - 7,500.00 - 7,500.00 - 767.49 - 172.86 10.23 - 6,732.51 450-5110-98-02 Salaries 112,241.00 112,241.00 42,654.66 8,551.62 38.00 69,586.34 450-5115-98-02 Salaries-Overtime 1,390.00 1,390.00 1,085.59 78.10 304.41 450-5140-98-02 Salaries-Longevity Pay 125.00 125.00 95.00 76.00 30.00 450-5145-98-02 Social Security Expense 6,967.00 6,967.00 2,605.75 507.07 37.40 4,361.25 450-5150-98-02 Medicare Expense 1,629.00 1,629.00 609.40 118.59 37.41 1,019.60 450-5155-98-02 SUTA Expense 324.00 324.00 262.71 107.13 81.08 61.29 450-5160-98-02 Health Insurance 20,099.00 20,099.00 9,719.22 1,487.34 48.36 10,379.78 450-5165-98-02 Dental Expense 884.00 884.00 368.10 73.62 41.64 515.90 450-5170-98-02 Life Insurance/AD&D 233.00 233.00 93.80 18.76 40.26 139.20 450-5175-98-02 Liability (TML) Workers Comp 2,428.00 2,428.00 948.21 185.78 39.05 1,479.79 450-5180-98-02 TMRS Expense 15,226.00 15,226.00 5,984.07 1,165.51 39.30 9,241.93 450-5185-98-02 Long/Short Term Disability 214.00 214.00 79.07 16.07 36.95 134.93 450-5186-98-02 WELLE-Wellness Prog Reimb Empl 600.00 600.00 367.48 50.00 61.25 232.52 450-5210-98-02 Office Supplies 150.00 150.00 9.44 6.29 140.56 450-5220-98-02 Office Equipment 100.00 100.00 100.00 450-5230-98-02 Dues, Fees, & Subscriptions 2,095.00 2,095.00 100.00 4.77 1,995.00 450-5240-98-02 Postage and Delivery 50.00 50.00 14.00 14.00 28.00 36.00 450-5310-98-02 Rental Expense 2,000.00 2,000.00 2,000.00 450-5340-98-02 Building Repairs 500.00 500.00 500.00 450-5350-98-02 Vehicle Expense 500.00 500.00 53.74 6.00 10.75 446.26 450-5352-98-02 Fuel 1,000.00 1,000.00 260.00 26.00 740.00 450-5353-98-02 Oil/Grease/Inspections 100.00 100.00 100.00 450-5400-98-02 Uniforms 2,200.00 2,200.00 503.97 332.91 22.91 1,696.03 450-5410-98-02 Professional Services-Storm Dr 500.00 500.00 500.00 450-5480-98-02 Contract Services 2,000.00 2,000.00 2,000.00 450-5520-98-02 Telephones 2,150.00 2,150.00 358.90 74.74 16.69 1,791.10 450-5526-98-02 Data Network 460.00 460.00 189.95 37.99 41.29 270.05 450-5530-98-02 Travel/Lodging/Meals Expense 500.00 500.00 500.00 450-5533-98-02 Mileage Expense 200.00 200.00 200.00 450-5536-98-02 Training/Seminars 2,095.00 2,095.00 1,922.81 91.78 172.19 450-5620-98-02 Tools & Equipment 650.00 650.00 650.00 450-5630-98-02 Safety Equipment 1,500.00 1,500.00 251.98 251.98 16.80 1,248.02 46 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 450-5640-98-02 Signs & Hardware 450.00 450.00 450.00 450-5650-98-02 Maintenance Materials 1,500.00 1,500.00 1,500.00 450-7144-98-02 Transfer to Capital Proj Fund 547,349.23 - 547,349.23 450-7145-98-02 Transfer to VERF 5,928.00 5,928.00 2,470.00 494.00 41.67 3,458.00 450-7147-98-02 Transfer to GF 67,812.00 67,812.00 28,255.00 5,651.00 41.67 39,557.00 570-4537-10-00 Court Technology Revenue - 10,395.00 - 10,395.00 - 4,802.70 - 1,133.39 46.20 - 5,592.30 570-4610-10-00 Interest - 120.00 - 120.00 - 190.04 - 25.61 158.37 70.04 570-5203-10-00 Court Technology Expense 5,665.00 5,665.00 1,268.36 206.98 22.39 4,396.64 580-4536-10-00 Court Security Revenue - 7,700.00 - 7,700.00 - 3,602.01 - 850.03 46.78 - 4,097.99 580-4610-10-00 Interest - 120.00 - 120.00 - 210.83 - 25.61 175.69 90.83 580-5110-10-00 Salaries & Wages Payable 11,642.00 11,642.00 3,875.51 649.24 33.29 7,766.49 580-5145-10-00 Social Security Expense 722.00 722.00 240.28 40.25 33.28 481.72 580-5150-10-00 Medicare Expense 169.00 169.00 56.19 9.41 33.25 112.81 580-5155-10-00 SUTA expense 162.00 162.00 69.76 11.68 43.06 92.24 580-5175-10-00 Workers Comp 211.00 211.00 70.15 11.75 33.25 140.85 580-5204-10-00 Court Security Expense 90.00 90.00 90.00 610-4045-60-00 Park Dedication-Fees - 600,000.00 - 600,000.00 - 156,126.26 26.02 - 443,873.74 610-4610-60-00 Interest Income - 10,000.00 - 10,000.00 - 7,049.13 - 1,024.34 70.49 - 2,950.87 620-4055-60-00 Park Improvement - 250,000.00 - 250,000.00 - 8,384.20 3.35 - 241,615.80 620-4610-60-00 Interest Income - 8,000.00 - 8,000.00 - 9,316.76 - 1,190.81 116.46 1,316.76 620-5410-60-00 Pecan Grove H&B Trail 30,000.00 30,000.00 30,000.00 620-6610-60-00 Cockrell Park Trail Connection 57,990.00 57,990.00 2,447.50 2,447.50 55,542.50 4.22 620-6610-60-00 Hays Park 24,500.00 24,500.00 6,000.00 18,500.00 24.49 620-6610-60-00 Stars Trail Park #1 450,000.00 450,000.00 450,000.00 630-4015-50-00 Impact Fees - 3,584,000.00 - 3,584,000.00 - 1,117,078.00 - 180,900.00 31.17 - 2,466,922.00 630-4615-50-00 Interest - 40,000.00 - 40,000.00 - 26,705.74 - 1,587.76 66.76 - 13,294.26 630-5405-50-00 24 WL Conn. Cnty Line EST/DNT 660,000.00 660,000.00 660,000.00 630-5430-50-00 Legal Fees - County Line EST 3,116.37 2,675.87 - 3,116.37 630-5430-50-00 Legal - 24" WL Cnty Line EST 19,210.00 8,362.50 - 19,210.00 630-5489-50-00 Dev Agrmnt-TVG Westside 975,000.00 975,000.00 157,989.64 16.20 817,010.36 630-5489-50-00 Dev Agrmt-Prsp Prtnrs West 129,750.00 129,750.00 111,540.00 85.97 18,210.00 630-5489-50-00 Dev Agrmnt-Parks @ Legacy 25,000.00 25,000.00 25,000.00 630-5489-50-00 Dev Agrmnt-Prosper Lakes 97,500.00 97,500.00 97,500.00 630-5489-50-00 Dev Agrment-Star Trail 292,500.00 292,500.00 292,500.00 630-5489-50-00 Dev Agrmnt-TVG Windsong 100,000.00 100,000.00 66,300.00 66.30 33,700.00 630-6610-50-00 County Line Elevated Storage 2,525,348.00 - 2,395,747.79 129,600.21 9,992.00 93,813.21 7.71 25,795.00 630-6610-50-00 24 WL Conn. Cnty Line EST/DNT 2,116,540.00 - 726,304.31 1,390,235.69 69,117.07 2,849.49 207,578.62 4.97 1,113,540.00 630-6610-50-00 Custer Road Pump Station Expan 272,950.00 587,333.47 860,283.47 426,105.77 258,226.29 161,227.70 49.53 272,950.00 630-6610-50-00 Lower Pressure Plane Easements 1,487,150.00 1,487,150.00 1,487,150.00 630-7144-50-00 Transfer to Capital Proj Fund 25,000.00 25,000.00 25,000.00 630-7144-50-00 Transfer Out - Fishtrap EST 2,842,553.00 2,842,553.00 2,842,553.00 100.00 640-4020-50-00 Impact Fees - 600,000.00 - 600,000.00 - 289,081.00 - 67,158.00 48.18 - 310,919.00 640-4620-50-00 Interest - 12,000.00 - 12,000.00 - 13,252.39 - 1,786.22 110.44 1,252.39 47 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 640-4905-50-00 Equity Fee - 200,000.00 - 200,000.00 - 82,000.00 - 18,500.00 41.00 - 118,000.00 640-5489-50-00 Dev Agrmt TVG Westside Util 170,750.00 170,750.00 45,978.00 26.93 124,772.00 640-5489-50-00 Dev Agrmt Propser Partners 40,000.00 40,000.00 6,830.00 17.08 33,170.00 640-5489-50-00 Dev Agrmt Frontier Estates 51,225.00 51,225.00 5,644.00 11.02 45,581.00 640-5489-50-00 Dev Agrmnt LaCima 10,000.00 10,000.00 10,000.00 640-5489-50-00 Dev Agrmnt Brookhollow 5,000.00 5,000.00 5,000.00 640-5489-50-00 Dev Agrmnt TVG Windsong 68,300.00 68,300.00 38,555.00 56.45 29,745.00 640-5489-50-00 Dev Agrmnt All Storage 15,000.00 15,000.00 15,000.00 640-5489-50-00 Dev Agrmnt Legacy Garden 100,000.00 100,000.00 100,000.00 660-4040-50-00 East Thoroughfare Impact Fees - 2,825,000.00 - 2,825,000.00 - 467,642.32 - 60,625.00 16.55 - 2,357,357.68 660-4610-50-00 Interest - 50,000.00 - 50,000.00 - 14,761.99 - 1,043.57 29.52 - 35,238.01 660-5489-50-00 Dev Agrmnt PISD 350,000.00 350,000.00 350,000.00 660-6410-50-00 Land Acq. First (DNT-Clmn)- 536.07 536.07 660-6610-50-00 Prosper Trail (Kroger to Coit) 2,982,000.00 2,982,000.00 2,982,000.00 660-6610-50-00 Prosper Trail (Coit - Custer) 200,000.00 207,208.97 407,208.97 58,388.34 7,030.96 148,820.63 14.34 200,000.00 660-6610-50-00 Coit Road (First - Frontier) 600,000.00 689,900.00 1,289,900.00 138,863.60 52,036.80 617,708.80 10.77 533,327.60 660-6610-50-00 FM2478 ROW (US380-FM1461) 69,000.00 69,000.00 68,832.15 99.76 167.85 660-6610-50-00 First (DNT Intersection Imp) 1,250,000.00 1,250,000.00 427,382.00 34.19 822,618.00 660-6610-50-00 Traffic Signal (Coit & First) 250,000.00 250,000.00 250,000.00 660-7144-50-00 Transfer to Capital Proj Fund 96,000.00 96,000.00 96,000.00 670-4530-10-00 Police Donation Inc - 15,000.00 - 15,000.00 - 7,025.00 - 1,077.00 46.83 - 7,975.00 670-4531-10-00 Fire Donations - 14,000.00 - 14,000.00 - 5,528.00 - 1,099.00 39.49 - 8,472.00 670-4535-10-00 Child Safety Inc - 5,000.00 - 5,000.00 - 3,369.93 - 2,962.06 67.40 - 1,630.07 670-4550-10-00 LEOSE Revenue - 4,000.00 - 4,000.00 - 2,739.40 - 2,739.40 68.49 - 1,260.60 670-4610-10-00 Interest Income - 2,525.00 - 2,525.00 - 2,533.43 - 326.51 100.33 8.43 670-4916-10-00 Cash Seizure Forfeit-PD - 2,966.25 2,966.25 670-5205-10-00 Police Donation Exp 20,000.00 - 11,884.00 8,116.00 575.00 7.09 7,541.00 670-5206-10-00 Fire Dept Donation Exp 5,000.00 5,000.00 - 722.92 - 14.46 5,722.92 670-5208-10-00 Child Safety Expense 5,000.00 5,000.00 3,780.97 3,780.97 75.62 1,219.03 670-5212-10-00 Tree Mitigation Expense 6,339.00 6,339.00 6,339.00 670-5292-10-00 PD Seizure Expense 5,000.00 11,884.00 16,884.00 8,960.20 8,817.00 53.07 - 893.20 680-4041-50-00 W Thoroughfare Impact Fees - 2,035,000.00 - 2,035,000.00 - 1,427,927.09 - 339,590.73 70.17 - 607,072.91 680-4610-50-00 Interest - 20,000.00 - 20,000.00 - 22,714.55 - 3,662.07 113.57 2,714.55 680-5414-50-00 Appraisal/Tax Fees Cook Ln 2,800.00 2,800.00 - 2,800.00 680-5489-50-00 Development Agrmnt Parks/Legac 250,000.00 250,000.00 250,000.00 680-5489-50-00 TVG West Propser Rds Impact Fe 543,384.00 543,384.00 543,384.00 680-5489-50-00 Dev Agrment Star Trail 400,000.00 400,000.00 400,000.00 680-5489-50-00 Dev Agrmnt Legacy Garden 250,000.00 250,000.00 250,000.00 680-6110-50-00 First Street (DNT to Coleman) 42,000.00 42,000.00 42,000.00 680-6610-50-00 Cook Lane (First - End) 1,250,000.00 178,588.38 1,428,588.38 30,621.01 425.56 164,733.37 2.14 1,233,234.00 680-6610-50-00 First (DNT Intersection Imp) 1,250,000.00 - 1,250,000.00 680-6610-50-00 Prosper Trl (DNT Intersection) 75,000.00 - 75,000.00 680-7144-50-00 Transfer to Capital Proj Fund 5,000.00 - 5,000.00 48 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 680-7144-50-00 Trnsfr-Prosper Trl (DNT Inter) 75,000.00 75,000.00 75,000.00 100.00 730-4530-10-00 Employee Contributions - 705,308.00 - 705,308.00 - 244,340.03 - 51,515.18 34.64 - 460,967.97 730-4535-10-00 Employer Contributions - 1,983,503.00 - 1,983,503.00 - 839,764.90 - 146,165.02 42.34 - 1,143,738.10 730-4540-10-00 Contractor Insurance Premium - 8,895.20 - 1,888.66 8,895.20 730-4610-10-00 Interest Income - 4,500.00 - 4,500.00 - 2,375.88 - 236.88 52.80 - 2,124.12 730-5160-10-00 Health Insurance 2,315,241.00 2,315,241.00 916,608.07 156,499.02 39.59 1,398,632.93 730-5161-10-00 PCORI Fees 698.00 698.00 698.00 730-5162-10-00 HSA Expense 135,825.00 135,825.00 144,301.14 2,344.34 106.24 - 8,476.14 730-5165-10-00 Dental Insurance 150,191.00 150,191.00 79,562.08 14,277.86 52.97 70,628.92 730-5170-10-00 Life Insurance/AD&D 30,000.00 30,000.00 16,545.03 2,810.01 55.15 13,454.97 730-5185-10-00 Long/Short Term Disability 23,040.00 23,040.00 12,642.48 2,151.91 54.87 10,397.52 730-5480-10-00 Contract Services 55,926.00 55,926.00 46,061.16 1,080.84 82.36 9,864.84 730-5600-10-00 Special Events 6,000.00 6,000.00 6,000.00 750-4530-10-00 Contributions - W Prosper Rd - 1,000,000.00 - 1,000,000.00 - 1,000,000.00 750-4610-10-00 Interest Income - 75,860.52 - 10,096.28 75,860.52 750-4612-10-00 Interest-2006 Bond - 985.10 - 107.82 985.10 750-4616-10-00 Interest 2012 GO Bond - 199.36 - 37.71 199.36 750-4618-10-00 Interest TXDOT Contributions - 28,149.66 - 4,903.20 28,149.66 750-4993-10-00 Transfer from Impact Fees - 75,000.00 - 75,000.00 - 80,000.00 106.67 5,000.00 750-4995-10-00 Transfer In - 1,875,000.00 - 1,875,000.00 - 1,875,000.00 100.00 750-4997-10-00 Transfers In - Bond Funds - 2,213,844.86 - 1,017,754.43 2,213,844.86 750-5405-10-00 W Prosper Rd Land Acq Svcs 4.48 - 4.48 750-5405-10-00 Land Acq Svcs First St 7,408.00 1,349,586.75 1,356,994.75 194,940.00 13,570.00 14.37 1,148,484.75 750-5405-10-00 Land Acq Svcs Park/PW Complex 5,605.00 4,199.00 - 5,605.00 750-5410-10-00 HWY 289 Gateway Monument 5,100.00 5,100.00 5,100.00 750-5410-10-00 US380 Median Design 17,459.44 17,459.44 4,871.94 12,587.50 27.90 750-5410-10-00 Firs St(DNT Intersection) Imp 110,585.00 110,585.00 33,585.00 2,065.00 30.37 77,000.00 750-5410-10-00 Victory Way (Coleman-Frontier) 247,600.00 247,600.00 247,600.00 750-5410-10-00 Fishtrap - Teel Int Improve 44,972.72 44,972.72 14,387.61 8,987.61 30,585.11 31.99 750-5410-10-00 Coleman (Gorgeous-Prosper Trl) 375,000.00 375,000.00 375,000.00 750-5410-10-00 Prosper Trl (DNT Intersection) 88,000.00 88,000.00 66,434.00 27,589.00 21,566.00 75.49 750-5419-10-00 Prosper Trail (Kroger to Coit) 17,915.00 17,915.00 17,915.00 750-5419-10-00 First Street (DNT to Coleman) 123,546.49 123,546.49 5,000.00 625.00 118,546.49 4.05 750-5419-10-00 Town Hall Infrastructure Imprv 1,700.00 161.05 - 1,861.05 750-5430-10-00 Legal Fees-Downtown Enhncmnts 10,413.44 3,915.78 - 10,413.44 750-5435-10-00 Legal Filing Prosper Trail 38.00 - 38.00 750-5435-10-00 Legal Filing 1512-ST 178.00 178.00 - 178.00 750-5435-10-00 Legal Notices - 1820ST 54.00 54.00 - 54.00 750-6610-10-00 Frontier Pkwy BNSF Overpass 1,230,996.00 1,230,996.00 1,230,996.00 750-6610-10-00 Decorative Monument Signs 22,708.65 22,708.65 22,708.65 100.00 750-6610-10-00 Downtown Enhancements 1,620,486.55 1,620,486.55 499,334.95 169,307.45 1,121,561.55 30.81 - 409.95 750-6610-10-00 West Prosper Rd Improvements 3,100,000.00 4,468,602.65 7,568,602.65 771,692.96 274,738.77 3,366,001.29 10.20 3,430,908.40 750-6610-10-00 Prosper Trail (Kroger to Coit) 3,809,774.10 3,809,774.10 794,068.10 128,655.01 3,018,795.01 20.84 - 3,089.01 49 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 750-6610-10-00 Old Town Streets 766,411.14 766,411.14 323,621.22 146,743.60 442,789.92 42.23 750-6610-10-00 Town Hall Infrastructure Imprv 313.27 48.27 - 313.27 750-6610-10-00 Town Hall Construction 71,028.06 71,028.06 48,033.14 93.46 13,559.05 67.63 9,435.87 750-6610-10-00 Eighth Street (Church-PISD) 202,735.55 202,735.55 97,455.90 11,567.91 105,279.65 48.07 750-6610-10-00 Field Street (First-Broadway) 132,241.54 132,241.54 130,694.34 1,828.35 1,547.20 98.83 750-6610-10-00 Public Safety Complex, Ph 1 385,000.00 950,826.69 1,335,826.69 315,864.49 83,259.49 659,272.20 23.65 360,690.00 750-6610-10-00 Town Hall FFE 181,545.34 181,545.34 86,476.85 2,488.18 6,151.26 47.63 88,917.23 750-6610-10-00 HWY 289 Gateway Monument 245,200.00 245,200.00 245,200.00 750-6610-10-00 Whitley Place H&B Trail Extens 500,000.00 500,000.00 500,000.00 750-6610-10-00 Fifth St (Coleman-Church) 20,166.44 20,166.44 17,654.75 3,656.71 2,511.69 87.55 750-6610-10-00 Third St (Main-Coleman) 40,338.75 40,338.75 30,240.46 372.54 10,098.29 74.97 750-6610-10-00 Parks and Public Works Complex 1,981,375.00 1,981,375.00 1,133,172.91 1,133,172.91 57.19 848,202.09 750-6610-10-00 Windsong Road Repairs Ph3 618,385.00 618,385.00 416,259.59 30,969.09 202,125.41 67.31 750-6610-10-00 Victory Way (Coleman-Frontier) 2,250,000.00 2,250,000.00 2,250,000.00 750-6610-10-00 PS Facility-Development Costs 850,000.00 - 300,000.00 550,000.00 550,000.00 750-6610-10-00 PS Facility-Construction 10,765,000.00 635,000.00 11,400,000.00 11,400,000.00 750-6610-10-00 Public Safety Complex FFE 1,165,000.00 1,165,000.00 1,165,000.00 750-7144-10-00 Transfer Out 11,334.98 11,334.98 - 11,334.98 760-4610-10-00 Interest Income - 39,846.19 - 6,040.29 39,846.19 760-4993-10-00 Transfer From Impact Fees - 2,842,553.00 - 2,842,553.00 - 2,842,553.00 100.00 760-4995-10-00 Transfers In - 290,325.00 - 290,325.00 - 784,560.79 270.24 494,235.79 760-4997-10-00 Transfers In - Bond Funds - 332,669.54 - 11,334.98 332,669.54 760-5405-10-00 Land Acq. 24WL Conn EST 660,000.00 - 660,000.00 760-5419-10-00 Prosper Trail EST 9,650.00 9,650.00 9,650.00 100.00 760-5435-10-00 Legal Notices Church/Parvin 236.00 236.00 - 236.00 760-5435-10-00 Legal notice - 1716WA 480.00 480.00 - 480.00 760-6410-10-00 Water Supply Line Ph I Esment 1,941,500.00 1,941,500.00 883,469.00 45.50 1,058,031.00 760-6610-10-00 Old Town Drainage-Church/Parvi 460,000.00 8,800.00 468,800.00 29,800.00 439,000.00 760-6610-10-00 Coleman Rd Drainage 290,979.00 290,979.00 290,979.00 760-6610-10-00 Old Town Drainage Land Acq 10,000.00 10,000.00 12,592.89 9,500.00 500.00 125.93 - 3,092.89 760-6610-10-00 Fishtrap Elevated Storage Tank 5,757,553.00 5,757,553.00 5,758,000.00 - 447.00 760-6610-10-00 Water Supply Line Phase I 1,720,684.19 1,720,684.19 759,372.61 759,372.61 961,311.58 44.13 760-6610-10-00 Old Town Regional Retention 550,000.00 41,250.00 591,250.00 62,750.00 528,500.00 760-6610-10-00 Parks and Public Works Complex 1,648,825.00 1,648,825.00 1,133,172.90 1,133,172.90 68.73 515,652.10 760-6610-10-00 Old Town Drng - Fifth St Trunk 400,000.00 400,000.00 266,142.33 6,819.85 66.54 127,037.82 760-6610-10-00 Glenbrooke Water Meter PRV's 150,000.00 150,000.00 79,500.00 31,875.00 70,500.00 53.00 760-6610-10-00 Custer Rd Meter Stat/WL Reloc 290,325.00 290,325.00 22,325.41 7,598.00 267,999.59 7.69 760-6610-10-00 Church/Parvin WW Reconstruct 100,000.00 100,000.00 100,000.00 760-6610-10-00 Doe Branch WWTP 0.25 MGD Expan 3,625,000.00 3,625,000.00 3,625,000.00 770-4610-10-00 Interest Income - 6,887.86 - 1,261.18 6,887.86 770-7144-10-00 Transfer to Capital Projects 105,888.80 17,123.45 - 105,888.80 771-4610-10-00 Interest Income - 31.41 - 5.64 31.41 772-4610-10-00 Interest Income - 1,883.52 - 464.40 1,883.52 50 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 772-7144-10-00 Transfer to Capital Projects - 136,409.29 136,409.29 773-4611-98-02 Interest - 2016 CO Proceeds - 1,613.80 - 273.42 1,613.80 773-7144-98-02 Transfer to CIP - 1615DR 3,092.89 - 3,092.89 773-7144-98-02 Transfer to CIP - 1616DR 30,000.00 - 30,000.00 774-4612-98-02 Interest - 2017 CO Proceeds - 4,102.45 - 609.12 4,102.45 774-7144-98-02 Tansfer to CIP - 1717DR 234,753.23 - 234,753.23 775-4610-10-00 Interest Income - 21,239.95 - 2,765.08 21,239.95 775-7144-10-00 Transfer to Capital Projects 1,235,221.06 689,548.73 - 1,235,221.06 776-4610-10-00 Interest Income - 106,380.00 - 20,707.62 106,380.00 780-4610-10-00 Interest Income - 9,035.21 - 1,744.11 9,035.21 780-7144-10-00 Transfer to Capital Projects 24,963.91 - 24,963.91 781-4610-10-00 Interest Income - 6.90 - 1.17 6.90 781-7144-10-00 Transfer to Capital Projects 152,396.96 - 152,396.96 782-4610-10-00 Interest Income - 31,835.67 - 5,305.91 31,835.67 782-7144-10-00 Transfer to Capital Projects 832,158.42 311,082.25 - 832,158.42 800-4120-65-00 Sales Taxes - 2,455,008.00 - 2,455,008.00 - 1,110,036.01 - 276,163.72 45.22 - 1,344,971.99 800-4610-65-00 Interest Income - 50,000.00 - 50,000.00 - 42,180.96 - 8,017.69 84.36 - 7,819.04 800-4910-65-00 Other Revenue - 45.81 45.81 800-5110-65-00 Salaries & Wages 385,562.00 385,562.00 93,968.28 12,104.01 24.37 291,593.72 800-5140-65-00 Salaries - Longevity Pay 275.00 275.00 270.00 98.18 5.00 800-5141-65-00 Salary-Incentive 20,000.00 20,000.00 20,000.00 800-5142-65-00 Car Allowance 14,400.00 14,400.00 2,400.00 300.00 16.67 12,000.00 800-5143-65-00 Cell Phone Allowance 2,580.00 2,580.00 700.00 115.00 27.13 1,880.00 800-5145-65-00 Social Security Expense 24,335.00 24,335.00 3,593.14 708.70 14.77 20,741.86 800-5150-65-00 Medicare Expense 5,692.00 5,692.00 1,318.83 165.75 23.17 4,373.17 800-5155-65-00 SUTA Expense 486.00 486.00 282.95 60.47 58.22 203.05 800-5160-65-00 Health Insurance 26,378.00 26,378.00 9,387.76 1,453.38 35.59 16,990.24 800-5165-65-00 Dental Insurance 1,451.00 1,451.00 472.90 81.60 32.59 978.10 800-5170-65-00 Life Insurance/AD&D 517.00 517.00 120.44 10.88 23.30 396.56 800-5175-65-00 Liability (TML)/Workers' Comp 746.00 746.00 184.05 23.67 24.67 561.95 800-5180-65-00 TMRS Expense 53,182.00 53,182.00 13,109.58 1,687.52 24.65 40,072.42 800-5185-65-00 Long/Short Term Disability 715.00 715.00 178.55 23.00 24.97 536.45 800-5186-65-00 WELLE-Wellness Prog Reimb-Empl 600.00 600.00 217.48 50.00 36.25 382.52 800-5189-65-00 Administrative Fees 15,000.00 15,000.00 6,250.00 1,250.00 41.67 8,750.00 800-5190-65-00 Contract Labor 50,000.00 50,000.00 50,000.00 800-5210-65-00 Office Supplies 2,500.00 - 300.00 2,200.00 292.51 13.30 1,907.49 800-5212-65-00 Building Supplies 500.00 300.00 800.00 851.27 127.05 106.41 - 51.27 800-5220-65-00 Office Equipment 15,000.00 15,000.00 2,428.04 16.19 12,571.96 800-5230-65-00 Dues,Fees,& Subscriptions 40,000.00 40,000.00 1,801.85 72.45 4.51 38,198.15 800-5240-65-00 Postage and Delivery 1,000.00 1,000.00 50.00 5.00 950.00 800-5265-65-00 Promotional Expense 80,000.00 80,000.00 3,074.00 3.84 76,926.00 800-5280-65-00 Printing and Reproduction 5,000.00 5,000.00 213.19 4.26 4,786.81 800-5305-65-00 Chapt 380 Program Grant Exp 504,515.00 504,515.00 145,253.54 43,571.65 28.79 359,261.46 51 Item 9b Account Description Current Current Currrent Current Current Encumbrances Percent YTD Current Year Year Year YTD Month %Remaining Adopted Budget Amendment Amended Budget Actual Actual Budget 800-5310-65-00 Rental Expense 65,500.00 65,500.00 29,742.60 4,763.73 45.41 35,757.40 800-5330-65-00 Copier Expense 5,500.00 5,500.00 5,500.00 800-5340-65-00 Building Repairs 500.00 500.00 500.00 800-5410-65-00 Professional Services 225,000.00 225,000.00 85,708.19 4,570.36 15,000.00 38.09 124,291.81 800-5412-65-00 Audit Fees 2,375.00 2,375.00 2,375.00 2,375.00 100.00 800-5414-65-00 Appraisal/Tax Fees 1,676.08 - 1,676.08 800-5430-65-00 Legal Fees 25,000.00 25,000.00 4,321.00 305.00 17.28 20,679.00 800-5520-65-00 Telephones 4,200.00 4,200.00 254.51 75.98 6.06 3,945.49 800-5526-65-00 Data Network 1,000.00 1,000.00 379.92 76.00 37.99 620.08 800-5530-65-00 Travel 30,000.00 30,000.00 911.99 3.04 29,088.01 800-5531-65-00 Prospect Mtgs/Business Meals 10,000.00 10,000.00 1,248.66 175.82 12.49 8,751.34 800-5533-65-00 Mileage Expense 500.00 500.00 62.97 12.59 437.03 800-5536-65-00 Training/Seminars 15,000.00 15,000.00 1,636.00 1,925.00 10.91 13,364.00 800-6015-65-00 Project Incentives 10,000.00 10,000.00 10,000.00 800-7100-65-00 Operating Transfer Out 660.39 - 660.39 52 Item 9b Page 1 of 2 To: Mayor and Town Council From: Dudley Raymond, Parks and Recreation Director Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Whitley Place Trail (Power line Easement). Description of Agenda Item: The Collin County Parks & Open Space Project Funding Assistance Program has been in place since 1999, utilizing County bond funds to assist local municipalities in acquisition of land for parks, construction of hike and bike trails, and capital improvements to improve park land. The funding assistance matches the Town’s dollars at a 1:1 ratio. In 2018, the citizens approved a $10 million bond proposed for Parks and Open Space. Over the next five years (2019-2023) Collin County will make these funds accessible to cities and non-profit organizations within the County. The Town of Prosper is requesting matching funds of approximately $100,000 towards the construction of the Whitley Place Trail (Powerline Easement) Project (1926-PK). Preliminary Designs have been completed with the development of Whitley Place Phase 9, however additional design costs will be required to complete the project. These design fees are anticipated to be included in the 2019-2020 budget. The current approved CIP Program Summary shows a project total of $280,000. Additional costs associated with the project will be included and shown as additional Town match to increase the chance of receiving grant funding. Budget Impact: The requested amount from the Collin County Parks & Open Space Project Funding Assistance Program is $100,000. Park Dedication Funds, Park Improvement Fees, or other funding sources could be utilized to match the Collin County funds. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P, has approved the standard Resolution as to form and legality. Attached Documents: 1. Resolution PARKS & RECREATION Prosper is a place where everyone matters. Item 9c Page 2 of 2 Town Staff Recommendation: Town staff recommends the Town Council approve a resolution authorizing the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Whitley Place Trail (Power line Easement). Proposed Motion: I move to approve a resolution authorizing the Town Manger to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of Whitley Place Trail (Power line Easement). Item 9c TOWN OF PROSPER, TEXAS RESOLUTION NO. 19-__ A RESOLUTION OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, AUTHORIZING THE TOWN MANAGER OF THE TOWN OF PROSPER, TEXAS, TO EXECUTE AN APPLICATION TO THE COLLIN COUNTY PARKS & OPEN SPACE PROJECT FUNDING ASSISTANCE PROGRAM FOR THE CONSTRUCTION OF WHITLEY PLACE TRAIL (POWERLINE EASEMENT); AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Town Council wishes to authorize the Town Manager to execute an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction of the Whitley Place trail; and WHEREAS, the Town Council further has determined that this is in the best interests of the Town and its residents. NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 All of the above premises are found to be true and correct legislative determinations of the Town of Prosper, Texas, and are hereby approved and incorporated into the body of this Resolution as if copied in their entirety. SECTION 2 The Town Manager of the Town of Prosper, Texas, is hereby authorized to execute, on behalf of the Town Council of the Town of Prosper, Texas, an application to the Collin County Parks & Open Space Project Funding Assistance Program for the construction Whitley Place Trail (Powerline Easement), as hereto attached. SECTION 3 This Resolution shall take effect immediately upon its passage. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS THE 14TH DAY OF MAY , 2019. ___________________________________ Ray Smith, Mayor ATTEST: ___________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: ___________________________ Terrence S. Welch, Town Attorney Item 9c To: Mayor and Town Council From: Stuart Blasingame, Fire Chief Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon authorizing the Town Manager to execute an agreement between the North Central Texas Council of Governments (NCTCOG) and the Town of Prosper, Texas, concerning the Clean Fleets North Texas grant awarded to the Town in March of 2019. Description of Agenda Item: The Town of Prosper Fire Department is scheduled to replace Fire Engine 11 in the year 2020 and has secured a grant award from the Clean Fleets of North Texas Grant Program to pay 25% of the costs. Budget Impact: Replacement costs for Engine 11 are estimated at $737,549.24 and the Clean Fleets grant will pay a max dollar amount totaling $182,788.00, which is roughly 25% of the replacement engine costs. The Town will be responsible for the difference of $554,761.24. This estimate includes the vendor price increase of February 2019, which raised the original estimate by $6,398.24. If the Town did not secure these funds for FY20 replacement, it would have to incur 100% of the costs. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the grant award agreement as to form and legality. Attached Documents: 1.NCTCOG grant award agreement Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute an agreement between NCTCOG and the Town of Prosper, Texas, concerning the NCTCOG Clean Fleets grant award awarded to the Town in March of 2019. FIRE DEPARTMENT Item 9d Proposed Motion: I move to authorize the Town Manager to execute an agreement between NCTCOG and the Town of Prosper, Texas, concerning the NCTCOG Clean Fleets grant awarded to the Town in March of 2019. Item 9d DocuSign Envelope ID: C62A7811-D929-4D7C-9A6D-60F8DBBD5171Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS CLEAN FLEETS NORTH TEXAS 2018 CALL FOR PROJECTS Program Implementation AGREEMENT COVER SHEET TYPE OF AGREEMENT: Sub-award Agreement for Reimbursable Activities with Town of Prosper (DUNS # 0051326353 ). for the North Texas Regional Reduction Emissions Project PROJECT NUMBER: TRN5175 CFDA NAME & NUMBER: National Clean Diesel Funding Assistance Program - 66.039 AGREEMENT PERIOD: Agreement Execution through December 13, 2020 MAXIMUM REIMBURSEMENT: $182,788 FUNDING SOURCE & AWARD AMOUNT: Environmental Protection Agency (EPA) National Clean Diesel Funding Assistance Program - $7,140,841 PERIOD OF PERFORMANCE FOR NCTCOG’S AWARD: January 1, 2018 to December 30, 2020 PARTIES: NCTCOG Contacts North Central Texas Council of Governments Project Manager: 616 Six Flags Drive Lori Clark Centerpoint II Program Manager Arlington, Texas 76011 817-695-9232 lclark@nctcog.org PERFORMING PARTY Agreement Coordinator Town of Prosper Kent Bauer 200 S. Main Street Emergency Management Coordinator Prosper, TX 75078 (469) 207-4731 Kent.bauer@prosperfire.com FUNDING AGENCY Project Officer Environmental Protection Agency Terrie Wright 1455 Ross Avenue, Suite 1200, 6PD-S 214-665-8453 Dallas, Texas 75202-2733 Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects North Central Texas Council of Governments CLEAN FLEETS NORTH TEXAS 2018 CALL FOR PROJECTS ARTICLE 1. PARTIES 1.1 Parties. This Agreement, hereinafter referred to as the “Agreement”, is made and entered into by and between the North Central Texas Council of Governments, hereinafter referred to as “NCTCOG”, and Town of Prosper, hereinafter referred to as the “PERFORMING PARTY”. NCTCOG and the PERFORMING PARTY may each be referred to as a “Party” and may be collectively referred to as “Parties” to this Agreement. ARTICLE 2. TERMS OF AGREEMENT 2.1 Scope of Work. The PERFORMING PARTY covenants and represents to NCTCOG that the PERFORMING PARTY will implement or perform activities as provided for in the Scope of Work (Appendix A) hereinafter referred to as the “SCOPE”. Tasks, as defined in the SCOPE, refer to a set of actions the PERFORMING PARTY must accomplish for each Scope Activity. Scope Activities, as defined in the SCOPE, relate to the individual equipment, vehicles, engines and/or technologies that were identified in the PERFORMING PARTY’S Application and approved for implementation. A unique identifier, the “Scope Activity Number”, will be used for requesting reimbursements. 2.2 Scope of Work Changes. Changes to the SCOPE must be agreed to by both parties, in writing. 2.3 Scope Activities. PERFORMING PARTY shall complete Scope Activities in accordance with the Clean Fleets North Texas 2018 Call for Projects Guidelines and as listed in the SCOPE, except as otherwise identified in this Agreement. 2.4 Activity Life. The PERFORMING PARTY will own, and/or lease, and operate the grant funded equipment, vehicles, engines and/or technologies for the duration of NCTCOG approved Activity Life as identified in the SCOPE. 2.5 Geographic Location. The PERFORMING PARTY will own and operate the grant funded equipment, vehicles, engines, and/or technologies for the duration of the NCTCOG approved Activity Life for each funded activity as identified in the SCOPE. PERFORMING PARTY agrees that equipment, vehicles, engines, and/or technologies purchased under this Agreement must be operated primarily within the North Texas counties of Collin, Dallas, Denton, Ellis, Johnson, Kaufman, Parker, Rockwall, Tarrant, or Wise. 2.6 Compliance. All activities funded, operated, and maintained under this Agreement must be in compliance with the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 Code of Federal Regulations (CFR) 200 and other Federal, State, and local law. The PERFORMING PARTY agrees that all Scope Activities funded under the Agreement must be operated and maintained in accordance with federal, state, and local law and, if applicable, the PERFORMING PARTY’s Clean Fleet Policy, consistent with the Regional Transportation Council’s Clean Fleet Policy as adopted in December 2014. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 2.7 Emission Reductions. The PERFORMING PARTY agrees that emissions reductions provided by each Scope Activity shall be used by NCTCOG to meet air quality requirements and goals. The PERFORMING PARTY may not utilize emissions reductions to satisfy other air quality commitments. 2.8 Security/Lienholder Interest. For any vehicle acquired by PERFORMING PARTY under this Agreement, PERFORMING PARTY shall, as a condition of reimbursement by NCTCOG, cause NCTCOG to be listed as the first lienholder on applicable vehicle title(s) and deliver the original title(s) to NCTCOG. NCTCOG shall release the lien and return title(s) to PERFORMING PARTY upon expiration of all federal interest in the vehicle(s), as detailed in Article 4.2. 2.9 Time of Performance. The PERFORMING PARTY shall commence performance of the SCOPE after all parties have executed the Agreement. All Scope Activities should be completed no later than the completion deadline referenced in the SCOPE. This Agreement shall terminate upon completion of all Scope Activities, or by an act as identified in Section 2.10. Certain rights and obligations identified in this Agreement shall survive termination of this Agreement. 2.10 Termination. Either party reserves the right to terminate this Agreement in whole or in part. Notice of termination must be provided in writing, shall set forth the reasons for termination, and shall provide for a minimum of ten (10) days to cure the defect. Termination is effective only in the event the party fails to cure the defect within the period stated in the termination notice including any written extensions. If the Agreement is terminated, NCTCOG shall only be liable for eligible expenses completed before the effective date of termination. If Agreement is terminated, certain reporting requirements identified in this Agreement shall survive termination of this Agreement. NCTCOG will render payment upon the completion of reporting requirements. The Parties may terminate this Agreement at any time by mutual written concurrence. ARTICLE 3. AMENDMENTS 3.1 Agreement. This Agreement embodies all of the agreements of the parties relating to its subject matter and supersedes all prior understandings and agreements regarding such subject matter. 3.2 Severability. In the event any one or more of the provisions contained in this Agreement shall be for any reason held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision(s) hereof, and this Agreement shall be revised so as to cure such invalid, illegal, or unenforceable provision(s) to carry out as near as possible the original intent of the Parties. 3.3 Changed Circumstances. If future federal, state, or local statute, ordinance, regulation, rule, or action render this Agreement, in whole or in part, illegal, invalid, unenforceable, or impractical, the parties agree to delete and/or to modify such portions of the Agreement as are necessary to render it valid, enforceable, and/or practical. Each section, paragraph, or provision of this Agreement shall be considered severable, and if, for any reason, any section, paragraph, or provision herein is determined to be invalid Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects under current or future law, regulation, or rule, such invalidity shall not impair the operation of or otherwise affect the valid portions of this instrument. 3.4 Modifications. Modifications to this Agreement must be reviewed by all parties and agreed to in writing. ARTICLE 4. PROCUREMENT AND PROPERTY MANAGEMENT 4.1 Procurement Standards. The PERFORMING PARTY’S standards of procurement and property management are subject to audit and inspection by the Comptroller General of the United States in accordance with 2 CFR 200.317-.326. The PERFORMING PARTY’S standards governing procurement will be in accordance with 40 CFR Part 30 and Part 31, as outlined in Appendix E. 4.2 Equipment Use, Management, and Disposition. PERFORMING PARTY agrees the equipment acquired under this Agreement will be subject to the use and management and disposition regulations at 2 CFR 200.313, as applicable. Equipment is defined as tangible non-expendable personal property having a useful life of more than one year and acquisition cost and/or current market value of $5,000 or more per unit. Certified or verified equipment, vehicles, engines, and/or technologies are considered to be equipment to the extent they fall within this definition. The PERFORMING PARTY agrees to utilize equipment funded through this Agreement for the purposes outlined in the SCOPE and consistent with the goals and objectives of the Clean Fleets North Texas 2018 Call for Projects Guidelines during the Activity Life def ined in the SCOPE, and until all federal interest in the equipment is fulfilled, which typically occurs when the fair market value of the equipment falls below $5,000.Thus, NCTCOG encourages the PERFORMING PARTY to continue to utilize equipment acquired through this Agreement for the purposes outlined in the SCOPE and consistent with the goals and objectives of the Clean Fleets North Texas 2018 Call for Projects Guidelines Project beyond the Activity Life. At the end of the Activity Life, or upon transfer of ownership, the PERFORMING PARTY shall submit to NCTCOG a written certification of the disposition of equipment funded through this Agreement. The certification shall describe the continued use and condition of the equipment, fair market value, remaining useful life, and any actual or anticipated improvements that may increase the value of the equipment. NCTCOG, at its sole discretion, shall determine if the equipment retains any value to NCTCOG or NCTCOG’s Funding Agency at the end of the Activity Life, consistent with 2 CFR 200. If, at the end of the Activity Life, the equipment retains no value to NCTCOG or NCTCOG’s Funding Agency, the PERFORMING PARTY shall have no further obligation to NCTCOG with respect to the equipment. If, at the end of the Activity Life, the equipment retains value to NCTCOG or NCTCOG’s Funding Agency, and the equipment is no longer used for the purposes outlined in the SCOPE, the PERFORMING PARTY may be required to return a portion of funding received under this Agreement to NCTCOG, consistent with 2 CFR 200. The PERFORMING PARTY agrees to provide NCTCOG reasonable information concerning the use and condition of the equipment upon request. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 4.3 Program Income. If program income is generated during the course of the project, program income requirements apply in accordance with 2 CFR 200. Program income is defined a gross income received by the subgrantee directly generated by a grant supported activity, or earned only as a result of the grant agreement during the grant period. “During the grant period” is the time between the effective date of the award and the termination date of the award. Program income must be identified upon request for reimbursement. This includes, but is not limited to scrap value received for sale of a destroyed equipment, vehicle, and/or engine. ARTICLE 5. FUNDING & BUDGET 5.1 Award Amount. The total project cost is $731,151. NCTCOG will reimburse PERFORMING PARTY’s eligible costs of implementing Task(s) as outlined in the SCOPE under the conditions in this Agreement not to exceed the maximum Award Amount of $182,788. Grant funding cannot exceed twenty five percent (25%) of the incremental cost of the new vehicle/equipment or $182,788. The actual amount of reimbursement may be less than the maximum Award Amount and will be determined under the conditions of this Agreement. Eligible costs incurred by the PERFORMING PARTY that are not reimbursed through payment of the funding award shall be recorded as mandatory cost share or local match contribution to the project by the PERFORMING PARTY. 5.2 Indirect Costs. The PERFORMING PARTY’S eligible indirect cost rate under this Agreement is 0%. ARTICLE 6. PAYMENTS 6.1 Payment. Reimbursement shall be made only upon completion of a Task or SCOPE Activity. A cost may not be considered incurred, and eligible for reimbursement, until the product or service has been received, accepted, and paid for by the PERFORMING PARTY. Any reimbursement under this Agreement shall be payable only after eligible costs are approved by NCTCOG. NCTCOG will approve payments as soon as practicable, but not later than forty-five (45) days after a complete Request for Reimbursement has been received, provided that complete and accurate supporting documentation has been submitted to NCTCOG. Costs incurred prior to execution of this Agreement may not be eligible for reimbursement. There shall be no obligation whatsoever to pay for performance of this Agreement from the monies of NCTCOG, other than grant funds received by NCTCOG from NCTCOG funding agency for the purposes of reimbursement under this Agreement. 6.2 Reimbursement. All reimbursement requests prepared by the PERFORMING PARTY shall be submitted by the deadlines outlined in the SCOPE to NCTCOG at TRGrants@nctcog.org. Requests for Reimbursement shall include PERFORMING PARTY invoice on letterhead, signatory or submittal by a certifying official as detailed in Article 6.3, proof of payment, applicable receipts, and other supporting documentation that identifies the incremental cost of capital purchases identified in the SCOPE, and shall detail the portion of cost to be reimbursed by NCTCOG and the portion of cost credited as local match. PERFORMING PARTY must also submit proof of delivery before payment can be approved. A Request for Reimbursement Form shall be Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects accompanied by an Activity Information Form. NCTCOG may deem a Request for Reimbursement incomplete if the data and/or documentation are incomplete or improper, or if the PERFORMING PARTY fails to submit necessary reports or provide other information requested by NCTCOG under the terms of this Agreement. Forms required for reimbursement are available online and can be downloaded from NCTCOG website at www.nctcog.org/aqfunding. A hard copy is available at the request of the PERFORMING PARTY. 6.3 As detailed in Article 6.2, The PERFORMING PARTY is required to provide signed invoices. In lieu of documenting certifications on each invoice, the individual noted below has the authority, on behalf of the PERFORMING PARTY, to make such certifications and serve as the signatory on invoices related to this project. By signing the invoice, Certifying Officials are acknowledging review of invoices to ensure expenses included in the invoice are consistent with the agreement, all services and costs documented on the invoice are accurate and eligible, and all subrecipients and contractors have been fully paid. Any invoices received by NCTCOG without the signature of the individual noted below may result in the invoice being returned unpaid. Certifying Official Name: Stuart Blasingame Certifying Official Title: Fire Chief 6.4 Eligible Expenses. NCTCOG may reject requests for reimbursements which fail to demonstrate that costs are eligible for reimbursement and/or which fail to conform to the requirements of this Agreement. Eligible and allowable expenses are limited to costs determined by NCTCOG in its sole discretion as eligible costs necessary for the purchase of equipment, vehicle, and/or engine as identified in the SCOPE and cost principles established in 2 CFR Part 200. Costs incurred prior to execution of the agreement are not eligible for reimbursement. 6.5 Availability of Funds. Any reimbursement under this Agreement shall be payable only after eligible costs are approved by NCTCOG. This Agreement and all claims, suits, or obligations arising under or related to this Agreement are subject to and limited to the receipt and availability of funds which are received from the funding agency by NCTCOG dedicated for the purpose of this Agreement. 6.6 Balance of Funds. If actual costs are lower than expected and the full Award Amount is not fully utilized, the PERFORMING PARTY may request approval from NCTCOG to use the balance of the Award Amount in a manner consistent with the SCOPE and all requirements of this Agreement, including cost share. If this situation arises, the PERFORMING PARTY will notify NCTCOG Project Manager and request approval as quickly as possible to ensure timely implementation. 6.7 Return of Funds. The PERFORMING PARTY agrees to return funds received from NCTCOG for reimbursement of Scope Activities where the PERFORMING PARTY has failed to comply with the requirements set forth in this Agreement, including but not limited to 1) failure to achieve projected emissions reductions as determined by NCTCOG, 2) failure to comply with vehicle disposition requirements, 3) failure to comply with reporting requirements as identified in the SCOPE, and 4) failure to maintain Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects operation and possession of the grant-funded equipment, vehicles, engines, and/or technology through the duration of the Activity Life, as identified in the SCOPE, and until all federal interest is fulfilled. ARTICLE 7. RIGHTS 7.1 Authority. The PERFORMING PARTY shall have no authority to act for or on behalf of NCTCOG except as expressly provided for in this Agreement; no other authority, power, use, or joint enterprise is granted or implied. The PERFORMING PARTY may not incur any debts, obligations, expenses, or liabilities of any kind on behalf of NCTCOG. 7.2 Assignment. Without the prior written consent of NCTCOG, the PERFORMING PARTY may not transfer or assign any rights or duties under or any interest in this Agreement. ARTICLE 8. MISCELLANEOUS PROVISIONS 8.1 Property Insurance. The PERFORMING PARTY must maintain sufficient property insurance for the repair or replacement of any Scope Activity for the Activity Life as defined in the SCOPE, unless otherwise expressly agreed upon in writing by NCTCOG. 8.2 Insurance Claims. Any insurance proceeds received by or on behalf of the PERFORMING PARTY under an insurance policy due to the damage or destruction of equipment, vehicles, engines and/or technologies funded under this Agreement must be utilized to repair or acquire an equivalent or better low emissions engine/technology or be paid to NCTCOG. 8.3 Indemnification. To the extent authorized by law, the PERFORMING PARTY shall indemnify, save and hold NCTCOG/Regional Transportation Council (RTC), its officials, officers, and employees harmless from any and all actions, obligations, claims, damages, expenses, costs of any kind, debts, negligence, and liabilities arising from, or in any way related to, acts or omissions of the PERFORMING PARTY, its employees, volunteers, subcontractors, or clientele, in the performance of, or failure to perform under, this Agreement. 8.4 Force Majeure. It is expressly understood and agreed by the parties to this Agreement that, if the performance of any provision of this Agreement is delayed by force majeure, defined as reason of war, civil commotion, act of God, governmental restriction, regulation or interference, fire, explosion, hurricane, flood, failure of transportation, court injunction, or any circumstances which are reasonably beyond the control of the party obligated or permitted under the terms of this Agreement to do or perform the same, regardless of whether any such circumstance is similar to any of those enumerated herein, the party so obligated or permitted shall be excused from doing or performing the same during such period of delay, so that the period of time applicable to such requirement shall be extended for a period of time equal to the period of time such party was delayed. Each party must inform the other in writing within reasonable time of the existence of such force majeure. 8.5 Captions. The captions, headings, and arrangements used in this Agreement are for convenience only and shall not in any way affect, limit, amplify, or modify its terms and provisions. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 8.6 Disputes and Remedies. The PERFORMING PARTY and NCTCOG shall negotiate in good faith toward resolving any disputes that arise under this Agreement. This Agreement does not limit any remedy or right under law available to a Party to enforce the terms herein. 8.7 Public Comment Process. As applicable, public meeting and public hearing notices regarding this project shall be provided to NCTCOG within five (5) days of publication. Meeting minutes, summaries of communication, and copies of written responses to public comments and questions shall be transmitted to NCTCOG Staff Contact person as identified on the Agreement cover sheet within thirty (30) days following the meeting. 8.8 Notice. All notices regarding this Agreement shall be in writing and shall be delivered to the addresses shown below, as applicable, with a copy provided to NCTCOG Project Manager, Staff Contact, and Agreement Administrator; and PERFORMING PARTY’S Agreement Coordinator identified on the Agreement cover sheet. Statements made or documentation provided through electronic mail can be deemed as official notices. NCTCOG Mailing Address: Physical Address: Michael Morris, P.E., Michael Morris, P.E., Director of Transportation Director of Transportation Transportation Department Transportation Department P.O. Box 5888 616 Six Flags Drive Arlington, Texas 76005-5888 Arlington, Texas 76011 Telephone No.: (817) 695-9240 Facsimile No.: (817) 640-3028 PERFORMING PARTY Mailing Address: Physical Address: Town of Prosper Town of Prosper Kent Bauer Kent Bauer PO Box 307 200 S. Main Street Prosper, TX 75078 Prosper, TX 75078 ARTICLE 9. ACCESSIBILITY AND MAINTENANCE OF RECORDS 9.1 Maintenance. The PERFORMING PARTY shall maintain a record keeping system for all of its activities, including program records and financial management records, which support and document all expenditures of funds made under this Agreement, in accordance with federal regulations, state rules, and the Agreement. This section shall not be interpreted to require maintenance of multiple exact duplicate copies of any record or document. 9.2 Retention. All records must be maintained for a minimum of three (3) years following the expiration of the Activity Life as described in the SCOPE. In the event that any litigation or claim is still pending upon the expiration of the Activity Life, these records shall be retained until resolution of the litigation or claim. NCTCOG, NCTCOG funding agency, or their designees shall have access to all records that are directly applicable to this Agreement for the purpose of making audit examinations. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects ARTICLE 10. AUDITS AND EVALUATIONS 10.1 Submission of Audits. As applicable, The PERFORMING PARTY shall provide NCTCOG, for its review, a copy of any audit received as a result of PERFORMING PARTY policy or audits of federal and state governments relating to the expenditure of funds under this Agreement. Such audits shall include or be accompanied by any applicable audit management letter issued and applicable responses to the auditor’s findings and recommendations. All audits shall be submitted to NCTCOG within thirty (30) days of receipt of each issued report. 10.2 Single Audit Act. As applicable, the PERFORMING PARTY shall comply with the requirements of the audit provisions of 2 CFR Part 200, Subpart F, which requires that a non-federal entity that expends $750,000 or more during the non-federal entity’s fiscal year in federal awards must have a single or program-specific audit conducted for that year. 10.3 Financial Records. The PERFORMING PARTY understands that acceptance of funds under this Agreement acts as acceptance of the authority of NCTCOG, NCTCOG funding agency, or their designees to conduct an audit or investigation in connection with those funds. The PERFORMING PARTY further agrees to cooperate fully with NCTCOG, NCTCOG funding agency, or their designees in the performance of an audit or investigation, including providing access to conduct financial and program monitoring of funding awarded to the PERFORMING PARTY under this Agreement and to perform an audit of related records that may encompass an examination of financial transactions, accounts and reports, as well as an evaluation of compliance with the terms and conditions of this Agreement. 10.4 Subcontractors. The PERFORMING PARTY will ensure that the aforementioned clause concerning the authority to audit funds received indirectly by subcontractors through the PERFORMING PARTY and the requirement to cooperate is included in any subcontract it awards under this Agreement. The PERFORMING PARTY will include in all subcontracts for work under this Agreement a requirement that subcontractors will provide access to all relevant financial records including bank statements. 10.5 Capital Assets and Usage Records. The PERFORMING PARTY shall authorize NCTCOG, NCTCOG funding agency, or their designees to inspect, with or without notice, equipment, vehicles, engines and/or technologies purchased by the PERFORMING PARTY with funds provided for under this Agreement. 10.6 Acceptable Verification. Upon request, the PERFORMING PARTY agrees to provide NCTCOG sufficient verification that the usage commitment identified in the SCOPE is taking place in one or more eligible counties listed in Section 2.5. Sufficient verification will be determined by NCTCOG, in its sole discretion. Examples of acceptable verification include sworn affidavits from the PERFORMING PARTY, data from global positioning system, or similar devices, or other reliable information sources. ARTICLE 11. REPRESENTATIONS 11.1 Alteration of Original Application. The information and data provided in the original application submitted by the PERFORMING PARTY may have been altered after Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects original submittal to NCTCOG to ensure that the information and calculations in the application are accurate. The PERFORMING PARTY hereby ratifies, adopts, and agrees to all representations in the Approved Application and deliverables it has provided to NCTCOG during the proposal process and agrees to give prompt written notice to NCTCOG if there is any material change in these certifications or deliverables. 11.2 Legal Mandate. The PERFORMING PARTY represents that the tasks funded under this Agreement are not required by any state or federal law, rule, regulation, memorandum of agreement, or other legally binding document. 11.3 Vehicle Markers. The PERFORMING PARTY agrees to place a label or sticker on funded equipment, vehicles, engines and/or technologies upon request by NCTCOG identifying it as part of an NCTCOG award and/or utilizing an alternative fuel or advanced technology. ARTICLE 12. REPORTS 12.1 Project Reporting. The PERFORMING PARTY shall provide NCTCOG with all reports detailed in the SCOPE, including information pertaining to the project and activity usage as identified in SCOPE. 12.2 Annual Asset Management Report. An Annual Asset Management Report must be submitted each year until all Property Management requirements, as detailed in Article 4.2, have been fulfilled. In the event the PERFORMING PARTY fails to complete necessary Annual Asset Management Reporting requirements a portion of awarded grant funds may have to be returned to NCTCOG. 12.3 Installation of Automatic Vehicle Locator Service. The PERFORMING PARTY shall allow for installation of an automatic vehicle locator service (AVLS) device, from a vendor procured by NCTCOG, on all vehicles or equipment funded under this Agreement to facilitate the required usage reporting. The AVLS device will track operating characteristics of the vehicle, including but not limited to, total mileage, mileage driven, hours driven, creeping and stationary idle engine hours, vehicle speed, and idle percentage within each of the ten ozone nonattainment counties as well as outside of the nonattainment area. Signature of this Agreement and Request for Reimbursement is the PERFORMING PARTY’S acknowledgement that data collected and compiled through an AVLS device shall be public record to the extent provided by the Texas Open Records Act and the Freedom of Information Act and shall be available to the public as provided therein. Additionally, NCTCOG may be required to use the data collected through an AVLS device to prepare reports which may be published by NCTCOG. The PERFORMING PARTY shall not disable, damage, and/or render inoperable a grant- funded AVLS device. The PERFORMING PARTY shall notify NCTCOG within forty-eight (48) hours if the AVLS device has malfunctioned or been damaged so that repair can be scheduled. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects ARTICLE 13. ASSURANCES 13.1 Equal Employment Opportunity. The PERFORMING PARTY shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, or national origin. The PERFORMING PARTY shall take affirmative action to ensure that applicants are employed, and that employees are treated, during their employment, without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 13.2 Nondiscrimination on the Basis of Disability. The PERFORMING PARTY agrees that no otherwise qualified disabled person shall, solely by reason of his disability, be excluded from participation in, be denied the benefits of, or otherwise be subject to discrimination under the project. The PERFORMING PARTY shall insure that all fixed facility construction or alteration and all new equipment included in the project comply with applicable regulations regarding Nondiscrimination on the Basis of Disability in Programs and Activities Receiving or Benefiting from Federal Financial Assistance, set forth in 49 CFR, Part 27 and any amendments thereto. 13.3. Noncollusion. The PERFORMING PARTY warrants that it has not employed or retained any company or person, other than a bona fide employee working for it, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. If the PERFORMING PARTY breaches or violates this warranty, NCTCOG shall have the right to annul this Agreement without liability or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, brokerage fee, gift, or contingent fee. 13.4 Gratuities. Any person doing business with or who, reasonably speaking, may do business with NCTCOG under this Agreement may, not make any offer of benefits, gifts or favors to employees of NCTCOG. Failure on the part of the PERFORMING PARTY to adhere to this policy may result in termination of this Agreement. 13.5 Debarment/Suspension. The PERFORMING PARTY is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. The PERFORMING PARTY and its subcontractors shall comply with the special provision “Certification Requirements for Recipients of Grants and Cooperative Agreements Regarding Debarments and Suspensions,” which is included as Appendix B of this Agreement. 13.6 Restrictions on Lobbying. The PERFORMING PARTY and PERFORMING PARTY’S subrecipients are prohibited from using monies for lobbying purposes; the PERFORMING PARTY shall comply with the special provision “Lobbying Certification and Disclosure of Lobbying Activities,” which is included as Appendix C of this Agreement. The PERFORMING PARTY shall include a statement of compliance with the Lobbying Certification and Disclosure of Lobbying Activities in applicable procurement solicitations. Lobbying Certification and Disclosure of Lobbying Activities Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects shall be completed by PERFORMING PARTY’S subrecipients and included in PERFORMING PARTY’S subrecipients’ contracts, as applicable. PERFORMING PARTY agrees to comply with the Title 40 CFR Part 34, New Restrictions on Lobbying. In accordance with the Byrd Anti-Lobbying Amendment, any Recipient who makes a prohibited expenditure under Title 40 CFR Part 34 or fails to file the required certification or lobbying forms shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure. 13.7 Disadvantaged Business Enterprises (DBE). NCTCOG encourages the PERFORMING PARTY to take all necessary affirmative steps to assure that Minority- owned Business Enterprises (MBE), Women-owned Business Enterprises (WBE), Historically Underutilized Business (HUB), Small Business Enterprise (SBE), and Labor Surplus Area Firms (LSAF) are used when possible. The PERFORMING PARTY must report and provide DBE certificates for any DBE receiving funding under this Agreement using the template provided in Appendix D. NCTCOG suggests that the PERFORMING PARTY comply by taking the following affirmative steps: 13.7.1 Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources. 13.7.2 Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women's business enterprises. 13.7.3 Requiring any PERFORMING PARTY Contractors to take the affirmative steps listed in this Article. 13.8 Compliance with Regulations. During the performance of this Agreement, the PERFORMING PARTY, for itself, its assignees, and successors agrees to comply with all applicable local, state, and federal regulations. 13.9 Drug Free Workplace. The PERFORMING PARTY must make an ongoing, good faith effort to maintain a drug-free workplace pursuant to the specific requirements set forth in Title 40 CFR 36.200 – 36.230. 13.10 Interest of Public Officials. No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds thereof. 13.11 Substitution of Subcontractors. NCTCOG must be notified of all substitutions of subcontracts. ARTICLE 14. MISCELLANEOUS PROVISIONS 14.1 Normal Fleet Attrition. The PERFORMING PARTY understands that funds under this Agreement cannot be used for emission reductions that result from vehicle/equipment replacements/repowers that would have occurred within three years of the project start date through normal attrition/fleet turnover. Normal attrition/fleet turnover is typically defined by the equipment, vehicle, engine, or fleet owner’s budget plan, operating plan, Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects standard procedures, or retirement schedule. Supporting evidence must be provided to NCTCOG to verify that replacement/repower projects would not have occurred without grant funding awarded under this Agreement. 14.2 Fleet Expansion. The PERFORMING PARTY understands that funds under this Agreement cannot be used for the purchase of vehicles or equipment to expand a fleet. The PERFORMING PARTY agrees that: 14.2.1 Function. The replacement vehicle, engine, or equipment will perform the same function as the vehicle, engine, or equipment that is being replaced. 14.2.2 Type. The replacement vehicle, engine, or equipment will be of the same type and similar gross vehicle weight rating (GVWR) or horsepower as the vehicle, engine, or equipment being replaced, as detailed in the SCOPE. 14.3 False Claim. The PERFORMING PARTY must promptly refer to the EPA’s Inspector General any credible evidence that a principal, employee, agent, subgrantee contractor, subcontractor, loan recipient, or other person has submitted a false claim under the False Claims Act or has committed a criminal or civil violation of laws pertaining to fraud, conflict of interest, bribery, gratuity, or similar misconduct involving funds provided under this grant or subgrants awarded by the grantee. 14.4 Trafficking Victim Protection Act of 2000. The PERFORMING PARTY, PERFORMING PARTY’S employees, PERFORMING PARTY’S subrecipients, and PERFORMING PARTY’S subrecipients’ employees under this Agreement, may not engage in severe forms of trafficking in persons during the period of time that the award is in effect; procure a commercial sex act during the period of time that the award is in effect; or use forced labor in the performance of the award of subawards under the award. 14.5 Recycled Paper. The PERFORMING PARTY agrees that: 14.5.1 Resource Conservation and Recovery Act. Preference shall be given in procurement programs to the purchase of recycled products pursuant to the EPA guidelines as established in 40 CFR 247. 14.5.2 Reporting. In accordance with EPA Order 1000.25 and Executive Order 13423 dated January 24, 2007 and/or Title 40 CFR 30.16, recycled paper and double sided printing shall be used for all reports that are prepared as a part of this Agreement. 14.6 Federal Award Requirements. During the performance of this Agreement, the PERFORMING PARTY, shall comply with the following federal award requirements. 14.6.1 Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), which prohibits discrimination on the basis of race, color, and national origin. 14.6.2 Federal Funding Accountability and Transparency Act Requirements. A. As a recipient of funds under this Agreement the PERFORMING PARTY agrees to comply with the Federal Funding Accountability and Transparency Act Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects (FFATA) and implementing regulations at 2 CFR 170, including Appendix A. This Agreement is subject to the following award terms: http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22705.pdf and http://www.gpo.gov/fdsys/pkg/FR-2010-09-14/pdf/2010-22706.pdf. B. PERFORMING PARTY agrees that it shall: 1. Obtain and provide to NCTCOG a System for Award Management (SAM) number (Federal Acquisition Regulation, Part 4, Sub-part 4.11) if this award provides more than $25,000 in Federal funding. The SAM number may be obtained by visiting the SAM website whose address is: https://www.sam.gov/portal/public/SAM/ 2. Obtain and provide to NCTCOG a Data Universal Numbering System (DUNS) number, a unique nine-character number that allows the federal government to track the distribution of federal money. The DUNS number may be requested free of charge for all businesses and entities required to do so by visiting the Dun & Bradstreet on-line registration website http://fedgov.dnb.com/webform; and C. Report total compensation and names of its top five (5) executives to the State if: 1. More than 80% of annual gross revenues are from the Federal government, and those revenues are greater than $25,000,000; and 2. The compensation information is not already available through reporting to the U.S. Securities and Exchange Commission. 14.6.3 Hotel-Motel Fire Safety. Pursuant to 15 USC 2225a, the PERFORMING PARTY agrees to ensure that all space for conferences, meetings, trainings funded in whole or in part with federal funds complies with the protection and control guidelines of the Hotel and Motel fire Safety Act (PL 101-391, as amended). APPENDICES The following appendices are attached and made part of this Agreement. Appendix A Scope of Work and Approved Application Summary Appendix B Lower Tier Participant Debarment Certification Appendix C Lobbying Certification and Disclosure of Lobbying Activities Appendix D Utilization of Small, Minority and Women’s Business Enterprises Reporting Form Appendix E Third Party Procurement Procedures Appendix F Required Contract Provisions 2 CFR 200 Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects IN WITNESS WHEREOF, the Parties have executed this Agreement. This Agreement becomes effective on the day the last Party signs. NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS Mike Eastland, Executive Director Date TOWN OF PROSPER Harlan Jefferson, Town Manager Date Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX A SCOPE OF WORK Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects Clean Fleets North Texas 2018 Call for Projects APPENDIX A SCOPE OF WORK The Town of Prosper will replace one fire truck with one newer fire truck with an engine of model year 2017 or newer. The Scope of Work (Scope) contains information on the activities to be conducted and the expenses that will be reimbursed under the Agreement for the Town of Prosper, hereinafter referred to as the PERFORMING PARTY. Each activity to be accomplished with the grant award is outlined in the “Approved Application Summary” table. The application has been assigned the following Project Number, and each activity has been assigned an Activity Number, both of which shall be used when tracking and reporting to the North Central Texas Council of Governments (NCTCOG). Project Number: TRN5175 Approved Application Summary Activity Number Vehicle/ Equipment Class or GVWR Old Engine Year Old Engine Emissions Standard (grams NO X /bhp-hr) New Engine Emissions Standard Must be Less Than or Equal to (grams NO X /bhp-hr) Annual Miles Traveled Maximum Award Amount 1 Fire Truck 2003 4.0 0.2 9,000 $182,788 Total $182,788 TASK 1 – Replace Old Vehicles with New Vehicles/Equipment PERFORMING PARTY must have operated the vehicles/equipment to be replaced primarily within the ten-county Dallas-Fort Worth ozone nonattainment area, which is described under Task 3. The new vehicles/equipment must be in service by December 13, 2020 and the new engine must be EPA or CARB certified for model year 2017 or later. Grant funding cannot exceed: • 25 percent of the incremental cost of the new vehicle/equipment powered by a diesel or alternative fueled engine (including hybrids) certified to meet the current EPA emissions standards of 0.2 grams of NO X per brakehorsepower - hour. • 35 percent of the incremental cost of the new vehicle/equipment if powered by an engine certified to meet California Air Resources Board (CARB) Optional Low-NO X Standards. (a list of currently available engines with this certification is available at https://www.arb.ca.gov/msprog/onroad/optionnox/optionnox.htm) • 45 percent of the incremental cost of the new vehicle/equipment if powered by an electric motor or electric power source. The replacement vehicle/equipment must perform the same function and have a similar gross vehicle weight rating as the vehicle/equipment being replaced. For equipment, horsepower increases of more than 25 percent will require specific approval prior to purchase. For vehicles, the gross vehicle weight rating must stay within 10 percent of the engine’s intended service class and any exceptions will require specific approval prior to purchase. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects TASK 2 – Destroy or Render Permanently Inoperable Old Engines and Vehicles/Equipment PERFORMING PARTY must scrap the old vehicle/equipment and/or engines and dispose of them in an environmentally responsible manner in accordance with local disposal laws. Scrappage is defined as a permanently disabling the engine and/or vehicle/equipment so it is no longer suitable for use. Vehicles/Equipment being replaced must be scrapped before reimbursement for the new vehicle/equipment will be issued. This includes drilling a three-inch hole in the engine block, cutting the frame of the chassis in a wedge 75 percent of the way through, and recycling salvageable materials by sending retired asset to a scrappage or remanufacturing facility. Scrappage facilities must be current on all applicable permits required by the Texas Commission on Environmental Quality (TCEQ). While NCTCOG does not endorse nor recommend any particular facilities, the TCEQ maintains a list of dismantler and recycler facilities that participate in the AirCheckTexas Drive a Clean Machine program at https://www.tceq.texas.gov/airquality/mobilesource/vim/dismantlers.html. This list may be a useful reference for locating facilities who can ensure compliance with this grant program’s requirements. Any remanufacturing facility must be operated or authorized by the original engine manufacturer to remanufacture the engine. The process includes removing all parts and using the old block to build a remanufactured engine with a new serial number. Alternative disabling methods and associated documentation must be approved by NCTCOG in advance on a case by case basis. NCTCOG staff must be present to witness the destruction. Thus, PERFORMING PARTY will schedule the destruction in consultation with NCTCOG to ensure staff attendance. Documentation of disposition, including before and after photographs, will be required for reimbursement. NCTCOG recommends that all reimbursement documents be submitted for preliminary review before proceeding with disposition of vehicle(s)/equipment. NCTCOG will notify PERFORMING PARTY of preliminary approval of reimbursement, and if disposition should proceed. See TASK 4 for required reimbursement documentation. TASK 3 – Operation PERFORMING PARTY will own and operate each grant-funded vehicle/equipment for a minimum of the NCTCOG approved six (6) year Activity Life from the date placed into service. PERFORMING PARTY will ensure each grant-funded vehicle/equipment operates predominantly within the Dallas-Fort Worth (DFW) Nonattainment Area, which includes the area below. Area Counties Included Dallas-Fort Worth Nonattainment Area Counties of Collin, Dallas, Denton, Ellis, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wise PERFORMING PARTY must allow NCTCOG to arrange for an Automated Vehicle Locator System (AVLS) to be installed on all grant-funded vehicles/equipment to facilitate grant monitoring. PERFORMING PARTY must not tamper with this device and must keep it in working order to the extent its function is within PERFORMING PARTY’S control. PERFORMING PARTY must notify NCTCOG as soon as practicable in the event the AVLS is nonoperational or not working properly. Beyond the minimum six-year Activity Life, PERFORMING PARTY must maintain grant-funded vehicle/equipment in accordance with federal property management requirements. This means that PERFORMING PARTY must maintain grant-funded vehicles/equipment in good working order and operate them in a manner consistent with the grant until the fair market value is $5,000 dollars or less. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects Prior to transfer of ownership, the grant recipient must contact NCTCOG for further instructions regarding disposition. Equipment may not be sold, scrapped or otherwise disposed of until written approval is received from NCTCOG. Sale, scrap or other disposal without NCTCOG approval, or when fair market value exceeds $5,000, could result in a partial return of grant funding. TASK 4 – Reimbursement and Reporting PERFORMING PARTY will complete all reporting and reimbursement requirements as set forth in the grant Agreement and Scope. Specific reporting requirements and their frequencies are detailed below. Project Status Report A Project Status Report detailing progress toward project completion must be submitted on a monthly basis until final reimbursement is issued. A template form is available at www.nctcog.org/aqfunding under “Agreements & Forms”. Request for Reimbursement With each Request for Reimbursement, PERFORMING PARTY must submit documentation proving payment (e.g. invoices and cancelled checks), the Vehicle/Equipment and Engine Disposition Form (old vehicle and engine information completed) and a completed Activity Information Form(s) including all activities associated with the Request for Reimbursement for review and preliminary approval by NCTCOG staff. All forms are available through www.nctcog.org/aqfunding under “Agreements and Forms”. PERFORMING PARTY must proceed with destruction of each old vehicle/equipment within 45 days of receiving preliminary reimbursement approval from NCTCOG. NCTCOG staff must be present to witness the destruction. Thus, PERFORMING PARTY will schedule the destruction in consultation with NCTCOG to ensure staff attendance, and NCTCOG will take the required photos of the disabled engine/chassis and verify the completed Vehicle/Equipment and Engine Disposition Form(s). A completed Request for Reimbursement and documentation of revenue received from vehicle/equipment destruction (e.g. auction value of scrap metal) must be submitted to NCTCOG to complete processing of reimbursement. In accordance with Agreement Article 4.3, revenue received from disposition will be treated as program income, which will be recorded as part of the applicant’s required cost share. Applicants will be required to report scrap value when requesting reimbursement for implemented activities, or to retain scrapped equipment for internal use. The final Request for Reimbursement is due to NCTCOG no later than December 13, 2020. Annual Asset Management Report An Annual Asset Management Report must be submitted each year until property management requirements are fulfilled. Required reporting may include, but is not limited to, documentation of hours/mileage, location/area of operation and condition. This report will also ensure compliance with 2 CFR 200.313. Reporting will be completed online through the NCTCOG Web site (www.nctcog.org/aqfunding under “Usage Reporting”, or through another format determined by NCTCOG. A user name and password will be provided prior to the end of the first reporting period. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects Schedule Task Date Project Status Report Due by the fifth day of each month following the month of project activity, until final reimbursement is issued. Project Completion Deadline December 13, 2020 Final Request for Reimbursement December 13, 2020 Asset Management Report Annually Based on Date in Service until Property Management Requirements are fulfilled. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX B LOWER TIER PARTICIPANT DEBARMENT CERTIFICATION Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX B CERTIFICATION REQUIREMENTS FOR RECIPIENTS OF GRANTS AND COOPERATIVE AGREEMENTS REGARDING DEBARMENT AND SUSPENSIONS Department of Transportation (DOT) Circular 2015.1 excludes entities and individuals that the federal government has either debarred or suspended from obtaining federal assistance funds through grants, cooperative agreements, or third-party contracts. NCTCOG has elected to include the requirements of the DOT Circular 2015.1 in all third-party contracts for federal funds. A certification process has been established by 49 C.F.R. Part 29 as a means to ensure that debarred, suspended, or voluntarily excluded persons do not participate in a federally assisted project. The inability of a person to provide the required certification will not necessarily result in a denial of participation in a covered transaction. A person that is unable to provide a positive certification as set forth in the Circular may submit a complete explanation attached to the certification. DOT will consider the certification and any accompanying explanation in determining whether or not to provide assistance for the project. Failure to furnish a certification or any explanation may disqualify that person from participating in the project. Each potential third-party contractor, subcontractor under a third-party contract, subgrantee, or subrecipient must provide to the grantee or recipient of a cooperative agreement, as appropriate, a certification for a lower tier participant. In general, lower-level employees or procurements of less than $25,000 will not be covered by the certification process procedures, except in the case of procurements with individuals that would have a critical influence on or substantive control over the project; nevertheless, a participant is not authorized to involve a lower-level employee or enter into a contract of less than $25,000 with a person actually known by the participant to be debarred, suspended or voluntarily excluded. NCTCOG requires each potential contractor subgrantee, or subrecipient for a third-party contract to complete the certification in Appendix B.1 for itself and its principals. If an applicant for a grant or cooperative agreement or a potential contractor for a third-party contract knowingly enters into a lower-tier covered transaction such as a third-party contract or subcontract under a major third-party contract or subgrant with a person that is suspended, debarred, ineligible, or voluntarily excluded from participation in the project, in addition to other remedies available to the federal government, DOT may terminate the grant or subcontract, the underlying grant or cooperative ag reement for cause or default. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects CERTIFICATION INFORMATION This certification is to be used by contractors pursuant to 49 CFR 29 when any of the following occur: • any transaction between the contractor and a person (other than a procurement contract for goods and services), regardless of type, under a primary covered transaction • any procurement contract for goods or services when the estimated cost is $25,000 or more • any procurement contract for goods or services between the contractor and a person, regardless of the amount, under which the person will have a critical influence on or substantive control over that covered transaction. Such persons include principal investigators and providers of federally required audit services. A procurement transaction is the process of acquiring goods and services. A nonprocurement transaction is the granting of financial assistance to entities to assist the grantor in meeting objectives that are mutually beneficial to the grantee and grantor. A COPY OF THIS CERTIFICATION IS TO BE FURNISHED TO AUTHORIZED REPRESENTATIVES OF THE STATE OR THE U.S. DEPARTMENT OF TRANSPORTATION UPON REQUEST. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX B.1 LOWER TIER PARTICIPANT DEBARMENT CERTIFICATION _________________________________________________________________, being duly (Name of certifying official) sworn or under penalty of perjury under the laws of the United States, certifies that neither _____________________________________________________________, nor its principals (Name of lower tier participant) are presently: • debarred, suspended, proposed for debarment, • declared ineligible, • or voluntarily excluded from participation in this transaction by any federal department or agency Where the above identified lower tier participant is unable to certify to any of the above statements in this certification, such prospective participant shall indicate below to whom the exception applies, the initiating agency, and dates of action. Exceptions will not necessarily result in denial of award but will be considered in determining contractor responsibility. Providing false information may result in criminal prosecution or administrative sanctions. EXCEPTIONS: ___________________________________________________________________________ Signature of Certifying Official ___________________________________________________________________________ Title ___________________________________________________________________________ Date of Certification Form 1734 Rev.10-91 TPFS Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX C LOBBYING CERTIFICATION AND DISCLOSURE OF LOBBYING ACTIVITIES Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX C LOBBYING CERTIFICATION FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS The undersigned certifies to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension continuation, renewal amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. _____________________________________ Signature _____________________________________ Title _____________________________________ Agency _____________________________________ Date TxD0T 1-91 TPFS Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities (See instructions for public burden disclosure) 1. Type of Action: a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 2. Status of Action: a. bid/offer/application b. initial award c. post-award 3. Report Type: a. initial filing b. material charge For Material Change Only: year_____ quarter_________ date of last report_________ 4. Name and Address of Reporting Entity: Prime Tier _____ if know 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: 6. Department Agency: 7. Program Name/Description: 8. Action Number, if known: 9. Award Amount, if known: $ 10. a. Name and Address of Lobbying Entity (if individual, last name, first name, MI): b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI): (attach Continuation Sheet(s) SF-LLL-A, if necessary 11. Amount of Payment (check all that apply): $_____________________________ actual planned 13. Type of Payment (check all that apply): a. retainer b. one-time fee c. commission 12. Form of payment (check all that apply): a. cash b. in-kind specify: nature______________________ value_______________________ d. contingent fee e. deferred f. other; specify:__________________________ 14. Brief Description of Services Performed or to be Performed and Date(s) of Service including officer(s), employee(s), or Member(s) contacted, for Payment indicated in Item 11: (attach Continuation Sheet(s) SF-LLL-A, if necessary) 15. Continuation sheet(s) SF-LLL-A attached: Yes No 16. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This information will be available for public inspection. Signature:_________________________________________ Print Name:__________________________________________ Title:______________________________________________ Telephone:________________________ Date:______________ NCTCOG Use Only: Authorized for Local Reproduction Standard Form - LLL Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects INSTRUCTIONS FOR COMPLETION OF SF-LLL DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime recipient, at the initiation or receipt of a covered action, or a material change to a previous filing. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an employee of NCTCOG, a Member of the Regional Transportation Council (RTC), an officer or employee of the Regional Transportation Council (RTC), or an employee of a Member of the Regional Transportation Council (RTC) in connection with a covered action. Use the SF-LLL-A Continuation Sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. 1. Identify the type of covered action for which lobbying activity is and/or has been secured to influence the outcome of a covered action. 2. Identify the status of the covered action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered action. 4. Enter the full name address city, state and zip code of the reporting entity. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks “Subawardee,” then enter the full name, address, city, state and zip code of the prime recipient. 6. Enter the name of the agency making the award or loan commitment. 7. Enter the program name or description for the covered action (item 1.) 8. Enter the most appropriate identifying number available for action identified in item 1 (e.g., Request for Proposal (RFP) number; invitation for Bid (B) number, grant announcement number; the contract grant, or loan award number; the application/proposal control number assigned by the agency.) Include prefixes, e.g. “RFP-DE-90-001.” 9. For a covered action where there has been an award or loan commitment by the agency, enter the amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 40 to influence the covered action. (b) Enter the full names of the individuals(s) performing services, and include full address if different from 10(a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate boxes(s). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity, not just time spent in actual contract with officials. Identify the employee of NCTCOG, the Member of the Regional Transportation Council (RTC), an officer or employee of the Regional Transportation Council (RTC), or the employee of a Member of the Regional Transportation Council (RTC) in connection with a covered. 15. Check whether or not a SF-LLL-A Continuation Sheet(s) is attached. 16. The certifying official shall sign and date the form, print his/her name, title, and the telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects DISCLOSURE OF LOBBYING ACTIVITIES CONTINUATION SHEET Reporting Entity:_________________________________________________________________________ Page______ of______ Authorized for Local Reproduction Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX D UTILIZATION OF SMALL, MINORITY AND WOMEN’S BUSINESS ENTERPRISES REPORTING FORM Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX D NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS UTILIZATION OF SMALL, MINORITY AND WOMEN’S BUSINESS ENTERPRISES REPORTING FORM Complete one reporting form per vendor if Performing Party’s vendor is a Certified Minority Business Enterprise/Women Business Enterprise (MBE/WBE) 1. Your organization/company’s name: ___________________________________________ 2. Is your organization/company a Certified Minority Business/Women Business Enterprise (MBE/WBE)? Yes ____No ____. If yes, what type of business enterprise: Minority _____ Women _____ Attach MBE/WBE Certification 3. Your vendor’s name and address: ____________________________________________ ________________________________________________________________________ 4. Date and value of procurement: ______________________________________________ 5. Type of product or service code: ______________________________________________ 6. Is your vendor a Certified Minority Business Enterprise/Women Business Enterprise (MBE/WBE)? Yes ____No ____. If yes, what type of business enterprise: Minority _____Women _____ Attach MBE/WBE Certification Certification Statement I certify to the best of my knowledge and belief that the data provided above is correct and complete. PERFORMING PARTY _________________________________________ Signature _________________________________________ Print Name _________________________________________ Date Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects North Central Texas Council of Governments Utilization of Small, Minority and Women’s Business Enterprises Reporting Form General Instructions 1. Self-explanatory 2. Based on the definition below, select yes or no if your organization/company is or is not certified as a MBE/WBE enterprise. If yes, select type of enterprise 3. Self-explanatory 4. Date and dollar value of technology purchased. 5. Using codes below; identify type of product or service acquired through the procurement: Type of product or service codes: 1 = Construction 2 = Supplies 3 = Services 4 = Equipment 6. Based on the definition below, select yes or no if your vendor is or is not certified as a MBE/WBE enterprise. If yes, select type of enterprise. Definitions: Procurement is the acquisition through contract, order, purchase, lease or barter of supplies, equipment, construction or services needed to accomplish federal assistance programs. Minority Business Enterprise (MBE) is a business concern that is (1) at least 51 percent owned by one or more minority individuals, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more minority individuals; and (2) whose daily business operations are managed and directed by one or more of the minority owners. Woman Business Enterprise (WBE) is a business concern that is, (1) at least 51 percent owned by one or more women, or, in the case of a publicly owned business, at least 51 percent of the stock is owned by one or more women and (2) whose daily business operations are managed and directed by one or more of the women owners. Equipment is any tangible, nonexpendable, personal property having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. Contractor as defined in2 CFR 200, is defined as a dealer, distributor, merchant, or other seller providing goods or services. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX E THIRD PARTY PROCUREMENT PROCEDURES Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 1. BACKGROUND The purpose of the 3rd Party Procurement Review procedure is to establish standards and guidelines for the North Central Texas Council of Governments’ (NCTCOG) to evaluate the potential risks and oversight responsibilities for our subgrantees who will procure goods and services through Third Party Contracts, in accordance with 2 CFR Part 200 (§300.17-300.26).1 The implementation of the procedure outlined below should act to: - Demonstrate compliance with grant requirements; - Minimize NCTCOG’s exposure to legal and compliance issues, including subsequent financial loss; - Identify the various levels of procurement scrutiny by our federal partners associated with different partners, agencies, and firms; - Identify the level of review needed to ensure compliance with regulations; - Ensure fair, open, competitive opportunities for all parties involved in procurements. 2. PROCEDURE Compliance with Federal Regulations Subgrantees shall comply with applicable federal, state and local laws and regulations, and conform to the standards set forth in 2 CFR Part 200 or applicable governing standards published by the awarding agency. These guidelines apply to purchases for contractual services, commodities, and equipment funded with federal and state funds. Use of Lower-Tier Subgrantees If the provisions of a NCTCOG agreement allow a lower-tier subgrantee to manage and administer NCTCOG supported projects, the lower-tier subgrantee must also comply with applicable federal, state, and local laws, and all guidelines established by the applicable funding agency. Conflict of Interest There can be no conflict of interest, real or apparent, in the award or administration of a contract supported by federal funds. The subgrantee shall maintain a written code or standards of conduct which shall govern the performance of their officers, employees, or agents engaged in the award and administration of contracts supported by federal funds. Open and Fair Competition All procurement transactions shall be conducted in a manner that provides maximum open and fair competition consistent with 2 CFR Part 200 or applicable federal law. Procurement procedures shall not restrict or eliminate competition. Examples of what is considered to be restrictive of competition include, but are not limited to, the following: o Placing unreasonable requirements on firms/service providers/vendors/consultants in order for them to qualify to do business; o Placing geographical preferences in the evaluation of bids or proposals; o Noncompetitive practices between firms/service providers; 1 Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 Code of Federal Regulations 200 Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects o Organization conflicts of interest; o Requiring unnecessary experience and excessive bonding requirements; and, o Any arbitrary action in the procurement process. Written Procurement Policies The subgrantee shall have written procurement procedures and may adopt by reference procedural requirements of 2 CFR Part 200 or applicable federal law. Procurement Guidelines NCTCOG, in reviewing subgrantee procurement procedures and policies, will determine consistency with 2 CFR Part 200 or the applicable federal law regulating procurement. Stated therein are the governing regulations and implementing guidelines for all procurement activity undertaken with grant funds. Some of those items, with particular applicability to NCTCOG grants, are: 1. Subgrantees will maintain a contract administration system which ensures that contractors perform in accordance with the terms, conditions, and specifications of their contracts or purchase orders. 2. Procedures will allow for analysis of the most economical approach in purchasing, including lease versus purchase alternatives. Each proposed procurement must be reviewed to avoid the purchase of unnecessary or duplicative items. 3. Subgrantees will make awards only to responsible contractors possessing the ability to perform successfully under the terms and conditions of a proposed procurement. Consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 4. Subgrantees will maintain records sufficient to detail the significant history of procurement. 5. These standards do not relieve the subgrantee of any contractual responsibilities under its NCTCOG contracts. The subgrantee is responsible, in accordance with good administrative practice and sound business judgment, for the settlement of all contractual administrative issues arising out of any procurement entered in support of a NCTCOG grant. These include, but are not limited to, source evaluation, protests, disputes, and claims. Subgrantee Files Each subgrantee must maintain adequate files to support any purchases made. A copy of the quotes that were obtained (purchases between $3,000.00 and $150,000.00) or a copy of the legal notice must also be on file to support the choice of lowest and/or best bid. The subgrantee must provide adequate justification if the purchase is not awarded to lowest and/or best bidder. Method of Procurement 2 All procurement transactions shall be made by one of the following methods. NCTCOG reserves the right to request any and all documentation, either in advance or upon completion of procurement activities, as deemed necessary. 2Explicit federal and state regulations apply to each procurement method. Subgrantees may proceed with procurement activities only after careful study of the regulations reveals all requirements have been met. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 1. PROCUREMENT BY SMALL PURCHASE PROCEDURES For procurement of services, supplies, or other property with an aggregate cost under $150,000 3, written price or rate quotations shall be obtained from at least two qualified sources. The aggregate sum of all items being purchased is considered one purchase. Purchases equal to or under $3,000- Purchases which do not involve the expenditure of more than $3,000, exclusive of freight or shipping charges, may be made without advertising or otherwise requesting competitive quotes; provided, however, that nothing contained in this paragraph shall be construed to prohibit any agency or governing authority from establishing procedures which require competitive quotes on purchases under $3,000. Purchases equal to or under $150,000- Purchases which involve the expenditure of at least $3,000 but not more than $150,000, exclusive of freight and shipping charges, may be made from the lowest and best contractor without publishing or posting advertisements for bids, provided at least two competitive written quotes have been obtained. The term “competitive written quotes” means a quote submitted on a quote form furnished by the subgrantee and signed by authorized personnel representing the contractor, or a quote submitted on a contractor’s letterhead or quote form signed by authorized personnel representing the contractor. 2. PROCUREMENT BY SEALED BIDS Purchases over $150,000- Public advertisement once each week for two consecutive weeks for competitive sealed bids is required for all purchases which exceed $150,000. Bids may not be due less than seven working days following the date the last advertisement appears in the public forum. Purchases which involve expenditure of more than $150,000, exclusive of freight and shipping charges shall be made from the lowest and best bidder after publicly advertising for competitive sealed bids once each week for two consecutive weeks. The date, as published, for the bid opening, shall not be less than seven working days after the published notice has been completed. The notice shall state the time and place at which bids shall be received; types of supplies, and/or equipment to be purchased, and the contact person. If plans or specifications are not published, notice should state where copies may be obtained. Specifications shall be written so as not to exclude any supplier. 3. PROCUREMENT BY COMPETITIVE PROPOSALS Purchases over $150,000- Formally publicizing a Request for Proposals which normally results in conducting competitive negotiation with more than one source submitting an offer. This method is generally used when conditions are not appropriate for the use of sealed bids. All evaluation factors and their relative importance will be identified. There will be procedures for technical evaluations of the proposal and selection of an awardee. Awards are made to the proposal most advantageous to the program, with price and other factors considered. 3 This purchase threshold is to be utilized for subgrantee procurements with federal funds. Separate thresholds may be permitted or required under state law for state funded grants. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 4. SOLE SOURCE PROCUREMENT Noncompetitive items are those available from one source only. In connection with the purchase of noncompetitive items only available from one source, a certification of the conditions and circumstances requiring the purchase shall be filed by the subgrantee with the appropriate NCTCOG project manager. Upon receipt by the NCTCOG project manager, the certification will be forwarded to the appropriate NCTCOG personnel for approval of the request. Only after receiving authorization from NCTCOG will the purchase be deemed a sole source procurement. All authorizations must be received prior to any procurement transactions. The appropriate NCTCOG personnel may authorize a sole source procurement under the conditions defined in state law, provided that the sole source procurement shall be made according to the established purchasing rules and regulations and shall not be made so as to circumvent the competitive purchasing requirements. 5. PURCHASES UNDER GOVERNMENTAL COOPERATIVE PURCHASING PROGRAMS Public entities that can purchase under State contracts or other governmental cooperative purchasing programs can do so without prior approval or obtaining written quotes. Not all State contracts or governmental cooperative purchasing programs follow 2 CFR 200 guidelines when procuring and/or issuing contracts for their cooperative purchasing programs. As such, it is highly recommended that entities are confirming the specific solicitation and contract is compliant with 2 CFR 200 guidelines prior to issuance of a purchase order. NCTCOG staff are available to assist entities in reviewing and ensuring compliance with necessary regulations in advance of issuing a purchase order and/or proceeding with a purchase. 6. EMERGENCY PROCUREMENT NCTCOG may approve an emergency procurement under the conditions defined in federal and state law, provided such emergency procurement shall be made with such competition as is practicable under the circumstances. 7. ADVERTISING PROCUREMENTS Procurements to solicit various advertising and marketing activities are exempt from a competitive procurement requirement. Generally, the procurement of these items are done through competitive written quotes to ensure a fair and reasonable price is received for those services. Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects APPENDIX F REQUIRED 2 CFR 200 CLAUSES UNIFORM ADMINISTRATIVE REQUIREMENTS, COST PRINCIPLES & AUDIT REQUIREMENTS FOR FEDERAL AWARDS Item 9d TRN5175 Town of Prosper Clean Fleets North Texas 2018 Call for Projects 1. Equal Employment Opportunity. PERFORMING PARTY shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, gender identity, or national origin. PERFORMING PARTY shall take affirmative actions to ensure that applicants are employed, and that employees are treated, during their employment, without regard to their race, religion, color, sex, sexual orientation, gender identity, or national origin. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. Davis-Bacon Act. PERFORMING PARTY agrees to comply with all applicable provisions of 40 USC § 3141 – 3148. 3. Contract Work Hours and Selection Standards. PERFORMING PARTY agrees to comply with all applicable provisions of 40 USC § 3701 – 3708 to the extent this Agreement indicates any employment of mechanics or laborers. 4. Rights to Invention Made Under Contract or Agreement. PERFORMING PARTY agrees to comply with all applicable provisions of 37 CFR Part 401. 5. Clean Air Act, Federal Water Pollution Control Act, and Energy Policy Conservation Act. PERFORMING PARTY agrees to comply with all applicable provisions of the Clean Air Act under 42 USC § 7401 – 7671, the Energy Federal Water Pollution Control Act 33 USC § 1251 – 1387, and the Energy Policy Conservation Act under 42 USC § 6201. 6. Debarment/Suspension. PERFORMING PARTY is prohibited from making any award or permitting any award at any tier to any party which is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, Debarment and Suspension. PERFORMING PARTY and its subcontractors shall comply with the special provision “Certification Requirements for Recipients of Grants and Cooperative Agreements Regarding Debarments and Suspensions,” which is included as Appendix B of this Agreement. 7. Restrictions on Lobbying. PERFORMING PARTY of these funds is prohibited from using monies for lobbying purposes; PERFORMING PARTY shall comply with the special provision “Restrictions on Lobbying,” which is included as Attachment C of this Agreement. PERFORMING PARTY shall include a statement of compliance with the Lobbying Certification and Disclosure of Lobbying Activities in applicable procurement solicitations. Lobbying Certification and Disclosure of Lobbying Activities shall be completed by subcontractors and included in subcontractor contracts, as applicable. 8. Procurement of Recovered Materials. PERFORMING PARTY agrees to comply with all applicable provisions of 2 CFR §200.322. Item 9d Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon approving the purchase and installation of furniture for the Engineering Services Department, from Office Depot, Inc., through the National Intergovernmental Purchasing Alliance (National IPA) Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. Description of Agenda Item: On February 26, 2019, the Town Council approved an ordinance amending the FY 2018-2019 Budget that included funding for the implementation of a restructure of the Engineering Services Department. Of the $267,951 allocated to the restructure, $108,765 was budgeted for one-time expenditures associated with office equipment and vehicles. This purchase is for office equipment (furniture) to accommodate the two new positions approved as well as the relocation of five existing positions from the Public Works Department to the Engineering Services Department. The new furniture will match the existing furniture in Town Hall that was previously selected by various members representing the departments in Town Hall. Local governments are authorized by the Interlocal Cooperation Act, V.T.C.A. Government Code, Chapter 791, to enter into joint contracts and agreements for the performance of governmental functions and services, including administrative functions normally associated with the operation of government (such as purchasing necessary materials and equipment). The Town of Prosper and National IPA entered into an interlocal agreement, effective April 5, 2013, which allows our local government to purchase certain goods or services through National IPA. The agreement remains in effect, until cancelled by either party with 30 days written notice. Budget Impact: The total cost of the furniture purchase is $41,620.40, and will be funded from Account Number 100-5220-98-01 (Office Equipment – Engineering Services Department). Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the Terms and Conditions of Purchase, as to form and legality. Attached Documents: 1. Proposal Prosper is a place where everyone matters. ENGINEERING SERVICES Item 9e Page 2 of 2 Town Staff Recommendation: Town staff recommends approving the purchase and installation of furniture for the Engineering Services Department, from Office Depot, Inc., through the National Intergovernmental Purchasing Alliance (National IPA) Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. Proposed Motion: I move to approve the purchase and installation of furniture for the Engineering Services Department, from Office Depot, Inc., through the National Intergovernmental Purchasing Alliance (National IPA) Cooperative; and authorizing the Town Manager to execute the Proposal and Terms and Conditions of Purchase for same. Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty TCPN TCPN CONTRACT# R142212 1 $0.00 $0.00Sell:1 1033.BK2.F.AR6 Novo, Highback, Mesh Back, Standard Synchro, Multi-Adj Arms 8 $358.68 $2,869.44Sell:2 AL1Adjustable Lumbar Color Selection Black LA2Lumbar Accent Color Selection Nickel E3Seat Depth Adjustment Option Selection Seat Depth Adjustment Upgrade CH1Cylinder Height Option Standard Cylinder FC1Frame Color Selection Black Frame B17Base Selection Black Nylon Base CS5Caster Selecton Carpet Casters MC21Novo Mesh Back Colors Nickel Mesh FABRICFabric or Leather Upholstery Selection Fabric Grade Selections ~CA Technical Bulletin 133 Fire Std Option for Fabric Selection No Selection FG3Fabric Grade Selections Fabric Grade 3 SLICEFabric Grade 3 Selection Slice Standard Color Selection CHARCOALSlice Color Selection Slice Charcoal UCPackaging Options Back attached to seat, base separate 2221FT1TXB.USAR1 Wit, Side, 4-leg, Thintex, Upholstered Seat, Fixed Arms 1 $204.83 $204.83Sell:3 FC1Frame Information Black Frame GL1Glide/Caster Selecton Standard Multi-Surface Glide TX2Wit Thintex Back Material Vinyl Back MC21Wit Thintex Back Colors Nickel FABRICFabric or Leather Upholstery Selection Fabric Grade Selections ~CA Technical Bulletin 133 Fire Std Option for Fabric Selection No Selection FG3Fabric Grade Selection Fabric Grade 3 SLICEFabric Grade 3 Selection Slice Standard Color Selection CHARCOALSlice Color Selection Slice Charcoal ~Package Selection Std Packaging Page 1 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty 4-3622LF2 Pulse 36x29.9375 2-Drawer Lateral File 1 $570.73 $570.73Sell:4 ~TFL-WFinish TFL Wood Grain MC2Finish Mocha (Mocha Cherry) EXEdge Flair AxisPull Axis SNCKPull Finish Satin Nckel H2XKey Locking - key specific (include lock core order form) Z601836BU 18"d x 60"w x 36"h, Buffet, 1 Adj. Fixed shelves in Left and Right Sides. 1 Adj. Fixed Middle Shelf, Doors., ZIRA 1 $833.52 $833.52Sell:5 ~Zira Laminate Top Option (STD) Thermally Fused Laminate, High Performance (1" Thick) ~ZTOPZira Top Finishes Zira Top Finishes SKCZira Top Finishes 1-Shaker Cherry ~ZBASEZira Storage Base Finishes Zira Storage Base Finishes SKCZira Storage Base Finishes -2-Shaker Cherry ~Zira Glazed Door Options Laminate Doors (STD) ~HANHandle Option (Required)Handle Option (Required) HXHandle Option (Required) -P-Flared Handle - Black K-419Key Options C-Keyed for Lock #419 1230P66M2SFFF 18"d x 30"w x 65.88"h, 2H Storage, 3 Lateral Files, 1200P SERIES, UNIVERSAL FILING 1 $882.10 $882.10Sell:6 ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Pa ~GLOGlobal Standard Paint Finishes Global Standard Colors T20Global Standard Colors 1-Cappucino (Textured Stone Dust) W454Key Options C-Keyed For Lock #W454 9PT5-3FL 24"d x 24"w x 65.25"h, FFF, Storage, Left Wardrobe, 9100 SERIES, UNIVERSAL FILING 1 $920.88 $920.88Sell:7 Page 2 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Pa ~GLOGlobal Standard Paint Finishes Global Standard Colors T20Global Standard Colors 1-Cappucino (Textured Stone Dust) W459Key Options C-Keyed For Lock #W459 9PT5-3FR 24"d x 24"w x 65.25"h, FFF, Storage, Right Wardrobe, 9100 SERIES, UNIVERSAL FILING 1 $920.88 $920.88Sell:8 ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Pa ~GLOGlobal Standard Paint Finishes Global Standard Colors T20Global Standard Colors 1-Cappucino (Textured Stone Dust) W453Key Options C-Keyed For Lock #W453 9PT5-3FR 24"d x 24"w x 65.25"h, FFF, Storage, Right Wardrobe, 9100 SERIES, UNIVERSAL FILING 1 $920.88 $920.88Sell:9 ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Pa ~GLOGlobal Standard Paint Finishes Global Standard Colors T20Global Standard Colors 1-Cappucino (Textured Stone Dust) W460Key Options C-Keyed For Lock #W460 9PT5-3FR 24"d x 24"w x 65.25"h, FFF, Storage, Right Wardrobe, 9100 SERIES, UNIVERSAL FILING 1 $920.88 $920.88Sell:10 ~STDMetal File Case & Storage Front Paint Finishes Metal File Case & Storage Front Paint Finishes (Global Standard Pa ~GLOGlobal Standard Paint Finishes Global Standard Colors T20Global Standard Colors 1-Cappucino (Textured Stone Dust) W461Key Options C-Keyed For Lock #W461 EVSC12 Slot Cover, Covers the Slots of a Slotted Connector BTW Modules as well as Corner Post, Price is Per Foot 751 $1.85 $1,389.35Sell:11 ~STD20-Paint Colors (PVC) Standard Paint Colors SDTStandard Paint Colors PVC) Stone Dust (Textured Cappuccino) Page 3 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVABB01 Binder Bin 8 $21.49 $171.92Sell:12 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors SDTStandard Paint Colors (Acc) Stone Dust (Textured Cappuccino) EVASS01R Slant Sorter, Right 16 $13.71 $219.36Sell:13 ~STDSF-Storage Paint Colors (Acc) Standard Paint Colors SDTStandard Paint Colors (Acc) Stone Dust (Textured Cappuccino) EVE8CP64 64" - Pass Thru Cable 1 $55.56 $55.56Sell:14 EVE8CP106 106" - Pass Thru Cable 1 $69.27 $69.27Sell:15 EVE8CP130 130" - Pass Thru Cable 2 $79.65 $159.30Sell:16 EVE8CP208 208" - Pass Thru Cable 1 $101.50 $101.50Sell:17 EVE8CPF154 154" - Pass Thru Cable Male/Female 1 $87.05 $87.05Sell:18 Page 4 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVE8CP16 16" - Jumper Cable, Panel to Panel 4 $36.30 $145.20Sell:19 EVE8CP20 20" - Jumper Cable, Panel-Post-Panel 6 $42.23 $253.38Sell:20 EVE8PD36 36", Power Distribution Housing 10 $62.23 $622.30Sell:21 EVE8PD42 42", Power Distribution Housing 2 $63.34 $126.68Sell:22 EVE8PD54 54", Power Distribution Housing 1 $68.90 $68.90Sell:23 EVE8PD60 60", Power Distribution Housing 2 $69.27 $138.54Sell:24 EVE8RD1WHT #1 Utility Circuit, Duplex Receptacle, White 7 $10.38 $72.66Sell:25 Page 5 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVE8RD2WHT #2 Utility Circuit, Duplex Receptacle, White 8 $10.38 $83.04Sell:26 EVE8RDAWHT A, Dedicated Circuit, Duplex Receptacle, White 5 $10.38 $51.90Sell:27 EVE8RDBWHT B, Dedicated Circuit, Duplex Receptacle, White 6 $10.38 $62.28Sell:28 EVETL24 24"w, Tasklight (Use w/ 30" or Wider Overhead or Shelf) 10 $84.83 $848.30Sell:29 EVETL48 48"w, Tasklight (Use w/ 54" or Wider Overhead or Shelf) 3 $98.90 $296.70Sell:30 EVHC18L 18", Left, Single Cantilever 9 $29.27 $263.43Sell:31 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVHC18R 18", Right, Single Cantilever 9 $29.27 $263.43Sell:32 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) Page 6 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVHCB2 Corner Brackets Left and Right (Pair) 6 $8.15 $48.90Sell:33 BLK20-Paint Color (Black Only) Black EVHFB1 Flat bracket (Available in Black Only) 5 $5.18 $25.90Sell:34 EVHSL2918 24.38"h x .75"w x 12.5"d, Left, Support Leg, Use with 18" cantilever 3 $27.04 $81.12Sell:35 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVHSR2918 24.38"h x .75"w x 12.5"d, Right, Support Leg, Use with 18" cantilever 4 $27.04 $108.16Sell:36 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVHWSC46 46"w x 5"d, Worksurface Support Channel, Use with 60"w Surface, Channel Should be 14" Shorter Than Top, Screws Included, Black Only 2 $22.60 $45.20Sell:37 EVPCPA254 54"h, 2 Way Post, Includes Post, Hardware & Aluminum Trims 1 $69.27 $69.27Sell:38 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) Page 7 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVPCPA366 66"h, 3 Way Post, Includes Post, Hardware & Aluminum Trims 2 $106.32 $212.64Sell:39 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPERA54 54"h, End of Run Post, Includes Post, Hardware & Aluminum Trim 8 $32.60 $260.80Sell:40 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPF1S6636M 66"h x 36"w, Slatwall Panel (12" SW), Single Sided 8 $366.72 $2,933.76Sell:41 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (46)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (46)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (46)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (46)Grade 1 Fabrics Page 8 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight I2Inside Position 2 (SW) ST ~GR1Grade Options - Inside Position 3 (46) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPF1S6654M 66"h x 54"w, Slatwall Panel (12" SW), Single Sided 1 $505.67 $505.67Sell:42 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (65)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (65)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (65)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (65)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight I2Inside Position 2 (SW)ST ~GR1Grade Options - Inside Position 3 (65)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) Page 9 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~PASpeciality Fabrics Pact PA53Pact Harbor EVPF1S6660M 66"h x 60"w, Slatwall Panel (12" SW), Single Sided 1 $556.20 $556.20Sell:43 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (72)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (72)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (72)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (72)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight I2Inside Position 2 (SW)ST ~GR1Grade Options - Inside Position 3 (72)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPF1W6636 66"h x 36"w, Writeboard Panel, Single Sided 1 $313.76 $313.76Sell:44 Page 10 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (41)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (41)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (41)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (41)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (41)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor I3Inside Position 3 (WB)WB EVPF1W6654 66"h x 54"w, Writeboard Panel, Single Sided 1 $440.48 $440.48Sell:45 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (60)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight Page 11 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~GR1Grade Options - Outside Position 2 (60) Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (60) Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (60)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (60)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor I3Inside Position 3 (WB)WB EVPF2S6660M 66"h x 60"w, Slatwall Panel (12" SW), Double Sided 1 $672.33 $672.33Sell:46 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (63)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight O2Outside Position 2 (SW)ST ~GR1Grade Options - Outside Position 3 (63)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (63)Grade 1 Fabrics Page 12 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight I2Inside Position 2 (SW) ST ~GR1Grade Options - Inside Position 3 (63) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA3036 30"h x 36"w, Segmented Fabric Acoustic Panel 2 $119.65 $239.30Sell:47 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (19)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 1 (19)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight EVPFA6624 66"h x 24"w, Segmented Fabric Acoustic Panel 1 $168.70 $168.70Sell:48 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (37)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (37)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 Page 13 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (37) Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (37)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (37)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (37)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA6630 66"h x 30"w, Segmented Fabric Acoustic Panel 1 $187.02 $187.02Sell:49 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (42)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (42)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor Page 14 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~GR1Grade Options - Outside Position 3 (42) Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (42)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (42)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (42)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA6642 66"h x 42"w, Segmented Fabric Acoustic Panel 3 $246.93 $740.79Sell:50 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (57)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (57)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (57)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) Page 15 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (57) Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (57) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (57) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA6648 66"h x 48"w, Segmented Fabric Acoustic Panel 1 $265.27 $265.27Sell:51 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (64)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (64)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (64)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (64)Grade 1 Fabrics Page 16 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (64) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (64) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA6654 66"h x 54"w, Segmented Fabric Acoustic Panel 2 $288.09 $576.18Sell:52 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (72)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (72)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (72)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (72)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight Page 17 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~GR1Grade Options - Inside Position 2 (72) Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (72) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFA6660 66"h x 60"w, Segmented Fabric Acoustic Panel 1 $312.12 $312.12Sell:53 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (79)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (79)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (79)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (79)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (79)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) Page 18 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (79) Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFP5424 54"h x 24"w, Segmented Premium Fabric Acoustic Panel 3 $155.24 $465.72Sell:54 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (28)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (28)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (28)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (28)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (28)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (28)Grade 1 Fabrics Page 19 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor EVPFP5430 54"h x 30"w, Segmented Premium Fabric Acoustic Panel 1 $171.13 $171.13Sell:55 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (33)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (33)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (33)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (33)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (33)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (33)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact Page 20 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty PA53Pact Harbor EVPFP5436 54"h x 36"w, Segmented Premium Fabric Acoustic Panel 5 $201.70 $1,008.50Sell:56 ~STD20-Frame Color (Panels)Standard Paint Options ~STDStandard Paint Options Panels w/ Matching Horizontal Reveal SDTPanels w/ Matching Horizontal Reveal Stone Dust (Textured Cappuccino) w/ Stone Dust Reveal ~GR110-Panel Fabric Grade - Outside Position 1 (40)Panel Grade 1 O1Grade 1 - Outside Position 1 Outside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Outside Position 2 (40)Grade 1 Fabrics O2Grade 1 - Outside Position 2 Outside Position 2 ~SPCLUPFabric Grade 1 Specialty Fabrics ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Outside Position 3 (40)Grade 1 Fabrics O3Grade 1 - Outside Position 3 Outside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 1 (40)Grade 1 Fabrics I1Grade 1 - Inside Position 1 Inside Position 1 ~PNFabric Grade 1 Pinpoint PN12Pinpoint Delight ~GR1Grade Options - Inside Position 2 (40)Grade 1 Fabrics I2Grade 1 - Inside Position 2 Inside Position 2 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor ~GR1Grade Options - Inside Position 3 (40)Grade 1 Fabrics I3Grade 1 - Inside Position 3 Inside Position 3 ~SPCLFabric Grade 1 Specialty Fabrics (No UpCharge if Previously Selected) ~PASpeciality Fabrics Pact PA53Pact Harbor Page 21 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVPIC30 30"h, Inline Panel Connector, Includes Post & Hardware, No Trim 1 $19.27 $19.27Sell:57 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDStandard Paint Options Inline Connectors (Use w/ Matching Horizontal Reveal) SDTInline Connectors (Use w/ Matching Horizontal Reveal)Stone Dust Inline (Use w/ Matching Horizontal Reveal) (Textured C EVPIC54 54"h, Inline Panel Connector, Includes Post & Hardware, No Trim 1 $24.45 $24.45Sell:58 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDStandard Paint Options Inline Connectors (Use w/ Matching Horizontal Reveal) SDTInline Connectors (Use w/ Matching Horizontal Reveal)Stone Dust Inline (Use w/ Matching Horizontal Reveal) (Textured C EVPIC66 66"h, Inline Panel Connector, Includes Post & Hardware, No Trim 14 $27.04 $378.56Sell:59 ~STD20-Paint Colors (Inline Connectors) Standard Paint Options ~STDStandard Paint Options Inline Connectors (Use w/ Matching Horizontal Reveal) SDTInline Connectors (Use w/ Matching Horizontal Reveal)Stone Dust Inline (Use w/ Matching Horizontal Reveal) (Textured C EVPIPA266 66"h, Inline Post, Includes Post, Hardware & Aluminum Trim 2 $78.54 $157.08Sell:60 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPMP24GIP 12"h x 24"w, Panel Mount Privacy Glass, Integrated Channel Extrusion with Aluminum Top Trim for Square Glass 3 $95.20 $285.60Sell:61 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) Page 22 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty ~I154-Privacy Glazing (47) Privacy Glazing Option FRSTPrivacy Glazing (47) Frosted EVPMP30GIP 12"h x 30"w, Panel Mount Privacy Glass, Integrated Channel Extrusion with Aluminum Top Trim for Square Glass 1 $97.05 $97.05Sell:62 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) ~I154-Privacy Glazing (34)Privacy Glazing Option FRSTPrivacy Glazing (34)Frosted EVPMP36GIP 12"h x 36"w, Panel Mount Privacy Glass, Integrated Channel Extrusion with Aluminum Top Trim for Square Glass 6 $98.90 $593.40Sell:63 ~STD20-Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) ~I154-Privacy Glazing (24)Privacy Glazing Option FRSTPrivacy Glazing (24)Frosted EVPVPA266-56 66"h, Pos.1 54", 2 66", Base Raceway, 2 Way Variable Height Post, Aluminum Trim 1 $81.87 $81.87Sell:64 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPVPA266-65 66"h, Pos.1 66", 2 54", Base Raceway, 2 Way Variable Height Post, Aluminum Trim 1 $81.87 $81.87Sell:65 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) Page 23 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVPVPA366-363 66"h, Pos.1 30", 2 66", 3 30", Base Raceway, 3 Way Variable Height Post, Aluminum Trim 1 $106.32 $106.32Sell:66 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPVPA366-565 66"h, Pos.1 54", 2 66", 3 54", Base Raceway, 3 Way Variable Height Post, Aluminum Trim 1 $106.32 $106.32Sell:67 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPVPA366-566 66"h, Pos.1 54", 2 66", 3 66", Base Raceway, 3 Way Variable Height Post, Aluminum Trim 1 $106.32 $106.32Sell:68 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVPVPA366-656 66"h, Pos.1 66", 2 54", 3 66", Base Raceway, 3 Way Variable Height Post, Aluminum Trim 3 $106.32 $318.96Sell:69 ~STD20-Paint Colors (Alum + Metal) Standard Paint Colors ~STDStandard Paint Options Connectors w/ Matching Inlines (Use w/ Matching Horizontal Revea SDTonnectors w/ Matching Inlines (Use w/ Matching Horizontal Reveal)Stone Dust w/ Stone Dust Inlines (Textured Cappuccino) EVS1218BBF 18"d, B/B/F Pedestal, Freestanding or Worksurface Supporting 4 $174.10 $696.40Sell:70 ~STDSF-Storage Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) Page 24 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVS1224BBF 24"d, B/B/F Pedestal, Freestanding or Worksurface Supporting 5 $175.95 $879.75Sell:71 ~STDSF-Storage Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVS1242X1SND 18"d x 42"w, One 12"H Open Lateral Cabinet/ One 1/2 Height Open Shelf, 1200 Series 1 $370.43 $370.43Sell:72 ~STDSF-Storage Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVSLK12 Lock for Flipper Door Storage 13 $15.18 $197.34Sell:73 EVSOF1236 14.5"h x 36"w, Overhead Flipper Door Storage Unit, Lock (NIC) 10 $143.35 $1,433.50Sell:74 ~STDSF-Storage Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVSOF1260 14.5"h x 60"w, Overhead Flipper Door Storage Unit, Lock (NIC) 3 $200.04 $600.12Sell:75 ~STDSF-Storage Paint Colors Standard Paint Colors SDTStandard Paint Colors Stone Dust (Textured Cappuccino) EVWD3060 30"d x 60"w, "D" Top Worksurface, Monoleg Included, 1 Scoop , 3mm PVC Edge Trim 1 $170.40 $170.40Sell:76 ~TFSF-Worksurface Laminates (D Top) Thermally Fused Laminates (1" Thickness) Page 25 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry ~STD80-Paint Colors (WS Mono Post) Standard Paint Colors SDTStandard Paint Colors (WS Mono Post) Stone Dust (Textured Cappuccino) EVWS2448 24"d x 48"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 1 $73.72 $73.72Sell:77 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2454 24"d x 54"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 1 $86.68 $86.68Sell:78 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2460 24"d x 60"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 2 $97.05 $194.10Sell:79 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2466 24"d x 66"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 1 $101.50 $101.50Sell:80 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry Page 26 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty EVWS2472 24"d x 72"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 4 $105.94 $423.76Sell:81 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWS2496 24"d x 96"w, Straight Rectangular Worksurface with Scoops, 3 mm PVC Edge Trim 1 $182.99 $182.99Sell:82 ~TFSF-Worksurface Laminates (Straight)Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWSNSC2472 24"d x 72"w, Straight Rectangular Worksurface No Scoops, Exact Depth, Exact Width, 3mm PVC Edge Trim 1 $105.94 $105.94Sell:83 ~TFSF- Worksurface Laminates (Straight) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry EVWSP2463 24"d x 63"w, Span a Post, Straight Rectangular Worksurface with Scoops, 3mm PVC Edge Trim 1 $125.95 $125.95Sell:84 ~TFSF-Worksurface Laminates (Span a Post) Thermally Fused Laminates (1" Thickness) SKC20-TF - Thermally Fused Laminates Shaker Cherry SKE45-PVC Trim Colors Shaker Cherry WS-C-3096-L Worksurface Rectangular Top 30"D x 96"W; HPL top, 3mm PVC edge; To cover (2) SBOC9-483042-L-CT 1 $275.85 $275.85Sell:85 HPL Wilsonart Shaker Cherry 7935K-07 PVC Rehau CP40108 Shaker Cherry Page 27 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty XSBOCB9-483042-L-CT Standard Base Open Cublicle Storage for rolled plans; 48"W x 30"D x 42"H; HPL box finish, ? vertical partition, ? adjustable shelves, 4" toe kick. To receive continuous top. 2 $1,415.41 $2,830.82Sell:86 HPL Nevamar Bethany Beige S2069T PVC Rehau C600061 Bethany Beige INSTALL DAL39767 LABOR TO TEAR DOWN, RECONFIG & RELOCATE SET UPS & PLACE ALL LEFT OVER PRODUCT IN CLIENTS ON SITE STORAGE ALL PER DRAWING PROVIDED ALL BASED ON NBH 1 $4,792.68 $4,792.68Sell:87 $40,902.11Subtotal Sell: ZFREIGHT FREIGHT MEDIA TECHNOLOGIES FREIGHT 1 $718.29 $718.29Sell:88 $718.29Subtotal Sell: Total Sell:$41,620.40 Page 28 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty Proposal Notes Deposit Required: Additional Information: Page 29 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty Page 30 of 31www.WorkspaceInteriorsOD.com Item 9e Martha Harper Furniture Account Manager 14600 Trinity Boulevard Suite 300 Fort Worth TX 76155 214.801.0692 Martha.Harper@WorkspaceInteriorsOD.com January Cook Town of Prosper 200 S Main Street Prosper TX 75078 4/25/2019 455970 Preview Product Price: Date: Unit Reference #: fax ph P r o p o s a l ExtendedItem Qty Special Instructions: Proposal valid for 30 days Please note: a deposit is required on all furniture orders prior to order placement One of the following is required prior to placing your order: Signed Terms and Condition, Furniture Agreement on file or a Workspace Interiors Furniture Addendum on file Workspace Interiors may require additional credit information, prior to placing your order The appropriate tax will be applied at the time of invoicing This proposal contains Special Order items that are Not Returnable Once an order is placed, cancellations are Not Allowed. Estimated leadtime is subject to the manufactures production / shipping schedule Your signature below indicates your approval to order the items listed on this proposal. Purchase Order: ______________________________________________ Signature:______________________________________________Date: _______________ Printed Name: ______________________________________________ Page 31 of 31www.WorkspaceInteriorsOD.com Item 9e Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon authorizing the Town Manager to execute an Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match between the Texas Department of Transportation, and the Town of Prosper, Texas, for the construction of additional turn lanes on FM 2478 between US 380 and FM 1461. Description of Agenda Item: FM 2478 (Custer Road) from US 380 to FM 1461 is scheduled for letting in September 2020. In conjunction with the Texas Department of Transportation (TxDOT) construction of FM 2478, the Town of Prosper is requesting additional construction of improvements to facilitate the traffic demands of the roadway. These improvements include deceleration lanes, and a left turn lane/median opening to be funded by the Town of Prosper with no required matching funds from TxDOT. The additional deceleration lanes are located at the following intersections: •SB at southern driveway into Prosper Plaza •SB at central driveway into Prosper Plaza The left turn lane and median opening will provide access to the rear of the Lowe’s property. Lowe’s has agreed to fund the design and construction of the left turn lane and median opening through an Escrow Agreement. Budget Impact: In accordance with the attached agreement, the Town of Prosper is obligated to provide to the State, $174,205 sixty (60) days prior to the letting date, estimated in Summer 2020. Of that amount, $70,000 will be provided to the Town by Lowe’s per the terms of an Escrow Agreement, which is a companion agenda item to this item. Of the remaining $104,205, $100,000 was included in the FY 2018-2019 Adopted Budget and $4,205 will be funded from Account Number 100-5480-50-01 (Contract Services – Public Works Street). Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the agreement as to form and legality. ENGINEERING SERVICES Prosper is a place where everyone matters. Item 9fItem 9f Page 2 of 2 Attached Documents: 1. Advance Funding Agreement Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute an Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match between the Texas Department of Transportation, and the Town of Prosper, Texas, for the construction of additional turn lanes on FM 2478 between US 380 and FM 1461. Proposed Motion: I move to authorize the Town Manager to execute an Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match between the Texas Department of Transportation, and the Town of Prosper, Texas, for the construction of additional turn lanes on FM 2478 between US 380 and FM 1461. Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 1 of 5 AFA VolTIP Revised 10/13/2017 STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT FOR VOLUNTARY LOCAL GOVERNMENT CONTRIBUTIONS TO TRANSPORTATION IMPROVEMENT PROJECTS WITH NO REQUIRED MATCH ON-SYSTEM THIS AGREEMENT is made by and between the State of Texas, acting by and through the Texas Department of Transportation called the “State”, and the Town of Prosper, acting by and through its duly authorized officials, called the “Local Government”. The State and Local Government shall be collectively referred to as “the parties” hereinafter. WITNESSETH WHEREAS, federal law establishes federally funded programs for transportation improvements to implement its public purposes, and WHEREAS, Transportation Code, Chapters 201 and 221, authorize the State to lay out, construct, maintain, and operate a system of streets, roads, and highways that comprise the State Highway System; and WHEREAS, Government Code, Chapter 791, and Transportation Code, §201.209 and Chapter 221, authorize the State to contract with municipalities and political subdivisions; and WHEREAS, the Texas Transportation Commission passed Minute Order Number 114872 & 115291 authorizing the State to undertake and complete a highway improvement generally described as widening a two-lane rural highway to a four-lane divided and six-lane roadway; realigning the intersection at FM 1461 on FM 2478 in Collin County; and WHEREAS, the Local Government has requested that the State allow the Local Government to participate in said improvement by funding that portion of the improvement described as the construction of two southbound right turn lanes and one northbound left turn lane with median opening along FM 2478 from US 380 to FM 1461 in the Town of Prosper. One southbound right turn lane is located approximately from Station 344+00 to Station 347+25 and the other southbound right turn lane is located approximately from Station 348+30 to Station 351+78. The northbound left turn lane with median opening is located approximately from Station 350+52 to 353+00, called the “Project”; and WHEREAS, the State has determined that such participation is in the best interest of the citizens of the state; NOW, THEREFORE, in consideration of the premises and of the mutual covenants and agreements of the parties, to be by them respectively kept and performed as set forth in this Agreement, it is agreed as follows: Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 2 of 5 AFA VolTIP Revised 10/13/2017 AGREEMENT 1. Period of the Agreement This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. This Agreement shall remain in full force and effect until the Project has been completed and accepted by all parties or unless terminated as provided below. 2. Project Funding and Work Responsibilities A. The State will authorize the performance of only those Project items of work which the Local Government has requested and has agreed to pay for as described in Attachment A, Payment Provision and Work Responsibilities (Attachment A) which is attached to and made a part of this contract. In addition to identifying those items of work paid for by payments to the State, Attachment A also specifies those Project items of work that are the responsibility of the Local Government and will be carried out and completed by the Local Government, at no cost to the State. B. At least sixty (60) days prior to the date set for receipt of the construction bids, the Local Government shall remit its financial share for the State’s estimated construction oversight and construction costs. C. In the event that the State determines that additional funding by the Local Government is required at any time during the Project, the State will notify the Local Government in writing. The Local Government shall make payment to the State within thirty (30) days from receipt of the State’s written notification. D. Whenever funds are paid by the Local Government to the State under this Agreement, the Local Government shall remit a check or warrant made payable to the “Texas Department of Transportation” or may use the State’s Automated Clearing House (ACH) system for electronic transfer of funds in accordance with instructions provided by TxDOT’s Finance Division. The funds shall be deposited and managed by the State and may only be applied by the State to the Project. 3. Right of Access If the Local Government is the owner of any part of the Project site, the Local Government shall permit the State or its authorized representative access to the site to perform any activities required to execute the work. 4. Adjustments Outside the Project Site The Local Government will provide for all necessary right of way and utility adjustments needed for performance of the work on sites not owned or to be acquired by the State. 5. Responsibilities of the Parties The State and the Local Government agree that neither party is an agent, servant, or employee of the other party and each party agrees it is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 3 of 5 AFA VolTIP Revised 10/13/2017 6. Document and Information Exchange The Local Government agrees to electronically deliver to the State all general notes, specifications, contract provision requirements and related documentation in a Microsoft® Word or similar document. If requested by the State, the Local Government will use the State's document template. The Local Government shall also provide a detailed construction time estimate including types of activities and month in the format required by the State. This requirement applies whether the local government creates the documents with its own forces or by hiring a consultant or professional provider. At the request of the State, the Local Government shall submit any information required by the State in the format directed by the State. 7. Interest The State will not pay interest on funds provided by the Local Government. Funds provided by the Local Government will be deposited into, and retained in, the State Treasury. 8. Inspection and Conduct of Work Unless otherwise specifically stated in Attachment A, the State will supervise and inspect all work performed hereunder and provide such engineering inspection and testing services as may be required to ensure that the Project is accomplished in accordance with the approved plans and specifications. All correspondence and instructions to the contractor performing the work will be the sole responsibility of the State. Unless otherwise specifically stated in Attachment A to this contract, all work will be performed in accordance with the Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges adopted by the State and incorporated in this agreement by reference, or special specifications approved by the State. 9. Increased Costs If any existing or future local ordinances, commissioners court orders, rules, policies, or other directives, including but not limited to outdoor advertising billboards and storm water drainage facility requirements, are more restrictive than State or Federal Regulations, or if any other locally proposed changes, including but not limited to plats or replats, result in increased cost to the department for a highway improvement project, then any increased costs associated with the ordinances or changes will be paid by the Local Government. The cost of providing right of way acquired by the State shall mean the total expenses in acquiring the property interests either through negotiations or eminent domain proceedings, including but not limited to expenses related to relocation, removal, and adjustment of eligible utilities. 10. Insurance If this Agreement authorizes the Local Government or its contractor to perform any work on State right of way, before beginning work the entity performing the work shall provide the State with a fully executed copy of the State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on the State right of way is complete. If coverage is not Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 4 of 5 AFA VolTIP Revised 10/13/2017 maintained, all work on State right of way shall cease immediately, and the State may recover damages and all costs of completing the work. 11. Project Maintenance The Local Government shall be responsible for maintenance of locally owned roads and locally owned facilities after completion of the work. The State shall be responsible for maintenance of the State highway system after completion of the work if the work was on the State highway system, unless otherwise provided for in Attachment A or existing maintenance agreements with the Local Government. 12. Termination A. This agreement may be terminated in the following manner: 1. By mutual written agreement and consent of both parties; 2. By either party upon the failure of the other party to fulfill the obligations set forth in this agreement; or 3. By the State if it determines that the performance of the Project is not in the best interest of the State. B. If the agreement is terminated in accordance with the above provisions, the Local Government will be responsible for the payment of Project costs incurred by the State on behalf of the Local Government up to the time of termination. C. Upon completion of the Project, the State will perform an audit of the Project costs. Any funds due to the Local Government, the State, or the Federal Government will be promptly paid by the owing party. 13. Notices All notices to either party by the other required under this agreement shall be delivered personally or sent by certified or U.S. mail, postage prepaid or sent by electronic mail, (electronic notice being permitted to the extent permitted by law but only after a separate written consent of the parties), addressed to such party at the following addresses: Local Government: Town of Prosper ATTN: City Manager 200 South Main Street Prosper, Texas 75078 State: Texas Department of Transportation ATTN: Director of Contract Services 125 E. 11th Street Austin, TX 78701 All notices shall be deemed given on the date so delivered or so deposited in the mail, unless otherwise provided in this agreement. Either party may change the above address by sending written notice of the change to the other party. Either party may request in writing that such notices shall be delivered personally or by certified U.S. mail and such request shall be honored and carried out by the other party. Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 5 of 5 AFA VolTIP Revised 10/13/2017 14. Sole Agreement In the event the terms of the agreement are in conflict with the provisions of any other existing agreements between the Local Government and the State, the latest agreement shall take precedence over the other agreements in matters related to the Project. 15. Successors and Assigns The State and the Local Government each binds itself, its successors, executors, assigns, and administrators to the other party to this agreement and to the successors, executors, assigns, and administrators of such other party in respect to all covenants of this agreement. 16. Amendments By mutual written consent of the parties, this agreement may be amended in writing prior to its expiration. 17. State Auditor Pursuant to Texas Government Code § 2262.154, the state auditor may conduct an audit or investigation of any entity receiving funds from the state directly under the contract or indirectly through a subcontract under the contract. Acceptance of funds directly under the contract or indirectly through a subcontract under this contract acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. 18. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this Agreement on behalf of the entity represented. THIS AGREEMENT IS EXECUTED by the State and the Local Government. THE STATE OF TEXAS THE LOCAL GOVERNMENT By: By: Kenneth Stewart Director of Contract Services Texas Department of Transportation Harlan Jefferson Town Manager Town of Prosper Date: Date: Item 9fItem 9f CSJ # 2351-01-017 District # 18 - Dallas Code Chart 64 # 34150 Project Name FM 2478 Limits From US 380 to FM 1461 Page 1 of 1 AFA-AFA_VolTIP Attachment A ATTACHMENT A PAYMENT PROVISION AND WORK RESPONSIBILITIES The Local Government will be responsible for 100% of the construction items and cost overruns for the State to construct the following two southbound right turn lanes and one northbound left turn lane with median opening along FM 2478 from US 380 to FM 1461 in the Town of Prosper. 1. One Southbound right turn lane from approximately Station 344+00 to Station 347+25. 2. One Southbound right turn lane from approximately Station 348+30 to Station 351+78. 3. One Northbound left turn lane from approximately Station 350+52 to 353+00. The Project cost is to be as follows: Description Total Estimate Cost Federal Participation State Participation Local Participation % Cost % Cost % Cost Construction (by State) $147,982.50 0% $0 0% $0 100% $147,982.50 Direct State Costs (12.39%) $18,335.03 0% $0 0% $0 100% $18,335.03 Indirect State Costs (5.33%) $7,887.47 0% $0 0% $0 100% $7,887.47 TOTAL $174,205.00 $0 $0 $174,205.00 Total Estimated Local Government Participation= $174,205.00 Total Estimated Payment by the Local Government to the State upon execution of this Agreement= $174,205.00 This is an estimate only. The final amount of the Local Government participation will be based on actual costs. Item 9fItem 9f Page 1 of 2 To: Mayor and Town Council From: Hulon T. Webb, Jr., P.E., Director of Engineering Services Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon authorizing the Town Manager to execute an Escrow Agreement between Lowe’s Home Centers, LLC, and the Town of Prosper, Texas, concerning the design and construction of a Northbound Left Turn Lane on FM 2478 (Custer Road) to serve the Prosper Lowe’s Site. Description of Agenda Item: The Texas Department of Transportation (TxDOT) is scheduled for letting the widening of FM 2478 (Custer Road) from US 380 to FM 1461 in September 2020. Lowe’s Home Centers, LLC (Lowe’s), requested a Northbound Left Turn Lane to access the rear of their property and TxDOT has approved the request pending the execution of an Advance Funding Agreement with the Town of Prosper. Lowe’s has agreed to fund the full cost of this improvement through the attached Escrow Agreement. Budget Impact: Since the Town wishes to coordinate the design and construction of the Northbound Left Turn Lane with the construction on FM 2478 (Custer Road), Lowe’s agrees to escrow $70,000 with the Town for the project’s design and construction. If the Northbound Left Turn Lane cost is less than $70,000, the balance will be refunded to Lowe’s, less any accrued interest. If the cost exceeds the escrow amount, Lowe’s will be responsible for the difference. The escrow shall be deposited with the Town prior to the Town’s execution of the Advance Funding Agreement with TxDOT. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the agreement as to form and legality. Attached Documents: 1.Escrow Agreement Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute an Escrow Agreement between Lowe’s Home Centers, LLC, and the Town of Prosper, Texas, concerning the design and construction of a Northbound Left Turn Lane on FM 2478 (Custer Road) to serve the Prosper Lowe’s Site. ENGINEERING SERVICES Prosper is a place where everyone matters. Item 9g Page 2 of 2 Proposed Motion: I move to authorize the Town Manager to execute an Escrow Agreement between Lowe’s Home Centers, LLC, and the Town of Prosper, Texas, concerning the design and construction of a Northbound Left Turn Lane on FM 2478 (Custer Road) to serve the Prosper Lowe’s Site. Item 9g ESCROW AGREEMENT (FM 2478/Custer Road Northbound Left Turn Paving for access to Lowes) THIS ESCROW AGREEMENT ("Agreement") is made and entered into this __ day of May, 2019 (the "Effective Date"), by and between the Town of Prosper, Texas (the "Town"), and Lowe's Home Centers, LLC ("Owner"). WIT N ES S ETH: WHEREAS, Owner has requested the addition of a Northbound Left Turn Lane on FM 2478 (Custer Road) which is more accurately described and depicted on Exhibit A, attached to and made a part of this Agreement; and WHEREAS, the Texas Department of Transportation (TxDOT) has agreed to include this improvement in the upcoming project for the reconstruction of FM 2478 if the costs are funded through the Town; and WHEREAS, since there are numerous efficiencies to the inclusion of the improvement into the· construction project, Owner and the Town have agreed that Owner shall escrow Seventy Thousand Dollars ($70,000) with the Town for the design and construction of the Northbound Left Turn Lane; and WHEREAS, the purpose of this Agreement is to clarify the obligations of Owner and the Town relative to the design and construction of the Northbound Left Turn Lane, among other matters related thereto. NOW, THEREFORE, in consideration of the foregoing premises and for other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, Owner and the Town covenant and agree as follows: 1. Payment of Escrow Amount to the Town. The parties hereto acknowledge that Owner has requested the construction of the Northbound Left Turn Lane, Owner agrees to escrow $70,000.00 ("Escrow Amount") with the Town, and Owner agrees to the escrow of such fees with the Town. The Escrow Amount shall be deposited by Owner with the Town prior to the Town's execution of the "Advance Funding Agreement for Voluntary Local Government Contributions to Transportation Improvement Projects with No Required Match On-System" with TxDOT. The Escrow Amount shall be available to the Town to pay for the construction and design costs, including any engineering costs, associated with the Northbound Left Turn Lane, and the Town, in its sole discretion, shall be entitled to use and expend all or a portion of the Escrow Amount in connection with the design and construction referenced herein, at its sole discretion. In the event the construction of the Northbound Left Turn Lane costs less than the Escrow Amount, any funds still on deposit with the Town upon completion of the Northbound Left Turn Lane shall be returned to Owner within thirty (30) days of completion. In the event the construction of the Northbound Left Turn Lane costs more than the Escrow Amount, the Town will notify the Owner of the cost difference and provide reasonable supporting 1 Item 9g Item 9g Item 9g Item 9g Item 9g Item 9g Item 9g Item 9g Page 1 of 1 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon an ordinance to rezone 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street. (Z19-0001). Description of Agenda Item: On April 23, 2019, the Town Council approved the proposed rezoning request, by a vote of 6-0, subject to the following condition: 1.The building to be constructed on Tract A, as referenced in Exhibit C, shall contain mortar to be of a buff pigment. An ordinance has been prepared accordingly. Legal Obligations and Review: Town Attorney, Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard ordinance as to form and legality. Attached Documents: 1. Ordinance Town Staff Recommendation: Town staff recommends the Town Council approve the ordinance. Proposed Motion: I move to approve an ordinance to rezone 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street. Prosper is a place where everyone matters. PLANNING Item 9h TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN OF PROSPER, TEXAS, AMEN DING PROSPER’S ZONING ORDINANCE BY REZONING A TRACT OF LAND CONSISTING OF 6.2 ACRES, SITUATED IN THE COLLIN COUNTY SCHOOL LAND #12 SURVEY, ABSTRACT NO. 147, IN THE TOWN OF PROSPER, COLLIN COUNTY, TEXAS FROM SINGLE FAMILY-15 (SF-15) TO PLANNED DEVELOPMENT-DOWNTOWN RETAIL (PD-DTR); DESCRIBING THE TRACT TO BE REZONED; PROVIDING FOR A PENALTY FOR THE VIOLATION OF THIS ORDINANCE; PROVIDING FOR REPEALING, SAVING AND SEVERABILITY CLAUSES; PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE; AND PROVIDING FOR THE PUBLICATION OF THE CAPTION HEREOF. WHEREAS, the Town Council of the Town of Prosper, Texas (the “Town Council”) has investigated and determined that the Zoning Ordinance should be amended; and WHEREAS, the Town of Prosper, Texas (“Prosper”) has received a request (Case Z19- 001) from Goodwill Industries of Northeast Texas, Inc. (“Applicant”), to rezone 6.2 acres of land, more or less, in the Collin County School Land #12 Survey, Abstract No. 147, in the Town of Prosper, Collin County, Texas, from Single Family-15 (SF-15) to Planned Development- Downtown Retail (PD-DTR) and being more particularly described in Exhibit “A,” attached hereto and incorporated herein for all purposes; and WHEREAS, the Town Council has investigated and determined that the facts contained in the request are true and correct; and WHEREAS, all legal notices required for rezoning have been given in the manner and form set forth by law, Public Hearings have been held, and all other requirements of notice and completion of such procedures have been fulfilled; and WHEREAS, the Town Council has further investigated into and determined that it will be advantageous and beneficial to Prosper and its inhabitants to rezone this property as set forth below. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendment to the Town’s Zoning Ordinance. The Town’s Zoning Ordinance, adopted by Ordinance No. 05-20, is amended as follows: The zoning designation of the below described property containing 6.2 acres of land, more or less, in the Collin County School Land #12 Survey, Abstract No. 147, in the Town of Prosper, Collin County, Texas, (the “Property”) and all streets, roads, and alleyways contiguous and/or adjacent thereto is hereby zoned as Planned Item 9h Ordinance No. 19-__, Page 2 Development-93 and being more particularly described in Exhibit “A,” attached hereto and incorporated herein for all purposes as if set forth verbatim. The development plans, standards, and uses for the Property in this Planned Development District shall conform to, and comply with 1) the Statement of Intent and Purpose, attached hereto as Exhibit B; 2) the Development Standards, attached hereto as Exhibit C; 3) the Site Plan, attached hereto as Exhibit D; 4) the Development Schedule, attached hereto as Exhibit E; 5) the Façade Plans, attached hereto as Exhibit F; and 6) the Landscape Plans, attached hereto as Exhibit G, which are incorporated herein for all purposes as if set forth verbatim, subject to the following conditions of approval by the Town Council: 1. The building to be constructed on Tract A, as referenced in Exhibit C, shall contain mortar to be of a buff pigment. Except as amended by this Ordinance, the development of the Property within this Planned Development District must comply with the requirements of all ordinances, rules, and regulations of Prosper, as they currently exist or may be amended. Two (2) original, official, and identical copies of the zoning exhibit map are hereby adopted and shall be filed and maintained as follows: a. One (1) copy shall be filed with the Town Secretary and retained as an original record and shall not be changed in any manner. b. One (1) copy shall be filed with the Building Official and shall be maintained up-to- date by posting thereon all changes and subsequent amendments for observation, issuing building permits, certificates of compliance and occupancy, and enforcing the zoning ordinance. Reproduction for information purposes may from time-to-time be made of the official zoning district map. SECTION 3 No Vested Interest/Repeal. No developer or property owner shall acquire any vested interest in this Ordinance or in any other specific regulations contained herein. Any portion of this Ordinance may be repealed by the Town Council in the manner provided for by law. SECTION 4 Unlawful Use of Premises. It shall be unlawful for any person, firm or corporation to make use of said premises in some manner other than as authorized by this Ordinance, and shall be unlawful for any person, firm or corporation to construct on said premises any building that is not in conformity with the permissible uses under this Zoning Ordinance. SECTION 5 Penalty. Any person, firm, corporation or business entity violating this Ordinance or any provision of Prosper’s Zoning Ordinance No. 05-20, or as amended, shall be deemed guilty of a misdemeanor, and upon conviction thereof shall be fined any sum not exceeding Two Thousand Dollars ($2,000.00). Each continuing day’s violation under this Ordinance shall constitute a separate offense. The penal provisions imposed under this Ordinance shall not preclude Item 9h Ordinance No. 19-__, Page 3 Prosper from filing suit to enjoin the violation. Prosper retains all legal rights and remedies available to it pursuant to local, state and federal law. SECTION 6 Severability. Should any section, subsection, sentence, clause or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses and phrases be declared unconstitutional or invalid. SECTION 7 Savings/Repealing Clause. Prosper’s Zoning Ordinance No. 05-20 shall remain in full force and effect, save and except as amended by this or any other Ordinance. All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict; but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the appeal prevent a prosecution from being commenced for any violation if occurring prior to the repealing of the ordinance. Any remaining portions of said ordinances shall remain in full force and effect. SECTION 8 Effective Date. This Ordinance shall become effective from and after its adoption and publications as required by law. DULY PASSED, APPROVED, AND ADOPTED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY , 2019. ______________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 9h FLOOD PLA IN ELEV 664 .7FLOOD PLA IN ELEV 663 .0 F LOOD P LA IN E LEV 6 6 0 . 2FLOOD PLAIN ELEV 658.2FLOOD PLA IN ELEV 661 .7COLEMAN STREETGORGEOUS ROAD McKINLEY STREET Z19-0001 EXHIBIT A COLLIN COUNTY SCHOOL LAND #12 SURVEY ABSTRACT #147, TRACTS 968581 & 968368 TRACT 1 (TOTAL): 6.200 ACRES TRACT A: 1.943 ACRES GROSS, 1.646 ACRES NET TRACT B: 4.257 ACRES GROSS, 3.625 ACRES NET MARCH 18, 2019 N 12160 N. ABRAMS RD., STE. 508 DALLAS, TX 75243 PH: 214.503.0555 ENGINEERS - ARCHITECTS - PLANNERS TEXAS PROFESSIONAL LAND SURVEYING FIRM REGISTRATION NO. 10116400 TEXAS REGISTERED ENGINEERING FIRM F-2827 TEXAS REGISTERED ARCHITECTURE FIRM BR1360 GOODWILL INDUSTRIES OF NORTHEAST TEXAS PROSPER RETAIL STORE & DONATION CENTER EXHIBIT A EX-A1 PLANNING E. SEVENTH STREET W. SEVENTH STREET 20' ALLEY R E V I S J A N U A R Y 1 8 , 2 0 1 8 F L O O D P L A I N B O U N D A R Y ( Z O N E O N F E M A F I R M 4 8 0 8 5 C 0 2 3 5 J A E ) A S D E L I N T E DE A 1"=40' 0 40' N SITE VICINITY MAP NO SCALE PROPOSED GOODWILL PROSPER ADDITION TRACT B 4.257 ACRES (185,441.67 SF) TRACT 1 (TOTAL): 6.200 ACRES (270,069 SF) GOODWILL INDUSTRIES OF NORTHEAST TEXAS, INC. CCCF# 2008010200008100 REQUESTED ZONING DTR, DOWNTOWN RETAIL PD, PLANNED DEVELOPMENT FOR PROPOSED GOODWILL PROSPER ADDITION TRACT A I.943 ACRES (84,627.39 SF) PROPOSED USE: RETAIL STORE & DONATION RECEIVING TRACT 1 (TOTAL): 6.200 ACRES (270,069 SF) GOODWILL INDUSTRIES OF NORTHEAST TEXAS, INC. CCCF# 2008010200008100 E D T O R E F L E C T L O M R E F F E C T I V E LAND USE: AGRICULTURAL FUTURE LAND USE PLAN: OLD TOWN RETAIL EXISTING ZONING: SF-15, SINGLE FAMILY Item 9h ” ’ ” ” ” ” ’ ” ” ” ” ” ’ ” ” 12160 N. ABRAMS RD., STE. 508 DALLAS, TX 75243 PH: 214.503.0555 ENGINEERS - ARCHITECTS - PLANNERS TEXAS PROFESSIONAL LAND SURVEYING FIRM REGISTRATION NO. 10116400 TEXAS REGISTERED ENGINEERING FIRM F-2827 TEXAS REGISTERED ARCHITECTURE FIRM BR1360 GOODWILL INDUSTRIES OF NORTHEAST TEXAS PROSPER RETAIL STORE & DONATION CENTER EXHIBIT A - LEGAL DESCRIPTION EX-A2 PLANNING Z19-0001 EXHIBIT A COLLIN COUNTY SCHOOL LAND #12 SURVEY ABSTRACT #147, TRACTS 968581 & 968368 TRACT 1 (TOTAL): 6.200 ACRES TRACT A: 1.943 ACRES GROSS, 1.646 ACRES NET TRACT B: 4.257 ACRES GROSS, 3.625 ACRES NET MARCH 18, 2019 Item 9h Z19-0001 EXHIBIT B STATEMENT OF INTENT AND PURPOSE The intent and purpose of this zoning application is to develop a Goodwill Retail Store and Donation Center at 411 North Coleman Street in Prosper, Texas. The approximate, gross building area will be 16,400 S.F. including 11,800 S.F. gross for retail sales and support, and 4,600 S.F. gross for storage. An approximately 1,950 S.F. gross, screened and covered parking enclosure will be provided for three donation receiving trailers. Item 9h 1 Z19-0001 EXHIBIT C DEVELOPMENT STANDARDS GOODWILL Conformance with the Town’s Zoning Ordinance and Subdivision Ordinance: Except as otherwise set forth in these Development Standards, the regulations of the Town’s Zoning Ordinance, as it exists or may be amended, and the Subdivision Ordinance, as it exists or may be amended, shall apply. Tract A – Goodwill Tract A1. Except as noted below, the Tract shall develop in accordance with the Downtown Retail District, as it exists or may be amended. A2. Development Plans 1. Concept Plan: The tract shall be developed in general accordance with the attached concept plan, set forth in Exhibits D. 2. Elevations: The tract shall be developed in general accordance with the attached elevations, set forth in Exhibits F. 3. Landscape Plan: The tract shall be developed in general accordance with the attached landscape plan, set forth in Exhibit G. A3. Regulations. Regulations shall be permitted in accordance with the Downtown Retail District with the exception of the following: 1. Minimum Front Yard: a. In accordance with Exhibit D. 2. The building to be constructed on Tract A, as referenced in Exhibit C, shall contain mortar to be of a buff pigment Tract B B.1 Except as noted below, Tract B shall develop in accordance with the Downtown Retail District, as it exists or may be amended. B.2 Development Plans 1. Conceptual Development Plan and Elevations: Prior to application for a Preliminary Site Plan and/or Site Plan on Tract B, a Conceptual Development Plan shall be submitted and receive a recommendation from the Planning & Zoning Commission and be approved by the Town Council. A Conceptual Development Plan shall be prepared and contain the same information as required for “Exhibits D and F” associated with the application for a Planned Development District. The required information of Exhibits D and F associated with a Planned Development District are denoted in the Town’s Development Manual as it exists or may be amended. Item 9h 2 Minor amendments to the approved Conceptual Development shall be considered at time of the submittal of a Preliminary Site Plan. The Preliminary Site Plan shall clearly note any deviations from the approved Conceptual Development Plan. To be classified as a minor amendment, the proposed changes shall not: 1. alter the basic relationship of the proposed development to adjacent property, 2. alter the uses permitted, 3. increase the density, 4. increase the building height, 5. increase the coverage of the site, 6. reduce the off-street parking ratio, 7. reduce the building lines provided at the boundary of the site, or 8. significantly alter any open space plans. Where the proposed changes do not meet the criteria of a minor amendment, a formal amendment of the Planned Development District, including Public Hearings conducted by the Planning & Zoning Commission and Town Council shall be required in accordance with Chapter 1, Section 8 of the Zoning Ordinance as it exists or may be amended. Item 9h FLOOD PLA IN ELEV 664 .7FLOOD PLA IN ELEV 663 .0 F LOOD P LA IN E LEV 6 6 0 . 2FLOOD PLAIN ELEV 658.2FLOOD PLA IN ELEV 661 .7 McKINLEY STREET EXHIBIT D TRACT 1 (TOTAL): 6.200 ACRES PROPOSED GOODWILL PROSPER ADDITION TRACT A: 1.943 ACRES GROSS, 1.646 ACRES NET TRACT B: 4.257 ACRES GROSS, 3.625 ACRES NET TOWN PROJECT # Z19-0001 MARCH 28, 2019 N 12160 N. ABRAMS RD., STE. 508 DALLAS, TX 75243 PH: 214.503.0555 ENGINEERS - ARCHITECTS - PLANNERS TEXAS PROFESSIONAL LAND SURVEYING FIRM REGISTRATION NO. 10116400 TEXAS REGISTERED ENGINEERING FIRM F-2827 TEXAS REGISTERED ARCHITECTURE FIRM BR1360 GOODWILL INDUSTRIES OF NORTHEAST TEXAS PROSPER RETAIL STORE & DONATION CENTER EXHIBIT D EX-D1 PLANNING PROPOSED GOODWILL PROSPER ADDITION TRACT B 4.257 ACRES (185,441.67 SF) LAND USE: VACANT FUTURE LAND USE PLAN: OLD TOWN RETAIL EXISTING ZONING: SF-15, SINGLE FAMILY E. SEVENTH STREET W. SEVENTH STREET 20' ALLEY R E V I S J A N U A R Y 1 8 , 2 0 1 8 F L O O D P L A I N B O U N D A R Y ( Z O N E O N F E M A F I R M 4 8 0 8 5 C 0 2 3 5 J A E ) A S D E L I N T E DE A 1"=40' 0 40' N SITE VICINITY MAP NO SCALE REQUESTED ZONING DTR, DOWNTOWN RETAIL PD, PLANNED DEVELOPMENT FOR PROPOSED GOODWILL PROSPER ADDITION TRACT A: 1.943 ACRES (84,627.39 SF) PROPOSED USE: RETAIL STORE & DONATION RECEIVING CENTER E D T O R E F L E C T L O M R E F F E C T I V E TRACT 1 (TOTAL): 6.200 ACRES (270,069 SF) GOODWILL INDUSTRIES OF NORTHEAST TEXAS, INC. CCCF# 2008010200008100 GORGEOUS ROAD SITE DATA SUMMARY TABLE COLEMAN STREETItem 9h 2020 DESCRIPTION February March April May June Zoning Planned Development Submit 2-18 8am-12 Staff Comment 2- Corrected Plans 3-12 Post Zone P&Z 4-2 Public hearing 4/23 Council Ordinance 5- 14 Conveyance Plat Platting Develop Conveyance Plat Submit Corrected Convey. Plat 4-2 Site Plan Develop Site Plan and Civil Plans Submit Site Plan 4-8 Staff Comments 4-P&Z 5-7 Final Plat Develop Final Plat Plat 4-8 Staff Comments 4-P&Z 5-7 Construction Documents Develop Construction Plans Develop Construction Document Dev & Review Construction Documents Final Constr Docs 5-17 Bidding Solicit bids 5- 20 to 6-14 Award Contract Construction Begin Constr. 6-26 Complete Construction May 2020 EXHIBIT E - Development Schedule Z19-0001 2019 Item 9h F.F.E. 0'-0"ABEG3NORTH ELEVATION (McKINLEY STREET)3/32"=1'-0"555533337777666611114444222299999999T.O. PILASTERS 20'-3"T.O. PARAPET 21'-7"T.O. PARAPET 22'-10"T.O. ROOF 19'-2"T.O. ROOF 17'-9"F.F.E. 0'-0"ABEG4SOUTH ELEVATION3/32"=1'-0"CDF4444888811113333666655558888111111111111121212122222131313132222T.O. PILASTERS 20'-3"T.O. PARAPET 21'-7"T.O. ROOF 17'-9"T.O. ROOF 19'-2"T.O. WALL 10'-3"3246789101112F.F.E. 0'-0"T.O. PILASTERS 20'-3"1EAST ELEVATION (COLEMAN STREET)3/32"=1'-0"51T.O. PARAPET 21'-7"T.O. PARAPET 22'-10"T.O. PARAPET 26'-6"T.O. ROOF 19'-2"T.O. WALL 10'-3"77775555 666633331111 4444999911112222 12121212333344449999T.O. WALL 10'-3"3246789101112F.F.E. 0'-0"T.O. PILASTERS 20'-3"WEST ELEVATION23/32"=1'-0"51T.O. PARAPET 21'-7"T.O. PARAPET 22'-10"T.O. PARAPET 26'-6"7777444410101010222244444444 8888 1111 3333 55556666 8888333312121212 10101010222213131313 121212121111T.O. WALL 10'-3"T.O. ROOF 17'-9"EXHIBIT FTRACT 1 (TOTAL): 6.200 ACRESPROPOSED GOODWILL PROSPER ADDITIONTRACT A: 1.943 ACRESTRACT B: 4.257 ACRESTOWN PROJECT #Z19-0001MARCH 28, 2019OWNER:OWNER:OWNER:OWNER:GGGGOOOOOOOODDDDWWWWIIIILLLLLLLL IIIINNNNDDDDUUUUSSSSTTTTRRRRIIIIEEEESSSS OOOOFFFF NNNNOOOORRRRTTTTHHHHEEEEAAAASSSSTTTT TTTTEEEEXXXXAAAASSSS,,,, IIIINNNNCCCC....2206 E. LAMAR ST., SHERMAN, TX 75092206 E. LAMAR ST., SHERMAN, TX 75092206 E. LAMAR ST., SHERMAN, TX 75092206 E. LAMAR ST., SHERMAN, TX 7509----6502650265026502PHONE: 903PHONE: 903PHONE: 903PHONE: 903----893893893893----3145314531453145APPLICANT:APPLICANT:APPLICANT:APPLICANT:FRANK PURDOM, PRESIDENT & CEOFRANK PURDOM, PRESIDENT & CEOFRANK PURDOM, PRESIDENT & CEOFRANK PURDOM, PRESIDENT & CEO2206 E. LAMAR ST., SHERMAN, TX 750902206 E. LAMAR ST., SHERMAN, TX 750902206 E. LAMAR ST., SHERMAN, TX 750902206 E. LAMAR ST., SHERMAN, TX 75090PHONE: 903PHONE: 903PHONE: 903PHONE: 903----893893893893----3145314531453145SURVEYOR:SURVEYOR:SURVEYOR:SURVEYOR:UNDERWOOD DRAFTING & SURVEYING, INC.UNDERWOOD DRAFTING & SURVEYING, INC.UNDERWOOD DRAFTING & SURVEYING, INC.UNDERWOOD DRAFTING & SURVEYING, INC.3404 INTERURBAN RD., DENISON, TX 750213404 INTERURBAN RD., DENISON, TX 750213404 INTERURBAN RD., DENISON, TX 750213404 INTERURBAN RD., DENISON, TX 75021PHONE: 903PHONE: 903PHONE: 903PHONE: 903----465465465465----2151215121512151NOTE: ELEVATIONS ON THIS SHEET ARE FOR NOTE: ELEVATIONS ON THIS SHEET ARE FOR NOTE: ELEVATIONS ON THIS SHEET ARE FOR NOTE: ELEVATIONS ON THIS SHEET ARE FOR CONCEPTUAL PURPOSES ONLY. THEY REPRESENTCONCEPTUAL PURPOSES ONLY. THEY REPRESENTCONCEPTUAL PURPOSES ONLY. THEY REPRESENTCONCEPTUAL PURPOSES ONLY. THEY REPRESENTGOODWILL RETAIL STORE AND DONATION CENTERGOODWILL RETAIL STORE AND DONATION CENTERGOODWILL RETAIL STORE AND DONATION CENTERGOODWILL RETAIL STORE AND DONATION CENTERPROPOSED TO BE CONSTRUCTED ON TRACT A.PROPOSED TO BE CONSTRUCTED ON TRACT A.PROPOSED TO BE CONSTRUCTED ON TRACT A.PROPOSED TO BE CONSTRUCTED ON TRACT A.SCALE: 3/32"=1'-0"012'BBBBRRRRIIIICCCCKKKK----1111:::: KKKKIIIINNNNGGGG SSSSIIIIZZZZEEEE BBBBRRRRIIIICCCCKKKK,,,, CCCCOOOOLLLLOOOORRRR:::: MMMMEEEEDDDDIIIIUUUUMMMM RRRREEEEDDDD BBBBLLLLEEEENNNNDDDD,,,, MMMMOOOORRRRTTTTAAAARRRR CCCCOOOOLLLLOOOORRRR:::: BUFF PIGMENTBBBBRRRRIIIICCCCKKKK----2222:::: KKKKIIIINNNNGGGG SSSSIIIIZZZZEEEE BBBBRRRRIIIICCCCKKKK,,,, CCCCOOOOLLLLOOOORRRR:::: LLLLIIIIGGGGHHHHTTTT RRRREEEEDDDD BBBBLLLLEEEENNNNDDDD,,,, MMMMOOOORRRRTTTTAAAARRRR CCCCOOOOLLLLOOOORRRR:::: BUFFPIGMENT BBBBRRRRIIIICCCCKKKK----3333:::: KKKKIIIINNNNGGGG SSSSIIIIZZZZEEEE BBBBRRRRIIIICCCCKKKK,,,, CCCCOOOOLLLLOOOORRRR:::: DDDDAAAARRRRKKKK RRRREEEEDDDD BBBBLLLLEEEENNNNDDDD,,,, MMMMOOOORRRRTTTTAAAARRRR CCCCOOOOLLLLOOOORRRR:::: BUFFPIGMENT CAST STONE, COLOR: LIMESTONECAST STONE, COLOR: LIMESTONECAST STONE, COLOR: LIMESTONECAST STONE, COLOR: LIMESTONEPREPREPREPRE----FFFFIIIINNNNIIIISSSSHHHHEEEEDDDD,,,, SSSSTTTTAAAANNNNDDDDIIIINNNNGGGG SSSSEEEEAAAAMMMM MMMMEEEETTTTAAAALLLL AAAAWWWWNNNNIIIINNNNGGGG,,,,COLOR: MEDIUM BRONZECOLOR: MEDIUM BRONZECOLOR: MEDIUM BRONZECOLOR: MEDIUM BRONZEPREPREPREPRE----FFFFIIIINNNNIIIISSSSHHHHEEEEDDDD,,,, MMMMEEEETTTTAAAALLLL RRRROOOOOOOOFFFF CCCCAAAANNNNOOOOPPPPYYYY,,,, CCCCOOOOLLLLOOOORRRR::::MEDIUM BRONZEMEDIUM BRONZEMEDIUM BRONZEMEDIUM BRONZEAAAALLLLUUUUMMMMIIIINNNNUUUUMMMM AAAAUUUUTTTTOOOOMMMMAAAATTTTIIIICCCC SSSSLLLLIIIIDDDDIIIINNNNGGGG DDDDOOOOOOOORRRRSSSS,,,, CCCCOOOOLLLLOOOORRRR::::MEDIUM BRONZEMEDIUM BRONZEMEDIUM BRONZEMEDIUM BRONZEPREPREPREPRE----FFFFIIIINNNNIIIISSSSHHHHEEEEDDDD MMMMEEEETTTTAAAALLLL OOOOVVVVEEEERRRRHHHHEEEEAAAADDDD CCCCOOOOIIIILLLLIIIINNNNGGGG DDDDOOOOOOOORRRR,,,,CCCCOOOOLLLLOOOORRRR:::: AAAAPPPPPPPPRRRROOOOXXXXIIIIMMMMAAAATTTTEEEE CCCCOOOOLLLLOOOORRRR MMMMAAAATTTTCCCCHHHH TTTTOOOO BBBBRRRRIIIICCCCKKKK----1111PPPPAAAAIIIINNNNTTTTEEEEDDDD SSSSTTTTEEEEEEEELLLL DDDDOOOOOOOORRRR,,,, CCCCOOOOLLLLOOOORRRR:::: MMMMEEEEDDDDIIIIUUUUMMMM BBBBRRRROOOONNNNZZZZEEEE1111LEGEND2222333344445555666677778888999910101010111111111212121213131313BRICKBRICKBRICKBRICKCAST STONECAST STONECAST STONECAST STONEMATERIALMATERIALMATERIALMATERIALNORTHNORTHNORTHNORTHSOUTHSOUTHSOUTHSOUTHEEEEAAAASSSSTTTTWWWWEEEESSSSTTTTTOTAL:TOTAL:TOTAL:TOTAL:FACADEFACADEFACADEFACADEPERCENTAGE OF MATERIALS100%100%100%100%100%100%100%100%111100000000%%%%111100000000%%%%99998888....5555%%%%1.5%1.5%1.5%1.5%99998888....4444%%%%1111....6666%%%%97.4%97.4%97.4%97.4%2.6%2.6%2.6%2.6%98.0%98.0%98.0%98.0%2.0%2.0%2.0%2.0%PREPREPREPRE----FFFFIIIINNNNIIIISSSSHHHHEEEEDDDD MMMMEEEETTTTAAAALLLL CCCCOOOOPPPPIIIINNNNGGGG,,,, CCCCOOOOLLLLOOOORRRR:::: MMMMEEEEDDDDIIIIUUUUMMMMBRONZEBRONZEBRONZEBRONZEPREPREPREPRE----FINISHED METAL COPING, COLOR: IVORYFINISHED METAL COPING, COLOR: IVORYFINISHED METAL COPING, COLOR: IVORYFINISHED METAL COPING, COLOR: IVORYGGGGLLLLAAAASSSSSSSS wwww//// BBBBRRRROOOONNNNZZZZEEEE AAAANNNNOOOODDDDIIIIZZZZEEEEDDDD AAAALLLLUUUUMMMMIIIINNNNUUUUMMMM FFFFRRRRAAAAMMMMEEEEPPPPAAAAIIIINNNNTTTTEEEEDDDD SSSSTTTTEEEEEEEELLLL BBBBEEEEAAAAMMMM,,,, CCCCOOOOLLLLOOOORRRR:::: MMMMEEEEDDDDIIIIUUUUMMMM BBBBRRRROOOONNNNZZZZEEEE****PPPPEEEERRRRCCCCEEEENNNNTTTTAAAAGGGGEEEE OOOOFFFF NNNNEEEETTTT FFFFAAAACCCCAAAADDDDEEEE AAAARRRREEEEAAAA ((((GGGGRRRROOOOSSSSSSSS FFFFAAAACCCCAAAADDDDEEEE AAAARRRREEEEAAAA LLLLEEEESSSSSSSS GGGGLLLLAAAASSSSSSSS &&&&DOORS).DOORS).DOORS).DOORS).DATEREVISIONBYNo.BAR IS ONE INCHLONG ON ORIGINALDRAWING. CHECKSCALE AND ADJUSTACCORDINGLY.ONE INCHTHIS PLAN SHEET ISISSUED FOR INTERIMREVIEW ONLY. IT ISNOT FOR REGULATORYAPPROVAL, PERMITTING,OR CONSTRUCTION.PREPARED BY:JOHN D. GATTIS, AIA ON03.28.2019SHEETSHEET 1 OF 1PROJECT PHASE:PHASEENGINEERS - ARCHITECTS - PLANNERS12160 N. ABRAMS RD., STE. 508 DALLAS, TX 75243 PH: 214.503.0555 TEXAS PROFESSIONAL LAND SURVEYING FIRM REGISTRATION NO. 10116400TEXAS REGISTERED ENGINEERING FIRM F-2827 TEXAS REGISTERED ARCHITECTURE FIRM BR1360EXHIBIT F -ELEVATIONSGOODWILL INDUSTRIES OF NORTHEAST TEXASPROSPER RETAIL STORE & DONATION CENTERPROJECT No. 18025EX-F1DESIGNED: JDGDRAWN: LTJCHECKED: JDGItem 9h COLEMAN STREETGORGEOUS ROAD McKINLEY STREET (PROPOSED) NPH 32 NPH 35 IH 38 LO 1 LO 1 CE 2 CE 2 CE 1 BE 2 NPH 165 LO 1 LO 1 FH 1 FH 11 DYH 16 DYH 16 DYH 16 DYH 16 DYH 16 MIS 8 IH 19 RESIDENTIAL ADJACENCY 15' WIDE BUFFER REQUIRED 20' PLUS WIDE LANDSCAPE BUFFER PROVIDED SOLID SOD BERMUDA GRASS TYPICAL FOR ALL TURF AREAS 5'X5' TREE GRATES 100 S.F. X 18" DEPTH OF STRUCTURAL SOIL TO BE PROVIDED FOR EACH TREE SOLID SOD BERMUDA GRASS TYPICAL FOR ALL TURF AREAS EXISTING HACKBERRY 22" CALIPER TO REMAIN LOR 31 IH 68 IH 31 NRS 3 PROPOSED GOODWILL PROSPER ADDITION TRACT B 4.257 ACRES (185,441.67 SF) LAND USE: AGRICULTURAL FUTURE LAND USE PLAN: OLD TOWN RETAIL EXISTING ZONING: SF-15, SINGLE FAMILY REQUESTED ZONING DTR, DOWNTOWN RETAIL PD, PLANNED DEVELOPMENT FOR PROPOSED GOODWILL PROSPER ADDITION TRACT A I.943 ACRES (84,627.39 SF) PROPOSED USE: RETAIL STORE & DONATION RECEIVING CENTER TRACT 1 (TOTAL): 6.200 ACRES (270,069 SF) GOODWILL INDUSTRIES OF NORTHEAST TEXAS, INC. CCCF# 2008010200008100 CE 1 NPH 13 MIS 55 RO 6 CM 4 CM 10 15' LANDSCAPE SET BACK DYH 16 SOLID SOD BERMUDA GRASS TYPICAL FOR ALL TURF AREAS MIS 22 LO 5 12' TRAIL 12' TRAIL 5'X5' TREE GRATES 100 S.F. X 18" DEPTH OF STRUCTURAL SOIL TO BE PROVIDED FOR EACH TREE DYH 16 DYH 16 DYH 16 DYH 16 15.5' LANDSCAPE SETBACK 15'-6"12'-0" EX-G112160 N. ABRAMS RD., STE. 508 DALLAS, TX 75243 PH: 214.503.0555 ENGINEERS - ARCHITECTS - PLANNERS PHASE TEXAS PROFESSIONAL LAND SURVEYING FIRM REGISTRATION NO. 10116400 TEXAS REGISTERED ENGINEERING FIRM F-2827 TEXAS REGISTERED ARCHITECTURE FIRM BR1360 SOLID SOD NOTES LANDSCAPE NOTES 1 FINE GRADE AREAS TO ACHIEVE FINAL CONTOURS INDICATED. LEAVE AREAS TO RECEIVE TOPSOIL 3" BELOW FINAL DESIRED GRADE IN PLANTING AREAS AND 1" BELOW FINAL GRADE IN TURF AREAS. 2. ADJUST CONTOURS TO ACHIEVE POSITIVE DRAINAGE AWAY FROM BUILDINGS. PROVIDE UNIFORM ROUNDING AT TOP AND BOTTOM OF SLOPES AND OTHER BREAKS IN GRADE. CORRECT IRREGULARITIES AND AREAS WHERE WATER MAY STAND. 3. ALL LAWN AREAS TO RECEIVE SOLID SOD SHALL BE LEFT IN A MAXIMUM OF 1" BELOW FINAL FINISH GRADE. CONTRACTOR TO COORDINATE OPERATIONS WITH ON-SITE CONSTRUCTION MANAGER. 4. CONTRACTOR TO COORDINATE WITH ON-SITE CONSTRUCTION MANAGER FOR AVAILABILITY OF EXISTING TOPSOIL. 5. PLANT SOD BY HAND TO COVER INDICATED AREA COMPLETELY. INSURE EDGES OF SOD ARE TOUCHING. TOP DRESS JOINTS BY HAND WITH TOPSOIL TO FILL VOIDS. 6. ROLL GRASS AREAS TO ACHIEVE A SMOOTH, EVEN SURFACE, FREE FROM UNNATURAL UNDULATIONS. 7. WATER SOD THOROUGHLY AS SOD OPERATION PROGRESSES. 8. CONTRACTOR SHALL MAINTAIN ALL LAWN AREAS UNTIL FINAL ACCEPTANCE. THIS SHALL INCLUDE, BUT NOT LIMITED TO: MOWING, WATERING, WEEDING, CULTIVATING, CLEANING AND REPLACING DEAD OR BARE AREAS TO KEEP PLANTS IN A VIGOROUS, HEALTHY CONDITION. 9. CONTRACTOR SHALL GUARANTEE ESTABLISHMENT OF AN ACCEPTABLE TURF AREA AND SHALL PROVIDE REPLACEMENT FROM LOCAL SUPPLY IF NECESSARY. 10. IF INSTALLATION OCCURS BETWEEN SEPTEMBER 1 AND MARCH 1, ALL SOD AREAS TO BE OVER-SEEDED WITH WINTER RYEGRASS, AT A RATE OF (4) POUNDS PER ONE THOUSAND (1000) SQUARE FEET. 1. CONTRACTOR SHALL VERIFY ALL EXISTING AND PROPOSED SITE ELEMENTS AND NOTIFY ARCHITECT OF ANY DISCREPANCIES. SURVEY DATA OF EXISTING CONDITIONS WAS SUPPLIED BY OTHERS. 2. CONTRACTOR SHALL LOCATE ALL EXISTING UNDERGROUND UTILITIES AND NOTIFY ARCHITECT OF ANY CONFLICTS. CONTRACTOR SHALL EXERCISE CAUTION WHEN WORKING IN THE VICINITY OF UNDERGROUND UTILITIES. 3. CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED LANDSCAPE AND IRRIGATION PERMITS. 4. CONTRACTOR TO PROVIDE A MINIMUM 2% SLOPE AWAY FROM ALL STRUCTURES. 5. ALL PLANTING BEDS AND LAWN AREAS TO BE SEPARATED BY STEEL EDGING. NO STEEL TO BE INSTALLED ADJACENT TO SIDEWALKS OR CURBS. 6. ALL LANDSCAPE AREAS TO BE 100% IRRIGATED WITH AN UNDERGROUND AUTOMATIC IRRIGATION SYSTEM AND SHALL INCLUDE RAIN AND FREEZE SENSORS. 7. ALL LAWN AREAS TO BE SOLID SOD BERMUDAGRASS, UNLESS OTHERWISE NOTED ON THE DRAWINGS. 1. FINE GRADE AREAS TO ACHIEVE FINAL CONTOURS INDICATED ON CIVIL PLANS. 2. ADJUST CONTOURS TO ACHIEVE POSITIVE DRAINAGE AWAY FROM BUILDINGS. PROVIDE UNIFORM ROUNDING AT TOP AND BOTTOM OF SLOPES AND OTHER BREAKS IN GRADE. CORRECT IRREGULARITIES AND AREAS WHERE WATER MAY STAND. 3. ALL LAWN AREAS TO RECEIVE SOLID SOD SHALL BE LEFT IN A MAXIMUM OF 1" BELOW FINAL FINISH GRADE. CONTRACTOR TO COORDINATE OPERATIONS WITH ON-SITE CONSTRUCTION MANAGER. 4. IMPORTED TOPSOIL SHALL BE NATURAL, FRIABLE SOIL FROM THE REGION, KNOWN AS BOTTOM AND SOIL, FREE FROM LUMPS, CLAY, TOXIC SUBSTANCES, ROOTS, DEBRIS, VEGETATION, STONES, CONTAINING NO SALT AND BLACK TO BROWN IN COLOR. 5. ALL LAWN AREAS TO BE FINE GRADED, IRRIGATION TRENCHES COMPLETELY SETTLED, AND FINISH GRADE APPROVED BY THE OWNER'S CONSTRUCTION MANAGER OR ARCHITECT PRIOR TO INSTALLATION. 6. ALL ROCKS 3/4" DIAMETER AND LARGER, DIRT CLODS, STICKS, CONCRETE SPOILS, ETC. SHALL BE REMOVED PRIOR TO PLACING TOPSOIL AND ANY LAWN INSTALLATION 7. CONTRACTOR SHALL PROVIDE (1") ONE INCH OF IMPORTED TOPSOIL ON ALL AREAS TO RECEIVE LAWN. GENERAL LAWN NOTES 150 30 60 01 LANDSCAPE PLAN SCALE 1"=30'-0" LANDSCAPE ARCHITECT STUDIO GREEN SPOT, INC. 1784 W. McDERMOTT DRIVE SUITE 110 ALLEN, TEXAS 75013 CHRIS TRONZANO (469) 369-4448 CHRIS@STUDIOGREENSPOT.COM BOTANICAL NAME Ulmus parvifolia 'UPMTF' Ulmus crassifolia Lagerstroemia indica 'Dallas Red' Ilex x attenuata 'Fosteri' Quercus virginiana Quercus shumardii COMMON NAME Bosque Elm Cedar Elm Crepe Myrtle- Dallas Red Foster Holly Live Oak Red Oak SIZE 3' cal. 3" cal. 3" cal. 3" cal. 3" cal. 3" cal. PLANT MATERIAL SCHEDULE REMARKS container, 12' ht., 6' spread, 5' clear trunk B&B, 13' ht., 5' spread min., 5' clear trunk container, 8' ht., 5 trunks, tree form container, 10' ht., 4' spread, tree form container, 13' ht., 6' spread, 5' clear trunk container, 13' ht., 6' spread, 5' clear trunk QTY 2 6 14 12 9 6 TREES SHRUBS GROUNDCOVERS BOTANICAL NAME Cynodon dactylon '419' COMMON NAME '419' Bermudagrass SIZE REMARKS Solid Sod refer to notes TYPE BE CE CM FH LO RO QTYTYPE BOTANICAL NAME Ilex vomitoria 'nana' Rhaphiolepis indica 'Clara' Miscanthus sinensus 'Adagio' Ilex cornuta "Needlepoint' Ilex x 'Nellie R. Stevens' COMMON NAME Dwarf Yaupon Holly Indian Hawthorn Adagio Miscanthus Needlepoint Holly Nellie R. Stevens Holly SIZE 5 gal. 5 gal. 5 gal. 5 gal. 65 gal. REMARKS container 18" ht, 18" spread container, 18" ht., 18" spread container full, well rooted container, 24" ht., 20" spread container, 8' ht., 60" spread, full to base QTY. 160 156 85 245 3 TYPE DYH IH MIS NPH NRS NOTE: Plant list is an aid to bidders only. Contractor shall verify all quantities on plan. All heights and spreads are minimums. All plant material shall meet or exceed remarks as indicated. All trees to have straight trunks and be matching within varieties. NO LARGE CANOPY TREES SHALL BE BE PLANTER CLOSER THAN 4 FEET TO ANY CURB, SIDEWALK, UTILITY LINE, SCREEN WALL OR STRUCTURE LANDSCAPE TABULATIONS PERIMETER LANDSCAPE REQUIREMENTS- Downtown Retail District Requirements: (1) large tree, 3" cal. minimum and (15) shrubs, 5 gallon minimum per 30 l.f. COLEMAN STREET (376.39 l.f. - 35 L.F. OF DRIVE= 341.3 L.F.') Required Provided (11) large trees (11) large trees (165) shrubs (172) shrubs McKINLEY STREET(191.66 l.f. - 14 l.f. OF DRIVE= 177.66 L.F.) Required Provided (6) large trees (6) large trees (90) shrubs (115) shrubs INTERIOR PARKING REQUIREMENTS Requiements: 15 s.f. of landscape for each parking space within the parking lot area. (1) large tree, 3" cal. per parking lot island and at the terminus. 56 Parking spaces Required Provided 840 s.f of landscape area 2,089 s.f. of landscape area (9) large trees (10) large trees RESIDENTIAL ADJACENCY- 191 l.f. Requirements: 15' wide landscape buffer. (1) tree per 30 l.f. Required Provided (6) large trees (5) proposed large trees (1) existing 22" caliper tree THE OWNER, TENANT AND / OR THEIR AGENT, IF ANY, SHALL BE JOINTLY AND SEVERALLY RESPONSIBLE FOR THE MAINTENANCE OF ALL LANDSCAPING REQUIRED BY THE TOWN OF PROPER LANDSCAPE ORDINANCE. ALL PLANT MATERIAL SHALL BE PERPETUALLY MAINTAINER IN A HEALTHY AND GROWING CONDITION AS IS APPROPRIATE FOR THE SEASON OF THE YEAR. PLANT MATERIAL THAT DIES SHALL BE REPLACED BY THE PROPERTY OWNER, TENANT OF AGENT WITH PLANT MATERIAL OF SIMILAR VARIETY AND SIZE, WITHIN THIRTY (30) DAYS OF NOTIFICATION BY THE TOWN OR A DATE APPROVED BY THE TOWN. TOWN OF PROSPER STANDARD LANDSCAPE NOTES N SITE VICINITY MAP NOT TO SCALE GOODWILL INDUSTRIES OF NORTHEAST TEXAS PROSPER RETAIL STORE AND DONATION CENTER EXHIBIT G EXHIBIT G COLLIN COUNTY SCHOOL LAND #12 SURVEY ABSTRACT #147 TRACTS 968581 & 968368 6.200 ACRES MARCH 28, 2019CHRISTRON Z ANOSTA TE O F T E XASTCETHI R C A EPACSDNALDEE GEISRRT2204 03.28.2019 Item 9h Page 1 of 2 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon authorizing the Town Manager to execute a Development Agreement between the Town of Prosper, Texas, and Goodwill Industries of Northeast Texas, related to onsite security personnel and unauthorized drop-offs of donated goods and materials. Description of Agenda Item: On April 23, 2019, Town Council held a Public Hearing and approved the request to rezone 6.2± acres from Single Family-15 (SF-15) to Planned Development-Downtown Retail (PD-DTR), located on the southwest corner of Coleman Street and future McKinley Street, for Goodwill, by a vote of 6- 0 (Z19-0001). The ordinance, ratifying the rezoning request, is on the May 14, 2019, Town Council agenda. In conjunction with consideration of the rezoning request, Goodwill provided a letter to the Town Council indicating their intent to utilize an after-hours security guard in order to prevent off-hour drop- off of donations and materials. As a result of this information, as well as the discussions that took place during the Public Hearing, Goodwill agreed to execute a Development Agreement to retain the services of an after-hours security guard to ensure no off-hour drop-off of donations and materials. The proposed Development Agreement indicates Goodwill will employ or otherwise retain onsite security personnel to provide security services for the property and the store, and to ensure that unauthorized drop-offs of donated goods and materials will not occur during such times when the store is not open to the public for business. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed the agreement as to form and legality. Attached Documents: 1.Development Agreement Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute a Development Agreement between the Town of Prosper, Texas, and Goodwill Industries of Northeast Texas, related to onsite security personnel and unauthorized drop-offs of donated goods and materials. Prosper is a place where everyone matters. PLANNING Item 9i Page 2 of 2 Proposed Motion: I move to authorize the Town Manager to execute a Development Agreement between the Town of Prosper, Texas, and Goodwill Industries of Northeast Texas, related to onsite security personnel and unauthorized drop-offs of donated goods and materials. Item 9i Item 9i Item 9i Item 9i Item 9i Item 9i Item 9i 7 EXHIBIT A Property Description Item 9i Page 1 of 1 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon an ordinance amending the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive. (CA19-0001). [Companion Case Z19-0002] Description of Agenda Item: On April 23, 2019, the Town Council approved the proposed request, by a vote of 6-0. An ordinance has been prepared accordingly. Legal Obligations and Review: Town Attorney, Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard ordinance as to form and legality. Attached Documents: 1.Ordinance Town Staff Recommendation: Town staff recommends the Town Council approve the ordinance. Proposed Motion: I move to approve an ordinance amending the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive. Prosper is a place where everyone matters. PLANNING Item 9j TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, AMENDING THE FUTURE LAND USE PLAN MAP OF THE TOWN OF PROSPER’S COMPREHENSIVE PLAN; PROVIDING FOR REPEALING, SAVING AND SEVERABILITY CLAUSES; AND PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE. WHEREAS, the Town Council of the Town of Prosper, Texas (“Town Council”), has investigated and determined that the Future Land Use Plan of the Town of Prosper (“Prosper”) Comprehensive Plan, adopted by Ordinance No. 12-21, as amended, should be amended; and WHEREAS, Prosper received a request to amend the Future Land Use Plan from Medium Density Single Family to Retail & Neighborhood Services, generally located on the north side of Fishtrap Road, west of Legacy Drive (Case CA19-0001). WHEREAS, Prosper has complied with all notices and public hearings as required by law; and WHEREAS, the Town Council finds that it will be advantageous, beneficial, and in the best interests of the citizens of Prosper to amend a portion of the Comprehensive Plan as set forth below. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendment to Prosper’s Comprehensive Plan, Ordinance No. 12-21. The Future Land Use Plan Map of the Town of Prosper's Comprehensive Plan, adopted by Ordinance No. 12-21, as amended, is hereby amended to reflect Retail & Neighborhood Services on the north side of Fishtrap Road, west of the 100-Year Floodplain, as depicted in Exhibit A, attached hereto and incorporated by reference. SECTION 3 Severability. Should any section, subsection, sentence, clause or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses and phrases be declared unconstitutional or invalid. Item 9j Ordinance No. 19-__, Page 2 SECTION 4 Savings/Repealing Clause. Prosper’s Comprehensive Plan, adopted by Ordinance 12- 21, shall remain in full force and effect, save and except as amended by this or any other Ordinance. All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict; but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the appeal prevent a prosecution from being commenced for any violation if occurring prior to the repealing of the ordinance. Any remaining portions of said ordinances shall remain in full force and effect. SECTION 5 Effective Date. This Ordinance shall become effective from and after its adoption. DULY PASSED, APPROVED, AND ADOPTED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY, 2019. ______________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 9j Z 0 0.5 1 1.50.25 Miles Plate 2 FutureLand UsePlan Updated May 2019 kj kj kj kj kj kj kj kj kj kj kj kj kjkj kj Parvin Rd.F.M. 1385GeeFishtrap Rd. U.S. 380 Dallas North TollwayProsper Trail First St.La Cima Blvd.Frontier Pkwy.Preston Rd.Coit Rd.F.M. 1461 F.M. 2478Custer Rd.Teel Pkwy.Legacy Dr.BNSF RRS. ColemanN. ColemanLovers Ln Mahard PkwyHays RdShawnee Trl.Prairie Dr. Legend Low Density Residential Medium Density Residential High Density Residential Retail & Neighborhood Services Business Park Old Town District Town Center Tollway District US 380 District 100 Year Floodplain kjMajor Gateway kj Minor Gateway Town of Prosper ETJ Note: A comprehensive plan shall not constitutezoning regulations or establish zoning districtboundaries. Item 9j Page 1 of 1 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon an ordinance rezoning 9.1± acres from Agricultural (A) to Office (O), located on the north side of Fishtrap Road, west of Legacy Drive. (Z19-0002). [Companion Case CA19-0001] Description of Agenda Item: On April 23, 2019, the Town Council approved the proposed rezoning request, by a vote of 6-0. An ordinance has been prepared accordingly. Legal Obligations and Review: Town Attorney, Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard ordinance as to form and legality. Attached Documents: 1. Ordinance Town Staff Recommendation: Town staff recommends the Town Council approve the ordinance. Proposed Motion: I move to approve an ordinance to rezone 9.1± acres from Agricultural (A) to Office (O), located on the north side of Fishtrap Road, west of Legacy Drive. Prosper is a place where everyone matters. PLANNING Item 9k TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN OF PROSPER, TEXAS, AMEN DING PROSPER’S ZONING ORDINANCE BY REZONING A TRACT OF LAND CONSISTING OF 9.136 ACRES, SITUATED IN THE L. NEATHERLY SURVEY, ABSTRACT NO. 962, IN THE TOWN OF PROSPER, DENTON COUNTY, TEXAS FROM AGRICULTURAL (A) TO OFFICE (O); DESCRIBING THE TRACT TO BE REZONED; PROVIDING FOR A PENALTY FOR THE VIOLATION OF THIS ORDINANCE; PROVIDING FOR REPEALING, SAVING AND SEVERABILITY CLAUSES; PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE; AND PROVIDING FOR THE PUBLICATION OF THE CAPTION HEREOF. WHEREAS, the Town Council of the Town of Prosper, Texas (the “Town Council”) has investigated and determined that the Zoning Ordinance should be amended; and WHEREAS, the Town of Prosper, Texas (“Prosper”) has received a request from Mav Partners, LLC (“Applicant”), to rezone 9.136 acres of land, more or less, in the L. Neatherly Survey, Abstract No. 962, in the Town of Prosper, Denton County, Texas, from Agricultural (A) to Office (O) and being more particularly described in Exhibit “A,” attached hereto and incorporated herein for all purposes; and WHEREAS, the Town Council has investigated and determined that the facts contained in the request are true and correct; and WHEREAS, all legal notices required for rezoning have been given in the manner and form set forth by law, Public Hearings have been held, and all other requirements of notice and completion of such procedures have been fulfilled; and WHEREAS, the Town Council has further investigated into and determined that it will be advantageous and beneficial to Prosper and its inhabitants to rezone this property as set forth below. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendment to the Town’s Zoning Ordinance. The Town’s Zoning Ordinance, adopted by Ordinance No. 05-20 is amended as follows: The zoning designation of the below described property containing 0.302 acres of land, more or less, in the L. Neatherly Survey, Abstract No. 962, in the Town of Prosper, Denton County, Texas, (the “Property”) and all streets, roads, and alleyways contiguous and/or adjacent thereto is hereby zoned as Office (O) and being more particularly described in Exhibit “A,” attached hereto and incorporated herein for all purposes as if set forth verbatim. Item 9k Ordinance No. 19-__, Page 2 All development plans, standards, and uses for the Property shall comply fully with the requirements of all ordinances, rules, and regulations of the Town of Prosper, as they currently exist or may be amended. Two (2) original, official, and identical copies of the zoning exhibit map are hereby adopted and shall be filed and maintained as follows: a. One (1) copy shall be filed with the Town Secretary and retained as an original record and shall not be changed in any manner. b. One (1) copy shall be filed with the Building Official and shall be maintained up-to- date by posting thereon all changes and subsequent amendments for observation, issuing building permits, certificates of compliance and occupancy, and enforcing the zoning ordinance. Reproduction for information purposes may from time-to-time be made of the official zoning district map. SECTION 3 No Vested Interest/Repeal. No developer or property owner shall acquire any vested interest in this Ordinance or in any other specific regulations contained herein. Any portion of this Ordinance may be repealed by the Town Council in the manner provided for by law. SECTION 4 Unlawful Use of Premises. It shall be unlawful for any person, firm or corporation to make use of said premises in some manner other than as authorized by this Ordinance, and shall be unlawful for any person, firm or corporation to construct on said premises any building that is not in conformity with the permissible uses under this Zoning Ordinance. SECTION 5 Penalty. Any person, firm, corporation or business entity violating this Ordinance or any provision of Prosper’s Zoning Ordinance No. 05-20, or as amended, shall be deemed guilty of a misdemeanor, and upon conviction thereof shall be fined any sum not exceeding Two Thousand Dollars ($2,000.00). Each continuing day’s violation under this Ordinance shall constitute a separate offense. The penal provisions imposed under this Ordinance shall not preclude Prosper from filing suit to enjoin the violation. Prosper retains all legal rights and remedies available to it pursuant to local, state and federal law. SECTION 6 Severability. Should any section, subsection, sentence, clause or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses and phrases be declared unconstitutional or invalid. Item 9k Ordinance No. 19-__, Page 3 SECTION 7 Savings/Repealing Clause. Prosper’s Zoning Ordinance No. 05-20 shall remain in full force and effect, save and except as amended by this or any other Ordinance. All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict; but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the appeal prevent a prosecution from being commenced for any violation if occurring prior to the repealing of the ordinance. Any remaining portions of said ordinances shall remain in full force and effect. SECTION 8 Effective Date. This Ordinance shall become effective from and after its adoption and publications as required by law. DULY PASSED, APPROVED, AND ADOPTED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY, 2019. ______________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 9k N 89°15'00" E 145.70'N 89°15'00" E 241.10'S 74°58'01" E 166.83'N 00°21'45" E 857.85' N 00°05'00" E 524.10' N 00°45'00" E 335.00'S 66°28 '44" W 189 .04 ' S 01°30'10" E 352.54'S 88°45'40" W 145.44'Chd.= 244.51' Chd.= S 80°45'50" W R= 1835.05; L= 244.69' Δ = 07°38'24" Ab s t r a c t N o . 9 6 2 L. Ne a t h e r l y S u r v e y , S 00°21'45" W 857.85' 2.891 Acres Tract 1 4.663 Acres Tract 2 Tract 3 18401 Fishtrap Road Residence Building Building Building Building Residence N 00°21'37" E 471.14' S 00°21'37" W 821.76' 1.582 Acres N00° 21' 37.00"E 350.621 EXISTING ZONE: SF PD-66 EXISTING ZONE:SF PD-66EXISTING ZONE: A EXISTING ZONE:BP PD-14EXISTING ZONE: ETJ 1027' TO HARPER RD1,680 LF TOLEGACY DR6006 0 0 5 9 5 590585580595600DATENo.REVISIONBYDATE: SHEET File No. CHECKED: HV DRAWN:HV DESIGN:PROSPER M.O.B.FISHTRAP ROADPROSPER, TEXASTOWN CASE #:1903 CENTRAL DRIVE, SUITE #406PHONE: 817.281.0572BEDFORD, TX 76021 WWW.CLAYMOOREENG.COMTEXAS REGISTRATION #14199 MAM 02/18/2019EXHIBIT AA 0 GRAPHIC SCALE 1 inch = ft. 50 0 100 50 25 COUNTY SURVEY:ABSTRACT NO. DENTON L. NEATHERLY SURVEY 962 CITY:STATE: TOWN OF PROSPER TEXAS LEGAL DESCRIPTION: OWNER: APPLICANT: CLAYMOORE ENGINEERING, INC. 1903 CENTRAL DRIVE, SUITE #406 BEDFORD, TX 76021 PH: 817.281.0572 SURVEYOR: ARTHUR SURVEYING CO. 220 S. ELM STREET, SUITE: 200 LEWISVILLE, TEXAS 75057 PH: 972.221.9439 MAV PARTNERS, LLC 5628 SAIN PETER DR PLANO, TX 75093 CASE #: Z19-0002 PROSPER FISHTRAP MOB CONTACT NAME: MATT MOORE CONTACT NAME: DOUGLAS ARTHUR THE PROPERTY DESCRIBED HEREON PARTIALLY LIES WITHIN THE 100-YEAR FLOOD ZONE AREA ACCORDING TO THE FEDERAL EMERGENCY MANAGEMENT AGENCY FLOOD INSURANCE RATE MAP COMMUNITY-PANEL NO. 480774 0430 G, PRESENT EFFECTIVE DATE OF MAP, APRIL 18, 2011, HEREIN PROPERTY SITUATED WITHIN ZONE "X" AND ZONE "A". FLOODPLAIN NOTE BEING A 9.136 AC TRACT OF LAND SITUATED IN THE L. NEATHERLY SURVEY, ABSTRACT NO. 962, IN DENTON COUNTY, TEXAS, AND BEING THAT SAME TRACT OF LAND DESCRIBED BY DEED TO ROBBIE R. REYNOLDS AND WIFE, SHARON REYNOLDS, AS RECORDED IN VOLUME 1035, PAGE, 903 OF REAL PROPERTY RECORDS OF DENTON COUNTY, TEXAS (R.P.R.D.C.T.) VICINITY MAP & EXISTING ZONING MAP N.T.S. SITE EXISTING ZONING: A (9.136 AC) PROPOSED ZONING: O-OFFICE (9.136 AC) ETJ BEING A TRACT OF LAND SITUATED IN THE L. NEATHERLY SURVEY, ABSTRACT NO. 962, IN DENTON COUNTY, TEXAS, AND BEING THAT SAME TRACT OF LAND DESCRIBED BY DEED TO MAV PARTNERS, LLC, AS RECORDED IN DOCUMENT NUMBER 2014-63637, OF THE REAL PROPERTY RECORDS OF DENTON COUNTY, TEXAS (R.P.R.D.C.T.), AND BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR THE SOUTHWEST CORNER OF THE HEREIN DESCRIBED TRACT, SAME BEING IN THE NORTH LINE OF THAT CERTAIN TRACT OF LAND DESCRIBED BY DEED TO PROSPER PARTNERS, LP, A TEXAS LIMITED PARTNERSHIP, AS RECORDED IN DOCUMENT NO. 2008-22064, R.P.R.D.C.T., AND BEING IN THE SOUTH LINE OF AN EAST-WEST ROAD COMMONLY KNOWN AS "FISHTRAP ROAD"; THENCE NORTH 00 DEGREES 05 MINUTES 00 SECONDS EAST, PASSING AT A DISTANCE OF 58.61 FEET A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR THE SOUTHEAST CORNER OF THAT CERTAIN TRACT OF LAND DESCRIBED BY DEED CHURCH OF CELEBRATION METRO, INC., AS RECORDED IN DOCUMENT NUMBER 2016-79355, R.P.R.D.C.T., CONTINUING ON SAID COURSE FOR A TOTAL DISTANCE OF 524.10 FEET TO A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR CORNER; THENCE NORTH 00 DEGREES 45 MINUTES 00 SECONDS EAST, CONTINUING WITH THE EAST LINE OF SAID CHURCH OF CELEBRATION METRO, INC. TRACT, PASSING EN ROUTE THE SOUTHEAST CORNER OF THAT CERTAIN TRACT OF LAND DESCRIBED BY DEED TO CHURCH OF CELEBRATION METRO, INC., AS RECORDED IN DOCUMENT NUMBER 2014-56866, R.P.R.D.C.T., CONTINUING ON SAID COURSE FOR A TOTAL DISTANCE OF 335.00 FEET TO THE WESTERNMOST SOUTHWEST CORNER OF THAT CERTAIN CALLED "PARCEL IV" OF FOUR TRACTS OF LAND DESCRIBED BY DEED TO BLUE STAR ALLEN LAND, L.P., A TEXAS LIMITED PARTNERSHIP, AS RECORDED IN DOCUMENT NO. 2011-60030, R.P.R.D.C.T., SAME FROM WHICH A ½ INCH IRON ROD FOUND BEARS NORTH 77 DEGREES 31 MINUTES 47 SECONDS EAST, A DISTANCE OF 0.43 FEET; THENCE NORTH 89 DEGREES 15 MINUTES 00 SECONDS EAST, WITH A SOUTH LINE OF SAID BLUE STAR ALLEN LAND, L.P. TRACT, A DISTANCE OF 386.80 FEET TO A ½ INCH IRON ROD WITH CAP FOUND FOR AN INNER-ELL CORNER THEREOF; THENCE SOUTH 00 DEGREES 21 MINUTES 37 SECONDS WEST, WITH A WEST LINE OF SAID BLUE STAR ALLEN LAND, L.P. TRACT, A DISTANCE OF 350.62 FEET A ½ INCH IRON ROD WITH CAP FOUND FOR CORNER; THENCE SOUTH 74 DEGREES 58 MINUTES 01 SECONDS EAST, WITH A SOUTH LINE OF SAID BLUE STAR ALLEN LAND, L.P. TRACT, A DISTANCE OF 166.83 FEET TO AN INNER-ELL CORNER THEREOF, SAME FROM WHICH A ½ INCH IRON ROD FOUND BEARS NORTH 55 DEGREES 50 MINUTES 30 SECONDS EAST, A DISTANCE OF 0.58 FEET; THENCE SOUTH 01 DEGREES 30 MINUTES 10 SECONDS EAST, WITH A WEST LINE OF SAID BLUE STAR ALLEN LAND, L.P. TRACT, PASSING AT A DISTANCE OF 298.67 FEET A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR A POINT ON LINE, CONTINUING ON SAID COURSE FOR A TOTAL DISTANCE OF 352.54 FEET TO A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR CORNER IN THE NORTH LINE OF SAID PROSPER PARTNERS, LP TRACT, AND BEING IN THE SOUTH LINE OF SAID FISHTRAP ROAD; THENCE SOUTH 66 DEGREES 28 MINUTES 44 SECONDS WEST, WITH THE NORTH LINE OF SAID PROSPER PARTNERS, LP TRACT AND THE SOUTH LINE OF SAID FISHTRAP ROAD, A DISTANCE OF 189.04 FEET TO A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR CORNER, SAME BEING THE BEGINNING OF A NON-TANGENT CURVE TO THE RIGHT WITH A RADIUS OF 1835.05 FEET AND WHOSE CHORD BEARS SOUTH 80 DEGREES 45 MINUTES 50 SECONDS WEST, A DISTANCE OF 244.51 FEET; THENCE WITH THE NORTH LINE OF SAID PROSPER PARTNERS, LP TRACT, WITH THE SOUTH LINE OF SAID FISHTRAP ROAD, AND WITH SAID CURVE TO THE RIGHT, THROUGH A CENTRAL ANGLE OF 07 DEGREES 38 MINUTES 24 SECONDS, AN ARC LENGTH OF 244.69 FEET TO A ½ INCH IRON ROD WITH YELLOW CAP STAMPED "ARTHUR SURVEYING COMPANY" SET FOR CORNER; THENCE SOUTH 88 DEGREES 45 MINUTES 40 SECONDS WEST, WITH THE NORTH LINE OF SAID PROSPER PARTNERS, LP TRACT AND THE SOUTH LINE OF SAID FISHTRAP ROAD, A DISTANCE OF 145.44 FEET TO THE POINT OF BEGINNING AND CONTAINING A TOTAL OF 9.136 ACRES OF LAND, MORE OR LESS, AND BEING SUBJECT TO ANY AND ALL EASEMENTS THAT MAY AFFECT. LEGAL DESCRIPTION Item 9k Page 1 of 1 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon whether to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department, pursuant to Chapter 4, Section 1.5(C)(7) and 1.6(B)(7) of the Town’s Zoning Ordinance, regarding action taken by the Planning & Zoning Commission on any Site Plan or Preliminary Site Plan. Description of Agenda Item: Attached is the Site Plan that was acted on by the Planning & Zoning Commission at their May 7, 2019, meeting. Per the Zoning Ordinance, the Town Council has the ability to direct staff to submit a written notice of appeal on behalf of the Town Council to the Development Services Department for any Preliminary Site Plan or Site Plan acted on by the Planning & Zoning Commission. Attached Documents: 1.Site Plan for Blue Star Storage Attachment Summary: Project Name Type Location Building Size Existing/ Proposed Uses Known Tenant(s) Blue Star Storage Site Plan (previously approved Site Plan had expired) South of Prosper Trail, west of Preston Road 22,750 square feet Mini- Warehouse / Public Storage Blue Star Storage Town Staff Recommendation: Town staff recommends that the Town Council take no action on this item. Prosper is a place where everyone matters. PLANNING Item 9l D D GRAPHIC SCALE X:\Temp\Blue Star\Preston 48 Addition\Bldg J SITEPLAN 3.dwg, Layout1, 4/30/2019 4:14:59 PM, jwhatley, Dowdey, Anderson & Associates, Inc., JWItem 9l To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Conduct a Public Hearing, and consider and act upon an ordinance rezoning 10.6± acres from Planned Development-23-Single Family (PD-23-SF) and Agricultural (A) to Planned Development-66 (PD-66), generally to incorporate the property and modify the PD-66 development standards, located on the north side of First Street, west of the Dallas Parkway. (Z19-0004). Description of Agenda Item: The zoning and land use of the surrounding properties are as follows: Zoning Current Land Use Future Land Use Plan Subject Property Agricultural and Planned Development-23-Single Family-10/12.5 Undeveloped Low Density Residential North Planned Development-66- Single Family Undeveloped Low Density Residential East Planned Development-66- Single Family Undeveloped Low Density Residential South Agricultural and Retail Undeveloped Tollway District West Planned Development-66- Single Family Undeveloped Low Density Residential In May 2014, the Town Council approved Planned Development-66 (PD-66) for the Star Trail development, which includes Single Family Residential and Retail tracts. The Planned Development was amended in May 2017 to revise architectural standards for residential roof pitches, and garage and fencing requirements. Prosper is a place where everyone matters. PLANNING Item 11 The developer is proposing to incorporate 10.6± acres of newly acquired property into PD-66, as a Single Family Residential tract (Residential Tract 3). The 10.6± acres are currently zoned Agricultural and Planned Development-23 (PD-23). The addition of the 10.6± acres requires revisions to PD-66 Exhibits A, C, and D, which are attached for reference. There are no modifications to current Exhibits B, E, and F. Exhibit A, the boundary survey, has been revised to incorporate the subject property. Exhibit C, the development standards, have been modified to increase the maximum number of single family homes from 1870 to 1889, as shown below. No other modifications are being made to Exhibit C. Item 11 Exhibit D, the concept plan, has been revised to incorporate the subject property, as shown below: Town staff believes this amendment is reasonable and recommends approval of the proposed amendments. Future Land Use Plan – The Future Land Use Plan recommends Low Density Residential for the property; the proposed amendment conforms to the Future Land Use Plan. Thoroughfare Plan – The property has direct access to existing First Street, an ultimate four- lane divided thoroughfare, and to Prosper Trail, an ultimate four-lane divided thoroughfare, and future Shawnee Trail, an ultimate four-lane divided thoroughfare, through the development. The zoning exhibit complies with the Thoroughfare Plan. Parks Master Plan – Required Community and Neighborhood parkland and hike & bike trails were previously identified in PD-66, in accordance with the Parks Master Plan. Legal Obligations and Review: Notification was provided to neighboring property owners, as required by state law. Town staff has not received a Public Hearing Notice Reply Form. Town Attorney, Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard ordinance as to form and legality. Item 11 Att ached Documents: 1. Location and Zoning Maps 2. Ordinance 3. Proposed Exhibits A, B, C, D, E, and F Planning & Zoning Commission Recommendation: At their April 16, 2019 meeting, the Planning & Zoning Commission recommended the Town Council approve the request by a vote of 6-0. Town Staff Recommendation: Town staff recommends the Town Council approve this ordinance. Proposed Motion: I move to approve the request to approve an ordinance rezoning 10.6± acres from Planned Development-23-Single Family (PD-23-SF) and Agricultural (A) to Planned Development-66 (PD-66), located on the north side of First Street, west of the Dallas Parkway, generally to incorporate the property and modify the PD-66 development standards. Item 11 Z19-0004 FIRST STLEGACY DRDALLAS PKWYPROSPER TRL SHAWNEE TRLPROSPER RD FISHTRAP RD COOK LNSTAR TRACE PKWY WYNNE AVE PR 7801 KIRKWOOD LNAMISTAD AVE LAKE TRA I L LN AUSTIN LNCLEARWATER DRHARPER RDTOLEDO B E N D CT DRY CREEK B L V DWHITE ROCK BLVD BRYN MAWR DRSTAR TRAIL PKWY STAR MEADO W D R CARUTH DR RIDGECROSS RD CENTENARY DR LEE AVE VANDERBI L T D R INWOOD LN CORNELL DR J E WEEMS BLVDA S H B U R Y L N BUSINESS PARK DRHARVAR D AV E PARKWOOD DRGRANT PARK WAYSUNSET AVEPINTAIL LNFOXGLEN DREUCLID DREASTMINSTER DR QUIET OAK LN LEXINGTON AVE SUN MEADOW DR GRIFFITH PARK DRDALLAS PKWY±0 1,000 2,000500Feet Item 11 Z19-0004 S-16 S-6 S-18 S-12 PD-66 PD-66 PD-33 PD-66 PD-8 PD-3 PD-40 PD-41 PD-14 PD-42 PD-36PD-63 PD-75 PD-66 PD-71 PD-65 PD-14 PD-14 PD-75 PD-14 PD-26 PD-12 PD-35 PD-95 PD-26 PD-42 PD-74 PD-75 PD-41 PD-67 PD-60 PD-19 PD-26 PD-54 PD-20 PD-14 PD-23 PD-48 PD-67 SF SF O R A A A C A M C A SF SF R BP R R SF-10 CC R R SF-12.5 R SF A R CC SF-15 CC M O SF-15 O/I C SF-10/12.5 SF-10 CC AA MF CC SF-15 M O/I CC CCCC SF-10 C CC SF-15 CC SF-15 A CC A O SF-15 SF-10 SF-15 CC C O/I A CC SF-10 SF-15 FIRST STLEGACY DRDALLAS PKWYPROSPER TRL SHAWNEE TRLPROSPER RD FISHTRAP RD COOK LNSTAR TRACE PKWY WYNNE AVE PR 7801 AMISTAD AVEAUSTIN LNHARPER RDTOLEDO B E N D CT DRY CREEK B L V DWHITE ROCK BLVD BRYN MAWR DRSTAR TRAIL PKWY CARUTH DR RIDGECROSS RD CENTENARY DR VANDERBI L T D R CORNELL DR A S H B U R Y L N PARKWOOD DR KINGS VIEW DR STARGAZER WAYGRANT PARK WAYLONG GROVE LNPINTAIL LNQUIET OAK LN LEXINGTON AVEGRIFFITH PARK DR±0 1,000 2,000500Feet Item 11 TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN OF PROSPER, TEXAS, AMENDING THE TOWN’S ZONING ORDINANCE NO. 05-20 AND ORDINANCE NO. 17-40, BY REZONING A TRACT OF LAND CONSISTING OF 913.166 ACRES, MORE OR LESS, SITUATED IN THE COLLIN COUNTY SCHOOL LAND NO. 12 SURVEY, ABSTRACT NO. 147, THE J.M. DURRET SURVEY, ABSTRACT NO. 350, AND THE L. NEATHERLY SURVEY, ABSTRACT NO. 962 IN THE TOWN OF PROSPER, DENTON COUNTY AND COLLIN COUNTY, TEXAS, HERETOFORE ZONED PLANNED DEVELOPMENT-66 (PD-66), PLANNED DEVELOPMENT-23 (PD-23), AND AGRICULTURE IS HEREBY AMENDED IN ITS ENTIRETY AND PLACED IN THE ZONING CLASSIFICATION OF PLANNED DEVELOPMENT-66 (PD-66); DESCRIBING THE TRACT TO BE REZONED; PROVIDING FOR A PENALTY FOR THE VIOLATION OF THIS ORDINANCE; PROVIDING FOR REPEALING, SAVING AND SEVERABILITY CLAUSES; PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE; AND PROVIDING FOR THE PUBLICATION OF THE CAPTION HEREOF. WHEREAS, the Town Council of the Town of Prosper, Texas (the “Town Council”), has investigated and determined that the Town’s Zoning Ordinance should be amended; and WHEREAS, the Town of Prosper, Texas (“Prosper”), has received a request (Case Z19- 0004) from Blue Star Land, LP. (“Applicant”), to rezone 913.166 acres of land, more or less, situated in the Collin County School Land No. 12 Survey, Abstract No. 147, the J.M. Durret Survey, Abstract No. 350, and the L. Neatherly Survey, Abstract No. 962 in the Town of Prosper, Denton County and Collin County, Texas; and WHEREAS, the Town Council has investigated into and determined that the facts contained in the request are true and correct; and WHEREAS, all legal notices required for rezoning have been given in the manner and form set forth by law, and public hearings have been held on the proposed rezoning and all other requirements of notice and completion of such zoning procedures have been fulfilled; and WHEREAS, the Town Council has further investigated into and determined that it will be advantageous and beneficial to Prosper and its inhabitants to rezone this property as set forth below. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendments to Zoning Ordinance No. 05-20 and Ordinance No. 17-40. The Town’s Zoning Ordinance, adopted by Ordinance No. 05-20 and Ordinance No. 17-40 are amended as follows: The zoning designation of the below-described property containing 913.166 acres of Item 11 land, more or less, situated in the Collin County School Land No. 12 Survey, Abstract No. 147, the J.M. Durret Survey, Abstract No. 350, and the L. Neatherly Survey, Abstract No. 962 in the Town of Prosper, Denton County and Collin County, Texas; (the “Property”) and all streets, roads and alleyways contiguous and/or adjacent thereto is hereby is hereby amended in its entirety and rezoned as Planned Development-66 (PD-66). The property as a whole is more particularly described in Exhibit A and attached hereto and incorporated herein for all purposes as if set forth verbatim. The development plans, standards, and uses for the Property in this Planned Development District shall conform to, and comply with 1) the Statement of Intent and Purpose, attached hereto as Exhibit B; 2) the Development Standards, attached hereto as Exhibit C; 3) the Site Plan, attached hereto as Exhibit D; 4) the Development Schedule, attached hereto as Exhibit E; and 5) the Conceptual Single Family Elevations, attached hereto as Exhibit F, which are incorporated herein for all purposes as if set forth verbatim. Except as amended by this Ordinance, the development of the Property within this Planned Development District must comply with the requirements of all ordinances, rules, and regulations of Prosper, as they currently exist or may be amended. Three original, official and identical copies of the zoning exhibit map are hereby adopted and shall be filed and maintained as follows: a. Two (2) copies shall be filed with the Town Secretary and retained as original records and shall not be changed in any matter. b. One (1) copy shall be filed with the Building Official and shall be maintained up-to-date by posting thereon all changes and subsequent amendments for observation, issuing building permits, certificates of compliance and occupancy and enforcing the zoning ordinance. Reproduction for information purposes may from time-to-time be made of the official zoning district map. SECTION 3 No Vested Interest/Repeal. No developer or property owner shall acquire any vested interest in this Ordinance or in any other specific regulations contained herein. Any portion of this Ordinance may be repealed by the Town Council in the manner provided for by law. SECTION 4 Unlawful Use of Premises. It shall be unlawful for any person, firm or corporation to make use of said premises in some manner other than as authorized by this Ordinance, and shall be unlawful for any person, firm or corporation to construct on said premises any building that is not in conformity with the permissible uses under this Zoning Ordinance. SECTION 5 Penalty. Any person, firm, corporation or business entity violating this Ordinance shall be deemed guilty of a misdemeanor, and upon conviction thereof shall be fined any sum not exceeding Two Thousand Dollars ($2,000.00). Each continuing day’s violation under this Ordinance shall constitute a separate offense. The penal provisions imposed under this Item 11 Ordinance shall not preclude Prosper from filing suit to enjoin the violation. Prosper retains all legal rights and remedies available to it pursuant to local, state and federal law. SECTION 6 Severability. Should any section, subsection, sentence, clause or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses and phrases be declared unconstitutional or invalid. SECTION 7 Savings/Repealing Clause. Prosper’s Zoning Ordinance shall remain in full force and effect, save and except as amended by this or any other Ordinance. All provisions of any ordinance in conflict with this Ordinance are hereby repealed to the extent they are in conflict; but such repeal shall not abate any pending prosecution for violation of the repealed ordinance, nor shall the appeal prevent a prosecution from being commenced for any violation if occurring prior to the repealing of the ordinance. Any remaining portions of said ordinances shall remain in full force and effect. SECTION 8 Effective Date. This Ordinance shall become effective from and after its adoption and publications, as required by law. DULY PASSED, APPROVED, AND ADOPTED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY , 2019. ______________________________ Ray Smith, Mayor ATTEST: _________________________________ Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: _________________________________ Terrence S. Welch, Town Attorney Item 11 Submittal Documents in Support of (subject to name change prior to final approval) A Planned Development District in the Town of Prosper, Texas May 14, 2019 Item 11 TABLE OF CONTENTS Page EXHIBIT “A” - Legal Descriptions 3 EXHIBIT “B” -Statement of Intent and Purpose 10 EXHIBIT “C” - Development Standards 1.Amenity Program 11 2. Single-Family Residential 16 3. Commercial/Retail 28 EXHIBIT “D” - Concept Plan 29 EXHIBIT “E” - Development Schedule 30 EXHIBIT “F” -Conceptual SF Elevations 31-35 Item 11 FUTURE LAND USE: LOW DENSITY RESIDENTIAL EXISTING ZONING: SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICTEXISTING ZONING: PD OFFICE / SERVICEFUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: PD RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: 100-YEAR FLOODPLAIN EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: OFFICE / SERVICE FUTURE LAND USE: LOW DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL & TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: PD SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: OFFICE / SERVICE FUTURE LAND USE: RETAIL &NEIGHBORHOOD SERVICESEXISTING ZONING: RETAIL / COMMERCIALFUTURE LAND USE: RETAIL & NEIGHBORHOOD SERVICES EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: RETAIL& NEIGHBORHOOD SERVICESEXISTING ZONING: RETAIL / COMMERCIALFUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL & OFFICE / SERVICE FUTURE LAND USE: 100-YEAR FLOODPLAIN EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: HIGH DENSITY RESIDENTIAL EXISTING ZONING: ETJFUTURE LAND USE: HIGH DENSITYRESIDENTIALEXISTING ZONING: ETJFUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL EXISTING PD-23 (269.506 AC) EXISTING PD-14 (VILLAGE "B") (31.43 AC)EXISTING PD-14 (VILLAGE "A") (243.808 AC) EXISTING TRACT-1 RETAIL (22.18 AC) EXISTING TRACT-2 COMMERCIAL (77.41 AC) EXISTING PD-3 RETAIL/COMMERCIAL/ OFFICE EXISTING PD-3 RETAIL/ COMMERCIAL/ OFFICEEXISTING PD-34 (77.93 AC) SF-10 EXISTING PD-34 (28.20 AC) MULTI-FAMILY EXISTING PD-34 (50.34 AC)CORRIDOR COMMERCIALEXISTING PD-34 (23.79 AC) OFFICE EXISTING PD-34 (75.59 AC) SF-12.5 FUTURE PROSPER TRAIL THOROUGHFARE (90' R.O.W.) WEST PROSPER TRAIL (90' R.O.W.)FUTURE LEGACY DRIVE THOROUGHFARE(120' R.O.W.)WEST PROSPER TRAIL (90' R.O.W.)FUTURE MINOR THOROUGHFARE(90' R.O.W.)FUTURE MINOR THOROUGHFARE(90' R.O.W.)FUTU R E M I N O R T H O R O U G H F A R E (90' R . O . W . ) FUTURE MINOR THOROUGHFARE (90' R.O.W.) FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL PROPOSED RESIDENTIAL TRACT 1 243.026 AC. FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: PD SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL PROPOSED RETAIL TRACT 1 112.579 AC. PROPOSED RETAIL TRACT 2 32.24 AC. FUTURE LAND USE: AGRICULTURE EXISTING ZONING: AGRICULTUREFUTURE MINOR THOROUGHFARE(90' R.O.W.)NORTH DALLAS PARKWAY(VARIABLE WIDTH R.O.W.)NORTH DALLAS PARKWAY(VARIABLE WIDTH R.O.W.)PROPOSED RESIDENTIAL TRACT 2 514.721 AC. RESIDENTIAL TRACT 3 GRAPHIC SCALE SITE 8000 Warren Parkway Building 1, Suite 100 Frisco, Texas 75034 PHONE: (972) 867-1886 STATE REGISTRATION NUMBER: F-399 5225 Village Creek Drive, Suite 200 Plano, Texas 75093 972-931-0694 DOWDEY, ANDERSON & ASSOCIATES, INC. SURVEY FIRM REGISTRATION NUMBER: 10077800 Item 11 Item 11 Item 11 Item 11 Item 11 EXHIBIT A LEGAL DESCRIPTION RESIDENTIAL TRACT 3 10.60 ACRES Being a tract or parcel of land situated in the Collin County School Land Survey, Abstract No. 147, Collin County, Texas and being all of a 8.6 acre tract conveyed to N. James by deed recorded in Volume 1084, Page 862, Deed Records, Collin County, Texas, and all of a 2.0 acre tract conveyed to N. James by deed recorded in Volume 1891, Page 638, Deed Records, Collin County, Texas, being more particularly described as follows; Beginning at a ½” iron rod found for corner, being northeast corner of said 2.0 acre tract and an inside ell corner of a 269.50 acre tract conveyed to Blue Star Allen L.P. by deed recorded under County Clerks File No. 20111230001411880, Deed Records, Collin County, Texas; Thence South 00°21’40” East with a common line between said 2.0 acre tract and said 269.50 acre tract a distance of 933.89 feet to a point for corner in W. First Street (Fishtrap Road), being the southeast corner of said 8.6 acre tract and a corner of said 269.50 acre tract; Thence South 89°11’37” West with the south line of said 8.6 acre tract and with said W. First Street a distance of 497.54 feet to a fence post found for corner, being the southwest corner of said 8.6 acre tract and a southeast corner of said 269.50 acre tract; Thence North 00°20’47” West with the common line between said 8.6 acre tract and said 269.50 acre tract a distance of 938.19 feet to a ½” iron rod found for corner, being the northwest corner of said 2.0 acre tract and an inside ell corner of said 269.50 acre tract; Thence North 89°41’20” East with the common line between said 2.0 acre tract and said 269.50 acre tract a distance of 497.28 feet to the Point of Beginning and containing 10.60 acres of land, more or less. Item 11 Item 11 Item 11 10 EXHIBIT “B” Statement of Intent and Purpose for StarTrail, Town of Prosper, Texas The purpose of this PD is to allow for the creation of a unique, high-quality, primarily residential master-planned community that meets the demands of the current real estate market conditions while maintaining the character of the Town of Prosper. The Villages of Star Trail will utilize a variety of lot sizes to offer multiple lifestyle opportunities arranged around an amenity program consisting of both active and passive open spaces catering to all ages. Existing floodplain areas will be enhanced to create an active greenbelt with a trail system for hikers and bikers that links to the development as well as the Town of Prosper’s master trail system. The residential lots will be carefully arranged so that the more intense uses are located towards the perimeter of the development serving as a buffer from the thoroughfares, commercial uses, and existing higher density developments adjacent to the planned community. Commercial, Retail and Office uses will be located along the major thoroughfares to provide future employment and retail opportunities for the community. The roadway system within Star Trail is designed to provide easy access to the network of thoroughfares in and around the community as well as the Dallas North Tollway. Item 11 11 EXHIBIT “C” Development Standards for StarTrail, Town of Prosper, Texas Conformance with the Town’s Zoning Ordinance and Subdivision Ordinance: Except as otherwise set forth in these Development Standards, the regulations of the Town’s Zoning Ordinance (as it currently exists or may be amended) and Subdivision Ordinance (as it currently exists or may be amended) shall apply. I. Amenity Program A. General. As a master planned community, Star Trail will have a programmed and qualitatively controlled system of amenities throughout. These amenities combine to create an overall sense of place that would be difficult to achieve when considered as independent elements within smaller developments. The community amenities that are addressed within these Development Standards are: Primary Community Entries Secondary Community Entries Neighborhood Entries Thoroughfare Landscape Buffers Community Amenity Center Floodplain / Greenway Parks Neighborhood Parks Pocket Parks Hike and Bike Trails B. Primary Community Entries 1. Major points of entry into StarTrail (including at least one entry along Prosper Trail, one along Legacy Drive and one off the DNT service road) will be defined with a combination of monument signage, landscape and lighting to create a sense of arrival commensurate in scale and character with a 800+ acre master planned community (see representative examples below). These entries will include: Community name / logo incorporated into monument signage element, to be constructed of masonry or similar material; Enhanced landscape, including seasonal color, shrubs, groundcover, perennials and unique combinations of both canopy and ornamental trees; Enhanced lighting on the monument / signage and the unique aspects of the landscape; Water will be considered as an accent feature if land and topography permit, and if compatible with the overall physical design theme for the community. Item 11 12 2. Primary entries will be developed to incorporate both sides of the entry roadway when both are contained within Star Trail, and will also include enhancements to the median in the immediate area (where / if applicable). Landscape easements will be provided to ensure adequate space to provide for visibility triangle(s) and adequate development of entry design. C. Secondary Entries 1. Secondary Community Entries will be similar to primary community entries in their use of compatible building and landscape materials, but will be smaller in scale and land area. They will occur at the outside edges of Star Trail, at the entries for either arterials or collectors into the community. It is anticipated that a minimum of three secondary entries will be provided for the community, primarily along Legacy Drive (see representative examples below). Secondary community entries will include the following elements, scaled slightly smaller than the primary entries: Community name / logo incorporated into monument signage element, to be constructed of masonry or similar material; Enhanced landscape, including seasonal color, shrubs, groundcover, perennials and unique combinations of both canopy and ornamental trees; Enhanced lighting on the monument / signage and the unique aspects of the landscape; Center median to allow for more landscape density and also provide alternative location for neighborhood identification and way-finding graphics; Landscape easements where required to accommodate enhanced landscape and monument construction. 2. Neighborhood Village Entries. Internal to Star Trail and along both arterials and collectors, points of intersection will be enhanced to denote entries into individual ‘villages’ or neighborhoods. These entries will resemble primary and secondary entries in their use of materials and landscape, but will also Item 11 13 incorporate village or neighborhood names and will contribute to a unique, community-wide system of visual “way finding.” D. Thoroughfare Landscape Buffers (Arterial and Collector Roads) Thoroughfares will provide a continuity of design from primary and secondary points of community entry throughout the entirety of Star Trail. These thoroughfares and the adjacent landscape buffers will be designed and constructed to meet the standards outlined in the Town of Prosper Subdivision Ordinance. E. Community Amenity Program 1. Villages of StarTrail Community Centers A minimum of one Community Amenity Center shall be developed within the Villages of Star Trail, on the property east of Legacy Drive, providing a range of more active, family oriented activities in a ‘resort’ style environment (see representative examples below). This facility will be private, designated for the use of property owners and their guests. Maintenance of the Center will be provided by a Homeowner’s Association (HOA). This facility will be centrally located along the main neighborhood road with linkage to the community’s trail system. This primary Community Amenity Center will be completed along with the initial phase of residential development east of Legacy Drive and provide the “centerpiece” recreational amenity for the entire community. One additional Neighborhood Amenity Center will be constructed when the villages west of Legacy Drive are developed. The intended Community Amenity Program shall include elements from the following list: Active adult and children’s pools; Paved and turf chaise areas; Community building, with interior and exterior spaces programmed for resident and HOA uses, including possible inclusion of a kitchen, community room, meeting room(s), fitness room, and storage area(s); Restrooms (in the community building and possibly additionally at the pool area(s); Covered picnic pavilion with grilling equipment; Convenience parking (quantity to be determined based upon code compliance); Children’s playground facility(s); Sport court(s); Trailhead linkages to the floodplain / greenway parks. Item 11 14 2. Open Space and Trails Star Trail shall include a minimum of 70 acres of open, flood plain corridors through the property. These areas will be enhanced with landscaping and could potentially include additional water features, such as ponds and fountains that contribute to the overall storm drainage system and provide enhanced value to the community. All of these corridors shall be interconnected with a series of paths and trails, with an overall hike / bike trail system throughout. Following are the key components of this system of open space through the community: Master hike / bike trail – minimum 8’ in width – concrete or other material approved by the Town – linking all neighborhoods, schools and amenities; Secondary paths and trails – minimum 6’ in width – concrete or ‘soft’ surface (decomposed granite, crushed fines) is permitted for HOA maintained trails– providing secondary linkages and ‘spur’ connections to the hike / bike trail system; Native preservation areas in locations of most desirable existing vegetation; Trailhead locations at community amenity sites. Ponds and water features in open areas where impacts to existing vegetation will not be an issue and storm drainage requirements can be enhanced. Item 11 15 3. Public Community Park and Neighborhood Parks The Villages of Star Trail will include a minimum of 53.4 acres to be dedicated for public use as a community park and neighborhood parks. a. One approximately 30.9 acre site shall be dedicated to the Town for a Community Park. This park will allow for the construction of lighted sports fields at the discretion and expense of the Town of Prosper Parks Department. This site shall be in the location as indicated on Exhibit D, east of Legacy, south of the creek, on the north side of Fishtrap Road. b. Three additional neighborhood parks, approximately 7.5 acres each, shall be dedicated to the Town of Prosper as a complementary component of the Star Trail amenities program, including consideration of alternative uses, and the use of compatible materials (hardscape, landscape and, if included, lighting). These parks are to be integrated within the open space system as well as the neighborhoods that they serve. One neighborhood park will be located west of Legacy and two will be located east of Legacy. Neighborhood parks may include features and elements from the following list of amenities; Open play fields (non-lit); Sport courts; Covered pavilion or shade structure; Children’s playgrounds; 4. Private Open Space Additional components of the StarTrail amenities program are “small, private open spaces” throughout the development. These areas will be HOA maintained and allow for: Item 11 16 The provision of valuable open space in adjacency to homes; The insurance of one-quarter mile resident walks to a component of the open space system; The creation of additional passive and moderately active recreational opportunities, including: open play areas; neighborhood playgrounds; small neighborhood gathering spaces. II.Single-Family Residential Tracts A.General Description: This property may develop, under the standards for SF-10 as contained in the Town’s Zoning Ordinance as it exists or may be amended, as front entry lot product subject to the specific provisions contained herein below. There will be no alley-served lots within the property. B.Density: The maximum number of single family detached dwelling units for this PD is 1,889. This equates to an overall gross density of 2.47 units per acre. C.Lot Types: The single family detached lots developed within the Properties shall be in accordance with the following Lot Types: Type A Lots: Minimum 6875 square foot lots Type B Lots: Minimum 8125 square foot lots Type C Lots: Minimum 10260 square foot lots Type D Lots: Minimum 11610 square foot lots D. Area and building regulations: 1. Type A Lots: The area and building standards for Type A Lots are as follows and as set forth in Table 1: (a)Minimum Lot Size. The minimum lot size for Type A Lots shall be six thousand eight hundred seventy-five (6875) square feet. A typical lot will be 55’ x 125’, but may vary as long as the requirements in Table 1 are accommodated. (b)Minimum Lot Width. The minimum lot width for Type A Lots shall be fifty-five (55) feet, as measured at the front setback, except for lots located at the terminus of a cul-de-sac, curve or eyebrow which may have a minimum width of forty-five (45) feet at the front setback provided all other requirements of this section are met. (c)Minimum Yard Setbacks. (1) Minimum Frontyard Setback: The minimum frontyard setback for Type A Lots shall be twenty-five (25) feet. (2) Minimum Sideyard Setback: The minimum sideyard setback for Type A Lots shall be seven (7) feet. Item 11 17 (3) For corner lots, the minimum sideyard setback shall be fifteen (15) feet. (4) Minimum Rearyard Setback: The minimum rearyard setback shall be twenty-five (25) feet. (5) Permitted Encroachment. Architectural features and porches may encroach into required front and rear yards up to five (5) feet. Swing-in garages may encroach into required front yards up to ten (10) feet. Front facing garages are permitted to extend to the front façade of the main structure, but may not encroach into the required front yard. (d) Minimum Floor Space. Each one story dwelling constructed on a Type A Lot shall contain a minimum of one thousand, eight hundred (1800) square feet of floor space; two story dwellings shall be a minimum of two thousand (2000) square feet. Floor space shall include air-conditioned floor areas, exclusive of porches, garages, patios, terraces or breezeways attached to the main dwelling (e) Height. The maximum height for structures on Type A Lots shall be forty (40) feet. (f) Driveways. Driveways fronting on a street on Type A Lots shall be constructed of any of the following materials: colored concrete, brick pavers, stone, interlocking pavers, stamped concrete, salt finish concrete, concrete with stone or brick border OR any other treatment as approved by the Director of Development Services. No broom finish concrete driveways will be allowed. (g) Exterior Surfaces. The exterior facades of a main building or structure, excluding glass windows and doors, shall be constructed of one hundred (100) percent masonry. Cementatious fiber board is considered masonry, but may only constitute thirty (30) percent of the area for stories other than the first story. However, cementatious fiber board may not be used as a façade cladding material for portions of upper stories that are in the same vertical plane as the first story. Cementatious fiber board may also be used for architectural features, including window box-outs, bay windows, roof dormers, garage door headers, columns, chimneys not part of an exterior wall, or other architectural features approved by the Building Official. No cementatious fiber board or any other siding material will be allowed on any front elevation nor on any side/rear elevation which is visible from an adjacent community street, common area, open space, park or perimeter. (h) Windows. All window framing shall be bronzed, cream, sand or white anodized aluminum, vinyl or wood. Item 11 18 (i) Garages. (1) Homes shall have a minimum of two (2) car garages but no more than three (3). No carports shall be permitted. (2) Homes with three (3) garages shall not have more than two (2) garage doors facing the street. (3) All garage doors shall incorporate three (3) of the following details: (a) Single garage doors separated by column (in place of one double garage door) (b) Cedar clad garage doors (c) Cedar trim garage doors (d) Carriage style doors with ornamental hardware (j) Plate Height. Each structure on a Type A Lot shall have a minimum principal plate height of 9’ on the first floor. (k) Fencing. Fences, walls and/or hedges on Type A Lots shall be constructed to meet the following guidelines. (1) All Type A Lots backing or siding to Open Space or park land shall have a decorative metal fence, minimum 4 foot in height, abutting said Open Space or park land. (2) All other fencing shall be constructed of cedar, board-to- board with a top rail, and shall be supported with galvanized steel posts, 8 foot OC. A common fence stain color as well as fence detail shall be established for the community by the developer. (3) Corner lots adjacent to a street require 18” masonry columns be placed at 21 feet OC. (4) No fencing shall extend beyond a point ten feet (10’) behind the front wall plane of the structure into the front yard. (l) Landscaping. (1) Corner lots adjacent to a street require additional trees be planted in the side yard @ 30 feet OC. (2) The front, side and rear yard must be fully sodded with grass and irrigated by an ET irrigation system. Item 11 19 (m) Accessory Structures. Accessory structures used as a garage, a garage apartment, or guest house, will not be allowed. 2. Type B Lots: The area and building standards for Type B Lots are as follows and as set forth in Table 1: (a) Minimum Lot Size. The minimum lot size for Type B Lots shall be eight thousand one hundred twenty five (8125) square feet. A typical lot will be 65’ x 125’, but may vary as long as the requirements in Table 1 are accommodated. (b) Minimum Lot Width. The minimum lot width for Type B Lots shall be sixty-five (65) feet as measured at the front setback, except for lots located at the terminus of a cul-de-sac, curve or eyebrow which may have a minimum width of fifty-five (55) feet at the front setback provided all other requirements of this section are met. (c) Minimum Yard Setbacks. (1) Minimum Frontyard Setback: The minimum frontyard setback for Type B Lots shall be twenty-five (25) feet. (2) Minimum Sideyard Setback: The minimum sideyard setback for Type B Lots shall be seven (7) feet. For corner lots, the minimum sideyard setback shall be fifteen (15) feet. (3) Minimum Rearyard Setback: The minimum rearyard setback shall be twenty-five (25) feet. (4) Permitted Encroachment. Architectural features and porches may encroach into required front and rear yards up to five (5) feet. Swing-in garages may encroach into required front yards up to ten (10) feet. Front facing garages are permitted to extend to the front façade of the main structure, but may not encroach into the required front yard. (d) Minimum Floor Space. Each single story dwelling constructed on a Type B Lot shall contain a minimum of two thousand three hundred (2300) square feet of floor space; two story dwellings shall contain a minimum of two thousand six hundred fifty (2650) square feet of floor space. Floor space shall include air-conditioned floor areas, exclusive of porches, garages, patios, terraces or breezeways attached to the main dwelling. (e) Height. The maximum height for structures on Type B Lots shall be forty (40) feet. (f) Driveways. Driveways fronting on a street on Type B Lots shall be constructed of any of the following materials: colored concrete, brick pavers, stone, interlocking pavers, stamped concrete, salt finish Item 11 20 concrete, concrete with stone or brick border OR any other treatment as approved by the Director of Development Services No broom finish concrete driveways will be allowed. (g) Exterior Surfaces. The exterior facades of a main building or structure, excluding glass windows and doors, shall be constructed of one hundred (100) percent masonry. Cementatious fiber board is considered masonry, but may only constitute thirty (30) percent of the area for stories other than the first story. However, cementatious fiber board may not be used as a façade cladding material for portions of upper stories that are in the same vertical plane as the first story. Cementatious fiber board may also be used for architectural features, including window box-outs, bay windows, roof dormers, garage door headers, columns, chimneys not part of an exterior wall, or other architectural features approved by the Building Official. No cementatious fiber board or any other siding material will be allowed on any front elevation nor on any side/rear elevation which is visible from an adjacent community street, common area, open space, park or perimeter. (h) Windows. All window framing shall be bronzed, cream, sand or white anodized aluminum, vinyl or wood. (i) Garages. (1) Homes shall have a minimum of two (2) car garages but no more than three (3). No carports shall be permitted. (2) Homes with three (3) car garages shall not have more than two (2) garage doors facing the street. (3) All garage doors shall incorporate three (3) of the following details: (a) Single garage doors separated by a column (in place of one double garage door) (b) Cedar clad garage doors (c) Cedar trim garage doors (d) Carriage style doors with ornamental hardware. (j) Plate Height. Each structure on a Type B Lot shall have a minimum principal plate height of 9’ on the first floor. (k) Fencing. Fences, walls and/or hedges on Type B lots shall be constructed to meet the following guidelines. Item 11 21 (1) All Type B Lots backing or siding to Open Space or park land shall have a decorative metal fence, minimum 4 foot in height, abutting said open space or park land. (2) All other fencing shall be constructed of cedar, board-to- board with a top rail, and shall be supported with galvanized steel posts, 8 foot OC. A common fence stain color as well as fence detail shall be established for the community by the developer. (3) Corner lots adjacent to a street require 18” masonry columns be placed at 21 feet OC. (4) No fencing shall extend beyond a point ten feet (10’) behind the front wall plane of the structure into the front yard. (l) Landscaping. (1) Corner lots adjacent to a street require additional trees be planted in the side yard @ 30 feet OC. (2) The front, side and rear yard must be fully sodded with grass and irrigated by an ET irrigation system. (m) Accessory Structures. Accessory structures used as a garage, a garage apartment, a storage building or guest house, will not be allowed. 3. Type C Lots: The area and building standards for Type C Lots are as follows and as set forth in Table 1: (a) Minimum Lot Size. The minimum lot size for Type C Lots shall be ten thousand two hundred sixty (10260) square feet. A typical lot will be 76’ x 135’, but may vary as long as the requirements of Tables 1 and 2 are accommodated. (b) Minimum Lot Width. The minimum lot width for Type C Lots shall be seventy-six (76) feet, as measured at the front setback, except for lots located at the terminus of a cul-de-sac, curve or eyebrow which may a minimum width of sixty-six (66) feet at the front setback provided all other requirements of this section are met. (c) Minimum Yard Setbacks. (1) Minimum Frontyard Setback: The minimum frontyard setback for Type C Lots shall be thirty (30) feet. (2) Minimum Sideyard Setback: The minimum sideyard setback for Type C Lots shall be eight (8) feet. For corner lots, the minimum sideyard setback shall be fifteen (15) feet. Item 11 22 (3) Minimum Rearyard Setback: The minimum rearyard setback shall be twenty-five (25) feet. (4) Permitted Encroachment. Architectural features and porches may encroach into required front and rear yards up to five (5) feet. Swing-in garages may encroach into required front yards up to ten (10) feet. Front facing garages are permitted to extend to the front façade of the main structure, but may not encroach into the required front yard. (d) Minimum Floor Space. Each single story dwelling constructed on a Type C Lot shall contain a minimum of two thousand five hundred (2500) square feet of floor space; each two story dwelling shall contain a minimum of three thousand (3000) square feet of floor space. Floor space shall include air-conditioned floor areas, exclusive of porches, garages, patios, terraces or breezeways attached to the main dwelling (e) Height. The maximum height for structures on Type C Lots shall be forty (40) feet. (f) Driveways. Driveways fronting on a street on Type C Lots shall be constructed of any of the following materials: colored concrete, brick pavers, stone, interlocking pavers, stamped concrete, salt finish concrete, concrete with stone or brick border OR any other treatment as approved by the Director of Development Services. No broom finish concrete driveways will be allowed. (g) Exterior Surfaces. The exterior facades of a main building or structure, excluding glass windows and doors, shall be constructed of one hundred (100) percent masonry. Cementatious fiber board is considered masonry, but may only constitute twenty (20) percent of the area for stories other than the first story. However, cementatious fiber board may not be used as a façade cladding material for portions of upper stories that are in the same vertical plane as the first story. Cementatious fiber board may also be used for architectural features, including window box-outs, bay windows, roof dormers, garage door headers, columns, chimneys not part of an exterior wall, or other architectural features approved by the Building Official. No cementatious fiber board or any other siding material will be allowed on any front elevation nor on any side/rear elevation which is visible from an adjacent community street, common area, open space, park or perimeter. (h) Windows. All window framing shall be bronzed, cream, sand or white anodized aluminum, vinyl or wood. (i) Roofing. The main roof pitch of any structure shall have a minimum slope of 10” in 12”. Item 11 23 (j) Garages. (1) Homes shall have a minimum of two (2) car garages but no more than four (4). No carports shall be permitted. (2) Homes with three (3) or four (4) garages shall not have more than two (2) garage doors facing the street. (3) All garage doors shall incorporate three (3) of the following details: (a) Single garage doors separated by a column (in pace of one double garage door) (b) Cedar clad garage doors (c) Cedar trim garage doors (d) Carriage style doors with ornamental hardware. (k) Plate Height. Each structure on a Type C Lot shall have a minimum principal plate height of 9’ on the first floor. (l) Fencing. Fences, walls and/or hedges on Type C Lots shall be constructed to meet the following guidelines. (1) All Type C Lots backing or siding to Open Space or park land shall have a decorative metal fence, minimum 4 foot in height, abutting said open space or park land. (2) All other fencing shall be constructed of cedar, board-to- board with a top rail, and shall be supported with galvanized steel posts, 8 foot OC. A common fence stain color as well as fence detail shall be established for the community by the developer. (3) Corner lots adjacent to a street require 18” masonry columns be placed at 21 feet OC. (4) No fencing shall extend beyond a point fifteen feet (15’) behind the front wall plane of the structure into the front yard. (m) Landscaping. (1) Corner lots adjacent to a street require additional trees be planted in the side yard @ 30 feet OC. (2) The front, side and rear yard must be fully sided with grass and irrigated by an ET irrigation system. (n) Accessory Structures. Accessory structures used as a garage, a garage apartment, storage or a guest house will not be allowed. Item 11 24 4. Type D Lots: The area and building standards for Type D Lots are as follows and as set forth in Table 1: (a) Minimum Lot Size. The minimum lot size for Type D Lots shall be eleven thousand six hundred ten (11610) square feet. A typical lot will be 86’ x 135’, but may vary as long as the requirements in Table 1 are accommodated. (b) Minimum Lot Width. The minimum lot width for Type D Lots shall be eighty-six (86) feet, as measured at the front setback, except for lots located at the terminus of a cul-de-sac, curve or eyebrow which may have a minimum width of seventy-six (76) feet at the front setback provided all other requirements of this section are met. (c) Minimum Yard Setbacks. (1) Minimum Frontyard Setback: The minimum frontyard setback for Type D Lots shall be thirty (30) feet. (2) Minimum Sideyard Setback: The minimum sideyard setback for Type D Lots shall be eight (8) feet. For corner lots, the minimum sideyard setback shall be fifteen (15) feet. (3) Minimum Rearyard Setback: The minimum rearyard setback shall be twenty-five (25) feet. (4) Permitted Encroachment. Architectural features and porches may encroach into required front and rear yards up to five (5) feet. Swing-in garages may encroach into required front yards up to ten (10) feet. Front facing garages are permitted to extend to the front façade of the main structure, but may not encroach into the required front yard. (d) Minimum Floor Space. Each single story dwelling constructed on a Type D Lot shall contain a minimum of three thousand (3000) square feet of floor space; each two story dwelling constructed on a Type D Lot shall contain a minimum of three thousand five hundred (3500) square feet of floor space. Floor space shall include air-conditioned floor areas, exclusive of porches, garages, patios, terraces or breezeways attached to the main dwelling (e) Height. The maximum height for structures on Type D Lots shall be forty (40) feet. (f) Driveways. Driveways fronting on a street on Type D Lots shall be constructed of any of the following materials: colored concrete, brick pavers, stone, interlocking pavers, stamped concrete, salt finish concrete, concrete with stone or brick border OR any other treatment as approved by the Director of Development Services. No broom finish concrete driveways will be allowed. Item 11 25 (g) Exterior Surfaces. The exterior facades of a main building or structure, excluding glass windows and doors, shall be constructed of one hundred (100) percent masonry. Cementatious fiber board is considered masonry, but may only constitute twenty (20) percent of the area for stories other than the first story. However, cementatious fiber board may not be used as a façade cladding material for portions of upper stories that are in the same vertical plane as the first story. Cementatious fiber board may also be used for architectural features, including window box-outs, bay windows, roof dormers, garage door headers, columns, chimneys not part of an exterior wall, or other architectural features approved by the Building Official. No cementatious fiber board or any other siding material will be allowed on any front elevation nor on any side/rear elevation which is visible from an adjacent community street, common area, open space, park or perimeter. (h) Windows. All window framing shall be bronzed, cream, sand or white anodized aluminum, vinyl or wood. (i) Roofing. The main roof pitch of any structure shall have a minimum slope of 10” in 12”. (j) Garages. (1) Homes shall have a minimum of two (2) car garages but no more than four (4). No carports shall be permitted. (2) Homes with three (3) or four (4) garages shall not have more than two (2) garage doors facing the street. (3) All garage doors shall incorporate three (3) of the following details: (a) Single garage doors separated by a column (in place of one double garage door) (b) Cedar clad garage doors (c) Cedar trim garage doors (d) Carriage style doors with ornamental hardware. (k) Plate Height. Each structure on a Type D Lot shall have a minimum principal plate height of 10’ on the first floor. (l) Fencing. Fences, walls and/or hedges on Type D lots shall be constructed to meet the following guidelines. Item 11 26 (1) All Type D Lots backing or siding to Open Space or park land shall have a decorative metal fence, minimum 4 foot in height, abutting said open space. (2) All other fencing shall be constructed of cedar, board-to- board with a top rail, and shall be supported with galvanized steel posts, 8 foot OC. A common fence stain color as well as fence detail shall be established for the community by the developer. (3) Corner lots adjacent to a street require 18” masonry columns be placed at 21 feet OC. (4) No fencing shall extend beyond a point fifteen feet (15’) behind the front wall plane of the structure into the front yard. (m) Landscaping. (1) Corner lots adjacent to a street require additional trees be planted in the side yard @ 30 feet OC. (2) The front, side and rear yard must be fully sodded with grass and irrigated by an ET irrigation system. (n) Accessory Structures. Accessory structures used as a garage, a garage apartment, storage or guest house will not be allowed. Item 11 1889 Single Family Homes* TABL E 1 Lot Type A Lot Type B Lot Type C Lot Type D Min. permitted lot sizes 6875 sq. ft. 8125 sq. ft. 10260 sq. ft. 11610 sq. ft. Min. permitted number of lots No minimum. No minimum. 231 143 Max. permitted number of lots 709** 784** No maximum. No maximum. Min. Front Yard 25 ft. 25 ft. 30 ft. 30 ft. Min. Side Yard Corner Lot 7 ft. 15 ft. 7 ft. 15 ft. 8 ft. 15 ft. 8 ft. 15 ft. Min. Rear Yard 25 ft. 25 ft. 25 ft. 25 ft. Max. building Height 40 ft. 40 ft. 40 ft. 40 ft. Max. Lot Coverage 55% 50% 45% 45% Min. Lot Width 55 ft. 65 ft. 76 ft. 86 ft. Min. Lot Depth 100 ft. 100 ft. 110 ft. 125 ft. Min. Dwelling Area 1800 sq. ft. single story 2000 sq. ft. two story 2300 sq. ft. single story 2650 sq. ft. two story 2500 sq. ft. single story 3000 sq. ft. two story 3,000 sq. ft. single story 3500 sq. ft. two story *The maximum total number of lots allowed per this ordinance is 1889; west of Legacy, the maximum number of lots allowed per this ordinance is 750; east of Legacy, the maximum number of lots allowed per this ordinance is 1139. **Any unused “number of lots” from the Type A category may be added to the Type B category so as to increase the number of Type B lots with no increase in the overall PD density of 1889 lots. 27 Item 11 28 III.Retail Tracts A.General Description: The areas identified as Retail Tracts will provide the ability to encourage and to accommodate the development of office and retail service centers within growth corridors located along the North Dallas Tollway extension. The property within these areas may develop under the standards for Retail and Office districts as contained within the Town of Prosper Zoning Ordinance as it exists or may be amended, subject to the specific provisions contained herein below. B.Permitted Uses: In addition to those permitted uses as allowed per the Retail and Office districts of the Town of Prosper Zoning Ordinance, the following uses shall be permitted in the retail areas indicated on Exhibit “D”: 1.Hotels 2.Auto Sales/Leasing and Service S C.Max. FAR: Max. FAR for buildings taller than two (2) stories shall be 1.5:1. D.Building Heights: The permitted height of all buildings within the retail areas of the Planned Development District shall be as follows: a. The allowed height for Hotels, Office buildings and Hospitals located within the retail tracts shall be eight (8) stories, not greater than one hundred (100) feet. All other uses shall be limited to two (2) stories, not greater than forty (40)feet. b.Non-residential buildings located within one hundred fifty feet (150’) of a single-family zoned area shall be limited to a maximum height of two (2) stories. c. Non-residential buildings, which exceed two (2) stories in height, shall be required to have additional setbacks from single-family zoned areas. These additional setbacks will require one foot (1’) of setback, beyond the aforementioned one hundred fifty feet (150’), for each additional foot of building height above two (2) stories. E.Lot Area: The minimum area of any lot shall be ten thousand (10,000) square feet. F.Lot Width: The minimum width of any lot shall be one hundred feet (100’). G.Lot Depth: The minimum depth of any lot shall be one hundred (100’). H.Lot Coverage: In no case shall more than fifty percent (50%) of the total lot area be covered by the combined area of the main buildings. Parking structures and surface parking facilities shall be excluded from the coverage computations. Item 11 FUTURE LAND USE: LOW DENSITY RESIDENTIAL EXISTING ZONING: SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICTEXISTING ZONING: PD OFFICE / SERVICEFUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: PD RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: 100-YEAR FLOODPLAIN EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: OFFICE / SERVICE FUTURE LAND USE: LOW DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL & TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: PD SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: OFFICE / SERVICE FUTURE LAND USE: RETAIL &NEIGHBORHOOD SERVICESEXISTING ZONING: RETAIL / COMMERCIALFUTURE LAND USE: RETAIL & NEIGHBORHOOD SERVICES EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: RETAIL& NEIGHBORHOOD SERVICESEXISTING ZONING: RETAIL / COMMERCIALFUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: AGRICULTURAL & OFFICE / SERVICE FUTURE LAND USE: 100-YEAR FLOODPLAIN EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: HIGH DENSITY RESIDENTIAL EXISTING ZONING: ETJFUTURE LAND USE: HIGH DENSITYRESIDENTIALEXISTING ZONING: ETJFUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL EXISTING PD-23 (269.506 AC) EXISTING PD-14 (VILLAGE "B") (31.43 AC)EXISTING PD-14 (VILLAGE "A") (243.808 AC) EXISTING TRACT-1 RETAIL (22.18 AC) EXISTING TRACT-2 COMMERCIAL (77.41 AC) EXISTING PD-3 RETAIL/COMMERCIAL/ OFFICE EXISTING PD-3 RETAIL/ COMMERCIAL/ OFFICEEXISTING PD-34 (77.93 AC) SF-10 EXISTING PD-34 (28.20 AC) MULTI-FAMILY EXISTING PD-34 (50.34 AC)CORRIDOR COMMERCIALEXISTING PD-34 (23.79 AC) OFFICE EXISTING PD-34 (75.59 AC) SF-12.5 FUTURE PROSPER TRAIL THOROUGHFARE (90' R.O.W.) WEST PROSPER TRAIL (90' R.O.W.)FUTURE LEGACY DRIVE THOROUGHFARE(120' R.O.W.)WEST PROSPER TRAIL (90' R.O.W.)FUTURE MINOR THOROUGHFARE(90' R.O.W.)FUTURE MINOR THOROUGHFARE(90' R.O.W.)FUTU R E M I N O R T H O R O U G H F A R E (90' R . O . W . ) FUTURE MINOR THOROUGHFARE (90' R.O.W.) FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL PROPOSED RESIDENTIAL TRACT 1 243.026 AC. FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: PD SINGLE-FAMILY RESIDENTIAL FUTURE LAND USE: TOLLWAY DISTRICT EXISTING ZONING: RETAIL / COMMERCIAL FUTURE LAND USE: MEDIUM DENSITY RESIDENTIAL EXISTING ZONING: AGRICULTURAL PROPOSED RETAIL TRACT 1 112.579 AC. PROPOSED RETAIL TRACT 2 32.24 AC. FUTURE LAND USE: AGRICULTURE EXISTING ZONING: AGRICULTUREFUTURE MINOR THOROUGHFARE(90' R.O.W.)NORTH DALLAS PARKWAY(VARIABLE WIDTH R.O.W.)NORTH DALLAS PARKWAY(VARIABLE WIDTH R.O.W.)PROPOSED RESIDENTIAL TRACT 2 514.721 AC. RESIDENTIAL TRACT 3 GRAPHIC SCALE SITE 7.5 AC PARK 7.5 AC PARK 7.5 AC PARK PROPOSED COMMUNITY PARK ±30.9 AC. 8000 Warren Parkway Building 1, Suite 100 Frisco, Texas 75034 PHONE: (972) 867-1886 STATE REGISTRATION NUMBER: F-399 5225 Village Creek Drive, Suite 200 Plano, Texas 75093 972-931-0694 DOWDEY, ANDERSON & ASSOCIATES, INC. SURVEY FIRM REGISTRATION NUMBER: 10077800 Item 11 30 Exhibit E Development Schedule Barring any unforeseen changes in the current market or economic conditions it is currently anticipated that the development of StarTrail will begin immediately upon approval and adoption of this zoning ordinance. The initial phase of residential development would be completed within approximately twelve months following ordinance adoption. The following phases of construction will be largely dependent upon market demand however, it is currently anticipated that additional residential phases will be completed at approximate twelve month intervals. Under this scenario the residential portion of this development could be completed within twelve to fifteen years following approval of the zoning ordinance. The commercial portion of the project will also be dependent upon market conditions as well as additional development throughout the area including the construction of the Dallas North Tollway. It is expected that some initial commercial projects will be completed within the next ten years however, full build-out of the commercial sites may not occur for 15 years or more. There are numerous factors that may have additional impacts upon the development schedule that are beyond the control of the developer. Among these are housing and commercial market conditions, economic and financial conditions, construction materials and labor availability, acts of nature and other similar conditions. Item 11 31 Exhibit F - CONCEPTUAL SINGLE FAMILY ELEVATIONS - The elevations on the following pages are artist’s concepts, the following elevations shall be representative of the architectural style, color and material selections for the SF dwellings in StarTrail. •55 Ft. Lot Product - Item 11 32 65 Ft. Lot Product - Item 11 33 76 Ft. Lot Product - Item 11 34 86 Ft. Lot Product - Item 11 35 86 Ft. Lot Product (cont’d.) - Item 11 Page 1 of 3 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon a request for a Sign Waiver for the Windsong Ranch development, located on the northwest corner of Teel Parkway and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. (MD19-0005). Description of Agenda Item: The Sign Ordinance currently limits Subdivision Entry Signs to one (1) sign per location, a maximum area of 60 square feet, and a maximum height of eight (8) feet. The applicant is requesting a waiver of the Sign Ordinance regulations in order to place two (2) Subdivision Entry Signs on a Homeowners Association (HOA) lot, with increased sign area for one (1) of the signs. The larger of the two (2) signs (shown below) is proposed to be 116 square feet in area and will be mounted on a low stone wall. The sign face will be approximately 5.5 feet in height and 21.5 feet in length. The overall height of the sign, including the stone wall base will be approximately seven feet (7’). The smaller of the two (2) signs will be approximately 5.5 feet in height and nine feet (9’) in length for an area of 50 square feet. It will also be mounted on a low stone wall base with an overall height of seven feet (7’). Prosper is a place where everyone matters. PLANNING Item 12 Page 2 of 3 The applicant is also proposing enhanced landscaping in conjunction with the proposed Subdivision Entry Signs. Landscaping is not required in association with a Subdivision Entry Sign. The proposed landscaping is above and beyond the requirement for Thoroughfare Screening. The applicant is proposing to provide an additional eight (8) large trees, four (4) ornamental trees, 90 shrubs, and grass. The table below provides a comparison between the required and proposed standards: Subdivision Entry Signs Required Proposed Number of Signs Allowed One (1) Two (2) Max. Square Feet 60 sq. ft. 50 sq. ft. and 116 sq. ft. Max. Sign Height Eight feet (8’) Seven feet (7’) Landscaping None Additional Plantings The Sign Ordinance contains five (5) criteria to be considered in determining the validity of a Sign Waiver request. The applicant has provided a request letter addressing these criteria. 1. The requirement for which the Waiver is requested imposes an undue hardship on the applicant; 2. The proposed sign shall be of a unique design or configuration; 3. The waiver is needed due to a hardship caused by restricted area, shape, topography, or physical features that are unique to the property or structure on which the proposed sign would be erected, and such hardship is not self-imposed; 4. Will substantially improve the convenience and welfare of the public and does not violate the intent of this Ordinance; and 5. The requirement or standard will not adversely impact an adjacent property owner. The area of the Windsong Ranch community is a large master-planned community, approximately 2,100 acres in size. Included with the applicant’s exhibits is an excerpt from Planned Development 40 (PD-40), which indicates various entry signs in various locations were anticipated throughout the Windsong Ranch community. With regard to the proposed waiver for sign area, the proposed Subdivision Entry Sign is comparable to a Unified Development Sign for non-residential development, which permits up to 120 square feet in area. Staff believes the Planned Development zoning anticipated additional signage for the large development, and in conjunction with the enhanced landscaping, is appropriate. Item 12 Page 3 of 3 Legal Obligations and Review: Notification was provided to neighboring property owners as required by the Sign Ordinance. Staff has received one (1) Subdivision Waiver Notice Reply Form; in opposition to the request. Attachments: 1. Location Map 2. Request Letter 3. Sign Waiver Exhibits 4. Reply Form Recommendation: Staff recommends that the Town Council approve the request for the Sign Waiver. Proposed Motion: I move to approve a Sign Waiver for the Windsong Ranch development, located on the northwest corner of Teel Parkway and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. Item 12 MD19-0005 FISHTRAP RD TEEL PKWYBRAZORIA DR DEWBERRY LN BLUE SAGE DR ASH CREEK DRHOLLY CRK PLACID TRL WOODBINE LNPROVIDENCE DRMAXDALE DR PERDIDO CREEK TRL DUNLAVY DR AQUILLA WAYLLANO DR COLETO CREEK TRLLIVINGSTON DRFAUST LNCORLEY DRSWEET CLOVER DR BRELSFORD PLHARTMAN LN±0 210 420105Feet Item 12 Item 12 Item 12 Item 12 Windsong Ranch Conceptual Master Plan Prosper, Texas 04/24/19 Tellus Groupv 380 Teel PkwyFishtrap Rd. KROGER HOLLYHOCK ARTESIA Gee Rd. Phase 1D Phase 4C Item 12 Prosper, Texas 04/024/19 Tellus Group Phase 4C Entry Monument Location 0 200’400’800’ 8 Sign Location Item 12 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 4 —1 D TAKEOFFS PLUS REQUIREMENTS Item 12 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 5 —1 D TAKEOFFS PLUS REQUIREMENTS Item 12 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 6 —1 D TAKEOFFS PLUS REQUIREMENTS Item 12 Prosper, Texas 04/024/19 Tellus Group Phase 4C Entry Monument Perspective Rendering 9 —4C ZOOM IN PLAN Item 12 Prosper, Texas 04/024/19 Tellus Group 0 10’20’40’ Phase 4C Budget Assessment Resulting from Monumentation 12 Line Item Quantity Required by Prosper Code Units Unit Cost Cost Provided Quantity Cost Total Budget Beyond Prosper Code Requirements SOFTSCAPE Canopy Trees 11 ea 749.33$ 8,242.63$ 11 -$ -$ Ornamental Trees 3 ea 361.07$ 1,083.21$ 3-$ -$ Green Cloud Sage 0 ea 18.82$ -$ 35 658.70$ 3,985.26$ American Agave 0 ea 29.36$ -$ 8 234.88$ 234.88$ Wax Myrtle 18 ea 86.35$ 1,554.30$ 18 -$ -$ Gulf Muhly 0 ea 17.05$ -$ 873.35 14,890.68$ 14,436.54$ Pink Skull Cap 0 sf 6.86$ -$ 866.9 5,946.93$ 5,496.15$ Trailing Rosemary 0 sf 7.13$ -$ 477.86 3,407.14$ 3,158.65$ Common Bermuda 4766.76 sf 0.52$ 2,478.72$ 3422 (699.28)$ (699.28)$ Mexican Feathergrass 0 sf 6.91$ -$ 5133.31 35,471.17$ 32,801.85$ Steel Edging at Planting 0 lf 5.20$ -$ 187.72 976.14$ 976.14$ SUB TOTAL -$ 60,886.38$ 60,390.19$ HARDSCAPE Tree Uplights 0 ea 1,215.68$ -$ 6 7,294.08$ 7,294.08$ Signage 0 ls 130,000.00$ -$ 1 130,000.00$ 130,000.00$ SUB TOTAL -$ 137,294.08$ 137,294.08$ TOTAL -$ 197,684.27$ Note: opportunity cost of substitutes in place of prescribed design elements incorporated into total budget beyond prosper code. Item 12 Item 12 Item 12 Item 12 Page 1 of 3 To: Mayor and Town Council From: Alex Glushko, AICP, Planning Manager Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon a request for a Sign Waiver for the Windsong Ranch development, located on the southeast corner of Gee Road and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. (MD19-0004). Description of Agenda Item: The Sign Ordinance currently limits Subdivision Entry Signs to one (1) sign per location, a maximum area of 60 square feet, and a maximum height of eight (8) feet. The applicant is requesting a waiver to the Sign Ordinance in order to place two (2) Subdivision Entry Signs on a Homeowners Association (HOA) lot, with increased sign area for one (1) of the signs. The larger of the two (2) signs (shown below) is proposed to be 116 square feet in area and will be mounted on a low stone wall. The sign face will be approximately 5.5 feet in height and 21.5 feet in length. The overall height of the sign, including the stone wall base will be approximately seven feet (7’). The smaller of the two (2) signs will be approximately 5.5 feet in height and nine feet (9’) in length for an area of 50 square feet. It will also be mounted on a low stone wall base with an overall height of seven feet (7’). Prosper is a place where everyone matters. PLANNING Item 13 Page 2 of 3 The applicant is also proposing enhanced landscaping in conjunction with the proposed Subdivision Entry Signs. Landscaping is not required in association with a Subdivision Entry Sign. The proposed landscaping is above and beyond the requirement for Thoroughfare Screening. The applicant is proposing to provide an additional eight (8) large trees, four (4) ornamental trees, 90 shrubs, and grass. The table below provides a comparison between the required and proposed standards: Subdivision Entry Signs Required Proposed Number of Signs Allowed One (1) Two (2) Max. Square Feet 60 sq. ft. 50 sq. ft. and 116 sq. ft. Max. Sign Height Eight feet (8’) Seven feet (7’) Landscaping None Additional Plantings The Sign Ordinance contains five (5) criteria to be considered in determining the validity of a Sign Waiver request. The applicant has provided a request letter addressing these criteria. 1. The requirement for which the Waiver is requested imposes an undue hardship on the applicant; 2. The proposed sign shall be of a unique design or configuration; 3. The waiver is needed due to a hardship caused by restricted area, shape, topography, or physical features that are unique to the property or structure on which the proposed sign would be erected, and such hardship is not self-imposed; 4. Will substantially improve the convenience and welfare of the public and does not violate the intent of this Ordinance; and 5. The requirement or standard will not adversely impact an adjacent property owner. The area of the Windsong Ranch community is a large master-planned community, approximately 2,100 acres in size. Included with the applicant’s exhibits is an excerpt from Planned Development 40 (PD-40), which indicates various entry signs in various locations were anticipated throughout the Windsong Ranch community. With regard to the proposed waiver for sign area, the proposed Subdivision Entry Sign is comparable to a Unified Development Sign for non-residential development, which permits up to 120 square feet in area. Staff believes the Planned Development zoning anticipated additional signage for the large development, and in conjunction with the enhanced landscaping, is appropriate. Item 13 Page 3 of 3 Legal Obligations and Review: Notification was provided to neighboring property owners as required by the Sign Ordinance. Staff has not received any Subdivision Waiver Notice Reply Forms. Attachments: 1. Location Map 2. Request Letter 3. Sign Waiver Exhibits Recommendation: Staff recommends that the Town Council approve the request for the Sign Waiver. Proposed Motion: I move to approve a Sign Waiver for the Windsong Ranch development, located on the southeast corner of Gee Road and Fishtrap Road to allow for an increase in the number and size of Subdivision Entry Signs. Item 13 MD19-0004 FISHTRAP RD GEE RDA G A V E D R ROCKROSE DRACACIA P K W Y DESERT W I L L O W D R AUTUMN SAGE D R BRISTLEL E A F L N YELLOWCRESS DRVERBE N A W A Y PERENNIAL W A Y GEE RD±0 210 420105Feet Item 13 Item 13 Item 13 Item 13 Windsong Ranch Conceptual Master Plan Prosper, Texas 04/24/19 Tellus Groupv 380 Teel PkwyFishtrap Rd. KROGER HOLLYHOCK ARTESIA Gee Rd. Phase 1D Phase 4C Item 13 Prosper, Texas 04/024/19 Tellus Group Phase 1-D Entry Monument Location 0 200’400’800’ 3 Sign Location Item 13 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 4 —1 D TAKEOFFS PLUS REQUIREMENTS Item 13 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 5 —1 D TAKEOFFS PLUS REQUIREMENTS Item 13 Prosper, Texas 04/024/19 Tellus Group Phase 1D Entry Monument Perspective Rendering 6 —1 D TAKEOFFS PLUS REQUIREMENTS Item 13 Prosper, Texas 04/024/19 Tellus Group 0 10’20’40’ Phase 1D Budget Assessment Resulting from Monumentation 7 Line Item Quantity Required by Prosper Code Units Unit Cost Cost Provided Quantity Cost Total Budget Beyond Prosper Code Requirements SOFTSCAPE Canopy Trees 7 ea 749.33$ 5,245.31$ 15 5,994.64$ 5,994.64$ Ornamental Trees 6 ea 361.07$ 2,166.42$ 10 1,444.28$ 1,444.28$ Green Cloud Sage (3 Gal.)0 ea 8.00$ -$ 83 664.00$ 664.00$ American Agave 0 ea 29.36$ -$ 15 440.40$ 440.40$ Daruma Loropetalum 17 ea 70.00$ 1,190.00$ 17 -$ -$ Wax Myrtle 50 ea 86.35$ 4,317.50$ 50.00 -$ -$ Gulf Muhly 0 sf 17.05$ -$ 2404.1 40,989.91$ 39,739.77$ Purple Leaf Wintercreeper 0 sf 7.50$ -$ 522.42 3,918.15$ 3,646.49$ Common Bermuda 22489.26 sf 0.52$ 11,694.42$ 18335.42 (2,160.00)$ (2,160.00)$ Mexican Feathergrass 0 sf 6.91$ -$ 1227.32 8,480.78$ 7,842.57$ Steel Edging at Planting 0 lf 5.20$ -$ 206.91 1,075.93$ 968.34$ SUB TOTAL -$ 60,848.09$ 58,580.50$ HARDSCAPE Tree Uplights 0 ls 1,000.00$ -$ 11 11,000.00$ 11,000.00$ 5' Walk 328 sf 5.45$ 1,787.60$ 674.2 1,886.79$ 1,886.79$ Primary Signage 0 ls 95,000.00$ -$ 1 95,000.00$ 95,000.00$ Secondary Signage 0 35,000.00$ -$ 1 35,000.00$ 35,000.00$ SUB TOTAL -$ 142,886.79$ 142,886.79$ TOTAL -$ 201,467.29$ Note: opportunity cost of substitutes in place of prescribed design elements incorporated into total budget beyond prosper code. Item 13 Item 13 Item 13 Page 1 of 3 To: Mayor and Town Council From: Kelly Neal, CGFO, CPM, Finance Director Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon amending Ordinance No. 18-71 (FY 2018-2019 Budget) and Capital Improvement Plan. Description of Agenda Item: The proposed ordinance is amending the following balances for the FY 2018-2019 Budget and Capital Improvement Plan. Police Station and Dispatch Facility Council has received several updates as the project has been in the schematic design phase along with the approval of Pogue Construction to serve as the CMAR on this project. Estimated costs for the construction along with the professional services, development costs, and FFE is reflected in the CIP summary as $15,859,696. The various funding has come from the General Fund as well as issued and planned debt. Staff recommended to the Finance Subcommittee on March 26, 2019, that additional project funding of $1.3 million be funded from the General Fund fund balance. The Finance Subcommittee approved this recommendation. Staff has since reviewed all completed projects with costs savings as well as interest earned on current debt proceeds. Those funding sources have been applied to this project and have reduced the General Fund fund balance contribution to $1,131,293. This is reflected in the CIP Summary to transfer funds to the CIP fund from the General Fund in FY 2018-2019 in the amount of $1,131,293. Below is the breakout of the various categories of the project: Category: Amount: Professional Services 1,644,696 Development Costs 550,000 Construction 12,500,000 FF&E 1,165,000 TOTAL $15,859,696 Fishtrap (Section 1,4) design (Elementary School to DNT) schematic The Fishtrap Road project has been discussed with Council regarding the need to expand in various areas due to the two new PSID schools being located alongside this road. Prosper ISD will be entering into a development agreement with the Town on the costs associated with sections and phases that staff has recommended in the expansion of Fishtrap. At this time, it is the Prosper is a place where everyone matters. FINANCE DEPARTMENT Item 14 Page 2 of 3 recommendation of staff to fund Sections 1 and 4 for design and ROW acquisitions from General Fund fund balance in the amount of $778,900. Traffic Signal – Teel Parkway and Fishtrap Road The design and construction of the traffic signal is shown in the current approved CIP for funding in the upcoming FY 2019-2020 budget. To facilitate the timing of the intersection improvements as well as the Fishtrap Road project mentioned above, staff recommends allocating $34,100 so that design of the traffic signal can be expedited. Through current negotiations with the engineering design firm on the scope and fee for the Fishtrap Road project, the budgeted amount for the design will be less than anticipated and allow funding for the design of the traffic signal at this time. Fishtrap/Teel Intersection Improvements Fishtrap Road/Teel Parkway intersection improvements has been on the CIP program and staff has been working with Spiars Engineering related to the design of the intersection improvements. The design is in the final engineering phase. The current CIP program slated to let this for construction in FY 2019-2020 and to issue debt for the contract. Staff is recommending to expedite the project and move out the Frontier Parkway project from FY2018-2019 to FY 2019-2020 for debt issuance when the County will be bidding and letting the project for construction in the spring of 2020. This does not require further funding but a transfer of street projects. Hike & Bike Trail Master Plan Parks is moving forward with a consultant to develop a master hike and bike trail plan for the Town. Phase one was approved in the CIP budget, however it was not included in the Town budget. As Parks moves forward, conversations with the consultant have indicated that scheduling phases one and two concurrently would provide for more efficiencies. The hike and bike trail plan will be utilized for future trails within the Town. In order to fund the development of the plan, staff is recommending the funding source from the Park Improvement Fund that is utilized for improvements to Town parks. Parks is requesting $68,000 to hire a consultant for the Town’s hike and bike trail master plan. Legacy School ILA (playground) The Town and Prosper ISD entered into an Interlocal Agreement on October 9, 2018, to share park facilities with the construction of Elementary School #11. In the agreement, the Town agreed to share the costs of the playground, up to a maximum of $35,000. Staff is requesting funds to reimburse the school as required per the Interlocal Agreement. Funding is to come from the Park Improvement Fund that is utilized for improvements to Town parks. State Hwy 289 Gateway Monument Staff was directed to solicit bids using the Competitive Sealed Proposal for the construction of the State Highway 289 Gateway Monument project. The bids came in and staff evaluated such bids and presented this item for your approval earlier on the agenda. To fund the project in its entirety, staff is requesting an additional $158,194. This would bring the total budget amount to $474,752. This budget amendment will provide the funding to build the entire monument based on the awarded bid amount of $363,652, contingency of $26,348 and additional owners cost of $30,000. Staff is requesting this additional funding to come from the General Fund fund balance. Fire Donations – Special Revenue Fund Fire received a $5,000 donation from CoServ that will be used for safety vests. Fire also receives throughout the year donations from utility billing customers and to date, Fire has a cash balance of Item 14 Page 3 of 3 $34,098 which includes the CoServ donation. Fire is requesting to supplement the Special Revenue Fund for the following items: Bullet Proof Safety Vests - $5,000 King Vision Video Adapter Pediatric - $739.99 Lucas3 CPR Device - $15,870.26 Dell Latitude 7212 Rugged Extreme - $3,700.00 Total Request for Fire Donations Special Revenue Account - $25,310.25 The Town’s finance staff regularly reviews CIP projects and applies interest earnings and funds remaining upon project completion to current projects within the same category. For example, as a street project is completed, remaining funds are transferred to another street project. Interest earnings on capital funds are applied to each category (i.e. street, parks, water, and wastewater) based on their associated earnings. Going forward, staff recommends that the application of these funds will be handled at the staff level and budget amendments will be brought to Town Council for new projects or significant project increases in the current fiscal year. Budget Impact: The General Fund expenditures will increase by $2,102,487, Park Improvement Fund expenditures by $103,000, and Special Revenue Fund expenditures by $25,310.25 for FY 2018- 2019. The Town’s ending General Fund fund balance as of 9/30/2018 was $1,455,896 higher than estimated in the FY 2018-2019 budget. After this amendment, the Town will still maintain the required reserves per the Charter and fund balance policy. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has reviewed and approved the budget amendment ordinance as to form and legality. Attached Documents: 1. Ordinance 2. CIP Summary Program Town Staff Recommendation: Town staff recommends approval of amending Ordinance No. 18-71 (FY 2018-2019 Budget) and Capital Improvement Plan to provide funding increase expenditures for capital projects from appropriated funds. Recommended Motion: I move to approve amending Ordinance No. 18-71 (FY 2018-2019 Budget) and Capital Improvement Plan to provide funding increase expenditures for capital projects from appropriated funds. Item 14 TOWN OF PROSPER, TEXAS ORDINANCE NO. 19-__ AN ORDINANCE OF THE TOWN OF PROSPER, TEXAS, AMENDING ORDINANCE NO. 18-71 (FY 2018-2019 BUDGET) AND ALLOCATING FUNDS TO FUND INCREASED EXPENDITURES OF $2,102,487 IN THE GENERAL FUND BUDGET; INCREASED EXPENDITURES OF $103,000 IN THE PARK IMPROVEMENT FUND BUDGET; INCREASED EXPENDITURES OF $25,310.25 IN THE SPECIAL REVENUE FUND BUDGET; PROVIDING FOR REPEALING, SAVINGS AND SEVERABILITY CLAUSES; AND PROVIDING FOR AN EFFECTIVE DATE OF THIS ORDINANCE. WHEREAS, the Town Council of the Town of Prosper, Texas (“Town Council”), has investigated and determined that it will be beneficial and advantageous to the residents of the Town of Prosper, Texas (“Prosper”), to amend Ordinance No. 18-71 (FY 2018-2019 Budget) for the purposes listed in Exhibit “A,” attached hereto and incorporated herein by reference; and WHEREAS, the changes will result in budgeted funds being reallocated among different funds and departments and an overall net increase in the budget for funding from fund balance. NOW, THEREFORE, BE IT ORDAINED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, THAT: SECTION 1 Findings Incorporated. The findings set forth above are incorporated into the body of this Ordinance as if fully set forth herein. SECTION 2 Amendment to Ordinance No. 18-71 (FY 2018-2019 Budget). Ordinance No. 18-71 (FY 2018-2019 Budget) is hereby amended to allow for increases to appropriations as shown in Exhibit “A,” attached hereto and incorporated herein by reference. SECTION 3 Savings/Repealing Clause. All provisions of any ordinance in conflict with this Ordinance are hereby repealed, but such repeal shall not abate any pending prosecution for violation of the repealed Ordinance, nor shall the repeal prevent prosecution from being commenced for any violation if occurring prior to the repeal of the Ordinance. Any remaining portions of conflicting ordinances shall remain in full force and effect. SECTION 4 Severability. Should any section, subsection, sentence, clause, or phrase of this Ordinance be declared unconstitutional or invalid by a court of competent jurisdiction, it is expressly provided that any and all remaining portions of this Ordinance shall remain in full force and effect. Prosper hereby declares that it would have passed this Ordinance, and each section, subsection, sentence, clause, or phrase thereof irrespective of the fact that any one or more sections, subsections, sentences, clauses, or phrases be declared unconstitutional or invalid. Item 14 Ordinance No. 19-__, Page 2 SECTION 5 Effective Date. This Ordinance shall become effective immediately upon its passage. DULY PASSED AND APPROVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS, ON THIS 14TH DAY OF MAY, 2019. TOWN OF PROSPER, TEXAS ___________________________________ Ray Smith, Mayor ATTEST TO: Robyn Battle, Town Secretary APPROVED AS TO FORM AND LEGALITY: ________________________________ Terrence S. Welch, Town Attorney Item 14 General Fund Original Budget Current Budget Amended Budget Increase (Decrease) Total Revenues: $ 27,877,145 $ 27,877,145 $ 27,877,145 $ - Total $ 27,877,145 $ 27,877,145 $ 27,877,145 $ - Expenditures: Administration 6,122,012$ 6,122,012$ 7,253,305$ 1,131,293$ Police Services 4,742,276 4,793,966 4,793,966 - Fire Services 7,675,378 7,856,473 7,856,473 - Public Works 3,698,019 3,808,430 4,621,430 813,000.00 Community Services 3,951,808 4,107,808 4,266,002 158,194.00 Development Services 3,028,688 3,098,212 3,098,212 - Engineering 1,236,308 1,525,759 1,525,759 - Total $ 30,454,489 $ 31,312,660 $ 33,415,147 2,102,487.00 Park Improvement Fund Original Budget Current Budget Amended Budget Increase (Decrease) Total Revenues:258,000$ 258,000$ 258,000$ -$ Total 258,000$ 258,000$ 258,000$ -$ Expenditures: Park Improvements 504,500$ 562,490$ 665,490$ 103,000.00$ Total 504,500$ 562,490$ 665,490$ 103,000.00$ Speical Revenue Fund Original Budget Current Budget Amended Budget Increase (Decrease) Total Revenues:58,860$ 58,860$ 84,170$ 25,310.25$ Total 58,860$ 58,860$ 84,170$ 25,310.25$ Expenditures: General Government 60,000$ 60,000$ 85,310$ 25,310.25$ Total 60,000$ 60,000$ 85,310$ 25,310.25$ Total Revenue 25,310.25$ Total Expenditures 2,230,797.25$ Net Effect All Funds (2,205,487.00)$ EXHIBIT "A" BUDGET AMENDMENT FISCAL YEAR 2018-2019 May 14, 2019 Item 14 Total Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 1412-ST Downtown Enhancements (Broadway) 200,000 2,365,959 2,565,959 2,320,686 D 245,589 01 02 1512-ST First Street (DNT - Coleman) 1,076,000 1,363,915 346,652 8,000,000 10,786,567 2,439,915 A, D 346,652 8,000,000 8,000,000 02 03 1507-ST West Prosper Road Improvements 6,000,000 6,781,000 3,140,549 15,921,549 9,516,000 B,C 4,305,549 2,100,000 2,100,000 03 04 1622-ST Main Street (First - Broadway) 625,000 625,000 400,000 E 225,000 04 05 Gates of Prosper, TIRZ No. 1 (Richland, Lovers Lane, Detention) 1,214,388 2,079,632 2,532,536 5,826,556 5,826,556 H 05 06 Matthews Southwest, TIRZ No. 2 188,352 440,601 628,953 628,953 J 06 07 1511-ST Prosper Trail (Kroger - Coit) 305,000 4,457,308 45,901 4,808,209 4,580,000 A,D 228,209 07 08 1721-ST Windsong Road Repairs, Phase 1 & 2 Acacia Parkway (Gee Road - Windsong Parkway) 1,022,782 1,022,782 1,022,782 D 08 09 1812-ST Windsong Road Repairs (Uretek) 920,000 920,000 920,000 D,Z 09 10 1817-ST Windsong Road Repairs, Phase 3 710,000 12,745 722,745 12,745 D 710,000 710,000 10 11 US 380 (Denton County Line - Lovers Lane) 59,000,000 59,000,000 59,000,000 X 11 12 1709-ST Prosper Trail (Coit - Custer) - 4 lanes 610,000 200,000 11,755,000 12,565,000 810,000 A 11,755,000 11,755,000 12 13 1710-ST Coit Road (First - Frontier) - 4 lanes 689,900 600,000 14,000,000 15,289,900 1,289,900 A 14,000,000 14,000,000 13 14 1307-ST Frontier Parkway (BNSF Overpass) 20,345,000 979,004 1,230,996 22,555,000 20,375,000 A,X 949,004 1,230,996 365,000 1,230,996 14 15 DNT Southbound Frontage Road 17,000,000 17,000,000 17,000,000 X 15 16 Teel Parkway (DCFWSD#10), Phase 2 1,000,000 1,000,000 1,000,000 X 16 17 1513-ST Old Town Streets 2015 (Fifth, McKinley) 1,000,000 1,000,000 1,000,000 1,000,000 17 18 1803-ST Fifth Street (Coleman - Church) 375,000 375,000 375,000 375,000 18 19 1804-ST Third Street (Main - Coleman) 250,000 250,000 250,000 250,000 19 20 1701-ST Eighth Street (Church - PISD Admin) 260,000 260,000 260,000 260,000 20 21 1702-ST Field Street (First - Broadway) 250,000 250,000 250,000 250,000 21 22 1708-ST E-W Collector (Cook Lane - DNT); design done w/ Cook Lane 125,000 1,250,000 1,375,000 1,375,000 A 22 23 1820-ST First Street/DNT Intersection Improvements 137,000 1,250,000 1,387,000 1,387,000 A,D 23 24 1823-ST Victory Way (Coleman - Frontier) - 2 lanes of 4 lane ultimate 250,000 2,250,000 2,500,000 250,000 D 385,000 1,865,000 2,250,000 24 25 1830-ST Prosper Trail/DNT Intersection Improvements 13,000 75,000 88,000 88,000 A,D 25 26 1831-ST First Street/BNSF RR Overpass Study 40,000 40,000 40,000 D 26 27 1832-ST Prosper Trail/BNSF RR Overpass Study 40,000 40,000 40,000 D 27 28 1824-ST Fishtrap (Teel Intersection Improvements) 150,000 1,350,000 1,500,000 150,000 D 1,350,000 1,350,000 28 29 1708-ST Cook Lane (First - End) 150,000 2,100,000 2,250,000 150,000 A 2,100,000 2,100,000 29 30 1825-ST Coleman Street (Gorgeous - Prosper Trail) - 4 lanes 375,000 2,125,000 2,500,000 375,000 D 2,125,000 2,125,000 30 31 1805-ST FM 2478 (US 380 - FM 1461) 80,000 243,205 69,000 56,500,000 56,892,205 56,892,205 A,K,X 31 32 Coleman Street (at Prosper HS) 700,000 700,000 700,000 C 32 33 1908-ST Fifth Street (Parvin - Craig) 395,795 395,795 395,795 D 33 34 1908-ST Lane Street (First - Third) 225,000 225,000 225,000 D 34 35 1908-ST North Street (Seventh - Eighth) 175,000 175,000 175,000 D 35 36 1908-ST Pecan Street (First - End) 200,000 200,000 200,000 D 36 37 Craig Street (Preston - First) 750,000 750,000 750,000 750,000 37 38 Craig Street (First - Broadway) 350,000 350,000 350,000 350,000 38 39 Craig Street (Broadway - Fifth) 200,000 200,000 200,000 200,000 39 40 DNT Overpass at US380 8,000,000 92,000,000 100,000,000 96,000,000 D,J, X 4,000,000 4,000,000 40 41 US 380 (US 377 - Denton County Line) 129,728,061 129,728,061 129,728,061 X 41 42 DNT Main Lane (US 380 - FM 428) 87,500,000 262,500,000 350,000,000 350,000,000 X 42 43 Crown Colony (Meadow Run - Bradford) 465,000 465,000 53,816 411,184 465,000 43 44 Crown Colony (Bradford - High Point) 500,000 500,000 500,000 500,000 44 45 Ridgewood (Hays - Crown Colony) 560,000 560,000 560,000 560,000 45 46 Waterwood (Ridgewood - End) 150,000 150,000 150,000 150,000 46 47 Colonial (Ridgewood - End)150,000 150,000 150,000 150,000 47 48 Shady Oaks Lane (Ridgewood - End)150,000 150,000 150,000 150,000 48 49 Riverhill (Ridgewood - End)150,000 150,000 150,000 150,000 49 50 Plymouth Colony (Bradford - High Point)400,000 400,000 400,000 400,000 50 51 Plymouth Colony Circle (Plymouth Colony - End)200,000 200,000 200,000 200,000 51 52 Prestonview (Hays - Betts)750,000 750,000 750,000 750,000 52 53 Betts Lane (Prestonview - High Point)250,000 250,000 250,000 250,000 53 54 High Point Drive (Hays - Betts)725,000 725,000 725,000 725,000 54 55 West Yorkshire Drive (High Point - Bradford)250,000 250,000 250,000 250,000 55 56 Bradford Drive (West Yorkshire-Plymonth Colony)600,000 600,000 600,000 600,000 56 57 Chandler Circle (Preston Road-Hays)700,000 700,000 700,000 700,000 57 58 1703-ST Parvin Road (Good Hope - FM 1385) 270,000 270,000 270,000 270,000 58 59 1704-ST Pasewark (Preston - Hickory) 400,000 400,000 400,000 400,000 59 60 FM 1461 (SH 289 - CR 165) 53,000,000 53,000,000 53,000,000 X 60 61 Coleman Street (Prosper Trail - Preston) - 4 lanes 6,000,000 6,000,000 700,000 A 5,300,000 5,300,000 61 62 Fishtrap (Teel - DNT) - 4 lanes 13,500,000 13,500,000 1,250,000 A 12,250,000 12,250,000 62 63 Teel Parkway (US 380 - Fishtrap) - Add 2 lanes to make 4 4,500,000 4,500,000 500,000 A 4,000,000 4,000,000 63 64 1923-ST Fishtrap (Section 1, 4) design; (Elem to DNT) schematic 778,900 813,000 813,000 778,900 D 69,908,640 61,526,197 17,205,287 12,699,996 278,228,061 87,500,000 0 382,863,000 909,152,281 821,542,498 0 9,145,003 1,738,816 76,692,180 365,000 2,845,000 5,700,000 8,630,996 0 0 0 64,100,000 A Impact Fees G Park Development Fund B Grant and Interlocal Funds H TIRZ #1 C Developer Agreements J TIRZ #2 D General Fund K Escrows E Water / Wastewater Fund X Non-Cash Contributions F Stormwater Drainage Fund Z Other Sources (See Detail) Summary of Capital Improvement Program - 05/14 FINAL General Fund Projects IndexStreet Projects Subtotal 01 IndexUnissued Debt Schedule Description Codes - Other Sources Funding Sources Other Sources Item 14 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 1827-TR Median Lighting - US 380 (Denton County - Custer)485,000 485,000 485,000 D 01 02 Median Lighting - Coit Road (First - Frontier)1,000,000 1,000,000 1,000,000 D 02 03 Median Lighting - First Street (Craig - Coit)625,000 625,000 625,000 D 03 04 Median Lighting - Prosper Trail (Dallas Pkwy - Preston)825,000 825,000 825,000 D 04 05 Median Lighting - Prosper Trail (Preston - Coit 625,000 625,000 625,000 D 05 06 Traffic Signal - FM 1461 & Coit Rd 125,000 125,000 125,000 X 06 07 Traffic Signal - FM 1461 & FM 2478 (Custer Rd)125,000 125,000 125,000 X 07 08 Traffic Signal - FM 2478 (Custer Rd) & Prosper Trail 125,000 125,000 125,000 X 08 09 Traffic Signal - SH 289 & Coleman Rd 220,000 220,000 220,000 X 09 10 1909-TR Traffic Signal - Coit Rd & First Street 250,000 250,000 250,000 A 10 11 Traffic Signal - DNT & Frontier: (Collin County)400,000 400,000 400,000 X 11 12 Traffic Signal - DNT & Prosper Trail: (Collin County)400,000 400,000 400,000 X 12 13 Traffic Signal - Coit Rd & Richland Boulevard 250,000 250,000 250,000 A 13 14 Traffic Signal - Fishtrap & Gee Road 250,000 250,000 250,000 A 14 15 1928-TR Traffic Signal - Fishtrap & Teel Parkway 34,100 250,000 284,100 284,100 A,D 15 16 Traffic Signal - Fishtrap & Windsong Parkway 250,000 250,000 250,000 A 16 17 Traffic Signal - FM 1385 & Fishtrap 125,000 125,000 125,000 X 17 18 Traffic Signal - SH 289 & Lovers Lane 220,000 220,000 220,000 H 18 595,000 1,569,100 1,345,000 0 0 0 3,075,000 6,584,100 6,584,100 0 0 0 0 0 0 0 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued IndexUnissued Debt Schedule 02 Unissued Debt Schedule IndexIndexSummary of Capital Improvement Program - 05/14 FINAL General Fund Projects Traffic Projects Subtotal IndexPark Projects Item 14 Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Neighborhood Park 01 1806-PK Star Trail Park #1 (7.5 Acres / No Lights)985,000 985,000 985,000 C, G 01 02 Lakewood Preserve (22 Acres / No Lights)483,000 483,000 966,000 966,000 C 02 03 1802-PK Hays Park (2 Acres / No Lights)50,000 35,000 310,000 395,000 395,000 G 03 04 Prairie Park (6.7 Acres / No Lights)300,000 300,000 300,000 C 04 05 Tanners Mill Park 468,000 600,000 1,068,000 468,000 C 600,000 600,000 05 06 Town Hall Open Space Park 55,000 2,000,000 2,055,000 55,000 D 2,000,000 2,000,000 07 Pecan Grove Irrigation (21.5 Acres / No Lights)85,000 85,000 85,000 G 07 08 Star Trail Park #2 (7.5 Acres / No Lights)1,393,000 1,393,000 535,000 C 858,000 858,000 08 09 Windsong Ranch Neighborhood Park #2 (7.5 Acres / No Lights)1,200,000 1,200,000 510,000 C, G 690,000 690,000 09 10 Pecan Grove Phase 2 (21.5 Acres / No Lights) (basketball, pavilion, parking, security lighting) 67,500 675,000 742,500 250,000 G 492,500 67,000 425,500 10 11 Park Operations Park (Convert area where Ops is into park) (17 Acres / No Lights) 51,000 475,000 526,000 526,000 51,000 475,000 11 12 Windsong Ranch Neighborhood Park #3 (7.5 Acres / No Lights)1,300,000 1,300,000 260,000 C 1,040,000 1,040,000 12 13 Star Trail Park #3 7.5 Acres / No Lights)1,160,000 1,160,000 785,000 C, G 375,000 375,000 13 14 Cedar Grove Park Phase 2 (9.8 Acres / No Lights)325,000 325,000 325,000 325,000 14 15 1303-PK Cockrell Park (8.4 Acres / No Lights)90,000 1,150,000 1,240,000 90,000 G 1,150,000 1,150,000 15 16 Legacy School ILA (Playground cost share)35,000 35,000 35,000 G Trails 17 1801-PK Whitley Place H&BTrail Extension 70,000 680,000 750,000 570,000 G 180,000 180,000 17 18 Windsong H&B Trail Phases 3C,5,6A, 6B, 7, 8, and 9.450,524 450,524 450,524 475,000 495,000 2,321,572 2,321,572 C 18 19 1910-PK Hike and Bike Master Plan 68,000 68,000 68,000 D 19 20 1911-PK Pecan Grove H&B Trail 30,000 410,000 440,000 250,000 G 190,000 190,000 20 21 Star Trail H&B Trail Phases 1, 2, 3, and 4.100,000 100,000 1,000,000 1,200,000 1,200,000 C 21 22 Whitley Place H&B Trail (Power line Easement)280,000 280,000 280,000 280,000 22 23 H&B Trail Heads / H&B Trail Gateways 103,000 110,000 500,000 713,000 713,000 103,000 110,000 500,000 23 24 Future unnamed H&B Trail 1,000,000 1,000,000 1,000,000 1,000,000 24 Community Park 25 1603-PK Frontier Park - North Field Improvements (17 Acres / Lights)11,360,815 31,195 11,392,010 1,834,590 B,G 9,557,420 25 26 1808-PK West Park Land (200 Acres / Lights)50,000 50,000 50,000 D 26 27 Town Lake Improvements (24 Acres / Lights)16,000 320,000 336,000 336,000 16,000 320,000 27 28 Sexton Park (69 Acres / Lights) (Sports Fields)7,650,000 7,650,000 7,650,000 7,650,000 28 29 Sexton Park Phase 2 (Lights) (Additional Sports Fields)15,000,000 15,000,000 15,000,000 15,000,000 29 30 Windsong Ranch Community Park (51 Acres / Lights)17,000,000 17,000,000 17,000,000 17,000,000 30 31 Prosper Center Community Park ( 30 Acres / no lights)15,000,000 15,000,000 15,000,000 15,000,000 31 32 Star Trail Park Community Park (30 Acres / Lights)15,000,000 15,000,000 15,000,000 15,000,000 32 Medians 33 1417-PK Richland Boulevard Median Landscaping 5,000 170,000 175,000 175,000 D 33 34 1723-PK State Highway 289 Gateway Monument 304,752 170,000 474,752 474,752 D 34 35 1818-PK Additional Turf Irrigation SH 289 80,000 80,000 80,000 D 35 36 1813-PK SH 289/US 380 Green Ribbon Landscape Irrigation 59,250 750,000 809,250 809,250 B,D 36 37 1922-PK Downtown Monument (Broadway/Preston)300,000 300,000 300,000 C 11,455,815 1,578,721 4,844,524 2,441,024 3,189,000 4,200,000 161,000 75,945,000 103,815,084 13,852,164 9,557,420 0 80,405,500 0 0 180,000 1,895,000 1,774,500 1,620,000 161,000 74,775,000 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 1402-FC Town Hall - Professional Services 2,040,695 200,845 2,241,540 845 Z 2,240,695 1,250,000 379,195 01 02 1514-ST Town Hall - Offsite Infrastructure 1,307,400 1,307,400 32,400 F 1,275,000 02 03 1601-FC Town Hall - Construction 19,597,691 457,454 26,548 20,081,693 65,454 Z 20,016,239 10,451,732 03 04 1714-FC Town Hall - Furniture, Fixtures, and Equipment 1,362,000 1,362,000 1,362,000 1,362,000 04 05 1713-FC Police Station and Dispatch - Professional Services 59,696 1,000,000 585,000 1,644,696 59,696 D 1,022,904 385,000 1,000,000 385,000 05 06 1904-FC Police Station and Dispatch - Development Costs 550,000 550,000 550,000 550,000 06 07 1905-FC Police Station and Dispatch - Construction 12,500,000 12,500,000 1,576,232 D 35,865 11,065,000 11,065,000 07 08 1906-FC Police Station and Dispatch - Furniture, Fixtures, and Equipment 1,165,000 1,165,000 1,165,000 D 08 09 1809-FC Parks Operations and Public Works Complex 3,650,000 (200,000)10,900,000 14,350,000 2,550,000 E, G 900,000 10,900,000 900,000 10,900,000 09 10 Westside Radio Tower for Public Safety 500,000 500,000 500,000 500,000 10 11 Central Fire Station Administration 2,546,000 2,546,000 2,546,000 2,546,000 11 12 Central Fire Station, Phase II (Bunk Gear Climate Storage)850,000 850,000 850,000 850,000 12 13 Eastside Fire Station 5,625,000 5,625,000 5,625,000 5,625,000 13 14 1901-EQ Ladder Truck 1,650,000 1,650,000 1,650,000 D 1,650,000 14 15 Recreation Center 15,000,000 15,000,000 15,000,000 15,000,000 15 16 Senior Facility 9,000,000 9,000,000 9,000,000 9,000,000 16 24,367,482 5,308,299 16,276,548 500,000 0 0 0 43,921,000 90,373,329 7,099,627 26,852,703 0 56,421,000 1,250,000 14,092,927 12,000,000 500,000 0 0 0 45,571,000 105,731,937 69,008,217 39,895,459 16,986,020 281,417,061 91,700,000 161,000 505,804,000 1,109,924,794 849,078,389 45,555,126 1,738,816 213,518,680 1,615,000 16,937,927 17,880,000 11,025,996 1,774,500 1,620,000 161,000 184,446,000 IndexUnissued Debt Schedule IndexIndexPark Projects IndexFacility Projects Subtotal Grand Total General Fund Subtotal Item 14 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 1508-WA BNSF Railroad PRV's 175,000 (27,215)147,785 147,785 01 02 1719-WA Custer Road Pump Station Expansion (Additional Pump)134,100 829,350 (175,000)788,450 788,450 A 02 03 1822-WA Glennbrooke Water Meter PRV's 407,200 (257,200)150,000 150,000 03 04 1715-WA Fishtrap 2.5 MG Elevated Storage Tank Site Acquisition 300,000 300,000 300,000 A 04 05 1902-WA Custer Road Meter Station and Water Line Relocations 290,325 2,501,275 2,791,600 2,791,600 E 05 06 1715-WA Fishtrap 2.5 MG Elevated Storage Tank 325,700 5,808,000 6,133,700 3,168,700 A 2,757,500 207,500 2,707,500 207,500 06 07 1716-WA LPP Water Line Phase 1a & 1b 829,850 2,000,000 8,658,200 11,488,050 1,004,850 A 6,062,889 4,420,311 6,266,313 4,420,311 07 08 1716-WA LPP Water Line Phase 1 Easement Costs 1,941,500 (250,000)1,691,500 0 A 1,691,500 0 08 09 1501-WA LPP Phase Pump Station, GST and Water Line (2023)185,100 1,250,000 150,000 0 15,200,000 16,785,100 4,277,081 A 1,308,019 11,200,000 1,250,000 5,600,000 5,600,000 09 10 1810-WA LPP Water Line Phase 2 Easement Costs 0 1,000,000 1,000,000 1,000,000 A 10 11 1708-WA E-W Collector (Cook Lane - DNT) Water Line 256,025 256,025 250,000 E 6,025 11 12 1708-WA Cook Lane (First - End)400,000 400,000 400,000 E 12 13 1513-WA Old Town Streets 2015 (Fifth, McKinley) 350,000 (98,907)251,093 251,093 E 13 14 Lower Pressure Plane Future Expansion (2026)14,000,000 14,000,000 14,000,000 14,000,000 14 15 1924-WA Fifth (Parvin-Craig); Craig (Fifth-Broadway) Water Line Replace 200,000 200,000 200,000 E 15 1,649,750 7,078,050 14,554,228 2,901,275 1,000,000 15,200,000 0 14,000,000 56,383,303 14,431,774 0 12,123,718 0 29,827,811 0 10,223,813 4,627,811 0 0 5,600,000 5,600,000 14,000,000 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 Gates of Prosper, TIRZ No. 1 (Middle Doe Branch Line) 5,764,238 38,644 0 5,802,882 5,802,882 H 01 02 Matthews Southwest, TIRZ No. 2 (Lower Doe Branch Line) 1,166,922 166,492 0 1,333,414 1,333,414 J 02 03 1834-WW Public Works WWTP Decommission 65,000 900,000 965,000 965,000 A,E 03 04 1907-WW Doe Branch, Phase 2 WWTP 0 MGD Expansion (2021)0 0 0 04 05 1903-WW Church / Parvin Wastewater Reconstruction 100,000 100,000 100,000 E 05 06 Doe Branch Parallel Interceptor (2021)5,000,000 5,000,000 5,000,000 5,000,000 06 07 Doe Branch, Phase 3 WWTP 0.85 MGD Expansion (2025)14,500,000 0 14,500,000 14,500,000 14,500,000 0 07 6,931,161 270,136 1,000,000 0 5,000,000 0 14,500,000 0 27,701,296 8,201,296 0 0 19,500,000 0 0 0 0 5,000,000 0 14,500,000 0 Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Issued Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 01 1717-DR Old Town Drainage - First & Main Trunk Main 800,000 800,000 800,000 01 02 1616-DR Old Town Drainage - McKinley & Broadway Trunk Main 600,000 600,000 600,000 02 03 1614-DR Coleman Street Channel Improvements 17,500 0 300,000 317,500 17,500 F (0)300,000 300,000 03 04 1613-DR Old Town Drainage - Church & Parvin Drainage Impr.40,000 460,000 500,000 40,000 F 460,000 04 05 1718-DR Old Town Regional Retention - Broadway (Design & Constr.)25,000 216,149 406,615 647,764 647,764 05 06 1615-DR Old Town Regional Detention/Retention - Land Acquisition 540,000 385,000 925,000 540,000 385,000 385,000 06 07 1811-DR Old Town Drainage - Fifth Street Trunk Main 340,000 340,000 340,000 07 08 Old Town Drainage - Detention Pond Improvements 1,000,000 1,000,000 1,000,000 1,000,000 08 2,022,500 216,149 1,206,615 0 685,000 0 0 1,000,000 5,130,264 57,500 3,387,763 0 1,685,000 0 0 0 0 685,000 0 0 1,000,000 10,603,411 7,564,335 16,760,842 2,901,275 6,685,000 15,200,000 14,500,000 15,000,000 89,214,862 22,690,570 15,511,481 0 51,012,811 0 10,223,813 4,627,811 0 5,685,000 5,600,000 20,100,000 15,000,000 A Impact Fees B Grant and Interlocal Funds C Developer Agreements D General Fund E Water / Wastewater Fund F Stormwater Drainage Fund G Park Development Fund H TIRZ #1 J TIRZ #2 K Escrows X Non-Cash Contributions Z Other Sources (See Detail) Funding Sources Total Other Issued Debt Unissued Debt Unissued Debt Reimbursement Prior Years 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 Cost Sources Authorized Authorized Unauthorized Resolution 2017-2018 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023 2023-2028 105,731,937 69,008,217 39,895,459 16,986,020 281,417,061 91,700,000 161,000 505,804,000 1,109,924,794 849,078,389 45,555,126 1,738,816 213,518,680 1,615,000 16,937,927 17,880,000 11,025,996 1,774,500 1,620,000 161,000 184,446,000 10,603,411 7,564,335 16,760,842 2,901,275 6,685,000 15,200,000 14,500,000 15,000,000 89,214,862 22,690,570 15,511,481 0 51,012,811 0 10,223,813 4,627,811 0 5,685,000 5,600,000 20,100,000 15,000,000 116,335,348 76,572,552 56,656,301 19,887,295 288,102,061 106,900,000 14,661,000 520,804,000 1,199,139,656 871,768,959 61,066,607 1,738,816 264,531,491 1,615,000 27,161,740 22,507,811 11,025,996 7,459,500 7,220,000 20,261,000 199,446,000 Grand Total Capital Improvement Program General Fund Enterprise Funds Grand Total Enterprise Funds Wastewater Projects Drainage Projects Summary of Capital Improvement Program - 05/14 FINAL Capital Improvement Program SummaryIndexIndex IndexIndexUnissued Debt Schedule Unissued Debt Schedule IndexIndexCapital Improvement Program Summary Subtotal Unissued Debt Schedule Description Codes - Other Sources Subtotal Subtotal IndexWater Projects Summary of Capital Improvement Program - 05/14 FINAL Enterprise Fund Projects 03Item 14 Page 1 of 1 To: Mayor and Town Council From: Kelly Neal, CPM, CGFO, Finance Director Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon a resolution directing publication of notice of intention to issue Combination Tax and Surplus Revenue Certificates of Obligation for the purpose of funding costs associated with the construction of street improvements, park improvements, design and construction of a public safety facility, water infrastructure, including water distribution lines, and elevated storage tank in the Town. Description of Agenda Item: The attached resolution initiates the process of issuing certificates of obligation for the projects specified. The timeline, included as an attachment, outlines the bond issue process. Budget Impact: The principal amount of the certificates of obligation issued are not to exceed $18,400,000 as stated in the attached resolution and notice of intent. Legal Obligations and Review: Chris Settle of McCall, Parkhurst and Horton, the Town’s bond counsel, prepared the attached Resolution. Attached Documents: 1. Resolution 2.Timeline 3.Use of Proceeds Town Staff Recommendation: Town staff recommends approval of the resolution providing for publication of notice of intent to issue certificates of obligation to finance the obligations associated with the aforementioned projects. Recommended Motion: I move to approve the resolution providing for publication of notice of intent to issue certificates of obligation to finance the obligations associated with the aforementioned projects. Prosper is a place where everyone matters. FINANCE Item 15 CERTIFICATE REGARDING ADOPTION OF RESOLUTION THE STATE OF TEXAS COUNTIES OF COLLIN AND DENTON TOWN OF PROSPER We, the undersigned officers of the Town of Prosper, Texas (the "Town"), hereby certify as follows: 1. The Town Council of the Town (the "Council") convened in a regular meeting on May 14, 2019, at the designated meeting place, and the roll was called of the duly constituted officers and members of said Council, to wit: Ray Smith, Mayor Curry Vogelsang, Jr., Mayor Pro-Tem Jason Dixon, Deputy Mayor Pro-Tem Marcus Ray Craig Andres Meigs Miller Jeff Hodges Robyn Battle, Town Secretary all of said persons were present except _________________________, thus constituting a quorum. Whereupon, among other business, the following was transacted at said meeting: a written RESOLUTION DIRECTING PUBLICATION OF NOTICE OF INTENTION TO ISSUE CERTIFICATES OF OBLIGATION; AND RESOLVING OTHER MATTERS RELATING TO THE SUBJECT was duly introduced for the consideration of the Council. It was then duly moved and seconded that said Resolution be adopted and, after due discussion, said motion, carrying with it the adoption of said Resolution, prevailed and carried with all members present voting "AYE" except the following: NAY: ABSTAIN: 2. A true, full and correct copy of the aforesaid Resolution adopted at the meeting described in the above and foregoing paragraph is attached to and follows this Certificate; said Resolution has been duly recorded in the Council's minutes of said meeting; the above and foregoing paragraph is a true, full and correct excerpt from the Council's minutes of said meeting pertaining to the adoption of said Resolution; the persons named in the above and foregoing paragraph are the duly chosen, qualified and acting officers and members of the Council as indicated therein; each of the officers and members of the Council was duly and sufficiently notified officially and personally, in advance, of the time, place and purpose of the aforesaid meeting, and said Resolution would be introduced and considered for adoption at said meeting, and each of said officers and members consented, in advance, to the holding of said meeting for such purpose, and said meeting was open to the public and public notice of the time, place and purpose of said meeting was given, all as required by Chapter 551, Texas Government Code. Item 15 3. The Council has approved and hereby approves the aforesaid Resolution; and the Mayor and the Town Secretary of the Town hereby declare that their signing of this Certificate shall constitute the signing of the attached and following copy of said Resolution for all purposes. SIGNED AND SEALED THIS MAY 14, 2019. ________________________________ Town Secretary, Town of Prosper ________________________________ Mayor, Town of Prosper (Town Seal) Item 15 RESOLUTION NO. 19-__ RESOLUTION DIRECTING PUBLICATION OF NOTICE OF INTENTION TO ISSUE CERTIFICATES OF OBLIGATION; AND RESOLVING OTHER MATTERS RELATING TO THE SUBJECT WHEREAS, the Town Council of the Town of Prosper, Texas (the "Town"), deems it advisable to give notice of intention to issue certificates of obligation of the Town (the "Certificates of Obligation"), as hereinafter provided; and WHEREAS, it is hereby officially found and determined that the meeting at which this Resolution was considered was open to the public, and public notice of the time, place and purpose of said meeting was given, all as required by Chapter 551, Texas Government Code, as amended; NOW, THEREFORE, BE IT RESOLVED BY THE TOWN COUNCIL OF THE TOWN OF PROSPER, TEXAS: Section 1. Attached hereto and marked Exhibit A is the form of Notice of Intention to Issue Certificates of Obligation of the Town (the "Notice"), the form and substance of which are hereby passed and approved. Section 2. The Town Secretary shall cause the Notice to be published in substantially the form attached hereto, in a newspaper of general circulation in the Town, once a week for two consecutive weeks, with the date of the first publication thereof to be no later than the 31st day prior to the date set for the adoption of the ordinance or ordinances authorizing the issuance of such Certificates of Obligation as shown in the Notice. Section 3. This Resolution shall be effective immediately upon adoption. ---------------------- Item 15 Exhibit A NOTICE OF INTENTION TO ISSUE COMBINATION TAX AND REVENUE CERTIFICATES OF OBLIGATION OF THE TOWN OF PROSPER, TEXAS NOTICE IS HEREBY GIVEN that the Town Council of the Town of Prosper, Texas (the "Town"), at its meeting to commence at 5:45 p.m., on June 25, 2019, at the Prosper Town Hall Council Chambers, 200 S. Main Street, Prosper, Texas, tentatively proposes to adopt one or more ordinances authorizing the issuance of interest bearing certificates of obligation, in one or more series, in a maximum principal amount not to exceed $18,400,000, for paying all or a portion of the Town's contractual obligations incurred in connection with: (i) acquiring, constructing, installing and equipping additions, improvements, extensions and equipment for the Town's waterworks and sewer system (the "System"); (ii) constructing, improving, extending, expanding, upgrading and developing streets and roads and intersections, including utility relocation, landscaping, sidewalks, traffic safety and operational improvements and the purchase of any necessary right-of-way and other related costs; (iii) constructing, improving, extending, expanding, upgrading and developing parks and recreation facilities, including fields, trails, utility relocation, landscaping, sidewalks and operational improvements, installation of lighting, the purchase of any necessary rights-of-way, drainage and other related costs; (iv) designing, constructing, improving and equipping public safety facilities in the Town, including a police station and dispatch facility, and the acquisition of land and interests in land as necessary for such purposes; and (v) paying legal, fiscal, engineering and architectural fees in connection with such projects. The Town proposes to provide for the payment of such certificates of obligation from the levy and collection of ad valorem taxes in the Town as provided by law and from a pledge of the surplus revenues of the System that remain after payment of all operation and maintenance expenses thereof, and after all debt service, reserve and other requirements in connection with all revenue bonds or other obligations (now or hereafter outstanding) of the Town have been met, to the extent that such obligations are payable from all or any part of the net revenues of the System. The certificates of obligation are to be issued, and this notice is given, under and pursuant to the provisions of V.T.C.A., Local Government Code, Subchapter C of Chapter 271. TOWN OF PROSPER, TEXAS By: /s/ Ray Smith, Mayor Item 15 SMTWTFS SMTWTFS SMTWTFS SMTWTFS 123456 1234 1 123456 78910111213 567891011 2345678 78910111213 14 15 16 17 18 19 20 12 13 14 15 16 17 18 9 10 11 12 13 14 15 14 15 16 17 18 19 20 21 22 23 24 25 26 27 19 20 21 22 23 24 25 16 17 18 19 20 21 22 21 22 23 24 25 26 27 28 29 30 26 27 28 29 30 31 23 24 25 26 27 28 29 28 29 30 31 30 Complete By Day Event 22-Apr-19 Monday HilltopSecurities requests information for preparation of the Official Statement 29-Apr-19 Monday HilltopSecurities receives requested information. HilltopSecurities begins preparation of the Official Statement 6-May-19 Monday Draft Official Statement distributed to the Town and Bond Counsel 13-May-19 Monday HilltopSecurities receives comments on Official Statement 14-May-19 Tuesday Town Council approves publication of Notice of Intent for the Certificates. Publication will occur in the Town's paper of record. 15-May-19 Wednesday 1st publication of Notice of Intent for Certificates 20-May-19 Monday Distribute POS to Rating Agency 22-May-19 Thursday 2nd publication of Notice of Intent for Certificates Rating Agency Conference Calls/Meetings 13-Jun-19 Thursday Receive Ratings 14-Jun-19 Friday Electronically mail Official Statement to Potential Purchasers 25-Jun-19 Tuesday Pricing 25-Jun-19 Tuesday Town Council passes Ordinance authorizing issuance of the Certificates 25-Jul-19 Thursday Closing and Delivery of Funds to the Town Week of May 28th - 31st Town of Prosper, TX Series 2019 Issuance Preliminary Schedule of Events Preliminary Schedule of Events Apr-19 May-19 Jun-19 Jul-19 Item 15 GO Bonds COs Total Streets $4,240,000 $1,460,000 $5,700,000 Public Safety Facility 0 12,000,000 12,000,000 Parks Trails 0 180,000 180,000 Water and Wastewater System 0 4,628,000 4,628,000 Drainage System 0 0 0 Totals $4,240,000 $18,268,000 22,508,000 Item 15 Page 1 of 2 To: Mayor and Town Council From: Paul Naughton, Landscape Architect Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon awarding CSP No. 2019-37-B to North Rock Construction, LLC. related to construction services for the State Highway 289 Gateway Monument Project, and authorizing the Town Manager to execute a construction agreement for same. Description of Agenda Item: On December 11, 2018, Town Council approved the competitive sealed proposal contracting method for construction of the State Highway 289 Gateway Monument Project. On February 28, 2019, at 3:00 PM, seven proposals were opened for the State Highway 289 Gateway Monument Project. The verified proposal totals ranged between $585,722.00 and $367,833.82. The Engineer's Estimate was $435,140.45. The previous low bid received June, 2018 was $583,380.00. Attached is a breakdown of the proposal. The town used the following criteria to evaluate the proposals: • Firm's overall ability to meet the Town's objectives (20%) • Experience with similar facility construction (20%) • References (10%) • Cost Proposal (50%) Based on the evaluation matrix, staff negotiated with North Rock Construction, LLC, and evaluated additional value engineering options. Through negotiations and value engineering the final price will be $363,651.81. This price includes everything in the original design, as well as the addition of having LED lights that change colors (similar to Town Hall and Gates of Prosper signs). The finished monument will have a 28 foot tall column, front sign wall, back blade wall, flag holders and up lighting. If approved, staff anticipates issuing a notice to proceed on this contract effective in May 2019, which would result in a substantial completion date by November 2019. Budget Impact: The FY 2018-2019 Capital Improvement Program includes $316,558 in General Funds for the State Highway 289 Gateway Monument Project. An amendment included in this agenda will increase the project by $158,194, totally the project to $474,752. The approximate $110,801.00 difference between the project budget and construction cost covers engineering, electric service, permits, and contingency. The funding sources are State Highway 289 Gateway Monument Fund Account No. 100-6610-60-01-1723-PK. Prosper is a place where everyone matters. PARKS & RECREATION Item 16 Page 2 of 2 Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard construction agreement as to form and legality. Attached Documents: 1. Location Map 2. Proposal Tabulation Summary 3. Evaluation Matrix 4. Construction Agreement Town Staff Recommendation: Town staff recommends that the Town Council award CSP No. 2019-37-B to North Rock Construction, LLC. related to construction services for the State Highway 289 Gateway Monument Project, and authorize the Town Manager to execute a construction agreement for same. Proposed Motion: I move to award CSP No. 2019-37-B to North Rock Construction, LLC. related to construction services for the State Highway 289 Gateway Monument Project, and authorize the Town Manager to execute a construction agreement for same. Item 16 Item 16 TOWN OF PROSPER PROPOSAL SUMMARY CSP NO. 2019-37-B TOWN ENTRY SIGNAGE PROPOSALS OPENED: 2/28/19 at 3:00 PM Waterton Construction Group, LLC $ 367,833.82 North Rock Construction, LLC $ 378,761.13 Taurus Commercial, Inc. $ 451,374.00 Capitol General Contractors, Inc. $ 475,067.87 Anderson James, LLC $ 498,099.00 Rebcon, Inc. $ 556,000.00 Concord Commercial Services, Inc. $ 585,722.00 Certified By: January M. Cook, CPPO, CPPB Date: 2/28/19 Purchasing Agent Town of Prosper, Texas All submissions received for the designated project are reflected in this summary. However, the listing of the submission on this summary shall not be construed as a comment on the responsiveness of such submission, or as any indication that the agency accepts such submission as being responsive. The agency will make a determination as to the responsiveness of the submission based upon compliance with all applicable laws, purchasing guidelines, and project documents, including but not limited to the project specifications and contract documents. The agency will notify the successful firm upon award of the contract and, as according to the law, all responses received will be available for inspection at that time. Item 16 Item 16 Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 1 TABLE OF CONTENTS TABLE OF CONTENTS .................................................................................................. 1 LEGAL NOTICE .............................................................................................................. 2 INSTRUCTIONS TO PROPOSERS ................................................................................ 3 PROPOSAL FORM ........................................................................................................ 4 BID BOND ....................................................................................................................... 9 OUT-OF-STATE CONTRACTOR COMPLIANCE TO STATE LAW .............................. 11 CONSTRUCTION AGREEMENT .................................................................................. 12 PERFORMANCE BOND ............................................................................................... 25 PAYMENT BOND.......................................................................................................... 28 MAINTENANCE BOND ................................................................................................. 31 GENERAL CONDITIONS .............................................................................................. 34 SPECIAL CONDITIONS ................................................................................................ 51 TECHNICAL SPECIFICATIONS ................................................................................... 52 REQUIREMENTS AND SPECIFICATIONS Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 2 LEGAL NOTICE The Town of Prosper is accepting Competitive Sealed Proposals for CSP NO. 2019-37-B TOWN ENTRY SIGNAGE. Proposals will be accepted until 2:00 P.M. on Thursday, February 21, 2019 in the Purchasing Office, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078. Any proposals received after this time will not be accepted, and will be returned unopened. Proposals will be publicly opened and read aloud in the Finance Conference Room, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078, immediately following the proposal deadline. The Project consists of furnishing all labor, equipment and materials, and performing all work necessary for the construction of Town Entry Signage at Preston Road in Prosper, Texas. Each proposal submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount proposed, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the Contractor will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful Contractor shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful Contractor shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at the Town of Prosper Parks and Recreation Department, 407 E. First Street, Prosper, TX 75078; (972) 569-1160 without charge. These documents may be acquired from that office for the non- refundable purchase price of $20 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this Proposal should be emailed directly to January Cook, CPPO, CPPB, Purchasing Agent, at january_cook@prospertx.gov. Tuesday, February 12, 2019 at 12:00 P.M. will be the deadline for receipt of questions and requests for clarifications. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 3 INSTRUCTIONS TO PROPOSERS 1. Submittal Deadline: Proposals will be accepted until 2:00 P.M. on Thursday, February 21, 2019. 2. Submittal Location: Proposals will be accepted in the Purchasing Office, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078. 3. Submittal Requirements: Each Proposer shall submit one (1) original and three (3) copies of their proposal, along with their bid security and Out of State Contractor Compliance (if necessary), in a sealed envelope clearly marked with their name and CSP NO. 2019-37-B TOWN ENTRY SIGNAGE. 4. Proposal Opening: Proposals will be publicly opened and read aloud in the Finance Conference Room, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078, immediately following the proposal deadline. 5. Proposal Documents: Copies of Plans, Specifications, and Contract Documents may be examined without charge at the following location: Town of Prosper Parks and Recreation 407 E. First Street Prosper TX. 75078 Phone: (972) 569-1160 or Download free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. 6. Questions and Requests for Clarification: Questions and requests for clarifications in regards to this proposal should be emailed directly to January Cook, CPPO, CPPB, Purchasing Agent, at january_cook@prospertx.gov. Tuesday, February 12, 2019 at 12:00 P.M. will be the deadline for receipt of questions and requests for clarifications. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. 7. Addenda: If it becomes necessary to provide additional information to potential Proposers, the Town of Prosper will issue an addendum containing the necessary information. 8. Pre-Proposal Meeting: A pre-proposal meeting will be held for this project at 10:00 A.M. on Friday, February 8, 2019, in the Development Services Conference Room located on the 2nd Floor in Town Hall, 200 S. Main St., Prosper, Texas 75075. Attendance is optional. Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Project:Prosper Town Entry Sign Contact:January Cook Bid Date:04/22/19 Difference Bid Item:Quantity UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT AMOUNT 1 1 LS $25,564.12 $25,564.12 $23,204.12 $23,204.12 -$2,360.00 2 1 LS $5,408.70 $5,408.70 $5,408.70 $5,408.70 $0.00 3 1 LS $9,933.39 $9,933.39 $9,933.39 $9,933.39 $0.00 4 1 LS $14,446.48 $14,446.48 $14,446.48 $14,446.48 $0.00 5 1 LS $77,721.60 $77,721.60 $71,140.80 $71,140.80 -$6,580.80 6 1 LS $59,879.87 $59,879.87 $57,530.38 $57,530.38 -$2,349.49 7 1 LS $19,822.74 $19,822.74 $18,642.74 $18,642.74 -$1,180.00 8 1 LS $58,334.48 $58,334.48 $52,254.48 $52,254.48 -$6,080.00 9 1 LS $3,619.46 $3,619.46 $3,619.46 $3,619.46 $0.00 10 1 LS $90,535.50 $90,535.50 $88,175.50 $88,175.50 -$2,360.00 11 1 LS $13,494.79 $13,494.79 $10,720.76 $10,720.76 -$2,774.03 $378,761.13 $355,076.81 -$23,684.32 Addition 1 LS $8,575.00 $8,575.00 $8,575.00 TOTAL WITH ADDITION $363,651.81 Sincerely, Web Page: www.nrockconstruction.com www.nrockconstruction.com North Rock Construction, LLC. Type A Fixtures to Change Colors GRAND TOTAL: DESCRIPTION MOBILIZATION (DEDUCTION IN MOBILIZATION DUE TO DEDUCTIONS IN WORK ITEMS) EROSION CONTROL TRAFFIC CONTROL CONCRETE RETAINING WALL W/STONE VENEER (DEDUCTION IN LABOR COST) UPLIGHT W/PVC SLEEVE FOR REMOVABLE FLAGPOLES ELECTRICAL (IF APPROVED USE THWN-THHN WIRE IN LIEU OF XHHW) SOD ESTABLISHMENT (DEDUCTION IN SOD COST) CORTEN-STEEL WALL W/WINDMILL BLADES (IF APPROVED CHANGE INTERIOR SIGN STRUCTURE FROM 2 PANEL GALVANIZED STEEL TUBE STRUCTURE TO A CORTEN- SINGLE STEEL TUBE STRUCTURE) BEST OFFER BID AMOUNT 4-22-2019 Original Estimate Revised Estimate SIGN WALL (DEDUCTION IN PIER COST) ENTRY SIGNAGE, PRIMARY COLUMN (DEDUCTION IN PIER COST) EARTHWORK & GRADING NORTH ROCK Construction 525 South Loop 288, Suite 105 Denton, TX 76205 North Rock Construction, LLC. reserves the right to accept or reject any estimate. Once signed by customer and then accepted by North Rock Construction, LL C. this estimate becomes a contract. It is agreed that if more material or labor is needed than contracted there will be additio nal charges added to original estimated cost of job North Rock Construction, LLC., is not responsible for repairing any underground sewer, water, sprinklers lines or electrical lines,etc. unless North Rock Construction, LLC. is informed of their location prior to project start date. It is also understood that after 3 days the customer cannot revise or cancel this contract with out the written consent of North Rock Construction, LLC. Including conditions beyond North Rock Construction, LLC's control that could delay construction. Legal notice:This document and its contents are the exclusive rights of North Rock Construction, LLC. This bid is for the company listed a bove and is not to be shared or discussed with anyone other than the intended company. Any disclosure or shared use of this bid with out prior consent from North Rock Construction, LLC. could result in legal action. If this has been recieved in error please contact; North Rock Construction, LLC. at 940-220-5500.... Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 11 OUT-OF-STATE CONTRACTOR COMPLIANCE TO STATE LAW Texas Government Code §2252.002 provides that, in order to be awarded a contract as low Proposer , a non -resident Proposer (out -of-state contractor whose corporate office or principal place of business is outside the State of Texas) bid projects in Texas at an amount lower than the lowest Texas resident Proposer by the same amount that a Texas resident Proposer would be requi red to underbid a non -resident Proposer in order to obtain a comparable contract in the state in which the non -resident's principal place of business is located. The appropriate blanks in the following statement must be filled out by all out -of-state or n on-resident Proposer s in order for those bids to meet specifications. (This information may be obtained from the Texas Register.) The failure of out -of-state or non -resident contractors to do so will automatically disqualify that Proposer . Non -resident contractor in ___________________ (give state), our principal place of business, is required to be _________ percent lower than resident Proposer s by State Law. The exact language of the statute is set out below. Non -resident contractor in ___________________ (give state), our principal place of business, is not required to underbid resident Proposer s. PROPOSER By Company (Please Print) Address Signature City State Zip Title (Please Print) “Tex. Gov’t Code Sec. 2252.002. AWARD OF CONTRACT TO NONRESIDENT PROPOSER. A governmental entity may not award a governmental contract to a nonresident Proposer unless the nonresident underbids the lowest bid submitted by a responsible resident Proposer by an amount that is not less than the amount by which a resident Proposer would be required to underbid the nonresident Proposer to obtain a comparable contract in the state in which the nonresident's principal place of business is located.” Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 12 CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN ) This Construction Agreement (the "Agreement") is made by and between North Rock Construction, LLC, a Texas corporation, (the "Contractor") and the Town of Prosper, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE in the Town of Prosper, Texas, and all extra work in connection therewith, under the terms as stated in the terms of this Contract, including all Contract Documents incorporated herein; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Prosper or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, the General Conditions of this Contract, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A. Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1. this Construction Agreement; 2. properly authorized change orders; 3. the Special Conditions of this Contract; 4. the General Conditions of this Contract; 5. the Technical Specifications & Construction Drawings of this Contract; 6. the OWNER's Standard Construction Details; 7. the OWNER's Standard Construction Specifications; 8. the OWNER’s written notice to proceed to the CONTRACTOR; Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 13 9. the Contractor’s Bid Proposal; 10. any listed and numbered addenda; 11. the Performance, Payment, and Maintenance Bonds; and, 12. any other bid materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Drawings it shall be the Contractor’s obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B. Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed Three Hundred Sixty-Three Thousand Six Hundred Fifty-One Dollars and Eighty-One cents ($363,651.81). This amount is subject to adjustment by change order in accordance with the Contract Documents. C. Dates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the Contract Documents shall be substantially completed within 90 calendar days after the date of the Notice to Proceed for the base bid. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. Under this Construction Agreement, all references to “day” are to be considered “calendar days” unless noted otherwise. D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 14 DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF CONTRACTOR OR ANY SUBCONTRACTORS, INVITEES, AND ANY OTHER THIRD PARTIES OR PERSONS FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE, IN ANY WAY ARISING OUT OF, RELATING TO, RESULTING FROM, OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN OF PROSPER (OWNER) FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHETHER THE CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN OF PROSPER (OWNER), ITS MAYOR AND TOWN COUNCIL, OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN OF PROSPER (OWNER) FROM THE CONSEQUENCES OF TOWN OF PROSPER’S (OWNER'S) OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB-CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB- CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 15 (Please note that this “broad-form” indemnification clause is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) E. Insurance Requirements 1. Before commencing work, the Contractor shall, at its own expense, procure, pay for and maintain the following insurance coverage written by companies approved by the State of Texas and acceptable to the Town of Prosper. The Contractor shall furnish to the Town of Prosper Purchasing Agent certificates of insurance executed by the insurer or its authorized agent stating the type of coverages, limits of each such coverage, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE Attn: Purchasing Agent 200 S. Main St. P.O. Box 307 Prosper, Texas 75078 (a) Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $1,000,000 per-occurrence, $1,000,000 Products/Completed Operations Aggregate and $2,000,000 general aggregate. If high risk or dangerous activities are included in the Work, explosion, collapse and underground (XCU) coverage is also required. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. (b) Workers’ Compensation insurance with statutory limits; and Employers’ Liability coverage with minimum limits for bodily injury: a) by accident, $100,000 each accident, b) by disease, $100,000 per employee with a per policy aggregate of $500,000. (c) Umbrella or Excess Liability insurance with minimum limits of $2,000,000 each occurrence and annual aggregate for bodily injury and property damage, that follows form and applies in excess of the above indicated primary coverage in subparagraphs a and b. The total limits required may be satisfied by any combination of primary, excess or umbrella liability insurance provided all policies comply with all requirements. The Contractor may maintain reasonable deductibles, subject to approval by the Owner. 2. With reference to the foregoing required insurance, the Contractor shall endorse applicable insurance policies as follows: Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 16 (a) A waiver of subrogation in favor of Town of Prosper, its officials, employees, and officers shall be contained in the Workers’ Compensation insurance policy. (b) The Town of Prosper, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader. (Please note that this “additional insured” coverage requirement is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) (c) All insurance policies shall be endorsed to the effect that Town of Prosper will receive at least thirty (30) days’ notice prior to cancellation, non- renewal, termination, or material change of the policies. 3. All insurance shall be purchased from an insurance company that meets a financial rating of “A” or better as assigned by the A.M. BEST Company or equivalent. 4. With respect to Workers’ Compensation insurance, the Contractor agrees to comply with all applicable provisions of 28 Tex. Admin Code § 110.110, “Reporting Requirements for Building or Construction Projects for Governmental Entities,” as such provision may be amended, and as set forth in Paragraph F following. F. Workers' Compensation Insurance Coverage 1. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 17 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 18 for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 19 G. Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for a Performance Bond applicable to the work in the amount of one hundred fifteen percent (115%) of the total bid price, and a Payment Bond applicable to the work in the amount of one hundred percent (100%) of the total bid price. The Contractor shall also procure and pay for a Maintenance Bond applicable to the work in the amount of one hundred percent (100%) of the total bid price. T he period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in this Construction Agreement. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits B, C and D. Other performance, payment and maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two-year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570. H. Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2. full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 20 3. an updated and current schedule clearly detailing the project’s critical path elements; and 4. any other documents required under the Contract Documents. Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set at five percent (5%). Retainage shall be withheld and may be paid to: a. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; b. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and c. provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. I. Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 21 J. Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. K. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. L. Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1. include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2. correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 22 Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). “Redline as-built construction plans” shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents, the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. M. Contractor’s Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present. After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. If the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 23 The Owner may make as many warranty inspections as it deems appropriate. N. Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary/Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's bid. O. Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. Six (6) copies of the Contract Documents shall be signed by an authorized representative of the Contractor and returned to the Town. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2. that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible Proposer or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES JUST SPECIFIED. The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Collin County, Texas. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 24 Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. NORTH ROCK CONSTRUCTION, LLC TOWN OF PROSPER, TEXAS By: By: HARLAN JEFFERSON Title: Title: Town Manager Date: Date: Address: 525 South Loop 288 Suite 105 Denton, Texas 76205 Phone: (940) 220-5500 Address: 200 S. Main St. P.O. Box 307 Prosper, Texas 75078 Phone: (972) 346 - 2640 ATTEST: ROBYN BATTLE Town Secretary Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 25 PERFORMANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is __________________________________________________________________________, hereinafter called Principal, and __________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Beneficiary”, in the penal sum of __________________ Dollars ($____________) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses, attorneys’ fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Beneficiary, dated on or about the _________ day of ___________________, A.D. 20____, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE in the Town of Prosper, Texas, as more particularly described and designated in the above -referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notic e of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 26 making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, this, the ________ day of ________________, 20____. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 27 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 28 PAYMENT BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That __________________ whose address is ____________________________________________________________________________, hereinafter called Principal, and__________________________________________________________, a corporation organized and existing under the laws of the State of ______________________________, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Owner”, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price) in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Owner, dated on or about the __________ day of _________________, A.D. 20___, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessorie s necessary for the construction of: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above-referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 29 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, this, the _______ day of _________________, 20___. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 30 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: STREET ADDRESS: CITY, STATE, ZIP: NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 31 MAINTENANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That _______________________________ whose address is________________________________________________, hereinafter referred to as “Principal,” and ___________________________________, a corporate surety/sureties organized under the laws of the State of ____________ and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as “Surety” (whether one or more), are held and firmly bound unto the TOWN OF PROSPER, a Texas municipal corporation, hereinafter referred to as “Owner,” in the penal sum of ___________________________________ DOLLARS ($_______________) (one hundred percent (100%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with th e Town of Prosper, dated on or about the _____ day of ________________________, 20____, to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE in the Town of Prosper, Texas, as more particularly described and designated in the above- referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Town Manager or his designee shall determine to be necessary for the preservation of the public health, safety or welfare. If Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond. NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it shall remain in full force and effect and Owner shall have and recover from Principal and its Surety damages in the premises as provided in the Plans and Specifications and Contract. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 32 PROVIDED, however, that Principal hereby holds harmless and indemnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Collin or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, on this the _____ day of ____________, 20____. ATTEST: PRINCIPAL: ___________________________________ Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Typed/Printed Name Typed/Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax [Signatures continued on following page.] Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 33 ATTEST: SURETY: By: _________________________________ By: ________________________________ Signature Signature ____________________________________ ___________________________________ Printed Name Printed Name ____________________________________ ___________________________________ Title Title ____________________________________ ___________________________________ Address Address ____________________________________ ___________________________________ City State Zip City State Zip ___________________________________ ___________________________________ Phone Fax Phone Fax Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 34 GENERAL CONDITIONS GC.01 PURPOSE: The General Conditions contained herein set forth conditions or requirements common to this Contract and all other construction contracts issued by the Town of Prosper. GC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: CALENDAR DAY: Any days of the week or month, no days being excepted. CONTRACT DOCUMENTS: All of the written, printed, typed, and drawn instruments that comprise and govern the performance of the contract as defined by the Construction Agreement. ENGINEER: The ENGINEER of the OWNER or his designee. EXTRA WORK: Work required by the OWNER other than that which is expressly or impliedly required by the Contract Documents at the time of execution of the Contract. HOLIDAYS: The ten official holidays observed are New Year's Day, Martin Luther King Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Eve, and Christmas Day. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. OWNER: The Town of Prosper, Texas, acting through the Town Manager under authority granted by the Town Council. OWNER'S REPRESENTATIVE: The Executive Director of Development and Community Services of the Town of Prosper or his designee. SUB-CONTRACTOR: Any persons, firm or corporation, other than employees of the CONTRACTOR, who or which contracts with the CONTRACTOR to furnish, or who actually furnishes, labor and/or materials and equipment at or about the site. SUBSTANTIALLY COMPLETE: The condition upon which the Work has been made suitable for use and may serve its intended purpose but may still require minor miscellaneous work and adjustment. WORK: All work to be performed by the CONTRACTOR under the terms of the Contract, including the furnishing of all materials, supplies, machinery, equipment, tools, superintendence, labor, submittals, services, insurance, permits, certificates, licenses, and all water, light, power, fuel, transportation, facilities, and other incidentals. WRITTEN NOTICE: Notice required by the Contract shall be served concurrently to the OWNER'S REPRESENTATIVE, ENGINEER, and/or CONTRACTOR. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 35 Notice delivered by mail shall be effective on the postmark date, notice delivered by hand shall be effective the date of delivery, and notice delivered by facsimile or e-mail shall be effective the date of transmission, provided that any notice served after 5 PM or on a weekend or holiday shall be effective the following business day. GC.03 GENERAL RESPONSIBILITIES AND UNDERSTANDINGS: (a) Intent of Contract Documents: The intent of the Contract Documents is to prescribe a complete work or improvement, which the CONTRACTOR undertakes to do in full compliance with the plans, specifications, special provi sions, proposal and contract. The CONTRACTOR shall do all work as provided in the plans, specifications, special provisions, proposal and contract, and shall do such additional extra work as may be considered necessary to complete the work in satisfactory and acceptable manner. The CONTRACTOR shall furnish all labor, tools, materials, machinery, equipment and incidentals necessary to the satisfactory prosecution and completion of the work. (b) No Waiver of Legal Right: Inspection by the OWNER or ENGINEER, any order, measurement, or certificate by OWNER or ENGINEER, any order by the OWNER for payment of money, any payment for or acceptance of any work, or any extension of time, or any possession taken by the OWNER, shall not operate as a waiver of any provisions of the Contract Documents or any power therein reserved to the OWNER of any rights or damages therein provided. Any waiver of any breach of contract shall not be held to be a waiver of any other subsequent breach. The OWNER deserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the contract and specifications. The OWNER reserves the right to claim and recover by process of law sums as may be sufficient to correct any error or make good any deficiency in the work resulting from such error, dishonesty or collusion, upon the conclusive proof of collusion or dishonesty by the CONTRACTOR or his agents and the ENGINEER or his assistants, discovered in the work after the final payment has been made. (c) Changes and Alterations: The CONTRACTOR further agrees that the OWNER or ENGINEER may make such changes and alterations as the OWNER may see fit, in the line, grade, form, dimensions, plans or materials for the wo rk herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompany Performance and Payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages for anticipated profits on the work that may be dispensed with. If the amount of work is increased, such additional work shall be paid for as provided under Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the OWNER shall recompense the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 36 (d) Discrepancies and Omissions: It is further agreed that it is the intent of this contract that all work must be done and all material must be fur nished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined by the Construction Agreement shall govern. In the event that there is still a ny doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the ENGINEER shall define which is intended to apply to the work. (e) Plans and Specifications: The OWNER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. (f) Ownership of Drawings: All drawings, specifications and copies thereof furnished by the OWNER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the OWNER. (g) Adequacy of Design: It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that, as to the CONTRACTOR only, the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modification s thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. (h) Line and Grade: The ENGINEER will furnish control benchmarks for the construction of the Work. The CONTRACTOR shall use the control benchmarks and data shown on the drawings. No construction staking will be provided by the ENGINEER or owner for this project. Any restaking, and all construction staking, required shall be at the sole cost of the CONTRACTOR. (i) Right of Way and Easements: The OWNER will obtain all necessary right of ways and easements required for the completion of the Work. No work shall be undertaken on nor shall men, tools, equipment, or other supplies occupy any ground outside right of ways and easements. If Contractor wants to work outside right of ways and easements and is able to make an agreement with the Property Owner, then the agreement should be documented and signed by the Property Owner and CONTRACTOR with a copy submitted to the OWNER before work off the easement commences. The OWNER will obtain permits and/or license agreements necessary for work to be performed on right of ways or easements owned by other agencies including, but not limited to, the Texas Departments of Transportation, North Texas Tollway Authority, BNSF Railway, and utility companies. The CONTRACTOR shall comply with the conditions of these permits and/or license agreements as if they were a part of the Contract Documents. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 37 (j) Existing Utilities and Structures: The location of existing utilities shown on the plans are based on the interpretation of the best available information and are not warranted by the OWNER or ENGINEER. It shall be the responsibility of the CONTRACTOR to verify and/or locate the various locations of pertinent utilities prior to or during construction. If any utility or irrigation system is broken by the Contractor, it shall be the responsibility of the CONTRACTOR to repair, at his own expense, the damaged line and restore it to its functional use. (k) Right of Entry: The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said OWNER may desire. The CONTRACTOR shall conduct his work so as not to impede unnecessarily any work being done by others on or adjacent to the site. (l) Collateral Contracts: The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work or damage said CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. (m) Objections and Determinations: The ENGINEER shall determine all claims disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the work or the interpretation of the Contract Documents. The ENGINEER'S decision shall be rendered in writing within a reasonable time and shall be binding. (n) Owner-Engineer Relationship: The duties, responsibilities and limitations of authority of the ENGINEER during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER will advise and consult with the OWNER, and OWNER'S instructions to the CONTRACTOR may be issued through the ENGINEER as if they were issued by the OWNER directly. GC.04 CONTRACTOR RESPONSIBILITIES: (a) Contractor Independence: The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the Contract Documents. (b) Assignment and Subletting: The CONTRACTOR agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of the OWNER or ENGINEER, and that no part or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 38 contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as provided by this Agreement. (c) Contractor’s Understanding: It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the OWNER or ENGINEER, either before or after the execution of this contact, shall affect or modify any of the terms or obligations herein contained. (d) Duty of Contractor: The CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction (e) Supervision by Contractor: The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. (f) Character of Workmen: The CONTRACTOR agrees to employ only orderly and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the OWNER or ENGINEER shall inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the OWNER’S or ENGINEER'S written consent. (g) Contractor’s Buildings: The building of structures or the erection of tents or other forms of protection will be permitted only for use as temporary office space or for storage of materials, equipment, and supplies and only at such places as the OWNER or ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the OWNER or ENGINEER. At no time shall employees or agents of the CONTRACTOR occupy such facilities except in conjunction with performance of the Work. (h) Protection of Site: The Contractor shall protect all structures, walks, pipe lines, trees, shrubbery, lawns and other improvements during the progress of his work and shall remove from the site all debris and unused materials. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 39 (i) Sanitation: Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by the OWNER or ENGINEER, and their use shall be strictly enforced. (j) Equipment, Materials, and Construction Plant: The CONTRACTOR shall be responsible for the care, preservation, conservation, protection and replacement of all materials, supplies, machinery, equipment, tools, apparatus, acce ssories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, or whether OWNER has taken possession of completed portions of such work, until the entire work is completed and accepted. (k) Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. GC.05 PROTECTION OF PERSONS AND PROPERTY: (a) Protection Against Claims: If any person files a claim against the OWNER, OWNER’s Agent or CONTRACTOR for personal injury or property damage resulting from, arising out of, or caused by, the operations of the CONTRACTOR, or any Work within the limits of the Project, the CONTRACTOR must either submit to the OWNER a duly executed full release within thirty (30) calendar days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the CONTRACTOR fails to comply with this provision within the stipulated time limit, it will be automatically deemed that the CONTRACTOR has appointed the OWNER as its irrevocable Attorney In Fact authorizing the OWNER to report the claim directly with the CONTRACTOR’s liability insurance carrier. This provision is in and of itself a Power of Attorney from the CONTRACTOR to the OWNER, which authorizes the OWNER to take said action on behalf of the CONTRACTOR without the necessity of the execution of any other document. If the CONTRACTOR fails to comply with the provisions of this item, the OWNER, at its own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the CONTRACTOR, whether it is a final payment, progress payment, payment out of retainage or refund payment may be withheld by the OWNER. Bankruptcy, insolvency or denial of liability by the CONTRACTOR’s insurance carrier shall not exonerate the CONTRACTOR from liability. As a result of the additional work created to OWNER due to non-response of claims for damages by CONTRACTOR to third parties, CONTRACTOR shall incur penalties for failure to abide by this Special Condition. The CONTRACTOR shall respond to the claimant in writing regarding the status of the claim, including whether CONTRACTOR disputes the claim, wishes to settle, or will notify its liability insurance carrier regarding the claim. CONTRACTOR will be assessed a penalty by OWNER of $75.00 per claim, for its failure to respond to Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 40 the claimant as described above within thirty (30) calendar days of its written notice of claim by the City. To ensure CONTRACTOR compliance, the OWNER shall be notified, by copied correspondence of responses or settlement by CONTRACTOR. (b) Protection Against Accidents to Employees and the Public: The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an independent contractor. (c) Protection of Adjoining Property: The CONTRACTOR shall take proper means to communicate with the adjacent or adjoining property owners and protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such d amage on account of his failure to fully protect all adjoining property. (d) Protection Against Royalties or Patented Invention: The CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or owner. (e) Threats to Persons or Property: The CONTRACTOR shall respond promptly to any imminent threat to persons or property arising from or in relation to performance of the Work. Failure to promptly correct any threat to persons or property may result in a temporary suspension of work until such time as the threat is resolved. GC.06 PROSECUTION AND PROGRESS: (a) Time and Order of Completion: It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work in such manner as shall be most conducive to economy of construction; provided however, that the order and the time of prosecution shall be such that the work shall be Substantially Completed as a whole and in part in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 41 The CONTRACTOR shall submit prior to beginning work, with each pay estimate, and at other such times as may reasonably be requested by the OWNER or ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. (b) Working Hours: Permissible working hours are 7:00 AM to 7:00 PM Monday through Saturday, excluding holidays. Working hours are enforced by the Town of Prosper Police Department. Any variance to these working hours must be requested by the CONTRACTOR in writing at least two weeks in advance and will require approval from the OWNER upon positive recommendation of the ENGINEER. (c) Extension of Time: Should the CONTRACTOR be delayed in the completion of the work by any act or neglect of the OWNER or ENGINEER, or of any employee of either, or by other contractors employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or uncontrollable cause or causes beyond the CONTRACTOR'S control, and the OWNER and ENGINEER decides such cause justifies the delay, then an extension of time sufficient to compensate for the delay as determined by the OWNER or ENGINEER shall be allowed for completing the work; provided, however, that the CONTRACTOR shall give the OWNER or ENGINEER prompt notice in writing of the cause of such delay. (d) Hindrances and Delays: No claims shall be made by the CONTRACTOR for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of the OWNER) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. (e) Liquidated Damages: The time of completion is of the essence for this Contract. For each day that any work shall remain uncompleted after the time specified in the Contract or in an executed Change Order, including milestone completion dates, substantial completion, and final completion, the OWNER may deduct the following sum from monies due to the CONTRACTOR for each day the work remains uncompleted: GC.07 Amount of Contract Amount of Liquidated Damages Less than $50,000 $100 per day $50,000 to $100,000 $150 per day $100,000 to $500,000 $200 per day $500,000 to $1,000,000 $250 per day $1,000,000 to $5,000,000 $500 per day Greater than $5,000,000 $750 per day Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 42 GC.08 CONTROL OF WORK AND MATERIAL: (a) Shop Drawings and Submittals: The CONTRACTOR shall submit to the OWNER or ENGINEER, with such promptness as to cause no delay in his own work or in that of any other contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the OWNER or ENGINEER shall pass upon them with reasonable promptness, noting desired corrections. The CONTRACTOR shall make any corrections required by the OWNER or ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. The OWNER’S or ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called the OWNER’S or ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRACTOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the OWNER or ENGINEER shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the OWNER or ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. (b) Temporary Traffic Control: Where the Work is carried on, in or adjacent to any road, alley, sidewalk, trail, or other public space, the CONTRACTOR shall at his own cost and expense furnish, erect and maintain temporary traffic control devices and shall take such other precautionary measures for the protection of persons or property and of the Work as are necessary. A sufficient number and arrangement of temporary traffic control devices shall be erected to keep vehicles and persons from entering on or into any work under construction. The CONTRACTOR's responsibility for the maintenance of barricades, signs and lights, and for providing watchmen, shall not cease until the project has been accepted by the Owner. All temporary traffic control devices shall be clearly visible at all times of day and night. Signs and barricades shall constructed of retro-reflective sheeting, and cones and other channelizing devices shall have retro-reflective banding. All temporary traffic control devices shall comply with and have the meanings prescribed by the Texas Manual of Uniform Traffic Control Devices. The Contractor shall at all times coordinate the closing of any section of road, alley, sidewalk, trail, or other public space with the OWNER or ENGINEER. When such a closing is anticipated to have a duration longer than one (1) hour, the CONTRACTOR shall submit a traffic control plan at least 72 hours in advance to the OWNER or ENGINEER for review and approval. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 43 The CONTRACTOR shall be held responsible for all damage to the Work due to failure of barricades, signs, to protect it, and whenever evidence is found of such damage, the OWNER or ENGINEER may order the damaged portion immediately removed and replaced by the CONTRACTOR at his cost and expense. (c) Public Convenience: Materials stored about the Work shall be so placed, and the Work shall at all times to be so conducted, as to cause no greater obstruction to the traveling public than is considered necessary by the OWNER. The CONTRACTOR shall make provisions at all roads, alleys, sidewalks, trails, and private driveways for the free passage of pedestrians and vehicles provided that where free passage is impractical or unnecessary in the opinion of the OWNER, the CONTRACTOR may make arrangements satisfactory to the OWNER for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of such diversions. The materials excavated, and the construction materials or plant used in the construction of the Work, shall be placed so as not to endanger the Work or prevent free access to all public and private utilities and related appurtenances. The OWNER reserves the right to remedy any neglect on the part of the CONTRACTOR as regards to the public convenience and safety which may come to its attention after twenty-four (24) hours notice in writing the CONTRACTOR, save in cases of emergency, when it shall have the right to remedy any neglect without notice; and in either case, the cost of such work done by the OWNER shall be deducted from monies due or to become due to the Contractor. (d) Testing of Materials: Testing and inspection of materials required by the specifications shall be performed by a commercial testing laboratory selected by the CONTRACTOR and approved by the OWNER. Except as otherwise noted, the costs of laboratory tests will be paid by the CONTRACTOR, including any materials or specimens for testing. Any testing of material or workmanship required due to failure will be paid for by the CONTRACTOR. This payment will be made direct to the testing laboratory by the CONTRACTOR. The CONTRACTOR shall furnish at his own expense, suitable evidence that the materials he proposes to incorporate into the work are in accordance with the specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Supplier's evidence of quality and gradation of asphaltic material will be acceptable as long as the material is secured from the sources to which the evidence applies. Should the CONTRACTOR fail to provide the above information, or should the validity of the above information be called into question, the OWNER shall have the right to require tests to be made by the OWNER's laboratory to obtain this information and the cost therefore shall be borne by the CONTRACTOR or deducted from monies owed by the OWNER to the CONTRACTOR. (e) Trench Excavation Protection: It is the sole duty, responsibility, and prerogative of the CONTRACTOR, not the OWNER or ENGINEER, to determine the specific Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 44 applicability of a trench safety system to each field condition encountered on the project as required by Part 1926, Sub-part P-Excavations, Trenching, and Shoring of the Occupational Safety and Health Administration's Standards and Interpretations. It will be the Contractor's responsibility to identify the soil type and to accurately adjust his trench safety methods according to the OSHA requirements. (f) Explosives: The use of explosives shall not be permitted. GC.09 INSPECTION AND ACCEPTANCE: (a) Inspection of Work: Inspection will be performed by representatives of the OWNER, ENGINEER, other reviewing agencies, and their designees. It is the intent of the OWNER to inspect all work on this project. The CONTRACTOR is responsible for verifying with the OWNER, ENGINEER, or other reviewing agencies when an inspector is and is not required. The CONTRACTOR shall furnish the OWNER, ENGINEER, other reviewing agencies, and their designees reasonable access and facilities for inspecting the Work and determining whether or not the Work is in accordance with the Contract Documents The CONTRACTOR shall be responsible for all costs associated with verifying the acceptability of work completed without proper inspection, as directed by the OWNER, ENGINEER, or other reviewing agency. If deemed to be unacceptable, the work may be ordered removed at the CONTRACTOR's expense. (b) Inspection Overtime: The OWNER and ENGINEER will provide inspection staff on weekdays between 8:00 AM and 5:00 PM. Inspection performed outside these hours or on weekends or holidays may be subject to an inspection overtime fee determined by the OWNER and ENGINEER. The CONTRACTOR is responsible for determining inspection overtime rules of other reviewing agencies. (c) Use of Completed Portions: The OWNER shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents, nor shall the risk of loss change from CONTRACTOR to OWNER. If such prior use increases the cost of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the OWNER or ENGINEER may determine. (d) Defects and their Remedies: If the Work or any portion thereof, or any material brought on the site of the Work for use in the Work or selected for the same, shall be deemed by the OWNER or ENGINEER as unsuitable or not in conformity with the specifications, the CONTRACTOR shall, after receipt of written notice thereof from the OWNER or ENGINEER, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. (e) Preliminary Final Inspection: Upon substantial completion of the Work, the CONTRACTOR shall request a preliminary final inspection of the Work by representatives of the OWNER, ENGINEER, and other reviewing agencies. The Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 45 OWNER or ENGINEER will provide written notice of any defects to the CONTRACTOR and the CONTRACTOR shall promptly remedy such defects in accordance with the Contract Documents. (f) Final Inspection: Upon completion of all items identified on the punch list, the CONTRACTOR shall request a final inspection of the Work by representatives of the OWNER, ENGINEER, and other reviewing agencies. If additional defects are noted, the CONTRACTOR shall promptly remedy such defects and repeat this process. If the Work is found to be acceptable, the OWNER or ENGINEER will provide written notice of Completion of the Work to the CONTRACTOR. (g) Acceptance: Upon Completion, the CONTRACTOR shall submit to the OWNER or ENGINEER such documentation as is necessary to insure that the work has been completed, subcontractors and suppliers have been paid, any claims received have been settled, and other documentation as required by the OWNER or ENGINEER. If the documentation is found to be acceptable, the OWNER or ENGINEER will issue a written notice of Acceptance of the Work to the CONTRACTOR. GC.10 MEASUREMENT AND PAYMENT: (a) Estimated Quantities: The quantities of each item on the bid proposal blank represent the approximate amount of work to be done. Final quantities actually built will be determined and paid for by actual measurements on the ground of the final work completed. Proposers are especially notified that no incidental items of work will be paid for unless there appears an item in the proposal blank for such work. It must be strictly understood that the prices bid are for complete and acceptable work. (b) Measurement: Quantities of individual items of work shall be based on the final, in- place quantity of the item of work, measured or computed using the units specified in the Proposal. Where a discrepancy in measured or computed quantities occurs among the OWNER, ENGINEER, and CONTRACTOR, the parties attempt to reconcile the discrepancy. If no reconciliation is possible, the determination of the ENGINEER shall be used. (c) Progress Payments: As close as practical to the end of each month in which work has been performed, the CONTRACTOR shall prepare and submit to the OWNER an application for payment showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day immediately preceding the date of such application and the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER'S REPRESENTATIVE and/or ENGINEER shall promptly review CONTRACTOR'S application for payment, shall either approve or modify the total value of the work done by CONTRACTOR and the value of materials delivered on the site, and shall submit to OWNER such application for payment as approved or modified with OWNER’S REPRESENTATIVE'S and/or ENGINEER'S recommendation affixed thereto within ten (10) business days following the receipt of the application from CONTRACTOR. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 46 The OWNER shall pay the CONTRACTOR within thirty (30) days following receipt of the application from CONTRACTOR, less any amount held for retainage or outstanding claims or defective work. (d) Payment Withheld: The OWNER may withhold any payment otherwise due to the CONTRACTOR. The amount of any withheld payment shall be as necessary to protect the OWNER's interest in the following circumstances: (i) unsatisfactory progress of the Work within the CONTRACTOR's control; (ii) reasonable doubt that the Work can be completed for the unpaid balance; (iii) failure of the CONTRACTOR to carry out orders of the OWNER; (iv) defective work not remedied; (v) the filing of a claim against the CONTRACTOR or reasonable evidence that a claim will be filled against the CONTRACTOR; (vi) failure of the CONTRACTOR to make payment to subcontractors or suppliers for material and labor used in performance of the Work; (vii) unsafe working conditions or threats to persons or property allowed to persist by the CONTRACTOR; (viii) failure of the CONTRACTOR to provide work schedules, invoices, or other records requested by the OWNER; (ix) use of subcontractors without the consent of the ENGINEER or OWNER; (x) or, failure of the CONTRACTOR to keep current redline as-built drawings at the job site or to turn redline as-built drawings over to the OWNER. GC.11 EXTRA WORK AND CLAIMS: (a) Change Orders: Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the work; such changes will be authorized by written Change Order prepared by the OWNER for execution by the CONTRACTOR. The Change Order shall set forth the basis for any change in contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the CONTRACTOR shall refuse to execute a Change Order which has been prepared by the OWNER, the OWNER may in writing instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as hereinafter provided. (b) Minor Changes: The OWNER or ENGINEER may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the OWNER or ENGINEER involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to the OWNER or ENGINEER for a written Field Order. Any request by the CONTRACTOR for a change in Contract Price shall be made in writing in accordance with the provisions of this section prior to beginning the work covered by the proposed change. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 47 (c) Extra Work: It is agreed that the basis of compensation to the CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15) percent. In the event said Extra Work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such Extra Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security Old Age Benefits and other payroll taxes, and, a ratable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the OWNER, or by them agreed to. The OWNER or ENGINEER may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the OWNER or ENGINEER. The OWNER or ENGINEER may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 percent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written Change Order. The fifteen percent (15%) of the "actual field cost" to be paid the CONTRACTOR shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined; save that where the CONTRACTOR'S Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the OWNER or ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the OWNER or ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefore, and the OWNER or ENGINEER insists upon its performance, the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The CONTRACTOR will Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 48 thereby preserve the right to submit the matter of payment to a court of general jurisdiction to decide the matter, otherwise the CONTRACTOR shall waive all claims for payment for Extra Work. GC.12 CONTRACT TERMINATION (a) Abandonment by CONTRACTOR: In case the CONTRACTOR should abandon and fail or refuse to resume work within ten (10) days after written notification from the OWNER or ENGINEER, or if the CONTRACTOR fails to comply with the orders of the OWNER or ENGINEER, when such orders are consistent with the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment, the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the OWNER or the Surety on the performance bond, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the following elective manners: The OWNER may employ such force of men and use such machinery, equipment, tools, materials and supplies as said OWNER may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such moneys as may be due, or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement. In case such expense is less than the sum whi ch would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such excess to the OWNER; or The OWNER under sealed bids, after five (5) days’ notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In the case of any increase in cost to the OWNER under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefore. However, Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 49 should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/his Surety shall be credited therewith. When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance shall be issued. A complete itemized statement of the contract accounts, certified to by the OWNER or ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. After final completion of the work and in the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over the CONTRACTOR and/or his Surety. Should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. (b) Abandonment by OWNER: In case the OWNER shall fail to comply with the terms of this contract within ten (10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been wrought into the work. Thereupon the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the items of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 50 the OWNER and all other sums that may be retained by the OWNER under the terms of this Agreement and shall certify same to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of delivery to OWNER of such certified final statement. (c) Termination of Contract in Case of National Emergency: Whenever, because of a national emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, material and equipment for the prosecution of the work with reasonable continuity for a period of two (2) months, the Contractor shall within seven (7) days notify the Owner in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, material and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty (30) days, the Contractor may request the Owner to terminate the contract and the Owner shall within thirty (30) days comply with the request, and the termination shall be based on a final settlement, which shall include, but not be limited to, the payment for all work executed. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 51 SPECIAL CONDITIONS SC.01 PURPOSE: The Special Conditions contained herein set forth conditions or requirements particular to this Contract: CSP NO. 2019-37-B TOWN ENTRY SIGNAGE The Special Conditions supplement the General Conditions and the Standard Specifications and take precedence over any conditions or requirements of the General Conditions and the Standard Specifications with which they are in conflict. SC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: LANDSCAPE ARCHITECT: The Landscape Architect of Record as shown on the Construction Drawings: Kirk M Wilson, RLA, or his designee. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 52 TECHNICAL SPECIFICATIONS CSP NO. 2019-37-B TOWN ENTRY SIGNAGE Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 53 REQUIREMENTS AND SPECIFICATIONS I. Introduction The Town of Prosper (“Town”) is accepting proposals for a turnkey solution to, construct and install an entry monument sign in the median on Preston Road in Prosper, TX The contract will be awarded based on the evaluation criteria stated herein. This document provides interested firms with the information necessary to prepare and submit a proposal for consideration. Proposals are to be submitted in accordance with this document, and the accompanying instructions. There is no expressed or implied obligation for the Town to reimburse responding firms for any expenses incurred in preparing proposals in response to this request. All costs directly or indirectly related to preparation of a response to this request for competitive sealed proposals (CSP), any oral presentation required to supplement and/or clarify a proposal, and/or reasonable demonstrations which may be, at its discretion, required by the Town shall be the sole responsibility of, and shall be borne completely by the proposer. To be considered, one (1) original proposal and three (3) copies of proposal must be received in the Purchasing Office located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078, by 2:00 P.M. on February 21, 2019. The Town reserves the right to reject any or all proposals submitted. Proposals submitted will be reviewed by Town staff. It is the responsibility of the proposer to ensure the receipt of any and all addenda related to the proposal. It shall be the sole responsibility of the respondent to insure that their proposal is received by the Purchasing Office within the time limit indicated. Late proposals will not be considered. During the evaluation process, the Town reserves the right, where it may serve the Town’s best interest, to request additional information or clarifications from proposers, or to allow corrections of errors or omissions. At the discretion of the Town, firms submitting proposals may be requested to make oral presentations as part of the evaluation process. Additionally, the selected firm will make an oral presentation to the Town Council. The Town reserves the right to retain all proposals submitted, and to use any ideas in a proposal regardless of whether that proposal is selected. Submission of a proposal indicates acceptance by the firm of the conditions contained in this CSP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the Town and the firm selected. All proposals submitted will remain valid for a period of 90 days subsequent to the CSP due date. II. Specifications: Proposal must meet or exceed the specifications and requirements herein, in order to be considered. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 54 III. Qualifications In order for a proposal to be considered, manufacturers and installers that will be involved in this project must meet or exceed the following: IV. Bond Requirements A. Bid Bond: Each Proposal submitted shall be accompanied by a cashier's check in the amount of five percent (5%) of the estimated construction costs, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the Proposer will execute a Construction Agreement with the Town, including all required bonds and other documents. B. Payment and Performance Bonds: Payment and Performance Bonds for the performance of the Work, and for payment of those who provide labor or materials, will be required within 10 days after Construction Manager executes the Contract. Each bond shall be in an amount equal to 100% of the Estimated Project Construction Budget. If and when the Owner and Construction Manager agree on a Guaranteed Maximum Price, the Construction Manager may obtain substitute Payment and Performance Bonds, each in the amount of 100% of the Guaranteed Maximum Price, within 5 days after the Amendment to the Contract is signed that establishes the Guaranteed Maximum Price. C. Maintenance Bond: The successful firm shall furnish a Maintenance Bond in the amount of 100% of the contract sum covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. V. Submittals Submit one (1) unbound original (to facilitate reproduction) and five (5) spiral-bound (or other semi-permanent binding method) hard copies of your response to the CSP. You may include other documentation or information beyond what is requested, but the use of this information during the evaluation is at the sole discretion of the Town of Prosper. In order for your proposal to be considered responsive, the following information should be submitted in the following order: A. Cover Letter B. Table of Contents C. Qualifications and Experience 1. Submit names, titles, and qualifications for each proposed member of the project team. 2. List of same or similar projects D. Proposed Project Plan with Timeline (120 days recommended) Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 55 E. Proposal 1. Complete and submit the Proposal Form (Attachment 3). 2. Provide an itemized breakdown of the proposal, showing how the final amount was reached. 3. Proposed value engineering options. F. References 1. Submit a list of references for the same or similar system being proposed. The contact information should include the name of the business, the name of the project manager, and a current phone number and email address for the project manager. G. Additional Information 1. Additional information firm believes will help aide in selection. 2. Proof of insurance coverage as outlined in Section E of the Construction Agreement. 3. Bid Bond VI. Evaluation Criteria A review committee will evaluate submissions received in accordance with the general criteria defined herein. Failure of respondents to provide in their submission any information requested in this CSP may result in disqualification of the submission. The objective of the review committee will be to select the Proposal that provides the best value to the Town. The decision made by the Town of Prosper will be final. The agreement will be awarded based on the following evaluation criteria: • Firm's overall ability to meet the Town's objectives, as evidenced in Article V. Submittals, Items C.1, D., and G.1. (20%) o Qualifications o Proposed Project Plan with Timeline o Any additional information • Experience with similar construction, as evidenced in Article V. Submittals, Item C.2. (20%) • References, as evidenced in Article V. Submittals, Item. F. (10%) • Cost Proposal, as evidenced in Article V. Submittals, Item. E. (50%) VII. Interviews and Presentations In fairness to all firms, requests for interviews prior to the closing time and date will not be permitted. Interviews with selected firms may or may not be requested by the Town after the closing date. Selection may be made strictly from the information provided in the Proposal. However, the Town reserves the right to conduct interviews with and request presentations from any respondents. Attachment 4Item 16 TOWN ENTRY SIGNAGE BID NO. 2019-37-B PAGE 56 VIII. Selection and Award Selection Criteria and the ranking. If the Town is unable to reach an agreement with the first-ranked firm, the Town shall terminate further discussions with the first-ranked firm, and commence negotiations with the next-ranked firm, in the order of the selection ranking until an agreement is reached, or all Proposals are rejected. Time is of the essence, and the award of the contract to the successful Proposer is expressly conditioned upon (1) the Proposer’s execution and delivery of the Contract, and delivery of all required bonds and evidence of insurance, within ten (10) calendar days after the firm is notified of the acceptance of its Proposal, and (ii) the Proposer’s timely fulfillment of any and all other preconditions expressly set forth in the Contract Documents. Should the Propser fail to timely execute and deliver the contract, required bonds, evidence of insurance, or fail to timely fulfill any other such preconditions, the Town may, at its option and discretion, without releasing, impairing or affecting its right to receive the Proposal security as damages for such failure, rescind the award, commence negotiations with the next ranked firm, or may reject all Proposals. There will be no contractual obligation on the part of the Town to any firm, nor will any firm have any property interest or other right in the contract or work being proposed, unless and until the Agreement is unconditionally executed and delivered by all parties, all submittals required by the Proposal Documents and Agreement and all conditions to be fulfilled by the selected firm have either been so fulfilled by the firm, or waived in writing by the firm or Town, as applicable. IX. Questions, Clarifications, and Interpretation of Documents Proposers may ask questions, and request clarification or interpretation of Proposal Documents. Any such request must be submitted in writing to January Cook, Purchasing Agent, at the following email address: january_cook@prospertx.gov by 12:00 p.m. on Tuesday, February 12, 2019. No questions will be answered over the phone. Questions will only be accepted until the stated deadline. Interpretations, corrections and/or changes of or to the Proposal Documents will be made by Owner in the form of a written Addendum. Any interpretations, corrections, or changes of or to the Proposal Documents, made in any other manner will not be binding upon the Owner, and Proposers may not rely upon them. Any discrepancy or conflict with the Proposal Documents or the Contract Documents shall be brought to the attention of the Town. Discrepancies or conflicts not brought to the Town’s attention and clarified during the Proposal process for the Project will be deemed to have been priced in the most costly manner, or difficult manner, and the better quality or greater quantity of the Work shall be provided by the selected firm, in accordance with the Town’s interpretation. Attachment 4Item 16 SECTION 000010 TABLE OF CONTENTS Division 00 - General Conditions 00 00 10 Table of Contents Division 01 - General Requirements 01 01 00 Summary of Work 01 31 00 Construction Schedules 01 34 00 Shop Drawings 01 70 00 Contract Closeout 01 71 00 Cleaning Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents Division 02 - Existing Conditions 02 00 00 Site General Provisions Division 04 - Masonry 04 43 13 Anchored Stone Masonry Veneer 04 72 00 Cast Stone Masonry Division 05 - Metals 05 70 00 Decorative Metal Division 10 - Specialties 10 14 00 Signage Division 26 - Electrical 26 05 01 Electrical END OF SECTION 000010 Attachment 4Item 16 SUMMARY OF WORK 01010 - 1 SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including General and Special Conditions and all applicable specification sections, apply to this section. 1.2 DESCRIPTION A. General: The Scope of Work for this Project shall consist of providing all supplies, support services, data, labor, tools, materials, equipment, supervision, construction, and all else required to complete the installation of the Town Entry Signage for the Town of Prosper B. Project Scope: The Work shall include, but not be limited to, the following major items, to the extent specified and indicated: 1. Provide administration and construction support services to complete the work. 3. Coordinate work with other contractors performing work within the project site. 4. Apply for and procure all applicable permits from the applicable governing agencies. This project falls within the Town of Prosper. 5. Procure necessary permits for personnel, equipment and construction operations. 6. Provide and install complete in place turn-key systems per construction drawings and specifications. 7. Field verify all dimensions that are required for complete installation of all items defined in the plans and specifications. 8. Provide and install all remaining items as defined on the drawings and in the technical specifications for a complete installation. 1.3 DRAWINGS A. Refer to Index of Drawings on Cover Sheet of the drawings. 1.4 PROJECT MANUAL A. Bidding and Contract Requirements; General Conditions - Division 1 and Technical Specifications, Divisions 2 through 16 as listed in Table of Contents. 1.5 ITEMS OF RELATED WORK FURNISHED AND/OR INSTALLED BY OTHERS A. Refer to Construction Plans (may not require work furnished by others). Contractors to coordinate installation with Town of Prosper including application, scheduling, field coordination, etc. B. Relocating existing utilities. Contractor to provide relocation of any existing utilities if in conflict with the proposed project elements to be installed. Attachment 4Item 16 SUMMARY OF WORK 01010 - 2 C. Masonry, Tile, Sheetrock, and painting. Contractor to provide the necessary repairs to existing infrastructure if damaged during installation of any project related item. All repairs shall match existing. 1.6 UNIT PRICES A. Refer to Proposal Form for Unit Prices. 1.7 QUALITY ASSURANCE A. The work shall comply with the requirements of the Contract Documents including cited national specifications and standards; state and local government authority codes and standards. B. In case of conflicts between cited national and local standards, local requirements shall govern unless otherwise directed in writing. All conflicts shall be brought to the attention of Owner's Representative in writing. 1.8 OTHER REQUIREMENTS A. Any affected utility owners shall be notified not less than 7 days prior to starting work in an area in which a utility may be located. Notices shall be in writing. Any affected utility owner and Owner's Representative shall be notified 72 hours prior to commencing construction operations. B. The Contractor shall prosecute the Work as indicated, in accordance with the Contract Documents, and in a timely manner so as to ensure coordination of all parts of the work with work of other parties under adjoining and interfacing contracts, including governmental bodies and utility companies. C. Proposals for scheduling work at times other than the normal work period of a calendar day shall be submitted to Owner's Representative not less than 48 hours in advance of those times. Such proposals shall outline all special precautions to be taken to control the hazards presented by prosecuting the work at times other than the normal work period of a calendar day. The proposal shall include supplementary lighting of work areas, availability of medical facilities, security precautions and all other precautions necessary. D. Construction equipment and vehicles which exceed the weight, size and noise limitation of the authorities having jurisdiction shall not be operated outside the construction limits of the site. E. Note: An on-site job trailer is not required as part of this contract. Attachment 4Item 16 SUMMARY OF WORK 01010 - 3 1.9 INTERPRETATION A. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified or indicated, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, the most stringent requirement is intended and will be enforced by Owner's Representative and Owner, unless specific language in the Contract Documents clearly indicates that a less stringent requirement is to be fulfilled. Refer apparently-equal-but- different requirements, and uncertainties as to which level of quality is more stringent, to Owner's Representative and Owner for a written decision before proceeding with the work in question. B. Minimum Quality/Quantity: In every instance, the quality level or quantity indicated or specified is intended to be the minimum for the work to be performed or provided. Except as otherwise indicated, the actual work may either comply exactly with that minimum (within specified tolerances), or may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are either minimums or maximums as noted, or as appropriate for context of the requirements. Refer instances of uncertainty to Owner's Representative and Owner for a written decision before proceeding with the work in question. END OF SECTION 01010 Attachment 4Item 16 CONSTRUCTION SCHEDULES 01310 - 1 SECTION 01310 - CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Progress and Schedule Bar Chart consisting of time scaled figures to monitor progress of the work. 1.2 SUBMITTALS A. Submit two copies to A/E and to Owner within first week of receiving the Notice to Proceed. Owner and A/E will request revisions, if necessary, and return to Contractor with suggested revisions. B. Upon final approval by A/E and Owner, copies of the Project Schedule shall be distributed as follows: 1. 2 copies of each to Owner. 2. 2 copies of each to A/E. 3. 1 copy to principal subcontractors and vendors. 4. 1 copy to others affected by schedule. 5. Copies posted in Temporary Field Office (if applicable). C. As revisions are made during construction, distribute up-to-date issues to the same entities and make postings accordingly. D. Under no circumstances will construction operations begin other than initial mobilization until the progress schedule, in its entirety, is approved. 1.3 PROJECT SCHEDULE A. Activities shown on the schedule shall be as follows: 1. Each individual construction activity. 2. Submittal of shop drawings product data, and samples for approval. 3. Approval of submittals. 4. Delivery time for materials and equipment requiring long lead time. 5. Times anticipated for shutdown and tying-in of existing services. This does not serve as official request to Owner as specified in Section 01040, and each individual request for outage shall be submitted in writing two weeks prior to anticipated outage, as specified. B. Schedule Format: 1. Single sheet of paper not exceeding 11 inches by 17 inches. 2. Time scale at top and bottom of page with time units shown in calendar weeks. C. Each activity shall be represented by a bold horizontal line, as follows: 1. Each line clearly and briefly described. 2. Estimated duration. Attachment 4Item 16 CONSTRUCTION SCHEDULES 01310 - 2 3. Line or arrow shall be drawn to the length as dictated by the time scale to indicate the activity's duration. 4. Each activity shall be placed at its proper calendar location as determined by the time scale. 5. Float time shall be shown in its proper time scale for each non-critical activity. 6. Critical activities shall be illustrated or accented, thereby easily distinguished from non- critical activities. 7. Milestones or intermediate completion dates shall be clearly shown. 8. Final completion date on initial schedule shall coincide with time of completion agreed upon and indicated in the Contract Documents. D. The duration of each activity shall be shown in calendar days and shall include Saturdays, Sundays, holidays and anticipated days lost due to inclement weather. 1.4 MONTHLY UPDATED SUBMITTALS A. Submit two copies of Project Schedule, each to Owner and A/E, with monthly payment application, illustrating the following: 1. Markings to show actual completed work above or below estimated work. 2. Critical path activities marked to distinguish from non-critical activities. 1.5 SCHEDULE REVISIONS A. Revise and resubmit schedule for approval in event any of following occur: 1. The previously approved schedule changes. 2. The approved schedule is extended in excess of 14 calendar days. 3. Issued change orders cause changes in the actual work which affect the duration or actual start or finish date of activities to the extent that the approved schedule is changed or extended in excess of 14 calendar days. B. Provide written description of each change to the schedule, including reason for the change and how it affects the schedule. C. Revisions to the schedule, including those generated by change orders, shall be made at no cost to Owner. 1.6 FLOAT A. Contract Time shall be the Time of Completion as indicated in the Contract, plus any time extensions granted after award of contract. B. Float shall be the Contract Time less the Duration of the Schedule for critical activities, or the amount of time non-critical activities can be delayed without causing the Contract Time to be exceeded. C. Owner will receive benefit of float. Contract Time Extensions will not be granted unless a change order or delay causes either of the following: 1. An increase in the duration of the critical activities. 2. The available float of a non-critical activity is consumed causing the activity to become critical and thereby altering the project schedule. Attachment 4Item 16 CONSTRUCTION SCHEDULES 01310 - 3 D. Time extensions shall be limited to the duration of the critical activities less the Contract Time. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION 01310 Attachment 4Item 16 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 1 SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.1 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data and Samples required by Contract Documents. 1.2 RELATED REQUIREMENTS A. Conditions of the Contract: Definitions, and additional responsibilities of parties. B. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.3 SHOP DRAWINGS A. Present drawings in a clear and thorough manner. 1. Identify details by reference to sheet and detail, schedule or room numbers shown on Contract Drawings. 1.4 PRODUCT DATA A. Preparation: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring diagrams and controls. B. Manufacturer's Standard Schematic Drawings and Diagrams: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.5 SAMPLES A. Provide office samples of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product, with integrally related parts and attachment devices. Attachment 4Item 16 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 2 2. Full range of color, texture and pattern. B. Field Samples and Mock-ups: 1. Erect, at the Project site, at a location acceptable to the Architect. 2. Size or Area: That specified in the respective specification section. 3. Fabricate each sample and mock-up complete and finished. 4. Remove mock-ups at conclusion of work or when acceptable to the Architect. 1.6 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the work or in the work of any other contractor. B. Submit Shop Drawings, Product Data and Samples for structural, mechanical and electrical items directly to the Landscape Architect. C. Number of Submittals Required: 1. Shop Drawings: Submit two prints and one sepia of each drawing. 2. Product Data: Submit four copies of product data. 3. Samples: Submit the number stated in each specification section, minimum of two samples for each item. D. Submittals Shall Contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contract identification. 4. The Names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. Attachment 4Item 16 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 3 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. A 3" x 3" blank space for Landscape Architect's stamp and signature. 12. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.7 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the Landscape Architect and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 2. Indicate any changes which have been made other than those requested by the Landscape Architect. C. Samples: Submit new samples as required for initial submittal. 1.8 DISTRIBUTION A. Distribute reproductions of Shop Drawings and copies of Product Data which have been reviewed by the Landscape Architect and do not require revisions. 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors. 5. Supplier or fabricator. B. Distribute samples which have been approved by the Landscape Architect as directed by the Landscape Architect. 1.9 LANDSCAPE ARCHITECT DUTIES A. Review submittals with reasonable promptness and in accordance with schedule. B. Affix stamp and initials or signature, and indicate requirements for revisions and resubmittal, if any. C. Return submittals to the Contractor for distribution, or for resubmission. END OF SECTION 01340 Attachment 4Item 16 CONTRACT CLOSEOUT 01700 - 1 SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 SECTION INCLUDES Closeout shall include general requirements near end of Contract Time, in preparation for final acceptance, final payment, normal termination of contract, occupancy by Owner, and similar actions evidencing completion of the work. Specific requirements for individual units of work are specified in sections of Division 2 through 16. Time of closeout is directly related to "Substantial Completion", and therefore may be either a single time period for entire work or a series of time periods for individual parts of the work which have been certified as substantially complete at different dates. That time variation shall be applicable to other provisions of this Section. 1.2 SUBSTANTIAL COMPLETION A. Refer to Article GC.06 and Paragraph (a) of the General Conditions. B. Upon receipt of Contractor's request, Owner will proceed with inspection. Following initial inspection, Owner will either prepare Certificate of Substantial Completion, or advise Contractor of work which shall be performed prior to issuance of certification; and repeat inspection when requested to assure that work has been substantially completed. 1.3 FINAL ACCEPTANCE A. On or before the date of final inspection Contractor shall turn over to Owner following Contract Close-Out Materials, which he will have accumulated and retained during course of project: 1. All approved submittal data, two complete sets. 2. Written project warranty, and all other equipment and materials warranties/guarantees as signed by all appropriate suppliers or manufacturer's, one set. 3. Operating and maintenance instructions for all installed equipment and systems, to include a maintenance and spare parts list, two sets. 4. One set of "Record" drawings and specification showing conditions and dimensions of all construction indicated by original construction documents. Drawings shall show routing of underground outside utilities or conduits, with burial depth related to finish grade. Drawings shall also show the final grades. 5. Materials will be reviewed by Owner for completion. Final Acceptance will not be approved until Contract Close-out materials are completed. B. Refer to individual Divisions 2 through 16 for specific work requirements. The requirements include, but are not limited to the following: 1. Submit Final Pay Voucher, and Lien Waivers for all subcontractors. 2. Complete work items on Substantial Completion punch lists, if any. 3. Deliver tools, spare parts, keys, extra stocks of materials and similar physical items to Owner. 4. Complete start-up testing of systems. Train and instruct Owner's designated personnel in operation and general maintenance requirements of all mechanical and electrical components. Discontinue and remove from project site temporary facilities and services, along with construction tools and facilities, and similar items. Attachment 4Item 16 CONTRACT CLOSEOUT 01700 - 2 5. Complete final clean up requirement, including site dress up, touch-up painting, etc. C. Upon receipt of Contractor's written notice that work has been completed, Owner will schedule inspection with Contractor and inspect work. After inspection, Owner will either approve Final Payment or prepare punch list for Contractor listing work items not completed and incorrect or obligations not fulfilled as required for final acceptance. If necessary, procedure will be repeated. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.1 CLOSE-OUT PROCEDURES Arrange to meet with Owner's personnel, at project site, to provide basic instructions needed for proper operation and maintenance of entire work. 3.2 CLEANING A. Special cleaning for specific units of work is specified in sections of Divisions 2 through 16. General cleaning during progress of work is specified in General Conditions and as temporary service in "Temporary Facilities" Section of this Division. Provide final cleaning of work, at time indicated, consisting of cleaning surface or unit of work to normal "clean" condition expected for first-class building cleaning and maintenance program. Comply with manufacturer's instruction for cleaning operations. The following are examples, but not by way of limitation, of cleaning levels required; 1. Remove labels which are not required as permanent labels. 2. Clean transparent materials, including mirrors and window/door glass, to a polished condition, removing substances which are noticeable as vision-obscuring materials. Replace broken glass and damaged transparent materials. 3. Clean exposed exterior and interior hard-surface finishes, to a dirt-free condition, free of dust, stains, films and similar noticeable transparent materials. 4. Wipe surfaces of mechanical and electrical equipment clean, remove excess lubrication and other substances. 5. Remove debris and surface dust from limited access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. 6. Clean concrete floors in non-occupied spaces broom clean. 7. Vacuum clean carpeted surface and similar soft surfaces. 8. Clean plumbing fixtures to a sanitary condition, free of stains including those resulting from water exposure. 9. Clean light fixtures and lamps so as to function with full efficiency. 10. Clean project site, including landscape development areas, of litter and foreign substances. Sweep paved areas to a broom-clean condition; remove stains, petrochemical spill and other foreign deposits. Rake grounds which are neither planted nor paved, to a smooth even-textured surface. END OF SECTION 01700 Attachment 4Item 16 CLEANING 01710 - 1 SECTION 01710 - CLEANING PART 1 - GENERAL Drawings, Standard General Conditions of Contract, Supplementary Conditions and Division-1 Specification Sections, apply to work of this section. 1.1 DESCRIPTION Cleaning during period of construction and at completion of the work. 1.2 DISPOSAL REQUIREMENTS Conduct cleaning and disposal operation to comply with codes, ordinances, regulations, and anti- pollution laws. PART 2 - PRODUCTS 2.1 MATERIALS A. Use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. B. Comply with manufacturer's recommendations. PART 3 - EXECUTION 3.1 DURING CONSTRUCTION A. The site and adjacent properties shall be kept free from accumulations of waste materials, rubbish, and wind blown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site daily and dispose at a legal disposal area away from the site. 3.2 DUST CONTROL Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly coated surfaces. Attachment 4Item 16 CLEANING 01710 - 2 3.3 FINAL CLEANING A. Employ skilled workmen for final cleaning B. See Section 01700 - Contract Closeout. END OF SECTION 01710 Attachment 4Item 16 GENERAL PROVISIONS 02000 - 1 SECTION 02000 - GENERAL PROVISIONS PART 1 - GENERAL 1.1 GENERAL A. The Conditions of the Contract, and applicable requirements of Division 1 - General Requirements apply to the work of this section. Applicable sections of the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction as modified herein, also apply. 1.2 SECTION INCLUDES A. Regulatory Requirements. B. Reference Specifications 1.3 RELATED SECTIONS A. Applicable Sections of Division 0 - Bidding Requirements; Contract Forms; Contract Conditions. B. Applicable Sections of Division 1 - General Requirements. C. Applicable Sections of Division 2 - Site Work. D. Applicable Sections of the Reference Specification. E. Special Provisions. 1.4 REGULATORY REQUIREMENTS A. NCTCOG Standard Specifications for Public Works Construction, latest edition, as modified in the Contract Documents. B. Obtain required permits and three-way contracts from authorities, if required. C. Coordinate traffic maintenance and safety at project entries with the Town of Prosper. Contractor shall be solely responsible for worker and public safety in the construction area under this contract. D. Notify all utility companies before starting work and comply with their requirements. E. NOTIFY OWNER IF HAZARDOUS OR CONTAMINATED MATERIALS ARE DISCOVERED. F. U.S. Environmental Protection Agency's National Pollutant Discharge Elimination System (NPDES). 1.5 REFERENCE SPECIFICATIONS A. All work covered in DIVISION 2 - SITE WORK shall be governed by the latest edition of the North Central Texas Council of Governments (NCTCOG) Standard Specifications for Public Works Construction as amended and/or supplemented by these specifications and the Town of Prosper. These Specifications and Special Provisions govern the reference Attachment 4Item 16 GENERAL PROVISIONS 02000 - 2 specification. Any item not modified or amended by these specifications shall be deemed correct in the reference specifications. B. Work not described herein or in the NCTCOG Standard Specifications shall be governed by the Texas Department of Transportation, 1993 Standard Specifications for Construction of Highways, Streets and Bridges. C. The Contractor shall maintain a copy of the Plans, Project Manual and the Reference Specifications at the job site at all times during construction. PART 2 - PRODUCTS 2.1 GENERAL A. All products used shall conform to the requirements and standards specified in the Plans and in the Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the Owner. PART 3 - EXECUTION 3.1 GENERAL A. Execution of the work shall conform to the requirements and standards specified in the Plans and in the Reference Specifications unless modified elsewhere in these specifications, or as directed in writing by the Owner. B. The work performed in all sections of DIVISION 2 -SITE WORK shall conform in every respect to the Contract Documents, applicable City and State requirements, applicable local ordinances, and regulations of the Occupational Safety and Health Administration (OSHA). In the event that the Contract Documents do not adequately specify materials, methods of construction, or workmanship of any portion of the proposed work, the NCTCOG Standard Specifications for Public Works Construction, as amended in the Contract Documents, shall apply. C. Subgrade preparation shall conform to the requirements of these specifications. D. Owner shall employ and pay for all material testing and quality control described in these specifications. END OF SECTION 02000 Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 1 SECTION 044313 - ANCHORED STONE MASONRY VENEER PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Stone masonry anchored to concrete substrate. 1.2 ACTION SUBMITTALS A. Product Data: For each variety of stone, stone accessory, and manufactured product. B. Samples: 1. For each stone type indicated. 2. For each color of mortar required. 3. For anti-graffiti coating. 1.3 FIELD CONDITIONS A. Protection of Stone Masonry: During construction, cover tops of walls, projections, and sills with waterproof sheeting at end of each day's work. B. Cold-Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Comply with cold-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. 1. Cold-Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and above and will remain so until masonry has dried. C. Hot-Weather Requirements: Comply with hot-weather construction requirements contained in ACI 530.1/ASCE 6/TMS 602. PART 2 - PRODUCTS 2.1 LIMESTONE A. Material Standard: Comply with ASTM C 568. B. Varieties and Sources: Subject to compliance with requirements, provide the following: 1. Antique Leuders Limestone Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 2 2. Sawcut Cordova Cream Limestone 2.2 ANTI-GRAFFITI COATING A. Source for anti-graffiti coating 1. Prosoco Weather Seal Blok-Guard and Graffiti Control II 2. Or approved equal 2.3 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or Type II, except Type III may be used for cold- weather construction; natural color or white cement may be used as required to produce mortar color indicated. 1. Low-Alkali Cement: Not more than 0.60 percent total alkali when tested according to ASTM C 114. B. Hydrated Lime: ASTM C 207, Type S. A. Portland Cement-Lime Mix: Packaged blend of portland cement complying with ASTM C 150, Type I or III, and hydrated lime complying with ASTM C 207. 1. Products: Subject to compliance with requirements, provide one of the following: a. Essroc, Italcementi Group; Capitol PCL Blend or Saylor's Plus. b. Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. c. Lafarge North America; Eaglebond. d. Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. B. Mortar Pigments: Natural and synthetic iron oxides and chromium oxides, compounded for use in mortar mixes. Use only pigments with a record of satisfactory performance in stone masonry mortar. 1. Products: Subject to compliance with requirements, provide one of the following: a. Davis Colors; True Tone Mortar Colors. b. Lanxess Corporation; Bayferrox Iron Oxide Pigments. c. Solomon Colors; SGS Mortar Colors. C. Colored Cement Product: Packaged blend made from portland cement and lime and mortar pigments, all complying with specified requirements, and containing no other ingredients. 1. Formulate blend as required to produce color indicated or, if not indicated, as selected from manufacturer's standard colors. 2. Pigments shall not exceed 10 percent of portland cement by weight. 3. Products: Subject to compliance with requirements, provide one of the following: a. Colored Portland Cement-Lime Mix: 1) Holcim (US) Inc.; Rainbow Mortamix Custom Color Cement/Lime. Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 3 2) Lafarge North America; Eaglebond. 3) Lehigh Cement Company; Lehigh Custom Color Portland/Lime Cement. D. Aggregate: ASTM C 144 and as follows: 1. For pointing mortar, use aggregate graded with 100 percent passing No. 16 sieve. 2. White Aggregates: Natural white sand or ground white stone. 3. Colored Aggregates: Natural-colored sand or ground marble, granite, or other sound stone; of color necessary to produce required mortar color. E. Water: Potable. 2.4 VENEER ANCHORS A. Materials: 1. Hot-Dip Galvanized, Carbon-Steel Wire: ASTM A 82/A 82M; with ASTM A 153/A 153M, Class B-2. 2. Stainless-Steel Wire: ASTM A 580/A 580M, Type 304. 3. Hot-Dip Galvanized-Steel Sheet: ASTM A 1008/A 1008M, cold-rolled, carbon-steel sheet, hot-dip galvanized after fabrication to comply with ASTM A 153/A 153M, Class B-2. 4. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304. B. Corrugated-Metal Veneer Anchors: Not less than 0.030-inch thick by 7/8-inch wide hot-dip galvanized steel sheet with corrugations having a wavelength of 0.3 to 0.5 inch and an amplitude of 0.06 to 0.10 inch. 2.5 MASONRY CLEANERS A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar and grout stains, efflorescence, and other new construction stains from stone masonry surfaces without discoloring or damaging masonry surfaces; expressly approved for intended use by cleaner manufacturer and stone producer. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Diedrich Technologies, Inc. b. Dominion Restoration Products. c. EaCo Chem, Inc. d. Hydrochemical Techniques, Inc. e. Prosoco, Inc. 2.6 FABRICATION A. Antique Leuders Limestone 1. Chop stone to produce pieces ranging from 8” to 16” in length with random heights. Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 4 2. Thickness of stone shall be 5” maximum. 3. Finish shall be roughback. B. Sawcut Cordova Cream Limestone 1. Cut stone to produce uniform pieces in 12” lengths by 6” height. 2. Thickness of stone shall be 3”. 3. Finish shall be smooth sawcut. 2.7 MORTAR MIXES A. General: Do not use admixtures unless otherwise indicated. 1. Do not use calcium chloride. 2. Use portland cement-lime mortar unless otherwise indicated. 3. Mixing Pointing Mortar: Thoroughly mix cementitious and aggregate materials together before adding water. Then mix again, adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for one to two hours. Add remaining water in small portions until mortar reaches required consistency. Use mortar within 30 minutes of final mixing; do not retemper or use partially hardened material. B. Mortar for Stone Masonry: Comply with ASTM C 270, Proportion Specification. 1. Mortar for Setting Stone: Type N. 2. Mortar for Pointing Stone: Type O. 3. Mortar Color: Buff, Contractor to submit samples of manufacturer’s full color range for final selection PART 3 - EXECUTION 3.1 SETTING STONE MASONRY A. Perform necessary field cutting and trimming as stone is set. 1. Use power saws to cut stone that is fabricated with saw-cut surfaces. B. Sort stone before it is placed in wall to remove stone that does not comply with requirements relating to aesthetic effects, physical properties, or fabrication, or that is otherwise unsuitable for intended use. C. Arrange stones with course heights as indicated with uniform joint widths and offset between vertical joints as indicated. D. Maintain uniform joint widths except for variations due to different stone sizes and where minor variations are required to maintain bond alignment if any. 1. For antique leuders limestone: Lay walls with joints not less than 3/8 inch at narrowest points or more than 3/4 inch at widest points. 2. For sawcut cordova cream limestone: Lay walls with uniform joints measuring 3/8”. Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 5 E. Provide mortar leave-out weep holes in monument as indicated. 3.2 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or more. B. Variation from Level: For bed joints and other conspicuous lines, do not exceed 1/4 inch in 20 feet or more. C. Variation of Linear Building Line: For position shown in plan, do not exceed 1/2 inch in 20 feet or 3/4 inch in 40 feet or more. 3.3 INSTALLATION OF ANCHORED STONE MASONRY A. Anchor stone masonry to concrete with corrugated-metal veneer anchors unless otherwise indicated. Secure anchors by inserting dovetailed ends into dovetail slots in concrete. B. Embed veneer anchors in mortar joints of stone masonry at least halfway, but not less than 1-1/2 inches, through stone masonry and with at least a 5/8-inch cover on exterior face. C. Space anchors not more than 16 inches o.c. vertically and 24 inches o.c. horizontally. Install additional anchors within 12 inches of openings, sealant joints, and perimeter at intervals not exceeding 12 inches. D. Set stone in full bed of mortar with full head joints unless otherwise indicated. Build anchors into mortar joints as stone is set. E. Rake out joints for pointing with mortar to depth of not less than 1/2 inch before setting mortar has hardened. Rake joints to uniform depths with square bottoms and clean sides. F. Stone Patterns 1. Antique Leuders: Random range ashlar. 2. Sawcut Cordova Cream: Running bond (horizontal for monument signage and vertical for retaining wall as indicated on the drawings) 3.4 POINTING A. Prepare stone-joint surfaces for pointing with mortar by removing dust and mortar particles. Where setting mortar was removed to depths greater than surrounding areas, apply pointing mortar in layers not more than 3/8 inch deep until a uniform depth is formed. B. Point stone joints by placing and compacting pointing mortar in layers of not more than 3/8 inch deep. Compact each layer thoroughly and allow to it become thumbprint hard before applying next layer. C. Tool joints, when pointing mortar is thumbprint hard, with a smooth jointing tool to produce the following joint profile: Attachment 4Item 16 ANCHORED STONE MASONRY VENEER 044313.13 - 6 1. Joint Profile: Smooth, flat face recessed 1/4 inch below edges of stone (raked joint). 3.5 APPLYING ANTI-GRAFFITI COATING A. Apply product to all exposed stone and concrete surfaces according to the manufacturer’s written specifications. B. Protect all adjacent surfaces from coating as directed in the manufacturer’s written specifications. 3.6 ADJUSTING AND CLEANING A. In -Progress Cleaning: Clean stone masonry as work progresses. Remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, clean stone masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on mockup; leave one-half of panel uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before cleaning stone masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water before applying cleaner; remove cleaner promptly by rinsing thoroughly with clear water. 5. Clean stone masonry by bucket and brush hand-cleaning method described in BIA Technical Note No. 20, Revised II, using job-mixed detergent solution. 6. Clean stone masonry with proprietary acidic cleaner applied according to manufacturer's written instructions. 7. Clean limestone masonry to comply with recommendations in ILI's "Indiana Limestone Handbook." 3.7 EXCESS MATERIALS AND WASTE A. Excess Stone: Stack excess stone where directed by Owner for Owner's use. END OF SECTION 044313.13 Attachment 4Item 16 CAST STONE MASONRY 047200 - 1 SECTION 047200 - CAST STONE MASONRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast stone insert panel. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1. For cast-stone units, include dimensions and finishes. B. Shop Drawings: Show fabrication and installation details for cast-stone units. Include dimensions, details of reinforcement and anchorages if any, and indication of finished faces. C. Samples: 1. For each color and texture of cast stone as indicated on the drawings. 2. Contractor shall provide samples of manufacturer’s full range of colors to landscape architect for final selection and approval prior to fabrication. 1.3 INFORMATIONAL SUBMITTALS A. Qualification Data: For manufacturer. B. Material Test Reports: For each mix required to produce cast stone, based on testing according to ASTM C 1364. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer of cast-stone units similar to those indicated for this Project, that has sufficient production capacity to manufacture required units, and is a plant certified by the Cast Stone Institute. PART 2 - PRODUCTS 2.1 CAST-STONE UNITS A. Products shall be provided by Attachment 4Item 16 CAST STONE MASONRY 047200 - 2 1. Arlington Cast Stone 2. Or approved equal B. Cast-Stone Units: Comply with ASTM C 1364. 1. Units shall be manufactured using the wet-cast method. 2. Units shall be resistant to freezing and thawing as determined by laboratory testing according to ASTM C 666/C 666M, Procedure A, as modified by ASTM C 1364. C. Fabricate units with sharp arris and accurately reproduced details, with indicated texture on all exposed surfaces unless otherwise indicated. 1. Slope exposed horizontal surfaces 1:12 to drain unless otherwise indicated. D. Cure Units as Follows: 1. Cure units in enclosed, moist curing room at 95 to 100 percent relative humidity and temperature of 100 deg F for 12 hours or 70 deg F for 16 hours. 2. Keep units damp and continue curing to comply with one of the following: a. No fewer than five days at mean daily temperature of 70 deg F or above. b. No fewer than six days at mean daily temperature of 60 deg F or above. c. No fewer than seven days at mean daily temperature of 50 deg F or above. d. No fewer than eight days at mean daily temperature of 45 deg F or above. E. Acid etch units after curing to remove cement film from surfaces to be exposed to view. F. Color: To be selected from manufacturer’s full range. 2.2 ACCESSORIES A. Anchors: Type and size indicated. B. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for removing mortar/grout stains, efflorescence, and other new construction stains from new masonry without discoloring or damaging masonry surfaces. Use product expressly approved for intended use by cast-stone manufacturer and expressly approved by cleaner manufacturer for use on cast stone and adjacent masonry materials. 1. Manufacturers include but are not limited to: a. Diedrich Technologies, Inc. b. EaCo Chem, Inc. c. PROSOCO, Inc. d. Or approved equal 2.3 MORTAR A. Comply with requirements in Section 044313 "Anchored Stone Masonry Veneer" for mortar mixes. Attachment 4Item 16 CAST STONE MASONRY 047200 - 3 2.4 SOURCE QUALITY CONTROL A. Engage a qualified independent testing agency to sample and test cast-stone units according to ASTM C 1364. 1. Include one test for resistance to freezing and thawing. PART 3 - EXECUTION 3.1 SETTING CAST STONE IN MORTAR A. Install cast-stone units to comply with requirements in Section 044313 "Anchored Stone Masonry Veneer." B. Set units in full bed of mortar with full head joints unless otherwise indicated. C. Rake out joints for pointing with mortar to depths of not less than 3/8 inch. Rake joints to uniform depths with square bottoms and clean sides. Scrub faces of units to remove excess mortar as joints are raked. D. Point mortar joints by placing and compacting mortar in layers not greater than 3/8 inch. Compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. E. Tool exposed joints slightly concave when thumbprint hard. Use a smooth plastic jointer larger than joint thickness. F. Rake out joints for pointing with sealant to depths of not less than 3/4 inch. Scrub faces of units to remove excess mortar as joints are raked. G. Provide sealant joints at head joints of copings and other horizontal surfaces; at expansion, control, and pressure-relieving joints; and at locations indicated. 1. Keep joints free of mortar and other rigid materials. 3.2 INSTALLATION TOLERANCES A. Variation from Plumb: Do not exceed 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. B. Variation from Level: Do not exceed 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch maximum. C. Variation in Joint Width: Do not vary joint thickness more than 1/8 inch in 36 inches or one- fourth of nominal joint width, whichever is less. D. Variation in Plane between Adjacent Surfaces (Lipping): Do not vary from flush alignment with adjacent units or adjacent surfaces indicated to be flush with units by more than 1/16 inch, except where variation is due to warpage of units within tolerances specified. Attachment 4Item 16 CAST STONE MASONRY 047200 - 4 3.3 ADJUSTING AND CLEANING A. Remove and replace stained and otherwise damaged units and units not matching approved Samples. Cast stone may be repaired if methods and results are approved by Architect. B. Replace units in a manner that results in cast stone matching approved Samples, complying with other requirements, and showing no evidence of replacement. C. In-Progress Cleaning: Clean cast stone as work progresses. 1. Remove mortar fins and smears before tooling joints. 2. Remove excess sealant immediately, including spills, smears, and spatter. D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed cast stone as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample; leave one sample uncleaned for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of cast stone. 3. Protect adjacent surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet surfaces with water before applying cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Clean cast stone by bucket-and-brush hand-cleaning method described in BIA Technical Notes 20. 6. Clean cast stone with proprietary acidic cleaner applied according to manufacturer's written instructions. END OF SECTION 047200 Attachment 4Item 16 DECORATIVE METAL 057000 - 1 SECTION 057000 - DECORATIVE METAL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Corten Steel Panels 1.2 SUBMITTALS A. Product Data: For each type of product indicated, including finishing materials. B. Shop Drawings: Show fabrication and installation details. Indicate materials, finishes, fasteners, anchorages, and accessory items. C. Samples: For each type of exposed finish required. PART 2 - PRODUCTS 2.1 CORTEN STEEL A. Plates, Shapes, and Bars: ASTM A 588. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Intaglio Composites 2. CT&S Inc. 3. GSI Highway Products -Or approved equal 2.2 FASTENERS A. Fastener Materials: Unless otherwise indicated, provide the following: 1. Dissimilar Metals: Stainless-steel fasteners. B. Provide tamper-resistant flat-head machine screws for exposed fasteners unless otherwise indicated. Attachment 4Item 16 DECORATIVE METAL 057000 - 2 2.3 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 2.4 FABRICATION, GENERAL A. Form decorative metal to required shapes and sizes, true to line and level with true curves and accurate angles and surfaces. Finish exposed surfaces to smooth, sharp, well-defined lines and arris. B. Mill joints to a tight, hairline fit. Cope or miter corner joints. Fabricate connections that will be exposed to weather in a manner to exclude water. C. Comply with AWS for recommended practices in shop welding and brazing. Weld and braze behind finished surfaces without distorting or discoloring exposed side. Clean exposed welded and brazed joints of flux, and dress exposed and contact surfaces. 1. Where welding and brazing cannot be concealed behind finished surfaces , finish joints to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 1 Welds: no evidence of a welded joint. 2.5 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION 3.1 INSTALLATION A. Provide anchorage devices and fasteners where needed to secure decorative metal to in-place construction. B. Set products accurately in location, alignment, and elevation, measured from established lines and levels. C. Fit exposed connections accurately together to form tight, hairline joints or, where indicated, uniform reveals and spaces for sealants and joint fillers. Attachment 4Item 16 DECORATIVE METAL 057000 - 3 D. Do not cut or abrade finishes that cannot be completely restored in the field. Return items with such finishes to the shop for required alterations, followed by complete refinishing, or provide new units as required. E. Restore protective coverings that have been damaged during shipment or installation. Remove protective coverings only when there is no possibility of damage from other work. END OF SECTION 057000 Attachment 4Item 16 SIGNAGE 101400 - 1 SECTION 101400 - SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Brushed Aluminum “Windmill Blades” 1.2 DEFINITIONS A. ADA-ABA Accessibility Guidelines: U.S. Architectural & Transportation Barriers Compliance Board's "Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities; Architectural Barriers Act (ABA) Accessibility Guidelines." 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show fabrication and installation details for signs. 1. Show mounting heights, locations of supplementary supports to be provided by others, and accessories. 2. Provide graphic elements and layout for each sign. C. Samples: For each color and texture required. PART 2 - PRODUCTS 2.1 MATERIALS A. Aluminum Sheet and Plate: ASTM B 209, alloy and temper recommended by aluminum producer and finisher for type of use and finish indicated, and with at least the strength and durability properties of Alloy 5005-H32. 2.2 METAL ACCENT PIECES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Intaglio Composites 2. CT&S Inc. 3. GSI Highway Products Attachment 4Item 16 SIGNAGE 101400 - 2 -Or approved equal- B. Cutout Pieces: Provide elements with square-cut, smooth, eased edges. Comply with the following requirements: 1. Aluminum Sheet: 1/4 inch thick. a. Finish: Anodized. b. Color: Natural 2. Mounting: Pin Mounted 2.3 ACCESSORIES A. Anchors and Inserts: Provide nonferrous-metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or lead expansion-bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work. 2.4 FABRICATION A. General: Provide manufacturer's standard signs of configurations indicated. 1. Welded Connections: Comply with AWS standards for recommended practices in shop welding. Provide welds behind finished surfaces without distortion or discoloration of exposed side. Clean exposed welded surfaces of welding flux and dress exposed and contact surfaces. 2. Mill joints to tight, hairline fit. Form joints exposed to weather to exclude water penetration. 3. Conceal fasteners if possible; otherwise, locate fasteners where they will be inconspicuous. 2.5 ALUMINUM FINISHES A. Clear Anodic Finish: Manufacturer's standard Class 1 clear anodic coating, 0.018 mm or thicker, over a brushed finish, complying with AAMA 611. PART 3 - EXECUTION 3.1 INSTALLATION A. Locate signs and accessories where indicated, using mounting methods of types described and complying with manufacturer's written instructions. 1. Install signs level, plumb, and at heights indicated, with sign surfaces free of distortion and other defects in appearance. Attachment 4Item 16 SIGNAGE 101400 - 3 B. Dimensional Characters: Mount characters using standard fastening methods to comply with manufacturer's written instructions for character form, type of mounting, wall construction, and condition of exposure indicated. Provide heavy paper template to establish character spacing and to locate holes for fasteners. 1. Flush Mounting: Mount characters with backs in contact with wall surface. 2. Projected Mounting: Mount characters at projection distance from wall surface indicated. END OF SECTION 101400 Attachment 4Item 16 ELECTRICAL 260501 - 1 SECTION 260501 - ELECTRICAL PART 1 - GENERAL 1.1 BASIC REQUIREMENTS A. General: Furnish and install all labor material, equipment, tools and services necessary to provide the complete and fully operational electrical systems diagrammatically represented on the plans and described in these specifications. B. Provide the electrical service, power distribution, lighting and controls as shown on the drawings. C. Code Compliance: Comply with all local, State, and National codes relating to public safety including the National Electrical Code, North Central Texas Council of Governments, City Ordinances and Standards and the utility company standards. D. Permits: Secure and pay for all necessary permits, licenses and inspections required by law. E. Site Investigation: Examine the site to determine conditions that will affect the work and include all work related to site conditions in the bid proposal. F. Materials: All materials shall be new and shall bear the Underwriters Laboratories label where UL has a label for that particular type of equipment. G. Workmanship: Perform the work with competent mechanics, skilled in their trades, timely placing all materials as the construction progresses. H. Submittals: Submit manufacturer’s product data on all material proposed for the project. I. Trenching: Provide all excavation and backfill necessary for the installation of specified work. Conduit cover shall be minimum 18” and 24” under parking, drives and roadways in accordance with NEC Table 300-5. Service conductors that are not encased in concrete and that are buried eighteen inches or more below grade shall have their location identified by a warning ribbon that is placed in the trench at least twelve inches above the underground installation in accordance with NEC 300.5 D 3. All underground circuits shall have warning ribbon with trace wire. J. Coordination: The electrical construction shall be coordinated with the work of other trades. Study the complete contract documents to determine the full scope of work and to identify work performed by other trades. K. Substitution: Materials and products of manufacturers other than those specified require approval in writing. Submit shop drawings and product data for approval. L. Handling: Handle electrical equipment, devices, and materials with care to prevent d amage to finishes. Damaged equipment shall be replaced. Touch up paint shall be applied to scratches where approved by the Engineer/Architect. Attachment 4Item 16 ELECTRICAL 260501 - 2 M. Guarantee: The Contractor shall guarantee the construction to be free from defect of material and workmanship for a period of one year from the date of final acceptance. Replace or repair all defective material and workmanship without cost to the Owner. PART 2 - PRODUCTS 2.1 GROUNDING A. Ground the service entrance in accordance with NEC. Grounding electrodes shall be 5/8-inch diameter, 8 feet long steel rod with copper exterior. Bond the grounding electrode conductor to the ground rod with Cadweld thermal fusion connector. B. Provide a grounding conductor in each feeder and branch circuit. C. Ground each pole mounted lighting fixture according to base detail. D. Ground bridge mounted fixtures to the bridge steel reinforcement. 2.2 RACEWAYS A. Underground conduit shall be rigid nonmetallic PVC, Schedule 40 with PVC couplings of the solvent cement type to provide complete watertight joints. Conduit used for bores shall be PVC, Schedule 80. Conduit and couplings shall be UL listed and labeled for direct burial. Provide galvanized rigid steel 90-degree elbows and watertight connections between nonmetallic conduit and steel conduit. B. Underground rigid steel conduit shall be plastic coated. C. Before conductors are pulled into a conduit, thoroughly swab the conduit to remove foreign material and to permit the wire to be pulled into a clean, dry raceway. D. Provide cast junction boxes, pull boxes or condulets as required to complete the raceway system. E. Pull boxes (ground boxes) shall meet TxDOT standards and comply with standard TxDOT details. 2.3 CONDUCTORS A. Provide conductors of stranded soft-drawn annealed copper, 98% conductivity new building wire, insulated in accordance with NEC. Conductors shall be rated 600-volts, XHHW and 60 degrees C. UL listed bolted pressure or spring connectors shall be properly sized for conductor sizes. All underground connections shall be made weather tight. Attachment 4Item 16 ELECTRICAL 260501 - 3 2.4 METER PEDESTAL A. The pedestal shall be of NEMA Type 3R rainproof construction and shall be UL Listed as “Enclosed Industrial Control Equipment” (UL 508A). External construction shall comply with UL50 requirements and shall be of aluminum with RAL8008 paint. No fasteners except sealing screws shall be removable by external access. Hinges shall be stainless steel and of the continuous piano hinge type. B. The pedestal mounting bolts shall not be externally accessible. The pedestal shall be offered with an optional base designed to be embedded in concrete in place of anchor bolts. Either pedestal mounting base or anchor bolt kit is required for installation. C. The service pedestal must have three separate isolated sections for metering equipment, utility termination and customer equipment. D. The metering section must be pad-lockable and sealable and have a hinged swing back hood with an integral hinged polycarbonate sealable window for access to demand meters. An external nameplate shall be permanently attached to the hood. A stai nless steel handle shall be provided on the front exterior of the hood. Meter socket type shall meet the requirements of the serving utility. E. The utility termination section must be pad-lockable and sealable and shall have a stainless steel handle provided on a lift-off cover. Sufficient clearance shall be provided for a 4-inch diameter conduit for utility cables entrance. Utility landing lugs shall be UL listed and shall accommodate #6 – 350 kcmil conductors. F. The customer compartment door to be hinged on the left hand side. A stainless pad-lockable hasp provided to secure customer compartment. A door keeper provided to keep the door in an open position. A print pocket on the inside of the door shall hold all wiring schematics, circuit directories and instructions in a clear, weatherproof sleeve. Required UL labeling shall be located on the inside of the customer door. Distribution and control equipment shall be behind an internal dead-front door with a quarter-turn securing latch and be hinged to open more than 90 degrees. The dead-front door shall be hinged on the same side as the customer section door. All distribution and control equipment shall be factory wired using 600 volt wire sized to NEC and UL requirements. G. The service pedestal shall include an electrical panel rated for operation at 22K minimum (AIC) amps interrupting capacity. The provided documentation shall list circuit breaker combinations and those to be used for de-rated operation for series ratings. Circuit breakers shall be permanently labeled with engraved name plates. H. Panel shall be load center construction, dead-front safety type with NEMA 250, NEMA Type enclosure as required for the installation, UL listed for service equipment, main breaker, tin- plated copper bus, mechanical type main and neutral lugs, equipment ground bus, and molded case circuit breakers. I. Circuit breakers shall be molded case, thermal magnetic type equipped with individually insulated, braced and protected connectors. J. Panel and breakers shall have the minimum interrupting capacity that is standard for the equipment voltage. Attachment 4Item 16 ELECTRICAL 260501 - 4 K. Panel and breakers shall be manufactured by one of the following: Square D, GE, Siemens, or Cutler-Hammer. L. Utility requirements for this equipment varies. Consult the serving utility for their requirements before ordering or installing this equipment. 2.5 CIRCUIT BREAKER A. Circuit breakers shall be molded case, thermal magnetic type equipped with individually insulated, braced and protected connectors. B. Breakers shall have the minimum interrupting capacity that is the same as panel. C. Breakers shall be manufactured by the same manufacturer of the panel. 2.6 LIGHTING A. Lighting fixtures shall be as defined on drawings complete with high-power-factor driver rated for 22 degrees F starting temperature and epoxy-encapsulated. B. LED white color temperature shall be rated for 40,000 hours. C. Mount fixture level, plumb, and square with finish grade and secure according to the manufacturer’s written instructions. D. Provide accessories, supports and concrete pads for mounting fixtures. E. Coordinate fixture mounting on monument with structural construction. F. Mount adjust and direct fixture as shown on drawings at night. G. Fixtures shall be installed complete. H. Coordinate monument lighting requirements with shop drawings and equipment supplier. 2.7 BOXES, ENCLOSURES, AND CABINETS A. Subject to compliance with requirements, provide products described on plans. B. General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and cabinets installed in wet locations shall be listed for use in wet locations. C. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. D. Device Box Dimensions: 4 inches by 2-1/8 inches by 2-1/8 inches deep at LED monument lights mounted behind lighting fixture. E. Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 3R with continuous- hinge cover with flush latch unless otherwise indicated. Attachment 4Item 16 ELECTRICAL 260501 - 5 1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2.8 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. General Requirements for Handholes and Boxes: 1. Boxes and handholes for use in underground systems shall be designed and identified as defined in NFPA 70, for intended location and application. 2. Boxes installed in wet areas shall be listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel, fiberglass, or a combination of the two. 1. Subject to compliance with requirements, provide product indicated on Drawings or comparable product. 2. Standard: Comply with SCTE 77. 3. Configuration: Designed for flush burial with open bottom unless otherwise indicated. 4. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure and handhole location. 5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." 7. Retain "Conduit Entrance Provisions" Subparagraph below if conduit enters enclosure through the side. Otherwise, entry is made through an open bottom or through side openings cut in the field, as specified in "Installation of Underground Handholes and Boxes" Article. Coordinate with Drawings. 8. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall. 9. Handholes 24 Inches Wide by 24 Inches Long and Larger: Have inserts for cable racks and pulling-in irons installed before concrete is poured. 2.9 LIGHTING CONTROL DEVICES A. Photoelectric Relay: Shall be solid-state single-pole, double-throw dry contacts rated to operate the branch circuit voltage. Light-level monitor range shall be 0 to 3500 fc with an adjustment for turn-on and turn-off levels. Time delay shall prevent false operation. Weatherproof enclosure UL labeled for exterior use in wet locations. Tork model #2107 or approved equal. 2.10 RACEWAY AND CONDUCTOR DENTIFICATION A. Maker Tapes: Vinyl or vinyl-cloth, self adhesive wraparound type, with circuit identification legend machined printed and laminated with clear, weather and chemical-resistant coating. Attachment 4Item 16 ELECTRICAL 260501 - 6 PART 3 - EXECUTION 3.1 TESTING A. All equipment and systems shall be tested and demonstrated to operate in accordance with the specifications and drawings. B. Test all wiring and devices as sections of construction are completed and replace any defective equipment, materials or installation. C. Provide all equipment and properly calibrated instruments necessary t o test the electrical system for shorts and grounds. Megger all wiring for shorts between conductors and for grounded and open circuits. Faulty wiring shall be removed and replaced. END OF SECTION 260501 Attachment 4Item 16 Purchasing Department Addendum No. 1 Issued February 1, 2019 CSP No: 2019-37-B CSP Title: Town Entry Signage Questions Deadline: 02/12/2019 @ 12:00 p.m. Proposals Due: 02/21/2019 @ 2:00 p.m. Addendum #1 is issued by the Town of Prosper Purchasing Office. Please see the following for changes/additions/deletions to the specifications: Changes Construction Plans: Replace with document CSP No. 2019-37-B Construction Plans revised 2-1-19 (added traffic control plans). Vendors who may have already submitted a response and feel this addendum may change their response may pick up their submission and return it prior to February 21, 2019 @ 2:00 p.m. If picking up the submission is not feasible, any new response submitted by your firm will supersede one previously submitted. Acknowledge receipt of this addendum by initialing in the appropriate space on the Proposal Form if you have not previously submitted a response. For questions regarding this addendum contact: January M. Cook, CPPO, CPPB Purchasing Agent (972) 569-1018 january_cook@prospertx.gov - Attachment 4Item 16 Purchasing Department Addendum No. 2 Issued February 15, 2019 CSP No: 2019-37-B CSP Title: Town Entry Signage Proposals Due: 02/21/2019 @ 2:00 p.m. Addendum #2 is issued by the Town of Prosper Purchasing Office. Please see the following for changes/additions/deletions to the specifications: Additions Contract Documents and Specifications: 1. Section V. Submittals, E. Proposal, Item 2: Include a line item cost of the closure of the dual left turn lanes, with a unit price per day. 2. Section V. Submittals, E. Proposal, Item 2: Include a line item cost of the needed lane closures, with a unit price per day. Changes Construction Plans: 1. Sheet E1.00, Light Fixture Schedule, Type C4: Contractor shall provide six (6) fixtures. 2.Sheet E1.00, Light Fixture Schedule, Type C2: Contractor shall provide fourteen (14) fixtures. 3. Sheet L2.01 Signage Layout:Replace with attached L2.01 (The overall length did not change. Corrections were made to the section dimensions). Clarifications Below is a list of questions received by the deadline. No further questions in regards to this proposal will be accepted. Q1. Where is the staging area during construction? A1. A staging area will be made available during construction at the northeast corner of Preston Rd. & Lovers Ln. Q2. Is the lab report to be provided by contractor or Town inspector? A2. Contractor shall coordinate concrete testing with their own lab and provide lab results for review and approval. Q3. Is there a required/designated completion date or timeframe? A3. The recommended completion time is 120 days; The proposed project timeline will be considered in the Evaluation Criteria, as stipulated in Section VI. Attachment 4Item 16 2 Q4. Will TxDOT permit lane closure information be provided? A4. Daily lane closures of inner through lanes of Preston shall be permitted and limited to the hours of 9:00 am to 3:30 pm. Permanent closure of the northbound dual left turn lanes at Preston and Richland shall be permitted (Exhibit #1). All lane closures are to follow any and all TXDOT requirements. Q5. There are lights on column and windmill blades that are not on the construction plans. A5. The columns do have three in-ground up lights, and 2 LED strip lights at the top of the column that lights the cast stone insets. Ref E1.00 for further information. Q6. Will the geotech report be provided? A6. The geotech report and associated memorandum are included in this addendum. Q7. Will you please explain the price breakdown? A7. A lump sum price for the construction per the specifications should be provided as a lump sum total on the Proposal Form, which should be included in your submittals as Section E. 1. An itemized breakdown of the proposal, showing how the final amount was reached should be included in your submittals as Section E. 2. Any proposed value engineering options should be included in your submittals as Section E. 3. Q8. What is the required thickness of the corten metal for the signage? Is the corten to be pre-weathered prior to installation? A8. The design is based on ½” thick. The corten is not required to be pre-weathered at the time of installation. However, the project will not be considered complete until the corten has been completely weathered on site, and meets the Town’s requirements of a smooth, uniform look. Q9. Is the lab report to be provided by contractor or Town inspector? Will the plans be updated to show the use of curlex in lieu of sod to disturbed areas? A9. Lab reports are to be provided by the contractor. Lab results to be provided to the Town for review and approval. Curlex will be allowed immediately adjacent to the sign. Areas outside of the sign and retaining wall areas will need to be restored with solid sod. Q10. If sod is still required will the LA provide a plan that shows the limits of sod repair? A10. Restoration is based on the area of disturbance by the contractor and may vary. Q11. Please clarify the required shop drawing for the monument tower and sign are for the metal work only. A11. Complete shop drawings for the front sign and rear sign will be required. Q12. Will a rip rap construction entrance be required in the median where work is to take place or just at the staging yard? A12. The areas do not need a riprap construction entrance unless the disturbance is greater than one acre. If one is used, it will need to be removed after the job is complete. Attachment 4Item 16 3 Q13. Because there is going to be a landscape plan released for this area after monument install, will it be required for compacted grade areas to be aerated or can this be handled by the future landscape contractor? A13. This will be handled by the future landscape contractor. Q14. Will all permit and lane closure fees be waived? A14. Yes, fees will be waived. Q15. Will the town provide a fire hydrant meter if needed and will the water fees required for construction be waived? A15. The Town will provide a temporary construction meter if needed. However, a water hose or any pipe will not be allowed to cross the top road into the median. A refundable deposit will be required for the meter. Water fees will be waived. Q16. Will a mock up detail be provided by the architect? A16. Reference Sheet L2.02, Note 2. A 48” x 48” mockup is required. Q17. Will the town be setting a control point at the job location for the contractor? A17. No, the contractor will be responsible, please reference sheet L2.01, Detail 01. There is a reference point that all dimension are based on. Q18. The structural details call for the tower and signage to be built from CMU block above the foundation. However, the landscape details call for structural concrete. Please confirm we are to use block per the structural plans. A18. Contractors are to use CMU block per the structural plans. Q19. Can the plastic sleeve caps for the temp flag poles be plastic ILO metal? This was discussed to be “ok” in the precon. A19. Schedule 80 pvc cap is acceptable. Q20. Should the piers for the tower foundation be belled after 24’ depth below bottom of footer and respectively for the piers at 21’ depth for the signage wall? A20. Piers are straight piers not belled. No belled piers. Q21. Will the town be coordinating with the electric utility company to have the power pole and meter set? A21. The Contractor will need to submit the electrical permit to the Town for the pedestal. Once the pedestal has been tagged, the Town will coordinate with the power company on providing the power. Q22. Will the town be paying the electric utility impact fees/services or is the contractor to include an allowance in the bid? If an allowance is required, how much should be included? A22. The Town will pay for the electrical service. Attachment 4Item 16 4 Vendors who may have already submitted a response and feel this addendum may change their response may pick up their submission and return it prior to February 21, 2019 @ 2:00 p.m. If picking up the submission is not feasible, any new response submitted by your firm will supersede one previously submitted. Acknowledge receipt of this addendum by initialing in the appropriate space on the Proposal Form if you have not previously submitted a response. For questions regarding this addendum contact: January M. Cook, CPPO, CPPB Purchasing Agent (972) 569-1018 january_cook@prospertx.gov Attachment 4Item 16 EXHIBIT #1Attachment 4Item 16 604530150 SCALE: 1"=30' DESIGN DRAWN DATE SCALE A.V.O.FILENAME SHEET NO. L201-SD-32539.dgnWILSON-1921FTW...\HALFF_MON_PENTABLE.TBLPDF_2D_MON_FW_MR_150.pltSheetW:\RCH\32000s\32539\001\CADD\Sheets\L201-SD-32539.dgnHALFFah17279:32:00 AM2/12/2019TOWN OF PROSPER, TEXAS 130 D LANDRE EGISTERSCA PE AR C HI TECTST ATEOF TEXA SMW N3LS O TBPE FIRM #F-312 1201 NORTH BOWSER, RICHARDSON, TEXAS 75081. DRAWING IS ON FILE AT THE OFFICES OF HALFF ASSOCIATES, INC., CHAPTER 3 LANDSCAPE ARCHITECTS. THE RECORD COPY OF THIS IS AN OFFENSE UNDER TITLE 22, TEXAS ADMINISTRATIVE CODE, NOTIFICATION TO THE RESPONSIBLE LANDSCAPE ARCHITECT ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER BY KIRK M. WILSON, R.L.A. #3103 ON 1/25/2019. THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED 01 PLAN SIGNAGE LAYOUT PLAN SCALE 1"=30'-0" 02 SCALE 1"=30'-0" WALL ELEVATION A ELEVATION 03 SCALE 1"=30'-0" WALL ELEVATION B ELEVATION ELEVATION A ELEVATION B NB PRESTON RD SB PRESTON RD 11'-0" 12'-0"69'-3"40'-0" 121'-3" 117'-6 1/2" 12'-0"65'-6 1/2"40'-0" 12'-0" 12'-0"6'-6"205'R154'R12'-0"6" TYP.EQEQ33'-2"24'-9"19'-7•"40'-0" 121'-3" 55'-6"25'-9"40'-0" 175'-9" 91'-4•"117'-6•" 3'-5"6'-6"TRANSITION TO GRADE SECTION OF WALL TOTRANSITION TO GRADE SECTION OF WALL TO TRANSITION TO GRADE SECTION OF WALL TO TRANSITION TO GRADE SECTION OF WALL TO PRIMARY COLUMN ENTRY SIGNAGE PAVED MEDIAN P.O.B. END OF EXISTING POINT OF TANGENT POINT OF TANGENT PRIMARY COLUMN ENTRY SIGNAGE PRIMARY COLUMN ENTRY SIGNAGE STONE VENEER, TYP. CONCRETE WALL WITH STONE VENEER, TYP. CONCRETE WALL WITH STONE VENEER, TYP. CONCRETE WALL WITH STONE VENEER, TYP. CONCRETE WALL WITH SIGN WALL SIGN WALL SIGN WALL 67767867 9 68168 2 68 3 684 68 0 679 681 682680 6 8 3 BW: 679.33 TW: 682.00 BW: 679.00 TW: 679.50 BW: 677.61 TW: 678.11 BW: 678.29 TW: 680.95 BW: 680.72 TW: 683.39 BW: 681.06 TW: 681.56 BW: 683.35 TW: 683.85 BW: 682.20 TW: 684.87 HP: 683.6 604530150 SCALE: 1"=30' GATEWAY SIGNAGE KMW JBM 1/25/2019 AS SHOWN 32539 L2.01 SIGNAGE LAYOUT 1 1683682684 SAFETY BARRIER CORRECT DIMENSIONS TOREVISION: 2/12/2019DATE: 04 PLANSCALE 1"=30'-0 GRADING PLAN NB PRESTON RD SB PRESTON RD REVIEW AND PERMIT. DRAWINGS FOR SIGN. REQUIRES SEPARATE 3. CONTRACTOR SHALL PROVIDE SHOP SOD ON ALL DISTRUBED AREAS. 2. CONTRACTOR SHALL PROVIDE BERUMDA INDICATED ON THIS DETAIL. GRADED AREA AROUND SIGNAGE AS TYPE A (ORDINARY COMPACTION) IN IN ACCORDANCE WITH TXDOT ITEM 132 1. CONTRACTOR SHALL PROVIDE BACKFILL NOTE: TRANSITION TO GRADE SECTION OF WALL TO TRANSITION TO GRADE SECTION OF WALL TO TRANSITION TO GRADE SECTION OF WALL TO TRANSITION TO GRADE SECTION OF WALL TO SLOPE TO DRAIN SLOPE TO DRAIN Attachment 4Item 16 Geotechnical Engineering Report Monument Sign Prosper, Texas March 20, 2018 Attachment 4Item 16 Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 TABLE OF CONTENTS PROJECT DESCRIPTION ............................................................................................ 1 PURPOSE AND SCOPE ............................................................................................... 1 FIELD AND LABORATORY EXPLORATION ................................................................ 2 General .................................................................................................................... 2 Laboratory Testing ................................................................................................... 3 Overburden Swell Tests ................................................................................. 3 Unconfined Compression Tests ..................................................................... 3 SITE CONDITIONS ....................................................................................................... 4 Stratigraphy ............................................................................................................. 4 Groundwater ............................................................................................................ 4 ENGINEERING ANALYSIS ........................................................................................... 4 Estimated Potential Vertical Movement (PVM) ........................................................ 4 6.0 FOUNDATION RECOMMENDATIONS ......................................................................... 5 Underreamed Shafts (Belled Piers) ......................................................................... 5 Drilled Shaft Construction Considerations ..................................................... 6 Lateral Loads ................................................................................................. 6 RETAINING WALLS ...................................................................................................... 7 Lateral Earth Pressures ........................................................................................... 7 Wall Drainage .......................................................................................................... 8 Wall Backfill ............................................................................................................. 9 Site Retaining Wall Footings .................................................................................... 9 OTHER CONSTRUCTION .......................................................................................... 10 Utility and Service Lines ........................................................................................ 10 Surface Drainage ................................................................................................... 11 Landscaping .......................................................................................................... 11 Excavations ........................................................................................................... 11 SEISMIC CONSIDERATION. ...................................................................................... 11 LIMITATIONS .............................................................................................................. 12 APPENDIX A – BORING LOGS AND SUPPORTING DATA APPENDIX B – GENERAL DESCRIPTION OF PROCEDURES Attachment 4Item 16 1 GEOTECHNICAL INVESTIGATION MONUMENT SIGN PRESTON ROAD PROSPER, TEXAS PROJECT DESCRIPTION This report presents the results of the geotechnical investigation for the proposed monument sign. The site is located in the center median of Preston Road, approximately 2,900 feet north of its intersection with US Highway 380 in Prosper, Texas. We understand that the project consists of the construction of a monument sign and two short retaining walls. The monument sign will be 32 feet in height. The two retaining walls will each be about 90 feet in length with maximum heights of about 3 feet. The proposed location of the monument sign and retaining wall are currently covered with short grass. Based on the site visit and a USGS topographic map, the site slopes down to the southwest and has a topographic relief of about 4 feet. Photographs showing the current condition of the site are provided below. ` PURPOSE AND SCOPE The purpose of this investigation was to: Identify the subsurface stratigraphy and groundwater conditions present at the site. Evaluate the physical and engineering properties of the subsurface soil and bedrock strata for use in the geotechnical analyses. Provide geotechnical recommendations for use in design of the proposed structures, as well as recommendations for related site work. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 2 The scope of this investigation consisted of: Drilling and sampling a total of three (3) borings. Boring B1 was drilled within the footprint of the proposed monument sign structure to a depth of 20 feet. Borings B2 and B3 were drilled to depths of 11 feet in the area of the retaining walls. Laboratory testing of selected soil samples obtained during the field investigation. Preparation of a Geotechnical Report that includes: o Evaluation of Potential Vertical Movement (PVM). o Recommendations for the design of foundations. o Recommended subgrade modification to reduce the PVM. o Recommendations for earthwork. o Retaining wall recommendations. FIELD AND LABORATORY EXPLORATION General The borings were advanced utilizing truck-mounted drilling equipment outfitted with continuous solid flight augers. Undisturbed samples of cohesive soils were obtained using 3-inch diameter tube samplers, which were advanced into the soils in 2-foot increments by the continuous thrust of a hydraulic ram located on the drilling equipment. After sample extrusion, a hand penetrometer measurement was performed on each cohesive soil to provide an estimate of soil stiffness. Subsurface materials were periodically tested in situ using the Texas Cone Penetration Test to examine the resistance of the soils and bedrock materials to penetration. In this test, a 3-inch diameter steel cone is driven by the energy equivalent of a 170-pound hammer freely falling 24 inches and striking an anvil at the top of the drill string. Depending on the resistance of the materials, either the number of blows of the hammer required to provide 12 inches of penetration (in two increments of 6 inches each), or the inches of penetration of the cone due to 100 blows of the hammer are recorded (in two increments of 50 blows each). All samples were extruded in the field, placed in plastic bags to minimize changes in the natural moisture condition, labeled according to the appropriate boring number and depth, and placed in protective cardboard boxes for transportation to the laboratory. The approximate locations of the borings performed at the site are shown on the boring location map that is included in Appendix A. The specific depths, thicknesses and descriptions of the strata encountered are presented on the individual Boring Log illustrations, which are also included in Appendix A. Strata boundaries shown on the boring logs are approximate. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 3 Laboratory Testing Laboratory tests were performed to collect geo-engineering data of the subsurface materials to assist in developing engineering design parameters. The subsurface materials recovered during the field exploration were described by an Engineering Geologist in the testing laboratory and were later refined by a Geotechnical Engineer based on results of the laboratory tests performed. All recovered soil samples were classified and described in part using the Unified Soil Classification System (USCS) and other accepted procedures. Bedrock strata were described using standard geologic nomenclature. In order to determine soil characteristics and to aid in classifying the soils, index property testing was performed on soil samples selected by the Geotechnical Engineer. Index property testing was performed in general accordance with the following ASTM testing standards: Moisture Content ASTM D2216 Atterberg Limits ASTM D4318 Additional tests were performed on selected samples of both the soils and bedrock to aid in evaluating volume change characteristics, which consisted of the following: Overburden Swell Testing Unconfined Compressive Strength of Soil ASTM D 2166 The results of these tests are presented at the corresponding sample depths on the appropriate Boring Log illustrations. The procedures used for index property testing are described in more detail in Appendix B. Overburden Swell Tests Selected samples of the near-surface soils were subjected to overburden swell testing. For this test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and is allowed to swell. The moisture content of the sample is determined both before and after completion of the test. Test results are recorded, including the percent swell and the initial and final moisture contents. Unconfined Compression Tests Unconfined Compressive Strength tests (UCS) were performed on selected samples of both the overburden soils and the weathered shale bedrock in general accordance with ASTM D 2166. During each UCS test, a cylindrical specimen is subjected to an axial load that is applied at a constant rate of strain until either sample failure or a large strain (greater than 15 percent) occurs. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 4 SITE CONDITIONS Stratigraphy Upon review of the Geologic Atlas of Texas, Sherman Sheet, the site is located along the geologic contact with the Austin Chalk and Eagle Ford Formations. Based on the recovered soil samples, the site is characterized by soil associated with the Austin Chalk Formation near the surface, and by soil and bedrock associated with the Eagle Ford Formation at depth. At the surface, fill soils consisting of lean clays were encountered. The fill soils are very stiff in consistency, and are various shades of gray and brown in color. The fill clays contain varying amount of sand, gravel, aggregate, limestone fragments, lime treated soils and fine roots. The fill soils extend to depths of 3 to 5 feet. Below the fill soils fat clay soils were encountered. The fat clay soils present are very stiff in consistency, brown and dark gray in color and contain varying amounts of calcareous nodules, ferrous nodules and limestone fragments. The fat clays extend to a depth of about 13 feet within Boring B1 and to the maximum depths explored of about 11 feet within Borings B2 and B3. The fat clay soils are underlain by weathered shale bedrock within Boring B1. The shale strata encountered are very soft in rock hardness, are various shades of gray and brown in color, and are slightly fissile in structure. The weathered shale strata extend to the maximum depth explored of 20 feet. Groundwater Groundwater seepage was not observed within the borings during drilling operations. Groundwater was observed upon completion of drilling operations at a depth of 19 feet within Boring B1. Groundwater levels should be anticipated to fluctuate with seasonal and annual variations in rainfall, and also may vary as a result of development and landscape irrigation. ENGINEERING ANALYSIS Estimated Potential Vertical Movement (PVM) Potential Vertical Movement (PVM) was evaluated utilizing a variety of different methods for predicting movement, as described in Appendix B, and based on our experience and professional opinion. The near-surface soils at this site were generally found to be in a variable moisture condition ranging from average to wet at the time of our field investigation. Based on the information provided, the soils at the site are estimated to possess a PVM of about 1-inch at the soil moisture conditions existing at the time of the field Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 5 investigation. If the site is allowed to dry from its current moisture condition, the PVM will increase. Wet, average, dry are relative terms based on moisture content and plasticity. 6.0 FOUNDATION RECOMMENDATIONS The near-surface soils present at the site have the potential for post-construction vertical movement with changes in soil moisture content. If post construction movements on the order of 1-inch can be tolerated, it is our opinion that the most positive option for the new structures would be a drilled shaft foundation system. Due to the potential for groundwater and the depth to shale bedrock we have assumed the most cost-effective foundation would be a underreamed bell shaft founded in the weathered shale bedrock. Please contact this office if a straight drilled shaft foundation system needs to be considered. Due to the favorable moisture content of the near surface soils, carton forms are not required beneath grade beams and pile caps if provided. Underreamed Shafts (Belled Piers) Structural loads from the proposed structures may be supported on auger-excavated, reinforced concrete, underreamed (belled) piers bearing in the weathered shale bedrock at a minimum depth of 15 feet below final exterior grade. Drilled-and-underreamed piers supporting structural loads may be designed using an allowable end bearing pressure of 2,500 pounds per square foot (psf). Such piers should have a shaft diameter of at least 16 inches. The bell diameter should be between 2.0 to 2.75 times the shaft diameter and the minimum clearance between the edges of bells should be 5 feet. If the location of piers requires less clearance between bells than 5 feet, this office should be contacted for recommendations. The piers should contain sufficient steel reinforcement to resist the uplift pressures that will be exerted by the near surface soils. These pressures are approximated to be on the order of 750 psf of shaft area over the upper 10 feet of any shaft in contact with near surface overburden soils and weathered shale. Typically, ½ percent of steel by cross-sectional area is sufficient for this purpose (ACI 318). Uplift forces acting on individual shafts will be resisted by the vertical shaft load plus the weight of a conical wedge of soil above the under-ream. This weight of soil should be taken as a wedge extending upward from the base of the under-ream at an angle of 40 degrees from vertical. Underreamed drilled pier foundations designed and constructed in accordance with the information provided in this report will have a Factor of Safety of at least 3 against shear failure and will experience settlement of less than ¾-inch. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 6 Drilled Shaft Construction Considerations Groundwater was encountered within Boring B1 at a depth of 19 feet at the completion of drilling. Groundwater may fluctuate over time and temporary casing should be available on-site in the event that excessive groundwater seepage is encountered that cannot be controlled with conventional pumps, sumps, or other means or in case excessive sidewall sloughing occurs. The installation of all drilled piers should be observed by experienced geotechnical personnel during construction to verify compliance with design assumptions including: 1) verticality of the shaft excavation, 2) identification of the bearing stratum, 3) minimum pier diameter and depth, 4) correct amount of reinforcement, 5) proper removal of loose material, and 6) that groundwater seepage, if present, is properly controlled. D&S would be pleased to provide these services in support of this project. During construction of the drilled shafts, care should be taken to avoid creating an oversized cap ("mushroom") near the ground surface that is larger than the shaft diameter. These “mushrooms” provide a resistance surface that near- surface soils can heave against. If near-surface soils are prone to sloughing, a condition which can result in “mushrooming”, the tops of the shafts should be formed in the sloughing soils using cardboard or other circular forms equal to the diameter of the shaft. Concrete used for the shafts should have a slump of 8 inches ± 1 inch. Individual shafts should be excavated in a continuous operation and concrete should be placed as soon as after completion of the drilling as is practical. All pier holes should be filled with concrete within 8 hours after completion of drilling. In the event of equipment breakdown, any uncompleted open shaft should be backfilled with soil to be redrilled at a later date. This office should be contacted when shafts have reached the target depth but cannot be completed. Lateral Loads The following soils and rock geo-parameters for lateral analysis of drilled shafts for use in LPILE® or other lateral load software. These values are based on the stratigraphy, laboratory data and experience. The recommended model layers are “Stiff Clay w/o Free Water.” The depth ranges are based on the borings drilled. We recommend that the lateral resistance parameters be neglected for the uppermost 2 feet of soil materials to account for seasonal and annual cyclic variations in soil desiccation and contraction. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 7 Table 1. Lateral Load Parameters – Stiff Clay w/o Free Water Material Depth Range (ft) Effective Unit Wt (pcf) Undrained Cohesion (psf) Strain Factor (ε50) FILL CLAY 2 – 5 120 750 0.01 CLAY 5 - 10 120 1250 0.008 CLAY AND WEATHERED SHALE 10 - 15 120 1500 0.007 RETAINING WALLS We have following recommendations for site retaining walls. Lateral Earth Pressures The recommendations provided below assume that wall drainage elements will be provided to preclude development of hydrostatic pressures. Retaining walls will be subjected to lateral earth pressures and must be designed in consideration of these forces. Earth pressures will be influenced by the structural design of the walls, conditions of wall restraint, methods of construction and/or compaction, the strength of the materials being restrained, and drainage conditions. We recommend that the retaining walls associated with the proposed monument sign be designed for “at-rest” conditions. The "at-rest" condition assumes that no wall rotation or movement will occur. Lateral loads due to surcharge need to be considered and should be calculated as shown in Table 4. For this project, due to maintenance activities we recommend a minimum surcharge value of 100 pounds per square foot for the retaining wall. Lateral loads due to surcharge should be calculated as shown in Table 2. These loads need to be considered where appropriate. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 8 Table 2. Earth Pressure Recommendations Earth Pressure Conditions Coefficient for Backfill Type Drained Equivalent Fluid Pressure (pcf) Undrained Equivalent Fluid Pressure (psf) Surcharge Pressure (psf) Earth Pressure (psf) At-Rest (Ko) Free Draining Granular Soil - 0.44 55 N/A (0.44) S 55(H) Common Fill – 0.75 N/A 110 (0.75) S 110(H) Applicable conditions to Table 4 above include: Uniform surcharge, where S is surcharge pressure Wall height (H) should be taken from the base of any unbalanced soil. Soil backfill total unit weight with a maximum of 125 pounds per cubic foot (pcf) Horizontal backfill, compacted a minimum of 95 percent of Standard Proctor maximum dry density, or to a minimum of 70 percent relative density Positive drainage is provided behind all below-grade walls to preclude development of hydrostatic pressures in free draining backfill. No loading contribution from compaction equipment Wall Drainage Positive drainage should be provided behind the site walls to preclude development of hydrostatic pressure behind the walls, and to prevent potential saturation of backfill and foundation soils. We recommend using a vertical wall drainage layer immediately behind the wall to control groundwater when fine-grained soils are used as backfill. If free-draining sand or gravel is utilized as backfill behind the wall, a vertical drainage layer is not required. Free-draining backfill should meet the requirements of ASTM C-33, size numbers 57, 6, 67, 7, 8, 89 or 9. Filter fabric should be placed between free-draining backfill and on-site retained or backfill soils. Weep holes should be provided for the site retaining walls in order to minimize development of hydrostatic pressure. The weeps should be screened, or otherwise fitted, to prevent appreciable loss of granular backfill and to prevent debris from clogging the weeps. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 9 Wall Backfill Free-draining backfill materials should be placed in maximum 1-foot thick loose layers and be consolidated by use of a vibrating plates or sleds, light hand-held compactors, or other appropriate methods to adequately consolidate the backfill. A minimum 2- foot thick clay cap should be placed over the free-draining materials, with a filter fabric placed between the two materials. For the granular earth pressure values to be valid, the granular backfill must extend out from a point 2 feet from the base of the wall at an angle of at least 0.5H:1V or flatter. Within 5 feet of the back of the retaining wall, select fill or on-site soil backfill materials should be placed in six (6) inch thick loose layers and compacted to between 95 and 98 percent of the maximum dry density as determined from the Standard Proctor test (ASTM D698) and should be placed and compacted to between the optimum moisture content and three percentage points above the optimum moisture content (0 to +3%) as determined by the same test. The backfill directly behind the walls should be compacted with light, hand-held compactors. A qualified geotechnical engineer or geotechnical representative should be present to monitor all foundation excavations and fill placement. D&S would be pleased to provide these services in support of this project. Site Retaining Wall Footings Due to the anticipated high expectations for architectural appearance we recommend that the base of the site retaining wall be supported with either a belled pier foundation system and associated grade beam as previously described or a reinforced concrete footing over 12 inches of aggregate base (flexible base). Due to the favorable moisture content of the near surface soils, carton forms are not required beneath grade beams associated with the belled pier foundation. The soil supported footings should be founded at least 24 inches below grade. We have the following recommendations for subgrade preparation for the soil supported wall footings. Remove the vegetation and any remaining organic or deleterious material including root balls and matted roots. Excavate the footing areas to a total depth of 12 inches below the bottom of footing elevation, a minimum of 12 inches wider than the footing. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 10 Scarify, rework and recompact the exposed bottom of the excavated subgrade to a depth of 8 inches. The scarified and reworked soils should be compacted to at least 95 percent of the maximum dry density as determined from the Standard Proctor test (ASTM D698), and should be placed and compacted to between the optimum moisture content and three percentage points above the optimum moisture content (0 to +3%) as determined by the same test. Within 24 hours of recompacting the reworked excavated exposed subgrade, begin placing a minimum of 12 inches of aggregate base material. Aggregate base, should be TxDOT Type A or D and meeting the gradation, durability and plasticity requirements of TxDOT Item 247 Grade 1-2 or better (2014). Aggregate base materials should be placed in maximum 6-inch compacted lifts, compacted to at least 95 percent of the maximum dry density as determined from the Standard Proctor test, at a moisture content sufficient to achieve the required density. The coefficient of friction between cast concrete and the prepared ground may be taken as 0.35. A passive pressure value of 250 psf may be used below a depth of 2 feet from final grade. The wall footings should be designed for an allowable bearing capacity of 2,000 psf. OTHER CONSTRUCTION Utility and Service Lines Backfill for utility lines should consist of on-site material and should be placed in accordance with the following recommendations. The on-site fill soil should be placed in maximum 6-inch compacted lifts, compacted to a minimum of 95 percent of the maximum dry density, as determined by ASTM D698 (standard Proctor), and placed at a moisture content that is at least the optimum moisture content, as determined by that same test. It is not uncommon to realize some settlement along the trench backfill. We also recommend that the utility trenches be visually inspected during the excavation process to ensure that undesirable fill that was not detected by the test borings does not exist at the site. This office should be notified immediately if any such fill is detected. Utility lines connected to the structures may experience differential movement in response to changing moisture conditions in expansive soil. These movements may result in damage to the lines, especially at connections. Flexible connections are recommended to account for potential differential movement between the building and utilities. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 11 Utility excavations should be sloped so that water within excavations will flow to a low point away from the building where it can be removed before backfilling. Compaction of bedding material should not be water-jetted. Compacted backfill above the utilities should be on-site clays to limit the percolation of surface water. Utility trenches extending under structures should include fat clay or concrete cut-off collars at the perimeter/edge to prevent the transmission of water along trench lines. Surface Drainage Proper drainage is critical to the performance and condition of the structure foundations. Positive surface drainage should be provided that directs surface water away from the monument sign and site retaining wall. The slopes should direct water away from the structure, and these grades should be maintained throughout construction and the life of the structure. The location of various features, should be designed such that these items will not create moisture concentrations at or beneath the structure. Landscaping Landscaping against and around the exterior of the structure can adversely affect subgrade moisture resulting in localized differential movements if not properly maintained. If used, landscaping should be kept as far away from the foundation as possible, and positive drainage away from the structure should be designed, constructed, and maintained. Landscaping elements (such as edging) should not prohibit or slow the drainage of water that could result in water ponding next to foundations. When feasible, irrigation lines and heads should not be placed in close proximity to the foundation to prevent the collection of water near the foundation, particularly in the event of leaking lines or sprinkler heads. A moist but not overly wet soil condition should be maintained at all times in the vicinity of the monument structure, site retaining walls and in all landscaped areas after construction to minimize soil volume changes caused by changing soil moisture conditions. Excavations Excavations greater than 4 feet in height/depth should be in accordance with OSHA 29CFR 1926, Subpart P. SEISMIC CONSIDERATION. North Central Texas is generally regarded as an area of low seismic activity. Based on the boring log data and general geologic information gathered, we recommend that Soil Site Class “C” be used at this site. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 12 LIMITATIONS The professional geotechnical engineering services performed for this project, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. Variations in the subsurface conditions are noted at the specific boring locations for this study. As such, all users of this report should be aware that differences in depths and thicknesses of strata encountered can vary between the boring locations. Statements in the report as to subsurface conditions across the site are extrapolated from the data obtained at the specific boring locations. The number and spacing of the exploration borings were chosen to obtain geotechnical information for the design and construction of a lightly-loaded structure foundation. If there are any conditions differing significantly from those described herein, D&S should be notified to re-evaluate the recommendations contained in this report. Recommendations contained herein are not considered applicable for an indefinite period of time. Our office must be contacted to reevaluate the contents of this report if construction does not begin within a one-year period after completion of this report. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous materials in the soil, surface water, or groundwater. All contractors referring to this geotechnical report should draw their own conclusions regarding excavations, construction, etc. for bidding purposes. D&S is not responsible for conclusions, opinions or recommendations made by others based on these data. The report is intended to guide preparation of project specifications and should not be used as a substitute for the project specifications. Recommendations provided in this report are based on our understanding of information provided by the Client to us regarding the scope of work for this project. If the Client notes any differences, our office should be contacted immediately since this may materially alter the recommendations. Attachment 4Item 16 1 APPENDIX A - BORING LOGS AND SUPPORTING DATA Attachment 4Item 16 **BORING LOCATIONS ARE INTENDED FOR GRAPHICAL REFERENCE ONLY** N.T.S. PROSPER TEXAS SHEET NO. DATE DRILLED G1 March 12, 2018 PLAN OF BORINGS MONUMENT SIGN B2 B1 B3 Attachment 4Item 16 KEY TO SYMBOLS AND TERMS CONSISTENCY: FINE GRAINED SOILS CONDITION OF SOILS SECONDARY COMPONENTS WEATHERING OF ROCK MASS TCP (#blows/ft) < 8 8 - 20 20 - 60 60 - 100 > 100 Relative Density (%) 0 - 15 15 - 35 35 - 65 65 - 85 85 - 100 SPT (# blows/ft) 0 - 2 3 - 4 5 - 8 9 - 15 16 - 30 > 30 UCS (tsf) < 0.25 0.25 - 0.5 0.5 - 1.0 1.0 - 2.0 2.0 - 4.0 >4.0 CONSISTENCY OF SOILSLITHOLOGIC SYMBOLS CONDITION: COARSE GRAINED SOILS QUANTITY DESCRIPTORS RELATIVE HARDNESS OF ROCK MASS SPT (# blows/ft) 0 - 4 5 - 10 11 - 30 31 - 50 > 50 Description No visible sign of weathering Penetrative weathering on open discontinuity surfaces, but only slight weathering of rock material Weathering extends throughout rock mass, but the rock material is not friable Weathering extends throughout rock mass, and the rock material is partly friable Rock is wholly decomposed and in a friable condition but the rock texture and structure are preserved A soil material with the original texture, structure, and mineralogy of the rock completely destroyed Designation Fresh Slightly weathered Moderately weathered Highly weathered Completely weathered Residual Soil Description Can be carved with a knife. Can be excavated readily with point of pick. Pieces 1" or more in thickness can be broken by finger pressure. Readily scratched with fingernail. Can be gouged or grooved readily with knife or pick point. Can be excavated in chips to pieces several inches in size by moderate blows with the pick point. Small, thin pieces can be broken by finger pressure. Can be grooved or gouged 1/4" deep by firm pressure on knife or pick point. Can be excavated in small chips to pieces about 1" maximum size by hard blows with the point of a pick. Can be scratched with knife or pick. Gouges or grooves 1/4" deep can be excavated by hard blow of the point of a pick. Hand specimens can be detached by a moderate blow. Can be scratched with knife or pick only with difficulty. Hard blow of hammer required to detach a hand specimen. Cannot be scratched with knife or sharp pick. Breaking of hand specimens requires several hard blows from a hammer or pick. Trace Few Little Some With Designation Very Soft Soft Medium Hard Moderately Hard Hard Very Hard < 5% of sample 5% to 10% 10% to 25% 25% to 35% > 35% Condition Very Loose Loose Medium Dense Dense Very Dense Consistency Very Soft Soft Medium Stiff Stiff Very Stiff HardARTIFICIALAsphalt Aggregate Base Concrete Fill SOILROCKLimestone Mudstone Shale Sandstone Weathered Limestone Weathered Shale Weathered Sandstone CH: High Plasticity Clay CL: Low Plasticity Clay GP: Poorly-graded Gravel GW: Well-graded Gravel SC: Clayey Sand SP: Poorly-graded Sand SW: Well-graded Sand Attachment 4Item 16 ! " ! #$%&'()$%*++$,-) ,-)'.$/'',01/'%2 ,-)'.$/'',01/' %2 3 " ! #$%&'%-%2/(%4)++$,-) 56/-7#$%&'%-%2 /(%4)++$,-) 8%2#$%&'()$%*++$,-) ,-)'.$/'',01/' %2 ,-)'.$/'',01/'%2 ! "9 9 "9 9 Attachment 4Item 16 0.3 42 59 18 18 24 41 22,37 20,10 9,11 17,11 4.0 4.5 4.5 3.0 3.0 4.0 4.0 671.0 ft 663.0 ft 659.0 ft 656.0 ft 97.1 97.6 93.0 92.7 4.6 3.4 3.3 13.7 27.5 25.7 25.6 30.4 31.6 5.0 ft 13.0 ft 17.0 ft 20.0 ft FILL: LEAN CLAY (CL); very stiff; brown, light brown, gray; some aggregate; little limestone fragments; lime treated soil; trace fine roots FAT CLAY (CH); very stiff; dark gray; trace to few calcareous nodules, ferrous nodules; trace fine roots SHALE; highly weathered; very soft; light gray, brown; trace to few iron oxide stains; slightly fissile SHALE; moderately weathered; very soft; dark gray, gray brown; trace to few thin sulfate seams; slightly fissile End of boring at 20.0' Notes: -water at 19 feet at completion S S T S T S T S T S S Swell (%)LL (%) PL (%)PI Total Suction (pF) Hand Pen. (tsf) or SPT or TCP Hand Pen. (tsf) or SPT or TCP Passing #200 Sieve (%) BORING LOG Graphic Log DUW (pcf) Unconf. Compr. Str (ksf) Depth (ft) 0 5 10 15 20 25 30 35 Atterberg Limits Clay (%) B1 PAGE 1 OF 1 MC (%) Legend: S-Shelby Tube N-Standard Penetration T-Texas Cone Penetration C-Core B-Bag Sample - Water Encountered REC (%) RQD (%) Sample Type CLIENT: Town of Prosper LOCATION: Prosper, TexasPROJECT: Monument Sign DRILLED BY: MH Drilling Services START DATE: 3/12/2018 DRILL METHOD: Cont. Flight Auger LOGGED BY: Mohammad Faysal (D&S) FINISH DATE: 3/12/2018 GROUND ELEVATION: Approx. 676 feet GPS COORDINATES: N33.222312, W96.799519 PROJECT NUMBER: G16-3001-2 Attachment 4Item 16 0.448 63 17 20 31 43 22,20 11,12 9,11 15,13 4.5 4.5 4.5 4.0 4.0 3.5 671.0 ft 665.0 ft 104.7 96.6 3.9 18.0 20.1 21.5 26.6 5.0 ft 11.0 ft FILL: LEAN CLAY (CL); very stiff; brown, light brown, gray, dark gray; little to some aggregate; trace limestone fragments, clacareous nodules and fine roots FAT CLAY (CH); very stiff; dark gray; trace to few limestone fragments; trace fine gravel End of boring at 11.0' Notes: -dry during drilling -dry upon completion S S T S T S T S S T Swell (%)LL (%) PL (%)PI Total Suction (pF) Hand Pen. (tsf) or SPT or TCP Hand Pen. (tsf) or SPT or TCP Passing #200 Sieve (%) BORING LOG Graphic Log DUW (pcf) Unconf. Compr. Str (ksf) Depth (ft) 0 5 10 15 20 25 30 35 Atterberg Limits Clay (%) B2 PAGE 1 OF 1 MC (%) Legend: S-Shelby Tube N-Standard Penetration T-Texas Cone Penetration C-Core B-Bag Sample - Water Encountered REC (%) RQD (%) Sample Type CLIENT: Town of Prosper LOCATION: Prosper, TexasPROJECT: Monument Sign DRILLED BY: MH Drilling Services START DATE: 3/12/2018 DRILL METHOD: Cont. Flight Auger LOGGED BY: Mohammad Faysal (D&S) FINISH DATE: 3/12/2018 GROUND ELEVATION: Approx. 676 feet GPS COORDINATES: N33.222647, W96.799279 PROJECT NUMBER: G16-3001-2 Attachment 4Item 16 34 16 18 29,21 16,14 11,10 15,12 4.5 4.5 4.5 2.5 4.0 4.0 671.0 ft 667.0 ft 663.0 ft 103.2 4.7 18.5 22.1 26.1 3.0 ft 7.0 ft 11.0 ft FILL: LEAN CLAY (CL); very stiff; brown, gray, yellowish brown; little to some aggregate and gravel; trace sand and roots FAT CLAY (CH); very stiff; brown; trace to few calcareous nodules; trace limestone fragments FAT CLAY (CH); very stiff; dark gray; trace calcareous nodules, ferrous nodules and limestone fragments End of boring at 11.0' Notes: -dry during drilling -dry upon completion S S T S T S T S S T Swell (%)LL (%) PL (%)PI Total Suction (pF) Hand Pen. (tsf) or SPT or TCP Hand Pen. (tsf) or SPT or TCP Passing #200 Sieve (%) BORING LOG Graphic Log DUW (pcf) Unconf. Compr. Str (ksf) Depth (ft) 0 5 10 15 20 25 30 35 Atterberg Limits Clay (%) B3 PAGE 1 OF 1 MC (%) Legend: S-Shelby Tube N-Standard Penetration T-Texas Cone Penetration C-Core B-Bag Sample - Water Encountered REC (%) RQD (%) Sample Type CLIENT: Town of Prosper LOCATION: Prosper, TexasPROJECT: Monument Sign DRILLED BY: MH Drilling Services START DATE: 3/12/2018 DRILL METHOD: Cont. Flight Auger LOGGED BY: Mohammad Faysal (D&S) FINISH DATE: 3/12/2018 GROUND ELEVATION: Approx. 674 feet GPS COORDINATES: N33.222029, W96.799772 PROJECT NUMBER: G16-3001-2 Attachment 4Item 16 Attachment 4Item 16 APPENDIX B - GENERAL DESCRIPTION OF PROCEDURES Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 ANALYTICAL METHODS TO PREDICT MOVEMENT INDEX PROPERTY AND CLASSIFICATION TESTS Index property and classification testing is perhaps the most basic, yet fundamental tool available for predicting potential movements of clay soils. Index property testing typically consists of moisture content, Atterberg Limits, and Grain-size distribution determinations. From these results, a general assessment of a soil’s propensity for volume change with changes in soil moisture content can be made. Moisture Content By studying the moisture content of the soils at varying depths and comparing them with the results of Atterberg Limits, one can estimate a rough order of magnitude of potential soil movement at various moisture contents, as well as movements with moisture changes. These tests are typically performed in accordance with ASTM D2216. Atterberg Limits Atterberg limits determine the liquid limit (LL), plastic limit (PL), and plasticity index (PI) of a soil. The liquid limit is the moisture content at which a soil begins to behave as a viscous fluid. The plastic limit is the moisture content at which a soil becomes workable like putty, and at which a clay soil begins to crumble when rolled into a thin thread (1/8” diameter). The PI is the numerical difference between the moisture constants at the liquid limit and the plastic limit. This test is typically performed in accordance with ASTM D4318. Clay mineralogy and the particle size influence the Atterberg Limits values, with certain minerals (e.g., montmorillonite) and smaller particle sizes having higher PI values, and therefore higher movement potential. A soil with a PI below about 15 to 18 is considered to be generally stable and should not experience significant movement with changes in moisture content. Soils with a PI above about 30 to 35 are considered to be highly active and may exhibit considerable movement with changes in moisture content. Fat clays with very high liquid limits, weakly cemented sandy clays, or silty clays are examples of soils in which it can be difficult to predict movement from index property testing alone. Grain-size Distribution The simplest grain-size distribution test involves washing a soil specimen over the No. 200 mesh sieve with an opening size of 0.075 mm (ASTM D1140). This particle size has been defined by the engineering community as the demarcation between coarse-grained and fine-grained soils. Particles smaller than this size can be further distinguished between silt-size and clay-size particles by use of a Hydrometer test (ASTM D422). A more complete grain-size distribution test that uses sieves to relative amount of particles according is the Sieve Gradation Analysis of Soils (ASTM D6913). Once the characteristics of the soil are determined through classification testing, a number of movement prediction techniques are available to predict the potential movement of the soils. Some of these are discussed in general below. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 POTENTIAL VERTICAL MOVEMENT A general index for movement is known as the Potential Vertical Rise (PVR). The actual term PVR refers to the TxDOT Method 124-E mentioned above. For the purpose of this report the term Potential Vertical Movement (PVM) will be used since PVM estimates are derived using multiple analytical techniques, not just TxDOT methods. It should be noted that all slabs and foundations constructed on clay or clayey soils have at least some risk of potential vertical movement due to changes in soil moisture contents. To eliminate that risk, slabs and foundation elements (e.g., grade beams) should be designed as structural elements physically separated by some distance from the subgrade soils (usually 6 to 12 inches). In some cases, a floor slab with movements as little as 1/4 of an inch may result in damage to interior walls, such as cracking in sheet rock or masonry walls, or separation of floor tiles. However, these cracks are often minor and most people consider them 'liveable'. In other cases, movement of one inch may cause significant damage, inconvenience, or even create a hazard (trip hazard or others). Vertical movement of clay soils under slab on grade foundations due to soil moisture changes can result from a variety causes, including poor site grading and drainage, improperly prepared subgrade, trees and large shrubbery located too close to structures, utility leaks or breaks, poor subgrade maintenance such as inadequate or excessive irrigation, or other causes. PVM is generally considered to be a measurement of the change in height of a foundation from the elevation it was originally placed. Experience and generally accepted practice suggests that if the PVM of a site is less than one inch, the associated differential movement will be minor and acceptable to most people. SETTLEMENT Settlement is a measure of a downward movement due to consolidation of soil. This can occur from improperly placed fill (uncompacted or under-compacted), loose native soil, or from large amounts of unconfined sandy material. Properly compacted fill may settle approximately one percent of its depth, particularly when fill depths exceed 10 feet. Attachment 4Item 16 D&S ENGINEERING LABS, LLC Monument Sign Prosper, Texas G16-3001-2 SPECIAL COMMENTARY ON CONCRETE AND EARTHWORK RESTRAINT TO SHRINKAGE CRACKS One of the characteristics of concrete is that during the curing process shrinkage occurs and if there are any restraints to prevent the concrete from shrinking, cracks can form. In a typical slab on grade or structurally suspended foundation there will be cracks due to interior beams and piers that restrict shrinkage. This restriction is called Restraint to Shrinkage (RTS). In post tensioned slabs, the post tensioning strands are slack when installed and must be stressed at a later time. The best procedure is to stress the cables approximately 30% within one to two days of placing the concrete. Then the cables are stressed fully when the concrete reaches greater strength, usually in 7 days. During this time before the cables are stressed fully, the concrete may crack more than conventionally reinforced slabs. When the cables are stressed, some of the cracks will pull together. These RTS cracks do not normally adversely affect the overall performance of the foundation. It should be noted that for exposed floors, especially those that will be painted, stained or stamped, these cracks may be aesthetically unacceptable. Any tile which is applied directly to concrete or over a mortar bed over concrete has a high probability of minor cracks occurring in the tile due to RTS. It is recommended if tile is used to install expansion joints in appropriate locations to minimize these cracks. UTILITY TRENCH EXCAVATION Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. FIELD SUPERVISION AND DENSITY TESTING Field density and moisture content determinations should be made on each lift of fill with a minimum of one (1) test per lift per 3,000 square feet in building pad areas; one (1) test lift per 10,000 square feet in pavement areas; one (1) test lift per 100 linear feet in sidewalk areas; and one (1) test lift per 100 linear feet of utility trench backfill. Some adjustments in the test frequencies may be appropriate based upon the placement area, general fill types and soil conditions at the time of fill placement. It is recommended that all site and subgrade preparation, and pavement construction be monitored by a qualified engineering firm. Density tests should be performed to verify proper compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. D&S would be pleased to perform these services in support of this project. Attachment 4Item 16 14805 Trinity Boulevard, Fort Worth, Texas 76155 Geotechnical 817.952.3598 Corporate 940.735.3733 www.dsenglabs.com Texas Engineering Firm Registration # F‐12796 Oklahoma Engineering Firm Certificate of Authorization CA 7181 Attachment 4Item 16 Attachment 4Item 16 Attachment 4Item 16 Purchasing Department Addendum No. 3 Issued February 21, 2019 CSP No: 2019-37-B CSP Title: Town Entry Signage Proposals Due: 02/28/2019 @ 3:00 p.m. Addendum #3 is issued by the Town of Prosper Purchasing Office. Please see the following for changes/additions/deletions to the specifications: Changes Proposal Due Date: The proposal due date has been extended until 2/28/2019 @ 3:00 p.m. Vendors who may have already submitted a response and feel this addendum may change their response may pick up their submission and return it prior to February 28, 2019 @ 3:00 p.m. If picking up the submission is not feasible, any new response submitted by your firm will supersede one previously submitted. Acknowledge receipt of this addendum by initialing in the appropriate space on the Proposal Form if you have not previously submitted a response. For questions regarding this addendum contact: January M. Cook, CPPO, CPPB Purchasing Agent (972) 569-1018 january_cook@prospertx.gov Attachment 4Item 16 Page 1 of 2 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering Services – Capital Projects Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon awarding Bid No. 2019-52-B to McKee Utility Contractors, Inc., related to construction services for the Lower Pressure Plane Water Line Phase 1B Project; and authorizing the Town Manager to execute a Construction Agreement for the same. Description of Agenda Item: On April 30, 2019, at 10:00 AM, staff opened ten (10) bids for the Town of Prosper Bid No. 2019-52- B, Lower Pressure Plane Water Line Phase 1B Project. The verified totals from the bidders ranged from $8,588,580.00 - $12,120,674.53 with McKee Utility Contractors, Inc., being the low bidder. The Engineers Estimate was $10,233,000. The scope of this contract includes the construction, testing, and disinfection of 11,349 linear feet (LF) of 42” diameter pipe, 8,076 LF of 20” diameter pipe, 1,910 LF of 24” diameter pipe, and 480 LF of 36” diameter pipe, which is the continuation of our master planned water system. Two types of large diameter pipe materials were bid in order to ensure competiveness. The first type was ‘bar wrapped concrete cylinder pipe’ and the other material was ‘C200 polyurethane coated steel pipe.’ The bar wrapped pipe proved to be most competitive. On the smaller diameter pipe two materials were bid in order to encourage competitive bids; PVC and Ductile Iron pipe. PVC proved to be the most competitive. The notice to proceed is anticipated to be issued in June 2019, with a contractual obligation of completion by April 2020. Budget Impact: The cost of this project is $8,588,580.00, which is budgeted in the FY 2018-2019 CIP Budget. The project will be funded from Account Number 760-6610-10-00-1716-WA. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard construction agreement as to form and legality. Attached Documents: 1. Location Map 2.Bid Tabulation Summary 3.Construction Agreement Prosper is a place where everyone matters. ENGINEERING SERVICES Item 17 Page 2 of 2 Town Staff Recommendation: Town staff recommends awarding Bid No. 2019-52-B to McKee Utility Contractors, Inc., related to construction services for the Lower Pressure Plane Water Line Phase 1B Project; and authorizing the Town Manager to execute a construction agreement for the same. Proposed Motion: I move to award Bid No. 2019-52-B to McKee Utility Contractors, Inc., related to construction services for the Lower Pressure Plane Water Line Phase 1B Project; and authorizing the Town Manager to execute a construction agreement for the same. Item 17 5/1/2019 Location Map Proposed Pipeline Location Proposed Pipeline Location Existing Pipeline Location Item 17 TOWN OF PROSPERBID TABULATION SUMMARYBID NO: 2019-52-B LOWER PRESSURE PLANE WATER LINEBID OPENING: 4/30/2019 at 10:00 AMTotal Bid (A+B+D) Total Bid (A+C+D) Total Bid (A+B+E) Total Bid (A+C+E) McKee Utility Contractors, Inc. $ 8,588,580.00 $ 8,619,780.00 $ 9,008,493.00 $ 9,039,693.00 S.J. Louis Construction of Texas, LTD $ 8,930,754.53 $ 8,950,964.53 $ 9,543,600.53 $ 9,563,810.53 Mario Sinacola & Sons Excavating, Inc. $ 9,433,405.00 No Bid No Bid No Bid Excel Aircraft LLC, dba Excel Trenching $ 9,580,960.55 $ 9,632,830.55 $ 10,085,991.05 $ 10,137,861.05 North Texas Contracting, Inc. $ 9,764,702.00 $ 9,907,662.00 $ 10,207,313.00 $ 10,350,273.00 Western Municipal Construction of Texas, LLC $ 9,989,339.75 $ 10,180,191.75 $ 10,185,110.00 $ 10,375,962.00 Belt Construction, Inc. $ 9,999,393.90 $ 10,073,619.50 $ 10,277,444.40 $ 10,351,670.00 Mountain Cascade of Texas, LLC $ 10,265,915.00 $ 10,357,051.00 $ 10,697,177.00 $ 10,788,313.00 Dowager Utility Construction, LTD $ 10,338,104.00 $ 10,523,524.00 No Bid No Bid Thalle Construction Co., Inc. $ 11,232,904.53 $ 11,780,204.53 $ 11,573,374.53 $ 12,120,674.53 Certified By: January M. Cook, CPPO, CPPBDate: 4/30/19 Purchasing Agent Town of Prosper, Texas**All bids/proposals submitted for the designated project are reflected on this tabulation sheet. However, the listing of the bid/proposal on this tabulation sheetshall not be construed as a comment on the responsiveness of such bid/proposal or as any indication that the agency accepts such bid/proposal as beingresponsive. The agency will make a determination as to the responsiveness of the vendor responses submitted based upon compliance with all applicablelaws, purchasing guidelines and project documents, including but not limited to the project specifications and contract documents. The agency will notify thesuccessful vendor upon award of the contract and, as according to the law, all bid/proposal responses received will be available for inspection at that time. Item 17 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LOWER PRESSURE PLANE WATER LINE BID NO. 2019-52-B TOWN OF PROSPER COLLIN COUNTY, TEXAS TOWN OFFICIALS Ray Smith, Mayor Curry Vogelsang Jr, Mayor Pro-Tem Jason Dixon, Deputy Mayor Pro-Tem Michael Korbuly, Place 1 Craig Andres, Place 2 Meigs Miller, Place 4 Jeff Hodges, Place 5 Harlan Jefferson, Town Manager CONSULTANT Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 6136 Frisco Square Blvd., Ste. 200 Frisco, TX 75034 (972) 624-9201 DOCUMENTS ISSUED FOR CONSTRUCTION These “Issued for Construction” Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued. The Bidding Documents may have been revised to incorporate these revisions directly into the “Issued for Construction” Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these “Issued for Construction” documents. Item 17 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LOWER PRESSURE PLANE WATER LINE BID NO. 2019-52-B TOWN OF PROSPER COLLIN COUNTY, TEXAS TOWN OFFICIALS Ray Smith, Mayor Curry Vogelsang Jr, Mayor Pro-Tem Jason Dixon, Deputy Mayor Pro-Tem Michael Korbuly, Place 1 Craig Andres, Place 2 Meigs Miller, Place 4 Jeff Hodges, Place 5 Harlan Jefferson, Town Manager CONSULTANT Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 6136 Frisco Square Blvd., Ste. 200 Frisco, TX 75034 (972) 624-9201 THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY CLAYTON C. BARNARD, P.E., TEXAS NO. 103415 ON APRIL 3, 2019. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 1 TABLE OF CONTENTS TABLE OF CONTENTS .................................................................................................. 1 LEGAL NOTICE .............................................................................................................. 3 INSTRUCTIONS TO BIDDERS ...................................................................................... 4 BID PROPOSAL FORM .................................................................................................. 5 BID BOND ..................................................................................................................... 12 OUT-OF-STATE CONTRACTOR COMPLIANCE TO STATE LAW .............................. 14 CONSTRUCTION AGREEMENT .................................................................................. 15 PERFORMANCE BOND ............................................................................................... 28 PAYMENT BOND.......................................................................................................... 31 MAINTENANCE BOND ................................................................................................. 34 GENERAL CONDITIONS .............................................................................................. 37 SPECIAL CONDITIONS ................................................................................................ 54 ADDENDA .............................................................................................................................. 55 DIVISION 00 CONTRACT DOCUMENTS Section 00 43 00 Wage Rates DIVISION 01 GENERAL REQUIREMENTS Section 01 11 00 Summary of Work 01 29 00 Payment Procedures 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 13.13 Forms 01 32 16 Construction Progress Schedule 01 32 34 Video and Photographic Documentation 01 33 00 Submittal Procedures 01 33 00.01 Table of Required Submittals 01 35 00 Special Procedures 01 36 00 Pipe Laying Proveout 01 40 00 Quality Requirements 01 45 16.16 Hydrostatic Testing 01 57 00 Temporary Controls 01 70 00 Execution and Close Out Requirements 01 78 23 Operations and Maintenance Data DIVISION 03 CONCRETE Section 03 30 53 Miscellaneous Cast-In-Place Concrete 03 40 00 Precast Concrete Manholes DIVISION 09 FINISHES Section 09 96 00 High Performance Coatings 09 97 16 Pipeline Coatings and Linings 2 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 2 DIVISION 22 PLUMBING Section 22 14 29.16 Submersible Sump Pumps DIVISION 26 ELECTRICAL Section 26 05 00 Common Work Results for Electrical 26 05 19 Low Voltage Electrical Power Conductors & Cables 26 05 26 Grounding & Bonding for Electrical Systems 26 05 29 Hangers and Supports for Electrical Systems 26 05 33.01 Conduits 26 05 33.03 Outlet Boxes 26 05 33.04 Pull and Junction Boxes for Electrical Systems 26 05 50 Electrical Equipment 26 05 53 Identification for Electrical Systems 26 05 73.01 Electrical Power System Studies 26 09 23 Electrical Power System Studies 26 24 16.02 Lighting and Branch Panelboards 26 27 26 Wiring Devices 26 41 13 Lightning Protection for Structures 26 42 13 Passive Cathodic Protection for Underground and Submerged Piping DIVISION 31 EARTHWORK Section 31 05 13 Soils for Earthwork 31 11 00 Clearing and Grubbing 31 23 10 Structural Excavation and Backfill 31 23 23.34 Flowable Fill 31 23 33.14 Trench Safety 31 23 33.16 Trenching and Backfill 31 25 13.13 Seeding for Erosion Control DIVISION 33 UTILITIES Section 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 23.33 Pipeline Crossing 33 10 13 Disinfecting Water Utility Distribution Systems 33 11 13.13 Steel Pipe and Fittings 33 12 16.13 Miscellaneous Valves and Appurtenances 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.26 Butterfly Valve APPENDIX A – GEOTECHNICAL REPORT APPENDIX B – EXISTING PIPE LAY SHEETS APPENDIX C – NTTA PERMIT INFORMATION APPENDIX D – CITY OF IRVING AGREEMENT APPENDIX E – BNSF APPLICATION 2 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 3 LEGAL NOTICE The Town of Prosper is accepting sealed bids for BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE. Bids will be accepted until 2:00 P.M. on Thursday, April 25th, 2019 11:00 A.M. on Tuesday, April 30th, 2019 in the Purchasing Office, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078. Any bids received after this time will not be accepted, and will be returned unopened. Bids will be publicly opened and read aloud in the Finance Conference Room, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078, immediately following the bid deadline. The Project consists of furnishing all labor, equipment and materials (except as otherwise specified), and performing all work necessary for constructing approximately 21,000 linear feet of 20”/24”/42” pipeline along with a transfer valve. Each bid submitted shall be accompanied by a cashier's check in the amount of 5% of the maximum amount bid, payable without recourse to the Town of Prosper, or a Bid Bond in the same amount from a reliable surety company as a guarantee that, if awarded the contract, the Bidder will execute a Construction Agreement with the Town, including all required bonds and other documents. The successful bidder shall furnish a Performance Bond in the amount of 115% of the contract amount, and a Payment Bond in the amount of 100% of the contract amount, as well as evidence of all required insurance coverage within ten (10) calendar days of notice of award. The successful bidder shall also furnish a Maintenance Bond in the amount of 100% of the contract amount covering defects of material and workmanship for two calendar years following the Town's approval and acceptance of the construction. An approved surety company, licensed in the State of Texas, shall issue all bonds in accordance with Texas law. Copies of Plans, Specifications, and Contract Documents may be examined at Development Services, 200 S. Main, Prosper, TX 75078, (972) 346-3502 without charge. These documents may be acquired from that office for the non-refundable purchase price of $25 per set, payable to the Town of Prosper. Copies of Plans, Specifications, and Contract Documents may also be downloaded free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. Questions and requests for clarifications in regards to this bid should be emailed directly to January Cook, CPPO, CPPB, Purchasing Agent, at january_cook@prospertx.gov. Friday, April 19th, 2019 at 12:00 P.M. Tuesday, April 23rd, 2029 at 12:00 P.M. will be the deadline for receipt of questions and requests for clarifications. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. 1 1 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 4 INSTRUCTIONS TO BIDDERS 1. Submittal Deadline: Bids will be accepted until 2:00 P.M. on Thursday, April 25th, 2019 11:00 A.M. on Tuesday, April 30th, 2019. 2. Submittal Location: Bids will be accepted in the Purchasing Office, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078. 3. Submittal Requirements: Each Bidder shall submit one (1) original and one (1) copy of their bid, along with their bid security and Out of State Contractor Compliance (if necessary), in a sealed envelope clearly marked with their name and BID NO. 2019-52-B Lower Pressure Plane Water Line. 4. Bid Opening: Bids will be publicly opened and read aloud in the Finance Conference Room, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078, immediately following the bid deadline. 5. Bidding Documents: Copies of Plans, Specifications, and Contract Documents may be examined without charge at the following location: Town of Prosper Development Services 200 E. Main St. Prosper TX. 75078 Phone: 972-569-1099 or Download free of charge from Current Bidding Opportunities, at the following link: http://www.prospertx.gov/business/bid-opportunities/. 6. Questions and Requests for Clarification: Questions and requests for clarifications in regards to this bid should be emailed directly to January Cook, CPPO, CPPB, Purchasing Agent, at january_cook@prospertx.gov. Friday, April 19th, 2019, at 12:00 P.M. will be the deadline for receipt of questions and requests for clarifications. After that day and time, no further questions or requests for clarifications will be accepted or answered by the Engineer or Town. 7. Addenda: If it becomes necessary to provide additional information to potential Bidders, the Town of Prosper will issue an addendum containing the necessary information. 8. Pre-Bid Meeting: A non-mandatory pre-bid meeting will be held for this project at 10:00am on Thursday, April 18th, 2019 in the Purchasing Office, located in the 3rd Floor Finance Suite in Town Hall, 200 S. Main St., Prosper, Texas 75078. 9. Site Visit: No site visit will be held. 1 Item 17 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 6 6. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7. Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. 8. Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. 9. Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 10. Bidder has given Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. 11. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Bid; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 12. Bidder will substantially complete the Work for the price(s) shown in the following schedule of bid items and within 300 calendar days. NOTE: Bidder may substitute a computer printout for this bid schedule provided the computer printout contains identical item numbers, quantities, and descriptions to those provided in this bid schedule. In case of ambiguity or lack of clearness in stating prices in this Bid, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 7 BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE ITEM A: BASE BID Item No. Description Quantity Unit Unit Cost Total Amount 1 36" x 1/2" Steel Casing By Bore 1,788 LF $600.00 $1,072,800.00 2 42" x 1/2" Steel Casing By Bore 79 LF $700.00 $55,300.00 3 54” x 1/2” Steel Casing By Bore 445 LF $1,000.00 $445,000.00 4 60" x 1/2" Steel Casing By Bore 550 LF $1,100.00 $605,000.00 5 Trench Safety 18,953 LF $1.00 $18,953.00 6 Flowable Fill 492 LF $100.00 $49,200.00 7 Concrete Encasement 360 LF $150.00 $54,000.00 8 Access Manway 3 EA $7,500.00 $22,500.00 9 2" CAV 4 EA $4,000.00 $16,000.00 10 4" CAV & Manhole (Type B MH) 7 EA $14,000.00 $98,000.00 11 12" BOV & Manhole (Type B MH) 6 EA $20,000.00 $120,000.00 12 12” Gate Valve 4 EA $2,200.00 $8,800.00 13 12” PVC Pipe 140 LF $70.00 $9,800.00 14 20" Butterfly Valve 5 EA $6,000.00 $30,000.00 15 24" Butterfly Valve 2 EA $8,000.00 $16,000.00 16 36” Butterfly Valve 1 EA $22,000.00 $22,000.00 17 42" Butterfly Valve (Type B MH) 5 EA $36,000.00 $180,000.00 18 Connect to Existing Water Line 6 EA $2,000.00 $12,000.00 19 Transfer Valve 1 LS $250,000.00 $250,000.00 20 Concrete Pavement Replacement 2,025 SY $100.00 $202,500.00 21 Fire Hydrant Assembly 7 EA $5,500.00 $38,500.00 22 Testing of Pipeline 1 LS $10,000.00 $10,000.00 23 Seeding 19 AC $1,500.00 $28,500.00 24 Site Preparation 1 LS $100,000.00 $100,000.00 25 Storm Water Pollution Prevention Plan 1 LS $10,000.00 $10,000.00 26 Mobilization (5% Max) 1 LS $300,000.00 $300,000.00 27 Cathodic Protection System 1 LS $25,000.00 $25,000.00 28 Pipeline Disinfection 1 LS $0.00 $0.00 29 Existing 42” Pipeline Repair Allowance 1 LS $50,000.00 $50,000.00 2 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 8 30 Temporary Access Drive 1 LS $25,000.00 $25,000.00 31 Traffic Control Plan 1 LS $20,000.00 $20,000.00 TOTAL AMOUNT BASE BID (ITEM 1-31) PIPE MATERIAL OPTIONS OPTION B: PVC AWWA C905 DR-18 Item No. Description Quantity Unit Unit Cost Total Amount B1 20” PVC AWWA C905 DR-18 8,076 LF $120.00 $969,120.00 B2 24” PVC AWWA C905 DR-18 1,910 LF $145.00 $276,950.00 B3 36” PVC AWWA C905 DR-18 480 LF $255.00 $122,400.00 TOTAL AMOUNT OPTION B (ITEM B1-B3) OPTION C: 20” Ductile Iron AWWA C151 PC 200 C1 20” Ductile Iron AWWA C151 PC 200 8,076 LF $120.00 $969,120.00 C2 24” Ductile Iron AWWA C151 PC 200 1,910 LF $145.00 $276,950.00 C3 36” Ductile Iron AWWA C151 PC 200 480 LF $320.00 $153,600.00 TOTAL AMOUNT OPTION C (ITEM C1-C3) OPTION D: 42” AWWA C303 Bar Wrapped Concrete Cylinder Pipe Class 150 D1 42” AWWA C303 Bar Wrapped Concrete Cylinder Pipe Class 150 11,349 LF $293.00 $3,325,257.00 OPTION E: 42” AWWA C200 POLYURETHANE COATED STEEL PIPE CLASS 150 E1 42” AWWA C200 Polyurethane Coated Steel Pipe Class 150 11,349 LF $330.00 $3,745,170.00 TOTAL AMOUNT BID (ITEM A + OPTION B + OPTION D) $8,588,580.00 TOTAL AMOUNT BID (ITEM A + OPTION C + OPTION D) $8,619,780.00 TOTAL AMOUNT BID (ITEM A + OPTION B + OPTION E) $9,008,493.00 TOTAL AMOUNT BID (ITEM A + OPTION C + OPTION E) $9,039,693.00 13. Bidder hereby agrees to commence work within ten (10) days after the date written notice to proceed shall have been given to him, and to substantially complete the work on which he has bid within 300 calendar days as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final Item 17 Item 17 Item 17 Item 17 Item 17 Item 17 Item 17 Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 15 CONSTRUCTION AGREEMENT THE STATE OF TEXAS ) ) KNOW ALL MEN BY THESE PRESENTS: COUNTY OF COLLIN ) This Construction Agreement (the "Agreement") is made by and between McKee Utility Contractors, Inc., a Corporation, (the "Contractor") and the Town of Prosper, Texas, a municipal corporation (the "Owner"). For and in consideration of the payment, agreements and conditions hereinafter mentioned, and under the conditions expressed in the bonds herein, Contractor hereby agrees to complete the construction of improvements described as follows: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE in the Town of Prosper, Texas, and all extra work in connection therewith, under the terms as stated in the terms of this Contract, including all Contract Documents incorporated herein; and at his, her or their own proper cost and expense to furnish all superintendence, labor, insurance, equipment, tools and other accessories and services necessary to complete the said construction in accordance with all the Contract Documents, incorporated herein as if written word for word, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings and printed or written explanatory manner therefore, and the Specifications as prepared by Town of Prosper or its consultant hereinafter called Engineer, who has been identified by the endorsement of the Contractor's written proposal, the General Conditions of this Contract, the Special Conditions of this Contract, the payment, performance, and maintenance bonds hereto attached; all of which are made a part hereof and collectively evidence and constitute the entire Contract. A. Contract Documents and Order of Precedence The Contract Documents shall consist of the following documents: 1. this Construction Agreement; 2. properly authorized change orders; 3. the Special Conditions of this Contract; 4. the General Conditions of this Contract; 5. the Technical Specifications & Construction Drawings of this Contract; 6. the OWNER's Standard Construction Details; 7. the OWNER's Standard Construction Specifications; 8. the OWNER’s written notice to proceed to the CONTRACTOR; Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 16 9. the Contractor’s Bid Proposal; 10. any listed and numbered addenda; 11. the Performance, Payment, and Maintenance Bonds; and, 12. any other bid materials distributed by the Owner that relate to the Project. These Contract Documents are incorporated by reference into this Construction Agreement as if set out here in their entirety. The Contract Documents are intended to be complementary; what is called for by one document shall be as binding as if called for by all Contract Documents. It is specifically provided, however, that in the event of any inconsistency in the Contract Documents, the inconsistency shall be resolved by giving precedence to the Contract Documents in the order in which they are listed herein above. If, however, there exists a conflict or inconsistency between the Technical Specifications and the Construction Drawings it shall be the Contractor’s obligation to seek clarification as to which requirements or provisions control before undertaking any work on that component of the project. Should the Contractor fail or refuse to seek a clarification of such conflicting or inconsistent requirements or provisions prior to any work on that component of the project, the Contractor shall be solely responsible for the costs and expenses - including additional time - necessary to cure, repair and/or correct that component of the project. B. Total of Payments Due Contractor For performance of the Work in accordance with the Contract Documents, the Owner shall pay the Contractor in current funds an amount not to exceed Eight Million Five Hundred Eighty- Eight Thousand Five Hundred Eighty Dollars and No Cents ($8,588,580.00). This amount is subject to adjustment by change order in accordance with the Contract Documents. C. Dates to Start and Complete Work Contractor shall begin work within ten (10) calendar days after receiving a written Notice to Proceed or written Work Order from the Owner. All Work required under the Contract Documents shall be substantially completed within 300 calendar days after the date of the Notice to Proceed for the base bid. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. Under this Construction Agreement, all references to “day” are to be considered “calendar days” unless noted otherwise. D. CONTRACTOR'S INDEMNITY TO THE OWNER AND OTHERS CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES, IN BOTH THEIR PUBLIC AND PRIVATE CAPACITIES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 17 ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS SUBCONTRACTORS, ANY OFFICERS, AGENTS OR EMPLOYEES OF CONTRACTOR OR ANY SUBCONTRACTORS, INVITEES, AND ANY OTHER THIRD PARTIES OR PERSONS FOR WHOM OR WHICH CONTRACTOR IS LEGALLY RESPONSIBLE, IN ANY WAY ARISING OUT OF, RELATING TO, RESULTING FROM, OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT, AND CONTRACTOR WILL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT TOWN OF PROSPER (OWNER) FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. CONTRACTOR DOES HEREBY AGREE TO WAIVE ALL CLAIMS, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS TOWN OF PROSPER (OWNER) TOGETHER WITH ITS MAYOR AND TOWN COUNCIL AND ALL OF ITS OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION OF EVERY KIND INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEYS FEES FOR INJURY OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGES TO, OR LOSS OF USE OF ANY PROPERTY, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS CONTRACT. SUCH INDEMNITY SHALL APPLY WHETHER THE CITATIONS, CLAIMS, COSTS, DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LIABILITY, LOSSES, PENALTIES, SUITS OR CAUSES OF ACTION ARISE IN WHOLE OR IN PART FROM THE NEGLIGENCE OF THE TOWN OF PROSPER (OWNER), ITS MAYOR AND TOWN COUNCIL, OFFICERS, OFFICIALS, AGENTS OR EMPLOYEES. IT IS THE EXPRESS INTENTION OF THE PARTIES HERETO THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY CONTRACTOR TO INDEMNIFY AND PROTECT TOWN OF PROSPER (OWNER) FROM THE CONSEQUENCES OF TOWN OF PROSPER’S (OWNER'S) OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS A SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. IN ANY AND ALL CLAIMS AGAINST ANY PARTY INDEMNIFIED HEREUNDER BY ANY EMPLOYEE OF THE CONTRACTOR, ANY SUB-CONTRACTOR, ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM OR ANYONE FOR WHOSE ACTS ANY OF THEM MAY BE LIABLE, THE INDEMNIFICATION OBLIGATION HEREIN PROVIDED SHALL NOT BE LIMITED IN ANY WAY BY ANY LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES, COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR OR ANY SUB- CONTRACTOR UNDER WORKMEN'S COMPENSATION OR OTHER EMPLOYEE BENEFIT ACTS. INDEMNIFIED ITEMS SHALL INCLUDE ATTORNEYS' FEES AND COSTS, COURT COSTS, AND SETTLEMENT COSTS. INDEMNIFIED ITEMS SHALL ALSO INCLUDE ANY EXPENSES, INCLUDING ATTORNEYS' FEES AND EXPENSES, INCURRED BY AN INDEMNIFIED INDIVIDUAL OR ENTITY IN ATTEMPTING TO ENFORCE THIS INDEMNITY. In its sole discretion, the Owner shall have the right to approve counsel to be retained by Contractor in fulfilling its obligation to defend and indemnify the Owner. Contractor shall retain approved counsel for the Owner within seven (7) business days after receiving written notice from the Owner that it is invoking its right to indemnification under this Construction Agreement. If Contractor does not retain counsel for the Owner within the required time, then the Owner shall have the right to retain counsel and the Contractor shall pay these attorneys' fees and expenses. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 18 The Owner retains the right to provide and pay for any or all costs of defending indemnified items, but it shall not be required to do so. To the extent that Owner elects to provide and pay for any such costs, Contractor shall indemnify and reimburse Owner for such costs. (Please note that this “broad-form” indemnification clause is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) E. Insurance Requirements 1. Before commencing work, the Contractor shall, at its own expense, procure, pay for and maintain the following insurance coverage written by companies approved by the State of Texas and acceptable to the Town of Prosper. The Contractor shall furnish to the Town of Prosper Purchasing Agent certificates of insurance executed by the insurer or its authorized agent stating the type of coverages, limits of each such coverage, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE Attn: Purchasing Agent 200 S. Main St. P.O. Box 307 Prosper, Texas 75078 (a) Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $1,000,000 per-occurrence, $1,000,000 Products/Completed Operations Aggregate and $2,000,000 general aggregate. If high risk or dangerous activities are included in the Work, explosion, collapse and underground (XCU) coverage is also required. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. (b) Workers’ Compensation insurance with statutory limits; and Employers’ Liability coverage with minimum limits for bodily injury: a) by accident, $100,000 each accident, b) by disease, $100,000 per employee with a per policy aggregate of $500,000. (c) Umbrella or Excess Liability insurance with minimum limits of $2,000,000 each occurrence and annual aggregate for bodily injury and property damage, that follows form and applies in excess of the above indicated primary coverage in subparagraphs a and b. The total limits required may be satisfied by any combination of primary, excess or umbrella liability insurance provided all policies comply with all requirements. The Contractor may maintain reasonable deductibles, subject to approval by the Owner. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 19 2. With reference to the foregoing required insurance, the Contractor shall endorse applicable insurance policies as follows: (a) A waiver of subrogation in favor of Town of Prosper, its officials, employees, and officers shall be contained in the Workers’ Compensation insurance policy. (b) The Town of Prosper, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader. (Please note that this “additional insured” coverage requirement is not prohibited by Chapter 151 of the Texas Insurance Code as it falls within one of the exclusions contained in Section 151.105 of the Texas Insurance Code.) (c) All insurance policies shall be endorsed to the effect that Town of Prosper will receive at least thirty (30) days’ notice prior to cancellation, non- renewal, termination, or material change of the policies. 3. All insurance shall be purchased from an insurance company that meets a financial rating of “A” or better as assigned by the A.M. BEST Company or equivalent. 4. With respect to Workers’ Compensation insurance, the Contractor agrees to comply with all applicable provisions of 28 Tex. Admin Code § 110.110, “Reporting Requirements for Building or Construction Projects for Governmental Entities,” as such provision may be amended, and as set forth in Paragraph F following. F. Workers' Compensation Insurance Coverage 1. Definitions: Certificate of coverage ("certificate")- A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 20 "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 2. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the project, for the duration of the project. 3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. 5. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (b) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 6. The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. 8. The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 9. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 21 (b) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (c) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (d) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. By signing this contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 22 G. Performance, Payment and Maintenance Bonds The Contractor shall procure and pay for a Performance Bond applicable to the work in the amount of one hundred fifteen percent (115%) of the total bid price, and a Payment Bond applicable to the work in the amount of one hundred percent (100%) of the total bid price. The Contractor shall also procure and pay for a Maintenance Bond applicable to the work in the amount of one hundred percent (100%) of the total bid price. The period of the Maintenance Bond shall be two years from the date of acceptance of all work done under the contract, to cover the guarantee as set forth in this Construction Agreement. The performance, payment and maintenance bonds shall be issued in the form attached to this Construction Agreement as Exhibits B, C and D. Other performance, payment and maintenance bond forms shall not be accepted. Among other things, these bonds shall apply to any work performed during the two-year warranty period after acceptance as described in this Construction Agreement. The performance, payment and maintenance bonds shall be issued by a corporate surety, acceptable to and approved by the Town, authorized to do business in the State of Texas, pursuant to Chapter 2253 of the Texas Government Code. Further, the Contractor shall supply capital and surplus information concerning the surety and reinsurance information concerning the performance, payment and maintenance bonds upon Town request. In addition to the foregoing requirements, if the amount of the bond exceeds One Hundred Thousand Dollars ($100,000) the bond must be issued by a surety that is qualified as a surety on obligations permitted or required under federal law as indicated by publication of the surety’s name in the current U.S. Treasury Department Circular 570. In the alternative, an otherwise acceptable surety company (not qualified on federal obligations) that is authorized and admitted to write surety bonds in Texas must obtain reinsurance on any amounts in excess of One Hundred Thousand Dollars ($100,000) from a reinsurer that is authorized and admitted as a reinsurer in Texas who also qualifies as a surety or reinsurer on federal obligations as indicated by publication of the surety’s or reinsurer’s name in the current U.S. Treasury Department Circular 570. H. Progress Payments and Retainage As it completes portions of the Work, the Contractor may request progress payments from the Owner. Progress payments shall be made by the Owner based on the Owner's estimate of the value of the Work properly completed by the Contractor since the time the last progress payment was made. The "estimate of the value of the work properly completed" shall include the net invoice value of acceptable, non-perishable materials actually delivered to and currently at the job site only if the Contractor provides to the Owner satisfactory evidence that material suppliers have been paid for these materials. No progress payment shall be due to the Contractor until the Contractor furnishes to the Owner: 1. copies of documents reasonably necessary to aid the Owner in preparing an estimate of the value of Work properly completed; 2. full or partial releases of liens, including releases from subcontractors providing materials or delivery services relating to the Work, in a form acceptable to the Owner releasing all liens or claims relating to goods and services provided up to the date of the most recent previous progress payment; Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 23 3. an updated and current schedule clearly detailing the project’s critical path elements; and 4. any other documents required under the Contract Documents. Progress payments shall not be made more frequently than once every thirty (30) calendar days unless the Owner determines that more frequent payments are appropriate. Further, progress payments are to be based on estimates and these estimates are subject to correction through the adjustment of subsequent progress payments and the final payment to Contractor. If the Owner determines after final payment that it has overpaid the Contractor, then Contractor agrees to pay to the Owner the overpayment amount specified by the Owner within thirty (30) calendar days after it receives written demand from the Owner. The fact that the Owner makes a progress payment shall not be deemed to be an admission by the Owner concerning the quantity, quality or sufficiency of the Contractor's work. Progress payments shall not be deemed to be acceptance of the Work nor shall a progress payment release the Contractor from any of its responsibilities under the Contract Documents. After determining the amount of a progress payment to be made to the Contractor, the Owner shall withhold a percentage of the progress payment as retainage. The amount of retainage withheld from each progress payment shall be set at five percent (5%). Retainage shall be withheld and may be paid to: a. ensure proper completion of the Work. The Owner may use retained funds to pay replacement or substitute contractors to complete unfinished or defective work; b. ensure timely completion of the Work. The Owner may use retained funds to pay liquidated damages; and c. provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Retained funds shall be held by the Owner in accounts that shall not bear interest. Retainage not otherwise withheld in accordance with the Contract Documents shall be returned to the Contractor as part of the final payment. I. Withholding Payments to Contractor The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that the Work has not been performed in accordance with the Contract Documents. The Owner may use these funds to pay replacement or substitute contractors to complete unfinished or defective Work. The Owner may withhold payment of some or all of any progress or final payment that would otherwise be due if the Owner determines, in its discretion, that it is necessary and proper to provide an additional source of funds to pay claims for which the Owner is entitled to indemnification from Contractor under the Contract Documents. Amounts withheld under this section shall be in addition to any retainage. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 24 J. Acceptance of the Work When the Work is completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents, it shall issue a written notice of acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. It is specifically provided that Work shall be deemed accepted on the date specified in the Owner's written notice of acceptance of the Work. The Work shall not be deemed to be accepted based on "substantial completion" of the Work, use or occupancy of the Work, or for any reason other than the Owner's written Notice of Acceptance. Further, the issuance of a certificate of occupancy for all or any part of the Work shall not constitute a Notice of Acceptance for that Work. In its discretion, the Owner may issue a Notice of Acceptance covering only a portion of the Work. In this event, the notice shall state specifically what portion of the Work is accepted. K. Acceptance of Erosion Control Measures When the erosion control measures have been completed, the Contractor shall request that the Owner perform a final inspection. The Owner shall inspect the Work. If the Owner determines that the Work has been completed in accordance with the Contract Documents and per TPDES General Construction Permit, it shall issue a written Notice of Acceptance of the Work. If the Owner determines that the Work has not been completed in accordance with the Contract Documents or TPDES General Construction Permit, then it shall provide the Contractor with a verbal or written list of items to be completed before another final inspection shall be scheduled. L. Final Payment After all Work required under the Contract Documents has been completed, inspected, and accepted, the Town shall calculate the final payment amount promptly after necessary measurements and computations are made. The final payment amount shall be calculated to: 1. include the estimate of the value of Work properly completed since the date of the most recent previous progress payment; 2. correct prior progress payments; and 3. include retainage or other amounts previously withheld that are to be returned to Contractor, if any. Final payment to the Contractor shall not be due until the Contractor provides original full releases of liens from the Contractor and its subcontractors, or other evidence satisfactory to the Owner to show that all sums due for labor, services, and materials furnished for or used in connection with the Work have been paid or shall be paid with the final payment. To ensure this result, Contractor consents to the issuance of the final payment in the form of joint checks made payable to Contractor and others. The Owner may, but is not obligated to issue final payment using joint checks. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 25 Final payment to the Contractor shall not be due until the Contractor has supplied to the Owner original copies of all documents that the Owner determines are reasonably necessary to ensure both that the final payment amount is properly calculated and that the Owner has satisfied its obligation to administer the Construction Agreement in accordance with applicable law. The following documents shall, at a minimum, be required to be submitted prior to final payment being due: redline as-built construction plans; consent of surety to final payment; public infrastructure inventory; affidavit of value for public infrastructure; and, final change order(s). “Redline as-built construction plans” shall include, but are not limited to markups for change orders, field revisions, and quantity overruns as applicable. The list of documents contained in this provision is not an exhaustive and exclusive list for every project performed pursuant to these Contract Documents and Contractor shall provide such other and further documents as may be requested and required by the Owner to close out a particular project. Subject to the requirements of the Contract Documents, the Owner shall pay the Final Payment within thirty (30) calendar days after the date specified in the Notice of Acceptance. This provision shall apply only after all Work called for by the Contract Documents has been accepted. M. Contractor’s Warranty For a two-year period after the date specified in a written notice of acceptance of Work, Contractor shall provide and pay for all labor and materials that the Owner determines are necessary to correct all defects in the Work arising because of defective materials or workmanship supplied or provided by Contractor or any subcontractor. This shall also include areas of vegetation that did meet TPDES General Construction Permit during final close out but have since become noncompliant. Forty-five (45) to sixty (60) calendar days before the end of the two-year warranty period, the Owner may make a warranty inspection of the Work. The Owner shall notify the Contractor of the date and time of this inspection so that a Contractor representative may be present. After the warranty inspection, and before the end of the two-year warranty period, the Owner shall mail to the Contractor a written notice that specifies the defects in the Work that are to be corrected. The Contractor shall begin the remedial work within ten (10) calendar days after receiving the written notice from the Town. If the Contractor does not begin the remedial work timely or prosecute it diligently, then the Owner may pay for necessary labor and materials to effect repairs and these expenses shall be paid by the Contractor, the performance bond surety, or both. If the Owner determines that a hazard exists because of defective materials and workmanship, then the Owner may take steps to alleviate the hazard, including making repairs. These steps may be taken without prior notice either to the Contractor or its surety. Expenses incurred by the Owner to alleviate the hazard shall be paid by the Contractor, the performance bond surety, or both. Any Work performed by or for the Contractor to fulfill its warranty obligations shall be performed in accordance with the Contract Documents. By way of example only, this is to ensure that Work performed during the warranty period is performed with required insurance and the performance and payment bonds still in effect. Work performed during the two-year warranty period shall itself be subject to a one-year warranty. This warranty shall be the same as described in this section. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 26 The Owner may make as many warranty inspections as it deems appropriate. N. Compliance with Laws The Contractor shall be responsible for ensuring that it and any subcontractors performing any portion of the Work required under the Contract Documents comply with all applicable federal, state, county, and municipal laws, regulations, and rules that relate in any way to the performance and completion of the Work. This provision applies whether or not a legal requirement is described or referred to in the Contract Documents. Ancillary/Integral Professional Services: In selecting an architect, engineer, land surveyor, or other professional to provide professional services, if any, that are required by the Contract Documents, Contractor shall not do so on the basis of competitive bids but shall make such selection on the basis of demonstrated competence and qualifications to perform the services in the manner provided by Section 2254.004 of the Texas Government Code and shall so certify to the Town the Contractor's agreement to comply with this provision with Contractor's bid. O. Other Items The Contractor shall sign the Construction Agreement, and deliver signed performance, payment and maintenance bonds and proper insurance policy endorsements (and/or other evidence of coverage) within ten (10) calendar days after the Owner makes available to the Contractor copies of the Contract Documents for signature. Six (6) copies of the Contract Documents shall be signed by an authorized representative of the Contractor and returned to the Town. The Construction Agreement "effective date" shall be the date on which the Town Council acts to approve the award of the Contract for the Work to Contractor. It is expressly provided, however, that the Town Council delegates the authority to the Town Manager or his designee to rescind the Contract award to Contractor at any time before the Owner delivers to the Contractor a copy of this Construction Agreement that bears the signature of the Town Manager and Town Secretary or their authorized designees. The purpose of this provision is to ensure: 1. that Contractor timely delivers to the Owner all bonds and insurance documents; and 2. that the Owner retains the discretion not to proceed if the Town Manager or his designee determines that information indicates that the Contractor was not the lowest responsible bidder or that the Contractor cannot perform all of its obligations under the Contract Documents. THE CONTRACTOR AGREES THAT IT SHALL HAVE NO CLAIM OR CAUSE OF ACTION OF ANY KIND AGAINST OWNER, INCLUDING A CLAIM FOR BREACH OF CONTRACT, NOR SHALL THE OWNER BE REQUIRED TO PERFORM UNDER THE CONTRACT DOCUMENTS, UNTIL THE DATE THE OWNER DELIVERS TO THE CONTRACTOR A COPY OF THE CONSTRUCTION AGREEMENT BEARING THE SIGNATURES JUST SPECIFIED. The Contract Documents shall be construed and interpreted by applying Texas law. Exclusive venue for any litigation concerning the Contract Documents shall be Collin County, Texas. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 27 Although the Construction Agreement has been drafted by the Owner, should any portion of the Construction Agreement be disputed, the Owner and Contractor agree that it shall not be construed more favorably for either party. The Contract Documents are binding upon the Owner and Contractor and shall insure to their benefit and as well as that of their respective successors and assigns. If Town Council approval is not required for the Construction Agreement under applicable law, then the Construction Agreement "effective date" shall be the date on which the Town Manager and Town Secretary or their designees have signed the Construction Agreement. If the Town Manager and Town Secretary sign on different dates, then the later date shall be the effective date. MCKEE UTILITY CONTRACTORS, INC. TOWN OF PROSPER, TEXAS By: SHANE MCKEE By: HARLAN JEFFERSON Title: President Title: Town Manager Date: Date: Address: 2319 West Main Street Prague, Oklahoma 74864 Phone: (405) 567-3666 Fax: (405) 567-4968 Address: 200 S. Main St. Prosper, Texas 75078 Phone: (972) 346 - 2640 Fax: (972) 569 - 9335 ATTEST: ROBYN BATTLE Town Secretary Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 28 PERFORMANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That McKee Utility Contractors, Inc., whose address is 2319 West Main Street, Prague, Oklahoma, hereinafter called Principal, and North American Specialty Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Beneficiary”, in the penal sum of Eight Million Five Hundred Eighty-Eight Thousand Five Hundred Eighty Dollars ($8,588,580.00) plus fifteen percent (15%) of the stated penal sum as an additional sum of money representing additional court expenses, attorneys’ fees, and liquidated damages arising out of or connected with the below identified Contract in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Beneficiary, dated on or about the _________ day of ___________________, A.D. 2019, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE in the Town of Prosper, Texas, as more particularly described and designated in the above-referenced contract such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Beneficiary, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by Owner; and, if the Principal shall fully indemnify and save harmless the Beneficiary from and against all costs and damages which Beneficiary may suffer by reason of failure to so perform herein and shall fully reimburse and repay Beneficiary all outlay and expense which the Beneficiary may incur in Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 29 making good any default or deficiency, then this obligation shall be void; otherwise, it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive Venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder or the Plans, Specifications and Drawings, etc., accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work or to the Specifications. This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, this, the ________ day of ________________, 2019. ATTEST: PRINCIPAL: McKee Utility Contractors, Inc. Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Shane McKee Typed/Printed Name Typed/Printed Name ____________________________________ President Title Title 2319 West Main Street 2319 West Main Street Address Address Prague Oklahoma 74864 Prague Oklahoma 74864 City State Zip City State Zip (405) 567-3666 (405) 567-4968 (405) 567-3666 (405) 567-4968 Phone Fax Phone Fax [Signatures continued on following page.] Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 30 ATTEST: SURETY: North American Specialty Insurance Company By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Cathy Combs Printed Name Printed Name ____________________________________ Attorney-in-Fact Title Title ____________________________________ 2738 E. 51st Street, Suite 400 Address Address ____________________________________ Tulsa Oklahoma 74105 City State Zip City State Zip ___________________________________ (918) 743-8811 (918) 744-8429 Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: Troy Key-Mullis Newby Hurst STREET ADDRESS: 5057 Keller Springs Road, Suite 400 CITY, STATE, ZIP: Addison, Texas 75001 NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 31 PAYMENT BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That McKee Utility Contractors, Inc., whose address is 2319 West Main Street, Prague, Oklahoma, hereinafter called Principal, and North American Specialty Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire, and fully licensed to transact business in the State of Texas, as Surety, are held and firmly bound unto the TOWN OF PROSPER, a home-rule municipal corporation organized and existing under the laws of the State of Texas, hereinafter called “Owner”, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon the building or improvements hereinafter referred to in the penal sum of Eight Million Five Hundred Eighty-Eight Thousand Five Hundred Eighty DOLLARS ($8,588,580.00) (one hundred percent (100%) of the total bid price) in lawful money of the United States, to be paid in Collin County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The penal sum of this Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement, which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond. THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal entered into a certain Contract with the Town of Prosper, the Owner, dated on or about the __________ day of _________________, A.D. 2019, a copy of which is attached hereto and made a part hereof, to furnish all materials, equipment, labor, supervision, and other accessories necessary for the construction of: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in the above-referenced Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modification to the Surety is hereby expressly waived, then this obligation shall be void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if any legal action were filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc., accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 32 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, and any other applicable statutes of the State of Texas. The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in Collin County or Dallas County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-1 of the Insurance Code, Vernon’s Annotated Civil Statutes of the State of Texas. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, this, the _______ day of _________________, 2019. ATTEST: PRINCIPAL: McKee Utility Contractors, Inc. Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Shane McKee Typed/Printed Name Typed/Printed Name ____________________________________ President Title Title 2319 West Main Street 2319 West Main Street Address Address Prague Oklahoma 74864 Prague Oklahoma 74864 City State Zip City State Zip (405) 567-3666 (405) 567-4968 (405) 567-3666 (405) 567-4968 Phone Fax Phone Fax [Signatures continued on following page.] Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 33 ATTEST: SURETY: North American Specialty Insurance Company By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Cathy Combs Printed Name Printed Name ____________________________________ Attorney-in-Fact Title Title ____________________________________ 2738 E. 51st Street, Suite 400 Address Address ____________________________________ Tulsa Oklahoma 74105 City State Zip City State Zip ___________________________________ (918) 743-8811 (918) 744-8429 Phone Fax Phone Fax The Resident Agent of the Surety in Collin County or Dallas County, Texas, for delivery of notice and service of the process is: NAME: Troy Key-Mullis Newby Hurst STREET ADDRESS: 5057 Keller Springs Road, Suite 400 CITY, STATE, ZIP: Addison, Texas 75001 NOTE: Date on Page 1 of Performance Bond must be same date as Contract. Date on Page 2 of Performance Bond must be after date of Contract. If Resident Agent is not a corporation, give a person’s name. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 34 MAINTENANCE BOND STATE OF TEXAS ) ) COUNTY OF COLLIN ) KNOW ALL MEN BY THESE PRESENTS: That McKee Utility Contractors, Inc., whose address is 2319 West Main Street, Prague, Oklahoma, hereinafter referred to as “Principal,” and North American Specialty Insurance Company, a corporate surety/sureties organized under the laws of the State of New Hampshire and fully licensed to transact business in the State of Texas, as Surety, hereinafter referred to as “Surety” (whether one or more), are held and firmly bound unto the TOWN OF PROSPER, a Texas municipal corporation, hereinafter referred to as “Owner,” in the penal sum of Eight Million Five Hundred Eighty-Eight Thousand Five Hundred Eighty DOLLARS ($8,588,580.00 (one hundred percent (100%) of the total bid price), in lawful money of the United States to be paid to Owner, its successors and assigns, for the payment of which sum well and truly to be made, we bind ourselves, our successors, heirs, executors, administrators and successors and assigns, jointly and severally; and firmly by these presents, the condition of this obligation is such that: WHEREAS, Principal entered into a certain written Contract with the Town of Prosper, dated on or about the _____ day of ________________________, 2019, to furnish all permits, licenses, bonds, insurance, products, materials, equipment, labor, supervision, and other accessories necessary for the construction of: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE in the Town of Prosper, Texas, as more particularly described and designated in the above- referenced contract, such contract being incorporated herein and made a part hereof as fully and to the same extent as if written herein word for word: WHEREAS, in said Contract, the Principal binds itself to use first class materials and workmanship and of such kind and quality that for a period of two (2) years from the completion and final acceptance of the improvements by Owner the said improvements shall require no repairs, the necessity for which shall be occasioned by defects in workmanship or materials and during the period of two (2) years following the date of final acceptance of the Work by Owner, Principal binds itself to repair or reconstruct said improvements in whole or in part at any time within said period of time from the date of such notice as the Town Manager or his designee shall determine to be necessary for the preservation of the public health, safety or welfare. If Principal does not repair or reconstruct the improvements within the time period designated, Owner shall be entitled to have said repairs made and charge Principal and/or Surety the cost of same under the terms of this Maintenance Bond. NOW, THEREFORE, if Principal will maintain and keep in good repair the Work herein contracted to be done and performed for a period of two (2) years from the date of final acceptance and do and perform all necessary work and repair any defective condition (it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by Principal) then this obligation shall be void; otherwise it Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 35 shall remain in full force and effect and Owner shall have and recover from Principal and its Surety damages in the premises as provided in the Plans and Specifications and Contract. PROVIDED, however, that Principal hereby holds harmless and indemnifies Owner from and against any claim or liability for personal injury or property damage caused by and occurring during the performance of said maintenance and repair operation. PROVIDED, further, that if any legal action be filed on this Bond, exclusive venue shall lie in Collin County, Texas. AND PROVIDED FURTHER, Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the Work performed thereunder, or the Plans, Specifications, Drawings, etc. accompanying same shall in any way affect its obligation on this Bond; and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Work to be performed thereunder. The undersigned and designated agent is hereby designated by Surety as the resident agent in either Collin or Dallas Counties to whom all requisite notice may be delivered and on whom service of process may be had in matters arising out of this suretyship. IN WITNESS WHEREOF, this instrument is executed in three copies, each one of which shall be deemed an original, on this the _____ day of ____________, 2019. ATTEST: PRINCIPAL: McKee Utility Contractors, Inc. Company Name By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Shane McKee Typed/Printed Name Typed/Printed Name ____________________________________ President Title Title 2319 West Main Street 2319 West Main Street Address Address Prague Oklahoma 74864 Prague Oklahoma 74864 City State Zip City State Zip (405) 567-3666 (405) 567-4968 (405) 567-3666 (405) 567-4968 Phone Fax Phone Fax [Signatures continued on following page.] Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 36 ATTEST: SURETY: North American Specialty Insurance Company By: _________________________________ By: ________________________________ Signature Signature ____________________________________ Cathy Combs Printed Name Printed Name ____________________________________ Attorney-in-Fact Title Title ____________________________________ 2738 E. 51st Street, Suite 400 Address Address ____________________________________ Tulsa Oklahoma 74105 City State Zip City State Zip ___________________________________ (918) 743-8811 (918) 744-8429 Phone Fax Phone Fax Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 37 GENERAL CONDITIONS GC.01 PURPOSE: The General Conditions contained herein set forth conditions or requirements common to this Contract and all other construction contracts issued by the Town of Prosper. GC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: CALENDAR DAY: Any days of the week or month, no days being excepted. CONTRACT DOCUMENTS: All of the written, printed, typed, and drawn instruments that comprise and govern the performance of the contract as defined by the Construction Agreement. ENGINEER: The ENGINEER of the OWNER or his designee. EXTRA WORK: Work required by the OWNER other than that which is expressly or impliedly required by the Contract Documents at the time of execution of the Contract. HOLIDAYS: The ten official holidays observed are New Year's Day, Martin Luther King Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Eve, and Christmas Day. If a holiday falls on a Saturday, it shall be observed on the preceding Friday. If a holiday falls on a Sunday, it shall be observed on the following Monday. OWNER: The Town of Prosper, Texas, acting through the Town Manager under authority granted by the Town Council. OWNER'S REPRESENTATIVE: The Executive Director of Development and Community Services of the Town of Prosper or his designee. SUB-CONTRACTOR: Any persons, firm or corporation, other than employees of the CONTRACTOR, who or which contracts with the CONTRACTOR to furnish, or who actually furnishes, labor and/or materials and equipment at or about the site. SUBSTANTIALLY COMPLETE: The condition upon which the Work has been made suitable for use and may serve its intended purpose but may still require minor miscellaneous work and adjustment. WORK: All work to be performed by the CONTRACTOR under the terms of the Contract, including the furnishing of all materials, supplies, machinery, equipment, tools, superintendence, labor, submittals, services, insurance, permits, certificates, licenses, and all water, light, power, fuel, transportation, facilities, and other incidentals. WRITTEN NOTICE: Notice required by the Contract shall be served concurrently to the OWNER'S REPRESENTATIVE, ENGINEER, and/or CONTRACTOR. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 38 Notice delivered by mail shall be effective on the postmark date, notice delivered by hand shall be effective the date of delivery, and notice delivered by facsimile or e-mail shall be effective the date of transmission, provided that any notice served after 5 PM or on a weekend or holiday shall be effective the following business day. GC.03 GENERAL RESPONSIBILITIES AND UNDERSTANDINGS: (a) Intent of Contract Documents: The intent of the Contract Documents is to prescribe a complete work or improvement, which the CONTRACTOR undertakes to do in full compliance with the plans, specifications, special provisions, proposal and contract. The CONTRACTOR shall do all work as provided in the plans, specifications, special provisions, proposal and contract, and shall do such additional extra work as may be considered necessary to complete the work in satisfactory and acceptable manner. The CONTRACTOR shall furnish all labor, tools, materials, machinery, equipment and incidentals necessary to the satisfactory prosecution and completion of the work. (b) No Waiver of Legal Right: Inspection by the OWNER or ENGINEER, any order, measurement, or certificate by OWNER or ENGINEER, any order by the OWNER for payment of money, any payment for or acceptance of any work, or any extension of time, or any possession taken by the OWNER, shall not operate as a waiver of any provisions of the Contract Documents or any power therein reserved to the OWNER of any rights or damages therein provided. Any waiver of any breach of contract shall not be held to be a waiver of any other subsequent breach. The OWNER deserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the contract and specifications. The OWNER reserves the right to claim and recover by process of law sums as may be sufficient to correct any error or make good any deficiency in the work resulting from such error, dishonesty or collusion, upon the conclusive proof of collusion or dishonesty by the CONTRACTOR or his agents and the ENGINEER or his assistants, discovered in the work after the final payment has been made. (c) Changes and Alterations: The CONTRACTOR further agrees that the OWNER or ENGINEER may make such changes and alterations as the OWNER may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompany Performance and Payment Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages for anticipated profits on the work that may be dispensed with. If the amount of work is increased, such additional work shall be paid for as provided under Extra Work. In case the OWNER shall make such changes or alterations as shall make useless any work already done or material already furnished or used in said work, then the OWNER shall recompense the CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in preparation for the work as originally planned. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 39 (d) Discrepancies and Omissions: It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation defined by the Construction Agreement shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, the ENGINEER shall define which is intended to apply to the work. (e) Plans and Specifications: The OWNER shall furnish the CONTRACTOR with an adequate and reasonable number of copies of all plans and specifications without expense to him, and the CONTRACTOR shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. (f) Ownership of Drawings: All drawings, specifications and copies thereof furnished by the OWNER shall not be reused on other work, and, with the exception of the signed contract sets, are to be returned to him on request, at the completion of the work. All models are the property of the OWNER. (g) Adequacy of Design: It is understood that the OWNER believes it has employed competent engineers and designers. It is, therefore, agreed that, as to the CONTRACTOR only, the OWNER shall be responsible for the adequacy of the design, sufficiency of the Contract Documents, and the practicability of the operations of the completed project; provided the CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by the OWNER. The burden of proof of such compliance shall be upon the CONTRACTOR to show that he has complied with the said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. (h) Line and Grade: The ENGINEER will furnish control benchmarks for the construction of the Work. The CONTRACTOR shall use the control benchmarks and data shown on the drawings. No construction staking will be provided by the ENGINEER or owner for this project. Any restaking, and all construction staking, required shall be at the sole cost of the CONTRACTOR. (i) Right of Way and Easements: The OWNER will obtain all necessary right of ways and easements required for the completion of the Work. No work shall be undertaken on nor shall men, tools, equipment, or other supplies occupy any ground outside right of ways and easements. If Contractor wants to work outside right of ways and easements and is able to make an agreement with the Property Owner, then the agreement should be documented and signed by the Property Owner and CONTRACTOR with a copy submitted to the OWNER before work off the easement commences. The OWNER will obtain permits and/or license agreements necessary for work to be performed on right of ways or easements owned by other agencies including, but not limited to, the Texas Departments of Transportation, North Texas Tollway Authority, BNSF Railway, and utility companies. The CONTRACTOR shall comply with the conditions of these permits and/or license agreements as if they were a part of the Contract Documents. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 40 (j) Existing Utilities and Structures: The location of existing utilities shown on the plans are based on the interpretation of the best available information and are not warranted by the OWNER or ENGINEER. It shall be the responsibility of the CONTRACTOR to verify and/or locate the various locations of pertinent utilities prior to or during construction. If any utility or irrigation system is broken by the Contractor, it shall be the responsibility of the CONTRACTOR to repair, at his own expense, the damaged line and restore it to its functional use. (k) Right of Entry: The OWNER reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of inspecting the work, or for the purpose of constructing or installing such collateral work as said OWNER may desire. The CONTRACTOR shall conduct his work so as not to impede unnecessarily any work being done by others on or adjacent to the site. (l) Collateral Contracts: The OWNER agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work or damage said CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. (m) Objections and Determinations: The ENGINEER shall determine all claims disputes and other matters in question between the CONTRACTOR and the OWNER relating to the execution or progress of the work or the interpretation of the Contract Documents. The ENGINEER'S decision shall be rendered in writing within a reasonable time and shall be binding. (n) Owner-Engineer Relationship: The duties, responsibilities and limitations of authority of the ENGINEER during construction are as set forth in the Contract Documents and shall not be extended or limited without written consent of the OWNER and ENGINEER. The ENGINEER will advise and consult with the OWNER, and OWNER'S instructions to the CONTRACTOR may be issued through the ENGINEER as if they were issued by the OWNER directly. GC.04 CONTRACTOR RESPONSIBILITIES: (a) Contractor Independence: The CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing his work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, the OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the Contract Documents. (b) Assignment and Subletting: The CONTRACTOR agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of the OWNER or ENGINEER, and that no part or feature of the work will be sublet to anyone objectionable to the ENGINEER or the OWNER. The CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 41 contract, shall not relieve the CONTRACTOR from his full obligations to the OWNER, as provided by this Agreement. (c) Contractor’s Understanding: It is understood and agreed that the CONTRACTOR has, by careful examination, satisfied himself as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the OWNER or ENGINEER, either before or after the execution of this contact, shall affect or modify any of the terms or obligations herein contained. (d) Duty of Contractor: The CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction (e) Supervision by Contractor: The CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep on the work, during its progress, a competent superintendent and any necessary assistants. The superintendent shall represent the CONTRACTOR in his absence and all directions given to him shall be as binding as if given to the CONTRACTOR. (f) Character of Workmen: The CONTRACTOR agrees to employ only orderly and competent men, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever the OWNER or ENGINEER shall inform him in writing that any man or men on the work are, in his opinion, incompetent, unfaithful or disorderly, such man or men shall be discharged from the work and shall not again be employed on the work without the OWNER’S or ENGINEER'S written consent. (g) Contractor’s Buildings: The building of structures or the erection of tents or other forms of protection will be permitted only for use as temporary office space or for storage of materials, equipment, and supplies and only at such places as the OWNER or ENGINEER shall direct, and the sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to the OWNER or ENGINEER. At no time shall employees or agents of the CONTRACTOR occupy such facilities except in conjunction with performance of the Work. (h) Protection of Site: The Contractor shall protect all structures, walks, pipe lines, trees, shrubbery, lawns and other improvements during the progress of his work and shall remove from the site all debris and unused materials. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 42 (i) Sanitation: Necessary sanitary conveniences for the use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the CONTRACTOR in such manner and at such points as shall be approved by the OWNER or ENGINEER, and their use shall be strictly enforced. (j) Equipment, Materials, and Construction Plant: The CONTRACTOR shall be responsible for the care, preservation, conservation, protection and replacement of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means of construction, and any and all parts of the work, whether the CONTRACTOR has been paid, partially paid, or not paid for such work, or whether OWNER has taken possession of completed portions of such work, until the entire work is completed and accepted. (k) Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the CONTRACTOR at his own cost and expense. GC.05 PROTECTION OF PERSONS AND PROPERTY: (a) Protection Against Claims: If any person files a claim against the OWNER, OWNER’s Agent or CONTRACTOR for personal injury or property damage resulting from, arising out of, or caused by, the operations of the CONTRACTOR, or any Work within the limits of the Project, the CONTRACTOR must either submit to the OWNER a duly executed full release within thirty (30) calendar days from the date of written claim, or immediately report the claim to his liability insurance carrier for their action in adjusting the claim. If the CONTRACTOR fails to comply with this provision within the stipulated time limit, it will be automatically deemed that the CONTRACTOR has appointed the OWNER as its irrevocable Attorney In Fact authorizing the OWNER to report the claim directly with the CONTRACTOR’s liability insurance carrier. This provision is in and of itself a Power of Attorney from the CONTRACTOR to the OWNER, which authorizes the OWNER to take said action on behalf of the CONTRACTOR without the necessity of the execution of any other document. If the CONTRACTOR fails to comply with the provisions of this item, the OWNER, at its own discretion, may terminate this contract or take any other actions it deems appropriate. Any payment or portion thereof due the CONTRACTOR, whether it is a final payment, progress payment, payment out of retainage or refund payment may be withheld by the OWNER. Bankruptcy, insolvency or denial of liability by the CONTRACTOR’s insurance carrier shall not exonerate the CONTRACTOR from liability. As a result of the additional work created to OWNER due to non-response of claims for damages by CONTRACTOR to third parties, CONTRACTOR shall incur penalties for failure to abide by this Special Condition. The CONTRACTOR shall respond to the claimant in writing regarding the status of the claim, including whether CONTRACTOR disputes the claim, wishes to settle, or will notify its liability insurance carrier regarding the claim. CONTRACTOR will be assessed a penalty by OWNER of $75.00 per claim, for its failure to respond to Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 43 the claimant as described above within thirty (30) calendar days of its written notice of claim by the City. To ensure CONTRACTOR compliance, the OWNER shall be notified, by copied correspondence of responses or settlement by CONTRACTOR. (b) Protection Against Accidents to Employees and the Public: The CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. The CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of the CONTRACTOR, acting at his discretion as an independent contractor. (c) Protection of Adjoining Property: The CONTRACTOR shall take proper means to communicate with the adjacent or adjoining property owners and protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. (d) Protection Against Royalties or Patented Invention: The CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or owner. (e) Threats to Persons or Property: The CONTRACTOR shall respond promptly to any imminent threat to persons or property arising from or in relation to performance of the Work. Failure to promptly correct any threat to persons or property may result in a temporary suspension of work until such time as the threat is resolved. GC.06 PROSECUTION AND PROGRESS: (a) Time and Order of Completion: It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the CONTRACTOR shall be allowed to prosecute his work in such manner as shall be most conducive to economy of construction; provided however, that the order and the time of prosecution shall be such that the work shall be Substantially Completed as a whole and in part in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when the OWNER is having other work done, either by contract or by his own force, the ENGINEER may direct the time and manner of constructing the work done under this contract, so that conflict will be avoided and the construction of the various works being done for the OWNER shall be harmonized. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 44 The CONTRACTOR shall submit prior to beginning work, with each pay estimate, and at other such times as may reasonably be requested by the OWNER or ENGINEER, schedules which shall show the order in which the CONTRACTOR proposes to carry on the work, with dates at which the CONTRACTOR will start the several parts of the work, and estimated dates of completion of the several parts. (b) Working Hours: Permissible working hours are 7:00 AM to 7:00 PM Monday through Saturday, excluding holidays. Working hours are enforced by the Town of Prosper Police Department. Any variance to these working hours must be requested by the CONTRACTOR in writing at least two weeks in advance and will require approval from the OWNER upon positive recommendation of the ENGINEER. (c) Extension of Time: Should the CONTRACTOR be delayed in the completion of the work by any act or neglect of the OWNER or ENGINEER, or of any employee of either, or by other contractors employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fires, and unusual delays by common carriers, or uncontrollable cause or causes beyond the CONTRACTOR'S control, and the OWNER and ENGINEER decides such cause justifies the delay, then an extension of time sufficient to compensate for the delay as determined by the OWNER or ENGINEER shall be allowed for completing the work; provided, however, that the CONTRACTOR shall give the OWNER or ENGINEER prompt notice in writing of the cause of such delay. (d) Hindrances and Delays: No claims shall be made by the CONTRACTOR for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of the OWNER) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of the OWNER, then such expense as in the judgment of the ENGINEER is caused by such stoppage of said work shall be paid by the OWNER to the CONTRACTOR. (e) Liquidated Damages: The time of completion is of the essence for this Contract. For each day that any work shall remain uncompleted after the time specified in the Contract or in an executed Change Order, including milestone completion dates, substantial completion, and final completion, the OWNER may deduct the following sum from monies due to the CONTRACTOR for each day the work remains uncompleted: GC.07 Amount of Contract Amount of Liquidated Damages Less than $50,000 $100 per day $50,000 to $100,000 $150 per day $100,000 to $500,000 $200 per day $500,000 to $1,000,000 $250 per day $1,000,000 to $5,000,000 $500 per day Greater than $5,000,000 $750 per day Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 45 GC.08 CONTROL OF WORK AND MATERIAL: (a) Shop Drawings and Submittals: The CONTRACTOR shall submit to the OWNER or ENGINEER, with such promptness as to cause no delay in his own work or in that of any other contractor, four (4) checked copies, unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and the OWNER or ENGINEER shall pass upon them with reasonable promptness, noting desired corrections. The CONTRACTOR shall make any corrections required by the OWNER or ENGINEER, file with him two corrected copies and furnish such other copies as may be needed. The OWNER’S or ENGINEER'S approval of such drawings or schedules shall not relieve the CONTRACTOR from responsibility for deviations from drawings or specifications, unless he has in writing called the OWNER’S or ENGINEER'S attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors of any sort in shop drawings or schedules. It shall be the CONTRACTOR'S responsibility to fully and completely review all shop drawings to ascertain their effect on his ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by the OWNER or ENGINEER shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve the CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that the OWNER or ENGINEER does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR'S performance hereunder. (b) Temporary Traffic Control: Where the Work is carried on, in or adjacent to any road, alley, sidewalk, trail, or other public space, the CONTRACTOR shall at his own cost and expense furnish, erect and maintain temporary traffic control devices and shall take such other precautionary measures for the protection of persons or property and of the Work as are necessary. A sufficient number and arrangement of temporary traffic control devices shall be erected to keep vehicles and persons from entering on or into any work under construction. The CONTRACTOR's responsibility for the maintenance of barricades, signs and lights, and for providing watchmen, shall not cease until the project has been accepted by the Owner. All temporary traffic control devices shall be clearly visible at all times of day and night. Signs and barricades shall constructed of retro-reflective sheeting, and cones and other channelizing devices shall have retro-reflective banding. All temporary traffic control devices shall comply with and have the meanings prescribed by the Texas Manual of Uniform Traffic Control Devices. The Contractor shall at all times coordinate the closing of any section of road, alley, sidewalk, trail, or other public space with the OWNER or ENGINEER. When such a closing is anticipated to have a duration longer than one (1) hour, the CONTRACTOR shall submit a traffic control plan at least 72 hours in advance to the OWNER or ENGINEER for review and approval. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 46 The CONTRACTOR shall be held responsible for all damage to the Work due to failure of barricades, signs, to protect it, and whenever evidence is found of such damage, the OWNER or ENGINEER may order the damaged portion immediately removed and replaced by the CONTRACTOR at his cost and expense. (c) Public Convenience: Materials stored about the Work shall be so placed, and the Work shall at all times to be so conducted, as to cause no greater obstruction to the traveling public than is considered necessary by the OWNER. The CONTRACTOR shall make provisions at all roads, alleys, sidewalks, trails, and private driveways for the free passage of pedestrians and vehicles provided that where free passage is impractical or unnecessary in the opinion of the OWNER, the CONTRACTOR may make arrangements satisfactory to the OWNER for the diversion of traffic and shall, at his own expense, provide all material and perform all work necessary for the construction and maintenance of such diversions. The materials excavated, and the construction materials or plant used in the construction of the Work, shall be placed so as not to endanger the Work or prevent free access to all public and private utilities and related appurtenances. The OWNER reserves the right to remedy any neglect on the part of the CONTRACTOR as regards to the public convenience and safety which may come to its attention after twenty-four (24) hours notice in writing the CONTRACTOR, save in cases of emergency, when it shall have the right to remedy any neglect without notice; and in either case, the cost of such work done by the OWNER shall be deducted from monies due or to become due to the Contractor. (d) Testing of Materials: Testing and inspection of materials required by the specifications shall be performed by a commercial testing laboratory selected by the CONTRACTOR and approved by the OWNER. Except as otherwise noted, the costs of laboratory tests will be paid by the CONTRACTOR, including any materials or specimens for testing. Any testing of material or workmanship required due to failure will be paid for by the CONTRACTOR. This payment will be made direct to the testing laboratory by the CONTRACTOR. The CONTRACTOR shall furnish at his own expense, suitable evidence that the materials he proposes to incorporate into the work are in accordance with the specifications. Mill tests for reinforcing steel and cement will be acceptable if it is definite that the test sheets apply to the material being furnished. Manufacturer's or supplier's test results will be acceptable for such items as pipe, valves, hydrants when it is definite that the material being furnished is in accordance with the manufacturer's or supplier's specifications to which the test results apply. Supplier's evidence of quality and gradation of asphaltic material will be acceptable as long as the material is secured from the sources to which the evidence applies. Should the CONTRACTOR fail to provide the above information, or should the validity of the above information be called into question, the OWNER shall have the right to require tests to be made by the OWNER's laboratory to obtain this information and the cost therefore shall be borne by the CONTRACTOR or deducted from monies owed by the OWNER to the CONTRACTOR. (e) Trench Excavation Protection: It is the sole duty, responsibility, and prerogative of the CONTRACTOR, not the OWNER or ENGINEER, to determine the specific Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 47 applicability of a trench safety system to each field condition encountered on the project as required by Part 1926, Sub-part P-Excavations, Trenching, and Shoring of the Occupational Safety and Health Administration's Standards and Interpretations. It will be the Contractor's responsibility to identify the soil type and to accurately adjust his trench safety methods according to the OSHA requirements. (f) Explosives: The use of explosives shall not be permitted. GC.09 INSPECTION AND ACCEPTANCE: (a) Inspection of Work: Inspection will be performed by representatives of the OWNER, ENGINEER, other reviewing agencies, and their designees. It is the intent of the OWNER to inspect all work on this project. The CONTRACTOR is responsible for verifying with the OWNER, ENGINEER, or other reviewing agencies when an inspector is and is not required. The CONTRACTOR shall furnish the OWNER, ENGINEER, other reviewing agencies, and their designees reasonable access and facilities for inspecting the Work and determining whether or not the Work is in accordance with the Contract Documents The CONTRACTOR shall be responsible for all costs associated with verifying the acceptability of work completed without proper inspection, as directed by the OWNER, ENGINEER, or other reviewing agency. If deemed to be unacceptable, the work may be ordered removed at the CONTRACTOR's expense. (b) Inspection Overtime: The OWNER and ENGINEER will provide inspection staff on weekdays between 8:00 AM and 5:00 PM. Inspection performed outside these hours or on weekends or holidays may be subject to an inspection overtime fee determined by the OWNER and ENGINEER. The CONTRACTOR is responsible for determining inspection overtime rules of other reviewing agencies. (c) Use of Completed Portions: The OWNER shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents, nor shall the risk of loss change from CONTRACTOR to OWNER. If such prior use increases the cost of or delays the work, the CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as the OWNER or ENGINEER may determine. (d) Defects and their Remedies: If the Work or any portion thereof, or any material brought on the site of the Work for use in the Work or selected for the same, shall be deemed by the OWNER or ENGINEER as unsuitable or not in conformity with the specifications, the CONTRACTOR shall, after receipt of written notice thereof from the OWNER or ENGINEER, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. (e) Preliminary Final Inspection: Upon substantial completion of the Work, the CONTRACTOR shall request a preliminary final inspection of the Work by representatives of the OWNER, ENGINEER, and other reviewing agencies. The Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 48 OWNER or ENGINEER will provide written notice of any defects to the CONTRACTOR and the CONTRACTOR shall promptly remedy such defects in accordance with the Contract Documents. (f) Final Inspection: Upon completion of all items identified on the punch list, the CONTRACTOR shall request a final inspection of the Work by representatives of the OWNER, ENGINEER, and other reviewing agencies. If additional defects are noted, the CONTRACTOR shall promptly remedy such defects and repeat this process. If the Work is found to be acceptable, the OWNER or ENGINEER will provide written notice of Completion of the Work to the CONTRACTOR. (g) Acceptance: Upon Completion, the CONTRACTOR shall submit to the OWNER or ENGINEER such documentation as is necessary to insure that the work has been completed, subcontractors and suppliers have been paid, any claims received have been settled, and other documentation as required by the OWNER or ENGINEER. If the documentation is found to be acceptable, the OWNER or ENGINEER will issue a written notice of Acceptance of the Work to the CONTRACTOR. GC.10 MEASUREMENT AND PAYMENT: (a) Estimated Quantities: The quantities of each item on the bid proposal blank represent the approximate amount of work to be done. Final quantities actually built will be determined and paid for by actual measurements on the ground of the final work completed. Bidders are especially notified that no incidental items of work will be paid for unless there appears an item in the proposal blank for such work. It must be strictly understood that the prices bid are for complete and acceptable work. (b) Measurement: Quantities of individual items of work shall be based on the final, in- place quantity of the item of work, measured or computed using the units specified in the Proposal. Where a discrepancy in measured or computed quantities occurs among the OWNER, ENGINEER, and CONTRACTOR, the parties attempt to reconcile the discrepancy. If no reconciliation is possible, the determination of the ENGINEER shall be used. (c) Progress Payments: As close as practical to the end of each month in which work has been performed, the CONTRACTOR shall prepare and submit to the OWNER an application for payment showing as completely as practicable the total value of the work done by the CONTRACTOR up to and including the last day immediately preceding the date of such application and the value of all sound materials delivered on the site of the work that are to be fabricated into the work. The OWNER'S REPRESENTATIVE and/or ENGINEER shall promptly review CONTRACTOR'S application for payment, shall either approve or modify the total value of the work done by CONTRACTOR and the value of materials delivered on the site, and shall submit to OWNER such application for payment as approved or modified with OWNER’S REPRESENTATIVE'S and/or ENGINEER'S recommendation affixed thereto within ten (10) business days following the receipt of the application from CONTRACTOR. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 49 The OWNER shall pay the CONTRACTOR within thirty (30) days following receipt of the application from CONTRACTOR, less any amount held for retainage or outstanding claims or defective work. (d) Payment Withheld: The OWNER may withhold any payment otherwise due to the CONTRACTOR. The amount of any withheld payment shall be as necessary to protect the OWNER's interest in the following circumstances: (i) unsatisfactory progress of the Work within the CONTRACTOR's control; (ii) reasonable doubt that the Work can be completed for the unpaid balance; (iii) failure of the CONTRACTOR to carry out orders of the OWNER; (iv) defective work not remedied; (v) the filing of a claim against the CONTRACTOR or reasonable evidence that a claim will be filled against the CONTRACTOR; (vi) failure of the CONTRACTOR to make payment to subcontractors or suppliers for material and labor used in performance of the Work; (vii) unsafe working conditions or threats to persons or property allowed to persist by the CONTRACTOR; (viii) failure of the CONTRACTOR to provide work schedules, invoices, or other records requested by the OWNER; (ix) use of subcontractors without the consent of the ENGINEER or OWNER; (x) or, failure of the CONTRACTOR to keep current redline as-built drawings at the job site or to turn redline as-built drawings over to the OWNER. GC.11 EXTRA WORK AND CLAIMS: (a) Change Orders: Without invalidating this Agreement, the OWNER may, at any time or from time to time, order additions, deletions or revisions to the work; such changes will be authorized by written Change Order prepared by the OWNER for execution by the CONTRACTOR. The Change Order shall set forth the basis for any change in contract price, as hereinafter set forth for Extra Work, and any change in contract time which may result from the change. In the event the CONTRACTOR shall refuse to execute a Change Order which has been prepared by the OWNER, the OWNER may in writing instruct the CONTRACTOR to proceed with the work as set forth in the Change Order and the CONTRACTOR may make claim against the OWNER for Extra Work involved therein, as hereinafter provided. (b) Minor Changes: The OWNER or ENGINEER may authorize minor changes in the work not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract Price. If the CONTRACTOR believes that any minor change or alteration authorized by the OWNER or ENGINEER involves Extra Work and entitles him to an increase in the Contract Price, the CONTRACTOR shall make written request to the OWNER or ENGINEER for a written Field Order. Any request by the CONTRACTOR for a change in Contract Price shall be made in writing in accordance with the provisions of this section prior to beginning the work covered by the proposed change. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 50 (c) Extra Work: It is agreed that the basis of compensation to the CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) nor Method (B) be agreed upon before the Extra Work is commenced, then the CONTRACTOR shall be paid the "actual field cost" of the work, plus fifteen (15) percent. In the event said Extra Work be performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to the CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and laborers, and materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used on such Extra Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses, also all necessary incidental expenses incurred directly on account of such Extra Work, including Social Security Old Age Benefits and other payroll taxes, and, a ratable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workmen's Compensation, and all other insurance as may be required by any law or ordinance, or directed by the OWNER, or by them agreed to. The OWNER or ENGINEER may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to the OWNER or ENGINEER. The OWNER or ENGINEER may also specify in writing, before the work commences, the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the CONTRACTOR. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 100 percent, unless otherwise specified, of the latest schedule of Equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable the terms and prices for the use of machinery and equipment shall be incorporated in the written Change Order. The fifteen percent (15%) of the "actual field cost" to be paid the CONTRACTOR shall cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements of cost and expense not embraced within the "actual field cost" as herein defined; save that where the CONTRACTOR'S Camp or Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same shall be included in the "actual field cost." No claim for Extra Work of any kind will be allowed unless ordered in writing by the OWNER or ENGINEER. In case any orders or instructions, either oral or written, appear to the CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to the OWNER or ENGINEER for written order authorizing such Extra Work. Should a difference of opinion arise as to what does or does not constitute Extra Work, or as to the payment therefore, and the OWNER or ENGINEER insists upon its performance, the CONTRACTOR shall proceed with the work after making written request for written order and shall keep an accurate account of the "actual field cost" thereof, as provided under Method (C). The CONTRACTOR will Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 51 thereby preserve the right to submit the matter of payment to a court of general jurisdiction to decide the matter, otherwise the CONTRACTOR shall waive all claims for payment for Extra Work. GC.12 CONTRACT TERMINATION (a) Abandonment by CONTRACTOR: In case the CONTRACTOR should abandon and fail or refuse to resume work within ten (10) days after written notification from the OWNER or ENGINEER, or if the CONTRACTOR fails to comply with the orders of the OWNER or ENGINEER, when such orders are consistent with the Contract Documents, then, and in that case, where performance and payment bonds exist, the Sureties on these bonds shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the CONTRACTOR. After receiving said notice of abandonment, the CONTRACTOR shall not remove from the work any machinery, equipment, tools, materials or supplies then on the job, but the same, together with any materials and equipment under contract for the work, may be held for use on the work by the OWNER or the Surety on the performance bond, or another contractor in completion of the work; and the CONTRACTOR shall not receive any rental or credit therefore (except when used in connection with Extra Work, where credit shall be allowed as provided for under Section 6, Extra Work and Claims), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement. In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then the OWNER may provide for completion of the work in either of the following elective manners: The OWNER may employ such force of men and use such machinery, equipment, tools, materials and supplies as said OWNER may deem necessary to complete the work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and expense so charged shall be deducted and paid by the OWNER out of such moneys as may be due, or that may thereafter at any time become due to the CONTRACTOR under and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under this contract, if the same had been completed by the CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this contract, if the same had been completed by said CONTRACTOR, then the CONTRACTOR and/or his Surety shall pay the amount of such excess to the OWNER; or The OWNER under sealed bids, after five (5) days’ notice published one or more times in a newspaper having general circulation in the county of the location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this contract. In the case of any increase in cost to the OWNER under the new contract as compared to what would have been the cost under this contract, such increase shall be charged to the CONTRACTOR and the Surety shall be and remain bound therefore. However, Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 52 should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this contract, the CONTRACTOR and/his Surety shall be credited therewith. When the work shall have been substantially completed the CONTRACTOR and his Surety shall be so notified and Certificates of Completion and Acceptance shall be issued. A complete itemized statement of the contract accounts, certified to by the OWNER or ENGINEER as being correct, shall then be prepared and delivered to the CONTRACTOR and his Surety, whereupon the CONTRACTOR and/or his Surety, or the OWNER as the case may be, shall pay the balance due as reflected by said statement, within fifteen (15) days after the date of such Certificate of Completion. After final completion of the work and in the event the statement of accounts shows that the cost to complete the work is less than that which would have been the cost to the OWNER had the work been completed by the CONTRACTOR under the terms of this contract; or when the CONTRACTOR and/or his Surety shall pay the balance shown to be due by them to the OWNER, then all machinery, equipment, tools, materials or supplies left on the site of the work shall be turned over the CONTRACTOR and/or his Surety. Should the cost to complete the work exceed the contract price, and the CONTRACTOR and/or his Surety fail to pay the amount due the OWNER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the site of the work, notice thereof, together with an itemized list of such equipment and materials, shall be mailed to the CONTRACTOR and his Surety at the respective addresses designated in this contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be held at the risk of the CONTRACTOR and his Surety subject only to the duty of the OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice the OWNER may sell such machinery, equipment, tools, materials or supplies and apply the net sum derived from such sale to the credit of the CONTRACTOR and his Surety. Such sale may be made at either public or private sale, with or without notice, as the OWNER may elect. The OWNER shall release any machinery, equipment, tools, materials, or supplies, which remain on the work, and belong to persons other than the CONTRACTOR or his Surety, to their proper owners. (b) Abandonment by OWNER: In case the OWNER shall fail to comply with the terms of this contract within ten (10) days after written notification by the CONTRACTOR, then the CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that have not been included in payments to the CONTRACTOR and have not been wrought into the work. Thereupon the ENGINEER shall make an estimate of the total amount earned by the CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR, the value of all partially completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or provided for by the items of this contract, and a reasonable sum to cover the cost of any provisions made by the CONTRACTOR to carry the whole work to completion and which cannot be utilized. The ENGINEER shall then make a final statement of the balance due the CONTRACTOR by deducting from the above estimate all previous payments by Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 53 the OWNER and all other sums that may be retained by the OWNER under the terms of this Agreement and shall certify same to the OWNER who shall pay to the CONTRACTOR on or before thirty (30) days after the date of delivery to OWNER of such certified final statement. (c) Termination of Contract in Case of National Emergency: Whenever, because of a national emergency, so declared by the President of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, material and equipment for the prosecution of the work with reasonable continuity for a period of two (2) months, the Contractor shall within seven (7) days notify the Owner in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, material and equipment not obtainable. If, after investigation, the Owner finds that such conditions exist and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contract, then if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty (30) days, the Contractor may request the Owner to terminate the contract and the Owner shall within thirty (30) days comply with the request, and the termination shall be based on a final settlement, which shall include, but not be limited to, the payment for all work executed. Item 17 Revised BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE PAGE 54 SPECIAL CONDITIONS SC.01 PURPOSE: The Special Conditions contained herein set forth conditions or requirements particular to this Contract: BID NO. 2019-52-B LOWER PRESSURE PLANE WATER LINE The Special Conditions supplement the General Conditions and the Standard Specifications and take precedence over any conditions or requirements of the General Conditions and the Standard Specifications with which they are in conflict. SC.02 DEFINITIONS: The following words and expressions, or pronouns used in their place, shall wherever they appear in this Contract, be construed as follows, unless a different meaning is clear from the context: ENGINEER: The Engineer of Record as shown on the Construction Drawings: Clayton C. Barnard, P.E., Freese and Nichols, Inc. 5805 Main Street Suite B, Frisco, TX 75034. Item 17 ADDENDA PRP17368 – Lower Pressure Plane Water Line ADDENDA See Attached Issued Addenda Item 17 Purchasing Department Addendum No. 2 Issued April 25, 2019 Bid No: 2019-52-B Bid Title: Lower Pressure Plane Water Line Bids Due: 4/30/2019 @ 10:00 a.m. Addendum #2 is issued by the Town of Prosper Purchasing Office. Please see the following for changes/additions/deletions to the specifications: Additions Specifications Add the following specification: 01 35 00 – Special Procedures Appendix D – City of Irving Agreement Appendix E – BNSF Application Contract Drawings Add the following sheet(s): DT-4A – Butterfly Valve Details Changes Bid Proposal Form Replace Bid Proposal Form (Pages 7 and 8) in its entirety by the attachment included with this Addendum. Specifications 01 29 00 – Payment Procedures Modify Paragraph 1.06, A., Bid Item 19 – Transfer Valve as follows, “Payment for the transfer valve shall be at the lump sum price bid and shall include valve, pipeline, electrical components including base, sleeve and grounding 4/25/2019 Item 17 2 associated with SCADA, sump pumps, precast valve vault, vent, and all appurtenances as specified and shown on the Contract Drawings.” Modify Paragraph 1.06, A. as follows: BID ITEM 29 – SCADA INTEGRATION (BY OTHERS) Payment made at the price provided in the bid proposal and shall be full compensation for furnishing all labor, equipment, and materials and installation of the items indicated, including all instrumentation equipment, RTU’s, programming, hardware, software, coordination with the City’s SCADA system, SCADA antenna, testing, start-up, adjustments and all other items related to work. EXISTING 42” PIPELINE REPAIR ALLOWANCE Payment will be made based on an approved time and materials for any necessary repair of the existing line. This item includes any pipe, excavation, backfill, equipment, disinfection and all other items related to repair the pipe. 01 32 34 – Video and Photographic Documentation Remove Paragraph 1.01, B., 5. in its entirety. Employ a professional photographer approved by the Construction Manager to photograph the Project. 26 42 13 – Passive Cathodic Protection for Underground and Submerged Piping Modify Paragraph 1.01, D. Polyurethane coated steel pipe shall have 48-pound magnesium anode installed on every fifth pipe joint or on intervals not exceeding 250 feet. 33 05 01.02 – Ductile Iron Pipe and Fittings Add the following to Paragraph 2.01, D. “4. Carrier pipe installed within casing shall be mechanically restrained.” 33 05 01.09 – Polyvinyl Chloride (PVC) Pressure Pipe and Fittings Modify Table in Paragraph 2.01, A., 1, from PR165 (DR-25) to PR 235 (DR-18) Add the following to Paragraph 2.01, D. “4. Carrier pipe installed within casing shall be mechanically restrained.” 33 05 23.33 – Pipeline Crossing Paragraph 2.01,A. Add the following sentence: If any lining is damaged during boring operations the pipe shall be inspected and lining shall be repaired prior to carrier pipe installation in accordance with AWWA C210. 33 12 16.26 – Butterfly Valves Remove Paragraph 2.01, B., 8., b. in its entirety and replace with the following. “Exterior of valves shall be coated in accordance with Section 09 96 00 High Performance Coatings, System No. 1. {i.e. Polyamide Epoxy 3 coats, 4 MDFTPC for a total of 12 MDFT}. Interior of valves shall be coated in accordance with 3 coats of Tnemec Series 141 “Epoxoline” NSF Std. 61, 6 MDFTPC for a total of 18 MDFT.” Contract Drawings Modify the profile pipe material note on sheets PL1-15, 32 and 33 as follows: D.I. Pipe AWWA C151, PC 250 200 Modify the Hydro Test Elev to 916.74 on Sheets PL-15 thru 19 and 1032.21 on Sheets PL-20 thru 31. Add the following note to sheets PL-29, 30 and 31: Concrete pavement replacement shall utilize detail 5 on DT-1. Existing pavement is approximately 8” thick. Modify Electrical sheets as follows: E-4 – Add lighting contactor to 2/E-4 “Enlarged Power and Controls Plan”. Lighting contactor should be placed inside panel enclosure and wired as so: Designated panelboard circuit for site light to lighting contactor to site light. Item 17 3 E-5 – On 3/E-5, change “NEMA 1 STEEL ENCLOSURE” to “NEMA 4X STAINLESS STEEL ENCLOSURE”. Remove and replace the following sheet(s): G-1 – Index of Drawings and Vicinity Map G-3 – General Notes PL-15 – Plan and Profile – West Section STA 105+50 to STA 113+00 PL-18 – Plan and Profile – West Section STA 127+00 to 134+00 PL-20 – Plan and Profile – East Section STA 1+00 to 8+00 PL-23 – Plan and Profile – East Section STA 22+00 to STA 29+00 PL-25 – Plan and Profile – East Section 36+00 to 43+00 PL-31 – Plan and Profile – East Section 78+00 to End PL-32 – Plan and Profile – 20” Crossings DT-4 – Pipeline Appurtenances CP-1 – Cathodic Protection Details, General Notes and Details Clarification Below is a list of questions received by the deadline. No further questions in regards to this Bid will be accepted. Q1. What is the engineer’s estimate? A1. $10,233,000 Q2. Regarding the Cathodic Protection on this project, the specs call for an anode every 3rd joint of pipe for steel but the test station schedule lists different quantities for the anodes. Do we need to follow the specs or the plan details regarding the anode location? A2. The plans are meant to cover both Bar-Wrapped and Steel pipe. The specification requires additional anodes for Steel pipe. A clarification is included with this Addendum. Q3. The duration of this project of 300 calendar days is too short for the quantity provided once you back out submittals, procurement, testing and final restoration. Consider adding additional contract days. A3. The contract duration of 300 calendar days for substantial with an additional 30 days for final will remain. Q4. Casing is specified to be coated inside and out with epoxy. This coating/lining will be damaged by the auger bore process. It is more common to see a coal tar coating in and out for casing pipe. Consider revising to allow this alternate for coating. A4. If the lining is damaged during the boring process the damaged areas shall be repaired. A clarification will be added to this Addendum. Q5. General Note #35 on Sheet G-2 States "Contractor shall provide 2" threaded tapping saddles on waterlines at 1000' intervals and at all high points in the line to be used in filling and testing waterlines". Will this be required in addition to the designed CAV's in the plan profiles? A5. Yes, the wedding outlets should be in addition to the outlets for appurtenances. Q6. Will the Town of Prosper charge for Construction Water? A6. The contractor will not be required to pay for water used for the project.. Item 17 4 Q7. Are there any permits required through the Town of Prosper? If so, will the fees be waived? A7. Permits will have to be issued, fee is waived. Q8. Will the contractor be allowed to work on weekends? A8. Normal work hours within 500’ of a residential unit or a quiet zone, are M-F 7:00am to 7:00pm; Sat. 8:00am to 5:00pm; and Sun. 12:00pm (noon) to 7:00pm. The Town can grant a variance to these timeframes through a request to the Town Manager. There are no restrictions if work is not within 500’ of a residential unit or quiet zone. Q9. Will inspection overtime fees be charged to the contractor? A9. No overtime charges back to contractor. Q10. It is our understanding that the Contractor will be responsible for paying for all Railroad flagging required for the bore from STA 134+81.73 to 135+94.73 of the West section. Please confirm. A10. This is correct and is stated in both the boring and pipeline installation bid item descriptions. Q11. STA 1+18.10, 81.23’ LT on sheet PL-32 shows to connect to existing 12” tee however, it also shows to install a 12” tee. Please confirm if this will be a cut in tee connection or removal of a cap to connect. A11. A new tee will be required. This has been updated with this Addendum. Q12. Connections to existing lines: (Part 1) In the pre-bid meeting it was mentioned that there are some areas that the contractor will be responsible for hydrostatically testing and disinfecting existing mains that the new lines are connecting to. What are the limits of this scope of work? In other words, how much existing line much be re-tested and disinfected? How long have these lines been sitting stagnant? A12. The line exists between the connection east of BSNF and the connection near the intersection of Lovers and Richland. Approximately 6,250 LF of pipe. The most recent section was installed first quarter of 2019, the original section was installed fall of 2016. Q13. Connections to existing lines: (Part 2) If for some reason the existing lines cannot pass a hydrostatic test, and are determined to have leaks, will the contractor be responsible for making repairs to the existing lines? Will the contractor be compensated for any such repairs? A13. Yes, A bid item allowance will be utilized for an approved time and materials repair. Q14. Connections to existing lines: (Part 3) Does the City have any recent bacteria testing data for the existing lines? A14. No Q15. Connections to existing lines: (Part 4) Item No. 20, Note A of the General Notes states “The line shall be flushed out, completely replacing its entire volume with water from the owner’s mains. Once the line has been filled, all flushing is required to be metered, and paid for by the contractor at the current residential rate.” This note seems contradictory. Will the City require the contractor to use and pay for metered water for all flushing purposes of new and existing lines? Item 17 5 A15. The contractor will not be required to pay for water used for the project. Q16. Is there a domestic only requirement (DI Fittings/Castings) on this project? A16. The Town’s water system general note 3 on sheet G-3 says the fittings shall be manufactured by US Pipe, American or other approved by Town. Therefore, the domestic only is not a requirement, but any fitting submitted shall be equal to US Pipe or American fittings. Q17. Please clarify, on sheet PL-23, plan shows 6” BOV station 25+36, profile shows 12” BOV station 25+42 A17. A 12” BOV will be installed. This will be updated with this Addendum. Q18. Could you give an approximate thickness of Richland Blvd Concrete Pavement From Station 65+50 to 82+00? A18. The approximate thickness of the existing Richland Blvd is 8”. Q19. Bid Item 17 – 42” Butterfly Valve (Type B MH): Can you provide a detail to show how this manhole will work with the 42” Butterfly Valve? There is not detail showing a Butterfly Valve with a Type B Manhole in the plans. A19. The 42” Butterfly Valve is included with this Addendum Q20. I am assuming you want us to use the embedment detail #3 on Plan Sheet DT-1 for the Bar-Wrapped pipe instead of the City Detail W11 as shown on Plan Sheet DT-9. Can you please clarify? A20. W11 embedment detail is not appropriate for bar-wrapped pipe. W11 should be used as specified for ductile iron and Reinforce Concrete Cylinder Pipe. AWWA C303 Bar-Wrapped pipe is not RCCP. Details 2 and 3 on DT-1 are for standard Bar-Wrapped embedment. Q21. Are restrained joints required in casing? A21. Bar-wrapped and steel pipe required welded joints within casing. DIP and PVC require mechanically restrained joints. Q22. The majority of the proposed 42" pipeline alignment has been designed underneath future pavement. Will ordinary material compacted to 95% standard proctor density (ASTM D 698) be accepted above the pipe zone and under the future road or will crushed concrete/flexbase backfill be required in these areas? A22. If the roadway is not existing embedment details 1, 2 and 3 apply. If the roadway is existing detail 5 applies from Sheet DT-1. Q23. Will Tunnel/Boring Contractor be allowed to work extended hours? Typically tunnel subcontractors will run Day/Night shifts to complete the project in a timely manner. A23. Normal work hours within 500’ of a residential unit or a quiet zone, are M-F 7:00am to 7:00pm; Sat. 8:00am to 5:00pm; and Sun. 12:00pm (noon) to 7:00pm. The Town can grant a variance to these timeframes through a request to the Town Manager. There are no restrictions if work is not within 500’ of a residential unit or quiet zone. Q24. Will Embedment Details on sheet DT-9 be used for all PVC & DIP Pipe? Item 17 6 A24. Yes, the Town's PVC and DIP embedment details included on sheet DT-9 will be utilized for those pipe materials. Q25. Spec Section 33 05 23.33-6 3.02 states that a 2" Pilot Tube is required to check line and grade before auger boring can start. Is this correct that a pilot tube will be required if the contractor chooses to auger bore the steel casing? A25. Yes. Q26. Pay item 29 is for SCADA Integration (BY OTHERS) but the payment procedures read like we are to include the cost of that work in our estimate. Can you please clarify why this is called out by others if the payment includes all labor. It may have been discussed at the prebid that equipment was to be provided but the pay item is in conflict with that discussion. A26. Bid Item 29 for SCADA Integration will be modified since DHS Automation will be providing everything for SCADA except for the base, sleeve and grounding (that will be provided by the contractor through bid item – 19 – Transfer Valve). Q27. For the photo / video documentation, will you require a professional construction photo / video company to complete this requirement? A27. No, a professional photographer will not be required. This will be updated with the forthcoming addendum. Q28. Will aerial (UAS) photos / video be allowed along with ground photos / video? A28. UAS aerial will be allowed assuming the contractor meets all state and local requirements for UAS use. They may be used in conjunction with ground photos, but cannot take the place of those. Q29. Can the City provide embedment details for PVC and DIP options? We are only seeing embedment details for RCCP and Steel in the plans. A29. Sheet DT-9 has embedment details for PVC and DIP. Q30. Steel Pipe and Fittings Section 33 11 13.13, Section 2.03: Request AWWA C205 mortar coating be allowed as an alternate to AWWA C222 polyurethane. Mortar coating will provide the same exterior protection as the cement mortar on the specified bar-wrapped concrete cylinder pipe, and will be manufactured in accordance with AWWA C205 requirements. Exterior mortar coating is a common pipe coating with a proven track record of performance. Item 17 7 A30. Mortar coating will not be allowed for the steel pipe option. Vendors who may have already submitted a response and feel this addendum may change their response may pick up their submission and return it prior to April 30, 2019 @ 10:00 a.m. If picking up the submission is not feasible, any new response submitted by your firm will supersede one previously submitted. Acknowledge receipt of this addendum by initialing in the appropriate space on the Bid Proposal Form if you have not previously submitted a response. For questions regarding this addendum contact: January M. Cook, CPPO, CPPB Purchasing Agent (972) 569-1018 january_cook@prospertx.gov Item 17 Purchasing Department Addendum No. 1 Issued April 22, 2019 Bid No: 2019-52-B Bid Title: Lower Pressure Plane Water Line Questions Due: 4/23/2019 @ 12:00 p.m. Bids Due: 4/30/2019 @ 10:00 a.m. Addendum #1 is issued by the Town of Prosper Purchasing Office. Please see the following for changes/additions/deletions to the specifications: Changes 1. Extend questions deadline to 4/23/2019 @ 12:00 p.m. 2. Extend bid due date to 4/30/2019 @ 10:00 a.m. Vendors who may have already submitted a response and feel this addendum may change their response may pick up their submission and return it prior to April 30, 2019 @ 10:00 a.m. If picking up the submission is not feasible, any new response submitted by your firm will supersede one previously submitted. Acknowledge receipt of this addendum by initialing in the appropriate space on the Bid Proposal Form if you have not previously submitted a response. For questions regarding this addendum contact: January M. Cook, CPPO, CPPB Purchasing Agent (972) 569-1018 january_cook@prospertx.gov Item 17 DIVISION 00 BIDDING AND CONTRACT REQUIREMENTS Item 17 Wage Rates 00 43 43 - 1 PRP17368 – Lower Pressure Plane Water Line 00 43 43 WAGE RATES 1.00 GENERAL 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed six months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. Prevailing wage rates shall not be less than (1) the federally determined prevailing wage rates as issued by the U.S. Department of Labor, or (2) the prevailing wages for Colling County as published by The Associate General Contractors of Texas, whichever rate is higher. Notwithstanding the foregoing prevailing wage rates, Bidder shall base bids on the wage rates Bidder expects to pay, and if in excess of those rates listed, the Town will not Item 17 Wage Rates 00 43 43 - 2 PRP17368 – Lower Pressure Plane Water Line consider claims for extra payment on account of payment of wages higher than those required. END OF SECTION Item 17 DIVISION 01 GENERAL REQUIREMENTS Item 17 Summary of Work 01 11 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully operable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all other Work required for a complete and operable Project. 4. Test and place the completed Project in operation. 5. Provide the special tools, spare parts, lubricants, supplies, or other materials as indicated in Contract Documents for the operation and maintenance of the Project. 6. Install Owner provided products and place in operation. 7. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. 1.02 JOB CONDITIONS A. The General Conditions, the Supplementary Conditions, and General Requirements apply to each Section of the Specifications. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the Work being performed. 1.03 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. Construction of approximately 21,600 LF of 20”, 24”, 36” and 42” potable water pipeline with a transfer valve. 2. Once pipeline has passed testing and been disinfected, it should be drained prior to completion of construction. 1.04 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling, testing, and startup: 1. Construction of Proposed Lovers Lane and Dallas North Tollway. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Bid on the most expensive listing. Item 17 Summary of Work 01 11 00 - 2 PRP17368 – Lower Pressure Plane Water Line C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the Owner. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.05 OCCUPANCY A. As soon as any portion of the structure and equipment are ready for use, the Owner shall have the right to occupy or operate that portion upon written notice to the Contractor. B. Testing of equipment and appurtenances including specified test periods, training, and startup does not constitute acceptance for operation. C. Owner may accept the facility for continued use after startup and testing at the option of the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved Operation and Maintenance procedures. D. The execution of bonds is understood to indicate the consent of the surety to these provisions. E. Provide an endorsement from the insurance carrier permitting occupancy of the structures and use of equipment during the remaining period of construction. F. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials and products per the individual Sections of the Specifications. END OF SECTION Item 17 Payment Procedures 01 29 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 29 00 PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Payments for Work shall conform to the provisions of the General Conditions, the Supplementary Conditions, the Agreement, and this Section. B. Submit Applications for Payment at the amounts indicated in the Agreement: 1. Amounts for each item in the Agreement shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance. b. Professional services including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the Project. d. The products consumed during the construction of the Project. e. The labor and supervision to complete the Project. f. The equipment, including tools, machinery, and appliances required to complete the Project. g. The field and home office administration and overhead costs related directly or indirectly to the Project. h. Any and all kinds, amount or class of excavation, backfilling, pumping or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, permanent protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, fences, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. 2. Provide Work not specifically set forth as an individual payment item but required to provide a complete and functional system. These items are a subsidiary obligation of the Contractor and are to be included in the Cost of Work. 3. Payment will be made for materials on hand. a. Store materials properly on Site per Section 01 31 00 “Project Management and Coordination.” 1). Payment will be made for the invoice amount less the specified retainage. 2). Provide invoices at the time materials are included on the materials-on-hand tabulation. b. Provide documentation of payment for materials-on-hand with the next payment request. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the materials on hand tabulation if this documentation is not provided so payment will not be made. c. Payment for materials-on-hand is provided for the convenience of the Contractor and does not constitute acceptance of the product. Item 17 Payment Procedures 01 29 00 - 2 PRP17368 – Lower Pressure Plane Water Line 4. The Work covered by progress payments becomes the property of the Owner at the time of payment. 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed Schedule of Values for the Work to be performed on the project. 1. Submit schedule within 10 days prior to submitting the first Application for Payment. 2. Line items in the Agreement are to be used as line items in the schedule. 3. Payment will be made on the quantity of Work completed per Contract Documents during the payment period and as measured per this Section. a. Payment amount is the Work quantity measured multiplied by the unit prices for that line item in the Agreement. b. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. c. Partial payments will be made for lump sum line items in the Agreement. 1). Lump sum line items in the Agreement are to be divided into smaller unit prices to allow more accurate determination of the percentage of the item that has been completed. a). Provide adequate detail to allow more accurate determination of the percentage of Work completed for each item. b). Provide amounts for items that do not exceed $50,000.00. An exception may be made for equipment packages that cannot be subdivided into units or subassemblies. c). Separate product costs and installation costs. (1). Product costs include cost for product, delivery and unloading costs, royalties and patent fees, taxes, and other cost paid directly to the Subcontractor or Supplier. (2). Installation costs include cost for the supervision, labor and equipment for field fabrication, erection, installation, start-up, initial operation and overhead and profit. d). Lump sum items may be divided into an estimated number of units. (1). The estimated number of units times the cost per unit must equal the lump sum amount for that line item. (2). Payment will be made for all of the lump sum line item amount. e). Include a directly proportional amount of overhead and profit for each line item. f). Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of Work completed for each item. 2). These line items may be used to establish the value of Work to be added or deleted from the Project. Item 17 Payment Procedures 01 29 00 - 3 PRP17368 – Lower Pressure Plane Water Line 3). Correlate line items with other administrative schedules and forms: a). Progress schedule. b). List of Subcontractors. c). Schedule of allowances. d). Schedule of alternatives. e). List of products and principal Suppliers. f). Schedule of Submittals. 4). Costs for mobilization are to be listed as a separate line item and includes the actual cost for: a). Bonds and insurance. b). Transportation and setup for equipment. c). Transportation and/or erection of all field offices, sheds and storage facilities. d). Salaries for preparation of submittals required before the first Application for Payment. e). Salaries for field personnel assigned to the Project related to the mobilization/demobilization of the Project. (1). Mobilization may not exceed 5 percent of the total Contract amount. Cost for mobilization may be submitted only for Work completed. 5). The sum of all values listed in the schedule must equal the total Contract amount. 4. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner. Schedule shall indicate: a. The Application for Payment number. b. Date the request is to be submitted. c. Anticipated amount of payment to be requested. 5. Update the Schedule of Values quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the Owner will need to have available to make payment to the Contractor for the Work performed. B. Provide written approval of the Schedule of Values, Application for Payment form, and method of payment by the Surety Company providing performance, and bonds prior to submitting the first Application for Payment. Payment will not be made without this approval. 1.03 PAYMENT PROCEDURES A. Submit Applications for Payment per the procedures indicated in Section 01 33 00 “Submittal Procedures.” Submit a Schedule of Values in the Application for Payment format to be used. Item 17 Payment Procedures 01 29 00 - 4 PRP17368 – Lower Pressure Plane Water Line B. Applications for Payment may be submitted on a pre-printed form as indicated in Section 01 31 13.13 “Forms” or may be generated by computer. Computer generated payment requests must have the same format and information indicated in the pre-printed form and be approved by the Engineer. 1. Indicate the total contract amount and the Work completed to date on the Tabulation of Values for Original Contract Performed (Attachment “A.”). 2. Include only approved Change Order items in the Tabulation of Extra Work on Approved Change Orders (Attachment “B.”). 3. List all materials on hand that are presented for payment on the Tabulation of Materials on Hand (Attachment “C.”) Once an item has been entered on the tabulation it is not to be removed. 4. Include the Project Summary Report (Attachment “D”) with each Application for Payment. Data included in the Project Summary Report are to be taken from the other tabulations. Include a completed summary as indicated in with each Applications for Payment submitted. a. Number each application sequentially and indicate the payment period. b. Show the total amounts for value of original Contract performed, extra Work on approved Change Orders, and materials on hand on the Project Summary Report. Show total amounts that correspond to totals indicated on the attached tabulation for each. c. Note the number of pages in tabulations in the blank space on the Project Summary Report to allow a determination that all sheets have been submitted. d. Execute Contractor’s certification by the Contractor’s agent of authority and notarize for each Application for Payment. 5. Do not alter the schedule of values and the form for the submission of requests without the written approval of the Engineer once these have been approved by the Engineer. 6. Final payment requires additional procedures and documentation per Section 01 70 00 “Execution and Closeout Requirements.” C. Progress payments shall be made as the Work progresses on a monthly basis. 1. End the payment period on the day indicated in the Agreement and submit an Application for Payment for Work completed and materials received since the end of the last payment period. 2. At the end of the payment period, submit a draft copy of the Application for Payment for that month to the Engineer. Agreement is to be reached on: a. The percentage of Work completed for each lump sum item. b. The quantity of Work completed for each unit price item. c. The percentage of Work completed for each approved Change Order item. d. The amount of materials-on-hand. 3. On the basis of these agreements the Contractor is to prepare a final copy of the Application for Payment and submit it to the Engineer for approval. Item 17 Payment Procedures 01 29 00 - 5 PRP17368 – Lower Pressure Plane Water Line 4. The Engineer will review the Application for Payment and if appropriate will recommend payment of the application to the Owner. D. Provide a revised and up-to-date Progress Schedule per Section 01 32 16 “Construction Progress Schedules” with each Application for Payment. E. Provide project photographs and video per Section 01 32 34 “Video and Photographic Documentation” with each Application for Payment. 1.04 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with Section 01 23 10 “Alternates and Allowances.” B. Include amounts for specified Allowances for Work in the Agreement in accordance with Section 01 23 10 “Alternates and Allowances.” 1.05 MEASUREMENT PROCEDURES A. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number and weight, unless otherwise specifically provided. No extra or customary measurements of any kind will be allowed. 1.06 BASIS OF PAYMENT A. The Basis of Payment will be as established in the Contract Documents and as described below: ITEM A: BASE BID BID ITEM 1, 2, 3 and 4 –36”, 42”, 54” and 60” x 1x2” STEEL CASING BY BORE Payment for tunneled crossings shall be made at the unit price bid per linear foot for each of the crossings identified in the Bid Proposal, in accordance with the details shown in the Contract Drawings. Payment for crossing shall include all costs for pits or shafts as required to construct the tunnel, bulkheads, liner plate, guide rails, casing spacers, special backfill, grouting, end seals, special insurance, flagmen, and all other items for the crossing as shown on the Contract Drawings and required for installation. Payment for the carrier pipe inside the casing is not included in this bid item. BID ITEM 5 – TRENCH SAFETY The price bid per linear foot for this item shall be full compensation for trench safety as outlined in the Specifications. The Contractor shall estimate the quantity for trench safety and include that estimate in the Proposal. In no case shall the estimated quantity be less than 18,827 linear feet. Partial payment for trench safety shall be based on the total linear footage of pipe installed and backfilled. BID ITEM 6 – FLOWABLE FILL Flowable fill encasement as detailed in the typical section shall be paid for at the unit price bid per linear foot for the item “Flowable Fill Encasement” for areas specifically shown on the Contract Drawings. Measurement will be per horizontal linear foot trench requiring flowable fill. The trench dimensions for the flowable fill payment shall be as detailed on Item 17 Payment Procedures 01 29 00 - 6 PRP17368 – Lower Pressure Plane Water Line the Contract Drawings and no additional compensation will be made for flowable fill quantities resulting from over excavated trenches. Flowable Fill required within connection detail limits as called for in the Contract Drawings is paid for in the Connection Detail Bid Items. BID ITEM 7 – CONCRETE ENCASEMENT Measurement for concrete encasement shall be per linear foot of concrete encasement installed as detailed in the Contract Drawings for areas indicated in the Contract Drawings or as directed by the Owner. BID ITEM 8 – ACCESS MANWAY Access manholes shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including access outlet on main line, blind flange, concrete, manhole and lid, etc., all as specified and shown on the Contract Drawings. Type B manholes will be used where designated on the Contract Drawings. BID ITEM 9 – 2” COMBINATION AIR VALVE ASSEMBLY & MANHOLE Air valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including all appurtenances, access outlet on main line, shut-off valve, concrete, manhole, etc., all as specified and shown on the Contract Drawings. Type B manholes shall be installed where designated on the Contract Drawings. Payment for the 2” ductile iron pipe and fittings outside of the concrete manhole is included in this bid item. BID ITEM 10 – 4” COMBINATION AIR VALVE ASSEMBLY & MANHOLE (TYPE B MH) Air valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including all appurtenances, access outlet on main line, shut-off valve, concrete, manhole, etc., all as specified and shown on the Contract Drawings. Type B manholes shall be installed where designated on the Contract Drawings. Payment for the 4” ductile iron pipe and fittings outside of the concrete manhole is included in this bid item. BID ITEM 11 – 12” BLOWOFF VALVE ASSEMBLY & MANHOLE (TYPE B MH) Blowoff valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the excavation, hauling, furnishing and jointing of valves, piping, fittings, blocking, concrete, manhole, etc., all as specified and shown on the Contract Drawings. Type B manholes shall be installed where designated on the Contract Drawings. Payment for all 12” ductile iron pipe and fittings outside of the concrete manhole, discharging into the nearest creek or ground surface at the elevation called for on the plans is paid for in this item. BID ITEM 12 – 12” GATE VALVE Gate valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including all appurtenances, valve, valve box, operators, risers, stems, concrete, flowable fill, etc., all as specified and shown on the Contract Drawings. Item 17 Payment Procedures 01 29 00 - 7 PRP17368 – Lower Pressure Plane Water Line BID ITEM 13 – 12” PVC PIPE This item shall include the installation and construction of PVC water line pipe, complete in place, at the size and locations indicated on the plans. This item shall be built in accordance with the appropriate details provided in the plans. This bid item shall be full compensation for all fittings, materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including excavation, embedment, backfill, and testing. BID ITEM 14, 15 & 16 – 20”, 24” & 36” BUTTERFLY VALVE Butterfly valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including all appurtenances, concrete, flowable fill, etc., all as specified and shown on the Contract Drawings. BID ITEM 17 – 42” BUTTERFLY VALVE & MANHOLE (TYPE B MH) Butterfly valves shall be measured by the number of units complete in place. Payment shall be at the unit price bid for the size shown, and shall be full compensation for the assembly, including all appurtenances, concrete, manhole, flowable fill, etc., all as specified and shown on the Contract Drawings. BID ITEM 18 – CONNECT TO EXISTING WATER LINE Payment for connection to the existing water line shall be at the unit bid price for each bid item. Payment shall be full compensation for installing all pipe, fittings, connection to existing lines, shutdowns, disinfection, testing and all other items necessary to complete the work. Bid price for this item shall include all coordination, temporary blocking and restraint, adaptors, special, and fittings to make the connection at any time during the construction. BID ITEM 19 –TRANSFER VALVE Payment for the transfer valve shall be at the lump sum price bid and shall include valve, pipeline, electrical components, including base, sleeve and grounding associated with SCADA, sump pumps, precast valve vault, vent, and all appurtenances as specified and shown on the Contract Drawings. BID ITEM 20 – CONCRETE PAVEMENT REPLACEMENT Measurement for concrete pavement replacement shall be per square yard of concrete pavement placed in the locations and depths as indicated in the Contract Drawings. Payment for concrete pavement replacement shall be made at the unit price bid per square yard at the depth shown in the Contract Drawings and shall be full compensation for furnishing and installing concrete pavement to the limits shown in the Contract Drawings, including grading, subgrade preparation, special backfill, temporary backfill, forms, flexbase, finishing and all other items required including concrete curb and gutter. No additional payment will be made for additional concrete pavement replacement for paving damaged by Contractor’s operations outside those limits shown on the Contract Drawings. BID ITEM 21 - FIRE HYDRANT ASSEMBLY Payment for fire hydrant assemblies shall be made at the unit price bid per each and shall be full compensation for furnishing and installing fire hydrant assemblies as 2 Item 17 Payment Procedures 01 29 00 - 8 PRP17368 – Lower Pressure Plane Water Line indicated in the Contract Drawings and in accordance with the Project Specifications, including 6-inch pipe (regardless of length), pipe placement, 6-inch gate valves, embedment, backfill, blocking, connections to water main and all other items required for installation as indicated in the Contract Drawings. BID ITEM 22 – TESTING OF PIPELINE There will be no measurement for testing of the pipeline. Payment shall be made at the lump sum price bid, and shall include all materials necessary for hydrostatic testing BID ITEM 23 – SEEDING Payment for seeding shall be made at the unit price bid per acre, and shall include all materials and labor necessary to furnish and install a mix in compliance with Section 31 25 13.13 in areas indicated on the Contract Drawings and requested in writing by the Owner. Seeding and fertilizer shall be as specified in Section 31 25 13.13. BID ITEM 24 – SITE PREPARATION Payment shall be at a lump sum price bid and shall be full compensation for all site and right-of-way preparation including removal and protections of structures and utilities unless otherwise itemized in these bid documents. Item includes all utility location verification, grading, clearing and grubbing, removal and disposal of vegetation, trees and other debris called out in Contract Drawings and as described in Section 31 11 00. BID ITEM 25 – STORM WATER POLLUTION PREVENTION PLAN Payment for SWPPP shall be made at the lump sum price bid, which cost shall include plan design and implementation for the duration of the project. Payment shall be allowed for 25% of the lump sum bid price upon receipt of the plan by the Owner. The remaining 75% of the lump sum bid price shall be paid in equal, monthly installments based on the time remaining to achieve substantial completion BID ITEM 26 – MOBILIZATION Payment for mobilization shall be on a lump sum basis at the unit price allowed with a maximum of 5% of total amount bid. The amount shown in the proposal is the amount allowed to assist the Contractor in defraying the initial cost of operations. Partial payment for mobilization will be made as follows. Fifty (50%) percent of the lump sum amount is payable when bonds are furnished; the contract is executed; the certificate of insurance and insurance policies are provided; and the notice to proceed is issued. One hundred (100%) percent of the lump sum amount is payable upon completion of the above; the Contractor has set up his field office; mobilized all equipment to the site necessary to begin pipeline construction; and submitted his schedules. It is not intended that the lump sum amount allowed will cover all costs for bonds, insurance, mobilization, utility investigations, and other costs associated with project start-up. Cost in excess of the amount shown shall be included in the unit price bid for pipeline construction. Mobilization BID ITEM 27 – CATHODIC PROTETION SYSTEM Payment for cathodic protection system shall be at the lump sum price bid and shall be full compensation for all labor, materials and equipment required to provide a complete and functioning system as required by the Contract Drawings and Project Specifications, Item 17 Payment Procedures 01 29 00 - 9 PRP17368 – Lower Pressure Plane Water Line including but not limited to 48-lb magnesium anodes for polyurethane coated steel pipe as called for in the specifications and 9-lb magnesium anodes at appurtenances for polyurethane coated steel pipe and bar-wrapped concrete cylinder pipe complete with test stations, insulating connections, and test station connections at foreign line crossings. Testing for electrical isolation of tunnels from carrier pipe before and after grouting shall also be included in the lump sum bid for this item. BID ITEM 28 – PIPELINE DISINFECTION Payment for this item shall be at the lump sum price bid and shall be full compensation for all labor, materials, tools and equipment required to disinfect the pipeline. In addition to disinfecting the proposed pipe, the Contractor will also be required to disinfect any of the existing 42” piping that is being connected to as part of this work. BID ITEM 29 – SCADA INTEGRATION (BY OTHERS) EXISTING 42” PIPELINE REPAIR ALLOWANCE Payment made at the price provided in the bid proposal and shall be full compensation for furnishing all labor, equipment, and materials and installation of the items indicated, including all instrumentation equipment, RTU’s, programming, hardware, software, coordination with the City’s SCADA system, SCADA antenna, testing, start-up, adjustments and all other items related to work. Payment will be made based on an approved time and materials for any necessary repair of the existing line. This item includes any pipe, excavation, backfill, equipment, disinfection and all other items related to the repair of the pipe. BID ITEM 30 – TEMPORARY ACCESS DRIVE Payment for this item shall be at the lump sum price bid and shall be full compensation for all labor, materials, tools and equipment required to construct a gravel temporary access 12’ wide drive within the easement from First St. along the easement and extended to the transfer valve. In addition to the gravel access drive, the Contractor will also be required to install a culvert at First St. matching the existing Atmos culvert and a 24” RCP culvert in Class F3 embedment and provide 2’ of cover over the 24” RCP at the stream crossing within the easement. BID ITEM 31 – TRAFFIC CONTROL PLAN There will be no measurement for temporary traffic control. Payment for traffic control shall be made at the lump sum price bid,and shall include design and all materials necessary for providing and maintaining traffic control around construction and providing a traffic control plan to meet all Town of Prosper and TxDOT standards. The lump sum bid price shall include temporary paving, cones, signs, barricades, flag men, temporary signal modifications, temporary striping and buttons, temporary drainage, and any other items required to provide for the safe movement of traffic. Traffic control will be paid in equal monthly installments based on the time remaining to achieve substantial completion. PIPE MATERIAL OPTIONS OPTION B & OPTION C – 20”, 24” and 36” PVC AWWA C905 DR-18 PIPE or 20”, 24” and 36” DUCTILE IRON AWWA C151, PC 250 2 Item 17 Payment Procedures 01 29 00 - 10 PRP17368 – Lower Pressure Plane Water Line Measurement for PVC pipe and Ductile Iron Pipe shall be per linear foot of pipe installed for the nominal diameter and at the pressure classes listed in the Proposal and shown on the Contract Drawings measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. No additional payment will be made for vertical lengths of pipe. Payment made at the unit price bid for this item shall be for pipe and fittings as shown on the Contract Drawings. Payment shall include furnishing, hauling and laying of pipe and fittings; fittings required for filling, draining, and disinfecting the pipeline; trench excavation, shoring and pumping where necessary; backfilling of trench, including embedment material; tracer wire; detector tape; pipeline markers; polyethylene encasement and tape; clay collars; dirt road or driveway replacement; replacement of topsoil; replacing landscaping to a condition as good or better than existed prior to construction; protecting or replacing existing structures and utilities; relocation of existing utilities, including but not limited to water service connections, power poles and guy wires, buried electric service, buried telephone cable, buried fiber optic cable, etc.; protecting or replacing existing irrigation and sprinkler systems; disposal of surplus materials; constructing, maintaining and removing temporary fencing; cleaning up and maintenance; removal and replacement of existing barbed wire, chain link, pipe rail, wood or other type of fence; removal and replacement of guardrail; removal and replacement of brick, masonry, wood, or any other type of driveway entrance; installing new pavement markings as required; sign removal and replacement; permits, flagger, etc. necessary for railroad, roadway and utility crossings; mailbox replacement; surveying and replacement of monuments; dust control; removal of mud from roadways; installation of pipeline markers; hydrostatic testing, and draining of line; temporary traffic control as required and any incidental work and materials not otherwise provided for in this Section, all in strict accordance with the Contract Drawings and Project Specifications. Construction and maintenance of required access roadways and driveways and test plugs used for testing the line shall also be included in the unit price bid for pipe. Payment for pipe shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities and relocate existing utilities as necessary for construction of main line pipe. The Contractor is responsible for all fees assessed by utility companies to provide utility support for existing utility lines, at no additional cost to the Owner. Payment shall include all costs required to have utility companies repair any damage to their lines caused by the Contractor’s activities and any cleanup, property damages, fines, etc., resulting from damage caused by the Contractor to any utility. No separate payment will be made for rock excavation, and the cost thereof shall be included in unit price bid. The Contractor is not responsible for crop damage inside the permanent and temporary easement. The Contractor is responsible for any crop or other property damage outside the easement, caused by his operation, and shall negotiate a settlement with the landowner that will ensure that no claim will be filed against the Owner. All special easement requirements as listed on the Contract Drawings or in the Project Specifications shall be made incidental to this bid item. If an existing utility, sidewalk or structure is damaged or must be relocated for construction, the cost of the repair or relocation shall be borne by the Contractor. Item 17 Payment Procedures 01 29 00 - 11 PRP17368 – Lower Pressure Plane Water Line OPTION D & OPTION E – 42” AWWA C303 BAR WRAPPED CONCRETE CYLINDER PIPE AND 42” AWWA C200 POLYURETHANE COATED STEEL PIPE CLASS 150 Measurement for bar wrapped concrete cylinder pipe or polyurethane coated steel pipe shall be per linear foot of pipe installed for the nominal diameter and at the pressure classes listed in the Proposal and shown on the Contract Drawings measured horizontally from center of fitting to center of fitting or end of pipe without any deduction for the length of intermediate fittings, specials or valves. Payment made at the unit price bid for this item shall be for pipe and fittings as shown on the Contract Drawings. Payment shall include furnishing, hauling and laying of pipe and fittings; fittings required for filling, draining, and disinfecting the pipeline; trench excavation, shoring and pumping where necessary; backfilling of trench, including embedment material; tracer wire; detector tape; pipeline markers; polyethylene encasement and tape; clay collars; dirt road or driveway replacement; replacement of topsoil; replacing landscaping to a condition as good or better than existed prior to construction; protecting or replacing existing structures and utilities; relocation of existing utilities, including but not limited to water service connections, power poles and guy wires, buried electric service, buried telephone cable, buried fiber optic cable, etc.; protecting or replacing existing irrigation and sprinkler systems; disposal of surplus materials; constructing, maintaining and removing temporary fencing; cleaning up and maintenance; removal and replacement of existing barbed wire, chain link, pipe rail, wood or other type of fence; removal and replacement of guardrail; removal and replacement of brick, masonry, wood, or any other type of driveway entrance; installing new pavement markings as required; sign removal and replacement; permits, flagger, etc. necessary for railroad, roadway and utility crossings; mailbox replacement; surveying and replacement of monuments; dust control; removal of mud from roadways; installation of pipeline markers; hydrostatic testing, and draining of line; temporary traffic control as required and any incidental work and materials not otherwise provided for in this Section, all in strict accordance with the Contract Drawings and Project Specifications. Construction and maintenance of required access roadways and driveways and test plugs used for testing the line shall also be included in the unit price bid for pipe. Payment for pipe shall include any and all extra precautions or construction requirements necessary to adequately protect and support existing utilities and relocate existing utilities as necessary for construction of main line pipe. The Contractor is responsible for all fees assessed by utility companies to provide utility support for existing utility lines, at no additional cost to the Owner. Payment shall include all costs required to have utility companies repair any damage to their lines caused by the Contractor’s activities and any cleanup, property damages, fines, etc., resulting from damage caused by the Contractor to any utility. No separate payment will be made for rock excavation, and the cost thereof shall be included in unit price bid. The Contractor is not responsible for crop damage inside the permanent and temporary easement. The Contractor is responsible for any crop or other property damage outside the easement, caused by his operation, and shall negotiate a settlement with the landowner that will ensure that no claim will be filed against the Owner. All special easement requirements as listed on the Contract Drawings or in the Project Specifications shall be made incidental to this bid item. If an Item 17 Payment Procedures 01 29 00 - 12 PRP17368 – Lower Pressure Plane Water Line existing utility, sidewalk or structure is damaged or must be relocated for construction, the cost of the repair or relocation shall be borne by the Contractor. END OF SECTION Item 17 Project Management and Coordination 01 31 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish equipment, manpower, products, and other items necessary to complete the Project with an acceptable standard of quality and within the Contract time. Construct Project in accordance with current safety practices. B. Manage Site to allow access to Site and control construction operations. C. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. D. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in Section 01 57 00 “Temporary Controls.” F. Cost for Project Management and Coordination as described in this section are to be included in the Contract Price. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents as determined by the Engineer and Owner. B. Remove defective Work from the Site immediately unless provisions have been made and approved by the Engineer to allow repair of the product at the Site. Clearly mark the Work as "defective" until it is removed or allowable repairs have been completed. 1.03 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00 “Submittal Procedures.” 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. Maintain one copy of these documents at the Site until the Project is complete. Incorporate this information into submittals. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 STANDARDS A. Perform Work to comply with local, State and Federal ordinances and regulations. B. Provide materials and equipment that has National Science Foundation 60/61 approval for use in potable water supply systems. Advise the Engineer of any material requirements in Item 17 Project Management and Coordination 01 31 00 - 2 PRP17368 – Lower Pressure Plane Water Line these Contract Documents that conflict with National Science Foundation 60/61requirements. 1.05 PERMITS A. Obtain a building permit for the Project from the local authorities having jurisdiction. Building permit fees will be waived by the Owner. B. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license, including additional insurance requirements. C. Obtain and pay for all other necessary permits including any and all necessary highway, street and road permits for transporting pipe and/or heavy equipment necessary for construction of the Project. D. Obtain and pay for other permits necessary to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. 1.06 SAFETY REQUIREMENTS A. Assume sole responsibility for safety at the Site. Protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide and maintain barricades, guard rails, covered walkways, and other protective devices to warn and protect from hazards at the Site. C. Comply with latest provisions of the Occupational Health and Safety Administration and other regulatory agencies in performing Work. D. Cooperate with accident investigations related to the Site. Provide two copies of all reports, including insurance company reports, if requested by the Owner, prepared concerning accidents, injury, or death on the Site to the Engineer as Record Data per Section 01 33 00 “Submittal Procedures.” 1.07 COORDINATION A. Coordinate the Work of various trades having interdependent responsibilities for installing, connecting to, and placing equipment in service. B. Coordinate requests for substitutions to provide compatibility of space, operating elements, effect on the Work of other trades, and on the Work scheduled for early completion. C. Coordinate the use of Project space and the sequence of installation of equipment, elevators, walks, mechanical, electrical, plumbing, or other Work that is indicated diagrammatically on the Drawings. 1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as practical, with due allowance for available physical space. 2. Utilize space efficiently to maximize accessibility for Owner’s maintenance and repairs. Item 17 Project Management and Coordination 01 31 00 - 3 PRP17368 – Lower Pressure Plane Water Line 3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and location of equipment as needed to resolve spatial conflicts between the various trades. Document the actual routing on the Record Drawings. D. Conceal ducts, pipes, wiring, and other non-finish items in finished areas, except as otherwise shown. Coordinate locations of concealed items with finish elements. E. Coordinate with architectural reflected ceiling plans the exact location and dimensioning of items which occur within hung ceilings. Request clarification from the Engineer prior to proceeding with fabrication or installation if a conflict exists. F. Schedule construction activities in sequence required to obtain best results where installation of one part of the Work is dependent on installation of other components, either before or after its own installation. G. Make adequate provisions to accommodate items scheduled for later installation, including: 1. Accepted alternates. 2. Installation of products purchased with allowances. 3. Work by others. 4. Owner-supplied, Contractor-installed items. H. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and other systems, materials, and equipment. Comply with the following requirements: 1. Coordinate mechanical and electrical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction. 4. Coordinate the installation of required supporting devices and sleeves to be set in cast- in-place concrete and other structural components, as they are constructed. 5. Install systems, materials, and equipment as permitted by codes to provide the maximum headroom possible where mounting heights are not detailed or dimensioned. 6. Coordinate the connection of systems with exterior underground and overhead utilities and services. Comply with the requirements of governing regulations, franchised service companies, and controlling agencies. Provide required connection for each service. 7. Install systems, materials, and equipment to conform with approved submittal data, including coordination drawings, to the greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Adjust routing of piping, ductwork, utilities, and location of equipment as needed to resolve spatial conflicts between the various trades. Document changes in the indicated routings on the Record Drawings. 8. Install systems, materials, and equipment level and plumb, parallel and perpendicular to other building systems and components. Item 17 Project Management and Coordination 01 31 00 - 4 PRP17368 – Lower Pressure Plane Water Line 9. Install systems, materials, and equipment to facilitate servicing, maintenance, and repair or replacement of components. As much as practical, connect for ease of disconnecting, with minimum of interference with other installations. Extend grease fittings to accessible locations. 10. Install access panel or doors where units are concealed behind finished surfaces. 11. Install systems, materials, and equipment giving right-of-way priority to systems required to be installed at a specified slope. 1.08 CONTRACTOR’S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the Engineer. Coordinate the use of the premises with the Engineer. B. Repair or correct any damage to existing facilities, including contamination, caused by the Contractor’s personnel, visitors, materials, or equipment. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in Section 01 57 00 “Temporary Controls.” E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing to be worn on the project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons permanently and immediately from the Site. 1.09 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe temporary walks or other structures to allow access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. Item 17 Project Management and Coordination 01 31 00 - 5 PRP17368 – Lower Pressure Plane Water Line C. Provide security at the Site as necessary to protect against vandalism and loss by theft. D. Use State, County, or City roadways for construction traffic only with written approval of the appropriate representatives of each entity. State, County, or City roadways may not all be approved for construction traffic. Obtain written approval to use State, County, City or private roads to deliver pipe and/or heavy equipment to the Site. Copies of the written approvals must be furnished to the Owner as Record Data before Work begins. No additional compensation will be paid because the Contractor is unable to gain access to the easement from public roadways. 1.10 PROPERTY PROVISIONS A. Make adequate provisions to maintain the flow of storm sewers, sanitary sewers, drains and water courses encountered during the construction. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not curtailed. Restore structures which may have been disturbed during construction to their original position as soon as construction in the area is completed. B. Protect trees, fences, signs, poles, guy wires, and all other property unless their removal is authorized. Restore any property damaged to equal or better condition per Paragraph 1.11 of this Section. 1.11 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report these to the Engineer before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 01 35 00 “Special Procedures.” Coordinate Work with Contractor, local utility company and others. Include cost of demolition and replacement, restoration or relocation of these structures in the Cost of Work. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damage to items to be protected to the satisfaction of the Engineer, utility owner and Owner without additional compensation from the Owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless shown in the Contract Documents or approved by the Engineer. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines or other obstructions. Include the cost of relocation and permits required to move existing utilities in the Cost of Work. E. Protect existing trees and landscaping at the site. 1. Visit the Site with Engineer to identify trees that may be removed during construction. 2. Mark trees to be removed with paint. Item 17 Project Management and Coordination 01 31 00 - 6 PRP17368 – Lower Pressure Plane Water Line 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. F. Protect buildings from damage when handling material or equipment. Protect finished surfaces, including floors, doors, and jambs. Remove doors and install temporary wood protective coverings over jambs. 1.12 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Disruptions to existing utilities, piping, process piping, or electrical services shall be kept to a minimum. 1. Do not restrict access to critical valves, operators, or electrical panels. 2. Do not store material or products inside structures. 3. Limit operations to the minimum amount of space needed to complete the specified Work. 4. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with Section 01 35 00 “Special Procedures” if facilities must be taken out of operation. 1.13 FIELD MEASUREMENTS A. Perform complete field measurements for products required to fit existing conditions prior to purchasing products or beginning construction. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Verify pipe class, equipment capacities, existing electrical systems and power sources for existing conditions. D. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. E. Include field measurements in Record Drawings as required in Section 01 31 13 “Project Coordination.” 1.14 REFERENCE DATA AND CONTROL POINTS A. The Engineer will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. 3. Designated control points may be on an existing structure or monument. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Do not change or relocate points without prior Item 17 Project Management and Coordination 01 31 00 - 7 PRP17368 – Lower Pressure Plane Water Line approval of the Engineer. Notify Engineer when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record data and measurements per standards. 1.15 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the Engineer and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. F. Obtain and pay for the use of any additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground; slope to provide drainage. Protect products from soiling or staining. 2. Cover products subject to dislocation or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. Item 17 Project Management and Coordination 01 31 00 - 8 PRP17368 – Lower Pressure Plane Water Line 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements. 2. Supplier’s required environmental conditions are continually maintained. 3. Surfaces of products exposed to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.16 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with codes, ordinances, regulations, and anti-pollution laws. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private dumping areas. 1.17 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Submit a written request for Owner’s approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. 4. Do not close public roads overnight. Item 17 Project Management and Coordination 01 31 00 - 9 PRP17368 – Lower Pressure Plane Water Line B. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. C. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if an historical or archaeological find is made during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological Sites have been identified at the Site. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the Owner, Texas Water Development Board and the Texas Historical Commission. C. Do not disturb Archaeological Sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit Archaeological Work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract time will be modified to compensate for delays caused by such archaeological finds. No additional compensation shall be paid for delays. 1.20 CUTTING AND PATCHING A. Perform cutting, fitting, and patching required to complete the Work or to: 1. Uncover Work to provide for installation of new Work or the correction of defective Work. 2. Provide routine penetrations of non-structural surfaces for installation of mechanical, electrical, and plumbing Work. 3. Uncover Work that has been covered prior to observation by the Engineer. Item 17 Project Management and Coordination 01 31 00 - 10 PRP17368 – Lower Pressure Plane Water Line B. Submit written notification to the Engineer in advance of performing any cutting which affects: 1. Work of any other Contractor or the Owner. 2. Structural integrity of any structure or system of the project. 3. Integrity or effectiveness of weather exposed or moisture resistant structure or systems. 4. Efficiency, operational life, maintenance, or safety of any structure or system. 5. Appearance of any structure or surfaces exposed occasionally or constantly to view. C. The notification shall include: 1. Identification of the Project. 2. Location and description of affected Work. 3. Reason for cutting, alteration, or excavation. 4. Effect on the Work of any separate contractor or Owner. 5. Effect on the structural or weatherproof integrity of the project. 6. Description of proposed Work, including: a. Scope of cutting, patching, or alteration. b. Trades that will perform the Work. c. Products proposed for use. d. Extent of refinishing to be performed. e. Cost proposal, when applicable. 7. Alternatives to cutting and patching. 8. Written authorization from any separate Contractor whose Work would be affected. 9. Date and time Work will be uncovered or altered. D. Examine the existing conditions, including structures subject to damage or to movement during cutting or patching. 1. Inspect conditions affecting installation of products or performance of the Work after uncovering the Work. 2. Provide a written report of unacceptable or questionable conditions to the Engineer. The Contractor shall not proceed with Work until Engineer has provided further instructions. Beginning Work will constitute acceptance of existing conditions by the Contractor. E. Protect the structure and other parts of the Work and provide adequate support to maintain the structural integrity of the affected portions of the Work. Provide devices and methods to protect adjacent Work and other portions of the Project from damage. Provide protection from the weather for portions of the Project that may be exposed by cutting and patching Work. F. Execute cutting and demolition by methods which will prevent damage to other Work, and will provide proper surfaces to receive installation of repairs. Item 17 Project Management and Coordination 01 31 00 - 11 PRP17368 – Lower Pressure Plane Water Line G. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. H. Cut, remove, and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to, the removal of mechanical piping, heating units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified Work. I. Restore Work which has been cut or removed. Install new products to provide completed Work per the Contract Documents. J. Fit Work air-tight to pipes, sleeves, ducts, conduit, and other penetrations through the surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert with materials with physical characteristics equivalent to fire resistance requirements of penetrated surface. K. Patch finished surfaces and building components using new products specified for the original installation. L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. 1.21 PRELIMINARY OCCUPANCY A. Owner may deliver, install and connect equipment, furnishings, or other apparatus in buildings or other structures. These actions do not indicate acceptance of any part of the building or structure and does not affect the start of warranties or correction periods. B. Protect the Owner’s property after installation is complete. C. Owner or Engineer may use any product for testing or determine that the product meets the requirements of the Contract Documents. This use does not constitute acceptance by either the Owner or Engineer. These actions do not indicate acceptance of any part of the product and does not affect the start of warranties or correction periods. 1.22 ENDANGERED SPECIES RESOURCES A. No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease Work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the Texas Water Development Board, the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the Work to continue, or implement other mitigative actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. Item 17 Project Management and Coordination 01 31 00 - 12 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials in accordance with the requirements of the individual Sections. 3.00 EXECUTION 3.01 PERFORMANCE OF WORK A. Perform the Work per the Supplier’s published instructions. Do not omit any preparatory step or installation procedure unless specifically exempted or modified by Field Order. END OF SECTION Item 17 Project Coordination 01 31 13 - 1 PRP17368 – Lower Pressure Plane Water Line 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the Engineer or Owner. 1.02 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00 “Submittal Procedures.” 1.03 COMMUNICATION DURING THE PROJECT A. The Engineer is to be the first point of contact for all parties on matters concerning this project. B. The Engineer will coordinate correspondence concerning: 1. Submittals, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract modifications. 4. Observation of Work and testing. 5. Claims. C. The Engineer will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Engineer at the address indicated at the Pre- construction Conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in Section 01 33 00 “Submittal Procedures.” 1.04 PROJECT MEETINGS A. Pre-construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the Engineer. Item 17 Project Coordination 01 31 13 - 2 PRP17368 – Lower Pressure Plane Water Line 3. The time of the meeting will be determined by the Engineer but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The Owner, Engineer, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per Section 01 32 16 “Construction Progress Schedule.” b. Preliminary submittal schedule per Section 01 33 00 “Submittal Procedures.” c. Schedule of values and anticipated schedule of payments per Section 01 29 00 “Payment Procedures.” d. List of Subcontractors and Suppliers. e. Contractor’s organizational chart as it relates to this Project. f. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, contract modifications and payment requests. B. Progress Meetings: 1. Attend meetings with the Engineer and Owner. a. Meet on a monthly basis or as requested by the Engineer to discuss the Project. b. Meet at the Site or other location as designated by the Engineer. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the Engineer of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the Engineer or Owner concerning this Project. a. Prepare to discuss: 1). Status of overall project schedule. 2). Contractor’s detailed schedule for the next month. 3). Anticipated delivery dates for equipment. 4). Coordination with the Owner. 5). Status of submittals. 6). Information or clarification of the Contract Documents. 7). Claims and proposed modifications to the Contract. 8). Field observations, problems, or conflicts. 9). Maintenance of quality standards. Item 17 Project Coordination 01 31 13 - 3 PRP17368 – Lower Pressure Plane Water Line 3. Review the minutes of the meeting and notify the Engineer of any discrepancies within ten days of the date of the meeting memorandum. a. Following that date, the minutes will stand as shown or as corrected. b. Corrections will be reflected in the minutes of the following meeting. Issues discussed will be documented and old issues will remain on minutes of subsequent meetings until the issue is resolved. C. Pre-submittal and Pre-installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the Engineer (for example, instrumentation, roofing, concrete mix design, etc.). 2. The location of the meeting will be determined by the Owner. 3. The time of the meeting will be determined by the Contractor when ready to proceed with the associated Work, subject to submission of a Notification by Contractor (NBC) on the form shown in Section 01 31 13.13 “Forms” and acceptable by the Engineer and Owner of the proposed time. 4. The Owner, Engineer, the Contractor’s project manager and superintendent, and representatives from affected Subcontractors and Suppliers shall attend the meeting. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Engineer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided by the Engineer. 2. Attach adequate information to permit a written response without further clarification. Engineer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Engineer will initiate a Contract Modification Request per Paragraph [1.08] if the RFI indicates that a contract modification is required. 1.06 NOTIFICATION BY CONTRACTOR A. Notify the Engineer of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. Item 17 Project Coordination 01 31 13 - 4 PRP17368 – Lower Pressure Plane Water Line 5. Required observation by Engineer or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow Owner and Engineer time to respond appropriately to the notification. C. Use “Notification by Contractor” form shown in Section 01 31 13.13 “Forms.” 1.07 REQUESTS FOR MODIFICATIONS A. Submit a request to the Engineer for any change in the Contract Documents. 1. Use the “Contract Modification Request” (Contract Modification Request) form shown in Section 01 31 13.13 “Forms.” 2. Assign a number to the Contract Modification Request when issued. 3. Include with the Contract Modification Request: a. A complete description of the proposed modification. b. The reason the modification is requested. c. A detailed breakdown of the cost of the change (necessary only if the modification requires a change in contract amount). The itemized breakdown is to include: 1). List of materials and equipment to be installed. 2). Man hours for labor by classification. 3). Equipment used in construction. 4). Consumable supplies, fuels, and materials. 5). Royalties and patent fees. 6). Bonds and insurance. 7). Overhead and profit. 8). Field office costs. 9). Home office cost. 10). Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Provide a revised schedule indicating the effect on the critical path for the Project and a statement of the number of days the Project may be delayed by the modification. 4. Submit a Contract Modification Request to the Owner to request a field change. 5. A Contract Modification Request is required for all substitutions or deviations from the Contract Documents. Item 17 Project Coordination 01 31 13 - 5 PRP17368 – Lower Pressure Plane Water Line 6. Engineer will evaluate the request for a contract modification. B. Owner will initiate changes through the Engineer. 1. Engineer will prepare a description of proposed modifications to the Contract Documents. 2. Engineer will use the Contract Modification Request form. Engineer will assign a number to the Contract Modification Request when issued. 3. Return the Contract Modification Request with a proposal to incorporate the requested change. Include a breakdown of costs into materials and labor in detail outline above to allow evaluation by the Engineer. C. Engineer will issue a Field Order or a Change Order per the General Conditions if a contract modification is appropriate. 1. Modifications to the contract can only be made by a Field Order or a Change Order. 2. Changes in the Project will be documented by a Field Order or by a Change Order. 3. Field Orders may be issued by the Engineer for contract modifications that do not change the Contract Price or Contract Time. 4. Any modifications that require a change in Contract Price or Contract Time can only be approved by Change Order. a. Proposals issued by the Contractor in response to a Contract Modification Request will be evaluated by the Engineer. b. If a Change Order is recommended, the Engineer will prepare the Change Order. c. The Change Order will be sent to the Contractor for execution with a copy to the Owner recommending approval. d. Change Orders can only be approved by the Owner. 1). Work performed on the proposed contract modifications prior to the approval of the Change Order will be performed at the Contractor’s risk. 2). No payment will be made for Work on Change Orders until approved by the Owner. D. The Contractor may be informed that the Contract Modification Request is not approved and construction is to proceed in accordance with the Contract Documents. 1.08 RECORD DRAWINGS A. Maintain at the site one complete record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Contract modifications. 5. Approved Shop Drawings and record data. Item 17 Project Coordination 01 31 13 - 6 PRP17368 – Lower Pressure Plane Water Line 6. One set of construction photographs. 7. Test records. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store documents and Samples in the Contractor’s field office. 1. Documents are to remain separate from documents used for construction. Do not use these documents for construction. 2. Provide files and racks for the storage of documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain documents in clean, dry, legible conditions, and in good order. 5. Make documents and Samples available at all times for inspection by the Engineer and Owner. C. Marking Drawings: 1. Label each document as “Project Record” in large printed letters. 2. Record information as construction is being performed. a. Do not conceal any Work until the required information is recorded. b. Mark Drawings to record actual construction, including the following: 1). Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. 2). Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. 3). Location of internal utilities and appurtenances concealed in the construction. Refer measurements to permanent structure on the surface. Include the following equipment: a). Piping. b). Ductwork. c). Equipment and control devices requiring periodic maintenance or repair. d). Valves, unions, traps, and tanks. e). Services entrance. f). Feeders. g). Outlets. 4). Changes of dimension and detail. 5). Changes made by Field Order and Change Order. 6). Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to Requests for Information. Item 17 Project Coordination 01 31 13 - 7 PRP17368 – Lower Pressure Plane Water Line c. Mark Specifications and Addenda to identify products provided. 1). Record product name, trade name, catalog number, and each Supplier (with address and phone number) of each product and item of equipment actually installed. 2). Record changes made by Field Order and Change Order. d. Mark additional Work or information in erasable pencil. 1). Use red for new or revised indication. 2). Use purple for Work deleted or not installed (lines to be removed). 3). Highlight items constructed per the Contract Documents in yellow. e. Submit record documents to Engineer for review and acceptance 30 days prior to final completion of the Project. 1). Provide one set of marked up Drawings. 2). Provide six sets of Specifications. D. Applications for Payment will not be recommended for payment if record documents are found to be incomplete or not in order. Final payment will not be recommended without complete record documents. END OF SECTION Item 17 Forms 01 31 13.13 - 1 PRP17368 – Lower Pressure Plane Water Line 01 31 13.13 FORMS 1.00 GENERAL 1.01 PROJECT FORMS A. Use the forms shown in this Section for Contract administration, submittals and documentation of test results. Digital copies of these forms in Microsoft Word or Excel will be provided to the Contractor before or at the pre-construction conference. Forms included are listed below: B. Contract administration forms: 1. Request for Information. 2. Notification by Contractor. 3. Contractor’s Modification Request. C. Application for Payment forms: 1. Consent of Surety Company to Payment Procedures. 2. Application for Payment forms. D. Submittal forms: 1. Submittal Transmittal. 2. Shop Drawing Deviation Request. 3. Concrete Mix Design. a. Attachment “A” – Basic for Mix Design – Field Strength Test Record. b. Attachment “B” – Basis for Mix Design – Trial Mixture. E. Testing Forms: 1. Pressure Pipe Test Report. 2. Protective Coating Test Report. F. Project closeout forms: 1. Consent of Surety Company to Final Payment. 2. Consent of Surety Company to Reeducation of or Partial Release of Retainage. 3. Contractor’s Affidavit of Payment of Debts and Claims. 4. Contractor’s Affidavit of Release of Liens. END OF SECTION Item 17 PRP17368 – Lower Pressure Plane Water Line REQUEST FOR INFORMATION (4.14 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. REFERENCE DATA: Specification Section No._________ Page No._____ Paragraph No._____ Drawing No._____ Detail description: CONTRACTOR REQUESTS: Information Interpretation Clarification for the items described below or in the attached material referenced below: CONTRACTOR'S PROPOSED SOLUTION: REQUESTED BY: DATE: ENGINEER'S RESPONSE: Information Interpretation Clarification for the items described above or in the attached material referenced: RESPONSE BY: DATE: Item 17 PRP17368 – Lower Pressure Plane Water Line NOTIFICATION BY CONTRACTOR (4.15 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: NO.: NOTIFICATION IS GIVEN OF THE FOLLOWING: Concrete Placement Notice Electrical Observation Request Concrete Testing Request Mechanical Observation Request Soils Testing Request Facility Shutdown Request Mechanical Testing Request Request to Work Outside Regular Hours Structural Observation Request Other (See Below) Date When Work is to be Accomplished: Description: Requested by: Date: RESPONSE TO NOTIFICATION: Response by: Date: Item 17 PRP17368 – Lower Pressure Plane Water Line CONTRACT MODIFICATION REQUEST (4.42 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION:NO. __________ NOTIFICATION BY CONTRACTOR The Contractor proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment "A" and requests that you take the following action: Notify us that you concur that this change does not require a change in Contract time or amount and issue a Field Order. Issue a Work Change Directive to authorize us to proceed with the described change with payment at the Contract unit prices. Issue a Work Change Directive to authorize us to proceed with the change under the time and materials provisions of the Contract Documents. Issue a Work Change Directive or Change Order for performing the described change. Proposed change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract time are shown in the attached revised schedule. By: Date: CONSTRUCTION MANAGER'S RESPONSE We concur that this change does not require a change in Contract time or amount. A Field Order will be issued. We concur that you proceed with the change with payment to be made at the Contract unit prices. A Work Change Directive will be issued. We concur that you proceed with the change under the time and materials provisions of the Contract Documents. A Work Change Directive will be issued. A Change Order will be issued based on the attached proposal. Additional information is required to evaluate this request. Provide information as described in the attached comments and resubmit. Contract Modification Request is not accepted. By: Date: Item 17 PRP17368 – Lower Pressure Plane Water Line For Contractors Use: Field Order ______ issued. Change Order ______ issued. Work Change Directive ______issued. Contract Modification cancelled for the following reasons: ____________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Item 17 PRP17368 – Lower Pressure Plane Water Line CONTRACT MODIFICATION REQUEST ATTACHMENT A (4.42 / ) Item 17 PRP17368 – Lower Pressure Plane Water Line CONSENT OF SURETY COMPANY TO PAYMENT PROCEDURES (4.86 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves schedule of values, payment request form and method of payment for the referenced project. In witness whereof, the Surety Company has hereunto set its hand this day of 20 . Surety Company By Authorized Representative Title Address: Attach Power of Attorney Item 17 PRP17368 - Lower Pressure Plane Water Line CONTRACTOR'S APPLICATION FOR PAYMENT PAY REQUEST NO: DATE: PERIOD FROM: TO: PROJECT: ENGINEER:FREESE & NICHOLS, INC. 6136 FRISCO SQUARE BLVD, SUITE 200 FRICSO, TEXAS 75034 OWNER: TOWN OF PROSPER CONTRACTOR: P.O. BOX 307 121 W. BROADWAY PROSPER, TEXAS 75078 BIDS RECEIVED:CONTRACT DATE:NOTICE TO PROCEED: CONTRACT AMOUNT: CALENDAR DAYS:COMPLETION DATE: ADJUSTMENTS:EXTENSIONS: REVISED AMOUNT:REVISED DAYS:REVISED DATE: SUMMARY OF JOB STATUS:SUBMITTED BY: Total Work Completed By:__________________________________ Name Title Material Stored on Site Date: ________________________________ Subtotal Less 5% Retained VERIFIED BY: TOWN OF PROSPER ENGINEERING Subtotal By:__________________________________ Name Construction Mgr. Less Previous Payments Date: ________________________________ Amount Due This Period REVIEWED BY: FREESE & NICHOLS By:__________________________________ Name Project Engineer Date: ________________________________ APPROVED FOR PAYMENT BY: TOWN OF PROSPER By:__________________________________ Name Executive DirectorWORK COMPLETED % Date: ________________________________ TIME:% Item 17 PRP17368 – Lower Pressure Plane Water Line SUBMITTAL TRANSMITTAL (4. / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ARCHITECT/ENGINEER: Freese & Nichols, Inc. REFERENCE DATA: Contractor's Submittal No. Specification Section: Plan Sheet No.: Description: CONTRACTOR'S CERTIFICATION: I hereby certify that this submittal has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and Field Orders. CERTIFIED BY: DATE: TYPE #DESCRIPTION #SENT #RET'D STATUS CMR Contractor's Modification Request Approved CTR Certified Test Report Approved As Noted EIR Equipment Installation Report Not Approved O&M Operation & Maintenance Manual Revise & Resubmit NBC Notification By Contractor Filed As Received PCM Proposed Contract Modification Final Distribution PR Payment Request Change Order Issued PP Project Photographs Field Order Issued RD Record Data Recommended For Approval RFI Request For Information Returned W/O Review SAM Sample Add'l Information Required SCH Schedule Of Progress Cancelled SD Shop Drawing See Review Comments Pending Change Order FOR ARCHITECT / ENGINEER'S USE ONLY DATE RECEIVED_______________ BY________ DATE RETURNED_______________BY________ COMMENTS: DISTRIBUTION REVIEW NO.SENT TO.NO.SENT TO.DEPT.BY DATE SENT DATE RET=D Item 17 PRP17368 – Lower Pressure Plane Water Line SHOP DRAWING DEVIATION REQUEST (4.31 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. Shop Drawing No. SD- . Reference Specification/Drawing: Description: For Engineer’s Use Only When executed here by the Engineer, this form becomes Field Order: FO - on this project, and it is issued to document the deviations approved below by the Engineer. With the exception of the deviations noted below, this Shop Drawing was reviewed by the Contractor and was determined to be in strict compliance with the Contract Documents. The Contractor requests that the following specific deviations to the Contract Documents be permitted. Contractor’s Signature Date To Be Completed By Contractor . Engineer’s Signature Date Deviation Item No. Specification No.Description Not Approved Approved By (signature)Date Change Order Required Item 17 PRP17368 – Lower Pressure Plane Water Line The deviations to the Contract Documents listed above that are signed by the Engineer are approved. It is the Engineer’s opinion that this approval supplements the Contract Documents pursuant to the provision of General Condition 3.04B in the Contract Documents and does not alter the Contract Price or Contract Time. The Contractor shall notify the Engineer prior to commencing the work should he disagree with the Engineer’s opinion and a change order should be requested. Item 17 PRP17368 – Lower Pressure Plane Water Line Concrete Mix Design PROJECT NAME: FNI PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER / CLASS: A. Mix Design Cement = lb/yd3 Fly Ash = lb/yd3 Other Cementitious Material: _________________________ = lb/yd3 Fine Aggregate (Dry Weight) = lb/yd3 Coarse Aggregate (Dry Weight) = lb/yd3 Water = lb/yd3 Water Reducing Admixture = oz/yd3 High Range Water Reducer = oz/yd3 Air Entraining Admixture = oz/yd3 Other Admixture: _________________________ = oz/yd3 Slump = inches Gross Weight = lb/yd3 Air Content = % Water/Cement Ratio = B. Materials SOURCE ASTM TYPE REMARKS Cement Fly Ash Other Cementitious Material: ___________ Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Other Admixture: ___________ Item 17 PRP17368 – Lower Pressure Plane Water Line C. Determination of Average Strength Required (f’cr) 1. Test Records Available: A. Summary of Test Records: (Provide supporting documentation.) Test Group No. No. of Consecutive Tests Specified Strength (psi) Standard Deviation (psi) Average Standard Deviation: B. Standard Deviation Modification Factor (ACI 301, Table 4.2.3.3.a) ________ C. Standard Deviation Used ________ Average Compressive Strength Required ________ 2. Test Records Not Available: A. Average Compressive Strength Required (ACI 301, 4.2.3.3.b, if required) ________ D. Documentation of Required Average Compressive Strength (Check One) 1. Field Strength Test Record (ACI 301, 4.2.3.4.a) ________ Complete Attachment A. 2. Trial Mixtures (ACI 301, 4.2.3.4.b) ________ Complete Attachment B. I, __________________________ certify that the above information is correct and all gradations, cement certifications and test results are located at our place of business for review by the Engineer. NAME: DATE: TITLE: COMPANY: Item 17 PRP17368 – Lower Pressure Plane Water Line Attachment A Documentation of Average Strength – Field Strength Test Record (ACI 301, 4.2.3.4.a) A. Summary of test records: (Provide supporting documentation.) Test Record No. No. of Tests in Record Duration of Record (days) Water- Cementitious Materials Ratio Average Strength (psi) B. Interpolation used? ________ Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. Item 17 PRP17368 – Lower Pressure Plane Water Line Attachment B Documentation of Average Strength – Trial Mixtures (ACI 301, 4.2.3.4.b) A. Summary of test record(s): Trial Mix No. 7-day Tests 28-day Tests Water- Cementitious Materials Ratio Slump (in) Air Content (%) Temp- erature (°F) No. of Test Cylinders Strength (psi) No. of Test Cylinders Strength (psi) B. Maximum water-cementitious materials ratio ________ Provide an interpolation calculation or plot of strength versus water-cementitious materials ratio. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Amount of water used in trial mixes. 4. Proportions of each aggregate material per cubic yard. 5. Gross weight per cubic yard. 6. Measured slump. 7. Measured air content. 8. Compressive strength developed at 7 days and 28 days, from not less than three test cylinders cast for each 7 and 28 day test. Item 17 PRP17368 – Lower Pressure Plane Water Line PRESSURE PIPE TEST REPORT (4. / ) PROJECT: Lower Pressure Plane 42-inch Transmission Line PROJECT NUMBER: OWNER:Town of Prosper CONTRACTOR: ENGINEER: Freese and Nichols, Inc.PRP15160 DATE: REFERENCE DATA: No.: Description: Specification Section No.: Page No.: Par. No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: Yes No PIPELINE IDENTIFICATION: System Fluid: Identification No.: Pipe Size: Pipe Material: LOCATION: Structure: N/S Coord.: E/W Coord.: Station: Elev.: Test Section: From: To: Test Fluid Test Pressure Test Time Required Allowable Pressure Loss/Fluid Make-up Test No. Test Time Initial Pressure Final Pressure Pressure Change Fluid Added Test Pass/Fail Tested By Date Item 17 PRP17368 – Lower Pressure Plane Water Line PROTECTIVE COATING TEST REPORT (4. / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: REFERENCE DATA: Report No.: Description: APPLICATION AREA: Item coated (from drawings): Identification No.: Unit No.: LOCATION: Structure: N/S Coord.: E/W Coord.: Station: Elev.: SURFACE PREPARATION: Shop Primer Field Blast-Commercial Gray Field Blast- Near White Brush Blast Power Tool & Solvent Cleaning Field Blast-White Metal COATING APPLICATION: DRY FILM THICKNESS Coat Type Description (Brand, Series, Name/No.)Color Req’d Test Retest Primer Interim Interim Finish CHECKED FOR HOLIDAYS Not Required Tested and Defects Marked Date: Tested and No Defects Discovered Date: Testing By: With: Witnessed by: With: Item 17 PRP17368 - Lower Pressure Plane Water Line CONSENT OF SURETY COMPANY TO FINAL PAYMENT (4.86 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves final payment to the Contractor, and agrees that final payment to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this day of 20 . Surety Company By Authorized Representative Title Address: Attach Power of Attorney Item 17 PRP17368 – Lower Pressure Plane Water Line CONSENT OF SURETY COMPANY TO REDUCTION OF OR PARTIAL RELEASE OF RETAINAGE (4.86 / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves a reduction of or partial release of retainage to the Contractor in the amount of and agrees that payment of this amount to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract, and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this day of 20 . Surety Company By: Authorized Representative Title: Address: Attach Power of Attorney Item 17 PRP17368 – Lower Pressure Plane Water Line CONTRACTOR'S AFFIDAVIT OF PAYMENT OF DEBTS AND CLAIMS (4. / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Contractor, in accordance with the Contract Documents, hereby certifies that, except as listed below, all obligations for all materials and equipment furnished, for all work labor, and services performed, and for all known indebtedness and claims against the Contractor for damages arising in any manner in connection with the performance of the Contract referenced above for which the Owner or his property might in any way be held responsible have been paid in full or have otherwise been satisfied in full. EXCEPTIONS: (If none, write “NONE”. The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR BY TITLE Subscribed and sworn to before me this day of , 20 . Notary Public: My Commission Expires: Item 17 PRP17368 – Lower Pressure Plane Water Line CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS (4. / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or furnishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: (If none, write “NONE”. The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR By Title Subscribed and sworn to before me this day of , 20 Notary Public: My Commission Expires: Item 17 Construction Progress Schedule 01 32 16 - 1 PRP17368 - Lower Pressure Plane Water Line 01 32 16 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor the Work progress, to anticipate the time and amount of Applications for Payment, and to relate submittal processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of submittals and the dates when submittals must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take all requirements of Section 01 35 00 “Special Procedures” into consideration when preparing schedule. 1.02 SUBMITTALS A. Submit Progress Schedules in accordance with Section 01 33 00 “Submittal Procedures.” Submit schedules within the following times: 1. Preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. 2. Detailed schedule at least 10 days prior to the first payment request. B. Submit Progress Schedules with Applications for Payment. Schedules may be used to evaluate the Applications for Payment. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work. 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers. 3. Assist in monitoring the progress of the Work. 4. Assist in evaluating proposed changes to Contract Time and project schedule. 5. Assist the Owner in review of Contractor’s Application for Payment. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. C. Provide the schedule in the form of a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The graph is to indicate: Item 17 Construction Progress Schedule 01 32 16 - 2 PRP17368 - Lower Pressure Plane Water Line 1. Complete sequence of construction by activity. 2. Identification of the activity by structure, location, and type of Work. 3. Chronological order of the start of each item of Work. 4. The activity start and stop dates. 5. The activity duration. 6. Successor and predecessor relationships for each activity. Group related activities or use lines to indicate relationships. 7. A clearly indicated critical path. Indicate only one critical path on the schedule. The subsystem with the longest time of completion is the critical path where several subsystems each have a critical path. Float time is to be assigned to other subsystems. 8. Project percentage of completion, based on dollar value of the Work included in each activity to the last day of the pay period for each Application for Payment. D. Submit a separate submittal schedule indicating the dates when the submittals are to be sent to the Engineer. 1. List specific dates submittal is to be sent to the Engineer. 2. List specific dates submittal must be processed in order to meet the proposed schedule. 3. Allow a reasonable time to review submittals, taking into consideration the size and complexity of the submittal, the submission of other submittals, and other factors that may affect review time. 4. Allow time for re-submission of the submittals for each item. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous submittals and for the time lost when submittals are submitted for products that do not meet specification requirements. E. Update the schedule at the end of each monthly partial payment period to indicate the progress made on the Project to that date. 1.04 SCHEDULE REVISIONS A. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: 1. Number of days Project is behind schedule. 2. Narrative description of the steps to be taken to bring the Project back on schedule. 3. Anticipated time required to bring the Project back on schedule. B. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. C. Revise the schedule to indicate any adjustments in Contract Time approved by Change Order. 1. Revised schedule is to be included with Contract Modification Request for which an extension of time is requested. Item 17 Construction Progress Schedule 01 32 16 - 3 PRP17368 - Lower Pressure Plane Water Line 2. Failure to submit a revised schedule indicates that the modification shall have no impact on the ability of the Contractor to complete the Project on time and that the cost associated with the change of additional plant or work force have been included in the cost proposed for the modification. D. Updating the project schedule to reflect actual progress is not considered a revision to the project schedule. E. Applications for Payment will not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Contract time cannot be changed by the submission of this schedule. Contract Time can only be modified by approved Change Order. D. Schedule completion date must be the same as the contract completion date. Time between the end of construction and the contract final completion date is to be indicated as float time. END OF SECTION Item 17 Video and Photographic Documentation 01 32 34 - 1 PRP17368 – Lower Pressure Plane Water Line 01 32 34 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the Construction Manager before the start of construction. Provide additional recording as directed by the Construction Manager if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash and debris have been removed. 5. Employ a professional photographer approved by the Construction Manager to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 SUBMITTALS A. Submit photographic documentation as record data in accordance with Section 01 33 00 “Submittal Procedures.” B. Submit two DVDs of the video recording as record data in accordance with Section 01 33 00 “Submittal Procedures.” 2 Item 17 Video and Photographic Documentation 01 32 34 - 2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the Owner. C. Provide a digital copy on a DVD of the photographs taken. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. I. Submit DVD in a hard plastic case, clearly label the date(s) the DVD was made, the project name and Owner’s project number. If more than one DVD then indicate number as 1 of 2, 2 of 2, etc. END OF SECTION Item 17 Submittal Procedures 01 33 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 33 00 SUBMITTAL PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the Owner and Engineer to: 1. Record the products incorporated into the Project for the Owner. 2. Provide information for operation and maintenance of the Project. 3. Provide information for the administration of the Contract. 4. Allow the Engineer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. B. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the Engineer’s review of submittals. Contract modifications can only be approved by Change Order or Field Order. 1.02 CONTRACTOR’S RESPONSIBILITIES A. Review and certify all submittals prior to submission. B. Determine and verify: 1. Field measurements. 2. Field construction requirements. 3. Location of all existing structures, utilities and equipment related to the submittals. 4. Submittals are complete for their intended purpose. 5. Conflicts between the submittals related to the various Subcontractors and Suppliers have been resolved. 6. Quantities and dimensions shown on the submittals. C. Submit information per the procedures described in this section and the Specifications. D. Furnish the following submittals: 1. As specified in the attached Submittal Schedule or as specified in the individual Specification Sections. 2. Schedules, data and other documentation as described in detail in this section or referenced in the General Conditions and Contract Documents. 3. Documentation required for the administration of the Contract per Section 01 31 13 “Project Coordination.” 4. Shop Drawings required for consideration of a contract modification per Paragraph 1.08. 5. Submittals as required in the Specifications. 6. Submittals not required will be returned without Engineer’s review. Item 17 Submittal Procedures 01 33 00 - 2 PRP17368 – Lower Pressure Plane Water Line E. Submit a schedule indicating the date submittals will be sent to the Engineer and proposed dates that the product will be incorporated into the Project. Make submittals promptly in accordance with the schedule to cause no delay in the Project. 1. Send submittals to the Engineer allowing a reasonable time for delivery, review and marking submittals. Include time for review of a resubmission if necessary. Allow adequate time for the submittal review process, ordering, fabrication, and delivery of the product to not delay progress on the Project. 2. Schedule submittal to provide all information for interrelated Work at one time. No review will be performed on submittals requiring coordination with other submittals. Engineer will return submittals for resubmission as a complete package. F. Submit information for all of the components and related equipment required for a complete and operational system in the same submittal. 1. Include electrical, mechanical, and other information required to indicate how the various components of the system function. 2. Provide certifications, warranties, and written guarantees with the submittal package for review when they are required. 3. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Products not meeting the requirements of Contract Documents are defective and may be rejected at the Owner’s option. G. Payment will not be made for products for which submittals are required until the submittals have been received. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Engineer. 1.03 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Submittals not meeting these criteria will be returned without review. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents including Drawings and Specifications as modified by Addenda, Field Orders, and Change Orders. C. Furnish and install products that fully comply with the information included in the submittal. 1.04 SUBMITTAL PROCEDURES A. Submit an electronic copy of each submittal through the Project portal (website) provided by the Engineer. The Contractor will be provided access to log onto the website to post submittal documents and check the status of submittals. 1. The complete contents of each submittal, including associated drawings product data, etc., shall be submitted in Portable Document Format (PDF.) Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 papers. Item 17 Submittal Procedures 01 33 00 - 3 PRP17368 – Lower Pressure Plane Water Line 2. Create and submit color PDF documents where color is important to the evaluation of the submittal and / or where comments will be lost if only black and white PDF documents are provided. Submit Samples and color charts per Paragraph [1.04.H]. B. Transmit all submittals, with a properly completed Submittal Transmittal Form as provided in Section 01 31 13.13 “Forms.” 1. Use a separate transmittal form for each specific product, class of material, and equipment system. 2. Submit items specified in different sections of the Specifications separately unless they are part of an integrated system. C. Assign a submittal number to the documents originated to allow tracking of the submittal during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator PR Payment Request Contractor CO Change Order Engineer CMR Contract Modification Request Contractor CTR Certified Test Report Contractor EIR Equipment Installation Report Contractor FO Field Order Engineer NBC Notification by Contractor Contractor O&M Operation & Maintenance Manuals Contractor PD Photographic Documentation Contractor RD Record Data Contractor RFI Request for Information Contractor SAM Sample Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of submittal. 3. Issue numbers for resubmittals that have the same number as the original submittal followed by an alphabetical suffix indicating the number of times the same submittal has been sent to the Engineer for processing. For example: SD 025 A represents shop drawing number 25 and the letter “A” designates this is the second time this submittal has been sent for review. 4. Clearly note the submittal number on each page or sheet of the submittal. 5. Correct assignment of numbers is essential since different submittal types are processed in different ways. Item 17 Submittal Procedures 01 33 00 - 4 PRP17368 – Lower Pressure Plane Water Line D. Submit documents with uniform markings. 1. Mark submittals to: a. Highlight Contractor’s corrections in green. b. Highlight items pertinent to the products being furnished in yellow and delete items that are not when the Supplier’s standard drawings or information sheets are provided. c. Cloud items and highlight in yellow where selections by the Engineer or Owner are required. d. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. e. Provide an 8-by-3-inch blank space for Contractor’s and Engineer’s stamp. Contractor may use a digital certification if this is preferred. The certification must bear a digital signature. 2. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. E. Mark submittals to reference the Drawing number and/or section of the Specifications, detail designation, schedule or location that corresponds with the data submitted. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. F. Deliver Samples required by the Specifications to the Site. Provide a minimum of two Samples. G. Construct mock-ups from the actual products to be used in construction per detailed Specifications. H. Submit color charts and Samples for every product requiring color, texture or finish selection. 1. Submit all color charts and Samples at one time. 2. Do not submit color charts and Samples until all record data have been submitted or Shop Drawings for the products have been approved. 3. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the schedule for construction of the Project. I. Submit Contract Modification Request per Section 01 31 13 “Project Coordination” to request modifications to the Contract Documents. J. For non-electric submittals, the number of copies of each submittal to be sent by the Contractor and the number of copies of each submittal to be returned are: Item 17 Submittal Procedures 01 33 00 - 5 PRP17368 – Lower Pressure Plane Water Line Prefix Description No. of Copies Sent No. of Copies Returned PR Payment Request 4 1 O&M Final O&M Manuals 4 0 SAM Sample 2 0 K. Submit an electronic copy of each submittal to the Owner. The complete contents of each submittal, including associated drawings, Product Data, etc., shall be submitted in Adobe Acrobat PDF format, or other format approved by Engineer. 1.05 REVIEW PROCEDURES A. Shop drawings are reviewed in the order received, unless Contractor request that a different priority be assigned. B. Mark a submittal as “Priority” to place the review for this submittal ahead of submittals previously delivered. Priority submittals will be reviewed before other submittals for this Project which have been received but not reviewed. Use discretion in the use of “Priority” submittals as this may delay the review of submittals previously submitted. Revise the Schedule of Contractor’s Submittals for substantial deviations from the previous schedule. C. Review procedures vary with the type of submittal as described in Paragraph 1.06. 1.06 SUBMITTAL REQUIREMENTS A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection or installation of the product without additional detailed information from the Supplier. 1. Shop Drawings are requested so that the Engineer can: a. Assist the Owner in selecting colors, textures or other aesthetic features. b. Compare the proposed features of the product with the specified features so as to advise the Owner that the product does, in general, conform to the Contract Documents. c. Compare the performance features of the proposed product with those specified so as to advise the Owner that it appears that the product will meet the designed performance criteria. d. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. 2. Certify that the Contractor has reviewed the Shop Drawings and made all necessary corrections such that the products, when installed, will be in full compliance with the Contract Documents. Shop Drawings submitted without this certification will be returned without review. 3. Submit Shop Drawings for: a. Products indicated in the submittal schedule following this section. Item 17 Submittal Procedures 01 33 00 - 6 PRP17368 – Lower Pressure Plane Water Line b. When a substitution or equal product is proposed in accordance with Paragraph 1.10 of this Section. 4. Include a complete description of the material or equipment to be furnished. Information is to include: a. Type, dimensions, size, arrangement, model number, and operational parameters of the components. b. Weights, gauges, materials of construction, external connections, anchors, and supports required. c. Performance characteristics, capacities, engineering data, motor curves, and other information necessary to allow a complete evaluation of mechanical components. d. All applicable standards such as ASTM or Federal specification numbers. e. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings. f. Wiring and piping diagrams and related controls. g. Mix designs for concrete, asphalt, or other materials proportioned for the Project. h. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the submittal that the measurements represent actual dimensions obtained at the Site. 5. Provide all required statements of certification, guarantees, extended service agreements, and other related documents with the Shop Drawing. The effective date of these documents shall be the date of acceptance of the Work by the Owner. 6. Comments will be made on items called to the attention of the Engineer for review and comment. Any marks made by the Engineer do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. a. Submittals that are reviewed will be returned with one or more of the following designations: 1). Approved: Submittal is found to be acceptable as submitted. 2). Approved as Noted: Submittal is acceptable with corrections or notations made by Engineer and may be used as corrected. 3). Revise and Resubmit: Submittal has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. 4). Not Approved: Products are not acceptable. b. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Revise and Resubmit.” These drawings are to be revised to provide a clean record of the submittal. c. Dimensions or other data that do not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other Item 17 Submittal Procedures 01 33 00 - 7 PRP17368 – Lower Pressure Plane Water Line information provided. The Contractor is to make revisions as appropriate to comply with Contract Documents. B. Certifications, Warranties and Service Agreements include documents as specified in the individual Specifications, as shown in the submittal schedule, or as follows: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications (refer to Section 01 40 00 “Quality Requirements.”). 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Extended Warranty (EW): A guarantee of performance for the product or system beyond the normal 1 year warranty described in the General Conditions. Issue the warranty certificate in the name of the Owner. 4. Extended Service Agreement (ESA): A contract to provide maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the warranty period. Issue the service agreement in the name of the Owner. 5. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 6. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. C. Submit record data to provide information to allow the Owner to adequately identify the products incorporated into the Project and allow replacement or repair at some future date. 1. Provide Record Data for all products. Record data is not required for items for which Shop Drawings and/or operations and maintenance manuals are required. 2. Provide information only on the specified products. Submit a Contract Modification Request for approval of deviations or substitutions and obtain approval by Field Order or Change Order prior to submitting record data. 3. Provide the same information required for Shop Drawings. 4. Record data will be received by the Engineer, logged, and provided to Owner for the Project record. a. Record data may be reviewed to see that the information provided is adequate for the purpose intended. Inadequate drawings may be returned as unacceptable. b. Record data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. Item 17 Submittal Procedures 01 33 00 - 8 PRP17368 – Lower Pressure Plane Water Line D. Provide Samples for comparison with products delivered to the Site for use on the Project. 1. Samples shall be of sufficient size and quantity to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 2. Indicate the full range of color, texture, and patterns. 3. Dispose of Samples when related Work has been completed and approved, and disposal is requested by the Engineer. At Owner’s option Samples will become the property of the Owner. E. Construct mock-ups for comparison with the Work being performed. 1. Construct mock-ups of the size or area indicated in the detailed Specifications. 2. Construct mock-ups complete with texture and finish to represent the finished product. 3. Protect mock-ups until Work has been completed and accepted by the Owner. 4. Dispose of mock-ups when related Work has been completed and disposal is approved by the Engineer. F. Submit Operation and Maintenance manuals (O&M) for all equipment, mechanical devices, or components described in the Contract Documents per Section 01 78 23 “Operation and Maintenance Data.” Include copies of approved Shop Drawings in the manual. G. Submit Request for Information (RFI) in accordance with Section 01 31 13 “Project Coordination.” H. Submit a Schedule of Values and Application for Payment (AP) in accordance with Section 01 29 00 “Payment Procedures.” I. Submit Progress Schedules (SCH) in accordance with Section 01 32 16 “Construction Progress Schedule.” J. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance with Section 01 40 00 “Quality Requirements.” 1. Submit test reports for material fabricated for this Project with Shop Drawings for that product. 2. Submit test reports produced at the point of production for standard production products with the record data for that product. K. Submit a list of Suppliers and Subcontractors as record data in accordance with Section 01 31 13 “Project Coordination.” L. Submit Notifications by Contractor (NBC) in accordance with Section 01 31 13 “Project Coordination.” M. Submit Photographic Documentation (PD) in accordance with Section 01 32 34 “Video and Photographic Documentation.” 1.07 SUBMITTALS REQUIRED FOR THIS PROJECT A. Furnish the following Submittals: 1. Products as indicated in Section 01 33 00.01 “Table of Required Submittals.” Item 17 Submittal Procedures 01 33 00 - 9 PRP17368 – Lower Pressure Plane Water Line 2. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 1.08 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit request by Contract Modification Request (CMR) per Section 01 31 13 “Project Coordination.” Identify the deviations and the reason the change is requested. C. Include the amount of cost savings to the Owner for deviations that result in a reduction in cost. D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. 1.09 SUBMITTALS FOR EQUAL NON SPECIFIED PRODUCTS A. The products of the listed suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution and must be approved per Paragraph 1.10. B. Contractor may submit other manufacturers’ products that are in full compliance with the specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit Shop Drawings of adequate detail to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the Engineer’s responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for Item 17 Submittal Procedures 01 33 00 - 10 PRP17368 – Lower Pressure Plane Water Line additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A modification request is not required for any product that is in full compliance with the Contract Documents. 1.10 SUBMITTALS FOR SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. B. Submit the following for consideration of approval of a Supplier or product which is not specified: 1. Contract Modification Request for deviation from the Contract Documents per Paragraph 1.08. 2. Prove that the product is acceptable as a substitute. It is not the Engineer’s responsibility to prove the product is not acceptable as a substitute. a. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. b. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed substitute product is final. 3. Provide a written certification that, in making the substitution request, the Contractor: a. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. b. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the Manufacturer of the specified product. c. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. d. Will maintain the same time schedule as for the specified product. C. Pay engineering cost for review of substitutions. 1. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of Shop Drawings by Engineer and in accordance with the rates listed in Section 00 73 00 “Supplementary Conditions.” 2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly basis. Item 17 Submittal Procedures 01 33 00 - 11 PRP17368 – Lower Pressure Plane Water Line 1.11 WARRANTIES AND GUARANTEES A. Submit warranties and guarantees required by the Contract Documents with the Shop Drawings or record data. B. Provide additional copies for equipment and include this additional copy in the Operation and Maintenance Manuals. Refer to Section 01 78 23 “Operation and Maintenance Data.” C. Provide a separate manual for warranties and guarantees. 1. Provide a log of all products for which warranties or guarantees are provided, and for all equipment. Index the log by Specification section number on forms provided by the Engineer. 2. Indicate the start date, warranty or guarantee period and the date upon which the warranty or guarantee expires for products or equipment for which a warranty or guarantee is required. 3. Indicate the date for the start of the correction period specified in the General Conditions for each piece of equipment and the date on which the specified correction period expires. 4. Provide a copy of the warranty or guarantee under a tab indexed to the log. 1.12 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the submittals required by the Engineer and resubmit until approved. B. For Shop Drawings: 1. Revise initial drawings or data and resubmit as specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Engineer. 3. Highlight in blue any new revisions which have been made or additional details of information that has been added since the previous review by the Engineer. C. For Samples: 1. Submit new Samples as required for the initial Sample. 2. Remove Samples which have been rejected. D. For mock-ups: 1. Construct a new mock-up as initially required. 2. Dispose of mock-ups which have been rejected. E. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of Shop Drawings by Engineer. Item 17 Submittal Procedures 01 33 00 - 12 PRP17368 – Lower Pressure Plane Water Line 3. Pay cost for the additional review to the Owner on a monthly basis as billed by the Owner. 4. Need for more than one resubmission or any other delay of obtaining Engineer’s review of submittals, will not entitle the Contractor to an extension of Contract Time. All costs associated with such delays shall be at the Contractor’s expense. 1.13 ENGINEER’S DUTIES A. Review the submittals and return with reasonable promptness. B. Affix stamp, indicate approval, rejection, and the need for resubmittal. C. Distribute documents. END OF SECTION Item 17 Table of Required Submittals 01 33 00.01 - 1 PRP17368 – Lower Pressure Plane Water Line 01 33 00.01 TABLE OF REQUIRED SUBMITTALS 1.00 GENERAL 1.01 REQUIRED SUBMITTALS A. The following tabulation list the submittals required for each Submittal Section. Each Specification section may provide more detailed information regarding the data to be provided for each product, materials, equipment or component required by the specification. Provide additional documentation as required by the Contract Documents in accordance with Section 01 33 00 “Submittal Procedures” and each Specification section and as reasonably requested by the Owner, Construction Manager and Engineer. B. Incorporate each submittal in the Construction Schedule and Indicate the date each submittal is anticipated to be submitted. Item 17 Table of Required Submittals 01 33 00.01 - 2 PRP17368 – Lower Pressure Plane Water Line SUBMITTAL SCHEDULE Spec Number Description Shop Drawing Sample Certified Test Report Certification of Local Field Service Extended Warranty Extended Service Agreement Certificate of Adequacy of Design Certification of Applicator/Subcontractor Record Data Operation and Maintenance Manuals Equipment Installation Report Process Performance Bond 03 30 53 Miscellaneous Cast-In-Place Concrete X X X 03 40 00 Precast Concrete Manholes X X X 09 96 00 High-Performance Coatings X 09 97 16 Pipeline Coatings and Linings X X X 22 14 29.16 Submersible Sump Pumps X X 26 05 00 Common Work Results for Electrical 26 05 19 Low Voltage Electrical Power Conductors and Cables X X X 26 05 26 Grounding and Bonding for Electrical Systems X 26 05 29 Hangers and Supports for Electrical Systems X 26 05 33.01 Conduits X 26 05 33.03 Outlet Boxes X 26 05 33.04 Pull and Junction Boxes for Electrical Systems X 26 05 53 Identification for Electrical Systems 26 05 73.01 Electrical Power System Studies X X X 26 09 23 Lighting Control Devices Item 17 Table of Required Submittals 01 33 00.01 - 3 PRP17368 – Lower Pressure Plane Water Line SUBMITTAL SCHEDULE Spec Number Description Shop Drawing Sample Certified Test Report Certification of Local Field Service Extended Warranty Extended Service Agreement Certificate of Adequacy of Design Certification of Applicator/Subcontractor Record Data Operation and Maintenance Manuals Equipment Installation Report Process Performance Bond 26 24 16.02 Lighting and Branch Panelboards X X 26 27 26 Wiring Devices X 26 41 13 Lightning Protection for Structures X X X 26 42 13 Passive Cathodic Protection for Underground and Submerged Piping X X 26 50 00 Lighting X 31 05 13 Soils for Earthwork X 31 23 23.34 Flowable Fill X X 31 23 33.14 Trench Safety X 31 23 33.16 Trenching and Backfill X X 31 25 13.13 Seeding for Erosion Control X 33 05 01.02 Ductile Iron Pipe and Fittings X X X 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe Fittings X X 33 05 01.09 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings X X 33 05 23.33 Pipeline Crossing X Item 17 Table of Required Submittals 01 33 00.01 - 4 PRP17368 – Lower Pressure Plane Water Line SUBMITTAL SCHEDULE Spec Number Description Shop Drawing Sample Certified Test Report Certification of Local Field Service Extended Warranty Extended Service Agreement Certificate of Adequacy of Design Certification of Applicator/Subcontractor Record Data Operation and Maintenance Manuals Equipment Installation Report Process Performance Bond 33 10 13 Disinfecting of Water Utility Distribution X 33 11 13.13 Steel Pipe and Fittings X X 33 12 16.13 Miscellaneous Valves and Appurtenances X X 33 12 16.16 Air Release and Air and Vacuum Valves X X X 33 12 16.26 Butterfly Valve X X X X END OF SECTION Item 17 Special Procedures 01 35 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the contract time and in the sequence stipulated below: 1. Construct must begin within 30 calendar days of the notice to proceed from Sta 82+00 thru Sta 86+60, including the CAV and FH at each of these location in additional to the proposed First Street 20” connection on Sheet PL-32. Construction must be completed within 90 calendar days of the notice to proceed. This work must include the connection to the existing line along First Street. Temporary plugs shall be utilized at Sta 82+00 and Sta 86+60 until the remaining sections of pipeline is ready to be put into service. 2. Construction must begin within 60 calendar days of the notice to proceed from Sta 30+66 thru Sta 50+00. All pipe and appurtenances shall be installed within this section of pipe within 120 calendar days from the notice to proceed. 3. Prior to connections to the existing 42-inch pipeline, the contractor must hydrostatic test the existing 42-inch line at a test elevation of 936-ft. This shall be considered subsidiary to the 42-inch bid item. B. Work shall be completed within the specified time for these items: Description Time 20-inch water line connection 6 hours 12-inch water line connection 6 hours C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the contract time. 1.02 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum out of service time and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Maximum Time Out of Operation Hours Operation Can be Shut Down Liquidated Damages (Dollars per Hour) 20-inch water line connection along Fishtrap and Coit. 6 hours 9:00 AM to 3:00 PM Monday-Friday $2,500 12-inch water line connection along First St. 6 hours 9:00 AM to 3:00 PM Monday-Friday $2,500 2 Item 17 Special Procedures 01 35 00 - 2 PRP17368 – Lower Pressure Plane Water Line B. Submit a written plan of action for approval for critical operations. 1. Describe the following in the plan of action: a. Construction necessary. b. Utilities, piping, or services affected. c. Length of time the service or utility will be disturbed. d. Procedures to be used to carry out the Work. e. Plan of action to handle emergencies. f. Contingency plan that will be used if the original schedule cannot be met. g. List of manpower, equipment, and ancillary supplies. Identify backups for key pieces of equipment such as excavators and pumps and key personnel such as welders. 2. Plan must be received by the Owner 2 weeks prior to beginning the Work. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Include the cost for Work affecting critical operations in the contract price. F. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the for operation of the existing distribution system a20-inch water line connection to existing water line. 2. Loss of operation of the existing distribution system can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. G. Designated Critical Operations are described in more detail as follows: 1. The duration of shutdown until service resumes shall not be more than the time identified within the table above. 1.03 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. END OF SECTION Item 17 Pipe Laying Prove-out 01 36 00 PRP17368 – Lower Pressure Plane Water Line 01 36 00 PIPE LAYING PROVE-OUT 1.00 GENERAL This specification outlines how the Town will verify the viability of the contractors intended methods to achieve a reliable and repeatable pipe compaction in accordance with the project specifications throughout the pipeline alignment. 1.01 INTENT The intent of the Prove-out Demonstration is that the Contractor, Owner, and design Engineer will agree on the standard field approach and level of care to be taken by the installation crews to promote compliance with the specifications, details, manufacturers’ recommendations, and accepted industry standards throughout the project. Acceptable embedment density test results shall be based on this trench test performed by the Contractor at the beginning of pipe laying operations. 1.02 SAMPLE SIZE The Prove-out should be demonstrated on a minimum of two joints of applicable pipe material and size specified for the project. It shall be placed in the project limits and observed during installation by the Inspector. 1.03 REQUIRED ATTENDEES The Contractor will schedule for the inspector, senior inspector materials testing company representative, project manager, and engineer to be onsite to review the findings of the pipe prove out. The Manufacturers representation must be on site during the first part of the Trench Test Procedure (1.05) to go over holiday testing, patching coatings and canusa installation. Failure for one of these individuals to participate may result in the need to reschedule the prove-out or to re-demonstrate the installation. 1.04 TRENCH TEST REQUIREMENTS 1. The demonstration shall be performed prior to any open-cut pipe installation. 2. All submittals for pipe and backfill/embedment material shall be complete and approved based on 01 33 00 Submittal Procedure prior to the demonstration. 3. The Contractor shall schedule the demonstration with the Owner at least 14 days in advance. 4. This process will establish a relationship between the density achieved at the spring line and the density achieved at the haunch area by the Contractor’s proposed placement and compaction method. 5. The density at the spring line may have to be higher than the minimum specified density in order to achieve the minimum specified density in the haunch area. 6. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line, but shall be no less than the minimum specified density. 7. Additional test sections shall be performed for all different embedment materials, or if The Contractor proposes to change methods of placement and compaction. 8. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the Contractor, and the trench test will be considered only as a Item 17 Pipe Laying Prove-out 01 36 00 PRP17368 – Lower Pressure Plane Water Line means to verify that the Contractor’s methods are capable of achieving the specified compaction throughout the embedment zone. 9. The actual quality of the embedment and backfill, as compacted, shall be the responsibility of the Contractor and the satisfactory results from the trench test(s) and field density tests shall not be considered as a guarantee of the quality of the Contractor’s embedment and backfill operations. 10. Changes in the embedment material after completion of the Prove-out Demonstration shall require a new Prove-out Demonstration, unless specifically waived by the Owner. Such changes after the Prove-out Demonstration will require specific, written approval from the Owner. 1.05 TRENCH TEST PROCEDURE This process will establish a relationship between the density achieved at the spring line and the density achieved at the haunch area by the Contractor’s proposed placement and compaction method. The Contractor shall demonstrate the pipe embedment placement and compaction approach in the following manner: 1. Employ all Town safety procedures that apply to the permanent work. 2. Utilize the same equipment and crews that will be used for the permanent work, to the extent practical. 3. Excavate the trench to the width and minimum depth shown on the drawings. 4. Prepare the trench subgrade and bedding to the requirements of the specification and trench details 5. Install and embed one complete section of pipe, extending compacted fill up to the spring line of the pipe using the materials and density requirements specified. Lifting straps shall be left in place. 6. Use bulkheads as needed to allow the specified compaction to extend to within two feet of each end of the pipe section. 7. Testing lab shall perform density tests in the embedment material near the spring line of the pipe at two locations to be designated by the Owner. 8. Carefully remove the pipe from the trench, preserving the embedment to the extent possible. 9. Check deflection of within the pipe after the backfill is complete to ensure it is within manufacturer’s acceptable range. (Pipe will sometimes float due to over compaction on the sides) Upon request of owner the contractor may be asked to recheck deflection on the prove-out pipe at 30 days to confirm original findings. 10. Testing lab shall perform a second set of in-place density tests on the compacted embedment to verify the Contractor’s method has achieved the specified density and uniformity of embedment. Failure of the compacted embedment to hold the shape or achieve the specified density will be a failure of the pipe embedment demonstration. 11. In the event of a failure, the Contractor shall clean the trench to subgrade, adjust his methods and retest, all as needed, to demonstrate acceptable results. 1.06 OWNER ACCEPTANCE The Town Senior Inspector and Inspector will notify the Project Manager and Engineer of the success or failure (with specific concerns) that occurred during the Trench Test. The Project Manager will notify the Contractor approval/rejection of the embedment and the potential need for new trench test. Item 17 Pipe Laying Prove-out 01 36 00 PRP17368 – Lower Pressure Plane Water Line 1.07 MEASUREMENT AND PAYMENT The trench test, including all labor, equipment, and testing, shall be incidental to the pipe laying operations and shall be included in the overall bid price for the installed pipe. END OF SECTION Item 17 Quality Requirements 01 40 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 40 00 QUALITY REQUIREMENTS 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect the Work of the Contractor, Subcontractors and Suppliers. Correct defective Work. 2. Inspect products and materials to be incorporated into the Project. Ensure that Suppliers of raw materials, parts, components, assemblies, and other products have adequate quality control system to ensure that quality products are produced. Provide only products that comply with the Contract Documents. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the Owner to insure that products proposed for use fully comply with the Contract Documents. 4. Provide all facilities and calibrated equipment required for quality control tests. 5. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 6. Perform tests as indicated in this and other sections of the Specifications. Schedule the time and sequence of testing with the Construction Manager. All quality control testing is to be observed by the Construction Manager or designated representative. 7. Maintain complete inspection and testing records at the Site and make them available to Owner, Engineer and Construction Manager. B. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the Owner to insure that Work fully complies with the Contract Documents. Provide services of a testing laboratory capable of performing a full range of testing procedures complying with the standards for testing procedures specified. Provide personnel certified to perform the test required. Obtain Owners’ approval for the testing laboratory before testing is performed. C. Technical specifications govern if any requirements of this section conflicts with the requirements of the technical specifications. 1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER A. Owner may perform its own quality assurance test independent of the Contractor’s Quality Control Program or as otherwise described in the Contract Documents. Provide labor, materials, tools, equipment, and related items for testing by the Owner including, but not limited to temporary construction required for testing and operation of new and existing utilities. Assist the Owner, Engineer, Construction Manager, and testing organizations in performing quality assurance activities. 1. Provide access to the Work and to the Supplier’s operations at all times Work is in progress. Item 17 Quality Requirements 01 40 00 - 2 PRP17368 – Lower Pressure Plane Water Line 2. Cooperate fully in the performance of sampling, inspection, and testing. 3. Furnish labor and facilities to: a. Provide access to the Work to be tested. b. Obtain and handle Samples for testing at the Site or at the source of the product to be tested. c. Provide calibrated scales and measuring devices for the Owner’s use. d. Facilitate inspections and tests. e. Provide adequate lighting to allow Owner observations. f. Store and cure test Samples. 4. Furnish copies of the tests performed on materials and products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Construction Manager adequate notice before proceeding with Work that would interfere with testing. 7. Notify the Construction Manager and the testing laboratory prior to the time that testing is required. Lead time is to be adequate to allow arrangements to be made for testing. 8. Do not proceed with any Work until testing services have been performed and results of tests indicate that the Work is acceptable. 9. Provide complete access to the Site and make Contract Documents available. 10. Provide personnel and equipment needed to perform sampling or to assist in making the field tests. 11. Quality assurance testing performed by the Owner will be paid for by the Owner, except for verification testing performed by the Owner, which shall be paid for by the Contractor as described in Paragraph 1.06. B. Quality assurance activities of the Owner, Engineer or Construction Manager through their own forces or through contracts with materials testing laboratories and survey crews are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. C. Quality assurance activities of the Owner and Engineer or non-performance of quality assurance activities: 1. Do not relieve the Contractor of its responsibility to perform Work and furnish materials and products and constructed Work conforming to the requirements of the Contract Documents. 2. Do not relieve the Contractor of its responsibility for providing adequate quality control measures. 3. Do not relieve the Contractor of its responsibility for damage to or loss of the material, product or Work before Owner’s acceptance. Item 17 Quality Requirements 01 40 00 - 3 PRP17368 – Lower Pressure Plane Water Line 4. Do not constitute or imply Owner’s acceptance. 5. Do not affect the continuing rights of the Owner after Owner’s acceptance of the completed Work. D. The presence or absence of the Owner’s Resident Representative or Engineer does not relieve the Contractor from any contract requirement, nor is the Owner’s Resident Representative or Engineer authorized to change any term or condition of the Contract Documents without the Owner’s written authorization in a Field Order or Change Order. E. Failure on the part of the Owner, Engineer or Construction Manager to perform or test products or constructed Works in no way relieves the Contractor of the obligation to perform Work and furnish materials conforming to the Contract Documents. F. All materials and products are subject to Owner’s quality assurance observations or testing at any time during preparation or use. Material or products which have been tested or observed or approved by Owner at a supply source or staging area may be re-observed or re-tested by Owner before or during or after incorporation into the Work, and rejected if they do not comply with the Contract Documents. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. A written Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this program as Record Data. 2. A Statement of Qualifications for the proposed testing laboratory. The statement of qualifications is to include a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification and a list of recent projects for which testing has been performed with references for those projects. 3. Test reports per Paragraph 1.07 of this Specification. Reports are to certify that products or constructed Works are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 4. Provide Certified Test Reports on materials or products to be incorporated into the Project. Reports are to indicate that material or products are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 1.04 STANDARDS A. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. Item 17 Quality Requirements 01 40 00 - 4 PRP17368 – Lower Pressure Plane Water Line 1.05 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. 1.06 VERIFICATION TESTING A. Provide verification testing when tests indicate that materials or the results of construction activities are not in conformance with Contract Documents. B. Verification testing is to be provided at the Contractor’s expense to verify products or constructed works are in compliance after corrections have been made. C. Tests must comply with recognized methods or with methods recommended by the testing laboratory and approved by the Engineer. 1.07 TEST REPORTS A. Test reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms. These reports must include the following: a. Name of the Owner, project title and number, equipment installer and general contractor. b. Name of the laboratory, address, and telephone number. c. Name and signature of the laboratory personnel performing the test. d. Description of the product being sampled or tested. e. Date and time of sampling, inspection, and testing. f. Date the report was issued. g. Description of the test performed. h. Weather conditions and temperature at time of test or sampling. i. Location at the Site or structure where the test was taken. j. Standard or test procedure used in making the test. k. A description of the results of the test. l. Statement of compliance or non-compliance with the Contract Documents. m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor or his suppliers or vendors on the forms provided by the Engineer. 3. Engineer will prepare test reports on test performed by the Engineer. B. Distribute copies of the test reports to the Construction Manager within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. Hard copies of test reports are to be distributed to individuals designated at the pre-construction conference: Item 17 Quality Requirements 01 40 00 - 5 PRP17368 – Lower Pressure Plane Water Line Recipient No. of Copies Owner 2 Engineer 1 Construction Manager 1 Contractor 1 C. Payment for Work subject to testing may be withheld until the Contractor’s quality control test reports of the Work are submitted to the Engineer or the Owner’s Resident Representative. 1.08 NON-CONFORMING WORK A. Immediately correct any Work that does not comply with the Contract Documents or submit a written explanation of why the Work is not to be corrected immediately and when corrective action to the Work will be performed. B. Payment for non-conforming Work shall be withheld until Work is brought into compliance with the Contract Documents. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and to an advisory capacity. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents. 2. Accept or reject any portion of the Work. 3. Perform any of the duties of the Contractor. 4. Stop the Work. 1.10 QUALITY CONTROL PLAN A. Submit Contractor’s Quality Control Plan that identifies personnel, procedures, control, instructions, tests, records, and forms to be used. Construction will be permitted to begin only after acceptance of the Quality Control Plan or acceptance of an interim plan applicable to the particular feature of Work to be started. Work outside of the features of Work included in an accepted interim plan will not be permitted to begin until acceptance of a Quality Control Plan or another interim plan containing the additional features of Work to be started. B. Content of the Quality Control Plan. The Quality Control Plan shall include, as a minimum, the following to address all construction operations, both on-site and off-site, including work by Subcontractors and Suppliers: 1. A description of the quality control organization, including a chart showing lines of authority and acknowledgement that the quality control staff shall implement the quality control program for all aspects of the Work specified. Item 17 Quality Requirements 01 40 00 - 6 PRP17368 – Lower Pressure Plane Water Line 2. The name, qualifications (in resume format), duties, responsibilities, and authorities of each person assigned a quality control function. 3. A copy of the letter to the Quality Control Manager signed by an authorized official of the firm which describes the responsibilities and delegates sufficient authorities to adequately perform the functions of the Quality Control Manager, including authority to stop Work which does not comply with the Contract Documents or will result in Work that does not comply with the Contract Documents. The Quality Control Manager shall issue letters of direction to all other various quality control representatives outlining duties, authorities, and responsibilities. Copies of these letters shall also be furnished to the Construction Manager. 4. Procedures for scheduling, reviewing, certifying, and managing submittals, including those of Subcontractors and Suppliers. 5. Control, verification, and acceptance testing procedures for each specific test is to include the test name, specification paragraph requiring test, feature of Work to be tested, test frequency, person responsible for each test, applicable industry testing standards and laboratory facilities to be used for the test. 6. Procedures for tracking phases of quality control, verification, and acceptance tests including documentation. 7. Procedures for tracking construction deficiencies from identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 8. Reporting procedures, including proposed reporting formats. 9. The name of the proposed testing laboratory along with documentation of qualifications, a list of tests that can be performed, and a list of recent projects for which similar testing has been performed with references from those projects. C. Notification of Changes. After submittal of the Quality Control Plan, the Contractor shall notify the Owner in writing of any proposed changes. D. Coordination Meeting. After the Pre-construction Meeting and before start of construction, the Contractor shall meet with the Owner, Engineer and Construction Manager to discuss the Contractor’s Quality Control Plan. The Quality Control Plan shall be submitted a minimum of 14 calendar days prior to the Coordination Meeting. During the meeting, a mutual understanding of the system details shall be developed, including the forms for recording the Quality Control operations, testing, administration of the system for both on- site and off-site Work, and the interrelationship of Contractor’s management and control with the Owner’s Quality Assurance. Revise the Quality Management Plan to reflect comments and recommended changes resulting from this meeting. 2.00 PRODUCTS 2.01 TESTING APPARATUS A. Furnish testing apparatus and related accessories necessary to perform the tests. Item 17 Quality Requirements 01 40 00 - 7 PRP17368 – Lower Pressure Plane Water Line 3.00 EXECUTION 3.01 QUALITY CONTROL PROGRAM A. Perform quality control observations and testing as required in each section of the Specifications and where indicated on the Drawings. B. Provide a quality control program that includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the contract drawings. b. Review submittals and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample Work to assure that they are on hand, conform to submittals, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates submittal comments. i. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Quality Control Manager, the Construction Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the Construction Manager at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. Item 17 Quality Requirements 01 40 00 - 8 PRP17368 – Lower Pressure Plane Water Line c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the defective Work. Do not build upon nor conceal non-conforming Work. c. Conduct a review of the Work 1 month prior to the expiration of the correction period prescribed in the General Conditions with the Owner and Construction Manager. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable. 2. Changes are made in applicable quality control staff, on-site production supervision or work crew. 3. Work on a task is resumed after a substantial period of inactivity. 4. Other quality problems develop. 3.02 CAST-IN-PLACE CONCRETE TESTING A. Test cast-in-place concrete in accordance with Section 03 30 00 “Cast-In-Place Concrete.” 3.03 PROTECTIVE COATINGS A. Test protective coatings per Section 09 96 00 “High-Performance Coatings.” END OF SECTION Item 17 Hydrostatic Testing 01 45 16.16 -1 PRP17368 – Lower Pressure Plane Water Line 01 45 16.16 HYDROSTATIC TESTING OF WASTEWATER PIPELINES 1.00 GENERAL 1.01 WORK INCLUDED A. Perform a hydrostatic pressure test on each valved or plugged section of newly laid pipe after the pipe has been backfilled. Perform hydrostatic pressure test by raising the pressure in the pipe section to the required test pressure for the duration defined in Paragraph 2.02. B. Plugs may be installed in concrete cylinder or steel pipe at intermediate locations for the purpose of testing shorter lengths of pipe at the Contractor’s option. No additional compensation will be paid to the Contractor for testing at intermediate locations if Contractor uses this option. C. Obtain water from the Owner for filling the pipeline for the hydrostatic test. Provide the necessary piping, connection, pressure reducing and backflow prevention equipment required to conduct the test. Fill the new pipeline through a backflow prevention device. Leave the pipeline full of water upon completion of the hydrostatic test, unless internal test plugs must be removed to allow construction to continue or where pipe will gravity drain. D. Purchase water required for re-testing of the pipeline by the Owner. Water will be sold to the Contractor at published rates. 1.02 SUBMTTALS A. Submit Hydrostatic Pipe Test Reports per Section 01 33 00 “Submittal Procedures”. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Water Works Association (AWWA): a. AWWA M9 - Concrete Pressure Pipe. b. AWWA M11 – Steel Pipe – A guide for Design and Installation. 2.00 EXECUTION 2.01 GENERAL A. Perform hydrostatic test on bar-wrapped, concrete cylinder pipe in accordance with AWWA M9 and the Supplier’s recommendations. B. Perform hydrostatic test on steel pipe in accordance with AWWA M11 and the Supplier’s recommendations. 2.02 TEST CONDITIONS A. Test pipe at the test pressure for the duration as indicated below for the various pipe materials: Item 17 Hydrostatic Testing 01 45 16.16 -2 PRP17368 – Lower Pressure Plane Water Line Pipe Type Duration (hours) Test Pressure (psi) Bar-wrapped concrete cylinder pipe 8 Equal to pipe rating Steel Pipe 8 Equal to pipe rating PVC Pipe 3 Equal to pipe rating Ductile Iron Pipe 3 Equal to pipe rating 2.03 PROCEDURE A. Bar-wrapped Concrete Cylinder Pipe and Steel Pipe 1. Hydrostatically test the pipe after backfill over the test section has been completed for 7 days. Slowly fill the line with water and vent all air from the pipeline during filling. 2. Allow the pipe to stand under a slight pressure for at least 48 hours to allow the mortar lining to become saturated and/or to allow the escape of remaining air trapped in the line. Examine bulkheads, valves, manholes, flanges, and connections for leaks during this period. 3. Stop leaks before continuing with the test. 4. Measure water volume during the test if existing valves in the main line leak during the test. Measure the water volume leaking from the valve through the meter or by other means approved by the Construction Manager. Furnish all necessary equipment and include the cost for this effort in the Contract Price. 5. Expel all air from the pipe before applying the specified test pressure. Provide taps in the line to expel air from highpoints where air valves are not provided. These taps must be made by the pipe manufacturer and approved by the Engineer. Tightly plug the tap after tests are complete. Include the cost for these taps in the Contract Price. 2.04 EXAMINATION UNDER PRESSURE A. Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or defective pipe, fittings, or valves. Correct defective Work identified during the pressure test. B. Correct all identified leaks even if leakage is within the parameters for permissible make up water per Paragraph 2.05. C. Test the pipe again after defective Work has been corrected. Repeat the test and correction of defective Work until satisfactory test results are obtained. 2.05 PERMISSIBLE MAKEUP WATER A. Measure make up water required for the section of pipe being tested. Makeup water is the volume of water pumped into the test section of pipe necessary to maintain the specified test pressure after the pipe has been filled with water and the air expelled. B. The maximum acceptable volume of makeup water for steel or bar-wrapped pipe installations is 10 gallons per inch of pipe diameter per mile of pipe tested per 24 hours. Calculate the maximum acceptable volume of makeup water using the following equation: 10 5280 Item 17 Hydrostatic Testing 01 45 16.16 -3 PRP17368 – Lower Pressure Plane Water Line Where: Vm is the maximum acceptable volume of makeup water in gallons for 24 hours D is the nominal pipe diameter in inches L is the length of the pipe test section in feet As an example the allowable amount of makeup water for a test section of 2,500 feet of 60 inch diameter pipe would be: 10 x 60 x 2500 / 5280 = 284 gallons END OF SECTION Item 17 Temporary Controls 01 57 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan in accordance with TCEQ General Permit TXR150000, file required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent storm water pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any storm water system, including open channels. Remove pollution control structures when no longer required to prevent storm water pollution. 1.02 QUALITY ASSURANCE A. Construct storm water pollution prevention measures prior to the beginning of construction and maintain these during construction until final stabilization has been achieved for the area protected. B. Plan and conduct all land-disturbing activities to minimize the area to be exposed at any one time. Minimize the time of exposure, off-site erosion, sedimentation, and adverse water quality impacts. C. Manage surface water runoff originating upgrade of an exposed area to minimize erosion and sediment loss during the period of exposure. D. Install measures to control both the velocity and rate of release so as to minimize erosion and sedimentation of the receiving water body (i.e. ditch, channel, stream) in accordance with regulatory requirements and as directed by the Owner, Construction Manager or the Engineer. E. Periodically clean out and dispose of all sediment and other pollutants as necessary to maintain the treatment capacity of each pollution control feature. Clean out and properly dispose of all sediment and other storm water pollutants at the time of completion of the Work. 1.03 SUBMITTALS A. Provide copies of notices, records and reports required by Paragraph 1.05 as Record Data in accordance with Section 01 33 00 “Submittal Procedures.” Item 17 Temporary Controls 01 57 00 - 2 PRP17368 – Lower Pressure Plane Water Line 1.04 STANDARDS A. Provide a storm water pollution prevention plan that complies with Local, State, and Federal requirements. Comply with all requirements of the Texas Commission on Environmental Quality General Permit (TXR150000) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. B. Perform Work to comply with “Best Practice” as established by the North Central Texas Council Of Governments (NCTCOG) integrated Storm Water Management (iSWM) Design Manual for Construction or the local agency of jurisdiction. 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving construction site discharge prior to beginning construction activity. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and Local, State, and Federal authorities prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the storm water pollution prevention plan (SWPPP) required under the TPDES General Permit (TXR150000) for Storm Water Discharges from Construction Activities for all projects. 1.06 STORM WATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR15000 (General Storm Water Permit) set forth by the Texas Commission on Environmental Quality for the duration of the Project: 1. Develop a Storm Water Pollution Prevention Plan meeting all requirements of the General Storm Water Permit. 2. Submit of a Notice of Intent to the Texas Commission on Environmental Quality. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the Texas Commission on Environmental Quality. 5. Submit reports to the Texas Commission on Environmental Quality as required as a condition of the permit. 6. Submit copies of the reports to the Engineer as Record Data in accordance with Section 01 33 00 “Submittal Procedures.” 7. Retain copies of these documents at the Site at all times for review and inspection by the Owner or regulatory agencies. Post a copy of the permit as required by regulations. 8. Pay all costs associated with complying with the provisions of the General Storm Water Permit. Assume solely responsible for implementing, updating, and modifying the General Storm Water Permit per regulatory requirements the Storm Water Pollution Prevention Plan and Best Management Practices. Item 17 Temporary Controls 01 57 00 - 3 PRP17368 – Lower Pressure Plane Water Line B. Use forms required by the Texas Commission on Environmental Quality to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the Storm Water Pollution Prevention Plan prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, Storm Water Pollution Prevention Plan, and any other pertinent Texas Commission on Environmental Quality submittal documents to Owner for review prior to submittal to the Texas Commission on Environmental Quality. C. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the General Storm Water Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the General Storm Water Permit for 3 years from date of final completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. C. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. D. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. E. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. F. Comply with local, State and Federal regulations regarding the disposal of pollutants. G. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form or enter non-contaminated areas of the Site. H. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the Engineer. Item 17 Temporary Controls 01 57 00 - 4 PRP17368 – Lower Pressure Plane Water Line I. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. J. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Pay cost for disposal unless otherwise noted. Provide written approval by the property owner for all disposal on private property, and approval by the Owner if such disposal affects the use of Site or other easements. C. Place excess excavated material and neatly spread on tracts of land on which the pipeline is being constructed and where the property owner requests such material and the Construction Manager approves. 1.09 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. Provide and maintain pumps as necessary to remove excess water. Direct water away from the Site to prevent damage to surrounding property. 1.10 WATER MAINTENANCE AT BORROW AREAS A. Maintain the borrow areas in a drainable condition or provide means of removal of accumulations of surface water. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials meeting regulatory requirements. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with regulatory requirements. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls before the point where they are no longer required. END OF SECTION Item 17 Execution and Closeout Requirements 01 70 00 - 1 PRP17368 – Lower Pressure Plane Water Line 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Construction Contract. 1.02 SUBMITTALS A. Submit affidavits and releases on forms shown in Section 01 31 13.13 “Forms.” 1.03 SUBSTANTIAL COMPLETION A. Submit written notification that the Work or designated portion of the Work is substantially complete to the Engineer when the Work is considered to be substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. Engineer shall visit the Site to observe the Work within a reasonable time after notification is received to determine the status of completion. C. Engineer shall issue notification to the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project may be considered substantially complete. 1. Engineer shall notify the Contractor in writing of items that must be completed before the Project can be considered substantially complete. a. Correct the noted deficiencies in the Work. b. Issue a second written notice with a revised list of deficiencies when Work has been completed. c. Construction Manager ad Engineer shall revisit the Site and the procedure shall begin again. 2. Engineer shall issue a Certificate of Substantial Completion to the Owner when the Project is considered to be substantially complete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Engineer of any objections or other items that are to be included in the list. b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Engineer in writing of any objections within 10 days of receipt of the Certificate of Substantial Completion. 1.04 FINAL INSPECTION Item 17 Execution and Closeout Requirements 01 70 00 - 2 PRP17368 – Lower Pressure Plane Water Line A. Submit written certification in the form provided by the Engineer when the Project is complete and: 1. Contract Documents have been reviewed. 2. Work has been completed in compliance with the Contract Documents. 3. Equipment and systems have been tested per Contract Documents and are fully operational. 4. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed. 5. Specified spare parts and special tools have been provided. 6. Work is complete and ready for final inspection. B. Construction Manager and Engineer shall make an inspection with the Owner and appropriate regulatory agencies to determine the status of completeness within a reasonable time after the receipt of the Certificate. C. Engineer shall issue notice that the Project is complete or notify the Contractor that Work is not complete or is defective. 1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if notified that the Project is complete and the Work is acceptable. 2. Upon receipt of notification from the Engineer that Work is incomplete or defective, take immediate steps to remedy the stated deficiencies. Send a second certification to the Engineer when Work has been completed or corrected. 3. Construction Manager and Engineer shall re-visit the Site and the procedure will begin again. 1.05 RE-INSPECTION FEES A. Pay fees to the Owner to compensate the Construction Manager and Engineer for re- inspection of the Work required by the failure of the Work to comply with the claims of status of completion made by the Contractor. B. Owner may withhold the amount of these fees from the Contractor’s final payment. C. Cost for additional inspections will be billed to the Owner by the Engineer for the actual hours required for the reinspection and preparation of related reports in accordance with the rates provided in the Supplemental Conditions. 1.06 CLOSEOUT SUBMITTALS TO THE ENGINEER A. Record Drawings per Section 01 31 00 “Project Coordination.” B. Keys and keying schedule. C. Warranties and bonds. D. Evidence of payment or release of liens on the forms indicated in Section 01 31 13.13 “Forms” and as required by the General Conditions. Item 17 Execution and Closeout Requirements 01 70 00 - 3 PRP17368 – Lower Pressure Plane Water Line E. Releases from property owners of the land outside the easement which were used by the Contractor. F. Consent from Surety to Final Payment. G. Equipment Installation Reports on equipment. H. Shop drawings, record data, Operations and Maintenance Manuals, and other submittals as required by the Contract Documents. I. Specified spare parts and special tools. J. Certificates of Occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the Work and access to services and utilities. K. Evidence of final, continuing insurance, and bond coverage as required by the Contract Documents. L. Compile Equipment List on compact disc in Microsoft Excel format containing information indicated in Section 01 78 23.2.01.E Operations and Maintenance data for all equipment included in the Contract Documents. Equipment List shall be developed using Equipment List Form provided in Section 01 31 13.13 Forms. 1.07 FINAL APPLICATION FOR PAYMENT REQUEST A. Submit a preliminary final Application for Payment. This application is to include adjustments to the Contract Amount for: 1. Approved Change Orders. 2. Allowances not previously adjusted by Change Order. 3. Unit prices. 4. Deductions for defective Work that has been accepted by the Owner. 5. Penalties and bonuses. 6. Deductions for liquidated damages. 7. Deductions for reinspection payments per Paragraph 1.05. 8. Other adjustments. B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the contract amount which have not been covered by previously approved Change Orders. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. 1.08 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued, final cleaning has been completed and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.09 WARRANTIES, BONDS, AND SERVICES AGREEMENTS Item 17 Execution and Closeout Requirements 01 70 00 - 4 PRP17368 – Lower Pressure Plane Water Line A. Provide warranties, bonds, and service agreements required by Section 01 33 00 “Submittal Procedures” or by the individual sections of the Specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective Supplier or Subcontractor. 2. Each document is to include: a. The product or Work item description. b. The firm, with the name of the principal, address, and telephone number. c. Scope of warranty, bond or services agreement. d. Date, duration, and expiration date for each warranty bond and service agreement. e. Procedures to be followed in the event of a failure. f. Specific instances that might invalidate the warranty or bond. D. Submit two copies of each document to the Engineer for review and transmittal to the Owner. 1. Submit duplicate sets. 2. Documents are to be submitted on 8-1/2 x 11 paper, punched for a standard three-ring binder. 3. Submit each set in a commercial quality three-ring binder with a durable and cleanable plastic cover. The title “Warranties, Bonds, and Services Agreements”, the Project name and the name of the Contractor are to be typed and affixed to the cover. E. Submit warranties, bonds and services agreements: 1. At the time of final completion and before final payment. 2. Within 10 days after inspection and acceptance for equipment or components placed in service during the progress of construction. 1.10 CLAIMS AND DISPUTES A. Claims and disputes must be resolved prior to recommendations of final payment. Acceptance and final payment by the Contractor will indicate that any outstanding claims or disputed issues have been resolved to the full satisfaction of the Contractor. END OF SECTION Item 17 Operation and Maintenance Data 01 78 23 - 1 PRP17368 – Lower Pressure Plane Water Line 01 78 23 OPERATION AND MAINTENANCE DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model of equipment or product furnished and installed under this Contract. B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be suitable for use in providing operation and maintenance instruction as required by Section 01 75 00 “Starting and Adjusting.” C. Provide complete and detailed information specifically for the products or systems provided for this Project. Include the information required to operate and maintain the product or system. D. Manuals are to be in addition to any information packed with or attached to the product when delivered. This information is to be taken from the product and provided as an attachment to the manual. 1.02 SUBMITTALS A. Submit manuals in accordance with Section 01 33 00 “Submittal Procedures.” Attach to each manual a copy of the Operation and Maintenance Manual Review Form as shown in Section 01 31 13.13 “Forms” with pertinent information completed. 1.03 GUARANTEES A. Provide copies of the Manufacturer’s warranties, guarantees, or service agreements in accordance with Section 01 70 00 “Execution and Closeout Requirements.” 2.00 PRODUCTS 2.01 MATERIALS A. Print manuals on heavy, first quality paper. 1. Paper shall be 8-1/2 x 11 paper. a. Reduce drawings and diagrams to 8-1/2 x 11 paper size. b. When reduction is not practical, fold drawings and place each separately in a clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. 2. Punch paper for standard three-ring binders. B. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders. 1. Binders are to have clear front, back, and spine covers. 2. Sheet lifters are to be provided. 3. Minimum size is 2-inch capacity. Maximum size is 3-inch capacity. Item 17 Operation and Maintenance Data 01 78 23 - 2 PRP17368 – Lower Pressure Plane Water Line C. Provide tab indexes for each section of the manual. 1. Indexes are to be constructed of heavy-duty paper with a reinforced binding edge and punched with 9/32-inch holes to fit the binders. 2. Index is to have clear insertable tabs for a typed insert. D. Provide indexed PDF version of manual on a CD. E. Provide an Equipment List using Equipment List form, Section 01 31 13.13 Forms, on compact disc in Microsoft Excel format which includes all information required by Paragraph 3.03. 3.00 EXECUTION 3.01 MANUAL ORGANIZATION AND CONTENTS A. Provide a Table of Contents listing each section of the manual for each product or system. 1. Identify each product or system using the nomenclature shown in the Contract Documents. 2. Assign a number and letter to each section in the manual. a. Assign a number to each product or system. The number is to correspond to the Owner’s equipment numbering system or other system designated by the Engineer. b. A cross reference is to be provided for the Owner’s numbering system and designations for equipment indicated in the Contract Documents. c. The letter assigned will represent the part of the manual, consistent with the manual contents as required by Paragraphs 3.02, 3.03, and 3.04. 3. Provide index tabs for each section in the manual. 4. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. B. Include only the information that pertains to the product described. Annotate each sheet to: 1. Clearly identify the specific product or component installed. 2. Clearly identify the data applicable to the installation. 3. Delete reference to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. The information on first page and the cover page are to include: 1. Name of Owner. 2. Project Name. 3. Volume number. Item 17 Operation and Maintenance Data 01 78 23 - 3 PRP17368 – Lower Pressure Plane Water Line 4. The Table of Contents for that volume. E. Insert the Table of Contents into the spine of each manual. F. Manuals for several products or systems may be provided in the same binder. 1. Sections for each product or system must be included in the same binder. 2. Sections must be in numerical order from volume to volume. G. Correlate the data into related groups when multiple binders are used. H. Fill binders to only three-fourths of its indicated capacity to allow for addition of materials to each binder by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT A. Manual shall provide the following information: 1. A description of the unit and component parts. 2. Operating instructions for startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. 3. Maintenance instructions including assembly, installation, alignment, adjustment, and checking instructions. 4. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. 5. Troubleshooting guide. 6. Schedule of routine maintenance requirements. 7. Description of sequence of operation by the Control Manufacturer. 8. Warnings for detrimental maintenance practices. 9. Parts lists including: a. Outline cross-section and assembly drawings, engineering data, test data, and performance curves. b. Control schematics and point to point wiring diagrams prepared for field installation, including circuit directories of panel boards and terminal strips. c. Other information as may be required by the individual sections of the Specifications. 3.03 ELECTRICAL AND ELECTRONICS SYSTEMS MANUAL A. Manual shall provide the following information: 1. A description of the systems and component parts. 2. Control schematics and point to point wiring diagrams prepared for field installation. Include circuit directories of panel boards and terminal strips and as installed color coded wiring diagrams. Item 17 Operation and Maintenance Data 01 78 23 - 4 PRP17368 – Lower Pressure Plane Water Line 3. Operating procedures, maintenance procedures, and the Manufacturer’s printed operating and maintenance instructions. 4. List of the Manufacturer’s recommended spare parts, current prices with effective date, and number of parts recommended for storage. 5. Other information as may be required by the individual sections of the Specifications. 3.04 EQUIPMENT LIST A. Provide Equipment List Form, Section 01 31 13.13 Forms, on compact disc in Microsoft Excel format containing the following information for all equipment included in the Contract Documents. 1. Equipment Number complying with Owner’s Labeling Standard referenced in Paragraph 3.05. 2. Description of Equipment including type, location, model number and serial number. 3. Routine Maintenance: a. Lubrication Schedule. b. Maintenance Schedule. 4. Warranty Period start and end dates. 3.05 LIST OF SERVICE ORGANIZATIONS A. Provide a directory of authorized service organizations with company name, address, telephone number, e-mail address and the contact person for warranty repair. END OF SECTION Item 17 DIVISION 03 CONCRETE Item 17 Miscellaneous Cast-In-Place Concrete 03 30 53 - 1 PRP17368 – Lower Pressure Plane Water Line 03 30 53 MISCELLANEOUS CAST-IN-PLACE CONCRETE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to place and mix concrete, consisting of portland cement, fine aggregate, coarse aggregate, admixtures, and water in the proper proportions as specified hereinafter. Reinforced concrete shall have a minimum strength of 3500 psi at 28 days; concrete for blocking, cradle, or encasement shall have a minimum strength of 2000 psi at 28 days. 1.02 QUALITY ASSURANCE A. Design Criteria; Concrete Proportions and Consistency: 1. Concrete shall be proportioned to give the necessary workability and strength and shall conform to the following governing requirements: Class Min. 28 Day Compressive Strength-psi Min. Cement Bags Per Cu. Yd. Max. Size of Coarse Aggregate Max. Water Gals. Per Bag Slump (Inches) Use A 3500 5.5 1-1/2” 5.50 4-6 Meter Vaults B 2000 4.0 1-1/2” 7.0 4 Blocking etc. * Slump with HRWR shall be 6-9 inches. 2. In no case shall the amount of coarse material be such as to produce harshness in placing and honeycombing in the structure when forms are removed. The proportions of fine and coarse aggregate shall be such that the requirements of the following table are complied with: Maximum Size of Coarse Aggregate Ratio of Coarse Aggregate to Fine Aggregate on Basis of Dry and Rodded Volumes Minimum Maximum 1” and Over 1.0 2.0 B. Factory Testing: The Contractor shall be responsible for the design of the concrete. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor and approved by the Owner. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, the Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall not make changes in materials, either gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. C. Class A and B Concrete: The Contractor may submit a mix design used successfully in previous similar work, for similar materials for approval by Engineer. The Contractor shall Item 17 Miscellaneous Cast-In-Place Concrete 03 30 53 - 2 PRP17368 – Lower Pressure Plane Water Line not make changes in materials, either gradation, source, or brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. D. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of concrete required by this Section. However, the Owner may, at his option and at his expense, secure the services of an independent testing laboratory to verify the quality of the concrete. The Owner shall have the right to require additional testing, strengthening, or replacement of concrete which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings for: a. Trial mix design. b. Manufacturer’s literature on “approved equal” materials. 2. Certified Test Reports for: a. Materials used in the trial mix design. b. 7-day and 28-day compressive strength tests results for Class A and B concrete. 3. Record Data of manufacturer’s literature on specified materials. 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the Specifications and tests for Type II Portland Cement as designated in ASTM C150. B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM C40. C. Coarse Aggregate: Evenly graded and consisting of sound, washed and screened gravel, free of clay balls, or clean, crushed stone, having clean, hard, strong, durable, uncoated particles free from dust, clay balls, injurious amounts of soft, friable, thin, elongated, or laminated pieces, alkali, organic, or other deleterious matter. Coarse aggregates shall comply with ASTM C33, Size 467. D. Reinforcing Steel: New billet steel, deformed bars, conforming to ASTM A615, Grade 60. E. Admixtures: Concrete of 3000 psi or stronger shall contain air-entraining admixtures and when job conditions require, water reducing and set controlling admixtures may be used. Only admixtures specified herein may be used. Item 17 Miscellaneous Cast-In-Place Concrete 03 30 53 - 3 PRP17368 – Lower Pressure Plane Water Line 1. Air-Entraining Admixture: Comply with ASTM C260. The total average air content shall be in accordance with recommendations ACI 211.1; 4.5 percent + 1.0 percent for 1-1/2- inch maximum size aggregate. 2. Water Reducing Admixture: Comply with ASTM C494, Types A and D only. Accurately measure and add to the mix in accordance with the manufacturer’s recommendations. 3. Set Retarding Admixtures: Retarding agents may be used if approved by the Engineer. Comply with ASTM C494, Types B and D only. Accurately measure and add to the mix in accordance with the manufacturer’s recommendations. F. Water: Water for concrete shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. G. Expansion Joints: Bituminous type preformed expansion joint filler complying with ASTM D994, in the thickness specified. H. Expansion Joint Sealant: Two component non-sag polysulfide base elastometric sealing compound conforming to Fed. Spec. TT-S-00227E, Type II, Class B. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the Work and easily checked at any time by the Engineer or his representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day’s operation and they shall be delivered to the Work and handled in such a manner that the variation in moisture content will not interfere with the steady production of concrete of reasonable degree of uniformity. Sources of supply shall be approved by the Owner’s representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as may be elected by the Contractor; however, all equipment for measurement of materials shall be subject to approval by the Owner’s representative. D. The proportions of the mix shall be such as to produce concrete that can be puddled readily into the corners and angles of the forms and around the reinforcing without excessive spading or vibrating, and without segregation or undue accumulation of water or laitance on the surface. 2.03 FORM TIES A. Metal form ties shall be used to hold forms in place and to provide easy metal removal. The use of wire for ties shall not be permitted. Item 17 Miscellaneous Cast-In-Place Concrete 03 30 53 - 4 PRP17368 – Lower Pressure Plane Water Line B. Leave no metal or other material within 1-1/2 inches of the surface, when removing form tie assemblies which are used inside the forms to hold the forms in correct alignment. The assembly shall provide cone-shaped depressions in the concrete surface at least 1 inch in diameter and a 1-1/2 inches deep to allow filling and patching. Such devices, when removed, shall leave a smooth depression in the concrete surface without undue injury to the surface from chipping or spalling. C. Burning off rods, bolts, or ties shall not be permitted. D. Metal ties shall be held in place by devices attached to wales. Each device shall be capable of developing the strength of the tie. E. Metal and wooden spreaders which are separate from the forms shall be wired to top of form and shall be entirely removed as the concrete is placed. F. In the construction of basement or water bearing walls, the portion of a single rod tie that is to remain in the concrete shall be provided with a tightly fitted washer at midpoint to control seepage. Multi-rod ties do not require washers. The use of form ties which are tapered on encased in paper or other material to allow the removal of complete tie, and which leave a hole through the concrete structure, shall not be permitted. 2.04 PVC WATERSTOPS A. Joints with waterstops shall be made with a polyvinylchloride waterstop incorporating galvanized steel wire along both edges; Paul Murphy Plastics Company’s Wirestop, 6 inches wide; Wirestop Type FR-6380, for construction joints. Expansion joints shall have a 9-inch wide, 3/8-inch thick, center bulb; Wirestop Type ACR-9380 (Special Profile); extruded PCV in the size and type specified; conforming to the U.S. Army Corps of Engineers’ Waterstop Specification CRD-C572-74. 3.00 EXECUTION 3.01 PREPARATION; ALUMINUM AND STEEL ITEMS A. Where aluminum anchors, aluminum shapes, or aluminum electrical conduits are embedded in concrete, contact surfaces shall be painted with zinc chromate primer. The paint shall be allowed to thoroughly dry before the aluminum is placed in contact with the concrete. B. Aluminum surfaces to be placed in contact with concrete, wood, or masonry construction, except where the aluminum is to be embedded in concrete, shall be given a heavy coat of an alkali resistant paint before installation. The paint shall be applied as it is received from the manufacturer without the addition of any thinner. C. Steel or other ferrous metal to be mounted on or placed in contact with dry/cured concrete such as piping, access manholes, electrical switchgear, etc., shall have contact surfaces coated with bituminous paint in accordance with previous paragraph. 3.02 INSTALLATION; PLACING CONCRETE A. Remove mill scale before placing reinforcing steel and keep bars clean until concrete is placed. Place the steel in the forms as specified and maintain in place. Item 17 Miscellaneous Cast-In-Place Concrete 03 30 53 - 5 PRP17368 – Lower Pressure Plane Water Line B. Give the Owner’s representative sufficient advance notice before starting to place concrete in any unit of the structure to permit inspection of the forms, the reinforcing steel placement, and preparation for pouring. Unless authorized by the Owner’s representative, no concrete shall be placed in any unit prior to the completion of the formwork and the placement of the reinforcement for that unit. C. The sequence of placing concrete shall be as provided in the Contract Documents. Conduct the operation of depositing and compacting the concrete so as to form a compact, dense, impervious mass of uniform texture, which will show smooth faces on surfaces. Regulate the placing so that the pressures caused by the plastic concrete shall not exceed the loads used in the design of forms. 3.03 CURING CONCRETE A. Careful attention shall be given by the Contractor to the proper curing of the concrete. The curing methods shall use sheet materials conforming to ASTM C171 or membrane curing compound conforming to ASTM C309. Membrane curing is not permitted on surfaces to be rubbed or on surfaces on which additional concrete or mortar is to be applied. B. Unless the curing method is otherwise noted or specified, the curing method shall be selected by the Contractor and submitted to the Owner’s representative for approval. 3.04 SCHEDULES; FINISHING A. Exterior exposed surfaces shall be given a smooth finish. END OF SECTION Item 17 Precast Concrete 03 40 00 - 1 PRP17368 – Lower Pressure Plane Water Line 03 40 00 PRECAST CONCRETE MANHOLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install precast concrete manholes. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: Precast concrete products meeting the requirements of the Contract Documents as manufactured by the following companies: 1. American Industrial PreCast Products, Inc., Alvarado, Texas. 2. Brooks Products, Arlington, Texas. 3. Dalworth Quickset Co. 4. Texas Industries, Inc., Dallas, Texas. 5. Hanson Pipe & Precast. B. Design Criteria: Concrete for precast concrete shall be the manufacturer's standard mix for obtaining a minimum 28 day compressive strength of 4000 psi. Concrete shall be air entrained. C. Certification: Submit concrete design mix along with the test results for concrete made from the mix, as prepared by an independent testing laboratory approved by the Engineer. 1.03 SUBMITTALS A. A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Manufacturer's Product Data sheets. 2. Concrete mix and test results. 3. Product Data on rings for manhole cover. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM): American Society of Testing and Materials (ASTM) ASTM A48 Gray Iron Castings ASTM C443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets ASTM C478 Precast Reinforced Concrete Manhole Sections Item 17 Precast Concrete 03 40 00 - 2 PRP17368 – Lower Pressure Plane Water Line American Society of Testing and Materials (ASTM) ASTM C923 Resilient Connectors between Reinforced Concrete Manhole Structures and Pipes 2. Texas Department of Public Health (TDPH): a. Construction Standards for On Site Sewage Facilities. 1.05 DELIVERY AND STORAGE A. Ship precast concrete products to the Site, unload and handle in a manner to prevent damage. Promptly remove any unit which is damaged from the Site and replace with an undamaged unit. 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to ASTM C150, Type I or III. B. Reinforcement: New billet steel conforming to ASTM A615, Grade 60. C. Aggregate: Aggregate free of deleterious substances conforming to ASTM C33; or ASTM C330 for light weight aggregate. D. Cast Iron Castings: Castings shall be gray cast iron conforming to ASTM A48, Class 30 for cast iron. E. Manhole Steps: Unless specifically approved by the Owner, manhole steps shall not be provided. 2.02 MANUFACTURED PRODUCTS A. Precast Concrete Manholes 1. Pipe Sections: Pipe sections shall conform to current specifications for Precast Reinforced Manhole Sections, ASTM C478, with the following additions: a. Pipe shall be machine made by a process which will provide for uniform placement of zero slump concrete in the form and compaction by mechanical devices which will assure a dense concrete in the finished product. b. Aggregates for the concrete shall consist of limestone aggregates in the proportion of at least 75percent by weight of the total aggregates. c. Minimum wall thickness for the manhole risers shall be as listed under Wall “B” in the “Class Tables” of ASTM C76 for Class III pipe. d. Reinforced Concrete pipe conforming to ASTM C76, Class III, Wall “B” may be used in lieu of C478 type pipe, at the Contractor’s option. 2. Joints: Joints shall conform to the joint specifications in ASTM C478, ASTM C76, and ASTM C443. All manhole sections, including the bottom section, shall be furnished with “O-ring” type rubber gasket joints. The joints shall be furnished and installed with the bell down to resist groundwater infiltration. All joints shall be sealed with mortar or an Item 17 Precast Concrete 03 40 00 - 3 PRP17368 – Lower Pressure Plane Water Line approved non-shrink grout on the inside and the outside of the manhole. Grade rings shall be mortared to each other and on the inside and outside to provide a waterproof seal. 3. Lift Holes: Manhole cones may have two lift holes, 180 degrees apart, 2 to 3 inches in diameter; holes shall be cast or drilled in the wall of each section for the purpose of handling and installing. These holes shall be patched full depth with high strength non- shrink grout after the manhole has been installed. 4. Manhole Cover: Manhole cover shall be as manufactured by Bass and Hayes or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. The manhole riser shall be set in a vertical, plumb position. O-ring rubber gasket joints shall be made in accordance with ASTM C443. Mortar or non-shrink grout shall be placed on the inside and outside of the joints after the pipe sections are in place. END OF SECTION Item 17 Precast Reinforced Concrete Valve Vault 03 41 19 - 1 PRP17368 – Lower Pressure Plane Water Line 03 41 19 PRECAST REINFORCED CONCRETE VALVE VAULT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment, incidentals and transportation necessary for placing precast reinforced concrete valve vault. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Precast reinforced concrete valve vault shall: a. Conform to the requirements of ASTM C857 and C858 for underground precast concrete utility structures. b. Be designed for the specific site conditions and construction document requirements. c. Be designed to resist buoyant forces due to saturated soil. Valve vault should be designed for a lateral earth load of 106 pcf or more for a saturated, at-rest earthen pressure. d. Roof and components shall be designed for HS-20 Loading. Lateral loading shall be determined based on local soil and loading conditions. Refer to the Drawings and Geotechnical Report. e. Be designed to have sleeves, openings, and features as required and shown on Drawings. f. Be designed by a licensed Professional Engineer (P.E.) in the State of Texas. B. Test Requirements: 1. For testing of precast (machine-made) valve vaults, a minimum of four test cylinders for design compressive strength shall be made for each day's production run of each size and class of culvert section. Strength tests for each production run will be based on the average strength of two cylinders which may be tested any time after completion of the specified curing period. When design strength is attained on the initial test, further tests on that run will not be required. Should the initial test fail to meet the design strength, subsequent tests shall be made at 28 days unless additional test cylinders were made during production of that run. Failure to attain design compression strength by the 28-day test will result in rejection of the run represented by the test. Equipment required for testing for precast (machine-made) valve vaults shall be furnished by the fabricator. Cylinders for compressive strength tests shall be made in accordance with ASTM C31. C. Permissible Variations: 1. Tolerances for precast sections shall conform to ASTM C858. Item 17 Precast Reinforced Concrete Valve Vault 03 41 19 - 2 PRP17368 – Lower Pressure Plane Water Line a. Deviations from the above tolerances will be acceptable if the sections can be fitted at the plant or job site and it is determined that an acceptable joint can be made. For this condition an acceptable joint is: 1). When two sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed 1 inch. Sections fitted together at the plant and accepted in this manner shall be match-marked for installation. D. Inspection: 1. The quality of materials, the process of manufacture, and the finished valve vault shall be subject to inspection and approval by the Owner or an authorized representative at the manufacturing plant. In addition, the valve vault shall be subject to further inspection by the Owner at the Project Site prior to and during installation. E. Cause for Rejection: 1. The valve vault shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of valve vault may be rejected because of the following: a. Fractures or cracks in the vault. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a structurally sound and water tight joint. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures”, and shall include: 1. Manufacturer's product data sheets. 2. Concrete mix and test results. 3. Certified project specific fabrication shop drawings and structural details sealed by Texas Professional Engineer (P.E.). 4. Complete data sheets on coatings, gasket, hatches, inserts and castings, and other accessories. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society of Testing and Materials (ASTM) Standards: ASTM C857 Standard Practice for Minimum Structural Design Loading for Underground Precast Concrete Utility Structures ASTM C858 Standard Specification for Underground Precast Concrete Utility Structures Item 17 Precast Reinforced Concrete Valve Vault 03 41 19 - 3 PRP17368 – Lower Pressure Plane Water Line ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field 2. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M198-08 Standard Specification for Joints for Concrete Pipe, Manholes, and Precast Box Sections using Preformed Flexible Joint Sealants 3. State Department of Highways and Public Transportation, Austin, Texas. 1.05 DELIVERY AND STORAGE A. Coordinate delivery with installation where possible to avoid unnecessary handling and equipment movement. When stockpiling is required, storage shall be made as close as possible to the point of installation. B. Store precast sections on level blocking in a manner acceptable to the Engineer. No load shall be placed upon them until design strength is reached and curing completed. Shipment of sections may be made when the design strength and curing requirements have been met. C. Store flexible gasket materials not on the box section, and joint lubricating compounds in a cool dry place. Gaskets and preformed plastic materials for pipe joint construction shall be kept clean, away from oil, grease, excessive heat and out of the direct rays of the sun. 2.00 PRODUCTS 2.01 MIXES A. Concrete: Mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable. Concrete shall be 5000 psi minimum. 2.02 MANUFACTURED PRODUCTS A. Valve Vault: Materials, manufacture and curing of precast reinforced concrete valve vault shall conform to ASTM C858. Vault shall be a precast concrete structure in accordance with the Drawings and Specifications, and shall be manufactured by Oldcastle Precast, 1100 Heritage Pkwy, Mansfield, TX 76063-2759; Forterra Pipe & Precast, Grand Prairie, TX 75050 Or approved equal. B. Cold Applied Preformed Gaskets: 1. Cold applied preformed gaskets shall be suitable for sealing joints of tongue and groove concrete box sections. The gasket sealing the joint shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. The gasket joint sealer shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength, and shall be supplied in extruded rope-form of suitable cross-section. The size of the gasket joint sealer shall be in accordance with the manufacturer's recommendations and sufficient to obtain the squeeze-out as described in Paragraph 3.02. Item 17 Precast Reinforced Concrete Valve Vault 03 41 19 - 4 PRP17368 – Lower Pressure Plane Water Line 2. Gasket joint sealer shall be protected by a suitable removable two-piece wrapper. The two-piece wrapper shall be so designed that half may be removed longitudinally without disturbing the other half to facilitate application as noted below. 3. The chemical composition of the gasket joint sealing compound shall conform to the requirements of AASHTO M198-08 1, Type B, Flexible Plastic Gasket (Bitumen). C. Workmanship and Finish: Valve Vault shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the valve vault shall be normal to the walls and centerline of the valve vault within the limits of Permissible Variations specified above. The vault exterior shall be coated with a bituminous coating for areas to be install below grade. D. Markings: The following information shall be clearly marked on each section. Markings shall be indented on the valve vault or painted thereon with waterproof paint. 1. The load rating and ASTM Designation No. of the valve vault. 2. The date of manufacture. 3. The name or trade name of the manufacturer. 3.00 EXECUTION 3.01 EXCAVATION AND EMBEDMENT A. Excavation and embedment shall conform to the requirements in Section 31 23 10 “Structural Excavation and Backfill.” Also refer to Drawings and Geotechnical Report. 3.02 INSTALLATION A. Laying: 1. Valve vault sections shall be installed such that the bottom section(s) shall be full sections. Partial sections, if necessary, shall be utilized for the top most section only. Valve vault cover shall be separate from the vault walls. B. Jointing: 1. Joints using cold applied preformed plastic gaskets shall be made as follows: a. A suitable primer of the type recommended by the manufacturer of the gasket joint sealer shall be brush- applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand, dirt or sharp cement protrusions. Clean and dry the surface to the primed when primer is applied. b. Before laying the valve vault in the trench, attach the plastic gasket sealer around the tapered tongue or tapered groove near the shoulder or hub of each joint. Remove the paper wrapper from one side only of the two-piece wrapper on the gasket and press firmly to the clean, dry valve vault joint surface. Do no remove the outside wrapper until immediately before pushing the valve vault into its final position. Item 17 Precast Reinforced Concrete Valve Vault 03 41 19 - 5 PRP17368 – Lower Pressure Plane Water Line c. When the tongue is correctly aligned with the flare of the groove, remove the outside wrapper on the gasket and pull or push home the valve vault with sufficient force and power (Back Hoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the side of outside around the complex valve vault joint perimeter. d. When the atmospheric temperature is below 60 F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Apply gaskets to valve vault joints immediately prior to placing valve vault in trench, followed by connection to previously laid box section. 3.03 BACKFILL A. After the valve vault has been placed, bedded and jointed as specified and approved by the Owner or his authorized representative, perform backfilling in accordance with Section 31 23 10 “Structural Excavation and Backfill.” Take special precautions in placing and compacting the backfill to avoid any movement of the valve vault or damage to the joints. END OF SECTION Item 17 DIVISION 09 FINISHES Item 17 High-Performance Coatings 09 96 00 - 1 PRP17369 – Lower Pressure Plane Water Line 09 96 00 HIGH PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to apply protective coatings to material and equipment, including the preparation of surfaces prior to application of coatings. 1.02 ABBREVIATIONS A. The following abbreviations are used herein: Abbreviations ANSI American National Standards Institute ASTM ASTM International MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness per Coat mil Thousandths of an Inch NACE NACE International NSF NSF International OSHA Occupational Safety and Health Administration PSDS Paint System Data Sheet SFPG Square Feet per Gallon SFPGPC Square Feet per Gallon per Coat SP Surface Preparation SSPC The Society for Protective Coatings TCLP Toxicity Characteristic Leaching Procedure 1.03 SUBMITTALS A. Product Data: 1. For each coating system used, furnish a Paint System Data Sheet (PSDS), technical data sheets, and available colors for each product used in the coating system. Indiscriminate submittal of manufacturer's literature is not acceptable. A sample PSDS form is appended at the end of this Section. 2. Coatings applied by equipment manufacturers do not require product data submittal 3. Submit the required information on a system-by-system basis. 4. The Coating Contractor shall also provide copies of the coating system submittals to the Coating Applicator. Item 17 High-Performance Coatings 09 96 00 - 2 PRP17369 – Lower Pressure Plane Water Line B. Where ANSI/NSF Standard 60 and 61 approval is required, submit ANSI/NSF certification letter for each product in the system. Indicate product application limits on size of equipment or piping, dry film thickness; number of coats, specific product tested, certified colors, and approved additives. C. Provide TCLP test data for lead and other regulated heavy metals in non-recyclable, slag type abrasive blast media to be used on the Project. Acceptable abrasive test data shall indicate the abrasive manufacturer, location of manufacture, and media gradation and type. Surface preparation will not be permitted to begin until acceptable test data has been submitted. D. Colors charts of each coating system. E. Quality Control: 1. Applicator's Experience: List of references substantiating compliance to the requirements. 2. Factory Applied Coatings: Manufacturer's certification stating factory applied coating systems meets or exceeds the requirements. 3. If the manufacturer of the finish coating differs from that of shop-applied primer, provide written confirmation from both manufacturers that the two coating materials are compatible. 1.04 QUALITY ASSURANCE A. The coating system manufacturer shall provide a representative to visit the Site at intervals during surface preparation and coating as may be required for product application quality assurance, and to determine compliance with manufacturer's instructions and the Specifications, and as may be necessary to resolve field problems attributable to, or associated with, the manufacturer's products furnished. B. Coating Applicator's Experience: Minimum of 5 years’ practical experience in application of specified products. Submit a list of recent projects and names of references for those projects. The Engineer will waive the requirement for 5 years’ experience when, at the discretion of the Engineer, the applicator’s experience and capabilities meet the intent of the experience requirement. C. Continuity of Contractor: Coating Contractor's field supervisor shall be coordinated with the Engineer, and the Owner. Notify the Engineer 72 hours in advance of any replacement of the supervisor. Replacement will be subject to approval by the Owner. D. Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with the Specifications and the printed instructions and recommendations of coating manufacturer whose product is to be applied. 2. Perform Work only in the presence of Owner’s Representative, unless Owner grants prior approval to perform such Work in Owner’s absence. Approval to perform Work in the Owner’s absence is limited to the current day unless specifically noted to extend beyond the completion of the work day. Item 17 High-Performance Coatings 09 96 00 - 3 PRP17369 – Lower Pressure Plane Water Line 3. Inspection by the Owner’s Representative, or the waiver of inspection of any particular portion of the Work, shall not be construed to relieve the Coating Contractor of responsibility to perform the Work in accordance with the Drawings and Specifications. 1.05 STANDARDS A. The applicable provisions of the latest version of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI)/NSF International (NSF) ANSI/NSF 60 Drinking Water Treatment Chemicals – Health Effects ANSI/NSF 61 Drinking Water System Components – Health Effects ASTM International (ASTM) ASTM D4541 Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers NACE International (NACE) NACE SP0188 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates NACE SP0274 High-Voltage Electrical Inspection of Pipeline Coatings The Society for Protective Coatings (SSPC) SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP5 White Metal Blast Cleaning SSPC-SP6 Commercial Blast Cleaning SSPC-SP7 Brush-Off Blast Cleaning SSPC-SP8 Pickling SSPC-SP10 Near-White Blast Cleaning SSPC-SP11 Power Tool Cleaning to Bare Metal SSPC-SP13 Surface Preparation of Concrete 1.06 WARRANTY Item 17 High-Performance Coatings 09 96 00 - 4 PRP17369 – Lower Pressure Plane Water Line A. The Coating Contractor and coating manufacturer shall jointly and severally warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of two years commencing on the date of final acceptance of the Work. B. A warranty inspection shall be conducted one month prior to expiration of the warranty period. Any defective Work discovered at this date shall be corrected by the Coating Contractor in accordance with the Specifications at no additional cost to the Owner. Other corrective measures may be required during the two-year warranty period. 2.00 PRODUCTS 2.01 MANUFACTURERS A. A manufacturer letter code, as follows, will be found following the generic descriptions of materials outlined in this Section. Location is that of the general offices. Contact these offices for information regarding the location of representative nearest the project site. 1. Manufacturer Code A – Coatings manufacturers (able to supply most heavy-duty industrial coatings and architectural paints): a. PPG Protective and Marine Coatings, Pittsburg, PA. b. Carboline Global, St. Louis, MO. c. Devoe Coatings, Louisville, KY. d. The Chemours Company, Wilmington, DE. e. International Coatings, Louisville, KY. f. Sherwin Williams, Cleveland, OH. g. Tnemec Coatings, Kansas City, MO. h. Wasser Coatings, Auburn, WA. 2. Manufacturer Code E – Fusion-bonded coating applicators: a. 3M Co., St. Paul, MN. 2.02 MATERIALS A. Products shall meet federal, state, and local requirements limiting the emission of volatile organic compounds. Specific information may be secured through the local office of the Air Pollution Control Officer. B. Provide materials produced by same coating manufacturer including primer and finish coats. C. Thinners, cleaners, driers, and other additives shall be as recommended by that coating manufacturer. Where coatings are required to meet ANSI/NSF Standard 60 and 61, addition of thinners, driers, and other coating additives not approved under the ANSI/NSF certification letter will not be permitted without written approval from the Engineer. D. Approved coating shall be designated by the manufacturer code below and manufacturers listed in Paragraph 2.01. Item 17 High-Performance Coatings 09 96 00 - 5 PRP17369 – Lower Pressure Plane Water Line Product Definition Polyamide Epoxy, High Solids Polyamide or polyamine cured epoxy, capable of 4 to 8 MDFT per coat, 70% solids by volume minimum, suitable for immersion or buried service. MANUFACTURER CODE: A Moisture Cured Zinc Primer Single component, moisture cured urethane based, 12 lbs. metallic zinc content per gallon minimum, unlimited recoat period. MANUFACTURER CODE: A Moisture Cure Urethane Single component, moisture cured urethane intermediate and top coat, suitable for high humidity and condensation, unlimited recoat period. MANUFACTURER CODE: A Inorganic Zinc Primer Solvent or water based, 14 lbs. metallic zinc content per gallon minimum; follow manufacturer's recommendation for top coating. MANUFACTURER CODE: A Polyurethane Enamel Two-component, aliphatic or acrylic based polyurethane; high gloss finish, high build. MANUFACTURER CODE: A Rust-Inhibitive Primer Single-package steel primers with anti-corrosive pigment loading; may be alkyd, vinyl, epoxy ester, chlorinated rubber. MANUFACTURER CODE: A Alkyd Enamel Optimum quality, gloss finish, medium long oil. MANUFACTURER CODE: A Wash Primer Vinyl butyral acid MANUFACTURER CODE: A Polyurethane Self-priming, plural component, 100% solids, non- extended polyurethane, suitable for burial or immersion, and shall be one of the approved products as specified in Section 09 97 16 “Pipeline Coatings and Linings.” Fusion Bonded Coating 100% solids, thermosetting, fusion bonded, dry powder epoxy or polyurethane resin, suitable for this intended service. MANUFACTURER CODE: E 2.03 COLOR SELECTION A. Provide as selected by the Owner or Engineer. Provide custom color if required to match colors when coatings are provided by separate manufacturers. Standard Color Code for Buried Pipes and Cables* Color Contents of Line Blue Potable water, irrigation water, slurry lines Purple Raw water, reuse water Green Sewer, drain lines Silver Pipeline appurtenances Item 17 High-Performance Coatings 09 96 00 - 6 PRP17369 – Lower Pressure Plane Water Line Red Electric power lines, lighting cables, conduit Yellow Gas, oil, steam, petroleum Orange Communications cables, alarm cables, signal cables *adapted from AWWA Water Operator Field Guide B. Provide coatings formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gases likely to be present at the Site. C. Proprietary identification of colors is for identification only. Any authorized manufacturer may supply matches. D. Equipment Colors: 1. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2. Paint non-submerged portions of equipment in the same color as the process piping it serves, except as itemized below: Non-Submerged Portions Color Dangerous parts of equipment and machinery OSHA Orange Fire protection equipment and Apparatus OSHA Red Radiation hazards OSHA Purple Physical hazards in normal operating area OSHA Yellow 3. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2.04 DELIVERY, STORAGE, AND HANDLING A. Deliver coating to the Site in unopened containers that plainly show the designated name, manufacture date, color, and name of manufacturer. B. Store coatings in a suitably protected area that is heated or cooled as required to maintain temperatures within the range recommended by the coating manufacturer. C. Shipping: 1. Where pre-coated items are to be shipped to the Site, protect coating from damage. Batten coated items to prevent abrasion. 2. Use nonmetallic or padded slings and straps in handling. 3. Items will be rejected for excessive damage. 2.05 INSPECTION TEST EQUIPMENT A. Provide a magnetic type or electronic dry film thickness gauge to test coating thickness, as manufactured by: 1. Paul N. Gardner Co., Pompano Beach, FL, Mikrotest. Item 17 High-Performance Coatings 09 96 00 - 7 PRP17369 – Lower Pressure Plane Water Line 2. DeFelsko Corp., Ogdensburg, NY, PosiTector. 3. Or equal. B. For finish coatings less than 20 mils thick, provide a wet sponge type, low voltage, electrical holiday detector to test for holidays and discontinuities. Detector shall be as manufactured by: 1. Tinker and Rasor, San Bernardino, CA, Model M/1. 2. Or equal. C. For elastomeric coatings and coating systems in excess of 20 mils thick, provide a pulse type, high voltage, electrical holiday detector, to test for holidays and discontinuities. Detector shall be as manufactured by: 1. Tinker and Rasor, San Bernardino, CA, Model AP-W. 2. D. E. Stearns Company, Shreveport, LA, Model 14/20. 3. Elcometer, Rochester Hills, MI. 4. Or equal. 3.00 EXECUTION 3.01 GENERAL A. The intention of this Section is for all new, interior, exterior, and submerged metal surfaces be coated, unless specified otherwise. Concealed structural steel surfaces shall receive prime coat only unless specified otherwise. B. Surface preparation and coating application shall be in conformance with the Specifications and the coating manufacturer’s written product data sheets and written recommendations of the manufacturer’s technical representative. Where conflicts occur between the manufacturer’s recommendations and the Specifications, the more stringent of the two shall apply unless approved by the Engineer. C. For coatings subject to immersion, obtain full cure for the completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating for any purpose until the curing cycle is complete. 3.02 REGULATORY REQUIREMENTS A. Volatile organic compounds emissions and worker exposures shall meet federal, state, and local limits. B. Comply with applicable federal, state, and local air pollution and environmental regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, coating application and dust prevention to protect workers. Applicable acts, regulations, standards, and guidelines include but are not limited to: 1. Clean Air Act. 2. National Ambient Air Quality Standards. 3. Resource Conservation and Recovery Act (RCRA). Item 17 High-Performance Coatings 09 96 00 - 8 PRP17369 – Lower Pressure Plane Water Line C. Meet applicable federal, state, and local air pollution control regulations for blast cleaning and disposition of spent aggregate and debris. D. Comply with applicable federal, state, and local regulations for confined space entry. E. Provide and operate equipment that meets explosion proof requirements. 3.03 ENVIRONMENTAL CONDITIONS A. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, and/or whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. B. Surface preparation power tools and blast equipment shall contain dust collection equipment that will prevent discharge of dust particles into the atmosphere when surface preparation work is located within enclosures or confined areas with electrical equipment, motors, instrumentation, or other equipment that may be damaged by airborne dust and particles. C. Do not apply coating when: 1. Surface temperatures exceeds the maximum or minimum temperature recommended by the coating manufacturer or the specifications. 2. In a dust or smoke-laden atmosphere, damp or humid weather, or under conditions that could cause icing on the metal surface. 3. When it is expected that surface temperatures will drop below 5 degrees F above the dew point within 8 hours of coating application. 4. Whenever the relative humidity exceeds 85 percent, or the maximum recommended by the coating manufacturer. 3.04 DEHUMIDIFICATION A. Where weather conditions or Project requirements dictate, Coating Contractor shall provide and operate dehumidification equipment to maintain environmental conditions suitable for abrasive blasting and coating application as specified. B. Dehumidification equipment shall be sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and coated. Provide equipment systems capable for air flows as required to maintain positive pressure and ventilation within the environmentally controlled areas. Environmentally controlled work areas shall meet all of the following requirements: 1. Two air exchanges per hour, minimum. 2. Personnel exposures limits (PEL) at 50 percent of OSHA PEL limits for all chemicals used in the performance of the work. 3. Lower explosive limits (LEL) to less than 50 percent of the most volatile solvent used in the performance of the work. C. Dehumidification equipment type, size, air flow, and power requirements shall be designed by a qualified company knowledgeable in the setup and operation requirements of the dehumidification equipment. Design shall be based on Project requirements and anticipated Item 17 High-Performance Coatings 09 96 00 - 9 PRP17369 – Lower Pressure Plane Water Line weather conditions. Design shall include evaluation of existing conditions, humidity, and temperature, proper air exchange requirements, ventilation requirements, ducting requirements for adequate air flow, and any other issues necessary to achieve the specified performance and environmental conditions throughout the duration of the project. D. Submit written recommendations for bulkhead locations, bulkhead venting, duct work for each bulkhead section, any secondary ventilation requirements for coating cure, dust collection equipment CFM requirements, and drying requirements for blast hose compressed air necessary to maintain environmental control as specified herein. At a minimum, provide bulkheads to separate surface preparation work zones, coating application zones, and coating cure zones. E. Dehumidification equipment shall operate 24 hours per day throughout surface preparation, coating application, and coating cure. Liquid, granular, or loose lithium chloride drying systems will not be acceptable. F. Coating Contractor shall either operate the equipment or provide training in the operation and maintenance of the dehumidification equipment. Coatings Contractor shall provide a technical dehumidification representative on site for a minimum of two 8 hour days to insure proper operation of the equipment, achievement of desired environmental control, and to ensure proper setup, operation, monitoring, and maintenance of the equipment. G. Monitor ambient temperature, humidity, dew point temperature, and pipe surface temperature both outdoors and within the work area at the start, midpoint, and end of each work shift at a minimum, but not greater than 5 hours between measurements. H. Document daily maintenance requirements of the equipment in writing. Post documentation near the equipment for review by the Engineer. I. Cleaned metal surfaces shall be prevented from flash rusting throughout the Project duration. Condensation or icing shall be prevented throughout surface preparation and coating application. Re-blasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Coating Contractor. 3.05 ILLUMINATION AND VENTILATION A. Provide adequate illumination while Work is in progress. Whenever required by the inspector, the Coating Contractor shall provide additional illumination and necessary supports to cover all areas to be inspected. The level of illumination for inspection purposes shall be determined by the inspector. B. Provide adequate ventilation to control dust and hazardous conditions within confined areas. Ventilation flow rates shall be in accordance with OSHA regulations and as required to reduce air contamination to nonhazardous conditions. 3.06 SURFACES NOT REQUIRING COATING A. Unless otherwise stated in the Specifications or shown on the Drawings, the following areas or items will not require coating: 1. Concrete and masonry surfaces. Item 17 High-Performance Coatings 09 96 00 - 10 PRP17369 – Lower Pressure Plane Water Line 2. Nonferrous and corrosion-resistant ferrous alloys such as copper, bronze, Monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding of equipment and piping is required. 3. Nonmetallic materials such as glass, wood, porcelain, and plastic (PVC, FRP, etc.) except as required for architectural coating or color coding. 4. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, acoustical tile, cabinets, elevators, building louvers, wall panels. Color coding of equipment is required. 5. Non-submerged electrical conduits attached to uncoated concrete surfaces. 6. Cathodic protection anodes. 7. Items specified to be galvanized after fabrication, unless specifically required elsewhere or subject to immersion. 3.07 PREPARATION OF SURFACES A. Inspection: 1. Inspect and provide substrate surfaces prepared in accordance with the Specifications and the printed instructions and recommendations of coating manufacturer whose product is to be applied. 2. Provide Engineer minimum three days' advanced notice to start of surface preparation or coating application work, unless otherwise specified. 3. Perform such Work only in the presence of Engineer, unless Engineer grants prior approval to perform such Work in Engineer's absence. B. Metal Surface Preparation: 1. General: a. Do not perform a surface preparation blast prior to submission of Samples. b. Specified workmanship for metal surface preparation shall meet current Society for Protective Coatings (SSPC) specifications. c. All surface preparation of new equipment and surfaces shall be assumed to be on a SSPC Grade A steel surface condition, unless specifically noted otherwise. d. Wherever the words "solvent cleaning", "hand tool cleaning", "wire brushing", or "blast cleaning", or similar words of equal intent are used in the Specifications or in coating manufacturer's instructions, they shall be understood to refer to the applicable SSPC specifications listed above. Item 17 High-Performance Coatings 09 96 00 - 11 PRP17369 – Lower Pressure Plane Water Line e. Where OSHA or EPA regulations preclude standard abrasive blast cleaning, wet or vacuum blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. f. Hand tool clean areas that cannot be power tool cleaned. 2. Welds and adjacent areas: a. Prepared such that there is: 1). No undercutting or reverse ridges on the weld bead. 2). No weld spatter on or adjacent to the weld or any other area to be coated. 3). No sharp peaks or ridges along the weld bead. b. Grind embedded pieces of electrode or wire flush with the adjacent surface of the weld bead. 3. Pre-blast Cleaning Requirements: a. Remove oil, grease, welding fluxes, and other surface contaminants prior to blast cleaning. Use solvents that will not harm the surface. Solvents shall be in accordance with SSPC-SP1 b. Clean surfaces using steam, open flame, hot water, or cold water with appropriate detergent additives. Follow with clean water rinsing. c. Clean small isolated areas as above or with suitable solvents and clean cloths. d. Round or chamfer all sharp edges and grind smooth all burrs, jagged edges, and surface defects. 4. Blast Cleaning Requirements: a. Equipment and speed of travel shall be designed to obtain specified degree of cleanliness. b. Select type and size of abrasive to produce a surface profile that meets the coating manufacturer's recommendations for the particular coating to be applied or not less than 20 percent of the specified coating thickness, whichever is more stringent. c. Do not reuse abrasive, unless abrasive is a recyclable abrasive. 5. Shop Blasting: a. Provide Engineer at least seven days advance notice to start of shop blast cleaning to allow for inspection of the Work during surface preparation and shop application of coatings. Work shall be subject to the Engineer's approval before shipment to the Site. b. Items such as structural steel, metal doors and frames, metal louvers, and similar items as inspected by the Engineer may be shop prepared and primed. c. Centrifugal wheel blast cleaning is an acceptable alternate to shop blast cleaning. 6. Field Blasting: Item 17 High-Performance Coatings 09 96 00 - 12 PRP17369 – Lower Pressure Plane Water Line a. Perform sandblasting for items and equipment specified and as required to restore damaged surfaces previously shop or field blasted and primed. Materials, equipment, procedures, shall meet requirements of SSPC. b. Field blasting in areas with electrical or mechanical equipment, or within buildings shall be performed with dustless abrasive systems such as sponge or dry ice abrasive blasting. 7. Post-Blast Cleaning and Other Cleaning Requirements: a. Clean surfaces of dust and residual particles by dry air blast cleaning or other method prior to coating. Oil or water vapor cleaning are not allowed. Vacuum clean enclosed areas and other areas where dust settling is a problem. Wipe with a tack cloth. b. Coat surfaces the same day they are sandblasted. Re-blast surfaces that have started to rust before they are coated. C. Concrete Surface Preparation: 1. Do not begin until 30 days after the concrete has been placed or 7 days if steam cured. 2. Remove grease, oil, dirt, salts or other chemicals, loose materials or other foreign matter by solvent, detergent, or other suitable cleaning methods. 3. Clean concrete using mechanical or chemical methods appropriate for the degree of cleaning specified for the coating system and in accordance with SSPC-SP13. 4. Ensure surfaces are dry prior to coating unless otherwise required for proper adhesion. 5. Fill or patch bug holes, air pockets, and other voids in the concrete in chemical exposure areas, secondary containment, and where specifically required. 6. Concrete Surface Preparation Inspection: a. Adhesion Testing: 1). The Engineer will perform tensile testing of the surface preparation using for concrete surface adhesion testing. Pneumatic adhesion testing equipment will be Type 4 or Type 5 with 2-inch diameter dollies in accordance with ASTM D4541. 2). Score concrete surface or applied coating for concrete adhesion testing. 3). Substrate adhesive failure greater than 50 percent of the dolly surface area shall indicate inadequate surface preparation. 4). Cohesive failures which result in loss of sound concrete will be acceptable provided the loss is greater than 50 percent of the dolly surface area. 5). Low cohesive failures with a thin layer of concrete due to weak concrete or laitance over 50 percent of the dolly surface will be rejected. b. Concrete soundness shall be determined using the scratching or hammer impact methods as defined in SSPC-SP13. c. Moisture content shall be tested as specified in SSPC-SP13 and shall not exceed the moisture content recommended by the coating manufacturer. Item 17 High-Performance Coatings 09 96 00 - 13 PRP17369 – Lower Pressure Plane Water Line D. Preparation of Existing Coated or Shop-Primed Surfaces: 1. General: a. Prior to additional coating application, shop primed or coated surfaces shall be inspected with the Engineer to determine the extent of damage to the coating and the ability of finish coats to adhere. b. If a cured epoxy, polyurethane, or plural-component material is to be top coated, brush-off blast to a degree with a zero-gloss, frosted visual appearance as specified herein or as recommended by the existing coating manufacturer. c. Surface preparation recommendations of coating manufacturer shall be subject to approval of the Engineer. 2. Prior to Recoat or Final Coat: a. Detergent wash and freshwater rinse. b. Perform touch-up repairs of existing coating. c. Apply a seal coat to asphaltic varnish coated ductile iron pipe prior to the application of a cosmetic finish coat. 3. Touch-up Repairs: a. Clean loose, abraded, or damaged coatings to substrate by in accordance with SSPC- SP11. b. Feather surrounding intact coating. c. Apply one spot coat of the specified primer to bare areas. Overlap the prepared existing coating. d. Apply one full finish coat of the specified primer or finish coat overall. 4. Application of a Cosmetic Coat: The exact nature of shop-applied coatings is not known in all cases. Check compatibility by application to a small area prior to starting the coating. If lifting or other problems occur, request disposition from the Engineer. E. Brush-off Blast Cleaning: 1. Equipment, procedure, and degree of cleaning shall meet SSPC-SP7. 2. Abrasive shall be either conventional abrasive blasting with sand, grit, or nut shells, or specialized abrasive blasting, such as sponge or dry ice blasting. Abrasives shall be 60 mesh grit, maximum. 3. Select various surface preparation parameters such as size and hardness of the abrasive, nozzle size, air pressure, and nozzle distance from the surface such that the surface is cleaned without pitting, chipping, or exposure of metal substrate. 4. Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5. The Engineer shall approve trial blast cleaned area and shall use area as a representative Sample of surface preparation. 6. Surface profile shall have the appearance of 100 grit sandpaper with no exposed metal substrate. Item 17 High-Performance Coatings 09 96 00 - 14 PRP17369 – Lower Pressure Plane Water Line 7. Repair or replace coated surfaces damaged by blast cleaning. Damage is defined as visible metal substrate. If less than 5 percent of prepared surface has the metal substrate visible, the coating shall be repaired by application of a brush applied coat. If greater than 5 percent of the metal substrate is visible, the coating shall be fully removed to meet the specified surface cleanliness. F. Solvent Cleaning: 1. Remove foreign matter, such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants, by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods which involve a solvent or cleaning action. 2. Method shall meet the requirements of SSPC-SP 1. 3.08 PROTECTION OF SURFACES NOT TO BE COATED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be coated. B. Provide drop cloths to prevent coating materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and the coating process. D. Mask openings in motors to prevent coating and other materials from entering the motors. 3.09 COAT MIXING A. Multiple-Component Coatings: 1. Prepare coatings using all container contents for each component as packaged by the coating manufacturer. 2. No partial batches will be permitted. 3. Multiple-component coatings that have been mixed shall not be used beyond their pot life. 4. Provide small quantity kits for touchup and for coating small areas. 5. Mix only the components specified and furnished by the coating manufacturer. 6. Do not intermix additional components for any reason, even within the same generic type of coating. 7. Fast set or plural component products shall be applied using an appropriate multipart pump that properly mixes both components at the recommended ratio using equipment recommended by the coating manufacturer. Hot mixing of fast set or plural component products will not be permitted. B. Keep coating materials sealed when not in use. Provide a nitrogen blanket on fast set, plural, or moisture cured coatings on opened product containers when stored or not in use more than 8 hours. Item 17 High-Performance Coatings 09 96 00 - 15 PRP17369 – Lower Pressure Plane Water Line C. Provide alternating colors where more than one coat of a material is applied within a given system. Alternating colors will indicate that the required number of coats have been applied. 3.10 APPLICATION OF COATING A. General: 1. Schedule an inspection with Engineer for cleaned surfaces and all coats prior to the application of the subsequent coat. Schedule inspection with Engineer to verify compliance to the Specifications for shop coated or factory finished items delivered to the Site. 2. Apply coatings in accordance with the coating Manufacturer's recommendations. Allow sufficient time between coats to ensure thorough drying of applied coating. 3. Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed, or flocking. 4. Units to be coated shall be bolted together and to structures prior to assembly or installation. 5. Shop Primed or Factory Finished Surfaces: a. Power sand areas of chipped, peeled, or abraded coating. Feather the edges. Follow with a spot primer using specified primer. b. For two-package or converted coatings, consult the coatings manufacturer’s procedures for top coating of products. c. Prior to application of finish coats, clean shop primed surfaces of dirt, oil, and grease. Apply a mist coat of specified primer, 1.0 mil dry film thickness. d. After welding, prepare and prime holdback areas as required for the specified coating system. Apply primer in accordance with manufacturer's instructions. 6. Manufacturer Applied Coating Systems: a. Repair abraded areas on factory-finished items in accordance with the equipment manufacturer's instructions. b. Carefully blend repaired areas into the original finish. B. Application Safety: 1. Perform coating in accordance with coating manufacturer's instructions, NACE, and federal, state, and local agencies having jurisdiction. 2. Coatings Contractor will be solely and completely responsible for condition of the Site, including safety of all persons (including employees) and property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours. Safety provisions will conform to U.S. Department of Labor, Occupational Safety and Health Act, any equivalent state law, and all other applicable federal, state, county, and local laws, ordinances, and codes. 3. Comply with all safety-training requirements required for this Project. C. Film Thickness: Item 17 High-Performance Coatings 09 96 00 - 16 PRP17369 – Lower Pressure Plane Water Line 1. Coverage is listed as either the total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. 2. Coating system film thickness per coat shall be applied at the specified thickness or the manufacturer’s recommended minimum thickness, whichever is greater. Where the manufacturer has not specified a minimum coating thickness on the product data sheets, the minimum recommended coating application thickness shall apply. 3. Maximum film build per coat shall not exceed the coating manufacturer's recommendations. 4. Apply the minimum number of coats required regardless of the coating thickness. Additional coats may be required to obtain the minimum required coating thickness depending on method of application, differences in manufacturers' products, and atmospheric conditions. D. Surfaces that are subject to immersion, condensing environments, or where specifically specified shall be stripe coated on all angles, edges, corners, threads, welds, and similar type surfaces. Stripe coat shall be an extra coat of the intermediate or topcoat material. The stripe coat shall be a separate coat of coating from coats specified under the coating system. Stripe coats shall be alternated in color, similar to a full coat. E. Prime Coat for Porous Surfaces, such as Concrete and Masonry: 1. Coat may be thinned to provide maximum penetration and adhesion. 2. Thinning of the Prime Coat is non-acceptable if the coating material is 100% Solids. 3. The type and amount of thinning shall be determined by the coating manufacturer and is dependent on surface density and type of coating. 4. Surfaces specified to receive water base coating shall be damp, but free of running water, just prior to application of the coating. F. Existing Coated or Shop-Primed Surfaces: 1. Cured epoxy, polyurethane, plural component materials or any other coating system that has exceeded its maximum recoat window shall be prepared as specified this section. Meet the requirements of Paragraph 3.07 D. 2. If recoat window has been exceeded or has achieved full cure, epoxy, polyurethane, or plural-component coatings specified to be top coated shall be prepared in accordance with the coating manufacturer surface preparation recommendations. At a minimum, existing coated surface shall be sanded or abrasive sweep blasted to remove all gloss and to roughen the existing surface for adhesion of subsequent coats. 3. Apply sealer or primer for coating compatibility where recommended by coating manufacturer. G. Damaged Coatings, Pinholes, and Holidays: 1. Feather edges and repair in accordance with the recommendations of the coating manufacturer. Item 17 High-Performance Coatings 09 96 00 - 17 PRP17369 – Lower Pressure Plane Water Line 2. Repair fusion bonded coatings to be as recommended by the original applicator. Applicator shall provide liquid repair kits for this purpose as recommended by the coating manufacturer. 3. Apply finish coats, including touchup and damage-repair coats, in a manner that will present a uniform texture and color-matched appearance. H. Unsatisfactory Application: 1. If the item has an improper finish color or insufficient film thickness, clean and topcoat surface with specified coating material to obtain the specified color and coverage. Obtain specific surface preparation information from the coating manufacturer. 2. Evidence of runs, bridges, shiners, laps, or other imperfections shall be cause for rejection. 3. Repair defects in coating system per written recommendations of coating manufacturer. 4. Hand or power sand visible areas of chipped, peeled, or abraded coating, and feather the edges. Follow with primer and finish coat in accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required. 5. Leave all staging up until the Engineer has inspected the surface or coating. Replace staging removed prior to approval by Engineer. 3.11 COATING INSPECTION A. General: 1. Perform all film thickness measurements and electrical inspection of the coated surfaces with properly calibrated instruments. 2. Recoat and repair as necessary for compliance with the Specifications and to repair damage caused by destructive testing methods utilized to inspect the coating application. 3. All coats will be subject to inspection by the Engineer and the coating manufacturer's representative. 4. Visually inspect concrete, nonferrous metal, plastic, and wood surfaces to ensure proper and complete coverage has been attained. Give particular attention to edges, angles, flanges, and other areas where insufficient film thicknesses are likely to be present and ensure proper millage in these areas. B. Coating Thickness Testing: 1. Engineer shall conduct coating thickness testing as necessary. Testing conformance to the requirements of SSPC PA-2, “Measurement of Dry Coating Thickness with Magnetic Gages,” is specifically excluded from this Section. 2. Measure coating thickness in mils with a magnetic dry film thickness gauge as specified. 3. Check each coat for the correct millage on a relatively flat surface of the pipe or appurtenance. Avoid testing the edges or connection points. Do not make measurement until 8 hours after application of the coating, minimum. Item 17 High-Performance Coatings 09 96 00 - 18 PRP17369 – Lower Pressure Plane Water Line 4. Tests for concrete coating thickness shall be with a Tooke Gauge, a destructive test. Coatings Contractor shall repair coating after thickness testing. A non-destructive ultrasonic dry film thickness gauge suitable for concrete surfaces may be used in lieu of a Tooke Gauge. C. Coating Continuity (Holiday) Testing: 1. Test finish coatings less than 20 mils dry film thickness (except zinc primer, galvanizing, and elastomeric coatings) for holidays and discontinuities with a low voltage, wet sponge type, electrical holiday detector as specified. 2. Test finish elastomeric coatings, coatings in excess of 20 mils dry film thickness, concrete, and secondary containment coatings (except zinc primer) with a pulse type, high voltage, electrical holiday detector as specified. 3. Holiday detect coatings on pipe for buried application with high voltage spark tester in accordance with NACE SP0274. Testing shall be performed on a relatively flat surface of the pipe or appurtenance. Avoid testing the edges or connection points. 3.12 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroy at the end of each day. B. Upon completion of the Work, remove staging, scaffolding from the Site. Remove containers from the Site or destroy in a legal manner. C. Completely remove coating spots, oil, or stains upon adjacent surfaces and floors and leave entire Site clean. D. Damages due to over spray on buildings, vehicles, trees, or other surfaces not specified to be coated shall be the responsibility of the Coatings Contractor. 3.13 MANUFACTURER SERVICES A. Furnish coating manufacturer's representative to: 1. Visit the Site at intervals as may be required for product application quality assurance during surface preparation and coating. 2. Determine compliance with manufacturer's instructions and the Drawings and Specifications. 3. Resolve field problems as necessary that are attributable to, or associated with, manufacturer's products furnished. 3.14 PROTECTIVE COATING SYSTEMS AND APPLICATION SCHEDULE: A. Unless otherwise shown in the Drawings or specified, coat the Work in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the Work in question. Item 17 High-Performance Coatings 09 96 00 - 19 PRP17369 – Lower Pressure Plane Water Line Application Schedule System No. Title 1 Submerged Metal - Potable Water 2 Concrete Encased Metal 4 Exposed Metal - Highly Corrosive 5 Exposed Metal - Mildly Corrosive 8A Buried Metal – Shop Coated 8B Buried Metal – Field Coated 10 Galvanized Metal Conditioning 11 Galvanized Metal Repair 27 Aluminum and Dissimilar Metal Insulation 21 Nonskid Floor, Concrete 29 Fusion Bonded Coating 30 Internal Lining of Steel Specials – Potable Water 31 Internal Lining Transition Sealant Between Mortar and Epoxy Lined Pipe C. System No. 1 Submerged Metal - Potable Water: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyamide Epoxy Coating 3 coats, 4 MDFTPC 2. Application: a. All new or existing metal surfaces below a plane 1 foot above the maximum liquid surface; metal surfaces above the maximum liquid surface which are a part of the immersed equipment; and concrete embedded surfaces of metallic items under submerged or buried conditions, such as wall pipes, pipes, wall or floor sleeves, access manholes, gate guides and thimbles, and structural steel, except reinforcing steel, unless otherwise specified. b. This system shall be applied to the following specific items: 1). Flanged or mating metal surfaces of access manways, air valves, and other immersed metal surface on the interior of the pipeline. 2). Buried miscellaneous metals as alternative to System No. 8A, subject to Engineer approval. c. Interior epoxy lining shall transition onto mortar lining by overlapping mortar lining for a minimum of 18 inches onto the epoxy coating. Location of overlap to be determined by the pipe fabricator, but shall not be less than 24-inches below finished grade unless otherwise noted. Item 17 High-Performance Coatings 09 96 00 - 20 PRP17369 – Lower Pressure Plane Water Line D. System No. 2 Concrete Encased Metal: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP10) Polyamide Epoxy 2 or 3 coats, 16 MDFTPC 2. Application: Metal surfaces encased in concrete, such as wall pipes, pipes, pipe sleeves, access manholes, gate guides and thimbles, and structural steel, excluding reinforcing steel; and the following specific surfaces unless otherwise specified. E. System No. 4 Exposed Metal - Highly Corrosive: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT 2. Application: a. All new exposed metal surfaces, located inside of structures, manholes, or vaults and/or subject to high humidity or condensation. b. All surfaces with shop applied fusion bonded epoxy or other two-component coating system shall be prepared as specified for existing or shop-applied coatings and top coated with the specified coating material. Final color shall be uniform in appearance. c. Moisture-cured urethane coatings, as specified, are available from Wasser Chemical and Sherwin Williams. Other coating manufacturers will only be considered if the product complies with the unlimited recoat window. F. System No. 5 Exposed Metal - Mildly Corrosive: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP10) Inorganic Zinc Rich Primer 1 coat, 3 MDFT Polyurethane Enamel 2 coats, 6 MDFT 2. Application: a. All new exposed metal surfaces located outside of structures and exposed to weather. b. All transitions between buried or concrete encasement and exposed pipe shall be overlapped a minimum of 6 inches. Item 17 High-Performance Coatings 09 96 00 - 21 PRP17369 – Lower Pressure Plane Water Line G. System No. 8A Buried Metal, Shop Coated: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP5) Polyurethane 1 coat, 35 MDFT 2. Application: a. All buried steel pipe shall be shop coated in accordance with Section 09 97 16 “Pipeline Coatings and Linings.” b. All buried or concrete encased ferrous metal pipe, fittings, and appurtenances shall be shop coated with this system, unless specified otherwise. c. Epoxy coating in accordance with System No. 1 shall be allowable in lieu of System No. 8 only when approved by the Engineer. Manufacturer shall specifically request the use of System No. 1 in writing for Engineer review and approval. H. System No. 8B Buried Metal, Field Coated: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast (SP10) or Power Tool to Bare Metal (SP11) Polyurethane - or – Wax Tape - or – Fast Cure Epoxy 35 MDFT 35 MDFT 1 coat, 20 MDFT 2. Application: a. Field coat all buried metallic items with this system, unless specified otherwise in Section 09 97 16 “Pipeline Coatings and Linings” or approved by Engineer. b. All buried non-ferrous valves, pipe, or tubing. c. All buried miscellaneous metals, valves, fittings, and associated bolts. 3. Special Requirements: a. Polyurethane coating manufacturers shall be as specified in Section 09 97 16 “Pipeline Coatings and Linings.” b. Wax Tape manufacturer shall be Denso North America, Houston, TX; Trenton Corp., Ann Arbor, MI; or equal. c. Fast cure epoxy coatings shall be: 1). Denso Protal 7125 (low temperature) or Protal 7300. 2). Chase Corp. Tapecoat TC 7030. 3). 3M ScotchKote 323. I. System No. 10 Galvanized Metal Conditioning: 1. Surface Preparation and Coating System: Item 17 High-Performance Coatings 09 96 00 - 22 PRP17369 – Lower Pressure Plane Water Line Surface Prep. Coating Material Min. Coats, Cover Solvent Clean (SP1) followed by Hand Tool (SP2) or Power Tool (SP3) Wash Primer 1 Coat, 0.4 MDFT Finish Coats to Match Existing Coating As Required to Match Surrounding Area 2. Application: All galvanized surfaces requiring painting. J. System No. 11 Galvanized Metal Repair: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Solvent Clean (SP1) followed by Hand Tool (SP2) or Power Tool (SP3) or Brush-off Blast (SP7) Organic Zinc Rich Primer 1 Coat, 3 MDFT 2. Application: All galvanized surfaces which are abraded, chipped, or otherwise damaged. K. System No. 21 Nonskid Floor, Concrete: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Concrete (SP13) Epoxy Nonskid Finish 1 coat, 160 SFPG (thinned) 1 coat, 160 SFPG (unthinned) 2. Application: All non-submerged, concrete embedded, aluminum surfaces. L. System No. 27 Aluminum and Dissimilar Metal Insulation: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Solvent Clean (SP1) Wash Primer 1 Coat, 0.4 MDFT Bituminous Coating 1 Coat, 10 MDFT 2. Application: All non-submerged, concrete embedded, aluminum and dissimilar metal surfaces. M. System No. 29 Fusion Bonded Coating: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast or Centrifugal Wheel Blast (SP10) or Acid Pickling (SP8) Fusion Bonded 100% solids Epoxy or Polyurethane 1 or 2 coats, 7 MDFT 2. Application: Item 17 High-Performance Coatings 09 96 00 - 23 PRP17369 – Lower Pressure Plane Water Line a. All surfaces specified to be shop coated and intended for burial, immersion, high humidity and condensation environments, pipe vault components, and where specified. b. All pipe, valves, fittings, and couplings. N. System No. 30 Internal Lining of Steel Specials – Potable Water: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Abrasive Blast or Centrifugal Wheel Blast (SP10) 100% solids Epoxy per AWWA C210 1 or 2 coats, 30- 40 MDFTPC 2. Application: a. All surfaces specified to be shop coated and intended as internal lining of steel interconnect piping at pressure control facilities where higher velocities are expected due to decreased pipe diameter, and where specifically specified. b. All steel specials and interconnect specials c. Transitions shall have epoxy applied up to the mortar lining and then sealed with epoxy paste, System No. 31. O. System No. 31 Internal Lining Transition Sealant Between Mortar and Epoxy Lined Pipe: 1. Surface Preparation and Coating System: Surface Prep. Coating Material Min. Coats, Cover Mechanically abrade (sand) the existing epoxy lining and mortar surface 100% solids, solvent free Epoxy paste or grout 1-inch maximum Epoxy thickness 2. Application: a. Field apply and hand trowel at transitions where System No. 30 is used. b. Install transition material at mortar thickness and taper down to the epoxy thickness. Apply in a circumferential band, 6 to 8 inches wide, to form a gradual taper. c. De-gloss and mechanical abrade existing linings prior to application. d. Remove all laitance from mortar surface to be in contact with sealant prior to application. e. The leading edge of mortar to be in contact with the sealant shall be rounded off to a 1/8-inch radius. f. Surfaces shall be dust-free and dry prior to application. g. Mask 1 to 1.5 inches from the leading edge of the mortar lined pipe section. 3.15 PAINT SYSTEM DATA SHEET A. The Paint System Data Sheet (PSDS) follows the END OF SECTION below. Item 17 High-Performance Coatings 09 96 00 - 25 PRP17369 – Lower Pressure Plane Water Line PAINT SYSTEM DATA SHEET Attached products' Technical Data Sheet (if applicable) to this sheet for each coating system submittal. Paint System Number (from spec.): Paint System Title (from spec.): Coatings Manufacturer: Representative: Surface Preparation: Paint Material (Generic) Product Name/Number (Proprietary) Min. Coats, Coverage Additional Information Required (check applicable items): ☐ ANSI/NSF Certification letter for each coating material listed above requiring ANSI/NSF Standard 60 and 61 approval. ☐ Manufacturer’s minimum and maximum recommended coating thickness per coat and for total coating system. ☐ Immersion coating cure requirements from minimum coating application temperature to 100 degrees in 15 degree temperature increments. Item 17 High-Performance Coatings 09 96 00 - 26 PRP17369 – Lower Pressure Plane Water Line THIS PAGE INTENTIONALLY LEFT BLANK Item 17 Pipeline Coatings and Linings 09 97 16 - 1 PRP17369 – Lower Pressure Plane Water Line 09 97 16 PIPELINE COATINGS AND LININGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply external polyurethane coating and internal mortar lining on steel pipe; field coating to joints; and field repair to coating damage. B. Mortar coated steel pipe shall be provided where specifically shown on the Drawings. C. Externally coated BWCCP shall be provided where specifically shown on the Drawings. D. Exposed steel pipe in vaults and above grade will be coated in accordance with Section 09 96 00 “High-Performance Coatings,” unless specified otherwise. 1.02 ABBREVIATIONS The following abbreviations are used in this Section: Abbreviations ANSI American National Standards Institute ASTM ASTM International AWS American Welding Society AWWA American Water Works Association BWCCP Bar-Wrapped Concrete Cylinder Pipe ISO International Organization for Standardization MDFT Minimum Dry Film Thickness mils Thousandths of an Inch NACE NACE International NSF NSF International OSHA Occupational Safety and Health Act SSPC The Society for Protective Coatings 1.03 DEFINITIONS A. Manufacturer's Technical Representative: Employee of coating manufacturer who is factory trained and knowledgeable in all technical aspects of their products and systems. Sales representatives are not acceptable as a technical representative unless written authorization from the coating manufacture is provided which states the sales representative has full authority to act on the behalf of the coating manufacturer. 1.04 SUBMITTALS A. Submittals shall be made in accordance with Section 01 33 00 “Submittal Procedures.” Item 17 Pipeline Coatings and Linings 09 97 16 - 2 PRP17369 – Lower Pressure Plane Water Line 1. Shop Drawings: a. Catalog data; material safety data sheets; manufacturer’s recommendations and instructions on surface preparation, application, and curing; product performance reports; and other manufacturer’s information for all proposed products. 2. Record Data: a. Application procedures and repair procedures of coating manufacturer. b. Application procedures of heat-shrink sleeve manufacturer. c. Provide copies of the approved coating system submittals to the coating applicator. 3. Quality Control: a. Applicator's experience with list of references substantiating compliance to the requirements specified. b. Coating manufacturer's certification stating the applicator meets or exceeds coating application requirements and recommendations. c. Coating application quality assurance manual. d. If the manufacturer of field-applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers’ that the two coating materials are compatible. e. Certified Test Reports for all coating and lining. f. At the start of coating and/or lining operations, the manufacturer shall certify that the coatings are being applied in accordance with the specifications. g. Submit reports from monthly follow-up site visits from coating manufacturer stating that the shop-applied coatings are being applied in accordance with the specifications based upon monthly site visits. 1.05 QUALITY ASSURANCE A. Coating Applicator's Experience and Certification: 1. Coating application company and coating application supervisor (Certified Applicator) shall have a minimum of five years’ experience applying the specified coating system. 2. Coating application personnel, who have direct coating application responsibility, shall have a minimum of two years’ practical experience in application of the approved coating system. 3. Coating Applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer technical representative shall be present for a minimum of two weeks for technical assistance and instruction at the start of coating and/or lining operations within the shop. The technical representative shall observe surface preparation and coating application and conduct tests of the coating to ensure conformance with application instructions, recommended methods, and conditions. Item 17 Pipeline Coatings and Linings 09 97 16 - 3 PRP17369 – Lower Pressure Plane Water Line C. Coating and/or lining manufacturer’s technical representative shall be onsite for two weeks, minimum, at the start of each construction season to inspect coating application and procedures in the field. During this visit, the technical representative shall observe surface preparation and coating application, and conduct tests of the coating to ensure conformance with application instructions, recommended methods, and conditions. D. Coating and/or lining manufacturer shall provide 8 hours per month of field or shop coating technical support and follow up with QC testing. E. Technical representative shall provide a written report to the Engineer for each visit. Report shall include copies of test data collected, description of observations, and all recommended corrective actions. Report shall be submitted within five working days after the visit. When deemed necessary by the Engineer, work will not be permitted to proceed until the recommended corrective actions have been implemented. After all corrective recommendations have been completed the manufacturer’s representative shall return and certify that the application complies with the manufacturer’s coating application recommendations. F. Additional visits by the manufacturer’s representative shall be made at sufficient intervals during surface preparation and coating or lining as may be required for product application quality assurance, and to determine compliance with manufacturer’s instructions, and as may be necessary to resolve problems attributable to, or associated with, manufacturer’s products furnished for this project. 1.06 STANDARDS A. AWWA, NACE, and SSPC are the minimum industry standards and are referenced for the purpose of conformance, except where modified herein. The requirements of this Section have been written to a higher design standard with the intent of achieving a long-term coating performance. The applicable provisions of the latest version of the following standards shall apply as if written here in their entirety: ASTM International (ASTM) ASTM C33 Specification for Concrete Aggregates ASTM C150 Specification for Portland Cement ASTM D1000 Test Methods for Pressure-Sensitive Adhesive-Coated Tapes Used for Electrical and Electronic Applications ASTM D4541 Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers American Water Works Association (AWWA) AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe – 4-Inch and Larger – Shop Applied AWWA C209 Cold-Applied Tape Coatings for Steel Water Pipe, Special Sections, Connections, and Fittings AWWA C210 Liquid Epoxy Coatings and Linings for Steel Water Pipe and Fittings Item 17 Pipeline Coatings and Linings 09 97 16 - 4 PRP17369 – Lower Pressure Plane Water Line American Water Works Association (AWWA) AWWA C216 Heat-Shrinkable Cross-Linked Polyolefin Coatings for Steel Water Pipe and Fittings AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings AWWA C602 Cement-Mortar Lining of Water Pipelines in Place – 4-Inch and Larger International Organization for Standardization (ISO) ISO 8502-3 Preparation of Steel Substrates before Application of Paints and Related Products – Part 3: Assessment of Dust on Steel Surfaces Prepared for Painting (Pressure Sensitive Tape Method) NACE International (NACE) NACE SP0188 Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates NACE SP0274 High-Voltage Electrical Inspection of Pipeline Coatings NACE RP0287 Field Measurement of Surface Profile of Abrasive Blast-Cleaning Steel Surfaces Using a Replica Tape American National Standards Institute (ANSI)/NSF International (NSF) ANSI/NSF 61 Drinking Water System Components – Health Effects Society for Protective Coatings (SSPC) SSPC-SP1 Solvent Cleaning SSPC-SP2 Hand Tool Cleaning SSPC-SP3 Power Tool Cleaning SSPC-SP5 White Metal Blast Cleaning SSPC-SP6 Commercial Blast Cleaning SSPC-SP10 Near-White Metal Blast Cleaning SSPC-SP11 Power Tool Cleaning to Bare Metal 1.07 WARRANTY A. The Contractor shall warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. Item 17 Pipeline Coatings and Linings 09 97 16 - 5 PRP17369 – Lower Pressure Plane Water Line 1.08 OBSERVATION OF WORK A. The Installation Contractor shall give the Owner Representative a minimum of 14 days’ advance notice of the start of any work to allow scheduling for shop or field observation. Provide Owner Representative a minimum three days' notice for actual start of surface preparation and coating application work. B. Make provisions to allow Owner’s Representative full access to facilities and appropriate documentation regarding coating application. C. Observation by the Owner’s Representative or the waiver of observation of any particular portion of the Work shall not be construed to relieve the Installation Contractor of his responsibility to perform the Work in accordance with the Contract Documents. D. Materials shall be subject to testing for conformance with this Section as the Owner’s representative may determine, prior to or during incorporation into the Work. 2.00 MATERIALS 2.01 GENERAL A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with referenced standards, written directions of the coating or lining manufacturer, or the Specifications, whichever is more stringent. B. Coatings and linings will be stored, handled, and applied per manufacturer’s written directions. C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions during the Project will not be permitted. 2.02 CONTRACTOR FURNISHED TEST EQUIPMENT A. Contractor shall provide the following coating test equipment for field testing of pipe for holidays: 1. Holiday Test Equipment: a. Elcometer Model D236, 0 to 30 kV high voltage tester. b. External pipe rolling spring probe, sized for the Project pipe diameter. c. Right-angle wire brush probe, 20 inches or larger. d. Telescopic probed extension handle, 2 to 4-foot length range. 2.03 SHOP-APPLIED EXTERIOR COATINGS A. General: 1. Steel pipe shall be coated in accordance with AWWA C222, except as modified herein. 2. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated a minimum of 2 inches beyond the interior wall or floor surface. 3. Pipe that is atmospherically exposed shall be shop primed as specified herein and Section 09 96 00 “High-Performance Coatings.” Item 17 Pipeline Coatings and Linings 09 97 16 - 6 PRP17369 – Lower Pressure Plane Water Line B. Plural Component Polyurethane: 1. Plural component, polyurethane coating system (referred to as a polyurethane system) shall be applied in accordance with AWWA C222 and as modified herein. The coating shall be light in color and as approved by the Engineer. 2. Shop Surface Preparation: a. Steel pipe: SSPC-SP5, 3.0 mil profile minimum, or as required by the manufacturer, whichever is greater using standardized testing procedures. 3. Shop-Applied Coating Requirements: a. Self-priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion. Extended polyurethane coating will not be acceptable. b. One coat, 35 mils total dry film thickness minimum, or as required to meet the holiday and coating defect limits specified in this Section. c. Polyurethane shall be manufactured within 30 days of shipping to application facilities. d. Coating shall be one of the following products, subject to review and acceptance: 1). Protec II, Futura Coatings, Montgomeryville, PA. 2). Chemthane 2265, Chemline Inc., St. Louis, MO. 3). Polyclad 777, Carboline Global, St. Louis, MO. 4). Durashield 110 or Durashield 210, LifeLast, Pflugerville, TX. 5). No approved equal. e. Dielectric Coating Holdback Primer: 1). Holdback primer for corrosion protection of holdbacks shall be compatible with the specified joint coating system and weld-after-backfill requirements. 2). Approved holdback primers are: a). Tnemec 1 Omnithane: Suitable for all joints, except joints subject to weld- after-backfill. b). Tnemec 90E-92 Tnemec Zinc: Suitable for all joints, including weld-after- backfill joints. c). Devoe Coatings Cathacoat 304V: Suitable for all joints, including weld-after- backfill joints. d). Tape Primers: Not allowed. f. Acceptance of submitted product is contingent upon: 1). Submit written verification that no change in product formulation has occurred. 2). Owner reserves the right to conduct laboratory comparison of the test product with the submitted product Part A and B formulation using infrared spectrometry analysis. Test shall be performed on product samples collected at Item 17 Pipeline Coatings and Linings 09 97 16 - 7 PRP17369 – Lower Pressure Plane Water Line the fabrication shop by Owner designated personnel. Products found to have been modified from the product used for the coating performance test report will be rejected. C. Exposed Steel Pipe: 1. All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09 96 00 “High-Performance Coatings.” 2. Manufacturer of shop-applied primer shall be coordinated with field application to provide a complete system by a single manufacturer. Engineer approval of a coating system with two or more coating manufacturers will require written approval from all coating manufacturers as to compatibility and acceptance under warranty. D. Cement Mortar Coating or Overcoat: 1. Where indicated on the Drawings for tunnel carrier pipe or other applications, apply cement mortar coating system on steel pipe and fittings in accordance with AWWA C205, except as modified herein. 2. Cement mortar overcoat shall be applied over a dielectric coating system on steel pipe and fittings in accordance with AWWA C205, except as modified herein. 3. Holdback: Mortar overcoat shall be held back of dielectric coating a minimum of 18 inches for overlap of field applied heat shrink sleeve joint coating onto dielectric coating system. 4. Coating System: a. Cement: Conform to ASTM C150, Type II. b. Aggregate: Silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. c. Cement mortar mixture: Consisting of one-part cement to not more than three parts aggregate. d. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. Use no more than 4-1/2 gallons of water per sack of cement. e. Cement mortar coating: Nominal 1-inch thick coating with permitted tolerance of plus or minus 1/4 inch. 2.04 SHOP-APPLIED INTERIOR LININGS A. Cement Mortar Lining: 1. Shop-applied cement mortar linings shall conform to the requirements of AWWA C205. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205 with the following modifications: a. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges, or spalling, to the satisfaction of the Engineer. b. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. Item 17 Pipeline Coatings and Linings 09 97 16 - 8 PRP17369 – Lower Pressure Plane Water Line 2. Shop-applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. Curing of the linings shall conform to the requirements of AWWA C205. 3. Cement: Conform to ASTM C150, Type II. 4. Aggregate: Washed silica sand or other aggregate that is not subject to water leaching. Conform to ASTM C33. 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. B. Liquid Applied Epoxy Lining: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints. Cement mortar lining shall be tapered at the transition for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. 2.05 SPECIALS, FITTINGS, AND CONNECTIONS A. Coating and lining application for special sections, connections, and fittings for steel or ductile iron pipe shall conform to coating system and application requirements as specified in this Section. B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for blow-offs, interconnects, valves, or other appurtenances; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and pipes which require special fabrication that prevents mechanical production application of the specified coating system from end to end of pipe joint. C. In addition to the items listed as specials, the following items shall also be considered as specials: 1. Pipe joints with pass through holes. D. Hand-applied tape coatings will not be permitted on any specials, fittings, connections, or elbows. E. Specials, fittings, and connections shall be externally coated with polyurethane coating system applied over the entire fitting. Fabrication cutting and welding is not allowed on coated surfaces. Provide coating holdback as specified. No hybrid coating system, such as tape and polyurethane combination will be allowed. 2.06 FIELD-APPLIED EXTERIOR JOINT COATING A. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C205, C216, or C217, as applicable, and as specified herein. B. Field-applied joint coating shall be compatible with the shop-applied coating system and provided by the same manufacturer or a manufacturer approved by the shop-applied coating manufacturer. C. All joints on pipe coated with polyurethane coating system shall be coated with a heat shrink coating material. Item 17 Pipeline Coatings and Linings 09 97 16 - 9 PRP17369 – Lower Pressure Plane Water Line D. Field joint coating materials shall be as follows, or an approved equal: 1. Heat Shrink Sleeves: a. Filler Material: 1). Provide filler material for all push-on, flange, and coupling type joints, and at all changes in outside diameter greater than 1/8 inch. 2). Filler material shall adhere to the pipe and heat shrink sleeve. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. 3). Filler mastic for weld-after-backfill joints shall exceed a 500 degree F melt point temperature. 4). Filler material shall be applied in a manner and of sufficient thickness that no tenting or voids remain under the heat shrink sleeve. 5). Filler material shall be Polyken 939 filler. b. Joint Coating: 1). Heat shrink, cross-linked polyolefin wrap or sleeve with a mastic sealant, 85 mils minimum nominal thickness, suitable for pipeline operating temperature, as recommended by the manufacturer, and shall meet the requirements of AWWA C216. 2). Provide standard recovery sleeve for welded or bell and spigot steel pipe joints. High recovery sleeves shall be provided for flange joints and coupling style joints. 3). Width of heat shrink sleeves shall be sufficient to overlap existing coating by 3 inches minimum. Sleeve shall be a minimum of 17 inches wide, or as needed to meet the overlap requirements. 4). Installation Contractor shall consider sleeve shrinkage during installation and joint profile in determining sleeve width required. Overlapping of two or more heat shrink sleeves to achieve the necessary width on pipe joints will not be permitted without Engineer approval. 5). Sleeve shall meet requirements for weld-after-backfill per Section 33 11 13.13 “Steel Pipe and Fittings” when allowed and approved by Engineer. c. Holdback Primer: per the specified coating system. d. Heat Shrink Sleeve: 1). Outer Sleeve: Berry-CPG Covalence WaterWrap. 2. Wax Tape Coating: a. Apply coating in accordance with AWWA C217 and as modified herein. b. Wax tape coatings shall be field applied on all buried flexible joints; thrust restraint rods and brackets; buried coated bolts; couplings; and on connections, joints, fittings, irregular shapes, or complex configurations that are not suited for the use of heat shrink coating systems and are not cement over-coated. Item 17 Pipeline Coatings and Linings 09 97 16 - 10 PRP17369 – Lower Pressure Plane Water Line c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. d. Provide filler material to fill and smooth all irregular surfaces so that no tenting or voids remain under the applied wax tape. e. Use flowable fill to protect wax coating from damage. f. Coating System: 1). Surface Preparation: SSPC-SP11. 2). Primer: Petroleum or petrolatum wax. 3). Filler Material: Filled Petroleum or petrolatum wax sealer/filler with closed cell plastic filler. 4). Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width maximum, 40 mils thick. 5). Outer Wrap: PVC or tape suitable for application to inner tape. g. Wax tape coating system shall be as manufactured by: 1). Denso North America, Inc., Houston, TX. 2). Trenton Corporation, Ann Arbor, MI. 3). Or approved equal. 3. Cement Mortar Coating or Overcoat: a. Joints of cement mortar coated steel pipe shall be mortar coated as specified herein after application of the specified joint coating materials, where applicable. b. Polyethylene foam lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. 1). 100 percent closed-cell. 2). Chemically inert, insoluble in water, resistant to acids, alkalis, and solvents. c. Fabric Backing: 1). Cut and sewn into strips wide enough to overlap shop coated areas by 4 inches on either side. 2). Strips shall have slots for steel strapping on outer edges. 2.07 FIELD-APPLIED INTERIOR JOINT LINING A. Mortar Lining: 1. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C602. 2. Field-applied joint lining shall be compatible with the shop-applied lining system and provided by the same manufacturer or a manufacturer approved by the shop-applied lining manufacturer. Item 17 Pipeline Coatings and Linings 09 97 16 - 11 PRP17369 – Lower Pressure Plane Water Line 3. After the backfill has been completed to final grade, the interior joint recess shall be filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the interior surface. Excess shall be removed. 4. At no point shall there be an indentation or projection of the mortar exceeding 1/16 inch. 5. For pipe smaller than 24 inches in diameter, the bell shall be daubed with grout before the spigot is inserted into the bell. The joint shall be completed and excess mortar on the inside of the joint shall be swabbed out. 2.08 REPAIR OF COATINGS AND LININGS A. General: 1. Repair materials shall be compatible with the shop-applied coating or lining system and shall be approved by the coating or lining manufacturer. 2. Repair materials shall be as required for the coating system and repair classification as defined in this Section. 3. All major repairs on pipe coated with polyurethane coating system shall be repaired using heat shrink sleeves as specified for field-applied joint coating in accordance with C216 and as specified. 4. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified. B. Exposed Pipe Coating System: Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09 96 00 “High-Performance Coatings.” C. Coating Repair Materials: 1. Heat Shrink Sleeves (major repair): a. Filler Mastic: Provide mastic filler to fill tape void as required. b. Full Wrap Coating: Cross-linked polyolefin wrap with a mastic sealant, 85 mils nominal thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. Sleeve length shall provide a nominal of 3 inches overlap onto intact pipe coating. c. Manufacturers: Berry-CPG Covalence WaterWrap. 2. Heat-Applied Patches (minor repair): a. Patch: Heat applied adhesive, polyolefin backed, mastic coated tape, 12-inch maximum size. Patch shall provide a minimum 2-inch overlap onto intact pipe coating. b. Manufacturer: Covalence PERP patch. D. Polyurethane Coating: 1. Polyurethane coating system repair shall be in accordance with the coating manufacturer’s recommended procedures. Item 17 Pipeline Coatings and Linings 09 97 16 - 12 PRP17369 – Lower Pressure Plane Water Line 2. Minor repairs shall be made with single-use kits or other mix ratio controlled packages of slow set polyurethane coating material similar to the existing coating. 3. Major repairs will be completed using the coating material specified for the coating or the lining. Coating shall be reapplied using plural component spray equipment by a manufacturer-certified coating applicator. 4. Pinhole holidays or adhesion test coating repairs shall be with minor repair coating material specified or melt stick repairs, such as Denso Protal 7125 fast cure epoxy. 3.00 EXECUTION 3.01 ENVIRONMENTAL LIMITATIONS A. General: 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent and whenever surface temperature is less than 5 degrees F above the dew point of the ambient air. 4. Do not apply coatings: a. When surface and ambient temperatures exceed the maximum or minimum temperatures recommended by the coating manufacturer or the Specifications. b. In dust or smoke-laden atmosphere, in blowing dust or debris, in damp or humid weather, or under conditions that could cause icing on the metal surface. c. For epoxy coatings or linings, when it is expected that surface temperatures would drop within 5 degrees F of dew point within 4 hours of coating application. d. For polyurethane coatings, whenever relative humidity exceeds 85 percent. 5. Where weather conditions or Work requirements dictate, Installation Contractor shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturers coating application recommendations. 6. Work activities can be restricted by the Engineer until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Shop Coating Applicator shall provide a monitoring system, approved by the coating manufacturer, that constantly records pipe and coating conditions during coating application. Recorded parameters shall include pipe temperature, surface preparation, holiday test voltage, and other applicable coating system parameters. B. Temperature Control: 1. In cold weather, or if moisture collects on the pipe, preheat pipe to between 45 degrees F and 90 degrees F, or 5 degrees F above dew point, whichever is greater. Item 17 Pipeline Coatings and Linings 09 97 16 - 13 PRP17369 – Lower Pressure Plane Water Line 2. When temperatures are above or below the coating manufacturer’s recommended application temperatures, the Installation Contractor shall provide temperature controls as necessary to permit Work to proceed within the manufacturer’s temperature limitations. 3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control heating or cooling effectiveness. 4. Heating shall be with indirect fired heaters that do not increase humidity levels. Heaters shall be sized for the area to be heated. C. Dehumidification and Ventilation: 1. Dehumidification shall be performed in a manner that prevents condensation or icing during surface preparation, coating application, and coating cure. 2. Re-blast flash-rusted metal surfaces or coatings damaged as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control at no additional cost to the Owner. 3. Installation Contractor shall monitor ambient temperature, humidity, dew point temperature, and pipe surface temperature of the work area at the start, midpoint, and end of each work shift at minimum, with no greater than 5 hours between measurements. 4. Daily environmental condition monitoring and maintenance of the equipment shall be documented in writing and posted near the dehumidification equipment for review by the Engineer. 5. If the required environmental conditions cannot be maintained throughout the coating process, the Installation Contractor shall provide the following: a. Desiccant dehumidification equipment to maintain environmental conditions 24 hours a day during abrasive blasting and coating application and cure. Liquid, granular, or loose lithium chloride drying systems will not be acceptable. b. Dehumidification equipment sized to maintain dew point temperature 5 degrees F or more below surface temperature of metal surfaces to be cleaned and coated. c. Ventilation within the environmentally controlled areas shall meet the following requirements: 1). Two air exchanges per hour, minimum. 2). Maintenance of personnel exposure limits (PEL) at 50 percent of OSHA PEL limits for all chemicals used in the performance of the Work. 3). Maintenance of lower explosive limits (LEL) to less than 50 percent of the most volatile solvent used in the performance of the Work. d. Dehumidification equipment shall provide ventilation at a minimum of 0.75 air exchanges per hour within all non-accessible work areas for worker protection or as required for maintaining PEL and LEL explosive limits as defined herein, whichever is more stringent. e. Dehumidification equipment type, size, air flow, and power requirements shall be designed by a qualified company knowledgeable in dehumidification equipment, Item 17 Pipeline Coatings and Linings 09 97 16 - 14 PRP17369 – Lower Pressure Plane Water Line and its operation, based on Project requirements and anticipated seasonal weather conditions. Design includes evaluation of existing conditions, humidity, temperature, proper air exchange, ventilation, ducting requirements for adequate air flow, and any other issues necessary to achieve the specified performance and environmental conditions throughout the duration of the Project. f. Installation Contractor to submit written recommendations from Dehumidification Contractor for enclosure work area size, bulkhead venting, duct work for each bulkhead section, any secondary ventilation requirements for coating cure, dust collection equipment CFM requirements, and drying requirements for blast hose compressed air necessary to maintain environmental control. g. At a minimum, work area shall be separated into surface preparation work zones, coating application zones, and coating cure zones. h. Dehumidification Contractor shall either operate the equipment or provide training to Installation Contractor on the proper operation and setup of dehumidification equipment. Dehumidification Contractor shall provide a technical representative on site for a minimum of two 8-hour days to insure proper operation of the equipment, achievement of desired environmental control, and to ensure Installation Contractor can properly setup, operate, monitor, and maintain the dehumidification equipment. 3.02 SURFACE PREPARATION A. General: 1. Inspect and provide substrate surfaces prepared in accordance with the Specifications and the printed directions and recommendations of the coating system manufacturer. 2. Remove visible oil, grease, dirt, and contamination in accordance with SSPC-SP1. 3. Remove surface imperfections, such as metal slivers, burrs, weld splatter, gouges, or delamination in the metal, by filing or grinding prior to abrasive surface preparation. 4. Protect prepared surface from humidity, moisture, and rain. Remove all flash rust, imperfections, or contamination on cleaned pipe surface by re-blasting prior to coating application. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation: 1. Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation: 1. Surface preparation of steel pipe shall be in accordance with SSPC standards and to the degree of cleanliness specified for the coating system or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe shall be cleaned of debris and spent abrasive in an air wash separator by abrasive blasting with recyclable steel grit and/or shot or other abrasive. Item 17 Pipeline Coatings and Linings 09 97 16 - 15 PRP17369 – Lower Pressure Plane Water Line 4. Polyurethane coating system shall have a sharp, angular surface profile of the minimum depth specified. 5. After abrasive blasting and before coating application, the metal surface shall be cleaned of residual dust to a minimum of Grade 2 per ISO Standard 8502-3. 6. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. 7. Rust back or flash rust shall be fully removed. Steel surface cleanliness shall equal the surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer’s discretion. 3.03 SHOP-APPLIED COATING SYSTEMS A. Polyurethane Coating or Lining: 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi-part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer’s training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Pipe surface temperature shall be between 50 degrees F and 100 degrees F or 5 degrees F above dew point, whichever is greater. 3. Coating application shall be performed in an environmentally controlled shop area that meets or exceeds the written requirements of the coating manufacturer. Application in outdoor conditions will not be acceptable without adequate environmental shelter, environmental controls, and/or dehumidification. 4. Coating adhesion and holidays testing shall be as specified in this Section. 5. Coating manufacturer shall provide a coating application quality assurance manual prior to beginning coating application. Strict conformance to the requirements therein is required. Any deviation from those requirements are grounds for the Engineer to reject the applied coating. 6. Unacceptable Coating Application: a. Coating applied under improper environmental conditions will be rejected. b. Pipes that exceed the allowable quantity of coating defects shall be rejected regardless of size or cause. c. Coating which fails adhesion or holiday testing shall be rejected. Item 17 Pipeline Coatings and Linings 09 97 16 - 16 PRP17369 – Lower Pressure Plane Water Line d. Pipe coating that is subject to off-ratio application, blistering, or is not applied in conformance with the coating manufacturer’s written instructions or recommendations shall be rejected. 7. Rejected coating shall be removed from the full length of the pipe to bare metal. Coating shall be reapplied in accordance with the quality assurance manual and the Specifications. 8. Perform coating and lining repairs as specified in this Section. 3.04 EXTERIOR COATING HOLDBACK A. Dielectric coating holdbacks shall be straight and through the full thickness of the coating. B. Dielectric coating holdbacks shall be completed in a manner that permits field coating of joints in accordance with the manufacturer’s recommendations and the Specifications. C. Dielectric coating holdbacks shall be as required for pipe joints as listed below. Pipe manufacturer may adjust holdback limits as required for special joint assemblies and with consideration for the joint coating provided and welding requirements: Holdbacks Push-on joint, spigot 1 inch before centerline gasket Push-on, bell Flush with bell end Welded, spigot 3 inches, minimum Welded, bell 4 inches, minimum D. Dielectric Coating Holdback Corrosion Protection: 1. Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with the specified joint coating system and weld-after-backfill requirements when applicable. 2. Approved holdback primers are: a. Tnemec Omnithane Modified Aromatic Polyurethane Primer: Suitable for all joints, except joints subject to weld-after-backfill. b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc-Rich Primer: Suitable for all joints, including weld-after-backfill joints. c. International Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints, including weld-after-backfill joints. d. Tape Primers: Not allowed. e. For BWCCP: as recommended by the coating manufacturer. 3. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld-after-backfill joints. 4. Application and thickness of holdback primer shall be in accordance with the coating manufacturer’s recommendations, but shall not impair the clearances required for proper joint installation. Item 17 Pipeline Coatings and Linings 09 97 16 - 17 PRP17369 – Lower Pressure Plane Water Line 5. Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches or as necessary to prevent toxic fumes during field welding. 6. Any corrosion within the holdback areas shall be prepared in accordance with SSPC- SP10 or SSPC-SP11 prior to joint coating application. 3.05 PIPE LINING APPLICATION A. Shop-applied Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate fittings and specials larger than 16 inches in diameter shall have lining reinforced with 2-inch by 4-inch, No. 13 gage, welded steel wire mesh. 3. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining. 4. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of sufficient thickness and strength to resist shipping, handling, and storage stresses. 5. Damage to the cement mortar lining, including spalling, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AWWA specifications and to the satisfaction of the Engineer. 6. Other requirements of cement mortar lining materials and processes: As specified in AWWA C205. B. Liquid Epoxy Lining: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating. 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of two pipe diameters on each side of the insulating joint. 3. Mortar lining shall be allowed to cure for 15 days or steam cured for not less than 7 days prior to surface preparation for the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer’s requirements for application on cement or concrete, whichever is greater. 4. Prepare mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile. 5. Epoxy coating shall be applied in two coats minimum, and with a total coating thickness of 16 mils dry film thickness. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining material. Coating applied over cement mortar lining shall be applied in a manner that will minimize gassing and pinholes in the completed lining. 6. Mortar lining shall be dry during epoxy lining application. Item 17 Pipeline Coatings and Linings 09 97 16 - 18 PRP17369 – Lower Pressure Plane Water Line 3.06 FIELD COATING JOINTS A. General: 1. Prepare joints without a holdback primer by removing all oil and grease contamination from pipe and adjacent coating in accordance with SSPC-SP1. 2. Clean pipe surface and adjacent coating of all corrosion and other foreign contaminates in accordance with SSPC-SP11 or SSPC-SP10. Clean the full circumference of the pipe plus a minimum of 4 inches onto the existing coating. No profile is required with SSPC- SP11 preparation. 3. Prepare joints with a holdback primer by removing all oil and grease in accordance with SSPC-SP1. Follow with spot preparation of visible corrosion or rust in accordance with SSPC-SP11. 4. Remove all loose or damaged pipe coating at joint. Repair the coating or increase the length of the joint coating. 5. Joint bonds shall be installed before application of joint coating. Joint bonds shall be low profile and all gaps and crevices around the bonds shall be filled with mastic. 6. Electrically test the completed joint coating for holidays with high-voltage spark tester at Engineer’s direction or if damage to the joint coating occurs. B. Heat Shrink Sleeve Joint Coating: 1. Store, handle, and install field heat shrink sleeve coatings in accordance with AWWA C216 and the Specifications. 2. Apply coating to field joints using only personnel trained by heat shrinkable sleeve manufacturer. 3. Store sleeves in shipping box until use is required. Keep sleeves dry and sheltered from exposure to direct sunlight. Store sleeves off of the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F, or as recommended by the manufacturer. 4. Metal surface shall be free of all dirt, dust, and surface corrosion prior to sleeve application. Surface preparation shall be in accordance with the joint coating manufacturer’s recommendations. 5. Where corrosion in the holdback area is visible, surfaces shall be prepared in accordance with SSPC-SP10 or SSPC-SP11. 6. Complete joint bonding of pipe joints (where applicable) prior to the application of the joint coating. Joint bonds shall be low profile bonds. All gaps and crevices around the bonds shall be filled with mastic sealant. 7. Preheat pipe uniformly as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields. Do not permit the joint to cool. Item 17 Pipeline Coatings and Linings 09 97 16 - 19 PRP17369 – Lower Pressure Plane Water Line 8. Fill all cracks, crevices, gaps, and step-downs greater than 1/8 inch with filler mastic for the full circumference of the pipe, in accordance with the manufacturer’s recommendations. 9. Apply heat shrink sleeve at a minimum temperature of 40 degrees F and while maintaining the pipe temperature above the specified preheat temperature. Apply sleeve in accordance with the manufacturer’s instructions and center the sleeve over the joint to provide a minimum 2-inch overlap onto the existing pipe coating. Overlapping ends of the wrap should align evenly. 10. Apply heat to the sleeve using either propane torches, infrared heaters, or wraparound heaters. Hold the flame a minimum of 6 inches from the sleeve surface. Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. Periodically roll the coating on the pipe surface. 11. Monitor sleeve for color change or with appropriate temperature gage. 12. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface without voids. Mastic beading shall be visible along the full circumference of the sleeve. There shall be no wrinkling or excessive burns on the sleeves. Sleeves that do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. 13. Completely remove wrinkles, gaps, holes, or burns until acceptable coverage is achieved. Any finished heat shrink sleeves with wrinkles, gaps, holes, or burns will be removed and replaced at no additional cost to the Owner. Minor repairs may be made using heat-applied patch material specified for minor coating repairs. 14. Allow the sleeve to cool to the temperature recommended by the manufacturer before moving, handling, or backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. 15. Heat shrink joint coatings which have become wrinkled or dis-bonded because of prolonged exposure to UV light or thermal cycling shall be removed and replaced. 16. Coating application is prohibited when there is water or slurry in bell holes. 17. Double coating of defective or damaged heat shrink coatings will not be permitted. Any double-coated heat shrink sleeves shall be immediately rejected and Installation Contractor shall remove the existing coating and recoat the joint. 3.07 REPAIR OF COATING AND LININGS A. General: 1. Repair all areas where holidays are detected or coating is visually damaged, such as blisters, tears, rips, bubbles, wrinkles, cuts, or other defects. 2. Maximum defects allowable shall be as specified for the coating system. B. Polyurethane Coating or Lining Repairs: 1. General: a. Complete coating and lining repairs in accordance with the coating manufacturer’s written instructions or the Specifications, whichever is stricter. Item 17 Pipeline Coatings and Linings 09 97 16 - 20 PRP17369 – Lower Pressure Plane Water Line b. Defect Size: 1). Minor Repairs: Repairs that are less than 6 inches in the greatest dimension. 2). Major Repairs: Repairs that exceed 6 inches in the greatest dimension. c. Pipes exceeding the maximum number or size of coating defects shall be stripped of coating, re-blasted, and recoated. 2. Maximum Quantity of Defects Allowed: a. Minor coating or lining repairs on any joint of pipe shall not exceed 1.5 square feet per 100 square feet of surface area. 1). Two or more minor repairs within a 6-inch diameter area will be considered a single repair. 2). Repairs for adhesion testing will not be included in the total number of repairs. b. Major repairs shall not exceed two per pipe joint and the combined area shall not be greater than 20 percent of the pipe. c. Pipe arriving in the field with defects or repairs exceeding the maximum number or size of coating defects will be returned to the shop for recoating at no additional cost to the Owner. 3. Minor Repairs: a. Surface Preparation: Clean and feather the defect by power tool sanding with 80 grit or coarser sandpaper to roughen the existing coat and feather the edges of the defect for a minimum of 2 inches around the defect. b. Shop Repair Materials: 1). Slow setting parent material polyurethane coating material in syringes or other single-use packaging that controls mix ratio. 2). Coating manufacturer’s polyurethane coating repair products subject to Engineer approval. c. Field Repair Materials: 1). Melt stick coating repair (not acceptable for repairs greater than 1 inch diameter); 3M ScotchKote 226Por approved equal. 2). Heat applied coating materials for heat shrink sleeves shall be Covalence PERP Patch, or approved equal. 3). Coating manufacturer’s polyurethane coating repair products subject to Engineer approval. d. Apply a single coat of the specified patch coating material at the specified coating thickness. e. Polyurethane or epoxy repair adhesion shall be 50 percent of the specified coating adhesion. 4. Major Repairs: a. Surface Preparation: Item 17 Pipeline Coatings and Linings 09 97 16 - 21 PRP17369 – Lower Pressure Plane Water Line a). The metal surface and surrounding coating shall be abrasively blasted in accordance with SSPC-SP10 or to equal in cleanliness and profile as the original surface preparation. b). Existing coating shall be feathered and roughened to the equivalent of 40 grit sandpaper. b. Shop Repair Materials: Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. c. Field Repair Materials: a). Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. b). Heat shrink sleeves as specified for pipeline joints. d. One coat of the specified original coating material shall be applied over the repaired surface at the specified thickness. e. Repair adhesion shall be equal to the specified coating adhesion. C. Cement Mortar Coating or Overcoat: 1. Cement mortar coating that is cracked or dis-bonded shall be repaired in accordance with AWWA C205, except for mortar overcoat on dielectric coated steel. 2. Dis-bonded mortar coating shall be removed and patched. 3. Mortar coating with disbondment greater than 25 percent of the pipe surface shall be rejected and recoated. 4. Cracks in mortar coating shall be repaired in accordance with AWWA C205. 3.08 INSPECTION AND TESTING A. General: 1. Coating Applicator shall inspect and test the coating system in accordance with referenced standards and the Specifications, whichever is more stringent. 2. The frequency of the testing shall be determined by the coating applicator, but shall not be less than the requirements of this Section or AWWA C222. 3. Owner or Owner’s representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating or lining. 4. Installation Contractor to perform holiday testing in the field using equipment provided as specified in Paragraph 2.02. Tests will be completed in the presence of the Owner’s representative on each joint of pipe and fitting once the pipe has been lifted to be lowered into the trench. Holidays shall be repaired as specified. B. Surface Profile Testing 1. Surface profile of abrasive blasted surfaces to be tested with “Press-O-Film” tester tape or equivalent in accordance with NACE RP0287. 2. Tester tape shall be suitable for the intended profile height. Item 17 Pipeline Coatings and Linings 09 97 16 - 22 PRP17369 – Lower Pressure Plane Water Line 3. Profile shall be measured to a minimum tolerance of 0.1 mils, maximum. 4. Electronic surface profilometers shall be used, as deemed necessary, to verify tester tape measurements. C. Adhesion Testing: 1. General: a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion testing will be field-tested. Pipe rejected in the field will be returned to the shop for repair at the sole expense of the Installation Contractor. b. A minimum of two pipes shall be tested for adhesion from each lot of pipe coated up to 3,000 square feet of pipe. An additional adhesion test shall be conducted on every increment up to 2,000 square feet of pipe coated in excess of the first 3,000 square feet of pipe (i.e. if one workday of production is 7,000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.). Adhesion testing shall be conducted on not less than 50 percent of each pipe produced within a lot. c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 12 hours. d. The pipe coating applicator shall repair all coating damage from shop adhesion testing. Installation Contractor shall be responsible for coating repairs for all field adhesion testing. e. Adhesion tests shall be performed not less than 24 hours after coating application. Tests conducted prior to 24 hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by the pipe fabricator. f. Pipe shall be randomly selected for adhesion testing. The Owner reserves the right to perform adhesion testing at any time or location. 2. Rejection of Coating: a. If any pipe within a lot fails to meet the test criteria specified for the coating type, that pipe shall be rejected along with all other pipes within the lot. Each pipe within the rejected pipe lot will then be individually tested and rejected on a pipe-by-pipe basis in conformance with the test procedures and criteria specific for the coating type. b. All rejected pipe shall have all coating removed from the full-length pipe and the pipe abrasive blasted and recoated. 3. Polyurethane Adhesion Testing: a. Polyurethane coatings or linings shall have an adhesion to steel of 1,750 pounds per square inch, minimum. One pull test will be required. If the test shows adhesive or cohesive failure values less than 1,750 psi, then two additional tests shall be taken within 4 inches of the failing pull test. If the average of the three tests is less than 1,750 psi, or any test is below 1,500 psi, then the adhesion test shall be deemed a failed test and the pipe will be rejected. If the average is above 1,750 psi and no single pull is below 1,500 psi, then the test will be deemed a passing test. If a test fails, then all pipe segments within the lot shall be tested using three adhesion pulls Item 17 Pipeline Coatings and Linings 09 97 16 - 23 PRP17369 – Lower Pressure Plane Water Line per pipe segment within 4 inches of each other. If more than 25 percent of the segments within a lot fail, then the entire lot shall be rejected. b. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as DeFesko PosiTest, in accordance with ASTM D4541 and AWWA C222, except as modified in this section. All adhesion tests shall be performed at an applied load rate of 100 psi per second, plus or minus 10 psi. Automatic pull rate adhesion test equipment shall be used. (a) Adhesion tests shall be based on the ASTM D4541 standard, 20 mm diameter dollies. (b) The same person, test equipment, and test procedure shall conduct all three tests. (c) All dollies shall be scored to metal substrate using manual methods and tools, normal to the pipe surface, and in a manner that does not stress or over heat the coating. (d) Adhesion testing shall be performed at temperatures between 55 degrees F and 100 degrees F. Tests may be performed at temperatures up to 115 degrees F or as low as 45 degrees F if testing can demonstrate no statistically detectable affect in the test results and subject to Engineer approval. c. Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. Records of all adhesion tests shall be maintained in an electronic spreadsheet that includes pipe identification, pipe coating date, adhesion test date, surface tested (interior or exterior), surface temperature at time of test, coating thickness, tensile force applied, applied load rate per second, mode of failure, and percentages of failure types present relative to dolly surface area d. Dollies for adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. Partial substrate and glue failures will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial substrate failures greater than 50 percent and less than the specified adhesion will be rejected as a substrate adhesion failure. e. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. f. Adhesion tests will be conducted on polyurethane pipe coating and lining independently and will be accepted or rejected independently of the other. 4. Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector Item 17 Pipeline Coatings and Linings 09 97 16 - 24 PRP17369 – Lower Pressure Plane Water Line conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. A minimum of two adhesion tests per week shall be provided for repair patches. D. Holiday Testing: 1. Conduct holiday tests on completed polyurethane coatings or linings after cure or 24- hours, whichever is less. Testing equipment shall be a high voltage spark test in accordance with NACE SP0274 and the Specifications. In addition, the pipe shall be holiday tested after delivery to the jobsite, approximately one day prior to installation in the trench. 2. Coating thickness used for holiday testing shall be the actual coating thickness. 3. Provide the holiday detector with an audible signal when contact is made between the pipeline and electrode at holidays (defects) in the coating. Provide a good ground and a low electrical resistance between the pipeline and the detector. Make only direct connections to uncoated areas or to the pipe ends at holdback areas. 4. Clean and dry pipe surface when testing. Always keep electrode in motion and in firm contact with the coated surface while test voltage is being applied. Move the electrode evenly over the surface at approximately 0.5 to 1 fps. Do not exceed 1 fps of travel time. 5. Holiday Testing of Heat-Shrink Sleeves: a. Conduct holiday tests on heat-shrink sleeves using a portable holiday detector in accordance with NACE SP0274 and the manufacturer’s instructions. Voltage shall be as recommended by the sleeve manufacturer, with the minimum voltage set to within 20 percent of the testing voltage determined by the following equation: 1). Testing Voltage = 1250ÖT, where T is the average coating thickness in mils (0.001 inch). 6. Mark location of detected holidays for repair. Retest after repair. E. Dry Film Thickness Testing: 1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off or eddy current equipment. 2. Coating thickness measurements shall be conducted as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2, Measuring Dry Film Coating Thickness with Magnetic Gages, is specifically excluded from this Section. 3.09 HANDLING, TRANSPORTATION, AND STORAGE A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage. B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure. C. During coating application, storage, loading, transportation, unloading, laying, and installation, every precaution shall be taken to protect and prevent damage to pipe, lining, and coating. Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift pipe with web slings a minimum of 12-inches wide and of a type that will not damage the coating. Metal chains, cable, tongs, forklifts, or other equipment likely to Item 17 Pipeline Coatings and Linings 09 97 16 - 25 PRP17369 – Lower Pressure Plane Water Line damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be permitted. D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of the outer tape wrap material (adhesive side against the carpet) during shipment to the Site, from the storage yard, and to the point of installation. E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the coating. Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand berms to minimize coating damage. Pipe shall not be laid on asphalt without suitable padding at all contact points. F. Pipe shall be inspected by the Installation Contractor at the Site for damage. Any damage to the pipe, lining, or coating shall be repaired as directed if, in the opinion of the Engineer, a satisfactory repair can be made; otherwise, the damaged section shall be replaced at the sole expense to the Installation Contractor. G. No metal tools or heavy objects shall be permitted to come into contact with the finished coating unnecessarily. Workmen shall not be permitted to walk on the coating except when absolutely necessary and approved by the Engineer. When permitted, shoes with rubber or composition soles and heels, or other suitable footwear that will not damage coating, shall be used. H. Long-term Exposure: Pipe shall either be provided with UV inhibitor for storage longer than one year or above grade exposure; or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers required will depend on the Project location, laying schedule, anticipated length of exposure, and type of outer wrap. Manufacturer shall be consulted for recommended UV inhibitors requirements or pipe shall be stored under a protective cover. Protective covering can be colored plastic sheeting, canvas, or other UV blocking material. Clear plastic sheets are not acceptable. Areas of coating that display UV degradation shall be removed and repaired at no additional cost to the Owner. I. End Caps: Ends of mortar lined pipe and fittings shall be tightly closed with a plastic wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic end cap shall consist of one 10 mil sheet of polyethylene, minimum, or other suitable material. End caps shall be substantial enough to resist shipment, handling, and storage loads, and shall firmly attached in place. The end cap shall remain intact and in place until pipe installation. Damaged or missing end caps shall be repaired or replaced. END OF SECTION Item 17 DIVISION 22 PLUMBING Item 17 Submersible Sump Pumps 22 14 29.16 - 1 PRP17368 – Prosper Lower Pressure Plane Water Line 22 14 29.16 SUBMERSIBLE SUMP PUMPS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install submersible sump pumps. Provide a sump pump capable of fitting in the size sump shown. Any structural modifications required at the structure shall be made at no additional cost to the Owner. The pump and motor shall have a standard manufacturer’s nameplate securely affixed in a conspicuous place showing the serial number, model number, manufacturer, ratings, and other pertinent nameplate data. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these specifications is to purchase a quality product of the manufacturer’s latest design, meeting the minimum standards set forth. Proposed equipment shall have not less than 5 years of satisfactory service. 1. Acceptable manufacturers shall be one of the following: a. Aurora. b. Flygt. c. Little Giant. d. Hydromatic. e. Gorman Rupp. f. Pumpex. g. Approved equal. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. 3. If requested, the Equipment Manufacturer shall submit a list of 10 similar installations which have been in satisfactory operation for at least 3 years. 1.04 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer’s instructions. 1.05 GUARANTEES Item 17 Submersible Sump Pumps 22 14 29.16 - 2 PRP17368 – Prosper Lower Pressure Plane Water Line A. The equipment supplier shall furnish the Owner an extended warranty for the submersible pump for at least one (1) year of operation. Operation is defined as beginning on the date of final acceptance. 2.00 PRODUCTS 2.01 SUBMERSIBLE SUMP PUMPS A. The sump pumps shall have cast iron motor housing and volute, bronze impellers, and a stainless steel shaft. Each pump shall be equipped with a heavy-duty internal mercury float switch. The sump pump manufacturer shall verify that the pump being provided shall fit into the size sump shown and that the sump pump shall not cycle excessively. Each pump shall have a capacity of not less than 20 gpm at a total dynamic head of 11 feet. Each pump shall have a shutoff head not less than 30 feet. 2.02 MOTOR A. The motor shall be totally-encased, sealed, non-ventilating and shall have automatic thermal overload protection. The motor shall be 1/2-HP, 115-volt, 1550-rpm and shall be suitable for continuous duty. 3.00 EXECUTION 3.01 INSTALLATION A. Install submersible sump pumps in accordance with the Manufacturer’s instructions. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. The test shall be conducted in a manner approved by and in the presence of the Engineer. Units shall be checked for excessive noise, vibration, general operation, etc. The units must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. 3.03 SCHEDULES Location No. of Pumps Flow (GPM) TDH (ft) Transfer Valve Vault 1 20 11 END OF SECTION Item 17 DIVISION 26 ELECTRICAL Item 17 Common Work Results for Electrical 26 05 00-1 PRP17368 – Lower Pressure Plane Water Line 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for complete and operational electrical systems, as specified herein. B. This Section, as well as Division 1, concerns all other Sections in Division 26, and shall be considered a part of each of those Sections as if written in their entirety. 1.02 QUALITY ASSURANCE A. ELECTRICAL CONTRACTORS' QUALIFICATIONS Use adequate numbers of skilled workmen, trained and experienced in their crafts, and who are familiar with the specifications and methods of performing the work in this Division. A licensed Journeyman shall be on site at all times when electrical work is being performed. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. B. WORKMANSHIP Work shall be performed in accordance with quality, commercial practices. The appearance of finished work shall be of equal importance with its operation. Materials and equipment shall be installed based upon the actual dimensions and conditions at the project site. Locations for materials or equipment requiring an exact fit shall be field measured. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, SUBMITTALS and shall include: 1. Component catalog number and manufacturing data sheet, indicating pertinent data and identifying each component by the item number and nomenclature as specified. 2. Component drawings showing dimensions, mounting, and external connection details in AutoCAD format. 3. Complete interconnection and point to point wiring diagrams in AutoCAD format for all field control and instrumentation wiring between instruments, electrical equipment, starters, VFDs, etc.. A hard copy shall be submitted to the Engineer for approval prior to the final AutoCAD files being submitted. Interconnection/wiring diagrams shall include cable numbers, wire tags, actual equipment terminal strip numbers, etc. 4. The Contractor shall provide a monthly report to the Owner/Engineer for review stating that the Master Electrician has been to the job site and thoroughly reviewed the work. The report shall be signed by the Master Electrician and include the data and time the Master Electrician was on site. 5. Operation and maintenance manuals shall contain the shop drawings, submittals, spare part lists, schematics, final wiring diagrams with any changes made during start -up and maintenance procedures. Item 17 Common Work Results for Electrical 26 05 00-2 PRP17368 – Lower Pressure Plane Water Line 6. Unless other additional information is required by the detailed equipment specifications, the following information shall be included for motors: a. Motor identification number and nomenclature as specified b. Make and motor type c. Brake horsepower of the motor d. Locked rotor current at full load e. Motor efficiency at full load (3-phase motors only) f. Starting torque g. Method of insulating and impregnating motor coils (3-phase only) h. Speed of the motor at full torque i. Full load current j. Service factor 7. The Contractor shall: a. Prepare, and keep up-to-date, the Record Drawings and detailed construction drawings; b. Record the exact locations of each of these differences, sizes and details of the Construction Work as executed, with cross-references to and other requirements on the Record Drawings. c. Keep the Record Drawings on the Work Site; d. Upon completion of the Work, or at such other time as may be determined by the Engineer, submit the Record Drawings and copies to the Owner’s Representative in accordance with the Owner’s Requirements. e. Underground Interference drawing showing all underground duct banks, ground rods, ground conductors, pipes, piers, vaults, manholes, pull boxes, etc. that clearly identifies the location and routing of these systems. All interferences shall be brought to the Engineer’s attention. f. Provide revised drawings in AutoCAD noting any changes made to equipment during start-up. 1.04 STANDARDS A. Electrical work shall be executed in accordance with local, State and national codes, ordinances and regulations which have jurisdiction or authority over the work. If the standards and codes conflict with each other, the most stringent shall apply. The applicable provisions of the following standard shall apply as if written here in their entirety: National Electrical Manufacturer Association (NEMA) American Society for Testing and Materials (ASTM) National Fire Protection Association (NFPA) National Electrical Safety Code (NESC) Institute of Electrical and Electronic Engineers (IEEE) National Electrical Code (NEC) Item 17 Common Work Results for Electrical 26 05 00-3 PRP17368 – Lower Pressure Plane Water Line Underwriters' Laboratories (UL) American National Standards Institute (ANSI) Uniform Building Code (UBC) Occupational Safety and Health Administration (OSHA) Local utility companies Local Electrical Ordinance Rural Electrification Association (REA) Insulated Power Cable Engineers Association (IPCEA) International Electrical Testing Association (NETA) National Electrical Contractors Association (NECA) Association Edison Illuminating Companies (AEIC) B. Electrical work shall be performed under the direct supervision of a Master Electrician who holds a valid license in the State of Texas. C. Contractor shall submit the company names of the electrical contractor with the bid documents. 1.05 DELIVERY AND STORAGE A. Follow the Manufacturer's directions for the delivery, storage and handling of equipment and materials. Tightly cover equipment and materials and protect it from dirt, water , chemical or mechanical injury and theft. Major electrical equipment shall be stored indoors and space heaters energized where applicable. Equipment that will be stored indoors for an extended period of time and that do not have space heaters shall have a 100 watt incandescent light placed in it and energized to eliminate the build-up of condensation in the equipment. Coordinate with equipment manufacturer for storage requirements. Damaged equipment shall not be acceptable. Upon installation, protect the materials until the work is completed and accepted by the Owner. 1.06 JOB CONDITIONS A. Permits, licenses and inspections shall be secured and paid for as required by law for the completion of the work. Certificates of approval shall be secured, paid for, and delivered to the Owner before receiving the final acceptance of the work. B. The location of materials, equipment, devices and appliances indicated are approximate and subject to revisions at the time the work is installed. Final location shall be as proposed by the Contractor and approved by the Engineer. C. Should project conditions require any rearrangement of work, or if equipment or accessories can be installed to a better advantage than the general arrangement of work on the plans, the Contractor shall before proceeding with the work prepare and submit plans of the proposed rearrangement for the Engineer's review and approval. Item 17 Common Work Results for Electrical 26 05 00-4 PRP17368 – Lower Pressure Plane Water Line D. Motor Horsepower ratings identified are anticipated ratings. If the actual equipment is a different size, the contractor shall provide the appropriate wiring, conduit, over current protection, starters and accessories for a complete and working system at no cost to the owner. E. All enclosures for equipment unless specifically identified otherwise shall be NEMA 4X, 304 stainless steel for exterior applications and all other locations. 2.00 EXECUTION 2.01 INSTALLATION A. Maintain the waterproof integrity of conduit penetrations through the roof, exterior walls and floors. B. Install stainless steel sleeves for each conduit passing through floors. Extend sleeves 1-1/2" above the floor slab and grout watertight. The sleeve sizes shall permit the subsequent insertion of a properly sized conduit or raceway. C. Install PVC, pipe sleeves around the conduit and raceway which pass through concrete beams or walls and masonry exterior walls. The inside diameter of the sleeves shall be at least 1/2" greater than the outside of the service pipes. After the pipes are installed into these sleeves, fill the annular space between the pipes and sleeves with mastic. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings shall be maintained. All below grade penetrations shall utilized Link-Seal. D. Submit location drawings and obtain Engineer approval prior to installing conduit penetrations through slabs, beams, and walls. Install stainless steel pipe sleeves around the conduit and raceway which pass through concrete beams or walls and masonry exterior walls. The inside diameter of the sleeves shall be at least 1/2" greater than the outside of the service pipes. After the pipes are installed into these sleeves, fill the annular space between the pipes and sleeves with mastic. The complete installation shall be watertight and the fire rating of penetrations through walls, floors and ceilings sh all be maintained. E. Route all conduits parallel to building lines, columns, or steel route conduits near to columns and roof beams. 2.02 CUTTING AND PATCHING A. Provide adequate support during cutting operations to prevent any damage to the affected masonry. Where openings are cut through masonry walls, provide lintels or structural supports to protect the remaining masonry. The cutting of structural members shall not be permitted without the specific written approval of the Engineer. PAINTING A. Painting shall be in accordance with Division 09. Maintain the original factory finish on material and equipment installed, unless specifically indicated on the plans or specifications. Item 17 Common Work Results for Electrical 26 05 00-5 PRP17368 – Lower Pressure Plane Water Line If the finish is marred in transit or during installation, re -finish to a neat, workmanlike appearance. Leave equipment and raceway systems clean and free of grease, dirt, rust, and in a suitable condition for painting. 2.04 EXCAVATION, TRENCHING, BACKFILLING AND GRADING A. Prior to any excavation or trenching, notify the Owner’s representative, utility companies and Owner’s facilities department. Allow sufficient time for utilities to be located prior to excavation to avoid disruption of services. Provide a minimum of 72 hours written notice to the Owner prior to trenching or excavation. Do not proceed with trenching or excavation until authorized by the Owner. Utilities or services which are damaged, which are identified prior to excavation or trenching, or where confirmation by utility companies has not been obtained verifying that utilities are marked, shall be repaired to operabl e condition immediately, at no cost to the Owner. B. Barricade open trenches and excavations for the entire duration of the project. Barricades for excavations shall have warning lights maintained during hours of darkness. Trenches shall be marked with warning tape, or access to trenches shall be prohibited with readily identifiable sawhorses, warning tape or other acceptable means. Barriers shall be illuminated or recognizable during hours of darkness. Barriers and tape shall be properly maintained at all times. C. Protect all adjacent work, structures and properties. Damage to adjacent work, structures or properties shall be repaired, or the cost of repair reimbursed in full. D. All construction areas shall be finally graded as indicated on the contract documents, or to the conditions of the site prior to construction. Grading shall bring the site back to the existing conditions as close as practical. Turfed areas shall be sodded, or hydro-mulched with matching turf. Landscaping shall be replaced with identical shrubbery, ground cover, or plants as existed. Contractor shall be responsible for maintaining water on new turf and landscaping until established. If new turf and landscaping is impractical due to weather conditions, contractor shall provide satisfactory arrangements to have turf and landscaping furnished and installed at the earliest opportunity thereafter. Provide a 90-day year warranty on new turn and landscaping. E. Determine if irrigation systems exist prior to trenching and excavation. Obtain r ecord or as- built drawings and locate control wiring and pressure main branches and devices. Determine by actual operation that systems are functional and repair or replace damaged systems to their original condition prior to beginning construction. 2.05 ACCESS DOORS A. Wherever access is required in walls, ceilings, or soffits to concealed junction boxes, pull boxes or other electrical equipment, provide and install access doors. Install panels in locations approved by the Engineer. Paint as directed. Item 17 Common Work Results for Electrical 26 05 00-6 PRP17368 – Lower Pressure Plane Water Line 2.06 CLEAN AND ADJUST A. Remove shipping labels, dirt, paint, grease, and stains from equipment. Remove debris as it accumulates. Upon completion of work, clean electrical equipment and the entire electrical installation. END OF SECTION Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-1 PRP17368 – Lower Pressure Plane Water Line 26 05 19 LOW VOLTAGE ELECTICAL POWER CONDUCTORS & CABLES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install and test 600 volt wires and cables. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. B. Work shall include building wire, cable, wiring connections and terminations, and modular wiring systems. 1.02 QUALITY ASSURANCE: TESTING Megger test circuits for continuity and ground. Verify phasing at connection points. Torque test conductor connections and terminations to the Manufacturer's recommended values. Megger tests shall be performed by a testing company with a minimum of 10 years experience. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: A. Shop Drawings: 1. Low voltage wire 2. Ground wire 3. Shielded cable 4. Terminations and Connections 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ICEA S-19-81/NEMA WC-3 Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy ICEA S-61-402/NEMA WC-5 Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy NFPA 70 National Electrical Code ANSI/TIA/EIA 606A Standard for Telecommunications Infrastructure UL 83 Thermoplastic Insulated Wires and Cables Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-2 PRP17368 – Lower Pressure Plane Water Line UL 1063 Machine Tool Wires and Cables ASTM B3 Soft or Annealed Copper Wires ASTM B8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium, Hard, Soft 1.05 DELIVERY AND STORAGE A. Deliver cable and wire to the project site in the original packages. Conductors with damaged insulation or exposed nylon jacketing shall not be permitted. B. Where cut lengths are specified, mark reel footage accordingly. Each reel shall contain one continuous length of cable. C. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Provide impact protection by wood lagging or suitable barrier across the traverse of the reel. D. Do not drop reels from any height. E. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. F. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. G. Provide moisture protection by using manufacturer’s standard procedure or heat shrinkable self-healing end caps applied to both ends of cable. Do not remove end caps until cables are ready to be terminated. 2.00 PRODUCTS 2.01 GENERAL A. Wires and cables shall be soft-drawn, annealed copper with a conductivity of not less than that of 98% pure copper, UL83 and UL1063 listed, rated 600 volts and certified for continuous operation at maximum conductor temperature of 90 Celsius in dry locations and 75 Celsius in wet locations B. Conductors #8 or larger shall be stranded and conductors #14 shall be stranded. Utilize single conductors. C. Except for control, signal and instrumentation circuits and as specifically indicated on the plans the minimum conductor permitted is #12. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-3 PRP17368 – Lower Pressure Plane Water Line 2.02 WIRE MARKING 1. Wire marking shall be in accordance with the National Electrical Code Article 310 and shall be printed on the wire insulation at 2 foot intervals. The printing method used shall be permanent and the color shall sharply contrast with the jacket color. 2. Wire marking shall include the U.L. label and necessary identification, including the Manufacturer, the number of conductors, size, conductor insulation type, sun- resistance, and other pertinent information. 2.03 CONDUCTORS AND CABLES A. SINGLE CONDUCTOR CABLES: Conductor with thermoplastic insulation rated at 600 volts and insulated with type XHHW-2 insulation. Wire shall be water tank tested and approved as machine tool wire, in accordance with National Machine Tool Builders Association. Wire in light fixture channels and other special locations shall be as specifically noted for temperature in NEC Article 300. Conductors 38 or larger and conductors #14 shall be stranded. Wire shall be manufactured by Southwire, Okonite, Encore, General Cable, or Houston Wire & Cable. B. GROUND WIRE: Ground wire shall be Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulator as specified for low voltage wire. C. PAIRED SHIELDED CABLE: Individually and overall shielded minimum 18 gauge, 7/28 stranded, tinned copper conductors with .021" extruded PVC; .004" nylon insulation twisted into pairs, stranded into a core and enclosed by a non-hygroscopic core tape, 100% coverage, helically wound, aluminum foil shield, drain wire, and .050" minimum extruded PVC jacket. Pairs shall be black/red or black/white numbered. Cables shall be 600 volts in accordance with NEC-725 and IEEE 383 and shall be suitable for wet location and cable tray rated. Cables shall be manufactured by Alpha, Okonite, General Cable, Southwire, Belden, or Houston Wire & Cable. 2.04 WIRE CONNECTIONS AND DEVICES A. CONNECTORS, COMPRESSION, COPPER, 600 VOLT: As manufactured by Burndy, Thomas & Betts, or Ideal Industries; of the appropriate hole sizes and spacing which are in accordance with NEMA standards; two (2) holes in the tongue for use on conductor sizes 250 kcmil or larger; not required for connections to the circuit breakers in the lighting and/or receptacle panels. All compression connectors shall be long-barrel type, no exceptions. B. 600 VOLT PLASTIC TAPE: Minnesota Mining & Manufacturing Company, No. 35.WIRENUTS: Silicone-based pre-filled spring wire connecting devices with plastic covering; UL listed for damp and wet locations. Wirenut shall meet requirements of UL 486D for Sealed Wire Connector Systems and shall be manufactured by Ideal Industries, Inc model 63, or as manufactured by ITT or Panduit. Wirenut shall be spring insulated, properly sized and resistant to vibration may be used for No.12 through No.10 solid gauge conductor for lighting and branch circuits only. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-4 PRP17368 – Lower Pressure Plane Water Line C. SPLIT BOLTS: Kearney, Burndy, or Ilsco; shall be usable for connecting conductors which are both copper, both aluminum or one copper and one aluminum. Split bolts shall have a spacer between the two conductors, which it connects. D. MECHANICAL SET SCREW CONNECTOR: Blackburn HPS, ADR-ALCUL, GP or GT, Burndy or Ilsco; consisting of an aluminum body which has openings on opposite ends for insertion of the conductors. Conductors inserted into these holes shall each be clamped by two set screws. Connectors shall be suitable for use with copper conductors. E. RUBBER TAPE: Scotch 2210. F. VINYL TAPE: Scotch 88. G. ARC PROOFING TAPE: 3M “Scotch 77 Fire and Electric Arc Proofing Tape”. Fireproofing shall be done with a half-lapped layer of arc proofing tape, anchored at each end with a double wrap of 3M “Scotch 69 Glass Cloth Electrical Tape”. H. INSULATING RESIN: Scotch 3576, 3577, or 3578. I. POWER DISTRIBUTION BLOCKS: Ferraz Shawmut, Ilsco or Allen-Bradley; rated for 600 VAC and termination of copper conductors. Individual poles shall be constructed of tin plated aluminum and mounted on an insulating base. 3.00 EXECUTION 3.01 PREPARATION Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. 3.02 INSTALLATION A. GENERAL 1. Install raceway first as a complete system without conductors. Do not install pull wires and conductors until the raceway system is in place in accordance with the NEC and these specifications. Exception: Only flexible connections to motors shall be permitted to be installed after the installation of the remainder of the raceway system. The installation of these conductors shall be limited to exposure to damage for a maximum of one (1) week prior to installing flexible connection and making final terminations. Any conductors exposed to damage (i.e. not installed in raceway) longer than one (1) week shall be subject to rejection by the Owner and/or Engineer. If rejected, the cables shall be removed, discarded, replaced, reinstalled and retermination at the Contractor’s expense. 2. Installed unapproved wire shall be removed and replaced at the Contractor’s expense. 3. Grouping conductors together into one conduit shall not be allowed where the plans indicate the conductors to be placed in separate conduits. Each home run shown on the plans shall be in its own conduit. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-5 PRP17368 – Lower Pressure Plane Water Line 4. Neatly train wiring inside boxes, equipment and panelboards. Pull conductors into a raceway at the same time and use U.L. listed, wire pulling lubricant for pulling No. 4 AWG and larger wire. 5. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment. Where conductors are found to have been installed without tension-monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at the Contractor’s expense. 6. Do not exceed cable manufacturer’s recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. 7. Where single conductors and cables in manholes, hand holes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on center. 8. Properly support cables in accordance with the NEC and manufacturer’s recommendations in all raceways. Provide strain relief as required. 9. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bundle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein and in specification section 26 05 53, “Identification for Electrical Systems.” 10. Cap spare conductors and conductors not terminated, with the UL listed end caps. 11. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. 12. For conductors that will be connected by others, provide at least 6 feet spare conductors in free standing panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. B. SPLICES 1. Power Conductors: Splice in junction boxes or at outlets only for lighting and receptacle branch circuits. Splices for all other circuits shall be disallowed. All s plices are subject to the Engineer’s approval. Obtain approval from Engineer before installing any splices. a. For existing installations, splices of 120V circuits shall use twist-on wire nuts. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-6 PRP17368 – Lower Pressure Plane Water Line 2. Control and Instrumentation Conductors: No splicing of control and instrumentation conductors shall be permitted between terminal points except as specifically indicated on the plans. 3. No splicing of conductors shall be performed in any below ground structure. 4. Condulet type fittings shall not contain splices. Under no condition shall conductors of a different color be spliced together. 5. For No. 10 and smaller, connect conductors with a twist-on spring wirenut. If a splice or tap is below 3' above the final grade, fill the spring connectors with an electrical insulating resin so that the resin encapsulates conductor and spring materials. Conductor splices and taps inside the MCC, VFDs, panels, etc. shall be on the terminal strips or power distribution blocks. 6. For No. 8 and larger, connect conductors with a split bolt type of connector or a mechanical, set screw type connector. Wrap splices and taps with a single half -lapped layer or rubber tape followed by successive layers of vinyl tape until a vinyl tape layer thickness of twice the original conductor insulation thickness is achieved. If splice or tap is below 3' above the finished grade, the tape or splice shall have a final outer coating or insulating resin. C. TERMINATIONS 1. Conductors terminated on a screw termination shall have a crimp on type spade connector applied on the wire end, Panduit PanTerm or approved equal. 2. Furnish and install power distribution blocks as required for tapping conductors at their load connection point with conductors of smaller size. Install power distribution blocks with the number of poles and sizes needed for connecting the phase, neutral, and ground conductors. 3. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. 4. Use crimp connectors on all stranded conductors. 5. Soldered mechanical joints insulated with tape will not be acceptable. 6. SINGLE CONDUCTORS: Sufficient wire shall be left at outlets to make connections to equipment without straining. Light switches and receptacles shall be connected with pig-tails and crimp-on connectors. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-7 PRP17368 – Lower Pressure Plane Water Line 7. PAIRED SHIELDED AND TRIAD SHIELDED CABLE: Ground paired shielded and triad shielded cables at the instrument panel or starter end only and insulate from ground elsewhere. The shield shall be continuous for the entire run. The paired shielded and triad shielded cable shall not be laced with or placed in the same conduit with power cables and digital control cables. Each termination of paired shielded or triad shielded cable shall be coated with silicone jelly after termination. The shield of pair shielded cable and triad shielded cable shall only be broken when the conductors are terminated on terminal strips. Each conductor and shield shall be landed on its own terminal. Sharing of shield shall not be allowed. D. GROUNDING 1. Conduits and other raceway shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets, and other equipment shall be properly grounded in accordance with National Electrical Code requirements. Where ground wire is exposed to mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment with solderless connections. All connections to ground rods shall be of the fused type utilizing an exothermic welding process. 2. Ground metallic material, including but not limited to metallic raceway, metallic boxes and metallic enclosures. Where metallic material is not connected by raceway to a solid ground, connect the metallic material to the largest equipment grounding conductor , which it houses. Clean the metal surface under the grounding lug to bright metal. Grounding connections to motors shall be to the grounding stud, which shall be threaded into the stationary frame; Use Burndy KC Servit, or approved equal. The ground wire shall not be lugged to a mounting bolt. 3. Ground wire shall be uninsulated tin plated copper sized as shown on the plans in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulation as specified for low voltage wire. Provide and size bonding conductors in accordance with the National Electrical Code. E. TESTING 1. Testing: All testing required shall be per Specification Section 01 40 00 “Quality Requirements”. 2. Perform tests and inspections and prepare test reports and submit to the Owner/Engineer prior to final inspection. 3. Tests and Inspections: a. After installing conductors and cables and before electrical circuitry ha s been energized, test for compliance with requirements. b. Perform each visual and mechanical inspection and electrical tests stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. Item 17 Low Voltage Electrical Power Conductors & Cables 26 05 19-8 PRP17368 – Lower Pressure Plane Water Line c. Test Reports: Prepare a written report to record the following: 1) Test procedures used 2) Test results that comply with requirements. 3) Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. d. Remove and replace malfunctioning units and retest as specified above. END OF SECTION Item 17 Grounding & Bonding for Electrical Systems 26 05 26-1 PRP17368 – Lower Pressure Plane Water Line 26 05 26 GROUNDING & BONDING FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 26 05 00 “Common Work Results for Electrical”. 1.02 SUBMITTALS Submittal shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: A. Grounding materials, equipment and processes. B. Product Data: For each type of product supplied. C. Field quality-control test reports. 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 1.04 JOB CONDITIONS Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. Add ground rods as required to bring resistance to 5 ohms and connect to grounding system. 2.00 PRODUCTS 2.01 MATERIALS A. GROUND RODS: Copper-clad having a diameter of 3/4" and a minimum length of 10'. Item 17 Grounding & Bonding for Electrical Systems 26 05 26-2 PRP17368 – Lower Pressure Plane Water Line B. GROUND CABLES: Stranded, bare tinned copper of 98% conductivity. Ground wire shall be Class B stranded tin-plated conductor without insulation in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate ground wire with green insulator as specified for low voltage wire. C. CONDUIT GROUND FITTINGS: Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. D. GROUND ROD BOXES: Precast Box with cast iron lid. Lid shall read “ground rod” on lid. Brooks Precast Model. “3-RT” or approved equal. Ground rod boxes located in driveway areas shall have an AASHO HS-20 rating. E. EXOTHERMIC WELDING PROCESS: CADWELD MATERIALS – as manufactured by ERICO products or approved equal. 2.02 PROCESSES A. All grounding system connections to building steel and ground rods shall be exothermically welded including all cable connections, and cable steel terminations. The use of mechanical type connectors is not acceptable. B. All materials involved must be from the same sources to insure compatibility. Connections made from this process shall meet the requirements of IEEE Standards 80 and 837 and as listed in MIL 419 and other standards, National Electrical Code, etc. 2.03 GROUNDING SYSTEM Provide a grounding system that includes all connections and the testing of ground rods, ground cables, ground buses, conduits, fittings, anchor supports, thermite process materials and equipment and other materials required for a complete installation. Grounding system shall be installed and sized in accordance with the National Electrical Code. 3.00 EXECUTION 3.01 INSTALLATION A. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted/clamp type connectors. 2. Underground Connections: Exothermically welded connectors, except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Exothermically welded connectors. 4. Connections to Structural Steel: Exothermically welded connectors. B. Ground electrical work in accordance with NEC Article 250 and local codes. Item 17 Grounding & Bonding for Electrical Systems 26 05 26-3 PRP17368 – Lower Pressure Plane Water Line C. Install ground cables in conduits above grade or directly buried in earth to a depth of not less than 30" below grade. Installation to provide sufficient mechanical protection so as not to break ground cables or connections. D. Install ground cables continuously between connections. Splices shall not be permitted, except where indicated on the plans. Where ground cables pass through floor slabs, buildings, etc., and when not in metallic enclosures, provide a sleeve of approved, non- metallic materials. E. Install a green-colored, equipment grounding conductor in raceways. Size conductors in accordance with NEC Article 250. F. Where ground wire is directly buried in earth or concrete, use standard bare tinned copper cable, in all other cases install a green-colored insulation, equipment grounding conductor. Size conductors in accordance with NEC Article 250. Provide grounding conductors as required per the NEC. G. Metal conduits stubbed up into switchgear, motor control center or other electrical equipment shall be terminated with insulated grounding bushings and connected to the equipment ground bus. Size the grounding wire in accordance with applicable sections of the National Electrical Code. H. Provide exothermic weld connection for extension to existing stub-up ground conductors. I. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Provide grounding and bonding jumpers as required per the NEC. 2. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts. 3. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment. 4. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp. J. Grounding and Bonding for Piping: 1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end. Item 17 Grounding & Bonding for Electrical Systems 26 05 26-4 PRP17368 – Lower Pressure Plane Water Line 2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector. 3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve. K. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install a copper bonding jumper to bond across flexible duct connections to achieve continuity. L. Liquid tight flexible metal conduit in sizes 1-1/2” or larger shall have bonding jumpers. Bonding jumpers shall be external, run in parallel (not spiraled) and fastened with plastic tie wraps. Contractor shall provide bonding jumpers sized in accordance with the National Electrical Code. M. All equipment enclosures, motor and transformer frames, conduit systems, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. Provide grounding and bonding jumpers as required per the NEC. N. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC article 250. O. Where exothermic bonding is used, molds shall be of the appropriate size for the wire and rod used. All bonds shall remain exposed for inspection of the Owner’s Representative. P. Ground rod shall be installed such that the top of the ground rod is 6” below grade and enclosed by a ground rod box. Q. Install #1/0 AWG bare tinned copper ground cable that follows the route of the underground duct banks on top of the duct bank envelop, but in no case is embedded in the concrete. Run ground through the manholes. Tie ground cable to pump station main grounding system at both ends. R. At each convenience outlet, install a grounding clip attached to the outlet box and leave a sufficient length of #12 wire with green-colored insulation to connect to the grounding terminal at the receptacle. 3.02 INSPECTION A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent to measure resistance to ground of the system. Perform testing in accordance with the test instrument manufacturer’s recommendation using the fall of potential method. C. All test equipment shall be provided under this section and approved by the Engineer. Item 17 Grounding & Bonding for Electrical Systems 26 05 26-5 PRP17368 – Lower Pressure Plane Water Line D. Resistance to ground testing shall be performed during dry season. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. Provide additional ground rods and conductors as required to bring the resistance to five ohms. END OF SECTION Item 17 Hangers and Supports for Electrical Systems 26 05 29-1 PRP17368 – Lower Pressure Plane Water Line 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install hangers and supports for electrical equipment and systems. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 PERFORMANCE REQUIREMENTS A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents. B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, “Submittal Procedures” and shall in- clude Record Data. 1.04 QUALITY ASSURANCE A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Comply with NFPA 70. 1.05 COORDINATION A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Con- crete, reinforcement, and formwork requirements are specified in Division 03. 2.00 PRODUCTS 2.01 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. Item 17 Hangers and Supports for Electrical Systems 26 05 29-2 PRP17368 – Lower Pressure Plane Water Line c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd. g. Wesanco, Inc. 2. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4. 3. Channel Dimensions: Selected for applicable load criteria. B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. C. Conduit and Cable Support Devices: 304 stainless steel hangers, clamps, and associated fit- tings, designed for types and sizes of raceway or cable to be supported. D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, 304 stainless steel plates, shapes, and bars; black and galvanized. E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following: 1. Mechanical-Expansion Anchors: Insert-wedge-type, 304 stainless steel, for use in hard- ened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used. a. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Empire Tool and Manufacturing Co., Inc. 3) Hilti Inc. 4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 5) MKT Fastening, LLC. 2. Concrete Inserts: 304 Steel, slotted support system units similar to MSS Type 18; com- plying with MFMA-4 or MSS SP-58. 3. Clamps for Attachment to Steel Structural Elements: 304 stainless steel MSS SP-58, type suitable for attached structural element. 4. Through Bolts: 304 stainless steel Structural type, hex head, and high strength. Comply with ASTM A 325. 5. Toggle Bolts: 304 stainless steel springhead type. 6. Hanger Rods: Threaded 304 stainless steel. 3.00 EXECUTION 3.01 APPLICATION Item 17 Hangers and Supports for Electrical Systems 26 05 29-3 PRP17368 – Lower Pressure Plane Water Line A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter. B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for RIGID METAL CONDUIT as required by NFPA 70. Minimum rod size shall be 1/4 inch in di- ameter. C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with stainless steel slotted support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with single-bolt conduit clamps using spring friction action for retention in support channel. 3.02 SUPPORT INSTALLATION A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article. B. Raceway Support Methods: In addition to methods described in NECA 1, RIGID METAL CONDUIT may be supported by openings through structure members, as permitted in NFPA 70. C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of sup- ported components plus 200 lb. D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To Wood: Fasten with lag screws or through bolts. 2. To New Concrete: Bolt to concrete inserts. 3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion an- chor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69. 6. To Light Steel: Sheet metal screws. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, trans- formers, and other devices on slotted-channel racks attached to substrate. E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforc- ing bars. Item 17 Hangers and Supports for Electrical Systems 26 05 29-4 PRP17368 – Lower Pressure Plane Water Line 3.03 CONCRETE BASES A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Concrete shall be in accordance with Section 03 30 53, “Miscellaneous Cast-In-Place Con- crete” for 3000 psi concrete. C. Anchor equipment to concrete base. 1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 2. Install anchor bolts to elevations required for proper attachment to supported equip- ment. 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions. END OF SECTION Item 17 Conduits 26 05 33.01-1 PRP17368 – Lower Pressure Plane Water Line 26 05 33.01 CONDUITS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install a complete conduit system for each type of electrical system. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: 1. Shop Drawings to include cut sheets of each material to be used on the project. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI 80.5 ANSI/NEMA FB 1 Electrical Rigid Aluminum Conduit Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies NEMA RN 1 PVC Externally-Coated Galvanized Rigid Steel Conduit and Electrical Metallic Tubing NEMA TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80) NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. FLEXIBLE METAL CONDUIT: 1. LIQUID TIGHT FLEXIBLE ALUMINUM CONDUIT: Single strip, helically wound, interlocking, aluminum. Liquid tight conduit shall have an extruded, polyvinyl jacket over the flexible metal. Acceptable product shall be Anaconda Type UA. B. RIGID ALUMINUM CONDUIT: Heavy wall, aluminum alloy 6063; low temper number, tube, free from defects and manufactured in accordance with ANSI C80.5 standards and U.L. listed. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. Acceptable manufacturers shall be Indalex, Allied and Wheatland. Item 17 Conduits 26 05 33.01-2 PRP17368 – Lower Pressure Plane Water Line C. PVC COATED RIGID ALUMINUM: Meeting the requirements of rigid aluminum conduit; 40 mil PVC exterior coating and 2 mil urethane interior coating, U.L. 6A listed. Manufactured in accordance with Fed. Spec. WW-C-581, ANSI C80.5 standards, ETL Verified PVC-001 and U.L. listed. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. D. RIGID NONMETALLIC CONDUIT: Schedule 40 high impact, polyvinylchloride, in accordance with Fed. Spec. W-C-1094 and U.L. listed. Acceptable manufacturers shall be Carlon, Cantex, and Certainteed. E. FITTINGS AND CONDUIT BODIES: 1. RIGID METAL CONDUIT: Threaded type material to match the conduit, in accordance with ANSI/NEMA FB1 and as manufactured by Appleton Form 35, Killark "O" Series , Crouse Hinds, OZ Gedney, or RACO. 2. FLEXIBLE AND LIQUID TIGHT FITTINGS: In accordance with ANSI/NEMA FB1; cadmium - plated, malleable aluminum body and nut; aluminum ferrule; insulated throat; integrally-cast, external ground lugs, as manufactured by Appleton "ST" series, Hubbel, OZ Gedney Type 4QL, or RACO. 3. PVC CONDUIT: Solvent-welded, slip-on joints, in accordance with NEMA TC3, as manufactured by Carlon, CertainTeed. 4. CONDUIT SEALS: Explosion-proof, rigid metal conduit fitting as defined by NEC Article 500, and as manufactured by Crouse Hinds fitting with Chico "X" Fiber and Chico "A" compound or Appleton fitting with Apelco fiber and compound. Seal shall be same material as conduit. F. ELBOW AND BENDS: Rigid, nonmetallic conduit system shall use PVC-coated rigid Aluminum for all bends. Meeting the requirements of rigid steel conduit; 40 mil PVC, exterior coating and 2 mil urethane interior coating. Acceptable Manufacturers shall be Rob Roy Plastibond Red, Ocal and Perma-Cote. Other conduit systems shall use the same material as the conduit with which they are installed. G. BUSHINGS: High impact, thermosetting, phenolic insulation; 150 degrees C.; as manufactured by Appleton "BBUH", Blackburn, or OZ Gedney type A. H. GROUNDING BUSHINGS: Conduit grounding bushings shall consist of an aluminum, insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C-581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. I. LOCKNUTS: Aluminum as manufactured by Appleton "BL", OZ Gedney, RACO, or Steel City. Item 17 Conduits 26 05 33.01-3 PRP17368 – Lower Pressure Plane Water Line J. HUBS: 1. ALUMINUM CONDUIT: Cast aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub, Appleton or Efcor. K. CONDUIT THROUGH-WALL AND FLOOR SEAL: Malleable iron body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap s crew, as manufactured by OZ Gedney, type FSK. L. END BELLS: Threaded aluminum as manufactured by OZ Gedney type TNS. M. EXPANSION FITTINGS: Aluminum with aluminum bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, use with aluminum conduit or Appleton "XJ" series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. N. THREADED NIPPLES: As manufactured by Allied or Triangle. Aluminum Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. O. ACCESSORIES: Reducers, washers, etc., shall be cadmium-plated, malleable iron. P. CONDUIT DRAINS: Conduit drains shall be 316 stainless steel as manufactured by Crouse Hinds ECD Universal, or approved equal. Q. DUCT BANK SPACERS: Interlocking module spacers as manufactured by Formex, or approved equal. R. LINK SEAL: Link seal shall be modular, mechanical type, consisting of inter-locking synthetic rubber links shaped to continuously fill the space between the conduit and the wall opening. Link seal shall be suitable for use in a core-drilled and pre-cast wall openings and shall be manufactured by Pipeline Seal & Insulator, Inc. or approved equal. 3.00 EXECUTION 3.01 CONDUIT INSTALLATION SCHEDULE A. Conduit types shall be installed in accordance with the following schedule: 1. BURIED CONDUIT: PVC Schedule 40 or PVC coated rigid aluminum unless noted otherwise. 2. ABOVE GRADE CONDUIT: Rigid Aluminum unless noted otherwise. 3. PVC COATED RIGID ALUMINUM CONDUIT: Shall be used for all underground conduit bends where the conduit ultimately terminates to aluminum conduit; and for conduit stub-ups through concrete and concrete wall penetrations. 4. RIGID ALUMINUM CONDUIT: May be used in all locations. PVC coated rigid aluminum conduit shall be used in corrosive environments or where in contact with concrete. Item 17 Conduits 26 05 33.01-4 PRP17368 – Lower Pressure Plane Water Line 5. RIGID NONMETALLIC CONDUIT: May be used in non-hazardous locations, installed single or grouped either underground or encased in concrete. 6. LIQUID TIGHT FLEXIBLE METALLIC CONDUIT: Shall only be used to equipment in non- hazardous locations not subject to physical damage or excessive temperatures, requiring vibration isolation unless otherwise indicated, 6’-0” maximum length. The bending radius shall be in accordance with Chapter 9, Table 2 of the NEC and shall not deform or alter the flex jacket. 3.02 GENERAL A. Size conduits as required by the National Electrical Code for the number and sizes of wires to be drawn into the conduit. Above grade conduit less than ¾” shall not be used unless specified otherwise. Below Grade conduit shall not be less than 1”. B. Underground conduit shall be concrete capped. Straight runs of conduit which is below the finished grade shall be rigid PVC. Unless otherwise indicated, all other conduit shall be rigid aluminum. C. At the transition from underground and or from concrete, protect PVC conduit from mechanical damage by extending PVC coated rigid aluminum conduit a maximum of 12" and a minimum of 4" into the earth or concrete at the transition. For installations where the conduit does not penetrate concrete, provide a 12” wide housekeeping pad around conduit for transitions from underground to exposed conduit. D. Aluminum conduit, straps, and struts shall not be in direct contact with concrete or CMU walls, painted or not. Provide a rubber washer between the two materials. E. Aluminum conduit which penetrates into concrete shall be factory-coated with 0.20" of polyvinylchloride, per Spec. MIL-P-15147. F. Conduit extending into concrete shall not be closer than 3" from adjacent conduit and shall not be closer than 1" from any reinforcement bars. G. PVC conduit shall not be installed above grade level, above concrete slab level, or for any exposed installations unless specified. Conduit shall not be placed horizontally in a concrete floor slab or a beam without the Engineer's written approval. H. Flexible metal conduit used for connecting light fixtures, i.e., fixture whips, shall be 1/2" as a minimum. Fixture whips shall contain only three conductors: one hot, one neutral, and one equipment grounding conductor. Other conduit types shall be 3/4" as a minimum. The inside surface of the conduit shall be reamed smooth after it has been cut. I. Provide conduit sizes as shown on the plans. Where hash marks are u sed to indicate the number of conductors in a conduit without indicating the conduit size, provide a 3/4" conduit for up to nine #12 conductors, and a 1" conduit for ten to 20 #12 conductors. J. Where conduits stub up through a floor slab from below finished floor level for multi-level structures, install a threaded fitting with PVC plug so that the top of the fitting is flush with the concrete or finished floor surface. Item 17 Conduits 26 05 33.01-5 PRP17368 – Lower Pressure Plane Water Line K. Conduit system shall be swabbed clean prior to installation of conductors. L. Ground conduits in accordance with the National Electrical Code and Specification 26 05 26, “Grounding & Bonding For Electrical Systems”. M. Contractor shall properly tape PVC coated aluminum conduit where it transitions to PVC conduit in underground concrete encased duct banks so that no aluminum conduit is in contact with concrete encasement. Tape shall be manufactured by Scotch or approved equal. Coordinate with tape manufacturer for type of tape to use for the installation. N. Conduit shall not penetrate the top of NEMA 3R and NEMA 4X enclosures. 3.03 UNDERGROUND A. Underground conduit shall be concrete capped. B. Bury underground conduit a minimum of 18" deep for low voltage duct banks to the top of the concrete encasement, and as shown on the plans, whichever is greater. Backfill buried conduit banks with material which is free from large rock, paving material, or large angular substance. Install underground conduit with the conduit duct bank dimensions shown on the plans. Adhere to conduit spacing by using spacers at intervals to ensure that proper spacings are maintained. The concrete shall be red in color. Red dye for duct bank shall be mixed with concrete or the top of the duct bank shall be painted red. C. For installation of conduits to be used by Oncor Electric Delivery, coordinate with the utility for exact requirements D. Grade underground and outdoor conduits to drain free of condensation and moisture. Provide for automatic draining at lowpoints. Install horizontal runs of conduit to provide a natural drain for condensation without pockets or traps where moisture may collect. E. Underground conduits shall drain to an underground structure with a floor drain, such as a manhole or a building basement. F. Install conduit drain assemblies in outside or underground conduits to provide for draining. G. Underground conduit bends shall have a minimum 2' bend radius for conduits 3” and smaller and a minimum 3’ bend radius for conduits 4” or greater in size. Underground conduit bends shall utilize PVC factory-coated rigid steel bends. H. Minimum size for underground conduits outside the building is 2”. I. Contractor shall install duct bank spacers a minimum of every 8 feet. J. Conduit shall slope uniformly at not less than 4” per 100’, or more than 60” per 100’ unless indicated otherwise on the plans or approved by the Engineer. Arrange duct banks to drain into manholes with no low pockets in the duct runs. The electrical contractor shall coordinate with the Contractor and the plans on the proposed grades for the site. Item 17 Conduits 26 05 33.01-6 PRP17368 – Lower Pressure Plane Water Line 3.04 ROUTING AND SUPPORT A. Use the conduit route where shown on the plans. Route conduits that do not have a specified route in the most direct path between the two points, i.e. home runs shown with an arrow symbol. Route conduits parallel to building lines. Concealed conduits on the plans shall be below grade, within walls, or above ceilings. B. Route conduit through roof openings for piping and ductwork where possible. Otherwise, route conduit through the roof with pitch pocket. Conduit shall not penetrate ductwork. Exposed conduit shall not be installed on the roof without the Engineer's prior approval. C. Install conduit at elevations which maintain headroom, and at locations which avoid interference with other work requiring grading of pipe, the structure, finished walls, etc. Avoid crossing other work. Conduits shall not be placed in close proximity to equipment, systems, and service lines. Maintain a minimum of 3" separation, except in crossing which shall be a minimum of 1". Conduits shall not be installed/concealed in water bearing walls. D. Conduits in buildings shall be exposed on unfinished ceilings and basements, as shown on the plans. Rigidly support conduits to the building structures using hardware bolted or screwed to the structure. The mounting hardware shall not mount the conduit directly on concrete walls and ceilings, but shall space the conduit away from the surfaces using mineralac-type hardware, strut channel clamps, or one hole straps with clamp backs. E. Provide expansion fittings at expansion, construction and seismic joints. Provide combination expansion/deflection fittings where conduits are concealed at these joints. F. Group conduit in parallel runs where practical. Use a conduit rack constructed o f channels with conduit straps or clamps. Provide space for an additional 25% conduit. G. Parallel runs of conduit shall have bends and offsets made at the same point such that the angle of bend is the same in each conduit and the conduits remain parallel th roughout the run. Conduits not installed in this manner shall be removed and reinstalled at the Contractor’s expense. Conductors that are installed shall be removed and replaced at the Contractor’s expense. H. Conduits installed in parallel shall be arranged such that crossings are eliminated. I. Rigid aluminum conduit systems shall utilize aluminum straps, clamps and strut channel. Coated rigid steel conduit shall utilize PVC factory coated or fiberglass straps, clamps and thread rods, etc. as manufactured by Robroy. J. Nuts, bolts, concrete anchor bolts and other metallic fasteners shall be stainless steel. K. Install conduit other than PVC with threaded couplings and other threaded fittings. Threadless, or clamp type fittings shall not be used on metallic conduit. Rigid aluminum conduit shall have each set of threads coated with an oxidation inhibitor, Ilsco, De-Ox, ITT Noalox, Blackburn Contax or approved equal. Item 17 Conduits 26 05 33.01-7 PRP17368 – Lower Pressure Plane Water Line L. Use PVC coated, rigid steel, factory elbows for bends in PVC conduit unless indicated otherwise. M. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. N. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. O. Use suitable conduit caps to protect installed conduit against entry of dirt and moisture. P. Use watertight hubs to fasten conduit to metal boxes, etc. in wet or damp locations per the National Electrical Code. Q. Install a pulling string in empty (spare) conduit, except sleeves and nipples, and leave for future pulling as applicable. 3.05 TERMINATIONS A. Use threaded hubs for termination of conduits. Locknut termination of conduits shall not be used on this project. END OF SECTION Item 17 Outlet Boxes 26 05 33.03-1 PRP17368 – Lower Pressure Plane Water Line 26 05 33.03 OUTLET BOXES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install outlet boxes. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS Crouse-Hinds Appleton 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, “Submittal Procedures” and shall include: A. Shop Drawings for Outlet Boxes: Cut sheets of all devices indicating model being provided, color, etc. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI/NEMA OS 1 Sheet steel outlet boxes, device boxes, covers and box supports. ANSI/NEMA OS 2 Non-metallic outlet boxes, device boxes, covers and box supports. 2.00 PRODUCTS 2.01 MATERIALS A. CAST BOXES: Cast feralloy metal, deep type, gasketed cover, threaded hubs. Use cast boxes for damp and outdoor installation. Boxes shall be manufactured by Crouse-Hinds, Appleton or approved equal. 3.00 EXECUTION 3.01 PREPARATION; COORDINATION OF BOX LOCATIONS A. Provide electrical boxes in the locations shown on the Plans, and as required for splices, taps, wire pulling, equipment connections, and code compliance. Item 17 Outlet Boxes 26 05 33.03-2 PRP17368 – Lower Pressure Plane Water Line B. Electrical box locations shown on Contract Drawings are approximate unless dimensioned. Verify locations of boxes and outlets prior to rough-in. Outlet locations may be modified to accommodate changes in door swings, space changes or to clear other interferences that arise or from job modifications. Make such modifications at no cost to the Owner as a matter of job coordination. Coordinate job conditions and notify the Engineer of discrepancies before proceeding with the installation of the work. Set wall boxes in advance of wall construction blocked in place, and secured. Set wall boxes flush with the finish. Install extension sleeves as required to extend boxes to finished surfaces. C. Unless otherwise noted, location of outlet boxes shall be as follows: Equipment or Outlets Elevation *(A.F.F.) Toggle switches 4'0" Receptacles 1'6" Equipment or Outlets Elevation *(A.F.F.) Flow/Level Transmitters 5'5" Circular Chart Recorder 5'5" Motor starters 5'0" Control stations 4'0" Manual starters 5'0" Thermostats 4'0" Telephone outlets 1'6" Circuit protective devices 6'6" to top of enclosure * Above Finished Floor. D. Locate and install boxes to allow access. Where installation is inaccessible, coordinate locations and sizes of required access doors in accordance with other sections of the specifications. 3.02 INSTALLATION A. Do not install boxes back-to-back in walls. Provide minimum 6" separation, except provide minimum 24" separation in acoustic-rated walls. B. Locate boxes in masonry walls to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat openings for boxes. C. Provide knockout closures for unused openings. D. Use multiple-gang boxes where more than one (1) device is installed together; do not use sectional boxes. Provide barriers to separate wiring of different voltage systems. E. Install boxes in walls without damaging wall insulation. Item 17 Outlet Boxes 26 05 33.03-3 PRP17368 – Lower Pressure Plane Water Line F. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and partition studs, position to allow for surface finish thickness. Use stamped steel stud bridges for flush outlets in hollow stud wall, and adjustable steel channel fasteners for flush ceiling outlet boxes. G. Align wall-mounted outlet boxes for switches, thermostats and similar devices. H. Aluminum conduit shall use cast aluminum boxes. Cast aluminum boxes shall not be in direct contact with concrete or CMU walls, painted or not. I. Drilling through the back of the outlet box for mounting purposes is not allowed. J. Wall mounted outlet boxes shall be installed with an air gap behind the boxes. END OF SECTION Item 17 Pull and Junction Boxes for Electrical Systems 26 05 33.04-1 PRP17368 – Lower Pressure Plane Water Line 26 05 33.04 PULL AND JUNCTION BOXES FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install pull and junction boxes. The contractor shall be responsible for sizing all pull boxes and junction boxes per the National Electrical Code (NEC) Article 314 and all other relevant sections of the NEC. Electrical work shall be in accordance with Section 26 05 00, Common Work Results For Electrical. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Appleton B. Bryant C. Crouse Hinds D. Hoffman E. Hubbell F. O Z Gedney G. Raco H. Rob Roy 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, Submittals and shall include the following shop drawings: B. Pull and Junction Boxes C. Pull and Junction Boxes Sizing Calculations: Detailed calculations shall be submitted to the Engineer with the pull and junction boxes’ initial submittal. Submittals submitted without sizing calculations shall not be accepted. 1.04 STANDARDS The applicable provisions of the following standards shall apply as if written here in their entirety: NEMA 250 Enclosure for Electrical Equipment (1000 volts maximum) ANSI/NEMA OS 1 Sheet steel Outlet Boxes, Device Boxes, Covers and Box Supports NEC National Electrical Code Item 17 Pull and Junction Boxes for Electrical Systems 26 05 33.04-2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 MATERIALS A. GENERAL: Exposed wall recessed pull and junction boxes shall be 304 stainless steel. Pull boxes in floors shall be of galvanized malleable cast iron, with gasketed covers. Exposed pull boxes or junction boxes installed outdoors, per NEMA 250 shall be weatherproof and shall be provided with watertight gasketed covers fastened with stainless steel screws. B. NEMA 4X, 304 stainless steel for all locations. C. PULL AND JUNCTION BOXES: Metal construction conforming to National Electrical Code and ANSI/NEMA OS 1. Provide hinge type for sheet metal boxes of 12" or larger in any dimension. D. FLUSH-MOUNTED PULL BOXES: Provide overlapping covers with flush-head cover retaining screws. 3.00 EXECUTION 3.01 INSTALLATION A. Use separate pull boxes and junction boxes for electric power, control and communication systems. B. Install pull boxes and junction boxes where required by the National Electrical Code and wherever required to overcome mechanical difficulties. C. Install pull boxes in interior conduit at not more than 100' apart when conduit runs are not broken by junction or outlet boxes. D. Pull and junction boxes shall be accessible and not buried. E. Do not install boxes back to back in walls and provide a minimum of 6" separation, except in acoustic-rated walls, provide 24" separation. F. Support boxes independently of conduit except for cast boxes that is connected to two rigid metal conduits, both supported within 12" of box. G. Junction boxes shall have terminal strips/distribution blocks for splicing conductors where approved by the Engineer or as shown/specified on the plans. Terminal strips shall be 600V, NEMA rated manufactured by Allen-Bradley, Phoenix Contact or approved equal. Distribution blocks shall be per Section 26 27 26, Wiring Devices. END OF SECTION Item 17 Electrical Equipment 26 05 50-1 PRP17368 – Lower Pressure Plane Water Line 26 05 50 ELECTRICAL EQUIPMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to complete the work in this section. Electrical work shall be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, SUBMITTALS and shall include: 1. Shop Drawings: a. Heat Trace 1). Installation information 2). Bill of Material 3). Weight of Enclosure 4). Product data sheets 5). Overall outline dimensions, both plan and elevations. 6). Project specific heat trace calculations. 7). Project specific interconnection/wiring diagram for heat trace system. 2. OPERATION AND MAINTENANCE MANUALS: a. Operation and maintenance manuals shall contain the shop drawings, submittals, spare parts lists, schematics, and maintenance procedures. b. Manuals shall be prepared by the Equipment Manufacturer and shall also incorporate appropriate final certified shop drawings and test data. Any changes made during startup and testing in the field shall be included in the final O&M manuals. Manuals may be manufacturer's standard instructions, but shall be supplemented as necessary to cover any special feature not included in standard material. c. Heat Tracing O&M shall include all field modifications and routing information for all heat trace systems. Item 17 Electrical Equipment 26 05 50-2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. HEAT TRACE SYSTEM 1. Heat Trace System: Automatic self-regulating, UL listed, with tinned copper braid, able to crossover itself without overheating, parallel circuit design, able to be cut to length at job site, flat and flexible for easy installation, corrosion and chemical resistant, complete with power connection kits, splice kits, end seal kits and necessary accessories for a complete operating installation. Chromalox and Nelson are approved heat trace manufacturers. a. Heat Tracing Integrated Temperature Controls: Chromalox Ambient Sensing Integrated Temperature Controls Type RTAS-EP, NEMA 4X. Power connection box 3W/ft SRL self-regulating heat trace shall operate on 120 VAC. b. Heating cable: Self-Regulating Freeze Protection, Industrial Grade, 16 AWG Buss Wire. Chromalox Type SRL3-1C. 2. Heat trace shall be installed using Fiberglas Tape with pressure sensitive thermosetting silicone adhesive ¾: wide. Strap heat trace at no more than 1’ intervals. Pipe shall be clean of all dirt and debris prior to installing Fiberglass Tape. Tape shall be wrapped completely around the pipe (one piece) and overlap at least 1”. 3. Weather resistant “Caution Electrical Heat Trace” labels shall be placed on the outside of the insulation protection 4. Insulation shall completely cover the pipe and heat trace. 5. Heat trace shall be installed per manufacturers recommendations 6. All outside exposed air release valves, instrumentation piping, chlorine dioxide piping, drain line, pressure indicators, and sample taps shall be heat traced and insulated 7. Piping with taps for instrumentation shall be lined with 3W/ft SRL heat trace and wrapped with insulation to the instrument. B. DRY WELL LEVEL SWITCH 1. A dry well float switch shall be furnished to automatically detect a high liquid level. The switch shall be normally open and close on a rising liquid level. The float switch and piping shall be submersible. The junction box shall be NEMA 6P 316 stainless steel. All construction shall be of PVC, PBT and Buna N for corrosion resistance. 2. Float switch shall have a 4 amp rating at 115VAC. The float cable shall be Type SO with three #14 AWG fine-stranded copper conductors. Provide mounting hardware as required. Float switch shall be Contegra Model FS 202. Item 17 Electrical Equipment 26 05 50-3 PRP17368 – Lower Pressure Plane Water Line 3. Float switch shall be installed in accordance with the manufacturer's recommendations. Tag Service Range LSH-01 Transfer Valve Vault High Level Alarm 3’-0” AFF 3.00 EXECUTION 3.01 INSTALLATION A. Make all electrical connections to all equipment specified. Install equipment in accordance with the Manufacturer's recommendations and the plans. If neither is available, install the equipment using recognized practices of the electrical industry and trade. 3.02 FIELD QUALITY CONTROL A. Upon completion of the installation, perform continuity tests and functional checkout to assure the proper operation of all equipment. END OF SECTION Item 17 Identification For Electrical Systems 26 05 53 - 1 PRP17368 – Lower Pressure Plane Water Line 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 1.00 GENERAL 1.01 WORK INCLUDED A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products. 1.02 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Identification Schedule: An index of nomenclature of electrical equipment and system com- ponents used in identification signs and labels. 1.03 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 2.00 PRODUCTS 2.01 POWER RACEWAY IDENTIFICATION MATERIALS Item 17 Identification For Electrical Systems 26 05 53 - 2 PRP17368 – Lower Pressure Plane Water Line A. Self-Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexi- ble label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. 2.02 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. B. Circuits shall be tagged at terminations (both ends), in pull boxes, cabinets, and enclosures as follows: 1. Tags relying on adhesives or tapes-on markers are not acceptable. 2. Provide conductor tags for conductors No. 10 AWG and below with legible permanent sleeve of yellow or white PVC with machine printed black marking, Raychem TMS sleeves or approved equal. 3. Provide tags for cables and for conductors No. 8 AVWG and larger consisting of perma- nent nylon marker plates with legible designations hot stamped on the plate. Attach these marker plates to conductors and cables with plastic wire wraps. Tags shall be Raychem TMS-CM cable markers or approved equal. 4. Tags shall be imprinted with panelboard and panelboard position number (e.g. LA3-23) for conductors fed from panelboards. Other conductors shall have tags imprinted with the MCC which feeds the conductors (e.g. MCC 1). 5. Switchlegs shall have the designation described above on their tags, plus an “S” suffix. Travelers shall have the designation described above on their tags, plus a “T” suffix. 6. Where more than one neutral is present with a group of conductors, a tag shall be ap- plied to each neutral indicating which phase conductors are served by each neutral (e.g. HA-2, 4, 6). 2.03 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. 2.04 UNDERGROUND-LINE WARNING TAPE A. Tape: 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical and communications utility lines. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. 3. Tape material and ink shall be chemically inert, and not subject to degrading when ex- posed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing: Item 17 Identification For Electrical Systems 26 05 53 - 3 PRP17368 – Lower Pressure Plane Water Line 1. Comply with ANSI Z535.1 through ANSI Z535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE. 3. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, CATV CABLE, COMMUNICATIONS CABLE, OPTICAL FIBER CABLE. C. Comply with NFPA 70 and 29 CFR 1910.145. D. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive la- bels, configured for display on front cover, door, or other access to equipment unless oth- erwise indicated. E. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES." 2.05 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. inches and 1/8 inch thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equip- ment. 2.06 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 inch. 3.00 EXECUTION 3.01 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient view- ing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. Item 17 Identification For Electrical Systems 26 05 53 - 4 PRP17368 – Lower Pressure Plane Water Line E. Attach signs and plastic labels that are not self-adhesive type with stainless steel mechanical fasteners appropriate to the location and substrate. F. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas. G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Underground-Line Warning Tape: During backfilling of trenches install continuous under- ground-line warning tape directly above line at 6 to 8 inches below finished grade. Use mul- tiple tapes where width of multiple lines installed in a common trench or concrete enve- lope exceeds 16 inches overall. I. Painted Identification: Comply with requirements in Division 09 painting Sections for sur- face preparation and paint application. 3.02 IDENTIFICATION SCHEDULE A. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system leg- end and system voltage. System legends shall be as follows: 1. Emergency Power. 2. Power. 3. UPS. B. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded, service and branch-circuit conductors. a. Color shall be factory applied. b. Colors for 120/240V Circuits: 1) Phase A: Black 2) Phase B: Red 3) Neutral: White 4) Equipment Grounding Conductor: Green C. Install instructional sign including the color-code for grounded and ungrounded conductors using adhesive-film-type labels. D. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections. Item 17 Identification For Electrical Systems 26 05 53 - 5 PRP17368 – Lower Pressure Plane Water Line 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. 4. Locations of Underground Lines: Identify with underground-line warning tape for pow- er, lighting, communication, and control wiring and optical fiber cable. 5. Limit use of underground-line warning tape to direct-buried cables. 6. Install underground-line warning tape for both direct-buried cables and cables in race- way. E. Workspace Indication: Install floor marking tape to show working clearances in the direc- tion of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equip- ment in finished spaces. F. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self- adhesive warning labels. 1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of equip- ment including, but not limited to, the following: a. Power transfer switches. b. Controls with external control power connections. G. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. H. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems un- less equipment is provided with its own identification. 1. Labeling Instructions: a. Indoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where two lines of text are required, use labels 2 inches high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. Item 17 Identification For Electrical Systems 26 05 53 - 6 PRP17368 – Lower Pressure Plane Water Line c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appro- priate mechanical fasteners that do not change the NEMA or NRTL rating of the en- closure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panel- board manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Transformers: Label that includes tag designation shown on Drawings for the trans- former, feeder, and panelboards or equipment supplied by the secondary. e. Emergency system boxes and enclosures. f. Enclosed switches. g. Enclosed circuit breakers. h. Enclosed controllers. i. Push-button stations. j. Power transfer equipment. k. Contactors. l. Remote-controlled switches, dimmer modules, and control devices. m. Battery-inverter units. n. Battery racks. o. Power-generating units. p. Monitoring and control equipment. q. UPS equipment. END OF SECTION 26 05 53 Item 17 Electrical Power System Studies 26 05 73.01-1 PRP17368 – Lower Pressure Plane Water Line 26 05 73.01 ELECTRICAL POWER SYSTEM STUDIES 1.00 GENERAL 1.01 DESCRIPTION General: This section specifies that the CONTRACTOR prepare a short circuit and protective device coordination study, and an arc flash hazard analysis for the electrical power system as shown on the plans. NO EQUIPMENT IS TO BE ENERGIZED UNTIL THE POWER SYSTEM STUDIES HAVE BEEN APPROVED BY THE ENGINEER, THE PROTECTIVE RELAYS AND BREAKERS HAVE BEEN SET PER THE SHORT CIRCUIT AND RELAY COORDINATION STUDY AND THE ARC FLASH LABELS HAVE BEEN INSTALLED ON THE EQUIPMENT. NO EXCEPTIONS. UShort Circuit and Protective Device Coordination Study, and Arc Flash Analysis The studies shall provide an evaluation of the electrical power system and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the CONTRACTOR. The Studies shall include settings for all protective relays and electric system monitoring. The Contractor shall obtain any needed data or information for the electrical equipment from Contract Documents, various suppliers, and from conducting his own field investigations. A. Scope: 1. The CONTRACTOR is responsible for providing all pertinent information necessary for the successful completion of the Short Circuit and Relay Coordin ation Study, and Arc Flash Analysis. All cable and raceway data, data from all new Switchgear, motor control centers, transformers, panelboards, and separately mounted fuses, starters or circuit breakers shall be obtained by the CONTRACTOR. Obtain all existing or new protective device information to include all present settings. The CONTRACTOR shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. The data obtained shall be organized and submitted to the ENGINEER to show that all the necessary data gathering work has been done. 2. Calculations shall utilize actual X/R and three phase short circuit values obtained by the CONTRACTOR from the Electric Utility. The use of infinite bus fault current calculation is not acceptable. Contact COSERV STEVE CARRIGAN (940) 365-4830. 3. The studies shall include both scenarios: under normal power and under generator power. Item 17 Electrical Power System Studies 26 05 73.01-2 PRP17368 – Lower Pressure Plane Water Line 4. Provide a complete short circuit study. Include three phase and phase-to-ground calculations. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions shall be thoroughly addressed in the study. The study shall assume all motors operating at rated voltage with the exception that motors identified as "standby" shall not be included. Electrical equipment bus impedance shall be assumed zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the electrical equipment busses. The Study shall be performed using actual available short circuit currents available and system impedances as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the Study is not acceptable. Study shall use actual motor X/R and subtransient reactance data obtained from equipment suppliers. 5. A protective device coordination study shall be performed to determine appropriate relay settings. The study shall include all electrical equipment provided under this contract and any up-stream equipment that has an impact on the coordination study. The study shall show transformer damage curves, generator damage curves, cable short circuit withstand curves and motor curves. Include all medium and low voltage switchgear, distribution switchboards, motor control centers, starters, and panelboards main circuit breakers. Complete the short circuit study down to the main breaker or main lugs on all panelboards. Panelboard branch circuit devices need not be considered. The phase over current and ground-fault protection shall be included as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier’s equipment (such as soft starters, switchgear) shall be in included. Include the last protective device in the Electric Utility’s system feeding each facility being considered. 6. Provide Time-Current Curves on 11X17 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Coordination study time-current curves (11x17 log-log type) including the instrument transformer ratios, model numbers of the protective relays, and the relay settings associated with each breaker. Organize the curves as specified here in. Ground fault time current curves shall be on a separate sheet. 7. An equipment evaluation study shall be performed to determine the adequacy of the fault bracing of all bus from the panelboard level up to the main Switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. 8. Provide arc flash hazard analysis in accordance with the applicable NFPA, ANSI, and IEEE standards. 9. The studies shall be performed, sealed and signed by a Registered Professional Engineer licensed in the state of Texas. 10. Any problem areas or inadequacies in the equipment shall be promptly brought to the ENGINEER's attention. 11. Use industry standard short circuit software, SKM CAPTOR and DAPPER or an equal approved by the ENGINEER. Item 17 Electrical Power System Studies 26 05 73.01-3 PRP17368 – Lower Pressure Plane Water Line 12. The report shall include a comparison of short circuit duties of each bus to the interrupting capacity of the equipment that is protecting that bus. 13. The report shall include all data that was used as input to the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. 14. The CONTRACTOR shall coordinate with the Utility for electrical data required for the studies. 15. The studies shall include and model the different operating configurations that may be encountered at the pump station. This includes different transformers operating individually with various main and tie breakers open and closed. The studies shall clearly identify the particular operating configuration being evaluated. 1.02 REFERENCES A. This Section contains references to the following documents. They are a part of this Section as specified and modified. In case of conflict between the requirements of this Section and those of the listed documents, the requirements of this Section shall prevail. UReferenceU UTitle IEEE 141 Recommended Practice for Electric Power Distribution for Industrial Plants IEEE 242 Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems NFPA 70E Handbook for Electrical Safety in the Workplace IEEE 1584 IEEE Guide for Performing Arc-Flash Hazard Calculations NEC National Electrical Code 1.03 SCHEDULE A. The report shall be provided to the ENGINEER NO LATER THAN 60 days before the equipment is shipped to the Work site. SHIPMENT AND DELIVERY OF EQUIPMENT WILL NOT BE ACCEPTED AT THE JOBSITE UNTIL THE STUDY HAS BEEN COMPLETED, SUBMITTED AND APPROVED BY THE ENGINEER. 1.04 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: A. Shop Drawings: 1. Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8 ½ x 11 log-log type paper as a supplement but not as a replacement. Item 17 Electrical Power System Studies 26 05 73.01-4 PRP17368 – Lower Pressure Plane Water Line 2. Arc Flash Hazard Analysis a. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment – switchgear, starters, motor control center, panelboards, starters, etc. b. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications at each bus. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. 1) Provide a table indicating the color coding used for each incident range & clothing classification. The one-line shall also include the information specified in section 2.03 below. The following is a recommended color coding for the following Hazard/Risk Category numbers: a) Blue to indicate up to 4 cal/cm2 b) Brown to indicate >4 cal/cm2 to 8 cal/cm2 c) Yellow to indicate >8 cal/cm2 to 25 cal/cm2 d) Orange to indicate >25 cal/cm2 to 40 cal/cm2 e) Red to indicate Above >40 cal/cm2 B. Provide six (6) bound color copies of the completed studies to be submitted to the ENGINEER for approval. Each hard copy of studies shall be bound in a 3-ring binder. C. The Contractor shall redo the Power System Studies if any changes are made during the field testing checkout and/or start-up. The Contractor shall submit the Power System Studies for Engineer Approval. The Studies shall include an updated copy of the color copy Arc Flash Labels. D. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. 1. Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. 2.00 EXECUTION 2.01 GENERAL A. Provide a short-circuit and relay coordination study load flow and motor starting study, and arc flash hazard analysis on the electrical power distribution system, as specified. The studies shall be performed in accordance with IEEE Standards 141 and 242, IEEE 1584, ANSI, and the NEC and shall utilize the ANSI method of short circuit analysis in accordance with ANSI C37.010. The studies shall be performed using actual equipment data for all equipment. The coordination studies shall use the data from the manufacturer of protective devices. Item 17 Electrical Power System Studies 26 05 73.01-5 PRP17368 – Lower Pressure Plane Water Line 2.02 QUALIFICATIONS A. The studies shall be performed by the by an electrical manufacturer/consultant service/electrical testing agency who is regularly engaged in power system studies. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professional ENGINEER’s seal will not be reviewed and returned Not Approved, Revise & Resubmit. 2.03 SHORT CIRCUIT STUDY A. The CONTRACTOR shall be responsible for obtaining and verifying all data needed to perform the study. B. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings (ie. Impedence, X/R, etc.) of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transform ers energizing each relay. e. Nameplate ratings of all motors and generators with their subtransient reactances. Transient reactances of synchronous motors and generators and synchronous reactances of all generators. Obtain data on the actual equipment being provided. Generic or average data numbers are not acceptable. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. 1) Show short circuit calculations listing short circuit levels at each bus. Provide the same data in tabular from. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. i. One-Line showing available fault current at each bus all the way down to the 208Y/120V panelboards. Item 17 Electrical Power System Studies 26 05 73.01-6 PRP17368 – Lower Pressure Plane Water Line 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b. Local generated capacity impedance. c. Bus impedance. d. Transformer and/or reactor impedances. e. Cable impedances. f. Equipment impedances. g. System voltages. h. Grounding scheme (resistance grounding, solidly grounding, or no grounding). i. Motor contribution assuming the new and existing motors as shown on the plans all running at the same time. 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. c. A discussion section evaluating the adequacy or inadequacy of the equipment method of calculation and formulas used such that all calculations can be verified manually by the ENGINEER, with recommendations as required for improvements to the system. d. Any inadequacies shall be called to the attention of the ENGINEER and recommendation made for improvements. 2.04 PROTECTIVE DEVICE COORDINATION STUDY A. As a minimum, the coordination study for the power distribution system shall include the following on 5-cycle, log-log graph paper: 1. The time-current coordination analysis shall be performed with aid of a digital computer. a. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing, but still maintain a low incident energy level. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 2. Time-current curves for each device shall be positioned to provide for maximum selectivity to minimize system disturbances during fault clearing. Where selectivity cannot be achieved, the ENGINEER shall be notified as to the cause. 3. Time-current curves and points for cable and equipment damage. 4. Circuit interrupting device operating and interrupting times. 5. Indicate maximum fault values on the graph. 6. Sketch of bus and breaker arrangement. 2.05 ARC FLASH HAZARD ANALYSIS A. The study shall be performed in accordance with the NEC and all applicable OSHA, ANSI, and IEEE standards. Item 17 Electrical Power System Studies 26 05 73.01-7 PRP17368 – Lower Pressure Plane Water Line B. The CONTRACTOR shall adjust all adjustable time-current devices such that the trip settings lower the arc flash exposure and minimizing the clearing time. However, the CONTRACTOR shall adjust the time-current devices to avoid nuisance tripping. C. The CONTRACTOR shall utilize fault current values from the short circuit analysis to determine the Incident energy, limited approach boundary, restricted approach boundary, and appropriate PPE required. D. The CONTRACTOR shall provide project specific arc-flash labeling. The arc-flash labeling shall be placed on the outside of the cover of the switchgear, motor control centers, combination motor starters, panelboard, switchboard, distribution panel, and all electrical panels, etc. such that it can be read without opening the electrical equipment. Mount arc-flash labels a maximum of 6’- 6” AFF, include the housekeeping pad in the mounting height. The CONTRACTOR shall provide arc-flash labeling on all existing panelboards, switchboards, distribution panel, etc. where breakers are added or work is performed in or on the electrical equipment. E. Arc Flash Labels shall be chemical resistant, UV resistant, water resistant, scratch resistant, and made of 3.0 mil vinyl tape as manufactured by DuraLabel, Brady or approved equal. The lettering shall be performed by thermal transfer print. 1. Arc Flash labels and label lettering shall be sized large enough to be legible at a distance outside the hazard area. 2. Arc Flash Labels shall be placed on the door(s) of the room if the hazard area reaches or extends beyond the electrical room door(s). 3. The arc flash label shall include a DANGER header when the incident energy is above 40cal/cm2, and a WARNING header for all other incident energy levels. F. To ensure a safe workplace, and that the labeling meets NEC, OSHA, IEEE, and NFPA requirements, use specialized arc flash software to calculate protection boundaries. These protection boundaries shall include the Flash Protection Boundary, Limited Approach Boundary, Restricted Approach Boundary. G. The arc-flash analysis shall be based on calculated fault from the Short Circuit Study at each respective bus. The arc-flash software program shall be used to calculate the available arcing fault at each bus in the system, the resultant flash protection boundary based on the applicable protective device operating times and the associated incident energy that workers may be exposed to at the specified working distances. H. The report shall include the following information: Arc-flash evaluation table, arc-flash and shock hazard label definitions, arc-flash evaluation information, arc-flash and shock hazard labels and definitions of terms used in the arc-flash hazard analysis. I. Arc Flash labels shall be similar to the following example: Item 17 Electrical Power System Studies 26 05 73.01-8 PRP17368 – Lower Pressure Plane Water Line END OF SECTION Item 17 Electrical Power System Studies 26 05 73.01-9 PRP17368 – Lower Pressure Plane Water Line Attachment A SUBMITTAL CHECKLIST [F&N Project No.] SPECIFICATION: PROJECT NUMBER 26 05 73.01 Electrical Power INSTRUCTIONS: 1. Prior to sending submittal fill out checklist and verify all of the following information is included and clearly identified by highlighting, circling or other method. The items below are the minimum required and the Engineer may require additional information. 2. Indicate any substitutions or deviations from the specification and provide additional information as required per Specification 01 33 00, “Submittal Procedures.” 3. Sign form prior to submittal and include with submittal. Submittals provided without “Submittal Checklist” will be returned without review. CHECK BOX IF ITEM HAS BEEN ADDRESSED: The studies shall use actual X/R and short circuit values obtained by the Contractor from the Electric Utility. Provide Short Circuit and Protective Device Coordination Study. Time current curves shall be on 11x17 log-log type paper. The CONTRACTOR can provide time current curves on 8 ½ x 11 log-log type paper as a supplement but not as a replacement. The sheet with the TCC’s shall include a sketch of the circuit the curve is associated with. Show the maximum fault value on the TCC and include the transformer and cable damage curves. Provide Arc Flash Hazard Analysis. Provide a color copy of project specific Arc Flash labels for each panelboard, switchboard, switchgear, disconnect, Motor Control Center, VFDs, starters, transfer switches, including all existing electrical equipment – switchgear, starters, motor control center, panelboards, starters, etc. Provide a copy of the one-line diagram color-coded to show the incident ranges & clothing classifications down to the 120V panel. The one-line shall be on 11x17 paper and shall be separated out across three (3)-11x17 sheets. Provide a table indicating the color coding used for each incident range & clothing classification. The one-line shall also include the information specified in section 2.03. The report and one-line shall include the cable tags and equipment labels indicated in the contract documents. The report shall include all data that was used in the report. This data shall include cable impedance, conduit type, source impedance, equipment ratings, motor X/R and subtransient reactance data, etc. Item 17 Electrical Power System Studies 26 05 73.01-10 PRP17368 – Lower Pressure Plane Water Line Provide a technical data sheet for the arc flash label being provided. A CD with all SKM input files and a PDF of all output files is required for both the preliminary and final power system studies submittals. Provide Two Software copies of actual power systems computer program project data files burned in on a CD. The CONTRACTOR shall provide an electronic copy on a CD-ROM of all files used to develop the electrical system model in the power system analysis program and all files for the written study analysis and summary data tables. For instance if SKM software is used for the power system studies, then the SKM files shall be burned in on a CD-ROM and provided to the OWNER/ENGINEER. This shall include any library files used for circuit breakers, fuses, etc. for the power system analysis. A Licensed Professional Engineer with proficiency in electrical power engineering shall conduct the studies and shall seal and sign the studies. The Professional ENGINEER shall be licensed to practice engineering in the State of Texas. A study submitted without a Professiona l ENGINEER’s seal will not be reviewed and returned Not Approved, Revise & Resubmit. CONTRACTOR NOTES/COMMENTS TO ENGINEER: STATEMENT: I have reviewed and certify that the submittal is complete and that the submittal is legible, accurate, and complete in a clear, easily understood manner. Signature: Date: END OF ATTACHMENT A Item 17 Lighting Control Devices 26 09 23 - 1 PRP17368 – Lower Pressure Plane Water Line 26 09 23 LIGHTING CONTROL DEVICES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install contactors. Electrical work shall be in accordance with Section 26 05 00, Common Work Results For Electrical. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 30 00, Submittals and shall include: 1. Project specific control schematic/diagram for lighting contactors. Submittals without a project specific control schematic/diagram will be rejected and not approved. Diagram shall be done in CAD. Handwritten diagrams are not acceptable. 2. Product Data Sheet 3. Bill of Material 1.03 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. STANDARDS: The applicable provisions of the following standards shall apply as if written here in their entirety: 1. ANSI/NEMA ICS 6 2. NEMA ICS 2 C. ACCEPTABLE MANUFACTURERS: Equipment shall comply with the specifications and shall be by the following manufacturers: 1. Lighting contractors: a. Allen-Bradley b. Cutler-Hammer c. General Electric d. Square D 2. Photocells: a. Grasslin Controls Corporation; a GE Industrial Systems Company. b. Lithonia Lighting; Acuity Lighting Group, Inc. c. Square D; Schneider Electric. Item 17 Lighting Control Devices 26 09 23 - 2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 OUTDOOR PHOTOELECTRIC SWITCHES A. Description: Solid state, with SPST dry contacts rated for 1800-VA tungsten, to operate connected relay, contactor coils, or microprocessor input; complying with UL 773A. 1. Light-Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn-on and turn-off levels within that range, and a directional lens in front of photocell to prevent fixed light sources from causing turn-off. 2. Time Delay: 15-second minimum, to prevent false operation. 3. Surge Protection: Metal-oxide varistor, complying with IEEE C62.41.1, IEEE C62.41.2, and IEEE 62.45 for Category A1 locations. 4. Mounting: Twist lock complying with IEEE C136.10, with base-and-stem mounting or stem-and-swivel mounting accessories as required to direct sensor to the north sky exposure. 2.02 LIGHTING CONTACTORS A. Description: Electrically operated and mechanically held, combination type with fusible switch, complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high-inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Contactor shall be the number of poles required, rated 30 amps at 480VAC. See plans for more information. Lighting contactors shall be Square D Class 8903 Type L, or approved equal. 480V contactors shall have a 30A, 2 pole circuit breaker rated for 65,000 AIC. Where shown on the plans, the lights shall be fed from this circuit breaker through the contactor. Lighting contactors shall be mounted in a NEMA 1, 12 gauge steel enclosure suitable for indoor installation. See control schematics in plans for more details. Coil operating voltage shall be as indicated on plans. 3. Indicating Lights, Switches, and Pushbuttons: Heavy duty and oil tight (30 mm); Square D Class 9001 or approved equal. Pilot lights shall be push to test (LED type) and shall be Square D SK or approved equal. 4. Provide a print pocket pouch with the control schematic drawings on the inside of the Lighting Contactor door. The control schematic drawings shall be the final version of the drawings and shall include any field revisions made during start-up. 3.00 EXECUTION 3.01 SENSOR INSTALLATION A. Install and aim sensors in locations to achieve not less than 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions. B. Furnish and install photocells where indicated on the plans. Cells shall face a northerly direction. Item 17 Lighting Control Devices 26 09 23 - 3 PRP17368 – Lower Pressure Plane Water Line 3.02 CONTACTOR INSTALLATION A. Mount electrically held lighting contactors with elastomeric isolator pads, to eliminate structure-borne vibration, unless contactors are installed in an enclosure with factory installed vibration isolators. 3.03 IDENTIFICATION A. Identify components and power and control wiring according with Section 26 05 53, Identification for Electrical Systems. 1. Identify controlled circuits in lighting contactors. 2. Identify circuits or luminaries controlled by photoelectric and occupancy sensors at each sensor. 3. Externally visible, permanent nameplates shall be provided to identify each switch, indicating light, etc. Equipment and terminal blocks shall be suitably identified. This shall include items on the back side of doors and panel mounted items. Nameplates shall be black with white lettering and attached with stainless steel screws. B. Label contactors with a unique designation. 3.04 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. After installing time switches and sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device, and adjust time delays. B. Lighting control devices that fail tests and inspections are defective work. 3.05 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. END OF SECTION Item 17 Lighting and Branch Panelboards 26 24 16.02-1 PRP17368 – Lower Pressure Plane Water Line 26 24 16.02 LIGHTING AND BRANCH PANELBOARDS 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install lighting and branch panelboards. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Panelboards shall comply with the specifications and shall be by the following Manufacturers: 1. Eaton 2. General Electric 3. Square D 4. No Approved Equal 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: A. Shop Drawings: 1. Bill of Material 2. Front Elevation with dimensions 3. Assembly ratings including short circuit ratings, continuous current and voltage 4. Cable terminal sizes 5. Cut sheet on circuit breakers and surge protective devices 1.04 STANDARDS Circuit breakers, molded case, and branch circuit shall be in accordance with the applicable provisions of the following standards as if written here in their entirety: A. Fed. Spec. W-C-375 B. NEMA AB1 Molded Case Circuit Breakers and their application. C. NEMA PB1 Panelboards 1.05 DELIVERY AND STORAGE Equipment shall be handled and stored in accordance with the manufacturer’s instructions. Equipment shall be protected from damage. Item 17 Lighting and Branch Panelboards 26 24 16.02-2 PRP17368 – Lower Pressure Plane Water Line 1.06 WARRANTY The manufacturer shall warrant the equipment to be free from defects. 1.07 QUALITY ASSURANCE A. Manufacturer shall be ISO 9001 2000 or later certified. B. Manufacturer shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 2.00 PRODUCTS 2.01 PANELBOARDS A. Panelboards shall consist of a box, front, interior and circuit protective devices and shall be manufactured in accordance with NEMA PB1 and bearing the applicable U.L. labels. B. Panelboards shall be four wire, three phase as scheduled or required. Panelboards shall be NEMA 4X 304L Stainless Steel for all locations and suitable for surface mounting. C. Panelboards shall contain sequence style busing and full capacity neutral, composed of an assembly of bolt-on, molded case, automatic breakers with thermal and an instantaneous, magnetic trip in each pole and a trip-free position separate from either the "On" and the "Off" positions. Two (2) and three (3) pole circuit breakers shall simultaneously open all poles. Circuit breakers, molded case and branch circuits shall be in accordance with Fed. Spec. W-C-375. D. The voltage rating, phase, number of wires and ampere rating shall be as indicated and scheduled on the plans. E. The panelboard box shall be fabricated of code gauge, galvanized sheet steel in accordance with U.L. standards and have turned edges around the front for rigidity and frontal clamping. Provide standard knockouts on the panel enclosures. F. The panelboard front shall be fabricated of sheet steel and finished with a baked on gray enamel over a rust inhibitor. Each front shall have a door mounted on semi-concealed hinges with a cylinder lock, an index card and a card holder. Panelboard locks shall be master keyed, with two (2) keys furnished for each panel board. Index cards shall be properly typewritten. G. The interior of the panelboard shall consist of a factory-assembled, rigid frame supporting the rectangular bus, the mains and the neutral bar. H. All busings shall be tin-plated copper and arranged for sequential phasing throughout. The bus bar shall be sized so that the temperature rise is limited in accordance with NEMA standards. The insulated neutral bar shall be located at the opposite end of the structure from the mains. Item 17 Lighting and Branch Panelboards 26 24 16.02-3 PRP17368 – Lower Pressure Plane Water Line I. Panelboards shall have either solderless lugs or a main circuit protective device as scheduled. Each enclosure shall have grounding lugs and uninsulated equipment grounding terminals. 2.02 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers. B. Circuit breakers shall be molded case, bolt in type. 10,000 AIC Fully Rated. Series rating of breakers is not acceptable. C. Single pole circuit breakers serving fluorescent lighting loads shall have the SWD marking. Circuit breakers serving air conditioning branch loads shall be U.L. listed as type HACR. D. Each circuit breaker used in the panelboards shall have an interrupting capacity of not less than the RMS symmetrical rating indicated on the plans for that panelboard. E. Circuit breakers shall be manufactured by the panelboard manufacturer. F. The panelboard and circuit breaker interrupting capacities and rating shall be equal to or greater than the fault currents available to each panelboard. Series rating of breakers shall not be permitted. G. Circuit breakers installed in existing equipment shall match make and manufacturer of existing equipment where being installed. 2.03 SURGE PROTECTION DEVICES A. For Panelboards 1. Surge Protection Device Description: IEEE C62.41-compliant, externally mounted, wired-in, solid-state, parallel-connected, modular (with field-replaceable modules) type, with sine-wave tracking suppression and filtering modules, UL 1449, third edition Type 2, short-circuit current rating matching or exceeding the panelboard short-circuit rating, and with the following features and accessories: a. Fuses, rated at 200-kA interrupting capacity. b. Fabrication using bolted compression lugs for internal wiring. c. Redundant suppression circuits. d. Redundant replaceable modules. e. Arrangement with wire connections to phase buses, neutral bus, and ground bus. f. LED indicator lights for power and protection status. g. Audible alarm, with silencing switch, to indicate when protection has failed. h. Four-digit, transient-event counter set to totalize transient surges. i. Four-digit, transient-event counter set to totalize transient surges. j. Integral disconnect. Item 17 Lighting and Branch Panelboards 26 24 16.02-4 PRP17368 – Lower Pressure Plane Water Line k. Form-C contacts rated at 5 A and 120-V ac, one normally open and one normally closed, for remote monitoring of system operation. Contacts shall reverse position on failure of any surge diversion module or on opening of any current-limiting device. Coordinate with building power monitoring and control system. B. Peak Single-Impulse Surge Current Rating: 200kA per mode. C. Withstand Capabilities: 12,000 IEEE C62.41, Category C3 (10 kA), 8-by-20-mic.sec. Surges with less than 5 percent change in clamping voltage. D. Protection modes and UL 1449 3rd edition VPR for 240V, single-phase, three-wire circuits shall be as follows: 1. Line to Line: 1200 V for 240V. 2. Line to Ground: 1200 V for 240V. 3.00 EXECUTION 3.01 INSTALLATION A. Install the panelboard in accordance with applicable codes at each location indicated on the plans. Provide filler plates for unused spaces in the panelboard. All labeling shall be in accordance to Section 26 05 00, “Common Work Results for Electrical”. END OF SECTION Item 17 Wiring Devices 26 27 26-1 PRP17368 – Lower Pressure Plane Water Line 26 27 26 WIRING DEVICES 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to install wiring devices. Electrical work shall be in accordance with Section 26 05 00, “Common Work Results for Electrical”. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Source Limitations: Obtain each type of wiring device and associated wall plate through one source from a single manufacturer. Insofar as they are available, obtain all wiring devices and associated wall plates from a single manufacturer and one source. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with NFPA 70. D. Products shall comply with the specifications and shall be by the following Manufacturers: 1. Hubbell 2. Leviton 3. Pass & Seymour 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: A. Shop Drawings for Wiring Devices: Cut sheets of all devices indicating model being provided, NEMA configuration, rating, color, etc. 1.04 STANDARDS The applicable provisions of the following standard shall apply as if written here in its entirety: NEMA WD-1 General Color Requirements for Wiring Devices NEMA WD-6 Wiring Devices – Dimensional Requirements UL 943 Ground-Fault Circuit-Interrupters NFPA 70 National Electrical Code Item 17 Wiring Devices 26 27 26-2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. WALL SWITCHES: For general use, totally enclosed industrial type, specification grade, rated for 120/277 VAC and 20 amps. Approved wire connection to switches shall consist of inserting wire into back wiring hole and tightening terminal screw until wire is tightly griped by clamping mechanism inside switch body. Side wiring shall not be allowed. Switches installed in hazardous areas shall be explosion proof type in accordance with the NEC. B. MOTOR RATED SWITCHES: HP rated switches approved for motor control or disconnect service when controlling or disconnecting motor loads in excess of 1/4 HP; 20 amp switches for loads exceeding 10 amps. C. WEATHERPROOF SWITCHES: Fitted with a single switch as specified, and weatherproof cover with spring door cover; gray in color for all areas. D. RECEPTACLES: For general use shall be U.L. approved, hospital grade heavy duty duplex grounding type 20 ampere 125 volt heavy duty phosphor bronze contacts. Terminal screws shall be large head, deep slotted #8-32 brass, backed out, color coded for polarity identification, and shall accept up to 10 AWG wire. Side wiring shall not be allowed. 1. GROUND FAULT CIRCUIT INTERRUPTING, INDOOR: GFCI receptacle shall include visible indication of ground fault condition. Feed-through feature shall not be used. Install GFCI device at each location indicated. GFCI circuit breaker shall not be permitted. 2. ISOLATED-GROUND RECEPTACLES: Isolated-ground receptacles shall be listed and labeled as isolated-ground type. Receptacle body shall be orange in color. Isolation- ground shall be integral to the receptacle construction and not dependent on removable parts. 3. WEATHER RESISTANT RECEPTACLES: Weather resistant receptacles shall be listed as weather resistant type in accordance with the National Electrical Code. 4. WEATHERPROOF RECEPTACLES: a. Weatherproof receptacles shall be hospital grade, 20 ampere, 125 volt and shall be listed as weather resistant type in accordance with the National Electrical Code and shall include a weatherproof device cover. 1) Weatherproof Duplex Receptacle: Provide GFCI duplex receptacle with weatherproof cover. 2) Weatherproof Single Receptacle: Provide a cast box fitted with a single receptacle and threaded cap with a weatherproof cover. b. Weatherproof device covers shall be heavy duty and have a NEMA 3R rating while receptacle is in use with die cast aluminum construction as manufactured by Thomas & Betts Model No. CKMUV or approved equal. Item 17 Wiring Devices 26 27 26-3 PRP17368 – Lower Pressure Plane Water Line E. SWITCH AND RECEPTACLE COVER PLATES: The cover plate color shall be 302/304 stainless steel for all areas, unless otherwise indicated or required by the NEC. Screw heads shall have color to match plate. Provide telephone cover plates which are the same as above, except with a single bushed pole for the telephone cable. 1. Mark power/receptacle outlets with voltage, phase, panel name and circuit number. 2. Identify all wall switches, disconnect switches, etc. with nametags, circuit served and panel origin, nametags shall be approved by the ENGINEER/OWNER’S REPRESENTATIVE. Receptacle and light switch cover plates shall be Pass & Seymour, or approved equal, custom laser engraved plates. 3. Identify all push-button stations with their function and equipment served. 3.00 EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including the mounting heights listed in that standard, unless otherwise noted. B. Coordination with Other Trades: 1. Take steps to insure that devices and their boxes are protected. Do not place wall finish materials over device boxes and do not cut holes for boxes with routers that are guided by riding against outside of the boxes. 2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement, concrete, dust, paint, and other material that may contaminate the raceway system, conductors, and cables. 3. Install device boxes in brick or block walls so that the cover plate does not cross a joint unless the joint is troweled flush with the face of the wall. 4. Install wiring devices after all wall preparation, including painting, is complete. C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. Item 17 Wiring Devices 26 27 26-4 PRP17368 – Lower Pressure Plane Water Line D. Install receptacles and switches only in electrical boxes which are clean, free from excess building materials, dirt and debris. E. Install switches, wall-mounted duplex receptacles and telephone outlets at the heights specified in Section 26 05 33.03, “Outlet Boxes”, unless indicated otherwise on the plans. F. Switches installed at one (1) location shall be ganged together under one (1) cover plate. 3.02 FIELD QUALITY CONTROL A. Test wiring devices to insure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 108 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION Item 17 Disconnects 26 28 19-1 PRP17368 – Lower Pressure Plane Water Line 26 28 19 DISCONNECTS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install disconnects as specified herein and as shown on the contract drawings. Electrical work shall be in accordance with Section 26 05 00, COMMON WORK RESULTS FOR ELECTRICAL. 1.02 QUALITY ASSURANCE - ACCEPTABLE MANUFACTURERS A. Disconnects shall comply with the specifications and shall be by the following Manufacturers: 1. General Electric 2. Eaton-Cutler Hammer 3. Square D 4. All others shall submit qualifications to the Owner and the Engineer for review and approval prior to bid submittal no later than one week after bid advertisement date. Any submittals after this time period shall not be evaluated. Qualifications shall include equipment manufacturer who have had at least 10 years of successful experience in providing equipment for similar projects with a generator and pump station configurations. Qualifications shall include a list of similar projects within the last 5 years with the name of the project and contact information of the Owner. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. D. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300, “Submittal Procedures” and shall include: 1. Disconnects including: a. Dimensioned outline drawing b. Conduit entry/exit locations c. Switch ratings including: 1) Short-circuit rating Item 17 Disconnects 26 28 19-2 PRP17368 – Lower Pressure Plane Water Line 2) Voltage 3) Continuous current d. Fuse ratings and type e. Cable terminal sizes f. Product data sheets 1.04 STANDARDS A. The switches and all components shall be designed, manufactured and tested in accordance with the latest applicable standards. The applicable provisions shall apply as if written here in their entirety: 1. NEMA KS-1 2. UL 98 3. ANSI/UL - 198E 4. NEMA RS1 5. Fed. Spec. FS-WS-865 1.05 DELIVERY, STORAGE AND HANDLING A. Equipment shall be handled and stored in accordance with manufacturer’s instructions. One (1) copy of these instructions shall be included with the equipment at time of shipment. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. ENCLOSURES: NEMA 4X 316 stainless steel for all other locations, unless noted otherwise on plans. Furnish enclosures with interlocking covers with maintenance defeat feature and external front-operated flange-mounted switch levers. Disconnects shall have provisions for the use of three (3) safety padlocks in the "Off" position. Furnish horsepower rated switches for motor circuits. The fuse interrupting rating shall be 200,000 rms amperes. B. HEAVY-DUTY SAFETY SWITCHES: Class "R" or non-fusible; of the required ampere rating, or as indicated on the plans; heavy duty, quick-make, quick-break, 3-phase, 3-pole switches, unless otherwise indicated on plans. Provide mechanical lugs for suitable for copper conductors. 1. Construction a. Switch blades and jaws shall be visible and plated copper b. Switches shall have a red handle that is easily pad-lockable with three 3/8-inch shank locks in the OFF position c. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position (except for double-throw switches). Defeater mechanism shall be front accessible d. Switches shall have deionizing arc chutes Item 17 Disconnects 26 28 19-3 PRP17368 – Lower Pressure Plane Water Line e. Switch assembly and operating handle shall be an integral part of the enclosure base. f. Switches rated 30 A to 600 A shall have reinforced fuse clips g. Switch blades shall be readily visible in the “ON” and “OFF” position h. Switch operating mechanism shall be non-teasable, positive quick-make/quick-break type. Bail type mechanisms are not acceptable i. Fusible switches shall be suitable for service entrance equipment (except for 4-pole switches and 1200 A when used on 480Y/277 or 600Y/347 grounded WYE systems) j. Switches shall have line terminal shields (except for non-fusible double throw switches) k. Switches shall be suitable for systems capable of 200 kA at 480 V with Class J, L, R, or T fusing as applicable for single-throw switches; 100 kA at 600 V for double-throw switches l. Embossed or engraved ON-OFF indication shall be provided m. Double-make, double-break switch blade feature shall be provided n. Fuse pullers shall be provided on all NEMA 4X and 12 switches through 200 A o. Renewal parts data shall be shown on the inside of the door 3.00 EXECUTION 3.01 INSTALLATION A. Install disconnect switches as required by the National Electrical Code. Install fuses in fusible disconnect switches. B. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated. C. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components. D. Install fuses in fusible devices. 3.02 IDENTIFICATION A. Comply with requirements in Specification 16010 General Electrical Requirements. B. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs. C. Label each enclosure with engraved metal or laminated-plastic nameplate. 3.03 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified NETA Certified testing agency to perform tests and inspections. B. Acceptance Testing Preparation: Item 17 Disconnects 26 28 19-4 PRP17368 – Lower Pressure Plane Water Line 1. Test insulation resistance for each enclosed switch and circuit breaker, component, connecting supply, feeder, and control circuit. 2. Test continuity of each circuit. C. Tests and Inspections: 1. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest. 3. Perform the following infrared scan tests and inspections and prepare reports: a. Initial Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each enclosed switch and circuit breaker. Remove front panels so joints and connections are accessible to portable scanner. b. Instruments and Equipment: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device. 4. Test and adjust controls, remote monitoring, and safeties. Replace damaged and malfunctioning controls and equipment. D. Enclosed switches and circuit breakers shall be considered defective if they do not pass tests and inspections. E. Prepare test and inspection reports, including a certified report that identifies enclosed switches and circuit breakers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action. 3.04 ADJUSTING A. Adjust moving parts and operable components to function smoothly, and lubricate as recommended by manufacturer. END OF SECTION Item 17 Lightning Protection for Structures 26 41 13-1 PRP17368 – Lower Pressure Plane Water Line 26 41 13 LIGHTNING PROTECTION FOR STRUCTURES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, design, materials, equipment and incidentals necessary to install a complete lightning protection system for the antenna tower in accordance with UL 96A, NFPA 780. Lightning protection system shall be tied to the site’s grounding system. 1.02 QUALITY ASSURANCE A. The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection systems and shall be the manufacturer's latest approved design. Listing of the manufacturer in the lightning protection section of the current edition of Underwriters' Laboratories, Inc., Electrical Construction Materials List will be accepted as compliance with this requirement. B. All materials shall be copper and bronze and of the size, weight and construction to suit the application where used in accordance with UL, NFPA, NEC code requirements for this type structure and as per manufacturer's recommendations. Class I sized components may be utilized on roof levels 75 feet and below in height. Class II sized components are required for roof levels over 75 feet in height. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, SUBMITTAL PROCEDURES, and shall include: 1. Shop Drawings a. Specifications b. Catalog Sheets for All Products Provided c. Shop drawings showing type, size and location of all equipment, grounds, cable routings, details, etc. 2. Continuity Test Report 3. Copy of U.L. Master Label for the Facility 1.04 STANDARDS AND REFERENCES A. Refer to Section 26 05 00, “Common Work Results for Electrical”, for all standards which apply to this section. NFPA 780 Standard for the Installation of Lightning Protection Systems UL 96A Standard for Installation Requirements for Lightning Protection Systems LPI 175 Lightning Protection Institute Standard of Practice Item 17 Lightning Protection for Structures 26 41 13-2 PRP17368 – Lower Pressure Plane Water Line 2.00 PRODUCTS 2.01 MATERIALS A. Materials used in connection with the installation of the lightning protection systems shall be approved for lightning protection systems by the Underwriters' Laboratories, Inc. No combination of materials shall be used that form an electrolytic couple of such a nature that corrosion is accelerated in the presence of moisture unless moisture is permanently excluded from the junction of such metals. When unusual conditions exist which would cause deterioration or corrosion of conductors, conductors with suitable protective coatings or oversize conductors shall be used. If a mechanical hazard is involved, the conductor size shall be increased to compensate therefore, or suitable protection shall be provided. The conductors may be protected by covering them with molding or tubing preferably made of wood or nonmagnetic material. If metal tubing is used, the conductor shall be electrically connected to it at its upper and lower ends. B. All equipment used shall be new and of a design and construction to suit the application in accordance with UL 96A requirements and shall be so marked. 2.02 MANUFACTURED PRODUCTS A. CONDUCTORS - Copper conductors manufactured of copper grade ordinarily required for commercial electrical work generally designated as being 98 percent conductive when annealed. Down conductors of copper cable for installations other than towers shall weigh not less than 187.5 pounds per thousand feet and the size of any wire of this cable shall not be less than No. 17 AWG (0.045 inch). Down conductors shall be tinned. The thickness of any copper ribbon or strip shall be not less than No. 16 AWG (0.051 inch). B. AIR TERMINALS - Air terminals shall be tapered to a blunt point. The rod shall be of solid copper, 1/2 inch in diameter. Air terminals and support shall be designed over 24 inches to handle a 75 pound per square foot wind load. All air terminals shall be supported by a suitable brace, with guide(s) not less than one-half the height of the air terminal. Air terminals shall be located in accordance with the requirements of NFPA 780 and UL 96A. Air terminals shall extend at least ten inches above the object or area they are intended to protect. Air terminals shall be placed around the perimeter of flat or gently sloping roofs at intervals not exceeding 20 feet. C. FASTENERS - Fasteners shall be of the same material as the conductor base material or bracket being fastened, or other equally corrosion resistant material. Galvanized or plated materials shall not be used. D. FITTINGS - Fittings/bonding devices, cable splicers, and miscellaneous connectors shall be suitable for use with the installed conductor and shall be copper, bronze or aluminum with bolt pressure connections to the cable. Cast or stamped crimp type fittings shall not be used. Item 17 Lightning Protection for Structures 26 41 13-3 PRP17368 – Lower Pressure Plane Water Line E. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. 3.00 EXECUTION 3.01 INSTALLATION A. The shop drawings shall indicate the extent and general arrangement of the lightning protection system. If any departures from the shop drawings are deemed necessary by the Contractor, details of such departures and the reasons therefore shall be submitted to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Lightning protection systems for all applications shall conform to National Fire Protection Association Code No. 780 and the NEC, whichever is more stringent. B. Installation shall be performed by a certified master installer. Installer shall provide an Underwriters' Laboratories Master Label for the facilities. C. Air terminals shall be provided on the highest projections and at intervals not exceeding 20 feet along the perimeter top surface. Air terminals shall extend at least 10 inches above the object or area that they are intended to protect. Air terminals shall be connected to the lightning protection system when specifically authorized by the Engineer. D. Roof and down conductors shall be stranded and shall meet the requirements given in NFPA 780. Roof and down conductors shall maintain a horizontal or downward course. No bend in a roof or down conductor shall form an included angle of less than 90 degrees, nor shall it have a bend radius of less than eight inches. Conductors shall be routed external to buildings and six feet or more from power or signal conductors. Down conductors shall be routed outside of any structure and shall not penetrate or invade that structure. All down conductors except one may be provided with a screw type connector as described in UL 96 where lightning protection system testing may be required. Down connectors shall be supported from and secured to the building exterior using one hole straps of copper or bronze at maximum intervals of three feet. E. Guards shall be provided for down conductors located in or next to driveways, walkways or other areas where they may be displaced or damaged. Guards shall extend at least six feet above and one foot below grade level. Guards shall be metal pipe. Metal guards shall be bonded to the down conductor at both ends. Bonding jumpers shall be of the same size as the down conductor. Crimp type fittings shall not be used. Item 17 Lightning Protection for Structures 26 41 13-4 PRP17368 – Lower Pressure Plane Water Line F. Metallic bodies, on or below roof level, that are subject to induced charges from lightning include exhaust fans, radio towers, HVAC units, ladders, railings, antennas, roof drains, plumbing, vents, metal coping, metal flashing, gutters, downspouts, small metal wall vents, door and window frames, metal balcony railings, and in general any isolated metallic body within six feet of an exposed lightning protection system element. When these metallic bodies have a metal thickness of 3/16 inch or greater, they shall be bonded to the nearest main lightning protection system conductor with UL approved fittings and conductors meeting the requirements of NFPA 780. These bonding fittings shall provide surfaces of not less than three square inches. Provisions shall be made to prevent corrosive effects introduced by galvanic action of dissimilar metals at bonding points. If the metal parts of these units are less than 3/16 inch thick, additional approved air terminals, conductors and fittings, providing a two way path to ground from the air terminals shall be installed. G. If metallic, the mast of roof mounted antennas and obstruction lightning shall be bonded to the nearest roof or down conductor using UL approved fittings and conductors. The bonding jumpers shall be of the same size and material as the roof or down conductor to which they are connected. Provide as a minimum a path to ground at each corner of the building. H. Aluminum material may be used where the installation of dissimilar metals creates problems. The Contractor shall field verify all materials involved in the total installation and shall install system in accordance with all applicable NFPA and U.L. codes and standards. I. The lightning protection system for the ground storage tank shall consist of installing air terminals at 20 foot intervals along the perimeter top surface of the tank and anywhere else on the top of the tank that is required by UL, NFPA and LPl. Air terminals shall extend at least 10 inches above the tank. Air terminals shall be connected together with a cable ring conductor. “Down” conductors shall extend from the cable ring conductor down the side of the tank to the earth connecting to the ground rods or ground electrode plates. 3.02 FIELD QUALITY CONTROL A. The lightning protection system will be inspected by the Engineer to determine conformance with the requirements of this specification. No part of the system shall be concealed until so authorized by the Engineer. B. The Contractor shall establish and maintain quality control for the “Lightning Protection System” installation to assure compliance with contract requirements, and shall maintain records of his quality control for all construction operations. A copy of these records and Contractor tests, as well as records of corrective action taken, shall be furnished to Owner’s Representative, as directed by the Engineer. C. Contractor shall obtain an Underwriters' Laboratories Master Label for the facility. 1. Upon completion, an application shall be made to the Underwriters Laboratories, Inc. for inspection and certification. 2. Cost for UL inspection and associated costs to obtain the UL Master Label shall be paid for by the Contractor. Item 17 Lightning Protection for Structures 26 41 13-5 PRP17368 – Lower Pressure Plane Water Line D. Testing of Continuity of all Conductors - A copy of these records and tests, as well as the records of corrective action taken, shall be furnished to Owner’s Representative, as directed by the Engineer. END OF SECTION Item 17 Passive Cathodic Protection for Underground and Submerged Piping 26 42 13 - 1 PRP17368 – Lower Pressure Plane Water Line 26 42 13 PASSIVE CATHODIC PROTECTION FOR UNDERGROUND AND SUBMERGED PIPING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install corrosion protection and monitoring system as shown on the Drawings including electrical isolation, continuity bonding (where indicated), test stations, cathodic protection devices and all electrical connections and wiring required for a complete and workable system. B. The Contractor shall provide insulated connections using dielectric insulated gaskets, sleeves, and washers if a connection is made to any pipe of dissimilar material. C. Bar-wrapped concrete cylinder pipe and polyurethane coated steel pipe are to have bonded joints. D. Polyurethane coated steel pipe shall have 48-pound magnesium anode installed on every third fifth pipe joint or on intervals not exceeding 150 250 feet. E. The following shall be installed at each air valve and blowoff valve: 1. Test station. 2. Insulated gaskets. 3. Nine-pound magnesium anode. F. All metal surfaces, flanges, outlets, connections, etc., are to be coated as indicated on the Drawings. 1.02 QUALITY ASSURANCE A. All equipment and materials shall be new and of the highest quality. B. All Work shall be accomplished by qualified, experienced personnel working under continuous, competent supervision. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: Contractor shall submit drawings and catalog data for flanged gaskets, insulating sleeves and washers, anodes, test stations, etc. 2. Record Drawings: Record drawings for the system shall be maintained by the Contractor during installation and construction. Exact locations of all test boxes, insulated pipe flange kits, anodes, and buried wires shall be indicated on the record drawings. All items of equipment and material shall be properly identified on the record drawings. 3. Certified Test Reports: Certified Test Reports shall be submitted for all corrosion protection and monitoring devices installed on the Project. 2 Item 17 Passive Cathodic Protection for Underground and Submerged Piping 26 42 13 - 2 PRP17368 – Lower Pressure Plane Water Line 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI). 2. Institute of Electrical and Electronic Engineers (IEEE). 3. National Electrical Manufacturers Association (NEMA). 4. Underwriter’s Laboratory (UL). 2.00 ELECTRICAL ISOLATION 2.01 INSULATING FLANGES A. Complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. B. Gasket materials shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. C. Gaskets: Full-face Type E with O ring seal. D. Insulating Sleeves: Full-length Mylar or fiberglass reinforced epoxy (NEMA G 10 grade). E. Insulating Washers: Fiberglass reinforced epoxy (NEMA G 10 grade). F. Steel Washers: Plated, hot-rolled steel, 1/8 inch thick. G. Manufacturers: 1. Pacific Seal, Inc., Burbank, CA. 2. Central Plastics Co., Shawnee, OK. 2.02 INSULATING FLANGE RESISTANCE A. After installation, the Contractor shall measure the electrical resistance across the flange with an ohmmeter. The minimum acceptable resistance shall be 50,000 ohms. The pipe shall be empty at the time of test. This test shall be made with at least one side of the flanged joint ungrounded, or if both sides of the flange joint are grounded, a test voltage of 20 millivolts shall be used. 2.03 BYPASSING INSULATING FLANGES A. Care shall be exercised to avoid bypassing (shorting) the insulating flanges with small diameter piping, instrumentation lines, miscellaneous cable, wire rope, or other metallic objects and electrical “grounds”. Where such metallic piping or conduits are required, they shall be electrically insulated by use of nonmetallic conduits or with approved insulating flanges or bushings. In no case shall an electrical jumper be used across the insulating flange or joint. 2.04 FOREIGN LINES Item 17 Passive Cathodic Protection for Underground and Submerged Piping 26 42 13 - 3 PRP17368 – Lower Pressure Plane Water Line A. The Contractor shall maintain electrical isolation along the right-of-way between the carrier pipe and all foreign metallic structures including but not limited to metallic pipelines, cables, and conduits. 2.05 STEEL CASED CROSSINGS A. Electrical isolation shall be maintained between carrier pipe and steel casing pipe for all cased crossings. The Contractor shall inform the Owner’s representative upon completion of each cased crossing. Testing to verify electrical isolation will be performed and paid for by the Contractor. If the test shows a “shorted” condition, the Contractor shall, at his expense, clear the “short”. The Contractor shall pay for any retesting of “shorted” casings required. 3.00 MONITORING 3.01 TEST STATIONS A. Contractor shall provide test stations as shown on the Drawings. 3.02 TEST STATION TERMINAL BOARD A. Monitoring station terminal boards shall be provided at each test station as shown on the Drawings. Each terminal board shall be designed for a specific monitoring function. B. Terminal boards for terminating test leads for test stations shall be made of high dielectric strength polycarbonate resin, such as Lexan. All terminal hardware shall be nickel or cadmium plated. The terminal boards shall be as manufactured by Cott Manufacturing Company of Gardena, California, or approved equal. C. The terminal board shall be identified by permanent marking equivalent to Dymo tape writer. Permanent marking labels shall state type of test station, size of carrier pipe, and survey station. D. When test station is connecting to foreign lines, labels shall state foreign pipeline size, product, and Owner. 4.00 ELECTRICAL CONTINUITY BONDS A. All rubber-gasketed pipe joints, except field welded and insulating joints, shall be continuity bonded. Three steel bonding clips shall be used per joint as shown on the Drawings. B. The bonded joints shall be inspected and approved by the Owner’s representative before coating of the bond area. The bonds shall be covered completely with a proper coating material as shown in the on the Drawings. 5.00 WIRE AND CABLE FOR TEST STATIONS 5.01 WIRE CONSTRUCTION A. All wire and cables shall be single conductor copper, stranded or welding cable for sizes No. 6 and larger, and solid or stranded for sizes No. 8 and smaller. Item 17 Passive Cathodic Protection for Underground and Submerged Piping 26 42 13 - 4 PRP17368 – Lower Pressure Plane Water Line 5.02 WIRE INSULATION A. All wire and cables shall be insulated with 600-volt class insulation with moisture and rot resistant characteristics equivalent to polyvinyl chloride or polyethylene. All wire and cables shall be suitable for direct burial. 5.03 WIRE SPLICING A. Wires and cables shall not be spliced. 5.04 WIRE AND CABLE TO CARRIER PIPE CONNECTION A. Cable to carrier pipe connections shall be installed in the manner and at locations shown on the Drawings. The cable shall be clean and dry. Any mechanically deformed or out-of-round cable shall be repaired by cutting off the defective end. The carrier pipe surface shall be cleaned to white metal by blasting, grinding, or filing prior to welding the copper conductor and shall be dry at the time of welding. Notification shall be given to the Owner’s representative so that the Owner’s representative may witness the welding. The copper wire shall be welded to the carrier pipe by the thermite welding process unless otherwise noted. Only sufficient insulation shall be removed from the conductor to allow placement in the welding mold. In thermite welding, the cartridge size shall be kept to the minimum size required to complete the weld. After the weld is cooled, all slag shall be removed and the weld shall be tested with a sharp blow from a 2-pound hammer to ensure proper weld. All defective welds shall be removed and replaced at no cost to the Owner. 5.05 WIRE AND CABLE INSULATION WITH A FLEXIBLE DIELECTRIC A. A bitumastic coating, or approved equal, shall be applied over the thermite weld and extend up 1 inch on the insulation of the AWG cables. All exposed copper wire or cables for direct burial shall be fully insulated with a flexible dielectric material. 5.06 WIRE AND CABLE MECHANICAL BARRIER A. Flexible dielectric wire and cable insulation shall be covered with a suitable mechanical barrier covering. Cables and wires shall be circumferentially wrapped with 2 layers, 50 percent overlap each, of 3M Scotch 33 electrical tape or equal. The mechanical barrier covering shall extend up on the cable 1 inch beyond the 3M Scotch putty. Carrier aqueduct shall be repaired with equal coating over the 3M Scotch putty. 6.00 ANODES A. Anodes shall be prepackaged, high potential magnesium anodes of sizes shown on the Drawings and shall be buried at the depths shown in approved conductive backfill material as recommended by the manufacturer. 7.00 INSPECTION AND TESTING A. After the pipe has been laid and backfilled, the Contractor shall conduct an inspection of the corrosion monitoring system, including the proper installation of anodes, insulating flanges, electrical isolation, electrical continuity of the carrier pipe and test stations. If any Item 17 Passive Cathodic Protection for Underground and Submerged Piping 26 42 13 - 5 PRP17368 – Lower Pressure Plane Water Line deficiencies of the corrosion protection and monitoring system are noted, the Contractor, at his sole expense, shall locate deficiencies and make the necessary corrections. The system shall be retested at no additional expense to the Owner. END OF SECTION Item 17 DIVISION 31 EARTHWORK Item 17 Soils for Earthwork 31 05 13 - 1 PRP17368 – Lower Pressure Plane Water Line 31 05 13 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. END OF SECTION Item 17 Clearing and Grubbing 31 11 00 - 1 PRP17368 – Lower Pressure Plane Water Line 31 11 00 CLEARING AND GRUBBING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to perform operations in connection with clearing, grubbing, and disposal of cleared and grubbed materials. 1.02 QUALITY ASSURANCE; DEFINITIONS A. Clearing: Clearing is defined as the removal of trees, shrubs, bushes, and other organic matter at or above original ground level. B. Grubbing: Grubbing is defined as the removal of stumps, roots, boards, logs, and other organic matter found at or below ground level. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 PREPARATION A. Mark areas to be cleared and grubbed prior to commencing clearing operations. The Owner’s Representative shall approve clearing and grubbing limits prior to commencement of clearing operations. B. Trees and shrubs outside of the clearing limits, which are within 10 feet of the clearing limits, shall be clearly marked to avoid damage during clearing and grubbing operations. C. Remove trees and brush outside the clearing limits, but within the immediate vicinity of the work, upon receipt of approval by the Owner’s Representative, when the trees or brush interfere with the progress of construction operations. D. Clearly mark trees and shrubs within the clearing limits, which are to remain, and protect the trees and shrubs from damage during the clearing and grubbing operations. E. The clearing limits shall not extend beyond the project limits. F. Establish the clearing limits as follows: 1. Embankments plus 10 feet beyond the toe of the embankment. 2. Excavations plus 5 feet beyond the top of the excavation. 3. Concrete structures plus 10 feet beyond the edge of the footing. 4. Roadways, runways, taxiways, and parking areas plus 5 feet beyond the edge of pavement or R.O.W. limits. 5. Retaining walls plus 10 feet beyond the edge of the footing. 6. Railroads plus 10 feet beyond the edge of the subgrade. 7. Underground utility trench top width plus 8 feet. G. Establish the grubbing limits as follows: Item 17 Clearing and Grubbing 31 11 00 - 2 PRP17368 – Lower Pressure Plane Water Line 1. Embankments plus 2 feet beyond the toe of the embankment. 2. Concrete structures plus 2 feet beyond the edge of the footing. 3. Roadways, runways, taxiways, and parking areas plus 1 foot beyond the edge of pavement. 4. Retaining walls plus 2 feet beyond the edge of the footing. 5. Railroads plus 2 feet beyond the edge of the subgrade. 3.02 INSTALLATION A. Clearing: Clearing shall consist of the felling, cutting up, and the satisfactory disposal of trees and other vegetation, together with the down timber, snags, brush, rubbish, fences, and debris occurring within the area to be cleared. B. Grubbing: 1. Grubbing shall consist of the removal and disposal of stumps and roots larger than 1 inch in diameter. 2. Extend grubbing to the depth indicated below: In the case of multiple construction items, the greater depth shall apply. a. Footings: 18 inches below the bottom of the footing. b. Walks: 12 inches below the bottom of the walk. c. Roads and Taxiways: 18 inches below the bottom of the subgrade. d. Parking Areas: 12 inches below the bottom of the subgrade. e. Runways: 24 inches below the bottom of the subgrade. f. Embankments: 24 inches below existing ground. g. Railroads: 24 inches below the bottom of the subgrade. h. Concrete Structures: 18 inches below the bottom of the concrete. i. Retaining Walls: 18 inches below the bottom of the footing. 3.03 FIELD QUALITY CONTROL A. Completely remove timber, logs, roots, brush, rotten wood, and other refuse from the Owner’s property. Disposal of materials in streams shall not be permitted and no materials shall be piled in stream channels or in areas where it might be washed away by floods. Timber within the area to be cleared shall become the property of the Contractor, and the Contractor may cut, trim, hew, saw, or otherwise dress felled timber within the limits of the Owner’s property, provided timber and waste material is disposed of in a satisfactory manner. Materials shall be removed from the site daily, unless permission is granted by the Engineer to store the materials for longer periods. END OF SECTION Item 17 Structural Excavation and Backfill 31 23 10 - 1 PRP17368 – Lower Pressure Plane Water Line 31 23 10 STRUCTURAL EXCAVATION AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to complete structural excavation, filling, backfilling, and compacting; to provide protection to equipment and cuts; to include backfill material; the construction or installation of cofferdams, and other similar facilities which may be necessary to perform excavations and/or backfilling; to include the necessary pumping, bailing, or associated drainage; to remove and dispose of surplus materials, cofferdams, and debris; and to provide final grading, as required. B. The work does not include excavation, filling, and backfilling for utility lines, manholes, vaults, valve boxes, and related structures. Work shall be performed in accordance with Section 31 23 33 “Trenching and Backfill [Utilities].” 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Structural calculations for cofferdams. Submit calculations for approval by the Engineer prior to the start of the cofferdam construction. The calculations shall be sealed by a registered professional engineer in accordance with the laws of the state where the project is constructed. The calculations shall be site specific. 2. Submit qualifications of independent testing laboratory for approval. 3. Backfill material classifications. Provide certification by an approved independent testing laboratory. 4. Compaction test results. Provide compaction test results within 24 hours. 1.03 STANDARDS A. The following publications, referred to hereafter by basic designation only, form a part of this specification as if written herein in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM D698 Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3 (600 kN-m/m3)) ASTM D1556 Test Method for Density and Unit Weight of Soil in Place by the Sand- Cone Method ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) ASTM D4253 Test Methods for Maximum Index Density and Unit Weight of Soils Using a Vibratory Table ASTM D4254 Test Methods for Minimum Index Density and Unit Weight of Soils and Calculation of Relative Density Item 17 Structural Excavation and Backfill 31 23 10 - 2 PRP17368 – Lower Pressure Plane Water Line B. Any other testing required by these specifications and not specifically referenced to a standard shall be performed under ASTM or other appropriate standards as designated by the Engineer. C. References herein or on the drawings to soil classifications shall be understood to be according to ASTM D2487, “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” unless indicated otherwise. 1.04 DELIVERY AND STORAGE A. Deposit material to be used for backfill in storage piles at points convenient for handling of the material during the backfilling operations. 1.05 JOB CONDITIONS A. Review subsurface investigations. A geotechnical report from the investigation is available found Appendix A. However, the precise profile of soil and rock strata beneath this site is not known. B. Review the site and determine the conditions which may affect the structural excavation, prior to the commencement of the excavation. 2.00 PRODUCTS 2.01 MATERIALS A. Structural Earth Backfill: Structural backfill shall be Class 4 Earth Fill as specified in Section 31 05 13 “Soils for Earthwork.” B. Structural Aggregate Backfill: Structural aggregate backfill shall be Class 1 Aggregate Fill as specified in Section 31 05 16 “Aggregates for Earthwork.” C. Lean Concrete Backfill: Lean concrete shall be in accordance with Section 03 30 00 “Cast-In- Place Concrete.” D. Topsoil: Topsoil shall be Class 12 Earth Fill as specified in Section 31 05 13 “Soils for Earthwork.” E. Compacted Select Fill: Fill shall be Class 5 Earth Fill as specified in Section 31 05 13 “Soils for Earthwork.” F. Fine-Graded Granular Material: Clean mixture of crushed stone, crushed gravel, and manufactured or natural sand; ASTM D448, Size 10, with 100 percent passing a 3/8-inch sieve, 10 to 30 percent passing a No. 100 sieve, and 5 to 15 percent passing No. 200 sieve; maximum plasticity index of 7; complying with deleterious substance limits of ASTM C33 for fine aggregates. 2.02 COMPACTION EQUIPMENT A. Compaction equipment shall conform to the following requirements and shall be utilized as specified herein. 1. Pneumatic Rollers: Pneumatic rollers shall have a minimum of four wheels equipped with pneumatic tires. The tires shall be such size and ply as can be maintained at tire Item 17 Structural Excavation and Backfill 31 23 10 - 3 PRP17368 – Lower Pressure Plane Water Line pressures between 80 and 100 pounds per square inch for a 25,000-pound wheel load during roller operations. The roller wheels shall be located abreast and be designed so that each wheel will carry approximately equal load in transversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires will not be greater than 50 percent of the tire width of a single tire at the operating pressure of a 25,000-pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, from 18,000 to 25,000 pounds. The roller shall be towed at speeds not to exceed 10 miles per hour. The character and efficiency of this equipment shall be subject to the approval of the Engineer. 2. Vibratory Rollers: Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90 percent of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5 and 5-1/2 feet and the width between 6 and 9 feet. The unsprung weight of the drum, shaft, and internal mechanism shall not be less than 12,000 pounds. The frequency of vibration during operation shall be between 1100 and 1500 i.e., and dynamic force shall not be less than 40,000 pounds at 1400 i.e. No backing of the vibratory roller will be allowed on the embankment unless the vibrating mechanism is capable of being reversed. Self-propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1-1/2 miles per hour, respectively. 3. Power Hand Tampers and Vibratory Plate Hand Compactors: Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power hand tampers, vibratory plate hand compactors, or other approved equipment. Approval shall be based upon performance in a test section. 3.00 EXECUTION 3.01 PREPARATION A. Clear and grub the area to be excavated prior to the start of excavation in accordance with Section 31 11 00 “Clearing and Grubbing .” 3.02 EXCAVATION A. When footing concrete or masonry is to rest upon rock, remove the rock to a depth sufficient to expose sound rock. Level off or cut the rock to approximate grades, and roughen the area. When footing concrete or masonry is to rest on an excavated surface other than rock, take care not to disturb the bottom of the excavation, and do not make final removal of the foundation material to grade until just before the concrete or masonry is placed. B. For footings where the soil encountered at established footing grade is an unstable material, use the following procedure unless other methods are specified: Remove unstable soil. Carry the excavation at least 1 foot beyond the horizontal limits of the structure on all sides. Replace the unstable soil with compacted select fill. Place in uniform layers at a suitable depth for compaction. Wet each layer if necessary and compact by rolling or tamping to provide a stable foundation for the structure. Item 17 Structural Excavation and Backfill 31 23 10 - 4 PRP17368 – Lower Pressure Plane Water Line C. When unfeasible to construct a stable footing as outlined above, construct footing by the use of special materials, such as flexible base, cement stabilized base, cement stabilized backfill, or other material, as directed by the Engineer. D. Perform excavation to permit surfaces to be brought to final line and grade within plus or minus 0.1 foot. Restore over-break at the Contractor’s expense. In general, perform excavation in open-cut from the surface of the ground and at the line and grade indicated. E. The sides of the excavation, from the bottom of the excavation to the top of the ground shall be supported in accordance with OSHA requirements. Maintain the supports throughout construction. Remove supports after the completion of the work. 3.03 DEWATERING OF SITE A. Pumping or bailing from the interior of any foundation enclosure shall be done in a manner which precludes the possibility of movement of water through or alongside any concrete being placed. No pumping or bailing shall be permitted during the placing of structural concrete, or for a period of at least 24 hours thereafter, unless from a suitable sump separated from the concrete work by a water-tight wall. Pumping or bailing during placement of seal concrete shall be only to the extent necessary to maintain a static head of water within a cofferdam. Do not start pumping or bailing to de-water a sealed cofferdam until the seal has aged at least 36 hours. 3.04 PLACEMENT OF MATERIAL A. General: 1. Backfill excavated spaces and areas not occupied by the permanent structure, except that no backfill shall be placed against any structure until the concrete has reached its 28-day compressive strength or 7 days whichever is longer. Do not place backfill adjacent to support walls until the top slab has been in place at least 4 days. 2. Take care to prevent wedging action when placing backfill around structures. If backfill is to be placed on two or more sides of the structure or facility, simultaneously place the backfill on all sides to avoid uneven loading on the structure. 3. Do not permit rollers to operate within 3 feet of structures. 4. Maximum placement lifts measured in the loose condition are as follows: a. 8 inches when heavy compaction equipment is used. b. 4 inches when hand-directed compaction equipment is used. 5. Subgrade preparation for slab-on-grade: B. Moisture Control: 1. General: The materials in each layer of the fill shall uniformly contain the amount of moisture within the limits specified below necessary to obtain the maximum dry density for the soil. Compact Class 1 and Class 2 Earth Fill with a moisture content of at or within 5 percentage points wet of optimum moisture content. Compact Class 3, Class 4, and Class 5 Earth Fill with a moisture content within 2 percentage points dry to 5 percentage points wet of optimum moisture content. The moisture content ranges specified above for the various classes of earth fill represent maximum upper and lower Item 17 Structural Excavation and Backfill 31 23 10 - 5 PRP17368 – Lower Pressure Plane Water Line limits of the particular range. Determination of the maximum dry density-optimum moisture shall be by one or more of the following ASTM procedures D 1556 or D 6938. Completely cohesionless materials which are to be compacted to a specified relative density shall be at a moisture content which will allow use of the specified compaction equipment and consistent achievement of the specified density. 2. Moisture Control During Placement: After spreading the soil, adjust the moisture content of the soil if necessary by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution, thoroughly mix the layer of soil by disking, harrowing, or by the use of a power-driven pulverizer. Should the surface of a previously compacted layer become dry due to exposure to the elements, appropriately wet surface of the compacted layer prior to placing the succeeding layer of soil, and properly disk or harrow the surface. Should a layer of soil be over wet, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying, and wet the surface if necessary prior to placing the next layer of soil. Reprocess any layer which becomes damaged by weather conditions to meet the specification requirements. There shall be no additional payment made for such reprocessing. C. Compaction: 1. Compaction shall be by power hand equipment or rubber tired equipment, provided the rubber tired equipment does no damage. Compaction by power hand equipment or rubber tired equipment shall be completed such that there will be a 24-inch overlap by roller compaction. 2. Compact the Class 1 and Class 2 Earth Fill zones by a minimum of eight passes with a tamping roller. Compact the Class 3, Class 4, and Class 5 Earth Fill zones by a minimum of eight passes with a tamping roller or by a minimum of four passes with a tamping roller, followed by a minimum of four passes with a pneumatic roller. A vibratory roller shall be required if the material is sandy and if requested by the Engineer. A pass shall consist of one trip over the area being compacted. The front and rear axle rollers on self-propelled models shall only be considered as one pass per trip. The initial and final area to be rolled shall each have eight passes. Stagger passes between the initial and final area in order to establish overlapping with at least eight passes at all locations. Approve the exact method based upon the test section. Dumping, spreading, sprinkling, and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations to proceed simultaneously. 3. Areas of the fill being compacted with power hand tampers or vibratory plate hand compactors shall receive a minimum of eight passes of the equipment with an overlap of 50 percent of the equipment base plate width. 4. The in-place density of Class 1 through Class 5 Earth Fill shall not be less than 95 percent of maximum dry density as determined by ASTM D698, Standard Proctor, except compact the top 12 inches of fill underneath roadways and parking areas to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. In areas cut underneath roadways and parking areas scarify and re-compact Item 17 Structural Excavation and Backfill 31 23 10 - 6 PRP17368 – Lower Pressure Plane Water Line the top 8 inches of the subgrade within the specified moisture content, to not less than 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. 5. Compact cohesionless materials, on which it is not practical to control the density by proctor methods, to a minimum of 95 percent of the maximum density as determined by ASTM D4253. At the discretion of the Engineer, an alternate method of determining the maximum density may be used which has been correlated with methods ASTM D4253 and ASTM D4254. 6. If necessary, to achieve the specified density, increase the number of passes of the compaction equipment, and/or modify the weight of the compaction equipment. 7. Regardless of the density achieved, the number of passes of the compaction equipment shall not be less than eight. 3.05 FIELD QUALITY CONTROL A. The Contractor is responsible for the costs involved in providing an approved testing laboratory to perform quality control testing of backfill operations. The testing laboratory shall make tests of in-place density in accordance with ASTM Standards. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to notify the testing laboratory before backfill operations begin. 1. Unless noted otherwise, in-place density tests shall be conducted at a rate of one test per 1500 square feet for every lift. END OF SECTION Item 17 Flowable Fill 31 23 23.34 - 1 PRP17368 – Lower Pressure Plane Water Line 31 23 23.34 FLOWABLE FILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to mix and place flowable fill, consisting of Portland cement, fine aggregate, fly ash, and water in the proper proportions as specified hereinafter. Flowable fill (Controlled Low-Strength Material, CLSM) shall be used to bed and backfill around piping, utilities, and structures where indicated. 1.02 QUALITY ASSURANCE A. Design Criteria – Flowable Fill Proportions and Consistency: Flowable fill shall be proportioned to give the necessary workability, strength, and consistency, and shall conform to the following governing requirements: 1. Permeability: Maximum permeability limit of 1x10-6 cm/sec. This limit shall apply at all locations where flowable fill is used as a utility trench plug (dam) within trench backfill materials. 1. Subsidence: Evaporation of bleed water shall not result in shrinkage of more than 10.4 mm per m (1/8 inch per ft.) of flowable fill depth. Measurement of a Final Bleeding shall be as measured in Section 10 of ASTM C940. 2. Strength for Excavatable Flowable Fill: Unconfined compressive strength at 28-days when tested in accordance with ASTM D4832: 100 psi (+/- 50 psi). a. The 1-year strength shall not exceed 150 psi. b. Where indicated provide Excavatable Flowable Fill around utilities, unless noted otherwise. c. Excavatable Flowable Fill shall be excavatable with hand tools and conventional machinery such as backhoes. 3. Strength for Non-Excavatable Flowable Fill: Unconfined compressive strength at 28- days when tested in accordance with ASTM D4832: 150 psi minimum. a. Where indicated provide Non-Excavatable Flowable Fill below structures and/or around structures, unless noted otherwise. 4. Fluidity: Flowable fill shall be self-consolidating and non-segregating in accordance with ASTM C1611: a. Slump Flow Test: Minimum 20-inch mean spread. b. Visual Stability Index (VSI) Test: Less than or equal to 1. B. Factory Testing: The Contractor shall be responsible for the design of the material. A trial mix shall be designed by an independent testing laboratory, retained by the Contractor. The testing laboratory shall submit verification that the materials and proportions of the trial mix design meets the requirement of the Specifications. In lieu of trial mix design, Contractor may submit historical data for a mix design used successfully in previous similar work. The Contractor shall not make changes in materials, either in gradation, source, or Item 17 Flowable Fill 31 23 23.34 - 2 PRP17368 – Lower Pressure Plane Water Line brand, or proportions of the mixture after having been approved, except by specific approval of the Engineer. C. Owner Testing: It is the responsibility of the Contractor to achieve and maintain the quality of material required by this Section. However, the Owner may secure the services of an independent testing laboratory to verify the quality of the flowable fill. The Owner shall have the right to require additional testing, strengthening, or replacement of flowable fill which has failed to meet the minimum requirements of this Section. 1.03 SUBMITTALS A. Submit mix design on each material required. Provide backup data as required below. B. Submit historical or trial mix data and test results as a basis for mix design approval. Required data shall include: 1. Permeability test results if plugs are required on Project. 2. Subsidence test results. 3. Strength test results for Excavatable and Non-Excavatable Flowable Fill if used on Project. 4. Fluidity test results. 1.04 STANDARDS AND REFERENCES A. Materials shall meet recommendation for mix design and placement, as published by National Ready Mixed Concrete Association. B. The applicable provisions of the following references and standards shall apply to this Section as if written herein in their entirety. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C40 Test Method for Organic Impurities in Fine Aggregates for Concrete ASTM C150 Specification for Portland Cement ASTM C618 Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as Mineral Admixture in Portland Cement Concrete ASTM C 940 Standard Test Method for Expansion and Bleeding of Freshly Mixed Grouts for Preplaced-Aggregate Concrete in the Laboratory ASTM C 1611 Standard Test Method for Slump flow of Self Consolidating Concrete ASTM D 4832 Standard Test Method for Preparation and Testing of Controlled Low Strength Material (CLSM) Test Cylinders 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Portland cement conforming to the specifications and test for Type I Portland cement of the American Society for Testing and Materials, Designation C-150. Item 17 Flowable Fill 31 23 23.34 - 3 PRP17368 – Lower Pressure Plane Water Line B. Fine Aggregate: Fine aggregate consisting of natural, washed and screened sand having clean, hard, strong, durable, uncoated grains complying with the requirements for ASTM C33. The sand shall generally be of such size that all will pass a 3/8-inch sieve, at least 95 percent pass a 1/4-inch screen and at least 80 percent pass a No. 8 sieve. Aggregate shall not contain strong alkali, or organic material which gives a color darker than the standard color when tested in accordance with ASTM Specification Designation C40. C. Fly Ash/Pozzolans: Fly ash shall be an ASTM C618, Class “C” fly ash. The fly ash may be used in controlled low-strength material. D. Water: Water for flowable fill shall be clean and free from oil, acid, alkali, organic matter or other harmful impurities. Water which is suitable for drinking or for ordinary household use will be acceptable for concrete. Where available, water shall be obtained from mains of a waterworks system. E. Performance Additive: As required to meet specification requirements: 1. “Darafill” by Grace Construction Products. 2. Rheocell Rheofill by BASF The Chemical Company. 3. Sika Lightcrete Powder by Sika Corporation. 4. Approved equal. F. Chemical Admixtures for Concrete per ASTM C 494, as required by performance requirements. 2.02 MIXES A. In the determination of the amount of water required for mix, consideration shall be given to the moisture content of the aggregate. The net amount of water in the mix will be the amount added at the mixer; plus the free water in the aggregate; and minus the absorption of the aggregate, based on a 30 minute absorption period. No water allowance shall be made for evaporation after batching. B. The methods of measurement of materials shall be such that the proportions of water to cement can be closely controlled during the progress of the Work and easily checked at any time by the Owner’s representative. To avoid unnecessary or haphazard changes in consistency, the aggregate shall be obtained from sources which will insure a uniform quality and grading during any single day’s operation and they shall be delivered to the Work and handled in such a manner that the variation in moisture content will not interfere with the steady production of flowable fill of reasonable degree of uniformity. Sources of supply shall be approved by the Owner’s representative. C. All material shall be separately and accurately measured. Measurement may be made by weight or by volume, as determined by the Contractor; however; all equipment for measurement of materials shall be subject to approval by the Owner’s representative. Item 17 Flowable Fill 31 23 23.34 - 4 PRP17368 – Lower Pressure Plane Water Line 3.00 EXECUTION 3.01 INSTALLATION A. Contractor shall give the Owner’s representative sufficient advance notice before starting to place material in any area, to permit inspection of the area, and preparation for pouring. B. Conduct the operation of depositing the material so as to form a compact, dense, impervious mass, and so as not to develop air pockets in confined spaces. C. Unless specified otherwise, flowable fill shall be uniformly placed to the depth shown on the Drawings. The fill shall be brought up uniformly to the top of excavation elevation. Placement of flowable fill shall then cease and the fill protected from traffic for a period of 72 hours. 1. To prevent pipe flotation place material in lifts or provide alternate means. 2. Around structures, material shall be placed in lifts. Lift depth shall not exceed one-tenth of total structure embedment into subgrade nor 5 feet, whichever is less. 3. When multiple lifts are required, material shall be allowed to harden before placing next lift. Hardening time varies with each mix. Verify flowable fill has reached a penetration number of 1500, in accordance with ASTM C 403, but not less than 5 hours. D. The material shall be placed against undisturbed trench walls, and shall not be placed on or against frozen ground. E. At time of placement the ambient temperature shall be 35 F and rising. 3.02 FIELD QUALITY CONTROL A. An approved testing laboratory shall perform the quality control testing of backfill operations. The testing laboratory shall sample material in accordance with ASTM D5971. The testing laboratory shall monitor backfill operation continuously or at intervals acceptable to the Owner and Engineer at structures. It shall be the responsibility of the Contractor to provide sufficient advance notification to the testing laboratory before backfill operations begin. 1. Strength: A strength test is the average of two cylinders per ASTM D4832. 2. Fluidity: A fluidity test is a Slump Flow Test and a VSI Test per ASTM C1611. 3. For all tests required, at a minimum perform one test per day, but not less than one per 150 cubic yards. END OF SECTION Item 17 Trench Safety 31 23 33.14 - 1 PRP17368 – Lower Pressure Plane Water Line 31 23 33.14 TRENCH SAFETY 1.00 GENERAL 1.01 WORK INCLUDED A. This specification consists of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. This specification is for the purpose of providing minimum performance specifications, and the Contractor shall develop, design, and implement the trench safety system. The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing “a safe place to work” for the workman. B. Should the trench safety protection system require wider trenches than specified elsewhere, the Contractor shall be responsible for the costs associated with determining adequacy of pipe bedding and class, as well as, purchase and installation of alternate materials. 1.02 STANDARDS A. The following standard shall be the minimum governing requirement of this specification and is hereby made a part of this specification as if written in its entirety. 1. Occupational Safety and Health Standards - Excavations (29CFR Part 1926), U.S. Department of Labor, latest edition. B. Comply with the applicable Federal, State, and local rules, regulations, and ordinances. END OF SECTION Item 17 Trenching and Backfill 31 23 33.16 - 1 PRP17368 – Lower Pressure Plane Water Line 31 23 33.16 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as required for the construction of the facilities to the line, grade and extent indicated. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Certified test reports for embedment material, course gravel, and flexbase. Certified Test Reports shall be from an independent laboratory. Test reports shall include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment material. 2. Certified Test Reports for compaction tests. 3. A 5-gallon bucket of proposed granular embedment material. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specifications for Concrete Aggregates ASTM C131 Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D698 Test Methods for Moisture-Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5-lb Rammer and 12-Inch Drop ASTM D1556 Test Method for Density and Unit Weight of Soil in Place by the Sand Cone Method ASTM D2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D2922 Test Method for Density of Soil and Soil-Aggregate In Place by Nuclear Methods ASTM D4253 Maximum Index Density and Unit Weight of Soils Using Vibratory Tests ASTM D4914 Test Method for Density of Soil and Rock in Place by the Sand Replacement Method in a Test Pit ASTM G57 Method for Field Measurement of Soil Resistivity Using the Wenner Four-Electrode Method 2. American Water Works Association (AWWA) Standards: Item 17 Trenching and Backfill 31 23 33.16 - 2 PRP17368 – Lower Pressure Plane Water Line AWWA C151 Ductile Iron Pipe AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C301 Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids AWWA C303 Concrete Pressure Pipe – Steel Cylinder Type for Water and other Liquids 3. Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. 1.04 JOB CONDITIONS A. Classification of Excavation: Excavation shall be “unclassified” and involves the removing of the necessary materials to provide the trench to the required width and depth. The Contractor, prior to submitting a proposal, must satisfy himself as to the actual sub surface conditions. No extra or separate payments shall be made for rock, dewatering, or any other condition. B. City, County, and Private Road Crossings: Where the work is in the right of way of City, County and privately owned roads, the Owner will secure the necessary permits and easements for the work. Work to be performed within the limits of the public right of way shall be in full accordance with the requirements of the easements and permits and as requested by the City, County, or private owner. Provide temporary access and detours for roads and driveways cut off during pipe laying operations. C. Protection of Existing Structures and Utilities: 1. Prior to the start of construction and preparation of pipe layout sheets, the Contractor shall communicate with the local representative of the utility companies including, but not limited to the oil companies, gas company, electric company, telephone company, water utilities, sanitary sewer utilities, and any other public and private utility companies in the location of the proposed construction in order to obtain the assistance of the utility companies in locating utility lines and in the avoidance of conflicts with utility lines. The Contractor shall uncover and determine the elevation and location of conflicts well ahead of the manufacture of the pipe. No additional compensation will be considered for lowering or raising the pipe grade to accommodate existing utilities. The Engineer has shown the estimated location of existing utilities as determined from field surveys and record data from utility companies. The fact that some utilities are not shown or are incorrectly shown in no way relieves the Contractor from his responsibility to locate all existing utilities. 2. The Contractor shall advise the Engineer of any existing utilities which are not shown on the plans, incorrectly shown, and which “affect the pipe layout.” Contractor shall also propose a resolution of the utility conflict. The Engineer will decide if the existing utility should be relocated, or whether the proposed pipeline location will be revised. If the proposed pipeline is adjusted, an adjustment in contract price will be made by adjusting quantities for the various unit price pay items. If the proposed pipe grade is adjusted by 2 vertical feet or less, no contract price adjustment will be made. If the proposed pipe grade is adjusted by more than 2 vertical feet, a contract price adjustment will be agreed to per the General Conditions. Item 17 Trenching and Backfill 31 23 33.16 - 3 PRP17368 – Lower Pressure Plane Water Line 3. Utilities which “affect the pipe layout” will be interpreted by the Engineer as follows: a. Utilities which conflict with the grade of the proposed pipe will be interpreted as “affecting the pipe layout.” b. Utilities which would conflict with operations and maintenance of the proposed pipe will be interpreted as “affecting the pipe layout.” 4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor shall, at his own expense, carefully support and protect such structures and/or utilities so that there shall be no damage. Costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the Owner. 5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility lines crossing trenches, the Engineer may direct 2000 psi concrete backfill to be used. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of the concrete backfill as directed by the Engineer. 1.05 GUARANTEES; MAINTENANCE AGREEMENT A. Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, fences, curbs, sidewalks, and gutters, for a period of 12 months thereafter. Material and labor required for the maintenance shall be supplied by the Contractor, and the work shall be done in a manner satisfactory to the Engineer. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Embedment, Cap, Blocking, and Encasement: Where concrete embedment, cap, blocking, or encasement is indicated or requested by the Engineer, it shall be 2000 psi unless otherwise indicated. B. Granular Embedment: 1. Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. 2. This shall be cohesionless material meeting the following gradation requirements: Sieve Size Square Opening Percent Passing 1/2” 100 Item 17 Trenching and Backfill 31 23 33.16 - 4 PRP17368 – Lower Pressure Plane Water Line 3/8” 85-100 No. 4 10-30 No. 8 0-10 No. 16 0-5 C. Coarse Gravel: Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, or as follows: Sieve Size Square Opening Percent Passing 1” 95-100 3/4” 55-85 1/2” 25-50 No. 4 0-5 D. Select Material: This material shall consist of soil material with a liquid limit (LL) less than or equal to 40, a plasticity index (PI) less than or equal to 20, a maximum of 70 percent passing the No. 200 mesh sieve, a minimum of 80 percent passing the No. 4 mesh sieve, 100 percent passing a 1-1/2-inch square mesh sieve. The material shall be free of organic or other deleterious materials. E. Ordinary Backfill Material: Trench excavated material free from rock fragments and clods larger than 6 inches greatest dimension. The ordinary material shall be free from organic materials. A. Flexible Base Course: Complying with Item 247 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1. B. Crushed Concrete Backfill: Complying with Item 247 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type D, Grade 1. C. Topsoil: Soil material relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soil for topsoil shall be subject to approval by the Owner's representative. D. Flexible Base Pavement: Complying with Item 247 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1 or 2, Flexible Base (Crushed Stone). E. Hot Mix Asphalt Concrete (HMAC): Complying with Item 340 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. F. Utility Detection Tape: Utility pipe detection tape, green in color for sewer, blue in color for water, with black non-degradable printing reading “CAUTION WATER LINE BURIED BELOW” shall be installed over all PVC, HDPE, bar wrapped concrete, steel or fiberglass pipelines 8 inches and larger. The tape shall be bright-colored, continuous-printed plasticized aluminum tape, intended for direct-burial service; not less than 6 inches wide by 5 mils thick. Detection tape must be installed above the pipe zone, 12 inches above pipe. Item 17 Trenching and Backfill 31 23 33.16 - 5 PRP17368 – Lower Pressure Plane Water Line G. Tracer Wire: All piping shall be installed with a continuous, insulated TW, THW, THWN or HMWPE insulated copper, 10 gauge or thicker wire for pipeline location purposes by means of an electronic line tracer. The wire shall be installed along the entire length of pipe. The insulation color shall match the color of the pipe being installed. Sections of wire shall be spliced together using approved splice caps and water proof seals. Twisting the wires together is not acceptable. 3.00 EXECUTION 3.01 TRENCH EXCAVATION A. General: 1. Excavate trenches to the alignment, width, and depth as indicated or as required for the proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so that the workmen may work safely and efficiently. 2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Comply with the requirements of Section 31 23 33.14 “Trench Safety.” 3. Dewater excavations so that the work is performed in the “dry.” Bailing, pumping, and dewatering shall be at the Contractor’s expense. Use coarse gravel instead of embedment material under the pipe at no extra cost to the Owner to provide for the free drainage and flow of water in the pipe trench, where it is necessary, in order to keep the water level below the pipe barrel and bell holes for joints. The water removed from trenches shall be conducted to natural drainage ways, drains, or storm sewers in such a manner as to prevent damage to adjacent property or to the public. Pumps of ample capacity and in duplicate must be provided to insure that once an excavation is made dry, the water is kept down until that part of the work under construction is completed. 4. It is intended that the line be laid to the grades as shown on the plans. The precise and detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer for information and review. The responsibility for the workability of the detailed layout remains with the Contractor. High points shall be located at air valves and the pipe sections containing air valves shall have a horizontal grade. At drainage crossings, the depth of cut shall be increased to prevent uncovering of the pipe by surface erosion, as shown on the plans. 5. Where unforeseen conditions warrant a revised grade during construction, the Contractor shall submit a revised pipe layout to the Engineer for approval. No intermediate “highs” or “lows” will be allowed in the pipe grade without the approval of the Engineer. B. Pipe Trench: 1. The “pipe zone” shall be defined as the zone from the bottom of the pipe trench to 12 inches above the top of the pipe. 2. The trench walls in the pipe zone shall be vertical. Trench widths shall be as shown on the Drawings. Item 17 Trenching and Backfill 31 23 33.16 - 6 PRP17368 – Lower Pressure Plane Water Line 3. Trench walls above the pipe zone may be laid back or benched where room permits as necessary to meet the requirements of OSHA. 4. For semi-rigid pipe, where the character of the trench walls is loose, unstable, saturated soft clays, quicksand or otherwise unable to provide adequate side support to maintain the required pipe deflection, the Contractor shall modify the backfill to keep the pipe within the limits of the specified pipe deflection. a. Contractor shall widen the trench excavation as necessary. b. Pipe shall be laid and trench backfilled with coarse gravel to the top of the pipe. Coarse gravel shall be compacted to 95 percent maximum density as measured by ASTM D4253. c. Contractor shall protect exterior pipe coating, and shall repair any damage caused by backfilling. d. Concrete encasement, soil cement or some other method approved by the Engineer may be used in lieu of this procedure. e. No additional compensation will be made for additional trench excavation, coarse gravel, concrete encasement, flowable fill, etc., for stabilizing the trench walls. C. Pipe Foundation: 1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported and joints make up properly. Excavate the trench to the line and grade indicated and as directed by the Engineer. Grades shall be uniform between high points and low points to eliminate intermediate “highs and lows.” 2. The trench shall be “rough cut” a minimum of 6 inches below the bottom of the pipe. The “rough cut” dimension shall be increased as necessary to provide a minimum clearance of 2 inches from the bottom of the trench to the bottom of the bells, flanges, valves, fittings, etc. 3. The entire foundation area in the bottom of all excavations shall be firm, stable material. Loose material shall be removed, leaving a clean, flat trench bottom, and material shall not be disturbed below required sub grade except as hereinafter described. If the subgrade is soft, spongy, disintegrated, or where the character of the foundation materials is such that a proper foundation cannot be obtained at the elevation specified, then when directed by the Engineer the Contractor shall deepen the excavation to a depth where a satisfactory foundation can be obtained. The sub grade shall then be brought back to the required grade with course gravel, thoroughly compacted to 95 percent of maximum density in accordance with ASTM D4253. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. D. Correcting Faulty Grade: 1. If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the faulty grade as specified below: a. In uniform, stable dry soils, correct the faulty grade with granular embedment material thoroughly compacted to 95 percent of maximum density measured in accordance with ASTM D4253. Item 17 Trenching and Backfill 31 23 33.16 - 7 PRP17368 – Lower Pressure Plane Water Line b. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the faulty grade with course gravel compacted to 95 percent of maximum density measured in accordance with ASTM D4253. E. Pipe Clearance in Rock: Remove ledge rock, rock fragments, or unyielding shale or marl to provide a clearance of at least 6 inches below the parts of the pipe, valves or fittings. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular embedment material. F. Blasting Procedure: Blasting will not be allowed. G. Bell Holes Required: 1. Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will rest on the full length of the barrel. 2. Pipe with field-applied exterior coatings shall have the joints excavated to sufficient depth to allow proper cleaning, application, testing and inspection of the field-applied coating system. H. Care of Surface Material for Reuse: Surface materials such as top soil in its natural state, suitable for reuse in restoring the excavated surface, shall be kept separate from the general excavation material. The top 12 inches of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 12 inches of the trench after pipe laying. I. Manner of Piling Excavated Material: Place excavated material so that Work is not endangered or interferes with public traffic. Do not place excavated material over buried pipelines or existing utilities unless adequate provisions are made to protect those pipelines and/or utilities. Roads and driveways must be kept open in every case. Keep drainage channels clear of obstructions or make other satisfactory provisions for drainage. J. Trenching by Machine or by Hand: The use of trench digging machinery is approved except in places where operations of same will cause damage to existing structures or pipelines above or below ground, in which case employ hand methods. K. Open Trench: 1. Owner’s Representative shall have the right to limit the amount of trench which may be opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. 2. Not over 500 feet of trench in open country or pasture land shall be opened at any one time, and not more than 150 feet of trench in populated areas shall be left open unless otherwise permitted in writing by the Owner. 3. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. 4. Trenches left open overnight in public areas shall be fenced with adequate construction fencing. No trenches shall be left open overnight in streets. L. Structural Excavation: Excavation shall extend a sufficient distance from walls and footings to allow for form installation and inspection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where excavation, through the fault of the Contractor, is made below the elevation specified or Item 17 Trenching and Backfill 31 23 33.16 - 8 PRP17368 – Lower Pressure Plane Water Line directed by the Engineer, restore the excavation to the proper elevation with stabilized backfill (lean concrete) or other approved material at the Contractor’s expense. 3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS A. General: This Section of the specification is intended to cover the requirements for trench backfill where trench is in open fields, unimproved alleys, fields, and other similar open areas outside of existing or proposed public and private roadways. B. Time of Backfilling: Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. C. Braced and Sheeted Trenches: Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. D. Protection of Pipe During Backfilling Operations: Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being “covered up.” Backfill the trench to prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by more than the allowable pipe deflection as specified elsewhere. Use methods such as stulling or ellipsing as necessary. E. Site and Preparation: In addition to clearing and grubbing of brush and trees along the right of way for this project, alteration to the topography shall be done if indicated on the Plans, at the locations and to the extent shown. F. Backfill Procedures in the Pipe Zone for AWWA C303 Pipe: 1. Depth of Cover 4 to 14 Feet: a. Place the first lift of granular embedment material (bedding layer) to a depth slightly above the bottom of pipe grade and do not compact. Lay pipe on this material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up. b. Place subsequent lifts of granular embedment uniformly on both sides of the pipe to a depth of 0.7 times the outside diameter of the pipe. Compact using vibration or mechanical tamping to a minimum of 95 percent maximum density in accordance with ASTM D4253 in lifts not exceeding 12 inches loose depth. Test embedment compaction per ASTM D1556 and ASTM D2922. The Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. c. After placement and compaction of the granular embedment, deposit select backfill in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to the top of the pipe zone. Consolidate this material by mechanical compaction within two percent (2 percent) of optimum moisture content in lifts not exceeding 18 inches loose depth. Compaction of this material shall be at a minimum of 95 percent of Standard Proctor Density (ASTM D698). 2. Depth of Cover Over 14 Feet: Item 17 Trenching and Backfill 31 23 33.16 - 9 PRP17368 – Lower Pressure Plane Water Line a. Backfill the pipe trench with flowable fill to 12 inches above the top of the pipe in accordance with Section 31 23 23.33 “Flowable Fill.” Pipe shall be blocked up on soil pads to allow a minimum of 6 inches of flowable fill below the pipe. The Contractor shall perform backfilling in a manner to prevent dislocating or floating the pipe. b. The Contractor may place flowable fill in two stages, allowing sufficient time for the initial stage to set. If two stages are used, the Contractor shall protect the surface of the lower stage from soil and water, so that a good bond is achieved between the stages. Care should be exercised during depositing and compaction of the flowable fill so as to form a compact, dense, impervious mass free of voids. G. Backfill Procedure in the Pipe Zone for AWWA C200 Pipe: 1. Depth of Cover 4 to 20 Feet: a. Place the first lift of granular embedment material (bedding layer) to a depth slightly above the bottom of pipe grade and do not compact. Lay pipe on this material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up. b. Place subsequent lifts of granular embedment uniformly on both sides of the pipe to the top of the pipe zone. Compact using vibration or mechanical tamping to a minimum of 95 percent maximum density in accordance with ASTM D4253 in lifts not exceeding 12 inches loose depth. Test embedment compaction per ASTM D1556 and ASTM D2922. The Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. 2. Depth of Cover Over 20 Feet: a. Backfill the pipe trench with flowable fill to 12 inches above the top of the pipe in accordance with Section 31 23 23.33 “Flowable Fill.” Pipe shall be blocked up on soil pads to allow a minimum of 6 inches of flowable fill below the pipe. The Contractor shall perform backfilling in a manner to prevent dislocating or floating the pipe. 3. The Contractor may place flowable fill in two stages, allowing sufficient time for the initial stage to set. If two stages are used, the Contractor shall protect the surface of the lower stage from soil and water, so that a good bond is achieved between the stages. Care should be exercised during depositing and compaction of the flowable fill so as to form a compact, dense, impervious mass free of voids H. Procedure Above Pipe Zone: Mechanical compaction shall be utilized. Place the ordinary material above the pipe zone in lifts not exceeding 12 inches loose depth and compacted to 95 percent Standard Proctor density tested per ASTM D698. The Contractor shall be responsible for any damage that may occur to the pipe using this alternative method of compaction. A future lane of paving will be constructed over the pipeline in many areas, compaction requirements must be met. I. Surface Material Replacement: 1. The top 12 inches of the trench backfill shall be composed of the original surface material or topsoil excavated from the trench. Place the topsoil over the consolidated trench backfill material and neatly round over the trench to a sufficient height to allow Item 17 Trenching and Backfill 31 23 33.16 - 10 PRP17368 – Lower Pressure Plane Water Line settlement to grade after consolidation. Grade the surface to allow drainage in the same manner as existed prior to construction. 2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. J. Backfill Around Structures: 1. After completion of foundations, walls, etc., remove forms and clean excavation of debris or other objectionable matter prior to placing backfill. 2. In areas where structures such as slabs or pipes are to be constructed on backfill, backfill shall be lean concrete or granular backfill as indicated. Thoroughly compact the backfill. Granular backfill shall be compacted to a minimum of 95 percent maximum density in accordance with ASTM D4253. 3. Mechanically tamp earth backfill around and over structures, using select material, and placed in layers not to exceed 8 inches loose thickness (higher lifts may be allowed with the approval of the Engineer in accordance with the manufacturer’s recommendations for large mechanical tampers). 4. Bring material to within 2 percent of optimum moisture content and compact each layer to a uniform density of not less than 95 percent Standard Proctor density as determined by ASTM D698. Laboratory control shall be used to secure compliance with this requirement. K. Inspection and Test Pits: 1. Contractor will provide a recognized testing laboratory capable of performing a full range of testing procedures complying with the standards or testing procedures specified. The testing lab shall provide certified technicians that are trained and knowledgeable in, in-trench nuclear density testing, sand cone, concrete sampling and testing, ASTM D698 and D1557 proctors at a minimum. Obtain Owner’s approval for the testing Laboratory before testing is performed. 2. Testing Frequency: a. Soils Testing: Pothole every 1000 feet and grab Samples at pipe level for materials testing and proctors. b. Take a minimum of three in-trench/ pipe zone nuclear density tests every 150 feet of installed pipe in populated areas and every 250 feet in unpopulated areas or pastureland. If less than 150 feet of pipe is installed in one day, the Contractor shall perform the minimum number of three tests per day. c. Take a minimum of three nuclear density tests above the pipe zone for every 150 feet of installed pipe in populated areas and every 250 feet in unpopulated areas, pastureland or cultivated fields. d. Take a minimum of three in-trench/pipe zone nuclear density test and a minimum of three above pipe zone nuclear density test at all open cut road crossings. e. Field record drawings shall be updated with test locations in the profile. Item 17 Trenching and Backfill 31 23 33.16 - 11 PRP17368 – Lower Pressure Plane Water Line f. Laboratory test results shall be submitted with monthly pay requests. Pipe installation without passing tests and/or record drawing updates will not be considered for payment. 3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS A. Compact granular backfill material within and above the pipe zone (when required per the Drawings) for City and County roads, paved or improved private roads, driveways, sidewalks, parking lots and any proposed roads as indicated to a minimum of 95 percent maximum density as measured by ASTM D4253. Test compacted material per ASTM D1556 and ASTM D2922. 3.04 MAINTENANCE OF SURFACES A. Rock and Organic Material Exclusion: Rock and organic material removed from the trench excavated material shall be removed from the right of way at the Contractor’s expense. B. Deficiency of Backfill: Any deficiency in the quantity of material for backfilling the trenches, or for filling depressions caused by settlement, shall be supplied by the Contractor at his expense. Make-up material shall be approved by the Owner's representative. C. Restoration of Surfaces: Replace surface material and restore paving, curbing, sidewalks, gutters, shrubbery, fences, grass or turf, and other surfaces disturbed to a condition equal to that before the Work began. Provide seeding as requested by the Owner or his Representative. D. Seeding: Provide seeding in TxDOT rights-of-way and where requested in writing by the Owner. Seeding shall be in accordance with Section 31 25 13.13 “Seeding for Erosion Control.” E. Sodding: Provide new grass sod where requested in writing by the Owner. Grass sod shall be healthy, vigorous sod, minimum size of 12 inches by 12 inches by 1 inch, obtained from state certified commercial groves and planted within 48 hours after harvesting. Grass sod shall be Bermuda unless otherwise requested by the Owner. Sod shall be neither excessively wet nor dry when harvested and shall be kept damp until planted. Plant squares continuously with no space between squares. Apply fertilizer uniformly at a rate of 300 pounds per acre and water until final acceptance by the Owner. Provide grass sodding where indicated by the Drawings or directed by Owner. Sodding shall be in accordance with Section 31 25 13.13 “Seeding for Erosion Control.” 3.05 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish, trees, and temporary structures, and leave the construction site clean, to the satisfaction of the Engineer. Grade the surface, and re-establish drainage. Removal of rock and other excess excavated material and general leveling and grading of the right of way surface to a presentable appearance shall proceed so as to not be further than 2500 feet behind the backfilling operations. The Contractor shall be responsible for location of sites for disposal of excess material and the Owner shall make no additional payment for expenses incurred in such disposal. END OF SECTION Item 17 Seeding for Erosion Control 31 25 13.13 - 1 PRP17368 – Lower Pressure Plane Water Line 31 25 13.13 SEEDING FOR EROSION CONTROL 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to seed the slopes and other areas as specified. This specification includes seedbed fertilization, watering, mulching, and emulsifying or tacking the mulch and maintenance until final acceptance by the Owner. 1.02 QUALITY ASSURANCE A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Texas Testing Seed Label. 2. Record Data for fertilizer to be used. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges. 2. Texas Seed Law. 3. Texas Fertilizer Law. 1.04 DELIVERY AND STORAGE A. Deliver seed with each variety separately bagged. 1.05 OPTIONS A. If dry mechanical methods are used, the fertilizer may be spread at the same time as the seed. After sowing, straw mulch will be mechanically spread over the seeded area. B. When seed and fertilizer are to be distributed as a water slurry, apply the mixture within 30 minutes of mixing. 2.00 PRODUCTS 2.01 MATERIALS A. Seed: 1. Seed shall be from the previous season’s crop and must carry a Texas Testing Seed Label showing purity and germination, name, type of seed and that the seed meets all requirements of the Texas Seed Law. Item 17 Seeding for Erosion Control 31 25 13.13 - 2 PRP17368 – Lower Pressure Plane Water Line 2. Each variety of seed shall be furnished and delivered in separate bags containers clearly marked with the date of analysis shown., The date of analysis shall be within 9 months of the date of delivery to the Site. 3. Seed shall equal or exceed the quality, purity and germination requirements established by Item 164. The species shall be determined based upon appropriate seasons listed under Item 164 for TxDot District 18 (Dallas) B. Fertilizer: Contractor shall make a uniform application of 10-20-10 (nitrogen – phosphorus – potassium) fertilizer at a rate of 400 lb. per acre to seeded area. C. Mulch: 1. Consisting of straw, wood-fiber, mulch nettings, wood chips or other suitable material approved by the Engineer and free of Johnson grass and other noxious weed seeds. 2. Straw mulch shall be oat, wheat or rice straw, prairie hay, Bermuda grass hay, or other hay harvested before seed production and approved by the Engineer. The straw mulch will be kept dry and shall not be rotted or molded. A minimum of 50 percent by weight of the herbage making up the hay shall be 10 inches in length or longer. D. Topsoil: Soil material relatively free of stones or other objectionable debris that have sufficient humus content to readily support vegetative growth. The suitability of material for use as topsoil shall be determined by the Engineer., E. Herbicide: Contractor shall be responsible for using herbicides in a manner consistent with label requirements and precautions. Only registered herbicides having a minimal residual effect shall be used. Contractor shall strictly adhere to all Federal, State, and local laws governing herbicide usage 3.00 EXECUTION 3.01 PREPARATION A. After the areas disturbed by construction operations have been backfilled and completed to the original preconstruction lines or final grades as shown on the Drawings, perform seeding in accordance with the procedure described below. 3.02 TOPSOIL PLACEMENT A. Place topsoil as specified in Section 31 23 33.16 “Trenching and Backfill.” 3.03 PLANTING SEASON AND APPLICATION RATES A. Perform planting during the periods identified for each type of seed in Item 164 of the TxDOT specifications. The seed shall be applied at the mixture and rate specified in Item 164 for District 18 (Dallas) 3.04 FALL PLANTING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment which will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Additional tillage operations will be necessary if required so planting can be on a clean, firm seedbed. Chiseling will be necessary on areas which have been severely compacted. Item 17 Seeding for Erosion Control 31 25 13.13 - 3 PRP17368 – Lower Pressure Plane Water Line B. Seeding: 1. Seeding will be required in TxDot right-of-way and where requested in writing by the Owner. 2. Accomplish the seeding for fall planting within the time period specified in TxDot Item 164. Planting rates when drilled or broadcast shall be in accordance with Item 164. 3.05 SPRING PLANTING A. Seedbed Preparation: Use a one-way plow, tandem disk, bedder, or equipment that will accomplish similar results. Break or mix the surface of the soil with the tillage equipment. Additional tillage operations will be necessary if required so planting can be on a clean, firm seedbed. Chiseling will be necessary on areas that have been severely compacted. B. Mulching: 1. Spread mulch material on the area to be planted if construction was completed too late for planting a temporary fall crop or if insufficient residues are produced by the fall planting. Mulch the planting areas to control soil erosion and seed loss by wind and water and to promote grass establishment. Apply Mulch hay at the rate of 2 tons per acre and spread uniformly so that about 25 percent of the ground surface is uniformly visible through the mulch. 2. Anchor the mulch hay by treading into the soil with a straight disk type mulch tiller. Perform disking across the slope along contours. Other types of mulch such as wood cellulose fiber or cotton bur mulch may be used at recommended rates, if approved by the Engineer. Apply mulch in a manner that will not hinder emergence of seedlings. C. Seeding: 1. Plant Bermuda grass seed between March 1 and May 15. Sow the seed at the rate of 50 pounds of pure live seed (PLS) per acre, or more if required to obtain a complete stand of grass. The PLS content is determined by multiplying the seed package weight by the product of the percent purity and the percent germination, which are contained on the seed label. a. Accomplish seeding by mechanical means using either broadcasting or drilling type equipment to provide uniform distribution of the seed in the planting areas. Cover Bermuda grass seed by 1/4 to 1/2 inch of soil. If seed is drilled, the distance between drill rows shall not exceed 12 inches. Hydro seeding may be used to apply seed, fertilizer, and wood-fiber mulch with the approval of the Engineer. 3.06 MAINTENANCE A. Irrigation: Supply the seeded areas with adequate moisture (3- to 4-inch penetration) at 10- day intervals, if needed, for seed germination and plant growth until acceptance by the Owner. Water the seed in a manner which will prevent erosion of the soil. Furnish all water to be used. B. Repair: Repair washouts and other bare soil areas in a seeded area either by re-seeding, sprigging, or spot sodding, and perform maintenance as needed to establish grass in the area. Item 17 Seeding for Erosion Control 31 25 13.13 - 4 PRP17368 – Lower Pressure Plane Water Line C. Weed Control: 1. Control competitive weed growth during the establishment period by mowing and/or with herbicides. Chemical usage shall be in accordance with the current recommendations of the Texas Agricultural Experiment Station or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all Federal, State, and local laws governing herbicides. 2. Weed control shall be the Contractor’s responsibility whether topsoil is from on-site or off-site sources and also for seeded areas which are specified not to receive topsoil. 3.07 SEEDING OF DISTURBED AREAS A. Disturbed areas will require seeding as specified in this Section unless requested otherwise by the Engineer or shown otherwise on the drawings or in the specifications. B. Any areas which are disturbed by the Contractor which are not shown on the drawings or specified to require disturbance including any approved areas not shown on the drawings, shall be considered as unauthorized disturbed areas. Any such areas shall be seeded as specified in this Section at the Contractor’s expense and shall not be measured or paid under this Section. 3.08 FIELD QUALITY CONTROL; OBSERVATION AND ACCEPTANCE A. Observation: Upon completion of the site preparation, mulching, fertilizing, seeding, and maintenance of seeded areas, the Engineer will observe the seeded areas periodically to determine the establishment success. The Engineer will consider soil coverage, purity of the grass stand, and maturity of the plants. B. Establishment of Stand and Acceptance: 1. The Engineer will determine that a grassed area is established upon fulfillment of the following conditions: a. The permanent grass stand uniformly covers the planting area, with no exposed soil areas more than 36 inches across in any dimension. b. The permanent grass stand is free of over-topping weed species which would compete for sunlight, moisture, and nutrients. In addition, no area of pure weed species greater than 36 inches across in any dimension shall occur within a permanent grass stand. c. The majority of the grass plants in a stand shall have a well-established root system to survive if irrigation is discontinued. 2. Establish the permanent grass stand before October 1 to preclude having to perform a temporary Fall seeding. In the event a fall seeding must be performed, follow-up the temporary seeding with a permanent seeding as specified. Upon final acceptance of the work under this contract, the Owner will assume the responsibility of maintaining the grassed areas. END OF SECTION Item 17 DIVISION 33 UTILITIES Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 1 PRP17368 – Lower Pressure Plane Water Line 33 05 01.02 DUCTILE IRON PIPE & FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install ductile iron pipe and fittings, including taps, connections, and appurtenances as required for a functional system as indicated herein. Unless otherwise noted, all above grade exposed pipe, fittings, and appurtenances shall be flanged while below grade piping, fittings and appurtenances shall be mechanical joint or push on joints. Trenching, backfilling, and pipe embedment shall be as shown on the Drawings and in accordance with Section 31 23 33.16 “Trenching and Backfill.” 1.02 QUALITY ASSURANCE A. Factory Testing: The manufacturer shall perform all tests as required by AWWA C151. Welded outlets shall be hydrostatically tested at a pressure of 250 psi for a period of 1 hour. No leakage shall be allowed. B. Experience Requirements: Pipe shall be the product of a manufacturer who has a minimum of 10 years’ successful experience manufacturing pipe of the particular type specified and the total pipeline shall be the product of one pipe manufacturer. The manufacturer shall have a minimum of 10 years’ successful experience in the design and manufacturing of pipe joints of similar design, working pressure, pipe diameter and wall thickness as specified. C. Pipe Classification: Pipe manufacturer shall manufacture the pipe to meet the installation conditions, cover depth, and bedding and backfill requirements as shown on the Drawings or specified and furnish the correct class of pipe to meet these conditions. If additional requirements are required, pipe manufacturer shall coordinate their requirements with the Contractor. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Record Data: Catalog data, including dimensions of new pipe and fittings and recommendations for handling and storage; details of lining and coating; thrust restraint provisions; hydrostatic pressure test plan and results; affidavit stating the pipe furnished complies with AWWA C151, AWWA C104, AWWA C110, AWWA C111, and these specifications; mill certificates, including chemical and physical test results for each heat of metal, if requested during pipe manufacturing operations; record drawings, including a schematic location-profile and a tabulated layout schedule, referenced to the pipeline stationing. 2. Shop Drawings: Mechanical joint connections; connections to differing pipe materials. 3. Certified Test Data: Certified Test Reports from the manufacturer’s testing facility or an Owner approved testing laboratory; results of factory hydrostatic tests; pipe and fitting certification for conformance to ANSI/NSF 61. Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 2 PRP17368 – Lower Pressure Plane Water Line 1.04 REFERENCE SPECIFICATIONS A. Section 31 23 33.16 “Trenching and Backfill.” 1.05 STANDARDS A. Except as modified herein, the applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Water Works Association (AWWA) Standards: AWWA C104 Standard for Cement Mortar Lining for Ductile Iron Pipe and Fittings AWWA C105 Standard for Polyethylene Encasement for Ductile Iron Piping AWWA C110 Standard for Ductile Iron and Gray Iron Fittings AWWA C111 Standard for Rubber Gasket Joints for Ductile Iron Pipe and Fittings AWWA C150 Standard for Thickness Design of Ductile Iron Pipe AWWA C151 Standard for Ductile Iron Pipe AWWA C153 Standard for Ductile-Iron Compact Fittings for Water Service AWWA C600 Standard for Installation of Ductile Iron Water Mains and Appurtenances AWWA C606 Grooved and Shouldered Joints 2. Steel Structures Painting Council (SSPC) Standard: SSPC SP6, Commercial Blast Cleaning. 3. All ductile iron pipe and fittings for potable water systems shall conform to American National Standards/National Science Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI. 1.06 DELIVERY AND STORAGE A. Handling and storage of pipe and fittings shall comply with AWWA C600 and the manufacturer’s recommendations. 1.07 GUARANTEES A. The product shall be warranted and guaranteed per the General Conditions of the Specifications. 2.00 PRODUCTS 2.01 MATERIALS A. Ductile Iron Pipe: 1. Ductile iron pipe shall be made of ductile iron in accordance with AWWA C151. All ductile iron pipe shall have a minimum working pressure as indicated on the Drawings. Pipe shall be rated for pressure in accordance with AWWA C151 for pressure class of pipe as indicated. Standard joint length shall be 18 to 20 feet. Flanged ductile iron pipe shall be in accordance with AWWA C115. Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 3 PRP17368 – Lower Pressure Plane Water Line 2. Pipe manufacturer shall manufacture the pipe to meet the installation conditions, cover depth, and bedding and backfill requirements as shown on the Drawings or specified and furnish the correct class of pipe to meet these conditions. B. Fittings: Fittings shall be ASTM A536 ductile iron or ASTM A48 cast iron in accordance with AWWA C110. Fittings shall be rated for a minimum working pressure of 250 psi, unless specified otherwise. C. Joints for Pipe and Fittings: 1. Joints shall be in accordance with AWWA C110, AWWA C111, and AWWA C151. Standard joints for ductile iron pipe and fittings shall be push-on. Where indicated, joints shall be mechanical joint, flanged, or grooved. 2. Flanged joints shall have pressure ratings equal to or greater than adjacent pipe. Flange pattern shall match pattern of valve, fitting, or appurtenance to be attached. Flanges on ductile iron pipe shall be ductile iron. 3. Grooved joints may be used in lieu of flanged. Where used in lieu of flanges, grooved joints shall be of the rigid type, in accordance with AWWA C606. 4. Where indicated, grooved joints in accordance with AWWA C606 shall be used. Grooved joints shall be flexible unless indicated otherwise. All grooved joint couplings and fittings shall be of a single domestic manufacturer. D. Provisions for Thrust: 1. Thrust at bends, tees, plugs, or other fittings shall be resisted by restrained joints. If thrust cannot be accommodated using restrained joints, thrust blocking or concrete anchors to restrain thrust may be used on a case-by-case basis when approved by the Engineer. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times the design working pressure class indicated. 3. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with Thrust Restraint Design for Ductile Iron Pipe, Ductile Iron Pipe Research Association using the following parameters: a. Laying condition equal AWWA C600 Type 4 bedding. b. If polyethylene encasement is used, restrained length shall be doubled to account for reduced soil to pipe friction resistance. 4. Carrier pipe installed within casing shall be mechanically restrained. 5. Where indicated and where required for thrust restraint, joints shall be restrained. Restrained joints shall be mechanically interlocking joints. Restrained joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", or Clow Corporation "Super- Lock". Restraining fittings using set screws, restraining gaskets, gripper type glands, and field-cuts of restrained joints shall be Mega-Lug, or approved equal. Field welding shall not be allowed. Restrained joints shall be capable of sustaining the design pressure as specified herein. 2 Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 4 PRP17368 – Lower Pressure Plane Water Line E. Coating: 1. Coat the exterior of the pipe and fittings with a 1 mil bituminous coating in accordance with AWWA C110 and AWWA C151, unless specified otherwise. 2. In addition to the factory applied asphaltic coating, all buried ductile iron pipe and fittings shall have a tube-type polyethylene encasement in accordance with AWWA C105. Polyethylene encasement shall be 8 mils thick [4 mils thick and cross-laminated]. Both ends of the pipe shall be thoroughly sealed with adhesive tape or plastic tie straps at the joint overlap. Place circumferential wraps of tape at 2-foot intervals along the barrel of the pipe to minimize the space between the encasement and the pipe. F. Lining: 1. Ductile iron pipe and fittings shall be lined with factory installed Protecto 401 Ceramic Epoxy Lining by Enduron or American Polybond Plus (fusion bonded epoxy and fusion bonded polyurethane) or an approved equal. Lining primers, applications, and thicknesses shall be in accordance with manufacturer’s recommendations for sanitary sewer applications, but shall not be less than 40 mils. 2. Ductile iron pipe and fittings inside the pump station and outside the pump station for the cleaning system supply lines may have either the Ceramic Epoxy Lining or a cement mortar lining in accordance with AWWA C104 and bituminous seal coat. Thickness of lining shall be as specified in AWWA C104. G. Flexible Joint Couplings: 1. Flexible joint couplings shall be Dresser Style 38, Rockwell Style 411, Victaulic Depend-O- Lok - E x E, Type II or approved equal, unless otherwise shown. 2. Provide restrained flexible joint couplings or restrained flexible joints on all pipes connecting to concrete structures and at other locations shown on the Drawings. Restrained flexible couplings shall be Victaulic Depend-O-Lok F x F Type II or approved equal. Restrained flexible joints shall be U.S. Pipe "TR Flex", American Ductile Iron Pipe "Flex Ring", Clow Corporation "Super-Lock", or approved equal. H. Insulated Connections: Where insulated connections are indicated, the pipe manufacturer shall furnish dielectric insulation gaskets, sleeves, and two plastic washers for each bolt. Insulating kits shall be Insulket or approved equal. 3.00 EXECUTION 3.01 INSTALLATION A. General: Install ductile iron pipe, fittings, specials, valves, and hydrants in accordance with AWWA C600 and the Specifications. Trenching and backfilling shall be in accordance with Section 31 23 33.16 “Trenching and Backfill.” Before lowering into the trench, inspect each joint of pipe. Pipe will then be accepted, rejected, or repaired. B. Pipe Laying: Lower pipe, fittings, and special castings into trench by crane or other suitable method. Do not roll in or "dump" into the trench. Handle pipe and fittings with belts, slings, or other equipment designed to prevent damage to the pipe and coating. Remove dirt and trash that may be in the barrel of the pipe, on the spigot or in the bell while the pipe is suspended. Keep the pipe clean during the laying operation and free of sticks, dirt, and Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 5 PRP17368 – Lower Pressure Plane Water Line trash, and at the close of each operating day seal the open end of the pipe with a gasketed night cap. Do not lay pipe in water. C. Joint Making: 1. Jointing Mechanical Joint Pipe: a. Joint this type of pipe in accordance with the manufacturer's recommendations, with uniform torque on bolts. b. After carefully cleaning both spigot and bell and after slipping the follower ring and gasket over the spigot end, slip the spigot into the bell. Apply a lubricant to the spigot to assist in assembly. c. Carefully seat the gaskets by hand to be even in the bell at all points. d. After drawing up the follower ring to uniform bearing against the gasket, insert the bolts and tighten by hand in pairs using bolts opposite each other. e. Tighten the nuts to hold the required pressure. Extension wrenches or pipes over wrench handles shall not be permitted. Use 10-inch ratchet wrenches to tighten the nuts to a uniform torque. f. The finished joint shall be watertight. 2. Making Flanged Joints: Erect flanged pipe in accordance with the controlling dimension as specified. Thoroughly clean each piece of flanged pipe to remove dirt, rust, grease, and other foreign matter. Thoroughly wire brush flanged faces to ensure even bearing for gaskets and mating flanges. Place full face gasket, use drift pins to align holes, and tighten flange bolts, each in turn, at a uniform torque around the joint. Finished joints shall be watertight. 3. Making Push-On Joints: a. The jointing of this type of joint shall be as recommended by the manufacturer. The procedure for jointing shall be generally as follows: 1). Thoroughly clean and dry the spigot and bell before starting the assembly of the joint. Wipe the gasket clean with a cloth. 2). Place the gasket into the gasket seat in the bell. 3). Apply a thin film of lubricant to the surface of the gasket that will come in contact with the entering pipe spigot. If necessary, also apply lubricant to the spigot. 4). Make the joint by exerting sufficient force on the entering pipe so that its plain end will move past the gasket to the seat of the bell. 5). If restrained joints are used, orient pipe to permit ease of assembly. Place locking device after installation of spigot into bell. 4. Making Grooved Joints: a. Grooved joints shall be fabricated and installed per AWWA C606. b. Grooved ends shall be clean and free from indentations, projections and roll marks in the area from pipe end to groove. Item 17 Ductile Iron Pipe and Fittings 33 05 01.02 - 6 PRP17368 – Lower Pressure Plane Water Line c. Gaskets used with grooved joints shall be verified as suitable for the intended service. d. Install all grooved joint products in accordance with the manufacturer’s latest installation instructions. 5. Making Split-Sleeve Coupling Joints: a. Exterior surfaces of the pipe shall be clean, smooth and free from weld beads, seams, scars, indentations, roll marks, exterior coatings and flat spots. b. Install split-sleeve couplings in accordance with the manufacturer’s latest installation instructions. 3.02 FIELD QUALITY CONTROL A. Perform a hydrostatic test as specified in Section 01 40 00 “Quality Requirements.” END OF SECTION Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 1 PRP17368 – Lower Pressure Plane Water Line 33 05 01.05 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. Experience Requirements: Finished pipe shall be the product of one manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one location. B. Factory Testing: 1. The Owner reserves the option to have an independent testing laboratory, at the Owner’s expense, inspect pipe and fittings at the Pipe Manufacturer’s plant. The Owner’s testing laboratory and Engineer shall have free access to the Manufacturer’s plant. The pipe manufacturer shall notify the Owner, in writing, at least 2 weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner’s decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption Test: A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One-inch cubes shall be tested in accordance with ASTM C109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5500 psi in 28 days. 1. Charpy V-Notch test: Each heat of steel for plate or coil 0.25” and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30°F, except that test are not required for small heats used for fittings. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 2 PRP17368 – Lower Pressure Plane Water Line 2. Elongation test: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. 3. Hydrostatic Pressure Testing and Welding Testing: Fittings shall be fabricated from hydrostatically tested pipe. Fittings shall be tested by hydrostatic test, air test, ultrasonic test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, five percent of welds for fittings shall be checked with x-ray or ultrasonic testing by an independent Certified Welding Inspector paid for by the pipe manufacturer. C. Manufacturer’s Technician for Pipe Installation: During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full time; however, the technician shall be on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit drawings to the Engineer showing the northing, easting, and top of pipe elevation at each joint location where the proposed pipe connects to existing pipes. 2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. 3. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. 4. Certified test reports for factory and field welder certification. 5. Certified test reports for all field welds. 6. The Contractor’s proposed field welding procedure in accordance with AWWA C206 and AWS D1.1. 7. Copies of results of factory hydrostatic tests. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 3 PRP17368 – Lower Pressure Plane Water Line 8. Prior to final completion, submit as-built, top-of-pipe survey as Record Data. Top-of-pipe survey shall include station and top-of-pipe elevation for each pipe joint. Survey information shall be provided on the Contractor’s “As-Built” drawings. 1.04 STANDARDS A. Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF Standards: ANSI/NSF Standard 61 2. American Society for Testing and Materials (ASTM) Standards: ASTM A33 Standard Specification for Concrete Aggregates ASTM A570 Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality ASTM C144 Specification for Aggregate for Masonry Mortar ASTM C150 Specification for Portland Cement ASTM D698 Test for Moisture-Density Relations for Soils ASTM E709 Practice for Magnetic Particle Examination ASTM E1444 Guide for Magnetic Particle Examination 3. American Welding Society (AWS) Code: AWS D1.1 Structural Welding Code 4. American Water Works Associations (AWWA) Standards: AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C303 Standard for Concrete Pressure Pipe Bar-Wrapped, Steel Cylinder Type AWWA M9 Manual: Concrete Pressure Pipe 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36 inches and larger shall be internally supported and braced with stulls to Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 4 PRP17368 – Lower Pressure Plane Water Line maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final grade. 3. Deliver, handle, and store pipe in accordance with the Manufacturer’s recommendations to protect coating systems. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number as shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. Point of Delivery: It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. B. Aggregates: Aggregates for concrete lining and coating shall conform to ASTM C33. C. Sand: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. D. Special Coating: Pipe to be laid in casing shall have two built up rings or mortar each approximately 2 feet long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. Steel: Steel shall meet the requirements of AWWA C303. Steel shall be homogeneous and shall be suitable for field welding. F. Threaded Outlets: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR A. Cement mortar used for pipe joints shall consist of 1 part Portland cement to 2 parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C150, Type I. Sand shall conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. B. Water for cement mortar shall be treated and suitable for drinking water. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, Parts A and B, Sikadur 32 Hi-Mod or approved equal. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 5 PRP17368 – Lower Pressure Plane Water Line 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. General: Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C303 and AWWA Manual M9, and the special requirements of this specification. 2. Pipe Design Criteria: a. Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA Manual M9 for trench construction, using the following parameters: Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 Coopers E 80 at railroad Trench Depth As indicated Coefficient Ku’ 0.150 Trench Width (Bd) As indicated Bedding Conditions As indicated Soil Reaction Modulus (E’) 1500 (Typical Trench Section) 3000 (Where Encased) Coefficient k 0.090 Maximum steel stress at working pressure 18,000 psi Maximum calculated deflection, Dy = Dx 1.0% b. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. c. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves (PDV), greater than 6,000 unless otherwise specified. Where indicated on the drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. As an alternate to crotch plate, collars or wrappers may be used when designed in accordance with ASME Section VII Division 1. 3. Provisions for Thrust: Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 6 PRP17368 – Lower Pressure Plane Water Line a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing and a sufficient distance each side of casing. No thrust restraint contribution shall be allowed for pipe in casing, unless the annular space in the casing is filled with cellular grout. b. Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inch, the joints to be welded shall be prepared by trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: 1). The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2). Soil density = 110 pcf (maximum value to be used). 3). Coefficient of friction = 0.3 (maximum value to be used). 4). The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. 5). For horizontal bends, the minimum length of pipe to be restrained shall be calculated as follows: a). For deflections less than 60 degrees: = (∆/2) ( + + ) b). For deflections greater than 60 degrees: = (1 − ∆) ( + + ) Where: L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. ∆ = Deflection angle Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 7 PRP17368 – Lower Pressure Plane Water Line We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 4. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. Joint Wrappers: Similar and equal to those manufactured by Mar Mac Manufacturing Company. C. Joint Bonds, Insulated Connections, and Flange Gaskets: Joint bond, Insulating connections and flange gaskets shall meet the requirements of Section 33 12 16.13 “Miscellaneous Valves.” D. Flexible Couplings and Expansion Joints: See Section 33 12 16.13 “Miscellaneous Valves.” E. Pipe Ends: The standard pipe end shall include carnegie steel joint ring with rubber gasket as per AWWA Manual M9 and AWWA C303. Welded joints shall be provided as required for thrust restraint. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. F. Bend Fittings: All bend fittings shall be long radius (minimum of 2.5 times the pipe ID) to permit easy passage of pipeline pigs. G. Butt Strap Closure Joints: Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. H. Flanges, Nuts and Bolts: Furnish all bolts, nuts, flange gaskets, and insulation kits. Flanges shall conform to AWWA C207 class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. All nuts, bolts and washers exposed inside building or vault shall be carbon steel and coated in accordance with specifications for adjacent pipe. Bolts shall be ASTM A307 grade B with ASTM A563 grade A heavy hex nuts for class B and D flanges. Bolts for class E and F flanges shall be ASTM A193 grade B7 with ASTM A194 grade 2H heavy hex nuts. All buried nuts, bolts and washers shall be Type 316 Stainless Steel of equivalent strength. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti- seize compound during installation. I. Outlets for Weld Leads: The Contractor may use outlets for access for weld leads. Spacing of outlets shall be as determined by the Contractor and pipe manufacturer. Outlet configuration shall be approved by the Engineer. Outlets for weld leads shall be flanged not threaded. Northing and Easting and top of flange shall be recorded on the as-builts. 3.00 EXECUTION 3.01 INSTALLATION A. General: Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 8 PRP17368 – Lower Pressure Plane Water Line 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer’s recommendations and AWWA Manual M9. Pipe shall be laid to the line and grade indicated. 2. The requirements of Section 31 23 33.16 “Trenching and Backfill” govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Maximum allowable pipe deflection is limited to 1 percent for bar-wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. B. Pipe Deflection: 1. Pipe Deflection Measurements: a. The Contractor shall complete internal welding of joints, welding inspections and grout of the inside joints prior to measuring deflection. The welding inspections shall be in accordance with Section 3.01 D. 4. c. b. Deflection measurements shall be made by the Contractor in the presence of the Owner's representative. 1). Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. 2). Measurements shall be recorded by the Contractor. 3). The deflection measurements shall be made no sooner than 5 days and no later than 21 days after backfilling operations are complete. c. Deflection shall be determined with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearly marked on the interior of the pipe. 1). For pipe joints 36 feet in length or less, vertical measurements shall be taken at two locations, 1/4-distance from each pipe end. 2). For pipe joints longer than 36 feet, vertical measurements shall be taken at three locations including 1/4-distance from each pipe end and at the pipe midpoint. d. Vertical measurements may be taken at the same time the internal inspection is being performed. 2. Pipe Deflection Calculations: Deflection shall be calculated and reported by the Contractor within a week from the time the vertical measurements were taken. Deflection at each location shall be calculated using the equations below: Δ = deflection (%) Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 9 PRP17368 – Lower Pressure Plane Water Line ∆ =#(Pipe ID – Vertical Measurement)∗ 100Pipe ID # 3. Pipe Deflection Acceptance Criteria: a. Allowable pipe deflection is limited to 1 percent. b. In no case shall a single measurement at any measured location exceed 1.5 times the allowable deflection. c. These measurements include the allowable tolerance for lining thickness. 4. Correction of Pipe Not Complying with Deflection Requirements: a. If the calculated deflection at any location or any single measurement fails to meet specifications, the entire joint shall be reworked in accordance with the manufacturer’s recommendations and as directed by the Engineer at no additional cost to the Owner. This may include uncovering the pipe, re-compaction of the pipe bedding, and repair of the coating. It is the Contractor’s responsibility to continuously measure and calculate pipe deflection to verify it meets specification. b. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor. 5. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1). Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2). Deflection measurements and calculated deflection for each location measured per joint. 3). It is the responsibility of the Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. C. Pipe Handling: 1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 10 PRP17368 – Lower Pressure Plane Water Line 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16 inch or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005 inch (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12 inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. D. Pipe Jointing: 1. General: a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No “blocking up” of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. b. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 2. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two metal straps. The wrapper shall be 9 inches wide for pipe 36 inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 11 PRP17368 – Lower Pressure Plane Water Line leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one continuous operation until the grout has flowed entirely around the pipe. During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. Interior Joints: a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. b. Interior joints of pipe 24 inches and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints: a. Pipe 36 inches and smaller shall be welded from the outside using the following procedures: 1). Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one section and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M9. b. Pipe 42 inches and larger shall be welded from the inside, using the following procedures: 1). Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M9. When the joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1). Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 12 PRP17368 – Lower Pressure Plane Water Line 2). Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 3). After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4). Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5). Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6). In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7). Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8). If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9). Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10). Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be AWWA C206 and AWS D1.1 certified. Field welding shall be provided by one of the following: a). Hanson Pipe and Products, Inc. b). Fuller’s Service Company, Barry Fuller, (817) 477-3841. c). Scott’s Welding, Scott Fowler, (972) 978-7865. d). Fletcher’s Welding, Darrell Fletcher. e). Ted Cantu, (817) 307-8750. f). Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. g). National Welding Corporation, Nash Williams, (801) 255-5959. Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 13 PRP17368 – Lower Pressure Plane Water Line h). No others will be accepted. 11). After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12). Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests in accordance with ASTM E709, shall be performed by the Contractor’s independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor’s expense. 13). If the Contractor disagrees with the Engineer’s interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. 14). Keep daily welding reports which identify the welder’s name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID#1 – ID#2). Provide three copies of all daily welding reports to owner representative every month. E. Protection of Buried Metal: Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of wax tape in accordance with AWWA C217, and encasing it with flowable fill. F. Patching: 1. Excessive field-patching of lining or coating shall not be permitted. Patching of lining or coating will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12 inches. In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. G. Pipe Bedding and Backfill: 1. Pipe bedding and backfill shall be as specified in Section 31 23 33.16 “Trenching and Backfill.” Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. 3.02 FIELD QUALITY CONTROL A. Disinfect the piping system as specified in Section 33 10 13 “Disinfection Water Utility Distribution.” B. Perform a hydrostatic test as specified in Section 01 45 16.16 “Hydrostatic Testing.” Item 17 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 14 PRP17368 – Lower Pressure Plane Water Line END OF SECTION Item 17 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 1 PRP17368 – Lower Pressure Plane Water Line 33 05 01.09 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install polyvinyl chloride (PVC) pressure pipe, appurtenances, and fittings to the diameters indicated for water supply and wastewater pressure piping. Trenching, backfilling, and pipe embedment shall be in accordance with Section 31 23 33 “Trenching and Backfill.” 1.02 QUALITY ASSURANCE A. Certification: Domestic water piping shall be approved by the Underwriters Laboratory and shall be accepted by the State Fire Insurance Commission for use in water distribution systems. PVC water pipe shall bear the seal of approval (or “NSF” mark) of the National Sanitation Foundation Testing Laboratory for potable water pipe. B. Design Criteria: The maximum allowable load for PVC pipe installations shall produce a maximum deflection of 4 percent. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Certified Test Reports from the Manufacturer’s testing facility or an approved testing laboratory. 2. Manufacturer’s data on piping and jointing methods as Record Data. 3. Thrust restraint lengths and lay schedule as Shop Drawing. 1.04 REFERENCE SPECIFICATIONS A. Section 01 33 00 “Submittal Procedures.” B. Section 01 40 00 “Quality Requirements.” C. Section 33 10 13 “Disinfecting of Water Utility Distribution.” D. Section 31 23 33 “Trenching and Backfill [Utilities].” 1.05 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety. PVC piping and fittings shall be in full compliance with the applicable standards and specifications for each type of plastic pipe involved. Pipe may be rejected for failure to comply with any requirement of this Section. 1. American Society for Testing and Materials (ASTM) Standards: ASTM D1785 Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 Item 17 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 2 PRP17368 – Lower Pressure Plane Water Line ASTM D2464 Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D2466 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings Schedule 40 ASTM D2467 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 ASTM D2855 Standard Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals ASTM F1674 Standard Test Method for Joint Restraint Products for Use with PVC Pipe 2. American Water Works Association (AWWA) Standards: AWWA C104 Cement-Mortar Lining for Ductile Iron Pipe and Fittings for Water AWWA C105 Polyethylene Encasement for Ductile-Iron Pipe Systems AWWA C110 Ductile-Iron and Gray-Iron Fittings AWWA C153 Ductile-Iron Compact Fittings AWWA C605 Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C900 Poly Vinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 through 12 Inches for Water Transmission and Distribution AWWA C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 through 48 Inches for Water Transmission and Distribution 1.06 DELIVERY AND STORAGE A. Store PVC material so that there is no exposure to sunlight. 2.00 PRODUCTS 2.01 MATERIALS A. Pipe: 1. Fourteen to 42 inches: 14” to 42” PR 165 (DR-25) PR 235 (DR-18) C905 with cast Iron Outside dimensions Large diameter transmission mains B. PVC Pressure Piping: 1. Smaller than 4 inches in size shall be Type 1, Grade 1, Polyvinyl Chloride, Schedule 40 pipe conforming to ASTM D1785. 2. For pipe 2 inches in diameter and smaller, joints shall be glued. 3. For pipe larger than 2 inches in diameter, joints shall be bell and spigot push-on type as specified in ASTM D3139. 2 Item 17 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 3 PRP17368 – Lower Pressure Plane Water Line C. Fittings: 3- through 12-inch cast iron and conforming to AWWA C110, American National Standard Specification for Gray Iron and Ductile Iron Fittings. Fittings smaller than 12 inches in diameter shall be of the short body design, ASA Class 250. Fittings for piping smaller than 3 inches shall be in accordance with ASTM D2466. D. Thrust Restraint: Thrust restraint devices shall be Mega-lug or approved equal and shall be factory tested and pressure rated in accordance with ASTM F1674. 1. Joint restraint devices shall be designed specifically for use with PVC pipe of the joint type and pressure rating specified. 2. Restrained joints shall be used for a sufficient distance from each bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purposes of thrust restraint, working pressure shall be design class 150 psi. 3. The length of pipe with restrained joints to resist thrust forces shall be the sole responsibility of and determined by the Pipe Manufacturer using the following parameters: a. Laying condition equal to AWWA C605 Type 3 bedding. b. No thrust restraint contribution shall be allowed for pipe in casing. c. Soil density = 100 pcf. 4. Carrier pipe installed within casing shall be mechanically restrained. 2.02 MARKINGS A. The Pipe Manufacturer shall mark the piping with the size and appropriate AWWA/ASTM Standard designations as applicable. 2.03 MATERIALS A. Schedule 40 or 80 PVC Pipe: ASTM D1785, Type 1, Grade 1, rigid, unplasticized PVC, normal impact, bearing NSF seal. Fitting shall be in accordance with ASTM D2464, D 2465, or D 2467, or AWWA C110 or C153. Schedule 40 pipe shall not be threaded. B. C 900 Pipe: Pipe shall meet the requirements of AWWA C900 with outside diameter equivalent to cast iron pipe, in accordance with AWWA C900, Table 2. Fittings shall be in accordance with AWWA C110 or C153. C. SDR 26 Pipe: Pipe and fittings shall be in accordance with ASTM D2241. 3.00 EXECUTION 3.01 INSTALLATION A. Install pipe, fittings, and specials to the lines and grades indicated. Begin installation at the main supply line valve and make connections where indicated. B. Excavate trenches at the alignment and depth specified or as required for proper installation of pipe. Carefully lower pipe, fittings, and specials into the trench to avoid damage to the pipe and/or fittings. Take necessary precautions to protect pipe during backfilling 2 Item 17 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 4 PRP17368 – Lower Pressure Plane Water Line operations. Replace any damaged pipe before it is buried. Keep the pipe clean during laying operations, and seal the pipe against the entrance of objects at the close of each operating day. C. Place thrust restraint fittings at bends, tees, crosses, valves, and plugs in the pipe line in accordance with approved Shop Drawing lay schedule and Paragraph 2.01.D. D. Buried ductile iron fittings shall be double wrapped in 8mm high density polyethylene encasement in accordance with AWWA C105, repair or replace encasements which have tears, rips or punctures in the polyethylene wrap. E. The minimum cover for 1- to 4-inch PVC piping shall be 36 inches. For 6-inch PVC piping and larger, the minimum cover shall be 48 inches. F. The following minimum horizontal clearances shall be maintained between crossing lines: Water line/new sanitary or reuse sewer line separation. When new sanitary sewers or reuse waterlines are installed, install lines no closer to potable waterlines than 9 feet in all directions. Wastewater lines that parallel potable waterlines must be installed in separate trenches. Where the 9-foot separation distance cannot be achieved, the following guidelines shall apply: G. Where a sanitary sewer parallels a potable waterline, construct the sewer of PVC meeting ASTM specifications with a pressure rating for both the pipe and joints of 150 psi. The vertical separation shall be a minimum of 2 feet between outside diameters and the horizontal separation shall be a minimum of 4 feet between outside diameters. The wastewater line shall be located below the waterline. H. Where a sanitary sewer line crosses a waterline, construct the sewer of PVC with a minimum pressure rating of 150 psi, an absolute minimum distance of 6 inches between outside diameters shall be maintained. In addition, the sewer shall be located below the waterline where possible and one length of the wastewater pipe shall be centered on the waterline. I. Where a sewer crosses over a waterline construct all portions of the sewer within 9 feet of the waterline of PVC pipe with a pressure rating of at least 150 psi using appropriate adapters. J. Solvent weld joints shall be in accordance with ASTM D2855, and shall be made generally as follows: cut square and smooth the ends of the plastic pipe and wipe clean. Apply primer and solvent cement to the outside of the pipe and the inside of the fitting socket with a small brush. Immediately push the coated surfaces snugly together and rotate the pipe approximately one-half turn to insure uniform distribution of the cement. Remove the excess cement by wiping. Cement shall be of type which welds plastic surfaces together. Cement shall be as recommended by the Pipe Manufacturer and shall be compatible with the chemical conveyed. K. Push-on joints shall be in accordance with the manufacturer’s instructions. L. Joint lubricant shall be as recommended by the pipe manufacturer. 3.02 FIELD CONTROL HYDROSTATIC TESTING A. Test PVC pressure piping for leakage by a hydrostatic pressure test in accordance with Section 01 40 00 “Quality Requirements.” Item 17 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.09 - 5 PRP17368 – Lower Pressure Plane Water Line 3.03 PURGING OF WATER LINES A. Purge, sterilize, and test the constructed water lines in accordance with Section 33 10 13 “Disinfecting of Water Utility Distribution.” 1. Accomplish purging by passing an appropriate sized “Polly-Pig(s)” through the pipe. a. Furnish “Polly-Pig(s)” and insert as indicated. b. Where expulsion of the “Polly-Pig” is required through a dead ended main, make a reasonable effort to prevent back flow of purged water into the main after passage of the pig. On a small pipe, such as cast iron pipe through 12 inches, backwater can be prevented from re-entry into the pipe by the temporary installation of a couple of mechanical joint shallow bends and pipe joints to provide a riser out of the trench. On larger pipe, additional excavation of the trench may be necessary to prevent backwater from re-entry into the pipe. c. After passage of the “Polly-Pig”, flushing of backwater from the pipe, achieving satisfactory test results, and at the direction of the Engineer, secure test location openings by plugging and blocking, installing cleaning wye blind flanges, etc., then backfill, and complete appurtenant work necessary to secure the system. 2. Shuttle “Polly-Pigs” through the main from point of insertion to the exit. Where the pipe in the main forms a loop distribution system, make every effort to sweep the complete system. 3. Flush piping sections which were not swabbed by the pig. 4. Flush back flow water from the system that has inadvertently entered the pipe. 5. After purging and flushing, sterilize the system in accordance with procedures in Section 33 10 13 “Disinfecting of Water Utility Distribution.” 3.04 FIELD QUALITY CONTROL A. Do not enclose or cover any Work until inspected. END OF SECTION Item 17 Pipelines Crossing 33 05 23.33 - 1 PRP17368 – Lower Pressure Plane Water Line 33 05 23.33 PIPELINE CROSSING 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install pipe casings or tunnel liners by boring, tunneling or open cut as specified. This section sets forth the requirements for utility lines crossing roadways or railroads using bore, tunneling, or open cut. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. The tunnel liner plate shall be designed by the Manufacturer in accordance with the methods and criteria as specified in AASHTO Standard Specifications for Highway Bridges, Section 16. Soil parameters shall be determined by the Tunnel Liner Plate Manufacturer. The tunnel liner plate shall be designed to allow a maximum deflection of 3 percent. The thickness of the tunnel liner plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength, and resistance to deflection. B. Installer’s Qualifications: Installation shall be by a competent, experienced contractor or sub-contractor. The installation contractor shall have a satisfactory experience record of at least 3 years engaged in similar work of equal scope. C. Performance Requirements: Lateral or vertical variation in the final position of the pipe casing or tunnel liner from the line and grade established by the engineer shall be permitted only to the extent of 1 inch in 10 feet, provided that such variation shall be regular and only in the direction that will not detrimentally affect the function of the carrier pipe. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Record Data of the tunnel liner plate and fasteners from the tunnel liner plate manufacturer. Record Data shall include calculations for the design of the tunnel liner plate sealed by a licensed professional engineer registered in the State of Texas. 2. Record Data of casing insulators including sketches of insulators with material components and dimensions and proposed locations of insulators. 1.04 STANDARDS A. American Association of State Highway and Transportation Officials (AASHTO) Standards: AASHTO M190 Bituminous Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO Standard Specifications for Highway Bridges, 1993 B. American Society of Testing and Materials (ASTM) Standards: Item 17 Pipelines Crossing 33 05 23.33 - 2 PRP17368 – Lower Pressure Plane Water Line ASTM A36 Carbon Structural Steel ASTM A123 Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel Products ASTM A135 Electric – Resistance – Welded Steel Pipe ASTM A139 Electric – Fusion (Arc) – Welded Steel Pipe (NPS4 and Over) ASTM A153 Zinc Coating (Hot Dip) on Iron and Steel Hardware ASTM A307 Carbon Steel Bolts and Studs 60,000 PSI Tensile Strength ASTM A449 Quenched and Tempered Steel Bolts and Studs ASTM A568/ A568M Steel, Carbon, and High Strength, Low Alloy, Hot-Rolled and Cold-Rolled for Commercial Quality ASTM C76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM D4254 Test Method for Minimum Index Density of Soils and Calculation of Relative Density C. American Water Works Association (AWWA) Standards: AWWA C206 Field Welding of Steel Water Pipe AWWA C210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines 1.05 DELIVERY AND STORAGE A. Store tunnel liner plates according to the manufacturer’s instructions. Avoid damaging coating during loading, transportation, unloading, or installation. Store tunnel liner plates so they do not pond or store water. 1.06 JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS A. Where the work is in the public right-of-way or railroad company right-of-way, the Owner will secure the appropriate permits or easements. The Contractor shall observe regulations and instructions of the right-of-way Owner as to the methods of performing the work and take precautions for the safety of the property and the public. Negotiations and coordination with the right-of-way Owner shall be carried on by the Contractor, not less than 5 days prior to the time of his intentions to begin work on the right-of-way. B. Comply with the requirements of the permit and/or easement, a copy of which is included in the Appendix. The work within the Texas Department of Transportation (TXDOT) shall comply with TXDOT specifications. If required by the Right-of-Way Owner, obtain Protective Liability Insurance in the amount required by the particular company or other insurance as is specified in the permit at no additional cost to the Owner. Acquire a permit, agreement, or work order from the right-of-way Owner as is required. C. Construction along roads and railroads shall be performed in such manner that the excavated material be kept off the roads and railroads at all times, as well as, all operating equipment. Construction shall not interfere with the operations of the roads and railroads. D. Barricades, warning signs, and flagmen, when necessary and specified, shall be provided by the Contractor. E. No blasting shall be allowed. Item 17 Pipelines Crossing 33 05 23.33 - 3 PRP17368 – Lower Pressure Plane Water Line F. Existing pipelines are to be protected. The Contractor shall verify location and elevation of any pipe lines and telephone cable before proceeding with the construction and plan his construction so as to avoid damage to the existing pipe lines or telephone cables. Verification of location of existing utilities shall be the complete responsibility of the Contractor. Any utility conflicts that affect tunnel operations shall be brought to the attention of the Owner prior to tunneling operations beginning. Any relocation, repair, etc. of existing utilities shall be in accordance with the requirements of the utility owner, all at the expense of the Contractor. The Contractor may with the Owner’s approval, extend the tunneling operation to avoid utilities, at no additional cost to the Owner. 1.07 OPTIONS A. Casing Material: Unless specified otherwise, the Contractor may use steel pipe, reinforced concrete pipe, or tunnel liner plate where bore and/or tunnel is specified. Unless specified otherwise, the Contractor may use steel pipe or reinforced concrete pipe where open cut casing is specified. The material specification for casing pipe and tunnel liner are the minimum acceptable. The Contractor shall be fully responsible to insure the materials used are of sufficient strength for the installation method chosen and the soil conditions encountered. B. Bore and Tunnel Methods: Unless specified otherwise, the Contractor may use boring, jacking, tunneling for the installation method of casing material. Tunnel liner plate shall not be used where bore or jack methods are used. The Contractor shall be fully responsible to insure the methods used are adequate for the protection of workers, pipe, property, and the public. Provide a finished product as required. 2.00 PRODUCTS 2.01 MATERIALS A. Steel Pipe: Steel casing pipe shall have a minimum yield strength of 35,000 psi. Casing shall meet ASTM A36, ASTM A568, ASTM A135, ASTM A139, or approved equal. Pipe shall be coated and lined in accordance with AWWA C210 or approved equal. Pipe joints shall be welded in accordance with AWWA C206. After pipe is welded, coating and lining shall be repaired. If any lining is damaged during boring operations the pipe shall be inspected and lining shall be repaired prior to carrier pipe installation in accordance with AWWA C210. Unless specified otherwise, the minimum wall thickness of steel casing pipe shall be as follows: Casing Diameter Wall Thickness 4” to 24” 0.25” 25” to 60” 0.50” B. Tunnel Liner Plates: Corrugated metal tunnel liner plates shall be galvanized and asphalt coated; made from steel sheets conforming to the requirements of ASTM A569. Material to be galvanized shall be zinc coated in accordance with ASTM A123, except that the zinc shall be applied at a rate of 2.0 oz. per square foot on each side. Asphalt coating shall comply with AASHTO M190. Tunnel liner plates and fasteners shall comply with the requirements of AASHTO Standard Specifications for Highway Bridges, 2003. Liner plates shall be punched 2 Item 17 Pipelines Crossing 33 05 23.33 - 4 PRP17368 – Lower Pressure Plane Water Line for bolting on both longitudinal and circumferential seams, fabricated to permit complete erection from the inside of the tunnel. Bolts and nuts shall be galvanized to conform to ASTM A153. Plates shall be of uniform fabrication and those intended for one size tunnel shall be interchangeable. Welding of tunnel liner plate shall not be allowed. The material used for the construction of these plates shall be new, unused, and suitable for the purpose intended. Workmanship shall be first class in every respect. Minimum thickness of tunnel liner plate shall be as follows: Tunnel Diameter Minimum Thickness 2- Flange 4- Flange 54” 0.135” 0.135” 60” 0.135” 0.135” 66” 0.135” 0.179” 72” 0.135” 0.209” 78” 0.135” 0.209” 84” 0.164” 0.250” 90” 0.164” 0.313” 96” 0.164” 0.313” 102” 0.179” 0.313” 2.02 MIXES A. Cement Mortar: Consisting of 1 part cement to 2 parts clean sand with sufficient water to make a thick workable mix. B. Pressure Grout Mix: Comprised of 1 cubic foot of cement and 3.5 cubic feet of clean fine sand with sufficient water added to provide a free flowing thick slurry. If desired to maintain solids in the mixture in suspension, 1 cubic foot of commercial grade bentonite may be added to each 12 to 15 cubic feet of the slurry. C. Cellular Grout Mix: The cellular grout shall be a low-density, non-shrink grout composed of Type II Portland Cement, water, and a performed foam. The cellular grout shall have the following characteristics: 1. Minimum 28-day Compressive Strength = 1000 psi. 2. Slurry (Wet) Density = 50 to 60 pcf. 3. Cement = Type II, per ASTM C150. 4. Water = Potable. 5. Foam = Per ASTM C869. 6. Water/Cement Ration = 0.56b to .60. 2.03 MANUFACTURED PRODUCTS Item 17 Pipelines Crossing 33 05 23.33 - 5 PRP17368 – Lower Pressure Plane Water Line A. Tunnel Liner: Manufactured by Contech, Dywidag Systems International (DSI), or approved equal. B. Mortar Bands: Concrete cylinder pipe and mortar coated steel pipe may have thickened outside mortar bands in lieu of casing insulators. Mortar bands shall be properly position the pipe within the casing or tunnel liner. C. Casing Spacers: Spacers may extend for the full length of a pipe joint – including bell and spigot portions – or may be spaced at intervals. Spacers shall be securely fastened to the pipe. Band or shell of the spacer shall be 14 gauge stainless steel. Runners shall be either glass reinforced plastic or high molecular weight polymer. Fasteners for spacers shall be stainless steel or cadmium-plated. 3.00 EXECUTION 3.01 GENERAL CONSTRUCTION PROCEDURES A. Excavation and Backfill of Access Pits: 1. Do not allow excavation over the limits of the bore or tunnel as specified. Trench walls of access pits adjacent to the bore or tunnel face shall be truly vertical. Shore the trench walls as necessary to protect workmen, the public, structures, roadways, and other improvements. 2. Work to be performed may require draining, pumping, and dewatering operations necessary to complete the Work as specified and as indicated on the Drawings. It is the intent of this Section that such draining, pumping, and dewatering shall be the obligation of the Contractor, and the cost of such included in the price bid for boring and/or tunneling operations. The Contractor shall provide all necessary coffer dams and pumping to remove all surface water, ground water, leakage, and water from other sources from excavations. 3. Excavations within the right-of-way and not under surfacing shall be backfilled and consolidated by tamping in 6-inch horizontal layers to 95 percent of maximum density as measured by ASTM D698. Surplus material shall be removed from the right-of-way and the excavation finished to original grades. Backfill pits immediately after the installation of the carrier pipe is completed. If carrier pipe is not installed immediately after casing pipe installation, the Right-of-Way Owner may require the access pits be temporarily backfilled until installation of carrier pipe. 4. Where seeding or sodding is disturbed by excavation or backfilling operations, such areas shall be replaced by seeding or sodding as specified in Section 31 23 33.16 “Trenching and Backfill.” 5. The Contractor shall contact TxDOT prior to excavation of any bore pit an adequate amount of time before Work begins to familiarize himself with the TxDOT requirements. B. Installing Carrier Pipe In Casings: 1. Pipe to be installed within the tunnel liner shall meet the requirements for this type of pipe as specified. Where indicated, place, align, and anchor guide rails inside the tunnel liner. If guide rails are used, place cement mortar on both sides of the rails. Rollers are to be used on steel pipe to protect the coating. Item 17 Pipelines Crossing 33 05 23.33 - 6 PRP17368 – Lower Pressure Plane Water Line 2. Pull or skid pipe into the tunnel liner per the Drawings. Lubricants such as flax soap or drilling mud may be used to ease pipe installation. Do not use Petroleum products, oil or grease for this purpose. 3. After installation of the carrier pipe, mortar inside and outside of the joints as applicable. Verify electrical discontinuity between the carrier pipe and tunnel liner. If continuity exists remedy the problem prior to applying the cellular grout. 4. If grouting of the annular space between the carrier pipe and tunnel liner is required after carrier pipe installation is complete, the annular space between the carrier pipe and tunnel liner shall be completely filled with cellular grout. The Installation Contractor shall take precautions to prevent flotation of the carrier pipe during grouting. The exterior joints of mortar coated steel or concrete cylinder pipe are not required to be mortared if Flex Pro-Tex is used. Exterior joint coating (heat shrink sleeves) is required for polyurethane coated steel pipe. Provide necessary bulkheads as recommended by the Cellular Grout Supplier. If pressure is used to apply the grout, verify the maximum allowable pressure with the carrier pipe manufacturer, and do not exceed this pressure. C. Free-Air System: 1. If required by OSHA standards, free-air systems shall be installed and maintained. D. Installation of Pressure Grout Mix: 1. Install pressure grout mix in the void space between the outside of the casing pipe or tunnel liner and the excavation. For bore or jacks with casing pipe, install pressure grout mix immediately upon completion of setting casing pipe. For tunnel liner plate, install pressure grout mix at the end of each work day or more often as conditions warrant. 2. Unless specified otherwise, install pressure grouting through grout fittings for the casing pipe or tunnel liner plate 48 inches in diameter or larger. Grout fittings shall be fabricated into casing pipe and tunnel liner plate at a maximum spacing of 6 feet. Remove and plug grout fittings after pressure grouting. 3. Install pressure grout from the low end for all crossings where grout fittings are not used. Seal the low end and pressure grout until grout is extruded from the opposite end. 3.02 CROSSINGS INSTALLED BY BORING A. Perform the boring from the low or downstream end unless specified otherwise. Bore the holes mechanically and use a pilot hole. By this method, an approximate 2-inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade. This pilot hole shall serve as the centerline of the larger diameter hole to be bored. Place excavated material near the top of the working pit and dispose of material as required. The use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. Jetting shall not be permitted. If pilot hole is off grade or not in line, Contractor shall fill pilot hole with grout, allow 24 hours to cure and attempt the pilot hole again. Bore will not proceed until pilot hole is drilled properly. B. In unconsolidated soil formations, a gel-forming colloidal drilling fluid consisting of at least 10 percent of high grade carefully processed bentonite may be used to consolidate cuttings Item 17 Pipelines Crossing 33 05 23.33 - 7 PRP17368 – Lower Pressure Plane Water Line of the bit, seal the walls of the hole, and furnish lubrication for subsequent removal of cuttings and installation of the pipe immediately thereafter. C. In locations where the soil formation is other than consolidated rock, insert the casing pipe simultaneously with the boring operation. This requirement applies to all bored holes of 18 inches or greater in diameter. For smaller diameter bored holes, the casing shall be installed as the boring progresses, if possible, but because of differences in soil formations the time for inserting the casing shall be the Contractor's responsibility. In the event that caving sand or water bearing materials are encountered, insert the casing pipe simultaneously with the boring operation regardless of the diameter of the bored hole. In all cases, the security and integrity of the roadway, railroad, or other improvement being crossed is the primary concern. The Contractor shall be held fully responsible for the continued integrity of the structure of the roadway being crossed, whether or not a casing pipe is inserted simultaneously with the boring operation. 3.03 CROSSINGS INSTALLED WITH TUNNEL LINER PLATE A. Install the tunnel liner plates to the limits indicated and as specified in AASHTO Standards Specifications for Highway Bridges, Section II-26, Construction Tunnels Using Steel Tunnel Liner Plates. Assemble steel liner plates into circumferential rings. Liner plates shall be of the type to permit segments to be installed completely from inside the tunnel or bore. B. Accurately maintain the face of the excavation inside the tunnel so as to allow the absolute minimum of void space outside the liner plate. Maintain a maximum of 1/2-inch tolerance between the outside of the liner plate and the excavation wherever possible. The tunnel diameter shall not be greater than 2 inches larger than the liner O.D. C. Liner plate installation shall proceed as closely as possible behind the excavation. Excavation shall at no time be more than 6 inches ahead of the required space to install an individual tunnel liner plate. Use breast plates, poling boards or other suitable devices to maintain accurate excavation with the minimum of unsupported excavation at any time. Tunnel liner plate shall not be allowed to deflect vertically during installation. 3.04 CROSSINGS WITH CASING INSTALLED BY OPEN CUT A. This article covers the requirements for the construction of crossings where pipe casing is required for installation by the open cut method. Excavation, backfill, and embedment of casing pipe shall be as specified in Section 31 23 33.16 “Trenching and Backfill [Water Resources].” All other requirements shall be as specified herein. END OF SECTION Item 17 Disinfecting of Water Utility Distribution 33 10 13 - 1 PRP17368 – Lower Pressure Plane Water Line 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION 1.00 GENERAL 1.01 WORK INCLUDED A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C. Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. D. Contractor will be responsible to disinfect existing 42” pipe sections. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA B301. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA Standard C651 - Water Mains, C652 - Storage Facilities, C653 – Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. 2. Seal the open ends of pipe with water-tight plugs when pipe is not being laid. 3. Pump water from trenches before removing the plug when water accumulates in the trench. C. Complete hydrostatic test of the line prior to disinfection. D. Wash the surfaces to be disinfected. 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. Item 17 Disinfecting of Water Utility Distribution 33 10 13 - 2 PRP17368 – Lower Pressure Plane Water Line E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: C651 - latest revision. 2. Water Storage Facilities: C652 - latest revision. 3. Water Treatment Plants: C653 - latest revision. F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C. Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER A. Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be “de-chlorinated” prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AWWA, EPA, and TCEQ regulatory requirements. 1. The Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. 2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. Item 17 Disinfecting of Water Utility Distribution 33 10 13 - 3 PRP17368 – Lower Pressure Plane Water Line 5. For discharges that extend beyond an hour in duration, a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit. 10. The Contractor must record all hydrostatic test water sample results on an approved DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. See attached form B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volumes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. END OF SECTION Item 17 Disinfecting of Water Utility Distribution 33 10 13 - 4 PRP17368 – Lower Pressure Plane Water Line Item 17 Steel Pipe and Fittings 33 11 13.13 - 1 PRP17368 – Lower Pressure Plane Water Line 33 11 13.13 STEEL PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating and lining shall be as specified herein and in Section 09 97 13 “Pipeline Coatings and Linings.” The pipe coating shall be polyurethane unless the use of mortar coated or epoxy coated steel pipe is indicated on the Drawings. 1.02 QUALITY ASSURANCE A. Experience Requirements: 1. Pipe shall be the product of one manufacturer who has had not less than 5 years’ successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, fittings, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The intent is that the lining and coating for the pipe or the fitting be done at the same location as the pipe or fitting. The pipe and fitting may be manufactured at different locations. The Engineer will waive the requirement for 5 years’ experience in manufacturing of the pipe, when at the sole discretion of the Engineer, the manufacturer’s experience and capabilities meet the intent of the experience requirement. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U.S.A., and shipping over salt waterways will not be allowed. 2. The lining for pipe diameters of 108-inch and smaller shall be shop applied spun cement mortar lining. 3. The manufacturer shall be certified under SPFA or ISO 9001 quality certification program for steel pipe and accessory manufacturing. B. Owner Testing and Inspection: 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the Work whenever it is in preparation or progress, and the pipe manufacturer shall provide proper facilities for access and for inspection. The pipe manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe fabrication so that the Owner may advise the manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this Section shall be subject to rejection at any time prior to Owner's final acceptance of the product. Pipe manufacturer shall be responsible for repairs to the coating system required as a result of Owner testing (polyurethane-coated pipe only) at no additional cost to the Owner. 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow Item 17 Steel Pipe and Fittings 33 11 13.13 - 2 PRP17368 – Lower Pressure Plane Water Line downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. D. Cement Mortar Lining: Shop-applied cement mortar linings shall be tested in accordance with AWWA C205 and as specified in Section 09 97 13 “Pipeline Coatings and Linings.” E. Pipe Coatings: Pipe coating shall be as specified in Section 09 96 00 “High Perfromance Coatings.” F. Hydrostatic Pressure Testing and Welding Testing: 1. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the Pipe Manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. 2. Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector paid for by the Pipe Manufacturer. G. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in accordance with ASTM A370. H. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. I. Mill Certification: The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. J. Manufacturer's Technician for Pipe Installation: K. Manufacturer's Technician for Pipe Installation: 1. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site Item 17 Steel Pipe and Fittings 33 11 13.13 - 3 PRP17368 – Lower Pressure Plane Water Line full time; however, the technician shall be on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The pipe manufacturer shall provide services of the polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 1 week at beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink installation procedures and general construction methods and how they may affect the pipe coating. 3. The manufacturer's representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with the Specifications. Cost for the manufacturer’s representatives to return to the Site shall be at no additional cost to the Owner. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: B. SHOP DRAWINGS 1. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop Drawings shall include: Schematic location, which shall include a profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. Shop Drawings shall be based on the Contract Documents and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. The specific number of each pipe and fitting, location of each pipe, direction of each fitting in the completed line shall be depicted. Full details of reinforcement and dimensions for pipe and fittings. Location of all outlets as required by the Contractor to install welds. Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. Provisions for thrust restraint Where welded joints are required, welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage shall be depicted. 2. The Contractor’s Proposed Field Welding Procedure Specification (WPS) in accordance with AWWA C206 and AWS D1.1. C. CERTIFICATION OF COMPLIANCE WITH CONTRACT DOCUMENTS 1. Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials Item 17 Steel Pipe and Fittings 33 11 13.13 - 4 PRP17368 – Lower Pressure Plane Water Line furnished, comply with this Section, Drawings, and the applicable requirements of the AWWA standards. D. CERTIFIED TEST REPORTS Submit the following Certified Test Reports prior to shipment of the pipe: 1. Copies of results of factory hydrostatic tests and test of fittings shall be provided to the Engineer. 2. Mill certificates, including chemical and physical test results for each heat of steel, Charpy v-notch tests, and elongation tests. 3. A Certified Test Report from the coating Manufacturer indicating that the coatings were applied in accordance with Manufacturer's requirements and in accordance with this Section on all pipe, fittings and joints made in the factory. 4. Welder Qualifications Records (WQR) in accordance with AWWA C206 and AWS D1.1 for both factory and field welders. 5. Certified test reports for cement mortar tests. 6. Gasket certification in accordance to AWWA C200 shall be provided where bell and spigot gasket joint pipe is specified. 7. Copies of all manufacturer’s factory quality control tests. E. RECORD DATA 1. Prior to fabrication, submit the following: Manufacturer’s Welding Procedure Specifications per AWS D1.1 or Section IX of the ANSI/ASME Boiler and Pressure Vessel Code, under ANSI/AWS B2.1. Submit inspection procedures to be used by Manufacturer and for quality control and assurance for materials and welding. Submit standard repair procedures that describe in detail shop and field work to be performed. Certification showing calibration within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner. 2. Provide copies of “Release for Manufacture” layout sheets prior to pipe delivery. 3. Daily welding reports for field welding showing welder and joint welded shall be submitted monthly. 4. After construction, the Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. 5. After construction, the installation Contractor shall provide ASCI electronic record data showing top-of-pipe survey every 50 feet along the pipeline and at horizontal and vertical deflections. 1.04 STANDARDS Item 17 Steel Pipe and Fittings 33 11 13.13 - 5 PRP17368 – Lower Pressure Plane Water Line A. Except as modified or supplemented herein, the steel pipe, coatings, linings, fittings, and specials shall conform to the applicable requirements of the following standards and specifications, latest edition: 1. American National Standards Institute (ANSI)/NSF: ANSI/NSF Standard 61. 2. American Society of Mechanical Engineers (ASME): ASME Shop Welding Certification. 3. American Society for Testing and Materials (ASTM): American Society for Testing and Materials (ASTM) ASTM C33 Specifications for Concrete Aggregates ASTM C35 Specifications for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specifications for Portland Cement ASTM D16 Paint, Varnish, Lacquer, and Related Products ASTM D522 Mandrel Bend Test of Attached Organic Coatings ASTM E165 Practice for Liquid Penetrant Inspection Method ASTM E709 Practice for Magnetic Particle Examination ASTM E1444 Guide for Magnetic Particle Examination 4. American Water Works Associations (AWWA): American Water Works Associations (AWWA) AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger - Shop-Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement-Mortar Lining of Water Pipelines - 4 Inches and Larger - In- Place AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation Item 17 Steel Pipe and Fittings 33 11 13.13 - 6 PRP17368 – Lower Pressure Plane Water Line 5. American Welding Society (AWS): AWS D1.1 – Structural Welding Code. 6. Steel Structures Painting Council (SSPC): Steel Structures Painting Council (SSPC) SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near-White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA/Guide 3 Steel Structures Painting Council - A Guide to Safety in Paint Application SSPC-PS/ Guide 17 Steel Structures Painting Council - A Guide for Selecting Urethane Painting Systems 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach the Site in an undamaged condition. Pipe segments damaged in shipment that requires more than two repairs per segment will not be accepted at the Site. No more than 10 percent of all segments shall have damage repairs, or all damaged pipe segments will be rejected. Normal factory repair of lining and coating for fabrication of fittings and specials is acceptable. 2. Pipe sections shall be handled in accordance with Paragraph 3.01.C – Pipe Handling. In all instances deliver, handle, and store pipe in accordance with the Manufacturer’s recommendations to protect coating systems. Upon delivery of the pipe, notify the Engineer, so that inspection can be made. 3. For mortar lined pipe, after the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Additional stulls shall be included, as determined by the Pipe Manufacturer, if required to protect the pipe from damage. The Pipe Manufacturer’s stulling shall meet or exceed the standards listed in ASCE MOP No. 79. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Timber stulls will be allowed in diameters above 84-inch, if it can be demonstrated that the timbers will stay in place until backfilling. Pipe and liner shall be Item 17 Steel Pipe and Fittings 33 11 13.13 - 7 PRP17368 – Lower Pressure Plane Water Line protected from damage from stulls using shaped wood pads or similar devices, unless it can be demonstrated that the wood pads are not required to prevent damage to the pipe lining. Stulls shall not be welded directly to the pipe except at the end of the pipe where the mortar is held back. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid, set to grade and backfilled. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number as shown on the Shop Drawings. The top centerlines shall be marked on all fittings and specials. Each joint of pipe and each fitting shall also be marked at each end on the interior lining near but not inside the bell or spigot with the section designation and pipe identification number as shown on the approved Shop Drawings. Markings should be visible from inside the pipe after installation during and after field welding, joint grouting, and inspection. Markings should be applied a minimum of 3” in height with a waterproof paint or dye resistant to fading due to UV exposure. C. Point of Delivery: It is desired that pipe be hauled direct from pipe plant to the Site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of installation. 2.00 PRODUCTS 2.01 MATERIALS A. Cement Mortar Linings: Cement mortar linings shall be shop-applied (plant-spun) for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica sand and shall not leach in water. Curing of the linings shall conform to the requirements of AWWA C205. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. B. Flanges, Nuts, Bolts and Gaskets: Furnish all bolts, nuts, flange gaskets, and insulation kits. All nuts, bolts and washers exposed inside building or vaults shall be carbon steel and coated in accordance with the specifications for adjacent pipe. Bolts shall be ASTM A307 grade B with ASTM A563 grade A heavy hex nuts for class B and D flanges. Bolts for class E and F flanges shall be ASTM A193 grade B7 with ASTM A194 grade 2H heavy hex nuts. All buried nuts, bolts and washers shall be Type 316 Stainless Steel of suitable strength to meet the service requirements. Manufacturer or supplier shall determine type of nuts and bolts needed to meet the service requirements. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. Non-insulated flange gaskets for working pressures up to 175 psi shall be rubber gaskets per AWWA C207. Non-insulated gaskets for working pressures above 175 psi shall be Item 17 Steel Pipe and Fittings 33 11 13.13 - 8 PRP17368 – Lower Pressure Plane Water Line compressed fiber gaskets per AWWA C207. Insulating gaskets shall be full-face Type E with O-ring seal. The complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be full-length Mylar or fiberglass reinforced epoxy (NEMA G-10 grade). Insulating washers shall be fiberglass reinforced epoxy (NEMA G-10 grade). Acceptable manufactures are GPT Industries (Houston, TX), Advanced Products and Systems (Scott, LA), or Central Plastics Co. (Shawnee, OK). C. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed and fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. D. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs. E. Threaded Outlets: No threaded outlets will be allowed. F. Outlets for Weld Leads: The Contractor may use factory manufactured outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be shown in the Shop Drawings. Spacing of outlets shall be no closer than 500 feet. Outlets for appurtenances shall be used in the calculation of outlet spacing. Outlet configuration shall be approved by the Engineer. G. Joint Bonds: a. Coated Steel Pipe: i. Joint bonds shall be solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with two punched holes for thermite welding to the pipe. Strap bond shall be 12-inches long, maximum. ii. Provide three joint bonds per pipe joint. iii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. iv. Bonds shall be as manufactured by Erico Products, Continental Industries, or approved equal. b. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints for Steel Pipe: i. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide three bonds per joint for pipe less than 54-inches in diameter and four bonds per joint for pipe 54- inches or greater in diameter. ii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. c. Insulated Flexible Coupling Joints for Steel Pipe: Item 17 Steel Pipe and Fittings 33 11 13.13 - 9 PRP17368 – Lower Pressure Plane Water Line i. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. ii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. iii. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. I. Flexible Joint Couplings: Where couplings are indicated, furnish and install a gasketed, sleeve-type coupling as described below: 1. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of one steel middle ring, two steel followers, two rubber- compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower- ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1% beyond the yield point. 2. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads and be Type 316 stainless steel. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. 3. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material that will not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also posses the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. 4. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement, unavoidable variations in trench gradient, etc. The coupling shall be Dresser, Style 38, as manufactured by Dresser Manufacturing Division, Bradford, Pennsylvania, Depend-O-Lok as manufactured by Victaulic, Easton, Pennsylvania or an approved equal. J. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 97 16 PIPELINE COATINGS AND LININGS. K. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00 HIGH PERFORMANCE COATINGS or Section 09 97 16 PIPELINE COATINGS AND LININGS. L. Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09 96 00 HIGH PERFORMANCE COATINGS or Section 09 97 16 PIPELINE COATINGS AND LININGS. Item 17 Steel Pipe and Fittings 33 11 13.13 - 10 PRP17368 – Lower Pressure Plane Water Line M. Test Bulkheads: Installation Contractor shall coordinate with Owner to furnish test bulkheads in accordance with the Drawings. Additional test bulkheads not shown in the Contract Drawings but requested by the Installation Contractor will be paid for by the Installation Contractor. 1. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The manufacturer may use either one or two plugs to allow testing on each side. 2. Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of the plug. The 30-inch outlets shall be supplied with a 30”x16” reducing flange with 16” blind flange. H. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall have a mortar coating over the polyurethane coating. The coating shall have at least two mortar bands at a minimum of two inches thick, or thick enough to be a larger outside diameter than the bell including heat shrink sleeve. The mortar coating is to allow the pipe to be installed by skidding on pipe rings. The Manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process. 2.02 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33. Exterior joint mortar (where applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop-Applied Cement Mortar Lining: Mortar for patching shall be as per interior joints. C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi-Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe Design: a. Steel pipe shall be manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: Item 17 Steel Pipe and Fittings 33 11 13.13 - 11 PRP17368 – Lower Pressure Plane Water Line Pipe Design Criteria Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 (at all locations except railroads) Coopers E 80 at railroad Trench Depth As indicated Deflection Lag Factor (Dl) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection (Dy = Dx) 2 % (Polyurethane Coated Steel Pipe) Soil Reaction Modulus (E') 1500 (typical trench section) or 3000 (where encased) b. The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIII, Division 1. c. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. d. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall the pipe and embedment system be installed deeper than its design allows. e. Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. 2. Provisions for Thrust: Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are specifically shown on the Drawings. Item 17 Steel Pipe and Fittings 33 11 13.13 - 12 PRP17368 – Lower Pressure Plane Water Line Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: 1). The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2). Soil Density = 110 pcf (maximum value to be used). 3). Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). 4). The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe. 5). For horizontal bends, the length of pipe to be restrained shall be calculated as follows: a). For Δ less than 60 degrees: ∆2⁄ 2 b). For Δ greater than 60 degrees: 1 ∆ 2 L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross-sectional area of pipe steel cylinder I.D. Δ = Deflection angle We = Weight of earth prism above the pipe Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 6.) For vertical bends, the length of pipe to be restrained shall be calculated in accordance with AWWA M11 3. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness: Item 17 Steel Pipe and Fittings 33 11 13.13 - 13 PRP17368 – Lower Pressure Plane Water Line a. The minimum pipe wall steel thickness shall be 0.183 inch or pipe ID/230, whichever is greater for pipe and fittings. All pipe, fittings and specials shall have a maximum or minus tolerance of .005 inches. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such that the fiber stress shall not exceed 50 percent of the specified yield strength of the steel, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure Polyurethane Coated Steel 23,000 psi b. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25 inches or Pipe ID/144, whichever is greater. c. Fittings over 15 degrees, pipes with outlets 24-inches in diameter and larger, main line tees and wyes, and pipe which are above grade or exposed (not in a trench or casing) shall have the following minimum thickness: 36” Diameter and Smaller 0.25” 37” < Diameter ≤ 60” 0.375” 61” < Diameter ≤ 84” 0.50” 85” < Diameter ≤ 96” 0.625” 97” < Diameter ≤ 120” 0.75” d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). 5. Seams: Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 26 42 13 “Passive Cathodic Protection for Underground and Submerged Piping” and Section 33 12 16.13 “Miscellaneous Valves.” All rubber gasket joints shall be bonded for electrical continuity. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the diameter to permit passage of pipeline pigs. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. 1. Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or Carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA C200 standard. The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall be an integral Item 17 Steel Pipe and Fittings 33 11 13.13 - 14 PRP17368 – Lower Pressure Plane Water Line rolled groove or a Carnegie shaped steel joint ring in accordance with AWWA C200 and as shown in AWWA Manual M11, current edition. Carnegie spigot ring shall be welded to the pipe cylinder. The welded area of bell and spigot pipe ends shall be checked after welding by the magnetic particle method. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 to .04 inch as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for the specified pressure and a maximum deflected joint pull. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3 percent. At the pipe manufacturer’s option, all steel pipe joints may be lap-welded slip joints in lieu of rubber gasket joints.. 2. Lap Welded Slip Joint: Lap welded slip joint shall be provided in all locations for pipe larger than 48 inches, for pressure class greater than 250 psi and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one end expanded in order to receive a plain end making a bell and plain end type of joint. Bells formed by rolling shall be approved by the Engineer. Clearance between the surfaces of lap joints shall not exceed the requirements of AWWA C206. The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. The depth of bell shall be such as to provide for a minimum lap of 2 inches or 3 times the thickness of the belled pipe, whichever is greater. Provide a deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. Lap welded slip joints may be welded from the inside or outside for pipe diameters 42 inches and larger. All other sizes shall be welded from the outside. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flanges shall match the fittings or appurtenances which are to be attached. Flanges shall be spot faced or back faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings and as specified in Section 2.01.I of this specification. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the coupling manufacturer’s tolerance, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11. Item 17 Steel Pipe and Fittings 33 11 13.13 - 15 PRP17368 – Lower Pressure Plane Water Line 5. Butt Strap Closure Joints: Where necessary to make closure to pipe previously installed, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Section. Where butt strap closure joints cannot be hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes from a threaded fitting between the welds. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the manufacturer's recommendations and AWWA M11 and AWWA C604. Pipe shall be laid to the lines and grade indicated. Just before each joint of polyurethane coated steel pipe is lowered into the ditch it is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Section 31 23 33.16 – TRENCHING AND BACKFILL govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as set forth below. a. Average allowable pipe deflection is limited to 2% for polyurethane coated steel pipe and 1% for mortar and shotcrete coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as: ! " #$%&"’ () *(’+() #$ ! "#$ x100 b. Deflection measurements shall be made by the Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. c. The contractor shall measure deflection approximately 30 days after backfill to final grade. At the beginning of the project, the first mile of pipe shall be checked seven days after backfill and again 30 days after backfill. Payment for pipe installation will not be made until pipe deflection is measured, unless otherwise approved by the Owner. No Pipe may be measured for compliance prior to 15 days. d. The Owner may, at his discretion, perform additional verification measurements on any area prior to substantial completion. e. Average deflection shall be determined by averaging the pipe’s measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. f. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, ¼-distance from each pipe end. Approximately 10 feet from each end. Item 17 Steel Pipe and Fittings 33 11 13.13 - 16 PRP17368 – Lower Pressure Plane Water Line g. For pipe joints longer than 36 feet, measurements shall be taken at three locations including ¼-distance from each pipe end and at the pipe midpoint. h. If the average calculated deflections for any segment of pipe or any single measurement fails to meet specifications, the entire segment of pipe shall be reworked in accordance with the Manufacturer’s recommendations and as directed by the Engineer at no additional cost to the Owner. This may include uncovering the pipe and re-compaction of the pipe embedment, and repair of coating. A pipe segment shall be defined as a length of manufactured pipe between manufactured or field constructed joints. i. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. Lining damage shall be repaired in accordance with the Manufacturer’s recommendations and as directed by the Engineer at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re- compaction of the pipe embedment, and repair of the coating. j. Where pipe has been reworked to comply with the deflection requirements, Contractor shall re-measure for deflection no earlier than seven days after the repaired pipe is backfilled. Owner will re-inspect for flat spots at this time. k. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements. 3. All costs associated with measuring for pipe deflection and any repairs or rework associated with meeting these requirements shall be borne by the Contractor. 4. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. The Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in the event of heavy rain during the night. 5. Install bonds at all pipe joints, other than welded joints or insulated joints. 6. Pipe Deflection Reports: A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1). Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2). Deflection measurements and calculated deflection for each location measured per joint. 3). It is the responsibility of the Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. B. Line, Grade and Cover over Top of Pipe 1. It is intended that the pipe be laid to the depth specified or shown on Drawings. Cover shall be defined as the distance from the top of the pipe barrel to the natural ground surface. The Contractor shall be required to lay the pipe, to conform to the profiles Item 17 Steel Pipe and Fittings 33 11 13.13 - 17 PRP17368 – Lower Pressure Plane Water Line shown on the approved Shop Drawings within six inches vertically and one foot horizontally. C. The grades shall be constructed so as to provide a uniform grade between low points and high points, and intermediate high and low points shall be eliminated. No additional compensation shall be made for extra trench depth required to meet these conditions D. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. E. Line Up and Bends: 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. Welded joints shall have an overlap of 2-inch minimum to 4- inch maximum. 2. All under-stabbed joints shall be butt strapped or re-stabbed. All over-stabbed joints shall not be acceptable. A joint shall be considered over-stabbed if the stabbed section is greater than 3-1/2 inches or the inside mortar gap is less than 1/4-inch. All over- stabbed joints shall be re-stabbed, butt strapped, or welded. 3. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 4. Where pipe horizontal alignment is on a curve, contractor may pull joints to make a curved alignment. Pulled joints that are welded shall meet the overlap requirements mentioned above. Pulled rubber gasket joint deflection shall not exceed 75% of the Manufacturers’ recommended allowable. 5. After joining rubber gasket joints, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying operation. Upon completion of pipe jointing, the interior of the pipeline shall be left broom clean. F. Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the Manufacturer’s recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot as far as possible in bell, allowing for a minimum gap of 1/2-inch for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed 75 percent of the manufacturer’s recommended maximum pull. Check gasket with feeler gauge all around the pipe. G. Pipe Laying – Welded Joints: 1. Weld joints in accordance with the AWWA C206 and AWS D1.1. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed before application of field applied joint coating. The Contractor may, at his option, weld pipe joints after the exterior joint coating and backfilling is complete. Item 17 Steel Pipe and Fittings 33 11 13.13 - 18 PRP17368 – Lower Pressure Plane Water Line Contractor shall demonstrate that this procedure will not damage the exterior joint coating. 2. A welding procedure qualification shall be approved by the Engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. 3. Provide a deeper bell every 400 feet to accommodate thermal movement. 4. If the Contractor chooses to use weld after backfill, special techniques shall be used to limit damage to the exterior heat shrink sleeves. Contractor shall follow all Weld after Backfill Joint Requirements as dictated in Section 09 97 16 “Pipeline Coatings and Linings.” After welding, the pipe shall be excavated to verify no unacceptable damage to the exterior heat shrink sleeve and coating protection. Each welder shall be required to demonstrate that no unacceptable damage will occur to the heat shrink sleeve. Test shall be conducted on pipe with the minimum wall thickness for each type of sleeve used on the project. Should the inspection of the exterior coating reveal damage in the opinion of the Engineer, the test will be considered a failure and the coating will be removed and replaced at no additional cost to the Owner. The test for the failed welder may be repeated on another joint at the Contractor’s option with the approval of the Engineer. 5. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 6. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to be within the maximum clearance tolerance around the periphery of the joint per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink sleeves for weld after backfill. In no case shall the clearance tolerance be permitted to accumulate. 7. Before welding, thoroughly clean pipe ends to bare metal. All welding shall be hand welded to minimize damage to heat shrink sleeves, unless it can be demonstrated that wire fed welding will not cause unacceptable damage to the heat shrink sleeve. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 8. Furnish labor, equipment, tools and supplies, including shielded type welding rod to construct the work as required in the Contract Documents. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 9. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 10. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. Item 17 Steel Pipe and Fittings 33 11 13.13 - 19 PRP17368 – Lower Pressure Plane Water Line 11. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, the pipe will be replaced at no additional cost to the Owner and the defective joint removed from the Site. 12. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 13. Keep daily welding reports which identify the welder’s name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID#1 – ID#2). Provide three copies of all daily welding reports to Owner's representative each month. 14. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be AWWA C206 and AWS D1.1 certified according to the Welding Procedure Qualification approved for the project. All welders shall have been certified within the last six months or shall provide a welding continuity log to be allowed to weld on the line. Field welding shall be provided by one of the following firms: a. Forterra Pressure Pipe, Nels Thomsen, (972) 262-3600 b. Fuller’s Service Company, Barry Fuller, (817) 477-3841. c. Scott’s Welding, Scott Fowler, (972) 978-7865. d. Fletcher’s Welding, Darrell Fletcher. e. Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. f. National Welding Corporation, Nash Williams, (801) 255-5959. g. Others may be accepted pending approval by Owner or Engineer. 15. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and E144 shall be performed by the Owner’s independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Installation Contractor’s expense. The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspector. Inspections will be made on a weekly or bi-weekly basis as determined by the Owner. The Installation Contractor shall cooperate with the welding inspector to allow efficient inspections. 17. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3.02 INSIDE JOINT GROUTING FOR PIPE WITH PLANT-APPLIED MORTAR LINING: UPON COMPLETION OF BACKFILLING OF THE PIPE TRENCH AND INSPECTION OF INTERIOR WELDS, FILL THE INSIDE JOINT RECESS WITH A STIFF CEMENT MORTAR. PRIOR TO PLACING OF MORTAR, CLEAN OUT DIRT Item 17 Steel Pipe and Fittings 33 11 13.13 - 20 PRP17368 – Lower Pressure Plane Water Line OR TRASH WHICH HAS COLLECTED IN THE JOINT, AND MOISTEN THE CONCRETE SURFACES OF THE JOINT SPACE BY SPRAYING OR BRUSHING WITH A WET BRUSH. WHERE THE MORTAR JOINT OPENING IS 1 INCH OR WIDER, SUCH AS WHERE TRIMMED SPIGOTS ARE REQUIRED, APPLY A BONDING AGENT TO MORTAR AND STEEL SURFACE PRIOR TO PLACING JOINT MORTAR. RAM OR PACK THE STIFF MORTAR INTO THE JOINT SPACE AND TAKE EXTREME CARE TO ENSURE THAT NO VOIDS REMAIN IN THE JOINT SPACE. AFTER THE JOINT HAS BEEN FILLED, LEVEL THE SURFACES OF THE JOINT MORTAR WITH THE INTERIOR SURFACES OF THE PIPE WITH A STEEL TROWEL SO THAT THE SURFACE IS SMOOTH 3.02 PROTECTIVE COATINGS SYSTEM FOR WELDED JOINTS A. Perform field coating of joints in accordance with Section 09 97 16 - PIPELINE COATING AND LINING. For weld after backfill, heat tolerant heat-shrink joint wrapping and special welding techniques will be used. At the start of the project, at least 3 joints of pipe shall be uncovered at no additional cost to the Owner to verify the exterior joint wrap is not damaged. Should a change of materials be required, or a new welder employed, additional test joints may be directed by the Engineer. B. The Installation Contractor is responsible for ensuring his operations do not damage the factory or field applied coating system. C. Protection of Buried Metal: 1. Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated as specified in accordance with Section 09 97 16 “Pipeline Coatings and Linings” and encased in flowable fill. D. Repair of Mortar Lining: 2. Repair lining cracks larger than 1/8" (in width) with approved methods. Pipes with loose and disbonded linings will be rejected. Excessive repair of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed four square feet and has no dimension greater than 24 inches. In general, there shall be not more than one (1) patch in the lining of any joint of pipe. Patching for the manufacture of fittings and specials is acceptable, and not limited to the maximum square footage described above. 3. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved for laying by the Manufacturer's technician and by the Engineer. 4. Plant applied mortar lined pipe joints requiring patches that exceed the size in subparagraph 3.01.E above shall be rejected and replaced at no additional cost to the Owner. The opinion of the Engineer shall be the sole factor in determining the acceptability of the required repair. E. Quality Control of Field Applied Polyurethane Coating: See Section 09 97 16 “Pipeline Coatings and Linings.” F. Pipe Through Vaults - Where piping is to be inside a vault, such as meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed. 3.03 FIELD QUALITY CONTROL Item 17 Steel Pipe and Fittings 33 11 13.13 - 21 PRP17368 – Lower Pressure Plane Water Line A. Perform a field hydrostatic test in accordance with Section 01 45 16.16 “Hydrostatic Testing.” END OF SECTION Item 17 Miscellaneous Valves 33 12 16.13 - 1 PRP17368 – Lower Pressure Plane Water Line 33 12 16.13 MISCELLANEOUS VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous valves. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Brochures, engineering data, characteristic curves, and process diagrams. Transfer valve manufacturer shall also provide a computerized cavitation chart which show flow rate, differential pressure, percentage of valve opening, Cv factor, system velocity, and if there will be cavitation damage 2. Shop Drawings, including a list of spare parts and tools. 3. Brief project specific functional description of the valve, accessories and PID controller 4. Operation and Maintenance Manuals for project specific valve and equipment. 5. Equipment installation report for electronic flow control transfer valve. 2.00 PRODUCTS 2.01 MANUFACTERED PRODUCTS A. Transfer Valve: 1. Main Valve The valve shall by hydraulically operated, single diaphragm-actuated and globe pattern. The transfer valve shall be flanged Cla-Val Model 133-AC with a ductile iron body, stainless trim, ANSI 150# globe style valve with electronic controller and accessories or approved equal. Transfer valve shall follow all Contract Drawings and the following requirements. 2. Warranty The valve manufacturer shall warrant the valve to be free of defects in material and workmanship for a period of three years from date of acceptance of the valve upon installation and testing in accordance with all applicable instructions. Electrical components shall have a minimum one-year warranty. 3. Transfer Valve Function a. The valve shall open and close locally or remotely with open/close command which shall override the automatic and hydraulic operation of the valve. b. The valve shall sustain/ maintain a minimum user adjustable inlet/upstream pressure setpoint in the upper pressure zone of the water distribution system, and close when inlet/upstream pressure drops below the minimum pressure setpoint, Item 17 Miscellaneous Valves 33 12 16.13 - 2 PRP17368 – Lower Pressure Plane Water Line based on a user adjustable pilot control system i.e. if upstream pressure decreases below the spring setting, the valve shall close. c. The valve shall induce pressure loss or burn excess head available in the inlet/upper pressure zone to control flow into the outlet/lower pressure zone. Valve shall allow a controlled flow rate into the lower pressure zone of the water distribution system based on a user adjustable pilot control system. d. The valve shall close automatically to stop flow into the outlet/lower pressure zone when the downstream pressure rises to a maximum outlet pressure reducing setpoint based on a user adjustable pilot control system. The maximum outlet pressure setpoint will correspond to the static condition when elevated tanks in the lower pressure system are full. e. The remote adjustment of pressure control pilots shall be accompanied by a valve position and flow rate transmitter to enable monitoring and controlling the flow. The remote flow control system will enable intentional cycling the elevated tanks in the lower pressure zone. f. The valve package shall enable flow, pressure, and valve position monitoring and control, both locally and from SCADA. g. The valve shall maintain close pressure limits without causing surges. h. Upon power and/or communications failure the valve shall reset automatically to local valve control operation based on the hydraulic settings of the pilots. i. All valves and equipment shown placed in structures/vaults below grade shall be suitable for submergence with corrosion resistant materials and watertight enclosures. j. Integration and SCADA programming of remote valve commands shall be performed by others. 4. Electronic Pressure and Flow Control Valve a. Function The hydraulic control valve shall consist of dual 120VAC NEMA 6P solenoid valves, with dual motor operated hydraulic pilots which alternately apply or relieve pressure to the diaphragm chamber to position the main valve to control flow locally or at a remote location. Flow shall be monitored and controlled based on a combination logic involving the inlet and outlet pressure, and valve position transmitter feedback. Upon power failure or a remote signal the main valve shall position itself open or close depending on the manual hydraulic settings. Valve shall come equipped with hydraulic tubing, opening/closing speed controls, shut-off cocks, check valves, and strainers for the pilot system. b. Hydraulic Conditions The valve shall be designed to operate under the following hydraulic conditions: Maximum Flow: 12.0 MGD (Adjustable) Minimum Flow: 0 MGD Maximum Pressure: 200 psi Minimum Pressure: 10 psi Item 17 Miscellaneous Valves 33 12 16.13 - 3 PRP17368 – Lower Pressure Plane Water Line Refer to Drawings for anticipated operating setpoint ranges for sustaining pilot, flow control, and pressure reducing pilot. c. Anti-Cavitation The valve shall be equipped to prevent cavitation at all specified hydraulic conditions if found necessary; valve shall have anti-cavitation trim utilizing an interlocking disc guide and seat containing radial slots to dissipate high differential pressure. The use of an anti-cavitation orifice plate will not be permitted. d. Electronic Control System, Panel Equipment, and Pilot Controls The programmable logic (PID) controller shall be furnished with the valve by the valve manufacturer, but packaged separately for remote mounting. Flow shall be monitored based on a combination control logic involving the inlet and outlet pressure, and valve position transmitter feedback. Valve will measure flow rate, have a totalizer to measure cumulative flow, and have the ability to retransmit to SCADA with 4-20mA feedback signals and log data. Inlet and outlet pressures, valve position, and flow rate shall be displayed at, and relayed via controller to SCADA. Alarms for solenoids, pilot actuator, and general valve failure shall be provided locally and at SCADA. Hydraulic pressure sustaining and reducing pilots shall be adjustable locally at the controller and remotely adjustable via SCADA. Upon receiving the set-point command signal, the controller will signal the valve pilots to actuate and maintain the valve at the desired set point. Full manual control of control valve solenoids will also be provided on the controller panel for local control. The controller panel shall be equipped with a vacuum fluorescent display showing current status, all transmitter readouts, and set point values in scalable engineering units. The operator interface shall consist of two rows of alphanumeric characters to display numeric values and units. Color-coded alarm, status and mode indicators shall inform the operator of operating conditions. Security key codes shall protect against undesired changes to the controller. All programming shall be menu driven. When using solenoid control, the appropriate opening or closing solenoid on the control valve shall activate when the feedback signal deviates from the set-point value. The solenoid output pulse time will be determined by PID control. One solid- state relay energizes for measurement conditions below the set point while the other energizes for measurement greater than set point. These outputs shall be wired direct or through intermediate relays to the opening and closing solenoids on the control valve. Solenoid output indicator lights shall illuminate when either the opening or closing solenoid is activated. The total cycle time between each pulse shall be programmable between 1 and 120 seconds. The duration of each pulse shall be directly proportional to the deviation from set point outside of an adjustable dead band. The time-proportioned outputs shall be independently adjustable for conditions above and below the set point to properly tune valve response. The time proportional output bandwidth shall be independently programmable between 1 and 999 percent of full scale. When the feedback signal returns within the dead band zone, the valve will maintain position. Provision shall be made to open/close/maintain position in the event of a loss of the feedback signal. Item 17 Miscellaneous Valves 33 12 16.13 - 4 PRP17368 – Lower Pressure Plane Water Line The controller shall be all solid-state construction with the internal chassis capable of being removed for inspection and adjustment. An internal lithium battery rated for 10-year life shall protect all program memory including set points and tuning parameters. Remote communications shall be accepted through a 4-20 mA DC analog signal. When remote operation is selected, the controller shall monitor the remote set- point signal. When local control is selected, the set point shall be changed at the controller keypad. The controller will have in addition to the control capabilities, a built-in totalizer with the following features: 1) Scalable in either thousands or millions of gallons – from less than 1000 gallons to 10 billion gallons upper range 2) Retransmission of flow and/or total volume to SCADA system 3) Alarm output on preset volume 4) Volume (or batch) control using alarm output and optional Digital Input card 5) Reset to zero locally or remotely with Digital Input option 6) Security lockout feature prevents changes or resets of totalized flow 7) Digital Contacts shall be provided for multiple set points Controller will be powered with a 120 VAC circuit as shown on Electrical Drawings. The controller shall be equipped to provide power, either 120VAC Or 24 VDC, to all electrical and control components on the valve. The controller package shall be complete with a power converter, transformer, and internal wiring as required. Controller shall be designed to accept, display, transmit, and relay I/O signals shown on electrical Drawings at a minimum. Power and signal wiring from the power converter to the valve shall be provided by the Contractor in accordance with the Electrical Drawings and the Manufacturer’s recommendations. The control equipment shall be installed in an outdoor enclosure per Electrical Details. The Contractor shall coordinate provision of air conditioning/ventilation as required to maintain the controller bearing enclosure temperature between 45 – 104 F. Submit heat load calculations supporting air conditioning capacity and equipment selection. e. Manufacturer's Representative for Startup and Testing 1). The Manufacturer or his representative shall provide the services of a competent service technician for an indefinite period of time as required to ensure proper adjustment, installation, operation of the valve, and making field acceptance tests. 2). The technician shall instruct the Owner’s personnel on the proper care, maintenance, adjustment, and operation of the equipment and shall issue a written certification that the equipment has been properly installed and operates satisfactorily. Item 17 Miscellaneous Valves 33 12 16.13 - 5 PRP17368 – Lower Pressure Plane Water Line 3). The technician shall be factory trained and have a minimum of 5 years of experience in the installation and adjustment of the subject valves. 5. Valve Material Specification a. Electronic Pressure Sustaining/ Pressure Reducing/ Flow Control Valve/ Relief Override 1). Cla-Val Model No. 133-AC BPYKCKX w/ Hytrol 100-01 2). Valve Size: 18" 3). Main Valve Body and Cover: Ductile Iron ASTM A-536 4). Main Valve Trim: 303 stainless steel 5). End Detail: Flanged ANSI 150# 6). Pressure Rating: 250 psi max. working pressure 7). Temperature Range: -40 to +180 degrees F 8). Rubber Material: Buna “N” 9). Coating: Fusion bonded epoxy coating - average thickness of 5 to 7 mils 10). Exterior Tubing and Fittings: Stainless Steel 6. Required Options: Two (2) NEMA 6P Limit Switches for Open/Closed Indication; One NEMA 6P Valve Position Transmitter (X117D); Two (2) NEMA 6P Pressure Transmitters (X141-PT); One Electronic Actuated Pressure Sustaining Pilot (CRL-34) control; One Electronic Actuated Pressure Reducing Pilot (CRA-34) control; One Power Converter (EPC) with 120 VAC – 24 VDC transformer with 110 VAC solenoid power outlets in IP68 enclosure; One DC Valve Controller (VC-22D) in NEMA 4X watertight enclosure. B. Corporation Stops: Corporation stops shall be bronze with tapered plug and flat key operator. Unless otherwise indicated, stops shall be equal to Mueller H-10046 with iron thread on inlet and outlet, of the size indicated. C. Wax Tape: Wax tape shall be as specified in AWWA C217. Wax tape shall be Trenton No. 1 wax tape as manufactured by the Trenton Corporation or approved equal. Clean and dry the surface of all foreign matter and scrub with a wire brush. Apply a thin film of Trenton Wax Tape Primer, then apply two wraps of wax tape. Press on primer and tape to conform to the fitting surface. Backfill around fitting with flowable fill per Section 31 23 23.33 “Flowable Fill”. D. Flexible Coupling: 1. Where couplings are indicated, furnish and install a gasketed, sleeve-type coupling in accordance with AWWA C219. a. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of one steel middle ring, two steel followers, two rubber-compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide Item 17 Miscellaneous Valves 33 12 16.13 - 6 PRP17368 – Lower Pressure Plane Water Line confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1 percent beyond the yield point. b. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads and be Type 304 stainless steel. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. c. The gaskets of the coupling shall be EPDM and shall not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also possess the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. d. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement, unavoidable variations in trench gradient, etc. The coupling shall be Dresser, Style 38, as manufactured by Dresser Manufacturing Division, Bradford, Pennsylvania, or an approved equal. E. Insulating Couplings: 1. Couplings shall meet the basic requirements of Paragraph 2.01.C. Where insulated couplings are indicated on the Drawings, the interior of the pipe shall be epoxy coated (30 mils) two diameters each side of dresser. Install insulating boot on the coupling and install insulating kits on thrust bolts. Adjust the stud hole diameters accordingly. 2. Insulating coupling shall be Smith-Blair Model 416 straight coupling with insulating boots, wiring, and other appurtenances required for the connection. Fasteners for coupling shall be Type 304 stainless steel. F. Insulating Flanges: 1. Complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. 2. Gasket materials shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. 3. Gaskets: Full-face Type E with O ring seal. 4. Insulating Sleeves: Full-length Mylar or fiberglass reinforced epoxy (NEMA G 10 grade). 5. Insulating Washers: Fiberglass reinforced epoxy (NEMA G 10 grade). 6. Steel Washers: Plated, hot-rolled steel, 1/8-inch thick. 7. Manufacturers: a. Pacific Seal, Inc., Burbank, CA. b. Central Plastics Co., Shawnee, OK. G. Insulating Unions: O ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Company, Shawnee, OK; or equal. H. Duckbill Check Valves: Duck bill check valves shall be of the flow-operated check type with a slip-on end flanged connection. Inlet port areas shall be 100 percent of the mating pipe port Item 17 Miscellaneous Valves 33 12 16.13 - 7 PRP17368 – Lower Pressure Plane Water Line size. The port area shall contour down to a duckbill which shall allow passage of flow in one direction while preventing reverse flow. Valves shall open in the proper direction under two inches or more of pressure, and shall withstand up to twenty feet of back pressure. Valves shall be of one piece neoprene rubber construction with a fabric reinforcement, with a protective EPDM exterior wrapping for protection against ultraviolet radiation. Inline valves shall be Red Valve Tide Flex Check Valves or approved equal. End-of-line valves shall be Red Valve Tide Flex Check Valves Series 35-1/Series 35 or approved equal. End-of-line valves that penetrate less than 6” from the floor shall be flat bottomed. All other end-of-line valves shall be flared top/bottom. I. Depend-O-Lok Coupling for Plain-End Pipe: 1. General: a. Couplings shall be bolted, split-sleeve type and consist of four basic components: a one or two-piece housing, gasket assembly, bolts and nuts, and restraint rings as required for pipe or coupling restraint. b. Couplings shall be Depend-O-Lok Split Sleeve Couplings as manufactured by Victaulic Depend-O-Lok, Inc., or an approval equal. c. Couplings type shall be as indicated on the Drawings. Couplings size and working pressure shall be the same as the adjacent pipe as shown on the Drawings. d. Where Depend-O-Lok couplings are indicated, furnish and install couplings meeting AWWA C219. The coupling shall be capable of sustaining the full thrust load at 2.0 times the pressure rating minimum. Coupling shall pass an insulation test of 5000 mega ohms. 2. Products: a. Housing: 1). The housing shall be one or two-piece with a double arch cross-section that closes around pipe ends that are smooth for joint flexibility or expansion and contraction requirements or pipe ends with steel restraint rings affixed for pipe end restraint requirements. 2). The housing shall be sized so that the inside diameter fits the outside diameter of the pipe. The coupling housing thickness shall be sufficient to handle the service loads 3). As the coupling closes, it confines the elastomeric gaskets beneath the arches of the sleeve to create the radial seal. The axial seal is effected by the sealing pad at the closure plates as the bolts pull the coupling snug around the pipe ends. 4). D-O-L ExE couplings are flexible, unrestrained pipe joints. FxE couplings are flexible, expansion joints. FxF couplings are flexible, restrained joints. Flexibility, contraction and expansion and joint restraint are as specified in the manufacturer’s latest literature. 5). Bolts or studs and nuts shall secure the closure plates. 6). Stainless steel bolts and studs shall conform to the requirements of ASTM F593 Alloy Group 2 and ASTM A193 Class 2 Grade B8M respectively. Item 17 Miscellaneous Valves 33 12 16.13 - 8 PRP17368 – Lower Pressure Plane Water Line 7). Stainless steel nuts shall comply with the requirements of ASTM F594 Alloy Group 2. 8). Housing and closure plates shall be manufactured from stainless steel conforming to ASTM A240 type 316L. 9). Sealing plates shall be manufactured from ASTM A240 type 316L stainless steel. b. Gaskets: 1). The sealing members are comprised of two O-Ring gaskets and an elastomer- sealing pad bonded to the sealing plate. Internal pressure is not required to effect the seal. 2). Gaskets and the sealing pad bonded to the sealing plate supplied shall be of the proper rubber compound for the service intended. Gasket material properties shall meet or exceed the appropriate requirements of ASTM D2000. 3). Gaskets for water service shall be EPDM for service within the temperature range of –20 to 190 F. c. Restraint Rings: 1). D-O-L FxE shall allow for thermal expansion and contraction at the pipe joint. One (or two) restraint ring(s) affixed to one end of pipe keeps the D-O-L coupling in the proper location. D-O-L FxF provides a restrained pipe joint. D-O- L FxF Type 2 Modified provides a restrained pipe joint and allows for slight expansion/contraction or angular rotation of the joint. One restraint ring welded to each of the pipe ends fits beneath the coupling and is protected by the coupling. Follow manufacturer’s recommendation for size and amount of welding required to attach the restraint rings to the plain end pipe. 2). The restraint rings shall be furnished with the couplings and shall be of the same material as the coupling housings. d. Spare Parts: Provide all special tools and appliances as may be needed to adjust, maintain, and retain the products provided under this Section. e. Protective Coatings : 1). Prior to installation, carbon steel couplings shall be coated on the I.D. and O.D. with liquid epoxy paint per the requirements of AWWA C210 and Section 09 96 00 “High-Performance Coatings.” 2). Couplings installed underground shall receive additional protection against corrosion by the application of either Heat Shrink Sleeves or two layers of wax tape as specified in Section 09 97 16 “Pipeline Coatings and Linings.” 3). Bolts, Studs and nuts utilized on buried couplings are to be stainless steel. J. Stainless Steel Ball Valves: Full port stainless steel valves shall be manufactured of 316 stainless steel. The valve shall have an adjustable stem packing, reinforced PTFE seats, PTFE stem packing, thrust washer and body seal. Pressure rating shall be no less than 300 psi. Valve shall conform to MSS-SP-110. Valve shall be a Watts Regulator Company Series S-FBV- 1 or approved equal. K. ADJUSTABLE PIPE SUPPORTS Item 17 Miscellaneous Valves 33 12 16.13 - 9 PRP17368 – Lower Pressure Plane Water Line 1. Galvanized pipe supports for floor mounted piping, where indicated, shall be Anvil Figure 264 or approved equal, comprising a cast iron saddle, threaded nipple, and reducer assembly with extra strength steel pipe and floor flange. Where required, saddle shall be fabricated steel to fit valve or piping appurtenance. Entire unit shall be hot dipped galvanized after fabrication. Where indicated to provide a U-bolt, the support shall be Anvil Figure 265 or approved equal. L. Pipe supports shown on the Drawings as flange cradles shall support the full width and be radiused to fit snugly under the assembled flanges. Centering tabs shall be provided to maintain position. Flange cradle supports shall be Standon Model S96 or approved equal. 3.00 EXECUTION 3.01 INSTALLATION AND TESTING A. Carefully handle and install valves in a manner that prevents damage to any part of the valves. Install valves in accordance with the Manufacturer’s instructions and perform field tests. B. Submit installation and field test reports on electromechanical valves and equipment. END OF SECTION Item 17 Air Release and Air and Vacuum Valves 33 12 16.16 - 1 PRP17368 – Lower Pressure Plane Water Line 33 12 16.16 AIR RELEASE AND AIR AND VACUUM VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install air release and air and vacuum valves of the sizes and types indicated. Furnish the necessary isolating valves and piping. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings. 2. Certificate of Adequacy of Design. 3. Operation and Maintenance Manuals. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI)/NSF: a. ANSI/NSF Standard 61. 2. American Water Works Associations (AWWA): a. AWWA C512 – Air Release, Air/Vacuum and Combination Air Valves for Water Works Service. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. General: 1. Each air valve shall have a cast iron body and bronze or stainless steel trim. Float shall be baffled to prevent air from blowing valve closed until air is exhausted. Elastomers shall be EPDM. 2. Valve body, float, etc., shall be designed for the working pressure and shall seat at a minimum pressure shown in the valve schedule, Paragraph 3.03. The minimum operating pressure shown is under steady state conditions, and does not include minimum surge pressure. 3. Air valves shall be manufactured by Vent-Tech, Vent-O-Mat or A.R.I.. 4. Top of valve assembly shall have piping extended to 4 feet above the ground as indicated on the Drawings. Valve inlet shall be N.P.T. for 2-inch and smaller valves. Valve inlet shall be ANSI flange for 3-inch and larger valves. Valve and flange rating shall equal or exceed the maximum working pressure. Item 17 Air Release and Air and Vacuum Valves 33 12 16.16 - 2 PRP17368 – Lower Pressure Plane Water Line 5. Interior of the air valve shall be painted per the systems listed below. The interior shall be painted according to System No. 1 or System No. 29 as listed below and per Section 09 96 00 “High Performance Coatings.” 6. Exterior shall be coated per System No. 4 as listed below, and per Section 09 96 00 “High Performance Coatings.” Surface Prep. Paint Material Min. Coats, Cover Abrasive Blast, or Centrifugal Wheel Blast (SP 10) Moisture Cured Zinc Rich Primer 1 coat, 3 MDFT Moisture Cured Urethane 1 coat, 5 MDFT Moisture Cured Urethane 1 coat, 5 MDFT B. Air Release Valves (AR): Air release valves shall be designed to automatically release accumulated air pockets within the pipeline while in operation and under pressure. C. Air and Vacuum Valves (AV): Air and vacuum valves shall be designed to allow large volumes of air to escape through the valve orifice when filling a pipeline and to close watertight once the air has been expelled. Air and vacuum valves shall also permit large volumes of air to enter through the valve orifice when the pipeline is being drained to break the vacuum. D. Combination Air Valves (CAV): 1. Combination air valves shall be heavy-duty air and vacuum valves with 2-inch air release valve. 2. Combination air valves for raw water use shall be fitted with a vent hood or with a vent pipe where indicated on the drawings. Combination air valves for treated water use shall include piping to vent air out of the manhole and above ground. 3. Combination air valves shall be designed to release accumulations of air at high points within a pipeline by exhausting large volumes of air as the pipeline is being filled and by releasing accumulated pockets of air while the pipeline is in operation and under pressure. Combination air valves shall also be designed to permit large volumes of air to enter the pipeline during pipeline drainage. 4. Combination air valves 2-inches and smaller shall be Vent-Tech Model WTR25TCS, Vent- o-Mat Model RBX 2521 or A.R.I. D-060-C HF. 5. Combination air valves 3-inches and larger shall be Vent Tech Model WTR25SCS, Vent-o- Mat Model RBX 1631 or A.R.I. D-060-C HF. 6. Combination air valve for low pressure service shall seat at a minimum pressure of 0.75 psi and shall be A.R.I. D-060-C HF LP. E. Combination Air and Vacuum Valves with Surge Check (CAVSC): Each CAVSC shall have a combination air valve as described above which is mounted on top of a normally opened surge check valve. The surge check shall provide anti-slam slow closing operation of the air and vacuum valve. The disc of the surge check shall have drilled orifices to throttle water flow and shall be spring loaded. The CAVSC shall be Vent-Tech WTR25SCS, A.R.I. D-060-C NS HF or Vent-O-Mat RBXb. Vent-O-Mat valves shall not require a separate surge check valve. Item 17 Air Release and Air and Vacuum Valves 33 12 16.16 - 3 PRP17368 – Lower Pressure Plane Water Line F. Combination Air and Vacuum Valves for Pump Discharge (PAV): Pump air and vacuum valves shall be designed to allow large volumes of air to escape through the valve orifice during pump startup and to close watertight once the air has been expelled. Pump air and vacuum valves shall also permit large volumes of air to enter through the valve orifice when a pump stops to break the vacuum. PAVs shall be equipped with an integral throttling device that allows manual back-pressure adjustment on the pump discharge. PAVs shall be Vent-Tech WTR25SCS, APCO Series 140 DAT (3-inches and smaller), Vent-o-Mat RBXb 1631 or A.R.I D-060-C NS HF. 3.00 EXECUTION 3.01 INSTALLATION A. Carefully handle and install valves vertically in such a manner as to prevent damage to any part of the valves. Installation shall be in accordance with the manufacturer's instructions. Provide nuts, bolts, and gaskets where applicable. 3.02 TAGGING A. Valves shall be permanently tagged with a brass tag indicating the model number, working pressure rating, and station location. 3.03 SCHEDULES A. The required valves and certain pertinent data are given below. This list is given to facilitate description of the various valves and as an aid to plan take-off. The Contractor is responsible for verifying size, type, and number of valves required. Station Location No. Required Size Pipe Size Type Maximum Pressure (psi) Minimum Pressure (psi) WEST SECTION 31+50.00 1 2” 20” CAV 150 10 58+05.00 1 2” 20” CAV 150 10 68+50.00 1 2” 20” CAV 150 10 82+00.00 1 2” 20” CAV 150 10 133+41.00 1 4” 42” CAV 150 10 EAST SECTION 4+40.00 1 4” 42” CAV 150 10 15+50.00 1 4” 42” CAV 150 10 40+00.00 1 4” 42” CAV 150 10 41+90.00 1 4” 42” CAV 150 10 62+00.00 1 4” 42” CAV 150 10 82+89.00 1 4” 42” CAV 150 10 Item 17 Air Release and Air and Vacuum Valves 33 12 16.16 - 4 PRP17368 – Lower Pressure Plane Water Line END OF SECTION Item 17 Gate Valves 33 12 16.23 - 1 PRP17369 – Lower Pressure Plane Water Line 33 12 16.23 GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment, and incidentals necessary to design, manufacture, assemble, test, and install gate valves (20-inch and smaller) and appurtenances, including valve boxes, extension stems, operators, bolts, nuts, and gaskets. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. American Flow Control 2. M&H Valve 3. Mueller Company 4. Clow Valve 5. Kennedy Valve 6. US Pipe B. Testing: 1. Resilient-seated gate valves 2-inch through 12-inch shall be tested in accordance with AWWA C509 or C515. 2. Resilient-seated gate valves 14-inch through 20-inch shall be tested in accordance with AWWA C515. 1.03 SUBMITTALS A. Contractor will submit Shop Drawings, Certificate of Adequacy of Design, and Operation and Maintenance Manuals for the material included in this Section. Copies of those submittals will be provided to Installation Contractor. Any other submittals required shall be submitted by the Installation Contractorfor review by the Engineer. B. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: a. A list of similar installations that have been in service for a minimum of 3 years. b. Catalog data including materials of construction, weights, dimensions, and assembly drawings. Assembly drawings shall show the orientation of the seat, operator, and extension stem. 2. Certificate of Adequacy of Design: Show compliance with AWWA, ANSI, and ASTM standards including hydrostatic tests, operational tests, and all other tests required by the applicable standards. Item 17 Gate Valves 33 12 16.23 - 2 PRP17369 – Lower Pressure Plane Water Line 3. Operations and Maintenance Manuals: Manuals shall be prepared by the Manufacturer and shall include storage and installation procedures, operation and maintenance procedures, appropriate final certified shop drawings, and parts listings. Manuals may be the Manufacturer’s standard instructions but shall be supplemented as necessary to cover any special feature not included in standard material. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI)/NSF International (NSF) ANSI B16.1 Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250 ANSI/NSF 61 Drinking Water System Components – Health Effects ASTM International (ASTM) ASTM A126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A193 Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications ASTM A194 Specification for Carbon Steel, Alloy Steel, and Stainless Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both ASTM A536 Specification for Ductile Iron Castings ASTM D429 Test Method for Rubber Property – Adhesion to Rigid Substrates ASTM F593 Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs ASTM F594 Specification for Stainless Steel Nuts American Water Works Associations (AWWA) AWWA C111 Rubber-Gasket Joints for Ductile Iron Pipe and Fittings AWWA C509 Resilient-Seated Gate Valves for Water Supply Service AWWA C515 Reduced-Wall, Resilient-Seated Gate Valves for Water Supply Service AWWA C550 Protective Interior Coatings for Valves and Hydrants 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. General: 1. Gate valves 2 through 20 inches shall be resilient-seated wedge type, with a non-rising stem, and shall be rated for pressure class of adjacent pipe. Gate valve 2-inch through 12-inch shall be in accordance with AWWA C509 or AWWA C515. Gate valves 14-inch through 20-inch shall be in accordance with AWWA C515. B. Resilient-Seated Wedge Gate Valves: 1. Body and Bonnet: ASTM A536 ductile iron or ASTM A126 cast iron. Item 17 Gate Valves 33 12 16.23 - 3 PRP17369 – Lower Pressure Plane Water Line 2. Gate/Wedge/Disc: Ductile or cast iron gate fully encapsulated permanently bonded EPDM rubber in accordance with ASTM D429. 3. Stem and Seal: The non-rising stem shall be stainless steel or bronze with inside screw. The stem shall be sealed by triple rubber O-rings. 4. Bolts and Nuts: Fasteners for the stuffing box and bonnet shall be 304 stainless steel. Bolts shall be in accordance with ASTM A193 Grade B8M or ASTM F593 Grade 1. Nuts shall be in accordance with ASTM A194 Grade 8M or ASTM F594 Grade 1. 5. Coating: All internal and external ferrous surfaces shall be coated with a fusion bonded thermosetting powder epoxy coating of 10 mils nominal thickness in accordance with AWWA C550. 6. Connections: a. Flanged Ends: Exposed valve flanges shall be ANSI B16.1 Class 125 drilling, with pressure rating suitable for the pressure class of the valve. Installation Contractor shall coordinate flange drilling pattern with Engineer, prior to manufacture. b. Bell Ends: Buried valves shall be mechanical joint or rubber-gasketed push-on joints in accordance with AWWA C111, with pressure rating suitable for the pressure class of the valve. 7. Operators: a. Operators shall turn counterclockwise to open the valve. b. Valves for buried service shall have a 2-inch square nut operator. Buried valves shall be installed with a 1-inch carbon steel, solid, one-piece extension stem as required to extend the operating nut to within 4 inches of the valve lid or manhole top. Extension stem shall encapsulate and be pinned to the 2-inch operating nut. Operators shall be enclosed, bevel-geared, and oil or grease packed. c. Operators with hand wheels shall have a directional arrow and the word "open" cast on the hand wheel. C. Valve Boxes and Covers: Valves for buried service shall be supplied with cast iron valve boxes. Valve boxes shall be HS-20 traffic rated. The valve box shall consist of the top, bottom, and base (if needed), plus the lid. Box extension shall be AWWA C900 PVC or ductile iron. For valve stacks and manholes, the valve lid shall be manufactured by EJ. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the Manufacturer’s instructions. Carefully handle valve while lowering into position to prevent damage to any part of the valve. Place the valve in position with stem truly vertical or horizontal, in accordance with the Drawings, and securely hold until connections have been made. B. For buried valves, the Installation Contractor shall adjust the valve box so it is flush with the surrounding ground surface and construct a 30-inch by 30-inch concrete pad with valve marker around the valve box flush with the ground surface. Item 17 Gate Valves 33 12 16.23 - 4 PRP17369 – Lower Pressure Plane Water Line C. Buried gate valves, 18 inches and larger, shall rest on a concrete pad. Pad shall extend for the full width of the trench and from back of hub to back of hub (or flange). Care shall be taken to not interfere with the jointing. Concrete shall be minimum 2,000 psi compressive strength. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation, conduct an acceptance test to verify the satisfactory operation of each valve. Tests shall be conducted in a manner approved by and in the presence of the Engineer, Owner or Owner’s Representative. The valve shall be checked for general operation and leakage. The valve must perform in a manner acceptable to the Owner before final acceptance. END OF SECTION Item 17 Butterfly Valves 33 12 16.26 - 1 PRP17369 – Lower Pressure Plane Water Line 33 12 16.26 BUTTERFLY VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves and appurtenances, including valve boxes, actuators, bolts, nuts, and gaskets. B. Valves proposed shall be suitable for direct-bury service installation with actuator in a manhole or above ground service installed with an electric motor actuator, as indicated in the drawings. C. The Manufacturers of the valve and actuator shall coordinate with each other to meet all specified operation and performance requirements. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. Butterfly Valves: a. DeZURIK. b. GA Industries c. Crispin Valve d. M&H Valve e. Val-Matic f. Pratt 2. Manual Operator: a. AUMA GS-Series b. Limitorque HBC-Series B. Experience Requirements: The Manufacturer shall have had at least ten years’ successful experience in manufacturing tight-closing, rubber-seated butterfly valves for this service type and sizes specified. C. Factory Inspection and Testing: 1. General: a. Equipment furnished under these specifications shall be subject to inspection during manufacture by a representative of the Owner who shall be afforded proper facilities for determining compliance with the specifications. b. The Owner may elect to have the factory tests witnessed by the Owner, or designated representatives of the Owner. All factory tests may be witnessed by a representative of the Owner (two representatives maximum). Machining tests may be witnessed by a representative of the Owner, as indicated hereafter. If the option is taken to witness the tests, then payment will be in accordance with the appropriate item of the Proposal. Item 17 Butterfly Valves 33 12 16.26 - 2 PRP17369 – Lower Pressure Plane Water Line c. If factory tests are to be witnessed by the Owner or Owner's representatives, the Manufacturer shall notify the Owner sufficiently in advance (minimum 30 days) of the dates that tests will be made, so that the Owner can make arrangements for his representative to be present. The Owner will pay for the cost of the representative’s time. The Manufacturer will pay for all travel, lodging, meals, and other expenses for the representative (two representatives maximum). The Manufacturer shall bear all other costs for performing the witnessed tests. If a test must be re-run due to failure in meeting the specified requirements, then the Owner representative’s costs for the re-test shall be borne by the Manufacturer at standard rates. d. It is required that witness testing be conducted in the continental United States of America (the lower 48 states). All flights including connections over three hours shall be coach or better. Where available, all flights shall be non-stop originating and returning to DFW International Airport or Dallas Love Field. All travel arrangements are subject to approval by the Owner and Engineer. e. If the Manufacturer wishes to assemble equipment outside of the continental United States of America, then the Manufacturer shall ship the equipment and arrange for factory testing to be conducted in the continental United States of America (the lower 48 states). f. A Manufacturer’s technical representative shall be present throughout the testing period to aid the Owner’s representative in performing and verifying all calculations. The technical representative shall be fully versed in the testing methods and calculations and shall be capable of certifying test results. g. Tests shall be performed on consecutive days if more than one unit is to be tested during that trip. 2. Valve Testing: a. Butterfly valves, 3-inch through 72-inch, and actuators shall be tested in accordance with AWWA C504. b. Butterfly valves, 78-inch and larger, and actuators shall be tested in accordance with AWWA C516. c. Valves actuators and limit switches (where specified) shall be completely assembled and wired at the factory, adjusted for correct seating, and fully tested at the manufacturer’s facility to verify proper design and operation. Prior to shipment, factory operational tests and adjustments shall be performed on each valve. The valve shall be tested in the same orientation (shaft horizontal or vertical) as the field installation. Correct seating of each valve disc shall be certified. The valve will be opened 10 percent, then closed and tested in the orientation in which the valve will be installed. Repeat test for both sides of valve seat. To test the actuator, conduct one opening test with the maximum pressure differential in order to test the actuator. Factory operational testing and adjustment shall be performed on each valve prior to shipment. Provide certification before shipping valves. A completed, dated, and signed copy of the detailed test procedure shall be shipped with each valve. Item 17 Butterfly Valves 33 12 16.26 - 3 PRP17369 – Lower Pressure Plane Water Line d. Limit switches, seat adjustments, stops, and functions shall be set and checked at the factory. Provide Certified Test Reports. e. The manufacturer shall perform thorough visual inspection and ultrasonic tests on all castings before assembly. f. The manufacturer shall conduct ultrasonic testing of each valve disc and valve body in accordance with the following test procedures, and certify there are no defects within the ductile iron material. 1). Perform testing using a hand-held ultrasonic velocity/thickness gage that uses pulse-echo techniques to measure material thickness and velocity. The gage will be used as a velocimeter by coupling the transducer to a ductile iron sample of known thickness and performing a velocity calibration. The ductile iron sample will conform to ASTM A536, Grade 65-45-12. 2). Take a minimum of 16 measurements per body and disc, for valve sizes 42 through 96 inches. Take a minimum of eight measurements for valves sizes 24 through 36 inches. Valves less than 24 inches do not require ultrasonic testing. The points of measurement should be equally spaced and represent the entire body and disc casting and not be limited to one specific area. 3). Read the velocity off the gage display, record, and include as a Certified Test Report. Components with measured velocities of less than 0.21 in/µS (5,300 m/S) will be rejected. The gage will also be used as an ultrasonic thickness gage to confirm the minimum body shell thickness meets the requirements of the latest revision of AWWA C504 for 3-inch through 72-inch valves and AWWA C516 for valves 78-inch and larger. g. The actuator and butterfly valves shall be assembled and fully tested at the manufacturer’s facility to verify proper mechanical, electrical and control design, operation, and coordination h. Provide Certified Test Reports for factory testing. 3. Manufacturer's Representative for Installation, Startup, and Testing: a. The services of a competent factory technician shall be provided for whatever period is required to ensure proper installation, testing, start-up, and Owner training. The technician shall be factory trained and have a minimum of five years of experience in the installation and adjustment of valves. The technician shall instruct the Owner’s personnel in the proper care, maintenance, adjustment, and operation of the equipment. b. The technician shall be onsite during field hydrostatic pressure testing and startup of valves. The minimum time required to be on-site for 8 hours, not including travel time, is as follows: 1). Valve and system installation: 2 days (1 trip minimum) 2). Valve and system start-up: 2 days (1 trip minimum) 3). Owner training: 1 day (1 trip minimum) Item 17 Butterfly Valves 33 12 16.26 - 4 PRP17369 – Lower Pressure Plane Water Line c. Prior to start-up of the equipment, the Manufacturer’s technician shall certify to the Owner, in writing, that the equipment has been properly installed and adjusted for satisfactory operation. 1.03 SUBMITTALS A. Contractor will submit Shop Drawings, Certificate of Adequacy of Design, and Operation and Maintenance Manuals for the material included in this Section. Copies of those submittals will be provided to Installation Contractor. Any other submittals required shall be submitted for review by the Engineer. B. All submittals, including cut-sheets, drawings, and operation and maintenance data, shall have text written in English, and all numerical data shall be in the foot-pound-second system of units. C. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: a. Catalog Data showing seat orientation, actuator and extension stem orientation, materials of construction, and assembly drawings. For valves with extension stems, indicate the provisions for supporting the valve, gearing, and extension stem. b. Weight and dimensions of valves and actuators. c. Description of valve body seats and disc seats with appropriate ASTM, AWWA, or ANSI material specification. d. Valve flange pressure rating, bolt diameter, and bolt orientation. e. A description of the components that will be shipped separately and will require field assembly. f. Project specific motor actuator control schematic / wiring diagrams. g. Motor operator motor data sheet showing voltage horsepower, full-load amps, locked rotor amps, valve opening/closing times, etc. h. Valve torque calculations. i. Motor actuator torque. j. Provide torque calculations through the full range of operations for all motor operated valves. 2. When the product submittal differs from the specified requirements and/or catalog description, each point of difference shall be clearly stated. 3. Factory testing procedures. 4. Certificate of Adequacy of Design: Show compliance with AWWA, ANSI, and ASTM standards including hydrostatic tests, operational tests, and all other tests required by the applicable standards. 5. Copy of the Manufacturers’ warranties for the valve and actuator. Include all provisions and exclusions. Item 17 Butterfly Valves 33 12 16.26 - 5 PRP17369 – Lower Pressure Plane Water Line 6. Operation and Maintenance Manuals: a. Manuals shall be prepared by the Manufacturers and shall include storage instructions, installation and adjustment procedures, troubleshooting procedures, operation and maintenance procedures, appropriate final certified shop drawings, and parts listings and final wiring diagrams. Manual may be the Manufacturer’s standard instructions but shall be supplemented as necessary to cover any special features not included in standard material. Submit preliminary manuals for review prior to delivery of the equipment. 7. Certified Test Reports: a. Factory hydrostatic tests. b. Operational tests. c. Seat tests. d. Ultrasonic tests. 8. Equipment Installation Report: a. From the valve supplier, for all valves. b. From the actuator supplier, as required. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: American National Standards Institute (ANSI)/NSF International (NSF) ANSI B16.1 Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250 ANSI/NSF 61 Drinking Water System Components – Health Effects ASTM International (ASTM) ASTM A48 Specification for Gray Iron Castings ASTM A126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A240 Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet, and Strip for Pressure Vessels and for General Applications ASTM A276 Specification for Stainless Steel Bars and Shapes ASTM A536 Specification for Ductile Iron Castings ASTM B148 Specification for Aluminum-Bronze Sand Castings ASTM F593 Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs ASTM F594 Specification for Stainless Steel Nuts Item 17 Butterfly Valves 33 12 16.26 - 6 PRP17369 – Lower Pressure Plane Water Line American Water Works Associations (AWWA) AWWA C207 Steel Pipe Flanges for Waterworks Service – Sizes 4-Inch Through 144-Inch AWWA C504 Rubber-Seated Butterfly Valves AWWA C516 Large-Diameter Rubber-Seated Butterfly Valves, Sizes 78-Inch and Larger AWWA C542 Electric Motor Actuators for Valves and Slide Gates AWWA C550 Protective Interior Coatings for Valves and Hydrants AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4- Inch Through 60-Inch 1.05 WARRANTY A. Manufacturer shall warrant the equipment furnished for a period of two years against defects in materials and workmanship, equipment design, and operational failure. The warranty period shall be interpreted as the 24-month period following the installation, adjusting, and acceptance testing, and the start of actual operation of the equipment, or 36 months after complete delivery, whichever occurs first. B. Manufacturer shall provide all parts, labor, and incidental cost for making repairs; shipping of the equipment to the site; and startup services. If it is necessary to return the equipment to the manufacturer for correction of defects during the warranty period, Owner will remove and load the equipment onto a vehicle provided by the Equipment Manufacturer. Owner will reinstall the equipment when it is returned to the Site after defects have been corrected. 2.00 PRODUCTS 2.01 MANUFACTURED PRODUCTS A. General: 1. Butterfly valves shall be tight-closing, rubber-seated type, with rubber seats that are securely attached to the valve disc or body. Valve class shall be suitable for the pressure class of the adjacent pipe or as shown in the valve list herein. Valves which are used for modulating service or pump control service shall have the rubber seat attached to the disc. Valves shall be bubble-tight at rated pressures with flow in either direction and shall be satisfactory for applications involving valve operation after long periods of inactivity. Pressure class of valve shall be permanently marked on the valve. Valve shall be designed for a maximum full-open fluid velocity of 16 ft/sec based on nominal valve size. 2. Butterfly valves 3-inch through 72-inch shall conform to the applicable requirements of AWWA C504, AWWA C550, or ANSI B16.1 dependent upon operating pressure. 3. Butterfly valves 78-inch and larger shall conform to the applicable requirements of AWWA C516, AWWA C550, or ANSI B16.1 dependent upon operating pressure. Item 17 Butterfly Valves 33 12 16.26 - 7 PRP17369 – Lower Pressure Plane Water Line 4. Alternately, the Installation Contractor may propose high-performance/industrial butterfly valves for the Owner to consider. 5. All valves for water service shall comply with NSF 61 standards. B. Butterfly Valves: 1. Body: ASTM A536 Grade 65-45-12 or Grade 70-50-05 ductile iron. 2. Disc: ASTM A536 Grade 65-45-12 or Grade 70-50-05 ductile iron. 3. Shafts: Shall be turned, ground and polished, and constructed of stainless steel conforming to ASTM A276. Valve shafts may consist of a one-piece unit extending completely through the valve disc, or may be of the two-piece stub shaft type. The shaft shall be tightly connected to the disc using tapered or wedged keying devices. Bolting will not be allowed for this connection. 4. Seats: Neoprene, Buna-N, or other synthetic rubber resilient seats. The mating seat surface shall be ASTM A276 or A240 stainless steel or a 95 percent pure nickel overlay. Seats shall provide tight shut-off at the pressure specified. All valves shall have mechanically retained, replaceable, adjustable seats. Valves 30 inches and larger shall have in-line replaceable seats. Seats retained using epoxy or similar system are not acceptable. 5. Bearings: Sleeve type, made of corrosion-resistant and self-lubricated materials that will not deteriorate natural or synthetic rubber. 6. Shaft Seals: Where shafts project through the valve bodies for actuator connection, a split-V or O-ring type shaft seal shall be provided. 7. Bolts and Nuts: Fasteners shall be stainless steel. 8. Factory Surface Preparation and Shop Coating: a. The exterior ferrous surfaces of the valve shall be thoroughly cleaned of all scale, dirt, grease, or other foreign matter, and thereafter primed at the shop. b. All internal and external ferrous surfaces shall be coated with a fusion bonded thermosetting powder epoxy coating of 10 mils nominal thickness in accordance with AWWA C550. Exterior of valves shall be coated in accordance with Section 09 96 00 High Performance Coatings, System No. 1. {i.e. Polyamide Epoxy 3 coats, 4 MDFTPC for a total of 12 MDFT}. Interior of valves shall be coated in accordance with 3 coats of Tnemec Series 141 “Epoxoline” NSF Std. 61, 6 MDFTPC for a total of 18 MDFT. c. Ferrous surfaces that are not to be painted shall be given a shop coat of grease, slush oil, or other suitable rust resistant coating. d. Special care shall be taken to protect uncoated items and plastic items from environmental damage. 9. Field coat valves in accordance with paragraph 3.01. 10. Connections: a. Bell Ends: Not allowed. 2 Item 17 Butterfly Valves 33 12 16.26 - 8 PRP17369 – Lower Pressure Plane Water Line b. Flanged Ends: Flanges for valves 96-inch and smaller shall be ANSI B16.1 Class 125 drilling. Alternate ANSI/AWWA flanges may be submitted to engineer for approval, but must match the pipe drilling pattern and pressure rating of specified flange. All flanges shall be rated to meet the valve pressure rating. c. Acceptable valve flanges must be compatible with pipe flanges. C. Manual Actuator: 1. Valve actuator shall be designed and manufactured in accordance with the applicable requirements of AWWA C504 and AWWA C516, and shall be arranged for horizontal or vertical valve shaft installation. 2. Manual actuators shall have all gearing totally enclosed and shall be pre-lubricated or grease packed. Actuators shall be of the enclosed worm gear and shall be designed for submerged service. Actuator shall have a non-rising stem with operating nut pinned to shaft with a solid round pin. Worm gear shall be grease lubricated. Actuators shall turn counterclockwise to open the valve. 3. Actuators for exposed valves shall be provided with a valve position indicator. The indicator shall be permanently match-marked at the factory to indicate full-open and full-closed position. Valve position indicator is not required for buried valves. 4. Actuators for buried valves shall have an extended stem with a 2-inch square operating nut. Provide bevel gear for vertical operation of the nut. Provide a handwheel where indicated. D. Valve Extension Stems and Stem Guides: Extension stem shall be 1 inch, carbon-steel, solid shaft. Valves in manholes shall include two adjustable Trumbull 367 stem guides, minimum; one at each end of extension stem. Supports shall be provided at 10-foot maximum spacing. E. Valve Boxes and Covers: Valves for buried service shall be supplied with a cast iron valve box. Valve box shall be HS-20 traffic rated. The valve box shall consist of the top, bottom, and base (if needed), plus the lid. Box extension shall be AWWA C900 PVC or ductile iron. F. Valve Marker: Berntsen model C35DB 3.5-inch brass marker or approved equal. Marker shall be stamped with the Owner’s name, valve diameter and valve type. 3.00 EXECUTION 3.01 INSTALLATION A. Valves shall be installed according to the valve schedule in Paragraph 3.04. B. Install valves in piping with valve shaft horizontal and with the disc seat adjustment facing the thrust harness, unless otherwise indicated. C. Valve actuators shall be stored in an environmentally protected area until installed. Space heaters shall be energized during storage as materials on hand, and upon installation of the valve. D. Installation shall be in accordance with the manufacturer's instructions. Carefully handle valve while lowering into position to prevent damage to any part of the valve. Place the valve in position with the stem oriented as shown in the Drawings and securely hold until connections have been made. Item 17 Butterfly Valves 33 12 16.26 - 9 PRP17369 – Lower Pressure Plane Water Line E. For buried valves without manholes, the Installation Contractor shall adjust the valve box so it is flush with the surrounding ground surface and construct a 30-inch by 30-inch concrete pad with brass marker around the valve box flush with the ground surface. F. The exterior of atmospherically exposed valves shall be coated per System No. 4, Section 09 96 00 “High Performance Coatings.” 3.02 FIELD QUALITY CONTROL A. Upon completion of installation, an acceptance test to verify the satisfactory operation of each valve shall be conducted. Tests shall be conducted in a manner approved by and in the presence of the Owner or Owner’s Representative. The valve must perform in a manner acceptable to the Owner before final acceptance. 3.03 CLEAN AND ADJUST A. Adjustments shall be in accordance with the valve manufacturer’s instructions. 3.04 SCHEDULES; VALVES Location Number Required Size and Ends AWWA Class Type Operator Valve Orientation Valve Seat Location WEST SECTION 26 + 65.00 1 20” BFV 150B Manual Horizontal See Plans. 58 + 42.95 1 20” BFV 150B Manual Horizontal See Plans. 67 + 76.34 1 20” BFV 150B Manual Horizontal See Plans. 87 + 35.54 1 20” BFV 150B Manual Horizontal See Plans. 87 + 45.54 1 24” BFV 150B Manual Horizontal See Plans. 105 + 99.93 1 42” BFV 150B Manual Horizontal See Plans. 105 + 99.93 1 24” BFV 150B Manual Horizontal See Plans. 105 + 99.93 1 36” BFV 150B Manual Horizontal See Plans. 133 + 66.71 1 42” BFV 150B Manual Horizontal See Plans. EAST SECTION 1 + 00.00 1 42” BFV 150B Manual Horizontal See Plans. 40 + 95.00 1 42” BFV 150B Manual Horizontal See Plans. 83 + 08.74 1 42” BFV 150B Manual Horizontal See Plans. END OF SECTION Item 17 APPENDIX A GEOTECHNICAL REPORT Item 17 2711 N. Haskell Avenue, Suite 3300 Dallas, Texas 75204 214-217-2200 FAX 214-217-2201 www.freese.com TECHNICAL MEMORANDUM PROJECT DESCRIPTION This technical memorandum summarizes the results of the geotechnical investigation performed for the proposed water line located in Prosper, Texas. This work was provided under Freese and Nichols, Inc. (FNI) project number PRP17368, authorized by the contract with the Town of Prosper. The overall pipeline will travel east and southeast from the proposed Elevated Storage Tank (EST) near the intersection of Fishtrap Road and Legacy Drive in Prosper, Texas (refer to Figures 1 through 6, attached) to the intersection of Coit Road and Richland Boulevard. The pipeline consists of three sections. The first section starts near the EST and ends at the BNSF Railroad and will consist of a 20-inch pipeline from Station 1+00 to Station 80+88.78, a 24-inch pipeline from Station 80+88.78 to Station 105+99.93, and a 42-inch pipeline from Station 105+99.93 to 136+39.50 (end). The second section starts at the BNSF Railroad and ends just west of Preston Road and will consist of a 42-inch pipeline. The third section starts east of Preston Road, north of University Drive and ends at Coit Road and will consist of a 42-inch pipeline. The proposed pipeline will typically be buried about 5 to 25 feet below the ground surface. Open cut excavations are planned with occasional horizontal bore crossings at infrastructure crossings. This geotechnical investigation was conducted to aid in the design of the proposed pipeline according to the following scope of service: Drill exploratory borings along the pipeline alignment to obtain soil and/or rock samples for field observation, testing, and classification; Perform laboratory tests on selected samples to determine soil classification and other pertinent engineering properties of the subsurface; Evaluate the collected data to develop suitable recommendations for the proposed pipeline design and installation; and Prepare a summary technical memorandum to document the findings and suggestions for inclusion in contract documents and specifications. This technical memorandum has been prepared based on our current knowledge and understanding of the proposed project. Changes in the design or alignment of the proposed pipeline, as described in this document, may require modification of the recommendations contained in this technical memorandum. This memorandum presents the results of the geotechnical investigation and analysis in a direct and abbreviated manner and is not intended to serve as a detailed geotechnical report. SUBSURFACE EXPLORATION AND LABORATORY TESTING The subsurface conditions were explored by drilling a total of sixteen (16) borings to termination depths ranging from approximately 25 to 35 feet below the existing ground surface along the proposed pipeline route, as shown TO:Clayton Barnard, P.E., Ashley Hairston, E.I.T. FROM:Holly Saez, P.E. SUBJECT:Geotechnical Investigation PROJECT:PRP17368 – Low Pressure Plane Water Supply PL DATE:July 11, 2018 QC:Tony Bosecker, P.E. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 07/11/2018 Item 17 Geotechnical Investigation – Low Pressure Plane Water Supply Pipeline July 11, 2018 Page 2 of 6 Project No. PRP17368 in Figures 2 through 6 (Boring Location Maps) included with this memorandum. Seventeen (17) borings were initial planned, however, during the field investigation the drilling rig was unable to access Boring B-5. The actual boring locations were not surveyed; however, the estimated geodetic coordinates have been included on the Boring Location Map and the boring logs for reference. Elevations, estimated from the plan and profile sheets from the project drawings, are also included on the boring logs. The drilling was performed on May 21-23, 2018, by W.E.S.T. Drilling using a CME-75 truck-mounted drilling rig. Mr. Daniel Rohmer of Geoscience Consultants International, LLC supervised the drilling and logged the borings. The borings were drilled “dry” using hollow-stem augers. Push tubes and a split-spoon sampler were used to collect samples within the borings. The split-spoon sampler was used in conjunction with the Standard Penetration Test (SPT). The Texas Cone Penetrometer (TCP) test was performed to evaluate the rock consistency in situ. The borings were observed for indications of subsurface water entry during drilling and were checked for accumulated water before being backfilled with soil cuttings. Laboratory testing was performed on selected samples by Gorrondona & Associates, Inc. These samples were selected by FNI as being generally representative of specific subsurface strata encountered within the borings. Testing was performed to allow for material classification according to the Unified Soil Classification System (USCS) and to evaluate pertinent engineering properties of the materials. These tests include moisture content, Atterberg limits, percentage passing a no. 200 sieve, and unconfined compression tests. The results of these tests are presented on the boring logs and individual test reports included with this memorandum. The boring logs were prepared from the field logs and represent a generalized interpretation of the stratigraphy encountered within each boring based on field descriptions, in situ testing, and laboratory test results. Stratigraphy lines shown on the logs correspond to the approximate boundary between strata. In situ, this transition can be, and is often, gradual. The boring logs are included with this memorandum along with a key to the symbols and terms used on the logs. GENERALIZED SUBSURFACE CONDITIONS Geology and Stratigraphy The project site is mapped within the Eagle Ford geologic formation to the west of Preston Road (Borings 1 through 11) and within the Austin Chalk geologic formation to the east of Preston Road (Borings 12 through 17), according to the Geologic Atlas of Texas. The Eagle Ford formation typically consists of residual clay overlying shale bedrock. The clays are generally expansive, often jointed and blocky, and contain bentonite seams/partings. The bedrock weathers to form fine- grained materials with a clay-like structure that can exhibit significant expansive behavior. The shale is typically not as hard as other regional rock materials, such as limestone. Borings 1 through 11 encountered residual overburden soils consisting of highly to moderately expansive clays and shaly weathered clays (CH materials) overlying soft, slightly weathered shale. The Austin Chalk formation typically consists of residual clay overlying chalky limestone bedrock. The thickness of the clay above the limestone varies but is generally encountered at a shallow depth. The upper portions of the limestone are generally weathered, fractured, and some zones of severely weathered limestone have a clay-like structure. The underlying primary limestone is generally harder than the weathered limestone. Borings 12 through 17 encountered residual overburden soils consisting of moderately to highly expansive clays and weathered limestone overlying hard, unweathered limestone. Table 1 summarizes the stratigraphy along the pipeline route and is intended to represent the generalized stratigraphy used for the analysis, discussion, and recommendations in the following sections of this memorandum. Item 17 Geotechnical Investigation – Low Pressure Plane Water Supply Pipeline July 11, 2018 Page 3 of 6 Project No. PRP17368 Table 1 – Generalized Stratigraphy Stratum Thickness, feet Description Borings 1 through 11 (Eagle Ford Formation) 1 7-17 FAT CLAY (CH): brown, yellow-brown, gray, stiff to hard, moist 79 ≤ P200 ≤ 95 60 ≤ LL ≤ 87 34 ≤ PI ≤ 52 1 ≤ UC ≤ 4.3 tsf 2 0-13+ SHALY FAT CLAY (CH): yellow-brown to gray, stiff to very stiff, moist to dry 89 ≤ P200 ≤ 99 56 ≤ LL ≤ 88 32 ≤ PI ≤ 49 1.1 ≤ UC ≤ 1.4 tsf 3 -- SHALE: dark gray, soft rock, fissile, slightly weathered 80 ≤ P200 ≤ 97 63 ≤ LL ≤ 87 34 ≤ PI ≤ 50 1.6 ≤ UC ≤ 8 tsf 29 ≤ SPT ≤ 86 blows/12” Borings 12 through 17 (Austin Chalk Formation) 1 0-12 LEAN/FAT CLAY (CL/CH): brown, yellow-brown, gray, stiff to hard, moist to dry 54 ≤ P200 ≤ 96 41 ≤ LL ≤ 82 18 ≤ PI ≤ 53 1.5 ≤ UC ≤ 2.8 tsf 2 0-5 LIMESTONE (WEATHERED): light gray, hard to very hard rock 4”/100 blows ≤ TCP ≤ 1.75”/100 blows 3 --LIMESTONE (UNWEATHERED): dark gray, very hard rock 3.25”/100 blows ≤ TCP ≤ 0.125”/100 blows Groundwater Groundwater observations were made during drilling operations and immediately after drilling. Seepage was not encountered in the borings during or after drilling. However, these observations do not preclude the possibility of groundwater or seepage at the site. The occurrence of groundwater can vary due to many factors, such as seasonal changes, site topography, surface runoff, the layering and permeability of subsurface strata, utilities, and other factors not evident at the time of this investigation. These observations of groundwater and seepage have been made during the course of this investigation. A detailed groundwater study has not been performed, and long-term observations would be necessary to accurately evaluate groundwater levels and fluctuations. ANALYSIS AND RECOMMENDATIONS Excavations Open-cut excavations will be used for the majority of the alignment, including creek crossings and roadway crossings, with horizontal bores under major infrastructure crossings including highways and railroad crossings. Excavations should be configured to create a safe working condition. As required by Texas State law, the excavation design and maintenance is the sole responsibility of the Contractor. Attention is drawn to OSHA Standards 29 CFR – 1926 Subpart P for guidance in the design of such systems. Excavations along the alignment will encounter a variety of overburden soils. The soil will primarily include fat clays. These overburden materials can be excavated with conventional earthmoving equipment. The borings west of Preston Road indicated slightly weathered, soft shale at various depths and will likely be encountered along the pipeline route between the EST and Preston Road (along the first and second sections of the pipeline). The borings Item 17 Geotechnical Investigation – Low Pressure Plane Water Supply Pipeline July 11, 2018 Page 4 of 6 Project No. PRP17368 east of Preston Road indicated slightly weathered and unweathered limestone at various depths and will likely be encountered along the pipeline route between Preston Road and Coit Road (along the entire third section of the pipeline). Experience with excavation within the Eagle Ford and Austin Chalk formations generally indicate that the soft shale and weathered limestone is excavatable with standard backhoe equipment although rock teeth may be necessary. However, the weathered and unweathered limestone is described as hard to very hard. Therefore, planning should provide a contingency for hard limestone. This discussion is presented to assist with the development of project documents, and contractors that refer to this document are solely responsible for determining excavation characteristics. Excavations may encounter groundwater, but the occurrence will be sporadic. If groundwater is encountered, the working area will need to be dewatered in general accordance with FNI Standard Specification 31 23 33.66 – Trenching and Backfill and meet the requirements of OSHA. It is anticipated that groundwater and surface water inflows can be controlled by relatively simple means, such as collector trenches and sump pits with pumping. Most of the subsurface materials indicated in the borings were stiff to hard for soil and hard to very hard for rock and are capable of supporting the pipe loads. Groundwater seepage could also contribute to softening of the subgrade soils. If soft subgrade soils are encountered at the bottom of the excavation, replacement with suitable fill or reinforcement with gravel or crushed stone in conjunction with geosynthetic materials may be used. Roadway Crossings Bored casings or horizontal directional drilling methods will be used at major roadway and railroad crossings. These installations will encounter primarily clay materials and may include some weathered and unweathered shale or limestone. The limestone will likely require more effort to drill when compared to the overburden soil, as discussed in the previous section. Based on the anticipated profile, mixed-face conditions may exist with harder shale or limestone along the bottom of the casing and softer clays or weathered rock along the top of the casing. If adjustments to the profile are made, the depth of rock and transition from overburden soils should be considered. Embedment and Backfill Prior to placing any bedding, embedment, or backfill materials, all existing loose fill, debris, and similar unsuitable materials should be removed from within the trench. If unsuitable materials are encountered at the pipeline bearing depth, then these materials should be replaced or reinforced as discussed in the Excavations section. In general, if the depth of unsuitable materials is greater than about two feet or if the affected length along the trench becomes excessive, the geotechnical engineer should be notified to evaluate the situation in the field. Pipe bedding and backfill should be in general accordance with FNI Standard Specification 31 23 33.16. The highly plastic clays along the pipeline alignment are not ideal re-use soils for CLSM due to their poor shredability and the quantity of cement needed for mixing to achieve a suitable compressive strength. The trench type recommended for water lines greater than 30-inches in diameter consists of crushed rock embedment. The crushed rock embedment should be placed and compacted as specified in FNI Standard Specification 31 23 33.16 for the particular pipe material. Most of the excavated soils from the trench are suitable for backfill above the pipe envelope, in non-load bearing areas. Backfill under future roadways or in load bearing areas should meet the requirements in the FNI Standard Specification 31 23 33.16. If the excavated soils are varied from what is described in previous sections, care should be taken to keep the material segregated if it will be used as backfill above the pipe envelope. Earthwork General fill above the pipe zone should be compacted between 95 and 100 percent of the maximum Standard Proctor density (ASTM D 698), between optimum and 4 percent above the optimum moisture content. Compaction of each lift should be continuous over its entire area. The maximum allowable aggregate size for these materials is 2 inches. Fill should be placed in loose horizontal lifts not exceeding about 8 to 9 inches, with the intent of providing a compacted lift thickness of 6 inches. Item 17 Geotechnical Investigation – Low Pressure Plane Water Supply Pipeline July 11, 2018 Page 5 of 6 Project No. PRP17368 The material should be consistent with regard to type and moisture content. Clods should be processed and mixed, and water should be evenly applied, so that each lift has a uniform moisture and density. Each lift should be tested to confirm it has the specified moisture and compaction. As a general rule, one moisture/density verification test should be performed for every 150-linear feet of utility backfill. Subsequent lifts should not be placed until the exposed lift has the specified moisture and density. Lifts failing to meet the moisture and density requirements should be reworked to meet the required specifications. The contractor must provide some means of controlling the moisture content (such as water hoses, water trucks, etc.). Maintaining subgrade moisture is always critical, but will require the most effort during warm, windy and/or sunny conditions. Density and moisture verification testing is recommended to provide some indication that adequate earthwork is being provided. However, the quality of the fill is the sole responsibility of the contractor. Satisfactory verification testing is not a guarantee of the quality of the contractor’s earthwork operations. Expansive Clays The presence of expansive clays should be discussed with the geotechnical engineer during design. Expansive clays of moderate to high plasticity were present in the upper 2 to 30 feet of the boring logs. Expansive soils are problematic within the depth of seasonal moisture change, typically 20 feet for North Central Texas, or where water may be introduced to previously dry subsurface soils. Swell-induced pressures may need to be considered for the pipeline, specifically at the joints where the pipe depth changes suddenly (e.g. creek or infrastructure crossings). In areas where the pipe is founded in clay materials, expansive foundation materials could result in uplift pressures that damage or cause offsets due to differential settlement between the shallow foundation soils and the deeper limestone foundation. The use of flexible pipe will alleviate some of the problems associated with expansive soil; however, the use of flexible connections may be required at the joint locations where the pipe elevation drops to accommodate the creek or infrastructure crossing. LIMITATIONS This memorandum was prepared specifically for use by the Town of Prosper and Freese and Nichols, Inc. for this particular project and shall not be used for other projects or purposes. This work was performed in a manner consistent with the level of care and skill ordinarily exercised by other members of the engineering profession practicing in the same locality, under similar conditions, and at the date the services were provided. Freese and Nichols, Inc. makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. The information and opinions contained in this memorandum are based on field observations, subsurface explorations, laboratory tests, and present knowledge of the proposed project. It is possible that soil, rock, or groundwater conditions could vary between or beyond the points explored. Paragraphs, statements, test results, boring logs, figures, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the purpose of this memorandum. This memorandum, and any future addenda or reports regarding this site, may be made available to contractors and/or bidders to supply them with only the data contained herein regarding subsurface conditions and laboratory test results specific to the location and time noted. Contractors and/or bidders may not exclusively rely on interpretations, opinions, or conclusions contained in this memorandum. Verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc., is the responsibility of the contractors and/or bidders. Because of the limited nature of any subsurface study, conditions encountered during construction may differ from those presented in this memorandum. In such event, the contractor should promptly notify the Town of Prosper so that Freese and Nichols, Inc. can confirm those conditions. -END OF MEMORANDUM- Item 17 Geotechnical Investigation – Low Pressure Plane Water Supply Pipeline July 11, 2018 Page 6 of 6 Project No. PRP17368 ATTACHMENTS 1. Figure 1 – Vicinity Map (1 page) 2. Figures 2-6 – Boring Location Maps (5 pages) 3. Boring Logs and Boring Log Legend and Nomenclature (20 pages) 4. Laboratory Testing (18 pages) Item 17 !A!A!A!A !A!A !A!A !A !A!A !A!A!A !A !A!A Prosper Prosper Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 1 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Low Pressure Plane Water Supply PLTown of Prosper, TX Vicinity Map/ 0 1 2Miles 6/25/2018 MPT VIC.mxd Legend !A Boring Locations Pipeline PROJECT LOCATION Item 17 !A !A !A !A B-1 B-2 B-3 B-4 Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 2 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Boring Location Map/ 0 1,000 2,000Feet 6/25/2018 MPT BLM- 1 to 4.mxd Legend !A Boring Locations Pipeline Low Pressure Plane Water Supply PLTown of Prosper, TX Name Latitude Longitude B-1 33.230461 -96.842322B-2 33.231329 -96.840009B-3 33.232355 -96.837256B-4 33.233705 -96.833156 Item 17 !A !A !A !A B-5 (NotDrilled)B-6 B-7 B-8 Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 3 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Low Pressure Plane Water Supply PLTown of Prosper, TX Boring Location Map/ 0 1,000 2,000Feet 6/25/2018 MPT BLM- 5 to 8.mxd Legend !A Boring Locations Pipeline Name Latitude LongitudeB-5 (Not Drilled)33.233795 -96.826266B-6 33.233618 -96.824301B-7 33.233615 -96.819323B-8 33.230292 -96.818692 Item 17 !A !A !A B-9 B-10 B-11 Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 4 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Low Pressure Plane Water Supply PLTown of Prosper, TX Boring Location Map/ 0 1,000 2,000Feet 6/25/2018 MPT BLM- 9 to 11.mxd Legend !A Boring Locations Pipeline Name Latitude LongitudeB-9 33.229126 -96.808653B-10 33.22849 -96.80106B-11 33.228215 -96.798716 Item 17 !A !A !A !A B-12 B-13 B-14 Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 4 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Low Pressure Plane Water Supply PLTown of Prosper, TX Boring Location Map/ 0 1,000 2,000Feet 6/25/2018 MPT BLM- 12 to 14.mxd Legend !A Boring Locations Pipeline Name Latitude Longitude B-12 33.221331 -96.788121B-13 33.220042 -96.785623B-14 33.220481 -96.783876 Item 17 !A !A !AB-15 B-16 B-17 Esri, HERE, Garmin, © OpenStreetMap contributors, Source: Esri,DigitalGlobe, GeoEye, Earthstar Geographics, CNES/Airbus DS, USDA,USGS, AeroGRID, IGN, and the GIS User Community FN JOB NO PRP17368 FILE DATE SCALE 1:8,000 DESIGNED Holly Saez DRAFTED FIGURE 6 2711 N. Haskell Avenue, Suite 3300Dallas, TX 75204Phone - (214) 217-2200 Low Pressure Plane Water Supply PLTown of Prosper, TX Boring Location Map/ 0 1,000 2,000Feet 6/25/2018 MPT BLM- 15 to 17.mxd Legend !A Boring Locations Pipeline Name Latitude Longitude B-15 33.221225 -96.778748B-16 33.221571 -96.773320B-17 33.221646 -96.770195 Item 17 2/583.0 8/577.0 11/574.0 6.71.552 50 35 37 87 87 94 88 8434 25 U-1 U-2 U-3 U-4 U-5 U-6 SPT-7 SPT-8 9-18-21(39) 11-15-24(39) 4.5+ (P) 2.5 (P) 1.5 (P) 1.5 (P) 3.5 (P) 4.5+ (P) 21 17 21 27 63 54 FAT CLAY (CH), dark brown, hard, dry,trace coarse-grained limestone, gravel,angular (Fill) FAT CLAY (CH), dark gray, very stiff tostiff (Alluvium) SHALY FAT CLAY (CH), yellow-brown todark gray, very stiff, moist, slightly fissile,highly weathered shale (Eagle Ford) SHALE, very dark gray, soft, slightlyfissile, slightly weathered (Eagle Ford) -60 degree fracture at 14 feet Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:585.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.230461 Longitude:-96.842322 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 580 575 570 565 560 5 10 15 20 25 LOG OF BORING NO. B-1 Item 17 0.25/586.8 2/585.0 6/581.0 8.5/578.5 13/574.0 10.61.250 44 26 31 76 75 90 96 9332 22 U-1 U-2 U-3 U-4 U-5 U-6 SPT-7 SPT-8 12-18-26(44) 11-30-35(65) 4.5+ (P) 1.5 (P) 1.25 (P) 1.0 (P) 3.25 (P) 4.5+ (P) 33 42 31 48 77 58 SILTY SAND (SM), brown, moist,medium-to coarse-grained (Fill) FAT CLAY (CH), very dark brown, hard,moist, trace fine-grained sandstonegravel, well-rounded (Fill) FAT CLAY (CH), brown to gray-brown,stiff, moist (Fill) FAT CLAY (CH), yellow-brown, stiff, moist,trace fine-grained gravel, well-rounded(Alluvium) SHALY FAT CLAY (CH), yellow-brown todark gray, very stiff, moist, slightly fissile,highly weathered shale (Eagle Ford) SHALE, very dark gray, soft, very fissile,slightly weathered (Eagle Ford) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:587.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.231329 Longitude:-96.840009 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 582 577 572 567 562 5 10 15 20 25 LOG OF BORING NO. B-2 Item 17 2/595.0 4/593.0 7/590.0 14/583.0 1.81.147 44 40 30 87 74 99 97 8835 22 U-1 U-2 U-3 U-4 U-5 U-6 SPT-7 SPT-8 SPT-9 11-17-30(47) 17-19-25(44) 18-20-27(47) 4.5+ (P) 4.5+ (P) 4.5+ (P) 3.5 (P) 3.25 (P) 4.5+ (P) 19 31 27 58 50 63 FAT CLAY (CH), very dark gray, hard, dry,trace fine-grained limestone gravel,well-rounded (Fill) FAT CLAY (CH), brown, hard, moist, tracefine-grained limestone gravel,well-rounded (Fill) FAT CLAY (CH), yellow-brown to gray,hard, moist, trace fine-grained limestonegravel, well-rounded (Alluvium) SHALY FAT CLAY (CH), yellow-brown togray, stiff to very stiff, moist, slightlyfissile, highly weathered shale (EagleFord) SHALE, very dark gray, soft, slightlyweathered (Eagle Ford) Total boring depth 30.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-30 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:597.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.232355 Longitude:-96.837256 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 592 587 582 577 572 567 5 10 15 20 25 30 LOG OF BORING NO. B-3 Item 17 4/600.0 7.5/596.5 12/592.0 16/588.0 2.31.4 44 49 24 39 68 88 84 9486 21 37 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 12-17-23(40) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 2.75 (P) 4.5+ (P) 31 21 52 50 33 60 60 FAT CLAY (CH), very dark gray, hard,moist, trace fine-grained limestonegravel, well-rounded (Fill) FAT CLAY (CH), very dark brown, hard,moist, trace fine-grained limestonegravel, well-rounded (Fill) FAT CLAY (CH), yellow-brown, hard,moist, few to some fine-grainedlimestone gravel, rounded towell-rounded (Alluvium) SHALY FAT CLAY (CH), yellow-brown todark gray, stiff to very stiff, moist,moderately fissile, highly weatheredshale (Eagle Ford) SHALE, very dark gray, soft, slightlyfissile, slightly weathered (Eagle Ford) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:604.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.233705 Longitude:-96.833156 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 599 594 589 584 579 5 10 15 20 25 LOG OF BORING NO. B-4 Item 17 NOT DRILLED.Drilling rig could not access boringlocation at time of field investigation.Total boring depth 0.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started: Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By: Rig Type: Elevation: Hammer Type: Drilling Co.: Latitude:Longitude: Project No.:PRP17368 Phase No.:**** Date Drilling Completed: Drill Method: 5 10 15 20 25 LOG OF BORING NO. B-5 Item 17 2/609.0 8/603.0 12/599.0 17/594.0 2.41.3 41 49 19 36 60 85 79 9286 19 37 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 9-13-16(29) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 1.75 (P) 4.5+ (P) 23 310 19 38 54 58 54 FAT CLAY (CH), very dark brown, hard,moist, few fine-grained limestone gravel,well-rounded (Fill) FAT CLAY (CH), yellow-brown, hard,moist, few to little fine-grainedlimestone gravel, well-rounded(Alluvium) FAT CLAY (CH), yellow-brown to gray,hard, moist, calcareous (Alluvium) SHALY FAT CLAY (CH), gray toyellow-brown, stiff, moist, slightly fissile,highly weathered shale (Eagle Ford) SHALE, very dark gray, soft, highly fissile,highly to slightly weathered (Eagle Ford) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:611.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.233618 Longitude:-96.824301 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 606 601 596 591 586 5 10 15 20 25 LOG OF BORING NO. B-6 Item 17 5/614.0 9/610.0 12/607.0 17/602.0 9.6 4.6 1 8 41 34 24 29 65 63 82 80 93 108 29 18 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 19-39-47(86) 4.5+ (P) 2.0 (P) 1.75 (P) 4.5+ (P) 1.25 (P) 4.5+ (P) 4.5+ (P) 31 10 40 38 58 42 46 FAT CLAY (CH), very dark gray, hard tostiff, moist (Fill)-with 2-inch decomposed wood from 0 to2 feet FAT CLAY (CH), yellow-brown to gray,stiff to hard, moist, calcareous (Alluvium)-with trace sandstone fragments,coarse-grained, angular from 6 to 9 feet FAT CLAY (CH), yellow-brown, stiff, moist(Alluvium) FAT CLAY (CH), yellow-brown to gray,hard, moist, calcareous (Alluvium) SHALE, very dark gray, soft, very fissile,highly to slightly weathered (Eagle Ford) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:619.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.233615 Longitude:-96.819323 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 614 609 604 599 594 5 10 15 20 25 LOG OF BORING NO. B-7 Item 17 4/620.0 7/617.0 12/612.0 16/608.0 16.1 8.7 2.8 2.2 2.8 1.6 45 39 34 23 31 28 68 70 62 87 95 95 104 115 93 24 28 18 28 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 14-32-50(82) 2.25 (P) 2.0 (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 3.75 (P) 4.5+ (P) 29 29 31 35 48 38 60 FAT CLAY (CH), dark gray, very stiff,moist, trace fine-grained limestonegravel, well-rounded (Fill) FAT CLAY (CH), brown, hard, moist, tracefine-grained limestone gravel,well-rounded (Alluvium) FAT CLAY (CH), brown to yellow-brown,hard, moist, calcareous, tracefine-grained limestone gravel,well-rounded (Alluvium) FAT CLAY (CH), yellow-brown to gray,very stiff, moist, blocky, calcareous, tracecoarse-grained sandstone gravel,sub-angular, calcareous cement(Alluvium) SHALE, very dark gray, soft, massive,calcareous, highly weathered (EagleFord) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/22/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:624.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.230292 Longitude:-96.818692 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/22/2018 Drill Method:DRY w/ HSA 619 614 609 604 599 5 10 15 20 25 LOG OF BORING NO. B-8 Item 17 7.5/636.5 12/632.0 41.642 32 24 24 66 56 91 89 9726 21 U-1 U-2 U-3 U-4 U-5 U-6 U-7 U-8 4.5+ (P) 1.75 (P) 2.25 (P) 1.75 (P) 4.5+ (P) 3.0 (P) 4.5 (P) 4.25 (P) 25 58 29 50 50 60 52 42 FAT CLAY (CH), very dark gray, stiff tohard, moist, trace fine-grained roundedsandstone gravel (Alluvium) FAT CLAY (CH), brown to yellow-brown,stiff to hard, moist, calcareous,fine-grained, rounded, limestone gravel(Alluvium) SHALY FAT CLAY (CH), yellow-brown togray, very stiff, moist, slightly fissile,highly weathered shale (Eagle Ford) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/21/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:644.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.229126 Longitude:-96.808653 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/21/2018 Drill Method:DRY w/ HSA 639 634 629 624 619 5 10 15 20 25 LOG OF BORING NO. B-9 Item 17 2/673.0 7.75/667.3 13/662.0 16.5/658.5 8.6 3.8 1 1.1 45 34 26 24 71 58 87 94 92 99 32 27 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 11-19-24(43) 4.5+ (P) 1.5 (P) 1.25 (P) 1.5 (P) 1.5 (P) 2.5 (P) 4.5+ (P) 19 21 40 65 46 42 60 FAT CLAY (CH), very dark gray, hard,moist, trace fine-grained limestonegravel, well-rounded (Alluvium) FAT CLAY (CH), very dark brown, stiff,moist, trace fine-grained limestonegravel, well-rounded (Alluvium) FAT CLAY (CH), yellow-brown, stiff, moist,calcareous, trace fine-grained limestonegravel, well-rounded (Alluvium) SHALY FAT CLAY (CH), yellow-brown togray, very stiff, moist, slightly fissile,highly weathered shale (Eagle Ford) SHALE, very dark gray, soft, slightlyweathered (Eagle Ford) -with iron oxide deposit at 18 feet Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/23/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:675.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.228490 Longitude:-96.801060 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/23/2018 Drill Method:DRY w/ HSA 670 665 660 655 650 5 10 15 20 25 LOG OF BORING NO. B-10 Item 17 2/688.0 12/678.0 17/673.0 5.44.345 35 26 32 71 67 86 91 10523 21 U-1 U-2 U-3 U-4 U-5 U-6 U-7 SPT-8 9-16-20(36) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 4.5+ (P) 17 29 23 58 31 50 48 FAT CLAY (CH), very dark gray, hard, dry,trace fine-grained sandstone gravel,rounded (Alluvium) FAT CLAY (CH), brown, hard, moist, tracefine-grained limestone gravel, rounded,calcareous, trace calcite crystals(Alluvium) SHALY FAT CLAY (CH), yellow-brown togray, hard, moist, slightly fissile, highlyweathered shale (Eagle Ford) SHALE, very dark gray, soft, highly fissile,slightly weathered (Eagle Ford) -with some limestone fragmentsencountered at 22 feet Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/21/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:690.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.228215 Longitude:-96.798716 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/21/2018 Drill Method:DRY w/ HSA 685 680 675 670 665 5 10 15 20 25 LOG OF BORING NO. B-11 Item 17 2/712.0 4.95/709.1 9/705.0 1823417819 U-1 SPT-2 SPT-3 TCP TCP TCP TCP 9-21-24(45) 13-50/5.50" 50/0.50" 50/1"50/1" 50/0.75"50/0.25" 50/0.50" 4.5+ (P) 42 LEAN CLAY (CL), dark brown to very lightyellow, hard, dry, massive, calcareous,highly weathered limestone (AustinChalk) LEAN CLAY (CL) with sand, very light gray,hard, dry, massive, calcareous, highlyweathered limestone (Austin Chalk) LIMESTONE, very light gray, very hard,slightly weathered (Austin Chalk) LIMESTONE, very dark gray, very hard,unweathered (Austin Chalk) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/21/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:714.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.221331 Longitude:-96.788121 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/21/2018 Drill Method:DRY w/ HSA 709 704 699 694 689 5 10 15 20 25 LOG OF BORING NO. B-12 Item 17 2/699.0 6/695.0 8/693.0 12/689.0 9.72.8453176929229 U-1 U-2 U-3 U-4 SPT-5 TCP TCP TCP TCP 50/2.00" 50/1"50/0.75" 50/0.25" 50/0.25"50/0.25" 50/0.50" 4.5+ (P) 3.25 (P) 3.5 (P) 4.5+ (P) 29 29 15 40 FAT CLAY (CH), very dark brown, hard,moist, little limestone gravel,coarse-grained, angular (Fill) FAT CLAY (CH), very dark gray, very stiff,moist (Fill) FAT CLAY (CH), very dark gray, hard,moist, little limestone gravel, fine-tocoarse-grained, subrounded tosubangular (Fill) LIMESTONE, very light gray, very hard,slightly weathered (Austin Chalk) LIMESTONE, very dark gray, very hard,unweathered (Austin Chalk) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/21/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:701.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.220042 Longitude:-96.785623 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/21/2018 Drill Method:DRY w/ HSA 696 691 686 681 676 5 10 15 20 25 LOG OF BORING NO. B-13 Item 17 1/719.0 2/718.0 4.8/715.2 7/713.0 2526517021 U-1 U-2 SPT-3 TCP TCP TCP TCP 24-50/4.00" 50/1"50/1" 50/1"50/2.25" 50/0.0"50/0.125" 50/0.25" 4.5+ (P) 4.5+ (P) 35 44 SANDY FAT CLAY (CH), dark brown, hard,moist (Fill) SANDY FAT CLAY (CH), brown toyellow-brown, hard, moist, massive,calcareous, completely weatheredlimestone (Austin Chalk) SANDY FAT CLAY (CH), yellow-brown tolight gray, hard, dry, massive, calcareous,highly weathered limestone (AustinChalk) LIMESTONE, very light gray, hard, slightlyweathered (Austin Chalk) LIMESTONE, very dark gray, hard to veryhard, unweathered (Austin Chalk) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/21/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:720.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.220481 Longitude:-96.783876 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/21/2018 Drill Method:DRY w/ HSA 715 710 705 700 695 5 10 15 20 25 LOG OF BORING NO. B-14 Item 17 2/747.0 2.5/746.5 202444549U-1 SPT-2 TCP TCP TCP TCP TCP 25-50 50/1.5"50/1" 50/0.50"50/1" 50/1.5"50/1" 50/1.5"50/1" 50/0.75" 4.5+ (P) 23 SANDY LEAN CLAY (CL), very dark gray,hard, dry, some limestone gravel,fine-grained, subangular to subrounded SANDY LEAN CLAY (CL), very light gray,hard, dry, massive, highly weatheredlimestone (Austin Chalk) LIMESTONE, very dark gray, hard to veryhard, unweathered (Austin Chalk) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/22/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:749.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.221225 Longitude:-96.778748 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/22/2018 Drill Method:DRY w/ HSA 744 739 734 729 724 5 10 15 20 25 LOG OF BORING NO. B-15 Item 17 1/751.0 5.5/746.5 11/741.0 2928578415 U-1 U-2 SPT-3 TCP TCP TCP TCP 17-26-50/3.50" 50/2.5" 50/0"50/0.25" 50/0.75"50/0.50" 50/0.50"50/0.25" 4.5+ (P) 4.5+ (P) 40 60 FAT CLAY (CH), brown to gray, moist todry, massive, trace fine-grained gravel(Fill) FAT CLAY (CH) with sand, brown to verylight gray, hard, moist, massive,calcareous, highly weathered limestone(Austin Chalk) LIMESTONE, very light gray, slightlyweathered, hard (Austin Chalk) LIMESTONE, very dark gray, very hard,unweathered (Austin Chalk) Total boring depth 25.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-25 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 1 Water Observations:Remarks: Date Drilling Started:5/22/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:752.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.221571 Longitude:-96.773320 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/22/2018 Drill Method:DRY w/ HSA 747 742 737 732 727 5 10 15 20 25 LOG OF BORING NO. B-16 Item 17 4/742.0 12/734.0 16/730.0 8.91.5 38 53 27 29 65 82 81 9686 23 35 U-1 U-2 U-3 U-4 U-5 SPT-6 TCP TCP TCP 27-50/4.00" 50/0.75"50/0.25" 50/1"50/0.50" 50/0.50"50/0.50" 4.5+ (P) 4.5+ (P) 1.5 (P) 1.75 (P) 2.0 (P) 29 19 33 50 42 FAT CLAY (CH), very dark brown, hard,moist, trace fine-grained limestonegravel, subrounded to subangular (Fill) FAT CLAY (CH), very dark gray, stiff, moist(Fill) LIMESTONE, very light gray, hard, highlyto slightly weathered (Austin Chalk) LIMESTONE, very dark gray, very hard,unweathered (Austin Chalk)ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-35 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 1 of 2 Water Observations:Remarks: Date Drilling Started:5/22/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:746.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.221646 Longitude:-96.770195 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/22/2018 Drill Method:DRY w/ HSA 741 736 731 726 721 716 5 10 15 20 25 30 LOG OF BORING NO. B-17 Item 17 TCP 50/0.50"50/0.25" LIMESTONE, very dark gray, very hard,unweathered (Austin Chalk) (continued) Total boring depth 35.0 ft.ELEVATION, ftSTRAIN AT FAILURE, %UNC. COMPRESSIVESTRENGTH, tsfPLASTICITY INDEXPLASTIC LIMITLIQUID LIMIT% PASSINGNO. 200 SIEVEUNIT DRY WEIGHT, pcfWATER CONTENT, %TYPEBLOW COUNTSHAND PENE-TROMETER (P) /TORVANE (T), tsfRECOVERY, %RQD, %SYMBOLDEPTH, ftMATERIAL DESCRIPTION SAMPLE Dry At Time Of Drilling Dry After Drilling 0-35 feet - hollow stem augers. Backfilled with soil cuttings upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logsare subject to the limitations, conclusions, and recommendations in the associated report.Sheet 2 of 2 Water Observations:Remarks: Date Drilling Started:5/22/2018 Project Description:Prosper Pipeline Project Location:Prosper, Texas Logged By:D. Rohmer Rig Type:CME 75 Elevation:746.0 ft. Hammer Type:Automatic Drilling Co.:W.E.S.T. Drilling Latitude:33.221646 Longitude:-96.770195 Project No.:PRP17368 Phase No.:**** Date Drilling Completed:5/22/2018 Drill Method:DRY w/ HSA 711 706 701 696 691 686 35 40 45 50 55 60 LOG OF BORING NO. B-17 Item 17 Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014) BORING LOG LEGEND AND NOMENCLATURE Abbreviations U – Undisturbed Sample (tube) SPT – Standard Penetration Test NT – Not Testable A – Auger Sample TCP – Texas Cone Penetration NP – Non Plastic CS – Continuous Sample CFA – Continuous Flight Auger ATD – At Time of Drilling C – Rock Core HSA – Hollow Stem Auger AD – After Drilling General Terms Term Description Blow Counts Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a %) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Consistency of Cohesive Soil Description Comp. Strength, tsf Criteria SPT Blows TCP Blows Very Soft < 0.25 Sample sags under its own weight and is easily deformed 0 – 2 0 – 8 Soft ≥ 0.25 – < 0.5 Easily pinched between fingers and remolded with light finger pressure > 2 – 4 > 8 – 20 Medium Stiff ≥ 0.5 – < 1.0 Imprinted easily with fingers and remolded with firm finger pressure > 4 – 8 N/A for TxDOT Stiff ≥ 1.0 – < 2.0 Imprinted with strong finger pressure or indented easily with fingernail > 8 – 15 >20 – 40 Very Stiff ≥ 2.0 – < 4.0 Light imprint from finger or light indent with fingernail > 15 – 30 > 40 to 80 Hard ≥ 4.0 Difficult to indent with fingernail > 30 >80 Apparent Density of Cohesionless Soil Description SPT Blow Count Texas Cone Blow Count Very Loose 0 – 4 0 – 8 Loose > 4 – 10 > 8 – 20 Medium Dense > 10 – 30 > 20 to 80 Dense > 30 – 50 80 to ≥ 5” Very Dense > 50 0” to < 5” Textural Adjectives Textural Item Description Pit Pinhole sized openings Vug Small openings up to 4 inches in size Cavity Opening larger than 4 inches Honeycomb Numerous and grouped pits and vugs Vesicle Small openings in volcanic rocks Soil Structure Description Criteria Stratified Alternating layers of varying material/color with layers ≥ 1/4-inch thick Laminated Alternating layers of varying material/color with layers < 1/4-inch thick Fissured Breaks along definite planes with little resistance Slickensided Fracture planes appear polished or glossy; shows movement direction Blocky Cohesive soil that can be broken into small, angular lumps Lensed Inclusion of small pockets of soil that is different from dominate type Homogenous Same color and appearance throughout Moisture Condition Description Criteria Dry Absence of moisture, dusty, dry to the touch Moist Damp but no visible water Wet Visible free water Page 1 of 2 Item 17 Copyright Freese and Nichols, Inc., Version 1.4 (September 8, 2014) BORING LOG LEGEND AND NOMENCLATURE Rock Hardness Descriptors Grade Approx. Comp. Strength, tsf Approx. TCP Range Field Test Very Soft < 10 - 100 >6” Can be peeled with pocket knife, crumbles under firm blows of geological hammer Soft 100 - 500 4” - 6” Can be peeled with pocket knife with difficulty, indented by firm blows of geological hammer Hard 500 - 1000 1” - 5” Cannot be peeled with pocket knife, can be fractured by single firm blow of hammer Very Hard 1000 - 2000 0” - 2” Specimen requires more than one blow of geological hammer to fracture it Extremely Hard > 2000 0” Specimen requires many blows of geological hammer to fracture it Degree of Rock Weathering Description Criteria Unweathered No evidence of chemical or mechanical alteration Slightly Weathered Slight discoloration of surface or discontinuities; < 10% volume altered Weathered Discoloring evident; 10 to 50% of volume altered Highly Weathered Entire mass discolored; alteration through majority of rock Decomposed Rock reduced to soil consistency with some rock-like texture Page 2 of 2 Rock Bedding Structure Description Criteria Laminated < 3/8 inch Very Thinly Bedded 3/8—1 inch Thinly Bedded 1 inch—4 inches Moderately Bedded 4 inches—1 foot Thickly Bedded 1 foot—3 feet Very Thickly Bedded 3– 10 feet Massive > 10 feet Soil Column Graphic Symbols* Graphic Represented Soil Types Graphic Represented Soil Types Fat Clay, Fat Clay with sand, Sandy Fat Clay Well-Graded Sand or Poorly-Graded Sand; little to no fines Lean Clay, Lean Clay with sand, Sandy Lean Clay, Silty Clay Clayey Gravel, Gravel-Sand-Clay Mixtures Inorganic Silt and Organic Silt Silty Gravel, Gravel-Sand-Silt Mixtures Clayey Sand, Clay-Sand Mixtures Well-Graded Gravel or Poorly-Graded Gravel; little to no fines Silty Sands, Sand-Silt Mixtures Fill with Significant Debris or Deleterious Material Rock Column Graphic Symbols* Graphic Represented Rock Types Graphic Represented Rock Types Limestone, Shaly/Marly Limestone, Limestone with Shale Marl, Marl with Limestone, Marl with Shale Shale, Shale with Limestone Sandstone, Shaly Sandstone, Sandstone with Shale Mudstone Generic Bedrock Symbol * Combined graphics may be used for dual classifications. Not all graphics represented. Refer to lithology description for soil classification or rock type. Item 17 Boring Top McBottom Lab Testing Summary Report Project: PRP17368 Boring(s): All -200UDW LL PL UC LoadLab Tech Description PI Print Date: 6/11/2018 8:54:30 AM B-1 346 8 87 35 9452 B-1 2518 19.5 87 37 8850 B-10 324 6 71 26 8745 B-10 2713 15 58 24 9434 B-11 232 4 71 26 8645 B-11 2118 20 67 32 9135 B-12 192 3.5 41 23 7818 B-13 292 4 76 31 9245 B-14 212 4 51 26 7025 B-15 90 2 44 24 5420 B-16 152 4 57 28 8429 B-17 230 2 65 27 8138 B-17 356 8 82 29 9653 B-2 326 8 76 26 9050 B-2 2218.5 20 75 31 9644 B-3 358 10 87 40 9947 B-3 2224 25 74 30 9744 B-4 214 6 68 24 8444 B-4 3713 15 88 39 9449 B-6 192 4 60 19 7941 B-6 3713 15 85 36 9249 B-7 294 6 65 24 8241 B-7 1818 20 63 29 8034 This report produced by xGEL LabMate(tm) - Electronic Data Capture and Project Management Tools for Engineers (www.xgeldatasystems.com) 1 of 2 Item 17 Boring Top McBottom Lab Testing Summary Report Project: PRP17368 Boring(s): All -200UDW LL PL UC LoadLab Tech Description PI Print Date: 6/11/2018 8:54:30 AM B-8 242 4 68 23 8745 B-8 288 10 70 31 9539 B-8 1813 15 62 28 9534 B-9 266 8 66 24 9142 B-9 2118 20 56 24 8932 16 28 28/28 28/280/0 28/28 28/28 0/0 MCs -200sUDWs LLs PLs UCLoadsPIs# Borings # Specimens Project/ Boring : Data Counts This report produced by xGEL LabMate(tm) - Electronic Data Capture and Project Management Tools for Engineers (www.xgeldatasystems.com) 2 of 2 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-1 Depth: (6.0-8.0) ft. Description: LL = PI = PL = GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.487 0.743 6.7 1.00 34.1 113.1 84.3 N/A N/A 2.73 5.73 2.10Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-2 Sample Number: U4 Depth: (6.0-8.0) ft. Description: LL = 76 PI = 50PL = 26 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.196 0.598 10.6 1.00 32.3 122.4 92.5 N/A N/A 2.76 5.74 2.08Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-3 Sample Number: U-5 Depth: (8.0-10.0) ft. Description: LL = 87 PI = 47PL = 40 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.149 0.575 1.8 1.00 35.0 119.0 88.2 N/A N/A 2.75 5.73 2.08Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 1 2 3 4 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-4 Sample Number: U-3 Depth: (13.0-15.0) ft. Description: LL = 88 PI = 49PL = 39 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.432 0.716 2.3 1.00 37.0 117.7 85.9 N/A N/A 2.75 5.74 2.09Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 1 2 3 4 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-6 Sample Number: U-6 Depth: (13.0-15.0) ft. Description: LL = 85 PI = 49PL = 36 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.269 0.634 2.4 1.00 36.6 117.4 85.9 N/A N/A 2.75 5.74 2.09Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 1 2 3 4 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-7 Sample Number: U-3 Depth: (4.0-6.0) ft. Description: LL = 65 PI = 41PL = 24 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.037 0.519 9.6 1.00 29.4 120.7 93.3 N/A N/A 2.64 5.74 2.17Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/25/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-7 Sample Number: U-7 Depth: (18.0-20.0) ft. Description: LL = 63 PI = 34PL = 29 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 7.998 3.999 4.6 1.00 18.4 127.9 108.0 N/A N/A 2.75 5.75 2.09Compressive Stress, tsf0 2.5 5 7.5 10 Axial Strain, % 0 1.5 3 4.5 6 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-8 Sample Number: U-2 Depth: (2.0-4.0) ft. Description: LL = 68 PI = 45PL = 23 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 2.210 1.105 16.1 1.00 23.6 127.9 103.5 N/A N/A 2.75 5.72 2.08Compressive Stress, tsf0 1 2 3 4 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 5/23/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-08 Sample Number: U-5 Depth: (8.0-10.0) ft. Description: LL = 70 PI = 39PL = 31 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 2.787 1.394 8.7 1.00 16.2 134.1 115.4 N/A N/A 2.75 5.73 2.08Compressive Stress, tsf0 1 2 3 4 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-8 Depth: (18.0-20.0) ft. Description: LL = PI = PL = GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.653 0.826 2.8 1.00 28.4 119.8 93.4 N/A N/A 2.75 5.73 2.08Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 1 2 3 4 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/21/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-9 Sample Number: U-4 Depth: (6.0-8.0) ft. Description: LL = 66 PI = 42PL = 24 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.611 0.805 4.0 1.00 26.4 123.1 97.4 N/A N/A 2.75 5.74 2.09Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 2.5 5 7.5 10 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-10 Sample Number: U-3 Depth: (4.0-6.0) ft. Description: LL = 71 PI = 45PL = 26 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.010 0.505 8.6 1.00 32.2 121.5 91.9 N/A N/A 2.71 5.73 2.11Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Shear Plane Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-10 Sample Number: U-6 Depth: (13.0-15.0) ft. Description: LL = 58 PI = 34PL = 24 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.073 0.536 3.8 1.00 26.6 125.4 99.0 N/A N/A 2.75 5.73 2.08Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 2.5 5 7.5 10 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/21/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-11 Sample Number: U-2 Depth: (2.0-4.0) ft. Description: LL = 71 PI = 45PL = 26 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 4.269 2.134 5.4 1.00 22.7 129.1 105.3 N/A N/A 2.72 5.74 2.11Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/23/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-13 Sample Number: U-2 Depth: (2.0-4.0) ft. Description: LL = 76 PI = 45PL = 31 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 2.835 1.417 9.7 1.00 29.1 118.8 92.1 N/A N/A 2.74 5.74 2.09Compressive Stress, tsf0 1 2 3 4 Axial Strain, % 0 5 10 15 20 1 Item 17 UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST Gorrondona & Associates, Inc. Houston, Texas Project No.: PRP17368 Date Sampled: 05/22/2018 Remarks: Bulge Failure Figure Client:Freese and Nichols, Inc. Project:Low Pressure Plane Water Supply Pipeline (Prosper, TX) Location: B-17 Sample Number: U-4 Depth: (6.0-8.0) ft. Description: LL = 82 PI = 53PL = 29 GS= Type: Shelby Tube Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, %/min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.483 0.742 8.9 1.00 35.0 116.5 86.3 N/A N/A 2.74 5.74 2.09Compressive Stress, tsf0 0.5 1 1.5 2 Axial Strain, % 0 5 10 15 20 1 Item 17 APPENDIX B EXISTING PIPE LAY DRAWINGS Item 17 Item 17 Item 17 Item 17 APPENDIX C NTTA PERMIT INFORMATION Item 17 Form 192-3 (1-01) NOTICE OF PROPOSED ERECTION OF GAS, SEWER, WATER, ELECTRIC, OR COMMUNICATION FACILITY LINES TO: NORTH TEXAS TOLLWAY AUTHORITY DATE __________________ 5900 WEST PLANO PARKWAY PLANO, TEXAS 75093 Formal notice is hereby given that __________________________________ Company, proposes to erect one 20-inch PVC/DI and 36-inch PVC/DI water lines crossing under The Dallas North Tollway in Prosper, Collin County, Texas as follows: Crossing at DNT STA 1672+20: A 36-inch PVC/DI water line will be installed under the DNT at approximately STA 1672+20 from ROW to ROW. The entire length of the 36-inch water line will be encased in 54-inch steel casing and will be installed by boring under the DNT. There are no anticipated conflicts in this area. See attached plan sheet PL-33 for crossing detail. Crossing at DNT STA 1692+50: An 20-inch PVC gravity wastewater line will be installed under the DNT at STA 1692+50 from the ROW to ROW. The entire length of the crossing will be encased in 36-inch steel casing and will be installed by boring under the DNT. There are no anticipated conflicts in this area. See attached plan sheet PL-11 and PL-12 for crossing detail. The location and description of the proposed line and appurtenances is more fully shown by seven (7) copies of drawings attached to this notice. The line will be constructed, operated, and maintained in accordance with all requirements of governing laws, and the requirements of the National Electric Safety Code, National Bureau of Standards Handbook No. H-30, revised by Handbook No. 81. Item 17 Construction of this line will begin on or after the _______ day of ________________, _______. Agency ______________________________ By (Print) ______________________________ Signature ______________________________ Title ______________________________ Address ______________________________ ______________________________ E-mail ______________________________ Phone ______________________________ Item 17 APPENDIX D CITY OF IRVING CROSSING AGREEMENT Item 17 Item 17 APPENDIX E BNSF CROSSING APPLICATION Item 17 PIPELINE / WIRE LINE PROCESS INSTRUCTIONS Licensing Process: 1. Once the application package is received by Jones Lang LaSalle Brokerage, Inc. (JLL), the application and drawing will be forwarded to the engineering firm to prepare the Exhibit “A” drawings for the contract. This process takes approximately 10 to 15 working days. 2. When the Exhibit “A” is completed, a contract will be prepared and two (2) copies will be forwarded to you for an original signature. A letter will be sent to you that will provide directions regarding insurance and any additional fees. 3. Return the signed contracts (2 contracts with original signatures), along with the appropriate payment to JLL’s Permits Department. 4. The final contracts, with original signatures, will be presented for execution provided payment has been received and insurance has been approved. 5. Once the contract is executed, one original will be returned to you for your files. 6. Prior to commencing any work on the Premises, Licensee shall complete and shall require its contractor (all parties who will be working on the site) to complete the safety training program at Internet Website http://www.bnsfcontractor.com . This training must be completed no more than one year in advance of Licensee’s entry on the Premises. 7. The cover letter and the executed contract will list the Roadmaster’s name and phone number. You will need to contact the Roadmaster ten (10) days prior to beginning work. Process Time: Please be advised that the average time period for completion of this process is 4 weeks from the time that the application is received. Every effort will be made to complete this process in a timely manner. If you require RUSH processing please complete the attached form and send with your check for $4,250. We cannot provide RUSH processing for longitudinals. Item 17 Insurance Requirements for the following Agreements: Pipeline, Overhead Pipe Truss or Conveyor Electric Supply, Communication or Telephone Line Commercial General Liability Insurance Contractual Liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Contractual Liability with a combined single limit of a minimum of $2,000,000 each occurrence and an aggregate limit of at least $4,000,000. Business Automobile Insurance Combined single limit of at least $1,000,000 per occurrence. Combined single limit of at least $1,000,000 per occurrence. Workers Compensation and Employers Liability Insurance Employers’ Liability with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. Employers’ Liability with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. Railroad Protective Liability Insurance Coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. Coverage of at least $2,000,000 per occurrence and $6,000,000 in the aggregate, with the exception of New Mexico in which coverage is $5,000,000 per occurrence and $10,000,000 in the aggregate Pollution Legal Liability Insurance (if necessary) In an amount of at least $5,000,000 per occurrence and $10,000,00 in the aggregate Please Note: These limits are subject to change without notice. An Agreement will be provided to you, which contains details concerning insurance requirements. Please send the following so we may process your License request: 1. Completed Application. 2. $800 non-refundable application fee. This is not in lieu of a permit agreement fee. Check should be made payable to BNSF Railway Company. 3. One set of drawings (no larger than 11 x 17) for the area to be occupied. (Include: streets, distance from tracks and streets, mileposts if available and any distinguishing land marks.) If required, attach the pole head diagram. Please ensure all information is accurate, as each change will add an additional $800 to the application fee. 4. If you require this be expedited please complete the RUSH form and include an additional non-refundable $4,250. We cannot provide RUSH processing for longitudinals. Forward to: Jones Lang LaSalle Brokerage, Inc. Attn: Permit Services 4200 Buckingham, Suite 110 Ft. Worth, TX 76155 Item 17 APPLICATION FOR PIPELINE or WIRE LINE - CROSSING AND/OR LONGITUDINAL Jones Lang LaSalle Brokerage, Inc. Applicants Tax ID # or SS # ___________________________ ATTN: Permit Services 4200 Buckingham, Suite 110 Fort Worth, TX 76155 We submit for your approval the following specifications for a pipeline or wire line we propose to build across and/or along BNSF RAILWAY COMPANY’S right-of-way, as shown on the enclosed location plan and detailed sketch. Legal name of company/municipality who will own the pipeline/ wire line: Town of Prosper State in which incorporated: TX (If not incorporated, please attach name of owners or partners.) _________________ Name of contact for ownership entity: Pete Anaya, P.E. Phone #: 972-569-1098 EMail Address: Pete_Anaya@prospertx.gov Fax: Mailing Address: 200 S. Main Street, Prosper, TX 75078 Is this project ARRA funded? Yes No Is applicant a condemning authority? Yes No Is applicant a Railroad Shipper? Yes No If yes, BNSF Marketing Rep. name: Phone # Was this service requested by BNSF? Yes No If yes, person requesting service: Phone # Is this installation in conjunction with a track or track expansion project? Yes No If yes, BNSF contact name: Phone # Is this installation associated with a public road crossing/widening or a grade separation project? Yes No If yes, please provide details and plans for said crossing/widening or grade separation project with your application. Type of Encroachment: Crossing Longitudinal Both Name of nearest town on RR Prosper County Collin State TX Name of nearest roadway crossing RR? First St Location of Encroachment: 1/4 Section Township Range Railroad Mile Post 680.35 Latitude Longitude Within limits of public road or street? Yes No If yes, distance from center line of road: ft. Width of public road or street: ft. PIPELINE: (Note: For wire line see pg. 2) Contents to be handled through pipeline: Potable Water CARRIER CASING Length of pipe on RR property (plastic pipe must be encased full width of ROW) 113 ft. 113 ft. Inside diameter of pipe 42 in. 60 in. Pipe Material Bar Wrapped Concrete Cylinder Steel Specification & grade (Minimum yield strength casing 35,000 psi) AWWA C303 35 KSI Wall thickness (minimum wall thickness of casing pipe under 14 in. – 0.188 in E-80 Loading) 1.875 in 0.500 in Actual working pressure 150 psi N/A Type of Joint Mechanical Welded Mechanical Welded 756000642 Item 17 CARRIER CASING Coating N/A Per AWWA C210 Distance from base of rail to top of pipe (Flammable contents, steam, water or non-flammable – minimum 5 ½ ft. under main track) (uncased gaseous products – minimum 10’ under track) Approx.11.03 ft Approx. 10.28 ft Minimum ground cover on RR property (minimum 3 ft.) Approx. 6.6 ft Approx. 5.9 ft Cathodic protection casing (flammable substance) N/A N/A Type of insulators or support: N/A Size: Space: Number of Vents (flammable substances require 2 vents) N/A Size: Height Above Ground: Does pipeline support an oil or gas well? Yes No If yes, distance from RR property. ft. Name of well: Method of Crossing: Jacking/Dry Bore (Jacking pit location min. 30 ft. from centerline of track. Pit must not be open more than 48 hrs. and must be protected when not in use.) Trench (RR to furnish flagman at applicant’s expense) Horizontal Directional Drilling (HDD) (Jacking pit location min. 30 ft. from centerline of track. Pit must not be open more than 48 hrs. and must be protected when not in use.) If installation is via Horizontal Direction Drilling (HDD) - Cutting head must travel at 0.0% grade (or downward) beginning 25’ (minimum) from centerline of track until it reaches a point 25’ (minimum) from the centerline of track. Minimum pressure must be applied to pumping the slurry to the cutting head during drilling. This will deter the bentonite slurry used for lubrication from seeping up and fouling the track roadbed. A BNSF Flagman must be present during installation and will monitor the ballast and roadbed. WIRE LINE: Kind of encroachment: Electric Communication If other, describe: Type of wires/cables: # of wires or cables: Volts Phase Cycles Conduits: Occupied conduits: Vacant conduits: Total Conduits: Length of encroachment: Adjacent spans: ft. ft. Appurtenances on RR Co. property: Wire clearance over or under top of rail: ft. over or ft. under If under track: kind of conduit size of conduit Wire clearance over RR Co. wire lines: POLES Kind: Size: Height: Class: Set in: Earth Rock Number of poles on RR property: Distance of poles from track: GUY WIRES Overhead Down Kind Size CROSS ARMS Material: Size: x x Item 17 FRONT ELEVATION INSULATORS Material: Type: Size: BRACKETS Material: Type: Size: CONDUCTORS Material: Type: Size: SIDE ELEVATION LINE CHARACTERISTICS Voltage: Phase: Cycle: I agree that I have read the instructions for the installation of wire lines as detailed in the Utility Accommodation Policy. Attached to this sheet is a location plan and a detailed sketch. Sketch should show tie-down measurement to centerline of nearest road crossing, bridge or other railroad structure. Please authorize us to proceed with this installation or advise what changes are necessary to meet BNSF’s specifications. Date: Signed: Print Name: Company: Title: Phone #: Fax: If you require additional assistance, please contact your Jones Lang LaSalle Brokerage, Inc. representative. Item 17 EXHIBIT 1 E-1 Item 17 EXHIBIT 2 E-2 Item 17 S 50% SUBMITTAL ON DATE:TEXAS NO:NOT FOR CONSTRUCTIONTHIS DOCUMENT IS RELEASED FOR THEPURPOSE OF INTERIM REVIEW UNDER THEAUTHORITY OF:IT IS NOT TO BE USED FOR CONSTRUCTION,BIDDING OR PERMIT PURPOSES.CLAYTON C. BARNARD P.E.103415JUNE 2018Item 17 Page 1 of 15 To: Mayor and Town Council From: Pete Anaya, P.E., Assistant Director of Engineering Services – Capital Projects Through: Harlan Jefferson, Town Manager Re: Town Council Meeting – May 14, 2019 Agenda Item: Consider and act upon authorizing the Town Manager to execute a Professional Services Agreement between Stantec Consultant Services, Inc., and the Town of Prosper, Texas, related to the design of a Traffic Signal at Teel Parkway and Fishtrap Road. Description of Agenda Item: This project is for the design of a traffic signal at the intersection of Teel Parkway and Fishtrap Road. The traffic signal design improvements include mast arm pole assemblies and foundations, vehicle detection, pull boxes, underground conduits and cables, mast arm-mounted signs, and pedestrian signals designed for APS (Audible Pedestrian Signals) readiness. Design work will be performed as a single project for public bids using Town of Prosper standard construction contracts and specification format. On August 28, 2018, Town Council approved a Professional Services Agreement with Spiars Engineering, Inc. to design the completion of the Teel/Fishtrap intersection with two lanes and a left turn lane in all four directions for about 300 feet from the intersection. The intersection improvements should be bid for construction in the fall of 2019. Approval of this agenda item allows for the design of the traffic signal during the construction of the roadway intersection improvements. W hen the intersection improvements are near completion, the Town will bid the traffic signal improvements for installation. This approach provides for a seamless transition of the two projects. At the April 9, 2019, Town Council meeting, the Town Council approved a list of qualified engineering firms, which included services for engineering design. Stantec Consultant Services, Inc. is included on the list. Budget Impact: The cost for the design work is $34,100 and is funded from the May 14, 2019, Budget Amendment for the design of Fishtrap Road Sections 1 and 4. The Town received updated information on the design cost of Fishtrap Sections 1 and 4 that indicates there will be savings in the Budget Amendment to fund the design of the traffic signal. Actual payment for the design will be made from the Capital Improvement Plan in Account No. 750-5410-10-00-1928-TR. Funding for the construction of the project is estimated at $250,000, and will be included in the 2019-2020 Budget. Legal Obligations and Review: Terrence Welch of Brown & Hofmeister, L.L.P., has approved the standard Professional Engineering Services Agreement as to form and legality. Prosper is a place where everyone matters. ENGINEERING SERVICES Item 18 Page 2 of 15 Attached Documents: 1. Professional Services Agreement 2. Location Map Town Staff Recommendation: Town staff recommends that the Town Council authorize the Town Manager to execute a Professional Services Agreement between Stantec Consulting Services, Inc., and the Town of Prosper, Texas, related to the design of a traffic signal at the intersection of Teel Parkway and Fishtrap Road. Proposed Motion: I move to authorize the Town Manager to execute a Professional Services Agreement between Stantec Consulting Services, Inc., and the Town of Prosper, Texas, related to the design of a traffic signal at the intersection of Teel Parkway and Fishtrap Road. Item 18 Page 3 of 15 Parkw Teel Traffic Signal Location Fishtrap Road DNT Traffic Signal Location Fishtrap Road 380 Teel Parkway FM 1385 Item 18 Page 4 of 15 PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) This Agreement for Professional Engineering Services, hereinafter called “Agreement,” is entered into by the Town of Prosper, Texas, a municipal corporation, duly authorized to act by the Town Council of said Town, hereinafter called “Town,” and Stantec Consulting Services, a New York corporation authorized to conduct business in Texas, acting through a duly authorized officer, hereinafter called “Consultant,” relative to Consultant providing professional engineering services to Town. Town and Consultant when mentioned collectively shall be referred to as the “Parties.” W I T N E S S E T H: WHEREAS, Town desires to obtain professional engineering services in connection with the Traffic Signal Design at Teel Parkway and Fishtrap Road Project (1928-TR) hereinafter called “Project”; For the mutual promises and benefits herein described, Town and Consultant agree as follows: 1. Term of Agreement. This Agreement shall become effective on the date of its execution by both Parties, and shall continue in effect thereafter until terminated as provided herein. 2. Services to be Performed by Consultant. The Parties agree that Consultant shall perform such services as are set forth and described in Exhibit A - Scope of Services and incorporated herein as if written word for word. All services provided by Consultant hereunder shall be performed in accordance with the degree of care and skill ordinarily exercised under the same or similar circumstances by competent members of their profession in the locality. In case of conflict in the language of Exhibit A and this Agreement, this Agreement shall govern and control. Deviations from the Scope of Services or other provisions of this Agreement may only be made by written agreement signed by all Parties to this Agreement. 3. Prompt Performance by Consultant. Consultant shall perform all duties and services and make all decisions called for hereunder promptly and without unreasonable delay as is necessary to cause Consultant’s services hereunder to be timely and properly performed. Notwithstanding the foregoing, Consultant agrees to use diligent efforts to perform the services described herein and further defined in any specific task orders, in a manner consistent with these task orders; however, the Town understands and agrees that Consultant is retained to perform a professional service and such services must be bound, first and foremost, by the principles of sound professional judgment and reasonable diligence. 4. Compensation of Consultant. Town agrees to pay to Consultant for satisfactory completion of all services included in this Agreement a total fee of Thirty Four Thousand One Hundred Dollars and No Cents ($34,100.00) for the Project as set forth and described in Exhibit B - Compensation Schedule and incorporated herein as if written word for word. Lump sum fees shall be billed monthly based on the percentage of completion. Hourly not to exceed fees shall be billed monthly based on hours of work that have been completed. Direct Costs for expenses such as mileage, copies, scans, sub-consultants, and similar costs are included in fees and shall be billed as completed. Item 18 Page 5 of 15 Consultant agrees to submit statements to Town for professional services no more than once per month. These statements will be based upon Consultant's actual services performed and reimbursable expenses incurred, if any, and Town shall endeavor to make prompt payments. Each statement submitted by Consultant to Town shall be reasonably itemized to show the amount of work performed during that period. If Town fails to pay Consultant within sixty (60) calendar days of the receipt of Consultant's invoice, Consultant may, after giving ten (10) days written notice to Town, suspend professional services until paid. Nothing contained in this Agreement shall require Town to pay for any work that is unsatisfactory as reasonably determined by Town or which is not submitted in compliance with the terms of this Agreement. The Scope of Services shall be strictly limited. Town shall not be required to pay any amount in excess of the original proposed amount unless Town shall have approved in writing in advance (prior to the performance of additional work) the payment of additional amounts. 5. Town’s Obligations. Town agrees that it will (i) designate a specific person as Town’s representative, (ii) provide Consultant with any previous studies, reports, data, budget constraints, special Town requirements, or other pertinent information known to Town, when necessitated by a project, (iii) when needed, assist Consultant in obtaining access to properties necessary for performance of Consultant’s work for Town, (iv) make prompt payments in response to Consultant’s statements and (v) respond in a timely fashion to requests from Consultant. Consultant is entitled to rely upon and use, without independent verification and without liability, all information and services provided by Town or Town’s representatives. 6. Ownership and Reuse of Documents. Upon completion of Consultant’s services and receipt of payment in full therefore, Consultant agrees to provide Town with copies of all materials and documents prepared or assembled by Consultant under this Agreement and that Town may use them without Consultant's permission for any purpose relating to the Project. Any reuse of the documents not relating to the Project shall be at Town's risk. Consultant may retain in its files copies of all reports, drawings, specifications and all other pertinent information for the work it performs for Town. 7. Town Objection to Personnel. If at any time after entering into this Agreement, Town has any reasonable objection to any of Engineer’s personnel, or any personnel, professionals and/or consultants retained by Engineer, Engineer shall promptly propose substitutes to whom Town has no reasonable objection, and Engineer’s compensation shall be equitably adjusted to reflect any difference in Engineer’s costs occasioned by such substitution. 8. Insurance. Consultant shall, at its own expense, purchase, maintain and keep in force throughout the duration of this Agreement applicable insurance policies as described in Exhibit C - Insurance Requirements and incorporated herein as if written word for word. Consultant shall submit to Town proof of such insurance prior to commencing any work for Town. 9. Indemnification. CONSULTANT DOES HEREBY COVENANT AND AGREE TO RELEASE, INDEMNIFY AND HOLD HARMLESS TOWN AND ITS OFFICIALS, OFFICERS, AGENTS, REPRESENTATIVES, EMPLOYEES AND INVITEES FROM AND Item 18 Page 6 of 15 AGAINST LIABILITY, CLAIMS, SUITS, DEMANDS AND/OR CAUSES OF ACTION, (INCLUDING, BUT NOT LIMITED TO, REASONABLE ATTORNEY’S FEES AND COSTS OF LITIGATION), WHICH MAY ARISE BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSONS BUT ONLY TO THE EXTENT OCCASIONED BY THE NEGLIGENT ACT, ERROR OR OMISSION OF CONSULTANT, ITS OFFICIALS, OFFICERS, AGENTS, EMPLOYEES, INVITEES OR OTHER PERSONS FOR WHOM CONSULTANT IS LEGALLY LIABLE WITH REGARD TO THE PERFORMANCE OF THIS AGREEMENT. IN THE EVENT THAT TOWN AND CONSULTANT ARE CONCURRENTLY NEGLIGENT, THE PARTIES AGREE THAT ALL LIABILITY SHALL BE CALCULATED ON A COMPARATIVE BASIS OF FAULT AND RESPONSIBILITY AND THAT NEITHER PARTY SHALL BE REQUIRED TO DEFEND OR INDEMNIFY THE OTHER PARTY FOR THAT PARTY’S NEGLIGENT OR INTENTIONAL ACTS, ERRORS OR OMISSIONS. 10. Notices. Any notices to be given hereunder by either Party to the other may be affected either by personal delivery, in writing, or by registered or certified mail to the following addresses: Stantec Consulting Services Inc. Dave Carter, PE, PTOE Principal, Traffic Engineering Manager 12222 Merit Drive, Suite 400 Dallas, TX 75251 Town of Prosper Harlan Jefferson Town Manager 200 S. Main Street PO Box 307 Prosper, TX 75078 11. Termination. The obligation to provide further services under this Agreement may be terminated by either Party in writing upon thirty (30) calendar days notice. In the event of termination by Town, Consultant shall be entitled to payment for services rendered through receipt of the termination notice. 12. Sole Parties and Entire Agreement. This Agreement shall not create any rights or benefits to anyone except Town and Consultant, and contains the entire agreement between the Parties. Oral modifications to this Agreement shall have no force or effect. 13. Assignment and Delegation. Neither Town nor Consultant may assign their rights or delegate their duties without the written consent of the other Party. This Agreement is binding on Town and Consultant to the extent permitted by law. Nothing herein is to be construed as creating any personal liability on the part of any Town officer, employee or agent. 14. Texas Law to Apply; Successors; Construction. This Agreement shall be construed under and in accordance with the laws of the State of Texas. It shall be binding upon, and inure to the benefit of, the Parties hereto and their representatives, successors and assigns. Should any provisions in this Agreement later be held invalid, illegal or unenforceable, they shall be deemed void, and this Agreement shall be construed as if such provision had never been contained herein. 15. Conflict of Interest. Consultant agrees that it is aware of the prohibited interest requirements of the Town Charter and the Town’s Code of Ordinances and will abide by the same. Consultant agrees that it is further aware of the vendor disclosure requirements set forth in Chapter 176, Local Government Code, as amended, and will abide by the same. In this connection, Item 18 Page 7 of 15 a lawful representative of Consultant shall execute the Conflict of Interest Questionnaire, Form CIQ, attached hereto as Exhibit D - Conflict of Interest Questionnaire and incorporated herein as if written word for word. 16. Venue. The Parties herein agree that this Agreement shall be enforceable in Prosper, Texas, and if legal action is necessary to enforce it, exclusive venue shall lie in Collin County, Texas. 17. Mediation. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. 18. Prevailing Party. In the event a Party initiates or defends any legal action or proceeding to enforce or interpret any of the terms of this Agreement, the prevailing party in any such action or proceeding shall be entitled to recover its reasonable costs and attorney’s fees (including its reasonable costs and attorney’s fees on any appeal). 19. Signatories. Town warrants and represents that the individual executing this Agreement on behalf of Town has full authority to execute this Agreement and bind Town to the same. Consultant warrants and represents that the individual executing this Agreement on its behalf has full authority to execute this Agreement and bind Consultant to same. IN WITNESS WHEREOF, the Parties, having read and understood this Agreement, have executed such in duplicate copies, each of which shall have full dignity and force as an original, on the _______ day of _______________________, 20____. STANTEC CONSULTING SERVICES INC. By: Signature Printed Name Title Date TOWN OF PROSPER, TEXAS By: Signature Harlan Jefferson Printed Name Town Manager Title Date Item 18 Page 8 of 15 EXHIBIT A SCOPE OF SERVICES PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. PROJECT DESCRIPTION Stantec Consulting Services Inc. (Stantec) is looking forward to the opportunity to serve your traffic engineering needs. This project includes the design of a new traffic signal at the intersection of Teel Parkway and Fishtrap Road in the Town of Prosper, Texas. We understand that the town currently has a contract with Spiars Engineering to design the roadway improvements at this intersection. The new traffic signal is planned to be installed immediately after the intersection construction. The proposed intersection improvements include the widening of both roadways, raised medians on all four legs, left turn bays, sidewalks, ADA compliant pedestrian ramps and crosswalks, and pavement markings. Stantec will design the new traffic signal per the Town’s Signal Design Guidelines. The signal improvements will include installation of new mast arm pole assemblies and foundations, vehicle detection, installation of new pull boxes, underground conduits and cables, and mast arm-mounted signs. Pedestrian signals will be designed for APS (Audible Pedestrian Signals) readiness. Stantec will coordinate with Spiars Engineering to ensure the locations of the pedestrian signals meet the guidelines laid out in the Texas Manual of Uniform Traffic Control Devices (TMUTCD) and are in accordance with the Town’s requirements. Any change to the scope of work based on additional requirements by the TOWN may result in an increase in the fee associated with the project. The traffic signal plans will be developed based on survey, proposed roadway and proposed pavement marking CAD base files provided by the Town and/or Spiars Engineering. Stantec will conduct a field visit to verify existing above and below ground utility locations based on Texas811 markings. II. PROJECT MANAGER Dave Carter, P.E., PTOE Principal, Traffic Engineering Manager 12222 Merit Drive, Suite 400 Dallas, Texas 75251 (972) 983-9493 Dave.carter@stantec.com III. TASK SUMMARY Task 1 – Traffic Signal Design. 1. Manage the team: Item 18 Page 9 of 15 • Lead, manage, and direct design team activities • Ensure quality control is practiced in the performance of the work • Communicate internally among team members • Allocate team resources 2. Communications and reporting: • Submit monthly invoices • Respond to email and telephone communication from the Town • Coordinate with other agencies and entities, including Spiars Engineering, as necessary for the design of the proposed traffic signal. 3. Meetings: • Attend one (1) pre-design kickoff meeting with Town staff to discuss signal design criteria. As part of this meeting, Stantec engineers will conduct a site visit at the intersection with the Town of Prosper Engineering Department to identify traffic signal pole locations, controller cabinet location, power source location, and to discuss specific issues. • Attend one (1) in-person design review meeting with Town staff. 4. Prepare 60% signal design plans (complete August 16, 2019) • Traffic signal layout sheet(s) showing signal poles, vehicular and pedestrian signal heads, barrier-free ramps and associated sidewalks (designed by Spiars Engineering), vehicle detection, pedestrian push buttons, controller cabinet location, power source location, electrical service, conduits, ground boxes, and all known existing and proposed utilities. Stantec will coordinate with Spiars Engineering to ensure the locations of the barrier-free ramps and pedestrian signals meet the guidelines laid out in the Texas Manual of Uniform Traffic Control Devices (TMUTCD) and are in accordance with the Town’s requirements. • Signal design tables sheet(s) • Signing layout sheet detailing traffic signal related signs. It is assumed that pavement marking plans will be part of the intersection improvement set which will be completed by Spiars Engineering. Stantec will coordinate with Spiars Engineering to ensure that the stop bar and crosswalk markings in their plans for a stop sign controlled intersection will also work for the signal design plans. 5. Prepare 90% signal design plans (complete Nov 01, 2019) • Receive comments from the Town on the preliminary plans and incorporate into plans. • Prepare the following plan sheets for the Pre-Final design plans: o General Notes o Summary of Estimated Quantities o Traffic signal layout sheet o Signal design tables o Signing layout sheet detailing traffic signal related signs. It is assumed that pavement marking plans will be part of the intersection improvement set which will be completed by Spiars Engineering. o Town and/or TxDOT standard detail drawings • Prepare an estimate of construction quantities and develop the preliminary opinion of probable construction cost Item 18 Page 10 of 15 • Assemble standard construction contract document using a template provided by the Town and modify special technical specifications for the project (if any) 6. Prepare 100% PS&E construction plans (complete Dec 15, 2019): • Receive and discuss comments from the Town on the 90% plans • Revise 90% plans, incorporating comments from the Town • Finalize estimate of construction quantities and opinion of probable construction cost. • Finalize construction contract documents, including special technical specifications and special conditions (if any). Task 2 – Record Drawings. After construction is completed, Stantec will receive redline markups from the Contractor and/or the Town, to be delivered electronically in PDF format. Stantec will generate a set of record drawing plans which will incorporate these markups. The record drawings will not be signed and sealed, instead, they will bear a stamp explaining that the plans were constructed per the 100% design plans, except as otherwise noted. Stantec will not perform a field visit to verify the redline markups. Special Services – Bidding and Construction Phase Services. The following tasks will be provided on an hourly rate with a not to exceed fee amount. The work will be performed as requested by the Town. If the fee is exceeded, an additional hourly fee may be set up to cover additional work, to be approved in advance by the Town. 1. Assist the Town in securing bids. The Town will prepare the Notice to Bidders and provide to Stantec to use in notifying plan rooms. The Town will be responsible for publishing the appropriate legal notice and be responsible for the cost for such publications. 2. Print Bid Documents and distribute to selected plan rooms, and to prospective bidders that respond to the Invitation to Bidders. To pay for the cost of reproduction of the Plans and Contract Documents, a non-refundable fee will be charged to prospective bidders that obtain plans. 3. Maintain information on entities that have been issued a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. 4. Assist the Town by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders, if necessary. 5. Stantec will assist the Town in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the Project. Recommend award of contracts or other actions as appropriate to be taken by the Town. 6. Assist the Town in conducting a pre-construction conference with the Contractor and review the construction schedule prepared by the contractor in accordance with the requirements of the construction contract. 7. Review Contractor’s submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract. 8. It is assumed that one field visit may be necessary to meet a contractor in the field to discuss any design issues that may occur during construction. Item 18 Page 11 of 15 IV. DELIVERABLES Task 1 – Traffic Signal Design One (1) PDF copy of the 60% design package One (1) PDF copy of the 90% design package, including contract bid document One (1) PDF copy of the 100% Final PS&E package, including contract bid document Task 2 - Record Drawings One (1) PDF copy of each sheet of the record drawings One (1) DWG of the record drawings base map Item 18 Page 12 of 15 EXHIBIT B COMPENSATION SCHEDULE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. COMPENSATION SCHEDULE Task Completion Schedule Compensation Schedule Notice-to-Proceed June 2019 Task 1 – Traffic Signal Design December 2019 $25,000.00 Task 2 – Record Drawings July 2020 $1,600.00 Total Compensation $26,600.00 II. COMPENSATION SUMMARY Basic Services (Lump Sum) Amount Task 1 – Traffic Signal Design $25,000.00 Task 2 – Record Drawings $1,600.00 Total Basic Services: $26,600.00 Special Services (Hourly Not-to-Exceed) Amount Bidding and Construction Phase Services $7,500.00 Total Special Services: $7,500.00 Direct Expenses Amount None $0 Total Direct Expenses: $0 Item 18 Page 13 of 15 EXHIBIT C INSURANCE REQUIREMENTS PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. COMMON REQUIREMENTS Consultant shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be borne by Consultant. Consultant shall declare any deductible or self-insured retentions in excess of Ten Thousand Dollars ($10,000) for approval by the Town. Consultant shall maintain insurance policies with a company that maintains a financial strength rating of “A- VI” or greater by A.M. Best’s Key Rating Guide, or other equivalent rating service(s), and is authorized to transact business in the State of Texas. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to Town for all occurrences, except 10 days written notice to Town for non-payment. II. GENERAL LIABILITY INSURANCE Consultant shall maintain a general liability insurance policy in an amount not less than One Million Dollars ($1,000,000) for each occurrence, and Two Million Dollars ($2,000,000) in the aggregate for third-party bodily injury, personal injury, and property damage. Policy will include coverage for premises/operations, broad form contractual liability, products and completed operations, personal injury, and broad form property damage. Town, its officers, officials, employees and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of Consultant, products and completed operations of Consultant, premises owned, occupied or used by consultant. The coverage shall contain no special limitations on the scope of protection afforded to Town, its officers, officials, employees or volunteers. Consultant's insurance coverage shall be primary insurance in respects to Town, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by Town, its officers, officials, employees or volunteers shall be in excess of the provider’s insurance and shall not contribute with it. Item 18 Page 14 of 15 Any failure to comply with reporting provisions of the policy shall not affect coverage provided to Town, its officers, officials, employees or volunteers. Consultant’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the insured’s limits of liability. III. AUTOMOBILE LIABILITY Consultant shall maintain an automobile liability policy in an amount not less than Five Hundred Thousand Dollars ($500,000) combined single limit. Automobile liability shall apply to all owned, hired, and non-owned autos that will be used under this Agreement. III. PROFESSIONAL LIABILITY Consultant shall maintain a professional liability (errors and omissions) insurance policy in an amount not less than One Million Dollars ($1,000,000) for each claim, and Two Million Dollars ($2,000,000) in the aggregate. A “claims made” policy is acceptable coverage which must be maintained during the course of the Project, and up to two (2) years after completion and acceptance of the Project by Town. IV. WORKERS COMPENSATION Consultant shall maintain all Statutory Workers Compensation Insurance as required by the laws of the State of Texas. The insurer shall agree to waive all rights of subrogation against Town, its officers, officials, employees and volunteers for losses arising from work performed by Consultant for the Project. V. OTHER INSURANCE REQUIREMENTS Umbrella coverage or excess liability coverage is / X is not required. If Project size and scope warrant, and if required by this section, Consultant shall maintain an umbrella coverage or excess liability coverage insurance policy in an amount of Two Million Dollars ($2,000,000). XCU coverage is / X is not required. If Project scope warrants, and if required by this section, Consultant shall maintain XCU coverage not less than One Million Dollars ($1,000,000) for each occurrence, and Two Million Dollars ($2,000,000) in the aggregate. Item 18 Page 15 of 15 EXHIBIT D Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 1 OF 12 PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) This Agreement for Professional Engineering Services, hereinafter called “Agreement,” is entered into by the Town of Prosper, Texas, a municipal corporation, duly authorized to act by the Town Council of said Town, hereinafter called “Town,” and Stantec Consulting Services Inc., a New York corporation authorized to conduct business in Texas, acting through a duly authorized officer, hereinafter called “Consultant,” relative to Consultant providing professional engineering services to Town. Town and Consultant when mentioned collectively shall be referred to as the “Parties.” W I T N E S S E T H: WHEREAS, Town desires to obtain professional engineering services in connection with the Traffic Signal Design at Teel Parkway and Fishtrap Road Project (1928-TR) hereinafter called “Project”; For the mutual promises and benefits herein described, Town and Consultant agree as follows: 1. Term of Agreement. This Agreement shall become effective on the date of its execution by both Parties, and shall continue in effect thereafter until terminated as provided herein. 2. Services to be Performed by Consultant. The Parties agree that Consultant shall perform such services as are set forth and described in Exhibit A - Scope of Services and incorporated herein as if written word for word. All services provided by Consultant hereunder shall be performed in accordance with the degree of care and skill ordinarily exercised under the same or similar circumstances by competent members of their profession in the locality. In case of conflict in the language of Exhibit A and this Agreement, this Agreement shall govern and control. Deviations from the Scope of Services or other provisions of this Agreement may only be made by written agreement signed by all Parties to this Agreement. 3. Prompt Performance by Consultant. Consultant shall perform all duties and services and make all decisions called for hereunder promptly and without unreasonable delay as is necessary to cause Consultant’s services hereunder to be timely and properly performed. Notwithstanding the foregoing, Consultant agrees to use diligent efforts to perform the services described herein and further defined in any specific task orders, in a manner consistent with these task orders; however, the Town understands and agrees that Consultant is retained to perform a professional service and such services must be bound, first and foremost, by the principles of sound professional judgment and reasonable diligence. 4. Compensation of Consultant. Town agrees to pay to Consultant for satisfactory completion of all services included in this Agreement a total fee of Thirty Four Thousand One Hundred Dollars and No Cents ($34,100.00) for the Project as set forth and described in Exhibit B - Compensation Schedule and incorporated herein as if written word for word. Lump sum fees shall be billed monthly based on the percentage of completion. Hourly not to exceed fees shall be billed monthly based on hours of work that have been completed. Direct Costs for expenses such as mileage, copies, scans, sub- Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 2 OF 12 consultants, and similar costs are included in fees and shall be billed as completed. Consultant agrees to submit statements to Town for professional services no more than once per month. These statements will be based upon Consultant's actual services performed and reimbursable expenses incurred, if any, and Town shall endeavor to make prompt payments. Each statement submitted by Consultant to Town shall be reasonably itemized to show the amount of work performed during that period. If Town fails to pay Consultant within sixty (60) calendar days of the receipt of Consultant's invoice, Consultant may, after giving ten (10) days written notice to Town, suspend professional services until paid. Nothing contained in this Agreement shall require Town to pay for any work that is unsatisfactory as reasonably determined by Town or which is not submitted in compliance with the terms of this Agreement. The Scope of Services shall be strictly limited. Town shall not be required to pay any amount in excess of the original proposed amount unless Town shall have approved in writing in advance (prior to the performance of additional work) the payment of additional amounts. 5. Town’s Obligations. Town agrees that it will (i) designate a specific person as Town’s representative, (ii) provide Consultant with any previous studies, reports, data, budget constraints, special Town requirements, or other pertinent information known to Town, when necessitated by a project, (iii) when needed, assist Consultant in obtaining access to properties necessary for performance of Consultant’s work for Town, (iv) make prompt payments in response to Consultant’s statements and (v) respond in a timely fashion to requests from Consultant. Consultant is entitled to rely upon and use, without independent verification and without liability, all information and services provided by Town or Town’s representatives. 6. Ownership and Reuse of Documents. Upon completion of Consultant’s services and receipt of payment in full therefore, Consultant agrees to provide Town with copies of all materials and documents prepared or assembled by Consultant under this Agreement and that Town may use them without Consultant's permission for any purpose relating to the Project. Any reuse of the documents not relating to the Project shall be at Town's risk. Consultant may retain in its files copies of all reports, drawings, specifications and all other pertinent information for the work it performs for Town. 7. Town Objection to Personnel. If at any time after entering into this Agreement, Town has any reasonable objection to any of Engineer’s personnel, or any personnel, professionals and/or consultants retained by Engineer, Engineer shall promptly propose substitutes to whom Town has no reasonable objection, and Engineer’s compensation shall be equitably adjusted to reflect any difference in Engineer’s costs occasioned by such substitution. 8. Insurance. Consultant shall, at its own expense, purchase, maintain and keep in force throughout the duration of this Agreement applicable insurance policies as described in Exhibit C - Insurance Requirements and incorporated herein as if written word for word. Consultant shall submit to Town proof of such insurance prior to commencing any work for Town. 9. Indemnification. CONSULTANT DOES HEREBY COVENANT AND AGREE TO RELEASE, INDEMNIFY AND HOLD HARMLESS TOWN AND ITS OFFICIALS, OFFICERS, Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 3 OF 12 AGENTS, REPRESENTATIVES, EMPLOYEES AND INVITEES FROM AND AGAINST LIABILITY, CLAIMS, SUITS, DEMANDS AND/OR CAUSES OF ACTION, (INCLUDING, BUT NOT LIMITED TO, REASONABLE ATTORNEY’S FEES AND COSTS OF LITIGATION), WHICH MAY ARISE BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSONS BUT ONLY TO THE EXTENT OCCASIONED BY THE NEGLIGENT ACT, ERROR OR OMISSION OF CONSULTANT, ITS OFFICIALS, OFFICERS, AGENTS, EMPLOYEES, INVITEES OR OTHER PERSONS FOR WHOM CONSULTANT IS LEGALLY LIABLE WITH REGARD TO THE PERFORMANCE OF THIS AGREEMENT. IN THE EVENT THAT TOWN AND CONSULTANT ARE CONCURRENTLY NEGLIGENT, THE PARTIES AGREE THAT ALL LIABILITY SHALL BE CALCULATED ON A COMPARATIVE BASIS OF FAULT AND RESPONSIBILITY AND THAT NEITHER PARTY SHALL BE REQUIRED TO DEFEND OR INDEMNIFY THE OTHER PARTY FOR THAT PARTY’S NEGLIGENT OR INTENTIONAL ACTS, ERRORS OR OMISSIONS. 10. Notices. Any notices to be given hereunder by either Party to the other may be affected either by personal delivery, in writing, or by registered or certified mail to the following addresses: Stantec Consulting Services Inc. Dave Carter, PE, PTOE Principal, Traffic Engineering Manager 12222 Merit Drive, Suite 400 Dallas, TX 75251 Town of Prosper Harlan Jefferson Town Manager 200 S. Main Street PO Box 307 Prosper, TX 75078 11. Termination. The obligation to provide further services under this Agreement may be terminated by either Party in writing upon thirty (30) calendar days notice. In the event of termination by Town, Consultant shall be entitled to payment for services rendered through receipt of the termination notice. 12. Sole Parties and Entire Agreement. This Agreement shall not create any rights or benefits to anyone except Town and Consultant, and contains the entire agreement between the Parties. Oral modifications to this Agreement shall have no force or effect. 13. Assignment and Delegation. Neither Town nor Consultant may assign their rights or delegate their duties without the written consent of the other Party. This Agreement is binding on Town and Consultant to the extent permitted by law. Nothing herein is to be construed as creating any personal liability on the part of any Town officer, employee or agent. 14. Texas Law to Apply; Successors; Construction. This Agreement shall be construed under and in accordance with the laws of the State of Texas. It shall be binding upon, and inure to the benefit of, the Parties hereto and their representatives, successors and assigns. Should any provisions in this Agreement later be held invalid, illegal or unenforceable, they shall be deemed void, and this Agreement shall be construed as if such provision had never been contained herein. 15. Conflict of Interest. Consultant agrees that it is aware of the prohibited interest requirements of the Town Charter and the Town’s Code of Ordinances and will abide by the same. Consultant agrees that it is further aware of the vendor disclosure requirements set forth in Chapter Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 4 OF 12 176, Local Government Code, as amended, and will abide by the same. In this connection, a lawful representative of Consultant shall execute the Conflict of Interest Questionnaire, Form CIQ, attached hereto as Exhibit D - Conflict of Interest Questionnaire and incorporated herein as if written word for word. 16. Venue. The Parties herein agree that this Agreement shall be enforceable in Prosper, Texas, and if legal action is necessary to enforce it, exclusive venue shall lie in Collin County, Texas. 17. Mediation. In the event of any disagreement or conflict concerning the interpretation of this Agreement, and such disagreement cannot be resolved by the signatories hereto, the signatories agree to submit such disagreement to non-binding mediation. 18. Prevailing Party. In the event a Party initiates or defends any legal action or proceeding to enforce or interpret any of the terms of this Agreement, the prevailing party in any such action or proceeding shall be entitled to recover its reasonable costs and attorney’s fees (including its reasonable costs and attorney’s fees on any appeal). 19. Signatories. Town warrants and represents that the individual executing this Agreement on behalf of Town has full authority to execute this Agreement and bind Town to the same. Consultant warrants and represents that the individual executing this Agreement on its behalf has full authority to execute this Agreement and bind Consultant to same. IN WITNESS WHEREOF, the Parties, having read and understood this Agreement, have executed such in duplicate copies, each of which shall have full dignity and force as an original, on the _______ day of _______________________, 20____. STANTEC CONSULTING SERVICES INC. By: Signature Dave N Carter Printed Name Principal Title May 7, 2019 Date TOWN OF PROSPER, TEXAS By: Signature Harlan Jefferson Printed Name Town Manager Title Date Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 5 OF 12 EXHIBIT A SCOPE OF SERVICES PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. PROJECT DESCRIPTION Stantec Consulting Services Inc. (Stantec) is looking forward to the opportunity to serve your traffic engineering needs. This project includes the design of a new traffic signal at the intersection of Teel Parkway and Fishtrap Road in the Town of Prosper, Texas. We understand that the town currently has a contract with Spiars Engineering to design the roadway improvements at this intersection. The new traffic signal is planned to be installed immediately after the intersection construction. The proposed intersection improvements include the widening of both roadways, raised medians on all four legs, left turn bays, sidewalks, ADA compliant pedestrian ramps and crosswalks, and pavement markings. Stantec will design the new traffic signal per the Town’s Signal Design Guidelines. The signal improvements will include installation of new mast arm pole assemblies and foundations, vehicle detection, installation of new pull boxes, underground conduits and cables, and mast arm-mounted signs. Pedestrian signals will be designed for APS (Audible Pedestrian Signals) readiness. Stantec will coordinate with Spiars Engineering to ensure the locations of the pedestrian signals meet the guidelines laid out in the Texas Manual of Uniform Traffic Control Devices (TMUTCD) and are in accordance with the Town’s requirements. Any change to the scope of work based on additional requirements by the TOWN may result in an increase in the fee associated with the project. The traffic signal plans will be developed based on survey, proposed roadway and proposed pavement marking CAD base files provided by the Town and/or Spiars Engineering. Stantec will conduct a field visit to verify existing above and below ground utility locations based on Texas811 markings. II. PROJECT MANAGER Dave Carter, P.E., PTOE Principal, Traffic Engineering Manager 12222 Merit Drive, Suite 400 Dallas, Texas 75251 (972) 983-9493 Dave.carter@stantec.com III. TASK SUMMARY Task 1 – Traffic Signal Design. Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 6 OF 12 1. Manage the team: Lead, manage, and direct design team activities Ensure quality control is practiced in the performance of the work Communicate internally among team members Allocate team resources 2. Communications and reporting: Submit monthly invoices Respond to email and telephone communication from the Town Coordinate with other agencies and entities, including Spiars Engineering, as necessary for the design of the proposed traffic signal. 3. Meetings: Attend one (1) pre-design kickoff meeting with Town staff to discuss signal design criteria. As part of this meeting, Stantec engineers will conduct a site visit at the intersection with the Town of Prosper Engineering Department to identify traffic signal pole locations, controller cabinet location, power source location, and to discuss specific issues. Attend one (1) in-person design review meeting with Town staff. 4. Prepare 60% signal design plans (complete August 16, 2019) Traffic signal layout sheet(s) showing signal poles, vehicular and pedestrian signal heads, barrier-free ramps and associated sidewalks (designed by Spiars Engineering), vehicle detection, pedestrian push buttons, controller cabinet location, power source location, electrical service, conduits, ground boxes, and all known existing and proposed utilities. Stantec will coordinate with Spiars Engineering to ensure the locations of the barrier-free ramps and pedestrian signals meet the guidelines laid out in the Texas Manual of Uniform Traffic Control Devices (TMUTCD) and are in accordance with the Town’s requirements. Signal design tables sheet(s) Signing layout sheet detailing traffic signal related signs. It is assumed that pavement marking plans will be part of the intersection improvement set which will be completed by Spiars Engineering. Stantec will coordinate with Spiars Engineering to ensure that the stop bar and crosswalk markings in their plans for a stop sign controlled intersection will also work for the signal design plans. 5. Prepare 90% signal design plans (complete Nov 01, 2019) Receive comments from the Town on the preliminary plans and incorporate into plans. Prepare the following plan sheets for the Pre-Final design plans: o General Notes o Summary of Estimated Quantities o Traffic signal layout sheet o Signal design tables o Signing layout sheet detailing traffic signal related signs. It is assumed that pavement marking plans will be part of the intersection improvement set which will be completed by Spiars Engineering. o Town and/or TxDOT standard detail drawings Prepare an estimate of construction quantities and develop the preliminary opinion of probable construction cost Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 7 OF 12 Assemble standard construction contract document using a template provided by the Town and modify special technical specifications for the project (if any) 6. Prepare 100% PS&E construction plans (complete Dec 15, 2019): Receive and discuss comments from the Town on the 90% plans Revise 90% plans, incorporating comments from the Town Finalize estimate of construction quantities and opinion of probable construction cost. Finalize construction contract documents, including special technical specifications and special conditions (if any). Task 2 – Record Drawings. After construction is completed, Stantec will receive redline markups from the Contractor and/or the Town, to be delivered electronically in PDF format. Stantec will generate a set of record drawing plans which will incorporate these markups. The record drawings will not be signed and sealed, instead, they will bear a stamp explaining that the plans were constructed per the 100% design plans, except as otherwise noted. Stantec will not perform a field visit to verify the redline markups. Special Services – Bidding and Construction Phase Services. The following tasks will be provided on an hourly rate with a not to exceed fee amount. The work will be performed as requested by the Town. If the fee is exceeded, an additional hourly fee may be set up to cover additional work, to be approved in advance by the Town. 1. Assist the Town in securing bids. The Town will prepare the Notice to Bidders and provide to Stantec to use in notifying plan rooms. The Town will be responsible for publishing the appropriate legal notice and be responsible for the cost for such publications. 2. Print Bid Documents and distribute to selected plan rooms, and to prospective bidders that respond to the Invitation to Bidders. To pay for the cost of reproduction of the Plans and Contract Documents, a non-refundable fee will be charged to prospective bidders that obtain plans. 3. Maintain information on entities that have been issued a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. 4. Assist the Town by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders, if necessary. 5. Stantec will assist the Town in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified to construct the Project. Recommend award of contracts or other actions as appropriate to be taken by the Town. 6. Assist the Town in conducting a pre-construction conference with the Contractor and review the construction schedule prepared by the contractor in accordance with the requirements of the construction contract. 7. Review Contractor’s submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract. 8. It is assumed that one field visit may be necessary to meet a contractor in the field to discuss any design issues that may occur during construction. Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 8 OF 12 IV. DELIVERABLES Task 1 – Traffic Signal Design One (1) PDF copy of the 60% design package One (1) PDF copy of the 90% design package, including contract bid document One (1) PDF copy of the 100% Final PS&E package, including contract bid document Task 2 - Record Drawings One (1) PDF copy of each sheet of the record drawings One (1) DWG of the record drawings base map Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 9 OF 12 EXHIBIT B COMPENSATION SCHEDULE PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. COMPENSATION SCHEDULE Task Completion Schedule Compensation Schedule Notice-to-Proceed June 2019 Task 1 – Traffic Signal Design December 2019 $25,000.00 Task 2 – Record Drawings July 2020 $1,600.00 Total Compensation $26,600.00 II. COMPENSATION SUMMARY Basic Services (Lump Sum) Amount Task 1 – Traffic Signal Design $25,000.00 Task 2 – Record Drawings $1,600.00 Total Basic Services: $26,600.00 Special Services (Hourly Not-to-Exceed) Amount Bidding and Construction Phase Services $7,500.00 Total Special Services: $7,500.00 Direct Expenses Amount None $0 Total Direct Expenses: $0 Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 10 OF 12 EXHIBIT C INSURANCE REQUIREMENTS PROFESSIONAL ENGINEERING SERVICES AGREEMENT BETWEEN THE TOWN OF PROSPER, TEXAS, AND STANTEC CONSULTING SERVICES INC. FOR THE TRAFFIC SIGNAL DESIGN AT TEEL PARKWAY AND FISHTRAP ROAD PROJECT (1928-TR) I. COMMON REQUIREMENTS Consultant shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be borne by Consultant. Consultant shall declare any deductible or self-insured retentions in excess of Ten Thousand Dollars ($10,000) for approval by the Town. Consultant shall maintain insurance policies with a company that maintains a financial strength rating of “A- VI” or greater by A.M. Best’s Key Rating Guide, or other equivalent rating service(s), and is authorized to transact business in the State of Texas. A certificate of insurance meeting all requirements and provisions outlined herein shall be provided to Town prior to any services being performed or rendered. Renewal certificates shall also be supplied upon expiration. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either party, reduced in coverage or in limits except after 30 days written notice to Town for all occurrences, except 10 days written notice to Town for non- payment. II. GENERAL LIABILITY INSURANCE Consultant shall maintain a general liability insurance policy in an amount not less than One Million Dollars ($1,000,000) for each occurrence, and Two Million Dollars ($2,000,000) in the aggregate for third-party bodily injury, personal injury, and property damage. Policy will include coverage for premises/operations, broad form contractual liability, products and completed operations, personal injury, and broad form property damage. Town, its officers, officials, employees and volunteers are to be added as “Additional Insured’s” relative to liability arising out of activities performed by or on behalf of Consultant, products and completed operations of Consultant, premises owned, occupied or used by consultant. The coverage shall contain no special limitations on the scope of protection afforded to Town, its officers, officials, employees or volunteers. Consultant's insurance coverage shall be primary insurance in respects to Town, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by Town, its officers, officials, employees or volunteers shall be in excess of the provider’s insurance and shall not contribute with it. Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 11 OF 12 Any failure to comply with reporting provisions of the policy shall not affect coverage provided to Town, its officers, officials, employees or volunteers. Consultant’s insurance shall apply separately to each insured against whom the claim is made or suit is brought, except to the insured’s limits of liability. III. AUTOMOBILE LIABILITY Consultant shall maintain an automobile liability policy in an amount not less than Five Hundred Thousand Dollars ($500,000) combined single limit. Automobile liability shall apply to all owned, hired, and non-owned autos that will be used under this Agreement. III. PROFESSIONAL LIABILITY Consultant shall maintain a professional liability (errors and omissions) insurance policy in an amount not less than One Million Dollars ($1,000,000) for each claim, and Two Million Dollars ($2,000,000) in the aggregate. A “claims made” policy is acceptable coverage which must be maintained during the course of the Project, and up to two (2) years after completion and acceptance of the Project by Town. IV. WORKERS COMPENSATION Consultant shall maintain all Statutory Workers Compensation Insurance as required by the laws of the State of Texas. The insurer shall agree to waive all rights of subrogation against Town, its officers, officials, employees and volunteers for losses arising from work performed by Consultant for the Project. V. OTHER INSURANCE REQUIREMENTS Umbrella coverage or excess liability coverage is / X is not required. If Project size and scope warrant, and if required by this section, Consultant shall maintain an umbrella coverage or excess liability coverage insurance policy in an amount of Two Million Dollars ($2,000,000). XCU coverage is / X is not required. If Project scope warrants, and if required by this section, Consultant shall maintain XCU coverage not less than One Million Dollars ($1,000,000) for each occurrence, and Two Million Dollars ($2,000,000) in the aggregate. Item 18 PROFESSIONAL ENGINEERING SERVICES AGREEMENT PAGE 12 OF 12 EXHIBIT D Item 18 Page 1 of 1 North Teel Parkway Traffic Signal Location Fishtrap Road DNT Traffic Signal Location Fishtrap Road US 380 Teel Parkway FM 1385 Item 18