Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 20990: PAVING IMPROVEMENTS ON CAROLINA AVENUE
s. Cin of .",',, - *c) ,' n t'I 1'1/t I!�— 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. 20990 - Paving Improvements on Carolina Avenue Introduction: Award Paving Improvements for Carolina Avenue to the lowest and most responsible bidder, GreenScapes Six of Baytown, TX. Background: This project is for the reconstruction of Carolina Avenue. Two (2) Bids were received and opened on July 31, 2019 with GreenScapes Six LLC of Baytown, Texas submitting the lowest responsible bid for Carolina Avenue at a Cost of $1,211,583.50. 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. 20990 authorizing the City Manager to execute a contract with GreenScapes Six of Baytown, TX for the Carolina Avenue Street Improvements for a total cost of $1,211,583.50. "Remember,we are here to serve 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. 20990 8/5/2019 AE RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH GREENSCAPES SIX, LLC OF BAYTOWN, TEXAS FOR CAROLINA AVENUE PAVING IMPROVEMENTS IN THE AMOUNT OF $1,211,583.50. FUNDING IS AVAILABLE IN THE CAPITAL IMPROVEMENT STREETS ACCOUNT NUMBER 307-1601-591.86-00. WHEREAS, the advertisement 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, two (2) bids were received, opened and evaluated by the Public Works staff on July 31, 2019 for Carolina Avenue, with GreenScapes Six of Baytown, Texas being the lowest most responsible bid in the amount of $1,211,583.50, with a contract term of 290 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 Carolina Avenue Paving Improvements to GreenScape Six LLC of Baytown, Texas in the amount of $1,211,583.50; 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 GreenScapes Six LLC of Baytown, Texas in the amount of $1,211,503.50 for the P.R. 20990 Page 2 Carolina Avenue Paving Improvements, in substantially the same form attached hereto as Exhibit"B"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2019 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman "Bill" Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: / Valecia Tizeno Ronald Burton City Attorney Interim City Manager P.R. 20990 Page 3 APPROVED AS FOR AVAILABILITY OF FUNDS: Kandy Daniel Interim Director of Finance Alberto Elefano Director of Public Works / I diteL, Clifton Williams, CPPB Purchasing Manager Exhibit A 0. M . \ rO/ / \ § \ ET et e ` `• et > , § cro < ,-I / _ . ; 0 \ a h) , GO A2 0 w IN E = § CO # 3 ) I / E ; 0 EA EA 6-1 2 \ LA11,4 7 E E & e ON § CO t @ E CO § et r - 0 Z � k \ ® 2 k / �3E m o 0 n * -a\ os 2 \ E O § � \ n TO CM o / e 1,.. CP M.; k � / n 2 S § 7, ƒ k 0 9 ° sj - t3 _ = § .< k k p CD et.- 0 ' 2 E � 2 %cit . R. .moo © j 3 « 2 / q 2 \ © � 0 CO oo § ƒ ; ƒ �� \ � q e � • I / k 7 ■ /nq ril &$ / }M z 7 2 \ ro z k k k k C / ■ _ } E to cm E 0 c n FA \ & e n , ' 2 3 # -m k = 'TX 00 ) 2 • d § k 2 \ / ] 3 * $ M r20 ƒ i c :4,4 $ E CO _ # 2 = E 00 % � k ' § E ( \ / c 4' a � CO m o ;V n• a F R -, 5 a_ a m n i-.� ,3 3 a ne en 4,5 ao a o N 0 nZ O o• 0o N v a A H e , EA EA F+ 1mi M+ C 'O VI N ya • VD VZ 00 A VA W 00 N_ O H VO -1 •-1 O O co C m •�. ��+ rte-. �j a 3 -< rG a C. © • w ,i, sO O. N -0 C T 00 )1 J A r° f kDD yl O 3 3 W C .0 - - w 7 n r a O O O n =IQ CO b N . N .1), lo to 0 O = n 00 0,, - oQ EF p n �. =3 -O N W ... 7 w ` J E. "O co o J N •b A = n w o cit 3 R° RQ p a s7 H R° `t7 'o w Z m ° t1 t1, c., a tV m N v o m SG : o CZ 3, c w w ,mg CA Z N no 2 G 0 k > a _ G▪ 00 ta til r: cao 0. o o m = ,-r 0co co n _ av B e m n < .‹ `C p J roo 3 y o a k c o , R° to 3 .a a -a vl 3 o 7,7 EA EA ON o Z N w_ _ o m lit In g E o o R° raW O o D R° n , 7 n o _ / \ ],� r ƒ r 2 § E « ; \ / > z t c / I Q \ �' E \ ° ° / ~ \ ) } ro < \ $ g = k • § m ƒ 2 $ / it 2 / f ƒ / a - - > ® k 3E / E -, $ \ - 0 0 \ ƒ E CZ \ CZ ( ƒ CO E 7 e E 0 / £ E ; t 2et -es. § c ® / / e « CO ® ƒ f -E 4 0 = COft § _ ® § § co C D E = \ \ _ c �/ f 22 cu WA ` ° - c 3 ro 2 S 2 - acro \ E C f � o ° - oECD 7 \ q E $ 2 ) \ ) ƒ d / .* > to gc 2 E » $ mak » tt< E ' 2 nI \ 7 § m k § ° § % o / / X o 00 § meq § � 2 > , —0 n / � } } E 1 / A. 2 / 7 = , § \ § ; 0 e \ O < -ro e: — e 69 ® _ \ ) ® a op IN } _ ° ` —� - m X _ sa § ¢ E ® � k § \ rn eD \ e at C at § /• 00 ( ( } \k Cl.' E cp Exhibit B CONTRACT FOR PAVING IMPROVEMENTS ON CAROLINA 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 GreenScapes Six, LLC 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 290 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$1,211,583.50. 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 (& 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 GREENSCAPES SIX,LLC BY CITY SECRETARY PRINT NAME: TITLE: SPECIFICATIONS AND CONTRACT DOCUMENTS PAVING IMPROVEMENTS ON CAROLINA AVENUE City of y, !i ort rthu� _ Texas CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS BID NUMBER: P19-075 JULY 24, 2019 City of CITY OF PORT ARTHUR,TEXAS /f rrhu ADDENDUM NO. ONE (1) 7eza% July 12, 2019 Bid For: Paving Improvements on 3 Streets (Willow, Carolina & 606 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 r -j -31 -- 02Or/ Signature of Proposer Date CITY OF PORT ARTHUR,TEXAS ri r( rtrr uc.- _ ADDENDUM NO. TWO (2) Texas July 23,2019 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 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. H, Cli on Williams, CPPB Purchasing Manager /11,1:4iit, Signature of Proposer Date \ i CITY OF PORT ARTHUR, TEXAS Cin•of ort rt1+ r ADDENDUM NO. THREE (3) Te .0 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. Cli in Williams, CPPB Purchasing Manager hi./L11 Signature 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. 1 DERRICK FORD FREEMAN,MAYO � REBECCA UNDERHILL HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: City of n SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. / A CITY SECRETARY CAL J.JONES THOMAS J.KINLAW III D r t r t h u 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 wr'ltln!' to. City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williams(a,portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street j Port Arthur,Texas 77641 1409.983.8160 1 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 Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID PROPOSAL 1 ES E. GENERAL NOTES& SPECIFICATIONS • CAROLINA(E 21-34) 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 A 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 /PM 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 4'H 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. Clifton Williams, 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/filinainfo/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. TERNIINATION 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: Pacing Improvements to 3 Streets BID DUE DATE:July 31, 2019 ITEM I NUMBER OF DESCRIPTION 1 TOTAL ! TOTAL BASE & TOTAL BASE & # I CALENDAR BASE BID ! SUPPLEMENTAL SUPPLEMENTAL & I DAYS ITEMS ALTERNATE ITEMS WILLOW 1 252 AVENUE $892,717.50 $ 895,717.50 $ 832,217.50 2 288 60`1 STREET $896,110.00 $ 912,1 10.00 $ 848,560.00 3 290 CAROLINA $1,098,741.50 $ 1,295,583.50 $ 1,295,583.50 GREENSCAPES SIX, LLC 7020 FM 3180 COMPANY NAME STREET ADDRESS --4\A;tvL SIGNATURE OF :UDDER P.O. BOX MIKE ARCHER BAYTOWN TX 77523 PRINT OR TYPE NAME CITY STATE ZIP MANAGING PARTNER 713-714-3500 TITLE AREA CODE TELEPHONE NO marcher@greenscapes6.com 713-714-1200 EMAIL FAX NO. BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 PORT ARTHUR,TEXAS 77640 Proposal of GREENSCAPES SIX, LLC (hereinafter called 'BIDDER"), organized and existing under the laws of the State of TX , doing business as * , and acting by and through to the City of Port Arthur, Texas(hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of IMPROVEMENTS TO CAROLINA AVENUE (Between State Highway 87, A.K.A. Gulfwav Drive, to Dead End) in strict accordance with the Contract Documents,within the time set forth in the Notice to Proceed, and at the prices stated below, and Bidder shall enter into Contract for same within the time specified in Contract Documents. By submission of this BID, each BIDDER certifies, and in the case of a joint BID, each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence WORK under this Contract on or before a date to be specified in the Notice to Proceed and to fully complete the PROJECT by 290 DAYS and for final completion of the PROJECT by 290 DAYS as 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$315.00 for each consecutive calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal, State and City holidays as provided in Section 51 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: ADDENDUM 1, ADDENDUM 2, ADDENDUM 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 29 Preparing of Right-of-Way. 100. 001 12.30 ' ST @ i $ 500.00 i $ 6,150.00 Per Station Remove Concrete Driveways& Sidewalks. 104. 465 SY @ 001 $ 13.50 s 6,277.50 Per Square Yard Remove Concrete Culverts (@ Driveways & Sidewalks). 104. 002 1022 LF @ $ 15.00 $ 15,330.00 Per Linear Foot Remove Base& Asphalt Pavement. 105. 2818 SY @ 001 $ 13.50 $ 38,043.00 Per Square Yard Excavation. 110. 2630 CY @ 001 $ 16.00 $ 42,080.00 Per Cubic Yard Embankment (Ty A) (Final) (Ord. Comp) Complete in place. 132. 116 CY @ 001 $ 20.00 $ 2,320.00 Per Cubic Yard D 30 Hydroseeding for Erosion Control, lI Complete in place. 164. 1350 SY 001 @ 1 .00s 1,350.00 Per Square Yard j Flexible Base (Subgrade) (TY A GR 2) (8" Thick),Complete in Place 247. 4228 SY @ 001 $ 17.00 $ 71,876.00 Per Square Yard Concrete Pavement (CI P) (6"), Complete in Place. 360. 001 3928 SY @ $ 81.00 $ 318,168.00 Per Square Yard 36" RCP (Reinforced Concrete Pipe)(To DD7 Ditch),Complete in Place. 464. 32 LF @ 002 $ 150.00 $ 4,800.00 Per Linear Foot 12" ADS HP-Storm Pipe (or equal) (with Cement Stabilized Backfill (2Sack per Ton) - Ref TXDOT Item 400), Complete in Place. 355 LF @ $ 10.00 $ 3,550.00 Per Linear Foot 15" ADS HP-Storm Pipe (or equal) (with Cement Stabilized Backfill (2Sack per Ton) - Ref TXDOT Item 400),Complete in Place. 30 LF @ $ 14.00 s 420.00 Per Linear Foot D 31 18" ADS HP-Storm Pipe (or equal) (with I Cement Stabilized Backfill (2Sack per Ton) - ff Ref TXDOT Item 400),Complete in Place. i I 460 LF @ 18.00 ' $ 8,280.00 F !I Per Linear Foot 24" ADS HP-Storm Pipe (or equal) (with Cement Stabilized Backfill (2Sack per Ton) - Ref TXDOT Item 400), Complete in Place. 500 LF @ $ 30.00 $ 15,000.00 Per Linear Foot 30" ADS HP-Storm Pipe (or equal) (with Cement Stabilized Backfill (2Sack per Ton) - Ref TXDOT Item 400), Complete in Place. 664 LF $ 41 .00 $ 27,224.00 Per Linear Foot Curb Inlet,Complete in Place 465. 3 EA 001 Each $ 3,000.00 $ 9,000.00 Curb Inlet with Extension,Complete in Place 465. 6 EA 001 Each $ 3,500.00 $ 21,000.00 Rebuild Curb Inlet @ Gulfway, Complete in Place 465. 1 EA @ 001 $ 5,000.00 $ 5,000.00 Each D 32 I Junction Box, Complete in Place 465. 002 1 EA Each ` $ 5,500.00 $ 5,500.00 Yard Inlets,Complete in Place 465. 002 10 EA Each $ 1,500.00 $ 15,000.00 Mobilization. 500. 1 LS 001 $ 93,000.00 $ 93,000.00 Per Lump Sum Barricades, Signs, and Traffic Handlings. 502. 1 LS 001 $ 50,000.00 $ 50,000.00 Lump Sum Erosion Control Logs(Install)(Remove). 506. 21 EA 001 $ 110.00 $ 2,310.00 Each DD7 Ditch Tie-in 1 LS $ 6,500.00 I $ 6,500.00 Lump Sum Storm Water Pollution Prevention Plan. 506. 1 LS 003 $ 3,500.00 $ 3,500.00 Per Lump Sum D 33 Concrete Curb(Ty II) (6") 529. I 1580 LF 001 13.00 $ 20,540.00 Per Linear Foot Driveways(Concrete 4"),Complete in place. 530. 1203.5 SY 003 Per Square Yazd $ 50.00 $ 60,175.00 Concrete Sidewalks,Complete in place. 531. 001 819 SY $ 50.00 $ 40,950.00 Per Square Yard TXDOT Concrete Sidewalk Curb Ramp, Complete in place 531. 3 EA @ 002 $ 2,500.00 $ 7,500.00 Each Street Signage, Complete in Place. , # l@ 1 LS I 8,000.00 1 8,000.00 $ $ I ` Per Lump Sum I 6" C-900, Class 150 Water Line, Complete in Place. (Carolina Avenue) 600. 001 1220 LF @ COPA i $ 8.40 $ 10,248.00 Per Linear Foot Cut-in 70 LF 6" C-900, Class 150 with adaptors, 2-6"Tee, 2-6" Valves on Water Line @ Hwy. 87. 1 LS @ $ 9,500.00 $ 9,500.00 Per Lump Sum _— 034 I" Long Side Water Service, Complete in Place. 19 EA @ $ 1,700.00 $ 32,300.00 Per Each 1" Short Side Water Service, Complete in Place. 18 EA @ $ 900.00 $ 16,200.00 Per Each Permanent Flush-out 1 EA $ 850.00 $ 850.00 Per Each Fire Hydrant Assembly,Complete in Place. 808. 001 4 EA COPA $ $8,500.00 34,000.00 Per Each Long Side Sanitary Service Line, Complete in Place. COPA 19 EA @ Per Each $ 2,200.00 $ 41,800.00 Street Lights, Complete in Place @ 3 EA Per Each $ 15,000.00 ' $ 45,000.00 1 TOTAL AMOUNT BASE BID $ 1,098,741.50 D 35 12" RCP (Reinforced Concrete Pipe), Complete in Place. 464. 001 355 LF $ 40.00 s 14,200.00 Per Linear Foot 15" RCP (Reinforced Concrete Pipe), Complete in Place. 464. 00 I 30. LF $ 48.00 $ 1 ,440.00 Per Linear Foot 18" RCP (Reinforced Concrete Pipe), Complete in Place. 464. 001 122 LF 56.00 $ 6,832.00 Per Linear Foot 18"x29" Elliptical RCP (Reinforced Concrete Pipe),Complete in Place. 464. 175 LF 001 $ 75.00 $ 13,125.00 Per Linear Foot 2'x3' Reinforced Concrete Box Culverts, 462. Complete in Place. 001 250 LF $ 105.00 $ 26,250.00 Per Linear Foot 2'x4' Reinforced Concrete Box Culverts, 462. Complete in Place. 001 329 LF $ 155.00 $ 50,995.00 Per Linear Foot 036 Section D One million ninety eight thousand seven hundred forty one dollars and fifty /100 Dollars (Total Base Contract Price-Written) Total number of Calendar days to complete: 290 QUANTITIES OF WORK: 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. Bid Submitted by: GREENSCAPES SIX, LLC M� , C Tactor Represented by: MIKE ARCHER /WA' MANAGING PARTNER , Title Bid Prepared by: CHASE ARCHER , Estimator , Estimator D 3% 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.Do not dispose of debris on private property unless approved in writing by the Engineer. 8. 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 9. 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 the businesses and residents along the project. 10. Contractor shall limit his work zone for pavement demolition and concrete placement to three(3) blocks. Concrete placement for new pavement must be complete within one(1)block of the existing roadway/pavement before demolition in the next three(3) blocks can be initiated. E 21 II. 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. 12. The Contractor's construction schedule shall be based upon the Contract Time. The Contract Time has an inclusion of Fourteen(14)days of inclement weather as defined in Article 54.b, c& d of the General Conditions. No request for an extension of Contract time will be considered until the actual number of inclement weather days exceeds the number of days set out herein. 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. The Engineer will sample all concrete and make and test all beams and cylinders in accordance with the test methods provided for under the appropriate standard specifications for the various items. 22. 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.No delay claim is allowed because of utility conflicts. 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 E 22 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 One Call, toll-free 1-800-245-4545 UTILITY TELEPHONE NO. CONTACT PERSON AT&T 0:409.839.7851 Eddie Cook Telephone Company M: 409.924.1495 0:409.893.1666 Cliff Palermo M:409.291.9489 Texas Gas Service 0:409.963.0263 Patrick Sam M: 409.460.9236 City of Port Arthur 0:409.983.8557 Darrell Harmon Water Distribution M:409.548.5585 City of Port Arthur 0: 409.983.8551 Clint Tanner Sewer Conveyances M:409.719.6691 City of Port Arthur 0:409.983.8524 Curtis Newman Drainage Superintendent M:409.365.7184 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. 23. Notify the Engineer at least 48 hours before constructing junction boxes at intersections of storm drains and utilities. 24. 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. 25. 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. 26. If working near power lines,comply with the appropriate sections of Texas State Law and Federal Regulations relating to the type of work involved. 27. Perform electrical work in conformance with the National Electrical Code(NEC)and City standard sheets_ 28. 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 E23 contractor at no additional cost to the city and shall be considered as incidental to the various bid items in this project. 29. 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. 30. 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 "Storm Water Pollution Prevention Plan". 31. Storm water grading permit is required for this project and shall be filed by the contractor at the contractor's expense. 32. Procure all the necessary city and/or state permits and licenses before the start of this project. 33. 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. 34. 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. 35. 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 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. • • ITEM 5: CONTROL OF WORK E 24 } 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)983-8182. 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. Maintain the roadway slope stability. Temporary retaining structures or shoring may be required. Before installing any proposed temporary retaining structures or shoring, secure written approval. Submit design calculations, working drawings and a plan of operations including sequencing. Maintaining slope stability is subsidiary to the various bid items. 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. E 25 BID ITEM NOTES ITEM 100: PREPARING OF RIGHT-OF-WAY • The Demolition plan indicates the items known to be removed which includes trees, shrubs, and other items not covered under separate bid items. ITEM 104: REMOVING CONCRETE • All concrete(sidewalks,driveways,slabs,pavement,etc.)will be saw cut to full depth at connection points to existing pavements. Saw cutting of all concrete(sidewalks,driveways,slabs,pavements, etc)and as directed by the engineer for removing concrete will not be measured or paid for directly but will be subsidiary to pertinent items. • Concrete culverts to be removed as indicated on Demolition plan. ITEM 105: REMOVING BASE AND ASPHLAT PAVEMENT • All base and asphalt will be removed to full depth. 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 the item 110"Excavation". • Excavation shall be a plans quantity measurement item. Payment shall be based on the quantity as shown in the proposal sheet. Additional compensation will be considered for extra excavation due to field change which effect the total quantity more than 5%. • If manipulating the excavated material requires moving the same material more than once to accomplish the desired results,the excavation is measured and paid for only once regardless of the number of manipulations required. • Excess excavation may be used to fill the existing ditch area. 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(Final)". • Compaction method is specified as density control compaction. . ITEM 164: SEEDING FOR EROSION CONTROL • The surface area of the new ditch is to receive hydroseeding to promote rapid growth of grass for erosion control. E 26 • Hydroseeding should be carried out as soon as practicable on the new slopes, if possible, hydroseeding could be started within 14 days of final grading of the slope.Seeding shall be carried out by means of a'proper hydroseeder where the approved slurry of seeds, mulch, fertilizers, binders,and organic matter are sprayed onto the prepared soil surface. Method Statement • The Contractor will furnish the Engineer the following information at least 10 days prior to seeding the area: Seed Mixture,application rate,seed combination and properties Fertilizers and soil amenders,types,mix proportions and Application rate Mulch fibers'(if used),type and application rate Binder,type and mix proportions Mixing procedure Spray equipment • Preparation of Soil Surface The surface is to be at final line and grade. Shaping the surface is required so that mowing will be without problems after the grass has covered the area. Vertical grooves shall be absent from the final slope. • Maintenance During Liability Period The Contractor is to ensure the full establishment of ground cover by taking necessary maintenance procedures such as regular watering fertilizing,and reseeding of failed area. • Site Condition It is Contractor's responsibility to visit the site to determine the existing conditions. All products shall be delivered to the site in manufacturer's unopened standard containers bearing original labels showing quantity,analysis,and name of manufacturer.All materials stored on site shall be protected from the weather or other conditions that might decrease the effectiveness of the product. ITEM 247: FLEXIBLE BASE • Flexible base Type "A" GR 2, Ordinary Compaction and complete in place shall be used on the project unless otherwise approved by the engineer. • Flexible base materials shall be placed and compacted in a minimum of two lifts with a maximum loose material thickness of 8 inches. Compaction test will be taken at each lift as required by the Engineer. Minimum density shall be not less than 95%of maximum dry density as determined by test method TEX-1 14e&TEX-1 15-e. • Subgrade shall be rolled and compacted to not less than 95% of maximum dry density as determined by test method TEX-1 14e & TEX-1 15-e. This work shall not be measured or paid for directly but will be subsidiary to pertinent items. 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 E2% 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. • Hand-finishing of concrete pavement will be permitted as directed by the engineer. • Surface Texturing shall be as specified under Item 360,section 4.8.3 of the Standard specification for Construction and Maintenance of Highways, Streets, and Bridges. November 2014 Edition, unless otherwise ordered by the Engineer. . • Sawine 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 or polyurethane sealant shall be used on this project per TXDOT DMS-6310. • 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. • E 28 • • 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. • • 10 Mil Polyethylene Street Bond Breaker and Geo-Textile Fabric (Tensar TX-140) shall be considered subsidiary to pertinent items. ITEM 479: ADJUSTING MANHOLES AND INLETS • Inlet and manhole"frame and cover"shall be gray cast iron of part no.as shown in the plans.The dimensions and descriptions are shown on the plans.Dimensions may vary to the extent determined by the engineer. • Excavation will not be paid for directly but shall be considered subsidiary to this bid item. • Cement stabilized backfill shall be required around all inlets. The stabilized backfill shall not be paid for directly but shall be considered subsidiary to the various bid items. • If building manholes or inlets in graded areas, first construct them to an elevation at least 4 in. above the top of the highest entering pipe and cover with a wooden cover. Complete the construction of such manholes or inlets to the finished elevation when completing the grading work for such manholes or inlets. Adjust the final elevation, if required, since this elevation is approximate. I • Construct manholes and inlets in paved areas to an elevation so their temporary wooden covers are flush with the surface of the base material. • • Do not leave excavations or trenches open overnight. • Salvage existing curb inlet frame and cover. Clean and• reuse them in the elevation height adjustment as shown in the drawings. Salvaging, cleaning and installing and all incidental work needed to complete the inlet top construction shall be subsidiary to this item. 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 E 29 • 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. • 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: I 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 canes 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 • Plan the sequence of work so as to minimize inconvenience to the traveling public. Any changes E 30 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 Exit shall be paid for under Item 506. • The Contractor shall prepare proposed revised traffic Detour Plan for the construction of Improvements to 8'h Avenue project. This shall be coincidental with the construction progress of work phases.Any addition barricades,warning and detour signs,including the necessary temporary and portable traffic control devices to detour and control traffic during the construction of the Improvements to 8'h Avenue Project will not be measured or paid for separately, but will be considered subsidiary to this pay item. • Additional Barricades, warning and detour signs, including the necessary temporary and portable traffic control devices to detour and control traffic along 8`h Ave and adjacent intersecting roads during the construction of City Utilities as required by the Engineer within limits and scope of project work will not be measured or paid for separately, but will be considered subsidiary to this pay item. Water and Sanitary Sewer installations will be paid under its respective Items. Temporary Asphalt Pavement restoration and Temporary Pavement Markings will be paid under its respective Items. ITEM 506:TEMPORARY EROSION,SEDIMENTATION AND ENVIRONMENTAL CONTROL • The Texas Commission on Environmental Quality (TCEQ) requires a Storm Water Pollution Prevention Pan(SWPPP)for all projects that disturb more than 1 acre of land.This project involves (1300x60)/43560 = 1.80 acres. This Small Construction Site will not require a NOl (notice of intent)to be filed with the TCEQ but will require a SWPPP.The Contractor will furnish the SWPPP and Small Construction Site Notice to the City of Port Arthur. • • Use appropriate measures to prevent, minimize,and control the spill of hazardous materials in the • E 31 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 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 of hydroseeding work as soon as possible after completing earthwork operations,restore and hydroseed the disturbed areas in accordance with the City's specifications for permanent or temporary erosion control. ITEM 529:CONCRETE CURB,GUTTER,AND COMBINED CURB AND GUTTER • Only machine-laid curb will he allowed on this project. No hand-laid curb will be allowed on this project. • Curb cuts with laydown curbs as shown in the drawings will be paid under Item 529 "Concrete Curb,Gutter,and Combined Curb and Gutter"measured in linear feet. ITEM 530: INTERSECTIONS,DRIVEWAYS,AND TURNOUTS • Saw cutting of concrete and asphalt pavement at break back line as shown in the drawings for Intersections,Driveways and Turnouts shall not be paid for separately, but shall he subsidiary to this unit bid item. Any additional modifications and incidental saw cutting of concrete and asphalt pavement beyond Right of Way lines inside private property as permitted by the owner, not shown in the drawings, as determined and ordered by the Engineer to meet standard grade requirements and at intersections and turnouts required to meet existing site conditions, construction grade standards not shown in the drawings and as directed by the engineer will not be measured or paid for directly hut will be subsidiary to pertinent items. • Removal of Asphalt and gravel surfaces at Intersections, Driveways and turnouts will not be measured or paid for directly but will be subsidiary to pertinent items. End of General Notes ( E 32 GOVERNING CONSTRUCTION SPECIFICATIONS The governing construction specifications applicable to this work are the Texas Department of Transportation (TXDOT) 2004 Standard Specifications for Construction and Maintenance 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 of Right-of-Way [tem 104 Removing Concrete Item 105 Removing Base&Asphalt Pavement • Item 110 Excavation(132) Item 132 Embankment Item 164 Seeding for Erosion Control Item 247 Flexible Base(204)(210)(216)(520) Item 360 Concrete Pavement(421)(420)(438X440)(529) Item 400 Excavation and Backfill for Structures(132)(402) Item 464 Reinforced Concrete Pipe • Item 465 Junction Boxes,Manholes,and Inlets Item 479 Adjusting Manholes and inlets(420)(421)(427)(440)(442)(471) Item 500 Mobilization Item 502 Barricades,Signs,&Traffic Handle Item 506 Temporary Erosion,Sedimentation,and Environmental Controls Item 529 Concrete Curb&Gutter(360)(420)(421X440) Item 530 Driveways and Turnouts(247)(276)(360)(421)(440) City of Port Arthur Water Utilities Department Standard Specification: Item 600 Specification for Underground Construction of Water and Sewer Pipes Item 712 Specifications for Trench Safety System Item 801 Specifications of Ductile Iron Pipe and Fittings Item 805 Specifications for Valve Boxes and Risers Item 808 Specifications for Fire Hydrants Item 809 Specifications for Testing and Sterilization of Completed Lines E 33 • Item 810 Specifications for Polyvinyl Chloride(PVC)Pressure Water Pipe Item 811 Specifications for Resilent Wedge Gate Valves Sizes 4"thru 66" Item 817 Specifications of Cement Stabilized Sand Item 02317 Specifications of Excavation and Backfill for Utilites End of Governing Construction Specification E 34 SECTION F BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned, Greenscapes Six, LLC as Principal, and Philadelphia Indemnity Insurance Company as Surety, are hereby held and firmly bound unto City of Port Arthur,Texas as OWNER in the penal sum of 5%G.A.B.***(Five Percent of Greatest 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 31st day of July , 2019 . The Condition of the above obligation is such that whereas the Principal has submitted to City of Port Arthur,Texas a certain BID, attached hereto and hereby made a part hereof to enter into a Contract in writing, for the Paving Improvements on Three Streets (Willow,Carolina&60th Street) NOW,THEREFORE, (a) If said BID shall be rejected,or (b) li said BID shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto (properly completed in accordance with said BID)and shall furnish a BOND for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void,otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,exceed the penal amount of this obligation as here in stated. The Surety, for value received. hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within which the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper Officers,the day and year first set forth above. Greenscapes Six, LLC :r / • BY: V v • 4 v (L.S.) PRINCIPAL Philadelphia Indemnity Insurance Company SURETY BY: CZdi Betty A. Bus , 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. 176 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint G.C.Blystone,Jr.,Betty A.Bush,Joseph Blackshear,Charmalne Wallace,Chase Wortham,Mark Smith,and/or Donna Welnel of Rust,Ewing,Watt&Haney,Inc.,its true and lawful Attomeyin-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,In an amount not to exceed$50,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 2715 DAY OF OCTOBER,2017. cr 1927. ^i (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 27th day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. AmOF• VsivV /1 NOTARIAL SEA- Wogs,. EN- I+ 11 5555""'V°"° °upPubicIll Notary Public: w et co., un nEx. xmary C2°M/ A1,C�mmnsion l.wri.i Sep.25 2./21 .tN[l n•••anwwl.Vsocwron N• . residing at: Bala Cynwyd.PA (Notary Seal) My commission expires: September 25.2021 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 27th day of October,2017 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 31st day of July 20 19 1 92 7 Edward Sayago,Corporate Secretary .1927 PHILADELPHIA INDEMNITY INSURANCE COMPANY • • 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 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. NONE J (� Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated I 1 completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) ,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 family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes n No B. Is the vendor receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 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. J Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(8), excluding gifts described in Section 176 003(a-1) J / 7-31-2019 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www ethics.state.tx.us Revised 11'30,201 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: TTTLE: 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 Client#: 68802 50GREENSCAPE ACORD-. CERTIFICATE OF LIABILITY INSURANCE 3/26DATE(MMlDD/YYW) M/DDN /2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Crystal Adams _ J Smith Lanier&Co of NewnanPHONE FAX 770 683-1000 hAIC,No,Ext): _-.-- _._-_-- _ _.. 1/AJC,N,±4: 770 683-1010 Marsh& McLennan Agency, LLC E-MAIL ADDRESS: cadams@jsmithlanier.com P. O. Box 71429 INSURER(S)AFFORDING COVERAGE NAIC# Newnan, GA 30271-1429INSURER A:Republic Franklin Insurance Company 12475 INSURED INSURER B:Utica National Insurance Company of TX 43478 Greenscapes Six, LLC INSURER C:Utica Lloyds of Texas 10990 7020 FM 3180 Road - INSURER D: Baytown, TX 77523 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 TYPE OF INSURANCE ADDLSUBR' POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYYL A X COMMERCIAL GENERAL LIABILITY X X 5242911 03/27/2019 03/27/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISESO(Esoccurrence) $1,000,000 J MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 I PRO- POLICY JECT I I LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ •—C 'AUTOMOBILE LIABILITY 5227434 03/27/2019 03/27/2020 COMBINEaaccident)D SINGLE LIMIT $1,000,000 {E X i ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY DAMAGE $ HIRED NON-OWNED HX� AUTOS ONLY X AUTOS ONLY (Per accident) _ $ C XI UMBRELLA UAB X OCCUR 5242913 03/27/2019 03/27/2020 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 __1 DED X RETENTION$10000 $ B I WORKERS COMPENSATION 5227437 03/27/2019 03/27/2020 STATUTE ER 1 AND EMPLOYERS'LIABILITY 1 OFFICER/MEMBER EXCLUDED?ECUTIVE i,-711 /A E.L.EACH ACCIDENT $1,000,000 (Mandatory in NH) li E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Rented/Leased 5242911 03/27/2019 03/27/2020 $100,000/$500 ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. FOR INFORMATION PURPOSE ONLY AUTHORIZED REPRESENTATIVE A ©19 8- 015 ACORD CORPORATION.All rights reserved. A CORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S4273633/M4273620 AXZ SECTION J PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Name of Surety) (Address of Surety) hereinafter called Surety, arc held and firmly bound unto (Name of Owner) (Address of Owner) hereinafter called OWNER,in the penal sum of Dollars,$( ) in lawful money of the United States, For the payment of which sum well and truly to be made, we bind ourselves,successors,and assigns,jointly and severally,firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER,dated the day of 2017,a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensionsthereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period,and if he shall satisfy all claims and demands incurred under-such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so,and shall reimburse and repay the OWNER all outlay and expense Which the OWNER 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 not be prior to date of Contract. IF CONTRACTOR is Partnership, all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. SECTION K ROADWAY REPAIR BOND STATE OF TEXAS COUNTY OF JEFFERSON KNOW BYALL MEN BYTHESE PRESENTS: That oftheCityof ,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. Itis 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. IT WITN ESS 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. 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 th. , id proposal. Signature: Printed Name: MIKE ARCHER Title: MANAGING PARTNER Company: GREENSCAPES SIX, LLC Date: 7-31-2019 MIKE ARCHER SUBSCRIBED and sworn to before me the undersigned authority by the of, on behalf of said bidder. MANAGING PARTNER OF GREENSCAP , IX, LLC uuuf °DIE MCAD"i T x35 N. Public in ::::::th / v // 124 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: X 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. GREENSCAPES SIX, LLC 7-31-2019 Tame/ Date MANAGING PARTNER Authorized Signature Title MIKE ARCHER 713-714-3500 Name (please print) Telephone marcher@greenscapes6.com Email STATE: TX COUNTY: CHAMBERS SUBSCRIBED AND SWORN to before me by the above named MIKE ARCHER on this the 31 •. .JULY , 20 19 . • JODIE MCADAMS , PUB��iNotary Public,State of Texas /11`.g _ Ex ires 10 10-2021 Comm. P ry Public �•..7�,Q_ Notary ID 11614862 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION N House Bill 89 Verification MIKE ARCHER (Person name), the undersigned representative (hereafter referred to as "Representative") of GREENSCAPES SIX, LLC (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. i/14/('- SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 31 day of JULY , 20 19 rotary Public • � JODIE MCADAMS 0'.....'s NotaryPublic,State of Texas ,yam,.•P Comm. Expires 10-10-2021 "'// r5i. '�� Notary ID 11614662 SECTION 0 SB 252 CHAPTER 2252 CERTIFICATION 1, MIKE ARCHER ,the undersigned and representative of GREENSCAPES SIX, LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran,Sudan or any Foreign Terrorist Organization,I will immediately notify the City of Port Arthur Purchasing Department. MIKE ARCHER Name of Comp y Representative(Print) 44.4 Signature of Company Representative 7-31-2019 Date SECTION P 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. 0-35 112 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 - Lind & Associates, Inc. dba T & N Laboratories & Engineering "Common Sense Engineering" • 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 Since Lind & Associates, Inc. dba T & N Laboratories & Engineering 5020 Jerry Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 1983 PHONE:(409)727-6291 FAX:722-6961 CLIENT: PROJECT/LOCATION: Arceneaux, Wilson& Cole Geotechnical Investigation and Engineering c/o 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 ]]]])]]]]]J]])]]J)JJI]]JIJ]l]]]]JJ))I]J]JII]J]l]]])]I)JIl]IJ]]]]]]JJ])]]JJJ]]]]I]IJJI]]]I]]J]]]J]]]])I]]])J]])]IJI 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 #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 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"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. AU 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 accordaince 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 /)r,rd ........... Jack Lind, P.E. JACK C. LIND Vice-President/Engineering i•• ti > 79555 r�r. `k•eof:%?<;a�;r so '`<?. 5/2 /lb Copies: 1 - Derek Graffagnino(Via Email) 1 - Keeston Cole(Via Email) 1 - T&N File#18062 JC!ldjb -7- e%flek4ILP,_, USTRATI * N :56 .9 GEOTECHNICAL BORE LOCATIONS Bore 11 Northing Easting 1 13906045.0849 3552363.5407 2 13905877.3065 3552589.2671 3 13905709.5282 3552814.9935 ?..'s]'" ..e.. ?.:1=:.s'�..,,_,27.,,,,,,,,A.,:,,, _ , f,,..„.i�(�- -K}a� 0.pY�.i2; ,, ,... , -pa4. :r.tr "3'.4X0+ti1rK":F .r.,�...".• -..f. r. a., —S. .� 'l,}'L]�+ ice-- ]• rZ� �` 'Sy] ]t`!U .L �r '`.T3 :` J.L" -'':.1"` Si ?4` '1�.�,.r� $ �kr �`P F ..;1: `r x j' ` . ".-R.g_ • ,�ti `'fir," 'e....a2R+ s' az s•,1=1' 3 '0M1 ' �'W-61y ter.. 12 I`ve, gg r ..:',5-4"7"-.4.6.1q 7r h1 eS •'r-]•1 r• s �t 3 ] sv ,, -. -t- �`-W,, V-::3:dr a l'.'a _r..-;4_12. 1' ,-y � :h: 0. '.3 ``i` `�. x ' "i�. CHERRY AVENUE f ,' .Y 1 ti _ a fie. L ., si.f C 3 J(' Ft �.l . 17 F �"l.- f."C. <'3.q " *4 ='.,�' ifir� `'0";.�5 b jtu b ,:'' U..-. F1cT?(} �'j SG, }T `�+t1 aY Ch 1.rt.l} ,� A: ,1,-±;-. 4;_?-.=,t4'.1. 1..;'E �.1 +,1J .gj. `�1, �' '...-Ti. 7-i v '� ..'-•S �.. cn S � 4, s4. ? Y r er' Z. - Y,- a. �a mo y 1i ki� r 's �a i �* s f i�, c 3] 4 'C-txri3�a Et $ q 7 � 7 Y .,� -> T ` 'Iffgl :L'* r �l+t"�}a a y" :eS P-N'.' tai fit£ �§ 3 rr.-.171: -_-, e l't kli r- s a. 2 1;:t4t s 'r Vk:w t� .v.k-e`-.� 5 .4? �. rel r° 71: - .. •. ,,ji vim+ 1t•T' ^�} A`? :i z.- S.i..1'' t- .F-' S.c;� ,' -6S: 'Ai-' • -c,*-r �' ,. "'Hi ,, y, ' S" E,`- rte"• "C'+=3 v 3l s -r.,++ `F :4" + ; ,.--.4£,;a]a -'1. p,. -c.... i ' t l t 'Y, ,.vn,in� Sll. '°±�x"'a �i` y; _ V.07.0102-W.'-'72'7'-?-'•C'''- `P''''41407.,'{ iSt r . ', J X" r +lY4,. h� �i �, ..-3 `'�+']-•y.ac4 .'-, '15.-_..7.---.1f,..',-;€5.4...::::',,,, -, ice.If in r„afK L - T-: -c � �.. F�xr;` t - 3 Y' :. `� ti . t t 4-tel.27• iF.,-ani fes ��r r. +�^ , , '>< r�z w``f'B-P.r' c 1:_W,+T B'L i V` ..-_ sr _'S:`3 k b a..',,, -ter �F WILLOW AVENUE s • a'n :. i!,..71,7;„r.iw 0a a .-�53ay^ G 1�� r-� rr, - &-z ) 4rri 1 +3� a3 s `� { m ct , : ... is' 3 e a t0 ,z 1 a. . '.� l�, .f ti, x l x -.f • F'+y.- n.,�rs > :,:,,,l,,,,4. !rw� .u., ,S.: h-. -{' xi] ,'''\'p- `T'3. L,.,-,r,..',';.1.11.7.1'4. r= 63 !v �ti4 -xc 2� - '{-tet t,> Ys� "a ^"'�""u ... D re "'_ ir' A' 3.'-'. -4--c ''"t Zu.��E',' -.��z,S „q--0,-�,a r ,- by.NViw'- 11 3..- a�c,,,;,fiZ } .,2 yy- :•�-,t,t,-x sn.7FC..fF.-�. } r" ''-'v- a e.id�- C �,a, ` - r,._;, �,? �z 5'��'* i ti'0 > tti'r ' Y~Y���f:eri.- t- - tz-L�vv! c', `C,,,„0 v �, Y k 1 - T':?ea't 1 :3 � a-- =r , .k,I17`� 'tEp.., w<zy,qr 1.r.; C" i;. �.,r '-cTf 'z'M s �, � P a`� t -^'J��'c i, 3=rt - a4y�6 }� ai ^ `3r i 5iW 'ri� c .0�S ' .: � '?3°L,icy--. 5 F-.•" , 1 ,i- jk-. Fz- tom".-,,, a- t# - r. -J �,,,� .y, a i, -'.1 -x3 '" ,• T,, ,yt t,�.N 7 �' N Qi'a u_ ] 4]se.. , F. y�¢'...lt,1:_ r `. >-- .�Y.:-..z.,,,--a.. .,-=;+r--.p.:,..,,,,,,,..4.......,- ,T4,m _.� x a ._. �_ ._ �.Sau'k/i 1!=? "i,'Y., . SSL�AV• -S—F 1 5 g f. • ]`S .440 a� w c-,i��.�- �.� & -r d'-}F�]V..r<t '.%.,.'' ;•�^'�'� ,i# y] `£��.-3: �. �t t c* . �5 ter,�,� e \L � %C-A 4�'f_ ?�i �+y,r]4 yy:tei ,y414:74.#±-- ---f•-o--.a4.•:,--.0. •- •art ?.. -...,:,, '... ,. c 1 y r .9 7.,,,,--;.,. - 't ^i y,t ti . ~ " :y '•:'`FINE AVENUE wi. «sad... �za v7,-,•-•---!..,z,,,,,,, 51,-----7.- 5 ,,,,,,,,-� r -: .•-,.� 4 Y 4 t J S 1 S,u t• LY ke,' • �• ,{. :It- h }l. �T '•"`s T'[g c_ t 3. T\ � t Y"` +'n F .3 Y%R.4-,a-, -:;:g, Y 'T-.3.,� ,i��� 3• kms^ X2y� 1'.a� � g' .-3,` Y -' 3a .],...1,-,- ----i,Z ..>_s-,rrte .ci ���- �Ty� .�e.N �>�yr`3�3 • • F ? �' $ + x "]l � 4x�^Y�f iif.A y,.�'3 S' '� i li$ k;"1x1 4 y ,• • - �� ..1%4s -144 [`4107-1;. � .,.-=VP. a•...E ^r aim prq SfiSv ' -i->u41.;^^1 -`e ' ' `" �. .4_� < te " Z Lxir&r...�:arin;.�=f..—_.�:� :��• -....?•.,.^s.aaY-�.t"-.-M''S.:ra. �'�.�.a.:4ncrais2] �tiESsii''�>�.t`'.+.,.L:��x `3�at�,� _ N F } , En9ineerfng Survey;ng PAGE F-16194 10194049 WILLOW AVENUE IMPROVEMENTS GEOTECHNICAL BORE LOCATIONS I ==cfr _. . , A - = AYE_ x CITY OF PORT ARTHUR - g ' i) ARCENEAUX WILSON&COCl_ AFI I'ti'SOP: OUPlTY,TFXAS 3 DATE MAY 2018 SCALE: NTS DRAWN: DBT "Y 2901TurtraCTeek Priv,Suit*320 404.724.78@9 ' Port Arthir.TX 7762 encena swn pRO1 No.: CPA-955 DESIGN: KXC CHECKED: KXC T&N LABORATORIES&ENGINEERING LOG OF BORING NO. B-I FILE NO.: 18062-80931 - Arceneaux,Wilson&Cole PROJECT: Geotechnical Investigation 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/ NIX U.W. -200 Liquid Plasticity P.P. 1.1.C. Ft. Swot,. % Pc f. Sieve% Limit hides Tsf. Tsf. STRATUM DESCRIPTION In"Ashpalt&3 1/2"Limestone Base Very Stiff Black&Gray Clay(CFI) -2- ST - 21 104 51 28 4.00 2.25 -Gray&Brown al 2'-4' -3- -4- ST - 26 69 43 2.00 -5- -6- -7- -8- -9- -10- • LOG OF BORING NO. B-2 FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ MN" II.W. -200 Liquid Plasticity P.P. U.C. Synth. tinf Pc f. Sieve% Limit Indek Tsf. STRATUM DESCRIPTION 1/2"Ashpalt&3 1/2''Limestone Base -1- Very Stiff Dark Cray&Black Silty Clay(CL) ST - 21 I 05 95 3S 19 3.00 1.69 Stiff Cray&BrirA n Clay(CH) -3- j. ST - 35 - 69 43 1.00 - -5- -6- -7- -8- -9- -10- - T&N LABORATORIES& ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18062-80931 - Arceneaux,Wilson&Cole PROJECT: Geotechnical Investigation for Willow AN mite in Port Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ NI/CU.W. -200 Liquid Plasticity P.P. U.C. Ft. S 13pc % Pcf. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION -0 — 112"Ashpalt&3"Limestone Base -1- Very Stiff Dark Cray&Bro%n Clay(CB) -2- ST - 21 103 54 30 3.00 1.78 -Stiff Gray&Dronegri)2'•4' -3- -4- ST - :1 33 97 85 55 1.50 - -5- -6- -7- -8- -9- -10- • • • • • CD+«e,1, WC LF.T-LIH.'. T & La.boraeorLes 11 JEFFERSON;COUR Y AIRPORT • KEY 1 O_aQiL LA I FtKAT1 Q N AND SYMBOLS SOIL TYPE SAMPLE TYPE Sand Silt Cla • [O Gravel Sandy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split ho Spoon Recovery SOIL GRAIN SIZE U.S.Standard Steve 6- 3" 314' 4 10 40 200 Boulders Cobbles Gravel Sand Silt Clay Coarse Fine .Coarseedium Fine 152 762 19.1 4.78 200 0.420 0.074 0.002 (mm) PLASTICFTY CHART 60 50 CH 40 Plasticity Index 30 • e‘,>cs ON and MH 20 +e- CL 10, CL- 4L Atm:44wv and 0 �f L • 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit CONSiSTENCY OF C Hiv CJE RELATIVE DENSITY OF COHESIONLESS_SOILS. Penetration Penetration Resistance, Cohesion, Plasic„y Degree of Raslstence, Relative blows per foot Con i tency TSF index Pis-fic-iiy blows oer foot l.,n; '_ 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 Fin-n 0.25 - 0.5 10 - 20 Moderate 10 - 30 Medium Dense 6 - 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 Herd > 2.0 711 P` ' t t & N Laboratories, Inc. 4 I 11 V • GENERAL NOTES ES t 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 30 inches on a 2 inch O.D.split-spoon. 1 1 Qu: Unconfined compressive strength.TSF 1' fI Qp: Penetrometer value,unconfined compressive strength, TSF I Mc: Water content, % I I LL: Liquid limit, % 11 PI: Plasticity Index, % II 11 b d: Natural dry density, PCF I 7 • Apparent groundwater level at time noted after completion. II DRILLING AND SAMPLING SYMBOLS il II SS: Split-Spoon - 1 3/8" I.D., 2" 0.0., except where noted. !I ST: Shelby Tube • 3" O.D.• except where noted. •I AU: Auger Sample. rr II DB: Diamond Bit. Il CS: Carbide Bit. WS: Washed Sample. I RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION ITERM (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 26 I ( TERM (COHESIVE SOILS) Qu- (TSF) II I Very Soft 0-0.25 II Soft 0.25 -0.50 I I Firm(Medium) 0.50- 1.00 II .I Stiff 1.00 -2.00 Very Stiff 2.00 • 4.00 11 Hard 4.00+ I I PARTICLE SIZE i 'It Boulders 8 in. + Coarse Sand 5mm-O.Smm Silt 0.074m:m•0.005nun jjI I Cobb!es 8 in.-3 in. Medium Sand 0.6mm-0.2mm Clay -0.005mm II Gravel 3 in.-5mm Fine Sand 0 2rnm-0.074mm ll li li s,„ iy Lind & Associates, Inc. dba T & N Laboratories & Engineering \ --v--/- r "Common Sense Engineering" Al�983jr x GEOTECHNICAL REPORT WITH SUBSURFACE INVESTIGATION & ENGINEERING STUDY FOR SUBGRADE & PAVING DESIGN RECOMMENDATIONS AT 606 STREET RECONSTRUCTION . IN 1'ORT ARTHUR, TEXAS Project No.: 18061 Job No.: 80932 Submitted to: ARCENEAUX, WILSON & COLE do Mr. Derek Graffagnino Port Arthur, Texas .:, ''€'a i 'd`C' ` ''g }yL.1 u s s,��,k +a .r ay#'ti�,4I.R.[ly-30 ,`1'0-k:10` '���,�"� � rn £3.*?a3i�„ �`E6��.: �,�" � r'�`�^''�'`�. .. ... a '' .F .,,.:3ev xWgit ,.;'"'�°i�,. .-,t.,+k 5020 Jerry Ware Ur.(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 #9-1 THROUGH B-3 KEY TO SOILS CLASSIFICATION & SYMBOLS GENERAL NOTES s�,��e Linci & Associates Inc. dba T & N Laboratories & Engineering 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"60th Street Port Arthur,Texas 77642 Reconstruction in Port Arthur, Texas". Report Date: May 29,2018 Project No.: 18061 Job No.: 80932 11]]]]]]]]]l]]]1]]]l)]1J1JJJ11IJ]I]1]]]]]11]J]]]]]]]]]]]]]]I]1J]J11J]1I11111]JJIJJ]111111JJ]]111JJJ]]]]]]]]1]]]U] 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- i SCOPE OF STUDY: • The objective of our study was to explore surface materials and subsurface soils conditions in the proposed reconstruction areas and formulate geoteclmical 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 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 "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. 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 r i p o s 1PE. t. FJACK C. LIND Vice-President/Engineering 4tcJ79555 /42,71 `k•" ^ qA ib "s.:;zilOtha 6 ,p Copies: 1 —Derek Graffagnino(Via Email) 1 —Keeston Cole(Via Email) 1 -T&N File#18061 JCud;b -7- euft4ILLUSTRATXONSr4 I GEOTECHNICAL BORE LOCATIONS A , Bore N Northing Easting 1 13907440.7138 3549147.3202 2 13907461.1947 3549508.8690 3 13907481.7177 3549871.1598 )11I '; <`y ar h!▪'T F yr ` au t b3- .T•�ri',J v-F.:.;:1• r 7 T. �.-.r i r s b RM s _ y-, -;. -� .447:-� s,^. 'CF6_� ' tia �sy 5a ` 'A>� �' ktzt�T 4 '� .u_ x -- - l4,— .xd- Y� �., tem , Y. . - � �ti(I*NORMASTREET�-- i s `5 ;�E * ,.S - ,:...k.; -,0:.,:-40-.".1.;,,:7 'z-="t .„�-i•E"}_ to y+6x....f x �x. `, „�, •. ' ',1.-'d .„ . y r'ex 4 �i0�. i ,ra n+:'' gm-Ski-rot-- , '1" `".> p* --� - a. h �?� 4 , s'kr :'S % +�i�`}.. F ,. T �, . � "t, �Q yt F> -� T i �t ��c +k�� '�•g.t '3"3 -+" .,.. t}e i'RnI AL:' ""ter t. r - ! i.l 'j w. a� - - Y� _ > • '+ak_,,0-4111▪4 I' -icy'eT +A . - _` j"''S� i <4'.' 4"�r, ter .'. : '���'.+y; s"3 4s .. s` r..�b.....1'.r �4 k 'RWe: t .. •1.l B2s rs -~`' *sZ'WB 34. 47••: ;a �'-.-1.r r B-1 R ` .i._.. ms,`" ' " -, 4 -- ` r T '"',, - ate- *1/41._,,,,,,"" . y 6DTHSIr1_Cl ,•::1-:.:'=..._1;74:,:,:.<:t'''.7.1 A3,1'. . A ri! `Lc} - atgr� a Ny'� t, g, - ..£ � '�-� ! '}.1.74_ - 4 �Rh'R0. - _ _- `. Ate ., til ' -'Y alY CANALSTREETFi N4 Y c y Ertgir»artng Surveying F-16194 14194049 60TH STREET IMPROVEMENTS GEOTECHNICAL BORE LOCATIONS 7 ..,-.-.7 :�.- -‘--i:-z- rra- ' `a" :rte 1 - CITY OF PORT ARTHUR tVarAr JEFFERSON COUNTY,TEXAS ARCENEAUX WILSON&COLE e'a tee,-.J.rur.r'no;rtzmrOra DATE: MAY 2018 SCALE: NTS DRAWN: DBT 5 3401 iuKTa Creak Drive,Saha 320 404.7,24.7640 PROJ.No.' CPA-950 DESIGN: WG CHECKED: KXC Put krthar,TX n643 anCanD ccrn - 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 Depth. Sample SFT/ ' ,MIC U.W. -200 Liquid • Plasticity- P.P. U.C. i. _ Ft, Swab. lb!! % Pcf, Sieve% Lind! Index TsL Ts( STRATUM DESCRIPTION • 1"Ashpalt/6"Shell Base t'ery Stiff Gray&Brown Silty Clay(CL) w/Sand&Some Shells -2- ST - % 18 108 - 35 16 3.50 2.01 `; Very Stiff Tan,Cray&Brown Clay(CH) -3- -4- ST - 24 - 94 62 37 2.50 - -5- -6- -7- -S- -9- -10- LOG OF BORING NO. B-2 FTELD DATA LABORATORY TEST RESULTS Depth. Sample SPT/ ` AUC LI.W. -200 Liquid Plasticity P.P. U.C. Ft mb, 1 % Pcf. Sieve% Limit Index Tsf. Tsf. STRATUM DESCRIPTION 0 1112"AshpatrIS"Shell Base Very Stiff Black&Dark Cray Clay(CH) t -2- ST - 23 102 97 55 31 4.25 2.52 -Brown&Gray(]a 2'-4' -3- 4. y F 4- ST i - 23 - - 57 33_ 1 2.75 - -6- _7_ -8- -9- 10- • _._ T&N LABORATORIES & ENGINEERING LOG OF BORING NO. B-3 FILE NO.: 18061 -80932 - Arceneaux,Wilson&Cole PROJECT: Geotechnical Investigation for 60th Street in Pori Arthur,Texas DATE: 05/18/18 TYPE: 3" CORE LOCATION: See Boring Location Plan FIELD DATA LABORATORY 'FEST RESULTS Depth. Sample SPT/ SI/C U.W. -200 Liquid Plasticity P.P. U.C. Ft. Symh, aL % Pcf. Sic%e% Limit Index Tsf. Tsf. STRATUM DESCRIPTION -0- 1 1/2"Asltpalf/S"Shell Base 1_ Hard Black&Dark Gray Silty Clay(CL) -2- ST - 14 113 - 37 18 4.5+ 3.52 Very Stiff Gray C Dark Brovrn Slightly Silty Clay(CL-CH) -3 • - -4- ST - 21 - 97 47 25 3.50 - -5- -6 • - • -7- -8- -9- -10- - 7-77 T&N La.boratoriesI VJEFFERSOF GOtJRIY JJ PORT KEY TO SOIL CLAUIFIQAT1ON AND SYMBOLS SOIL TYPE SAMPLE TYPE Sand Silt Cia 49 i _ Gravel Sancy Silty Clayey Predominant type shown heavy Undisturbed Rock Core Split No Spoon Recovery 01.013AHLSIZE U. S. Standard Sieve 6` 3` 3/4" 4 10 40 200 Boulders Cobbles Gravel Sand Silt Clay Coarse Fine Coarse4edium Fine f 152 762 19.1 4.78 2.00 0.420 0,074 0.002 (mm) PLASTICITy CHART 60 50 ' ICH 40 € Plasticity Index 30 ` J<"` OH and\H 20, <A-. C CL 101 CL-IAL - *';;A//42/,'• ML and 0 �/ OL 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit RELATIVE DENSITY CONSISTENCY OF CQF[ESIVE SOILS OF COHESIQNL.ESS SQIL$ Penetration Penetration Resistence, Cohesion, Plasicty Degree of Res fence, Relative blows per foot Cons„Lstency 1SF lndez Plasticity blows per foot Den 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 Firm 025 - 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 I' 1 7:' 44'a1l� Y /'• , , I I, T & N Laboratories, Inc. I1 N, /3 { I vV . GENERAL NOTES I SAMPLE IDENTIFICATION The Unified Soil Classification System is used to identify the soil unless 11 otherwise noted. SOIL PROPERTY SYMBOLS 1 N: Standard "N"penetration:Blows per foot of a 140 pound hammer falling 1 30 inches on a 2 inch O.D.split-spoon. �� QU: Unconfined compressive strength.TSF I l Op: Penetrometer value,unconfined compressive strength, TSF Mc: Water content, % I � I, LL: Liquid limit. % I i PI: Plasticity Index, % 11 I it 1 S d: Natural dry density, PCF : Apparent groundwater level at time noted after completion. I I DRILLING AND SAMPLING SYMBOLS I 1 I SS: Split-Spoon - 1 3/8" 1.D., 2" 0.0., except where noted. li 1 ST: Shelby Tube - 3" 0.0., except where noted. I AU: Auger Sample. DB: Diamond Bit. II C8: Carbide Bit. IWS: Washed Sample. I 1 RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION il { TERM (NON-COHESIVE SOILS) STANDARD PENETRATION RESISTANCE I Very Loose 0- 2 Loose 2 -4 Slightly Compact 4 - 8 Medium Dense 8 - 16 Dense 16 • 26 I Very Dense Over 26 I TERM (COHESIVE SOILS) Qu- (TSF) • , Very Soft 0-0.25 Soft 0.25 • 0.50 I 1 Firm (Medium) 0.50- 1 .00 I Stiff 1.00 - 2.00 Very Stiff 2.00 4.00 �f Hard 4.00+ I PARTICLE ICLE SIZE I Boulders 8 in + Coarse Sand 5mm-0.6mm Siii 0.074mm-0.005(nm fill I Cobbles 8 in.-3 in. Medium Sand 0.Smm-0.2mm Clay -0.005mm Gravel 3 in.•5mm Fine Sand 0.2mm-0.074mm I, • I' l 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/60TH STREET(E 1-20) • CAROLINA(E 21-34) 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 I'. PLASTIC PIPE SPEC Q. GEOTECHNICAL REPORTS DRAWINGS