Loading...
HomeMy WebLinkAboutPR 20989: PAVING IMPROVEMENTS ON WILLOW AVENUE AND 60TH STREET 7:4,X. ' ( t^. If - - t f, -�-�l 2) ort rtleu � www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: August 6, 2019 To: The Honorable Mayor and City Council Through: Ron Burton, Interim City Manager From: Alberto Elefano, P.E., City Engineer RE: P.R. 20989—Paving Improvements on Willow Avenue and 60th Street Introduction: Award Paving Improvements to Willows Avenue and 60th Street to the lowest and most responsible bidder Elite Contractors and Equipment of Kirbyville, TX. Background: This project is for the reconstruction of Willow Avenue And 60th Street. Five (5) Bids were received for Willow Avenue, and Six (6) bids were received for 60th Street. Bids were received and opened on July 31, 2019 with Elite Contractors and Equipment of Kirbyville, TX submitting the lowest responsible bid for Willow Avenue at a Cost of $603,530 and 60th Street at a cost of$775,500 for a total cost of$1,379,030. Bid Tab is attached as Exhibit "A". Budget Impact: Funds are available in Capital Improvement Account: 307-1601-591.86-00 Recommendation: Approval of P.R. No. 20989 authorizing the City Manager to execute a contract with Elite Contractors and Equipment of Kirbyville, TX for the Willow Avenue and 60th Street Improvements for a total cost of $1,379,030. "Remember,we are here to sere the Citizens of Port Arthur" P.O.Box 1089 x Port Arthur,Texas 77641-1089 x 409.983.8101 x FAX 409.982.6743 P.R. 20989 8/5/2019 AE RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH ELITE CONTRACTORS AND EQUIPMENT OF KIRBYVILLE, TEXAS FOR WILLOW AVENUE PAVING IMPROVEMENTS IN THE AMOUNT OF $603,530.00 AND 60TH STREET PAVING IMPROVEMENTS IN THE AMOUNT OF $775,500.00; FOR THE TOTAL AMOUNT OF $1,379,030.00; FUNDING IS AVAILABLE IN THE CAPITAL IMPROVEMENT STREETS ACCOUNT NUMBER 307-1601-591.86-00. WHEREAS, the advertisements for bids for paving improvements for three streets were advertised on June 25, 2019 and July 2, 2019 in the Port Arthur News; and WHEREAS, five (5) bids were received, opened and evaluated by the Public Works staff on July 31, 2019 for Willow Avenue with Elite Contractors and Equipment of Kirbyville, Texas being the lowest most responsible bid in the amount of $603,530, with a contract term of 252 days attached as Exhibit 'A"; and, WHEREAS, six (6) bids were received, opened and evaluated by the Public Works staff on July 31, 2019 for 60th Street with Elite Contractors and Equipment of Kirbyville, Texas being the lowest most responsible bid in the amount of $775,500, with a contract term of 288 days attached as Exhibit 'A"; now, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council of the City of Port Arthur hereby awards the bid for Willow Avenue Paving Improvements to Elite Contractors and Equipment of Kirbyville, Texas in the amount of $603,530; and, P.R. 20989 Page 2 THAT, the City Council of the City of Port Arthur hereby awards the bid for 60th Street Paving Improvements to Elite Contractors and Equipment of Kirbyville, Texas in the amount of $775,500; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a contract between the City of Port Arthur and Elite Contractors and Equipment of Kirbyville, Texas in the amount of $603,530 for the Willows Avenue Paving Improvements, in substantially the same form, attached hereto as Exhibit "B"; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a contract between the City of Port Arthur and Elite Contractors and Equipment of Kirbyville, Texas in the amount of $775,500 for the 60th Street Paving Improvements, in substantially the same form, attached hereto as Exhibit "C"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the _ day of , A.D. 2019 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: P.R. 20989 Page 3 Thurman "Bill" Bartle Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: jf;AQ117 Valecia Tizen Ronald Burton City Attorney Interim City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: Alberto Elefano KcA".___ Director of Public Works Kandy Daniel Interim Director of Finance Clifton Williams, CPPB Purchasing Manager Exhibit A R 0, ` f \ ■ e 0 tO 0 CA ƒ ; o _ e S. E. - E ° f > 2 " 2 kic. 10 I � n2 00 th f t et E / E , _ / 6,, o { ƒ � ,40 E to g k 10 et ct Co a- . a § (ID ! a• ƒ 3 -13 - 0 CA i ) 2 ° 2 E 0 § $ \ \ 2c.• o to. J i _ E § e 2 ie ± - m ` i= - # o \ & \ n 2 cc_. i cm, � k0. th � 2o � o o « 2 E • • © a■ 2 n ƒ ° ffo§ - O =_ § E E - , _ @ _ � ■ ® ® 0 o \ \ / k 0. E 0 2 2 to 2 / I:0e) § esc Cr b 0 .9 / 2 9 ut _'0 / 2 ƒ -a - - ■ >. � - ) g o E C § } \ 2 ; x - ®0 -4 reƒC0 cn } CP \ E - zu - k ' 0 $ \ \ a a. n 2 n E « \ \ / ƒ / / \ 2 ƒ / ) \ _ e # \ 2 / \ -: 114 i [ + n ƒ o # B \ � § ) [ 7 / « / C • a & J & • 2 § @ k \ \ 7 / $ •G E § / R 0 k —-a = / ix i ) ƒ 7 a = * @ \ \ 6 rco § S { - » n E A o . 10 EA « / , § E ± 0 k ■14 § � , E� ern E. \ ;.>" 2 = = � § § $ ƒ \ J = / • nE 5 K § 2,to � © 2 E � co < = 0:CM 0- X _ � \ 2 n2 2 - e i ® w { k = ' e c VI == � \ \ E � 8o F, / § i 7 7Z M / - n o e k 2 Q 2 2 2 } x o_ -00 $ 2 \ R Cl) E { § n / / } /& q 2 � � < . / - f § E - _• - - CO o G k c 7 E P F . - \ ) E @ § ro m ) e vo 2 et k C q f � 0 ƒ 5 - k E 2 / / w' / E @ s & Po ) o IT= m con La n g .p O so a X n: to s_ n c a. 4 = l(11 , A 1 CD € = - a. m r C . O CL O dao = 9 :ton' V... e9 = m et 0 1 = CO N C n O to n z o' CA Z N o 0 to A B croa . 00e co F. y a H T ta R 4, N 0 co• o O 07 o CO m I — C. c II. ep I n Q O W I c 0 Dom'. O Q. .< — A w . h EA cin _] �UQ0.w _� r mm + C Cr 'O .. '< n .A m e— to n O07 CC o 0 3 3 0o it °. r) N Q; o O. `° a et,VI� Q '4 CO o m f7 p' b CO O UQ 4yc = bpp �UQ �,�e d W C. ti — `° m fD V1 to r..i ''' a 0 o` w c N N N O - a A 0 A rii co 1-1 .o 00 cn a a Q" 0 m O oo N m ; ZCO y r-. fie EA 0 V0 0 0 g 3 0 A — 0 H "! yr O N co ("; o o o — A C7 a = cn ,e O -C -C ►+ 6A EA CA •j A ,.= Vi h ""ro 0•D P Oe '0 O co 0 N 0 ...y m !/] X A o = 3 r` .. O N H ; A r O 0 o= RP n ,... 0 r 00 0,, A 0 N m1".' ,PD 7 ep m m 'IA col 0 0 . ot O Ofl,o. fp = W O N A G ro 0 o cn S R° m Ro Exhibit B CONTRACT FOR PAVING IMPROVEMENTS ON WILLOW AVENUE THIS AGREEMENT, made this day of August,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 Elite Contractors and Equipment 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 252 calendar days from the start date on Notice to Proceed. 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 specifications and contract documents and to comply with the terms in the amounts of$603,530.00. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Addendum 4) Bid 5) Payment Bond 6) Performance Bond 7) Road Maintenance Bond 5) Notice of Award 6) Notice to Proceed 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 ( 6 copies) each of which shall be deemed an original on the date first written above. Signed on the day of 2019 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of , 2019 ATTEST ELITE CONTRACTORS AND EQUIPMENT BY CITY SECRETARY PRINT NAME: TITLE: SPECIFICATIONS AND CONTRACT DOCUMENTS PAVING IMPROVEMENTS ON WILLOW AVENUE City of = _= J ort rthu - !r rrn CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS BID NUMBER: P19-075 JULY 24, 2019 '-',. CITY OF PORT ARTHUR,TEXAS ort rthr""'- ADDENDUM NO. ONE (1) Texas July 12, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina& 60`h Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 24, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 24, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. 2. The Streets will be awarded separately. Contractors do not have to bid on all streets. 3. Attached are the General Notes& Specifications for 60th Street. 4. Attached is the Revised D 1. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifton Williams, CPPB Purchasing Manager 3(AI 21 - l c% `. _ ature of Proposer Date CITY OF PORT ARTHUR,TEXAS Cin of j �r, ���tl ADDENDUM NO. TWO (2) tipJuly 23,2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 60th Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 31, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 31, 2019 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. 2. The number of days to complete Carolina has been extended from 135 to 290 calendar days. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. 0.21 Cli n Williams, CPPB Purchasing Manager 3(Axi - 19 ature of Proposer Date CITY OF PORT ARTHUR,TEXAS city of :\ ort rtleur ADDENDUM NO.THREE (3) Teras July 26, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 60th Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached is the updated"Jointed Reinforced Concrete Pavement Details"plan sheet to replace plan sheet 43 in Willow Avenue plan set. It's a change in spacing for the longitudinal rebars from 12"to 24". If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. ef0)1/ Cl Williams, CPPB Purchasing Manager g I - I� ,�:.s ature of Proposer Date MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Paving Improvements to Willow, Carolina, & 60t Street will be held on Tuesday, July 9, 2019 at 2:00 p.m. at the City Hall 5th Floor Council Chamber located at 444 4th Street, Port Arthur, Texas. The purpose of the 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. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. 1 DERRICK FORD FREEMAN,MAYO �!; REBECCA UNDERHILL HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER Ank COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC RAYMOND SCOTT,JR CITY SECRETARY CAL J.JONES THOMAS J.KINLAW IIIO 1't t t It tr � VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY KAPRINA FRANK / ,; JULY 20,2019 INVITATION TO BID PAVING IMPROVEMENTS ON THREE STREETS (WILLOW, CAROLINA & 60TH STREET) DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 17, 2019 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 17, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P19-075 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.williamsaportarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams,CPPB Purchasing Manager INVITATION TO BID PAVING IMPROVEMENTS ON THREE STREETS (WILLOW, CAROLINA & 60TH STREET) (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: 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. GENERAL NOTES & SPECIFICATIONS • WILLOW AVENUE F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. ROAD MAINTENANCE BOND L. NON COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. HOUSE BILL 89 VERIFICATION YES O. SB 252 YES P. PLASTIC PIPE SPEC Q. GEOTECHNICAL REPORTS DRAWINGS 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 3:00 p.m., Wednesday, July 17, 2019 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, July 17, 2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: PAVING IMPROVEMENTS ON THREE STREETS (WILLOW,CAROLINA& 60TH STREET) Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY JULY 9, 2019 AT 2:00 P.M. AT CITY HALL 5TH FLOOR CONFERENCE ROOM, 444 4TH STREET, PORT ARTHUR,TEXAS 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.gov or www.publicpurchase.com. 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. t„,...L.14e\L Cliftonwilliams, CPPB Purchasing Manager FIRST PUBLICATION: June 25,2019 SECOND PUBLICATION: July 2, 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 within 90 calendar days. 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 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Paving Improvements to 3 Streets BID DUE DATE: July 24, 2019 ITEM NUMBER OF DESCRIPTION TOTAL TOTAL BASE & TOTAL BASE & # CALENDAR BASE BID SUPPLEMENTAL SUPPLEMENTAL & DAYS ITEMS ALTERNATE ITEMS WILLOW 1 252 AVENUE S WO,00'. $ Lig, Iqe,'"'D $ tob3,520•— 2 , 288 60th STREET $'7 73, 0 .ce $ _n 7, Seo /"6r' $ "7"1 56&,`'b 01 3 135 CAROLINA $ 0 g, $ 4) J $ v I ,11 i COMPANY s c1Yl 4'iv /A STREET ADDRESS 1ATs lFg URE OF BIDDER P.O. BOX 1{e("-V1( S'o0J5 /4% 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 * , 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 WILLOW AVENUE IMPROVEMENTS FROM 60TH STREET TO MAPLE AVENUE 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 within 252 consecutive calendar days 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: *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: D2 n rJ % ^v G Q J V H S d • _� 0 ~ Com, in U) in in in 0 0 N N ,v_) i V) i V) • • CD C c0 C ')-' Lo C ro C C N Z 0 U 0 U a U 0 U 0 U I- E 6%i y Lu V .\1 r C U 0' ' I a O p_ 1 >- Ca CD H S o ` D U _U Q Z r 6 0 vN � i i , 13 i -0 i [CO a 0 f28 d (Co a C=0 a ... [CO a W 0 p .1) F- CC 7-4" ci..Z:j in in U) in in z I >: >. vi vi U 0 LU 0, J 0 D o o >- O O 00 Ln o O W M in U r 0 Ed tn >-Q JQ z z Lu 0 _O W to W Q F- > m 0 > J a a c 0Fc 0 3 0 O (Z-i w 0 U i Z CX H 00 Z va n >- 0 w < Z U Q Q2 } Lu W Q Y v aO O > Q < U co Z a Lu x w UU I- _J Q (n U W 2 cn 0 W N f, O O N 0 O ~ O O O O O U 0 '0 -0 O -0 ,0 W m 1L1 0 (i)LL 0 (1) O O O O— M � V Q o 0 0 0 0 m H 4 NO 0 H Opr I 1/7 if). VT VN T O VI i 4 i i +C V) i aN-+ ^ C C C Co C Co C j W 0 Uci) Z U U p U p o E u .,1 U a r\ `-1- a� a) ~ ' 3 J C �` co -�` D Tr D D `-3 Q � r v N 14 1 0 0 � - -0 Co as (0 a c(0 a ` - o a • Co a Z owo o 3 a C:3— U) U) U) U) Q OH vvii vi vvii DNr 0 } 00 0 in o in o o' Hco in v 0rS m zo g w ^ U Dcx U J Q a Z Zv N U Q O W m i H P In co ^ w J 0 w 2 LI- 0 H a U w � 2 w Z 0 u_ > iii W Q 2 H D a .. a 0 Q Q N w (� } w 2 U H a Z I cr = Z a a j U v> I- E 2 2 0 a zO Q 0 J J 0 U u H J Q U w V) 0 CO 0 0, 3- 3- 11-1▪ 0 0 0 0 o 0 U .o -o .0 0 0 2 p v o 0 0 0 w ,o 'o 'o v 'o F- U o 0 0 0 0 c .\.) \S v 0 C t' 4 ___I •=.4 (53 O H a M O vGi A to (n VT VT N ) ti in v) in in V) N i 4 i a-+ - a-+ i 4-+ i 4-' ^ CO C CO C C r0 C Z U U V U UH 0 0 0 0 0 0 i f t17� w 2 a p �_ 4-, O 0 CIOO 1 O o a a) -r -r 0 9 ti. c c c c D n U - J rf J J L- i � -o L 'a \J ) c 'O L- L rm CO r(00 a co a t-0 a rra a r� zEE Ci VT 1- 2 } > ti vi U _i J J D 10a H0' O L r so N o 0 a J U v 2. u a Z v ;I- 0 O H ^ z m U) a0N a11.1 J u u v U . ^_ ^ U w `' = = = U In vi n iin O a Z Q Q Q Lu 0 I- U U U' U W vW W W CC a U Q a a a Z ,1 a a a a O cc U a E cc ix I- _1 Q U w 0 CV o- ry m in w 0 0 0 0 0 0 U o -0 -0 -0 so 2 0 o �r d- d- w N O ,o m ,o 'o ,o ~ U o 0 0 0 C:i �' Q ° 0 H 8 S H nI N• U) U) in O ^ [0 C C C C rp C zi U0 0 U 0 U 0 U LIJ -s ct 4, U 0. -+-- N '-'IN ZS ` a (, ca rU C •r D J _ J W W W % W L ` "0 L L L tap a �— rao a rap a tap a rao a • W 0 �l !` U) (/). U) U) U) z u: Q Q Q Q z w w w w 0 H o •,o S ,- co d .. E N O O ^ Co D7 W Z J O H X X Z a O Lu J 0 0 w z a Lu CC = Z Z U N U 0 0in v 0 Q iU U U a J CC Z Z I- UD D D v) N -, - W CL cc cc cc a O 0 O 0 0 W U U) U, U ct H _, Q U W V) CD N- N M N W O 0 0 O O O O U 0 O O O O '0 O O O '0 0 V in In In '0 ~ QU O O O O O C) 4 4 j Q t+> ., ' — _� .. o c 0 c a c �' 0 C m c D U r 0 a) D co D U 0 U I— u e 3 Ec �� ti o� 0 -� E dAE1t , IT u 3 7 a. y N N Z s.^ c T' J Y 7 n W UIJ J r C W rroo a rao a Co a) (00 a c a C jy W q n •gIP U> U) tn. U) U) z u: vi vi Q Q Z J J J W W n O >- o F- V ,- .- [Y a U V >- Z u. H u. J W D I- a 0 Z z 0 N 2 O 0 w Q Z Lucc P ^ Z I= N N N Wa. p z Cl- z a ( 0 0 W Z I- O W w w w W (P1 Q Q __J J J N Z U a LI LI J O H 2O m a cc Z U U Lu ix 2 Q 0 0 coCCCC I- _I Q U W N 0 N r (N W O o 0 0 0 0 0 U o 0 0 0 0 -0 0 0 0 0 2 0 so o (N so so W o' 0 0 0 0 ~ U 0 0 0 0 0 r. p O Q H --,,,, .-- :h.1 -.....- V) N N V) V) V) V) V) (n V) L- }J L yJ L J--+ L jJ L yJ r. (0 C (0 C !0 C r0 C (0 C U 0 0 U 0 U 0 0 0 U E 7 W c - ar\/ U } } E a) C a)ro ( -C Z '^4- rroo rroo '� 0- 0- '� n -�- w T W v) If) W L y 1- - V> v L _-' L L rroo a ` rho a COCa r(00 a rroo a w O Ov m p LA a Ua ( LIl vo in. v) <n i) v) 1- z a d } >1 d Lu W v) v) W D coO I- CO N o co JW W X QO O H 2 co u) J z "-' cc :FtO _ Y2 H cn LA n J W a_ 0 0 U J J J Z Lu a w Z Z U 0 w 0 0 0 } w w 0 Q H H a Z Z w O 0 a w w U U J O O � > Z z cc Lu Lu w 0 OU a H J Q W LI) 0 m a' in 0 o 0 0 0 0 0 0 0 0 0 '0 '0 0 w 0 so so o � o iii M .0 O In in — U 0 0 co 0 o I, 0 0 ` U) U) I� � U) T • `) e"—:: 2 ro C co c CO C (a c (0 c fV r 0 0 0 0 U U 3 0 W \(� - s 44.-.U \ O o ,1 J1 C"� O O < o �J lL U _ a H U O -1- O U U •� D W J JW W C O d) J C 4) 2 N O L- C a co a 1� co a 1 ao a �o a I W o c'sj; --i-3 LT tri. V} </T N F- z < U. u: W J J W W rn 0 >- 0 O F- N M Ln N N d r c- W Z to O J IX Z U' Z w X J O cn (r) I— Q 0 03 [n a w W U 0 v U il Q a > Q Q I_ w a Q W F- a 2 0n > Z 0 w w_I Q C m Q W w 0 W >- N UO 0 2 0 Q 2 Q J Q 0 0 W a CO CC (' O .O Ll o U- J I— Z J o W (1)) 0 N 1— N m J 2 w Q p U 0 0 0 0 0 0 0 0 0 0 J Q W 0H p *c1- 0 0 so 0 F— OU 0 0 1 i i H o J 0 � N N N N N N - V) N V) N V) N N V) L �..� L �--' L JJ L }J 4 (0 C (0 C f0 C (0 C (0 C C 0 U 0 U 0 U 0 U 0 V ..„$._ ... .‘J> ,\, Ni -s `4� C) °o . 0 0 00 LL LL IL LL �/ L r� L L ' c �-- a ff, -� c {` c c c C L W ` f J J 'a ri J _ c TS J tV\ - • 'V ,- C D L V L 'V ,- @ 0 a (0 a (0 a (0 a p p 0 o o / ' -1 Is. CT N N y/} (.0. N Q U LL LL LL W J _J J J _o 0 LC) O O tC) co � ,- O CC LU r-• em U) tn In U) N >- >- v v Cr v o Q N in 63 i- 2 u u �Ni v Z LU W W W LU Q F- a a a a cn — a a a 0- H J 0 cc cc rx OZ H 0 O O 0 (n OJ w W v~i U) v~i 2 W J 2 a a a a W 0- U W I 2 2 I F- -J LI) J a 2 Q CL W O E N m v D 1 O O O I— (i) Z J W LU QI-- C) HQ o 0 0 0 J O I- ri 0 0 0 0 a I—CL al W O J ND D N N N N 0 (f) Q N _N N_ N N 7r •71-N t �f V � �, J u1 Q o o '7 ' _ N N L) {n E> 4 i Cl)LA i CO C r0 C CO C C F- `� u 4 0 0 0 � o o o 0 0 U w w w H "r � a 0 a erg a C a Z I c v i - - -D L rCo a ro a (Oo a cco a Zo v~ !? CL V v VT 1- 2 u. li ti LL J J J J 0 1 0- 0 C. 0 p. C O CN ^ ^ U %[) OJ 'Cl' O a) N M (n v v v C C = = = = N Z .6+ D J a lo U U U U v � v Cl)a) W W Lu W ra N a a a a LU a a a a — v) 0 u u u U c 2 CC c CC > W 1- F- F- H O) H U D D D u W LL.1 LL1 al Lu 0 0 0 c Q u Z HI- CO Lij Q 0 0 N co 0 � J J < U w 0J W 0 0 0 0 0 a) H 0 U o 0 0 o •u 0 so so so so E• b w m D v v v v c 1— �V o 0 'Cl 7t- ? N � 3 'V J n In E a) 4J a) 4-, (p C (13 713 U, Q E r C p C C a) a) E E a) a a a a r }J .1-) .3 E E a) a) m m a) a) 1/1 ra ca m O _0 m m H I-- z z O 0 Q Q _J _J Q Q H H O 0 F- 1- SECTION E General Notes and Specifications General Notes: 1. The contractor will establish the project control point,points of tangency,pi's(points of intersections), point of curvature(pc,pi and pt)and bench mark at the beginning and end of the project. 2. The contractor shall furnish all lines,grades and benchmarks, other than those specified above. Notify the Engineer immediately if discrepancies are discovered in the horizontal control or the benchmark data. 3. References to manufacturer's trade name or catalog numbers are for the purpose of identification only. Similar materials from other manufacturers are permitted if they are of equal quality, comply with the specifications for this project,and are approved,except for roadway illumination, electrical,and traffic signal items. 4. The lengths of the posts for ground mounted signs are approximate. Verify the lengths before ordering these materials to meet the existing field conditions and to conform to the minimum sign mounting heights shown in the plans. 5. Unless otherwise shown on the plans or otherwise directed,commence work after sunrise and ensure construction equipment is off the road by sunset. 6. Do not mix or store materials, or store or repair equipment, on top of concrete pavement or bridge decks unless authorized by the Engineer. Permission will be granted to store materials on surfaces if no damage or discoloration will result. 7. Assume ownership of debris and dispose of at an approved location offsite by contractor at no additional pay. Do not dispose of debris on private property unless approved in writing by the Engineer. 8. Contractor shall water construction area a minimum of 3 times per day or as directed by the Engineer or Owner. 9. Control the dust caused by construction operations. For sweeping the finished concrete pavement, use one of the following types of sweepers or equal: Tricycle Type Truck Type-4 Wheel Wayne Series 900 M-B Cruiser II Elgin White Wing Wayne Model 945 Elgin Pelican Mobile TE-3 Mobile TE-4 Murphy 4042 10. Schedule construction operations such that preparing individual items of work follows in close E 1 sequence to constructing storm drains in order to provide as little inconvenience as practical to the businesses and residents along the project. 11. Contractor shall limit his work zone for pavement demolition and concrete placement as shown in Traffic Control Plans by each phase. 12. Schedule work so that the base placement operations follow the subgrade work as closely as practical to reduce the hazard to the traveling public and to prevent undue delay caused by wet weather. 13. When design details are not shown on the traffic control plans,modifications to the proposed traffic control plan to meet site conditions by either adding more detour,warning and traffic signs as approved by the engineer shall not be paid for separately but shall be considered subsidiary to the traffic control bid items.Temporary pavement markings will be paid for under its unit bid item cost. Signs and arrows shall conform to the latest"Standard Highway Sign Designs for Texas"manual. 14. City forces will maintain the existing section of streets and its appurtenances not a part of this project except that those sections damaged by the contractor's forces shall be repaired by the contractor at his entire expense. 15. The contractor shall be responsible for all maintenance of the travel way and appurtenances within the barricades for the duration of the project.No direct payment will be made for maintenance of the travel way and appurtenances within the barricades,but shall be subsidiary to various bid items. 16. All authorized waste material shall become the property of the contractor and shall be disposed of at a place off the right-of-way and approved by the engineer. 17. The contractor shall maintain adequate drainage throughout the limits of the project during all construction phases. 18. The contractor shall allow city forces to enter this project to accomplish such work as shown in the plans(by others) and as may be deemed necessary by the engineer. 19. All drainage structures shall be cleaned and outfall channels unobstructed at the time of acceptance by the city. 20. Ingress and egress to adjacent property shall be maintained by the contractor at all times. 21. Unless otherwise provided,the owner shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the owner and the owner shall bear all related costs of test inspections and approvals. The contractor shall give the engineer timely notice of when and where tests and inspections are to be made so that the engineer may be present for such procedures.All testing shall be in accordance with the test methods provided for under the appropriate standard specifications for the various items. 22. Contractor shall notify City of Port Arthur Emergency Management prior to any road closures. 23. The approximate locations of the known underground utility installations are shown on the plans. E 2 The contractor shall be responsible for confirming the exact location of these utility lines and of any others which may exist. It shall be the contractor's responsibility to notify the utility involved in case of conflict or damage and the contractor shall be held responsible for any damage that occurs due to negligence.Where the contractor encounters abandoned lines that interfere with the construction of this project,such lines shall be removed and disposed of by the contractor.There will be no direct payment for this work and it shall be considered subsidiary to the various bid items in the contract. Before excavating near existing utilities,contact the utility companies or the utility coordinating committee for exact locations to prevent damage or interference with present facilities.Notify the utility coordinating committee and the Texas One Call System at the following numbers: Texas Gas Service 409-963-7125 Entergy Mr.Ethan Becker 409-785-2237 AT&T Mrs.Keri; Shay (Port Arthur) 409-924-1669 Time Warner Communications Mr. Hercel Stracener 409-720-5501 City of Port Arthur Director of Utility Operations Dr. Hani Tohme,PE 409-983-8226 City Engineer Mr.Alberto Elefano,PE 409-983-8189 Water Distribution Mr. Darrell Harmon 409-718-2442 Sewer Conveyances Mr.Jerome Hudson 409-543-3839 Drainage Superintendent Mr. Brad Brown 409-549-0738 Emergency Services 409-983-8600 Texas Department of Transportation Mr.Kenneth Wiemers,PE 409-924-6521 Jefferson County Drainage District No. 7 Mr. Phil Kelley 409-985-4369 Buckeye Pipeline Mr.Jeronimo asas, Sr. 963-776-2580 Texas One Call System 1-800-245-4545 Dig-Tess 1-800-344-8377 This action does not relieve the Contractor of the responsibilities under the terms of the contract or the plans and specifications.Damage caused by the Contractor's operations shall be repaired and restored E 3 to service in a timely manner at no expense to the City. 24. Notify the Engineer at least 48 hours before constructing junction boxes at intersections of storm drains and utilities. 25. Install or remove poles,street lights and luminaires located near overhead or underground electrical lines using established industry and utility safety practices.Consult the appropriate utility company before beginning such work. 26. If overhead or underground power lines need to be de-energized, contact the electrical service provider to perform this work. Costs associated with de-energizing the power lines or other protective measures required are at no expense to the City. 27. If working near power lines,comply with the appropriate sections of Texas State Law and Federal Regulations relating to the type of work involved. 28. Perform electrical work in conformance with the National Electrical Code(NEC)and City standard sheets. 29. All materials,labor and incidentals required for the contractor to provide for traffic across the streets and for temporary ingress and egress to private property shall be furnished by the contractor at no additional cost to the city and shall be considered as incidental to the various bid items in this project. 30. The contractor shall furnish a certified tabulation of measurements,tare weights and allowable legal gross weight calculations for all trucks,etc.,prior to their use on the project. Each truck shall be identified by a permanent and plainly legible number located on the truck and on the bed of the truck and/or trailer. 31. Any storm water permit and associated fees required for construction of this project shall be at the contractor's expense.Also,any temporary erosion,sediment and water control measures required shall be in accordance with the details shown in the plans and all work and materials required shall be paid for under the item"Temporary Erosion, Sedimentation&Environmental Controls". 32. Storm water grading permit is required for this project and shall be filed by the contractor at the contractor's expense. 33. Procure all the necessary city and/or state permits and licenses before the start of this project. 34. Prepare,maintain and submit for approval,a project schedule using CPM or similar project planning method.Also,submit contractor's contact personnel's telephone or cell phone numbers in case of emergencies during and after working hours. 35. Move existing signs, mailboxes, delineators and any other similar obstructions that interfere with construction to temporary locations approved by the engineer. Move them back to their permanent positions when the work progresses to the point where this is possible. Place the sign post back in accordance with the applicable standard sheets. (Pozloc System). This will not be paid for directly and will be considered subsidiary to various bid items. 36. The contractor shall maintain adequate drainage throughout the limits of the project during all construction phases. The contractor will provide all necessary labor, equipment, temporary E 4 conveyance materials and all other incidentals and cost associated with this task to prevent flooding of roadway pavements,roadside ditches and properties on areas were construction work has started and/or on areas within project limits that will affect public safety and property damage during a storm event. Storm water will be conveyed and discharged into existing and new storm sewer structures. This work will not be measured or paid for directly but will be subsidiary to pertinent items. On areas within scope of work where water is ponding and or flooding during a rain event and as directed by the engineer, the contractor shall provide drainage and maintain temporary drainage structures and facilities which are necessary to facilitate drainage. All incidental labor, equipment,temporary material and incidental cost will not be measured or paid for directly but will be subsidiary to pertinent items. 37. The approximate location of the known underground utility installations is as shown on the plans. Confirm the location of these utility lines and the exact location of any others which may exist. Assume full responsibility of the notification to the utility involved in case of conflict or damage and he/she shall be responsible for damage that occurs due to his/her negligence.Remove and dispose of abandoned lines encountered that interfere with the construction of this project. Consider this work to be subsidiary to the various bid items of the contract. 38. Care shall be taken when moving existing property irrigation or sprinkling water facilities and its appurtenances that interfere with construction. Contractor shall temporarily relocate or disassemble,disable, and plug these facilities at their temporary location. Contractor shall restore, reconnect and activate property irrigation or sprinkling facilities its original condition or better when work is completed. This work will not be measured or paid for directly but will be subsidiary to pertinent items. E 5 GOVERNING CONSTRUCTION SPECIFICATIONS The governing construction specifications applicable to this work are the Texas Department of Transportation(TXDOT)2014 Standard Specifications for Construction of Highways,Streets and Bridges as adopted by the State of Texas. These items which are listed below and which are contained in the TX DOT 2014 Standard Specifications are hereby adopted and made part of the Contract Documents to the same extent as if they were herein reproduced in full subject to such modifications, revisions or supplements as may appear in the section entitled Special Provisions in these Contract Documents to follow: Standard Specifications: Item 100 Preparing ROW Item 104 Removing Concrete Item 105 Removing Stabilized Base and Asphalt Pavement(110)(132) Item 110 Excavation(105)(132)(210) Item 132 Embankment(110)(105)(210) Item 164 Seeding for Erosion Control Item 210 Rolling Item 260 Lime Treatment Item 300 Asphalts,Oils,and Emulsions Item 340 Dense-Graded Hot-Mix Asphalt(Method)(300)(301)(320)(520)(585) Item 360 Concrete Pavement(354)(421)(420)(438)(440)(529) Item 400 Excavation and Backfill for Structures(132)(402) Item 402 Trench Excavation Protection Item 432 RipRap(400)(402)(421)(440) Item 464 Reinforced Concrete Pipe(400)(402) Item 465 Manholes and Inlets(400)(402)(420)(421)(427)(440)(442)(471) Item 496 Removing Structures(400)(402) Item 500 Mobilization Item 502 Barricades, Signs,&Traffic Handle Item 506 Temporary Erosion, Sedimentation and Environmental Control Item 530 Driveways and Turnouts(247)(276)(360)(421)(440) Item 531 Sidewalks(276)(360)(421)(440) Item 644 Small Roadside Sign Support and Assemblies(421)(440)(441)(442)(445)(636)(643)(656) Item 656 Foundation for Traffic Control Devices(400)(416)(421)(440)(441)(442)(445)(447)(449) Item 760 Ditch Cleaning and Reshaping(110)(132)(400) Special Specification Item 4122 Thermoplastic Pipe(400)(402) E 6 ITEM 5: CONTROL OF WORK Any earthwork cross-sections,computer printouts, data files and any other information provided is for non-construction purposes only and it is the responsibility of the prospective bidder to validate the data with the appropriate plans, specifications and estimates for the projects. Contact the City of Port Arthur located at 444 4th Street(409)983-8600 for information on availability. ITEM 7: LEGAL RELATIONS AND RESPONSIBILITIES Furnish all materials, labor and incidentals required to provide for traffic across the highway and for temporary ingress and egress to private property in accordance with article 7.7 of the standard specifications at no additional cost to the City. This shall be incidental to the bid items on this project. ITEM 8: PROSECUTION AND PROGRESS Gather information and direct attention to the aspects of adjoining projects that may be in progress during the construction of a portion of this project. Plan and prosecute the sequence of construction and the traffic control plan with adjacent construction projects so as not to interfere with,or hinder the completion of the work in progress on the adjoining projects. Coordinate projects to ensure an uninterrupted flow of traffic. It is agreed that six(6)calendar rain days per month have been added to the contract time listed below. The total construction time for this project is 210 calendar days plus the calculated 42 rain days, to equal a total contracted completion time of 252 calendar days. Contractor shall notify the Engineer or Owner on the day the Contractor claims he cannot work due to rainy weather in accordance with General Conditions. All unforeseeable causes of delay or inclement weather shall be counted, noted and submitted to the Engineer on a monthly basis. The Contractor shall submit, in writing, to the Engineer within ten calendar days after the allotted total calendar rain days have all been used. Any request for time extension by the Contractor must meet the requirements established in the General Conditions and submitted in writing to the Engineer for consideration. Substantially complete the project in 252 calendar days. The road-user cost liquidated damages is$500.00 per day. E 7 BID ITEM NOTES ITEM 100: PREPARING ROW • Prepare the right of way and designated easements for construction operations by removing and disposing of all obstructions in areas where Proposed ROW is shown. This item also includes removing all obstructions, and pruning trees and shrubs for construction operations that are not specifically shown on the plans on existing ROW. ITEM 104: REMOVING CONCRETE • All concrete(driveways and sidewalks)will be saw cut to full depth at connection points to existing pavements. Saw cutting of all concrete areas shown in plans or as directed by the engineer will not be measured or paid for directly but will be subsidiary to pertinent items. • All materials removed for driveways including concrete and/or base will be included in the cost for this pay item. • All driveways shown in plans will be removed up to the right-of-way(ROW)line or to the specified concrete joints as shown in plans. • Measurement and payment for this item will be by the square yard. ITEM 105: REMOVING STABILIZED BASE AND ASPHALT PAVEMENT • All asphalt and rock drives will be removed to full depth at connection points to existing pavements. Asphalt and rock depths will vary and will be measured and paid for according to this item. • All driveways shown in plans will be removed up to the right-of-way(ROW)line. • Measurement and payment for this item will be by the square yard. ITEM 110: EXCAVATION • All excavated material not used on this project shall be the property of the contractor and disposed of at a site approved by the engineer. There will be no direct payment for hauling of excess excavated material but shall be considered subsidiary to this item. • Excavation shall be a plans quantity measurement item as shown in the cross sections in its original position. Additional compensation will be considered for extra excavation due to field changes which effects the total quantity more than 5%. • The existing roadway consisting of base and asphalt(driveways, pavement, etc.) will be removed to full depth at connection points to existing pavements. Existing depth of asphalt layer is 0.5", with a limestone base depth of 3.5". However, Contractor shall remove to the depths required for the proposed section planned and in accordance to the cross sections shown in the plans.The bottom 6" shall be mixed with lime per Item 260 Lime Treatment and as outlined in the Geotechnical Report for subgrade preparation. • The milled materials shall be removed and hauled off.The removed materials shall be the property E 8 of the contractor and disposed of at a site approved by the engineer.There will be no direct payment for hauling of the removed material and shall be considered subsidiary to this item. • Upon removal of asphalt and base materials, the bottom 6" shown in the cross sections shall be mixed with lime per Item 260 Lime Treatment and as outlined in the Geotechnical Report for subgrade preparation. The subgrade shall be moisture conditioned and compacted to at least 95% of the maximum density at the optimum moisture content. The mixing and manipulation of lime shall be included in the price for Item 260. ITEM 132: EMBANKMENT • Provide Type A embankment unless otherwise indicated in the plans. • The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at unit price bid for Embankment in its final position as shown in cross sections in plans. • Compaction method specified shall be a density controlled compaction method as accordance with TxDOT Item 132 compaction methods. • For areas to receive seed or sod, provide a finished grade with the top 4 in. capable of sustaining vegetation(top soil). ITEM 164: SEEDNG FOR EROSION CONTROL • Contractor will use St. Augustine, as specified in Item 164 Seeding for Erosion Control" in accordance with the seed mix and rates as outlined for Permanent Urban Clay in the Beaumont District, over graded areas as shown on the plans. (all disturbed areas not paved within the right- of-way) • Distribute seed mixture uniformly from edge of roadway to ROW using hydro-mulch seeding method and will be measured and paid for by the acre. • The contractor shall maintain all seeded areas as shown on the plans by watering. There will be no direct payment for this work but it will be considered subsidiary to Item 164,"Seeding for Erosion Control". ITEM 210: ROLLING • The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent items. • Compact embankment, subgrade,base,surface treatment. ITEM 260: LIME TREATMENT(ROAD-MIXED) • Preparation and treatment of subgrade by addition of hydrated lime slurry,mixing and compacting to required lines,grades and typical sections. • Store and handle lime in weatherproof containers, bins, or buildings. Protect lime from any E 9 dampness or moisture until distribution on subgrade. • Materials and construction methods to conform to requirements of Item 260, "Lime Treatment (Road-Mixed)". • Subgrade shall be stabilized with six to eight percent hydrated lime by dry unit weight and compacted to a minimum of 95%of Standard Proctor Density(ASTM D-698), in accordance with Geotechnical Report. • Lime Slurry shall be measured by the ton and the manipulation of the lime during stabilization shall be by the square yard. ITEM 340: DENSE GRADED HOT-MIX ASPHALT • Type D PG64-22 at 2 inches will be used as an overlay surface for all tie-in transitions according to details shown in plans. Measurement and payment shall be per the square yard quantity. • The paving mixture shall consist of a uniform mixture of coarse aggregate,intermediate aggregate, fine,and asphalt material.Fine aggregate shall consist of manufactured sands,screenings,and field sands. • Each tie-in shall consist of asphalt,•and cement stabilized sand(of 2 sacks of cement per cubic yard) as shown in plan details and shall be included in the cost of this item. There will be no separate payment for cement stabilized sand. ITEM 360: CONCRETE PAVEMENT • Class P concrete shall be used for all concrete roadway pavements. • Deformed reinforcement bar size, spacing and placement shall conform to TxDOT (Houston District) Standard Jointed Reinforced concrete Pavement Detail JRCP. Spacing adjustments may be required at the edges on both sides of the proposed concrete pavement lane widths as shown in the contract drawings. • Wire mat reinforcements are not allowed for use on roadway construction for this project. Wire mat reinforcement will be allowed for use on driveways and sidewalk construction. • The contractor may use transit mix concrete in accordance with the item"ready-mix plants". • Where the pavement curb is left off for a later tie,provide the dowels or the tie bars as indicated on the paving detail sheets.The dowel bars and tie bars are subsidiary to the various bid items. • Repair portions of the concrete pavement surfaces that are damaged while in a plastic state before that area receives permanent pavement markings and opens to traffic. Perform repairs that are structurally equivalent to and cosmetically uniform with the adjacent undamaged areas. Do not repair by grouting onto the surface. • Set-retarding admixtures will not be allowed. E 10 • Hand-finishing of concrete pavement will be permitted as directed by the engineer. • Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the pavement and completed before 12 hours has elapsed. Any random cracking of the pavement, which in the opinion of the engineer, is due to incomplete sawing operation shall be removed and replaced at the expense of the contractor. • Class 5 self-leveling low modulus silicone sealant shall be used on this project. • All longitudinal and transverse joints shall be sawed. • Surface test Type"A" shall apply to this project. • Concrete placement will not be permitted when impending weather conditions, in the opinion of the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing work. • The contractor shall have on the job site sufficient burlap or polyethylene fabric,as directed by the engineer,to cover a section of concrete pavement 600 feet long and 16 feet wide. • Siliceous gravel will not be permitted in the mix design. • The dowel support assemblies used in concrete pavement shall be constructed using number 1/0 (0.306 inch diameter) wire in the main vertical members. Dowels shall be rigidly supported in parallel positions and shall be welded on one end to support the frame. The weld attachment shall be made alternately on opposite ends of successive dowels.The support assembly shall be subject to the approval of the engineer. • A minimum of 3/5th of each dowel bar shall be coated with hot-applied asphalt cement.The coating shall be placed on opposite ends of successive dowels. • Driveway grades are not to exceed 8%and shall not exceed 2%at sidewalk crossings. Maximum driveway widths are 24 feet for residential and 40 feet for commercial,measured at ROW. • Tie-in section at 60th Street shall consist of 8" of concrete pavement for the area specified in the plans. The small amount of thickened, 12", section will not be paid for separately but will be considered subsidiary to the concrete pavement item for 8"thickness. • Saw cutting of all joints(transverse expansion joints, longitudinal construction joints, longitudinal sawed joints, transverse sawed joints and others) will not be paid for separately, but shall be considered subsidiary to pertinent items. • Newly placed roadway pavement surfaces with crack(s)of any cause or nature will not be approved and accepted by the City. Crack(s) shall be repaired as shown on TxDOT Standard Full Depth Repair for Concrete Pavement FDR(CP)—05 before the acceptance of the project for maintenance by the Owner.This repair, including saw cutting of pavement full depth,reinforcing,tie and dowel bars, concrete and all incidental materials, saw cutting and sealing of joints, labor and equipment needed to complete the work shall be at the contractor's expense. ITEM 400: EXCAVATION AND BACKFILL FOR STRUCTURES E 11 • Structural excavation and cement stabilized sand backfill for pipes will not be paid for separately and will be considered subsidiary to the pertinent item. • Cement stabilized sand backfill shall be compacted in lifts not to exceed 12" and to a density of 95%unless otherwise directed by the engineer. • Cement stabilized sand backfill shall consist of sand and cement only. • Cement stabilized sand backfill material shall consist of 1-1/2 sacks of cement per cubic yard.The work performed and materials furnished in accordance with this Item will be considered subsidiary to the pertinent item. • Cement stabilized sand backfill shall be mixed in a stationary plant of the pugmill type. ITEM 402: TRENCH EXCAVATION PROTECTION • This item will be considered subsidiary to the pertinent items related to storm sewer and water line piping and structures as shown in plans and thus will not be paid for separately. ITEM 432: RIPRAP • Class B concrete shall be used for the proposed 4-inch concrete riprap as shown in plans. The Contractor shall submit a design mix and must meet TxDOT's minimum requirements for Item 421 Class B Concrete with a design strength of 2,000 psi. • Reinforcement shall be as specified in plans and shall meet TxDOT Specifications for Item 440 "Reinforcement for Concrete"and will be considered subsidiary to this item and will not be paid for separately. • The contractor may use transit mix concrete in accordance with the item"ready-mix plants". • Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the pavement and completed before 12 hours has elapsed. Any random cracking of the pavement, which in the opinion of the engineer, is due to incomplete sawing operation shall be removed and replaced at the expense of the contractor. • Class 5 self-leveling low modulus silicone sealant shall be used on this project. • All longitudinal and transverse joints shall be sawed. • Concrete placement will not be permitted when impending weather conditions, in the opinion of the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing work. • Saw cutting of all joints(transverse expansion joints, longitudinal construction joints, longitudinal sawed joints, transverse sawed joints and others) will not be paid for separately, but shall be considered subsidiary to pertinent items. E 12 ITEM 464: REINFORCED CONCRETE PIPE • Reinforced concrete pipe shall meet the requirements of D-load 1350 if used on this project. • Cutting holes in existing manholes or inlets,and/or connecting to existing storm sewers or culverts, will not be paid for directly but shall be considered subsidiary to the various bid items of the contract. • Cold applied preformed plastic gaskets, rubber gaskets or cold applied plastic asphalt sewer joint compound shall be used for all concrete boxes and reinforced concrete pipe installed on this project. Where existing culverts are required to be extended,the first joint will be sealed in accordance with item 464.3(4). • Excavation and cement stabilized backfill for pipes and structures shall be considered subsidiary to that pertinent item and will not be paid for separately. • The contractor may bid high density polyethylene (HDPE) as an alternate to reinforced concrete pipe at his option.However,reinforced concrete pipe is the primary design choice and must be bid. • Backfill requirements shall be in accordance with the excavation and backfill diagrams shown in the plans and with applicable specifications. • All pipes shall be backfilled at the end of each work day and secured in place to eliminate any displacement when rainfall occurs. • Soil-tight joints are required for this project.Any bends in the proposed pipe as shown in the plans shall be considered subsidiary to this item and will not be paid for separately and will be installed as shown in the plans. • Open, install, and backfill each section, or a portion of a section, in the same day at locations requiring pipe culverts under existing roadways. • When necessary, place the pipe drains across existing roadways half at a time to allow passage of traffic.No trenches may remain open overnight. • Provide leave-outs or holes in the proposed storm drain structures and pipes for drainage during interim construction.This work is subsidiary to the various bid items. • The flow line elevations of side road structures are based on the proposed ditches.Field verify these elevations and adjust them as necessary to meet the field conditions. Before placing these structures,prepare and submit for approval,the data(revised elevation,alignment, length,etc.)for the adjusted structures. ITEM 465: MANHOLES AND INLETS • Inlet "ring and cover" the dimensions and descriptions are shown on the plans. Dimensions may vary to the extent determined by the engineer.Contractor shall use East Jordan Iron Works or equal in lieu of the specified Vulcan materials as shown in the City of Port Arthur Details. • Excavation will be not be paid for directly but shall be considered subsidiary to this bid item. E 13 • Cement stabilized backfill shall be required around all inlets. The stabilized backfill shall not be paid for directly but shall be considered subsidiary to this item and installed as shown in the plans. • Class A concrete shall be used for the slope protection for the proposed manhole throat and shall meet a 28-day compressive strength of 3000 psi per TxDOT Item 421 Hydraulic Cement Concrete. This work and material shall be included in the price per each according to the proposed junction box or storm manhole as shown in plans. • Do not leave excavations or trenches open overnight. ITEM 496: REMOVING STRUCTURES • Excavation and backfill necessary for removal of structures will be considered subsidiary to this pay item. Backfill will be handled according to the specification, or as shown in plans, using existing excavated materials or other select material which has been approved by the Engineer. ITEM 500: MOBILIZATION • Mobilization shall not exceed ten(10)percent of the total construction items amount. ITEM 502: BARRICADES,SIGNS,AND TRAFFIC HANDLING • Submit changes to the traffic control plan to the Engineer. Provide a layout showing the construction phasing, signs, striping, and signalizations for changes to the original traffic control plan. • Furnish and maintain the barricades and warning signs, including the necessary temporary and portable traffic control devices,during the various phases of construction.Place and construct these barricades and warning signs in accordance with the latest "Texas Manual on Uniform Traffic Control Devices for Streets and Highways"for typical construction layouts. • Furnish additional barricades and signs to maintain traffic and motorists' safety when directed by the Engineer. Consider payment for these additional signs and barricades subsidiary to Item 502. • Cover work zone signs when work related to the signs is not in progress,or when any hazard related to the signs no longer exists. • The contractor shall provide access to intersecting streets and to properties and businesses adjacent to the ROW and maintain at all times unless otherwise directed and approved by the engineer.The contractor will contact the business or property owner at least five days in advance of the driveway closure. If the property has more than one driveway, only one access shall be closed at a time. If closure of a single access to any business is required, this activity shall be performed during off- peak hours or as directed and approved by the engineer. • The contractor may close a maximum of one intersection at a time and close no more than three residential driveways at any time. • The contractor may, with the approval of and as directed by the engineer, be required to vary the number and location of signs and barricades from that indicated on the plans. E 14 • Contractor shall not have exclusive use of the ROW but shall cooperate in the use of the ROW with the City of Port Arthur in the event of unforeseen utility adjustments.The contractor shall prosecute work in such a manner and sequence as to allow the adjustment to be made. • All construction traffic shall be regulated so as to cause a minimum inconvenience to the traveling public at all times.At times when it is necessary for trucks to stop,unload or cross roadway under traffic, warning signs and certified flaggers shall be provided as necessary to adequately protect public travel. • Signs, barricades, etc. listen heron are considered to be the minimum required for traffic handling in this project. • Keep the delineation devices, signs, and pavement markings clean. This work is subsidiary to the Item,"Barricades, Signs, and Traffic Handling". • If a section is not complete before the end of the workday,pull back the base material to the existing pavement edge on a 6H: 1V slope. Edge drop-offs during the hours of darkness are not permitted. • Do not mount signs on drums or barricades, except those listed in the latest Barricades and Construction standard sheets. • Use traffic cones for daytime work only. Replace the cones with plastic drums during nighttime hours. • Place positive barriers to protect drop-off conditions greater than 2 ft. within the clear zone that remain overnight. The traffic control plan (TCP) shall conform to the BC (1)-(12) standards and part VI of the Current Texas Manual Of Uniform Traffic Control Devices. • Remove all traffic control devices from the roadway, off of the right of way,when they are not in use. Devices scheduled to be used within 3 days may be placed along the shoulder of the roadway or right of way when not in use, or stored in other approved areas on the project. Cover any construction signs that are not in effect that are installed in a fashion that will not allow them to be removed from the right of way easily. • Use vertical panels instead of cones as traffic control devices. • Construct all work zone signs,sign supports,and barricades from material other than wood unless approved by the engineer. • Galvanize steel supports if used. Aluminum posts, if used, shall meet the following minimum thickness requirements: • Square Feet Minimum Thickness; • Less Than 7.5 0.080 Inches • 7.5 To 1.5 0.100 Inches • Greater Than 1.5 0.125 Inches E 15 • Plan the sequence of work so as to minimize inconvenience to the traveling public. Any changes to the traffic control plan shown in the plans must be approved in writing by the Engineer. Submit the revised plan for approval to the Engineer. • The approval by the engineer of the method and procedure the contractor plans to use to handle or detour traffic will not relieve the contractor of his responsibility for the protection of the traveling public. • Install temporary fence around the open pit by the end of each working day to safeguard pedestrian using the sidewalk.No payment shall be made for this work directly,but will be consider subsidiary to this item. • Temporary traffic signalization as shown in the plans and Additional temporary traffic signalization not shown in the plans that is required to meet actual site conditions as directed by the engineer will not be measured or paid for separately, but will be considered subsidiary to this pay item. • The Contractor shall submit to the City prior to start of any construction work, a hauling truck and construction vehicles route plan. This route plan shall show streets to be taken for trucks and vehicles either empty or hauling materials going in or out the construction areas scope of work. The Streets that are to be used as truck and vehicle routes shall be truck loads roadway bearing pavements. Upon approval of the Engineer, this truck routing plan will be strictly implemented. Any changes that is required as construction phases progresses will be reviewed and approved by the Engineer. This work will not be measured or paid for separately, but will be considered subsidiary to this pay item. Construction Exits will be considered subsidiary to this item if needed • The Contractor shall prepare the traffic Detour Plan that is not shown in this project at no additional cost. Any addition barricades, warning and detour signs, including the necessary temporary and portable traffic control devices to detour and control traffic during the construction will not be measured or paid for separately,but will be considered subsidiary to this pay item. ITEM 504: PROJECT MATERIAL TESTING • All project testing on this project will be specified in each item and paid for by the City of Port Arthur separately. ITEM 506: TEMPORARY EROSION,SEDIMENTATION AND ENVIRONMENTAL CONTROL • A Storm Water Pollution Prevention Plan(SWP3)is required. Since the disturbed area is more than 1 acre, a "Notice of Intent" (NOI) is also required. The NOI will be completed and filed by the Contractor according to the corresponding bid items. • Use appropriate measures to prevent,minimize, and control the spill of hazardous materials in the construction staging area. Remove and dispose of materials in compliance with State and Federal laws. • Before starting construction, review with the Engineer the SW3P used for temporary erosion control as outlined on the plans. Before construction, place the temporary erosion and sedimentation control management practices as shown on the SWP3. • Before starting grading operations and during the project duration, place the temporary or E 16 permanent erosion control measures to prevent sediment from leaving the right of way. • Implement temporary and permanent erosion control measures to comply with the Texas Pollution Discharge Elimination System(TPDES)general permit. • Schedule the sodding work as soon as possible after completing earthwork operations, restore and sod the disturbed areas in accordance with the City's specifications for permanent or temporary erosion control. ITEM 560: MAILBOX ASSEMBLIES • Mailboxes shown on the plans are approximate and may require relocation. Before placing them, obtain approval of the Engineer and then stake the exact locations. For this project, existing mailbox assemblies shall be removed, stored, and replaced. Any mailbox assemblies damaged during the removal or storage process shall be replaced with identical products at the Contractor's expense. ALL expenses, equipment, materials, and appurtenances required to remove and replace the existing mailboxes will be paid for under this item. ITEM 644: SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES • Sign locations shown on the plans are approximate. Before placing them, obtain approval of the Engineer and then stake the exact locations for these signs. For this project,existing signs shall be removed,stored,and replaced. Any signs or posts damaged during the removal or storage process shall be replaced with identical products at the Contractor's expense. ALL expenses, equipment, materials, and appurtenances required to remove and replace the existing small road signs will be paid for under this item. • Use the Texas Universal Triangular Slip Base with the concrete foundation for small ground mounted signs, unless otherwise shown in the plans. • When design details are not shown on the plans, provide signs and arrows conforming to the latest "Standard Highway Sign Designs for Texas"manual. ITEM 760: DITCH CLEANING AND RESHAPING • This item will be used to clean and regrade the existing ditches to the grades as shown in plans to provide adequate drainage for the existing and/or proposed roadway. Any excavation and backfill will be considered subsidiary and included in the price per linear foot. • This item will be used as shown in plans when ditch to be filled or excavated. Fill material shall be in accordance with Item 132 Embankment and excavation shall be in accordance with Item 110 Excavation but will be included in the cost per linear foot in this item to the depths shown in the plans to provide proper drainage. SPECIAL SPECIFICATION ITEM 7000: RELOCATE SANITARY SEWER CLEANOUT • The Contractor shall provide a price for the supplemental bid item to relocate any sanitary sewer cleanouts that may be in conflict. The Contractor shall notify the Engineer prior to relocation and will include any excavation and backfill necessary in the price for each to be paid for in this item. E 17 • Contactor shall provide all necessary pipe and fittings to extend or cut the existing sanitary sewer line and reconnect the existing sanitary sewer cleanout. This work shall be considered subsidiary to this item and will not be paid for separately. • Materials shall meet the cell classification of 1245 per ASTM D l 784,and all pipe and fittings shall meet the requirements of ASTM D3034. • Contractor shall install the relocated sanitary sewer cleanout and must maintain the separation distances or crossing requirements according to 30TAC Chapter 290, Subsection 290.44. If separation distances cannot be maintained and adjustments need to be made,the Contractor must first notify the Engineer. SPECIAL SPECIFICATION ITEM 4122: THERMO PLASTIC PIPE • The Contractor shall provide a price for the alternate bid items for TxDOT Special Specification Item 4122 for Polypropylene Pipe, Type S for the same size as shown in the plans for proposed storm sewer system. • Pipe shall meet all specified testing and as listed in TxDOT SS Item 4122 for polypropylene pipe meeting requirements of AASHTO M330. • Bedding and backfill shall be in accordance with the special specification listed and will be considered subsidiary to this item. All excavation and fill required for the piping and bedding will not be paid for separately. SPECIAL SPECIFICATION ITEM 7126: WATER LINE INSTALLATION • The Contractor shall expect, at a minimum,to cross utility service and should expect to encounter various abandoned utility lines throughout the project which are unknown and may require an adjustment to the alignment of the new line at no additional cost. • Water lines shall be installed to the alignment shown in the plans. Field adjustments to the alignments may be necessary to avoid unknown obstructions but must receive approval from the Engineer. • The Owner shall furnish potable water for hydrostatic testing and flushing of the water lines at no charge to the Contractor. • Contractor shall provide sampling points on newly installed water lines at no greater than every 1000 linear feet for the purpose of obtaining water samples for bacteriological testing. Samples cannot be obtained from the fire hydrants. • The Owner will perform all bacteriological testing with an approved testing laboratory.Contractor shall coordinate the sampling times with the Owner to avoid weekends or holidays. • When shown on plans, or as deemed necessary by the Contractor to facilitate installation of the new water lines, the Contractor shall install, disinfect, arrange for bacteriological testing, connect to the existing meter and maintain temporary water service lines at no additional cost to the Owner. All temporary lines must meet the minimum AWWA and TNRCC standards for potable water lines. E 18 • Contractor has option to substitute augered hole construction, in lieu of open cutting, to facilitate installation of new water lines at no additional cost to the owner. • There will be no separate payment for pipe bedding or backfill and will be included in the price per linear foot of water line pipe to be installed. • Contractor shall install 6-inch water line,shall be class 200 AWWA C-900 PVC pipe as shown in plans. • Water line fittings shall be compact ductile iron(all bell),Class 350,mechanical joint. Include cost of fittings in unit price bid per linear foot of water line pipe to be installed. • Water lines shall have a normal cover of 3'6" below finished top of grade or natural ground, whichever is lower. Vary flow line uniformly to depths and locations as shown on plans. • Fire hydrant assemblies shall be located where shown on plans and will be paid for as an entire assembly as shown in detail. This will include fittings and gate valves related to the fire hydrant assembly and will be paid for under this same item. • Gate valves and valve boxes will be paid for by the each as shown in plans and will include all fittings and backfilling as described in plans. Contractor shall provide valve box extensions where required to construct valve boxes flush with proposed grades as shown,at no separate pay. • Contractor shall provide adequate thrust blocking to withstand test pressures or to provide fittings with restrained joints.Contractor shall submit thrust blocking details to Engineer for approval prior to beginning this work. This will be considered subsidiary to this item and will not be paid for separately. • All newly installed pipes and related products must conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an organization accredited by ANSI. • All pipe for use in public water systems must bear the National Sanitation Foundation Seal of approval and have an ASTM design pressure rating of at least 150 psi. • All tie-ins or connections to City's water system, including plugging dead ends after water line has been cut,shall be performed by the Contractor.The Contractor must coordinate this work with the City Water Department and must include cost of connection in the price bid per linear foot of water 1 ine. • Contractor shall install blue reflector in roadway for all proposed valves and hydrants as shown in plans per City of Port Arthur standards. • The Contractor shall install a round 24"diameter(4"minimum thickness)precast round valve box pad for each proposed valve as shown in plans.The cost for this work shall be included in the price for each valve or for each fire hydrant assembly.There will be no separate payment for the precast valve box pad. • Contractor shall install the proposed water line as shown in plans and must maintain the separation E 19 distances according to 30TAC Chapter 290, Subsection 290.44. If separation distances cannot be maintained and adjustments need to be made,the Contractor must first notify the Engineer. END OF SECTION E 20 SECTION F BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Elite Contractors and Equipment,LTD as Principal, and Endurance American 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 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 24th day of July , 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 Paving Improvements on Willow Street 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. Elite Contractors and Equipment, LTD (L.S.)PRINCIPAL Gi Endurance American Insurance Company SURETY BY: Garrett Turner, omey-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. ENDURANCE AMERICAN INSURANCE COMPANY 114 POWEROFATTDRNEY Know alT911!Cm 6y Mese Present,that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the'Corporation"),with offices at 750 Third Avenue,New York, NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint MARY CATHERINE TURNER,GARRETT TURNER,MEGHANN CATHERINE TURNER its nue and lawful Attomey(s)-in-fact,at BATON ROUGE in the State of LA and each of them to have full power to act without the other or others,to make, execute,seal and deliver for and on its behalf bonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements, waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Co�po ft J,apy portion of the penal sum thereof in excess of the sum of TEN MILLION Dollars(510,000,000). Such bon •L. ':k..s..'Ag .�ggrwa pyrposes,when duly executed by said attomey(s)-in-fact,shall be binding upon the Corporation as fully and to the same extent as if signed by the President-. sr. .j.-tariiece7 fiu rate seal attested by its Corporate Secretary. Thisipp mtri made 13unde rarltl.bv airy of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011,a copy of ars below under the adin enllled'Certificate. Thi§otver of Attonfantrig and sealed csimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on dl dray of July, said resolute s not since been revoked,amended or repealed: REED,l a in granting pow of at pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011 Ne slgne;re-f i directors�ait til the seal of the Corporation maybe affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attome¢pcg�tificateaganng c fail signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. IN WITNE55Mf, REOF4tthe Coration has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 16th day of June,2017 at New York,New York. ''rrrrrnansa''`v (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST 48s k.' By RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 16th day of June,2017 before me personally came BRIAN BEGGS to me known,who being by me duly sworn,did depose and say that(s)he resides in NEW YORK,NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation,and that(s)he signed his(her) name thereto by like order? a , (Notarial Ssl g 3A.T•SES l'7 • ° � 9� ` s It-'exjA "''' � r' iv} Q . MO. Nicholas James Benenati,No Public-M Commission Expires C ERT1RCAE.-ggJZ•:HQN1UAYot)3E)Dw9N rY.Za— " STAMEaDF1VEwttcni kif: EXP. ; ss:MANHATTAN COUNTY SAt1fi ' .- . I,CHR18TG4It'F?0ARBd-ateof ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the"Corporation"),hereby certify: 1p 1. That thg original .er d eyof which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned tray oympared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July,2011 and said resolutions have not since been revoked,amended or modified: 'RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS Md be it further RESOLVED,that each of the individuals named above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obligations in surety or co- to �ke_kaIt of the Corporation.' 3.The y[irle t fuQrtt�h r�etrbfleSln above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof IN 'dF1ERE ha�pf�W1. L y hand and affixed the corporate seal this 24th day of July ,20 19 . Cfejiti (�Seal) ir{� 6/4:1 % a,c r1 d: CHRISTOPHER SPARRO,PRESIDENT ` Any reproductions are void. '''''' -• Primary Surety Claims Submission:swetybonddaims@sanpo-intl.com r'"'"rmmnuusm, ,•, Suety Gains Hotline:877.676-7575 Mailing Address:Surety Gains Department.750 Third Avenue-10th Floor.New York NY 10017 SECTION G 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 Receiv.d 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. Name of vendor who has a business relationship with local governmental entity. -"e_ CCArci-Q---17)iSaAck 4CA_Cpawd---- Jn 1 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) Name of local government officer about whom the information is being disclosed. Name of Officer _4_1 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 famil ember of the officer receiving or likely to receive taxable income, other than investment income, from the v dor? 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 met r of the officer AND the taxable income is not received from the local governmental entity? Yes No 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. 6J 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). 7- S 19 a of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/3012015 • CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30,2015 SECTION H 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 I ACC0REP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 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 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(AIC, (NC.No.Ext): Not: E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC p INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: 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. IN SR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR END POLICYNUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS GENERAL UABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ l POLICY I 1 E PRO- POLICY LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOS D AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS $ AUTOS (Per accident) UMBRELLALIAB _ OCCUR EACH OCCURRENCE $ EXCESS MB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YINTORYLIMITS ER I I ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) 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. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION J PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (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,S( ) 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 pan 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 duringIhe 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 stay 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 not be prior to date cf 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 K ROADWAY REPAIR BOND STATE OF TEXAS COUNTY OF JEFFERSON KNOW BY ALL MEN BYTHESE PRESENTS: That ofthe City of ,County of State of , as principal, and 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. Texas, a municipal corporation (owner) in the penal sum of $100.000 Dollars for the payment whereof the said principal and surety bind themselves and their heirs, administrators, executors, successors.and assigns,jointly and severally, by these presents; Whereas, the principal has entered into a certain written contract with City of Port Arthur, dated the day of ,for the which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Whereas, under the plans, specifications and contract, it is provided that the contractor will maintain and keep in good repair the existing public streets, roadways or utilities used by the contractor during the construction period. Herein contracted to do all necessary repairing and/or reconstructing in whole or in part of said streets and roadways that should be occasioned by settlement of foundation, damage to roadway surface, or damage to existing utilities in the roadway right of way. Be it understood that the purpose of this section is to cover all damage to existing streets, roadways and utilities accessed and utilized by said contractor during construction. The said contractor and surety shall be subject to the liquidation damages mentioned in said contract for each day's failure on it's part to comply with the terms of said provisions of said contract; NOW,THEREFORE, if the said contractor shall keep and perform it's said agreement to maintain and repair said existing public streets, roadways and utilities, then these presents shall be null and void and have no further effect. If default shall be made by the said contractor in the performance of it's contract to so maintain and repair said existing public streets, roadways and utilities, then these presents shall have full force and effect and said Owner shall have and recover damages from the said contract and it's principal and surety. It is further agreed that this obligation shall be continuing one against the principal and surety herein,and that successive recoveries may be hereon for successive breaches until the full amount shall have been exhausted. PROVIDED, the aggregate liability •Of surety hereunder is limited to the penal sum of this bond. ff WITNESS WHEREOF,the said principal and surety have signed and sealed this instrument this day Of , 2018. Principal Surety By: By: Title Title Address Address. The name and.address of the resident agent of surety is: NOTE:Date of Roadway Repair Bond must not be priorto date of contract. �r--- SECTION L 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: JO° IS Title: r:es;d ervi Company: 01 +-� Cc,+irc,cjfoi 5 a loot 40.-;Pf0e(LA t---Th Date: SUBSCRIBED and sworn to before me the undersigned authority by, . / the..�3/ hof, , on behalf of said bidder. y� J ,- C D. L Notary Public in and for the State of Texas My commission expires: ? -/y ` (l4_ "•N; NELL TOMUN ; iC My Notary ID#124501700 .•.', r:or,Et. Expirss March 18,2023 t SECTION M AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. el A-0 Ca( k(2fiCAo S 'OM)) cquiPAyvICAA 3o\\I 31 - 1Q) Firm Name Date 1?QGS} QL NA-,2i Authorized Signature Title 12Gck _>P::-)\s 1-1°5 C `3. o - Sa58 Name (please print) Telephone Bal504. 1 i‘jt.t; - l) . COlr-, Email STATE: Tt. X 4 S COUNTY:(2,12x.c__ SUBSCRIBED AND SWORN to before me by the above named 61114 G on this the 3/ 'N day of , I ,201 q . NELL TOMLIN /id( a A kid ,,2 My,Notary IDS 124501700 Notary Public ft,i,i.‘,,4,:!Y Expires March 18,2023 ... RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION N House Bill 89 Verification I, i Qi'C1< Saul S (Person name), the undersigned representative (hereafter referred to as "Representative") of 11'41.::' Co m e itie.}UZS vgt•1 o 'clui(-)-\ Y, C 1'04 (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. SI .N'ATURE OF REPRESENTATIVE SUBSCRIpED,AND SWORN TO BEFORE ME, the undersigned authority, on this /�r—dayof _. '�� , 20/�l . � U (7. i_z_ei ----. . / '' Notary Public :'�''�'"'� • NELLTOMLIN 3 • My Notary ID#124501700 „',' ,' Expires March 18,2023 SECTION 0 SB 252 CHAPTER 2252 CERTIFICATION I, 1czc:C k SYS 01 S the undersigned and representative of '11‘ CO Of nC4 012 S eCy()kVA ren f: ►'V� (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. 612L-ck SAO/S Name of Company Representative (Print) 4101111. ture of Company Representative July 31 - I Date SECTION P 4122 Special Specification 4122 :31f't Thermoplastic Pipe °�Teams ' Transportation 1. DESCRIPTION Furnish and install thermoplastic pipe for constructing thermoplastic pipe culverts. Provide pipes of the sizes, types,design,and dimensions shown on the plans including the connections and joints to new or existing pipes,sewer,manholes,inlets,headwalls,and other appurtenances as required to complete the work. 2. MATERIALS Furnish materials in accordance with the following: • Item 400,"Excavation and Backfill for Structures," • Item 401,"Flowable Backfill,"and ■ Item 467,"Safety End Treatment." Unless otherwise specified on the plans or in this Item,provide thermoplastic pipe and joint fittings that conform to the following: 2.1. High Density Polyethylene(HDPE)Pipe. 2.1.1. General.Provide high density polyethylene pipe and fittings meeting the requirements in AASHTO M 294. 2.1.2. Raw Materials.Provide HDPE pipes and fittings manufactured from virgin polyethylene(PE)compounds, conforming to the requirements of cell class 335400C as defined and described in ASTM D 3350,except that the maximum allowable carbon black content is 4%.Use PE compound meeting the environmental stress crack resistance according to the NCLS test set forth in AASHTO M 294. 2.1.3. Designation of Type.For HDPE pipes used in gravity flow drainage applications,use Type S(outer corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or spirally with projections or ribs). 2.1.4. Section Properties.The minimum wall thickness of the inner walls of Type S pipe and inner the outer walls of Type D pipe is specified in Section 7.2.2 of AASHTO M 294.The pipe stiffness at 5%deflection,when determined in accordance with ASTM D 2412,is specified in Section 7.4 of AASHTO M 294. 2.2. Polyvinyl Chloride(PVC)Pipe. 2.2.1. General.Provide polyvinyl chloride pipes and fittings meeting the requirements of ASTM F 949. 2.2.2. Raw Materials.Provide PVC pipes and fittings manufactured from PVC compounds which conform to the requirements of cell class 12454as defined and described in ASTM D 1784. 2.2.3. Section Properties.The minimum wall thickness is specified in ASTM F 949,Table 1.The pipe stiffness at 5%deflection,when determined in accordance with ASTM D 2412,is specified in ASTM D 2412,Table 1. Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of pipe furnished,and verifies that the pipe complies with the specifications.Submit a certificate of compliance to the Engineer for review and approval.Provide a certificate including the following information: manufacturing plant,date of manufacture, pipe unit mass,material distribution,pipe dimensions,water inlet area, pipe stiffness,pipe flattening,brittleness,ASTM resin cell classification,and workmanship. P 1 08-18 Statewide 4122 2.3. Polypropylene Pipe. 2.3.1. General.Provide polypropylene pipe and fittings meeting the requirements of AASHTO M330. 2.3.2. Raw Materials. Provide polypropylene compounds used to manufacture the pipe and fittings that meet the minimum properties in Section 6.1.1 of AASHTO M330. . 2.3.3. Designation Type: For polypropylene pipes used in gravity flow drainage applications use Type S(outer corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or spirally with protections or ribs). 2.3.4. Section Properties. Provide the minimum wall thickness of the inner walls for Type S pipe and both the inner and outer walls of Type D pipe that meet the requirements in Section 7.2.2 of AASHTO M330. The pipe stiffness at 5%deflection will meet the requirements in Section 7.4 of AASHTO M330. 2.4. Testing: Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of pipe furnished, and verifies that the pipe complies with the specifications. Submit a certificate of compliance to the Engineer for review and approval.Provide a certificate including the following information: manufacturing plant,date of manufacture,pipe unit mass,material distribution, pipe dimensions,water inlet area, pipe stiffness,pipe flattening,brittleness,ASTM resin cell classification,and workmanship. 2.5. Inspection.The quality of materials,the process of manufacture, and the finished pipe will be subject to inspection and approval by the Engineer at the manufacturing plant.In addition,the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. 2.6. Marking. Furnish pipe clearly marked at maximum 12 ft.intervals and clearly mark fittings and couplings as follows: • manufacturer's name or trade mark, • nominal size, • specification designation (e.g.AASHTO M 294,ASTM F 949,AASHTO M330), • plant designation code,and • date of manufacture. 2.7. Joints. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. Suitable joints are the following: • Integral Bell and Spigot.Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged.Ensure the spigot end has an 0-ring gasket that meets ASTM F 477. • Exterior Bell and Spigot. Fully weld the bell to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. Provide the spigot end with an 0-ring gasket that meets ASTM F 477. Joint type definitions are the following: • Soiltight Joints.Joints meeting the soiltightness definition in accordance with AASHTO Standard Specifications for Highway Bridges, Section 26.4.2.4. • Watertight Joints.Joints meeting the requirements of ASTM D 3212. If no joint type is specified, provide a watertight joint. P 2 08-18 Statewide 4122 3. END SECTIONS For pipe installations beneath and adjacent to roadways, provide Type II Precast Safety End Treatments. For cross drainage structures use TxDOT's PSET-SC standard and for parallel drainage structures use TxDOT's PSET-SP standard. 4. CONSTRUCTION Construct the pipe at locations shown on the plans or as directed.Only trench installation of thermoplastic pipe will be permitted. 4.1. Excavation.Excavate in accordance with Item 400,"Excavation and Backfill for Structures." Provide enough trench width for the pipe installation and to ensure enough working room to properly and safely place and compact materials placed under haunches of the pipe and other embedment materials. Provide a space between the pipe and trench wall that is greater than that of the compaction equipment used in the pipe zone. When using Type I backfill,the minimum allowable trench width is the pipe outside diameter plus 12 in. When using Type II or Type III backfill,the minimum allowable trench width is specified in Table 2. Table 2 Minimum Trench Width Nominal Pipe Diameter(in.) Minimum Trench Width(in.) 18 39 24 48 _ 30 57 36 66 42 75 4.2. Installing Pipe in Embankment.If any portion of the pipe projects above the existing ground level,construct an embankment as shown on the plans or as directed,for a minimum distance outside each side of the pipe location of 5 times the diameter and to a minimum elevation of 2 ft. above the top of the pipe.Next,excavate the trench to a width as specified in Section 4.1. In areas with a high water table,install the thermoplastic pipe in accordance with the manufacturer's recommendations to prevent pipe floatation. 4.3. Shaping and Bedding. Bed the pipe in a foundation of compacted cohesionless material,such as sand, crushed stone,or pea gravel,with a maximum allowable size of 3/8 in. Extend this material a minimum of 6 in.below the outermost corrugations or ribs,and carefully and accurately shape it to fit the lowest part of the pipe exterior for a minimum of 10%of the overall height.When requested by the Engineer,furnish a template for each size and shape of pipe to be placed for use in checking the shaping of the bedding. Provide a template consisting of a thin plate or board cut to match the lower half of the cross section of the pipe. 4.4. Handling and Storing Pipe. Store pipe above ground on adequate blocking.Always keep pipe clean and fully drained during storage.Store the PVC pipe and fittings out of direct sunlight. Handle and store thermoplastic pipe in accordance with the pipe manufacturer's instructions. Provide proper facilities for hoisting and lowering the pipe into the trench without damaging the pipe or disturbing the bedding or the walls of the trench. 4.5. Laying Pipe. Unless otherwise authorized,start laying pipe on the bedding at the outlet end with the separate sections firmly joined together.Hoist and lower sections of pipe into the trench without damaging the pipe or disturbing the bedding or the sides of the trench.Remove and re-lay any pipe that is not in alignment or that shows excessive settlement after laying,at no expense to the Department. P 3 08-18 Statewide 4122 Lay multiple installation of thermoplastic pipe with the centerlines of the individual barrels parallel. Unless otherwise shown on the plans,maintain the clear distances between outer surfaces of adjacent pipes shown in Table 3. Table 3 Minimum Clear Distance Between Pipes Nominal Pipe Diameter(in.) Min.Clear Distance Between Pipes(in.) 18 14 24 17 30 20 36 23 42 26 4.6. Reusing Existing Appurtenances.When existing appurtenances are specified on the plans for reuse, sever the portion to be reused from the existing culvert and move it to the new position previously prepared, by approved methods. Provide connections conforming to the requirements for joining sections of pipes as indicated in this specification or as shown on the plans.Restore any headwalls and any aprons or pipes attached to the headwall that are damaged during moving operations,to their original condition,at no expense to the Department.The Contractor has the option to remove and dispose of the existing headwalls and aprons and construct new headwalls at no expense to the Department,in accordance with the pertinent specifications and design indicated on the plans or as furnished by the Engineer. 4.7. Sewer Connections and Stub Ends. Make connections of pipe sewer to existing sewers or sewer appurtenances as shown on the plans or as directed. Mortar or concrete the bottom of the existing structures,if necessary,to eliminate any drainage pockets created by the new connection.Where the sewer is connected into existing structures which are to remain in service,restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer.Seal stub ends,for connections to future work not shown on the plans,by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. 4.8. Backfilling.Backfill from the pipe bedding up to 1 ft.above the top of the pipe to provide necessary structural support to the pipe and control pipe deflection.Take care when placing and compacting the backfill material. Provide uniform backfill material and uniform compacted density throughout the length of the pipe, to avoid unequal pressure. Use care to ensure proper backfill under the pipe,in the haunch zone. Provide backfill material meeting the following specifications: • Type I—Provide backfill consisting of flowable fill in accordance with Item 401,"Flowable Backfill."Place the flowable backfill across the entire width of the trench and maintain a minimum depth of 12 in.above the pipe.Wait a minimum of 24 hr. before backfilling the remaining portion of the trench with other backfill material in accordance with Item 400,"Excavation and Backfill for Structures." • Type II—Provide backfill consisting of cement stabilized backfill in accordance with Section 400.3.3.4, "Cement Stabilized Backfill."Place and compact cement stabilized backfill to completely fill any voids. • Type III—Provide backfill consisting of hard,durable,clean granular material that is free of organic matter,clay lumps,and other deleterious matter. Provide backfill meeting the gradation requirements shown in Table 4.Place the backfill material along both sides of the completed structure to a depth of 12 in.above the pipe. Place the backfill in uniform layers a minimum 6 in.deep(loose measurement),wet if required,and thoroughly compact it between adjacent structures and between the structure and the sides of the trench. Until a minimum cover of 12 in.is obtained,only hand-operated tamping equipment will be allowed within vertical planes 2 ft.beyond the horizontal projection of the outside surfaces of the structure. If using Type III backfill, place filter fabric between the native soil and the backfill. Use filter fabric conforming to the requirements of DMS-6200,"Filter Fabric,"Type 1. P 4 08-18 Statewide 4122 Table 4 Gradation Requirements for Type Ill Backfill Material Sieve Size Percent Retained (Cumulative) 1 in. 0-5 7/8 in. 0-35 1/2 in. 0-75 3/8 in. 0-95 No.4 35-100 No. 10 50-100 No.200 90-100 4.9. Protecting the Pipe.Unless otherwise shown on the plans or permitted in writing,do not use heavy earth- moving equipment over the structure until a minimum of 4 ft.of permanent or temporary compacted fill is placed over the top of the structure. Before adding each new layer of loose backfill material,until a minimum of 12 in.of cover is obtained,an inspection will be made of the inside periphery of the structure for local or unequal deformation caused by improper construction methods. Evidence of such will be reason for corrective measures as may be directed. Remove and replace pipe damaged by the Contractor at no expense to the Department 5. MEASUREMENT This Item will be measured by the foot.Measurement will be made between the ends of the pipe barrel along the flow line,not including safety end treatments.Safety end treatments will be measured in accordance with Item 467,"Safety End Treatment."Measurement of spurs,branches,or connections to existing pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets,headwalls,catch basins,manholes,junction chambers,or other structures are included in lines of pipe,the length of pipe tying into the structure wall will be included for measurement,but no other portion of the structure length or width will be included. For multiple pipes,the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item.The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2.,'Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Thermoplastic Pipe"of the size and backfill type specified.This price is full compensation for furnishing,hauling,placing,and joining pipes;connecting to new or existing structures; moving and reusing headwalls where required;removing and disposing of portions of existing structures as required;cutting of pipe ends on skew;and labor,tools,equipment,and incidentals. Excavation, shaping,bedding,and backfill will be paid for in accordance with Item 400,"Excavation and Backfill for Structures." Type I backfill will be paid in accordance with Item 401, "Flowable Backfill." Safety end treatment will be paid for in accordance with Item 467,"Safety End Treatment." P 5 08-18 Statewide SECTION Q Lind & Associates, Inc. dba T & N Laboratories & Engineering Sense Engineering" 1,s t .r GEOTECHNICAL REPORT WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT WILLOW AVENUE RECONSTRUCTION IN PORT ARTHUR, TEXAS Project No.: 18062 Joh No.: 8093.1 Submitted to: ARCENEAUX, WILSON & COLE do Mr. Derek Graffagnino Port Arthur,Texas Van 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727.6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report#18062— 80931) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS &DISCUSSION 4 SITE PREPARATION 4 PAVEMENT SUBGRADE 5 FLEXIBLE PAVEMENT DESIGN 5 STRUCTURAL AND SELECT FILL MATERIAL 5 DRAINAGE 6 QUALITY CONTROL 6 LIMITATIONS 7 ILLUSTRATIONS BORING LOCATION PLAN BORING LOGS #B-1 THROUGH B-3 KEY TO SOILS CLASSIFICATION & SYMBOLS GENERAL NOTES .Since Lind & Associates, Inc. dba T & N Laboratories & Engineering t.., l 3 5020 Jerry Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727.6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux, Wilson& Cole Geotechnical Investigation and Engineering do Mr. Derek Graffagnino Study for Subgrade and Paving Design 2901 Turtle Creek Drive, Suite ## 320 Recommendations for"Willow Avenue Port Arthur,Texas 77642 Reconstruction in Port Arthur,Texas". Report Date: May 29,2018 Project No.: 18062 Job No.: 80931 J1]]]]]JJ]]J]}]]]]1]J]]]]]}]]]]J]]J1]]]1JJ]]]]]]]]]]1]]]]]]]]]}1J]]1]]]]J)]J]]l]]l]]]]]JJJ]]l]]]1]]]]]]]]]J]l]]]lJ INTRODUCTION/SYNOPSIS: • Presented herein are the results of our geotechnical study with subgrade and paving design recommendations for the above-referenced project. Our subsurface study was authorized by Mr, Derek Graffagnino. The subsurface investigation was performed on May 18, 2018 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for roadway development. Engineer of Record for this report is Jack C. Lind,P.E. -Texas Registration No. 79555. PROJECT DEVELOPMENT: This project will involve reconstruction of"Willow Avenue in Port Arthur,Texas". Engineering design recommendations will be discussed in this report. -1- SCOPE OF STUDY: The objective of our study was to explore surface materials and subsurface soils conditions in the proposed reconstruction areas and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study included the following: 1) Drill test borings in three(3) selected locations; explore groundwater& geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties on the subsurface soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) subgrade preparation for pavement, b) paving design criteria for flexible pavement SITE EXPLORATION: T&N was authorized to drill three(3) soil borings to depths of four ft. (4') below existing ground surface at locations selected by the client. Our exploration was accomplished with a buggy-mounted rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the "ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were secured continuously from ground surface to the four ft. (4')depth. Cohesive samples were obtained by hydraulically pushing a Shelby tube sampler a distance of about two ft. (2'). Our field sampling procedure was conducted in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils—(ASTMDISS7)". -2- Soil samples were collected in the field and visually classified by our geotechnician. The geo- technician measured penetration resistance of recovered soil samples using a pocket penetrometer. Measured penetration resistance is shown on the"Boring Logs" and was used to estimate soil consistency. Representative portions, of each recovered soil sample, were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Borings were drilled "dry" utilizing flight augers and soil samplers. Groundwater was not encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. LABORATORY TESTING PROGRAM: Our Laboratory testing program was performed primarily for soil classification and evaluation. The following tests procedures were utilized in laboratory: Testing Performed Test Procedure Atterberg Limits(LL& Pl) ASTM—D4318 Natural Water Content(%) ASTM - D2216 Unconfined Compression Test (UCS) ASTM—D2166 Percent(%)Passing#200 Sieve ASTM—D1140 Shelby Tube Samplers ASTM- Dl587 Soils Classification ASTM—D2487 Results of these tests are shown on the"Boring Logs". -3- SUBSURFACE CONDITIONS: The particular subsurface stratigraphy, as determined from our field and laboratory programs, is shown in detail on the "Boring Logs". A review of these logs indicates that surface course materials consisted of about four in. (4") of asphalt underlain with a limestone base. Below the surface course, the soils along this portion of roadway are typically "medium to high plastic clay" to four ft. (4') depth.The soils exhibit a relatively uniform moisture content,with moisture contents ranging from 21%to 35%with an average shear strength of about 1900 psf.. ANALYSIS AND DISCUSSION: The following analysis is based on data obtained from our field and laboratory test programs,project information provided to us and our experience with similar subsurface and site•conditions. Due to minimal thickness of surface course materials, the paving designs considered in this report include; (1)milling surface course material to four in. (4") depth,removing and stockpiling milled material, stabilizing subgrade with lime, then replacing milled material and compacting, then adding an additional four in. (4") of limestone base and compacting or(2) In lieu of using the milled material in Option 1,new limestone base could be placed and compacted, and the existing surface course can be removed and discarded. Design recommendations are based on typical CBR Values, related to normal vehicle traffic. Some areas of the roadway will only receive an asphalt overlay. SITE PREPARATION: The surface asphalt and shell base may be milled to about four in. (4")depth. Either the existing surface course can be milled and stockpiled for later use (Option 1), or it can be removed and discarded (Option 2), and new limestone base can be used. With either option, the subgrade should be stabilized with approximately 6%Iime by weight to a depth of six to eight in. (6"- 8"). After stabilization, the material should be moisture conditioned and compacted to at least 95%of maximum density at the optimum moisture content,plus 3%of minus 2%. After completion of stabilization, the selected flexible base should be placed, moisture conditioned, and compacted to at least 95%of maximum density at the optimum moisture content, plus or minus 3%. -4- PAVEMENT SUBGRADE: Our laboratory data indicate the upper soils classify as"Active Clay(CL/CH)"by the Unified Soil Classification System. This soil would have a subgrade modulus, k, on the order of 110 to 150 pci and CBR Value on the order of 2 to 6. Based on correlations of subgrade type and supporting capacity, the required pavement thickness as a function of wheel loading for flexible paving,using conventional structural fill or base course material,is discussed in the following sections in this report. These pavement sections will be suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. FLEXIBLE PAVEMENT DESIGN: Overlay the prepared and compacted lime stabilized subgrade with milled surface course and/or suitable flexible base TXDOT Item 247 Type-A, Grade 1,or equal; then place two inches(2")of Type"D"HMAC pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods. STRUCTURAL & SELECT FILL MATERIALS: If needed, select fill should be homogeneous soil, free of organic matter and rocks larger than two inches(2") in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and twenty (8—20), with a "Liquid Limit"offorty (40) or less. Delivered fill materials should have a moisture content no greater than six percent (6%)above optimum. • -5- DRAINAGE: The importance of drainage to the proper operation and function of any pavement cannot be overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement sublayers do become saturated, the bearing capacity will be greatly reduced and the useful life of the pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should be performed as a part of future facility maintenance. All grades must be adjusted to provide positive drainage away from the structure. Where paving or flatwork abuts the structure,care should be taken to insure joint is properly sealed. QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements. In-place density tests, HMAC production and concrete strength quality should be maintained during construction. T&N Laboratories &Engineering will be pleased to provide these services and will assist with the inspection, planning and scheduling for Quality Control Testing, etc. with documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" lab and field test equipment for these types of services. -6- LIMITATIONS: The report writer warrants that findings, conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! Respectfully submitted by, LIND & ASSOCIATES,INC. dba T&N LABORATORIES & ENGINEERING ad Nc ssc:E�L`�'re 44 C\24Cqj 4 Jack Cl.Lind, P.E. . JACK C. LIND Vice-President/Engineering Vis. 79555A / erre.es-a rc .•••,7 � =`j/23 /re) °" nlp re`8;5y r �y��i�1`a4 �O OVF bt�tcas:A oa'+o Copies: 1 - Derek Graffagnino(Via Email) 1 -Keeston Cole(Via Email) 1 -T&N File#18062 JCLidjb -7- CV MY ILLUST _-- A • . GFOTFCHNICAL BORE LOCATIONS Bore# 1 Northing Easting 13906045.0849 3552363.5407 2 13905877.3065 3552589.2671 3 13905709.5282 3552814.9935 •"Y'q,''@,.Sl'-� i �!!t Ytf'' .a y>y k a ��s`-w4•P4TrA-EmNr',Y4F,- x7 t�r<�*-. ..-. .. T{4 . te.' 34 ri ' - � a $mo" tsAtie tet ra -i,,- : §s' ` r+ �y ,, 11 L L• tWr • r,- w S& y yy �v ti - -� 4sitrt5 w q r -r\ ',"' "moi .tfi t*F"} �+t^'�' ? 47, ' :," Tcce'4 k „t ,r'gr'3 t" 3t-F;f• 1 "�i�r` -..=i y r - ,,t>t-yi, At fi R'? t 4 oxs c's � Ar2++r-r- tar`s`:�30 -----,,,,,-- ,.-„,_,1_--0,--,,-; "'-°' ''.i "'1 �i-2.-1...•?'..-----,:kw-E7,...,,•... ...,,tom,. s �tS�'��"�t'c„F�� + �5,1a�a�,��y'v4�ia �!'�a- .�Sfi 'N �.' ��& y ��+}rtv �.+. a i+ S Simi VA * ,- i `r,k*W Y<s.-2�.., 174', ar i.... ' �+r + 1st �f -�f➢c ��A[..3 �i`4'�"Tc-1-'X .ZIt�� v-� Z �i0.��� 1} .0.2_s=7,....-.. . _ '4 4• � V. ��i '^ c „ .h='4`s P11-7.E.,1 � y ' r c sad �'-� 1 °'�"a • �s B1 '- t � B2s � Bas '"'�te:4 �•7 .}rt.: . rt. :. �,ti WILF_OWAVENUE a F�,�4 '- L Rs, '.�{ ,. 1 -�''Fti ' Y'o'u }`a:�''t ? iw3. � _"-+rf—'7s W+ Fair ,r4 ` SSS s',1; T JXw ? � ��R ca�i�� x,�C" s !, I� • t' 7� � Sy `&& uj� _C�',;!•s' .. :•te nit S .-�it'ri? "ra` --st_.T'4C .`X6.3. *? ,33 cL' > i�. ;..'�r1 :�- o�r F r � ,sY " 7aft� r j >sar4t J t 'ti'-'57,44°-:- em,c�' t�r y �Oy�"'E...7 ':',1:•&-...,42__-., .t.��` - alik( ::„4--7.-z-,--v•-,--- -„ m.: z s `�° a .; £ Y .� -, .a4 Li '�5 .[F .Is,?�..�..-�+ tea... `i�' Y a i$ i-rz i 9, 1,..k.,..,,„.* "it., .,..-,+•r. 1 : .•„"3`,t kM1 or wv. iYNai = t iv'• v 'Y� d-e`.tti " • � kit s,' t�.*.W.--.,.!,----=&•sp�� F ty ;,..,,,....,,w,Y- 145..+ +4f ^ �+ .i _ ,.',-.0..A.--.--,-4._. *M:-- s. 5:m! �w"mss 4'+{`�1'�1- -�; yr•:--max < p x PINE A.. UE z,- p a ^}z� ...�i-,.e, lwr r aF' .£ '-.;7-4-...0-4.41.: : c4. 1 v 6.� r. t W .5,h N-:L TT 4+ t� 7l.[e4ti_!..;::-.., :`S"�i_ .'i�TM PPT:ire� . 11*, ' -1- 7 ,: P 4 t F Y 3 .s+ • a F i zs •_ -cry 'C ;z•-e- --. < -�yt # G�i --,, ,_.._,. _,fit, 1••. £,. i��" -•;•-,:----1.,e,-,,-•.- -- • t a � - C4, v b ,mac '. M �1 '1tN.1iy -..�` 3 \�4-.`. 1 t&t4p$c -2'.1 .%'=''. ` -td F.�+--y KASn'1 h s . � _....— .....: :..: u. 3 nKakip nr+s-r.t 'tr s §i—'. xs. u� . d 1 Z E k R pi z Enginening 3urvalgn0 PAGE F-16194 10194049 LOW UE ENTS — — GEWILOTECHNICALAVENBORE IMPROVEMLOCATIONS 1 r AVM ®�® ` �_x_� CITY OF PORT ARTHUR OF :!<• �'j � MAT ARCENEAUX WILSONFt COLE JEFFERSON COUNTY,TEXAS •CQ'won!s#4s.00 F:wYnro 1 § DATE MAY 2018 SCALE NTS DRAWN. DBT 2vo ruK•cr.atcvriv.,i+,a•a20 404.734.71@6 PRO.). CPA-955 DESIGN. KXC CHECKED KXC Pert l.[tfira,iX k7H2 r«q�COM T&N LABORATORIES&. ENGINEERING LOG OF BORING NO. B-i FILE NO.: 18062-80931 - Arceneaux,Wilson&Cole PROJECT: Geotechnical 1 lives!i gation for Willow Avenue in Port Arthur.Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA . • LABORATORY TEST RESULTS Depth. Sample SPT/ ii AIX U.W. -200 Liquid Plasticity P.P. ll.t... Ftyn__11). Bp1 ?:i % psil. Sieve Y. Limit Index Tot :Fir. STRATUM DESCRIPTION -0- in"Ashpatt&3 112"Limestone Base -1- .. Very Stiff Black&Gray Clay(CH) -2- ST _, - i: 21 104 - 51 28 4.00 2,25 -Gray&Brown di)2'-4' -3- t; -4- ST - 26 _ 98 69 43 2.00 - -5- _ -6- ..'. -:i -9- -10- '..: LOG OF BORING NO. B-2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ .i MK' UM. -200 Liquid Plas deity P.P. U.C. IE ais,.. .. .(Lai % Pct Sieve% Limit Index To. nt, STRATUM DESCRIPTION 112"Ashpalt&3 1/2"Limestone Base Very Stiff Dark Gray&Black Silty Clay(CL) ST - 21 105 95 38 19 3.00 1.69 Stiff Gray&Brown Clay(CFI) -3- -t _ t - t . -4- ST - -i1 35 .. 69 43 1,00 - -5- -1 ii ii -7- i C) -10- , i i i: . T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18062-80931 - Arceneatix,Wilson&Cole PROJECT: Geotechnical Investigation ror Willow Avenue in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ M1C UM. -200 Liquid Plasticity P.P. U.C. Ft % Pet. Sieve% Limit !mica 151. STRATUM DESCRIPTION -0- Ill' &3"Limestone Base -1- Very Stiff Dark Gray&Brow,a Clay(CH) -2- ST 21 103 54 30 3.00 1.78 -Stiff Gray&Brown ra't 2'•4' -3- -4- ST 33 97 85 55 1.50 - -5- .6- -7- -8- -9- -10- IXNtta1•(1D SL i T&N Laboratories 7JEFFERSO COU?''rY JRPORT KEY_TQ {I $SIFIGATIgN If o SYMBQLS SOIL TYPE SAMPLE TYPE Sand Siltff Cia glig! i�,1LI 1111 Gravel Sandy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split iso Spoon Recovery SOIL GRAIN SIZE U. S. Standard Sieve 3° 314' 4 10 40 200 Boulders Cobbles Gravel Sand Silt Clay Coarse Fine .Coarse Medium Fine 152 762 19.1 4.76 200 0.420 0.074 0.002 (mm) PLASTICITY CHART 60 50 CH 40 Plasticity Index 30 . '`- OH and MH 20 4k" CL 10 CL SSL and 0 OL 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit RELATIVE DENSITY CONSISTENCY OF COF{ SNE SOILS OF CO -I SIONLl=-. S SOILS Penetration Penetration Resistence, Cohesion, Plasicity Degree of Resistance, Relative blows pfsr foot Consistency TSF Index Plasticity blpws per foot I '_ 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose 2 - 4 Soft 0.125 - 025 5 - 10 Low 4 - 10 Loose 4 - 8 Finn 0.25 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense 8 - 15 Stiff 0.5 - 1.0 20 - 40 Plastic 30 - 50 Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Highly Plastic > - 50 Very Dense > 30 Hard > 2.0 T & N Laboratories,ies, Inc. ;I V I I IIVfGENERAL NOTES SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS I 1 N: Standard"N"penetration:Blows per foot of a 140 pound hammer falling 30 inches on a 2 inch O.D.split-spoon. ii r l i Qu: Unconfined compressive strength.TSF 1 1j Op: Penetrometer value,unconfined compressive strength.TSF f Mc: Water content, % 1 LL: Liquid limit. % 1 I PI: Plasticity Index, % I� ! 'i b d: Natural dry density, PCF : Apparent groundwater level at time noted after completion. j -T- i DRILLING AND SAMPLING SYMBOLS I i 1 SS: Split-Spoon • 1 3/8" I.D., 2" O.D., except where noted. ;� ST: Shelby Tube • 3" O.D.. except where noted. t) ! AU: Auger Sample. Ij DB: Diamond Bit. I( II CB: Carbide Bit. t f WS: Washed Sample. 1 ! RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION il ITERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE 1 Very Loose 0- 2 Loose 2- 4 Slightly Compact 4 •8 Medium Dense 8 - 16 Dense 18 -26 1 1 Very Dense Over 26 l I TERM (COHESIVE SOILS) Qu- (TSF) Very Soft 0-0.25 1 Soft 0.25 -0.50 i' Firm (Medium) 0.50- 1.00 I Stiff 1.00 -2.00 Very Stiff 2.00• 4.00 11 Hard 4.00+ PARTICLE SIZE i fi i I il Boulders 8 in. + Coarse Sand 5mm-0.Smm Silt 0.074mm•G.OGSrrrrn ill Cobbles 8 in.-3 in. Medium Sand C.Smm-0.2mm Clay -0.005mm It Gravel 3 in.-5mm Fine Sand 0 2mm-0.074mm ill ii tf - fl Lind & Associates, Inc. dba T & N Laboratories & Engineering • �� "Common Sense Engineering" /9 3 GEOTECHNICAL REPORT WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT 60th STREET RECONSTRUCTION • IN PORT ARTHUR, TEXAS Project No.: 18061 Job No.: 80932 Submitted to: ARCENEAUX, WILSON & COLE do Mr. Derek Graffagnino Port Arthur, Texas May 2018 a x ` 45-N m vC .X X33± R�} L D tl 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727.6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report#18061 —80932) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS &DISCUSSION 4 SITE PREPARATION 4 PAVEMENT SUBGRADE 5 FLEXIBLE PAVEMENT DESIGN 5 STRUCTURAL AND SELECT FILL MATERIAL 5 DRAINAGE 6 QUALITY CONTROL 6 LIMITATIONS 7 ILLUSTRATION S BORING LOCATION PLAN BORING LOGS #B-1 THROUGH B-3 KEY TO SOILS CLASSIFICATION & SYMBOLS GENERAL NOTES Va-rre-'7Lind & Associates, Inc. dba ru & N Laboratories & Engineering U 5020 Jerry Ware Dr.,(SET REGIONALAIRPOR7)BEAUMONT,TX 77705 1983 PHONE:(409)727-6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux, Wilson &Cole Geotechnical Investigation and Engineering do Mr. Derek Graffagnino Study for Subgrade and Paving Design 2901 Turtle Creek Drive, Suite# 320 Recommendations for"60th Street Port Arthur,Texas 77642 Reconstruction in Port Arthur,Texas". Report Date: May 29,2018 Project No.: 18061 Job No.: 80932 TNTRODUCTION/SYNOPSIS: Presented herein are the results of our geotechnical study with subgrade and paving design recommendations for the above-referenced project. Our subsurface study was authorized by Mr. Derek Graffagnino. The subsurface investigation was performed on May 18, 2018 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for roadway development. Engineer of Record for this report is Jack C. Lind, P.E. - Texas Registration No. 79555. PROJECT DEVELOPMENT: This project will involve reconstruction of"60th Street in Port Arthur, Texas". Engineering design recommendations will be discussed in this report. • -1_ SCOPE OF STUDY: • The objective of our study was to explore surface materials and subsurface soils conditions in the proposed reconstruction areas and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study included the following: 1) Drill test borings in three(3) selected locations; explore groundwater & geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties on the subsurface soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) subgrade preparation for pavement, b) paving design criteria for flexible pavement SITE EXPLORATION: T&N was authorized to drill three (3) soil borings to depths of four ft. (4')below existing ground surface at locations selected by the client. Our exploration was accomplished with a buggy-mounted rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the "ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were secured continuously from ground surface to the four ft. (4')depth. Cohesive samples were obtained by hydraulically pushing a Shelby tube sampler a distance of about two ft. (2'). Our field sampling procedure was conducted in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils— (ASTM D1587)". -2- Soil samples were collected in the field and visually classified by our geotechnician. The geo- technician measured penetration resistance of recovered soil samples using a pocket penetrometer. Measured penetration resistance is shown on the"Boring Logs"and was used to estimate soil consistency. Representative portions, of each recovered soil sample,were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Borings were drilled"dry" utilizing flight augers and soil samplers. Groundwater was not encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. LABORATORY TESTING PROGRAM: Our Laboratory testing program was performed primarily for soil classification and evaluation. The following tests procedures were utilized in laboratory: Testing Performed Test Procedure Atterberg Limits(LL&PI) ASTM—D4318 Natural Water Content (%) ASTM - D2216 Unconfined Compression Test (UCS) ASTM—D2166 Percent (%) Passing#200 Sieve ASTM—D1140 Shelby Tube Samplers ASTM- D1587 Soils Classification ASTM—D2487 Results of these tests are shown on the "Boring Logs". -3- SUBSURFACE CONDITIONS: The particular subsurface stratigraphy, as determined from our field and laboratory programs, is shown in detail on the `Boring Logs". A review of these logs indicates.that surface course materials consisted of six to seven in. (6"—7") of asphalt underlain with a shell base. Below the surface course, the soils along this portion of roadway are typically "medium to high plastic clap" to four ft. (4')depth. The soils exhibit a relatively uniform moisture content,with moisture contents ranging from 14%to 24% with an average shear strength of about 2000 psf.. ANALYSIS AND DISCUSSION: The following analysis is based on data obtained from our field and laboratory test programs,project information provided to us and our experience with similar subsurface and site conditions. The paving designs considered in this report include; (1)milling surface asphalt, and underlying shell base to a depth of six to seven in. (6"- 7") and compacting. After initial subgrade preparation, the proposed surface course can be placed, or(2) milling surface course as described above,removing and stockpiling milled material, stabilizing subgrade with lime, then replacing milled material and compacting. In lieu of using the milled material in Option 2,new limestone base could be placed and compacted, and the existing surface course can be removed and discarded. Design recommendations are based on typical CBR Values,related to normal vehicle traffic. Some areas of the roadway will only receive an asphalt overlay. SITE PREPARATION: • The surface asphalt and shell base may be milled to about a six to seven in. (6"- 7")depth. For Option 1,once this material has been thoroughly milled and mixed, it should be moisture conditioned and compacted to at least 95%of the maximum density (ASTM D698) at the optimum moisture content,plus or minus 3%. If Option 2 is selected, either the existing surface course can be milled and stockpiled for later use, or it can be removed and discarded, and new limestone base can be used. With either material, the subgrade should be stabilized with approximately 5%lime by weight to a depth of six to eight in. (6"- 8"). After stabilization,the material should be moisture conditioned and compacted to at least 95%of maximum density at the optimum moisture content,plus 3%of minus 2%. -4- PAVEMENT SUBGRADE: Our laboratory data indicate the upper soils classify as"Active Clay(CL/CH)" by the Unified Soil Classification System. This soil would have a subgrade modulus, k, on the order of 110 to 150 pci and CBR Value on the order of 2 to 6. Based on correlations of subgrade type and supporting capacity,the required pavement thickness as a function of wheel loading for flexible paving,using conventional structural fill or base course material, is discussed in the following sections in this report. These pavement sections will be suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. FLEXIBLE PAVEMENT DESIGN: If needed,overlay the prepared and compacted milled surface with suitable flexible base TXDOT Item 247 Type-A, Grade 1,or equal;then place two inches (2") of Type"D" HMAC pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods. STRUCTURAL & SELECT FILL MATERIALS: If needed, select fill should be homogeneous soil, free of organic natter and rocks larger than two inches (2")in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and twenty (S—20), with a "Liquid Limit"of forty (40) or less. Delivered fill materials should have a moisture content no greater than six percent(6%) above optimum. -5- DRAINAGE: The importance of drainage to the proper operation and function of any pavement cannot be overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement sublayers do become saturated,the bearing capacity will be greatly reduced and the useful life of the pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should be performed as a part of future facility maintenance. All grades must be adjusted to provide positive drainage away from the structure. Where paving or flatwork abuts the structure,care should be taken to insure joint is properly sealed. QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements. hi-place density tests, HMAC production and concrete strength quality should be maintained during construction. T&N Laboratories & Engineering will be pleased to provide these services and will assist with the inspection,planning and scheduling for Quality Control Testing, etc. with documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" lab and field test equipment for these types of services. -6- LIMITATIONS: The report writer warrants that findings,conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! Respectfully submitted by, LIND & ASSOCIATES,INC. dba T&N LABORATORIES & ENGINEERING �,000eaaetple It-.1%. i y• \' A Jack C. ind,P.E. JACI, C. MEI Vice-President/Engineering V-A..:; 79555 ^-, ! oicscn,, ..•;-z„z5 2zi/le) Copies: l —Derek Graffagnino (Via Email) —Keeston Cole(Via Email) 1 -T&N File#18061 JClldjb -7- , _ s r4ft,JILLUSTR, A1 II, 3-4 tvir\4 GEOTECHNICAL BORE LOCATIONS Bore>s Northing Easting 1 13907440.7138 3549147.3202 2 13907461.1447 3549508.8690 3 13907481.7177 3549871.1598 • rte\ s ▪ >t •v� Ir o zt.4.4-54s%.,. •, }+4,;.%..1'np�- y6t?2S- g ",•,,A.(4,`,.;. --a1;1-..- w � ^•''!I, C k . a..s � ,T- b -'„' 5`'- .. a. �', = r�}I'.j ••4g� . '+�" ''t ii i• b--kr.-----4.4: �.ri �w v TSYSi Fa�� ' f€�eastt ;V r. y 5. ." • b •1 ,.�'^ sct *ILLI , ' tem a..? �;. -,., o-p O y 5 t +„� .x- ', =1, V.'$�• _ tiy'� �Y�c�� 3 :_ a -..,a'.t,'*' ,[h�"kc�7r°''...5� i - aeric s , w . v -RMA STREET. a , s y �p: i �,� �, v. -c. k .}gy+ i` 10- * i--r e "-`moi. .x sf '3 s_��`r3y� ` * ti e�x a� �_�`4'.a•R`F^ �g�v.--,.1'.57•�-. a =t��� ,Y� —*';-7..:.. • . ts W � £ .1,-s--.•,� %,,.+ '�'''�} �--,-,��:ek``< `. s • - � % --'4'-'-' - . `y} , - • •�w- •r' g• -5 ,;. ,..,-5•` . .` '. -5 -�� p. '4': w Ya g :4:4•,;,0:‘,:,,•-,:.g x .. ,' '�f t•-•-•-.7-77,,._„r t - T.A yn '� 1 e. . -.` .:� , _,�''s'`-..i _ s ��i �"' .'..v.W { fir`' ` - " ' ` ` +.y{ _ +`•"y--% :`t 7• %•7St1 .--4!•:.,17-41y;.-7,....,-,....; � 7 "h'• a.fi a :..t�'ac"3'..�.. -,53f a_ tt,tr•n y._ '^1,4 .. .4 �rro�-..��. 1.'� - ,� s#• �'-.��^t1 s„i--1c � .F� � �,r ?- 4 h ,�C'F � -f - r �,ma ▪ y •4...,,„„.,... • ;` : 5 u' • x. > , — s` E � ' Ti'-,,60TH STREET i _ T Itvi, r � 4F�-�5 ��; �,, yet �. .i j cs 'e' `� t i r. `. v 3r --L ,j *R§�qr �.. -Sr. T, �*a 1 -t _ k -[t. q -.1y6 n '2IK. :fit. 0r""�s , F .r s 3 s S. ' ' �- ,. �asx� ., S G .j 'F 'r ! �; . T — •-s "' 'CAiJAL STREET ti ,,,� iS -a -0 -?.1534 i =-. c s, R .Z` i.Fw. -:+F'K g f� �c3�v r ��'xi `- �Q -�-" ��r'�"� S ��r . vi ta ' F e, T5.•Tj+�� _ a'':4-''41r: YT"-T' ��V� _r\0.'�J�lYi �SyS r'L� `.�f0.YC- i =a dt q-..�tF' v �M,a%w-- c e. o�_,,, 11,74.--- ;x'- ' ' - =4 ,, .c�i i rte, 4 r%t t � '...1..7,--.7.—&-4_.„„,-,c,.,-5,. .,, r> �.;-- yt � "s alae } #� > !...,w,r �'�+ �L ' "6▪ . �; .. y• `t-sf,--,f_4.,t '` S -='"• • F a to +sem _ f � .Y •; 3 °'< } . ''R' d . .. '*,r• ..#3- xcs' +.n`e-3'"-' u' _a_ ' :%.. s. ` �F�'uu.. cs :... 5ta't.. .. Sur f'l',G F En 0 Ong 60TH STREET IMPROVEMENTS F-16194 141940d9 GEOTECHNICAL BORE LOCATIONS 2 F:=7. - `�" t M CITY OF PORT ARTHUR OF �. ,_▪ � ? �3 JEFFERSON COUNTY,TEXAS IOW ARCENEAUX WILSON&COLE •eau4ral+!..•n�;ptvrvara DATE' MAY 2028 SCALE NTS DRAWN: DBT ? 2901 Tort+a Crank privy,Sults 310 409.724.7640 PROD.No.: CPA-950 DESIGN: DIG CHECKED: KXC 3. Dort artfira,l7(»642 nrcana OM T&N LABORATORIES& ENGINEERING . LOG OF BORING NO. B-1 FILE NO.: 18061-80932 - Arceneaux,Wilson&Cole PROJECT: Geotechnical investigation for 60th Street in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY TEST RESULTS DDelilh. Sample SFT! # ,MIC U.W. -200 Liquid Plasticity P.P. U.C. Ft Svmb. >L ' % Pc1 Sieve% Limit Index Taf, STRATUM DESCRIPTION 0- 1"Ashpalt/6"Shell Base -I • Very Stiff Gray&Brown Silty Clay(CL) w/Sand&Some Shells -2- ST - f 18 108 - 35 16 3.50 2.01 f \'ery Stiff Tan,Gray&Brown Clay(CH) 3 2 --I- ST - 24 - 94 62 37 2.50 - 's o . -5- -6- 1 r 3 -7- S -S- 3 g- s -10- a LOG OF BORING NO. B-2 FIELD DATA .J LABORATORY TEST RESULTS Depth. Saatple SPT/ MIC U.W. -200 Liquid Plasticity P.P. U.C. Ft. Svnib. 9fii % Pet. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION 0- 1 112"Asltpalt'1 S"Shell Base T- > Very Stiff Black&Dark Cray Clay(CH) 2- ST - 23 102 _ 97 55 31 4.25 2.52 .i -Brown&G ray iB 2'-4' 3- -4- ST - 23 - _ 57 33 2.75 - -G- S- _y _- k T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18061 -80932 - Arceneaux,Wilson&Cole PROJECT: Geotechnical Investigation for 60th Street in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ MIC LLW. -NO Liquid Plasticity P.P. U.C. Ft. f % Ed sieve% Lau Index 1251 DI, STRATUM DESCRIPTION -0- .;. • 1112"Aslipait/5"Shell Base - Hard Black&Dark Gray Silty Clay(CL) -2- ST - 14 113 37 18 4.5+ 3.52 • Very Stiff Cray&Dark Bros%n Slightly Silty Clay(CL-CH) -3- -4- ST 21 97 47 25 3.50 - -5- -6- -7- -8- -9- -to- • V---,. .54:j i•. ! t7KLC T&N La.borato0.es I VJEFFERSON GOuim'f rRPORT KEY TO SOIL CLA{FIOATION AND SYMBOLS SOIL TYPE SAMPLE TYPE Sand Silt Cie l Jill K1 Gravel Sandy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split No Spoon Recovery SOIL GRAIN S1E U. S.Standard Sieve 6" 3" 314" 4 10 40 200 Boulders Cobbles Gravel Sand Sflt Clay Coarse Fine CoarseMediumFine 152 762 19.1 4.78 2.00 0.420 0.074 0.002 (mm) PLASTIC[' CHART 60 50i CH IIII 40 Plasticity Index 30 20 IIIIII 4e.,��z ° OEM 10 iiiiiiii �� 'ISS and 0 / uL 0 10 20 30 40 50 80 70 80 90 100 Liquid Limit RELATIVE DENSITY CONSISTENCY OF COHESIVE SOILS OF COHESIONLESS SOILS Penetration Penetration Res:stenos, Cohesion, Plasicity Degre-e of Resistance, Relative blows per foot Q9ns-tency TSF Index_ Plastic* blows per fool Density 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 - 4 Very Loose 2 - 4 Soft 0.125 - 0.25 5 - 10 Low 4 - 10 Loose 4 - 8 Firm 025 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense i 8 - 15 Stiff 0.5 - 1.0 20 - 40 Plastic 30 - 50 Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Nighty Plastic > - 50 Very Dense > 30 Hard > 20 I 1 ': Cx.:ik fic7�'EE r'. . I 1' T & N Laboratories, Inc. `1 N o IVl If . s �1 I _ GENERAL NOTES I SAMPLE IDENTIFICATION I The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS IN: Standard "N"penetration: Blows per foot of a 140 pound hammer falling I30 inches on a 2 inch O.D.split-spoon. I - fQu: Unconfined compressive strength.TSF I Qp: Penetrometer value, unconfined compressive strength,TSF Mc: Water content, I' LL: Liquid limit. % ' I i PI: Plasticity Index, % `3 l 'i i b d: Natural dry density, PCF a • Apparent groundwater level at time noted after completion. I DRILLING AND SAMPLING SYMBOLS I t I SS: Split-Spoon - 1 3/8" I.D., 2" O.D., except where noted. it IST: Shelby Tube - 3" O.D.. except where noted. �I I AU: Auger Sample. DB: Diamond Bit. ! C8: Carbide Bit. ` WS: Washed Sample. (I I RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION i ,TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE Very Loose 0- 2 Loose 2 - 4 Slightly Compact 4 -8 Medium Dense 8 - 16 Dense 16- 26 IVery Dense Over 26 TERM (COHESIVE SOILS) Qu • (TSF) • Very Soft 0 -0.25 Soft 0.25.0.50 I IFirm (Medium) 0.50- 1.00 I Stiff 1.00- 2.00 Very Stiff 2.00-4.00 I Hard 4.00+ PARTICLE SIZE If 11Boulders 8 in. + Coarse Sand 5mm-0.6mm Sill O.074mm-O.O05rorri i i Cobbles 8 in.-3 in. Medium Sand 0.5mm-0.2mm Clay -0.005mm r 1 Gravel 3 in.-5mm Fne Sand 0.2mm-0.074mm I Exhibit C CONTRACT FOR PAVING IMPROVEMENTS ON 60TH STREET THIS AGREEMENT, made this day of August,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 Elite Contractors and Equipment 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 288 calendar days from the start date on Notice to Proceed. 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 specifications and contract documents and to comply with the terms in the amounts of$775,500.00. 5. The term "Contract Documents" means and includes the following: I) Agreement 2) General Information 3) Specification 4) Addendum 4) Bid 5) Payment Bond 6) Performance Bond 7) Road Maintenance Bond 5) Notice of Award 6) Notice to Proceed 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 ( 6 copies) each of which shall be deemed an original on the date first written above. Signed on the day of 2019 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of , 2019 ATTEST ELITE CONTRACTORS AND EQUIPMENT BY CITY SECRETARY PRINT NAME: TITLE: SPECIFICATIONS AND CONTRACT DOCUMENTS PAVING IMPROVEMENTS ON 60th STREET tiI 1. , nlryr J City of ort rtltu�— t,;, CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS BID NUMBER: P19-075 JULY 24, 2019 ( Ir CITY OF PORT ARTHUR, TEXAS J;«- ."- ADDENDUM NO. ONE (1) ,.:2I of, ' ' Te Tar ;, tgc July 12, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 60th Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 24, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 24, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. 2. The Streets will be awarded separately. Contractors do not have to bid on all streets. 3. Attached are the General Notes & Specifications for 60th Street. 4. Attached is the Revised D 1. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Lgpaiudit L Clifton Williams, CPPB Purchasing Manager :3()L, 1_ Imo► i : ature of Proposer Date ' ;j. CITY OF PORT ARTHUR,TEXAS ;;Pt r(ltADDENDUM NO. TWO (2) ur July 23, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 60th Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 31, 2019. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 31, 2019 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. 2. The number of days to complete Carolina has been extended from 135 to 290 calendar days. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. C4 6a Clition Williams, CPPB Purchasing Manager A.• ature of Proposer Date i CITY OF PORT ARTHUR,TEXAS rTh ADDENDUM NO. THREE (3) >r! rllttrr tgle July 26, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 60`h Street) The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Attached is the updated"Jointed Reinforced Concrete Pavement Details"plan sheet to replace plan sheet 43 in Willow Avenue plan set. It's a change in spacing for the longitudinal rebars from 12"to 24". If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. es Cli':n Williams, CPPB Purchasing Manager ature of Proposer Date MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Paving Improvements to Willow, Carolina, & 60th Street will be held on Tuesday, July 9, 2019 at 2:00 p.m. at the City Hall 5th Floor Council Chamber located at 444 4th Street, Port Arthur, Texas. The purpose of the 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. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. DERRICK FORD FREEMAN,MAYO REBECCA UNDERHILL HAROLD DOUCET,SR MAYOR PRO TEM J INTERIM CITY MANAGER COUNCIL MEMBERS: City of '' SHERRI BELLARD,TRMC RAYMOND SCOTT,JR f CITY SECRETARY CAL J.JONES THOMAS J.KINLAW III u r t r t h u r VAL TIZENO CHARLOTTE MOSES CITY ATTORNEY KAPRINA FRANK Texas JULY 20,2019 INVITATION TO BID PAVING IMPROVEMENTS ON THREE STREETS (WILLOW,CAROLINA& 60TH STREET) DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, July 17, 2019 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 17, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P19-075 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 writin' to: City of Port Arthur,TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williamsAportarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager INVITATION TO BID PAVING IMPROVEMENTS ON THREE STREETS (WILLOW, CAROLINA& 60TH STREET) (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service'' Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City,State, Zip Code: Date: 1 1 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. GENERAL NOTES& SPECIFICATIONS • 60TH STREET(E 1-20) F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. ROAD MAINTENANCE BOND L. NON COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. HOUSE BILL 89 VERIFICATION YES O. SB 252 YES P. PLASTIC PIPE SPEC Q. GEOTECHNICAL REPORTS DRAWINGS 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 3:00 p.m., Wednesday, July 17, 2019 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, July 17, 2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as: PAVING IMPROVEMENTS ON THREE STREETS (WILLOW, CAROLINA& 60TH STREET) Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY JULY 9, 2019 AT 2:00 P.M. AT CITY HALL 5TH FLOOR CONFERENCE ROOM, 444 41H STREET, PORT ARTHUR,TEXAS 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.gov or www.publicpurchase.com. 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. C*Li illiams, CPPB Purchasing Manager FIRST PUBLICATION: June 25, 2019 SECOND PUBLICATION: July 2,2019 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 fmancial 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 within 90 calendar days. 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 CITY OF PORT ARTHUR, TEXAS BID SHEET BID FOR: Paging Improvements to 3 Streets BID DUE DATE: July 24, 2019 ITEM NUMBER OF DESCRIPTION TOTAL TOTAL BASE & TOTAL BASE & # CALENDAR BASE BID SUPPLEMENTAL SUPPLEMENTAL & DAYS ITEMS ALTERNATE ITEMS WILLOW 252 AVENUE S WO,toce. $ qe,c ' $ LPb3,5SO. 2 258 60`h STREET $7 73,gt;6, $ 717, 3w.` $ 715 56C) 3 135 CAROLINA S Vd 3,d $ N/4? 2.d S ! /c) ( clif ; - C -friiC4arS tri 5/1 5Ct/( v (3 C k)/ >� COMPANY NAME STREET ADDRESS /gr I' ATURE OF BIDDER P.O.BOX {e c J5 Kit bpi I X "� 5g51 PR OR A.ME CITY STATE ZIP Pri rt Gfo - TITLE AREA CODE TELEPHONE NO 'brioj t EMAIL I FAX NO. 4 (NAM EOF CONTRACTOR) {1lrY1("Ai- PD. X i�� K! rig(t1/ 1 (` 5C (ADDRESS) BY: ketStu-15 et) 'S� (TELEPHONE NUMBER) TITLE: Pr-eSkjeA-± (LICENSE NUMBER IF APPLICABLE) DATE: 1-3 I _I 9 SAXA AL,IF BIDDER IS A CORPORATION) (ATTEST) D 14 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 * , 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 60TH STREET IMPROVEMENTS FROM CANAL STREET TO WEST PORT ARTHUR ROAD 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 within 288 consecutive calendar days 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: A Q q N--)(Q r& a �S Ptm 0 It-4) 3 *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 15 < - l -A o In r �� V1 N {n N y V1 n\f--) (0 C CO C f6 C CD C '- w 0 U 0 V 0 U 0 UV FL 4 w0 \.I --Z. 4 75 ,... ii3 .i) t a .3 ,_ Q i_ D \--.5.., C %' Crco ?�- 6C �' -o ` v? at J0 0- al a m a (O a (O a a O z V O D CI 4) VT U> VT U> z I- '': > >:D v) vi vi -j vi wca J >- D 0 F- 0 ,o o LU o Lo a W S S N N N I U N _0 m V >-Ln J Z Q Q Q LU 0 a w > n a 0 v _J 0 LU a U Z0 Z = Q Z 0 0 0 a Q Q >> Lu >> w w w o 0 2 E a a a a a � I Q V) V w 2 v, o w O I- C) "' o - (7, o U o 0 0 0 _0 so so so so - o w m w , N o '- I Ln O o 0 0 0 0 U Q 5 0 5 1 o 5 n 1 `� M T • o O o O �O F- yr yr V) to <n r n LO C _ (0 C �+ i .4J i N. 1 z N O N — co a) ri)%- C. U 0 O U J Q U Q O1 O E2 c 0 ?LL1 .2° Q - 3 u rt u 3 Q \J Z ,o cr }� 13 � a L (U cn a 1� (oo a �� co a a tea a ; O F- W r.. o a q Z E 0 O V} V) U) V) ~ } z D U 0 a H ��, Q >- 0 0 O O 0 O' in 0 in Q o Ln co >- >- v a W z v D Q Z } Z LLI v o Q v 0 Q W 0 CO a 0 Q CO 2 D Q Z .� `. 0U CC ^ Q I— v u 0 W < cc a CC w Q Z z I U m Z 0 w w w w 0 1 H J Q O W cn 0 0 o No 0 r M L-1-1CO 0 O o 0 0 0 ,o 'o so so so W F.1.-1 0 0 N so so oo O c-- CN N N 0 O O O O O c) p, Q D tzz.(r� ,o T n ii, OT a CI) .1. i .� i .F i y i � ^ r0 C ea C ro C CO C r0 C LI 0 U 0 V 0 0 0 U 0 U va Um A (ti l a $ 48 ii O O a _ a)03 a) " ) .risT ro Z �t -} c c a c C N y N t- J _J p� J D P , D D c a `n rro a in CO w CD a v ` CO O z a ul 1- 2 >2 ?: ti u: ti vi V1 J _I J co O >- O O Ln Ln OW r Lo ON r ^ a NU a Z N v O rI- ,-. I a -O i, W c- a d U �_ �_ W - 0 W a a c' Q Lr) Q 0 ~ N W v -J J J Q 0 a ' iW v Z a N W W W a a a a 0 a z J a a a 0 o Ov a U U I- J a U W N 0 N CO W 0 U 0 0 0 O 0 0 0 'O .O .O 0O 0 't 't 't W0 't '0 -.O '0 -.o �— U o 0 0 0 0 ;- Q o rn iJ? th N th th (0 iC i 4--i i 4N-+ - i i _ Z (U c ro C Co C r6 C Q U U U Q U 0 U V ....\.. I— w 1 ,z).'14 U � off' � � a 3 t I— oV U U U r\ U U D ' W `J W co c(\ S co ra U U-: " -o W W l 3 ccoo a 3 t(o 0 a `- two a cao a rroo a W p O U % O D a O O Jo U> yr th to -v)- 1- 2 rt- Z Q Q Q Q a Lu w w w W to 0 d00 N V v rx Q I- 2 .. I- Z J I- J O Z Z w w Z w 2 J LU E Q FLI_ Lii w 0 G 0 D CC z 2 GC 0 U F- W J w ^ Z w 0 >- ,- 0 w ^ D O O < 2>._ LU 0 w I— ___1 Q U w . UI 0 O OU o 0 0 0 N o o o o o so so G LU in 1n N o. .o W O '0 -0 -o N o• ~ U o 0 0 0 0 cs 1' o cr- 4 4 n J G J v O - i I— J ti)-- �- t t/) to to U) C ^ (0 (0 C c (6 CO C 112 4I (0 C o u ; o u A o u o u o ul 11 !Lu i CL ,i,... Ln Ln co ca `t' Q 1— a) o. E T-- E v I u l i r^D , J J W -- I LT, a u J c=o a C6 ) °' ' a) co O. (o a te{- ro a O 0 0 U O o a 41 O c7o IP V) U) N {/) 1/7 z Ll V) t1')_i Q J J J w W 0 N 0 >- Ln Oc(-.1o ' r- N (NI ^ ^ U U )- >- Z Li I— Q tl CC Q J W Cr J > Z Z 0 Q 0 WO z z ccQ w Q — a ^ Z � o cn nEc Wa J m _ U Q QU W Z v) Q Q 0 iY O W w w w N Q ( O J J J W > Z U fX Li LL O W co 0 a Z U U • 1 2 Q m UU 0 0 0 ( i-- _J Q U W (/) 0 N W 0 O O O p o Q U O 0 0 0 O s0 0 O 0 O 0 s0 O N .p W 0` 0 0 0 0 H 7' Ln Lf) Ln in U O o 0 0 0 JJ J MJ rn Cno o ONi - LL JA L 4-' J+ L � ` 2 (0 r 0 U Q U 0 U 0 V 0 V E Y u.11U o E \_ . u. -0 >-a I- s ) L. co Z al U -! m 't- W . w N - D \kC� C a o a r C ) C a C as a do U-) kn 07 try in. U> U) Z Q Q LL > >- Lu w (J N a N co CO p inN O N(N N-= • ^ n W J Q 0 H 2 v W O Z cx H Cl-) (i) } V a p 0 V Q J J CO Z >j U w Z I- D ZU 0 o O 0 U " L7)U V w w Z Z I- Q w O 0 c cc a 0 O a 0 Lu w U 0 U I- J Q U W Ln 0 N W o 0 5 U o 0 0 0 U o o so .o so z p 'o -o o- 0 r- LU 0 0 N M CO I-- O In in IC) In in U o 0 0 o o v '. o 0 H Q If) 0 O sU) V). (r). -VT V)- '"\--- to U 4- L i N N V1 (/) 4 VI U)i c y C (o C (o C (0 C Z Q) a) a) — 0 0o V 0 U 0 0 0 U 0 U t a sl w k) '� 1 �° j 0 '.; 19b a I-L rL VIN 2 N N 3 D i D W co a m a no a l� rcoo a co a + w CJ a a z U o 0 1 n tf1 pp D d ,,j vn M s o 0, in. if, in. U) z < < Li J J W N N CIO I— m M N N N W w X z 0 _j Z Q Z w x O N < m a_ 0 0 x 0 0 W J .Qj LU a Q 0 Li-) n- ,-, a w w w w Q O o a in cc I � illo J > a > w w < F— v) U Lu U J U 1-1-1a = O Q Z 0 < U U 0 CrLU a O 75 i- _1 Q O W V) 0 N W O o 0 0 0 0 0 U 0 O O O O O O O O 0 LU 0 d- 0 ,o ,0 w '0 ,o 0 N N 1_111 V O co O f� N 1 M r M' MsJ o O p "-, r-i VI VT V a-+ S.. 4-J (0 10 C (D C ,r- w a U 0— U a U Uk)\i'‘ ct i E a a a a ' ' ,� �r F_- _C 0 0 ` z f0 D o� W ...?. W 9 w aa A 2 (0 a I-- w U C- 0 0 0 D a 0 U) U) U> I- z w w w D M N 0 >- dco N N w z X U w j U 0 0 00 W cc a 0 Cl) w ci z CC cn V Q w a w w Q w a � 2 Q Q w 0 > D w 1w- Cl) 0 W Q H wD -fo z w CD Q i Q m I° VV) 0 Cr) •r u- Q w 0 0 0 o H V o 0 0 w Cp D -0 so .o W O N N N ~ U N N . t. n oil os O InO -..b,1 U> U) U) U) ]J ;74v1 4-`13 c N V cT3- c VN me `ro c i ){cro � V � U U oU U cA �0 o, 0 CD � 4 9 t -6 --- - S. -4-- \'' 0 o ro �' v23 a ( -t- c �!- c C- ;? W C . W O W 7- J .J 2 a) QA ai 2 4 a ro d ro d rCo d r(0 a rho a v U) U) Q Q LL: Li W W W J J v N a O LO cn Ln LU Ln CD m N n n N in IX v v W W ^ U W L 5 V cn n � In >- N 5CY Q Q H o' N V? v WCC 2 W W Z I-- W UJ a tl N Q H a Q n- I- D W J CC a U Z ( 0 H U U N a r„ Z � _I w w CY W D 0 W CC U Z LQi_ W 00 0 I-- J V) J aWN H D H o 0 z J W W !— WsoN o0 0 o H Q o 0 J O 0 O 1- (X so ,Op CL W CL m H D 0p .o J O N N ‹O O N N (n Q CD C O o M P1 wJ v Q V \d Q o M O M M n COLn Na C:3- IA Ln L/1 CA V1 Vl N V ^ c0 C r0 C CO C cp 4C Z N O a)0 O Fc "" J' +� 46 0 1.'4 Er- LO 0LLI 4-) ", ,fhl 4-' 4 O ....k.„ LL LL LL a Z �. (13 ;— `C r�`3 J J J �h J iJ} 1 CU a rco a. co a) ` (0 a I U o k co to. VT 1— Z LL LL LL Li D J J _J I N N 0 >- I- M o O M Lo co d d- ON v- ,--- C - C O C-. :1, U Co O v E (n lJ N O Q v v aU ,--.. .. v N in U) V) 0 w `° LP) a. w w w n E: a d c 2 a 2 2 2 > w U 0 0 01 F— a a a a w Q O I _ I -5 Z v a J O LLJ Q Om in -0 E H O 0 o -0 J 7 Q U W 0 J w 0 o o N M N Q o o U o 0 0o u .p o o 0 C O Q ET UJ m w 0 `O N N NN C ~ O O V D (I) i `J O J • q o Cr) U1 1 C4 v> {..rt N E a) a) 4--I Cu c 45 n f!1 Q E -a a) N a--) CD O TO 73 4--, +-1 C C a) a) E E _a) _a) a Q a a 3 3 V) V) _C -C .{-1 �--° 3 .3 a) a) +-, 4--, P D 'm 'm a) a) U) U) CD CO CO N.-./ _0 _0 E m I- h Z z D J O 0 Q Q J J Q Q I- I- O 0 F- 1- SUBSTITUTIONS 1. No Bid (Add) (Deduct) $ ( �'l.{� 2. No Bid yy (Add) (Deduct) $ (Vit'� 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. Respectfully submitted: UZ/ -_ SUBSTITUTIONS 1. No Bid (Add) (Deduct) $ rtJ/ 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. Respectfully submitted: V 21 i - ¢x� �-} aft& 40:1'01kerd- �J G (NAME OF CONTRACTOR) I U• C d �(r)'(rl _, (ADDRESS)// �7 BY: �4` `T�l' e) gs.e (TELEPHONE NUMBER) TITLE: ?(es%welt.- - (LICENSE NUMBER IF APPLICABLE) DATE: 7-31- l`7 � � 4 �r-Ar,IF BIDDER IS A CORPORATION) (ATTEST) U 28 SECTION E General Notes and Specifications General Notes: 1. The contractor will establish the project control point,points of tangency,pi's(points of intersections), point of curvature(pc,pi and pt)and bench mark at the beginning and end of the project. 2. The contractor shall furnish all lines,grades and benchmarks,other than those specified above. Notify the Engineer immediately if discrepancies are discovered in the horizontal control or the benchmark data. 3. References to manufacturer's trade name or catalog numbers are for the purpose of identification only. Similar materials from other manufacturers are permitted if they are of equal quality, comply with the specifications for this project,and are approved,except for roadway illumination,electrical,and traffic signal items. 4. The lengths of the posts for ground mounted signs are approximate. Verify the lengths before ordering these materials to meet the existing field conditions and to conform to the minimum sign mounting heights shown in the plans. 5. Unless otherwise shown on the plans or otherwise directed,commence work after sunrise and ensure construction equipment is off the road by sunset. 6. Do not mix or store materials,or store or repair equipment,on top of concrete pavement or bridge decks unless authorized by the Engineer.Permission will be granted to store materials on surfaces if no damage or discoloration will result. 7. Assume ownership of debris and dispose of at an approved location offsite by contractor at no additional pay.Do not dispose of debris on private property unless approved in writing by the Engineer. 8. Contractor shall water construction area a minimum of 3 times per day or as directed by the Engineer or Owner. Control the dust caused by construction operations. For sweeping the finished concrete pavement, use one of the following types of sweepers or equal: Tricycle Type Truck Type-4 Wheel Wayne Series 900 M-B Cruiser II Elgin White Wing Wayne Model 945 Elgin Pelican Mobile TE-3 Mobile TE-4 Murphy 4042 10. Schedule construction operations such that preparing individual items of work follows in close sequence to constructing storm drains in order to provide as little inconvenience as practical to E1 the businesses and residents along the project. 11. Contractor shall limit his work zone for pavement demolition and concrete placement as shown in Traffic Control Plans by each phase. 12. Schedule work so that the base placement operations follow the subgrade work as closely as practical to reduce the hazard to the traveling public and to prevent undue delay caused by wet weather. 13. When design details are not shown on the traffic control plans,modifications to the proposed traffic control plan to meet site conditions by either adding more detour,warning and traffic signs as approved by the engineer shall not be paid for separately but shall be considered subsidiary to the traffic control bid items.Temporary pavement markings will be paid for under its unit bid item cost.Signs and arrows shall conform to the latest"Standard Highway Sign Designs for Texas"manual. 14. City forces will maintain the existing section of streets and its appurtenances not a part of this project except that those sections damaged by the contractor's forces shall be repaired by the contractor at his entire expense. 15. The contractor shall be responsible for all maintenance of the travel way and appurtenances within the barricades for the duration of the project.No direct payment will be made for maintenance of the travel way and appurtenances within the barricades but shall be subsidiary to various bid items. 16. All authorized waste material shall become the property of the contractor and shall be disposed of at a place off the right-of-way and approved by the engineer. 17. The contractor shall maintain adequate drainage throughout the limits of the project during all construction phases. 18. The contractor shall allow city forces to enter this project to accomplish such work as shown in the plans(by others)and as may be deemed necessary by the engineer. 19. All drainage structures shall be cleaned and outfall channels unobstructed at the time of acceptance by the city. 20. Ingress and egress to adjacent property shall be maintained by the contractor at all times. 21. Unless otherwise provided,the owner shall make arrangements for such tests,inspections and approvals with an independent testing laboratory or entity acceptable to the owner and the owner shall bear all related costs of test inspections and approvals.The contractor shall give the engineer timely notice of when and where tests and inspections are to be made so that the engineer may be present for such procedures. All testing shall be in accordance with the test methods provided for under the appropriate standard specifications for the various items. 22. Contractor shall notify City of Port Arthur Emergency Management prior to any road closures. 23. The approximate locations of the known underground utility installations are shown on the plans. The contractor shall be responsible for confirming the exact location of these utility lines and of any others which may exist. It shall be the contractor's responsibility to notify the utility involved E2 in case of conflict or damage and the contractor shall be held responsible for any damage that occurs due to negligence.Where the contractor encounters abandoned lines that interfere with the construction of this project, such lines shall be removed and disposed of by the contractor.There will be no direct payment for this work,and it shall be considered subsidiary to the various bid items in the contract. Before excavating near existing utilities,contact the utility companies or the utility coordinating committee for exact locations to prevent damage or interference with present facilities.Notify the utility coordinating committee and the Texas One Call System at the following numbers: Texas Gas Service 409-963-7125 Entergy Mr. Ethan Becker 409-785-2237 AT&T Mrs. Keri Shay (Port Arthur) 409-924-1669 Time Warner Communications Mr. Hercel Stracener 409-720-5501 City of Port Arthur City Engineer Mr.Alberto Elefano, PE 409-983-8189 Water Distribution Mr. Darrell Harmon 409-718-2442 Sewer Conveyances Mr.Jerome Hudson 409-543-3839 Drainage Superintendent Mr. Brad Brown 409-549-0738 Emergency Services 409-983-8600 Texas Department of Transportation Mr.Kenneth Wiemers, PE 409-924-6521 Jefferson County Drainage District No. 7 Mr. Phil Kelley 409-985-4369 Buckeye Pipeline Mr.Jeronimo Casas, Sr. 963-776-2580 Texas One Call System 1-800-245-4545 Dig-Tess 1-800-344-8377 This action does not relieve the Contractor of the responsibilities under the terms of the contract or the plans and specifications.Damage caused by the Contractor's operations shall be repaired and restored to service in a timely manner at no expense to the City. 24. Notify the Engineer at least 48 hours before constructing junction boxes at intersections of storm drains and utilities. E3 25. Install or remove poles,street lights and luminaires located near overhead or underground electrical lines using established industry and utility safety practices. Consult the appropriate utility company before beginning such work. 26. If overhead or underground power lines need to be de-energized,contact the electrical service provider to perform this work.Costs associated with de-energizing the power lines or other protective measures required are at no expense to the City. 27. If working near power lines,comply with the appropriate sections of Texas State Law and Federal Regulations relating to the type of work involved. 28. Perform electrical work in conformance with the National Electrical Code(NEC)and City standard sheets. 29. All materials, labor and incidentals required for the contractor to provide for traffic across the streets and for temporary ingress and egress to private property shall be furnished by the contractor at no additional cost to the city and shall be considered as incidental to the various bid items in this project. 30. The contractor shall furnish a certified tabulation of measurements,tare weights and allowable legal gross weight calculations for all trucks,etc.,prior to their use on the project.Each truck shall be identified by a permanent and plainly legible number located on the truck and on the bed of the truck and/or trailer. 31. Any storm water permit and associated fees required for construction of this project shall be at the contractor's expense.Also,any temporary erosion,sediment and water control measures required shall be in accordance with the details shown in the plans and all work and materials required shall be paid for under the item"Temporary Erosion,Sedimentation&Environmental Controls". 32. Storm water grading permit is required for this project and shall be filed by the contractor at the contractor's expense. 33. Procure all the necessary city and/or state permits and licenses before the start of this project. 34. Prepare,maintain and submit for approval,a project schedule using CPM or similar project planning method.Also,submit contractor's contact personnel's telephone or cell phone numbers in case of emergencies during and after working hours. 35. Move existing signs, mailboxes, delineators and any other similar obstructions that interfere with construction to temporary locations approved by the engineer. Move them back to their permanent positions when the work progresses to the point where this is possible. Place the sign post back in accordance with the applicable standard sheets. (Pozloc System). This will not be paid for directly and will be considered subsidiary to various bid items. 36. The contractor shall maintain adequate drainage throughout the limits of the project during all construction phases. The contractor will provide all necessary labor, equipment, temporary conveyance materials and all other incidentals and cost associated with this task to prevent flooding of roadway pavements,roadside ditches and properties on areas were construction work has started and/or on areas within project limits that will affect public safety and property damage during a storm event. Storm water will be conveyed and discharged into existing and new storm sewer structures. This work will not be measured or paid for directly but will be subsidiary to pertinent E4 items. On areas within scope of work where water is ponding and or flooding during a rain event and as directed by the engineer, the contractor shall provide drainage and maintain temporary drainage structures and facilities which are necessary to facilitate drainage. All incidental labor, equipment,temporary material and incidental cost will not be measured or paid for directly but will be subsidiary to pertinent items. 37. Care shall be taken when moving existing property irrigation or sprinkling water facilities and its appurtenances that interfere with construction. Contractor shall temporarily relocate or disassemble,disable, and plug these facilities at their temporary location.Contractor shall restore, reconnect and activate property irrigation or sprinkling facilities its original condition or better when work is completed. This work will not be measured or paid for directly but will be subsidiary to pertinent items. E5 GOVERNING CONSTRUCTION SPECIFICATIONS The governing construction specifications applicable to this work are the Texas Department of Transportation(TXDOT)2014 Standard Specifications for Construction of Highways,Streets and Bridges as adopted by the State of Texas. These items which are listed below and which are contained in the TX DOT 2014 Standard Specifications are hereby adopted and made part of the Contract Documents to the same extent as if they were herein reproduced in full subject to such modifications, revisions or supplements as may appear in the section entitled Special Provisions in these Contract Documents to follow: Standard Specifications: Item 100 Preparing ROW Item 104 Removing Concrete Item 105 Removing Stabilized Base and Asphalt Pavement(110)(132) Item 110 Excavation(105)(132)(210) Item 132 Embankment(110)(105)(210) Item 164 Seeding for Erosion Control Item 260 Lime Treatment(204) Item 340 Dense-Graded Hot-Mix Asphalt(Method)(300X301)(320)(520)(585) Item 360 Concrete Pavement(354)(421)(420)(438)(440)(529) Item 400 Excavation and Backfill for Structures(132)(402) Item 402 Trench Excavation Protection Item 464 Reinforced Concrete Pipe(400)(402) [tem 465 Manholes and Inlets(400)(402)(420)(421)(427)(440)(442)(471) Item 467 Safety End Treatment(400X402)(464) Item 496 Removing Structures(400)(402) Item 500 Mobilization Item 502 Barricades,Signs,&Traffic Handle Item 506 Temporary Erosion,Sedimentation and Environmental Control —' Item 529 Concrete Curb,Gutter and Combined Curb and Gutter(360)(421)(440) Item 530 Driveways and Turnouts(247)(276)(360)(421)(440) Item 531 Sidewalks(276)(360)(421)(440) Item 644 Small Roadside Sign Support and Assemblies(421)(440)(441)(442)(445)(636)(643X656) Item 656 Foundation for Traffic Control Devices(400)(416)(421)(440)(441)(442)(445)(447)(449) Item 760 Ditch Cleaning and Reshaping(110)(132)(400) Special Specification Item 4122 Thermoplastic Pipe(400)(402) Special Specification Item 7126 Water Line Installation(247)(340)(400)(402) E6 ITEM 5: CONTROL OF WORK Any earthwork cross-sections,computer printouts,data files and any other information provided is for non-construction purposes only and it is the responsibility of the prospective bidder to validate the data with the appropriate plans,specifications and estimates for the projects. Contact the City of Port Arthur located at 444 4th Street(409)983-8600 for information on availability. ITEM 7: LEGAL RELATIONS AND RESPONSIBILITIES Furnish all materials, labor and incidentals required to provide for traffic across the highway and for temporary ingress and egress to private property in accordance with article 7.7 of the standard specifications at no additional cost to the City. This shall be incidental to the bid items on this project. ITEM 8: PROSECUTION AND PROGRESS Gather information and direct attention to the aspects of adjoining projects that may be in progress during the construction of a portion of this project. Plan and prosecute the sequence of construction and the traffic control plan with adjacent construction projects so as not to interfere with,or hinder the completion of the work in progress on the adjoining projects. Coordinate projects to ensure an uninterrupted flow of traffic. It is agreed that six(6)calendar rain days per month have been added to the contract time listed below. The total construction time for this project is 240 calendar days plus the calculated 48 rain days, to equal a total contracted completion time of 288 calendar days.Contractor shall notify the Engineer or Owner on the day the Contractor claims he cannot work due to rainy weather in accordance with General Conditions. All unforeseeable causes of delay or inclement weather shall be counted, noted and submitted to the Engineer on a monthly basis. The Contractor shall submit, in writing, to the Engineer within ten calendar days after the allotted total calendar rain days have all been used. Any request for time extension by the Contractor must meet the requirements established in the General Conditions and submitted in writing to the Engineer for consideration. Substantially complete the project in 288 calendar days. The road-user cost liquidated damages is$500.00 per day. E7 BID ITEM NOTES ITEM 100: PREPARING ROW • Prepare the right of way and designated easements for construction operations by removing and disposing of all obstructions in areas where Proposed ROW is shown. This item also includes removing all obstructions and pruning trees and shrubs for construction operations that are not specifically shown on the plans on existing ROW. ITEM 104: REMOVING CONCRETE • All concrete(driveways,walkways/sidewalks,and curb)will be saw cut to full depth at connection points to existing pavements.Saw cutting of all concrete areas shown in plans or as directed by the engineer will not be measured or paid for directly but will be subsidiary to pertinent items. • All materials removed for driveways including concrete and/or base will be included in the cost for this pay item. • All driveways shown in plans will be removed up to the right-of-way(ROW)line or to the specified concrete joints as shown in plans. • Measurement and payment for this item will be by the square yard. ITEM 105: REMOVING STABILIZED BASE AND ASPHALT PAVEMENT • All asphalt and rock drives will be removed to full depth at connection points to existing pavements. Asphalt and rock depths will vary and will be measured and paid for according to this item. • All driveways shown in plans will be removed up to the right-of-way(ROW)line. • Measurement and payment for this item will be by the square yard. ITEM 110: EXCAVATION • All excavated material not used on this project shall be the property of the contractor and disposed of at a site approved by the engineer. There will be no direct payment for hauling of excess excavated material but shall be considered subsidiary to this item. • Excavation shall be a plans quantity measurement item as shown in the cross sections in its original position. Additional compensation will be considered for extra excavation due to field changes which effects the total quantity more than 5%. • The existing roadway consisting of a shell base and asphalt (driveways, pavement, etc.) will be removed to full depth at connection points to existing pavements. Existing depth of the surface asphalt and shell base is between 6"-7" depth. However, Contractor shall remove to the depths required for the proposed section planned and in accordance to the cross sections shown in the plans.The bottom 8"shall be mixed with lime per Item 260 Lime Treatment and as outlined in the Geotechnical Report for subgrade preparation. • The milled materials shall be removed and hauled off.The removed materials shall be the property E8 of the contractor and disposed of at a site approved by the engineer.There will be no direct payment for hauling of the removed material and shall be considered subsidiary to this item. • Upon removal of asphalt and base materials, the bottom 8" shown in the cross sections shall be mixed with lime per Item 260 Lime Treatment and as outlined in the Geotechnical Report for subgrade preparation.The subgrade shall be moisture conditioned and compacted to at least 95% of the maximum density at the optimum moisture content. The mixing and manipulation of lime shall be included in the price for Item 260. ITEM 132: EMBANKMENT • Provide Type A embankment unless otherwise indicated in the plans. • The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at unit price bid for Embankment in its final position as shown in cross sections in plans. • Compaction method specified shall be a density-controlled compaction method as accordance with TxDOT Item 132 compaction methods. • For areas to receive seed or sod, provide a finished grade with the top 4 in. capable of sustaining vegetation(top soil). ITEM 164: SEEDNG FOR EROSION CONTROL • Contractor will use St. Augustine, as specified in Item 164 Seeding for Erosion Control" in accordance with the seed mix and rates as outlined for Permanent Urban Clay in the Beaumont District, over graded areas as shown on the plans. (all disturbed areas not paved within the right- of-way) • Distribute seed mixture uniformly from edge of roadway to ROW using hydro-mulch seeding method and will be measured and paid for by the acre. • The contractor shall maintain all seeded areas as shown on the plans by watering.There will be no direct payment for this work,but it will be considered subsidiary to Item 164,"Seeding for Erosion Control". ITEM 210: ROLLING • The work performed, materials furnished, equipment, labor, tools, and incidentals will not he measured or paid for directly but will be subsidiary to pertinent items. • Compact embankment,subgrade,base,surface treatment. ITEM 260: LIME TREATMENT(ROAD-MIXED) • Preparation and treatment of subgrade by addition of hydrated lime slurry,mixing and compacting to required lines,grades and typical sections. • Store and handle lime in weatherproof containers, bins, or buildings. Protect lime from any E9 dampness or moisture until distribution on subgrade. • Materials and construction methods to conform to requirements of Item 260. "Lime Treatment (Road-Mixed)". • Subgrade shall be stabilized with six percent hydrated lime by dry unit weight and compacted to a minimum of 95% of Standard Proctor Density (ASTM D-698), in accordance with Geotechnical Report. • Lime Slurry shall be measured by the ton and the manipulation of the lime during stabilization shall be by the square yard. • After subgrade is mixed and cured in place,the Contractor shall install 10 mil polyethylene sheet as a bond breaker on top of finish grade of the subgrade. The work required for this will be considered subsidiary and be included in the price for TxDOT Item 260 Lime Treatment. ITEM 340: DENSE GRADED HOT-MIX ASPHALT • Type D PG64-22 at 2 inches will be used as an overlay surface for all tie-in transitions according to details shown in plans.Measurement and payment shall be per the square yard quantity. • The paving mixture shall consist of a uniform mixture of coarse aggregate,intermediate aggregate, fine,and asphalt material.Fine aggregate shall consist of manufactured sands,screenings,and field sands. • Each tie-in shall consist of asphalt and cement stabilized sand(of 2 sacks of cement per cubic yard) as shown in plan details and shall be included in the cost of this item. There will be no separate payment for cement stabilized sand. • The full depth asphalt repair for the water line crossing at Canal Street will be reconstructed per the Full Depth Asphalt Repair and Bedding Detail shown in plans.This must meet TxDOT Items 400 & 402 for the excavation, backfill and trench protection. Limestone Base shall be Type A Grade 3 to a depth of 8",density controlled and complete in place per Item 247. The asphalt shall be Type D PG64-22 Hot Mix Asphalt to a depth of 2"according to Item 340. All items related to this work,except for the limestone base and asphalt,shall be included in the price for the water line by the linear foot in Item 7126.And the hot mix asphalt and limestone base will be paid for in Item 340 Dense Graded Hot-Mix Asphalt and measured by the square yard. ITEM 360: CONCRETE PAVEMENT • Class P concrete shall be used for all concrete roadway pavements. • Deformed reinforcement bar size, spacing and placement shall conform to TxDOT (Houston District)Standard Jointed Reinforced Concrete Pavement Detail JRCP. Spacing adjustments may be required at the edges on both sides of the proposed concrete pavement lane widths as shown in the contract drawings. • Wire mat reinforcements are not allowed for use on roadway construction for this project. Wire mat reinforcement will be allowed for use on driveways and sidewalk construction. E 10 • The contractor may use transit mix concrete in accordance with the item"ready-mix plants". • Where the pavement curb is left off for a later tie,provide the dowels or the tie bars as indicated on the paving detail sheets.The dowel bars and tie bars are subsidiary to the various bid items. • Repair portions of the concrete pavement surfaces that are damaged while in a plastic state before that area receives permanent pavement markings and opens to traffic. Perform repairs that are structurally equivalent to and cosmetically uniform with the adjacent undamaged areas. Do not repair by grouting onto the surface. • Set-retarding admixtures will not be allowed. • Hand-finishing of concrete pavement will be permitted as directed by the engineer. • Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the pavement and completed before 12 hours has elapsed. Any random cracking of the pavement, which in the opinion of the engineer, is due to incomplete sawing operation shall be removed and replaced at the expense of the contractor. • Class 5 self-leveling low modulus silicone sealant shall be used on this project. • All longitudinal and transverse joints shall be sawed. • Surface test Type"A"shall apply to this project. • Concrete placement will not be permitted when impending weather conditions, in the opinion of the engineer,may result in rainfall or low temperatures which will impair the quality of the finishing work. • The contractor shall have, on the job site, sufficient burlap or polyethylene fabric, as directed by the engineer,to cover a section of concrete pavement 600 feet long and 16 feet wide. • Siliceous gravel will not be permitted in the mix design. • The dowel support assemblies used in concrete pavement shall be constructed using number 1/0 (0.306 inch diameter) wire in the main vertical members. Dowels shall be rigidly supported in parallel positions and shall be welded on one end to support the frame. The weld attachment shall be made alternately on opposite ends of successive dowels.The support assembly shall be subject to the approval of the engineer. • A minimum of 3/5th of each dowel bar shall be coated with hot-applied asphalt cement.The coating shall be placed on opposite ends of successive dowels. • Driveway grades are not to exceed 8%and shall not exceed 2% at sidewalk crossings. Maximum driveway widths are 24 feet for residential and 40 feet for commercial,measured at ROW.Concrete driveways will be a minimum of 4" thickness and commercial driveways with 6" thickness as shown in plans. The concrete driveways will be paid according to Item 530 by the square yard under the same item no matter the thickness.The proposed 6"concrete commercial driveways will not be paid for separately under another item, but will be included in the same Item 530. Eli • Saw cutting of all joints(transverse expansion joints, longitudinal construction joints,longitudinal sawed joints, transverse sawed joints and others) will not be paid for separately but shall be considered subsidiary to pertinent items. • Newly placed roadway pavement surfaces with crack(s)of any cause or nature will not be approved and accepted by the City. Crack(s) shall be repaired as shown on TxDOT Standard Full Depth Repair for Concrete Pavement FDR(CP)—05 before the acceptance of the project for maintenance by the Owner.This repair,including saw cutting of pavement full depth,reinforcing,tie and dowel bars,concrete and all incidental materials,saw cutting and sealing of joints, labor and equipment needed to complete the work shall be at the contractor's expense. ITEM 400: EXCAVATION AND BACKFILL FOR STRUCTURES • Structural excavation and cement stabilized sand backfill for pipes will not be paid for separately and will be considered subsidiary to the pertinent item. • Cement stabilized sand backfill shall be compacted in lifts not to exceed 12" and to a density of 95%unless otherwise directed by the engineer. • Cement stabilized sand backfill shall consist of sand and cement only. • Cement stabilized sand backfill material shall consist of 1-1/2 sacks of cement per cubic yard.The work performed and materials furnished in accordance with this Item will be considered subsidiary to the pertinent item. • Cement stabilized sand backfill shall be mixed in a stationary plant of the pugmill type. ITEM 402: TRENCH EXCAVATION PROTECTION • This item will be considered subsidiary to the pertinent items related to storm sewer and water line piping and structures as shown in plans and thus will not be paid for separately. ITEM 464: REINFORCED CONCRETE PIPE • Reinforced concrete pipe shall meet the requirements of D-load 1350 if used on this project. • Cutting holes in existing manholes or inlets,and/or connecting to existing storm sewers or culverts, will not be paid for directly but shall be considered subsidiary to the various bid items of the contract. • Cold applied preformed plastic gaskets, rubber gaskets or cold applied plastic asphalt sewer joint compound shall be used for all concrete boxes and reinforced concrete pipe installed on this project. Where existing culverts are required to bei extended,the first joint will be sealed in accordance with item 464.3(4). • Excavation and cement stabilized backfill for pipes and structures shall be considered subsidiary to that pertinent item and will not be paid for separately. • The contractor may bid TxDOT approved HP Storm,see Special Specification 4122,as an alternate to reinforced concrete pipe. However, reinforced concrete pipe is the primary design choice and E 12 must be bid. • Backfill requirements shall be in accordance with the excavation and backfill diagrams shown in the plans and with applicable specifications. • All pipes shall be backfilled at the end of each work day and secured in place to eliminate any displacement when rainfall occurs. • Soil-tight joints are required for this project.Any bends in the proposed pipe as shown in the plans shall be considered subsidiary to this item and will not be paid for separately and will be installed as shown in the plans. • Open, install, and backfill each section, or a portion of a section, in the same day at locations requiring pipe culverts under existing roadways. • When necessary, place the pipe drains across existing roadways half at a time to allow passage of traffic.No trenches may remain open overnight. • Provide leave-outs or holes in the proposed storm drain structures and pipes for drainage during interim construction.This work is subsidiary to the various bid items. • The flow line elevations of side road structures are based on the proposed ditches.Field verify these elevations and adjust them as necessary to meet the field conditions. Before placing these structures,prepare and submit for approval,the data(revised elevation,alignment, length,etc.)for the adjusted structures. ITEM 465: MANHOLES AND INLETS • Inlet "ring and cover"the dimensions and descriptions are shown on the plans. Dimensions may vary to the extent determined by the engineer.Contractor shall use East Jordan Iron Works or equal in lieu of the specified Vulcan materials as shown in the City of Port Arthur Details. • Excavation will be not be paid for directly but shall be considered subsidiary to this bid item. • Cement stabilized backfill shall be required around all inlets in accordance with City of Port Arthur Details. The stabilized backfill shall not be paid for directly but shall be considered subsidiary to this item and installed as shown in the plans. • Proposed tie-in locations for storm sewer pipes into TxDOT drainage manholes or inlets shall be in accordance to details shown in plans.All work including excavation,backfill,demolish for new pipe in side of manhole/inlet, concrete collar, and any Class A concrete used for patchwork shall be included in the price per each according to the Bid [tem 465 "Inlet/Manhole Tie-in". The concrete shall meet a 28-day compressive strength of 3000 psi per TxDOT [tem 421 Hydraulic Cement Concrete.This work and material shall be included in the price per each as shown in plans. • Do not leave excavations or trenches open overnight. ITEM 467: SAFETY END TREATMENT • Safety End Treatment shall be Type 1 at the specified size with a 3:1 side slope according to TxDOT E 13 Item 467 at the locations shown in the plans for the commercial driveways per City of Port Arthur requirements. • Excavation and cement stabilized backfill for each safety end treatment shall be considered subsidiary to this item and will not be paid for separately. ITEM 479: ADJUSTING MANHOLES AND INLETS • Adjusting manholes(sanitary sewer)are shown in the plans. If additional manholes need adjusting the Contractor shall contact the Engineer in writing and will be paid under this item once approved. Any additional backfill materials will not be paid for separately but will be considered subsidiary to this item. ITEM 496: REMOVING STRUCTURES • Excavation and backfill necessary for removal of structures will be considered subsidiary to this pay item. Backfill will be handled according to the specification, or as shown in plans, using existing excavated materials or other select material which has been approved by the Engineer. ITEM 500: MOBILIZATION • Mobilization shall not exceed ten(10)percent of the total construction items amount. ITEM 502: BARRICADES,SIGNS,AND TRAFFIC HANDLING • Submit changes to the traffic control plan to the Engineer. Provide a layout showing the construction phasing, signs, striping, and signalizations for changes to the original traffic control plan. • Furnish and maintain the barricades and warning signs, including the necessary temporary and portable traffic control devices,during the various phases of construction.Place and construct these barricades and warning signs in accordance with the latest "Texas Manual on Uniform Traffic Control Devices for Streets and Highways"for typical construction layouts. • Furnish additional barricades and signs to maintain traffic and motorists' safety when directed by the Engineer. Consider payment for these additional signs and barricades subsidiary to Item 502. • Cover work zone signs when work related to the signs is not in progress,or when any hazard related to the signs no longer exists. • The contractor shall provide access to intersecting streets and to properties and businesses adjacent to the ROW and maintain at all times unless otherwise directed and approved by the engineer.The contractor will contact the business or property owner at least five days in advance of the driveway closure. If the property has more than one driveway, only one access shall be closed at a time. If closure of a single access to any business is required, this activity shall be performed during off- peak hours or as directed and approved by the engineer. • The contractor may close a maximum of one intersection at a time and close no more than three residential driveways at any time. E 14 • The contractor may, with the approval of and as directed by the engineer, be required to vary the number and location of signs and barricades from that indicated on the plans. • Contractor shall not have exclusive use of the ROW but shall cooperate in the use of the ROW with the City of Port Arthur in the event of unforeseen utility adjustments.The contractor shall prosecute work in such a manner and sequence as to allow the adjustment to be made. • All construction traffic shall be regulated so as to cause a minimum inconvenience to the traveling public at all times.At times when it is necessary for trucks to stop, unload or cross roadway under traffic, warning signs and certified flaggers shall be provided as necessary to adequately protect public travel. • Signs,barricades,etc. listen heron are considered to be the minimum required for traffic handling in this project. • Keep the delineation devices, signs, and pavement markings clean. This work is subsidiary to the Item,"Barricades, Signs,and Traffic Handling". • If a section is not complete before the end of the workday,pull back the base material to the existing pavement edge on a 6H: 1 V slope.Edge drop-offs during the hours of darkness are not permitted. • Do not mount signs on drums or barricades, except those listed in the latest Barricades and Construction standard sheets. • Use traffic cones for daytime work only. Replace the cones with plastic drums during nighttime hours. • Place positive barriers to protect drop-off conditions greater than 2 ft. within the clear zone that remain overnight. The traffic control plan(TCP) shall conform to the BC (1)-(12) standards and part VI of the Current Texas Manual of Uniform Traffic Control Devices. • Remove all traffic control devices from the roadway,off the right of way,when they are not in use. Devices scheduled to be used within 3 days may be placed along the shoulder of the roadway or right of way when not in use or stored in other approved areas on the project. Cover any construction signs that are not in effect that are installed in a fashion that will not allow them to be removed from the right of way easily. • Use vertical panels instead of cones as traffic control devices. • Construct all work zone signs, sign supports, and barricades from material other than wood unless approved by the engineer. • Galvanize steel supports if used. Aluminum posts, if used, shall meet the following minimum thickness requirements: • Square Feet Minimum Thickness • Less Than 7.5 0.080 Inches • 7.5 To 1.5 0.100 Inches E 15 • Greater Than 1.5 0.125 Inches • Plan the sequence of work so as to minimize inconvenience to the traveling public. Any changes to the traffic control plan shown in the plans must be approved in writing by the Engineer. Submit the revised plan for approval to the Engineer. • The approval by the engineer of the method and procedure the contractor plans to use to handle or detour traffic will not relieve the contractor of his responsibility for the protection of the traveling public. • Install temporary fence around the open pit by the end of each working day to safeguard pedestrian using the sidewalk.No payment shall be made for this work directly but will be consider subsidiary to this item. • Temporary traffic signalization as shown in the plans and Additional temporary traffic signalization not shown in the plans that is required to meet actual site conditions as directed by the engineer will not be measured or paid for separately but will be considered subsidiary to this pay item. • The Contractor shall submit to the City prior to start of any construction work,a hauling truck and construction vehicles route plan. This route plan shall show streets to be taken for trucks and vehicles either empty or hauling materials going in or out the construction areas scope of work. The Streets that are to be used as truck and vehicle routes shall be truck loads roadway bearing pavements. Upon approval of the Engineer,this truck routing plan will be strictly implemented. Any changes that is required as construction phases progresses will be reviewed and approved by the Engineer. This work will not be measured or paid for separately but will be considered subsidiary to this pay item.Construction Exits will be considered subsidiary to this item if needed • The Contractor shall prepare the traffic Detour Plan that is not shown in this project at no additional cost. Any addition barricades, warning and detour signs, including the necessary temporary and portable traffic control devices to detour and control traffic during the construction will not be measured or paid for separately, but will lie considered subsidiary to this pay item. ITEM 504: PROJECT MATERIAL TESTING • All project testing on this project will be specified in each item and paid for by the City of Port Arthur separately. ITEM 506: TEMPORARY EROSION,SEDIMENTATION AND ENVIRONMENTAL CONTROL • A Storm Water Pollution Prevention Plan(SWP3)is required.Since the disturbed area is more than 1 acre, a "Notice of Intent" (NOI) is also required. The NOI will be completed and filed by the Contractor according to the corresponding bid items. • Use appropriate measures to prevent, minimize,and control the spill of hazardous materials in the construction staging area. Remove and dispose of materials in compliance with State and Federal laws. • Before starting construction, review with the Engineer the SW3P used for temporary erosion control as outlined on the plans. Before construction, place the temporary erosion and sedimentation control management practices as shown on the SWP3. E 16 • Before starting grading operations and during the project duration, place the temporary or permanent erosion control measures to prevent sediment from leaving the right of way. • Implement temporary and permanent erosion control measures to comply with the Texas Pollution Discharge Elimination System(TPDES)general permit. • Schedule the sodding work as soon as possible after completing earthwork operations,restore and sod the disturbed areas in accordance with the City's specifications for permanent or temporary erosion control. ITEM 560: MAILBOX ASSEMBLIES • Mailboxes shown on the plans are approximate and may require relocation. Before placing them, obtain approval of the Engineer and then stake the exact locations. For this project, existing mailbox assemblies shall be removed, stored, and replaced. Any mailbox assemblies damaged during the removal or storage process shall be replaced with identical products at the Contractor's expense. ALL expenses, equipment, materials,and appurtenances required to remove and replace the existing mailboxes will be paid for under this item. • When a mailbox to be relocated is in conflict and needs to be temporary relocated until it can be installed in its permanent location, the Contractor may use the TxDOT Standard Type 6 "Temporary Mailbox Support — Connection Detail" per MB-15(l) drawing. All materials and appurtenances required for the temporary relocation shall be included in the cost of each according to the relocation bid item. ITEM 644: SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES • Sign locations shown on the plans are approximate. Before placing them, obtain approval of the Engineer and then stake the exact locations for these signs. For this project,existing signs shall be removed,stored,and replaced. Any signs or posts damaged during the removal or storage process shall be replaced with identical products at the Contractor's expense. ALL expenses, equipment, materials, and appurtenances required to remove and replace the existing small road signs will be paid for under this item. • Use the Texas Universal Triangular Slip Base with the concrete foundation for small ground mounted signs,unless otherwise shown in the plans. • When design details are not shown on the plans,provide signs and arrows conforming to the latest "Standard Highway Sign Designs for Texas"manual. ITEM 760: DITCH CLEANING AND RESHAPING • This item will be used to clean and regrade the existing ditches to the grades as shown in plans to provide adequate drainage for the existing and/or proposed roadway.Any excavation and backfill will be considered subsidiary and included in the price per linear foot. • This item will be used as shown in plans when ditch to be filled or excavated. Fill material shall be in accordance with Item 132 Embankment and excavation shall be in accordance with Item 110 Excavation but will be included in the cost per linear foot in this item to the depths shown in the E 17 plans to provide proper drainage. SPECIAL SPECIFICATION ITEM 7000: RELOCATE SANITARY SEWER CLEANOUT • The Contractor shall provide a price for the supplemental bid item to relocate any sanitary sewer cleanouts that may be in conflict. The Contractor shall notify the Engineer prior to relocation and will include any excavation and backfill necessary in the price for each to be paid for in this item. The plans show some cleanouts to be relocated but are only for estimate purposes for the supplemental item quantity in the plans. • Contactor shall provide all necessary pipe and fittings to extend or cut the existing sanitary sewer line and reconnect the existing sanitary sewer cleanout. This work shall be considered subsidiary to this item and will not be paid for separately. • Materials shall meet the cell classification of 1245 per ASTM D1784,and all pipe and fittings shall meet the requirements of ASTM D3034. • Contractor shall install the relocated sanitary sewer cleanout and must maintain the separation distances or crossing requirements according to 30TAC Chapter 290, Subsection 290.44. If separation distances cannot be maintained and adjustments need to be made, the Contractor must first notify the Engineer. SPECIAL SPECIFICATION ITEM 4122: THERMO PLASTIC PIPE • The Contractor shall provide a price for the alternate bid items for TxDOT Special Specification Item 4122 for Polypropylene Pipe, Type S for the same size as shown in the plans for proposed storm sewer system. • Pipe shall meet all specified testing and as listed in TxDOT SS Item 4122 for polypropylene pipe meeting requirements of AASHTO M330. • Bedding and backfill shall be in accordance with the special specification listed and will be considered subsidiary to this item.All excavation and fill required for the piping and bedding will not be paid for separately. SPECIAL SPECIFICATION ITEM 7126:WATER LINE INSTALLATION • The Contractor shall expect, at a minimum,to cross utility service and should expect to encounter various abandoned utility lines throughout the project which are unknown and may require an adjustment to the alignment of the new line at no additional cost. • Water lines shall be installed to the alignment shown in the plans. Field adjustments to the alignments may be necessary to avoid unknown obstructions but must receive approval from the Engineer. • The Owner shall furnish potable water for hydrostatic testing and flushing of the water lines at no charge to the Contractor. R—Contractor shall provide sampling points on newly installed water lines at no greater than every 1000 linear feet for the purpose of obtaining water samples for bacteriological testing. Samples E 18 cannot be obtained from the fire hydrants. • The Owner will perform all bacteriological testing with an approved testing laboratory. Contractor shall coordinate the sampling times with the Owner to avoid weekends or holidays. • When shown on plans, or as deemed necessary by the Contractor to facilitate installation of the new water lines,the Contractor shall install,disinfect,arrange for bacteriological testing, connect to the existing meter and maintain temporary water service lines at no additional cost to the Owner. All temporary lines must meet the minimum AWWA and TNRCC standards for potable water lines. • Contractor has option to substitute augered hole construction, in lieu of open cutting, to facilitate installation of new water lines at no additional cost to the owner. • There will be no separate payment for pipe bedding or backfill and will be included in the price per linear foot of water line pipe to be installed. • The one section where the proposed water line will cross Canal Street will include removal of the asphalt and base then reconstructed with cement stabilized sand, limestone base and Type D hot mix asphalt according to the Full Depth Asphalt Repair and Bedding Detail shown in plans. This must meet TxDOT Items 400&402 for the excavation,backfill and trench protection. Limestone Base shall be Type A Grade 3 to a depth of 8", density controlled and complete in place per Item 247.The asphalt shall be Type D PG64-22 Hot Mix Asphalt to a depth of 2"according to Item 340. All items related to this work, except for the limestone base and asphalt, shall be included in the price for the water line by the linear foot in Item 7126. • Contractor shall install 6-inch water line,shall be class 150 AWWA C-900 PVC pipe as shown in plans. • Water line fittings shall be compact ductile iron(all bell),Class 350,mechanical joint.Include cost of fittings in unit price bid per linear foot of water line pipe to be installed. • Water lines shall have a normal cover of 3'6" below finished top of grade or natural ground, whichever is lower. Vary flow line uniformly to depths and locations as shown on plans. • Fire hydrant assemblies shall be located where shown on plans and will be paid for as an entire assembly as shown in detail. This will include fittings and gate valves related to the fire hydrant assembly and will be paid for under this same item. • Gate valves and valve boxes will be paid for by the each as shown in plans and will include all fittings and backfilling as described in plans.Contractor shall provide valve box extensions where required to construct valve boxes flush with proposed grades as shown,at no separate pay. • Contractor shall provide adequate thrust blocking to withstand test pressures or to provide fittings with restrained joints.Contractor shall submit thrust blocking details to Engineer for approval prior to beginning this work. This will be considered subsidiary to this item and will not be paid for separately. • All newly installed pipes and related products must conform to American National Standards Institute/National Sanitation Foundation (ANSI/NSF) Standard 61 and must be certified by an E 19 organization accredited by ANSI. • All pipe for use in public water systems must bear the National Sanitation Foundation Seal of approval and have an ASTM design pressure rating of at least 150 psi. • All tie-ins or connections to City's water system, including plugging or capping dead end/abandoned water line after being cut, shall be performed by the Contractor at no additional cost.The Contractor must coordinate this work with the City Water Department and must include cost of connection in the price bid per linear foot of water line. • Contractor shall install blue reflector in roadway for all proposed valves and hydrants as shown in plans per City of Port Arthur standards. • The Contractor shall install a round 24"diameter(4"minimum thickness)precast round valve box pad for each proposed valve when its located outside of the pavement.The cost for this work shall be included in the price for each valve or for each fire hydrant assembly.There will be no separate payment for the precast valve box pad. • Contractor shall install the proposed water line as shown in plans and must maintain the separation distances according to 30TAC Chapter 290, Subsection 290.44. If separation distances cannot be maintained and adjustments need to be made,the Contractor must first notify the Engineer. • Near side and far side services shall be as specified in the plans and will include all necessary SDR- 9 HDPE piping, saddles, curb stop, boxes and backfill materials as shown in the details, and will be paid for by the each based on the near side or far side service as shown in the summary sheet. Any variations or additional services missed or needing to be added must first notify the Engineer. • All service lines must be installed at a minimum of 3 feet of cover below the bottom of the proposed ditch flow line. Any adjustments required for the proposed main line in those locations shall be done accordingly. END OF SECTION E 20 SECTION F BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Elite Contractors and Equipment,LTD as Principal, and Endurance American 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 Total Amount Bid for the payment of which, well and truly to be made, hereby jointly and severally bind ourselves,successors and assigns. Signed, this 24th day of July 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 Paving Improvements on 60th Street 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. Elite Contractors and Equipment, LTD (L.S.) PRINCIPAL Endurance American Insurance Company SURETY BY: Garrett Turner,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. ENDURANCEAMERICAN INSURANCE COMPANY 114 POWER OFAIIURNEY KJrow all Men by these,Present, that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the'Corporation"),with offices at 750 Third Avenue,New York, NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint MARY CATHERINE TURNER,GARRETT TURNER,MEGHANN CATHERINE TURNER its true and lawful Attomey(s)-in-fact,at BATON ROUGE in the State of LA and each of them to have full power to act without the other or others,to make, execute,seal and deliver for and on its behalf bonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements, waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Corporation fps;apyportion of the penal sum thereof in excess of the sum of TEN MILLION Dollars(S10,000,000). Such bon T ,. g& ,poses,when du executed bysaid attom s n•fact,shall be bindinguponthe �':y duly ey(}i Corporation as fully and to the same extent as if signed by the Presidetif'g�lge� 4,61,•--0Rel rate seal attested by its Corporate Secretary. ThiS4 Iri made u tri of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011,a copy of This/trite under the B�`ea''d`in tlled'Certificate'. Th Wier of AttorctelaS4r and sealetlbyyacsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on thdaytu s not since been revoked,amended or repealed: REVof July, Lacrsaid resd D, in granting pow of ei pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011 the s n wfie p d reoto the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attorney, i baring s fglm(I#signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. Joi IN WITNESS' REOPNhe Co gtatwn has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 16th day of June,2017 at New York,New York. R''rr+rnurt+a"'a (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST .,,yn cae-P"'E By RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 16th day of June,2017 before me personally came BRIAN BEGGS to me known,who being by me duly sworn,did depose and say that(s)he resides in NEW YORK,NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation,and that(s)he signed his(her) name thereto by,Iikeorder.r a r (Notarial Seal)sA?,refs `�� e4' ' .. 9'. '.0 T A fi t:• 4, ' 01.,-- ----C& I —. Q • NO- ®1 gg+i3339 ON L • N cnolas James Benenat:,Notary Public-My Commission Expires 12/0712019 Z.) • auauFnEo •a . *,,,N c W YORK EXP TY; -• : CEI-(ARCATE STATEF EWVORKIA• . ss:MANHATTAN COUN1YtiPvESIdffE iG ' ROST I,CHO 4fzAR9dAe PB DENT of ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the'Corporation'),hereby certify: 1.That thgaigi�l po.fer p(momeyofwhich the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned Itie cgmpared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July,2011 and said resolutions have not since been revoked,amended or modified: 'RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS And be it further RESOLVED,that each of the individuals named above is authorized to appoint attorneys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obligations in surety or co-susete rra , of the Corporation." 3.The n furth cceerti�fl I y` a above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN } my hand and affixed the corporate seal this 24th day of July ,20 19 . (Cq tp Seal) SEAL �A* . X 0,-- 9,:i#44x-i \d `; CHRISTOPHER SPARRO,PRESIDENT ..AW .ii Any reproductore are void. `''''r,•,�rpr4u nua•ra' Primary Surety Claims Submission: 077bfi7679�5 ��ntl.com SuretMailing Address:Surety Claims Department,750 Third Avenue-10th Floor,New York.NY 10017 SECTION G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity Thls questionnaire reflects changes made to the law by H.B. 23, a4th 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. CCIA ac--46 CS aika HCheck 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. Name of Officer J 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 famil ember of the officer receiving or likely to receive taxable income, other than investment income, from the v dor? n 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 met r of the officer AND the taxable income is not received from the local governmental entity? Yes No Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. Check this box it 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). J 7 - - I t e of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics state tx.us Revised 11'30.2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; ar (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 SECTION 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 I DATE (MM/DD/YYYY) ACOREP CERTIFICATE OF LIABILITY INSURANCE 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 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE FAX(A/C, INC,No.Eat): No): E-MAIL Af1I1RFSS: INSURER(S)AFFORDING COVERAGE NAIC S INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: 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 SUBRPOLICY EFF POLICY EXP TYPEOFINSURANCE LTRINSR WVDI POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S _ CLAIMS-MADE I I OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GENII_AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ POLICY PRO- — - -- - JECT • LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMI r (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOS D AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE _ AUTOS (Per accident) $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ _ DED I RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY I IMITS ER - ANY PROPRIETOR/PARTNERJEXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) 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. AUTHORIZED REPRESENTATIVE O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION J PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and ( (Name of Surety) (Address of Surety) hereinafter called Surety, arc held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER, in the penal sum of Dollars,S( ) 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 o f: 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:the 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 mayincur 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 nal be prior to date cf'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. r �;'y ROADWAY REPAIR BOND STATE OF TEXAS COUNTY OF JEFFERSON KNOW BYALL MEN BYTHESE PRESENTS: That of the City of , County of State of , as principal, and 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. Texas, a municipal corporation (owner) in the penal sum of $100.000 Dollars for the payment whereof the said principal and surety bind themselves and their heirs, administrators, executors, successors.and assigns,jointly and severally, by these presents; Whereas, the principal has entered into a certain written contract with City of Port Arthur, dated the day of ,for the which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. Whereas, under the plans, specifications and contract, it is provided that the contractor will maintain and keep in good repair the existing public streets, roadways or utilities used by the contractor during the construction period. Herein contracted to do all necessary repairing and/or reconstructing in whole or in part of said streets and roadways that should be occasioned by settlement of foundation, damage to roadway surface, or damage to existing utilities in the roadway right of way. Be it understood that the purpose of this section is to cover all damage to existing streets, roadways and utilities accessed and utilized by said contractor during construction. The said contractor and surety shall be subject to the liquidation damages mentioned in said contract for each day's failure on it's part to comply with the terms of said provisions of said contract; NOW, THEREFORE, if the said contractor shall keep and perform it's said agreement to maintain and repair said existing public streets, roadways and utilities, then these presents shall be null and void and have no further effect. If default shall be made by the said contractor in the performance of is contract to so maintain and repair said existing public streets, roadways and utilities, then these presents shall have full force and effect and said Owner shall have and recover damages from the said contract and it's principal and surety. It is further agreed that this obligation shall be continuing one against the principal and surety herein,and that successive recoveries may be hereon for successive breaches until the full amount shall have been exhausted. PROVIDED, the aggregate liability -Of surety hereunder is limited to the penal sum of this bond. R WITNESS WHEREOF,the said principal and surety have signed and sealed this instrument this day Of ,2018. ,,.. Principal Surety By: By: Title Title Address Address. The name and.address of the resident agent of surety is: NOTE:Date of Roadway Repair Bond must not be priorto date of contract. lr--- SECTION L 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: -40 Printed Name: se ,5 Title: RI Q€Rt Company: El i '� cirn-Fick c r S 0nc& ;PrO rl--i t--Th Date: SUBSCRIBED and sworn to before me the undersigned authority by 1 ,U the . /-� of, `F L- on behalf of said bidder. / j Notary Public in and for the State of Texas My commission expires: ? -1..:P `-2G . 7�C%. NELL TOMUN My Notary ID#124501700 1 �;_E ' -7-'. Expires March 18,2023 SECTION M AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. e\ 1.41; Co AC.,;ot2c Y) M D �GUi �\.(Y) CAT- Firm Name Date }?2L3S1 0L-3 Authorized Signature Title tzUTC.k u15 Cion, St() - so 6 Name (please print) Telephone 1-12i2Ck 1 - Email STATE: TL X A. 5 COUNTY: ,a SUBSCRIBED AND SWORN to before me by the above named g,1 GO.- , lec, on this the 30' day of ,' , 20 I . NELL TOMLIN II : :;= My Notary ID#124501700 Notary Public o+ 4e, Expires March 18,2023 t 2t.,1!;," ts RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION N House Bill 89 Verification I, iQt C_\< Sr 1 S (Person name), the undersigned representative (hereafter referred to as "Representative") of S1i4(; COnfiRial6OZS HNO .T)APPA MC K.4 (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. <Ctre---------- SATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this ,'<;f day of .__t- i.:_,L- �_ , 204 . / ^ ___---_----4,-_-.7, _/::.::_ - c l Notary Public i? It.,,:• !-,1'-_'?1,.,,,; ,......: My NotarNELLy lO#TOMLlr1 124501700 1.'"-...i' ..: Expires March 18,2023 SECTION 0 SB 252 CHAPTER 2252 CERTIFICATION u) S , the undersigned and representative of El l4Lw COf\ 2 C-ki S iutD-tL✓Jl (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. &L-c% 5/410/ Name of Company Representative (Print) Si:. ture of Company Representative JUL/ ? I IS Date 1 SECTION P 4122 Special Specification 4122 Texas nt Thermoplastic Pipe of Transportation 1. DESCRIPTION Furnish and install thermoplastic pipe for constructing thermoplastic pipe culverts. Provide pipes of the sizes, types,design,and dimensions shown on the plans including the connections and joints to new or existing pipes,sewer,manholes,inlets,headwalls,and other appurtenances as required to complete the work. 2. MATERIALS Furnish materials in accordance with the following: • Item 400,"Excavation and Backfill for Structures," • Item 401,"Flowable Backfill,"and • Item 467,"Safety End Treatment." Unless otherwise specified on the plans or in this Item,provide thermoplastic pipe and joint fittings that conform to the following: 2.1. High Density Polyethylene(HDPE) Pipe. 2.1.1. General.Provide high density polyethylene pipe and fittings meeting the requirements in AASHTO M 294. 2.1.2. Raw Materials.Provide HDPE pipes and fittings manufactured from virgin polyethylene(PE)compounds, conforming to the requirements of cell class 335400C as defined and described in ASTM D 3350,except that the maximum allowable carbon black content is 4%.Use PE compound meeting the environmental stress crack resistance according to the NCLS test set forth in AASHTO M 294. 2.1.3. Designation of Type.For HDPE pipes used in gravity flow drainage applications,use Type S(outer corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or spirally with projections or ribs). 2.1.4. Section Properties.The minimum wall thickness of the inner walls of Type S pipe and inner the outer walls of Type D pipe is specified in Section 7.2.2 of AASHTO M 294.The pipe stiffness at 5%deflection,when determined in accordance with ASTM D 2412,is specified in Section 7.4 of AASHTO M 294. 2.2. Polyvinyl Chloride(PVC)Pipe. 2.2.1. General.Provide polyvinyl chloride pipes and fittings meeting the requirements of ASTM F 949. 2.2.2. Raw Materials. Provide PVC pipes and fittings manufactured from PVC compounds which conform to the requirements of cell class 12454as defined and described in ASTM D 1784. 2.2.3. Section Properties.The minimum wall thickness is specified in ASTM F 949,Table 1.The pipe stiffness at 5%deflection,when determined in accordance with ASTM D 2412,is specified in ASTM D 2412,Table 1. Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of pipe furnished, and verifies that the pipe complies with the specifications.Submit a certificate of compliance to the Engineer for review and approval.Provide a certificate including the following information: manufacturing plant,date of manufacture, pipe unit mass, material distribution, pipe dimensions,water inlet area,pipe stiffness, pipe flattening, brittleness,ASTM resin cell classification.and workmanship. P 1 08-18 Statewide 4122 2.3. Polypropylene Pipe. 2.3.1. General.Provide polypropylene pipe and fittings meeting the requirements of AASHTO M330. 2.3.2. Raw Materials. Provide polypropylene compounds used to manufacture the pipe and fittings that meet the minimum properties in Section 6.1.1 of AASHTO M330, . 2.3.3. Designation Type: For polypropylene pipes used in gravity flow drainage applications use Type S(outer corrugated wall with smooth inner liner)or Type D(inner and outer smooth walls braced circumferentially or spirally with protections or ribs). 2.3.4. Section Properties. Provide the minimum wall thickness of the inner walls for Type S pipe and both the inner and outer walls of Type D pipe that meet the requirements in Section 7.2.2 of AASHTO M330. The pipe stiffness at 5%deflection will meet the requirements in Section 7.4 of AASHTO M330. 2.4. Testing: Ensure the manufacturer performs the appropriate test procedures on representative samples of each type of pipe furnished,and verifies that the pipe complies with the specifications. Submit a certificate of compliance to the Engineer for review and approval. Provide a certificate including the following information: manufacturing plant,date of manufacture,pipe unit mass,material distribution,pipe dimensions,water inlet area, pipe stiffness,pipe flattening,brittleness,ASTM resin cell classification,and workmanship. 2.5. Inspection.The quality of materials,the process of manufacture,and the finished pipe will be subject to inspection and approval by the Engineer at the manufacturing plant. In addition,the finished pipe will be subject to further random inspection by the Engineer at the project site before and during installation. 2.6. Marking.Furnish pipe clearly marked at maximum 12 ft.intervals and clearly mark fittings and couplings as follows: • manufacturer's name or trade mark, • nominal size, • specification designation(e.g.AASHTO M 294,ASTM F 949,AASHTO M330), • plant designation code,and • date of manufacture. 2.7. Joints. Install the joints so that the connection of the pipe sections forms a continuous line free from irregularities in the flow line. Suitable joints are the following: • Integral Bell and Spigot. Ensure the bell overlaps a minimum of 2 corrugations of the spigot end when fully engaged. Ensure the spigot end has an 0-ring gasket that meets ASTM F 477. • Exterior Bell and Spigot.Fully weld the bell to the exterior of the pipe and overlap the spigot end so that the flow lines and ends match when fully engaged. Provide the spigot end with an 0-ring gasket that meets ASTM F 477. Joint type definitions are the following: • Soiltight Joints.Joints meeting the soiltightness definition in accordance with AASHTO Standard Specifications for Highway Bridges, Section 26.4.2.4. • Watertight Joints.Joints meeting the requirements of ASTM D 3212. If no joint type is specified,provide a watertight joint. P 2 08-18 Statewide 4122 3. END SECTIONS For pipe installations beneath and adjacent to roadways. provide Type II Precast Safety End Treatments. For cross drainage structures use TxDOT's PSET-SC standard and for parallel drainage structures use TxDOT's PSET-SP standard. 4. CONSTRUCTION Construct the pipe at locations shown on the plans or as directed.Only trench installation of thermoplastic pipe will be permitted. 4.1. Excavation. Excavate in accordance with Item 400,"Excavation and Backfill for Structures." Provide enough trench width for the pipe installation and to ensure enough working room to properly and safely place and compact materials placed under haunches of the pipe and other embedment materials. Provide a space between the pipe and trench wall that is greater than that of the compaction equipment used in the pipe zone. When using Type I backfill,the minimum allowable trench width is the pipe outside diameter plus 12 in. When using Type II or Type III backfill,the minimum allowable trench width is specified in Table 2. Table 2 Minimum Trench Width Nominal Pipe Diameter(in.) Minimum Trench Width(in.) 18 39 24 48 30 57 36 66 42 75 4.2. Installing Pipe in Embankment. If any portion of the pipe projects above the existing ground level,construct an embankment as shown on the plans or as directed,for a minimum distance outside each side of the pipe location of 5 times the diameter and to a minimum elevation of 2 ft. above the top of the pipe.Next,excavate the trench to a width as specified in Section 4.1. In areas with a high water table,install the thermoplastic pipe in accordance with the manufacturer's recommendations to prevent pipe floatation. 4.3. Shaping and Bedding. Bed the pipe in a foundation of compacted cohesionless material,such as sand, crushed stone,or pea gravel,with a maximum allowable size of 3/8 in. Extend this material a minimum of 6 in.below the outermost corrugations or ribs,and carefully and accurately shape it to fit the lowest part of the pipe exterior for a minimum of 10%of the overall height.When requested by the Engineer,furnish a template for each size and shape of pipe to be placed for use in checking the shaping of the bedding. Provide a template consisting of a thin plate or board cut to match the lower half of the cross section of the pipe. 4.4. Handling and Storing Pipe.Store pipe above ground on adequate blocking.Always keep pipe clean and fully drained during storage. Store the PVC pipe and fittings out of direct sunlight. Handle and store thermoplastic pipe in accordance with the pipe manufacturer's instructions. Provide proper facilities for hoisting and lowering the pipe into the trench without damaging the pipe or disturbing the bedding or the walls of the trench. 4.5. Laying Pipe. Unless otherwise authorized,start laying pipe on the bedding at the outlet end with the separate sections firmly joined together.Hoist and lower sections of pipe into the trench without damaging the pipe or disturbing the bedding or the sides of the trench. Remove and re-lay any pipe that is not in alignment or that shows excessive settlement after laying,at no expense to the Department. P 3 08-18 Statewide 4122 Lay multiple installation of thermoplastic pipe with the centerlines of the individual barrels parallel.Unless otherwise shown on the plans,maintain the clear distances between outer surfaces of adjacent pipes shown in Table 3. Table 3 Minimum Clear Distance Between Pipes Nominal Pipe Diameter(in.) Min.Clear Distance Between Pipes(in.) 18 14 24 17 30 20 36 23 42 26 4.6. Reusing Existing Appurtenances.When existing appurtenances are specified on the plans for reuse, sever the portion to be reused from the existing culvert and move it to the new position previously prepared, by approved methods. Provide connections conforming to the requirements for joining sections of pipes as indicated in this specification or as shown on the plans.Restore any headwalls and any aprons or pipes attached to the headwall that are damaged during moving operations,to their original condition,at no expense to the Department.The Contractor has the option to remove and dispose of the existing headwalls and aprons and construct new headwalls at no expense to the Department,in accordance with the pertinent specifications and design indicated on the plans or as furnished by the Engineer. 4.7. Sewer Connections and Stub Ends. Make connections of pipe sewer to existing sewers or sewer appurtenances as shown on the plans or as directed. Mortar or concrete the bottom of the existing structures,if necessary,to eliminate any drainage pockets created by the new connection.Where the sewer is connected into existing structures which are to remain in service, restore any damage to the existing structure resulting from making the connection to the satisfaction of the Engineer.Seal stub ends,for connections to future work not shown on the plans, by installing watertight plugs into the free end of the pipe. Include the cost for the above in cost of the pipe. 4.8. Backfilling.Backfill from the pipe bedding up to 1 ft.above the top of the pipe to provide necessary structural support to the pipe and control pipe deflection.Take care when placing and compacting the backfill material. Provide uniform backfill material and uniform compacted density throughout the length of the pipe, to avoid unequal pressure. Use care to ensure proper backfill under the pipe, in the haunch zone. Provide backfill material meeting the following specifications: • Type I—Provide backfill consisting of flowable fill in accordance with Item 401,"Flowable Backfill." Place the flowable backfill across the entire width of the trench and maintain a minimum depth of 12 in.above the pipe.Wait a minimum of 24 hr.before backfilling the remaining portion of the trench with other backfill material in accordance with Item 400, "Excavation and Backfill for Structures." ■ Type II—Provide backfill consisting of cement stabilized backfill in accordance with Section 400.3.3.4, "Cement Stabilized Backfill."Place and compact cement stabilized backfill to completely fill any voids. • Type III—Provide backfill consisting of hard,durable,clean granular material that is free of organic matter,clay lumps, and other deleterious matter. Provide backfill meeting the gradation requirements shown in Table 4. Place the backfill material along both sides of the completed structure to a depth of 12 in.above the pipe. Place the backfill in uniform layers a minimum 6 in.deep(loose measurement).wet if required,and thoroughly compact it between adjacent structures and between the structure and the sides of the trench. Until a minimum cover of 12 in. is obtained.only hand-operated tamping equipment will be allowed within vertical planes 2 ft. beyond the horizontal projection of the outside surfaces of the structure. If using Type III backfill, place filter fabric between the native soil and the backfill.Use filter fabric conforming to the requirements of DMS-6200,"Filter Fabric,"Type 1. P 4 08-18 Statewide 4122 Table 4 Gradation Requirements for Type Ill Backfill Material Sieve Size Percent Retained (Cumulative) 1 in. 0-5 718 in. 0-35 112 in. _ _ 0-75 318 in. 0-95 No.4 35-100 No. 10 I 50-100 No.200 I 90-100 4.9. Protecting the Pipe.Unless otherwise shown on the plans or permitted in writing,do not use heavy earth- moving equipment over the structure until a minimum of 4 ft.of permanent or temporary compacted fill is placed over the top of the structure. Before adding each new layer of loose backfill material,until a minimum of 12 in.of cover is obtained, an inspection will be made of the inside periphery of the structure for local or unequal deformation caused by improper construction methods.Evidence of such will be reason for corrective measures as may be directed. Remove and replace pipe damaged by the Contractor at no expense to the Department 5. MEASUREMENT This Item will be measured by the foot. Measurement will be made between the ends of the pipe barrel along the flow line,not including safety end treatments.Safety end treatments will be measured in accordance with Item 467,"Safety End Treatment."Measurement of spurs,branches,or connections to existing pipe will be made from the intersection of the flow line with the outside surface of the pipe into which it connects. Where inlets,headwalls,catch basins,manholes,junction chambers,or other structures are included in lines of pipe,the length of pipe tying into the structure wall will be included for measurement,but no other portion of the structure length or width will be included. For multiple pipes,the measured length will be the sum of the lengths of the barrels. This is a plans quantity measurement Item.The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2.,"Plans Quantity Measurement."Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Thermoplastic Pipe"of the size and backfill type specified.This price is full compensation for furnishing,hauling,placing,and joining pipes;connecting to new or existing structures;moving and reusing headwalls where required;removing and disposing of portions of existing structures as required;cutting of pipe ends on skew; and labor,tools,equipment,and incidentals. Excavation,shaping,bedding, and backfill will be paid for in accordance with Item 400,"Excavation and Backfill for Structures." Type I backfill will be paid in accordance with Item 401,"Flowable Backfill." Safety end treatment will be paid for in accordance with Item 467,"Safety End Treatment." P 5 08-18 Statewide SECTION Q Sim ce f Lind & Associates, Inc. (II)a T & N Laboratories & Engineering J ;: VA�Y j. "Common Sense Engineering" X1983 E GEOTECHNICAL REPORT V WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT WILLOW AVENUE RECONSTRUCTION IN PORT ARTHUR, TEXAS Project No.: 18062 Job No.: 80931 Submitted to: ARCENEAUX, WILSON & COLE c/o Mr. Derek Graffagnino Port Arthur, Texas 5020 Jerry Ware Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report#18062—80931) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS &DISCUSSION 4 SITE PREPARATION 4 PAVEMENT SUBGRADE 5 FLEXIBLE PAVEMENT DESIGN 5 STRUCTURAL AND SELECT FILL MATERIAL 5 DRAINAGE 6 QUALITY CONTROL 6 LIMITATIONS 7 ILLUSTRATIONS BORING LOCATION PLAN BORING LOGS #B-1 THROUGH B-3 KEY TO SOILS CLASSIFICATION & SYMBOLS GENERAL NOTES / Lind & Associates, Inc. dba T & N Laboratories & Engineering v / 5020,im y Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 {1933,` PHONE:(409)727-6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux, Wilson & Cole Geotechnical Investigation and Engineering c/o Mi'. Derek Graffagnino Study for Subgrade and Paving Design 2901 Turtle Creek Drive, Suite # 320 Recommendations for"Willow Avenue Port Arthur,Texas 77642 Reconstruction in Port Arthur,Texas". Report Date: May 29, 2018 Project No.: 18062 Job No.: 80931 INTRODUCTION/SYNOPSIS: • Presented herein are the results of our geotechnical study with subgrade and paving design recommendations for the above-referenced project. Our subsurface study was authorized by Mr. Derek Graffagnino. The subsurface investigation was performed on May 18,2018 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for roadway development. Engineer of Record for this report is Jack C. Lind,P.E. - Texas Registration No. 79555. PROJECT DEVELOPMENT: This project will involve reconstruction of"Willow Avenue in Port Arthur, Texas". Engineering design recommendations will be discussed in this report. -1- SCOPE OF STUDY: The objective of our study was to explore surface materials and subsurface soils conditions in the proposed reconstruction areas and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study included the following: 1) Drill test borings in three (3)selected locations; explore groundwater& geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties on the subsurface soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) subgrade preparation for pavement, b) paving design criteria for flexible pavement SITE EXPLORATION: T&N was authorized to drill three (3) soil borings to depths of four ft. (4') below existing ground surface at locations selected by the client. Our exploration was accomplished with a buggy-mounted rotary drilling rig. Locations of the borings are stated on the "Boring Logs" included within the "ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were secured continuously from ground surface to the four ft. (4') depth. Cohesive samples were obtained by hydraulically pushing a Shelby tube sampler a distance of about two ft. (2'). Our field sampling procedure was conducted in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils— (ASTM D1587)". -2- Soil samples were collected in the field and visually classified by our geotechnician. The geo- technician measured penetration resistance of recovered soil samples using a pocket penetrometer. Measured penetration resistance is shown on the "Boring Logs" and was used to estimate soil consistency. Representative portions, of each recovered soil sample, were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Borings were drilled "dry"utilizing flight augers and soil samplers. Groundwater was not encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. LABORATORY TESTING PROGRAM: Our Laboratory testing program was performed primarily for soil classification and evaluation. The following tests procedures were utilized in laboratory: Testing Performed Test Procedure Atterberg Limits (LL& PI) ASTM—D4318 Natural Water Content(%) ASTM - D2216 Unconfined Compression Test (UCS) ASTM—D2166 Percent(%)Passing 11200 Sieve ASTM—D1140 Shelby Tube Samplers ASTM - D1587 Soils Classification ASTM—D2487 Results of these tests are shown on the"Boring Logs". -3- SUBSURFACE CONDITIONS: The particular subsurface stratigraphy, as determined from our field and laboratory programs,is shown in detail on the "Boring Logs". A review of these logs indicates that surface course materials consisted of about four in. (4") of asphalt underlain with a limestone base. Below the surface course, the soils along this portion of roadway are typically "medium to high plastic clay" to four ft. (4') depth. The soils exhibit a relatively uniform moisture content,with moisture contents ranging from 21% to 35% with an average shear strength of about 1900 psf.. ANALYSIS AND DISCUSSION: The following analysis is based on data obtained from our field and laboratory test programs,project information provided to us and our experience with similar subsurface and site-conditions. Due to minimal thickness of surface course materials,the paving designs considered in this report include; (1)milling surface course material to four in. (4") depth,removing and stockpiling milled material, stabilizing subgrade with lime, then replacing milled material and compacting, then adding an additional four in. (4") of limestone base and compacting or(2) In lieu of using the milled material in Option 1, new limestone base could be placed and compacted, and the existing surface course can be removed and discarded. Design recommendations are based on typical CBR Values,related to normal vehicle traffic. Some areas of the roadway will only receive an asphalt overlay. SITE PREPARATION: The surface asphalt and shell base may be milled to about four in. (4")depth. Either the existing surface course can be milled and stockpiled for later use(Option 1), or it can be removed and discarded (Option 2),and new limestone base can be used. With either option, the subgrade should be stabilized with approximately 6%lime by weight to a depth of six to eight in. (6"- 8"). After stabilization, the material should be moisture conditioned and compacted to at least 95% of maximum density at the optimum moisture content,plus 3%of minus 2%. After completion of stabilization, the selected flexible base should be placed, moisture conditioned, and compacted to at least 95%of maximum density at the optimum moisture content, plus or minus 3%. -4- PAVEMENT SUBGRADE: Our laboratory data indicate the upper soils classify as"Active Clay (CL/CH)"by the Unified Soil Classification System. This soil would have a subgrade modulus,k, on the order of 110 to 150 pci and CBR Value on the order of 2 to 6. Based on correlations of subgrade type and supporting capacity, the required pavement thickness as a function of wheel loading for flexible paving, using conventional structural fill or base course material,is discussed in the following sections in this report. These pavement sections will be suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. FLEXIBLE PAVEMENT DESIGN: Overlay the prepared and compacted lime stabilized subgrade with milled surface course and/or suitable flexible base TXDOT Item 247 Type-A, Grade 1,or equal; thenplace two inches(2")of Type "D"HMAC pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods. STRUCTURAL & SELECT FILL MATERIALS: If needed, select fill should be homogeneous soil, free of organic matter and rocks larger than two inches (2") in diameter. Select fill should have an "Atterberg Plasticity Index"between eight and twenty (8—20), with a "Liquid Limit"offer°, (40) or less. Delivered fill materials should have a moisture content no greater than six percent (6%) above optimum. • -5- DRAINAGE: The importance of drainage to the proper operation and function of any pavement cannot be overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement sublayers do become saturated, the bearing capacity will be greatly reduced and the useful life of the pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should be performed as a part of future facility maintenance. All grades must be adjusted to provide positive drainage away from the structure. Where paving or flatwork abuts the structure, care should be taken to insure joint is properly sealed. QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements. In-place density tests, HMAC production and concrete strength quality should be maintained during construction. T&N Laboratories & Engineering will be pleased to provide these services and will assist with the inspection, planning and scheduling for Quality Control Testing, etc. with documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" lab and field test equipment for these types of services. -6- LIMITATIONS: The report writer warrants that findings, conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! Respectfully submitted by, LIND & ASSOCIATES,INC. dba T&N LABORATORIES & ENGINEERING ^.yc.��•fLyirttt 00I44 afc§, Jack ClLind, P.E. ..,.JACK C. LIND Vice-President!Engineering f 79555;;rI' n/16 Copies: 1 — Derek Graffagnino(Via Email) 1 —Keeston Cole(Via Email) 1 - T&N File#18062 JCLidib -7- ILLUST : ATI * NSeuev GEOTECHNICAL BORE LOCATIONS Borers- Northing Eastfng 1 13906045.0849 3552363.5407 2 13905877.3065 3552589.2671 3 13905709.5282 3552814.9935 t . > 4Y��e s;+�Wiwi-- a•N.. "5+ ` 'tr ;i:i17:FiTrL�-�^"..`a mr•W +Wi - r,r49wer, y � x. r y; . .i- p� & ��- ,ti-3„T ?-ita .7 L s id. z, :.n.om- .o��, 'ti` <� � ~ � .::::,,,,.,,,,..4_,,....e&-.-„, pl , _. : n---'4.-- -7-8-7 ,:,“-4-..-- --,.-.,-----:-..-,- > �_ �. � � 4,- �x�' �, >1 M?q �"r.tc lmT , ''-- 7 1 ie �'WI „..x,,,,,,-,:f.. cif ' ' .. 'Amoi `1' ``y -...5< - .!.x- ` -.- sxpi .' S ,C1Y- At.ntzsiit.ar -,,i i `„ S,� +mrr, ' 4.„.'y, µ 3 ct � t� PCHERRY AVENUE Tcs z �s " z„ @c r3A ' = ' � s � ,..x 's' \ a �" ' ,. .".-41 � Ka .k..�� ���" . a ; ` s "�m* , ,,.,.SYg t.- , te ---1....:•-,,z..- --v t .�r °• ?- € _ lir sucs ; z 'n - � ,, ar 'p0 \ XSi. V:i_ :x4r; ', ttt,A ,,- 4 --3.--11712',.,. +�T + { � \h. "Z+l Sa- j :............... o I.r jr.. -;7'Et'st,ax � f ` L4 ' ♦ Y .tar ? RV - 4msxic -r �zsv esi� i* L .rs4 t.ts , Wa - m - . `i giV= ..u, +'Sr �, ..-..� \S t'ZZW.W'As r t"-x71--:F.4al'7. 3. `y#i vim- ° ' r3?2,. . ae *SC<s � aS t•E ♦ se z._a.Y mai` .1 '' tt F ' ,mss `�S 2i. Ire `x C 43�a j 9 a� v syr " ! ”F n--7, 2 � ''t% '*p. 3_.,..-:'4 u. tS �Ems r Z �.- � � a..�.+s B 1 '`.'. .B 2i , .B 3 ;- i, `- ',?�,, � > -.t -» Tisk �� wi `,.7 { 1 1. • vtrff" . WILLOW A ENUE''t 1016 vi. " " rst•..it:„7�N' vx,4, t c.... _z �"'T r� __5a. '. �I �t i§ -fir _f 3 yr a4RsFs �31 tom . Y ,--) .�✓. „t"'�` "�., 'r'` �k�y. �- ..-"Zn ?r s �.-�. ax .. [U'». �� 'f+v •;a;y_«- +�r.,j'. �,(V. w'z�' q`'S` - i 3j�'�ti q ts„ S t �W+ �"�'1AYaT�` ccyE '��� 4^. F i fes', ,LQ :XY"4--- I- �1� l p:,,,y,...4/`R1:ti ���ll�e ��j.�h� }'1j. .ice mm2 q- .Z.t~ �iH .A1) 4, t 3v tea- p' •lr� -� .� �V L S' .i' r< -7Z r 13`7 d� x .a. .��7a z W ,.- 7C•. �- -S�r �` � �-+��'� - -� r"+, � aha .,r�hr a i � -'� '•y°.r�. + 1'� #i x ..-!:4.: n`7- may, rr Y6'�'-7 - �W + "..0�� a s.w-t:t.` ��`'a�y ttg6�`�1. t—* i" s"'ta.._�'`�tvxi., , -fir .� r �r� , _ , s •O g� r•=+=Y ;i �3- xSE' L -sx"'�S ., - 'f e- -, wd " t '^si,, � b -.., �'.a 's[3`7 ' -e's.--4. .-..----..�F74 • t i'.�.i` m -----,:-4i.,:-. ��.'� �'--- Q _. , 4M.4.;',. ..',. -Y•. PINE AVENUE --i �.< "yam' ,is ' � -vi u � /SLA t�Kkf•S'� YW *"k.r 24 -�.3�[ A ��T�� t-+a /, 1.t•Y 2 } �` ! Yom. t-44.0- q•� p i7�6. 1f "'U• tr .. y _ �` �. Lam ,.» - � iK 0 `xU l- � T .crec -. '-4 V.,-% � ak-0S -,.. y ; r �. frg- S e' - s fir..kti � �g --,..4.,1-4.4,-. :„.- ,v���3..... �--'- T'-`.... .. .. . .. _a �.. Lwc =r . • -� , rx, n.. 1.r .o ..; s-_yY-Wer �' `-�. F t T. 3 y Engrtlsering Surveying PAGE F-16194 70194049 WILLOW AVENUE IMPROVEMENTS ` GEOTECHNICAL BORE LOCATIONS I ..,;� CITY OFPORT ARTHUR ., .y¢ , . � - JEFFERSON COUNTY,TEXAS .mZ i ARC WILSON&COLE .r@f„onpaA.,y iv g:o rira i DATE: MAY 2018 SCALE: NTS DRAWN: DBT NO ArtiveGwc6riv.,:usca3zri sooa24.76 OS 0+,0„, PRO).No.: CPA-955 DESIGN: KXC CHECKED: KXC ' Port�rtinc.TX»N2 e.,cenp.<an T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-i FILE NO.: 18062-80931 - Arceneaux.Wilson&Cole PROJECT: Geotechnical Investigation for Willow Avenue in Por1 Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA :, LABORATORY TEST RESULTS Depth. Sample UT/ i MX U.W. -200 Liquid Plasticity P.P. U.C. Ft. Svatb. ild1 % Ed, sieve% Limit Index Tsf. 1111 STRATUM DESCRIPTION I/2"Ashpalt&3 112"Limestone Base __ _ Very Stiff Black&Gray Clay(CH) _. ST - 21104 —-- - 51 2S 4.00 2,25 -Gray&Brown 0)2'-4' -3- -4- ri ST - 26 - 98 69 43 2.00 1 .F., -5- .1 -6- -7- ::: -S- i -9- 1 -10- LOG OF BORING NO, B-2 FIELD DATA i LABORATORY TEST RESULTS Depth. Sample SPT1 § MK' 11.W. -200 Liquid Plasticity P.P. U.C. a s.k. 132f ?. % Pcf. Sieve% Ulu' index DI Tsr. 5TRATUN1 DESCRIPTION i, tiz"Ashpalt&3 1/2"Limestone Base _ -1- Very Stiff Dark Gray d:Black Silty Clay(CL) -2- ST - 21 105 95 38 19 3.00 1.69 i Stiff Cray&Brown Clay(CH) -3- li —1- ST 35 - - 69 43 1.00 - -5- , ii -6- - — -7- -- -- -9- -I 0- T&N LABORATORIES & ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18062-80931 - Arceneaux,Wilson &Cole PROJECT: Geolechnicat Investigation for Willow Avenue in Port Arthur,Texas DATE: 05/18118 TYPE: 3" CORE LOCATION: Sec Boring Location Plan FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT! M/C DAV. -200 Liquid Plasticity P.P. U.C. Ft. Synth,. Pcf. Sic%e% Limit Index Tsf. Tsf. STRATUM DESCRIPTION -o- 1/2"Ashpalt&3"Limestone Base -1- • Very Stiff Dark Cray&Brim n Clay(C11) -2- ST - 21 103 - 54 30 3.00 1.78 -Stiff Gray&Dross,' 2'-4' -3- -4- ST - 33 97 85 55 _ 1.50 - -5- -6- -7- -8- -9- -10- .• .• C0�4:3Y saw. , U.`FT.I11Hv T&N Laboratories 'JEFFERSOR COUI TI'/dRPORT BEY Ta SQLL SSIFICAT10±kfjD SY MeaLs SOIL TYPE SAMPLE TYPE Sand Silt 6"-61 Gravel Sandy Silty Clayey Predominant type shown heavy Undturbed Rock Core Split No Spoon Recovery SOIL GRAIN SIZE U. S.Standard Sieve 6" 3° 314' 4 10 40 200 Boulders Cobbles Gravel Sand Silt Clay Coarse Fine Coarse Medium Fine . 152 762 19.1 4.78 2.00 0.420 0.074 0.002 (mm) PLASTICITY CHART 60 50 CH 40 4 Plasticity Index 30 : till and H 20 CL 10, CL-r-{1. ;y% ML and 0 ( OL 0 10 20 30 40 50 60 70 80 90 100 Lkquid Limit RELATIVE DENSITY CONSESTEECY OF COHSE SOILS OF CQHESIONLESS SOILS Penetration Penetration Resistence, Cohesion, Piasicty Degre-e of Resistance, Relative bine per foot Cons stenFv 1SF hidSixPIe tic iv blows per foot Q 1a_ • 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 -4 Very Loose 2 - 4 Soft 0.125 - 025 5 - 10 Low 4 - 10 Loose 4 - 8 Firm 0.25 - 0.5 10 - 20 Moderate I 10 - 30 Medium Dense 8 - 15 Stiff 0.5 - 1.0 20 - 40 Plesfic 30 - 50 Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Highly Plastic > - 50 Very Dense > 30 Hard > 2.0 T& N Laboratories, Inc. 1 ve 1 GENERAL NOTES I SAMPLE IDENTIFICATION I The Unified Soil Classification System is used to identify the soil unless otherwise noted. I SOIL PROPERTY SYMBOLS N: Standard"N••penetration:Blows per foot of a 140 pound hammer falling I 30 inches on a 2 inch O.D.split-spoon. ,I ,I II Qu: Unconfined compressive strength.TSF 11 1 I Qp: Penetrometer value,unconfined compressive strength,TSF i I Mc: Water content, % I LL: Liquid limit. % I II PI: Plasticity Index, % :i I il �i: Natural dry density, I � sPCF a: Apparent groundwater level at time noted after completion. l I i DRILLING AND SAMPLING SYMBOLS 1. ;I III Split-Spoon • 1 318" I.D., 2" O.D., except where noted. i� i ST: Shelby Tube • 3" O.D.• except where noted. iI AU: Auger Sample. {{II I+ DB: Diamond Bit. 1l !i C8: Carbide Bit. I! WS: Washed Sample. ! ! RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION ! ITERMSTANDARD(NON COHESIVE SOILS) S i ANDARD PENETRP.TION RESISTANCE I 1 Very Loose 0-2 Loose 2 -4 Slightly Compact 4 -8 Medium Dense 8- 16 Dense 16-26 Very Dense Over 26 Il Ii TERM (COHESIVE SOILS) Qu-(TSF) li }} Very Soft 0.0.25 1 { Soft 0.25 -0.50 j, Firm(Medium) 0.50- 1.00 II Stiff 1.00-2.00 Very Stiff 2.00.4.00 Hard 4.00+ PARTICLE SIZE 1i Boulders 8 in. + Coarse Sand 5mm-0.6mm Siit 0.074mm-O-005mrn I1{{ I in -3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm II Cobbles $ Y Gravel 3 in.-5mm Fine Sand 0 2mm-0.074mm Il �(__ 1 Since ' Lind & Associates, Inc. dba T & N Laboratories & Engineering "Conrmnon Sense Engineering" 1983 GEOTECHNICAL REPORT WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT 60'' STREET RECONSTRUCTION IN PORT ARTHUR,TEXAS Project No.: 18061 Job No.: 80932 Submitted to: ARCENEAUX, WILSON & COLE do Mr. Derek Graffagnino Port Arthur, Texas t. zt L m * } .{z'k3 r i.. x Ni ay 2018 •�F7 5020 Jerry Wire Dr.(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727.6291 FAX:(409)722-6961 TABLE OF CONTENTS (Report #18061 —80932) SECTION PAGE INTRODUCTION/SYNOPSIS 1 PROJECT DEVELOPMENT 1 SCOPE OF STUDY 2 SITE EXPLORATION 2 SOIL SAMPLING 2 GROUNDWATER CONDITIONS 3 LABORATORY TESTING PROGRAM 3 SUBSURFACE CONDITIONS 4 ANALYSIS & DISCUSSION 4 SITE PREPARATION 4 PAVEMENT SUBGRADE 5 FLEXIBLE PAVEMENT DESIGN 5 STRUCTURAL AND SELECT FILL MATERIAL 5 DRAINAGE 6 QUALITY CONTROL 6 LIMITATIONS 7 ILLUSTRATIONS BORING LOCATION PLAN BORING LOGS #B-1 THROUGH B-3 KEY TO 5OIL5 CLASSIFICATION & SYMBOLS GENERAL NOTES �1,�e Lind & Associates, Inc. Ciba r ` & N Laboratories & Engineering 5020 Jerry Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:722-6961 o — CLIENT: PROJECT/LOCATION: Arceneaux, Wilson&Cole Geotechnical Investigation and Engineering do Mr. Derek Graffagnino Study for Subgrade and Paving Design 2901 Turtle Creek Drive, Suite# 320 Recommendations for"60th Street Port Arthur,Texas 77642 Reconstruction in Port Arthur, Texas". Report Date: May 29,2018 Project No.: 18061 Job No.: 80932 ]J]]]]]]]]]l]]]]])))])]))])))I]]]]]))]])]l]J]]ll]J)J)lJ)J]]])]]JJJ]]]]]]]]]])))])))JJ)])J]]]]]]]]))]])])]))]1]])] INTRODUCTION/SYNOPSIS: Presented herein are the results of our geotechnical study with subgrade and paving design recommendations for the above-referenced project. Our subsurface study was authorized by Mr. Derek Graffagnino. The subsurface investigation was performed on May 18, 2018 in general accordance with standard procedures for drilling, sampling and laboratory testing of subsurface soils for roadway development. Engineer of Record for this report is Jack C. Lind,P.E. -Texas Registration No. 79555. PROJECT DEVELOPMENT: This project will involve reconstruction of"60th Street in Port Arthur,Texas". Engineering design recommendations will be discussed in this report. -1- SCOPE OF STUDY: The objective of our study was to explore surface materials and subsurface soils conditions in the proposed reconstruction areas and formulate geotechnical design criteria for subgrade and paving designs. Our subsurface study included the following: ]) Drill test borings in three(3) selected locations; explore groundwater&geological conditions and collect soil samples for laboratory testing. 2) Perform a laboratory testing program on selected soil samples to evaluate physical and engineering properties on the subsurface soils. 3) Prepare and promulgate engineering analysis to provide geotechnical design and construction recommendations associated with: a) subgrade preparation for pavement, b) paving design criteria for flexible pavement SITE EXPLORATION: T&N was authorized to drill three (3) soil borings to depths of four ft. (4')below existing ground surface at locations selected by the client. Our exploration was accomplished with a buggy-mounted rotary drilling rig. Locations of the borings are stated on the"Boring Logs" included within the "ILLUSTRATIONS" section of this report. SOIL SAMPLING: Soil samples were secured continuously from ground surface to the four ft. (4')depth. Cohesive samples were obtained by hydraulically pushing a Shelby tube sampler a distance of about two ft. (2'). Our field sampling procedure was conducted in general accordance with provisions outlined in "Standard Practice for Thin-Walled Tube Sampling of Soils— (ASTii7Dl587)". -2- Soil samples were collected in the field and visually classified by our geotechnician. The geo- technician measured penetration resistance of recovered soil samples using a pocket penetrometer. Measured penetration resistance is shown on the"Boring Logs" and was used to estimate soil consistency. Representative portions, of each recovered soil sample,were sealed and placed into containers; then transported to our laboratory for testing and engineering study. GROUNDWATER CONDITIONS: Borings were drilled"dry"utilizing flight augers and soil samplers. Groundwater was not encountered in the borings during drilling operations. Groundwater is likely to fluctuate in upper strata during seasonal climatic changes. Water levels measured in open boreholes may not accurately reflect true groundwater conditions and should be considered only as approximate indications for this report. LABORATORY TESTING PROGRAM: Our Laboratory testing program was performed primarily for soil classification and evaluation. The following tests procedures were utilized in laboratory: Testing Performed Test Procedure Atterberg Limits(LL&PI) ASTM—D4318 Natural Water Content (%) ASTM -D2216 Unconfined Compression Test (UCS) ASTM—D2166 Percent (%)Passing#200 Sieve ASTM—D1140 Shelby Tube Samplers ASTM- D1587 Soils Classification ASTM—D2487 Results of these tests are shown on the "Boring Logs". -3- SUBSURFACE CONDITIONS: The particular subsurface stratigraphy, as determined from our field and laboratory programs, is shown in detail on the "Boring Logs". A review of these logs indicates.that surface course materials consisted of six to seven in. (6"—7") of asphalt underlain with a shell base. Below the surface course,the soils along this portion of roadway are typically "medium to high plastic clay"to four ft. (4')depth. The soils exhibit a relatively uniform moisture content,with moisture contents ranging from 14%to 24%with an average shear strength of about 2000 psf.. ANALYSIS AND DISCUSSION: The following analysis is based on data obtained from our field and laboratory test programs,project information provided to us and our experience with similar subsurface and site conditions. The paving designs considered in this report include; (1)milling surface asphalt, and underlying shell base to a depth of six to seven in. (6"- 7") and compacting. After initial subgrade preparation, the proposed surface course can be placed, or(2) milling surface course as described above,removing and stockpiling milled material, stabilizing subgrade with lime, then replacing milled material and compacting. In lieu of using the milled material in Option 2,new limestone base could be placed and compacted, and the existing surface course can be removed and discarded. Design recommendations are based on typical CBR Values, related to normal vehicle traffic. Some areas of the roadway will only receive an asphalt overlay. SITE PREPARATION: The surface asphalt and shell base may be milled to about a six to seven in. (6"- 7")depth. For Option 1,once this material has been thoroughly milled and mixed, it should be moisture conditioned and compacted to at least 95%of the maximum density(ASTM D698) at the optimum moisture content, plus or minus 3%. If Option 2 is selected, either the existing surface course can be milled and stockpiled for later use, or it can be removed and discarded, and new limestone base can be used. With either material, the subgrade should be stabilized with approximately 5% lime by weight to a depth of six to eight in. (6"- 8"). After stabilization, the material should be moisture conditioned and compacted to at least 95% of maximum density at the optimum moisture content,plus 3%of minus 2%. -4- PAVEMENT SUBGRADE: Our laboratory data indicate the upper soils classify as"Active Clay (CL/CH)" by the Unified Soil Classification System. This soil would have a subgrade modulus,k, on the order of 110 to 150 pci and CBR Value on the order of 2 to 6. Based on correlations of subgrade type and supporting capacity,the required pavement thickness as a function of wheel loading for flexible paving, using conventional structural fill or base course material, is discussed in the following sections in this report. These pavement sections will be suitable for frequent applications of design wheel loading and infrequent loads of greater magnitude. Adequate subgrade drainage is necessary to pavement performance in accordance with design criteria. FLEXIBLE PAVEMENT DESIGN: If needed,overlay the prepared and compacted milled surface with suitable flexible base TXDOT Item 247 Type-A, Grade 1, or equal; then place two inches (2") of Type"D" HMAC pavement surface. Reference: TXDOT Item 340. The HMAC mix designs for job mix formulas should be prepared and submitted by qualified testing laboratory experienced in TXDOT 340 Design Methods. STRUCTURAL & SELECT FILL MATERIALS: If needed,select fill should be homogeneous soil, free of organic matter and rocks larger than two inches(2") in diameter. Select fill should have an "Atlerberg Plasticity Index"between eight and twenty(3—20), with a "Liquid Limit"of forty (40) or less. Delivered fill materials should have a moisture content no greater than six percent (6%) above optimum. • -5- DRAINAGE: The importance of drainage to the proper operation and function of any pavement cannot be overemphasized. The pavement and subgrade surface should be raised above adjacent grade, if practical and properly sloped into drainage inlets or lateral ditches. Water should not be allowed to stand on/or adjacent to the pavement whereby the subgrade may become saturated. If the pavement sublayers do become saturated,the bearing capacity will be greatly reduced and the useful life of the pavement will be decreased. Periodic inspections and repair of cracks in pavement sections should be performed as a part of future facility maintenance. All grades must be adjusted to provide positive drainage away from the structure. Where paving or.fatwork abuts the structure,care should be taken to insure joint is properly sealed. QUALITY CONTROL: Construction inspection with field quality control tests should be planned and performed to verify materials and placement in accordance with the project requirements. In-place density tests, HMAC production and concrete strength quality should be maintained during construction. T&N Laboratories & Engineering will be pleased to provide these services and will assist with the inspection,planning and scheduling for Quality Control Testing, etc. with documented reports for permanent records. T&N Laboratories & Engineering maintains"state-of-the-art" lab and field test equipment for these types of services. -6- LIMITATIONS: The report writer warrants that findings, conclusions, specifications or professional advice contained herein have been promulgated after being prepared in accordance with generally accepted practice in the field of foundation engineering and material test evaluation. No other warranties are implied or expressed. A review and evaluation of its contents by the undersigned acknowledges this report as an engineering document in general accordance with stated limitations. We appreciate this opportunity to provide our engineering services for this project. Please let us know should you require additional data or information. Thanks for Your Support! Respectfully submitted by, LIND & ASSOCIATES,INC. dba TSN LABORATORIES & ENGINEERING bto•,�u�attls; Jack C. ind,P.E. JACK c. LAND Vice-President/Engineering 79555 bo 51271/la) Copies: 1 —Derek Graffagnino(Via Email) 1 —Keeston Cole(Via Email) 1 -T&N File#18061 C Ud b -7- F,Prv-4T1 1 USTRATi01- !-- Stve4 GEOTECHNICAL BORE LOCATIONS Bore N -4t- 1 Northing Easting 13907440.7138 3549147.3202 2 13907461.1947 3549508.8640 3 13907481.7177 3549871.1598 :�_ ss- --.„..,4,,,,-__, .yR •.--....„--,....,,-4:.--0......x.,..4.-„,,,- ..)„..-a � — ,--,_„-- -...,-,---,..,- -,;!..,,,,,,.....m,.-.4.-„..: w e j" 3 S _._iL...,K•t .�, a v=c ;. ,ti ��.- „.. „.�ti r+-_ i, -¢ fi i - '.s •� -i' � '€� .`l,•% • ��,. `�;y.t^ro-,y moi•- a ,�.� l�i�a�`^ .4II� `{? 4 � t ,+ R`'+ zs._, . �\ �. < t, , x.�c'S9 �t41 y, ”t �S '> -�� r'; : rt-• �. � t �"- �-" '}- �-. TM ,,a., r'7 ^ a ': s�3 T t,„,,_....„,,—,„.„.-2--ter." '— '',x,.• . }' z 4` -i .r"` r'� � � `'i�,� ^r_ .,time':=t"''' n.� .� Rs 3„-iJ v+,� ♦�Y`f 'r .,..f 4 .,y t 'te- i..i. ax• 'i•'i =0 �Q"r� .. -se, fj_-• 1,Jkt- :Ix:. .1":4_t x•�a„- $'s i ,fi "1:3.'1 �, i >?� -_� { G '.,4e"' A K '�\ -a* -,:*:21,.... . #,;,r . t uz t. V_M'' .v* 'e .Y.`e { .3,p-r•ti e . - �k 'w4,�NORMA STREET v '- . -.�; ., e` i fi •iw•s.� 'Y �•. - i sir. p Tat 1,'i F H ie "`i 1- 'i4"y ^C rP-:i s'tti ac ,s' +� "-`e';a s-f 't ei r ^'r`t t :-c'z7 , e - ,q t r j=4: "�� ?x... ��� �`. -Y, ' ,,Q- �`4 -ti. �'..A: t•t�'X �_ + 1 LQ" 'i.+-.Fp..., , S' � : i t ,.- -.`-. ,-..- "S�- t �'u zs�e ri.:6*,•= ••.�"� t ' ms's"'-s - .7� 40�i".'.r". , •.,•- ,,'7' q . ,�x 4 .--^f�i2L1a�t i r 1' 4 L tti+- }' y 1N t.irAi _Q '�7ky .`-ci.,,. '.4 . `FL "' ' 4 ac} t,. . k4.,; .,r %L . '. ,. i''EE� ,t`1. 1, x '`' +t• =.t alYn5{ �i.T �'I 7 ,�+^;,.•'Sw,..E.yf�a�.+ 'r p. 17+q- ' ,,, -" ; .-. ate-,,, 2`F4 a 3:. vE ,r-L ` cE* i c o �. s' ti .a^ c -- - I.-.7.--,----"',',..41;4'Nle- . a .. •Y 'r"+3� ,0i 'L }ta., -.. •..,..-qZ��`.. ;y3 - ' s oaf, _ ` by t .. 60TH STRE 4 •� f; ,i-V �^�C:-•v,��'c� v+.. ,. , rkY- k �' ..c. ..mac --c•�-g, r g. s, ,; Alt-. } _ .-aat,_,t 'e4.,' *WV* 1.'+—ac t< •� it :3 ;i6..217`,.. -46:-7,-=.:: tit : v. vi,i � „t- 1 ;, • l fir• �j tc +az��'n �L � fit "�� F'4"`� > ,,�,�i��% .-.�-.�t �+. ts�Z* �y fie' 'h ��'`Ft��a ie•U'r'�Fps` T ori; '"5J _,Qi - 7 f .' 3 ,-:;.!..H,.....,'1.1$•,--011:4#:,.2.-A,,, , -+T �t +2 ,1. +Y •- { `ty. y43s ;21- ; -, Y �ti.4 t 2 n,• a t`-S , M -'aqf_7 ��ti .i- sT p! z�"�' `z ,e ' '`tom-" '" �"'.: _ CANAL STREET. .' m, .4- r� ,......gat.,.._ �'. ����J�+n � ��"sc yt� 'i"rF�� t iE a ��Ce��t4�ia 4 ��.y. .1*...-,,. . :'• et tt � y,y" i 7'$a2 ,�._i : 1 { k a s i a , . �-t�4 `.' r 0� -, '`--V.r G4.� ; ' (.s 4Z,.t� %'yam..�4ti.� ` _,t . a e'k4 ,., a t-•• 3PJ l r '.4,�"r�` --r. ? ,�, Il oT,-r W a � t' ThK �5-` . \ Y"3 �� '�- ,,r Zi,-24'..g.�r tel} , { y,• T_. �e �y.,erw„-ef3,-.. • k 5 0 • j •t rF� W teo � t �:,r�:Pa •m,' `4.-�5 '; • ,4 £ :tea � fisc''' t � .g. ,;3J.x 1'4e.a.4f't._.- fi.tiAt irl- x-4“' ''''''. _:._:ie' _^a" i '>� i� 's::'L, ..ixS€ 2: P iY. t+.moi .-a f� T•-.--2. '. ''`t + '-3+ .F»'i "�•E t, _L.: i a'.�a . I t t c 3 �$W,.t[ng surviving PAGE d F-16194 14194049 60TH STREET IMPROVEMENTS GEOTECHNICAL BORE LOCATIONS I r a ;;, r . ice=:; _- i v i ., ":_ CITY SOF PORT ARTWUR . = ._ s . r= � JEFFERSON CdUNTY,TEXAS I X ARCENEAUX WILSON&COLE e,G Mew,rvr.rinp'@b'Wra GATE MAY 20 i8 SCALE NTS DRAWN: DBT 2901 Tyrt��crs+k Drive.Surto S20 409.724.7000 PROD.No.' CPA-950 DESIGN: DIG CHECKED: KXC Port Arthur.TX 77642 YNr?�401. T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-1 FILE NO.: 18061 -80932 - Arceneaux,Wilson&Cole PROJECT: Geotechnical Investigation for 60th Street in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: Sec Boring Location Plan FIELD DATA t LABORATORY TEST RESULTS Depth. Sample SPT/ ,NIC U,W. -200 Liquid Plasticity P.P. U.C. Ft. S,mb, if ' % Pcf. Sieve% Lind( Index DL Tsf. STRATUM DESCRIPTION -0- I"Ashpalt/6"Shell Base 1- Very Stiff Gray&Brown Silty Clay(CL) wlSand&Some Shells -2- ST - 18 108 - 35 16 _ 3.50 2.01 Very Stiff Tan,Cray&Brown Clay(CH) -3- - — -d- ST - A 24 - 94 62 37 2.50 - 5 -6- 7- -S- - -9 • y.- -i0- s LOG OF BORING NO. B-2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ MIC U.\1'. -200 Liquid Plasticity P.P. U.C. Ft, mb. % PcL Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION -0- I t/2"Ash Mr/5"Shell Base -1- Very Stiff Black&Dark Gray Clay(CH) t -2- ST - 4. 23 102 97 55 31 4.25 2.52 -Brown&Gray@ 2'-4' -3- -4- ST - 23 - - 57 33 2.75 - • -6- -7- . -8- -9- _10 T&N LABORATORIES & ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18061 -80932 - Arceneaux,NVilson S:Cole PROJECT: Geotechnical Investigation for 60th Street in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ hliC U.W. -200 Liquid Plasticity P.P. U.C. F. Sylub. Pei. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION -0- I 1/2"Ashpalt/5"Shell Base -1- Hard Black St Dark Gray Silty Clay(CL) -2- ST - 14 113 • 37 18 4.5+ 3.52 'Very Stiff Gray st Dark Brown Slightly Silty Clay(CL-CII) -3- -4- ST - 21 97 47 25 3.50 -5- •• -6- -7- -8- • -9- .•. -10- • -131112 1v /F, T&N Fz.boratmes VJEFFERSOU COJk'Tl'AIRPORT KEY TO SOIL CLAUIFICATION AND SYMBOLS SOIL TYPE SAMPLE TYPE Sand Silt Cla q`<' lia lnl. Gravel Sandy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split No Spoon Recovery SOIL GRAIN SIZE U. S.Standard Sieve 6" 3" 314" 4 10 40 200 Boulders Cobbles Gravel Sand snt Clay Coarse Fine Coarse tviedium Fine 152 762 19.1 4.78 2.00 0.420 0,074 0.002 (mm) PLASTiCrn' CHART 60 so 1CH/ Plasticity Index 30 ,�<` OH end `IH 20, pA-. 1 CL 10 CL-MML ;/u%Ir.,bjr ML and 0 . OL 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit t RELATIVE DENSITY CONSISTENCY OF COHESIVE SOILS OF CCHESIONL.ESS SOILS Penetration Penet,dtion hes:--fence, Cohesion, Plasicity De res of Resistance, Relative blows oar foot Con,-tenor TSF Index Plastity blows per foot Density 0 - 2 Very Soft 0 - 0.125 0 - 5 None 0 - 4 Very Loose 2 - 4 Soft 0.125 - 0.25 5 - 10 Low 4 - 10 Loose 4 - 8 Firm 025 - 0.5 10 - 20 Moderate 10.- 30 Medium Dense 8 - 15 Stiff 0.5 - 1.0 20 - 40 Platic30 - 50 Dense 15 - 30 Very Stiff 1.0 - 2.0 > 40 Highly Ples+.ic 1 > - 50 Very Dense > 30 Hard > 2.0 ! i 44i1.�c.k,r ,..• 1 1- T & N Laboratories, Inc. — • 11 . GENERAL NOTES SAMPLE IDENTIFICATION I I The Unified Soil Classification System is used to identify the soil unless otherwise noted. SOIL PROPERTY SYMBOLS IN: Standard "N"penetration:Blows per fool of a 140 pound hammer falling 1 30 inches on a 2 inch O.D.split•spoon. �� 1 Qu: Unconfined compressive strength.TST I I Qp: Penetrometer value,unconfined compressive strength, TSF Mc: Water content, % ii I LL: Liquid limit, 9'0 I i PI: Plasticity Index, % 1 I i a d: Natural dry density, PCF 1 7 : Apparent groundwater level at time noted after completion. I DRILLING AND SAMPLING SYMBOLS I I I SS: Split-Spoon - 1 318" I.D., 2" O.D., except where noted. Rf ST: Shelby Tube - 3" O.D.. except where noted. I AU: Auger Sample. ) I DB: Diamond Bit. CB: Carbide Bit. WS: Washed Sample. I RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION i' I TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE ! Very Loose 0- 2 Loose 2 - 4 Slightly Compact 4 •8 Medium Dense 8 - 16 Dense 16 . 26 I Very Dense Over 25 1 TERM (COHESIVE SOILS) Qu- (TSF) Very Soft 0 •0.25 Soft 0.25 -0.50 f IFirm (Medium) 0.50 . 1 .00 I Stiff 1.00- 2.00 Vary Stiff 2.00- 4.00 l Hard 4.00+ F 1 PARTICLE ICLE SIZE I It II Boulders 8 in. + Coarse Sand 5mm-0.Smm Silt 0.074mm-0.005nun i I Cobbles 8 in.-3 in. Medium Sand 0.5mm-0 2mm Clay -0.005mm 1 Gravel 3 in.-5mm Fine Sand 0.2mm-0.074mm I" • I' [I� — _— -