Loading...
HomeMy WebLinkAboutPR 21060: AWARD SUNKEN COURT ROADWAY RECONSTRUCTION ort rtl-tur www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: September 12, 2019 To: The Honorable Mayor and City Council Through: Ron Burton, Interim City Manager From: Alberto Elefano, P.E., City Engineer RE: P.R. 21060 - Award Sunken Court Roadway Reconstruction Introduction: Award Sunken Court Roadway Reconstruction to the lowest and most responsible bidder, Excavation & Construction, LLC of Port Arthur, Texas. Background: This project is for the Reconstruction of Sunken Court from Twin City Hwy to North Park Drive. Three (3) Bids were received and opened on September 6, 2019 with Excavation & Construction, LLC of Port Arthur, Texas submitting the lowest responsible bid for Sunken Court at a cost of $2,268,343.13 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. 21060 authorizing the City Manager to execute a contract with Excavation and Construction, LLC of Port Arthur, Texas for the Sunken Court Roadway Reconstruction for a total cost of $2,268,343.13 "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. 21060 9/12/2019 AE RESOLUTION NO. A RESOLUTION AWARDING A BID AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH EXCAVATION AND CONSTRUCTION, LLC OF PORT ARTHUR, TEXAS FOR SUNKEN COURT FROM TWIN CITY HWY TO NORTH PARK DRIVE IN THE AMOUNT OF $2,268,343.13. FUNDING IS AVAILABLE IN THE CAPITAL IMPROVEMENT STREETS ACCOUNT NUMBER 307-1601- 591.86-00. WHEREAS, the advertisement for bids for Sunken Court Roadway Reconstruction took place on August 15, 2019 and August 21, 2019 in the Port Arthur News; and, WHEREAS, three (3) bids were received, opened and evaluated by the Public Works staff on September 6, 2019 for Sunken Court Roadway Reconstruction, with Excavation and Construction of Port Arthur, Texas being the lowest most responsible bid in the amount of $2,268,343.13, with a contract term of 230 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 Sunken Court Roadway Reconstruction to Excavation and Construction, LLC of Port Arthur Texas in the amount of $2,268,343.13; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a contract between the City of Port Arthur and Excavation and Construction, LLC of Port Arthur, Texas in the amount of $2,268,343.13 P.R. 21060 Page 2 for Sunken Court Roadway Reconstruction, in substantially the same form attached hereto as Exhibit "B"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2019 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman "Bill" Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: /�._ . gin. � �� O-c- Va j p. - o Ronald Burton City Atte- -y Interim City Manager P.R. 21060 Page 3 APPROVED AS FOR AVAILABILITY OF FUNDS: -4<Ck- Kandy Dani I Interim Director of Finance Alberto Elefano Director of Public Works 1 Clifton Williams, CPPB Purchasing Manager Exhibit A U C Y B g S 8 g 0 J N b V OO 8. 88 n O Q o a Cd N ae NR8 gg C6 CU.] O^ Y N „ „ � „ b p• •p nrk •8h N VI 4. V p 2e • M N M N N N HH M r, V, To' C- y-- N ` Qeo-,ro o Q ° co 00g g D p 080g o g go J .. O *r?; 31 gaO N o ` O • N a0 ” H IN CO, C �^ N h H N N NNH S {i y V, o ` A O O g g g O O O O o$ F--r. . ,o d r N c e. v C. ,0 8 3La -• a I h Ci - h °� N N .a0 - t Al M� • N •(V �f�ppY fr1 f • ~ ~ N ~ N 44" N H N ~ N N Cn Uv, - • CO '6E J o00 0N 8 g coo y g c 0 0 o - 8 8 n 7 -?..• P n t. ,G ni G h M ,O n H M HNH N N K X N N N N y _ N yN N U O O O b d O m O _ g a0 h O r n h C O F O ID a° O m i•�f O Nc.i b g o g O ° �� E O. n ane .1 re.. c el ro o - is ? r4 Zs L P n m t en en N me 0. v r X - .7 N H - br`1 W N M H N N N N M N , a5F 0 ; U y= o L N Q 8o M N a' er1 O fO O O r� Q b �WD °' _ '�, w N ' UR N N/ NM N z = i.- c. F: � = sx IS = £x 1 ,13x: 6 e6r g$ as s a. -- 'etE • O No �$ osax�2 g• `� � ;gs mss �s � �� S q E C� Z d k- $5 -. •- .... .!..... ,.0,A = 14,-:1 r a , 6 Sy 4 i v 8 4 7 g .- iW."_ S c : i - ` a - ° d ■ 5 Vp i 1 a. S 3 q y .3 E'C e0° 3 h aT„ Y e E K y 0 O z 11 V . -9_7 : 8 F S e E 5 E E 5 E S•• E t i -5111c o • -- a t 3 5 --i` as 0 8 p a!=5 r e F a s. . s Y F to F—, y ya a .•,5 g. � ., oXe I-1 ; s . 5r ff SEs e " 4 . 5 F 4 F'S� s a Y I' F c S $ .5 t E l l x 5 E 3 gs � E �F_ asu ; SS3D � �- a Ezi Im5 i ill - 6: =...-g = kFq:' a E i . . n = V, E m E" ag7 ; yig - ERs = i El; C3 Y V T F . -3 $g, iu .c; : S Cr. ! ..7. i o Hg 1-2 - g E ! : EEE827,- Et °t8 SE Mea A6,.t < 4x € C „big,, E ' 6nF . � " fi ZE _ �3wU -. aaEgEc 7g73 e wnc gi- t - tXrd3gnIsi3 ` 3vaaa gNa � Y '11 I30`x`Q. ea mm nie 311'E� I75Z a., a- dn ' 21-.11 F t t .LE ; °3C °p .4 -• ` 213 _7i =g�-$ gEE .5 .. � b Ti ��e. V . n4- a E � !� °y'• eiEEa5 = tE• xza1c5�1-g - ` E Y' a ro gQz o.. ' € ., g g a a .2 See 88as �U 3 E of .L .2 . E ^ 3v, ; digt,, 3sy F _ �.O s, _ q,I t t ii 5-. 8 2 1 2 K u r"., E l :.S 3 `F - 1 - E 1 a"..1322- .4:1 � i9 . pga ...0.a z, . •e `d. 3>: SE E P a ? „ „E E : _ gryma c g > E ?', za `e Qnie LSe y:. aU g 'a"'r, aDaSn aaat in U Si -ie.5 oe #i `a y LL 8 3 -.1 U a. N N N r J .�.i J W n ...1 N g t ..J - j H n p Q c d ,,,- aT " f z y _ e t ' ' z Ji _p • i— 0 8 8 8 8 8 _ 8 8 8 8q 8 8 8 Scg S J 0 _ w _ Z ~ En Fa' m m L c m r O e` S U C Y -J 0 CL 0 0 0 0 oQ - 8 e o 8 8 O 8 0 00 cO Cu 6. a g o $ s s go pin - _ oOe N h T aN M1 o O n n nL_ _ N N N ahH N N H 0 OOVO7Y' ML '8 o O o 8 8 8 8 8 8 0 O 0 O 0 0YO O O O 8O O 8 8 y8 . O 8 N 2L - NH , dNb .o M InVH N Na a a a a O 8 N C q 8 8 n p 8 88 rUO 8 p OQ0p 8 O 8 8 8 Opr - 0 COa0 . et ry Ot O ' .-. S o ^ N1 N Ua - N PM N y N w • 0 N M Hao - N H N N H - N N N N N_ IUhF 8. R P Ci CD $ g $ g oa a s - vo8 o § o8U < N ' re, m M N N N • N NN 3 N H N H N N N H ✓ pp .d• h M 8 r p 8 O. ♦ M p 8 8 A. 8 O O a $ o C. r e N r e $ 0, w e r p h 8 e O0 r �'+ N 1n e` 0o e N ' aX _. N y in H H in ✓� y N H H M ~ N ue se v° < n v c.o o n r r .o 0 2; 8 8 ��// ° e y' `O en �O N n e0 r te. �O n N N M O �"1 O Fy ! lc, J N N N N H H w H N "" N w Z1E„. OFy z1 zIy 3t i s � � §5d iy Jg pe 13 5I § Ui E- e0 ▪ 6 ' ° ' i E Ea 9x393 9 8 3' W4rirri m ' � ' i`r r.ta *< 12" r�/ !iIllhuIHJ , gl ID "aiggB - ut IflhII ' urs 5 OAE. Il5gi ii-1$ 1 yes s t 2D u 1; -, b$' 513535R3 � G sax 5 `' § . V <Yi35339$ .1 .r p5 3 -g `_. 5_ ; V F. L , x3 t • = ia < n.' IE31=9g=3g-I = ;AI" x' 6• " ; 3148. = 9 ` h 1'd - ZE . 5 .,. 5. :', 8. caS 3 ax E3 ! c a ag - b1-' vi-'A, 5- -.51 gBog40] cc iG g _ GrT ` ' li R3g'1SsaSivSYa -8111 .x -I"V" 6c gl8e' eg v < • ▪elX5.8 te5X:1844 , 511%42 .52P.3st - 1S6tmii" gyyyy !s a. 2.:111”:101,141. ' e L c° Li 1 0 1, 1 5 6 u : :J-'��}i� C u V . c 59359 `•=.9 151 " 5x11 :zYi l q: 5 tg3 g1a'- -2'"5 ~ esg .. .E ; C r v °/ a � � 614 9; ._ tS : Enr. ' '" • i5 213.E $. d =`y ',� 9 "g X30 �-, . a.4-..a.5 C6C.5 Faai •`.v SaU 23it '3aeC r. u3 al iSrc E`< ri6i td nv� =mt=•x8 8A. _ <8 ; J qY W W W << W W O<d u < NC Al P p Q Q m S S - - - n r x_ ors n n .0 - 9 P CI ti 8 d 8 8 8 8 8. 8 8 8 3 8 8 8 8 8 8 I p_ a ei o L - U M ,70w - m oo s m t6 H ♦ ♦ S O f f E c g < t _ _ n N N ry n 2 o N r. ry 6 i s con: I. sa es 9 P WUCJ0a ai 0 0oo o $ o 0 g .0 11 0_ p Q o ^'=2e a < ^ a v O M 6n o 0 2 i = w w Nh h sof cN m H . a = r r r>. } ›- >. ›- i- Oe 0vY e 0 0 0 c 0. o Nw oH u' 9 • 7 .! w N V1 in N N < N tos 0] 0• Q re — O O O o o N ? �' O h O O amG . ° rN Ooo0 /` aRn vr o „ n n o h ao V u - ? - - - ..S K oN H 0G a 6 r r r r r r } r r r 6 V O - C O .00 ry NO 2 O = o C - C O 8 O U1.& i a m - _ 0 o o r, v ”. ~ N `o m m K •^ " C m NI 3 m W A V. I t9 to Y z J A O O P O O r O N N ° O v ,.. O r,c el v • F E ^ _ ,. pp _ t� ` 6‹ - N N N N - N N N N P N ��T••2• 4 •�3�(����� • J `O • a r r r r r r r i ,,,i;•.„,-•." G� ••J1t L u O O O N 'y , = V F"' s' sg s� s _ � g � I000� o� mm .= i s •.- F— � Q ... c ' 6 3 -; 9 F F a. m o'r < Q `• s E �a * [n gyp,• r Q FC 8 u" $ c" E�gE7�g � . to e m *: •�C ., oq C z L 8 4 y i § a E Fp ° Y £` A E W -EN8 uQ a .�aet► - _ x 'ot 00 �'" V] _ o S 9 m F •= m Ca >1, E 5 d c Fan l35 3 5i °o m'= 0 '2 U „at —s - p Isis o �tert £ £ Fc OSE . tE = S $ TEV1 E UEEbI; S 11 Ea e £ S . ODk1cgs ! E ms o a8 " g = x . o ,3LII r pt £ = £ 2Eg=," ,=s° €'t Set= 1-1• § 0 3+a l:c R l: g v.A L 4 m U i 0.C _ L� 8 _ J ti _. J C N H J J S A - L P 0 — O, M . V 1 CO z. o r o - - n a r. H �O O w T. m z• E .p 8 8 8 8 8 8m 8 8 e x o - m x cm E -; p •• •; . o 5 - ^ ^ ^ - ... Q s 5 F E.6 9 .;-'- c..,^4 Exhibit B SPECIFICATIONS AND CONTRACT DOCUMENTS SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT (Between N. Park Drive and Twin City Hwy/Hwy 347) \ •) ,,:✓•G: 4 k, - ;a, ._ �. ,art rum rum, 0ztixk1tL CITY OF PORT ARTHUR ro,0-aid OF TFtttl JEFFERSON COUNTY, TEXAS —"y.OF Ta... r TROY WHITEHEAD 5" g.. 1... ""'•..., i JOB NO. 19-239 r• ••%. ... e T EN J. JORDAN ...3%� 102472 . ...............�.....s 3,P • •'`` 87766 i fix'•~C/CENSEN•••�Cti`r •• • tjjties9j�NA 6Nt' ett�'q .t;cENs�°• It Prepared by: ~ \ �•••L�G� fil 0 &- 5- zoo SP1' SCHAUMBURG POLK, 8865 College Street Beaumont, Texas 77707 (409) 866-0341 Firm Registration Number: F-000520 July 2019 ADDENDUM NO. 1 August 26, 2019 TO SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT ADDENDUM IS ISSUED FOR THE PURPOSE OF AMENDING THE CONTRACT DOCUMENTS FOR THE CITY OF PORT ARTHUR, SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT, AS FOLLOWS: CONTRACT DOCUMENTS 1 . Invitation to Bid: The Deadline for receiving bids is hereby revised to 3:00 p.m. Central, Friday, September 6, 2019. 2. Contract: The Contract is hereby revised to show a contract time of 230 calendar days. See attached copy. 3. Bid Proposal: The Bid Proposal is hereby revised in its entirety. See attached copy. 4. General Notes and Specifications: a. Item 12 has been revised to indicate that the contract time is inclusive of 30 days of inclement weather. See attached copy. b. Special Provision to TXDOT Item 502 — Barricades, Signs, and Traffic Handling is here by removed. c. Special Provision to TXDOT Item 666 — Reflectorized Pavement Markings is here by removed. d. Special Provision to TXDOT Item 678 — Pavement Surface Preparation for Markings is here by removed. 5. Specifications: The following specifications are here by replaced, a. Item 455: replace with City of Port Arthur Item 809. See attached copy. b. Item 502: replace with City of Port Arthur Item 810. See attached copy. c. Item 707: replace with City of Port Arthur Item 808. See attached copy. d. Item 709: replace with City of Port Arthur Item 811. See attached copy. PLANS: a. Plan Sheet 10 of 56. Revised Fire Hydrant location. See attached Copy. b. Plan Sheet 11 of 56. Revised Fire Hydrant location. See attached Copy. c. Plan Sheet 12 of 56. Revised Fire Hydrant Location. See attached Copy. d. Plan Sheet 13 of 56. Revised Fire Hydrant Location. See attached Copy. GENERAL 1 . A copy of Pre-Bid Sign In sheet is attached. . CLARIFICATIONS 1 . Testing is included as part of the Bid items. Refer to the Bid Propsal and item D of the Supplemental General Conditions — Part B. SPI SCHAUMBURG POLK.INC ADDENDUM NO. 1 August 26, 2019 SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT 2. Removal of exisitng material required for construction is subsidiary to the individual Bid Items described in the Bid Proposal. `.. OFr `Ztt END ADDENDUM NO. 1 ,,,r3:-**� r TROY WHITEHEAD lc ..12 4�i/�t%�-�-/ 1....,.. '102472 G r r�ljt�oF• <;cEr�s�° �^.r Troy W itehead, P.E. _Z�/c�thi;siottio'L.1 SCHAUMBURG POLK,INc NON-MANDATORY PRE-BID CONFERENCE A Non-Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Paving Improvements to Sunken Court will be held on Thursday,August 22, 2019 at 2:00 p.m. at the City Hall 52 Floor Council Chamber located at 444 42 Street. Port Arthur,Texas. The purpose of the Non-Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. It is highly recommended you attend the pre-bid meeting. Attendance is not mandatory. However, in the event that you misinterpret the specifications because of failure to attend the pre-bid meeting; the City will not be held responsible. THURMAN BILL BARTIE,MAYOR RONALD BURTON HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER COUNCIL MEMBERS: City of SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. `A CITY SECRETARY CAL J.JONES THOMAS J.KINLAW IH ort r t it to r VAL TIZENO CHARLOTTE MOSES '� CITY ATTORNEY KAPRINA FRANK Texas AUGUST 19,2019 INVITATION TO BID PAVING IMPROVEMENTS ON SUNKEN COURT DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Friday, August 30, 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. Friday,August 30, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur,TX. You are invited to attend. MARK ENVELOPE: P19-092 DELIVERY ADDRESS: Please submit one(1) original and one (1) copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET,4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifton.williams(a),portarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 1089 444 4th Street I Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Purchasing Manager INVITATION TO BID PAVING IMPROVEMENTS ON SUNKEN COURT (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS D. BID PROPOSAL YES E. GEOTECHNICAL REPORTS F. GENERAL NOTES&TECHNICAL SPECIFICATIONS G. SCOPE OF WORK H. SUPPLEMENTAL GENERAL CONDITIONS PART A PART B I. BID BOND YES J. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) K. PAYMENT BOND L. INSURANCE M. PERFORMANCE BOND N. ROAD MAINTENANCE BOND O. NON COLLUSION AFFIDAVIT YES P. AFFIDAVIT PAGE YES Q. HOUSE BILL 89 VERIFICATION YES R. SB 252 YES S. QUALIFICATION STATEMENT YES T. SPECIAL PROVISIONS DRAWINGS SECTION A CONTRACT FOR Sunken Court Roadway Reconstruction THIS AGREEMENT, made this day of October., 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 Excavation and Construction, 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 230 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$2,268,343.13. 5. The term "Contract Documents" means and includes the following: 1) Agreement 2) General Information 3) Specification 4) Addendum 4) Bid 5) Payment Bond 6) Performance Bond 7) Road Maintenance Bond 5) Notice of Award 6) Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in ( 6 copies) each of which shall be deemed an original on the date first written above. Signed on the day of 2019 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of , 2019 ATTEST EXCAVATION & CONSTRUCTION, LLC BY CITY SECRETARY PRINT NAME: TITLE: SECTION B CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Friday, August 30, 2019 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Friday,August 30,2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur,Texas for certain services briefly described as: PAVING IMPROVEMENTS TO SUNKEN COURT Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR THURSDAY,AUGUST 22, 2019 AT 2:00 P.M. AT CITY HALL 5TH FLOOR COUNCIL CHAMBERS, 444 417 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. Gt)eggcl‘mtd- Cliftohf Williams, CPPB Purchasing Manager FIRST PUBLICATION: AUGUST 15,2019 SECOND PUBLICATION: AUGUST 21, 2019 SECTION C INFORMATION TO BIDDERS NOTE: It is extremely important that the Vendor,Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee,official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Public Works, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage$100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance(Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided,minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages,claim, loss, demand, suit,judgment, cost or expense: Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the work itself) including the loss of use resulting there from. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any, which is to be furnished by the CITY. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the OWNER'S written instructions, correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by CONTRACTOR. ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY and to the ENGINEER promptly (but in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR,who shall indemnify and safe harmless the OWNER against any such claim. SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign agreement before NTP or PO are generated. BID SECURITY AND LIQUIDATED DAMAGES: Bids shall be accompanied by a bid guarantee of not less than five percent (5%) of the amount of the total bid which shall be a Certified Check or Cashier's check payable without recourse to the City of Port Arthur (CITY), or a bid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the CITY, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the CITY for the difference between the amount specified in the bid in the amount for which the CITY may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. The Bidder to whom the award is made shall execute and return the formal Contract with the CITY and furnish Performance and Payment Bonds and required Insurance Documents within ten (10) days after the prescribed forms are presented to him for signature. Said period will be extended only upon written presentation to the CITY, within said period, of reasons which the sole discretion of the CITY,justify an extension. If said Contract, bonds and insurance Documents are not received by the CITY within said period or if work has not been commenced within the time specified, the CITY may proceed to have the work required by the Plans and Specifications performed by any means at its command, and the bidder shall be liable to the CITY for any excess cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent (5%) of the bid amount as liquidated damages without limitation. The CITY, within ten(10)days of receipt of acceptable Performance and Payment bonds, insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign and return executed duplicate of the Contract to said party. Should the CITY not execute the Contract within such period, the Bidder may,by written Notice to CITY, withdraw his signed Agreement. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project is extremely important to the CITY. Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" issued by the CITY and to fully complete the project within 90 calendar days. Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages being sustained by the CITY. It is agreed and understood that it would be impractical and extremely difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is not intended by the parties to be a penalty. As such, liquidated damages of$500.00 per day will be imposed for each calendar day the service delivery date is exceeded. By submittal of Bid on the project, and by execution of the Contract by the CONTRACTOR awarded the project shall constitute an agreement by the CITY and CONTRACTOR that$500.00 per day is the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent (100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. SECTION D BID TO: CITY OF PORT ARTHUR 444 4TH STREET P.O. BOX 1089 PORT ARTHUR,TEXAS 77640 Proposal of E.(ceiu+fro) .' cols& 4-LL (hereinafter called "BIDDER"),organized and existin,under the laws of the State of ' , doing business as * % (0.154- et`c,and acting by and through CKcnwr con 5a A.) rat- L"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 SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT 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 Pa cotaMef and for final completion of the PROJECT by Percc,Jrn4-- 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$500.00 for each consecutive calendar day thereafter including, but not limited to, all Saturdays, Sundays, and Federal,State and City holidays as provided in Section 54 of the General Conditions. Enclosed is bid security as required. BIDDER acknowledges receipt of the following ADDENDUM: 11A&darn No. 1 Aa9,.,c4 260 2019 *Insert"a corporation," "a partnership," or"an individual" as applicable. BIDDER agrees to perform all the work described in the Contract Documents for the following unit prices or lump sum: Dl BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price BASE BID ITEMS MOBILIZATION 1. 500.001 I LS Mobilization costs per TaDOT Item 500 including payment bond, performance bond, insurance, and moving equipment to project:all in strict accordance with plans and specifications for; NOT TO EXCEED 3% of TOTAL PROJECT BID for, Fou, t/G c. C 1 ci rot DOLLARS ana irrQ CENTS $ L/5 609,60 $ y5 000,00 Lump Sum PAVING 2. 110.001 5395 CY Roadway excavation& removal per TxDOT Items 104, 105, & 110 including all labor, excavation, backfill, embedment,disposal.surface restoration,complete in place in accordance with plans and specifications for, Tw — 4.Axed DOLLARS o.na 1—den CENTS $23.00 $12410,55.00 Per Cubic Yard 3. 247.001 840 SY 6" Flexible Pavement Base (Type A Grade 1-2), per TxDOT Item 247 and appurtenances, including required testing, shaping compacting, geotextile fabric, excavation and/or fill and grading, complete in place in accordance with plans&specifications for, Twerrti — coos DOLLARS qnd1 Ss vcn CENTS $241.0 7 S 20 21g40 Pcr Square Yard 4. 260.001 1 1632 SY 8"Thick Lime Stabilized Base,Road Mixed per TxDOT Item 260 (8%Lime approximately 40 pounds of lime per square yard)and appurtenances, including required testing, shaping compacting. excavation and/or fill and grading, complete in place in accordance with plans&specifications for, ser) DOLLARS 6,na ei er./7 CENTS $16.18 $J 20S.76 Per'.quarc Yard D-2 SPI ��. BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 14. 644.001 43 EA Signs per Tx DOT Item 636&644,Small Roadside Sign Assemblies TV 10 BLD C (I)(SA)(P),all in accordance with plans and specifications for, F t ve k„owl ccA _co ix. DOLLARS t,/p� ovrj an — Je, •7 CENTS $.re ,2s $231 Idd• 7.f Per Each 15. 666.002 4600 LF Rcfcctorizcd pavement markings per TxDOT Items 666 (W'or Y)TV 1 or TY 2, 100 ml, all in accordance with plans and specifications for, One. DOLLARS ce...t CENTS $ /. Lill $6,6z9.OD Per Line Foot 16. 678.002 4600 LF Pavement Surface Preparation pr TxDOT Item 678,all in accordance with plans and specifications for, ZG�p DOLLARS , andt �i�}�{ C�Gt�a, CENTS $0.5g $211.n.ot J Per LinZd'r Foot WATER 17. 8I0.001 130 LF Remove and Replace existing waterline with 2" AWWA C900 Class 150 PVC Water Line, including all excavation, bedding, backfill, fittings for grade adjustments), embedment, blocking, surface restoration, complete in place and operable, in accordance with plans and specifications for, 5 t X 4.,. t"1 DOLLARS 0.n cs :1-4 —On G. CENTS $16 .3) $ 2I 2034 -i2!r Linear Foot 18. 810.002 1820 LF Remove and Replace existing waterline with 6"AWWA C900 Class 150 PVC Water Line, including all excavation, bedding, backfill, fittings for grade adiustmcnts), embedment, blocking, surface restoration, complete in place and operable, in accordance with plans and specifications for, - n th>o DOLLARS 'i 1 Alla �o.w J - rifle. CENTS $3y,yq $7IIvi•80 Linear Foot D-5 S P I 1 BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 19. 810.003 40 LF Remove and Replace existing waterline with 12" AWWA C900 Class 150 I'VC Water Line, including all excavation, bedding, backfill, fittings for grade adjustments). embedment, blocking, surface restoration, complete in place and operable, in accordance with plans and specifications for, Six}j _ Save.n DOLLARS u Grsd ci t•-t -' 451-1 G CENTS $ 7, S\ $ Z�700'1O Per Gear Foot 20. 809.001 1990 I.P Testing and Sterilization of Water Lines (all sizes), including all flushing,checking,chlorinating,sampling,and testing complete in place and operable, in accordance with plans and specifications for, n e DOLLARS ear)g F i C.-4Ge CENTS $ l . ` 5 $ ;Zee 50 Per Linear Foot 21. 808.001 1 EA Remove and dispose of existing Fire Hydrant Assembly a,in accordance with plans&specifications for, Five 11 t,,nd hGr, S GJL j .-ci 4t DOLLARS ung 2rro CENTS $57,5,00 $5],5.00 Per Each 22. 808.002 4 EA Proposed Fire Hydrant Assembly and appurtenances, including hydrant, gradelok, gate valve, adjustable ductile iron valve box&cover,concrete pad&blocking and Tyler Swivel Tee 5-125 or approved equivalent, per detail, all labor, excavation, backfill, embedment, testing, surface restoration complete in place and operable, in accordance with plans&specifications for, 11 F�gr +V,na�SGnO r : 4- kinuTcci ����� - n DOLLARS okra ni rri — iCENTS $ ,Sg5),eis $ 23107.80 -Der Each D-6 SPI ,� BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 23. 810.004 5 EA Connect to Existing Water Line(all sizes), including all labor,excavation,backfill,embedment,surface restoration, connections, fittings,valves,adjustable cast iron valve box &cover,concrete valve pad, and thrust blocking,complete in place,in accordance with plans&specifications for, co f 411,01_1 c5cr. arse &AAA er co) rim DOLLARS o,,,A sever.,+y 4411+ CENTS $9 )2$.-ig $ZD6q .90 I'eMiach " 24. 811.001 I EA Furnish and Install 2" AWWA Resilient Scat Gate Valve, and appurtenances, including all labor,excavation, backlill, embedment, surface restoration, adjustable cast iron valve box & cover, concrete valve pad, and thrust blocking, complete in place and operable, in accordance with plans&specifications for, rnur I►unr�ftA f —.SGvee1 DOLLARS j ac�c� C,Vk/ 0ta.v CENTS $ ',137. sq $1-13 7.,Seq J Per Each 25. 811.002 2 EA Furnish and Install 4" AWWA Resilient Scat Gate 1'alve, and appurtenances, including all labor,excavation. backfill, embedment, surface restoration, adjustable cast iron valve box & cover, concrete valve pad, and thrust blocking, complete in place and operable, in accordance with plans&specificationsrfor, SAY �t red G� tein DOLLARS 6143 (1 6.d) c-S4c h snG CENTS $ .5—1 $ 1 i 2.37. 19 Per Each 26. 811.003 7 EA Furnish and Install 6" AWWA Resilient Scat Gate Valve, and appurtenances, including all labor,excavation, backfill, embedment, surface restoration, adjustable cast iron valve box & cover, concrete valve pad, and thrust blocking, complete in place and operable, in accordance with plans&specifications for. SGvtx� f unrl CGa cluY'J —f1fr1DOLLARS aruA S►x}-( —SvC CENTS $769. 66, $51321_62 --Ver Each D_7 BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price STORM SEWER 27. 496.001 1190 LF Removal of existing storm sewer pipe (all sizes) per "FxDO'I'Item 496 including all labor,excavation.backfill, embedment,disposal,surface restoration,complete in place in accordance with plans and specifications for, T.o eAnA CENTS $2.30 $ 23737,00 Per Linea?Toot 28. 496.002 8 EA Removal of existing catch basin or inlet per TxDOT Item 496 including all labor, excavation, backfill, embedment,disposal,surface restoration,complete in place in accordance with plans and specifications for, Fisc V1tAharea 5G•Je — �s�G DOLLARS c.na 2,G<p CENTS 5 .00 $ Per Each 29. 401.001 330 LF Abandon and fill existing storm sewer pipe (all shies), includes plugging and flowable fill material, all in accordance with the plans and specifications for. Thif�� — DOLLARS ek.r) 0IG. CENTS $ 35.01 $ 11,553.30 Per Linear Foot 30. 465.001 2 EA Standard Type "C" Catch Basin constructed of reinforced concrete per 'I'xDO'I' Item 465 and appurtenances, including all labor, excavation, backfill, embedment, cast iron ring & cover, inlet protection/filter, surface restoration, complete in place in accordance with plans and specifications for, Foos+ +L,O 0,1(Ila c. DOLLARS M c—nr) ZG<� CENTS $y 1025.00 $8�D50.00 Per Each D_8 SPI BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY, TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 3I. 465.002 6 EA Standard Type "C" Catch Basin (with Extension) constructed of reinforced concrete per TxDOT Item 465 and appurtenances, including all labor,excavation,backfill, embedment, cast iron ring & cover, inlet protection/filter. surface restoration, complete in place in accordance with plans and specifications for. hixs,A — c, DOLLARS 2.G r o CENTS $613z5.00 $3-7 cisa00 Per Each 32. 465.003 8 EA Standard Type "C" Catch Basin(with Iwo Extensions) constructed of reinforced concrete per TxDOT Item 465 and appurtenances,including all labor,excavation,backfill, embedment, cast iron ring & cover, inlet protection/filter, surface restoration, complete in place in accordance with plans and specifications for, E l�n� 2 C if" DOLLARSCENS $g,D O.00 160_t_ 122_00 Pcr Each 33. 465.004 3 EA Junction Box constructed of reinforced concrete per TxDOT Item 465 and appurtenances, including all labor, excavation, backfill. embedment, surface restoration, cast iron ring and cover, per details, complete in place in accordance with plans and specifications for, Ft JG 4'n t7t..Sfnt7 Se4c.n htnc\e a f Ice4 DOLLARS w+ ZGPD CENTS $ SpSO.00 $ 172S0.0o l'er Each 34. 5265.001 757 LF Furnish and Install 18" IIDPP, storm sewer and appurtenances, including all labor, excavation, placement, cement stabilized backfill, embedment,surface restoration, complete in place in accordance with plans and specifications for, • cour DOLLARS p eknd twos+ ... SIX CENTS $ f. 26 $Y��6�Y,82 Per wear foot D-9 SPI .. BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 35. 526S.002 421 LF Furnish and Install 24" IIDI'P, storm sewer and appurtenances, including all labor, excavation, placement. cement stabilized back fill,embedment, surface restoration, complete in place in accordance with plans and specifications for, E ti DOLLARS And "two CENTS $go.o2 $3 /60.1/2 Per linear Fool 36. 526S.003 1021 LF Furnish and Install 30" HDPI', storm sewer and appurtenances, including all labor, excavation, placement, cement stabilized backfill, embedment, surface restoration, complete in place in accordance with plans and specifications for. One hum p- tG n DOLLARS And sL.ian-�y-Qn C CENTS silo. . 7 i S 3 113r . I Per Linea''Foot MISCELLANEOUS 37. 502.001 7.5 MON Furnish,Install,and Maintain Traffic Control Measures per TsDOT Item 502,complete in place,including but not limited to cones, signs, message boards, sign hardware, pavement markers, street and drive access, labor, naggers. and materials, replacement of the sante as needed, all in accordance with the plans and specifications for, Se1eo'j. en ii-int.A.scesNA One, lelntc.,,A „vent fief r�e DOLLARS t.irsc 1,;r -tJ-14rcCENTS $17� 173 33 $I2g 79q g8 Per Month 38. 130.001 I LS Storm water Pollution Prevention Implementation, including administration, notice of intent, notice of termination, permits, construction entrance, preparation, implementation, maintenance, sediment control devices, furnished and installed, complete in place in accordance with plans and specifications for, F04�4- 0LAS dart c�qht h v,nc)re_A *ss. DOLLARS p o.r s6 9 Gro CENTS $ 1�030.QQ $ O. Lump Sum D-10 SPIN BID PROPOSAL CITY OF PORT ARTHUR JEFFERSON COUNTY,TEXAS SUNKEN COURT ROADWAY RECONSTRUCTION NOTE: The City of Port Arthur is a tax exempt agency. The CITY will furnish approved bidder with Tax Exemption Certificate for materials used on this project. Item Item Code Qty. Unit Description Unit Price Total Price 39. 162.001 6067 SY Block Sodding per TNBOT Item 162 all in accordance with plans and specifications for. DOLLARS 6\nd z.r, CENTS $5.13 $31� 123.71 Per Square Yard ADDITIVE BID 40. 124.001 I LS Certified Arborist to prepare impact plan and trce/root pruning plan, all in strict accordance with plans and specifications for, On a • 1,1 aunt cc -c-wc. DOLLARS —7 tr, CENTS $ ', I ZS.DO $ 1]725.Uv Lump Sum 41. 124.002 1675 LF Install Root Barrier including trenching, root pruning, placement,and backfill with mulch,all in strict accordance with manufacturer recommendations, plans and specifications for, ` TwC 1ve DOLLARS / 4%.11t) 1X+y — S C.v G r CENTS $ 17 . 6-7 $ 211222.2S ite Linear Foot D-11 SPI Section D $ 2r 2415, 395 . $g Dollars (Total Base Contract Price) Two million two ht..r,rNceai 1oi..sc.r #'rc.c 114..rtccD n•kr -- "tvc and ei h -c" 100 Dollars (Total Base Contract Price-Written) $ 226SI393 . 13 Dollars (Total TWA Additive Contract Pri ce) rn;ll;of, JJJ441 0,e.rwd afil(-cc- `1e. and-thir4ec n 1100 Dollars (Total Additive Contract Price-Written) Total number of Contract Calendar days to complete: 230 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: LA' •w9ilryr-- _ CofriS iteo -4e"-\_, Contractor Represented by: i /1"1.. , Title Bid Prepared by: 4q h 4.41:950 , Estimator , Estimator D12 SECTION E S Since / Lind & Associates, Inc. dba T & N Laboratories & Engineering 1 B3 S020 Jerry Ware Dr.,(SET REGIONAL AIRPORT)BEAUMONT,TX 77705 PHONE:(409)727-6291 FAX:722-6961 - - •'st-:dr— "e,iz - - - .•s.,_ ,;,53...+gals Vii'<.•`•(>'t_'Y':4 July 23, 2018 Action Civil Engineers,PLLC c/o Mr. Will Larrain, P.E. 8460 Central Mall Dr., Suite J Port Arthur, Texas 77642 RE: Roadway Reconstruction Project Sunken Court&Nashville Port Arthur,Texas T&N Project#18074 Job#81359 Dear Mr. Larrain: This letter serves to present recommendations for reconstruction of several roadway sections in Port Arthur, Texas. These recommendations were promulgated after review of field and laboratory testing. Our services and recommendations are presented in the following sections. Background On July 19, 2018, our technicians were onsite to core through any existing surface course material and subgrade to a total depth of eighteen in. (18"). The thickness of each layer was measured in the field, and samples of the subgrade were collected for subsequent testing in the laboratory. After each core location was completed, the core hole was backfilled and a "cold mix asphalt" was placed at the surface. The samples were returned to the laboratory to determine if any lime was present in the subgrade and to perform Atterberg Limit Determinations. Using a phenolphalien solution, it was determined that none of the subgrade samples contained lime as a stabilizer. The results of the field and laboratory testing are presented on the attached "In-Place Material Thickness Measurements Report" (Job#81359-1). Recommendations Based on review of the field and laboratory data, we have developed two (2) possible options for reconstruction of these roadways. These options are discussed below. Option 1 —Remove all surface course materials (HMAC &base) down to stable subgrade soils. Stabilize the exposed subgrade to a depth of eight in. (8") minimum with approximately 6% lime by weight. After stabilization, compact the lime subgrade to at least 95% of maximum density at a moisture content within -2%to+3%of optimum moisture. E-1 Mr. Will Larrain,P.E. July 23,2018 Page 2 After the subgrade has been properly stabilized and compacted, it is recommended to place a minimum of eight in. (8") of a suitable flexible base (i.e., limestone base), then moisture condition and compact to at least 95% of maximum density at a moisture content within -2% to +3% of optimum moisture. Once the base has been properly placed and compacted, a minimum two in. (2") layer of Type D hot mix asphaltic concrete (HMAC) should be placed and compacted. Option 2 — Mill and thoroughly mix the upper surface course materials (HMAC and base) to a depth of at least twelve in. (12"). After proper milling and mixing, contentmoisture within -2% tocondition the mix and compact to at least 95% of maximum density at a moisture of optimum moisture. After the surface has been properly milled and compacted, a minimum two in. (2")layer of Type D HMAC should be placed and compacted. If you have any questions about the information contained herein, please feel free to contact our office. It is a pleasure to provide this information to Action Civil Engineers. Respectfully Submitted, .0.F.r�,f°ttt9tt ti *� • g JACK C. LIND aC3� � Jack . Lind, P.E. V.I,‘ q 9555 '�`�:t°•' �.� 4 i� F?rsrcRE ��'�a Vice President +ttta �Uf�AI. t��,�• Attachment E-2 IN-PLACE MATERIAL THICKNESS MEASUREMENTS PAGE 1 of 2 CLIENT: PROJECT/LOCATION: Action Civil Engineers,PLLC QC Testing for Various do Will Larrain, P.E. Roadway Reconstruction 8460 Central Mall Dr., Ste. J Project in Port Arthur,TX Port Arthur,Texas 77642 Project No.: 18074 Report Date: 7/23/18 Test Date: 7/19/18 Lab No.: 81359-1 <>a000000<>U000<>OOOUOO<>0000<>U0000000000<>OUO<><>00 1) ITEM/DESCRIPTION: HMAC/Base/Subgrade 2) TESTS/SAMPLE LOCATION: Sunken Court&Nashville 3) CONTRACTOR: N/A 4) ENGINEER: Client <><>o<><><><><><><><><>U000000000OOOUO<><>0000<><>400<><>OOOU4 TEST LOCATION OF TEST THICKNESS TYPE OF NO. (INCHES) MATERIAL 1 3000 Sunken Court 3.5 HMAC 10.0 Shell Base ,. .. 4,0 Subgradc .. - LL=36 P1=17 2 4615 Sunken Court 3.5 HMAC 10,0 Shell Base 0 5.0 Subgrade " 0 - LL 43 P1=22 3 4601 Sunken Court 3.0 HMAC 10.0 Shell Base 5.0 Subgrade .' - LL=49 P1=26 4 2649 Woodrow&Sunken Court 3.0 HMAC 11.0 Shell Base .. 5.0 Subgrade ., .. _ LL=88 P1=57 5 4530 Sunken Court 1.5 IIMAC 11.0 Shell Base II II 6.0 Subgrade - LL=78 P1=50 E-3 Continued on Page 2 IN-PLACE MATERIAL THICKNESS MEASUREMENTS PAGE 2 of 2 Project No.: 18074 Report Date: 7/23/18 Test Date: 7/19/18 Lab No.: 81359-1 000000000000<>000000000U0U000000<>UU00000<>OOU00 1) ITEM/DESCRIPTION: HMAC/Base/Subgrade 2) TESTS/SAMPLE LOCATION: Sunken Court&Nashville 3) CONTRACTOR: N/A 4) ENGINEER: Client 000<><>0000000 U<><>000<><><><>0000<><><><><>pp<><>p 000<>U 0000 TEST LOCATION OF TEST THICKNESS TYPE OFNO. (INCHES) MATERIAL 6 4550 Sunken Court 6.5 'MAC 13.5 Shell Base NOTE:Still in Base @ 20"Depth • 7 Nashville Between Proctor&5th Street 7.0 IINIAC 3.0 Shell Base 8.0 Subgrade LL-52 PI=29 8 Nashville Between 5111 Street&6th Street 3.0 Fh�[AC 8.0 Shell Base tv/Gravel 7.0 Subgrade LL=46 PI-24 9 Nashville Between 6th Street&7th Street 5.5 HMIAC 12.5 Subgrade LL=62 P1=37 3I NOTE:No Base Observed T&N LABORATORIES & ENGINEERING E-4 SR it' C.51k___..„S? BY: • SECTION F General Notes and Specifications General Notes: 1. The contractor will establ ish 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 equivalent,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 Owner/Engineer. 8. Control the dust caused by construction operations.For sweeping the finished concrete pavement, use one of the following types of sweepers or equivalent: 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 five(5) 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. F-1 11. 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 theexisting 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 provided and maintained by the contractor at all times.Materials,equipment,tools and labor needed to accomplish this work shall not be paid for directly,but shall be considered subsidiary to various bid items. 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. F-2 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 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 0:409.924.1669 Keri Shay Telephone Company M:409.201.2197 0:409.893.1666 Cliff Palermo M:409.291.9489 Texas Gas Service 0:409.766.2801 Arthur Thomas M: 512.571.1941 City of Port Arthur 0:409.983.8557 Darell Harmon Water Distribution M:409.548.5585 City of Port Arthur 0:409.983.8551 Jerome Hudson Sewer Conveyances M:409.543.3839 City of Port Arthur O:409.983.8501 Brad Brown Drainage Superintendent M:409.549.0738 Entergy 0: 409.982.5810 Ron Fletcher M:409.974.8663 Spectrum 0: 409.720.5565 Adam LaRive 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 luminaries located near overhead or underground F-3 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 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"Temporary Erosion,Sedimentation&Environmental Controls". 31. Any storm water grading permit required by TCEQ/NPDES for this project 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 F-4 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 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 Main Street. 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 plans and 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. F-5 BID ITEM NOTES 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. • Removal of concrete curb is subsidiary to this item. ITEM 110:EXCAVATION • All excavated material not used on this project shall be the property of the contractor and shall be disposed of in accordance with Local, State, and Federal regulations. 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 • 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. ITEM 162: SODDING FOR EROSION CONTROL • Place St. Augustine block sod over graded areas as shown on the plans. (all disturbed areas not paved within the right-of-way) • Should areas of natural growth be deemed by the engineer to have sufficient cover, sodding in such areas shall be eliminated upon approval of the engineer. • The contractor shall maintain all sodded areas as shown on the plans by watering. ITEM 210: ROLLING • Compact embankment, subgrade,base, surface treatment,or base materials. • The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. F-6 ITEM 247:FLEXIBLE BASE • Flexible base Type "A" Grade 1-2, Density Control 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. ITEM 340: DENSE GRADED HOT-MIX ASPHALT(SMALL QUANTITY) • The transition surface areas to be overlaid shall be bladed,cleaned and broomed where necessary and prime coated as directed by the engineer. There will be no direct payment for this work, but shall be considered subsidiary to item 340. • Siliceous granite and gravel,iron ore,or lightweight material will not be permitted on this project. • The paving mixture shall consist of a uniform mixture of coarse aggregate, intermediate aggregate, fine, and asphalt material. Fine aggregate shall consist of manufactured sands, screenings,and field sands. • Neither recycled asphalt shingles(RAS)or reclaimed asphalt pavement(RAP) shall be permitted to be used on this project. 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 Standard Jointed Reinforced Concrete Pavement Detail JRCP as shown in the drawings. Spacing adjustments may be required at the edges on both sides of the proposed concrete pavement lane widths as shown in the contract drawings. • Wire mat reinforcements are not allowed for use on roadway construction for this project. Wire mat reinforcement will be allowed for use on driveways and sidewalk construction only. • 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. F-7 • 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. • Sawing of all joints shall begin as soon as sawing can be accomplished without damage to the pavement and completed before 12 hours has elapsed. Any random cracking of the pavement, which in the opinion of the engineer,is due to incomplete sawing operation shall be removed and replaced at the expense of the contractor. • Class 5 self-leveling low modulus silicone sealant shall be used on this project. • All longitudinal and transverse joints shall be sawed. • Surface test Type"A"shall apply to this project for all sections of pavement including transitions to existing pavement.Engineer to witness surface test when it is performed. • 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 fmishing 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. • 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. F-8 ITEM 479:ADJUSTING MANHOLES AND INLETS • 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 fmal elevation, if required, since this elevation is approximate. • 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 three(3)percent of the total construction items amount. E ITEM 502:BARRICADES,SIGNS,AND TRAFFIC HANDLING • Submit changes to the traffic control plan to the Engineer. Provide a layout showing the construction phasing, signs,striping, and signalizations for changes to the original traffic control plan. • Furnish and maintain the barricades and warning signs, including the necessary temporary and portable traffic control devices, during the various phases of construction. Place and construct these barricades and warning signs in accordance with the latest "Texas Manual on Uniform Traffic Control Devices for Streets and Highways"for typical construction layouts. • Furnish additional barricades and signs to maintain traffic and motorists' safety when directed by the Engineer. Consider payment for these additional signs and barricades subsidiary to Item 502. • Cover work zone signs when work related to the signs is not in progress, or when any hazard related to the signs no longer exists. 1 • 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: IV slope. Edge drop-offs during the hours of darkness are not permitted. F-9 • Do not mount signs on drums or barricades, except those listed in the latest Barricades and Construction standard sheets. • Use traffic cones for daytime work only. Replace the cones with plastic drums during nighttime hours. • Place positive barriers to protect drop-off conditions greater than 2 ft. within the clear zone that remain overnight. The traffic control plan(TCP) shall conform to the BC (1)-(12) standards and part VI of the Current Texas Manual Of Uniform Traffic Control Devices. • Remove all traffic control devices from the roadway,off of the right of way,when they are not in use. Devices scheduled to be used within 3 days may be placed along the shoulder of the roadway or right of way when not in use,or stored in other approved areas on the project. Cover any construction signs that are not in effect that are installed in a fashion that will not allow them to be removed from the right of way easily. • Use vertical panels instead of cones as traffic control devices. • Construct all work zone signs, sign supports, and barricades from material other than wood unless approved by the engineer. • 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 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 will not be measured or paid for separately. Temporary traffic signalization will be considered subsidiary to this pay item. • Additional temporary traffic signalization that is required to meet actual site conditions, as directed by the engineer, but is not shown in the plans, will not be measured or paid for separately. Additional temporary traffic signalization will be considered subsidiary to this pay item. F-10 • 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 a proposed revised traffic Detour Plan for the construction of the Sunken Court Roadway Reconstruction project. This shall be coincidental with the construction progress of work phases. Any additional barricades, warning and detour signs, including the necessary temporary and portable traffic control devices to detour and control traffic during the construction of the Sunken Court Roadway Reconstruction 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 Sunken Court 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 • A Storm Water Pollution Prevention Plan (SWP3) is required for submittal when the disturbed area is 5 acres and greater, with the "Notice of Intent" (NOl) as required. The NOI will be completed and filed by the Contractor at the contractor's own expense. • Use appropriate measures to prevent,minimize,and control the spill of hazardous materials in the construction staging area.Remove and dispose of materials in compliance with State and Federal laws. • Before starting construction, review with the Engineer the SW3P used for temporary erosion control as outlined on the plans. Before construction, place the temporary erosion and sedimentation control management practices as shown on the SWP3. • Before starting grading operations and during the project duration, place the temporary or permanent erosion control measures to prevent sediment from leaving the right of way. • Implement temporary and permanent erosion control measures to comply with the Texas Pollution Discharge Elimination System(TPDES)general permit. • Schedule the sodding work as soon as possible after completing earthwork operations,restore and sod the disturbed areas in accordance with the City's specifications for permanent or temporary erosion control. ITEM 529:CONCRETE CURB,GUTTER,AND COMBINED CURB AND GUTTER F-11 1 • Only machine-laid curb will be allowed on this project. No hand-laid curb will be allowed on this project. 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 be 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 but 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 F-12 GOVERNING CONSTRUCTION SPECIFICATIONS The following list of Texas Department of Transportation(TxDOT)standard specifications are hereby incorporated into the technical specifications of this contract by reference to the 2014 version of TxDOT's Standard Specifications for Construction and Maintenance of Highways. Streets, and Bridges. This document may be purchased at any of TxDOT's district offices, or can be downloaded from their website www.dot.state.tx.us/business/specifications.htm. The following specifications are hereby identified,adopted,and made part of the contract documents except as have been modified by any Special Provisions included herein: Item 104 Removing Concrete Item 105 Removing Treated and Untreated Base and Asphalt Pavement Item 110 Excavation Item 134 Backfilling Pavement Edges Item 162 Sodding for Erosion Control Item 168 Vegetative Watering Item 210 Rolling Item 216 Proof Rolling Item 247 Flexible Base See Special Provision Item 260 Lime Treatment(Road-Mixed) Item 300 Asphalts,Oils,and Emulsions Item 340 Dense Graded Hot-Mix Asphalt (Small Quantity) Item 360 Concrete Pavement Item 400 Excavation and Backfill for Structures Item 438 Cleaning and Sealing Joints Item 440 Reinforcing Steel Item 465 Junction Boxes,Manholes and Inlets Item 471 Frames,Grates,Rings,and Covers Item 496 Removing Structures Item 500 Mobilization Item 502 Barricades,Signs,and Traffic Handling See Special Provision Item 529 Concrete Curb,Gutter,and Combined Curb and Gutter Item 530 Intersections,Driveways,and Turnouts Item 531 Sidewalks Item 585 Ride Quality for Pavement Surfaces Item 636 Signs Item 666 Retroreflectorized Pavement Markings ...See Special Provision Item 678 Pavement Surface Preparation for Markings See Special Provision OTHER SPECIFICATIONS(PROVIDED) Item 97 Subsurface Conditions 1 page Item 111 Exiting Utilities 1 page Item 124 Root Barrier 2 pages Item 130 Storm Water Pollution Prevention 3 pages 1 Item 455 Testing and Sterilization of Waterlines 2 pages Item 502 AWWA PVC Pressure Pipe for Potable Water Use 1 page Item 526-S Polypropylene Pipe t 1 page Item 707 Hydrants -4 -- - - 2 pages= - H- I Item 709 Resilient Seat Gate Valves 2 pages Item 1300 Submittals 4 pages Item 2010 Trench Safety System 2 pages End of Governing Construction Specification F-13 SPECIAL PROVISION TO TxDOT ITEM 247—Flexible Base The following sections of the referenced TxDOT specification are hereby clarified and/or modified as follows and made part of the contract documents and included herein: Article 247.2.A-Aggregate Tri-axial testing for classification and minimum compressive strength will not be required. Article 247.2.A.2-Material Types Aggregate for flexible base material shall be Type A, limestone rock, Grade 1. Article 247.4.B-Placing Flexible base material shall be placed in layers not to exceed 8 inches compacted depth. Article 247.4.0 -Compaction Method for compaction shall be"Ordinary Compaction" per 247.4.C.1. Article 247.5- Measurement Flexible base will be measured by the square yard of specified thickness (Complete in Place). F-14 Mi _ SCHAUMBURG POLK, SPECIAL PROVISION TO TxDOT ITEM 502—Barricades,Signs,and Traffic Handling The following sections of the referenced TxDOT specification are hereby clarified and/or modified as follows, and made part of the contract documents and included herein: Article 502.3 -Measurement Replace with the following: This item will be measured by the lump sum. Article 502.4- Payment Replace sections 502.4.A,B, C, D,E,and F with the following: Payment will be made per project phase(i.e. Phase I-40%,Phase II - 20%,Phase III - 20%, Phase IV -20%). F-15 IV Mir- SCHAUMBURG : POU<. SPECIAL PROVISION TO TxDOT ITEM 666—Reflectorized Pavement Markings The following sections of the referenced TxDOT specification are hereby clarified and/or modified as follows and made part of the contract documents and included herein: Article 666.6—Payment No separate payment will be made for surface preparation or pavement sealer. Include cost for surface preparation and sealer as incidental to payment for placement of Reflectorized Pavement Markings. F-16 [TiMi _SCHAUMBURG POU<. .c SPECIAL PROVISION TO TxDOT ITEM 678—Pavement Surface Preparation for Markings The following sections of the referenced TxDOT specification are hereby clarified and/or modified as follows and made part of the contract documents and included herein: Article 678.6—Payment No separate payment will be made for surface preparation. Include cost for surface preparation as incidental to payment for placement of Reflectorized Pavement Markings. F-17 1=1 tT SCHAUMBURG&POLK ITEM 97-SUBSURFACE CONDITIONS 97.01 - DESCRIPTION A soil investigation report has been prepared by T&N Laboratories & Engineering, hereinafter referred to as the Soil Engineer; a copy of the soil boring logs and test data is included in this document for the Contractor's convenience (see Appendix"C"). This report was obtained only for the Owner's use in design and is not a part of the Contract Documents; the report and log of borings are for Contractors' information but are not a warrant of subsurface conditions. 97.02-ADDITIONAL INFORMATION The Contractor should visit the site and acquaint himself with all existing conditions. Prior to bidding, bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions but such subsurface investigations shall be performed only under time schedules and arrangements approved in advance by the Engineer. p G.1PTARTHUR\Sur;ken CounCon Docifrom Cry-CURRENT\Spccs\91-Subsurfocc CondlJ,rls doc Fj P • 97- 1 oft SCHAUMBURG POLK, ,-. ITEM 111 - EXISTING UTILITIES 111.01 - DESCRIPTION In general,the Contractor shall be responsible for locating and protecting all utility lines during the construction and for support and maintenance in position of all ducts and conduits,except for those specifically shown to be relocated or removed by others. Contractor shall be responsible for any damage to existing utilities and shall promptly repair same, or make arrangements for such repair with the Owner of the utility involved. 111.02 -CONSTRUCTION METHOD In all cases the Contractor shall co-ordinate his work with the Owners of the various utilities and shall notify their proper representative not less than forty-eight(48)hours in advance of any work which might damage, interfere with or require adjustments to utilities along or adjacent to the work. All utility adjustment other than those shown on the plans to be done by the Contractor,shall be the responsibility of the Owners of the utilities and if in the opinion of the Engineer adjustment is required,the Contractor will be responsible for notifying the respective owner. 111.03- PAYMENT Payment for this item will be subsidiary to other items. G9oTARTHiIR1SuFt.iCouti Co Ian,Nom City-CJRRFNT,Specs•'.1'-Fz stingu;iIves.dac ' :r. 111 - 1of1 sp SCHAUMBURG POU<, ITEM 124 - ROOT BARRIER 124.01 - GENERAL Furnish and install root barrier system as shown on the Plans. This item governs materials and installation requirement, including services of certified arborist. 124.02 - MATERIALS 1. Acceptable Manufacturers a. Products specified as standard of quality are manufactured by Deep Root Partners, L.P. (Deep Root);530 Washington Street, San Francisco,CA 94111;415-781-9700; 800-458-7668; fax 800-277-7668; www.deeproot.com b. Products of manufacturers meeting indicated standards and specified manufacturer's product data characteristics are acceptable for use subject to approval of product list and samples. 2. Material. Provide linear root barrier of 24 inches depth. a. Product standard quality; DeepRoot; Tree Root Barriers; UB 24-2. b. Material: 0.085" wall thickness, nominal, injection molded 50% post-consumer recycled polypropylene panels with UV inhibitors. c. Panel specifics: 1. 7/16"wide integral molded 0.085"thickness double top edge with stiffening ribs; bottom edge attached to vertical root deflecting ribs. 2. Integral molded 0.085" thickness by 2" deep vertical root directing ribs spaced at 6"O.C. 3. Integral molded 0.085" thickness by 2" long by 3/8" wide horizontal anti-lift ground lock tabs; minimum nine per panel. d. Size: 24"wide by 24" deep. e. Integrated zipper joining system for panel connection to adjacent panel. f. Color: Black. G\PTARTHUR\Suia t;'ourMMocam Ciw �IIRRh1�T$5pecs]?A170401 gamer bIl , SCHAUMBURG POLK, ITEM 124 - ROOT BARRIER 124.03- INSTALLATION. 1. Impact Plan. Provide services of certified arborist to develop plan for each tree impacted by installation of root barrier. Plan should include recommendations for trimming of foliar canopy or removal of tree and soil fertilization. Plan should also include estimate of cost and contact number for services. The plan for each tree will be sent to homeowner with letter by City advising the homeowner of the root barrier installation project. Homeowner will be responsible for contracting services for trimming/removal of tree. 2. Root Pruning. Certified arborists to develop root pruning plan,including soil mix to be placed on tree side. 3. Installation Plan: Submit plan to Owner confirming lineal foot of placement of root barrier, prior to ordering materials and performing installation.Owner will make a final determination of trees to receive root barriers. Determination will be made three weeks after delivery of impact plan to property owners. 4. Installation. Install in accordance with manufacturer's installation instructions. Plans show typical installation. Vertical root directing ribs to be faced inwards toward tree or plants. Prune roots as required. Place root barrier firm against curb/pavement side and fill tree side with proper soil mix. 124.04- MEASUREMENT AND PAYMENT 1. Services of certified arborist to develop impact plan and root pruning plan to be per lump sum. 2. Installation of root barrier, including trenching,root pruning and backfill to be by linear foot of root barrier installed. II I G!TTARTI1UR\Sutd rn Court,6n Dae d-roin City-CURRENT.Specsa- 1124-Rnot R ,ic,.doc ' {t! • SCHAUMBURG POLK, .. 1 ITEM 130- STORM WATER PROLLUTION PREVENTION 130.01 -DESCRIPTION This item describes the installation and implementation of Storm Water Pollution Prevention (erosion and sedimentation) control devices and procedures which shall be utilized during construction. This item shall cover the use of filter fabric fences, reinforced filter fabric barriers, inlet protection barriers, the prevention of tracking and street pollution, and other measures to prevent pollution of the surrounding environment. 130.02-GENERAL No clearing and grubbing or rough cutting, other than as specifically directed by the Owner to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. For excavation in roadside ditches or other areas prone to experiencing conditions of concentrated flow,the reinforced fabric barriers shall be used. 130.03- INSPECTION AND REPAIR Inspect and repair or replace components of all erosion and sedimentation control systems as for each type of system. Maintain the erosion and sedimentation control systems until, in the opinion of the Engineer, the disturbed area has been stabilized. Remove erosion and sedimentation control systems promptly when directed by the Engineer. Discard removed materials offsite. Pollution prevention devices shall be inspected within 24 hours after each rainfall of 0.5 inches or more; daily during periods of prolonged rainfall; and minimally, at least once a week. Repair or replacement should be made immediately. Sediment deposits should be removed after each storm event and before deposits reach one-third the height of the fence. 130.04-WASTE COLLECTION AND DISPOSAL Remove and dispose of the sediment deposits at the site designated by the Owner. If no site is designated by the Owner, the disposal will be the responsibility of the Contractor. In such case, disposal shall be off-site and not in or adjacent to a stream or in the floodplain. Sediment to be placed along the project site should be spread, compacted, and stabilized in accordance with Item 104 (Fine Grading and Seeding) of these specifications. Sediment shall not be allowed to flush into a stream or drainage way. If sediment has been contaminated, it shall be disposed of in accordance with existing federal, state, and local regulations. 130.05-EQUIPMENT MAINTENANCE AND REPAIR Maintenance and repair of construction machinery and equipment shall be confined to an area • approved by the Engineer. This area shall be kept clean and arranged so as to prevent oils, gasoline, grease, solvents, and any other potential pollutants from being washed directly into receiving streams or storm water conveyance systems. These areas shall be provided with adequate waste disposal receptacles by the Contractor at no additional cost to the Owner. 130.06-WASTE COLLECTION AND DISPOSAL A plan shall be formulated by the Contractor for the collection and disposal of waste materials on a construction site. Such a plan should designate locations for trash and waste receptacles and establish a special collection schedule. Methods for ultimate disposal of waste should be specified and carried out in accordance with applicable local, state, and federal health and safety regulations. Special provisions should be made for the collection and disposal of liquid wastes and toxic or hazardous materials. Waste should not be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points should be located where they will least likely be affected by concentrated storm water runoff. C PTAflTHUR'.Sunken Coun\Con Doc\F-rom C. -CLRRENPS?....13O-Stocm'Ater rollutior Preveniion.docx spi 130- 1 of3 SCHAUMBURG POLK, ITEM 130-STORM WATER PROLLUTION PREVENTION 130.07-WASHING AREAS Vehicles such as cement or dump trucks and other construction equipment should not be washed at locations where the runoff will flow directly into a watercourse or storm water conveyance system. Washing of vehicles and equipment should be done in an area where the wash water will spread out and evaporate or seep directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. 130.08-STORAGE OF MATERIALS AND HAZARDOUS SUBSTANCES Sites where oil, gasoline, grease, chemicals, cements, solvents, or other potential water pollutants are to be stored should be isolated in areas where they will not cause runoff pollution. Toxic and/or hazardous chemicals and materials should be stored in accordance with the manufacturer's guidelines and applicable local, state, and federal regulations. Groundwater resources should be protected from leaching where toxic and/or hazardous liquids are to be opened or stored. Spills of toxic and/or hazardous substances are to be cleaned and treated according to local, state, and federal regulations. 130.09- FILTER FABRIC BARRIERS A. General. This item describes the installation of reinforced filter fabric barriers in order to control storm water pollution and sedimentation due to excavations in minor ditches, and areas with concentrated storm water runoff. B. Materials. 1. Filter Fabric: The Contractor shall provide woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principal direction (ASTM D-4632) and mullen burst strength exceeding 200 psi (ASTM D-3786). Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six (6) months of expected usable construction life at a temperature range of 02F to 120°F. 2. Wire Support Fencing: The support fencing shall consist of galvanized wire fencing with a minimum of 14 gauge and a maximum mesh spacing of six(6) inches. 3. Support Posts: The support posts shall consist of four (4) inch diameter wooden posts or approved equivalent. C. Installation. Reinforced filter fabric barrier systems shall be installed in such a manner that surface runoff will percolate through the system and allow sediment to be retained and accumulated. The fencing shall be placed downstream of the excavated area. The length of the fencing shall be controlled by the depths of the ditch. The ends of the fencing shall be extended upwards until the top of the bottom section of the fencing is lower than the bottom of the turned up sections or in the case of a shallow swale, the ground levels off the fencing is extended five (5) feet from where the swale levels off. The full height of the filter fabric barrier shall be supported by 4 foot long, 3 inch diameter wooden posts or steel posts and a wire fence 42 inches in height. The posts shall be driven at least 18 inches into the ground. The maximum spacing of the posts shall be 6 feet. The GIPTARTHUR'SunkenComtiConDoc\FromCity-CURRENTSpecs\733-Sto-rn'. ter Po!utonPrevencon:dc x• 130-.2of3 SPI SCHAUMBURG POUK, ITEM 130-STORM WATER PROLLUTION PREVENTION wire mesh shall be stapled using at least one (1) inch heavy duty staples to the upslope side of the posts. The filter fabric shall be attached to the wire mesh with wire tires. The filter fabric fencing shall be 24 inches in height above natural ground. The filter fabric shall be anchored by spreading the fabric in a 6 inch by 6 inch trench on the upslope side of the fence as shown in enclosed drawings. The wire mesh shall extend at least two (2) inches into the trench. The trench shall be backfilled and compacted. The filter fabric should be provided in continuous rolls and cut to the length of the silt fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum six (6) inch overlap, and sealed around inlets, the posts shall be located at all corners of the inlet at 902 angles to each other. The distance from the edge of the inlet to the filter barrier shall be at least 24 inches. 130.10-TRACKING PREVENTION Sediment stuck to vehicle tires, axles, and other under carriage components shall be removed from the vehicles before they exit the project area. This shall be done in accordance with Item 130.07 of this specification. Any sediment reaching a public or private road should be removed by street cleaning (not flushing). 130.11 -PAYMENT Payment for the Storm Water Pollution Prevention plan and systems shall be included in the Bid Item for Storm Water Pollution Prevention Plan. This item shall be included in the Contractor's Bid Breakdown to allow payment on partial pay requests. Maintenance, if included in Bid Breakdown, shall be paid on partial pay request as a percentage of contract time. No additional payment shall be granted for time extension on this item except as specifically approved by the Engineer. G-1PTATaTHURScrkenCoun‘ConDoc'FrarCity-CURRENT1,Spocs;3D-StormWetcrPoilplicnPrerenfien.cocx. � � - 130-3of3 SCHAUMBURG POLK, . ITEM 455 -TESTING AND STERILIZATION OF WATER LINES 455.01 -GENERAL This specification provides for pressure testing and sterilization of completed water lines prior to placing them in service. 455.02- PROCEDURE The flushing,checking,chlorinating,sampling,and testing of the completed line shall be done in the following sequence: 1. Flush line properly through valve or other opening at dead end. Area of opening should be no less than one-fourth (1/4) area of pipe being flushed. 2. Chlorinate line. Pressure drop and flow should be away from point of chlorination and should be toward dead end (open) of line, not toward Owners connection. Chlorination shall be in accordance with AWWA Specification C651- Latest Edition. 3. Make specified pressure test using potable water through a direct connection to pump suction. 4. Make bacteriological test before and after pressure test. 5. Installation,disinfection,and testing shall meet the requirements of the"Rules and Regulations for Public Water Systems"adopted by the Texas Commission on Environmental Quality. In case of line failure where a joint or portion of a joint of pipe has to be replaced,that section of line should be isolated by closing adjacent line valves,open line kept free of foreign matter,repairs made and HTH used liberally, then flushed out at the nearest hydrant. In extreme cases of failure, the Contractor may be required to repeat the entire chlorination procedure. Unless other provisions have been made only a representative of the Owner may open and close existing valves. 455.03-PRESSURE TESTING After the pipe has been laid and backfilled as specified, all newly laid pipe shall be subjected to a hydrostatic pressure of 150 pounds per square inch. Water for testing shall be furnished by the Owner,unless otherwise noted,at the nearest approved connection. The duration of each pressure test shall be two (2) hours. 455.04- PRESSURE TEST PROCEDURE The Contractor shall,after backfilling or partially backfilling all newly laid pipe,slowly fill the lines with water, expelling all air. The Contractor shall use all available outlets to accomplish this, such as hydrants,air relief valves,and taps when specified. Should additional taps be needed to vent the air from high points in the line,they shall be installed by the Contractor at no additional expense to the owner. The Contractor shall install certified gauges on the line being tested at spacing not to exceed 2,000 feet and at the end of the test section. GS'T%4TUFlS nttn C,r.Ccn L'nrAorn Cry 7.11FRELT cpc„.155Tci19 nt:cr r 455- 1 oftP� SCHAUMBURG POLK, ITEM 455 -TESTING AND STERILIZATION OF WATER LINES The water under pressure (10 to 50 psi) shall be allowed to stand for a period of not less than 24 hours to allow absorption by the cement lining of the metal pipe before applying the pressure test. During this period,the bulkheads, valves, manholes, and connections shall be examined for leaks and any found shall be sealed. A test pressure of not less than 150 psi shall be applied to valved or bulkheaded sections by means of a hand pump or small power pump. The Contractor shall furnish, install, and operate at his own expense the necessary connection, pumps, meters, and gauges necessary for filling the line and performing the test. The water necessary to maintain the test pressure shall be measured through a meter or other means satisfactory to the Engineer. 455.05 -ALLOWABLE LEAKAGE No pipe installation will be accepted until the leakage is within the values allows by the AWWA standard for the installed pipe material. Ductile Iron: AWWA C600 PVC: AWWA C605 HDPE: Monitored Water Make-up Test by the Plastic Pipe Institute, Inc. The leakage shall be considered the amount of water entering the pipe line during the test, less the measured leakage through valves or bulkheads. 455.06-STERILIZATION When repairs are made to existing mains or when new main extensions are provided,the Contractor must disinfect the lines by using enough chlorine or chlorine compounds to fill the repaired or new mains and appurtenances with water containing 50 ppm chlorine. After the water containing this amount of chlorine(which is greater than that normally present in drinking water)has been in contact with the pipe and appurtenances at least 24 hours, the water shall be replaced with water to be transported normally. Samples of normal water from the new or repaired main shall be submitted to laboratories for bacteriological examination to be assured that the disinfection procedure was effective. All pipeline disinfection shall be performed in strict accordance with AWWA C-651. 455.07-PAYMENT Payment will be per foot of water line. Payment for testing and sterilization shall be separate from the unit price of the line construction or repair. G':^Tn.RT1iURl,-dnr.Ccum c^Da:i'07 CRti-CUR2?JR+,.ec.,,SSTesin4 end 3_0 n'Vfat,inrs a.c 455-2 of SCHAUMBURG POU<, ITEM 502 -AWWA PVC PRESSURE PIPE 502.01 -GENERAL Furnish PVC pipe and fittings of size(s) shown on Plans. This item governs materials, fittings and incidentals required for the joining and bedding of pipe type for use in potable water service and sanitary sewer force mains. 502.02-MATERIALS 1. Pipe. Pipe shall consist of AWWA C900 Class 150 PVC (DR 18) for pipe from 4 inches to 12 inches or AWWA C905 Class 165 PVC (DR 25) for pipe from 14 inches through 36 inches. Pipe shall be made from Class 12454A or 12454B virgin compounds as defined in ASTM D-1784 and conforming with the outside dimensions of cast iron pipe. Pipe and fittings for use as potable water lines must bear the National Sanitation Foundation (NSF) seal of approval. 2. Fittings. Fittings shall be ductile iron manufactured and tested in accordance with AWWA C-110/ANSI A21.10. 3. Joints. Joints shall be of the bell and spigot type with confined elastomeric gasket meeting ASTM F477. 502.03-INSTALLATION 1. Trenching. To be in accordance with applicable underground piping technical specification contained herein. 2. Pipe Zone Bedding. Install in accordance with ASTM D-2774, using well rounded sand or gravel with a maximum particle size of 1/2 inch. Hand tamp bedding material around haunches to a point twelve (12) inches above the top of pipe. 3. Backfill Above Pipe Zone. To be in accordance with applicable underground piping technical specification contained herein. 502.04 - MEASUREMENT AND PAYMENT Measurement and payment to be made in accordance with the Bid Proposal. G:IPTARTHUR\Sunken Court1Cor7 Doc1From City-CURRENT\ oecs\502 AWWA PVC Pressure.Pipe... 7/24/2019 8:23 AM SP! 502-1 of 1 SCHAUMBURG POLK, ITEM 526- POLYPROPYLENE PIPE FOR STORM SEWER 526.01 - DESCRIPTION This Item shall govern for the furnishing and installing of all Polypropylene corrugated pipe with an integrally formed smooth waterway and/or materials for constructing storm sewer mains, laterals, stubs and inlet leads. The pipes shall be of the sizes, types, design and dimensions shown on the plans and shall include all connections and joints to new or existing pipes, storm sewer, manholes, and other appurtenances as may be required to complete the work. 526.02-MATERIALS Unless otherwise specified on the plans or herein, corrugated pipe shall be Polypropylene made from virgin compounds. Sizes 12" to 60" shall be of dual wall construction and manufactured in strict accordance with ASTM F2881. Pipe supplied shall be manufactured by Hancor, ADS, JM Eagle, or approved equivalent. 526.03-FABRICATION Corrugated PP pipe shall be fabricated to conform to the requirements of AASHTO M330 or ASTM F2881. All fittings shall conform to the same standards. 526.04-JOINTS. The connection shall be watertight according to ASTM D3212. Pipe joints shall be bell and spigot, and have two (2) gaskets per spigot which shall be full inserted into the bell. Bells shall be integrally formed on the pipe at one end to form a soil tight connection. Gaskets shall be provided of EPDM to meet ASTM F477, and be installed by the manufacturer. 526.05-INSTALLATION Installation shall be as per ASTM D2321. 1. Trenching. To be in accordance with Item "Underground Pipe Construction". 2. Pipe Zone Bedding. Bedding shall be Class I rock from 4" below pipe to 6" above pipe and as illustrated by the PLANS. Rock shall be installed in 8 inch lifts and worked under pipe haunches to fill all voids. 3. Backfill Above Pipe Zone. To be in accordance with Item "Underground Plant Piping". 526.06-MEASUREMENT& PAYMENT No separate payment for work performed under this item unless otherwise indicated in the bid items. Include cost of same in contract price bid for work of which this is a component part. �,\PTARTHUR\Sunken Court\Con Doc\From City-CURRENT\Specs1526 S-Polypropylene Pipe for Storm Sewer:docx /1812019 S- P 1 526-1 of 1 SCHAUMBURG POLK, F-28 ITEM 707 - HYDRANTS 707.01 DESCRIPTION Hydrants shall conform to requirements and tests of AWWA Specifications C502, latest revision thereto as to the design,component materials,construction and manufacture valves furnished under these specifications except as otherwise modified or supplemented below: 1. Diameter of valve opening shall not be less than five and one-fourth inches (5-1/4"). 2. Valve stem shall operate to open counterclockwise. 3. Bury depth,variable,depending on depth of main. Runout pipe is to be horizontal and ground line flange 3"above ground. 4. Valves shall be equipped with two, two and one-half inch (2-1/2"), nozzles and one pumper nozzle,size and threads of both hose and pumper nozzles to conform to standard for the area. All nozzles shall be provided with nozzle caps securely attached to barrel with chains not less than one-eight inch (1/8") diameter and with cap gaskets of rubber composition. 5. Minimum weight 500 pounds each. 6. Compression type shut-off valve, closing with the pressure, of dry-top and collision safety construction, designed for 250 psi working pressure. The main valve seat ring shall be of bronze and screw into an all bronze drain ring. 7. Inlet show shall be an elbow with AWWA standard bell designed for nominal six inch(6")push- on, or mechanical joint assembly as specified. 8. Barrel shall be provided with non-tapped drain openings,completely of bronze lined, that will drain barrel when hydrant valve is in the fully closed position and without leakage when in the open position, without use of a spring. The barrel joint shall be designed so that the shut-off valve will remain closed and reasonably tight against leakage in the event of an impact accident resulting in damage or breaking above or near ground level. The joint shall be provided with a breakable bolt flange or breakable coupling that will include a minimum of eight bolts. 9. Valve stem shall be provided with breakable stem coupling opposite the above barrel breakaway feature. Valve stem shall be provided with bronze sleeve, "0" ring seals, travel stop,and operating threads that will not be exposed to water. Operating threads shall be fully lubricated when opening and closing of shut-off valve with lubricating reservoir sealed top and bottom. Valve stem shall be equipped with thrust bearing or lubricated thrust collar to minimize operation torque. 10. Each hydrant shall be tested at not less than five hundred pounds (500 lbs.) hydrostatic pressure and designed for two hundred fifty pounds (250 lbs.)water working pressure. ` ` 1 unken curt 'on Doc rom ity- 1" 1 pecs I -`y•rants.•oc 7/18)2019 2:33 PM 707- 1 of 2 SCHAUMBURG POLK, F-29 ITEM 707 - HYDRANTS 11. Operating nut on hydrants and nozzle cap nuts shall conform to Owner's standards. 12. All necessary bolts, glands, and gaskets, for complete installation of each hydrant, shall be supplied with each hydrant and shall conform to AWWA Standard Specification C-III-72. They shall be shipped and stored in such a manner as to prevent rusting or other damage before installation. Hydrants shall be American Darling B-84-B or approved equal. 707.02-MEASUREMENT AND PAYMENT Measurement and payment to be per each valve installed. - D- nen?,our2 0 ocl Tom It i" ' .2n1S..Oc �� Y Pte' Y:.-. . 7/18/2019 2:33Ph4 �c+ r ' .. 707-2 of 2 �. __�„ SCHAUMRURG FOLK, F-30 ITEM 709 - RESILIENT SEAT GATE VALVES 709.01 -GENERAL Gate valves shall conform strictly to the requirements of American Water Works Association Standard for Resilient Seat Gate Valves for Water Supply Service, C515, latest revision, including changes and additions specifically stated Gate valves shall be of the single-disc design, in which the disc is lowered into the valve body and seats against the body through a resilient seat. The seat may be attached to the disc or to the body, and shall be firmly bonded or mechanically attached. The disc shall be fitted at the top with a heavy bronze or corrosion resisting stem nut, threaded to accept the value stem. 709.02 -SUBMITTALS The following information shall be provided for all valves for installation on the project. Each valve shall be clearly identified with mark,size,type, location,quantity,etc.as required to facilitate review of the submittal. Three copies of instructions, parts manual, spare parts list, maintenance procedures and ship drawings showing dimensions, weight and material specifications of each size and type of valve shall be submitted for approval by the Engineer. 709.03- MANUFACTURER Valves furnished under these specifications shall be American Flow Control AFC-2500 or approved equivalent. 709.04-TESTING AND OPERATING PROCEDURES All parts of the gate valve shall be designed to withstand safely and without permanent deformation the following stresses: 1. Internal test pressure of 500 psi, with valve open. 2. Combination of following stresses occurring simultaneously: a. Internal Pressure of 250 psi; and b. Moving of the gate under fully unbalanced service pressure from the fully closed position to the fully open position and back again, using flows from either direction successively. Further, the valve body and the internal parts of all valves shall be so constructed as to develop full strength of the valve to the point of failure, in moving the valve gate in either direction from the fully open position to the fully closed position under full service pressure,without rupture or permanent deformation of any other part. The gate valve shall show no measurable leakage in the fully closed position in the 200 psi test. 709.05-VALVE CONSTRUCTION 1. Valves shall open counterclockwise with stationary non-rising stem,and shall be designed for opening with a portable wrench. Above grade valves shall contain a handwheel, below grade shall be square nut operators. 2. Operating nut shall be two (2") inches square, with required operating torque of not over 200 ft.-lb for 3"and 4"valves, or 300 ft.-lb for 6"thru 12"valves. 3. Stem shall be made of bronze with yield strength of not less than 32,000 psi and an elongation of not less than fifteen (15%) percent. The stem collar shall be integral with the stem. G:IFTARTHUR\Sunken Court iCon Doc:From City-CURREMlSpecs\7D9-Resilient Seat Gate Valves.doc spi 709- 1 of2 SCHAUMBURG POLK. ITEM 709 - RESILIENT SEAT GATE VALVES 4. The waterway through the valve shall be not less than the nominal valve diameter. 5. All valves shall be manufactured with mechanical joints, flanged joints, or push on joints as specified in plans. 6. The body, bonnet, gate,wrench nut, and other parts specified shall be cast from ductile iron. 7. Valve stems, stem collars, and stem nuts shall be cast or forged from manganese bronze, or low Zinc material with the following minimum properties: Yield Strength Bronze 32,000 psi Zinc 40,000 psi 8. The bronze alloy used for seat rings and other miscellaneous parts shall have a yield strength of at least 14,000 psi and an elongation of not less than fifteen (15%) percent. 9. Gaskets shall be non-corrosive. 10. Elastomers shall be resistant to deterioration from biological organisms, ozone, and copper. 11. The manufacturer shall supply certified reports stating that the materials used in the gate valves conform to this Specification and the latest AWWA C-515 Specification. 12. Packing may be conventional stuffing box or"0" ring stuffing box. 13. All parts of valves shall be interchangeable with valves of like make previously manufactured. 14. Valves shall not contain gears. 15. Body of valves shall have minimum shell per AWWA C515. 16. The direction in which the operating nut is turned for opening shall be cast into the bonnet or bonnet cover.The operating nut shall be color coded black for counterclockwise opening or red for clockwise opening. 17. Tapping valves shall meet the same specifications as ordinary gate valves of the same size. 18. All necessary bolts, glands, and gaskets for complete installation of each valve shall be supplied with each valve and shall conform to AWWA Standard Specifications C-111. They shall be shipped and stored in such a manner as to prevent rusting or damage before installation. 19. Minimum number of turns required to move gate from fully open to fully closed position shall be three turns per inch of nominal diameter. 709.06-PAYMENT No separate payment for work performed under this item unless otherwise indicated in the bid items. Include cost of same in contract price bid for work of which this is a component part. G:IPTARTHUR1Sunken Court\Con Doc;From,City-CURRENT+Specs;7D9-Resilient Seat Gate Valves.doc � 70t:-2of2 SCHAUMBURG POLK, ITEM 1300-SUBMITTALS 1300.01 -SUBMITTAL PROCEDURES A. Provide a Schedule of Submittals. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. No work shall be started and no materials shall be furnished until the Engineer has approved the submittals for that work or materials. D. Unless otherwise noted, Contractor shall provide either a minimum of six hard copies or a minimum of two hard copies and an electronic version. Three hard copies will be retained by Engineer if no electronic version is submitted. Two hard copies will be retained by Engineer if an electronic version is submitted. E. Each submittal shall identify the relevant specification. F. Each submittal shall be dated, and shall show on the label the Project, Contractor, Subcontractor or supplier, the equipment or materials, and location where they are to be installed. G. Apply Contractor's stamp, signed or initialed certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. H. Schedule submittals to expedite the Project, and deliver to Engineer. Coordinate submission of related items. I. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. J. Provide space for Contractor and Engineer review stamps. The Engineer will promptly review each manual submitted, noting necessary corrections and revisions. K. Revise and resubmit submittals as required until it is acceptable to the Engineer as being in conformance with their design concept of the project and in compliance with information given in the Contract Documents. Each resubmittal shall identify all changes made since previous submittal. The Owner may assess the Contractor a charge for reviews of same items in excess of three (3)times. Such procedure shall not be considered cause for delay. L. Acceptance of any submittal by the Engineer does not relieve the Contractor of any requirements of terms of the Contract. M. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1300.02-SCHEDULE OF VALUES Submit a preliminary schedule of values for all of the work, including quantities and prices of items, within ten days of the effective date of the contract. The total value of all work and equipment should equal the Contract Price. Work and equipment items should be numbered in accordance with the Bid Proposal numbering. The Schedule of Values should be sufficiently detailed to serve as the basis of progress payments throughout the completion of the Contract. This shall be Submittal No. 1. G:,PTARTi iUR"un an CaumCon DodFrom City-CURRE,'S;s,c.s Subr iaals.doDc 1300 1 of 4 SCHAUMBURG POLK, ITEM 1300-SUBMITTALS 1300.03-WORK PROGRESS SCHEDULE Submit a preliminary Work Progress Schedule for all of the work, including estimated start and completion dates, within ten days of the effective date of the contract. This schedule should include the various stages of the work and all major milestones. This shall be Submittal No. 2. 1300.04-SCHEDULE OF SUBMITTALS Submit a Schedule of Submittals for all required submittals within ten days of the effective date of the contract. This shall be Submittal No. 3. 1300.05-PROPOSED PRODUCTS LIST A. Within 15 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1300.06-SHOP AND WORKING DRAWINGS A. Shop drawings shall be detailed sufficiently to demonstrate adherence with the Items of this contract. At a minimum,they shall show dimensions, weight and material specifications. B. Should shop drawings show departures from the plans and specifications, the Contractor shall make specific mention thereof on the submittal drawings; otherwise, acceptance of such submittals shall not constitute acceptance of the departure. C. The acceptance of the drawings shall be general and shall in no way relieve the Contractor of his responsibility for the accuracy of such drawings; nor for the proper fitting of the work; nor for the furnishing of materials or work required by the contract and not indicated on the drawings D. After review, reproduce and distribute for installation and record. 1300.07-PRODUCT DATA A. Product data shall be detailed sufficiently to demonstrate adherence with the Items of this contract. At a minimum, the information shall include instructions, parts manual, spare parts list, and maintenance procedures. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. 1300.08-SAMPLES A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. B. Submit samples of finishes from the full range of manufacturers' standard colors, textures, and patterns for Architect/Engineer's selection. C. Include identification on each sample, with full Project information. E. Submit the number or samples specified in individual specification Sections. G'PTARTHUR'Sunl.en CoonCon DocV-rom Cay-CURRENT\Spets11300.Subn,ua's.doa SPI 1300-2 of 4 SCHAUMBURG POLK. ITEM 1300-SUBMITTALS F. Reviewed samples which may be used in the Work are indicated in individual specification Sections. 1300.09-MANUFACTURER'S INSTRUCTIONS A. Submit a minimum of two hard copies and one electronic version of manufacturers' instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing thirty(30) days prior to shipment. B. Identify conflicts between manufacturers' instructions and Contract Documents. 1300.10-MANUFACTURER'S CERTIFICATES A. Submit manufacturers' certificate to Engineer for review in quantities required by Section 1300.01. B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Architect/Engineer. 1300.11 -OPERATION AND MAINTENANCE MANUALS A. For each class of equipment, a minimum of two hard copies bound in three ring binders and one electronic version of each operation and maintenance manual shall be provided at least 30 days prior to startup of equipment. Two copies shall be retained by the Engineer. B. Each manual shall be dated and labeled on the spine and the cover to identify the contents and project to which it applies. C. Manuals shall include: 1. A listing of the manufacturer's identification, including order number, model, serial number. 2. Name, address, and telephone number of the nearest competent service representative who can furnish parts and technical service. 3. Equipment function - normal operating characteristics and limiting conditions. 4. Descriptive literature, including illustrations, covering the operational features of the equipment, specific for the particular installation, with all inapplicable information omitted or marked out. 5. Operating, maintenance and troubleshooting information, including the amount of and specification for any lubricant required, a recommended maintenance schedule, and a list of special parts needed. 6. Complete maintenance parts list, including recommended stock parts, with part number and quantity. 7. Complete replacement parts list and predicted life of parts subject to wear. 8. Performance data, engineering data, and rating tables. 9. Specific instructions for assembly, installation, alignment, adjustment, checking, and maintenance. G,.PT!RTFIURSu❑k^n Court4Con DetFrom City CUf?nENTSPec51130D.Subnvttol>dor� z 1300-3of4 SCHAUMBURG _ POU(. ITEM 1300-SUBMITTALS 10. Operating instructions for start-up, routine and normal operation, regulation, control, shut-down, and emergency conditions. 11. Complete connection, interconnecting, and assembly diagrams. 12. Complete list of all special tools needed for operation and maintenance. 13. Complete equipment wiring diagrams and control schematics with terminal identification. 14. Approved Shop Drawings, including outline, cross section, and assembly drawings, with exploded view drawings for major equipment items. D. After final approval of the manuals by the Engineer, the Contractor shall supply three additional copies of each manual for a total of six copies. 1300.12-MANUFACTURER'S CERTIFICATES OF INSTALLATION Provide manufacturer's certificate of installation and commissioning following functional testing and startup for all equipment that requires a manufacturer's representative to provide field service as part of the installation of the equipment. 1300.13-PAYMENT No separate measurements or payment for work performed or materials furnished in the section. Include cost of same in contract price bid for work of which this is a component part. G:iPTARTHUR'Sanket.Cottr1!Con Doc1F.om City-CURREh.T':Specs\12(5 SubrttitOils.clot, 1300-4 of 4 SCHAUMBURG POU<, ITEM 2010-TRENCH SAFETY SYSTEMS 2010.01 -GENERAL A. Description: The Contractor shall comply with the requirements of OSHA Excavation Standard 29 CFR, Part 1926, 1926.651. Maintenance and inspection of any shoring and related equipment shall be the responsibility of the Contractor. Contractor shall provide a "competent person" who is capable of identifying hazards and who has authorization to take prompt corrective measures to eliminate them. The Contractor shall determine, as outlined by the OSHA Excavation Standard, the safety system needed for the project and submit to the Owner's Engineer information to describe the procedures which are planned to be used. Review of submitted information on trench safety system by the Owner and/or Engineer shall not relieve the Contractor of his responsibility to provide a safe working place for his employees. The Contractor agrees to hold harmless and defend the Owner and/or Engineer against any claim resulting from failure of the trench system or lack of one. B. Submittal Requirements 1. Provide the name and qualifications (certifications) of the person to be considered the Contractor's"competent person" as defined by the OSHA Excavation Standard.- 2. Identify whether trench safety will be provided utilizing sloping or benching systems, by support, shield and other protective systems or both. Identify, for each system used, which of the four options in the OSHA Excavation Standard is being used for design. 3. For the selected system, provide descriptive information such as geometry of slopes or benched excavation, manufacturer's data or plan sealed by registered engineer. For the selected system, provide descriptive information such as geometry of slopes or benches excavation, manufacturer's data or plan sealed by registered engineer. 2010.02-CONSTRUCTION, MATERIALS,AND MAINTENANCE A. The Contractor is responsible for the selection of materials required support and shoring systems. Before beginning any excavation, the Contractor shall make an inspection of the job site. He shall pay special attention to the type of soil or soils in which he will be working, any adjacent roads, highways, and railroads, and any previous excavations. All underground installations shall be located, including utility lines, pipelines, etc., before any excavation begins. B. Each Contractor shall be responsible and liable for his own Trench Safety System, including self inspections, whether or not a representative of the Owner or Engineer is present on the job site. All trenches shall be provided with an adequate means of exit at all times. C. All maintenance of the trench safety equipment shall be the sole responsibility of the Contractor. The Contractor shall make an inspection of all trench excavations. He shall check for any evidence of cave-ins, slides, etc. If any change in soil conditions or failure of the trench is found, the Contractor shall remedy such. All water shall be diverted by suitable means to prevent the entrance of same into any excavation. No water shall be allowed to accumulate in any excavation and shall be removed as soon as possible - - G`GRAN GE145D11 E DC 15 r Sheet Ser+eMes'y:iiCumrvU Du:uni ntSPECS 2010-1 of 2 PI SCHAUMBURG POLK.. ITEM 2010-TRENCH SAFETY SYSTEMS 2010.03-IMPLEMENTATION Prior to beginning any construction, the Contractor shall submit, in writing, the information as required by 2010.01.2. Any delays due to failure to submit the information will not be considered for extension to the contract time. 2010.04-INDEMNIFICATION A. The Contractor shall indemnify and hold harmless the Owner, and the Owner's employees, agents and Engineer, from any and all damages, cost (including without limitation, legal fees, court costs, and investigation costs), judgments, or claims by anyone for injury or death of persons resulting from the collapse or failure of trenches constructed under this contract. These specifications for the trench safety system in no way relieve the Contractor of his responsibilities and liability to ensure the safety of the workers or any other party from the hazards of the construction operations. B. The Contractor is responsible for determining the appropriate trench safety systems necessary for specific locations based on actual subsurface conditions encountered during construction. The Owner and Owner's Engineer shall be held harmless from any claim or liability for injury or loss that results from failure on the part of the Contractor to implement the Trench Safety System plan properly or to make necessary changes to the trench safety systems necessitated by conditions encountered during construction. 2010.05-MEASUREMENT AND PAYMENT The specified trench safety system will be measured by the linear foot along the centerline of the pipe, including manholes/inlets, in accordance with the specifications. Payment for the trench safety system, measured as prescribed above, will be made at the unit price bid per linear foot based on depth, less than 5 foot or greater than 5 foot. Payment will not be made for linear footage of pipe installed by boring methods; however, the excavated pits required for installation by boring will be included in the measurement for trench safety. Payment shall be full compensation, in accordance with the pay item set in the bid for the trench safety system, including but not limited to all benching, sloping, hauling, shoring, sheeting, excess excavations, dewatering, sheet piling, bracing, trench shields, and all other incidentals necessary to provide the trench safety system as provided in the Contractor's submitted information. G:'URANG155 11 EJC 15Th Street SewerCDes'gntContract Documeni5pECS 2010-2of2I SCHAUMBURG POUK, SECTION G SCOPE OF WORK For the City of PORT ARTHUR,TX SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT JOB No. 19-239 GENERAL It is the intent of these Contract Documents to provide for the complete removal (except as noted on the plans) of all existing pavements, driveways, sidewalks, drainage lines, drainage structures and other structures which lay within the proposed right-of-way and to provide for the complete construction of curb, gutter, sidewalks and driveways. Reinforced Portland cement concrete, hot-mixed asphaltic concrete with flexible base, storm sewer line and structures and • such incidental items as may be required by these Contract Documents, will be constructed in strict compliance with and will adhere to all requirements as specified in and by construction specifications as adopted by the City of Port Arthur and the Texas Department of Transportation (TxDOT-November 2014), by manufacturers specifications and by standard engineering practice. Successful completion of the project will be judged on the basis of technological correctness of construction, aesthetics or finish, and vehicular ride performance. • SUMMARY OF WORK Base Bid 1. Excavate and dispose of the egisting roadway and base materials. 2. Furnish and construct 8"thick lime stabilized base(8% lime). 3. Furnish and construct 8"thick reinforced Portland cement concrete pavement. 4. Furnish and construct 2"thick hot mix asphaltic concrete pavement with Portland cement concrete curb and gutter for transitions to existing pavement. 5. Furnish and construct 5'wide reinforced Portland cement concrete sidewalk. 6. Furnish and construct 3'wide reinforced Portland cement concrete sidewalk. 7. Furnish and construct sidewalk access ramps. 8. Furnish and construct all roadway signs and striping. 9. Remove and replace driveways. 10. Furnish and construct new waterline, fire hydrants, and connections to existing waterlines. 11.Abandon and fill all manholes and storm sewer lines as shown on plans and per details. 12. Remove all storm sewer lines and inlets. 13. Furnish and construct catch basins with extensions. 14. Furnish and construct junction boxes. 15. Furnish and construct 18" HDPP storm sewer pipe. 16. Furnish and construct 24" HDPP storm sewer pipe. 17. Furnish and construct 30" HDPP storm sewer pipe. 18. Provide temporary traffic control signage. Pl SCHAUMBURG POLK, G-1 Additive Alternative Bids 1. Arborist consultation and root barrier as recommended by City Council. SPECIAL CONSIDERATIONS The work required by these Contract Documents will occur within the boundaries of a residential and school area. It is the intent of the City of Port Arthur that unfavorable impact by the Contract work, on said residences and school shall be minimized. The Contractor shall notify in writing, at least forty-eight (48) hours prior to beginning work, all residences and school representatives I which are expected to be affected by said work. Ingress and egress to affected residences and school facilities shall be maintained at all times by the Contractor as provided in the plans and Contract Documents. Traffic flow through and around the construction area(s) shall be in accordance with the approved traffic control plan and shall be maintained with as little disruption as possible. Barricades, lights, signs and other traffic control devices shall, on a timely basis, be installed and maintained in accordance with the Texas MUTCD and provisions of these Contract Documents as approved by the Engineer. The Contractor shall work closely with the various utility owners and assure prompt access to their equipment for service or adjustment. The Contractor shall be solely responsible for coordination of the work with any utility owner which may be affected by the work. Additionally, forces of the City of Port Arthur, in order to secure the safety, welfare and convenience of the citizens of Port Arthur, must provide services on both emergency and normal, continuing basis. Provisions of these services may require City forces to work within or around the construction area prescribed by this project. While it is anticipated that the construction schedule impact induced by the work of City and utility crews will be minimal, the Contractor, by affixing proper signature to these Contract Documents, agrees to indemnify and hold harmless the City of Port Arthur from any and all claims of damage or delay, incurred or alleged to have incurred, in connection with the work of said crews. I. Asbestos Handling/Abatement- The Contractor is made aware that existing waterlines encountered maybe Transite pipe. The proposed project will require the removal of, or connecting to the existing piping. It is the Contractor's responsibility while performing all proposed work under this contract to be familiar and compliant with all applicable Texas Department of Health (TDH), Occupational Safety and Health Administration (OSHA), and Environmental Protection Agency (EPA) guidelines for asbestos abatement,- including all special training requirements, medical monitoring, respiratory protection, and various personal hygiene practices. II. Contractor shall employ the services of a licensed abatement contractor to insure proper worker protection and documentation that the piping was handled and disposed of properly. —. - ,- 5CHAUMBURG _ POLK. G-2 SECTION H SUPPLEMENTAL CONDITIONS OF THE AGREEMENT- PART A A. NAME AND LOCATION OF PROJECT. Work covered by these TECHNICAL SPECIFICATIONS is entitled SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT, Job No. 19-239 . B. DESCRIPTION OF WORK. Contractor shall furnish all materials,appliances,tools, equipment,transportation, services, and all labor and superintendence necessary for the construction of work as described in these TECHNICAL SPECIFICATIONS, and as shown on the PLANS. Work, in general, consists of construction of a Concrete Roadway Reconstruction. The completed installation shall not lack any part which can be reasonably implied as necessary to its proper functioning or any subsidiary item which is customarily furnished, and the Contractor shall deliver the installation to the OWNER in operating condition. C. PLANS. City of Port Arthur Sunken Court Roadway Reconstruction Project Drawings (Between N. Park Drive and Twin City Hwy/Hwy 347) D. BASIS OF PAYMENT. All work outlined in Paragraph B. above, and shown on PLANS listed in Paragraph C. above, is included in items of BID for which unit prices are shown, and these prices shall be basis of payment. E. OTHER CONTRACTS. Other construction may be underway concurrently in this area. Contractor shall afford utility companies and other Contractors reasonable opportunity for introduction and storage of their material and execution of their work. All work under this Contract must be properly connected and coordinated with that constructed by others. F. SEQUENCE OF WORK. City reserves the right to schedule sequence of construction. G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items which follow describe general requirements. When necessary, Special Provisions are inserted to describe additional requirements applicable to this Contract. Special Provisions are to be used in conjunction with basic TECHNICAL SPECIFICATION Items. In event of conflict between requirements of the Special Provisions and the basic TECHNICAL SPECIFICATION Item,the requirements as set forth in the Special Provisions shall govern. H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have been established for Supplemental Items shown in SECTION D - BID. The Contractor H-1A may not bid a unit price less than the minimum value; however, he may increase the minimum unit price. If no entry is made in the spaces provided, the minimum unit prices shown shall apply. These items are included to facilitate payment for charges and alterations that may be required to complete work. The actual work as provided by the GENERAL and SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS and shown on PLANS is described in PROPOSAL items other than Supplemental Pay Items. When work covered by Supplemental Items is requested by the Contractor and approved by the Engineer,payment will be based on the quantity actually constructed and Unit Prices bid in BID. I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. On completion of job, Contractor to furnish Owner with one(1) set of direct prints marked with red ink to show as-built dimensions and location of all work constructed. J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting of right-of-way markers and horizontal and vertical control monuments in the vicinity of the project. All monuments destroyed during construction shall be replaced by the Owner and the Contractor shall pay all costs involved in restaking. H-2A SUPPLEMENTAL GENERAL CONDITIONS - PART B A. TECHNICAL SPECIFICATIONS 1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined type and include incomplete sentences. The omission of words or phrases such as "Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS", "according to PLANS", "a", "an", "the",and "all",are intentional. Omitted words or phrases shall be supplied by inference in same matter as they are when a "note" occurs on PLANS. 2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall provide all items, articles, materials, operation or methods listed, mentioned, or scheduled either on PLANS or specified herein, or both, including all labor, materials,equipment,and incidentals necessary or required for their completion. 3. Whenever the words "approved", "satisfactory", "designated", "submitted", "observed", or similar words or phrases are used, it shall be assumed that the word "Engineer" follows the verb as the object of the clause, such as "approved by Engineer". 4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's installation directions shall mean the latest edition thereof. 5. Referenced to technical society, organization, or body is made in TECHNICAL SPECIFICATIONS in accordance with following abbreviations: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ASTM American Society for Testing and Materials AWWA American Waterworks Association FS Federal Specifications PCA Portland Cement Association IEEE Institute of Electrical and Electronic Engineers NEC National Electric Code UL Underwriters'Laboratories AISI American Iron and Steel Institute API American Petroleum Institute IPCEA Insulated Power Cable Engineers Association NEMA National Electrical Manufacturers Association AWS American Welding Society H-1B PCI Prestressed Concrete Institute AISC American Institute of Steel Construction ANSI American National Standards Institute(Formerly ASA) 6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and materials in comprehensive manner, and only pertinent portions of these items apply. B. LANDS FOR WORK. Owner provides,as indicated on PLANS, land upon which work is to be done,rights-of-way for access to same, and such other lands which are designated for use by Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations,temporary construction facilities,or for storage of materials. C. LINES AND GRADES. From benchmarks and horizontal control references established by Engineer, stake out work, establish elevations, and assume responsibility for correctness of installation as to location and grade. Engineer will establish benchmarks and references for horizontal control on various projects as follows: 1. One Structure at Site. Benchmark and reference hubs at two corners of structure. 2. Two or More Structures. Benchmark and base line at site. 3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at manholes and on line at intervals not exceeding 200 feet. 4. Waterlines. Reference hubs at turns in line, valves, and fire hydrants, and benchmarks at intervals not exceeding 2,000 feet. 5. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet. Benchmarks at intervals not exceeding 2,000 feet. 6. Engineer will set stakes one time only. Contractor must satisfy himself, before commencing work, as to meaning or correctness of all stakes or marks, and no claim will be entertained for or on account of any alleged inaccuracies, or for alterations subsequently rendered necessary on account of such alleged inaccuracies, unless Contractor notifies Engineer in writing before commencing to work thereon. Contractor is to protect stakes and pay all costs involved in any restaking. Stakes, as described above, will be furnished as required by Contractor within 48 hours after written notification to Engineer by Contractor on stake-out request forms H-2B provided by Engineer. Contractor to have a representative on job at time field party begins work. D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities necessary for construction at no additional cost to Owner unless otherwise specified in preceding Special Provision. E. MATERIALS TESTING. All materials, equipment, etc., per scope of work, used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards and frequency, or as required by the contract documents. The CONTRACTOR shall make all arrangements for such tests and inspections with a local independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall bear all related costs of tests and inspections. If such procedures for testing and inspection reveal failure to comply with accepted standards or with requirements established by the contract documents, all re-testing and re-inspection costs made necessary by such failure, including those of related procedures, shall also be at CONTRACTOR'S expense. If the ENGINEER and/or OWNER determines that portions of the project requires additional testing or inspection not included in CONTRACTOR'S original bid, the ENGINEER shall, upon written authorization from the OWNER, instruct the CONTRACTOR to make arrangements for additional testing and inspection. The costs for such additional testing and inspection shall be at OWNER'S expense. The CONTRACTOR'S independent testing laboratory shall give timely notice to the CONTRACTOR and the ENGINEER of when and where tests and inspections are to be made so that the CONTRACTOR and the ENGINEER may be present for such procedures. If the ENGINEER is to observe tests and inspections, the ENGINEER will do so promptly and,where practical, at the normal pace of testing. Tests and inspections shall be made promptly to avoid unreasonable delays on the project. Required certificates and/or reports of all test and inspections shall, unless otherwise required by the contract documents, be promptly delivered by the independent testing laboratory to the CONTRACTOR,the ENGINEER,and the OWNER. F. VARIATIONS DUE TO EOUIPMENT. Foundations, structural supports, electrical work, and piping shown on PLANS for items of equipment may be changed if necessary to accommodate equipment furnished. Every effort has been made to design foundations, structural supports, electrical work, and piping to that no changes will be necessary; however, exact dimensions and size of subject foundations and structural supports and exact electrical and piping installations cannot be finally determined until various items H-3B of equipment are purchased and manufacturer's certified shop drawings are secured. Make changes,after prior consultation with Engineer,at no cost to Owner. If substitute items of equipment are authorized which vary materially from those shown on PLANS, prepare equipment data and detailed drawings covering necessary modifications and submit to Engineer for approval. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications,including engineering charges for checking modifications. G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of Contractor, submit design calculations and detail drawings covering proposed changes and related modifications of Contract PLANS to Engineer for review. Make drawings same size as Contract PLANS and of comparable quality. Make payment of charges resulting from modifications,including engineering charges for checking such designs. H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings, schedules, and data sheets covering items of construction and equipment listed below: 1. Structural and miscellaneous steel and steel tanks. 2. Architectural products. 3. Reinforcing steel 4. Prestressed reinforced concrete members. 5. Reinforced concrete pressure pipe. 6. Mechanical equipment,including valves and sluice gates. 7. Electrical equipment,including instruments. 8. Special items,as directed. Contractor will check and approve shop drawings for compliance with requirements of Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Anv drawings submitted without Contractor's stamp of approval will not be considered and will be returned to him for proper submission. Engineer will pass promptly upon drawings submitted, noting necessak corrections or- - — - revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Such procedure shall not be considered cause for delay. Acceptance of drawings by Engineer does not relieve Contractor of any requirements of terms of Contract. H-4B OPERATION AND MAINTENANCE MANUALS. Operation and maintenance manuals are to be provided where required by Specification Item. 1. Contractor to be responsible for obtaining installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. Submit three (3) copies of each complete manual to the Engineer within ninety (90) days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. 2. Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install,test, and start up equipment. 3. Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. 4. The manual is to contain the following: (a) An 8%i-inch x 11-inch typewritten sheet listing the manufacturer's identification, including order number, model, and serial number and location of parts and service centers. (b) A separate 8%2-inch x 11-inch typewritten list of recommended stock of parts, including part number and quantity. (c) Complete replacement parts list. (d) Performance data and rating tables. (e) Specific instructions for installation,operation,adjustment,and maintenance. J. COST BREAKDOWN. Within fifteen(15) days after execution of Contract,submit, in acceptable form, schedule showing subdivision of Contract into various items of permanent construction, stating quantities and prices, as basis for computing value to Owner of permanent usable parts of facility to be paid for on monthly estimates. No payment will be made to Contractor until such schedule has been submitted and approved. K. PROGRESS SCHEDULE. Within fifteen(15)days after execution of Contract,submit in acceptable form,anticipated progress schedule covering work to be performed. H-5B L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects due to faulty workmanship or materials for period of one year from date of issue of Certificate of Acceptance. Upon notice from Owner, repair defects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any provision in Contract Documents relieves Contractor of above guarantee. Notice of observed defects will be given with reasonable promptness. Failure to repair or replace defect upon notice entitles Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Surety. M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up operations, remove from sites of work and from public and private property, temporary structures, rubbish, and waste materials. Dispose of excavated materials beyond that needed to bring site to elevations shown. During final clean-up, any road constructed by Contractor for access to construction site to be leveled and ruts filled so that natural surface drainage is not hindered. N. MATERIALS AND EQUIPMENT. Incorporate into work only new materials and equipment of domestic manufacture unless otherwise designated. Store these materials and equipment in manner to protect them from damages. Manner of protection subject to specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials found on site of work, or dismantled by reason of construction, remain property of Owner. Remove and deliver materials to Owner at designated points. Pay, at prevailing market price,for usable materials that are damaged through negligence. O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other underground structures. Determine location of these installations in way of construction by referring to available records, consulting appropriate municipal departments and utility owners,and by making necessary exploration and excavations. P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make"- - arrangements with owners of utilities. Owner will not be liable for damages on account of delays due to changes made by owners of privately owned utilities which hinder progress of work. H-6B Q. PROTECTION AND REPLACEMENT OF PROPERTY. In addition to requirements of Paragraph 56 of GENERAL CONDITIONS OF AGREEMENT, the following applies: "Where necessary to take down fences, signs, or other obstructions, replace in their original condition and restore damaged property or make satisfactory restitution, at no cost to Owner." R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on existing systems. Exercise care in performing work so as not to interrupt service. Locate and uncover existing utilities ahead of heavy excavation equipment. At house connections, either lift trenching machine over lines or cut and reconnect with minimum interruption of service,as approved. S. PROTECTIVE MEASURES. Where construction creates hazard to traffic or public safety, furnish and maintain suitable barricades,warning signs, and lights. Remove same when no longer necessary. T. USE OF STREETS. 4 1. Remove, as soon as practicable, accumulated rubbish and open each block for public use. Use of any portion of street shall not constitute acceptance of any portion of work. Backfill and shape trenches across street intersections or driveways for safe traffic at night or, where permitted, span open trenches with wooden mats or bridges to permit traffic flow. When driveways are cut, immediate placement of mats for ingress or egress of vehicles may be directed if undue hardship to property owner would otherwise result. 2. Except where approved otherwise, do not hinder or inconvenience travel on streets or intersecting alleys for more than two blocks at any one time. Whenever street is closed, place properly worded sign announcing fact to public, with proper barricades at nearest street corners, on both sides of obstruction. Leave no street or driveway blocked at night. 3. When street is closed,notify Fire Department and Police Department. 4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide temporary drainage. H-7B U. FINAL INSPECTION. When construction is substantially complete as determined and approved by the City Engineer, Contractor and City of Port Arthur representatives will walk through the project from start to end limits to develop a punch list which notes and marks on site work deficiencies. This punch list of work deficiencies will be rectified and completed within thirty (30) calendar days from the date contractor has received the formal written Punch List notice. Failure to repair deficiencies or replace defected materials after thirty 30 calendar days, entitles the Owner to repair or replace same and recover reasonable cost thereof from Contractor and/or his Retainage. Retainage Payment will only be released when the following are submitted and complied for Closing out of Project: 1. Completion of Punch List. 2. As-Built drawings submittal. 3. Substantial Completion Letter from contractor and Approved by City Engineer. 4. Affidavit of all Labors Paid. 5. Affidavit of all Materials Paid. 6. Certificate of Warranty—City of Port Arthur form signed by Contractor. 7. Contractor's Certificate and Release- City of Port Arthur form signed by Contractor. 8. Engineer's Certificate of Acceptance-City of Port Arthur Engineer. H-8B SECTION I --',Z---7-EATA Document A310TM — 2010 Bid Bond CONTRACTOR: SURETY: (;Name. legal status and address) (.lame, legal status and principal place Excavation&Construction LLC (ibuiness) 6601 Proctor Street Ext. Liberty Mutual Insurance Company Port Arthur,TX 77642 2200 Renaissance Blvd.,Ste.400 This document has important legal King of Prussia,PA 19406-2755 consequences.Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or City of Port Arthur modification. 444 4th St Any singular reference to Port Arthur,TX 77640 Contractor,Surety,Owner or BOND AMOUNT: FIVE PERCENT(5%)of Total Amount Bid other party shall be considered plural where applicable. PROJECT: (Name, location or address. and Project number, if anti) SUNKEN COURT ROADWAY RECONSTRUCTION PROJECT JOB NO. 19-239- Project Number,if any: 19-239 Pour New Concrete Roadway-Sunken Court from Wilson Dr.to Twin City Hwy. The Contractor and Surety are bound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves.their heirs,executors.administrators.successors and assigns.jointly and severally-as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents.or within such time period as may be agreed to by the Owner and Contractor.and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid.and gives such bond or bonds as may be specified in the bidding or Contract Documents.with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond.between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid.then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner ma} accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents.and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, am provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished.the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 27th day of August,2019 Excavation&Construction LLC (Pr i l�Jl (Seal) (Witness) (Title) � Liberty Mutual Insurance Company (S'uret: (Ser:!) (Witness) aurin K.Farb• ,� cf try - t7'itlei Sean McCa ey,Jr., Atcomey-In-Fact AtA Document A310"'—2010.Copyright C11963,1970 and 2010 by The American InslihRe at Archiects.All rights reserved MY This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. 1..,..k, Liberty Liberty Mutual Insurance Company rMutual. The Ohio Casualty Insurance Company Certificate No: 8196845 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies').pursuant to and by authority herein set forth,does hereby name,constitute and appoint. Scan McCauley-Jr.-Claudia Nunez all of the city of Dallas state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings.bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 14th day of September . 2111 S Liberty Mutual Insurance Company 1Nsu,p \t i lNst, a 1NSUri, The Ohio Casualty Insurance Company ,\JP`p0.°0Rsr44 yJP`oAvo,t R1 c7-t° '',3 West American Insurance Company I >- • 3 `0 m �,r .. For m Q -t '°o m �tas • 1912 ' o 0 1919 n '' 1991 0 /� vi Yd,31e SAcnos --al! ���N4M95r aDt �s �'i'D,�M� ya3 By: µ� r 0 cu iT , r, b.r . t t� ''M , t•-'0 Y- rn David M.Carey,Assistant Secretary D a State of PENNSYLVANIA >- County of MONTGOMERY re co c c) a) On this 14th day of September , 2018 before me personally appeared David M Carey.who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o 2 Company,The Ohio Casualty Company,and West American Insurance Company.and that he.as such,being authorized so to do.execute the foregoing instrument for the purposes=/- y > therein contained by signing on behalf of the corporations by himself as a duly authorized officer t.To)Lu T 15 % c IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written ill a -10 � .N sP PAS?. p o o N :4 VON1Y F'e COMMONWEALTH OF PENNSYLVANIA Q V dwQ oV' `i r Notanat Sea, LtIZEI 01 OF O r0 p N upper Aomori 7wp.,Montgwrwy County By: -N V My Commission Expires March 28.2021 eresa Pastella,Notary Pudic ;o m 0— Member,Pamnylvan,a Association of Notaries la 0 02 0) v)o C711) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o.s Insurance Company,and West American Insurance Company which resolutions are now in full forte and effect reading as follows: o ori ori ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 2 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the:-:-vi 21 -o > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,aodcnovrledge and deliver as surety >o To- e any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall t N > have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed.such ""°O Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under thew(Ni provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c0 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. "'- Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,1°,- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds.recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I.Renee C.Llewellyn.the undersigned.Assistant Secretary.The Onio Casually tasurance Company.Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full true and cerract copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Convener.Lis i_i day of 7 Z Oil . -1NSUR4 .SY INS, . , ANS lb?, ��• ,�„F.\oav O^�. �'�, . r- ,..„7„,„,„.,,, 'Y „C coaOW,-„,.. J ? �Fo � e forn ,? Ro R. / f 1912 n c 1919)--,, - 1 4991 a t y� aI`\ O rd�8js"c"used. o 4Asns ; V:st mit,'NAb By.Renee C.Llewellyn,Assistant Secretary 1 • h 1 • A% M • >` LMS-12873 LMIC OCIC WAIC Multi Co_062018 STATE OF TEXAS STATE BOARD OF INSURANCE I Certificate N° 2 _ )-.; Company No. -47950 I CERTIFICATE OF AUTHORITY 1 THIS 1S TO CERTIFY THAT LIBERTY MUTUAL INSURANCE COMPANY 1 BOSTON, MASSACHUSETTS has complied with the laws of the State of Texas applicable thereto and is hereby authorized to trans- act the business of Fire; Allied Coverages; Hail, growing crops only; Rain; Inland Marine; Ocean Marine; Aircraft--Liability and Physical Damage; Accident and Health; Workmen's Compensation and Employers' i Liability; Automobile--Liability and Physical Damage; Liability other than Automobile; Fidelity and Surety; Glass; Burglary and Theft; Forgery; Boiler and Machinery; Credit; Livestock • Reinsurance on all lines except Life and Annuities insurance within the State of Texas. This Certificate of Authority shall be in full force and effect until it is revoked, canceled or suspended according to law. P7,'rtX f 1,. eek'‘214,1 (tut� -. .,,.. •�.. e /Jf ,1t 1 IN TESTLMONY WHEREOF, witness my •Its � �> �:�n -::(2 c ,N ,---- hand and seal of office at Austin, Texas, this iEA 0 ts1 `' •"` f _1+th day of October , A. D. 19 0 + ` r ,j'I _ �2�,, ret COMMISSIO\ER CFINSURANCE SECTION J 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 Lag., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176.Local Government Code,by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Date Rx,rivad 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/ A-- A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. I Name of vendor who has a business relationship with local governmental entity. J Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate tiling 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.) II Name of local government officer about whom the information Is being disclosed. Name of Officer Al Describe each employment or other business relationship with the local government officer,or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO 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? a Yes I-7No 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? F-7 Yes n No _II 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. II flCheck this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described I Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). Signat[�r of vendor doing business with the govartmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11130/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acornplete copy of Chapter 176 of the Local Government Code may be tound at http:/iwww.statutes.legis.stale.tx.us. Docs'LG;htm/LG.176.htm.For easy reference.below are some of the sections cited on this torr. Local Government Code Q 176,001(1-a):"Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on (A) a transaction that is subject to rate or fee regulation by a federal.state.or local governmental entity or an agency of a federal,state.or local governmental entity: (B) a transaction conducted at a price and subject to terms available to the public:or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by.and reporting to.that agency. Local Govemment_Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor it (2) the vendor (A) has an employment or other business relationship with the local governntentotficer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income. that exceeds $2.500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed: cr (ii) the local governmental entity is considering entering into a contract with the vendor: (9) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 :n the t 2-month period preceding the date the officer becomes aware that: li) a contract between the local governmental entity and vendor has been executed or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code A 176.006(a)and(a-11 (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and (11 has an employment or other business relationship with a local government officer of that focal governmental entity.or a family member of the officer.described by Section 176 003(a)(2)(A): (2) has given a local government officer of that local governmental entity.or a family member of the officer one or more gifts with the aggregate value specified by Section 176 003(a)121(Bi.excluding any gift described by Section 1 76.003(a-1):or (3) has a tamely relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must he filed with the appropriate records administrator not later than the seventh business day atter the later of (1) the date that the vendor. (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application.response lea request for proposals or bids, correspondence. or another writing related to a potential contract with the local governmental entity:or (2) the date the vendor becomes aware. (A) of an employment or other business relationship with a local government officer.or a family member of the officer,described by Subsection(a): (B) that the vendor has given one or more gifts described by Subsection(al or (C) of a family relationship with a local government officer. Form prowled by rexas Ethics Commission www ethics state 1K us Revised t 130:2015 SECTION K PAYMENT BOND STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF JEFFERSON THAT we ,of the City of , County of and State of as Principal,and as Surety,authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the City of Port Arthur,Port Arthur,Texas,and to all Subcontractors,workmen,laborers,mechanics and furnishers of material,and any other claimant,as their interest may appear,all of whom shall have the right to sue upon their bond,in the penal sum of Dollars ($ ), lawful currency of the United States of America, for the payment of which, well and truly to be made, we do hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally and firmly by these presents: The condition of this Bond is such that,whereas,the above bounden Principal as prime contractor has on the day of , 2019, entered into a formal contract with the City of Port Arthur for which is hereby referred to and made part hereof as if fully written herein. NOW, THEREFORE, if the above bounden Principal shall protect all claimants supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of Vernon's Texas Civil Statures,as amended) and shall pay and perform any and every obligation that of such principal is required or provided for in such law, this bond being solely for the protection of all such claimants and being for the use of each claimant, then obligation shall be null and void, otherwise it shall remain in full force and effect. It is stipulated and agreed that no change, extension of time, addition to or modification of the contract or work performed thereunder, shall in anywise affect the obligation of this bond, and surety expressly waives notice of any such exchange, extension of time, addition or modification. IN WITNESS WHEREOF, the Principal has caused these presents to be executed, and the said surety had caused these presents to be executed, each by its duly authorized agent and officer, and its corporate seals to be hereto affixed at on this the day of , A.D.,2019 CONTRACTOR ATTEST: BY: TITLE: CONTRACTOR ATTEST: BY: TITLE: NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners shall execute Bond. Surety companies executing bonds must appear on Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in Texas. SECTION L Aco CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: PHONE FAX(A/C, (NC.No,Ext): Not: EMAIL INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: INSURED INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES 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. LIMITS TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY EXP • DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE I OCCUR MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEM.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG _S POLICY n JECaT T7 LOC iwr ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULE BODILY INJURY(Per accident) $ AUTOHIRED S 0 AUTOS AUTOS NON-OWNED PROPERTY DAMAGE _._ AUTOS (Per accident) UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ S WC STATU- OTH- ANO EMPLOYERS'LIABILITY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVEN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ©1988-2010 ACORD CORPORATION. All rights reserved. SECTION M 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 sung of DoIlars,S( ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves,successors,and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain Contract with the OWNER,dated the day of 2019,a copy of which is hereto attached and made a part hereof for the construction of: NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may he granted by the OWNER, with or without notice to the Surety and during: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 rill outlay and expense which the OWNER may-incur in making good any default, then this obligation shall he void; otherwise to remain in full force arid effect. Provided, that this bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance therewith. • PROVIDED, FURTHER,that.the said surety,for value received hereby stipulates and agrees that • no change, extension of time,alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation-on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge The right of any beneficiary hereunder,whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in . counterparts, each one of which shall be deemed an original,this the day of .20 — ATTEST: Principal BY: (s) (Principal) Secretary (SEAL] (Witness as to Principal) (Address) Address Surety ATTEST: • BY: Witness as to Surety Attorney-in-Fact Address Address NOTE: DATE OF BOND must net be prior to date of Contract. IF CONTRACTOR is Partnership. all partners should execute BOND. IMPORTANT: Surety companies executing BONDS must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the state where the PROJECT is located. SECTION N STATE OF TEXAS COUNTY OF JEFFERSON KNOW BYALLMEN 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; PROVIDED, the aggregate liability -Of surety hereunder is limited to the penal sum of this bond. day Of , 2019. By: By: Address — The name and.address of the resident agent of surety is: SECTION 0 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 submissi n of this bid proposal. Signature: s,,,,, ____________ Printed Name: �(,- c_ C I c I r, e-Jd Title: C64.. Company: (c�v -1,c). Coil s4(,),.� ,,�( LCL Date: q /6 / jC1 SUBSCRIBED and sworn to before me the undersigned authority by `C ' the Gri) of, aicH0 " i'r'itehalf ,of said bidder. CT). (0Q0c,-)-_,___ Notary ublic in and for the State o Texas 15•.' ELIZABETH LEMOINE , tic,. `�a NOtOf y PtdohC.StUIP feu05 I @ u',DO\C) My Cmmason EOfp�fes My commission expires; 1 sj'%':' ,jl Septembef 24. 2019 f SECTION P 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 un rsigned offers and agrees to one of the following: I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. L(cfk tn9r)L i Cil 54-vwcJc'1 LCL [/61/ 1 Firm ame Date A thorized Signature Title kric 6 lir 4r� e0c)-- L/Oc1 2A1 (Oil/ Name(please print) Telephone Le;(_‘G, Icti e r'ea 1- p L�Xcv,-, l • CDS Email STATE: f COUNTY: If fe,�''S0 1 SUBSCRIBED AND SWORN to before me by the above named Eric G I 1 C h c Ie s- on this the UQ day of SQ mb'er , 20 19 . I. Z.:)6209 ..i."-------- „ ELIZABETH LEMOINE ¢, Notory Pub1�c.$1C71P c i �c•xc:. 1 NOT 'UbilC sem:•. .,-' My Comm'ss�a'Enr•: °+ •F` Se lember 24. 2019 ij RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION Q House Bill 89 Verification I, &1-(, 6; ( ✓le a- (Person name), the undersigned representative (hereafter referred to as "Representative") of 1 L,c c s v 'i 1 CO vt S 4 r et7 J •-\ (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. / iii.t�\- ----- SIG �SIG ATURE OF REPRESENTATIVE SUBSC BED AND SWORN TO BEFORE ME, the undersigned authority, on this day of ;•12 P Yn , 20 n . ,rr;„7" ELIZABETH LEMOINE �4`� NotOry Public.State of Texas ._+ My Commission Expires e September 24. 2019 : t("DLO 4.,„„ _. ( Notary Public SECTION R SB 252 CHAPTER 2252 CERTIFICATION G ,t c ttr:ea , the undersigned and representative of E‘[cAM-ha\ Cuet5 7,. LLC (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 7252,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. Name of Company Representative(Print) Signa re of Company Representative Date SECTION S (l QUALIFICATION STATEMENT SUBMITTED TO: CITY OF PORT ARTHUR BY tric (V :J a.1 [1 Ccvi S try()Co, [Corporation,Co-Partnerl Co-Partnership,An Individua PRINCIPAL OFFICE CC O ( Proc]ar 4 j ee ] r__I r7 fey /914 u The signatory of this questionnaire guarantees the truth and accuracy of all statements and of all answers to interrogatories hereinafter made. 1. How many years has your organization been in business as a general contractor under your present business name: Ser ,'r9-f e- 2. How many years'experience in this type of construction work has your organization had? (a) As a general contractor tr . 1e tut (b) As a sub-contractor 3. What projects has your organization completed? Contract Class of When Name and Address Amount Work Completed of Owner SGA ctit,J_ s-t 4. Have you ever failed to complete any work awarded to you? /v° If so,where and why? 5. In what manner have you inspected this proposed work? Explain in detail. I.Jfg E 6v t'- 6. Explain your plan or layout for performing the proposed work: r� D 7. The work,if awarded to you,will have the personal supervision of whom? (a) For administrative management? 780 (b) For resident construction superintendence? / D (c) What experience in this type of work is enjoyed by the superintendent designated under(h)above? 4i4/( /c ttod 8. What portions of the w rk do you intend to sub-let? S-2 9. What equipment do you own that is available for the proposed work? Description,Size Years of Present Qty. Item Capacity,Etc. Condition Service Location 5C-L /k7- 44cty 10. Have you received firm offers for all major items of equipment within prices used in preparing your proposal? t&) S-3 11. List the construction projects your organization has underway on this date: Contract Class d Percent Name and Address of Owner Amount Work Complete or Contracting Officer 3- A# c Dated at /2 • 0`'{ this day of $ C , 2O r TITLE: C/�� S-4 QUALIFICATIONS STATEMENT Submitted to: —Jefferson County Commissioners Court Excavation &Construction, LLC. Excavators & Constructors, Ltd. Principal Office: 6601 Procter Ext., Port Arthur, TX 77642 Phone: 409-962-2677 Fax: 409-962-2771 (email: eric.gilchriest@exconllc.com) When organized: April 1, 2015 July 26, 1967 Where incorporated: State of Texas Operating under Excavators and Constructors. For 47 years Excavators& Constructors, Ltd 11 +years Excavators& Constructors, Inc. 36 years Excavators& Constructors list of completed projects are as follows: Contract Class of Date Amount Work Completed Name and Address of Owner $854,078.74 4th Street Aug 2017 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $760,298.62 New Water line Sep 2017 City of Port Neches $536,475.13 Paving Repairs Sep 2017 City of Port Neches $1,170,742 Road Replacement July 2017 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $785,543.23 Utility work Sep 2016 City of Beaumont P.O. Box 3827 Beaumont,TX 77704-3827 $500,000.00 Site Work Sep 2016 ICON $3,450,445.00 Road Repair Aug 2016 City Of Beaumont $839,881.36 Box Replacement Aug 2016 City of Vidor 1395 North Main Street Vidor,TX 77662 $296,103.26 Waterline July 2016 City of Port Arthur 444 4th Street Port Arthur,TX 77640 $245,593.50 Box replacement March 2016 Drainage District No 7 4401 9m Ave Port Arthur,TX 77642 $3,450,445.00 Street Reconstruction March 2016 City of Beaumont P.O. Box 3827 Beaumont,TX 77704-3827 $26,962.50 Street/Paving August 2015 BRYSTAR Contracting 8385 Chemical Rd, Beaumont,TX 77705 $2,836.00 Dirt Work August 2015 Pro Cure 2300 Hwy 365 suite 400 Nederland,TX 77627 $2,208,974.85 Waterline/Street/Paving August 2015 City of Port Arthur 5th Street Port Arthur,TX 77640 $2,318,702.50 Waterline August 2014 City of Port Arthur 444 4'h Street Port Arthur,TX 77640 $952,241.00 Street/Paving/Water/Sewer May 2014 Twin Lakes Sub-division Damon R. Vacek 960 N. Main Street Vidor,TX 77662 $628,823.81 Street Reconstruction October 2013 City of Port Arthur 444 4'h Street Port Arthur,TX 77640 $ 101,221.15 Sanitary Sewer June 2013 City of China 717 N. Broadway China,TX 77613 $ 157,173.60 Street/Paving June 2013 City of Beaumont P.O. Box 3827 Beaumont,TX 77704-3827 $ 130,240.00 Street/Paving July 2013 City of Beaumont P.O.Box 3827 Beaumont,TX 77704-3827 S 523,265.22 Paving/Sewer July 2013 LSI 10204 Fairbanks N. Houston Road Houston,TX 77640 $ 71,390.745 Street/Road December 2012 City of Beaumont,Texas P.O. Box 3827 Beaumont,TX 77704-3827 LaBelle Subdivision $ 84,187.695 Culvert Crossing Improvements November 2012 Jefferson County Drainage District No.7 P.O. Box 3244 Port Arthur,TX 77642-1862 $1,433,936.34 Sanitary Sewer/Paving/Drainage November 2012 City of Port Arthur, Port Arthur EDC 4173 39'"Street Port Arthur,TX 77642 $1,852,127.95 Street/Drainage Improvements March 2012 City of Lumberton,Hardin County,Texas 836 N. Main Street Lumberton,TX 77657 $775,878.00 Storm Sewer Improvements October 2011 City of Port Arthur,TX $604,860.04 Drainage&Pavement Impr. March 2011 City of Bridge City,Texas P.O. Box 846 Bridge City,Texas 77611 $903,364.95 Pavement/Drain/San. Sewer January 2011 Port Arthur EDC, Port Arthur,TX $71 1,456.75 Flex Base Street Repairs November 2010 City of Port Arthur,TX $1,803,062.60 Pavement/Sanitary Sewer June 2010 City of Beaumont, Beaumont,TX 409-785-3002 $782,590.72 Concrete/San.&Storm Sewer June 2009 City of Port Arthur, Port Arthur EDC 409-963-0579 $987,813.04 Paving/Water/Sewer/Drainage August 2009 Sterling Ridge,City of Nederland 409-723-1503 $2,509,381.78 Concrete/Utilities/Storm Sewer Feb.2009 Port Arthur EDC 409-963-0579 $697,178.15 Concrete/Utilities/Storm Sewer January 2009 Stone Creek Apartments,City of Port Arthur 409-963-0579 $429,509.35 Roadway Extension June 2008 Greene/Hill,City of Nederland.TX $318,449.90 Water, Sewer May 2008 McClain Estates,City of Port Arthur,TX $2,555,702.65 Paving June 2008 City of Beaumont,Beaumont,TX $353,571.89 Paving,Drain, Water,Sewer October 2007 City of Nederland,for David Redwine Nederland,TX $816,191.93 Drain,Sewer, Water September 2007 LaGrone Services, Houston,TX $245,459.85 Roadway Extension July 2007 Port Arthur EDC,4173 39th Street Port Arthur,TX 7741 $$565,766.73 Orange County Sheriff's Dept March 2007 Orange County Sheriff's Department $234,928.68 Drainage/Paving February 2007 Lubys,Inc. Houston,TX(713)329-6880 $198,564.65 Sewer Line Replacement April 2006 Jefferson County WC1D NO. 10(409)722-4437 $832,908.88 Water Main Loop/Paving June 2006 Greenhill,Nederland,TX(409)718-5881 $1,866,65.30 Sanitary,Storm Sewer, Paving June 2006 P.A. Royal Homes, Inc.,Nederland,TX $ 130.031.00 Water&Wastewater Impr. November 2005 Nederland EDC,Jefferson County,TX $840,000.00 RV Park/Gas Station May 2005 John Smith,Nederland,TX $935,082.25 Storm Sewer February 2005 City of Nederland $ 174,582.80 Sanitary Sewer March 2005 City of Bridge City $1,137,349.3 I Road Improvements January 2005 Jefferson County Precinct 2 $2,342,384.00 Water Transmission Main September 2004 City of Port Arthur $818,144.00 Paving April 2004 LaGrone Services, Inc. Southeast Texas Medical Center $597,672.00 Landscaping March 2004 City of Port Arthur Economic Development Corporation $980,000.00 Road Improvements December 2003 City of Port Arthur Economic Development Corporation $257,680.00 Rough Grading/Site Development June 2003 City of Port Arthur Economic Development Corporation $1,135788.50 Underground Utilities June 2003 City of Port Arthur Economic Development Corporation $884,716.00 Drainage System Improvements June 2003 City of Port Arthur Economic Development Corporation $4,591,731.17 General Construction 2001 City of Beaumont,Box 3827 Beaumont,TX 77704 $428,129.19 General Construction 2001 W.T. Byler Co., Inc. 15203 Lilia Road Houston,TX 77060-5299 $4,888,911.06 General Construction 9-14-00 TXDOT, Eldon Chalker Rt.7,Box 138,Jasper,TX 77651 $347,100.72 General Construction 12-99 City of Nederland,Box 967 Nederland,TX 77627 $1,751,478.49 General Construction 6-98 City of Beaumont,Box 3827 Beaumont,TX 77706 $807,824.33 General Construction 12-97 Jefferson County Precinct#2 2748 Viterbo Rd.,Beaumont,TX 77705 $2,180,052.17 General Construction I 1-97 TXDOT,6101 Twin City Hwy Port Arthur,TX 77642 $5,541,628.82 General Construction 8-96 City of Beaumont Personal supervision of this project will be as follows: Administrative Management: Eric Gilchriest Construction Superintendent: Louis Gilchriest Owned Equipment available for this project: Quan. Item Condition Yrs Service Location 1 Hydraulic Riding Paver Good 17 Port Arthur, TX 1 TD 12 Dozer Good 22 Port Arthur, TX 1 Komatsu PC 300 HD Good 19 Port Arthur, TX 1 Ford Backhoe 555 C Good 24 Port Arthur,TX 1 Komatsu D65 PX Good 15 Port Arthur. TX 1 John Deere 544G Ft End Loader Good 12 Port Arthur, TX 1 Link belt 210 Excellent 8 Port Arthur,TX 1 Cat 5 Dozer Good 5 Port Arthur,TX 1 Cat 312 Excellent 7 Port Arthur, TX 1 Link belt 330X Excellent 7 Port Arthur, TX 1 International Harvester TD8 Good 11 Port Arthur, TX 1 New Holland Backhoe Good 14 Port Arthur, TX 1 Kobelco Excavator Good 14 Port Arthur,TX 1 Bomag Mixer Fair 40 Port Arthur,TX 1 Morooka MST Terrain Good 23 Port Arthur, TX 1 Morooka MST 2000 Crawler Good 23 Port Arthur, TX 1 Cat D6 Dozer Good 11 Port Arthur, TX 1 Komatsu Motor Grader GD530 Good 17 Port Arthur, TX 1 Komatsu Excavator PC 200 Good 18 Port Arthur, TX 2 Kubota Mini Excavator 10080 NEW .5 Port Arthur, TX 2 Kubota Skid Steer SV90 NEW .5 Port Arthur, TX Following is a list of projects presently under construction: Contract Class of Percentage Amount Work Complete Name and Address of Owner $994,595.03 Construction of Taxi Way Airport 100% City Of Beaumont $400,896.00 Replace Culvert Hwy 365 100% TXDOT $895,103.21 Retirement Home, Site & Paving 100% Icon Builders • $472,065.04 Lift Station—Allie Payne 100% City of Orange $164,107.66 Waterline Hwy 62 100% City of Orange $503,203.00 Twin Lakes Sub 60% Awc $869,543.25 Walker Arena 99% Lone Star $2,853,877.77 Coppers Gully 100% City of Orange $250,000.00 2 year curb and gutter repair 35 % City Of Beaumont $265,235.51 2 Year Brick Paver repalcement 40% City Of Beaumont $1,140,621.98 Chlorination contact chamber repair 75 % City Of Beaumont $3,656,485.47 2 Year Conc paving Repair 30% City Of Beaumont $289,350.76 15th street 100% City Of Port Arthur, $881,393.50 8th Avune 5 % City Of Port Arthur, ERIC G ILC HRIEST 760 Searcy Road, PO Box 480, Buna,TX 77612 409.289.1053 eric.gilchriest a�gmail.com P ROFILEOFQ UALIFICATI ONS • More than 15 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. .- History of promotion to greater levels of responsibility through superior performance. Skillful multitasker with exceptional detail orientation and problem-resolution capacities. • Effective team builder with strong communication and relationship-building abilities. Y Excellent planning, organization, time management and decision-making skills. • Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. CAREERTRACK Excavation &Construction , Port Arthur, TX 2015- General Manger 2015-Today Oryx Oil Field Services, Goliad, TX 2012-2015 Spread Boss 2013-2015 • Directed crew rated as both Most Productive and Most Cost-Effective. Heavy Equipment Operator 2012-2013 • Safely ran track hoe and ensured safety while working around live lines. Allco, Beaumont, TX 2000-2012 Superintendent 2007-2012 • Tasked with managing numerous projects with TxDot worth more than $10MM and successfully completed all work on time&under budget. • Effectively supervised over 50 personnel and five subcontractors. Field Engineer 2004-2007 • Directed surveying operations and collaborated with engineering personnel to update construction plans. • Ensured completion of all change orders and other construction documentation. General Laborer 1996-2004 • • Recruited to conduct heavy equipment operation, surveying, field engineering, spreading and personnel leadership operations. Jobs that has been completed include Goliad TX. For Oryx Oilfield Services Eagle Ford for Conoco Contract price: Multi Millions 15-40 People Crew plus subs Port Arthur TX. for AlIco Port Arthur ISD. Built Roads, Storm Sewer& Parking Lots 15 People crew Beaumont TX. For Allco Beaumont ISD. 6 Schools Contract price: $350M Excavation&fill foundations,All layout work for site, Built all roads and parking lots. 15 People crew plus many subs. (Plumbers, Electricians, Brick layers, Structure steel, Roofers, Cement finishers,Ac, Flooring,Sheet rock,ext.) Orange TX. For Allco Port of Orange Contract price:$4M 15 People crew Plus subs. Control Building, Parking lot& Entrance road Bryan TX. For Allco TX Dot West Villa-Maria & Farm rd. 1779. Contract price:$15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge, 2500ft of 5 lane paving, 2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts. 3000ft of railroad shoe fly,3000ft of new railroad over new railroad bridge. Jobs Completed Continued. • Kirbyville TX. For AIIco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls. Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep Job received best ride in the state that year. Orange TX. For Allco TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For AlIco TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base &asphalt paving, Storm Sewer, Box sewer& head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For AlIco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For AlIco Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Allco Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. LOUIS GILCHRIEST 500 Feldshchu P.O. Box 1206, Buna, TX 77612 409.289.1053 eric.gilchriest@gmail.com P ROFILEOFQ UALIFICATIONS More than 50 years of experience in staff leadership, operations management, construction, safety, problem resolution, equipment operation, communication, surveying and project management. > History of promotion to greater levels of responsibility through superior performance. > Skillful multitasker with exceptional detail orientation and problem-resolution capacities. ➢ Effective team builder with strong communication and relationship-building abilities. ➢ Excellent planning, organization, time management and decision-making skills. > Strategically collaborate with professionals to maximize performance in facilitating goals and attaining operational excellence. CAREERTRACK Excavation & Construction LLC, Port Arthur, TX current- w, Operations Manger APAC, Beaumont, TX Sept. 2014-Jul. 2015 Consultant Retired 2011-2014 Allco, Beaumont. TX 1996 - 2011 Superintendent& Project Manager Williams Brothers, Houston, TX 1992 - 1996 Superintendent& Project Manager OMLL Inc., Buna, TX. 1976-1993 President And Owner • All types of underground utilities. Water, Sewer, Storm Sewer, Lift stations, Concrete Paving 20 Employees, Largest job$10 million Bayshore Construction, Baytown, TX 1970-1975 Superintendent/ Foreman • Water, Sewer, Storm Sewer& City Paving in Baytown/Houston area. 30-40 Employees Excavators and Constructors. Beaumont, TX 1968-1970 Foreman/Operator City of Beaumont, Beaumont, TX 1966-1968 Water and Sewer Department • Started as Laborer at$1.47 an hour and left at$2.50 an hour as a Foreman/Operator Army Reserves 1966-1970 Army 1964-1966 High School 1964 Jobs that has been completed include Port Arthur TX. for Apac Texas Port of Port Arthur for Apac Texas New railroad yards for each track lines. Parking lots and yard. Contract price: $4.5M 10 People crew plus Railroad sub. 15 month job built in 7 months. Port Arthur TX. for Apac Texas HWY. 69 Texaco Bridge and Box Sewer Contract price: $3M 15 People crew plus subs. Built in 50 working days $200K Bonus TX Dot Job Port Arthur TX. for AlIco Port Arthur ISD. Built Roads, Storm Sewer& Parking Lots 15 People crew Beaumont TX. For Allco Beaumont ISD. 6 Schools Contract price: $350M Excavation &fill foundations,All layout work for site, Built all roads and parking lots. 15 People crew plus many subs. (Plumbers, Electricians,Brick layers, Structure steel, Roofers,Cement finishers,Ac, Flooring,Sheet rock,ext.) Orange TX. For AlIco Port of Orange Contract price:$4M 15 People crew Plus subs. Control Building, Parking lot&Entrance road Bryan TX. For AlIco TX Dot West Villa-Maria & Farm rd. 1779. Contract price:$15M 40 People crew plus subs. 1 railroad bridge, 1 main lane bridge, 2500ft of 5 lane paving,2000ft Of retaining wall from 5vf to 30vf poured in place with drill shafts.3000ft of railroad shoe fly,3000ft of new railroad over new railroad bridge. Jobs Completed Continued. Kirbyville TX. For AlIco TX Dot HWY. 96 Kirbyville Contract price: $25M 35 People crew Plus subs. 6 Miles of 84ft wide 12in thick slip from paving, 2 bridges, 300,000cy of fill material, Milling road way, Asphalt pavement base, Asphalt paving, 6in lime sub grade, large box sewers and headwalls, Bought and set up concrete plant, trucked in rock and sand, Produced all concrete on site. Drilled 2 6in water wells for concrete plant 500ft deep. Job received best ride in the state that year. Orange TX. For Allco TX Dot HWY. 90 From MLK to HWY. 87 Contract price: $10M 25 People crew plus subs. 4 Miles of 5 lane 10in concrete paving, roadway excavation, lime base, asphalt paving, storm sewer, water Lines, sanitary sewer line, box sewer, and headwalls. Orange TX. For AlIco TX Dot HWY. 87 Orange TX. From 105 North to traffic circle Contract price: $15M 30 People crew plus subs. 2 Miles of 6 lane 10in concrete paving plus service roads, lime, base & asphalt paving, Storm Sewer, Box sewer& head walls, Bridge over railroad, 15 spans 100ft each, 5 lanes 1500ft with drill shafts, 2000ft of retaining walls 20vf. Beaumont TX. For AlIco TX Dot West Port Arthur rd. From Cardinal drive south 5 miles Contract price: $8M 25 People crew plus subs. 5 Miles of 5 lane 10in concrete paving, 2 each 2 span bridges, Storm sewer and Box sewer, lime, base & Asphalt paving. Orange TX. For AlIco Waste Water Plant Contract Price: $8M 20 People crew plus subs. Mechanical piping for 10 million gallons day plant. Port Arthur TX. For Allco Fresh Water Treatment Plant Contract Price: $25M 20 People crew plus subs. Mechanical Piping. Jobs Completed Continued. Beaumont TX. For William Brothers TX Dot MLK Parkway From Washington to Fannin Contract Price: $44M 7-8 Foreman 60-110 people crew plus subs. 9 Bridges. 2 Large pump stations 50-60vf deep, Large box sewers, 2,000,000cy of dirt removed, 5 Miles of 6 lane 12in paving plus service roads, lime, base and asphalt paving, 5,000lf of retaining walls 5-30vf tall pile supported. Beaumont TX. For William Brothers TX Dot MLK Out Fall Boxes Contract Price: $10M Sub Contract to OMLL INC. 50001f 12ftx8ft Box sewer 16-30ft deep, 4000If 10ftx7ft Box sewer 16-20ft deep SECTION T SPECIAL PROVISIONS IMPORTANT NOTICE TO CONTRACTORS The Contractor's attention is directed to the fact that utility adjustments may be required for the construction of this project.The Contractor will be expected to coordinate work with all utility companies in order to maintain service at all times to the adjacent property owners. Additional time will be granted for delays caused by utility adjustments, if in the opinion of the Engineer, such delays warrant additional time. It is specifically understood, however, that if the Contractor is delayed by virtue of these utility adjustments,that this delay will not be considered as a basis for a claim by the Contractor. The following utility companies are involved in the construction of this project and a telephone number and current contact person are listed: UTILITY TELEPHONE NO. CONTACT PERSON AT&T 0:409.924.1669 Keri Shay Telephone Company M:409.201.2197 0:409.893.1666 Cliff Palermo M:409.291.9489 Texas Gas Service 0:409.766.2801 Arthur Thomas M: 512.571.1941 City of Port Arthur 0:409.983.8557 Darell Harmon Water Distribution M:409.548.5585 City of Port Arthur 0:409.983.8551 Jerome Hudson Sewer Conveyances M:409.543.3839 City of Port Arthur O:409.983.8501 Brad Brown Drainage Superintendent M:409.549.0738 Entergy 0:409.982.5810 Ron Fletcher M:409.974.8663 Spectrum 0:409.720.5565 Adam LaRive M:409.284.3765 The utilities listed above will be adjusted by the Owner of the utility and will not be the responsibility of the Contractor with the exception of sewer and water line adjustments. The Contractor shall perform all work necessary to adjust the sewer and water lines as detailed in the plans. T-1 SPECIAL PROVISIONS DETOURS,BARRICADES,WARNING SIGNS,SEQUENCE OF WORK,ETC. • The Contractor's particular attention is directed to the requirements of Article 23 "Contractor's Obligations" of the "General Conditions". In addition to these requirements, the following provisions shall govern on this Contract. • Prior to beginning any work on this project, it will be necessary for the Contractor to participate in the pre-construction safety meeting with the Engineer in charge of the project, and other agencies. The Engineer in charge of the project will notify the Contractor when this meeting will be held. This meeting shall be prior to the beginning of working time changes. • Before beginning work on this project,the contractor shall submit in writing, for approval by the Engineer,a plan of operation outlining in detail a sequence of work to be followed. • The Traffic Control Plan shall be governed by TxDOT Traffic Control Plan, Barricades and Traffic Control Standards;BC(1-12)-14 and Work Zones Traffic Control Details as shown on the plans. • Flaggers, portable barricades, pavement markings, and warning signs in addition to those shown in the plans may be required as directed by the Engineer in order to insure a safe and continuous flow of traffic. If the Contractor desires to deviate from the Traffic Control Plans, approval from the Engineer must be obtained. No additional compensation will be allowed the Contractor if there is a deviation from the Traffic Control Plan. • The Contractor's particular attention is called to the Traffic Control Plan and sequence of work detailed in the plans. Strict adherence to this plan will be required unless otherwise approved by the Engineer in writing. • It is the intent of the City of Port Arthur that unfavorable impact by the contract work, on businesses and residences, shall be minimized. The Contractor shall notify in writing, at least forty-eight(48) hour prior to beginning any phase of work, all businesses and residences which are expected to be affected by said phase of work. Ingress and egress to affected businesses and residences shall be maintained at all times by the Contractor as provided in the Plans and Contract documents. General: • The Contractor shall provide the traffic control devices so detailed in the Traffic Control Plan. It is the intent of the sequence of work that the Contractor be continually aware and responsive to the needs of the traveling public and that all operations be performed with the needs of the public and local residences in mind and to insure the safety of both the public and the project personnel. • Maintain existing storm water drainage facilities. During construction in all phases of work on site or as ordered by the engineer,the contractor will provide all necessary labor,equipment and conveyance materials to drain the storm water and discharge into existing and new storm sewer structures where storm water will flood properties and roadways. This will not be paid for separately,but will be considered subsidiary to various bid items. T-2 • Insure that safe access is provided to bus stops, bus shelters and to and from bus loading and unloading at all times. • Provide temporary driveway access crossing construction area at the end of each day. MEASUREMENTS AND PAYMENTS • All measurements and payments shall be in accordance to the bid schedule. • In cases where there is not a special provision specifically assigned to a TxDOT Item,the bid schedule shall supersede TxDOT specifications for the purposes of measurements and payments. END OF SECTION It T-3