Loading...
HomeMy WebLinkAboutPR 19730: RELOCATION OF 48 INCH STORM SEWER PIPE E '2; City of Cri 1 G-=J �� lig:rhu Texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: March 21, 2017 To: Brian McDougal, City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: Proposed Resolution No. 19730 Relocation of 48 Inch Storm Sewer Pipe RECOMMENDATION It is recommended that the City Council approve P. R. No. 19730 authorizing the City Manager to execute a contract with Excavation and Construction Co., Inc. for the Relocation of a 48 inch Storm Sewer Reinforced Concrete Pipe with a projected budgetary impact of$125,911.27. BACKGROUND The City of Port Arthur, wishes to facilitate the development for the Express Mart located at 3649 Gulfway Drive, has agreed to participate in a joint venture with Tri-Con, Inc. of Beaumont, Texas for the cost of relocating the existing 48 inch storm sewer reinforced concrete pipe. This contract was advertised on February 12, 2017 and February 19, 2017 in the Port Arthur News and five (5) bids were received and opened on March 6, 2017 with Excavation and Construction Co., Inc. of Port Arthur, Texas being the lowest bid, however, exceeded the budgeted amount for this project. The City negotiated with said contractor submitted a revised bid of$125,911.27. BUDGET/FISCAL EFFECT Funds are available in the following account: 001-1203-531.86-00 City Streets Program SUMMARY It is recommended that the City Council approve P. R. No. 19730 authorizing the City Manager to execute a contract with Excavation and Construction Co., Inc. for the relocation of the 48 inch storm sewer reinforced concrete pipe with a projected budgetary impact of$125,911.27. "Remember we are here to serve the Citizens of Port Arthur" P.R. 19730 03/21/17 rtb RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH EXCAVATION AND CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS FOR THE RELOCATION OF A 48 INCH STORM SEWER REINFORCED CONCRETE PIPE LOCATED AT THE PROPOSED EXPRESS MART CONVENIENCE STORE LOCATED AT 3649 GULFWAY DRIVE WITH A PROJECTED BUDGETARY IMPACT OF $125,911.27. FUNDING AVAILABLE IN CITY STREETS PROGRAM ACCOUNT NO. 001- 1203-531.86-00. WHEREAS, a proposed convenience store is being developed at 3649 Gulfway Drive (northwest corner of 9th Avenue and Gulfway Drive); and, WHEREAS, an existing 48 inch diameter reinforced concrete pipe (RCP) needs to be relocated to allow the building to be constructed; and, WHEREAS, the City of Port Arthur, wishes to facilitate the development and has agreed to participate in a joint venture with the developer for the cost of relocating the existing 48 inch RCP; and, WHEREAS, bids were advertised for the relocation of the 48 inch RCP on February 12, 2017 and February 19, 2017; and, WHEREAS five (5) bids were received and opened on March 6, 2017 for the above referenced Contract (see Exhibit "A") with Excavation and Construction, LLC having the lowest bid in the amount of $150,644.02 and have been evaluated by the Public Works staff and Purchasing Manager; and, WHEREAS, the bid exceeded the budgeted amount for this project. The City negotiated with Excavation and Construction, LLC and the said contractor submitted a revised bid of $125,911.27, as shown in Exhibit "B"; now, therefore, P.R. 19730 Page 2 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council of the City of Port Arthur hereby awards the bid for the Relocation of the 48 inch storm sewer RCP to Excavation and Construction, LLC of Port Arthur, Texas for the amount of $ 125,911.27 as shown on Exhibit "B" attached hereto and made a part hereof; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a contract between the City of Port Arthur and Excavation and Construction, LLC of Port Arthur, Texas with a projected budgetary impact of $125,911.27 for the Relocation of the 48 inch storm sewer RCP; in substantially the same form attached hereto as Exhibit"C"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2017 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: P.R. 19730 Page 3 Mayor Derrick Freeman Attest: City Secretary Sherri Bellard PPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valec'; Tizeno Brian McDougal City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: Rosie Vela, CGFO/CPA Interim Director of Finance Armando Gutierrez, Jr., P.E. Director of Public Works Clifton Williams, CPPB Purchasing Manager EXHIBIT A wd I co Co >, 0 O N m A t. N -+ iF M m y 3 m O OT E -1P-m c m'4 @ n D a O 5 m 0 3 'D a � �.am � omao 0 3 1 m `"-5 m m tp,i A n n a= Co 71 6 a a . a s a tK o m -1 3 $ �N m y m n ro Si D B ro o aN 2.'0'00 m W RI 71 4' - g N N ='O X il c8 c o c0 os n m 3 m o a 0x m 2 0 0 3 00 .� m g *3 Cog. a0 am to D m --1,,R.a a E a c a % 0 v A no m z a 3 � 3n 8 ' • "200 y 5 90P-A, - 3 g a z . 1 b °,..: 0 m s- a g m a O 42 to 5 N 0 C r Da El MDC t-1 3 0 .a r _. N w CA c m Q) ti (A D " = 3 0 ` z 0 c m O6Hi D V V o A t.69 'D 0 r0NmU' wn -- W co CA 0 G o_0 ,o No o m 91 n W 0 a i m O 69 0 69.E �+ w -� 0 0 c In a a Z -1 o N CNA m m 0 P r Z 0 0 0 o to :r O r n N O O O N 0 0 0 .. m A n K 0 ;+ z_ 2 c DA tlf m co6969 i 0 (7 2 n r 0p 0 O -63 too o N m 0 O m 0 0 0 0 O 0 0 O o 0 0 0 0 o IIn �?. 0 T 0- fA n y 0 0 3 o rn 6,+ 69 69 69 g o N ACA V m m co -4 m tD '? O ,0 0 O O O N n 11 N ,� V O O O O O v. o 0 0 O O o O r 2 0. s o C Oz 0 '.4N 0 N 69 4 r o o o 0 g o xi X 3 m o0 0 C) C 0 0 0 0 0 o m 0 0 a 44 0 6, (wJ.� ( 3 W N N y(�11 O A N -•1 m p O N a O O N 0 0 00 0 0 0 o ;D e O o o O 0 o O r 0 o o o 0 0 0 2 -i C o N ZN(R 69 69 "I i D -P.O to ( 69 r Nom o 0 to A co o<n to o 0 _ C7 m 5 0 0 0 0 0 o I^ s 0'< M A N J 69 J M 3 Z A a w a w a 0 m 5" N Oi V, O O 69 0 g N O(3P O O to > O oo O O o 0 o a a O r a c O Z 1D -1 69 m 1 I- oto I V 0 0 0i 0 m O O O O O N A D d 00 0 $ o o mn D Q1 A i' 69 m 9 69 69 0 3 (71 69'69 69 T w 0 - ro w 0 o o N 0 A O O O O O co 0 08 8 0 8 8 D EXHIBIT B EXCRVRTION CONSTRUCTION BID FORM CONSTRUCTION r _,:_ __.. ..::. ,,mow i< ;. .n4 - : . _.1,»m 1, .::. .__ :. OWNER INFORMATION CONTRACTOR INFORMATION Name City of Port Arthur Company EXCAVATION &CONSTRUCTION, LLC. Address Eric Gilchriest City, State ZIP 6601 Proctor Street Ext. Phone City, State ZIP Port Arthur, TX 77642 Email (409)728-4366 Email Eric.gilchriest@exconllc.com Project name 48"Storm Sewer Relocation Completion date TBD SCOPE OF WORK This proposal changes the pipe in the job from 305'48" HDPE to 305'48" 14 gauge aluminized steel CMP. It also changes 5 each surface inlets from concrete to aluminized steel with 30"grates to include tee sections. This proposal also changes inlets to 45 degree fabricated aluminized steel CMP bends in place of concrete grate inlets at Pi's. The switch to CMP will remove the use of stabilized sand backfill and bedding.As per manufactures recommendation backfill will be native material from trench. NOT INCLUDED Does not include taxes or permits. COMPANY PROPOSAL $125,911.27 �'lGC 9Cte bide 3/22/2017 Submitted by(Company Representative) Date OWNER ACCEPTANCE _.r:i.g.:.... __ =gl-Tagga-4 0 I__,,._al ngin v"--t,. a mi- " -EW-eilW7 T;ac;;;........................................................ Submitted by Date Exhibit "C" CONTRACT FOR 48" SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS THIS AGREEMENT, made this day of , 2017, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and Excavation & Construction LLC a(n) corporation herein acting by and through Eric Gilchriest hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein , OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 30 calendar days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. 2. The Contractor will perform work as stated in the Contract Documents. 3. During the term of this Contract, the Contractor will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary in connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4 The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the sum of $125,911.27. 6. The term "Contract Documents" means and includes the following: a) Agreement b) Advertisement for Bid c) Addenda d) General Information e) Specifications f) Bid g) Bid Bond h) Notice of Award i) Payment Bond j) Notice to Proceed 7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. A- 1 8. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of , 2017. ATTEST CITY OF PORT ARTHUR BY: CITY SECRETARY BRIAN MCDOUGAL CITY MANAGER Signed on the day of , 2017. EXCAVATION & CONSTRUCTION LLC CONTRACTOR BY: Print Name: Title: WITNESS: A- 2 w i, Cin o1 ` / / V ttinrt rthur"�— Texas BID AND CONTRACT DOCUMENTS FOR 48" STORM SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS BID DUE: MARCH 6, 2017 BID# P17-027 Table of Contents SECTIONS TURN IN ON BID DATE A. Invitation to Bid B. Mandatory Pre-Bid Conference C. No Bid Form D. Specifications E. Bid Sheet YES F. Affidavit Page YES G. Conflict of Interest YES IF A CONFLICT H. General Conditions I. Advertisement for Bids J. Standard Form of Agreement K. Statement of Bidder's Qualifications YES L. Non Collusion Affidavit of Prime Bidder YES M. Bid Bond YES N. Payment Bond O. Performance Bond I X —1 F �) - - aoto�aa DERRICK FREEMAN"PRINCE,MAYOR " `‘'I,i!" BRIAN MCDO[JGAL RAYMOND SCOTT,JR,MAYOR PRO TEM '': CITY MANAGER COUNCIL MEMBERS: City of `` SHERRI ELLARD,TR Y SET MC RY TIFFANY HAMILTON MORRIS ALBRIGHT,HI ->' " VAL TIZENO KEITH RICHARD p r t Allirthur CITY ATTORNEY WILLIE"BAE"LEWIS,JR. OSMAN SWAT1 Texas CHARLOTTE MOSES KAPRINA RICHARDSON FRANK FEBRUARY 21, 2017 INVITATION TO BID 48" STORM SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS DEADLINE: Sealed Bid submittals must be received and time stamped by 10:00 a.m., Central Standard Time, Monday,March 6,2017. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 10:15 a.m. on Monday, March 6, 2017 in the City Council Chambers, City Hall, 5th Floor,Port Arthur,TX. You are invited to attend. MARK ENVELOPE: P17-027 DELIVERY ADDRESS: Please submit one(1) original and one(1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O.BOX 1089 444 4TH STREET,4`h Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid should be directed in writing to: City of Port Arthur,TX Clifton Williams, Senior Purchasing Assistant P.O. Box 1089 Port Arthur,TX 77641 clifton.wil liams(cr��portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891111 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 • The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. ti i I mbe Clifton Williams,CPPB Acting Purchasing Manager - - OD D3U0 1 NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for 48" Storm Sewer Location at 3649 Gulfway Drive will be held on Monday, February 27, 2017 at 10:00 a.m. at the 5th Floor City Council Chambers located at 444 4th Street, Port Arthur, Texas. The purpose of the Non-Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. JL � V INVITATION TO BID 48" STORM SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service'? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: XIL �� 48" STORM SEWER RLOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS TECHNICAL SPECIFICATIONS SECTION 01 31 19 GENERAL PROJECT MANAGEMENT SECTION 01 57 00 GENERAL EROSION AND SEDIMENTATION CONTROL PRACTICES SECTION 01 57 13 FILTER FABRIC FENCE SECTION 02 27 00 SWP3 -STORM WATER POLLUTION PREVENTION PLAN SECTION 03 21 11 REINFORCING STEEL SECTION 29 32 00 SODDING SECTION 23 35 00 SEEDING SECTION 31 10 00 SITE CLEARING SECTION 31 22 00 SITE GRADING AND EXCAVATION SECTION 31 23 19 DEWATERING SECTION 31 23 23.10 CEMENT STABILIZED SAND SECTION 31 50 00 EXCAVATION SUPPORT AND PROTECTION SECTION 32 13 13 CONCRETE SECTION 33 40 00 STORM DRAIANGE SECTION 33 50 00 TRENCH SAFETY SYSTEMS This Raiease Authorized by. Daniel A. Dotson, P.E. Tx. 109833 Fitt& Shipman, Inc. �. 0f r6-41.11t TBPE Firm No. 1180 *c��Q''' •••' • d'*1'1/ FS 15039.0001 *; •'; *jl DANIEL A. DOTSON r • o' 109833 tit . •,'Q E ^. _,... A` ,'t M'1I t • ,. of • ITEM 01 31 19 GENERAL PROJECT MANAGEMENT A. PROJECT MEETINGS 1. PRECONSTRUCTION CONFERENCE To be held at a time, date, and place to be determined. Mandatory attendance by: Project Superintendent, Major Material Suppliers, Engineer, and Owner Representatives. 2. PURPOSE: a. To discuss questions pertaining the Drawings and Specifications from any person present. b. To clarify the Owner's role and participation in materials supplying. c. To review submittals and procedures required. d. To discuss requirements for monthly payments, substantial completion, and final payment. e. To discuss specific phasing requirements to accommodate the ongoing operations of the existing school and traffic patterns. 3. PROJECT PROGRESS MEETINGS: A. Review of the project status on a biweekly basis by the Project Superintendent, Engineer, Subcontractors, and Representative of the Owner. Meetings will typically be held on the job site. B. CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1. GENERAL: 1. The Project Superintendent shall be responsible to the Owner for all temporary facilities, storage area, and traffic controls, in and around the project site during the construction period, and shall control excessive dust, noise, etc. with the intent of minimizing it. Each sub-contractor shall coordinate temporary facilities, storage areas and traffic control, in and around the project site, with the Project Superintendent. 2. ACCESS TO SITE: Suitable areas at the project site for the Contractor's office, warehouse, storage of materials, etc. will be provided free of charge by the Owner. Specific location shall be coordinated with and approved by the Engineer and Owner. 3. SANITARY FACILITIES: The Project Superintendent shall provide and maintain sanitary toilets and sanitary urinals for use by those engaged on the job site. Provide one (1) urinal and one (1) toilet for each 25 workmen. The Project Superintendent shall keep such toilet facilities in sanitary condition and at the completion of the contract, remove them from the job site. 4. TEMPORARY UTILITIES: The Owner will pay for temporary utilities at the construction site. The Sub-Contractors shall confer with the Project Superintendent, utilities representatives, and other sub-contractors, making such arrangements as are required, for temporary utilities needed during the course of construction. Each Sub-Contractor shall provide and coordinate with the Project Superintendent, hook-ups and runs for all utilities used during construction until final acceptance by the Owner. All Sub-Contractors shall make arrangements with the Project Superintendent for such services at they may require. 5. TEMPORARY CONSTRUCTION BUILDINGS: 013119 - 1 GENERAL PROJECT MANAGEMENT a. The Project Superintendent shall provide one (1) job sign, located as indicated by the Engineer. The job sign shall be constructed and installed immediately after signing of the construction contract and will remain in place until final completion, or by instruction of the Owner. The job sign will include the job name, the Owner's information, the name and address of the Engineer, name and address of the Contractor. b. Signs or advertisements other than the job sign are not permitted to be displayed without Owner's approval. C. GUARANTEES/WARRANTIES: 1. Where guarantees and/or warranties are required by the Contract Documents, or they are shown in printed technical literature, the Sub-Contractor shall furnish to the Project Superintendent three (3) copies of all guarantees or warranties made out in the name of the Owner prior to final payment. At completion of the work, the Contractor must supply a copy of the warranty and proof that the warranty has been received and accepted by the manufacturer, to the Owner, in care of the Contractor. D. WORKER PROTECTION AND OSHA COMPLIANCE 1. Protection of workers and construction practices will be in accordance with OSHA requirements. 2. Worker Protection Program: The Contractor will have a written plan for the protection of his workers in accordance with OSHA requirements. The Plan must also address required training and Certification of such training for all workers and the competent person for the project. 3. Competent Person -The Contractor must identify in writing the name,job title and qualifications of the person that will be designated as the competent person on the project site. END OF SECTION 01 31 19 013119 - 2 GENERAL PROJECT MANAGEMENT SECTION 01 57 00 GENERAL EROSION & SEDIMENTATION PRACTICES Part 1 -General 1.1. Description A. This item describes the installation of erosion and sedimentation control practices which must be utilized during construction activities. 1.2. Related Work A. Related work as called for in PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATION. Part 2-Products Provide materials as specified in PART 3. Part 3- Execution 3.1. General A. No clearing and grubbing or rough cutting, other than as specifically directed by the Owner to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. B. Equipment and vehicles shall be prohibited by Contractor from maneuvering on areas outside of designated construction zone. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. C. Contractor shall employ protective measures to avoid damage to existing trees to be retained on the project site. D. Conduct all construction operations under this Contract in conformance with the erosion control practices described in that Item. 3.2. Top soiling for Erosion and Sedimentation Control Systems A. When removal, stockpiling, and replacing of topsoil and vegetation (topsoiling) is called for as a component of another Item, conduct erosion control practices described in this Item during top soiling operation. 1. When top soiling, maintain erosion and sedimentation control systems, such as swales, grade stabilization structures, berms, dikes, waterways, and sediment basins. 2. Maintain grades which have been previously established on areas to be top soiled. 3. After the areas to be top soiled have been brought to grade, and immediately prior to dumping and spreading the topsoil ,the subgrade shall be loosened by discing or by scarifying to a depth of at least 2 inches to permit bonding of the topsoil to the subsoil. Compact by passing a bulldozer up and down the slope to create horizontal erosion control slots. 015700 - 1 EROSION &SEDIMENTATION CONTROL 4. No sod or seed shall be placed on soil which has been treated with soil sterilants until sufficient time has elapsed to permit dissipation of toxic materials. 3.3. Protection of Trees in Construction Areas A. Heavy equipment, vehicular traffic, and stockpiles of construction materials, including topsoil, are not permitted within the drip line of any tree to be retained. Contractor shall avoid all contact with trees to be retained unless otherwise directed by Owner or required by the work of this Contract. B. Specimen trees shown on the PLANS shall be boxed or fenced. When called for in the PLANS, tunnel under the root system for the installation of utility lines. C. Tree trunks, exposed roots, and limbs of the trees designated to be retained which are damaged during construction operations will be cared for as prescribed by a forester or licensed tree expert at the expense of the Contractor. 3.4. Dust Control A. Control dust blowing and movement on construction sites and roads to prevent exposure of soil surfaces, to reduce on and off-site damage, to prevent health hazards and to improve traffic safety. B. Control dust blowing by utilizing one or more of the following methods: 1. Mulches, bound with chemical binders such as Curasol, Terratack, or equal. 2. Temporary vegetative cover. 3. Spray-on adhesives on mineral soils when not used by traffic. iv)Tillage to roughen surface and bring clods to the surface. 4. Irrigation by water sprinkling. 5. Barriers using solid board fences, snow fences, burlap fences, crate walls, bales of hay, or similar materials. C. Dust control methods shall be implemented immediately whenever dust can be observed blowing on the project site. 3.5. Equipment Maintenance and Repair A. Maintenance and repair of construction machinery and equipment must be confined to areas specifically designated for that purpose. Such designated areas must be located and designed so that oils, gasoline, grease, solvents, and other potential pollutants cannot be washed directly into receiving streams or storm water conveyance systems. These areas must be provided with adequate waste disposal receptacles for liquid as well as solid waste. Maintenance areas should be inspected and cleaned daily. B. On a construction site where designated equipment maintenance areas are not feasible, care must be taken during each individual repair or maintenance operation to prevent potential pollutants from becoming available to be washed into streams or conveyance systems. Temporary waste disposal receptacles must be provided. 3.6. Waste Collection and Disposal A. A plan shall be formulated for the collection and disposal of waste materials on a construction site. Such a plan must designate locations for trash and waste receptacles and establish a special collection schedule. Methods for ultimate disposal of waste must be specified and 015700 - 2 EROSION&SEDIMENTATION CONTROL carried out in accordance with applicable local, state, and federal health and safety regulations. Special provisions must be made for the collection and disposal of liquid wastes and toxic or hazardous materials. B. Receptacles and other waste collection areas must be kept neat and orderly to the extent possible. Waste should not be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points must be located where they will least likely be affected by concentrated storm runoff. 3.7. Washing Areas A. Vehicles such as cement or dump trucks and other construction equipment must not be washed at locations where the runoff will flow directly into a watercourse or storm water conveyance system. Special areas must be designated for washing vehicles. These areas should be located where the wash water will spread out and evaporate or infiltrate directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. Wash areas must have gravel or rock bases to minimize mud generation. 3.8. Storage of Construction Materials, Chemicals, Etc. A. Sites where chemicals, cements, solvents, paints, or other potential water pollutants are to be stored, must be isolated in areas where they will not cause runoff pollution. Toxic chemicals and materials, such as pesticides, paints, and acids must be stored in accordance with manufacturer's guidelines. Groundwater resources must be protected from leaching by placing a plastic mat, packed clay, tar paper, or other impervious materials on any areas where toxic liquids are to be opened or stored. 3.9. Demolition Areas A. Demolition projects usually generate large amounts of dust with significant concentrations of heavy metals and other toxic pollutants. Dust control techniques shall be used to limit the transport of the airborne pollutants. However, water or slurry used to control dust must be retained on the site and not allowed to run directly into watercourses or storm water conveyance systems. 3.10. Sanitary Facilities A. All construction sites must be provided with adequate sanitary facilities for workers in accordance with applicable health regulations. 3.11. Pesticides A. Pesticides used during construction should be stored and used in accordance with manufacturer's guidelines and with local, state and federal regulations. Overuse should be avoided and great care should be taken to prevent accidental spillage. Pesticide containers must never be washed in or near flowing streams or storm water conveyance systems. 3.12. Construction Methods A. Provide filter fabric fence systems at locations specified on PLANS in accordance with enclosed drawing. Filter fabric fence systems shall be installed in such a manner that surface runoff will 015700 - 3 EROSION &SEDIMENTATION CONTROL percolate through the system in sheet flow fashion and allow sediment to be retained and accumulate. B. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced at a maximum of 3 feet apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a slight angle toward the source of anticipated runoff. C. Trench in the tow of the filter fabric fence with a spade or mechanical trencher so that the downward face of the trench is flat and perpendicular to the direction of flow or for V-trench configuration as shown on the attached detail drawing. Lay filter fabric along the edges of the trench. Backfill and compact trench. D. The filter fabric should be provided in continuous rolls and cut to length of the Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum 6 inch overlap, and sealed securely. E. Inspect sediment filter barrier systems after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair or replace damaged section immediately to restore the requirements of this Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. 3.13. Measurement and Payment A. Unless indicated in the PROPOSAL as a pay item, there will be no separate payment for work performed under this Item. Include cost of work performed under this Item in Contract prices bid for items of which this work is a component. When indicated in PROPOSAL as pay item, measure and pay for the filter fabric fence by the linear feet of completed and accepted filter fabric fence between the limits of the beginning and ending of wooden stakes. Filter fabric fence, measured as stated, will be paid for at the unit price bid for "Filter Fabric Fence, complete in place." B. Payment for filter fabric fence will include and be full compensation for all labor, equipment, materials, supervision, and all incidental expenses for construction of these items, complete in place, including, but not limited to, protection of trees, maintenance requirements, repair and replacement of damaged sections, removal of sediment deposits, and removal of erosion and sedimentation control systems at the end of construction. END OF SECTION 015700 - 4 EROSION &SEDIMENTATION CONTROL SECTION 01 57 13 FILTER FABRIC FENCE Part 1 —General 1.1. Description This item describes the installation of erosion and sedimentation control filter fabric fences utilized during construction and prior to the final development of the site. 1.2. Related Work Related work as called for in the Plans or specified elsewhere in this or other Technical Specification. 1.3. Submittals Manufacturer's catalog sheets and other pertinent information on geotextile fabric. Part 2-Products 2.1. Filter Fabric Provide woven or non-woven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principal direction (ASTM D-4632), Mullen burst strength exceeding 200 psi (ASTM D-3786), and the equivalent opening size specified on PLANS. Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of OoF to 120oF. Representative Manufacturers: Marifi Inc. or equal. Part 3-Execution 3.1. General A. Provide erosion and sedimentation control systems at the location shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this item. B. No clearing and grubbing or rough cutting, other than as specifically directed by the Owner to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. C. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the Owner to remove and discard the existing system. E. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and 015713 - 1 FILTER FABRIC FENCE sedimentation control systems until the project is accepted by the Owner. Remove erosion and sedimentation control systems promptly when directed by the Owner. Discard removed materials off site. F. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment off site at a location not in or adjacent to stream or flood plain. Off-site disposal will be the responsibility of the Contractor. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the Owner's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state and local regulations. G. Unless otherwise indicated, compact embankments, excavations, and trenches by mechanically blading, tamping, and rolling soil in a maximum of 8-inch layers. Compaction density shall be a minimum of 90 percent Standard Proctor Density ASTM D-698. Make at least one test per 500 cubic yards of embankment. H. Equipment and vehicles shall be prohibited by Contractor from maneuvering on areas outside of designated construction zone. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. Contractor shall employ protective measures to avoid damage to existing trees to be retained on the project site. Conduct all construction operations under this Contract in conformance with the erosion control practices described in that Item. 3.2. Construction Methods A. Provide filter fabric fence systems at locations specified on PLANS in accordance with enclosed drawing. Filter fabric fence systems shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulate. B. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced at a maximum of 3 feet apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a slight angle toward the source of anticipated runoff. C. Trench in the tow of the filter fabric fence with a spade or mechanical trencher so that the downward face of the trench is flat and perpendicular to the direction of flow or for V-trench configuration as shown on the attached detail drawing. Lay filter fabric along the edges of the trench. Backfill and compact trench. D. The filter fabric should be provided in continuous rolls and cut to length of the Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum 6 inch overlap, and sealed securely. 01 57 13 - 2 FILTER FABRIC FENCE E. Inspect sediment filter barrier systems after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair or replace damaged section immediately to restore the requirements of this Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. 3.3. Measurement and Payment A. Unless indicated in the PROPOSAL as a pay item, there will be no separate payment for work performed under this Item. Include cost of work performed under this Item in Contract prices bid for items of which this work is a component. When indicated in PROPOSAL as pay item, measure and pay for the filter fabric fence by the linear feet of completed and accepted filter fabric fence between the limits of the beginning and ending of wooden stakes. Filter fabric fence, measured as stated, will be paid for at the unit price bid for "Filter Fabric Fence, complete in place." B. Payment for filter fabric fence will include and be full compensation for all labor, equipment, materials, supervision, and all incidental expenses for construction of these items, complete in place, including, but not limited to, protection of trees, maintenance requirements, repair and replacement of damaged sections, removal of sediment deposits, and removal of erosion and sedimentation control systems at the end of construction. END OF SECTION 01 57 13 015713 - 3 FILTER FABRIC FENCE 015713 -4 FILTER FABRIC FENCE SECTION 02 27 00 SWP3-STORM WATER POLLUTION PREVENTION PLAN PART 1 GENERAL 1.1 PLAN REQUIREMENTS A. This Section describes the required documentation to be prepared and signed by the Contractor before conducting construction operations, in accordance with the Texas Commission on Environmental Quality (TCEQ) and the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Permit, as stated in the Federal Register Vol. 57 No. 175, issued by the Environmental Protection Agency on September 9, 1992. B. Contractor shall develop a Storm Water Pollution Prevention Plan (SWP3) in accordance with TCEQ General Permit TXR150000 which shall be specifically written to correspond to the Project. Copies of Texas General Permit TXR150000 will be made available to the contractor upon request. C. Contractor shall review implementation of the Storm Water Pollution Prevention Plan (SWP3) in a meeting with the Engineer prior to start of construction. D. Contractor shall be responsible for implementation, maintenance, and inspection of storm water pollution prevention control measures including, but not limited to, erosion and sediment controls, storm water management plans, waste collection and disposal, off-site vehicle tracking, and other practices shown on the Drawings or specified elsewhere in this or other Specifications. 1.2 UNIT PRICES Unless indicated in the Unit Price Schedule as a pay item, no separate payment will be made for work performed under this Section. Include cost of work performed under this Section in pay items of which this work is a component. 1.3 REFERENCES Texas Commission on Environmental Quality—"Storm Water Permits for Construction" www.tceq.state.tx.us/nav/perm its/wq_con struction.htm I PART 2 PRODUCTS Storm Water Prevention Pollution Plan (SWP3) shall be prepared for all sites regardless of project size. SWP3 shall be a written document contained within a 3 ring binder or other device to permit addition of inspection worksheets. The Plan shall contain the following elements as required by TCEQ General Permit TXR150000 and EPA.: 02 27 00 - 1 STORM WATER POLLUTION PREVENTION PLAN A. Site description of project which includes the nature of construction activity, potential pollutants and sources of pollutants. B. Proposed Project Schedule, indicate phases of construction, indicating installation of pollution control devices on the site and final cleanup of the site. C. Acreage of the site D. Data describing soil, and/or quality of discharge from the site. E. General location map of the site F. Detailed Site Map indicating drainage patters and proposed controls G. List Erosion and sediment controls selected H. Soil Stabilization methods SWP3 Plan shall also describe practices to reduce pollutants on the storm water discharge, shall describe frequency of inspection of devices and shall list the person designated as the "responsible person" for such inspections PART 3 EXECUTION 3.01 NOTICE OF INTENT A. Sites Greater than 5 Acres or designated as part of a "larger common plan of development": The Contractor shall fill out, sign, and date the Contractor's Notice of Intent(NOI). The signed copy of the Contractor's NOI shall be submitted to the Owner for signature. Contractor will complete the Owner's Notice of Intent and will submit both Contractors NOI and Owners NOI to the EPA. Submission of the NOI is required by both the Owner and the Contractor before construction operations start. B. Sites less than 5 Acres: Notice to TCEQ or EPA is not required, however Contractor shall prepare SWP3 Plan and Post a"TCEQ Construction Site Notice"on site. 3.02 CERTIFICATION REQUIREMENTS A. On the Operator's Information form attached as SWP3-1, the Contractor shall fill out name, address, and telephone number for the Contractor; the names of persons or firms responsible for maintenance and inspection of erosion and sediment control measures and all Subcontractors. B. The Contractor and Subcontractors named in the Operator's Information form shall read, sign, and date the Contractor's/Subcontractor's Certification form, attached as SWP3-2. C. The Operator's Information form and all certification forms shall be submitted to the Owner before beginning construction. 022700 - 2 STORM WATER POLLUTION PREVENTION PLAN 3.03 RETENTION OF RECORDS A. The Contractor shall keep a copy of the Storm Water Pollution Prevention Plan (SWP3) at the construction site or at the Contractor's office from the date that it became effective to the date of project completion. B. Contractor shall inspect and maintain erosion control devices on a periodic basis as identified in SWP3 Plan. Contractor shall keep record of such inspections and maintenance and attach to SWP3 plan for the site. C. At project closeout, the Contractor shall submit to the Owner all NPDES forms and certifications, as well as a copy of the SWP3. Storm water pollution prevention records and data will be retained by Owner for a period of 3 years from the date of project completion. 3.04 REQUIRED NOTICES The following notices shall be posted from the date that this SWPPP goes into effect until the date of final site stabilization: A. Copies of the Notices of Intent submitted by the Owner and Contractor and a brief project description shall be posted at the construction site or at Contractor's office in a prominent place for public viewing. B. Notice to drivers of equipment and vehicles, instructing them to stop, check, and clean tires of debris and mud before driving onto traffic lanes. Post such notices at every stabilized construction exit area. C. In an easily visible location on site, post a notice of waste disposal procedures. D. Notice of hazardous material handling and emergency procedures shall be posted with the NOI on site. Keep copies of Material Safety Data Sheets at a location on site that is known to all personnel. E. Keep a copy of each signed certification at the construction site or at Contractor's office. END OF SECTION 02 27 00 022700 - 3 STORM WATER POLLUTION PREVENTION PLAN 022700 - 4 STORM WATER POLLUTION PREVENTION PLAN SWP3-1 OPERATORS INFORMATION Project Name 48" Storm Sewer Relocation City of Port Arthur Location 3649 Gulfway Dr. Port Arthur, Texas 77642 Owner's Name &Address City of Port Arthur, Texas 444 4t"Street Port Arthur, Texas 77640 Contractor's Name&Addresses General Contractor Telephone Site Superintendent Telephone Erosion Control & Maintenance Inspections Telephone Subcontractor's Names &Addresses Phone Phone Phone Phone 022700 - 5 STORM WATER POLLUTION PREVENTION PLAN 022700 - 6 STORM WATER POLLUTION PREVENTION PLAN SWP3-2 CONTRACTOR& SUBCONTRACTORS CERTIFICATION Project Name 48"Storm Sewer Relocation City of Port Arthur Location 3649 Gulfway Dr. Port Arthur, Texas 77642 Owner's Name &Address City of Port Arthur, Texas 444 4t' Street Port Arthur, Texas 77640 I certify that I have read and understand the Storm Water Pollution Plan (SWP3)which has been prepared for this site that authorizes the construction activities and erosion control methods and maintenance requirements and will abide by such plan. CONTRACTOR Signature: Name (printed or typed): Title: Company: Address: Phone: SUBCONTRACTOR Signature: Name (printed or typed): Title: Company: Address: Phone: SUBCONTRACTOR Signature: Name (printed or typed): Title: Company: Address: Phone: 022700 - 7 STORM WATER POLLUTION PREVENTION PLAN 022700 - 8 STORM WATER POLLUTION PREVENTION PLAN a z og N N N la 0 N h O z y, W m > cc z 0 J J 0 a) m a.) 3 7 aT 2 cc 0 F- N H 1 z o n aw zw 00 E .o Jz a Jw � . aaa 0z `. aU.) w2 Q °a z • o ov w Na a) _c E .� m a G U O J O U O U ca U o .o G Q O O N tt5 d () En c O 0 CD Z .-Ig a O Z r, 0 N 172 N Z O w w CC d Z 0 H J J O a w I- z O 1- CA SECTION 03 21 11 REINFORCING STEEL PART 1 GENERAL 1.1 General A. This item shall provide for the furnishing and placing of reinforcing steel of the type, size and quantity designated for use in sewers and appurtenant sewer structures as shown on the plans and in accordance with these specifications. 1.2 Construction Materials All bar reinforcement shall be open hearth new billet steel of structural, intermediate, or hard grade. New billet steel shall conform to the requirements of the Standard Specifications for Billet-Steel Concrete Reinforcement Bars, A.S.T.M.A-15-39. Unless otherwise shown on the plans, all reinforcing bars shall be deformed bars conforming to the requirements of A.S.T.M. A-305. Wire for fabric reinforcement shall be cold-drawn from rods hot-rolled from open-hearth billets. Wire shall conform to the requirements of the Standard Specifications for Cold-Drawn Wire for Concrete Reinforcement, A.S.T.M.A-82. In cases where the provisions of this item are in conflict with the provisions of the A.S.T.M. designations, to which reference is made, the provisions of this item shall govern. The nominal size area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: NOMINAL NOMINAL AREA WEIGHT PER NUMBER DIAMETER INCHES SQUARE INCHES LINEAR FOOT 2 1/4 0.05 0.167 3 3/8 0.11 0.376 4 1/2 0.20 0.668 5 5/8 0.31 1.043 6 3/4 0.44 1.502 7 7/8 0.60 2.044 8 1 0.79 2.670 9 1.128 1.00 3.397 10 1.270 1.27 4.307 11 1.410 1.56 5.308 03 21 11 - 1 REINFORCING STEEL The weight of any lot of bars shall not vary more than three and one-half (3-1/2) per cent under the theoretical weight for bars three-eighths (318") inches and over in nominal size or diameter; nor more than five (5) per cent under theoretical weight for bars under three-eighths (3/8") inch in nominal size or diameter. The weight of an individual bar shall not vary more than six (6) per cent under the theoretical weight for bars three-eighths (3/8") inch and over in size or diameter; nor more than ten (10) per cent under the theoretical weight for bars under three-eighths (3/8") inch in size or diameter. The theoretical weight of deformed bars shall be the same as the theoretical weight of plain round or square bars of the same nominal size. Bars or lots which vary more than the limits shown in the preceding page shall be rejected. Where wire is ordered by gauge number, the following relation between number and diameter, in inches, shall apply unless otherwise specified. EQUIVALENT EQUIVALENT GAUGE NUMBER DIAMETER INCHES GAUGE NUMBER DIAMETER INCHES 0 .3065 8 .1620 1 .2830 9 .1483 2 .2625 10 .1350 3 .2437 11 .1205 4 .2253 12 .1055 5 .2070 13 .0915 6 .1920 14 .0800 7 .1770 The dimensions of the wire on any diameter shall not vary more than 0.003 inches from the specified nominal diameter. The difference between the maximum and minimum diameters, as measured on any given cross section of the wire, shall not be greater than 0.003 inches. Wire not meeting these requirements shall be rejected. A. Storing Steel reinforcements shall be stored above the surface of the ground upon platforms, skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. Where placed in the work, it shall be free from dirt, scale, dust, paint, oil, or other foreign material. 1.3 Construction Methods A. Bending The reinforcement shall be bent cold to shapes indicated on the plans. Bends shall be true to the shapes indicated, and irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, bends for stirrups and ties shall be made around a pin having a diameter of not less than two(2)times the minimum thickness of the bar. B. Splices No splicing of bars, except when shown on the plans, will be permitted without the written approval of the Engineer. Splices which are permitted shall have a lapped length of not less than forty (40) times 03 21 11 2 REINFORCING STEEL the nominal size or diameter of the reinforcement except for bars meeting A.S.T.M. A-305 for which laps may be reduced to 20 diameters. Laps shall be well distributed or located at points of low tensile stress. No splices will be permitted at points where the section is not sufficient to provide a minimum distance of two inches between the splice and the nearest adjacent bar or the surface of the concrete. Bars shall be rigidly clamped or wired at all splices in a manner approved by the Engineer. C. Placing Steel reinforcement shall be placed in the exact position as shown on the plans and held securely in place during the placing of the concrete. Vertical stirrups shall always pass around the main tension members and be securely attached thereto. All horizontal reinforcing steel shall be spaced vertically by means of approved galvanized metal spacers or approved precast mortar or concrete blocks. All reinforcing steel shall be wired together at all intersections. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in individual molds meeting the approval of the Engineer and shall be cured by covering with wet burlap until aged sufficiently to be removed from the molds, at which time the blocks shall be immersed in water for the remainder of at least a four-day curing period. The blocks shall preferably be cast with the sides beveled and in such manner that the size of the block increases away from the area to be placed against the forms. Blocks in the form of a frustum of a cone or pyramid are preferred. A suitable tie wire shall be provided in each block, such wire to be used for anchoring the block to the steel in order to avoid displacement in placing the concrete. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be accurately cast to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Sheets of wire mesh or fabric shall overlap each other sufficiently to maintain a uniform strength and shall be securely fastened at the ends and edges. No concrete shall be deposited until the Engineer shall have inspected the placing of the reinforcing metal and given permission to place concrete. 1.4 Method of Measurement The measurement of the quantities of bar or fabric reinforcement furnished and placed will be based on the calculated weights of the steel actually placed in accordance with the plans and these specifications, with no allowance made for added bar lengths for splices requested by the Contractor nor for extra metal used when bars larger than those specified are substituted with the permission of the Engineer. The wires and supporting devices will not be included in the calculated weights. The calculated weight for bar reinforcement will be determined, using the theoretical bar weights set forth above, with no allowance for overruns or under runs. The calculated weight for fabric reinforcement will be based on the theoretical weight of the fabric based on the nominal gauge of the wires and on the basis of steel weighting 0.2833 pounds per cubic inch. No allowance will be made for overruns or 03 21 11 - 3 REINFORCING STEEL under runs due to variations from the nominal gauges. 1.5 Basis of Payment Reinforcing steel for slabs, and other structures will not be paid for directly. The cost of this reinforcing steel shall be included in the Lump Sum price bid for other items of work of which this item is a component part. The price bid for these items shall be full compensation for furnishing, bending, fabricating, and placing the reinforcement, for all clips, blocks, metal spacers, ties, wire or other materials used for fastening reinforcement in place, and for all tools, labor, equipment, and incidentals necessary to complete the work. PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used END OF SECTION 03 21 11 03 21 11 - 4 REINFORCING STEEL SECTION 29 32 00 SODDING PART 1 GENERAL 1.1 General This item includes the placement of topsoil and sodding of areas not covered by structures, sidewalks, or roads within the project area with St.Augustine grass. 1.2 Materials A. Sod shall be provided in blocks approximately square containing not less than nine square inches of live grass material, free from noxious weeds or other grasses. There shall be sufficient moist earth in each block to maintain growth. Sod shall be planted within three days from excavation of the sod materials. B. Fertilizer shall be pellet or granular fertilizer with analysis of 16 percent nitrogen, 20 percent phosphoric acid, and zero percent potash (or 10-10-5) unless otherwise required. Percentage shall be computed by methods of the Association of Agricultural Chemists. Container labels shall show analysis. Powdered or caked fertilizer will not be permitted. 1.3 Placement After area to receive fertilizing and sodding has been completed to lines, grades, and sections shown on the PLANS, a minimum of 2 inches of topsoil shall be placed on the surface and fertilizer shall be applied at a uniform average rate of 500 pounds per acre. The upper 3 inches of the topsoil shall be thoroughly mixed with the fertilizer until a uniform mixture of fertilizer and topsoil is obtained. Areas to be seeded shall be sprinkled with water using a fine spray to avoid washing or erosion of the soil. Sod shall be placed after the completion of all grading operations and after application of fertilizer to the topsoil. Sod blocks shall be placed adjacent to each other to provide full coverage of the disturbed areas. The top of the sod shall match the finish grade elevations and in no case shall be more than 1/2 inch below final grade. Sodded areas shall be watered frequently and maintained in good condition until final acceptance of the work. 1.4 Measurement and Payment Placement of topsoil, fertilizing, and sodding shall be measured by the Square Yard as indicated in the PROPOSAL. Payment for work under this item shall be made at the Contract price bid for"Sodding," which price shall be full compensation for all placement of topsoil, fertilizer, sod, equipment, materials, and labor necessary for fertilizing and sodding. PART 2 PRODUCTS Not Used. 29 32 00- 1 SODDING PART 3 EXECUTION Not Used. END OF SECTION 29 32 00 29 32 00- 2 SODDING SECTION 29 35 00 SEEDING PART 1 GENERAL 1.1 General A. Scope of work includes replacement of topsoil, seeding by broadcast seeding or hydroseeding, and fertilizing of areas not covered by structures, sidewalks, or roads within the project area. Project area is indicated on the PLANS.When shown on the PLANS, Contractor shall provide soil retention protection. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. "Site Clearing" for protection of existing trees and planting, topsoil stripping and stockpiling, and site clearing. 2. "Site Grading & Excavation" for excavation, filling, rough grading, and subsurface aggregate drainage and drainage backfill. 1.2 Submittals A. General: Submit each item in this Article according to the Conditions of the Contract. B. Product data for Fertilizers. C. Certification of grass seed from seed vendor for each grass-seed mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. D. Qualification data for firms and persons to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and address of Engineers and owners, and other information specified. E. Planting schedule indicating anticipated dates and locations for each type of planting. F. Maintenance instructions recommending procedures for maintenance by Owner during an entire year. Submit before expiration of required maintenance periods. 1.3 Quality Assurance A. Installer Qualifications: Engage an experienced Installer who has completed landscaping work similar in material, design, and extent to that indicated for this Project and with a record of successful grass establishment. B. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on the Project site during times that grass planting is in progress. C. Pre-installation Conference: Conduct conference at Project site to comply with requirements of specifications. 1.4 Delivery, Storage, and Handling A. Seed: Delivery seed in original, sealed, labeled, and undamaged containers 1.5 Coordination and Scheduling 29 35 00 - 1 SEEDING A. Planting Season: Sow seed and install sod during normal planting seasons for type of lawn work required. Correlate planting with specified maintenance periods to provide required maintenance from date of Substantial Completion. B. Weather Limitations: Proceed with planting only when existing and forecast weather conditions are suitable for work. 1.6 Maintenance A. Begin maintenance immediately after each area is planted and continue until acceptable vegetative covering is established, and until commencement of contract and acceptance by Owner. B. Maintain and establish grasses by watering, fertilizing,weeding, mowing,trimming, replanting, and other operations. Roll, re-grade, and replant bare or eroded areas and re-mulch to produce a uniformly smooth vegetative covering. 1. Re-plant bare areas with same materials specified for re-vegetated areas. 2. Add new mulch in areas where mulch has been disturbed by wind or maintenance operations sufficiently to nullify its purpose.Anchor as required to prevent displacement. C. Watering: Provide and maintain temporary piping, hoses, and lawn-watering equipment to convey water from sources and to keep grasses uniformly moist to a depth of 4 inches (100 mm). Lay out temporary lawn-watering system (if required) and arrange watering schedule to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly seeded, plugged,or sprigged areas.etc. Water all areas at minimum rate of 1 inch(25 mm)per week. PART 2 PRODUCTS 2.1. Seed Contractor shall provide seed mix of grasses varying throughout the project to match existing localized plant materials. Proposed seed mixture shall be submitted to ENGINEER for approval prior to placement. 2.2. Fertilizer Fertilizer shall be pellet or granular fertilizer with analysis of 16 percent nitrogen, 20 percent phosphoric acid, and zero percent potash (or 10-10-5) unless otherwise required. Percentage shall be computed by methods of the Association of Agricultural Chemists. Container labels shall show analysis. Powdered or caked fertilizer will not be permitted. 2.3. Mulches A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Peat Mulch: Provide peat moss in natural, shredded, or granulated form, of fine texture, with a pH range of 4 to 6 and a water-absorbing capacity of 1100 to 2000 percent. 293500 - 2 SEEDING C. Fiber Mulch: Biodegradable dyed-wood cellulose-fiber mulch, nontoxic, free of plant growth- or germination-inhibitors,with maximum moisture content of 15 percent and a pH range of 4.5 to 6.5. D. Asphalt Emulsion Tackifier: Asphalt emulsion, ASTM D 977, Grade SS-1, nontoxic and free of plant growth-or germination-inhibitors. E. Non-asphaltic Tackifier: Colloidal tackifier recommended by fiber-mulch manufacturer for slurry application, nontoxic and free of plant growth-or germination-inhibitors. 2.4. Erosion-Control Materials A. Blankets: Biodegradable wood excelsior, straw, or coconut-fiber mat enclosed in a photodegradable plastic mesh. Include manufacturer's recommended steel wire staples, 6 inches long. B. Fiber Mesh: Biodegradable twisted jute or spun-coir mesh, 0.92 lb per sq. yd. minimum, with 50 to 65 percent open area. Include manufacturer's recommended steel wire staples, 6 inches long. PART 3 EXECUTION 3.1. Examination Examine areas to receive grass for compliance with requirements and for conditions affecting performance of work of this Section. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2. Preparation A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. Protect adjacent and adjoining areas from hydroseed over spraying. B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.3. Planting Soil Preparation A. Limit subgrade preparation to areas that will be planted in the immediate future. B. Loosen subgrade to a minimum depth of 4 inches (100 mm). Remove stones larger than 1-1/2 inches (38 mm)in any dimension and sticks, roots, rubbish, and other extraneous matter. C. Preparation of Unchanged Grades: Where grasses are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations, prepare soil as follows: D. Remove and dispose of existing grass, vegetation, and turf. Do not turn over into soil being prepared for lawns. E. Till surface soil to a depth of at least 6 inches (150 mm). Apply required soil amendments and initial fertilizers and mix thoroughly into top 4 inches (100 mm) of soil. Trim high areas and fill in depressions. Till soil to a homogenous mixture of fine texture. F. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. 29 35 00 - 3 SEEDING G. Remove waste material, including grass, vegetation, and turf, and legally dispose of it off the Owner's property. H. Grade grass areas to a smooth, even surface with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Remove trash, debris, stones larger than 1-1/2 inches(38 mm)in any dimension, and other objects that may interfere with planting or maintenance operations. I. Moisten prepared areas before planting when soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. J. Restore prepared areas if eroded or otherwise disturbed after fine grading and before planting. 3.4. Broadcast Seeding A. Sow seed with a spreader or a seeding machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph (8 km/h). Evenly distribute seed by sowing equal quantities in 2 directions at right angles to each other. Do not use wet seed or seed that is moldy or otherwise damaged in transit or storage. Rake seed lightly into top 1/8 inch (3 mm)of topsoil, roll lightly, and water with fine spray. B. Protect seeded slopes exceeding 1:6 against erosion with jute or coir-fiber erosion-control mesh installed and stapled according to manufacturer's recommendations. C. Protect seeded areas with slopes less than 1:6 against erosion by spreading straw mulch after completion of seeding operations. Spread uniformly at a minimum rate of 2 tons per acre (45 kg per 100 sq. m)to form a continuous blanket 1-1/2 inches(38 mm)loose depth over seeded areas. Spread by hand, blower, or other suitable equipment. D. Anchor straw mulch by crimping into topsoil by suitable mechanical equipment. E. Anchor straw mulch by spraying with asphalt-emulsion tackifier at the rate of 10 to 13 gal. per 1000 sq. ft. (41 to 53 L per 100 sq. m). Take precautions to prevent damage or staining of structures or other plantings adjacent to mulched areas. Immediately clean damaged or stained areas. F. Protect seeded areas against hot, dry weather or drying winds by applying peat mulch within 24 hours after completion of seeding operations. Soak and scatter uniformly to a depth of 3/16 inch (4.8 mm)thick and roll to a smooth surface. 3.5. Hydroseeding A. Hydroseeding: Mix specified seed, fertilizer, and fiber mulch in water, using equipment specifically designed for hydroseed application. Continue mixing until uniformly blended into homogenous slurry suitable for hydraulic application. B. Mix slurry with nonasphaltic tackifier 1. Apply slurry uniformly to all areas to be seeded in a 1-step process. Apply mulch at the minimum rate of 1500 lb per acre(16.5 kg per 100 sq. m) dry weight but not less than the rate required to obtain specified seed-sowing rate. 2. Apply slurry uniformly to all areas to be seeded in a 2-step process. Apply first slurry application at the minimum rate of 500 lb per acre (5.5 kg per 100 sq. m) dry weight but not less than the rate required to obtain specified seed-sowing rate. Apply slurry cover coat of fiber mulch at a rate of 1000 lb per acre(11 kg per 100 sq. m). 293500 - 4 SEEDING 3.6. Satisfactory Re-vegetation A. Seeded re-vegetated areas will be satisfactory provided requirements, including maintenance, have been met and a healthy, uniform, close stand of grass is established,free of weeds, bare spot's exceeding 5 by 5 inches(125 by 125 mm), and surface irregularities. 3.7. Cleanup and Protection A. Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto surface of roads, walks, or other paved areas. B. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period until lawn is established. 3.8. Measurement and Payment A. Placement or restoration of topsoil, fertilizing, and seeding shall be measured by the Acre as indicated in the PROPOSAL. Payment for work under this item shall be made at the Contract price bid for "Seeding," which price shall be full compensation for all placement or restoration of topsoil, fertilizer, seed, equipment, materials, and labor necessary for fertilizing and seeding. END OF SECTION 29 25 00 29 35 00 - 5 SEEDING 29 35 00 - 6 SEEDING SECTION 31 10 00 SITE CLEARING PART 1 GENERAL 1.1 MATERIALS OWNERSHIP Except for materials indicated to be stockpiled or to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from the site. 1.2 TRAFFIC Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. PART 2 PRODUCTS 2.1 Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork." Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on- site. PART 3 EXECUTION 3.1 Locate and clearly flag trees and vegetation to remain or to be relocated. 3.2 Protect existing site improvements to remain from damage during construction. Restore damaged improvements to their original condition, as acceptable to Owner. 3.3 Erect and maintain a temporary fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. Remove fence when construction is complete. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 3.4 Do not excavate within drip line of trees, unless otherwise indicated. 3.5 Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Architect. 31 10 00 - 1 SITE CLEARING 3.6 Utilities: Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. Do not interrupt utilities serving facilities occupied by Owner or other unless permitted. Arrange to provide temporary utility services. Excavate for and remove underground utilities indicated to be removed. 3.7 Clearing and Grubbing: Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots. Fill depressions with satisfactory select fill. Place select fill material in horizontal layers not exceeding 8-inch (200-mm)loose depth, and compact each layer to a density equal to adjacent original ground. 3.8 Topsoil Stripping: Remove sod and grass before stripping topsoil. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stock piles to drain surface water. Cover to prevent windblown dust. Existing topsoil may be used where topsoil is required in project plans or specifications. 3.9 Site Improvements: Remove existing above and below-grade improvements as indicated and as necessary to facilitate new construction. 3.10 Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 31 10 00 311000 - 2 SITE CLEARING SECTION 31 22 00 SITE GRADING AND EXCAVATION PART 1 GENERAL This item shall govern for all excavation required for the construction of structures, appurtenances and connections, for foundations, and for the backfilling around foundation to the level of the original ground, all in conformity with the locations, lines, and grades shown on the plans or as given by the Engineer, and in accordance with these specifications. This item shall govern, also, for the necessary pumping or bailing and drainage required for installation, and all sheathing and bracing of trench walls of excavation. This item shall govern for the removal and disposition of tree stumps and other obstructions of old structures or portions thereof encountered (such as house foundations, old sewers, and sewer appurtenances), and the restoration of existing utilities damaged in the process of excavation. Stripping shall consist of removal of topsoil and satisfactory disposal of unsuitable materials encountered within the limits of the designated project site. 1.1.Construction Methods A. Stripping The existing topsoil shall be removed from within the limits of construction as indicated on the plans and stockpiled at a designated location or spread over an area that is ready for topsoil application. Trash, wood, brush stumps and other objectionable materials encountered shall be removed and disposed of prior to stockpiling or spreading. B Excavation Unless otherwise permitted by the Engineer, all excavations shall be constructed in open cut trenches with vertical or sloping sides. Excavation shall be sheathed and braced to the extent necessary to maintain the sides of the trench in vertical position throughout the construction period when necessary. Adequacy of the sheathing and bracing shall be the responsibility of the Contractor but will be subject to the approval of the Engineer. Where the soil encountered at established footing grade is a quicksand, muck, or similar unstable material, the following procedure shall be used: All unstable soil shall be removed to a depth of 2 feet below bottom of the excavation. Such excavation shall be carried at least 1 foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable foundation for the structure. 31 22 00 - 1 SITE GRADING & EXCAVATION For unstable trench conditions requiring outside forms, seals, sheathing, and bracing, or where ground water is encountered, any additional excavation and backfill required shall be done at the Contractor's expense. C. Dewatering Concrete for structures shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the excavation sufficiently prior to placing operation to insure any firm bed on which to place the concrete and the excavation shall be maintained in such unwatered condition until installed concrete and mortar is set. Removal of water may be accomplished by bailing, pumping, or by a well-point installation should conditions warrant and be approved by the Engineer. D. Removing Old Structures When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1 foot below the bottom of the excavation. In each instance, the bottom of the excavation shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the excavation cuts through storm or sanitary sewers which are known to be abandoned, these sewers shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. E. Protection of Utilities The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor and at his expense. When active sanitary sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench, while open, and the lines shall be restored when the backfilling has progressed to the original lines of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay and expense. The Contractor shall cooperate with all utility owners concerned in effecting any utility adjustments necessary and shall not hold the Owner liable for any expense due to delay or additional work because of conflicts. F. Surplus Excavated Materials All materials from excavation operations not required for backfilling shall be placed in embankments if considered suitable. All material not suitable for use will be declared surplus by the Engineer and shall become the property of the Contractor to dispose of as he wishes, without injury to the Owner or any individual. Such surplus material shall be removed from the work promptly following the completion of the portion of the sewer involved. 31 22 00 - 2 SITE GRADING & EXCAVATION G. Backfill Excavation shall be backfilled with material selected from the excavation, or obtained from other sources, which is free from stones of such size as to interfere with compaction and is free from large lumps which will not break down readily under compaction. The Engineer shall have the right to reject any material containing more than 20 per cent by weight of material retained on a 3-inch sieve, or material excavated in such a manner as to produce large lumps not easily broken down or which cannot be spread in loose layers. The backfill shall be placed in layers not more than 10 inches in depth (loose measurement) and shall be compacted by whatever means the Contractor chooses to a density comparable with the adjacent undisturbed material. The backfill shall have a rounded top 6 inches above natural ground. After the backfill takes its initial settlement, and if the settlement is below the original ground surface, more earth backfill shall be placed to bring the backfill up to 6 inches above natural ground with a rounded top. Should poor compaction of the backfill, in the opinion of the Engineer, result in excessive settlement in the trench, then the Contractor shall, upon direction of the Engineer, place flexible base material where such conditions exist and at the Contractor's expense. Backfill below the top of pipelines, manholes or other structures and appurtenances shall be placed and compacted equally along all sides of the structure so as to prevent strain on, or displacement of, the structure. Measurement and payment for "CEMENT STABILIZED SAND" shall be directed in Spec. "CEMENT STABILIZED SAND". 1.2.Basis of Payment All work under this item shall be included in Unit Prices Bid for various Bid Items. No separate payment will be made for any work described in this item, each item's cost being included in the unit price bid of which the work is a component, and shall be full compensation for furnishing all material, equipment and labor necessary to perform the work in accordance with these specifications. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION 31 22 00 31 22 00 - 3 SITE GRADING & EXCAVATION 312200 - 4 SITE GRADING & EXCAVATION SECTION 31 23 19 DEWATERING PART 1 GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section includes construction dewatering. Related Sections: Division 31 Section "Earth Moving"for excavating, backfilling, site grading, or site utilities. PERFORMANCE REQUIREMENTS Dewatering Performance: Design, furnish, install, test, operate, monitor, and maintain dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. Continuously monitor and maintain dewatering operations to ensure erosion control, stability of excavations and constructed slopes, that excavation does not flood, and that damage to subgrades and permanent structures is prevented. Prevent surface water from entering excavations by grading, dikes, or other means. Accomplish dewatering without damaging existing buildings, structures, and site improvements adjacent to excavation. Remove dewatering system when no longer required for construction. QUALITY ASSURANCE Regulatory Requirements: Comply with governing EPA notification regulations before beginning dewatering. Comply with hauling and disposal regulations of authorities having jurisdiction. Pre-installation Conference: Conduct conference at pre-construction meeting. Review methods and procedures related to dewatering including, but not limited to, the following: 31 23-19 - 1 DEWATERING Inspection and discussion of condition of site to be dewatered including coordination with temporary erosion control measures and temporary controls and protections. Proposed site clearing and excavations. Existing utilities and subsurface conditions. Construction schedule. Verify availability of Installer's personnel, equipment, and facilities needed to make progress and avoid delays. Testing and monitoring of dewatering system. PROJECT CONDITIONS Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from this data. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by dewatering operations. Prevent surface water and subsurface or ground water from entering excavations, from ponding on prepared subgrades, and from flooding site and surrounding area. Protect subgrades and foundation soils from softening and damage by rain or water accumulation. Provide temporary grading to facilitate dewatering and control of surface water. Monitor dewatering systems continuously. Promptly repair damages to adjacent facilities caused by dewatering. 31 23-19 - 2 DEWATERING Protect and maintain temporary erosion and sedimentation controls, during dewatering operations. INSTALLATION Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability, Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction. Provide standby equipment on site, installed and available for immediate operation, to maintain dewatering on continuous basis if any part of system becomes inadequate or fails. If dewatering requirements are not satisfied due to inadequacy or failure of dewatering system, restore damaged structures and foundation soils at no additional expense to Owner. Damages: Promptly repair damages to adjacent facilities caused by dewatering operations. FIELD QUALITY CONTROL Provide continual observation to ensure that subsurface soils are not being removed by the dewatering operation. END OF SECTION 31 23 19 3123-19 - 3 DEWATERING 31 23-19 -4 DEWATERING SECTION 31 23 23.10 CEMENT STABILIZED SAND PART 1 GENERAL 1.1 Construction Materials Cement Stabilized Sand shall consist of sand, cement, and water as described below. The sand shall be coarse graded sand, containing less than 8% objectionable material including, but not limited to clay lumps, coal, shale, and organic matter. The cement shall conform to A.S.T.M. C 150, Type I. The mixture shall not be less than 1-Y2 sacks of cement per ton of total mixture. Use potable water as required to develop a mix suitable for mechanical tamping and mixing in an approved mixer. Any material not in place within 1-1/2 hours after mixing or that which has obtained an initial set will be rejected and removed from the site. 1.2 Construction Methods Place Cement Stabilized Sand in pipe trenches crossing street pavements, around manholes and wet wells, and in other excavation if directed by the Engineer. Under no circumstances is mixture to be placed around concrete structures until such structures have been allowed to cure for 24 hours and then only upon the direction of the Engineer. Compact mixture as directed by the Engineer. Backfill up to original ground or bottom of pavement shall be backfilled in layers and compacted to a density of not less than 95%of compaction ratio density. This Item shall govern for the delivery, stockpiling, and the construction of base courses as herein specified and in conformity with the typical sections and to the lines and grades shown on the plans. 1.3 Method of Measurement Measure "CEMENT STABILIZED SAND" by cubic yard compacted in place. "CEMENT STABILIZED SAND" will be measured from spring line to the finished grade on the basis of maximum trench dimensions for pipelines. Where excavation is greater than limits set out previously, the Contractor will backfill such excavation in its entirety but will receive no extra payment for the excess. 1.4 Basis of Payment All work under this item shall be included in Lump Sum price bid. No separate payment will be made for any work described in this item, each item's cost being included in the unit price bid of which the work is a component, and shall be full compensation for furnishing all material, equipment and labor necessary to perform the work in accordance with these specifications. PART 2 PRODUCTS Not Used. 31 23 23.10 - 1 CEMENT STABILIZED SAND PART 3 EXECUTION Not Used. END OF SECTION 31 23 23.10 31 23 23.10 - 2 CEMENT STABILIZED SAND SECTION 31 50 00 EXCAVATION SUPPORT AND PROTECTION PART 1 GENERAL 1.2 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.3 SUMMARY A. Section includes temporary excavation support and protection systems. B. Related Sections: 1. Division 01 Section Construction Progress Documentation for recording preexisting conditions and excavation support and protection system progress. 2. Division 01 Section "Temporary Facilities and Controls" for temporary utilities and support facilities. 3. Division 31 Section "Dewatering"for dewatering system for excavations. 1.4 PERFORMANCE REQUIREMENTS A. Furnish, install, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting soil and hydrostatic pressure and superimposed and construction loads. 1. Delegated Design: Design excavation support and protection system, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. 2. Prevent surface water from entering excavations by grading, dikes, or other means. 3. Install excavation support and protection systems without damaging existing buildings, structures, and site improvements adjacent to excavation. 4. Monitor vibrations, settlements, and movements. 1.5 SUBMITTALS A. Shop Drawings: For excavation support and protection system. B. Delegated-Design Submittal: For excavation support and protection system indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. C. Other Informational Submittals: 1. Record Drawings: Identifying and locating capped utilities and other subsurface structural, electrical, or mechanical conditions. 31 50 00 - 1 EXCAVATION SUPPORT&PROTECTION 1.6 QUALITY ASSURANCE A. Pre-installation Conference: Conduct conference at Project site. 1. Review methods and procedures related to excavation support and protection system including, but not limited to, the following: Geotechnical report. Existing utilities and subsurface conditions. Proposed excavations. Proposed equipment. Monitoring of excavation support and protection system. Working area location and stability. Coordination with waterproofing. Abandonment or removal of excavation support and protection system. 1.7 PROJECT CONDITIONS A. Interruption of Existing Utilities: Do not interrupt any utility serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility according to requirements indicated: 1. Notify Construction Manager no fewer than two days in advance of proposed interruption of utility. B. Project-Site Information: A geotechnical report has been prepared for this Project and is available for information only. The opinions expressed in this report are those of geotechnical engineer and represent interpretations of subsoil conditions, tests, and results of analyses conducted by geotechnical engineer. Owner will not be responsible for interpretations or conclusions drawn from the data. 1. Make additional test borings and conduct other exploratory operations necessary for excavation support and protection. 2. The geotechnical report is referenced elsewhere in the Project Manual. PART 2 PRODUCTS 2.1 MATERIALS A. General: Provide materials that are either new or in serviceable condition. B. Structural Steel: ASTMA36. C. Steel Sheet Piling: ASTMA328; with continuous interlocks. D. Wood Lagging: Lumber, mixed hardwood, nominal rough thickness of size and strength required for application. E. Cast-in-Place Concrete: ACI 301, of compressive strength required for application. F. Reinforcing Bars: ASTM A 615, Grade 60, deformed. G. Tiebacks: Steel bars, ASTM A 722/A 722M. 31 50 00 - 2 EXCAVATION SUPPORT& PROTECTION H. Tiebacks: Steel strand, ASTM A 416/A 416M. PART 3 EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards that could develop during excavation support and protection system operations. 1. Shore, support,and protect utilities encountered. B. Install excavation support and protection systems to ensure minimum interference with roads; streets,walks, and other adjacent occupied and used facilities. 1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction. C. Locate excavation support and protection systems clear of permanent construction so that forming and finishing of concrete surfaces are not impeded. D. Monitor excavation support and protection systems daily during excavation progress and for as long as excavation remains open. Promptly correct bulges, breakage, or other evidence of movement to ensure that excavation support and protection systems remain stable. E. Promptly repair damages to adjacent facilities caused by installing excavation support and protection systems. 3.2 SOLDIER PILES AND LAGGING A. Install steel soldier piles before starting excavation. Extend soldier piles below excavation grade level to depths adequate to prevent lateral movement. Space soldier piles at regular intervals not to exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches from a horizontal line and not more than 1:120 out of vertical alignment. B. Install wood lagging within flanges of soldier piles as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact. C. Install wales horizontally at locations indicated on Drawings and secure to soldier piles. 3.3 BRACING A. Bracing: Locate bracing to clear columns,floor framing construction,and other permanent work. If necessary to move brace,install new bracing before removing original brace. B. Do not place bracing where it will be cast into or included in permanent concrete work unless otherwise approved by Architect. C. Install internal bracing,if required, to prevent spreading or distortion of braced frames. D. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.4 REMOVAL AND REPAIRS 31 SO 00 - 3 EXCAVATION SUPPORT&PROTECTION A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and bear soil and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils or damaging structures, pavements,facilities, and utilities. B. Remove excavation support and protection systems to a minimum depth of 48 inches (1200 mm)below overlaying construction and abandon remainder. C. Fill voids immediately with approved backfill compacted to density specified in Division 31 Section"Earth Moving." D. Repair or replace, as approved by Architect, adjacent work damaged or displaced by removing excavation support and protection systems. E. Leave excavation support and protection systems permanently in place. END OF SECTION 31 50 00 31 50 00 - 4 EXCAVATION SUPPORT&PROTECTION SECTION 32 13 13 CONCRETE Part 1 —General 1.1 General A. These specifications shall govern the materials used; for the storing, measuring, and handling of materials; and for the proportioning and mixing of concrete for appurtenances and incidental construction. 1.2 Construction Materials The concrete shall be composed of Normal Portland Cement or High Early Strength Portland Cement, fine aggregate, coarse aggregate, and water, proportioned and mixed as hereinafter provided in these specifications. A. Cement and Admixtures 1. Only one brand of cement shall be used in any one structure, except by written permission of the Engineer. 2. Portland Cement shall meet the requirements prescribed in the Standard Specifications for Portland Cement, A.S.T.M. C-150. 3. Cement shall be delivered in bags which shall be marked plainly with the brand and name of the manufacturer. In general, a bag shall contain ninety-four (94)pounds net. All bags shall be in good condition at time of use. 4. Bags varying more than five (5) per cent from the specified weight may be rejected; and, if the average weight of bags in any shipment, as shown by weighing fifty(50) bags taken at random is less than ninety-four(94)pounds, the entire shipment may be rejected. 5. All cement shall be properly protected against dampness, and no cement will be accepted which has become caked. 6. An air-entraining agent may be used in the concrete. The air-entraining agent used shall be one of those permitted under specifications for Air-Entraining Admixtures for Concrete A.S.T.M. C-260. 7. The amount of agent used shall be such as will effect the entrainment of 3 to 6 pe cent of air by volume of concrete. The agent shall be added to the batch in solution in a portion of the mixing water. This solution shall be batched by means of a mechanical batcher capable of accurate measurement and in such a manner as will ensure uniform distribution of the agent throughout the batch curing the specified mixing period. B. Mixing Water 1. Water for use with cement shall be reasonable clean and free from injurious amounts of oil, acid, alkali, organic matter or other deleterious substances. 2. When comparative tests are made with water of known satisfactory quality, any indication of unsoundness, marked change in the time of set, or reduction of more than ten (10)per cent in mortar strength shall be sufficient cause for the rejection of the water under test. 32 13 13 - 1 CONCRETE 3. Water which is suitable for drinking or for ordinary household use may be accepted for use with cement without being tested. 4. Water from doubtful sources shall not be used until tested and approved. The Contractor shall not take water for use in concrete from shallow, muddy or marshy sources unless provision is made for the intake of the suction pipe to be enclosed in such manner as to exclude silt, mud, grass and other foreign materials. The depth of the water shall be maintained at least (2) feet below the intake of the suction pipe. In case the water is not reasonably clear, the Contractor shall make provision to free it of suspended silt before use. C. Coarse Aggregate 1. The coarse aggregate shall consist of gravel or crushed stone. The maximum permissible percentages of deleterious substances shall not exceed the following percentages by weight: Material removed by decantation(A.S.T.M C 117) 1.0% Shale,slate or other similar materials 1.0% Clay lumps 0.25% Soft Fragments 3.0% Other deleterious substances, including friable, thin, elongated or 3.0% laminated pieces 2. The sum of all deleterious ingredients, exclusive of material removed by decantation, shall not exceed 5%by weight. 3. The aggregate shall be free from an excess of salt, alkali, vegetable matter, or other objectionable materials either free or as adherent coatings. 4. Gravel shall consist of durable particles of gravel,crushed,or uncrushed. 5. Crushed stone shall consist of durable particles of rock of reasonable uniform quality throughout. 6. When tested by approved methods, the coarse aggregate shall conform to the following grading requirements: By Weight Retained on 1-1/2"screen 0 to 5% Retained on'/"screen 25 to 60% _ Retained on IA"screen 95 to 100% D. Fine Aggregate 1. Fine aggregate shall consist of sand or a combination of sand and not more than fifty(50)per cent of stone screenings. 2. Sand shall be composed of clean, hard,durable uncoated grains. 3. Stone screenings shall consist of clean, hard,durable uncoated fragments resulting from the crushing of stone. 4. The maximum amount of deleterious substances shall not exceed the following percentages by weight: Material removed by decantation(A.S.T.M.C 117) 3.0% Clay lumps 0.5% Other deleterious substances such as coal,shale, coated grains and soft flaky 2.0% particles 5. The aggregates shall be free from an excess of salt or alkali. 6. At the time of its use,the aggregate shall be free from frozen material and all foreign material such as wood,hay, burlap,paper,or dirt which may become mixed with the aggregate in stock piles. 32 13 13 - 2 CONCRETE 7. When tested by approved methods,the fine aggregate shall conform to the following grading requirements: By Weight Retained on 3/8"screen 0% Retained on Y<"screen 0 to 5% Retained on 20 mesh sieve 15 to 50% Retained on 100 mesh sieve 85 to 100% E. Storage of Cement 1. Unless otherwise provided,all cement shall be stored in well ventilated,weatherproof buildings which will protect the cement from dampness. The floor supporting the cement shall clear the ground a sufficient distance to prevent the absorption of moisture by the cement. Provisions for storage shall be ample,and the shipments of cement shall be segregated in such a manner as to provide easy access for identification and inspection of each shipment. 2. The Engineer may permit small quantities of cement to be stored in the open for a short period of time(maximum of 48 hours)if a raised storage platform and adequate waterproof covering are provided. 3. No cement shall be used which has become lumped or caked. F. Storage of Aggregate 1. The handling and storage of concrete aggregate shall be such as to prevent the admixture of foreign materials. If the aggregates are stored on the ground,the sites for the stock piles shall be grubbed,cleared of all weeds and grass,and leveled off. The bottom layer of aggregate shall not be disturbed or used without re-cleaning. 2. When the contract requires the use of two(2)or more sizes of aggregates,the difference sizes shall be stored in such a manner as to prevent intermixing. 3. Material in all stock piles shall be handled and placed in such a manner that segregation of materials within the pile will be avoided. 1.3 Classification and Proportions A. Concrete shall be proportioned as determined by the Engineer,by absolute volume and in accordance with the requirements hereinafter set forth. For placements of concrete involving twenty-five(25)cubic yards or less in one continuous placement,the requirements for absolute volume batch design may be waived by the Engineer,and a mix proportion may be determined by trial mixes;however,the requirements for weighing and measuring materials shall not be waived. The concrete shall be uniform and workable. The minimum cement content, maximum allowable water content,and the maximum slump for the various classes of mixes shall conform to the following: Min. Cement Min.28-Day Compressive Max.Water Max.Slump Bags per Class Strength Lbs/Sq.In. Gals. Per Bag. Inches —C.Y. (Net) A 5.25 3,000 6.25 2-1/2—4-1/2 B j 4.25 2,000 8.5 2-1/2—4 C 3.0 1,500 11.0 3—5 D 4.0 - - - 1. The maximum amount of coarse aggregate (dry loose volume) per cubic foot of finished concrete shall not exceed 0.82 cubic feet. 32 13 13 - 3 CONCRETE 2. The net amount of water will be the amount added at the mixer, plus the free water in the aggregates. No water allowance will be made for evaporation after batching. 3. The concrete mix will be designated with the intention of producing concrete which will have compressive strengths, when tested on test specimens cured under field laboratory conditions, equal to or greater than the values in the table. 4. The Contractor shall be responsible for the concrete design and proportioning;the minimum cement content, maximum allowable water to be added at the mixer, and the maximum slump for the various classes of mixes shall conform to the values in the table. B. Consistency 1. The quantity of water to be used will be determined by the Engineer and shall be such as to give a mixture containing the minimum amount of water consistent with the required workability. The quantity of water shall be varied only by the Engineer. In general, the consistency of concrete mixtures shall be such that: a. The mortar will cling to the coarse aggregate. b. The concrete is not sufficiently fluid to segregate when transported to the place of deposit. c. The concrete, when dropped directly from the discharge chute of the mixer, will flatten out at the center of the pile; but the edges of the pile will stand up and not flow. d. The mortar will show no free water when removed from the mixer. e. The concrete will settle into place when deposited in forms; and when transported in metal chutes at an angle of thirty(30)degrees with the horizontal, it will slide and not flow into place. f. The surface of the finished concrete will be free from a surface film of free water. 2. Any concrete mix failing to meet the above-outlined consistency requirements, although meeting the slump requirements, will be considered unsatisfactory;and the mix shall be changed to correct such unsatisfactory conditions. In cases where the characteristics of the aggregates furnished are such that, with the maximum allowable amount of water the specified slump and consistency requirements are not met, the Contractor may provide aggregates of an improved grading, or the Engineer will modify the mix design to meet the slump and consistency requirements by adding cement as may be necessary. 3. The slump test will be made in accordance with the methods outlined in A.S.T.M.C 143. C. Quality of Concrete 1. Concrete made of acceptable materials, of the proportions specified by the Engineer, and in complete accordance with the requirements of the construction methods and details specified for the class of work involved,will be considered as of satisfactory quality. During the progress of the work, the Engineer will cast test cylinders of the number and type he may desire for testing to maintain a check on the strength of the concrete actually being placed. The Contractor shall provide and maintain curing facilities approaching job conditions for the 32 13 13 - 4 CONCRETE purpose of curing concrete test specimens. The cost of all materials used in test specimens and the cost of providing and maintaining curing facilities shall be included in the unit price bid for concrete of the various classes. 1.4 Construction Methods A. Placing Concrete, General 1. The Contractor shall give the Engineer sufficient advance notice before starting to place concrete in any unit of the structure to permit the inspection of forms, the reinforcing steel placement, and preparations for casting. Unless authorized by the Engineer, no concrete shall be placed in any unit prior to the completion of the form work and the placement of the reinforcement. Concrete placing shall be so regulated as to permit finishing operations to be completed in the daylight hours. The Engineer reserves the right to order postponement of the placing operations when, in his opinion, impending weather conditions may result in rainfall or low temperatures which will impair the quality of the finished work. In case rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in subsection B. "Placing Concrete in Cold Weather", of this item, shall be applied. The sequence of placing concrete shall be as directed by the Engineer. The operation of depositing and compacting the concrete shall be conducted so as to form a compact, dense, impervious mass of uniform texture which shall show smooth faces on all surfaces. The placing shall be so regulated that the pressures caused by the plastic concrete shall not exceed the loads used in the design of forms. The method and manner of placing shall be such as to avoid the possibility of segregation or separation of the aggregate or the displacement of the reinforcement. Concrete shall not have a free fall of more than three (3) feet. The spattering of forms or reinforcement bars shall be prevented if the concrete so spattered will dry or harden before being incorporated in the mass. Each part of the forms shall be filled by depositing concrete directly as near its final position as possible. The coarse aggregate shall be worked back from the face of the forms and concrete shall be forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point in the forms and running or working it along the forms will not be allowed. After the concrete has taken initial set, the forms shall not be jarred or any strain placed on projecting reinforcement. Chutes, troughs, or pipes used as aids in placing concrete shall be arranged and used so that the ingredients of the concrete will not be separated. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in the forms, or the ends of such chutes shall 32 13 13 - 5 CONCRETE terminate in vertical down spouts. All chutes, troughs, and pipes shall be kept clean and free from coating of hardened concrete by a thorough flushing with water before and after each placement. Water used for flushing shall be discharged clear of the concrete in place. The use of chutes in excess of thirty-five (35) feet total length for conveying concrete will not be permitted except by specific authorization from the Engineer. All concrete shall be well compacted and the mortar flushed to the surface of the forms by continuous working with concrete spading implements or mechanical vibrators of an approved type. Vibrators of the type which operate by attachment to forms or reinforcement will not be permitted. The vibrators shall be applied to the concrete immediately after deposit and shall be moved throughout the mass, thoroughly working the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms until it has been reduced to a plastic mass. The mechanical vibrator shall not be operated so that it will penetrate to disturb layers placed previously which have become partially set or hardened. The vibration shall be of sufficient duration to accomplish thorough compaction and complete embedment of reinforcement and fixtures but shall not be done to an extent that will cause segregation. Vibration shall be supplemented by hand spading if necessary to insure the flushing of mortar to the surface of all forms. During the progress of the work, the Engineer will cast test cylinders of the number and type he may desire for testing to maintain a check on the strength of the concrete actually being placed. The Contractor shall provide and maintain curing facilities approaching job conditions for the purpose of curing concrete test specimens. The cost of all materials used in test specimens and the cost of providing and maintaining curing facilities shall be included in the unit price bid for concrete of the various classes. B. Placing Concrete in Cold Water No concrete shall be placed when the atmospheric temperature is at or below 40 F. (taken in the shade away from artificial heat) unless permission to do so is given in writing by the Engineer. When such permission is given or in cases where the temperature drops below 40 F. after the concreting operations have been started, the Contractor shall furnish sufficient canvas and framework or other type of housing to enclose and protect the structure in such way that the air around the forms and fresh concrete can be kept at a temperature not less than 50 F. for a period of five days after the concrete is placed. Sufficient heating apparatus such as stoves, salamanders, or steam equipment and fuel to furnish all required heat shall be supplied. It is understood that the Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer to place concrete during freezing weather will in no way relieve the Contractor of the responsibility for satisfactory results. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at the expense of the Contractor. 1.5 Method of Measurement 32 13 13 - 6 CONCRETE Unless otherwise specified, concrete furnished under this item, including all work set out herein and incidental to the furnishing, mixing, forming, placing, finishing, and curing concrete,will not be paid for directly. The Contractor will include the cost of same in the unit price bid for other items of work of which this item is a component part. Where prices are requested on the bid sheet for"EXTRA CONCRETE"and where it is specifically authorized for use by the Engineer, such concrete will be measured by the cubic yard of the acceptable concrete,complete in place, for types specified. 1.6 Basis of Payment "EXTRA CONCRETE" measured as set out above will be paid for at the unit price bid per cubic yard for "EXTRA CONCRETE". This price shall be full compensation for furnishing all labor, equipment, materials, hauling, mixing, forming, placing, finishing, curing, and incidentals necessary to furnish one cubic yard of concrete complete in place. Part 2— Products Not Used Part 3- Execution Not Used END OF SECTION 32 13 13 32 13 13 - 7 CONCRETE 32 13 13 - 8 CONCRETE SECTION 33 40 00 STORM DRAINAGE PART 1 -GENERAL 1.1 Submit Product Data for HDPE pipe and pipe appertenances. 1.2 Submit Shop Drawings for precast concrete surface inlets and gratings. PART 2- PRODUCTS 2.1 Corrugated HDPE Pipe and Fittings, ADS N-12 or equal: AASHTO M 294, Type S, with smooth waterway for coupling joints. Watertight Couplings: AASHTO M 294, corrugated, matching pipe and fittings to form watertight joints. 2.2 PVC Storm Sewer Pipe and Fittings, 8 inch diameter and Smaller: ASTM D 3034, SCH 40,for gasketed joints if connected directly to a PVC roof drain. Gaskets: ASTM F 477, elastomeric seals. 2.3 Sleeve-Type Pipe Couplings: ASTM C 1173, rubber or elastomeric sleeve and band assembly fabricated to mate with OD of pipes to be joined, for nonpressure joints. 2.4 Concrete: Cast in place according to ACI 318, ACI 350R, and the following: Cement: ASTM C 150, Type II. Fine Aggregate: ASTM C 33, sand. Coarse Aggregate: ASTM C 33, crushed gravel. Water: Potable. 2.5 Portland Cement Design Mix: Class "A" (3,000 psi,@28 days minimum), with 0.45 maximum water-cementitious materials ratio. Reinforcement Fabric: ASTM A 185, steel,welded wire fabric, plain. Reinforcement Bars: ASTM A 615/A 615M, Grade 60 , deformed steel. Sewer Pipe Fitting and Riser to Cleanout: ASTM A 74, Service class, cast-iron soil pipe and fittings. PART 3- EXECUTION 3.1 Excavating, trenching, and backfilling are specified in Division 2 Section "Earthwork." 3.2 Identification: Materials and their installation are specified in Division 2 Section "Earthwork." Arrange for installing green warning tapes directly over piping. 33 40 00 - 1. STORM DRAINAGE Use detectable warning tape over nonferrous piping and over edges of underground structures. 3.3 Piping Applications: Include watertight joints. NPS 4 to NPS 30: HDPE corrugated outside, smooth wall inside, drainage pipe and fittings,watertight bell and spigot fittings ADS N-12 Pro-Link Ultra or equal NPS 3 to NPS 12: PVC schedule 40 pipe and fittings, gaskets, and gasketed joints. 3.4 Sleeve-Type Pipe Couplings: Use where required to join piping and no other appropriate method is specified. Do not use instead of specified joining methods. 3.5 General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and arrangement of piping layout take design considerations into account. Install piping as indicated,to extent practical. 3.6 Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. Maintain swab or drag in line, and pull past each joint as it is completed. 3.7 Use manholes for changes in direction, unless fittings are indicated. Use fittings for branch connections, unless direct tap into existing sewer is indicated. 3.8 Use proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. 3.9 Install gravity-flow piping and connect to building's storm drains, of sizes and in locations indicated. Terminate piping as indicated. Install piping pitched down in direction of flow, at slopes indicated on drawings. Install piping with 1 foot(12 inch)minimum cover. 3.10 Extend storm drainage piping and connect to building's storm drains, of sizes and in locations indicated. Terminate piping as indicated. 3.11 Pipe Joint Construction and Installation: Join and install pipe and fittings according to installations indicated. HDPE Pipe and Fittings: As follows: Join pipe and fittings with couplings for watertight joints according to manufacturer's written instructions. Install according to ASTM D 2321 and manufacturer's written instructions. Install corrugated piping according to the Corrugated Polyethylene Pipe Association's "Recommended Installation Practices for Corrugated Polyethylene Pipe and Fittings." PVC Pipe and Fittings: As follows: Join pipe and gasketed fittings with gaskets according to ASTM D 2321. 334000 - 2 STORM DRAINAGE Install according to ASTM D 2321. Join piping made of different materials or dimensions with couplings made for this application. Use couplings that are compatible with and that fit both systems' materials and dimensions. 3.11 Surface Inlet Installation: Install complete with appurtenances and accessories indicated. Set tops of frames and grates flush with finished surface of surface inlet that occur in pavements. All exposed concrete corners of manholes, inlets, or other structures shall be chamfered 1". Contractor shall backfill around all manholes, inlets, and catch basins, with cement stabilied sand. Cement stabilized sand shall not contain less than 1 '/2 sacks cement per total ton of mixture. 3.12 Concrete Placement: Place cast-in-place concrete according to ACI 318 and ACI 350R. 3.13 Clear interior of piping and structures of dirt and superfluous material as work progresses. Maintain swab or drag in piping, and pull past each joint as it is completed. Place plug in end of incomplete piping at end of day and when work stops. Flush piping between manholes and other structures to remove collected debris 3.14 Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches of backfill is in place, and again at completion of Project. Defects of pipe or surface inlets installation requiring correction include the following: Alignment: Less than full diameter of inside of pipe is visible between structures. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. Crushed, broken, cracked, or otherwise damaged piping. Infiltration: Water leakage into surface inlet around pipe. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. Reinspect and repeat procedure until results are satisfactory. END OF SECTION 334000 - 3 STORM DRAINAGE SECTION 33 50 00 TRENCH SAFETY SYSTEMS Part 1 — General 1.1 General This item shall govern for the Trench Safety Systems required for the construction of all trench excavation and backfill necessitated by the safety system. A trench shall be defined as a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet.Trench Safety Systems include but are not limited to sloping, sheeting,trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water to provide adequate drainage. 1.2 Construction Methods Trench safety systems shall be accomplished in accordance with the detailed specifications set out in the provisions of Excavations, Trenching, and Shoring, Federal Occupational Safety and Health Administration (OSHA) Standards, 29 CFR, Part 1926, Subpart P, as amended. The sections that are incorporated into these specifications by reference include Sections 1926-650 through 1926- 653. The Contractor is responsible for obtaining a copy of this document for his use. If the contractor elects to use a trench protective system that, in the Proposed Rules, requires "Design by a qualified person or a qualified engineer," [For example see 1926.652 (b)(3) and 1926.652 (c) (4)1 "a qualified person or a qualified engineer" shall be a Professional Engineer registered in the State of Texas. 1.3 Safety Program The Contractor shall submit a safety program specifically for the construction of trench excavation. The trench safety program shall be an accordance with OSHA standards governing the presence and activities of individuals working in and around trench excavation. 1.4 Inspection The Contractor shall make daily inspections of the Trench Safety Systems to ensure that the systems meet OSHA requirements. Daily inspection is to be made by a "competent person" provided by the Contractor. If evidence of possible cave-ins, or slides, is apparent, all work in the trench shall cease until the necessary precautions have been taken by the Contractor to safeguard personnel entering the trench. It is the sole duty, responsibility and prerogative of the Contractor, not the owner or the Engineer, to determine the specific applicability of the designed trench safety systems to each field condition encountered on the project. The Contractor shall maintain a permanent record of daily inspections. 1.5 Indemnification The Contractor shall indemnify and hold harmless the Owner, its employees and agents, from any and all damages, costs (including, without limitation, legal fees, court costs, and the cost of investigation), judgments or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this contact. The Contractor acknowledges and 335000 - 1 TRENCH SAFTY SYSTEMS agrees that this indemnity provision provides indemnity for the Owner in case the Owner is negligent either by act of omission in providing for trench safety, including, but not limited to inspections, failure to issue stop work orders, and the hiring of the Contractor. 1.6 Measurement Trench Safety Systems shall be measured by the linear foot along the centerline of trench including manholes,fittings, and other line structures. 1.7 Basis of Payment "TRENCH SAFETY SYSTEMS" as set out above shall be included in the Linear Foot price bid by the Contractor. Payment of all work prescribed under this item shall be full compensation for the Trench Safety Systems including any additional excavation and backfill required, for furnishing, placing, maintaining and removing all shoring, sheeting, or bracing; for dewatering or diversion of water; for all jacking and jack removal; and for all other labor, materials, tools, equipment and incidentals necessary to complete the work. No extra compensation will be made for any and all other construction as described in this item. Part 2— Products Not Used. Part 3— Execution Not Used. END OF SECTION 33 50 55 335000 - 2 TRENCH SAFTY SYSTEMS 26 70 70- 1 PUMP CONTROL PANEL I X n n _ ---- an 1 un I n 1 EXCRVRTION CONSTRUCTION BID FORM CONSTRUCTION OWNER INFORMATION CONTRACTOR INFORMATION Name City of Port Arthur Company EXCAVATION &CONSTRUCTION, LLC. Address Eric Gilchriest City, State ZIP 6601 Proctor Street Ext. Phone City, State ZIP Port Arthur, TX 77642 Email (409)728-4366 Email Eric.gilchriest@exconllc.com Project name 48" Storm Sewer Relocation Completion date TBD SCOPE OF WORK This proposal changes the pipe in the job from 305'48" HDPE to 305'48" 14 gauge aluminized steel CMP. It also changes 5 each surface inlets from concrete to aluminized steel with 30"grates to include tee sections. This proposal also changes inlets to 45 degree fabricated aluminized steel CMP bends in place of concrete grate inlets at PI's. The switch to CMP will remove the use of stabilized sand backfill and bedding. As per manufactures recommendation backfill will be native material from trench. NOT INCLUDED Does not include taxes or permits. COMPANY PROPOSAL $125,911.27 St& gefe y iar 3/22/2017 Submitted by(Company Representative) Date OWNER ACCEPTANCE Submitted by Date CITY OF PORT ARTHUR,TEXAS BID SHEET PAGE 1 OF 2 BID FOR: 48" STORM SEWER RELOCATION AT 3649 GULFWAY BID DUE DATE: March 6, 2017 Description Unit Ouantity Unit Price Extended Cost Item 1: 48" HDPE Storm LF 305 $ 393.80 $ 120,109.00 Sewer including all fittings and bedding, completed in place. Item 2: Concrete surface inlet EA 5 $ 3,495.70 $ 17,478.50 or junction box with bedding and H-20 rated grates, completed in place Item 3: Concrete splitliner EA 2 $ 4,228.26 $ 8,456.52 box with bedding, steel casing and H-20 rated grates, completed in place Item 4: Broadcast seeding of LS 1 $ 1,725.00 5 1,725.00 all disturbed areas during construction, completed in place Item 5: Erosion Control and LS 1 $ 1,725.00 $ 1,725.00 SWPPP, completed in place Item 6: Trench safety system, LS 1 $ 1.150.00 $ 1,150.00 completed in place TOTAL BID (Turn Key) $ 150,644.02 TOTAL DAYS TO COMPLETE (calendar): 30 days ,/3// 7 Signature Date CITY OF PORT ARTHUR.TEXAS BID SHEET PAGE 2 OF 2 4(CAVf14,0/1 ;r ( Or)11.L t h 6/ Rvt'tvr 5fr- ` f K I COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O.BOX fr,� Lint .end ?oe;-Ar77L z. PRINT OR TYPE NAME CITY STATE ZIP q(Z zh, 77 TITLE /� �/ ,AREA CODE TELEPHONE NO C;c_ '��( 1 ^ C} �XLc) ��sCO ` 0cr e z z77 / EMAIL FAX NO. AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding.7heTdersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. EXC/10/;4/0/1 (Or) S4-rJ`-4(0(\, ,3 / /7 Firm Na' e Date Authorized Signature Title Name (please print) Telephone ir, t_ : C%I�11I', *-'S4 CK WI Zi —, CO7'-� 'mail STATE: T eyas COUNTY: j el efSOr) • SUBSCRIBED AND SWORN to before me by the above named to c. G--"t Ich rtes+ on this the 3 cp1 day of k0.rCh , 20 f • ��'N" ELIZABETH LEMOINE r i11 ^' ofr.fy Public,State of Texas Nota ublic . \'•;,. My Commission Expires y% :;;;•*'. September 24, 2019 •,. RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFRCEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Oats Recs• rv?d vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176 006(a-1), Local Government Code. 1 A vendor commits an offense if the vendor knowingly violates Section 176 006. Local Government Code.An /JC^'J offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 1 I Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated I 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income. from the vendor? Yes No E. Is the vendor receiving or likely to receive taxable income, other than investment income from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 6 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director; or holds an ownership interest of one percent or more. 6 Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176003(a-1). 7 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission wwwethicsstate.t<.us Revised 11130.'2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003fa)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,ora family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relation ship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission wwwethics.stata.tx us Revised 11130.2015 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1 $ c4 Name of Bidder: gy CA_C._ Date Organized: Address: Date Incorporated Number of Years in contracting business under present name : CONTRACTS ON HAND: Contract Amount $ Completion Date Type of work performed by your company: Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? List the projects most recently completed by your firm (include project of similar importance): Project Amount $ Mo/Yr Completed Major equipment available for this contract: Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. cry Credit available: $,2X-3 CVO Bank reference: jrcrQ ' s Q The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the (, rd- Arfh,l in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this 3 •ay of rlp,rz.l-` , 20/1 . By:(signature) _ 7116 - -J — Title: /'�_ (print name) c 4,`c_ ,/ L► cfr— QUALIFICATIONS STATEMENT Submitted to: —Jefferson County Commissioners Court Excavation & Construction, LLC. Excavators & Constructors, Ltd. Principal Office: 6601 Procter Ext., Port Arthur, TX 77642 Phone: 409-962-2677 Fax: 409-962-2771 (email: eric.gilchriest@exconllc.com) When organized: April 1, 2015 July 26, 1967 Where incorporated: State of Texas Operating under Excavators and Constructors. For 47 years Excavators & Constructors, Ltd 11 + years Excavators & Constructors, Inc. 36 years Excavators & Constructors list of completed projects are as follows: Contract Class of Date Amount Work Completed Name and Address of Owner $785,543.23 Utility work Sep 2016 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $500,000.00 Site Work Sep 2016 ICON $3,450,445.00 Road Repair Aug 2016 City Of Beaumont $839,881.36 Box Replacement Aug 2016 City of Vidor 1395 North Main Street Vidor,TX 77662 $296,103.26 Waterline July 2016 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $245,593.50 Box replacement March 2016 Drainage District No 7 4401 9h Ave Port Arthur,TX 77642 $3,450,445.00 Street Reconstruction March 2016 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $26.962.50 Street/Paving August 2015 BRYSTAR Contracting 8385 Chemical Rd, Beaumont, TX 77705 $2,836.00 Dirt Work August 2015 Pro Cure 2300 Hwy 365 suite 400 Nederland,TX 77627 $2,208,974.85 Waterline/Street/Paving August 2015 City of Port Arthur 5th Street Port Arthur,TX 77640 $2,318,702.50 Waterline August 2014 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $952,241.00 Street/Paving/Water/Sewer May 2014 Twin Lakes Sub-division Damon R.Vacek 960 N.Main Street Vidor,TX 77662 $628,823.81 Street Reconstruction October 2013 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $ 101,221.15 Sanitary Sewer June 2013 City of China 717 N.Broadway China,TX 77613 $ 157,173.60 Street/Paving June 2013 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $ 130,240.00 Street/Paving July 2013 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 $523,265.22 Paving/Sewer July 2013 LSI 10204 Fairbanks N.Houston Road Houston,TX 77640 $ 71,390.745 Street/Road December 2012 City of Beaumont,Texas P.O.Box 3827 Beaumont,TX 77704-3827 LaBelle Subdivision $ 84,187.695 Culvert Crossing Improvements November 2012 Jefferson County Drainage District No.7 P.O.Box 3244 Port Arthur,TX 77642-1862 $1,433,936.34 Sanitary Sewer/Paving/Drainage November 2012 City of Port Arthur,Port Arthur EDC 4173 39th Street Port Arthur,TX 77642 $1,852,127.95 Street/Drainage Improvements March 2012 City of Lumberton,Hardin County,Texas 836 N.Main Street Lumberton,TX 77657 $ 775,878.00 Storm Sewer Improvements October 2011 City of Port Arthur,TX $604,860.04 Drainage&Pavement Impr. March 2011 City of Bridge City,Texas P.O.Box 846 Bridge City,Texas 77611 $903,364.95 Pavement/Drain/San. Sewer January 2011 Port Arthur EDC,Port Arthur,TX $711,456.75 Flex Base Street Repairs November 2010 City of Port Arthur,TX $1,803,062.60 Pavement/Sanitary Sewer June 2010 City of Beaumont,Beaumont,TX 409-785-3002 $782,590.72 Concrete/San. & Storm Sewer June 2009 City of Port Arthur,Port Arthur EDC 409-963-0579 $987,813.04 Paving/Water/Sewer/Drainage August 2009 Sterling Ridge,City of Nederland 409-723-1503 $2,509,381.78 Concrete/Utilities/Storm Sewer Feb. 2009 Port Arthur EDC 409-963-0579 $697,178.15 Concrete/Utilities/Storm Sewer January 2009 Stone Creek Apartments,City of Port Arthur 409-963-0579 $429,509.35 Roadway Extension June 2008 Greene/Hill,City of Nederland,TX $318,449.90 Water, Sewer May 2008 McClain Estates,City of Port Arthur,TX $2,555,702.65 Paving June 2008 City of Beaumont,Beaumont,TX $353,571.89 Paving,Drain,Water, Sewer October 2007 City of Nederland,for David Redwine Nederland,TX $816,191.93 Drain, Sewer,Water September 2007 LaGrone Services,Houston,TX $245,459.85 Roadway Extension July 2007 Port Arthur EDC,4173 39th Street Port Arthur,TX 7741 $$565,766.73 Orange County Sheriff's Dept March 2007 Orange County Sheriff's Department $234,928.68 Drainage/Paving February 2007 Lubys,Inc.Houston,TX(713)329-6880 $198,564.65 Sewer Line Replacement April 2006 Jefferson County WCID NO. 10(409)722-4437 $832,908.88 Water Main Loop/Paving June 2006 Greenhill,Nederland,TX(409)718-5881 $1,866,65.30 Sanitary, Storm Sewer,Paving June 2006 P.A.Royal Homes,Inc.,Nederland,TX $ 130.031.00 Water&Wastewater Impr. November 2005 Nederland EDC,Jefferson County,TX $840,000.00 RV Park/Gas Station May 2005 John Smith,Nederland,TX $935,082.25 Storm Sewer February 2005 City of Nederland $ 174,582.80 Sanitary Sewer March 2005 City of Bridge City $1,137,349.31 Road Improvements January 2005 Jefferson County Precinct 2 $2,342,384.00 Water Transmission Main September 2004 City of Port Arthur $ 818,144.00 Paving April 2004 LaGrone Services,Inc. Southeast Texas Medical Center $ 597,672.00 Landscaping March 2004 City of Port Arthur Economic Development Corporation $980,000.00 Road Improvements December 2003 City of Port Arthur Economic Development Corporation $257,680.00 Rough Grading/Site Development June 2003 City of Port Arthur Economic Development Corporation $1,135788.50 Underground Utilities June 2003 City of Port Arthur Economic Development Corporation $884,716.00 Drainage System Improvements June 2003 City of Port Arthur Economic Development Corporation $4,591,731.17 General Construction 2001 City of Beaumont,Box 3827 Beaumont,TX 77704 $428,129.19 General Construction 2001 W.T.Byler Co.,Inc. 15203 Lilia Road Houston,TX 77060-5299 $4,888,911.06 General Construction 9-14-00 TXDOT,Eldon Chalker Rt. 7,Box 138,Jasper,TX 77651 $347,100.72 General Construction 12-99 City of Nederland,Box 967 Nederland,TX 77627 $1,751,478.49 General Construction 6-98 City of Beaumont,Box 3827 Beaumont,TX 77706 $807,824.33 General Construction 12-97 Jefferson County Precinct#2 2748 Viterbo Rd.,Beaumont,TX 77705 $2,180,052.17 General Construction 11-97 TXDOT,6101 Twin City Hwy Port Arthur,TX 77642 $5,541,628.82 General Construction 8-96 City of Beaumont Personal supervision of this project will be as follows: Administrative Management: Eric Gilchriest Construction Superintendent: Louis Gilchriest Owned Equipment available for this project: Quan. Item Condition Yrs Service Location 1 Hydraulic Riding Paver Good 17 Port Arthur, TX 1 TD 12 Dozer Good 22 Port Arthur, TX 1 Komatsu PC 300 HD Good 19 Port Arthur, TX 1 Ford Backhoe 555 C Good 24 Port Arthur, TX 1 Komatsu D65 PX Good 15 Port Arthur, TX 1 John Deere 544G Ft End Loader Good 12 Port Arthur, TX 1 Link belt 210 Excellent 8 Port Arthur, TX 1 Cat 5 Dozer Good 5 Port Arthur, TX 1 Cat 312 Excellent 7 Port Arthur, TX 1 Link belt 330X Excellent 7 Port Arthur, TX 1 International Harvester TD8 Good 11 Port Arthur,TX 1 New Holland Backhoe Good 14 Port Arthur, TX 1 Kobelco Excavator Good 14 Port Arthur, TX 1 Bomag Mixer Fair 40 Port Arthur, TX 1 Morooka MST Terrain Good 23 Port Arthur, TX 1 Morooka MST 2000 Crawler Good 23 Port Arthur, TX 1 Cat D6 Dozer Good 11 Port Arthur, TX 1 Komatsu Motor Grader GD530 Good 17 Port Arthur, TX 1 Komatsu Excavator PC 200 Good 18 Port Arthur, TX 1 Kubota Mini Excavator KX80 NEW .5 Port Arthur, TX 1 Kubota Skid Steer SV90 NEW .5 Port Arthur, TX Following is a list of projects presently under construction: Contract Class of Percentage Amount Work Complete Name and Address of Owner $994,595.03 Construction of Taxi Way Airport 60% L&L Engineering $400,896.00 Replace Culvert Hwy 365 80% TXDOT $895,103.21 Retirement Home, Site& Paving 60% Icon Builders $472,065.04 Lift Station—Allie Payne 90% City of Orange $164,107.66 Waterline Hwy 62 99% City of Orange 111-7t, l'•-•--ii:.. w x" *,.,7,. '""'ray ^ > r M '•- ' -- - Vis. tis i3; a ' • .f - • • ielt. 4ilkAiiviittliL.ViataiklikarksZtatt.11;,,. ..a. .4i,��it;thaluttk.,.... ,,.:t , .:�. ', _. , w -a ;ate �..:.-.,y�s- ac., ERIC GILCHRIEST 760 Searcy Road, PO Box 480, Buna, TX 77612 409.289.1053 eric.gilchriest@gmail.com PROFILEOFQUALIFICATIONS • More than 15 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. • History of promotion to greater levels of responsibility through superior performance. • Skillful multitasker with exceptional detail orientation and problem-resolution capacities. • Effective team builder with strong communication and relationship-building abilities. • Excellent planning, organization, time management and decision-making skills. • Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. C AREERTRACK Excavation &Construction , Port Arthur, TX 2015 - General Manger 2015 -Today Oryx Oil Field Services, Goliad, TX 2012 - 2015 Spread Boss 2013-2015 • Directed crew rated as both Most Productive and Most Cost-Effective. Heavy Equipment Operator 2012-2013 • Safely ran track hoe and ensured safety while working around live lines. Allco, Beaumont, TX 2000 -2012 Superintendent 2007-2012 • Tasked with managing numerous projects with TxDot worth more than $10MM and successfully completed all work on time & under budget. • Effectively supervised over 50 personnel and five subcontractors. Field Engineer 2004-2007 • Directed surveying operations and collaborated with engineering personnel to update construction plans. • Ensured completion of all change orders and other construction documentation. General Laborer 1996-2004 • Recruited to conduct heavy equipment operation, surveying, field engineering, spreading and personnel leadership operations. Jobs that has been completed include Goliad TX. For Oryx Oilfield Services Eagle Ford for Conoco Contract price: Multi Millions 15-40 People Crew plus subs Port Arthur TX. for Allco Port Arthur ISD. Built Roads, Storm Sewer& Parking Lots 15 People crew Beaumont TX. For AIIco Beaumont ISD. 6 Schools Contract price: $350M Excavation &fill foundations, All layout work for site, Built all roads and parking lots. 15 People crew plus many subs. (Plumbers, Electricians, Brick layers, Structure steel, Roofers, Cement finishers,Ac,Flooring, Sheet rock, ext.) Orange TX. For AlIco Port of Orange Contract price: $4M 15 People crew Plus subs. Control Building, Parking lot& Entrance road Bryan TX. For Allco TX Dot West Villa-Maria & Farm rd. 1779. Contract price: $15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge, 2500ft of 5 lane paving, 2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts. 3000ft of railroad shoe fly, 3000ft of new railroad over new railroad bridge. Jobs Completed Continued. Kirbyville TX. For Allco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep. Job received best ride in the state that year. Orange TX. For Allco TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For Allco TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base & asphalt paving, Storm Sewer, Box sewer& head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For Allco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For Allco Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Allco Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. LOUIS GILCHRIEST 500 Feldshchu , P.O. Box 1206, Buna, TX 77612 409.289.1053 eric.gilchriest@gmail.com P ROFILEOFQ UALIFICATIONS • More than 50 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. • History of promotion to greater levels of responsibility through superior performance. ➢ Skillful multitasker with exceptional detail orientation and problem-resolution capacities. • Effective team builder with strong communication and relationship-building abilities. • Excellent planning, organization, time management and decision-making skills. • Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. CAREERTRACK Excavation & Construction LLC, Port Arthur, TX current - Operations Manger APAC, Beaumont, TX Sept. 2014-Jul. 2015 Consultant Retired 2011-2014 Allco, Beaumont, TX 1996 -2011 Superintendent & Project Manager Williams Brothers, Houston, TX 1992 - 1996 Superintendent & Project Manager OMLL Inc., Buna, TX. 1976-1993 President And Owner • All types of underground utilities. Water, Sewer, Storm Sewer, Lift stations, Concrete Paving. 20 Employees, Largest job$10 million Bayshore Construction, Baytown, TX. 1970-1975 Superintendent/ Foreman • Water, Sewer, Storm Sewer& City Paving in Baytown/Houston area. 30-40 Employees Excavators and Constructors, Beaumont, TX. 1968-1970 Foreman/Operator City of Beaumont, Beaumont, TX. 1966-1968 Water and Sewer Department • Started as Laborer at$1.47 an hour and left at $2.50 an hour as a Foreman/Operator Army Reserves 1966-1970 Army 1964-1966 High School 1964 Jobs that has been completed include Port Arthur TX. for Apac Texas Port of Port Arthur for Apac Texas New railroad yards for each track lines. Parking lots and yard. Contract price: $4.5M 10 People crew plus Railroad sub. 15 month job built in 7 months. Port Arthur TX. for Apac Texas HWY. 69 Texaco Bridge and Box Sewer Contract price: $3M 15 People crew plus subs. Built in 50 working days $200K Bonus TX Dot Job Port Arthur TX. for Allco Port Arthur ISD. Built Roads, Storm Sewer & Parking Lots 15 People crew Beaumont TX. For Allco Beaumont ISD. 6 Schools Contract price: $350M Excavation &fill foundations, All layout work for site, Built all roads and parking lots. 15 People crew plus many subs. (Plumbers, Electricians, Brick layers, Structure steel, Roofers, Cement finishers,Ac, Flooring, Sheet rock, ext.) Orange TX. For Allco Port of Orange Contract price:$4M 15 People crew Plus subs. Control Building, Parking lot& Entrance road Bryan TX. For Allco TX Dot West Villa-Maria & Farm rd. 1779. Contract price: $15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge, 2500ft of 5 lane paving, 2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts. 3000ft of railroad shoe fly, 3000ft of new railroad over new railroad bridge. Jobs Completed Continued. Kirbyville TX. For Allco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep. Job received best ride in the state that year. Orange TX. For Alico TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For Alico TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base & asphalt paving, Storm Sewer, Box sewer & head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For Allco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For Allco Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Allco Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. Jobs Completed Continued. Beaumont TX. For William Brothers TX Dot MLK Parkway From Washington to Fannin Contract Price: $44M 7-8 Foreman 60-110 people crew plus subs. 9 Bridges, 2 Large pump stations 50-60vf deep, Large box sewers, 2,000,000cy of dirt removed, 5 Miles of 6 lane 12in paving plus service roads, lime, base and asphalt paving, 5,000lf of retaining walls 5-30vf tall pile supported. Beaumont TX. For William Brothers TX Dot MLK Out Fall Boxes Contract Price: $10M Sub Contract to OMLL INC. 50001f 12ftx8ft Box sewer 16-30ft deep, 40001f 10ftx7ft Box sewer 16-20ft deep „.„4:„..;;;;,..,.:::•,',,,,,,,:.:,-,-,,:i..-,:,--': '.'•,:::,'.:...,,,•,:.:;,•..-.t,17;„.:,,,:',"i-,,,,,••••:•', •",,,'",,...'-74-.,.,...,,,..,-••'''..:.:: ,,--•,=.- ,:-..'':,'....--'4'''''•,':,.•'1''''. ,,'''';''''•;:i''' '57::•','..,,,.-:;:••,,•.".':"”''',,.:7'''.,--""':?:,1., "ITWI,'Irlf'4'Irillr''RF4'j',I.,rPI''7'r-k:';'4:'''*''.74'''-' ' ‘'''''' 4•''''.' • ''f'. ;''''':' .0..'-..1.-, , ' - • . ' „...-- .,„ ,... . , ' ;,-• - • ?-,; • .,, ''t''' - , . •;•,',';',, .-',,',`- ,•,,,-,'i,' .,.,, .. ....,, . .. • . ..,,.. 'k'..'• kg.... .. ,, t . . r . . . .,, _ I '.-.; i . . ..- - - 4 ,-- : :,.. . ,. ,..', '... , it • , '.:•I'A' ', • .;!.. ' . ,‘... -.i. ..„ - . ..,, NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: / Printed Name: // cy Title: ( - Company: , Z.---x-CA u.cr-'r v ii : CUnS'fr✓d-1,2.,1 Z-1--e— Date: L•LDate: /3/17 iCCn 10-‘r1eS� L r SUBSCRIBED and sworn to before me the undersigned authority by the U_ of, �--°"o e�� behalf of said bidder. I. .�``rP:�o ey ELIZABETH LEMOINE Nota% 'ublic in and for the °'... �c Notary Public. State of Texas :. My Commission Expires State of Texas „J September 24, 2019 9 E M.)2otc1 My commission expires: J THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Excavation & Construction, LLC 2300 Highway 365, Suite 400, Nederland, TX 77627 as Principal, hereinafter called the Principal, and American Contractors Indemnity Company DBA Texas Bonding Company 601 S. Figueroa Street, Suite 1600, Los Angeles, CA 90017 a corporation duly organized under the laws of the State of CA as Surety, hereinafter called the Surety, are held and firmly bound unto City of Port Arthur 444 4th Street, Port Arthur,TX 77641 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Relocate 48" Storm Water NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 6th day of March , 2017 Excavation & Construction, LLC ca --- (Principal) (Seal) (Witness) 77//-4/ 7/ . By: (Title) American C, ractors Indemnity Company DBA Texas Bonding Company I/ k (Surety) (Seal) san McElveen (Witness) arty ey-in-Fact Douglas McElveen (Title) AIA DOCUMENT A310•BID BOND •AIA• EBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY CONIPANY U.S.SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation(collectively, the "Companies"), do by these presents make, constitute and appoint: Douglas McElveen,Christine Baker or Kathy Peters of Lake Charles,Louisiana its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority = hereby conferred in its name, place and stead,to execute, acknowledge and deliver any and all bonds, recognizances,undertakings - or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond_ -penalty does not exceed ********************Ten Million******************** Dollars ($ **I0,000,000.00** ), This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved. that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following_, __ provisions' Attorney-in-Fact may be given full power and authority for-and in the name of and on behalf of the Company,to execute,acknowledge and deliver annand all bonds recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Bert Re rWed,that the signature of any authorized officer and seal of the Company heretofore_or hereafter affixed to-any power of attorney or any certificate relating hereto facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to yl andOundertaking to which it is attached. IN WITNESS WHEREOF,The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 1st day of December,2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY 1;511 ,: O �,,, ,* RFT` ,°:!1'..-- G.Po `o1y`ns,........, ,'Y,, SEPT./S:1090 <: =,- a W 2 Y/\ - •., i s.. .y; ' s `= Daniel P.Aguilar,Vice President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of California County of Los Angeles SS: On this 1st day of December,2014, before me,Maria G.Rodriguez-Wong,a notary public, personally appeared Dan P.Aguilar,Vice President of American Contractors Indemnity Company,Texas Bonding Company,United States Surety Company and U.S.Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose-name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity,and that by his signature on the instrument the person,or the entity upon behalf of which the person acted,executed the instrument - I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. -- ,s, MARIA G.RODRIGUEZ-WONG Signature (/ (Seal) Commission#2049711 i .i4_,` , . Notary Public-California i Los Angeles County �°" M Comm.Ex ices Dec 20,2017 X li F c3 — — JJ i GO AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Firm Name Date Authorized Signature Title Name (please print) Telephone Email STATE: COUNTY: SUBSCRIBED AND SWORN to before me by the above named on this the day of , 20 Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL �/ � � o3 �- - GuJ CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Racaiv.d has a business relationship as defined by Section 1766.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176 006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1). Local Government Coda A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor Name of vendor who has a business relationship with local governmental entity. I ! Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 2-1 Name of local government officer about whom the information is being disclosed. Name of Officer Al Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive, taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No —0J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. Check this cox if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B). excluding gifts described in Section 176.003(a-1). ii Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www ethicsstate.t<.us Revised 11130/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at httpJ/www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a4:"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.stata.tx.us Revised 11130/2015 1 1 X D ) 1- - 00 FOU GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn_:Utiliy Operations, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601 f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur,Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders,regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMMATION: All bids are to be F.O.B., City of Port Arthur,Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERiMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen(15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage$100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance(Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent(100%)of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. , � I-- n3 - - as a❑ CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444-4th Street or P. O. Box 1089, Port Arthur,Texas 77641 no later than 10:00 A. M., Monday,March 6, 2017 and all bids received will thereafter be opened and read aloud at 10:15 A.M.,on Monday, March 6, 2017 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: 48" STORM SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS All bids will remain in effect for sixty(60) days after the bid opening date. PRE-BID MEETING IS SCHEDULED FOR 10:00 A.M. ON MONDAY, FEBRUARY 27, 2016 IN THE 5TH FLOOR COUNCIL CHAMBERS OF CITY HALL,444 4TH STREET,PORT ARTHUR,TEXAS. Bid Documents and Specifications may be obtained http:liwww.portarthur.netibid rfp.cfm or www.publicpurchase.com. Bid may be obtained from Purchasing located at City Hall, 444 4th- Street, Port Arthur,Texas 77640. A Cashier's Check or Certified Check, payable without recourse to the order of the City of Port Arthur, or a Bid Bond with corporate surety authorized to conduct business in Texas, in an amount no less than 5% of total bid, must accompany the bid as a guarantee that, if awarded the contract, the vendor will perform work and execute the Bonds in the forms provided as outlined in the specifications and instructions to bidders. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required.Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent(100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys- in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams, CPPB Acting Purchasing Manager FIRST PUBLICATION: February 17, 2017 SECOND PUBLICATION: February 24,2017 XTh J ED ) CITY OF PORT ARTHUR, TEXAS STANDARD FORM OF AGREEMENT THIS AGREEMENT made this clay of in the year 2017, by and between the City of Port Arthur, a legal entity organized and existing in the State of Texas, hereinafter designated as the Owner, and ,hereinafter designated as the Contractor. The Owner and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. THE WORK The Contractor shall complete the Work as specified or indicated under the demolition and asbestos specifications of the Owner's Contract Documents entitled: 48" STORM SEWER RELOCATION 3649 GULFWAY DR. PORT ARTHUR, TEXAS ARTICLE 2. TIME OF COMMENCEMENT OF COMPLETION The Work to be performed under this Contract shall be commenced on the date specified by the Owner in the Notice to Proceed and the Work shall be fully completed within thirty (30) calendar days after the date of commencement of the Work. The Owner and the Contractor recognize that time is of the essence of this Agreement and that the Owner will suffer financial loss if the Work is not completed within the time specified in this Article 2, herein, plus any extensions thereof allowed by the City. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner the sum of $500.00 for each calendar day that expires after the time specified in this Article 2, herein. ARTICLE 3. CONTRACT PRICE The Owner shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds the Contract Price(s), and cents ($ ,). ARTICLE 4. THE CONTRACT DOCUMENTS The Contract Documents also consist of: this Agreement, Asbestos or Technical Specifications, Demolition, and all Change Orders and Work Directive Changes which may be issued subsequent to the Effective Date of the Agreement and are not attached hereto. ARTICLE 5. PAYMENT PROCEDURES Payment will be made in full when all of the work is completed and approved by City staff with provision for damages in accordance with Article 2 of this Agreement. ARTICLE 6. NOTICES Whenever any provision of the Contract Documents requires the giving of written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7. MISCELLANEOUS The contractor shall comply with State law as to licensing on asbestos abatement and disposal. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The Owner and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the Owner and the Contractor have caused this Agreement to be executed the day and year first written above. CITY OF PORT ARTHUR: CONTRACTOR: Signature By: By: Brian McDougal Printed Name/Title City Manager Attest: Attest: Date: Date: XM L yK STATEMENT OF BIDDER'S QUALIFICATIONS AH questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: Date Organized: Address: Date Incorporated Number of Years in contracting business under present name • CONTRACTS ON HAND: Contract Amount $ Completion Date Type of work performed by your company: Have you ever failed to complete any work awarded to you? Have you ever defaulted on a contract? List the projects most recently completed by your firm (include project of similar importance): Project Amount $ Mo/Yr Completed Major equipment available for this contract: Attach resume(s) for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Credit available: $ Bank reference: The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this day of , 20_ By:(signature) Title: (print name) 1 xir Lo NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Title: Company: Date: SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said bidder. Notary Public in and for the State of Texas My commission expires: 1 ' X _J L-1 T- 1 - - 00 --,ii- UO n BID BOND KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, as PRINCIPAL, and , as SURETY are held and firmly bound unto hereinafter called the "Owner", in the penal sum of Dollars, ($ ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the Accompanying Bid, dated , for NOW, THEREFOR, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, if no period be specified, within thirty (30) days after the said opening, and shall within the period specified therefore, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS THEREOF, the above-bounded parties have executed this instrument under their several seals this day of , the name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned representative, pursuant to authority of its governing body. (SEAL) (SEAL) Attest: By: Affix Corporate Seal Attest: By: Affix Corporate Seal Attest: By: Countersigned By * Attorney-in-Fact, State of CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the , Secretary of the Corporation named as Principal in the within bond; that , who signed the said bond on behalf of the Principal was then of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to, for and in behalf of said corporation by authority of this governing body. Corporate Seal Title: * Power-of-attorney for person signing for surety company must be attached to bond. /� J , ) PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a , hereinafter called Principal, (Corporation / Partnership) and (Name of Surety Company) (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars, $ in lawful money of the United States, for this payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB-CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. 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 WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counter-parts, each on of (Number) which shall be deemed an original, this the day of . ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. XL ' -'� PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a hereinafter called Principal, and (Name of Surety Company (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, successors, and assigns,jointly and severally, firmly in these presents. THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER dated the _ day of , a copy of which is hereto attached and made a part hereof for the construction of: NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. 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 WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. i n n 3' Is 11' n e E. 4 o i g.s a iia m az gt 3;2'. ==o co oaea g w3¢<. g'=6 ® EE; 4 m¢Wo .aw w wn M $Z. gI�o !ii o_.Z�W wad o- �Fa thgri Q :: m �z5, U V p'.32 ( ig i NWWW owi "°— !a':$U " OaW~N5o=' �zm ® ! !! ..2 �__ 1;! �; ' h10 UO¢ < h- 9 Y'a AZA hi- �J� E GPPp U V V U O O Z N d- co V 0 sp 00 M 0 = . CC a.vir Noy .=. 0 , cD,,,1 Chi 4,5( \/ 44( -44, It,,, , =f1 < >7 / / .Q,\z'. #4,v4<44,, LA,1 m "vim+ ,' 4• �°♦ ° E oo 0 O222 I Z ���• �� � °g�Jo,� en‘= 0 44V•Apitt = 0© ♦ o tar) 0 �w / I .0© Z a° C° 0 M.M.• -... 0 a o Oo0 e 0- 0US M cn ee t5 glgtil b a a a 9 lrai d$i i i s I $ 9 V y U N B y as C A i l 1 1 a 1 1 9 A /A aaaaaa9a am 43 A i Ll i,C2 3 U 3 i3 l3 A utr � a=�e-33z $ spa GMw -i tet3o ai1 '_OO - az. . u C]n00 2 .41,., a a s y g e a= O �� 4--) �g5e=�'a�a C3 �3 .-� 9a= ae= es a� a L73 U Q g No,ukgm a vl CI Zia 1 .•aco[ws'ri w< a.•u n m s[osr\•d!^�r'a\r•s.•s-sL.nn-•+�-ma:zi\su�mw\a b9LL sexal`�nyPV Pod ,x,, co.-mymrl,•..icu-.ok.a.,.swat ..,...ra-m �'�:; I. anu0 AemlInJ 6179E lid-tit" '> , 3 ` �"". uswd!q z ;id 1 $ R C ingiV JOd JO Al!0sizsa 9 = 1 <1 V U01 e00a 1aMa /�Je IUB y 4 ;.9 u-.1-z iO3 03,srm ° } I lamas }. S Ngtj 1101}EJOta21 lahtas LILLO}S-Sa11�01e1 7�7 weld a $ d H 3<ra eoe as+ssl ON • to r a o1. m m i i 1 8 I i3D6: 11 \ 1lllD / w# / // ill, \\ ,� a o ill '* �I0 I °B§gd qpi Y' `\ i '' 9ltD % e 4. R vr Ili �:3 \ 1 l H aal / I Z RE C`2 q LI 1);- , 1 Ft N' resy! /moi �\\ I / A 1 it g ; I /� I �Dc 9DHH1 \\ t I // 11 �f jJ; Hill / w .1 ,1 9 I' I -- .za )1 !Ili h o ' i \ / h • c/ "i=t I C 11 L___:__ - 4-- . • ; / , • ' ' N rZ. \' 3 fig. • E �• �1 :11 = 4 .A, !1 ! / n jl f z�2 - 1 ? 411¢1.--.---.,----- S. D. „ m ;b A 1 // . - el I e,a nil ! II k 1,01H - gg { Y } EDAI y --k-L---- F 1591 L..+<�-•vim E = r :. ; ;�' I I. ' .,�; I i a J I 11'4 I 1 ',lD 9 i + & IL 4.144� �_ _.. dad • ¢ - I o g (/ � 1 i N 0 II 11 I Z179LL sexes`inquv Pod ,YK.,, ri .oma-....1.......-....:11='.`7.=.131[J13. ; n enud�(ennllne 6b9£ so) r' $ �rA- ueWdi4 Z;MA 1 a ' a 9 int.IIN pod go 40 {��J 5 6.4 a , salaN T sit e1aQ g C1 gI -z Rou> ;�> UOIl2o0l2�J 12M8S I�1E11UBS i19 Y o.;,a ti `. N uousaola[lamas uuoIS-sal9O1d?ueid IIs 'e ' f - llr0 [10f ar.ss, ON a 1i 1 ±.. ti c J i g t;i�s �°'si.3 11 Y 1111 -�,_'x•: !tgiiA"/], gTip g '411;;i12 t -rat xx s Ail R. i A g �Y a ax1 1 1}111] !:1 a' 3t: ;3 1 x i P a lg"- :.1• 1 illus`' . ; i11 i 14p xiigg i g gi a 3s 1 1 y i s1j }i" 1 1 l'! 5}13; D 3 11 e 1 2= 4 Oil!,it °g. hi S x 1S 51111111 151;5 s s 3 g l p 11 1 It s i gag s. t t x 1 iii + C q t Sit Six, + 3 3. x 3 i1 -01 1' s r ':C3 !log 3xx 1 3 - s 17 .1 3 x ! x s ie 11 g pp!i3 a! ii iii 13.jt j ti t;} r9 3 i s! ;��' }'i3 6. Al1 g ge P x' 5 f 3 gt, 3 a3 31-x13 i 3s ggqq j s 31 3 6 �l Ea P 8 :::!Ps !1 4 ilig 1 4e 1!S g e P 1 t'Q ll 'e 3 } 311 ;Lig g 1 g I= 1 Yti 1= §gages g ■ 4! it 31 e a a 111 ! i12g p3 i g 2; 3 1 11 x �g gi g 41!; I'I! 41fb6l ii i; @; ll " x: • 1 11:3. • 14e :ii } . I? s . ig g 5 I - g b s�- x! 9_ 1„ @ s P ? 3q 3 i �t a" g Z ` le : 1' egQ41i� :11m!m 11 i! 11 1 i .. _, Y g; q j ! rix lg��Ogg gr 1- l:y g. g y � � �"y � P �gj3p 31 1i ti j1!Nig illllly tg ipgg. 1gv!1 1 s1 is g 4 1 g 1„s0[ v 1 lig ;5;p1 i 1 k; 3301 p !qq I. tell gide;e@ S' Y1 11,1:Ii. s i l!'.. b gqgg 8i3I¢ ';i a` g g1 g1 z 4 �p 4; a °0 g a g, al pl 1 ail: ii 6 g„g1 1 ;1��.„g_s P g'. A gPe� 1- 3-11_� g3M 1 AA i d,it la 7 li g al it-gigs r=':1. g;gg g °• 05 al 11 1- a 1 .1 Wil3!1 111 R2Vi El 1p 1i a e3 pg, g 1048 gi 511';rig g,' rll;le 3j g1 1' ,� 11 ' 1 a 21!1 ! ' "1 sag ! !g3 5 i 111 1° `• i1 1ssi al 11;11 gi. 1;146 1 i 13 1'1 g!a' I 1 1; iril I I1 1119 i131, I! 1;; 1 1 Pa g;P gg P.gg.„P 1 P=__1Pl P a Ps P; g a 0 9ty'_1 •is°,ll !i 4! gsgi it iP 1 iY 1 i Ill 11 gl it 13 fl 4ts a 11;IP -lit°1p Ill gti 4: 4 sill ni kg ag gglgllg 4313 illi 151 a gl 1 g gs g1 s§ ! i i 1 .1_€3 1 if g3.> 11114 41 gal p d ii3 i g. 3 x ii { i-i 7 . E. i G ii , 4 V it ig 5 i 1112 tl, 110 Ili :1' "''1' iq - Ail/ n ,?.. m! ----11W-11.01 ,F3'4.1 I 1 '3 s . pp rte., u ;l”�1 7 �.. t j s1 • �00 iI d 4 II a C !di 3p` i 'i'i y f: r,_, �� 1 gg.3 4 g-1li.1- — '� - v +- &II C, � 1 ' n hi gi Q c c� ��s 1.11 in til;. a3 II IN tIJII!II1. pw ii il. i .O �� 1 1 1 g gag L!{1 "lgll .-5 -- =1 a!? FJ I / r` I.”: MP.3 I ✓ Tei iLi,..,-,. :.1 IIs€ k51 ,.i \II + !W eAgla ' I 1 .0 DON +....• = 3 g mP2,1 4 i u 3 , � I • ��.t'1. .-_�. 1�—�_— .aa _ .. lily STREIT f I 7. 21 z. • /� 3I 6-/ = Po I Y/ -=\\ a4g9i 1 / gills- 43641 A 1 .- • '° V r ' 4 i 4 3g.. , \ /I N 1 ' - ~ € \\ PIONEER PARK u 1 .I 1 1 7 1' I .,u to gas rof sale n mxoGVsy..rt�rM+•as.sq-eU un e•m.s_wo'xa.\usivea\o II lx-L•a.,1 ri11.1 3 art . Zia9LL sexai'ant4PV Pod ,e„,i __;,-----, .1,' “..,...,,•,•.......,•AT,•=1.•tar.sots...aart , .oraa .i e• anpa Aenniino 6t79c t1-i 1-1 /4 i.,' 5 "'"'"''''''....'"*A 1 lb""*.'3UeUld114SRZaRldi i L -g s• ° uopoolad Jamas kepues 07 4, ''j \--'''','::,.„1:--'-- Ito4u3olali lamas uuols-laquoD uoi:sola s s s s air0 303 01,331 ON i V- Z to 3 0 4.• i 11 GI nxilx Lx6 X— X— fi g< 3 .!... r '---- k- X---- '--- -1 „, 0011 iliMPA x BEIMEMECEI ... , 3 I I ;1 .erlii. tII itoen —, . 4111111 MN& .... i U V-- Il U 0 II I \\ 0 0 I .., ______ .., ' I 66'1 .3 ._ .‘,... ,.....,....._ .. ... 4,4C,- Ca or*, •:-....*:-. c3 .k. !Ig%! 43 1 11011.!O., el , A p ii4414 4 i 1 t k4 1 4104,-• 41 • et“.air,. U if ri s I ..40043:-, ol .1• 4,-•41,. I”1 -T.3" ri Ailliell, ' i.014 ii 1 • 1 g i ,,, 1 0 Art' 1 1 (1] ..•rc, .., k g XI t 1•1',i 1 ril 1 1 I!ii! H g g 1 i eticia !I 11 iii 7 ig 1 g g hillg I 1 ' e II N 2111 I i!IM il i. Ii Ipm _,* .- -,_ E, c...4 f- ia 5:11Iliii-tgi ;0 II III 3 ----,:-.---. u !i,a, 41 1 g Vaillligidell:.: 1:)4 gi4 1 4 .---<=<.- va r.14 6 ' 14.is giall§i li Hill 013 ..,, II 4 riai: iii II 01 ..4 cl.g; IrAkill 1 IN Iiii! gl!!30iii,di 04 g g];'ilgil!WiSdil ..40 lg gin,' figl/igh-P- q gli '8 1151qPi:g;!11;111 . ;Iiihilin.gLil I %lay, alai•lialag4 1 L.- 1)Lt1 =II =11 ll .II. i g . '-'-..i' 1 ' h ilg gts i. 0 It--i.'. , .,_ ,.... t. ch AS , q 0 , -;;;;I:O• CI :i I •' ,..1 .v. 1 .27 \Wgit,e-- ' N hill 01 I 11,e-e I I 0 0 ' I ••,\Ns e g, 51 . ill cEi. IS. — i lk, I I � I AD I I I 1 I1 4 1 :: a 3 Zv' i +ri �� _ 56_ I awj '11-I - of I I'IeY�y�{��jfuIa ;�60 a. 1-= � � `� z , VI i Dill I 'I\ £ pe.,,, to ii I 6..6 N I X I 11 ill O II o- I - 5 I r ---- • Iztall '., I:3 1 ' ; I 6 - (111.7k.,iL ,,--.,,------- LI____, 1 t,. 31:::(,..4 i .- _ l I. ; I l1 1 1 I -, i �= M.... ryy 1 1 . 1 ..I I I I DD `� 1 1 I 111H _ 1 1 ,� a +'+' p i f 1 ( x 1 ;'yi I I 3sf — , i i �e u 11 a • �xr1 < a I e iW �I 84 e,]/�al —I 3 !a j 1 9 �Y ASS: _ l 31 a � �:3 $ i' 91 rya — ..I 1 ®� , 4 O I ! ]. '° u it = t> W A a w /1. # - 1- n < fi �.....1 $/ I g :t 1�<6 i _ I , .tet - a I.,fif -8r3 - �` li I 1 r ■ YY !! yYi1 I 1 ; a 1 Q ]7 i'E .t F I r--...,_ . I 1 0. 4 -' - a 1 ii , 11,, ■. b ='i or 5. MI hi 1 �� " ;;i 7 5I z Z �ir c ;I 3 i /4 B=Y II IK-0� it yff 41 %kW- ° a ,II- 3 Y ; £ eie III FIF 5. s $" as il I -Z`Jre �Y 1 1_, Yns1ay�• _ sY ' li ��iTl 3I 1 ic tt-1 F iyL `aZ �I j 'L _r'__T_J j = 1 h b1 L, y W'� E 3Y tt £ it I o Y wa l.c� f i > X11_ I a �k ��? s i s . U _I 1.1r sloe ygy.It as e`_ i_ a s ' a. d L WI __.-_��_ 1_0_1. � ml3- 2u 'Y - ti iv £ iY r I -- E I i WI- + Eg' a s 6'3- s 4;; ; is i;a 1 Iit ,'] i ' cW7 F �._r- • ~1 1 VP vu1 £' Sg Y a Y,fi3 I 64 E 3c 3 Ea a ¢ E 1 f� ti •I� c �9 EI13 s saA4 n sy 1i `L MO 8 I -,,*w<,-*sE I �, ga €£ . .a 1s 1a#a 'i i1 v L : s���, tt tt I tie di _14,.._v......:“+ , . �. . .n .. _ . . 4 _ _ I