Loading...
HomeMy WebLinkAboutPR 20661: LIBRARY'S PARKING LOT AND PARKING LOT LIGHTS City of ,— 2!-1 lr�ll� Texas Port Arthur Public Library www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: 1/29/2019 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Steven Williams, Library Director RE: PR 20661 Library's Parking Lot Introduction: The intent of this agenda item is to seek the City Council's approval for the City Manager to enter into a contract with Greenscapes Six, LLC of Baytown, Texas for repair of the parking lot at the Port Arthur Public Library as bid in the amount of$133,955.00. The City may come back at a later date with a change order. As much as 90% of the contract cost should be recoverable from FEMA. Background: The Library's parking lot flooded for several days due to Hurricane Harvey. The Library's parking lot helped serve as an access point and parking area for heavy/oversized vehicles and heavy/oversized equipment for"FEMA's Tent City" shelter for several weeks. These events deteriorated/damaged the parking lot. This has become public safety hazard and it is in the best interest for the citizens of Port Arthur to have it repaired before the library re-opens to the public. Budget Impact: Funds in the amount of$133,955.00 will be used from account 147-2300-901.32-00 project #082617. The City is pursuing FEMA funding for this repair work. The final disaster award has not been determined but expect as much as 90%of the contract cost should be recoverable from FEMA. Recommendation: It is recommended that City Council authorize the City Manager to enter into a contract with Greenscapes Six, LLC of Baytown, Texas for the repair of the Library's parking lot as discussed and/or outlined above. "Remember,we are here to serve the Citizens of Port Arthur" 4615 9'h Avenue X Port Arthur,Texas 77642 X 409.985.8838 P.R.No. 20661 1/22/2019 sw RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH GREENSCAPES SIX, LLC OF BAYTOWN, TEXAS FOR REPAIR OF THE PARICING LOT AT THE PORT ARTHUR PUBLIC LIBRARY FOR$133,955.00; PROJECT WILL BE FUNDED WITH HURRICANE HARVEY ACCOUNT NO. 147-2300-901.32-00, PROJECT NO. 082617. WHEREAS, the Library's parking lot was flooded for several days due to Hurricane Harvey; and WHEREAS, the Library parking lot helped served as an access point and parking area for heavy/oversized vehicles and heavy/oversized equipment for "FEMA's tent city" shelter for several weeks; and WHEREAS,these events deteriorated/damaged the parking lot; and, WHEREAS,the Library's parking lot has become a public safety hazard and it is in the best interest of the citizens of Port Arthur to have it repaired before it re-opens up to the public; and, WHEREAS, four bids were received on January 25, 2019; and, WHEREAS, Greenscapes Six, LLC submitted the lowest responsible bid in the amount of$133.955.00 (Bid Tabulation attached as Exhibit"A"); and, 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. THAT, the City Council authorizes the City Manager to enter into a contract with Greenscapes, Six LLC of Baytown, Texas for the repair of the parking lot at the Port Arthur Public Library for$133,955.00, in substantially the same form as attached as Exhibit"B". THAT,a copy of this caption be spread upon the Minutes of the City Council. READ, ADOPTED, AND APPROVED this day of , AD, 2019, at a Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor: Councilmembers: NOES: Derrick Ford Freeman, Mayor ATTEST: Sherri Bellard, City Secretary P.R. No. 20661 1/22/2019 sw Page 3 of 3 APPROVED AS TO FORM: 7/7D Val Tizeno, City iorney APPROVED FOR ADMINISTRATION: Harvey Robinson, Interim City Manager Steven Williams, Director of Library APPROVED AS TO AVAILABILITY OF FUNDS: vt Andrew asquez, CPA Finance Director 409 (&,(Ael."; Clifto Williams, Purchasing Manager EXHIBIT "A" C C C 7 7 7 E o E x 1.= a a a wz F p N N N N N N N W CO C u C O. a a Y Y 1- C C C N V) = N V) V) V) Cl) Cl) 0 0 ,O C) N N O O •O N 0 a+ C° o O • O• a. N °' •O aJ O O O• •O 0 o m m O C O m ►� j on O O: ►Z O D n n c° in •O p o_ v m v_ N .O M N t- E v 0° E 'O ^2 E ° v m r? v m NN F a 0 a I1I < 0 111 0 O N N V) N N U) N N N ci en o cr.7 M° 0 P P N 0 U m N co O C W i M o mW LO m a N n a a 03 a CO C cv to C C N v) N N N = N N 7 N N V) N V) 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 O .. 0 0 O .. 0 0 0 0 0 N j 0 0 0 0 O• 7 O O O 7 O O O O d CC O 0 °_ '0 O 0 0 O N O O '° O 0 0 0 O c° m N '0 •O E Ul O:N E P `O •O N •O I— Q '� o < a o' o o; O• (N O• N Z Ce ce U> co. N N r N N V> r 0 Fp Q O • z 0 0 0 0 O 0 0 O m O O O 0 y O O a) O I— O O > U O in 00 111 U O O U 0 O 0.` 0 ° a a' 0 0a` 0 - �LcoN Y .+ ao C vi v a+ m N C C C Z O Q f0 c = tn. co co v)V) = N v>N N N V) V) Q Ix N t p j O 0 0 0 0 0 0 0 0 0 0 O0 _.1 I- O cc Z 0 0 0 0 0 0 0 0 0 0 0 0 0 O •13) eL N 4- a 1 J O -o 4OO Co C N Co L.,... o 0 C 0 O to 0 O Q U1 O O J 0 O N UI Alnst 70 N •O In 0 •O 0 111 0 F_ Z 1-- 4,Z W X x E N N E co E m .o to co •o 0 Y Ci o z z a r- a a M CNI °' m CC¢ = -, W w3 a Q O N N N N N N N a f- 0 U a CI Z a m 0 0 0 0 1) 0 o y o W m u o Cl) Cl) 2 o o u o CO w O. o 0 o a 0- in m 0 Y C) M N V JD C C U) N N N V) v) N V) in V) V) V) V) a COU m aoo < O Cr v J N J cy J W J D D D w 0 0 0 0 0 L7) J W •J 0 LU W Z a a a N 2 0 N U 0 U O 0 E 0 0 0 d 0 0 v , v O 0 0 0 CO U 2 m ) m 0 0 0_ ¢ 1 l7 l� OO W W W m m m OU w > N Z w N D 1n F- 1- I- Ug j a a co v z m )x-i m 0 D zo in a 1- I F- < m Z i Z 0 0 0 ce cc < < 0 ao z u u D D U = 1.0 0 < < Q z u u p CO O u J-' d ini p p O U M m U U M Q Q Q s � m X 0 V a V 3 < _D < o 0 0 X- m Z J 0 0 J 0> a a J y a °- J Q v 0 0 U U Q v CC CC < u LU Q !- !- 1- W V) FNa ¢ CC I— N ,) df ~ V) dSw ~ za, vNWIWOW OwO vwww O v_ w11.10 amO. EnFaUg mu W a wQ O LLfx O m 2oz .k,z,z mYz cc a. mccU — /0' ID Ca W W U < < < < 0 u NC)OU m m u ma D U 0 04. * m a) N m v md ' Q n -0 mN n � u - u = u 0 0 I I in in X °' F P W Z H O a D cc a 13 w m m c 0 in N N W co 43 oo 7o' Ln U in u N o N M FN M `0 E 6 O Z N N (N l0 D N LIw W (U m U v> v> v> - 0 0 0 0 0 0 LU 0 0 d cc 0 0 0 0 no N v x � o .1-- u F N O N Z N N O N O ►��\\\\N\t P 0, z a J* �` .4 ‘1 Q • •VI o = < o v> i.• kr. N oo z.a0 w Q 0 _ _ �p� \ Y W,Z� < N L D 0 0 0 I— ao x z 0 0 0 viul•• / Z c ..9.0of a 0 ,, 0 0 J P V U 1`( �. •X41 ~ Z ~ ww X H M •0 U 1,`T *• m• • •Qtr o Q s � z Qom ,��Vki\,�R� I:1- Cl 0 u I- CC 0 z m cc m mcc V N 'e N i!1 N N m 0- 0 W + + + J z a a < m O Fe' a V '�,°' w O w J 111 U.I I I D V) Z } Eu) O o o H .. - I 4 m m .. .0111 J t' ir F- I- 0 Ss! 41 - zQ QIO Q d o o Z � � '- �-u0 0 /0, EXHIBIT "B" CONTRACT FOR REPAIR OF LIBRARY PARKING LOT THIS AGREEMENT, made this day of , 2019, 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 Greenscapes Six, LLC herein acting by and through 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 thirty (30) calendar days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes, but 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 to 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 proposal and contract documents and to comply with the terms therein for the rates stated in the proposal for a sum of$133,955. 5. The term "Contract Documents" means and includes the following: (A) Agreement (B) General Information (C) Specifications (D) Bid (E) Notice of Award (F) Notice of Proceed (G) Payment Bond (H) Performance Bond (I) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. 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 , 2019. ATTEST CITY OF PORT ARTHUR BY Sherri Bellard Harvey Robinson City Secretary Interim City Manager Signed on the day of , 2019. WITNESS GREENSCAPES SIX, LLC BY Print Name: Print Name: Title: fallit ARCENEAUX WILSON&COLE ngne¢ing l w•;ry*g I okmrir,g ADDENDUM NO. 1 January 21, 2019 PLANS FOR LIBRARY PARKING LOT REHABILITATION TO SERVE CITY OF PORT ARTHUR City of Port Arthur Jefferson County, Texas Job No. ARD-010 This document constitutes ADDENDUM NO. 1 to the PLANS FOR LIBRARY PARKING LOT REHABILITATION issued for bidding. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THEIR BID FORM. CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS 1. REPLACE COVER with the revised COVER (attached). 2. REPLACE SECTION C with the revised SECTION C (attached). a. REVISE Time of Completion paragraph No. 1, to be February 23, 2019. 3. REPLACE SECTION D with the revised SECTION D (attached) to match Construction Plans. CONSTRUCTION PLANS 1. REPLACE PRELIMINARY CONSTRUCTION PLAN SET with the revised CONSTRUCTION PLAN SET(attached). a. REVISE all sheets to include Engineer's signature and seal CLARIFICATION 1. Bid submittals are due Friday,January 25, 2019, at 9:00a.m. 2. All light fixtures called to be "Removed and Replaced" in the Construction Plans shall be retrofit for LED light fixtures. NO OTHER CONDITIONS OF THE CONTRACT ARE HEREBY CHANGED [END OF ADDENDUM NO. 1] SPECIFICATIONS AND CONTRACT DOCUMENTS LIBRARY PARKING LOT REHABILITATION City'of =. Y ,/,I inti �1J ort rthu�~ Terrr.c CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS BID NUMBER: P19-026 AIM c. JArifilr ARCENEAUX WILSON&COLE �..���‘, engineering I surveying I panning ,�E OF rF+\� ...-%t %P • 1 :".• I *:' It 2901 Turtle Creek Dr. .0*• `7;0\ •* ll Suite 320 /*• •* Port Arthur,Texas 77642 a BRIAN K.ZOTZKY Phone: (409) 724-7888 ll'iz• 124808 •�0' Fax: (409)983-6265 l • I jFS•�iCEN ?'•++1 Email: Keith.Zotzky�c�awceng.com �‘q 'SN• •A• iavf�= U///1/20/.* NON MANDATORY PRE-BID CONFERENCE A Non Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Repair of Parking Lot at Library will be held on Thursday, January 17, 2019 at 10:00 a.m. at the Public Library located at 4615 9th Avenue, 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. DERRICK FORD FREEMAN,MAYOR HARVEY ROBINSON CAL J.JONES,MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: City of - SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. ��l CITY SECRETARY THOMAS J.KINLAW,III HAROLD DOUCET SR. ortl't jl ILS VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY KAPRINA FRANK Texas JANUARY 14,2019 INVITATION TO BID REPAIR PARKING LOT AT LIBRARY DEADLINE: Sealed Bid submittals must be received and time stamped by 9:00 a.m., Central Standard Time, Friday, January 25, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 9:15 a.m. on Friday, January 25, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P19-026 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, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur,TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 Clifton.williams(i portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 776411 409.983.8160 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. Clifton Williams, CPPB Purchasing Manager INVITATION TO BID REPAIR PARKING LOT AT LIBRARY (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT 1N 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: Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID PROPOSAL YES E. BID BOND YES F. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) G. PAYMENT BOND H. INSURANCE I. PERFORMANCE BOND J. SPECIFICATIONS K. NON COLLUSION AFFIDAVIT YES L. AFFIDAVIT PAGE YES M. HOUSE BILL 89 VERIFICATION YES N. SB 252 YES O. MBE DOCUMENT YES P. FEDERAL DOCUMENTS YES DRAWINGS SECTION A CONTRACT FOR REPAIR OF LIBRARY PARKING LOT THIS AGREEMENT, made this day of , 2019, 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 Greenscapes Six, LLC herein acting by and through 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 thirty (30) calendar days from start date on Notice to Proceed. The City can terminate this contract at its convenience which includes, but 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 to 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 proposal and contract documents and to comply with the terms therein for the rates stated in the proposal for a sum of$133,955. 5. The term "Contract Documents" means and includes the following: (A) Agreement (B) General Information (C) Specifications (D) Bid (E) Notice of Award (F) Notice of Proceed (G) Payment Bond (H) Performance Bond (I) Addenda 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. 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 , 2019. ATTEST CITY OF PORT ARTHUR BY Sherri Bellard Harvey Robinson City Secretary Interim City Manager Signed on the day of , 2019. WITNESS GREENSCAPES SIX, LLC BY Print Name: Print Name: Title: SECTION B 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 9:00 p.m., Friday, January 26, 2019 and all bids received will thereafter be opened and read aloud at 9:15 P.M., on Friday, January 26, 2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as: Repair Parking Lot at Library Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.Rov or www.publicpurchase.com. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY, JANUARY 17, 2019 AT 10:00 A.M. AT THE PUBLIC LIBRARY LOCATED AT 4615 9TH AVENUE, PORT ARTHUR,TEXAS 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. CliftiEth Williams, CPPB Purchasing Manager FIRST PUBLICATION: January 10,2019 SECOND PUBLICATION: January 16,2019 SECTION C INFORMATION TO BIDDERS 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. 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: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. 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. 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.: Public Works, 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 601f 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 INFORMATION: 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. TERMINATION 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. INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit,judgment, cost or expense: Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the work itself) including the loss of use resulting there from. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any, which is to be furnished by the CITY. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec.,1,et seq. (1973). DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY and to the ENGINEER promptly (but in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR, who shall indemnify and safe harmless the OWNER against any such claim. SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign agreement before NTP or PO are generated. BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur (CITY), or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the CITY, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified,the Bidder shall be liable to the CITY for the difference between the amount specified in the bid in the amount for which the CITY may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the CITY and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the CITY, within said period, of reasons which the sole discretion of the CITY,justify an extension. If said Contract, bonds and insurance Documents are not received by the CITY within said period or if work has not been commenced within the time specified, the CITY may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY for any excess cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The CITY, within ten(10) days of receipt of acceptable Performance and Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should the CITY not execute the Contract within such period, the Bidder may,by written Notice to CITY, withdraw his signed Agreement. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is extremely important to the CITY. Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" issued by the CITY and to fully complete the project by February 23, 2019. Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages being sustained by the CITY. It is agreed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of$500.00 per day will be imposed for each calendar day the service delivery date is exceeded. By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 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. SECTION D BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 CITY OF PORT ARTHUR, TEXAS 77640 Proposal of (hereinafter called "BIDDER"), organized and existing under the laws of the State of Texas, doing business as GREENSCAPES SIX, LLC , and acting by and through, to the CITY OF PORT ARTHUR, Port Arthur, Texas (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of PLANS FOR LIBRARY PARKING LOT REHABILITATION in strict accordance with the Contract Documents, within the time set forth in the Notice to Proceed, and at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the PROJECT by FEBRUARY 23, 2019 specified in the Notice to Proceed, including, but not limited to, all Saturdays, Sundays, and Federal, State, and City holidays thereafter. BIDDER further agrees to pay as liquidated damages, the sum of $500 for each consecutive calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 54 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: ADDENDUM # 1 21 JAN 2019 *Insert "a corporation," "a partnership," or "an individual" as applicable. BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: D-1 SUBSTITUTIONS 1. No Bid (Add) (Deduct) $ 2. No Bid (Add) (Deduct) $ Unit prices are to be expressed in both words and figures. In case of a discrepancy, the amount shown in words shall govern. The above unit prices shall include all labor, materials, equipment, bailing, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of Work; the Owner does not expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right afterward to increase or decrease the quantity of any unit price item of the Work by any amount up to and including twenty percent (20%) of any Bid Item, without a change in the unit price, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including an aggregate total amount not to exceed twenty percent (20%) of the Contract Price. BIDDER understands that the OWNER reserves the right to reject any or all bids and to waive any informalities in the bidding. In addition, the OWNER reserves the right to award the Contract on the basis of TOTAL AMOUNT BID or TOTAL AMOUNT BID with Substitution(s) or TOTAL AMOUNT BID plus any Alternate(s) described above which is most advantageous to the OWNER. The BIDDER agrees that this bid shall be good and may not be withdrawn for a period of sixty (60) calendar days after the scheduled closing time for receiving bids. The undersigned BIDDER hereby declares that he agrees to do the work, and that no representations made by the Owner are in any sense a warranty, but are mere estimates for the guidance of the Contractor. Upon receipt of the notice of acceptance of the bid, the BIDDER will execute the formal Contract attached within ten (10) working days and will deliver a Performance and a Payment Bond to insure payment for all labor and materials. The bid security attached, without endorsement, in the sum of no less than five percent (5%) of the amount bid, is to become the property of THE CITY OF PORT ARTHUR, TEXAS, in the event the contract and bonds are not executed within the time above set forth, as liquidated damages without limitation. D-5 Respectfully submitted: GREENSCAPES SIX, LLC (NAME OF CONTRACTOR) 7020 FM 3180 BAYTOWN, TX 77523 (ADDRESS) BY: MIKE ARCHER 713-501-7456 (TELEPHONE NUMBER) TITLE: MANAGING PARTNER (LICENSE NUMBER IF APPLICABLE) DATE: 1-24-2019 - VVk— 47, _ (SEAL,IF BIDDER IS A CORPORATION) (ATTEST) D-6 -1 0 0 0 0 (Z7 O m O oco 0ry o > p —I cn m D m r cop cI D D D > > 0 C n m 3 0 m m p O z m m O n n p D m O O O O W > CO 13 m 7 m v O O F > r- Z r- z r m O O H z cn D CO m 30 m 70 m D -1 -I m 0 z n - n z 1- D O m Z cn cn U m 0 T1 0 m m n - n 7) I n 0 n 0 n v m m Z m Z m Z H p 1) .z 0 � O C m m v �Z„ Z m m m m < z) D m D m n c — o Z z Z m 0 O P -H cn 0 I U 01 0 - 0 H 0 0 O C r m c cn cn r ,r- Z ;< N cn = { crr O 7 c O Z_ W W o m -i o 0 0 0 co v v —1 a co Q a 4..n- 1) N 4 N C C Z C C 3 3 =I 0) Cl) - v CND 5 O Q n ~ T m ctr, a O CD a O G. Z (D O a o 70 H n o° n 0 m m — (Do (D o n Z m m 0 U) rt- r+ r+ N N NVI N N N CO LI- cr, N O H 0 O O co 0 D o 0 C o o pW mCo H 0 01 N—I oWD 0 rri O D m D rn r CO D n p D °7 CO 0 C n °' r = p O n 0 n m m C I C I Z rn Z m D H 0 0 H O C fl m m m x7 0 n m Z m r m co --1 K ) CO 3 m 3 co O > Co > n < M [ m rn - m O m co n Ro co m Ro 3 R� 0 O m 0 Z m r- m xi P1 v v r- m y Ui v) r r) > D mH D m _ m I m m z m H rn m r rn n -0 v) 0 z O cC C D C 0 r -o r W m D C) n co rnm m m 9 w 0 4 — -I C D D D Z N C O O C Z 0 0 CD m H 0 b 0 7 3 -0 0 gi O cu O m a 0 a D a to m N cD Ct) v N O z W N 3 5 co 3 N 3 7 N 3- (1 -0 o� CD C O CD C O C O C O C o D c O C TJ p D_ 0 C) � � Q- S m g a a b Qa as 7J H n 0 m lD p (Dr) 0 N O Z D cn (n CD 0-- CO 0%, N H O r O 0 > O 5 o H H H H H H > > > > > > O 0 0 0 0 0 c cc cc c z z z z z z HHHHHH co co co 0o w co O 0 0 0 0 0 V) n n n Cl) n D- cru m m m rn a a a aa a c c c c c c 6 CD m ca FE rn > > > n co > + + + co n CO + .. .. n 0 A 1l} 1/) C/} <I> L/) U) O., O, Co W N NO W CT. 0o Cn NO -ti NO O c-ri01 Cr Oi (fin CilCri 0 0 Cn O O 0 O O O O AFFIDAVIT [RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL] All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized Officer of the company, whose signature is binding on the Bid Proposal. The Undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. 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 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. NAME OF OFFERER: MIKE ARCHER TITLE: MANAGING PARTNER ADDRESS: 7020 FM 3180 CITY/STATE/ZIP: BAYTOWN, TX 77523 TELEPHONE NUMBER: 713-501-7456 —14 SIGNATURE: " 44-; 4lt /1�.-_ tr SUBSCRIBED AND SWORN jpbefore me by the above named on this the Cil. day of \U 20 1 6 5 Notary Public in and for the State of TA --N-- 1114="1...... /0 / 0 2/ Sig ,,, JODIE MCADAMS ,i Commission Expires: �•�tit'PY,QU �� Si ature '= �ISL�� Notary Put7lic, State of Te _.;1^�iii Comm. Expires 10-10-2021 ;(i'oi` r Notery ID 1161486 .... - r-. SECTION E BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Greenscapes Six,LLC as Principal, and Philadelphia Indemnity Insurance Company as Surety, are hereby held and firmly bound unto City of Port Arthur as OWNER in the penal sum of Five Percent(5%)of the total amount bid— -- for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves,successors and assigns. Signed, this 23rd day of January , 20 19 . The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the Library Parking Lot Repair NOW,THEREFORE, (a) If said BID shall be rejected,or (b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,exceed the penal amount of this obligation as here in stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers, the day and year first set forth above. Greenscapes Six,LLC - (L.S.) PRINCIPAL Philadelphia Indemnity Insurance Company SURETY BY: Q/d 1g , /1 Heidi R. Brutko,Attorney-in-Fact IMPORTANT- Surety companies executing BONDS must appear on the Treasury Department's most current list(Circular 570 as amended) and be authorized to transact business in the state where the project is located. • PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Nathan Miller,Sandra Hartzell,Michelle Bennett,Brandy Prinz, Heidi R.Brutko and Tabbatha Lebo of Philadelphia Indemnity Insurance Company its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed S50.000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14'"of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27"'DAY OF OCTOBER,2017. a� ........ 3x r-x: f • 1927 ; = SI SZ (Seal) ,N,.+.,,..,„.•, • Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 27'”day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENN OMMTNONPENNSYWANI NOTARIAL SEAL Morgan Macy c Notary Public: I \ 9/' /n9ry/) loaer MooRiwp..Montgoomy522121 Cornnusslort Expaes Sept 25 VEMER..ewinwwn,EUOGunp.OEMOTM residing at: Bala Cynwvd,PA (Notary Seal) My commission expires: September 25,2021 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 27's day of October,2017 are true and correct and are still in full force and effect. I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Tesomony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 23rd day of January,20 19. 1 )2 7 7 m= Edward Sayago,Corporate Secretary Q.' PHILADELPHIA INDEMNITY INSURANCE COMPANY SECTION F 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 Received has a business relationship as defined by Section 176.001(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 Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. MIKE ARCHER OF GREENSCAPES SIX, LLC 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.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer ii 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 J 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. NONE J 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 176.003(a-1). 2 9/6/18 / ) Sig a ure of vendor oing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 SECTION G PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we ,of the City of , County of and State of as Principal,and as Surety,authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the City of Port Arthur,Port Arthur,Texas,and to all Subcontractors,workmen,laborers,mechanics and furnishers of material,and any other claimant,as their interest may appear,all of whom shall have the right to sue upon their bond,in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that,whereas,the above bounden Principal as prime contractor has on the day of , 2019, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statures,as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each claimant, then obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such exchange, extension of time, addition or modification. IN WITNESS WHEREOF, the Principal has caused these presents to be executed, and the said surety had caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seals to be hereto affixed at on this the day of . A.D., 2019 CONTRACTOR ATTEST: BY: TITLE: CONTRACTOR ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. SECTION H Client#: 68802 50GREENSCAPE ACORDr, CERTIFICATE OF LIABILITY INSURANCE DATE(MMiDDlYYYV)03/26/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Crystal Adams J Smith Lanier Sr Co of Newnan PHONE 770 683-1000 FAXwe 770 683-1010 r(A/C,No,Ext): (aC.No): ---- --- Marsh & McLennan Agency, LLC !E-MAILDss: c_adams_@jsmithlanier.com _ P.O. Box 71429 Newnan INSURER(S)AFFORDING COVERAGE L NAIL# + GA 30271-1429 I INSURER A:OIdo Security Insurance Company 24082 INSURED INSURER B:Ohio Casualty Insurance Company 24074 Greenscapes Six, LLC - 3727 Autumn Lane INSURER c: 1 Baytown,TX 77521 :INSURER D -- INSURER E: 1 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP;W7 LIMBS LTR - TYPE OF INSURANCE .INSR VD- POLICY NUMB /Y ER (MMIDDYYY) (MM/DDIYYYY) - A X COMMERCIAL GENERAL LIABILITY X I X BKS1857813601 03/27/2018 03/27/2019 EACH OCCURRENCE $1,000,000 __ CLAIMS-MADE j X' OCCUR j pREMpgMq ISFEs Eaoocu ante) $1,000'000 MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEM.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X' POLICY JECOT i LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY 1 X X BAS1857813601 03/27/2018 03/27/2019 COOMBINEnDtSINGLE LIMB $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED -I SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY ' AUTOS PROPERTY DAMAGE X AUTOS ONLY NI, NON-OWNED (Per accident) $ AUTOS ONLY I i — i$ B X UMBRELLA LIAB X OCCUR USO185781361 03/27/2018 03/27/2019_EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS MADE I AGGREGATE $5,000,000 DED X RETENTION$10000 '• E A I AND EMPLOYERS NABIL N X XWS1857813601 03/2712018,03/27/2019 X Mum iI ER OT ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) -- - E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) (General Liability)Additional Insured and Waiver of Subrogation applies per Forms CG88100413-Commercial General Liability Extension and CG85830413. (Auto Liability)Additional Insured and Waiver of Subrogation applies per Form CA88100110- Business Auto Coverage Enhancement Endorsement. (Workers Comp)Waiver of Subrogation applies per Form WC420304B. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. For Informational Purposes Only. AUTHORIZED REPRESENTATIVE ©198x8- 015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S3846764/M3846763 CZA SECTION I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THA 1' (Name of Contractor) (Address of Contractor) a __ , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety,are held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars,$( ) 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 by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER,dated the day of 2017,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, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may he granted by the OWNER, with or without notice to the Surety and during$hc one year guaranty period,and if he shall satisfy all claims and demands incurred undersuch 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, • that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. 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 wise 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 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 .20 — ATTEST: Principal BY: (s) (Principal) Secretary (SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must net be prior to date of Contract. IF CONTRACTOR is Partnership. all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. SECTION J 8/03/2004 ITEM NO. A2002 - SITE GRADING PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Within the limits indicated, or in areas where existing grade is altered, strip existing topsoil to 6-inch depth and stockpile in approved areas for subsequent replacement. Remove and dispose of all vegetation, roots, and waste material. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS Fill: Use approved excess excavation or borrow material. Borrow from approved source, excavate, and clean up borrow area. Reuse of material stripped from borrow site is not allowed unless specifically indicated on PLANS. PART 3 -EXECUTION 3.01 GENERAL Maintain surface drainage on site during construction. 3.02 CONSTRUCTION A. Fill Under Structures and Roads: Place dirt fill in 8-inch maximum layers (loose measure) and compact at or near optimum moisture to at least 95 percent AASHTO Standard T-99-74 density. Place fill to subgrade elevation without addition of topsoil. Where fill to subgrade elevation is less than 6 inches, scarify existing ground to a depth of 6 inches and compact as specified herein. B. Site Fill: Place approved fill within 4 inches of finish grade shown on all areas not covered by structures or roads. Fill in 10-inch maximum layers (loose measured) and compact at or near optimum moisture to at least 90 percent AASHTO Standard T-99-74 density, unless otherwise shown on PLANS. A2002 - 1/2 8/03/2004 C. Topsoil: Place topsoil over areas within limits shown on PLANS. After substantial completion of construction, grade site 4 inches lower than finished grade on all unpaved areas. Clear ground surface of all foreign materials, then place 4 inches of topsoil to bring site to smooth finished grade indicated. D. Waste: Waste stripped materials from within limits indicated. Spread waste material over designated area, dress by blading, and slope to provide drainage. E. Final Cleanup: Level washes, ruts, depressions, and mounds to give areas smooth finish. 3.03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract price bid for work of which this is a component part. A2002 -2/2 Std. 08/03/2004 ITEM NO. A3002—COMPACTED SAND FILL UNDER STRUCTURES PART 1 —GENERAL 1.01 DESCRIPTION A. Scope: Furnish, place, and compact sand fill under structures within limits shown on PLANS. PART 2—PRODUCTS 2.01 MATERIALS A. Clean sand or clean bank sand free from clay and clay lumps, shale, loam, organic matter, excessive amounts of salt, and other deleterious materials. Sand with maximum Plasticity Index of 7 and with not more than 40 percent passing a No. 200 sieve. Water, if used to aid compaction, to be clean and fresh. PART 3—EXECUTION 3.01 INSTALLATION A. Construction: Excavate or strip to depth as indicated on PLANS or as directed by Engineer. Compact subgrade to minimum dry density of 95 percent of maximum in accordance with ASTM D698-78 by making several passes with flat-wheeled or vibratory roller to uniformly dense soils and to ensure that localized weak and compressible zones are not present. Shape surface to receive sand fill as shown on PLANS. Place in 8-inch maximum lifts, measured loose, and compact with pneumatic-tired or vibratory roller. In confined areas, compact with mechanical tamps. Compact soils at or near optimum moisture content to a minimum dry density of 95 percent of maximum in accordance with ASTM D698-78. "Waterflooding" to obtain required compaction not permitted. After compacting, shape surface area to grade indicated. Make at least one(1) density test per lift. 3.02 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item, including density testing, except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. B. "Extra Compacted Sand Fill", when authorized, to be measured by cross-section method in its compacted position and paid for at Contract unit price bid per cubic yard. Payment under this bid item is limited to compacted sand fill as may be required in excess of amount shown on PLANS. A3002 - 1/1 Std. 08/03/2004 ITEM NO. A3032—MAINTENANCE AND WARRANTY PART 1 —GENERAL 1.01 DESCRIPTION Scope of work includes Warranty Period, Maintenance Period, and Commencement Date. 1.02 COMMENCEMENT DATE A. Contractor is responsible for all maintenance from the date of signing of contract until the end of the maintenance period. The Date of Commencement for the Warranty Period and Maintenance Period shall be the date of the Notice of Substantial Completion issued jointly by the Engineer and the Owner. B. The Contractor shall be responsible for maintaining all work in accordance with specified maintenance requirements including security during the interim phase between construction and completion. C. Warranty Period shall expire on the specified anniversary date of the Notice of Substantial Completion. 1.03 WARRANTY PERIOD A. Hardscape—Twelve (12) months. B. Planting—Twelve (12)months. 1.04 MAINTENANCE PERIOD: Thirty (30) days. 1.05 POLICING OF AREA FOR DEBRIS A. Specified maintenance shall include, without exception, regular clean up and removal from the site of cans, excess soil,paper, dead animals and miscellaneous debris. A3032- 1/1 8/4/14 ITEM NO. B1001 -CONCRETE PART 1 -GENERAL 1.01 DESCRIPTION Scope: This Item governs for materials used; for storing and handling of materials; and for proportioning and mixing of concrete for reinforced concrete pavement, and all reinforced concrete precast and cast-in-place structures. 1. Contractor assumes responsibility for cost and design of proper concrete mixture. A. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE A. Furnish laboratory reports showing proportions and materials selected will produce laboratory-mixed concrete of specified quality and having strengths 20 percent higher than 28-day strength specified, at maximum slump and maximum air content specified. B. Owner to select testing laboratory, conforming ASTM E329, to make tests throughout concrete operations. When requested by Owner, Engineer or his representative will monitor tests and review results. 1.03 SUBMITTALS A. Samples 1. Furnish material samples to approved testing laboratory for review and testing. 2. Provide sufficient quantities for testing and determining mixes to produce concrete class specified. B. Mix Designs 1. Submit mix designs for each different concrete strength and for each different aggregate. 2. Secure confirmation of laboratory tests on proposed mix designs prior to submittal. 3. Use only approved mix designs. 4. Make required tests of mix as called for elsewhere in this specification under "Tests." C. Reports: Provide certified mill reports on cement and sieve analysis on aggregate. D. Tests 1. Make moisture tests of aggregate to ensure proper batching and proportioning. 2. Provide and maintain curing facilities conforming to ASTM C31. B1001 - 1/8 8/4/14 3. For Structural Concrete: a. Perform sufficient number of tests to maintain check on quality. b. Conduct tests as per test procedures(ASTM C31 and C39 for Compression Test). c. When Portland cement concrete other than high-early-strength concrete is used,test minimum of two(2) standard 6-inch by 12-inch cylinders at 7 days and minimum of two (2) 6-inch by 12-inch cylinders at 28 days, for each 50 yards of concrete placed or each structure,whichever is less. d. When high-early-strength concrete is used,test minimum of two(2) standard 6-inch by 12-inch cylinders at 3 days and minimum of two (2) 6- inch by 12-inch cylinders at 7 days for each 50 cubic yards of concrete placed or for each structure, whichever is less. Minimum strengths normally required at 7 and 28 days will be required at 3 and 7 days, respectively. 4. For paving concrete,test pavement work as required by PLANS and/or as follows: a. Make one beam for each 1,000 square yards of pavement, or part thereof, for each day's pour and/or one beam on each street. b. Size of beams as required by ASTM C31. c. Core sampling in accordance with requirements of Special Provision. d. If requirements not established by Special Provision, make one core for each 1,000 linear feet or pavement, or one core for each 2,500 square yards of pavement, or at least one core for each street,whichever is lease in area. e. Fill core hole with non-shrinking grout at no additional cost to Owner. f. Test core for compressive strength and for thickness. 5. For air entrainment, make two tests, in accordance with ASTM C138 or C173, for each day's placing. 6. Make slump tests periodically in accordance with ASTM C 143. E. Specimen handling 1. Mark test specimens clearly in a definite sequence. 2. Transport and store specimens to prevent damage. 3. Provide insulated shed for storage of cylinders and beams. 4. Provide records identifying each cylinder with locations from which specimens were taken. 5. Cure specimens under laboratory conditions, except that for a possibility of surrounding air temperature falling below 40o F, additional specimens to be cured under job conditions may be required. F. Failure to Meet Specifications 1. Concrete failing to meet specifications will be rejected. 2. Should a 3-day(high-early cement)or 7-day(normal cement) test fail to meet established strength requirements, extended curing or resumed curing may be required. 3. Contractor to strength structures or replace portions thereof which fail to meet established strength requirements, at Contractor's expense. B1001 -2/8 8/4/14 4. Test cores, when required, to be in accordance with procedures of ASTM C42 at no additional cost to Owner. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Cement 1. Store in weathertight enclosure and protect against dampness, contamination, and warehouse set. 2. Use only one supply source for each aggregate stockpile. B. Aggregates 1. Stockpile to prevent excessive segregation, or contamination with other materials or other sizes of aggregates. 2. Use only one supply source for each aggregate stockpile. C. Admixtures 1. Store to prevent contamination, evaporation, or damage. 2. Protect liquid admixtures from freezing or harmful temperature ranges. 3. Agitate emulsions prior to use. PART 2—PRODUCTS 2.01 MATERIALS A. Concrete: Ready-mix concrete conforming to ATSM C94 or site-mixed concrete(dry weight 145-150 pounds per cubic foot). 1. Cements a. ASTM C 150, Type I. b. ASTM Specifications for weight variations and length of storage. c. Use no caked cement. d. Deliver in bags for site-mixed concrete. e. Use only one brand of cement in any one structure. f. Cement for Class "P" concrete may be delivered in bulk if method of handling is approved. 2. Admixtures a. Air-entraining admixtures in accordance with ASTM C260. b. Water-reducing and retarding admixtures in accordance with ASTM C494, Type A, or Type D admixture, modified as follows 1) Bleeding water no greater than bleeding water of ASTM C494 reference concrete when tested as per ASTM C232. 2) Increase durability,decrease permeability, and increase resistance to surface scaling, when compared to ASTM C494 reference concrete. 3) No chlorides or alkalis added during manufacture of admixture. c. High range water-reducing admixture (superplasticizer) in accordance with ASTM C494,Type F or Type G modified as follows: B1001 -3/8 8/4/14 1) Superplasticized concrete to be nonsegregating, have little bleeding, and have physical properties similar to low water-cement ratio concrete. 2) Admixture composed of a synthesized suffocated polymer to be added to the concrete mixer with gauge water at the central batch plant. 3) Use only one liquid admixture to achieve the superplasticized concrete, except where air entrainment is desired, in which case, air entraining admixture to be compatible with superplasticizer admixture. 4) Treated concrete must be capable or maintaining superplastic state in excess of two hours. 5) Dosage as recommended by the manufacturer. d. Additional Requirements 1) Manufacturer to provide proof of successful field use of water- reducing and retarding admixture from recognized laboratories and other authorities. 2) Manufacturer to provide local representative and warehouse facilities,when requested by Owner. 3) Provide qualified concrete technician to assist in concrete mix design, if required. 4) If required, Contractor to acquire approved commercial laboratory testing at no cost to Owner to furnish certification of compliance with this specification. 5) Water reducing a retarding admixtures used in Class A and Class K concrete only, unless other wise specified. 6) Use manufacturer's published recommended dosage for optimum results as minimum requirements. Engineer may vary dosage after analysis of results of local commercial laboratory tests using materials from sources assigned by Contractors. 7) Dispensing and mixing equipment and procedures at batch plant are subject to approval. 3. Coarse Aggregate a. Durable particles of gravel, crushed gravel, crushed blast furnace slag, crushed stone, or combination thereof, conforming to ASTM C33. b. Use clean, durable particles, free from frozen materials, clay, salt, alkali, vegetable matter, or other coating, which would adversely affect strength of concrete or bonding of aggregate to cement paste. 1) Non-Prestressed Concrete aggregate size from No. 4 to 1 '/2-inch. 2) Prestressed Concrete aggregate size from No. 4 to 1-inch. c. The maximum size coarse aggregate to be as indicated above or no greater than three-fourths of the minimum clear spacing between parallel reinforcing bars or prestressing tendons, whichever is smaller. 4. Fine Aggregate a. Natural sand as per ASTM C33. b. Fineness modulus between 2.4 and 2.9. B1001 -4/8 8/4/14 5. Water a. Free from oils, acids, alkalis, organic mater or other deleterious substances, and not containing more than 1,000 parts per million of sulphates. b. Testing not required from municipal supplies approved by Texas Commission on Environmental Quality(TCEQ),but from other sources water will be sampled and tested, at no additional cost to Owner,before use. 6. Slump a. Test method as per ASTM C 143. b. As indicated in Classification Table. 7. Mix Proportioning a. As per Classification Table,based on maximum water-cement ratio and minimum strength requirements,with limits set on minimum cement content. b. Increase cement content above minimum or use approved admixtures, without additional cost to Owner, if type, gradation, or sizes of aggregate being supplied gives concrete mixture not meeting strength and workability requirements. 8. Coring Materials: Per Item"Concrete Structures." B. Nonshrink Grout: Grout to have moderate fluidity and to conform to Corps of Engineers Specification CRD-C 621-82B. C. Pumpable Flowable Backfill: 1. Mix#94564FFP: (Per Knife River—An MDU Resources Company) a. Sand 2450#/CY ASTM C-33 b. Cement 94#/CY ASTM C-150 c. Fly Ash 564#/CY ASTM C-618 d. Eucon Air-40 5 oz/CY ASTM C-680 e. Water 49 gal/CY Municipal B1001 - 5/8 8/4/14 CLASSIFICATION TABLE Max.Water Content(') Min.Comp. Pounds of Gallons of Min.Cement Per Strength(psi) Water/Lb. Water/Bag C.Y.O Slump Range Total Air Content Class-Type 7-Day 28-Day Cement Cement I.h;. Bags ('n.) (/o) A-Structural 2000 3000 0.55 6.25 494 5.25 2%2 to 4% 2'%to 41/2 Asp-Structural(" 2000 3000 0.50 5.65 423 4.50 7 to 10(" 3 to 5 B-Slope 1200 2000 0.75 8.50 400 4.25 2%2 to 4 2Yz Protection C-Pipe Blocking --- 1500 0.97 11.00 282 3.00 3 to 5 3 to 6 D-Seal Slab -- --- --- -- 376 4.00 6 to 8 As needed E-Monolithic 2000 3000 0.55 6.25 564 6.00 4 to 6 3 to 5 Sewer F-Prestressed o' --- 5000 0.51 5.75 635 6.75 2 to 3 As needed G-Prestressed(s' --- 6000 0.49 5.50 658 7.00 2 to 3 As needed K-Structural(6) 2800 4000 0.50 5.65 564 6.00 31/2 to 5 2'hto 41/2 Ksp-Structural(') 2800 4000 0.45 5.00 470 5.00 7 to 10(4) 3 to 5 P-Paving 6-Inch 1800 2800 0.66 7.50 423 4.50 3 to 5 2'/A to 4%z (8) 450(') P-Paving 7-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 4%x (8) • 500(7) P Paving 8-Inch 2000 3000 0.66 7.50 470 5.00 3 to 5 21/2 to 4'/% (s) 550(') *All slump Ranges+'Y2-Inch Tolerance (1) Include in maximum water,free water in aggregate minus absorption of aggregate based on a 30-minute absorption period. (2) For concrete placed under water,minimum cement per cubic yard shall be 611 pounds (6.5 bags). (3) Asp and Ksp to contain approved High Range Water Reducing(HRWR)Admixture. (4) Maximum 2-Inch slump before addition of HRWR Admixture. (5) For prestressed concrete,water-reducing admixture may be used as needed. (6) Use approved water-reducing and retarding admixture. (7) Minimum flexural strength at 7 days. (8) Slump range 1-Inch to 3-Inch when slip form method of construction used. B1001 -6/8 8/4/14 PART 3 —EXECUTION 3.01 MIXING CONCRETE A. General 1. Ready mixed and in accordance with requirements of current ACI Building Codes. 2. Postpone or delay work during adverse weather conditions. 3. Protect dry batch material so that it reaches mixer in a dry condition. 4. Use batch mixer having approved and positive water control, and measuring device for all materials. 5. Continue mixing to ensure uniform distribution of materials,but not less than 1'h minutes after all materials have been introduced into mixer drum. 6. Rotate drum at peripheral speed recommended by mixer manufacturer. 7. Mix and deliver as per ASTM C94. a. Add mixing water at plant. b. Mix concrete in quantities required for immediate use, and discharge at job site within one hour after introduction of cement to aggregate. If Contractor can prove that concrete consistency measured by slump will not be reduced by more than 2-inches when superplasticized concrete is used,time interval between mixing and placing may be extended to a maximum of 90 minutes or to a period in which slump loss will not exceed 2-inches. c. Begin mixing operation within 30 minutes after cement and aggregates intermingled. d. Ready-mixed concrete producer to furnish delivery tickets indicating: 1) Delivery date and time dispatched. 2) Name and location of project. 3) Name of contractor. 4) Name of ready mixed concrete producer. 5) Truck number. 6) Number of cubic yards of concrete in load. 7) Class of concrete. 8) Cement content in bags per cubic yard of concrete. 9) Amount of admixture in concrete, if any. 10) Number of gallons of water in mixture. 11) Air content. 8. Job mix concrete in approved type mixer, and do not load beyond manufacturer's rated capacity. a. Normal Weight Concrete 1) Mix batches of one cubic yard or less for minimum of 11/4 minutes after materials are placed in mixer. 2) Increasing mixing time 15 seconds for each half yard increased over on cubic yard batch. b. Maintain positive batch control equipment to within one percent(1%) accuracy. B1001 - 7/8 8/4/14 c. Clean, maintain, and operate equipment so as to thoroughly mix material as required. d. Hand mixing permitted for small placements only, or in emergencies, as authorized. e. Hand-mixed batches not to exceed a two-bag in volume. 9. Do not mix when air temperature is at or below 40 deg. F (taken in the shade away from artificial heat)and falling, or if likely to fall below 40 deg. F in next 24 hours. 10. To produce concrete with minimum temperature of 50 deg. F,heat aggregate and/or water uniformly as follows: 1) Water temperature not to exceed 180 deg. F, and/or aggregate temperature not to exceed 150 deg. F. 2) Heat mass of aggregate uniformly. 3) Temperature of aggregates and water to be between 50 deg. F and 85 deg. F before introduction of cement. 3.02 INSTALLATION In accordance with other applicable TECHNICAL SPECIFICATIONS. 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in contract price bid for work of which this is a component part. B. Measure"Extra Concrete,"when approved by Engineer,by cubic yard of concrete of class ordered, complete in place. Pay for"Extra Concrete unit price bid per cubic yard for classes of"Extra Concrete"used B1001 - 8/8 10/13/2005 ITEM NO. B3001 -REINFORCING STEEL PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work 1. This Item governs for furnishing and placing of reinforcing steel, deformed and smooth. 2. Furnish chairs, ties, splicing devices, and other reinforcing accessories required to complete the work. 1.02 QUALITY ASSURANCE A. General: Conform to approved shop drawings and to ACI Manual of Practice for Detailing Reinforced Concrete Structures. B. Submittals 1. Submit shop drawings indicating location,placement, sizes, and bending. 2. When welding is required, furnish report of chemical analysis, showing percentages of carbon, manganese,phosphorus, and sulfur. C. Tests: Submit certified copy of mill certificates of compliance with requirements herein specified. 1.03 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Delivery: Deliver to job site free from dirt, loose scale and rust, paint, oil, or other foreign material. B. Storage: Store above surface of ground upon platforms, skids or other supports, and protect from mechanical injury and surface deterioration caused by exposure to conditions producing rust. C. Handling: Handle so as not to sustain crimping,bending, or warping before and during placement. B3001 - 1/4 08/03/2004 PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel 1. Deformed, conforming to ASTM A615, Grade 60. 2. Welded wire fabric conforming to ASTM A185. 3. Cold drawn steel wire conforming to ASTM A82. 4. Spiral reinforcement to be smooth (not deformed) bars or wire complying with ASTM A82. 5. Submit information on mechanical splicing devices, couplers, and all other reinforcing accessories. B. General Requirements 1. Nominal size, area, and theoretical weight in accordance with Table 1, ASTM A615 supplementary requirement. 2. Bending a. Bend in shop, cold,true to shapes indicated on PLANS. b. Irregularities in bending are cause for rejection. c. Detail bars in accordance with ACI 315. d. Inside diameter of bar bends, in terms of nominal bar diameter (d) of bar which is bent, in accordance with ACI 315. 3. Fabrication tolerances in accordance with ACI 315. 4. Splices a. Except where shown, not permitted without prior written approval. b. Not permitted in main reinforcement at points of maximum stress. c. When not indicated on PLANS, but permitted with prior written approval, subject to the following: 1. Not larger than#8 bars. 2. Not permitted in bars 30 feet or less in length, except vertical. 3. Distance center-to-center not less than 30 feet, and no individual bar length less than 10 feet. 4. Maintain specified concrete cover and tie bars together securely. 5. Stagger main bar splices in adjacent bars minimum of two splice lengths. d. Lap Splices 1. See General Notes in PLANS for'standard bar lap lengths. 2. Lap bars so that both bars will be in the same plane parallel with the nearest concrete surface. e. Welding Splices 1. Procedures and electrodes as specified in AWS D12.1. B3001 -2/4 08/03/2004 2. For bars No. 6 and smaller, use lap weld splices with fillet weld equal to one-half bar diameter on each side for four inches in length. 3. For bars No. 7 and larger, use butt weld splices in accordance with Figure 3.5, AWS D12.1 4. Prepare ends for butt-welding in the field, and deliver bars of sufficient length to permit this practice. f. All splices,whether lap,weld, mechanical, or coupler,to develop full strength of bar. PART 3 - EXECUTION 3.01 INSTALLATION A. Place reinforcing steel in positions indicated by PLANS and approved shop drawings. 1. Dimensions shown are to centers of bars, unless otherwise noted. 2. Hold bars securely in place with tie wires and other approved means during placing of concrete. a. In plans of steel parallel to nearest surface of concrete, bars not to vary from PLAN placement by more than one-twelfth of spacing between bars. b. In plans of steel perpendicular to nearest surface of concrete,bars not to vary from PLAN placement by more than one-quarter inch. 3. Do not use looped wire bar ties ("pig tails"). 4. Do not tack weld reinforcing. 5. Space steel required distance from forms by approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved precast mortar or concrete blocks. a. For approval of plastic spacers, provide samples of plastic,which show no indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. b. Cast precast block, maximum 2-1/2 inches square, to thickness required for proper reinforcement clearance from forms. 6. Use hot-dipped galvanized metal or plastic chairs to support all reinforcing steel. Except for use with pavement steel, chairs need not be galvanized. 7. Use heavy bolster to support bottom layer of reinforcing in abutment caps,bent caps, and other beams. 8. In bridge deck slab, use two rows of supports for bottom layer of reinforcing parallel to beams for each by between beams. Use high chairs to support top layer. 9. Clean all mortar, mud, dirt, etc. from reinforcement before placing concrete. B3001 - 3/4 08/03/2004 10. Protect exposed steel from corrosion. 11. Placement of steel to be inspected before concrete is placed. 3.02 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item, except as indicated below. Include cost of same in Contract unit prices bid for items of which this work is a component part. B. Measure "Extra Reinforcing Steel," when approved by Engineer, by pound of calculated weight of steel actually placed. Pay for "Extra Reinforcing Steel" at Contract unit prices bid per pound of"Extra Reinforcing Steel"used. B3001 -4/4 ITEM NO. B3005—CONCRETE CONSTRUCTION PART 1 - GENERAL 1.01 DESCRIPTION A. Scope of Work 1. Construction of concrete structures, except concrete pavement. 2. Contractor assumes responsibility for design of concrete. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 QUALITY ASSURANCE Make test specimens to maintain check on concrete strength throughout job. 1.03 SUBMITTALS Submit designs for strength. PART 2- PRODUCTS 2.01 MATERIALS A. Concrete: Ready mixed conforming to ASTM C94 or site mixed. 1. Cement a. ASTM C150,Type I. b. Use no caked cement. c. Deliver in bags for site-mixed concrete. d. Use only one brand of cement in any one structure. 2. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 3. Coarse Aggregate a. Per ASTM C33. b. Maximum size 1 '/2 inch. 4. Fine Aggregate: Natural sand conforming to ASTM C33. 5. Admixtures: Air-entraining admixtures in accordance with ASTM C260. 6. Classification: B3005 - 1/5 Class Type Min.28-day Max.Water Min.Cement Consistency Air Content Compressive Content per (bags per cu. Range in (%) Strength (lbs. bag of Cement yard) Slump(in.) per sq.in.) (gal.) A Structural 3,000 6.25 5.25 21/2 to 4'Y2 21/2 to 41/2 B Slope 2,000 8.50 4.25 21/2 to 4 21/2 Protection Pipe 1,500 11.0 3.0 3 to 5 3 to 6 Blocking D Seal Slab - - 4.0 6 to 8 as needed Include in maximum water, free water in aggregate minus absorption of aggregate based on a thirty-minute absorption period. B. Reinforcing Steel: 1. Bars a. Per ASTM C150, Type I. b. Grade 40 or Grade 60 (deformed). 2. Welded Wire Fabric: Per ASTM A185. C. Expansion Joint: Preformed rubber or cork conforming to ASTM D1752. D. Curing Material: 1. Water: Free from oils, acids, alkalis, organic matter, salts, or other deleterious substances. 2. Cotton Mats: Filling material of cotton "bat" (min. 12 oz. per sq. yd.) with unsized cloth covering(min. 6 oz. per sq. yd.) E. Timber: Seasoned, of good quality and free from loose or unsound knots, knot holes, twists, shakes, or decay. F. Non-shrink Grout: Premixed grout which is non-metallic, non-corrosive and non- staining; containing specially selected silica sands, cement, shrinkage compensating agents, plasticizing and water reducing agents. 1. Conform to requirements of Corps of Engineers CRD-CR621-82B. 2. Yield of 0.9 cubic foot to 1.0 cubic foot per 100 pounds. 3. Mixing water per 100 pounds. a. Stiff: 2 gallons b. Plastic: 21/4 gallons c. Flowable: 2Y2 gallons 4. Minimum 28-day compressive strength of 8,000 psi. 5. Maintain grout temperature during placement between 50°F and 90°F. G. Polyethelene Film for Permanent Moisture Barrier: Minimum thickness .006 inch (six Mils) and high impact-strength rating. B3005 - 2/5 H. Concrete Bonding Agent: "Daraweld-C" as manufactured by W.R. Grace and Co., or "Bond Crete-S"as manufactured by Burke Concrete Accessories,Inc. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Forms 1. Timber: Mortar tight; smooth surface; true to line and grade and adequately braced. 2. Provide plywood or masonite surfaces for concrete faces to be rub finished. B. Mixing Concrete 1. Mix and deliver in accordance with ASTM C94. 2. Clean and maintain equipment for good operation. 3. Job-mix concrete in approved type mixer for minimum of 1'/2 minutes for 1 cubic yard batch. Add 15 seconds for each half yard increase over 1 cubic yard batch. 4. Do not mix when air temperature is 40°F and falling. C. Placing Concrete 1. General Requirements: a. Give notice before placement. b. Place in daylight hours. c. Discharge within one (1)hour after start of mixing. 2. Handling and Transporting: a. Use method to prevent segregation. b. Use buckets, chutes,buggies,pipes, or troughs. c. Protect against sun and wind, to prevent loss of slump and workability. d. Use of aluminum equipment not permitted. 3. Depositing: a. Continuous horizontal layers 12 inches thick. b. Limit free fall to 5 feet. c. Use tremies for free fall over 5 feet. d. Minimum temperature of all concrete at time of placement to be not less than 50°F. e. Concrete temperature at time of placement not to exceed 85°F, plus a maximum tolerance of 5°F. f. Use retarding agent for air temperatures above 85°F. g. Provide thermometer for temperature verification. h. Concrete work varying from requirements specified will be rejected. D. Curing Concrete 1. Cure for six consecutive curing days, except for high-early-strength concrete. 2. Cure high-early-strength concrete for three consecutive curing days. B3005 - 3/5 3. "Curing Day" is a calendar day whose temperature is above 50°F for at least 19 hours. E. Form Removal 1. Remove forms under slabs,beams, or girders after seven days. 2. Remove all other forms after two days. F. Patching Concrete: Patch honeycomb and tie holes. G. Defective Work: Repair or replace at Contractor's expense immediately after form removal. H. Slab Finish: Wood float, or steel trowel as designated on PLANS. I. Rub-Finished Surfaces 1. Rub-finish exposed vertical and battered surfaces from 6 inches below final ground line of low water to top. 2. No rubbing required for structures extending 12 inches or less above ground or water. 3. Provide two rubbings: a. First with No. 16 carborundum stone. b. Second with No. 30 carborundum stone. 4. Finish to provide clean, smooth,uniform surface. J. Grout: One part Portland cement to two parts sand,by weight. K. Construction Joints: As shown or as approved. L. Reinforcing Steel 1. Bend, clean,place and tie in accordance with ACI Standards. 2. Splice bars only at locations shown on PLANS. 3. Lap bars in accordance with table shown on "Concrete Standards" sheet or as indicated or noted on drawings. M. Cleanup: Clean area from time to time during construction and clean area completely after completion of work. 3.02 MEASUREMENT AND PAYMENT A. No separate payment for work performed under this Item except as indicated below. Include cost of same in Contract price bid for work of which this is a component part. B. "Extra Concrete", when approved by Engineer, to be measured by cubic yard of concrete, complete in place. Pay to be at Contract unit Price per cubic yard for classes of"Extra Concrete"used. B3005 -4/5 C. "Extra Reinforcing Steel", when approved by Engineer, to be measured by pound of calculated weight of steel actually place. Pay to be at Contract unit price per pound of "Extra Reinforcing Steel"used. END OF ITEM B3005 - 5/5 Std. 08/03/2004 ITEM NO.J3001B-STORM SEWER MANHOLES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: This item governs for construction of reinforced concrete manholes for storm sewer lines. B. Work Specified Elsewhere: 1. Reinforcing Steel: Item No. B3001 - "Reinforcing Steel." 2. Concrete: Item No. B1001 - "Concrete." 3. Storm Sewer Pipe and Fittings: See applicable Item for type used, or as shown on PLANS. PART 2 -PRODUCTS 2.01 MATERIALS A. Cast Iron. ASTM A-48, Class No. 20 grey cast iron. Make cast iron manhole frames and covers to dimensions shown on detail drawings. Castings shall be free from sand, blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing. Cast wording"Storm Sewer" on cover. B. Mortar. ASTM C-270,Type M using Portland Cement. C. Aggregate for Mortar. ASTM C-144. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Construct manholes on concrete foundations of shape and size indicated on PLANS. Construct to line and grade and at locations shown on PLANS or as directed by Engineer. Terminate storm sewer pipes and leads such that ends of pipe protrude inside of manhole. Cut pipe ends flush with inside of manhole and point up irregularities with mortar. B. Backfill all manhole excavations located within 5 feet of existing or future pavement with cement-stabilized sand to a point one(1) foot below top of pavement or natural ground, whichever is higher. For manholes located in other areas, backfill with trench excavated material. Compact layers in 12-inch lifts to a density equal to that J3001B - 1/2 Std. 08/03/2004 of the surrounding soil. 3.02 MEASUREMENT AND PAYMENT A. Measure "Standard Storm Sewer Manholes" per each being 0'-8' in depth. Measure "Extra Depth on Standard Storm Sewer Manhole per foot over 8 foot depth. B. Pay for "Standard Storm Sewer Manhole" at Contract unit price per each. When indicated in the PROPOSAL, pay for "Extra Depth on Standard Storm Sewer Manhole" at Contract unit price per foot. J3001B -2/2 10/13/2005 ITEM NO. J3006 - CEMENT- STABILIZED SAND BACKFILL PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Furnish all plant, labor, equipment, supervision, and tools for the furnishing and installation of Cement-Stabilized Sand Backfill as shown on PLANS or as indicated in other items of the TECHNICAL SPECIFICATIONS. B. Related Work Specified Elsewhere: Per Item No. J2001 - "Construction of Underground Lines" for compaction requirements for sanitary sewers, storm sewers, and waterlines. PART 2 - PRODUCTS 20.1 MATERIALS A. Aggregate: Use sand containing deleterious materials not to exceed the following requirements,by weight. Material removed by decantation 5.0% Clay lumps 0.5% Other deleterious substances such as coal, shale, coated grains of soft flaky particles 2.0% Gradation Requirements: Retained on 3/s-inch sieve 0% Retained on 1/4-inch sieve 0% - 5% Retained on 20-mesh sieve 15% - 50% Retained on 100-mesh sieve 80% - 100% Color test ASTM C40 - Color not darker than standard color. B. Cement: ASTM C150- Type I. C. Water: Fresh and clean. J3006 - 1/2 11/18/03 PART 3 -EXECUTION 3.01 MIXING Use minimum of 1-1/2 sacks of cement per cubic yard of mixture. Use amount of water required to provide mix suitable for mechanical hand tamping and mix in approved mixer. Stamp tickets at plant with time of loading. Material not in place within one and one-half hours after loading of that has obtained an initial set will be rejected and removed from the site. 3.02 PLACING Place around abutment, wingwalls, structures, inlets, and manholes where indicated only after they have cured at least four days. Place around fiberglass manholes as specified in Item No. J3019 - "Fiberglass Manholes". Place in 4-inch layers and compact each layer with approved power-driven hand tampers. Place in pipe trenches as specified in Item No. J2001 -"Construction of Underground Lines." 3.03 MEASUREMENT AND PAYMENT A. No separate measurement and payment for work performed under this Item. Include cost of same in Contract price bid for items of which this work is a component part. B. "Extra Cement-Stabilized Sand Backfill," when approved by Engineer, to be measured by cubic yard compacted in place. Pay for "Extra Cement-Stabilized Sand Backfill"at Contract unit price bid. J3006 - 2/2 Std. 10/13/2005 ITEM NO. J3016 -INLETS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: Construction concrete inlets to type, shape, size, line, grade, and location(s) shown on PLANS. B. Related work as specified in Item No. J2001 - "Construction of Underground Lines", Item No. J3011 - "Reinforced Concrete Pipe", Item No. B1001 - "Concrete", or as called for on PLANS, or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Steel: Grade 60 deformed bars conforming to ASTM A615. B. Cast Iron: Per ASTM A48. Make frames and covers to dimensions indicated on PLANS, free from sand or blow holes or other defects. Machine bearing surfaces of frames and covers to obtain even bearing.. C. Concrete: Ready-mixed concrete conforming to ASTM C94. PART 3 - EXECUTION 3.01 CONSTRUCTION Construct inlets to line and grade at locations shown on PLANS. Cut inlet leads flush with inside face of inlet wall and point up with mortar. Shape invert with grout or mortar as shown on detail drawings in the PLANS. Backfill excavation adjacent to inlet with cement-stabilized sand within 12 inches of proposed finished grade or bottom of pavement .Remainder of fill behind curb to be select material from trenching or other operation or as indicated on the PLANS. Bring tamped backfill to grade and compact to a density of 95 percent of maximum in accordance with ASTM D698. 3.02 MEASUREMENT AND PAYMENT A. Measure "Inlets" per each type indicated in the PROPOSAL and shown on PLANS. The standard depth of"Inlet" is 4.0 feet measured from invert to top of inlet. Measure "Extra Depth on Inlet" per foot of depth or fraction thereof in excess of 4.0 feet as stated above. B. Pay for"Inlet" at Contract unit price bid for individual type or stage inlet construction. When indicated in the PROPOSAL, pay for "Extra Depth on Inlet" at Contact unit J3016 - 1/2 Std. 10/13/2005 price bid for individual type or stage of inlet construction, complete in place. This payment in addition to payment for standard depth "Inlet" of individual type. Such payment shall be full compensation for all work described herein. J3016 -2/2 1/19/01 ITEM NO. K3001 —CEMENT-STABILIZED CRUSHED STONE BASE PART 1 —GENERAL 1.01 DESCRIPTION This Item shall govern for the construction of a portland cement treated base course, composed of new flexible base material, cement and water, mixed at a central mixing plant, and constructed in accordance with the typical sections, lines, grades and thickness as shown on the plans or as established by the Engineer and with the requirements herein. 1.02 QUALITY ASSURANCE A. Submit sample of crushed stone to an approved testing laboratory for review and testing. B. Submit laboratory density test results for cement-stabilized crushed stone mixture. C. Submit field density check test results for cement-stabilized crushed stone mixture. PART 2—PRODUCTS 2.01 MATERIALS Materials shall conform to the requirements shown on the plans and to the following requirements. A. Flexible Base: 1. General. All types shall meet the physical requirements for the specified grade(s) as set forth in Table 1. a. Additives, such as, but not limited to, lime, cement or fly ash, shall not be used to alter the soil constants or strengths shown in Table 1, unless otherwise shown on the plans. b. Unless otherwise shown on the plans, the base material shall have a minimum Bar Linear Shrinkage of 2 percent as determined by Test Method Tex-107-E, Part II. c. The flexible base shall be one of the following types, as follows: 2. Type A. Type A material shall be crushed stone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source. Crushed gravel or uncrushed gravel shall not be acceptable for Type A material. No blending of sources and/or additive materials will be allowed in Type A material. 3. Type B. Type B material shall be crushed or uncrushed gravel. K3001 — 1/5 Std. 1/19/01 4. Type C. Type C material shall be crushed gravel. Unless otherwise shown on the plans, crushed gravel shall have a minimum of 60 percent of the particles retained on the No. 4 sieve with two (2) or more crushed faces as determined by Test Method Tex-460-A, Part I. 5. Type D. As shown on the plans. TABLE 1 PHYSICAL REQUIREMENTS GRADE I GRADE 2 GRADE 3 Triaxial Class 1: Min. Triaxial Class 1 to 2.3: Triaxial Class- compressive strength, Min.compressive strength,psi: 35 Unspecified psi: 45 at 0 psi lateral at 0 psi lateral pressure and 175 at pressure and 175 at 15 psi 15 psi lateral pressure lateral pressure Master Grading Master Grading Master Grading 1-3/4" 0 2-1/2" 0 2-1/2" 0 7/8" 10-35 1-3/4" 0-10 1-3/4" 0-10 3/8" 30-50 No.4 45-75 No.4 30-75 No.4 45-65 No.40 60-85 No.40 50-85 No.40 70-85 Max LL 35 Max LL 40 Max LL 40 Max PI 10 Max PI 12 Max PI 12 Wet Ball Mill Wet Ball Mill Wet Ball Mill Max 40 Max 45 Max 50 Max increase in Max increase in Max increase in passing passing Passing No.40 20 No.40 20 No.40 20 GRADE 4 GRADE 5 GRADE 6 Triaxial Class Triaxial Class Unspecified Unspecified Master Grading Master Grading As Shown on the Plans 1-3/4" 0 1-3/4" 0 No.4 45-75 No.40 50-85 No.40 50-85 Max LL 40 Max LL 40 Max PI 12 I Max PI 12 Notes: 1. Gradation requirements are percent retained on square sieves. 2. When a magnesium soundness value is shown on the plans the material will be tested in accordance with Test Method Tex-411-A. 3. When lightweight aggregates are used,the wet ball mill requirements will not apply and the lightweight aggregate shall meet the Los Angeles Abrasion,Pressure Slaking and Freeze Thaw requirements of Item 303,"Aggregate for Surface Treatment(Lightweight)". K3001 —2/5 Std. 1/19/01 6. Testing of flexible base materials shall be in accordance with the following TXDOT standard laboratory test procedures: Moisture Content Tex-103-E Liquid Limit Tex-104-E Plasticity Index Tex-106-E Bar Linear Shrinkage Tex-107-E Sieve Analysis Tex-110-E Moisture-Density Determination Tex-113-E Roadway Density Tex-115-E Wet Ball Mill Tex-116-E Triaxial Tests Tex-117-E (Part I or II as selected by the Engineer) Particle Count Tex-460-A,Part I Samples for testing the base material for triaxial class, soil constants, and gradation and wet ball mill will be taken prior to the compaction operations. B. Cement: ASTM C150, Type I. C. Water: Clean, fresh water. 2.02 MIX DESIGN A. Cement content will be selected by the Engineer based on compressive strength tests provided by the Contractor so as to meet the strength as shown on the plans. When Strength L, M or N is shown on the plans, compressive strength conforming to the requirements in Table 1 will be determined by mix design test provided by the Contractor on laboratory prepared samples in accordance with Test Method Tex-120- E. B. When material properties or sources change, the Engineer may require the Contractor to provide additional mix design tests and adjust the cement content as required. TABLE 1 STRENGTH REQUIREMENTS Strength Minimum Design Allowable Cement Compressive Strength Content% Strength L 750 psi 4-9 Strength M 500 psi 3-9 Strength N As shown on plans Strength 0 No strength specified As shown on the plans K3001 —3/5 Std. 1/19/01 2.03 MIXING A. The cement, base material, and water shall be thoroughly mixed in a stationary plant. After mixing is completed, no additional water shall be added to the mixture unless otherwise approved by the Engineer. B. Cement—stabilized crushed stone containing mud balls, clay, organic matter or other undesirable properties not accepted. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Cement treated material shall be placed only on that area where the compacting and finishing operations can be completed during the same working day. 13. Finish subgrade preparation prior to delivery of base course. C. Base course shall not be placed when air temperature is below 40°F or if other adverse weather conditions exist. D. Spread, blade, drag, and compact mixed base course material to conform to typical sections shown. Where curb and gutter is required, handle steel and conduct compaction operations such that steel is in the proper position upon compaction of base. Materials to be placed in two or more lifts not to exceed 4-inches in thickness. Lifts to be carried on as a continuos operation so that a monolithic thickness is achieved. Correct or remove areas and "nests" of segregated course or fine material and replace with well-graded materials. Take care to insure that the base course is uniformly placed to the thickness shown on PLANS. Areas not meeting plan thickness within plus or minus 'h-inch to be corrected at Contractor's expense. E. Compact base with approved tamping and pneumatic rollers. Blade and work material during rolling operations to maintain shape of required cross-section and grade. Continue rolling until materials are firmly and uniformly compacted and do not yield or move when roller is operated over base course. Remove material and replace in any area that will not compact after a reasonable amount of rolling. F. Compact material to a uniform density of at least 95 percent AASHTO T180 density. Maintain moisture content at optimum percentage during compaction operations. Density to be acquired within 4 hours after addition of cement to mix. K3001 —4/5 Std. 1/19/01 G. Finish surface by blading and sealing with approved pneumatic or flat-wheel rollers. Place vertical construction joints where there will be a difference in placing time of 3 hours between compacting operations, and at the end of each day. H. Correct immediately any deviation from plane surface exceeding on quarter inch in 16-feet, by loosening, adding or removing material reshaping and recompacting by sprinkling and rolling. I. Moist-cure base for minimum of 3 days before placing surfacing. Allow no traffic on completed base during curing period. Maintain base course in good condition until subsequent surface is applied. 3.02 MEASUREMENT AND PAYMENT Measure "Cement-Stabilized Crushed Stone Base" by square yard compacted in place to specified thickness. Pay for "Cement-Stabilized Crushed Stone Base," complete in place at Contract unit price. K3001 —5/5 Std. 10/13/2005 ITEM NO. K3003 - LIME-STABILIZED SUBGRADE PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Preparation and treatment of subgrade by addition of hydrated lime or lime slurry when plasticity index exceeds 20, mixing and compacting to required lines, grades, and typical sections. Treatment applies to natural ground, cut sections, embankments, or existing subgrade. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. 1.02 DELIVERY, STORAGE, AND HANDLING A. Store and handle lime in weatherproof containers,bins, or buildings. Protect lime from any dampness or moisture until distribution on subgrade. B. Weigh lime furnished in trucks on approved scales. C. Lime furnished in bags to bear manufacturer's certified weight. Bags varying more than±5 percent from average bag weight may be rejected. PART 2—PRODUCTS 2.01 MATERIALS A. Hydrated Lime: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition,Item"Lime Treatment(Road-Mixed)". B. Commercial Lime Slurry: Conforming to requirements of Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004 Edition, Item"Lime Treatment(Road-Mixed)". K3003 - 1/3 Std. 10/13/2005 PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation: Prior to placing lime treatment, shape subgrade to elevations indicated on PLANS by scarifying or excavating soil with proper machinery. Correct unstable or loose material at given cross-section depths by removal of such material. Backfill voids with approved select material and compact to indicated grades. B. Placing: Place lime only on areas where mixing operations can be completed in same workday. Spread lime uniformly over subgrade by "dry placing" or "slurry placing" methods described herein. 1. Dry Placing: Spread lime with approved spreader or by bag distribution. Do not spread with maintainer or motor grader. Do not spread lime during windy or other adverse weather conditions. 2. Slurry Placing: Mix lime with water in trucks and place mixture or slurry using approved distributor. Make successive passes over measured section of roadway until proper lime content has been secured. Furnish truck with approved agitator which will keep lime and water uniformly mixed. Do not change grade of slurry without prior approval. C. Mixing: Mixing procedure to be same for either "dry placing" or "slurry placing". Obtain uniform mixture and moisture content. 1. First Mixing: Thoroughly mix soil and lime to required depth, using approved pulver-type road mixer. Mix until homogeneous, friable mixture of lime and soil is obtained, free of clods or lumps. Add water by sprinkling until proper moisture content is obtained, then cure from 1 to 2 days as required. Keep moist during curing period prior to final mix. 2. Final Mixing: Uniformly mix, after proper curing, using approved pulver-type road mixer. Reduce all clods and lumps by pulverization methods such that, when all non-slaking aggregates (sound or firm particles) retained on 3/4-inch sieve are removed, remainder of material meets following requirements when tested dry by laboratory sieves: Percent Minimum Passing 13/4-inch Sieve 100 Minimum Passing 3/4-inch Sieve 85 Hydrated lime exposed to open air for period of 6 hours or more, or to excessive loss due to washing or blowing between time of application and mixing, will not be accepted for payment. 3. Required amount of water necessary to provide optimum moisture to be added uniformly and mixed thoroughly with lime and soil. K3003 -2/3 Std. 10/13/2005 D. Compaction: Begin compaction immediately after final mixing. Maintain moisture content at or near optimum to achieve compaction. Where total compacted thickness is to be greater than 8 inches, spread and compact material in two or more approximately equal layers. Uniformly compact for entire required depth using approved tamping rollers. Compact treated material in such manner that it will not be mixed with underlying subgrade material. Correct all irregularities or weak spots immediately by replacing material and recompacting. Maintain surface in smooth condition until base course is placed. Acquire density of at least 95 percent as determined by AASHTO Standard Method T-99-81. Use pneumatic-type roller for final surface rolling. Moist-cure completed subgrade section for minimum of 4 days before placing pavement. 3.02 MEASUREMENT AND PAYMENT A. Measurement 1. Measure "Compacted Subgrade" of depth specified when stabilized with lime by the square yard of surface area to a point 2 feet beyond back of curb or edge of pavement. 2. Measure manipulation of lime during stabilization of subgrade by the square yard of subgrade actually stabilized. 3. Measure lime as follows: a. Hydrated Lime: Measure by ton of 2,000 pounds, dry weight. b. Commercial Lime Slurry: Measure by ton of 2,000 pounds of lime "dry solids" in slurry. Calculate quantity of lime from required minimum percent solids for grade used. 1) Grade 1: At least 31 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds,based on 31 percent lime content. 2) Grade 2: At least 35 percent by weight of slurry and calculate quantity of lime by ton of 2,000 pounds,based on 35 percent lime content. B. Payment 1. Pay for "Compacted Subgrade" at Contract unit price per square yard of compacted subgrade of depth specified. 2. Pay for"Manipulation of Lime for Stabilized Subgrade" at Contract unit price per square yard of manipulation of lime for stabilized subgrade. 3. Pay for"Lime"at Contract unit price per ton of lime used for stabilizing subgrade. 4. In the event that completion of subgrade is delayed or postponed by adverse weather or wet soil conditions, no separate pay will be made to the Contractor to make the subgrade meet specifications. K3003 - 3/3 08/03/2004 ITEM NO. K3007 -REMOVAL OF EXISTING PAVEMENTS AND CURBS PART 1 - GENERAL 1.01 DESCRIPTION A. Scope: Remove existing concrete and/or asphalt pavement and concrete curbs as indicated on PLANS. B. Related work as called for on PLANS or specified elsewhere in this or other TECHNICAL SPECIFICATIONS. PART 2—PRODUCTS Not applicable to this Item. PART 3—EXECUTION 3.01 METHOD OF REMOVAL A. Remove pavements and curbs by methods that will not damage existing underground utilities or existing surface facilities that will remain in service adjacent to work area. In areas where only a portion of existing concrete is to be removed, special care is to be exercised to avoid damage to portions of concrete remaining in place. B. Existing concrete to be cut to the neat lines as shown on PLANS. Existing concrete beyond the established neat lines, which is damaged or destroyed by these removal operations to be replaced at Contractor's expense. C. Provide clean break from existing pavement that will remain in place with a sawed joint. Saw joint along break line with a power driven concrete pavement saw. Cut groove to a minimum depth of 2 inches on concrete surface or 3/4 inch on asphalt surfaces. Break and remove all unwanted pavement and curb. Cut exposed pavement reinforcement to remain in place, as necessary, to provide sufficient length as dowel bars. D. Unless shown on PLANS, excavations for the removal of pavement or curbs to be backfilled to grade with excavated material compacted to a density equal to density of material inside of trench. K3007 - 1/2 08/03/2004 E. Unless shown on PLANS, all materials removed except inlet frames and grates, manhole frames and covers, and salvageable utility pipe and fittings to become property of Contractor. Remove and dispose material at locations off jobsite in such a manner so as not to cause damage to Owner or any individual. 3.02 MEASUREMENT AND PAYMENT A. Unless otherwise indicated, no separate payment for work performed under this Item if noted as such in PLANS. Include cost of same in Contract price for work of which this is a component part. B. When indicated in the PROPOSAL, measure removal of existing pavement and/ or curbs or curbs and gutters as indicated below. Pavement to be made at Contract price bid for the following items as applicable. Such payment to be full compensation for all work described herein, including removal of curbs and/or gutters. 1. Pay for"Removal of Existing Concrete Pavement"at contract price bid per square yard. 2. Pay for "Removal of "Existing Asphalt Pavement" at contract price bid per square yard. 3. Pay for "Removal of Existing Concrete Pavement with Asphalt Overlay" at contract price bid per square yard. 4. Pay for"Removal of Existing Concrete Curb"at contract price bid per linear foot. K3007 - 2/2 Std. 10/08/2008 ITEM NO. K3015 -FLEXIBLE BASE, CRUSHED STONE PART 1 - GENERAL 1.01 DESCRIPTION Extent of Work: Furnish and install a base course of crushed stone, constructed on a prepared subgrade, and conforming to the lines, grades, thickness, and typical sections shown on PLANS and per the TEXAS DEPARTMENT OF TRANSPORTATION 2004 STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS AND BRIDGES. PART 2—PRODUCTS Obtain material from approved sources and consisting of durable particles of stone with approved binder materials. Submit samples for testing. Processed material,when properly staked and tested by standard laboratory methods, to meet following requirements: TABLE 1 MATERIAL REQUIREMENTS Property Test Method Grade 1 Grade 2 Grade 3 Grade 4 Master gradation sieve size(%retained) 2-1/2 in. — 0 0 1-3/4 in. 0 0-10 0-10 As shown 7/8 in. Tex-110-E 10-35 — — on the plans 3/8 in. 30-50 — — No.4 45-65 45-75 45-75 No.40 70-85 60-85 50-85 Liquid limit,%max.' Tex-104-E 35 40 40 As shown on the plans As Plasticity index,max.' 10 12 12 shown Tex-106-E on the plans Plasticity index,min.' As shown on the plans Wet ball mill,%max.' 40 45 — Wet ball mill,%max. Tex-1 16-E As shown increase passing the 20 20 — on the plans No.40 sieve Classification' 1.0 1.1-2.3 — As shown on the plans Min.compressive strength;,psi Tex-117-E As shown lateral pressure 0 psi 45 35 — on the plans lateral pressure 15 psi 175 175 — 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the plans,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the plans. K3015 - 1/3 Std. 10/08/2008 MATERIAL TYPES. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following. TYPE A Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. TYPE B Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. TYPE C Crushed gravel with a minimum of 60%of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex-460-A, Part I. Blending of 2 or more sources is allowed. TYPE D Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.A.3.b, "Recycled Material (Including Crushed Concrete) Requirements,"and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. TYPE E As shown on the plans. PART 3 —EXECUTION 3.01 CONSTRUCTION METHODS A. Preparation: Finish subgrade preparation in conformance with typical sections shown on PLANS and other applicable items of Technical Specifications prior to delivery of base course. B. Placement and Compaction: Deliver material in approved vehicles of uniform capacity. Spread and shape material deposited on same day to thickness and cross section that will provide required minimum thickness and section after compaction. In the event inclement weather or other unforeseen circumstances render impractical spreading of material during first 24-hour period, scarify and spread material as required. Sprinkle material, if required and blade, drag and shape to conform to typical sections as shown on PLANS. Correct or remove and replace areas and "nests" of segregated coarse or fine material with well-graded material. Then sprinkle coarse as required and compact to extent necessary to provide a minimum of 95 percent K3015 - 2/3 Std. 10/08/2008 AASHTO T 180-74 density at or near optimum moisture content. Compact full depth of flexible base as shown on PLANS to the extent necessary to remain firm and stable under construction equipment. After each section of the flexible base is completed, tests as necessary. If the materials fail to meet density requirements, rework as necessary to meet requirements. Throughout entire operation, shape coarse by blading. Surface upon completion to be smooth and conform to typical section shown on PLANS and to establish lines and grades. Correct all irregularities, depressions or weak spots immediately by scarifying the areas affected, adding suitable material as required, reshaping and recompacting by sprinkling and rolling. If base coarse, due to any reason or cause, loses required stability, density and finish before the surfacing is complete,recompact and refinish at the sole expense of the Contractor. Use sheep foot, steel or pneumatic rollers, or a combination for compacting the material to the density previously indicated. Start rolling operations as soon as possible after material is spread. Roll longitudinally with subgrade and, if required by Engineer, roll diagonally or crosswise to direction of first rolling. Roll until material is firmly and uniformly compacted and does not yield or move when the roller is operated over base course. Remove and replace any material that will not compact as outlined above. After base material has been firmly compacted, sprinkle with water and slush roll. Sprinkle and slush roll until surface is sealed and hard, and acceptable to Engineer. Cure base course for a minimum of 72 hours prior to surface course application. 3.02 MEASUREMENT AND PAYMENT A. Measure by square yard at thickness specified on PLANS. Any compacted base found not meeting this thickness to be removed and replaced at sole expense of Contractor. B. Pay for "Crushed Stone Flexible Base" Contract unit price per square yard, Complete in Place, which price shall be full compensation for furnishing all materials, equipment, labor, tools, water and incidentals necessary to complete work K3015 - 3/3 10/13/2005 ITEM NO. K3101 - CONCRETE PAVEMENT PART 1 -GENERAL 1.01 DESCRIPTION Extent of Work: This Item governs for construction of concrete pavement for roadways, driveways, turnouts, and concrete curbing. Unless specified otherwise in preceding Special Provision or on PLANS, pavement to conform to residential requirements. 1.02 WORK SPECIFIED ELSEWHERE A. Roadway Preparation: Item No. K3203 "Roadway Excavation" or Item No. K3203 "Roadway Excavation and/or Embankment(Station Grading)" B. Concrete: Item No. B 1001 "Concrete." C. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." 1.03 QUALITY ASSURANCE A. Submittals: For samples, mix designs, tests, and reports, see Item No. B1001 "Concrete." B. Standard Beam Test: See Item No. B1001 "Concrete." C. Core Samples: One core to be taken for each 1,000 square yards of finished pavement (minimum one core per street). Each core to be tested for thickness and compressive strength. PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Item No. B1001 "Concrete." Thickness as shown on PLANS or in Proposal. B. Reinforcing Steel: Item No. B3001 "Reinforcing Steel." Bar size and type as shown on PLANS. C. Expansion Joint Material: To be in accordance with section and location as shown on PLANS. K3101 - 1/10 10/13/2005 1. Fillers a. Premolded 1) Asphalt filler board per ASTM D994-71. 2) Premolded joint material per ASTM D1751-73. b. Wood 1) Redwood: Heart, clear; maximum weight per cubic foot when oven dried to constant weight to be 30 pounds. 2) Other materials may be used with prior approval or Engineer. c. Hot poured: Per ASTM D1190-74. Also to be used in other type of joints as required. Other materials may be used with prior approval of Engineer or as directed on the PLANS. 2. Load Transmission Devices: To be of type and size shown on PLANS. D. Forms 1. Pavement a. Wood Forms: (Used only in residential construction) to be 2X material, free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Use precautionary methods to prevent leakage of mortar through of under side forms. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of completed pavement. b. Metal Forms: Use metal forms approved shape and section. Preferred depth of form to be equal to required edge thickness of pavement. Forms with depths greater or less than 1 inch of pavement thickness, may be used. Forms with less depth than pavement thickness to be brought to required depth by securely attaching wooden planks of approved section and size to bottom of form. Use forms section at least 10 feet in length, and provide for staking in position with not less than 3 pins. Use forms of adequate strength to withstand machine loads without visible springing or settlement. Use forms free from warps, bends and kinks, and sufficiently true to provide a straight edge on concrete. Top of each form section, when tested with a straight edge, to conform to the requirements specified for the surface of the completed pavement. Use flexible or curved forms of wood or metal of proper radius for curves of 200-foot radius or less. 2. Curbs a. Wood or Metal: Wood or metal curb forms to be of approved section, straight and free of warp. Outside curb forms to have a depth at least 1/2-inch K3101 -2/10 10/13/2005 greater than height of curb. Rigidly attach inside curb forms (if required) to outside forms. b. Machine Laid: Equipment to conform to the requirements as specified under Paragraph 3.01 CONSTRUCTION. Use flexible or curved forms of wood or metal of proper radius for curves but not to exceed radius recommended by curb machine manufacturer. E. Metal or Plastic Supports: Supports for reinforcing steel to be either metal or plastic of approved shape and size, and spacing to conform to details shown on PLANS. F. Materials for Curing 1. Burlap: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 2. Cotton Mats: Mats to be in good condition, clean, and free of any substance, which would have deleterious effect on concrete. 3. Waterproof Paper: Per ASTM C171-69. 4. Membrane Curing Compounds: Conform to ASTM C309-74. 5. White or clear Polyethylene Sheeting: Sheet having thickness not less than 4 mils (.004 inch). G. Grouting 1. Material and mixtures for grouting curb dowels. a. Proportion by weight. b. One part Portland cement,Type I or Type II. c. One part clean, sharp sand. d. Seven-tenths part nonshrinking grout aggregate. e. No more than 5-1/2 gals. water per sack cement. 2. Other: Use mixture by weight of one part Portland cement and two parts sand for general purposes. If space to be grouted is less than one inch and is impossible to tamp grout use one-to-one mix. Where space to be filled with grout is large, use original concrete mixture. Use stiff mixture for grout to be tamped, produced by prolonged mixing. To obtain stiff grout, mix mortar using amount of water required to thoroughly mix ingredients, then continue mixing without additional water until grout is stiff enough to be compacted by tamping when placed. For grouting block outs for embedded pipes and similar items, use grout K3101 - 3/10 10/13/2005 to which 5 pounds of nonshrinking grout aggregate per sack of cement has been added. PART 3 -EXECUTION 3.01 CONSTRUCTION A. Subgrade: Excavate, shape, and compact subgrade to grades, sections and densities shown on PLANS. Maintain drainage of subgrade at all times. Test subgrade section with an approved template, operated and maintained by Contractor. Wet down subgrade sufficiently in advance of placing pavement. No pavers, batch trucks, or other equipment to be permitted between forms during paving operations. B. Wood and Steel Forms 1. Setting: Set forms on compacted subgrade, cut true to grade so that entire form section is supported by subgrade. Stake metal form sections with at least 3 pins per section, with a pin on each side of every joint. Adequately stake wood form sections to prevent bows in form and to keep form sections to grade. Join form sections to prevent displacement. Clean and oil forms with form oil each time they are used. Set forms to line and grade for at least 200 feet ahead of mixer. Check conformity of alignment and grade immediately prior to placing concrete. 2. Removal: Leave forms in place for at least 12 hours. Remove forms without injury to concrete. Immediately repair damage resulting from form removal. Point up all exposed honeycomb areas with approved mortar. As soon as curb forms are removed, backfill behind curbs with approved material and compact to 90 percent Standard Proctor density. C. Slip Forms: Equipment to be provided with traveling side forms of sufficient dimensions, shape and strength to support concrete laterally for sufficient length of time during placement to produce pavement of required cross-section. Concrete to be distributed uniformly into final position by slip form paver, and horizontal deviation in alignment of edges not to exceed 1-1/4 inches form established alignment. D. Concrete Placing and Handling 1. Wood and Steel Forms a. Deposit concrete on subgrade in such manner as to require as little rehandling as possible. Use shovels for hand spreading of concrete. Use of rakes will not be permitted. Place concrete in a rapid,continuous operation. b. Consolidate all concrete placed for pavement by an approved mechanical vibratory unit designed to vibrate the concrete internally. Use vibratory K3101 -4/10 10/13/2005 member equipped with synchronized vibratory units to extend across pavement practically to, but not to come in contact with side forms. Space separate vibratory units at sufficiently close intervals to provide uniform vibration and consolidation to entire width of pavement. Mount mechanically operated vibrators in such manner as not to come in contact with forms or reinforcement, and not to interfere with transverse or longitudinal joints. c. Furnish hand-manipulated mechanical vibrators in number of required for proper consolidation of concrete along forms, at joints, an in areas not covered by mechanically controlled vibrators. 2. Slip Forms a. Concrete, for full paving width, to be effectively consolidated by internal vibration, with transverse vibrating units or with a series of longitudinal vibrating units. Internal vibration to mean vibration by means of vibrating units loaded within the specified thickness of pavements section and at a minimum distance ahead of screed equal to pavement thickness. b. When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavements to be equipped with protective pads on crawler tracks or rubber-tired wheels, offset to run a sufficient distance from edge of pavement to avoid breaking or cracking pavement edge. c. After concrete has been given a preliminary finish by finishing devices incorporated in the slip-form paving equipment, surface of the fresh concrete to be checked with a straightedge to tolerances and finish required. 3. Wood or Metal Formed Curb: Curbing may be poured monolithic with pavement or may be added to pavement surface at a latter time. Place curb dowel bars while pavement is plastic. Provide expansion joint or contraction joint in curb opposite each expansion joint or contraction joint in pavement and at each curb inlet. Use same expansion joint material as used in pavement. Cut weakened plane joints with an approved grooving tool opposite each joint in pavement, as required. Apply finish coat of mortar on exposed surfaces of curb. Mortar is composed of one part Portland cement and two parts sand. Apply mortar with a template or "mule" conforming to plan curb dimensions. Steel trowel finish all exposed surfaces of curb and brush to a smooth,uniform surface. 4. Machine-Laid Curb a. Lay curbs by an extrusion-type machine. Immediately prior to placing of the curb,thoroughly clean the previously approved foundation. b. Grade and alignment for top of curb to be as shown on PLANS. The forming tube of the extrusion machine to be readily adjustable vertically K3101 - 5/10 10/13/2005 during the forward motion of the machine, to provide required variable motion of the machine, to provide required variable height of curb necessary to conform to the established grade line. c. Feed concrete into machine in such a manner and at such consistency that the finished curb will present a well-compacted mass with a surface free from voids and honeycomb and true to established shape, line, and grade. d. Perform any additional surface finishing's specified and/or required immediately after extrusion. Construct joints as specified or as shown on PLANS. 5. Placing Concrete in Cold Weather: Minimum ambient air temperature at time of concrete placement to be not less than 50 deg. F. a. Maintain temperature of concrete placed on or in the ground above 40 deg. F. for a period of 72 hours from time of placement. b. Protect concrete against freezing during curing period in accordance with Portland Cement Association"Design and Control of Concrete Mixtures." c. Protect concrete from temperatures below 40 deg. F. until it has cured for a minimum of three days at 70 deg. F. or five days at 50 deg. F. Remove and replace at Contractor's expense, all concrete not meeting this requirement. d. Protection may consist of additional covering, insulated forms, artificial heating, or other means approved by Engineer. 6. Placing Concrete in Hot Weather: When air temperature is above 90 deg. F. use approved retarding agent in all exposed concrete. a. Reinforcing steel and other surfaces in contact with concrete, to be cooled to below 90 deg. F. by means of water spray or other approved methods. b. Concrete temperature prior to placement not to exceed 85 deg. F., plus a maximum tolerance of 5 deg. F. Concrete above this maximum will be rejected. c. Reduce concrete temperature at time of placement to satisfy maximum allowable temperature by one or more of the following: (1) Addition of cold water with a subsequent addition of cement to maintain proper water-cement ratio. Tanks or trucks used for storing or transporting water to be insulated or painted white. Mechanical refrigeration may be used to reduce water temperatures. K3101 - 6/10 10/13/2005 (2) Addition of crushed, shaved, or shipped ice directly into the mixer with a subsequent addition of cement to maintain proper water- cement ratio. Continue mixing until ice is completely melted. (3) Other approved methods. E. Finishing 1. Nonresidential Pavements: Finish concrete pavement by power-driven transverse finishing machines and longitudinal finishing machines. Provide transverse finishing machine with two screeds accurately adjusted to crown of pavement. Ride transverse finishing machine on forms, so designed and operated as to strike off and consolidate concrete. Make at least two trips over each area, or more if necessary. Provide longitudinal finishing machine with a longitudinal float not less than 10 feet in length, adjusted to a true plane. Ride longitudinal finishing on forms, so designed and operated as to finish pavement to required grade. Equip finishing machines with rubber tires to roll on concrete pavement. Just before concrete becomes nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt of two- or four-ply construction, not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 2. Residential Pavements: Concrete pavement may be finished by machine or by hand. If by machine, see Paragraph E.1. above. If finished by hand, thoroughly vibrate concrete around reinforcement and embedded fixtures. Tamp concrete with a tamping template make of 4-inch by 10-inch lumber, or equivalent metal section, at least 2 feet longer than width of pavement,to conform to crown section of pavement. If wood-tamping template is used, it is to have a steel face not less 3/8 inch in thickness. Strike off concrete with a strike-off screed made of 4-inch by 10-inch lumber or equivalent metal section at least 2 feet longer than width of pavement and conforming to crown section of pavement. Move strike-off screed forward with combined transverse and longitudinal motion in direction work is progressing, maintaining screed in contact with forms, and maintaining slight excess of materials in front of cutting edge. Use a longitudinal float not less than 10 feet in length to level surface. Prior to concrete becoming nonplastic, belt pavement surface with a canvas or canvas-rubber composition belt or two- or four-ply construction not less than 6 inches nor more than 10 inches wide, and at least 2 feet longer than width of pavement. Use short transverse strokes and rapidly advance longitudinally to produce uniform surface of gritty texture. 3. Slip Form: If this method of construction is used, all requirements of this TECHNICAL SPECIFICATION in regard to subgrade and pavement depth, alignment, consolidation, finishing, workmanship, etc. to be met. Equip "slip form paver"with longitudinal transangular finishing float adjustable to crown and K3101 - 7/10 10/13/2005 grade. Extend float across the pavement almost to the side form and/or the edge of slab. F. Surface Tests 1. Test entire surface before initial set and correct irregularities or undulations to bring surface within requirements of following test, then finish. 2. Place approved 10-foot straight edge parallel to center of roadway so as to bridge any depressions and touch all high spots. Ordinates measured from face of straight edge to surface of pavement not to exceed 1/16 inch per foot from nearest point of contact, and in any case maximum ordinate to 10-foot straight edge to be no greater than 1/8 inch. G. Joints: Place joints of types shown on PLANS at required locations and at spacing shown. 1. Construction Joints: Place transverse construction joint when necessary to stop concrete placement for period of more than 30 minutes. Length of slab to be not less than 10 feet from nearest joint of complete slab. If closer than 10 feet from nearest joint of complete slab. If closer than 10 feet, Contractor to remove concrete from between forms back to nearest normal join and place construction joint bulkhead. Use longitudinal keyed construction joints at pavement edges where required. 2. Expansion Joints: Place expansion joint at radius points of curb returns for cross-street intersections, or as shown on PLANS. Do not use boards less than 6 feet in length. When pavements are 24 feet or less in width, use not more than two lengths of board. Secure pieces to form straight joint. Shape board filler accurately to cross-section of concrete slab. Use premolded joint filler, accurately shaped, in curb section. Load transmission devices to be of type and size shown on PLANS. Use joint sealing compound as required. 3. Contraction Joints: Make straight and place at spacing shown on PLANS. Place asphalt-coated smooth dowels accurately and normal to joint. Tool edges of groove and seal with joint sealing compound. 4. Longitudinal Weakened Plane Joints: Form longitudinal weakened plane joint by an approved continuous metal shield or asphalt impregnated felt strip placed continuously behind longitudinal float by a machine of the flex plane type. H. Protection and Curing: Following requirements apply on alternate methods of curing. Cover concrete with burlap or cotton mats, when concrete has hardened sufficiently to prevent marring of surfaces, and keep wet continuously for 72 hours. Apply curing compound immediately after free water has disappeared and at rate specified. Keep polyethylene sheets or membrane curing film in place and intact for five days, in lieu of 72 hours wet curing. Cure concrete curbs and gutters to prevent checking while setting. After each day's run, barricade street. No wheeling will be K3101 - 8/10 10/13/2005 allowed on concrete during curing period. Do not open pavement to traffic until concrete is at least 10 days old. Clean off pavement and seal joints before opening pavement to any traffic. Polyethylene sheeting will be kept on the job site at all times to cover and protect pavement during adverse weather conditions. Concrete surface, which is still in a plastic state, shall be protected from adverse rainfall conditions so as not to impair the quality of the pavement surface. Removal and replacement of Deficient Concrete: REMOVE AND REPLACE with pavement of specified thickness. Length of pavement to be removed shall be to the nearest existing joint (Type A, C, or E) in both directions. Width of pavement to be removed shall be from the centerline of pavement to edge of pavement. Contractor shall saw completely through existing reinforcing steel at said joints, except at expansion joints. Prior to replacement of deficient concrete pavement, Contractor shall drill and dowel concrete pavement for 5/8-inch diameter reinforcing rods 30 inches long on 24 inch centers as shown on plans for TYPE E construction joint. 3.02 MEASUREMENT AND PAYMENT A. Measurement: "Concrete Pavement to be measured by square yard of surface area of completed and accepted pavement of thickness designated. Measurement to be made from back to back of curb. "Monolithic Concrete Curb and Gutter," "Concrete Curb," "Temporary Concrete Curb," and "Mountable Concrete Curb" of height designated will be measured by linear foot. "Driveway Turnout" will be measured by the square yard of surface area of completed and accepted turnout. B. Payment 1. Adjustment of payment for acceptable pavement and replacement of faulty pavement to be in accordance with the following: a. Thickness of pavement to be determined by measurement of cores taken prior to final acceptance, at such points as Engineer may select. 6-inch diameter cores taken at rate of at least one core per each 1,000 square yards of pavement. These initial cores to be paid for by owner. b. Pavement of thickness within '/-inch of designated thickness to be considered of satisfactory thickness, and to be paid for at Contract unit price. c. Pavement of thickness less than thickness designated by more than '/-inch, but less than 1/-inch, to be considered of deficient thickness, and adjusted unit price to be used in payment. This price shall be one-half of the Contract unit price. Length of area of such deficient thickness to be determined by additional cores in each direction until cores are obtained which measure designated thickness. Width of such area to be entire width of pavement within length thus determined. 2. Payment will not be made for pavement which is deficient in thickness by 1/2-inch or more. Length of area of such unsatisfactory thickness to be determined by additional cores taken at intervals of 10 feet along length of pavement in each direction until cores are obtained which have designated thickness less 1/2-inch. Width of such area to be entire width of pavement within length of such area to be K3101 - 9/10 10/13/2005 determined. If deficiency in thickness is not more than 3/-inch, Contractor may leave such pavement in place, relinquishing thereby any claim for compensation incurred in its construction. If deficiency in thickness is 3/-inch or more remove, dispose and replace with pavement of specified thickness as described in paragraph 3.01. 3. No additional payment over Contract unit price to be made for pavement of thickness exceeding that required by PLANS. 4. Additional 6-inch diameter cores required determining areas of deficient thickness to be paid for by Contractor. 5. "Concrete Curb"to be paid for at Contract unit price. K3101 - 10/10 08/03/2004 ITEM NO. K3109 - TRAFFIC AND ZONE MARKING PAINT PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: This Item governs for pavement marking for roadways, crosswalks,parking lots, and other locations shown on PLANS. B. Work Specified Elsewhere: Striping location, color of paint, and length and width of stripe to be as shown on PLANS. PART 2 -PRODUCTS 2.01 MARKING PAINT Manufacturer: Mobil 18-W-7 white, 18-Y-7 yellow; Pittsburgh 11-3 white, 11-4 yellow. PART 3 - EXECUTION 3.01 MARKING APPLICATION A. Surface Preparation: Surfaces to be thoroughly dry and free from dirt, loose paint, oil, grease, or other contaminants. Remove dust or dirt by scrubbing brush or hosing. Paint only in dry weather. B. Application: Use brush, marking machine, roller, conventional or airless spray equipment. Spray equipment to be clean and free of all other previous paint and solvent to ensure proper application. Paint to be applied per paint manufacturer's recommendations with a minimum of 2.0 dry mil thickness. Traffic to not be allowed on striping until paint is completely dry. 3.02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices for items of which this work is a component part. K3109 - 1/1 10/13/2005 ITEM NO. K3114- CONCRETE CURB AND GUTTER PART 1 -GENERAL 1.01 DESCRIPTION Furnish and install concrete curb and gutter, of cross section shown on PLANS, with or without reinforcing steel on an approved subgrade or foundation in accordance with lines and grades indicated on PLANS PART 2 - PRODUCTS 2.01 MATERIALS A. Concrete: Per Item"Concrete"or Concrete Construction"Class"A". B. Reinforcing Steel: Billet-steel bars, in accordance with ASTM A615-70, Grade 40, unless otherwise specified. C. Premolded Expansion Joint Filler: In accordance with ASTM D1752-67, Type II, unless otherwise specified. D. Membrane Curing Compound: Resin base compound, in accordance with ASTM C309-74,Type I with light red tint of fugitive dye or Type II,white pigmented. PART 3 -EXECUTION 3.01 CONSTRUCTION METHODS A. Subgrade or Foundation: Excavate, shape and compact to line, grade, cross section and densities shown on PLANS. Maintain drainage of subgrade or foundation at all times. Test subgrade or foundation with approved template operated and maintained by Contractor. If dry, subgrade to be sprinkled lightly immediately prior to concrete being placed thereon. B Formed Curb and Gutter 1. Setting Forms: Set forms on compacted subgrade or foundation. Outside forms tobe of wood or metal, straight, free of warp and of depth equal to curb and gutter. Forms to be securely staked to line and grade and maintained in true position furing placement of concrete. Inside forms to be of such design to provide curb K3114- 1/3 10/13/2005 required and to be rigidly attached to outside forms. Mule of proper size and shape may be used in lieu of inside curb forms. 2. Concrete Placement a. Deposit concrete on compacted subgrade or foundation in such manner as to require as little rehandling as possible. b. Curb and gutter to be poured in sections of the lengths indicated on the PLANS. Each section to be separated by premolded joint of cross section specified for curb and gutter and of thickness indicated on PLANS. c. After concrete has been struck off and after it has become sufficiently set, expose surface to be thoroughly worked with wooden float. Exposed edges to be rounded by use of edging tool to radius shown on PLANS. 3. Removing Forms: Leave forms in place for at least 12 hours. Remove without injury to concrete. Point up all exposed honeycombed areas with approved mortar. C. Extruded Curb and Gutter 1. Construct curb and gutter with standard extrusion machine. 2. Maintain top of curb grade from guideline set by Contractor from established survey marks. Unless otherwise specified, top of curb grade to parallel finished roadway surface grade or foundation grade. Continually check top of curb grade by means of gage or pointer attached to machine in such manner that comparison can be made between curb and guideline. 3. Curb and gutter outline to strictly conform to details shown on PLANS. Extruder to be readily adjustable vertically during forward motion of machine to provide required variable height of curb necessary to conform to established gradeline or curb dimensions, gutter depressions, etc. 4. Feed approved mix into machine in such a manner and at such constancy that finished curb and gutter will present well compacted mass with surface free from voids and honeycomb and true to established shape, line, and grade. 5. Perform additional surface finishing specified immediately after extrusion. Construct specified joints to details shown on PLANS D. Expansion Joints: Place expansion joints of material specified where curb and gutter abuts drives, inlets, or other structures, at all curb returns and in all cases, at intervals not exceeding 40 feet in length. E. Mortar Finish: When required on PLANS, surface of curb to plastered with mortar consisting of one part Portland cement and two parts fine aggregate. Mortar to be applied with template made to conform to curb and gutter dimensions as shown on PLANS. All exposed surfaces of curb and gutter to be brushed to smooth uniform surface. K3114-2/3 10/13/2005 F. Curing: Cure completed curb and gutter with specified membrane curing compound applied in accordance with manufacturer's recommendations. Apply membrane curing compound immediately after completion of all surface finishing and expansion joint installation. G. Backfill: Area behind curb and gutter to be backfilled to full height of concrete tamped and sloped as shown on PLANS. 3.02 Measurement and Payment A. Measure concrete curb and gutter by the linear foot of completed and accepted curb and gutter, complete in place and classified by size or type as indicated on PLANS. B. Pay for work performed and materials furnished as prescribed by this Item and measured as provided above at Contract unit price for "Concrete Curb and Gutter: of the type and size specified, which price to be full compensation for cleaning the subgrade or foundation, furnishing and applying curing compounds, mortar, adhesives, or other material; furnishing and placing reinforcing steel, if required, for placing joints in proper position, and for all manipulations, labor, equipment, appliances,tools, traffic provisions, and incidentals necessary to complete the work. K3114- 3/3 08/03/2004 ITEM NO. L3001 - ELECTRICAL CONSTRUCTION PART 1 - GENERAL 1.01 DESCRIPTION A. Extent of Work: Furnishing all plant, labor, materials, equipment, supplies, supervision, and tools, and performing all operations in connections with the furnishing, installation, testing and placing in service of all related electrical work specified herein, and within other Items in the Technical Specifications B. Quality Assurance 1. Comply with all National Electric Code(NEC)requirements, local ordinances, State and Federal Regulations as applicable to this project 2. Manufacturer: Furnish products of manufacturers named unless otherwise approved in writing 1.02 SUBMITTALS A. Tabulated Data: Furnish tabulated data for all products to be installed where same are exactly as described herein. B. Catalog Data: Furnish catalog cuts indicating exact models to be furnished, if not covered by"A"above, including the following: 1. Wires and Conduit 2. Push button stations 3. Lighting panels 4. Devices 5. Dry-type transformers 6. Safety switches 7. Circuit breakers 1.03 STORAGE AND HANDING Maintain materials and equipment in like-new condition. This includes use of heat lamps and suitable coverings to prevent accumulation of construction dirt and excess condensation. PART 2 - PRODUCTS 2.01 MATERIAL AND FEATURES A. Conduit-Above Ground 1. Rigid Conduit: Mild steel, hot dipped galvanized, produced according to A NSI C80.1-71,Underwriters' Laboratories (UL) labeled. L3001 - 1/6 08/03/2004 2. Rigid aluminum conduit to conform to N.E.C., Underwriters' Laboratories Standard UL-6 and ANSI C80.5-66. Manufacture of No. 6063 alloy, temper design T-1. Fittings of same material. 3. Flexible Conduit: "Sealtite," type US, by American Brass Company or Anaconda. 4. Conduit Fittings: Crouse Hinds,Appleton, or Killark. 5. Plastic Conduit: Type 40 heavy wall 90° C wire rated polyvinyl chloride (PVC) conduit. UL rated, No. 651, conform to NEMA Standards TC-2-75, and listed in conformity with article 347 of NEC. B. CONDUITS -BELOW GROUND 1. Transite Korduct type I, PVC power and communications duct tape EB. 2. PVC type 40 heavy wall 90° C wire rated; same as A-5 above. 3. Republic Galvibond, Rob Roy Plastibond with polyvinyl chloride coating fused to the surface with minimum thickness of 40 mils. All fittings and couplings to be coated to same specifications.Comply with NEMA No. RNI- 1-74 (TYPE A). C. WIRE AND CABLE 1.Conductors: Soft annealed copper wire covered with continuous coating of tin or lead alloy. 2. 600 volts AC or less. a. Wire and Cable in Dry Locations: THW,75° C rating, Insulation to be PVC (polyvinyl chloride)compound meeting UL Standard 83; UL listed cable. b. Wire and Cable in Wet Locations: Type RHH,RHW,USE, FR-1: insulation, ethylene-propylene 90° C elastometer and vulcanized chloro-sulfonated polyethylene based compound outer jacket. Insulation to meet all NEMA WC8-76 for ethylene propylene rubber insulation,ASTM D 2802-72 and UL Stanaard 44-76. Outer jacket to meet or exceed all requirements of NEMA WC3-69 section for heavy duty chloro-sulfonated-polyethylene. Cable to be UL listed 75° C for wet locations. c. Control Cable: 600 volt EPR insulated hypalon with overall hypalon jacket,UL labeled type TC. 3. 250 Volts D.C. or Less a. Wire and Cable: Type RHH, RHW; rated for 2000 volt AC. Insulation: Ethylene-propylene base insulating compound and to meet NEMA WC8-76 and UL Standard 44-76. Outer jacket: Vulcanized chloro- sukfibared-polyethylene based compound and to meet or exceed NEMA WC3-669 for heavy duty chloro-sulfonated-polyethylene, UL listed 75° or 90° C as applicable. Manufacturer: Okonite, Anaconda, G.E.,Triangle, or Phelps-Dodge. b. Outlet Box Wire Connectors: Scotchlock,T&B, or Ideal. c. Tapes: Scotch No. 33 or Plymouth plastic, UL listed. C. Push Buttons Stations and Selector Switches L3001 -2/6 08/03/2004 1. Heavy-Duty Pushbutton Stations and Selector Switches: G.E. Class CR 2950, Westinghouse Class OT or Crouse Hinds. 2. Indoor stations in NEMA I enclosures. 3. Outdoor Stations: Where shown as "WP,"in cast iron or aluminum,NEMA N enclosure D. Lighting Panels; Plug-in type circuits breakers; capacity as shown, Square D, type NQO, G.E.,Westinghouse, Cutler-Hammer, Allen-Bradley, or I-T-E. E. Light Switches 1. 20 ampere, 277 volt 2. Bryant 4901, or P&S 20 AC1, single pole. 3 Bryant 4902, or P&S 20 AC2, double pole. 4. Bryant 4902, or P&S 51 AC3,three way 5. Brown bakelite cover in offices and laboratories, and dry, indoor locations, where flush mounted. 6. Crouse-Hinds DS 185, or Appleton FSK-NS cover in damp locations, where plans indicate WP. 7. Crouse-Hinds DS32, or Appleton FSK_ITS-C cover where surface mounted, with FS conduit box. F. Receptacles 1. Nonweatherproof: Bryant 5262, or P&S 5262, grounding type, brown bakelite cover. 2. Weatherproof: Bryant 5261, or P&S 5261, spring cover and FS conduit box. G. Lighting Transformers: 1. Two 5%taps below 2. 80° C temperature rise. 3. Westinghouse, type EP pr EPT, G. E. type Q M or Q L, or equivalent by Sorgel or Marcus. 4. Standards: NEMA ST-20-72,ANSI C89, 1-74,UL 506-76 H. Safety Switches: 1. Switches: General purpose,heavy-duty,with visible blades and safety handle. Square D type H200 and H300, Westinghouse type F and H4, or equivalent by Cutler-Hammer or I-T-E. 2. Enclosures as indicated on PLANS, weatherproof(WP) to be NEMA 3R- Raintight, Watertight(WT) to be NEMA 4, Indoor-NEMA 1 or NEMA 2 as indicated. H. Enclosed Circuit Breakers-Molded Case 1. Where shown on PLANS use enclosed molded case circuit breakers. 2. Minimum size, 150amp frame with symmetrical current interruption rating as follows: 240 V.A.C. -14,000, 600 V.A.C. - 14,000. L3001 - 3/6 08/03/2004 3. Enclosures as indicated on PLANS and in accordance with nomenclature for switches in item"H"above. 4. Manufacturer to be Westinghouse, G.E., Square D, I-T-E, or Cutler-Hammer. PART 3 -EXECUTION 3.01 GENERAL A. Install all equipment and material in accordance with recommendations of each equipment manufacturer. B. Use only workmen skilled in this type of work. 3.02 INSTALLATION A. Rigid Steel and Aluminum-Above Ground 1. Installation Practices: AISI Handbook"Steel Electrical Raceways" for both steel and aluminum. 2. Sleeves through footing for exterior runs to be "OZ" Series FSK, WSK, Gand W, or 3M. 3. Exposed raceways to be installed parallel or perpendicular to walls, structural members of intersections, or vertical planes and ceilings. 4.Screw clamp backs to be used with conduits run on walls or ceilings. 5. Place an approved(OZ, Crouse-Hinds, Appleton)expansion fitting where crossing building expansion joints B. Plastic Conduit-above ground 1. Where specifically shown on PLANS, and always in chlorine rooms,use PVC schedule 40 heavy-wall conduit installed in accordance with manufacturers recommendations. C. Conduits -Below Ground 1. Transite Korduct type I, PVC power, and communication duct type EB. a. Encase in Class B concrete, minimum 24-inch cover, 2 inches between conduits, 3-inch clearance to outside of envelope. Concrete to be red as poured it upper 3 inches to have red dye sprinkled in mixture during pour and on top to assure red coloring. b. Reinforced conduit bank with one No. 3 reinforcing rod for 1 to 3 conduits, and two No. 3 reinforcing rods for 4 plus conduits. c. Grade conduits to pull boxes or manholes d. Draw cleaning mandrel and rag through conduits before installing conductors. 2. Where specifically shown on PLANS, use Republic Galibond rigid conduit installed in accordance with manufacturer's recommendations. 3. Install markers for underground conduit at the beginning and ending of run, one marker every 100 feet in a straight line run, and one marker at direction changes. L3001 -4/6 08/03/2004 markers to be concrete 12 inches square and 6 inches deep, Top to have "E" cast in concrete. Set top 1 inch above finished grade. D. Wire and Cable 1. Size: Not smaller than No. 12 AWG, except control wire to be No. 14 AWG, or No. 12 AWG stranded as indicated on PLANS. 2. Strandings: No. 10 or larger to be stranded 3. Branch circuit grounding conductors in conduit to be installed unless otherwise noted. 4. ColorCoding: In accordance with NEC for color cod control wires. 5. Connections and Splices in Dry Locations: 600 Volts AC and below. Connect to equipment(except motor terminals)with pressure connectors. Use compression lugs at motor terminals. Use compression sleeves for splices of No. 8 AWG and larger. Use electrical springs connectors(Scotchlock or 3M) for connections and wire joints in lighting and receptacle outlet boxes, and control junction boxes with terminal strips. Maximum wire size No. 8 for spring connectors. Cover all splices, joints, and free ends of conductors with insulation equivalent to that of conductors or with insulating device suitable for the purpose. 6. "Meg" Circuits and Equipment: Report results, in writing, to Engineer. Replace all\ circuits and equipment megging one megohm or less. E. Lighting Panels 1. Top operating handle not to exceed 6 feet and 6 inches from finished floor. 2. Label all circuits on director card with embossing tape prior to job completion. F. Mounting Heights for Light Switches and Receptacles 1. Light Switches: 4 feet and 6 inches from finished floor 2. Receptacles: 18 inches above floor in offices and laboratories (except where installed in counter splashbacks or above)and 4 feet and 6 inches in all other places. G. Lighting Transformers: Size and mounting shown on PLANS. H. Safety Switches: Where shown on PLANS and required by NEC. Use safety disconnect switches, fused or unfused as indicated Grounding System: As shown on PLANS and required by NEC. Use 3/4-inch copperweld ground rods, minimum length of 10 feet. Braze wire to electrodes and braze tops, or use "Cadweld" process. Coat brazed or "Casweld" connections with Kopper Bitumastic No. 505 or equivalent coal tar pitch coating. J Flexible Conduit Connections: Minimum of 2 feet to be provided for equipment subject to vibration or movement and to all motors. Arrange to facilitate motor removal. 3.03 MEASUREMENT AND PAYMENT L3001 - 5/6 08/03/2004 No separate payment for work performed under this Item. Include cost of same in contract prices bid for items of which this work is a component. L3001 - 6/6 SECTION K 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: MIKE ARCHER Title: MANAGING PARTNER Company: GREENSCAPES SIX, LLC Date: 1-21-2019 SUBSCRIBED and sworn to before me the undersigned authority by a l the UPJof, q on behalf of said bidder. 41 ? 4'/.?/32A NVary Public in and for the State of Texas My commission expires: (0 /'t) 2 JODIE MCADAMS ; ' Notary Public, State of Texas 4= Comm. Expires 10-10-2021 'A°,,r• Notary ID 1 1614862 • •....� SECTION L AFFIDAVIT [RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL] All pages in offer's bid proposal containing statements, letters, etc., shall be signed by a duly authorized Officer of the company, whose signature is binding on the Bid Proposal. The U dersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. Further, I agree to pay succeeding debts as they become due during this agreement. 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 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. NAME OF OFFERER: ---. - SSW - TITLE:' ADDRESS: Q , Q:;.O'C k 2C% CITY/STATE/ZIP: v‘+d �X (1(1 .6-1(-) TELEPHONE NUMBER: l.,\Qq j1 .ek -L9,ci SIGNATURE: `et,,t4�c 4), Sr&Agot SUBSCRIBED N SWORN toi ibefore m��by the above named on this the OL` day of �3.J �-- t 20 CARRIE EVE VINCENT ... QP.'. B`<,_Notory Public.State of Texas () ,„, ta" ry FYublic in id for the State of ?� comm..,0„.•.. .,..„„-• P Expires 0413-2020 %;t' ssNotary ID 128955/39 Of ____ I TR ' IS \312� g Si nature My Commission Expires: D-8 SECTION M House Bill 89 Verification MIKE ARCHER (Person name), the undersigned representative (hereafter referred to as "Representative") of GREENSCAPES SIX, LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of aAkiu-,-/zc1 , 20 "" ` JODIE 'MADAMS Notary Public, State of Texas �1 +Q Comm. Expires 10-10-2021 `• ./ ,i1)4, ''t�g;0%"` Notary ID 11614862 Notary Public SECTION N SB 252 CHAPTER 2252 CERTIFICATION MIKE ARCHER I, , the undersigned and representative of GREENSCAPES SIX, LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. MIKE ARCHER Name of Company Representative(Print) Signature of Company Representative 1-21-2019 Date SECTION 0 MBE DOCUMENT By signing this document the contractor is acknowledging that if a subcontractor is required the following will be done to make a good faith effort to hire a minority business (HUB or DBE). 1. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F.R. § 200.321(b)(1). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.321(b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4. Delivery Schedules. Must establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5). MIKE ARCHER (printed name of signatory) (signature and date) SECTION P FEDERAL CLAUSES 1. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Owner and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Owner, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. MIKE ARCHER (printed name of signatory) (signature and date) 2. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements," apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. MIKE ARCHER (printed name of signatory) 1111/1kAft (signature and date) 3. ACCESS TO RECORDS AND REPORTS The following access to records requirements apply to this contract: (1) The contractor agrees to provide (insert name of state agency or local or Indian tribal government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract." MIKE ARCHER (printed name of signatory) I/17/W2_, l —Zy ( (signature and date) 4. EQUAL EMPLOYMENT OPPORTUNITY 29 CFR Part 1630, 41 CFR Parts 60 et seq. During the performance of this contract,the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex,or national origin.The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race,color, religion, sex,or national origin.Such action shall include,but not be limited to the following: Employment, upgrading, demotion,or transfer;recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship.The contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race,color,religion,sex, or national origin. (3)The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4)The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations,and relevant orders of the Secretary of Labor. (5)The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books, records,and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,and orders. (6)In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled,terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation,or order of the Secretary of Labor,or as otherwise provided by law. (7)The contractor will include the portion of the sentence immediately preceding paragraph (1)and the provisions of paragraphs(1)through(7)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States." MIKE ARCHER (printed name of signatory) (signature and date) 5. GOVERNMENT-WIDE SUSPENSION AND DEBARMENT By signing and submitting its bid or proposal, the bidder or proposer agrees to comply with the following: (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940)or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by (insert name of subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state agency serving as recipient and name of subrecipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. MIKE ARCHER (printed name of signatory) 1-214 - �� (signature and date) 6. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 29 CFR § 5.5(b) (1) Overtime requirements-No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages -In the event of any violation of the clause set forth in paragraph (1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1)of this section. (3) Withholding for unpaid wages and liquidated damages—The Owner shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. (4) Subcontracts - Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1)through (4) of this section. MIKE ARCHER (printed name of signatory) (signature and date) 7. LOBBYING Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352 (as amended) Contractors who apply or bid for an award of$100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A,44 C.F.R. PART 18—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding$100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, CacrgNsc,ptcq,S �certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq apply to this certification and disclosure, if any. Executed this day of , 20 By Signature of Bidder%Contractor/Subcontractor's Authorized Official MIKE ARCHER Printed Name of Bidder/Contractor/Subcontractor's Authorized Official MPAt: - Title of Authorized Official 8. CLEAN AIR 42 U.S.C. § 7401 et seq. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150.000 financed in whole or in part with Federal assistance provided by FEMA. MIKE ARCHER (printed name of signatory) 'k , ► 19 (signature and date) 9. CLEAN WATER REQUIREMENTS 33 U.S.C. 1251 et seq. Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to report each violation to the Owner and understands and agrees that the Owner will, in turn, report each violation as required to assure notification to the State of Texas, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. MIKE ARCHER (printed name of signatory) (signature and date) 10. PROCUREMENT OF RECOVERED MATERIALS 42 U.S.C. 6962 (1) In the performance of this contract,the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii)At a reasonable price. (2) Information about this requirement,along with the list of EPA-designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. MIKE ARCHER (printed name of signatory) (signature and date) 11. DEPARTMENT OF HOMELAND SECURITY SEAL,LOGO,AND FLAGS The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval MIKE ARCHER (printed name of signatory) kik (signature and date) 12. COMPLIANCE WITH FEDERAL LAW,REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. MIKE ARCHER (printed name of signatory) 1/14/4 I-Z4 1 (signature and date) I lc! iP. g . 1 \ 14 • Oe m! 621 _z._2i 0 z :05 irir 'al 2 NE 21 2 ?I 1 1 i 1111111.111011Fs _.. i.! - ..._....- .._.. •,,,,„....„•.,,....,..,...:,..j .. . catam., , ,..,.,... ..„.-...,i . N ,_ .. ,- ,-! .7 LISZT . . - - , .;,- 1 ,.. _....-,-; -,'• , , : - . . . .- • , •., • • ..• '-•-•-••• •'•4,. - , - -4,,,:t.- -0,z2,..., ''.':.:-''-,''• . , .. . ,,, 1 1 7';t•E : o!'''•-,;••' . • 't'A.,• 4 • 4'; : .1.k.`: ,'.. '''4• •••-IT'.••:. ..."4:7::.•:!•;:i4itali:. '• i.',.• ,,-' ..i.,:,....,.. 4 i4,-,..:, ' ' •4114,4k,,r44 '.'., .",„,, ,, ‘....-"-: 4- r.'•.'-- ;' ••'•, •• - --.4'.::'•77.'•- r",1" '',.:54'•"••-' V:."."r4',.,...... ‘V.1' .:,....:', ''''':;', '...-.:-- ,• ,''.., I: . •,. . . ,g•:-..tk,- ..... ;„,..... .....,,, -: 1. . L •-::,.q..''', , . . :.• .2' V 4-4 ,_.!.-. . — f . ' ,.. , . a 1. 4 ,,..-. ,.• . 1' ' • • . '-" - • -1 • - .,,.:-- - s.,...,1,,,:, :.•, „zirri. -..-._ , . 1 - . • ,, . . 1:.'-': .......---... . .'"'—'-----1-'-r,- qq--..•;,,,- . • ,. .. " , .. . -•,.- . il -,37.12-.4.1 V ,..- . . , . ... ',7.,_ ,T'.: H,....,,,. .. .: 1- .,.;,''' . • .. _.....,,,... ...- ": '401 . ,. -• 12.V: 4. s • . • . : -,:". ---•• : . .. , , . . ; • -• •'''•' :• • . . . . ,.....-fw ,-,s--- -----,-1.:_,---- • ... ''----,..7,--,, ..,„ .- :•.,-. ,-, , 1r1 .17-.!---- , ' • - , - •i•, . ,,. . . .,.„„. . . ctb•-•- 1 . - • „,.....,.... . .'• VI •' . .. . _... - • „ . . , . . . , . - . . . .. -.1 • . s. • • . :-.. ,,..... •' • , ,, . .,. ,._.. : • ,'f•, " • . . t ,...,.-..i---.• •-. • •.. ;•..........r. . - -, ' i . . . -.... . - ""4ZI.-"•••••,',Z"--,-''Kil‘ • .., :. ' • • -,... ' ....1 .......4................. ..„,...--. .. . . , . 110 _ , 1 R 1 11—, 18 CI_im;is Ig' "J o L, gOW =n 1. i fi .. CL w h-2 of t ,•m ... r iiW4121 1 ,_%W 1 p E' goo emul tidye' l,k1�r e E T �- •tit..' L`\ _\.:....i. -�{� ' ^� }d,' Z. a vZ �. v r S 4 7 ‘• M < N. 1¢ 31 L �7 1 ,� tvy • .%."`.rr s_" .Y.. r V': a -' ..F :.'fsi x:....,,`.1- , .-^. Al • 5,' **t. '... < 'W ' .' i' ' — l' . •,,- -`-',` 10. ..._' :An' '. r 4 •. 1.,17' � ' fix` vkx g }ml, 1,4. . Y •',L r _ r a _ yea 4 g - . :m G 1 .2 a aW a� « wQ< '1.-H Lio5¢"6 ptt Qi 2 W� i4 F§ s. ° c'' go 1 1 I f I Vi x: a TT w 5g - gC .. 0= wX (L f - 6--7.3's, tea. O`! ? O 0 .. Ir.... <r w tj i f s k , r .,,,&„ ^.**.,„'•,„) .. . •.` ' ..„, •• ... ,. • , , • It/ %+cf y , n i. - I .l►. t •:T%. x.13 �z .. `2 > V t ..4.-`. .... •• R • ak .Iw ' I t, u _ +ices+,: WK�um `V ?}j. .'" � 'a.., , a' ' te 1 `kdrc F"' •fi ,711, j F ., . .� i rte' ✓ u4: i i tC, ht K Y- 1 t' \ < ` ' jet ;` I_ � . ?t. Mwr i ` • •• . I 1 LLa h 1 = a 112, r9C9 xF 5 Plc 5 QY G inn _ii "rIWyia r; z o Wa I 1- w 3 i � � L .. • a _ R1`6- r Hi 7.1 il J-e 6 • j <d 5. i$ i „ _ - - I rMI . 77- --'. \Ii COCY LI'.700 0a z 00 0 I. o0 0 o H o ajg w 7 w gliii18 w U B3 N Ad 0- (r'0 - a% d Z ¢ Fg Z 1 = N..: x Irk r "bli d nY11411ZC9;^1 EPw v !-: Y E yo 8gAer S _ ho99Itz yD ii ! it°Ilii Mild/ o o u v j N 0:4/ # a ¢ �a di Xf Al s 7 g i • /0.,,/,,k-zeio r 0 . his/.I r r :f •r /4/ 41110 A/9.?A 4/teli : '4 -ft.- 4 ' - $if Ei La VA;41 r #•4 of if. ,,, 40-4A4-,_ :,440,r,frii, g i - , - : 41,4.4. ;-t tt m A (.,. ,„7 ..„ pr N$, g T 2 O 1 O m m W 3 U <UU� W 6 W i s§ h w ...s m 11 ' hi 1 sg li41 11 IIx gi .�,I: — a !o s• 111111o E < m n 3 g DI $ o 3 g k m47 q 2 A-.1 7L+5N S3ann .9 m c� Eo . • go,kW a !IL:r, 1 of g __ < T 0 o U p. m W E -I■I n w WEI m m i End W. -97.O2 ON ZO'1+4 ., z o 's I 3 hN ..•— t Iii! N ; XN1 I o 11 Ph 4-1 ':1 \ ‘I iiii I° ' ''7: Si 8;r5a.i 1.1 &`\\\�N �-I ISI ^zo � ru_� Z E au� I W h aW Pb p¢ oudlo ri V o I Y3 . _,-J , J d m 5 •r u.1=.,1`" h- y 'J^ o g- it II T L a r 41 11 III, IVT h i 00 s' : IiiiiiiD 61g E: . , L,.0—,co CA z tai 6 1 I W 1:1: d • L.- All qe 1 Illk 6° h X J " T I m WE 0 NN 3 � � I 01 ii 5 ` � §yh��� h!jh giN`N 0kl1116.11L. fil iIF d W ig S1"' �' LIE r1 o i;;1i NI ii! m N N ^gt`am 17-',i U S le 4 a m w P 44!A. $oo, . m �� F o �--x z W a ( b "py' �yJ W 1 I#u g <F10 !I ' > fn W" a 89 Y a ce gttl •... h!____g p "x'i 'Q. 41111 C) a�8sJ 5 43 IX z agm w W >o= CC yea. O " SE 1 1 F j ISA I-I=1 �z �� 1r : as �a y O Q � 3 o 4.... /. ��.1Iriir� o. ;gym of ti'viite" (.1, i. ..":„ .17V 51 f'.7 ///��� • pr'V'i Zr1Wr>.w +r/. 140 If �/ g %125 2¢z�W `4-1O/ � i" 4U�GJ...WGW VIR1._vIOU/ � � /7 . "7 Ale g ,4 td 1i g gggg gg qq 8 !S b 11 g m !ill F� 7 £ W w Vigil .c3 aw Y n W Y9Y g 3Y ^' � a Y F _ d 3V ag•e a i r € a<� I I- lefE die Vi Ns W �'CC P �$y V 3 3 \ z R a111 0 \ oN z Ebb g �=.� Z5 U 3 0 UTI— s ci W V) z z " u ky m 0R 1 1 1 ' 3 w W O 6 stig a = I I F;4 Oil z I 1 E u d F.-, We 6,11-&TOT W SE'WM